HomeMy WebLinkAboutContract 36644-
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
HMAC SURFACE OVERLAY (2007-4)
AT VARIOUS LOCATIONS
IN THE CITY OF FORT WORTH, TEXAS
CITY PROJECT NO. 00746
TPW PROJECT NO. C293-541200-209620074683
2007
MIKE MONCRIEF
MAYOR
CHARLES R. BOSWELL
CITY MANAGER
ROBERT D. GOODE, P.E., DIRECTOR
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
GEORGE A. BEHMANESH, P.E., ASSISTANT DIRECTOR
TRANSPORTATION AND PUBLIC \VORKS DEPART ~-
V?foj_:_, J t ~~~~
r.: if1. ' ';;\-,-,' ~ 1 ,r• t' ),."'. 'ivo,, l2 1:i£\ 1P; " ~ • t; ,,, ... t ... ,
PREPARED BY c'il ;,;i ·· 7u n'*'. J ll, :;·.; / ... ~, u s;1,\.,
TRANSPORTATION AND PUBLIC WORKS DEPART .l,,,1,,±~---~
INFRASTRUCTURE GROUP
02 -1 8 -08 P1 2 :23 IN
-
Page 1 of2
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 12/4/2007 -Ordinance No.# 17906-12-2007
DATE: Tuesday, December 04, 2007
LOG NAME: 20HMAC 2007-4 REFERENCE NO.: C-22563
SUBJECT:
Authorize Execution of a Contract with Peachtree Construction, Ltd., for Hot Mix Asphaltic Concrete
Surface Overlay 2007-4 at Various Locations (City Project No. 007 46); and Adopt Appropriation
Ordinance
RECOMMENDATION:
It is recommended that the City Council:
1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations by
$400,000 in the TPW Gas Well Revenue Fund from available funds; and
2. Authorize the City Manager to execute a contract with Peachtree Construction, Ltd ., in the amount of
$1,860,038 for 170 working days for Hot Mix Asphaltic Concrete Surface Overlay 2007-4 at various
locations .
DISCUSSION:
Transportation and Public Works (TPW) has identified $400,000 in funds from TPW Gas Well Revenue
-Fund to be used for the work on 7th Street from Stayton to University Drive. Currently there is a
moratorium on use of gas well revenues, however, in April, 2007 , Council authorized a list of projects that
were exceptions to this moratorium. This project was included in that list of projects .
.....
In the FY2006-2007 Contract Major Maintenance Program, various types of street maintenance techniques
are grouped into specific contract packages. Hot Mix Asphaltic Concrete (HMAC) Surface Overlay 2007-4
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 in the Fort Worth Star-Telegram for bid on August 16 and 23 , 2007 . On
September 13, 2007, the following bids were received :
BIDDERS
Peachtree Construction , LTD
P & E Contractors, Inc .
AMOUNT
$1 ,860 ,038 .00
$1 ,892 ,717.00
Peachtree Construction , Ltd ., is in compliance with the City's M/WBE Ordinance _b y_c_ommitting to 24
percent M/WBE participation . The City's goal on this project is 24 percent.
This project is located in COUNCIL DISTRICTS 2, 4, 8, and 9.
http ://www.cfwnet.org/council_packet/Reports/mc _print.asp
1=' ~?~ ...:;, I -A,''
11. j'' ! 'it+ ' ,::; .. ' -~" ... -........ ~ .. ...., -~
-
-
· Page 2 of2
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that upon approval of above recommendations and adoption of the attached
appropriation ordinance, funds will be available in the current capital budget, as appropriated , of the
Contract Street Maintenance Fund and the TPW Gas Well Revenue Fund.
TO Fund/Account/Centers
11
C223 446100 201929990100
11
C223 446200 201929990100
11
C223 446300 201929990100
11
C223 446600 201929990100
11
C223 541200 201929990100
$221,996.42
$164 ,750 .74
$9 ,641.51
$3,611.33
$400,000.00
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
FROM Fund/Account/Centers
21
C293 541200 209620074683
21
C223 541200 209620074683
Marc A. Ott (8476)
Robert Goode (8255)
George Behmanesh (7914)
http://www.cfwnet.org/council _packet/Reports/me _print.asp
$1,460,038.00
$400,000.00
12/10/2007
Ordinance No . _____ _
AN ORDINANCE INCREASING ESTIMATED RECEIPTS AND APPROPRIATIONS IN
THE TPW GAS WELL REVENUE FUND IN THE AMOUNT OF $400 ,000 FROM
AVAILABLE FUNDS FOR THE PURPOSE OF EXECUTING A CONTRACT WITH
PEACHTREE CONSTRUCTION , LTD., FOR HMAC SURFACE OVERLAY 2007-4 AT
VARIOUS LOCATIONS (CITY PROJECT NO . 00746); 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 2007-2008 in the
Budget of the City Manager, there shall also be increased estimated receipts and appropriations in the TPW
Gas Well Revenue Fund in the amount of $400 ,000 from available funds for the purpose of executing a
contract with Peachtree Construction , Ltd ., for HMAC Surface overlay 2007-4 at various locations (City
Project No. 00746).
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. 177 49 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:-----------
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
HMAC SURFACE OVERLAY (2007-4)
AT VARIOUS LOCATIONS
IN THE CITY OF FORT WORTH, TEXAS
CITY PROJECT NO. 00746
TPW PROJECT NO. C293-541200-209620074683
fl-Zo-o7
NAJIB RES, P.E. DATE
INFRASTRUCTURE MANAGER
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
DA YID TOWNSEN , P.E. DATE
ENGINEERING MANAGER WATER DEPARTMENT
TABLE OF CONTENTS
1. Notice to Bidders
2. Special Instructions to Bidders
3. Prevailing Wage Rates
4. Proposal
5. Vendor Compliance
6. Minority and Women Business Enterprise Specifications
7. Special Provisions
8. Item 360, Concrete Pavement (Modified Specification)
9. Contractor Compliance with Worker's Compensation Law
10. Certificate of Insurance
11. Equipment Schedule
12. Experience Record
13 . Performance Bond
14. Payment Bond
15. Maintenance Bond
16. Contract
17. Notice of Construction Detail
18. Project Designation Sign Detail
19. Other Details
20. Soil Reports
21. Street Locations
22. Street by Street Paving Quantity Determination Spreadsheet
Sealed Proposals for the following :
HMAC SURFACE OVERLAY (2007-4)
AT VARIO US LOCATIONS
TPW PROJECT NO. C293-541200-209620074683
Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received at the
Purchasing Office, City of Fort Worth, in the lower level of the Municipal Building, 1000 Throckmorton, Fort
Worth, Texas 76102 until 1 :30 P.M., Thursday, September 13, 2007, and then publicly read aloud at 2 :00
p .m., in the Council Chambers.
Plans, Specifications and Contract Documents for this project may be purchased for twenty dollars ($20) per set
at the Office of the Transportation and Public Works Department, Municipal Building, 1000 Throckmorton
Street, Fort Worth, Texas 76102 . These documents contain additional information for prospective bidders .
A pre-bid conference will be held at 10:00 A.M. August 30, 2007, in the Transportation and Public Works
Conference Room, 2nd Floor, Municipal Building, RM 270 .
The major work on the above-referenced project shall consist of the following:
Paving Improvements :
7,000
40,250
115,200
27,000
345
L.F.
L.F .
S.Y.
S.Y .
TON
Curb and Gutter Replacement
2 Inch to O Inch Wedge Milling Deep, 5 Ft Wide
2 Inch Surface Course Type "D" Mix
8 Inch Pulverization
Cement Modification
Included in the above will be all other miscellaneous items of construction as outlined in the Plans and
Specifications.
For additional information , please contact Riad Nusrallah, Street Program Manager at (817) 392-2729 .
CHARLES R. BOSWELL
CITY MANAGER
Advertising Dates:
August 16, 2007
August 23, 2007
ROBERT GOODE, P.E., DIRECTOR
TRANSPORTATION AND PUBLIC WORKS
DEPARTMENT , )
By : 2ALaJ~
Riad Nusrallah, P .E.
Street Program Manager
SPECIAL INSTRUCTIONS TO BIDDERS
1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of
Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid
submitted must accompany the bid, and is subject to forfeit in the event the successful
bidder fails to execute the contract documents within ten days after the contract has been
awarded.
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
- 1 -
4. AW ARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest
responsive bidder. The City reserves the right to reject any or all bids and waive any or
all irregularities . No bid may be withdrawn until the expiration of forty-nine ( 49) City
business days from the date that the M/WBE UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM
("Documentation") is received by the City.
5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder
entering into a contract for the work will be required to give the City surety in a swn
equal to the amount of the contract awarded. The successful bidder shall be required to
furnish bonding as applicable in a swn equal to the amount of the contract awarded. The
form of the bond shall be as herein provided and the surety shall be acceptable to the
City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the
Texas Government Code, as amended.
A. If the total contract price is $25,000 or less, payment to the contractor shall be
made in one lump sum. Payment shall not be made for a period of 45 calendar
days from the date the work has been completed and accepted by the City.
B. If the contract amount is in excess of $25,000, a Payment Bond shall be
executed, in the amount of the contract, solely for the protection of all claimants
supplying labor and material in the prosecution of the work.
C. If the contract amount is in excess of $100,000, a Performance Bond shall be
executed, in the amount of the contract conditioned on the faithful performance of
the work in accordance with the plans, specifications, and contract documents.
Said bond shall solely be for the protection of the City of Fort Worth.
D. A Two-year Maintenance Bond is required for all projects to insure the prompt,
full and faithful performance of the general guarantee as set forth in Paragraph 7
of the Special Provisions.
To be an acceptable surety on the performance, payment and maintenance bonds, the
surety must be authorized to do business in the state of Texas and meet all requirements
of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a
certificate of authority from the Untied States secretary of the treasury to qualify as a
surety on obligations permitted or required under federal law; or (2) have obtained
reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and
admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority
from the Untied States secretary of the treasury to qualify as a surety on obligations
permitted or required under federal law. Satisfactory proof of any such reinsurance shall
be provided to the City upon request. The City; in its sole discretion, will determine the
adequacy of the proof required herein.
No sureties will be accepted by the City that are at the time in default or delinquent on
any bonds or which are interested in any litigation against the City. Should any surety on
the contract be determined unsatisfactory at any time by the City, notice will be given to
the contractor to that effect and the contractor shall immediately provide a new surety
satisfactory to the City
SPECIAL INSTRUCTIONS TO BIDDERS
-. 2 -
6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General
Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain
Construction of the City of Fort Worth, Texas, concerning liquidated damages for late
completion of projects.
7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not
discriminate against any person(s) because of sex, race, religion, color or national origin
and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of
the City of Fort Worth (1986), as amended, prohibiting discrimination in employment
practices.
8 WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain
Construction is deleted and replaced with the following:
Compliance with and Enforcement of Prevailing Wage Laws
A. Duty to pay Prevailing Wage Rates.
The contractor shall comply with all requirements of Chapter 2258, Texas
Government Code (Chapter 2258), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the
prevailing wage rates in accordance with Chapter 2258. Such prevailing wage
rates are included in these contract documents.
B. Penalty for Violation.
A contractor or any subcontractor who does not pay the prevailing wage shall,
upon demand made by the City, pay to the City $60 for each worker employed for
each calendar day or part of the day that the worker is paid less than the prevailing
wage rates stipulated in these contract documents. This penalty shall be retained
by the City to offset its administrative costs, pursuant to Texas Government Code
2258.023.
C. Complaints of Violations and City Determination of Good Cause.
On receipt of information, including a complaint by a worker, concerning an
alleged violation of2258 .023, Texas Government Code, by a contractor or
subcontractor, the City shall make an initial determination, before the 31st day
after the date the City receives the information, as to whether good cause exists to
believe that the violation occurred. The City shall notify in writing the contractor
or subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
D. Arbitration Required if Violation Not Resolved .
SPECIAL INSTRUCTIONS TO BIDDERS
-3 -
An issue relating to an alleged violation of Section 2258.023, Texas Government
Code, including a penalty owed to the City or an affected worker, shall be
submitted to binding arbitration in accordance with the Texas General Arbitration
Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and
any affected worker do not resolve the issue by agreement before the 15th day
after the date the City makes its initial determination pursuant to paragraph ( c)
above. If the persons required to arbitrate under this section do not agree on an
arbitrator before the 11th day after the date that arbitration is required, a district
court shall appoint an arbitrator on the petition of any of the persons. The City is
not a party in the arbitration. The decision and award of the arbitrator is final and
binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained.
The contractor and each subcontractor shall, for a period of three (3) years
following the date of acceptance of the work, maintain records that show (i) the
name and occupation of each worker employed by the contractor in the
construction of the work provided for in this contract; and (ii) the actual per diem
wages paid to each worker. The records shall be open at all reasonable hours for
inspection by the City. The provisions of the Audit section of these contract
documents shall pertain to this inspection.
F. Pay Estimates.
With each partial payment estimate or payroll period, whichever is less, the
contractor shall submit an affidavit stating that the contractor has complied with
the requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates.
The contractor shall post the prevailing wage rates in a conspicuous place at the
site of the project at all times.
H. Subcontractor Compliance.
The contractor shall include in its subcontracts and/or shall otherwise require all
of its subcontractors to comply with paragraphs (a) through (g) above.
I. (Wage rates are attached following the end this section.)
9. FINANCIAL STATEMENT: A current certified financial statement may be required by
the Department of Engineering Director for use by the CITY OF FORT WORTH in
determining the successful bidder. This statement, ifrequired, 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 bo ,s,,proof of -,,;,.
insurance for Workers Compensation (statutory); Comprehensive Genera lJialJility .. ;_?\··/
($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Ins anijf ff ;i,,;fgTu1~f ..
SPECIAL INSTRUCTIONS TO BIDDERS H, \:Y, i'~' Wt:..
-4-----
($1,000,000 each accident on a combined single basis or $250,000 property
damage/$500,000 bodily injury per person per occurrence. A commercial business
policy shall provide coverage on "any auto", defined as autos owned, hired, and non-
owned). Additional lines of coverage may be requested. If such a request is made after
bid opening, Contractor shall be entitled to additional compensation equal to 110% of the
additional premium cost. For worker's compensation insurance requirements, see Special
Instructions to Bidders -Item 16.
ADDITIONAL INSURANCE REQUIREMENTS:
A. The City, its officers, employees and servants shall be endorsed as an additional
insured on Contractor's insurance policies excepting employer's liability insurance
coverage under Contractor's workers' compensation insurance policy.
B. Certificates of insurance shall be delivered to the City of Fort Worth, contract
administrator in the respective department as specified in the bid documents, 1000
Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on
the contracted project.
C. Any failure on part of the City to request required insurance documentation shall
not constitute a waiver of the insurance requirements specified herein.
D. Each insurance policy shall be endorsed to provide the City a minimum thirty
days notice of cancellation, non-renewal, and/or material change in policy terms
or coverage. A ten days notice shall be acceptable in the event of non-payment of
premium.
E. Insurers must be authorized to do business in the State of Texas and have a
current A.M. Best rating of A: VII or equivalent measure of financial strength and
solvency.
F. Deductible limits, or self-funded retention limits, on each policy must not exceed
$10,000.00 per occurrence unless otherwise approved by the City.
G. Other than worker's compensation insurance, in lieu of traditional insurance, City
may consider alternative coverage or risk treatment measures through insurance
pools or risk retention groups. The City must approve in writing any alternative
coverage.
H. Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of
recovery in favor of the City.
I. City shall not be responsible for the direct payment of insurance premium costs
for contractor's insurance.
J. Contractor's insurance policies shall each be endorsed to provide that such
insurance is primary protection and any self-funded or commercial coverage
maintained by City shall not be called upon to contribute to loss recovery.
SPECIAL INSTRUCTIONS TO BIDDERS
- 5 -
K. In the course of the project, Contractor shall report, in a timely manner, to City's
officially designated contract administrator any known loss occurrence which
could give rise to a liability claim or lawsuit or which could result in a property
loss.
L. Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
M. Upon the request of City, Contractor shall provide complete copies of all
insurance policies required by these contract documents.
11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the
City of Fort Worth will not award this contract to a non-resident bidder unless the non-
resident's bid is lower than the lowest bid submitted by a responsible Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a
non-resident bidder to obtain a comparable contract in the state in which the non-
resident's principal place of business is located.
"Non-resident bidder" means a bidder whose principal place of business is not in
this state, but excludes a contractor whose ultimate parent company of majority
owner has its principal place of business in this state.
"Texas resident bidder" means a bidder whose principal place of business is in this
state, and includes a contractor whose ultimate parent company or majority owner
has its principal place of business in this state.
This provision does not apply if the project is funded in whole or in part with federal
funds.
The appropriate blanks of the Proposal must be filled out by all non-resident bidders in
order for its bid to meet specifications. The failure of a non-resident contractor to do so
will automatically disqualify that bidder.
12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort
Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort
Worth has goals for the participation of minority business enterprises and women
business enterprises in City contracts. You may obtain a copy of the Ordinance from the
Office of the City Secretary.
The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort
Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business
days after the bid opening date, exclusive of the bid opening date. The bidder shall
submit the documentation at the reception area of the Department of Engineering
("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to
comply shall render your bid non-responsive .
. Upon contract execution between the City of Fort Worth and the successful bidder, now
known as Contractor, a pre-construction meeting will be scheduled at which time the
Contractor is required to submit either Letters of Intent or executed agreements with the
M/WBE firm(s) to be utilized on this project. Such Letters oflntent or executed
SPECIAL INSTRUCTIONS TO BIDDERS
- 6 -
agreements shall include the following information:
1. Name of Contract
2. Name ofM/WBE firm utilized
3. Scope of Work to be performed by the M/WBE firm
4. Monetary amount of work to be performed by the M/WBE firm
5. Signatures of all parties
A notice to proceed will not be issued until the signed letter(s) or executed
agreement(s) have been received.
Throughout the duration of this project, the Contractor comply with the M/WBE
Ordinance by complying with the following procedures:
• A M/WBE Participation Report Form must be. submitted monthly until the contract is
completed. The first report will be due 30 days after commencement of work. The
monthly report MUST have an original signature to ensure accountability for audit
purposes.
• Reports are to be submitted monthly to the M/WBE Office, regardless of whether or
not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a
particular month, place a "O" or "no participation" in the spaces provided, and provide
a brief explanation.
• The Contractor shall provide the M/WBE Office proof of payment to the M/WBE
subcontractors and suppliers only. The M/WBE Office will accept the following as
proof of payment:
1. Copies of submitted invoices with front and back copies of canceled check(s), OR
2. A notarized letter explaining, in detail:
a Subcontractor/supplier Scope of Work
b. Date when services were received from subcontractor/supplier
c. Amounts paid to the subcontractor/supplier
d. Original signatures from both parties must be included on this letter.
• If the Contractor foresees a problem with submitting participation reports and/or
proof of payment on a monthly basis, the M/WBE Office should be notified.
If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere
to the following :
1. Immediately submit a Reguest 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 .
WARRANTY:
a. The contractor will receive full payment (less 5% retainage) from the city for each pay
·period.
b. Payment of the retainage will be included with the final payment after acceptance of the
project as being complete.
c. The project shall be deemed complete and accepted by the City as of the date the final
punch list has been completed, as evidenced by a written statement signed by the
contractor and the City.
d. The warranty period shall begin as of the date that the final punch list has been
completed.
e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment
becoming due and payable.
SPECIAL INSTRUCTIONS TO BIDDERS
- 8 -
f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the
city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city
shall make a progress payment in the amount that city deems due and payable.
g. In the event of a dispute regarding either final quantities or liquidated damages, the
parties shall attempt to resolve the differences within 30 calendar days.
15. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the
following guidelines relating to working on City construction sites on days designated as
"AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the
Metroplex area, runs from May 1, through October 31, with 6:00 a.m. -10:00 a.m. being
critical because emissions from this time period have enough time to bake in the hot
atmosphere that leads to early afternoon ozone formation.
The Texas Commission on Environmental Quality (TCEQ), in coordination with the
National Weather Service, will issue the AIR POLLUTION WATCH by 3 :00 p.m. on the
afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS,
the Contractor shall bear the responsibility of being aware that such days have been
designated AIR POLLUTION WATCH DAYS and as such shall not begin work until
10:00 a.m. whenever construction phasing requires the use of motorized equipment for
periods in excess of 1 hour ..
However, the Contractor may begin work prior to 10:00 a.m. if use of motorized
equipment is less than I-hour, or if equipment is new and certified by EPA as "Low
Emitting", or equipment bums Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG.
If the Contractor is unable to perform continuous work for a period of at least seven hours
between the hours of 7:00 a.m. -6:00 p.m., on a designated AIR POLLUTION WATCH
DAY, that day will be considered as a weather day and added onto the allowable weather
days of a given month.
16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance
with Workers Compensation shall be as follows:
A. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity employees
providing services on a project, for the duration of the project.
Duration of the project-includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in. 406.096) -includes all
persons or entities performing all or part of the services the contractor has undertaken
to perform on the project, regardless of whether that person has employees. This
SPECIAL INSTRUCTIONS TO BIDDERS
-9-
includes, without limitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner-operators, employees of any such entity, or
employees of any entity which furnishes persons to provide services on the project.
"Services" include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or other service related to a project.
"Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all employees
of the contractor providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior
to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project, the contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended.
E. The contractor shall obtain from each person providing services on a project, and
provide to the City:
(1) a certificate of coverage, prior to that person beginning work on the project, so
the City will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
E. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within ten days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person providing
services on the project.
H. The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify coverage and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to
provide services on a project, to:
(1) provide coverage, based on proper reporting on classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory
SPECIAL INSTRUCTIONS TO BIDDERS
-10 -
requirements of Texas Labor Code, Section 401.011(44) for all of its employees
providing services on the project, for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all employees
of the person providing services on the project, for the duration of the project;
.(3) provide the contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
( 4) obtain from each other person or entity with whom it contracts, and provide to
the contractor:
(a) a certificate of coverage, prior to the other person or entity beginning work
on the project; and
(b) a new certificate of coverage showing extension of coverage, prior to the end
of the coverage period, if the coverage period shown on the current certificate
of coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter.
(6) notify the governmental entity in writing by certified mail or personal delivery,
within ten days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(7) contractually require each person with whom it contracts, to perform as required
by paragraphs (1) -(7), with the certificates of coverage to be provided to the
person for whom they are providing services.
J. By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all employees
of the contractor who will provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that the coverage will be based
on proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance carrier or, in the case of a self-
insured, with the commission's Division of Self-Insurance Regulation. Providing
false of misleading information may subject the contractor to administrative penalties,
criminal penalties, civil penalties or other civil actions.
K. The contractor's failure to comply with any of these provisions is a breach of contract
by the contractor which entitles the City to declare the contract void if the contractor
does not remedy the breach within ten days after receipt of notice of breach from the
City.
/
"The contractor shall post a notice on each project site informing all perso --
providing services on the project that they are required to be covered, and s~tjp~how .i~( .. G
a person may verify current coverage and report failure to provide covera e, JJ J1s ~: ":f:]l~Z:7
SPECIAL INSTRUCTIONS TO BIDDERS JW ;i/;, l ·111~ tt:P? _ 11 _ , ., , U :11 I U ._ti.,
notice does not satisfy other posting requirements imposed by the Texas Workers'
Compensation Act or other Texas Workers' Compensation commission rules. This
notice must be printed with a title in at least 30 point bold type and text in at least 19
point normal type, and shall be in both English and Spanish and any other language
common to the worker population. The text for the notices shall be the following
text, without any additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related
to this construction project must be covered by workers' compensation insurance.
