Loading...
HomeMy WebLinkAboutContract 38299r ei ew as so SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 11MC0�l� �.._�QONiRAC1bR w=��.:cONTRAC'�OR'� �oNON10 Q0: " / g11r p1Ar _..tnrw.�t©or�r HMAC SURFACE OVERLAY (2008-12}.. AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY SECRETi4ry CITY PROJECT NO.01103 CONTRACT NO . ,3ba TPW PROJECT NO. C293-541200-205620110383 �- 2008 MIKE MONCRIEF DALE A. FISSELER, P.E. MAYOR CITY MANAGER Me MWO an 410 No 60 GREG SIMMONS, P.E., ACTING DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT GEORGE A. BEHMANESH, P.E., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT INFRASTRUCTURE GROUP OF i °•osaooso j`� eoe• �00 �8 • e o �.*.....'..........i.0 Uee• ../ 03-03-09 A11.21 IN / / 88823 .� s OFFICIA. RECORD' CITY SECRETARY n, woRTH,Tx eG ORIGINAL 731 a 3-04-09 A09:13 IN w M&C Review Page 1 of 2 _ Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA F°R TWoRm COUNCIL ACTION: Approved on 2/3/2009 - Ord. No. 18468-02-2009 DATE: 2/3/2009 REFERENCE NO.: C-23327 LOG NAME: 20HMAC 2008- 12 CODE: C TYPE: NON -CONSENT PUBLIC HEARING: NO SUBJECT: Authorize a Contract in the Amount of $1,630,834.00 with JLB Contracting, L.P., for Surface Overlay 2008-12 at Various Locations and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $400,000.00 from the Water and Sewer Fund to the Water Capital Projects Fund and authorize the transfer of $600,000.00 from the Water and Sewer Fund to the Sewer Capital Projects Fund; 2. Adopt the attached appropriation ordinance increasing receipts and appropriations in the Water Capital Projects Fund it the amount of $400,000.00 and the Sewer Capital Projects Fund in the amount of $600,000.00; and 3. Authorize the City Manager to execute a contract in the amount of $1,630,834.00 with JLB Contracting, L.P., for 200 working days for Hot Mix Asphalt Concrete Surface Overlay 2008-12 at various locations. DISCUSSION: _ The Fiscal Year 2007-2008 Contract Major Maintenance Program includes funds for various types of street maintenance techniques. Hot Mix Asphalt Concrete (HMAC) Surface Overlay 2008-12 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 in the Fort Worth Star -Telegram on August 28, and September 4, 2008. On September 25, 2008, the following bids were received: Bidders 11 Amount JLB Contracting, L.P. IF $1,630,834.00 Dirtco d/b/a Styles Contracting $1,710,309.60 Advanced Paving Co. $1,894,275.00 Quality Excavation, Ltd. $1,897,460.00 Austin Bridge and Road, L.P. $1,955,720.00 PAEE Corporation $2,115,345.00 Peachtree Construction, Ltd. $2,187,454.00 P and E Contractors, Inc. $2,268,065.00 http://apps.cfwnet.org/council_packetlmc review.asp?ID=10548&councildate=2/3/20O9 2/5/2009 M&C Review Page 2 of 2 JLB Contracting, L.P., is in compliance with the City's MM/BE Ordinance by committing to 20 percent M/WBE participation. The City's goal on this project is 18 percent. This project is located in COUNCIL DISTRICTS 2, 3, 5, 7, 8 and 9. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Contract Street Maintenance Fund, the Water Capital Projects Fund and the Sewer Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P253 541200 605170110383 $400,000.00 3) P253 541200 605170110383 $400,000.00 1 &21 3) P258 541200 705170110383 $600,000.00 P253 476045 6051701103ZZ $400,000.00 3) C293 541200 205620110383 $630,834.00 2) P258 541200 705170110383 $600,000.00 P258 476045 7051701103ZZ $600,00 000.1 �PE45 538040 0709020 $600,000.00 PE45 538040 0609020 $400,000.00 0 Submitted for City Manager's Office by: Fernando Costa (8476) Originating Department Head: William Veskest (8255) Additional Information Contact: George Behmanesh (7914) ATTACHMENTS 20HMAC 2008-12.doc 20HMAC 2008-12 MAP PAGE 01.0f 20HMAC 2008-12 MAP PAGE 02.pdf 20HMAC 2008-12 MAP PAGE 03�df 20HMAC 2008-12 MAP PAGE 04.pdf 20HMAC 2008-12 MAP PAGE 05.�f 20HMAC 2008-12 MAP PAGE_06.pdf MD http://apps.cfwnet.org/council_packetlmc review.asp?ID=10548&councildate=213120O9 2/5/2009 Ordinance No. AN ORDINANCE INCREASING ESTIMATED RECEIPTS AND APPROPRIATIONS IN THE WATER CAPITAL PROJECTS FUND IN THE AMOUNT OF $400,000.00 AND IN THE SEWER CAPITAL PROJECTS FUND IN THE AMOUNT OF $600,000.00, FOR THE PURPOSE OF EXECUTING A CONTRACT WITH JLB CONTRACTING, L.P., FOR HMAC SURFACE OVERLAY 2008-12 AT VARIOUS LOCATIONS; PROVIDING FOR A SEVERABILITY CLAUSE; MAKING THIS ORDINANCE CUMULATIVE OF PRIOR ORDINANCES IN CONFLICT HEREWITH; AND PROVIDING AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF FORT WORTH, TEXAS: SECTION 1. That in addition to those amounts allocated to the various City departments for Fiscal Year 2008-2009, there shall also be increased estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $400,000.00 and in the Sewer Capital Projects Fund in the amount of $600,000.00, for the purpose of executing a contract with JLB Contracting, L.P., for HMAC Surface Overlay 2008-12 at various locations. SECTION 2. That should any portion, section or part of a section of this ordinance be declared invalid, inoperative or void for any reason by a court of competent jurisdiction, such decision, opinion or judgment shall in no way impair the remaining portions, sections, or parts of sections of this ordinance, which said remaining provisions shall be and remain in full force and effect. SECTION 3. That this ordinance shall be cumulative of Ordinance No. 18283 and all other ordinances and appropriations .. amending the same except in those instances where the provisions of this ordinance are in direct conflict with such other ordinances and appropriations, in which instance said conflicting provisions of said prior ordinances and appropriations are hereby expressly repealed. SECTION 4. This ordinance shall take effect upon adoption. APPROVED AS TO FORM AND LEGALITY: Assistant City Attorney ADOPTED AND EFFECTIVE: MAYOR AND COUNCIL COMMUNICATION MAP 20HMAC 2008-12 PAGE 1 w m MAYOR AND COUNCIL COMMUNICATION MAP 20 H MAC 2008-12 PAGE 2 Vik f ! r`'� OGE uj v LLINWOOVE ucciw= mMw;__F_. �4�Amclm ti U4. Ui z IL 91 EG*WAM M"MaRIMMO 14UM %kt 1RWIN LONIAL Ac TI Nam GLit AA 0 DISTRICT 9 r TRAVIS AVE 1 � i_n:. "�"�� ��u_ •Z x is-� �. e �E 1� c, n � �'� I Mal �"• .a�. `. �� ��;. � � ,.4 � Ot s 1 t? a is AM INV � z 3 Y ::SSi� hilli4 n' iY. G��''=S•R t� y f � y � y�� 'Z'• �' 4 Gr .H-�� %i" A, ty •1 ���+ i • ++iii' .lMr� Y'� 1';1 i .n A+:a nR •� �,��1 IDY C � tS'°i "� nLc' lLdif i z�,,,, � �' bAVlS _ WALL. _ ... . JUDDZ CANTEY 8A �.'yr r _ems'_ �w-t�ri "sI`°E iM1l. isma ' DISTRICT VAR ? wr R. HAIVII� AVA COURT DR "!q -W.- ,!b '� �! � -dsg Y' ` V �t`r,•{ F r J .',-0t SEIYAtAm ER Alfa L1AVE K -MACE AVE ': t ,LEA � _' 4�c E c.LU ** ill uJ " :: - • a^ " RENSFt LARD f R eFORIBE ,g�e 1f i • YON PINSON . 1 f �t S } TURNER -17 CQK AN E `� V1RGIL�� amt ..AST, t N� '* Y s WAIL51iNHr llf w ram, yr" COLIN FF' fi-!Rd FFFi LamDISTRICT 5 - .s��a- i4N} FAIT 1 x z IOLA ST:x _ ■ Lu x {:. z w .-ui •-� 0' Lu Jul l ,�fi , • }� Y .. SPECIFICATIONS AND CONTRACT DOCUMENTS FOR HMAC SURFACE OVERLAY (2008-12) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO. 01103 TPW PROJECT NO. C293-541200-205620110383 9---j-D9 NAJIB F S, IV DATE INFRASTRUCTURE MANAGER TRAN�S�PORTATION AND PUBLIC WORKS DEPARTMENT DAVID 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. `Green' Cement Policy 18. Notice of Construction Detail 19. Project Designation Sign Detail 20. Other Details 21. Street Locations 22. Street by Street Paving Quantity Determination Spreadsheet Sealed Proposals for the following: HMAC SURFACE OVERLAY (2008-12) AT VARIOUS LOCATIONS CITY PROJECT No. 01103 TPW PROJECT NO, C293-541200-205620110383 Submit package to City of Fort Worth, Purchasing Division, in the lower level of the Municipal Building, 1000 Throckmorton, Fort Worth, Texas 76102 until 1:30 P.M., Thursday, September 25, 2008, and then publicly read aloud at 2:00 p.m., in the Council Chambers. As mandated by Fort Worth City Council Resolution 3535, all cement utilized for this project shall be procured from a kiln utilizing a dry kiln process or from any kiln that does not produce an excess of 1.71b of Oxides of Nitrogen (NO) emissions per ton of clinker produced. Bidder shall submit the `Green Cement Policy Compliance Statement' at the time of bid opening of the project. A copy of the Compliance Statement is included in the Contract Documents. Failure to comply with the `Green' Cement Policy shall be grounds for rejecting the bid as non -responsive. Specifications and Contract Documents for this project may be purchased for twenty dollars ($20) per set at the office of the Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. These documents contain additional information for prospective bidders. A pre -bid conference will be held at 10:00 A.M. Thursday, September 11, 2008, 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: 11,000 L.F. Curb and Gutter Replacement 88,000 SY 2 Inch Surface Course Type "D" Mix 82,000 SY 8" Pavement Pulverization Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. For additional information, please contact Riad Nusrallah, Street Program Manager at (817) 392-2729. DALE A. FISSELER CITY MANAGER Advertising Dates: August 28, 2008 September 4, 2008 GREG SIMMONS, P.E., ACTING DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT By: Riad Nusra lah, P.E. Street Program Manager SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. _ Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re -advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other ., requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract .. Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering Construction Division at (817) 871-7910. Bids that do not acknowledge all applicable addenda will be rejected as non- .. responsive. .. SPECIAL INSTRUCTIONS TO BIDDERS 4. AWARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest '— responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. `W 5. PAYMENT PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the "" Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100,000, a Performance Bond shall be Inv 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. "W 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 1„ of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a ., surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority .. from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on •• any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety ., satisfactory to the City SPECIAL INSTRUCTIONS TO BIDDERS .. -2- 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 - General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. 8 WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: k 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. No B. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31 st day after the date�the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or .. subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from .. successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. SPECIAL INSTRUCTIONS TO BIDDERS .. -3- An issue relating to an alleged violation of Section 2258.023, Texas Government "" Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and No 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 1 lth 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. MW The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for .. inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. F. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. .. G. Posting of Wage Rates. Im The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. ., H. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all ., of its subcontractors to comply with paragraphs (a) through (g) above. I. (Wage rates are attached following the end this section.) 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering Director for use by the CITY OF FORT WORTH in •� determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance SPECIAL INSTRUCTIONS TO BIDDERS ... - 4 - ($1,000,000 each accident on a combined single basis or $250,000 property ow damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non - owned). Additional lines of coverage may be requested. If such a request is made after "' bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders - Item 16. .. ADDITIONAL INSURANCE REQUIREMENTS: we A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. .. B. Certificates of insurance shall be delivered, to the City of Fort Worth,, contract administrator in the respective department as specified in the bid documents, 1000 UW 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. ,,w 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. MW 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. MW G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance mo 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. aw 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 w• maintained by City shall not be called upon to contribute to loss recovery. SPECIAL INSTRUCTIONS TO BIDDERS ... - 5 - K. In the course of the project, Contractor shall report, in a timely manner, to City's • o 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. r. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in "' this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. go "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. .. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort .� Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women ,0 business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non -responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre -construction meeting will be scheduled at which time the ., Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed SPECIAL INSTRUCTIONS TO BIDDERS .. -6. agreements shall include the following information: ow 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. `r • 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 VM 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work Im 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. 1W imp UW i • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. SPECIAL INSTRUCTIONS TO BIDDERS -7- a. All requests for changes must be reviewed and pre -approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor - City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. .. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a _ negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such .. misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. 13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PROGRESS PAYMENTS FINAL PAYMENT PROJECT ACCEPTANCE AND Im WARRANTY: a. The contractor will receive full payment (less 5% retainage) from the city for each pay No 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 .o punch list has been completed, as evidenced by a written statement signed by the contractor and the City. •■ d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. SPECIAL INSTRUCTIONS TO BIDDERS `� -8 f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a pregress 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 E 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. map 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. v 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" irk 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 u.r 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. on E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the .o 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 r- providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. .. