Loading...
HomeMy WebLinkAboutContract 40234CITY SECRETARY J D.0.E. FILE - CONTRACTOR'S BONDING CO. SPECIFICATIONS AND CONSTRUCTION'S COPY CONTRACT DOCUMENTS CLIENT DEPARTMENT FOR CITY SECRETARY CONTRACT NO._"""""~~a... HMAC SURFACE OVERLAY (2009-19) ATV ARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS - CITY PROJECT NO. 01385 TPW PROJECT NO. C293-541200-203620138583 2009 MIKE MONCRIEF MAYOR DALE A. FISSELER, P.E. CITY MANAGER WILLIAM A. VERKEST, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT C.W. "ANDY" ANDERSON, P.E., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT INFRASTRUCTURE GROUP l'v1:&C Review ,.__ . . I Page 1 of2 City of Fort Worth, Texas --:1TY COUNCIL AGENDA COUNCIL ACTION: Approved on 3/23/2010 -Ordinance No. 1 DATE: 3/23/2010 REFERENCE NO.: C-24143 CODE: C TYPE: NON-CONSENT 20HMAC 2009- 19 NO SUBJECT: Authorize the Execution of a Contract with JLB Contractin , . . n the Amount of $1,775,710.00 for Hot Mix Asphaltic Concrete Surface Ov y 009-19 at Twenty Eight Locations and Adopt Appropriation Ordinance (COUNCIL DISTRICTS 3, 5, 8 and 9) RECOMMENDATION: It is recommended that the City Council : 1. Authorize the transfer of $887 ,855.00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $532,713 .00 and to the Sewer Capital Projects Fund in the amount of $355 , 142.00 ; 2 . Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $532,713 .00 and the Sewer Capital Projects Fund in the amount of $355,142.00 from available funds; and 3. Authorize the City Manager to execute a contract with JLB Contracting, L.P ., in the amount of $1,775,710 .00 for 240 calendar days for Hot Mix Asphaltic Concrete Surface Overlay 2009-19 at twenty eight locations that are listed on the attachments provided . DISCUSSION: In the Fiscal Year 2008-2009 Contract Major Maintenance Program , various types of street maintenance techniques are grouped into specific contract packages . Hot Mix Asphaltic Concrete (HMAC) Surface Overlay 2009-19 at 28 locations provides for surface and base rehabilitation, curb and gutter and valley gutter replacements for asphalt streets funded from the Contract Street Maintenance Fund . Since the Water Department has to construct water/sewer improvements in these streets, the Transportation and Public Works Department (TPW) and the Water Department plan a combined project to better coordinate the work, minimize disruption to the residents and reduce the cost of the project. The City of Fort Worth (City) reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains within plus or minus 25 percent of the contract award. This project was advertised for bid on October 22, 2009, and October 29 , 2009, in the Fort Worth Star-Telegram. On November 19 , 2009 , the following bids were received : Bidders JLB Contracting, L.P . MACVAL Associates Quality Excavation, Ltd. Peachtree Construction, Ltd. nttp://apps.cfwnet.org/council _packet/me _review.asp?ID= 12968&councildate=3/23/2010 Amount $1,775 ,710.00 $1,791,930.00 $1,876,311.00 $1,893 ,290 .00 FORT\VORTH ~- 4/16/2010 M&C Review Austin Bridge and Road, LP Lindsey Contractors, Inc. APAC-Texas, Inc. $1,895 ,790 .00 $2,192,140 .00 $2,321,476.00 JLB Contracting, L.P., is in compliance with the City's M/WBE Ordinance by committing to 26 percent M/WBE participation . The City's goal on this project is 20 percent. These projects are located in COUNCIL DISTRICTS 3, 5, 8 and 9. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance , funds will be available in the current capital budgets, as appropriated , of the Water Capital Projects Fund , the Sewer Capital Projects Fund and the Contract Street Maintenance (2007) Fund . TO Fund/Account/Centers 1&2) $532,713 .00 P253 476045 6031701385ZZ 1&2) $355,142.00 P258 476045 7031701385ZZ 2)P253 541200 603170138583 $532 .713 .00 2)P258 541200 703170138583 $355 . 142 .00 Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 20HMAC 2009-19 AO .doc MAP 20HMAC 2009-19 01 .pdf MAP 20HMAC 2009-19 02 .pdf MAP 20HMAC 2009-19 03.pdf FROM Fund/Account/Centers 1)PE45 538040 0609020 1)PE45 538040 0709020 3)C293 541200 203620138583 3)P253 541200 603170138583 3)P258 541200 703170138583 Fernando Costa (8476) William Verkest (8255) Andy Anderson (8648) nttp://apps.cfwnet.org/council _packet/me _review.asp?ID= 12968&councildate=3/2 3/2010 $532,713 .00 $355 ,142 .00 $887 .855.00 $532 ,713 .00 $355,142.00 Page 2 of2 J 4/16/2010 --~- l' I -• CERTIFICATE OF FORMATION OF JLB CONTRACTING, LLC A LIMITED LIABILITY COMPANY ; FILED . In the Office of he Secretary of State °f Texas SEP 17 2008 Corporations sJaion This Certificate of Fonnation is submitted for filing pursuant to the applicable provisions of the Texas Business Organiz.ations Code. ARTICLE I Entity Name and Type Toe name and type of filing entity being fonned are: JLB CONTRACTING, LLC, a Texas limited liability company (hereinafter "Company"). ARTICLEil Purpose The purpose for which the Company is organized is any lawful purpose which may be undertaken by the Company in accordance with the applicable provisions of the Texas Business Organizations Code. ARTICLE ID Registered Office and Registered Agent The initial registered agent is an individual resident of the st.ate whose name is James G. Humphrey. The business address of the initial registered agent and the initial registered office is: 7151 Randol Mill Road, Fort Worth. Texas 76120 . ARTICLE IV Principal Office The address of the Company's principal office in this state is: 7151 Randol Mill Road. Fort Worth, Texas 76120. ARTICLEV Organizer The name and address of the organi7.er is: Gerald H. Perry 301 Commerce Street, Suite 3500 Fort Worth, TX 76102-4186 PAGE lot 2 ARTICLE VI Governing Authority .- The Company shall be managed by its Managers. The name and add.res., of the persons who are to serve as Managers until the first annual meeting of the Company's Members or until successors arc elected and qualified are: James G. Humphrey 7151 RBndol Mill Road Fort Worth, Texas 76120 ARTICLE VII Formed by Convenion The Company is being formed pursuant to a Plan of Conversion under Article 10 of the Texas Business Organizations Code. The name, address, prior form of organization, date of formation and jurisdiction of fonnation of the entity being converted into the limited liability company is: JLB CONTRACTING, LP, a Texas limited partnership, formed on March 31 , 2003, file no. 800191312, 7151 Randol Mill Road, Fort Worth, Texas 76120 . ARTICLE VIII Effective Date of Filing This certificate of formation becomes effective on October 1, 2008. ARTICLE IX Execution This document is signed subject to the penalties imposed by law for the submission of a materially false or fraudulent instrument. Dated the \~dayoC::,~ ,2008 . ..-!-i,; o-004~ , ,..~ GERALD H. PERRY R:~toi'mlP\HUMPHREY\JLB I.LC FORMATJON\l.LCCatFormalioa wpd CDJUIC\l''E 011' FOIDIATION PACl.20F2 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR HMAC SURFACE OVERLAY (2009-19) ATV ARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO. 01385 TPW PROJECT NO. C293-541200-203620138583 /o-2o -0 / NAJIB S, DATE INFRA TRUCTURE MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DATE ENGINEERING MANAGER WATER DEPARTMENT TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Minority and Women Business Enterprise Specifications 4. Proposal 6. Special Provisions 6. Item 360, Concrete Pavement (Modified Specification) 7. Prevailing Wage Rates 8. Vendor Compliance 9. Contractor Compliance with Worker's Compensation Law 10. Certificate of Insurance 11. Equipment Schedule 12. Experience Record 13. Performance Bond 14. Payment Bond 15. Maintenance Bond 16. Contract 17. Notice of Construction Detail 18. Project Designation Sign Detail 19. Other Details 20. Street Locations 21. Street by Street Paving Quantity Determination Spreadsheet Sealed Proposals for the following : CITY OF FORT WORTH, TEXAS HMAC SURFACE OVERLAY (2009-19) CITY PROJECT NO. 01385 TPW PROJECT NO. C293-541200-203620138583 Submit package to City of Fort Worth , Purchas ing Division, in the lower level of the Municipal _Building, 10 9 0 Throckmorton, Fort Worth, Tex as 76102 until 1:30 P.M., Thursday, November 19, 2009 , and then publicly read a loud at 2:00 P .M ., in the Council Chambers. Specifications and Contract Documents for this project may be purchased for twenty dollars ($20) ·per set at t e office of the Transportation and Public Works Department, Municipal Office Building, 1000 Throckmortd n Street, Fort Worth , Texas 76102. These documents contain additional information for prospective bidders . A pre-bid conference will be held at 9:00 A.M. Wednesday November 4, 2009, in the Transportation and Public Works Conference Room , 2nd Floor, Municipal Building, RM 289 . The major work on the above-referenced project shall consist of the follo w ing: Paving Improvements: 18 ,500 75 ,500 980 10 ,800 L.F. S .Y . TON L.F. Remove and Replace Concrete Curb and Gutter 8-inch Pavement Pulverization Cement Modification (26 lbs/SY) Pavement Wedge Milling (2" to O" Depth, 5 ' W ide) 96 ,900 S .Y. 2-inch HMAC Surface Course Type "D " Pavement Included in the above will be all othec miscellaneous items of construction as outlined in the Plans j Specifications. For additional information, please contact Riad Nusrallah, Street Program Manager at (817) 392-8902 . DALE A. FISSELER, P .E . CITY MANAGER Advertising Dates: October 22 , 2009 October 29 , 2009 WILLIAM A. VERKEST, P .E ., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT By : k~~:_ Kristian Sugrim Project Manager I. 2. SPECIAL INSTRUCTIONS TO BIDDERS 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 ( l) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitt1d 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 tlie 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. PROPOSAL: After proposals have been opened and read aloud, the proposals will J e 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 th proceed with the work in any manner as maybe considered for the best interest of the :::~lilies of work and materials to be furnished as may be listed in the propo j forms or other parts of the Contract Documents will be considered as approximate onl~ and will be used for the purpose of comparing bids on a uniform b~sis. 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 bd 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 BIDDERS • I • 4. AW ARD OF CONTRACT: The contract, if awarded , will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine ( 49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City . 5 . PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be requ ired to give the City surety in a sum equal to the amount of the contract awarded . The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded . The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less , payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C . If the· contract amount is in excess of $100,000 , a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth . D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7 .19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted · or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion , will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City . Should any surety on the contract be determined unsatisfactory at any time by the City , notice will be given to SPECIAL INSTRUCTIONS TO BIDDERS . 2. the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 7. 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. I 8 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 shal ,, 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 contracto~ or subcontractor and any affected worker of its initial determination. Upon th e City's determination that there is good cause to believe the contractor o~ 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 - 9. 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 .) FINANCIAL ST A TEMENT: A current certified financial statement may be required by the Director of Transportation and Public Works Department for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be SPECIAL INSTRUCTIONS TO BIDDERS . 4. prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders -Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insuran e coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contrai t administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. I 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 a'cceptable 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 . SPECI AL INSTR UCT IONS 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 tl:te 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 . SPECIAL INSTRUCTIONS TO BIDDERS -7 - 13. 14. • 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. 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. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a . The contractor will receive full payment (less 5% retainage) from the city for each pay period . SPECIAL INSTRUCTIONS TO BIDDERS . 8. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. · c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch 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 tne city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, tJ e parties shall attempt to resolve the differences within 30 calendar days. I 15. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe t+ following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through October 31, with 6:00 a.m. -10:00 a.m. being critical because emissions from this time period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the AIR POLLUTION WATCH by 3:00 p.m. on the afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, the Contractor shall bear the responsibility of being aware that such days have bee h 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 fo~ periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1-hour. or if equipment is new and certified by EPA as "Low Emitting". or equipment 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 h~urs 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 weathe days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: SPECIAL INSTRUCTIONS TO BIDDERS - 9 - A. Definitions: Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in. 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 ( 44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. SPECIAL INSTRUCTIONS TO BIDDERS -IO - E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice , in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating ho ~ a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statuto11)' requirements of Texas Labor Code, Section 401.011 (44) for all of its employe es providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, la certificate of coverage showing that coverage is being provided for all employe ds of the person providing services on the project, for the duration of the project; I (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; · I (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and SPECIAL INSTRUCTIONS TO BIDDERS • II . (7) contractually require each person with whom it contracts, to perform as required by paragraphs ( 1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate SPECIAL INSTRUCTIONS TO BIDDERS -12 - against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on ·their behalf, shall specify in solicitations or advertisements for employees o 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 oftne 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 harmle ~s against any and all claims or allegations filed by third parties against City arising out f Contractor's alleged failure to comply with the ADA in the performance of this contract END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -13 - C) .()-. . . .. -.. -·-·---ATTACHMENT 1A . Page 1 of4 fORTWORTH c· ff w rth ---.....,...----1ty 0 ort 0 Subcontractors/SUl,!1,!1 iers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime JLB Contracting, LLC I I M/\IV/DBE I I NON+,w/DBE PROJECT NAME: HMAC Surface Overlay 2009-19 November 19, 200 j City's MIWBE Project Goal: Prime's MIWBE Project Utill:zatlon: PROJECT NUMBER 20°h 26.01% 01385 I Identify !ll subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the ~anaging Department on or before 5:00 p.m. five (5} City business days after bid opening, exclusive of bid openl ing date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s} listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The iptentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications I MIWBEs listed toward meeting the project goal must be located In the nine (9) county market1>lace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collln, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nc1 tier I ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification_ means those flnns, I~~ or doing business at the time of bid opening within the Mark~tplace, th.at have been determined to be bonafide minority or women buslnesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with MinorityMlomen Business Enterprise {M/WBE). If hauling services are utilized, the prime will be given credit as long as the MM'BE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE Jj}ay lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE crJ dit. The MIWBE may lease trucks from non-M,WBEs, inciuding owner-operators, but will only receive credit for the fees and commiss ions earned by the MJWBE as outlined in the lease agreement. I C) ... fORTWORTH --..,..--- () ATI CHMENT1A I Page 2of4 I Primes are required to identify ALL subcontractors/suppliers, regardless of status; I.e., Minority, Women and non-M/WBEs. Please list M/VVBE finns first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T1--~-.--.-........... n Detail Company Name I N T Address e M W C X Telephone/Fax r e B TR 0D M Subcontracting Work w Zamora Construction PO Box 10396 River Oaks, Texas 76114 817-875-1162 817-864-7780 Magnum Trucking Atco Construction, Inc. TXI Southern Asphalt E E 1 X 1 X 1 X 1 1 B C T E A X X Miscellaneous Concrete Raw Materials Hauler Haul HMACto the job Detail Supplies Purchased Dollar .Amount ~ 0~:3~3 .. ·.3~9en -50 · ' ,;.".:.~ ..... --,._.;I'_ ... ~.•-: ... ····· ~ if~-~~--... 3. ·-a· : 100-· : ·-~.R k ~§f'4(if9f©0 c..~»! f<v~I~ Raw Aggregate $49,845.i7 5 Supplier Liquid Asphalt $193,780.00 Supplier FokrWORTH ~ () CJ ATTACHMENT 1A I Page 3 of4 Primes are required to identify & subcontractors/suppliers, regardless of status; i.e., Minority, Women and noo-M/W~Es. Please list MJINBE firms first, use additional sheets if necessary. Certiftc:atlon N (check one) 0 SUBCONTRACTOR/SUPPLIER n T Detall Detail Company Name I N T C X M Subcontracting Work Supplies Purchased Dollar Amount Address • M w T D "11 Telephone/Fax r B B R 0 B E E C T E A Dustrol, Inc. 1 ) Milling $13,648-r I • FORTWORTH 0 () ATTACHMENT 1A P 4of4 ~ age Total Dollar Amount of MJWBE Subcontractors/Suppliers $ 461,809.50 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 257,273.75 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 719,083.25 The Contractor will not make additions, deletions, or substitutions to this certified list without the prio ri approval of the Minority and Women Business Enterprise Office Manager or designee through the sub"1ittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material 1 breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the dommitted M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination.I By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upoJ 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 actµal work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or d$barment from City work for a period of not less than three (3) years and for initiating action under Federal.I State or Local laws concerning false statements. Any failure to comply with this ordinance and create ai material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of time not less than one (1) year. PrNldent Title JLB Contracting, L.LC. Company Name PO Box24131 Add1'9M Fort Worth, Texu 7612:4 City/State/Zip Jamn G. Humphrey Prh,hR:I Signature James G. Humphnty Contact Name/l1tle (If dffferentl (817) 281-2991 (817) 281-3044 Itlephona and{or fax E-mail Address November 20. 2009 Daa TO: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH, TEXAS 76102 PROPOSAL FOR: H.M.A.C. SURF ACE OVERLAY (2009-19) ATV ARIOUS LOCATIONS CITY PROJECT NO . 