This includes persons providing, hauling, or delivering equipment or materials, or
providing labor or transportation or other service related to the project, regardless of
the identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive
information on the legal requirement for coverage, to verify whether your employer
has provided the required coverage, or to report an employer's failure to provide
coverage."
17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive
Branch of the federal government, contractor covenants that ne.ither it nor any officers,
members, agents or employees who engage in the performance of this contract shall, in
connection with such employment, advancement or discharge of employees or in
. connection with the terms, conditions or privileges of their employment, discriminate
against any person because of their age except on the basis of a bona fide occupational
qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents or employees
acting on their behalf, shall specify in solicitations or advertisements for employees to
work on those contract a maximum age limit for such employment unless the specified
maximum age limit is based upon a bona fide occupational qualification, retirement plan
or statutory requirement.
Contractor warrants that it will fully comply with the Policy and will defend, indemnify
and hold City harmless against any and all claims or allegations filed by third parties
against City arising out of Contractor's alleged failure to comply with the Policy in the
performance of this contract.
18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the
Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not
unlawfully discriminate on the basis of disability in the provision of services to the
general public, nor in the availability, terms or conditions of employment for applicants
for employment with, or current employees of, Contractor. Contractor warrants that it
will fully comply with the ADA's provisions and any other applicable federal, state, or
local laws concerning disability and will defend, indemnify and hold City harmless
against any and all claims or allegations filed by third parties against City arising out of
Contractor's alleged failure to comply with the ADA in the performance of this contract.
SPECIAL INSTRUCTIONS TO BIDDERS
-12 -
END OF SECTION
SPECIAL INSTRUCTIONS TO BIDDERS
-13 -
-
....
Concrete Pavin
Concrete Pavin
Concrete Pavin
Concrete Pavin
Concrete Rubber
Crane, Clamshell, Backhoe, Derrick,
Dragline, Shovel
Electrician
Fla er
Form Builder-Structures
Foundation Drill O erator, Crawler Mounted
. Foundation Drill O erator, Truck Mounted
Front End Loader
Roller, Steel Wheel Plant-Mix Pavements
Roller, Steel Wheel Other Flatwheel or
Tamping
· Reinforcin Steel Setter (Structure)
Source is AGC of Texas
(Hwy, Hvy, Utilities Industrial Branch)
www.access .gpogov/davisbacon/
5/4/2007
$10 .06 $11.42
$11 .01 $12.32
$8 .80 $12.33
$13.99 $10.92
$12.78 $12 .60
$14.15 $12 .91
$9.88 $12 .03
$13 .22 $10 .91
$12.80 $11.47
$12.85 $11 .75
$13.27 $14 .93
$12.00 $12.08
$13.63 $14 .00
$12.50 $13 .57
$13 .56 Work Zone Barricade Servicer $10 .09
$14.50
$10.61
$14.12
$18.12
$8.43
$11.63
$11.83
$13.67
$16.30
$12.62
$9.18
$10.65
$16.97
$11.83
$11.58
$15.20
$14.50
$13 .17
$10 .04
$11.04
$11 .28
$10.92
$11 .07
$14 .86
$16.29
TO: MR. CHARLES R. BOSWELL
City Manager
Fort Worth, Texas
PROPOSAL
FOR: H.M.A.C. SURFACE OVERLAY (2007-4)
ATV ARIOUS LOCATIONS
CITY PROJECT NO. 00746
TPW PROJECT NO. C293-541200-209620074683
Fort Worth, Texas
Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans,
specifications and the site, understands the amount of work to be done, and hereby proposes to do all
the work and furnish all labor, equipment, and materials necessary to fully complete all the work as
provided in the plans and specifications, and subject to the inspection and approval of the Director of
the Transportation and Public Works Department of the City of Fort Worth.
Total quantities given in the bid proposal may not reflect actual quantities; however, they are given
for the purpose of bidding on and awarding the contract. The City also reserves the right to increase
or decrease quantities of individual pay items within the contract provided that the total contract
amount remains within plus or minus (±) 25% of the contract award. The contractor is not
entitled to any additional compensation or renegotiation of individual pay item bid prices.
Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and
furnish Performance, Payment and Maintenance Bonds acceptable to and approved by the City of
Fort Worth for performing and completing the said work within the time stated and for the following
sums, to-wit:
SPEC PAY APPROX. DESCRIPTION OF ITEM WITH BID UNIT TOTAL
ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT
BID
S.P. 1 2EA. Sign-Project Designation -Install @
Two Hundred Dollars
& No Cents Per EA. $ 200.00 $ 400.00
S.P . 2 LUMP-SUM Utility Adjustment-Repair @
Six Thousand Dollars
& No Cents Per L.S. $ 6,000.0
P-1
SPEC PAY APPROX. DESCRIPTION OF ITEM WITH BID UNIT TOTAL
ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT
BID
104 3 7,000 L.F. Curb & Gutter -Replace@
502 (in sections as directed by inspector) ) /1,L-
S.P. T\.lttZN --~F1V E Dollars & 3S s,.... )P)l, 2 4 S,ooo.a:,
f'vD Cents Per L.F. $ .. $ dllli§PPiliAb
)P.1(.,
502 4 200 L.F. Curb & Gutter-7 Inch w/18 Inch
S.P. Gutter -Install@
-n.l 1 '2.'"N -Fo o.J (2.. Dollars &
!',.Jo Cents Per L.F. $ 3£{ ~ $ Cqdoaoo
104 5 4,500 S.F. Driveway -Remove (any type) @
S.P. ~o Dollars &
S XT'( Cents Per S.F. $ (J fq9 $ 2, ,oa. Q;o
504 6 4,500 S.F. Driveway-6 Inch -Install @
S.P. 5E\/8V Dollars &
r,...Jo Cents Per S.F. $ 1 ':!! $ 31 Soa100
I
504 7 100 S.F. Driveway-6 Inch -Install @
S.P. (exposed aggregate)
1',11µ€ Dollars &
!VO Cents Per S.F. $ '1 ~ $ qoo.a::,
104 8 1,000 S.F. Walk -Remove@
S.P. t-..Jo Dollars &
.s \ )IT'( Cents Per S.F.
$ 0(,.,.2 $ C,oo.oo
504 9 1,000 S.F. Walk-4 Ft. -Install @
S.P . i:-,vE. Dollars &
FrP'rt Cents Per S.F. $ $
ss..5' s,soo.co
504 10 100 S.F. Walk-Exposed Aggregate -Install @
S.P. ti C. t.J -r Dollars &
NO Cents Per S.F. $ IJQ;z $ 8CO.oo
P-2
SPEC PAY APPROX.
ITEM ITEM QUANTITY
DESCRIPTIO N O F ITEM WITH BID
PRICES WRITTEN IN WORDS
104
S.P .
505
S.P.
104
S.P.
360
S.P.
S.P.
S.P .
402
500
620
S.P.
11
12
13
14
15
16
17
200 S.F. Walk-ADA Wheelchair Ramp -
Remove @
~o Doll ars &
S£\JElJT'f Cents Per S.F.
70 0 S.F. Walk-ADA Wheelchair Ramp -
Install @
I:: l£ V E"°'l"J Dollars &
f',...IO Cents Per S.F.
100 S.Y. Pavement-Valley Gutter-Remove @
S I 'x Do ll a r s &
('Jo Cents Per S.Y.
350 S.Y. Pavement -Vall ey Gutter -Install @
Or.JC HUtvOt2.€1) ~ Ti;'}) Do ll ars &
(Vo Ce nts Per S.Y.
2 EA. Inlet-Top of 5 Ft Drainage Inlet -
Replace @
TuJE r-lTJi,JiWW Do ll ars &
_....,_N;:;.;o::;..._ ___ Cents Per EA.
3 EA. Inlet-Top of 10 Ft Drainage Inlet -
Replace @
'1'\ 1Q...'T'f -Ot-J\::' l,Wt-JDQ..E'O Dollars &
___ "-.J._~ ___ Cents Per EA.
800 L.F. Pipe-Sub Drain-6 Inch P e rforated -
Install @
~ Dollars&
tJo Cents Per L.F. -------
P -3
$
$
$
$
$
UNIT
PRICE
0'2.
( ( QE
l., a.:?
l lo t?e
z ,oo~
$ 3Joo~
$ Io '?!
$
T OTAL
AMOUNT
BID
14o.oo
$ 7 700.00
$ ~00.oo
$ 3~Soo-~
$
$ °I '3oo. oo
$
SPEC PAY APPROX. DESCRIPTION OF ITEM WITH BID UNIT T O TAL
ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT
BID
275 18 27,000 S.Y. Pavement-8 Inch-P ul verization -
S.P. Rehab @
-n-1a.EE Do ll ars &
B4UTI Cents Per S.Y. 3~ $ $ lo~ fo()o.eo
275 19 345 TON Pavement-Cement Modification-
26 lbs/sy -Install @
or-.& 1-1-v M)~ l?D ~ Dollars & f:!!£.T't -~Iv&
tJo Cents Per TON
$ l4S.Q5? $ S:o,02s.oo
106 20 100 C.Y. Pavement-Unclassified Street
S.P. Excavation -Rem ove @
-n.111.2-.T'r Doll ars &
f'.-,0 Cents Per C .Y.
$ 3o~ $ 3 O::X.l. QO
I
247 21 80 C.Y. Su bgrade-Crushed Limestone For
S.P. Misc. placement -Install @
n•1<2...T'1 Dollars &
fVO Ce nts Per C.Y. $ '30 '!: $ ~400.00
300 22 300 C.Y. Subgrade-Remove & Replace -R e place
310 (Asphalt Base Repair) @
340 "Two HV ~Def...o ~ n;).J Dollars &
S.P . µo Cents Per C.Y. $ z,o~ $ {,3 oa,.oo
I
300 23 250 TON Pavement-HMAC Level Up-Insta ll @
340 OIJE I-JvµDQ..£1) ~ Foe.TY Dollars &
S.P. N o Cents Per TON $ 140~ $ 3S,OOO.co
S.P. 24 40,250 L.F. Pavement-2 Inch to O Inch Wed ge
Milling De pth 5.0 Ft Wide -Install @
OtvE Dollars &
N a C ents P er L.F. $ ~ $ 4 D 2So,Qo
I
P-4
SPEC PAY APPROX. DESCRIPTION OF ITEM WITH BID UNIT TOTAL
ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT
BID
S.P. 25 46EA. Pavement-Butt Joint-Milled -Install @
!UJO \-l<.l"'D(2.0) ~ Flt=TY Dollars &
lvo Cents Per EA. $ '250 ~ $ ( l Soo .ao
)
S.P. 26 33,800 S.Y. Pavement-2 Inch Surface Milling -
Install @
Of.,/e Dollars & $ $
Tel,) Cents Per S.Y. {~ 31 /Bo .ex,
I
S.P. 27 43,400 L.F. Pavement-Crack Sealing -Install
(of existing pavement)@
t,..JO Dollars &
5 1XT'f Cents Per L.F. $ 0 le,~ $ Zb,040.<X>
300 28 58,200 S.Y. Pavment-2 Inch-Surface Course-Type D
310 Mix (Performance grade PG 76 -22) -
340
Install@
NfrJE; Dollars &
S.P. fvltJ~-i..)1t,.r€ Cents Per S.Y. $ °' "!1 $ S81,4 18.00
300 29 57,000 S.Y . Pavment-2 Inch-Surface Course-Type D
310 Mix (Performance grade PG 64-22) -
340
Install @
E\(,i 1.1, Dollars &
S.P. S D(t"f -Fo v t2.. Cents Per S.Y. $ 8&.1 $ 4'12,48o eo
S.P. 30 lEA. Speed Cushion-HMAC Std. Speed
Cushion w/stripping-24 Ft. and 28 Ft.
Wide Street -Install @
"1 /t...J~ HvtJDef3D Dollars &
,-Jo Cents Per EA. $ \qw = $ I C\OO.ao
S.P . 31 lEA. Speed Cushion-HMAC Std. Speed
Cushion w/stripping-36 Ft. and 40 Ft.
Wide Street -Install @
TW i tJT'f ·\;1 C.. U 'T \.I U Ut.)(l.\?D Dollars &
Cents Per EA.
$ $
t--Jo, '"2. eoa Cl;! 1,&:n.ao I
P-5
SPEC PAY APPROX. DESCRIPTION OF ITEM WITH BID UNIT TOTAL
ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT
BID
406 32 60EA. Valve Box-Adjustment@
450 Three-Hundred Dollars &
S.P. No Cents Per EA. $ 300.00 $ 18,000.00
S.P. 33 3EA. Meter Box -Adjustment @
Thirtv-Five Dollars &
No Cents Per EA. $ 35.00 $ 105.00
406 34 SOEA. Manhole -Adjustment@
450 Four-Hundred Dollars &
S.P. No Cents Per EA. $ 400.00 $ 20,000.00
S.P. 35 SEA. Mobilization -Services @
Five Hundred Dollars & $ 500.00 $ 2,500.00
No Cents Per EA.
TOTAL BID $ \ &o,038. ao
P-6
M/WBE REQUIRED DOCUMENTATION RECEIPT
Official Date:
Bid Date:
Project Name:
Project Manager:
Forms Submitted By
Name:
Compa n y:
Received By:
Transportation & Public Works
9 I ;?o t_n_1_ Official Time:
_!LJ j__j_/ D 7
/rf /v/ A-c-S...i n{qc_~ Ov-2_.r/°7 { .;)cc::,7 -'T )
P.1'c..,l /Jusr-a.((c;_h
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 one
hundred seventy (170) 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 ---------------------------
Do II a rs ($ 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: ~, 11 -0 7
P-7
Respectfully submitted,
PEACHTREE CONSTRUCTION, LTD.
Co~pan) ¥,me c
By. \)1e--:i L
Signature
J. BARRY CLARK
Printed Name of Principal
Address : 5801 PAR:K VISTA CIR. KELLER , TX 76248
E-mail Address: jbelark@peachtceecon.com
Telephone: 1117 7<f1 4658
'i~·oRT "WORTH 09-20-07 Po2: 50 1 N ,..
· ...., • 9• .,.... City of Fort Worth
;-: .
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the t.otal dollar value of the contr~ct is $25,000 or more, the .M/WBE goalis applicable ;
. If the id~i ·c1ai 1ar value of th~ corifracfi~ l~slthan $25;00(), the M/WBE :goal is not app·li~~bl r ..••
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid .
M/WBE PROJECT GOALS
The City's M/WBE goal on this project is :2. y" % of the total bid (Base bid applies to Parks and Community Services) .
. COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following:
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department, within the following times allocated, in order
for the entire bid to be considered res onsive to the specifications.
1 '. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid
met or exceeded: opening date, exclusive of the bid opening date.
2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form , if participation is less than opening date, exclusive of the bid opening date.
stated Qoal :
3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date.
4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid
. perform all subcontracting/supplier work: opening date , exclusive of the bid opening date.
5. Joint Venture Form, if utilize a joint ventu re received by 5:00 p.m ., five (5) City business days after the bid
to met or exceed goal. opening date, exclusive of the bid opening date.
FAiLURETO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT.IN THE BID BEING CONSiDEREO ' •... ·· ., . . . · .. ·.· .· NON~RESPONSiVi:'To SPECIFICATIONS ' ' .· ·.•. . :. > ,, <<<.
Any questions, please contact the M/WBE Office at (817) 392-6104.
R.ev. 11/1/05
City of Fort Worth
ATIACHMENT 1A
Page t -lof 4
09-20-07 P02 : 51 IN
Subcontractors/Suppliers Utilization Form
PRIME COMPANY NAME:
PEACHTREE CONSTRUCTION, LTD .
PROJECT NAME:
\..\M t.C:.. SU~F"-Ce OVE¥!.L Y ( 'Zoo, -4 )
City's M/WBE Project Goal: Prime's M/WBE Project Utilization:
24 % 24.03 %
Check applicable block to describe prime
M/W/DBE NON-M/W/DBE
BID DATE
SE"Pr. 13 200, •
PROJECT NUMBER
CZ 3-54 12co-20'i(l2a:,14&8
Identify all subcontractors/suppliers you will use on this project
.\ Failure to complete this form, in its entirety v.,ith reque~ted documentation, and received by the Managing
· Department on or before 5:00 p.111. 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 rnisreprese11tation of fc39tsjs grounds for consider~tio1::i of disqualification and will result in the
bid being considered non-respOni:;ive fo bid specifications .·.. . . .. . . . . . .. . . .
1 M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to
its supplier is considered 2nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA}, or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business
Enterprise (DBE} is synonymous with Minority/Women Business Enterprise (M/WBE}.
If hauling services ar~ 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 ano.ther M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The
M/WBE may leas~ 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 aQreement.
09 -20 -07 P02:51 IN ATIACHMEl'il!.T 1A
Page~of4
Primes are required to Identify ALL subcontractors/suppliers, regard less of status; i.e., Minority, Women and non-M/WBEs.
SUBCONTRACTOR/SUPPLIER
Company Name
Address
Telephone/Fax
.. £~<.;LC. AGC;eE.~~'1"'E" Tl2A"1'!./
'44o\ tv , II,:! ~t;,Sv!T'E. 11?>
~tJ..,-,( ,..,'2..01
I
· q40) 383 -afl(..
"J4a) 363-Cb"\1 Ft>,..)(
6'2EN O A. f ~ I CE. T'1. uo'. IM;
1S'2.. W . i"'\A 1t,J ST.
: AZ.Le 11)(. 1 (£, 2..o
. [8,1) 44~~ 06.S~
. (en) 444. 2b3'i n.'I<'
1Ex:.-0P COI\J ~r.. L .P.
I
().a. Box 421
!2oA ,va,~8 ;TX 762b2-
l'i4o) b4B-14c;;f;
q4o) (A 8-14 S1 Ff.. x
A.~M--TE:~s
(). 0 . P..,o'l( ,Z.2~ O!l 8
p)..L l.fl S., TX 1S2Z'2..
( tjT2.) 248-24'i2.
("112 ) 2.4 8-D4 2·2.
. k. L tJTZ. C Ot->6.T(!..Vcn 0/J
P.o . ()DX I cc t'-3
F,. \.A.J061-1).' , TX -, LI es
ci,1) c; z\-o·no
Sl1\6iL..t i \JIV~, If-IL
P+ A,o '1 'i '3 ~o
S1'~ I tJA v,./ > T)( ·7 611'1
lei,) e41, .2c,sc.,,
(E,1 1) !3 4, , Z o"l 8 ~
Please list M/WBE firms first, use additional sheets if necessary.
N
0 Certificat ion
(check one)
Ti--~~~---1 n N T
I C X M ~ : : ·~ g t :,.
2
E E C T E
A
//
./
Detail
Subcontracting Work
C.Ot-JC...Q.f:. Th
(2.E-,;n,Q. ~notJ
ITT:l-1 s
N (__V £ e. \ "2..A T) IJ 1--'
i sn&11...12Jrno 'iv
o ~ o ,tn 1--At
f'~ v Et'\ E).J"f'
Detail
Supplies Purchased
\-\,\VL '2.A 'W
,..G..C.. a.£' Gt .... ~
f:"'2.0K a.u,-e.e. '-<
A. ('Ac.,~ COL.-.D
f''2,t,...ts AS(>l-4Aui-
p L.." "-7i""
HA.VL M1t...U;-J)
H~I\L TO
t>V \-'I "$ ,-re.
5VPPL'i \\MAG
M l\ il?t'2.. I A Ls.
Dollar Amount
~ 2~oco.oo I
~ (_Wf)\L 8(.Q...vr.E?,
f,..M.CVU"i PA.IO"Tll
6/2.~ ('Q..1 <:E.
\.)~ I~ S'H ow.A.}
A6ov£)
i 51,, 03c; .0:, :II
* CT11TllL (::){C UJ,
AMQUIJT f'At::) ,0
8\61...£ ·r,ZAf.f.>PG £IT
SilDW,-.1 A <!'il\{:.) .
¥(~1.,.~a,v0c'.S
I\MCIJ.wT f'~H)l1:>
CUM oiv:s T',ZU(;~; ~
51-tt JoJ .; I'-' 1-k. •c'T
j) ~l.t:.)
\l q l.:."1S.oo ,Jt.
l
SPECIAL PROVISIONS
FOR: H.M.A.C. SURFACE OVERLAY (2007-4)
ATV ARIOUS LOCATIONS
CITY PROEJCT NO. 00746
TPW PROJECT NO. C293-541200-209620074683
1. SCOPE OF WORK:
The work covered by these details and specifications consists of the removal (only) of all
existing traffic buttons, removal and replacement of existing concrete curb and gutter and
driveways and existing base repair and the addition of a new surface layer of H.M.A.C. for
those streets designated as Mill Overlay (MOL). For those streets designated as Pulverized
Overlay (POL), the work consists of the same removal and replacement items as described
above, surface & base rehabilitation of existing pavement with cement and the addition of a
new surface layer of H.M.A.C. These items are described in the Special Provisions of these
specifications. The work also consists of all other miscellaneous . items of construction to be
performed as outlined in the details and specifications which are necessary to satisfactorily
complete the work.
The Contractor shall mobilize within ten (10) calendar days of the notice given by the
Construction Engineer for any locations. If the contractor fails to begin the work within ten
(10) calendar days, a $200 dollars liquidated damage will be assessed per Block per day.
It shall be the responsibility of the prospective bidder to visit the project sites and make
such examinations and explorations as may be necessary to determine all conditions that
may affect construction of this project. Particular attention should be given to methods of
providing ingress and egress to adjacent private and public properties, procedures for
protecting existing improvements and disposition of all materials to be removed. Proper
consideration should be given to these details during preparation of the Proposal and all
unusual conditions that may give rise to later contingencies should be brought to the
attention of the City prior to the submission of the Proposal. The contractor shall verify
these locations with the Construction Engineer.
For street locations see list at the back of this document. At the sole discretion of the City,
the City reserves the right to add, delete or substitute streets in this contract. The City also
reserves the right to increase or decrease quantities of individual pay items within the
contract provided that the total contract amount remains within plus or minus (±) 25% of
the contract award. The contractor is not entitled to any additional compensation or
renegotiation of individual pay item bid prices.
SP-1
All short turnouts that intersect with a street to be repaired shall be included in this contract,
even though they may not be listed with the street locations at the back of this document due to
their size. The contractor shall verify these locations with the Construction Engineer prior to
construction. The construction of these turnouts includes; but, is not limited to, milling,
cleaning, tack coating, overlaying and facility adjusting.
Total quantities given in the bid proposal may not reflect actual quantities, but represent the
.best estimate based on a reasonable effort of investigation; however, they are given for the
purpose of bidding on and awarding the contract.
2. AW ARD OF CONTRACT:
Contract will be awarded to the lowest responsible bidder.
3. SUBMITTALS FOR CONTRACT AW ARD:
The City reserves the right to require contractor who is the apparent low bidder(s) for a
project to submit such information as the City, in sole discretion may require, including but
not limited to manpower and equipment records, information about key personnel to be
assigned to the project, and construction schedule, to assist the City in evaluating and
assessing the ability of the apparent low bidder(s) to deliver a quality product and
successfully complete projects for the amount bid within the stipulated time frame. Based
upon the City's assessment of the submitted information, a recommendation regarding the
award of a contract will be made to the City Council. Failure to submit the information if
requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected
contractors will be notified in writing of a recommendation to the City Council.
