HomeMy WebLinkAboutContract 40674-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
HMAC SURFACE OVERLAY (2010-4)
ATV ARIOUS LOCATIONS
IN THE CITY OF FORT WORTH, TEXAS
lNII co,r l'OI:
--CONTRActolt
--CONTRACTOn-v:::: CITY IICRETARY
--CITYIWIAGEnOFFICI --IIGl&MIG•
--Tft·FUCOPr
CITY SECRETARY , Irr.
CITY PROJECT NO: 01461 CONTRACT NO. --ru~ t
TPW PROJECT NO: C293-541200-206620146183
MIKE MONCRIEF
MAYOR
2010
DALE A. FISSELER, P.E.
CITY MANAGER
WILLIAM A. VERKEST, P.E., DIRECTOR
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
ANDY ANDERSON, P.E., ASSISTANT DIRECTOR
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
PREPARED BY
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
INFRASTRUCTURE GROUP
I N
-
-
-
-
M&CReview
CITY COUNCIL AGENDA
DATE:
CODE:
COUNCIL ACTION: Approved on 7/13/2010
711312010 REFERENCE
NO.:
C TYPE:
C-24338
NON-
CONSENT
LOG NAME:
PUBLIC
HEARING:
Page 1 of2
Official site of the City of Fort Worth, Texas
FORT WORTH
~
20HMAC SURFACE
OVERLAY 2010-4
NO
SUBJECT: Authorize the Execution of a Contract with JLB Contracting, LLC in the Amount of
$1,154,347 .00 for Hot Mix Asphaltic Concrete Surface Overlay 2010-4 at Various Locations
(COUNCIL DISTRICTS 3, 6, 7 and 9)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract with JLB
Contracting , LLC in the amount of $1,154,347.00 for 210 calendar days for Hot Mix Asphaltic
Concrete Surface Overlay 2010-4 at various locations that are listed on the attachment.
DISCUSSION:
In the Fiscal Year 2009-2010 Contract Major Maintenance Program, various types of street
maintenance techniques are grouped into specific contract packages. Hot Mix Asphaltic Concrete
(HMAC) Surface Overlay 2010-4 at various locations provides for surface and base rehabilitation,
curb and gutter and valley gutter replacements for asphalt streets funded from the Contract Street
Maintenance Fund.
The City reserves the right to increase or decrease quantities of individual pay items within the
contract, provided that the total contract amount remains within plus or minus 25 percent of the
contract award.
This project was advertised for bid in the Fort Worth Star-Telegram on April 1, 2010 and April 8,
2010 . On April 29, 2010, the following bids were received:
IBIDDERS AMOUNT I
JLB Contracting, LLC $1,154,374.00
Peachtree Construction, Ltd. $1,205,974.00
Austin Bridge and Road, LP $1 ,206,696.00
APAC-Texas, Inc. $1 ,457,665.00
JLB Contracting, LLC is in compliance with the City's M/WBE Ordinance by committing to 20 percent
M/WBE participation. The City's goal on this project is 19 percent.
These projects are located in COUNCIL DISTRICTS 3, 6, 7 and 9 .
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated, of the Contract Street Maintenance Fund.
http://apps.cfwnet.org/council_packet/mc _review.asp?ID= 13649&councildate=7/13/201 O 7/21/2010
-
M&CReview Page 2 of2
TO Fund/Account/Centers FROM Fund/Account/Centers
C293 541200 206620146183 $1.154.347.00
Submitted for City Manager's Office by:
Originating DeP-artment Head:
Additional Information Contact:
ATTACHMENTS
Fernando Costa (6122)
William Verkest (8255)
Kristian Sugrim (8902)
20HMAC_$urface Overlay2010-4 Various location~.pdf
20HMAC-2,010-4 MAP _f AGE_Q1.pdf
20HMAG_2010-4_MAP _PAGE 02.g_df
20HMAC__2010-4 MAP PAGE 03.pdf
201:-IMAC 2010-4_MAP ~PAGE_04.pdf
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=l3649&councildate=7/13/2010 7/21/2010
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
HMAC SURFACE OVERLAY (2010-4)
AT VARIOUS LOCATIONS
IN THE CITY OF FORT WORTH, TEXAS
CITY PROJECT NO: 01461
TPW PROJECT NO: C293-541200-206620146183
3_3 0 -\0
NA DATE
INFRASTRUCTURE MANAGER
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
TABLE OF CONTENTS
1. Notice to Bidders
2. Special Instructions to Bidders
3. Minority and Women Business Enterprise Specifications
4. Proposal
5. Special Provisions
6. Item 360, Concrete Pavement (Modified Specification)
7. Prevailing Wage Rates
8. Vendor Compliance
9. Contractor Compliance with Worker's Compensation Law
10. Certificate 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 (2010-4)
CITY PROJECT NO: 01461
TPW PROJECT NO: C293-541200-206620146183
Submit package to the City of Fort Worth , Purchasing Division, lower level of the Municipal Building, 1000
Throckmorton St, Fort Worth , Tex as 76102 , until 1:30 P.M., Thursday, April 29, 2010 , and then publicly read
aloud at 2 :00 P.M., in the Council Chambers .
Specifications and Contract Documents for this project may be purchased for twenty dollars ($20) per set at the
office of the Trans portation and Public Works Department, Muni cipal Office Building, 1000 Throckmorton
Street, Fort Worth , Texas 76102. These documents contain additional information for prospective bidders .
A pre-bid conference will be held at 9:00 A.M. Tuesday, April 20, 2010, in the Tran sportation and Public Works
Conference Room , 2nd Floor, Municipal Building, RM 289.
The major work on the above-referenced project shall consist of the following:
Paving Improvements :
5,460 L.F.
11 ,000 S.Y .
3 ,700 S.F .
32,000 S.Y.
23,860 L.F .
82 ,000 S .Y .
56 ,500 L.F .
Remove and Replace Concrete Curb and Gutter
8-inch Pavement Pulverization
Remove and Replace 6-Inch Concrete Driveways
2-Inch Surface Milling
Pavement Wedge Milling (2 " to O" Depth, 5 ' Wide)
2-inch HMAC Surface Course Type "D" Pavement
Pavement Crack Sealing
Included in the above will be all other miscellaneous items of construction as outlined in the Plans and
Specifications .
For additional information , please contact Riad Nusrallah , Stre et Program Manager at (817) 392-8902 .
DALE A . FISSELER, P.E.
CITY MANAGER
Advertising Dates :
April 1, 2010
April 8, 2010
WILLIAM A. VERKEST, P .E., DIRECTOR
TRANSPORTATION AND PUBLIC WORKS
DEPARTMENT
By \(~~ ~("_;_
Kristian Sugrim
Project Manager
SPECIAL INSTRUCTIONS TO BIDDERS
1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of
Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid
submitted must accompany the bid, and is subject to forfeit in the event the successful
bidder fails to execute the contract documents within ten days after the contract has been
awarded.
To be an acceptable surety on the bid bond, the surety must be authorized to do business
in the state of Texas. In addition, the surety must (1) hold a certificate of authority from
the Untied States secretary of the treasury to qualify as a surety on obligations permitted
or required under federal law; or (2) have obtained reinsurance for any liability in excess
of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of
Texas and is the holder of a certificate of authority from the Untied States secretary of the
treasury to qualify as a surety on obligations permitted or required under federal law.
Satisfactory proof of any such reinsurance shall be provided to the City upon request.
The City, in its sole discretion, will determine the adequacy of the proof required herein.
2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be
tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the
application of such formulas or other methods of bringing items to a common basis as
may be established in the Contract Documents.
The total obtained by taking the sum of the products of unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the award of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
proceed with the work in any manner as maybe considered for the best interest of the
Owner.
The quantities of work and materials to be furnished as may be listed in the proposal
forms or other parts of the Contract Documents will be considered as approximate only
and will be used for the purpose of comparing bids on a uniform basis. Payment will be
made to the Contractor for only the actual quantities of work performed or materials
furnished in strict accordance with the Contract Documents and Plans. The quantities of
work to be performed and materials to be furnished may be increased or decreased as
hereinafter provided, without in any way invalidating the unit prices bid or any other
requirements of the Contract Documents.
3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract
Documents prior to the bid receipt. Information regarding the status of addenda may be
obtained by contacting the Transportation and Public Works Department at (817) 3 92-
8902. Bids that do not acknowledge all applicable addenda will be rejected as non-
respons1ve.
SPECIAL INSTRUCTIONS TO BIDDERS
-I -
4. AW ARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest
responsive bidder. The City reserves the right to reject any or all bids and waive any or
all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) City
business days from the date that the M/WBE UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM
("Documentation") is received by the City.
5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder
entering into a contract for the work will be required to give the City surety in a sum
equal to the amount of the contract awarded . The successful bidder shall be required to
furnish bonding as applicable in a sum equal to the amount of the contract awarded. The
form of the bond shall be as herein provided and the surety shall be acceptable to the
City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the
Texas Government Code, as amended.
A . If the total contract price is $25,000 or less, payment to the contractor shall be
made in one lump sum. Payment shall not be made for a period of 45 calendar
days from the date the work has been completed and accepted by the City.
B. If the contract amount is in excess of $25,000, a Payment Bond shall be
executed, in the amount of the contract, solely for the protection of all claimants
supplying labor and material in the prosecution of the work.
C. If the contract amount is in excess of $100,000, a Performance Bond shall be
executed, in the amount of the contract conditioned on the faithful performance of
the work in accordance with the plans, specifications, and contract documents.
Said bond shall solely be for the protection of the City of Fort Worth.
D. A Two-year Maintenance Bond is required for all projects to insure the prompt,
full and faithful performance of the general guarantee as set forth in Paragraph 7
of the Special Provisions.
To be an acceptable surety on the performance, payment and maintenance bonds, the
surety must be authorized to do business in the state of Texas and meet all requirements
of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a
certificate of authority from the Untied States secretary of the treasury to qualify as a
surety on obligations permitted or required under federal law; or (2) have obtained
reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and
admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority
from the Untied States secretary of the treasury to qualify as a surety on obligations
permitted or required under federal law. Satisfactory proof of any such reinsurance shall
be provided to the City upon request. The City, in its sole discretion, will determine the
adequacy of the proof required herein .
No sureties will be accepted by the City that are at the time in default or delinquent on
any bonds or which are interested in any litigation against the City. Should any surety on
the contract be determined unsatisfactory at any time by the City , notice will be given to
SPECIAL TNSTRUCTIONS 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 13A-2 l through 13A-29 of the Code of
the City of Fort Worth (1986), as amended, prohibiting discrimination in employment
practices.
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 shall,
upon demand made by the City, pay to the City $60 for each worker employed for
each calendar day or part of the day that the worker is paid less than the prevailing
wage rates stipulated in these contract documents. This penalty shall be retained
by the City to offset its administrative costs, pursuant to Texas Government Code
2258.023.
C. Complaints of Violations and City Determination of Good Cause.
On receipt of information, including a complaint by a worker, concerning an
alleged violation of 2258.023, Texas Government Code, by a contractor or
subcontractor, the City shall make an initial determination, before the 31st day
after the date the City receives the information, as to whether good cause exists to
believe that the violation occurred. The City shall notify in writing the contractor
or subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or claimants as the difference between wages paid and
SPECIAL fNSTRUCTIONS TO BIDDERS
-3 -
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
D. Arbitration Required if Violation Not Resolved.
An issue relating to an alleged violation of Section 2258.023, Texas Government
Code, including a penalty owed to the City or an affected worker, shall be
submitted to binding arbitration in accordance with the Texas General Arbitration
Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and
any affected worker do not resolve the issue by agreement before the 15th day
after the date the City makes its initial determination pursuant to paragraph (c)
above. If the persons required to arbitrate under this section do not agree on an
arbitrator before the 11th day after the date that arbitration is required, a district
court shall appoint an arbitrator on the petition of any of the persons. The City is
not a party in the arbitration. The decision and award of the arbitrator is final and
binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained.
The contractor and each subcontractor shall, for a period of three (3) years
following the date of acceptance of the work, maintain records that show (i) the
name and occupation of each worker employed by the contractor in the
construction of the work provided for in this contract; and (ii) the actual per diem
wages paid to each worker. The records shall be open at all reasonable hours for
inspection by the City. The provisions of the Audit section of these contract
documents shall pertain to this inspection.
F. Pay Estimates.
With each partial payment estimate or payroll period, whichever is less, the
contractor shall submit an affidavit stating that the contractor has complied with
the requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates.
The contractor shall post the prevailing wage rates in a conspicuous place at the
site of the project at all times.
H. Subcontractor Compliance.
The contractor shall include in its subcontracts and/or shall otherwise require all
of its subcontractors to comply with paragraphs ( a) through (g) above.
I. (Wage rates are attached following the end this section.)
9. FINANCIAL STATEMENT: A current certified financial statement may be required by
the Director of Transportation and Public Works Department for use by the CITY OF
FORT WORTH in determining the successful bidder. This statement, if required, is to be
SPECIAL INSTRUCTIONS TO BIDDERS
-4 -
prepared by an independent Public Accountant holding a valid permit issued by an
appropriate State Licensing Agency.
10. INSURANCE: Within ten days of receipt of notice of award of contract , the Contractor
must provide, along with executed contract documents and appropriate bonds, proof of
insurance for Workers Compensation (statutory); Comprehensive General Liability
($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance
($1,000,000 each accident on a combined single basis or $250,000 property
damage/$500,000 bodily injury per person per occurrence. A commercial business
policy shall provide coverage on "any auto", defined as autos owned , hired, and non-
owned). Additional lines of coverage may be requested . If such a request is made after
bid opening , Contractor shall be entitled to additional compensation equal to 110% of the
additional premium cost. For worker's compensation insurance requirements, see Special
Instructions to Bidders -Item 16.
ADDITIONAL INSURANCE REQUIREMENTS:
A. The City, its officers, employees and servants shall be endorsed as an additional
insured on Contractor's insurance policies excepting employer's liability insurance
coverage under Contractor's workers' compensation insurance policy.
B. Certificates of insurance shall be delivered to the City of Fort Worth, contract
administrator in the respective department as specified in the bid documents, 1000
Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on
the contracted project.
C. Any failure on part of the City to request required insurance documentation shall
not constitute a waiver of the insurance requirements specified herein.
D. Each insurance policy shall be endorsed to provide the City a minimum thirty
days notice of cancellation, non-renewal, and/or material change in policy terms
or coverage. A ten days notice shall be acceptable in the event of non-payment of
premium.
E. Insurers must be authorized to do business in the State of Texas and have a
current A.M. Best rating of A: VII or equivalent measure of financial strength and
solvency.
F. Deductible limits, or self-funded retention limits, on each policy must not exceed
$10,000 .00 per occurrence unless otherwise approved by the City.
G. Other than worker's compensation insurance, in lieu of traditional insurance, City
may consider alternative coverage or risk treatment measures through insurance
pools or risk retention groups. The City must approve in writing any alternative
coverage.
H. Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of
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.
12.
"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.
MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort
Worth Ordinance No. 11923 , as amended by Ordinance No. 13471 , the City of Fort
Worth has goals for the participation of minority business enterprises and women
business enterprises in City contracts. You may obtain a copy of the Ordinance from the
Office of the City Secretary.
SPECIAL INSTRUCTIONS TO BIDDERS
-6 -
The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort
Form, as applicable, must be submitted no later than 5 :00 p . m. five (5) City business
days after the bid opening date, exclusive of the bid opening d ate . The bidder shall
submit the documentation at the reception area of the Transportation and Public Works
Department ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt.
Failure to comply shall render your bid non-responsive.
Upon contract execution between the City of Fort Worth and the successful bidder, now
known as Contractor, a pre-construction meeting will be scheduled at which time the
Contractor is required to submit either Letters of Intent or executed agreements with the
M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed
agreements shall include the following information:
1. Name of Contract
2. Name ofM/WBE firm utilized
3. Scope of Work to be performed by the M/WBE firm
4. Monetary amount of work to be performed by the M/WBE firm
5. Signatures of all parties
A notice to proceed will not be issued until the signed letter(s) or executed
agreement(s) have been received.
Throughout the duration of this project, the Contractor complies with the M/WBE
Ordinance by complying with the following procedures:
• A M/WBE Participation Report Form must be submitted monthly until the contract is
completed. The first report will be due 30 days after commencement of work. The
monthly report MUST have an original signature to ensure accountability for audit
purposes.
• Reports are to be submitted monthly to the M/WBE Office, regardless of whether or
not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a
particular month, place a "O" or "no participation" in the spaces provided, and provide
a brief explanation.
• The Contractor shall provide the M/WBE Office proof of payment to the M/WBE
subcontractors and suppliers only. The M/WBE Office will accept the following as
proof of payment:
1. Copies of submitted invoices with front and back copies of canceled check(s), OR
2. A notarized letter explaining, in detail:
a Subcontractor/supplier Scope of Work
b. Date when services were received from subcontractor/supplier
c. Amounts paid to the subcontractor/supplier
d. Original signatures from both parties must be included on this letter.
SPECIAL INSTRUCTIONS TO BIDDERS
-7 -
• If the Contractor foresees a problem with submitting participation reports and /or
proof of payment on a monthly basis , the M/WBE Office should be notified.
If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere
to the following:
1. Immediately submit a Request for Approval of Change Form to the M/WBE
Office explaining the request for the change or deletion.
2. If the change affects the committed M/WBE participation goal, state clearly how
and why in documentation.
a. All requests for changes must be reviewed and pre-approved by the M/WBE
Office.
b. If the Contractor makes change(s) prior to approval, the change will not be
considered when performing a post compliance review on this project.
• Upon the Contractor's successful completion of this project, and within ten days after
receipt of final payment from the City of Fort Worth, The Contractor will provide the
M/WBE Office with a Final Participation Report Form to reflect the total
participation from ALL subcontractors/suppliers utilized on the project.
• All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional
information regarding compliance to the M/WBE Ordinance, call (817) 871-6104.
Upon request, Contractor agrees to provide to Owner Complete and accurate information
regarding actual work performed by a Minority/Women Business Enterprise (M/WBE)
on the contract and payment therefore. Contractor further agrees to permit an audit and/or
examination of any books, records or files in its possession that will substantiate the
actual work performed by an M/WBE. The misrepresentation of facts ( other than a
negligent misrepresentation) and/or the commission of fraud by the Contractor will be
grounds for termination of the contract and/or initiating action under appropriate federal,
state or local laws or ordinances relating to false statements; further, any such
misrepresentation ( other than a negligent misrepresentation) and/or commission of fraud
will result on the Contractor being determined to be irresponsible and barred from
participating in City work for a period of time of not less than three years.
13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the
proposal, the City reserves the right to adopt the most advantageous construction thereof
or to reject the proposal.
14 . PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND
WARRANTY:
a. The contractor will receive full payment (less 5% retainage) from the city for each pay
period.
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 the
city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city
shall make a progress payment in the amount that city deems due and payable.
g. In the event of a dispute regarding either final quantities or liquidated damages, the
parties shall attempt to resolve the differences within 30 calendar days.
15. AIR POLLUTION WATCH DAYS : The Contractor shall be required to observe the
following guidelines relating to working on City construction sites on days designated as
"AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the
Metroplex area, runs from May 1, through October 31 , with 6:00 a.m. -10 :00 a .m. being
critical because emissions from this time period have enough time to bake in the hot
atmosphere that leads to early afternoon ozone formation.
The Texas Commission on Environmental Quality (TCEQ), in coordination with the
National Weather Service , will issue the AIR POLLUTION WATCH by 3:00 p.m . on the
afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS,
the Contractor shall bear the responsibility of being aware that such days have been
designated AIR POLLUTION WATCH DAYS and as such shall not begin work until
10:00 a .m. whenever construction phasing requires the use of motorized equipment for
periods in excess of 1 hour.
However, the Contractor may begin work prior to 10:00 a.m. if use of motorized
equipment is less than 1-hour, or if equipment is new and certified by EPA as "Low
Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG.
If the Contractor is unable to perform continuous work for a period of at least seven hours
between the hours of 7 :00 a.m. -6:00 p.m., on a designated AIR POLLUTION WATCH
DAY, that day will be considered as a weather day and added onto the allowable weather
days of a given month.
16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance
with Workers Compensation shall be as follows:
SPECIAL INSTRUCTIONS TO BIDD ERS
- 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
-10 -
E. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within ten days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person providing
services on the project.
H. The contractor shall post on each project site a notice , in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered , and stating how
a person may verify coverage and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to
provide services on a project, to :
(1) provide coverage, based on proper reporting on classification codes and payroll
amounts and filing of any coverage agreements , which meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all of its employees
providing services on the project, for the duration of the project;
· (2) provide to the contractor, prior to that person beginning work on the project , a
certificate of coverage showing that coverage is being provided for all employees
of the person providing services on the project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(4) obtain from each other person or entity with whom it contracts, and provide to
the contractor:
(a) a certificate of coverage, prior to the other person or entity beginning work
on the project; and
(b) a new certificate of coverage showing extension of coverage , prior to the end
of the coverage period, if the coverage period shown on the current certificate
of coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter.
(6) notify the governmental entity in writing by certified mail or personal delivery,
within ten days after the person knew or should have known , of any change that
materially affects the provision of coverage of any person providing services on
the project ; and
SPECIAL INSTRUCTIONS TO BIDDERS
-11 -
(7) contractually require each person with whom it contracts, to perform as required
by paragraphs (1) -(7), with the certificates of co verage to be pro vided 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 -
18.
,
against any person because of their age except on the basis of a bona fide occupational
qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents or employees
acting on their behalf, shall specify in solicitations or advertisements for employees to
work on those contract a maximum age limit for such employment unless the specified
maximum age limit is based upon a bona fide occupational qualification , retirement plan
or statutory requirement.
Contractor warrants that it will fully comply with the Policy and will defend , indemnify
and hold City harmless against any and all claims or allegations filed by third parties
against City arising out of Contractor's alleged failure to comply with the Policy in the
performance of this contract.
DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the
Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not
unlawfully discriminate on the basis of disability in the provision of services to the
general public, nor in the availability, terms or conditions of employment for applicants
for employment with, or current employees of, Contractor. Contractor warrants that it
will fully comply with the ADA's provisions and any other applicable federal, state , or
local laws concerning disability and will defend, indemnify and hold City harmless
against any and all claims or allegations filed by third parties against City arising out of
Contractor's alleged failure to comply with the ADA in the performance of this contract.
END OF SECTION
SPECIAL INSTRUCTIONS TO BIDDERS
-13 -
.-.
FORT WORTH
"'-, . City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total dollar value of the contract is less than $25,000, the M/WBE oal is not a plicable .
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid .
