HomeMy WebLinkAboutContract 40828.• t
SPECIF ICATIONS
AND
__ CtlY .. alOfflCI
__ .1111111 ••• 1*
__ w.,ucan
CITY SECRETARY~~:\cl
CONTRACT NO ._~~:;...;:~-~~~--
CONTRACT DOCUMENTS
FOR
HMAC SURFA C E OVERLAY (2010-3) _____ ,...
ATV ARIOUS LOCATIONS
IN THE CITY OF FORT WORTH, TEXAS
CITY PROJECT NO: 01521
TPW PROJECT NO: C293-541200-202620152183
2010
MIKE MONCRIEF
MAYOR
DALE A. FISSELER, P.E.
CITY MANAGER
WILLIAM A. VERKEST, P.E., DIRECTOR
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
C.W. "ANDY" ANDERSON, P.E., ASSISTANT DIRECTOR
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
PREPARED BY
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
INFRASTRUCTURE GROUP
OFFICIAL
C
FORT
9-13-1
--1 1 :is IN
M&CReview Page 1 of2
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA
FORT WORTH
~
COUNCIL ACTION: Approved on 8/24/2010 -Ord. No.19290-08-2010
DATE: 8/24/2010 REFERENCE NO.: C-24418 LOG NAME: 20HMAC 2010-
3
CODE: C TYPE: PUBLIC
NON-CONSENT HEARING: NO
SUBJECT: Authorize a Contract with Peachtree Construction, Ltd ., in the Amount of $2,115,872.00 for
Hot Mix Asphaltic Concrete Surface Overlay 2010-3 at Twenty Nine Locations and Adopt
Appropriation Ordinance (COUNCIL DISTRICTS 2, 4 , 5 , 6 , 7 , 8 and 9)
RECOMMENDATION:
-It is recommended that the City Council :
1. Authorize the transfer of $1,057,936.00 from the Water and Sewer Operating Fund to the Water
Capital Projects Fund in the amount of $740,555.20 and to the Sewer Capital Projects Fund in the
amount of $317,380 .80;
2. Adopt the attached appropriation ordinance increasing receipts and appropriations in the Water
Capital Projects Fund in the amount of $740 ,555 .20 and the Sewer Capital Project Fund in the
amount of $317 ,380 .80 from available funds; and
3 . Authorize the City Manager to execute a contract with Peachtree Construction, Ltd., in the amount
of $2 ,115,872.00 for 240 calendar days for Hot Mix Asphaltic Concrete Surface Overlay 2010-3 at
twenty nine 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 2010-3 at twenty nine locations provides for surface and base rehabilitation,
curb and gutter and valley gutter replacements for asphalt streets funded from the Contract Street
Maintenance Fund.
Since the Water Department has to construct water/sewer improvements in these streets , TPW and
the Water Department plan a combined project to better coordinate the work, minimize disruption to
the residents, and reduce the cost of the project.
The City 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 29 , 2010 and May 6 ,
2010 . On May 27, 2010, the following bids were received:
BIDDERS AMOUNT
Peachtree Construction , Ltd $2,115 ,872 .00
JLB Contracting, LLC $2,125,739 .50
Austin Bridge & Road , LP $2 ,272,155 .00
Peachtree Construction , Ltd ., is in compliance with the City's M/WBE Ordinance by committing to 27
http://apps.cfwnet.org/council _packet/me _review.asp?ID= 13 787&councildate=8/24/201 O 8/26/2010
M&CReview Page 2 of2
percent M/WBE participation. The City's goal on this project is 20 percent.
These projects are located in COUNCIL DISTRICTS 2, 4, 5, 6, 7 , 8 and 9.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon approval of above recommendations
and adoption of the attached appropriation ordinance, funds will be available in the current capital
budget, as appropriated , of the Contract Street Maintenance Fund , Sewer Capital Projects Fund and
the Water Capital Projects Fund.
TO Fund/Account/Centers
1&2)_
P253 476045 602170152183
1&2)_
P258 476045 702170152183
$740 ,555 .20
$317 ,380.80
2 P253 541200 602170152183 $740 ,555.20
2) P258 541200 702170152183 $317 380 .80
Submitted for City Manager's Office by:
Originating DeRartment Head:
Additional Information Contact:
ATTACHMENTS
20HMAC 2010-3 AO.doc
20HMAC Surface Overlay 2010-3 List .pdf
20HMAC_Ji2010_3 MAP 3.pdf
20HMAC 2010_3 MAP 2.pdf
20HMAC_2_010~ MAP 4.pdf
20HMAC__2010_3 MAP 5.pdf
HMAC_2010~3 MAP 1.pdf
FROM Fund/Account/Centers
1) PE45 538040 0609020 $740 ,555 .20
1 PE45 538040 0709020 $317 ,380 .80
.fil
P253 541200 602170152183 $740 ,555.20
.fil
P258 541200 702170152183 $317 ,380.80
.fil
C293 541200 202620152183 $1,057 ·936 ·00
Fernando Costa (6122)
William Verkest (8255)
Kristian Sugrim (8902)
http://apps .cfwnet.org/council _packet/me _review.asp?ID= 13 787&councildate=8/24/201 O 8/26/2010
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
HMAC SURFACE OVERLAY (2010-3)
ATV ARIO US LOCATIONS
IN THE CITY OF FORT WORTH, TEXAS
CITY PROJECT NO: 01521
TPW PROJECT NO: C293-541200-202620152183
-3-Z..o/o
NAJIB A , P.E. DATE
INFRASTRUCTURE MANAGER
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
TABLE OF CONTENTS
1. Notice to Bidders
2. Special Instructions to Bidders
3. Minority and Women Business Enterprise Specifications
4. Proposal
6. Special Provisions
6. Item 360, Concrete Pavement (Modified Specification)
7. Prevailing Wage Rates
8. Vendor Compliance
9. Contractor Compliance with Worker's Compensation Law
10. Certificate oflnsurance
11. Equipment Schedule
12. Experience Record
13. Performance Bond
14. Payment Bond
15. Maintenance Bond
16. Contract
17. Notice of Construction Detail
18. Project Designation Sign Detail
19. Other Details
20. Street Locations
21. Street by Street Paving Quantity Determination Spreadsheet
Sealed Proposals for the following :
CITY OF FORT WORTH, TEXAS
HMAC SURFACE OVERLAY (2010-3)
CITY PROJECT NO: 01521
TPW PROJECT NO: C293-541200-202620152183
Submit pac ka ge t o City of Fort Worth, Purch asing Division , in the lower leve l of the Municipal Building, 1000
Throckmorton , Fort Worth , Texas 76102 until 1:30 P.M., Thursday, May 27, 2010, and then publicl y read
aloud at 2 :00 P .M ., in the Council Ch ambers .
Specifications and Contract Documents for this project may be purchased for twenty do ll ars ($20) per s et at the
office of the Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton
Street, Fort Worth, Texas 76102. These documents contain additional information for prospective bidders .
A pre-bid conference will be he ld at 9:00 A.M . T uesday, May 18, 2010, in the Transportation and Public Works
Conference Room, 2nd Floor, Municipa l Building, RM 270.
The major work on the above-referenced project shall consist of the following :
Paving Improvements :
16 ,700 L.F .
1,600 L.F.
15,100 S.F .
66,400 S.Y .
6,100 L.F .
37 ,500 S .Y .
114,700 S.Y.
Remove and R ep lace Co ncrete Curb and Gutter
New Concrete Curb and Gutter
Remove and Replace 6-Inch Con crete Driveway
8-inch Pavement Pul verization
Pavement Wedge Milli ng (2" to O" Depth, 5 ' Wi d e)
2-Inch Surface Mi lli ng
2-inch HMAC Surface Course Type "D" Pavement
Inc luded in the above will be all other misce ll aneous items of construction as outlined m the Plans and
Specificatio ns .
For additiona l info rm ation , p lease co ntact Kristian Sugrim, Project Manager at (817) 392-8902 .
Ad vertis ing Dates :
April 29 , 2010
May 06, 20 10
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.
2.
3.
To be an acceptable surety on the bid bond, the surety must be authorized to do business
in the state of Texas. In addition, the surety must (1) hold a certificate of authority from
the Untied States secretary of the treasury to qualify as a surety on obligations permitted
or required under federal law; or (2) have obtained reinsurance for any liability in excess
of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of
Texas and is the holder of a certificate of authority from the Untied States secretary of the
treasury to qualify as a surety on obligations permitted or required under federal law.
Satisfactory proof of any such reinsurance shall be provided to the City upon request.
The City, in its sole discretion, will determine the adequacy of the proofrequired herein.
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.
ADDENDA: Bidders are responsible for obtaining all addenda to the Contract
Documents prior to the bid receipt. Information regarding the status of addenda may be
obtained by contacting the Transportation and Public Works Department at (817) 392-
8902. Bids that do not acknowledge all applicable addenda will be rejected as non-
responsive.
SPECIAL INSTRUCTIONS TO BIDDERS
-I -
4.
5.
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.
PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder
entering into a contract for the work will be required to give the City surety in a sum
equal to the amount of the contract awarded. The successful bidder shall be required to
furnish bonding as applicable in a sum equal to the amount of the contract awarded. The
form of the bond shall be as herein provided and the surety shall be acceptable to the
City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the
Texas Government Code, as amended.
A. If the total contract price is $25,000 or. less, payment to the contractor shall be
made in one lump sum. Payment shall not be made for a period of 45 calendar
days from the date the work has been completed and accepted by the City.
B. If the contract amount is in excess of $25,000, a Payment Bond shall be
executed, in the amount of the contract, solely for the protection of all claimants
supplying labor and material in the prosecution of the work.
C. If the contract amount is in excess of $100,000, a Performance Bond shall be
executed, in the amount of the contract conditioned on the faithful performance of
the work in accordance with the plans, specifications, and contract documents .
Said bond shall solely be for the protection of the City of Fort Worth.
D. A Two-year Maintenance Bond is required for all projects to insure the prompt,
full and faithful performance of the general guarantee as set forth in Paragraph 7
of the Special Provisions.
To be an acceptable surety on the performance, payment and maintenance bonds, the
surety must be authorized to do business in the state of Texas and meet all requirements
of Texas Insurance Code, section 7 .19-1. In addition, the surety must (1) hold a
certificate of authority from the Untied States secretary of the treasury to qualify as a
surety on obligations permitted or required under federal law; or (2) have obtained
reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and
admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority
from the Untied States secretary of the treasury to qualify as a surety on obligations
permitted or required under federal law. Satisfactory proof of any such reinsurance shall
be provided to the City upon request. The City, in its sole discretion, will determine the
adequacy of the proof required herein.
No sureties will be accepted by the City that are at the time in default or delinquent on
any bonds or which are interested in any litigation against the City. Should any surety on
the contract be determined unsatisfactory at any time by the City, notice will be given to
SPECIAL INSTRUCTIONS TO BIDDERS
-2 -
the contractor to that effect and the contractor shall immediately provide a new surety
satisfactory to the City
6. LIQUIDATED DAMAGES: The Contractor's attention is called to Paii 1 -General
Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain
Construction of the City of Fort Worth, Texas, concerning liquidated damages for late
completion of projects.
7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not
discriminate against any person(s) because of sex, race, religion, color or national origin
and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of
the City of Fort Worth (1986), as amended, prohibiting discrimination in employment
practices.
8 WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain
Construction is deleted and replaced with the following:
Compliance with and Enforcement of Prevailing Wage Laws
A. Duty to pay Prevailing Wage Rates.
The contractor shall comply with all requirements of Chapter 2258, Texas
Government Code (Chapter 2258), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the
prevailing wage rates in accordance with Chapter 2258. Such prevailing wage
rates are included in these contract documents.
B. Penalty for Violation.
A contractor or any subcontractor who does not pay the prevailing wage shall,
upon demand made by the City, pay to the City $60 for each worker employed for
each calendar day or part of the day that the worker is paid less than the prevailing
wage rates stipulated in these contract documents. This penalty shall be retained
by the City to offset its administrative costs, pursuant to Texas Government Code
2258.023.
C. Complaints of Violations and City Determination of Good Cause.
On receipt of information, including a complaint by a worker, concerning an
alleged violation of 2258.023, Texas Government Code, by a contractor or
subcontractor, the City shall make an initial determination, before the 31st day
after the date the City receives the information, as to whether good cause exists to
believe that the violation occurred. The City shall notify in writing the contractor
or subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or claimants as the difference between wages paid and
SPECIAL INSTRUCTIONS TO BIDDERS
-3 -
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
D. Arbitration Required if Violation Not Resolved.
An issue relating to an alleged violation of Section 2258.023, Texas Government
Code, including a penalty owed to the City or an affected worker, shall be
submitted to binding arbitration in accordance with the Texas General Arbitration
Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and
any affected worker do not resolve the issue by agreement before the 15th day
after the date the City makes its initial determination pursuant to paragraph ( c)
above. If the persons required to arbitrate under this section do not agree on an
arbitrator before the 11th day after the date that arbitration is required, a district
court shall appoint an arbitrator on the petition of any of the persons. The City is
not a party in the arbitration. The decision and award of the arbitrator is final and
binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained.
The contractor and each subcontractor shall, for a period of three (3) years
following the date of acceptance of the work, maintain records that show (i) the
name and occupation of each worker employed by the contractor in the
construction of the work provided for in this contract; and (ii) the actual per diem
wages paid to each worker. The records shall be open at all reasonable hours for
inspection by the City. The provisions of the Audit section of these contract
documents shall pertain to this inspection.
F. Pay Estimates.
With each partial payment estimate or payroll period, whichever is less, the
contractor shall submit an affidavit stating that the contractor has complied with
the requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates.
The contractor shall post the prevailing wage rates in a conspicuous place at the
site of the project at all times.
H. Subcontractor Compliance.
The contractor shall include in its subcontracts and/or shall otherwise require all
of its subcontractors to comply with paragraphs ( a) through (g) above.
I. (Wage rates are attached following the end this section.)
9. FINANCIAL STATEMENT: A current certified financial statement may be required by
the Director of Transportation and Public Works Department for use by the CITY OF
FORT WORTH in determining the successful bidder. This statement, ifrequired, 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
premmm.
E. Insurers must be authorized to do business in the State of Texas and have a
current A.M. Best rating of A: VII or equivalent measure of financial strength and
solvency.
F. Deductible limits, or self-funded retention limits, on each policy must not exceed
$10,000 .00 per occurrence unless otherwise approved by the City.
G. Other than worker's compensation insurance, in lieu of traditional insurance, City
may consider alternative coverage or risk treatment measures through insurance
pools or risk retention groups. The City must approve in writing any alternative
coverage.
H. Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of
SPECIAL INSTRUCTIONS TO BIDDERS
- 5 -
recovery in favor of the City.
I. City shall not be responsible for the direct payment of insurance premium costs
for contractor's insurance.
J. Contractor's insurance policies shall each be endorsed to provide that such
insurance is primary protection and any self-funded or commercial coverage
maintained by City shall not be called upon to contribute to loss recovery.
K. In the course of the project, Contractor shall report, in a timely manner, to City's
officially designated contract administrator any known loss occurrence which
could give rise to a liability claim or lawsuit or which could result in a property
loss.
L. Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
M. Upon the request of City, Contractor shall provide complete copies of all
insurance policies required by these contract documents .
11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art . 2252.002, the
City of Fort Worth will not award this contract to a non-resident bidder unless the non-
resident's bid is lower than the lowest bid submitted by a responsible Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a
non-resident bidder to obtain a comparable contract in the state in which the non-
resident's principal place of business is located.
"Non-resident bidder" means a bidder whose principal place of business is not in
this state, but excludes a contractor whose ultimate parent company of majority
owner has its principal place of business in this state.
"Texas resident bidder" means a bidder whose principal place of business is in this
state, and includes a contractor whose ultimate parent company or majority owner
has its principal place of business in this state.
This provision does not apply if the project is funded in whole or in part with federal
funds.
The appropriate blanks of the Proposal must be filled out by all non-resident bidders in
order for its bid to meet specifications. The failure of a non-resident contractor to do so
will automatically disqualify that bidder.
12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort
Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort
Worth has goals for the participation of minority business enterprises and women
business enterprises in City contracts. You may obtain a copy of the Ordinance from the
Office of the City Secretary.
SPECIAL INSTRUCTIONS TO BIDDERS
-6 -
The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort
Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business
days after the bid opening date, exclusive of the bid opening date. The bidder shall
submit the documentation at the reception area of the Transportation and Public Works
Department ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt.
Failure to comply shall render your bid non-responsive.
Upon contract execution between the City of Fort Worth and the successful bidder, now
known as Contractor, a pre-construction meeting will be scheduled at which time the
Contractor is required to submit either Letters of Intent or executed agreements with the
M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed
agreements shall include the following information:
1. Name of Contract
2. Name of M/WBE firm utilized
3. Scope of Work to be performed by the M/WBE firm
4. Monetary amount of work to be performed by the M/WBE firm
5. Signatures of all parties
A notice to proceed will not be issued until the signed letter(s) or executed
agreement(s) have been received.
Throughout the duration of this project, the Contractor 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.
16.
The Texas Commission on Environmental Quality (TCEQ), in coordination with the
National Weather Service, will issue the AIR POLLUTION WATCH by 3:00 p.m. on the
afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS,
the Contractor shall bear the responsibility of being aware that such days have been
designated AIR POLLUTION WATCH DAYS and as such shall not begin work until
10:00 a.m. whenever construction phasing requires the use of motorized equipment for
periods in excess of 1 hour.
However, the Contractor may begin work prior to 10:00 a.m. if use of motorized
equipment is less than I-hour, or if equipment is new and certified by EPA as "Low
Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG.
If the Contractor is unable to perform continuous work for a period of at least seven hours
between the hours of 7:00 a.m. -6:00 p.m., on a designated AIR POLLUTION WATCH
DAY, that day will be considered as a weather day and added onto the allowable weather
days of a given month.
WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance
with Workers Compensation shall be as follows:
SPECIAL INSTRUCTIONS TO BIDDERS
-9 -
A. Definitions:
Certificate of coverage ("certificate") -A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity employees
providing services on a project, for the duration of the project.
Duration of the project -includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the govermnental entity.
Persons providing services on the project ("subcontractor" in. 406.096) -includes all
persons or entities performing all or part of the services the contractor has undertaken
to perform on the project, regardless of whether that person has employees. This
includes, without limitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner-operators, employees of any such entity, or
employees of any entity which furnishes persons to provide services on the project.
"Services" include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or other service related to a project.
"Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all employees
of the contractor providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior
to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project, the contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended.
E. The contractor shall obtain from each person providing services on a project, and
provide to the City:
(1) a certificate of coverage, prior to that person beginning work on the project, so
the City will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
SPECIAL INSTRUCTIONS TO BIDDERS
-IO -
E. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within ten days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person providing
services on the project.
H. The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify coverage and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to
provide services on a project, to:
(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 coverage to be provided to the
person for whom they are providing services.
J. By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all employees
of the contractor who will provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that the coverage will be based
on proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance carrier or, in the case of a self-
insured, with the commission's Division of Self-Insurance Regulation. Providing
false of misleading information may subject the contractor to administrative penalties,
criminal penalties, civil penalties or other civil actions.
K. The contractor's failure to comply with any of these provisions is a breach of contract
by the contractor which entitles the City to declare the contract void if the contractor
does not remedy the breach within ten days after receipt of notice of breach from the
City.
"The contractor shall post a notice on each project site informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify current coverage and report failure to provide coverage. This
notice does not satisfy other posting requirements imposed by the Texas Workers'
Compensation Act or other Texas Workers' Compensation commission rules. This
notice must be printed with a title in at least 30 point bold type and text in at least 19
point normal type, and shall be in both English and Spanish and any other language
common to the worker population. The text for the notices shall be the following
text, without any additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related
to this construction project must be covered by workers' compensation insurance.
This includes persons providing, hauling, or delivering equipment or materials, or
providing labor or transportation or other service related to the project, regardless of
the identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive
information on the legal requirement for coverage, to verify whether your employer
has provided the required coverage, or to report an employer's failure to provide
coverage."
17 . AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive
Branch of the federal government, contractor covenants that neither it nor any officers,
members, agents or employees who engage in the performance of this contract shall, in
connection with such employment, advancement or discharge of employees or in
connection with the terms, conditions or privileges of their employment, discriminate
SPECIAL INSTRUCTIONS TO BIDDERS
-12 -
against any person because of their age except on the basis of a bona fide occupational
qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers , members, agents or employees
acting on their behalf, shall specify in solicitations or advertisements for employees to
work on those contract a maximum age limit for such employment unless the specified
maximum age limit is based upon a bona fide occupational qualification, retirement plan
or statutory requirement.
Contractor warrants that it will fully comply with the Policy and will defend, indemnify
and hold City harmless against any and all claims or allegations filed by third parties
against City arising out of Contractor's alleged failure to comply with the Policy in the
performance of this contract.
18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the
Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not
unlawfully discriminate on the basis of disability in the provision of services to the
general public, nor in the availability, terms or conditions of employment for applicants
for employment with, or current employees of, Contractor. Contractor warrants that it
will fully comply with the ADA's provisions and any other applicable federal, state, or
local laws concerning disability and will defend, indemnify and hold City harmless
against any and all claims or allegations filed by third parties against City arising out of
Contractor's alleged failure to comply with the ADA in the performance of this contract.
END OF SECTION
SPECIAL INSTRUCTIONS TO BIDDERS
-13 -
TO: CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH, TEXAS 76102
PROPOSAL
FOR: H.M.A.C. SURFACE OVERLAY (2010-3)
AT VARIOUS LOCATIONS
CITY PROJECT NO: 01521
TPW PROJECT NO: C293-541200-202620152183
Pursuant to the foregoing "Notice to Bidders", the undersign ed h a s thoroughly examined the plans,
specifications and sites, understands the amount of work to be done, and hereby proposes to do all the
work and furnish all labor, equipment, and materials necessary to fully complete all the work as
provided in the plans and specifications, and subject to the inspection and approval of the Director of
the Transportation and Public Works Department of the City of Fort Worth.
Total quantities given in the bid proposal may not reflect actual quantities; however, they are given
for the purpose of bidding on and awarding the contract. The City also reserves the right to increase
or decrease quantities of individual pay items within the contract, provided that the total contract
amount remains within plus or minus (±) 25% of the contract award. The contractor is not
entitled to any additional compensation or renegotiation of individual pay item bid prices.
Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and
furnish Performance, Payment and Maintenance Bonds acceptable to and approved by the City of
Fort Worth for performing and completing the said work within the time stated and for the following
sums, to-wit:
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
S.P. 1 2 EA. Project Designation Sign @
Two Hundred Dollars
& No Cents Per Each $ 200.00 $ 400.00
S.P. 2 LUMPSUM Utility Adjustment @
Six Thousand Dollars
& No Cents Per L.S. $ 6,000.00 $ 6,000.00
P-1
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
104 3 16,700 L.F. Remove and Replace Concrete Curb &
502 Gutter@
S.P. "lVJE'fJN• TWO Dollars &
tJO Cents Per L.F. $ 2'2. $ ~C,1, 4 00, Cl:,
502 4 1,600 L.F. New Concrete Curb & Gutter @
S.P. "1W C[lJN -"T"4IO Dollars &
1')0 Cents Per L.F.
$ 2'2~ $ 3S,too.q,
104 5 15,100 S.F. Remove and Replace 6-Inch
504 Concrete Driveway @
S.P. S\)(' Dollars &
ftfT'Y Cents Per S.F. $ C. 5-! $ 'f§l~.ClO
104 6 120 S.F. Remove and Replace 6-Inch
504 Exposed Aggregate Driveway @
S.P. e:u:vi:-w Dollars &
...» Cents Per S.F . $ 11• $ l13U>.ao
504 7 500 S.F. New 6-Inch Concrete Driveway@
S.P. Sl'< Dollars &
FIF'"N Cents Per S.F.
$ b '-9 $ 3. tSo.oo
104 8 1,900 S.F. Remove and Replace 4-lnch
504 Concrete Sidewalk @
S.P. F''lllti Dollars &
,Jo Cents Per S.F. $ s• $ q too.oo
'
104 9 100 S.F. Remove and Replace 4-lnch
504 Exposed Aggregate Sidewalk@
S.P. ;wave Dollars & ,..,o Cents Per S.F. $ 12 41
$ I, 2cac:w
504 IO 100 S.F. New 4-Inch Concrete Sidewalk @
S.P. follfl. Dollars &
r:,PTY Cents Per S.F. $ .. ~ $ 4~c:, .. QO
y
P-2
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
104 11 500 S.F. Remove & Replace Existing Wheelchair
504 Ramp and Install 4-Inch ADA
S.P. Wheelchair Ramp (with detectable
warning Dome-Tile surface @
$ 12 • $ c.,ooo.~
TWl!LVE' Dollars &
,-JO Cents Per S.F.
104 12 400 S.F. Install New 4-Inch ADA Wheelchair
504 Ramp (with detectable warning
S.P. Dome-Tile surface@
'TWELVE Dollars & rz• ~ Bao. «:1 $ $
t-Jo Cents Per S.F.