4. CONTRACT TIME:
The Contractor agrees to complete the Contract within the allotted number of days. If the
Contractor fails to complete the work within the number of days specified, liquidated damages
shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of
the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth,
Texas.
The contract time will be counted from the date set at the pre-construction conference and will
continue until a time the inspector determines the project is ready for a final inspection. At
that time a final inspection will be scheduled. If in the opinion of the inspector the project has
SP-2
FoiuWoRTH 09-20-07 P02 :51 IN ATTACHMEN J;. 1A
Page 4 of 4
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers $ "4.41, 04(?. a?
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ ,,8 \4~.ao
I
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 1,22s, (q o#a o
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Ch.ang~/Addi(ipn ... Any. unjqstified change or .del~tion shall be a material breach of
contract andmay resultin d~barment in ;ac:Gord with the procedures outlined in the ordinance . The contractor
shall submit a detqiled explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not subrpitted, it will affect the final compliance determination .
By affixing a signature to this form, the Offerer further agrees to provide , directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including
M/W/DBE(s) arrangements submitted · with the bid. The Offerer 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 emp loyee 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 Offerer and barred from participating in
City work for a period of time not less than one (1) year.
J. BARRY Cl.ARK
Printed Signature
PRESIDENT
Title Contact Name/Title {If different)
PEACHTREE CONSTRUCTION, LTD. 817-7 4'1-4658
Company Name Telephone and/or Fax
5801 PARK VISTA CI R: jbclark@R@achtreecon.com
Address E-mail Ad
KELLER, TX 76248 4-l tt-0-,
City/State/Zip Date
not been made ready, the final inspection will be cancelled and time will continue to be
counted. A five working day period is required for the rescheduling of a final inspection.
The Contractor also agrees to complete the final punch list within ten (10) days after receiving
it. If the Contractor fails to complete the work within ten (10) days, the counting of the
number of days to complete the Contract will resume and liquidated damages shall be
charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the
Standard Specification for Street and Storm Drain Construction of the City of Fort Worth,
Texas.
5. EARLY WARNING SYSTEM FOR CONSTRUCTION:
Time is of the essence in the completion of this contract. In order to insure that the
contractor is responsive when notified of unsatisfactory performance and/or of failure to
maintain the contract schedule, the following process shall be applicable:
The work progress on all construction projects will be closely monitored. On a bi-monthly
basis the percentage of work completed will be compared to the percentage of time charged
to the contract. If the amount of work performed by the contractor is less than the
percentage of time allowed by 20% or more (example: 10% of the work completed in 30%
of the stated contract time as may be amended by change order), the following proactive
measures will be taken:
A. A letter will be mailed to the contractor by certified mail, return receipt
requested demanding that, within 10 days from the date that the letter is
received, it provide sufficient equipment, materials and labor to ensure
completion of the work within the contract time. In the event the
contractor receives such a letter, the contractor shall provide to the City an
updated schedule showing how the project will be completed within the
contract time.
B. The Construction Engineer and the Director of the Transportation and
Public Works Department will be made aware of the situation. If necessary,
the City Manager's Office and the appropriate city council members may
also be informed .
C. Any notice that may, in the City's sole discretion, be required to be
provided to interested individuals will distributed by the Construction
Engineer.
SP-3
D. Upon receipt of the contractor's response, the appropriate City
departments and directors will be notified. The Construction Engineer will,
if necessary, then forward updated notices to the interested individuals.
E. If the contractor fails to provide an acceptable schedule or fails to perform
satisfactorily a second time prior to the completion of the contract, the
bonding company will be notified appropriately.
6. RIGHT TO ABANDON:
The City reserves the right to abandon, without obligation to the Contractor, any part of the
project, or the entire project, at any time before the Contractor begins any construction work
authorized by the City.
7. CONSTRUCTION SPECIFICATIONS:
This contract and project are governed by the two following published specifications, except as
modified by these Special Provisions:
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-
CITY OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION-NORTH CENTRAL TEXAS. General Provisions shall be those of the Fort
Worth document rather than Division 1 of the North Central Texas document.
A copy of these specifications may be purchased at the Office of the Transportation and Public
Works Department, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth,
Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the
pay item in the Proposal. If not shown, then applicable published specifications in any of these
documents may be followed at the discretion of the Contractor.
8. CONTRACT DOCUMENTS:
Bidders shall not separate, detach or remove any portion, segment or sheets from the contract
documents at any time. Failure to bid or fully execute contract without retaining contract
documents intact may be grounds for designating bids as "non-responsive" and rejecting bids
or voiding contract as appropriate and as determined by the Director of the Transportation and
Public Works Department.
SP-4
9. MAINTENANCE STATEMENT:
The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship, or both, for a period of two (2) years from date of final acceptance of this project
by the City of Fort Worth and will be required to replace at his expense any part or all of the
project which becomes defective due to these causes. See Special Instructions to Bidders Item
No. 14 for further requirements.
10. TRAFFIC CONTROL:
The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part
of the "Street Use Permit" a traffic control plan is required. The Contractor shall be
responsible for providing traffic control during the construction of this project consistent with
the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control
Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform
Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues,
pertinent sections being Section Nos. 27, 29, 30 and 31.
A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic
Engineer @817-392-8712 at least 10 working days prior to the preconstruction conference.
Although work will not begin until the traffic control panel has been reviewed, the
Contractor's time will begin in accordance with the time frame established in the Notice to
the Contractor.
The Contractor will not remove any regulatory sign, instructional sign, street name sign, or
other sign which has been erected by the City. If it is determined that a sign must be removed
to permit required construction, the Contractor shall contact the Transportation and Public
Works Department, Signs and Markings Division (phone number 871-7738), to remove the
sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a
temporary sign meeting the requirements of the above referenced manual and such temporary
sign must be installed prior to the removal of the permanent sign. If the temporary sign is not
installed correctly or if it does not meet the required specifications, the permanent sign shall be
left in place until the temporary sign requirements are met. When construction work is
completed to the extent that the permanent sign can be re-installed, the Contractor shall again
contact the Signs and Markings Division to re-install the permanent sign and shall leave his
temporary sign in place until such re-installation is completed.
SP-5
The Contractor shall limit his work within one continuous lane of traffic at a time to minimize
interruption to the flow of traffic upon the approval of the City Engineer.
Work shall not be performed on certain locations/streets (primarily arterials) during "peak
traffic periods (7 a.m. to 9 a.m. and to 4 p.m. to 5 p.m.)"; or, as determined by the City Traffic
Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic
Control Handbook for Construction and Maintenance Work Areas." See "Street By Street
Quantity Determination Spread Sheet", in the back of this document, for designated locations.
On downtown streets, the Contractor may work during the day between 9:00 A.M. until 4:00
P.M. and/or at night, Monday thru Friday, between 6:00 P.M. to 6:00 A.M. and/or Saturday
except for conflicting scheduled events
The contractor will be responsible for coordination, of proposed construction activities, with
public or private school administration. The proposed construction activities shall
accommodate school operating schedules, including school bus/parent drop off and pick up
periods. The contractor shall provide proper traffic and pedestrian control to ensure safety at
all times. Construction areas shall be properly barricaded/fenced to prevent public entry.
11. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION:
Prior to beginning construction on any street in this contract, the contractor shall, prepare
and deliver a notice/flyer of the pending construction to the front door of each residence or
business that will be impacted by construction.
The notice/flyer shall be posted three (3) days prior to beginning construction activity along
each street. The flyer shall be prepared on the Contractor's letterhead and shall include the
following:
o Project name/Contract name
o Project number
o Expected dates of construction
o Contractors and project inspector's contact information
A sample notice/flyer is included in the contract documents. The Electronic version of the
notice/flyer can be obtained from the Office of the Transportation and Public Works
Department Construction.
It will be the contractor's responsibility to create and distribute a follow-up notice/flyer
informing residents if for any reason work should stop on a project for more than twenty-
SP-6
one (21) calendar days after construction begins. The flyer should also include the
anticipated date of when the work will begin again. It will be the contractor's responsibility
to re-distribute a three (3) day notification/flyer prior to beginning the construction activity.
In addition, all copies of the notice/flyer shall be delivered to the City inspector for his
review prior to distribution. The contractor will not be allowed to begin construction on any
street until the flyer is delivered to all residents of the street.
All work involved with the notice/flyer shall be considered subsidiary to the contract price
and !!.Q additional compensation shall be made.
12. PAYMENT:
The Contractor will receive bi-weekly payment (minus 5% retainage) from the City for all
work for each pay period. Payment of the remaining amount shall be made with the final
payment, and upon acceptance of the project. See Special Instructions to Bidders Item No. 14
for further requirements.
13. DELAYS:
The Contractor shall receive no compensation for delays or hindrances to the work, except
when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to
provide information or material, if any, which is to be furnished by the City. When such extra
compensation is claimed a written statement thereof shall be presented by the Contractor to
the Engineer and if by him found correct shall be approved and 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:
SP-7
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. 1 ".
15. DISPOSAL OF SPOIL/FILL MATERIAL:
Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the
Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator
(" Administrator"), of the location of all sites where the contractor intends to dispose of such
material. Contractor shall not dispose of such material until the proposed sites have been
determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the
City of Fort Worth (Ordinance No. 10056) and a flood plain permit issued . All disposal sites
must be approved by the Administrator to ensure the filling is not occurring within a flood
plain without a permit. A flood plain permit can be issued upon approval of necessary
engineering studies. No fill permit is required if disposal sites are not in a flood plain.
Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the
Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit
authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit,
including any necessary engineering studies, shall be at Contractor's expense. In the event that
the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the
Administrator approving the disposal site, upon notification by the Director of the Department
of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose of
such materials in accordance with the Ordinance of the City and this section.
No temporary storage of material, rubble, equipment or vehicles within parkway is allowed.
Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the
satisfaction of City Engineer.
16. ZONING REQUIREMENTS:
SP-8
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 updated and resubmitted at the end of every
estimating period. All costs involved with producing and maintaining the project schedule
shall be considered subsidiary to this contract.
19. SAFETY RESTRICTIONS -WORK NEAR IDGH VOLTAGE LINES:
The following procedures will be followed regarding the subject item on this contract:
(1) A warning sign not less than five inches by seven inches, painted yellow with black
letters that are legible at twelve feet shall be placed inside and outside vehicles such
as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or
similar apparatus. The warning sign shall read as follows:
"WARNING --UNLAWFUL TO OPERATE TIDS EQUIPMENT WITHIN SIX
FEET OF IDGH VOLTAGE LINES."
(2) Equipment that may be operated within ten feet of high voltage lines shall have an
insulating cage-type of guard about the boom or arm, except back hoes or dippers, and
insulator links on the lift hood connections.
(3) When necessary to work within six feet of high voltage electric lines, notification shall
be given the power company (TXU Electric Delivery) which will erect temporary
SP-9
mechanical barriers, de-energize the line, or raise or lower the line. The work done by
the power company shall not be at the expense of the City of Fort Worth. The notifying
department shall maintain an accurate log of all such calls to TXU Electric Delivery
and shall record action taken in each case.
(4) The Contractor is required to make arrangements with the TXU Electric Delivery for
the temporary relocation or raising of high voltage lines at the Contractor's sole cost
and expense.
(5) No person shall work within six feet of a high voltage line without protection having
been taken as outlined in Paragraph (3).
20. RIGHT TO AUDIT:
Contractor agrees that City shall, until the expiration of three (3) years after final payment
under this contract is made by City, have access to and the right to examine and photocopy
any directly pertinent books, documents, papers and records of Contractor involving
transactions relating to this contract. Contractor agrees that City shall have access during
normal working hours to all necessary Contractor facilities and shall be provided adequate
and appropriate workspace in order to conduct audits in compliance with the provisions of
this section.
Contractor further agrees to include in all its subcontracts hereunder a provision to the
effect that the subcontractor agrees that City shall, until the expiration of three (3) years
after final payment under the subcontract, have access to and the right to examine any
directly pertinent books, documents, papers and shall be provided adequate and appropriate
work space, in order to conduct audits in compliance with the provisions of this article
together with Article VI. City shall give the subcontractor reasonable advance notice of
intended audits.
Contractor and subcontractor agree to photocopy such documents as may be requested by
City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the
rates as contained in the Texas Administrative Code at the time payment is made.
21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS:
Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their
personnel at the project site for Contractor's sole negligence. In addition, Contractor
SP-10
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, wltetlter or not any suclt btjury,
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, wltetlter or not any suclt
injury or damage is caused in whole or in part by tlte negligence or alleged negligence of City,
its officers, servants or employees.
In the event City receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to City satisfactory evidence that the claim has been settled and/or a
release from the claimant involved, or (b) provides City with a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth
public work from a Contractor against whom a claim for damages is outstanding as a result
of work performed under a City Contract.
22. SUBSTITUTIONS:
The specifications for materials set out the minimum standard of quality that the City
believes necessary to procure a satisfactory project. No substitutions will be permitted until
the Contractor has received written permission of the Engineer to make a substitution for the
material that has been specified. Where the term "or equal", or "or approved equal" is used,
it is understood that if a material, product, or piece of equipment bearing the name so used is
furnished, it will be approvable, as the particular trade name was used for the purpose of
establishing a standard of quality acceptable to the City. If a product of any other name is
proposed substitutes is procured by the Contractor. Where the term "or equal", or
"approved equal" is not used in the specifications, this does not necessarily exclude
alternative items or material or equipment which may accomplish the intended purpose.
However, the Contractor shall have the full responsibility of providing that the proposed
substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the
sole judge of the acceptability of substitutions. The provisions of the sub-section as related to
"substitutions" shall be applicable to all sections of these specifications.
SP-11
23. WATER FOR CONSTRUCTION:
Water for construction will be furnished by the Contractor, at his own expense.
24. SANITARY FACILITIES FOR WORKERS:
The Contractor shall provide all necessary conveniences for the use of workers at the project
site. Specific attention is directed to this equipment.
25. MATERIAL STORAGE:
Material shall not be stored on private property unless the Contractor has obtained written
permission from the property Owner. A copy of the written permit shall be provided to the
assigned inspector prior to utilization of the property.
26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS:
The Contractor shall take adequate measures to protect all existing structures,
improvements and utilities, which may be encountered.
27. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC:
The Contractor's particular attention is directed to the requirements of Item 7, "Legal
Relations and Responsibilities to the Public" of the "Standard Specifications for Street and
Storm Drain Construction".
28. CONSTRUCTION
The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its
employees and all contractors and their sub-contractors must comply with this program as a
condition of the contract. All active sewer manholes, regardless of depth, are defined, as
"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
SP-12
items involving work in confined spaces (e.g. vacuum testing, cleaning, televising, construction,
etc.).
NON-PAY ITEM No. 1 -SPRINKLING FOR DUST CONTROL:
All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust
Control" shall apply. However, no direct payment will be made for this item and it shall be
considered incidental to this contract.
NON-PAY ITEM NO . 2 -REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY LANE TAPE:
The Contractor shall be responsible for the documentation of all street markings prior to the
removal and disposal of the pavement markings.
All traffic buttons shall be removed from the existing asphalt surface before resurfacing
begins. The contractor shall be responsible for the removal and disposal of all buttons and
markings. Upon completion of the job the City will install · new buttons after proper
notification.
The contractor shall also be responsible for all materials, equipment and labor to place
temporary adhesive lane marking tape to control and direct traffic in the same way as they
were prior to start of construction. Any corrective action required on the temporary lane
markings shall be the total responsibility of the Contractor and at no extra cost to the City.
The contractor shall notify the Construction Engineer and T/PW Traffic Services to arrange
for the replacement of the buttons and adhesive lane markers (arrows, etc.). All costs to the
contractor shall be figured as subsidiary to this contract.
NON-PAY ITEM No. 3 -LOCATION AND EXPOSURE OF MANHOLES AND WATER
VALVES:
The contractor shall be responsible for locating and marking previously exposed manholes
water valves and any other utility cover in each street of this contract before the resurfacing
process commences for a particular street. The method used to document locations shall be
one in which the covers can be found exactly the first time. Proof of documentation must be
provided to the assigned inspector prior to start of any overlay process.
The contractor shall attempt to include the Construction Engineer or his designee (if
available) in the observation and marking activity. In any event, a street shall be
SP-13
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
SBC -Telep/tone
TXU Electric Delivery:
Downtown
Otlter titan Downtown
Atmos Energy (Gas)
CFW -Street Ligltt Signal
Sings & Markings
CFW -Storm Drain
CFW-Water
-Sewer
Telep/tone Number
817-338-6202
214-384-3732 Cell
817-215-6424
817-215-6688
817-215-4306
817-797-0017
817-392-7974
818-980-0524 (Cell)
817-932-2535
817-475-2338 (Cell)
817-392-8101
817-991-9537 (Cell)
817-392-5196
817-212-2699
817-925-2360 ( Cell)
817-212-2699
817-944-8399 (Cell)
Contact Person
Mr. Gary Tillory
Mr. Scott King
Mr. Robert Martinex
Mr. Roger Oliver
Mr. Steve Mena
Mr. Ronnie Varnell
Mr. Monte Wilson
Mr. Marion Googspeed
Mr. Rodney Smitltey
Mr. Roger Hauser
Mr. Rick Davis
Of course, under the terms of this contract, the contractor shall complete adjustment of the
storm drain and Water Department facilities, one traffic lane at a time within five (5) working
days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities.
SP-14
Any deviation from the above procedure and allotted working days may result in the shut
down of the resurfacing operation.
The contractor shall be responsible for all materials, equipment and labor to perform a most
accurate job and all costs to the contractor shall be figured subsidiary to this contract.
NON-PAY ITEM NO. 4 -PROTECTION OF TREES, PLANTS, SOIL, ETC.:
All property along and adjacent to the Contractor,s operations including lawns, yards,
irrigation systems, shrubs, trees, etc. shall be preserved or restored after completion of the
work to a condition equal or better than existed prior to start of work.
By ordinance, the contractor must obtain a permit from the City Forester before any work
(trimming, removal or root pruning) can be done on trees or shrubs growing on public
property including street rights-of-way and designated alleys. This permit can be obtained
by calling the Forestry Office at (817) 871-5738. All tree work shall be in compliance with
pruning standards for Class II Pruning as described by the National Arborist Association.
A copy of these standards can be provided by calling the above number. Any damage to
public trees due to negligence by the Contractor shall be assessed using the current formula
for Shade Tree Evaluation as defined by the International Society of Arboriculture.
Payment for negligent damage to public trees shall be made to the City of Fort Worth and
may be withheld from funds due to the Contractor by the City.
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees
shall be immediately sealed using a commercial pruning paint. This is the only instance
when pruning paint is recommended.
NON-PAY ITEM NO. 5 -PROJECT CLEAN-UP:
During the construction of this project, all parkways that are excavated shall be shaped,
including bar ditches, and backfilled at the same time the roadway is excavated. Excess
excavation will be disposed of at locations approved by the Engineer.
The Contractor shall be aware that keeping the project site in a neat and orderly condition
is considered an integral part of the contracted work and as such shall be considered
subsidiary to the appropriate bid items. Clean up work shall be done as directed by the
Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is
necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be
limited to:
• Sweeping the street clean of dirt or debris
SP-15
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of residents' property
If it has been determined that the jobsite has not been kept in an orderly condition, the next
estimate payment (and all subsequent payments until completed) of the appropriate bid
item(s) will be reduced by 25%.
The Contractor shall make a final cleanup of each street as soon as the paving and curb and
gutter has been constructed. No more than seven days shall elapse after completion of
construction before the roadway and right-of-way is cleaned and restored.
Failure to do so will be cause to stop the contractor from starting work on other streets.
Project time will not be suspended and a $200 charge per day will be made as liquidation
damages.
The Contractor shall make a final cleanup of all parts streets before acceptance of the
project is made. This clean.up shall include removal of all objectionable rocks, pieces of
asphalt or concrete and other construction materials, and in general preparing the site of
the work in an orderly manner and appearance.
NON-PAY ITEM NO. 6 -CRACK SEALING:
All cracks that develop after completion of the street resurfacing and until the end of the 2-
year warranty period shall be crack sealed with Rubber Asphalt Crack Sealer, as per the
latest edition of the TxDOT Specifications for Construction and Maintenance of Highways,
Streets, and Bridges, Item 300, "Asphalts, Oils, and Emulsions".
The contractor shall be responsible for all materials, equipment and labor to perform a most
accurate job and all costs to the contractor shall be figured subsidiary to this contract.
NON-PAY ITEM NO. 7 -STORM DRAIN INLET PROTECTION:
All pulverization and overlay streets with storm drain inlets shall use inlet protection for
sediment control, in accordance with the Standard Specifications for Public Works
Construction-North Central Texas.
The contractor shall be responsible for all materials, equipment and labor to perform a most
accurate job and all costs to the contractor shall be figured subsidiary to this contract.
SP-16
NON-PAY ITEM NO. 8 -NO PAVING WORK ON SOLID WASTE WEEKLY PICK-UP
DAY
In order to eliminate potential rutting of the pavement from solid waste trucks while paving
operations are underway, the contractor shall schedule construction on all the identified
project streets such that !!Q paving activities are scheduled on the weekly solid waste pick-up
day for each street. The solid waste weekly pick-up day for each project street is identified
on the "STREET BY STREET PAVING QUANTITY DETERMINATION
SPREADSHEET" located at the end of the contract documents.
On the spreadsheet, the solid waste weekly pick-up is listed as the day of the week, see
"Garbage, Recycling, Yard Trimmings & Brush Weekly Pickup". No paving activities shall be
scheduled on this day. The Contractor will be allowed to construct concrete flatwork on
solid waste weekly pick-up day.
Also on the spreadsheet, the solid waste monthly pick-up is listed as the week of the month,
see "Monthly Pickup of Bulky Items". During this week, the day of pick up varies from
Monday to Saturday afternoon. The Contractor will be allowed to pave the week of the
solid waste monthly pickup.
The Contractor, however, will be responsible for any coordination with the City
Environmental 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. This
estimate sheet will be provided to the contractor. The Contractor is requested to agree by
signing the estimate and returning with in a 10 working day period. If the Contractor is
not in agreement then the Contractor is required to, within a 5 working day period,
SP-17
arrange a field trip with the assigned inspector to show proof of the difference. Failure of
the Contractor to do this within the allowed time frame, a $100 dollar liquidated damage
will be assessed per day until compliance has been made.
PAY ITEM NO. 1 Sign-Project Designation -Install:
The contractor shall construct and install two (2) Project Designation Signs and it will be
the responsibility of the contractor to maintain the signs in a presentable condition at all
times on each project under construction. Maintenance will include painting and repairs
as directed by the Engineer.
It will be the responsibility of the Contractor to have the individual project signs lettered
and painted in accordance with the enclosed detail. The quality of the paint, painting and
lettering on the signs shall be approved by the Engineer. The height and arrangement of
the lettering shall be in accordance with the enclosed detail. The sign shall be constructed
of Y.i inch fir plywood, grade A-C (exterior) or better. These signs shall be installed on
barricades or as directed by the Engineer and in place at the project site upon
commencement of construction.
The work, which includes the painting of the signs, installing and removing the signs,
furnishing the materials, supports and connections to the support and maintenance shall be
to the satisfaction of the Engineer.
The unit price bid per each will be full payment for materials including all labor,
equipment, tools and incidentals necessary to complete the work.