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: .. (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory ... SPECIAL INSTRUCTIONS TO BIDDERS -10- requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and k (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 E 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 "W on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self -Insurance Regulation. Providing *' false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the RM City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This SPECIAL INSTRUCTIONS TO BIDDERS -11- notice does not satisfy other posting requirements imposed by the Texas Workers' �;,` Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of j the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in ,., connection with the terms, conditions or privileges of their employment, discriminate against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees �L acting on their behalf, shall specify in solicitations or advertisements for employees to .. work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. aw 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 %W against City arising out of Contractor's alleged failure to comply with the Policy in the M performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local Iaws concerning disability and will defend, indemnify and hold City harmless I 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. a. .. SPECIAL INSTRUCTIONS TO BIDDERS Iz- ION SPECIAL INSTRUCTIONS TO BIDDERS -13- City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 7/8/2008 DATE: Tuesday, July 08, 2008 LOG NAME: 30WAGE RATES REFERENCE NO.: **G-16190 SUBJECT: Adopt 2008 Prevailing Wage Rates for City -Awarded Public -Works Projects RECOMMENDATION: It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City -awarded public works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of Builders and Contractors (ABC) and the American Sub -Contractors Association (ASA), conducts a wage rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for City Manager's Office bv: Fernando Costa (8476) Originating Qepartment Head: A. Douglas Rademaker (6157) Additional Information Contact: Eric Bundy (7598) m .. HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator $10.06 Asphalt Distributor Operator $13.99 As halt Paving Machine Operator $12.78 Asphalt Raker $11.01 Asphalt Shoveler $ 8.80 Batching Plant Weigher $14.15 Broom or Sweeper erator $ 9.88 Bulldozer Operator $13.22 Carpenter $12.80 Concrete Finisher Paving $12.85 Concrete Finisher, Structures $13.27 Concrete Paving Curbing Machine Operator $12.00 Concrete Paving Finishing Machine Operator $13.63 Concrete Paving Joint Sealer Operator $12.50 Concrete paving Saw Operator $13.56 Concrete Paving Spreader Operator $14.50 Concrete Rubber $10.61 Crane, Clamshell, Backhoe Derrick, Dragline, Shovel Operator $14.12 Electrician $18.12 Flagger $ 8.43 Form Builder/Setter, Structures $11.63 Form Setter, Paving & Curb $11.83 Foundation Drill Operator, Crawler Mounted $13.67 Foundation Drill Operator, Truck Mounted $16.30 Front End Loader Operator $12.62 Laborer, Common $ 9.18 Laborer, Utility $10.65 Mechanic $16.97 Milling Machine Operator, Fine Grade $l 1.83 Mixer Operator $11.58 Motor Grader Operator, Fine Grade $15.20 Motor Grader Operator, Rough $14.50 Oiler $14.98 Painter, Structures $13.17 Pavement Marking Machine Operator $10.04 Pi la er $11.04 Reinforcing Steel Setter, Paving $14.86 Reinforcing Steel Setter, Structure $16.29 Roller Operator, Pneumatic, Self -Propelled $11.07 Roller Operator, Steel Wheel, Flat WheeVramping $10.92 Roller Operator, Steel Wheel, Plant Mix Pavement $11.28 Scraper Operator $11.42 Servicer $12.32 Slip Form Machine Operator $12.33 Spreader Box Operator $10.92 Tractor Operator, Crawler Type $12.60 Tractor Operator, Pneumatic $12.91 Traveling Mixer Operator $12.03 Truck Driver Lowboy -Float $14.93 Truck Driver Single Axle, Heavy $11.47 Truck Driver Single Axle, Light $10.91 Truck Driver, Tandem Axle, Semi -Trailer $11.75 Truck Driver Transit -Mix 1 $12.08 Wagon Drill Boring Machine, Post Hole Driller Operator $14.00 Welder $13.57 Work Zone Barricade Servicer $10.09 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY a AC Mechanic Hi IV Rate 521.69 Classif ication Hrty Rate Plumber $20.43 AC Mechanic Helper $12.00 Plumber Helper $14.90 Acoustical Ceiling Mechanic $15.24 Reinforcing Steel Setter $10.00 Brkkla /Stone Mason $19.12 Roofer $14.00 Bricklayer/Stone Mason Helper $10.10 Roofer Helper $10.00 Carpenter $16.23 Sheet Metal Worker $16.96 Carpenter I-Iletper $11.91 Sheet Metal Worker Helper 512.31 Concrete Finisher $13.49 Sprinkler System Installer $18.00 Concrete Form Builder $13.12 Sprinkler System Installer Helper $9.00 Drywall Mechanic $14.62 Steel Worker Structural $17.43 Drywall He $10.91 Concrete Pump $20.50 Drywall Taper $13.00 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $17.76 Drywall Taper Helper $9.00 Forklift $12.63 Electrician (Journeyman) $20.20 Front End Loader $10,50 ElectricUn Helper $14.43 Truck Driver $14.91 Electronic Technician $19.86 Welder $16.06 Electronic Technician Helper $12.00 Welder Helper $9.75 Floor Layer Resilient $20.00 Floor Layer Helper $13.00 Glazier $18.00 Glazier Helper $13.00 Insulator $14.78 Insulator Helper $11.25 Laborer Common $10,27 Laborer Skilled $13.18 Lather $16.10 Painter $14.63 Painter Helper $8.D0 Pi efitter $18.85 Pi efitter Helper $12.83 Plasterer $17.25 Plasterer Helper $12.25 PROPOSAL TO: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH, TEXAS 76102 FOR: H.M.A.C. SURFACE OVERLAY (2008-12) AT VARIOUS LOCATIONS CITY PROJECT NO.01103 TPW PROJECT NO. C293- 541200-205620110383 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Transportation and Public Works Department of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (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 UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. l 2 EA. Project Designation Sign @ Two Hundred Dollars & No Cents Per EA. $ 200.00 $ 400.00 S.P. 2 LUMPSUM Utility Adjustment —Repair @ Six Thousand Dollars & No Cents Per L.S. $ 6,000.00 $ 6,000.00 P-1 _ SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS 104 3 502 S.P. 502 4 S.P. .r 104 5 504 S.P. _ 104 6 504 S.P. 504 7 = S.P. 104 8 504 S.P. "" 504 9 S.P. .rr 504 10 S.P. E= 11,000 L.F. Remove & Replace Curb & Gutter @ Dollars & 1/-' 1-/ CeCents Per L.F. 100 L.F. New Curb & Gutter (New) @ Dollars & 54144 ,-*11 / -' F-46Cents Per L.F. UNIT TOTAL PRICE AMOUNT BID 057 S S y7s 21,500 S.F. Remove & Replace 6-Inch Concrete Driveway @ (i o� /G/vim Dollars & S > $ /Z `1 �l FiS� /)�4<Cents Per S.F. 400 S.F. Remove & Replace 6-Inch Exposed Aggregate Driveway @ S,�yt%rJ Dollars & ,AMPC7 `> Cents Per S.F. S 7 S_? 9 G o 60 S.F. New Concrete 6-inch Concrete Driveway @ S ll o� ©� UE Dollars & S S M O Cents Per S.F. 500 S.F. Remove & Replace 4-Inch r" Concrete Sidewalk @ Dollars & r S J S Z 7Sd ��A/y;l0t Cents Per S.F. 20 S.F. Remove & Replace 4-Inch Exposed Aggregate Sidewalk @ S Dollars & 1/6<>fy �-r,oe Cents Per S.F. S_� $ 20 S.F. New 4-Inch Concrete Sidewalk @ - _Dollars & f y - rJL Cents Per S.F. S 7 �r S P-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 104 11 600 S.F. Remove & Replace 4-Inch ADA 504 Wheelchair Ramp @ �� D a S.P. Dollars & $ 7 �r $1!. Z 610 Cents Per S.F. --�-- 504 12 100 S.F. New 4-Inch ADA Wheelchair S.P. Ramp @ 3i oar S /X Dollars & $ L $ �yi2T y' Cents Per S.F. 104 13 500 S.Y. Remove & Replace Existing 360 Concrete Valley Gutter @ .� S.P./�%% �/y� Dollars & Per `od Cents S.Y. $ l�j $ i 360 14 100 S.Y. N,ei'' Concrete Valley Gutter @ S.P. /TY's� Dollars & Cents Per S.Y. d$ S.P. 15 1 EA. Remove & Replace 5-Ft Storm drainage _ Inlet Top %F�1 ` �1u✓ ii Dollars & Z /00v°0 Z/ 0C-) Cents Per EA. $ $ S.P. 16 1 EA. Remove & Replace 10-Ft Storm Drainage Inlet Top $ /w��Qa✓l, f r xTY Dollars & tJlJ Cents Per EA. 402 17 600 L.F. 6-Inch Perforated Sub Drain Pipe @ 500 620 �(�/�+ Dollars & / S.P. Y Cents Per L.F. $ %Q $ ��©O 275 18 82,000 S.Y. 8-Inch Pavement Pulverization @ S.P. Dollars & $ 3 Zf $?— O ?Ile 7,Ve49 'l - /m//,11—_Cents Per S.Y. P-3 ftw SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS 275 19 1,070 TON 26 lbs/sCement Modification @ S.P. Dollars & LO Cents Per TON 106 20 50 C.Y. Unclassified Street Excavation @ S.P. i � g,aT'7— ivy Dollars & A,) U Cents Per C.Y. .� 247 21 50 C.Y. Crushed Limestone @ S.P. Ffl7 �vC Dollars & d Cents Per C.Y. 300 22 50 C.Y. Asphalt Pavement Base Repair @ 3101411V/%Y. r>�vDollars & 340 d Cents Per C.Y. S.P. 300 23 20 TON HMAC Level Up @ 340 OP e- AlwvO/1 f'•7, j'9/L7'rDollars & i S.P. 14)4) Cents Per TON S.P. 24 3,000 L.F. Wedge Milling 2-Inch to 0-Inch, 5-Ft Depth @ _QDollars& /J1N4P--`/U1A(6 Cents Per L.F. S.P. 25 2 EA. Butt J int-Milted @ bw �k Dollars & /U 0 Cents Per EA. S.P. 26 2,000 L.F. Crack Sealing of existing pavement @ v L Dollars & �T Cents Per L.F. UNIT TOTAL PRICE AMOUNT BID $ le 9 '�-$ Ile 0 3 C) d of+— e $ Sr $ Z 7-5-0 190— $ / 1717 $ 98 �0 $ / y�_0- S Z rDO0_ q O o� $_/ ' $ S9 o o0 S $ elo SODOOd S�_ P-4 N. M am ML SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 300 27 88,000 S.Y. 2-Inch-HMAC Surface Course 310 Type D Mix @ �6 y 8 00 340 / !fi /-//—Dollars & $ a $ le S.P. /3,Q7i - S.,r Cents Per S.Y. S.P. 28 1 EA. Remove & Replace 30-Ft Wide HMAC Speed Cushion w/stripping @ TwwTY -dvAt- Dollars & /✓U Cents Per EA. S.P. 29 1 EA. Remove & Replace 40-Ft Wide HMAC Speed Cushion w/stripping @ 17u,�,rr-S 'X l7,w'V Q W 711/1a1-7 Dollars & °59' �-�— _ j10 Cents Per EA. S2-tl, 3c) S Z G 30 450 30 50 EA. Water Valve Box Adjustment S.P. (Owith�Slal� yolp ) @ �Dollars &- O Cents Per EA. 406 31 1 EA. Water Valve Box Adjustment 450 ( '0o/�►ctc Cliar) @ S.P. Dollars & Cents Per EA. $ Z3 0 $ Z �e S.P. 32 7 EA. Water Meter Box Adjustment @ 'fQx Dollars & C.Q- 000 Cents Per EA. $ 3 6 $ Z SL 406 33 40 EA. Manhole Adjustment @ 450 (with S eeI Manhole Riser) @ S.P. e11,1 0�/�� fi Y' Dollars & Cents Per EA. $�Q $_ 406 34 1 EA. Manhole Adjustment 450 � ( with concrete Collar) @ S.P. / ��"e �rstrdRC 0 S iX fj - �riy� Dollars & ` /-)a Cents Per EA. $�tle 40 P-5 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 35 300 EA. Painting House Addresses @ Aft Dollars & �"— /JG Cents Per EA. $ $ 2— S.P. 36 2,000 S.Y. Replacement of St. Augustine Grass Sod @ �- Dollars& Cents Per S.Y. S.P. 37 2,000 S.Y. Replacement of Bermuda Grass Sod @ � �ii���� Dollars & $ '/04""—Cents Per S.Y. ' $ S.P. 38 3 EA. Mobilization Services @ Five Hundred Dollars & .. No Cents Per EA. $ 500.00 $ 1,500.00 / e)6_ TOTAL BID $ P-6 M" 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 two hundred (2001 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 Engineer for any of the locations. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per Block per day. I (we), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) _ Addendum No. 2 (Initials) _ Addendum No. 3 (Initials) _ (Seal) Date: a Respectfully submitted, JLB CONTRACTING, LP Company Name By: Signatu Printed Name of Principal F Address: FeR P.O. BOX 24131 Q„A E-mail Address: Telephone: _ �� -71 z /' ZC1 P-7 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non- resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Non-resident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. 0 Bidder: JLB CONTRACTING, LP Company P.O. BOX 24131 Address FORT WORTH, TX 76124 City State Zip By: (Please print) SilVature James G. Humphrey, President of JLB Management, Inc., Its General Partner Title (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION INTER -OFFICE CORRESPONDENCE �.....r...rrr....rr..r..r..r.r.r.rrr..r....r.r....r..rr.r.rrrrrrr...r...■ Date: October 8, 2008 To: Gail Scott, Contract Compliance Specialist N4/WBE Office From: Gloria Cook, Administrative Assistant TPW/Business Support Subject: HMAC SURFACE OVERLAY 2008-12 AT VARIOUS LOCATIONS I...rr.....rr...r........................■■..................r...rr.rrir■ Bids for the above project were received on September 25, 2008. Attached, for your review, is a copy of M/WBE documentation submitted by the low bidder and the second low bidder. Also included is a copy of the bid tabulation. Should you have any questions or need more information, please call me at X2852. Thanks, Gloria Cook/ (�,(ryJ(/r` M i t 0 0 MNVBE PARTICIPATION HMAC SURFACE OVERLAY (2008-12) BIDS RECEIVED: SEPTEMBER 25, 2008 CONTRACTOR NAME $ % TOTAL s: JLB Contracting, LP $ 1,630,834.00 Zamora Construction $ 186,800.00 11% Sunset Trucking $ 54,740.00 5% Atco Construction, Inc $ 84,700.00 5% 21% Dirtco dba Styles Contracting $ 1,710,309.60 TC2 Concrete $ 42,345.00 2% Cowtown Redi Mix $ 90,000.00 5% Ricochet Fuel Dist $ 90,000.00 5% 12% APPROVED - PROJECT MANAGER: DATE: APPROVED - DBE ADMINISTRATOR: DATE: 4 I ! II I M I TRANSPORTATION AND PUBLIC WORKS BID TABULATION Project: HMAC SURFACE OVERLAY (2008-12) AT VARIOUS LOCATIONS TPW Project Number: C293- 41200-205620110383 DOE Project Number: Bid Date: SEPTEMBER 25, 2008 Advertised: AUGUST 28 & SEPTEMBER 4, 2008 WORKING DAYS 200 UNIT QTY DESCRIPTION 2 EA Sign -Project Designation - Install 1 LS Utility Adjustment - Repair 11,000 LF Curb & Gutter - Remove & Replace 100 LF New Curb & Gutter (New) 21,500 SF Remove & Replace 6-Inch Concrete Driveway 400 SF Driveway -8 Inch Exposed Aggregate -Remove & Replace 60 SF New Concrete 8-Inch Concrete Driveway 500 SF Remove & Replace 4-Inch Concrete Sidewalk 20 SF Remove & Replace 4-Inch Exposed Aggregate Sidewalk 20 SF New 4-Inch Concrete Sidewalk 600 SF Remove & Replace 4-Inch ADA Wheelchair Ramp 100 SF New 4-Inch ADA Wheelchair Ramp 500 SY Remove & Replace Existing Concrete Valley Gutter 100 SY New Concrete Valley Gutter 1 EA Remove & Replace 5-Ft Storm Drainage Inlet Top 1 EA Remove & Replace 10-Ft Storm Drainage Inlet Top 800 LF 6-Inch Perforated Sub Drain Pipe 82.000 SY 8-Inch Pavement Pulverization 1,070 TON 26 lbs/sy Cement Modification 50 CY Unclassfied Street Excavation 50 CY Crushed Limestone 50 CY Asphalt Pavement Base Repair 20 TON HMAC Level Up 3,000 LF Wedge Milling 2-Inch to 0-Inch 5-Ft Depth 2 EA Butt Joint -Milled 2,000 LF Crack Sealing of Existing Pavement 88,000 SY 2-Inch HMAC Surface Course Type D Mix 1 EA Remove & Replace 30-Ft Wide HMAC Speed Cushion w/Stripping 1 EA Remove & Replace 40-Ft Wide HMAC Speed Cushion w/Stripping 50 EA Water Valve Box Adjustment 1 EA Water Valve Box Adjustment (with concrete Collar) 7 EA Water Meter Box Adjustment 40 EA Manhole Adjustment (with Steel Manhole Riser) 1 EA Manhole Adjustment (with concrete Collar) 300 EA Painting House Addresses 2,000 SY Replacement of St. Augustine Grass Sod 2,000 SY Replace of Bermuda Grass Sod 3 EA Mobilization -Services Tabulated By: Project Manager: Engineers Estimate: Addendum's: UNIT PRICE 200.00 $ 8,000,00 $ 2055 $ 14.75 $ 5.79 $ 7,40 $ 5.00 $ 5.50 $ 6.85 $ 4.75 $ 7.10 $ 6.30 $ 55.00 $ 47.50 $ 2,100.00 $ 3,160.00 $ 10,50 $ 3.28 $ 129.00 $ 25.00 $ 55.00 $ 197.00 $ 145.00 $ 1.99 $ 10500 $ 0.50 $ 846 $ 2,105.00 $ 2,630.00 $ 170.00 $ 230.00 $ 36,00 $ 260.00 $ 465.00 $ 8.00 $ 3.56 $ 3,24 $ 500.00 $ 1 JLB Contracting, LP PO Box24131 Fort Worth, Tx 76124 817.261-2991 BID TOTAL $ ADDENDUM'S: 0 400.00 6,000.00 226,050.00 1,475.00 124,485.00 2,960,00 300.00 2,750.00 13700 95.00 4,280,00 630.00 27,500.00 4,750.00 2,100.00 3,160.00 6,300.00 268.960.00 138,030.00 1,250.00 2, 750.00 9,85000 2,900.00 5,970.00 210.00 1,000.00 744,480.00 2,105, 00 2,83000 8,500.00 230.00 252.00 10,400.00 465.00 2,400.00 7,12000 6,480.00 1,500.00 1,630,834.00 N I 1 4 F Gloria Cook Riad Nursallah 0 UNIT PRICE 2 Dirtco dba Styles Contracting 5625 Egg Farm Rd, Ste 1120 Keller, TX 76248 6173793200 BID 200.00 $ 6,000.00 $ 19A5 $ 18.45 $ 5.25 $ 7.75 $ 4.25 $ 4.50 $ 7.75 $ 3.98 $ 8,60 $ 8.50 $ 70.00 $ 70.00 $ 1,500.00 $ 2,000.00 $ 750 $ 2.60 $ 125.00 $ 15.00 $ 20.00 $ 75.00 $ 72.00 $ 0.50 $ 150.00 $ 1.00 $ 10.15 $ 1,250.00 $ 1,550,00 $ 250.00 $ 200.00 $ 25000 $ 450.00 $ 350.00 $ 18,00 $ 5.25 $ 4,75 $ 500.00 $ 0 400.00 8,000.00 213,950.00 1,845.00 112,875.00 3,100.00 255.00 2,250.00 155.00 79.60 5,16000 850.00 35,000.00 7,000.00 1,500.00 2,000.00 4,500.00 213,200.00 133,750.00 750.00 1,000.00 3,750.00 1,440.00 1,500.00 300.00 2,000.00 803, 200, 00 1,250,00 1,550.00 12,500.00 200.00 1, 750.00 18.000.00 350.00 5,400.00 10,501 9,50000 1,500.00 1,710,309.60 S TRANSPORTATION AND PUBLIC WORKS BID TABULATION Project: HMAC SURFACE OVERLAY (2008-12) AT VARIOUS LOCATIONS TPW Project Number: C293.541200.205620110383 DOE Project Number: Bid Date: SEPTEMBER 25, 2006 Advertised: AUGUST 28 & SEPTEMBER 4, 2008 WORKING DAYS 200 3 4 Advanced Paving Co Quality Excavation, Ltd 2257 Joe Field Rd 5620 Hwy 377 Dallas, TX 75229 Aubrey, TX 76227 972-245-0000 940365-0020 UNIT CITY DESCRIPTION UNIT PRICE BID UNIT PRICE BID 2 EA Sign -Project Designation - Install $ 200.00 $ 40000 $ 200.00 $ 400,00 1 LS Utility Adjustment - Repair $ 8,000.00 $ 6,000 00 $ 6,000,00 $ 6,000.00 11,000 LF Curb & Gutter - Remove & Replace $ 24.75 $ 272,250,00 $ 26.00 $ 286,000.00 100 LF New Curb & Gutter (New) $ 3300 $ 3.300.00 $ 25.00 $ 2,500.00 21,500 SF Remove & Replace 6-Inch Concrete Driveway $ 715 $ 153,725.00 $ 7.00 $ 150,500,00 400 SF Driveway -6 Inch Exposed Aggregate -Remove & Replace $ 11-00 $ 4,400.00 $ 12.00 $ 4.800.00 60 SF New Concrete 6-Inch Concrete Driveway $ 11.00 $ 66000 $ 6.00 $ 360.00 500 SF Remove & Replace 4-Inch Concrete Sidewalk $ 8.80 $ 4,400.00 $ 7,00 $ 3,50000 20 SF Remove & Replace 4-Inch Exposed Aggregate Sidewalk $ 16.50 $ 330.00 $ 20.00 $ 400.00 20 SF New 4-Inch Concrete Sidewalk $ 16.50 $ 330.00 $ 6.00 $ 120.00 600 SF Remove & Replace 4-Inch ADA Wheelchair Ramp $ 14.30 $ 8,58000 $ 14,00 $ 8,400,00 100 SF New 4-Inch ADA Wheelchair Ramp $ 13.20 $ 1,320.00 $ 1200, $ 1,200.00 500 SY Remove & Replace Existing Concrete Valley Gutter $ 69.30 $ 34,650.00 $ 70.00 $ 35,000.00 100 SY New Concrete Valley Gutter $ 69.30 $ 6,93000 $ 60.00 $ 6,000.00 1 EA Remove & Replace 5-Ft Storm Drainage Inlet Top $ 2,000.00 $ 2,00000 $ 500.00 $ 500,00 1 EA Remove & Replace 10-Ft Storm Drainage Inlet Top $ 3,00000 $ 3,000.00 $ 1,000.00 $ 1,000.00 600 LF 6-Inch Perforated Sub Drain Pipe $ 9-00 $ 5,400.00 $ 9.00 $ 5,400.00 82,000 SY 8-Inch Pavement Pulverization $ 3.25 $ 2e6,500.00 $ 3.70 $ 303,400.00 1,070 TON 28 Ibs/sy Cement Modification $ 13500 $ 144,450.00 $ 130.00 $ 139,100.00 50 CY Unclassfied Street Excavation $ 20.00 $ 1,000.00 $ 40.00 $ 2,000.00 50 CY Crushed Limestone $ 60.00 $ 3,00000 $ 40,00 $ 21000.00 50 CY Asphalt Pavement Base Repair $ 150.00 $ 7,500,00 $ 200.00 $ 10,000,Do 20 TON HMAC Level Up $ 120.00 $ 2,400.00 $ 120.00 $ 2,400.00 3,000 LF Wedge Milling 2-Inch to 0-Inch 5-Ft Depth $ 2.15 $ e,450.00 $ 2.50 $ 7,500,00 2 EA Butt Joint -Milled $ 150,00 $ 300.00 $ 500,00 S 1,000.00 2,000 LF Crack Sealing of Existing Pavement $ 0-50 $ 1,000.00 $ 1.00 $ 2,000.00 88,000 SY 2-Inch HMAC Surface Course Type D Mix $ 10,35 $ 910,800.00 $ 9.90 S 871,2D0.00 1 EA Remove & Replace 30-Ft Wide HMAC Speed Cushion wlStripping $ 1,700.00 $ 1,700.00 $ 2,000.00 $ 2,000.00 1 EA Remove & Replace 40-Ft Wide HMAC Speed Cushion w/Stripping $ 1,900.00 $ 1,90000 $ 2,500.00 $ 2,500.00 50 EA Water Valve Box Adjustment $ 150.00 $ 7,500 D0 $ 100.00 $ 5,000,00 1 EA Water Valve Box Adjustment (with concrete Collar) $ 350-00 $ 350-00 $ 400.00 $ 400.00 7 EA Water Meter Box Adjustment $ 5000 $ 350.00 $ 40.00 $ 280.00 40 EA Manhole Adjustment (with Steel Manhole Riser) $ 25000 $ 10,000.00 $ 200.00 $ 8.000.00 1 EA Manhole Adjustment (with concrete Collar) $ 500.00 $ 500.00 $ 600.00 $ 600.00 300 EA Painting House Addresses $ 15.00 $ 4,500.00 $ 15.00 $ 4,500.00 2,000 SY Replacement of St. Augustine Grass Sod $ 3.90 $ 7,800.00 $ 5.00 $ 10,000.00 2,000 SY Replace of Bermuda Grass Sod $ 3,55 $ 7,100.00 $ 5,00 $ 10,000.00 3 EA Mobilization -Services $ 500.00 $ 1,500.00 $ 500.00 $ 1,500.00 TOTAL $ 1,894,275.00 $ 1,897,460.00 ADDENDUM'S: 0 0 TRANSPORTATION AND PUBLIC WORKS BID TABULATION Project: HMAC SURFACE OVERLAY (2008-12) AT VARIOUS LOCATIONS TPW Project Number: C293541200-205620110383 DOE Project Number: Bid Date: SEPTEMBER 25, 2008 Advertised: AUGUST 28 & SEPTEMBER 4, 2008 WORKING DAYS 200 5 Austin Bridge & Road, L.P. 6330 Commerce Drive, Suite 150 Irving, Texas 75063 214596-7300 UNIT QTY DESCRIPTION UNIT PRICE BID UNIT PRICE 2 EA Sign -Project Designation - Install $ 200.00 $ 400.00 $ 200,00 $ 1 LS Utility Adjustment - Repair $ 6,000.00 $ 6,000.00 $ 6,000.00 $ 11,000 LF Curb & Gutter - Remove & Replace $ 24.50 $ 269,500.00 $ 27.00 $ 100 LF New Curb & Gutter (New) $ 24.50 $ 2,450.00 $ 30.00 $ 21,500 SF Remove & Replace 6-Inch Concrete Driveway $ 6.00 $ 129,000.00 $ 6.00 $ 400 SF Driveway -61nch Exposed Aggregate -Remove & Replace $ 9.00 $ 3,600.00 $ 9.00 $ 60 SF New Concrete 6-inch Concrete Driveway $ 5.00 $ 30&00 $ 8.50 $ 500 SF Remove & Replace 4-Inch Concrete Sidewalk $ 5.00 $ 2,500.00 $ 6.00 $ 20 SF Remove & Replace 4-Inch Exposed Aggregate Sidewalk $ 8,00 $ 180.00 $ 8.00 $ 20 SF New 4-Inch Concrete Sidewalk $ 5.00 $ 100.00 $ 8.00 $ 600 SF Remove & Replace 4-Inch ADA Wheelchair Ramp $ 1000 $ 6000.00 $ 7.00 $ 100 SF New 4-Inch ADA Wheelchair Ramp $ 10.00 $ 1,000.00 $ 7.00 $ 500 BY Remove & Replace Existing Concrete Valley Gutter $ 88.00 $ 44,000.00 $ 70.00 $ 100 SY New Concrete Valley Gutter $ 112.00 $ 11,200.00 $ 85.00 $ 1 EA Remove & Replace 5-Ft Storm Drainage Inlet Top $ 1,9W 00 $ 1,900.00 $ 800,00 $ 1 EA Remove & Replace 10-Ft Storm Drainage Inlet Top $ 2,800.00 $ 2,800.00 $ 1,200.00 $ 600 LF 6-Inch Perforated Sub Drain Pipe $ 35,00 $ 21,000.00 $ 4,00 $ 82,000 SY 8-Inch Pavement Pulverization $ 2.95 $ 241,900.00 $ 5.00 $ 1,070 TON 26 lbs/sy Cement Modification $ 163,00 $ 174,410.00 $ 152,00 $ 50 CY Unclassfied Street Excavation $ 20.00 $ 1,000.00 $ 25.00 $ 50 CY Crushed Limestone $ 37,00 $ 1,850.00 $ 55,00 $ 50 CY Asphalt Pavement Base Repair $ 500.00 $ 25,000.00 $ 250.00 $ 20 TON HMAC Level Up $ 115,00 $ 2,300.00 $ 200,00 $ 3,000 LF Wedge Milling 2-Inch to 0-Inch 5-Ft Depth $ 2.25 $ 6,750.00 $ 2.25 $ 2 EA ButtJoint-Milled$ 200,00 $ 400.00 $ 350,00 $ 2,000 LF Crack Sealing of Existing Pavement $ 1.50 $ 3,000.00 $ 1.00 $ 88,000 BY 2-Inch HMAC Surface Course Type D Mix $ 10.70 $ 941,600.00 $ 10.75 $ 1 EA Remove & Replace 30-Ft Wide HMAC Speed Cushion w/Stripping $ 2,000.00 $ 2,000.00 $ 3,000.00 $ 1 EA Remove & Replace 40-Ft Wide HMAC Speed Cushion w/Stripping $ 2,500.00 $ 2,500.00 $ 3,500.00 $ 50 EA Water Valve Box Adjustment $ 96,00 $ 4,900.00 $ 350,00 $ 1 EA Water Valve Box Adjustment (with concrete Collar) $ 400.00 $ 400.00 $ 300.00 $ 7 EA Water Meter Box Adjustment $ 100,00 $ 700.00 $ 13500 $ 40 EA Manhole Adjustment (with Steel Manhole Riser) $ 225.00 $ 9,000.00 $ 400.00 $ 1 EA Manhole Adjustment (with concrete Collar) $ 500,00 $ 500.00 $ 500,00 $ 300 EA Painting House Addresses $ 22.00 $ 6,600.00 $ 20.00 $ 2,000 SY Replacement of St. Augustine Grass Sod $ 7.50 $ 15,000.00 $ 6.50 $ 2,000 SY Replace of Bermuda Grass Sod $ 6.25 $ 12,500.00 $ 5.50 $ 3 EA Mobilization -Services $ 500.00 $ 1,500.00 $ 500,00 $ TOTAL $ 1,955,720.00 $ ADDENDUM'S: 0 6 PAEE Corporation 6729 Sapphire Cir N Colleyville, TX 76034 817.975-6139 BID 0 400.00 8,000.00 297,000,00 3,000.00 129,000.00 3,600.00 390.00 3,000,00 180.00 160,00 4,200.00 700.00 35,000.00 8.500.00 800.00 1,200.00 2,400.00 410,000.00 162,640.00 1,250.00 2,750.00 12,500.00 4,000.00 6,750.00 700.00 2,000.00 946,000.00 3,000.00 3,500.00 17, 500.00 300.00 945.00 16,000.00 500.00 6,000.00 13,000.00 11,000.00 1,500.00 2,115,345.00 E TRANSPORTATION AND PUBLIC WORKS BID TABULATION Project: HMAC SURFACE OVERLAY (2008-12) AT VARIOUS LOCATIONS TPW Project Number: C293-541200-205620110383 DOE Project Number: Bid Date: SEPTEMBER 25. 2008 Advertised: AUGUST 28 & SEPTEMBER 4, 2008 WORKING DAYS 200 7 8 Peachtree Construction, Ltd P & E Contractors, Inc 5801 Park Vista Cir 603 Stratford Lane Keller, TX 76248 Coppell, TX 75019 817-741.4650 972-462-0386 UNIT QTY DESCRIPTION UNIT PRICE BID UNIT PRICE BID 2 EA Sign -Project Designation - Install $ 200.00 $ 400.00 $ 200.00 $ 400.00 1 LS Utility Adjustment - Repair $ 6,000.00 $ 6,000.00 $ 6,000.00 $ 6,000,DO 11,000 LF Curb & Gutter - Remove & Replace $ 33.00 $ 363,000.00 $ 25.00 $ 275,000.00 100 LF New Curb & Gutter (New) $ 33.00 $ 3,300.00 $ 25.00 $ 2,500,00 21,500 SF Remove & Replace 6-Inch Concrete Driveway $ 7.50 $ 161,250.00 $ 6.00 $ 129,000.00 400 SF Driveway -6 Inch Exposed Aggregate -Remove & Replace $ 9.60 $ 3,840,00 $ 9.50 $ 3,800,00 60 SF New Concrete 6-Inch Concrete Driveway $ 7.40 $ 444.00 $ 9.25 $ 555.00 500 SF Remove & Replace 4-Inch Concrete Sidewalk $ 6.20 $ 3,100.00 $ 12.50 $ 6,250.00 20 SF Remove & Replace 4-Inch Exposed Aggregate Sidewalk $ 8.10 $ 162.00 $ 15.00 $ 300.00 20 SF New 4-Inch Concrete Sidewalk $ 6.90 $ 138.00 $ 12.00 $ 240.00 600 SF Remove & Replace 4-Inch ADA Wheelchair Ramp $ 12.50 $ 7,500.00 $ 8.00 $ 4,800.00 100 SF New 4-Inch ADA Wheelchair Ramp $ 11.90 $ 1,190.00 $ 7.75 $ 775.00 500 SY Remove & Replace Existing Concrete Valley Gutter $ 120.00 $ 60,000.00 $ 65.00 $ 32.500.00 100 SY New Concrete Valley Gutter $ 115.00 $ 11,5W.00 $ 55.00 $ 5,500,00 1 EA Remove & Replace 5-Ft Storm Drainage Inlet Top $ 2,200.00 $ 2,200.00 $ 1,000.00 $ 1,000.00 1 EA Remove & Replace 10-Ft Storm Drainage Inlet Top $ 2,500.00 $ 2,500.00 $ 1,000.00 $ 1,000.00 600 LF 6-Inch Perforated Sub Drain Pipe $ 14,00 $ 8,400.00 $ 4.00 $ 2,400.00 82,000 SY 8-Inch Pavement Pulverization $ 3.10 $ 254,200.00 $ 5.00 $ 410,000,00 1,070 TON 26lbs/syCement Modificatlon $ 150,00 $ 171,200.00 $ 155,00 $ 165,850.00 50 CY Unclassfied Street Excavation $ 35.00 $ 1,750.00 $ 20.00 $ 1,000.00 50 CY Crushed Limestone $ 30.00 $ 1,500.00 $ 75.00 $ 3,750.00 50 CY Asphalt Pavement Base Repair $ 300.00 $ 15,000.00 $ 100.00 $ 5,000.00 20 TON HMAC Level Up $ 160.00 $ 3,200.00 $ 125.00 $ 2,500.00 3,000 LF Wedge Milling 2-Inch to 0-Inch 5-Ft Depth $ 3.50 $ 10,500.00 $ 2.50 $ 7,500.00 2 EA Butt Joint -Milled $ 300.00 $ 600.00 $ 350.00 $ 700.00 2,000 LF Crack Sealing of Existing Pavement $ 0.40 $ 800.00 $ 1.00 $ 2,000.00 88,000 SY 2-Inch HMAC Surface Course Type D Mix $ 11.80 $ 1,038,400.00 $ 12.95 $ 1,139,600.00 1 EA Remove & Replace 30-Ft Wide HMAC Speed Cushion w/Stripping $ 2,500,00 $ 2,500.00 $ 1,500.00 $ 1,500.00 1 EA Remove & Replace 40-Ft Wide HMAC Speed Cushion w/Stripping $ 3,500.00 $ 3.500.00 $ 1,700.00 $ 1,700.00 50 EA Water Valve Box Adjustment $ 170.00 $ 8,500.00 $ 300,00 $ 15,000,00 1 EA Water Valve Box Adjustment (with concrete Collar) $ 350.00 $ 350.00 $ 300.DO $ 300.00 7 EA Water Meter Box Adjustment $ 40.00 $ 280.00 $ 35,00 $ 245,00 40 EA Manhole Adjustment (with Steel Manhole Riser) $ 320.00 $ 12,800.00 $ 400.00 $ 16,000.00 1 EA Manhole Adjustment (with concrete Collar) $ 450.00 $ 450.00 $ 400,00 $ 400,00 300 EA Painting House Addresses $ 25.00 $ 7,500.00 $ 5.00 $ 1,500.00 2,000 SY Replacement of St. Augustine Grass Sod $ 4.50 $ 9,000.00 $ 5.00 $ 10,DD0,00 2,000 SY Replace of Bermuda Grass Sod $ 4.50 $ 9,000.00 $ 5.00 $ 10,000.00 3 EA Mobilization -Services $ 500.00 $ 1,500.00 $ 500.00 $ 1,500.00 TOTAL $ 2,187,464.00 $ 2,268,065.00 ADDENDUM'S: 0 M/WBE REQUIRED DOCUMENTATION RECEIPT Transportation & Public Works - Official Date: �/ / Official Time: Bid Date: C) /' 0S / D -6 Project Name: _ H Nv-�t c Su r e lLc� 1 Project Manager: _ %U�,1��5�. a",,L-- Forms Submitted By Name: ►'`'� t i-c v� tAlwe Company: �.J �(� y c k)n jnt4 lip i Received By: as No ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form �, P1 2: 32 IN PRIME COMPANY NAME: Check applicable block to describe prime JLB Contracting, L.P. MNV/DBE X NON-MNV/DBE PROJECT NAME: September 25, 2008 HMAC Surface Overlay 2008-12 City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER 84 C293-541200-209201083 18% 20.00% Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered Vt tier, a payment by a subcontractor to its supplier is considered 2rd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner -operators, and receive full MNVBE 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. ATTACHMENT IA r+ FORT WORTH Page 2 of 4 Ir— Primes are required to identify ALL subcontractors/suppliers, regardless of status: i.e., Minority, Women and non-M/WBEs. Please list MNVBE firms first, use additional sheets if necessary. Certification N o SUBCONTRACTOR/SUPPLIER T (check one) n Detail Detail N T Company Name Address i M �y C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T T D O W B E E C T E A Zamora Construction 1 X Miscellaneous $186,800 PO Box 10396 Concrete River Oaks, TX 76114 (817) 875-1162 (877) 864-7780 Sunset Trucking 1 X Raw Materials $54,740 Hauler Atco Construction, Inc. 1 X Haul HMAC to $84,700 the job Dustrol 1 X Wedge Milling $5,870 Southern Asphalt 1 X Liquid Asphalt $298,240 Supplier FORT WORTH ATTACHMENT 1A Page 3 of 4 an so Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MNVBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N o SUBCONTRACTORISUPPLIER T (check one) Detail Detail T Company Name Address ; M yy N C X M Subcontracting Worts Supplies Purchased Dollar Amount Telephone/Fax r B B T R D O VY B E E C T E A TXI 1X Raw Aggregate $56,291 Supplier FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 326,240 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 360,401 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 686,641 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 al Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach ofj contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractors 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 MAN/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 James G. Humphrey Tide Contact Name/Tide (H different) r, JLB Contracting, L.P. (817) 261-2991 (817) 261-3044 comnarw Name TeNtRboue and/or Fax PO Box 24131 r Address E+naN Address Fort Worth, Texas 76124 member 29.2008 citylstate2ip Date SPECIAL PROVISIONS FOR: H.M.A.C. SURFACE OVERLAY (2008-12) AT VARIOUS LOCATIONS CITY PROEJCT NO. 01103 TPW PROJECT NO. C293-541200-205620110383 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. Water and/or sanitary sewer main replacements must be completed (via a proceeding contractor(s)) on project street before the HMAC Surface Overlay Contract can begin. Prospective bidders, on this HMAC project are hereby advised that the City shall not grant compensation requests to the HMAC Contractor, in the event the water and/or sanitary sewer improvements are delayed and not completed at the time the contract is awarded for the HMAC work. In addition, the contractor shall honor its original unit bid price regardless of such delays. The Contractor shall mobilize within ten (10) working days of the notice given by the Construction Engineer for any locations. If the contractor fails to be in the work within ten (10) working days, a $200 dollars liquidated damage will be assessed per block per day. It shall be the responsibility of the prospective bidder to visit the project sites and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper SP-1 consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. The contractor shall verify these locations with the Construction Engineer. For street locations see list at the back of this document. At the sole discretion of the City, the City reserves the right to add, delete or substitute streets in this contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (t) 25% of 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 SP-2 requested may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 4. CONTRACT TIME: The Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. The contract time will be counted from the date set at the pre -construction conference and will continue until a time the inspector determines the project is ready for a final inspection. At that time a final inspection will be scheduled. If in the opinion of the inspector 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) working days after receiving it. If the Contractor fails to complete the work within ten ,(10) working 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: SP-3 A. A letter will be mailed to the contractor by certified mail; return receipt t. requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. B. The Construction Engineer and the Director of the Transportation and Public Works Department will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. C. Any notice that may, in the City's sole discretion, is required to be provided to interested individuals will distributed by the Construction Engineer. D. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Construction Engineer will, if necessary, then forward updated notices to the interested individuals. E. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 6. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. 7. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS SP-4 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 Transportation and Public Works Department, 1000 Throckmorton Street, 2nd floor of the Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call - out for the pay item in the Proposal. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. 8. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non -responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 9. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No. 14 for further requirements. 10. TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer (-)817-392-8712 at least 10 working days prior to the preconstruction conference. Although work will not begin until the traffic control panel has been reviewed, the SP-5 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 817-392-7738), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re -installed, the Contractor shall again contact the Signs and Markings Division to re -install the permanent sign and shall leave his temporary sign in place until such re -installation is completed. The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic upon the approval of the City Engineer. Work shall not be performed on certain locations/streets (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. SP-6 The notice/flyer shall be posted three (3) working days prior to beginning construction activity along each street. The flyer shall be prepared on the Contractor's letterhead and shall include the following: o Project name/Contract name o Project number o Expected dates of construction o Contractors and project inspector's contact information A sample notice/flyer is included in the contract documents. The Electronic version of the notice/flyer can be obtained from the Office of the Transportation and Public Works Department (817) 392-2729 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) working 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) working 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: Payment will be made to the contractor twice a month for work completed during the pay periods ending on the 15'h and the 30'h day of each month. Checks (less 5% retainage) will be sent to the contractor within the two (2) week window following each payment period. Payment of the retainage will be made with the final payment upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 13. DELAYS: SP-7 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. 14. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction, as required by Engineer, by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs", Item 524, and/or as shown on the plans. Construction signing and barricades shall conform with the latest edition of the "Texas Manual on Uniform Traffic Control Devices, Vol. No. I". 15. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056) and a flood plain permit issued. All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood SP-8 plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site, upon notification by the Director of the Department of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. No temporary storage of material, rubble, equipment or vehicles within parkway is allowed. Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the satisfaction of City Engineer. 16. ZONING REQUIREMENTS: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 17. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 18. CONSTRUCTION SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre -construction conference. This schedule shall detail all phases of construction, special coordination with schools (see Item No. 10 Traffic Control for details), including project clean up, and allow the contractor to complete the work in the allotted time. Contractor will not move on to the job site nor will work begin until said- schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Contract start date would be outlined in the pre- construction work order notice. Project schedule will be undated and resubmitted at the end of every SP-9 estimatinE 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. (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 SP-10 any directly pertinent books, documents, papers and records of Contractor involving transactions relating to this contract. Contractor agrees that City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may be requested by City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made. 21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor SP-11 either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub -section as related to "substitutions" shall be applicable to all sections of these specifications. 23. 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: SP-12 Material shall not be stored on private property unless the Contractor has obtained written permission from the property Owner. A copy of the written permit shall be provided to the assigned inspector prior to utilization of the property. 26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. 27. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 28. CONSTRUCTION The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub -contractors must comply with this program as a condition of the contract. All active sewer manholes, regardless of depth, are defined, as "permit required confined spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces (e.g. vacuum testing, cleaning, televising, construction, etc.). 29. WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which the weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 A.M. and 6:00 P.M., with exceptions as permitted by the Engineer. 30. `GREEN' CEMENT POLICY: SP-13 `GREEN' CEMENT POLICY: As mandated by Fort Worth City Council Resolution 3536, all cement utilized for this project shall be procured from a kiln utilizing a dry kiln process or from any kiln that does not produce an excess of 1.71b of NOx emissions per ton of clinker produced. All related costs for complying with the `Green' Cement Policy shall be considered subsidiary to the applicable project pay items. This policy shall also apply to all cement products including concrete and concrete products. The contractor shall complete and submit the `Green' Cement Policy Compliance Statement (included in the contract documents) at the time of bid opening of the project. Failure to comply with the `Green' Cement policy shall be grounds for rejecting the bid as non- responsive. During the term of the contract if cement meeting the above requirement is not available, and where cement from a non -compliant source must be utilized, the contractor shall furnish good faith effort documentation in form of letters from two North Texas cement manufacturers of `Green' Cement stating that no stock of `green' cement is available for the contractor at that time. These letters shall be considered valid for a maximum of one week after which new letters must be submitted to the Project Inspector if `green' cement continues to remain unavailable. 31. QUALITY CONTROL TESTING: (a) The contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphalt and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of SP-14 materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the contractor for operations requiring testing. The contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 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 T/PW Traffic Services to arrange for the replacement of the buttons and adhesive lane markers (arrows, etc.). All costs to the contractor shall be figured as subsidiary to this contract. SP-15 NON -PAY ITEM No. 3 — LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The contractor shall be responsible for locating and marking previously exposed manholes, water valves and any other utility cover in each street of this contract before the resurfacing process commences for a particular street. The method used to document locations shall be one in which the covers can be found exactly the first time. Proof of documentation must be provided to the assigned inspector prior to start of any overlay process. The contractor shall attempt to include the Construction Engineer or his designee (if available) in the observation and marking activity. In any event, a street shall be completely marked a minimum of two (2) working days before resurfacing begins on the street. Marking the curbs with paint may be allowed if and only if a water base paint is used. 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 TXU Electric Delivery: Downtown 817-215-6424 Mr. Scott King Other than Downtown 817-215-6688 Mr. Robert Martinex Atmos Energy (Gas) 817-215-4366 Mr. John Crane 469-261-2314 Cell CFW - Street Light 817-392-7738 Mr. James Turner CFW — Light Signal 817-392-2538 Mr. Frank Brock 817-392-2535 Mr. Monte Wilson CFW — Pavement Marking 817-392-8101 Mr. Marion Goodspeed SP-16 CFW - Storm Drain 817-392-5196 Mr. Rodney Smithey CFW- Water 817-212-2699 Mr. Roger Hauser 817-925-2360 Cell CFW-Sewer 817-212-2699 Mr. Rick Davis 817-944-8399 Cell 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 seven (7) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON -PAY ITEM NO.4 - PROTECTION OF TREES, PLANTS, SOIL, ETC.: All property along and adjacent to the Contractor's operations including lawns, yards, �- irrigation systems, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights -of -way and designated alleys. This permit can be obtained by calling the Forestry Office at (817) 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. SP-17 To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON -PAY ITEM NO.5 — PROJECT CLEAN-UP: During the construction of this project, all parkways that are excavated shall be shaped, including bar ditches, and backfilled at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of the roadway and 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 (7) working 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: SP-18 All cracks that develop after completion of the street resurfacing and until the end of the 2- year warranty period shall be crack sealed with Rubber Asphalt Crack Sealer, as per the latest edition of the TxDOT Specifications for Construction and Maintenance of Highways, Streets, and Bridges, Item 300, "Asphalts, Oils, and Emulsions". The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON -PAY ITEM NO.7 — STORM DRAIN INLET PROTECTION: All pulverization and overlay streets with storm drain inlets shall use inlet protection for sediment control, in accordance with the Standard Specifications for Public Works Construction -North Central Texas. - The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON -PAY ITEM NO. 8 - NO PAVING WORK ON SOLID WASTE WEEKLY PICK-UP DAY In order to eliminate potential rutting of the pavement from solid waste trucks while paving operations are underway, the contractor shall schedule construction on all the identified project streets such that no paving activities are scheduled on the weekly solid waste pick-up day for each street. The solid waste weekly pick-up day for each project street is identified on the "STREET BY STREET PAVING QUANTITY DETERMINATION SPREADSHEET" located at the end of the contract documents. On the spreadsheet, the solid waste weekly pick-up is listed as the day of the week; 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. �1 SP-19 The Contractor, however, will be responsible for any coordination with the City Environmental Department regarding when the monthly pickup day occurs. If new pavement is damaged by the solid waste monthly pickup trucks due to the contractor's failure to adhere to the procedure outlined above; then, the Contractor shall be solely responsible for any repairs required. Assessment of damage will be determined by the Construction Engineer, or, his authorized representative. The weekly and monthly solid waste pick up schedules are hereby provided for bidding purpose and use by the selected contractor during construction. All cost associated with scheduling pavement installation around "solid waste pick-up days" shall be considered incidental to the project contract amount and 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, a copy of the measured quantities will be provided to the contractor. If the Contractor in agreement of the measured quantities, then the Contractor is required to sign it and return it with in ten (10) working days. If the Contractor is not in agreement, then the Contractor is required to, within five (5) working days, arrange a field trip with the assigned inspector to show proof of the difference. PAY ITEM NO. 1 — Proiect Designation Sign: The contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of % inch fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. SP-20 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 Adjustments: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer, and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. Contractor shall immediately cap the broken sprinkler system lines, and must notify the inspector prior to replacements. 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 — Remove & Replace Curb & Gutter: This item shall include the removal and replacement of all failed existing curb and gutter in sections, as designated by the Construction Engineer with same day haul -off of the removed material to a suitable dumpsite. SP-21 For specifications governing this item, see City Standard Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S5B. Pay limits for laydown curb and gutter are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut the curb and gutter and/or pavement prior to removal. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. 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. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense -Graded Hot -Mix Asphalt (Method)" (referenced) and compacted to standard densities. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged during construction, shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within five (5) working days from the day of completion of the curb and gutter. If the contractor fails to complete the work within five (5) working days, a $100 dollar liquidated damage will be assessed per block per day. For those streets designated as Mill Overlay (MOL) on the street list in the back of this contract document book, the wedge milling shall begin within fourteen (14) working days from the date of the concrete work (curb and gutter, driveways, valley gutter, sidewalk) completion of any street, and for those streets designated as Pulverize Overlay (POL) on the street list in the back of this contract document book, the pulverization of the existing pavement shall begin within fourteen (14) working days from the date of the concrete work (curb and gutter, driveways, valley gutter, sidewalk) completion of any street. If the contractor fails to begin the work within fourteen (14) working days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per linear foot shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO.4 — New Curb and Gutter: SP-22 This item shall include the construction of new standard concrete curb and gutter with same day haul -off of the removed material to a suitable dumpsite. For specifications governing this item, see City Standard Specifications, Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S5B. Pay limits for laydown curb and gutter are as shown in Drawing No. S-S5 of the Standard Specifications. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged during construction, shall be replaced with same or better at no cost to the City. Backfill for curb and gutter shall be completed within Five (5) working days from the day of completion of the curb and gutter. If the contractor fails to complete the work within five (5) working days, a $100 dollar liquidated damage will be assessed per block per day. For those streets designated as Mill Overlay (MOL) on the street list in the back of this contract document book, the wedge milling shall begin within fourteen (14) working days from the date of the concrete work (curb and gutter, driveways, valley gutter, sidewalk) completion of any street, and for those streets designated as Pulverize Overlay (POL) on the street list in the back of this contract document book, the pulverization of the existing pavement shall begin within fourteen (14) working days from the date of the concrete work (curb and gutter, driveways, valley gutter, sidewalk) completion of any street. If the contractor fails to begin the work within fourteen (14) working 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 -ITEMS No. 5 & 6 — Remove & Replace 6-Inch Standard and Exposed Aggregate Driveway: These items shall include the removal and replacement of any type of existing concrete driveways, as designated by the Construction Engineer, due to deterioration or in situations SP-23 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 these items, see City Standard Specifications Item No. 104 "Removing Old Concrete" and Drawing Nos. S-S5, and Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. 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. Backfill for driveway shall be completed within Five (5) working days from the day of ., completion of the driveway. If the contractor fails to complete the work within five (5) working days, a $100 dollar liquidated damage will be assessed per block per day. 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. 7 — New 6-Inch Concrete Driveway: This item shall include the construction of new standard concrete driveways, as designated by the Construction Engineer with same day haul -off of the removed material to a suitable dump site. SP-24 For specifications governing these item, see City Standard Specification Item No. 504" Concrete Sidewalk and Driveways", Drawing Nos. S-S5, and Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. 10 Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. Exposed concrete aggregate driveway surface shall be seeded with pea gravel. Backfill for driveway shall be completed within Five (5) working days from the day of completion of the driveway. If the contractor fails to complete the work within five (5) working days, a $100 dollar liquidated damage will be assessed per block per day. 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 -ITEMS NO. 8 & 9 — Remove & Replace Existing 4-Inch Standard and Exposed Aggregate Concrete Side Walk: These items shall include the removal and replacement of any type of existing concrete sidewalk, as designated by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul -off of the removed material to a suitable dumpsite. For specifications governing these items, see City Standard Specifications Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. 