M/WBE PROJECT GOALS
The City's M/WBE goal on this project is l q % of the total bid (Base bid applies to Parks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25,000 or more , bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following:
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department, within the following times allocated, in order
for the entire bid to be considered responsive to the specifications . illle Offeror shall deliver the MWBE documentation
in person ~ the appropriate employee of the managing departmeni and obtain a date/time receipt. Such receiP-t' shaU
be evidence that the Ci received the documentation in the time allocated. A faxed COP-Y, wilt not be acceP-ted
1. Subcontractor Utilization Form , if goal is
met or exceeded :
2. Good Faith Effort and Subcontractor
Utilization Form, if participation is less than
stated oal :
3. Good Faith Effort and Subcontractor
Utilization Form, if no M/WBE artici ation:
4. Prime Contractor Waiver Form, if you will
erform all subcontractin /su lier work :
5. Joint Venture Form, if utilize a joint venture
to met or exceed oal.
received by 5:00 p.m ., five (5) City business days after the bid
o enin date , exclusive of the bid o enin date .
received by 5:00 p.m ., five (5) City business days after the bid
opening date , exclusive of the bid opening date .
received by 5:00 p.m., five (5) City business days after the bid
o enin date, exclusive of the bid o enin date .
received by 5:00 p.m., five (5) City business days after the bid
o enin date , exclusive of the bid o enin date .
received by 5:00 p.m., five (5) City business days after the bid
o enin date, exclusive of the bid o enin date .
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the M/WBE Office at (817) 392-6104.
Rev. 11/1/05
TRANSPORTATION AND PUBLIC WORKS
BUSINESS SUPPORT DMSION
W/MBE REQUIRED DOCUMENTATION RECEIPT
Official Date and Time
05 -'.)6 -lO Al 0 :5 8 RCVD
Bid Date: --"li; ...... ~ ............. +---... _ ....... d.____;____.::2 ............. a ___ /i-=u _____ _
Project Name: /-1/JJ!l(I cf}ovJ"1 ..,2010 --t/
<
Project Manager: c~ ~
Forms Submitted By
Name: ;?6)L s ~ ---, .......... __________________ _
Company: -~~~~:6___.._fJ ........... ~-=---------...._~-Jf--i'+-------
/) Forms Received By:
Name: _,//a~-~~~.._____,._,,J~~·~~c.......~-t/ __ _
FORT WORTH ----...,-..---
PRIME COMPANY NAME :
JLB Contracting, LLC
PROJECT NAME :
HMAC Surface Overlay 2010-4
City's M/WBE Project Goal:
19%
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATTACHMENT 1A
Page 1 of 4
Check applicable block to describe prime
I MNV/DBE I X I NON-M/W/DBE
April 29 , 2010
Prime's M/WBE Project Utilization: PROJECT NUMBER
01461
19.83%
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form , in its entirety with requested documentation , and received by the Managing
Department on or before 5:00 p.m . five (5) City business days after bid opening , exclusive of bid open 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 intentional
and/or knowing misrepresentat ion of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
Parker, Johnson , Collin , Dallas , Denton , Ellis , Kaufman and Rockwall counties .
Identify each Tier level. Tier is the level of subcontracting be low the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to
its supplier is considered 2 nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms , located or doing business at the t ime of bid opening w ithin the Marketplace , that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certificat ion
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE).
If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks from another M/WBE firm , including M/WBE owner-operators , and receive full M/WBE credit. The
M/WBE may lease trucks from non-M/WBEs, including owner-operators , but will only receive credit for the
fees and commissions earned by the M/WBE as outlined in the lease agreement.
I ~
fORTWORTH
~
ATTACHMENT 1A
Page 2 of4
Pri mes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minority , Women and non-M/WBEs.
Please list M/WBE firms first , use additional sheets if necessary.
Certification N
(che ck one ) 0
SUBCONTRACTOR/SUPPLIER T n
Company Name i N T Detail Deta i l
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E
A
Zamora Construction 1 X Miscellaneous $112 ,600
P. 0 . Box 10396 Concrete
River Oaks ,TX 76114
(817) 759-0063
(817) 864-7780
Magnum Trucking 1 X Raw Materials $54 ,525
Hauler
Atco Construction , Inc. 1 X Haul HMAC to $61 ,827
the job
TXI 1 X Raw Aggregate $35 ,919
Supplier
Sout hern Asphalt 1 X Liquid Asphalt $227 ,755
Supplier
~ fORTWORTH ---...._,.....-ATTACHMENT 1A
Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs .
Please list M/WBE firms first. use additional sheets if necessary.
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name i N
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D Vl,i
Telephone/Fax r B B R 0 B E E C T E
A
Dustrol 1 )( Milling Sub $74,860
• FORTWORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS
$ 228,952
$338,534
$627,576
ATTACHMENT 1A
Page 4 of 4
The Contractor will not make additions, deletions , or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination .
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including
M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or
examination of any books, records and files held by their company . The bidder agrees to allow the
transmission of interviews with owners, principals , officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City . Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offeror and barred from participating in
City work for a period of time not less than one ( 1) year.
Authorized Signature
President
Title
JLB Contracting, L.L.C .
Company Name
PO Box24131
Address
Fort Worth Texas 76124
City/State/Zip
James G. Humphrey
Contact Name/Title (if different)
(817) 261-2991 (817) 261-3044
Telephone and/or Fax
E-mail Address
April 29. 2010
Date
·-
TO: CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH, TEXAS 76102
FOR : H .M.A.C. SURFACE OVERLAY (2010-4)
AT VARIOUS LOCATIONS
CITY PROJECT NO: 01461
P R O P O S A L
TPW PROJECT NO: C293-541200-206620146183
Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly
examined the plans, specifications and the site, understands the amount of work
to be done, and hereby proposes to do all the work and furnish all labor,
equipment, and materials necessary to fully complete all the work as provided
in the plans and specifications, and subject to the inspection and approval of
the Director of the Transportation and Public Works Department of the City of
Fort Worth .
Total quantities given in the bid proposal may not reflect actual quantities;
however, they are given for the purpose of bidding on and awarding the contract.
The City also reserves the right to increase or decrease quantities of individual
pay items within the contract provided that the total contract amount remains
within plus or minus (±) 25% of the contract award . The contractor is not entitled
to any additional compensation or renegotiation of individual pay item bid prices .
Upon acceptance of this proposal by the City Council, the bidder is bound to
execute a
acceptable
contract and furnish Performance,
to and approved by the City of
Payment and Maintenance Bonds
Fort Worth for performing and
completing the said work within the time stated and for the following sums,
to-wit:
SPEC
ITEM
S.P.
S.P.
104
502
S.P.
PAY
ITEM
1
2
3
APPROX.
QUANTITY
2EA.
LUMPSUM
5,460 L.F.
DESCRIPTION OF ITEMS WITH
BID PRICES WRITTEN IN WORDS
Project Designation Sign @
Two Hundred Dollars
& No Cents Per Each
Utility Adjustment @
Six Thousand Dollars -----------
& No Cents Per L.S.
Remove and Replace Concrete Curb &
Gutter @
~-~ Dollars&
~ Cents Per L.F.
P-1
UNIT TOTAL
PRICE AMOUNT BID
$200.00 $400.00
$6,000.00 $6,000.00
SPEC PAY APPROX.
ITEM ITEM QUANTITY
502 4 100 L.F.
S.P.
104
504
S.P.
104
504
S.P.
504
S.P.
104
504
S.P.
104
504
S.P.
504
S.P.
104
504
S.P.
5 3,700 S.F.
6 100 S.F.
7 100 S.F.
8 980 S.F.
9 100 S.F.
10 100 S.F.
11 150 S.F.
DESCRIPTION OF ITEMS WITH
BID PRICES WRITTEN IN WORDS
New Concrete Curb & Gutter @
~~~)Lp;y7F'-". ""---Dollars & ---"(/__ff?_"'-'-,.,....._ ___ Cents Per L.F.
Remove and Replace 6-Inch
---6......,..~:__-.,.._ ___ Dollars &
...-,rt=:J).'21...,.1-=-~~!:::::'...-Cents Per S.F.
Remove and Replace 6-Inch
Exposed Aggregate Concrete
Dr~·ve a~@
Dollars & _....._~---p----· --C-ents Per S.F.
New 6-Inch Concrete Driveway@ 1...t,,bU Dollars & ,~r Cents Pe, S.F.
Remove and Replace 4-Inch
Con~~walk@
--~--------Dollars &
-"""'4'7-""""-/""-"-~"+::r'1 ___ Cents Per S.F.
Remove and Replace 4-Inch
Exp sed A gregate Sidewalk @
New 4-nch Concrete Sidewalk@
-tJU,V Dollars &
-~..._;j"';,A~~~.,...,.....1 ___ Cents Per S.F.
Remove Existing Wheelchair Ramp and
Install Standard 4-inch ADA Wheelchair
Ramp (with detectable warning Dome-
Tileju ~~.c;l,,,~
--~""",.;C/--:--"VV'---"r-i...-r------Dolla rs &
..Jkp-q; ft/ Cents Per S.F.
(i
P-2
UNIT
PRICE
.S,&0
17tJ
TOTAL
AMOUNT BID
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
504 12 100 S.F. New 4-Inch ADA Wheelchair
S.P. Ramp (with detectable warning
Dom..A,Tile surface @ -~ Dollars & ~!t Cents Per S.F. $ 7, 7-1 $ ?:?i1 ,oo
104 13 100 S.Y. Remove and Replace Existing Concrete
360 Valley Gutter@
S.P. 11~ Dollars &
Cents Per S.Y. $ V:~tJtJ $ of'~d, a::;
360 14 270 S.Y. New Concrete Valley Gutter@
S.P. o/t ~ Dolffln & = = -= Cents Per S.Y.
$ ,££',()() $ IS ~(po, a:J
S.P. 15 1 EA. Remove and Replace 5-Ft Storm
Drainage Inlet Top@ ~
'jtut,11~u/lr&~ ollars &
.Air ents Per Each $'4JA0,tt1 $ c2/ol6,00
S.P. 16 1 EA. Remove and Replace 10-Ft Storm
Drainage Inlet T~
~~~ ,tVld
~< Dollars &
$~tzlPd,t/l $ ,::R(p/p?J ,Ot7 -~ Cents Per Each
402 17 100 L.F. 6-Inch Subdrain Pipe@
500
620 -JJ&{_ Dollars &
S.P. 441tJ1 Cents Per L.F. $ 1(2, (pt1 $ ltJ~tJ.CJo
275 18 11,000 S.Y. 8-Inch Pavement Pulverization @
S.P. "T~ Dollars &
4.kj~-;4i,1,(v?t) Cents Per S.Y. $o(, t, 7 $ r2<? ?7~,(12
275 19 140 Tons Cement Modification (26 lbs/sy) @
S.P. ~~/ Dollm&
$ 9,5,otJ Cents Per Ton
$ ll8CJd', ct:J
P-3
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
106 20 270 C.Y. Unclassified Street Excavation @
S.P. ifrUA~ Dollars &
.At-fr Cents Per C.Y. $/~tJ $ d'1i?"cJ. tJo
247 21 5 C.Y. Crushed Limestone@
S.P. 1d; ,e.r Dollars &
$ ~ ,tlJ Cents Per C.Y. $ cf?@ ,Ck)
300 22 450 C.Y. Asphalt Pavement and Base Repair @
310 {ffi,~q-U.u.,, & / 340
S.P.
if Cents Per C.Y.
$ /7'2.S2J $ ?1~.fl670o
,_. 300 23 150 Tons HMAC Pavement Level-Up@
-310
f" '-fl-~ Dolla" & -340
S.P. Cents Per Ton
$ ??-t){) $ i!&fo,oo
S.P. 24 23,860 L.F. Pavement Wedge Milling 2-Inch to 0-
Inch Depth, 5.0 Ft Wide@
(VAtU Dollar &
44 Cents Per L.F. $ /. t) (p $,2SptJ/. ~o
S.P. 25 55EA. Butt Joint Milling @
'f U#k&/~...UV Dollars &
Cents Per Each $c{) /8,tltJ $ 117/tj,00
S.P. 26 32,000 S.Y. 2-Inch-Surface Milling@
dL~ Dollars &
Cents Per S.Y.
$ /.'33 $ ~ 15' tJ;.o. a::7
300 27 56,500 L.F. Crack Sealing of Existing Pavement @
S.P. ~ Dollm&
$ t1, ;z~ $ /9,/pf~~~ f1t=2'a -4¥ Cents Per L.F.
P-4
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
300 28 82,000 S.Y. 2-lnch HMAC Surface Course
310 Type "D" Mix @
340 ~ Dollars&
S.P. =f!~ents Per S.Y . $~0/ $ /pcf6c3'1'6,oo
S.P. 29 11 EA. Removal and Replacement of 30-Ft
HMAC Speed Cushion w/stripping @
J~~-~ollars&
~ Cents Per Each $d'ft.i0:C}C) $ ~8:?6,4:;>
S.P. 30 I EA. Removal and Replacement of 40-Ft
HMAC ~eed Cusht;stripping @
7~-~ ovw/ _.:.___let~ Dollars &
0 ~ Cents Per Each $ ex '2 tza ot1 $0'.'kw,oo
450 31 25EA. Water Valve Box Adjustment
S.P. With Steel Riser@
One hundred and twentx five Dollars &
No Cents Per Each $125.00 $3,125.00
406 32 7EA. Water Valve Box Adjustment
450 With Concrete Collar@
S.P.
Three hundred and fif!)'. Dollars &
Cents Per Each $ 350.00 $2,450.00
S.P. 33 IOEA. Water Meter Box Adjustment @
Thirtx five Dollars &
No Cents Per Each $ 35.00 $ 350.00
450 34 20EA. Manhole Adjustment With
S.P. Steel Riser @
Two hundred and fiftx Dollars &
No Cents Per Each $250.00 $5,000.00
P-5
SPEC PAY APPROX. DESCRIPTION.OF ITEMS WITH UNIT TOTAL
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
406 35 SEA. Manhole Adjustment With
450 Concrete Collar @
S.P.
Four hundred and fifty Dollars &
No Cents Per Each $ 450.00 $2,250.00
S.P. 36 130 EA. Painting House Curb Addresses@
c1nd5 Dollars &
Cents Per Each $ II. t2t2 $ 1<kacJo
S.P. 37 1,520 S.Y. Grass Sod Replacement @
if~ Dollars &
Cents Per S.Y. $ .t/s1. $ 4?tf7t1,~
S.P. 38 2EA. Re-Mobilization @
Five hundred Dollars &
No Cents Per Each $ 500.00 $1,000.00
TOTAL BID
P-6
This contract is issued by an organization which
pursuant to the provisions of Article 20.04 (F) of
qualifies for exemption
the Texas Limited Sales,
Excise and Use Tax Act.
Taxes. All equipment and materials not consumed by or incorporated into the
project construction, are subject to State sales taxes under House Bill 11, enacted
August 15, 1991 .
The Contractor shall comply with City Ordinance 7278 , as amended by City Ordinance
7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting
discrimination in employment practices.
The undersigned agrees to complete all work covered by these contract documents
within two hundred and ten (210 ) Calendar Days from and after the date for
commencing work as set forth in the written Work order to be issued by the Owner,
and to pay not less than the "Prevailing Wage Rates for Street, Drainage and
Utility Construction" as established by the City of Fort Worth, Texas.
Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid,
the undersigned will execute the formal contract and will deliver an approved
Surety Bond for the faithful performance of this contract. The attached deposit
check in the sum of
_________________________ Dollars ($ ___________ ~
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) working days of the notice given by
the Construction Engineer for any of the locations. If the contractor fails to
begin the work within ten (10) working days, a $200 dollars liquidated damage will
be assessed per Block per day.
I (we) acknowledge receipt of the following addenda to the plans and
specifications, all of the provisions and requirements of which have been taken
into consideration in preparation of the foregoing bid:
Addendum No: 1 (Initials)
Addendum No: 2 (Initials)
Addendum No: 3 (InitiaJ.'i iu, ~,,,,, .. , ... ,,~,--
~''~ ~OM ll:Jo ,,,
~~··· '.:I ,, !~"'(Y" .. ~d.<o·, v%
(Seal) ""' ·~ • f"" -~ > \A.-., ·" !') i OJ = _ ~,. ' > , J,.o : 0 _
_ v, o~~ . -~ ,i,~ ,12~
,_ :I.I. •• ~~ ~ 0 . ·· ..... -..;' ~ )'7············~v ~ ,,,,, 'e>N\ l,.0 ,,,,,
,tl I ''''""'''' Date: r _ -z..q Z,,1,1-0
I
Respectfully submitted,
JLB CONTRACTING, LLC Company Name
By:Q~~~
I/
Signature
Printed Name of Principal
Address : P.O. BOX 24131 ---------------1='" r ~ 'M')l=\TH, TX 76124
E-mail Address: ------------Telephone: {f?t 7) ?A,, -?!t'f /
P-7
SPECIAL PROVISIONS
FOR: H.M.A.C. SURF ACE OVERLAY (2010-4)
ATV ARIOUS LOCATIONS
CITY PROEJCT NO: 01461
TPW PROJECT NO: C293-541200-206620146183
1. SCOPE OF WORK:
The work covered by these details and specifications consists of the removal (only) of all existing
traffic buttons, removal and replacement of existing concrete curb and gutter and driveways and
existing base repair and the addition of a new surface layer of H.M.A.C. for those streets designated
as Mill Overlay (MOL). For those streets designated as Pulverized Overlay (POL), the work consists
of the same removal and replacement items as described above, surface and base rehabilitation of
existing pavement with cement and the addition of a new surface layer of H.M.A.C . These items are
described in the Special Provisions of these specifications. The work also consists of all other
miscellaneous items of construction to be performed as outlined in the details and specifications
which are necessary to satisfactorily complete the work.
The Contractor shall mobilize within ten (10) working days of the notice given by the Construction
Engineer for any locations. If the contractor fails to begin the work within ten ( 10) working days, a
$200 dollars liquidated damage will be assessed per block per day.
It shall be the responsibility of the prospective bidder to visit the project sites and make such
examinations and explorations as may be necessary to determine all conditions that may affect
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties, procedures for protecting existing
improvements and disposition of all materials to be removed . Proper consideration should be
given to these details during preparation of the Proposal and all unusual conditions that may give
rise to later contingencies should be brought to the attention of the City prior to the submission of
the Proposal. The contractor shall verify these locations with the Construction Engineer.
For street locations, see list at the back of this document. At the sole discretion of the City, the
City reserves the right to add, delete or substitute streets in this contract. The City also reserves
the right to increase or decrease quantities of individual pay items within the contract provided
that the total contract amount remains within plus or minus (±) 25% of the contract award . The
SP-1
contractor is not entitled to any additional compensation or renegotiation of individual pay item
bid prices.
All short turnouts that intersect with a street to be repaired shall be included in this contract, even
though they may not be listed with the street locations at the back of this document, due to their size .
The contractor shall verify these locations with the Construction Engineer prior to construction. The
construction of these turnouts includes; but, is not limited to, milling, cleaning, tack coating,
overlaying and facility adjusting.
Total quantities given in the bid proposal may not reflect actual quantities, but represent the best
estimate based on a reasonable effort of investigation; however, they are given for the purpose of
bidding on and awarding the contract.
2. AW ARD OF CONTRACT:
Contract will be awarded to the lowest responsible bidder.
3. SUBMITT ALS FOR CONTRACT AW ARD:
The City reserves the right to require the contractor who is the apparent low bidder(s) for a project
to submit such information as the City, in sole discretion may require, including but not limited to
manpower and equipment records, information about key personnel to be assigned to the project,
construction schedule, to assist the City in evaluating and assessing the ability of the apparent low
bidder(s) to deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City's assessment of the submitted information, a
recommendation regarding the award of a contract will be made to the City Council. Failure to
submit the information, if requested, may be grounds for rejecting the apparent low bidder as non-
responsive. Affected contractors will be notified in writing of a recommendation to the City
Council.
4. CONTRACT TIME:
The Contractor agrees to complete the Contract within the allotted number of days. If the
Contractor fails to complete the work within the number of days specified, liquidated damages shall
be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard
Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas.
SP-2
The contract time will be counted from the date set at the pre-construction conference and will
continue until a time the inspector determines the project is ready for a final inspection . At that time
a final inspection will be scheduled. If in the opinion of the inspector the project has not been made
ready, the final inspection will be cancelled and time will continue to be counted. A five working
day period is required for the rescheduling of a final inspection.
The Contractor also agrees to complete the final punch list within ten (10) working days after
receiving it. If the Contractor fails to complete the work within ten ( I 0) working days, the counting
of the number of days to complete the Contract will resume and liquidated damages shall be charged,
as outlined in Part 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 failure to maintain the contract
schedule, the following process shall be applicable:
The work progress on all construction projects will be closely monitored. On a bi-monthly basis
the percentage of work completed will be compared to the percentage of time charged to the
contract. If the amount of work performed by the contractor is less than the percentage of time
allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time
as may be amended by change order), the following proactive measures will be taken:
A. A letter will be mailed to the contractor by certified mail; return receipt
requested, demanding that within 10 days from the date that the letter is
received, to provide sufficient equipment, materials and labor to ensure
completion of the work within the contract time. In the event the contractor
receives such a letter, the contractor shall provide to the City an updated
schedule showing how the project will be completed within the contracted time.
B. The Construction Engineer and the Director of the Transportation and Public
Works Department will be made aware of the situation. If necessary, the City
Manager's Office and the appropriate city council members may also be
informed.
SP-3
C. Any notice that, in the City's sole discretion, is required to be provided to
interested individuals will be distributed by the Construction Engineer .
D. Upon receipt of the contractor's response, the appropriate City departments and
directors will be notified. The Construction Engineer will, if necessary, then
forward updated notices to the interested individuals.
E. If the contractor fails to provide an acceptable schedule or fails to perform
satisfactorily a second time prior to the completion of the contract; the bonding
company will be notified appropriately.
6. RIGHT TO ABANDON:
The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or
the entire project, at any time before the Contractor begins any construction work authorized by the
City.
7. CONSTRUCTION SPECIFICATIONS:
This contract and projects are governed by the two following published specifications, except as
modified by these Special Provisions:
ST AND ARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY
OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION-NORTH CENTRAL TEXAS. General Provisions shall be those of the Fort
Worth document rather than Division 1 of the North Central Texas document.
A copy of these specifications may be purchased at the Office of the Transportation and Public
Works Department, 1000 Throckmorton Street, 2nd floor of the Municipal Building, Fort Worth,
Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay
item in the Proposal. If not shown, then applicable published specifications in any of these
documents may be followed at the discretion of the Contractor.
8. CONTRACT DOCUMENTS:
Bidders shall not separate, detach or remove any portion, segment or sheets from the contract
documents at any time. Failure to bid or fully execute contract without retaining contract documents
SP-4
intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract
as appropriate and as determined by the Director of the Transportation and Public Works Department.
9. MAINTENANCE STATEMENT:
The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship, or both, for a period of two (2) years from date of final acceptance of this project by
the City of Fort Worth and will be required to replace at his expense any part or all of the project
which becomes defective due to these causes . See Special Instructions to Bidders Item No. 14 for
further requirements .
10. TRAFFIC CONTROL:
The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the
"Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for
providing traffic control during the construction of this project consistent with the provisions set forth
in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways"
issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways",
codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and
31.
A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic
Engineer @817-392-8712 at least 10 working days prior to the preconstruction conference.
Although work will not begin until the traffic control plan has been reviewed, the Contractor's time
will begin in accordance with the time frame established in the Notice to the Contractor.