01385 TPW PROJECT NO. C293-541200-203620138583 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 r ll the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Transportation and Public Works Department of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains within plus or minus (±) 25% of the contract award. The contractor is nbt 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 bf Fort Worth for performing and completing the said work within the time stated and for the followi J g 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 2EA. Project Designation Sign @ Two Hundred Dollars & No Cents Per Each $ 200.00 $ 400.00 S.P. 2 LUMPSUM Utility Adjustment @ Six Thousand Dollars & No Cents Per L.S. $ 61000.00 $ 61000.00 P-1 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 104 3 18,500 L.F. Remove and Replace Concrete Curb & 502 Gutter @ S.P. :.~:i Dollars & Cents Per L.F. $ Z D, G/o $ 386, &.5!). 00 , 502 4 3,500 L.F. New Concrete Curb & Gutter @ S.P. /C,'f' I-<~ Yl Dollars & .Por~ Cents Per L.F. $ 15. L/o $ fJ, Cjl)O. {}"l) 104 5 19,000 S.F. Remove and Replace 6-Inch 504 Concrete Driveway @ S.P. F/v-e. Dollars & ,, ,·hef.y-Av< Cents Per S.F. $ 5. 'i6 $ I 13,060 , DD 104 6 100 S.F. Remove and Replace 6-Inch 504 Exposed Aggregate Concrete S.P. Driveway@ Seven Dollars & £-N,y Cents Per S.F. $ ?.5o $ 1 50,l) () 504 7 100 S.F. New 6-Inch Concrete Driveway @ S.P. F,'v,( Dollars & t\JO Cents Per S.F. $ 5.oo $ 5lJ ~. DD 104 8 6,000 S.F. Remove and Replace 4-Inch 504 Concrete Sidewalk @ S.P. Five.. Dollars & Si'f,fj Cents Per S.F. $ s: I, 0 $ 33'., t~O./Ju 104 9 100 S.F. Remove and Replace 4-Inch 504 Exposed Aggregate Sidewalk @ S.P. s,-.,1. Dollars & a,·ae fy Cents Per S.F. $ f.;. q D $ lo9o. oo 504 10 100 S.F. New 4-Inch Concrete Sidewalk @ S.P. Fou. r Dollars & n,c.et:J Cents Per S.F. $ L/. f o $ Y'fl). 0 D P-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 104 11 1,000 S.F. Remove Existing Wheelchair Ramp and 504 Install Standard 4-inch ADA Wheelchair S.P. Ramp (with detectable warning Dome- Tile surface)@ &Ve/'\ Dollars & -twer.f~ Cents Per S.F. $ 7.w $ 7 1 2A)~. D 104 504 12 910 S.F. New 4-Inch ADA Wheelchair S.P. Ramp (with detectable warning Dome-Tile surface @ $'{.. Dollars & 1,.10 c;I :Z 7 CJ, OD n / n:e "-1 $ $ Cents Per S.F. 104 13 100 S.Y. Remove and Replace Existing Concrete 360 Valley Gutter @ S.P. ~ i K -l-,1 -+1· v ~ Dollars & I Cents Per S.Y. $ (a 5 . 0 V $ 4, s~o. D 106 247 14 1,100 S.Y. New Concrete Valley Gutter @ 360 F(f+j · t-t>L<r Dollars & S.P. +i+~t Cents Per S.Y. $ 54. 5D $ S '1, CZ_so i)O 450 S.P. 15 2EA. Remove and Replace 5-Ft Storm Drainage Inlet Top @ ,cJreJ. Twer1+<j 1wo T houSt:ir.d OMG fl-u. Dollars & $ 2 /:W, i){) ~ .2L/O. Ob f'/b $ Cents Per Each 450 S.P. 16 9EA. Remove and Replace 10-Ft Storm Drainage Inlet Top @ J. j F,' {:.le'/ two tlttJu.sqr.,/. St't t-lu. 1 ~ Dollars & $ 2 1 fo 5t>, iJo $ 23 , ~5..0 I /Jo 0 Cents Per Each ' 106 402 17 lOOL.F. 6-Inch Perforated Subdrain Pipe @ 500 620 fe,J Dollars & S.P. s ii. +y Cents Per L.F. $ JO.t,,o $ I ,!J&.l>. D 275 18 75,500 S.Y. 8-Inch Pavement Pulverization @ S.P. two Dollars & P..W'11 -sev-e."'-Cents Per S.Y. $ ;J.,97 $ ;;)./l,/,8.S, , 0 P-3 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 210 275 19 980 Tons Cement Modification (26 lbs/sy) @ S.P. /)_r{e /-flA-r--Jr~ F,'(fu.""-Dollars & /V O $ t/5,Do $ JI Z,. 7 tJ(),Oo Cents Per Ton 106 20 100 C.Y. Unclassified Street Excavation @ S.P. (Ne.n l-y.-s i x Dollars & $ ,2~.5D $ 2, l,50,0o -P -Pt;f Cents Per C.Y. 247 21 100 C.Y. Crushed Limestone @ S.P. hriy -r11 '/l -e. Dollars & f:P fy= Cents Per C.Y. $ t/t/. 5o $ '-/1 tj'5D, Di> ' 300 22 140 C.Y. Asphalt Pavement and Base Repair @ 310 t2.a.e 14 {).d /etJ tit :,-~ n-<'tii!:S & 340 1)/o Cents Per C.Y. S.P. $ /33,/Jt> $ /~> t,µ, tJo 300 23 60Tons HMAC Pavement Level-Up @ 310 {;~-/wt!) Dollars & 340 Cents Per Ton S.P. th> $ 8). Oo $ £ f,W .oo S.P. 24 10,800 L .F. Pavement Wedge Milling 2-Inch to 0- Inch Depth, 5.0 Ft Wide @ DN-e Dollars & /. 13 +J.. ;r fe-t. I\ Cents Per L.F. $ $ /:2, ~~-t>O S.P. 25 6EA. Butt Joint Milling @ r/..,--e~ f4Aettt/ k QJ.~ Dollars & ND Cents Per Each $ 3:20.tJO $ <, <l:UJ ,oQ S.P. 26 100 S.Y. 2-Inch-Surface Milling @ HJ<-{, Dollars & +w f:l:l 1-v. -Ft ve Cents Per S. Y. $ LI, .:2.5 $ ~ .25. pi) I P-4 SPEC ITEM 300 S.P. 300 310 340 S.P. 300 310 340 S.P. 450 S.P. 406 450 S.P. S.P. 450 S.P. PAY ITEM 27 28 29 30 31 32 33 APPROX. QUANTITY 18,000L.F. 96,900 S.Y. 4EA. DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS Crack Sealing of Existing Pavement @ rJ O Dollars & -f t,J!-v,,7/ ~ e,i ?'f Cents Per L.F. 2-Inch-HMAC Surface Course Type "D" Mix @ ___ _s.........,.,v _______ .Dollars & _fv_r_,~..,.._--e._,...,.·.;F---f-___ Cents Per S.Y . Removal and Replacement of 30-Ft HMAC Speed Cushion w/stripping @ ...,-w o T1t ov.£ t:l"J/:) f) /.Ir: !kw crd.--r c.J ervTY -F1 V<f,, _________ .Dollars & 12EA. 2EA. SEA. 70EA. ;J a Cents Per Each Water Valve Box Adjustment With Steel Riser @ Orte Hh t{f£f D ftvtr1r y A~ollars & /Vo Cents Per Each Water Valve Box Adjustment With Concrete Collar @ ?w~fb.NJl,e)F,·-tf-e-e lif)ollars & /{o Cents Per Each Water Meter Bo x Adjustment @ __ fr._o_r _t:f _____ .Dollars & --'-'J\l .... 6 ______ Cents Per Each Manhole Adjustment With Steel Riser @ 'f(,Jo J-/y r.dr -e J tt"M,-Dollars & N-0 Cents Per Each P-5 UNIT PRICE $ • JS $ /7!5,Da $ ;l/5.oo s t.jo. oo $ [)g !J .e D TOTAL AMOUNT BID $ ~I JOfJ. o $ L/SD.oo $ .3.:ZO .D $ 19/e !JO. 0 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 406 34 SEA. Manhole Adjustment With 450 Concrete Collar @ S.P. .-.,-fhc rJ ). 5' ·y~ -f,'v'-I Are-e ('-e ' Dollars & ;Jo Cents Per Each $34>5'.0o $ ~1 8:0,o'o S.P. 35 200EA. Painting House Addresses @ tWetj f !f.-+wo Dollars & /l(o Cents Per Each $ ;;zi.oo $ ~l../00.00 • S.P. 36 5,000 S.Y. Grass Sod Replacement @ r:'00.."" Dollars & $ev e6tJ -e,~J.-lcents Per S.Y. $ l./.'78 $ .23 , too, oo , S.P. 37 3EA. Re-Mobilization @ Five Hundred Dollars & No Cents Per Each $ 500.00 $1,500.00 TOTAL BID $ I, 71 5°. '/f D,tJo r ., P-6 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes: All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fl rt Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these contract documents within __Q hundred and forty (240) Calendar Days from and after the date for commencing work as set fort ~ in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing w J ge Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, TexJ s. Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned Jm execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached deposit check in the sum of __________________________ _ ___________________ Dollars($ _________ __, is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction Engineer for any of the locations. If the contractor fails to begin the work within ten (10) calen d ar days, a $200 dollars liquidated damage will be assessed per Block per day. I (we) acknowledge receipt of the following addenda to the plans and specifications, all of t e provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) __ _ Addendum No. 2 (Initials)_ Addendum No. 3 (Initials)_ (Seal) · Date: 11 /1 ~/o q ' I P-7 Respectfully submitted, j /... f) /!.,.,,,>J.14t ek,~7 I-LC- Company Name By:~/)~ Sign~· J -A-v tC2 b · ;_/,4 rof ft. IYP-( Printed Name of Principal Address: f <0. B~x, ;z,..f t.ffl F-f.t.u~ Ti-7£,,1 E-mail Address: __________ _ Telephone: (f? / 7 J 2 '-I · Vl"f/ SPECIAL PROVISIONS FOR: H.M.A.C. SURFACE OVERLAY (2009-19) ATV ARIOUS LOCATIONS CITY PROEJCT NO. 01385 TPW PROJECT NO. C293-541200-203620138583 1. SCOPE OF WORK: The work covered by these details and specifications consists of the removal (only) of all existing traffic buttons, removal and replacement of existing · concrete curb and gutter, driveways , existing base repair and the addition of a new surface layer of H.M .A.C. for those streets designated as Mill Overlay (MOL). For those streets designated as Pulverized Overlay (POL), the work consists of the same removal and replacement items as described above , surface and base rehabilitation of existing pavement with cement and the addition of a new surface layer of H.M .A.C. These items are described in the Special Provisions of these specifications. The work also consists of all other miscellaneous items of construction to be performed as outlined in the details and specifications which are necessary to satisfactorily complete the work. Water and/or sanitary sewer main replacements must be completed (via a proceeding contractor(s)) on project street before the HMAC Surface Overlay Contract can begin. Prospective bidders, on this HMAC project are hereby advised that the City shall not grant compensation requests to the HMAC Contractor, in the event the water and/or sanitary sewer improvements are delayed and not completed at the time the contract is awarded for the HMAC work. In addition, the contractor shall honor its original unit bid price regardless of such delays. The Contractor shall mobilize within ten (I 0) calendar days of the notice given by the Construction Engineer for any locations. If the contractor fails to begin the work within ten ( 10) calendar days , a $200 dollars liquidated damage will be assessed per block per day . It shall be the responsibility of the prospective bidder to visit the project sites and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed . Proper consideration should be given to these details during preparation of the Proposal, and all unusual conditions that may give SP-1 rise to later contingencies should be brought to the attention of the City prior to the submission f the Proposal. The contractor shall verify these locations with the Construction Engineer. For street locations , please see list at the back of this document. At the sole discretion of the City, the City reserves the right to add, delete or substitute streets in this contract. The City al + reserves the right to increase or decrease quantities of individual pay items within the contraat provided that the total contract amount remains within plus or minus (±) 25% of the contradt award. The contractor is not entitled to any additional compensation or renegotiation df individual pay item bid prices. All short turnouts that intersect with a street to be repaired shall be included in this contract, even though they may not be listed with the street locations at the back of this document due to their sizt The contractor shall verify these locations with the Construct ion Engineer prior to construction . T + construction of these turnouts includes; but, is not limited to , milling, cleaning, tack coating, overlaying and utility adjusting. Total quantities given in the bid proposal may not reflect actual quantities, but represent the be t estimate based on a reasonable effort of investigation; however, they are given for the purpose f bidding on and awarding the contract. 2. AW ARD OF CONTRACT: Contract will be awarded to the lowest responsible bidder. 3. SUBMITTALS FOR CONTRACT AWARD: The City reserves the right to require the contractor who is the apparent low bidder(s) for a projeat to submit such information as the City, in sole discretion may require, including but not limited t b manpower and equipment records , information about key personnel to be assigned to the projec , and construction schedule, to assist the City in evaluating and assessing the ability of the appare t low bidder(s) to deliver a quality product and successfully complete projects for the amount bicl within the stipulated time frame. Based upon the City 's assessment of the submitted informatioJ , a recommendation regarding the award of a contract will be made to the City Council. Failure tb submit the information, if requested , may be grounds for rejecting the apparent low bidder as no I_ responsive. Affected contractors will be notified in writing of a recommendation to the Ci Council. SP-2 4. CONTRACT TIME: The Contractor agrees to complete the Contract within the allotted number of days . If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6 , of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. The contract time will be counted from the date set at the pre-construction conference and will continue until a time the inspector determines the project is ready for a final inspection . At that time a final inspection will be scheduled . Ifin 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 calendar day period is required for the rescheduling of a final inspection. The Contractor also agrees to complete the final punch list within ten (10) calendar days after receiving it. If the Contractor fails to complete the work within ten ( I 0) calendar days, the counting of the number of days to complete the Contract will resume and liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. 5. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract . If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by a 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, he/she provide sufficient equipment, materials and labor to ensure completion of the work within the contract time . In the event the contractor SP-3 receives such a Jetter, the contractor shall provide to the City an updatecl 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 Cicy Manager's Office and the appropriate city council members may also bb informed. C . Any notice that may be, in the City's sole discretion, required to be provided to interested individuals will be distributed by the Construction Engineer. D . Upon receipt of the contractor's response, the appropriate City departments ano directors will be notified. The Construction Engineer will, if necessary, the 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 bond in k company will be notified appropriately . 6. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by th ~ City. 7. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: I STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC worud CONSTRUCTION-NORTH CENTRAL TEXAS. General Provisions shall be those of the Fort Worth document rather than Division I 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 Mll'nicipal Building, Fort Worth! SP-4 8. 9. 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. 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. 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 the date of final acceptance of this project by the City of Fort Worth and will be required to replace , at his expense , any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No . 14 for further requirements . 10. TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27 , 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer @817-3 92-8712 at least 10 working days prior to the preconstruction conference . Although work will not begin until the traffic control panel has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign , instructional sign , street name sign , or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, SP-5 - Signs and Markings Division (phone number 817-392-7738), to remove the sign. In the case ©f regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting tJ e requirements of the above referenced manual and such temporary sign must be installed prior to t e removal of the permanent sign. If the temporary sign is not installed correctly or if it does not me ~t the required specifications, the permanent sign shall be left in place until the temporary si Jn requirements are met. When construction work is completed to the extent that the permanent si ~ can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-ins d ll 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 minimi L interruption to the flow of traffic upon the approval of the City Engineer. I Work shall not be performed on certain locations/streets (primarily arterials) during "peak traffic periods (7 a.m. to 9 a .m. and to 4 p .m. to 5 p.m .)"; or as determined by the City Traffic Engineer a+ 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 Spreab Sheet", in the back of this document, for designated locations. The contractor will be responsible for coordination, of proposed construction activities, with publ'c or private school administration. The proposed construction activities shall accommodate scho 1 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 ana deliver a notice/flyer of the pending construction to the front door of each residence or busines~ 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 th ~ following: o Project name/Contract name o Project number o Expected dates of construction SP-6 o Contractors and project inspector's contact information A sample notice/flyer is included in the contract documents. The Electronic version of the notice/flyer can be obtained from the Office of the Transportation and Public Works Department (817) 392-2729 It will be the contractor's responsibility to create and distribute a follow-up notice/flyer informing residents if for any reason work should stop on a project for more than five (5) working days after construction begins. The flyer should also include the anticipated date of when the work will begin again. It will be the contractor's responsibility to re-distribute a three (3) working day notification/flyer prior to beginning the construction activity . In addition, all copies of the notice/flyer shall be delivered to the City inspector for his review prior to distribution. The contractor will not be allowed to begin construction on any street until the flyer is delivered to all residents of the street. All work involved with the notice/flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 12. PAYMENT: Payment will be made to the contractor twice a month for work completed during the pay periods ending on the 15th and the 30th day of each month . Checks (less 5% retainage) will be sent to the . contractor within the two (2) week window following each payment period. Payment of the retainage will be made with the final payment upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 13. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If a delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the SP-7 - ... failure of the City to provide material or necessary instructions for canying on the work, then sucp 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 t le 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: 15. The Contractor shal.l prosecute his work in such a manner as to create a minimum of interruption tf 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 ano 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 o Uniform Traffic Control Devices, Vol. No. l ". DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material , the Contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator (" Administrator"), of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by th ~ . I 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 th ~ 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 require~ if disposal sites are not in a flood plain. Approval of the Contractor 's disposal sites shall bl 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 wit l 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 perm A or a letter from the Administrator approving the disposal site, upon notification by the Director of th i Department of Engineering, Contractor shall remove the spoil/fill material at its expense and dispos ~ of such materials in accordance with the Ordinance of the City and this section. SP-8 No temporary storage of material, rubble, equipment or vehicles within parkways is allowed . Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the satisfaction of City Engineer. 16. ZONING REQUIREMENTS: During the construction of this project, the Contractor shall comply with present zonmg requirements of the City of Fort Worth in the use of vacant property for storage purposes. 17. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 18. CONSTRUCTION SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference . This schedule shall detail all phases of construction, special coordination with schools (see Item No. 10 Traffic Control for details), including project clean up, and allow the contractor to complete the work in the allotted time . Contractor will not move onto the job site nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Contract start date would be outlined in the pre-construction work order notice. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 19. SAFETY RESTRICTIONS -WORK NEAR IDGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (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, SP-9 - 20. - - (2) (3) (4) derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING --UNLAWFUL TO OPERA TE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." Equipment that may be operated within ten feet of high voltage lines shall have an insulati .l cage-type of guard about the boom or arm, except back hoes or dippers, and insulator lin ~s on the lift hood connections. I When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TXU Electric Delivery) which will erect temporary mechanical barriers , de-energize the line, or raise or lower the line. The work done by the pow r company shall not be at the expense of the City of Fort Worth. The notifying departmeJ t shall maintain an accurate log of all such calls to TXU Electric Delivery and shall recor6 action taken in each case . The Contractor is required to make arrangements with the TXU Electric Delivery for th f temporary relocation or raising of high voltage lines at the Contractor's sole cost ano expense. (5) No person shall work within six feet of a high voltage line without protection having bee taken as outlined in Paragraph (3). 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 direct! pertinent books, documents, papers and records of Contractor involving transactions relating tb this contract. Contractor agrees that City shall have access during normal working hours to a i'I necessary Contractor facilities and shall be provided adequate and appropriate workspace in orde~ to conduct audits in compliance with the provisions of this section. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final paymenl under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and shall be provided adequate and appropriate work space, in order to conduc SP~lO audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may be requested by City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at, the rates as contained in the Texas Administrative Code at the time payment is made. 21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City 's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition , Contractor covenants and agrees to indemnify , hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury , including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage , loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers , servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor 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 SP-11 - liquidated damage will be assessed per block per day. Required backfilling shall be at finishing grade and shall be completed in order for the driveway to be ac cepted and measured as completed; top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade . Cost of back filling , top soil, and grading shall be included in this pay item. Existing improvements w ithin the parkway such as w ater meters, sprinkler sy stem , etc., If damaged during construction, shall be replaced with same or better at no cost to the City . The unit price bid, per square feet, shall be full compensation for all labor, material , equipment, supplies, and incidentals nece ssary to complete the replacement work. PAY-ITEM No. 7 -New 6-Inch Concrete Driveway: This item shall include the construction of new standard concrete driveways , as designated by the Construction Engineer with same day haul-off of the removed material to a suitable dump site . For specifications governing these items, see City Standard Specification Item No. 504" Concrete Sidewalk and Driveways", Drawing Nos. S-S5, and Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut existing dri veway, curb and gutter, and pavement prior to drivewaiY removal. All concrete shall be designed to achieve a minimum compressive strength of 3,000 pound s pJ square inch in seven (7) calendar days. Exposed concrete aggregate driveway surface shall be seeded with pea gravel. Included, and figured subsidiary to this unit price , will be the required sawcut ex cavation , as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the constructioh of the driveway. The pay limit will be 9-inch out from the gutter lip . The street void shall be filled with H .M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways , Streets, and Bridges" Item Nos . 300 "Asphalts, Oils , and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Contractor shall backfill around the driveway within seven (7) calendar days of pouring the dri veway, if the contractor fails to complete the work within seven (7) calendar days, $!00 dolli SP-24 liquidated damage will be assessed per block per day. Required backfilling shall be at finishing grade and shall be completed in order for the driveway to be accepted and measured as completed; top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. 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. The unit price bid, per square feet, shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO. 8 -Remove and Replace 4-Inch Concrete Sidewalk: PAY-ITEM NO. 9 -Remove and Replace 4-Inch Exposed Aggregate Sidewalk: Pay items No. 8 and No. 9, shall include the removal and replacement of any type of existing concrete sidewalk, as designated by the Construction Engineer, due to failure or in 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 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) calendar days. The exposed concrete aggregate sidewalk surface shall be seeded with pea gravel. Exposed concrete aggregate wash off water is silty, high in alkalinity and may contain harmful chemicals; therefore, wash off water shall not be discharged into storm sewers and drainage ditches or streams. Wash water shall be prevented from entering street gutter. Temporary catch basin, sealed with impervious diaphragm sump, shall be used to collect all wash water until off site disposal 1s obtained, or, unless otherwise directed by the Engineer or his authorized representative. Contractor shall backfill around the sidewalk within seven (7) calendar days of pouring the sidewalk, if the contractor fails to complete the work within seven (7) calendar days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finishing SP-25 grade and shall be completed in order for the sidewalk to be accepted and measured as completed; top soil as per specification Item No . 116 "Top Soil", if needed , shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. llf Existing improvements within the parkway such as water meters, sprinkler system, etc., damaged during construction, shall be replaced with same or better at no cost to the City. I The unit price bid, per square feet, shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO. 10 -New 4-Inch Concrete Sidewalk: This item shall include the construction of new standard concrete sidewalk, as designated by the Construction Engineer with same day haul-off of the excavated material to a suitable dumpsite . For specifications governing this item, see City Standard Specification Item No. 504 "Concrete Sidewalk and Driveways". All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) calendar days. Contractor shall backfill around the sidewalk within seven (7) calendar days of pouring the sidewalk. If the contractor fails to complete the work within seven (7) calendar days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finishin k I grade and shall be completed in order for the sidewalk to be accepted and measured as completed; top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil , and grading shall be included in this pay item. Existing improvements. within the parkway such as water meters, sprinkler system, etc., ijf damaged during construction, shall be replaced with same or better at no cost to the City. I The unit price bid, per square feet, shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO. 11 -Remove Existing Wheelchair Ramp and Install Standard 4-Inch AD 1 Wheelchair Ramp (with detectable warning Dome-Tile surface): SP-26 This item shall include removing the existing wheelchair ramp and installing Standard 4-inch ADA wheelchair ramp that includes a detectable warning Dome-Tile surface at various locations as to be determined in field by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item , see enclosed details for Wheelchair Ramp (with detectable warning Dome-Tile surface, and City Standard Specifications Item No. 104 "Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified . All concrete shall be designed to achieve a minimum compressive strength of 3 ,000 pounds per square inch in seven (7) calendar days . Contractor shall sawcut existing sidewalk, curb and gutter, and pavement prior to wheelchair ramp removal. The removal of existing curb and gutter, as required, for the replacement of existing wheelchair ramps shall be included in PAY ITEM NO. 3 -Removal and Replacement of Concrete Curb & Gutter, as determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the Accessibility Ramp Pay Limits detail (STR-032). The pay limit will extend from 9- inches outside the lip of gutter to the back of the curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15 inches back from the face of curb and encompass the remainder of the ramp and sidewalk. Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch and a maximum of 8-inch from the extension of the face of curb. Detectable warning Dome-Tile surface maybe curved along the comer radius. The method of Dome-Tile installation shall be in accordance with the manufactures instruction. Cost of detectable warning Dome-Tile and installation, shall be included in this pay item. SP-27 Contractor shall provide a brick red colored Dome-Tile sample for approval by the Engineer, meeting the aforementioned specification . The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as plr specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the constructi dn of the wheelchair ramp . The pay limit will be 9-inch out from the gutter lip. The street void shall + filled with H.M.A.C . Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, J d Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Contractor shall backfill the wheelchair ramp within seven (7) calendar days of pouring tHe wheelchair ramp; if the contractor fails to complete the work within seven (7) calendar days , $IOb dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finishing grade and shall be completed in order for the wheelchair ramp to be ~ccepted and measureb as completed; top soil as per specification Item No . 116 "Top Soil", if needed, shall be added an f leveled to finishing grade. Cost of back filling , top soil, and grading shall be included in this pal)' 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. The unit price bid, per square feet, as shown on the proposal, will be full compensation for materiaJ labor, equipment, tools and incidentals necessary to complete the work. PAY-ITEM NO. 12 ~ New 4-Inch ADA Wheelchair Ramp: (with detectable warning Dome- Tile surface}: This item shall include the construction of new Standard 4-inch ADA wheelchair ramp that inclu J a detectable warning Dome-Tile surface at various locations as to be determined in field by the Construction Engineer, due to a situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. SP-28 For specifications governing this item , see enclosed details for Wheelchair Ramp (with detectable warning Dome-Tile surface, and City Standard Specifications Item No. 104 "Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified. All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Contractor shall sawcut existing sidewalk, curb and gutter, and pavement prior to wheelchair ramp removal. The removal of existing curb and gutter, as required, for the construction of new wheelchair ramps shall be included in PAY ITEM NO. 3 -Remove and Replace Concrete Curb & Gutter, as determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the Accessibility Ramp Pay Limits detail (STR-032). The pay limit will extend from 9 inches outside the lip of gutter to the back of the curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15-inches back from the face of curb and encompass the remainder of the ramp and sidewalk. Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch and a maximum of 8-inch from the extension of the face of curb. Detectable warning Dome-Tile surface maybe curved along the 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 brick red colored Dome-Tile sample for approval by the Engineer, meeting the aforementioned specification . The sample , upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the wheelchair ramp. The pay limit will be 9-inch out from the gutter lip . The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and SP-29 Bridges" Item Nos . 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. The Contractor shall backfill behind the wheelchair ramps within seven (7) calendar days of pouring the wheelchair ramp; if the contractor fails to complete the work within seven (7) calenddr days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finishing grade; top soil as per specification Item No . 116 "Top Soil", if needed, shall ble added and leveled to finishing grade . 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 . I Required backfilling at finishing grade behind the ramp shall be completed in order for the whCelchair ramp to be accepted and measured as completed. 1 The unit price bid, per square feet, as shown on the proposal , will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 13 -Remove and Replace Existing Concrete Valley Gutter: This item shall include the removal and replacement of existing valley gutters, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutter removal. Sawcutting and removal of asphalt pavement, concrete base, curb and gutter and necessary excavation to install the concrete valley gutters shall be included in this pay item. I For specifications governing this item, see City Standard Specifications, Item No. 106, "Unclassifie1 Street Excavation", Drawing No. S-S6 and detail enclosed, TxDOT's "Standard Specifications fo ~ Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 247 "Flexible Base (referenced), 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No. 360 "Concretl Pavement" (enclosed), shall apply. SP-30 Furnishing and placing of 2 :27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item . Contractor may substitute 5 inch non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no additional cost. All applicable provisions of Item No. 360 "Concrete Pavement" (enclosed) shall apply. Surface texturing shall be made with a medium broom in lieu of carpet drag or metal tining. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days . Contractor shall work on one-half of Valley Gutter at a time , and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days . If the contractor fails to complete the work on each half within seven (7) calendar days, $100 dollars liquidated damage will be assessed per each half of valley gutter per day. Included, and figured subsidiary to this unit price, will be the required sawcut excavation , as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the valley gutter. The pay limit will be 9-inch out from the valley gutter. The street void shall be filled with H.M.A.C . Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets , and Bridges" Item Nos . 300 "Asphalts, Oils , and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 14 -New Concrete Valley Gutter: This item shall include the construction of new concrete valley gutters, at locations to be determined in field by the Construction Engineer with same day haul-off of the remo ved material to a suitable dumpsite. SP-31 Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutt r removal. Sawcutting and removal of asphalt pavement, concrete base , curb and gutter, and necessary excavation to install the concrete valley gutters shall be included in this pay item . For specifications governing this item , see City Standard Specifications, Item No . 106 , "Unclassifield Street Excavation", Drawing No. S-S6 and detail enclosed, TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges " Item Nos. 247 "Flexible Ba e (referenced), 300 "Asphalts, Oils ; and Emulsions" (referenced), 310 "Prime Coat" (referenced), a+ !~~e~~:t~'s;~:,:~~).~:~;~;pl;sphalt (Method)" (referenced) and Item No. 360 "Concrer Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details , shall be subsidiary to this Pay Item . Contractor may substitute 5 inch non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. All applicable provisions of Item No. 360 "Concrete Pavement" (enclosed) shall apply . Surface texturing shall be made with a medium broom in lieu of carpet drag or metal tinin 1 • The concrete shall be designed to achieve a minimum compressive strength of 3 ,000 pounds p r square inch in seven (7) calendar days . Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days . If the contractor fails to complete the work on each half within seven (7) calendar days , $100 dollars liquidated damage will be assessed per each half of valley gutter per day. Included , and figured subsidiary to this unit price, will be the required sawcut excavation , as per specification Item No. 106 "Unclassified Street Ex cavation", into the street to aid in the con structioh of the valley gutter. The pay limit will be 9-inch out from the valley gutter. The street void shall bb filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions J TxDOT's "Standard Specifications for Construction and Maintenance of Highways , Streets , an 6 Bridges" Item Nos. 300 "Asphalts, Oils , and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Measurement for final quantities of v~lley gutter wi II be by the square yard of concrete pavement and the curb and gutter section will be included. SP-32 The unit price bid, per square yard, for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO. 15 -Remove and Replace 5-Ft Storm Drainage Inlet Top: PAY ITEM NO. 16 -Remove and Replace 10-Ft Storm Drainage Inlet Top: Pay items No. 15 and No. 16, shall include the removal and replacement of a 7-inch thick drainage inlet top of 5-foot and feet drainage inlet openings , at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. For specifications governing these items, see City Standard Specifications Item No. 450 "Adjusting Manholes and Inlets", as shown in the Drawing S-S02 and as directed by the construction engineer. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. The unit price per bid, per each, will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY-ITEM NO. 17-6-Inch Subdrain Pipe: This item shall consist of furnishing and installing 6-inch subdrain and filter material as shown on the enclosed details, or as directed by the Engineer. All applicable provisions of standard Specifications Item 500 "SUBDRAINS", and Item No. 106 "Unclassified Street Excavation" shall apply. No specific location for this item is designated. Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation , and if deemed necessary by the Engineer. The unit price bid, per linear feet, shall be full compensation for all labor, materials, equipments, tools, and incidentals necessary to complete the work. PAY-ITEM NO. 18-8-Inch Pavement Pulverization: PAY-ITEM NO. 19 -Cement Modification (26 lbs/sy): SP-33 / All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance 9f Highways, Streets, and Bridges" Item No. 275 "Cement Treatment (Road Mixed)" (referenced) shall govern the work. The City of Fort Worth, Texas, will perform quality assurance tests and checks on the paving project materials during construction, to ensure compliance with the specifications . The sampling and testing of the materials shall be made at the expen se of the City . In the event th f sampling and testin g does not comply with the specifications, all subsequent testing of the material , in order to determine if the material is acceptable , shall be furnished and paid by the contractor, J s directed by the Engineer. Contractor shall pulverize the ex1stmg pavement to a depth of 8-inch . After . pulverization · s completed, contractor shall temporarily remove and store the 8-inch deep pulverized material , then cut the base 2-inch to provide place for the new 2-inch H.M .A.C. surface. The 2-inch base cut sha 1 start at a · depth of 8-inch from the existing pulverized surface . After the undercut operation ils completed , the temporarily stored 8-inch deep pulverized material shall be returned to the excavation. I If the existing pavement has a combination of 10-inches of H.M.A.C and crushed stone/gravel , undercut will not be required. The contractor will pulverize the IO-inches , and the 2-inch cut will bile taken, from the 10-inch pulverized material. In case of high crown, the contractor shall pulverize the exiting crown and pavement. Thie Construction Engineer will determine the appropriate undercut depth to meet the City standard . The maximum amount of existing asphalt concrete pavement in the mixture shall be at the discretion of the Engineer. I After the above processes are performed, the contractor shall shape the pulverized material to the appropriate line and grade . Samples of the pulverized material will be tested for gradation as directed by the Engineer. Testing will be at a minimum of one test per 300 linear feet per lane. Portland cement shall be applied to the pulverized material at a rate of 26 pounds per square yards, 8- inch in depth. The Engineer or his authorized representative will observe the cement treatment an ~ collect delivery tickets from each transport truck. Cement quantities used will be verified, with respect to areas being treated. SP-34 Cement shall be applied only to such an area that all the operations can be continuous and completed , in daylight, within six (6) hours of such application. The contractor shall blade to grade and compact the pulverized cement treated material to 95% of the maximum density as determined in accordance with TxDOT's Standard Specifications stated above or as directed by the Engineer in the field . After the cement treated base has cured for forty eight (48) hours, provide machinery (minimum 12 ton steel wheel vibratory roller) to roll the surface of the cement treated material to induce hairline cracks "micro-cracks". Amplitude of vibrating will be at the discretion of the Engineer or his authorized representative. Micro-cracking will be used to reduce shrinkage cracking in the cement treated material and reduce reflective cracking through the asphalt cement surface overlay . Roller shall be in accordance with TxDOT's "Standard Specifications for Construction and Maintenance of Highways , Streets , and Bridges" Item No. 210 "Rolling" (referenced). Operate roller at walking speed (2 to 3 mph). Generally one (I) to four (4) passes of the roller are required to create the micro-cracks . One pass is down and back. The contractor shall then prime and immediately ov.erlay the micro-cracked surface with 2 inch H.M .A.C. surface course . The work shall be in accordance with TxDOT 's "Standard Specifications for Construction and Maintenance of Highway s, Streets , and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced). The 2-inch H.M.A .C. surface will be paid under PAY-ITEM NO . 28 -2-Inch-Surface Course-Type "D "Mix . If the contractor fails to begin the 2-inch H.M .A .C. surface course work within seven (7) calendar days , $200 dollars liquidated damage will be assessed per block per day. On pulverized and overlay streets that do not have existing curb and gutter, the Contractor shall finish the parkway with backfill. The backfill shall begin at the edge and elevation of the new 2 inch H .M.A.C. surface course and extend within the parkway, to existing ground surface, at the grade of one-fourth (1/4) inch per foot. There should be no voids in the backfill material , to the satisfaction of the Engineer. The unit price bid , per square yard , of pavement pulverization and per ton of cement modification shall be full compensation for all labor, material , equipment, tools , and incidentals necessary to SP-35 pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, dispose of the undercut material and backfill the parkway. PAY-ITEM NO. 20-Unclassified Street Excavation: This item will be used if additional excavation is needed that is not covered by PAY ITEM NO . 18 8-Inch Pavement Pulverization. Additional Excavation is the removal of the excessive crown an b base to bring the new base to proper grade and City standard specifications for street reconstruction. This item shall also be used for removing and disposing the existing brick base, if the existing brick base cannot be wedge or surfaced milled, prior to placing 2-inch HMAC Type "D" surface coursJ . I The void created by removing the existing brick base shall be filled to the proper grade, with PAY ITEM NO. 23 -HMAC Level Up, before placing 2-inch HMAC Type "D" surface course . 1 For wedge milling, the measurement for estimating the removal and disposal of the existing brick material shall be a width of 5-feet, a length of curb and gutter and a depth of 3-inches. For surfa+ milling, the measurement for estimating the removal and disposal of the existing brick material shall be the surface area and the depth of 3-inches. These measurements shall be under Ci i standard specifications Item No. 106 " Unclassified Street Excavation ". All applicable provisions ofltem No. 106 "Unclassified Street Excavation" shall apply; work shall Ile paid per cubic yard. PAY-ITEM NO. 21-Crushed Limestone: This item shall be used to repair the failed base material in areas exceeding 8-inch deep, as directed by the Engineer. The material shall be graded crushed stone. I All applicable provisions of TxDOT's "Standard Specifications for Construction _and Maintenance of Highways, Streets, and Bridges", Item No. 247 "Flexible Base", shall govern this item. The unit price bid , per cubic yard, shall be full compensation for all materials, labor, equipment ancl incidentals necessary to complete the work. PAY ITEM NO. 22 -Asphalt Pavement and Base Repair: SP-36 The contractor is to remove all existing deformed H.M.A.C. pavement and/or bad base material that shows surface deterioration and/or complete failure. The Construction Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means , out of the existing pavement in square or rectangular fashion . The side faces shall be cut vertically and all failed and loose material excavated. As part of the excavation process, all unsatisfactory base materi a l shall be remo ved , if required , to a depth sufficient to obtain stable sub-base . The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Construction Engineer will select the necessary depth . The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site , the same day as excavated, to a suitable dumpsite. After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch , with Ty pe "D" surface mix (PG 64-22). This item will always be used even if no base improvements are required . The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material , whichever is greater. However, the patch thickness shall be a minimum of 2 -inches. Generally the existing H.M.A.C . pavement thickness will not exceed 8 inch . Before the patch layers are applied , any loose material , mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift . Compactions of the mix shall be to standard densities of the City of Fort Worth , made in preparation to accept the recycling process . All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways , Streets, and Bridges" Item Nos. 300 "Asphalts, Oils , and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) shall govern work. The unit price bid, per cubic yard , shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO. 23 -HMAC Pavement Level Up: This item shall be used to fill ruts , depressions , level up pavement section with Type "D " surface mi x (PG 64-22) prior to placing the asphalt surface overlay and where needed , as directed by the Engineer in the field. All applicable prov isions of TxDOT's "Standard Specifications for Construction and Maintenance of Highw ays , Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 SP-37 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced), sha I govern work. This item shall be used to fill, to the proper grade, the void created by removing existing brick base, if existing base cannot be wedged or surface milled . The unit price bid, per ton , shall be full compensation for all materials, labor, placing, equipment, cleaning and incidentals necessary to complete the work . PAY-ITEM NO. 24 -Pavement Wedge Milling 2-Inch to 0-Inch Depth, 5.0 Ft Wide 1. Description This item shall consist of milling the existing pavement from the lip of gutter at a depth of - inch and transitioning to match the existing pavement (0-inch cut) at a minimum width of - feet. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. Th f milled surface shall provide a uniform surface free from gouges, ridges, oil film , and other imperfections of workmanship and shall have a uniform textured appearance. In all situation~ where the existng H.M .A.C. surface contacts the curb face , the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. If the existing base is brick and cannot be wedge milled, then the existing brick base, of 5-fj in width , shall be removed under PAY-ITEM NO . 20 -Unclassified Street Excavation and replaced under PAY-ITEM NO. 23 -HMAC Level Up -Install , prior to placing H.M .A.O . surface course. See PAY-ITEM NO. 20 -Unclassified Street Excavation, for further description of work. For those streets designated as Mill Overlay (MOL), on the street list in the back of this contract document book, the wedge milling shall begin within fourteen (14) calendar days fro J the completion of the curb and gutter. If the contractor fails to complete the work withi b fourteen (14) calendar days, $100 dollars liquidated damage w ill be assessed per block per day . The wedge milling operations for this project will be performed in a continuous manner along both sides of the street. Details of milling locations are at the back of this document. Contracto~ is required to begin the overlay , within seven (7) calendar days from the date of the wedge milling completion of any one street. Should the contractor fail to meet this condition , th wedge milling operations of neyV streets will be shut down , and liquidated damage of $500 .0()) I SP-38 per day per street will be assessed until all wedge milled streets are overlayed. The overlay, once begun on a street shall continue uninterrupted until complete. The Contractor shall haul-off the removed material to an approved dumpsite . 2 . Equipment The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion , thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. The speed of the machine shall be variable in order to leave the desired grid pattern specified under Surface Texture . The unit price bid, per linear feet, shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. PAY-ITEM NO. 25-Butt Joint Milling: Description: This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation (PAY ITEM NO. 24) to the depth and at locations as described below. The butt joint will provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the SP-39 butt joints milling operations shall be governed by the special provisions of PAY-ITEM NO. 24 -- Inch to 0-Inch Pavement Wedge Milling Depth 5-Ft Wide -Install. The configuration of the buh joints is described in more detail below. General details of butt joint locations, along with wed J e milling in general, are shown in plan form at the back of this document. Construction Details: Prior to the milling of the butt joints, the contractor shall consult with the construction Engineer for proper location of these joints and verify that the selected limits of the projects street are correct. The general locations for butt joints are at all beginning and ending points of streets listed in thl project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters , bridge decks , culverts and a I other items which transverse the street and end the continuity of the asphalt surface. Each butt joi t shall be 20-feet long and milled out across the full width of the street section to a tapered depth of l2 inch. This milled area shall be tapered within the 20-feet to a depth from 0-nch to 2-inch at a lin f adjacent to the beginning and ending points or intermediate transverse items. This butt joint -when overlayed -will consist of an asphalt section that will transition the new overlay to match the existin k pavement elevation. The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over th~ bump. I Measurement and Payment: Butt joints, as described above, will be measured by the unit of each butt joint milled. The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid, per eac , shall be full compensation for all milling, including material haul-off, tools, labor, equipment and incidentals necessary to complete the required work . PAY ITEM NO. 26 -2-Inch Surface Milling: This item shall consist of milling the existing pavement at a depth of 2-inch. All applicabl l provisions of PAY ITEM NO. 24 -2-Inch to 0-Inch Wedge Milling Depth, 5-Ft Wide, shall apply. I SP-40 If the existing base is brick and cannot be surfaced milled , then the existing brick base shall be removed , under PAY ITEM NO . 20 -Unclassified Street Excavation, and replaced under PAY ITEM NO . 24 -HMAC Level Up , prior to placing H .M.A.C. surface course. See PAY ITEM NO. 20 -Unclassified Street Excavation, for further description of work. The unit price bid, per square y ard , shall be full compensation for all materials, labor, equipment and incidentals necess ary to complete the work. PAY ITEM NO. 27 ~ Crack Sealing of Existing Pavement: After completion of wedge milling of those streets designated as Mill Overlay (MOL), on the street list in the back of this contract document book, the Contractor shall seal ex isting cracks Y-i inch and greater, by using cold poured crack sealer Pol ymer Modified Asphalt Emulsion Crack Sealer, as directed by the Engineer . TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets , and Bridges" Item Nos . 300 "Asphalts, Oils , and Emulsions", shall apply. The inside of the cracks shall be cleaned with an air compressor or approved equipment, prior to sealing. Sealant shall be applied with a rubber "V" shaped squeegee where applicable. Provide adequate traffic control during set up and cure time of sealant. The unit price bid , per linear foot , shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work . PAY-ITEM NO. 28 ~ 2-Inch HMAC Surface Course Type "D" Mix: All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets , and Bridges" Item Nos. 300 "Asphalts, Oils , and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense--Graded Hot-Mix Asphalt (Method)" (referenced) shall govern work. The following amendments to the abo ve TxDOT's specifications shall govern, take precedence and shall include : Item No. 340 "Dense--Graded Hot-Mix Asphalt (Method)" (referenced): SP-41 • Under Item 340.2, Materials, A. Aggregates: 1. The surface aggregate classification (SAC) shall be Class B . 2 . The Contractor shall perform the Los Angeles abrasion, magnesium sulfate soundness , Micro-Deval and all other aggregate quality tests listed in Table 1. 3. RAP will not be allowed, for use , in surface course Type "D " mix . • Under Item 340.2, Materials, D. Asphalt Binder: Furnish performance-graded PG 64-22 for H .M.A.C. surface course, level up anti pavement/base repair or replacement. • Under Item 340.4, Construction , The City of Fort Worth, Texas, will perform quality assurance tests and checks on t e paving project materials during construction , to ensure compliance with the specifications and approved mixture design. The sampling and testing of the materials shall be made at the expense of the City. In t e event the sampling and testing does not comply with the specifications, all subsequent testing of the material , in order to determine if the material is acceptable , shall be fumishellcl and paid by the contractor, as directed by the Engineer. Samples will be taken for determination of asphalt content, aggregate gradation, maximum theoretical specific gravity as determined by the Engineer. For each hot mix asphalt surface course placed , nuclear gauge in-place density testing will be performed at each 300-ft station. For each hot mix asphalt surf ace course placed, cores will be obtained to determine J I place density and thickness . The cores will be taken at the maximum interval of 300-ft (to coincide with field density locations). • Under Item 340.4, Construction, A. Mixture Design: The contractor shall furnish mixture design of the proposed hot mix asphalt, at or before the pre-construction meeting. The Contractor shall submit to the Engineer a mixture desigh prepared by an AASHTO accredited laboratory, for the materials to be used in the project. Using the typical weight design example in Tex-204-F, Part I, the mixturl design shall meet the requirements contained in Tables 1 through Table 5 of Item 34 d . SP-42 The Indirect Tensile-Dry (Tex-226-F) and the Hamburg Wheel-tracking (Tex-242-F) tests shall be waived . The mixture design report must be certified and signed by a Level II Specialist and submitted on TxDOT's software forms. The Engineer may verify the mixture design at optimum asphalt content. • Under Item 340.4, Construction, B. Job-Mix Formula Approval: The Contractor will perform the Boil Test (Tex-530-C). • Under Item 340.4, Construction, J. Ride Quality: The Ride Quality Surface Type A test (IO-foot straight edge) shall be measured. • Under Item 340 .5 Measurement: Hot mix will be measured by the square yard of the composite hot mix, which includes asphalt, aggregate and additives. • Under Item 340.6 Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement", will be paid for at the unit price bid, per ~quare yard, for "Dense-Graded Hot Mix Asphalt (Method)". PAY ITEM NO. 29 ~ Remove and Replace 30-Ft HMAC Speed Cushion w/stripping Pay items No. 29 shall include the removal of existing Speed Cushions, and installing new standard H.M.A.C Speed Cushions according to the plan and profile as shown on the detail sheet. All excavated material shall be hauled off site the same day as excavated, to an approved dumpsite. Contractor shall notify the Construction Engineer 72 hours prior to installing any speed cushions. Contractor shall install speed cushion's pavement markings. If the roadway is damaged during existing marker removal, the work shall be temporarily halted until consultation with the Construction Engineer . The pavement shall be repaired prior to new HMAC overlay. SP-43 MATERIALS AND QUALITY REQUIREMENTS: I . Speed Cushions : The speed cushions shall consist of H.M.A.C . Type "D" surface course (PG 64-22) with tack co f t (SS-1) and compacted with vibratory hand roller . All applicable provisions of TxDOTjs "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), an b 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) shall apply. Kraft brown paper L 36 inch wide 40-lb paper shall be used to keep curb & gutter clean. 2. Pavement Markings: Raised Pavement Markings: All materials used shall be pre-approved prior to placement. The brand name and specifications of the materials shall be included in the submittal for approval. The approved materials must + used throughout the duration of the contract. In the event that substitute materials need to be used, they must be equal to or exceed the quality of those currently in use, and be approved th le Construction Engineer. All markers shall be 4 inch and be installed with epoxy ; bituminous adhesive is not approved. A chalk line, chain, or equivalent shall be used during layout to insure that individual marke l are properly aligned . All markers shall be placed uniformly along the line to achieve a smooth continuous appearance . Preformed Pavement Markings: All materials used under this agreement shall be pre-approved prior to awarding of the bi Materials used shall meet TXDOT specifications Item 666 Type II. The approved materials must be used throughout the duration of the bid. In the event that substitute materials need th be used, they must be equal to or exceed the quality of those currently in use , and be approved by Construction Engineer. All material must be equal to or exceed the following: Pre Mark brand Hot Tape which is manufactured by Stimsonite. Stamark A420, which is manufactured by 3M. SP-44 Stamark A380, which is manufactured by 3M. All applications shall be in strict compliance with all manufacturer recommendations. Surface Preparation and Application of Pavement Markings: Roadway surface shall be clean, dry and free from dirt, grease, and other forms of contamination. All surfaces must be air blasted prior to application of paint. Surface preparation and application shall be in strict compliance with manufacturer recommendations. Equipment and methods used for surface preparation shall not damage the pavement or present a hazard to motorists. Installation of Pavement Markings: Contractor's personnel shall be knowledgeable and sufficiently skilled in the installation of raised pavement markings and preformed pavement markings. Markings that are not properly applied due to faulty application methods or defective product, and markings, which are placed in the wrong position OF alignment, shall be removed and replaced by the contractor at the contractor's expense. If the mistake is such that it would be confusing or hazardous to motorists it shall be remedied the same day of notification. Notification will be made by phone and confirmed by fax . Other mistakes shall be remedied within five days of written notification. Traffic Control of Pavement Markings: When markings are applied on roadways open to traffic, care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, flaggers, etc. Work shall be performed with as little disruption to traffic as possible, and freshly applied markings shall be protected from traffic damage and disfigurement. 