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. SP-25 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. Backfill for concrete sidewalk shall be completed within Five (5) working days from the day of completion of the curb and gutter. If the contractor fails to complete the work within five (5) working days, a $100 dollar liquidated damage will be assessed per block per day. 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. 10 — New 4-Inch Concrete Sidewalk: This item shall include the construction of new standard concrete sidewalk, as designated by the Construction Engineer with same day haul -off of the excavated material to a suitable dumpsite. For specifications governing this item, see City Standard Specification Item No. 504 "Concrete Sidewalk and Driveways". All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. Backfill for concrete sidewalk shall be completed within Five (5) working days from the day of completion of the curb and gutter. If the contractor fails to complete the work within five (5) working days, a $100 dollar liquidated damage will be assessed per block per day. 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. 11 — Remove & Replace Existins 4-Inch ADA Wheelchair Ramp: This item shall include the removal and replacement of existing standard concrete wheelchair ramps at various locations as to be determined in field by the Construction Engineer, due to SP-26 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 City Standard Specifications Item No. 104 "Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified. All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. 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 replacement of existing wheelchair ramps shall be included in PAY ITEM NO.3 Curb & Gutter — Replace, 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. 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. 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 SP-27 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." Backfill for wheelchair ramp shall be completed within Five (5) working days from the day of completion of the curb and gutter. If the contractor fails to complete the work within five (5) working days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per square feet, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY -ITEM NO. 12 — New 4-Inch ADA Wheelchair Ramp: This item shall include the construction of new standard concrete wheelchair ramps at various locations as to be determined in field by the Construction Engineer with same day haul -off of the removed material to a suitable dumpsite. For specifications governing this item, see City Standard Specification Item 504 "Concrete Sidewalk Driveways", except as herein modified. All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. 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 construction of new wheelchair ramps shall be included in PAY ITEM NO.3 Curb & Gutter — Replace, 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. 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. Pay limits for laydown SP-28 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." Backfill for wheelchair ramp shall be completed within Five (5) working days from the day of completion of the curb and gutter. If the contractor fails to complete the work within five (5) working days, a $100 dollar liquidated damage will be assessed per block per day. The unit price bid per square feet, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work PAY ITEM NO. 13 — Remove & Replace Existing Concrete Valley Gutter: This item shall include the removal and replacement of existing concrete valley gutters, at locations to be determined in field by the Construction Engineer with same day haul -off of the removed material to a suitable dumpsite. 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, SP-29 concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be included in this pay item. For specifications governing this item, see City Standard Specifications, Item No. 104, "Removing Old Concrete" and Item No. 106, "Unclassified Street Excavation", 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 tining. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. 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) working days. If the contractor fails to complete the work on each half within seven (7) working 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 ITEM NO. 14 — New Concrete Valley Gutter: SP-30 This item shall include the construction of new concrete valley gutters, at locations to be determined in field by the Construction Engineer with same day haul -off of the removed material to a suitable dumpsite. Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutter removal. Sawcutting and removal of asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be included in this pay item. For specifications governing this item, see City Standard Specifications, Item No. 106, "Unclassified Street Excavation", 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 tining. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. 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) working days. If the contractor fails to complete the work on each half within seven (7) working 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. SP-31 The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEMS NO. 15 & 16 — Remove and Replace 5-Ft and 10-Ft Storm Drainage Inlet Top: These items shall include the removal and replacement of a 7 inch thick drainage inlet top of 5 -foot and 10' drainage inlet openings, at locations to be determined in field by the Construction Engineer with same day haul -off of the removed material to a suitable dumpsite. For specifications governing these items, see City Standard Specifications Item No. 450 "Adjusting Manholes and Inlets", as shown in the Drawing S-S02 and as directed by the construction engineer. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) days. The unit price per bid per each will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY -ITEM NO. 17 — 6-Inch Perforated Subdrain Pipe: This item shall consist of furnishing and installing 6 inch perforated subdrain and filter material all as shown on the enclosed details, or as directed by the Engineer. All applicable provision of standard Specifications Item 500 "SUBDRAINS" shall apply except as herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter fabric shall have the capability of passing ground water without transporting the soil placed around the filter fabric. The fabric shall be constructed exclusively of synthetic thermoplastic fibers and may be either woven or non -woven to form a mat of uniform quality. Fabric fibers may be either continuous or discontinuous and oriented in either a random or a aligned pattern throughout the fabric. The fabric shall be mildew resistant, rot proof, shall be satisfactory for use in a wet soil and aggregate environment, contain ultraviolet stabilizers and have non -raveling edges. SP-32 The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated: Test Original Physical Properties Method Fabric weight, on an ambient SDHPT Test Method Tex - temperature air-dried tension free 616-J"Testing of sample, expressed in oz/sq. yd. Construction Fibers" Water flow rate by falling head Tex-616-3 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. Requirements 4.0 minimum for under drains and Slope Stabilization, 6.0 minimum for Gabions Revetment 80 minimum Breaking load in either machine or ASTM Designation: D 1682 100 minimum cross -machine direction, expressed in grab method G as modified pounds. by Tex--616-J Equivalent opening size (US Standard sieve no.) CW-02215, US Army Corps 70 to 100 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 with the manufacturer's recommendations. Backfilling around the SP-33 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. 18 & 19 — 8-Inch-Pavement Pulverization and 26 Lbs/SY Cement Modification: Green Cement Policy (enclosed), and 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 the work. 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 stone/gravel, undercut will not be required. The contractor will pulverize the 10 inches, and the 2 inch cut will be taken, from the 10 inch pulverized material. 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. SP-34 The maximum amount of existing asphalt concrete pavement in the mixture shall be at the discretion of the Engineer. After the above processes are performed, the contractor shall shape the pulverized material to the appropriate line and grade. Samples of the pulverized material will be tested for gradation as directed by the Engineer. Testing will be at a minimum of one test per 300 linear feet per lane. 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 SP-35 "Dense -Graded Hot -Mix Asphalt (Method)" (referenced). The 2 inch H.M.A.C. surface will be paid under PAY -ITEM NO.27 - Pavment-2 Inch -Surface Course -Type D Mix — Install. If the contractor fails to begin the 2 inch H.M.A.C. surface course work within five (5) working days, a $200 dollars liquidated damage will be assessed per block per day. On pulverized and overlay streets that do not have existing curb and gutter, the Contractor shall finish the parkway with backfill. The backfill shall begin at the edge and elevation of the new 2 inch H.M.A.C. surface course and extend within the parkway, to existing ground surface, at the grade of one-fourth (1/4) inch per foot. There should be no voids in the backfill material, to the satisfaction of the Engineer. The unit price bid per square yard of pavement pulverization, and per ton of cement modification shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, dispose of the undercut material and backfill the parkway. PAY -ITEM NO. 20 — Unclassified Street Excavation: This item will be used if additional excavation is needed that is not covered by PAY ITEM NO. 17 Pavement-8 Inch -Pulverization — Rehab. Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade & City standard specifications for street reconstruction. This item shall also be used for removing and disposing the existing brick base, if the existing brick base cannot be wedge or surfaced milled, prior to placing 2 inch HMAC Type "D" surface course. The void created by removing the existing brick base shall be filled to the proper grade, with PAY ITEM NO. 22-Pavement-HMAC Level Up — Install, before placing 2 inch HMAC Type `11)" surface course. For wedge milling, the measurement for estimating the removal and disposal of the existing brick material shall be a width of 5-feet, a length of curb and gutter and a depth of 3-inches. For surface milling, the measurement for estimating the removal and disposal of the existing 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 ". SP-36 All applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply, work shall be paid per cubic yard. PAY -ITEM NO.21 — Crushed Limestone: This item shall be used to repair the failed base material in areas exceed 8 inch deep as directed by the Engineer. The material shall be graded crushed stone. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges", Item No. 247 "Flexible Base", shall govern this item. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO.22 — Asphalt Pavement and 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 SP-37 exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense -Graded Hot -Mix Asphalt (Method)" (referenced) shall govern work. The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO.23 — HMAC Level Up: This item shall be used to fill ruts, depressions, level up pavement section with Type "D" surface mix (PG 64-22) prior to placing the asphalt surface overlay and where needed as directed by the Engineer in the field. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense -Graded Hot -Mix Asphalt (Method)" (referenced), shall govern work This item shall be used to fill, to the proper grade, the void created by removing existing brick base, if existing base cannot be wedged or surface milled. The unit price bid per ton shall be full compensation for all materials, labor, placing, equipment, cleaning and incidentals necessary to complete the work. PAY -ITEM NO.24 — Wedge Milliniz 2-Inch to 0-Inch Death, 5.0 Ft Wide 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, SP-38 oil film, and other imperfections of workmanship and shall have a uniform textured appearance. In all situations where the existing H.M.A.C. surface contacts the curb face, the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. If the existing base is brick and cannot be wedge milled, then the existing brick base, of 5- foot in width, shall be removed under PAY -ITEM NO. 19 Pavement -Unclassified Street Excavation — Remove, and replaced under PAY -ITEM NO. 22 Pavement-HMAC Level Up — Install, prior to placing H.M.A.C. surface course. See PAY -ITEM NO. 19 Pavement -Unclassified Street Excavation — Remove, for further description of work. For those streets designated as Mill Overlay (MOL) on the street list in the back of this contract document book, the wedge milling shall begin within fourteen (14) working days from the completion of the curb and gutter. If the contractor fails to complete the work within fourteen (14) working 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) working 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 SP-39 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 flush to all inlets, manholes, or other obstructions within the paved area. The speed of the machine shall be variable in order to leave the desired grid pattern specified under Surface Texture. The unit price bid per linear feet shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. PAY -ITEM NO.25 — Butt Joint -Milled: Description: This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation (PAY ITEM NO. 23) 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.23 - 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: 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 SP-40 t 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. The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. Measurement and Payment: Butt joints as prescribed above will be measured by the unit of each butt joint milled. The disposal of excess material involved will not be measured for payment. Each butt joint -milled, measured as above, complete -in place -in accordance with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid per each shall be full compensation for all milling, including material haul -off, tools, labor, equipment and incidentals necessary to complete the required work PAY ITEM NO.26 — Crack Sealing: After completion of wedge milling of those streets designated as Mill Overlay (MOL) on the street list in the back of this contract document book, the Contractor shall seal existing cracks 'A 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. The unit price bid per linear foot shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work SP-41 PAY -ITEM NO.27 — 2-Inch HMAC Surface Course Type D Mix: 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. AgIlregates: 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. Samples will be taken for determination of asphalt content, aggregate gradation, maximum theoretical specific gravity as determined by the Engineer. SP-42 For each hot mix asphalt surface course placed, nuclear gauge in -place density testing will be performed at each 300-ft station. For each hot mix asphalt surface course placed, cores will be obtained to determine in -place density and thickness. The cores will be taken at the maximum interval of 300-ft (to coincide with field density locations). • Under Item 340.4. Construction, A. Mixture Design: The contractor shall furnish mixture design of the proposed hot mix asphalt, at or before the pre -construction meeting. The Contractor shall submit to the Engineer a mixture design prepared by a AASHTO accredited laboratory, for the materials to be used in the project. Using the typical weight design example in Tex-204-F, Part .I, the mixture design shall meet the requirements contained in Tables 1 through Table 5 of Item 340. The Indirect Tensile -Dry (Tex-226-F) and the Hamburg Wheel -tracking (Tex-242-F) tests shall be waived. The mixture design report must be certified and signed by a Level II Specialist and submitted on TxDOT's software forms. The Engineer may verify the mixture design at optimum asphalt content. • Under Item 340.4, Construction, B. Job -Mix Formula Approval: The Contractor will perform the Boil Test (Tex-530-C). • Under Item 340.4, Construction, J. Ride 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-43 PAY ITEMS NO.28 & 29 — Remove & Replace HMAC Speed Cushion w/stripping (30-Ft. & 40-Ft. Wide Street): These items shall include the removal of existing Speed Cushions, and installing new standard 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 40-lb paper shall be used to keep curb & gutter clean. 