104 13 200 S.Y. Remove and Replace Existing Concrete
360 Valley Gutter@
S.P. Nl,-,,TY Dollars &
II.Jo Cents Per S.Y. $ 10-$ l~ooo.oo
106 14 300 S.Y. New Concrete Valley Gutter@
247 Nrt.J~TY Dollars &
360 ,-Jo Cents Per S.Y.
S.P. $ ,o• $ 2-, t}Oo.60
I
450 15 1 EA. Remove and Replace 5-Ft Storm
S.P. Drainage Inlet Top @
-iwo nt-," .s "a..o Dollars & ~a.a, ~«Jd~ $ $ ,-.,e, Cents Per Each
450 16 1 EA. Remove and Replace 10-Ft Storm
S.P. Drainage Inlet Top @
"'T'Wt~-~11'e Htl,._,,,eE'O Dollars &
~Coa«1 zroadtJ
Cents Per Each
$ $ NO
402 17 100 L.F. 6-lnches Perforated Pipe -Subdrain @
500 ,W~--i\A.ID Dollars & 22 41 ~z~Q::, 620 $ $ ..io Cents Per L.F.
S.P.
275 18 66,400 S.Y. 8-lnch Pavement Pulverization@
S.P. 1\,./0 Dollars & 21.s l'fS 8Sao0 $ $ tJ1 &J E'T't • FJI/£ Cents Per S.Y.
P-3
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
210 19 870 Tons Cement Modification (26 lbs/sy) @
275 ~ Wvt.,,0'2.ln)\ ""T5Noollars &
S.P. ""° $ 110" $ cr5-,oo-a:s
Cents Per Ton
106 20 2,750 C.Y. Unclassified Street Excavation @
S.P. E\t.~ Dollars & ta -41,~oo $ $
WO Cents Per C.Y.
247 21 450 C.Y. Crushed Limestone@
S.P.
"TW! tJf'f-FIie Dollars &
tJO Cents Per C.Y. $ 2s-$ t, t~.C?o
300 22 350 C.Y. Asphalt Pavement and Base Repair@
310 '"l\o'O .., v VO 12.1.1:) Dollars & 340
S.P. t..lO Cents Per C.Y. Z.oo-,g~ao $ $
300 23 250 Tons HMAC Pavement Level-Up@
310 ,..,,..,ET'f Dollars & 340
S.P.
t,../0 Cents Per Ton
$ 40-$ z.;soo.ao
S.P. 24 6,100 L.F. Pavement Wedge Milling 2-Inch to 0-
Inch Depth, 5.0 Ft Wide@
o,.e Dollars & ,~ i\.)EtJN Cents Per L.F. $ $ 1 31..0tiOO
S.P. 25 20EA. Butt Joint Milled @
""""° ....,~. r:,""t Dollars &
,-.,o Cents Per Each 2So• S,oc,o. ao $ $
S.P. 26 37,500 S.Y. 2-lnch-Surface Milling@
OIJE Dollars &
nt,fl....,..., Cents Per S.Y. I if 4§,so.('a $ $
P-4
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS
300
S.P.
S.P.
300
310
340
S.P.
300
310
340
S.P.
406
450
S.P.
27
28
29
30
31
16,100 L.F. Crack Sealing of Existing Pavement @
r,.JO Dollars & ---------.s l)(T'Y Cents Per L.F. --------
114,700 S.Y. 2-lnchs HMAC Surface Course
4EA.
3EA.
20EA.
Type "D" Mix @
ltlG.PT Dollars & ---------___ s_,_)( _____ C en ts Per S.Y.
Remove and Replace 30-Ft HMAC Speed
Cushion w/stripping @
SEV~MVM>~D Dollars&
~ Cents Per Each
Remove and Replace 40-Ft HMAC Speed
Cushion w/stripping @
"1Wh1N -"n\Llii!E W 111-i~ Dollars &
No Cents Per Each
Water Valv e Box Adjustment
With Steel Riser@
One Hundred and twenty five Dollars &
UNIT
PRICE
$ 0 4!!.
$ 8 !!-
$ 1,100 ..
No Cents Per Each $125.00
406
450
S.P.
406
450
S.P.
32
33
52 EA.
30EA.
Water Valve Box Adjustment
With Concrete Collar @
Three Hundred and fifty Dollars &
_N~o ______ Cents Per Each
Water Meter Box Adjustment @
..;.T=h'=·r"'"'ty""'fi""'1v'""'e _____ Dollars &
"-N""'o ______ Cents Per Each
P-5
$350.00
TOTAL
AMOUNT BID
$ 1,""'aa,
-----''-----
$ 124,4SZ.oo
$2,500.00
$18,200
$1,050.00
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS
406
450
S.P.
406
450
S.P.
34 30EA.
35 55 EA.
Manhole Adjustment With Steel Riser @
Two Hundred and Fifty Dollars &
No Cents Per Each
Manhole Adjustment With Concrete
Collar @
Four Hundred and Fifty Dollars &
UNIT
PRICE
$250.00
No Cents Per Each $450.00
S.P. 36 330 EA. Painting House Addresses @
~ -'1\AJO Dollars &
rvQ Cents Per Each
$ 22 t.
S.P. 37 2,900 S.Y. Grass Sod Replacement @
__ F_•v_e: ____ Dollars &
___ f.J_o. ___ Cents Per S.Y.
S.P. 38 2EA. Re-Mobilization@
Five Hundred Dollars &
No Cents Per Each $ 500.00
TOTAL BID
P-6
TOTAL
AMOUNT BID
$7,500.00
$24,750.00
$1,000.00
$ 2, 11 ~, 812. a:>
This contract is issued by an organization which qualifies for exemption pursuant to th e provisions of
Article 2 0.04 (F) of the Texas Limited Sales, Excise and Use Tax Act.
Taxes: All equipment and materials not consumed by or incorporated into the project construction,
are subject to State sales taxes under House Bill 11, enacted August 15, 1991.
The Contractor shall comply with City Ordinance 7278, a s 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 forty (240) Calendar Days from and after the date for commencing work, as set forth in
the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage
Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas.
Within Ten (10) working 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 I:>'· ~MOl.tJ'r 15 ID
__________________ 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 (Initials)_
(Seal)
Date: ~ /1.1 /1 •
P-7
Respectfully submitted,
PEACHTREE CONSTRUCTION, LTD.
~ /) C~pany Name
By: -j I) '""' t.-.
Signature
J. BARRY CLARK
Printed Name of Principal
Address : 5801 PARK VISTA CIR. KELLER , TX 76244
E-mail Address: jbcla~@l)eaCh!teeCQO CQID
Telephone: ____ a,_.1_,_7._.7_..4"""1-=4 .... 6 ..... 58..,__ ___ _
VENDOR COMPLIANCE TO ST A TE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of
contracts to non-resident bidders. This law provides that, in order to be awarded a
contract as low bidder, non-resident bidders (out-of-state contractors whose corporate
offices or principal place of business are outside of the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the
lowest Texas resident bidder by the same amount that a Texas resident bidder would be
required too underbid a non-resident bidder in order to obtain a comparable contract in
the State in which the non-resident's principal place of business is located. The
appropriate blanks in Section A must be filled out by all out-of-state or non-resident
bidders in order for your bid to meet specifications. The failure of out-of-state or non-
resident contractors to do so will automatically disqualify that bidder. Resident bidders
must check the box in Section B.
A . Non-resident vendors in (give State), our principal place of
business, are required to be percent lower than resident bidders
by State law. A copy of the Statute is attached.
Non-resident vendors in (give State), our principal
place of business, are not required to underbid resident bidders.
B . Ou~rincipal place of business or corporate offices are in the State of Texas.
Bidder:
PEACHTREE CONSTRUCTION, L m.
Company
5801 PARK VISTA CIR.
Address
KELLER , TX 76244
City State Zip
J. BARBY CLAR I<
By: (Please print)
Sign
PRESIDENT
Title (Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
KLUTZ CONSTRUCTION, L.L.C.
P.O. BOX 100263
FORT WORTH, TEXAS 76185-0263
OFFICE (817) 921-0990
MOBILE (817) 929-1840
EMAIL:KLUTZCONSTRUCTION@SBCGLOBAL.NET
N.C.T.R.C.A. CERTIFIED D.B.E. N.C.T.R.C.A. CERTIFIED D.B.E.
NO.PMDB31899N0907 NO.PMDB31899N0907
H.M.A.C. SURFACE OVERLAY 2010-3
CONCRETE DRIVEWAYS , C&G , SIDEWALKS, MISC.
FORT WORTH , TEXAS
BID: THURSDAY, MAY 27, 2010 1:30 PM
ITEM DESCRIPTION UNIT
3 REPL CURB & GUTTER LF
4 REPL 7"CURB & 18"GUTTER LF
5 REM & REPL CONC DRIVEWAYS SF
6 EM & REPL DRWYS (EXPOSED AGC SF
7 CONCRETE DRWYS SF
8 REM & REPL CONC SIDEWALKS SF
9 ~EM&REPL S.WLKS (EXPOSED AGG SF
10 CONC SIDEWALKS SF
11 REM & REPL WHEEL CHAIR RAMPS SF
12 CONC WHEEL CHAIR RAMPS SF
13 REMOVE CONC VALLEY GUTT SY
14 7" CONC VALLEY GUTTER SY
15 REM& REPL 5' CURB INLET TOP EA
16 REM& REPL 10' CURB INLET TOP EA
32 VALVE BOX CONC COLLAR EA
33 METER BOX ADJUSTMENT EA
35 MANHOLE ADJ CONC COLLAR EA
36 PAINT HOUSE CURB EA
37 GRASS SODDING SY
QUANTITY BID
16700 .00 20.49
1600 .00 20.49
15100 .00 6.00
120 .00 10.00
500 .00 6.00
1900.00 4.50
100.00 10.00
100 .00 4 .00
500 .00 10.00
400 .00 10 .00
200 .00 75.00
300.00 75.00
1.00 1700.00
1.00 2200.00
52 .00 150.00
30 .00 30.00
55 .00 260.00
330 .00 20.00
2900 .00 5 .00
TOTAL BID
EXCLUSIONS: BOND, AGC , ENGINEERING, TESTING, EROSION CONTROL
CLEARING AND GRUBBING, LANDESCAPE REPLACEMENT,
DETOURS, SODDING, SPRJNKER RE PLACEM E NT
TOTAL
342183 .00
32784.00
90600.00
1200 .00
3000.00
8550 .00
1000 .00
400 .00
5000 .00
4000 .00
15000 .00
22500 .00
1700.00
2200 .00
7800 .00
900 .00
14300 .00
6600.00
14500 .00
574217.00
INC LUSIONS : R E MOVE CURB & GUT TER, CONC RETE FLATWORK HAULOFF OF REMOVALS.
BACKFILL OF CURB WITH EXISTING MATERIAL OR TOPSOIL, ASPALT
REPLACEMENT C URB , BARRICADES, TOILETS.
FORT WORTH -. _, .
City of Fort Worth
Prime Contractor Waiver Form
A TI ACHMENT 18
Page 1 of 1
PRIME COMPANY NAME:
?ea.c r/-~e W;l'l.s1-rvcf/on Lrfc;(.
Check applicable block to describe
rime
PROJECT NAME :
City's M/WBE Project Goal:
;)-O %
MIW/DBE
PROJECT NUMBER D / S-J-(
C;;i.. D -;:io.u, :2.01 ':;"° ..;2 l'i
NON-MIW/DBE
BID DATE
..:2..71' ~0/0
If both answers to this form are YES , do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable . If the answer to either question is
NO, then you must complete ATTACHMENT 1 C. This form is only applicable if .b.oth answers are yes.
Failure to complete _this' form in its entirety and be received by the Managing Department on or before
5:00 g.m.1 five (5) City business days ~fter bid op~ning, exclusive of the bid opening date, will result in the
bid being considered .non-responsiveJo bid specifications.
Will you perform this entire contract without subcontractors? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this K NO project , this is your normal business practice and provide an operational profile of your business.
Will you perform this entire contract without suppliers? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business. )< NO
The bidder further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment
therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder
also agrees to allow an audit and/or examination of any books , records and files held by their company that will
substantiate the actual work performed by the M/WBEs 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 creates 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 .
A,J,,~s~mL Printed Signature
Vc:rv;c;/ Bn>Ac-k /E&O ~~-er
Title Contact Name (if different)
Pe~c'-' +rQe ~ sfrucshbn, Lt-c;J.
Company Name
SI) -7 '{ I-'{ 6~ 8'1 ;> -"7'-i /-·£/ 6 '-I~
Phone Number Fax Number
Address'
o/6 r>o-Gc-lc62.-f)eff.cA.d-r-ee. a>..,. con--\
Email Address
Jon..,::. ) , -20 Io
City/State/Zip Date >
Rev. 5/30/03
FORT WOR TH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers $
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $
ATTACHMENT 1A
Page 4of 4
5741 )..17, D u
I) /ot.f, q1::,1# 3f1
TOT AL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ I, b 1g) b 7i. 3~
The Contractor will not make additions, deletions, or st,Jbstitutions 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 unJystified change or deletion shall be a material breach of
contract and may result in debarment in accord With the procedures outlined ln the ord rnance. 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.
S ., 8arrv Cia..rk
Printed Signature '
Davie/ l3r"'-ei &k fr£C> off?:err
Title Contact Name/Title (If different)
'8 /'7-7 <./ I-L/ b "S'if
Company Name Telephone and/or Fax
E-mail Address
ke 1/e-r
City/State/Zip
'/Jc, J Date
Rev . 5/30/03
FORT WORTH . "-,-a. __.. . City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal Is applicable.
If the total dollar value of the contract is less than $2.S,000, the M/WBE oal is not a licable.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid.
M/WBE PROJECT GOALS
The City's M/WBE goal on this project is __ ;;;)_0 __ % 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.
1. Subcontractor Utilization Form, if goal is received by 5 :00 p.m., five (5) City business days after the bid
met or exceeded: openinQ date, exclusive of the bid openinQ date.
2. Good Faith Effort and Subcontractor received by 5 :00 p .m., five (5) City business days after the bid
Utilization Form, if participation is less than opening date, exclusive of the bid opening date .
stated goal:
3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form , if no M/WBE participation: opening date, exclusive of the bid opening date.
4. Prime Contractor Waiver Form, if you will received by 5 :00 p.m., five (5) City business days after the bid
perform all subcontracting/suoolier work: openinQ date, exclusive of the bid opening date.
5. Joint Venture Form, if utilize a joint venture received by 5:00 p .m., five (5) City business days after the bid
to met or exceed goal. openinQ date, exclusive of the bid openinQ 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
FORT WORTH
~ City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATTACHMENT 1A
Page 1 of 4
Check applicable block to describe prime
M/W/DBE NON-M/W/DBE
City's M/WBE Project Goal: Prime 's M/WBE Project Utilization:
;)-0 % 2 7 % II'
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 opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution ofa contract with the City of Fort Worth. The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
Parke r, Johnson , Collin , Dallas, Denton, Ellis , Kaufman and Rockwall counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor , i.e., a direct
payment from the prime contractor to a subcontractor is considered 181 t ier, a payment by a subcontractor to
its supplier is considered 2nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Bus iness Enterprise (M/WBE).
If hauling services are uti.lized, the prime will be given credit as long as the M/WBE listed owns and
operates at leastone fully licensed and operationaltruck to be used on the contract. The M/WBE may lease
truc;;ks 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/W'3Es, including owner-operators, but will only receive credit for the
fees and commissions earned bv the M/WBE as outlined in the lease agreement.
Rev. 5/30/03
FORTWORTH
~
ATIACHMENT 1A
Page 2of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e., Minority, Women and non-M/WBEs .
Please list M/WBE firms first, use additional sheets if necessary.
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name I N
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E
A
K-l...i+:z. C:.::>"s+rvc.t,"o,, C0nc.r~rle /
.j/':>7'{ ~/7. o o 3;l r ~ f're.,Jon Hli/ fo w ,R.4. Cu , b ,:;' G4Jt-tcr /
ror1't'Worfh,Tx-., 7e:,rc)q I V
('i't 7) 1J-.I-oe;Gf 0
(817)'1 J-f-DC,'90 f e..~
5t-t:.i,·te ~ vJ,-... r'\ ~i)6'd~
fc).&'>t: 7c; 3'?0 f-l0 lvto2 ri~ ../,b .... /I 308 1 10 0. oo S"5 1110~, ,;, , 7 IP< 7 c; I V i.
.ieesf;,t i,·l,2ci"ovi ( 'i /7) '8 t..(7 -,)..c) 8"(.::,
L~n) 'i.4")-~'i'< ~ ....
Tek-0,.0G:>11s-lr.,d'..,11 !.ot\dw«-7 /-', o. 6.:»-if,;)_ 7 11.-1 ,., (,'1\5 1/ '-f1, i't;;D. Oo ~l:j no he~ T~ . 7 le,.).(.:, ::;. I v'
( t;I..{()) foe.ft,-/ '-/'55"
( ~'-tc))t,c.{f .-l<f<:;7 ~)<
A-PAc -r~',e<J s H,f Mi1t::
f' .o . ew ::i .2 '-f D e.1 e Ar:,/A c: Ii 1,l/~tf/1 1. 38
1,/Jc/lcs TI(. 7,;;,;i.i)-qO'IS I V
('i7.).-) :i'ti -V<foS"
(17.i-);;.'18-CHJ.2 ~
Rev . 5/30/03
FOR T WORTH ·---.,..--
ATTACHMENT 1A
Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers , regardless of status; Le ., 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 \II Telephone/Fax r B B
E E R 0 B
C T E
A
Rev . 5/30/03
TRANSPORTATION AND Puauc WORKS
BUSINESS SUPPORT DMSION
W/MBE REQUIRED DOCUMENTATION RECEIPT
Official Date and Time
//' /d ;?//I
Bid Date: ____ T)1_.__°#-----=-r2-Z ............... :2 ........ a ....... Vi_O _____ _
Project Name: )/IJJIJ(I ~a&. 04 C;)CJ;0-3)
Project Manager: ~, ~
Forms Submitted By
Name: _ _....,.7)~(h;{;d~ .. _......;;.~...=.;._..;;=.=;~-----
Company: _~-~-;...._-.....;:~:;;........:..--"' ______ _
, /) Forms Received By:
Name: _fa_~----~----~-------
SPECIAL PROVISIONS
FOR: H.M.A.C. SURFACE OVERLAY (2010-3)
ATV ARIOUS LOCATIONS
CITY PROEJCT NO: 01521
TPW PROJECT NO: C293-541200-202620152183
1. SCOPE OF WORK:
The work covered by these details and specifications consists of the removal (only) of all existing
traffic buttons, removal and replacement of existing concrete curb and gutter, driveways, existing
base repair and the addition of a new surface layer of H.M.A.C. for those stree ts designated as Mill
Overlay (MOL). For those streets designated as Pulverized Overlay (POL), the work consists of the
same removal and replacement items as described above, surface and base rehabilitation of existing
pavement with cement and the addition of a new surface layer of H.M.A.C. These items are
described in the Special Provisions of these specifications. The work also consists of all other
miscellaneous items of construction to be performed as outlined in the details and specifications
which are necessary to satisfactorily complete the work.
Water and/or sanitary sewer main replacements must be completed (via a proceeding
contractor(s)) on project street before the HMAC Surface Overlay Contract can begin.
Prospective bidders, on this HMAC project are hereby advised that the City shall not grant
compensation requests to the HMAC Contractor, in the event the water and/or sanitary sewer
improvements are delayed and not completed at the time the contract is awarded for the
HMAC work. In addition, the contractor shall honor its original unit bid price regardless of
such delays.
The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction
Engineer for any locations. If the contractor fails to begin the work within ten (10) calendar days , a
$200 dollars liquidated damage will be assessed per block per day.
It shall be the responsibility of the prospective bidder to visit the project sites and make such
examinations and explorations as may be necessary to determine all conditions that may affect
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties, procedures for protecting existing
improvements and disposition of all materials to be removed. Proper consideration should be
given to these details during preparation of the Proposal , and all unusual conditions that may give
SP-1
,.
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, please see list at the back of this document. At the sole discretion of the City,
the City reserves the right to add, delete or substitute streets in this contract. The City 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.
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 utility adjusting.
Total quantities given in the bid proposal may not reflect actual quantities, but represent the best
estimate based on a reasonable effort of investigation; however, they are given for the purpose of
bidding on and awarding the contract.
2. AW ARD OF CONTRACT:
Contract will be awarded to the lowest responsible bidder.
3 . SUBMITTALS FOR CONTRACT AWARD :
The City reserves the right to require the contractor who is the apparent low bidder(s) for a project
to submit such information as the City, in sole discretion may require, including but not limited to
manpower and equipment records, information about key personnel to be assigned to the project,
and construction schedule, to assist the City in evaluating and assessing the ability of the apparent
low bidder(s) to deliver a quality product and successfully complete projects for the amount bid
within the stipulated time frame. Based upon the City's assessment of the submitted information,
a recommendation regarding the award of a contract will be made to the City Council. Failure to
submit the information, if requested, may be grounds for rejecting the apparent low bidder as non-
responsive . Affected contractors will be notified in writing of a recommendation to the City
Council.
SP-2
4. CONTRACT TIME:
The Contractor agrees to complete the Contract within the allotted number of days . If the
Contractor fails to complete the work within the number of days specified, liquid ated damages shall
be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provi s ions" of the Standard
Specification for Street and Storm Drain Construction of the City of Fort Worth , Texas .
The contract time will be counted from the date set at the pre-construction conference and will
continue until a time the inspector determines the project is ready for a final inspection. At that time
a final inspection will be scheduled . If in the-opinion of the inspector the project has not been made
ready, the final inspection will be cancelled and time will continue to be counted . A five (5)
calendar day period is required for the rescheduling of a final inspection.
The Contractor also agrees to complete the final punch list within ten (I 0) calendar days after
receiving it. If the Contractor fails to complete the work within ten (10) calendar days, the counting
of the number of days to complete the Contract will resume and liquidated damages shall be charged,
as outlined in Part 1, Item 8, Paragraph 8.6 , of the "General Provisions" of the Standard Specification
for Street and Storm Drain Construction of the City of Fort Worth, Texas .
5. EARLY WARNING SYSTEM FOR CONSTRUCTION:
Time is of the essence in the completion of this contract. In order to insure that the contractor is
responsive when notified of unsatisfactory performance and/or of failure to maintain the contract
schedule, the following process shall be applicable:
The work progress on all construction projects will be closely monitored. On a bi-monthly basis
the percentage of work completed will be compared to the percentage of time charged to the
contract. If the amount of work performed by the contractor is less than the percentage of time
allowed by 20% or more ( example: 10% of the work completed in 30% of the stated contract time
as may be amended by a change order), the following proactive measures will be taken:
A. A letter will be mailed to the contractor by certified mail; return receipt
requested demanding that, within 10 days from the date that the letter is
received, he/she provide sufficient equipment, materials and labor to ensure
completion of the work within the contract time. In the event the contractor
SP-3
receives such a letter, the contractor shall provide to the City an updated
schedule s howing how the proj ect will be completed within the contract time.
B . The Construction Engineer and the Director of the Transportation and Public
Works Department will be made aware of the situation. If necessary, the City
Manager's Office and the appropriate city co uncil members may also be
informed.
C. Any notice that may be, in the City's so le discretion, required to be prov ided 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 project are governed by the two following published specifications, except as
modified by these Special Provisions:
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY
OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION-NORTH CENTRAL TEXAS. General Provisions shall be those of the Fort
Worth document rather than Division I of the North Central Texas document.
A copy of these specifications may be purchased at the Office of the Transportation and Public
Works Department, 1000 Throckmorton Street, 2nd floor of the Municipal Building, Fort Worth,
SP-4
Texas , 76102. The specifications applicable to each pay it em are indicated in the call-out for the pay
item in the Proposal. If not shown, then ap plicable publi she d specifications in a ny of these
docum ents 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 reta ining contract documents
intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract
as appropriate and as determined by the Director of the Transportation and Public Works Department.
9. MAINTENANCE STATEMENT:
The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship, or both , for a period of two (2) years from the date of final acceptance of this project
by the City of Fort Worth and will be required to replace, at his expense, any part or all of the project
which becomes defective due to these causes. See Special Instructions to Bidders Item No . 14 for
further requirements.
10. TRAFFIC CONTROL:
The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the
"Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for
providing traffic control during the construction of this project consistent with the provisions set forth
in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways"
issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways",
codified a s Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29 , 30 and
31.
A traffic control plan shall be submitted for review to Mr. Charles R . Burkett, City Traffic
Engineer @ 817-3 92-8712 at least 10 working days prior to the preconstruction conference.
Although work will not begin until the traffic control panel has been reviewed, the Contractor's
time will begin in accordance with the time frame established in the Notice to the Contractor.
The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign
which has been erected by the City. If it is determined that a sign must be removed to permit
required construction, the Contractor shall contact the Transportation and Public Works Department,
SP-5
Signs and Markings Division (phone number 817-392-7738), to remove the sign. In the case of
regulatory signs, the Contractor must replace the pennanent 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 pennanent sign
can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install
the permanent sign and shall leave his temporary sign in place until such re-installation is completed.