PAY ITEM NO. 2 Utility Adjustment -Repair:
This item is included for the basic purpose of establishing a contract price which will be
comparable to the final cost of making necessary adjustments required due to street
improvements to water, sanitary sewer, and natural gas service lines and appurtenances where
such service lines and appurtenances are the property owner's responsibility to maintain. An
arbitrary figure has been placed in the Proposal; however, this does not guarantee any
payment for utility adjustments, neither does it confine utility adjustments to the amount
shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a
licensed plumber to make the utility adjustments determined necessary by the Engineer. No
payment will be made for utility adjustments except those adjustments determined necessary
by the Engineer. Should the Contractor damage service lines due to his negligence, where such
SP-18
lines would not have required adjustment or repair otherwise, the lines shall be repaired and
adjusted by the Contractor at the Contractor's expense.
The payment to the Contractor for utility adjustments shall be the actual cost of the
adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the
Contractor in handling the utility adjustments.
PAY ITEM NO. 3 Curb & Gutter -Replace (in sections as directed by inspector):
These provisions require the contractor to remove all failed existing curb and gutter in
sections, as designated by the Construction Engineer, and replace with standard concrete curb
and gutter, laydown curb and gutter, or in like kind, as governed by the standard City
Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and
Gutter", and Drawing Nos. S-S2 through S-SSB. Pay limits for laydown curb and gutter are as
shown in Drawing No. S-SS of the Standard Specifications. Contractor shall sawcut the curb
and gutter and/or pavement prior to removal.
Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as
per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the
construction of the curb and gutter. The pay limit will be 9 inch out from the gutter lip, with
same day haul-off of the removed material to a suitable dumpsite. The street void shall be
filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of
TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets,
and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced),
and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard
densities. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and
leveled to grade behind the curb. Existing improvements within the parkway such as water
meters, sprinkler system, ·etc., if damaged during construction, shall be replaced with same or
better at no cost to the City.
Backfill for curb and gutter shall be completed within seven (7) calendar days from the day of
completion of the curb and gutter. If the contractor fails to complete the work within seven (7)
calendar days, a $100 dollar liquidated damage will be assessed per block per day.
For those streets designated as Mill Overlay on the street list in the back of this contract
document book, the wedge milling shall begin within fourteen (14) calendar days from the
completion of the curb and gutter. If the contractor fails to complete the work within fourteen
(14) calendar days, $100 dollar liquidated damage will be assessed per block per day.
SP-19
The unit price bid per linear foot shall be full compensation for all materials, labor, equipment
and incidentals necessary to complete the work.
PAY ITEM NO. 4 Curb and Gutter-7 inch w/18 Inch Gutter -Install:
These provisions require the contractor to place a new standard concrete curb and gutter,
laydown curb and gutter, or in like kind, as governed by the standard City Specifications,
Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-SSB. Pay limits
for laydown curb and gutter are as shown in Drawing No. S-SS of the Standard Specifications.
The street void, created in the removal of the failed curb and gutter as per PAY ITEM NO. 3
Curb & Gutter -Replace (in sections as directed by inspector), shall be filled in this item and
consist of H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of
TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets,
and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced),
and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard
densities.
Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to
grade behind the curb. Existing improvements within the parkway such as water meters,
sprinkler system, etc., if damaged during construction, shall be replaced with same or better at
no cost to the City.
Backfill for curb and gutter shall be completed within seven (7) calendar days from the day of
completion of the curb and gutter. If the contractor fails to complete the work within seven (7)
calendar days, $100 dollar liquidated damage will be assessed per block per day.
For those streets designated as Mill Overlay on the street list in the back of this contract
document book, the wedge milling shall begin within fourteen (14) calendar days from the
completion of the curb and gutter. If the contractor fails to complete the work within fourteen
(14) calendar days, $100 dollar liquidated damage will be assessed per block per day.
The unit price bid per linear foot shall be full compensation for all materials, labor, equipment
and incidentals necessary to complete the work.
PAY-ITEM NO. 5 Driveway-Remove (any type):
SP-20
This item shall include the removal of any type of existing concrete driveways, as designated by
the Construction Engineer, due to deterioration or in situations where curb and gutter is
replaced to adjust grades to eliminate ponding water with same day haul-off of the removed
material to a suitable dump site. For specifications governing this item, see Item No. 104
"Removing Old Concrete" and Drawing Nos. S-SS. Pay limits for laydown curb and gutter
are as shown in Drawing No. S-SS of the Standard Specifications.
Contractor shall sawcut existing driveway, curb and gutter and/or pavement prior to driveway
removal.
The unit price bid per square feet shall be full compensation for all materials, labor, equipment
and incidentals necessary to complete the removal work.
PAY-ITEMS: NO. 6 Driveway-6 inch -Install:
NO. 7 Driveway-6 inch-Install (exposed aggregate):
This item shall include the replacement of any type of existing concrete driveways, as
designated by the Construction Engineer, due to deterioration or in situations where curb and
gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the
removed material to a suitable dump site. For specifications governing this item, see Item No.
504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in
Drawing No. S-SS of the Standard Specifications.
All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds
per square inch. Exposed concrete aggregate driveway surface shall be seeded with pea
gravel.
Exposed concrete aggregate wash off water is silty, high in alkalinity and may contain
harmful chemicals; therefore, wash off water shall not be discharged into storm sewers and
drainage ditches or streams.
Temporary expansion joint board at driveway approach edge shall be used to dam off wash
water from entering street gutter. Temporary catch basin sealed with impervious
diaphragm sump shall be used to collect all wash water until off site disposal is obtained, or,
unless otherwise directed by the Engineer or his authorized representative.
The concrete driveway shall be completed within seven (7) calendar days from the day of
demolition to date of completion. If the contractor fails to complete the work within seven (7)
calendar days, a $100 dollars liquidated damages will be assessed per block per day
SP-21
The unit price bid per square feet shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the replacement work.
PAY-ITEM NO. 8 Walk-Remove (any type):
This item shall include the removal of any type of existing concrete sidewalk, due to failure or
in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with
same day haul-off of the removed material to a suitable dumpsite. For specifications governing
this item, see Item No. 104 "Removing Old Concrete".
Contractor shall sawcut existing sidewalk and/or driveway prior to sidewalk removal.
The unit price bid per square feet shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the removal work.
PAY-ITEMS: NO. 9 Walk-4 Ft-Install:
NO . 10 Walk-Exposed Aggregate -Install:
This item shall include the replacement of any type of existing concrete sidewalk, as designated
by the Construction Engineer, due to failure or in situation where curb and gutter is replaced
to adjust grades to eliminate ponding water with same day haul-off of the removed material to
a suitable dumpsite. For specifications governing this item, see Item No. 504 "Concrete
Sidewalk and Driveways".
All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds
per square inch. The exposed concrete aggregate sidewalk surface shall be seeded with pea
gravel.
Exposed concrete aggregate wash off water is silty, high in alkalinity and may contain
harmful chemicals; therefore, wash off water shall not be discharged into storm sewers and
drainage ditches or streams.
Wash water shall be prevented from entering street gutter. Temporary catch basin sealed
with impervious diaphragm sump shall be used to collect all wash water until off site
disposal is obtained, or, unless otherwise directed by the Engineer or his authorized
representative.
SP-22
The concrete sidewalk shall be completed within seven (7) calendar days from the day of
demolition to date of completion . If the contractor fails to complete the work within seven (7)
calendar days, a $100 dollars liquidated damages 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 Walk-ADA Wheelchair Ramp -Remove:
This item shall include the removal of existing standard concrete wheelchair ramps at various
locations, to be determined in field by the Construction Engineer, due to failure or in situation
where curb and gutter is replaced to adjust grades to eliminate ponding water with same day
haul-off of the removed material to a suitable dumpsite. For specifications governing this item,
see Item No. 104 "Removing Old Concrete". Contractor shall sawcut existing sidewalk, curb
and gutter and pavement prior to wheelchair ramp removal.
The removal of existing curb and gutter as required for the installation of new wheelchair
ramps shall be included in PAY ITEM NO. 3 Curb & Gutter -Replace (in sections as directed
by inspector) as determined by the Construction Engineer. Pay limits for laydown curb and
gutter are as shown in the Accessability Ramp Pay Limits detail (STR-032). The pay limit will
extend from 9 inches outside the lip of gutter to 15 inches back from the face of curb. Any
asphalt tie-in shall be subsidiary to the curb and gutter pay item.
Pay limits for "Standard Wheelchair Ramp" will start 15 inches back from the face of curb
and encompass the remainder of the ramp and sidewalk.
The unit price bid per square feet shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the removal work.
PAY-ITEM NO. 12 Walk-ADA Wheelchair Ramp -Install:
This item shall include the construction of standard concrete wheelchair ramps at various
locations to be determined in field by the Construction Engineer.
The Contractor shall construct a 4-inch standard concrete reinforced wheelchair ramp as
shown on the enclosed details, or as directed by the Engineer and in accordance with
applicable provisions of Standard Specification Item 504 "Concrete Sidewalk Driveways",
except as herein modified.
SP-23
The replacement of existing curb and gutter as required for the installation of new wheelchair
ramps shall be included in PAY ITEM NO. 3 Curb & Gutter -Replace (in sections as directed
by inspector) or PAY ITEM NO. 4 Curb and Gutter-7 inch w/18 Inch Gutter -Install, as
determined by the Construction Engineer. Pay limits for laydown curb and gutter are as
shown in the Accessability Ramp Pay Limits detail (STR-032). The pay limit will extend from 9
inches outside the lip of gutter to 15 inches back from the face of curb. Any asphalt tie-in shall
be subsidiary to the curb and gutter pay item.
Pay limits for "Standard Wheelchair Ramp" will start 15 inches back from the face of curb
and encompass the remainder of the ramp and sidewalk.
Concrete flared surfaces, as designated by the Construction Engineer, shall be colored with
LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The
color hardener shall be brick red color and dry-shake type, and shall be used in accordance
with manufactures instructions. Concrete stain may be applied after concrete is poured
(Product sold by BAER).
"Contractor shall provide a colored sample concrete panel of one foot by one foot by three
inches dimension, or other dimension approved by the Engineer, meeting the aforementioned
specification. The sample, upon approval by the Engineer, shall be the acceptable standard to
be applied for all construction covered in the scope of this pay item.
The method of application shall be by screen, sifter, sieve or other means in order to provide
for a uniform color distribution."
The wheelchair ramps shall be completed within seven (7) calendar days from the day of
demolition to date of completion. If the contractor fails to complete the work within seven (7)
calendar days, a $100 dollars liquidated damages 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 Pavement -Valley Gutter -Remove:
This item shall include the removal of existing concrete valley gutters at locations to be
determined in field by the Construction Engineer. Contractor shall sawcut existing sidewalk,
curb and gutter and/or pavement prior to valley gutter removal.
SP-24
Sawcutting and removal of existing concrete valley, asphalt pavement, concrete base, curb and
gutter, and necessary excavation to install the concrete valley gutters all shall be included in
this pay item.
All applicable provisions of City standard specifications, Item No. 104, "Removing Old
Concrete" and Item No. 106, "Unclassified Street Excavation", shall apply.
The unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials, labor, equipment, tools and incidentals necessary to complete the
removal work.
PAY ITEM NO. 14 Pavement -Valley Gutter-Install:
This item shall include the reconstruction of existing or installation of new concrete valley
gutters, at locations to be determined in field by the Construction Engineer.
All applicable provisions of City standard Drawing No. S-S6 arid 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 of3000 pounds per
square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half
shall be open to traffic. Work shall be completed on each half within three (3) calendar days.
If the contractor fails to complete the work on each half within three (3) calendar days, a $100
dollars liquidated damage will be assessed per each half of valley gutter per day.
SP-25
Measurement for final quantities of valley gutter will be by the square yard of concrete
pavement and the curb and gutter section will be included.
The unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials, labor, equipment, tools and incidentals necessary to complete the
work.
PAY ITEMS: NO. 15 Inlet -Top of 5 Ft Drainage Inlet -Replace:
NO. 16 Inlet-Top of 10 Ft Drainage Inlet-Replace:
These items shall include the removal and replacement of a 7 inch thick drainage inlet top of 5
-foot and 10' drainage inlet openings. The removal and replacement of the drainage inlet top
shall be in accordance with Standard Specification Item No. 450 "Adjusting Manholes and
Inlets", as shown in the Drawing S-S02 and as directed by the construction engineer.
The unit price per bid per each will be full compensation for all labor, equipment, material,
tools, and all incidentals necessary to complete the work.
PAY-ITEM NO. 17 Pipe-Sub Drain-6 Inch Perforated -Install :
This item shall consist of furnishing and installing 6 inch perforated subdrain and filter
material all as shown on the enclosed details, or as directed by the Engineer.
All applicable provision of standard Specifications Item 500 "SUBDRAINS" shall apply except
as herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard
dimensional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter fabric shall have the
capability of passing ground water without transporting the soil placed around the filter
fabric. The fabric shall be constructed exclusively of synthetic thermoplastic fibers and may be
either woven or non-woven to form a mat of uniform quality. Fabric fibers may be either
continuous or discontinuous and oriented in either a random or a aligned pattern throughout
the fabric. The fabric shall be mildew resistant, rot proof, shall be satisfactory for use in a wet
soil and aggregate environment, contain ultraviolet stabilizers and have non-raveling edges.
The fabric shall meet the following requirements when sampled and tested in accordance with
the methods indicated:
Test Original Physical Properties Method Requirements
SP-26
Fabric weight, on an ambient SDHPT Test Method Tex-4.0 minimum for under
temperature air-dried tension free 616-J"Testing of drains and Slope
sample, expressed in oz/sq. yd. Construction Fibers" Stabilization, 6.0
minimum for Gabions
Water flow rate by falling head Tex-616-J
method, 7.9 inches (20 cm) to 3.9
inches (10 cm) on
2 inch ID cylinder with 1
inch diameter orifice, with flow rate
expressed in
gal/sq. ft/minute.
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 CW-02215, US Army Corps 70 to 100
sieve no.) of Engineers, Civil Works
Construction Guide
Specification. "Plastic Filter
Fabric", Nov. 1977.
"Apparent elongation" at breaking ASTM Designation: D 1682 100 maximum
load in either machine or cross-grab method G as modified
machine direction, expressed as by Tex-616-J
percent.
The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations,
as indicated or as directed by the Engineer. When lapping is required, it shall be in accordance
with the manufacturer's recommendations. Backfilling around the Filter Fabric shall be done
in such a way as not to damage the Filter Fabric material during the placement.
The unit price bid per linear feet shall be full compensation for all labor, materials,
equipments, tools, and incidentals necessary to complete the work.
PAY-ITEMS: NO. 18 Pavement-8 Inch-Pulverization -Rehab.:
NO. 19 Pavement-Cement Modification-26 lbs/sy-Install:
SP-27
All applicable provisions of TxDOT's "Standard Specifications for Construction and
Maintenance of Highways, Streets, and Bridges" Item No. 275 "Cement Treatment (Road
Mixed)" (referenced) shall govern work. (Soil reports in back of this document.)
The City of Fort Worth, Texas will perform quality assurance tests and checks on the paving
project materials during construction, to ensure compliance with the specifications.
The sampling and testing of the materials shall be made at the expense of the City. In the
event the sampling and testing does not comply with the specifications, all subsequent testing
of the material, in order to determine if the material is acceptable, shall be furnished and paid
by the contractor, as directed by the Engineer.
Contractor shall pulverize the existing pavement to a depth of 8 inch. After pulverization is
completed, contractor shall temporarily remove and store the 8 inch deep pulverized material,
then cut the base 2 inch to provide place for the new 2 inch H.M.A.C . surface. The 2 inch base
cut shall start at a depth of 8 inch from the existing pulverized surface. After the undercut
operation is completed, the 'temporarily stored 8 inch deep pulverized material shall be
returned to the excavation .
If the existing pavement has a combination of 10 inches of H.M.A.C and crushed stone/gravel,
undercut will not be required. The contractor will pulverize the 10 inches, and the 2 inch cut
will be taken, from the 10 inch pulverized material.
In case of high crown, the contractor shall pulverize the exiting crown and pavement. The
Construction Engineer will determine the appropriate undercut depth to meet the City
standard.
The maximum amount of existing asphalt concrete pavement in the mixture shall be at the
discretion of the Engineer.
After the above processes are performed, the contractor shall shape the pulverized material to
the appropriate line and grade.
Samples of the pulverized material will be collected and tested for gradation requirements on
two occasions, first on the day the material is initially pulverized and second on the day the
material will be mixed with the cement. Testing will be at a minimum of one test per 150
linear feet per lane width per each 8-inches of treated depth, with a minimum of 2 tests per
area.
SP-28
Portland cement shall be applied to the pulverized material at a rate of 26 pounds per square
yards, 8 inch in depth. The Engineer or his authorized representative will observe the cement
treatment and collect delivery tickets from each transport truck. Cement quantities used will
be verified, with respect to areas being treated.
Cement shall be applied only to such an area that all the operations can be continuous and
completed, in daylight, within six (6) hours of such application.
The contractor shall blade to grade and compact the pulverized cement treated material to
95% of the maximum density as determined in accordance with TxDOT's Standard
Specifications stated above or as directed by the Engineer in the field.
After the cement treated base has cured for 48 hours, provide machinery (minimum 12 ton
steel wheel vibratory roller) to roll the surface of the cement treated material to induce hairline
cracks "micro-cracks". Amplitude of vibrating will be at the discretion of the Engineer or his
authorized representative. Micro-cracking will be used to reduce shrinkage cracking in the
cement treated material and reduce reflective cracking through the asphalt cement surface
overlay.
Roller shall be in accordance with TxDOT's "Standard Specifications for Construction and
Maintenance of Highways, Streets, and Bridges" Item No. 210 "Rolling" (referenced). Operate
roller at walking speed (2 to 3 mph). Generally one (1) to four (4) passes of the roller are
required to create the micro-cracks. One pass is down and back.
The contractor shall then prime and immediately overlay the micro-cracked surface with 2
inch H.M.A.C. surface course. The work shall be in accordance with TxDOT's "Standard
Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos.
300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340
"Dense-Graded Hot-Mix Asphalt (Method)" (referenced). The 2 inch H.M.A.C. surface will be
paid under PAY-ITEM NO. 28 -Pavment-2 Inch-Surface Course-Type D Mix -Install.
If the contractor fails to begin the 2 inch H.M.A.C. surface course work within five (5)
calendar days, a $200 dollars liquidated damage will be assessed per block per day.
On pulverized and overlay streets that do not have existing curb and gutter, the Contractor
shall finish the parkway with backfill. The backfill shall begin at the edge and elevation of the
new 2 inch H.M.A.C. surface course and extend within the parkway, to existing ground
surface, at the grade of one-fourth (1/4) inch per foot. There should be no voids in the backfill
material, to the satisfaction of the Engineer.
SP-29
The unit price bid per square yard of pavement pulverization, and per ton of cement
modification shall be full compensation for all labor, material, equipment, tools, and
incidentals necessary to pulverize, remove and store the pulverized material, undercut the
base, mixing, compaction, haul off, sweep, dispose of the undercut material and backfill the
parkway.
PAY-ITEM NO. 20 Pavement-Unclassified Street Excavation -Remove:
This item will be used if additional excavation is needed that is not covered by PAY ITEM NO.
18 Pavement-8 Inch-Pulverization -Rehab. Additional Excavation is the removal of the
excessive crown and base to bring the new base to proper grade & City standard specifications
for street reconstruction.
This item shall also be used for removing and disposing the existing brick base, if the existing
brick base cannot be wedge or surfaced milled, prior to placing 2 inch HMAC Type "D"
surface course. The void created by removing the existing brick base shall be filled to the
proper grade, with PAY ITEM NO. 23-Pavement-HMAC Level Up -Install, before placing 2
inch HMAC Type "D" surface course.
For wedge milling, the measurement for estimating the removal and disposal of the existing
brick material shall be a width of 5-feet, a length of curb and gutter and a depth of 3-inches.
For surface milling, the measurement for estimating the removal and disposal of the existing
brick material shall be the surface area and the depth of 3-inches. These measurements
shall be under City standard specifications Item No. 106 " Unclassified Street Excavation ".
All applicable provisions ofltem No. 106 "Unclassified Street Excavation" shall apply, work
shall be paid per cubic yard.
PAY-ITEM NO. 21 Subgrade-Crushed Limestone For Misc. Placement -Install:
This item shall be used to repair the failed base material in areas exceed 8 inch deep as directed
by the Engineer. The material shall be graded crushed stone.
All applicable provisions of TxDOT's "Standard Specifications for Construction and
Maintenance of Highways, Streets, and Bridges", Item No. 247 "Flexible Base", shall govern
this item.
SP-30
The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment
and incidentals necessary to complete the work.
PAY ITEM NO. 22 Subgrade-Remove & Replace -Replace (Asphalt Base Repair):
The contractor is to remove all existing deformed H.M.A.C. pavement and/or bad base
material that shows surface deterioration and/or complete failure. The Construction
Engineer will identify these areas upon which time the contractor will begin work. The
failed area shall be saw cut, or other similar means, out of the existing pavement in square
or rectangular fashion. The side faces shall be cut vertically and all failed and loose material
excavated. As a part of the excavation process, all unsatisfactory base material shall be
removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of
excavation could range from a couple of inches to include the surface-base-some sub-base
removal for which the Construction Engineer will select the necessary depth. The remaining
good material shall be leveled and uniformly made ready to accept the fill material. All
excavated material shall be hauled off site, the same day as excavated, to a suitable
dumpsite.
After satisfactory completion of removal as outlined above, the contractor shall place the
permanent pavement patch, with Type "D" surface mix (PG 64-22). This item will always be
used even if no base improvements are required. The proposed H.M.A.C. repair shall match
the existing pavement section or the depth of the failed material, whichever is greater.
However, the patch thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C.
pavement thickness will not exceed 8 inch. Before the patch layers are applied, any loose
material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all
exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator
compactions to follow each lift. Compactions of the mix shall be to standard densities of the
City of Fort Worth, made in preparation to accept the recycling process.
The asphalt base repair shall be completed within seven (7) calendar days from the day of
demolition to date of completion. If the contractor fails to complete the work within seven (7)
calendar days, a $100 dollars liquidated damages will be assessed per block per day
All applicable provisions of TxDOT's "Standard Specifications for Construction and
Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and
Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt
(Method)" (referenced) shall govern work.
The unit price bid per cubic yard shall be full compensation for all materials, labor,
equipment and incidentals necessary to complete the work.
SP-31
PAY ITEM NO. 23 Pavement-HMAC Level Up -Install:
This item shall be used to fill ruts, depressions, and level up pavement section with Type "D"
surface mix (PG 76-22) for the downtown area, and Type "D" surface mix (PG 64-22) for
streets out of the downtown area prior to placing the asphalt surface overlay and where needed
as directed by the Engineer in the field.
All applicable provisions of TxDOT's "Standard Specifications for Construction and
Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and
Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix
Asphalt (Method)" (referenced), shall govern work.
This item shall be used to fill, to the proper grade, the void created by removing existing brick
base, if existing base cannot be wedged or surface milled.
The unit price bid per ton shall be full compensation for all materials, labor, placing,
equipment, cleaning and incidentals necessary to complete the work.
