Loading...
HomeMy WebLinkAboutContract 40672-U (2)SPECIFICATIONS AND CONTRACT DOCUMENTS FOR HMAC SURFACE OVERLAY (2010-2) ATV ARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS 1111 Cfll'f flOI: __ COIITRAC10lt COIDACTOR'S IONDII ::z:CITY SECRETARY --· CITY MANAGER'SOFFIC __ IIIGINEERING DIV. __ tN-FUcon CITY PROJECT NO: 01459 CITY SECRETAR)t / A/ _ -i..r- CONTRACT NO. r U<.p TJ TPW PROJECT NO: C293-541200-207620145983 2010 MIKE MONCRIEF MAYOR DALE A. FISSELER, P.E. CITY MANAGER WILLIAM A. VERKEST, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ANDY ANDERSON, P.E., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT INFRASTRUCTURE GROUP 08-09-10 r Off\C\AL RECORD \1;{. SECRETARY Po 3 ~ fi'.NWORTH, TX _1 M&CReview Page 1 of2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORTWORTH ~ COUNCIL ACTION: Approved on 7/13/2010 -Ord. No. 19223-07-2010 DATE: CODE: 7/13/2010 REFERENCE NO.: C-24335 LOG NAME: C TYPE: PUBLIC NON-CONSENT HEARING: 20HMAC 2010- 2 NO SUBJECT: Authorize the Execution of a Contract with Austin Bridge & Road, LP., in the Amount of $1,244,600.00 for Hot Mix Asphaltic Concrete Surface Overlay 2010-2 at Various Locations and Adopt Appropriation Ordinance (COUNCIL DISTRICTS 3, 5 , 6 , 7 , 8 and 9) RECOMMENDATION: It is recommended that the City Council: 1. Authorize the transfer of $622,300.00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $373,380 .00 and to the Sewer Capital Projects Fund in the amount of $248,920.00 ; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $373,380.00 and the Sewer Capital Projects Fund in the amount of $248,920.00 from available funds ; and 3. Authorize the City Manager to execute a contract with Austin Bridge & Road, LP., in the amount of $1,244,600.00 for 240 calendar days for Hot Mix Asphaltic Concrete Surface Overlay 2010-2 at various locations that are listed on the attachments provided . DISCUSSION: In the Fiscal Year 2009-2010 Contract Major Maintenance Program, various types of street maintenance techniques are grouped into specific contract packages . Hot Mix Asphaltic Concrete (HMAC) Surface Overlay 2010-2 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. Since the Water Department has to construct water/sewer improvements in these streets, the Transportation and Public Works Department (TPW) and the Water Department plan a combined project to better coordinate the work, minimize disruption to the residents and reduce the cost of the project. The City of Fort Worth (City) reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains within plus or minus 25 percent of the contract award. This project was advertised for bid on March 18, 2010 and March 25 , 2010, in the Fort Worth Star- Telegram. On April 22, 2010 , the following bids were received: Bidders ~A~u~st~in~B~r~id~g~e~&~R~oa~d~,~L~.P~·===================~~=========='='~iil:IIAt:lll!~·ORD ~M~A~C~V~A~L~A~s~s~oc~ia~t~es~,~L~L~C~===============l~=========l=l~~;ECREJ'ARY ,TX - - M&CReview Page 2 of2 Peachtree Contraction, Ltd $1,364,932.00 JLB Contracting, LLC $1,450,449 .90 Austin Bridge & Road, L.P., is in compliance with the City's M/WBE Ordinance by committing to 29 percent M/WBE participation . The City's goal on this project is 16 percent. These projects are located in COUNCIL DISTRICTS 3 , 5 , 6 , 7 , 8 and 9. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund, the Sewer Capital Projects Fund and the Contract Street Maintenance Fund . TO Fund/Account/Centers 1&2) ~373,380.00 P253 476045 6071701459ZZ 1&2) ~248,920 .00 P258 476045 7071701459ZZ 2)P253 541200 607170145983 ~373,980 .00 2 P258 541200 707170145983 ~248,920.00 Submitted for City Manager's Office by: Originating DeRartment Head: Additional Information Contact: ATTACHMENTS 20HMAC 2010-2 AO.doc 20HMAC_ 2010-2 Various Locations.pdf 20HMAC_2010-2_MAE_PAGE_0_1._pdf 20HMAC__2010-2 MAP_PAG~0.2.pdf 20HMAC__2010-2_MAP ~PAGE 03.pdf 20HMAC__2010-2_MA_f_PAGE_04.pdf 20HMAC_2010-2 MAP~PAGE_OS.pdf FROM Fund/Account/Centers 1) PE45 5 8040 0609020 1)PE45 538040 0709020 3 P253 541200 607170145983 ~P258 541200 707170145983 C293 541200 207620145983 Fernando Costa (84 76) William Verkest (8255) Kristian Sugrim (8902) ~373,380.00 ~248,920 .00 ~373,380.00 248 920 .00 ~622,300 .00 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX http://apps.cfwnet.org/council _packet/me _review.asp?ID= l 3608&councildate=7/13/2010 7/21/201 0 .. CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO: l FOR HMAC SURF ACE OVERLAY (20 l 0-2) AT VARIOUS LOCATIONS CITY PROJECT NO: 01459 TPW PROJECT NO: C293-54l200-207620145983 The contract and documents for the subject project are hereby revised or amended to clarify the following: Work Completion: on page seven (P-7) of the Proposal should read "two hundred and forty" instead of "two hundred and ten". Therefore, strike through the "ten" and replace with "forty". Please acknowledge receipt of this addendum by inserting a signed copy of same into your proposal at the time of bidding. Failure to return a signed copy of this addendum maybe grounds for rendering the bid as non-responsive. Receipt Acknowledges: By: -------------- By: ~~~o.+~(7--,, -- Kristian Sug~ Project Manager SPECIFICATIONS AND CONTRACT DOCUMENTS FOR HMAC SURFACE OVERLAY (2010-2) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO: 01459 TPW PROJECT NO. C293-541200-207620145983 NAJIB F S, P.E. DATE INFRASTRUCTURE MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Minority and Women Business Enterprise Specifications 4. Proposal 5. Special Provisions 6. Item 360, Concrete Pavement (Modified Specification) 7. Prevailing Wage Rates 8. Vendor Compliance 9. Contractor Compliance with Worker's Compensation Law 10. Certificate oflnsurance 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. Street Locations 21. Street by Street Paving Quantity Determination Spreadsheet Sealed Proposals for the following : CITY OF FORT WORTH, TEXAS HOT IN-PLACE RECYCLING (2010-2) CITY PROJECT N: 01459 TPW PROJECT NO: C293-541200-207620145983 Submit package to City of Fort Worth , Purchasing Division, in the lower level of the Municipal Building, 1000 Throckmorton, Fort Worth, Texas 76102 until 1:30 P.M., Thursday, April 22, 2010, and then publicly read aloud at 2:00 P.M ., in the Council Chambers. Specifications and Contract Documents for this project may be purchased for twenty dollars ($20) per set at the office of the Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. These documents contain additional information for prospective bidders . A pre-bid conference will be held at 9:00 A.M. Tuesday, April 13, 2010, 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: 2,350 L .F. 74,400 S.Y. 3,000 L.F. 41,200 S .Y . 28,800 S.Y . 7,920 L.F. 10,240 S.F . Wedge Milling, 2-Inch to 0-lnch Deep, 5 Ft. Wide 2-Inch Surface Course Type "D" Mix New Concrete Curb & Gutter 8-Inch Pavement Pulverization 2 -Inch Surface Milling Remove and Replace Existing Curb & Gutters Remove and Replace 6" Concrete Driveways Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications . For additional information, please contact Kristian Sugrim, Project Manager at (817) 392-8902 . DALE A. FISSELER, P.E. CITY MANAGER Advertising Dates: March 18, 2010 March 25 , 2010 WILLIAM A. VERKEST, P .E ., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT Project 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 proofrequired 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 Transportation and Public Works Department at (817) 392- 8902. Bids that do not acknowledge all applicable addenda will be rejected as non- responsive. SPECIAL INSTRUCTIONS TO BIDDERS -I - - - 4. AW ARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7 .19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to SPECIAL INSTRUCTIONS TO BIDDERS -2 - the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City 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. 8 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 l 3A-2 l through l 3A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. WAGE RA TES: 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 of 2258.023, 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 SPECIAL INSTRUCTIONS TO BIDDERS • 3 . 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. 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 Director of Transportation and Public Works Department for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be SPECIAL INSTRUCTIONS TO BIDDERS -4 - - prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000 ,000 aggregate); and Automobile Insurance ($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 7 6102 , 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 premmm. 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 SPECIAL INSTRUCTIONS TO BIDDERS - 5 - - 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. 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. SPECIAL INSTRUCTIONS TO BIDDERS - 6 - 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 Transportation and Public Works Department ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed 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. SPECIAL INSTRUCTIONS TO BIDDERS -7 - • If the Contractor foresees a problem with submitting participation reports and /or proof of payment on a monthly basis, the M/WBE Office should be notified . If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion . 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. 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 cif 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. SPECIAL INSTRUCTIONS TO BIDDERS - 8 - 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 iist has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. 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. 16 . The Texas Commission on Environmental Quality (TCEQ)i 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 l 0:00 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 burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated AIR POLLUTION WATCH DAY, that day will be considered as a weather day and added onto the allowable weather days of a given month. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: SPECIAL INSTRUCTIONS TO BIDDERS -9 - 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 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. SPECIAL INSTRUCTIONS TO BIDDERS -IO - - 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: (I) provide coverage, based on proper reporting on 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 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 SPECIAL INSTRUCTIONS TO BIDDERS -11 - .- (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J . By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate SPECIAL INSTRUCTIONS TO BIDDERS -12 - 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. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS • 13 - FORT-WORTH -.._,, a W a .--City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE oal is not a licable . 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 f b % 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 responsive to the specifications. The Offeror shall deliver the MWBE documentation in person to the appropriate ~mployee of the managing _department and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated . A faxed copy will not be accepted. 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 goal : 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/suoolier work : opening date, exclusive of the bid opening date . 5. Joint Venture Form , if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date . FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BIO BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104. Rev . 11 /1/05 TRANSPORTATION AND Puauc WORKS BUSINESS SUPPORT DMSION W/MBE REQUIRED DOCUMENTATION RECEIPT Official Date and Time :i -'.?9-1 OP01 :28 RCVD Bid Date: _ ...... ~""'-=,f''----=-'---2......._~.,._, """"'"~_0,__.yo ______ _ Project Name: Jlm/1C. ~ Q, (c~D/0 -;2) Project Manager: ~; ~ Forms Submitted By Name:,~ ~- Company: ~ ~~· &J , () Forms Received By: Name: r~ s=fi:tn..Ut__~ fORTWORTH ·---......---- PRIME COMPANY NAME: vsr,~ t> fZ..1 PROJECT NAME : µ ,vW__ 5 v 12. fAl t- City's M/WBE Project Goal: 10 % City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT 1A Page 1 of 4 Check applicable block to describe prime M/W/DBE ;. NON-M/W/DBE I BID DATE ~ zz wrD Prime's M/WBE Project Utilization: PROJECT NUMBER 1.9 % O \4:f\ Identify all subcontractors/suppliers you will use on this project Failure to complete this form , in its entirety with requested documentation , and rece ived by the Managing Department on or before 5:00 p.m . five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications . The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geograph ic 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 111 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 are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators , and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs , including owner-operators, but will only receive credit for the fees and commissions eamed by the M/WBE as outlined in the lease agreement. Rev . 5/30/03 ·. fORTWOR TH ~ ATTACHMENT 1A Page 2 of 4 Primes are requi red to identify ALL subcontractors/suppliers, regardless of status ; i.e ., Minority , Women and no n-MNJBEs . Please list MNJBE firms fir st , use additi onal sheets if ne cessary. SUBCONTRACTOR/SUPPLIER T Company Name I Address e M Telephone/Fax r B E M5v 11'>0->'>-f(Z.rf.~ W...C t t-'3(Z 5,rll A"E~£. I "5 V ,-rt:. A f"o IZ.'T "'10 U,., I 1".,c. 1tvtl0 f': 81-r-'IZ:'4 -01~1.. (: 9t7-'12.~-,0.3'1 5,~S•Lt.-~ W1.-J"'1 P.o, 'oo-f: 1't'?BO I "),.(,,I ,v4..,J I 'f.r. 1 t, 11"1 f: i,1 -~ 411 -Zc,Sc.., f ·. t, 17 -i.,,.1-zo~ ~ Dvs-rt.01.-, lNL-- 'Z'IZ.':> """"'1 'le/ I ~O~NO !G-E I "f 'f 71, 2G. z. P ~ S11-4,0 · 3"1$'6 f ~ 911 -4.'tt -?'354 6i ,u: fµ,.) SlA ,. '""" ca, 11 J.t"'w"'" A.;£. I N· i,uH ... wP '°' ri.v.,1 ~ 11,if/)o f: 8n-s11-'lzq, f!: S11 -'5"71 ,qJ~ I ()IZ_Ot.t(. ?All h.>c.. f.~l~vS'f"/1~ r. " \ ~4~ ("1t"tz:epa,st. u.ct. ~r, ~ SotJf'tlLA"-', 1i. ,,01; _ '•, ~ t '7 -'Si'f • (p 2-'l..O ~·-'B ,, -~1"1-0'f12.. Certification (check one) N T C X w T D B R 0 E C T A ~ I N 0 n Detail Detail M Subcontracting Work Supplies Purchased w B E I / ./ C.ol'ltfl£.'t€-Wotl., U,-x:.1...~-t'-f AoJw: 'B It PvL--v~rV\f,~ t£M(U,.fr" l}lllc.c..AS~1f1EP 6,,t(AI/ YI\£ C>t-.-C;-M I LJ...t..r~ 6 IYfT .Jo• '-l'T-> S v R rME-M I u... .,.n:, Soo e.oA,o "V MPS Dolla r Amount '1J 112,2.20.00 'ft 44, ?Z:5. 00 fl 7, ~40. o• 11, g 1 z._oo. (?V Rev . 5/30/03 ATIACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e ., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary . Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name I N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A Rev . 5/30/03 FORT WORTH --...,..--- Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $ ATIACHMENT 1A Page 4 of 4 311 1 455 .00 2 .\l,f 14 5, <::)O TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ '5B 5 , -zo o , o0 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination . By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The 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 employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of time not less than one ( 1) year . . ~C@- Authorlzedignature Printed Signature Title Contact Name/Title (if different) Company Name Telephone and/or Fax ) I 214 -6jt.:, -73j5 Address E-mail Address City/State/Zip Date I Rev . 5/30/03 TO: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH, TEXAS 76102 FOR: H.M.A.C. SURFACE OVERLAY (2010-2) AT VARIOUS LOCATIONS CITY PROJECT NO: 01459 P R O P O S A L TPW PROJECT NO: C293-541200-207620145983 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Transportation and Public Works Department of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Payment and Maintenance Bonds acceptable to and approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to-wit: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS S.P. S.P. 104 502 S.P. 1 2 3 2EA. LUMPSUM 7,920 L.F. Project Designation Sign @ ..a;T....;.w'""o'-H=u~n""'d .... r .... ed""------Dollars & No Cents Per Each Utility Adjustment @ .... S~ix'-T~h .... ou~s'-a~n_d~ _____ Dollars & No Cents Per L.S. Remove and Replace Concrete Curb & Gutter @ \ \N £.N"'r'{ Dollars & NO Cents Per L.F . P-1 UNIT PRICE $200.00 $6,000.00 TOTAL AMOUNT BID $400.00 $6,000.00 .J /5e t 4ttJ . oD SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AM OUNT BID 502 4 3,000 L.F. New Concrete Curb & Gutter @ S.P. Twf:t...lT'( Dollars & t,.