The Contractor shall limit his work within one continuous lane of traffic at a time to minimize
interruption to the flow of traffic upon the approval of the City Engineer.
Work shall not be performed on certain locations/streets (primarily arterials) during "peak traffic
periods (7 a.m. to 9 a.m. and to 4 p.m. to 5 p.m.)"; or as determined by the City Traffic Engineer and
in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for
Construction and Maintenance Work Areas." See "Street by Street Quantity Determination Spread
Sheet", in the back of this document, for designated locations.
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
SP-6
o Contractors and project inspector's contact information
A sample notice/flyer is included in the contract documents . The Electronic version of the
notice/flyer can be obtained from the Office of the Tran s portation and Public Works Department
(817) 392-2729
It will be the contractor's responsibility to create and distribute a follow-up notice/flyer informing
residents if for any reason work should stop on a project for more than five (5) working days after
construction begins. The flyer should also include the anticipated date of when the work will
begin again. It will be the contractor's responsibility to re-distribute a three (3) working day
notification/flyer prior to beginning the construction activity.
In addition, all copies of the notice/flyer shall be delivered to the City inspector for his review
prior to distribution. The contractor will not be allowed to begin construction on any street until
the flyer is delivered to all residents of the street.
All work involved with the notice/flyer shall be considered subsidiary to the contract price and no
additional compensation shall be made.
12. PAYMENT:
Payment will be made to the contractor twice a month for work completed during the pay periods
ending on the 15th and the 30th day of each month. Checks (less 5% retainage) will be sent to the
contractor within the two (2) week window following each payment period.
Payment of the retainage will be made with the final payment upon acceptance of the project. See
Special Instructions to Bidders Item No. 14 for further requirements.
13. DELAYS:
The Contractor shall receive no compensation for delays or hindrances to the work, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide
infonnation or material, if any, which is to be furnished by the City. When such extra compensation
is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by
him found correct shall be approved and referred by him to the Council for final approval or
disapproval; and the action thereon by the Council shall be final and binding. If a delay is caused by
specific orders given by the Engineers to stop work, or by the perfonnance of extra work, or by the
SP-7
failure of the City to provide material or neces sary instructi ons for carrying o n the work, then suc h
delay will entitle the Contractor to an equivalent extension of time, his a pplication for w hich shall,
however, be subject to th e ap proval 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 disch arge of the contract.
14. DETOURS AND BARRICADES:
The Contractor shall prosecute his work in such a manner as to create a minimum of interrupti on to
traffic and pedestrian facilities, and to the flow of vehicular and pedestrian traffic within the proj ect
area. Contractor shall protect construction, as required by Engineer, by providing barricades.
Barricades, warning and detour s igns shall conform to the Standard Specifications "Barriers and
Warning and /or Detour Signs", Item 524, and/or as shown on th e plans.
Construction signing 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 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 di s po se
of such materials in accordance with the Ordinance of the City and this section.
SP-8
No temporary storage of material, rubble, equipment or vehic les within parkways is allowed .
Damage to sodded/lan d sca ped areas shall be rep laced at Contractor's expense to the satisfaction of
City Eng in eer .
16. ZONING REQUIREMENTS:
During the construction of this project, the Co ntractor shall comp ly with present zon in g
requirements of the C ity of Fort Worth in the use of vacant property for storage purposes .
17. PROPERTY ACCESS:
Access to adjacent property shall be maintain ed at all times unle ss otherwise directed by the
Engineer.
18. CONSTRUCTION SCHEDULE:
Contractor shal I be responsible for producing a project schedule at the pre-co nstructi on
conference . This schedule shall detail all phas es of construction , special coordination w ith
schools (see Item No. 10 Traffic Control for details), including project clean up, and allo w 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 ye llow with black letters
that are legible at twelve feet shall be placed inside and outside ve hi c le s such as cranes,
SP-9
derricks, power shovels , drilling rigs, pile drivers, hoisting equipment or similar apparatu s .
The warning sign shall read as follows:
"WARNING --UNLAWFUL TO OPERA TE THIS EQUIPMENT WITHIN SIX FEET OF
HIGH VOLTAGE LINES."
(2) Equipment that may be operated within ten feet of high voltage lines shall have an insulating
cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links
on the lift hood connections.
(3) When necessary to work within six feet of high voltage electric lines, notification shall be
given the power company (TXU Electric Delivery) which will erect temporary mechanical
barriers, de-energize the line, or raise or lower the line. The work done by the power
company shall not be at the expense of the City of Fort Worth. The notifying department
shall maintain an accurate log of all such calls to TXU Electric Delivery and shall record
action taken in each case.
(4) The Contractor is required to make arrangements with the TXU Electric Delivery for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense.
(5) No person shall work within six feet of a high voltage line without protection having been
taken as outlined in Paragraph (3).
20. RIGHT TO AUDIT:
Contractor agrees that City shall, until the expiration of three (3) years after final payment under
this contract is made by City, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers and records of Contractor involving transactions relating to
this contract. Contractor agrees that City shall have access during normal working hours to all
necessary Contractor facilities and shall be provided adequate and appropriate workspace in order
to conduct audits in compliance with the provisions of this section.
Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that City shall, until the expiration of three (3) years after final payment
under the subcontract, have access to and the right to examine any directly pertinent books,
documents, papers and shall be provided adequate and appropriate work space, in order to conduct
SP-10
audits in compliance with the provi s ions of this article together with Article VI. C ity shall g ive
t he subcontractor reasonable advance notice of intended a udits.
Contractor and subcontractor agree to photocopy such documents as may be requested by City.
City agrees to rei mburse Contractor an d/or s ubcontractor for the cost of copies at th e rates as
contained in the Texas Administrative Code at the time payment is ma de .
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 a nd 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 da mage ,
personal injury, including death , arising out of, or alleged to arise out of, the work and services to
be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or
invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the
negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise
covenants and agrees to indemnify and hold harmless the City from and against any and all
injuries to City's officers, servants and employees and any damage, loss or destruction to property
of the City arising from the performance of any of the terms and conditions of this Contract,
whether or not any such injury or damage is caused in whole or in part by the negligence or
alleged negligence of City, its officers, servants or employees.
In the eve~t City receives a written claim for damages against the Contractor or its subcontractors
prior to final payment, final payment shall not be made until Contractor either (a) submits to City
satisfactory evidence that the claim has been settled and/or a release from the claimant involved,
or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has
been referred to the insurance carrier.
The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work
performed under a City Contract.
22. SUBSTITUTIONS:
The specifications for materials set out the minimum standard of quality that the City believes
necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor
SP-11
has received written permission of the Engineer to make a substitution for the material that has
been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a
material, product, or piece of equipment bearing the name so used is furnished, it will be
approvable, as the particular trade name was used for the purpose of establishing a standard of
quality acceptable to the City. If a product of any other name is proposed s ub s titutes is procured
by the Contractor. Where the term "or equal", or "approved equal" is not used in the
specifications, this does not necessarily exclude alternative items or material or equipment which
may accomplish the intended purpose. However, the Contractor shall have the full responsibility
of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative
of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-
section as related to "substitutions" shall be applicable to all sections of these specifications .
23. WATER FOR CONSTRUCTION:
Water for construction will be furnished by the Contractor, at his own expense.
24. SANITARY FACILITIES FOR WORKERS:
The Contractor shall provide all necessary conveniences for the use of workers at the project site.
Specific attention is directed to this equipment.
25. MATERIAL STORAGE:
Material shall not be stored on private property unless the Contractor has obtained written
permission from the property Owner. A copy of the written permit shall be provided to the
assigned inspector prior to utilization of the property.
26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS:
The Contractor shall take adequate measures to protect all existing structures, improvements and
utilities, which may be encountered.
27. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC:
SP-12
The Contractor's particul a r atte ntion is directed to the re quirem e nts of Item 7 , "Lega l Re lations
and Respon s ibiliti e s to the Public" of the "Standard Specificati ons for Stree t a nd St o rm Drain
Construction".
28. CONSTRUCTION
29.
The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" fo r its employe es
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 defin ed, 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,
clea ning, televi s in g, con struction, etc.).
QUALITY CONTROL TESTING:
(a) The contractor shall furnish, at its own expense, certifications by a private laboratory for all
materials propos ed 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
pro v ide 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
specification s 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.
SP-13
(d) Not less than 24 hours notice shall be provided to the City by the contractor for operations
requiring testing. The contractor shall provide access and trench safety system (if required)
for the site to be tested and any work effort involved is deemed to be included in the unit
price for the item being tested.
(e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to
the job site. The ticket shall specify the name of the pit supplying the fill material.
NON-PAY ITEM NO: 1 -SPRINKLING FOR DUST CONTROL:
All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall
apply. However, no direct payment will be made for this item and it shall be considered
incidental to this contract.
NON-PAY ITEM NO: 2 -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 the 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 activity. In any event, a street shall be completely
marked a minimum of four (4) calendar 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 appurtenances accordingly.
The following are utility contact persons:
Company
SBC -Telephone
TXU Electric Delivery:
Downtown
Other than Downtown
Atmos Energy (Gas)
CFW -Street Light
CFW -Light Signal
CFW -Pavement Marking
CFW -Storm Drain
CFW-Water
CFW-Sewer
Telephone Number
817-338-6202
214-384-3732 Cell
817-215-6424
817-215-6688
817-215-4366
469-261-2314 Cell
817-392-7738
817-392-2538
817-392-2535
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. Frank Brock
Mr. Monte Wilson
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 seven (7) calendar days after
completing the laying of proposed H.M.A.C. overlay adjacent to said appurtenances.
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 the 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 the 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:
During the construction of this project, all parkways that are excavated shall be shaped, including
bar ditches, and backfilled at the same time the roadway is excavated. Excess excavation will be
disposed of at locations approved by the Engineer.
SP-16
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to
the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work
progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done
on a daily basis . Clean up work shall include, but not be limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in an appropriate and organized manner
• Keeping trash of any kind off of the roadway and residents' property
If it has been determined that the jobsite has not been kept in an orderly condition, the next
estimate payment (and all subsequent payments until completed) of the appropriate bid item(s)
will be reduced by 25%.
The Contractor shall make a final cleanup of each street as soon as the paving and curb and gutter
work has been constructed. No more than Seven (7) calendar days shall elapse after completion
of construction before the roadway and right-of-way is cleaned and restored.
Failure to do so will be cause to stop the contractor from starting work on other streets. Project
time will not be suspended and a $200 charge per day will be made as liquidation damages.
The Contractor shall make a final cleanup of all parts streets before acceptance of the project is
made. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete
and other construction materials, and in general preparing the site of the work in an orderly
manner and appearance.
NON-PAY ITEM NO: 6 -CRACK SEALING:
All cracks that develop after completion of the street resurfacing and until the end of the 2-year
warranty period shall be crack sealed with Rubber Asphalt Crack Sealer, as per the latest edition
of the TxDOT Specifications for Construction and Maintenance of Highways, Streets, and
Bridges, Item 300, "Asphalts, Oils, and Emulsions".
The contractor shall be responsible for all materials, equipment and labor to perform the most
accurate job and all costs to the contractor shall be figured subsidiary to this contract.
NON-PAY ITEM NO: 7 -STORM DRAIN INLET PROTECTION:
SP-17
All pulveri zation and overlay streets with storm drain inlets shall use inl e t protection for se dim e nt
control, in accordance with the Standard Specifications for Public Works Construction-North
Central Texas.
The contractor shall be responsible for all materi a ls , equipment and labor to perform the mo st
accurate job and all costs to the contractor shall be fi gured subsidiary to this contract.
NON-PAY ITEM NO: 8 -NO PAVING WORK ON SOLID WASTE WEEKLY PICK-UP
DAY
In order to eliminate potential rutting of the pavement from solid waste trucks while paving
operations are underway, the contractor shall schedule construction on all the identified project
streets such that no paving activities are scheduled on the weekly solid waste pick-up day for each
street. The solid waste weekly pick-up day for each project street is identified on the "STREET
BY STREET PA YING QUANTITY DETERMINATION SPREADSHEET" loc ated at the e nd of
the contract documents .
On the spreadsheet, the solid waste weekly pick-up is listed as the day of the week; see "Garbage ,
Recycling, Yard Trimmings & Brush Weekly Pickup". No paving activities shall be scheduled on
this day . The Contractor will be allowed to construct concrete flatwork on solid waste weekly
pick-up day .
Also on the spreadsheet, the solid waste monthly pick-up is listed as the week of the month ; see
"Monthly Pickup of Bulky Items". During this week, the day of pick up varies from Monday to
Saturday afternoon. The Contractor will be allowed to pave the week of the solid waste monthly
pickup .
The Contractor, however, will be responsible for any coordination with the City Environmental
Department regarding when the monthly pickup day occurs. If new pavement is damaged by the
solid waste monthly pickup trucks due to the contractor's failure to adhere to the procedure
outlined above; then , the Contractor shall be solely responsible for any repairs required.
Assessment of damage will be determined by the Construction Engineer, or, his authorized
representative.
The weekly and monthly solid waste pick up schedules are hereby provided for bidding purpose
and use by the selected contractor during construction .
All cost associated with scheduling pavement installation around "s olid waste pick-up days" shall
be considered incidental to the project contract amount and no additional compensation shall be
allowed .
SP-18
NON-PAY ITEM NO: 9 -AGREEMENT OF QUANTITIES
The streets will be measured and all quantities per street will be documented, a copy of the
measured quantiti es will be provided to the contractor. If the Contractor is in agreement of the
measured quantities, then the Contractor is required to sign it an d return it within ten (10)
calendar days . If the Contractor is not in agreement, then the Contractor is required to, within
seven (7) calendar days, arrange a field trip with the assigned in spector to show proof of the
difference .
PAY ITEM NO: 1 -Project Designation Sign:
The contractor shall construct and install two (2) Project Designation Signs and it will be the
responsibility of the contractor to maintain the signs in a presentable condition at all times on
each project under construction . Maintenance will include painting and repairs as directed by the
Engineer.
It will be the responsibility of the Contractor to have the individual project signs lettered and
painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on
the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be
in accordance with the enclosed detail. The sign shall be constructed of % inch fir plywood,
grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the
Engineer and in place at the project site upon commencement of construction.
The work, which includes the painting of the signs, installing and removing the signs, furnishing
the materials, supports and connections to the support and maintenance shall be to the
satisfaction of the Engineer.
The pre bid unit price, per each, will be full payment for materials including all labor, equipment,
tools and incidentals necessary to complete the work.
PAY ITEM NO: 2 -Utility Adjustments:
This item is included for the basic purpose of establishing a contract price which will be comparable
to the final cost of making necessary adjustments required due to street improvements to water,
sanitary sewer, natural gas service lines and appurtenances where such service lines and
appurtenances are the property owner's responsibility to maintain . An arbitrary figure has been
SP-19
pl aced in the Propo sal ; howe ve r, this does not guaran te e any pay me nt for utility adjustm ent s, ne ither
does it confin e utility adjustm e nts to the amount show n in the Prop osal. It sha ll be th e Contractor's
responsibility to provide the services of a lic e nse d plumber to make th e utility adju stment s
determined neces sary by the Engineer . No payment w ill be mad e for utility adju stm ents ex cept
those adju stments d eemed necessary by the En gin eer. Sh o uld the Co nt ra cto r da mage se rvi ce lines
due to hi s negli ge n ce, wh e re such lines would not have require d adjustm e nt or re pa ir oth e rwise, th e
lin e s shall be re paired a nd adju st ed by th e Contractor at th e Contractor's expense.
Contrac tor shall immed iately cap broken sprinkler sys tem lin es, and mus t notify th e inspector prior
to replacements.
The payment to the Contractor for utility adjustments shall be the actual co st of th e adjustments plus
te n perce nt (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the
utility adjustments.
PAY ITEM NO: 3 ~ Remove and Replace Concrete Curb & Gutter:
This item shall include the removal and replacement of all failed existing curb and gutter sections, as
designated by the Con struction Engineer with same day haul-off of the removed material to a suitable
dumpsite .
For specifications governing this item, see City Standard Specifications, Item No. 104 "Removing
Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos . S-S2 through S-SSB.
Pay limits for laydown curb and gutter are as shown in Drawing No. S-S5 of the Standard
Specifications. Contractor shall sawcut the curb and gutter and /or pavement prior to removal.
The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) ca lendar days.
Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per
specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction
of the curb and gutter. The pay limit will be 9-inch out from the gutter lip. The street void shall be
filled with H.M.A.C . Type "D" mix (PG 64-22) in accordance with all applicable provisions of
TxDOT's "Standard Specifications for Construction and Maintenance of Highways , Streets, and
Bridges" Item Nos . 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340
"Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and comp acted to standard densities .
SP-20
Contractor shall backfill behind the curb within seven (7) ca lendar days of pourin g the curb a nd
gutter. If the contractor fails to complete the work within seve n (7) ca lend ar days, $10 0 dollars
liquidated damage will be assessed per block per day . Required backfillin g shall be at finishing
grade and shall be completed in order for the curb and gutter to be accepted and measured as
completed, top soil as per specification Item No. 116 "Top Soil", if needed , shall be ad ded and
leveled to finishing grade. Cost of back filling, top so il, an d grad in g s ha ll be includ ed in this pay
it e m.
Existing improvements within the parkway such as water meters , sprinkler sys tem, etc., if damaged
during construction, shall be replaced with same or better at no cost to the City.
For those streets designated as Mill Overlay (MOL), on the street list in the back of this contract
document book, the wedge milling shall begin within fourteen (14) calendar days from the date of the
concrete work (curb and gutter, driveways, valley gutter, sidewalk) completion of any street, and for
tho se streets design ated as Pulverize Overlay (POL), on the street li st in the back of this co ntract
document book, the pulverization of the existing pavement shall begin within fourteen (14) calendar
days from the date of the concrete work (curb and gutter, driveways , valley gutter, sidewalk)
completion of any street. If the contractor fails to begin the work within fourteen (14) calendar days ,
$100 dollars liquidated damage will be assessed per block per day .
The unit price bid , per linear foot , shall be full compensation for a ll materials , la bor, equipment and
incidentals necessary to complete the work.
PAY ITEM NO: 4 -New Concrete Curb & Gutter:
This item shall include the construction of new standard concrete curb and gutter with same day
haul-off of the removed material to a suitable dumpsite.
For specifications governing this item, see City Standard Specifications item No . 502 "Concrete Curb
and Gutter", and Drawing No s. S-S2 through S-S5B. Pay limits for laydown curb and gutter are as
shown in Drawing No. S-S5 of the Standard Specifications . Contractor shall sawcut the curb and
gutter and/or pavement prior to removal.
The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) calendar days .
Included, a nd figured subsidiary to this unit price, will be the required sawcut excavation, as per
specification Item No. 106 "Unclassified Street Excavation", into the st reet to aid in the construction
of the curb and gutter. The pay limit will be 9-inch out from the gutter lip. The street void shall be
filled with H.M .A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of
SP-21
Tx.DOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and
Bridges" Item Nos . 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340
"Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities.
Contractor shall backfill behind the curb within seven (7) calendar days of pouring the curb and
gutter. If the contractor fails to complete the work within seven (7) calendar days , $100 dollars
liquidated damage will be assessed per block per day. Required backfilling shall be at finishing
grade and shall be completed in order for the curb and gutter to be accepted and measured as
completed; top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and
leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay
item.
Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged
during construction, shall be replaced with same or better at no cost to the City.
For those streets designated as Mill Overlay (MOL), on the street list in the back of this contract
document book, the wedge milling shall begin within fourteen (14) calendar days from the date of the
concrete work ( curb and gutter, driveways, valley gutter, sidewalk) completion of any street, and for
those streets designated as Pulverize Overlay (POL), on the street list in the back of this contract
document book, the pulverization of the existing pavement shall begin within fourteen (14) calendar
days from the date of the concrete work (curb and gutter, driveways, valley gutter, sidewalk)
completion of any street. If the contractor fails to begin the work within fourteen (14) calendar days,
$100 dollars liquidated damage will be assessed per block per day.
The unit price bid, per linear foot, shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
PAY-ITEM NO: 5-Remove and Replace 6-Inch Concrete Driveway:
PAY-ITEM NO: 6 -Remove and Replace 6-Inch Exposed Aggregate Driveway:
Pay items No. 5 and No. 6, shall include the removal and replacement of any type of existing
concrete driveways, as designated by the Construction Engineer, due to deterioration or in situations
where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off
of the removed material to a suitable dump site.
For specifications governing these items, see City Standard Specifications Item No. 104 "Removing
Old Concrete" and Drawing Nos. S-SS, and Item No. 504" Concrete Sidewalk and Driveways". Pay
limits for concrete driveway are as shown in Drawing No. S-SS of the Standard Specifications.
SP-22
--
Contractor shall sawcut existing driveway, curb and gutte r, a nd pavem e nt prior to driveway
remova l.
Concrete shall be desi gned to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) calendar days. Exposed concrete aggregate driveway surface shall be
seeded with pea gravel.
Exposed concrete aggregate wash off water is silty, high in alkalinity and may contain harmful
chemicals; th e refore, wash off water shall not be discharged into storm sewers and drainage
ditches or streams.
Temporary expansion joint board, at driveway approach edge, shall be used to dam off wash water
from entering street gutter. Temporary catch basin, sealed with impervious diaphragm sump, shall
be used to collect all wash water until off si te disposal is obtained, or, unless otherwise directed
by the Engineer or his authorized representative.
Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per
specification Item No . 106 "Unclassified Street Excavation", into the street to aid in the construction
of the driveway. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled
with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's
"Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item
Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded
Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities.
Contractor shall backfill around the driveway within seven (7) calendar days of pouring the
driveway, if the contractor fails to complete the work within seven (7) calendar days , $100 dollars
liquidated damage will be assessed per block per day. Required backfilling shall be at finishing
grade and shall be completed in order for the driveway to be accepted and measured as completed;
top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to
finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item .
Existing improvements within the parkway such as water meters, sprinkler system, etc., if
damaged during construction, shall be replaced with same or better at no cost to the City.
The unit price bid, per square feet , shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the replacement work .
SP-23
PAY-ITEM NO: 7 ~ New 6-Inch Concrete Driveway:
This item shall include the construction of new standard concrete driveways, as designated by the
Construction Engineer with same day haul-off of the removed material to a suitable dump site.
For specifications governing these items, see City Standard Specification Item No . 504" Concrete
Sidewalk and Driveways", Drawing Nos. S-SS , and Pay limits for concrete driveway are as shown in
Drawing No. S-SS of the Standard Specifications.
Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway
removal.
All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) 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 seven (7) calendar days of pouring the
driveway, if the contractor fails to complete the work within seven (7) calendar days, $100 dollars
liquidated damage will be assessed per block per day. Required backfilling shall be at finishing
grade and shall be completed in order for the driveway to be accepted and measured as completed;
top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to
finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item.
Existing improvements within the parkway such as water meters, sprinkler system, etc., if
damaged during construction, shall be replaced with same or better at no cost to the City.
The unit price bid , per square feet, shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the replacement work.
SP-24
PAY-ITEM NO: 8 -Remove and Replace 4-Inch Concrete Sidewalk:
PAY-ITEM NO: 9 -Remove and Replace 4-Inch Exposed Aggregate Sidewalk:
Pay items No. 8 and No. 9, shall include the removal and replacement of any type of existing
concrete sidewalk, as designated by the Construction Engineer, due to failure or in situations where
curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the
removed material to a suitable dumpsite.
For specifications governing these items, see City Standard Specifications Item No. 104 "Removing
Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways".
All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) calendar days. The exposed concrete aggregate sidewalk surface shall be
seeded with pea gravel.
Exposed concrete aggregate wash off water is silty, high in alkalinity and may contain harmful
chemicals; therefore, wash off water shall not be discharged into storm sewers and drainage
ditches or streams .
Wash water shall be prevented from entering street gutter. Temporary catch basin, sealed with
impervious diaphragm sump, shall be used to collect all wash water until off site disposal is
obtained, or, unless otherwise directed by the Engineer or his authorized representative.
Contractor shall backfill around the sidewalk within seven (7) calendar days of pouring the
sidewalk, if the contractor fails to complete the work within seven (7) calendar days, $100 dollars
liquidated damage will be assessed per block per day. Required backfilling shall be at finishing
grade and shall be completed in order for the sidewalk to be accepted and measured as completed;
top soil as per specification [tern No. 116 "Top Soil", if needed, shall be added and leveled to
finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item.
Existing improvements within the parkway such as water meters, sprinkler system, etc., if
damaged during construction, shall be replaced with same or better at no cost to the City.
The unit price bid, per square feet, shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the replacement work.
PAY-ITEM NO: 10-New 4-Inch Concrete Sidewalk:
SP-25
This item shall include the construction of new standard concrete sidewalk, as designated by the
Construction Engineer with same day haul-off of the excavated material to a suitable dumpsite.
For specifications governing this item, see City Standard Specification Item No. 504 "Concrete
Sidewalk and Driveways".