The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign
which has been erected by the City. If it is determined that a sign must be removed to permit
required construction, the Contractor shall contact the Transportation and Public Works Department,
Signs and Markings Division (phone number 817-392-7738), to remove the sign. In the case of
regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the
requirements of the above referenced manual and such temporary sign must be installed prior to the
removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet
the required specifications, the permanent sign shall be left in place until the temporary sign
requirements are met. When construction work is completed to the extent that the permanent sign
SP-5
-
can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install
the permanent sign and shall leave his temporary sign in place until such re-installation is completed .
The Contractor shall limit his work within one continuous lane of traffic at a time to minimize
interruption to the flow of traffic upon the approval of the City Engineer.
Work shall not be performed on certain locations/streets (primarily arterials) during "peak traffic
periods (7 a .m. to 9 a.m. and to 4 p .m . to 6 p.m.)"; or, as determined by the City Traffic Engineer and
in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for
Construction and Maintenance Work Areas." See "Street By Street Quantity Determination Spread
Sheet", in the back of this document, for designated locations .
The contractor will be responsible for coordination, of proposed construction activities, with public
or private school administration . The proposed construction activities shall accommodate school
operating schedules, including school bus/parent drop off and pick up periods. The contractor shall
provide proper traffic and pedestrian control to ensure safety at all times . Construction areas shall be
properly barricaded/fenced to prevent public entry.
11. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION:
Prior to beginning construction on any street in this contract, the contractor shall , prepare and
deliver a notice/flyer of the pending construction to the front door of each residence or business
that will be impacted by construction.
The notice/flyer shall be posted three (3) working days prior to beginning construction activity
along each street. The flyer shall be prepared on the Contractor's letterhead and shall include the
following:
o Project name/Contract name
o Project number
o Expected dates of construction
o Contractors and project inspector's contact information
A sample notice/flyer is included in the contract documents. The Electronic version of the
notice/flyer can be obtained from the Office of the Transportation and Public Works Department
(817) 392-8902
SP-6
-
It will be the contractor's responsibility to create and distribute a follow-up notice/flyer informing
residents if for any reason work should stop on a project for more than five (5) working days after
construction begins. The flyer should also include the anticipated date of when the work will
begin again. It will be the contractor's responsibility to re-distribute a three (3) working day
notification/flyer prior to beginning the construction activity.
In addition, all copies of the notice/flyer shall be delivered to the City inspector for his review
prior to distribution. The contractor will not be allowed to begin construction on any street until
the flyer is delivered to all residents of the street.
All work involved with the notice/flyer shall be considered subsidiary to the contract price and no
additional compensation shall be made.
12. PAYMENT:
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 w~en
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide
information or material, if any, which is to be furnished by the City. When such extra compensation
is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by
him found correct shall be approved and referred by him to the Council for final approval or
disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by
specific orders given by the Engineers to stop work, or by the performance of extra work, or by the
failure of the City to provide material or necessary instructions for carrying on the work, then such
delay will entitle the Contractor to an equivalent extension of time, his application for which shall,
however, be subject to the approval of the City and no such extension of time shall release the
Contractor or the surety on his performance bond from all his obligations hereunder which shall
remain in full force until the discharge of the contract.
SP-7
14. DETOURS AND BARRICADES:
The Contractor shall pro se cute his work in such a manner as to create a minimum of interruption to
traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project
area . Contractor shall protect construction, as required by Engineer, by providin g barricades.
Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and
Warning and/or Detour Signs", Item 524, and/or as shown on the plans .
Construction signage and barricades shall conform to the latest edition of the "Texas Manual on
Uniform Traffic Control Devices, Vol. No. l ".
15. DISPOSAL OF SPOIL/FILL MATERIAL:
Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the
Department of Engineering, acting as the City of Fort Worth's Flood Plain Administrator
("Administrator"), of the location of all sites where the contractor intends to dispose of such material.
Contractor shall not dispose of such material until the proposed sites have been determined by the
Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth
(Ordinance No . 10056) and a flood plain permit issued. All disposal sites must be approved by the
Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood
plain permit can be issued upon approval of necessary engineering studies. No fill permit is required
if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be
evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or
by a Flood Plain Fill Permit authorizing fill within the flood plain . Any expenses associated with
obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's
expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit
or a letter from the Administrator approving the disposal site, upon notification by the Director of the
Department of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose
of such materials in accordance with the Ordinance of the City and this section .
No temporary storage of material, rubble, equipment or vehicles within parkway is allowed. Damage
to sodded/landscaped areas shall be replaced at Contractor 's expense to the satisfaction of City
Engineer .
SP-8
-
-
16. ZONING REQUIREMENTS:
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes.
17. PROPERTY ACCESS:
Access to adjacent property shall be maintained at all times unless otherwise directed by the
Engineer.
18. CONSTRUCTION SCHEDULE:
Contractor shall be responsible for producing a project schedule at the pre-construction
conference. This schedule shall detail all phases of construction, special coordination with
schools (see Item No. 10 Traffic Control for details), including project clean up, and allow the
contractor to complete the work in the allotted time . Contractor will not move onto the job site .
nor will work begin until said schedule has been received and approval secured from the
Construction Engineer. However, contract time will start even if the project schedule has not been
turned in. Contract start date would be outlined in the pre-construction work order notice.
Project schedule will be updated and resubmitted at the end of every estimating period. All costs
involved with producing and maintaining the project schedule shall be considered subsidiary to
this contract.
19. SAFETY RESTRICTIONS -WORK NEAR IDGH VOLTAGE LINES:
The following procedures will be followed regarding the subject item on this contract:
( 1) A warning sign not less than five inches by seven inches, painted yellow with black letters,
that are legible at twelve feet shall be placed inside and outside vehicles such as cranes,
derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus.
The warning sign shall read as follows:
"WARNING --UNLAWFUL TO OPERA TE THIS EQUIPMENT WITHIN SIX FEET OF
HIGH VOLTAGE LINES."
SP-9
-
(2) Equipment that may be operated within ten feet of high voltage lines shall have an insulating
cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links
on the lift hood connections.
(3) When necessary to work within six feet of high voltage electric lines, notification shall be
given to the power company (TXU Electric Delivery) which will erect temporary mechanical
barriers, de-energize the line, or raise or lower the line. The work done by the power
company shall not be at the expense of the City of Fort Worth . The notifying department
shall maintain an accurate log of all such calls to TXU Electric Delivery and shall record
action taken in each case.
(4) The Contractor is required to make arrangements with TXU Electric Delivery for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense.
(5) No person shall work within six feet of a high voltage line without protection having been
taken as outlined in Paragraph (3).
20. RIGHT TO AUDIT:
Contractor agrees that the City shall, until the expiration of three (3) years after final payment
under this contract is made by City, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of the Contractor involving transactions
relating to this contract. Contractor agrees that the City shall have access during normal working
hours to all necessary Contractor facilities and shall be provided adequate and appropriate
workspace in order to conduct audits in compliance with the provisions of this section.
Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under the subcontract, have access to and the right to examine any directly pertinent
books, documents, papers and shall be provided adequate and appropriate work space, in order to
conduct audits in compliance with the provisions of this article together with Article VI. City
shall give the subcontractor reasonable advance notice of intended audits.
Contractor and subcontractor agree to photocopy such documents as may be requested by City.
City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as
contained in the Texas Administrative Code at the time payment is made.
SP-10
-
21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS:
Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel
at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees
to indemnify, hold harmless and defend , at its own expense , the City, its officers , servants and
employees, from and against any and all claims or suits for property loss , property damage ,
personal injury, including death, arising out of, or alleged to arise out of, the work and services to
be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or
invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the
negligence or alleged negligence of the City, its officers, servants, or employees. Contractor
likewise covenants and agrees to indemnify and hold harmless the City from and against any and
all injuries to City's officers, servants and employees and any damage, Joss or destruction to
property of the City arising from the performance of any of the terms and conditions of this
Contract, whether or not any such injury or damage is caused in whole or in part by the
negligence or alleged negligence of the City, its officers, servants or employees.
In the event the City receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor either (a)
submits to the City satisfactory evidence that the claim has been settled and/or a release from the
claimant involved, or (b) provides the City with a letter from Contractor's liability insurance
carrier that the claim has been referred to the insurance carrier.
The Director may , if deemed appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work
performed under a City Contract.
22. SUBSTITUTIONS:
The specifications for materials set out the minimum standard of quality that the City believes
necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor
has received written permission of the Engineer to make a substitution for the material that has
been specified . Where the term "or equal", or "or approved equal" is used, it is understood that if a
material, product, or piece of equipment bearing the name so used is furnished, it will be approved,
as the particular trade name was used for the purpose of establishing a standard of quality
acceptable to the City. If a product of any other name is proposed substitutes is procured by the
Contractor. Where the term "or equal", or "approved equal" is not used in the specifications, this
SP-11
-
-
does not necessarily exclude alternative items or material or equipment which may accomplish the
intended purpose. However, the Contractor shall have the full responsibility of providing that the
proposed substitution is, in fact , equal, and the Engineer, as the representative of the City, shall be
the sole judge of the acceptability of substitutions . The provisions of the sub-section as related to
"substitutions" shall be applicable to all sections of these specifications .
23. WATER FOR CONSTRUCTION:
24.
Water for construction will be furnished by the Contractor, at his own expense.
SANITARY FACILITIES FOR WORKERS:
The Contractor shall provide all necessary conveniences for the use of workers at the project site.
Specific attention is directed to this equipment.
25. MATERIAL STORAGE:
Material shall not be stored on private property unless the Contractor has obtained written
permission from the property Owner. A copy of the written permit shall be provided to the
assigned inspector prior to utilization of the property .
26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS:
The Contractor shall take adequate measures to protect all existing structures, improvements and
utilities, which may be encountered. And it shall be the contractor 's responsibility to call DIG-
TESS prior to construction activities on any street.
27. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC:
The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations
and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain
Construction".
SP-12
-
-
28. CONSTRUCTION
29.
The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees
and all contractors and their sub-contractors must comply with this program as a condition of the
contract. All active sewer manholes, regardless of depth, are defined, as "permit required confined
spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used
by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use
the equipment necessary to comply with this program. The cost of complying with this program will
be considered subsidiary to the pay items involving work in confined spaces (e .g. vacuum testing,
cleaning, televising, construction, etc.).
QUALITY CONTROL TESTING:
(a) The contractor shall furnish, at its own expense, certifications by a private laboratory for all
materials proposed to be used on the project, including a mix design for any asphalt and/or
Portland cement concrete to be used and gradation analysis for sand and crushed stone to be
used along with the name of the pit from which the material was taken . The contractor shall
provide manufacturer's certifications for all manufactured items to be used in the project and
will bear any expense related thereto.
(b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine
days prior to the placing of concrete using the same aggregate, cement and mortar which are
to be used later in the concrete. The contractor shall provide a certified copy of the test
results to the City.
(c) Quality control testing of in situ material on this project will be performed by the City at its
own expense. Any retesting required as a result of failure of the material to meet project
specifications will be at the expense of the contractor and will be billed at commercial rates
as determined by the City. The failure of the City to make any tests of materials shall in no
way relieve the contractor of its responsibility to furnish materials and equipment
conforming to the requirements of the contract.
(d) Not less than twenty four (24) hours notice shall be provided to the City by the contractor for
operations requiring testing. The contractor shall provide access and trench safety system (if
required) for the site to be tested and any work effort involved is deemed to be included in
the unit price for the item being tested.
SP-13
-
-
(e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to
the job site . The ticket shall specify the name of the pit supplying the fill material.
NON-PAY ITEM NO: 1 -SPRINKLING FOR DUST CONTROL:
All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control" shall
apply. However, no direct payment will be made for this item and it shall be considered
incidental to this contract.
NON-PAY ITEM NO: 2 -REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY
LANE TAPE:
The Contractor shall be responsible for the documentation of all street markings prior to the
removal and disposal of the pavement markings.
All traffic buttons shall be removed from the existing asphalt surface before resurfacing begins. The
contractor shall be responsible for the removal and disposal of all buttons and markings. Upon
completion of the job the City will install new buttons after proper notification.
The contractor shall also be responsible for all materials, equipment and labor to place temporary
adhesive lane marking tape to control and direct traffic in the same way as they were prior to start of
construction . Any corrective action required on the temporary lane markings shall be the total
responsibility of the Contractor and at no extra cost to the City .
The contractor shall notify the Construction Engineer and T/PW Traffic Services to arrange for the
replacement of the buttons and adhesive lane markers ( arrows, etc.). All costs to the contractor shall
be figured as subsidiary to this contract.
NON-PAY ITEM NO: 3-LOCATION AND EXPOSURE OF MANHOLES AND WATER
VALVES:
The contractor shall be responsible for locating and marking previously exposed manholes, water
valves and any other utility cover in each street of this contract before the resurfacing process
· commences for a particular street. The method used to document locations shall be one in which the
covers can be found exactly the first time . Proof of documentation must be provided to the assigned
inspector prior to start of any overlay process.
SP-14
--
The contractor shall attempt to include the Construction Engineer or his designee (if
available) in the observation and marking act ivity. In any event, a street shall be completely
marked a minimum of five (5) working days before resurfacing begins on the street. Marking
the curbs with paint may be allowed if and only if a water base paint is used .
It shall be the contractor's responsibility to notify the utility companies that he has
commenced work on the project. As the resurfacing is completed (within same day), the
contractor shall locate the covered manholes and valves and shall exposed and clean them.
Upon completion of a street the contractor shall notify the utilities of this completion and
indicate the start of the next one in order for the utilities to adjust facilities accordingly . The
following are utility contact persons:
Come.any
SBC -Telephone
TXU Electric Delivery:
Downtown
Other than Downtown
Atmos Energy (Gas)
CFW -Street Light
CFW -Light Signal
CFW -Pavement Marking
CFW -Storm Drain
CFW-Water
CFW-Sewer
Telee_hone Number
817-338-6202
214-384-3732 Cell
817-215-6424
817-215-6688
817-215-4366
469-261-2314 Cell
817-392 -7738
817-392-8775
817-360-6364 cell
817-392-8107
817-392 -5196
817-212-2699
817-925-2360 Cell
817-212-2699
817-944 -8399 Cell
SP-15
Contact Person
Mr . Gary Tillory
Mr. Scott King
Mr. Robert Martinex
Mr. John Crane
Mr. James Turner
Mr. Ken Brock
Mr. Chuck Snyder
Mr. Juan Cadena
Mr . Roger Hauser
Mr. Rick Davis
-
Of course, under the terms of this contract, the Contractor shall complete adjustment of the storm
drain and Water Department facilities, one traffic lane at a time within five (5) working days from the
day of completing the H.M.A .C. overlay adjacent to said facilities.
Any deviation from the above procedure and allotted working days may result in the shut down of the
resurfacing operation.
The contractor shall be responsible for all materials, equipment and labor to perform a most accurate
job and all costs to the contractor shall be figured subsidiary to this contract.
NON-PAY ITEM NO: 4 -PROTECTION OF TREES, PLANTS, SOIL, ETC.:
All property along and adjacent to the Contractor's operations including lawns, yards, irrigation
systems, shrubs, trees , etc. shall be preserved or restored after completion of the work to a
condition equal or better than existed prior to start of work.
By ordinance, the contractor must obtain a permit from the City Forester before any work
(trimming, removal or root pruning) can be done on trees or shrubs growing on public property
including street rights-of-way and designated alleys . This permit can be obtained by calling the
Urban Forestry Office at (817) 392-7933. All tree work shall be in compliance with pruning
standards for Class II Pruning as described by the National Arborist Association. A copy of these
standards can be provided by calling the above number. Any damage to public trees due to
negligence by the Contractor shall be assessed using the current formula for Shade Tree
Evaluation as defined by the · International Society of Arboriculture. Payment for negligent
damage to public trees shall be made to the City of Fort Worth and may be withheld from funds
due to the Contractor by the City.
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be
immediately sealed using a commercial pruning paint. This is the only instance when pruning
paint is recommended.
NON-PAY ITEM NO: 5-PROJECT CLEAN-UP:
SP-16
All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) calendar days. Exposed concrete aggregate driveway surface shall be
seeded with pea gravel.
Included , and figured subsidiary to this unit price, will be the required sawcut excavation, as per
specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction
of the driveway. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled
with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's
"Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item
Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded
Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities.
Contractor shall backfill around the driveway within five (5) working days from the day of pouring
the driveway, if the contractor fails to complete the backfill within five (5) working days , $100 dollar
liquidated damage will be assessed per block per day .
Required backfilling shall be at finish grade and shall be completed in order for the driveway to be
accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if
needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading
shall be included in this pay item.
The unit price bid per square feet shall be full compensation for all labor, material , equipment,
supplies, and incidentals necessary to complete the replacement work.
PAY-ITEM NO: 8-Remove and Replace 4-Inch Concrete Sidewalk:
PAY-ITEM NO: 9-Remove and Replace 4-Inch Exposed Aggregate Sidewalk:
Pay items No. 8 and No. 9, shall include the removal and replacement of any type of existing
concrete sidewalk, as designated by the Construction Engineer, due to failure or in situation where
curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the
removed material to a suitable dumpsite.
For specifications governing these items, see City Standard Specifications Item No. 104 "Removing
Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways".
SP-24
All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) calendar days. The exposed concrete ag gregate sidewalk surface shall be
seeded with pea gravel.
Expo sed concrete aggregate wash off water is silty, high in a lkalinity and may contain harmful
chemical s ; therefore, wash off water shall not be di scharged into storm sewers and drainage
ditches or streams.
Wash water shall be prevented from entering street gutter. Temporary catch basin sealed w ith
impervious diaphragm sump shall be used to coll ect all wash water until off site disposal ts
obtained , or, unless otherwise directed by the Engineer or his authorized representative .
Contractor shall backfill a round the sidewalk within five (5) working days from the day of pouring
the sidewalk, if the contractor fails to complete the backfill within fi v e (5) working days, $100 dollar
liquidated damage will be assessed per block per day .
Required backfilling shall be at finish grade and shall be completed in order for the sidewalk to be
accepted and measured as completed. Top soil as per specification Item No . 116 "Top Soil", if
needed, shall be added and leveled to finishing grade. Cost of back filling, top soil , and grading
shall be included in this pay item.
The unit price bid , per square foot, shall be full compensation for all labor, material , equipment,
supplies, and incidentals necessary to complete the replacement work .
PAY-ITEM NO: 10-New 4-Inch Concrete Sidewalk:
This item shall include the construction of new standard concrete sidewalk, as designated by the
Construction Engineer with same day haul-off of the excavated material to a suitable dumpsite.
For specifications governing this item, see City Standard Specification Item No. 504 "Concrete
Sidewalk and Driveways".
All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per
square inch in seven (7) calendar days.
SP-25
Contractor shall backfill around the sidewalk within five (5) working days from the day of pouring
the sidewalk, if the contractor fails to complete the backfill within five (5) working days, $ I 00
dollars liquidated damage will be assessed per block per day.
Required backfilling shall be at finish grade, and shall be completed in order for the sidewalk to be
accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if
needed , shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading
shall be included in this pay item.
The unit price bid, per square foot, shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the replacement work.
PAY-ITEM NO: 11-Remove Existing Wheelchair Ramp and Install Standard 4-Inch ADA
Wheelchair Ramp (with detectable warning Dome-Tile surface):
This item shall include removing the existing wheelchair ramp and installing Standard 4-inch ADA
wheelchair ramp that includes a detectable warning Dome-Tile surface at various locations as to be
determined in field by the Construction Engineer, due to failure or in situation where curb and gutter
is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed
material to a suitable dumpsite.
For specifications governing this item, see enclosed details for Wheelchair Ramp (with detectable
warning Dome-Tile surface, and City Standard Specifications Item No. 104 "Removing Old
Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified.
All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) calendar days.
Contractor shall sawcut existing sidewalk, curb and gutter, and pavement prior to wheelchair ramp
removal.
The removal of existing curb and gutter as required for the replacement of existing wheelchair ramps
shall be included in PAY ITEM NO: 3 -Removal and Replacement of Concrete Curb & Gutter, as
determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the
Accessibility Ramp Pay Limits detail (STR-032). The pay limit will extend from 9-inches outside the
lip of gutter to the back of the curb . Any asphalt tie-in shall be subsidiary to the curb and gutter pay
item.
SP-26
Pay limits for "Standard Wheelchair Ramp" will start 15 inches back from the face of curb and
encompass the remainder of the ramp and sidewalk.
Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile,
manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable
warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and
extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route
enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch
and a maximum of 8-inch from the extension of the face of curb. Detectable warning Dome-Tile
surface maybe curved along the 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
Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340
"Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities.
Contractor shall backfill the wheelchair ramp within five (5) working days from the day of pouring
the wheelchair ramp, if the contractor fails to complete the backfill within five (5) working days,
$100 dollars liquidated damage will be assessed per block per day.
Required backfilling shall be at finish grade, and shall be completed in order for the wheelchair
ramp to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top
Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and
grading shall be included in this pay item.
The unit price bid, per square foot, as shown on the proposal, will be full compensation for materials,
labor, equipment, tools and incidentals necessary to complete the work.
SP-27
PAY-ITEM NO: 12 ~ New 4-Inches ADA Wheelchair Ramp: (with detectable warning
Dome-Tile surface):
This item shall include the construction of new Standard 4-inch ADA wheelchair ramp that includes
a detectable warning Dome-Tile surface at various locations as to be determined in field by the
Construction Engineer, due to a situation where curb and gutter is replaced to adjust grades to
eliminate ponding 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. l 04 "Removing Old
Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified.
All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) calendar days .
Contractor shall sawcut existing sidewalk, curb and gutter, and pavement prior to wheelchair ramp
removal.
The removal of existing curb and gutter as required for the construction of new wheelchair ramps
shall be included in PAY ITEM NO: 3 ~ Remove and Replace Concrete Curb & Gutter, as
determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the
Accessability Ramp Pay Limits detail (STR-032). The pay limit will extend from 9 inches outside the
lip of gutter to the back of the curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay
item .
Pay limits for "Standard Wheelchair Ramp" will start 15-inches back from the face of curb and
encompass the remainder of the ramp and sidewalk.
Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile,
manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable
warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and
extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route
enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch
and a maximum of 8-inch from the extension of the face of curb. Detectable warning Dome-Tile
surface maybe curved along the 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 .
SP-28
Contractor shall provide a brick red colored Dome-Tile sample for approval by the Engineer,
meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the
acceptable standard to be applied for all construction covered in the scope of this pay item.
Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per
specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction
of the wheelchair ramp. The pay limit will be 9-inch out from the gutter lip. The street void shall be
filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of
TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and
Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340
"Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities .
The Contractor shall backfill behind the wheelchair ramps within five (5) working days from the
day of pouring the wheelchair ramp, if the contractor fails to complete the backfill within five (5)
working days, $100 dollars liquidated damage will be assessed per block per day.
Required backfilling shall be at finish grade, and shall be completed in order for the wheelchair
ramp to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top
Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and
grading shall be included in this pay item .
The unit price bid per square foot, 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
detennined in field by the Construction Engineer with same day haul-off of the removed material to a
suitable dumpsite.
Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutter
removal. Sawcutting and removal of asphalt pavement, concrete base, curb and gutter, and necessary
excavation to install the concrete valley gutters all shall be included in this pay item.
