HomeMy WebLinkAboutContract 39466 (2)SPECIFICATIONS
AND
CONTRACT DOCUMENTS
""'co,y,. ---~ 7~--o.c».
---CIIYIECIDlr
---CIIYMIPIL IMa ----···-· CONCRETE RECONSTRUCTION/ RESTORAT ION (20Q9-4} . TN•fUCGl'r
FOR
TRINITY BL VD
Hwy 360 Serv. Rd to Centreport Blvd (Reconstruction/Restoration)
Centreport Blvd to Cambridge Rd (Restoration)
Cambridge Rd to Diplomacy Dr (Reconstruction/Restoration)
Diplomacy Dr to TRE RR Bridge (Restoration)
IN THE
CITY OF FORT WORTH, TEXAS
CITY PROJECT NO. 01256
TPW PROJECT NO . C293-541200-205330125683
2009
MIKE MONCRIEF
MAYOR
DALE A. FISSE L _ER , P.E.
CITY MANAGER
WILLIAM A. VERKEST, P.E., DIRECTOR
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
GEORGE A. BEHMANESH, P.E., ASSISTAi~T DIRECTOR
TRANSPORTAT ION AND PUBLIC WORKS DEPARTMENT
PREPARED BY
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
lNF'RASTRUCTURE GROUP
CITY OF FORT WORTH
TRANSPORTATION AND PUBLIC WORKS DEPARTME!'iT
AP R. 9. 200 9 1: 50P M
' I>' 4 !,' • ' l :r
• ~ t -J"' ....
CITY OF FORT WORTH
CITY OF FORT WORTII
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
NO. 05 2
TRINITY BLVD CONCRETE RECONSTRUCTION/ RESTORATION (2009·4)
Hwy 360 Serv. Rd to Centreport Blvd (Reconstruction/Restoration)
Centreport Blvd to Cambridge Rd (Re&toration)
(Cambridge Rd to Diplomacy Dr) Reconstruction/Restora~ion
(Diplomacy Dr to TRE RR Bridge) Restoration
CITY PROJECT NO. Ol2S6
TPW PROJECT NO. C295-54l200-205330125683
The contract documents for the subject project are hereby revised or amended as followings:
p' 1
I. Contract bid open day has been changed from Thursday April 9, 2009 to April 16, 2009.
2. Replace the contract proposal with the attached proposal.
3. Measurement for Pay Item No. 18 on pages 28 & 29 of Special Provision shall be changed from
square yard to cubic yard.
Please acknowledge receipt of this addendum by inserting signed copy of same into your proposal at
time of bidding. Failure to return a signed copy of this proposal shall be grounds of rendering the bid
non•responsive.
RECEIPT ACKNOWLEDGES : Najib Fares , P.E., lnfi'asttucture Manager , TPW
-
-
cSz C Review Page 1 of 2
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA
fORTWORTII
~
COUNCIL ACTION: Approved on 9/1/2009 -Ord. No. 18784-09-2009
DATE:
20TRINITY BLVD CONCRETE
9/1/2009 RNOE~ERENCE C-23759 NLOAGME· RECONSTRUCTION/RESTORATION
.. · 2009-4
CODE: NON-PUBLIC
C TYPE: CONSENT HEARING: NO
SUBJECT: Authorize a Contract with McMahon Contracting, LP., in the Amount of $1,309,955.00 for
Trinity Boulevard Concrete Reconstruction/Restoration 2009-4 at Four Locations and
Adopt Appropriation Ordinance
RECOMMENDATION:
It is recommended that the City Council:
1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations by
$1 ,790,000.00 in the TPW Gas Well Revenue Fund from available funds ; and
2. Authorize the City Manager to execute a contract with McMahon Contracting, LP., in the amount
of $1,309 ,955 .00 for 150 calendar days for Trinity Boulevard Concrete Reconstruction/Restoration
(2009-4) at four locations.
DISCUSSION:
Trinity Boulevard Concrete Reconstruction/Restoration (2009-4) at 4 locations provides for
reconstruction/restoration of reinforced concrete pavement on Trinity Boulevard funded from the TPW
Gas Well Revenue Fund.
The Concrete Reconstruction/Restoration Project is at the following four locations on Trinity
Boulevard:
HWY 360 Service Road to Centreport Boulevard (Reconstruction/Restoration}
Centreport Boulevard to Cambridge Road (Restoration}
Cambridge Road to Diplomacy Drive (Reconstruction/Restoration}
Diplomacy Drive to TRE RR Bridge (Restoration}
The City reserves the right to increase or decrease quantities of individual pay items within the
contract, provided that the total contract amount remains within plus or minus 25 percent of the
contract award .
This project was advertised for bid on February 26 and March 5, 2009 in the Fort Worth Star-
Telegram . On April 16, 2009 the following bids were received:
BIDDERS
McMahon Contracting, LP.
MACVal Associated, LLC
Stabile & Winn, Inc.
McClendon Construction Co. Inc.
OMEGA Contracting Inc.
CONASTER Construction, TX. LP.
JLB Contracting, LP.
http://apps.cfwnet.org/council _packet/mc _review.asp?ID= 11699&councildate=9/1/2009
AMOUNT
$1,309,955 .00
$1 ,481,960 .00
$1,488,465 .00
$1 ,527,650 .00
$1,568,100.00
$1 ,579,650 .00
$1,629,377 .00
10/9/2009
-
-
-
-
-
Mc52:C Kev1ew
Jackson Construction, Ltd.
Ed A. Wilson, Inc.
Page 2 of2
$2,052,275 .00
$2,339,100.00
McMahon Contracting, LP., is in compliance with the City's M/WBE Ordinance by committing to 19
percent M/WBE participation. The City's goal on this project is 16 percent.
This project is located in COUNCIL DISTRICT 5.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon adoption of the attached
appropriation ordinance funds will be available in the current capital budget, as appropriated, of the
TPW Gas Well Revenue Fund.
TO Fund/Account/Centers
11
C223 472010 201929990200
j}
C223 541200 201929990200
1790000.00
$1 ,790,000 .00
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
MAP Trinity Blvd 2009-4.pdf
FROM Fund/Account/Centers
~
C223 541200 205330125683 $1.3o9.955 .oo
Fernando Costa (84 76)
William Verkest (8255)
George Behmanesh (7914)
http://apps.cfwnet.org/council _packet/me _review .asp?ID= 11699&councildate=9/1 /2009 10/9/2009
CITY S CRETARY
CONTRACT NO . __ ...........
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
CONCRETE RECONSTRUCTION / RESTORATION (2009-4)
FOR
TRINITY BL VD
Hwy 360 Serv. Rd to Centreport Blvd (Reconstruction/Restoration)
Centreport Blvd to Cambridge Rd (Restoration)
Cambridge Rd to Diplomacy Dr (Reconstruction/Restoration)
Diplomacy Dr to TRE RR Bridge (Restoration)
IN THE
CITY OF FORT WORTH, TEXAS
CITY PROJECT NO. 01256
TPW PROJECT NO. C293-541200-205330125683
-3 -0 V
NAJIB S,P .. DATE
INFRASTRUCTURE MANAGER
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
DAVID TOWNSEND, P.E. DATE
ENGINEERING MANAGER WATER DEPARTMENT
TABLE OF CONTENTS
l. Notice to Bidders
2. Special Instructions to Bidders
3. Prevailing Wage Rates
4 . Proposal
5. Vendor Compliance
6 . Minority and Women Business Enterprise Specifications
7 . Special Provisions
8. Masonry Specifications
9 . Item 360 , Concrete Pavement (Modified Specification)
10. Contractor Compliance with Worker's Compensation Law
11 . Certificate oflnsurance
12. Equipment Schedule
13 . Experience Record
14. Performance Bond
15. Payment Bond
16 . Maintenance Bond
17 . Contract
18. Green Cement Policy Compliance Statement
19 . Notice of Construction Flyer
20. Project Designation Sign Detail
21. Other Detail
Sealed Proposals for the following :
TRINITY BLVD CONCRETE RECONSTRUCTION/RESTORATION (2009-4)
From Hwy 360 Service Rd to Centreport Bl vd (Reconstruction/Restoration)
From Centreport Blvd to Cambridge Rd (Restoration)
From Cambridge Rd to Diplomacy Dr (Reconstruction/Restoration)
From Diplomacy Dr to TRE RR Bridge (Restoration)
IN THE
CITY OF FORT WORTH , TEXAS
CITY PROJECT NO. 01256
TPW PROJECT NO . C293-54I200-2 05330125683
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, March 26, 2009, and then
publicly read aloud at 2 :00 P .M ., in the Council Chambers.
As mandated by Fort Worth City Council Resolution 3535 , all cement utilized for this project shall be
procured from a kiln utilizing a dry kiln process or from any kiln that does not produce an excess of I. 71b
of Oxides of Nitrogen (NOx) emissions per ton of clinker produced .
Bidder s hall submit the 'Green Cement Policy Compliance Statement' at the time of bid opening of the
project. A copy of the Compliance Statement is included in the Contract Documents . Failure to comply
with the 'Green ' Cement Policy shall be grounds for rejecting the bid as non-responsive .
Specifications and Contract Documents for this project may be purchased for thirty dollars ($30) per set at
the office of the Transportation and Public Works Department, Municipal Office Building, I 000
Throckmorton Street, Fort Worth , Tex as 76102 . These documents contain additional information for
prospe ctive bidders .
A pre-bid conference will be held at 10:00 A.M. Thursday, March 12, 2009, 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 :
14 ,000 S .Y . 9 " Concrete Pavement
4 ,000 S.Y . 9 " Concrete Pavement Restoration
14,150 S.Y. 8" Lime Stabilized Subgrade
340 Ton Lime Stabilized Subgrade
14 ,000 S.Y . HMAC Type "B" Base
Included in the above will be all other miscellaneous items of construction as outlined in the Plans and
Specifications .
For additional infonnation, please contact Riad Nusrallah , Street Program Manager at (8 I 7) 392-2729.
DALE A. FISSELER, P.E .
CITY MANAGER
Advertising Dates :
February 26 , 2009
March 5 , 2009
WILLIAM A. VERKEST, P.E ., DIRECTOR
TRANSPORTATION AND PUBLIC WORKS
DEPARTMENT
By : ~J«
Riad Nusrallah, P.E.
Street Program Manager
SPECIAL INSTRUCTIONS TO BIDDERS
I. 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 (I) hold a certificate of authority from
the Untied States secretary of the treasury to qualify as a surety on obligations permitted
or required under federal law; or (2) have obtained reinsurance for any liability in excess
of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of
Texas and is the holder of a certificate of authority from the Untied States secretary of the
treasury to qualify as a surety on obligations permitted or required under federal law.
Satisfactory proof of any such reinsurance shall be provided to the City upon request.
The City, in its sole discretion, will determine the adequacy of the proof required herein.
2 . PROPOSAL: After proposals have been opened and read aloud, the proposals will be
tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the
application of such formulas or other methods of bringing items to a common basis as
may be established in the Contract Documents.
The total obtained by taking the sum of the products of unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the award of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
proceed with the work in any manner as maybe considered for the best interest of the
Owner.
The quantities of work and materials to be furnished as may be listed in the proposal
forms or other parts of the Contract Documents will be considered as approximate only
and will be used for the purpose of comparing bids on a uniform basis . Payment will be
made to the Contractor for only the actual quantities of work performed or materials
furnished in strict accordance with the Contract Documents and Plans. The quantities of
work to be performed and materials to be furnished may be increased or decreased as
hereinafter provided, without in any way invalidating the unit prices bid or any other
requirements of the Contract Documents.
3 . ADDENDA: Bidders are responsible for obtaining all addenda to the Contract
Documents prior to the bid receipt. Information regarding the status of addenda may be
obtained by contacting the Transportation and Public Works Department at (817) 392-
2729. Bids that do not acknowledge all applicable addenda will be rejected as non-
responsive.
SPECIAL INSTRUCTIONS TO BIDD ERS
-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
SUJ)plying 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 faithfu l 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 . LI OUIDA TED 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
SPEC IAL INSTRUCTIONS TO BIDD ERS
. 4 .
prepared by an independent Public Accountant holding a valid permit issued by an
appropriate State Licensing Agency.
IO . 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, l 000
Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on
the contracted project.
C. Any failure on part of the City to request required insurance documentation shall
not constitute a waiver of the insurance requirements specified herein .
D. Each insurance policy shall be endorsed to provide the City a minimum thirty
days notice of cancellation, non-renewal, and/or material change in policy terms
or coverage . A ten days notice shall be acceptable in the event of non-payment of
premrnm.
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.
SP ECIAL 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 of M/WBE firm utilized
3. Scope of Work to be performed by the M/WBE firm
4. Monetary amount of work to be performed by the M/WBE firm
5. Signatures of all parties
A notice to proceed will not be issued until the signed letter(s) or executed
agreement(s) have been received.
Throughout the duration of this project, the Contractor comply with the M/WBE
Ordinance by complying with the following procedures:
• A M/WBE Participation Report Form must be submitted monthly until the contract is
completed. The first report will be due 30 days after commencement of work. The
monthly report MUST have an original signature to ensure accountability for audit
purposes.
• Reports are to be submitted monthly to the M/WBE Office , regardless of whether or
not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a
particular month, place a "O" or "no participation" in the spaces provided, and provide
a brief explanation.
• The Contractor shall provide the M/WBE Office proof of payment to the M/WBE
subcontractors and suppliers only. The M/WBE Office will accept the following as
proof of payment :
1. Copies of submitted invoices with front and back copies of canceled check(s), OR
2. A notarized letter explaining , in detail:
a Subcontractor/supplier Scope of Work
b. Date when services were received from subcontractor/supplier
c. Amounts paid to the subcontractor/supplier
d . Original signatures from both parties must be included on this letter.
SP ECIAL INSTR UCTION S TO BIDD ERS
- 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 of fraud by the Contractor will be
grounds for termination of the contract and/or initiating action under appropriate federal,
state or local laws or ordinances relating to false statements; further, any such
misrepresentation ( other than a negligent misrepresentation) and/or commission of fraud
will result on the Contractor being determined to be irresponsible and barred from
participating in City work for a period of time of not less than three years.
13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the
proposal , the City reserves the right to adopt the most advantageous construction thereof
or to reject the proposal.
14. PROGRESS PAYMENTS. FINAL PAYMENT, PROJECT ACCEPTANCE AND
WARRANTY:
a. The contractor will receive full payment (less 5% retainage) from the city for each pay
period.
SP ECIAL INSTRUCTIONS TO BIDD ERS
. 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 list 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 ev ent 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), 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 I hour.
However, the Contractor may begin work prior to I 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 bums Ultra Low Sulfur Diesel (ULSD). diesel emulsions. or
alternative fuels such as CNG.
If the Contractor is unable to perform continuous work for a period of at least seven hours
between the hours of 7:00 a.m. -6:00 p.m ., on a designated AIR POLLUTION WATCH
DAY, that day will be considered as a weather day and added onto the allowable weather
days of a given month.
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:
(I) 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 se ven 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.
SP ECIAL INSTRUCTIONS TO BIDDERS
-10 -
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 Jack of coverage.
I. The contractor shall contractually require each person with whom it contracts to
provide services on a project, to:
( 1) prov ide 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
prov iding 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
SP ECIAL INSTR UC TIONS TO BIDDERS
-11 -
(7) contractually require each person with whom it contracts, to perform as required
by paragraphs ( l) -(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 -
HEAVY & HIGHWAY CONSTRUCTION
PREVAILING WAGE RATES 2008
Air Tool Operator
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or Sweeper Ooerator
Bulldozer Operator
Carpenter
Concrete Finisher, Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete pavin2 Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber
Crane, Clamshell, Backhoe, Derrick, Drag)ine, Shovel Operator
Electrician
Fla211:er
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Front End Loader Operator
Laborer, Common
Laborer, Utility
Mechanic
Milling Machine Ooerator, Fine Grade
Mixer Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator Rough
Oiler
Painter, Structures
Pavement Marking Machine Operator
Pipelayer
Reinforcing Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Propelled
Roller Operator, Steel Wheel, Flat Wheel/Tamping
Roller Ooerator, Steel Wheel, Plant Mix Pavement
Scraper Operator
Servicer
Slip Fonn Machine Operator
Spreader Box Operator
Tractor Operator, Crawler Type
Tractor Ooerator, Pneumatic
Traveling Mixer Operator
Truck Driver Lowboy-Float
Truck Driver, Single Axle, Heavy
Truck Driver Single Axle, Light
Truck Driver, Tandem Axle, Semi-Trailer
Truck Driver, Transit-Mix
Wagon Drill, Boring Machine, Post Hole Driller Operator
Welder
Work Zone Barricade Servicer
$10 .06
$13 .99
$12.78
$11.01
$ 8.80
$14 .15
$ 9 .88
$13.22
$12.80
$12 .85
$13 .27
$12 .00
$13.63
$12.50
$13 .56
$14 .50
$10.61
$14.12
$18 .1 2
$ 8.43
$11.63
$11.83
$13 .67
$16.30
$12.62
$ 9.18
$10.65
$16.97
$11.83
$11.58
$15 .20
$14 .50
$14.98
$13.17
$10.04
$11.04
$14 .86
$16 .29
$11.07
$10.92
$11.28
$11.42
$12.32
$12.33
$10 .92
$12.60
$12 .91
$12.03
$14.93
$11.47
$10.91
$11.75
$12 .08
$14.00
$13 .57
$10 .09
-
TO: CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH, TEXAS 76102
PROPOSAL
FOR: TRINITY BL VD CONCRETE RECONSTRUCTION/RESTORATION (2009-4)
Hwy 360 Serv . Rd to Centreport Blvd (Reconstruction/Restoration)
Centreport Blvd to Cambridge Rd (Restoration)
Cambridge Rd to Diplomacy Dr (Reconstruction/Restoration)
Diplomacy Dr to TRE RR Bridge (Restoration)
CITY PROEJCT NO. 01256
TPW PROJECT NO. C293 -541200-205330125683
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 upon 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 UNIT TOTAL
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
S .P . 1 2 EA. Project Designation Sign@
T wo Hundred Dollars
& No Cents Per Ea. $ 200 .00 $ 400 .00
P-1
APR . 9.20 09 1:50PM CITY OF FORT WORTH NO. 05 2 P. 4
SPEC PAY APPROX. DESCRIPTION OF ITEMS wrrn UNIT TOTAL
ITEM ITEM QUANTITY BID PRICES WRIITEN IN WORDS .!!lYQ; AMOUNT BID
S.P. 2EA. Project Designation Sign@
Two Hundred Dollars I & No Cems Per Ea. s 200 .00 s 400.00
S.P. 2 LUMPSUM Utility Adjumnent @
Six Thousand Dollars I & No Cents Per LS . S 6,000 .00 $ 6,000 .00
S.P . 3. 9,500 S.Y . Remove E>dsrin& 9.inch Reinforced
104 Concrete Pavement@
~i"i:. Dollars & b .,~ s 6'41 1as . 00
/ St>uo+v s·v~ Cents Per S.Y. s .
S.P. 4 9,500 S.Y. Remove Existing 4-inch HMAC Base
106 Course@
0"'~ Dollars & 4 ~s
S J.f~ 31S.00 V ,r u,,ry .five Cents Per S. Y. $ •
I
210 5 9,600 S.Y. 8·incb Lime Stabilized Subgrade
212
& rFJ;,e. Dollars 5 so s S~, Seo."\/ Cents PerS.Y . s .
210 6 240 TON Lime for Subgrade Stabilization
212 (SO lbs/S.Y.) 11, e,1Jrr
a11~ 11&1;\d-~ I ;At I Dollars
s 33,, ~o. 00
/ & ~o Cents Per TON s 13 8.00
•
S.P. 7 9,500 S.Y. 4-inch HMAC Base Course Type
312 "B"@
t2,,·,. tee~ Dollars
$ lb. 42.. &£~ :fr>JO Cents Per S.Y . s ,ss<??o.••.;
S.P . g 9,500 S.Y. 9-inch Reinforced Concrete
314 ~vemcnt@ s 3?.1 3 306 I \0(-til SP'/(f1 Dollars s 3 S l ( 7 B 6. 00
/
& 'fi}«_ I
Cents Per S. Y.
