Loading...
HomeMy WebLinkAboutContract 35518 11M00/�1� 'iRETARY CT NO. SPECIFICATIONS AND CONTRACT DOCUMENTS FOR HMAC SURFACE OVERLAY (2007-3) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO. 00664 DOE PROJECT NO. 5635 TPW PROJECT NO. l t293-541200-2056200"4 3w 2007 MIKE MONCRIEF CHARLES R. BOSWELL MAYOR CITY MANAGER ROBERT D. GOODE, P.E., DIRECTOR DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS A. DOUGLAS RADEMAKER, P.E., DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION ` p AMM. L SCNW IFAlCER .»...........................� 69469 '3^7-Z- off r City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 6/19/2007 DATE: Tuesday, June 19, 2007 LOG NAME: 20HMAC07-3 REFERENCE NO.: C-22209 SUBJECT: Authorize Execution of Contract with JLB Contracting, LP, for HMAC Surface Overlay 2007-3 at Various Locations RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with JLB Contracting, LP, in the amount of$1,734,576.50 for 170 working days for HMAC Surface Overlay 2007-3 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 2007-3 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. The City reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains within plus or minus 25 percent of the contract award. This project was advertised for bid on March 15 and 22, 2007. On April 12, 2007 the following bids were .. received: BIDDERS AMOUNT JLB Contracting, LP $1,734,576.50 Austin Bridge& Road, LP $2,080,349.00 Peachtree Construction, LTD $2,172,787.00 APAC-Texas, Inc. $2,554,864.50 JLB Contracting, LP is in compliance with the City's M/WBE Ordinance by committing to 27 percent M/WBE participation. The City's goal on this project is 20 percent. This project is located in COUNCIL DISTRICTS 4, 5, and 8. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Contract Street Maintenance Fund. TO Fund/Account/Centers FROM Fund/Account/Centers r C293 541200 205620066483 $1,734,576.50 Submitted for City l anaVr's Office by: Marc Ott (8476) wr Originating Department Head: Robert Goode (7804) Additional Information Contact: George Behmanesh (7914) r .n Addendum No.2 (2007-3) ADDENDUM NO. 2 CITY OF FORT WORTH HMAC 2007-3 AT VARIOUS LOCATIONS CITY PROJECT NO.00664 DOE Nn C,614 TPW PROJECT NO C293-541200-205620066483 Addendum No. 2 Issue Date: Aprium,2u ­ _ Bid Receipt Date: April 19, 2007 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. The primary purpose of this addendum is to clarify the following: 1. Replace pages P-5 and P-6 of the Proposal in its entirety with the enclosed revised pages P-511 (Addendum No. 2) (2007-3), P-611(Addendum No. 2) (2007-3). and P-7R (Addendum No. 2) (2007-3). 2. On page SP-3 of the Special Provisions, Item No. 4, CONTRACT TIME: replace the following paragraph: The contract time will be counted from the date set at the pre-construction conference and will continue until the date of the final inspection. The final inspection will not be held with in five worldng days from the paving process of the last street. If in the opinion of the inspector the project has not been made ready the final inspection will be cancelled and time will continue to be counted. A five working day period is required for the rescheduling of a final inspection. with the following paragraph: The contract time will be counted from the date set at the pre-construction conference and will continue until a time the inspector determines the project is ready for a final inspection. At that time a final inspection will be scheduled. If in the opinion of the inspector the project has not been made ready, the final inspection will be cancelled and time will continue to be counted. A five working day period is required for the rescheduling of a final inspection. 3. On page SP-7 of the Special Provisions, Item No. 11, PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: replace the following paragraph: 1 4 Addendum No.2 (2007-3) It will be the contractor's responsibility to create and distribute a follow-up notice/flyer informing residents if for any reason work should stop on a project for more than five (5) 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. with the following paragraph: 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. 4. On page SP-14 of the Special Provisions, NON-PAY ITEM No. 3 — LOCATION AND - EXPOSURE OF MANHOLES AND WATER VALVES: replace the following paragraph: 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 is not an acceptable method of documentation. with the following paragraph: 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. 5. On page SP-17 & SP-18 of the Special Provisions, NON-PAY ITEM NO. 9 — AGREEMENT OF QUANTITIES replace the following paragraph: 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 will be cause to reduce the next pay estimate (and all subsequent payments until completed)by 25%. 2 Addendum No.2 (2007-3) with the following paragraph: 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. 6. On, page SP-38 of the Special Provisions, Item No. 30 Speed Hump-Striping on Speed Cushion — Install (30' wide Street) and Item No. 31 Speed Hump-Striping on Speed Cushion— Install (40' wide Street): Change the title of the bid items: _ • Item No. 30 From: Speed Hump-Striping on Speed Cushion—Install (30' wide Street) To: Speed Cushion-HMAC Std. Speed Cushion w/stripping-24 Ft. and 28 Ft. Wide Street—Install • Item No. 31 From: Speed Hump-Striping on Speed Cushion—Install (40' wide Street) To: Speed Cushion-HMAC Std. Speed Cushion w/stripping-36 Ft. and 40 Ft. Wide Street—Install — All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Receipt Acknowledged: Department of Engineering A. Douglas Rademaker, P.E.Director _ By: Title: By: p fl IC4 Tony Molola, P.E. Engineering Manager,DOE ADDENDUM NO.2 3 _ SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 247 22 80 C.Y. Subgrade-Crushed Limestone For Misc. S.P. placement—Install @ Dollars& $ $ Cents Per C.Y. 300 23 550 C.Y. Subgrade-Remove&Replace—Replace 310 (Asphalt Base Repair) @ 340 Dollars& S.P. Cents Per C.Y. 300 24 10 TON Pavement-HMAC Level Up—Install @ 340 Dollars& S.P. Cents Per TON $ $ S.P. 25 41,300 L.F. Pavement-2 Inch to 0 Inch Wedge Milling Depth 5.0 Ft Wide—Install @ Dollars& Cents Per L.F. $ $ S.P. 26 57 EA. Pavement—Butt Joint-Milled—Install @ Dollars& Cents Per EA. $ $ S.P. 27 1800 S.Y. Pavement-2 Inch Surface Milling Install @ Dollars& Cents Per S.Y. $ $ S.P. 28 37,150 L.F. Pavement-Crack Sealing—Install (of existing pavement)@ Dollars& Cents Per L.F. P-5R(Addendum No.2) (2007-3) SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 300 29 119,000 S.Y. Pavment-2 Inch-Surface Course- 310 Type D Mix—Install @ 340 Dollars& - Cents Per S.Y. S.P. $ $ S.P. 30 5 EA. Speed Cushion-HMAC Std. Speed Cushion w/stripping-24 Ft. and 28 Ft. Wide Street—Install @ Dollars& Cents Per EA. $ $ S.P. 31 1 EA. Speed Cushion-HMAC Std. Speed Cushion w/stripping-36 Ft. and 40 Ft. Wide Street—Install @ Dollars& Cents Per EA. $ $ 406 32 68 EA. Valve Box—Adjustment @ 450 Three-Hundred Dollars& S.P. No Cents Per EA. $ 300.00 $ 20,400.00 S.P. 33 138 EA. Meter Box—Adjustment @ Thirty-Five Dollars& No Cents Per EA. $ 35.00 $ 4,830.00 406 34 99 EA. Manhole—Adjustment @ 450 Four-Hundred Dollars& S.P. No Cents Per EA. $ 400.00 $ 39,600.00 P-6R(Addendum No. 2) (2007-3) SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 35 5 EA. Mobilization Services @ Five Hundred Dollars& No Cents Per EA. $ 500.00 $ 2,500.00 TOTAL BID $ - P-711(Addendum No.2) (2007-3) SPECIFICATIONS AND CONTRACT DOCUMENTS FOR HMAC SURFACE OVERLAY(2007-3) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH,TEXAS CITY PROJECT NO. 00664 DOE PROJECT NO. 5635 TPW PROJECT NO. C293-541200-205620066483 �L7 _ 3 2 3/G 7 A.DOUGLAS RADEMAKER,P.E. S' DATE DIRECTOR,DEPARTMENT_OF ENGINEERING r Z3 7 NAJIB .E. DATE INFRA TRUCTURE MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT 4 AVID TOWNSEND,P.E. DATE 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 Y ADDENDUM NO. 1 CITY OF FORT WORTH HMAC 2007-3 AT VARIOUS LOCATIONS v CITY PROJECT NO.00664 DOF -'— -"" TPW PROJECT NO C293-541200-205620066483 Addendum No. 1 Issue Date: March 27, 2006 Bid Receipt Date: April 19, 2006 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer _ envelope of your bid. Prospective bidders are hereby informed that the bid opening date has been postponed from April 12, 2007 until April 19,2007. The pre-bid conference has been postponed from March 28, 2007 to April 4, 2007 at 9:30 a.m. in the Transportation and Public Works Conference Room, 2nd Floor, Municipal Building,RM 270. Note: The Proposal and Special Provisions of all the 2007 Street Maintenance contract documents have been modified. The primary modification is the nomenclature and arrangement of Bid Items. All other provisions of the plans, specifications and contract document for the project which are not expressly amended herein shall remain in full force and effect. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Receipt Acknowledged: Department of Engineering A. Douglas Rademaker, P.E. Director By: Title: By: Tony Sholola,P.E. -- Engineering Manager,DOE Sealed Proposals for the following: HMAC SURFACE OVERLAY(2007-3) AT VARIOUS LOCATIONS CITY PROJECT NO. 00664 DOE NO. 5635 TPW PROJECT N C293-541200-205620066483 Addressed to Mr.Charles R.Boswell,City Manage or f 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,April 12,2007,and then.publicly y' read aloud at 2:00 p.m.,in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. One set of documents will be provided to prospective bidders for a deposit of twenty dollars($20.00),such deposit is non-refundable.Additional sets may be purchased on a non-refundable basis for twenty dollars ($20.00) per set. These documents contain additional information for prospective bidders. A pre-bid conference will be held at 9:30 A.M. March 28, 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: 8,350 L.F. Curb&Gutter—Replace(in sections as directed by inspector) - 41,300 L.F. Pavement-2 Inch to 0 Inch Wedge Milling Depth 5.0 Ft Wide—Install 119,000 S.Y. Pavement-2 Inch-Surface Course-Type D Mix—Install 44,700 S.Y. Pavement-8 Inch-Pulverization—Rehab 581 TON Pavement-Cement Modification-26 lb/sy—Install Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications.. For additional information, please contact Susan L. Schwinger, P.E., Project Manager at (817) 392- 6529. Advertising Dates: March 15,2007 March 22,2007 .. . COMPREHENSIVE NOTICE TO BIDDERS Sealed Proposals for the following: HMAC SURFACE OVERLAY(2007-3) AT VARIOUS LOCATIONS CITY PROJECT NO. 00664 DC TPW PROJECT N( C293-541200-205620066483 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,April 12,2007,and then publicly read aloud at 2:00 p.m.,in the Council Chambers. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Department of Engineering, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. One set of documents will be provided to prospective bidders for a deposit of twenty " dollars($20.00), such deposit is non-refundable. Additional sets may be purchased on a non-refundable basis for twenty dollars ($20.00) per set. These documents contain additional information for prospective bidders. A pre-bid conference will be held at 9:30 A.M. March 28, 2007 in the Transportation and Public .Works Conference Room,2nd Floor,Municipal Building,RM 270. All bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13- A-29),prohibiting discrimination in employment practices. Bid security is required in accordance with Paragraph 1 of the Special Instructions to Bidders. - The major work on the above-referenced project shall consist of the following Paving Improvements: 8,350 L.F. Curb&Gutter—Replace(In sections as directed by Inspector) 41,300 L.F. Pavement-2 Inch to 0 Inch Wedge Milling Depth 5.0 Ft Wide—Install ,119,000 S.Y. Pavement-2 Inch-Surface Course-Type D Mix—Install 44,700 S.Y. Pavement-8 Inch-Pulverization—Rehab 581 TON Pavement-Cement Modification-26 lb/sy—Install Included in the above will be all other miscellaneous.items of construction as outlined in the Plans and Specifications. COMPREHENSIVE NOTICE TO BIDDERS (CONTD.) The City reserves the right to reject any/or all bids and waive any and/or all formalities. Bidders shall not separate, detach, or remove any portion, segment, or sheets from the contract document at any time. Bidders must complete the proposal sections and submit the complete specification book or face rejection of the bid as non-responsive. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAVIER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation") as appropriate is received by the City. The y award of contract,if made,will be within ninety(90)days after this documentation is received,but in no case will the award be made until all necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of the bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering at(817) 392-7910. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. In accordance with the City of Fort Worth Ordinance No.15530,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinances can be obtained from the Office of the City Secretary. The bidder shall submit the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAVIER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation'), as appropriate. The Documentation must be received by the contracting department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the contracting department to whom delivery was made. Such receipt shall be evidence that the Documentation was received by the City. The Managing Department for this project is the Department of Engineering. For additional information,please contact Susan L. Schwinger,P.E.,Project Manager at(817)392-6529. CHARLES R.BOSWELL MARTHA HENDRIX CITY MANAGER CITY SECRETARY A.DOUGLAS RADEMAKER,P.E. r DIRECTOR DEPARTMENT O ENGINEERING t Advertising Dates: By: 04 7 o March 15,2007 Tony Sholola,P.E. March 22,2007 Manager,Consulting Services + SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business „m 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 reinsures 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. .r Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion,will determine the adequacy of the proof required herein. .. 2. PROPOSAL: After proposals have been opened and read aloud,the proposals will be tabulated on the basis of the quoted prices,the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the.Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner,the right will be reserved to reject any or all proposals and waive technicalities,to re-advertise for new proposals,or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be famished 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 P" 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- responsivc. SPECIAL INSTRUCTIONS TO BIDDERS -1- 4. AWARD OF CONTRACT: The contract,if awarded,will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine(49) City .. business days from the date that the M/WBE UTILIZATION FORM,PR MB CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation's 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 Runished 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. EMPLOYNIENT AND NON-DISCRRvE NATION: 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 MM the City of Fort Worth(1986), as amended,prohibiting discrimination in employment practices. k 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 an subcontractor who does not a the prevailing wage shall Y PY P g g 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,concerting 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 P 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. W. SPECIAL INSTRUCTIONS TO BIDDERS -3- An issue relating to an alleged violation of Section 2258.023, Texas Govemrr -.it Code,including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitratit 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 11 th 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 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. V- G. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the F site of the project at all times. H. Subcontractor Compliance. .� The contractor shall include in its subcontracts and/or shall otherwise require all M, 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 Liability ($1,000,000 per occurrence,$2,000,000 aggregate); and Automobile Insurance SPECIAL INSTRUCTIONS TO BIDDERS O -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 maybe requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110%of the Am additional premium cost.For worker's compensation insurance requirements, see Special Instructions to Bidders -Item 16. Aw ADDITIONAL INSURANCE REQUIREMENTS: I*' A. The City, its officers, employees and servants shall be endorsed as an additional s. 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. .SPECIAL INSTRUCTIONS TO BIDDERS M 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 Ao 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 i 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 Nall,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 betters of Intent 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 MIWBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office,regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month,place a"0" or "no participation" in the spaces provided, and provide 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 .� g PP to the following: 1. Irnmediately submit a Request for Approval of Change Form to the M/WBF 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 MIWBE 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 MJWBE 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/txTBE Office, 3rd floor-City Hall. For additional information regarding compliance to the MJWBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise(M/WBE) on the contract and payment therefore. Contractor finther 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. 1�- .. 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 F or to reject the proposal. AM 14. PROGRESS PAYMENTS -FINAL PAYMENT PROJECT ACCEPTANCE AND WARRANTY: •r a. The contractor will receive full payment(less 5%retainage) from the city for each pay period. b. Payment of the retainage will be included with the final payment after acceptance of the 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 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 press 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 1-hour, or if equipment is new and certified by EPA as"Low Emitting', or equipment burns Ultra Low Sulfur Diesel(ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated AIR POLLUTION WATCH DAY,that day will be considered as a weather day and added onto the allowable weather days of a given month. 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. .r 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 ( ) p g � P p p g pn amounts and filing of any coverage agreements,which meets the statutory SPECIAL INSTRUCTIONS TO BIDDERS 11% 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 Irof coverage showing extension of coverage,if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other,person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage,prior to the other person or entity beginning work on the project, and (b) a new certificate of coverage showing extension of coverage,prior to the end of the coverage period,if the 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 P 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 'n -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 {i 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.Md "Call the Texas Workers' Compensation Commission at(512)440-3789 to receive information on the legal requirement for coverage,to verify whether your employer MM 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 wo 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 MW performance of this contract. 18. DISCRIMINATION DUE TO DISAMELITY: 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 END OF SECTION i i SPECIAL INSTRUCTIONS TO BIDDERS re a Q 00 mv", Classifications Hourly Rates Classifications Hrl Rts Air Tool Operator $10.06 Scraper Operator $11.42 Asphalt Raker $11.01 Servicer $12.32 Asphalt Shoveler $8.80 Slip Form Machine Operator $12.33 Asphalt Distributor Operator $13.99 Spreader Box Operator $10.92 Asphalt Paving Machine Operator $12.78 Tractor operator, Crawler Type $12.60 Batching Plant Weigher $14.15 Tractor operator, Pneumatic $12.91 - Broom or Sweeper Operator $9.88 Traveling Mixer Operator $12.03 Bulldozer operator $13.22 Truck Driver-Single Axle(Light) $10.91 Carpenter(Rough) $12.80 Truck Driver-Single Axle(Heavy) $11.47 Concrete Finisher-Paving $12.85 Truck Driver-Tandem Axle Semi-Trailer $11.75 Concrete Finisher-Structures $13.27 Truck Driver-Lowboy/Float $14.93 Concrete Paving Curbing Mach.Oper. $12.00 Truck Driver-Transit Mix $12.08 Wagon Drill, Boring Machine, Post Hole Concrete Paving Finishing Mach.Oper. $13.63 Driller $14.00 Concrete Paving Joint Sealer Oper. $12.50 IWelder $13.57 Concrete Paving Saw Oper. $13.56 lWork Zone Barricade Servicer $10.09 Concrete Paving Spreader Oper. $14.50 Concrete Rubber $10.61 Crane, Clamshell,Backhoe,Derrick, Dragline,Shovel $14A2 Electrician $18.12 Fla er $8.43 Form Builder-Structures $11.63 Form Setter-Paving&Curbs $11.83 Foundation Drill Operator, Crawler Mounted $13.67 Foundation Drill Operator,Truck Mounted $16.30 Front End Loader $12.62 Laborer-Common $9.18 Laborer-Utility $10.65 Mechanic $16.97 Milling Machine Operator,Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator(Fine Grade) $15.20 Motor Grader Operator, Rough Oiler $14.50 Painter,Structures $13.17 Pavement MarkIn2 Machine Oper. $10.04 .Pipe Layer $11.04 Roller,Steel Wheel Plant-Mix Pavements $11.28 Roller,Steel Wheel Other Flatwheel or Tamping $10.92 Roller, Pneumatic,Self-Propelled Scraper $11.07 Reinforcing Steel Setter(Paving) $14.86 Reinforcing Steel Setter(Structure) $16.29 Source is AGC of Texas (Hwy, Hvy, Utilities Industrial Branch) www.access.gpogov/davisbacon/ 6/23/2006 PROPOSAL TO: MR CHARLES R.BOSWELL Fort Worth,Texas City Manager Fort Worth,Texas FOR: H.M.A.C.SURFACE OVERLAY(2007-3) AT VARIOUS LOCATIONS CITY PROJECT NO.00664 -� DOE PROJECT NO.5635 TPW PROJECT N! C293-541200-205620066483 Pursuant to.the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site,understands the amount of work to be done,and hereby proposes to do all the work and.furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications,and subject to the inspection and approval of the Director of - the Department'of Engineering of the City of Fort Worth. Total quantities given in the.bid proposal may not reflect actual quantities; however,they are given for the purpose of bidding on and awarding the contract.The City also reserves the right to increase or decrease:quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (t) 25% of the contract award. The contractor is.not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by.the City Council,the bidder is bound to execute a contract and furnish Performance,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, - 2 EA. Sign-Project Designation Installed @ . 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 APPROK DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 104 3 8,350 L.F. Curb&Gutter—Replace @ 502 (in sections as directed by inspector) S.P. Dollars& r/C/�T__Cents Per L.F. C,co $ 104 .. 4 0 L.F. Curb&Gutter—Remove @ S.P.. , (e tirety) �� _ Dollars& _ Cents Per L.F. $ $ O 502 5 150 L.F. Curb&Gutter-7 Inch w/18 S.P. Inch Gutter—Install @ Dollars& Z Z Zlo Cents Per L.F. 104 6 : 10,530,S.F. Driveway—Remove S.P. tnnv tv"e) @ 9� �---✓ r Dollars& Sa A/itQEry- �✓ Cents Per S.F. $ $ Z0 5 504 .: 7 10,440 S.F. DA:VMv ay-6 Inch—Install @ 0 S.P. i / Dollars& S/,kLje__Cents Per S.F. zY $ � $ s8 y� y 504 8 :; :..:;• • .; 90.S.F.,.Driveway-6 Inch—Install @70 3.P. (exposed aggregate) (O j/� Dollars& a c, 5�6UB,u fL_Cents Per S.F. $ $ G 3 P-2 . SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 104 9 2,810 S.F. Walk—Remove @ S.P. TAD Dollars& Cents Per S.F. 20 ov 504 10 2,720 S.F. Walk-4 Ft.—Install @ S.P. ✓�/y Dollars& Cents Per S.F. $ G b $ CJ 504 11 90 S.F. Walk-Exposed Aggregate—Install @ S.P. S/k Dollars& i o' 2,61O Cents Per S.F. $ G $ Slty V 104 12 950 S.F. Walk-ADA Wheelchair Ramp—Remove. . S.P. @ Dollars& Cents Per S.F. $ 3 $ 30,5 7 — 505 13 950 S.F. Walk-ADA Wheelchair Ramp—Install S.P. @ .11 X Dollars& - ,,e Cents Per S.F. $ G 4� $ `` Z S✓- 4 104 14 _ 700 S.Y. Pavement-Valley Gutter—Remove @ S.P. Dollars& AA % Al Cents Per S.Y. j 6d 360 15 1250 S.Y. Pavement-Valley Gutter—Install @ S.P. Dollars& Z Cents Per S.Y. P-3 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 16 5 EA. Inlet—Top of 5 Ft Drainage Inlet 'Rep1. ce/nl a��.raua.a.v S,r'�ENl�fc„yv�dO�sQfT' Dollars& 2•r Cents Per EA. i o u S.P. 17 5 EA. Inlet—Top of 10 Ft Drainage Inlet Replace @ ocs Dollars& ?_Cents Per EA. $ L 402 18 800 L.F. Pipe-Sub Drain-6 Inch Perforated 500 Install @ 620 S�✓t Dollars& 00 S.P. T<w Cents Per L.F. $ ) Ij $ �` o S 275 19 44,700 S.Y. Pavement-8 Inch-Pulverization—Rehab S.P. @ Dollars& 71-1par . Q46 Cents Per S.Y. $ i $ o= 106 20 50 C.Y. Pavement-Unclassified Street Excavation S.P. Remove @ ?r7-1,Y Dollars& F �Y Cents Per C.Y. Pavement-Cement Modification-26.lbs/ ..... .275. . . :. 21 ... 581,TON . .. ... .. .. Install @ 0a4E //a'",)'e6) N A` &_Dollars& o� Cents Per TON $ //2 P-4 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 8o 247 22 WC.Y. Subgrade-Crushed Limestone For Misc. S.P. placement—Install @ 1/1--7'r• 5w,f Dollars& $ So $ pv Cents Per C.Y. 7 7 y3Go 300 23 550 C.Y. Subgrade-Remove&Replace—Replace 310 (Asphalt Base Repair) @ 340 pvE/�r.;I�f� rs /� jollars& S.P. ZM0 Cents Per C.Y. $��70 °— 300 24 10 TON Pavement-HMAC Level Up—Install @ 340 dNE114'0*0,4 lrd,AiAry 7..-o Dollars& _ S.P. Z:54d:., Cents Per TON $l5'Z o $ /5­2-0 S.P. 25 . 41,300 L.F. Pavement-2 Inch to 0 Inch Wedge Milling + Depth 5.0 Ft Wide M Install @ rs-E Dollars& 3 00 r1l1le ems+ Cents Per L.F. $ $ �� G 9 S.P.. : 26. 57 EA.. Pavement—Butt Joint-Milled—Install @ ry Dollars& o0 Cents Per EA. $ S.P. ' : 27 1800 S.Y. Pavement-2 Inch Surface Milling . Install @ 6iy,6 Dollars& y Cents Per.S.Y. $ . �. . ... $ S.P, 28 37,150 L.F. Pavement-Crack Sealing—Install (of existing pavement)@ Z�i�LO Dollars& :S I X"- ivo Cents Per L.F. G% s�? $ Z3o33 P-5 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 300 29 119,000 S.Y. Pavment-2 Inch-Surface Course- 310 Type D Mix—Install @ _ 340 S /k Dollars& S.P. IJ'ivf e-/yi.-*Itents Per S.Y. $ / i $e,7/ (c y"• 3 S.P. 30 5 EA. Speed Hump-Striping on Speed Cushion _-that.l. '30 Ft wide Street 111J LAl' l ) @ 7 Env f Iad✓���/,�f/� / r Dollars& $ $ 00 00 7 6XC_-)Cents Per EA. Z 33' ?� S.P. 31 1 EA. Speed Hump-Striping on Speed Cushion Install(40 Ft wide Street)@ Dollars& $ $ 0 ?,M0 Cents Per EA. 1,750 � 3.�"o.. 406 32 68 EA. Valve Box—Adjustment @ 450 Three-Hundred Dollars& S.P. No Cents Per EA. $ 300.00 $ 20,400.00 S.P. 33 138 EA. Meter Box—Adjustment @ Thirty-Five Dollars& No Cents Per EA. $ 35.00 $ 4,830.00 - 406 34. 99 EA. Manhole—Adjustment @ 450 Four-Hundred Dollars& S.P. No Cents Per EA. $ 400.00 $ 39,600.00 S.P. ' 35 5 EA. Mobilization--Services @ Five Hundred Dollars& No Cents Per EA. $ 500.00 $ 2,500.00 P-6 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID O TOTAL BID P-7 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 n= hundred seventy j]ZQ) 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 deposit check in the sum of Dollars($ ) is to become the property of the City of Fort Worth,Texas,or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth,as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within ten (10)calendar days of the notice given by the Construction F,ngineer for any of the locations_ if the contractor fails to hegin the work within ten (101 calendar nays,a S200 dollars H quida ed damage will he assessed p .re Blamer dad I (we), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Respectfully submitted, JLB CONTRACTING,LP Addendum No.1(Initials) Addendum No.2(Initials Company Name Addendum No.3(Initials)_ By� Sign ure,��✓ /� (Seal) ~7 Printed Name of Principal Address: P.O.BOX 24131 E-mail Address: ' Date: 0 Telephone: (0,7) 24 P-8 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. y B. Our principal place of business or corporate offices are in the State of Texas. Bidder: James G.Humphrey,President of JLB CONTRACTING, LP JLB Management,Inc.,Its General Partner Company By: (Please print) - ° BA� —�--- Address FORT WORTHo- ,TX4T3a----'76124 Si tore City State Zip Title(Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY ` if the.total dollar value of the contract is$25,600 or mare,the MIWBE goal inapplicable. ,If the total dollar,Value-of the contract`is.less than$25,00,the,M/WBE goad is not 6policable. 