For specifications governing this item, see City Standard Specifications, Item No. 106, "Unclassified
Street Excavation", Drawing No. S-S6 and detail enclosed, TxDOT's "Standard Specifications for
Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 247 "Flexible Base
SP-29
(referenced), 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and
340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No. 360 "Concrete
Pavement" (enclosed), shall apply.
Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the
Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be
subsidiary to this Pay Item.
Contractor may substitute 5-inch non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no
additional cost. All applicable provisions of Item No. 360 "Concrete Pavement" (enclosed) shall
apply. Surface texturing shall be made with a medium broom in lieu of carpet drag or metal
tinning.
The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) calendar days.
Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to
traffic. Work shall be completed on each half within five (5) working days. If the contractor fails to
complete the work on each half within five (5) working days, a $100 dollars liquidated damage will
be assessed per each half of valley gutter per day .
Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per
specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction
of the valley gutter. The pay limit will be 9-inch out from the valley gutter. The street void shall be
filled with H.M .A.C . Type "D" mix (PG 64-22) in accordance with all applicable provisions of
TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and
Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340
"Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities .
The unit price bid per square yard for Concrete Valley as shown on the proposal, will be full
compensation for materials, labor, equipment, tools and incidentals necessary to complete the work .
PAY ITEM NO: 14-New Concrete Valley Gutter:
This item shall include the construction of new concrete valley gutters, at locations to be determined
in field by the Construction Engineer with same day haul-off of the removed material to a suitable
dumpsite.
SP-30
Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutter
removal. Sawcutting and removal of asphalt pavement, concrete base, curb and gutter, and necessary
excavation to install the concrete valley gutters all shall be included in this pay item.
For specifications governing this item, see City Standard Specifications, Item No. I 06, "Unclassified
Street Excavation", Drawing No. S-S6 and detail enclosed, TxDOT's "Standard Specifications for
Construction and Maintenance of Highways, Streets, and Bridges" Item Nos . 24 7 "Flexible Base
(referenced), 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and
340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No. 360 "Concrete
Pavement" (enclosed), shall apply.
Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the
Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be
subsidiary to this Pay Item.
Contractor may substitute 5 inch non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no
additional cost. All applicable provisions of Item No. 360 "Concrete Pavement" (enclosed) shall
apply. Surface texturing shall be made with a medium broom in lieu of carpet drag or metal
tinning .
The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) calendar days.
Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to
traffic . Work shall be completed on each half within five (5) working days. If the contractor fails to
complete the work on each half within five (5) working days, $100 dollars liquidated damage will be
assessed per each half of valley gutter per day.
Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per
specification Item No. I 06 "Unclassified Street Excavation", into the street to aid in the construction
of the valley gutter. The pay limit will be 9-inch out from the valley gutter. The street void shall be
filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of
TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and
Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340
"Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities.
SP-31
The unit price bid per square yard for Concrete Valley as shown on the proposal, will be full
compensation for materials, labor, equipment, tools and incidentals necessary to complete the work.
PAY ITEM NO: 15 -Remove and Replace 5-Ft Storm Drainage Inlet Top:
PAY ITEM NO: 16 -Remove and Replace 10-Ft Storm Drainage Inlet Top:
Pay items No . 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 foot, shall be full compensation for all labor, materials, equipments,
tools, and incidentals necessary to complete the work.
PAY-ITEM NO: 18 -8-Inch Pavement Pulverization:
PAY-ITEM NO: 19-Cement Modification (26 lbs/sy):
SP-32
All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges" Itein No. 275 "Cement Treatment (Road Mixed)" (referenced) shall
govern the work.
The City of Fort Worth, Texas will perform quality assurance tests and checks on the paving project
materials during construction, to ensure compliance with the specifications.
The sampling and testing of the materials shall be made at the expense of the City. In the event the
sampling and testing does not comply with the specifications, all subsequent testing of the material,
in order to determine if the material is acceptable, shall be furnished and paid by the contractor, as
directed by the Engineer.
Pulverization shall be completed within ten (I 0) working days from the day of completing concrete
work (curb and gutter, driveways, valley gutter, sidewalk) on any street. If the contractor fails to
complete the work within ten (10) working days, $100 dollars liquidated damage will be assessed per
block per day.
Contractor shall pulverize the existing pavement to a depth of 8-inch. After pulverization is
completed, contractor shall temporarily remove and store the 8-inch deep pulverized material, then
cut the base 2-inch to provide place for the new 2-inch H.M .A.C. surface . The 2-inch base cut shall
start at a depth of 8-inch from the existing pulverized surface. After the undercut operation is
completed, the temporarily stored 8-inch deep pulverized material shall be returned to the excavation .
If the existing pavement has a combination of 10-inches of H.M.A.C and crushed stone/gravel,
undercut will not be required. The contractor will pulverize the 10-inches, and the 2-inch cut will be
taken, from the 10-inch pulverized material.
In case of high crown, the contractor shall pulverize the ex1tmg crown and pavement. The
Construction Engineer will determine the appropriate undercut depth to meet the City standard.
The maximum amount of existing asphalt concrete pavement in the mixture shall be at the discretion
of the Engineer.
After the above processes are performed, the contractor shall shape the pulverized material to the
appropriate line and grade.
Samples of the pulverized material will be tested for gradation as directed by the Engineer. Testing
will be at a minimum of one test per 300 linear feet per lane.
SP-33
Within five (5) working days from the day of completing the pavement pulverization, Portland
cement shall be applied to the pulverized material at a rate of (26 pounds per square yards, 8-inch in
depth). If the Contractor fails to complete the work within five (5) working days, $100 dollars
liquidated damage will be assessed per block per day .
The Engineer or his authorized representative will observe the cement treatment and collect delivery
tickets from each transport truck. Cement quantities used will be verified, with respect to areas being
treated .
Cement shall be applied only to such an area that all the operations can be continuous and completed,
in daylight, within six (6) hours of such application.
The contractor shall blade to grade and compact the pulverized cement treated material to 95% of the
maximum density as determined in accordance with TxDOT's Standard Specifications stated above
or as directed by the Engineer in the field.
After the cement treated base has cured for forty eight (48) hours, provide machinery (minimum 12
ton steel wheel vibratory roller) to roll the surface of the cement treated material to induce hairline
cracks "micro-cracks". Amplitude of vibrating will be at the discretion of the Engineer or his
authorized representative. Micro-cracking will be used to reduce shrinkage cracking in the cement
treated material and reduce reflective cracking through the asphalt cement surface overlay.
Roller shall be in accordance with TxDOT's "Standard Specifications for Construction and
Maintenance of Highways, Streets, and Bridges" Item No. 210 "Rolling" (referenced). Operate roller
at walking speed (2 to 3 mph). Generally one (1) to four (4) passes of the roller are required to create
the micro-cracks. One pass is down and back.
The contractor shall then prime and overlay the micro-cracked surface with 2 inch H.M.A.C. surface
course. The work shall be in accordance with TxDOT's "Standard Specifications for Construction
and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions"
(referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)"
(referenced). The 2-inch H .M.A.C. surface will be paid under PAY-ITEM NO. 28 -2-Inch-Surface
Course-Type "D "Mix.
The Contractor shall complete micro-cracking, priming and overlaying the pulverized street within
Five (5) working days from the day of the cement treated base has cured and approved by the
Engineer. If the contractor fails to complete the work within five (5) working days, a $200 dollars
liquidated damage will be assessed per block per day.
SP-34
On pulverized and overlay streets that do not have existing curb and gutter, the Contractor shall
finish the parkway with backfill. The backfill shall begin at the ed ge and elevation of the new 2 inch
H.M .A.C. surface course and extend within the parkway, to exi sting ground surface, at the grade of
one-fourth (1 /4) inch per foot. There should be no voids in the backfill material , to the satisfaction of
the Engineer .
The unit price bid, per square yard of pavement pulverization and per ton of cement modification ,
shall be full compensation for all labor, material , equipment, tools , and incidentals necessary to
complete the work.
PAY-ITEM NO: 20-Unclassified Street Excavations:
This item will be used if additional excavation is needed that is not covered by PAY ITEM NO: 18 -
8-Inch Pavement Pulverization. Additional Excavation is the removal of the excessive crown and
base to bring the new base to proper grade & City standard specifications for street reconstruction .
This item shall also be used for removing and disposing the existing brick base, if the existing brick
base cannot be wedge or surfaced milled, prior to placing 2-inch Hl\1AC Type "D" surface course .
The void created by removing the existing brick base shall be filled to the proper grade, with PAY
ITEM NO: 23 -HMAC Level Up, before placing 2-inch HMAC Type "D" surface course .
For wedge milling, the measurement for estimating the removal and disposal of the existing brick
material shall be a width of 5-feet, a length of curb and gutter and a depth of 3-inches. For surface
milling, the measurement for estimating the removal and disposal of the existing brick material
shall be the surface area and the depth of 3-inches . These measurements shall be under City
standard specifications Item No. I 06 "Unclassified Street Excavation ".
All applicable provisions ofltem No. 106 "Unclassified Street Excavation" shall apply; work shall be
paid per cubic yard .
The unit price bid , per cubic yard , shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work .
PAY-ITEM NO: 21-Crushed Limestone:
SP-35
This item shall be used to repair the failed base material in areas exceed 8-inch deep as directed by
the Engineer. The material shall be graded crushed stone .
All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges", Item No. 247 "Flexible Base", shall govern this item.
The unit price bid, per cubic yard, shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
PAY ITEM NO: 22 ~ Asphalt Pavement and Base Repair:
The contractor is to remove all existing deformed H.M.A.C. pavement and/or bad base material
that show surface deterioration and/or complete failure. The Construction Engineer will identify
these areas upon which time the contractor will begin work. The failed area shall be saw cut, or
other similar means, out of the existing pavement in square or rectangular fashion. The side faces
shall be cut vertically and all failed and loose material excavated. As a part of the excavation
process, all unsatisfactory base material shall be removed, if required, to a depth sufficient to
obtain stable sub-base. The total depth of excavation could range from a couple of inches to
include the surface-base-some sub-base removal for which the Construction Engineer will select
the necessary depth. The remaining good material shall be leveled and uniformly made ready to
accept the fill material. All excavated material shall be hauled off site, the same day as excavated,
to a suitable dumpsite.
After satisfactory completion of removal as outlined above, the contractor shall place the permanent
pavement patch, with Type "D" surface mix (PG 64-22). This item will always be used even if no
base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement
section or the depth of the failed material, whichever is greater. However, the patch thickness shall
be a minimum of 2-inches . Generally the existing H.M .A.C. pavement thickness will not exceed 8
inch. Before the patch layers are applied, any loose material, mud and/or water shall be removed. A
liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts
shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall
be to standard densities of the City of Fort Worth, made in preparation to accept the recycling
process.
All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges" Item Nos . 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat"
(referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) shall govern work.
SP-36
The unit price bid, per cubic yard, shall be full compensation for all 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 mix
(PG 64-22) prior to placing the asphalt surface overlay and where needed as directed by the Engineer
in the field.
All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges" Item Nos . 300 "Asphalts , Oils, and Emulsions" (referenced), 310
"Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced), shall
govern work.
This item shall be used to fill, to the proper grade, the void created by removing existing brick base,
if existing base cannot be wedged or surface milled .
The unit price bid, per ton , shall be full compensation for all materials , labor, placing, equipment,
cleaning and incidentals necessary to complete the work .
PAY-ITEM NO: 24 -Pavement Wedge Milling 2-Inch to 0-Inch Depth, 5.0 Ft Wide
1. Description
This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2-
inch and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5-
feet. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The
milled surface shall provide a uniform surface free from gouges, ridges , oil film, and other
imperfections of workmanship and shall have a uniform textured appearance. In all situations
where the existing H.M .A.C. surface contacts the curb face, the wedge milling shall include the
removal of the existing asphalt covering the gutter up to and along the face of curb.
If the existing base is brick and cannot be wedge milled, then the existing brick base, of 5-foot
in width, shall be removed under PAY-ITEM NO. 20 -Unclassified Street Excavation and
replaced under PAY-ITEM NO. 23 -HMAC Level Up -Install, prior to placing H.M .A.C.
SP-37
surface course . See PAY-ITEM NO: 20 -Unclassified Street Excavation, for further
description of work.
The wedge milling shall be completed within ten (10) working days from day of completing
concrete work (curb and gutter, driveways, valley gutter, sidewalk) on any street. If the
contractor fails to complete the wedge milling within ten (10) working days, $100 dollar
liquidated damage will be assessed per block per day.
The wedge milling operations shall be performed in a continuous manner along both sides of
the street.
Contractor shall complete overlaying the milled street within five (5) working days from the
day of completing the wedge milling on any street. If the Contractor fail to complete the overlay
within five (5) working days, then the wedge milling operations of new streets will be shut
down, and liquidated damage of $200.00 per day per street will be assessed until all wedge
milled streets are overlayed. Once the overlay begun on a street, it shall continue uninterrupted
until completed.
2. Equipment
The equipment for removing the pavement surface shall be a power operated milling machine
or other equal or better mechanical means capable of removing, in either one pass or two
passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be
self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and
slope.
The machine shall be equipped with an integral loading and reclaiming means to immediately
remove material being cut from the surface of the roadway and discharge the cuttings into a
truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders,
water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to
insure that all cuttings are removed from street surface daily. Stockpiling of planed material
will not be permitted on the project site unless designated by the Engineer. The machine shall
be equipped with means to control dust created by the cutting action and shall have a manual
system providing for uniformly varying the depth of cut while the machine is in motion thereby
making it possible to cut flush to all inlets, manholes, or other obstructions within the paved
area. The speed of the machine shall be variable in order to leave the desired grid pattern
specified under Surface Texture .
SP-38
Subsidiary to this pay items, the Contractor shall haul-off all milled material to the City yards.
The unit price bid, per linear foot, shall be full compensation for all milling, including milled
material haul-off to City yards , tools, labor, equipment and incidentals necessary to complete the
required work.
PAY-ITEM NO: 25 -Butt Joint Milling:
Description:
This item requires the contractor to mill "butt joints" into the existing surface, in association with the
wedge milling operation (PAY ITEM NO . 24) to the depth and at locations as described below . The
butt joint will provide a full width transition section, whereby the new overlay shall maintain
constant depth at the point the new overlay is terminated and the new surface elevation matches the
existing pavement. The construction activities, performance standards and equipment needed for the
butt joints milling operations shall be governed by the special provisions of PAY-ITEM NO . 24 -2-
lnch to 0-lnch Pavement Wedge Milling Depth 5-Ft Wide -Install. The configuration of the butt
joints is described in more detail below. General details of butt joint locations -along with wedge
milling in general -are shown in plan form at the back of this document.
Construction Details:
Prior to the milling of the butt joints, the contractor shall consult with the construction Engineer for
proper location of these joints and verify that the selected limits of the projects street are correct.
The general locations for butt joints are at all beginning and ending points of streets listed in the
project and as more graphically detailed at the back of this specification book. The joints are also
required on both sides of all railroad tracks and concrete valley gutters , bridge decks and culverts and
all other items which transverse the street and end the continuity of the asphalt surface . Each butt
joint shall be 20-feet long and milled out across the full width of the street section to a tapered depth
of 2 inch . This milled area shall be tapered within the 20-feet to a depth from 0-nch to 2-inch at a
line adjacent to the beginning and ending points or intermediate transverse items . This butt joint -
when overlayed -will consist of an asphalt section that will transition the new overlay to match the
existing pavement elevation.
The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride
over the bump.
SP-39
Measurement and Payment:
Butt joints as prescribed above will be measured by the unit of each butt joint milled. The disposal
of excess material involved will not be measured for payment.
Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications,
will be paid for at the unit price shown in the proposal for "Butt Joints".
Subsidiary to this pay items, the Contractor shall haul-off all milled material to the City yards.
The unit price bid, per each, shall be full compensation for all milling, including milled material
haul-off to City yards, tools, labor, equipment and incidentals necessary to complete the required
work.
PAY ITEM NO: 26 -2-lnch Surface Milling:
This pay items shall consist of milling the existing pavement at a depth of 2-inch. All applicable
provisions of PAY ITEM NO; 24-2-lnch to 0-Inch Wedge Milling Depth, 5-Ft Wide shall apply.
If the existing base is brick and cannot be surfaced milled, then the existing brick base shall be
removed, under PAY ITEM NO: 20 -Unclassified Street Excavation and replaced under PAY
ITEM NO: 23 -HMAC Level Up, prior to placing H.M.A.C. surface course. See PAY ITEM NO:
20 -Unclassified Street Excavation, for further description of work.
The surface milling shall be completed within ten (10) working days from the day of completing
concrete work (curb and gutter, driveways, valley gutter, sidewalk) on any street. If the contractor
fails to complete the surface milling within ten (10) working days, $100 dollars liquidated damage
will be assessed per block per day.
The surface milling operations shall be performed in a continuous manner for the entire block. After
completion of the surface milling, Contractor shall complete overlaying the milled street within five
(5) working days from the day of completing the surface milling on any street. If the Contractor fails
to complete the overlay within five (5) working days, then the milling operations of new streets will
be shut down, and liquidated damage of $200.00 per day per street will be assessed until all milled
streets are overlaid. Once the overlay begun on a street, it shall continue uninterrupted until
completed.
SP -40
Subsidiary to this pay items, the Contractor shall haul-off all milled material to the City yards.
The unit price bid, per square yard, shall be full compensation for all milling, including milled
material haul-off to City Yards, tools, labor, equipment and incidentals necessary to complete the
work.
PAY ITEM NO: 27 ~ Crack Sealing of Existing Pavement:
After completion of wedge milling of those streets designated as Mill Overlay (MOL) on the street
list in the back of this contract document book, the Contractor shall seal existing cracks Yi inch and
greater, by using cold poured crack sealer Polymer Modified Asphalt Emulsion Crack Sealer, as
directed by the Engineer. TxDOT's "Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges" Item Nos . 300 "Asphalts, Oils, and Emulsions", shall apply .
The inside of the cracks shall be cleaned with an air compressor or approved equipment, prior to
sealing . Sealant shall be applied with a rubber "V" shaped squeegee where applicable. Provide
adequate traffic control during set up and cure time of sealant.
The unit price bid, per linear foot , shall be full compensation for all labor, material , equipment,
supplies, and incidentals necessary to complete the work.
PAY-ITEM NO: 28 ~ 2-Inch HMAC Surface Course Type "D" Mix:
All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310
"Prime Coat" (referenced), and 340 "Dense--Graded Hot-Mix Asphalt (Method)" (referenced) shall
govern work of pay items No. 29 & 30.
The following amendments to the above TxDOT's specifications shall govern, take precedence
and shall include:
Item No. 340 "Dense--Graded Hot-Mix Asphalt (Method)" (referenced):
• Under Item 340.2, Materials, A. Aggregates:
The surface aggregate classification (SAC) shall be Class B .
SP-41
The Contractor shall perform the Los Angeles abrasion, magnesium sulfate soundness,
Micro-Deval and all other aggregate quality tests listed in Table I .
2. RAP will not be allowed, for use, in surface course Type "D" mix.
• Under Item 340.2, Materials, D. Asphalt Binder:
Furnish performance-graded PG 64-22 for H.M.A.C. surface course, level up and
pavement/base repair or replacement.
• Under Item 340.4, Construction,
The City of Fort Worth, Texas will perform quality assurance tests and checks on the
paving project materials during construction, to ensure compliance with the specifications
and approved mixture design.
The sampling and testing of the materials shall be made at the expense of the City. In the
event the sampling and testing does not comply with the specifications, all subsequent
testing of the material, in order to determine if the material is acceptable, shall be furnished
and paid by the contractor, as directed by the Engineer.
Samples will be taken for determination of asphalt content, aggregate gradation, and
maximum theoretical specific gravity as determined by the Engineer.
For each hot mix asphalt surface course placed, nuclear gauge in-place density testing
will be performed at each 300-ft station.
For each hot mix asphalt surface course placed, cores will be obtained to determine in-
place density and thickness. The cores will be taken at the maximum interval of 300-ft
(to coincide with field density locations).
• Under Item 340.4, Construction, A. Mixture Design:
The contractor shall furnish mixture design of the proposed hot mix asphalt, at or before the
pre-construction meeting. The Contractor shall submit to the Engineer a mixture design
prepared by an AASHTO accredited laboratory, for the materials to be used in the
project. Using the typical weight design example in Tex-204-F, Part I, the mixture
design shall meet the requirements contained in Tables I through Table 5 of Item 340.
The Indirect Tensile-Dry (Tex-226-F) and the Hamburg Wheel-tracking (Tex-242-F)
tests shall be waived.
SP-42
The mixture design report must be certified and signed by a Level II Specialist and
submitted on TxDOT's software forms .
The Engineer may verify the mixture design at optimum asphalt content.
• Under Item 340.4, Construction, B. Job -Mix Formula Approval :
The Contractor will perform the Boil Test (Tex-530-C).
• Under Item 340.4, Construction, J . Ride Quality:
The Ride Quality Surface Type A test (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 square yard , for
"Dense-Graded Hot Mix Asphalt (Method)".
PAY ITEM NO: 29 -Remove and Replace 30-Ft HMAC Speed Cushion w/stripping
PAY ITEM NO: 30 -Remove and Replace 40-Ft HMAC Speed Cushion w/stripping
Pay items No. 29 and No 30, shall include the removal of existing Speed Cushions, and installing
new standard H.M.A .C Speed Cushions according to the plan and profile as shown on the detail
sheet. All excavated material shall be hauled off site the same day as excavated, to a suitable
dumpsite.
Contractor shall complete the installation of the speed cushion within ten (10) working days from
the day of completing the overlay on any street, if the contractor fails to install the speed cushion
within ten (10) working days , $100 dollars liquidated damage will be assessed per each speed
cushion per day.
Contractor shall notify the Construction Engineer 72 hours prior to installing any speed cushions.
Contractor shall install speed cushion's pavement markings .
SP-43
If the roadway is damaged during existing marker removal, the work shall be temporarily halted
until consultation with the Construction Engineer. The pavement shall be repaired prior to new
HMAC overlay.
MATERIALS AND QUALITY REQUIREMENTS :
I . Speed Cushions
The s peed cushions shall consist of H.M .A.C. Type "D" surface course (PG 64-22) with tack coat
(SS-1) and compacted with vibratory hand roller. All applicable provisions of TxDOT's
"Standard Specifications for Construction and Maintenance of Highways , Streets, and Bridges"
Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and
340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) shall apply. Kraft brown paper -
36 inch wide 40-lb paper shall be used to keep curb & gutter clean.
2. Pavement Markings
Raised Pavement Marking: All materials used shall be pre-approved prior to placement. The
brand name and specifications of the materials shall be included in submittal for approval. The
approved materials must be used throughout the duration of the contract. In the event that
substitute materials need to be used, they must be equal to or exceed the quality of those
currently in use and be approved the Construction Engineer.
All markers shall be 4 inch and be installed with epoxy; bituminous adhesive is not approved .
A chalk line, chain, or equivalent shall be used during layout to insure that individual markers
are properly aligned . All markers shall be placed uniformly along the line to achieve a smooth
continuous appearance.