S.P. 9 4,500 L.F . 7-inch Integral Concrete Curb @
502 &~k;; Ai<. Dollars l ~;-1o.01.s. "0 I Cenu Per l.F. $ • s
I
P-l
AP R. 9. 2 0 0 9 1 : 5 0 PM CIT Y OF FORT WO RTH NO. 052 P. 5
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
.filM ITEM QUANTITY BID PRICES WRJrrEN IN WORDS PR.ICE AMOUNT BID
S.P . 10 6,000 S.Y. Remove and Replace Failed 9-ineh
104 Reinforced Concrete Panels @ ./ 314 F,fry Dollars
& Cents per S. Y. s So.oo 300 000 oo 360 rlO s ' . j
S.P. 11 3,000 L.F. Remove and Replace 7-inch
104 Concrete Curb @
502 Eoui-Dollars Lt 'f ;J. I
&r ;~:bf Ir' o Cents per L.F . s . s l Lf.. ']lzo. f>O
•
S.P. 12 SEA. Remove and Replace 10-ft
104 Stenn Drain Inlet Top@
450 ~~~tn H11~,e.J Dollars s 1 Soo . .o ../ & "" Cents per EA . s I, 500. •0
S.P . 13 1,600 S.F . Remove and Replace 6-inch
104 Concrete Driveway @
504 F,~~ Do11ars 5 50 8, 8r;o. «> / & f\£ry Cents per S.F . $ • $ ,
S.P. 14 2,500 S.F. Remove and Replace 4-inch
104 Concrete Sidewalk @
504 r=1"~ Dollars
$ s. oo
& r:!O Cents per S.F . $ l:;).1 5DO. '°/
S.P. IS 300 S.F. Remove and Replace 4-inch
104 ADA Wheelchair Ramp with
504 Dome-Tile@ '1. .oo s ~, ) 00. M) '1" .Se1e~ Dollars s
& clO Cents per S.F .
S.P. 16 100 S.F . Install New 4-inch ADA Wheelchair
504 Ramp witti Dome-Tile @
~ I 'f. Dollars b.oo bOO. 00 I & cJ 0 Cents per S.f . s s
S.P. 17 14,.5 00 L.F. Silicon Joint Sealant for Concrete
314 Pavement@
_t,10 Dollars
s • ~5 s ld>.,3~5.00
·/ & Ef0h:ty f,i e. Cents Per L.F .
P.J
APR. 9. 2009 1: 50P M CITY OF FORT WORTH NO . 05 2 P. 6
SPEC PAY APPROX. DESCRlmON OF ITEMS WITH UNIT TOTAL
lIEM ITEM QUANTITY BID PRJCES WR.ITIBN IN WORDS PR1CE AMOUNT BID
S.P . 18 600 C.Y. Flex Base@
208 $ t' .. 1 ""-Dollars
& E,fry Cents Per C.Y. s 1 , 5"0 s ~ 500.'° I
S.P . 19 500 C.Y Unclassified Street Excavation @
106 £,~e... Dollars 5 oO $ ~ 500.'° ./
& rlo Cents Per C.Y. s .
1 S.P. 20 350 C.Y. Concrete for Replaced Panels
3 12 Sub Base as Needed @
) 360 gf'itl'\\'l hie-Dollars
s '15 .~ s ~bid-50:0 I & ciQ Cents Per C.Y.
I
S.P . 21 16,000 L.F . 6-lnch Perforated Sub Drain Pipe @
500 t;1~+ Dollars .., 'B.~ s l ~ 8,ocO./ I & rJO Cents Per L.F . $ J •
Addendum 22 0 L.F. Remove and Replace Existing 6-lnch
No .I Perforated Sub Drain Pipe@
DELETED Dollars DELETED DELETED / & Cents Per L.F .
S.P. 23 300 S.F . Remove Salvage and Replace Brick
Paver in Median @
F,"~ Dollars & $ s. &O \1 .5oO. to I NO Cents Per S.F. s
S.P. 24 300 S.F. Remove Salvage and Replace brick
Paver in Crosswalk @
E,~~t Dollars & $ 9.to s ~ Y.oo .~ 1
~ Cents Per S.F .
S.P 25 200 C.Y. Top Soi l @
116 ~i~te~"-Dollars 1', s--o s 3 -300. ~o ./ & fif:q Cents Per C.Y. s .
P-4
----··APR. 9. 200 9 1: 50PM CITY OF FORT WO RTH NO . 05 2 P. 3
SPEC PAY APPROX . DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM 1I&M QUANTITY BID PJUCES WRITTEN CN WORDS PRICE AMQUNTBIQ
S.P. 26 5 Ea. Manhole -Adjustment @
4SO -fwo >j" .. ~~ P, f:,., Dollen s ~ .SD.'° $ \ .~ SD.•0 v
& ,J 0 Cents Per Ea.
S.P. 27 s Ea. War.er Valve Adjusbnent @
450 on t.. Hu""a,td Dollars s I oo.00 Soo . .o I s & c'O Cents Per Ea .
S.P . 28 s Ea. Water Meter Adjustment@
450 1w• }/1J"'1tl.(j Dollars s ~oo . .c s \1 000 ."° /
& dQ Cents Per E.a.
S.P. 29 5,000S.Y. Orass Sod Replacement @
s ~ S.ooo . .o j f:,~c.. Dollars s 5 .°" & ,10 Ccnu Per $. Y. •
Addcndwn 30 LUMPSUM Traffic Comrol@ • }l'1.-«.d
tf •o I No.I f.d) f.11t ~~id f.•~ Dollars oO s &./ t./ ,soo. s 1. '500. & l'&O Cents Per L.S. • I
/
TOTAL BID s l , 30 ~. 15.5. '10
'
P-5
APR . 9. 2009 1: 50PM CIT Y OF FORT WORT H NO . 05 2 P. 7
This contract is issued by an organization which qualifies for exemption pursuant to the provisions of
Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act.
Taxes. All equipment and materials not consumed by or incorporated into the project consttuction, 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 aJI work covered by these contract documents within one hundred Fiftv
illQ) Working Days from and after the date for commencing work as set forth in the written Work order to
be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility
Construction" as established by the City of Fort Worth, Texas.
Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will execute
the fonnaJ contract and will deliver an approved Surety Bond for the faithful performance of this contract.
The attached check in the sum of __ 5 ....... 6_o_(r.~..;...· ..;..A_. 6=-.:,_' -:::----~--------
_________________ Dollars (S S % <i A.&. ) is to become
the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be fotfeited in the event
the contract and bond arc not executed within the time set forth, as liquidated damages for delay and
additional work caused thereby.
The Contractor shall mobilize within ten (10) calendar davs of the notice given by the Construction
Engineer for any of the locations. If the contractor fails to begin the work within ten ( I 0) calendar days. a
$200 dollars liquidated damage will be assessed per Block per day .
I (we), acknowledge rec _eipt of the following addenda to the plans and specifications, all of the provisions
and requirements of which have been taken into consideration in preparation of the foregoing bid :
r"' ~ r Respectful!) submitted,
Addendum No . I (lnitia~~ ;1j.5-&fA#dA.J U;.,vrf?*1'1;Vf'1 L · ~
Addendum No . 2 (Initials) c§i-4-, ~~ -J6
Addendum No. 3 (Initials)_ : U,,/1' E,,e_
(Seal)
P-6
Printed Name of Principal
Address: P,v.t3,y /~}Ot!6 f.ev,·~~ UA'-1-$
E-mail Address: 0 7 5"oi,~ ~
Telephone: 9 Z? ,? (, 3 ~ 9o 7
f',4..._..r 9 7 Z--;J. 6 'I () 00 8
j,v h '1 <!/J1 c~ ~/,o >1 co 'J1 fra,;~it',,...f, ~
VENDORCOMPLIANCETOSTATELAW
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 arc 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 vendon in (give State), our principal place of
business, are required to be percent lower than resident bidden
by State law. A copy of tbe Statute is attached.
Non-resident vendon in (give State), our principal
place of business, are not required to underbid resident bidden.
B. Our ~cipal place of business or corporate offices are in the State of Texas.
Bidder:
Company
Address
City
McMAHON CONTRACTlNG, LP.
McMAHON CONTRAcnNG. U
P.O. BOX 153086
lllVING, TX 75il5-Jtl6
State Zip
S'h"'w~ Mt! M~~,o"
By: (Pleas print)
TIDS FORM MUST BE RETURNED WITH YOUR QUOTATION
FORT WORTH
·~
PRIME COMPANY NAME:
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATIACHMENT1A
Page 1 of 4
Check appHcable block to describe prime
McMAHON CONTRACTING, LP. I MW/DBE "'I PROJECT NAME: NON-M/W/DBE
T<,;r-.~\y B, "J. BID DATE
o&./-lb-o<J
City's M/WBE Project Goal: I Prime's M/WBE Project Utilization: PROJECT NUMBER 1, % I 8. ,o % Ol3'Cf0
Identify all subcontractors/suppliers you will use on this project
Failure .to :cornplete thi'sform,. in _ it$ entirety With . requ~$t~ docuo,~ritation, :~~:.received :by · the .. Manag'i119 .·
Department orr 9[ pefon:J,5 ;00 p .m. fi'IEt {5) City bi;isif'!9$S days aftef pid .<>p9.oiog; ~~c:14sivtfof t:>id opening ~ate; :
~fil~lflli~IJi i~(~li:~
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties.
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 detennined to be bonaflde minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX D01), 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 ciedifas Jong as the M/WBE listed owns and
operat~s ~t least one fully ' licensE!d and ·operational · ti'uck ·to be used · ori tn.e contrac:t The M/WBE may lea$e
trucks ftom another M/WBE firm, including M/WBE owner-op~rators; . and receive · full M/WBE credit. The
M/WBE may lease trucks from no1r:M/WBEs, including: owner-:-operators; but will only receive credJt for the
. fees arid commissions earned by the MIWBE as outlinecl in the lease agreement, . . . . . ' · .
Rev . 5/30I03
f: F r: f: P: f: t: ~ r~ p: r: f: 1. ~ ATIACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/VVBEs. Please list MNVBE firms first, use additional sheets if necessary. Certification N (check one) !> SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name I N Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount T D W Telephone/Fax r B B R 0 ~ E E C T E A .. 5',p,~-t'. ~~;~ ~ ~..\~ · ~ ... ;~, rs~, ;"j P.O. B.o,c 8oo!S, l, v' •?>11,o~s:· g. ,c\'\ s,.,,~s ,-r,.. 7Stl0 'f1.P.-111-"SI 1.,.,a-~-t,-~'f I I Oc-f\ ~l~S ~ s"•"~ ,,,,~¥,,"_) I f~-1;,\-<. :' et\f,..}(. fo~ ~. l\.t~ ". II -r,11~ ~ 1tb, I So ... o..,,.s, .,.,., '1 s2og "",-11&.f&,-~IS ot.,&t--,.,~--~li~'t • L Ki f A<S#,i,\lltf s (,, ''Pt,fo,.>t•~ p.(?. Ba,.. (.(o8 Sv~--~~ f~pG--" ~S't, 38S!0 me,,~ 1~. "7S"At9-f ? I 'f -'5''t&( -01.t'iO ,. ' 1 I "1 -'S''i't ,..'J (, I 'I tit"' s~~Wtj f r-~~ , 11 Pc.rtoc-.~d 11 S$. ~ LA.9\t... s ubdc•,~ v;~t,.. ~\'IA'-, T~.S 7 Stil\1 I . , -, 'l«t, i,s.to ~ br, .. <..~'f s .;1.,o.1-3,s-s~,;7 ; c_; t dt,wA\¥.,J c?.t"f -3, 8 -,~,o Io r~"' \ s,,,·ir•".-.t"""\,1111(.. /73" t\\efM( 5fl"te\-4'"r~ss s-J ().\\4tS, ~')(A.~ ?Sala Cf ..J ~~~ '1 ~'7 •• I • ,1~-4'0:,;t-'/110 11~-toa-4'j'13 i .... ~ tw11-.tr T~ s.,,rty ~ .. <r·,U<:J~ S P.O. Bo" l~~S1'7 . v • ~ I 0,000 . •• f.,1-w"+~,-1~. 7b1~, . B,7-,).., '1-D'J OS' :$ .. ,"$ ,,, ., ''1'1-'fll' Rev. 5/30/03
I.
foRTWORTH
~
ATTACHMENT 1A
Page 3 of 4
Primes are required to identify AU subcontractors/suppliers, regardless of status; i.e., Minority, Women and non -MJWBEs.
Please list MNVBE firms first, use additional sheets if necessary.
Certiftcatlon N
(check one) 0
SUBCONTRACTOR/SUPPLIER n T T Detail Detail
Company Name I N
C X M Subcontracting Work Supplles Purchased Dollar Amount
Address e M w T D ~
Telephone/Fax r B B R 0 B E E C T E
A
I
Rev . 5/30/03
. . L
FORT WORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
ATTACHMENT1A
Page 4of 4
$ ~ tt 'l, JO~. oo
s 58 ~' £J 1 8. t>O
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 8 601 080. o•
The Contractot -wi!I riot make add1tfons, ·deletions.or SlJbstih.rtions to this cer:tifieq listwith6ut the -prjor approval
of _ the Minority. and .Wornen B.usiness ~nterprise Office Manager· or designee through tt,e $Ut>hiittal of a
~eque$t for ~pprt,w,U)_f .C!JangelAddit/9-n : · Any unjustified change or deletion shall be a !llaterial breach of
··contract a:nci;JTI~Y re.$lJltitJ .debartne~t · in ?CCOrd '!Yith. the procedures . e>utlined · in _the : ord[nance. rrie. contractor
shall submif ~. ~lciiled exµlanation of h<>.W the requ~sted change/addition or deletion will affe~ the committed
_M/WBE goal;\:lfthe d~tai(explaoation is nofsubmitted, itwiHaffectthe fina)!=Qrttpi_ianc:e 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
perfonned by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offeror and barred from participating in
City work for a period of time not less than one (1) year.
~~ Printed Signature
Title '
Contad Name/Tttle (If different)
McMAHON CONTRACTING, LP.
Company Name Telephone and/or Fax
Address
Chy/State/Zip
Rev . 5/30/03
SPECIAL PROVISIONS
FOR: TRINITY BLVD CONCRETE RECONSTRUCTION/ RESTORATION (2009-4)
Hwy 360 Serv. Rd to Centreport Blvd (Reconstruction/Restoration)
Centreport Blvd to Cambridge Rd (Restoration)
TRINITY BL VD (Cambridge Rd to Diplomacy Dr) Reconstruction/Restoration
TRINITY BLVD (Diplomacy Dr to TRE RR Bridge) Restoration
CITY PROJECT NO. 01256
TPW PROJECT NO. C293-541200-205330125683
1. SCOPE OF WORK:
The work covered by these specifications, includes the reconstruction/reconstruction of 9-inch
Reinforced Concrete Pavement on 4-inch HMAC Base, and 8-inch Lime Subgrade for the above
locations of Trinity Blvd as shown in plans, and directed by the Construction Engineer:
The work also consists of removing failed joint material and replacing with new joint material and new
silicone joint sealant; 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 days, a $200
dollars liquidated damage will be assessed per block per day.
It shall be the responsibility of the prospective bidder to visit the project site 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.
At the sole discretion of the City, the City reserves the right to add, delete or substitute streets in this
contract. The City also reserves the right to increase or decrease quantities of individual pay items
within the contract provided that the total contract amount remains within plus or minus(±) 25% of the
contract award. The contractor is not entitled to any additional compensation or renegotiation of
individual pay item bid prices.
SP-1
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 upon and
awarding the contract.
1. AWARD OF CONTRACT:
Contract will be awarded to the lowest responsible bidder.
2. SUBMITTALS FOR CONTRACT AW ARD:
The City reserves the right to require contractor who is the apparent low bidder(s) for a project to
submit such information as the City, in sole discretion may require, including but not limited to
manpower and equipment records, information about key personnel to be assigned to the project, and
construction schedule, to assist the City in evaluating and assessing the ability of the apparent low
bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the
stipulated time frame. Based upon the City's assessment of the submitted information, a
recommendation regarding the award of a contract will be made to the City Council. Failure to submit
the information if requested may be grounds for rejecting the apparent low bidder as non-responsive.
Affected contractors will be notified in writing of a recommendation to the City Council.
3. CONTRACT TIME:
The Contractor agrees to complete the Contract within the allotted number of days. If the Contractor
fails to complete the work within the number of days specified, liquidated damages shall be charged , as
outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for
Street and Storm Drain Construction of the City of Fort Worth, Texas .
The contract time will be counted from the date set at the pre-construction conference and will continue
until a time the inspector determines the project is ready for a final inspection . At that time a final
inspection will be scheduled. If in the opinion of the inspector the project has not been made ready, the
final inspection will be cancelled and time will continue to be counted. A five working day period is
required for the rescheduling of a final inspection.
The Contractor also agrees to complete the final punch list within ten (10) working days after receiving it.
If the Contractor fails to complete the work within ten (10) working days, the counting of the number of
days to complete the Contract will resume and liquidated damages shall be charged , as outlined in Part 1,
Item 8, Paragraph 8.6 , of the "General Provisions" of the Standard Specification for Street and Storm
Drain Construction of the City of Fort Worth, Texas .
SP-2
4. 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 unsatis.factory performance and/or of failure to maintain the contract
schedule, the following process shall be applicable:
The work progress on all construction projects will be closely monitored. On a bi-monthly basis the
percentage of work completed will be compared to the percentage of time charged to the contract. If
the amount of work performed by the contractor is less than the percentage of time allowed by 20% or
more ( example: 10% of the work completed in 30% of the stated contract time as may be amended by
change order), the following proactive measures will be taken:
A. A letter will be mailed to the contractor by certified mail; return receipt requested
demanding that, within 10 days from the date that the letter is received, it provide
sufficient equipment, materials and labor to ensure completion of the work within the
contract time. In the event the contractor receives such a letter, the contractor shall
provide to the City an updated schedule showing how the project will be completed
within the contract time.
B . The Construction Engineer and the Director of the Transportation and Public Works
Department will be made aware of the situation. If necessary, the City Manager's
Office and the appropriate city council members may also be informed.
C. Any notice that may, in the City's sole discretion, is required to be provided to
interested individuals will distributed by the Construction Engineer.
D. Upon receipt of the contractor's response, the appropriate City departments and
directors will be notified . The Construction Engineer will, if necessary, then forward
updated notices to the interested individuals .
E. If the contractor fails to provide an acceptable schedule or fails to perform
satisfactorily a second time prior to the completion of the contract, the bonding
company will be notified appropriately.
5. 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:
SP-3
This contract and project are governed by the two following published specifications, except as modified
by these Special Provisions:
City of Fort Worth -STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN
CONSTRUCTION; City of Fort Worth / Transportation & Public Works Department -PAVEMENT
DESIGN STANDARD MANUAL; 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 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.
SP-4
A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer
@ 817-392-8712 at least 10 working days prior to the preconstruction conference. Although work will
not begin until the traffic control panel has been reviewed, the Contractor's time will begin m
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 ofregulatory signs , the
Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above
referenced manual and such temporary sign must be installed prior to the removal of the permanent sign.
If the temporary sign is not installed correctly or if it does not meet the required specifications, the
permanent sign shall be left in place until the temporary sign requirements are met. When construction
work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again
contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary
sign in place until such re-installation is completed.
The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption
to the flow of traffic upon the approval of the City Engineer.
Work shall not be performed on certain locations/streets (primarily arterials) during "peak traffic periods
(7 AM . to 9 AM. 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:
SP-5
o Project name/Contract name
o Project number
o Expected dates of construction
o Contractors and project inspector's contact information
A sample notice/flyer is included in the contract documents. The Electronic version of the notice/flyer
can be obtained from the Office of the Transportation and Public Works Department (817) 392-2729
It will be the contractor's responsibility to create and distribute a follow-up notice/flyer informing
residents if for any reason work should stop on a project for more than five (5) working days after
construction begins. The flyer should also include the anticipated date of when the work will begin
agam. It will be the contractor's responsibility to re-distribute a three (3) working day
notification/flyer prior to beginning the construction activity.
In addition, all copies of the notice/flyer shall be delivered to the City inspector for his review prior to
distribution. The contractor will not be allowed to begin construction on any street until the flyer is
delivered to all residents of the street.
All work involved with the notice/flyer shall be considered subsidiary to the contract price and no
additional compensation shall be made.
12. PAYMENT:
Payment will be made to the contractor twice a month for work completed during the pay periods ending
on the 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 fmal payment upon acceptance of the project. See Special
Instructions to Bidders Item No. 14 for further requirements.
13. DELAYS:
The Contractor shall receive no compensation for delays or hindrances to the work, except when direct
and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or
material, if any, which is to be furnished by the City. When such extra compensation is claimed a written
statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be
approved and referred by him to the Council for final approval or disapproval; and the action thereon by
the Council shall be fmal 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
SP-6
instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension
of time , his application for which shall, however, be subject to the approval of the City and no such
extension of time shall release the Contractor or the surety on his performance bond from all his
obligations hereunder which shall remain in full force until the discharge of the contract.