2. Pavement Markings Raised Pavement Markings All materials used shall be pre -approved prior to placement. The brand name and specifications of the materials shall be included in submittal for approval. The approved materials must be used throughout the duration of the contract. In the event that substitute materials need to be used, they must be equal to or exceed the quality of those currently in use and be approved the Construction Engineer. All markers shall be 4 inch and be installed with epoxy; bituminous adhesive is not approved. SP-44 A chalk line, chain, or equivalent shall be used during layout to insure that individual markers are properly aligned. All markers shall be placed uniformly along the line to achieve a smooth continuous appearance. Preformed Pavement Markings All materials used under this agreement shall be pre -approved prior to awarding of the bid. Materials used shall meet TXDOT specifications Item 666 Type II. The approved materials must be used throughout the duration of the bid. In the event that substitute materials need to be used, they must be equal to or exceed the quality of those currently in use, and be approved by Construction Engineer. All material must be equal to or exceed the following: Pre Mark brand Hot Tape which is manufactured by Stimsonite. Stamark A420, which is manufactured by 3M. Stamark A380, which is manufactured by 3M. All applications shall be in strict compliance with all manufacturer recommendations. Surface Preparation and Application of Pavement Markings Roadway surface shall be clean, dry and free from dirt, grease, and other forms of contamination. All surfaces must be air blasted prior to application of paint. Surface preparation and application shall be in strict compliance with manufacturer recommendations. Equipment and methods used for surface preparation shall not damage the pavement or present a hazard to motorists. Installation of Pavement Markings Contractor's personnel shall be knowledgeable and sufficiently skilled in the installation of raised pavement markings and preformed pavement markings. 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-45 day of notification. Notification will be made by phone and confirmed by fax. Other mistakes shall be remedied within rive 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.30 — Water Valve Box Adiustment (with Steel Valve Riser): This item shall include adjusting the tops of existing water valve with steel riser manufactured by American Highway Products or approved equal by the construction engineer to match proposed grade, steel water valve riser shall be placed at the time of paving. Specifications and details of steel water valve riser (included at the end of this document), and Standard Specification Item No. 450 "Adjusting Manholes, 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 SP-46 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 unit price bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO.31 — Water Valve Box Adjustment (with concrete collar): 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. The concrete collar will be used only in case of steel rig riser CAN NOT be used as determined 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 in seven (7) days. Work shall be completed within five (5) working days after completing the laying of proposed H.M.A.C., and street shall be open to traffic within seven (7) working days. If the contractor fails to complete the work and within seven (7) working 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. SP-47 PAY ITEM NO.32 — Water 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. 33 — Manhole Adiustment (with Steel Manhole Riser): This item shall include adjusting the tops of existing manhole with steel riser manufactured by American Highway Products or approved equal by the construction engineer to match. proposed grade, the steel manhole riser shall be placed at the time of paving. Specifications and details of steel manhole riser (included at the end of this document), and Standard Specification Item No. 450 "Adjusting Manholes, shall apply except as herein modified. 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. 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 unit price bid 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 (with concrete collar): SP-48 This item shall include adjusting the tops of existing manhole with concrete collar to match proposed grade as shown on the detail at the back of this document or as directed by the Engineer. The concrete collar will be used only in case of steel rig riser CAN NOT be used as determined 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 in seven (7) days. Work shall be completed and street open to traffic within seven (7) working days. If the contractor fails to complete the work within seven (7) working days, a $100 dollars liquidated damage will be assessed per each manhole per day. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City. Failure of the contractor to perform this inventory will place the total burden of replacement of any broken frame and cover on the contractor. Included as part of this pay item shall be the application of a cold -applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections, as per current City Water Department Special Conditions. Should the contractor identify any utility manholes other than those owned by the City of Fort Worth, TX, the contactor is encouraged to contact the owner and arrange the adjustment of the manhole cover. Payment for the work will be made by the individual Franchise Utility Company. The contractor is not entitled to any additional compensation or renegotiation with the City associated with the construction of this work. The unit price bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. SP-49 PAY ITEM NO.35 — Painting House Addresses: This item shall include painting of house addresses on curb or driveway radiuses that are removed and replaced in this contract ■ All materials shall be of recent product, and suitable for its intended purpose. ■ Surface preparation and application shall be in strict compliance with manufacturer's recommendations. ■ The paint shall NOT be applied; if the new concrete curb has aged less than a minimum of 28 days, and if weather condition may harm or damage the finish surface. ■ The background paint shall be equal to or exceed #5160 White Latex Striping paint manufactured by Kwal Paint or approved equal. ■ The letters paint shall be equal to or exceed #6306 Black Latex Exterior paint manufactured by Kwal Paint or approved equal. ■ The minimum size for the background shall be 6" high x 16" long, and the minimum size for the letters shall be 4" high. The unit price bid per each will be full compensation for all labor, material, tools, and incidentals necessary to complete the work. PAY ITEMS NO.36 & 37 — Grass Sod Replacement: These pay items shall consist of the replacements of a like grass sod that was removed under this contract due to the removal and replacement of driveways and curb and gutters as determined by the Engineer. All materials shall be of recent production, and suitable for there intended purpose. Sod Products Specifications: ■ Sod shall consist of live and growing grass. ■ Grass shall have a healthy, virile root system of dense, thickly matted roots throughout an approximately one- (1) inch minimum thickness of native soil attached to the roots. ■ Sod will be free from obnoxious weeds or other grasses and be free from any deleterious matter that might the growth of the grass. ■ Sod material must be kept moist from the time it is dug until planted. SP-50 s Sod Installation Specifications: ■ The area to be sodded shall be determined by the City. ■ The sodded area shall be smoothed down. ■ The sodded area shall be thoroughly watered immediately after it is planted. The unit price bid per square yard will be full compensation for all labor, material, tools, and incidentals necessary to complete the work. PAY -ITEM NO.38 — Mobilizations: 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-51 NOTE: THIS SPECIFICATION HAS BEEN MODIFIED TO DELETE NON - APPLICABLE ITEMS FOR USE AS A GUIDE SPECIFICATION FOR CITY STREETS. Item 360 CONCRETE PAVEMENT 300.1. Description. Construct Portland cement concrete pavement with or without curbs on the concrete pavement. 300.2. Materials. A. Portland Gement Concrete. Provide Portland cement concrete to meet a minimum compressive strength of 3,0d0 psi at 28 days; unless shown otherwise in the contract do.cuments. 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. 1. Dowels. Provide Grade 60 smooth, straight dowels of the size shown on the plans, free of burrs or deformations. Coat dowels with a thin film of grease or 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 B4rs. Provide straight deformed steel tie bars. Provide elther�muitiple-piece tie bars or single -piece tie bars as shown on the plans: Provide multiple -piece tie bars composed of 2 pieces of deformed reinforcing steel with a coupling capable of developing a minimum tensile strength of 126% of the design yield strength of the deformed steel when tensile -tested in- the assembled configuration. Provide a minimum length of 33 diameters of the deformed steel in each piece. C. Curing•IViaterials. Provide Type 2 membrane curing compound conforming to DMS-4650, 'Portland Cement Concrete Curing Materials and Evaporation Retardants." D. Epoxy. Provide Type III epoxy in accordance with DMS-6100, "Epbxles 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 bn 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. CP-i ti 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 fine and grade. Provide an approved automatic grade control system ort slip -forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. • Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide enough hand -operated immersion vibrators for timely and proper consolidation of the concrete along forms, at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment -mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. B. Forming Equipment. 1. Pavement Forms. Provide metal 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." C. Reinforcing Steel inserting Equipment. Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details. D. Texturing Equipment. 1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width 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 andwidth 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-in. to 6-in. steel tines and with cross-section approximately 1132 in. thick by 1/12 in. wide, spaced at 1 in., center -to -center. Hand -operated Lining equipment that produces an equivalent texture may be used only on small or.irregularly shaped areas or, when permitted, in emergencies due to equipment breakdown. (I F^ 2 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 canndt 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 stab, 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 tie bar$ or drill and epoxy grout fie bars at longitudinal construction joints. 1. Manual Placement. Secure reinforcing bars at altemate 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. Joini':s. Install joints as shown on the plans. Clean and seal joints in accordance with item 438, aCleaning 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. . C P-3 2. Curb Joints. Provide joints in the curb of the same type and location as the adjacent pavement. Use expansion joint material of the same thickness, type, and quality required for the pavement and of the section shown for the curb. - Extend expansion joints through the curb. Construct curb joints at all transverse pavement joints. For. non -monolithic curbs, place reinforcing steel into the plastic concrete pavement as shown on the plans unless otherwise approved. Form or saw the weakened plane joint across the full width of concrete pavement and through the monolithic curbs. C. Placing and Removing Forms. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. 'rightly 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 tide quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 118 in. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to'correct grade. Avoid damage to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwise approved. When forms are removed before 72 hr. after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. Forms that are not the same depth as the pavement but are within 2 in. of that depth are permitted if the subbase is trenched or the full width and length of the form base is supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms for- curves of 1004 radius or less. D. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of bid concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a stump 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 Timifations 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 as:near as possible to its final location, and minimize segregation and rehandling. Where i 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. vibrators from dislodging reinforcement. Use hand -operated - vibrators to consolidate concrete in areas not accessible to the machine -mounted vibrators. Do not operate machine -mounted vibrators while the paving equipment .. is stationary. 2. Temperature Restrictions. Place concrete that is between 40°F and 95OF at the time of discharge, except that concrete may be used if it was already in transit when the temperature was found to exceed the allowable maximum. Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95°F. Do not place concrete when the. ambient temperature in the shade is below 40°F and falling unless approved. Concrete may be placed when the ambient ' temperature in the shade is above 35°F and rising or above 40°F. When temperatures warrant protection against freezing, protect the pavement with an approved insulating material capable of protecting the concrete for the specified curing period. Submit for approval proposed measures to protect the concrete' from anticipated freezing weather for the first 72 hr. after placement. Repair or replace all concrete damaged by freezing- F. Spreading and Finishing, Finish all concrete pavement with approved self- propelled equipment. Use power -driven spreaders, power -driven vibrators, power - driven strike -off, and screed, or•approved altemate equipment. Use the transverse finishing equipment to compact and strike off the concrete to the required section and grade without surface voids. Use float equipment for final finishing. Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry. 1. Finished Surface. Perform sufficient checks with long -handled 10-ft. and 15-ft. straightedges on the plastic concrete to ensure that the final surface is`within the tolerances specified in the contract documents. Check with the straightedge parallel to the centerline. 2. Maintenance of Surface Moisture, Prevent surface drying of the pavefent 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 tining, if required by the contract documents. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. Operate the metal -tine device to obtain grooves spaced at 1 in., approximately 3116 in. 'deep, with a minimum -depth of 118 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 that will be overlaid. . 4. SmaIl or Irregular Placements. Where machine placements and finishing of concrete pavement are not practical, use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade. S. Emergency Proo-odures. Use hand -operated equipment forapply'ing texture, evaporafion retardant and cure in the event of equipment breakdown. G, Curing. Keep the concrete pavement surface from drying by water fogging until the curing material has been applied. Maintain and promptly repair darn6ge to cu tog niaterlals on exposed surfaces of conc mb-- pavement continuously for at least 3 curing days. A curing day is defirwd as a 24-hr. period when either the femperature taken in the shade away from artifioiai heat is above 6VF for at bast 19 hr. or when the surface temperature of the concraW is maintained above 4VF for 24 hr. Curing begins when the concrete curfng systam has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. Other methods of curing in accordance with Item 420. `Concrete Structures,' may be used when specified or approved. 