Preformed Pavement Marking: All materials used under this agreement shall be pre-approved
prior to awarding of the bid. Materials used shall meet TXDOT specifications Item 666 Type
II. The approved materials must be used throughout the duration of the bid . In the event that
substitute materials need to be used, they must be equal to or exceed the quality of those
currently in use, and be approved by Construction Engineer.
All material must be equal to or exceed the following:
Pre Mark brand Hot Tape which is manufactured by Stimsonite.
Stamark A420, which is manufactured by 3M .
SP-44
Stamark A380, which is manufactured by 3M.
All applications shall be in strict compliance with all manufacturer recommendations .
Surface Preparation and Application of Pavement Markings
Roadway surface shall be clean, dry and free from dirt, grease, and other forms of
contamination. All surfaces must be air blasted prior to application of paint. Surface
preparation and application shall be in strict compliance with manufacturer recommendations.
Equipment and methods used for surface preparation shall not damage the pavement or present
a hazard to motorists.
Installation of Pavement Markings: Contractor's personnel shall be knowledgeable and
sufficiently skilled in the installation of raised pavement markings and preformed pavement
markings.
Markings that are not properly applied due to faulty application methods or defective product,
and markings, which are placed in the wrong position or alignment, shall be removed and
replaced by the contractor at the contractor's expense. If the mistake is such that it would be
confusing or hazardous to motorists it shall be remedied the same day of notification.
Notification will be made by phone and confirmed by fax . Other mistakes shall be remedied
within five days of written notification.
Traffic Control of Pavement Marking: When markings are applied on roadways open to traffic
care will be taken to ensure that proper safety precautions are followed, including the use of
signs, cones, barricades , flaggers, etc. Work shall be performed with as little disruption to
traffic as possible, and freshly applied markings shall be protected from traffic damage and
disfigurement.
3. Measurement and Payment
The unit price bid per each shall be full compensation for removal of existing pavement markings,
H .M.A.C . Type "D" surface course, tack coat (SS-1 ), vibratory hand roller, surface preparation,
preformed and raised pavement markings, kraft brown paper -36 inch wide 40-lb paper to keep
curb & gutter clean, and all materials, labor, equipment and incidentals necessary to complete the
work.
SP-45
-
-
The unit price per bid, per each, will be full compensation for all labor, equipment, material,
tools, and all incidentals necessary to complete the work.
PAY ITEM NO: 31 -Water Valve Box Adjustment with Steel Riser:
This item shall include adjusting the tops of existing water valve with steel riser manufactured by
American Highway Products or approved equal by the construction engineer to match proposed
grade, steel water valve riser shall be placed at the time of paving.
Specifications and details of steel water valve riser (included at the end of this document), and
Standard Specification Item No. 450 "Adjusting Manholes, shall apply except as herein modified.
Contractor will be responsible for adjusting water valve boxes to match new pavement grade, the
water valves themselves will be adjusted by City of Fort Worth Water Department forces.
Prior to beginning of work, the Contractor shall make an inventory of the condition of existing water
valve boxes. The Engineer will field verify this inventory and provide the Contractor replacements
for broken valve boxes. The contractor shall replace the valve boxes, which are damaged during
construction at no cost to the City. Failure of the contractor to perform this inventory will place the
total burden of replacement of any broken valve box on the contractor.
The pre bid unit price, per each, will be full compensation for all labor, materials, equipment, tools,
and incidentals necessary to complete the work.
PAY ITEM NO: 32 -Water Valve Box Adjustment with Concrete Collar:
This item shall include adjusting the tops of existing water valve with concrete collar to match
proposed grade as shown on the detail at the back of this document or as directed by the Engineer.
The concrete collar will be used only in case of steel ring riser CAN NOT be used as determined by
the Engineer.
Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for
Structures" shall apply except as herein modified.
SP-46
-
-
Contractor will be responsible for adjusting water valve boxes to match new pavement grade, the
water valves themselves will be adjusted by City of Port Worth Water Department forces .
The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) calendar days.
Contractor shall completed the adjustment of the Water Meter Boxes within five (5) working days
from the day of completing the HMAC overlay on any street, and street shall be open to traffic within
ten (10) working days . If the contractor fails to complete the adjustments within five (5) working
days, $100 dollars liquidated damage will be assessed per each water valve box per day.
Prior to beginning of work, the Contractor shall make an inventory of the condition of existing
Valves. The Engineer will field verify this inventory and provide the Contractor replacements for
broken valve covers. The contractor shall replace the valve covers which are damaged during
construction at no cost to the City. Failure of the contractor to perform this inventory will place the
total burden of replacement of any broken frame and cover on the contractor.
The pre bid unit price, per each, will be full compensation for all labor, materials , equipment, tools,
and incidentals necessary to complete the work .
PAY ITEM NO: 33 ~ Water Meter Box Adjustment:
This item only applies when the adjacent curb and gutter has been removed and replaced and has
been authorized by the assigned inspector. The adjustment shall include raising or lowering the
existing water meter box to the proper grade.
The pre bid unit price, per each, will be full compensation for all labor, materials, equipment, tools,
and incidentals necessary to complete the work.
PAY ITEM NO: 34 ~ Manhole Adjustment with Steel Riser:
This item shall include adjusting the tops of existing manhole with steel riser manufactured by
American Highway Products or approved equal by the construction engineer to match proposed
grade, the steel manhole riser shall be placed at the time of paving.
Specifications and details of steel manhole riser (included at the end of this document), and Standard
Specification Item No. 450 "Adjusting Manholes, shall apply except as herein modified.
SP-47
-
Prior to beginning of work, the Contractor shall make an inventory of the condition of existing
manholes. The Engineer will field verify this inventory and provide the Contractor replacements for
broken manhole covers . The contractor shall replace the manhole covers which are damaged during
construction at no cost to the City. Failure of the contractor to perform this inventory will place the
total burden of replacement of any broken frame and cover on the contractor.
Should the contractor identify any utility manholes other than those owned by the City of Fort
Worth, TX, the contactor is encouraged to contact the owner and arrange the adjustment of the
manhole cover. Payment for the work will be made by the individual Franchise Utility Company.
The contractor is not entitled to any additional compensation or renegotiation with the City
associated with the construction of this work.
The pre bid unit price, per each , will be full compensation for all labor, materials , equipment, tools,
and incidentals necessary to complete the work.
PAY ITEM NO: 35 ~ Manhole Adjustment with Concrete Collar:
This item shall include adjusting the tops of existing manhole with concrete collar to match proposed
grade as shown on the detail at the back of this document or as directed by the Engineer.
The concrete collar will be used only in case of steel rig riser CAN NOT be used as determined by
the Engineer.
Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for
Structures" shall apply except as herein modified .
The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) calendar days.
Contractor shall completed the adjustment of the Manholes within five (5) working days from the
day of completing the HMAC overlay on any street, and street shall be open to traffic within ten ( l 0)
working days. If the contractor fails to complete the adjustments within five (5) working days, $100
dollars liquidated damage will be assessed per each water valve box per day .
Prior to beginning of work, the Contractor shall make an inventory of the condition of existing
manholes. The Engineer will field verify this inventory and provide the Contractor replacements for
SP-48
-
-
-
-
broken manhole covers. The contractor shall replace the manhole covers which are damaged during
construction at no cost to the City. Failure of the contractor to perform this inventory will place the
total burden of replacement of any broken frame and cover on the contractor.
Included as part of this pay item shall be the application of a cold-applied 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 pre bid unit price, per each, will be full compensation for all labor, materials, equipment, tools,
and incidentals necessary to complete the work.
PAY ITEM NO: 36 -Painting House Curb Address:
This item shall include painting of house addresses on curb or driveway radiuses that are removed
and replaced in this contract.
Contractor shall complete the painting of house curb addresses within ten (10) working days from
the day of completing the HMAC overlay on any street, if the contractor fails to complete the work
within ten ( 10) working days, $100 dollars liquidated damage will be assessed per block per day.
• All materials shall be of recent product, and suitable for its intended purpose .
• Surface preparation and application shall be in strict compliance with manufacturer's
recommendations.
•
•
•
The paint shall NOT be applied; if the new concrete curb has aged less than a minimum of 28
days, and if weather condition may harm or damage the finish surface.
The background paint shall be equal to or exceed #5160 White Latex Striping paint
manufactured by Kwal Paint or approved equal.
The letters paint shall be equal to or exceed #6306 Black Latex Exterior paint manufactured by
K wal Paint or approved equal.
SP-49
....
-
-
-
• The minimum size for the background shall be 6" high x 16" long, and the minimum size for the
letters shall be 4" high .
The unit price bid, per each, will be full compensation for all labor, material , tools, and incidentals
necessary to complete the work.
PAY ITEM NO: 37 -Grass Sod Replacement:
This pay item shall consist of the replacements of a like grass sod that was removed under this
contract due to the removal and replacement of driveways , wheelchair ramps, and curb and gutters as
determined by the Engineer. All materials shall be of recent production , and suitable for their
intended purpose.
Contractor shall complete the replacement of the sod within ten (I 0) working days from the day of
completing the HMAC overlay on any street, if the contractor fails to replace the sod within ten (10)
working days, $100 dollars liquidated damage will be assessed per block per day .
Sod Products Specifications:
• Sod shall consist of live and growing grass.
• Grass shall have a healthy, virile root system of dense, thickly matted roots throughout and
approximately one-( 1) inch minimum thickness of native soil attached to the roots .
• Sod will be free from obnoxious weeds or other grasses and be free from any deleterious matter
that might hinder the growth of the grass .
• Sod material must be kept moist from the time it is dug until planted.
Sod Installation Specifications :
• The area to be sodded shall be determined by the City.
• The sodded area shall be smoothed down .
• The sodded area shall be thoroughly watered immediately after it is planted.
The unit price bid, per square yard, will be full compensation for all labor, material, tools , and
incidentals necessary to complete the work.
PAY-ITEM NO: 38-Re-Mobilizations:
SP-50
,,,
"=..
This item shall compensate the Contractor to remobilize personnel, equipment, supplies, and
material to perform additional work as directed by the Engineer. Remobilization will be
considered when concrete "Flat-work" has been completed , personnel and equipments were
demobilized, and the street is clean and ready for overlay. Remobilization shall be determined by
the Engineer. Requests for reimbursement of remobilization expenses shall be denied unless prior
approval is granted by the Engineer.
The pre bid unit price, per each , will be full compensation for all labor, equipment, material , tools ,
and all incidentals necessary to complete the work .
END OF SECTION
SP-51
5. Emergency Procedum. Use hand-operated equipment for applying texture,
evaporation retardan~ and core in the event of equipment breakdown.
<3. Curf ng. Keep the concrete pavement surface from dryfng by water fogging until the
curing material has been applied. Maintain and promptly reparr damage to curfng
matarta~ on exposed surfaces of conaete pavement contfnuously for at feast 3
curing days. A curing day is defined as ~-·24-hr. period when either the temperature
taken fn the shade away from artfflcial heat is above so·F for at least 19 hr. or when
tfle surface temperature of Ule conaubl ls mafnf.Bined above 40·F for 24 hr. Curing
begins when the concreta curing system has been appffed. Stop concrete paving if
coong compound is not being eppUad promptly and maintalned adequately. other
methods of curing in accordance with Ham 420, •eoncrate structuru. • may be used
· when specifled or approved.
1. Membrane Curing. Aftar texturing and Immediately after th• hM surface
mofsfura has disappeared, spray the concrata surface uniformly with 2 coats of
mernbrana curing compound at an indlvfdual applJcatfon rate of not more than
180 sq. fl per gallon. Appl'f the 1ht coat within 10 min. after completing tmturlng
oporatfon•. Apply the second coat wffNn 30 min. aftar completlng taxturfng
operatfone.
Before and during appllcatlon. maintain curfng compounds In a unJfonnly agitated
condition. he of settlement. Do not thJn or dilutll lhe curing compound.
VVhere the coating ahowa disconlk1ullf• or oth« defect8 or If rain falll on th•
nawfy coated surface before the 11m hae drfed enough to ...W damage, apply ·
addillanal compound at the same rate of coverage to correct 111• damage. Ensure
that the curing compound coat. the sides of the 11nlng groove&.
H. Sawina Joint&. Saw Jolnta to the depth shown an the plan• •• aoon •• sawing can
be accompllshed without dah1age fD the pavement regansleM of llme of day or
weather conditfons. Some minor ravellng of the saw cut Is acceptable. Use • chalk
Hne, 1trfng lne, sawing tamplate, or other approved method to provide a flue joint
effgnmenl Provide enough saws to match the paving production rate to ensure
sawing compledon at the earlJeat possible time to avoid uncomR>Uad cnackfng.
Reduee paving production if necessary to ensure timely sawing of Jofntl. Promptly
restore membrane cure damaged within the first 72 hr. of cwfng.
J. Protection of Pavement and Opening to TrafflG. Testing for eady opening Is the
responsability of 1he Contrador regardleu of Job-control testing respons,bilitfes
unfas• atflerwfse shown In the pfans or dfrectad. Tadng raautt lntarpn,tatlon for
openf ng to traffic fs subfec:t to the approval of the Engineer.
1. Profac:tlon of Pavement. Erect and maintain barrfcadas and other standard and
app,oved devfees that wil exclude aU vehicles and equrpment from the newly·
ptacad pavement for the perfod• apeciff ed. Befon1 operdng to traffla. prated the
pavwnent tom damag• due to croselnga using approved method•. Maintain an
adequate suppfy of sheeting or other materfat to oover and protect hsh conaete
. aurfaca from weather damage. Apply a• needed fo protect th• pavement surface
ttom weather. ·
2. Openrng Pavement ta Tr:affle. Before opanfng to traffl~ dean pavement. place
stabfe mafllrfal against the pavement edges. val joints, and perform all ottler
traffic safety related woric.
HEAVY & HIGHWAY CONSTRUCTION
PREVAILING WAGE RA TES 2008
Air Tool Ooerator
ASJ>halt Distributor Ooera1or
Asphalt Pavina Machine Oi,erator
Asohalt Raker
Asphalt Shoveler
Batchina Plant Weidl«
Broom or Sweeoer Ooeralor
Bulldozer Ooerator
Can,enter
Concrete Finisher, Pavina
Concrete Finisher Structures
Concrete Pavina Curbina Machine Ooerator
Concrete Pavin1 Finishin1 Machine Ooerator
Concrete Pavina Joint Sealer Ooerator
Concrete pavlna Saw Operator
Concrete Pavin1 Spreader OD«ator
Concrete Rubber
Crane Clamshell, Backhoe, Derrick Drag)ine Shovel Operator
Electrician
Flauer
Form Builder/Setter Structures
Form Setter Pavina & Curb
Foundation Drill Ooerator, Crawler Mounted
Foundalion Drill Operator, Truck Mounted
Front End Loader Operator
Laborer. Common
Laborer Utility
Mechanic
Millin& Machine Operator. Fine Grade
Mixer onerator
Motor Orader Onerator, Fine Grade
Motor Orader Onerator Rouu
Oil«
Paint« Structures
Pavement Martcina Machine Operator
Pipelayer
Reinforcin1 Steel Setter Pavina
Reinforcina Steel Setter Structure
Roller Ooerator, Pneumatic, Self-ProtJClled
Roller Ooerator, Steel Wheel, Flat WheeVTami:,ina
Roller Ol>Cntor. Steel Wheel. Plant Mix Pavement
Scraoer Operator
Servicer
SIID Form Machine Operator
Spreader Box Ooerator
Trac10r Ooer..w, Crawler Tyi:,e
Tractor o,-,,, .. , Pneuma1ic
Travel in1 Mixer Operator
Truck Driver, Lowboy-Flo.a
Truck Driver Sinale Axle, Heavy
Truck Driver. Sinale Axle Liaht
Truck Driver Tandem Axle Semi-Tra iler
Truck Driver Transit-M ix
Waaon Drill, Bor ina MKhine , Post Hole Dnller Operator
Welder
Woric Zone 13UTicade Servicer
SI0.06
SIJ .99
$12 .78
SI I.OJ
s uo
$14 .U
S 9 .81
SIJ .22
$12 .80
$12 .85
Sl3.27
Sl2.00
Sl3 .63
Sl2 . .SO
$13 . .56
St4 . .SO
SI0.61
$14.12
Sll.12
S 1.43
SI 1.63
Sil.BJ
$13 .67
$16 .30
$12.62
S 9.11
SI0.6,
$16.97
Sll.83
SI l .'8
SU.20
$14 . .SO
$14.98
SJJ.17
SI0 .04
SI 1.04
Sl4.86
S16 .29
SI 1.07
SI0.92
Sll.21
SI 1.42
$12 .32
$12 .33
SI0.92
$12 .60
$12.91
Sl2 .0l
$14 .93
SI 1.47
SI0 .91
Sll.75
S12 .0I
Sl ... 00
sn,1
SIO 09
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C .A. Labor Code §406.96 (2000), as amended , Contractor cert ifies that it
provides workers' compensation insurance coverage for all of its employees employed on City
of Fort Worth Department of Transportation and City of Fort Worth Project No . 01461.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
JLB CONTRACTING, LLC.
By 9'="' ~ ~·
Title :
. t Jam~ 6.;Humphrff, P~,ipent of
JLB CONTRACTING , LLC
Name :
Date : f-J -IIJ
_-.,,,-Bef re me, the undersigned authority, on this day personally appeared
~ fl m , known to me to be the person whose name is subscribed to the
foregoing instrume , and acknowledged to me that he executed the same as the act and deed
of JLB CONTRACTING, LLC. for the purposes and considerat ion therein expressed and in the
capacity therein stated .
Given Under My Hand and Seal of Office this ,3E}J day of /katlc5( , 20 J i)
THE ST ATE OF TEXAS
COUNTY OF TARRANT
PERFORMANCE BOND
§
Bond No. _8~8~4~92~--
KNOW ALL MEN BY THESE PRESENTS :
§
That we (1) JLB Contracting, LLC as Principal herein, and (2) Westfield Insurance Company, a
corporation organized under the laws of the State of (3) Ohio and who is authorized to issue surety bonds
in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation
located in Tarrant and Denton Counties, Texas, Obligee herein , in the sum of:
One Million, One Hundred Fifty-Four Thousand, Three Hundred Seventy-Four and 00/100 ..................... .
($1,154,374.00) Dollars for the payment of which sum we bind ourselves, our heirs, executors , administrators,
successors and assigns , jointly and severally, firmly by these presents .
WHEREAS, Principal has entered into a certain contract with the Obligee dated the_.!.£'.'._ of July , 2010 a
copy of which is hereto attached and made a part hereof for all purposes, for the construction of:
HMAC SURFACE OVERLAY (2010-4)
NOW THEREFORE , the condition of this obligation is such, if the said Principal shall faithfully perform
the work in accordance with the plans , specifications and contract documents and shall fully indemnify and hold
harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and
reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default , then
this obligation shall be void ; otherwise, to remain in full force and effect.
Bond No. _8~8~4~92~--
PROVIDED, HOWEVER, that this bond is executed pursuant to C hapter 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 co pied a t length herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have
executed this instrument.
SIGNED and SEALED thi s 14 1h day of July , 2010.
(SEAL)
ATTEST:
(SEAL)
(Surety) Secretary
Jennifer Marsh
orth Texas 76124
ess)
JLB Contracting, LLC
PRINCIPAL (4)
BY :~,/)/~
Title: JVrnes G. Humphrey, President
P0BOX24I31
Fort Worth, TX 76124
(Address)
an
l V i"fbfl>lffii•_ir-in-fact) ( 5)
yle . Swe ney, Attorney-in-Fact
555 Republic Drive, uite 450
Plano Texas 75074
(Address)
NOTE: Date of Bond must not be
prior to date of Contrac t
(1) Correct name of Contractor
(2) Correct name of Sure ty
(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 th e Attorney-in-
f act.
The date of bond sha ll not be prior to date of
Contract.
.... ----
::
THE ST ATE OF TEXAS
COUNTY OFT ARRANT
Bond No. -'8""'8'-'4"'"9=2 __ _
PAYMENT BOND
§
§
§
KNOW ALL MEN BY THESE PRESENTS:
That we, (1) 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 bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton
Counties, Texas, Obligee herein, in the amount of One Million, One Hundred Fifty-Four Thousand, Three Hundred
Seventy-Four and 00/100 ................................................................................. Dollars ($1,154,374.00) 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 14th day of
July , 2010, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if
co pied at length, for the following project:
HMAC SURFACE OVERLAY (2010-4)
NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as
amended) supplying labor 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.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government
Code , as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said
statue, to the sa me extent as if it were copied at length herein .
IN WITNESS WHEREOF, the duly authorized representative s of the Princip a l and Surety have
executed this instrument.
SIGNED AND SEALED thi s 14th day of July , 2010.
ATIEST:
Secretary
(SEAL)
NOTE:
Bond No. _8""'8""""4""'"92=----
(1) Correct name of Principal (Contractor).
(2) Correct name of Surety .
(3) State of incorporation of Surety
JLB Contracting, LLC
PRINCIPAL
By ~~~
Name: James G. Humphrey
Title: President
Address: PO BOX 24131
Fort Worth, TX 76124
Address: 555 Republic Drive, Suite 450
Plano, Texas 75074
Telephone Number: 972-516-2600
Telephone number of surety must be stated . In addition, an original copy of
Power of Attorney sha ll be attac hed to Bond by the Attorney-in-Fact.
The date of the bond shall not be prior to date of Contract.
... -----....
.
. -. -
: '-
Bond No. _8"""8'"""4""-92=----
MAINTENANCE BOND
THE ST ATE OF TEXAS §
COUNTY OFT ARRANT §
That JLB Contracting, LLC (Contractor), as principal , and Westfield Insurance Company
___ , a corporation organized under the laws of the State of Ohio ,(Surety), do hereby
acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal
Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant
County, Texas, the sum of One Million, One Hundred Fifty-Four Thousand, Three Hundred Seventy-
Four and 00/100 ........................................................................................ Dollars
($1,154,374.00) lawful money of the United States, for payment of which sum well and truly be made
unto said City and its successors, said Contractor and Surety do hereby bind themselves , their heirs,
executors , administrators, assigns and successors, jointly and severally.
This obligation is conditioned, however; that,
WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort
Worth, dated the 14 1h of July , 2010 copy of which is hereto attached and made a part hereof, for the
performance of the following described public improvements:
HMAC SURFACE OVERLAY (2010-4)
the same being referred to herein and in said contract as the Work and being designated as project
number(s) 01461 and said contract, including all of the specifications , conditions, addenda, change
orders and written instruments referred to therein as Contract Documents being incorporated herein and made
a part hereof, and,
WHEREAS , in said Contract, Contractor binds itself to use such materials and to so construct
the work that it will remain in good repair and condition for and during a period of Two (2) Years after
the date of the final acceptance of the work by the City; and
WHEREAS, said Contractor binds itself to maintain said work m good repair 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 Worth
Department of Engineering, it be necessary; and ,
Bond No. _8~8~4~92~--
WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to
repair or reconstruct said Work as herein provided.
NOW THEREFORE, if said Contractor shall keep and perform its said agreement to
maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said
Contract, these presents shall be null and void, and have no force or effect. Otherwise, this
Bond shall be and remain in full force and effect, and the City shall have and recover from
Contractor and Surety damages in the premises as prescribed by said Contract.