3. Measurement and Payment: The unit price bid, per each, shall be full compensation for removal of existing pavement markings, H.M.A.C. Type "D" surface course, tack coat (SS-1), vibratory hand roller, surface preparation, preformed and raised pavement markings, kraft brown paper -36 inch wide 40-lb SP-45 paper to keep curb & gutter clean, and all materials, labor, equipment and incidentals necessary to complete the work. The unit price per bid, per each, will be full compensation for all labor, equipment, materi a l, tools , and all incidentals necessary to complete the work. PAY ITEM NO. 30 -Water Valve Box Adjustment With Steel Riser: This item shall include adjusting the tops of existing water valves with steel risers manufactured b~ American Highway Products or approved equal by the construction engineer to match proposed grade, steel water valves risers shall be placed at the time of paving . Specifications and details of steel water valve riser (included at the end of this document), a d Standard Specification Item No. 450 "Adjusting Manholes, shall apply except as herein modified. Contractor will be responsible for adjusting water valve boxes to match new pavement grade, the water valves themselves will be adjusted by City of Fort Worth Water Department. Prior to the 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 Contractdr replacements for broken valve boxes. The contractor shall replace the valve boxes, which a+ damaged during construction at no cost to the City. Failure of the contractor to perform th is inventory will place the total burden ofreplacement of any broken valve box on the contractor. I The unit price bid , per each, will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 31 -Water Valve Box Adjustment With Concrete Collar: This item shall include adjusting the tops of existing water valves with concrete collars to mate proposed grade as shown on the detail at the back of this document or as directed by the Engineer. The concrete collar will be used on! in case the steel rin riser CAN NOT be used as determined b the Engineer . SP-46 Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. Contractor will be responsible for adjusting water valve boxes to match new pavement grade, the water valves themselves will be adjusted by the City of Fort Worth Water Department. Prior to the beginning of work, the Contractor shall make an inventory of the condition of existing water valve boxes. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve boxes. The contractor shall replace the valve boxes , which are damaged during construction at no cost to the City. Failure of the contractor to perform this inventory will place the total burden of replacement of any broken valve box on the contractor. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) days. Work shall be completed within seven (7) calendar days after completing the laying of proposed H.M.A.C., and street shall be open to traffic within ten (I 0) calendar days . If the contractor fails to complete the work and within seven (7) calendar days, $100 dollars liquidated damage will be assessed per each water valve box per day. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing Valves. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve covers. The contractor shall replace the valve covers which are damaged during construction at no cost to the City. Failure of the contractor to perform this inventory will place the total burden of replacement of any broken frame and cover on the contractor. The pre bid unit price , per each, will be full compensation for all labor, materials , equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 32 -Water Meter Box Adiustment: This item only applies when the adjacent curb and gutter has been removed and replaced and has been authorized by the assigned inspector. The adjustment shall include raising or lowering the existing water meter box to the proper grade. The pre bid unit price, per each, will be full compensation for all labor, materials, equipment, tools , and incidentals necessary to complete the work. SP-47 PAY ITEM NO. 33-Manhole Adjustment With Steel Riser: This item shall include adjusting the tops of existing manhole w ith steel risers manufactured by American Highway Products or approved equal by the construction engineer to match proposed grade , the steel manhole risers shall be placed at the time of paving. Specifications and details of steel manhole riser (included at the end of this document), and Standartl Specification Item No. 450 "Adjusting Manholes , shall apply except as herein modified. Prior to the 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 fi r 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 th b total burden of replacement of any broken frame and cover on the contractor. Should the contractor identify any utility manholes other than those owned by the City of Fort Worth , TX, the contactor is encouraged to contact the owner and arrange the adjustment of th b manhole cover. Payment for the work will be made by the individual Franchise Utility Compan., 1 . The contractor is not entitled to any additional compensation or renegotiation with the City associated with the construction of this work. The unit price bid, per each, will be full compensation for all labor, materials , equipment, tools, an incidentals necessary to complete the work. PAY ITEM NO. 34 -Manhole Adjustment With Concrete Collar: This item shall include adjusting the tops of existing manhole with concrete collars to match proposed grade as shown on the detail at the back of this document or as directed by the Engineer. The concrete collar will be used on! in case the steel rin riser CAN NOT be used as determined b the Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. SP-48 The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) days. Work shall be completed within seven (7) calendar days after completing the laying of proposed H.M.A.C., and the street shall be open to traffic within ten (10) calendar days. If the contractor fails to complete the work and within seven (7) calendar days, $100 dollars liquidated damage will be assessed per each per day. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City. Failure of the contractor to perform this inventory will ptace the total burden of replacement of any broken frame and cover on the contractor. Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections, as per current City Water Department Special Conditions. Should the contractor identify any utility manholes other than those owned by the City of Fort Worth, TX, the contactor is encouraged to contact the owner and arrange the adjustment of the manhole cover. Payment for the work will be made by the individual Franchise Utility Company. The contractor is not entitled to any additional compensation or renegotiation with the City associated with the construction of this work. The unit price bid, per each, will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO. 35 ~ Painting House Curb Address: This item shall include painting of house addresses on curb or driveway radiuses that are removed and replaced in this contract • All materials shall be of recent product, and suitable for its intended purpose. • Surface preparation and application shall be in strict compliance with manufacturer's recommendations. • The paint shall NOT be applied if the new concrete curb has aged less than a minimum of 28 days, and if weather condition may harm or damage the finish surface. SP-49 • The background paint shall be equal to or exceed #5160 White Latex Striping paint manufactured by K wal Paint or approved equal. I • The letters paint shall be equal to or exceed #6306 Black Latex Exterior paint manufactured by K wal Paint or approved equal. • The minimum size for the background shall be 6" high x 16" long, and the minimum size for e letters shall be 4" high. I The unit price bid, per each, will be full compensation for all labor, material, tools , and incidentals necessary to complete the work. PAY ITEM NO. 36 ~ Grass Sod Replacement: This Pay item shall consist of the replacements of a like grass sod that was removed under this contract due to the removal and replacement of driveways, wheelchair ramps, and curb and gutters las determined by the Engineer. All materials shall be of recent production, and suitable for there intended purpose. Sod Products Specifications: • Sod shall consist of live and growing grass. • Grass shall have a healthy, virile root system of dense, thickly matted roots throughout an approximately one-( 1) inch minimum thickness of native soil attached to the roots. • Sod will be free from obnoxious weeds or other grasses and be free from any deleterious ma er that might hinder the growth of the grass. ' • Sod material must be kept moist from the time it is dug until planted. Sod Installation Specifications: • The area to be sodded shall be determined by the City. • The sodded area shall be smoothed down . • The sodded area shall be thoroughly watered immediately after it is planted . The unit price bid, per square yard, will be full compensation for all labor, material, tools, and incidentals necessary to complete the work. I SP-50 PAY-ITEM NO. 37 -Mobilizations: This item shall compensate the Contractor to mobilize personnel, equipment, supplies, and material to start the work on the requested streets. Contractor will be paid one mobilization per request. Each request will consist of one or several streets. Moving of the equipment, labor, and material from one street to other within a request will not be considered as a separate mobilization. Mobilization shall take place within the 72 hours of the notice given by the Engineer or his designated representatives. The unit price per bid, per each, will be full compensation for all labor, equipment, material, tools and all incidentals necessary to complete the work. END OF SECTION SP-51 NOTE: THIS SPECIFICATION HAS BEEN MODIFIED TO DELETE NON- APPLICABLE ITEMS FOR USE AS A GUIDE SPECIFiCATION FOR CITY STREETS.· Item 360 CONCRETE PAVEMENT 300.1. Description. Construct Portland cement concrete pavement with or without curbs on the concrete pavement. 300.2. Materials. A. Portland Cement Concrete. Provide Portland cement concrete to meet a minimum compressive strength of 3,000 psi at 28 days; unless shown otherwise in the confrabt documents. Use Class A concrete for curbs that are placed separately from the pavement. Provide concrete that is workable and cohesive, possesses satisfa9tory finishing qualities, and conforms to the mix design and mix design slump. B. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement. Provide approved positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during p·aving. Provide corrosion protection when shown on the plans. 1. Dowels. Provide Grade 60 smooth, straight dow~ls of the size shown Of) the plans, free of burrs or deformations. Goat dowels with _a thin film of grease or other approved de-bonding material. Provid~ dowel caps_ on the lubricated .end of each dowel bar used in an ~xpansion joint. Provide dowel, caps filled wit~ a. soft l compressible material with enough range of movement to allow complete closur of the expansion joint. · · 2. Tie a~irs. Provide straight defo~med steel tie bars. Provide either ·multiple-:piece tie bars or single-piece tie bars as shown on the plan_s: Provi9e multiple-piece tie bars composed of 2 pieces of deformed reinforcing steel With a coupling capable of developing a minim.um tensile strength of 125% of the design yierd strength of the deformed steel when tensile-tested in the assembled configurati9n. Provide a minimum length of 33 diameters of the deformed steel in each piece. C. Curing Materials. Provide Type 2 membrane curing compound conforming to DMS-4650, ·Portland Cement Concrete Curing Materials and Evaporation Retardants.• · D. Epoxy. Provi<;fe Type Ill epoxy in accordance with DMS-6100, "Epoxies and Adhesives," for installing all drilled-in reinforcing steel. E. Evaporation Retardant. Provide evaporation retardant conforming to DMS-4650, "Portland Cement Concrete Curing Materials and Evaporation Retardants.· F. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint-sealant materials and fillers unless otherwise shown on the plans or approved and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, • Joint Sealants and Fillers.· 300.3. Equipment. Furnish and maintain all equipment in good working condition. Use measuring, mixing, and delivery equipment conforming to the requirements of Item 421, ·Portland Cement Concrete." Obtain approval for other equipment used. · Q. ?-\ .f .. I - A. Placing, Consolidating, and Finishing Equipment. Provide approved .self- prope!Ied paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete pavement conformir:ig to plan line and grade. Prov/de an approved automatic grade control system on slip-forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. . Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycfes per minute. Provide enough hand-operated immersion vibrators for timely and proper consolidation of the concrete alo11g forms, at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment-mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. B. Forming Equipment. 1. Pavement Forms. Provide metal or wood side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the impact a,nd vibration of the operation without visible springing or settlement. Use 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 qf 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 Curb, Gu~er, 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 adjustabl~ so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length ancf width of the carpet to accommodate specific applications. Use an artificial grass-type carpet having a molded polyethylene pile face with a blade length of 5/8 in. to 1 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 c ring compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is indepenjdent of all other equipment when production rates are such that the first application of · membrane curing compound cannot be accomplished immediately after texturing and aft~r free moisture has disappeared. Hand-operated pressurized spraying j · equipment with atomizing nozzles may only be used on small or irregular areas or, when permitted, in emergencies due to equipment breakdown . F. Sawing Equipment. Provide power-driven concrete saws to saw the joints shawm on the plans. Provide standby power-driven concrete saws during concrete sawing operations. Provide adequate il[umination for nighttime sawing. G. Grinding Equipment. When required, provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades. Provide equipment with automatic grade control capable of grinding at least a 3-ft. width longitudinally in each pass without damaging the concrete. 300.4. Construction. Obtain approval for adjustments to plan grade-:-line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth, clean, compacted condition in . conformity .with the required section and established grade until the pavement concrete is· placed. Keep subgrade or base damp with water sufficiently in advance of placing pavement concrete. Adequately light the active work areas for all nighttime operations, if required. A. Reinforcing Steel and Joint Assemblies. Accurately place and secure in 'position all reinforcing steel as shown on the plans. Place dowels at mid-depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints . parallel to the pavement edge.: Tolerances for location and alignment of dowels will be shown on the plans. Stagger the longitudinal reinforcernent splice~ to avoi~ having more than 1/3 of the splices within a 2-ft. longitudinal length of each l13ne of the pavement. Use multiple-piece tie bars or drill and epoxy grout tie bars at longitudinal construction joints. 1. Manual Placement. Secure reinforcing bars at alternate intersections with wire ties or locking support chairs. Tie all splices with wire. 2 .. Mechanical Placement, If mechanical placement of reinforcement results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies, complete the work using manual methods. B. Joints. Install joints as shown on the plans. Clean and seal joints in accordance with Item 438, "Cleaning and Sealing Joints and Cracks (Rigid Pavement and Bridge Decks).D Repair excessive spalling of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to all traffic. When placing of concrete is stopped, install a rigid transverse bulkhead, accurately notched for the reinforcing steel and shaped accurately to the cross._ section of the pavement. 1. Placing Reinforcement at Joints. Where the plans require an assembly of parts at pavement joints, complete and place the assembly at the required location and elevation with all parts rigidly secured in the required position . Accurately notch joint materials for the reinforcing steel. CP-3 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 expans ion joints through the curb. Construct curb joints at all transverse pavement Joints . For. non-monolithic curbs, place reinforcing steel irito the p·lastic 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 middie and near each end. Tightry join and key form sections together. to prevent relative displacement. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 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 ttie required pavement thickness~ Promptly repair the form trench after use. Use flexible or curved wood or meta! f<:>rms for curves of 100-ft. radius or less. D. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to h~ve a slump of more than 5 in. Segregated concrete is subject to rejection. Place agitated concrete within 60.min. after batching. Place no _n-agtt~ted concrete within 45 min. after batching. In hot weather or under conditions caµ~ing quick setting of the concrete, times may be reduced by the Engineer. Time li!11itc1tions may be extended if the Contractor can demonstrate that the concrete can !J~ 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}Jear as possible to its final location, and minimize segregation and rehandling. Wh~r~; .... hand spreading is necessary, distribute concrete using shovels. Do not use rakes or vibrators to distribute concrete. 1. Pavement. Consolidate all concrete by approved mechanical vibrators operated on the front of the paving equipment. Use immersion-type vibrators that simultaneous ly consolidate the full width of the placement when r:n":lchine finishing. Keep vibrators from dislodging reinforcement. Use hand-operated . ~.: ~-.=.. .... :.:. vibrators to consolidate conCrete in areas not accessible to the machine-moL ted vibrators. Do not operate machine-mounted vibrators while t~e paving equip ~\ ent is stationary. · . . . 2. Temp_erature Restrictions. Place concrete that is between 40°F and 95°F at the time of discharge, except that concrete may be used if it was already in transit when the temperature was f9und to exceed the allowable maximum. Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95°F . Do 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 I temperature in the shade is above 35°F and rising or above 40°F. When temperatures warrant protection against freezing, protect the pavement with an approved insulating material capable of protecting the concrete for the speci~~d curing period. Submit for approval proposed measures to protect the concrete) from anticipated freezing weather for the first 72 hr. after placement. Repair 9nj replace all concrete damaged by freezing. F. Spreading and Finishing. Finish all concrete pavement with approved self- 1 propelled equipment. Use power-driven spreaders, power-driven vibrators, power- driven strike-off, and screed, or·approved alterf1ate equipment. Use the transverse finishing equipment to compact and strike off the cohcrete to the required section a.nd grade without surface voids. Use float equipment for final finishing. Use c<mc'rete with a consistency that allows completion of all finishing operations without additio ~ of water to the surface. Use the minimal amount of water fog mist necessary to · I maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry. · 1. Finished Surface. Perform sufficient checks with long-handled 10-ft. ~nd 15-ft. straightedges on the plastic concrete to ensure that the final surface js'within the tolerances specified in the contract documents. Check with the straighte~g~ parallel to the centerline. ·. I 2. Maintenance of Surface Moisture. Prevent surface drying of the pav~~ent · before application of the curing system. Accomplish this by fog application~ of evaporation retardant on the pavement surface. Apply evaporation retardant at . the rate recommended by the manufacturer. Reapply the evaporation retard~nt as needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. · · . .. 3. Surface Texturing. Perform surface texturing using a combination of a carpet drag and metal tining, if required by the contract documents. Complete final texturing before the concrete has att.~ined its initial set. Draw the carpet drag longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. Operate the metal-:-tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregu°Jar sections of pavements. Rep·air damage to· the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid .. 4. Small or lrregular Placements. Where machine placements and finishing of concrete pavement are not practical, use hand equipment and procedures that produce a consolidated and finis~ed pavement section to the line and grade. 5. Emergency Procedures. Use hand-operated equipment for applying texture, evaporation retardan~ and cure in the event of equipment breakdown. G. Curing. Keep the concrete pavement surface from drying by water fogging until the curing material has been applied. Maintain and promptly repair damage to curtng materials on exposed surfaces of concrere pavement continuously for at least 3 curing days. A curing day is defined as a 24-hr. period when either the temperature taken in the shade away from artificial heat is above 50°Ffor at least 19 hr. or when the surface temperature of the concrate ls maintained above 40°F for 24 hr. Curing begins when the concrete ·curing system has been applied. Stop concrete paving if curing eompound is not being applied promptly and maintained adequately. Other methods of curing in accordance with Hem 420, •eoncrefa structures,• may be used · when specitled or approved. 1. Membrane Curing. After texturing and immediately after the free surface moisture has disappea19d, spray the concrete surface unlfonnly with 2 coats of membrane curing compound at an incfividual application rate of not more than 180 sq. ft. per galfon. Apply the first coat within 1 O min. after completing texturing operations. Appry the second coat within 30 min. after completing texturing operations. Before and during appllcatfon. rnaihtain curing compounds In a unfformly agitated condition, free of settlement. Do not thin or dilute the curing compound. Where 1he coating shows discontinuities or other defeets or if rain falls on the newly coated surface before the film has dried enough to r8$hlt damage, apply · additional compound at the same rate of coverage to correct the damage. l:nsure that the curing compound coats the sf des 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 condfflons. Some minor raveling of the saw cut is acceptabre. Use a chalk line, string &ne, sawing template, or other approved method to provide a true joint afignmem. Provfde enough saws to match the pavlng production rate to ensure · sawing cotn~fetion at the earliest possible time to avoid unconitolfed 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. Protection of Pavement and Opening to Traffic. Testing for early opening is the responsjbifrty of the Contractor regardless of Job-control testing responsibilities unless otherwise shown in the plans or directed. Testing result interpretation for opening to traffic is subject to the approval of the Engineer. 1. Profaclion of Pavement. Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly· p(aced pavement for the periods BPt,Jcified. Before opening to traffic, protect the pavement from damag~ due to crossings using approved methods. Maintain an adequate _ supply of sheeting or other materlaJ 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 opening to traffic., dean pavement. place stable material against the pavement edges, seal joints, and perform all other traffic safety related work. ' ' HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Ooerator Asphalt Pavina Machine Operator Asphalt Raker Asphalt Shoveler Batch ing Plant Weigher Broom or Sweeper Operator Bulldozer Operator Caroenter Concrete Finisher, Pav ing; Concrete Finisher, Structures Concrete Paving; Curb ina Machine Operator Concrete Paving Finishing Mach ine Ot>erator Concrete Pavina Joint Sealer Operator Concrete paving Saw Ot>erator Concrete Pavina Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe Derrick, Draltline, Shovel Operator Electrician Flauer Form Builder/Setter, Structures Form Setter. Pavina & Curb Foundation Drill Ooerator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Ooerator Laborer, Common Laborer Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rou2h Oiler Painter, Structures Pavement Markina Machine Ooerator Pipelayer Reinforcing; Steel Setter, Pavina. Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator Steel Wheel, Flat Wheelrrampinit Roller Ot>erator Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form 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 Simde Axle , Li2ht Truck Driver Tandem Axle Semi-Trailer Truck Driver, Transit-Mix Waion Drill Borin2 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 .12 $ 8.43 $11.63 $11.83 $13 .67 $16.30 $12.62 $ 9.18 $10.65 $16.97 $11.83 $11.58 $15 .20 $14.50 $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 S 11.47 $10.91 $11.75 $12 .08 $14 .00 $13 .57 $10 .09 / VENDOR COMPLIANCE TO ST ATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that , in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements , supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a non-resident bidder in order to obtain a comparable contract in . the State in which the non-resident 's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non- resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A . Non-resident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Non-resident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. D Bidder: Company By: (Please print) Address Signature City State Zip Title (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION ; i • VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to t ~e award of contracts to nonres ident bidders. This law provides that, in order to ll>e awarded a contract as low bidder, nonresident bidders (out-of-state contractd rs whose corporate offices or principal place of business are outside .of the State of Texas) bid projects for construction, improvements , supplies or services in Texas lat an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specification 1 s. The failure of out-of-state or nonresident contractors to do so will automaticallly disqualify that bidder. Resident bidders must check the box in Section 8. A. Nonresident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached . Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. 8. Our principal place of business or corporate offices are in the State of Texas. BIDDER: JL-B C0f4TRACTING, LLC Company ?o. B ox~t//3 I Address FoRZ ho12r/l, TX 7~/Ztj City/State/Zip ' By: 1n mes <!z. dut'f>J1~1;-y' (Please print) / Signature:~ h ~I Title: tiG.51 OblV-C (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION 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 c ·ty of Fort Worth Project No. 01385 . STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR JLB Contracting, LP. By:~./d~ Name: James G. Humphrey, President of Tit1e : JLB CONTRACTING , LLC Date : J -S"-/0 Be ore me, the undersigned authority , on this day personally appearj d :J' . '/JI» P ll..t-, known to me to be the person whose name is subscribed to tne foregoing instrume t , and acknowledged to me that he executed the same as the act and deed of . JLJ3 G~NT ~@JJ~~~ . for the purposes and considerati 6 n therein expresse an 1n t ein stated. EQUIPMENT SCHEDULE List of Equipment owned by Bidder that is in serviceable condi ion and available for use: \ Portions of work Bidder proposes to sublet in case of Award J Contracts including amount and type: 1 \ EXPERIENCE RECORD 1st o pro1ects your orgamzat1on h as success full I t d 1y comp e e 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 Bond No. _7"""2'""4-'-44.;...__-,-- PERFORMANCE BOND THE ST A TE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT § That we (I) JLB Contracting, LLC as Principal herein , and (2) Westfield Insurance Com an , a corporation organized under the laws of the State of (3) Ohio and who is authorized to issue surety bo pds in the State of Texas, Surety herein , are held and firmly bound unto the City of Fort Worth , a municipal corpora~ion located in Tarrant and Denton Counties , Texas, Obligee herein , in the sum of: One Million, Seven Hundred Seventy-five Thousand, Seven Hundred Ten and No/100 ................................. . ($1,775,710.00) Dollars for the payment of which sum we bind ourselve s, our heir s, executors , administrat~rs , successors and assigns , jointly and severally, firmly by these presents . WHEREAS , Principal ha s entered into a certain contract with the Obligee dated the 23rd of March 2010 a copy of which is hereto attached and made a part hereof for all purposes , for the construction of: Hot Mix Asphaltic Concrete Surface Overlay 2009-19 at Twenty-eight Locations 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 h Id 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, t~en this obligation shall be void ; otherwise, to remain in full force and effect. Bond No. 72444 ------ PROVIDED, HOW EVER, 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 statue, to the same extent as if it were copied at len gth herein . IN WITNESS WHEREOF , the duly authorized repre se ntative s of the Principal and the Surety have executed this instrument. SIGNED and SEALED thi s 3rd day of May , 2010. (SEAL) Witness as to Principal ?o /30 X g'i./ B /,&RT !otJJ!l?I, TX 7t!2J/ Address ' ATTEST: (Surety) Secretary (SEAL) ~~fAJ ~ Witness ~rety Elizabethy P.O. Box 8720, Fort Worth, Texas 76124 (Address) JLB Contracting, LLC PRINCIPAL (4) BY:~~~ Title: James G. Humphrey, President PO BOX 24131 Fort Worth TX 76124 (Address) Westfield Insurance Company Surety -in-fact) (5) Ky e Attorney-in-Fact 555 Republic Drive, Suite 450 Plano Texas 75074 (Address) NOTE: Date of Bond must not be prior to date of Contract (I) Correct name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated . n addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-· - Fact. The date of bond shall not be prior to date of Contract. .· ...... ·------...... IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P.O. Box 149104 Austin, Texas 78714-9104 Fax# (512) 475-1771 PREMIUM OR CLAIM DISPUTES The address of the surety company making this bond to which any notice of claim should be sent may be obtained by calling the Texas Department of Insurance at the above number. Should you have a dispute concerning your premium or about a claim, you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached document. This notice is given to comply with Section 2253.048, Texa~ Government Code and Section 53.202, Texas Property Code effective SeptembeJ 1, 2001. Bond No. ___;_;72=...;4:....o4...:..4 __ _ PAYMENT BOND THE ST ATE OF TEXAS § § § KNOW ALL MEN BY THESE PRESENTS : COUNTY OF TARRANT That we , (I) JLB Contracting, LLC as Principal herein, and (2) Westfield Insurance Company , a corporation organized and existing under the laws of the State of (3) Ohio , as surety , are held and firmly bo:und unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties, Texas , Obligee herein , in the amount of One Million, Seven Hundred Seventy-five Thousand, Seven Hundred Ten & No/100 ................... .. Dollars ($1,775,710.00) 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 23rd of __ M:.c.=a=--=r-=c.,_,h ____ , 2010, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length , for the following project: Hot Mix Asphaltic Concrete Surface Overlay 2009-19 at Twenty-eight Locations 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 Cod I, as amended) supplying labor and materials in the prosecution of the work under the contract, then this obligation shall be void; other wise, to remain in full force and effect. I 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 sl id statue, to the same extent as if it were copied at length herein. I IN WITNESS WHEREOF, the duly authorized representatives of the Principal and Surety have executed this instrument. SIGNED AND SEALED this -----=-3r_d_ day of_...:M=a.._y _____ , 2010. ATTEST : Secretary (SEAL) NOTE: Bond No. _7_2_4_44 __ __ JLB Contracting, LLC PRINCIPAL By: ct~ ,0 ~ Name: James G. Humphrey Title: President Address : PO BOX 24131 Fort Worth, TX 76124 Westfield Insurance Company SURETY ::me. Attorney in Fact Address: 555 Republic Drive, Suite 450 Plano, Texas 75074 Telephone Number: ...a.9-'-7=2-....aa5...aal..;;;.6-"""2'""'6..;;;.00=-------- (I) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. . . ' . ' ', .... . ...:~§ . ._ .... ----~ ., Bond No. _7'-"2:....:4....:.44-=----+- MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § That JLB Contracting, LLC (Contractor), as principal , and Westfield Insurance Company ___ , a corporation organized under the laws of the State of_O:;..;:::h=io'--_______ ,(S urety), do +reby held and bound to pay unto the City of Fort Worth, a Mun ·'cipal acknowledge themselves to be Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of One Million, Seven Hundred Seventy-five Thousand, Seven Hundred ~en & I No/100 ................................................................................................................... Dollars ($1,775,710.00) lawful money of the United States, for payment of which sum well and truly be I ade unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs , executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however; that, WHEREAS, said Contractor has this day entered into a written Contract with the City 01 Fort Worth, dated the 23rd of March , 2010 copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Hot Mix Asphaltic Concrete Surface Overlay 2009-19 at Twenty-eight Locations the same being referred to herein and in said contract as the Work and being designated as p oject number(s) City Project No. 01385 and said contract, including all of the specifications, condi ions , addenda, change orders and written instruments referred to therein as Contract Documents . eing incorporated herein and made a part hereof, and , WHEREAS , in said Contract, Contractor binds itself to use such materials and to so constr ct the work that it will remain in good repair and condition for and during a period of Two (2) Years a 1er the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work m good repa1r and condition for said term of Two (2) Years ; and, WHEREAS , said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period , if in the opinion of the Director of the City of Fort Wo h Department of Engineering, it be necessary; and, Bond No. --'-'72=-4:....:4'""'4 __ ...._ WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided . NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain , repa1r or reconstruct said Work in accordance with all the terms and conditions of aid Contract, these presents shall be null and void , and have no force or effect. Otherwise, his 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 one of w ich shall be deemed an original , this ___ 3_r_d_ day of ..... M .... a~Y~--~· A.O. 2010. ATTEST: ¥~ Sec etary ATTEST: JLB Contracting, LLC Contractor By:~~~ Name : James G. Humphrey Title: President Westfield Insurance Company Surety B~~ Nam;; Title: Attorney-in-Fact 555 Republic Drive, Suite 450 Plano, Texas 75074 Address -·---........... ·---.... --·· ...... THIS POWER OF ATTORNEY SUP ERC EDES ANY PREV I OUS POWER BEARING THIS SAME POWER # AND I SSUED PRIOR TO 09/09/09, FOR ANY PERSON OR PER SONS NAMED B ELOW. POWER NO . 422J 2 06 Westfield lnsuran de Co. General Power of Attorney CERTI FI ED COPY Westfield National lnsuran 9e Co . Ohio Farmers Insurance Co. Westfield Center, O h io Know All Men by Th ese Presents, That WE STFIELD INSURANCE COMPANY , WESTFIELD NATIONAL INSURANCE COMPANY and OH IO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a ·company· and collectively as ·companies : duly organized and existing under the la w s of the State of Ohio, and having its principal office in We s tfield Center, Medina County, Ohio, do by these presents make, constitute and appoi nt CHARLES D. SWEEN EY, MICHAEL A . SWEENEY, KYL E W . SW EE NEY , JENNI FER R. MARSH , JOIN TLY OR SE VERALLY of FORT W ORTH and State of TX it s true and lawful Att o rney(s)-i n-Fa ct , with full power and authority hereby co nferred i? its name, place and stead , to execute, ack nowledge and deliver any a nd all bond s, rec ogni z ances, undertakings , or other instruments or contra cts of suretyship--- - - - - - - ---------------- ---------------------------------L --- LIMITATI ON : THIS POWER OF ATTORNEY CANNOT BE USE D TO EXECU T E NOTE GUARANTEE , MORTGAGE DEFICIENCY, ORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS . and to bind any of the Companies thereby as fully and to the same extent a s if s uch bonds were s igned by the President , sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s )-in -Fac~ may do in the premises. Said appointment is made under and by authority of the follow ing resolution adopted by the Board of Directors of each of the W ESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE CO M PANY and OHIO FARMERS INSURANCE COMPANY: I "Be It Resolved, that the President , any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Exe utive sh all be and is hereby vested with full power and authority to appoint any one or more suitable pers ons as Attorney(s)-in -Fact to repres ent and act for and on beha lf of the Company subject to the following provis ion s: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, ack no ledge and deli v er, any and all bonds , recognizances , contracts, agreements of indemnity and other conditional or obligatory undertak ings and any and all notices and documents canceling or terminating the Company's liability thereunder , and any such instruments s o executed by l any such Attorney-in-Fact shall be as binding upon the Company as i f signed by the President and sealed and attested by the Corporate Sec retary.· "Be it Further Resolved, that the signature of any such desi gnated person and the seal of the Company heretofore or hereafter affixed to any pow er of attorney or any certificate relating thereto by fa cs imile, and any power of attorney or certificate bearing facsimile signatures d r facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it i s attached ." (Each adopted at a meeting held o n February 8 , 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FAR M ERS I SURANCE COMPA NY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 09th day of SEPTEMBER A.D., 2009 . , ................ _ Corporate ,,. •• ~~UR.(~...,,.,. S eals ,~~ ~.--······-"~··\ Affixed};;'/ _. "··Ct\ !~!sr!.xt \0 l t ~t u.tU.. i~ ~ ~' '},.} ,~·· .