\o Cents Per L.F. $L oV :J to, ooo. "'0 D. 104 5 10,240 S.F. Remove and Replace 6-lnch 504 Concrete Driveway @ S.P. 5\~ Dollars & it. 00 ~ ~·00 NO Cents Per S.F. 6 I .Pi> ~ ( • 104 6 500 S.F. Remove and Replace 6-Inch 504 Exposed Aggregate Concrete S.P. Driveway @ ~\&t HT Dollars & '$ 8 , so .-J ~,Z5o. iJO rtF"'f'{ Cents Per S.F. 504 7 4,500 S.F. New 6-lnch Concrete Drivewa y@ S.P. "F"", \J E-Dollars & :5 f:" f.lJT"'f Pi"c:... Cents Per S.F. ~6, ;5 fr 2~&75, OD 104 8 1,550 S.F. Remove and Replace 4-Inch 504 Concrete Sidewalk @ S.P. F, \I£ Dollars & '1 ?. OD J/.7, 15D, ()o NO Cents Per S.F. ' 104 9 100 S.F. Remove and Replace 4-Inch 504 Exposed Aggregate Sidewalk @ S.P. 5t:\Jt::.N Dollars & fJ 7, 5 0 fl 750. Ji) f1fr'( Cents Per S.F. 504 IO lOOS .F . New 4-Inch Concrete Sidewalk @ S.P. ~1'1~ Dollars & NP Cents Per S.F. ,J ?. oo j/ 500. ()D 104 11 300 S.F. Remove Existing Wheelchair Ramp and 504 Install Standard 4-inch ADA Wheelchair S.P. Ramp (with detectable warning Dome- Tile surface)@ TvJE~T'( 01',.\£-Dollars & 1t z,. r)b ~ b ,'300, "~ t:JQ Cents Per S.F. P-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 504 12 100 S.F. New 4-Inch ADA Wheelchair S.P. Ramp (with detectable warning Dome-Tile surface @ 1\/'JE..tsr:i Vt-.)£. Dollars & l)O h /00. oO t\l-o Cents Per S.F. $ 21. $ 104 13 90S.Y. Remove and Replace Existing Concrete 360 Valley Gutter @ S.P. f:'._ t Gt H-rt A -JE-Dollars & $ '8 5 . OD I '15D, iJU ND Cents Per S.Y. $ 360 14 310 S.Y. New Concrete Valley Gutter @ S.P. ONC. l~u,J O(U .. P Dollars & ND Cents Per S.Y. $ /00 , OD $ 31, ODO, 0 " S.P. 15 1 EA. Remove and Replace 5-Ft Storm Drainage Inlet Top @ T~~ T\-\o v<:,.!\N C> Dollars & ~o Cents Per Each 2 000 oiJ $ 1 . $ 2,000. oO S.P. 16 3EA. Remove and Replace 10-Ft Storm Drainage Inlet Top @ -~ l) Tt-tov':>A.1110 r.~~ 11 ,..,P£fPDollars & "10 Cents Per Each $ 2':JDO . .,v $ 1t 500, oD • 402 17 100 L.F. 6-Inch Subdrain Pipe@ 500 ~£_\....\I&. 620 ~11.;:g .,,J\'.C> Dollars & S.P. NC Cents Per L.F. $ 12. oo $ 11 Zoo. "0 275 18 41,200 S.Y. 8-Inch Pavement Pulverization @ S.P. T\b.lO Dollars & 5€. \) LJJ"f '{ h\Jf Cents Per S.Y. 2 7'!; $ I $ I r13Do. <11() 275 19 540 Tons Cement Modification (26 lbs/sy) @ S.P. DtJ€-\-tutJ Ol-€-o Ft11e Dollars & NO Cents Per Ton $ /05. l)O 5b, 7oD. oo $ P-3 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 106 20 930 C.Y. Unclassified Street Excavation @ S.P. Tw~ Thfl-t:6--Dollars & "1D Cents Per C.Y . $23. ()0 $ 21 1 3e:to. "0 247 21 100 C.Y. Crushed Limestone @ S.P. h F,.'l Dollars & ? .:)0 NO Cents Per C.Y . $ o. $ ,5 000, uD 300 22 80 C.Y. Asphalt Pavement and Base Repair @ 310 T"'wO H-UND(U.{) Dollars & 340 NO Cents Per C. Y. $2..DO, oo Lb. ooo, 00 S.P. $ j 300 23 80 Tons HMAC Pavement Level-Up @ 310 -s, ¥.'T" r wO Dollars & 340 Ft f'T'"'l S.P. Cents Per Ton $ t.z. so 5,000, c,o $ S.P. 24 2,350 L.F. Pavement Wedge Milling 2-Inch to 0- Inch Depth, 5.0 Ft Wide @ er-le£ Dollar & Ft F-,y L '0 :>, 5Z5. oo Cents Per L.F. $ $ S.P. 25 20EA. Butt Joint Milling @ Fo"c. ~U..vDtZ..W Dollars & ND Cents Per Each 400 QO e oo $ I $ ,oov. S.P. 26 28,800 S.Y. 2-Inch-Surface Milling@ ntJ£ Dollars & Tld 1te---r'{ Cents Per S. Y. I ~o 37,440, 00 $ I $ , 300 27 12,500 L.F. Crack Sealing of Existing Pavement @ S.P. Nt) Dollars & £\~Ht'(, Cents Per L .F. o.~o lO. OoO, 00 $ $ • P-4 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS 300 310 340 S.P. S.P. S.P. 450 S.P. 406 450 S.P. S.P. 450 S.P. 28 29 30 31 32 33 34 74,400 S.Y . SEA. 1 EA. 10 EA. 30 EA. 60EA. lOEA. 2-Inch HMAC Surface Course Type "D" Mix @ ___ $_£~\1~£..N _____ Dollars & ___ F=°_\ v_L ___ Cents Per S.Y. Removal and Replacement of 30-Ft HMAC Speed Cushion w/stripping @ ---~®-____ Cents Per Each Removal and Replacement of 40-Ft HMAC Speed Cushion w/stripping @ ___ ....,.J..,.o ____ Cents Per Each Water Valve Box Adjustment With Steel Riser @ One hundred and twenty five Dollars & No Cents Per Each Water Valve Box Adjustment With Concrete Collar @ Three hundred and fifty Dollars & ________ Cents Per Each Water Meter Box Adjustment @ -=-T-=h=ir""'ty._fi=1v:...:e'-------Dollars & ----=N-'"'o"--___ Cents Per Each Manhole Adjustment With Steel Riser @ Two hundred and fifty Dollars & No Cents Per Each P-5 UNIT PRICE $ (, oS $ /2-'5 D • oD $125.00 $ 350.00 $ 250.00 TOTAL AMOUNT BID $ 5ZL/ f 520. OD $ {c;, Z.60 , oO $1,250.00 $10,500.00 $2,100.00 $2,500.00 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 406 35 50EA. Manhole Adjustment With 450 Concrete Collar @ S.P. Four hundred and fifty Dollars & No Cents Per Each $ 450.00 $22,500.00 S.P. 36 240 EA. Painting House Curb Addresses @ r1r1€6....J Dollars & "'P Cents Per Each $ 15, oO $ 3 &DD · 00 I S.P. 37 2,240 S.Y. Grass Sod Replacement@ Fouf--Dollars & NO Cents Per S.Y. 4 oo $ ' $ g,Ctt.o. ,o S.P. 38 2EA. Re-Mobilization @ Five hundred Dollars & No Cents Per Each $ 500.00 $1,000.00 TOTAL BID P-6 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20. 04 (F) of the Texas Limited Sales, Excise and Use Tax Act . Taxes. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract documents within two hundred and ten (240) Calendar Days from and after the date for commencing work as set forth in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached deposit check in the sum of -~~-\~~~£..~~r"'_C~tc:..~L~£~1'ff=-..,.__~O~r-~Tl-t'----'--£=---.......c..Gt_e~t:..A.~T~£~~~r~~A~M---'-O_~_NT~_"c>_I_C> _ ______________________ Dollars ($ 570 ~A6 ) 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) working 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) working 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) ft Addendum No. 2 (Initials) Addendum No. 3 (Initials) (Seal) Date: ------------ P-7 Respectfully submitted, Avsi;,, £,,,J)e Jg <v.l L./J-I Company Name By:~~ / Signature P rinted ame of Principal Address: 1,.1 30 (._-u,, ;),,ve Sl~;s.,. I ln.1,·-:"I /'~ JS c&J E-mail Addre s'~: )~e ... /,'t:,f .. -4b,.-/,.J.c c. ......... Telephone: z1~~S ~b· ?J SPECIAL PROVISIONS FOR: H.M.A.C. SURFACE OVERLAY (2010-2) ATV ARIOUS LOCATIONS CITY PROEJCT NO: 01459 TPW PROJECT NO: C293-541200-207620145983 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 driveway s 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 and 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) working days of the notice given by the Construction Engineer for any locations . If the contractor fails to begin the work within ten (10) working day s, 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 SP-1 contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. All short turnouts that intersect with a street to be repaired shall be included in this contract, even though they may not be listed with the street locations at the back of this document, due to their size. The contractor shall verify these locations with the Construction Engineer prior to construction. The construction of these turnouts includes; but, is not limited to, milling, cleaning, tack coating, overlaying and facility adjusting. Total quantities given in the bid proposal may not reflect actual quantities , but represent the best estimate based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. 2. AW ARD OF CONTRACT: Contract will be awarded to the lowest responsible bidder. 3. SUBMITTALS FOR CONTRACT AWARD: The City reserves the right to require the 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, 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 I, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. SP-2 The contract time will be counted from the date set at the pre-construction conference and will continue until a time the inspector determines the project is ready for a final inspection . At that time a final inspection will be scheduled . If in the opinion of the inspector the project has not been made ready, the final inspection will be cancelled and time will continue to be counted . A five working day period is required for the rescheduling of a final inspection. The Contractor also agrees to complete the final punch list within ten ( I 0) working days after receiving it. If the Contractor fails to complete the work within ten (I 0) working days, the counting of the number of days to complete the Contract will resume and liquidated damages shall be charged, as outlined in Part I, 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 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 IO days from the date that the letter is received, to 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 contracted 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 . SP-3 C. Any notice that, in the City's sole discretion, is required to be provided to interested individuals will be distributed by the Construction Engineer. D . Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Construction Engineer will, if necessary, then forward updated notices to the interested individuals . E . If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract; the bonding company will be notified appropriately. 6. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. 7. CONSTRUCTION SPECIFICATIONS: This contract and projects 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 of the Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item in the Proposal. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. 8. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents SP-4 intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 9. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No . 14 for further requirements. 10. TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer @817-392-8712 at least IO working days prior to the preconstruction conference. Although work will not begin until the traffic control plan 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 817-392-7738), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign SP-5 can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic upon the approval of the City Engineer. Work shall not be performed on certain locations/streets (primarily arterials) during "peak traffic periods (7 a.m. to 9 a .m . and to 4 p.m. to 6 p .m.)"; or, as determined by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ." See "Street By Street Quantity Determination Spread Sheet", in the back of this document, for designated locations. The contractor will be responsible for coordination, of proposed construction activities, with public or private school administration. The proposed construction activities shall accommodate school operating schedules, including school bus/parent drop off and pick up periods. The contractor shall provide proper traffic and pedestrian control to ensure safety at all times. Construction areas shall be properly barricaded/fenced to prevent public entry. 11. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any street in this contract, the contractor shall, prepare and deliver a notice/flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice/flyer shall be posted three (3) working days prior to beginning construction activity along each street. The flyer shall be prepared on the Contractor's letterhead and shall include the following: o Project name/Contract name o Project number o Expected dates of construction o Contractors and project inspector's contact information A sample notice/flyer is included in the contract documents. The Electronic version of the notice/flyer can be obtained from the Office of the Transportation and Public Works Department (817) 3 92-8902 SP-6 It will be the contractor's responsibility to create and distribute a follow-up notice/flyer informing residents if for any reason work should stop on a project for more than five (5) working days after construction begins. The flyer should also include the anticipated date of when the work will begin again . It will be the contractor's responsibility to re-distribute a three (3) working day notification/flyer prior to beginning the construction activity . In addition, all copies of the notice/flyer shall be delivered to the City inspector for his review prior to distribution. The contractor will not be allowed to begin construction on any street until the flyer is delivered to all residents of the street. All work involved with the notice/flyer shall be considered subsidiary to the contract price and no additional compensation shall be made . 12. PAYMENT: 13. Payment will be made to the contractor twice a month for work completed during the pay periods ending on the 15th and the 30th day of each month. Checks (less 5% retainage) will be sent to the contractor within the two (2) week window following each payment period. Payment of the retainage will be made with the final payment upon acceptance of the project. See Special Instructions to Bidders Item No. 14 forfurther requirements. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. SP-7 - - 14. DETOURS AND BARRICADES: 15. 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 nd Warning and/or Detour Signs", Item 524, and/or as shown on the plans. Construction signage and barricades shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices, Vol. No. 1 ". DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Transportation, 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. I 0056) 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 the 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 Transportation, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section . No temporary storage of material, rubble, equipment or vehicles within parkway is allowed. Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the satisfaction of City Engineer. SP-8 - - - 16. ZONING REQUIREMENTS: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 17. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 18. CONSTRUCTION SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, special coordination with schools (see Item No. 10 Traffic Control for details), including project clean up, and allow the contractor to complete the work in the allotted time. Contractor will not move onto 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: (I) A warning sign not Jess than five inches by seven inches , painted yellow with black letters, that are legible at twelve feet shall be placed inside and outside vehicles such as cranes , derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING --UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." SP-9 ..- - -- - (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 to the power company (TXU Electric Delivery) which will erect temporary mechanical barriers, de-energize the line, or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth . The notifying department shall maintain an accurate log of all such calls to TXU Electric Delivery and shall record action taken in each case. (4) The Contractor is required to make arrangements with 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 the 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 the Contractor involving transactions relating to this contract. Contractor agrees that the 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 the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents , papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may be requested by City . City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made . SP-10 - - 21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: 22. Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition , Contractor covenants and agrees to indemnify , hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees , subcontractors , licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of the City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of the City, its officers, servants or employees. In the event the 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 the City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides the 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. 