All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per
square inch in seven (7) calendar days.
Contractor shall backfill around the sidewalk within seven (7) calendar days of pouring the
sidewalk. If the contractor fails to complete the work within seven (7) calendar days, $100 dollars
liquidated damage will be assessed per block per day. Required backfilling shall be at finishing
grade and shall be completed in order for the sidewalk to be accepted and measured as completed;
top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to
finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item.
Existing improvements within the parkway such as water meters, sprinkler system, etc., if
damaged during construction, shall be replaced with same or better at no cost to the City.
The unit price bid, per square feet, shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the replacement work.
PAY-ITEM NO: 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.
SP-26
Contractor s hall sawcut existing sidewalk, curb and gutter, and pavem ent 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 Ra mp Pay Limits detail (STR-032). The pay limit will extend from 9-
inches outside the lip of gutter to the back of the curb. Any asphalt tie-in shall be subsidiary to the
curb and gutter pay item.
Pay limits for "Standard Wheelchair Ramp" will start 15 inches back from the face of curb and
encompass the remainder of the ramp and sidewalk.
Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile,
manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable
warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and
extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route
enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch
and a maximum of 8-inch from the extension of the face of curb. Detectable warning Dome-Tile
surface maybe curved along the corner radius. The method of Dome-Tile installation shall be in
accordance with the manufactures instruction.
Cost of detectable warning Dome-Tile and installation, shall be included in this pay item.
Contractor shall provide a brick red colored Dome-Tile sample for approval by the Engineer,
meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the
acceptable standard to be applied for all construction covered in the scope of this pay item .
Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per
specification Item No . 106 "Unclassified Street Excavation", into the street to aid in the construction
of the wheelchair ramp. The pay limit will be 9-inch out from the gutter lip . The street void shall be
filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of
Tx.DOT'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 seven (7) calendar days of pouring the
wheelchair ramp; if the contractor fails to complete the work within seven (7) calendar days, $100
dollars liquidated damage will be assessed per block per day. Required backfilling shall be at
finishing grade and shall be completed in order for the wheelchair ramp to be accepted and measured
SP-27
as completed; top soil as per specification Item No. 116 "To p Soil", if needed , s ha ll be add ed and
leveled to finishing grade. Cost of back filling , top soil, and grading shall be includ e d in this pay
item .
Existing improvements within the parkway such as water mete rs, s prinkl e r syste m , e tc ., if
damaged during construction, shall be replaced with same or better at no cost to the C ity.
The unit price bid, per square feet, as shown on the proposal, will be full compensation for materials ,
labor, equipment, to o ls and incidentals necessa1y to complete the work.
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 dete1mined 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. 104 "Removing Old
Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified .
All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) calendar days.
Contractor shall sawcut existing sidewalk, curb and gutter, and pavement prior to wheelchair ramp
removal.
The removal of existing curb and gutter, as required, for the construction of new wheelchair ramps
shall be included in PAY ITEM NO. 3 -Remove and Replace Concrete Curb & Gutter, as
determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the
Accessibility Ramp Pay Limits detail (STR-032). The pay limit will extend from 9 inches outside the
lip of gutter to the back of the curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay
item.
Pay limits for "Standard Wheelchair Ramp" will start 15-inches back from the face of curb and
encompass the remainder of the ramp and sidewalk .
SP-28
-
Contractor shall furnish and install brick red color pre-cast detectable warn ing Dome-Tile,
manufactured by StrongGo Indu stries or approved equal by the construction E ngineer. Detectabl e
warning surface shall be a minimum of 24-inch in depth in the directio n of pedestrian trave l, and
extend to a minimum of 48-inch along th e curb ramp or landin g where the pede stri an access route
enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch
a nd a maximum of 8-inch from the extension of the face of curb. D etectab le warning Dome-Tile
surface may be curved along th e corner radius. The method of Dom e-T ile in stallation sha ll be in
accordance with the m anufac tures instruction .
Cost of detectable warning Dome-Tile and installation , shall be included in this pay it em .
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.
Includ e d, 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 Maintena nce of Highways, Streets, and
Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (re ferenced), and 340
"Den se-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities.
The Contractor shall backfill behind the wheelchair ramps within seven (7) calendar days of
pouring the wheelchair ramp; if the contractor fails to complete the work within seven (7) calendar
days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall
be at finishing grade; top soil as per specification Item No. 116 "Top Soil", if needed, shall be
added and leveled to finishing grade. Cost of back filling and grading behind curb shall be
included in this pay item.
Existing improvements within the parkway such as water meters, sprinkler system , etc., if
damaged during construction, shall be replaced with same or better at no cost to the City .
Required backfilling at finishing grade behind the ramp shall be completed in order for the
wheelchair ramp to be accepted and measured as completed.
The unit price bid, per square feet , as shown on the proposal, will be full compensation for materials,
labor, equipment, tools and incidentals necessary to complete the work.
SP-29
...
-
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 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
(referenced), 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and
340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No . 360 "Concrete
Pavement" ( enclosed), shall apply.
Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the
Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be
subsidiary to this Pay Item .
Contractor may substitute 5 inch non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no
additional cost. All applicable provisions of Item No. 360 "Concrete Pavement" (enclosed) shall
apply. Surface texturing shall be made with a medium broom in lieu of carpet drag or metal tining.
The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) calendar days.
Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to
traffic. Work shall be completed on each half within seven (7) calendar days. If the contractor fails to
complete the work on each half within seven (7) calendar days, $100 dollars liquidated damage will
be assessed per each half of valley gutter per day.
Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per
specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction
of the valley gutter. The pay limit will be 9-inch out from the valley gutter. The street void shall be
filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of
TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and
SP-30
-
-
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 dens ities.
Measurement for final quantiti es of valley gutter will be by the square yard of concrete pavement and
the curb and gutter section will be included.
The unit price bid per square yard for Concrete Valley as shown on the proposal w ill be full
compensation for materials, labor, equipment, tools and incid ent a ls 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 sui table
dumpsite.
Contractor shall sawcut ex istin g sidewalk, curb and gutter and/or pavement prior to valley gutter
removal. Sawcutting and removal of asphalt pavement, concrete base, curb and gutter, and necessary
excavation to install the concrete valley gutters shall be included in this pay item .
For specifications governing this item, see City Standard Specifications, Item No. I 06, "Unclassified
Street Excavation", Drawing No . S-S6 and detail enclosed, TxDOT's "Standard Specifications for
Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 247 "Flexible Base
(referenced), 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and
340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No. 360 "Concrete
Pavement" (enclosed), shall apply.
Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the
Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be
subsidiary to this Pay Item.
Contractor may substitute 5 inch non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no
additional cost. All applicable provisions of Item No. 360 "Concrete Pavement" (enclosed) shall
apply. Surface texturing shall be made with a medium broom in lieu of carpet drag or metal tining.
The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) calendar days.
SP-31
-
Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be op en to
traffic. Work shall be completed on eac h half within seven (7) calendar days . If the contractor fails to
complete the work o n each ha lf within seven (7) calendar days , $100 dollars liquidated damage will
be assessed per eac h 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 "Unclassi fi ed Street Excavation", into the street to aid in the construction
of the valley gutter. The pay limit will be 9-inch out from th e valley gutter. The street void shall be
filled with H .M.A .C . Type "D" mix (PG 64-22) in accordance with all applicable provisions of
TxDOT's "Standard Specifications for Construction and Maintenance of Highways , Streets, and
Bridges" Item Nos . 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340
"Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities.
Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and
the curb and gutter section will be included.
The unit price bid, per square yard, for Concrete Valley as shown on the proposal will be full
compensation for materials, labor, equipment, tools and incidentals necessary to complete the work .
PAY ITEM NO: 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 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-lnch Subdrain Pipe:
SP-32
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 loc a tion for this item is de s ignat ed . Subdrain shall be installed only if field conditions
indicate ground water at subgrade level after excavation, and if deemed nece ssa ry by the Engineer.
The unit price bid, per linear feet, shall be full compensation for all labor, materials, equipments,
tools, and incidentals necessary to complete the work.
PAY-ITEM NO: 18 -8-Inch Pavement Pulverization:
PAY-ITEM NO: 19 -Cement Modification (26 lbs/sy):
All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges" Item No. 275 "Cement Treatment (Road Mixed)" (referenced) shall
govern the work .
The City of Fort Worth, Texas, will perform quality assurance tests and checks on the paving
project materials during construction, to ensure compliance with the specifications .
The sampling and testing of the materials shall be made at the expense of the City. In the event the
sampling and testing does not comply with the specifications, all subsequent testing of the material,
in order to determine if the material is acceptable, shall be furnished and paid by the contractor, as
directed by the Engineer.
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 l 0-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 l 0-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.
SP-33
-
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 .
Portland cement shall be applied to the pulverized material at a rate of 26 pounds per square yards, 8-
inch in depth. The Engineer or his authorized representative will observe the cement treatment and
collect delivery tickets from each transport truck. Cement quantities used will be verified, with
respect to areas being treated.
Cement shall be applied only to such an area that all the operations can be continuous and completed,
in daylight, within six (6) hours of such application.
The contractor shall blade to grade and compact the pulverized cement treated material to 95% of the
maximum density as determined in accordance with TxDOT's Standard Specifications stated above
or as directed by the Engineer in the field.
After the cement treated base has cured for 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 immediately overlay the micro-cracked surface with 2 inch
H.M.A.C. surface course. The work shall be in accordance with TxDOT's "Standard Specifications
for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos . 300 "Asphalts, Oils,
and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix
SP-34
-
-
Asphalt (Method)" (referenced). The 2-inch H.M.A.C. surface will be pa id und e r PAY-ITEM NO .
28 -2-lnch-Surface Course-Type "D "Mix.
If the contractor fails to begin the 2-inch H.M.A.C. surface course work within seven (7) calendar
days, $200 dollars liquidated damage will be assessed per block per day.
On pulverized and overlay streets that do not have existing curb and gutter, the Contractor shall
finish the parkway with backfill. The backfill shall begin at the edge and elevation of the new 2 inch
H .M.A.C . surface course and extend within the parkway, to existing ground surface, at the grade of
one-fourth (1/4) inch per foot. There should be no voids in the backfill material, to the satisfaction of
the Engineer.
The unit price bid, per square yard, of pavement pulverization and per ton of cement modification
shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to
pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off,
sweep, dispose of the undercut material and backfill the parkway.
PAY-ITEM NO: 20 -Unclassified Street Excavation:
This item will be used if additional excavation is needed that is not covered by PAY ITEM NO . 18 -
8-Inch Pavement Pulverization. Additional Excavation is the removal of the excessive crown and
base to bring the new base to proper grade and City standard specifications for street reconstruction.
This item shall also be used for removing and disposing the existing brick base, if the existing brick
base cannot be wedge or surfaced milled, prior to placing 2-inch HMAC Type "D" surface course.
The void created by removing the existing brick base shall be filled to the proper grade, with PAY
ITEM NO. 23 -HMAC Level Up, before placing 2-inch HMAC Type "D" surface course.
For wedge milling, the measurement for estimating the removal and disposal of the existing brick
material shall be a width of 5-feet, a length of curb and gutter and a depth of 3-inches. For surface
milling, the measurement for estimating the removal and disposal of the existing brick material
shall be the surface area and the depth of 3-inches. These measurements shall be under City
standard specifications Item No. 106 "Unclassified Street Excavation ".
All applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply; work shall be
paid per cubic yard.
SP-35
-
-
-
PAY-ITEM NO: 21-Crushed Limestone:
This item shall be used to repair the failed base materi a l in areas exceeding 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 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 pav eme nt section with Type "D" s urface mix
(PG 64-22) pri or to placing the asphalt surface ov e rlay and where needed, as direc ted 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-lnch 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.
surface course. See PAY-ITEM NO. 20 -Unclassified Street Excavation, for further description
of work.
SP-37
For those streets designated as Mill Overlay (MOL), on the street list in the back of this
contract document book, the wedge milling shall begin within fourteen (14) calendar days from
the completion of the curb and gutter . If the contractor fails to complete the work within
fourteen (14) calendar days, $100 dollars liquidated da mage will be assessed pe r block pe r day.
The wedge milling operations for this project will be performed in a continuous manner along
both sides of the street. Details of milling locations are at the back of this docum en t. Contractor
is required to begin the overlay, within seven (7) calendar days from the date of the wedge
milling completion of any one street. Should the contractor fail to meet this condition, the
wedge milling operations of new streets will be shut down, and liquidated damage of $500.00
per day per street will be assessed until all wedge milled streets are overlayed. The overlay,
once begun on a street shall continue uninterrupted until complete.
The Contractor shall haul-off the removed material to an approved dumpsite.
2 . Equipment
The equipment for removing the pavement surface shall be a power operated milling machine
or other equal or better mechanical means capable of removing, in either one pass or two
passes, the necessary pavem e nt 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 a re removed from street surface daily. Stockpiling of planed material
will not be permitted on the project site unless designated by the Engineer. The machine shall
be equipped with means to control dust created by the cutting action and shall have a manual
system providing for uniformly varying the depth of cut while the machine is in motion , thereby
making it possible to cut flush to all inlets , manholes , or other obstructions within the paved
area. The speed of the machine shall be variable in order to leave the desired grid pattern
specified under Surface Texture.
The unit price bid, per linear feet, shall be full compensation for all labor, material, equipment,
tools, and incidentals necessary to complete the work.
SP-38
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, perfo1mance standards and equipment needed for the
butt joints milling operations shall be governed by the special provisions of PAY-ITEM NO. 24 ~ 2-
Inch to 0-Inch Pavement Wedge Milling Depth 5-Ft Wide -Install. The configuration of the butt
joints is described in more detail below. General details of butt joint locations , along with wedge
milling in general, are shown in plan form at the back of this document.
Construction Details:
Prior to the milling of the butt joints, the contractor shall consult with the construction Engineer for
proper location of these joints and verify that the selected limits of the projects street are correct.
The general locations for butt joints are at all beginning and ending points of streets listed in the
project and as more graphically detailed at the back of this specification book. The joints are also
required on both sides of all railroad tracks and concrete valley gutters, bridge decks, 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.
Measurement and Payment:
Butt joints, as described above, will be measured by the unit of each butt joint milled. The disposal
of excess material involved will not be measured for payment.
SP-39
The following amendments to the a bo ve TxDOT's specificatio n s sh a ll govern, take precedence
and shall include:
Item No. 340 "Dense--Graded Hot-Mix Asphalt (Method)" (referenced):
• Under It e m 340.2, Materials, A. Aggregates:
I. The surface agg regate classification (SAC) s hall be Class B.
2. The Contractor shall perform the Los Angeles abras ion , magnesium sulfate soundness,
Micro-Deval and all other aggregate quality te sts listed in Table 1.
3. RAP will not be a llow e d, for u se, 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 It e m 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 samp lin g 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,
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 w ith field density locations).
SP-41
• Under Item 340.4, Construction, A. Mixture Design:
The contractor shall furnish mixture design of the proposed hot mix asphalt, at or before the
pre-construction meeting. The Contractor shall submit to the Engineer a mixture design
prepared by a n AASHTO accredited laboratory, for the materials to be used in the
project. Using the typical weight design example in Tex-204-F, Part I, the mixture
design shall meet the requirements contained in Tables 1 through Table 5 of Item 340.
The Indirect Tensile-Dry (Tex-226-F) and the Hamburg Wheel-tracking (Tex-242-F)
tests shall be waived.
The mixture design report must be certified and signed by a Level II Specialist and
submitted on TxDOT's software forms .
The Engineer may verify the mixture design at optimum asphalt content.
• Under Item 340.4, Construction, B. Job-Mix Formula Approval:
The Contractor will perform the Boil Test (Tex-530-C).
• Under Item 340.4, Construction, J. Ride Quality:
The Ride Quality Surface Type A test (10-foot straight edge) shall be measured.
• Under Item 340.5 Measurement:
Hot mix will be measured by the square yard of the composite hot mix, which includes
asphalt, aggregate and additives .
• Under Item 340.6 Payment:
The work performed and materials furnished in accordance with this Item and measured as
provided under "Measurement", will be paid for at the unit price bid, per square yard, for
"Dense-Graded Hot Mix Asphalt (Method)".
PAY 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 an approved
dumpsite.
SP-42
Contractor shall notify the Construction Engineer 72 hours pri o r to in stallin g a ny speed cushions .
Contractor sha ll install s pe e d cushion's pavem e nt markings.
If the roadway is d amaged during existing marker removal , the work shall be temp orarily halted
until co nsultation with the Construction Engineer. The pavement shall be re paired prior to new
HMAC overlay.
MATERIALS AND QUALITY REQUIREMENTS:
I . Speed Cushions:
The speed cushions shall consist of H.M.A.C . Type "D" surface course (PG 64-22) with tack coat
(SS-1) and compacted with vibratory hand roller . All applicable provisions of Tx.DOT's
"Stand ard Specifications for Construction and Maintenance of Highways, Streets, and Bridges "
Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and
340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) shall apply. Kraft brown paper -
36 inch wide 40-lb paper shall be used to keep curb & gutter clean .
2. Pavement Markings:
Raised Pavement Markings:
All materials used shall be pre-approved prior to placement. The brand name and specifications
of the materials shall be included in the 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 Markings:
All materials used under this agreement shall be pre-approved prior to awarding of the bid.
Materials used shall meet TXDOT specifications Item 666 Type II. The approved materials
SP-43
must be used throughout the duration of the bid. In the event that substitute materials need to
be used, they must be equal to or exceed the quality of those currently in use, and be approved
by Construction Engineer.
All material must be equal to or exceed the following:
Pre Mark brand Hot Tape which is manufactured by Stimsonite .
Stamark A420, which is manufactured by 3M.
Stamark A380, which is manufactured by 3M.
All applications shall be in strict compliance with all manufacturer recommendations.
Surface Preparation and Application of Pavement Markings:
Roadway surface shall be clean, dry and free from dirt, grease, and other forms of
contamination. All surfaces must be air blasted prior to application of paint. Surface
preparation and application shall be in strict compliance with manufacturer recommendations.
Equipment and methods used for surface preparation shall not damage the pavement or present
a hazard to motorists.
Installation of Pavement Markings :
Contractor's personnel shall be knowledgeable and sufficiently skilled in the installation of
raised pavement markings and preformed pavement markings.
Markings that are not properly applied due to faulty application methods or defective product,
and markings, which are placed in the wrong position or alignment, shall be removed and
replaced by the contractor at the contractor's expense . If the mistake is such that it would be
confusing or hazardous to motorists it shall be remedied the same day of notification .
Notification will be made by phone and confirmed by fax. Other mistakes shall be remedied
within five days of written notification.
Traffic Control of Pavement Markings:
When markings are applied on roadways open to traffic, care will be taken to ensure that
proper safety precautions are followed, including the use of signs, cones, barricades, flaggers,
etc. Work shall be performed with as little disruption to traffic as possible, and freshly applied
markings shall be protected from traffic damage and disfigurement.
SP-44
3. M eas urement 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
pr e paration , preformed a nd raised pave ment ma rkings, kraft brown paper -36 inch wide 4 0-lb
paper to keep curb & gutter clean, and all materi a ls, labor, equipment and incidenta ls necessary to
complete the work.
The unit price per bid, per each, will be full compensation for all labor, equipment, material,
tools, and all incidentals necessary to complete the work.
PAY ITEM NO: 31 -Water Valve Box Adjustment with Steel Riser:
This item shall include adjusting the tops of existing water valves with steel risers manufactured by
American Highway Products or approved equal by the construction engineer to match proposed
grade , steel water valves risers shall be placed at the time of paving.
Specifications and details of steel water valve riser (included at the end of this document), 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 val ves themselves will be adjusted by City of Fort Worth Water Department.
Prior to the beginning of work, the Contractor shall make an inventory of the condition of existing
water valve boxes. The Engineer will field verify this inventory and provide the 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 ofreplacement 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 valves with concrete collars to match
proposed grade as shown on the detail at the back of this document or as directed by the Engineer.
SP-45
The concrete collar will be us ed only in case th e steel ring ri ser 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.
Contractor will be re sponsible for adjusting water valve box es to match new pav ement grade, the
water valves themselves will be adjusted by the City of Fort Worth Water Department.
Prior to the beginning of work, the Contractor shall make an inventory of the condition of existing
water valve boxes. The Engineer will field verify this inventory and provide the Contractor
replacements for broken valve boxes. The contractor shall replace the valve boxes, which are
damaged during construction at no cost to the City. Failure of the contractor to perform this
inventory will place the total burden of replacement of any broken valve box on the contractor.
The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) days.
Work shall be completed within seven (7) calendar days after completing the laying of proposed
H.M.A .C ., and street shall be open to traffic within ten (I 0) calendar days. If the contractor fails to
complete the work and within seven (7) calendar days, $100 dollars liquidated damage will be
assessed per each water valve box per day.
Prior to beginning of work, the Contractor shall make an inventory of the condition of existing
Valves. The Engineer will field verify this inventory and provide the Contractor replacements for
broken valve covers . The contractor shall replace the valve covers which are damaged during
construction at no cost to the City. Failure of the contractor to perform this inventory will place the
total burden of replacement of any broken frame and cover on the contractor.
The pre bid unit price, per each, will be full compensation for all labor, materials, equipment, tools,
and incidentals necessary to complete the work.
PAY ITEM NO: 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 .
SP-46
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 risers manufactured by
American Highway Products or approved equal by the construction engineer to match proposed
grade, the steel manhole risers shall be placed at the time of paving.
Specifications and details of steel manhole riser (included at the end of this document), and Standard
Specification Item No. 450 "Adjusting Manholes, shall apply except as herein modified.
Prior to the beginning of work, the Contractor shall make an inventory of the condition of existing
manholes . The Engineer will field verify this inventory and provide the Contractor replacements 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 collars to match
proposed grade as shown on the detail at the back of this document or as directed by the Engineer.
The concrete collar will be used only in case the 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-47
The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in seven (7) days.
Work shall be completed within seven (7) calendar days after completing the laying of proposed
H.M.A.C., and the street shall be open to traffic within ten (10) calendar days . If the contractor fails
to complete the work and within seven (7) calendar days, $100 dollars liquidated damage will be
assessed per each per day.
Prior to beginning of work, the Contractor shall make an inventory of the condition of existing
manholes . The Engineer will field verify this inventory and provide the Contractor replacements for
broken manhole covers. The contractor shall replace the manhole covers which are damaged during
construction at no cost to the City. Failure of the contractor to perform this inventory will 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
•
•
•
All materials shall be of recent product, and suitable for its intended purpose .
Surface preparation and application shall be in strict compliance with manufacturer's
recommendations.
The paint shall NOT be applied if the new concrete curb has aged less than a minimum of 28
days, and if weather condition may harm or damage the finish surface.
SP-48
• The background paint shall be eq ual to or exceed #5160 White Latex Striping paint
manufactured by K wal Paint or approved eq ual.
• The letters paint shall be equal to or exceed #63 06 Black Latex Exterior paint manufactured by
Kwal Paint or approved equal.
• The minimum size for the background shall be 6" high x 16" lon g, 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 there
intended purpose .
Sod Products Specifications:
•
•
•
•
Sod shall consist of live and growing grass .
Grass shall have a healthy, virile root system of dense, thickly matted roots throughout an
approximately one-(1) inch minimum thickness of native soil attached to the roots.
Sod will be free from obnoxious weeds or other grasses and be free from any deleterious 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 -Mobilizations:
This item shall compensate the Contractor to mobilize personnel , equipment, supplies, and
material to start the work on the requested streets.
SP-49
Contractor will be paid one mobilization per request. Each request will consist of one or several
streets. Moving of the equipment, labor, and material from one street to other within a request
will not be considered as a separate mobilization. Mobilization shall take place within the 72
hours of the notice given by the Engineer or his designated representatives.
The 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-50
NOTE: THIS SPECIFICATION HAS BEEN MODIFIED TO DELETE NON-
APPLICABLE ITEMS FOR USE AS A GUIDE SPECIFICATION FOR CITY STREETS •.
Item 360
CONCRETE PAVEMENT
300.1. Description. Construct Portland cement concrete pavement with or without
curbs on the concrete pavement
300.2. Mater! als.
A. Portland Cement Concrete. Provide Portland cement concrete to meet a minimum
compressive strength of 3,000 psi at 28 days; unless shown otherwise in the contract
do.cuments.
Use C!ass A concrete for curbs that are placed separately from the pavement.
Provide concrete that is workable and cohesive, possesses satlsfac;:tory finishing
qualities, and conforms to the mix design and mix desfgn slump.
e. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement. Provide
approved positioning and supporting devices (baskets and chairs) capable of
securing and holding the reinforcing steel In proper position before and during
p·av!ng. Provide corrosion protectf on when shown on, the plans.
1. Dowels. Provide Grade 60 smooth, straight dowels of the size shown OrJ the
plans, free of burrs or defonnatfons. Goat dowels with a thin film of grease or
other approved de-bonding material. Provide dowel caps, on the lubricated .end of
each dowel bar used In an expansron jolnl Provide dowel caps filled with a soft
compres~ibfe material With enOl;JQh range of movement to ' atroW complete closure
of the expansion Joint · · .