•. ,_ ./~ . .,, '··::;/-., '· State of Ohio ' County of Medina ss .: WE ST FI EL D I NS URAN C E COMPANY WES TFI EL D NATIONAL INSURAN C E COMPANY O H IO FARMERS I NSURANC E COMPANY By : Rich ard L. Kinnaird , Jr., Senior Executive On this 09th day of S EPTEMBER A.D., 2009 , before me personally came Ri chard L. K inn ai rd , Jr . to me known, w ho, bei ng by me duly sworn, did depose and say, that he resides in Medina , Ohio ; that he is Senior Exe cu t iv e of WESTFIELD I NSURANCE COMPANY, wiESTFIELD NATIONAL INSUR A NCE COMPANY and OHIO FARMERS INSURANCE COMP A NY , the companies described in and which executed the abo ve instrument: that he knows the sea ls of said Companies ; that the seals affixed to said instrument are such corporate seals ; that they were lso affixed by order of t he Boards of Directors of sa id Companies ; and that he signed h is name thereto by li ke order. ~ Seal ,,,, ~ \ A l ...... • Notarial ,, .......... -..,,., ~ ., , Affi xed (!;~~!Jz/)~ I 2-c _ • , -• William J. Kaheli n, A rney at La w , Notary Public State of Ohio \.111>-, 1:/,o My Comm1ss1on Does Not Expi re (Sec. 147 .03 Ohio Revi sed Code) County of Medina ss .. ·-. '<l 'J--0 -.?--•• •• --••• €: o f •••• I I, Frnnk A . Ca,,;no, S&ceta,y .::::;:·::D INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURA NCE CO M PANY, _do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by s aid Compan ies, w hich 1s still 1n full force and effect; and furthermore, the resolutions of the Boards of Di rectors , set out in the Power of Attorney are in full force and effect. · I , jn Witness WhereoJ,01 l).a ve hereunto set my hand and affixed the seal s of s aid Companies a t Wes tfi e ld c e·nt~r , Ohio, thi s 3rd day of May A .D., 2 Iu . ; ............ ,.,, .. .., •• \UR.( ""' I .,,_ ,v.,,,-•,.,.llcA•,,, ~ ,. .. , ... J .. '!I l -" .. () ... ,..,, \c:,\ i Si s~.xt 1~1 : ... : .c...M.L. : ""J '~'. JJ,. \'t"•,. ,_ /~ -:.._ ,............ ,-1 '·~ BPOAC2 (comb i ned) (06 -02) . .. -:-;..;:isii;-;~,,.,, ~-·~····"~-~-,.,. ~~-·· -··.'<"~ f ~!t'AdTERtfi~'b \ :o : :~: \%'·, 1848 /~J ~ •• .......... ·.""i f' -:..,,,,, ······· .............. .. ,,,,, . .-........... ... ;;::Jc II // , ~ Frank A . Carri n /. .Jecret~~ Se~"ry ' ·' ..,,. .................. -"' IMPORTANT If the certificate holder is an ADDITIONAL INSURED , the policy(ies) must be endorsed. A statement on this ce rtificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED , subject to the terms and conditions of the policy , certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmative ly or negatively amend, extend or alter the coverage afforded by the policies listed thereon . A CORD 25 (2009 /01 ) THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This agreement made and entered into this the 23rd day of March A.D ., 2010, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existi~g under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day I of December, A .D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, JLB ContractiJg, LLC , HEREINAFTER CALLED Contractor. WITNESS ETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be maae and performed by the Owner, and under the conditions expressed in the bond bearing even date herewi h, the said Contractor hereby agrees with the said Owner to commence and complete the construction 6 f certain improvements described as follows: HotMix Asphaltic Concrete Surface Overlay 2009-19 at Twenty Eight Locations 2 . That the work herein contemplated shall consist of furnishing as an independent contractor l 11 labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department bf Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents a ~e hereto attached and made a part of this contract the same as if written herein. I 3. I The Contractor hereby agrees and binds himself to commence the construction of said wo k within ten ( 10) days after being notified in writing to do so by the Department of Engineering of the Ci of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after t e commencement thereof and to fully complete and finish the same ready for the inspection and approval f the Department of Engineering of the City of Fort Worth and the City Council of e City.,o~i'ffl'f""\~c1ttt1'h--. within a period of 240 calendar days. OFFICIAL RECO O CITY SECRETA Y FT. WORTH, T 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 Gendr at Conditions , there shall be deducted from any monies due or which may thereafter become due him , t he sum of $420 Per working day, not as a penalty but as liquidated damages, the Contractor and his Sur~ty 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 o 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 sur!ty to take over the work and complete same in accordance with the Contract Documents or to take charge lof and complete the work in such a manner as it may deem proper, and if in the completion thereof, the c0st 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 it s Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the project site for Contractor 's sole negligence . In addition , Contractor covenants and agrees to indemni fy , hold harmless and defend , at its own expense, the Owner, its officers, servants and employees, from a hd against any and all claims or suits for property loss , property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contract r, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniu Ay, 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 indemni ~fy and hold harmless the Owner from and against any and all injuries to Owner's officers, servants a!d employees and an y damage , loss or destruction to property of the Owner arising from the performance lof any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referrJ d to the insurance carrier. I 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 a s a result of work performJ d 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 faithf~I performance of the terms and stipulations of the Contract and for the pay ment to all claimants for labdr and/or materials furnished in the prosecution of the work, such bonds being as provi th!: Texas Government Code Section 2253 , as amended , in the form included in the C RD CITY SECRE ~RY FT. WORTH TX 1 L--------t"""-_J and such bonds shall be for 100 percent (100%) of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of L aforesaid work, and for all additions thereto or deductions therefrom , the price shown on the Propo1 al submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receip of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates nYa, shall be One Million Seven Hundred Seventy-five Thousand Seven Hundred Ten ahd no/100 .................................................................................................................... Dollars, ($1,775,710.00). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not pe sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parj s hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws 6 f the State of Texas with references to and governing all matters affecting this Contract, and the Contractbr agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~ 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 is duly authorized officers in ~ counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the 23rd day of March, A.D ., 2010. OFFICIAL RECO~D CITY SECRETA FT.WORTH,T I APPROVAL RECOMMENDED: ?cl~ WILLIAM AVE ~P.. DIRECTOR, DEPARTMENT OF TRANSPORTATION/PUBLIC WORKS ATTEST: JLB Contracting, LLC PO Box24131 Fort Worth, TX 76124 CONTRACTOR BY: c:,~~/~- James ~ Humph~ President of D-OONTRACTING, LLC PtJ l!Jox ,t, 1/ 13 I hlt1t<Jt;A:Tll1 7X 7(p IZ<j ADDRESS November 1960 Revised May 1986 Revised September 1992 Revised March 2006 CITY OF FORT WORTH FERNANDO COSTA, ASST CITY MANAGER Contract Authorizat i o a 3\~~\\'o Date CITY SECRETARY (SE AL) APPROVED AS TO FORM A LEGALITY : ASST. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Project Name: HMAC Surface Overlay ( _____ ) DOE Project Number: ___ _ Mapsco Location: ____ _ Street Maintenance Work Notid e As part of the City of Fort Worth's Street Maintenance Program , ______ ....,I __ has been contracted to repair your street. During the maintenance work , there will r.e a brief time that you may not have access to your residence or business . On the ©ays specified below, vehicles can not be parked on the street. Also, please turn off your sprinkler adjacent to the street. I If you have any questions or concerns, please contact contractor _______ l~- at . If we are not able to resolve your concern to your satisfaction, you may also co ~tact City of Fort Worth Inspector at , Mon di ay- Friday between 7:30 a.m . and 4 :30 p.m. After 4 :30 p.m . and on weekends, call (817) 392-8100. Block Street Project Limits Name Limits 1100 to 1200 Brown Street Yates Avenue to Keller Springs Parkway Expected Construction Dates Weather Permitting From 6-20-06 to 7-4-06 Nombre del Proyecto: HMAC Surface Overlay ( ____ ~ Numero del Proyecto DOE: ___ _ Ubicaci6n Mapsco: ____ _ Notificacion de Mantenimiento de la Call Como parte del Programa de Mantenimiento de las Calles de la Ciudad de Fort W\orth , -----------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 concierne, por favor llame al contratista · I a1 Si no resuelve su concierne a su satisfacci6n, puede tambien llamar a la Oficin de lnspecci6n de la Ciudad de Fort Worth al · , de lun ~s a viernes entre las 7:30 a.m. y 4 :30 p .m. Despues de las 4:30 p .m. o en los fines de semana llame al (817) 392-8100 . Li mites Nombre Li mites De Blogues de Calle De Proyecto 1100 a 1200 Brown Street Yates Avenue a Keller Springs Parkway Fechas de Construcci6n Pennitiendo el Estado de Tiempo De 6-20-06 a 7 -4-06 PROJECT DESIGNATION SIGN ,--------4'-0" ---------.l, ---................................. ~I .. . --rPltll ·W ,1,. 4 r __ f ORT Woirq~ ,'.. 6f ""2f1-<7__ 4 =13" 3 "C Project Title , , .. 3"C .~J> LINE I 3" 4'-0" 1 !" I Contractor: =::;I " 2rrcontractor's Name' ~ ] 7f 1 f::C: Scheduled Completion Date 1" 1 r l Year :: 2 5" __ ........................................ ... , .. - FONTS: FORT WORTH LOGO = CHELTINGHAM BOLD All OTHER LETTERING = ARIAL BOLD LOGO COLORS : FORT WORTH • PMS 288 LONGHORNLOGO-PMS167 LETTERING • PMS 288 BACKGROUND -WHITE BORDER • BLUE 1Pro1ect Sign dwg 9125/2006 2 48 05 PM PROJECT DESIGNATION SIGN CITY OF FORT WORTH-CONSTRUCTION STANDARD I DAT£ 9-2D-02 ' ... u ~ « ,- % 0 u ~ ... u ~ « .... z 0 u ! ,- 0 z L E·GEND H.M~·A.C. REHABILITATION . •• • II II Hf WEOGEMILLJNO . (RECYCLE /-OVERLAY ONLY ·) NOTE: BUTT JOl_~TS HOT REQUIRED WITH REMIXING PROCEs·s. · TYPIC:AL STREET BEGIN OR ENO POINT • REGARDLESS OF THE INTERSECTING STREETS ANGLE. LAYOUT. F'OR RECYCLING ACTIVITES --------.:....-------uN C-ESS-HOT[D. OTKEftWISE IN, STREET SCHEOULE ~ BUTT JOINT 0-1 REVISED: ltlV.Ne . OATl: 1990 BUTT JOINT. NOTE :U)AH ATTEMPT HAS BEEN MADE. TO DETAIL . AS MANY STD. FlELD SITUATIONS AS POSSIBLE HOWEVER I THE CONTRACTOR MIGHT HAVE TO OVERLAP PARTS OF THESE DETAILS TO COHflGURE ·A LAYOUT THAT BEST APPLIES .TO A PARTICULAR SITUATION, ( 2) BUTT JOINTS NOT REQUIRED WITH REMIXING PROCESS, ~~ ; E= · MEDIAN (· ,-- 1 -1 STREET BEGIN OR l.,. ENO POINT LEGEND .JI II II ·1~ MEDIAN H.M.A.C. REHABILITATION WEDGEMILLINO (RECYCLE/ OVERLAY ONLY) .) . I D-2 R(VISEO: IHV. lie . OAT(: TYPICAL 1990 LAYOUT FO.R RECYCLING ACTIVITIES FOR BLVD. SECTION UNLESS NOTIED OTHERWiSE IN STREET SCHEDULE I . ~· I LEGEND •• II II 14 H.M.A.C. REHABILITATION WEOGEMILLING (RECYCLE/ OVERLAY ONLY) NOTE :mALL RIGHT TURN STORAGE LANES SHALL BE CONSIDERED AS PART OF CONTRACT, ., (2) BUTT JOINTS NOT REQUIRED WITH REMIXING PROCESS, TYPICAL .... BUTT JOINT IF EITHEII RADIUS DOES NOT HAVE AN ISLAND, IT WILL BE TREATED AS INDICATED BY APPLICABLE OE TAIL • I . . / ___f STREET BEGIN OR ~ENO POINT, REGARDLESS OF THE INTERSE~TaNG STREETS ANGLE. r .. o-3 RE VISED'. IUY. N•. DA fl~ 1990 --------IF ~--,-- .--.-LAYOUT l"Oft RECYCLINI ACT·IVITEI . UNLESS NOTED OTHERWISE IN STREET SCHEDULE. :, T .YPICAL LEGEND . Ff I )I -II II Ill H .M .A.C. REHABILITATION WEDGEMILLING ( RECYCLE /OVERLAY ONLY.) NOTE ~l)IF ANY COMBINAtlOH OF' ISLANDS . ANO RIGHT TURN LANES ARE AB .SENT TURN RADIUS SHALL BE TREATED AS STANDAAO. BUTT JOINT SHALL BE SQUARED o,F, IF NEEDED AS A RESULT OF EXISTING CONC. VALLEY GUTTER. (2) BUTT JOINTS NOT REQUIRED WITH REMIXING PROCESS, LAYO UT FOR RECYCLING ACTIVITIES WHEN INTERSECTING STREETS ARE RECYCLED SIMULTANEOUSLY UNLESS NOTED OTHERWISE IN. STREET SCHlDULE --,, I 0-4 RfVISfO: ll[Y. He . OAT[! I 19 90 1-----f·--·- a.--------------------.......... --~~~~ ..... -.... --~-----~~,__-,: \L-.· r. ic=: .; I ! l. ,•11 (1 .... , "---1 ... --,..._ ...... ...... . ....,. .. _ ........... c-•-•J T,_,,_.a:IJ'!r. . ·-··•11 .,,..,._., WITH D(Tlr;"'.._( • 1 l""U Al -......c; IUflJACl WK•;(S 140~ -............... ,;. COMBINATION CURB RAMPS 1--- ' »of •. •:- :·~~·:~~:~.-=-·~·~·;.:= ., .. ·-·-· ......... J,l._ ... - .. .--:c. .. ,,,. !i.lC ·,a .. OD l*I -·-·--· .. _,_ .......... : •iu. .u,.., ...... . · 1···- uc,,o .. ,., Pt..,.,.., 'L11 (:lJLLAH C UHl:i AAWt" ;Hl fuNNt.0 CURB) 1' .... :·• ... l __. .... ) &.Jllllf""-f ......... »•••••' ,:i., .., .... : ...... ,:. ........... , .. , ... ,,., J ,A.vC.,hAl CUH.8 ~AMP 1 Ht. fvRNEO CUMB) ..... -........ ··~ ............. \ .. -....,,,._._.__._. ___ .. '--~l·~ .. , ........ : 0~ .• ,, .... l · .... ~ COMBINATION CURB RAMPS --.,, .. c...' )A.,«, ...... ,..c I ~ .. b~ • ...t~. ,we.,_..._-.,., ,,. <•o.u-... ~-UIOat-..•"i, FLUSH LANDING ,,.,. .. PEf'PENOICULAR RAMP O FLUSH LANDIN ··••c..1-....-........ , .............. ..... ______ .... ........................ .,,,c.,& ..... "1 -. ::-.~- "-···-·-. ··- CUT THROUGH AT .. EDIAN ISLANDS ••.,EINEllf·-', WTT'I• Sl0f'l1·1r .. ••• -,, I ; ........ ...,.,.,.,LUI,. ... l l C , :/:¥,f ~;:~~ . ~~, ,1~ • -UIIOH ..... ,11 c ..-a.<tQGU1f'fa -mrt:, ..... t SE"tTIOJII G-G ...... a a.-"" ,nf'..C...,,. • .. ,no. Q~ ..... _ .... ..... ~ .. - h.lllts "' ~~~,~::~; tl('llt \.IU O•,, ::>fit6'tS1Ut111•Al. f'f "'I: S Tll(ll& OIAGONAl CURB RAUP (FLARED StDt.Sl SECllOH H-N ,'l"ff'ICM.,,_HC.t0!1 1 i...--........ .. --· •• UewQA4 ~.·:···-:-~ . ,·.: __ .,_.._ --·, .,.:.: r .. --· -.,._ ul. -<' • 1'. it'· ·;;1 \: tlliJll~liJ ----· :.-·,. ~·-..--- ,,, ........ .:_.., .... 1111<\e& .. ··-........ _ ................. ··- ........... OElAIL ·a- SIOEWAIJ( RA .. P (CURS RAMP) GENERAL NOTES \ All ...... ••• ......... •l-•04 1 ... leeel (l,114...,._ WO.-1'>'91 _,,. •1>1111 ll •e.r DIOP•N1 ........... .,... .......... ..,. . .,.. .......... , ................... ,, .... ........... _ ................ . L.........,...-i .. ,raa· ......... ,., .,., • "'•·--1~ .._. , ...... , 0otM.1.>a., ----......... •..:::o,,,, 01, .. 11, , ...... af" ... N • "'-··-•14• 4 -"'O .. , ~ ..... -----·•*•"4-" ... , ................. ...-.c ........ -.... ..__...,.. ............. Oft ......... ""' .......... __.,_.. .. , .. c...,., ,_... ... ..._., .... Cl ..... , ....... -, ............ .,_ ....... ---·-··, •• , • ....... .. ,-..-~--........... rtao. .•• ,_... .. ·-_ ............. ·-'--~ .. .,..,. ...,._,. •• .... '-'"...., ~''""'-'" os.._.. ,... ...... ...,ec .,-. o.c.,,." ..._ ..... ...., le ., c.-,1rucc•1t11 ,, ·-1,...ca,.o-, of ,1 ,...,. ,.,..., Qf ....... , r, ....... ...,...... .• ,...-.... c,-.,.....,.."""'14•••-...ef' .... ..,....,... ~ .................. h.CIN ...................... "- t CW9 call,_.,._ .. N IIK•'9G .. .,.._.. ...... a,1-.. •• c••=-oll l,y ("y-• 10 c,_...,. ......,_, •oM••·• _,,.,,.,.. a1 ... ., «.ato~"• ,,., ..... •• ,,, .. ,. .......,, • .. ,... Al ... _,1'1<1,:,ftt .,... a....,., .. ..,.,.,,.,. are nM ,.,._.,. c~ ,....,. olwa.,. ....... ••"' ,...,.,,c;a6 ~-... , ., -••eu-4 •, .._ f"t·- ,, Ea--. ... 11,_ .__.,,, ..... TAI ... , •-•11 "" ..... ....._ .. d\•ft.9N 0" ""-~ 1J .. _... ..... , ................ c.r .... , ... ..,.., ........ C"'"""' ....... .._ •• ••• .... .,.......,. ........ •11C11 , .... "-" .,._. ......... ,..,....at•- -.-.... .. ..........ca •ttioe ... ""' .... ~. -,f,uil t,90I ... ...-.~,11 .. , 1J ,..,.... ............. ,.... ,,, .... 1,1\M ~ ....... 11, • u,_, ...... _.,.. ~---M .. ........ ., .. , ..... ~ ..... ~ ..................... _ ........... " .... . 14 ....... ~,... ... ...,.. • ..._. ....... ~ ........ #'Ill..,, ....... ...._ _.,......OI'.._. .. .,, .. Ji•· ....... ..._ ........ c,,"'•(ti g- ,, i,, .................. _ ·-· ... CM!9 , .... C..-""OC"'I \D , ........ 18 c;~, .,_" -..... , _._"-. .,.,.. ••...-,no-., • .:.."•14••• P#'I of tf•• c...,e , ... .., ................... " • "°"c.re .. ""'" ... n., .... _.... ...... ~ .... 91f'!lel H ~ ....... ,11 .. M11-.tO'l..........,_.~lMrlllr•.,...•-• ....... - m.. ..... _,... h ,..,p 1MII -..-.......... •NI" N • •J ;I) 11.1 ll S..-.... Ofteli M,..... •-• 1"'9 •• , ... _, '""°••••I•,.._. ac., .. , I,._ ••ia. 11 ...................... c,..,, •• , ........ " ...... ~ ... 1, ••• ,. •• ,.... l-..... ... , .. ,.... .-.... .....,. ~•"W o ... , .c.e,,.,. or,,.,...-,.,..,. _., .. u••• 20 Tllie ... ,.... ........ ._ ....... Oft•• N "'°'__. truo..r ... ., •• el I""' ·•- 11 ll'leac.wal._.., ........ c .. 1'11 _. ...... .,.,_ •"•".,. -~_,.-,.....-,.• ,n _ .... JJ c""".a.."' ~ • ...,.. c.i ,•·""' ,.,. •·-.... ~ ., .11.,. ...,.._,, 10 .. r1n 111,,c.e 1:4 .., ................ , ...... ·-·-.... i ··--....... ---' _..., ..... ____ .. _ ... __. .. _,1_ ... _ t -----------------------------------------------------------------~ ------------ --- --------------- >----10' PARKWAY----' FLARES AT SIDEWALKS 1 ": 1 2" MAX (TYPICAL) 7" CURB CURB FLUSH W/GUTTER DETECTABLE WARNING SURFACE (2' x 4' DOME -TILES) :::.:::: .....I < 3,: w a (/') .· ••. ·• f ' ~~ PROPERTY LINE . . .. •·'\--,-------------- ' •. 0 I "s;, SIDEWALK i---,a----~---ll--1--------------1 LEVEL LANDING WHEEL CHAIR RAMP CITY OF FORT WORTH-CONSTRUCTION STAND -- ..... I I I 1EX1ST1NG CURB /f & GUITER SODDING AS REQUIRED TYPE Ill EX ISTING 20 ' R. SCALE 1 " = 4 ' SIDEWALK RAMP WITH COLORED SURFACE . -\J ,,., 4-= BROOM FINISH -HMAC TIE-IN VARIABL; HEIGHT CURB EXISTING CURB & IGUITER SAWCUT FOR CONCRETE PAVEMENT CITY OF FORT WORTH, TEXAS ACCESSABILITY RAMP - TYPE III (20' RADIUS) DA TE: 09 /2 do+ STR-040 ·- STREET CURB MONOLITHIC SIDEWALK Cl~B UNES TO BE 1/4''. DEEP 4 JOINT. 4" GAP ~ s10EWALI< R.O.W. 6" CURB PAY LIMIT MAX. LENGTH OF SURFACE TREATMENT (GROOVE) 5' FROM niE BACK Of CURB. EXPANSION · MATERIAL RECESSED l / 4" AND SEALED W / SI UCO NE (APPLICABLE TO Al.l. COLD-JOINTS) TYPICAL RAMP X-SECTION CITY OF FORT WORTH, TEXAS -C(?NSTRUCTION STANDARD OCTOBER, 1992, REDRAWN _ OCTOBER 2002 NOTES . 1. FOR PARKWAY WITH ELEVATION BELOW STREET ELEVATION, THE SIDEWALK CURB MUST BE-2" HIGHER THAN THE STREEf CURB. 2. SIDEWALK CURB SHALL NOT ENCROACH ON THE PROPOSED WIOTii OF THE SIDEWALK RAMP . 3. FOR lYPE I RAMP MAXIMUM SIDEWALK CURB HEIGHT o" TO 7". CITY OF FORT WORTH, TEXAS ACCESSABILllY RAMP - TYPICAL CROSS SECTION _, DATE: 09/200+ STR-031 - ... •.•.•:•:•:······ . .•• ·.-.·:-:-·:-:-::·:-:-·=·=··-·.·· .. ... ·.•.•:•:•:··=·:········ CllY OF FORT WORTri, TEXAS ACCESSABILITY RAMP TYPICAL CROSS SECTION DATE: OSl/200!4, ATTENTION: CURB RA.MPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHERE FEASIBLE. SEE FIGS. 58, 59 & 60. l-4-.2 .6 Vehicular Ways and facilities 0 o · I I I I "' ~ I 0 /'-~ ..... (b) . (a) l'erpandlcular pubic :sldiwafll curb r,:,mp In public tld-alc with J>ar1<wa1 Parpandk:Ylar pubic sidewalk curia ramp in pubic oide,ralk a 0 a a a a (c) c::::: c::::: (a) QrG Uol pubUc aidewolli c:ur1> tQmp In public ,ldualk (b) Combination pubh aldc1rc,lk c:\ln> rump in pubUc s;dewalk with pari<•")' P•'l'•ndh:ular pubic ,id, .. alli cur11 romp al pra1eded inl1n1dlon · Fig. 50 Public Sido:walk Cirb Rornps al ~or1<ad Crossin gs CITY OF FORT WORTH, TEXAS ACCESSABILITY RAMP DATE! 09/200,4. - X -===:'.:::=:J y RUNN!NG SLOPI RUNNING SLOP.! 1 :20 MAX 1 :12 ~ COUNTER SLOPS 1 :20 KU (1) Slop• • y/x -..hen :r l• & lo'Hl ol..c,p• (2) Cawit.r alapa st.all not u:c:cc4 1:20 ~-s,.1.2 ld.ea..surunent. at Curb Ramp Slope STRUT . PU?fl'ING Oll OTHER , NOlfflALI.ING SURP'A.CI SIDI NOTS! It X < ·". (1Z20 -) Ul•ll Illa olop• at t.11.• tlu-acl ,d4 .. du..1.1 aal .,... .. 4 l:lll . (a) nar .. Sld. ... rte. s,.1.5 Sides of Curb Ramp11 l"i c. B4.7 .5 Built-up Curb Runp OCTOBER, 1992, REDRAlfN OCTOBER 2002 CITY OF FORT WORTH, TEXAS ACCESSABILITY RAMP nAlJr:l Cl (')DI:" nJ:"T.6.11 ~ DATE: 09/2004 I STR -1 036 A I DUMMY JO INT IN RAMP OPTIONAL IN 11 1 -0 11 DRIVEWA'I' ONLY . EXIST I NG CURB 8 GUTTER,IF AN'T , "4UST BE SAWED AS DIRECT - ED BY THE ENG I NEER. / PROV I DE EXPANSION JOINT ONLY IF CONNECTING TO EX I ST ING CONCRETE DR I VE . // RE I NFORCE 6 "DRIVE "3 BARS / I A AT 18" 0 .C.B.W . I REINFORCE 4 " WALK • 3 6ARS AT ,a· o.c.e.w. REFERENCE -STANDARD SIDEWALK 10°-0"MtN. I 17 °-0 00 MIN. EXP. JOINT EXCEPT SLIP-FORMED 20°-0 00 "41N .SINGLE OWY, 27'-o"MIN ,OOUBLE DWY. SIDEWALK SLOPE 1/4 " PER FOOT TO FACE OF CURB OR AS DIRECTED SY ENGINEER :·, 4 ° SIDEWALK L A PLAN VIEW PARKWAY WIOT H 8 {SEE TABLE) STANDARD CURB & GUTTER \ I OR MATCH AS DIRECTED EXP. JOINT EXCEPT SLIP-FORMED HALF LENGTH PAID AS ATTACHED CURB {CONC . PAVEMENT ONLY) SEE STANDARD CURB &GUTTER SECTION . 