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 approved, 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 SP-11 - - - 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 "s ubstitutions" shall be applicable to all sections of these specifications. 23. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor, at his own expense. 24. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 25. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained written permission from the property Owner. A copy of the written permit shall be provided to the assigned inspector prior to utilization of the property. 26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. And it shall be the contractor's responsibility to call DIG- TESS prior to construction activities on any street. 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". SP-12 - - 28. CONSTRUCTION: 29. The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub-contractors must comply with this program as a condition of the contract. All active sewer manholes, regardless of depth , are defined, as "permit required confined spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces (e .g. vacuum te sting, cleaning, televising, construction , etc .). QUALITY CONTROL TESTING: (a) The contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphalt and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete . The contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than twenty four (24) hours notice shall be provided to the City by the contractor for operations requiring testing. The contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. SP-13 (e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. NON-PAY ITEM NO: 1 -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO: 2 -REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY LANE TAPE: The Contractor shall be responsible for the documentation of all street markings prior to the removal and disposal of the pavement markings. All traffic buttons shall be removed from the existing asphalt surface before resurfacing begins. The contractor shall be responsible for the removal and disposal of all buttons and markings. Upon completion of the job the City will install new buttons after proper notification. The contractor shall also be responsible for all materials, equipment and labor to place temporary adhesive lane marking tape to control and direct traffic in the same way as they were prior to start of construction. Any corrective action required on the temporary lane markings shall be the total responsibility of the Contractor and at no extra cost to the City. The contractor shall notify the Construction Engineer and T/PW Traffic Services to arrange for the replacement of the buttons and adhesive lane markers ( arrows, etc.). All costs to the contractor shall be figured as subsidiary to this contract. 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. SP-14 f, -- The contractor shall attempt to include the Construction Engineer or his designee (if available) in the observation and marking activity. In any event, a street shall be completely marked a minimum of five (5) 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 shall exposed and clean them. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly . The following are utility contact persons: Company SBC -Telephone TXU Electric Delivery: Downtown Other than Downtown Atmos Energy (Gas) CFW -Street Light CFW -Light Signal CFW -Pavement Marking CFW -Storm Drain CFW-Water CFW-Sewer Telephone Number 817-338-6202 214-384-3732 Cell 817-215-6424 817-215-6688 817-215-4366 469-261-2314 Cell 817-392-7738 817-392-8775 817-360-6364 cell 817-392-8107 817-392-5196 817-212-2699 817-925-2360 Cell 817-212-2699 817-944-8399 Cell SP-15 Contact Person Mr . Gary Tillory Mr. Scott King Mr. Robert Martinex Mr . John Crane Mr. James Turner Mr. Ken Brock Mr. Chuck Snyder Mr. Juan Cadena Mr . Roger Hauser Mr. Rick Davis All cost associated with scheduling pavement installation around "solid waste pick-up days" shall be considered incidental to the project contract amount and no additional compensation shall be allowed. NON-PAY ITEM NO: 9 -AGREEMENT OF QUANTITIES The streets will be measured and all quantities per street will be documented, a copy of the measured quantities will be provided to the contractor. If the Contractor in agreement of the measured quantities, then the Contractor is required to sign it and return it with in five (5) working days . If the Contractor is not in agreement, then the Contractor is required to, within five (5) working days , arrange a field trip with the assigned inspector to show proof of the difference. PAY ITEM NO: 1 -Project Designation Sign: The contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer . The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of% inch fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs , furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The pre bid unit price per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 2 -Utility Adjustments: SP-19 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 neces sary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer . Should the Contractor damage service lines due to his negligence , where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense . Contractor shall immediately cap the broken sprinkler system lines , and must notify th e inspector prior to replacements. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. PAY ITEM NO: 3 -Remove and Replace Concrete Curb & Gutter: This item shall include the removal and replacement of all failed existing curb and gutter in sections, as designated by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see City Standard Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S5B. Pay limits for laydown curb and gutter are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut the curb and gutter and/or pavement prior to removal. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No . 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9-inch out from the gutter lip. The street void shall be SP-20 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. Contractor shall backfill behind the curb within five (5) working days from the day of completing the curb and gutter, if the contractor fails to complete the backfill within five (5) working days,$ I 00 dollar liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order for the curb and gutter to be accepted and measured as completed. Top soil as per specification Item No . 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. The unit price bid per linear foot shall be full compensation for all materials , labor, equipment and incidentals necessary to complete the work . PAY ITEM NO: 4 -New Concrete Curb & Gutter: This item shall include the construction of new standard concrete curb and gutter with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see City Standard Specifications item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S5B. Pay limits for laydown curb and gutter are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut the curb and gutter and/or pavement prior to removal. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M .A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. SP-21 Contractor shall backfill behind the curb within five (5) working days from the day of completing the curb and gutter, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order for the curb and gutter to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade . Cost of back filling, top soil, and grading shall be included in this pay item. 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 -Remove and Replace 6-Inch Concrete Driveway: PAY-ITEM NO: 6 -Remove and Replace 6-Inch Exposed Aggregate Driveway: Pay items No. 5 and No. 6, shall include the removal and replacement of any type of existing concrete driveways, as designated by the Construction Engineer, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing these items, see City Standard Specifications Item No. I 04 "Removing Old Concrete" and Drawing Nos. S-S5, and Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal Concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Exposed concrete aggregate driveway surface shall be seeded with pea gravel. Exposed concrete aggregate wash off water is silty, high in alkalinity and may contain harmful chemicals; therefore, wash off water shall not be discharged into storm sewers and drainage ditches or streams. SP-22 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. 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 driveway. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Contractor shall backfill around the driveway within five (5) working days from the day of pouring the driveway, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order for the driveway to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. The unit price bid per square feet shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO: 7 ~ New 6-Inch Concrete Driveway: This item shall include the construction of new standard concrete driveways, as designated by the Construction Engineer with same day haul-off of the removed material to a suitable dump site. For specifications governing these item, see City Standard Specification Item No . 504" Concrete Sidewalk and Driveways", Drawing Nos. S-S5, and Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal SP-23 All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Exposed concrete aggregate driveway surface shall be seeded with pea gravel. 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 driveway. The pay limit will be 9-inch out from the gutter lip . The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos . 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Contractor shall backfill around the driveway within five (5) working days from the day of pouring the driveway, if the contractor fails to complete the backfill within five (5) working days, $100 dollar liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order for the driveway to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. 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 -Remove and Replace 4-Inch Concrete Sidewalk: PAY-ITEM NO: 9-Remove and Replace 4-Inch Exposed Aggregate Sidewalk: Pay items No. 8 and No. 9, shall include the removal and replacement of any type of existing concrete sidewalk, as designated by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing these items, see City Standard Specifications Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". SP-24 All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. The exposed concrete aggregate sidewalk surface shall be seeded with pea gravel. Exposed concrete aggregate wash off water is silty , high in alkalinity and may contain harmful chemicals; therefore, wash off water shall not be discharged into storm sewers and drainage ditches or streams. 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 ts obtained, or, unless otherwise directed by the Engineer or his authorized representative. Contractor shall backfill around the sidewalk within five (5) working days from the day of pouring the sidewalk, if the contractor fails to complete the backfill within five (5) working days, $ I 00 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order forthe sidewalk to be accepted and measured as completed. Top soil as per specification Item No . 116 "Top Soil", if needed, shall be added and leveled to finishing grade . Cost of back filling, top soil, and grading shall be included in this pay item . The unit price bid per square feet shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO: 10-New 4-Inch Concrete Sidewalk: This item shall include the construction of new standard concrete sidewalk, as designated by the Construction Engineer with same day haul-off of the excavated material to a suitable dumpsite. For specifications governing this item, see City Standard Specification Item No. 504 "Concrete Sidewalk and Driveways". All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) calendar days . SP-25 Contractor shall backfill around the sidewalk within five (5) working days from the day of pouring the sidewalk, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade, and shall be completed in order for the sidewalk to be accepted and measured as completed. Top soil as per specification Item No . 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling , top soil, and grading shall be included in this pay item. The unit price bid per square feet shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO: 11 -Remove Existing Wheelchair Ramp and Install Standard 4-Inch ADA Wheelchair Ramp (with detectable warning Dome-Tile surface): This item shall include removing the existing wheelchair ramp and installing Standard 4-inch ADA wheelchair ramp that includes a detectable warning Dome-Tile surface at various locations as 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 enclosed details for Wheelchair Ramp (with detectable warning Dome-Tile surface, and City Standard Specifications Item No. 104 "Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified. All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Contractor shall sawcut existing sidewalk, curb and gutter, and pavement prior to wheelchair ramp removal. The removal of existing curb and gutter as required for the replacement of existing wheelchair ramps shall be included in PAY ITEM NO: 3 -Removal and Replacement of Concrete Curb & Gutter, as determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the Accessibility Ramp Pay Limits detail (STR-032). The pay limit will extend from 9-inches outside the lip of gutter to the back of the curb . Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. SP-26 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. Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch and a maximum of 8-inch from the extension of the face of curb. Detectable warning Dome-Tile surface maybe curved along the comer radius. The method of Dome-Tile installation shall be in accordance with the manufactures instruction. Cost of detectable warning Dome-Tile and installation, shall be included in this pay item. Contractor shall provide a brick red colored Dome-Tile sample for approval 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. 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 wheelchair ramp. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Contractor shall backfill the wheelchair ramp within five (5) working days from the day of pouring the wheelchair ramp, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade, and shall be completed in order for the wheelchair ramp to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. The unit price bid per square feet, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. SP-27 PAY-ITEM NO: 12 ~ New 4-Inches ADA Wheelchair Ramp: (with detectable warning Dome-Tile surface): This item shall include the construction of new Standard 4-inch ADA wheelchair ramp that includes a detectable warning Dome-Tile surface at various locations as to be determined in field by the Construction Engineer, due to a situation where curb and gutter is replaced to adjust grades to eliminate ponding w ater with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see enclosed details for Wheelchair Ramp (with detectable warning Dome-Tile surface, and City Standard Specifications Item No. 104 "Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified . All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days . Contractor shall sawcut existing sidewalk, curb and gutter, and pavement prior to wheelchair ramp removal. The removal of existing curb and gutter as required for the construction of new wheelchair ramps shall be included in PAY ITEM NO: 3 -Remove and Replace Concrete Curb & Gutter, 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 the back of the 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. Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch and a maximum of 8-inch from the extension of the face of curb. Detectable warning Dome-Tile surface maybe curved along the comer radius. The method of Dome-Tile installation shall be in accordance with the manufactures instruction. Cost of detectable warning Dome-Tile and installation , shall be included in this pay item . SP-28 Contractor shall provide a brick red colored Dome-Tile sample for approval 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. 