PAY-ITEM NO. 24 Pavement-2 Inch to O Inch Wedge Milling Depth 5.0 Ft Wide -Install
1. Description
This item shall consist of milling the existing pavement from the lip of gutter at a depth of
2 inch and transitioning to match the existing pavement (0 inch cut) at a minimum width
of 5 feet. The existing pavement to be milled will either be asphalt, concrete, or brick
pavement. The milled surface shall provide a uniform surface free from gouges, ridges,
oil film, and other imperfections of workmanship and shall have a uniform textured
appearance. In all situations where the existing H.M.A.C. surface contacts the curb face,
the wedge milling shall include the removal of the existing asphalt covering the gutter up
to and along the face of curb.
If the existing base is brick and cannot be wedge milled, then the existing brick base, of 5-
foot in width, shall be removed under PAY-ITEM NO. 20 Pavement-Unclassified Street
Excavation -Remove, and replaced under PAY-ITEM NO. 23 Pavement-HMAC Level
Up -Install, prior to placing H.M.A.C. surface course. See PAY-ITEM NO. 20
Pavement-Unclassified Street Excavation -Remove, for further description of work.
SP-32
For those streets designated as Mill Overlay on the street list in the back of this contract
document book, the wedge milling shall begin within fourteen (14) calendar days from the
completion of the curb and gutter. If the contractor fails to complete the work within
fourteen (14) calendar days, a $100 dollar liquidated damage will be assessed per block
per day.
The wedge milling operations for this project will be performed in a continuous manner
along both sides of the street. Details of milling locations are at the back of this document.
Contractor is required to begin the overlay, within five (5) calendar days from the date of
the wedge milling completion of any one street. Should the contractor fail to meet this
condition, the wedge milling operations of new streets will be shut down, and liquidated
damage of $500.00 per day per street will be assessed until all wedge milled streets are
overlayed. The overlay, once begun on a street shall continue uninterrupted until
complete.
The Contractor shall haul-off the removed material to a suitable dumpsite.
2. Equipment
The equipment for removing the pavement surface shall be a power operated milling
machine or other equal or better mechanical means capable of removing, in either one
pass or two passes, the necessary pavement thickness in a five-foot minimum width. The
equipment shall be self-propelled with sufficient power, traction and stability to maintain
accurate depth of cut and slope.
The machine shall be equipped with an integral loading and reclaiming means to
immediately remove material being cut from the surface of the roadway and discharge
the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical
street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep
flying dust to a minimum and to insure that all cuttings are removed from street surface
daily. Stockpiling of planed material will not be permitted on the project site unless
designated by the Engineer. The machine shall be equipped with means to control dust
created by the cutting action and shall have a manual system providing for uniformly
varying the depth of cut while the machine is in motion thereby making it possible to cut
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.
SP-33
PAY-ITEM NO. 25 Pavement-Butt Joint-Milled -Install:
Description:
This item requires the contractor to mill "butt joints" into the existing surface, in association
with the wedge milling operation (PAY ITEM NO. 24) to the depth and at locations as
described below. The butt joint will provide a full width transition section, whereby the new
overlay shall maintain constant depth at the point the new overlay is terminated and the new
surface elevation matches the existing pavement. The construction activities, performance
standards and equipment needed for the butt joints milling operations shall be governed by the
special provisions of PAY-ITEM NO. 24 -Pavement-2 Inch to O Inch Wedge Milling Depth 5.0
Ft Wide -Install. The configuration of the butt joints is described in more detail below.
General details of butt joint locations -along with wedge milling in general -are shown in plan
form at the back of this document.
Construction Details:
Prior to the milling of the butt joints, the contractor shall consult with the construction
Engineer for proper location of these joints and verify that the selected limits of the projects
street are correct.
The general locations for butt joints are at all beginning and ending points of streets listed in
the project and as more graphically detailed at the back of this specification book. The joints
are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks
and culverts and all other items which transverse the street and end the continuity of the
asphalt surface. Each butt joint shall be 20 feet long and milled out across the full width of the
street section to a tapered depth of 2 inch. This milled area shall be tapered within the 20 feet
to a depth from O inch to 2 inch at a line adjacent to the beginning and ending points or
intermediate transverse items. This butt joint -when overlayed -will consist of an asphalt
section that will transition the new overlay to match the existing pavement elevation.
The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a
smooth ride over the bump.
Measurement and Payment:
Butt joints as prescribed above, will be measured by the unit of each butt joint milled. The
disposal of excess material involved will not be measured for payment.
SP-34
Each butt joint-milled, measured as above, complete-in place-in accordance with these
specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The
unit price bid per each shall be full compensation for all milling, including material haul-off,
tools, labor, equipment and incidentals necessary to complete the required work.
PAY ITEM NO. 26 Pavement-2 Inch Surface Milling -Install:
This item shall consist of milling the existing pavement at a depth of 2 inch. All applicable
provisions of PAY ITEM NO. 24 Pavement-2 Inch to O Inch Wedge Milling Depth 5.0 Ft Wide
-Install shall apply.
If the existing base is brick and cannot be surfaced milled, then the existing brick base shall be
removed, under PAY ITEM NO. 20 Pavement-Unclassified Street Excavation -Remove and
replaced under PAY ITEM NO. 23 Pavement-HMAC Level Up -Install, prior to placing
H.M.A.C. surface course. See PAY ITEM NO. 20 Pavement-Unclassified Street Excavation -
Remove, for further description of work.
The unit price bid per square yard shall be full compensation for all materials, labor,
equipment and incidentals necessary to complete the work.
PAY ITEM NO. 27 Pavement-Crack Sealing -Install (of existing pavement):
Contractor shall seal existing cracks 1!'4 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.
PAY-ITEM NO. 28 Pavment-2 Inch-Surface Course-Type D Mix (PG 76-22) -Install
NO. 29 Pavment-2 Inch-Surface Course-Type D Mix (PG 64-22 -Install:
SP-35
All applicable provisions of TxDOT's "Standard Specifications for Construction and
Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and
Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense--Graded Hot-Mix
Asphalt (Method)" (referenced) shall govern work.
The following amendments to the above TxDOT's specifications shall govern, take
precedence and shall include:
Item No. 340 "Dense--Graded Hot-Mix Asphalt (Method)" (referenced):
• Under Item 340.2, Materials, A. Aggregates:
The surface aggregate classification (SAC) shall be Class B .
The Contractor shall perform the Los Angeles abrasion, magnesium sulfate
soundness, Micro-Deval and all other aggregate quality tests listed in Table 1.
2. RAP will not be allowed, for use, in surface course Type "D" mix.
• Under Item 340.2, Materials, D. Asphalt Binder:
Furnish performance-graded (PG 76-22) for HMAC surface course in the
downtown area.
Furnish performance-graded (PG 64-22) for HMAC surface course out of
downtown area.
Furnish performance-graded (PG 64-22) for HMAC asphalt base repair.
• 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 daily for determination of asphalt content, aggregate
gradation, maximum theoretical specific gravity and stability.
SP-36
For each hot mix asphalt surface course placed, nuclear gauge in-place density
testing will be performed at each 50-ft station, with a minimum of one test per lane
width at each 50-ft station.
For each hot mix asphalt surface course placed, cores will be obtained to determine
in-place density and thickness. The cores will be taken at the maximum interval of
300-ft (to coincide with field density locations).
• Under Item 340.4, Construction, A. Mixture Design:
The contractor shall furnish mixture design of the proposed hot mix asphalt, at or
before the pre-construction meeting. The Contractor shall submit to the Engineer a
mixture design prepared by a AASHTO accredited laboratory, for the materials to
be used in the project. Using the typical weight design example in Tex-204-F, Part
I, the mixture design shall meet the requirements contained in Tables 1 through
Table 5 of Item 340. The Indirect Tensile-Dry (Tex-226-F) and the Hamburg
Wheel-tracking (Tex-242-F) tests shall be waived.
The mixture design report must be certified and signed by a Level II Specialist and
submitted on TxDOT's software forms.
The Engineer may verify the mixture design at optimum asphalt content.
• Under Item 340.4, Construction, B. Job-Mix Formula Approval:
The Contractor will perform the Boil Test (Tex-530-C).
• Under Item 340.4, Construction, J. Ride Quality:
The Ride Quality Surface Type A test (10-foot straight edge) shall be measured.
• Under Item 340.5 Measurement:
Hot mix will be measured by the square yard of the composite hot mix, which
includes asphalt, aggregate and additives.
• Under Item 340.6 Payment:
The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement", will be paid for at the unit price bid
per square yard, for "Dense-Graded Hot Mix Asphalt (Method)".
PAY ITEMS: NO. 30 Speed Cushion-HMAC Std. Speed Cushion w/stripping-24 Ft. and 28 Ft.
Wide Street -Install:
SP-37
NO. 31 Speed Cushion-HMAC Std. Speed Cushion w/stripping-36 Ft. and 40 Ft.
Wide Street -Install:
This item shall consist of removing existing and installing new H.M.A.C Speed Cushions
according to the plan and profile as shown on the detail sheet. All excavated material shall be
hauled off site the same day as excavated, to a suitable dumpsite.
Contractor shall notify the Construction Engineer 72 hours prior to installing any speed
cushions. Contractor shall install pavement markings.
If the roadway is damaged during existing marker removal, the work shall be temporarily
halted until consultation with the Construction Engineer. The pavement shall be repaired
prior to new HMAC overlay.
MATERIALS AND QUALITY REQUIREMENTS:
1. Speed Cushions
The speed cushions shall consist of H.M.A.C. Type D surface course (PG 64-22) with tack
coat (SS-1) and compacted with vibratory hand roller. All applicable provisions of
TxDOT's "Standard Specifications for Construction and Maintenance of Highways,
Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310
"Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)"
(referenced) shall apply. Kraft brown paper -36 inch wide 40-lb paper shall be used to
keep curb & gutter clean.
2. Pavement Markings
Raised Pavement Markings
All materials used shall be pre-approved prior to placement. The brand name and
specifications of the materials shall be included in submittal for approval. The approved
materials must be used throughout the duration of the contract. In the event that
substitute materials need to be used, they must be equal to or exceed the quality of those
currently in use and be approved the Construction Engineer.
All markers shall be 4 inch and be installed with epoxy; bituminous adhesive is not
approved.
SP-38
A chalk line, chain, or equivalent shall be used during layout to insure that individual
markers are properly aligned. All markers shall be placed uniformly along the line to
achieve a smooth continuous appearance.
Preformed Pavement Markings
All materials used under this agreement shall be pre-approved prior to awarding of the
bid. Materials used shall meet TXDOT specifications Item 666 Type 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
day of notification . Notification will be made by phone and confirmed b y fax. Other
mistakes shall be remedied within five day s of written notification .
SP-39
Traffic Control of Pavement Markings
When markings are applied on roadways open to traffic care will be taken to ensure that
proper safety precautions are followed, including the use of signs, cones, barricades,
flaggers, etc. Work shall be performed with as little disruption to traffic as possible, and
freshly applied markings shall be protected from traffic damage and disfigurement.
3. Measurement and Payment
The unit price bid per each shall be full compensation for removal of existing pavement
markings, H.M.A.C. Type D surface course, tack coat (SS-1), vibratory hand roller, surface
preparation, preformed and raised pavement markings, kraft brown paper -36 inch wide
40-lb paper to keep curb & gutter clean, and all materials, labor, equipment and incidentals
necessary to complete the work.
The unit price per bid per each will be full compensation for all labor, equipment,
material, tools, and all incidentals necessary to complete the work.
PAY ITEM NO. 32 Valve Box~ Adjustment:
This item shall include adjusting the tops of existing water valve with concrete collar to match
proposed grade as shown on the detail at the back of this document or as directed by the
Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406
"Concrete for Structures" shall apply except as herein modified.
Contractor will be responsible for adjusting water valve boxes to match new pavement grade.
The water valves themselves will be adjusted by City of Fort Worth Water Department forces.
Prior to beginning of work, the Contractor shall make an inventory of the condition of existing
water valve boxes. The Engineer will field verify this inventory and provide the Contractor
replacements for broken valve boxes. The contractor shall replace the valve boxes, which are
damaged during construction at no cost to the City. Failure of the contractor to perform this
inventory will place the total burden of replacement of any broken valve box on the contractor.
The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per
square inch . Work shall be completed and street open to traffic within five (5) calendar days.
SP-40
If the contractor fails to complete the work within five (5) calendar days, a $100 dollar
liquidated damage will be assessed per each water valve box per day.
The pre bid unit price per each will be full compensation for all labor, materials, equipment,
tools, and incidentals necessary to complete the work.
PAY ITEM NO. 33 Meter-Adjustment:
This item only applies when the adjacent curb and gutter has been removed and replaced and
has been authorized by the assigned inspector. The adjustment shall include raising or
lowering the existing water meter box to the proper grade.
The pre bid unit price per each will be full compensation for all labor, materials, equipment,
tools, and incidentals necessary to complete the work.
PAY ITEM NO. 34 Manhole-Adjustment:
This item shall include adjusting the tops of existing manhole with concrete collar to match
proposed grade as shown on the plans, in the detail at the back of this document or as directed
by the Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and
406 "Concrete for Structures" shall apply except as herein modified.
The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per
square inch . Work shall be completed and street open to traffic within five (5) calendar days.
If the contractor fails to complete the work within five (5) calendar days, a $100 dollars
liquidated damage will be assessed per each manhole per day.
Prior to beginning of work, the Contractor shall make an inventory of the condition of existing
manholes. The Engineer will field verify this inventory and provide the Contractor
replacements for broken manhole covers. The contractor shall replace the manhole covers
which are damaged during construction at no cost to the City. Failure of the contractor to
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.
SP-41
Should the contractor identify any utility manholes other than those owned by the City of Fort
Worth, TX, the contactor is encouraged to contact the owner and arrange the adjustment of
the manhole cover. Payment for the work will be made by the individual Franchise Utility
Company. The contractor is not entitled to any additional compensation or renegotiation
with the City associated with the construction of this work.
The pre bid unit price per each will be full compensation for all labor, materials, equipment,
tools, and incidentals necessary to complete the work.
PAY-ITEM NO. 35 Mobilization -Services:
This item shall compensate the Contractor to remobilize personnel, equipment, supplies,
and material to perform additional work as directed by the Engineer. Remobilization will be
considered when concrete "Flat-work" has been completed, personnel and equipments were
demobilized, and the street is clean and ready for overlay. Remobilization shall be
determined by the Engineer. Requests for reimbursement of remobilization expenses shall
be denied unless prior approval is granted by the Engineer.
The unit price per bid per each will be full compensation for all labor, equipment, material,
tools, and all incidentals necessary to complete the work.
END OF SEC TION
SP-42
NOTE: THIS SPECIFICATION HAS BEEN MODIFIED TO DELETE NON~
APPUCABLE ITEMS FOR USE AS A .GUIDE SPECIFiCATION FOR CITY STREETS •.
Item 360
CONCRETE PAVEMENT
' 300.1. Description. Construct Portland cement concrete pavement with or without
. curb~ on the concrete pavement.
300.2. Materials.
A. Portland Cement Concrete. Provide Portland cement concrete to meet a minimum
compressive strength of 3,000 psi at 28 days; unless shown otherwise in the confract
do.cument~.
Use Class A concrete for curbs that are placed separately froin the paver,:ient.
Provide concrete that is workable and cohesive, possesses satisfa~tory 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 positi.oning and supporting devices (baskets and chairs) capable of
securing and holding the reinforcing steel in proper position before and during
p·aving. Provide corrosion protection when shown on the pla~s.
1. Dowels. Provide Grade 60 smooth, straight dow~ls of the size shown OrJ the
plans, free of burrs or deformations. Goat dowels with g thin film of grease or
other gpproved de-bonding material. Provide dowel caps_ on the lubricated .end of
each dowel bar used in an expansion joint. Provide dowel caps filied with a. soft
compressible material with enough range of movement to ' allow complete closure
of the expansion joint. · · · .
2. Tie 13ars. Provide straight defo~med steel tie bars. Provide either ·multiple-:piece
tie bar$ or siligle:piece tie bars as shown on the plan_s:· Provitje multiple-piece tie
bars composed of 2 pieces of deformed reinforcing steel With a coupling capable ·
of developing a mini~um tensile strength of 125% of the design yield strength of
the deformed steel when tensite-tested in the assembled configurati9n. Provide a
minimum length of 33 diameters of the deformed steel in each piece.
C. Curing ·Materials. Provide Type 2 membrane curing compound conforming to
DMS-4650, "Portland Cem~nt Concrete Curing Materials and Evaporation
Retardants." ·
. .
D. Epoxy. Provi<;fe Type Ill epoxy in accordance with DMS-6100, "Epoxies and
Adhesives, n 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
filler$unless otherwise shown on the plans or approved and other sealant materials
of the size, shape, and type shown on the plans in accordance with DMS-6310,
"Joint Sealants and Fillers."
300.3 .. Equipment. Fumish and maintain all equipment in good \\'.Orki~g condition. Use
measuring, mixing, and delivery equipment conforming to the requirements of Item 421,
· "Portland Cement Concrete." Obtain approval for other equipment used. ·
. Q. P-\
,• -
'. ···-: .... :_•
! .
A. Placing, Consolidating, and Finishing Equipment. Provide approved ·self-
propelled paving equipment that uniformly distributes the concrete with mi nimal
segregation and provides a smooth machine-finished consolidated concrete
pavement confonning to plan line and grade. Provide an approved automatic grade
control system on slip-forming equipment. Provide approved mechanically operated
finishing floats capable of producing a uniformly smooth pavement surface. Provide
equipment capable of providing a fine, light water fog mist.
Provide mechanically operated vibratory equipment capable of adequately
consolidating the concrete. Provide immersion vib,rators on the paving equipment at
sufficiently c!ose inteNals 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 ~nough hand-operated
immersion vibrators for timely and proper consolidation of the concrete alarm forms,
at joints and in areas not covered l;>y 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 arid
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 cuives qf 100-~.
radius or less. · ·
2. Curb Forms. Provide curb forms for separately placed curbs that are not
slipformed that conform to thereq1:1irements of Item 529, "Concrete CurQ, Gutt~r.
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 pav~ment 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 ancf width of
the carpet to accommodate specific applications. Use an artificial grass-type
carpet having a molded polyethylene pile face with a blade length of 5/8 in. to
1 h, a minimum weight of zo oz. per square yard, and a strong, durable, rot-
resistant backing materi~l borided to the facing.
2. Tining Equipment. Pro'{ide a self-propelled transverse metal tine device
equipped with 4-in. to 6-in. steel tines and with cross-section approximately
1/32 in. thick by 1/12 in. wide, spaced at 1 in., center-to-center. Hand-operated
· tining equipment that produces an equivalent texture may be used only on small
or.irregularly shaped areas or, when permitted, in emergencies due to equipment
breakdown.
E. 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 applicafion of ·
membrane curing compound cannot be accomplished immediately after texturing
and aff~r free moisture has disappeared. Hand-operated pressurized spraying ·
equipment with atomizing nozzles may only be used on smc:1.II or irregular areas or,
when permitted, in emergencies due to equipment breakdown.
F. Sawing Equipment. Provide power-driven concrete saws to saw the joints shown on
the plans. Provide standby power-driven concrete saws during concrete sawing
operations. Provide adequate illuminat/on 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 dic;tmond blades. Provide equipment with automatic grade control
capable of grinding at least a 3-ft. width longitudinally in each pass without damaging
the concrete.
300.4. Construction. Obtain approval for adjustments to plan grade-:-iine to maintain
thickness over minor subgrade or base high spots while maintaining clearances and
drainage. Maintain subgrade or base in a smooth, clean, compacted condition in .
conformity'with the required section and established grade until the pavement concrete
is ·placed. Keep subgrade or base damp with water sufficiently in advance of placing
pavement concrete. Adequately light the active work areas for all nighttime operations, if
required.
A. Reinforcing Steel and Joint Assemblies. Accurately place and secure in ·position
all reinforcing steel as shown on the plans. Place dowels at mid-depth of the
pavement slab, parallel to the surface. Place dowels for transverse contraction joints
parallel to the pavement edge.: Tolerances for location and alignment of dowels will
be shown on the plans. Stagger the longitudinal reinfo[cernent splice~ to avoi~
having more than 1 /3 of the splices within a 2-ft. longitudinal length of each l~ne of
the pavement. Use multiple-piece tie bars or drill and epoxy grout tie bars at
longitudinal construction joints.
1. Manual Placement. Secure reinforcing bars at alternate intersections with Wire
ties or locking support chairs. Tie all spli_ces with wire.
2 •. Mechanical Placement. If mechanicai placement of reinforcement results {n
steel misalignment or improper location, poor concrete consolidation, or other
inadequacies, comp!~te the work using manual methods.
B. Joints. Install joints as shown on the plans. Clean and seal joints in accordance with
Item 438, "Cleaning and Sealing Joints and Cracks (Rigid Pavement and Bridge
Decks).0 Repair excessive. spalling of the joint saw groove using an approved
method befor~ installing the sealant. SeaJ all joints before opening tlie pavement to
a[! 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 materiais for the reinforcing steel. ·
CP-3
. :.t
.-
,i
f
2. Curb Joints. Provide jpints in the curb of the sc;\me type and location as tne
adjacent pavement. Use expansion joint material of the same thickness, type,
and quality required for the pavement and of the section shown for the curb.·
Extend expansion joints through the curb. Construct curb joints at all transverse
pavement joints. For. non-monolithic curbs, place reinforcing steel irito the piastic
concrete pavement as shown on the plans unless otheiwise approved. Form or
saw the weakened plane joint across the full width of concrete pavement and .
through the monolithic curbs .
C. Placing and Removing Forms. Use clean and oiled forms. Secure forms on ? base
or firm subgrade that is accurately graded and that provides stable support without
deflection and movement by form riding equipment. Pin every form at least at the
middie and near eqch end. Tightly join and key form sections together. to preverit
relative displacement
Set side forms far enough in advance of concrete placement to permit inspection.
Check conformity of the grade, alignment, and stability of forms immediately before
placing concrete, and make all necessary corrections. Use a straightedge or other
approved method to test the top of forms to ensure that the ride quality requirements
for the completed pavement will be met. Stop paving operations if forms settle or
deflect inore than 1/8 in. under finishing operations. Reset forms to line and grade,
and refinish the concrete· surface to · correct grade.
Avoid damage to the edge of the pavement when removing ·forms. Repair damage
resulting from form removal and honeycombed areas with a mortar mix within 24 hr.
after form removal unless otheiwise approved. Clean joint face and repair
hoheycombed or damaged areas within 24 hr. after a bulkhead for a transverse
construction joint has been removed unless otherwise approved. Wh~n forms are
removed before 72 hr. ?,fter 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 meta! forms ·
for curv~s of 100-ft. radius or less. ·
D. Concrete Delivery. Clean delivery equipment as necessary to prevent accumt,tfa1Uon
of old concrete before loading fresh concrete. Use agitated delivery equipment for
concrete designed to h~ve a ~lump of more than 5 in. Segregated concrete is subject
to rejection. Place agitated·concrete within 60 'min. after batching. Place no,n-~glt~ted
concrete within 45 min. after batching. In hot weather or under conditions caµ~ing·
quick setting of the concrete, times m~y be reduced by tMe Engineer. lJme li!l'lit~tions
may be extended if the Contractor can demonstrate that the concrete can p~
properly placed, consolidated, and finished without the use of additional water.