2. Tie Bars. Provide straight deformed steel tie bars. Provide either ·multlple-plece
tie bars or slngle:pfece tie bars as shown on the plans: Provlqe muttlple-piece Ue
bars composed of 2 pfeces of deformed reinforcing steel With a coupling capable
of developing a minim.um tensile strength of 125% of the design yfefd strength of
the deformed steel when tensile-tested Irr the assembled conflguraU9n. Provide a
minimum length of 33 diameters of the deformed steel fn each piece.
C. Curing Materials. Provide Type 2 membrane curing compound conforming to
DMS-4650, "Portland Cement Concrete Curing Materials and Evaporation
Retardants.•
D. Epoxy. Provide Type Ill epoxy in accordance with DMS-6100, "Epoxies and
Adhesives,· for installlng all drilled-in reinforcing steel.
E. Evaporation Retardant. Provide evaporatfon retardant conforming to DMS-4650,
"Portland Cement Concrete Curing Materials and Evaporation Retardants.• .•
F. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint-sealant materials and
fillers unless otherwise shown on the plans or approved and other sealant materials
of the size, shape, and type shown on the plans in accordance with OMS-631 O,
"Joint Sealants and Filrers:
300.3. Equipment. Furnish and rra inta in all equipment in good working condition . Use
measur ing , mixing, and delivery equipment conforming to the requ irements of Item 421,
'Portland Cement Concrete.· Obtain approv31 for other equ ipment used.
C. P-\
~-.
..
··.;
A. Placing, Consolidating, and Finishing Equipment. Provide approved self-
propelled paving equipment that uniformly distributes the concrete with minimal
segregation and provides a smooth machine-finished consolidated concrete
pavement conforming to plan line and grade. Prov/de an approved automatic grade
control system on slip-forming equipment. Provide approved mechanically operated
finishing floats capable of producing a uniformly smooth pavement surface. Provide
equipment capable of providing a fine, light water fog misl
Provide mechanically operated vibratory equipment capable of adequately
consolidating the concrete. Provide immersion vibrators on the paving equipment at
sufficiently close intervals to provide uniform vibration and consolidation of the
concrete over the entire width and depth of the pavement and in accordance with the
manufacturer's recommendatrons. Provide Immersion vibrator units that operate at a
frequency In air of at least 8,000 cycles per minute. Provide enough hand-operated
immersion vibrators.for trmely and proper consolidation of the concrete along fo~s.
at Joints and In areas not covered by other vibratory equipment Surface vibrators
may be used to supplement equipment-mounted Immersion vibrators. Provide
tachometers to verify the proper operation of all vibrators.
For small or irregular areas or when approved, the paving equipment described In
this Section is not required.
B. Forming Equipment.
1. Pavement Fonns. Provide metal or wood side forms of sufficient cross-section,
strength, and rigidity to support the paving equipment and resist the Impact a.nd
vibration of the operation without visible springing or setttemenl Use forms .that
are free from detrimental kinks, bends, or warps that could affect ride quality or
alfgnment Provide flexible or curved metal or wood forms for curves qf 100-ft.
radius or less. ·
2. Curb Forms. Provide curb forms for separately placed curbs that are not
slipformed that conform to the requirements of Item 529, •concrete Curb, Gutter,
and Combined Curb and Gutter.•
C. Reinforcing Steel Inserting Equipment. Provide inserting equipment that
accurately Inserts and positions reinforcing steel f n the plastic concrete parallel to the
profife grade and horizontal alignment in accordance to plan details. ·
D. Texturing Equipment.
1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable
support system. Provide a slngf e piece of carpet of sufficient transverse length to
span the full width of the pavement being placed and adjustable so that a
sufficient longitudinal length of carpet is in contact with the concrete being placed
to produce the desired texture. Obtain approval to vary the ferigth and' width of
the carpet to accommodate specific applications. Use an artificial grass-type -i.
carpet having a molded polyethylene pile face with a blade length of 5/8 in. to
1 in ., a minimum weight of 70 oz. per square yard, and a strong, durable, rot-
resistant backing material bonded to the facing.
2. Tining Equf pment Provide a self-propelled transverse metal tine device
equipped with 4-in. to 6-in. steel tines and with cross-section approximately
1 /32 in . thick by 1/12 in . wide, spaced at 1 in ., center-to-center. Hand-operated
tin ing equ ipment that produces an equivalent texture may be used only on small
or irregularly shJped areas er, when perm itted, in emergencies due to equipment
breakdown.
· .. ,. ... :.:
E. Curing Equipment. Provide a self-propelled machine for applying membrane curing
compound using mechanically pressurized spraying equipment with atomizing
nozzles. Provide equipment and controls that maintain the required uniform rate of
application over the entire paving area. Provide curing equipment that is independent
of all other equipment when production rates are such that the first application of ·
membrane curing compound cannot be accomplished immediately after texturing
and after free moisture has disappeared. Hand-operated pressurized spraying ·
equipment with atomizing nozzles may only be used on small or Irregular areas or,
when permitted, in emergencies due to equipment breakdown.
F. Sawing Equipment Provide power-driven concrete saws to saw the Joints shown on
the plans. Provide standby power-driven concrete saws during concrete sawing
operations. Provide adequate iffumfnation for nighttime sawing.
G. Grinding Equipment. When required, provide .self-propelled powered grinding
equipment that is specifically designed to smooth and texture concrete pavement
using circular dJamond blades. Provide equipment with automatic grade control
capable of grinding at least a 3-ft. width longitudlnally In each pass without damaging
the concrete.
300.4. Construction. Obtain approval for adjustments to plan grad~lfne to maintain
thickness over minor subgrade or base high spots while maintaining clearances and
drainage. Maintain subgrade or base in a smooth, clean, compacted condition in .
conformity.with the required section and established grade until the pavement concrete
Is · placed. Keep subgrade or base damp with water sufflclentJy In advance of placing
pavement concrete. Adequately llght the active work areas for all nighttime operations, if
required. ·
A. Reinforcing Steel and Joint Assemblies. Accurately place and secure In 'position
all reinforcing steel as shown on the plans. Place dowels at mid-depth of the
pavement slab, parallel to the surface. Place dowels for transverse contraction Joints
parallel to the pavement edge: Tolerances for location and alfgnment of dowels will
be shown on the plans. Stagger the longitudinal reinforcement spllce~ to avol~
having more than 1/3 of the splices within a 2-ft. longitudinal length of each l;:3ne of
the pavement Use muftlpla-pfece tie bara or drill and epoxy grout tie bars at
longitudinal construction Joints.
1. Manual Placement Secure reinforcing bars at alternate Intersections with wire
ties or locking support chairs. Tie all splices with wire.
2. . Mechanfcal Placement. ff mechanical pla·cement of reinforcement results In
steel misalignment or improper location, poor concrete consolldation, or other
inadequacies, complete the work using manual methods.
B. Joints. Install joints as shown on the plans. Clean and seal Joints in accordance w ith
Item 438, ·creanlng and Sealing Joints and Cracks (Rigid Pavement and Bridge
Decks).• Repair excessive spalllng of the joint saw groove using an approved
method before installing the sealant. SeaJ all Joints before opening the pavement to
all traffic. VVhen placing of concrete is stopped, install a dgid transverse bulkhead,
accurately notched for the reinforcing steel and shaped accurately to the cross-
section of the pavement.
1. Placing Reinforcement at Joints. \//here the p 1J ns requ ire an assembly of parts
at pavement j oints, complete and place lh9 assen:bly at tr.e required location and
elevation with all parts rigidry secured in tr.'3 requ ir~d pos ition. Accurately notch
jo int materia ls for the reinforcing steel.
2. Curb Joints. Provide joints in the curb of the same type and location as the
adjacent pavement. Use expansion joint material of the same thickness, type,
and quality required for the pavement and of the section shown for the curb.·
Extend expansion joints through the curb. Construct curb joints at all transverse
pavement joints. For non-monolithic curbs, place reinforcing steel into the plastic
concrete pavement as shown on the plans unless otherwise approved. Form or
saw the weakened plane joint across the full width of concrete pavement and
through the monolithlc curbs.
c. Placing ahd Removing Fonns. Use clean and oiled forms. Secure forms on ~ base
or firm subgrade that Is accurately graded and that provides stable support without
deflection and movement by form riding equipment. Pin every form at least at the
middle and near each end. Tightly join and key form sectJons together. to prevent
relative displacement
Set side forms far enough in advance of concrete placement to permit Inspection.
Check conformity of the grade, allgnment. and stability of fonns immedlately before
placing concrete, and make all necessary correctfons. Use a straightedge or other
approved method to test the top of forms to ensure that the ride quality requirements
for the completed pavement will be met. Stop paving operations if forms settle or
deflect more than 1/8 In. under finishing operations. Reset forms to line and grade,
and refinish the concrete surface to ·correct grade.
Avoid damage to the edge of the pavement when removing .forms. Repair damage
resultlng from form removal and honeycombed areas with a mortar mix within 24 hr.
after form removal unless otherwise approved. Clean Joint face and repair
honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse
construction joint has been removed unless otherwise approved. Wh~n fom,s are
removed before 72 hr. after concrete placement, promptly apply membrane curing
compound to the edge _of the concrete pavement
Forms that are not the same depth as the pavement but are within 2 In. of that depth
are pennitted if the subbase rs trenched or th~ full width and length of the form base ·
Is supported with a firm material to produce the required pavement thickness!
Promptly repair the form trench after use. Use flexible or curved wood or metal fom,s
for curves of 100-fl radius or less. ·
D. Concreta Oellvery. Clean delivery equipment as necessary to prevent accumuiatfon
of old concrete before loading fresh concrete. Use agitated delivery equipment for
concrete designed to h~ve a slump of mor.e th.an 5 fn. Segregated concrete Is subject
to rejection. Place agitated concrete within 60 min. after batching. Place non-ag~tc!ted
concrete within 45 min. after batching. In hot weather or under conditions caµsing
quick setting of the concrete, ff mes may be reduced by the Engineer. Time limitations
may be extended if the Contractor can demonstrate that the concrefe can be
properly placed, consolidated, and finished without the use of additional water.
E. Concrete Placement Do not allow the pavement edge to deviate from the
established paving line by more than 1/2 in. at any point. Place the concrete as near
as possible to its final location, and minimize segregation and rehandling. Where;
hand spreading is necessary, distribute concrete using shovels. Do not use rakes or
vibrators to distribute concrete.
1. Pavement. Consolidate all concrete by approved mechanical vibrators operated
on the front of th':? paving equipment. Use immersion-type vibr3tors that
simultaneously consolidate the full width of the placement when machir.e
finishing. Keep vibrators from dislodging reinforcement. Use hand-operated
I'\ n I I
·~-
' .. · .. ~ . .. ·.··
vibrators to consolidate concrete in areas not accessible to the machine-mounted
vibrators. Do not operate machine-mounted vibrators while t he paving equipment
is stationary.
2. Temp_erature Restrictions. Place concrete that is between 40°F and 95°F at the
time of discharge, except that concrete may be used if it was already in transit
when the temperature was found to exceed the allowable maximum. Take
immediate corrective action or cease concrete production when the concrete
temperature exceeds 95•F.
Do not place concrete when the ambient temperature In the shade is below 40"F
and falling unless approved. Concrete may be placed when the ambient
temperature in the shade is above 35•F and rising or above 40°F. ~en
temperatures warrant protection against freezing, protect the pavement with an
approved Insulating material capable of protecting the concrete for the speci~ed
curing period. Submit for approval proposed measures to protect the concrete·
from anticipated freezing weather for the first 72 hr. after placement Repair pr
replace all concrete damaged by freezing.
F. Spreading and Finishing. Finish all concrete pavement with approved self-
propelled equipment Use power-driven spreaders, power-drfven vibrators. power-
driven strike-off. and screed, or·approved alternate equipment Use the transverse
finishing equipment to compact and strike off the cohcrete to the required section.
a.nd grade without surface voids. Use float equipment for final finishing. Use conc"rete
with a consistency that allows completion of all finishing operations without addition
of water to the surface. Use the minimal amount of water fog mist necessary to ·
maintain a moist surface. Reduce fogging If float or straightedge operations result in
excess slurry.
1. Finished Surface. Perform sufficient checks with long-handled 10-ft. and 15-ft.
straightedges on the plasUc concrete to ensure that the ffnal surface fs'w.tt~Jn the
tolerances specified in the contract documents. Check with the stralght~g~
·-parallel to the centerline. ·
2. Maintenance of Surface Moisture. Prevent surface drying of the pav~~ent ·
before applfcaUon of the curing system. Accomplish this by fog applfcaijor,s _of
evaporation retardant on the pavement surface. Apply evaporation retardant at .
the rate recommended by the manufacturer. Reapply the evaporation retardant
as needed to maintain the concrete surface in a moist condition until curing
system is applfed. Do not use evaporation retardant as a finishing aid. · . ..
3. Surface Texturing~ Perform surface texturing using a combination of a carpet
drag and metal tining, if required by the contract documents. Complete final
texturing before the concrete has att_~ined its Initial set Draw the carpet drag
longitudinally along the pavement surface with the carpet contact surface area
adJusted to provide a satisfactory coarsely textured surface.
Operate the metal-tine device to obtain grooves spaced at 1 in., approximately
3/16 in. deep, with a minimum depth of 1/8 In ., and approximately 1/12 in. wide.
Do not overlap a previously tined area. Use manual methods for achieving similar
results on ramps and other irregular sections of pavements. Repair damage to
the edge of the slab and Joints immediately after texturing. Do not ti ne pavement
that w il l be overra id.
4. Small or Irregular Placements. 'Nhera mach ine placements and finishing of
concret9 pavement are not pract ical, user.and equipment and procedures that
produce .3 conso lidated and finished pavement section to the line and grade .
••
5. Emergency Proc-edures. Use hand-operated equipment for applying texture,
evaporation retardan~ and cure in the event of equipment break.down.
a. Curf ng. Keep the concrete pavement sorface from drying by water fogging until the
curing material has been appfied. Maintain and promptly repair damage to curing
materfal!I on exposed surfaces of concrete pavement contfnuously for at rea.!t 3
curing days. A curing day is defined as a;-24-hr. period when either the temperature
taken in the shade away from artificial heat is above 50°F for at least 19 hr. or when
the surface temperature of the concrete ls maintained above 40•F for 24 hr. Curing
begins when the concreta curing system has been appfied. Stop concrete paving if
curing compound is not being applied promptly and maintained adequately. Other
methods of curing in accordance with ftam 420, ·eoncrefe structures.• may be used
· when specified or approved.
1. Membrane Curing. After taxturi~ and [mmedlatefy after tha ha surface
mofsfura has dfsappaarad, spray tt,e contteta surface unlformly with 2 coats of
membrane curing compound at an indMdual apptrcatlon rate of not more than
1 80 sq. ft. per galfon. Apply the first coat within 10 min. after compfetfng texturing
oporatfons. Apt,fy the second coat witf1ln 30 min. after completlng texfwing
ope,atro"e.
Before and during appRcatJon. maintain curing compounds In a unJfonnly agitated
condition. ft"ee of setflemenl 0a not thln or dilute the curing compound.
Where the coating shows discontklultiea or other defects or lf rain falls on the
newly coated surfac:9 before the film has drfed enough to f1IShd damage, apply ·
additional compound at the same rate of coverage to correct the damage. J:naure
that the curing compound coats the sides of the lfnfng grooves.
H. Sawina Joints. Saw Jolntl to the depth shown on the plans •• aoon •• sawing can
be accompl'9hed without damage to the pavement regardless of time of day or
weather condiffons. Soma mrnor ravePng of the saw cut Is acceptable. Use • chalk
line, atrfng lne, sawing template, or other approved method to provide a fnle Joint
effgnmenl Provide enough saws to match the pavfng production rate to ensure
silwfng completion at the ear11ut possible time to avoid unoontrollad cracking.
Reduce paving production if necessary to ensure timely sawing of jointe. Promptly
restore membrane cure damaged within the first 72 hr. of wrlng.
I. Protection of Pavement and Opening to TrafflG. Testing for early opening is the
responsibirrty of the Contrador regardleas of Job-control festfng responsibilities
unless otf1erwise shown in tha plans or dfrectad. Teatfng n1surt interpn,tatfon for
opening to traffic is subjec:t to the approval of the Engineer.
1. Profllc:tfon of Pavement. Erect and maintain barricades and other standard and
approved devfces that wil exclude all vehicles and equfpment from the newly·
ptaced pavement for the period• apecifled. Befora opening to traffic. prated the
pavwmant ft-om damag• due to croselng1 u,ing approved methods. Maintain an "'
adequate supply of sheeUng or other materfaJ to cover and protect fresh conaete
. surface from weather damage. Apply a• needed fo protect the pavement surface
ttom weather. '
2. Opening Pavement ta Traffic. Before openf ng to traffic. dean pavement., place
stable maferfaf against the pavement edges. geaj joint!, and perform ell other
tmmc safety related work.
HEAVY & HIGHWAY CONSTRUCTION
PREVAILING WAGE RATES 2008
Air Tool Ooerator
Amhalt Distributor Ooenttor
Asphalt Pnina Machine Operator
Asphalt Raker
Asphalt Shoveler
Batchina Plant Weiltller
Broom or Sweeper Ooerator
Bulldozer Ooerator
Carpenter
Concrete Finisher Pavin1
Concrete Finisher, Structures
Concrete Pavlna Curbina Machine Operator
Concrete Pavin1 Finishin& Machine Onerator
Concrete Pavin1 Joint Sealer Operator
Concrete paving Saw Operator
Concrete Pavina Spreader Operator
Concrete Rubber
Crane Clamshell, Backhoe Derrick Drqline Shovel Operator
Electrician
Flauer
Form Builder/Setter, Structures
Form Setter Pavlna & Curi>
Foundation Drill Operator. Crawler Mounted
Foundalion Drill 0Derator, Truck Mounted
Front End Loader Ooerator
Laborer. Common
Laborer Utility
Mechanic:
Millina Machine Ooerator, Fine Grade
Mixer Onerator
Motor Grader Ooentor, Fine Grade
Motor Grader Ooerator Rouah
Oiler
Painter, Structures
Pavement M111'ina Machine Operator
Pioelayer
Reinforcina Steel Setter Pavina
Reinron:ina Steel Setter Structure
Roller Ooentor, Pneumatic, Self-Propelled
Roller Ooerator. Steel Wheel, Flat WheeVTamoina
Roller Ooentor. Steel Wheel. Plant Mix Pavement
Scraoer Operator
Servicer
Slip Form Machine Ooentor
Spreader Box Ooerator
TrlC10r C Crawler TYP9
Tractor Operator Pneumatic:
Travelina Mixer Ooentor
Truck Driver, Lowboy-Float
Truck Driver, Single Axle, Heavy
Truck Driver Sinale Axle Lidie
Truck Driver, Tandem Axle Semi-Trailer
Truck Driver, Transit-Mix
W11on Drill, B0rin1 Machine, Post Hole Dnllcr Operator
Welder
Woric Zone 13a,ricade Servicer
$10 .06
SIJ .99
$12.78
SI 1.01
S 8.80
$14 .15
S 9.81
SIJ .22
$12 .80
$12 .&.5
SIJ .27
$12 .00
SJJ.63
$12 .SO
Sl3.S6
$14 .SO
$10 .61
$14.12
St&.12
S 8.43
SI 1.63
S 11.83
$13 .67
$16.30
$12.62
S 9.11
SI0.6!5
Sl6.97
SI l.83
SI 1 . .51
$1.5.20
SJ.4 .SO
Sl4.91
$13.17
$10.04
St 1.04
$14 .86
$16.29
SI 1.07
SI0.92
SI 1.21
SI 1.42
$12 .32
Sl2 .JJ
SI0.92
$12.60
$12.91
Sl2 .0J
$14.93
SI 1.47
SI0 .91
Sll .75
$1201
Sl•.OO
SIJJ7
SIO 09
CERTIFICATE OF INSURANCE
TO : CITY OF FORT WORTH Date: JULY 20 2 2010
NAME OF PROJECT: HMAC SURFACE OVERLAY (2010-3)
PROJECT NUMBER : 01521
IS TO CERTIFY THAT: PEACHTREE CONSTRUCTION, LTD.
is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for
the type of insurance and accordance with provisions of the standard policies used by this Company, and further
hereinafter described. Exceptions to standard policy noted on reverse side hereof.
TYPE OF INSURANCE
Policy Effective Expires Limits of Liability
Worker 's Compensation
Comprehensive General Bodily Injury :
Liability Insurance (Public Ea. Occurrence : $
Liability) Property Damage:
Ea . Occurrence: $
Blasting Ea. Occurrence: $
Collapse of Building or
structures adjacent to Ea. Occurrence : $ __
excavations
Damage to Underground
Utilities Ea. Occurrence: $
Builder's Risk
Comprehensive Bodily Injury :
Automobile Liability Ea. Person: $
Ea . Occurrence: $
Property Damage:
Ea . Occurrence: $
Bodily Injury:
Contractual Liability Ea. Occurrence: $
Property Damage :
Ea . Occurrence: $
Other
Locations covered: -----------------------------------
Description of operations covered:-----------------------------
The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or
canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or
cancellation .
Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be
assured, the above policies contain s uch special requirements, either in the body thereof or by appropriate endorsement
thereto attached .
The City, its officers , employees and servants shall be endorsed as an additional insured on Co ntractor 's insurance policies
excepting employer 's liability insurance coverage under Contractor's workers ' compensation insurance policy.
Agency Insurance Company : ___________ _
~F=ort~W~ort'--"h'-'--'-A'""g=e~nt'--------------By __________________ _
Address _________________ _ Ti tle ------------------
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C .A . Labor Code §406.96 (2000), as amended , Contractor certifies that it
provides workers' compensation insurance coverage for all of its employees employed on City
of Fort Worth Department of Transportation and City of Fort Worth Project No. 01521.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
PEACHTREE CONSTRUCTION, LTD.
By :_)-----~-""='---"-l--__ _
Name: J. BARRY CLARK ----------
Title : ___ __._es ...... e .... s .... t0 ... EN .... T.__ ___ _
Date : c;-z.-10 -----------
Before me , the undersigned authority, on this day personally appeared
J. BARRY CLARK , known to me to be the person whose name is subscribed to the
foregoing instrument, and acknowledged to me that he executed the same as the act and deed
of PEACHTREE CONSTRUCTION, LTD. for the purposes and cons ideration therein expressed
and in the capacity therein stated.
Given Under My Hand and Seal of Office this ~ day of SEJ>T. , 20 /o .
e. SN«JV TRENTON'
NOTARY PUBLI C
STATE OF TEXA S
MY COMM. EXP. 10/19/2011
...
Bond No. 1 05455398
PERFORMANCE BOND
THE ST A TE OF TEXAS §
KNOW ALL BY THESE PRES ENTS:
CO UN TY OFT ARRANT §
That we (!) PEACHTREE CONSTRU C TION, LTD. as Principal herein , and (2)
( 2) , a corporation organized under the laws of the State of (3) Connecti cut, and w ho is
authorized to issue surety bonds in the State of Texas, Surety herein , are held and frrm ly bound unto th e City of Fort
Worth , a municipal corporation located in Tarrant and Denton Counties, Texas, Ob ligee herein , in the sum of:
TWO MILLION ONE HUNDRED FJFTEEN THO USAND EIGHT HUNDRED SEVENTY TWO
DOLLARS AND ZERO CENTS ...
($2,ll S,872 .00) Dollars for the payment of which sum we bind ow·selves, our he irs, executors, administrators ,
successors and assigns, jointly and severally, firmly by these presents .
WHEREAS , Principal has entered into a certain contract with the Ob l igee dated the 20 of JULY , 2010 a
copy of wh ich is attached hereto and made a part hereof, for the construction of:
HMAC SURFAC E OVERLAY (2010-3)
NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfull y perform
the work in accordance with the plans , specifications , a nd contract documents and shall fully indemnify and hold
haimless the Obligee from all costs and damages wh ic h Obligee may suffer by reason of Principal 's default , and
reimburse and repay Obligee for all outlay and expense t hat Ob li gee may incur in maki ng good such default, then
this ob ligat ion shall be vo id ; otherwise, to remain in full force and effect.
( 2) Travelers Casualty And Surety Canpmy Of America
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government
Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such
statute , to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF , the du ly authorized representatives of the Principal and the Surety have
executed this instrument.
SIGNED and SEALED this 20of JULY, 2010.
ATTEST :
(SEAL)
1)~J!wt:&-------=
Witness as to Princ ipal
..f'-1 Address
ATTE ST: J-:.... ~
Tina Oien (Surety) Secretary
(SEAL)
Witness as to Surety
2900 Marquita Dr.
Fort Worth , TX 76 11 6
(Address)
PEACHTREE CONSTR UCTION, LTD.
PRlNCIP~f?
BY : _j_ \) ~ k
Title: PR ESIDENT
5801 PARK VISTA CI C RL E
KELLER, TEXAS 76 2 44
Travelers Casualty And Surety
Canpmy Of America
J"~ty ~ ~~->~
BY:.~~
Iorrie Scott (Attorney -in -fact ) (5}
290 0 Marquita Dr.