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 wheelchair ramp. The pay limit will be 9-inch out from the gutter lip . The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities . The Contractor shall backfill behind the wheelchair ramps within five (5) working days from the day of pouring the wheelchair ramp, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade, and shall be completed in order for the wheelchair ramp to be accepted and measured as completed. Top soil as per specification Item No . 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling , top soil, and grading shall be included in this pay item. The unit price bid per square feet, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 13 ~ Remove and Replace Existing Concrete Valley Gutter: This item shall include the removal and replacement of existing valley gutters, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutter removal. Sawcutting and removal of asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be included in this pay item. For specifications governing this item, see City Standard Specifications, Item No. I 06, "Unclassified Street Excavation", Drawing No . S-S6 and detail enclosed, TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 247 "Flexible Base SP-29 (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 tinning. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within five (5) working days. If the contractor fails to complete the work on each half within five (5) working days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. 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 valley gutter. The pay limit will be 9-inch out from the valley gutter. 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. The unit price bid, per square yard for Concrete Valley as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 14 -New Concrete Valley Gutter: This item shall include the construction of new concrete valley gutters, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. SP-30 Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutter removal. Sawcutting and removal of asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be included in this pay item. For specifications governing this item, see City Standard Specifications , Item No. I 06, "Unclassified Street Excavation", Drawing No. S-S6 and detail enclosed , TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos . 247 "Flexible Base (referenced), 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No. 360 "Concrete Pavement" (enclosed), shall apply . Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. Contractor may substitute 5 inch non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. All applicable provisions of Item No. 360 "Concrete Pavement" (enclosed) shall apply. Surface texturing shall be made with a medium broom in lieu of carpet drag or metal tinning. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within five (5) working days. If the contractor fails to complete the work on each half within five (5) working days, $100 dollars liquidated damage will be assessed per each half of valley gutter per day. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. I 06 "Unclassified Street Excavation", into the street to aid in the construction of the valley gutter. The pay limit will be 9-inch out from the valley gutter. The street void shall be filled with H.M.A.C . Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOTs "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. SP-31 The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 15 -Remove and Replace 5-Ft Storm Drainage Inlet Top: PAY ITEM NO: 16 -Remove and Replace 10-Ft Storm Drainage Inlet Top: Pay items No. I 5 and No. I 6, shall include the removal and replacement of a 7-inch thick drainage inlet top of 5-foot and feet drainage inlet openings, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. For specifications governing these items, see City Standard Specifications Item No. 450 "Adjusting Manholes and Inlets", as shown in the Drawing S-S02 and as directed by the construction engineer. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days . The unit price per bid, per each, will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY-ITEM NO: 17-6-Inch Subdrain Pipe: This item shall consist of furnishing and installing 6-inch subdrain and filter material as shown on the enclosed details, or as directed by the Engineer. All applicable provisions of standard Specifications Item 500 "SUBDRAINS", and Item No. I 06 "Unclassified Street Excavation ".shall apply . No specific location for this item is designated. Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. 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-ITEM NO: 18 -8-Inch Pavement Pulverization: PAY-ITEM NO: 19 -Cement Modification (26 lbs/sy): SP-32 All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item No. 275 "Cement Treatment (Road Mixed)" (referenced) shall govern the work. The City of Fort Worth, Texas will perform quality assurance tests and checks on the paving project materials during construction, to ensure compliance with the specifications. The sampling and testing of the materials shall be made at the expense of the City. In the event the sampling and testing does not comply with the specifications, all subsequent testing of the material, in order to determine if the material is acceptable, shall be furnished and paid by the contractor, as directed by the Engineer. Pulverization shall be completed within ten ( I 0) working days from the day of completing concrete work (curb and gutter, driveways, valley gutter, sidewalk) on any street. If the contractor fails to complete the work within ten (10) working days, $100 dollars liquidated damage will be assessed per block per day. 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 ex1tmg 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 tested for gradation as directed by the Engineer. Testing will be at a minimum of one test per 300 linear feet per lane. SP-33 Within five (5) working days from the day of completing the pavement pulverization, Portland cement shall be applied to the pulverized material at a rate of (26 pounds per square yards , 8-inch in depth). If the Contractor fails to complete the work within five (5) working day s, $100 dollars liquidated damage will be assessed per block per day. 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 forty eight (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 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 -2-Inch-Surface Course-Type "D "Mix. The Contractor shall complete micro-cracking, priming and overlaying the pulverized street within Five (5) working days from the day of the cement treated base has cured and approved by the Engineer. If the contractor fails to complete the work within five (5) working days, a $200 dollars liquidated damage will be assessed per block per day. SP-34 On pulverized and overlay streets that do not have existing curb and gutter, the Contractor shall finish the parkway with backfill. The backfill shall begin at the edge and elevation of the new 2 inch H.M.A.C. surface course and extend within the parkway, to existing ground surface, at the grade of one-fourth (1/4) inch per foot. There should be no voids in the backfill material, to the satisfaction of the Engineer. The unit price bid, per square yard of pavement pulverization and per ton of cement modification, shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. PAY-ITEM NO: 20 -Unclassified Street Excavations: This item will be used if additional excavation is needed that is not covered by PAY ITEM NO: 18 - 8-Inch Pavement Pulverization . 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 -HMAC Level Up, 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. 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: 21 -Crushed Limestone: SP-35 This item shall be used to repair the failed base materi a l in areas exceed 8-inch deep as directed by the Engineer. The material shall be graded crushed stone. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges", Item No . 247 "Flexible Base", shall govern this item. The unit price bid , per cubic yard, shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work . PAY ITEM NO: 22 ~ Asphalt Pavement and Base Repair: The contractor is to remove all existing deformed H.M.A.C. pavement and/or bad base material that show 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. 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. SP-36 The unit price bid, per cubic yard, shall be full compensation for all material s, la bor, equipment and incidentals necessary to complete the work. PAY ITEM NO: 23 -HMAC Pavement Level Up: This item shall be u sed to fill rut s, depres sions, level up pave ment section with Ty pe "D" surface mix (PG 64-22) prior to placing the asphalt surface overlay and where needed as directed by the Engineer in the field. All applicable prov isions 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 ex isting 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 Wedge Milling 2-Inch to 0-Inch Depth, 5.0 Ft Wide 1. Description This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2- inch and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5- feet. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The milled surface shall provide a unifonn 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 alon g 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 -Unclassified Street Excavation and replaced under PAY-ITEM NO . 23 -HMAC Level Up -Install , prior to placing H .M.A.C. SP-37 surface course. See PAY-ITEM NO: 20 -Unclassified Street Excavation, for further description of work. The wedge milling shall be completed within ten (10) working days from day of completing concrete work (curb and gutter, driveways, valley gutter, sidewalk) on any street. If the contractor fails to complete the wedge milling within ten (10) working days , $100 dollar liquidated damage will be assessed per block per day . The wedge milling operations shall be performed in a continuous manner along both sides of the street. Contractor shall complete overlaying the milled street within five (5) working days from the day of completing the wedge milling on any street. If the Contractor fail to complete the overlay within five (5) working days, then the wedge milling operations of new streets will be shut down, and liquidated damage of $200.00 per day per street will be assessed until all wedge milled streets are overlayed. Once the overlay begun on a street, it shall continue uninterrupted until completed. 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. SP-38 Subsidiary to this pay items, the Contractor shall haul-off all milled material to the City yards. The unit price bid , per linear feet, shall be full compe nsation for all milling , including milled material haul-off to City yards , tools , labor, equipment and incidentals necessary to complete the required work. PAY-ITEM NO: 25 -Butt Joint Milling: 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 -2- Inch to 0-Inch Pavement Wedge Milling Depth 5-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 0-nch 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 . SP-39 Measurement and Payment: Butt joints as prescribed above will be measured by the unit of each butt joint milled . The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications , will be paid for at the unit price shown in the proposal for "Butt Joints". Subsidiary to this pay items, the Contractor shall haul-off all milled material to the City yards. The unit price bid, per each, shall be full compensation for all milling, including milled material haul-off to City yards, tools, labor, equipment and incidentals necessary to complete the required work. PAY ITEM NO: 26 -2-Inch Surface Milling: This pay items shall consist of milling the existing pavement at a depth of 2-inch . All applicable provisions of PAY ITEM NO; 24 -2-lnch to 0-lnch Wedge Milling Depth, 5-Ft Wide 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 -Unclassified Street Excavation and replaced under PAY ITEM NO: 23 -HMAC Level Up , prior to placing H.M.A.C. surface course. See PAY ITEM NO: 20 -Unclassified Street Excavation, for further description of work. The surface milling shall be completed within ten (10) working days from the day of completing concrete work (curb and gutter, driveways, valley gutter, sidewalk) on any street. If the contractor fails to complete the surface milling within ten (10) working days, $100 dollars liquidated damage will be assessed per block per day . The surface milling operations shall be performed in a continuous manner for the entire block. After completion of the surface milling, Contractor shall complete overlaying the milled street within five (5) working days from the day of completing the surface milling on any street. If the Contractor fails to complete the overlay within five (5) working days , then the milling operations of new streets will be shut down , and liquidated damage of $200 .00 per day per street will be assessed until all milled streets are overlaid. Once the overlay begun on a street, it shall continue uninterrupted until completed . SP-40 Subsidiary to this pay items, the Contractor shall haul-off all milled material to the City yards. The unit price bid , per square yard, shall be full compensation for a ll milling, including milled material haul-off to City Yards, tools , labor, equipment and incidentals necessary to complete the work . PAY ITEM NO: 27 -Crack Sealing of Existing Pavement: After completion of wedge milling of those streets designated as Mill Overlay (MOL) on the street list in the back of this contract document book, the Contractor shall seal existing cracks Yi 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 -2-Inch HMAC Surface Course Type "D" Mix: All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts , Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense--Graded Hot-Mix Asphalt (Method)" (referenced) shall govern work of pay items No. 29 & 30. 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 . SP-41 The Contractor shall perform the Los Angeles abrasion , magnesium sulfate soundness, Micro-Deval and all other aggregate quality tests listed in Table I . 2. RAP will not be allowed, for use , in surface course Type "D" mix. • Under Item 340.2, Materials, D. Asphalt Binder: Furnish performance-graded PG 64-22 for H.M.A.C. surface course, level up and pavement/base repair or replacement. • Under Item 340.4, Construction, The City of Fort Worth, Texas will perform quality assurance tests and checks on the paving project materials during construction , to ensure compliance with the specifications and approved mixture design. The sampling and testing of the materials shall be made at the expense of the City. In the event the sampling and testing does not comply with the specifications, all subsequent testing of the material , in order to determine if the material is acceptable, shall be furnished and paid by the contractor, as directed by the Engineer. Samples will be taken for determination of asphalt content, aggregate gradation, and maximum theoretical specific gravity as determined by the Engineer. For each hot mix asphalt surface course placed, nuclear gauge in-place density testing will be performed at each 300-ft station. For each hot mix asphalt surface course placed, cores will be obtained to determine in- place density and thickness. The cores will be taken at the maximum interval of 300-ft (to coincide with field density locations). • Under Item 340.4, Construction, A. Mixture Design : The contractor shall furnish mixture design of the proposed hot mix asphalt, at or before the pre-construction meeting. The Contractor shall submit to the Engineer a mixture design prepared by an 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. SP-42 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 (JO-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 ITEM NO: 29-Remove and Replace 30-Ft HMAC Speed Cushion w/stripping PAY ITEM NO: 30 -Remove and Replace 40-Ft HMAC Speed Cushion w/stripping Pay items No. 29 and No 30, shall include the removal of existing Speed Cushions, and installing new standard 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 complete the installation of the speed cushion within ten (10) working days from the day of completing the overlay on any street, if the contractor fails to install the speed cushion within ten (10) working days, $100 dollars liquidated damage will be assessed per each speed cushion per day. Contractor shall notify the Construction Engineer 72 hours prior to installing any speed cushions. Contractor shall install speed cushion's pavement markings. SP-43 If the roadway is damaged during existing marker removal , the work shall be temporarily halted until consultation with the Construction Engineer. The pavement shall be repaired prior to new HMAC overlay. MATERIALS AND QUALITY REQUIREMENTS : I. Speed Cushions The speed cushions shall consist of H.M.A .C. Type "D" surface course (PG 64-22) with tack coat (SS-1) and compacted with vibratory hand roller. 