14. DETOURS AND BARRICADES:
The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic
and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area.
Contractor shall protect construction, as required by Engineer, by providing barricades .
Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning
and/or Detour Signs", Item 524, and/or as shown on the plans .
Construction signing and barricades shall conform with the latest edition of the "Texas Manual on
Uniform Traffic Control Devices, Vol. No. 1 ".
15. DISPOSAL OF SPOIL/FILL MATERIAL:
Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Transportation
and Public Works Department, acting as the City of Fort Worth's Flood Plain Administrator
("Administrator"), of the location of all sites where the contractor intends to dispose of such material.
Contractor shall not dispose of such material until the proposed sites have been determined by the
Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth
(Ordinance No. 10056) and a flood plain permit issued. All disposal sites must be approved by the
Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain
permit can be issued upon approval of necessary engineering studies . No fill permit is required if disposal
sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter
signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill
Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit,
including any necessary engineering studies, shall be at Contractor's expense. In the event that the
Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator
approving the disposal site, upon notification by the Director of the Transportation and Public Works
Department , 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-7
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 purpo ses.
17. PROPERTY ACCESS:
Acces s to adjacent property shall be maintained at all times unless otherwise directed by the Engineer.
18. CONSTRUCTION SCHEDULE:
Contractor shall be responsible for producing a project schedule at the pre-construction conference.
This schedule shall detail all phases of construction, special coordination with schools (see Item No . 10
Traffic Control for details), including project clean up , and allow the contractor to complete the work
in the allotted time. Contractor will not move on to the job site nor will work begin until said schedule
has been received and approval secured from the Construction Engineer. However, contract time will
start even if the project schedule has not been turned in. Contract start date would be outlined in the
pre-construction work order notice. Project schedule will be updated and resubmitted at the end of
every estimating period. All costs involved with producing and maintaining the project schedule shall
be considered subsidiary to this contract.
19. SAFETY RESTRICTIONS -WORK NEAR IDGH VOLTAGE LINES:
The following procedures will be followed regarding the subject item on this contract:
(1) A warning sign not less than five inches by seven inches, painted yellow with black letters that
are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks ,
power shovels , drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning
sign shall read as follows :
"WARNING --UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH
VOLTAGE LINES."
(2) Equipment that may be operated within ten feet of high voltage lines shall have an insulating
cage-type of guard about the boom or arm, except back hoes or dippers , and insulator links on the
lift hood connections .
(3) When necessary to work within six feet of high voltage electric lines, notification shall be given
the power company (TXU Electric Delivery) which will erect temporary mechanical barriers, de-
SP-8
energize the line, or raise or lower the line. The work done by the power company shall not be at
the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of
all such calls to TXU Electric Delivery and shall record action taken in each case.
( 4) The Contractor is required to make arrangements with the TXU Electric Delivery for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense.
(5) No person shall work within six feet of a high voltage line without protection having been taken
as outlined in Paragraph (3).
20. RIGHT TO AUDIT:
Contractor agrees that City shall , until the expiration of three (3) years after final payment under this
contract is made by City, have access to and the right to examine and photocopy any directly pertinent
books , documents, papers and records of Contractor involving transactions relating to this contract.
Contractor agrees that City shall have access during normal working hours to all necessary Contractor
facilities and shall be provided adequate and appropriate workspace in order to conduct audits in
compliance with the provisions of this section. City shall give the Contractor reasonable advance notice
of intended audits .
Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the
subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the
subcontract, hav e 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
adv ance 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 Administrativ e Code at the time payment is made.
21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS:
Contractor Covenants and agrees to indemnify City 's Engineer and Architect, and their personnel at the
project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to
indemnify, hold harmless and defend, at its own expense, the City, its officers , servants and employees,
from and against any and all claims or suits for property loss , property damage, personal injury,
including death, arising out of, or alleged to arise out of, the work and services to be performed
SP-9
hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees , whether
or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged
negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to
indemnify and hold harmless the City from and against any and all injuries to City's officers, servants
and employees and any damage, loss or destruction to property of the City arising from the
performance of any of the terms and conditions of this Contract, whether or not any such injury or
damage is caused in whole or in part by the negligence or alleged negligence of City, its officers,
servants or employees.
In the event City receives a written claim for damages against the Contractor or its subcontractors prior
to final payment, final payment shall not be made until Contractor either (a) submits to City
satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b)
provides City with a letter from Contractor's liability insurance carrier that the claim has been referred
to the insurance carrier.
The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work performed
under a City Contract.
22. SUBSTITUTIONS:
The specifications for materials set out the minimum standard of quality that the City believes necessary
to procure a satisfactory project. No substitutions will be permitted until the Contractor has received
written permission of the Engineer to make a substitution for the material that has been specified.
Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or
piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade
name was used for the purpose of establishing a standard of quality acceptable to the City. If a product
of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or
"approved equal" is not used in the specifications, this does not necessarily exclude alternative items or
material or equipment which may accomplish the intended purpose. However, the Contractor shall have
the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as
the representative of the City, shall be the sole judge of the acceptability of substitutions. The
provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these
specifications.
23. WATER FOR CONSTRUCTION:
Water for construction will be furnished by the Contractor, at his own expense.
24. SANITARY FACILITIES FOR WORKERS:
SP-10
The Contractor shall provide all necessary conveniences for the use of workers at the project site .
Specific attention is directed to this equipment.
25. MATERIAL STORAGE:
Material shall not be stored on private property unless the Contractor has obtained written permission
from the property Owner. A copy of the written permit shall be provided to the assigned inspector
prior to utilization of the property .
26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS:
The Contractor shall take adequate measures to protect all existing structures, improvements and
utilities , which may be encountered .
27. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC:
The Contractor's particular attention is directed to the requirements of Item 7 , "Legal Relations and
Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain
Construction".
28. CONSTRUCTION:
The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees and all
contractors and their sub-contractors must comply with this program as a condition of the contract. All
active sewer manholes , regardless of depth, are defined, as "permit required confined spaces". Contractors
will be required to complete the "CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water
Department (Field Operations Division) for each entry and possess and use the equipment necessary to
comply with this program. The cost of complying with this program will be considered subsidiary to the
pay items involving work in confined spaces (e.g. vacuum testing, cleaning, televising, construction, etc.).
29. GREEN CEMENT' POLICY:
As mandated by Fort Worth City Council Resolution 3536 , all cement utilized for this project shall be
procured from a kiln utilizing a dry kiln process or from any kiln that does not produce an excess of 1. 71b
of NOx emissions per ton of clinker produced. In cases where cement meeting the above requirement is
not available, and where cement from a non-compliant source must be utilized, the contractor shall
furnish good faith effort documentation in form of letters from two North Texas cement manufacturers of
'Green Cement' stating that no stock of 'green ' cement available for the contractor at that time. These
letters shall be considered valid for a maximum of one week after which new letters must be submitted to
the Project Inspector if 'green cement' continues to remain unavailable . All related costs for complying
SP-11
with the 'Green Cement Policy' shall be considered subsidiary to the applicable project pay items . This
policy shall also apply to all cement products including concrete, cement coated pipes and concrete pipes.
The contractor shall submit the 'Green Cement Policy Compliance Statement ' at the time of bid opening of
the project. A copy of the Compliance Statement is attached at the end of the Special Conditions. Failure
to comply with the 'Green' Cement policy shall be grounds for rejecting the bid as non-responsive.
30. 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 24 hours notice shall be provided to the City by the contractor for operations
requiring testing. The contractor shall provide access and trench safety system (if required) for
the site to be tested and any work effort involved is deemed to be included in the unit price for the
item being tested.
( e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to the
job site. The ticket shall specify the name of the pit supplying the fill material.
NON-PAY ITEM No. 1 -SPRINKLING FOR DUST CONTROL:
All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control" shall
apply. However, no direct payment will be made for this item and it shall be considered incidental to
this contract.
NON-PAY ITEM NO. 2-PROTECTION OF TREES, PLANTS, SOIL, ETC.:
SP-12
All property along and adjacent to the Contractor's operations including lawns, yards, irrigation
systems, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition
equal or better than existed prior to start of work.
By ordinance, the contractor must obtain a permit from the City Forester before any work (trimming ,
removal or root pruning) can be done on trees or shrubs growing on public property including street
rights-of-way and designated alleys . This permit can be obtained by calling the Forestry Office at
(817) 871-5738 . All tree work shall be in compliance with pruning standards for Class II Pruning as
described by the National Arborist Association. A copy of these standards can be provided by calling
the above number. Any damage to public trees due to negligence by the Contractor shall be assessed
using the current formula for Shade Tree Evaluation as defined by the International Society of
Arboriculture . Payment for negligent damage to public trees shall be made to the City of Fort Worth
and may be withheld froni funds due to the Contractor by the City.
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be
immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is
recommended .
NON-PAY ITEM NO. 3-PROJECT CLEAN-UP:
During the construction of this project, all parkways that are excavated shall be shaped, including bar
ditches , and backfilled at the same time the roadway is excavated. Excess excavation will be disposed
of at locations approved by the Engineer.
The Contractor shall be aware that keeping the project site m a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to the
appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses
or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis.
Clean up work shall include, but not be limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of the roadway and residents ' property
If it has been determined that the jobsite has not been kept in an orderly condition, the next estimate
payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced
by 25%.
The Contractor shall make a final cleanup of each street as soon as the paving and curb and gutter has
been constructed. No more than Seven (7) working days shall elapse after completion of construction
before the roadway and right-of-way is cleaned and restored.
SP-13
Failure to do so will be cause to stop the contractor from starting work on other streets . Project time
will not be suspended and a $200 charge per day will be made as liquidation damages .
The Contractor shall make a final cleanup of all parts streets before acceptance of the project is made.
This cleanup shall include removal of all objectionable rocks , pieces of asphalt or concrete and other
construction materials, and in general preparing the site of the work in an orderly manner and
appearance .
NON-PAY ITEM NO. 4 -STORM DRAIN INLET PROTECTION:
All storm drain inlets shall be protected during the construction, and shall use inlet protection for
sediment control , in accordance with the Standard Specifications for Public Works Construction-North
Central Texas.
The contractor shall be responsible for all materials , equipment and labor to perform a most accurate job
and all costs to the contractor shall be figured subsidiary to this contract.
NON-PAY ITEM NO. 5-AGREEMENT OF QUANTITIES
The streets will be measured and all quantities per street will be documented, a copy of the measured
quantities will be provided to the contractor. If the Contractor in agreement of the measured quantities,
then the Contractor is required to sign it and return it with in ten (10) working days . If the Contractor
is not in agreement , then the Contractor is required to , within five (5) working days , arrange a field trip
with the assigned inspector to show proof of the difference.
NON-PAY ITEM NO. 6-EXISTING UTILITIES/FACILITIES:
It shall be the contractor 's responsibility to notify the utility companies that he has commenced work
on the project. Upon completion of a street the contractor shall notify the utilities of this completion
and indicate the start of the next one. The following are utility contact persons:
Company
SBC -Telephone
TXU Electric Delivery:
Downtown
Other than Downtown
Telephone Number
817-338-6202
214-384-3732 Cell
817-215-6424
817-215-6688
SP-14
Contact Person
Mr. Gary Tillory
Mr. Scott King
Mr. Robert Martinez
A TM OS Energy (Ga s) 911 Emergency
81 7-2 15-43 66 D ispatch
817) 21 5-43 66 (for info only) Mr. John Crane
469-261 -2314 Cell (for info only)
CFW -Street Light 817-392-773 8 Mr. James Turner
CFW -Light Signal 817-392-2538 Mr. Frank Brock
817-392-253 5 Mr. Monte Wilson
CFW -Pavement Marking 817-392-81 01 Mr. Marion Goodspeed
CFW -Storm D rain 817-392-519 6 Mr. R odney Smithey
CFW -Water 817-2 12-2699 Mr. R oger Hauser
8 1 7-925-2360 Cell
CFW -Sewer 8 1 7-212-269 9 Mr. Rick Davis
8 1 7-944-8399 Cell
PAY ITEM NO . 1 ~ Pro i ect 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 unit price bid per each will be full payment for materials including all labor, equipment , tools and
incidentals necessary to complete the work.
SP-15
PAY ITEM NO. 2 ~ Utility Adjustment:
This item is included for the basic purpose of establishing a contract price which will be comparable to
the final cost of making necessary adjustments required due to street improvements to water, sanitary
sewer, and natural gas service lines and appurtenances where such service lines and appurtenances are the
property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal ; however,
this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to
the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a
licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will
be made for utility adjustments except those adjustments determined necessary by the Engineer. Should
the Contractor damage service lines due to his negligence , where such lines would not have required
adjustment or repair otherwise , the lines shall be repaired and adjusted by the Contractor at the
Contractor's expense.
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 Existing 9-inch Reinforced Concrete Pavement:
This item shall include the removal of existing 9-inch reinforced concrete pavement and curb with same
day haul-off of the removed material to a suitable dumpsite that approved by the Engineer.
For specifications governing this item, see City Standard Specifications Item No . 104 "Removing Old
Concrete".
The unit price bid per square yard will be full compensation for all labor, materials , equipment, tools, and
incidentals necessary to complete the work.
PAY ITEM No. 4 ~ Remove Existing 4-inch HMAC Base Course:
This item shall include the removal of existing 4-inch HMAC base material with same day haul-off of
the removed material to a suitable dumpsite that approved by the Engineer.
For specifications governing this item, see City Standard Specifications Item No. 106 , "Unclassified
Street Excavation".
The unit price bid per square yard will be full compensation for all labor, materials, equipment, tools , and
incidentals necessary to complete the work.
SP-16
-
PAY ITEM No. 5 -8-inch Lime Stabilized Subgrade:
For specifications governing this pay Item, See City Standard Specifications Item No. 210 "Lime
Treatment (Material Manipulation)" and Item No . 212 "Hydrated Lime and Lime Slurry".
The unit price bid per square yard will be full compensation for all labor, materials, equipment, tools, and
incidentals necessary to complete the work.
PAY ITEM No. 6 -Lime for Subgrade Stabilization (50 lbs/SY):
For specifications governing this pay Item, See City Standard Specifications Item No. 210 "Lime
Treatment (Material Manipulation)" and Item No. 212 "Hydrated Lime and Lime Slurry".
The unit price bid per ton will be full compensation for all labor, materials, equipment, tools, and
incidentals necessary to complete the work.
PAY ITEM No. 7 -4-inch HMAC Base Course Type "B":
For specifications governing this pay Item, See City Standard Specifications Item No. 312 "HOT -MIX
ASPHAL TIC CONCRETE"
The 4" deep Type "B" HMAC Base Course shall extend from back of curb to back of curb beneath the
concrete curb and the 9" concrete pavement and above the 8" Lime Stabilizes Subgrade as shown in the
plans , and shall be placed in two lifts.
The unit price bid per square yard will be full compensation for all labor, materials, equipment, tools, and
incidentals necessary to complete the work.
PAY ITEM No. 8-9-inch Reinforced Concrete Pavement:
For specifications governing this item, see the Green Cement Policy (enclosed) and City Standard City
Specifications, Item No. 314 "Concrete Pavement", City of Fort Worth / Transportation & Public Works
Department -Pavement Design Standard Manual, and Item No. 360 "Concrete Pavement" ( enclosed)
shall apply. The contractor shall use (6) sack concrete mix for all hand placement in the intersections.
Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor
shrinkage, the following policy will apply:
(1) When the crack is minor and due to shrinkage (cosmetic), then no further treatment will be
needed.
SP-17
(2) If the crack is due to distress (structure), then the failed pavement must be removed and
replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less
than 5 feet wide, if so then the entire panel shall be replaced.
(3) Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to
prevent spalling of the pavement.
All concrete pavement not placed by hand, shall be placed u sing a fully automated paving machine as
approved by the Construction Engineer. Screeds will not be allowed except if approved by the
Construction Engineer.
The unit price bid per square yard will be full compensation for all labor, materials , equipment, tools, and
incidentals necessary to complete the work.
PAY ITEM No. 9 ~ 7-inch Integral Concrete Curb:
Standard specification Item No.502, "Concrete Curb and Gutter", shall apply except as follows:
Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of
the same concrete as the slab. The concrete for the curb shall be deposited no more than thirty (30)
minutes after the concrete in the slab is placed.
The Contractor shall backfill behind the curb within seven (7) calendar days , if the Contractor fails to
backfill behind the curb within seven (7) calendar days of pouring the curb, required backfilling shall
be at finishing grade, top soil as per specification Item No. 116 "Top Soil", if needed, shall be added
and leveled to grade behind the curb . Cost of back filling and grading behind curb shall be included in
this pay item.
Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged
during construction, shall be replaced with same or better at no cost to the City.
Required backfilling and finishing grade behind the curb shall be completed in order for the curb to be
accepted and measured as completed
The unit price bid per linear feet will be full compensation for all labor, materials , equipment, tools, and
incidentals necessary to complete the work.
PAY ITEM No. 10 ~ Remove and Replace Failed 9-inch Reinforced Concrete Panels:
This item shall include the removal and replacement of all failed 9-inch reinforced concrete pavement
and replacing with a minimum of 9-inches as designated by the Construction Engineer with same day
haul-off of the removed material to a suitable dumpsite in a manner satisfactory to the Construction
Engineer.
SP-18
For specifications governing this item, see the Green Cement Policy (enclosed) and City Standard City
Specifications , Item No . 104 "Removing Old Concrete", and Item No . 314 "Concrete Pavement", and
Item No. 360 "Concrete Pavement" ( enclosed) shall apply .
In addition, this item includes removing failed joint material and replacing with new joint material and
new silicone joint sealant. Joint material and silicone joint sealant shall be in accordance with the
enclosed technical specification "Silicone Joint Sealing for Concrete Pavement" and joint details.
For situations where extensiv e slab replacement is next to existing deteriorated or damaged curb , the
contractor shall replace both slab and curb. The Engineer shall determine locations of curb
replacement. Payment for slab replacement shall be addressed under this pay item, and curb
replacement shall be paid under Pay Item No. 11 -Remove and replace 7-inch Concrete Curb.
Contractor must remove existing failed pavement in a manner that .subgrade is not disturbed.
Contractor must re-compact subgrade and areas re-compacted shall have a uniform density not less
than 95 % of maximum density (ASTM D-698). In place density test per each repaired surface area
shall be undertaken. The guidelines for compacting, per standard specification Item No. 202,
"Rolling", may be waived due to physical construction restrictions . Engineer may accept other
compaction methods . Payment for compacting, including labor and equipment , shall be incidental to
other pay items in the contract.
If in the process of removing failed concrete pavement, it is revealed that the subgrade, even after
attempts to compact and re-shape, is not meeting requirements of standard specification Item No. 204
"Subgrade Preparation", and is exhibiting severe ruts and poor material composition that can not be
manipulated and compacted, the Contractor shall remove 6-inches of top subgrade and replace with
flexible base. The cost of removing and disposing of subgrade and placing of flexible base shall be
covered in Pay Item No . 19 -Flex Base.
If failed concrete pavement has a depth that is less than 9-inches ( distance between top of new
pavement surface and re-compacted subgrade surface), the Contractor shall remove excess subgrade
material. Subgrade must be re-shaped and re-compacted to allow a replaced 9-inches thick concrete
pavement section. Cost of removing and proper disposal of excess excavated material shall be
covered under PAY ITEM No. 20 -Unclassified Street Excavation.
If replaced pavement section depth exceeds 9-inches and sub grade meets compaction requirements,
the Contractor must pour a uniform pavement section exceeding 9-inches in depth. The cost of
additional concrete shall be co vered under PAY ITEM No. 21 ~ Concrete for Replaced Panels Sub
Base as needed, and shall be full compensation for labor, material and equipment used .
The concrete shall be designed to include a minimum of 6 sacks of Type I, or Type III cement. The
maximum water cement ratio shall not exceed 5.5 gallons per sack. A Type A water-reducing
SP-19
admixture and a Type C non-chloride set-accelerating admixture may be used with minimum 5 .5
sacks of type I or Type ID cement to achieve the earliest possible concrete-setting times. The use of a
set-retarding admixture will not be permitted. The concrete shall be designed to achiev e a minimum
compressive strength of 3000 pounds per square inch in seventy two (72) hours. Concrete pavement
may be opened to traffic as long as the minimum compressive strength requirement of 3000 pounds
per square inch has been met. If the concrete fails to reach the required 72-hour strength, the
Engineer may direct that the concrete be redesigned as necessary to meet these requirements.