E. Concrete Placement. Do not allow the pavement edge to deviate from th~.
established paving line by more than 1/2 in. at any point. Place the concrete asJJ~~r
as possible to its final location, and minimize segr~gation and rehandling. Wh~r~; . ·:
hand spreading is necessary, distribute concrete using shovels. Do not use rakes or
vibrators to distribute concrete. . .: ·
1. Pavement. Consolidate all concrete by approved mechanical vibrators operated
on the front of the paving equipment. Use immersion-type vibrators that
simultaneously consolidate the full width of the placement when 'I1~Yhine . , ..
fin ishing. Keep vibrators from dislodging reinforcement Use hand-operateq .-
: . -·.·-,"· . , .. :_~
vibrators to consolidate concrete in areas not accessible to the machine-mounted
vibrators. Do not operate machine-mounted vibrators while the paving equipment
is stationary. ·
2. T,emp_erature Restrictions. Place concrete that is between 40°F and 95°F at the
time of discharge, except that concrete may be used if it was already in transit
when the temperature was f9und to exceed the allowable maximum. Take
immediate corrective action or cease concrete production when the concrete
temperature exceeds 95°F .
Do n_ot place concrete when the ambient temperature in the shade is below 40°F .
and falling unle·ss approved. Concrete may be placed when the ambient
, temperature in the shade is above 35°F and rising or above 40°F. When
temperatures warrant protection against freezing, protect the pavement with an
approved insulating material capable of protecting the concrete for the speci~ed
curing period. Submit for approval proposed measures to protect the concrete·
from anticipated fr~ezing w~ather for the first 72 hr. after placement. Repair pr
replace all concrete damaged by freezing.
F. Spreading and Finishing. Finish all concrete pavement with approved self-
propelled equipment. Use power-driven spreaders, power-drive_n vibrators, power-
driven strike-off, and screed, or·approved alternate equipment. Use the transverse
finishing equipment to compact and strike off the cohcrete to the required section
a.nd 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. i,:lnd 15-ft.
straightedges on the plastic concrete to ensure that the final surface fs'\v.ithin the
tolerances specified in the contract documents. Check with the straigh,te~g~
parallel to the centerline . ·
2. Maintenance of Surface ~oisture. Prevent surface drying of the paV~fr!ent ·
before application of the curing system. Accomplish this by fog application.~ of
evaporation retardant on the pavement surface. Apply evaporation retardant ·at .
the rate recommended by the manufacturer. Reapply the evaporation retard~nt
as needed to maintain the concrete surface in a moist condition until curing ·
system is applied. Do not use evaporation retardant as a finishing aicf. · ·
, ~ .
3, · Surface Textl,lring. Perform ·sutface texturing using a combination of a carpet
drag and metal tining, if required by the cpntract documents. Complet~ final
texturing before the .concrete has att.ained 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
;3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide.
Do not overlap a previously tined area. Use manual methods for achieving simil~r
results on ramps and other irregu·lar sections of pavements. Rep·air damage to·
the edge of the slab and joints immediately after texturing. Do not tine pavement ·
that will be overlaid ..
4. Small or Irregular Placements. Where machine placements and finishing of
concrete pavement are not practical, use hand equipment and procedures that .
. produce a consofidated and finished pavement section to the line and grade.
S. Emergency Procedures. Use hand-operated equipment for applying faxture1
evaporation retardani and cure in the event of equipment breakdown.
G. Curing. Keep the concrete pavement surface from drying by water fogging untif the
curing material has been applied . Maintain and promptly repair damage to curing
maieriafs on exposed surfaces of concrare pavement continuously fur at least 3
curing days. A curing day is defined as a 24-hr. pariod when either the temperature
taken in the shade away from artificial heat is above50°Ffor at least 19 hr. or when
the surface temperature of ttie concrate Is maintained above 40°F for 24 hr. Curing
begins when the concram curing system has been applied. Stop concrete p~ving if
curing eompound rs not being applied promptly and maintained adequately. Other
methods of curing in accordance with Item 420 ... "Concrete structures," may be used
··when specifted or approved.
1. Membrane Curing. After texturing and immediately after the free surface .
moisture has disappeared, spray the conarete surface unifonnly with Z coats of
membrane curing compound at an individual application rate of not more thah
180 sq. ft. per gallon. Apply the first coat within 10 min. after completing texturing
operations. Apply the second coat within 30 min. after completing texturing
operations.
Before and during appllcatlon, maintain curing compounds In a uniformly agitated
condition, free of setUement. Do not thin or dilute the curing compound.
Where the coating shows discontinuities or other defects or ff rain falls on the
newly coated surface before the film has dried enough to r8$'i$t damage, apply ·
additional compound at the same rate of coverage to correct the damage. J=nsute
that the curing compound coats the sides of the tining grooves.
H.. Sawing Joints .. Saw joints to the depth shown on th$ plans a~ soon a$ sawing can
be accomprJShed without damage to the pavement regardless of time of day or
weather oonditfohs. Some minor raveling of the saw cut is accepl:abre. Use a chalk
line, ~friog line1 sawing iempiate, or other approved method to provioo a. we joint
ailgiimem. Provide enough saws to match the paving production rate to ensure
sawing cotnptetion at the eadiest possible fime to avoid unconb'olfed cracking:
Reduce paving production if necessary to ensure timely sawing of joints. Promptly
restore membrane cure damaged within the first 72 hr. of curing.
J. Protection of Pavement and Opening to Traffic. lesting for earty opening is the
responsibility of the Contractor regardless of Joh-control testing responsibilities
unless otherwise shown in the plans or directed. Testing result interpretation for
opening to traffic is subject to the approvar of the Engineer.
1.. Protection of Pavement Erect and maintain barricades and other standard and
approved devices that will exclude all vehicles and equipment from the newly·
placed pavement for the periods SPf3cified. Before opening to traffic. protect the
pavement from damag~ due to crossings using approved mE;lthods. Maintain an
adequate supply of sheeting or other material to cover and protect fresh concrete
. aurface from weather damage. Apply as needed to protect the pavement $urface
from weather. . ,
2. Opening Pavement to Traffic. Before opening to traffic, dean pavement.. place
stable material against the pavement edgeSt seal joints, and perform all other
traffic safety related work.
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C .A. Labor Code §406.96 (2000), as amended , Contractor certifies that
it provides workers' compensation insurance coverage for all of its employees employed
on City of Fort Worth Project Hot Mix Asphaltic Concrete (HMAC) Surface Overlay
2007-4 at Various Locations and City of Fort Worth Project No. C293-541200-
20962007 4683 .
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR:
PEACHTREE CONSTRUCTION, LTD .
Name: -------------
Title : ______ P_RE_s_,o_EN_T ____ _
Date: 2 -1-06, -------------
Before me , the undersigned authority , on this day personally appeared
J. BARRY CLARK
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
PEACHTREE CONSTRUCTION, LTD.
for the purposes and consideration therein expressed and in the capacity therein stated .
Given Under My Hand and Seal of Office this ---L.../_
CHE RYL A.HO HENBE RGER
Notary Publi c, State of Texas
My Comm . Expires Jul y 30, 200 8
CERTIFICATE OF INSURANCE
STANDARD FORM BY INSURER
TO:
CERTIFICATE OF INSURANCE
CITY OF FORT WORTH, TEXAS
NAME OF PROJECT:
PROJECT NUMBER:
THIS IS TO CERTIFY THAT
Date:
(Name and Address of Insured)
is, at the date of this certificate, Insured by this Company with respect to the b~iness operations hereinafter descn'bed, for
the type of insurance and in accordance with the provisions of the standard policies used by this Company, and further
hereinafter described. Exceptions to standard policy noted on reverse side hereof ·
TYPE OF INSURANCE
Policy No. Effective Expires Limits of Liability
Worker's Compensation
-Comprehensive General Bodily Injury:
Liability Insurance Ea. Occurrence: $
(Public Liability) Property Damage:
Ea Occurrence: $
Blasting Ea. Occurrence: $
Collapse of Buildings or
structures adjacent to Ea. Occurrence: $
excavations
Damage to Underground ..
Utilities Ea. Occurrence: $
Builder's Risk
Bodily Injury:
Comprehensive Ea. Person: $
Automobile Ea. Occurrence: $
Liability Property Damage:
Ea Occurrence: $
Bodily Injury:
Contractual Liability Ea. Occurrence: $
Property Damage:
Ea. Occurrence: $
Other
Locations covered: --,---------------------------------
Description of operations covered: ----------------------------
i
!
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or
cancellations. ·
Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be
assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement
theret o attached.
The City, its officers, employees and servants are named as Additional Insureds on all policies except Workers
Compensation.
Wavier of Subrogation in favor of the City of Fort Worth applies as respects Workers Compensation coverage.
Agency
. FortWorthAgent B
Address Title
EQUIPMENT SCHEDULE
List of Equipment owned by Bidder that is in serviceable condition
and available for use:
Portions of work Bidder proposes to sublet in case of Award of
Contracts including amount and type:
EXPERIENCE RECORD
List of projects your organization has successfully completed:
Amount Of Contract Type of Work Date Accepted , Name and Address of Owner
Award
List of projects your organization is now engaged in completing:
Amount Of Contract Type of Anticipated Name and Address of Owner
Award Work Date of i
Completion !
List Surety Bonds in force on above incomplete work:
Date of Contract Award Type of Work Amount of Name and Address of
Bond Bond Surety
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
Bond# 105047138
PAYMENT BOND
KNOW ALL BY THESE PRESENTS:
That we, (1) ____ P_e_a_c_h_tr_e_e_C_o_n_s_t_ru_c_t_io_n __ ,_L_T_D _____ , as Principal
herein, and (2) Travelers Casualty And Surety Company Of America , a corporation
organized and existing under the laws of the State of (3) Connecticut , 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,
Eight Hundred Sixty Thousand, Thirty Eight Dollars, No Cents Dollars
($1,860,038.00) 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 4th day of December , 2007, which contract is hereby referred
to and made a part hereof as if fully and to the same extent as if copied at length, for the
following project: Hot Mix Asphaltic Concrete (HMAC) Surface Overlay 2007-4 at
Various Locations Project No. C293-541200-20962007 4683.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if
the said Principal shall faithfully make payment to each and every claimant (as defined
in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in
the prosecution of the work under the contract, then this obligation shall be void;
otherwise, to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of
the Texas Government Code, as amended, and all liabilities on this bond shall be
determined in accordance with the provisions of said statute, to the same extent as if it
were copied at length herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal
and the Surety have executed this instrument.
SIGNED and SEALED this 4th day of December , 2007.
Peachtree Construction, Ltd.
ATTESh .... ~~
(Prfn€ipal)secretary
Name: J. Barry Clark
(SEAL)
(SE AL)
NOTE: (1)
(2)
(3)
Title: President
Address: 5801 Park Vista Cir.
Keller, TX 76248
Travelers Casualty And Surety Comg any
Of America ·. -:,
SURETY
By:
Name: Lorrie Scott -------------Gravenor Attorney in Fact
Address: 2900 Marquita Dr.
Fort Worth. TX 76116
Telephone Number: (817) 737-4943
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
THE STATE OF TEXAS
COUNTY OF TARRANT
Bond# 105047138
PERFORMANCE BOND
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1) _____ P ___ ea_c_h_t_r_e_e_C_o_n_s_t_ru_c_t_io_n_,~L_T_D _____ , as Principal
herein, and (2) Travelers Casualty And Surety Company Of America
, a corporation organized under the laws of the State of (3) Connecticut , 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, Eight
Hundred Sixty Thousand, Thirty Eight Dollars, No Cents Dollars ( $1,860,038.00)
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 4th day of December , 2007, a copy of which is attached hereto
and made a part hereof for all purposes, for the construction of Hot Mix Asphaltic
Concrete (HMAC) Surface Overlay 2007-4 at Various Locations Project No. C293-
541200-209620074683 .
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 statute, to the same extent as if it
were copied at length herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal
and the Surety have executed this instrument.
SIGNED and SEALED this 4th day of December , 2007.
(SEAL)
(SE AL)
Witness
NOTE: (1)
(2)
(3)
Peachtree Construction, Ltd.
PRINCIPAL n
By ) \') '=I c...
Name: ---=J-"-._Bar==ry"-'-....;:;C=l=ar=kc.c..._ ____ _
Title: President
Address: 5801 Park Vista Cir. -------------
Keller TX 76248
Travelers Casualty And Surety Company
Of America -_
SURETY
By:
Address: 2900 Marquita Dr.
Fort Worth, TX 76116
illy Pinson Telephone Number: (817) 737-4943
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
THE STATE OF TEXAS
COUNTY OF TARRANT
KNOW ALL BY THESE PRESENTS:
§
§
§
MAINTENANCE BOND
That Peachtree Construction, LTD
Travelers CasnaJ ty And Surety Company Of America
("Contractor''), as principal, and,
a
corporation organized under the laws of the State of Connecticut ("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, Eight Hundred Sixty Thousand, Thirty Eight Dollars, No Cents Dollars
($1,860,038.00), 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 4th of December , 20 07, a copy of which is hereto attached and made a part hereof, for
the performance of the following described public improvements: Hot Mix Asphaltic Concrete (HMAC)
Surface Overlay 2007-4 at Various Locations the same being referred to herein and in said contract as
the Work and being designated as project number(s) C293-541200-209620074683 and said contract ,
including all of the specifications, conditions, addenda, change orders and written instruments referred to
therein as Contract Documents being incorporated herein and being made a part hereof; and,
WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work
that it will remain in good repair and condition for and during a period of after the date of the final acceptance of
the work by the City; and
WHEREAS, said Contractor binds itself to maintain said work in good repair and condit ion 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 not ice of the need therefore to repa ir 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# 105047138
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 wh ich shall be
deemed an original, this 4th day of December , AD. 2007.
Peachtree Construction, Ltd.
PRINCIPAL
By J ~,,,,, C
Name: _ _...;J:;...;•;.._:;:Ba....c=r=r.,_y_C=l=ar-'----k'-------
Title: President
(SE AL) Address : 5801 Park Vista Cir.
Keller TX 76248
Witness as to Principal {
(SE AL)
NOTE: (1)
(2)
(3)
Travelers Casualty And Surety Compan y
Of America ·
SURETY
By:
! ci c -:..:~~-'~ !Jd/ll; L&()~ --/.-:?:~
I __ ... -:,./ , .. ~
...... .. ....
Name: __ ....::ID=rr=i.::::e-'S:::..:c::;;:o::..::t::..::t'-------------:. ... -··
Attorney in Fact
Address : __ 2"'"9"--'0"""0~M.,.,ar=gu=i=· t=a"--"'Dr:::.i, ___ _
Fort Worth, TX 76116
Telephone Number: (817) 737-4943
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of Power of
Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
e TRAVELERS
WAR N ING: TH IS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
P OWER OF ATT ORNEY
Attorney -In Fact No .
Farmington Cas ualty Company
F idelity a nd G ua r a nty Insurance Co mpa ny
Fid elity a nd G uaranty I nsu rance Und erwriter s, I nc.
Sea b oa rd Surety Co mpany
St. Pa ul Fi r e a nd Ma ri ne Insura nce Company
2 14420
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Trave lers Casualty and Surety Company
Trave lers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate NoO O 1 6 9 6 5 7 9
KN OW ALL MEN BY THESE PRESEN TS: That Se a board Surety Company is a corporation dul y organized under the laws of the State of New York , that St. Pau l
Fire and Marine Insurance Company, St. Paul Guardian In s urance Company and St. Paul Merc ury Insurance Co mp any are corporations duly organi zed under the laws
of the State of Minne sota , tha t Farmington Casualty Company, Travelers Casualty and Surety Company, a nd Travelers Casualty and Surety Company of America are
corporations du ly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation dul y organized under th e
law s of the State of Mary land, that Fide lity and G uaranty Insurance Company is a corporation dul y organi zed un der the laws of the State of Iowa , and th at Fidelity and
Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wi scons in (herein coll ective ly called th e "Companies"), and that
the Companies do hereby make, constitu te and appoint
Steven B . Siddons , Shirong Chen , Holly A. Gravenor, and Lorrie Scott
of the City of F ort Worth , State of Tex a s , their tru e and lawful Attomey(s)-in-Fact,
each in thei r se parate capacity if more than one is named above, to sign, execute , seal and acknowledge any and all bond s, recognizances , conditi o nal und e rtakings and
other writings obligatory in the nature thereof on behalf of the Companies in thei r bus iness of guaranteeing the fidelity of perso ns, guaranteeing th e performance of
contracts and executing or guarantee ing bonds and undertaking s required or permitted in any actions o r proceedi ngs allowed by law .
15th
IN WITNESS WHEREOE, th e Comparti e:;)lave caused thi s instrument to be signed and their oo rporate seals to be hereto affixed , thi s __________ _ -June . ~uot
d~ Qf • -: • -' . -. \-:-:._ .
•'
",,,, ........... ~ ·· .... .
State of Connecticut
City of Hartford ss.
Farmington Cas ualty Com pany
Fid elity and Guaranty In surance Company
Fid eli ty and Guaranty Insurance Underwrit ers, Inc.
Sea board Surety Company
St. Paul Fire a nd Marin e In sura nce Company
0 ~
15th June 2007
By:
St. Pau l Guardian Insurance Company
St. Pau l Mercury Insurance Company
Trave lers Casualty and Surety Company
Travelers Casualty and Surety Company of America
Uni ted States Fidelity and Guaranty Company
On this th e day of , befo re me perso nall y appeared George W. Thompson , who ac kn ow led ge d
him se lf to be the Seni or Vice Presi dent o f Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,
Inc ., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Gu ardi a n In surance Company, St. Pau l Mercury In surance Company, Travelers
Casualty and Surety Company, Travelers Casualty and Surety Company of America, and Un ited States Fidelity and Guaranty Company, and that he , as such , bei ng
a uthorized so to do , execu ted the foregoing in strume nt for the purposes therein co ntained by signi ng on behalf of th e corporation s by him self as a dul y authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commissio n expires the 30th day of June, 2011.
58440-8-06 Pri nted in U.S.A .
\... Ma ri e C. Te treault, Not a ry Publi c
WAR NING: T HIS POWE R OF ATTORNEY IS INVA LID WITHOUT THE RED BORDER
WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty In s uran ce Company, Fidelity and Guaranty Ins urance Underwriters, Inc ., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,
St. Pau l Guardian Insurance Company, St. Paul Mercury Insu rance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of
America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED , that the Chairman, the President, any Vice Chairman, any Executive Vice Pres ident , any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, tJ1e Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescri be to sign with the Company 's name and seal with the
Company's seal bonds , recogni zances , contracts of indemnity, and oth e r writings obligatory in the nature of a bond , recognizance , or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any s uch appointee and revoke the power g iven him or her; and it is
FURTHER RESOLVED, that the Chairman , the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to o ne or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary ; and it is
FURTHER RESOLVED , that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond , recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) s igned by the President, any Vice Chairman, any Executive Vice Presi dent , any Senior Vice President or any Vice
President, any Second Vice President , the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company 's seal by a Secretary or Assistant Secretary; or (b) dul y executed (und er seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in hi s or her certificate or th eir certificates of a uthority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED , th at the signature of each of the following officers: Pres ident , any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any
certificate relating thereto appointing Res ident Vice Pres id ents , Res ident Assistant Secretaries or Attorneys-in-Fact for purposes o nly of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any suc h power of attorney or certificate bearing such fac simile s ignature or facsimile seal shall
be valid and binding upon the Company and any such power so executed and certified by such facs im ile signature and facsimile seal shall be valid and binding on the
Company in the future with re spec t to any bond or understanding to which it is atta ched.
I, Kori M. Johanson , the undersigned , Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty In surance
Underwriters , Inc., Seaboard Surety Company, St. Paul Fire and Marine In surance Company, St. Paul Guardian In surance Company, St. Paul Mercury Insurance
Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby
certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and ha s not been
revoked .
0 ~
..· ---
---'---"'--++---"---=-~-~-----~---.--::-__ /
Kori M. Johans Assistant Secretary ~ -:·· ••• -·
~ ............
To verify the authenticity of this Power of Attorney, call 1-800-421-3 880 or contact us at www.stpaultravelersbond.com. Please refer to the Attorn ey -In-Fact number,
the above-named individual s and the detail s of the bond to which the power is attached.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
IMPORTANT DISCLOSURE NOTICE OF TERRORISM
INSURANCE COVERAGE
On November 26, 2002, President Bush signed in to law the
Terrorism R isk Insurance Act of 2002 (the "Act"). The Act
establishes a short-term program under which the Federal
Government will share in the payment of covered losses caused
by certain acts of international terrorism. We are providing you with
this notice to info rm you of the key features of the Act, and to let
you know what effect, if any , the Act will have on your premium.
Under the Act, in surers are required to provide coverage for
certain losse? caused by international acts of terrorism as defined
in the Act. The Act further provides that the Federa l Government
will pay a share of such losses . Specifically , the Federal
Government will pay 90% of the amount of covered losses caused
by certain acts of terrorism which is in exce ss of Tra vele rs '
statutorily established deductible fo r that y ear. The Act also caps
the amount of terrorism -related losses for whi ch the Federai
Go v ernment or an insurer can be re sponsible at
$100 ,000,000,000.00, provided that the insurer has met its
deductible.
Please note that passage of the Act does not result in any change
in coverage und e r the attached policy or bond ( or the policy or
bond being quoted). Please also note that no separate additiona l
premium charge has been made for the terrorism coverage
required by the Act. The premium charge that is aliocable to such
coverage is inseparable from and im bedded in your overall
premium, and is no more than one percent of your premium.
·-r'ou rn a > ::..:)n 1ac1: Tra v·e.J ers Casu.zlty & Sursty Co ·mpa.n y of P....J-ner1c.2 1 Trav e lers Cisu a lty
.. \. S ur c1y =::o:npa:iy, T rs\:el ers Indcr;:njty Company) Srandc.rd Fire Insurance Cor~p~r:y
::.r:C::.-or f ,;:; :nington c :2..sual:>.-Company· for information or to ~s.k e a c0~~\cinL c.~
Trcvel ers Bond
.A.ttn: Claims
l 500 Market Street
\J/cst T o~v er; Suite 290(;
Phil ade lphia > P.~ 191 02
(267) 675 --31 3 0
(267) 67 5-3 102 Fax
\·0~ rr,2.,· c:o n~ac[ ~h e Tex.as Depa.n~mt;n1 of Insurance ~o otnain ch c i n.f:J;in~tion c::1
:.~orr:pnnies: co v erages, rights o r complai nts at:
T ,exas Depariment of Insu:-o..;;ce
?.O. Box i49104
:~~ustin~ ,-rx 787 14-9 10 4
(800 ) 252 -3439
.. ~.-~··r.:)_\.::-i ·r t-US >-JC·TlC E T O '{OLJR BON'"D.. This r1oilce is for i:'"!.IO r:11 :=.~;o ri .:,niy .:....-1i.J
J-.>:;s no[ bec,0rr-;e .3. p c:1 or a. condi:ion oft.he attached d o curr:en i a.r:d is g i.,,,;en i::o co;-r-!ply
\y·:~f: s·~c(,)ri ?253-iJ :2 l; C~v e.ITtment (:ode , and Section 53 .2 0 2 , ?ropeny Cocie, tJieCl !v-::
Sep:crn ::t:-i . 2 =.)D}
THE STATE OF TEXAS
COUNTY OF TARRANT
CITY OF FORT WORTH, TEXAS
CONTRACT
KNOW ALL MEN BY THESE PRESENTS:
This agreement made and entered into this the 4th day of December , 20 07 by
and between the CITY OF FORT WORTH , a municipal corporation of Tarrant County , Texas ,
organized and existing under and by virtue of a special charter adopted by the qualified voters within
said City on the 11th day of December, A.O ., 1924 , under the authority (vested in said voters by the
"Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at
a regular meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed
Owner, and Peachtree Construction, Ltd., 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:
HOT MIX ASPHAL TIC CONCRETE (HMAC)
SURFACE OVERLAY 2007-4
AT VARIOUS LOCATIONS
Designated as project number, ___ C_2 ___ 9_3-_5_4_1_20---0'---20 ___ 9_6_2_0_0_74_6_8 ........ 3 ___ _
2.