This obligation shall be a continuing one and successive recoveries may be had hereon
for successive breaches until the full amount hereof is exhausted.
IN WITNESS WHEREOF, this instrument is executed m 2 counterparts, each one of which
shall be deemed an original , this 14 1
h day of
ATTEST:
~ Secretary
ATTEST:
(SEAL)
Secretary
July , A.D. 2010.
JLB Contracting, LLC
Contractor
By:~/JL~
Name: James G. Humphrey
Title: President
Westfield Insurance Company
Surety
Title: Attorney-in-Fact
555 Republic Drive, Suite 450
Plano, Texas 75074
Address
-----..
, ·.
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call Westfield Insurance Company's
and/or Ohio Farmers Insurance Company's
toll-free telephone number for information or to
make a complaint at:
1-800-368-3597
You may also write to Westfield Insurance
Company and/or Ohio Farmers Insurance
Company at:
555 Republic Drive, Suite 450
Plano, Texas 75074-8848
You may contact the Texas Department of
Insurance to obtain information on
companies , coverages , rights or comp laints
at:
1-800-252-3439
You may write the Texas Department of
Insurance :
P. 0. Box 149104
Austin , TX 78714-9104
Fax : (512 ) 475-1771
Web : http://www.td i.state .tx.us
E-mail : ConsumerProtection@td i.state . tx . us
PREMIUM OR CLAIM DISPUTES:
Should you have a d ispute concerning your
premium or about a claim you sho u ld
contact the agent or Westfield Insurance
Company and/or Ohio Farmers Insurance
Comapny first. If the dispute is not resolved ,
you may contact the Texas Departmen t of
Insurance .
ATTACH THIS NOTICE TO YOUR
POLICY: This notice is for information only
and does not become a part or condition of
the attached document.
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja :
Usted puede llamar al numero de telefono gratis de
Westfield Insurance Company 's / Ohio Farmers
Insurance Company 's para informacion o para
someter una queja al :
1-800-368-3597
Usted tambien puede escrib i r a Westfield Insurance
Company/ Ohio Farmers Insurance Company:
555 Republic Drive, Suite 450
Plano, Texas 75074-8848
Puede comunicarse con el Departamento de
Seguros de Texas para obtener informacion acerca
de companias , coberturas , derechos o quejas al :
1-800-252-3439
Puede escri bir al Departamento de Seguros de
Texas :
P . 0 . Box 149104
Austin , TX 78714-9104
Fax : (512)475-1771
Web : http ://www.td i.sta te .tx .us
E-mail : ConsumerProtection@tdi .state . tx. us
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si t iene una disputa concerniente a su prima o a un
reclamo , debe comunicarse con el agente o
Westfield Insurance Company/ Ohio Farmers
Insurance Company primero. Si no se resuelve la
disputa , puede entonces comunicarse con el
departamento {TOI).
UNA ESTE AVISO A SU POLIZA: Este aviso es
solo para proposito de informacion y no se
conv ierte en parte o condicion del documento
adjunto.
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME
POWER # AND ISSUED PRIOR TO 09/09/09, FOR ANY PERSON OR PERSONS NAMED BELOW.
General
Power
of Attorney
CERTIFIED COPY
POWER NO . 4220052 06
Westfield Insurance Co.
Westfield National Insurance Co.
Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know All Men by These Presents, That WESTFIELD INSURANCE COMPAN Y, WES T FIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations , hereinafte r referred to indivi dually as a ·company· and collectively as ·companies; duly
organized and existing under the laws of the State of Ohio , and havi ng its pr inc i pa l office i n Westfi eld Center, Medina County, Oh io , do by these
presents ma ke, constitute and appoi nt
CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, JENNIFER R. MARSH , JOINTLY OR SEVERALLY
of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fa ct , w ith ful l power and authority hereby conferred in its name,
place and stead , to execute, ack nowledge and del i ver any and all bonds, recognizances , undertakings, or other instruments or contracts of
suretyship---------------------------------------------------------• --• •
LIMITATION : THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTEE, OR BANK DEPOSITORY BONDS.
and to b i nd any of the Companies thereby as fully and to the same extent as i f such bonds were s i gned by the President, sealed with the corporate
seal of the applicable Company and duly attested by its Secretary, her eby ratifyi ng and confirming all that the sa id Attorney(s)-in-Fact may do in
the prem ises. Said appoi ntment is made under and by authority of the following r esoluti on adopted by t he Board of Di rectors of each of t he
WESTFIE LD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OH IO FARMERS INSURANCE COMPANY:
"Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall
be and is hereby vested with full power and authority to appoint any one or more s u itable persons as Attorney(s)-i n-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney-in -Fact. may be given full power and authority for and in t he name of and on behalf of the Company, to execute, ack nowledge and
deliver, any and all bonds , recognizances, contracts, agreements of i ndemnity and other conditional or obligatory underta k ings and any and all
noti ces and documents canceling or terminating the Company's liabi lity thereunder, and any such instruments so executed by any such
Attorney-in-Fact shall be as bi nding upon the Company as if s igned by the President and sealed and attested by the Corporate Secretary.·
"Be it Further Resolved, that the s ignature of any such designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relati ng thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be val id and binding upon the Company with respect to any bond or undertaki ng to which it i s attached ." (Each adopted at a meeting
held on February 8, 2000).
In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by t heir Senior Executive and their cor porate seals to be hereto affixed this 09th day of
SEPTEMBER A .O., 2009 . ..................
Corpor ate ~,-ua..~ ,
Seals ~ ~ f ... -....... c~ '\
Afflx edJ•Y ·· ~ ,, ...... -l \Q\ [ ~; $1.f JC I :J')
\ ;\. L.M.L )i
\'J'\.._ ,_ / ~,,
State of Ohi·~
County of Med i na ss .:
. .. --""""~ ... ,,,,,,,,,,. .,.... ,,,. .... ~ ......... --~~ /-».·· -···~ct' ~ t~·,.,w, ... ,.-.. g1
: '-: " ""ICc, : s ~
i!l! =31~
\~\ 1848 .:~g ~ . .. .. ..• . ....-.: '-,, ·········· • ............. ...
,,,,,,,,;,,, ...... ,, .. ,•··
WESTFIELD INSURANCE COMPANY
WESTFIELD NATIONAL INSURANCE COMPANY
OHIO FARMERS INSURANCE COMPANY
By:
Richard L. Kinnaird , Jr ., Senior Executive
William J . Kahelin , A rney at Law, Notary Public
My Commi ss io n Does Not Expire (Sec. 147 .03 Oh i o Revi sed Code)
I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY , WES T FIELD NAT IONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies , which is sti ll in full force and effect; and furthermore, the resolutions of t he Boards of Directors, set out in the Power of Attorney are
in full force and effect. (h
Jul~ Wi tne ss :~~~:tti'l bh~ve hereu nto set my hand and affixed the seal s of said Co mpa ni es at We stfi e ld Center, Ohi o , t h rs 14 ·d ay of
, ........... , ,,,,,1 1,,,,, " ....... ,.,,,,,
,· f.UR.( ...... ,.,···~10NA£. ;···,,, ...... \llSUJ,.Z'•,, ~ ~ f ... -..... ~c~·-\ /~ ':!':··········-~-:¢-=-. ~---~.::-;;::~~---
/ ~/ -\«:,\ _[!if/ \-e,\ !#.~~•0 jfa;··.¢\
j~fS?!JCI ~~1 :Li:: SEAL :o : ff.::!!"11
-"
11<8°:1'2 !t,1: .i:..M.J..aii,/ ·>-· ·rn · =o: : : '~'-J,J>. = (/): : = :~o:. :Z: \ ...... .._ ·-$ ~~·-. _:(]~ \-p•. 1848 ... ~f
-.. ~'···-----/ ,# ~ ...... f ··..... . ... ···· .......... .:" ~,.. ··· .. ::-.... ·· .~ ... .:-
',,,,,, ...•... ,,'-,,...... ,,,,,,,, . .. ............. "
'''••11111•-' ,,,,, .. , ......
BPOAC2 (combined) (06-02)
Sec:ntary
CITY OF FORT WORTH, TEXAS
CONTRACT
THE STATE OF TEXAS
KNOW ALL BY THESE PRESENTS
COUNTY OFT ARRANT
This agreement made and entered into this the 14 day of July A.O., 20.!!!, by and between the
CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing
under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of
December, A.O. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the
Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City
Council of said city , and the City of Fort Worth being hereinafter termed Owner, JLB
CONTRACTING, LLC., HEREINAFTER CALLED Contractor.
WITNESS ETH: That said parties have agreed as follows :
I.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith,
the said Contractor hereby agrees with the said Owner to commence and complete the construction of
certain improvements described as follows:
HMAC SURFACE OVERLAY (2010-4)
2.
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools, appliances and materials necessary for the construction and completion of said project in
accordance with the Plans and Specifications and Contract Documents prepared by the Department of
Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by
the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are
hereto attached and made a part of this contract the same as if written herein.
3.
The Contractor hereby agrees and binds himself to commence the construction of said work
within ten ( I 0) days after being notified in writing to do so by the Department of Engineering of the City
of Fort Worth.
4.
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and approval of
the Department of Transportation of the City of Fort Worth and the City Council of the City of Fort
Worth within a period of One Hundred & Eighty (180) days .
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract
Documents within the time so stipulated, plus any additional time allowed as provided in the General
Conditions, there shall be deducted from any monies due or which may thereafter become due him , the
sum of $200 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety
shall be liable to the Owner for such deficiency.
5.
Should the Contractor fail to begin the work herein provided for within the time herein fixed or to
carry on and complete the same according to the true meaning of the intent and terms of said Plans ,
Specifications and Contract Documents, then the Owner shall have the right to either demand the surety
to take over the work and complete same in accordance with the Contract Documents or to take charge of
and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost
to the said City shall exceed the contract price or prices set forth in the said plans and specifications made
a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and
specifying an itemized statement of the total cost thereof, said excess cost.
6
Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the
project site for Contractor 's sole negligence . In addition, Contractor covenants and agrees to indemnify,
hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and
against any and all claims or suits for property loss, property damage, personal injury, including death,
arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor,
its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury,
damage or death is caused, in whole or in part, by the negligence or alleged negligence of
Owner, its officers. servants. or employees. Contractor likewise covenants and agrees to indemnify
and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and
employees and any damage, loss or destruction to property of the Owner arising from the performance of
any of the terms and conditions of this Contract, whether or not any such injury or damage is
caused in whole or in part by the negligence or alleged negligence of Owner, its officers.
servants or employees ..
ln the event Owner receives a written claim for damages against the Contractor or its subcontractors prior
to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b)
provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred
to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work performed
under a City Contract.
7.
The Contractor agrees , on the execution of this Contract, and before beginning work , to make ,
execute and deliver to said City of Fort Worth good and s ufficient s urety bo nds for the faithful
performance of the terms and stipulations of the Contract and for the pay ment to all claimants for labor
and/or materials furnished in the prosecution of the work , such bonds being as provided and required in
Texas Government Code Section 2253, as amended , in the form included in the Contract Documents '
and such bonds shall be for I 00 percent ( I 00%) of the total contract price, and said surety shall be a
surety company duly and legally authorized to do business in the State of Texas , and acceptable to the
City Council of the City of Fort Worth .
8.
Said City agrees and binds itself to pay , and the said Contractor agrees to receive, for all of the
aforesaid work, and for all additions thereto or deductions therefrom , the price shown on the Proposal
submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in
monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a,
shall be ONE MILLION ONE HUNDRED FIFTY FOUR THOUSAND THREE HUNDRED
SEVENTY FOUR DOLLARS AND ZERO CENTS ... Dollars, ($1,154,374.00).
9.
It is further agreed that the performance of this Contract, either in whole or in part, shall not be
sublet or assigned to anyone else by said Contractor without the written consent of the Director of the
Department of Engineering.
10.
The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is
classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto
and made a part hereof the same as if it were copied verbatim herein.
11.
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of
the State of Texas with references to and governing all matters affecting this Contract, and the Contractor
agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 2
counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the
corporate seal of the City of Fort Worth attached . The Contractor has executed this instrument through its
duly authorized officers in 2 counterparts with its corporate seal attached .
Done in Fort Worth, Texas, this the 14 day of ~A.D, 2010.
APPROVAL RECOMMENDED:
~~~f
DfRECTOR, DEPARTMENT OF
TRANSPORTATION/PUBLIC WORKS
ATTEST:
JLB CONTRACTING, LLC.
POB0X24131
FORT WORIB, TEXAS 76124
CONTRACTOR
BY:
Jam~ G.Humphrdy, P~ent of
i l!eeNTRACTING, LLC
?o /3o ,( .J 1/ I.JI
Foir/&,r#, Tt' 7~/1.J/
I
ADDRESS
November 1960
Revi sed May 1986
Revised September 1992
Re vised March 2006
CITY OF FORT WORTH
F ERNANDO COSTA, ASST C ITY MANAGER
CITY SECRETARY
(SE AL)
Contract Authorizatio•
, ... ,3 ~,o
Date
APPROVED AS TO FORM AND
LEGALITY:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Project Name: HMAC Surface Overlay ( ___ _,
DOE Project Number: ___ _
Mapsco Location: ____ _
Street Maintenance Work Notice
As part of the City of Fort Worth's Street Maintenance Program, _______ _
has been contracted to repair your street. During the maintenance work, there will be a
brief time that you may not have access to your residence or business. On the days
specified below, vehicles can not be parked on the street. Also, please turn off your
sprinkler adjacent to the street.
If you have any questions or concerns, please contact contractor _______ _
at ___________ _
If we are not able to resolve your concern to your satisfaction, you may also contact
City of Fort Worth Inspector at , Monday-
Friday between 7 :30 a.m. and 4:30 p.m .
After 4:30 p.m . and on weekends, call (817) 392-8100 .
Block Street Project
Limits Name Limits
1100 to 1200 Brown Street Yates Avenue to Keller Springs Parkway
Expected Construction Dates
Weather Permitting
From 6-20-06 to 7-4-06
Nombre del Proyecto: HMAC Surface Overlay (, ____ _,
Numero del Proyecto DOE: ___ _
Ubicacion Mapsco: ____ _
Notificacion de Mantenimiento de la Calle
Como parte del Programa de Mantenimiento de las Calles de la Ciudad de Fort Worth,
-----------ha side 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 ______ al
Si no resuelve su concierne a su satisfacci6n, puede tambien llamar a la Oficina de
lnspecci6n de la Ciudad de Fort Worth al , de lunes a
viernes entre las 7:30 a .m. y 4:30 p.m.
Despues de las 4:30 p.m. o en los fines de semana llame al (817) 392-8100.
LI mites Nombre Llmltes
De Bloquea de Calle De Provecto
1100 a 1200 Brown Street Yates Avenue a Keller Springs Parkway
Fechaa de Construccl6n
Pennltlendo el Estado de Tlempo
De 6-20-06 a 7-4-06
1
J
1
1
' 1
1
l
1
J
1
j
j
1
1
1
j
1
4' -0"
FONTS:
PROJECT DESIGNATION SIGN
!--.---------4' -o " _______ ______,
6~"
PMS -167
=13"
3" C: Project Title 1
1
..
3 "C: 2ND LINE '
IF NEC ESSARY _/ ---r 3 11
1 f'====== Contractor: --=t 1 ,,
2f'LContractor's Name ---r 2
1 f'r= Scheduled Completion Date
1~" I Year
1 "
1" 2
5"
FORT WORTH LOGO = CHEL TINGHAM BOLD
ALL OTHER LETTERING = ARIAL BOLD
LOGO COLORS:
FORT WORTH -PMS 288
LONGHORN LOGO -PMS 167
LETIERING -PMS 288
BACKGROUND -WHITE
BORDER -BLUE
PROJ ECT DE SIGNAT ION SIGN
CITY OF FORT WORTH-C ONST RUCTION STANDAR D
DRAWING NO . DATE: 9-20-02
ATTENTION:
CURB ~RAMPS SHALL BE CONSTRUCTED PERPEND[CULAR TO THE CURB AT
STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL (;;ROSSINGS
WHERE FEASIBLE. SEE FIGS . 58, 59 & 60.
WHEELCHAIR
RAMPS
STANDARD
DETAILS
CITY OF FORT WORTH, TEXAS -CONSTRUCTION STANDARD
OCTOBER, 1992 , REDRA~ OCTOBER 2002
STREET CURB
MONOLITHIC
SIDEWALK CIRB
LINES TO BE
1/4" DEEP
4 JOINT, 4" GAP 1 • R
~
4-•
R.O.W .
6"
4•
CURB PAY LIMIT
MAX . LENGTH OF SURFACE TREATMENT (GROOVE)
5' FROM THE BACK OF CURB.
EXPANSION MATERIAL
RECESSED 1 / 4" AND
SEALED W/ SILICONE
(APPLICABLE TO ALL COLD-JOINTS)
NOTES
TYPICAL RAMP X-SECTION
CITY OF FORT WORTH, TEXAS -CONSTRUCTION STANDARD
OCTOBER , 1992, REDRAWN OCTOBER 2002
1 . FOR PARKWAY WITH ELEVATION BELOW STREET
ELEVATION, THE SIDEWALK CURB MUST BE 2"
HIGHER THAN THE STREET CURB.
2 . SIDEWALK CURB SHALL NOT ENCROACH ON THE
PROPOSED WIDTH OF THE SIDEWALK RAMP.
3. FOR 1YPE I RAMP MAXIMUM SIDEWALK CURB
HEIGHT O" TO 7".
CITY Of FORT WORTH, TEXAS
ACCESSABIUlY RAMP -
TYPICAL CROSS SECTION
DATE: 09/2004-
STR-031
-
EXISTING CURB
AND GUTIER
SAWCUT FOR
CONCRETE
PAVEMENT
SODDING
AS REQUIRED
EXISTING 15' R
SCALE 1" = 5'
NOTES
SIDEWALK RAMP
W/ COLORED SURFACE
I) EXPANSION JOINT ANO SIUCONE SEALING
SHALL BE SUBS IDIARY TO UNIT PRICE BIO
FOR SIDEWALK .
2)· THE ACTUAL LIMIT OF REMOVAL OF EXIST
-ING CURB AND GUTIER AND SIDEWALK SHALL
BE AS DIRECTED BY rnE ENGINEER IN THE
FIELD •
.3) MONOLITHIC CURB OR FLARED SLOPES MAY BE
INSTALLED ON BOTH SIDES OF THE RAMP
DEPENDING ON THE FIELD CONDITION OR AS
DIRECTED BY THE ENGINEER .
4) CURB RAMPS WITH RETURNED CURBS MAY BE
USED WHERE PEDESTRIANS WOULD NOT
NORMALLY WALK ACROSS rnE RAMP.
5) SLOPE OF CURB RAMP AND/OR SIDEWALK
SHALL BE A MAXIMUM OF 1 :12 . FLARED SIDES
OF RAMP SHALL HAVE A MAXIMUM SLOPE OF
1: 106 UNLESS PEDESTRIANS COULD WALK
ACR SS THE RAMP THEN rnE MAXl~M,4 SLOPE
SHALL BE 1:12.
MONOLITHIC SIDEWALK CURB
CK OF PROP. CURB
FACE OF PROP . 7" CURB
SAWCUT FOR HMAC PAVEMENT
STANDARD PAY LIMIT DETAIL
CITY OF FORT WORTH, TEXAS
ACCESSA81Ll1Y RAMP
PAY LIMITS
OAT!: 09/200-4
STR-032
EXISTING CURB
ANO GUTIER
SAWCUT FOR
CONCRETE
PAVEMENT
JO INT DETAIL
EXIST ING 15' R
SCALE 1" = 5'
NOTES
SIDEWALK RAMP
W/ COLORED SURFACE
1) EXPANSION JOINT ANO SIUCONE SEAUNG
SHALL BE SUBSIDIARY TO UNIT PRICE 810
FOR SIDEWALK .
Z) ::.7~c Agi~iL A~~'\Bfrll"ii~ALstg~w~ff SHALL
BE AS DIRECTED BY THE ENGINEER IN THE
FIELD .
MONOLITHIC SIDEWALK CURB
"SODDING
AS REQUIRED
EXPANSION JOINT &: SIUCONE SEALING
CK OF' PROP . CURB
FACE OF ?ROP. r CURB
SAWCUT FOR HMAC PAVEMENT
CfTY OF FORT WORTH, TEXAS
ACCESSABIUlY RAMP
JOINT DETAIL
CATE: 09/2004
STR-033
-
-
., .. ,., •. :-:-::-:-;:·:-:--:-:-·:-:-·=-:··'·'·""'.;:•:·:-·:-:-·:-:-·:-:-::·:-::·:·:····
. {a)
PERPENDICULAR PUBLIC SIDEWALK CURB RAMP
........ .. ...... .
·=··=·:··:-:-·:-:,::·:-:--:-:-·:-:-·:-:-·:-:-::•:•::•:•:·-:·:·-·~···~··~··~:;;.., -
........ ........
. ;.·:-:-·:-:-·:•:•::•:-:-·:-:-·:-:,-:-:-·:•:-::-:-::•:-:-·=·=········
(a)
COMBIED(l"~f'IJIIUC
SIDEWALK CURii R>MP
CITY OF F'ORT WORTH, TEXAS
ACCESSABILITY RAMP
TYPICAL CROSS SECTION
DA TE: 09/2004
STR-034
--
ATIENTION:
CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT
STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS
WHERE FEASIBLE. SEE FIGS. 58, 59 & 60.
14.2.6 Vehicular Ways and facilit ies
I)
(a)
D
B
0
.,.
I
'l,_o-I
0
,r ~
'
(b)
Perpendicular public sidewalk curt, ramp
In public 1ldewollt with parkway
Perp,ndlcular public sidewalk curb ramp
in public 1idewalk
(a)
arallel public eidewalk curb ramp
In pub lic sidewa lk
0
0
D
(b)
Combination publlc eldewalk curt, ramp
in pubUc sidewalk with parkway
Fig. 60
a a
0
(c)
P1rpendlculor public 1idewalk curb romp
at pro1ected inlerHctlon
Pu blic Sidewa lk Cirb Romps at Mark ed Crossings
CITY OF F'ORT WORTI-i, TEXAS
ACCESSA8ILl1Y RAMP
FIGURE 60
DA.TE: 09 /200,4.
STR-0.35
-
-
-
RUNNING
SLOPE
1:20 MAX
ll'ALK
NOTE :
X -========~ y
RUNNING SLOP8
1:12 MAX
CURB RAMP
COUNTER SLOPE
1:20 MAX
STREET
(1) Slop• • T/X where x !1 a lenl dope
(2) Cou.nt.er olope shall nol exceed l :20
Fi(. B4.7.2
Meaiiurement. of Curb Ramp Slope
X
NOTl1 If X < 411" ( 1220 mm) t.hea the llope of I.he
nued aid .. •hall nol exau4 l:13
PLANTING OR OTHER
NONlfALKING SURFACE
(a) rtued Sid•• (b) Relunied Curb
38
Ill
Fie, B4.7.5
Sldes of Curb Ramps
Fl(. B4.7 .!I
Built-up Curb Ramp
OCTOBER, 1992, REDRA'rfN OCTOBER 2002
CITY OF FORT WORTH, TEXAS
ACCESSABILITY RAMP
RAMP SLOPE DETAILS
DA TE: 09/2004
STR-036
1:48 ...