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 Marking: 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. 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 Marking: 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. SP-44 - Stamark A380, which is manufactured by 3M. All applications shall be in strict compliance with all manufacturer recomme ndations. 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 by fax. Other mistakes shall be remedied within five days of written notification. Traffic Control of Pavement Marking: 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 . SP-45 - ... - The unit price per, bid per each, will be full compensation for all labor, equipment, material , tools, and all incidentals necessary to complete the work. PAY ITEM NO: 31 ~ Water Valve Box Adjustment with Steel Riser: This item shall include adjusting the tops of existing water valve with steel riser manufactured by American Highway Products or approved equal by the construction engineer to match proposed grade , steel water valve riser shal I be placed at the time of paving . Specifications and details of steel water valve riser (included at the end of this document), and Standard Specification Item No. 450 "Adjusting Manholes, shall apply except as herein modified. Contractor will be responsible for adjusting water valve boxes to match new pavement grade, the water valves themselves will be adjusted by City of Fort Worth Water Department forces . Prior to beginning of work, the Contractor shall make an inventory of the condition of existing water valve boxes . The Engineer will field verify this inventory and provide the Contractor 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 pre bid unit price , per each, will be full compensation for all labor, materials , equipment, tools , and incidentals necessary to complete the work . PAY ITEM NO: 32 ~ Water Valve Box Adjustment with Concrete Collar: This item shall include adjusting the tops of existing water valve with concrete collar to match proposed grade as shown on the detail at the back of this document or as directed by the Engineer . The concrete collar will be used only in case of steel ring riser CAN NOT be used as determined by the Engineer . Standard Specification Item Nos . 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. SP-46 - - - - 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. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Contractor shall completed the adjustment of the Water Meter Boxes within five (5) working days from the day of completing the HMAC overlay on any street, and street shall be open to traffic within ten (10) working days. If the contractor fails to complete the adjustments within five (5) working days, $100 dollars liquidated damage will be assessed per each water valve box per day . Prior to beginning of work, the Contractor shall make an inventory of the condition of existing Valves. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve covers. The contractor shall replace the valve 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. 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 -Water Meter Box 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 with Steel Riser: This item shall include adjusting the tops of existing manhole with steel riser manufactured by American Highway Products or approved equal by the construction engineer to match proposed grade, the steel manhole riser shall be placed at the time of paving. Specifications and details of steel manhole riser (included at the end of this document), and Standard Specification Item No. 450 "Adjusting Manholes, shall apply except as herein modified . SP-47 -Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City. Failure of the contractor to perform this inventory will place the total burden of replacement of any broken frame and cover on the contractor. Should the contractor identify any utility manholes other than those owned by the City of Fort Worth, TX, the contactor is encouraged to contact the owner and arrange the adjustment of the manhole cover. Payment for the work will be made by the individual Franchise Utility Company. The contractor is not entitled to any additional compensation or renegotiation with the City associated with the construction of this work. The 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 -Manhole Adjustment with Concrete Collar: This item shall include adjusting the tops of existing manhole with concrete collar to match proposed grade as shown on the detail at the back of this document or as directed by the Engineer . The concrete collar will be used only in case of steel rig riser CAN NOT be used as determined by the Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and lnlets" and 406 "Concrete for Structures" shall apply except as herein modified. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Contractor shall completed the adjustment of the Manholes within five (5) working days from the day of completing the HM.AC overlay on any street, and street shall be open to traffic within ten ( 10) working days. If the contractor fails to complete the adjustments within five (5) working days, $100 dollars liquidated damage will be assessed per each water valve box 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 SP-48 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 prefonned flexible butyl rubber or plastic sea ling compound for sealing interior and/o r exterior joints on concrete manhole sections, as per current City Water Department Special Conditions. Should the contractor identify any utility manholes other than those owned by the City of Fort Worth, TX, the contactor is encouraged to contact the owner and arrange the adjustment of the manhole cover. Payment for the work will be made by the individual Franchise Utility Company. The contractor is not entitled to any additional compensation or renegotiation with the City associated with the construction of this work . The pre bid unit price, per each, will be full compensation for all labor, materials , equipment, tools , and incidentals necessary to complete the work . PAY ITEM NO: 36 -Painting House Curb Address: This item shall include painting of house addresses on curb or driveway radiuses that are removed and replaced in this contract. Contractor shall complete the painting of house curb addresses within ten ( I 0) working days from the day of completing the HMAC overlay on any street, if the contractor fails to complete the work within ten (I 0) working days, $100 dollar liquidated damage will be assessed per block per day . • All materials shall be of recent product, and suitable for its intended purpose . • Surface preparation and application shall be in strict compliance with manufacturer 's recommendations. • The paint shall NOT be applied ; if the new concrete curb has aged less than a minimum of 28 days, and if weather condition may harm or damage the finish surface. • The background paint shall be equal to or exceed #5160 White Latex Striping paint manufactured by Kwal Paint or approved equal. • The letters paint shall be equal to or exceed #6306 Black Latex Exterior paint manufactured by K wal Paint or approved equal. SP-49 - • The minimum size for the background shall be 6" high x 16 " long, and the minimum size for the letters shall be 4" high. The unit price bid, per each, will be full compensation for all labor, material , tools , and incidentals necessary to complete the work. PAY ITEM NO: 37 -Grass Sod Replacement: This pay item shall consist of the replacements of a like grass sod that was removed under this contract due to the removal and replacement of driveways , wheelchair ramps, and curb and gutters as determined by the Engineer. All materials shall be of recent production , and suitable for their intended purpose . Contractor shall complete the replacement of the sod within ten (10) workin g days from the day of completing the HMAC overlay on any street, if the contractor fails to replace the sod within ten (IO) working days, $100 dollars liquidated damage will be assessed per block per day . Sod Products Specifications: • Sod shall consist of live and growing grass . • Grass shall have a healthy, virile root system of dense , thickly matted roots throughout and approximately one-(1) inch minimum thickness of native soil attached to the roots . • Sod will be free from obnoxious weeds or other grasses and be free from any deleterious matter that might hinder the growth of the grass. • Sod material must be kept moist from the time it is dug until planted. Sod Installation Specifications: • The area to be sodded shall be determined by the City . • The sodded area shall be smoothed down. • The sodded area shall be thoroughly watered immediately after it is planted . The unit price bid , per square yard, will be full compensation for all labor, material , tools , and incidentals necessary to complete the work. PAY-ITEM NO: 38 -Re-Mobilizations: SP-50 - 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 pre bid unit price, per each, will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. END OF SECTION SP-51 ., - NOTE: THIS SPECIFICATION HAS BEEN MODIFIED TO DELETE NON- APPLICABLE ITEMS FOR USE AS A GUIDE SPECIFICATION FOR CITY STREETS .. Item 360 CONCRETE PAVEMENT 300.1. Description. Construct Portland cement concrete pavement with or without curbs an the concrete pavement. 300.2. Materials. A. Portland Cement Concrete. Provide Portland cement concrete to meet a minimum compressive strength of 3,000 psi at 28 days; unless shown otherwise in the contract documents. Use Class A concrete for curbs that are placed separately from the pavement. Provide concrete that is workable and cohesive, possesses satisfa9tory finishing qualities, and conforms to the mix design and mix design slump. B. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement. Provide approved positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during p·aving. Provide corrosion protection when shown on the plans. I 1. Dowels. Provide Grade 60 smooth, straight dowels of the size shown Ol'J the plans, free of burrs or deformations. Goat dowels with a thin film of grease or other approved de-bonding material. Provid~ dowel caps_ on the lubricated .end of each dowel bar used in an expansion Joint. Provide dowel caps filled with a. soft compressible material with enough range of movement to ' allow complete closure of the expansion joint. · · 2. Tie aars. Provide straight defo~med steel tie bars. Provide either ·multiple-:piece tie bars or single-piece tie bars as shown on the plans:· Provide multiple-piece tie bars composed of 2 pieces of deformed reinforcing steel With a coupling capable of developing a minim.um tensile strength of 125% of the design yiefd strength of the deformed steel when tensile-tested in the assembled confrguratipn. Provide a minimum length of 33 diameters of the deformed steel in each piece. C. Curing ·Materials. Provide Type 2 membrane curing compound conforming to DMS-4650, ·Portland Cement Concrete Curing Materials and Evaporation Retardants.• D. Epoxy. Provide Type Ill epoxy in accordance with DMS-6100, "Epoxies and Adhesives,• for installing all drilled-in reinforcing steel. E. Evaporation Retardant. Provide evaporation retardant conforming to DMS-4650, "Portland Cement Concrete Curing Materials and Evaporation Retardants.• F. Joint Sealants and Fiffers. Provide Class 5 or Class 8 joint-sealant materials and fil!ers unless otherwise shown on the plans or approved and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, • Joint Sealants and Fillers.• 300.3. Equipment. Furnish and maintain all equipment in good working condition. Use measuring, mixing, and delivery equipment conforming to the requirements of Item 421, "Portland Cement Concrete.n Obtain approval for other equipment used. Q. P-\ t .. . . ... :.· -- - - A. Placing, Consolidating, and Finishing Equipment. Provide approved self- propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete pavement conforming to plan line and grade. Prov/de an approved automatic grade control system on slip-forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. . Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide enough hand-operated immersion vibrators for timely and proper consolidation of the concrete along forms, at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment-mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. B. Forming Equipment 1. Pavement Forms. Provide metal or wood side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the Impact a.nd vibration of the operation without visible springing or settlement. Use fonns that are free from detrimental kinks, bends, or warps that could affect ride quality or alignment. Provide flexible or curved metal or wood forms for curves qf 100-~. radius or less. · · 2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the req1:1irements of Item 529, •concrete Curl;>, Gutter, and Combined Curb and Gutter.• C. Reinforcing Steel Inserting Equipment Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details. · D. Texturing Equipment. 1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length and' width of the carpet to accommodate specific applications. Use an artificial grass-type carpet having a molded polyethylene pile face with a blade length of 5/8 in. to 1 in ., a minimum weight of 70 oz. per square yard, and a strong, durable, rot- resistant backing material bonded to the facing. 2. Tining Equipment. Provide a self-propelled transverse metal tine device equipped with 4-in. to 6-in. steel tines and with cross-section approximately 1/32 in. thick by 1/12 in . wide, spaced at 1 in., center-to-center. Hand-operated tin ing 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. Prov ide curing equipmerit that is independent of all other equipment when production rates are such that the first applicatron of membrane curing compound cannot be accomplished immediately after texturing and aft~r free moisture has disappeared. Hand-operated pressurized spraying · equipment with atomizing nozzles may only be used on small or irregular areas or, when permitted, in emergencies due to equipment breakdown. F. Sawing Equipment. Provide power-driven concrete saws to saw the joints shown on the plans. Provide standby power-driven concrete saws during concrete sawing operations. Provide adequate illumination for nighttime sawing. G. Grinding Equipment. When required, provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades. Provide equipment with automatic grade control capable of grinding at least a 3-ft. width longitudinally in each pass without damaging the concrete. 300.4. Construction. Obtain approval for adjustments to plan grade.,.fine 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 alignll)ent of dowels will be shown on the plans. Stagger the longitudinal reinforcement splice~ to avoi~ having more than 1 /3 of the splices within a 2-ft. longitudinal length of each l;:ine of the pavement. Use multiple-piece tie bars or drill and epoxy grout tie bars at longitudinal construction joints. 