Slump shall not exceed 3 inches . An entrained air content of three (3) to six (6) percent, as directed
by the Engineer, shall be provided. The fine aggregate shall have fineness modules of 2 .60 to 2.80.
All admixtures used shall conform to the requirements of standard specifications Item No . 314,
"Concrete Pavement" except that the Type C set-accelerating admixture may require addition, at the
job site, when the temperature of the concrete is abo ve 55 °F . Either transit-mix or central-mix
concrete will be permitted.
Existing concrete pavement shall be sawed full depth. Reinforcing bars (No. 3 @ 24" OCBW),
dowels and tie bars shall be placed as shown on the enclosed joint details. All concrete pavement not
placed by hand shall be placed using a fully automated paving machine as approved by the Engineer.
Screeds will not be allowed except if approved by the Engineer.
Actual measured material in square yards, in place, shall be the basis for payment. Payment shall be
full compensation for labor, material and equipment used, at the locations determined by the
Engineer.
PAY ITEM No. 11-Remove and Replace 7-inch Concrete Curb:
This item includes the replacement of concrete curb where extensiv e slab replacement is required next
to existing deteriorated or damaged curb with same day haul-off of the remov ed material to a suitable
dumpsite. The contractor shall replace both slab and curb . The Engineer shall determine locations
and limits of curb replacement.
Standard specification Item No . 104 "Removing Old Concrete", and Item No.502 , "Concrete Curb
and Gutter", shall apply except as follows : Integral curb shall be constructed along the edge of the
pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the
curb shall be deposited no more than thirty (30) minutes after the concrete in the slab is placed. In
situations where only curb replacement is called for, new slab and curb shall be drilled into existing
pavement per detail sheet. Concrete slab shall be paid for under Pay Item No. 8 -9-inch Reinforced
Concrete Pavement and curb shall be paid under this pay item.
SP-20
The Contractor shall backfill behind the curb at finishing grade within seven (7) calendar days of
pouring the curb. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and
leveled to grade behind the curb . Cost of back filling , top soil, and grading behind curb shall be
included in this pay item.
Existing improvements within the parkway such as water m eters , sprinkler system, etc., if damaged
during construction, shall be replaced with same or better at no cost to the City.
Required backfilling and finishing grade behind the curb shall be completed in order for the curb to be
accepted and measured as completed
The unit price bid per linear feet will be full compensation for all labor, materials, equipment, tools, and
incidentals necessary to complete the work.
PAY ITEM N0.12-Remove and Replace 10-Ft Storm Drainage Inlet Top:
This pay item shall include the removal and replacement of a 7-inch thick drainage inlet top of 10-ft
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 . 104 "Remov ing Old
Concrete", 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) 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. 13-Remove and Replace 6-Inch Concrete Driveway:
This pay item shall include the removal and replacement of any type of exi sting 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.
SP-21
-
For specifications governing these items , see City Standard Specifications Item No . 104 "Removing Old
Concrete" and Drawing Nos. S-S5, and Item No. 504" Concrete Sidewalk and Driveways". Pay limits for
concrete driveway are as shown in Drawing No . S-S5 of the Standard Specifications.
Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal
All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square
inch in seven (7) days .
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. 14-Remove and Replace 4-Inch Concrete Sidewalk:
This pay item shall include the removal and replacement of any type of existing concrete sidewalk, as
designated by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to
adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable
dumpsite .
For specifications governing these items , see City Standard Specifications Item No. 104 "Removing Old
Concrete", and Item No. 504 "Concrete Sidewalk and Driveways".
All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square
inch in seven (7) days.
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 N0.15-Remove and Replace 4-Inch ADA Wheelchair Ramp with Dome-Tiles:
This item shall include the removal of existing wheelchair ramp , and replacement with new Dome-Tile
standard concrete wheelchair ramps 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, enclosed Dome-Tile details; and City Standard Specifications
Item No . 104 "Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as
herein modified .
SP-22
-
All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square
inch in seven (7) days .
Contractor shall sawcut existing sidewalk, curb and gutter and pavement prior to wheelchair ramp
removal.
The removal and replacement of existing curb as required for the installation of new wheelchair ramps
shall be included in PAY ITEM NO. 11 ~ Remove and Replace 7-inch Concrete Curb . Pay limits for
laydown curb and gutter are as shown in the Accessability Ramp Pay Limits detail (STR-032).
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 the full width of 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 surface Dome-Tile
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.
The Contractor shall backfill behind the wheelchair ramps within seven (7) calendar days , if the
Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the ramp,
required backfilling shall be at finishing grade, top soil as per specification Item No. 116 "Top Soil", if
needed , shall be added and leveled to grade behind the curb. Cost of back filling and grading behind
curb shall be included in this pay item.
Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged
during construction, shall be replaced with same or better at no cost to the City.
Required backfilling and finishing grade behind the ramp shall be completed in order for the wheelchair
ramp to be accepted and measured as completed
SP-23
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. 16 -New Standard 4-Inch ADA Wheelchair Ramp with Dome-Tiles:
This item shall include the construction of new Dome-Tiles standard concrete wheelchair ramps with
Dome-Tiles at various locations as to be determined in field by the Construction Engineer with same
day haul-off of the removed material to a suitable dumpsite .
For specifications governing this item, enclosed Dome-Tile details; 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) days.
Contractor shall sawcut existing sidewalk, curb and gutter and pavement prior to wheelchair ramp
removal.
The removal and replacement of existing curb as required for the installation of new wheelchair ramps
shall be included in PAY ITEM NO. 11 -Remove and Replace 7-inch Concrete Curb. Pay limits for
laydown curb and gutter are as shown in the Accessability Ramp Pay Limits detail (STR-032).
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.
Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel,
and extend the full width of 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 surface Dome-Tile
maybe curved along the corner 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 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.
The Contractor shall backfill behind the wheelchair ramps within seven (7) calendar days, if the
Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the ramp,
SP-24
-
1.
2.
required backfilling shall be at finishing grade, top soil as per specification Item No. 116 "Top Soil", if
needed, shall be added and leveled to grade behind the curb. Cost of back filling and grading behind
curb shall be included in this pay item.
Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged
during construction, shall be replaced with same or better at no cost to the City.
Required backfilling and finishing grade behind the ramp shall be completed in order for the
wheelchair ramp to be accepted and measured as completed
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.17 -Silicon Joint Sealing for Concrete Pavement:
SCOPE
CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
SPECIFICATION
For
SILICONE JOINT SEALING
(Revision 1, October 18, 1989)
(Revision 2, May 12 , 1994)
This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall
supersede Item 314.2. (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR
STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH, and Item 2.210
"Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -
NORTH TEXAS COUNCIL OF GOVERNMENTS.
MATERIALS
2.1. The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except
as modified by the test requirements of this specification. Before the installation of the joint sealant,
the Contractor shall furnish the Engineer certification by an independent testing laboratory that the
silicone joint sealant meets these requirements.
2.2 . The manufacturer of the silicone joint sealant shall have a mmrmum two-year demonstrated,
documented successful field performance with Portland Cement Concrete pavement silicone joint
sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure
sealants shall not be accepted. The silicone sealant shall be cold applied.
SP-25
2.3 . Self-Leveling Silicone Joint Sealant: The joint sealant shall be Dow Coming 890-SL self-leveling
silicone joint sealant as manufactured by Dow Coming Corporation, Midland , MI 48686-0994 , or an
approved equal.
Test Method
AS SUPPLIED
****
MIL-S-8802
ASTM D 1475
****
****
****
AS CURED -
Self-Leveling Silicone Joint Sealant
Test
Non Volatile Content,% min .
Extrusion Rate , grams/minute
Specific Gravity
Skin-Over Time, minutes max .
Cure Time, days
Full Adhesion, days
Requirement
96 to 99
275 to 550
1.206 to 1.340
60
14 to 21
14 to 21
ASTM D 412 , Mod . Elongation, % min. 1400
ASTM D 3583 Modulus @ 150 % Elongation, psi max. 9
(Sect. 14 Mod.)
ASTM C 719
ASTM D 3583
(Sect. 14 Mod.)
ASTM D 3583
(Sect. 14 Mod.)
Movement, 10 cycles @ +100 /-50 %
Adhesion to Concrete, % Elongation min.
Adhesion to Asphalt, % Elongation min.
No Failure
600
600
2.4 . The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene
bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be
installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The
backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or
reaction shall occur between them. Reference is made to the Construction Detail" sheet for the
various joint details with their respective dimensions .
3. TIME OF APPLICATION
On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the
required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as
directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy"
joints, the initial 1/4 inch width "green" saw-cut and the "reservoir" saw cut are identical and should
be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be
applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to
cure for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made ,
the joint cleaned, and the joint sealant installed . During the application of the joint sealant, the
weather shall not be inclement and the temperature shall be 40F ( 4C) and rising.
4. EQUIPMENT
SP-26
4 .1. All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his
equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the
beginning of the work. The minimum requirements for construction equipment shall be as follows:
4 .2 . Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint
sawing to the required dimensions .
4.3 . High Pressure Water Pump: The high pressure cold water pumping system shall be capable of
delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the
saw-cut joint.
4.4 . Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120
cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air.
The blow -tube shall fir into the saw -cut joint.
4.5. Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint.
4 .6. Injection Tool : This mechanical device shall apply the sealant uniformly into the joint.
4.7 . Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph
5.4 .
4.8 . Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination.
They shall be compatible with the join depth and width requirements .
5 . CONSTRUCTION METHODS
5 .1. General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant
placement shall be performed in a continuous sequence of operations.
5 .2. Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the "Construction
Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the
joint.
5 .3 . Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed
from the joint and adjacent area by flushing with high pressure water. The water flushing shall be
done in one -direction to prevent joint contamination .
When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure
water may be deleted. The dust resulting from the sawing shall be removed from the joint by using
compressed air. (Paragraph Rev. 1, October 18 , 1989)
After complete drying, the joints shall be sandblasted. The nozzle shall be attached to a mechanical
aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one
to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one
directional passes. Upon the termination of the sandblasting, the joints shall be blown-out using
compressed air. The blow tube shall fit into the joints .
SP-27
The blown joint shall be checked for residual dust or other contamination. If any dust or
contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned.
Solvents will not be permitted to remove stains and contamination.
Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned
joints shall not be left unsealed overnight.
Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in the cleaned joint prior
to the application of the joint sealant in a manner that will produce the required dimensions.
5.4. Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied
using the mechanical injection tool. The joint sealant application shall not be permitted when the air
and pavement temperature is less than 40F ( 4C). Joints shall not be sealed unless they are clean and
dry.
Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be
removed and discarded and shall not be used to seal the joints.
The pavement surface shall present a clean final condition.
Traffic shall not be allowed on the fresh sealant until it becomes tack-free .
Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the
beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and
the Engineer the acceptable method for sealant installation . The manufacturer's representative shall
approve the clean, dry joints before the sealing operation commences.
6. WARRANTY
The Contractor shall provide the Engineer a manufacturer 's written guarantee on all joint sealing
materials. The manufacturer shall agree to provide any replacement material free of charge to the
City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints. The
Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for
two years after final acceptance of the completed work by the Engineer.
7. BASIS OF PAYMENT
Payment will be made at the Contract bid item unit price bid per linear foot (L.F.) as provided in
"MEASUREMENT" for "SILICONE JOINT SEALING", which price of shall be full compensation
for furnishing all materials and for all preparation, delivery, and application of those sealing materials
and for all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in
conformity with the plans and these specifications .
PAY ITEM N o . 18 -Flex Base:
This item addresses subgrade that has irregularities, weak spots; ruts , and not meeting compaction
requirements. Contractor shall replace top 6-inches of subgrade with flexible base material.
SP-28
Application of flexible base material shall be in accordance with standard specification Item No. 208,
"Flexible Base".
Measurement is in square yards and shall cover actual area and depth of 6-inches of material used.
Payment is full compensation and covers the cost of labor, material, and equipment used in excavating
and hauling off failed subgrade material and manipulating, spreading, and compaction of flexible base
material. Use of material shall be determined in the field by the Engineer or his Representative.
PAY ITEM No. 19-Unclassified Street Excavation:
This item covers the cost of removing excess subgrade material in areas where the existing failed
pavement section is less than 9-inches in thickness and the proposed pavement is 9-inches or greater
in thickness. This item covers the removal and proper disposal of excess subgrade material and shall
be in accordance with standard specifications Item No. 106, "Unclassified Street Excavation".
Measurement is in cubic yards and payment shall be for all labor, equipment used and the removal
and disposal of material. Excavation shall be determined in the field by the Engineer or his
Representative .
PAY ITEM No. 20-Concrete for Replaced Panels Sub Base as Needed:
This item covers the cost of additional concrete used in the replaced pavement sections that exceeds
9-inches in depth. Replaced pavement section to be uniform concrete to be cast monolithically. Mix
requirement, material selection, compressive strength, etc., shall match requirements highlighted in
Pay Item No. 8 -9" Reinforced Concrete Pavement.
Actual measured material in cubic yards, in place, shall be the basis for payment. Payment would be
full compensation for labor, material and equipment used. Additional concrete shall be determined in
the field by the Engineer or his Representative.
PAY-ITEM NO. 21-6-Inch Perforated Subdrain Pipe:
This item shall consist of furnishing and installing 6-inch perforated subdrain and filter material all as
shown on the enclosed details , or as directed by the Engineer.
All applicable provision of standard Specifications Item 500 "SUBDRAINS" shall apply except as herein
modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ratio of 35
(SDR35) and meet the ASTM D 1784. Filter fabric shall have the capability of passing ground water
without transporting the soil placed around the filter fabric. The fabric shall be constructed exclusively of
SP-29
synthetic thermoplastic fibers and may be either woven or non-woven to form a mat of uniform quality.
Fabric fibers may be either continuous or discontinuous and oriented in either a random or a aligned
pattern throughout the fabric . The fabric shall be mildew resistant, rot proof, shall be satisfactory for use
in a wet soil and aggregate environment, contain ultraviolet stabilizers and have non-raveling edges.
The fabric shall meet the following requirements when sampled and tested in accordance with the
methods indicated:
Test Original Physical Properties
Fabric weight, on an ambient
temperature air-dried tension free
sample, expressed in oz/sq. yd.
Water flow rate by falling head method,
7.9 inches (20 cm) to 3 .9 inches (10 cm)
on 2 inch ID cylinder with 1 inch
diameter orifice, with flow rate expressed
in gaVsq. ft/minute.
Breaking load in either machine or cross-
machine direction, expressed in pounds .
Equivalent opening size (US Standard
sieve no.)
"Apparent elongation" at breaking load in
either machine or cross-machine
direction, expressed as percent.
Method
SDHPT Test Method Tex-
616-J"Testing of Construction
Fibers"
Tex-616-J
ASTM Designation: D 1682
grab method Gas modified by
Tex--616-J
CW-02215 , US Army Corps
of Engineers, Civil Works
Construction Guide
Specification. "Plastic Filter
Fabric", Nov. 1977 .
ASTM Designation: D 1682
grab method G as modified by
Tex-616-J
Requirements
4. 0 minimum for under
drains and Slope
Stabilization, 6.0 minimum
for Gabions Revetment
80minimum
100 minimum
70 to 100
100 maximum
The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated
or as directed by the Engineer. When lapping is required, it shall be in accordance with the manufacturer's
recommendations. Backfilling around the Filter Fabric shall be done in such a way as not to damage the
Filter Fabric material during the placement.
The unit price bid per linear feet shall be full compensation for all labor, materials, equipments, tools, and
incidentals necessary to complete the work.
PAY-ITEM NO. 22-Remove and Replace Existing 6-Inch Perforated Subdrain Pipe:
SP-30
This item shall consist of removing the existing subdrain pipe and furnishing and installing 6-inch
perforated subdrain and filter material all as shown on the enclosed details , or as directed by the Engineer.
All applicable provision of standard Specifications Item 500 "SUBDRAINS" shall apply except as herein
modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ratio of 35
(SDR35) and meet the ASTM D 1784 . Filter fabric shall have the capability of passing ground water
without transporting the sciil placed around the filter fabric. The fabric shall be constructed exclusively of
synthetic thermoplastic fibers and may be either woven or non-woven to form a mat of uniform quality.
Fabric fibers may be either continuous or discontinuous and oriented in either a random or a aligned
pattern throughout the fabric. The fabric shall be mildew resistant, rot proof, shall be satisfactory for use
in a wet soil and aggregate environment, contain ultraviolet stabilizers and have non-raveling edges.
The fabric shall meet the following requirements when sampled and tested in accordance with the
methods indicated:
Test Original Physical Properties
Fabric weight, on an ambient
temperature air-dried tension free
sample, expressed in oz/sq. yd.
Water flow rate by falling head method,
7 .9 inches (20 cm) to 3.9 inches (10 cm)
on 2 inch ID cylinder with 1 inch
diameter orifice, with flow rate expressed
in gal/sq . ft/minute.
Breaking load in either machine or cross-
machine direction, expressed in pounds.
Equivalent opening size (US Standard
sieve no .)
"Apparent elongation" at breaking load in
either machine or cross-machine
direction, expressed as percent.
Method
SDHPT Test Method Tex-
616-J"Testing of Construction
Fibers"
Tex-616-J
ASTM Designation: D 1682
grab method G as modified by
Tex--616-J
CW-02215 , US Army Corps
of Engineers , Civil Works
Construction Guide
Specification. "Plastic Filter
Fabric", Nov. 1977 .
ASTM Designation: D 1682
grab method G as modified by
Tex-616-J
Requirements
4 .0 minimum for under
drains and Slope
Stabilization, 6 .0 minimum
for Gabions Revetment
80minimum
100 minimum
70 to 100
100 maximum
The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated
or as directed by the Engineer. When lapping is required, it shall be in accordance with the manufacturer's
SP-31
recommendations. Backfilling around the Filter Fabric shall be done in such a way as not to damage the
Filter Fabric material during the placement.
The unit price bid per linear feet shall be full compensation for all labor, materials , equipments , tools, and
incidentals necessary to complete the work.
PAY ITEM NO. 23 -Remove Salvage and Replace Brick Paver in Median:
This item will include the removal and replacement in like kind of damaged bricks paver in cross walk.
Contractor shall match existing brick pavers as directed by the Engineer, and as shown in the enclosed
details . Clean up shall be done at the end of every working day . In no case shall the removed material,
trash, and debris stockpiled on site. Existing brick pavers may be re-used only if approved by the Engineer
The Contractor shall furnish new brick pavers. This item shall be governed by all applicable provisions of
the enclosed details and specifications.
The price bid per square foot as shown in the proposal shall be full payment for all materials including all
labor, new brick, excavation, equipment and incidentals necessary to complete the work.
PAY ITEM NO. 24 -Remove Salvage and Replace Brick Paver in Crosswalk:
This item will include the removal and replacement in like kind of damaged bricks paver in cross walk.
Contractor shall match existing brick pavers as directed by the Engineer, and as shown in the enclosed
details. Clean up shall be done at the end of every working day . In no case shall the removed material,
trash, and debris stockpiled on site. Existing brick pavers may be re-used only if approved by the Engineer
The Contractor shall furnish new brick pavers . This item shall be governed by all applicable provisions of
the enclosed details and specifications .
The price bid per square foot as shown in the proposal shall be full payment for all materials including all
labor, new brick, excavation, equipment and incidentals necessary to complete the work.
PAY ITEM NO. 25-Top Soil:
The proposed quantities shown are calculated to provide top soil (2 to 4 inches in depth compacted) over
the parkway areas that are not included in the required flat work backfill. This pay item is intended to
pay for topsoil that must be imported where suitable material is either not available on the job or cannot
reasonably be stored on-site.
SP-32
The unit price bid per cubic yard will be full compensation for all labor, materials , equipment, tools , and
incidentals necessary to complete the work.
PAY ITEM NO. 26 -Manhole Adjustment:
This item shall include adjusting the tops of existing manhole to match proposed grade as shown in the
detail at the back of this document or as directed by the Engineer. Standard specification Item Nos. 450
"Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified .
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 the
replacement of any broken frame and cover on the Contractor.
Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber
or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections, as per
current City Water Department Special Conditions .
The unit price bid per each will be full compensation for all labor, materials , equipment , tools , and
incidentals necessary to complete the work.
PAY ITEM NO. 27 -Water Valve Adjustment:
Contractor will be responsible for adjusting water valve boxes to match new pavement grade as directed by the
Engineer . The water val ve themselves will be adjusted by the City of Fort Worth Water department force s.
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 val ve 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 the
replacement of any broken frame and cover on the Contractor.