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(MIWBE) 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. MIWBE PROJECT GOALS The City's M/WBE goal on this.project is lio _%of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS •. On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: .. 1. Meet or exceed the above stated M/WBE goal,or 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department.within the lorti uwlrig times allocated, in order for the entire bid to be considered responsive to the specifications_ The"Off vcr shall deliver the M' BE documentation in person to the appropriake employee of the managing department and obtain a,date.1ime receipt_ Such receipt shall b :g idenc t#�at the, ity._� peived the dacarmen# if o r�jh tl(Il lioc ted,� f .,gbpy will not be_q RWII 1. Subcontractor Utilization Form,if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date,exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid .. Utilization Form,if no M/WBEparticipation: opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITR THE CITY'S MIWBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions,please contact the MIWBE Office at(817)392-6104. Rev. 1111/05 ~ ' A17ACHMENT1A Page 1 of 4 FORT WORTH City of Fort Worth 04-26-07 P02 :2/ IN Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME: JLB CONTRACTING, LP M/w/DBE NON-M/W/DBE BID DATE �cv 2oao 7 ellljF/e�7 City's M/WBE Project Goal: Prime's MIWBE Project Utilization: PROJECT NUMBER /9) % 2�7 % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MIWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise(DBE) is synonymous with Minority/Women Business Enterprise(M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/Wl3E listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. I ATTACHMENT 1A FORT WORTH Page 2 of 4 - Ir - 04-L6-07 114 Primes are required to identify ALL subcontractors/suppliers, regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification N (check one) SUBCONTRACTORISUPPLIER T n Company Name i N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount D Telephone/Fax r B B T T W O B i E E C T E A .. p o bozo ios9(► � .h..s� �� R..vdiv vOIG�� 7GIl e4A& -Ty7<r81 a{-e-&. -cam, . awry+,.► � r.,�!L-"l z�r zit ""Y ✓ Po 96 z8 —7dP �s 3 12,441" Tw W o Aviv 7G3 -7 ATTACHMENT IA FOR_T WORTH 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. 04- Certification N (check one) o SUBCONTRACTOR/SUPPLIER T n i N T Detail Detail Company Name Address e M yy C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B R O B E E C T E A i ATTACHMENT 1A F�ORT�WORTTH Page 4 of 4 • 04-26-07 P Total Dollar Amount of M/WBE Subcontractors/Suppliers $ _ 404 sib " Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ - 335� 8�� TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor .,r shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. James G.Humphrey,President of JLB Management,inc.,Its General Partner Auffitoiked Signature Printed Signature Tide Contact Namerritle(If dffferent) JLB CONTRACTING, LP ? 0 e7>2 cj'-3o- !:f Company Name Telephone and/or Fax w Address P.A BOX 2413+ FORT WORTH,TX 76124 e-man Address Clty/stetnop SPECIAL PROVISIONS FOR: H.M.A.C. SURFACE OVERLAY(2007-3) AT VARIOUS LOCATIONS CITY PROEECT NO.00664 DOE PROJECT NO.5635 TPW PROJECT r C293-541200-205620066483 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 be in the work within ten (10).calendar days,a $200 dollars liquidated damage will be assessed per Block per day. It shall.be.the,responsibility.of the prospective bidder to visit the project sites and make such.examinations and explorations as maybe 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 hese locations with the Construction Engineer. For street locations see list,at the back of this document. At the sole discretion of the City, the.City reserves the.right to add, delete or substitute streets in this contract. The City also reserves the right to.increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (t) 25% of Ali SP-1 the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. All short turnouts that intersect with a street to be repaired shall be included in this contract, even though they may not be listed with the street locations at the back of this document due to their size. The contractor shall verify these locations with the Construction Engineer prior to construction. The construction of these turnouts includes; but, is not limited to, milling, cleaning,tack coating,overlaying and facility adjusting. Total quantities given in the bid proposal may not reflect actual quantities, but represent the best estimate based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. 2. AWARD OF CONTRACT: Contract will be awarded to the lowest responsible bidder. 3. SUBMITTALS FOR CONTRACT AWARD: The City reserves the right to require contractor who is the apparent low bidder(s) for a project to submit such information as the City,in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the information if requested may be grounds for rejecting the apparent low bidder as non-responsive.Affected contractors will be notified in writing of a recommendation to the City Council. 4. CONTRACT TE%M: 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. SP-2 The contract time will be counted from the date set at the pre-construction conference and will continue until the date of the final inspection. The final inspection will not be held with in five working days from the paving process of the last street. If in the opinion of the inspector the project has not been made ready the final inspection will be cancelled and time will continue to be counted. A five working day period is required for the rescheduling of a final inspection. The Contractor also agrees to complete the final punch list within ten(10)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 Directors of the Department of Engineering, and Department of Transportation and Public Works will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. SP-3 C. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will distributed by the Engineering Department's Public Information Officer. D. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Engineering Department's Public Information Officer will, if necessary, then forward updated notices to the interested individuals. E. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 6. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. 7. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications,except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION- CITY OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL TEXAS.General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. A copy of these specifications may be purchased at the office of the Department of Engineering, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item in the Proposal. If not shown, then applicable published specifications in any.of these documents may be followed.at the discretion of the Contractor. SP-4 8. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Engineering. 9. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship,or both,for a period of two(2)years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No.14 for further requirements. 10. TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for-providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos.27,29,30 and 31. � 1 A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, Citv Traffic Eniineer A817-392-8712 at least 10 workine 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 SP-5 installed correctly or if it does not meet the required specifications,the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re-installed,the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic upon the approval of the City Engineer. Work shall not be performed on certain locations/streets (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 DOE 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 Construction office at(817) 871-8306. SP-6 It will be the contractor's responsibility to create and distribute a follow-up notice/flyer informing residents if for any reason work should stop on a project for more than five (5) 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. 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 no 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 referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject..to the approval of the City and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. SP-7 14. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction,as required by Engineer, by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs",Item 524,and/or as shown on the plans. Construction signing and barricades shall conform with the latest edition of the "Texas Manual on Uniform Traffic Control Devices,Vol.No.I". 15. DISPOSAL OF SPOIL/FELL MATERIAL: Prior to the disposing of any spoil/fill material,the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056) and a flood plain permit issued. All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a,known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies,shall be at Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site,upon notification by the Director of the Department of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. . No temporary storage of material, rubble, equipment or vehicles within parkway is allowed. Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the.. satisfaction of City Engineer. SP-8 16. ZONING REOUIREMENTS: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 17. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 18. CONSTRUCTION SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, 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. Proiect schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 19. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (1) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING --UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (2) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm,except back hoes or dippers,and insulator links on the lift hood connections. SP-9 (3) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TXU Electric Delivery) which will erect temporary mechanical barriers, de-energize the line,or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth.The notifying department shall maintain an accurate log of all such calls to TXU Electric Delivery and shall record action taken in each case. (4) The Contractor is required to make arrangements with the TXU Electric Delivery for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (5) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph(3). 20. RIGHT TO AUDIT: Contractor agrees that City shall, until the expiration of three (3) years after final payment under this contract is made by City, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of Contractor involving transactions relating to this contract. Contractor agrees that City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of .this section. `Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books,documents,papers and shall be provided adequate and appropriate .� work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may be requested by City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made. SP-10 21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims or suits. for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of,the work and services to be performed hereunder by Contractor,its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such Y 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 4 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 1 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 SP-11 substitution is,in fact, equal, and the Engineer, as the representative of the City,shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions"shall be applicable to all sections of these specifications. 23. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor,at his own expense. 24. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site.Specific attention is directed to this equipment. 25. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained written permission from the property Owner. A copy of the written permit shall be provided to the assigned inspector prior to utilization of the property. 26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities,which may be encountered. 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 SP-12 "permit required confined spaces".Contractors will be required to complete the"CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces(e.g.vacuum testing,cleaning,televising,construction, etc.). NON-PAY ITEM No. 1 -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control' shall apply. however, no direct payment will be made for this item and it shall be considered incidental to this contract. 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 U/PW Street Division 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 SP-13 one in which the covers can be found exactly the first time. Proof of documentation must to 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 is not an acceptable method of documentation. 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 Telephone Number Contact Person SBC—Telephone 817-338-6202 Mr. Gary Tillory 214-384-3732 Cell TXUElectric Delivery 817-215-6424 Mr.Scott King Downtown 817-215-6688 Mr.Robert Martinez -other than Downtown Atmos Energy(Gas)— 817-215-4306 Mr.Roger Oliver CFW Street Light and Signal 817-871-8100 Mr.Dwayne Cox Mr.Roger Martin Storm Drain 817-871-8100 Mr. Gordon Couch Water&Sewer 817-212-2686 817-992-013 0 Cell Mr.Steve Tackett 817-212-2633 817-991-8102 Cell 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. SP-14 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.: 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 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 backrdled 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: 1 • Sweeping the street clean of dirt or debris SP-15 • 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%. 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 P Y sediment control, in accordance with the Standard Specifications for Public Works Construction-North Central Texas. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. SP-16 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 no paving activities are scheduled on the weekly solid waste pick-up day for each street. The solid waste weekl pick-up day for each project street is identified on the "STREET BY STREET PAVING QUANTITY DETERMINATION SPREADSHEET" located at the end of the contract documents. On the spreadsheet, the solid waste weekly pick-up is listed as the day of the week, see "Garbage,Recycling, Yard Trimmings&Brush 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 Dept. 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 no 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 SP-17 trip with the assigned inspector to show proof of the difference. Failure of the Contractor to do this within the allowed time frame will be cause to reduce the next pay estimate (and all subsequent payments until completed)by 25%. PAY ITEM NO. 1 Sign-Project Designation Install: 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 1/4 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 Adiustment—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 SP-18 lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. PAY ITEM NO.3 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 0. 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. SP-19 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—Remove(entirety): These provisions require the contractor to remove all failed existing curb and gutter in entirety, as designated by the Construction Engineer and as governed by the standard City Specifications, Item No. 104 "Removing Old Concrete", 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 existing 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 inches out from the gutter lip,with same day haul-off of the removed material to a suitable dumpsite. The unit price bid per linear foot shall be full compensation for all materials,labor,equipment and incidentals necessary to complete the removal work. PAY ITEM NO.5 Curb and Gutter-7 inch w/18 Inch Gutter—Install: These provisions require the contractor to place a new standard concrete curb and gutter, laydown curb and gutter, or in like kind, as governed by the standard City Specifications, .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. 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. SP-20 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.6 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-S5 of the Standard Specifications. Contractor shall sawcut existing driveway,curb and gutter and/or pavement prior to driveway removal. 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.7 Driveway-6 inch—Install: NO. 8 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. SP-21 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.9 Walk—Remove(any tvve): 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. 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. 10 Walk-4 Ft.—Install: NO.I I Walk-Exposed A22rezate—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". SP-22 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-ITEM NO. 12 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 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. SP-23 PAY-ITEM NO. 13 Walk-ADA Wheelchair Rama—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. 5 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). "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. SP-24 PAY ITEM NO. 14 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 NO. 15 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. 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 fining. SP-25 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. 16 Inlet-Top of 5 Ft Drainage Inlet~Replace: NO.17 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.18 Pipe-Sub Drain-6 Inch Perforated -Install 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 modifed. The pipe in terial shall be.poly vinyl chloride (PVC) with the.standard. . .. . dimensional ratio olr 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 SP-26 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-6164 80 minimum method, 7.9 inches (20 cm) to 3.9 inches(10 cm)on 2 inch ID cylinder with 1 inch diameter orifice, with flow rate expressed in gal/sq.ft/minute. Breaking load in either machine or ASTM Designation: D 1682 100 minimum cross-machine direction, expressed in grab method G as modified .pounds. by Tex--6164 Equivalent opening size (US Standard CW-02215, US Army Corps 70 to 100 sieve.no.) of Engineers, Civil Works Construction Guide Specification. "Plastic Filter Fabric",Nov.1977. "Apparent elongation" at breaking ASTM Designation: D 1682 100 maximum load in either. .machine or.: cross- grab method G as modified machine direction, expressed as by Tex-6164 percent. The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer.When lapping is required,it shall be in accordance SP-27 with the manufacturer's recommendations. BackfiAing 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: NO. 19 Pavement-8 Inch-Pulverization—Rehab.: NO.21 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.0 and crushed stonelgravel, 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. 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. SP-28 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 84nches 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. 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.29-Pavment-2 Inch-Surface Course-Type D Mix—Install. SP-29 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 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 wedse 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. 24-Pavement-HMAC Level Up—Install,before placing 2 inch HMAC Type"D,.surface course. For we milling, h measurement f t' f h F wedge mil g, the mea men or estimating the removal and disposal o 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 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. SP-30 PAY-ITEM NO.22 Subuade-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.23 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. 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 OR 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. 7 SP-31 kA 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.24 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.25 Pavement-2 Inch to 0 Inch Wedge Milling Depth 5.0; t 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 gouges, ridges, oil film, and other imperfections of workmanship and shall have a uniform textured appearance.In all situations where the existing H.M.A.C. surface contacts the curb face, the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. SP-32 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. 20 Pavement-Unclassified Street Excavation —Remove, and replaced under PAY-ITEM NO. 24 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. 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 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 SP-33 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.26 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. 25) 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.25-Pavement-2 Inch to 0 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: 1 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 to a depth from 0 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. SP-34 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.27 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.25 Pavement 2 Inch to 0 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. 20 Pavement-Unclassified Street Excavation —Remove and replaced under PAY ITEM NO. 24 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.28 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. 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. SP-35 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.29 Pavment-2 Inch-Surface Course-Tyne 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 subsequent testing of the material, in order to determine if the material is acceptable, shall be furnished and paid by the contractor,as directed by the Engineer. SP-36 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(17ex-242-F)tests shall be waived. The mixture design report must be certified and signed by a Level H 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: m The Contractor will perform the Boil Test(Tex-530-C). • Under Item 340.4,Construction,J.Ride Ouality: 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: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement", will be paid for at the unit price bid per square yard,for"Dense-Graded Hot Mix Asphalt(Method)". SP-37 PAY ITEMS: NO. 30 Speed Hump-Striping on Speed Cushion — Install (30' wide Street): NO.31 Speed Hump-Striping on Speed Cushion —Install(40' wide Street): This item shall consist of removing existing and installing new H.M.A.0 Speed Cushions according to the plan and profile as shown on the detail sheet. All excavated material shall be hauled off site the same day as excavated,to a suitable dumpsite. Contractor shall notify the Construction Engineer 72 hours prior to installing any speed cushions. Contractor shall install pavement markings. 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 404b paper shall be used to keep curb&gutter clean. 2. Pavement Markings Raised Pavement Markings All materials used shall be pre-approved prior to placement. The brand name and specifications of the.materials shall be included in submittal for approval. The approved materials must be used throughout the duration of the contract. In the event that substitute materials need to be used, they must be equal to or exceed the quality of those currently in use and be approved the Construction Engineer. All markers shall be 4 inch and be installed with epoxy; bituminous adhesive is not approved. SP-38 A chalk line, chain, or equivalent shall be used during layout to insure that individual markers are properly aligned. All markers shall be placed uniformly along the line to achieve a smooth continuous appearance. Preformed Pavement Markings All materials used under this agreement shall be pre-approved prior to awarding of the bid. Materials used shall meet TXDOT specifications Item 666 Type H. The approved materials must be used throughout the duration of the bid. In the event that substitute materials need to be used, they must be equal to or exceed the quality of those currently in use,and be approved by Construction Engineer. All material must be equal to or exceed the following: Pre Mark brand Hot Tape which is manufactured by Stimsonite. Stamark A420,which is manufactured by 3M. Stamark A380,which is manufactured by 3M. All applications shall be in strict compliance with all manufacturer recommendations. Surface Preparation and Application of Pavement Markings Roadway surface shall be clean, dry and free from dirt, grease, and other forms of contamination. All surfaces must be air blasted prior to application of paint. Surface preparation and application shall be in strict compliance with manufacturer recommendations. Equipment and methods used for surface preparation shall not damage the pavement or present a hazard to motorists. Installation of Pavement Markings Contractor's personnel shall be knowledgeable and sufficiently skilled in the installation of raised pavement markings and preformed pavement markings. Markings that are not properly applied due to faulty application methods or defective product, and markings, which are placed in the wrong position or alignment, shall be removed and replaced by the contractor at the contractor's expense. If the mistake is such that it would be confusing or hazardous to motorists it shall be remedied the same SP-39 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.32 Valve Box—Adiustment: This item shall include adjusting the tops of existing water valve with concrete collar to match proposed grade as shown on the detail at the back of this document or as directed by the Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. Contractor will be responsible for adjusting water valve boxes to match new pavement grade. The water valves themselves will be adjusted by City of Fort Worth Water Department forces. Prior to beginning of work,the Contractor shall make an inventory of the condition of existing water valve boxes. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve boxes. The contractor shall replace the valve boxes, which are damaged during construction at no cost to the City. 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. SP-40 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.33 Meter—Adiustment: 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. PAY ITEM NO. 34 Manhole—Adiustment: 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. r 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 perform this inventory will place the total burden of replacement of any broken frame and cover on the contractor. SP-41 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.35 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-42 NOTE;THIS SPECIFICATION HAS BEEN MODIFIED TO DELETE NON- APPLICABLE ITEMS FOR USE AS A'GUIDE SPEGIFICATION FOR CiTY STREETS.' Item 360 CONCRETE PAVEMENT 300.1. Description. Construct Portland cement concrete pavement with or without curbs 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 documents. Use Class A concrete for curbs that are-placed separately from the pavement. Provide concrete that is workable and cohesive, possesses satisfactory finishing qualities, and conforms to the mix design and mix design slump. B. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement. Provide approved positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during paving. Provide corrosion Protection when shown on the plans. Dowels, Provide Grade 60 smooth, straight dowels of the size shown on the plans, free of burrs or deformations. Coat dowels with a thin film of grease or other approved de-bonding material. Provide dowel caps,on the lubricated end of each dowel bar used in an expansion joint. Provide dowel caps filled with a soft compressible material with enough range of movement to`allow complete closure of the expansion joint. 