Fort Worth, TX 76116
(Address)
NOTE: Date of Bon d m ust not be
prior to date of Contract
(I) Correct Name of Contractor
(2) Correct name of Surety
(3) State of in corporation of Surety
Telephone number of surety must be stated.
In addition, an o rig in a l copy of Power of
Atto rn ey sha ll be attached to Bo nd by
Attorn ey-in -Fact.
The date of bond sha ll not be prior to date of
Contract.
THE STATE OF TEXAS
COUNTY OFT ARRANT
§
§
§
Rand No. 10545 5398
PAYMENT BOND
KNOW ALL BY THESE PRESENTS:
That we , (1) PEACHTREE CONSTRUCTION, LTD., as Principal herein , and (2) _~(2~) ___ _
______ , a corporation organized and existing under the laws of the State of(3) Connecticut , as
surety , are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and
Denton Counties , Texas , Obligee herein, in the amount of TWO MILLION ONE HUNDRED FIFTEEN
T HOUSAND EIGHT HUNDRE D SEVENTY TWO DOLLARS AN D ZE RO CENTS... Dollars
($2,llS,872 .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 bas entered into a certain written contract with the Obligee dated the ~day of
JULY , 2010, wh ich contract is hereby referred to and made a part hereof as if fully and to the same extent as if
cop ied at length, for the following project:
HMAC SUR FA CE OVERLAY (2 010-3)
NOW , THEREFORE, THE CONDITION OF TH1S OBLIGATION lS SUCH, that if the said Principal
shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as
amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be
void ; otherw ise, 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 determ ined in accordance with the provisions of said
statute, to the same extent as if it were cop ied at length herein .
IN WITNESS WHEREOF , the duly autho riz ed representatives of the Principal and the Surety have
executed this instrument.
SIGNED and SEALED this 20 day of, JU LY, 20 10.
(2) Travelers Casualty And Surety Canpany Of America
(SE AL)
CICRLE
PEACHTREE CONSTRUCTION,
LTD.
PRINCIPAL
By )~-, b,
Name : ___ J_. B_A_R_RY_C_LA_R_K ___ _
T itle : ____ P_R_ES_ID_E_NT ____ _
Address: 5801 PARK VISTA
r.kQ.,(~.
rtess as to Principal
KELLER, TEXAS 76244
Travelers Casualty And Surety
Canpany Of America
ATTEST:
Secretary
(SE AL)
Tina Oien
SURETY ~· ~
By : ~' r I ,,.... -,,., -.....
Name: IDrrie Scott
Attorney in Fact _ .~
Address: 2900 Maiguit Dr.
Fort Worth, TX 76116
Witness as to Surety Telephone Number: 817-737-4943
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety .
State of incorporation of Surety
Telephone number of surety must be stated . In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
Borrl No. 105455398
MAINTENAN CE BON D
THE ST ATE OF TEXA S §
COUNTY OF TARRANT §
Travelers Casualty
That PEACHTREE CONSTRUCTION, LTD. ("Contractor"), as principal , andAnd Surety Canpany
Of America • a corporation organized under the laws of the State of ConnecticiJ.t , ("Surety"), do
hereby acknowledge themse lves to be he ld and bound to pay unto the City of Fort Worth , a Municipa l
Corporation chartered by virtue of Const itution and laws of the State of Texas , ("City") in Ta rran t
County , Texas , the sum of TWO MILLION ON E HUNDRED FIFTEEN THOUSAND EIGHT
HUNDRED SEVENTY TWO DOLLARS AND ZERO CENT S ... Dollars
($2,115,872.00), lawful money of the Un ited States , for payment of which sum well and t ru ly be made
unto sa id City and its successors , said Contractor and Surety do hereby bind themselves , thei r he irs ,
executors , administrators , ass igns and successors , jointly and severally .
This obligat ion is condit ioned , however, that:
WHEREAS , sa id Co ntracto r has th is day entered into a written Contract with the C ity of Fo rt
Worth , dated the 20 of JULY, 2010 , a copy of which is hereto attached and made a part hereof, for t he
performance of the following described public improvements :
HMAC SURFACE OVERLAY (2010-3)
the same be ing referred to herein and in said contract as the Work and being designated as project
number(s) 01521 and sa id contract, including all of the specifications, conditions , addenda, change
orders and written instruments referred to there in as Cont ract Documents be ing incorporated here in
and being made a part hereof; and ,
WHEREAS , in said Contract , Contractor binds itself to use such materials and to so const ruct
the work that it will rema in in good repair and conditio n fo r and during a period of after the date of th e
fina l acceptance of t he work by the City ; and
WHEREAS , said Contractor b inds it self to ma intain said wo r k in good repair and
condition for said term of Two (2) years ; and
WHEREAS , said Contracto r binds itself to repair or reconstruct the Work in whole or in
part at any time w ithin said period , if in the opinion of the Director of the Ci t y of Fort Worth
Department of Eng ineering , it be necessary; and ,
WHEREAS , said Contractor binds itself, upon receiv ing notice of the need therefore to
repair or reconstruct said Work as herein provided.
NOW THEREFORE , if sa id Contractor sha ll keep and perform its sa id ag reement to
mainta in , repa ir or reco nstruct sa id Work in accordance with all t he terms and conditions of sa id
Contract, these presents shall be null and vo id , and have no force o r effect. Otherwise , this
Bond shall be and remain in full force and effect, and the City sha ll have and recover fro m
Co ntractor and Surety damages in the premises as prescribed by said Contract.
Th is obligat ion shall be a cont inu i ng one and s uccessive recoveries may be had hereo n
fo r success ive breaches un t il the full amount hereof is exhausted.
IN WITNESS W HEREOF , this instrument is executed in~ counterpart(s), each of wh ich
shall be deemed an original , t his 20 day of JULY, A.D .2010.
ATTEST:
(SE AL)
Se~
ATTEST:
(SE AL)
Secretary Tina Oien
-
PEACHTREE CONSTRUCTION, LTD.
Contracto r
By :----+-'-) r.i_~ __ L-__ _
Name : J.BARRYCLARK --------------
Tit I e: ___ _;_PR'"""E=S=ID=EN-'--'-T ______ _
Travelers Casualty And Surety
Carpmy Of Anerica
Surety
By : ___ ~"'""'""~ ...... ..._%"_l ...... J;;;~~'-'--//----
Name : Lorrie Scott ---==='-=-=-=-==-~---,--~--
T itle : Attorney-In-Fact
2900 Marquita Dr.
Fort Worth, TX 76116
Address
...... WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
TRAVELERS J Farmington Casualty Company
Fidelity and Guaranty Insur ance Compan y
Fi delity and Guaranty In surance Underwriters, Inc.
St . Paul Fire and Marine Insurance Compa ny
St. Paul Guardian In sur ance Compan y
Attorney-In Fact No. 2 144200
St . Paul Mercury Insurance Company
Tra ve lers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 0 0 3141 9 6 0
KNOW ALL MEN BY THESE PRESENTS : That St. Paul Fire and Marine In surance Company, St. Paul Guardian Insurance Company and St. Paul Mercury In suran ce
Company are corporations duly organi zed un der the law s of the State of Minnesota, tha t Farmington Casualty Company, Travelers Casualty and Surety Compa ny, and
Travelers Casualty and Surety Company of America are corporations duly organized under th e laws of the State of Connecticut , th at United States Fidelity and Guaranty
Company is a corporation dul y organi zed under the laws of the State of Maryland, that F ide lit y and Guaranty In surance Company is a corporation duly organized under
the laws of the State of Iowa , and th at Fidelity and Guaranty In surance Underwriters, Inc., is a corporation duly organ ized under the laws of the State of Wi sconsi n
(herein co llecti ve ly called the "Comp ani es "), and that th e Companies do hereby make, constitute and appoint
Steven B. S iddons , S h iro ng Che n , Ho lly A. G ravenor, and Lorrie S cott
of the City of Fort Worth , State of , their true an d lawful Attorney(s)-i n-Fact ,
each in th eir separate capacit y if more than one is named above, to sign, execute , seal and acknowledge any and all bond s, recogni za nces, conditional undertakings and
other writings obligatory in the nature th ereof on behalf of the Companies in their business of guarant eeing the fide li ty of person s, guaranteein g the performance of
contracts and executing or guaranteein g bo nd s and undertakings required or permitted in any actions or proceedings allowed by law.
16th IN WITNESS WH_EREOF , the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed , thi s-----------
d f Feb rua cy . · · ~-· 2009
ay o --· ·
State of Connecti cut
City of Hartfo rd ss .
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance U nderwriters , Inc.
St . Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
0 ~
By:
St. Paul Mercury Insurance Compan y
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
On thi s th e 16th d ay of Feb rua ry 2oo 9 , before me persona ll y appeared George W. Thompson , who acknow ledged
him self to be the Senior Vice Presid ent of Farmington Casualty Company, Fidelity and Guaranty Insurance Compa ny, Fideli ty and Guaran ty In surance Und erwriters,
In c., St. Paul Fire and Marine In suran ce Company , St. Paul Guardian Insuran ce Company, St. Paul Mercury Insurance Company , Travelers Casualty and Surety
Company , Travelers Casualty and Surety Company of America , and Un ited States Fide lit y and Guaranty Company , and that he , as such , bein g auth ori zed so to do,
executed the foregoing instrument for th e purp oses therein contained by signin g o n behalf of the corporations by him se lf as a duly auth ori zed officer.
In Witness Whereof, I hereunto set my hand and officia l seal.
M y Commiss ion expires the 30th day of Jun e, 201 l.
5 8 440-4-0 9 Printed in U.S .A.
\... Marie C . Tetreault , Notary Public
WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Board s of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters , Inc ., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company , St. Paul Mercury Insurance Company , Travelers Casualty and Surety Company, Travelers Casualty a nd Surety Company of America , and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect , reading as follows:
RESOLVED , that the Chairman , the President , any Vice Chairman , an y Executive Vice Pres ident , any Senior Vice President, any Vice President , any Second Vice
President , the Treasurer, any As s istant Treasurer, the Corporate Secretary or any Assistant Secretary may appo int Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give s uch appointee such authority as his or her certificate of authority may prescribe to sign with the Company 's name and seal with the
Company 's seal bonds , recognizances , co ntracts of in demnity , and o th er writings obli gatory in the nature of a bond, recognizance, o r condi tional undertaking , and any
of said officers or the Board of Directors at any time may remove any such appoin tee and revoke the power given him or her; and it is
FURTHER RESOLVED , that the Chairman , the President , any Vice Chairm an , any Executive Vice President , any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of thi s Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary ; and it is
FURTHER RESOLVED , that any bond , recognizance , contract of indemnity, or writing obligatory in the nature of a bond, recognizance , or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President , any Vice Chairman , any Executive Vice Pres id ent , any Senior Vice President or any Vice
President , any Second Vice President , the Treasurer, any As sistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary ; or (b) duly executed (under seal , if required) by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of a uthority ; and it is
FURTHER RESOLVED , that the signatu re of each of the following officers: President, any Executive Vice President , any Senior Vice President, any Vice President ,
a ny Assistant Vice President , any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facs imil e to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Ass istant Secretaries or Attorneys-in-Fact for purposes on ly of exec uting and attest ing bonds
and undertakings and other writings ob li gatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upo n the Company and any such power so executed and certified by such facsimi le signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
I , Kori M. Johanson, the undersigned,Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty In suran ce Company , Fidelity and Guaranty Insurance
Underwri ters , Inc ., St. Paul Fire a nd Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company , Travelers Casualty and Surety Company of America , and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies , which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, l have hereunto set my hand and affixed the seals of said Companies this ,f!Jfh day of ___ ~Im...,.=~,,,--,..-':--:-~--~~-----;'-_--~ 20 /d.
0 ~
Kori M. Johans
-.
..
To verify the authenticity of this Power of Attorney , call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the
a bove-named -individuals and the details of the bond to which the power is attached.
WARNING : THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
---------·~, Travelers ,,,
~
IMPORTANT DISCLOSURE NOTICE OF TERRORISM
INSURANCE COVERAGE
On Novembe r 26, 2002, President Bush s igned into !aw th e
Terrorism Risk i nsurance Act of 2002 (th e "Act"). The Act
establishes a short-term program under whic h the Federal
Governme nt wi!I share in the payment of covered losses caused
by certain acts of international terrorism. We are prov iding you with
this notice to inform you of the key features of the Act, and to let
you know what effect, if any , the ,L\ct wili have on your premium.
Und e r the Act, in surers are required to provide coverage for
certain loss e? caused by international acts of terrorism as defined
in the Act. The Act further provides that the Federal Government
will pay a share of such losses. Specifically , the Federal
Government will pay 90% of the amount of covered lo sses caused
by certa in acts of terrorism which is in ex cess of T ravel ers '
st atutorily established deductible for that y ear. The Act a lso caps
the amou nt of terrorism -related losses for whi ch the Federa l
Government or an insurer can b e responsib le at
$100, OOQ , 000, 000. 00, provided that the in surer has met its
deductible.
P lease note th at passage of the Act does not result in an y change
in coverage un der the attached policy or bond (or th e policy or
bond be i ng quot.ed). Please also note th at no separate addit ional
premium charge has been made for the terrorism coverage
requir ed by t he Act. The premium charge that is allocable to s uch
coverage is inseparable from and imbedded in your overall
premium , and is no more than one perce nt of your p remium.
..,
IMPORTANT NOTiCE
To obtain information or make a complaint:
You may cali Trave!ers Casualty and Surety Company of America and its affiliates' to ll -
free telephone number for information or to make a complaint at:
1-800-328-2 189
You may contact the Texas Department of tnsurance to obtain information on
companies, coverages, rights or complaints at:
'1-800-252-3439
You may write the Texas Department of Insurance:
p_ O_ Box 149104
Austin, TX 787'14-9104
Fax: (512) 475-1771
VV eb: http://vvVV\v.tC~.state .tx.us
E -mail: ConsumerProt6ctton@td1.state.bcus
PRE MIUM OR CLAiM DlSPUTES:
Should you have a dispute concerning your premium or about a claim you sho uld
contact your Agent or Travelers first If the dispute is not resolved, you may contact the
Texas Department of insurance _
ATTACH THlS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or condition of the
attached document and is given to comply with Texas legal and regulatory requirements_
(PN-042-8) E d_ 1C_ 18_1}7
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 20 day of JULY A.O., 20.!Q, 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, PEACHTREE
CONSTRUCTION, LTD., HEREINAFTER CALLED Contractor.
WITNESS ETH: That said parties have agreed as follows:
l.
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 {2010-3)
2.
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools, appliances and materials necessary for the construction and completion of said project in
accordance with the Plans and Specifications and Contract Documents prepared by the Department of
Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by
the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are
hereto attached and made a part of this contract the same as if written herein .
3.
The Contractor hereby agrees and binds himself to commence the construction of said work
within ten ( 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 in s pection and approval of
the Department of Tran s portation of the City of Fort Worth and the City Council of the C ity of Fort
Worth within a period of One Hundred and Eighty il.filll.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 iniury,
damage or death is caused, in whole or in part, by the negligence or alleged negligence of
Owner, its offlcers, servants. or employees. Contractor likewise covenants and agrees to indemnify
and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and
employees and any damage, loss or destruction to property of the Owner arising from the performance of
any of the terms and conditions of this Contract, whether or not any such iniury or damage is
caused in whole or in part by the negligence or alleged negligence of Owner, its offlcers,
servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior
to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b)
provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred
to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work performed
under a City Contract.
7.
The Contractor agrees, on the execution of this Contract, and before beginning work , to make,
execute and deliver to said City of Fort Worth good and s ufficient s urety bonds for the faithful
performance of the terms and stipulations of the Contract and for the payment to all claimants for labor
and/or materials furnished in the prosecution of the work, such bonds being as provided and required in
Texas Government Code Section 2253, as amended , in the form included in the Contract Documents,
and such bonds shall be 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 TWO MILLION ONE HUNDRED FIFTEEN THOUSAND EIGHT HUNDRED
SEVENTY TWO DOLLARS AND ZERO CENTS ... Dollars, ($2,115,872.00).
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.
I 0.
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 20 day of JULY, A.O., 2010.
APPROVAL RECOMMENDED:
~~~r, WfLLIAM . VER ST, P.E.
DIRECTOR, DEPARTMENT OF
TRANSPORTATION/PUBLIC WORKS
ATTEST:
PEACHTREE CONSTRUCTION, LTD.
5801 PARK VISTA CICRLE
KELLER, TEXAS 76244
CONTRACTOR
BY: ---.-+--j ~-~ _L __
J. BARRY CLARK
('e~IOE ......r
TITLE
5801 PARK VISTA CIR.
KELLER, TX 76244
ADDRESS
November 1960
Revised May 1986
Revised September 1992
Revi sed March 2006
CITY OF FORT WORTH
FERNANDO COSTA, ASST CITY MANAGER
Contrac~ Authori zatio•
~\q.4-\ \0
Date
CITY SECRETARY
(SE AL)
LEGALITY:
Ot-FICIAL -CORD
Cl Y SECRETARY
FORT WORTH . TX
City of Fort Worth
Finance Department • Purchasing Division
1000 Throckmorton Street ·
Fort Worth, Texas 76102
RECEIPT OF BID
"'D e, c::-:::rj ~,-
:--~c: :::) ~.....::i ·_;, ·· .1,·n
: .. 2 -n c;.
-•• -, \ l .. -·---~-::.·> ·.:1.J .. ::
.-tr, .. , -u :< -;.:CJ
Company Name: ___ P_c:?_c:._c_h,_rJ_~ __ e_G_·_o_r1_~_rh.:....r_v_t._f_,_lk. ____________ -.i..::~·~, _·~.;;,~,...;~~;;..;~;,...._----
tu.I ~
Individual Delivering: ___ o_ ...... _~_v_,_'...Jq'.___--'-b_".,__r_""'"_c;;_c_4:-=-,----------------------
Bid Title and Number: __,/!........__,__~...,9~/J'---C ________ rll?~~~__,,__/ _________ _
Employee Signature: -c=&=-· _-__, .... --~~('~J-~.~--___ :=:::::_: ___ -__ 7:___· ____________ _
Time and Date Received:---------------------------------
While Copy -Customer Yellow Copy -Management
-~
• PEACHTREE CONSTRUCTION, LTD.
5&>1 PARK VIST It CIR.
KEI,I.£R. TEXAS 76!44
(617) 741-.\656
BID FOR: HMAC Surface Overlay (2010-3)
BID DATE: May 27, 2010
BID TIME: 1 :30 PM
Purchasing Division
City of Fort Worth
1000 Throckmorton
Fort Worth, Texas 76102
~.
Project Name: HMAC Surface Overlay( ___ _
DOE Project Number: ___ _
Mapsco Location: ____ _
Street Maintenance Work Notice
As part of the City of Fort Worth's Street Maintenance Program, _______ _
has been contracted to repair your street. During the maintenance work , there will be a
brief time that you may not have access to your residence or business. On the days
specified below, vehicles can not be parked on the street. Also, please turn off your
sprinkler adjacent to the street.
If you have any questions or concerns, please contact contractor ________ _
at ------------
If we are not able to resolve your concern to your satisfaction, you may also contact
City of Fort Worth Inspector at , Monday-
Friday between 7:30 a.m. and 4:30 p.m.
After 4 :30 p .m. and on weekends, call (817) 392-8100.
Block Street Project
Limits Name Limits
1100 to 1200 Brown Street Yates Avenue to Keller Springs Parkway
Expected Construction Dates
Weather Permitting
From 6-20-06 to 7-4-06
Nombre del Proyecto: HMAC Surface Overlay( ____ _
Numero del Proyecto DOE: ___ _
Ubicaci6n Mapsco: ____ _
Notificacion de Mantenimiento de la Calle
Como parte del Programa de Mantenimiento de las Calles de la Ciudad de Fort Worth,
____________ ha sido contratado para reparar su calle. Durante este
trabajo de mantenimiento, habra un tiempo breve en que no tenga acceso a su hogar o
negocio. En los dfas especificados abajo, vehfculos no deben estacionarse el la calle.
Tambien, por favor apague su sistema de regar el cesped cerca de la calle.
Si tiene alguna pregunta o concierne, por favor llame al contratista _______ al
Si no resuelve su concierne a su satisfacci6n, puede tambien llamar a la Oficina de
lnspecci6n de la Ciudad de Fort Worth al , de lunes a
viernes entre las 7:30 a.m. y 4:30 p.m.
Despues de las 4:30 p.m. o en los fines de semana llame al (817) 392-8100.
Limites Nombre Li mites
De Blogues de Calle De Proyecto
1100 a 1200 Brown Street Yates Avenue a Keller Springs Parkway
Fechas de Construcci6n
Permitiendo el Estado de Tiempo
De 6-20-06 a 7 -4-06
1
J PROJECT DESIGNATION SIGN
1
I
J
1
1
1
4' -o"
FONTS :
i----------4' -o" ----------I
sf'
PMS -167 ==r 3"
3"1= Project Title 1 1 ..
3"1= 2ND LINE t
IF NECESSARY_/ ~ 3 11
1~"======= Contractor: --=± 1,,
2~"LContractor's Name 1 2
1 ~"r= Scheduled Completion Date
1~" Year
1 " 2
5"
1 "
FORT WORTH LOGO = CHEL TINGHAM BOLD
ALL OTHER LETTERING = ARIAL BOLD
LOGO COLORS:
FORT WORTH -PMS 288
LONGHORNLOGO-PMS167
LETTERING -PMS 288
BACKGROUND -WHITE
BORDER -BLUE
PROJECT DESIGNATION SIGN
CITY OF FORT WORTH-C ONSTRUCTION STANDARD
DRAWING NO . DATE : 9-20-02
ATTENTION:
CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT
STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS
WHERE FEASIBLE. SEE FIGS. 58, 59 & 60.
WHEELCHAIR
RAMPS
STANDARD
DETAILS
CITY OF FORT WORTH, TEXAS -CONSTRUCTION STANDARD
OCTOBER, 1992, REDRA~ OCTOBER 2002
STREET CURB
MONOLITHIC
SIDEWALK 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
1. FOR PARKWAY WITH ELEVATION BELOW STREET
ELEVATION, THE SIDEWALK CURB MUST BE 2"
HIGHER THAN THE STREET CURB.
OCTOBER, 1992, REDRAWN OCTOBER 2002 2 . SIDEWALK CURB SHALL NOT ENCROACH ON THE
PROPOSED WIDTH OF THE SIDEWALK RAMP .
3. FOR TYPE I RAMP MAXIMUM SID EWALK CURB
HEIGHT O" TO 7".
CITY OF FORT WORTH, TEXAS
ACCESSA8ILl1Y RAMP -
lYPICAL CROSS SECTION
DATE: 09/200+
STR-031
EXISTING CURB
AND GUTIER
SAWCUT FOR
CONCRETE
PAVEMENT
SODDING
AS REQUIRED
EX ISTING 15' R
SCALE 1" = 5'
NOTES
SIDEWALK RAMP
W/ COLORED SURFACE
I) EXPANSION JOINT AND SIUCONE SEAUNG
SHALL BE SUBS IDIARY TO UNIT PR ICE BID
FOR SIDEWALK.
2)" THE ACTUAL UMIT OF REMOVAL OF EX IST
-ING CURB AND GUTIER AND SIDEWALK SHALL
BE AS DIRECTED BY THE ENGINEER IN THE
FIELD •
.3) MONOLITHIC CURB OR FLARED SLOPES MAY BE
INSTALLED ON BOTH SIDES OF THE RAMP
DEPENDING ON THE FlELD CONDITION OR AS
DIRECTED BY THE ENGINEER.
4) CURB RAMPS WITH RETURNED CURBS MAY BE
USED WHERE PEDESTRIANS WOULD NOT
NORMALLY WAL.J< ACROSS THE RAMP.
5) SLOPE OF CURB RAMP AND/OR SIDEWAL.J<
SHALL BE A MAXIMUM OF 1 ; 12. FLARED SIDES
OF RAMP SHALL HAVE A MAXIMUM SLOPE OF
1: 10 UNLESS PEDESTRIANS COULD WAL.J<.
ACROSS THE RAMP THEN THE MAXIMUM SLOPE
SHALL BE 1 : 1 2.
MONOLITHIC SIDEWALK CURB
CK OF PROP . CURB
FACE OF PROP. 7" CURB
SAWCUT FOR HMAC PAVEMENT
STANDARD PAY LIMIT DETAIL
CllY OF' FORT WORTH, TEXAS
ACCESSA8ILl1Y RAMP
PAY LIMITS
DATE! 09/200-4
STR-032
EXISTING CURB
ANO GUTTER
18" OR 24"
SAWCUT FOR
CONCRETf PAVEMEN
JOINT DETAIL
EXISTING 15' R
SCALE 1" = 5'
NOTES
SIDEWALK RAMP
W/ CO LORED SURFACE
1) §~~trs~cr st~~~~~$ fciU8~~l Pirc~N~D
FOR SIDEWALK .