1. Manual Placement. Secure reinforcing bars at alternate intersections with wire ties or locking support chairs. Tie all splices with wire. 2 •. Mechanical Placement. If mechanical placement of reinforcement results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies, complete the work using manual methods. B. Joints. Install joints as shown on the plans. Clean and seal joints in accordance with Item 438, "Cleaning and Sealing Joints and Cracks (Rigid Pavement and Bridge Decks).• Repair excessive spalling of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to all traffic. When placing of concrete is stopped, install a rigid transverse bulkhead, accurately notched for the reinforcing steel and shaped accurately to the cross·- section of the pavement. 1. Placing Reinforcement at Joints. Where the p !ans requ ire 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 posit ion. Accurately notch joint materials for the reinforcing steel. C P-3 2. Curb Joints. Provide joints in the curb of the same type and location as the adjacent pavement. Use expansion joint material of the same thickness, type, and quality required for the pavement and of the section shown for the curb.· Extend expansion joints through the curb. Construct curb joints at all transverse pavement joints. For. non-monolithic curbs, place reinforcing steel irito the plastic concrete pavement as shown on the plans unless otherwise approved . Form or saw the weakened plane joint across the full width of concrete pavement and through the monolithic curbs. c. Placing and Removing Forms. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together. to prevent relative displacement Set side forms far enough in advance of concrete placement to permit inspection. Check confonnity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 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 otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwise approved. Wh~n forms are removed before 72 hr. after concrete placement, promptly apply membrane curing compound to the edge .of the concrete 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 th~ full width and length of the form base · is supported with a firm material to produce the required pavement thickness: Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 1 00-fl radius or less. · D. Concrete Delivery. Clean delivery equipment as necessary to prevent accumuiation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to he;tve a slump of more than 5 in. Segregated concrete is subject to rejection. Place agitated concrete within ao 'min. after batching. Place no.n-ag[t~ted concrete within 45 min. after batching. fn hot weather or under conditions caµsing quick setting of the concrete, times may be reduced by the Engineer. l)me limitations may be extended if the Contractor can demonstrate that the concrefe can b~ property 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 as near as possible to its final location, and minimize segregation and rehandling. Wfi~r.e ; . : 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 i:nachine finishing. Keep vibrators from dislodging reinforcement. Use hand-operated - 5. Emergency Procedures. Use hand-operated equipment for applying texture, eveporaffon retardan~ and cure in the event of equipment breakdown. G. Curing. Keep the concrete pavement surface from drying by water fogging until the curing material has been applied. Maintain and promptly repair damage to curing maferial3 on exposed surfaces of concrete pavement continuously for at least 3 curing days. A curing day is defined as a 24-hr. period when either the temperature taken in the shade away from artificial heat is above 50°F for at least 19 hr. or when tne surface temperature of the concrale ls maintained above 40"F for 24 hr. Curing begins when the concrete cunng system has been applied. Stop concrete paving if curing compound is not being applied promptly and mafntained adequately. Other methods of curing in accordance with Hem 420, ·eoncrefa strucb.Jres,• may be used · when specitled or approved. 1. Membrane Curing. After texturing and immediately after the free surface moisfure has disappeared, spray the concrete surface unlfonnly with 2 coats of membrane curing compound at an indMdual application rate of not more than 180 sq. ft. per galfon. Apply fha ht coat within 1 O min. after completing tex1uring operations. Apply the second coat within 30 min. after completing texturing operaffons. Before and during appllcatJon. maintain curing compounds In a unffonnly agitated condition, free of settlement 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 ha5 dried enough to r8$iat damage, apply · additional compound at the same rate of coverage to correct the damage. f=nsure that the curing compound coats the sides of the tinlng grooves. H. Sawing Joints. Saw joints to the depth shown on the plans &$ soon as sawing can be accomplished without damage to the pavement regardless of time of day or weather condfflons. Some minor raveling of the saw cut is acceptabfe. Use a chalk line, shiog &ne, sawing template, or other approved method to provide a frue joint afignmem. Provide enough saws to match the pavtng production rate to ensure sawing cotna:,letion at the eartiest possible time to avoid unc:onirolled cracking. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr. of curing. I. Proteetfon of Pavement and Opening to Traffic. Testing forearty opening is the responSJbirrty of 1he Contractor regardless of job-control testing responsibilities unless otherwise shown in the plans or directed. Testing result interpretation for opening to traffic is subject to the approval of the Engineer. 1. Profaction of Pavement. Erect and maintain barricades and other standard end approved devices that will exclude all vehicles and equipment from the newly· placed pavement for the periods BPtJcifled. Before opening to traffic, protect the pavement from damag~ due to crossings using approved methods. Maintain en adequate supp ly of sheeting or other materfaJ to cover and protect fresh concrete . surface from weather damage. Apply as needed fo protect the pavement surface from ~ther. , 2. Opening Pavement to Traffic. Before opening to traffic. dean pavement, place stabfe material against the pavement edge~ seal joints, and perform all other traffic safety rerated work. :,. -- HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RA TES 2008 Air Tool Operator Amhalt Distributor Ooerator Asphalt Pavina Machine Operator Asphalt Raker Asphalt Shoveler Batchina Plant Weiaher Broom or Sweeoer Operator Bulldozer Operator C111>Cnter Concrete Finisher, Pavin1 Concrete Finisher Structures Concrete Pavin1 Curbina Machine Operator Concrete Pavin1 Finishin1 Machine Ooerator Concrete Pavin1 Joint Sealer Operator Concrete pavlna Saw Ooerator Concrete Pavin1 Spreader Operator Concrete Rubber Crane, Clamshell. Backhoe. Derrick. Oruline. Shovel Ooerator Electrician Flauer Form Builder/Setter Structuret Form Setter, Pavlna &: Curb Foundation Drill Operator. Crawler Mounted Foundation Drill Operator. Truck Mounted Front End Loader Operator Laborer. Common Laborer. Utility Mechanic Millin1 Machine Operator. Fine Grade Mixer Orierator Motor Orader Ooerator. Fine Grade Motor Orader Ooerator. Rouah Oil• Painter. Structina Pavement Markin& Machine Operator Pioelaver Reinforcina StNI Setter, Pavina Reinforcin1 Steel Setter, Structure Roller Onerator. Pneumatic. Self-Prol>elled Roller Operator Steel Wheel, Flat WheeVfampina Roller Operator Steel Wheel. Plant Mix Pavement Scraper Onerator Servicer Slip Fonn Machine Operator Spreader Box Ooerator TrK10r Oper.w. Crawler Tvoe Tractor Ooenlor. Pneumatic Travelina Mixer Operator Truck Orinr Lowboy-Float Truck Driver Sin1Je Axle, Heavy Truck Driver Sinale Axle Liaht Truck Driver Tandem Axle, Semi-T,..iler Truck Driver TraNit-Mix Wuon Drill, B0rin1 Machine , Post Hole Dnller Operator Welder Wortc Zone Barricade Servicer $10 .06 SIJ .99 $12 .71 SI 1.01 s a.so $14 .IS S 9.81 SIJ .22 Sil.SO Sl2 .S5 S13 .27 $12 .00 S13.63 $12 . .50 $13 . .56 Sl4 .S0 SI0.61 Sl4. l2 Sll.12 S 1.43 Sll.63 Sll.13 SIJ .67 Sl6.JO Sll.62 S 9.11 SI0.6.S S16.97 Sll.13 SI 1.51 SU.20 $14 . .50 $14.91 SJJ .17 Sl0.04 SI 1.04 SJ4 .86 $16 .29 SI 1.07 Sl0.92 SI 1.21 SI 1.42 Sl2.J2 SI 2.Jl SI0 .92 Sll.60 Sl2 .91 Sil.OJ Sl4 .93 Sll .47 Slo.91 S 11.75 Sl201 Sl-4 .00 SIJJ7 SIO 09 I~ VENDOR COMPLIANCE TO ST ATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders ( out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a non-resident bidder in order to obtain a comparable contract in . the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non- resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give State), our principal place of business, are required to be percent lower than resident bidden by State law. A copy of the Statute is attached. Non-resident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Ouorincipal place of business or corporate offices are in the State of Texas. Bidder: Company By: (Please print) Address Signature City State Zip Title (Please print) THIS FOR.\1 '.\ll'ST BE RETLR~ED WITH YOUR QUOTATION CERTIFICATE OF INSURANCE TO : CITY OF FORT WORTH Date : July 14 2 2010 NAME OF PROJECT: HMAC SURF ACE OVERLAY (2010-2) PROJECT NUMBER : 01459 IS TO CERTIFY THAT: AUSTIN BRIDGE & ROAD, LP. is , at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with 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 Effective Expires Limits of Liability Worker's Comoensation Comprehensive General Bodily Injury: Liability Insurance (Public Ea. Occurrence: $ Liability) Property Damage: Ea . Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea. Occurrence : $ --- excavations Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea. Person: $ Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Other Locations covered:----------------------------------- Description of operations covered:----------------------------- The above policies either in the body thereof or by appropriate endorsement provided 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 cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached . The City, its officers, employees and servants 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. Agency Insurance Company : ___________ _ ~F=ort'---'---'W--'-=ort~h"-'-A~g~e=nt=-------------~ By __________________ _ Address _________________ _ Title ------------------ ACORD,M CERTIFICATE OF LIABILITY INSURANCE INSURED I DATE (MM/DD/YY) COPY 08/02/2010 PRODUCER Se rial# 1254 THIS CERTIFICATE IS ISSU ED AS A MATTER OF INFORMATION CONTRACTOR'S GENERAL AGENCY, INC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI S CERTIFICATE DOES NOT AMEND, EXTEND OR 3535 TRAVIS STREET -SUITE 300 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. DALLAS , TEXAS 75204-1466 (214) 559-4887 (800) 964-4242 INSURERS AFFORDING COVERAGE NAIC# INSURED AUSTIN BRIDGE & ROAD, LP INSURE R A: BRITISH AMERICAN INSURANCE COMPANY 6330 COMMERCE DRIVE . SUITE 150 INSURER B : IRVING, TEXAS 75063 INSURER C: (214) 596-7300 (OFFICE) INSURER D: I INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEE N IS SU ED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED . NOTWITHSTANDING ANY REQUIRE ME NT , TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUME NT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MA Y PERTAIN . THE IN SURANCE AFFORDED BY TH E POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS , EXCLUSIONS AND CONDITIONS OF SUCH POLICIES , AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS . INSR ~~'k~ TYPE OF INSURANCE POLIC Y NUMBER pg~w.~~Jh<riW<-1 pgk'W,t~,6~,WiN LIMITS L TR GENERAL LIABILITY EACH OCCURRENCE $ 2,000 ,000 -DAMAGE TO RENTED A X COMMERCIAL GENERAL LIABILITY CG L 0104210 10/0 1/09 10/01 /1 0 PREMISES IEa occurencel s 100 ,000 .__ :J CLAIMS MADE [8J OCCUR -MED EXP (Any one person) s 10,000 X CONTRACTUAL LI AS . PERSONAL & ADV INJURY s 2 ,000 ,000 -.__ GENERAL AGGREGATE s 4 ,000 ,000 G E N'L AGGREGATE LIM IT APPLIES PER: PRODUCTS -COMP/OP AGG s 4 ,000 ,000 n POLICY m rIB n LOC eTOMOBILE LIABILITY CAL 01042 10 10/01/09 10/01/10 COMBINED SINGLE LIMIT $ 2,000 ,000 A ANY AUTO (Ea accident) .__ X ALL OWNED AUTOS BODILY INJURY -(Per person) s SCHEDULED AUTOS -X HIRED AUTOS BODILY INJURY x (Per accident) s NON-OWNED AUTOS --PROPERTY DAMAGE (Per accident) s GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ ~ ANY AUTO OTHER THAN EAACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ :=]occuR D CLAIMS MADE AGGREGATE s $ ~ DEDUCTIBLE s RETENTION S s WORKER'S COMPENSATION AND I T~ntJ1~s I fi,TH-ER EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE EL EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? EL DISEASE -EA EMPLOYEE S If yes, describe under SPECIAL PROVISIONS below EL DISEASE -POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: AUSTIN BRIDGE & ROAD JOB# 410005 -HMAC SURFACE OVERLAY (2010-2 )-CITY PROJECT# 01459 -FT. WORTH, TEXAS THE C ITY OF FORT WORTH , ITS OFFICERS , EMPLOYEES AND SERVANT S ARE ADDITIONAL IN SUREDS ON THE AL AND G L POLICIES AS REQUIRED BY WRITTEN CONTRACT. CERTIFI CATE HOLDER CANCELLATION SHOULD ANY O F THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF FORT WORTH DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL~DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL 1000 THROCKMORTON STREET IMPOSE NO O BLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR FORT WORTH , TEXAS 76102 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE I r-i-~· ACORD 25 (2001/08) ©ACORD CORPORATION 1988 ACORD™ CERTIF ICATE OF LIA BIL ITY INS U RANCE IN SUR ED I DA TE (MM/DD /YY) COPY 0 8 /02 /2010 PRODUCER Seri al# 1255 THIS CERTIFICATE IS ISS UED AS A MA TTER OF INFORMATION WILLIS OF TEXAS , INC . (972 ) 385-9800 / (800 ) 445-0115 O NLY AN D C O NFERS NO R IG HTS U PON THE CERTIFICATE HOLDER. THIS CE RTIF IC ATE DOES NOT AMEN D , E XTE ND OR 15305 NORTH DALLAS PARKWAY, S UITE 1100 ALTER THE COVERAGE A FFORDE D BY THE POLICI ES BELO W. ADDISON, TX 75001 INSURERS AFFORDING COVERAGE NAIC# INSUR ED AUSTIN BR IDGE & ROAD , LP IN SUR ER A: ACE AMERICAN I NSURANCE COMPANY 6330 COMMERCE DR IVE . SUITE 150 INSU RER B : INDEMNITY INS . CO. OF NORTH AMERICA IRVING , TEXAS 75063 INSU RER C: (214) 596-7300 (OFF ICE) INSURER D : I INSU RER E: COVERAGES THE POLIC IES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSUR ED NAMED ABOVE FOR THE POLICY PER IOD IN DICATED . NOTWITHSTANDING AN Y REQUIREMENT , TERM OR CONDITION OF ANY CONTRACT OR OTH ER DOCUMENT WITH RESPECT TO WHI CH THI S CERTIFI CATE MAY BE ISSU ED OR MAY PERTAIN , T HE INS URANC E AFFOR DED BY TH E POLI CES DESC RIBED HEREIN IS SUBJECT TO ALL THE TERMS, EX CLUSION S AND CONDITIO NS OF SUCH POLICIES , AGGRE GATE LIMITS SHOWN MAY HAVE BEE N REDUC ED BY PAID CLAI MS . INSR ~~?;~ TYP E OF IN SURANCE POLICY NUMBER p8k1¥ir ,r :,iiW<,~ p8k'W,tf,b~N LI MITS LTR GENERAL LI AB ILITY EACH OCCURRENCE s -~~~t~iJ qf}~Pencel COMMERCIAL G ENE RAL LIABILITY $ -:J CLAI MS MA DE D OCCUR -MED EXP (An y one person) s -PERSONAL & ADV INJU RY $ -G ENERAL AGGREGATE s GEN'L AGGREGATE LIMI T AP PLI ES PE R: PRODUCTS -COMP/OP AGG $ n n PR O-POLICY J ECT n LOC ~TOMOBILE LIABI LI TY COMBINED SINGLE LI M IT $ ANY AUTO (Ea accident) -ALL OWNE D A UTO S BODILY INJURY -$ SCH EDULED AUTOS (Per person) -HI RE D AUTOS BO DILY INJ URY -$ NON-OWNED AUTOS (Per accident) --PR O PERTY DAM AGE (Per accident) s GARAGE LI AB ILITY A UTO ONLY -EA ACC IDENT $ q ANY AUTO OTHER THAN EA ACC $ A UTO ONLY: AGG $ EXCESS/U MBRELLA LIAB ILITY EAC H OCCURRENCE $ :J OCCUR D CLAI MS MADE AGGREGATE s $ ~ DEDUCTI BLE $ RET ENTION S $ WORKER'S COMPE NSATION AN D C4 557377 1 10/01/09 10 /0 1/10 x IT~4'IfJNs l fETH-ER B EM PLOYERS" LIABILITY 1,000 ,000 ANY PROPRI ETOR/PARTNER/EXECUTIVE EL EAC H A CCIDENT s O FFICER/M EM BE R EXCLUDE D? EL DISEASE -EA EMPLOYEE s 1,00 0 ,000 If yes, describe und er 1,000 ,000 SP ECIAL PROVI SI ON S below EL DISEASE -POLI CY LIM IT s OTHER DE SC RIPTIO N OF O PERA TI O NS/LOC A TI ONSNEHICLES/EXCLUSIO NS ADDED BY ENDORSEMENT/SP ECIAL PROVISIONS RE : A USTIN BRIDG E & ROAD JOB # 4 10005 -HMAC S URFACE OVERLAY (20 10 -2 )- CITY PROJEC T# 014 59 -FT. WORT H, TEXA S THE CITY OF FO RT W ORTH , ITS OFFI C E RS , EMPLOYEES AND SERVANTS A R E GRANTED A WAIV ER OF SU BROGATI O N A S REQUIRED BY WRITTEN CONTRACT. CERTI FICATE HOLDER CANCELLATIO N SHOULD ANY OF TH E A BOVE DES C RIBED POLI CI ES BE CA NC ELLED BE FORE T HE EXPI RATION CITY OF FORT WORTH DATE THERE OF, TH E ISSUING INS U RER WI LL ENDEAVOR TO MAIL ~DAYS WRITIEN NOTICE TO T HE CERTIFI CATE HOLDER NA MED TO THE LEFT, BUT FAI LURE TO DO SO S HALL 1000 THROCKMORTO N STRE ET IM POS E NO O BLIGATION OR LIABILI TY O F A NY KIND UPON THE INSU RER , ITS AGENTS OR FORT WORTH, TEXAS 76 102 REPRES ENTATIVES. A UTHORIZED REPRESENTATIVE _;,, ..., I ACORD 25 (2001 /08) © ACORD CORPORATION 1988 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 Department of Transportation and City of Fort Worth Project No_ 01459. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR AUSTIN BRIDGE & ROAD, LP. By &;cry Name : Timothy c_ Creson Senior Vice Presiden t Title : Austin Bridge & Road, Inc _ General Partne r Date : c;'-3 -to Before me, the undersigned authority, on this day personally appeared -riarofl..vc. ,Cff>Su'l\ ' known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of AUSTIN BRIDGE & ROAD, LP. for the purposes and consideration therein expressed and in the capacity therein stated_ Given Under My Hand and Seal of Office this J ~ay of ~,4 s +, 20 IO '""""'"'"" tAURi£ S STO~~~;., ~ ,,J »'UVOJlj} ,,,, ~'< Pu8 ,,,'l \,.·t~te o t'o"'.~~-------·----~..,% No,ar'i Pur.,,r. ::i ·, \l,res Notary Public in and for the State of Texas ~ ""( } ~ Gor,1ni1;s1_on t.X 201 0 % \ /::fli 0£Cc.MBER 2 , <,.~;;:.---(~} ,,,:,~.? ,,,, PERFORMANCE BOND Bond No. BA 4562 THE STA TE OF TEXAS § KNOW ALL BY THESE PRESENTS : COUNTY OF TARRANT § British American That we (1) AUSTIN BRIDGE & ROAD, LP. as Principal herein, and (2)Insurance Company a corporation organized under the laws of the State of (3) Texas , 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 Mll,LION TWO HUNDRED FORTY FOUR THOUSAND SIX HUNDRED DOLLARS AND ZERO CENTS ... ($1,244,600 .00) Dol1ars 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 contract with the Obligee dated the 14 of July, 2010 a copy of which is attached hereto and made a part hereof, for the construction of: HMAC SURFACE OVERLAY (2010-2) NOW TIIBREFORE, the condition of trus obligation is such, if the said Principle 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 thi s bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on thi s bond sha11 be determined in ac cordance with the provisions of such statute, to the same extent as ifit 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 14 of July, 2010. ATTEST: (Principal) Secretary (SEAL) ~~-ltNCJ£1 Witness as to Principal J Charle s (SEAL) Address cretary 3 535 T rav is St r eet Dal las, Texas 7 520 4 (Address) AUSTIN BRIDGE & ROAD, LP. PRINCIP BY: Timothy C . Creson residen t Title : --------L------+'~-HH--&f**~ & Road , I nc . 6330 COMMERCE DR., STE 150 IRVING, TEXAS 75063 Genera l Partne r British American Insurance Company Surety BY ~~-~ (Attom~ James R. Bennett, Jr . 3 535 Travi s Street Dallas, Texas 75204 (Address) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated . · In addition, an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF TARRANT § § § Bond NO. BA 4562 PAYMENT BOND KNOW ALL BY THESE PRESENTS: British American That we, (1) AUSTIN BRIDGE & ROAD, LP., as Principal herein , and (2) Insurance Company ___ , a corporation organized and existing under the laws of the State of (3) Texas , as surety, are held and :firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of ONE MILLION TWO HUNDRED FORTY FOUR THOUSAND SIX HUNDRED DOLLARS AND ZERO CENTS ... Do11ars ($1,244,600.00) 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 Ob:!igee dated the .!!_day of July, 2010, 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: HM.AC SURFACE OVERLAY (2010-2) NOW, THEREFORE, THE CONDITION OF TIIlS 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 thi s 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. SIG NED and SEALED this 14 day of, July, 2010. AUSTIN BRIDGE & ROAD, LP. ATTEST: :~IN Z¥C6f Name: Timothy C. Creson (Principal) Secretary Senior Vice President Title : Austin 'Bridge & Road , In c General Partne r NOTE: (1) (2) (3) 6330 COMMERCE DR., STE 150 IRVING, TEXAS 75063 British American Insurance Company SURETY By ~#'-WA-L~ Name : James R. Bennet;;: Attorney in Fact Address : 3535 Travis Street Dallas, Texas 75204 Telephone Number: (214) 443-5586 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 cif Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. MAINTENANCE BOND THE STATE OF TEXAS § BA 4562 COUNTY OF TARRANT § British American That AUSTIN BRIDGE & ROAD, LP. ("Contractor ''), as principal, and Insurance Company ___ a corporation organized under the laws of the State of Texas , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Mun i cipal Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City") in Tarrant County, Texas , the sum of ONE MILLION TWO HUNDRED FORTY FOUR THOUSAND SIX HUNDRED DOLLARS AND ZERO CENTS ... Dollars ($1,244,600.00), 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 condit ioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth , dated the 14 of July, 2010 , a copy of wh ich is hereto attached and made a part hereof, for the performance of the following described public improvements: HMAC SURFACE OVERLAY (2010-2) the same being referred to herein and in said contract as the Work and being designated as project number(s) 01459 and said contract, includ i ng 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 ma i ntain said work in good repair and condition for sa id term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period , if in the opinion of the D irector of the City of Fort Worth Department of Engineering , it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided NOW THEREFORE , if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of sa id Contract, these presents shall be null and void, and have no force or effect. Otherwise . this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. 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~ counterpart(s), each of which shall be deemed an original, this 14 day of July, A.D.2010. ATTEST: (SE AL) "--I?~ &fuuagJ) SeeretepY c.,....J ;/-;,._eSS ATTEST: Secretary Charles E. Hardy AUSTIN BRIDGE & ROAD, LP. Contractor By ~C±z Name: Timothy C. Creson Senior Vice President Title : A1:1stin 'Bridge ~ Road, In c Gene ra l Partne r British American Insurance Company Surety By ~/,-~- Nam ~: R. Bennett,Jr. Title: Attorney-in-fact 3535 Travis Street Dallas, Texas 75204 Address BR ITI SH AME RI CA N INSU RANCE COMPA NY Corpoi·ate Heaclquaners, 3535 Travis, Suite 300, Dallas, Texas 75204 KNOW ALL M EN BY TH ESE PRESENT S: That BRITISl ·I AivlERIC.-\N IN SUR . .\NCE COMPANY, a Texas corporation, does hereby appoinr POW ER OF ATTOR NE Y --J.E. Schranz, Jeff Abraham, J.T. Fisher, J ames R. Bennett, Jr. its true and lawful Attorney(s)-in-Fact, with full authority to execute on it s behalf bonds, undertakings, recognizance and other contracts of indemnity and writings obligatory in the nature th e reof, is sued in the co urse of its business, and to bind th e company thereby. IN WITNESS WHEREOF, British Ame ri can In surance Company has executed these presents STATE OF TEXAS § COUNTY OF DALLAS § this 10 th day of_A:....::..c:P..:..cri'--'--1_, 20 I 0. On this 10th day of Apri l , 20 10, befor e me came the above named officer of B r iti s h Amer ican I nsuran ce Compan y, to me p e rsonall y known to be the individual and officer de scribed herein, and acknowledged that he executed the forego ing instrument and affixed the seal of sa id corporation the reto by authority of hi s office. RE BE CC A S. THACKER Notary Public. State of Texas My Commi s s ion Ex pire s De c ember 03 , 2010 CERTIFICATE NJtary Public In and For the State of Texas I l The apporniment is made under the authority of the following resolution , adopted by the Execu1iv.: Comminee or the Board or Direc tors of British Ame ri can In suran ce Company al a meeting held on the 25th of March, 1980 . "RESOLVED, that the President shall be and is hereby vested with the full power and autho rit y to appoint any one or more suitable persons as Att orn ey(s)-i n-Fa ct to represent and act for and on behalf of the Company subj ect to the following provisions: 1 Anorney-in-Fact may be given full power and authority as ou tlin ed in the Power of Attorney for and in the name of and on behalf of th e Company to execute, ac kn ow led ge and deliver fidelity and su rety bonds and other bonds,_consents of sur ety, consents to modifications of sure ty co ntr ac ts as may be requi red in the ordinary cou rse of business. all notices and documents cance lin g or terr111nat1ng the Company's liabilit y thereunder. and any suc h instruments so exec ut ed by any such Attomey- in-Fact shall be binding upon tl1e Compa ny as if signed by the President and sealed and anested by the Corporate Secretary . 2_ The facsimile signawres of 1he officers and the sea l or the Company shall be valid and binding upon the Company in the execut ion. anes tatio n and sealing of any instrument appointing-an At1orney-in-Fact." 1 Dawn Kniglll , Assistant Secretary of Br it ish American Insurance Co mpany, do hereby certify that the above and lorcgoing is a true and correct copy ofa Power of ;ttorney exe cuted b,· said Company. which is sti ll in force and effec t; and. furthermore , the resolution of the Executive Committee of the Board of Directors, as se t forth in the Powe r of Attorney_ is now in force. IN WITNESS \\'HEREOF. I have hereunto se t my hand and affixed the sea l of the corporation this __ /...:...'/_ 7_~ __ clay ol_~f<_c,,_f-------' 20 / v' f Abraham, A ss is tant Sec r e tary / BRITISH AMERICAN INSURANCE COMP ANY IMPORTANT NOTICE TO OBTAIN JNFORlYIA TION OR MAKE A COMPLAINT: you may contact British American In s urance Company for information or to make a complaint at: British American Insurance Company Attn: James R. Bennett, Jr. 3535 Travis Street, Suite 300 Dallas, Texas 75204 (214) 443-5534 (2 14) 44 3 -56 24 (Fax) You may contact the Texas Department of Insurance to obtain information on companies, cove- ·aoes right s o r complaints at : 1 t, ' Texas Department ofln s urance P .O . Box 149104 Austin, Texas 78714-9104 (800) 252 -3439 ATTACH TH IS NOTICE TO YOUR BOND. This notice is for information only and does not become a paii or a condition of the attached document and is given to comply with Section 2253 - 0l l , Government Code, and Section 53.202, Property Code, effective September 1, 2001. THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This agreement made and entered into this the 14 day of July A.O., 2010, 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, AUSTIN BRIDGE & ROAD, LP., HEREINAFTER CALLED Contractor. WlTNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: HMAC SURFACE OVERLAY (2010-2) 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 ( I 0) 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 commencement thereof and to fully complete and finish the same ready for th c..u~ee1~rai;a-im~;\ the Department of Transportation of the City of Fort Worth and the City Worth within a period of One Hundred & Eighty (180) days. CITY SECRETARY Ff. WORTH, TX rt 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 $200 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans , Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such 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 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 iniury 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 b execute and deliver to sa id City of Fort Worth good and sufficient s urety performance of the terms and stipulations of the Contract and for the payment t l}ll.ff i r and/or materials furnished in the prosecution of the work , such bonds being as o\'i'Je~.inr.l .,i;~i'f Texas Government Code Section 2253 , as amended, in the form included in t e t?!!\JDdc!~ments and such bonds shall be for 1 00 percent ( 100%) of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be ONE MILLION TWO HUNDRED FORTY FOUR THOUSAND SIX HUNDRED DOLLARS AND ZERO CENTS ... Dollars, ($1,244,600.00). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein . 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same . IN WITNESS THEREOF, the City of Fort Worth has caused this in strument to be s igned in 2 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 throu g h it s duly authorized officers in 2 counterparts with its corporate seal attached . Done in Fort Worth , Texas, this the 14 day of l!!h::.i.A.D , 2010. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX APPROVAL RECOMMENDED: A.k~ WlLLIAM~~- DIRECTOR, DEPARTMENT OF TRANSPORTATlON/PUBLIC WORKS ATTEST: AUSTIN BRIDGE & ROAD, LP. 6330 COMMERCE DR., STE 150 IRVING, TEXAS 75063 CONTRACTOR Aust i~_;e & Road, Inc . Genera l Pa rtner ADDRESS November 1960 Revised May 1986 Revised September 1992 Revised March 2006 CITY OF FORT WORTH -:5i .... : . .(~ I FERNANDO COST A, ASST CITY MANAGER Date APPROVED AS TO FORM AND LEGALITY : ASST.C~ I OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX -· Project Name: HMAC Surface Overlay ( ____ -1 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 Limit• 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 ( ____ ._1 Numero del Proyecto DOE: ___ _ Ubicacion Mapsco: ____ _ Notificacion de Mantenimiento de la Calle Como parte del Programa de Mantenimiento de las Calles de la Ciudad de Fort Worth, -----------ha sido contratado para reparar su calle . Durante este trabajo de mantenimiento, habra un tiempo breve en que no tenga acceso a su hogar o negocio. En los dias especificados abajo, vehfculos no deben estacionarse el la calle. Tambien, por favor apague su sistema de regar el cesped cerca de la calle. Si tiene alguna pregunta o concierne, por favor llame al contratista ______ al Si no resuelve su concierne a su satisfacci6n, puede tambien llamar a la Oficina de lnspecci6n de la Ciudad de Fort Worth al , de lunes a viernes entre las 7:30 a.m. y 4:30 p.m. Despues de las 4:30 p.m. o en los fines de semana llame al (817) 392-8100. Limit•• Nombre Llmltea De Bloquea de Calle De Provecto 1100 a 1200 Brown Street Yates Avenue a Keller Springs Parkway Fechaa de Conatruccl6n Pennltfendo el Estado de Tlempo De 6-20-06 a 7 -4-06 I ! .) - 0 PROJECT DESIGNATION SIGN ---------4 I -0' '--------...i ' 11/4 II FORT WORTH--··5288 PMS 167 3" 3 "!8 I BEET MAINT CE 3"1 PROGRAM =r 3" 111 2 • • I Contractor: 1: -'/2'' 2~Contractor's Name-=-y 2 .. 1Y2" TELEPHONE NUMBER FORT WORTH IN LOGO- CHEL TINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD LOGO COLORS : FORT WORTH -PMS 288 LONGHORN LOGO -PMS 167 COLLAR CONFIGURATION ., COLL.AR CONFIGURA TI ON FOR PAVED AREA-.. ~---IN UNPAVED AREA (8) #4 BARS, PLACED AS SHOWN . USE CL.ASS . "A. (3000 .LB) CONCRETE . l COLLAR THICKNESS VARIES, a• MIN. . t CASE #1 CASE fl 1 COLLAR SHALL EXTEND TO sonm, OF 2 :27 CONCRETE (REBAR REQUIRED). CASE 12 CASE (12 COLLAR SHALL EXTEND J. BEL CW BOITOM OF LOWEST GRADE RING (REBAR REQU IRED). PLAN VIEW GRADE RINGS SECTION •A-A. (1.AANHOLE CGLLAR SHOWN) (NOT TO SCALE) CITY OF FORT WORTH, TEXAS MANHOLE AND WATER VALVE GROUND NECK, iYP. DA TE: 09/2004 Water. _ Valve Riser Cross Section view Item Number I 2 3 ~ ~ 12 gage 090 galvanized steel G)~ Item D escr1ot1on Steel Skirt Weld 3/8" wide D.O.M Tube t Height I new asphalt overlay 1 .. 1(..,_ __ 3/8" D.0 .M . Tube Material Description 12 gage A.I.S .I. 1020 Steel (A-36) G-90 Galvanized Lincoln Outersheild 71 Elite .04S D. 0 . M. Tube A. I.S.I. I 026 (AS 13 type S) Tensile Y' Id 1e 33,000 P.S.I . 7S 000 P.S.I. 72 000 P.S.I. Tensile UI. tamate 60 ,000 P.S.I . 8S 000 P.S.I. 87 000 P.S.I . Manhole Riser 3/8" Dia. Hole With 302 Stainless Steel Roll Pin Cross Section view ~ r--IO or 12 gage 090 galvan ized steel G)~ t Height } new asphalt overlay 1"'"<---3/4" thick riser bar Expanding Linkage 2 I /4" 4 t 14" 3/8" I. D. 3/8" -16 Thread Item Item Material Description Tensile Y' Id Tensile UI. Num be Desc . r nption ae timate I 3/8" Roll Pins 302 Stainless Steel (14,000 LB Double Sheer Strcn2lh) 2 Steel Skirt 12 or 10 gage A.LS.I . 