The unit price bid per each will be full compensation for all labor, materials , equipment , tools , and
incidentals necessary to complete the work.
PAY ITEM NO. 28 -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 unit price bid per each will be full compensation for all labor, materials , equipment , tools , and
incidentals necessary to complete the work .
SP-33
PAY ITEM NO. 29 -Grass Sod Replacement:
This pay item shall consi st of the replacements of a like grass sod that was removed under this contract
due to the removal and replacement of driveways and curb and gutters as determined by the Engineer. All
materials shall be of recent production, and suitable for there intended purpose.
Sod Products Specifications :
• Sod shall consist of live and growing grass.
• Grass shall have a healthy, v irile root system of dense , thickly matted roots throughout an
approximately one-(1) inch minimum thickness of native soil attached to the roots .
• Sod will be free from obnoxious weeds or other grasses and be free from any deleterious matter that
might the growth of the grass .
• Sod material must be kept moist from the time it is dug until planted.
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.
END OF SECTION
SP-34
MASON ARY PA VINO SPECIFICATIONS
Part 1 -GENERAL
1.01 QUALITY ASSURANCE:
A. Installer : Subcontract masonry paving work to a firm with not less than
5 years of successful experience in the required type of paving application .
B. Sample Installation: Prior to installation of masonry paving work, fabricate
sample panel using materials, pattern and joint treatment indicated for project
work, including special features for expansion joints and contiguous work. Build
panel at the site, as directed, of full thickness and approximately 4' x 4', unless
otherwise indicated. Provide range of color, texture and workmanship to be
expected in the completed work. Obtain Architect's acceptance of visual qualities
of the panel before start of masonry paving work. Retain panel during
construction as a standard for judging completed masonry paving work. Do not
move or destroy sample panel until work is completed .
C. Do not change source of brands for masonry units , setting materials, or
grout during progress of work.
1.02 SUBMITTALS:
A. Product Data: Submit manufacturer's technical data for each manufactured
product, including certification that each product complies with specified
requirements.
B. Samples:
1. For verification purposes submit the following:
a. Manufacturers testing certification.
b. Masonry paving unit samples for each type of masonry paving required.
Include in each set the full range of exposed color and texture to be
expected in the completed work.
1.03 PRODUCT HANDLING:
-1 -
A. Protect masonry materials during storage and construction against wetting by
rain, snow or ground water and against soilage or intermixture with earth or other
types of materials.
B. Protect grout and mortar materials from deterioration by moisture and
temperature. Store in a dry location or in waterproof container. Keep containers
tightly closed and sway from open flame. Protect liquid components from
freezing.
1.04 JOB CONDITIONS:
A. Cold Weather Protection:
1. Frozen Materials: Do not use frozen materials or materials mixed or
coated with ice or frost.
2. Frozen Work: Do not build on frozen subgrade or setting beds.
Remove and replace masonry work damaged by frost or freezing.
B. Weather Limitations: Protect masonry against freezing when atmospheric
temperature is 40° F ( 4°C) and falling. Heat materials and provide temporary
protection of completed portions of masonry work. Comply with requirements of
BIA Technical Notes, No lA, "Cold Weather Masonry Construction -
Construction and Protection Recommendations".
C. Hot Weather Requirements: Protect masonry in hot weather to prevent
· excessive evaporation of settling beds and grout. Provide artificial shade, wind
breaks and use cooled materials, as required.
PART 2 -PRODUCTS
2.01 MASONRY PAVING UNITS:
A. Paving Brick: Solid (uncored) brick of modular size, 2-1/4" x 3-5.8" x 7-5.8"
except as indicated, complying with ASTM C 216, Type FBS, Grade SW, except as
indicated below:
1. Average Compressive Strength: Not less than I0,500psi.
2. Cold Water Absorption: Not more than 4% after 24 hour submersion in cold
water.
-2 -
3. Freezing and Thawing: No breakage and not more than 0 .5% loss in dry
weight of any individual unit after 100 cycles of freezing-and-thawing test.
4. Color and Texture: Provide Bennett Blend 2 Velour Solid as manufactured by
Acme Brick Company or approved equal. Verify to match existing brick pav er
of sidewalk and pavement.
2.02 SETTING MATERIALS:
A. The mortar setting bed shall consist of:
1. 1 part Portland cement-ASTM C150 , Type 1
2 . l;4 part hydrated lime by volume -ASTM C207 , Type 5
3. 3 parts damp sand -ASTM C144 (for high-bond mortar, gradation m
accordance with additive manufacturer 's recommendations).
4. Add water to obtain stiff mix -water shall be potable quality.
B. The wet mortar joint filler shall consist of:
1. 1 part Portland cement -ASTM C 150 , Type 1.
2. 3 parts dry sand-ASTM C144.
3. Add water to obtain a wet mix.
C. High bond mortar mix shall consist of:
1. 1 sack Portland cement -ASTM C 150 , Type 1
2. 50 pounds workability additive -"A" Marble Dust by Armco Steel Corp.,
Piqua Quarries, or Ute Dolomite Limestone by U .S. Lime Division of Flintkote
Corp., or Micro Fill No. 2 by Pure Stone Co., Marble Falls, Texas.
3. 3 1;4 cubic feet of sand -ASTM C 144
4 . 4 gallons of high bond additive -Sarabond Liquid Mortar Additive by the
Dow Chemical Co.
5. Mix with water in accordance with High Bond Additive manufacturer's
recommendations.
-3-
PART 3-EXECUTION
3.01 INSTALLATION, GENERAL:
A. Concrete surfaces to receive pavers shall be dry, clean, free of oily or waxy
films, film, and level. Pavers shall be set in the patterns shown in the field with ;
uniform tight ~-inch joints. Pavers with chips, cracks , or voids shall not be used.
The setting bed mixture shall be spread and screeded to a true plane and shall be
limited to that amount that can be covered with pavers before initial set.
B. Pavers shall be se in 1-inch layer of neat cement paste over setting bed. Tamped
into full contact with the mortar bed to a level plane. Do not se large areas of
pavers for later leveling. After pavers are set and cleaned free of mortar, fill joints
with mortar completely filling voids. Remove excess dry joint filler mixture and
fog surface with fine water spray. Alignment tolerances maximum are ~ inch in 20
feet and Yi inch in 40 feet or more. Surface tolerance shall be at maximum +/-1/8
inch in 8 feet noncumulative. Tolerances shall be checked continuously as work
progresses so that nonconforming areas can be corrected before mortar sets.
C. All required cutting of pavers to fit shall be done by motor driven masonry saw
with a sharp diamond blade. Exposed broken edges will not be allowed.
D. A seven day damp cure is required. Barricades shall be employed to restrict
traffic during the seven day cure period. After the seven day damp cure period,
clean the surface with stiff brush and brick manufacturer's recommended cleaning
solution in increments not exceeding 100 square feet, leaving surface clean and free
of mortar and grout stains.
E. Brick paver's subcontractor shall have at least five years of experience in brick
paving and their previous work will be reviewed by the Engineer prior to start of
brick paving.
F. Alignment and surface tolerances will be checked and enforced. The Contractor
shall make provisions that brick pavers can meet these tolerances as they are
supplied. Imperfections in the brick dimensions and surfaces will not constitute as
reasons to accept inferior paving and the work will be rejected.
G. At the end of each day, paved areas shall be sprayed with a fine mist of water.
The joints shall be filled within three days after the pavers are set. The paved area
shall be sprayed until the joints are filled. Brick surface shall be swept and kept
clean at all times in order to avoid penetration of cement into the brick surface.
H. Where directed by the Engineer, 6" reinforced concrete base will be placed
under proposed brick pavement. Standards Specifications Item 314.4 shall apply
except as hereinafter modified. Design mix shall be modified to read, "The
-4-
concrete shall be designed for a minimum compressive strength of 3,000 pounds per
square inch at the age of two (2) days for either type I or type III cement".
Reinforcing shall consist of No. 3 bars at 24" on center both ways.
Payment will be made at the unit price bid per square foot and shall be full
compensation for the construction of brick pavers and incidentals thereto.
3.02 REPAIR, POINTING, CLEANING AND PROTECTION:
A. Remove and replace masonry paving units as directed by the Engineer which
are loose, chipped, broken, stained or otherwise damaged, or if units do not match
adjoining units as intended. Provide new units to match adjoining units and install
in same manner as original units, with same joint treatment to eliminate evidence of
replacement.
B. Pointing: during tooling of joints, enlarge voids or holes and completely fill with
mortar or grout. Point-up joints at sealant type joints to provide a neat, uniform
appearance, properly prepared to application of sealant.
C. Cleaning: Remove excess mortar/grout from exposed brick surfaces, wash and
scrub clean.
D. Protect masonry paving installations from deterioration, discoloration or
damage during subsequent constructions and until acceptance of work, m
compliance with recommendations of installer and paving until manufacturer.
- 5 -
NOTE: THIS SPECIFICATION HAS BEEN MODIFIED TO DELETE NON-
APPUCABLE ITEMS FOR USE AS A GUIDE SPECIFICATION FOR CITY STREETS ..
Item 360
CONCRETE PAVEMENT
300.1. Description. Construct Portland cement concrete pavement with or without
curbs on the concrete pavement
300.2. Materials.
A. Portland Cement Concrete. Provide Portland cement concrete to meet a minimum
compressive strength of 3,000 psi at 28 days; unless shown otherwise in the confract
documents.
Use Class A concrete for curbs that are placed separately from the pavement.
Provide concrete that is workable and cohesive, possesses satisfactory finishing
qualities, and conforms to the mix design and mix design slump. ·
8. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement. Provide
approved positioning and supporting devices (baskets and chairs) capable of
securing and holding the reinforcing steel in proper position before and during
p·aving. Provide corrosion protection when shown on the plans.
1. Dowels. Provide Grade 60 smooth, straight dow~ls of the size shown OrJ the
plans, free of burrs or deformations. Coat dowels with a thin film of grease or
other approved de-bonding material. Provide dowel caps. on the lubricated .end of
each dowel bar used in an expansion joint. Provide dowel caps filled with a. soft
compressible material with enough range of movement to 'allow complete closure
of the expansion joint. · ·
2. Tie Bars. Provide straight deformed steel tie bars. Provide either ·multiple-piece
tie bars or slngle-:piece tie bars as shown on the plan.s: Provide multiple-pfece 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 configuration . Provide a
minimum length of 33 diameters of the deformed steel in each piece.
C. Curing Materials. Provide Type 2 membrane curing compound conforming to
DMS-4650, ·Portland Cement Concrete Curing Materials and Evaporation
Retardants.·
D. Epoxy. Provide Type Ill epoxy in accordance with DMS-6100, "Epoxies and
Adhesives,• for installing all drilled-in reinforcing steel.
E. Evaporation Retardant. Provide evaporation retardant conforming to DMS-4650,
"Portland Cement Concrete Curing Materials and Evaporation Retardants:
F. Joint Sealants and Filfers. Provide Class 5 or Class 8 joint-sealant materials and
fillers unless otherwise shown on the plans or approved and other searant 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,
aPortland Cement Concrete." Obtain approval for other equipment used. ·
Q. ?-\
.::.·
A. Placing, Consolidating, and Finishing Equipment. Provide approved self-
prope!Jed paving equipment that uniformly distributes the concrete with minimal
segregation and provides a smooth machine-finished consolidated concrete
pavement conforming to plan line and grade. Provide an approved automatic grade
control system on slip-forming equipment. Provide approved mechanically operated
finishing floats capable of producing a uniformly smooth pavement surface. Provide
equipment capable of providing a fine, light water fog mist.
Provide mechanically operated vibratory equipment capable of adequately
consolidating the concrete. Provide immersion vibrators on the paving equipment at
sufficiently close inteNals to provide uniform vibration and consolidation of the
concrete over the entire width and depth of the pavement and in accordance with the
manufacturer's recommendations. Provide immersion vibrator units that operate at a
frequency in air of at least 8,000 cycles per minute. Provide enough hand-operated
immersion vibrators for timely and proper consolidation of the concrete along forms,
at joints and in areas not covered by other vibratory equipment. Surface vibrators
may be used to supplement equipment-mounted immersion vibrators. Provide
tachometers to verify the proper operation of all vibrators.
For small or irregular areas or when approved, the paving equipment described in
this Section is not required.
B. Forming Equipment.
1. Pavement Forms. Provide metal or wood side forms of sufficient cross-section,
strength, and rigidity to support the paving equipment and resist the impact and
vibration of the operation without visible springing or settlement. Use forms that
are free from detrimental kinks, bends, or warps that could affect ride quality or
alignment. Provide flexible or curved metal or wood forms for curves of 100-~.
radius or less. · ·
2. Curb Forms. Provide curb forms for separately placed curbs that are not
slipformed that conform to the requirements of Item 529, •concrete Curt;,, 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 lerigth ancf width of
the carpet to accommodate specific applications. Use an artificial grass-type
carpet having a molded polyethylene pile face with a blade length of 5/8 in . to
1 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. Pro\(ide a self-propelled transverse metal tine device
equipped with 4-in . to 6-in. steel tines and with cross-section approximately
1/32 in . thick by 1/12 in. wide, spaced at 1 in., center-to-center. Hand-operated
· tining equipment that produces an equivalent texture may be used only on small
or irregularly shaped areas or, when permitted, in emergencies due to equipment
breakdown.
E. Curing Equipment. Provide a self-propelled machine for applying membrane curing
compound using mechanically pressurized spraying equipment with atornizing
nozzles. Provide equipment and controls that maintain the required uniform rate of
application over the entire paving area. Provide curing equipment that is independent
of all other equipment when production rates are such that the first application of
membrane curing compound cannot be accomplished immediately after texturing
and after free moisture has disappeared. Hand-operated pressurized spraying
equipment with atomizing nozzles may only be used on sman 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 iflumination for nighttime sawing.
G. Grinding Equipment When required, provide self-propelled powered grinding
equipment that is specifically designed to smooth and texture concrete pavement
using circular diamond blades. Provide equipment with automatic grade control
capable of grinding at least a 3-ft. width longitudinally in each pass without damaging
the concrete.
300.4. Construction. Obtain approval for adjustments to plan grade.,.line to maintain
thickness over minor subgrade or base high spots while maintaining clearances and
drainage. Maintain subgrade or base in a smooth, clean, compacted condition in
conformity with the required section and established grade until the pavement concrete
is ·placed. Keep subgrade or base damp with water sufficiently in advance of placing
pavement concrete. Adequately light the active work .13reas 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 splices to avoid
having more than 1 /3 of the splices within a 2-ft. longitudinal length of each l~ine of
the pavement. Use multiple-piece tie bars or drill and epoxy grout tie bars at
longitudinal construction joints.
1. Manual Placement. Secure reinforcing bars at alternate intersections with wire
ties or locking support chairs. Tie all splices with wire.
2. . Mechanical Placement. If mechanical pla·cement 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 accurate[y to the cross~
section of the pavement.
1. Placing Reinforcement at Joints. Where the p!ans require an assembly of parts
at pavement joints, complete and place the assembly at the required location and
elevation with all parts rigidly secured in the required position. Accurately notch
joint materials for the reinforcing steel.
C P-3
2. Curb Joints. Provide joints in the curb of the same type and location as the
adjacent pavement Use expansion joint material of the same thickness, type,
and quality required for the pavement and of the section shown for the curb.·
Extend expansion joints through the curb. Construct curb joints at all transverse
pavement joints. For. non-monolithic curbs, place reinforcing steel irito the piastic
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 preverit
relative displacement
Set side forms far enough in advance of concrete placement to permit inspection.
Check conformity of the grade, alignment, and stability of forms immediately before
placing concrete, and make all necessary corrections. Use a straightedge or other
approved method to test the top of forms to ensure that the ride quality requirements
for the completed pavement will be met. Stop paving operations if forms settle or
deflect 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 the full width and length of the form base ·
is supported with a firm material to produce the required pavement thickness ~
Promptly repair the form trench after use. Use flexible or curved wood or metal forms
for curves of 100-ft. 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 hc;tve a slump of more than 5 in. Segregated concrete is subject
to rejection. Place agitated concrete within 60.min. after batching. Place non-ag(t~ted
concrete within 45 min. after batching. In hot weather or under conditions caµsing ·
quick setting of the concrete, times may be reduced by the Engineer. Time limitations
may be extended if the Contractor can demonstrate that the concrete can p~ ·
properly placed, consolidated, and finished without the use of additional water.
E. Concrete Placement. Do not allow the pavement edge to deviate from th~
established paving line by more than 1/2 in. at any point. Place the concrete as .JJear
as possible to its final location, and minimize segregation and rehandling. Where ; ...
hand spreading is necessary, distribute concrete using shovels. Do not use ra 'kes or
vibrators to distribute concrete. ·
1. Pavement. Consolidate all concrete by approved mechanical vibrators operated
on the front of the paving equipment. Use immersion-type vibrators that
simultaneously consolidate the full width of the placement when machine ..
finishing. Keep vibrators from dislodging reinforcement. Use hand-operate~ .
:i-
vibrators to consolidate concrete in areas not accessible to the machine-mounted
vibrators. Do not operate machine-mounted v ibrators while the paving equipment
is stationary. ·
2. Temp.erature Restrictions. Place concrete that is between 40"F and 95"F at the
time of d ischarge, except that concrete may be used if it was already in transit
when the temperature was found to exceed the allowable maximum. Take
immediate corrective action or cease concrete production when the concrete
temperature exceeds 95°F.
Do not place concrete when the ambient temperature in the shade is below 40°F
and falling unless approved. Concrete may be placed when the ambient
temperature in the shade is above 35°F and rising or above 40°F. When
temperatures warrant protection against freezing , protect the pavement with an
approved insulating material capable of protecting the concrete for the specified
curing period. Submit for approval proposed measures to protect the concrete ·
from anticipated freezing weather for the first 72 hr. after placement. Repair or
replace all concrete damaged by freezing.
F. Spreading and Finishing. Finish all concrete pavement with approved self-
propelled equipment. Use power-driven spreaders, power-driven vibrators, power-
driven strike-off, and screed, or·approved alterpate equipment Use the transverse
finishing equipment to compact and strike off the cohcrete to the required section.
and grade without surface voids. Use float equipment for final finishing. Use concrete
with a consistency that allows completion of all finishing operations without addition
of water to the surface. Use the minimal amount of water fog mist necessary to ·
maintain a moist surface. Reduce fogging if float or straightedge operations result in
excess sluny.
1. Finished Surface. Perform sufficient checks with long-handled 10-ft. and 15-ft.
straightedges on the plastic concrete to ensure that the final surface js\vithin the
tolerances specified in the contract documents. Check with the straighte{ig~
parallel to the centerline. ·
2. Maintenance of Surface Moisture. Prevent surface drying of the paV~!Tlent ·
before application of the curing system . Accomplish this by fog application.s of
evaporation retardant on the pavement surface. Apply evaporation retardant at .
the rate recommended by the manufacturer. Reapply the evaporation retardant
as needed to maintain the concrete surface in a moist condition until cu~ng ·.
system is applied. Do not use evaporation retardant as a finishing aid.
' "'
3. Surface Texturing: Perform surface texturing using a combination of a carpet
drag and metal tining, if required by the c~mtract documents. Complete final
texturing before the concrete has attained its initial set. Draw the carpet drag
longitudinally along the pavement surface wi~h the carpet contact surface area
adjusted to provide a satisfactory coarsely textured surface.
Operate the metal-tine device to obtain grooves spaced at 1 in ., approximately
3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide.
Do not overlap a previous ly tined area. Use manual methods for achieving similar
results on ramps and other irregu·lar sections of pavements. Rep·air damage to·
the edge of the slab and j oints immediately after texturing . Do not tine pavement
that will be overlaid ..
4. Small or Irregular Placements. Where machine placements and finishing of
concrete pavement are not practical, use hand equipment and procedures that
produce a consolidated and finished pavement section to the line and grade.
5. Emergency Procedures. Use hand-operated equipment for applying texture,
evaporation retardant, and cure in the event of equipment breakdown.
G. Curing. Keep the concrete pavement surface from drying by water fogging untif the
curing material has been applied. Maintain and promptly repair damage to curtng
materials on exposed surfaces of concrete pavement continuously for at least 3
curing days. A curing day is defined as a 24-hr. pariod when either the temperature
taken in the· shade away from artificial heat is above 50°F for at least 19 hr. or when
the surface temperature of the concrate is maintained above 40DF for 24 hr. Curing
begins when the concrete curfng system has been applied. Stop concrete paving if
curing compound is not being applied promptly and maintained adequataly. Other
methods of curing in accordance with ftem 420. "'Concrete structures,• may be used · when specifled or approved.