Z) ~Jc AgwtsL A~~1\Bhlf-lAibAls1g~w~flr" SHALL
BE AS DIRECTED BY THE ENGINEER IN THE
FIELD .
MONOLITHIC SIDEWALK CURB
·soODING
AS REQUIRED
EXPANS ION JOINT & SIUCONE SEAUNG
CK OF PROP. CURB
FACE OF ?ROP . 7" CURB
SAWCUT rOR HMAC PAVEMENT
CllY Of FORT WORTH, TEXAS
ACCESSABILITY RAMP
JOINT DETAIL
DATE: 09/2004
STR-033
... ·.·.-.-:-:-·:-:,-:.:-:-·.·.··· ........
-:-·=-:-·:-:-::-:-::-:-:-·:-:-<-:··=-=-······· ..
(a)
f'ERPe(DICUl.AA PUBLIC SlOEWAU( CURB RAMP
(b)
P.AAAU.2. PUEIUC SlDEWAUC CURB RAMP
(c)
COMIIIED (P~PUBLJC
CITY Of F'ORT WORTH, TEXAS
ACCESSABIUTY RAMP
TYPICAL CROSS SECTION
DA re 09/2004
STR-034
ATTENTION:
CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT
STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSS INGS
WHERE FEAS IBLE. SEE FIGS. 58, 59 & 60.
14 .2 .6 Veh icular Ways and Facilities
,,.
~ Ill
I) D 0
,(' ... I\ I
-.....
(c:i) (b)
Perpendicuklr public sidewalk curb ramp
In public 1ldewalk with parl<way
Perpandlc:ulor publlc sldawolk curb ramp
in publlc ,id•wolk
(a)
arallel public 1idewolk curb ramp
In pub lic sld•walk
D
D
D
(b)
Combination public 1ld••alk curt, ramp
in pubUc s,d•wolk with porl<woy
Fig. 60
D
D
D
(c)
= =
P•,p•ndlcular public: sid•walk curb romp
at proiactad inlel"ltctlon
Pub lic Sidewa lk Cirb Ramps at Mark ed Cr ossings
CITY OF FORT WORrn, TEXAS
ACCESSABILllY RAMP
FIGURE 60
DATE: 09/2Q0.4.
STR-035
RUNNING
SLOPE
1:20 MAX
WALK
Non:,
X -==========i y
RUNNING SLOPE
1:12 MAX
CURB RAMP
COUNTER SLOPE
1:20 MAX
STREET
( l) Slape m y/x ,rhere :r l• & lenl dope
(2) Cal.lD.t..ir olape ,hall not exceed l :20
Fig. B4.7.2
Mea,urement of Curb Ramp Slope
X
NOTI: rt X < 411" (1220 mm) then the dope at the
fia.red irldH 1h..U nol exaeed l:12
PLANTING OR OTHER
NON1fALKING SURFACE
SIDE
( a) Flared Side• (b) Returned Curb
Fie. B4.7 .5
Sides of Curb Ramps
Fie. B4.7.IS
Built-up Curb Ra.mp
OCTOBER, 1992, REDRAWN OCTOBER 2002
CITY OF FORT WORTH, TEXAS
ACCESSABILITY RAMP
RAMP SLOPE DETAILS
DATE: 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)
DA TE: 09 /200-4
STR-037
::.::
~ < ~
z
0 .....
~
~
o:i
~
0 u
1:46 ...
TYPE I
EXISTING 20' R.
SCALE t" = 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: 09/200 ...
STR-038
I I
EXISTING CURB
& GUTI'ER
SODDING
AS RBqUIRED
TYPE III
EXISTING 15' R.
SCALE 1• = 4'
SIDEWALK RAMP WITH
COLORED SURFACE
I "",, • ""4 BROOM FINISH
~ HMAC TIE-IN
IIONOUTBIC CURB
~~~:1,.,...-P-lCI OP 1• CURii ~
DISTING CURI .I& C'U'M'D
CITY OF FORT WORTH, TEXAS
ACCESSABIUTY RAMP -
TYPE m (15' RADIUS)
s.ucur FOR CONCR!TI P.lV'!KXNT
DAT[; 09/2004
STR-039
I I
I 1EX1STING CURB /f & GUTTER
SODDING
AS REQUIRED
TYPE Ill
EXISTING 20' R.
SCALE 1" = 4'
SIDEWALK RAMP WITH
COLORED SURFACE
BROOM FINISH
-HMAC TIE-IN
VARIABL~ HEIGHT CURB
EXISTING CURB & GUTTER
SAWCUf FOR CONCRETE PAVEMENT
CITY OF FORT WORTH, TEXAS
ACCESSABILITY RAMP -
TYPE III (20' RADIUS)
DA TE: 09 /2004
STR-040
SUTT
JOINT
NOTE :U)AN ATTEMPT HAS BEEN 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
PARTICULAR SITUATION,
( 2) BUTT JOINTS NOT REOUIAEO WITH
REMl>clNG PRl)CfSS,
[. MEDIAN
C.-_,_,. STREET BEGIN OR
1...,. ENO POINT
TYPICAL
LEGEND
.JI II II ·1~
MEDIAN
I
LAYOUT FOR RECYCLING ACTIVITIES FOR BLVD. SECTION
UNLESS NOTED OTHERWiSE IN STREET SCHEDULE
\
H.M.A.C. REHABILITATION
WEOGEMILLING
(RECYCLE/ OVERLAY
ONLY)
'\.
/
0 -2
REVISED:
ll(V, IU. OAT(:
1990
I
...
u • «
1-
:r
0
" ~
l-o z
.... u
~
CIC ... z
0 u
~ ...
0 z
• I
LEGEND
Jl -11 II lij
H.M;A.C. REHABILITATION
WEDGEMILL~O
(RECYCLE /OVERLAY ONLY)
NOTE: BUTT JOI_NTS NOT
REQUIRED WITH
REMIXING PROCESS.
-TYPICAL
STREET BEGIN OR
END POINT •
REGARDLESS OF
THE INTERSECTING
STREETS ANGLE.
LAYOUT. fOR RECYCLING ACTIVITES
UNLESS kOTEO OTHE,.WISE IN STREET SCHEOULE '.
., . l -.. --1 ·-
BUTT JOINT
0-1
A(VIS(O:
lllV.H•. DATl:
19SO
I
II
TYPICAL
•
--1
LEGEND .
Ff ~I
)I II II Iii
H .M .A.C. REHABILITATION
WEOGEMILLING ( RECYCLE "
/OVERLAY ONLY.)
NOTE ~l)IF ANY COMBINAtlON OF ISLANDS
ANO RIGHT TURN LANE$ AAE 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 R£0UIRED
WITH REMIXING PROCESS ,
LAYO UT FOR RECYCLING ACTIVITIES WHEN INTERSECTING
STREETS ARE RECYCLED SIMULTANEOUSLY
UNLESS NOTED OTHERWISE IN STREET SCHlDULE
I
I
D-'4
Rf VISED :
I 19 90
~---+---
LEGEND
H.M.A.C. REHABILITATION
'
•• II II 14 WEOGEMILLING
(RECYCLE/ OVERLAY
ONLY)
.....
NOTE :mALL RIGHT TURN STORAGE
LANES SHALL BE CONSIDERED
AS PART OF CONTRACT.
(21 BUTT JOINTS NOT
AEOUlftEO WITH IIIEMIXIHG
PROCESS.
TYPICAL
...
LAYOUT FOR RECYCLINI ACTIVITEI
BUTT JOINT
IF EITHEflt RADIUS DOES NOT HAVE
AN ISLAND, IT WILL BE TREATED
AS INDICATED BY APPLICABLE
DE TAIL •
I / _ .. f STREET BEGIN OR
~ENO POINT\ REGARDLESS OF THE
INTERSE~T NG STREETS ANGLE.
/
D-3
RE VISED'.
IIIY. "'•· DAT(,
1990
UNLESS NOTED OTHERWISE IN STftEfT SCHEDULE.
I
'
COLLAR CONFIGURAT ION
FOR PAVED A REA ....
I
... CO L LA R CON FIGU RATION
FOR UNPAVED AREA
5'-0"
MAN HOLE FRAME AND --._,,_,..,...,.--,-,--,-....-..,.....-..+-,-.,,,.......~..,....,,-,-"'.~~-,__ ____ ~
32" DIA . DU CT ILE IR ON
COVER . (REFER TO
STD . P RO DUCT LIST)
4000 PSI
CONCRETE
A
L
8-#4 REBARS TYP .
CD
~f-----32" MIN .---j I ....... II I I
2" X 8" X 30" 1.0.
CONCRETE PRECAST
GRADE RINGS PER
ASTM C478.
REBAR SHALL BE PLACED 3"
MIN. FROM TOP AND BOTTOM
OF CONCRETE COLLAR .
®
.__ __ 30" CLEAR _ ___,,-i
OPENING
2 ROWS OF R~M-NEK SEAL
w/STAGGERED JOINTS OR
APPROVED EQUAL.
SECTION A-A
WHERE MANHOLES ARE IN
THE STREET, INSTALL 2 OR
MORE ,GRADE RINGS, AS
NEEDED, BETWEEN CASTING
AND TOP OF PAVEMENT.
®
E1-14, E1 -20, El-2 1 MATERIAL
E2-14, E2-20, E2-21 CO NSTRUCTION
HINGED LIDS INSTAL L ED IN
STREETS SHALL OPEN
A GAINST THE FL OW OF
TRAFFIC .
CITY OF FORT WORTH , TEXAS
MANHOLEFRAME,COVER,GRADE
RINGS AND CONCRETE COLLAR
3" TYP .
A
J 0
I
ll1
CHAMFER (TYP .)
GROUND
CONCRETE COLLAR
HEIGHT VARIES
HINGED LIDS ARE REQUIRED
ON ALL ELEVATED MANHOLES,
JUNCTION BOXES AND WHERE
SPECIFIED ON PLANS. (REFER
TO STD . PRODUCTS LIST)
LOCKS TO BE INSTALLED ON
ALL MANHOLE LIDS BELOW
TH E 100- YEAR FLOOD ELEV.
ANO WHERE SPECIF IED ON
PLANS .
DATE : OCT. 2009
SAN-009
COLLAR CONFIGURA TION .. COLLA R CONFIGURATION
FOR PAVE D AR EA~4 ~-r----IN UNPAVED AR EA
(8) #4 BARS,
PLACED AS SHOW N.
US E CLASS "A"
(.3000 LB )
CONCR ETE.
COLLAR
THICKNESS
VARIES, 8" MIN .
~t -
CASE #1
CAS E
#1
CO LL AR SHALL EXTE ND TO
BOTTOM OF 2 : 2 7 CONCRET E
(REBAR REOU IR:::0)
CAS E #2
CASE
#2
COLLAR SHALL EXTEND 3" BELOW
BOTTOM OF LOW EST GRAD E RING
(REBA R REOL.:IRED)
4' -0" (MANHO LE )
r 2'-Q" (WATER VALVE)
PLAN YJEW
GRAD E RINGS
SECTION • A-A.
(MANHOLE COLLAR SHOWN)
(NOT TO SC.A.LE )
CITY OF FORT WORTH, TEXAS
MANHOLE AND WATER VALVE
CONCRETE COLLAR
3", TYP .
,..--., w ,..--.,> w _J
_J 4:
O>
I z a::
4: w
~~ ~
: '-"
0 I : . 0
s:t I
N
GROUND
NECK, TY P.
DATE : 09/2004
STR-028
Manhole Riser
3/8" Dia. Hole
With 302 Stainless
Steel Roll Pin
Cross Section view
~ ~ IO or 12 gage G90 galvanized steel
G)·~
Expanding Linkae;e
2 I 14" > 17/64" Diameter holes
17"7"'.m"7'f· .. · ..... , .. T. -... -·r f-. -. -t"·'·"'~~m
ILL,c...L,,t,:L4, ••• ..,.,.&.. - . Y/f_ .~ c-. - . -...... ,--~~~
: :
4 J /4"
O.D.
3/8" I. D.
3/8" -16 Thread
Item Item Material Description Tensile
y· Id
Tensile
Ulti t N be Desc . ti um r np on 1e ma e
I 3/8" Roll Pins 302 Stainless Steel (14 000 LB Double Sheer Strength)
2 Steel Skirt 12 or 10 gage A.LS .I. 1020 Stoel (A-36) 33 ,000 P.S.I. 60,000 P.S.I.
G-90 Galvanized
3 Weld 65%-700/ocircwnference ....clded 75,000 P.S.I . 85 ,000 P.S.I.
4 3/4" wide RiSICf Bar HO( Rolled Steel AI.S.I. 1020 (A-36) 33,000 P.S.J. 60 000 P.S.I.
5 Rod Ends ForgjngAI.S.I . C-1030 Steel Heat Treated BHN 240 70,000 P.S.I. 92 ,000 P.S.1.
Zinc Plated with Dichromatc Finish
6 Turnbuckle AI.S .I. 1020 BHN 149 70,000 P.S.I. 80,000 PS.I.
Zinc Plated di oocd in Linebacker rust inhibitor
Water. _ Valve Riser Cross Section view
Item
N b um
I
2
3
er
~ ~ 12 gage 090 galvanized steel
G)-
t
Height r new asphalt overlay
•--<c.----3/8" D .O .M. Tube
Item Material Description
D . f escrip 10n
Steel Skirt 12 gage A.LS.I. 1020 Steel (A-36)
G-90 Galvanized
Weld Lincoln Outersheild 71 Elite .045
3/8"' wide D.O .M Tube D. 0. M . Tube A.LS .I. I 026 (A5 I 3 type 5)
Tensile
y· Id 1e
33,000 PS .I.
75,000 P.S.l.
72,000 P.S .I.
Tensile
UI. t1mate
60,000 P.S.I .
85 000 P.S.l.
87,000 P .S.I.
MUST BE CREA TER
WITH LATERALS
UNDER PA VEMENT
GROUND LINE
TOP OF CUR B
I >-a.. w
0 -
I w
_J u m z <{ w >-a,:
>-w w
<i: V) z
~ ~
~
0
(!)
I -
SUITABLE MATERIAL
TAMPED IN LIFTS
NOT EXC EED ING
12" LOOSE .
DIM . B
(TRENCH WIDTH)
SEE TABLE 1
SECTION VIEW
TABLE 1
1'-5" (MIN .)
u..
Om
w Ci:'.
u:::,
<{ u
u..
•.. .d ,• . . . ..
WASHED ROCK PER
I TEM 402
SEE NOTE 1.
LIMITS OF EXC AVATION
NOTES :
1. PIPE SHALL BE 6"0 PERFO RAT ED
COR RUG ATED POL 'fETH YLENE TUBING
PER AS TM F -405, UNLESS OTHERWIS E
SP EC IFIED .
DIM . A
2 .5' TO 6'
6' TO 10 ·
10 · TO 15 '
OVER 15'
DIM . 8
1'-7 "
2'-1"
2'-7"
3'-1"
CUR B &
GUTTER (R EF.)
.-
,, ...
.• .
CITY OF FORT WORTH, TEX A S DATE : 09/2004
SUBDRA IN STR-02 7
..
~II( f[[T or VAi.LO
CiUTT(llt WUSUll(D
rROM a.tCK•o,-cuRI
TO IACK•Or-CuRI
,f
£JUST. H.111 .A..C.
rvM'T 6 U.Sl
TRAHIITIO-L A.ALA (WIDTH AS REQUIRED) A
PLAN VIEW
Nof to Sc11/1
An ;,,.-,rt~ 1110/"I f/J(l/1 ,.,,, ,,,, ••• ~ •• ,,.. 1/UIII ~·,. "''''
•ill H uv•I"" /11 t1ll 8'11ld1 ~1111,, ,,,,,.,._ Till CNtr•cto, ,111
H ,.flNfld h ,, If ,,,. ,,,,,., •itll .at,, ~•for, "" Jo~ u #CC,,lld.
1•cowc111n,
VALLE't
GUTT Ell
Limestone
··-o·
RESIDENTIAL STRUTI
l/lT 1•
(OIC~En; IASE
SECTION 'A-A'
Not to Sct1/1
DIST. IUU.C.
rvw'r • ••st
Thd 7 "r,lnfo,c1d CMCrtfl ral/1y 61><1/I r1p/oc1 JIM lop 7.11ol llJ1 pav1m1nl r/111 Ill~ r1mo/nln9
portion of pov,mMI lo bl con1trucl1d Including 111/Jgrad1 /r,of1111nl, In 11ccorda11c1
with 111, trplcal paring ,,cl/on. T/J1 concr1t1 ro/1,y r/111>1 ~r1r111I occordin9 lo
ell)' 1/andt1rd1 for CMCrlll curb ttnd gu/111". TIJ, coacr1t1 1/lall ~ ol itos/Jtd
and •cr11n1d aggr,gat, rrlt/J I min. ol llv1 (4) 111cl1 of c,1111111 ,,, cu/Jlc yard
of COll&rl/1 . with a minimum ·compressive strength of 3,000 pounds per
square inch in seven days. ·
CONCRETE VALLEY DETAILS
...
A
I
OUlillilY JO INT 1-N RAlilP OPTIONAL
IN 11 1 • 0 11 DRIVE WAl OIIILY.
PROVIDE EXPANSION J01111T OIIIL'I'
IF CO N NECTING TO Ex1S T II\IG
CONCRETE DRIVE .
E XIS T :NG CU'lB 8 GUTT ER,1F
ANY, MUST BE SAWED AS D •RECT ·
ED BY THE ENG I NEER .
./ RE INFORCE &"DRIVE "3 BARS
/' A AT 1a" o.c.a.w.
(
R o_w_L_'_N_E ______ i __ I REINFORCE 4" wAu< • 3 &ARS I AT ,,· O.C .8 .W. RHEIHNC( __ _.__
·STANDARD SIOEWALIC 10°·0"M1N . I I
17°-000 MIN.
'14>
EXP. JOINT
EXCEPT
SLIP-FORMED
20'-0"MIN .SINGLE OWY,
2 7 '-o" MIN, DOUBLE DWY.
SIDEWALi< SLOPE 1/4 " PER
FOOT TO FACE OF CURB OR AS
OIRECTEO av ENGINEER ."'
4° S10EWAL.IC
L
A
PLAN VIEW
PARICWAY WIDTH
8 (SEE TABL. El
STANDARD
CURB a GUTTER]
EXP. JOINT
EXCEPT
SLIP· FOAMED
HALF' LENGTH PAID AS
ATTACHED CURB (CONC.
PAVEMENT ONLY)
SEE STANDARD CURB
ll GUTTER SECTION .
,a"
1'.3" STANDARD
I
I
DRIVEWAY AND CURB LAYDO'-
ll GUTTER P4Y L I MIT--.... CURS
I 2" SANO CUSHION
~ OR APPROVED
SUBGRAOE,
A.OW . LINE
i::tl(WY '#IOTli A 8
10' I 9
11 · TO 14 ° ;2'To!)' 9
,,· TO 19 · ]', o1 ,2
20 · ro 2 2 1 'lg7 ,,
SECTION A-A
OWY, FIAY L i ... lT
W/CONCAETE PAVEMENT
ST'ABILIZEO
SUBGi:tAOE
S•O[.ULIC SE:T IQl'lj THRU DltiV[WAY TQ BE
P".lURf:0 ShtE TH1CKNES S AS Olt1v E WAY
APP,-OACH ! PA :O ,o,-AS Qlt111EWAY
APPltJAC"f E XIS" '"G S :Qf wALI(, ,,: A~•.
TO BE l'f~O\.EO A~O REPLACED.
DRIVEWAY APPROACH
STANDARD APPROACH
,-A ---
...:.or~~ . ·~ =-===:;:1=====:::...---------'-. _A _______ __;:::::~::_~~
8(S&TA&aJ
HIGH VOLUME APPROACH
-
'"--_t_4_''_C-:-U-R~B-H~E~IG:-H-T~7-:-J___l_ ____________________ .
,P
= [) ' D 0 .-I> I>
' D' 6
D /;) /;) ' I>
I> 51:1 R
'
• E;.t
D D
I> 2 .. -~ i> ' D
I> I>
' /;) ' ~
BARS ~ 'i> I> (!) -------------------~~+-_Q_' ti~· -· ~r---
__.::r 15 11 GUTTER
FACE OF CURB PLANE
30"
RESIDENTIAL ROLLOVER CURB AND GUTTER
:COMMENDED BY :------DATE : __ _ .APPROVED BY :------DATE: __ _
:ORCE A. BEHMANESH,
iSIST ANT DIRECTOR , TPW
~v .
/
) .. '
.· .'. I
I
(
. .... ·~ .-), .. .,. e
~/ . ~-·
CITY OF FORT WORTH, TEXAS
TRANSPORTATION/PUBLIC WORKS
ENGINEERING DIVISION
HUGO MALANGA
DIRECTOR TPW
FIG S-S5C
..... "' ' ......... ,
,iec .....
-
.. . . ..
S( Al. WITN JOINT
F9'.L(lt
i I .. ' > • •
.. I I
l
. ~ .. ..
,· ... .,. •· 1. •. I •
Typical Curb and Gutter
• Ill
I I
• ... >
.. .... Ult UCAYATICIII OUTlllt(
,011 ITIIUT CONITIIUCTION
#3 "U" BARS @ 18N o.c.
THESE BARS MUST BE
PLACED AT THE TIME THE
PAVING SLAB IS POURED
EXISTING
SUBGRAOE
2'-0'
1' - 4
11/
. II
12· 3• 1'-6'
6'
1·-0·
1/rR . l
SLOPE 1 4" R
TAMPED
TOPSOIL
#3 CONT .
6'
7" CURB REPAIR DETAIL
NOT TO SCALE
FOOT
MINIMUM EXCAVATION OUTLINE
FOR STREET CONSTRUCT ION
r·,.·.•.-.•.
,·
Fr'-C
•o, •. h••·~• ,._ .-,., °"'' ,, c .... ..,
•• , •• ,It» "°'·'~ , ... ~, -''~ ,...,
,. , ...... ,...,. i. ..
I
MlfltllAr 11.ii&IAL
D £ w A . L
11, ... ,,0 • .10,.,, ., "-'
OllrCCrlt#I CIIAIIGI AIIII 600° MAal ... : ...... , ........................ -. ..................
TYPICAL CONSTRUCTION LAYOUT OF CURB a 6UTT£R.
COMalNATIDII S#JCWALX AND DRIVEWAY
Showlnf Flofflllf ~ E•po•11ot1 Jami Locollon
,,, " '"''
,o ., .
IIO ,, 1i,t.1•ti
I# r,#CllCIUI• •Allll'J
CITY •f FOIIT WOIITH, TCXAS-COIIISTRUCTION STANDARD
DATC: . MAY 1,•1
-
...----_______ 10' ~ARK WA \'
~R.O.W.
I
---------~
S' 1
EXP. JOCNT MArL
EXISTING CURB
fl BARS@ 1a• C-C BOTH VI A YS
J'SIDEWALK
10· Pqr 1 wo·
;
EX1STt1IC CORB
,. r~,1.
J'l
. -,
BARS@ lB" C-C BOTS WATS
CTJSHIOII
Nol lo Seo/,
4' STANDARD CONCRETE SID£1'ALJt
I PA,'?KWAY
NOTE:
l. COHCR~ SHALL BE 3000 PSI AT
U OAYS.
2.. RE.INFORCCNG SUALL 8£ 13 BARS
AT l&" CC EOTU WAYS,
CT/ON
OATE : 11,rch 12, 1991
l_ _ __JL--------------
-
-
Height:
BACK OF
/CURB
2'
"" '
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'
WHITE TYPE II 1-SIOEO REFLECTORS
3 1/2" inches DEPARTMENT OF TRANSPORTATION
ANO 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 INEER ING FORT 'M'.JRTH
Side Gradient: SPEED CUSHIONS
....