1:12
-
-
TYPE I
EXISTING 15' R.
SCALE 1" = 4'
PROP. 4' RAMP WITH
COLORED SURFACE
VARIABLE HEIGHT CURB
1 1/2' R. (TYP)
CITY OF FORT WORTH, TEXAS
ACCESSABILITY RAMP -
TYPE I (W/15' RADIUS)
DAl!: 09/200-4
STR-037
~
~ < ii:=
z
0 -~
~
a:l
~
0
CJ
1:48 ...
-
-
-
TYPE I
EXISTING 20' R.
SCALE 1" = 4'
PROP. 4' RAMP WITH
COLORED SURFACE
VARIABLE HEIGHT CURB
1 1/2' R. (TYP)
CITY OF FORT WORTH, TEXAS
ACCESSABILITY RAMP -
TYPE I (20' RAD.)
DATE: 09/2004
STR-038
I I
II
---
EXISTING CURB
Ir GUTTER
SODDING
AS RIQUIRED
TYPE ·III ·
EXISTING 15' R.
SCALE 1• = 4'
SIDEWALK RAMP WITH
COLORED SURFACE
i • > > • .J BROOM FINISH
V////;01 HMAC TIE-IN
IIONOUTBIC CURB
~~~~'-ACI or,. cuu ~
msTING C1J'R8 • CUT1'D
CITY OF FORT WORTH, TEXAS .
ACCESSABIUTY RAMP -
TYPE m (15' RADIUS)
SUCVT FOR CONCRITI P.AVEKINT
DATE; 09/2004
STR-039
I I
11 EX ISTING CURB /f & GUTTER
SODDING
AS REQUIRED
-
TYPE Ill
EXISTING 20' R .
SCALE 1" = 4'
SIDEWALK RAMP WITH
COLORED SURFACE
I-,., ,. -~ BROOM FINISH
-HMAC TIE-IN
VARIABL~ HEJGHT CURB
EXISTING CURB & GUTTER
SAWCur FOR CONCRETE PAVEMENT
CITY OF FORT WORTH, TEXAS
ACCESSABILITY RAMP -
TYPE III (20' RADIUS)
DATE; 09/200•
STR-040
BUTT
JOINT
NOTE :u,AN ATTEMPT HAS aEEN MADE To DETAIL
AS MANY STD. FIELD SITUATIONS AS
POSSIBLE HOWEVER I THE CONTRACTOR
MIGHT HAVE TO OVERLAP PARTS OF
THESE DETAILS TO CONFIGURE A
LAYOUT THAT BEST APPLIES TO A
PAAllCUl.AR SITUATION,
~
I
C·
( 2) BUTT JOINTS NOT REQUIRED WITH
ROUXING PRl)C[SS.
~
.
MEDIAN
STREET BEGIN OR
ENO POINT
TYPICAL
LEGEND
JI II II ·1·
MEDIAN
LAYOUT FOR RECYCLING ACTIVITIES FOR BLVO. SECTION
UNLESS NOTED OTHERWiSE IN STREET SCHEDULE
\
H.M.A.C. REHABILITATION
WEOGEMlLLIHG
(RECYCLE/ OVERLAY
ONLY)
\.
/
0-2
REVISED:
II [ 1/, lie . OAT(:
1990
I
I
' .
...
u
"" a: ...
%
0
0
!: ...
0 z
... u
"" « ... z
0 u
~ ...
0 z
. !
LEGEND
H.M;A.C:. REHABILITATION
•• II II lij WEDGEMILL~G
(RECYCLE /OVERLAY ONLY)
NOTE: BUTT JOI_NTS NOT
REQUIRED WITH
REMIXING PROCEs·s.
· TYPICAL
STREET BEGIN OR
ENO POINT •
REGARDLESS OF
THE INTERSECTING
STREETS ANGLE.
LAYOUT FOR RECYCLING ACTIVITES
UNLESS NOTED OTHEftWISE IN STREET SCHEDULE ~
1 1 -.. :1
BUTT JOINT
0-1
REVISEO:
lllY.He. DATl :
1990
I
.,
•
l.
r
-
TYPICAL
~ I .. ·-
LEGEND -p--~,
jl II II lj
H .M.A.C. REHABILITATION
WEOGEMILLING ( RECYCLE
/OVERLAY ONLY.}
NOTE ~l)IF ANY COMBINAtlON OF ISLANDS
ANO RIGHT TURN LANES ARE AB.SENT
TURN RADIUS SHALL BE TREATED
AS STANDARD. BUTT JOINT SHALL
BE SQUARED OFF, 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
D--4
Rf VISED:
A(V. H•. OAT[\
I 19 90
.,_ ______ _
LEGEND
•• II II 14
H.M.A.C. REHABILITATION
WEOGEMILLING
(RECYCLE/ OVERLAY
ONLY)
NOTE :mALL RIGHT TURN STOAAGE
LANES SHALL 8E CONSIDERED
AS PART OF CONTRACT.
(2) BUTT JOINTS NOT
AEOUIRED WITH ft[MUCIHG
PROCESS.
~
\.
BUTT JOINT
IF EITHEII RADIUS DOES NOT HAVE
AN ISLAND, IT WILL BE TREATED
AS INDICATED BY APPLICABLE
DE TAIL .
I / r' STREET BEGIN OR
~------"lENO POINT, REGARDLESS OF THE
INTERSEC.T1NG STREETS ANGLE.
/
II
0 -?,
RE VIS(O '.
lll(Y.N•. OAT(•.
TYPICAL
1990
LAYOUT FOR RECYCLINI ACTIVITEI
UNLESS NOTED OTHERWISE IN STREET SCHEDULE.
I
COL LAR CONFIGURATION _,___~--CO LLAR CONFIGURA TI ON
FOR PA VED AR EA ,.. .,. IN UNPAVED AREA
t
(8) #4 BARS,
PLACED AS SHOWN.
USE CLASS "A"
(.3000 LB)
CONCR ETE .
CASE
#1
COLLAR
THICKNESS
VARIES, 8" MIN .
t
CASE #1
CO LL AR SHALL EXTE ND TO
BOTI OM OF 2 :27 CONCR ETE
(REBAR REQU IRED).
CASE #2
CASE
#2
CO LLAR SHALL EXTEND .3" BELOW
BOTIOM OF LOWEST GRADE RING
(REB AR REQ UI RED )
4' -0" (MAN HOLE )
r2·-o" (WAT ER VA LVE)
PLAN VIEW
GRADE RINGS
SECTION •A-A•
(M ANH OL E COLLAR SHOWN)
(NOT TO SCALE)
CITY OF FORT WORTH, TEXAS
MANHOLE ANO WATER VALVE
CONCRETE COLLAR
,......_
w ,......_> w _J
_J <t:
O>
I z a::
<t: w 2 f-
'-/ ~
: '-/ '1: . 0
s:t-I
N
GROUND
NECK. TYP .
DA TE : 09 /2004
STR-028
Water. _ Valve Riser Cross Section view
Item
N b um
I
2
3
er
4 r--12 gage 090 galvanized steel
G)-
Item
D escnpt1on
Steel Skirt
Weld
3/8" wide D.O.M Tube
t
Height I new asphalt overlay
1~<---3/8" D.O.M. Tube
Material Description
12 gage A.LS.I . I 020 Steel (A-36)
G-90 Galvanized
Lincoln Outersheild 71 Elite .045
D. 0 . M. Tube A.I .S.I . I 026 (AS 13 type 5)
Tensile
Y' Id 1e
33,000 P.S.I.
75 000 P.S.I.
72,000 P.S.I.
Tensile
UI. t1mate
60,000 P.S.I.
85 000 P.S.I.
87,000 P.S.1.
Manhole Riser
3/8" Dia. Hole
With 302 Stainless
Steel Roll Pin
Cross Section view
4 ~ IO or 12 gage G90 galvanized steel
0---
Expanding Linkage
< 2 1/4" )r
< 4 1 /4" )r
Item Item Material Description
N be Desc . ti um r np' OD
I 3/8" Roll Pins 302 Stainless Steel (14 000 LB Double Sheer Str?:neth)
2 Steel Skirt 12 or 10 gage AI.S .I. 1020 Steel (A -36)
G-90 Galvanized
3 Weld 6S9/o-700/o circumfercncc v.cldcd
4 3/4" wide Rise: Bar Hot Rolled Steel AI.S.I. 1020 (A-36)
5 Rod Ends Forging Al.SJ . C· I 030 Steel Heat Treated BHN 240
Zinc Plated with Dichromalc Finish
6 Turnbuckle AI.S .I. 1020 BHN 149
Zinc Plated dioocd in Linebacker rust inhibitor
t
Height I new asphalt overlay
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.I .
Tensile
U1. timate
60,000 P.S.I.
85 000 P.S.1.
60 000 P.S.1.
92,000 P.S.1.
80,000 PS.I.
MUST BE GREATER
WITH LATERALS
UNDER PAVEMENT
NOTES :
GROUND LINE
TO P OF CURB
I
I--
CL w o~
Iw u _J z CD
w~ a::
I-w w
<( VJ
lO
I
1. PI PE SHALL BE 6"0 PERFORATED
CORRUGA TEO POLYETHYLENE TUBING
PER ASTM F -405, UNLESS OTHERWISE
SPECIFIED .
SUITABLE MATERIAL
TAMPED IN LIFTS
NOT EXC EEDING
12" LOOSE .
DIM. B
(TRENCH WIDTH)
SE E TABLE 1
SECTION VIEW
TABLE 1
1'-6" (MIN .)
u..
0 CD
w a:: u :::i
<( u
u..
.. . 4 ..
. .
. .
WASHED ROCK PER
I TEM 402
SEE NOTE 1.
LIMITS OF EXCAVATION
DIM . A DIM . B
2 .5 ' TO 6' 1'-7"
6' TO 10' 2'-1"
10 · TO 15' 2'-7 "
OVER 15' .3'-1"
CURB &
GUTTER (REF)
..
...... . .
CITY OF FO RT WORTH, TEXAS D A TE: 09 /200 4
SUBDRAIN STR-027
•
~It( rur Of VAlLO
CiUTt(II WUSUll(D
fllOII IACIC•Of • CUIII
TO l.t.CIC •Of• WIii
TIIAHIITIOtll L
AA(A (WIDTH AS R[QUIIIEO) A
PLAN VIEW
Nof fo Scat,
-''! ittr•rt H •or1 f/1611,.I• d,ptl ••~ •• /1111'oa -S.1'#•111 d1pt,
,ill M U(/l{U~ /11111/ 8'wld• ra11,, '""" .. TIii ~-'''""' ,111
H ,,g11/r1d h tut ti• '""" witlt ..at,r l,for, I/JI Joi/$ ,ee,,1111.
£JUST. N.M.A.C:.
rvM'T • ust
1•cowcRtTt
VALLEY'
GUTT["
z'!'K.M.A.C.
TIVJISITIOfC
Z/17 1•
COH"'Ut l,AS(
Limestone
··-o· IIUIOENTIAL STIUtTI
l./t7 ••
CONCIIETE IAS[
SECTION 'A-A'
Not to Scot,
U 1ST. H.M.A.c:.
PVll'r· • II.st
Thi 7 r11"nlorc1d concrtfl rall1y 6hall r,p/11c1 IM lcp 7.•o111,, par1m1111 r/lll //11 r1molnln1
porllon ol pav,mMI lo H con1trucl1d Including ,u~grod• lr1at111111I, In accordonc,
w//11 1111 l,1plcol paring 11c//011. TII, concr1f1 w/1,y r/1/ IH 14r1rr11I accordlny lo
city 1londt1rd1 for concr,/1 c11rj t111d gull,;. TA• co11cr1t1 1/10/1 M ol itasl,1d
and 1cr11n1d aggugot, ,r/fll • m/11. of /Ir, (4} 111cl1 of c1111111f ,,r cu~lc yard
of concr111 . with a minimum ·compressive strength of 3,000 pounds per
square inch in seven days. ·
CONCRETE VALLEY DETAILS
...
A
I
DUM'-fY JOINT IN RA'-IP OPTIONAL
IN 11 1 • 0 11 DRIVEWh ONLY.
PROVIDE EXPANSION JOINT ONL'I'
IF CONNECTING TO Elt1ST ING
CONCRETE DRIVE.
EXIST :NG CURB a GUTTER,IF
ANY, MUST BE SAWED AS Q,RECT·
EO BY Tl-1E ENG I NEER. /'~ :i ':'a'-°~~·.;:·001v, • 3 ••••
~__,(_R_o:_L_IN-£~-+---.~/~ ~
·STANDARD SIDEWALi< 10'·0
11
MIN. 1 I
17'· O"MIN.
EXP. JOINT
EXCEPT
SLIP·FORMEO
20'-o" MIN . SINGLE OWY.
27 1
-o·• MIN, DOUBLE OWY,
SIDEWALi< SLOPE 1/4 " PER
FOOT TO FACE OF CURB 0111 AS
OIRECTEO BY ENGINE ER.,
4' SIDEWALi<
L
A
PLAN VIEW
PAllll<WAY WIDTH
8 (SEE TASLE)
REINFORCE 4 ·• WALi< I S BARS
AT 19• O.C.11 .W. RHEIUNCf
STANDARD
CURB a GUTTER]
EXP. JOINT
EXCEPT
SLIP-FORMED
HALF LENGTH PAID AS
ATTACHED CURB (CONC .
PAVEMENT ONLY)
SEE STANDARD CURB a GUTTER SECTION.
1'.3" STA NOA RD
I
I
ORIV[WAY ANO CUAB LAYOOW a GUTTER PAY LIMIT-...,. CURB
/
I 2"SANO CUSHION
~ OR APPROVED
SUBGFUOE.
R.OW . l.llllE
PICWY WIOTl-1 A B
10 · I g'
11 · TO 14 ° ·2°To!f g·
1,· TO 19 I ]°I 01 ·2
20' TO 22 /, to7 i ,,
SECTION A·A
DWY. PAY L1..-1T
W/CONCRETE PAVEMENT
STABILIZED
SU8GRADE
s,o[ULIII SE:TION T"1RU Olti\,'[WAY TQ BE
POUl'!O SAME TH1C1CNES S AS Dlttv E WAY
APP"OACH !I PA :D '0" AS Olt1.'[WAY
APPROAC"4 [XIS"''-G s :oEwALIC, I F'A'II .. ,
TO 9[ R[-.-O\EO Al'jQ REPLACED.
DRIVEWAY APPROACH ,t(VIS[D t/H/17 J.AIUYI.JIUI.
RE 11, Sf::> Au j ,.' 19 · O J, 5./ w. A. Iii . ~-=---~~~~~-=--,,--~-,,---..-------4
1t[.'1S[:) F'EIS .. · 81 ·D .J $./# ,t III Ct TY of 'ORT WOIITH, rt.US -CONS TAUCTIOl'f STANOAIIC
RfVIS[O ._,,,. 83 -E:.F'#/Wlt'-'. CRAWl"-G "-0 5-S' OATE ._.A'f, ,,13
STANDARD APPROACH
D
0
-
___ _J_._4'_' -C-:-U-RB-:---H-:-"'E-:IG_H~T--~___l--------------------·
./).
D o o
i'> . D
0 0
. i). D
0 .-. "
• I> • •
• 0 ~ j) 0 (D ---------
0 51,1 R
• iE;•
i) i)
I> BARS · . . · . . ---------
~~~~~--------12-· i)~· ----· ~---r----2 .. #3
j) . D
" 0
_-::,
FACE OF CURB PLANE
30 11
15 11 GUTTER
RESIDENTIAL ROLLOVER CURB AND GUTTER
:COMMENDED BY : ------DATE : __ _ APPROVED BY:------DATE : __ _
:ORGE A. BEHMANESH,
,SIST ANT DIRECTOR , TPW
ev .
} .·
I
/
(
• • I
' ~-. ., -;. •-", (•'
/
CITY OF FORT WORTH, TEXAS
TRANSPORTATION/PUBLIC WORKS
ENGINEERING DIVISION
HUGO MALANGA
DIRECTOR TPW
FIG S-S5C
'
, .....
,·.. ..
H ''-'IIITN JOINT
'"-LUt
i' I
4' > • •
..•.
\.
•• I
•s ,,.,
.... ,· ...
••
, ... ,. •. I p
Typical Curb and Gutter
IIIINIIIIUII tlCA\IATICIII OUTI.INC
,011 IUUT CCIIIIUUCftC)II
#3 "U" BARS O 18" O.C.
THESE BARS MUST BE
PLACED AT THE TIME THE
PAVING SLAB IS POURED
EXISTING
SUBGRAOE
12' 3'
2'-0'
l' - 4
11/
: ....
-~
l'-6'
6'
TAMPED
TOPSOIL
#3 CONT.
6'
7" CURB REPAIR DETAIL
NOT TO SCALE
-,,::-_.
FOOT
t.llNlt.lUM EXCAVATION OUTLINE
FOR STREET CONSTRUCTION
Height:
BACK OF
/CURB
2'
(")
' iD
PLAN VIEW
(Varies)
(Min. 28' Max 42')
(Varies) 2' -7.5"
(Typ .)
12" WHITE HOT TAPE
(AVERY DENNISO
OR EQUIVALENT)
6' -3"
(T p.)
Striping and reflectors to be
installed by the Contractor
2' -7.5"
(Typ.)
BACK OF
CURB
(Varies)
12" WHITE HOT TAP
(AVERY DENNISON
OR EQUIVALENT)
2'
.
~
M -· .,...
~
N
WHITE TYPE II 1-SIDED REFLECTORS
3 1/2" inches
DEPARTMENT OF TRANSPORTATION
AND PUBLIC WORKS CITY OF
Ramp Gradient: 8.57 in 1 (30 inches/ 3-1/2 inches height)
3.43 in 1 (12 inches/ 3-1/2 inches height)
TRN'FIC ENG IN EERING FORT 'M)RTH
Side Gradient: SPEED CUSHIONS
AJB
.... Janua 15, 2004
DRAWING NOT TO SCALE
CITY OF FORT WORTH
CONSTRUCTION SERVICES
LABORATORY RESULTS FOR
TEST HOLE AND PLASTICITY INDEX
Pro ject: HMA C 2 010-4
DOE No: 636 3
Fund Code: 03
HOLE# 1 LAB NO: 108261
LOCATION: 20'W of Bilglade Rd Cii2 Waldron Ave Nl4
6.00" HMAC
9 .00" Dark Brown Sandy Clay, wl rocks & gravel
7.00" Brown Clay wlgravel
ATTERBURGLIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
HOLE#2 LAB NO: 108262
LOCATION: 220' W of Bilglade Rd Cii2 Waldron Ave Cl4
5.75" HMAC
8.00" Brown Sandy Clay, wl rocks & gravel
8.00" Dark Brown Clay wlgravel
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
HOLE# 3 LAB NO: 108263
LOCATION: 320' W ofBilglade Rd@Waldron Ave S14
7.00"HMAC
7.00" Dark Brown Sandy Clay, wl rocks & gravel
7.00" Brown Clay wlgravel
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT *** Last core on this street***
HOLE# 1 LAB NO: 108264.
" LOCATION: 20' N of Staples Ave Cii2 Willomet Ave El4 •
6.00" HMAC
9.00" Lt. Brown Sandy Clay, wl rocks & gravel
6.00" Brown Clay wlgravel
ATTERBURG LIMITS: LL: PL: PI: SHRKG: 11.0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
2
HOLE# 2 LAB NO: 108265 ~ LOCATION: 220' N of Staples Ave(@, Willomet Ave C/4 .
6.25" HMAC
10.00" Lt. Brown Sandy Clay, w/ Big rocks & gravel
5.00" Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: NIA #ICFT
HOLE # 3 LAB NO : 108266 ?
LOCATION:420' N of Staples Ave(@, Willomet Ave W/4 .
6.50" HMAC
8.00" Lt. Brown Sandy Clay, w/ rocks & gravel
7.00" Brown Clay wlgravel
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: NIA #ICFT
HOLE# 4 LAB NO: 108267 '?
LOCATION: 620' N of Staples Ave@Willomet Ave E/4 '
6.00" HMAC
8.00" Lt. Brown Sandy Clay, wl gravel
7.00" Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: NIA #ICFT *** Last core for this street***
HOLE# 1 LAB NO: 108268
LOCATION: 20' N of Altamesa Blvd (@, Willis Pl. E/4
10.50" HMAC
7 .00" Dark Brown Sandy Clay, wl gravel
4.00" Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: NIA #ICFT
HOLE#2 LAB NO: 108269
LOCATION: 220' N of Altamesa Blvd(@, Willis Pl. W 14
9.00" HMAC
6.00" Dark Brown Sandy Clay, wl gravel
6.00" Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT ***Last core on this street***
HOLE# 1 LAB NO: 108270
LOCATION: 20'N of Chickering Rd.(@, Oakton Rd. E/4
6.00" HMAC
7.00" Tan Brown Stabilization
7.00" Dark Brown Sandy Clay w/rocks & gravel
4.00" Brown Clay wlgravel
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: NIA #ICFT
3
HOLE#2 LAB NO : 108271
LOCATION: 125' N of Chickering RD. (ii). Oakton Rd Cl4
5.00 " HMAC
8.00" Tan Brown Stabilization
7 .00 " Lt. Brown Sandy Clay w/rocks & gravel
4.00 " Brown Clay wlgravel
ATTERBURGLIMITS: LL: PL: Pl: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
HOLE#3 LAB NO: 108272
LOCATION: 225' N of Chickering RD. (ii). Oakton Rd Wl4
5 .00 " HMAC
6.00 " Tan Brown Stabilization
6 .00 " Lt. Brown Sandy Clay wlrocks & gravel
4.00 " Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT ***Last core on this street***
HOLE# 1 LAB NO: 108273
LOCATION: 20' S of Middle Rd. (ii). Ridgeton Rd. Wl4
3.00"HMAC
6.00" Tan Brown Stabilization
7 .00" Dark Brown Sandy Clay w/Big rocks & gravel
5.00 " Brown Clay
ATTERBURG LIMITS: LL: PL : PI: SHRKG: .0%
MUNSELL COLOR CHART : 10 Yr. UNIT WEIGHT: NIA #ICFT
HOLE#2 LAB NO: 108274
LOCATION: 220' S of Middle Rd. (ii). Ridgeton Rd. Cl4
2.00" HMAC
7.00" Tan Brown Stabilization
6.00" Dark Brown Sandy Clay w/Big rocks & gravel
6.00" Brown Clay wlgravel
ATTERBURG LIMITS: LL : PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr. UNIT WEIGHT: NIA #ICFT
HOLE# 3 LAB NO: 108275
LOCATION: 420' S of Middle Rd. @ Rid2eton Rd. El4
1.50" HMAC
7 .00" Tan Brown Stabilization
7 .00" Dark Brown Sandy Clay wl rocks & gravel
6.00" Brown Clay wlgravel
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT ***Last Core for this street***
4
HOLE# 1 LAB NO : 108276
LOCATION: 20' W ofWestridge Ave. @Pershing Ave Nl4
8 .00" HMAC
7.00" Brown Sandy Clay wl rocks & gravel
6.00" Dark Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
HOLE#2 LAB NO : 108277
LOCATION: 220' W ofWestridge Ave. @Pershing Ave. Cl4
6.00" HMAC
9.00" Dark Brown Sandy Clay w/ rocks & gravel
6.00" Brown Clay wlgravel
ATTERBURG LIMITS : LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
HOLE# 3 LAB NO: 108278
LOCATION: 420' W ofWestridge Ave. @Pershing Ave. Sl4
7.00" HMAC
7.00" Dark Brown Sandy Clay w/ rocks & gravel
7 .00" Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT ***Last Core for this street***
HOLE# 1 LAB NO: 108279
LOCATION: 20'W of Oak Forest Dr. ~ Santa Barbara Ave Nl4
3 .25" HMAC
5.00" Tan Brown Stabilization
7.00 " Lt. Brown Sandy Clay w/Big rocks & gravel
6.00" Dark Brown Clay wlgravel
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
HOLE#2 LAB NO: 108280
LOCATION: 220' W of Oak Forest Dr. Cm Santa Barbara Ave Cl4
3.75" HMAC
10.00" Lt. Brown Sandy Clay wl Big rocks & gravel
7 .00" Brown Clay w/gravel
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
5
HOLE#3 LAB NO: 108281
LOCATION: 220' W of Oak Forest Dr. (tu Santa Barbara Ave Sl4 -
4 .00 " HMAC
9 .00 " Lt. Brown Sandy Clay wl rocks & gravel
8.00" Brown Clay wlgravel
ATTERBURG LIMITS: LL : PL: PI : SHRKG : .0 %
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
HOLE#4 LAB NO: 108282
LOCATION: 620' W of Oak Forest Dr. @ Santa Barbara Ave Nl4
4.00 " HMAC
6.00 " Tan Brown Stabilization
6.00 " Lt. Brown Sandy Clay wl rocks & gravel
5.00 " Brown Clay wlgravel
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART : 10 Yr.