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools , appliances and materials necessary for the construction and completion of said project in
accordance with the Plans and Specifications and Contract Documents prepared by the Department of
Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by
the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are
hereto attached and made a part of this contract the same as if written herein .
3.
The Contractor hereby agrees and binds himself to commence the construction of said work
within ten (10) days after being notified in writing to do so by the Department of Engineering of the City
of Fort Worth .
4 .
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and approval
of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth
within a period of 170 (One Hundred Seventy) working days .
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and
Contract Documents within the time so stipulated , plus any additional time allowed as provided in the
General Conditions , there shall be deducted from any monies due or which may thereafter become due
him , the sum of$ 420.00 per working day, not as a penalty but as liquidated damages , the
Contractor and his Surety shall be liable to the Owner for such deficiency.
5.
Should the Contractor fail to begin the work herein provided for within the time herein fixed or to
carry on and complete the same accord ing to the true meaning of the intent and terms of said Plans ,
Specifications, and Contract Documents , then the Owner shall have the right to either demand the
surety to take over the work and complete the same in accordance with the Contract Documents or to
take charge of and complete the work in such a manner as it may deem proper, and if, in the
completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said
Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay said City on
demand in writing , setting forth and specifying an itemized statement of the total cost thereof, said
excess cost.
6 .
Contractor covenants and agrees to indemnify City's engineer and architect, and their
personnel at the project site for Contractor's sole negligence. In add ition , 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 iniury. damage or death is caused, in whole or in part, by the
negligence or alleged negligence of Owner, its officers, servants, or employees . Contractor
likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and
C-2
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
negligence or alleged negligence of Owner, its officers, servants or employees .
In the event Owner receives a written claim for damages against the Contractor or its subcontractors
prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or
(b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been
referred to the insurance carrier.
The Director may , if he deems it appropriate , refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work
performed under a City Contract.
7 .
The Contractor agrees, on the execution of this Contract , and before beginning work , to make ,
execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful
performance of the terms and stipulations of the Contract and for the payment to all claimants for labor
and/or materials furnished in the prosecut ion of the work , such bonds being as provided and required in
Texas Government Code Section 2253, as amended, in the form included in the Contract
Documents, and such bonds shall be 100 percent (100%) of the total contract price , and the said surety
shall be a surety company duly and legally authorized to do business in the State of Texas, and
acceptable to the City Council of the City of Fort Worth.
8.
Said City agrees and binds itself to pay , and the said agrees to receive , for all of the aforesaid
work , and for all additions thereto or deductions therefrom , the price shown on the Proposal submitted
by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly
installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon tota l contract amount (including/excluding) alternates
N/A shall be
ONE MILLION, EIGHT HUNDRED SIXTY THOUSAND, THIRTY EIGHT DOLLARS AND NO CENTS
$1,860,038.00
C-3
9 .
It is further agreed that the performance of this Contract, either in whole or in part, shall not be
sublet or assigned to anyone else by said Contractor without the written consent of the Director of the
Department of Engineering .
10.
The Contractor agrees to pay at least the m inimum 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 w ith its corporate seal attached.
C-4
Done in Fort Worth , Texas , this the ----'4'--th ___ day of ___ D_e_ce_m_b_e_r __ , 20 07 .
RECOMMENDED:
PEACHTREE CONSTRUCTION, LTD
(Contractor)
BY :-~ ~'-""--""'='l~c~~-
(Representative)
J. BARRY CLARK
November 1960
PRESIDENT
(TITLE)
5801 PARK VISTA CIR.
(Address)
KELLER, TX 76248
(City/State/Zip)
Revised May 1986
Revised September 1992
Revised January 1993
Revised April 1999
Revised June 1999
Revised June 2001
C-5
CITY OF FORT WORTH
Fernando Cost a , Acti ng
APPROVED : Ass istan t C it y Manage r
~ DIREcOR,TRANsPORTATION AND
PUBLIC WORKS
ATIEST:
m . CITYS ~%47
(SEAL)
Date
ORNEY
Project Name: HMAC Surface Overlay( ____ )
DOE Project Number: ___ _
Mapsco Location: ____ _
Street Maintenance Work Notice
As part of the City of Fort Worth's Street Maintenance Program, _______ _
has been contracted to repair your street. During the maintenance work, there will be a
brief time that you may not have access to your residence or business. On the days
specified below, vehicles can not be parked on the street. Also, please turn off your
sprinkler adjacent to the street.
If you have any questions or concerns, please contact contractor _______ _
at -----------
If we are not able to resolve your concern to your satisfaction, you may also contact
City of Fort Worth Inspector at , Monday-
Friday between 7:30 a.m. and 4:30 p.m .
After 4:30 p.m. and on weekends, call (817) 392-8100.
Block Street Project
Limits Name Limits
1100 to 1200 Brown Street Yates Avenue to Keller Springs Parkway
Expected Construction Dates
Weather Permitting
From 6-20-06 to 7-4-06
Nombre del Proyecto: HMAC Surface Overlay { ____ )
Numero del Proyecto DOE: ___ _
Ubicaci6n Mapsco: ____ _
Notificacion de Mantenimiento de la Calle
Como parte del Programa de Mantenimiento de las Calles de la Ciudad de Fort Worth,
___________ ha sido contratado para reparar su calle. Durante este
trabajo de mantenimiento, habra un tiempo breve en que no tenga acceso a su hogar o
negoc,io. En los dias especificados abajo, vehiculos no deben estacionarse el la calle.
Tambien, por favor apague su sistema de regar el cesped cerca de la calle.
Si tiene alguna pregunta o concierne, por favor llame al contratista _______ al
Si no resuelve su concierne a su satisfacci6n, puede tam bi en Ila mar a la Oficina de
lnspecci6n de la Ciudad de Fort Worth al , de lunes a
viernes entre las 7:30 a.m. y 4:30 p.m.
Despues de las 4:30 p.m. o en los fines de semana llame al (817) 392-8100.
Li mites Nombre Li mites
De Blogues de Calle De Proyecto
1100 a 1200 Brown Street Yates Avenue a Keller Springs Parkway
Fechas de Construcci6n
Permitiendo el Estado de Tiempo
De 6-20-06 a 7-4-06
-
0
PROJECT DESIGNATION SIGN
-------41-011 ______ _
3 II
3iJS I BEET MAINT CE
d PROGRAM
I311
1112
11 t Contractor: ;: -'/211
2~ Contractor's Name-=-y
2
11
1Y2 11 TELEPHONE NUMBER
FORT WORTH IN LOGO -
CHEL TINGHAM BOLD
ALL OTHER LETTERING IN ARIAL BOLO
LOGO COLORS:
FORT WORTH -PMS 288
LONGHORN L OGO -PMS 167
... u
~
ar:: ... z
0 u
~
... u
~ a: ... z
0 u
~ ...
0 z
. 1
LE-GENO
H.M~·A.C. REHABILITATION
•• • II II lij . WEDGEMILLtNG
(RECY~LE /OVERLAY. ONLY ·)
NOTE: BUTT JOI ... TS NOT
REQUIRED WITH
REMIXING PROCEs·s.
-TYPIC·AL
STREET BEGIN OR
END POINT •
REGARDLESS OF
THE INTERSECTING
STREETS ANGLE.
LAYOUT. f'OR RECYCLING ACTIVITES
UNLESS NOTED' OTHERWISE IN STREET SCHEOUL[ ~
J --
BUTT JOINT
0-1
REVIS£0 :
IUV .N•. OATl :
1990
BUTT
JOINT.
NOTE :U)AN ATTEMPT HAS BEEN MADE. TO DETAIL
AS MANY STD. FIELD SITUATIONS AS
POSSIBLE HOWEVER• THE CONTRACTOR
MIGHT HAVE TO OVERLAP PARTS OF
THESE DETAILS TO CONFIGURE A
LAYOUT THAT BEST APPLIES TO A
PARTICULAR SITUATION,
( 2) BUTT JOINTS NOT REOUIREO WITH
REMIXING PROCESS,
I . MEDIAN
c~
,..._--,-'· STREET BEGIN OR
~ ENO POINT
LEGEND
. ,1 II II ·1ij
MEDIAN
..
. .
H.M.A.C. REHABILITATION
WEDGE MIL LI HO
(RECYCLE/ OVERLAY
ONLY)
I
'--.
/
0-2 I
REVISEO:
IH v, flo , OAT(:
TYPICAL ,990
LAYOUT FOR RECYCLING-ACTIVITIES FOR BLVO. SECTION
UNLESS NOTED OTHERWiSE IN STREET SCHEDULE
\ .
• •
LEGEND J NOT£·: IF EITHER RADIUS DOES NOT HAVE
AN ISLAND, IT WILL BE TREATED
AS INDICATED BY APPLICABLE
OE TAIL • .
~· H.M.A.C. REHABILITATION
II II •4 WEOGEMILLING
(RECYCLE/ OVERLAY
ONLY)
I
NOTE :cnALL RIGHT TURN STORAGE
LANES. SHALL BE CONSIDERED
AS PART OF CONTRACT.
-.,
(2) BUTT JOINTS NOT . ~,. ! . REQUIRED WITH REMIXING .
PROCESS,
TYPICAL
'
\.
BUTT. JOINT
I
I ... _ f STREET BEGIN OR
~ENO POINT, REGARDLESS OF THE
INTERSE~T NG STREETS ANGLE.
r
..
LAYOUT FOR RECYCLINO ACT·fVITES .
UNLESS NOTED OTHERWISE IN STftEET SCHEDULE.
o-3
RE VISED ~
IIIY.N•. OAU:~
1990
I
,
I
,
l ...
Ai ",II,.
-~
~
TYPICAL
" ..
.
LEGE ND .
rt § t-i .M.A.C. R£HA81LITAT.ION
WEOGEMILLING ( RECYCLE
/OVERLAY ONLY.)
jt . II II llf
NOTE ~l)IF ANY COMBINAtlON OF ISLANDS
. ANO RIGHT TURN LAN£$ AAE AB.SENT
TURN RADIUS SHALL BE TREATED
AS STANDARD. BUTT JOINT SHALL
BE SQUARED OFF, IF HEEDED
AS A RESULT OF EXISTING CONC.
VAl,.LEY GUTTER.
(2) BUTT JOINTS NOT REQUIRED
WITH REMIXING PROCESS ,
LAYO UT FOR RECYCLING ACTIVITIES WHEN INTERSECTING
STREETS ARE RECYCLED SIMULTANEOUSLY
UNLESS NOTED OTH~RWISE IN. STREET SCHE.OULE
.. -
I
. ..a.....r --
I
0-4
Rf VISED :
A[V.H•. OAT[~
I 19 90
------·-
I
I ...... _______ .... ___ ....; ________________________________ __
COLLAR CONFIGURATION COLLAR CONFIGURATION
FOR PAVED AREA_..,. __ -.--••-IN UNPAVED AREA
!
(8) #4 BARS,
PLACED AS SHOWN .
USE . CLASS : "A"
(3000 .LB)
CONCRETE.
CASE
#1
·CASE
#2
COLLAR
THICKNESS
VARIES, 8" MIN.
4' -0" (MANHOLE)
r2'-0" (WATER VALVE)
.PLAN VIEW
GRADE RINGS
. t .. · ::
CASE #1
COLLAR SHALL EXTEND TO
BOTTOM OF 2:27 CONCRETE
(REBAR REQUIRED).
CASE #2
COLLAR, SHALL EXTEND 3" BELOW
BOTTOM OF LOWEST . GRADE RING
(REBAR REQUIRED).
SECTION "A-A"
(MANHOLE COLLAR SHOWN)
(NOT TO SCALE)
CITY OF FORT WORTH, TEXAS
MANHOLE A.ND WATER VALVE
CONCRETE COLLAR
3" MIN.
......... w
w:::i
6~ :c z 0:::
<( w
~~ '-'3:
= '-' .o
I = - 0
-.t-I
N
3/4"
CHAMFER
lYP:
GROUND
NECK, TYP .
DATE: 09/2004
· STR-028
.•,'.•
TIIAIIIITIOfC L Alt[A (WIOTK AS REQUIRED) . A
PLAN VIEW
Not to $c11/1
An inv,rl MIIIOU titan ,.,11 d~plli ••d •• /111 Ibo• ~·111 dlpf/1
,rill M r1e11lu~ /11 t1/l 8 111ld• rall•,-1utlu6. TIii ~Olltroclor ,Ill
h ugulr•d h tut ti• gu111r •it/I ,rat1r j1fort1 f/J1 Joi h ,cc11t1d.
.fXIST. H.M.A.C. ,v .. ·r a 145(
1• CONCll(T(
VALLEY'
GUTTEII
Z~K.ll.A.C.
tflAHSITION
un s•
COH~£T( use:
Limestone
··-o·
11£$1C[NTIAL STREETS
l/27 ••
CONCAET[ IASE
SECTION . 'A-:A'
Not to Scat,
SQUAii( rttT or \IALLCT
GUT T(fl WEASUll(O
1ROM IACIC•01•CUU
TO IA.CIC• Ot -CURI
EXIST. H.11.A.C.
P'Vll'r·. IA$£
Th, 7 i-1,'nlorc,d concrtf 4 ral/1y ihall r6{Jloc1 IM top 7:'ol 1111 p<JYIIIJlnf r/HI Ill~ r1moinin9
portion -of pov,mMf to M con1trucl1d Jiu:/ud/ng 1u/Jgrad1 lr,atm,nl, In acco1d11nc1
wllb 111, IJ'plcol p<Jvlng ,,cl/on. T/J1 1:oncr1t1 wll1y rill I># ~r1r111I according lo
city 1tandord1 for 1:0111:r,/1 ,:ur/J and 11111•1! · T/11 r:011cr1t1 1/la/l 1H of 'rtashtd
and .6cr11n1d aggr1gat1 ~it/J .•min.off Iv, (4) 6Dcl• of c1m111f plr cubic yard
of concut•. with a minimum compressive strength of 3,000 pounds per
square inch in seven day?. ·
CONCRETE VALLEY DETAILS
GROUND LINE
0 . co
-U) .
N -IO
SUITABLE
MATERIAL
TAMPED IN
LIFTS NOT
EXCEEDINC
12'' LOOSE.
PIPE SHALL BE 6 • PERFORATED
POLYVINYL CHLORIDE TUBING
PER ASTM 0 .. 1794 UNLESS
SPECIFIED OTHERWISE. -
1 :rop OF CURB
12• OVERLAP
j_-Fl~TER FABRIC PER
PAY_ ITEM NO. ~-e
SUB DRAIN.
CITY OF FORT WORTH,TEXAS;.CONSTRUC·TION STANDARD
. DRAWING NO. S-S II 1100IF. DATE: 3-7-95 ------·-________ ...;,_ _ _;_...;,__,;.;...:::..:.:..;:~-----...;:;.. ....... .......;;.__ __ __.
367 Addendum 3
ight: .
BACK OF
/CURB
2' (Varies) 2'-7.5"
Striping and reflectors to be
install by the Contractor
3-1/2 inches
PLAN VIEW
I
Cf BACK OF
CURB~
V ries
(Min. 30' -Max 40')
6'-3" (Varies)
12" WHITE HOTT APE
(AVERY DENNISON
OR EQUIVALENT)
WHITE TYPE II 1-SIDED REFLECTORS
2'
: II co _,
N
(") _, .....
co
I
C\I 1,
Ramp Gradient:
: ide Gradient:
8.57 in 1 (30 inches/ 3-1/2 inches height) DEPARTMENT OF TRANSPORTATION
3 43 . · 1 (12 • h . / J 1/2 · h h ·· h AND PUBLIC WORKS CITY OF . m me es • me es erg lRAFFlCENGINEERING FORT WORTH
SPEED CUSHIONS
AJB
DATE:
January 15, 2004
DRAWING NOTTO SCALE
ATTENTION:
CURB RAMPS . SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT
STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS
WHERE FEASIBLE. SEE FIGS. 58, 59 & 60. .
WHEELCHAIR
RAMPS
STANDARD
DETAILS
CITY OF FORT WORTH, TEXAS -CONSTRUCTION STANDARD
. OCTOBER, 1992, REDRA~ OCTOBER 2002 .
STREET CURB
MONOLITHIC ·
SIDEWALK Cll~B
LJNES TO BE
. 1/4''. DEEP
4 J.OINT,. 4" GAP 1 •· R
~
4-"
· s10EWALK
R.O.W.
s·
PAY LIMIT
MAX. LENGTH OF SURFACE TREATMENT (GROOVE)
5' FROM THE BACK OF CURB.
EXPANSION · MATERIAL
RECESSED 1 / 4" AND
SEALED W/ SILICONE
(APPLICABLE TO ALL COLD-JOINTS)
NOTES
TYPICAL RAMP X-SECTION
CITY OF FORT WORTH, TEXAS -CQNSTRUCTION STANDARD
OCTOBER, 1992, REDRAWN _ OCTOBER 2002
1. FOR PARKWAY WITH ELEVATION BELOW STREET
ELEVATION, THE SIDEWALK CURB MUST 8£. 2"
HIGHER T\-JAN THE STREET CURB.
2. SIDEWALK CURB SHALL NOT ENCROACH ON THE
PROPOSED WIDTH OF THE SIDEWALK RAMP.
3. FOR TYPE I RAMP MAXIMUM SIDEWALK CURB
HEIGHT O" TO 7".
CIT)' OF FORT WORTH, TEXAS
ACCESSABILllY RAMP -
TYPICAL CROSS SECTION
DATE: 09/2004
STR-031
EXISTING CURB
AND GUTIER
18" OR 24"
SAWCUT FOR
CONCRETE
PAVEMENT ·
SODDING
N5 REQUIRED
EXISTING 15' R
SCALE 1 " ·= 5'
NOTES
· SIDEWALK RAMP
W/ COLORED SURFACE
1 )" EXPANSION JOINT AND Sl(jCONE SEALING .
SHALt BE SUBSIDIARY TO UNIT PRICE BIO
FOR SIDEWALK ..
2>· ~~oA8Wfs A~~IT G8hf/MAi~Lsg~).~TsHALL
BE AS DIRECTED BY THE ENGINEER IN THE
FIELD .
3) MONOLITHIC CURB OR. FlARED SLOPES MAY BE
INSTALLED ON BOTH SIDES OF THE RAMP ·
DEPENDING ON THE FIELD CONDITION OR AS
DIRECTED BY THE ENGINEER.
4) CURB RAMPS WITH RETURNED CURBS MAY BE
. USED WHERE PEDESTRIANS WOULD NOT
. ' NORMALLY WALK ACROSS THE RAMP.
5) SLOPE OF CURB RAMP AND/OR SIDEWALK
SHALL BE . A MAXIMUM OF 1 :12. FLARED SIDES
OF . RAMP SHALL HAVE A MAXIMUM SLOPE OF
1:10, UNLESS PEDESTRIANS COULD WALK ·
ACROSS THE RAMP THEN THE MAXIMUM SLOPE
SHALL BE 1:12.
MONOLITHIC SIDEWALK CURB
FLARED SURFACE OR CURB
· ACK OF PROP. CURB
FACE OF PROP. 7" CURB
SAWCUT FOR HMAC PAVEMENT
STANDARD PAY LIMIT DETAIL
CllY OF FORT WORTH, TEXAS
ACCESSABILITY RAMP
PAY LIMITS
DATE: 09/2004
STR-032
EXISTING CURB
AND GUTIER
18" OR 24"
SAWCUT FOR
CONCRETE ·
PAVEMENT
JOINT D~f\!L
EXISTING 15' R
SCALE 1" = 5'
NOTES ·
SIDEWALK RAMP
W/ COLORED SURFACE
1) EXPANSION JOINT AND SILICONE SEALING
SHALL BE SUBSIDIARY · TO UNIT PRICE 810
FOR SIDEWALK .
2 > ~~~ Agi~il A~~1\SfrflMAi"tlsg~wif SHALL
BE AS DIRECTED BY THE ENGINEER IN nlE
FIELD.
MONOLITHIC SIDEWALi< CURB
·soODING
AS . REQUIRED
EXPANSION JOINT &: SILICONE SEALING
BACK OF PROP. CURB
FACE . Of PROP. 7" CURB
SAWCUT FOR HMAC PAVEMENT
CrIY . OF FORT WORTH, TEXAS . DATE: 09 /2004
ACCESSABIUTY RAMP
JOINT DEfAIL STR-033
Level Landing at Tap of Peipendlcular Pubfo
Sldewall< Cum~
. . . (a)
PERPfNDICULAR PUBLIC SIDEWAI.K CURB RAMP
'(b)
PAAAUEl. PUBLIC SIDEWALi( CURS RAM?
. (c)
.COMBINED ~ARPLLEIJPl:RPENDICUlAA} PUBLIC
SIDEWALK CURS RAMP
Ag.59
f'Ubllc Sklawalk Curb Ramp
CITY OF FORT WORTH, TEXAS
ACCESSABIUTY RAMP
TYPICAL CROSS SECTION
DA 1E: 09 /2004
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-.2.6 Vehicular Ways and facilities
I]
~
(a)
o ·
Q
Q
a
D
a
/
'I.;
~
0
,r \
'
(b) .
Parpandicular public ,sldowalk curb ramp
In public ~ldawalk with parkway
Parpandlcular publlc .sidewalk curb ramp
in public 1idawalk
(a)
arallol public: sidc,walk curb ramp
In public :sidewalk
a a a
ij . ij
(b)
Ccimblnatlan publlc ~ldewalk curb ramp
in publfc srdawalk with parkway
· Fig. 60
D a
0
(c)
Parpandleular f.ublic .sidowalk curb ramp
at pro acted inlol'3adlan
Public Sidewolk Clrb Ramps at Marked Crossings
CllY Of FORT WORTH, TEXAS
ACCESSABILITY RAMP
FIGURE 60
DATE: 09 /.2004-
STR-035
RUNNING
SLOPE
1:20 MAX
WALK
NOTE:
X -=========1 y
RUNNING SLOPE
1:12 MAX
CURB RAMP
COUNTER SLOPE
1:20 MAX
STREET ·
(l) Slopo = 7/x ,.-hara r lir a. lovol dope
(2) Count.er dopa ,rha.U not exceed 1:20
Fig. B4.7.2
Mea9urement:. at Curb Ramp Slope
NOTE: It X < -1,a" (1220 mm) than tha dope aC t ha
tliu:ad aldu sh.all ·.o.ot axoaod l :lil
PLANTING OR OTHER
: NONWALKING SURFACE
. ( a.) Fl.rad Slda,i (b) Ratu:rnad Curb
Fig. B4.7.5
Sides at Curb Ramps
Fig. B{.7.6
Built-up .Curb. Ra.mp
1
OCTOBER, 1992, REDRAWN OCTOBER 2002
CITY OF . FORT WOR1H, TEXAS
ACCESSABILITY RAMP
. RAMP . SLOPE DETAILS .
DA lE: 09/200:.t.
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. .
TYPICAL
LAYOUTS
CITY OF FORT WORTH, TEXAS -CONSTRUCTION STANDARD
OC_TOBER, 1$92, REDRAWN OCTOBER 2002
1:48 ....