2. Tie Bars. Provide straight deformed steel tie bars. Provide either multiple-piece tie bars or sirigle-piece tie bars as shown on the plans:Provide multiple-piece tie bars composed of 2 pieces of deformed reinforcing steel With a coupling capable of developing a minimum tensile strength of 125% of the design yield strength of the deformed steel.when tensite-tested in•the assembled configuration. Provide a minimum length of 33 diameters of the deformed steel in each piece, C. Curing'Materials. Provide Type 2 membrane curing compound conforming to DMS-4650, 'Portland Cement Concrete Curing Materials and Evaporation Retardants. D. Epoxy. Provide Type ill epoxy in accordance with DMS-6100,"Epoxies and Adhesives,"for installing all drilled-in reinforcing steel. E. Evaporation.Retardant. Provide evaporation retardant conforming to DMS-4650, '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 plans or approved and other sealant materials of the size,shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers." 300.3.•Equipment. Furnish and maintain all equipment in good working condition. Use measuring, mixing, and delivery equipment conforming to the requirements of item 421, `Portland Cement Concrete."Obtain approval for other equipment used. A. Placing, Consolidating, and Finishing Equipment. Provide approved self- propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete _ pavement conforming to plan line and grade.Provide an approved automatic grade > control system on slip forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide • equipment capable of providing a fine, light water fog mist. Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the mariufacturer=s recommendations. Provide immersion vibrator units that operate at a frequency in air of at least:8,000 cycles per minute. Provide enough hand-operated immersion vibrators for timely and proper consolidation of the concrete along forms, at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or Irregular areas or when approved, the paving equipment described in this Section is not required. B. Forming Equipment. 1. Pavement Forms. Provide metal or wood side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free from detrimental kinks, bends, or warps that could affect ride quality or alignment. Provide flexible or curved metal or wood forms for curves of 100-ft. radius or less. .2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the requirements of Item 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." G. Reinforcing Steel Inserting Equipment, Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details. D. Texturing Equipment. 1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length andw3dth of the carpet to accommodate specific applications. Use an artificial grass-type carpet having a molded polyethylene pile face with a blade length of 518 in.to 1 in:, a minimum weight of 70 oz. per square yard, and a strong, durable, rot- resistant backing material bonded to the facing. 2. Tining Equipment. Provide a self-propelled transverse metal tine device equipped with 4-1n. to 6-in. steel tines and with cross-section approximately 1132 in.thick by 1112 in.wide, spaced at 1 in., center-to-center. Hand-operated tining equipment that produces an equivalent texture may be used only on small or.inegularly shaped areas or, when permitted, in emergencies due to equipment breakdown. E. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent - of all other equipment when production rates are such that the first application of membrane curing compound cannot be accomplished immediately after texturing and after free moisture has disappeared. Hand-operated pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas or, when permitted, in emergencies due to equipment breakdown. F. Sawing Equipment. Provide power-driven concrete saws to saw the joints shown on the plans. Provide standby power driven concrete saws during concrete sawing operations. Provide adequate illumination for nighttime sawing. G. Grinding Equipment.When required, provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades. Provide equipment with automatic grade control capable of grinding at least a 3-ft.width longitudinally in each pass without damaging the concrete. 300.4. Construction. Obtain approval for adjustments to plan grade-line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth, clean, compacted condition in conformity with the required section and established grade until the pavement concrete is'placed. Keep subgrade or base damp with water sufficiently in advance of placing pavement concrete.Adequately light the active work areas for all nighttime operations,if required. A. Reinforcing Steel and Joint Assemblies.Accurately place and secure in position all reinforcing steel as shown on the plans. Place dowels at mid-depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints' parallel to the pavement edge Tolerances for location and alignment of dowels will be shown on the plans. Stagger the longitudinal reinforcement splices to avoid having more than 1/3 of the splices within a 2-ft. longitudinal length of each lane of the pavement. Use multiple-piece fie barn or drill and epoxy grout fie 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 mechanical placement of reinforcement results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies, complete the work using manual methods. B. Joints. 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 before installing the sealant.Seal,all joints before opening the pavement to all traffic.When placing of concrete is stopped, install a rigid transverse bulkhead, accurately notched for the reinforcing steel and shaped accurately to the cross- - section of the pavement. " 1. Placing Reinforcement at Joints. Where the plans require an assembly of parts at pavement joints, complete and place the assembly at the required location and elevation with all parts rigidly secured in the required position'.Accurately notch joint materials for the reinforcing.steel. CP-3 rr 2. Curb Joints. Provide joints in the curb of the same type and location as the adjacent pavement. Use expansion Joint material of the same thickness,type, and quality required for the pavement and of the section shown for the curb. - Extend expansion joints through the curb.Construct curb joints at all transverse pavement joints. For.non-monolithic curbs, place reinforcing steel into the plastic concrete pavement as shown on the plans unless otherwise approved. Form or saw the weakened plane joint across the full width of concrete pavement and through the monolithic curbs. C. Placing afrd Removing Forms. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end.Tightly join and key form sections together.to prevent relative displacement. : Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements - for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 118 in. under finishing operations. Reset forms to fine and grade, and refinish the concrete surface to'correct grade. Avoid damago to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse j construction joint has been removed unless otherwise approved. When forms are removed before 72 hr. after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. Forms that are not the same depth as the pavement but are within 2 in. of that depth are permitted if the subbase is trenched or the full width and length of the form base is supported with a firm material to produce tfie required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms' for curves of 100-ft. radius or less. D. Concrete Delivery. Clean delivery equipment as necessary to prevent accumui?pon of bld concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 in. Segregated concrete is subject to rejection. Place agitated concrete within 60-min, after batching. Place non-agitated concrete within 45 min, after batching. In hot weather or under conditions causing quick-setting of the concrete,times may be reduced by the Engineer.Time limitations may be extended if the Contractor can demonstrate that the concrete can be properly placed, consolidated, and finished without the use of additional water. E. Concrete Placement. Do not allow the pavement edge to deviate from the established paving line by more than 1/2 in. at any point. Place the concrete asrrnear as possible to its final location, and minimize segregation and rehandling.Where x hand spreading is necessary, distribute concrete using shovels. Do not use rakes or vibrators to distribute concrete. - 1'. Pavement. Consolidate all concrete by approved mechanical vibrators operated on the front of the paving equipment. Use immersion-type vibrators that simultaneously consolidate the full width of the placement when machine finishing. Keep.vibrafors from dislodging reinforcement. Use hand-operated C��L vibrators to consolidate concrete in areas not accessible to the machine-mounted vibrators. Do not operate machine-mounted vibrators while the paving equipment is stationary. 2. Temperature Restrictions. Place concrete that is between40°F and 95°F at the time of discharge, except that concrete may be used if it was already in transit when the temperature was found to exceed the allowable maximum.Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95°F. Do not place concrete when the ambient temperature in the shade is below 40*F . and failing unless approved. Concrete may be placed when the ambient ' temperature in the shade is above 35°F and rising or above 40°F.When temperatures wan-ant protection against freezing, protect the pavement with an approved insulating material capable of protecting the concrete for the specified curing period. Submit for approval proposed measures to protect the concrete' from anticipated freezing weather for the first 72 hr. after placement. Repair or replace all concrete damaged by freezing. F. Spreading and Finishing. Finish all concrete pavement with approved self- propeiled equipment. Use power-driven spreaders, power-driven vibrators, power- driven strike-off, and screed, or,approved alternate equipment. Use the transverse finishing equipment to compact and strike off the concrete to the required section i and grade without surface voids. Use float equipment for final finishing. Use concrete I with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if float or straightedge operations result in. excess slurry. 1. Finished Surface. Perform sufficient checks with long-handled 10 ft. and 15-ft. straightedges bn the plastic concrete to ensure that the final surface Wwithin the tolerances specified in the contract documents. Chebk with the straightedge parallel to the centerline, 2. Maintenance of Surface Moisture. Prevent surface drying of the pavement' before application of the curing system.Accomplish this by fog applications of evaporation retardant on the pavement surface.Apply evaporation retardant at. the rate recommended by the manufacturer. Reapply the evaporation. retardant as-needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. 3. Surface Texturing. Perform'surface texturing using a combination of a carpet drag and metal tieing, if required by the contract documents. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag ` longitudinally along the pavement surface with the carpet contact surface-di-ea adjusted to provide a satisfactory coarsely textured surface. Operate the metal-tine device to obtain grooves spaced at 1 in., approximately 3116 in.deep,with a minimum depth of 1/8 in., and approximately 1112 in.wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement thatwill be overlaid.. 4. SmaIl or Irregular PIacements.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. 3 ' .4 } S. Emergency Procedures. Use hand-operated equipment for applying texfure, evaporation retardant and cure in the event of equipment breakdown. 0. Curing. Deep the concrete pavement surface from drying by grater fogging until the oxuing material has been applied.Makitain and promptly repair damage to curing troferials on exposed surfaces of concreia-pavement confinuoasly ibr at least 3 curing Mays.A curing day is defer as a 24-hr. period when either the fempemture taken in the shade away from artificial heat is above SOT for at kast 19 hr.or when the surface temperature of the c*ncrata is maintained above 4VF for 24 hr.Cudng begins when the concmts curing aptam has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequstaly.Other methods of curing in a=rdance with Item 420, "Concrete Structures."may be used when specil<led or approved. 1. Membrane Caring.After texturing and immediately after the free surfam moisft rra has disappeared, spray the conaata surface uniformly with 2 coats of membrane erring compound at an individual appftation rate of not more than 180 sq.I per gallon.Apply the€ust coat within 10 min. after c nmplefing texturing operafians.Apply the second coat w m 30 min.after completing texturing _ oparatians. More and during application,maintain curing compounds In a uniformly agitated condition,free of settlement. Do not.thin or dilute the curint~g compound. Where the coating shows diswritinuitles or other defects or If rain falls on the _ newly coated surfacs before the film has dried enough to rasist damage,apply Additional compound of the same rate of coverage to correct the damage. Ensure that ft curing compound twits the sides of the fining grooves. H. Sawing Joints.Saw joints to the depth shown on the plans as snort as sawing can be accomprmhed without damage to the pavement regardless of Larne of day or weaftr condiflons. Some minor raveling of the saw cut is acceptable. Use a chalk liner strung line, sawing template, or other approved method to provide a true joint alignmea Provide enough saws to motbh the paving production rate to ensure sawing carnpteffon of the earliest possible fime to avoid uncontrnlled cracking: Reduce paving production if necessary to ensure timely sawing of jo'rrft.Promptly restore membrane cure damaged within the first 72 hr. of curing. 1. P'ratecVon of Paveme'rrt and Opening to Traffic.Tesf ng for early opening is the tesponsibility of the Contractor regardless of jobs-control testing responsibilities unless cMerwisa shown in the plans or directed.Testing result interpmtstion for opening to trafric is subject to the epproval of the Engineer. 