1. Membrane Curing. After texturing and immediately after the free surface
moisture has disappearad1 spray the concrete surface uniformly with 2 coats of
membrane curing compound at an incfMdual application rate of not more than
180 sq. ft. per galf Oh. Apply the first coat within 10 min. after completing texturing
opGratfons. Apply the second coat within 30 min. after completing texturing
operations.
Before and during appllcatlon. rnaihtain curing compounds In a unffonnly agitated
condfflon, free of settlement Do not thin or dilute the curing compound. .
Where 1he coating shows discontinuities or other defects or If rain falls on the
newly coated surface before the film has dried enough to resist damage, apply ·
additional compound at the same rate of coverage to correct th~ damage. Ensure
that the curing compound coats the sides of the tining grooves.
H. Sawing Joints. Saw joints to the depth shown on the plans as soon as sawing can
be accomplished without damage to the pavement regardless of time of day or
weather comfltions. Some minor raveling of the saw cut is acceptabfe. Use a chalk
lino, string &ne, sawing template, or other approved method to provide a true joint
afignment. Provide enough saws to match the pavlng production rate to ensure
sawing rorna,tetion at the earnest possible time to avoid uncontrolled 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. Protecdon of Pavement and Opening to Traffic. iesting for earty opening is the
responSJbirrty of the Contractor regardless of job-control testing responsibifities
unless otherwise shown in the plans or dire·cted. Testing result interptetation for
opening to traffic is subject to the approval of the Engineer.
1. Prof:action 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 s~cified. Before opening to traffic, protect the
pavement from damag~ due to crossings using approved methods. Mainiain an
adequate supply of sheeting or other material to cover and protect fresh concrete
. surface from weather damage. Apply as needed fo protect the pavement surface
from weather. •
2.. Opening Pavement to Traffic. Before openf ng to traffic, dean pavement. place
stabfe material against the pavement edges, seal joints, and perform all other
traffic safety related work
Cf>-"
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T .C .A. Labor Code §406.96 (2000), as amended , Contractor certifies that
it provides workers' compensation insurance coverage for all of its employees employed
on City of Fort Worth Project Trinity Boulevard Concrete Reconstruction/Restoration
2009-4 at Four locations and City of Fort Worth Project No. C223-541200-
205330125683.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR:
McMAHON CONTRACTING. L.P.
Before me, the undersigned authority, on this day personally appeared s b Q UJ cl ~~ t(\ o.ko r,.J
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
McMAHON CONTRACTINU L.P.
for the purposes and consideration therein expressed and in the capacity therein stated .
Given Under My Hand and Seal of Office this ~\i:\\. day of D Q ~ , 20.Q1 .
CERTIFICATE OF INSURANCE
STANDARD FORM BY INSURER
DESCRIPTION OF OPERATIONS SECTION CONTINUED
CERTIFICATE HOLDER:
City of Fort Worth
1000 Throckmorton Street
Fort Worth TX 76102
DESCRIPTION OF OPERATIONS CONTINUED:
Diplomacy Dr to TRE RR Bridge
INSURED:
McMahon Contracting, L.P .
PO Box 153086
Irving TX 75015
The City, its officers, employees and servants shall be endorsed as as additional insured on
Contractor's insurance policies with regards to General and Automobile Liability . Wavier of
subrogation in favor of The City, its officers, employees and servants with regards to Workers
Compensation, General and Automobile Liability.
DOC (10/2003)
Page 3 of 3
DATE
10 /19 /2009
TO:
CERTIFICATE OF INSURANCE
CITY OF FORT WORTH, TEXAS
~AME OF PROJECT:
PROJECT NUMBER :
THIS IS TO CERTIFY THAT
Date :
(Name and Address of Insured)
is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter
described, for the type of insurance and in accordance with the provisions of the standard policies used by this
Company, and further hereinafter described . Exceptions to standard policy noted on reverse side hereof.
TYPE OF INSURANCE
Policy No . Effective Expires Limits of Liability
Worker's Comoensation
Comprehensive General Bodily Injury :
Liability Insurance Ea . Occurrence : $
(Public Liability) Property Damage:
Ea Occurrence: $
Blastin~ Ea. Occurrence : $
Collapse of Buildings or
structures adjacent to Ea. Occurrence : $
excavations
Damage to Underground
Utilities Ea. Occurrence: $
Builder's Risk
Bodily Injury:
Cornprehensi ve Ea. Person: $
Automobile Ea. Occurrence : $
Liability Property Damage:
Ea Occurrence : $
Bodily Injury:
Contractual Liability Ea. Occurrence : $
Property Damage :
Ea . Occurrence : $
Other
Locations covered : -----------------------------------
Description of operations covered:
The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or
canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or
cancellations .
Where applicable local lav.'s 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 b y appropriate
endorsement thereto anached .
Agency
Fort Worth Agent 8
Address Title
MCMAHO N CONTRACTING , L . P.
CONTRACTOR'S EQUIP MEN T SCHEDUL E
# E Q# D es cription
1. AC137 19930 Ingersoll Rand Air Compressor
2 . AC155 1999 Atlas Copco Air Compressor
3 . AC191 2003 Sullivan D375QJD Portable Air Compressor
4 . AC258 2001 Ingersoll Rand 185 Portable Air Compressor
5 . AR148 2000 Wacker Asphalt Roller
6. AR-226 1998 Caterpillar CR224C Tandem Vibratory
7 . BH156 2003 Caterpillar 4 l 6D Backhoe
8. BH167 2003 Caterpillar Backhoe Loader, Model 416D
9 . BH175 2004 Caterpillar Backhoe Loader Model 4 l 6D
10 . BH202 2002 Caterpillar 4x4 Loader Backhoe , Model 420D
11. BH-211 2004 Caterpillar Backhoe Loader, Model 420D
12 . BH-215 2001 Caterpillar 420D Backhoe Loader
13 . BH-227 2003 Caterpillar 420D Backhoe Loader
14 . BH-284 2008 Caterpillar 420E Backhoe Loader
15 . BH-285 2008 Caterpillar 420E Backhoe Loader
16 . BH-297 2004 Caterpillar 420D Loader Backhoe
17 . BH-298 2004 Caterpillar 420D Loader Backhoe
18 . BR170 2000 Terramite TSS38 Broom
19. BR209 999 Broce Power Broom
20 . BR232 2005 Terramite TSS8K Power Broom
21. BR256 2005 Broce BB350 Broom
22 . C0-85 1991 Caterpillar CP 323 Compactor
23 . C0169 1991 Caterpi ll ar Soil Drum Compactor Model CP-563C
24. C0245 2004 Caterpillar CP563E Compactor
25. C0255 1998 Ingersoll-Rand SD40F Vibratory Padfoot Compactor
26 . C0-305 2006 CAT CP323 Vibratory Padfoot Compactor
27 . CP-70 Gomaco GP2600 Paver
28 . CP125 2001 Gomaco Commander III Paver
29 . CP190 Gomaco 9500 Concrete Belt Pl acer
30 . CS-203 2005 Core Cut CC6560XLS Concrete Saw
31. CS -250 2007 Husqvama FS6600D Concrete Saw
32. CS-303 Soffcutt XP4000 Concrete Saw
33 . DB -289 2008 C ase 570 MXT Dragbox
34. DZ-95 1982 Caterpillar Bulldozer D3B
35 . DZ-224 1999 Caterpillar D6M LGP Crawler Tractor
36. F0-34 8' X 28' GE Capital Mobile Office
37. F0-63 1995 8' X 14' GE Capital Mobile Office
38. F0-112 1993 8' X 20' T & R Mfg. Field Office
# E Q # D escription
39. F0-208 Acton MO 1260 12' X 56' Modular Building
40. F0-221 60' Field Office (Patriot Homes-TEX0547050)
41. F0-234 Acton MO 1260 12' x 60' Office Trailer
42 . HH -32 Arrow HJ1250R Hydra Hammer
38 . JT-15 1999 C&S 20' X 83' Pipe Top Job Trailer/ Con Ex Box
39 . JT-57 8' X 20' Job Trailer/ Con Ex Box
40 . JT-61 8' X 20' Job Trailer / Con Ex Box
41. JT-91 Load King Trailer w /toolbox
42. JT-105 1999 Wells Cargo Job Tool Trailer
43 . LP -120 1997 Allmond Brothers Light Plant
44 . MB185 2002 Solar Tech Message Board
45. MB186 2002 Solar Tech Message Board
46 . MB195 2004 MBI Solar Tech Message Board
47 . MB196 2004 MBI Solar Tech Message Board
48 . MG-108 1998 Fiat Allis FG65C Motorgrader
49. MG-162 1998 Fiat Allis FG65C Motorgrader
50. MG-204 2003 Caterpillar 140H Motorgrader
51. MG-274 2005 Caterpillar 140H Motorgrader
52 . MX-134 1997 Caterpillar Model RR250B Reclaimer
53. MX-260 2007 Terex CMI R/S 425 C Recycler/Stabilizer
54. PR-140 1991 Bomag Model BW12R 9-Wheel Pneumatic Roller
55 . PR-277 1990 Bomag Model BW12R 9-Wheel Pneumatic Roller
56 . RTE-165 1998 Caterpillar M318 Wheel Excavator
57 . SS-164 1998 Bobcat Skid Steer Loader
58 . SS-216 2005 Bobcat S205 Skid Steer Loader
59 . SS -287 2007 Bobcat S250 Skid Steer Loader
60. TC -251 2005 Gomaco Texture/Cure Machine
61. TH-52 1992 Caterpillar 312 Hydraulic Excavator
62. TH-223 2002 Caterpillar 345BL Hydraulic Excavator
63 . TH-266 2006 Caterpillar 314 C LCR Excavator
64 . TH-273 2005 325 CL Caterpillar Excavator
65 . TH-276 2005 325 CL Caterpillar Excavator
66. TH-282 2006 Caterpillar 330 LL Excavator
67. TH-294 2007 Caterpillar 320 CL Hydraulic Excavator
68. TH-304 Caterpillar 305 SR Mini Excavator
69. TL-237 2004 Caterpillar 963C Track Loader
70 . TL-272 2005 Caterpillar 963 C Track Loader
71. TR-182 1999 Wacker Articulated Trench Roller, Model RT820
72. TR-233 2003 Gomaco 9000 Trimmer
73. TR-278 2004 Vibromax W 1500 Trench Roller
74 . WH-213 2005 Allmand Walk Hammer/EZ Breaker with trailer
75. WL-04 1995 Caterpillar 928F Wheel Loader
76. WL-153 2001 Caterpillar IT28G Wheel Loader
# EQ# Description
77 . WL-1 63 2000 Caterpi ll ar 928G Wheel Loader
78 . WL-205 2003 Caterpillar IT28G Wheel Loader
79. WL-222 2000 Caterpill ar 950G Wheel Loader
80. WL-261 2005 Caterpi ll ar 928 G Wheel Loader
81. Miscellaneous Tools & Equ ipment
($2 ,500 Maximum Any On e Item)
Total :
MCMAHON CONTRACTIN G, L. P.
Automobile Liability and Ph y sical Damage
Schedule of V ehicles
Eg # Descri~tio n/VIN
I. DT33 2000 Mack Dump Truck
2. DT290 1998 Ford F700 Dump Truck
3 . DT307 2007 Mack CTP713 T I A Truck Tractor
4. DTR177 2003 CH6 l 3 Mack Truck Tractor w/wet kit
5. DTR178 2004 CTS Half Round Dump Tra iler
6. DTR235 2007 CTS Round Bottom D ump Tra il er
7. DTR308 2004 Everlite Al umatech Fram less 39 Ft End Dump Truck
8. HT03 1999 Mack Tractor Truck
9. HT 197 l 998Chevrolet Haul Truck
10 . HT228 2007 Trailer King Trai ler
11. HT229 2007 CHN6 l 3 Mack Hau l Truck
12 . HT-302 2007 Chevro let C 4500 Hau l Truck
13. HTR-292 2003 P & J Gooseneck Trai ler
14. LT! 19 200 I Mack CS300P
15 . MT259 2003 International 4300 Service Truck
16. MT-299 2005 Ford F-750 XL T Supe r Duty
17. MT-300 2006 Ford F-650 XL Super Duty
18 . PU96 1999 Ford F l 50 PU
19. PU98 2000 Ford F350 PU
20. PU113 2001 Ford F250 PU
21. PU ! 15 2001 Ford F350 PU
22 . PU151 2001 Ford F250 PU
23. PU 152 2000 Ford F350 Flatbed
24. PU 157 2003 Ford F250 PU
25. PU159 2000 Ford F250 PU
26. PU172 2004 Ford Supercab
27 . PU 174 2004 Ford F250 PU
28 . PU180 2004 Ford F 150 PU
29. PU 187 2005 Ford F 150 PU
30. PU 192 2005 Ford F 150 PU
31. PU200 2005 Fo rd Fl50 PU
32 . PU210 2006 Ford Supercab PU
33 . PU214 2005 Ford F 150 PU
34. PU230 2007 Ford F250 PU
35. PU23 1 2007 Ford F250 PU
36 . PU238 2007 Ford Fl 50 PU
37. PU248 2007 Chevrolet Suburban
38. PU262 2008 Ford F250 PU
39. PU263 2008 Ford F250 S.D.
40. PU270 2007 Ford Fl 50 Truck
41. PU275 2008 Ford F250 Truck
42 . PU280 2008 Ford F l 50 Pickup
43. PU28 1 2008 Ford F450 Pickup
44. PU283 2008 Tundra SR5 Pickup
45. PU2 88 2005 Ford Exp lorer
Eg # Descr i(!tion/V IN
46. PU293 2007 Toyota Tondra
47 . PU301 2008 Ford F550 Cab/Chassis
48. ST264 2008 Ford F550 (Saw Truck)
49. ST265 2008 Ford LCF Service Truck
50. TT90 Be lsh i SI A Tilt Tra iler
5 1. TT l 7 1 12' Ledwell Tilt Trai ler
52 . UT206 2005 Black Big Tex 16' Uti li ty Tra iler
53. UT207 2005 Big Tex 16' Uti li ty Trai ler
54. UT2 17 12,000 lb Red Uti li ty Trai ler
55 . WT93 1994 Water Truck
56 . WT247 1999 Freight liner Water Truck
57 . WT267 1999 Ford Water Truck '
58. WT295 2004 Ford F750 XL Super Duty
59 . WTR-291 2005 Wylie MFGEXP500 Water Trai ler
EQUIPMENT SCHEDULE
List of Equipment owned by Bidder that is in serviceable condition
and available for use:
Portions of work Bidder proposes to sublet in case of Award of
Contracts including amount and type:
McMahon Contracting, L. P.
Projects over $250,000. completed within past 3 years:
There have been no OSHA Violations on these projects.
Job #/ Amount 08-015
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Job #/ Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Z ip
Type of Work
Job #/ Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Job #/ Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Z ip
Type of Work
Arbor Glen Street Reconstruction
Euless , Texas
City of Euless
201 N. Ector Drive
Euless , TX 76039-3595
Earthwork and Paving
08-009
Forest Ridge Drive
City of Bedford
1813 Reliance Parkway
Bedford, TX 76021
Earthwork and Paving
08-004
Bardin Road
City of Grand Prairie
C ity of Grand Prairie
206 W . Church Street
Grand Prairie , TX
Earthwork , Utilities and Paving
08-002
Headquarters Drive
Plano, TX
City of Plano
Post Offfice Box 860358
Plano, TX 75086-0358
Earthwork , Utilities and Paving
$ 644,036.31
Mr. Robert Barker , P . E.
817-685-1881
$ 369,652.14
Richard Perkins
817-952-2220
$ 269,686.77
Kevin Jaeger
972-237 -8159
$ 681,307.40
Vernon Hodges
972-941-7152
Job #/ Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Job #/ Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Job #/ Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Job #/ Amount
07-017
Allen Drive
Allen, TX
City of Allen
Engineering Department
305 Century Parkway
Allen , TX 75013-8042
Earthwork , Utilities and Paving
07-016
FM 455 Widening Project
City of Anna
% Helmberger Associates
1525 Bozman Road
Wylie , TX 75098
Earthwork , Utilities and Paving
07-015
2006-2007 Residential Cone Repl. Rehab
Plano, TX
City of Plano
Public Works Department
Post Office Box 860358
Plano , TX 75086-0358
Earthwork , Utilities and Paving
07-012
Description Replacement of Water Mains
Edgefield, Delmar & Cedar Creek
Owner/Contact City of Garland
Address/Phone 2343 Forest Lane
Address
City/State/Zip
Type of Work
Job #/ Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Garland , TX 75042
Earthwork, Utilities and Paving
07-011
FM 2281 Denton County
Texas Department of Transportation
12000 N . Greenville Avenue
Dallas, TX 75243
Earthwork, Utilities and Paving
$ 462,109.40
John Dostart, P . E.
214-509-4579
$ 271,379.17
Joseph Helmberger
972-442-7459
$ 827,490.00
Steve Spencer
972-769-4140
$ 864,569.50
Robert Ashcraft
972-205-3209
$ 1,484,291.92
Gary D . Bailey, P . E .
972-479-9747
Job #/ Amount 07-008 $ 2 ,293 ,662.81
Description Senlac Drive, Farmers Branch
From Diplomat to Valwood Parkway
Owner/Contact City of Farmers Branch Randy Walhood , P. E.
Address /Phone 13000 Wm Dodson Parkway 972-919-2588
Address
City/State/Zip Farmers Branch , TX 75361-9010
Type of Work Ea rthwork , Utilities and Paving
Job #/ Amount 06-029 $ 2,603,727.86
Description Little Road
Owner/Contact City of Arlington Keith Brook
Address/Phone 817-459-6535
Address Post Office Box 90231
City/State/Z ip Arlington , TX 76004-3231
Type of Work Earthwork , Utilities and Paving
Job #/ Amount 06-028 $ 2,460,085.80
Description Beltline Road Paving Rehabilitation
Owner/Contact City of Irving Chris Collier , P . E.
Address /Phone 972-721-4905
Address 146 N. Briery Road
City/State/Zip Irving , TX 75061
Type of Wor k Earthwork, Utilities and Pav ing
Job #/ Amount 06-024 $ 722,227 .30
Descript ion Matlock Road Paving Improvement
Owner/Contact Arlington Highland , LTD Jason Grimm
Address /Phone 817 -459-6365
Address 2525 McKinnon St., Suite 700
City/State/Zip Dallas , TX 75201
Type of Work Earthwork , Utilities and Paving
Job #/ Amount 06-023 $ 949,650.00
Description TXDOT SH 78
Owner/Contact Texas Department of Transportation Paul Williams
Address /Phone Northeast Dallas Area Office 214-320-6240
Address Post Office Bo x 133067
City/State/Zip Mesquite , TX 75150-3067
Type of Work Earthwo r k , Utilities and Paving
Job #/ Amount 06-022 $ 7,503,013.27
Descri ption TXDOT FM 156, Blue Mound
Owner/Contact Texas Department of Transportation Ralph Browne , P. E.
Address/Phone North Tarrant County Area Office 817-399-4301
Address 2501 Euless Blvd .
City/State/Z ip Euless , TX 76040
Type of Work Earthwork , Util it ies and Paving
Job #/ Amount 06-021 $ 3,243,561.89
Description TXDOT FM 121@ US 75 , Van Alstyne
Owner/Contact Texas Department of Transportation Kevin Harri s
Address/Phone 3904 US 75 South 903-868-9255
Address
City/State/Zip Sherman , TX 75090
Type of Work Earthwork , Utilities and Paving
Job #/ Amount 06-020 $ 1,305,410.41
Description TXDOT Rowlett Road @ SH 66
Owner/Contact Texas Department of Transportation Paul Williams
Address/Phone 4777 E. Hwy 80 214-320-6240
Address
City/State/Zip Mesquite , TX 75150
Type of Work Earthwork , Utilities and Paving
Job #/ Amount 06-018 $ 1,523,843.70
Description Sunset Drive & Pecan Drive
Irving , Texas
Owner/Contact City of Irving Wayne Lee, P . E.
Address/Phone 146 N. Briery Road 972-721-2778
Address
C ity/State/Zip Irving , TX 75061
Type of Work Earthwork , Utilities and Paving
Job #/ Amount 06-015 $ 1,443,426.15
Description Midway Road Widening , Plano
Owner/Contact C ity of Plano Lee D . Stimpson , P. E.