TYPE I
EXISTING 15' R.
SCALE 1" = 4'
PROP. 4' RAMP WITH
COLORED SURFACE
VARIABLE HEIGHT CURB
1 1/2' R. (TYP)
CITY OF FORT WORTH, TEXAS
ACCESSABIUTY RAMP -
TYPE I (W/15' RADIUS)
PA 1E: 09 /2004
STR-037
1:48
-·
TYPE I
EXISTING 20' R.
SCALE !" = 4'
PROP. 4' RAMP WITH
COLORED SURFACE
· VARIABLE HEIGHT CURB
1 1/2' R. (TYP)
CITY OF FORT WORTH, TEXAS
ACCESSABILITY RAMP
TYPE I (20 1 RAD.)
DATE:. 09/200+
STR-038
I I
EXISTING CURB
&: GUTTER
6"
16" OR 24"
SODDING
AS REQUIRED
TYPE -III·
EXISTING 15' R.
SCALE 1,. = 4'
SIDEWALK RAMP WITH
COLORED SURFACE
I .. .. .,, ... \J BROOM FINISH
W/~ HMAC TIE-IN
MONOUTBIC CURB
---BACK OF PROP CU1Ul
~""'._.......k-F->C:E OF 7" CURB . 3J-
EXISTING . CUlrn &e GU'l.TER
CITY OF FORT. WORTH, TEXAS
ACCESSABILITY RAMP -
TYPE ·m (1s· RADIUS)
SA.lrGUT FOR CONCRETE PAVEMENT
DATE: 09/2004-
STR-039
I I
I 1EX1ST1NG CURB /f c!c GUTTER
~ ~t8• OR 24"
6 "
SODDING
AS REQUIRED
TYPE Ill
EXISTING 20' R.
SCALE 1" = 4 '
~~===1 . SIDEWALK RAMP WITH
COLORED SURFACE
I " "'... "'} ~. ~ ~ BROOM FINISH
-~ HMAC TIE-IN
VARIABL(:: HEIGHT CURB
EXISTING CURB & GUITER
SAWCUT FOR CONCRETE PAVEMENT
CITY OF FORT WORTH. 1EXAS
ACCESSABILITY RAMP -
TYPE III (20' RADIUS)
DAlE: 09/2004
STR-040
CITY OF FORT WORTH
CONSTRUCTION SERVICES
LABORATORY RESULTS FOR
TEST HOLE AND PLASTICITY INDEX
Project: HMAC 2007-4
DOE No: 5253
Fund Code: 03
HOLE# 1
LOCATION: 2202 Salsbury S/4
6.00" HMAC
5.00" Sand, rocks & Gravel
10.0" Brown sandy clay
ATTERBURG LIMITS: LL:34.0
LAB NO: 88233
PL: 19.9 PI:14.1 SHRKG:
MUNSELL COLOR CHART: 10 Yr.8/2 Very Pale Brown Sandy
UNIT WEIGHT: 146.0 #/CFT
HOLE# 2 LAB NO: 88234
LOCATION: 2302 Salsbury C/4
6.25" HMAC
6.00" sand rocks & gravel
10.0" Reddish brown sandy clay w/rocks & gravel
ATTERBURG LIMITS: LL:23.9 PL:14.4 PI:9.5 SHRKG:
MUNSELL COLOR CHART: 7.5 yr 6/3 Lt. Brown Sandy Clay
UNIT WEIGHT: 146.0 #/CFT
HOLE# 3 LAB NO: 88235
LOCATION: 2404 Salsbury N/4
3.00" HMAC
4.25" Orange Brown Sandy, rocks & gravel
5.00" Rocks & Gravel
10.00" Brown sandy clay w/rocks & gravel
ATTERBURG LIMITS: LL:35.4 PL:19.5 PI:15.9 SHRKG:
MUNSELL COLOR CHART: 10 Yr. 6/3 Pale Brown clay
UNIT WEIGHT: 138.0 #/CFT
HOLE# 4 LAB NO: 88236
LOCATION: 2500 Salsbury S/4
3.00" HMAC
4.50" Orange Brown Sandy Clayrocks & gravel
6.00" rocks
7.00" brown sandy clay w/rocks & gravel
8.0%
Clay
6.0%
8.0%
ATTERBURG LIMITS: LL: 37.5 PL: 21.1 PI: 16.4 SHRKG: 9.0%
MUNSELL COLOR CHART: 10 Yr. 7/4 Very Pale Brown Clay
UNIT WEIGHT: 138.0 #/CFT
2
HOLE# 5 LAB NO: 88236
LOCATION: 2514 Sa1sbury N/4
3.50" HMAC
5.00" Orange Brown Sandy Clay
5.50" Rocks
6.50" Brown sandy clay w/rocks & gravel
ATTERBURG LIMITS: LL: 34.1 PL: 18.5 PI: 15.6 SHRKG: 8.0%
MUNSELL COLOR CHART: 10 Yr. 6/3 Pale Brown Clay
UNIT WEIGHT: 142.0 #/CFT
HOLE# 1 LAB NO: 88238
LOCATION: 3300 Fisher S/4
4.25" HMAC
6.00" Tan Sandy Clay w/rocks & gravel
11.00" Brownish Orange sandy clay
ATTERBURG LIMITS: LL: 16.8 PL:9.8 PI: 7.0 SHRKG: 0.0%
MUNSELL COLOR CHART: 7.5 Yr. 6/3 Lt. Brown Sand
UNIT WEIGHT: 146.0 #/CFT
HOLE# 2 LAB N0:88239
LOCATION: 3350 Fisher N/4
3.00" HMAC
4.25" Sand, rocks & gravel
14.0" Orange Brown sandy clay w/ gravel
ATTERBURG LIMITS: LL:17.7 PL:8.9 PI:8.8 SHRKG: 0.0%
MUNSELL COLOR CHART:7.5 Yr. 6/4 Lt. Brown Sandy Clay
UNIT WEIGHT: 138.0 #/CFT
HOLE# 1 LAB NO: 88240
LOCATION: 800 Foch St. E/4
3.50" HMAC
4.75" 227 Damaged
6.50" Brown sandy clay w/rocks & gravel
7.00" Brownish Red sandy clay
ATTERBURG LIMITS: LL:25.0 PL:15.9 PI:9.1 SHRKG: 5.0%
MUNSELL COLOR CHART: 10 Yr. 5/4 Yellowish Brown Sandy Clay
UNIT WEIGHT: 142.0 #/CFT
HOLE# 2 LAB N0:88241
LOCATION: 851 Foch St. C/4
3.50" HMAC
6.25" Sand, rocks & gravel
4. 00" Brown sandy clay w/rocks & gravel
8.00" Dark Brown sandy clay
ATTERBURG LIMITS: LL:29.0 PL: 18.6 PI:10.4 SHRKG: 6.0%
MUNSELL COLOR CHART: 10 Yr. 4/2 Dark Grayish Brown Sandy Clay
UNIT WEIGHT: 142.0 #/CFT
3
HOLE# 3 LAB NO: 88242
LOCATION: 935 Foch St. W/4
2.00" HMAC
6.75" Tan Sandy w/rocks & gravel
5.50" Dark Brown sandy clay
7.00" Reddish Brown sandy clay w/rocks & gravel
ATTERBURG LIMITS: LL: 24.9 PL:14.8 PI:10.10 SHRKG: 5.0%
MUNSELL COLOR CHART: 10 Yr. 5/3 Brown Sandy Clay
UNIT WEIGHT: 131. 0 #/CFT
HOLE# 4 LAB NO: 88243
LOCATION: 1109 Fo ch St E/4
2.75" HMAC
6.50" Sand, rocks & gravel
10.0" Orange Reddish Brown sandy clay
4.25" Tan sandy clay w/rocks & gravel
ATTERBURG LIMITS: LL:33.8 PL:19.2 PI:14.6 SHRKG: 7.0%
MUNSELL COLOR CHART: 10 Yr. 4/2 Dark Grayish Brown Sandy Clay
UNIT WEIGHT: 136.0#/CFT
HOLE# 5 LAB NO: 88244
LOCATION: 1109 Foch St. E/4
3.00" HMAC
5.50" Tan Sandy w/rocks & gravel
13.0" Med. Brown sandy clay
ATTERBURG LIMITS: LL:20.2 PL:13.3 PI:6.9 SHRKG: 3.0%
MUNSELL COLOR CHART: 7.5 Yr. 6/3 Lt. Brown Sand
UNIT WEIGHT: 138.0 #/CFT -
HOLE# 1 LAB NO: 88245
LOCATION: 1300 IM Terrell Cir. E/4
4.00" HMAC
5.25" Sandy, rocks & gravel
7. 00" Brownish Red sandy clay w/rocks & gravel
7.00" Lt. Brown sandy clay
ATTERBURG LIMITS: LL:38.0 PL:19.5 PI:18.5 SHRKG: 9.0%
MUNSELL COLOR CHART: 10 Yr. 7/4 Very Pale Brown Clay
UNIT WEIGHT: 146 .0 #/CFT
HOLE# 2 LAB NO: 88246
LOCATION: 1404 IM Terrell Cir. S/4
4.50" HMAC
7.50" Reddish Brown Sandy Clay w/rocks & gravel
11.0" Brown sandy clay w/rocks & gravel
ATTERBURG LIMITS: LL: 2 9. 3 PL:15.4 PI:13.9 SHRKG: 6.0%
MUNSELL COLOR CHART: 10 Yr. 8/2 Very Pale Brown Sandy Clay
UNIT WEIGHT: 146.0 #/CFT
HOLE# 3
LOCATION: 1450 IM Terrell Cir S
7.00" HMAC
13.0" rocks & gravel
ATTERBURG LIMITS: LL: PL: PI:
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: 146.0
Inspector: N/A
Tested by: Soil Lab
#/CFT ****NO
LAB NO: 88247
W/4
SHRKG: O!l-• 0
PI****
Routing:
Requested by Susan Schwinger
Inspector
File
4
HMA C Surface Overlay 2 007-4
DOWNTOWN STREETS TYPE "D " (PG 7 6 -22)
B lk Limits Street Name Street Limits CD Map LM Procedure
1200-1299 E 1ST ST NICHOLS ST -HAMPTON ST 9 63W 0 .17 POL
600 -899 W2NDST BURNETT ST-HENDERSON ST 9 76D 0.33 MOL
2400 -3099 W7TH ST WEST WING OF TRINIRT BRIDGE -UNIVERSITY DR 9 7SD 3 .11 MOL
200 -399 E 8TH ST COMMERCE ST -JONES ST 9 77A 0 .29 MOL
200 -299 W 8THST HOUSTON ST -THROCKMORTON ST 9 77A 0 .17 MOL
100-199 NHAMPTON ST E BELKNAP ST-WEATHERFORD STE 1ST ST 9 63W 0.17 MOL
100-199 HAMPTON ST WEATHERFORD -E I ST ST 9 63W 0 .17 MOL
100 -299 NICHOLS ST E WEATHERFORD ST-E 2ND ST 9 63W 0.34 POL
100 -199 NNICHOLS ST E WEATHERFORD ST -E BELKNAP ST 9 63W 0 .17 POL
100-199 PECAN ST E WEATHERFORD ST -E I ST ST 9 63W 0.17 POL
5.09
STREETS OUT OF D OWNTO WN TYPE "D" (P G 6 4 -22)
Blk Limits Street Name Street Limits CD Map LM Procedure
1900-1999 NE 29TH ST SCHWARTZ A VE -OSCAR A VE 2 63A 0.14 MOL
4000 -4099 E 4TH ST GROSS ST -BEACH ST 8 64S 0 .09 MOL
3900 -4023 CHENAULT ST S DE COST A ST -BEACH ST 8 64S 0 .37 MOL
3300 -3399 FISHER AVE SWAYNEAVE -ALVORDAVE 8 63Z 0.1 POL
800-1199 FOCH ST W 7TH ST -W LANCASTER A VE 9 76B 0 .63 MOL
800 -899 HARPER ST AlRPORT FWY -N BEACH ST 4 64N 0 .22 MOL
3300 -3499 HEDRICK ST FOSSIL DR -CINDY DR 4 sow 0 .43 MOL
2112 -2599 SALISBURY AVE W DEAD END -STERLING ST 2 63E 0 .63 POL
3050-3149 SCHADT ST DEWEY ST -NE 31ST ST 2 62D 0.29 MOL
1300 -2799 N SYLVANIA AVE YUCCA A VE -NE 28TH ST 2 630 3.31 MOL
4300 -4423 JAMES AV E W SEMINARY DR-W BEDDELL ST 9 90L 0.41 POL
6 .62
HMAC SURFACE OVERLAY AT VARIOUS
LOCATIONS 2007-
H.M.A.C. SURFACE OVERLAY 20074
CITY PROJECT NO.00746
TPW PROJECT NO. C293-541200-209620074683
z
zEM(
z
w
z
H
H
w
H
H
H
0
0
0
Hz
0
w
, o
z�w
�a�
Ha
a
'
wl
°HgWrZ�
ow�
o
�
on
�z U
HO
Z
za
F4�A.I
rxa" r7
Hz
0
�7
►a
U W �►�
O
r W O
00 o0
aO0�0
PQ WO
WE,O
z3W O
�V+"3z0
W`3v O
3a�i
33�
3x�
zw3
3w
zwMN
zWr,a
aW .a
TOTAL
a,
wz�o0.
wc�
ITEM UNIT
ITEM DESCRIPTION
QTY
QTY
QTY
QTY
QTY
QTY
QTY
QTY
QTY
QTY
1 EA
Sign -Project Designation _ Install
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
3 LF
Curb & Gutter ~ Replace (In sections as directed by Inspector)
145
30
11500
160
30
0
0
0
30
0
19895
4 LF
Curb and Gutter -7 Inch w/18 Inch Gutter Install
0
0
0
0
0
0
0
0
0
0
0
5
SF
Driveway ~ Remove (any type)
0
0
11350
180
0
0
0
0
0
0
11530
6
SF
Driveway-6 Inch Install
0
0
11350
180
0
0
0
0
0
0
11530
7
SF
Driveway- 6 Inch Install (exposed aggregate)
0
0
0
0
0
0
0
0
0
0
0
8
SF
Walk ~ Remove
0
0
500
0
0
0
0
0
0
0
500
9
SF
Walk4 Ft ~ Install
0
0
500
0
0
0
0
0
0
0
500
10
SF
Walk -Exposed Aggregate — Install
0
0
0
0
0
0
0
0
0
0
0
11
SF
Walk-ADA Wheelchair Ramp ~ Remove
0
0
180
0
0
0
0
0
0
0
180
12
SF
Walk-ADA Wheelchair Ramp ~ Install
0
0
180
0
0
0
0
0
0
0
180
13
SY
Pavement Valley Gutter ~ Remove
0
0
0
0
0
0
0
0
0
0
0
0
150
14
SY
Pavement -Valley Gutter ~ Install
0
0
150
0
0
0
0
0
0
15
EA
Inlet -Top of 5 Ft Drainage Inlet ~ Replace
0
0
0
0
0
0
0
0
0
0
0
16
EA
Inlet -Top of 10 Ft Drainage Inlet ~ Replace
0
0
1
0
0
0
0
0
0
0
1
17
LF
Pipe -Sub Drain-6 Inch Perforated - Install
0
0
0
0
0
0
0
0
0
0
0
18
SY
Pavement-8 Inch -Pulverization _ Rehab
975
0
0
0
0
0
0
11340
21700
11340
61355
19
CY
Pavement -Unclassified Street Excavation ~ Remove
0
0
0
0
0
0
0
0
0
0
0
20
TON
Pavement -Cement Modification-26 Ib/sy _ Install
13
0
0
0
0
0
0
17
35
17
83
21
CY
Subgrade-Crushed Limestone For Misc.Placement ~ Install
0
0
0
0
0
0
0
0
0
0
0
22
CY
Subgrade-Remove & Replace�Replace (Asphalt Base Repair)
0
0
60
22
0
0
3
0
0
OI
85
23
TON
Pavement-HMAC Level Up ~ Install
0
8
112
5
2
4
4
0
0
0
135
24
LF
Pavement-2 Inch to 0 Inch Wedge Miling Depth 5.0 Ft Wide~lnstall
0
11310
17,300
900
500
600
600
0
0
0
21,210
25
EA
Pavement -Butt Joint -Milled ~ Install
0
2
10
4
2
2
2
0
0
0
22
26
SY
Pavement-2 Inch Surface Milling ~ Install
0
21037
11000
1,450
0
0
0
0
0
0
41487
27
LF
Pavement -Crack Sealing ~ Install (of Existing Pavement)
0
1,383
209400
975
445
150
200
0
0
0
233553
28
SY
Pavement-2 Inch -Surface Course -Type D Mix~ Install
975
21766
403800
11950
889
11340
11340
11340
21700
11340
55,440
29
EA
Speed Hump -Striping On Speed Cushion ~ Install (30' Wide Street)
0
0
0
0
0
0
0
0
0
0
0
30
EA
Speed Hump -Striping On Speed Cushion — Install (40' Wide Street)
0
0
0
0 j
0
0
0
0
0
0
0
31
EA
Valve Box _ Adjustment
0
5
10
2
7
1
1
0
1
0
27
32
EA
Meter Box Adjustment
0
0
0
0
0
0
0
0
0
0;
0
33
EA
Manhole ~ Adjustment
1
2
10
3
2
1
1
0
3
1
24
34
EA
Mobilization _ Services
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0'
0
les (Identified As / Number of)
0
0
0
0
Monthly Pickup of Bulky Items
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
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 (20074)
CITY PROJECT NO.00746 - -- --
TPW PROJECT NO. C293-541200-209620074683
OUT OF DOWNTOWN STREET BY STREET QUANTITY DETERMINATION SPREAD SHEET
a
U 0 U a
F N `n w > W A
W o x �, a
>A M �z W d H > z A
aJ d E• w w E" rn w
8 d Hwyy' E"z �W �'�
Z a �qF7 E•rj �Q Fin �E Hsi .7a rn d W Frj � aE+ X A qt r
4< �o a in a U ��w
E~
3 W E■ O W W W x W .a .a on A .a TOTAL
r!� ra Pr QAE=40 Uw0 a �E O W ��O �a0 xAE 0 >O O�z O O Wm0 W O
$vsa raA z>+m zrnd wC7a Uva&n� wz3 <a w3IA. d� xw �,3oaa TOTAL (ALL PAGES)
ITEM UNIT ITEM DESCRIPTION CITY CITY QTY CITY CITY QTY CITY CITY QTY QTY CITY
1 EA Sign -Project Designation ~ Install 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
3
LF
Curb & Gutter ~ Replace (In sections as directed by Inspector)
895
70
11150
50
0
130
100
655
150
280
700
41180
61075
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
5
SF
Driveway ~ Remove (any type)
630
0
720
135
0
180
0
11080
0
0
0
2,745
41275
6
SF
Driveway-6 Inch Install
630
0
720
135
0
180
0
11080
0
0
0
21745
41275
7
SF
Driveway- 6 Inch Install (exposed aggregate)
0
0
0
0
0
0
0
0
0
0
0
0
0
8-
SF
Walk ~ Remove
0
0
450
0
0
0
0
0
0
0
0
450
950
9
SF
Walk-4 Ft ~ Install
0
0
450
0
0
0
0
0
0
0
0
450
950
10
SF
Walk -Exposed Aggregate Install
0
0
0
0
0
0
0
0
0
0
0
0
0
11
SF
Walk-ADA Wheelchair Ramp ~ Remove
0
0
0
0
0
0
0
0
0
0
0
0
180
12
SF
Walk-ADA Wheelchair Ramp ~ Install
0
0
180
0
0
0
0
270
0
0
0
450
630
13
SY
Pavement -Valley Gutter ~ Remove
0
0
0
0
0
0
0
0
0
0
0
0
0
14
SY
Pavement -Valley Gutter ~ Install
0
0
150
0
0
0
0
0
0
0
0
150
300
15
EA
Inlet -Top of 5 Ft Drainage Inlet — Replace
0
0
0
0
1
0
0
1
0
0
0
2
2
16
EA
Inlet -Top of 10 Ft Drainage Inlet ~ Replace
1
0
1
0
0
0
1 0
0
0
0
0
2
3
17
LF
Pipe -Sub Drain-6 Inch Perforated ~ Install
0
0
0
0
0
0
0
0
0
0
0
0
0
18
SY
Pavement-8 Inch -Pulverization � Rehab
7,802
0
0
0
750
0
11186
5,800
0
0
31200
181738
25,093
19
CY
Pavement -Unclassified Street Excavation ~ Remove
0
0
0
0
0
0
0
0
0
0
0
0
0
20
TON
Pavement -Cement Modification-26 Ib/sy � Install
101
0
0
0
10
0
15
75
0
0
42
244
326
21
CY
Subgrade-Crushed Limestone For Misc.Placement ~ Install
0
0
0
0
0
0
0
0
0
0
0
0
0
22
CY
Subgrade-Remove & Replace_Replace (Asphalt Base Repair)
0
11
100
0
0
19
0
0
28
0
0
158
243
23
TON
Pavement-HMAC Level Up ~ Install
0
6
66
3
0
8
0
0
6
9
0
98
233
24
LF
Pavement-2 Inch to 0 Inch Wedge Miling Depth 5.0 Ft Wide~lnstall
0
19400
10,240
620
0
11700
0
0
13000
23120
0
172080
38,290
25
EA
Pavement -Butt Joint -Milled — Install
0
2
12
2
0
2
0
0
2
2
0
22
44
26
SY
Pavement-2 Inch Surface Milling ~ Install
0
0
27,410
0
0
0
0
0
212
0
0
27,622
32,109
27
LF
Pavement -Crack Sealing _ Install (of Existing Pavement)
0
11160
11,947
483
0
11417
0
0
11056
11708
0
173771
41,323
28
SY
Pavement-2 Inch -Surface Course -Type D Mix~ Install
7,802
23320
23,894
965
750
2,834
1,186
5,800
21112
3,416
3,200
549279
109,719
29
EA
Speed Hump -Striping On Speed Cushion Install (30' Wide Street)
0
0
0
0
0
0
0
0
0
0
0
0
0
30
EA
Speed Hump -Striping On Speed Cushion Install (40' Wide Street)
0
0
0
0
0
0
0
0
0
0
0
0
0
31
EA
Valve Box~ Adjustment
6
1
5
0
1
3
2
6
0
1
4
29
56
32
A
FEA
Meter Box _ Adjustment
0
0
0
0
0
3
0
0
0
0'
0
3
3
33
Manhole _ Adjustment
6
1
6
0
1
3
1
3
0
2
0
23
47
34 1 EA Mobilization ~ Services
0
0
0
0
0
0
0
0
0
01
0
0
0
Franchise Utility Manholes (Identified As / Number of)
0
0
0
0
0
0
0
0
0
0,
0
0
0
Monthly Pickup of Bulky Items
Week of the 1st
Monday of the
Week of the 1st
Monday of the
N/A
Week of the
1st Monday of
N/A
Week of the
1st Monday of
Week of the
1st Monday of
N/A
N/A
Week of the
1st Monday of
N/A
month
month
the month
the month
the month
the month
Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days
Tuesday
Tuesday
NIA
Tuesday
N/A
Thursday
Thursday
N/A
N/A
Thursday
N/A
ON ALL STREETS IN THIS CONTRACT, THE CONTRACTOR MAY WORK DURING THE DAY, BETWEEN 7:00 A.M. UNTIL 7:00 P.M.