1. Protaction of Pavemanf. Erect and maintain barricades and other tandard and apprm ed devices that will exclude ail vehli les and equipment from the newly placed pavement for the periods specified. Before opening to traflio.protMA the pavement from damage due to crossings using approved rr a tcsds.MainWn an adequato supply of shwum or outer materlal to cover and pr+ fresh concrete . surface from weather damage.Apply as needed to protect the pavement surface from weather. 2. Opening Pavement to Traffic. Before opening to ba tc, dean pavement,place stable material against the pavement edges, seal Joints,and perform all other traffic safety related warp. C P40 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 2007-3 at Various Locations and City of Fort Worth Project No. C293-541200-205620066483. CONTRACTOR: JLB CONTRACTING,LP By: Name: James G_Humphrey_ President of Title: -- JLB Management, Inc.,its' General Partner Date: 7 STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on `his day personally appeared _ , I U L-' known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of JLB CONTRACTING,LP for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this day of.(I, r� 4aPublic in and for he State of Texas E INDAOLIPHANT,OTARY PUELKATATE OF TEXASComm.Expires 03-10.2009 M CERTIFICATE OF LIABILITY INSURANCE 06/28/2 0' PRODUCER (817)457-6700 FAX (817)457-7246 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION THE SWEENEY COMPANY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1121 E. Loop 820 South HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR p ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P 0 Box 8720 Fort Worth, TX 76124-0720 INSURERS AFFORDING COVERAGE NAIC# INSURED JLB Contracting, LP INSURERA: Bituminous Casualty Corp P 0 Box 24131 INSURERS: Am Guarantee & Liability(Cas Mkt Fort Worth Tx 76124 INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDT TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATIONINSR ATE(MM/DDlYY) LIMITS GENERAL LIABILITY CLP 3 233 986 09/30/2006 09/30/2007 EACH OCCURRENCE $ 1,000,00 X1 COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 1()0,00 CLAIMS MADE M OCCUR MED EXP(Any one person) $ 5,00 A X XCU PERSONAL&ADV INJURY $ 1,000,00 rw X CONTRACTUAL GENERAL AGGREGATE $ 2,000,001 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PROJECT LOC AUTOMOBILE LIABILITY CAP 3 507 948 09/30/2006 09/30/2007 COMBINED SINGLE LIMIT X ANY AUTO (Es accident) $ 1,000,00 X ALL OWNED AUTOS BODILY INJURY A $ X SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLALIABILITY AUC-9376460-03 09/30/2006 09/30/2007 EACH OCCURRENCE $ 3,000,00 X OCCUR CLAIMS MADE UMBRELLA AGGREGATE $ 3,000,000 B Is DEDUCTIBLE Is RETENTION $ Is WORKERS COMPENSATION AND WC 3 233 982 09/30/2006 09/30/2007 X I WCSTATU. OTH- EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ 1,000,000 AANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS t LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS MAC SURFACE OVERLAY (2007-3) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS, CITY PROJECT 0. 00664, DOE PROJECT NO. 5635, TPW PROJECT NO. C293-541200-205620066483. CERT HOLDER NAMED ADLN INSURED EXCEPT ON WORKERS COMP WITH GENL LIAB BEING PRIMARY & NON-CONTRIBUTORY WITH WAIVER OF UBROGATION ON ALL POLICIES AS REQUIRED BY WRITTEN CONTRACT. 30 DAY CANC NOTICE AMENDED TO 10 DAY FOR ON-PAY OF PREMIUM. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL KkkX00M MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF FORT WORTH )f KTQ,XXK0MXNMXIK);(X XXX 1000 THROCKMORTON ST Xl XLX " lEXXmumm�6t'CD XXXXXXXXXXXX FT WORTH, TX 76102 AU VI D RE I-SENTATI ACORD 25(2001108) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). — If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s),authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001/08) 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 Awaard 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: L Date of Contract Award Type of Work Amount of Name and Address of Bond Bond Surety Bond# 324 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) JLB Contracting, LP , as Principal herein, and (2) Westfield Insurance Company , a corporation organized under the laws of the State of (3) Ohio , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of One Million, Seven Hundred Thirty Four Thousand, Five Hundred Seventy Six Dollars and Fifty Cents Dollars ( $1,734,676.50 ) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 19th day of June , 2007, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of HMAC SURFACE OVERLAY 2007-3 at Various Locations Pro'ecl t No. C293-541200-205620066483. NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of j the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this le day of June , 2007. JLB CONTRACTING, LP PRINCIPAL ATTES By: 'O Name: james G.Humphrey Preeklem of ( inc al) Secretary '' — Title: JLB Management,Inc.,its General Partner Linda Oliphant,Secretary of (S E A L) JLB Management,Inc.,its General Partner Address: P.O. Box 24131 Fort Worth, Texas 76124 n ss as t6 Principal TFIELD INSURANCE COMPANY S -1 r� Lm�Q ATTEST: By: Nam K W. ene Secretary At rney in Fact (S E A L) Address: 555 Republic Drive, Suite 450 Piano, Texas 75074 W Irasl. to Su ty Jennifer R. Borock Telephone Number. 972-516-2600 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of - Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. -- IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, Texas 78714-9104 Fax # (512) 475-1771 PREMIUM OR CLAIM DISPUTES The address of the surety company making this bond to which any notice of claim should be sent may be obtained by calling the Texas Department of Insurance at the above number. Should you have a dispute concerning your premium or about a claim, you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached document. This notice is given to comply with Section 2253.048, Texas Government Code and Section 53.202, Texas Property Code effective September 1, 2001. Bond# ,'-I PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) JLB Contracting, LP , as Principal herein, and (2) Westfield Insurance Company , a corporation organized and existing under the laws of the State of(3) Ohio , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of One Million, Seven Hundred Thirty Four Thousand, Five Hundred Seventy Six Dollars and Fiftv Cents Dollars ($1,734,576.50) 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 19'h day of June , 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 2007-3 at Various Locations Project No. C293-541200-205620066483. 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. ri 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 19th day of June , 2007. JLB CONTRACTING, LP PRINCIPAL ATTEST- By: Name: birds 0.Humphrey,P=kW of - f, inc' al) Secretary Title: JW Management,Inc.,its General PNOW Linda Oliphant,Secretary of (S E A L) JLB Management,Inc.,its General Partner Address: P.O. Box 24131 Fort Worth, Texas 76124 Wi ss as to Principal WESIAFIELD IN NCE ANY SU ATTEST: By: Name: K le#Swne Secretary Attorney in Fact µ (S E A L) Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 .Ica Wit ss as to S ety Jennifer R. Borock Telephone Number: 972-516-2600 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond# 324 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That JLB Contracting, LP ("Contractor"), as principal, and, Westfield Insurance Company a corporation organized under the laws of the State of Ohio ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of One Million, Seven Hundred Thirty Four Thousand, Five Hundred Seventy Six Dollars and Fifty Cents Dollars ($1,734,576.50), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors,jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 19th of June , 20 07, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: HMAC SURFACE OVERLAY 2007-3 AT VARIOUS LOCATIONS the same being referred to herein and in said contract as the Work and being designated as project number(s) C293-541200-206620066483 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 said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be Bond# 324 null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in 6 counterparts, each of which shall be deemed an original, this 191h day of June , A.D. 2007. JLB CONTRACTING, LP - PRINCIPAL ATTEST- By: Name: rin al) Secretary JLB Management, Inc.,its General Partner Linda Oliphant,Secretary of Title: (S E A L) JL8 Mamrwd,Inc.,its General Partner Address: P.O. Box 24131 Fort Worth, Texas 76124 i Wt e s as t Principal WESTFIELD INSURANCE COMPANY SUR ATTEST: By: Name: a S w e e Secretary Attorney in Fact (S E A L) Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 Wit essjtoSty Jennifer R. Borock Telephone Number: 972-516-2600 3 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety _ Telephone number of surety must be stated. In addition, an original copy df-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. General POWER NO. 4220052 06 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. - Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a 'Company' and collectively as 'Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio,do by these presents make,constitute and appoint CHARLES D.SWEENEY,MICHAEL A.SWEENEY,KYLE W. SWEENEY,BOBBY E.MAYO,JOINTLY OR SEVERALLY of FORT WORTH and State of TX Its true and lawful 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- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE,OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment Is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved,that the President,any Senior Executive,any Secretary or any Fidelity 8.Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-In-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' 'Be it Further Resolved,that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February 8,2000). In Witness Whereof.WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 26th day of FEBRUARY A.D.,2003 . ,„....w,. ............. ...,.,, Corporate a \asya:Q c~y�. �Pj1ONAL DNS.,,, �•t_G ''••, WESTFIELD INSURANCE COMPANY Affixed '+ "'"•�'�' �i, WESTFIELD NATIONAL INSURANCE COMPANY O r F i .,G' + �T h`:f `� i �' :'� E� �3 OHIO FARMERS INSURANCE COMPANY Ej SEAL :1 State of Ohio *.,.,.,,•.'` •.,,�.......•."•`. By: County of Medina ss.: Richard L.Kinnaird,Jr., Senior Executive On this 26th day of FEBRUARY A.D.,2003 ,before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say,that he resides in Medina, Ohio;that he Is Senior Executive of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order. Notarial Seal ,•`a�1 A L �'yi .. Affixed �`���111// •� • William J.Kahelin,A rney at Law, Notary Public State of Ohio -z 010 My Commission Does Not Expire(Sec.147.03 Ohio Revised Code) County of Medina ss.: ,.- .VTE„OF�.. 1, Frank A.Carrino,Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors,set out In the Power of Attorney are In full force and effect. In Witness Whereof. I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 19th day of June A.D., 2667 . asva�p �, ,o ,Ac N• •'"'"' 'N u„ 46 it . i°ALe Ste ,. m SEAL .m_ ion - Ss �. ;,�.• .p ; Frank A. CBITInQ, ecretl; BPOAC2(combined) (06-02) CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT This agreement made and entered into this the 19t' day of June , 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 within Y said City on the 11th day of December, A.D., 1924, under the authority (vested in said voters by the "Home Rule" provision) of the 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 JLB Contracting, LP HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: HMAC SURFACE OVERLAY 2007-3 AT VARIOUS LOCATIONS Designated as project number, C293-541200-205620066483 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 170 (One Hundred Seventy) 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 additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $ 420.00 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 for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications, and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete 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 ne_gli_gence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this C-2 Contract, whether or not any such iniury or damage is caused in whole or in part by the ne_gli_gence or alleged ne_a i_gence 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 ONE MILLION, SEVEN HUNDRED THIRTY FOUR THOUSAND, FIVE HUNDRED SEVENTY SIX DOLLARS AND FIFTY CENTS $1,734,576.50 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 contract 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. r IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in Six 6 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 Six 6 counterparts with its corporate seal attached. C-4 Done in Fort Worth, Texas, this the 19t' day of June , 20 07 . RECOMMENDED: FORT W 7 /ar'. el� DIRECTOR, DEPARTMENT OF ASSISTANT CITY MANAGER ENGINEERING APPROVED: DIRECT R, TRANSPORTATION AND JLB CONTRACTING,LP PUBLIC WORKS ATTEST: (Contractor) � CI SECRETARY (SEAL) BY: _ (Representative) Contract h thor zation James G.Humphrey,President of Date J anager"tr gg)its neral Parft APPROVED AS TO & (Address) LEGALI . (City/State/Zip) A TA I ATTOR Y November 1960 Revised May 1986 Revised September 1992 Revised January 1993 Revised April 1999 Revised June 1999 Revised June 2001 2 ?Iti ._ v'�r�v'��'d��� I,c,�wvuc�0 u l U ser `l-CC-l" °rC�� C-5 = 'rY' r,� U � . 'JJ mii, �I ?", 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 (817) 871-8306, 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 Expected Construction Dates Limits Name Limits Weather Permitting 1100 to 1200 Brown Street Yates Avenue to Keller Springs Parkway From 6-20-06 to 7-4-06 C (o ► pO Nombre del Proyecto: HMAC Surface Overlay( ) Numero del Proyecto DOE: Ubicacion Mapsco: Notificacion de Mantenimiento de la Calle Como parte del Programa de Mantenimiento de [as 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 Jos digs especificados abajo, vehiculos no deben estacionarse el la calle. Tambien, por favor apague su sistema de regar el casped cerca de la calle. Si tiene alguna pregunta o concierne, por favor Ilame al contratista al Si no resuelve su concierne a su satisfaccion, puede tambien Ilamar a la Oficina de Inspeccion de la Ciudad de Fort Worth al (817) 871-8306, de lures 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 Ilame al (817) 392-8100. Urnites Nombre Limites Fechas de Construccion De Blogues de Calle De Proyecto Permitiendo el Fstado de Tiemao 1100 a 1200 Brown Street Yates Avenue a Keller Springs Parkway De 6-20-06 a 7-4-06 PROJECT DESIGNATION SIGN r 41 011 JL 1'/4�� tlORTWORTH � PMS 288 PMS '167 A 3" • 3" REET MAINTE14A CE PROGRAM d- 1 Y2 Contractor: 2�2"• Coritradtor's- Name • /21t 1/2" TELEPHONE NUMBER 16V211 FORT WORTH IN L000- CHELTINGHAM SOLD ALL OTHER LETTERING IN ARIAL BOLD LOGO COLORS: FORT WORTH - PMS 288 LONGHORN LOGO- PMS 167 i L EGEND j H.M;A.C. REHABILITATION I = . III If f WEDGEMILLMNO _ (RECYCLE /OVERLAY ONLY 0 z BUTT JOINT n I STREET BEGIN OR END POINT. REGARDLESS OF a THE INTERSECTING i STREETS ANGLE. i 0 NOTE: BUTT JOINTS NOT REQUIRED WITH , O REMIXING PROCESS. ' D- 1 TYPICAL REVISED: LAYOUT. FOR RECYCLING ACTIVITES ncv N.