1'.3" STANDARD DRIVEWAY AND CURB LAYOOWN 8 GUTTER PAY L I MIT-... CURB I z" SANO CUSHION ~ OR APPROVED SUBGRADE. R.O.W. L I NE PKWY WIDTH A B 10 ' ,· 9 ' 11 ' TO 14 ° 2°To5° 9 15 'ro 19 1 3'107 ' 12 · 2o 'To22· 5 '107 15 SECTION A-A DWY. PAY L I MIT W/CONCRETE PAVEMENT STAB I LIZED SUBGRADE S 1DE~ALI< SECT I ON THRU DRI V EWAY TO BE POURED SAME THICl<NES S AS DR I VE WAY APPROACH 8 PA I D F'OR AS DR I VEWAY APPROACH . EXIST ING S I DEWALK, I FANY, TO BE R£1,10 V E0 ANO REPLACED. DRIVEWAY APPROACH REVISED 9/28/17 J.A.H./WJUI. RE\/ IS ED Au G .. ' 79 - D . J,S./W.R. "'· ,-c-------------------------4 REVISED F'EB .. '81-D.J .S./W.IUII ITYof 'O"T WORTH , TEXAS -CONSTl'tUCTION STANOARO REVISED MA'!', 0 83-E.FW/W.R .'-I . DR .AWING NO S-S 5 DATE MAY, 1983 STANDARD APPROACH - - - PA.Na OH eACH S!OI Oil' OArVnr.\Y 11 ~ UI' FROM LCMVtll) S!OeWALk 5eC'110N n«OU8H OltPIOVAY TMIOAT TO IIATCH GIIA.M o, AOJOHIN8 IIOIWAUC. \ CIWEWAY WIDTH \ OtM!N~-=i - -_I ... -----~~-,-._ :s L -----<:;;;.:..UN( ! :• I ~-: f I t ~ ......._. I I I == I ~ I I I I I f I f I l Sl:DEWAU ~ W P'Ell FOOT lO fA12 OI' CUltl OIi Ai DIRK'T!D IY EHGINHlt \ HIGH VOLUME APPROACH /fOTC . ,-, .. ,#, t,, Jeittl 01tlf ,1 Clltl1tOCll1tf CllPA/11$10# JOl#T C•ac••• ••• •••I '· of Te C•••"lff Ce-c,,1, Dr••• PAIIKWAY (USUAL) ,·vsuAL cxrANSIOII JOINTS ., .., #ir,cl;., ~,,u,, eM ioo' .... ; .. ,,.: .......................... ,., '""'''' ......... , .......... . TYPICAL CONSTRUCTION LAYOUT CURB and GUTTER. SIDEWALK and DRIVEWAY Showing Flagging And Expans/or. Joint Location Nol 10 Srolo ... NO FLAfitilltl .'/II WHCELCNAl/t RAIIPS /IE~-J .• , ,. r .11. w. 11.i# Cl TY of FORT WORTH, TEXAS-~ONSTlfLCTCN STANDAIID ORAWIN(I 110 . $-/111(: A JAN 1969 w UI w • ,. r,,,.,c l 1101 E , l'r••,~• C•# "-'el Oalt ,I C-«,-, ~ 11,.A#SIOII .1011,rs ,..,.,, '"' ,~-, ,. c.,.,,., ,-..,..,, ~,,,. Mlf«rtAr (UiUAL I D E C lll'AII SIOII .10111 T ,., .. , ...,,,,,., ,_,.,., w A. L 11/IAIIIIOII .IOIIITI • Alfr OlltlCTIOII CNAIIGC AIIO 100' IIAklMUM: ................. le IN ....... "' ceNIIII .... _ ........... . TYPICAL CONSTRUCTION LAYOUT OF Cl/RB 8 GUTTER, COMBJNATION SJOCWALK ANO DRIVEWAY Showing Flogging And Expons/on Joint Local/on II{ {I :1£C(C 10 J. ltO rL AGGl#<i Ill rtllClLCHAIII IIAtll'S CITY of FORT WORTH, TC As-c__ON..srRUCIION-STANDARD lfCVI JI O 7/• 1 /a' ,1 • III_L.,,JI-M----------------l~Oll;;A,,;1~11;;~~#0;;.~S~-~ltl;-l~O~.~~!;;;;~fio~A;r.~c~.~-=_ ~-~M;.A;;Y~l~Y~8~/:..:.:.:.:..:.:::.:..;.:.. - , ..----. -------l2:...~ARKWAY -------~--~ ~R.o.w. I ,. ,,. C'OSH ION 5' EXP. JOCNT MArL EXISTING CURB fl BARS@ ta• C-C BOTH VI AYS J 1 SIDEWALK 10' Parlwa · ,. / EXISTINC 1-~·y . -. ~; :J CORB '. r,,t". @ 18ft C-C BOTS WAYS 4' STANDARD CONCRETE SIDEWALJC Nol I<> Seal, ' A4,9KWAY NOTE: 1. CONCRETE SHALL BE 3000 PS1 AT 2.1 DAYS.. Z. RE.INFORCCNG 51JALL BE fl BARS AT l&" CC BOTH WAYS, CT/ON OAT(: r,,,.ch 12. 199) ·····"' ... v,.,., ,iec ..... ,.. . ,· ... ,·. . . .. SUL WITM JOINT. '"-lCII ' .... · "'I ·• . .. ' > .. ' .. I r 0 > IAIIS ,· ... ~ ... ,. .. I • Typical Curb and Gutter " "' i .., I ! ... > .. MMUII CXCAYATIOII TUN[ ,011 STltUT CONSTltutTION . --·-----·-·--=-==----·------· . Height: BACK OF /CURB 2' PLAN VIEW (Varies) 2' -7.5" ( Typ.) 12" WHITE HOT TAPE (AVERY DENNISON OR EQUIVALENT) Striping and reflectors to be install by the Contractor BACK OF CURB~ 2'-7.5" (Varies) (Typ.) 12" WHITE HOT TAPE (AVERY DENNISON OR EQUIVALENT) 2' b -· N .., -· ...... : 11 ~ NI/ WHITE TYPE II 1,SIDED REFLECTORS · 3-1/2 inches Ramp Gradient: 8.57 in 1 (30 inches/ 3-1/2 inches height) DEPARTMENT OF TRANSPORTATION 3 43 · 1 (12 ·nch I 3 1/2 · h h · h AND Pusuc woRKs c,TY oF Side Gradient: . In I es • me es e1g TRAFFICENGINEERING FORT WORT! SPEED CUSHIONS ~IT: AJB OATl: January 15, 20().I DRAWING NOT TO SCALE GROUND LINE -0 . co an . N z 2 . . - SUITABLE MATERIAL TAMPEO IN LIFTS NOT EXCE'EDINC 12'' LOOSE, PIPE SHALL BE 6 • PERFORATED POLYVINV.L CHLORIDE TUBING PER ASTM D-1784 UNLESS SPECIFIED OTHERWISE. · l :roP OF CURB 12 • OVERI-AP j_-FILTER FABRIC PER PAV ITEM NO. 1e SUBDRAIN. CITY OF FORT WORTH, TEXAS-CONSTRUCTION STAN DARD .,__ _____________ o_R_A_w_1 N_O_H o_._s_-_s_11_11_0__..;;..o ;;..;., F...;;... '--o_A_T_t_: __;;;3;....-....;7;;...._-.;;;9....;:S:.__...-:I~~ I 367 Addendua 3 COLLAR CONFIGURATION ., COLLAR CONFIGURATION FOR PAVED AREA_,,. ____ IN UNPAVED AREA (8) 14 BARS, PLACED AS SHOWN . USE CL.ASS . "A" (3000 _LB) CONCRETE. l COLLAR THICKNESS VARIES, 8" MIN . t CASE # 1 CASE #1 COLLAR SHALL EXTEND TO BOTIOM OF 2 :27 CONCRETE (REBAR REQUIRED). CASE 12 CASE #2 COLLAR SHALL EXTEND 3" BELOW BOTIOM OF LOWEST GRADE RING (REBAR REQUIRED). 4' -o· (MANHOLE) r2· -0" (WATER VALVE) PLAN VIEW GRADE RINGS (UANHOLE COLLAR SHOWN) (NOT TO SCALE) CITY OF FORT WORTI-1, TEXAS MANHOLE AND WATER VALVE CONCRETE COLLAR ......... w G::j ....J < O> ::i::: z a::: ~~ '-"' ~ . ......... .o I : • 0 -or I N GROUND NECK, lYP. DATE: 09/200'4- · STR-028 Manhole Riser 3/8" Dia. Hole With 302 Stainless Steel Roll Pin Cross Section view ~ r--10 or 12 gage 090 galvani ed steel G)- Expanding Linkage 2 I /4" 4 I /4" )ta Item Item Material Description N be Des' um r cnption I 3/8" Roll Pins 302 Stainless Steel (14,000 LB Double Sheer Stremrth) 2 Steel Skirt 12 or 10 gage A.I.S .I. 1020 Steel (A-36) G-90 Galvanized 3 Weld 65%· 700/o circumference welded 4 3/4" wide Riser Bar Hot Rolled Steel AI.S.I. 1020 (A-36) 5 Rod Ends Forging AI.S .I. C-1030 Steel Heat Treated BHN 240 Zinc Plated with Dichrornate Finish 6 Turnbuckle Al.SJ. 1020 BHN 149 Zinc Plated diooed in Linebacker rust inhibitor .... ..____ 3/4 " thick riser bar 3/8" I. D. 3/8" -16 Thread Tensile y· Id 1e 33 ,000 P.S.I. 75,000 P.S.I. 33 ,000 P.S.I. 70 ,000 P.S.I. 70 ,000 P.S.J. Tensile Ulti t ma e 60 ,000 P.S.I. 85,000 P.S.I. 60,000 P.S.I. 92 ,000 P.S.I. 80 ,000 P.S.l. Item N b um I 2 3 Water. _ Valve Riser Cross Section view • ~ r--12 gage 090 galvanized steel G)- t Height r new asphalt overlay Item Material Description er D . f escrip 10n Steel Skirt 12 gage A.LS .I. I 020 Steel (A -36) G-90 Galvanized Weld Lincoln Outersheild 71 Elite .045 3/8 " wide D .O.M Tube D. 0 . M . Tube A.J.S.I. 1026 (A513 type 5) Tensile y· Id 1e 33,000 P.S.J. 75 ,000 P.S.I. 72,000 P.S.I . Tensile Ulf t 1ma e 60 ,000 P .S.I. 85 000 P.S .I. 87,000 P .S.I. :.l l ----------. ·------------------ a~ ARAOV IIOAflO i, Sl'fiO L IM I T IS 48 ~ Oft c;Rf;ATEII "' --e--.. c a :,, I> ::0 fT1 I> N 0 z fT1 ~ a ::lJ ;,<; ClJ C .,, .,, ,,, ::lJ --o 0000 0 0 0 0 8 0 0 • u i > "t) "" ----J---~ I X ---'--'--J if I 4t ENO AOQ.0 WOPK Th15 p l on i s suom1tted for TCP . f cer:1fy this pion will be usad for the foll1r,g loc ot1or1 (5); -------------·-·-··· / .~nd t h,:,• . .,Jj c !1Jnnt!l 1z 1ng '.:e ,1=es wil l r.or f o r m ·.o 'Ge n .,,.,I Uo ~es' os s h 0 .. n 0n ti-.e hoc k . ,~r~r ·~(:" ,-:J Hf ,.;:;:n:-1 rn.,~NYL 1R rA f/G ,'J ::,r) ,:J• . ., r-··-I -,F ;1_'(.i _ Cif: ll ~Y -~fCFFT :Jf LEFT L(,'·J !--· ··-------.•.; . .). ~= -~~ I ,-.. ,, -·---·1 ·:,! . --. ".: • j ' .~ -.• : j . ·.1 :1 ------------· ·---· ---. ------·--------· -·------- ~ ---------a. a~ ,,,,,,,_ ll:wl> i, sPHO LIMIT II 41 l'Ptt OR OIi( A TEii • u C • j I> :0 rn D N 0 z rr, ' I r.o C ,., ,., ,,., :0 >< " ..0.. --0 0000 0 0 0 0 0 0 i I? 8 0 0 -±"~ i)' I 1J' I It I •• I j .c ! l .• 1 • .... r~: , . ! I -.)!-, C. ti . .,·· : ri 1';'.JSP C~ r ,1 r ! )J ;'.:.N[") ~'·.,~-l [1 ~ \,i ;~:;. ~ .ll. .5ed fo, ~h e fol l ,..,g !oc 1t t :on l5 ): -I ...... '\. :,.., .... .-, : .. •'~ -r A •. I 1-, ' j ------------·· --.... "" " TT i lf • 0 0 : 10 FE E T • I MIN. • 0 I ( ~I • • • • • • • I 0 • • 0 • I "' \I N :i I __, a. EN O RO A() WO RIC I ~ I' ~ ,1 v " ii T I' II ---.JL <---- ~ < :i: w 0 ~ :t <J: w w ~ z ~ :::, 0 m N ..., ;:, "' C c )( ' • _i _ .a.--• u C ~ ,, .. 0 0 ,. Th i s p lan ,s submil '.e d for TCP !certify th i s p i on ,.,iJlbe used for tlie 10 11 0 ,.,,ng loca t i on<s>: ' :~ ,..;r .;• .. ' r. ,\! ,' •,,·'f' ;. .. n . r .v .~ .J ~ · .• '~ ' .. , ·,"! • 1•! . ,~ . ---·· ~r -q '_ :•A/~ !/. t r~·\;~_,r, · \1 v ~~i -;~ _J -( ;'; ( r:. L · ' ' ;. J \ I ,· . ·_ -.) I \ \ \ r \ I z <( ...J Cl. a a "' w I <( ----T ------ ;,c 2 F logge r s required whene11e o ppos ing traff i c requ ired to use some lone . F loggers shall be in constant radio contac t . No congregrot ing around flogger stoti _ons . F logger stot,ons m u st be llghted at n ight . ENO ROAD WO'l K ~ ... i I: • • 0 0 • • • • tr WW L.. z L.. 0 ::JN ID j ~ .... I.J ... r )( < :J 0 g f"lo9q•r ReQ...,,r ed On Co lt ec tor 1 ~esiden1,01 St r eets Acto ;t ,o nol rloqqers Moy Be ReQuir eCI Oeoe r c:,:n9 On r ,eld Condition•. T>,;":i p :u n :~ ;.,t;,.,.·o!t ed f.J r TC0 'c .:r t,'y P1·s p io n . ..,ol l b e l..Se -j fo r ,,.,~ fo110 ,...'1 g loc ot ;u ,1(s l r .• -r ::.; : N : ·.i-: • ·• ',11):C /', .j '/,· ,\ ,. . ...;:_ ~ T : A ' :E -~'.! ·.l ·: ,r?r ~~~·:.:_j e "';~ '.::..! .--:,~r·':?rc ,. ·,q ·~s --~~;~:~ 5 ;o~ r · f=: '._ ,t\r I r z " ....J n. '" (NO HO .AO wQ~IC: .... 0 • 0 • 0 fl • • t • • • • . --o~o o • 0 • LN O R O.tr£> WQRI( ·~----.& " a: < ... 0 ~ (Y ~-/·· B w w M110W 10AN1 I' ll'HO LIMI ':; 5 IS 41 ~ CJI CIIEAfElt fD N "' C c i /L_._ • u C 0 > " 4 Th ,s p l an ,s sut,mtttec: fer T C P I c~rt .!y th :s :,io n .,.;11 b e used f or t.,e follow i ng lccot ,o r(sl = ·' r ( .. :,J /1 .\ .. :~ ' ,,, ~ C: • r: ,\•. ·~;~· -~·-.· .. , " _;· J '· <°1' J . ~t.[ •• ·~. '! , ·,."I ,', ~· ~ .. -· . .'..'.j r i i'~ / "' .. ~,.. -~ .. ~,~c s .!c 'or ~.~rc~.J•',.) cs )-o [.;.e ... c e _~,~oc ~.::L . ---·. -· -----· ---. -·--·------- I I HMAC Surface Overlay (2009-19) Blk Limits Project Name Street Limits CD MAP LM Procedure 100 -299 ADRIAN DR WHITE SETTLEMENT RD -WINGATE ST 9 62X 0 .11 POL 4600-4707 BARNETT ST L YNNHAVEN RD -HOLT ST 8 79A 0 .25 POL 3250 -3599 BINYON ST ODESSA AVE -SOUTH RIDGE TER 3 90J 0 .93 POL 1600 -2099 BIRDELL ST KUTMAN CT -ELGIN ST 5 79Q 0 .68 POL 3800 -3899 BRANCH RD OVERTON PARK DR W - S DEAD END 3 89G 0 .38 POL 2800 -29 13 BROADMOOR DR CALMONT AVE-640' S OF CALMONT AVE 3 73L 0 .37 POL 4900 -5176 CALUMET ST AMANDA AVE -LIZZIE DAVIS ST 5 79K 0 .62 POL 7400 -7999 CHAPIN RD BENBROOK HWY -WILLIAMS RD 3 73V 1.48 POL 3100 -3199 CHILTON ST CHURCH ST -E LANCASTER AVE 5 SOK 0.3 POL 1500 -1599 DALEWOOD CT N CUL-DE-SAC -BRIARWOOD LN 8 65X 0 .22 POL 3100 -3299 DUBOISE ST ALAMO AVE -LISBON ST 9 75M 0 .25 POL 5200 -5399 DUNBAR ST DILLARD ST -BIRDELL ST 5 79P 0 .27 POL 4500 -4599 ERATH ST COLLIN ST -HOWARD ST 8 92C 0 .29 POL 4300 -4499 GREENE AVE W SEMINARY DR - W GAMBRELL ST 3 90K 0 .39 POL 5500 -5599 GREENLEE ST GRANDVIEW DR -WEILER BLVD 8 79G 0 .29 POL 5500 -5599 JEWELL AVE GRANDVIEW DR-WEILER BLVD 8 79G 0 .27 POL 4400-4749 KEMBLE ST EDERVILLE RD S -HOLT ST 8 65W 0 .71 POL 6400 -6699 KERR ST HAYNIE ST -HALBERT ST 5 80J 0.42 POL 6400 -6449 KIRKWOOD RD HILLDALE RD -EDGEHILL RD 3 74Q 0 .28 POL 2000 -2299 LYNNHAVEN RD NORMANDY RD -MEADOWBROOK DR 8 79A 0.48 POL 2900 -3299 MAJOR ST CRAIG ST-E LANCASTER AVE 5 SOK 0 .9 POL 4900 -5099 MERIDA AVE MARTIN LYDON AVE -COVERT AVE 3 90P 0 .54 POL 3100-3199 MILAM ST CHURCH ST -E LANCASTER AVE 5 SOK 0 .33 POL 1700 -1799 MONTCLAIR DR KEMBLE ST -BARNETT ST 8 79A 0 .31 POL 2800-3099 RATON DR CALMONT AVE -SIERRA DR 3 73M 0.5 POL 2900-3099 SANTA FE TRL MOJAVE TRL -CHOCTAW TRL 3 73K 0.61 POL 3800 -4099 SARITA DR OVERTON PARK DR W -ALTURA RD 3 89G 0.99 MOL 4500-4599 TALLMAN ST COLLIN ST -HOWARD ST 8 92C 0.29 POL 13.46 d � � � � za�, � U O V� V�1' P, ITEM UNIT ITEM D�SCRIPTION 1 EA Project Designation Sign 2 LS Utility Adjustment 3 LF Removal & Replacement of Concrete Curb and Gutter 4 I LF Instali New Concrete Curb and Gutter 5 SF Removal and Replacement of 6-Inch Concrete Driveway 6 SF Removal and Replacement of 6-Inch Eexposed Aggregate Driveway 7 SF Install New 6-Inch Concrete Driveway 8 SF Removal and Replacement of 4-Inch Concrete Sidewalk 9 I SF Removal and Replacement of 4-Inch Exposed Aggregate SidewalkW 10 I SF Install New 4-Inch Concrete Sidewalk 11 SF Removal and Replacement of Concrete Walk-ADA Wheelchair Ramp 12 SF Install New Walk-ADA Wheelchair Ramp 13 SY Removal and Replacementof Concrete Valley Gutter 14 SY Install new Concrete Valley Gutter 15 EA Removal and Replacement of 5 Ft Storm Drain Inlet-Top 16 EA Removal and Replacement of 10 Ft Storm Drain inlet-Top 17 LF Install 6-Inch Perforated Pipe-Sub Drain 18 SY 8-Inch Pavement Pulverization 19 TON 26 Ib/sy Cement Modification 20 CY Unclassified Street Excavation 21 CY Crushed Limestone 22 CY Asphalt Pavement Base RepairAsphalt Pavement Base Repair 23 TON HMAC Level Up 24 LF Wedge Miling 2 Inch to 0 Inch Depth, 5.0 Ft Wide 25 EA Butt Joint-Milled 26 SY 2 Inch HMAC Surface Milling 27 LF Crack Sealing of Existing HMAC Pavement 28 SY 2-Inch Surface Course Type D Mix 30 EA Removal and Replacement of 30-Ft Speed Cushion 31 EA Removal and Replacement of 40-Ft Speed Cushion 32 I EA Water Valve Box Adjustment With Steel Riser 33 EA Water Valve Box Adjustment with Concrete Collar 34 EA Water Meter Box Adjustment 35 EA Manhole Adjustment With Steel Riser 36 EA Manhole Adjustment With Concrete Collar I I Monthly Pickup of Buiky Items Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days HMAC SUR�'ACE OVERLAY AT VARIOUS LOCATIONS (2009-19) CITY PROJECT NO. 01385 '�PW PROJ�CT NO.C293-541200-203620138583 STREET BY STREET QUANTITY DETERMINATION SPREAD SH�ET � � � a � � � z x z a � o H 3 � � w a � A z � � a � � w W a AW� � v � W� ��a '� , x AF C4F� � W F.�� a U �F�" pE.�.E"' �'�> fx0"" ��F O W O `�� ri `��� F.,,� �da AW w F� v1Q z� Z F a,' zw� w z�x az �°W ao� ��w a�a� ��� �A� �o ��aa� x�a z�a �Hc� z� �v�H W� zxA ��w � � a�a Fa� wa� o� a��W Ha w�y�- Ax�O ��O �ApO ��O �� W 0 a��0 ��.N,O � W �� x��0 � V �O ��O ���0 �00 a`i'�O �33a vaaa aaov�a. wxa, caoA� wc�aa. v�aa Uw3� vvaw cazcaw ca�w cacacow wc�a c73c�w Qnr an a�r anr Q� QrY anr QTv QrY Q�nr an QTv Qi-�r an 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 175 25 3,400 175 25 100 1,575 75 920 50 85 I 0 75 1,250 0 0 0 0 0 0 0 0 325 0 790 I 0 0 0 435 0 2,645 760 0 0 325 0 135 270 975 0 0 1,800 0 0 0 0 0 0 0 0 0 0 0 0 I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 25 0 0 I 0 0 3,400 0 0 0 0 900 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 300 0 0 200 0 200 0 0 0 0 0 100 0 0 0 0 100 0 0 0 0 65 0 0 0 0 0 45 0 0 0 I 0 0 0 0 0 0 0 0 _ __ __ 0 0 45 45 0 0 I 225 0 0 0 0 0 0 0 2 0 0 0 0 0 0 0 0 0 0 0 I 0 0 0 0 2 0 0 0 0 0 0 0 1 0 1 0 0 0 0 0 0 0 I 0 0 0 0 0 0 0 0 2,780 '1,975 6,750 5,150 0 2,635 I 4,825 0 1,975 2,350 � 1,430 I 5,867 I 2,975 2,770 36 26 88 67 0 34 63 0 26 31 I 19 24 1 28 36 0 0 0 0 0 I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I 0 0 90 0 0 I 0 0 0 0 0 0 0 0 7 I 0 I 0 28 0 0 I 0 I 0 0 0 0 0 0 0 1,750 0 0 4,980 0 0 0 0 0 0 0 0- 0 0 2 0 0 2 0 0 0 0 0 0 0 0 0 0 0 0 0 100 0 0 0 0 0 0 0 0 0 0 500 0 0 11,250 0 0 0 0 0 0 2,780 1,975 6,750 5,150 2,700 2,635 4,825 10,235 1,975 2,350 1,430 9,867 2,175 2,770 0 0 0 0 0 0 2 0 0 0 I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I 0 0 � 0 0 0 0 0 0 2 I 0 0 0 0 0 I 0 I 0 0 0 3 1 2 3 0 3 3 9 2 2 0 1 1 2 � � � 0 ; 5 0 � 0 0 , 0 ; � 0 ; � ; � 0 6 0 3 0 3 7 2 0 2 3 2 2 0 I STRIPE I I I Week of the 4th Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the 3rd Monday of the 2nd Monday of 3rd Monday of 2nd Monday of 3rd Monday of 4th Monday of 2nd Monday of 4th Monday of 2nd Monday of 2nd Monday of 2nd Monday of 2nd Monday of 2nd Monday of Monday of the month the month the month the month the month the month the month the month the month the month the month the month the month month Tuesday Thursday Friday I Thursday Wednesday Wednesday Thursday Wednesday Thursday Thursday I Thursday I Thursday I Thursday Wednesday Page 1 of 2 a A � � � W � � x Wzaa W Ca7 t7 3 a�, an 0 0 1275 0 1900 0 0 0 0 0 0 0 0 0 0 2 0 2100 27 0 0 0 0 0 0 0 0 2100 0 0 0 1 0 0 2 Thursday TOTAL 0 0 9,205 1,115 9,245 0 0 4,325 0 0 700 265 45 315 2 6 0 38,782 504 0 0 90 36 6,730 4 100 11,750 51,717 2 0 2 33 4 5 32 �IMAC SIT ACE OVERLAY AT VARIOUS LOCATIOI�TS (2009-19) CITY PROJECT NO. 01385 TPW PROJECT NO.C293-541200-20362013�583 STREET BY STREET QUANTITY DETERMINATION SPR�AD SHEET a� � � � � Z a ,ti d U 0 ��a ITEM UNIT ITEM DESCRIPTION 1 EA Project Designation Sign 2 LS Utility Adjustment 3 LF Removal & Replacement of Concrete Curb and Gutter 4 LF Instali New Concrete Curb and Gutter 5 SF Removal and Replacement of 6-Inch Concrete Driveway 6 SF Removal and Replacement of 6-Inch Eexposed Aggregate Driveway 7 I SF Install New 6-Inch Concrete Driveway 8 I SF Removal and Replacement of 4-Inch Concrete Sidewalk 9 SF Removal and Replacement of 4-Inch Exposed Aggregate SidewalkWa 10 SF Install New 4-Inch Concrete Sidewalk 11 SF Removal and Replacement of Concrete Walk-ADA Wheelchair Ramp 12 SF Install New Walk-ADA Wheelchair Ramp 13 SY Removal and Replacementof Concrete Valley Gutter 14 SY Install new Concrete Valley Gutter 15 EA Removal and Replacement of 5 Ft Storm Drain Inlet-Top 16 EA Removal and Replacement of 10 Ft Storm Drain Inlet-Top 17 LF Install 6-Inch Perforated Pipe-Sub Drain 18 I SY 8-Inch Pavement Pulverization 19 TON 26 Ib/sy Cement Modification 20 CY Unclassified Street Excavation 21 CY Crushed Limestone 22 CY Asphalt Pavement Base RepairAsphalt Pavement Base Repair 23 I TON HMAC Level Up 24 LF Wedge Miling 2 Inch to 0 Inch Depth, 5.0 Ft Wide 25 EA Butt Joint-Milled 26 SY 2 Inch HMAC Surface Milling 27 LF Crack Sealing of Existing HMAC Pavement 28 SY 2-Inch Surface Course Type D Mix 30 EA Removal and Replacement of 30-Ft Speed Cushion 31 I EA Removal and Replacement of 40-Ft Speed Cushion 32 I EA Water Valve Box Adjustment With Steel Riser 33 EA Water Valve Box Adjustment with Concrete Collar 34 EA Water Meter Box Adjustment 35 EA Manhole Adjustment With Steel Riser 36 EA Manhole Adjustment With Concrete Collar I I a Q A 3� d'H� aAx w a ��Wo ��3a QTY 0 0 280 0 865 0 0 100 0 0 0 0 0 45 0 0 0 1,915 25 0 0 0 0 0 0 0 0 1,915 0 0 0 2 0 0 1 � a O x � C4 � a a `" � � �wa �W° QTY 0 0 1,000 150 975 0 0 0 0 0 0 0 0 360 0 0 0 4,825 63 0 0 0 0 0 0 0 0 4,825 2 0 0 8 0 0 2 F � a �w a � d b � 3 ��� ��o a QTY 0 0 575 0 0 0 0 0 0 0 0 425 0 45 0 0 0 1,900 25 0 0 0 0 0 0 0 0 1,900 0 0 0 3 1 0 9 � W a O a � a x,'�,�a �xwa Q-rr 0 0 325 a 165 0 0 0 0 0 0 0 0 0 0 0 0 1,725 22 0 0 0 0 0 0 0 0 1,725 0 0 0 2 0 I 0 I 0 A x ��°o WA� � � 0 A zaWa a°�° Qn 0 0 1,680 0 1,900 0 0 500 0 0 0 120 0 45 0 0 0 3,425 45 0 0 0 0 0 0 0 0 3,425 0 0 0 3 0 0 0 w � v � a W F F., �� � O r. W a ���a QTY 0 0 400 1, 875 800 0 0 25 0 0 100 100 0 225 0 0 0 5,025 65 0 0 0 0 0 0 0 0 5,025 0 0 0 6 1 0 4 � � O �a� ��a aa�a ��oo QTY 0 0 I 2,450 1 � 2,270 0 0 0 I 0 0 0 0 0 0 0 2 0 3,825 50 0 0 0 0 0 I � 0 0 3,825 0 0 0 2 I � I � 0 a w � U � a W F H� �x � U aa wa ���a QTY 0 0 625 200 1,190 0 0 1,000 0 0 200 0 45 0 0 0 0 1,975 26 0 0 0 0 0 0 0 0 1,975 0 0 0 2 0 0 1 � F W A � V ,.Wa z ,� a �'�a QTY 0 0 660 35 435 0 0 0 0 0 0 0 0 45 0 1 0 2,165 28 0 0 0 0 0 0 0 0 2,165 0 0 0 3 2 0 3 � 4` A Z A o� �Ur�"np�., QTY 0 0 25 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3,575 46 0 0 0 0 0 0 0 0 3,575 0 0 0 2 0 0 4 � .�'. U x U � F w� � H � ��Ha QTY 0 0 475 0 375 0 0 0 0 0 0 0 0 0 0 0 0 4,200 55 0 0 0 0 0 0 0 0 4,200 0 0 0 2 0 0 5 � A a P�. � az A Q �"a�a v�,o�� � I �n 0 0 225 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I � 0 0 50 23 4,000 2 I � I f,000 I 8,425 I � I � I 3 0 0 8 0 � � O F ''S'' � z� �oo F U CL QTY 0 0 50 0 165 I 0 I � 0 0 I � 0 0 0 0 0 0 I � 2,175 28 0 0 0 0 0 0 0 0 2,175 0 0 0 1 0 0 1 Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Monthly Pickup of Bulky Items 2nd Monday of 2nd Monday of 2nd Monday of 4th Monday of 2nd Monday of 2nd Monday of 3rd Monday of 2nd Monday of 2nd Monday of 4th Monday of 4th Monday of 3rd Monday of 2nd Monday of the month the month the month the month the month the month the month the month the month the month the month the month the month Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days Thursday Thursday Thursday Wednesday Thursday Thursday Wednesday Thursday Thursday Wednesday Wednesday Wednesday Thursday ON ALL STREETS IN THIS CONTRACT, THE CONTRACTOR MAY WORK DURING THE DAY, BETWEEN 7:00 A.M. UNTIL 7:00 P.M. TOTAL 0 0 8,770 2,260 9,140 0 0 1,625 0 0 300 645 45 765 0 3 0 36,730 477 0 0 50 23 4,000 2 0 6,000 45,155 2 0 3 36 4 8 30 Page 2 of 2