Address/Phone Engineering Department 972-941-7152
Address Post Office Bo x 860358
City/State/Zip Plano, TX 75086-0358
Type of Work Earthwork , Ut ilit ies and Paving
Job #/ Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Job #/ Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Job #/ Amount
Description
06-014
Ervay Street, Dallas
City of Dallas
Engineering Department , 3rd Floor
320 E. Jefferson
Dallas, TX 75203
Earthwork , Utilities and Paving
06-010
McDermott Blvd. Widening, Plano
City of Plano
Engineering Department
Post Office Box 860358
Plano, TX 75086-0358
Earthwork , Utilities and Paving
06-009
TXDOT Kelly Blv., Carrollton
Owner/Contact Texas Department of Transportation
Address/Phone 12000 N . Greenville Ave .
Address
City/State/Zip
Type of Work
Job #/ Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Job #/ Amount
Description
Dallas, TX 75243-3506
Earthwork , Ut ilities and Paving
06-007
Medical Center Drive, Decatur
C ity of Decatur
Engineering Department
Post Office Box 1299
Decatur, TX 76234
Earthwork, Utilities and Paving
06-005
TXDOT Collin County Patches
Owner/Contact Texas Department of Transportation
Address/Phone Post Office Box 90
Address
City/State/Zip
Type of Work
McKinney, TX 75069
Earthwork , Utilities and Paving
$ 1,027,836.75
Kassem Elkhalil, P . E.
214-948-4126
$ 1,759,394.43
Tim Bennett
972-941-7152
$ 2,780,995.19
Gary D. Bailey, P. E.
972-479-9747
$ 331,172.00
Aaron Russell, P . E .
940-627 -9600
$ 512,654.00
J . R. Rogers
972-542-2345
Job #/ Amount
Description
06-004
Shady Grove-West at Roy Orr Blvd.
City of Irving
Owner/Contact Duke Realty Services , L. P.
Address/Phone 5495 Belt Line Road, Suite 360
Address
City/State/Zip
Type of Work
Dallas , TX 75254
Earthwork, Utilities and Paving
$ 816,751.00
Alex Bennett, P. E.
972-361-6714
September 1, 2009
Pre-qualification for McMahon Contracting , L. P.
Office:
3019 Roy Orr Blvd., Grand Prairie , TX 75050
Mailing Address:
Telephone:
General Partner of the Partnership:
JSM Management Company , LLC
3019 Roy Orr Blvd.
Grand Prairie , TX 75050
Member/Managers of Partnership :
Shawn McMahon
Jayce McMahon
Formation of Partnership :
Partnership Established :
Prior Form of Organization :
Name of Converting Entity:
Date of Formation of McMahon Contracting , Inc .:
P. 0. Box 153086, Irving, TX 75015-3086
Office :
Fax:
Metro 972/263-6907
972/264-0008
1%
49.50 %
49.50%
April 1, 2001
State of Texas
Corporation
McMahon Contracting , Inc .
January 30 , 1993
Tax ID Number: 75-2846781
Bonding Company:
Surety (Performance and Payment):
Colon ial American Casualty & Surety Co .
(Bonding Company is F & D)
Fideli ty and Depos it Companies
391 O Keswick Road
Baltimore , MD 21211
Bonding Company A.M. Best Rating :
Our Insurance/Bonding Agent:
AON Risk Services of Texas
2711 N. Haskell Ave., Suite 800
Lock Box 8
Dallas , TX 75201-2999
Contact for Performance and Payment Bonds : Robbie r
Fax#:
1-800-654-5155
AgXV
214-989-2411
2 14-989-2530
Current Contracts in Progr ess:
Job #/Contract Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work :
Ex pected Completion Date :
Percent Complete :
Job #/ Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work :
Ex pected Completion Date :
Percent Complete :
06-027
Dallas County Spur 244
Te xas Department of Transporation
4 777 E. Highway 80
Mesqu ite , TX 75150
Earthwork , Utilities and Paving
08-014
Arkansas Lane
(Cooper to Collins)
Ct iy of Arlington
101 W . Abrams Street
Arlington , TX 76004
Earthwork and Paving
$ 987,996.43
David Lott, P. E.
214-320-4410
$
$
5,916.48
9/30/2009
99 .00 %
6,314,995.00
Daniel E. Burnham
817 -459-6597
$ 1,422,114.05
3/1/2010
77 .00 %
Bond#
8846174
Bond#
8919376
Job #/Contract Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work:
Expected Completion Date :
Percent Complete :
Job #/Contract Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work :
Expected Completion Date :
Percent Complete :
Job #/Contract Amount
Description
Owner/Contact
Address/Phone
08-016
TXDOT Various Ramps
Texas Department of Transporation
1424 High Meadow Way
Cedar Hill , T X 75104
Earthwork, Util ities and Paving
08-018
D.C.P.A., Phase 2 B
City of Dallas & Dallas Center
for the Performing Arts
% Team Phillips , Inc .
320 E . Jefferson
Dallas, TX 75203
Earthwork , Utilities and Paving
08-022
Dogwood Street & Meadow Lane
City of Frisco
6101 Frisco Square Blvd .
Address 3rd Floor
City/State/Zip Frisco , TX 75034
Type of Work Earthwork , Utilities and Paving
$ 1,346,378.73
Michael Bostic , P . E.
972-291-4043
$ 551,071 .53
11/19/2009
59 .00%
$ 3,192,359.52
Nancy Phillips , P . E .
972-385-0909
$ 1,850,542.31
9/15/2009
42.00 %
$ 1,427,992.20
Art Hartle, P . E .
972-292-5435
Value of Incomplete Work : 0.00
Expected Completion Date: 8/19/2009
Percent Complete : 100 .00%
Bond#
8919396
Bond#
8384803
Bond#
8384805
Job #/Contract Amount
Descript ion
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work:
Expected Completion Date :
Percent Complete:
Job #/Contract Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work :
Expected Completion Date :
Percent Complete :
Job #/Con tract Amount
Description
Owner/Contact
Address/Phone
Address
City/Sta te/Zip
Type of Work
Value of Incomplete Work:
Expected Comp letion Dat e:
Percent Complet e :
09-001
IH 20@ Great SW Parkway
TXDOT
Te xas Department of Transportat ion
Records/Office Manager
2501 Sou t hwest Loop 820
Fort Worth , TX 76133
Earthwork, Ut ilities and Paving
09-004
Center, Merrill & Cherry
Duncanville
City of Duncanville
Engineering Department
203 E . Wheatland Road
Duncanville , TX
Earthwork , Utilities and Paving
09-006
Highland Park Alley's
Town of Highland Park
Town of Highland Park
Eng ineering Department
4 700 Drexel Drive
Highland Park, Te xas 75206
Earthwork , Ut ilities and Paving
$ 2,298,170.25
Greg Gorecki
817 -370-66 33
$
$
1,286,314.04
12/28/2009
44 .00 %
713 ,647.79
Gina R. Garcia , P. E.
972-780-5008
$
$
127,952.46
8/29/2009
82 .00 %
426,462.50
Michele 0 . Diamond , P. E .
214-559-9468
$ 283 ,957.50
10 /30 /2009
33.00 %
Bond#
8384812
Bond#
8384830
Bond#
8384828
Job #/Contract Amount
Description
Owner/Contact
Address/Phone
09-007
Westport Parkway
Haslet
City of Haslet
105 Main Street
$ 1 ,227,552.25
Belcheff & Associates
817-491-2776
Address Haslet, Texas 76052
City/State/Zip
Type of Work Earthwork , Utilities and Paving
Value of Incomplete Work : $
Ex pected Completion Date : 9/5/2009
Percent Complete : 100 .00 %
Job #/Contract Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work :
Expected Completion Date :
Percent Complete :
Job #/Contract Amount
Descript ion
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work:
Ex pected Completion Date:
Percent Complet e :
09-008 $
Industrial Area Paving Improvements
Justin
Justin Economic Development Corporation
117 W. 4th Street
Post Office Box 1144
Justin, TX 76247
Earthwork, Utilities and Paving
$
09-009 $
Birch Lane Waterline and Tiffany Trail
Alley Rehab
877 ,823.41
474,684.68
12/21 /2009
46.00 %
213 ,851.25
City of Richardson
Eng ineering Depa rt ment
David McFadden
972-744-4286
411 W . Arapaho Road , Suite 204
R ichardson , T X 75080
Earthwork, Utilities and Paving
$ 47,742.16
10/30/2009
78 .00 %
Bond#
8384836
Bond#
8384832
Bond#
8384833
Job #/Contract Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work:
Expected Completion Date:
Percent Complete :
Job #/Contract Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work :
Expected Completion Date :
Percent Complete :
Job #/Contract Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work :
Expected Completion Date :
Percent Complete :
09-011 $ 1,394,300.70
Avenue P, 18th Street and Belle View
City of Plano James Caswell, P . E.
Engineering Department 972-941-7152
Post Office Box 860358
Plano , Texas 75086-0358
Earthwork , Utilities and Paving
$ 829,450.89
3/20/2010
41 .00 %
09-017 $ 495,300.00
TXDOT SH 34, Kaufman County
Texas Department of Transportation Chris Johnson
Maintenance Contract Office 972-962-3848
2750 S. Washington
Kaufman, Texas 75142
$ 394,525.50
3/20/2010
20 .00%
09-018 $ 85,819.28
TXDOT US 81
Wise County
Texas Department of Transportation Keith D . Prochnow
1710 w. u. s. 380
Decatur, TX 76234
Earthwork, Utilities and Paving
940-626-3372
$ 26,611.98
10/30/2009
69 .00 %
Bond#
8384838
Bond#
8384846
Bond#
8384843
Job #/Contract Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work :
Expected Completion Date :
Percent Complete :
Job #/Contract Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work:
Expected Completion Date:
Percent Complete:
Job #/Contract Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work:
Expected Completion Date :
Percent Complete :
09-019
Cottonwood Valley
Irving
City of Irving
132 N . Briery Road
Irving, TX 75061
Earthwork , Utilities and Paving
09-020
Sara Jane at GSW Pkwy
Grand Prairie
City of Grand Prairie
208 W. Church Street
Post Office Box 534045
Grand Prairie , Texas 75053-4045
Earthwork , Utilities and Paving
09-022
Westwood Estates
Lewisville
City of Lewisville
151 W. Church Street
Lewisville , Texa 75029
Earthwork, Utilities and Paving
$ 1,276,265.36
Roger Schellhorn
972-7 42-2367
$ 1,001,555.55
12/21/2009
22 .00 %
$ 356,851.00
Sholeh Karimi , P . E.
972-237-8131
$
$
345,444.70
12/1/2009
0 .03%
4,404,503.20
Pam Sarvis
972-219-3493
$ 4,404,503.20
0 .00 %
Bond#
8384845
Bond#
8384842
Bond#
Job #/Contract Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work :
Expected Completion Date:
Percent Complete :
Job #/Contract Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work :
Expected Completion Date:
Percent Complete :
Job #/Contract Amount
Description
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Value of Incomplete Work :
Expected Completi?n Date:
Percent Complete :
09-023
Preston & Legacy Intersection
City of Plano
Engineering Department
Post Office Box 860358
Plano, Texas 75086-0358
Earthwork, Utilities and Paving
09-024
January Lane
Grand Prairie
City of Grand Prairie
206 W. Church St.
Post Office Box 534045
Grand Prairie , Texas 75051
Earthwork, Utilities and Paving
09-025
Plano Parkway -Midway to WCL
Plano
City of Plano
Post Office Box 860358
Plano, Texas 75086-0358
Earthwork , Utilities and Paving
$ 1,271,801.55 Bond#
Jim Caswell
972-941-7152
$
2/15/2010
0.00%
$ 1,104,779.30 Bond#
$ 1,104,779.30
7/1/2010
0 .00%
$ 1,002,848.27 Bond#
Husain Hamza, P. E.
972-941-7000
$ 1,002,848.27
??
0.00%
Job #/Contract Amount
Description
09-026
TXDOT SH 78
Collin County
$ 12,800,993.33
Owner/Contact
Address/Phone
Address
City/State/Zip
Type of Work
Texas Department of Transportation
4 777 E . Hwy 80
Paul Williams
214-320-6240
Value of Incomplete Work:
Expected Completion Date :
Percent Complete :
Mesquite, Texas 75150
Earthwork , Utilities and Paving
$
Trench safety plan provided to City or Owners on all utility projects with
utility mline over 5 feet deep . McMahon Contracting, L. P . follows the
Uniform Manual of Uniform Traffic Control Devices (MUD) and McMahon
Contracting , L. P . 's Safety Handbook
12,800,993.33
0 .00 %
Bond#
EXPERIENCE RECORD
f List o proJects your orgamzat10n h as success full ty compete d
Amount Of Contract type of \\'ork Date Accepted Name and Address of Owner
Award
List of projects your organization is now engaged in completing: ~ ~~&_~
Amount Of Contract Type of Anticipated Name and Address of Owner
Award Work Date of
Completion
List Surety Bonds in force on above incomplete work : ~~~ ~~
Date of Contract Award Type of Work Amount of Name and Address of
Bond Bond Surety
· THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
Bond# ___ os_9_7_7_0_79 ________________ _
PAYMENT BOND
KNOW ALL BY THESE PRESENTS :
That we, (1) _______ M_c_M __ ah_o_n __ C-'o"""'n ..... t __ ra __ c_t_in_g .... ,_L_.P_. _____ , as Principal herein,
and (2) Colonial American Casualty and Surety Company a corporation
organized and existing under the laws of the State of (3) Maryland , 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,
Three Hundred Nine Thousand, Nine Hundred Fifty Five Dollars and No Cents
Dollars ($1 ,309,955.00) for the payment whereof, the said Principal and Surety bind
themselves and their heirs , executors, administrators, successors and assigns, jointly
and severally, firmly by these presents:
WHEREAS , the Principal has entered into a certain written contract with the
Obligee dated the 1st day of September , 2009, which contract is hereby referred
to and made a part hereof as if fully and to the same extent as if copied at length, for the
following project: Trinity Boulevard Concrete Reconstruction/Restoration 2009-4 at
Four Locations TPW Project No. C223-541200-205330125683.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if
the said Principal shall faithfully make payment to each and every claimant (as defined
in Chapter 2253, Texas Government Code , as amended) supplying labor or materials in
the prosecution of the work under the contract, then this obligation shall be void;
otherwise, to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of
the Texas Government Code , as amended, and all liabilities on this bond shall be
determined in accordance with the provisions of said statute, to the same extent as if it
were copied at length herein .
IN WITNESS WHEREOF, the duly authorized representatives of the Principal
and the Surety have executed this instrument.
SIGNED and SEALED this 1st day of September , 2009 .
McMahon Contracting, L.P.
PRINCIPA
ATTEST:
(Principal) Secretary
(SE AL)
ATTEST:
Title: --------------
Address: P. o. Box 153086
Irving, TX 75015
Colonial American Casualty and Surety Company
SURETY
Se~
By:Q~~J
Name: Robbi Morales
Attorney in Fact
(SE AL) Address : 2 711 N. Haskell Ave. , Suite 800
Dallas, TX 75204
Witness as to Surety Telephone Number: 214/989-0000
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated . In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
THE STATE OF TEXAS
COUNTY OF TARRANT
Bond# 08977079
PERFORMANCE BOND
§
§
§
KNOW ALL BY THESE PRESENTS :
That we , ( 1 ) __ ......:.:.M:.:c=M=a=h.;..:o:;.;.n.;:_...;;cC=o.;..:n..:.:tr-=a=c..:.:ti=n .... g._1 =L.;;.;;..P __ . ___ as Principal herein , and
(2) Coloni al American Casualty and Surety Company , a corporation
organized under the laws of the State of (3) Ma ryland , and who is
authorized to issue surety bonds in the State of Texas, Surety herein, are held and
firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and
Denton Counties, Texas, Obligee herein , in the sum of One Million, Three Hundred
Nine Thousand, Nine Hundred Fifty Five Dollars and No Cents Dollars
($1,309,955.00) for the payment of which sum we bind ourselves , our heirs , executors ,
administrators, successors and assigns, jointly and severally , firmly by these presents.
WHEREAS, Principal has entered into a certain written contract with the Obligee
dated the 1st day of September , 2009, a copy of which is attached
hereto and made a part hereof for all purposes , for the construction of Trinity
Boulevard Concrete Reconstruction/Restoration 2009-4 at Four Locations TPW
Proiect No. C223-541200-205330125683.
NOW, THEREFORE , the condition of this obligation is such, if the said Principal
shall faithfully perform the work in accordance with the plans , specifications, and
contract documents and shall fully indemnify and hold harmless the Obligee from all
costs and damages which Obligee may suffer by reason of Principal's default, and
reimburse and repay Obligee for all outlay and expense that Obligee may incur in
making good such default, then this obligation shall be void; otherwise, to remain in full
force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of
the Texas Government Code , as amended , and all liabilities on this bond shall be
determined in accordance with the provisions of such statute , to the same extent as if it
were copied at length herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal
and the Surety have executed this instrument.
SIGNED and SEALED this 1st day of September , 2009.
McMahon Contracting, L.P.
PRINGie
ATTEST:
(Principal) Secretary
Title : \'\'\€ !Y),\ ~' \ ~N ~9 t C
(SE AL)
I
Address: P. o. Box 153086
Irving, TX 75015
Colonial American Casualty and Surety Company
SURETY
ATT ~
Seer~
By:(2~~
Name: __ R_o_b_b_i _M_o_r_a_le_s ______ _
Attorney in Fact
(SE AL) Address: 2711 N. Haskell Ave., Suite 800
Dallas, TX 75204
Witness as to Surety Telephone Number: 214/989-0000
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
Bond# 08977079
MAINTENANCE BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS :
That McMahon Contracting, LP ("Contractor"),as principal , and ,
Colonial American Ca sualty a nd Sur ety Company a corporation organized under the laws of
the State of Maryla nd , ("Surety"), do hereby acknowledge themselves to be held and bound to
pay unto the City of Fort Worth , a Municipal Corporation chartered by virtue of Constitution and laws of the
State of Texas, ("City") in Tarrant County , Texas, the sum One Million, Three Hundred Nine Thousand,
Nine Hundred Fifty Five Dollars and No Cents Dollars ($1,309,955.00) 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 obligat ion is cond itioned , however, that:
WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort Worth,
dated the 1st of September , 20 09 , a copy of which is hereto attached and made a part hereof, for
the performance of the follow ing described public improvements: Trinity Boulevard Concrete
Reconstruction/Restoration 2009-4 at Four Locations the same being referred to herein and in said
contract as the Work and being designated as project number(s) TPW Project No. C223-541200-
205330125683 and said contract , including all of the specifications, conditions, addenda , change orders and
written instruments referred to therein as Contract Documents being incorporated herein and being made a part
hereof; and ,
WHEREAS , in said Contract , Contractor binds itself to use such materials and to so construct the work
that it will remain in good repa ir and condition for and during a period of after the date of the final acceptance of
the work by the City; and
WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for said term
of 2 (Two} Years ; and
WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time
within said period , if in the opinion of the Director of the City of Fort Worth Department of Transportation and
Public Works , it be necessary; and ,
WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or
reconstruct said Work as herein prov ided .
NOW THEREFORE , if said Contractor shall keep and perform its said agreement to maintain, repair or
reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be
Bond# 08977079
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__!_ counterparts, each of which shall be
deemed an original , this 1st day of September , A.O . 2009.
McMahon Contractin g, L.P.
ATTEST:
(Principal) Secretary
(SE AL) Address : P. o. Bo x 153086
I r vin g, TX 750 15
Colonial American Casualty and Surety Company
SURETY
ATIEST: l · ~~ By: 04':-t&d'.. :-M~
Name: Robbi Morales
Attorney in Fact Secretary '
(SEAL) Address : 2711 N. Haskell Ave., Suite 800
Dallas, TX 75204
Witness as to Surety Telephone Number: 214/989-0000
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
---------
Telephone number of surety must be stated. In addition, an original copy of Power of
Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
Th e said A ss istant Secretary does here by certify th at th e ex trac t se t fo rth on th e reverse sid e hereof is a tru e copy of Articl e VI ,
Sec ti o n 2, of th e By-Law s of sa id Comp anie s, and is now in force .
IN WITNE S S WHE REO F , th e said V ice-Pres id e nt and A ss ista nt S ec re tary have he re unt o s ub sc rib ed th e ir na mes a nd
a ffi xed th e C o rp orate Seals o f th e said FIDE LITY A ND DE PO S IT C O MPA NY O F MARYLA ND, a nd th e COLONIAL
AM ERICAN C A SUALTY AND SURETY COMPA NY , th i s 20th d ay o f M a rc h, A.D . 200 7 .