• DATE : 1 1990 UNLESS NOTED• OTHERWISE IN STREET SCHEDULE NOTE :(1)AN ATTEMPT HAS BEEN MADE.TO DETAIL AS MANY STD. FIELD SITUATIONS AS POSSIBLE HOWEVER I THE CONTRACTOR MIGHT HAVE TO OVERLAP PARTS OF LEGEND THESE DETAILS TO CONFIGURE -A LAYOUT THAT BEST APPLIES,TO A PARTICULAR SITUATION, H.M.A.C. REHABILITATION (2) BUTT JOINTS NOT REOUIRED WITH 1 11 11 WEDGEMILLING REMIXING PROCESS. (RECYCLE/ OVERLAY ONLY ) BUTT JOINT MEDIAN MEDIAN STREET BEGIN OR END POINT 10 0 - 2 REVISED: f4EV,IMe. DATE: TYPICAL 1 1990 LAYOUT FOR RECYCLING-ACTIVITIES' FOR BLVD. SECTION UNLESS NOTED OTHERWISE IN STREET SCHEDULE NOTE*: IF EITHER RADIUS DOES NOT HAVE AN ISLAND, IT WILL BE TREATED AS INDICATED BY APPLICABLE LEGEN-D DETAIL H.M.A.C.REHABILITATION ► WEDGEMILLINO (RECYCLE/OVERLAY ONLY ) BUTT JOINT STREET BEGIN OR END POINT REGARDLESS OF THE INTERSEC. ING STREETS ANGLE. NOTE :(I)ALL RIGHT TURN STORAGE ' LANES SMALL BE CONSIDERED AS PART OF CONTRACT. (2) BUTT JOINTS NOT REQUIRED WITH REMIXING, PROCESS. D- 3 REVISED: 11[V.Ne. DAT[ TYPICAL 1 I990 LAYOUT FOR RECYCLING ACTIYITES . UNLESS NOTED OTHERWISE IN STREET SCHEDULE. is 1 / • r.. ��r�+�� - �-r��• ��r...rrww. .� • r . �. � � •�. ..�_' '�•' -��-_�iH ram+!'. 'fir;. - � �.�� ■��■� .� ■.-r''l+;ter .f ;.r�■���i�'�� ; ' am , 911 191 Ill is Nil No so Eflz�� 1 H.M.A.C.REHABILITATION •� 'i /OVERLAY ONLY.) �.�. i �. • LANES .r.. RADIUSTURN 1 AS STANDARD. BUTT JOINT BE SQUARED OFF, IF NEEDED AS A RESULT • f CONC. VALLEY i GUTTER. f 1 JOINTS NOT • • f PROCESS.WITH REMIXING 1 • 1 1990 CTIVITIES WHEN INTERSECTING LAYOUT FOR RECYCLEDSTREETS ARE SIMULTANEOUSLY1 UNLESS NOTED OTHERWISE 19 STREET SCHEDULE COLLAR CONFIGURATION COLLAR CONFIGURATION FOR PAVED AREA IN UNPAVED AREA 4'-0" (MANHOLE) 2'-0" (WATER VALVE) (8) #4 BARS, PLACED AS SHOWN. USE CLASS.„A,. (3000 LB) CONCRETE. F': ;:..''1: - 3", TYP. LLI ILLJ La .'Iy .:• tip.• �•��:�� .� _ • i•+•: it • %1• r• a. _ •PLAN VIEW - CASE ASE 3/4.. CHAMFER GRADE RINGS 3 MIN. TYP. N L • .; ,• ,,,_ _ GROUND COLLAR _•`'��''"' '.},•:, ' ; THICKNESS :.' •.,.: ::,• VARIES, 8" MIN. :,2 27 S(ff ?::•., RAM NECK, TYP. r� CASE #1 COLLAR SHALL EXTEND. TO SECTION "A-A� BOTTOM OF 2:27 CONCRETE (REBAR REQUIRED). CASE #2- COLLAR SHALL EXTEND 3" BELOW (MANHOLE COLLAR SHOWN) BOTTOM OF LOWEST•GRADE RING (NOT TO SCALE) (REBAR REQUIRED). Wox�, CITY OF FORT WORTH. TEXAS DATE: 09/2004 MANHOLE AND. WATER VALVE CONCRETE COLLAR • STR-028 A 50"K FEET Of VALLEY GUTTER MEASURED fItOY SACK-OF-CUR! TO SACK-Of-CUR• EXPANSION JOINTS TRANSITIONAft I, ,♦ 1 5 V 1 TRANitT10N AREA(WIDTH AS REQUIRED) DUYYY MATCH Uf XIS ING A JOINTS PLAN VIEW Not to Sco% An %Vfrt w afore loon el't dept4 ead eo /eee the,* &q'!R depth rill At"gAlired/e'ell e'Irtde roller gutterX Tee taetroctoi a/l/ De recalree to last the puller With motor before the Job is ocevies 'rCONCRETE .EXIST,H,M.A.0 VALLEY =.���� rVM'T • LASE GUTTER M0.3}24"C-C TRANSITION ifl TRANSITION EXIST.KKA.C. ITEM NO.302 T MOT-R LASE CONCRETE SASE Crtished CONCRETE BASE . _ Limestone RESIDENTIAL STREETS SECTION 'A —A' Not to Scoff The T',reinlarced concnta rn!/sy shallfap/oct the top T f the paremeat wl. the remal inQ portion-of poroment to ha constracled l�ciuding sahpnade lrootmtal, is accordonce with the lypical paring seclion. Tht concrete Holley Iwillhe goveretd according to city standards for concrole curb and pultie rho coacrett Mall be of iroshed and scrooned aggregate with a moo. of f/re(5j sacks of coat tat pet cabfc yard Of concrete. With a minimum compressi ve strength of 3,000 pounds per square inch in seven days. CONCRETE WAL L EY DETAILS GROUND LINE 1,5'MIN. FACE OF CURB SUITABLE MATERIAL TAMPED IN •� LIFTS NOT CURB AND ~ o EXCEEOINC ~a GUTTER c0 10' LOOSE. rt• A ♦ X� y1Y'M N• . TOP OF CURB N _z WASHED ROCK 12" OVERLAP F .PER ITEM 402 q FILTER FABRIC PER PAY ITEM NO. 113 v _ 4 0.3' PIPE SHALL BE 6" PERFORATED POLYVINYL- CHLORIDE TUBING PER ASTM D-1784 UNLESS SPECIFIED OTHERWISE. SUBDRAiN . CITY OF FORT WORTH,TEXAS-CONSTRUCTION STANDARD DRAWING NO. S—S II tjoolF. DATE: 3-7-95 367 Addendum 3 PLAN VIEW BACK OF BACK F CURB Varies (Min.30'-Max 40') 2' (Varies) 21-7.5" 6'-3" 2'-7.5" (Varies) 2' (TYp•) (T p-) (TYP•) 12"WHITE HOT TAPE (AVERY DENNISON OR EQUIVALENT) co NN co 1 � 1 • C 1 N 12"WHITE HOT TAPE (AVERY DENNISON Striping and reflectors to be OR EQUIVALENT) install by the Contractor WHITE TYPE II 1-SIDED REFLECTORS Overall length Overall width Height: 3-112 inches '!amp Gradient: 8.57 in 1 (30 inches 13-112 inches height) DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS CITY OF _'ide Gradient: 3.43 in 1 (12 inches 1 3-112 inches heigh TRAFFICFN61NEEPoNG FORT WORTH SPEED CUSHIONS onaml m AJB DAM January JS,2004 rwr�vEner DRAWING NOT TO SCALE ATTENTION: CURB RAMPS* SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS ►THERE FEASIBLE. SEE FIGS. 58, 59 & 60. WH --.,/ HAIR RAmp - S. TANDARD D Al S Cft OF FORT WORTH, TEXAS - CONSTRUCTION STANDARD OCTOBER, 1992, REDRAWN OCTOBER 2002 R.O.W. s' MONOLITHIC SIDEWALK CIRB STREET CURB LINES To BE EXISTI14� PARKWAY , 1/4" DEEP ru 4 JOINT, 4' GAP l' R • T 4" • ' SIDEWALK CURB 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-SECT 10 N 1. FOR PARKWAY WITH ELEVATION BELOW STREET ELEVATION, THE SIDEWALK CURB MUST BE. 2" CITY OF FORT WORTH, TEXAS - CONSTRUCTION STANDARD HIGHER THAN THE STREET CURB. OCTOBER, 1992, REDRAWN••OCTOBER 2002 2. SIDEWALK CURB SHALL NOT ENCROACH ON THE PROPOSED WIDTH OF THE SIDEWALK RAMP. 3. FOR TYPE I RAMP MAXIMUM SIDEWALKCURB HEIGHT 0" TO 7". CffY OF FORT WORTH, TEXAS DATE: 09/200.+ ORT WiQRT ACCESSABI LITY RAMP -- TYPICAL CROSS SECTION STR-031 EXISTING '15' R SCALE 1" 5' • SIDEWALK RAMP W/ COLORED SURFACE NOTES •1)'EXPANSION JOINT AND SILICONE SEALING . SHALL BE SUBSIDIARY TO UNIT PRICE BID FOR SIDEWALK. EXISTING CURB AND GUTTER 2)'THE ACTUAL LIMIT OF-REMOVAL OF EXIST BE AS DIRECTED BY THE ENGINEE R I N HE ALL FIELD. . 3)IN STALLED ON BOTH RS`IDEESS OF THE RAMP Y BE 6" DEPENDING ON THE FIELD CONDITION OR AS DIRECTED BY THE ENGINEER. 4)CURB RAMPS WITH RETURNED CURBS MAY BE 18" OR 24" USED WHERE PEDESTRIANS WOULD NOT NORMALLY WALK ACROSS THE RAMP. 5) SLOPE OF CURB RAMP AND/OR SIDEWALK SAWCUT FOR SHALL BE.A MAXIMUM OF 1,12. FLARED SIDES CONCRETE OF.RAMP SHALL HAVE A MAXIMUM SLOPE OF PAVEMENT ' 1:10, UNLESS PEDESTRIANS COULD WALK ACROSS THE RAMP THEN THE MAXIMUM SLOPE SHALL BE 1:12. 9. SODDING AS REQUIRED PROP.OCURB F or MONOLITHIC SIDEWALK CURB CURB OORRIC (SEE NOTES) �A CUNO RB ORIC FLARED 3 �ry SEE NOTES) FLARED.SURFACE OR CURB SODDING rt AS REQUIRED ACK OF PROP. CURB A FACE OF PROP. 7" CURB p' Snj��Ra CliR0 5'TDAV�M7r SAWCUT FOR HMAC PAVEMENT • & G STANDARD PAY LIMIT DETAIL t? OIRgT 0 RUT IH Cmr OF FORT WORTH, TEW DATE: 09/20a4 ACCESSABUTY RAMP - PAY LIMITS STR--032 EXISTING 15' R SCALE 1" = 5' SIDEWALK RAMP { W/ COLORED SURFACE NOTES . 1) EXPANSION JOINT AND SILICONE SEALING SHALL BE SUBSIDIARY TO UNIT PRICE BID FOR SIDEWALK. EXISTING CURB AND GUTTER 2) THE NGACTUAL CLURB AN LIMIT UF R UTTER ANDSIDEWALK OVAL OF HALL BE AS DIRECTED BY THE ENGINEER IN THE FlELD. s" 18" OR 24" SAWCUT FOR CONCR E PAVEMF� 9� SODDING AS REQUIRED ACK OF PROP. CURS ' MONOLITHIC SIDEWALK CURB 44OOYE li i VNGN r TOO[, GROOVE J6iMtNITH T004 'SODDING AS REQUIRED EXPANSION JOINT & SILICONE SEALING BACK OF PROP. CURB FACE OF PROP. 7" CURB SAWCUT FOR HMAC PAVEMENT JOINT DETAIL ORS'WORfi CFTY OF FORT WORTH. TEXAS ' QAT>~ 69/2004 ACCESSABILITY RAMP -- JOINT DETAIL STR-033 PERPENDICULAR PUBLIC SIDEWALK CURB RAMP r�ro p�'7 F ane PARAM PUBLIC sSb �En DONALK CURB RAMP t Level Le ndinga t Tl Cila umnd(ader PuNc Rmm (c) ZOMBINED(PARALLEUPMtPE aCULAR)PUBLIC SIDEWALK CURB RAMP FIC•58 mud stdmow cu b Remo &RqT9Ro CITY OF FORE WORTH, TEXAS oATE 09/2004. ACCESSABILITY RAMP -- TYPICAL CROSS SECTION STR-034 _ ATTEN(ION: 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. 14.2.6 Vehicular Ways and Facilitie's 13 F"andiculce public aldewalk curb ramp 1"Wpandieular pubQc sidewalk curb ramp in public sidewalk with parkway public aidawalk Q ia) (b) (c) arallal public aidawalk curb ramp Cumbinatian public aidewaik curb ramp parpartdleular ubiic aidawalk curb ramp In public sidewalk in public sdewalk with Parkway at praPacted intarsact(an Fig. 60 Public Sidewalk Cirb Ramps at Marked Crossings ORT aR CITY of FORT WORTH, TWS rA� 09/2004 ACCESSABILITY RAMP - FI-GURE 60 STR-055 x Y RUNNING SLOpg WINNING SLOPE 1.20 MAX 1:12 MAX COUNTrsR SLOPE T i 2q MAX WALK CURS RAMP 7TREEIT NaTFa (1) Slope = r-/x -where x is it loyal taupe (2) Counter Blood shall not crcced Lf20 Fig. B4.7.2 Measuremaut of Carb Ramp Slope PLANTING OR OTHER j NUNI1' LENG SURFACE • x ' r FLARED.SIDE R 1 0 , 10 NOTE: It x < 48" (L220 Baas) khan the rldpe at the , tLtred aLdae ahrLl'nab aseead 1:11 ' (a) Flared SLdas (b) Returned Curb Fig. B4.7.5 Sides of Curb Ramps �e =III t 9179 I i0 Fig. B4.7.5 Built—up Curb. Ramp OCTOBER, 1992, REDRAWN OCTOBER 2002 Fowwof CITY OF•FORT WORTH, TEXAS DATE: 0s/2004 r�V ACCESSABILITY RAMF' -- RAMP SLOPE DETAILS . STR-•036 ATTENTION: CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS ITIT$ LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHERE FEASIBLE. SEE FIGS. 58, 59 & 60. YI-D A- AYOU -S CITY OF FORT WORTH, TEXAS - CONSTRUCTION STANDARD OCTOBER, 1992, REDRAWN OCTOBER 2002 TYPE E . I EXISTING 15' R. SCALE 1" = 4' PROP. 4' RAMP WITH COLORED SURFACE o H ' Q�] Q U 1:12 1:12 VARIABLE HEIGHT CURB 1 1/2' R. (TYP) CITY OF FORT WORTH, TEXAS. DATE: 09/2004 ORT4 ACCESSABILITY RAMP -- TYPE I (Wll5' RADIUS) STR--037 TY.0 E 1 EXISTING 20' R. SCALE 1" = 4' PROP. 4' RAMP WITH COLORED SURFACE w U 1.48 1:12 VARIABLE HEIGHT CURB 1 1/2' R. (TYP) FORT WORT CITY OF FORT WORTH, TEXAS DATE 0912004 ACCESSABILITY RAMP -- TYPE I (20 RAD.) STR--038 1 I ) s s1mG CURB & GU7TRR I TYPE -III- EUSTING 15, R. SCALE 1'* y 41 6- ® SIDEWALK RAMP WITH COLORED SURFACE - is" OR z4" BROOM FINISH SAwcur FOR HMAC PVUT. ® HMAC TIE-IN 9 DINVv ASDRgqu=o ! BACK or PROP. CB. MONOLTIFiiC CURB 1:36 ca f�2:12 + 1:48 SODDING ^d A5 RFQU= " BACK OF PROP CURB RAC$ of 7" CURB EXISTING.CMB :G�um�a� smrcUT.FOR CONcFxm PAVEkm aRT WuRT CITY OF FORT, WORTH, TEXAS DATE: 09/2004 ACCESSABILITY RAMP — TYPE IH (Z 5' RADIUS) STR-039 I I TYPE III ' n EXISTING 20' R. E ISTIINGMCURB SCALE 1" = 4' GUIT SIDEWALK RAMP WITH COLORED SURFACE ia` OR 24.^ BROOM FINISH H MAC PVMT �O+ HMAC TIE-IN Yy 9" SODDING AS REQUIRED I • BACK OF PROP, CB. K. 1:12 VARIABLE HEIGHT CURB • 1':36 if OF EXISTING. CURB do GUTTER SODDING AS REQUIRED BACK OF PROP CURB FACE OF 7" CURB SAWCUT FOR CONCRETE PAVEMENT &40R3 CITY OF FORT WORTH, TEXAS HATE: 09/200+ ACCESSABILITY RAMP - TYPE III (20' RADIUS) STR--040 1 CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project : HMAC 2007-3 DOE No: 5251 Fund Code: 03 HOLE # 1 LAB NO: 82442 LOCATION: 1300 Langston St. /4 6 . 00" HMAC 8 . 00" Rocks & Gravel 7 . 00" Orange brownish clay w/sand, rocks & gravel ATTERBURG LIMITS: LL: 33 .3 PL: 18 . 1 PI : 15 .2 SHRKG: 9 . 0% MUNSELL COLOR CHART: 7 .5 Yr. 6/4 Light brown clay UNIT WEIGHT: 146 . 0 #/CFT (4" HMAC) HOLE # 2 LAB NO: 82443 LOCATION: 1405 Langston St. /4 5 . 00" HMAC 8 . 00" Rocks & gravel 8 . 00" Orange brownish clay w/sand, rocks & gravel ATTERBURG LIMITS : LL: 30 . 7 PL: 17 . 9 PI : 12 . 8 SHRKG: 6 . 0% MUNSELL COLOR CHART: 7 . 5 Yr. 5/4 brown sandy clay UNIT WEIGHT: 146 . 0 #/CFT (4" HMAC) HOLE # 3 LAB NO: 82444 LOCATION: 1505 Langston St. /4 6 . 00" HMAC 8 . 00" Rocks & gravel 4 . 00" Sand, rock & gravel 6 . 00" Orange Brownish clay w/sand ATTERBURG LIMITS: LL: 42 . 9 PL: 23 .6 PI : 19 . 3 SHRKG: 10 . 0% MUNSELL COLOR CHART: 10 Yr. 5/4 Yellowish brown clay UNIT WEIGHT: 146. 0 #/CFT (4" HMAC) HOLE # 4 LAB NO: 82445 LOCATION: 1699 Langston St. /4 6 . 0 0" T1MAC 6 . 00" Sand, rocks & gravel 7 . 00" Light brown sandy clay 6 . 00" Dark brown sandy clay ATTERBURG LIMITS: LL: 29 . 9 PL: 14 . 7 PI : 15 .2 SHRKG: 8 . 0% MUNSELL COLOR CHART: 10 Yr. 5/3 Brown clay UNIT WEIGHT: 146 .0 #/CFT (4" HMAC) HOLE # 1 LAB NO: 82446 LOCATION: 201S. of Rosedale Q Andrew Ave. W/4 7 . 00" HMAC 13 . 00"Brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 37 . 0 PL: 22 .5 PI : 14 . 5 SHRKG: 6 . 0% MUNSELL COLOR CHART: 10 Yr. 6/3 Pale brown sandy clay UNIT WEIGHT: 146. 0 #/CFT (4" HMAC) 2 HOLE # 2 LAB NO: 82447 LOCATION: 2201S. of Rosedale @ Andrew Ave. E/4 5 . 00" HMAC 15 . 00" Brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 39 . 0 PL: 21 . 0 PI : 18 . 0 SHRKG: 9 . 0% MUNSELL COLOR CHART: 10 Yr. 6/3 Pale brown clay UNIT WEIGHT: 146 . 0 #/CFT (4" HMAC) HOLE # 1 LAB NO: 82448 LOCATION: 4800 Rice Ln. S/4 6. 00" HMAC 5 . 00" Sand, rocks & gravel 7 . 00" Rock 5 . 00" Orange brownish sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 37 . 0 PL: 19. 0 PI : ' 18 . 0 SHRKG: 10 . 0% MUNSELL COLOR CHART: 7 . 5 Yr. 6/4 Light brownish clay UNIT WEIGHT: 146. 0 #/CFT (4" HMAC) HOLE # 2 LAB NO: 82449 LOCATION: 4809 Rice Ln. C/4 2 . 00" HMAC 6. 75" Damaged 227 4 . 00" Sand, rocks & gravel 3 .75" Orange brownish sandy clay w/rocks & gravel 5 . 50" Reddish orange brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 53 . 0 PL: 23 . 0 PI : 30 . 0 SHRKG: 16 . 0% MUNSELL COLOR CHART: 10 Yr. 7/4 Very pale brown clay UNIT WEIGHT: 131. 0 #/CFT HOLE # 3 LAB NO: 82450 LOCATION: 201W. of Queen St. @ Rice N/4 5 . 00" HMAC 4 . 75" Sand, rocks & gravel 12 . 00" Brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 33 . 0 PL: 17 . 0 PI : 16. 0 SHRKG: 8 . 0% MUNSELL COLOR CHART: 7 . 5 Yr. 6/3 Light brown clay UNIT WEIGHT: 146 . 0 #/CFT HOLE # 1 LAB NO: 82451 LOCATION: 201E. of Dillard @ Calumet S/4 6.50" HMAC 14 . 00" Brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 36 . 0 PL: 30 . 0 PI : 6 . 0 SHRKG: 5 . 0% MUNSELL COLOR CHART: 10 Yr. 6/2 light brownish gray sand UNIT WEIGHT: 14640 #/CFT (4" HMAC) HOLE # 2 LAB NO: 82452 LOCATION: 2201E. of Dillard @ Calumet C/4 6 .25" HMAC 5 . 