1. Membrane Curing. After texturing and immediately after the free surf moisture has disappeared, spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual applicafron rage of not more than 180 sq. ft per gallon. Apply ft films coat within 10 min. after complefing texturing operations. Apply the second coat within 30 min. after cornplefing texturing operations. Before and during application, maintain curing compounds in a uniformly agitated condition, free of se ffement. Do not thin or dilute the curing compound. Where the coating shows disconfinuitles or other detbcts or if rain falls on the newly crated surface before the film has dried enough to resist damage, apply - additionat compound at the same rate of coverage to correct the damage. Ensute that the curing compound coats the sides of the fining grooves. H. Sawing Joints. Saw joints to tho depth shown can the plans as soon as sawing can be accompliis�hed without damage to the pavement ragardiess of firne of day or weather conditions. Some minor raveling of the saw cut is acceptable. Use a chalk line, string Nne, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing compte,#ion at the earliest possible time to avoid uncontrolled crealdng: Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr. of curing. 1. Prot Worn of F'avernertt and Opening to Traffic. Tesfiing for early opening is the responsibility of the Contractor regardless of job -control testing responsibilities unless otherwisa shown in the plans or dirsctad. Taxiing result interpretation for opening to traffo is subject to the approval of the Engineer. 1. Proiuction of Pavement Erect and maintain barricades and oar standard and approved devices that will exclude all vehicles and equipment from the newly played pavement for the periods s elflied. Before opening to traffic, protect the pavement from damage due to crossings using approved methods. Maintain an adequate supply of sheeting or other material to cover and protect fresh concerto . eurfam from weather damage. Apply as needed to protect the pavement surface #gym weather. 2- Opening Pavemenf to Traffle. Before opening to traffic, clean pavement, place stable material against the pavement edges, seal joints, and perform all ether traffic sai'ety related word. C P—G .4 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 HMA Surface Overlay 2008-12 at Various Locations and City of Fort Worth Project No. C293-541200-205620110383. CONTRACTOR: JLB CONTRACTING, LLC By: /� Name: James G. Humop* PmWeg of Title: A.C"= LC-. Date: o2-1z -0 9 STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned naut�h�ority, on this day personally appeared _1,4 9GS (am. /dlivh DJlJ_) A v 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 JAB CONTRACTING. LLC for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this I; t i~ ; day of F&- 3 U R 20 29 Nota y Pul d fort e State of Texas :LNTA_-T',AE C 7 TZ;0 ,.; ' CERTIFICATE OF INSURANCE STANDARD FORM BY INSURER .. EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condition and available for use: Portions of work Bidder proposes to sublet in case of Award of Contracts including amount and type: ". EXPERIENCE RECORD List of projects your organization has successfully completes: I Amount Of Contract I Type of Work I Date Accepted I Name and Address of Owner I Award List of projects your organization is now engaged in completing: Amount Of Contract Award Type of Work Anticipated Date of Completion Name and Address of Owner List Surety Bonds in force on above incomplete work: Date of Contract Award Type of Work Bond Amount of Bond Name and Address of Sure Bond# 54619 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) JLB Contracting, L.P. 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, Six Hundred Thirty Thousand, Eight Hundred Thirty Four Dollars and No Cents Dollars ($1,630,834.00) 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 3rd day of February , 2009, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of HMAC Surface Overlay 2008-12 At Various Locations TPW Project No. C293-541200-205620110383. 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 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such stature, 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 3Id day of February , 2009. M ATTEST: ri ci al) Secretary Linda Oliphant, Secretary of (S E A L4I.13 CONTRACTING, U-0- r i Witness as to Prihicipal -- ATTEST: Secretary (SEAL) JLB CONTRACTING, L.P. PRINCIPAL By: Name: James G. Humphrey Title: President Address: P.O. Box 24131 Fort Worth, Texas 76124 Westfield Insurance Comaan SURET By: Name: Charles D. Sweeney Attorney in Fact Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 Witnes as to S rety 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 cop0rot -------- 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# 54619 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: -j COUNTY OF TARRANT § That we, (1) JLB Contracting, L.P. , 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, Six Hundred Thirty Thousand, Eight Hundred Thirty Four Dollars and No Cents Dollars ($1,630,834.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 3rd day of February-, 2009, 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 2008-12 At Various Locations TPW Proiect No. C293-541200-205620110383. 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 M the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such stature, 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 3rd day of February-, 2009. ATTEST: (Print"1118HRAnt, Secretary of (S E A L)JLB CONTRACTING, LLO� J�1 _,,L�� Wit ess as to Prinicipal ATTEST: Secretary (S E A L) JLB CONTRACTING, L.P. PRINCIPAL By C-*� Name: James G. Humphrey Title: President Address: P.O. Box 24131 Fort Worth, Texas 76124 Westfield Insurance Comnan SURETY By: Name: Charles D. Sweenev Attorney in Fact Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 Witness as to Surtety Jennifer R. Borock Telephone Number: 972-516-2600 IJ 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 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. Oft Bond# 54619 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That JLB Contracting, L.P. ("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, Six Hundred Thirty Thousand, Eight Hundred Thirty Four Dollars and No Cents Dollars ($1,630,834.00), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the P of February , 2009, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: HMAC Surface Overlay 2008-12 At Various Locations the same being referred to herein and in said contract as the Work and being designated as project number(s) C293-541200-205620110383 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 contract 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# 54619 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 Td day of February , 2009. ATTEST: A4 J ®rinci al) nGa Oliphant, Secretary of (S E A L) JLB CONTRACTING,- '�- Witness as to Prinicipal ATTEST: Secretary JLB CONTRACTING, L.P. PRINCIPAL - By: Name: James G. Humphrey Title: President Address: P.O. Box 24131 Fort Worth, Texas 76124 Westfield Insurance Compan SUREN4-4"W'I�A' By: Name: Charles D. Sweeney Attorney in Fact (S E A L) Address: 555 Republic Drive, Suite 450 Piano, Texas 75074 Witness as to urety Jennifer R. Borock Telephone Number: 972-516-2600 _ NO*E: (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 Poweroi' 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. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 08/13/08, FOR ANY PERSON OR PERSONS NAMED BELOW. 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 F CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, 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 Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as 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 13th day of AUGUST A.D., 2008 . •�,., .,.,,.,•..,,,, .. ..,,,,, Corporate a�, a�YA��'• �,,`' 1nNAi �N'.,, �it1SU ' WESTFIELD INSURANCE COMPANY Seals fro\••.. C�%as r• aP�"' •s's@S•. �i- WESTFIELD NATIONAL INSURANCE COMPANY Affixed��;• a04, :io o; •••9_: �•%;:' '•*�'�'= OHIO FARMERS INSURANCE COMPANY _ S�. ;� .�;. SEAL •n: ,�_ca�arERfo:$a � '•., ..• a ; 7 • ♦ � � yam; ' State of Ohio ....... By; County of Medina ss.: Richard L. Kinnaird, Jr., Senior Executive On this 13th day of AUGUST A.D., 2008 , 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 w by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial �. Seal r``•••a% A L ».,'.' • i �� Affixed A.P: \`f'� `r • V `ir William J. Kahe[in, A rney at L�w,-,AVotaryp,. Iic ` State of Ohio d '� q My Commission Does Not Expire (S2c.'441.03 Ohio Reviseds—ma County of Medina ss.. y r b - rE•'p'F I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY a:hd10 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. rd In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this3 day of February A.D.2009 Q\ c �P ......../ti SEAL =rod ' SEAL = �: �N�TE 5�o`: 3C �i •a : 1+�••••L, r�e•M,.,,• ���' N?�. .� ` • � Ssc►wary noScret •O =.a; ran.Carr 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 3rd day of February , 20 09 by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 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, L.P., 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 2008-12 AT VARIOUS LOCATIONS Designated as project number: C293-541200-205620110383 . 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 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 Transportation and Public Works Department of the City of Fort Worth. OFFICIAL RECORD CITY SECRETARY F7. WORTH, TX 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 Transportation and Public Works Department of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 200 (Two Hundred) 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 calendar day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein 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. C.1 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 ne_gli_gence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the ne_gli_gence or alleged ne_gli_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 OFFICM- RECORL c-2 CITY SECRETARY FT. WORTH, TX (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. VA 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. EJ 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 by -weekly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates N/A shall be ONE MILLION SIX HUNDRED THIRTY THOUSAND EIGHT HUNDRED THIRTY FOUR DOLLARS AND NO CENTS $1,630,834.00 4 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 Transportation and Public Works Department. C-3 OFFICIAL RECORD CITY SECRETARY FT- WORTH, TX 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. 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. OFFjGiAt AEG R ` CITY SEcRETARY C-a FT. w0RTH, TX e Done in Fort Worth, Texas, this the 3"d day of February 12009 APPROVED: CITY OF FORT WORTH DIRECTOR, RANSP TATION ANR,f ASSISTANT CITY MANAGER PUBLIC WORKS DEPARTMENT NN�� JLB CONTRACTING, LLC= (Contractor) J BY: epresentative) Jemes G.Humphrey, President of JLBCONMCP L-LC- 1�P (TITLE) _ ?0 Box zy 13 i (Address) FOOT 6/ZTW..T)( 7(a 1 24/ (City/State/Zip) s Revised June 2008 i ATTEST: CITY SECR ARY (SEAL) C -a3'3 a --I Contract euthorizatioz nste APPROVED AS TP-FOIR-W& LEGA ATTOR OFFICIAL. RECORD CIITTY' CRETA�RY f 1_ M�►{, RTH, TX GREEN CEMENT POLICY COMPLIANCE STATEMENT (To be furnished by the Contractor to the City at the time of bid opening) (Submit separate forms for each supplier / product supplier) Name of Project: City Proj. No.: This is to certify that the cement to be utilized for the above project will meet the following criteria: The cement was manufactured in a kiln utilizing the dry process (list source below) or in a kiln that meets the emission standard of 1.71b or less of NOx / ton of clinker released into the atmosphere. Name of Manufacturer Address of Manufacturer: CONTRACTOR Name Title Company Phone Number SUPPLIER Name Title Company Phone Number Project Name: City Project Number: Street Maintenance Work Notice As a 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 day 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 concerns to your satisfaction, you may contact City of Fort Worth Inspector at Monday — Friday between 7:30 AM and 4:30 PM After 4:30 PM and on weekends, call (817)392-8100 Expected Construction dates Block Limits Street Name Project Limits (Weather Permitting) 1100-1200 Brown street Yates Ave to Keller Springs Pkwy From 5/5/08 to 5/29/08 Nombre del proyecto: Numero del proyecto: Notificacion del Mantenimiento de la Calle Como parte del programs de mantenimiento de las Calles de la Ciudad de Fort Worth, ha sido contratado para reparar su calle. Durante este trabajo de mantenimiento, Habra un tiempo breve en que no tenga acceso a su hogar o negocio. En los dias especificados abajo, vehiculos no deben estacionarse el la calle. Tambien, por favor apague su sistema de regar el cesped cerca de la calle. Si tiene alguna pregunta o preocupacion, por favor llame al contratista al Si no resuelve su preocupacibn a su satisfaccibn, puede tambien llamar a la Oficina de inspeccion de la Ciudad de Fort Worth al , de lunes a viernes entre las 7:30 AM y 4:30 PM Despues de las 4:30 PM o en los fines de semana llame al (817) 392-8100 Limites Nombre limites Fechas de construcciGn de la cuadra de la Calle de proyecto permitiendo el estado de tiempo 1100-1200 Brown Street Yates Ave a Keller Springs Pkwy de 5/5/08 a 5/29/08 I PROJECT DESIGNATION SIGN 311 3"ISTRE,ET MAINTEN CE 3" PROGRAM 3' 1 �/2 " Contractor: /2 " ' 2 Contractor's Name 1i/2' TELEPHONE NUMBER /2 16'/2'1 FORT WORTH IN LOGO- CHEL TINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD LOGO COLORS: FORT WORTH - PMS 288 LONGHORN LOGO- PMS 167 u a ►- z 0 u x 0 x lia L E-GEND H.h1;A,C. REHABILITATION 1 11 11 1 WEDGEMILL046 (RECYCLE /'OVERLAY ONLY NOTE: BUTT JOINTS NOT REQUIRED WITH REMIXING PROCESS. STREET BEGIN OR END POINT. REGARDLESS OF THE INTERSECTING STREETS ANGLE. 10 TYPICAL LAYOUT, FOR IiECYCLINB ACTIVITES UNLESS NOT•ED' OTHERWISE IN STREET SCHEDULE ` BUTT JOINT D — I REVISED: DATE' 1 1990 NOTE :WAN ATTEMPT HAS BEEN MADE. TO DETAIL AS MANY STD. FIELD SITUATIONS AS POSSIBLE HOWEVER, THE CONTRACTOR 4 0 LEGEND H.M.A.C. REHABILITATION 1 titi A� A WEDOEMILLING (RECYCLE/ OVERLAY ONLY ) NOTE :MALL RIGHT TURN STORAGE LANES SHALL DE CONSIDERED AS PART OF CONTRACT. (2) BUTT JOINTS NOT REQUIRED WITH REMIXINO, PROCESS. TYPICAL LAYOUT FOR RECYCLING ACT'IVITE2 UNLESS NOTED OTHERWISE IN STREET SCHEDULE. NOTE': IF EITHER RADIUS DOES NOT HAVE AN ISLAND. IT WILL BE TREATED AS INOICATE_O BY APPLICABLE DETAIL . BUTT JOINT STREET BEGIN OR END POINT REGARDLESS OF THE INTERSECTING STREETS ANGLE. D- 3 REVISED: ArV.No. DAT[t 1 1 1990 LEGEND. H.M.A.C. REHABILITATION WEDGEMILLING (RECYCLE /OVERLAY ONLY.) �� NOTE !(I)IF ANY COMBINATION OFISLANDS AND RIGHT TURN LANES ARE ABSENT TURN RADIUS SHALL BE TREATED AS STANDARD. BUTT JOINT SHALL BE SQUARED OPF, IF NEEDED AS A RESULT OFEXISTING CONC. VALLEY GUTTER. 0-4 (2) BUTT JOINTS NOT REQUIRED WITH REMIXING PROCESS. RE VISED: TYPICAL LAYOUT FOR RECYCLING ACTIVITIES WHEN INTERSECTING STREETS ARE RECYCLED SIMULTANEOUSLY UNLESS NOTED OTHERWISE IN STREET SCHEDULE AEV. Me. I DATE: I I 1 1990 1. 1 T T PLAN VIEW BACK OF ,ICURB 2' (Varies) 2'- 7.5" ( TYP) 12" WHITE HOT TAPE (AVERY DENNISON OR EQUIVALENT) 0 Striping and reflectors to be install by the Contractor 1 Height: Ramp Gradient: Side Gradient: Overall length 6' - 3" 2' . 7.5" (T .) (TYPO BACK OF CURB (Varies) 1 2' 12" WHITE HOT TAPE (AVERY DENNISON OR EQUIVALENT) WHITE TYPE II 1-SIDED REFLECTORS Overall width 3-1/2 inches 8.57 in 1 (30 inches 13-112 inches height) DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS CITY OF 3.43 in 1 (12 inches 1 3-112 inches heigh TRA.MC ENGINEERING FORT WORTH SPEED CUSHIONS AJB DATE January 15, 2004 .►rno�oer: Manhole Riser "0" Dia. Hole h 302 Stainless .1 Roll Pin Expanding Linkage Cross Section view 10 or 12 gage G90 galvanized steel Height new asphalt overlay � E 3/4" thick riser bar 3/8" - 16 Thread Item Item Material Description Tensile Tensile Number Description Yield Ultimate 1 3/8" Roll Pins 302 Stainless Steel 14,000 LB Double Sheer Streit 2 Steel Will 12 or 10 gage A.I.S.1. 1020 Steel (A-36) G-90 Galvanized 33,000 P.S.I. 60,000 P.S.I. 3 Weld 651/6-70%circumference welded 75,000 P.S.I. 85,000 P.S.I. 4 3/4" wide Riser Bar Hot Rolled Steel M.S.I. 1020 A-36 33,000 P.S.I. 60,000 P.S.I. 5 Rod Ends Forging AI.S.I. C-1030 Steel Heat Treated BHN 240 Zinc Plated with Dichrornate Finish ---t-70,000 70,000 P.S.I. 92,000 P.S.I. 6 Turnbuckle A.I.S.I. 1020 BHN 149 Zinc Plated diMLd in Linebacker rust inhibitor P.S.I. 80,000 P.S.1. Water. _ . Valve Riser Cross Section view 12 gage G90 galvanized steel new asphalt overlay 318" D.O.M. Tube Item Item Material Description Tensile Tensile Number Description Yield Ultimate 1 Steel Skin 12 gage A.I.S.1. 1020 Steel (A-36) G-90 Galvanized 33,000 P.S.I. 60,000 P.S.I. 2 Weld Lincoln Outersheild 71 Elite .045 75,000 P.S.I. 85,000 P.S.I. 3 3/8" wide D.O.M Tube D. O. M. Tube A.I.S.1. 