ATTE ST:
Sta te of M ary la nd }ss·
City of B a ltimore ·
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
B y:
Eri c D. Ba rn es A ssistant Secreta ry M. P. Hamm ond Vice President
On thi s 20th day o f M a rch, A.O. 2007 , before th e s ubsc ribe r , a Notary Public of th e Sta te of M ar y la nd , dul y
co mmi ss io ne d and qu a lified , ca me M . P. HAMMOND, Vi ce Pres ide nt, a nd ERIC D . B A RNES , A ss ista nt S ec re tary o f the
FID E LITY AND D E POSIT C OMPA NY O F MARYLAND, a nd th e COLONI A L A M E RIC A N CASUALTY A ND
SU RE TY COMPANY , to me pe rso na ll y kn o wn to be th e individu a ls a nd o ffi ce rs d esc ribed in a nd wh o exec ut ed th e
precedi ng in strum e nt , a nd th ey eac h ac kn o wl e d ged the e xec uti o n o f th e sa me, a nd be in g by me dul y sworn , severall y a nd
eac h fo r himse lf de poseth and sa ith , th a t th ey are th e said o ffi cer s of th e C o mpan ie s aforesaid , a nd th a t th e sea ls affi xed to th e
precedin g in s trume nt is th e C o rp orate Seals o f said Compani es , a nd th a t th e sa id Corp orate Se al s a nd th eir s ig na tures a s s uch
o ffi cer s were dul y a ffi xe d and s ub scribed to th e said in strum e nt by th e a uth o rit y a nd direc ti o n of th e s a id Corp orati o ns.
IN T E STIM O NY WH E REOF, I have he re unto se t my ha nd and a ffi xed my Offi c ia l Seal th e d ay a nd year fi rst a bo ve
writte n .
Constance A. D unn Nota 1y Pub li c
My Co mmi s s io n Ex pires : Jul y 14 , 20! I
POA-F 168 -0589
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Arti c le VI , Sec ti o n 2 . Th e C ha ir ma n of th e B oard , or th e Pres id e nt , or a ny Exe cuti ve Vi ce-Pres id e nt , o r a ny o f the Se ni or
Vi ce-Pres id e nt s or Vi ce-Pres id e nt s s pecia ll y a uth orized so to d o by the Board o f Direc tors o r by th e Exec uti ve C o mmitt ee ,
s ha ll have p o we r , by a nd with th e co nc urr ence of th e Sec retary o r a ny o ne of th e Ass ista nt Sec retari es, to appoi nt Res id e nt
Vic e -Pres id e nt s, A ss ista nt Vi ce-Pres ide nt s a nd Att orn eys-in-Fact as th e bu s in ess of th e C o mp a ny may req uire, or to
a uth o rize a n y pe rso n o r pe rso ns to exec ut e o n be half of th e C ompa ny any bo nds, un de rtakin g, recogni za nces, s tipul a ti o ns,
poli c ies, contrac ts, ag reeme nt s, deed s, an d re leases a nd assig nm e nts o f judgeme nt s , decrees, mo rt gages a nd in s trum e nt s in
th e nature of mort gages, ... and to a ffi x th e seal of th e Compa ny th ereto ."
EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
"Arti c le VI , Sec ti o n 2 . Th e Cha irman o f th e B oard, or th e Pres id e nt , or an y Exec utiv e Vi ce-Pres id e nt , o r a ny of th e Se ni or
Vi ce-Pres id e nt s or Vi ce -Pres id e nt s s pec ia ll y a uth o ri ze d so to d o by th e Board of Direc tors or by th e Exec uti ve Committ ee,
sha ll have p owe r, by a nd with th e conc urre nce of th e Secr e tary or a ny o ne of th e Ass ista nt Secre taries, to appoint Res id e nt
Vi ce-Pres id e nt s, Ass is ta nt Vi ce-Pres id e nt s a nd A tt orn eys-in-Fact as th e bu s in ess of th e C o mp a ny may require, or to
a uth orize a ny pe rso n or perso ns to exec ute o n be ha lf of th e Comp a ny a ny bond s, und e rt akin g , recog ni za nces, s tipul a ti o ns,
p oli c ies , contracts, ag ree me nt s, deed s, a nd re leases a nd ass ig nm e nt s of judge me nt s, dec rees, mortgages a nd instrum e nt s in
th e nature of mortgages, ... a nd to a ffi x th e sea l of th e Co mp a ny th ere to ."
CERTIFICATE
I, t he und e rs ig ned , Ass ista nt Sec re tary o f th e F IDE LITY AN D DEP OS IT COMPANY OF M ARYLA ND , a nd th e
C OLONI AL AM E RIC AN CAS UALT Y A ND SURETY C O MPAN Y, d o he re by certify th at th e fo regoin g Power of
Atto rn ey is s till in full fo rce a nd effec t on th e d ate of thi s certi fica te; a nd I do furth er certi fy th a t th e Vi ce-Pres id e nt who
exec ut e d th e said P ower of Att orn ey was o ne of th e additi o na l Vi ce-Pres ide nt s s pec ia ll y a uth ori zed by th e B oard of Direc tors
to a p po int a ny Att o rn ey-in -Fac t as provid ed in Art icle VI , Sec ti o n 2, of th e respec ti ve By-L aws of th e FID ELITY AND
DE POS IT C OMPA N Y OF M A RYL A ND , a nd th e COLONIA L AM ERI CAN CASUALTY AN D SURETY COMPA NY .
Thi s Power of A tt orn ey a nd Certifi cate may be s ig ned by facs im il e und er a nd by a uth orit y o f th e fo ll o win g reso luti o n of th e
Board o f Di rec tors o f th e F ID E LITY AND D E POS IT COMPAN Y OF M A RYL A ND a t a meetin g dul y ca ll ed a nd he ld o n
th e 10th day of M ay, 1990 a nd of th e Board of Direc to rs of th e COLONIAL AM E RI CAN CASUALTY AN D SU RETY
CO MPAN Y at a meetin g dul y call e d a nd he ld o n th e 5 th d ay of M ay , 1994.
RESO L VE D: "Tha t th e facs imil e or mec ha ni ca ll y re pro du ced sea l of th e compa ny a nd facs imil e or mec ha ni ca ll y
re pro du ced sig na ture of a ny V ice-Pres id e nt , Secre tar y, o r Assista nt Sec re ta ry of th e Comp a ny, w heth e r mad e he reto fo re or
he reaft e r , whe rev er a ppearin g upon a ce rtifi e d c opy of a ny power of att o rn ey iss ue d by the Comp a ny, sha ll be va lid a nd
b indin g u po n th e Comp a ny with th e same fo rce a nd effec t as th o ug h ma nu a ll y affixe d."
IN TESTIMONY WHE RE O F, I have he re unto s ub sc rib ed my na me a nd affixed th e corporate sea ls of th e said Comp a ni es,
thi s ___ l _s _t ___ d ay of __ S_e_p._t _e _m_b_e_r _____ _ 2 009
Assis1a111 Sec rewry
Fidelity and Deposit Companies
Home Offiee: 39!0 Keswick Road Baltimore, MD 2t2H
IMPORTANT NOTICE
To obtain information or make a complaint:
. .. . ... You .. may .ca.U-the Fidelity and Deposit C{)mpany of Maryland~ Colonial Ameri~ Casualty _ and _
... -----------Burety-COmpany;-aIId:fur -ZurictrA.mertcan fnstiraiiceComp-infsTolf-freefofephoa.e · number for
information or to make a complaint at:
1-800-654-5155
You may contact the Texas Department of Insurance to obtain information on companies~
coverages, rights, or complaints at:
1-800-252-3439
y OU may write the Texas Department of Insurance:
P.O. Box 149104
Austin, TX 78714"'.9104
FAX# (512) 475-1771
fREMIUM OR CLAIM DisPUTES: Should you have a dispute concerning the premium or
about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial
American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas
Department of Insurance.
ATl'ACH THIS NOTICE TO YOUR POLICY: This notice is for infonnation only and does
not become a part or condition of the attached document
S85'3ftl'X) (Ml)
THE STATE OF TEXAS
CITY OF FORT WORTH, TEXAS
CONTRACT
KNOW ALL MEN BY THESE PRESENTS :
COUNTY OF TARRANT
This agreement made and entered into this the 18 r day of September , 20 09
by and between the CITY OF FORT WORTH , a municipa l corporation of Tarrant County, Texas ,
organ ized and existing under and by virtue of a special charter adopted by the qualified voters w ith in
said City on the 11th day of December, A.O., 1924, under the authority (vested in said voters by the
"Home Rule" provision) of the Constitution of Texas , and in accordance with a resolution duly passed at
a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed
Owner, and McMahon Contracting, LP., HEREINAFTER CALLED Contractor.
WITNESSETH : That said parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to be
made and performed by the Owner, and under the conditions expressed in the bond bearing even date
herewith , the sa id Contractor hereby agrees with the said Owner to commence and complete the
construction of certain improvements described as follows:
TRINITY BOULEVARD CONCRETE RECONSTRUCTION/RESTORATION
2009-4 AT FOUR LOCATIONS
Designated as project number: C223 -541200-205330125683.
2.
That the work herein contemplated shall consist of furnishing as an independent contractor all
labo r, tools , appliances and materials necessary for the construction and completion of said project in
accordance with the Plans and Specifications and Contract Documents prepared by the Transportation
and Publ ic 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 here in .
3 .
The Contractor hereby agrees and binds himself to comme~ _ construction of said work
within ten (10) days after being notified in writing to do so by the rans ortation and Public Works
Department of the City of Fort Worth. F ICIAL RECORD
ITV SECRETARY
FT. WORTH, TX
�
�
�
�
�
�
�
w
�
�
4.
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and approval
of the Transportation and Public Works Department of the City of Fort Worth and the City Council of the
City of Fort Worth within a period of 150 (One Hundred Fifty) working days .
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and
Contract Documents within the time so stipulated , plus any additional time allowed as provided in the
General Conditions , there shall be deducted from any monies due or which may thereafter become due
him, the sum of $ 420.00 per calendar day, not as a penalty but as liquidated damages , the
Contractor and his Surety shall be liable to the Owner for such deficiency.
5.
Should the Contractor fail to begin the work herein provided for within the time herein fixed or to
carry on and complete the same according to the true meaning of the intent and terms of said Plans,
Specifications , and Contract Documents , then the Owner shall have the right to either demand the
surety to take over the work and complete the same in accordance with the Contract Documents or to
take charge of and complete the work in such a manner as it may deem proper, and if , in the
completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said
Plans and Specifications made a part hereof, the Contractor and/or its Surety shall pay said City on
demand in writing , setting forth and specifying an itemized statement of the total cost thereof, said
excess cost.
6 .
Contractor covenants and agrees to indemnify City 's engineer and architect, and their
personnel at the project site for Contractor's sole neg ligence . In add ition , Contractor covenants and
agrees to indemnify , hold harmless and defend , at its own expense, the Owner, its officers , servants
and employees , from and against any and all claims or suits for property loss , property damage ,
personal injury , includ ing death, arising out of, or alleged to arise out of, th~ work and services to be
performed hereunder by Contractor, its officers , agents , employees , subcontractors , licensees or
invitees , whether or not any such injury, damage or death is caused, in whole or in part, by the
negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor
likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and
all injuries to Owner's officers , servants and employees and any damage , loss or destruction to
property of the Owner arising from the performance of any of the terms and conditions of this
Contract. whether or not any such injury or damage is caused in whole or in part by the
negligence or alleged negligence of Owner, its officers. servants or employees .
In the event Owner receives a written cla im for damages against the C tractor or its subcontractors
prior to final payment , final payment shall not be made until Contract r either (a) submits to Owner
FFICIA RECORD
ITV ECRETAR
C-2 i:'f. 0 TH, T
�
. � � � r � r r � � � � � � r i r � �---
satisfactory evidence that the claim has been settled and/o r a release from the claimant involved , or
(b) provides Owner with a letter from Contractor's liabil ity insurance carrier that the claim has been
referred to the insurance carrier .
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work
performed under a City Contract.
7 .
The Contractor agrees , on the execution of this Contract, and before beginning work , to make,
execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful
performance of the terms and stipulations of the Contract and for the payment to all claimants for labor
and/or materials furnished in the prosecution of the work , such bonds being as provided and required in
Texas Government Code Section 2253, as amended , in the form included in the Contract
Documents , and such bonds shall be 100 percent (100%) of the total contract price , and the said surety
shall be a surety company duly and legally authorized to do business in the State of Texas , and
acceptable to the City Council of the City of Fort Worth.
8.
Said City agrees and binds itself to pay, and the said agrees to receive , for all of the aforesaid
work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted
by the successful bidder hereto attached and made a part hereof. Payment will be made in by-weekly
installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (includ ing/excluding) alternates
N/A shall be
ONE MILLION, THREE HUNDRED NINE THOUSAND,
NINE HUNDRED FIFTY FIVE DOLLARS AND NO CENTS
$1,309,955.00
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
Transportation and Public Works Department. r -'
OFFICIAL REC
.. 1 CR T R
C-3 -. OJ,iX
I .. .
10.
The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is
classified, promulgated and set out by the City of Fort Worth , Texas , a copy of which is attached hereto
and made a part hereof the same as if it were copies verbatim herein .
11.
The Contractor shall procure and shall maintain during the life of this contract insurance as
specified in paragraph 8 of Special Instruction to Bidders of this contract documents .
12 .
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of
the State of Texas with references to and governing all matters affecting this Contract, and the
Contractor agrees to fully comply with all the provisions of the same .
IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in Six (6)
counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the
corporate seal of the City of Fort Worth attached . The Contractor has executed this instrument through
its duly authorized officers in Six (6) counterparts with its corporate seal attached.
C-4
FFICIAL RECORD
~TY ECRE R l FT. WO TH, TX
� r
Done in Fort Worth, Texas, this the 1st day of September ,20_09 __
APPROVED:
D1RECT0R,TRAN0R noN AND /1/r
PUBLIC WORKS DEPARTMENT
McMAHON CONTRACTING, L.P.
(Contractor)
(TITLE) \
~()\<\ Rt1'A ~r~ ~\\)~.
(Addrek s)
~ t <Lu~ \J r ~ ~ r ~ e. 1 ,~ 1S-6 )Q
( City/St ate/Zip)
Revised June 2008
CITY OF FORT WORTH
~ ... ~.
ASSISTANT CITY MANAGER
ATIEST:
APPROVED AS TO FORM &
LEGALi :
----=-=--=--=-==--~--rt~--==--=-=--=----
r-------
FFICIAL RECORD
ITV ECRETAR
. WO ·JH, T
GREEN CEMENT POLICY COMPLIANCE STATEMENT
( To be furnished by the Contractor to the City at the time of bid opening)
(Submit separate forms for each supplier I product supplier)
Name of Project:
City Proj. No.:
This is to certify that the cement to be utilized for the above project will meet the following
criteria :
The cement was manufactured in a kiln utilizing the dry process (list source below) or in a
kiln that meets the emission standard of 1.71b or less of NOx / ton of clinker released into
the atmosphere .
Name of Manufacturer
Address of Manufacturer: -------------------
CONTRACTOR SUPPLIER
Name Name
T itle T itle
Company Company
Phone Number Phone Number
Project Name:--------------
City Project Number: __________ _
Street Maintenance Work Notice
As a part of the City of Fort Worth's street Maintenance Program, _______ _
has been contracted to repair your street. During the maintenance work, there will be a
brief time that you may not have access to your residence or business. On the day
specified below, vehicles can not be parked on the street. Also, please turn off your
sprinkler adjacent to the street.
If you have any questions or concerns, please contact contractor ________ _
at -----------
If we are not able to resolve your concerns to your satisfaction, you may contact City of
Fort Worth Inspector at Monday -Friday
between 7 :30 AM and 4:30 PM
After 4 :30 PM and on weekends, call (817)392-8100
Expected Construction dates
Block Limits Street Name Project Limits (Weather Permitting)
I I 00-1200 Brown street Yates Ave to Keller Springs Pkwy From 5/5/08 to 5/29 /08
Nombre del proyecto: --------------
Numero del proyecto : --------------
N otificaci6n del Mantenimiento de la Calle
Como pa.rte de! programa de mantemm1ento de las Calles de la Ciudad de Fort Worth,
___________ ha sido contratado para reparar su calle. Durante este trabajo de
mantenimiento, Habra un tiempo breve en que no tenga acceso a su hogar o negocio. En los dias
especificados abajo , vehiculos no deben estacionarse el la calle . Tambien, por favor apague su
sistema de regar el cesped cerca de la calle.
Si tiene alguna pregunta o preocupaci6n, por favor Harne al contratista _______ al
Si no resuelve su preocupac1on a su satisfacci6n, puede tambien llamar a la Oficina de
inspecci6n de la Ciudad de Fort Worth al , de lunes a viernes
entre las 7:30 AM y 4 :30 PM
Despues de las 4:30 PM o en los fines de semana Harne al (817) 392-8100
Limites
de la cuadra
1100-1200
Nombre
de la Calle
Brown Street
limites
de proyecto
Yates Ave a Keller Springs Pkwy
Fechas de construcci6n
permitiendo el estado de tiempo
de 5/5/08 a 5/29/08
T
PROJECT DESIGNATION SIGN
-----------4' -0" ________ ____,
PMS -167 ==r 3" y·= Project Title
1
.. 3"r= 2ND LINE 4 ' -0"
IF NECESSARY _/ --i-3"
1 ~" Contractor: ---=± 1,,
2 f 'LContractor's Name -i-
2
1 ~" r= Scheduled Completion Date
1~" J Year
1 " 2
1 "
FONTS :
FORT WORTH LOGO = CHEL TINGHAM BOLD
ALL OTHER LETTERING = ARIAL BOLD
LOGO COLORS :
5,,
PROJECT DESIGNATION SIGN
FORT WORTH -PMS 288
LONGHORNLOGO -PMS167
LETTERING -PMS 288
BACKGROUND -WHITE
BORDER -BLUE
CITY OF' FORT WORTH-CONSTRUCTION STA NDARD
DRAWING NO. DATE : 9 -20-02
COLLAR CONFIGURATION-f---,--_.,_ COLLAR CONFIGURAT ION
FOR PAVED AREA ~ IN UNPAVED AREA
(8) #4 BARS,
PLACED AS SHOWN .
USE CL.ASS . "A"
(3000 _LB)
CONCRETE.
COLLAR
THICKNESS
VARIES, 8" MIN.
t
CASE 61
CASE
#1
COLLAR SHALL EXTEND TO
BOTIOM OF 2 :27 CONCRETE
(REBAR REQUIRED).
CASE #2
CASE
#2
COLLAR SHALL EXTEND 3.. BELOW
BOTIOM OF LOWEST GRADE RING
(REBAR REQUIRED).
PLAN VIEW
GRADE RINGS
SECTION ·A-AD
(MANHOLE COLLAR SHOWN)
(NOT TO SCALE)
CITY OF FORT WORTH, TEXAS
MANHOLE AND WATER VALVE
CONCRETE COLLAR
........ w
w:J
_J <(
0>
I zc:::
<( w
~~ ......... 3:
: ......... . o I :
- 0
-o:r I
N
GROUND
NECK, 1YP.
DATE: 09/2004
STR-028
GROUND LINE
0 .
It) .
N z
j
SUITABLE
MATERIAL
TAMPED IN
LIFTS NOT
EXCEEOINC
121' LOOSE.
PIPE SHALL BE 6 • PERFORATED
POLYVINY.L CHLORIDE TUBING
PEA ASTM D-1784 UNLESS
SPECIFIED OTHERWISE. ·
ANO
GUTTER
l :t"OP OF CURB
12_ • OVERl-AP
1 FILTER FABRIC PER
PAY ITEM NO. 1,e
SUBDRAIN.
CITY OF FORT WORTH, TEXAS-CONSTRUCTION STANDARD
DRAWING NO. S-S II MOOIF. OAT£: 3-7-9S 1-------·--______ .__ _______ _;_;;;...;...;_;;..a,_ ___ _..;;;__..,:;.__~:__-___J
367 Addendua 3
1---------10' PARKWAY---~
FLARES AT
SIDEWALKS SLOPE
1 ":12 " MAX
(TYP ICAL)
7 " CURB
CURB FLUS H
W/GUTTER
DETECTAB LE WARN ING
SURFACE
(2 ' x 4 ' DOME -TILES)
::::.:::
_J
<I:
3: w
Cl
(/)
. 4 .~·
~4.·
<I .
..
(PROPERTY LINE
•
4
A:4 : ·o SIDEWA LK 4 I
. 9 . ·._,.
•· • . .
. .•
• . t>
LEV EL LANDING
WHEEL CHAIR RAMP
CITY OF FORT WORTH-CONSTRUCTION STANDARD
DA TE : 2/27 /09