00" Gray sandy clay w/rocks & gravel 10. 00" Orange brownish sandy clay w/rocks & gravel _ ATTERBURG LIMITS: LL: 27 . 0 PL: 17 . 0 PI : 10 . 0 SHRKG: 4 . 0% MUNSELL COLOR CHART: 10 Yr. 6/3 Pale brown sandy clay UNIT WEIGHT: 146 . 0 #/CFT (4" HMAC) 3 HOLE # 3 LAB NO: 82453 LOCATION: 201W. of Birdwell a Calumet St. N/4 8 . 50" HMAC 3 .25" Sand, rocks & gravel 10 .00" Brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 45 . 0 PL: 40 . 0 PI : 5 . 0 SHRKG: 3 . 0% MUNSELL COLOR CHART: 10 Yr. 6/3 Pale brown sand UNIT WEIGHT: 146 . 0 #/CFT (4" HMAC) HOLE # 1 LAB NO: 82454 LOCATION: 201E. of Dillard a Rudd St. S/4 7 . 00" HMAC 13 . 50" Brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 41 . 0 PL: 20 . 0 PI : 21 . 0 SHRKG: 11. 096 MUNSELL COLOR CHART: 10 Yr. 6/2 Light brownish gray clay UNIT WEIGHT: 146 . 0 #/CFT (4" HMAC) HOLE # 2 LAB NO: 82455 LOCATION: 220'E. of Dillard a Rudd St. C/4 6 .75" HMAC 3 .25" Sand, rocks & gravel 11 . 00" Grayish brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 43 . 0 PL: 20 . 0 PI : 23 . 0 SHRKG: 12 . 0% MUNSELL COLOR CHART: 10 Yr. 6/2 Light brownish gray clay UNIT WEIGHT: 146 . 0 #/CFT (4" HMAC) HOLE # 3 LAB NO: 82456 LOCATION: 201W. of Birdwell a Rudd St. N/4 7 .75" HMAC 14 . 00" Grayish brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 30 . 0 PL: 16 . 0 PI : 14 . 0 SHRKG: 7 .096 MUNSELL COLOR CHART: 10 Yr. 5/3 Brown sandy clay UNIT WEIGHT: 146 . 0 #/CFT (4" HMAC) HOLE # 1 LAB NO: 82457 LOCATION: 201S. of Fitzugh a Lena St. W/4 9 . 00" HMAC 6 . 00" Sand, rocks & gravel 6 .25" Greenish brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 35 . 0 PL: 15 . 0 PI : 20 . 0 SHRKG: 9. 0% MUNSELL COLOR CHART: 2 . 5 Yr. Light yellowish brown clay UNIT WEIGHT.: 1,46...0 #/CFT (4" HMAC) HOLE # 2 LAB NO: 82458 LOCATION: 2617 Lena St. C/4 F8 .75" HMAC 5 . 50" Sand, rocks & gravel 8 . 00" Greenish brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 31.4 PL: 15 .2 PI : 16 .2 SHRKG: 8 . 096 MUNSELL COLOR CHART: 10 Yr. 6/6 Brownish yellow clay UNIT WEIGHT: . 146 . 0 #/CFT (4" HMAC) 4 HOLE # 3 LAB NO: 82459 LOCATION: 201N. of Cottey @ Lena E/4 8 .75" HMAC 6 . 50" Sand, rocks & gravel 7 . 00" Reddish brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 38 .4 PL: 19 . 9 PI : 18 . 5 SHRKG: 10 . 0% MUNSELL COLOR CHART: 7 .5 Yr. 6/6 Reddish yellow clay UNIT WEIGHT: 146 . 0 #/CFT (4" HMAC) HOLE # 1 LAB NO: 82460 LOCATION: 201S. of Ave. G @ Lloyd W/4 3 . 00" HMAC 6 .25" Sand, rocks & gravel 5 . 00" Brown sandy clay w/rocks & gravel 9 . 00" Dark gray sandy clay ATTERBURG LIMITS : LL: 34 .6 PL: 17 . 0 PI : 17. 6 SHRKG: 10 . 0% MUNSELL COLOR CHART: 10 Yr. 5/2 Grayish brown clay UNIT WEIGHT: 138 . 0 #/CFT HOLE # 2 LAB NO: 82461 LOCATION: 2201S. of Ave. G @ Lloyd C/4 6 . 00" HMAC 4 .25" Sand, rocks & gravel 5 .50" Brown sandy clay w/rocks & gravel 8 . 00" Dark gray sandy clay ATTERBURG LIMITS : LL: 34 .5 PL: 17 .3 PI : 17 .2 SHRKG: 10 . 0% MUNSELL COLOR CHART: 10 Yr. 5/2 Grayish brown clay UNIT WEIGHT: 146 . 0 #/CFT (4" HMAC) HOLE # 3 LAB NO: 82462 LOCATION: 201N. of Ave. I @ Lloyd Ave. E/4 5 .50" HMAC 4 . 00" Sand, rocks & gravel 6 .50" .Brown sandy clay w/rocks & gravel 8 .50" Dark gray sandy clay ATTERBURG LIMITS : LL: 30 . 0 PL: 15 . 0 PI : 15 . 0 SHRKG: 8 . 0% MUNSELL COLOR CHART: 10 Yr. 4/2 Dark grayish brown sandy clay UNIT WEIGHT: 146 . 0 #/CFT 4" HMAC HOLE # 1 LAB NO: 82463 LOCATION: 4601 Ave. M S/4 3 .75" HMAC 4 . 50" Tan sandy clay w/rocks & gravel 4 . 00" Rocks 12 . 00" Dark brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 40 . 0 PL: 19 . 0 PI : 21 . 0 SHRKG: 10 . 0% MUNSELL COLOR CHART: 10 Yr. 6/3 Pale brown clay UNIT WEIGHT: .144.. 0 #/CFT 5 HOLE # 2 LAB NO: 82464 LOCATION: 4616 Ave. M C/4 4 . 00" HMAC 5 . 00" Tan sandy clay w/rocks & gravel 3 . 50" Brown sandy clay w/rocks & gravel 9 . 00" Dark brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 34 . 0 PL: 17 . 0 PI : 17 . 0 SHRKG: 9 . 0% MUNSELL COLOR CHART: 10 Yr. 6/4 Light yellowish brown clay UNIT WEIGHT: 146 . 0 #/CFT HOLE # 3 LAB NO: 82465 LOCATION: 201W. of S. Edgewood Ter. N/4 4 . 00" HMAC 5 . 50" Tan sandy clay w/rocks & gravel 4 . 00" Rocks 10 . 00" Orange brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 33 . 0 PL: 15 . 0 PI : 18 . 0 SHRKG: 8 . 0% MUNSELL COLOR CHART: 7 . 5 Yr. 6/4 Light brown clay UNIT WEIGHT: 146. 0 #/CFT HOLE # 1 LAB NO: 82466 LOCATION: 4704 Strong Ave. S/4 3 . 00" HMAC 5 . 75" Sand, rocks & gravel 4 . 00" Rocks 8 . 00" Brownish orange sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 30 . 1 PL: 15 .2 PI : 14 . 8 SHRKG: 8 . 0% MUNSELL COLOR CHART: 10 Yr. 5/3 Brown sandy clay UNIT WEIGHT: 138 . 0 #/CFT HOLE # .2 LAB NO: 82467 Y LOCATION: 4724 `Strong Ave. N/4 5 . 00" HMAC 4 .50" Sand, rocks & gravel 3 . 75" Brown sandy clay w/rocks & gravel 8 .00" Orange brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 25 .4 PL: 14 . 6 PI : 10 . 8 SHRKG: 4 . 0% MUNSELL COLOR CHART: 10 Yr. 7/4 Very pale brown sandy clay UNIT WEIGHT: 146 . 0 #/CFT (4" HMAC) HOLE # 1 LAB NO: 82468 LOCATION: 20'N. OF Ave. M @ Schmidt E/4 3 . 00" HMAC 6 .50" Sand, rocks & gravel 12 . 00" Reddish brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 48 .5 PL: 21 . 6 PI : 26 . 90 SHRKG: . 0% MUNSELL COLOR CHART: 7 . 5 Yr. 5/6 Strong brown clay UNIT WEIGHT: 138 . 0 #/CFT 6 HOLE # 2 LAB NO: 82469 LOCATION: 301S. of Ave. L @ Schmidt C/4 4 . 00" HMAC .. 6 .50" Sand, rocks & gravel 11 . 00" Reddish brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 39 .3 PL: 17 . 8 PI : 21. 5 SHRKG: 10 . 0% MUNSELL COLOR CHART: 7 . 5 Yr. 5/6 Strong Brown clay UNIT WEIGHT: 146 . 0 #/CFT HOLE # 3 LAB NO: 82470 LOCATION: 905 Schmidt W/4 4 . 00" HMAC 5 .25" Sand, rocks & gravel 12 .00" Brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 40 . 8 PL: 19. 0 PI : 21 . 8 SHRKG: 12 . 0% MUNSELL COLOR CHART: 7 .5 Yr. 6/4 Light brown clay UNIT WEIGHT: 146 . 0 #/CFT HOLE # 1 LAB NO: 82471 LOCATION: 201S. of Ave. I @ McKenzie W/4 6 . 00" HMAC 3 . 50" Sand, rocks & gravel 13 . 00" Orange brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 23 . 9 PL: 16 . 9 PI : 7 . 0 SHRKG: 0 . 0% MUNSELL COLOR CHART: 10 Yr. 7/6 Yellow sand UNIT WEIGHT: 146 . 0 #/CFT (4" HMAC) HOLE # 2 LAB NO: 82472 LOCATION: 301S. of Ave. J @ McKenzie C/4 6 .00" HMAC 3 .50" Sand, rocks & gravel 5 . 00" Rocks 9 . 00" Orange brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 39 . 6 PL: 17 . 5 PI : 22 . 1 SHRKG: 10 . 0% ` MUNSELL COLOR CHART: 2 . 5 Yr. 7/3 Pale Yellow clay UNIT WEIGHT: 146 . 0 #/CFT 4" HMAC HOLE # 3 LAB NO: 82473 LOCATION: 251S. of Ave. K @ McKenzie E/4 5 .75" HMAC 5 .25" Sand, rocks & gravel 11 . 00" Brown Orange sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 31 . 6 PL: 20. 6 PI : 11 .4 SHRKG: 6 . 0% MUNSELL COLOR CHART: 10 Yr. 7/4 Very pale brown sandy clay UNIT WEIGHT: 146 . 0 #/CFT 4" HMAC HOLE # 4 LAB NO: 82474 LOCATION: 351S. of Ave. L @ McKenzie W/4 6 . 00" HMAC 4 . 00" Sand, rocks & gravel 3 . 00" Brown sandy clay w/rocks & gravel 8 . 00" Orange brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 20 . 9 PL: 14 .4 PI : 6 . 5 SHRKG: 3 . 0% MUNSELL COLOR CHART: 10 Yr. 7/3 Very pale brown sand UNIT WEIGHT: 146 . 0 #/CFT 4" HMAC 7 - HOLE # 5 LAB NO: 82475 LOCATION: 23515. of Ave. L @ McKenzie C/4 11. 00" HMAC 4 . 00" Sand, rocks & gravel 8 . 00" Grayish brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 32 . 9 PL: 15 . 5 PI : 17.4 SHRKG: 8. 0% MUNSELL COLOR CHART: 10 Yr. 6/4 Light yellowish brown clay UNIT WEIGHT: 146 . 0 #/CFT 4" HMAC HOLE # 6 LAB NO: 82476 LOCATION: 2117 McKenzie E/4 9 . 00" HMAC 3 . 00" Sand, rocks & gravel 8 . 00" Brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 26. 8 PL: 14 .3 PI : 12 . 5 SHRKG: 6 . 0% MUNSELL COLOR CHART: 10 Yr. 7/3 Very pale brown sandy clay UNIT WEIGHT: 146 . 0 #/CFT 4" HMAC Approval : Ryan Jeri Routing: Date tested: 01-04-07 through 01-09-07 Requested by Susan Schwinger Tested by: . Weyman Oden/Eric :Roberts File 1 _ CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project : HMAC overlay ''� ''— mOV2� 740- 2,007 3 DOE No: 5253 Fund Code: 03 HOLE # 1 LAB NO: 82407 LOCATION: 1808 Mims St. E/4 5. 00" HMAC 5 . 50" Sand, rocks & Gravel 4 . 75" Rocks 9. 00" Medium brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 31. 1 PL: 14 . 1 PI : 17 . 0 SHRKG: 8 . 0% MUNSELL COLOR CHART: 10 Yr. 6/6 Brownish yellowish clay UNIT WEIGHT: 146 .0 #/CFT (4" HMAC) HOLE ## 2 LAB NO: 82408 LOCATION: 1704 Mims St. C/4 3 . 00" HMAC 4 . 00" Sand, rocks & gravel 5.25" Damaged 227 10 . 00" Orange Brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 43 . 7 PL: 23 . 1 PI : 20 . 6 SHRKG: 14 . 0% MUNSELL COLOR CHART: 10 Yr. 6/6 Brownish yellow clay UNIT WEIGHT: 138 . 0 #/CFT HOLE ## 3 LAB NO: 82409 LOCATION: 201N. of Brentwood Stair @ Mims St. W/4 5 .25" HMAC 5 . 50" Sand, rocks & gravel 3 . 00" Rock 11. 00" Orange brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 34 . 9 PL: 20 .7 PI : 14 .2 SHRKG: 10 . 0% MUNSELL COLOR CHART: 10 Yr. 6/6 Brownish yellow sand clay UNIT WEIGHT: 146 . 0 #/CFT (4" HMAC) HOLE # 4 LAB NO: 82410 LOCATION: 1601 Mims St. E/4 3 . 50" HMAC 6 .75" Damaged 227 or Concrete 2 .50" Rocks 10 . 50" Orange brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 23 . 0 PL: 14 . 0 PI : 9 . 0 SHRKG: 6. 0% MUNSELL COLOR CHART: 10 Yr. 6/6 Brownish yellow sandy clay UNIT WEIGHT: 142 . 0 #/CFT 2 HOLE # 5 LAB NO: 82411 LOCATION: 1512 Mims St. C/4 3 .25" HMAC 7 . 00" Damaged Concrete or 227 4 . 00" Rocks 8 . 00" Brown sandy clay ATTERBURG LIMITS : LL: 25 . 1 PL: 16. 8 PI : 8 .3 SHRKG: 4 . 0% MUNSELL COLOR CHART: 10 Yr. 6/6 Brownish yellow sandy clay UNIT WEIGHT: 140 . 0 #/CFT HOLE # 6 LAB NO: 82412 LOCATION: 1432 Mims St. W/4 7 . 00" HMAC 13 . 50" Orange brown sandy clay ATTERBURG LIMITS : LL: 23 . 0 PL: 14 . 3 PI : 8 . 7 SHRKG: 4 . 0% MUNSELL COLOR CHART: 10 Yr. 6/4 Light yellowish brown sandy clay UNIT WEIGHT: 146 . 0 #/CFT (4" HMAC) HOLE # 7 LAB NO: 82413 LOCATION: 1417 Mims St. E/4 7 .25" HMAC 4 . 00" Sand, rocks & gravel 10 . 50" Brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 27 . 8 PL: 21 .3 PI : 6 . 5 SHRKG: 3 . 0% MUNSELL COLOR CHART: 10 Yr. 6/3 Pale brown sand UNIT WEIGHT: 146. 0 #/CFT (4" HMAC) HOLE # 8 LAB NO: 82414 LOCATION: 1404 Mims St. W/4 7 . 00" HMAC 3 .25" Sand, rocks & gravel 11 . 00" Grayish brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 31 . 5 PL: 25 . 8 PI : 5 . 7 SHRKG: 4 . 0% MUNSELL COLOR CHART: 10 Yr. 6/3 Pale brown sand UNIT WEIGHT: 146. 0 #/CFT (4" HMAC) HOLE # 1 LAB NO: 82404 LOCATION: 6100 Yosemite Dr. N/4 6 . 50" HMAC 4 .25" Sand, rocks & gravel 10 . 50" Orange brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 37 . 00 PL: 17 . 70 PI : 19. 30 SHRKG: 8 . 0% MUNSELL COLOR CHART: 10 Yr. 6/3 Pale brown clay UNIT WEIGHT: 146. 0 #/CFT (4" HMAC) HOLE # 2 LAB NO: 82405 LOCATION: 6101 Yosemite Dr. C/4 6 . 00" HMAC 5 . 00" Sand, rocks & Gravel 3 . 50" Rocks & gravel 9. 00" Orange brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 38 .2 PL: 17 . 3 PI : 20 . 9 SHRKG: 10 . 0% MUNSELL COLOR CHART: 10 Yr. 6/3 Pale brown clay UNIT WEIGHT: 146. 0 #/CFT (4" HMAC) 3 HOLE # 3 LAB NO: 82406 LOCATION: 5909 Yosemite S/4 5 . 00" HMAC ;. 4 . 75" Sand, rocks & gravel 6 . 00" Light brown sandy clay w/rocks & gravel 8 . 50" Yellow brown sandy clay ATTERBURG LIMITS: LL: 56 .1 PL: 22 . 0 PI : 34 . 1 SHRKG: 15. 0% MUNSELL COLOR CHART: 10 Yr. 6/4 Light yellowish brown clay UNIT WEIGHT: 146 . 0 #/CFT (4" HMAC) HOLE ## 1 LAB NO: 82401 LOCATION: 2121 Canton Dr. E/4 6 . 00" HMAC 6 . 75" Damaged 227 9. 00" Brown sandy clay w/rocks & gravel ATTERBURG LIMITS: LL: 45 . 0 PL: 22 . 9 PI : 22 . 1 SHRKG: 11 . 0% MUNSELL COLOR CHART: 10 Yr. 6/2 Light brownish gray clay UNIT WEIGHT: 146 . 0 #/CFT (4" HMAC) HOLE # 2 LAB NO: 82402 LOCATION: 2101 Canton Dr. C/4 3 . 00" HMAC 7 . 00" Damaged 227 10 . 00" Yellowish brown sandy clay ATTERBURG LIMITS : LL: 50 . 8 PL: 19.4 PI : 31 .4 SHRKG: 15 . 0% MUNSELL COLOR CHART: 10 Yr. 7/2 Light gray clay UNIT WEIGHT: 138 . 0 #/CFT HOLE # 3 LAB NO: 82403 LOCATION: 2001 Canton Dr. W/4 3 . 00" HMAC 7 . 50" Damaged 227 10 .50" Brown sandy clay w/rocks & gravel ATTERBURG LIMITS : LL: 65 . 0 PL: 24 . 0 PI : 41. 0 SHRKG: 17 . 0% MUNSELL COLOR CHART: 2 .5 Yr. 6/4 Light yellowish brown clay UNIT WEIGHT: 168 . 0 #/CFT Approval : Ryan Jeri Routing: Inspector: Requested by: Susan Schwinger Tested by: Soil Lab Inspector. File H2O07-3 Blk Limits Proiect Name Limits Procedure OuantitY CD Map 1400-1599 ANDREW AVE E ROSEDALE ST-KUTMAN CT POL 0.21 LM 5 79L 2900-2999 AVE I THRALL ST-BINKLEY ST MOL 0.15 LM 8 78P 4600-4699 AVE M LLOYD AVE-S EDGEWOOD TER POL 0.23 LM 5 79N 7400-7499 BEATY ST SANDY LN-HITSON LN MOL 0.54 LM 5 80G 2900-2999 BURCHILL RD S THRALL ST-BINKLEY ST MOL 0.22 LM 5 78T 5200-5349 CALUMET ST DILLARD ST-BIRDELL ST POL 0.29 LM 5 79K 1900-1999 CANTON DR MONTERREY DR-YOSEMITE DR MOL 0.24 LM 4 79D 2000-2199 CANTON DR YOSEMITE DR-SHELTON ST POL 0.39 LM 4 79D 3200-3499 CARVERLY AVE BURTON AVE-RICHARDSON ST MOL 0.33 LM 5 79V 600-899 S COLLARD ST PANOLA AVE-E VICKERY BLVD MOL 0.57 LM 8 78F 5000-5099 COTTEY ST VILLAGE CREEK RD-WALKER ST MOL 0.41 LM 5 79T 2800-3799 DILLARD ST CAROL AVE-E BERRY ST MOL 1.44 LM 5 79T 1300-1599 S EDGEWOOD TER E ROSEDALE ST-AVE H POL 0.36 LM 5 79J 2800-2859 HITSON LN BECKWOOD DR-SANDYWOODS CT MOL 0.12 LM 5 80H 7500-7699 KELL DR HITSON LN-T1K1 TRL MOL 0.43 LM 5 80H 1300-1699 LANGSTON ST E ROSEDALE ST-S DEAD END POL 0.54 LM 5 79J 2600-2999 LENA ST FITZHUGH AVE-COTTEY ST POL 0.4 LM 5 79T 1500-1699 LLOYD AVE AVE G-AVE 1 POL 0.32 LM 5 79J 1700-2199 MC KENZIE ST AVE 1-BURCHILL RD POL 0.69 LM 8 78P 1800-2699 MILLER AVE AVE J-LITTLEJOHN AVE MOL 2.36 LM 5 78R 1400-1899 MIMS ST EDERVILLE RD-GARY LN POL 0.95 LM 4 80B 5000-5199 PINSON ST VILLAGE CREEK RD-DILLARD ST MOL 0.75 LM 5 79T 4800-4899 RICE LN HOLT ST-QUEEN ST POL 0.28 LM 8 79A 3500-3599 RICHARDSON CT W RICHARDSON ST-S CUL-DE-SAC MOL 0.08 LM 5 97U +r 5500-5899 RICHARDSON ST WALDORF ST-EAST LOOP 820 SOUTH MOL 0.77 LM 5 79U 5300-5399 RUDD ST DILLARD ST-BIRDELL ST POL 0.29 LM 5 79P 1900-2099 SCHMIDT ST N DEAD END-AVE M POL 0.24 LM 5 78R 2000-2299 SOMERSET DR NORMANDY RD-MEADOWBROOK DR MOL 0.58 LM 8 78D 4701-4799 STRONG AVE FITZHUGH AVE-LANGSTON ST POL 0.22 LM 5 79S 1500-1599 WITHERS ST AVE G-AVE H MOL 0.15 LM 8 78J 5800-6199 YOSEMITE DR CANTON DR-OAK HILL RD POL 0.47 LM 4 79D .Total Lane Miles for Contract H2007--3 15.02 Friday,March 16,2007 11:36 AM Transportation and Public Works Page I of I Infrastructure Division