1020 St.eel (A-36) 33 ,000 PS.I . 60,000 P.S.I. G-90 Galvanized 3 Weld 65o/..-70-/o circumfercncc ~lded 75 000 P.S.I. 85 000 PS.I. 4 3/4" wide Riser Bar Hot Rolled Steel AI .S.I. 1020 (A-36) 33,000 P.S.I . 60,000 P.S.I. 5 Rod Ends Forging Al.SJ . C-1030 Steel Heal Treated BHN 240 70,000 P.S.I . 92,000 P.S.I . Zinc Plated with Dichromatc Finish 6 Turnbuckle AI.S.I . 1020 BHN 149 70 ,000 P.S.1. 80 ,000 P.S.I. Zinc Plated dioocd in Linet:aclccr rust inhibitor ... u • C ... z 0 u I ... 0 z ... u • C ... z 0 u ! ... 0 z LEGEND H.M;A.C. REHABILITATION . •• · 11 II 111· . W£DOEMILL1MO (RECYCLE lOVERLAY ONLY ·) NOTE: BUTT JOl_,.TS NOT REQUIRED WITH REMIXING PROCEs·s. · TYPIC:AL STREET BEGIN OR ENO POINT • REGARDLESS OF THE INTERSECTING STREETS ANGLE. LAYOUT. FOR RECYCLING ACTIVITES UNLESS NOTED 0Ttt£11WIS[ IN, ST11£fT SCHEOUL[ ~ ... I · . BUTT JOINT 0-1 R[VISCD: 111.V .Ne . OATI: 1990 BUTT JOINT C ( NOTE :t1)AH ATTEMPT HAS8EENMADE TO DETAIL AS Iii ANY STD. FIELD SITUATIONS AS rOSSIIL[ HOW£Y[R I TH£ CONTRACTOR MIGHT HAY[ TO OVfllLAP l"ARTS OF TH[Sf DETAILS TO CONfllGUAE A LAYOUT THAT 1£ST APfll.1£5 TO A PAIITICULAII SITUATION, ( 2) IUT T JOINTI NOT ll[QUIR[D WITH REMIXING Pll'.>C[SS. MEDIAN STREET BEGIN OR ENO POINT TYPICAL LEGEND . ,1 II II ·14 MEDIAN - LAYOUT FOR RECYCLING ACTIVITIES FOR BLVD. SECTION UNLESS NOTED OTH£RWiSE IN STREET SCHEDULE \ H.M.A.C. REHABILITATION WEOGEMILLING (RECYCLE/ OVERLAY ONLY) 0-2 R£V1S£O: " ( v ..... OAT(: 1990 1. I LEGEND 1 1 H.M.A.C. REHABILITATION •• II II 14 WEOGEMILLING · (RECYCLE/OVERLAY ONLY) NOTE :&DALL IIIGHT TURN STOIIAGE LANES SHALL I[ CONSIOE11£D AS MIIT 0, CONTIIACT, (2) BUTT JOINTS NOT IIEOUU1£D WITH ll[MIXING ~IIOCESS , NOTE·: If [ITH[II RADIUS DOES HOT HAVE AN ISLAND, IT WILL 8£ TREATED AS INDICATED BY APPLICABLE DETAIL • BUTT JOINT ~--,' ___( STREET BEGIN OR ~ENO POINT\ REGARDLESS Of THE INTERSE~T NG STREElS ANGLE. D-~ RE VISED~ IIIW. Ne. DAU , TYPICAL LAYOUT FOR RECYCLINI ACTIYITEI ·. UNL(SS NOTED OTHt'.ftWISE IN STftffT SCH£0UL£. TYPICAL LEGEND - p--H.M.A.C.REHA8lLlTATION ••. II II I! WEDGEMILLING ( RECYCLE /OVERLAY ONLY.) NOT£ ~OIF AHY COMBINAtlOH Of'ISLANDS AND RIGHT TURN LAN£$ ARE Al.SENT TURN RADIUS SHALL IE TREATED AS STANDARD. BUTT JOINT SHALL BE SQUARED ot,f, IF NEEDED AS A RESULT Of EXISTING COHC. VAi.LEY GUTTER. CZ) BUTT JOINTS NOT R[OUIAEO WITH A£MUCING ~ROCESS. LA'tOUT fOR RECYCLING ACTIVITIES WHEN INTERSECTING STREETS Aft[ ftECYCLED SIMULTANEOUSLY UN1.£SS NOTED OTHERWISE IN STREET SCHlOULE 0-4 AfVISfO : ll(V. Ne. OAT(~ 1990 1 I I l I 1 I ATIENTION: CURB RAMPS . SHAU. BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS TITH LANDINGS IN UEU OJI' DIAGONAL CROSSINGS WHERE FEASIBLE. SEE FIGS. 58, 59 & 60. . WHEELCHAIR ·RAMPS I STANDARD DETAILS CITY OF FORT lfORTH, TEXAS -CONSTRUCTION STANDARD . OCTOBER, 1992, REDRAffl OCTOBER 2002 . >----10 ' PARl<WAY'----' I ' • FLARES AT SIDEWALKS 1 ": 12" MAX (TYPICAL) 7" CURB CURB FLUSH W/GUTTER LJ DETECTABLE WARNING I SURFACE ; I j (2' x 4' DOME -TILES) ~ 1 PROPERTY LINE ( ~ I I <( ~ I 0 I v, I I I •.• f /,-PROPERTY LINE ----- SIDEWALK '1" .·• ______ . __ • l------·-------·------·----··----------- • t> LEVEL LANDING WHEEL CHAIR RAMP ,- 11 11 EXISTING CURB // de GUTTER SODDING AS REQUIRED TYPE Ill EXISTING 20' R. SCALE 1" = 4' SIDEWALK RAMP WITH COLORED SURFACE I • ... • ·; BROOM FINISH l888888W$® H MAC Tl E -IN VARIA84'. HEIGHT CURB SAWCUT rOR CONCRETE PAVEMENT OTY OF FORT WORTH, TEXAS ACCESSABILITY RAMP - TYPE m (20' RADIUS) EXISTINO CURB .tc GUTTER DATE: 09/2004, STR-040 STREET CURB - MONOLITHIC SIDEWALK Clf~B UNES TO BE 1/4" DEEP 4 JOINT, 4" GAP ~ R.O .W. CURB PAY UMIT · MAX. LENGTH OF SURFACE TREATMENT (GROOVE) 5' FROM lliE BACK OF CURB. EXPANSION · MATERIAL RECESSED 1 / 4• AND SEALED W / SILICONE (APPLICABLE TO All. COLD-JOINTS) TYPICAL RAMP X-SECTION CITY OF FORT WORTH, TEXAS -CONSTRUCTION STANDARD OCTOBER, 1992, REDRAWN _. OCTOBER 2002 NOTES 1. FOR PARKWAY WITH ELEVATION BELOW STREET ELEVATION, THE SIDEWALK CURB MUST BE 2" HIGHER 1HAN 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 1·. CITY OF FORT WORTH, TEXAS ACCESSA8IU1Y RAMP - Tt'PICAL CROSS SECTION DATE: OU/2004 STR-031 - - - ... ·.·.·:·:······ .... ·.-.·:·:······ .. ....... · .. ·.··· . • . • ·.·.·~·=····:····:-:-·:·:······ .. . ·.·=·:······ .. Cl TY Cl FORT WORTH. ID<AS . ACCESSABIUTY RAMP TYPtr.At r.RO~!=i SFr.TinN OAT£: 09/20C4 AITTNTION: CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO IBE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHERE FEASIBLE. SEE FlGS. SS, 59 &: 60. H.2.1 Vch/c:ulor Woy1 and F'ocilitiail (a) -· ,...w ••• , •• a11r ~ ,.,.,11 '" .... ~"· . .-... " a a a 0 D ~ ~ (!I) i I I I I Con,bi,,•K•11 1u~lc oW••• ..,,_ .....,.,, ,. , .. ••• ,4 ... lll •AA ,et4a•-, · Fig. 60 - ~ -f"I 0 .( (11) . ,..,,......, , .......... A#1I ,..,. in pullilc .w-.• a D Q (c) "·~-'7ca,le, , .. w. ,;,, ••• ··~--'"'"' '"' ,.,,.,ect,, ;,.1onec1I.,. r'u~lic: ";;dc•q lk C irb ~or-:;,1 cl ~ar'oced c,~ui,...c;1 CITY OF' FORT WOR'Tli, T'E)(AS ACCESSABILfTY RAMP - CATE! 09/200~ X --=======~ y RUNNING !LOPI 1:20 WAX COONTZA SLOPI 1:..20 Kil 11'.A.LI: i(Offl (1) st•p• • 7/s .tlen • l• a le.,...J ote,- (1) Call.Al.er ••• alaaU aal oauC 1:.10 nc. ••.1 .2 ILauu.remuit. of Cuz~ ll&mp stop• PUMTINO oa OTDJI , MONll'AI.IDfO SU'U'A.CI sm1 Haft II JC < ·~· (ldO -) \la•• Ula d•1• •I \.ka 4.,. -··· oluJl .......... 1:la '11. H.7.5 SlclH of Curll Ra.mp• Tic. !4.7 .S lluilt-up Cu.rb ih.mp OC1'CB!R. 1992, R!DRA.lfN oc:oaER 2002 CITY OF FORT WORTH, TEXAS ACCESSABILITY RAMP -• -.-..-,...,-TA II ~ DATE: 09/2004 c:;TR-036 - - I DUMMY JO INT IN RAMP OPTIONAL I N 11 1 • 0 11 DRIVE WA'r ONLY. PROV I DE EXPANSION JOINT 0"4LY IF CONNECTING TO E••S T I NG CONCRETE DRIVE . EXIST :NG CURB 8 GUTTER,tF AN'I, MUST BE SAWED AS D •RECT · ED BY THE ENG I NEER , / REINFORCE 6 "0RIVE 9' 3 BARS /' A AT 18" O.C .S.W. ( R o_w_L_'N_E _ _._ ___ i __ I REINFORCE •·• WALi< • 5 BARS I AT 1a· o.c.a.w. REFERENCE --..J...- ·STANDARD SIDEWALi< 10'-0"MIN. 1 I 17 °-000 MIN, 'o.o EXP. JOINT EXCEPT SLIP·FORMED 20°-O" li41N . SINGLE DWY, 27'-o"MtN,DOUBLE DWY. SIDEWALi< SLOPE 1/4 " PER FOOT TO FACE OF CURS OR AS DIRECTED BY ENG I NEER."' 4 ° SIDEWALK I I L A PLAN VIEW PARKWAY WIDTH 8 (SEE TABLE l STANDARD CURB & GUTTER) EXP. JOINT EXCEPT SLIP-FORMED HALF LENGTH PAID AS ATTACHED CURB (CDNC . PAVEMENT ONLY.) SEE STANDARD CURB II GUTTER SECT ION . 19" 1'.3" STANDARD I 2"SANO CUSHION ~ OR APPROVED SUBGRADE. R.0 .W. LINE PKWY WIOTH A B 10' I 9 11· TO 14 ' ·z'To5 ' 9 15' TO 19 · I 3'to7 ,2 2o·r o22 j 5 to7 15 SECTION A-A DWY. PAY L 1..-1T W/CONCRETE PAVEMENT STA81LIZED SUBGRADE S10[,ULI( SE:TION THRU DRIVEWAY ro BE POURED SAME THICKNESS AS DRIVE WAY APPROACH !I PA I D FO" AS DR IV EWAY APPROAC'"f . [XIS"'",G SI O(wALi<, 1F'AN.,, TO Bf REtootO\.[D AND REPLACED . APPROACH ,t(VIS[O t/2,/17 J.A.IUYI.IUI. DRIVEWAY Rf v I SE::> Au~-. 7 g · D. J,S./W. R. "'· ~~-~~-,-----~-~--,--..,...,-,---------~ Rfv1SEO FEB .. '81 -D.J .S./WR .11111 . CITY of 'Ofllf WORTH, T[XAS -CONSTRUCTION STANOARO REY I HO '-'A,. .. 8 3 · E .F' '#/WR M . ""'c_R_A_W_I N_G_N_O_S ___ S_5 __ ..,.._D_A_T_E __ M_A_..,-.-, g~.-3,:_..:....:..:....:.;-.:..i STANDARD APPROACH GROUND LINE 0 . co -"' . N SUITABLE MATERIAL TAMPED IN LIFTS NOT ANO EXC£EOINC GUTTER l21'L00SE, 1 OP OF CUR8 12• OVERI-AP j_-FILTER FABRIC PER PAY ITEM NO. ~e PIPE SHALL BE 6 • PERFORATED POLYVINYL CHLORIDE TUBING PEA ASTM 0-1784 UNLESS SPECIFIED OTHERWISE. · SUBORAIN . CITY Of FORT WORTH, TUC AS-CONSTRUCTION STANDARD 09'AWINQ HO. S-S II MOO rF. DAT t: 3 -7-9 5' ..._ _____________________ .;;..;..;.__._ ___ ___,.; ____ ~;;___--- 367 Addendua 3 J "°''· ,. .. ,. ,., J-, °"" ,, c-.,,., ,. , ... ,.., c .. ,.,. ,,. •• .. .. .. ca ... . • .. .. C: ... .. .. .. •. ,., .. ~ Jo,., ......... •••I Lll'AIISIOII Mllll1' ~-, __,_ . ...,. ..-.... ,. : ........................ ....................... _. 1• CISCIAL TYPICAL CONSTRUCTION LAYOUT I I of CURB ond GUTTER, SIDEWALK ond DRIVEWAY .Showing Fl11gfin1 And Eqons. Joint Locotloll 4• IIO ,,Alililll. :# •MtLCIIAIII •••I'S .," J •• , CITY of FORT WORTH. TEXAS-a,,,,s,~ro, s, .. _.._, ~ r.11. • •• •• .,,,,. •o .• .,, ,r. • _____________ .. _ ___..- (13 "U" BARS O 18• 0 .C. THESE BARS MUST BE PLACED AT THE TIME THE PAVING SLAB IS POURED j --~ 12' 3' 1'-6' . - 6' TAMPED TOPSOIL (13 CONT. 6' 7" CURB REPAIR DETAIL NOT .TO SCALE --.I FOOT MINIIAUM EXCAVATION OUTLINE FOR STREET CONSTRUCTION r - .. . . .. HA~ •TN JOINT 'II.LIii • I ... > .. ' ..•. ... ., .... •• ,· ... •• ~ ... , . .. ~ Typical Curb and Gutter ... IIIUlf UC:AVATtc,e oun, .. , ,011 IUHT Cc,IIUUCTIOII I I I I I I I I I • ' NOT£: Gu"•' t• •• 11topetl to ,:01tlorffl wit/I t:Oltt:reft 11011• 1 {or //HIii-•" I I I / I I I • •r n tlirtcl•tl •1 111, .,.,,_ /11ttr HCfiftf ..,.,,., or ••vol to ,,.,,.,,..11, "'''"· TIit 7" r•iltl•reH cone,.,, ,,.,,,, 111011 ,,ptoc, tit• ,._ 7" ot tlW 11011,,,..nt witll ,,., ,,.0,11,llf portion of ,..,.,,..,,, lo H ,:o,,1tr11cttd ,nc/11tllftf 11111·1rotl• tr,ot••nt, in occordo11c, w,111 tile t111icol 11011int 1tctio11 . Tllo cone,.,, 1101,., ••" H ,.,,.,,.., occord11tf 10 ,,,, 1tondort11 tor cottcrttf '"'" 8 '""''· Tllo COIIC,tff 111011 Dt of •Hlltd Olld ""'""" 0119,,901, .,,,, a "''" ot t,11, 151 1ocl1 ot ''"''"' ,,, ,u•,, ,o,o ot concr,1, ,n p/o,:, .,,,, o "''" tluu,ol ''""''" ot 550 pa1111d1 pe, 14uore ,n,:11 01 uun dor• ••'" ''"''' lood,n9 . TltANSITION SECTION '°' Vol/011 c,...., ""'i°' Str•• DISTANCE FlfOM CltOWN OF OIi' o· 5' ,o' 10· JO' 40' !JO' 0 .000· 0 .041' 0 .0,J' 0 .10•· O.JJJ' 0 ..... 0 .5001 Nol IO St:ole NOT£: r11,, •• ·-o,.;,,, • C·l<Hl·ff llfVIS[O T-14 H•/WIIM llf:VISED I/Zl/17 J.A.N./W.11 .1111 . CONCRETE VALLEY CITY of FORT WORTH, TEXAS-CONSTRUCTION STA NOA RO OIIAWING NO S-5 6 DATE O[C ,,., Addendua 3 362 l I :.=-=c==··· ==-·-·-. --- PLAN VIEW BACK OF /CURB (Varies) 2' -7.S- ( Typ.) 12• WHITE HOT TAPE (AVERY DENNISON OR EQUIVALENT) Striping and reflectors to be install by the Contractor --· ---·--. ·-· ....... -·. .. . . . . . . . _.( . . ---- BACK OF CURB~ 2' -7.S-(Varies) ( Typ.) 12• WHITE HOT TAPE (AVERY DENNISON OR EQUIVALENT) 2' M -· .... WHITE TYPE n 1-SIDED REFLECTORS I Height· . 8.57 in 1 (30 inches I 3-1/2 inches height) 3-1/2 inches Ramp Gradient: DEPARTMENT OF TRANSPORTATION Side Gradient: 3.43 in 1 (12 inches/ 3-1 /2 inches heigh1 t.ND PUBLIC WORKS CITY OF ~ENGtcUllaNG FORT ~n- SPEED CUSHIONS 1 -.. ... Jui,un I 5, 2004 AJIJ _.., DIIAWINQ MOT TO SCALE HMAC Surface Overlay (2010-2) B lk limits Project_N am e Street Limits Procedure LM CD Mapsco 3000-3299 MfMSST. ROUTI ST-E. LANCASTER AVE POL 0.69 5 SOK 3600 -4199 MONTICELLO DR HAMILTON AVE -RIVERCREST DR FMOL 1.9 7 6 1Y 36 00 - 3999 POTOMAC AVE W 4TH ST -VIRGINIA PL FMOL 1.03 7 61Z 4 100 -4149 SARITA DR ALTURA RD -INMAN CT MOL 0 .34 3 89F 3000 -3249 SOUTH HILLS AVE S UNIVERSITY DR-PARK RIDGE BLVD POL 0.36 9 90A 3250 -3599 SOUTH HILLS AVE PARK RIDGE BLVD -ALTON RD POL 1.23 9 90A 700 -999 W SPURGEON ST HEMPHILL ST -COLLEGE AVE POL 0 .42 9 90M 1500 -1699 TIERNEY RD CLIFFVIEW DR -KEMBLE ST POL 0 .58 8 65X 1700 -1799 TIERNEY RD KEMBLE ST -BARNETI ST POL 0 .3 8 798 4700-4999 TOWNSEND DR W SPURGEON ST-YATES ST POL 0 .86 9 90L 4800 -4899 WARREN AVE W FULLER AVE -WAYSIDE LN POL 0 .25 9 90K 5400-5799 WESTCREST DR WAYSIDE AVE -EDGECLIFF RD POL 0 .7 6 90T 4400-4499 WESTDALE DR WESTLAKE DR - S HULEN ST MOL 0 .28 3 89K 4300-4599 WESTLAKE DR WESTDALE DR -SW LOOP 820 FWY FMOL 0 .4 3 89K 100 -299 WILLIAMSBURG LN BAILEY AVE-BRISTOL RD MOL 0 .51 7 62W 9.85 �� � � d � � za � b � � � � � � a ITEM UNIT ITEM DESCRIPTION 1 EA Project Designation Sign 2 I LS Utility Adjustment 3 LF Remove & Replace Existing Curb and Gutter 4 LF Install New Concrete Curb and Gutter 5 SF Remove & Replace 6-Inch Concrete Driveway 6 SF Remove and Replace 6-Inch Exposed Aggregate Driveway 7 SF New 6-inch Concrete Driveway 8 I SF Remove & Replace Existing 4-Inch Concrete Sidewalk 9 SF Remove & Replace 4-Inch Exposed Aggregate Sidewalk 10 SF Install New Concrete Sidewalk 11 SF Remove & Replace Existing Wheelchair Ramp and Install 4-Inch AD Wheel , air Ram� (with detect�ble warnino dome-tile surfacel 12 SF Install ew 4-Inch ADA Wheelchair Ramp (with detectable warning dome-tile surface) 13 SY Remove & Replace Existing Concrete Vailey Gutter 14 SY Install New Concrete Valley Gutter 15 EA Remove & Replace 5-ft. Storm Drain Inlet-Top 16 EA Remove & Replace 10-ft. Storm Drain Inlet-Top 17 LF 6-Inches perforated pipe - subdrain 18 SY 8-Inch Pavement Pulverization 19 TON Cement Modification (261bs/sy) 20 CY I Unclassified Street Excavation 21 CY Crushed Limestone 22 CY HMAC Pavement & Base RepairHMAC Pavement & Base Repair 23 TON HMAC Level Up 24 LF Wedge Miling, 2-Inch to 0-Inch Depth, 5.0 Ft Wide 25 EA I Butt Joint-Milled 26 SY I2-Inch Surface Milling 27 LF Crack Sealing of Existing HMAC Pavement 28 SY 2-Inch Surface Course Type "D" Mix 29 EA Remove & Replace 30-ft. Speed Cushion With Striping 30 EA Remove & Replace 40-ft. Speed Cushion With Striping 31 EA Water Valve Box Adjustment With Steel Riser 32 EA Water Valve Box Adjustment With Concrete Collar 33 EA Water Meter Box Adjustment 34 EA Manhole Adjustment With Steel Riser 35 EA Manhole Adjustment With Concrete Collar 36 I EA Painting House Adresses 37 I SY Grass Sod Replacement 38 � EA �Re-Mobilization Monthly Pickup of Bulky Items Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days HMAC S�JR�+'ACE OVERLA�' AT VARIOUS LOCATIONS (�010-2� CITY Pl�OJECT NO. 01459 TPW PROJECT NO.C293=541200-207620145983 STREET BY S'I'REET QUANTIT�' DETERMINATION SPREAD SHEET W � a h W F w O V ,.a a p �-7 z � , a � � a o '" wrz o � z� A W a a � � A � ' � w � � � � � � w O�A Gx> � �nE�"'„ ZF+ A AZ �j� Ar�� c�G4 da C4 � v� A� A �-7., O� A F+ O >�Z E.,9 AA AA � F? wOW UF arx da wa c43�' zw �c4a ��w w w �� w x � A � �7a wH � ww W � a� �a H H.a.aa �xa F� x�z �x "�W �� Wa� ��� aa aa� �°" �H� z�W� oN .,�„a Nzo a� �w� zw ����„ F�w HH HH�.a aa �nHv � �� o�� � a � p� a o � w� O � a� o o� F o � w� o W� A o W W H o w w o� �� 0 � O� OI ��aw a3w ��� ���a 3x�a €•Ucoa H3v,a 333a 33wa 33v�� 33�w 3aa�� �xaa. QTY QTY QTY Q7Y QTY QTY QTY QTY QTY Q T Y � (� T Y Q T Y I Q T Y 0 0 0 0 0 0 0 0 � 0 0 0 I 0 0 0 0 0 0 0 0 0 0 I 0 0 0 I 0 700 900 150 1,430 300 1,450 315 � 100 I 1,000 175 450 600 345 0 0 0 0 1,650 1,050 50 50 � 0 0 0 0 200 200 1,000 0 1,735 1,265 2,300 575 0 { 700 0 500 700 1,265 200 � 300 0 0 0 0 I 0 0 � 0 0 { 0 0 0 0 0 0 0 3,200 700 I 575 0 0 0 0 0 0 60 225 0 550 240 140 40 0 100 { 0 90 90 0 0 96 0 0 0 0 0 0 0 � 0 0 { 0 0 0 0 0 0 I 100 0 0 0 0 0 0 0 0 A 0 100 0 0 0 0 0 0 0 0 0 200 0 I 0 0 0 0 0 0 0 0 0 0 0 0 0 40 0 0 0 0 0 0 0 0 I 0 45 0 0 0 � 60 0 0 100 0 50 0 45 0 0 50 0 0 0 I 0 0 I 0 0 0 0 0 0 0 0 0 0 0 I 0 1 1 I 1 0 0 0 0 0 0 0 � 0 0 I 0 0 0 I 0 0 0 0 0 0 0 0 I 0 0 0 11,720 3,000 6,800 6,750 2,300 5,200 0 0 0 5,400 � 0 0 0 153 39 91 88 30 I 68 0 0 0 70 0 0 0 350 50 80 100 50 I 250 0 0 0 50 0 0 0 I 20 20 30 30 0 0 0 0 0 0 25 10 10 I 0 0 0 0 0 0 10 10 15 0 10 20 10 0 0 0 0 0 0 I 10 15 10 0 � 0 0 I 1,400 0 0 0 I 0 0 0 950 0 0 0 9 I 2 2 0 0 0 0 0 0 2 2 I 2 0 14,300 7,500 600 � 0 0 0 0 0 0 0 2,700 3,700 0 5,400 4,000 700 0 0 + 0 0 I 0 0 1,000 700 700 0 14,300 7,500 3,200 11,720 3,000 6,800 6,750 I 2,300 5,200 1,750 2,700 3,700 5,400 0 0 0 2 0 0 3 0 0 0 0 0 0 0 0 0 1 0 I 0 0 0 0 0 0 0 0 2 3 2 0 I 0 0 I 0 0 0 2 1 0 0 5 5 0 5 1 6 I 5 0 6 , 0 6 I 5 I 5 3 3 0 0 0 1 0 0 0 1 { 0 0 0 1 1 5 9 2 2 0 2 I 5 1 I 8 0 S 8 I 26 0 12 60 54 10 I 12 I 12 30 10 200 200 I 50 266 340 300 53 30 230 40 100 140 90 0 0 0 0 0 0 0 0 0 0 0 0 0 Week of the 4th Week of the Week of the 4th Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Monday of the 4th Monday of Monday of the 3rd Monday of 3rd Monday of 3rd Monday of 2nd Monday of 2nd Monday of 3rnd Monday 3rd Monday of 3rd Monday of 4th �Aonday of 2nd Monday of month the month month the month the month the month the month the month of the month the month the month th� month the month I Tuesday Tuesday I Wednesday Wednesday I Wednesday Wednesday Wednesday Wednesday I Wednesday I Wednesday Friday I Wednesday Thursday Page 1 of 1 QTY 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 QTY 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 TOTAL 2 0 7,915 3,000 10,240 500 4,475 1,535 96 100 300 0 85 305 0 3 0 41,170 538 930 100 80 75 2,350 19 28,800 12,500 74,320 5 1 10 29 59 8 44 `a