UNIT WEIGHT: NI A #ICFT ***Last Core for this street***
HOLE# 1 LAB NO: 108283
LOCATION : 20' W. of Ansley Dr (cu Santa Barbara Ave. Nl4
9.00 " HMAC
7.00 " Dark Brown Clay wl gravel
5.00" Brown Clay
ATTERBURG LIMITS: LL : PL : PI : SHRKG: .0%
MUNSELL COLOR CHART: lOYr.
UNIT WEIGHT: NI A #ICFT
HOLE#2 LAB NO: 108284
LOCATION: 220' W. of Ansley Dr (cu Santa Barbara Ave. Cl4
2.50 " HMAC
7.00 " Tan Brown Stabilization
6.00 " Dark Brown Clay wl rocks & gravel
5.50" Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT
HOLE# 3 LAB NO: 108285
LOCATION : 385' W. of Ansley Dr~ Santa Barbara Ave. Sl4
6.50" HMAC
8.00" Brown Clay wl rocks & gravel
7.00" Dark Brown Clay
ATTERBURG LIMITS: LL: PL: PI: SHRKG: .0%
MUNSELL COLOR CHART: 10 Yr.
UNIT WEIGHT: NI A #ICFT ***LAST CORE***
Approval:
Ryan Jeri
Date Tested: 1/19/10-1/21/10
Requested by: Jim Diestel
Tested by: Thomas Sherman/Javier Diaz
Routing:
Superintendent
Inspector
File
6
HMAC SURFACE OVERLAY (H2010-4)
Project Name Street Limits Procedure LM CD Mapsco
BILGLADE RD TRAIL LAKE DR -GRANBURY RD MOL 0.62 3 89R
BYERS AVE MONTGOMERY ST -MARGARET ST MOL 0 .22 7 75H
BYERS AVE E DEAD END -HULEN ST MOL 0 .09 7 75F
CALAIS RD FIRTH RD -TAXCO RD MOL 0.23 7 74G
CLOVERMEADOW DR HAWKWOOD TRL -SHADYMEADOW DR FMOL 1.36 6 104K
COUNTRYSIDE LN CUCULU DR -WESTCREEK DR MOL 0 .96 6 1048
FOREST CREEK DR HAWKWOOD TRL -SHADYMEADOW DR FMOL 1.35 6 104K
GLENCO TER WARNER RD-FOREST PARK BLVD FMOL 0.65 9 76U
HASTINGS DR WINIFRED DR -TRAIL LAKE DR MOL 0 .14 6 103A
LAKE ST W LANCASTER AVE - W PRESIDIO ST MOL 0 .15 9 760
LANDERS ST WEST FWY SR EB -LOVELL AVE FMOL 0 .34 9 75M
LOCKE AVE MONTGOMERY ST -LANDERS ST FMOL 0 .24 9 75M
LOCKE AVE SANGUINET ST -PENTICOST ST MOL 0 .58 7 75K
OAK GLEN CIR OAK FOREST DR -SANTA MARIE AVE MOL 0 .36 7 75A
OAKTON RD MIDDLE RD -CHICKERING RD POL 0 .2 1 3 74X
OVERTON PARK DR W BELLAIRE DR S -RANCH VIEW RD MOL 1.14 3 89C
PERSH ING AVE WESTRIDGE AVE -TAXCO RD POL 0 .37 7 74G
RIDGETON RD MIDDLE RD -CHICKERING RD POL 0 .3 3 74X
SANTA BARBARA AVE OAK FOREST DR -ANSLEY DR POL 0.44 7 75A
SANTA BARBARA AVE ANSLEY DR -SANTA CLARA DR POL 0 .22 7 740
SOUTH CREEK DR WESTCREEK DR -COUNTRYSIDE LN MOL 0 .31 6 104A
VIRGINIA PL CLARKE AVE-CAMP BOWIE BLVD FMOL 0.44 7 750
WALDRON AVE BILGLADE RD -WILLOMET AVE FMOL 0 .24 3 89M
WASHER AVE WRIGLEY WAY-WHITMAN AVE MOL 0 .14 6 89W
WILLS PL W INESANKER WAY-ALTAMESA BLVD MOL 0 .16 6 103A
WRIGLEY WAY S HULEN ST -WHEELOCK DR MOL 0 .84 6 89W
Total LM 12.1
HMAC SURFACE OVERLAY AT VARIOUS LOCATIONS (2010-41
CITY PIZOJ�CT NO. 01461
TPW PROJECT NO.C293-541200-206620146183
STREET BY STREET QUANTITY DETERli�IINATION SPREAD SHEET
d �
� � a
za�,
d
u
� � �
v�v�a
� ITEM UNIT ITEM DESCRIPTION
I 1 EA Project Designation Sign
I 2 LS Utility Adjustment
I3 LF Remove & Rep�ace Existing Concrete Curb and Gutter
I4 LF Install New Concrete Curb and Gutter
�5 SF Remove & Replace 6-Inch Concrete Driveway
6 SF Remove & Replace 6-Inch Eexposed Aggregate Driveway
7 SF Instali New 6-Inch Concrete Driveway
8 SF Remove & Replace 4-Inch Concrete Sidewalk
9 SF Remove & Replace 4-Inch Exposed Aggregate SidewalkWalk
10 SF Install New 4-Inch Concrete Sidewalk
11 SF Remove & Replace Existing Wheelchair Ramp with 4-Inch ADA Ramp
(w/ deterta a w r ry�in�,a-til �i i_ cal
12 SF �nstall New�-inc� ��A Wheelc�air amp (w/ detectable waming
dome-tile surface)
13 SY Remove & Replace Existing Concrete Valley Gutter
14 SY Install New Concrete Valley Gutter
15 EA Remove & Replace 5-Ft. Storm Drain Inlet-Top
' 16 EA Remove & Replace 10-Ft. Storm Drain Iniet-Top
� 17 LF 6-Inches Perforated Pipe - Subdrain
I18 SY 8-Inch Pavement Pulverization
I 19 TON 26 Ib/sy Cement Modification
I20 CY Unclassified Street Excavation
I21 CY Crushed Limestone
I 22 CY HMAC Pavement & Base RepairHMAC Pavement & Base Repair
I 23 TON HMAC Pavement Level Up
I 24 LF Wedge Miling, 2-Inch to 0-Inch Depth, 5-Ft. Wide
i 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
29 EA Remove & Replace 30-Ft. Speed Cushion w/ Striping
I 30 EA Remove & Replace 40-Ft. Speed Cushion w/ Striping
31 EA Water Valve Box Adjustment With Steel Riser
32 EA Water Valve Box Adjustment with Concrete Collar
33 EA Water Meter Box Adjustment
' 34 EA Manhole Adjustment With Steei Riser
35 EA Manhole Adjustment With Concrete Collar
36 EA Painting House Addresses
37 SY Grass Sod Replacement
38 EA Re-Mobilization
Monthly Pickup of Bulky Items
Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days
a�
�aA
W � �
A a p
ca
����
QTY
0
0
900
0
1,700
0
0
350
0
0
0
0
0
0
0
0
0
0
0
0
0
30
10
2,300
7
0
5,000
3,700
0
0
4
0
0
1
0
20
200
0
F+
�
a �
W H
a��
Wzaa
�w���
QrY
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
5
700
2
0
500
1,000
0
0
2
0 _
0
0
0
0
0
0
�
W
�
w
A
W
��
W '' o
���
QrY
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
5
0
0
325
2
0
250
575
0
0
0
0
0
0
0
0
0
0
�
O
U
�
��a
U0
Gt,�"
QrY
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
5
10
1,100
2
0
1,000
1,600
0
0
2
0
0
2
0
0
0
0
A,a
A
AE"O
�O �
o�
Wx'"a
a3��v�v�w
Q�
0
0
825
0
0
0
0
0
0
0
0
e
0
0
0
0
0
0
0
0
0
160
20
0
4
9,500
4,500
9,500
2
0
0
0
0
0
0
14
200
0
a
w , A
A W
r�i
C-a+ r�.l U
O � W O
V U � �
Q�
0
0
60
0
0
0
0
0
0
0
0
0
0
150
0
0
0
0
0
0
0
35
10
5,000
4
0
2,500
7,600
0
0
3
0
0
4
0
0
75
0
a ' A
�+F �
0
ao�
vo�
03��
w��w
an
0
0
200
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
5
10
0
4
9,500
4,000
9,500
2
0
0
0
�
0
0
2
50
0
�
a
O
F � A
�
O W �
w�ao
�3a�,w
QTY
0
0
125
0
450
0
0
750
0
0
0
0
0
50
0
0
0
0
0
0
0
10
5
0
0
4,200
2,000
4,200
2
0
0
0
0
0
0
10
30
0
�
�
aa
z�aa
F�W�a
�3a�
(�TY
0
0
0
_ __
0
0
0
0
0
0
0
0
e
0
0
0
0
0
0
0
0
0
0
2
475
2
0
100
825
0
0
0
_0
0
0
0
0
0
0
�
�
�
w
F �
E„� U O
'���a
a o
a � 0, �
QN
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
1
320
2
0
50
800
0
0
2
0
0
0
0
0
0
0
W
�
w
� � �
w
�Hwa
a3�w
an
0
0
100
0
0
0
0
0
0
0
0
0
0
14
0
0
0
0
0
0
0
75
5
0
2
1,600
2,000
1,600
0
0
0
0
0
0
0
0
75
0
�
a
W �
�' � i�i
w
�ozo
°�aw
QrY
0
0
125
0
0
0
0
50
0
0
150
0
0
0
0
0
0
0
0
0
0
40
�
0
2
1600
500
1600
0
0
0
0
0
0
0
0
50
0
Week of the 3rd Week of the Week of the 4th Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the
Monday of the 4th Monday of Monday of the 4th Monday of 3rd Monday of 3rd Monday of 3rd Monday of 3rd Monday of 3rd Monday of 3rd Monday of 3rd Monday of 3rd Monday of
month the month month the month the month the month the month the month the month the month the month the month
Wednesday Ti�esday Wednesday Friday Wednesday Wednesday Wednesday Tuesday Tuesday Wednesday Wednesday Wednesday
flay�: I .flJ
TOTAL
2
0
0
2,335
0
2,150
0
0
550
�
0
150
0
0
214
0
0
0
0
0
0
5
360
78
10,220
33
26;400
22,400
42,500
6
0
13
0
0
7
0
46
680
2
....
I�MAC SURFACE OVERLAY AT VAI2IOU5 LOCA7CION5 (2010-4)
CITY PROJECT NO. 01461
TPW PROJECT NO.C293-541200-206620146183
STREET BY STREET QUANTITY lilETERMINATION �PREAD SHEET
W
o � 3 � �
d'
F
�z � a w� � ° �
a� � �� d , z � � � �,
'�� W x �q AA W v �j� �, `��
� � �a �� ��q' �H wx� aW ��a �� �c�P�
�� i: zA �� zC4 � Wa aW y� °"� zw ���., ��x�
7 O� zA � w�"A UC4C4 � � aw a
z�� H�a� �a Wa ��� x�H z�� x� w,� �,��
� � � Wa3a �� a �A a �"x�a ���a ��Ao a��o ��wa aWFa
�.� ° �w�� wW o � o ��ao oWo° �aaa� �d�� �x�o �� o
�v�a, ooa�� a,3�a, a��a �o�w �3v� �vww 3ai�w 33�� 33�¢'�
ITEM UNIT ITEM DESCRIPTION QTY QTY QTY QTY QTY QTY QTY QTY I QTY
1 EA Project Designation Sign 0 0 0 0 0 0 0 0 I 0
2 LS Utility Adjustment 0 0 0 0 0 0 0 0 0
3 LF Remove & Replace Existing Concrete Curb and Gutter 200 100 375 850 0 500 175 75 150
4 LF Install New Concrete Curb and Gutter 0 0 0 0 0 0 0 0 0
5 SF Remove & Replace Existing 6-Inch Concrete Driveway 0 0 225 650 0 300 0 0 0
6 SF Remove & Replace 6-Inch Eexposed Aggregate Driveway 0 0 0 0 0 0 0 0 0
7 SF Install New 6-Inch Concrete Driveway 0 0 0 0 0 0 0 0 0
8 SF Remove & Replace 4-Inch Concrete Sidewalk 0 0 75 175 0 100 0 0 0
9 SF Remove & Replace 4-Inch Exposed Aggregate SidewalkWalk 0 0 0 0 0 0 0 0 0
10 SF Install New 4-Inch Concrete Sidewalk 0 0 0 0 0 0 0 0 0
11 SF Remove & Replace Existing Wheelchair Ramp and Install ADA 4-Inch
a�np �wl deter.t h aW� rn ina�iprr��e-)� Ie su arel
12 SF �nstall New 4-Inc� �f�A Wheelchair f2amp w�cietectable waming
dome-tile surtace)
13 SY Remove & Replace Existing Concrete Valley Gutter
14 SY Install New Concrete Valley Gutter
15 EA Remove & Replacef 5-Ft. Storm Drain Inlet-Top
16 EA Remove & Replace 10-Ft. Storm Drain Inlet-Top
17 LF 6-Inches Pertorated Pipe - Subdrain
18 SY 8-Inch HMAC Pavement Pulverization
19 TON 26 Ib/sy Cement Modification
20 CY Unclassified Street Excavation
21 CY Crushed Limestone
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
2,750
36
0
0
�
0
0
0
0
0
0
1,900
25
0
0
0
0
0
0
0
0
0
4,700
61
270
0
0
0
0
50
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
U
0
w
W
d �
� �
aa�
3�a�
QrY
0
0
275
0
125
0
0
0
0
0
0
�
�
M
N
N
M
M
N
i
N
H
�
�
�
��w
W
�
�wW
~o
oo��
aN
0
0
75
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
�
�
�
U
�
V
��
oW
H '�
A
o��°a
QrY
0
0
200
0
250
0
0
75
0
0
0
0
0
0
0
0
0
1300
17
0
0
22 CY HMAC Pavement and Base Repair 30 0 0 0 0 2 10 5 15 0 20 0
23 TON HMAC Pavement Level Up 25 0 0 0 2 0 0 2 0 20 5 0
24 �F Wedge Miling, 2-Inch to 0-Inch Depth, 5-Ft. Wide 4,800 0 0 0 1,535 0 0 550 850 2,300 1,600 0
25 EA Butt Joint-Milled 4 0 0 0 2 2 2 2 J 2 0 4 0
26 SY 2-Inch HMAC Surface Milling 0 0 0 0 0 3,200 1,850 0 I 0 0 0 0
27 �F Crack Sealing of Existing HMAC Pavement 5,000 0 0 0 750 6,500 100 750 1,000 10,000 6,000 0
28 SY 2-Inch Surface Course Type "D" Mix 7,100 2,750 1,900 4,700 2,500 3,200 1,850 925 1,300 5,700 2,200 1300
29 EA Remove & Replace 30-Ft. Speed Cushion w/ Striping 2 0 0 0 0 1 0 0 0 2 0 0
30 EA Remove & Replace 40-Ft. Speed Cushion wl Striping 0 0 0 0 0 0 0 0 0 0 0 0
31 EA Water Vaive Box Adjustment with Steel Riser 3 0 0 0 1 0 2 1 1 1 1 0
32 EA Water Valve Box Adjustment with Concrete Coliar 0 2 1 3 0 0 0 � 0 0 0 1
33 EA Water Meter Box Adjustment 0 0 0 0 0 0 0 0 I 0 0 0 0
34 EA Manhole Adjustment with Steel Riser 5 0 0 0 0 0 0 0 l 1 0 0 0
35 EA Manhole Adjustment with Concrete Coilar 0 3 1 0 0 0 0 0� 0 0 0 1
36 EA Painting House Addresses 4 0 10 28 0 20 6 0 I 6 _ 2 2 4
37 SY Grass Sod Replacement 50 25 100 225 20 125 40 20 35 _ 75 20 50
38 EA Re-Mobilization 0 0 0 0 0 0 0 0 I 0 0 0 0
Monthly Pickup of Bulky Items
Garbage, Recycling,Yard Trimmings & Brush Weekiy Pickup Days
Week of the 4th Week of the Week of the 4th Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the
Monday of the 4th Monday of Monday of the 4th Monday of 3rd Monday of 4th Monday of 3rd Mo�day of 3rd Monday of 3rd Monday of 3rd Monday of 4th Monday of 3rd Monday of
month the month month the month the month the month the month the month the month the month the month the month
Tuesday Wednesday Tuesday Tuesday Friday Tuesday Wednesday Friday Friday Friday Tuesday Wednesday
fV�+�� � :�f �
TOTAL
2.00
0.00
2975.00
0.00
1550.00
0.00
0.00
�25.00
0.00
0.00
0.00
0.00
0.00
50.00
o.00
o.00
0.00
10650.00
138.55
270.00
0.00
82.00
54.00
11635.00
18.00
5050.00
30100.00
35425.00
5.00
0.00
10.00
7.00
0.00
6.00
5.00
82.00
785.00
2.00
I-�MAC SURFACE OVER�.AY AT VARIOUS LOCATIONS (2010-4)
CITY P120JECT NO. 01461
TPW PROJECT NO.C293-541200-2066201461�3
STREET BY STREET QUAN'I'ITY I�]ETERMINATIOl� SPId�AD SHEET
E-,
�
0
v
..
F
Z
W
P.
E+
�
d �
W E+
� � y�„ � W
za� ��
� � d ��
° V O
r%2 ri1 P� � v�i � �"
ITEM UNIT ITEM DESCRIPTION QTY QTY QTY QTY QTY 4TY QTY RTY
1 EA Project Designation Sign 0 0 0 0 0 0 0 0
2 LS Utility Adjustment 0 0 0 0 0 0 0 0
3 LF Remove & Replace Existing Concrete Curb and Gutter 150 I 0 0 0 0 0 0 0
4 LF Install New Concrete Curb and Gutter 0 0 0 0 0 0 0 0
5 SF Remove & Replace Existing 6-Inch Concrete Driveway 0 0 0 0 0 0 0 0
6 SF Remove & Replace 6-Inch Eexposed Aggregate Driveway 0 I 0 0 0 0 0 0 0
7 SF Install New 6-Inch Concrete Driveway 0 I 0 0 0 0 0 0 0
8 SF Remove & Replace 4-Inch Concrete Sidewalk 0 0 0 0 0 0 0 0
9 SF Remove & Replace 4-Inch Exposed Aggregate SidewalkWalk 0 0 0 0 0 0 0 0
10 SF Install New 4-Inch Concrete Sidewalk 0 0 0 0 0 0 0 0
11 SF K2mave �x Kepiace cxistmg vvneeicnair Kamp ana mstau �;ut, �-i�cn 0 0 0 0 0 0 0 0
Ramn And rictcrtahla u IIIP CI II'{'a/`P�
12 SF �ns[an rvew 4-incn Hu�r%ill�i �Tfd'Prkamp �wi aetecta�ie warning 0 I 0 0 0 0 0 0 0
rinmc_fila enrfarel
13 SY Remove & Replace Existing Concrete Valley Gutter 0 I 0 0 0 0 0 0 0
14 SY Install New Concrete Valley Gutter 0 0 0 0 0 0 0 0
15 EA Remove & Replacef 5-Ft. Storm Drain Inlet-Top 0 0 0 0 0 0 0 0
16 EA Remove & Replace 10-Fi. Storm Drain Inlet-Top 0 I 0 0 0 0 0 0 0
17 LF 6-Inches Perforated Pipe - Subdrain 0 I 0 0 0 0 0 0 0
18 SY 8-Inch HMAC Pavement Pulverization 0 I 0 0 0 0 0 0 0
19 TON 26 Ib/sy Cement Modification 0 0 0 0 0 0 0 0
20 CY Unclassified Street Excavation 0 0 0 0 0 0 0 0
21 CY Crushed Limestone 0 0 0 0 0 0 0 0
22 CY HMAC Pavement and Base Repair
23 TON HMAC Pavement Levei Up
24 LF Wedge Miling, 2-Inch to 0-Inch Depth, 5-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
29 EA Remove & Replace 30-Ft. Speed Cushion w/ Striping
30 EA Remove & Replace 40-Ft. Speed Cushion w/ Striping
31 EA Water Valve Box Adjustment with Steel Riser
32 EA Water Valve Box Adjustment with Concrete Collar
33 EA Water Meter Box Adjustment
34 EA Manhole Adjustment with Steel Riser
35 EA Manhole Adjustment with Concrete Collar
36 EA Painting House Addresses
37 SY Grass Sod Replacement
38 EA Re-Mobilization
Monthly Pickup of Bulky Items
Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days
I � --
50
10
2,000
4
0
4,000
4,000
0
0
1
0
0
5 I
0
__ 0
50 �
0
weeK ot tfie 3r
Mnnc��v of tha
Tuesday
_ �
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
-0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
M
N
�
M
M
M
M
M
M
M
M
M
M
M
1
D
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
QTY
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0 _
0
0
0
0
0
0
0
0
0
0
0
0
0
0 _
QTY
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
�
M
M
^
�1
��
M
�y
�
^
�1
�
�
QTY
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
QTY
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
TOTAL
2.00
O.OD
150.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
0.00
o.00
0.00
0.00
0.00
0.00
0.00
50.170
10.00
2000.00
4.00
0.00
4000.00
4000.00
0.00
0.00
1.00
0.00
0.00
5.00
0.00
0.00
50.00
2.00
Page 3 of 3