1026 A513 t e 5) 72,000 P.S.I. 87,000 P.S.I. ■. COLLAR CONFIGURATION ft 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`•'''. h. :l.-- j s. 3 TY�. A .PLAN VIEW CASE • CAS E #1 #2 GRADE RINGS 3" MIN. COLLAR =PVMT. PVMT.:r . THICKNESS VARIES, 8" MIN. +'•:227� - BASE .4._ CASE #1 COLLAR SHALL EXTEND TO SECTION '*A -A" BOTTOM OF 2:27 CONCRETE (REBAR REQUIRED). CASE #2 3/4" CHAMFER TYP. -GROUND " RAM NECK, TYP. COLLA SHALL EXTEND 3" BELOW (MANHOLE COLLAR SHOWN) BOTTO OF LOWEST -GRADE RING (NOT TO SCALE) (REBAR REQUIRED). QR1CITY OF FORT WORTH, TEXAS DAZE: 09/2004 �A1 MANHOLE AND. WATER VALVE CONCRETE COLLAR • STR-028 a �SO"RC FEET OF VALLEY CUTTER MEA3VRED TOO5ACsC OFCU ,RS E X ►A k S ION JOINTS TRANSITION 'e4 1 n TRANSITION AREA (WIDTH AS REQUIRED) DUMMY YATa T TER INO /1 JOINTS PLAN VIEW Not to Scale .4e invert ao Adore than 1'/4 depth eyed gee Jess Jboe 1q,70 dfptl} Will be reealred M'a116'arlds ro/ley pvfterc Tpe go* tractor r/11 bf rega/red to test the ®etler with rater before fAr job Is accepted. 7�CONCR[TE EXIST .1/.Y.A.C. VALLEY �YM`T t RASE GUTTER 2*ILILA.C. No.3 + 24" C-C TRANSITION 1=0' H0.34 It'C-C �t r ITT -- I • ., A.,. t d. TRANSITION T 17EY M0.102 ' EXIST. N.uAt. 2/27 S' 1/27 so tYY`f s BASE CONCRETE BASE Crushed CONCRETE "SE Limestone a -u RESIDENTIAL STREET$ SECTION 'A -A' Not to Scale The 7 'rein/orced concrete Halley shallreplace tha top T."of the pavement wish the remaining portion-ofpovement to be constructed lacludlor subgrode treotment, in accordance W/th the typical poring section. The concrete volley rillbe forerned according to city standards for concrete curb and putley. The concrete shall be of coshed and .screened aggregate with s min, of five (b'J sacks of cement per cublcyord Ofco4crfte-with a minimum compressive strength of 3,000 pounds per square inch in seven days. CONCRETE VA L EY DETAILS GROUND LINE 1.5'MIN. FACE OF CURB SUITABLE ' MATERIAL TAMPED IN �. .r. LIFTS NOT CURB AND � o EXCEEDING ~a GUTTER' t0 IO' LOOSE. rs' pG�,...•• U0 I TOP Of CURB Z • N IV WASHED Roca 12" OVERLAP 2 PER ITEM 402 FILTER FABRIC PER PAY ITEM NO. 1la 0.3' PIPE SHALL- BE 6" PERFORATED POLYVINYL CHLORIDE TUBING PER ASTM D-1764 UNLESS SPECIFIED OTHERWISE. SUBDRAIN. CITY OF FORT WORTH,TEXAS-CONSTRUCTION STANDARD DRAWING NO- S—S 11 MODIF GATE: 3-7-95 367 Addendum 3 ATTENTION: CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHERE FEASIBLE. SEE FIGS. 68, 59 & 60. WH' UHAIR R AMP STAN.DARD DI]�S CITY OF FORT WORTH, TEXAS - CONSTRUCTION STANDARD OCTOBER, 1992, REDRAWN OCTOBER 2002 STREET CURB s' MONOLITHIC SIDEWALK CIRB LINES TO BE 1 /4" DEEP R.O.W. Im 9.� 18,E 4 JOINT,4" GAP 1" R ¢ 4 sloEwAuc CURB PAY LIMIT r MAX_ LENGTH OF SURFACE TREATMENT (GROOVE) 5' FROM THE BACK OF CURB. EXPANSION • MATERIAL RECESSED 1/4" AND SEALED W/ SILICONE (APr %eflBLE TO ALL COLD —JOINTS) NOTES TYPICAL RAMP X —SECTION 1. FOR PARKWAY WITH ELEVATION BELOW STREE 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 1 PROPOSED WIDTH OF THE SIDEWALK RAMP. 3. FOR TYPE I RAMP MAXIMUM SIDEWALK CURB HEIGHT 0" TO 7". CITY OF FORT WORTH, TEXAS DATE: 09/2004 4RTH ACCESSABILITY RAMP - TYPICAL CROSS SECTION STR-031 EXISTING CURB AND GUTTER �. 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. 27 THE ACTUAL UNIT OF -REMOVAL OF EXIST BE ASDIRECTEDGUTTER AND ENGINEER INT THE FIELD. . 3) MONOLITHIC CURB OR FLARED SLOPES MAY BE INSTALLED ON BOTH $IDES OF THE RAMP . 8" 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 SHALL BE. A MAXIMUM OF 1,12. FLARED SIDES ` DEE557RLANVE A S COULD WALK OF ONCR FOR 11:1 Q�UNLESS PEDLL PAVEMENT ' ACROSS THE RAMP THEN THE MAXIMUM SLOPE SHALL BE 1:12. �l SODDING AS REQUIRED { PROP aC MONOLITHIC SIDEWALK CURB ONOLITHIC CU RBED (SEE NOTES) ONOUTHIC o zL CURB OR A° 30 �ti`Y ED SEE NOTES) .y FLARED SURFACE OR CURB SODDING A, AS REQUIRED ACK OF PROP. CURB ,o T Fi • � c[iRe M pqqY sto,c &� G STANDARD PAY LIMIT DETAIL C[TY OF FORT WORTH, TEXAS ACCESSABILITY RAMP - PAY LIMITS - OF PROP. 7" CURB SAWCUT FOR HMAC PAVEMENT DATE: 09/2004 STR--032 EXISTING CURB AND GUTTER 6" 18" OR 24" SAWCUT ETE PAVEMENT R SODDING AS REQUIRED ACK OF O CURB EXISTING 15' R SCALE 1 " = 5' SIDEWALK RAMP I W/ COLORED SURFACE NOTES . 1) EXPANSION JOINT AND SILICONE SEALING SHALL BE SUBSIDIARY TO UNIT PRICE BID FOR SIDEWALK. 2) �F EXIST ING ACTUAL RB AND UULIMIT TTREMOVAL R�AND SIDEEWAALKK SHALL BE AS DIRECTED BY THE ENGINEER IN THE FIELD. PR P. MONOLITHIC SIDEWALK CURB GROOVE ' 116,469 TOOL GROOVE Zi WITH �.. TOOL ING 'SODDING AS REQUIRED EXPANSION JOINT SILICONE SEALING CK OF PROP. CURB FACE OF PROP, 7" CUR13 SAWCUT FOR HMAC PAVEMENT JOINT DETAIL ftRT,.W0RThljMY of FORT WORTH, TEXAS ' DATE 69/2004 ACCESSABILITY RAMP — JOINT DETAIL STR-033 Lave! Lewd t Top wmk � w ctiar PuWla PEti omcUIm PUmC sZavm K CURB RAMP ((b) � PARALLEL PUBLIC SIDEWALK CURB RAMP c ComswED (P () ) PUBLIC SIDEWAIKCURB RAMP Mg. 59 Pubk sw w* Curb Ramp 4�T4 cliff OF FORT WORTH, TEXAS DATE 09/2004 ACCESSABILITY RAMP -- TYPICAL CROSS SECTION STR-034 ATTENTION: CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHERE FEASIBLE. SEE FIGS. 58, 59 & 60. 14-.z6 vehicular Ways and Faciiitie's a �. perpandiarlar public sidewalk curb ramp Porpendkvlor Pit ddewalk awolk curb ramp in public sidewalk with parkway in P Q Q Q . Q Q C II arallel public sidewalk curb romp Combination public sidewalk curt ramp Perpendleular ubRe`sidewalk curb romp .. in sidewpublic sidewalk in public sidewalk with parkway ok' pro f eted inkemecUon • Fig. 60 public Sidewalk Cirb Ramps at Marked Crossings OR OR CITY OF FORT WORTH, TEXAS DATE: 09/2004 ACCESSABILITY RAMP -- FFIB U RE 60 STR-035 Y RUNNING SLOPE RUNNING SLOPE 1 20 MAX 1:12 MAX COUNTER SLOPE i:2d MAX WALK CURB RAMP STREET k0m, r (1) Slope = Tlx there r Le a loyal slope (2) Counter dope shalt not ezoeed 1120 Fig. B4.7.2 Meazuremetut of Curb Ramp Slope PI,AIJMG OR OTHER r NONWAI.KING SURFACE X _ FLARED • SIDE L 1 !0 NOM Il X < W (1220 nua) then the slope of the dared aides sbs]1 'AOL wooed 1:11 • (a) narad Sldea r (b) Retaraad Curb Fig. B4.7.5 Sides of Curb Ramps 1 Fig. B4.7.5 Built—up .Curb. Ramp OCTOBER, 1992, REDRAWN.00TOBER 2002 CITY OF* FORT WORTH. TEXAS DAM 09'%2004 ACCESSABILITY RAMP - RAMP. SLOPE DETAILS . STR--036 ATTENTION: CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHERE FEASIBLE. SEE FIGS. 58, 59 & 60. iCYPICA- � CITY OF FORT WORTH, TEXAS - CONSTRUCTION STANDARD OCTOBER, 1992, REDRAWN OCTOBER 2002 TYPE I EXISTING 15' R. SCALE 1" = 4' PROP. 4' RAMP WITH `. COLORED SURFACE VARIABLE HEIGHT CURB �-- 1 i/2' R. (TYP) ORT ►T0 CITY OF FORT WORTH, TEXAS DATE: 09/2004 ACCESSABILITY RAMP - TYPE I (W/15- RADIUS) STR--037 TYPE I EMSTING 20' R. SCALE 1" = 4' J. PROP. 41 RAMP WITH I COLORED SURFACE VARIABLE HEIGHT CURB _. /-1 1/2(TYP) FORT IIaR,T CITY OF FORT WORTH, TEXAS DATE 09/20o+ ACCESSABILITY RAMP -- TYPE 1 (207 RAD.) STR-038 -EICI=G CURB B� 1s, OR E4' 5jwCUT FOR $MAC PVKT. g. SODDING AS REquIlm HACK OF PROP. CB: TYPE - III MSTING 15' R. SCALE 1" = 4' ® SIDEW T.K RAMP WITH COLORED SURFACE BROOM FINISH ® HMAC TIE-IN MONOL=C CURB 1:48 SODDING AS REQUIRED BACK OF PROP CURB PI OF 7' CURB E XESTING .CURB de GUTTER SAECUT FOR CONCRETE PAYf31EPeT OR►T TI�R� CITY OF FORT, WORTH, TEXAS DATE: 09/2004- ACCESSABUTY RAMP -- TYPE III (t 5' RADIUS) STR--039 ( II EXISTING CURB & GUTTER 18' OR 24' SAWCUT FOR HMAC PVMT. SODDING AS REQUIRED PROP. O. TYPE III EXISTING 20' R. SCAI E 1 " = 4' ®• SIDEWALK RAMP WITH COLORED SURFACE BROOM FINISH HMAC TIE-IN VARIABLE HEIGHT CURB • 1':36 1_:12 '� IXISTING. CURB do GUTTER SODDING AS REQUIRED BACK OF PROP CURB FACE OF 7" CURB SAWCUT FOR CONCRETE PAVEMENT 2R CURT CITY OF FORT WORTH, TEXAS DATE: 09/2004- ACCESSABILITY RAMP -- TYPE III. (20' RADIUS) STR-040 no HMAC SURFACE OVERLAY 2008-12 Blk Limits Street Name Street Limits CD Map LM Category 6250 - 6599 AVA COURT DR GRATTAN DR - RAMEY AVE 5 80N 0.75 POL $500 - 3799 BAYLOR ST ERATH ST - VAUGHN BLVD 5 78W 0.61 POL 4000 - 4199 BAYLOR ST FREDDIE ST - MILLER AVE 5 78Z 0.25 POL 3200 - 3499 BAYLOR ST WICHITA ST - ERATH ST 8 78Y 0.81 POL 5400 - 5699 BLACKMORE AVE HERVIE ST - HORNE ST 7 75N 0.88 POL 4952 - 5399 COLLETT LITTLE RD BRIARWOOD PKWY - E LOOP 820 S 5 93P 1.1 POL 4300 - 4399 DIAZ AVE TREMONT AVE - ASHLAND AVE 9 75Q 0.29 POL 4900 - 5099 DONNELLY AVE ELDRIDGE ST - NEVILLE ST 7 75K 0.58 POL 5100 - 5199 DONNELLY AVE NEVILLE ST - MERRICK ST 7 75J 0.28 POL 5300 - 5499 FARNSWORTH AVE PREVOST ST - BOURINE ST 7 75S 0.58 POL 3700 - 3999 GROVER AVE NECHES ST - JASPER ST 2 49W 0.6 POL 3000 - 3199 GUNNISON TRL EL RETIRO RD - TUCSON TRL 3 73L 0.58 POL 3700 - 4199 HAMPSHIRE BLVD S AYERS AVE - S OAKLAND BLVD 8 78M 1.63 MOL 4100 - 4299 IOLA ST N DEAD END - E LOOP 820 S 5 93C 0.2 POL 2300 - 2399 JASPER ST GROVER AVE - DEEN RD 2 49S 0.37 POL 4800 - 4999 MELODY LN QUORUM DR - MELODY HILLS DR 2 49Q 0.59 POL 5400 - 5719 OAKDALE DR W DEAD END - E LOOP 820 S 5 93C 0.4 POL 3600 - 3899 PECOS ST SHACKLEFORD ST - TRENTMAN ST 5 92G 0.59 POL 3708 - 3849 RUNNELS ST NECHES ST - BEAUMONT ST 2 49S 0.43 POL - 3600 - 3899 SAN ROSE DR REED ST - BAYLOR ST 5 78Z 0.65 POL 7900 - 7999 SANDY SHORES CT RANDOM RD - N CUL-DE-SAC 7 31 H 0.07 POL 3100 - 3199 TRAVIS AVE W BERRY ST - W DEVITT ST 9 76Z 0.27 POL 12.5 HMAC SURFACE OVERLAY AT VARIOUS LOCATIONS 200812 CITY PROJECT NO.01084 TPW PROJECT NO. C293-5412W209620108483 STREET BY STREET QUANTITY DETERMINATION SPREAD SHEET z a 2 rn s� a U� d c 2:. in a W AAA �qOa ¢ W x No 3 0o a E,aW exit 0¢Wa wxao a �yz cn F P, �� wW zUa awo Wiz F a, W 0cn zWa Iwo rn a s xa >.o zZ04 a7 o a �� �a F F W 3 0. TOTAL TO] (ALL R ITEM UNIT ITEM DESCRIPTION QTY QTY 1 EA Sign -Project Designation~ Install 0 0 0 0 0 0 0 0 2 LS Utility Adjustment _ Repair 0 0 0 0 0 0 0 0 3 LF Curb & Gutter- Replace 0 190 50 340 50 480 11110 9,8� 4 LF Curb and Gutter -7 Inch w/18 Inch Gutter _ Install 0 0 0 0 0 0 0 0 5 SF Driveway - 6 Inch - Replace 0 540 225 54 0 11296 27115 2017 6 SF Driveway- 6 Inch Replace (exposed aggregate) 0 0 0 0 0 0 0 0 7 SF Walk - 4 Inch - Replace 0 0 0 100 0 11400 11500 513( 8 SF Walk - 4 Inch ~ Replace (exposed aggregate) 0 0 0 0 0 0 0 0 9 SF Walk-4 Ft - Install 0 0 0 0 0 0 0 0 10 SF Walk-ADA Wheelchair Ramp -- Replace 0 0 0 0 0 0 0 521 11 SF Walk-ADA Wheelchair Ramp - Install 0 0 0 0 0 0 0 0 12 SY Pavement -Valley Gutter - Replace 0 0 45 108 45 200 398 391 13 SY Pavement -Valley Gutter - Install 0 0 0 0 0 0 0 0 14 EA Inlet -Top of 5 Ft Drainage Inlet - Replace 0 0 0 0 0 1 1 1 15 EA Inlet -Top of 10 Ft Drainage Inlet _ Replace 0 0 0 0 0 0 0 1 16 LF Pipe -Sub Drain-6 Inch Perforated ~ Install 0 0 0 0 0 0 0 0 17 SY Pavement-8 Inch -Pulverization ~ Rehab 12400 41380 31048 41634 804 11944 16,210 7973 18 TON Pavement -Cement Modification-26 Ib/sy _ Install 18 57 40 60 10 25 211 1,0: 19 CY Pavement -Unclassified Street Excavation _ Remove 0 0 0 0 0 0 0 0 20 CY Subgrade-Crushed Limestone For Misc.Placement - Install 0 0 0 0 0 0 0 0 21 CY Subgrade ~ Replace (Asphalt Base Repair) 0 0 0 0 0 0 20 22 TON Pavement-HMAC Level Up - Install 0 0 0 0 0 0 0 17 23 LF Pavement-2 Inch to 0 Inch Wedge Miling Depth 5.0 Ft Wide~lnstall 0 0 0 0 0 0 0 2,9E 24 EA Pavement -Butt Joint -Milled _ install 0 0 0 0 0 0 0 2 25 SY Pavement-2 Inch Surface Milling - Install 0 0 0 0 0 0 0 0 26 LF Pavement -Crack Sealing ~ Install (of Existing Pavement) 0 0 0 0 0 0 0 2,2` 27 SY Pavement-2 Inch -Surface Course -Type D Mix ~ Install 10400 43380 31048 41634 804 11944 16,210 85361 28 EA Speed Hump -Striping On Speed Cushion _ Install (30' Wide Street) 0 0 0 0 0 1 1 1 29 EA Speed Hump -Striping On Speed Cushion _ Install (40' Wide Street) 0 0 0 0 0 0 0 0 30 EA Valve Box - Adjustment With Steel Riser 0 3 2 4 1 2 12 47 31 EA Valve Box _ Adjustment with Concrete Collar 0 0 0 0 0 0 0 0 32 EA Meter Box - Adjustment 0 0 0 1 0 0 1 7 33 EA Manhole -- Adjustment With Steel Riser 0 4 2 5 1 0 12 37 34 EA Manhole ~ Adjustment With Concrete Collar 0 0 0 0 0 0 0 0 35 EA Mobilization - Services 0 0 0 0 0 0 0 Monthly Pickup of Bulky Items Week of the 2nd Monday of the month Week of the 2nd Monday of the month Week of the 2nd Monday of the month Week of the 2nd Monday of the month Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days Friday Friday Friday Friday ON ALL STREETS IN THIS CONTRACT, THE CONTRACTOR MAY WORK DURING THE DAY, BETWEEN 7:00 A.M. UNTIL 7:00 P.M. HMAC SURFACE OVERLAY AT VARIOUS LOCATIONS 200842 CITY PROJECT NO. 01103 TPW PROJECT NO.C293-541200-205620110383 STREET BY STREET QUANTITY DETERMINATION _ SPREAD SHEET zap rn to a, a Aa �Z °Hw300 > ¢L�¢a > �¢ aa3aaa ¢ > va a aw E FCwa. a d wz �o wx °� �azwo W w a xts q� aR,H E �oo aoa�oo Uaaaa Aa oa >oz ¢ AE•¢a > ¢> ¢ o > ¢F aU wA caA Awmw w a Ho wa >a H off V S¢w~oa wa,a o x ww ao C7zCIO x a Wa oa �H Zao UwE- U a a a A a�a tea¢ o Cn0 7 .. a w� A��,a0 zoo a, �� ao tiU064 z w a aa ao aAx �� c a A C) °-O¢ . TOT ITEM UNIT ITEM DESCRIPTION QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY QTY JUNIT QTY JUNITI QTY 1 EA Sign -Project Designation _ Install 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 LS Utility Adjustment ~ Repair 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 LF Curb & Gutter•- Replace 1,470 21975 420 10 0 270 670 80 800 230 295 0 12510 0 8,7; 4 LF Curb and Gutter -7 Inch w/18 Inch Gutter — Install 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 5 SF Driveway -6Inch —Replace 11782 91342 490 0 0 540 11674 261 11784 11980 0 810 0 1826 6 SF Driveway- 6 Inch Replace (exposed aggregate) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 7 SF Walk - 4 Inch — Replace 0 33800 0 0 0 0 0 0 0 0 0 0 0 0 318C 8 SF Walk - 4 Inch _ Replace (exposed aggregate) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 9 SF Walk4 Ft — Install 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 10 SF Walk-ADA Wheelchair Ramp _ Replace 0 160 0 0 0 0 0 0 0 0 360 0 0 0 52( 11 SF Walk-ADA Wheelchair Ramp — Install 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 12 SY Pavement -Valley Gutter ~ Replace 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 13 SY Pavement -Valley Gutter -- Install 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 14 EA Inlet -Top of 5 Ft Drainage Inlet — Replace 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 15 EA Inlet -Top of 10 Ft Drainage Inlet _ Replace 0 1 0 0 0 0 0 0 0 0 0 0 0 1 16 LF Pipe -Sub Drain-6 Inch Perforated _ Install 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 17 SY Pavement-8 Inch -Pulverization _ Rehab 51523 101515 11832 67153 81245 11705 5,842 41088 41443 41008 31111 21745 41917 6311: 18 TON Pavement -Cement Modification-26 Ib/sy ~ Install 72 137 24 80 107 22 76 53 58 52 0 40 36 64 821 19 CY Pavement -Unclassified Street Excavation — Remove 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 20 CY Subgrade-Crushed Limestone For Misc.Placement ~ Install 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 21 CY Subgrade ~ Replace (Asphalt Base Repair) 0 0 0 0 0 0 0 0 0 0 20 0 0 0 20 22 TON Pavement-HMAC Level Up — Install 0 0 0 0 0 0 0 0 0 0 17 0 0 0 17 23 LF Pavement-2 Inch to 0 Inch Wedge Miling Depth 5.0 Ft Wide�lnstall 0 0 0 0 0 0 0 0 0 0 21984 0 0 0 2198 24 EA Pavement -Butt Joint -Milled — Install 0 0 0 0 0 0 0 0 0 0 2 0 0 0 2 25 SY Pavement-2 Inch Surface Milling — Install 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 26 LF Pavement -Crack Sealing _ Install (of Existing Pavement) 0 0 0 0 0 0 0 0 0 0 27250 0 0 0 2125, 27 SY Pavement-2 Inch -Surface Course -Type D Mix ~ Install 51523 10,515 11832 67153 87245 17705 51842 41058 45443 41008 61300 31111 2,745 41917 6933£ 28 EA Speed Hump -Striping On Speed Cushion — Install (30' Wide Street) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 29 EA Speed Hump -Striping On Speed Cushion � Install (40' Wide Street) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 30 EA Valve Box ~ Adjustment With Steel Riser 2 8 2 4 0 1 2 0 2 0 8 0 4 2 35 31 EA Valve Box _ Adjustment with Concrete Collar 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 32 EA Meter Box ~ Adjustment 0 0 0 0 0 0 0 0 0 0 0 0 6 0 6 33 EA Manhole — Adjustment With Steel Riser 3 3 1 2 1 0 0 0 6 0 5 0 1 3 25 34 EA Manhole _ Adjustment With Concrete Collar 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 35 EA Mobilization _ Services 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Monthly Pickup of Bulky Items Week of the 3rd Monday of the month Week of the 3rd Monday of the month Week of the 3rd Monday of the month Week of the 3rd Monday of the month Week of the 3rd Monday of the month Week of the 3rd Monday of the month Week of the 3rd Monday of the month Week of the 3rd Monday of the month Week of the 3rd Monday of the month Week of the 3rd Monday of the month Week of the 3rd Monday of the month Week of the 3rd Monday of the month Week of the 3rd Monday of the month Week of the 3ed Monday of the month Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days Friday Friday Friday Friday Friday Friday Friday Wednesday Wednesday Wednesday Wednesday Wednesd Wednesd Friday