AJB Janua 15, 1004
DRAWING NOT TO SCALE
CITY OF FORT WORTH
CONSTRUCTION SERVICES
LABORATORY RESULTS FOR
TEST HOLE AND PLASTICITY INDEX
Project: HMAC SURFACE OVERLAY 2010-3
DOE No: 6476
Fund Code: 03
HOLE # 1 LAB NO: 109928
LOCATION: 6750 __ ....... Winifred Dr. E/4
~~bY ' HMAC
6.50" Dark Brown Sandy Clay, w/Rock & gravel
4. 00" Brown Clay w/gravel
HOLE # 2 LAB NO: 109929
LOCATION:6759 Winifred Dr. W/4
c=Q_Q'I) HMAC
6.00" Dark Brown Sandy Clay, w/Rock & gravel
5.00" Brown Clay w/gravel
HOLE # 3 LAB NO: 109930
LOCATION: 6766 Winifred Dr E/4
C 7 :_g..0 11
• HMAC
6.00" Dark Brown Sandy Clay ,
4.00" Brown Clay
HOLE # 4 LAB NO: 109931
LOCATION: 6805 Winifred Dr W/4
~::i HMAC
5.50" Dark Brown Sandy Clay, w/Rock & gravel
4.00" Brown Clay w/gravel
HOLE # 5 LAB N0:109932
LOCATION: 6812 Winifred Dr E/4
C 7 . 7S:!i9 HMAC
5.25" Dark Brown Sandy Clay, w/Rock & gravel
4.00" Brown Clay
HOLE # 6 LAB NO: 109933
LOCATION: 6817 Winifred Dr W/4
C[~o:o:~ HMAC
5.00" Dark Brown Sandy Clay, w/Rock & gravel
1
-
.r
Approval:
Ryan Jeri
Routing:
Date Tested: 4/13/10
Requested by: David Bowers
Tested by: Soil Lab
Superintendent
Inspector
File
2
-
CITY OF FORT WORTH
CO N STRU CTION SERVIC E S
LABORATORY RESU LT S FOR
T E ST HOLE AND PLASTICITY IND EX
Pro j ect: HMA C SURFACE OVERLAY 2010 -3
DOE No: 64 76
Fund Code : 03
HOLE# l LAB NO : 110028
LOCATION: 5750 Rockhill Rd W/4
5.00 " HMAC
8.00 " Lt. Bro wn Sandy Clay, w /Rocks & gravel
4.00 " Brown Clay w/gravel
HOLE#2 LAB NO: 110029
LOCATION:5763 Rockhill Rd E/4
5 .50 " HMAC
7.50" Lt. Brown Sandy Clay, w/Rocks & gravel
4.00 " Brown Clay w /gravel
HOLE # 3 LAB NO: 110030
LOCATION: 5778 Rockhill Rd W/4
4.00 " HMAC
4 .00" Tan Stabili zer
6.00 " Lt. Brown Sandy Clay, w/rocks & gravel
3.00" Brown Clay w/gravel
HOLE #4 LAB NO: 110031
LOCATION: 5787 Rockhill Rd E/4
3.75 " HMAC
5.25 " Tan Stabilizer
4 .00" Lt. Brown Sandy Clay , w/rocks & grave l
4.00 " Brown Clay w /gravel
HOLE# 5 LAB NO : 110032
LOCATION: 5808 Rockhill Rd W/4
4.00 " HMAC
5.00 " Tan Stabilizer
5.00" Lt. Brown Sandy Clay , w/rocks & gravel
3.00" Brown Clay
HOLE # 6 LAB NO: 110033
LOCATION: 5813 Rockhill Rd E/4
4 .50 " HMAC
5 .50" Tan Stabilizer
4.00" Lt. Brown Sandy Cl ay, w/rocks & grav el
3 .00" Brown Clay
2
HOLE # 7 LAB NO : 110034
LOCATION: 5900 Rockhill Rd W/4
4.00 " HMAC
9.00 " Dark Brown Sandy Cl ay, w/rocks & gravel
3.00 " Brown Clay w/gravel
HOLE #8 LAB NO: 110035
LOCATION: 5904 Rockhill Rd E/4
6 .00 " HMAC
7 .00" Dark Brown Sandy Clay, w/rocks & gravel
4 .00" Brown Clay w/gravel
HOLE# 9 LAB NO: 110036
LOCATION: 6000 Rockhill Rd W/4
5.00" HMAC
5 .00" Tan Stabilizer
4.00" Lt. Brown Sandy Clay, w/rocks & gravel
3.00" Brown Clay
HOLE# 1 LAB NO: 110037
LOCATION: 4000 Scenery Hill Ct. N/4
4.50 " HMAC
5.50" Tan Stabilizer
4.00" Lt. Brown Sandy Clay , w/rocks & gravel
3.00 " Brown Clay
HOLE#2 LAB NO : 110038
LOCATION: 4012 Scenery Hill Ct. S/4 -4.00" HMAC
4.00" Tan Stabilizer
6 .00 " Dark Brown Sandy Clay, w/rocks & gravel
3.00" Brown Clay
HOLE # 3 LAB NO: 110039
LOCATION: 4005 Scenery Hill Ct. N/4
C-9.00" HMAC
4.00" Dark Brown Sandy Clay, w/rocks & gravel
4.00 " Brown Clay
HOLE# 1 LAB NO: 110040
LOCATION: 1600 Scenery Hill Ct. E/4 CORE DATE 4/15/10
2 .50" HMAC
6.50" Brown Stabilizer
5.00" Dark Brown Sandy Clay, w/rocks & gravel
3.00" Brown Clay w/gravel
HOLE# 2 LAB NO: 110041
LOCATION: 1609 Scenery Hill Ct. W/4 -2.75" HMAC
6.25" Brown Stabilizer
4.00" Dark Brown Sandy Clay, w/rocks & gravel
4.00" Brown Clay w /gravel
3
HOLE# 3 LAB NO: 1 10042
LOCATION: 1620 Scenery Hill Ct. E/4
2.75" HMAC
6 .25" Brown Stabilizer
4 .00" Dark Brown Sandy Clay, w/rocks & gravel
4 .00" Brown Clay w/grave l
HOLE#4 LAB NO: 110043
LOCATION: 1629 Scenery Hill Ct. W/4
3.75" HMAC
5.25" Brown Stabilizer
5 .00" Lt. Brown Sandy Clay, w/rocks & gravel
3.00" Brown Clay w /gravel
HOLE# 5 LAB NO: 110044
LOCATION: 170 0 Scenery H ill Ct. E/4
4.00" HMAC
6.00" Concrete
4.00" Dark Brown Sandy Clay, w/rocks & gravel
3.00" Brown Clay w/gravel
HOLE#6 LAB NO : 110045
LOCATION: 1717 Scenery H ill Ct. W /4
4 .00" HMAC
6 .50" Brown Stabilizer
4.50" Dark Brown Sandy Clay, w/rocks & gravel
3.00" Brown C lay -HOLE# 7 LAB NO: 110046
LOCATION: 1725 Sce nery Hill Ct. E/4
4.50" HMAC
4 .50" Brown Stabi lizer
4.00" Dark Brown Sandy Clay, w/rocks & gravel
4.00" Brown Clay w/gravel
HOLE# 8 LAB NO: 110047
LOCATION : 173 7 Scen ery H ill Ct. W/4
3.50" HMAC
5.50" Brown Stabilizer
5.00" Dark Brown Sandy Clay, w/rocks & gravel
3.00" Brown Clay w/grave l
HOLE# 9 LAB NO: 110048
LOCATION: 1745 Scen ery Hill Ct. E/4
4.25" HMAC
6.75" Dark Brown C lay, w/rocks & gravel
6.00" Brown Clay w/gravel
HOLE# 1 LAB NO: 110049
LOCATION: 7100 Yo l anda Dr S/4
<:: 9.5(y--1-IMAC "-~. __...
3.50" Lt.Brown Stabilizer
4
4.00" Brown Sandy Clay w/rocks & gravel
HOLE#2 LAB NO: 110050
LOCATION: 7109 Yolanda Dr N/4
4 .00" HMAC
13 . 00" Orange Sandy Clay
HOLE # 3 LAB NO : 110051
LOCATION: 7150 Yolanda Dr S/4
5.50" HMAC
11 .00" Orange Sandy Clay
HOLE#4 LAB NO: 110052
LOCATION: 7159 Yolanda Dr N/4
5.00" HMAC
12.00" Orange Sandy Clay
HOLE# 1 LAB NO: 110053
LOCATION: 4800 Collinwood Ave S/4 Cored Date 4/16/10
5.00" HMAC
6.00" Tan Stabilizer
6 .00" Dark Brown Clay
HOLE#2 LAB NO: 110054
LOCATION: 4825 Collinwood Ave C/4
4.00" HMAC
5 .00" Tan Stabilizer
8.00" Brown Clay
HOLE# 3 LAB NO : 110055
LOCATION: 4803 Collinwood Ave N/4
6.00" HMAC
5.00" Tan Stabilizer
6.00" Dark Brown Clay
HOLE# 1 LAB NO: 110056
LOCATION: 2600 Campbell St E/4
y..7.00" HMAC
6.00" Lt. Brown Clay
4.00" Brown Clay
HOLE#2 LAB NO: 110057
LOCATION: 2512 Campbell St C/4
6.75" HMAC
5.00" Brown Sandy Clay
5.00" Dark Brown Clay
HOLE# 3 LAB NO: 110058
LOCATION: 2500 Campbell St W/4
f:.7.25" HMAC
6.00" Lt. Brown Sandy Clay
4.00" Dark Brown Clay
5
HOLE # 1 LAB NO: 110059
LOCATION: 800 Greer St. S/4 ~L
{[._QQJ "HMAC
6.00" Brown Clay W/gravel
5.00" Dark Brown Clay
HOLE #2 LAB NO: 110060
LOCATION: 901 Greer St. C/4
cfOU" HMAC
6.00" Brown Clay w/gravel
3.00" Dark Brown Clay
HOLE # 3 LAB NO : 110061
LOCATION: 913 Greer St. N/4
(i.50" HMAC
6.50" Lt. Brown Clay w/gravel
3.00" Dark Brown Clay
HOLE # 1 LAB NO : 110086
LOCATION: 3100 Merida Ave E/4 cored date 4/23/10
3.00 " HMAC
7.00" Concrete
4.00" Lt. Brown Clay w/rock & gravel
3 .00" Brown Clay w/gravel
HOLE#2 LAB NO: 110087
LOCATION: 3120 Merida Ave C/4
3.50" HMAC
5.50" Tan Stabilizer
4.00" Lt. Brown Clay w/rock & gravel
3.00" Brown Clay w/gravel
HOLE# 3 LAB NO: 110088
LOCATION: 3133 Merida Ave W/4
2.75" HMAC
4.25" Tan Stabilizer
6.00" Brown Clay w/rock & gravel
4 .00" Dark Brown Clay w/gravel
HOLE#4 LAB NO: 110089
LOCATION: 3144 Merida Ave E/4
2.50" HMAC
5.50" Tan Stabilizer
5.50" Lt. Brown Clay w/rock & gravel
3.50" Brown Clay w/gravel
HOLE# 5 LAB NO: 110090
LOCATION: 3200 Merida Ave C/4
2 .50" HMAC
6.50" Tan Stabilizer
6.00" Lt. Brown Clay w/rock & gravel
3.00" Brown Clay
6
HOLE# 6 LAB NO: 110091
LOCATION: 3209 Merida Ave W/4
3.50" HMAC
6.50" Tan Stabilizer
4.00" Lt. Brown Clay w/rock & gravel
3.00" Brown Clay
HOLE# 7 LAB NO : 110092
LOCATION : 3220 Merida Ave E/4
3.00" HMAC
5.00" Tan Stabilizer
6.00" Lt. Brown Clay w/rock & gravel
3.00" Brown Clay w/gravel
HOLE# 8 LAB NO: 110093
LOCATION: 3228 Merida Ave C/4
4 .00" HMAC
7 .00" Tan Stabilizer
3.00" Lt. Brown Clay w/rock & gravel
3.00" Brown Clay w/gravel
HOLE# 9 LAB NO: 110094
LOCATION : 324 1 Merida Ave W/4
6.00" HMAC
6.00" Lt. Brown Clay w/rock & gravel
5.00" Brown C lay
HOLE# 10 LAB NO: 110095
LOCATION: 325 0 Merida Ave E/4
2.00" HMAC
7.00" Tan Stabilizer
4 .00" Lt. Brown Clay w/rock & gravel
4.00" Brown Clay w/gravel
HOLE# 1 LAB NO: 110096
LOCATION: 3019 Columbus Ave E/4
2.00" HMAC
6.00" Brown Stabilizer
5.00" Dark Brown Clay w/rock & gravel
4.00" Brown Clay
HOLE#2 LAB NO: 110097
LOCATION: 3108 Co lumbus Ave W/4
5.00" HMAC
6.00" Brown Stabilizer
3.00" Dark Brown Clay w/rock & gravel
3.00" Brown Clay
HOLE# 3 LAB NO: 110098
LOCATION: 3149 Columbus Ave E/4
4.00" HMAC
6.00" Brown Stabilizer
4.00" D ark Brown Clay w/rock & gravel
3.00" Brown Clay W/grave l
HOLE #4 LAB NO : 1100 99
LO CATION: 3181 Columbus Ave W/4
4.50" HMAC
5.50" Brown Stab ili ze r
4.00" D ark Brown C lay w/roc k & grave l
3.00" Brown Clay
HOLE# 5 LAB NO: 110100
LOCATION: 3205 Columbus Ave E/4
5 .00 " HMAC
6.00 " Bro w n Stabilizer
6.00 " D ar k Brown Clay w/rock & grave l
Approval:
Ry an Jeri
Date Tested: 4/14/10-4/23/10
Requested by: David Bowers
Tested by: Soil Lab
Routing:
Superintendent
Inspector
File
7
HMAC SURFACE OVERLAY (2010-3)
!Project Name Street Limits Procedure LM CD Map
CAMPBELL ST ADA AVE - N LITILEJOHN AVE POL 0.21 5 78Q
WCANNON ST LIPSCOMB ST -COLLEGE AVE POL 0.56 8 76H
COLLINWOOD AVE SANGUINET ST -ELDRIDGE ST POL 0 .29 7 75F
COLUMBUS AVE S DEAD END -ANGLE AVE POL 0.53 2 62A
N CRUMP ST NE 34TH ST -NE 38TH ST POL 1.06 2 48Y
DEEN RD NE 28TH ST - E LONG AVE FMOL 2 .14 2 49W
FALLWORTH CT HASTINGS DR -HASTINGS DR POL 0.48 6 1020
GREER ST SW DEAD END -SAMUELS AVE FMOL 0 .22 9 63N
HASTINGS DR TRAIL LAKE DR -FALLWORTH CT POL 0 .23 6 103A
HIGHTOWER ST HALBERT ST -MILAM ST POL 0 .5 5 80F
HUNTER ST GREENLEE ST -BEATY ST POL 1.09 5 80F
HUNTER ST BEATY ST -CRAIG ST POL 0 .5 5 80F
HUNTER ST CRAIG ST -ROUTI ST POL 0.31 5 80J
LULU ST MA YD ELL ST -EVA ST POL 0 .29 2 48Z
MAYDELL ST DECATUR AVE -WEBER ST POL 0 .66 2 48Z
MENZER CT MENZER ST -S CUL-DE-SAC MOL 0 .08 8 64Z
MENZER ST MENZER CT -SCENERY HILL RD MOL 0 .36 8 64Z
MERIDA AVE W BERRY ST -BENBROOK BL VD POL 0 .58 9 76X
OAKLAND BLVD MENZER ST -EDERVILLE RD S FMOL 2 .01 8 64Z
OAKLAND BLVD EDERVILLE RD S -MEADOWBROOK DR FMOL 0.4 4 780
ROCKHILL RD BLUERIDGE DR -AZTECA DR POL 0 .64 4 65Y
SCENERY HILL CT W CUL-DE-SAC -SCENERY HILL DR POL 0 .17 8 780
SCENERY HILL RD MENZER ST -BARNED ST POL 0 .74 8 64Z
TRAIL LAKE DR WINESANKER WAY -AL TAMESA BLVD MOL 0 .94 6 103A
WEDDINGTON CT HASTINGS DR -HASTINGS DR FMOL 0 .52 6 1020
WINESANKER WAY WINIFRED DR -TRAIL LAKE DR FMOL 0 .14 6 103A
WINIFRED DR WINESANKER WAY-HASTINGS DR POL 0.35 6 103A
WINIFRED DR HASTINGS DR -SE CUL-DE-SAC POL 0 .29 6 103A
YOLANDA DR BARRON LN -MUSE ST POL 0 .24 4 808
16.53
d �
� � �
za�
�
0
v� v� a:
ITEM UNIT ITEM DESCRIPTION
1 EA Project Designation Sign
2 LS Utility Adjustment
3 LF Remove & Replace Existing 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 Exposed Aggregate Driveway
7 SF New 6-Inch Concrete Driveway
I8 SF Remove and Replace 4-Inch Concrete Sidewalk
I 9 SF Remove & Replace Existing 4-Inch Exposed Aggregate Sidewalk
10 SF Install New Concrete Sidewalk
11 SF Remove & Replace Existing Wheelchair Ramp and Install 4-Inch ADA
Wheelchair Ramo (with detectable warrnna dome-tile surfacel
12 SF �nstall New 4-Inch ADA Wheelchair Ramp (with detectable warning
dome-tile surFacel
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 inlet-Top
17 LF 6-Inch perforated Pipe - Subdrain
18 SY 8-Inch Pavement Pulverization
19 TON Cement Modification (261bs/sy)
20 CY Unclassified Street Excavation
21 CY Crushed Limestone
22 CY HMAC Pavement & Base RepairHMAC Pavement & Base Repair
23 TON HMAC Levei Up
24 LF Wedge Miling, 2-Inch to 0-Inch Depth, 5.0 Ft Wide
25 EA Butt Joint-Milled
26 SY 2-Inch HMAC Surface Miliing
27 LF Crack Sealing of Existing HMAC Pavement
28 SY 2-Inch Surface Course Type D Mix
29 EA Remove & Replace 30-ft. Speed Cushion With Striping
30 EA Remove & Replace 40-ft. Speed Cushion With Striping
31 EA Water Valve Box Adjustment With Steel Riser
32 EA Water Valve Box Adjustment With Concrete Collar
33 EA Water Meter Box Adjustment
34 EA Manhole Adjustment With Steel Riser
35 EA Manhole Adjustment With Concrete Collar
36 EA Painting House Adresses
37 SY Grass Sod Replacement
38 EA Re-Mobilization
Monthly Pickup of Bulky Items
IGarbage, Recyciing,Yard Trimmings & Brush Weekly Pickup Days
�
>
�
�zz�
a
Wwo
°��a
�QHa
U�ap�.�
QTY
0
0
600
310
950
0
250
120
0
0
160
HMAC SURFACE OVERLAY AT VARIOUS LOCATIONS (2010-3)
CITY PROJECT N: 01521
TPW PROJECT NO.C293-541200-202620152183
STREET BY STREET QUANTITY DETERMINATION SPREAD SHEET
� � F
� � � a �
w � � w �
a ,.w.� oxHo z � � � �O
O � W C7 �„ p U� � �� �U
a
�
�� o�� Q, ��Z w xa q �F zAr�x �
z A z A x
O� � F v� v� � � IYi F,,. W W v1 Fx ��
w
� o� � � o
��Q �W �H �H 3�a a� Hw �'�3 wz
�� ac�x �� x� z� a aF wA a xaa Hda Hw
v�wa azaa •aAa UM.a wNwo � a wo �aa � aa w a
��o o�ao 0 o wo ww�� ��ao ���� ��o ��o �x o
3a�a c�vswa vv�w zza Az¢w w Aa. ���w a w�'-�`Hwa. c�v�",a,
arY Q-n arY an QrY QrY arY ctrY ctnr Q-n�
0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0
575 675 775 370 1,115 750 100 1,000 300 1,445
150 130 50 0 50 0 0 0 0 435
600 230 120 350 850 800 0 720 350 1,450
0 0 0 0 0 0 0 0 0 0
0 230 0 0 0 0 0 0 0 0
250 0 0 35 65 0 0 0 0 170
0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0
130 0 0 0 0 0 0 0 0 0
�
�
W
�
a
� A
�
a�°
QrY
0
0
0
0
0
0
0
0
0
0
0
�
wl�
3
��
a�
wH
a
�" � a
�A�°)
arY
0
0
1,170
25
475
0
0
200
0
0
150
�
�
U
v�
U ri
N N
zzUo
����
an
0
0
0
0
0
0
0
0
0
0
�
z
W
U
�
� U
zz�o
����I
an
0
0
0
0
0
0
0
0
0
0
0
� a
� � Pa
�a�o
��x°
��za
�3wwa�.I
Qn
0
0
1840
350
3400
0
0
400
0
0
0
0 0 0 0 0 0 0 0 0 0 120 D 150 0
0 100
0 0 0 20 0 0 0 0 0 0 2� o 0 0
0 110
0 0 0 100 0 0 0 0 0 0 40 55 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
1,550 3,600 2,200 3,700 7,600 0 3,300 0 3,400 3,180 7,800 1,800 5,600 0 0 4600
21 47 29 48 99 0 43 0 45 42 101 24 73 0 0 60
150 96 150 100 50 0 200 0 90 50 435 0 400 0
0 450
20 10 20 10 20 50 20 0 20 10 60 0 20 0
0 30
0 0 0 0 0 100 0 5 0 0 0 0 0 5
10 0
0 0 0 0 0 55 0 5 0 0 0 0 0 5 15 p
0 0 0 0 0 0 0 0 0 0 0 0 0 560 2000 0
0 0 0 0 0 4 0 2 0 0 0 0 0 1 1 0
0 0 0 0 0 13,700 0 1,350 0 0 0 0 0 0 0 0
0 0 0 0 0 4,000 0 500 0 0 0 0 0 500
1000 0
1,550 3,600 2,200 3,700 7,600 14,000 3,300 1,350 3,400 3,180 7,800 1,800 5,600 900 3100 4600
0 0 0 0 2 0 0 0 I 0 0 0 0 0 0 p 2
0 0 0 0 0 0 0 0 0 0 0 0 2 0 0 0
0 0 0 0 0 0 0 1 0 0 0 0 0 1 2 p
2 3 0 5 3 2 1 0 2 1 7 1 4 0 p Z
5 0 0 0 0 0 2 0 0 0 4 0 0 0 0 4
0 0 0 0 0 0 0 1 0 0 3 0 0 1 3 0
2 2 2 4 2 5 3 0 3 3 4 2 2 0 p 2
16 2 2 2 16 8 34 0 I 20 4 38 0 2 0 0 62
100 100 115 130 65 170 125 20 I 166 50 325 10 125 0
0 350
0 0 0 0 0 0 0 0 I 0 0 0 0 0 0 0 0
Week of the Week of the Week of the 4th Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the 2nd Week of the Week of the
2nd Monday of 2nd Monday of Monday of the 1 st Monday of 1 st Monday of 1st Monday of 3rd Monday of 3rd Monday of 2nd Monday of 3rd Monday of 2nd Monday of 1st Monday of 1 st Monday of Monday of the 2nd Monday of 3rd Monday of
the month the month month the month the month the month the month the month the month the month the month the month the month month the month the month
Thursday Wednesday Tuesday Monday Monday Monday Friday Wednesday I Thursday Friday Thursday Monday Monday Wednesday Wednesday Wednesday
Page 1 of 2
TOTAL
2
0
10,715
1,500
10,295
0
480
1,240
0
0
440
370
155
195
0
0
0
48,330
632
2,171
290
120
80
2,560
8
15,050
6,000
67,680
4
2
4
33
15
8
36
0
0
0
HMAC SURFACE OVERLAY AT VARIOUS LOCATIONS (2010-3)
CITY PROJECT NO. 01521
TPW PROJECT NO.C293-541200-202620152183
STREET BY STREET QUANTITY DETERMINATION SPREAD SHEET
� � � C7
� U
W W �" � •� � �
F., z E-+ E., �-.
l
d �
F � a a
za,�
�
�
U
O
VJ t%� P�
ITEM UNIT 17EM DESCR1PTlON
1 EA Project Designation Sign
2 LS Utility Adjustment
3 LF Removal & Replacement of Concrete Curb and Gutter
4 LF Install New Concrete Curb and Gutter
5 SF Removal and Replacement of 6-Inch Concrete Driveway
6 SF Remove & Replace 6-Inch Eexposed Aggregate Driveway
7 SF Install New 6-Inch Concrete Driveway
8 SF Remove & Replace 4-Inch Concrete Sidewalk
9 SF Remove & Rep{ace 4-{nch Exposed Aggregate SidewalkWalk
10 SF Install New 4-Inch Concrete Sidewalk
11 SF Remove & Replace Existing Whee{chair Ramp with ADA 4-Inch Ram
12 SF Install New 4-Inch ADA Wheeichair Ramp (w/ detectable warning do
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 Inlet-Top
17 LF lnstall 6-Inch Perforated Pipe-Subdrain
18 SY 8-Inch Pavement Pulverization
19 TON 26 Ib/sy Cement Modification
20 CY Unclassified Street Excavation
21 CY Crushed Limestone
22 CY Asphalt Pavement Base RepairAsphalt Pavement Base Repair
23 TON HMAC Level Up
24 LF Wedge Miling 2-Inch to 0-Inch Depth, 5.0 Ft Wide
25 EA Butt Joint-Milled
26 SY 2- Inch HMAC Surface Milling
27 LF Crack Sealing of Existing HMAC Pavement
28 SY 2-Inch Surface Course Type "D" Mix
29 EA Remove & Replace 30-Ft Speed Cushion
30 EA Remove & Replace 40-Ft Speed Cushion
31 EA Water Valve Box Adjustment With Steei 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 Adresses
37 SY Grass Sod Replacement
38 EA Re-Mobilization
Monthly Pickup of Bulky Items
Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days
A � �:,� �� � � �� '' �
�P o �z ��� aca �3a z 3� 3 �
xa da a
�F.,� W �� �E: A�Q �A r-�' A A�-�' Ca�
�`�3 a� wA� aa �� A� a�� ��� �z
�� z� w v �o
wo � ,�Q Ww a�, � a v�
�z�� oaao ���o �zo ��ao W�rz� ��rz� ��wo o�o
o��Zw aa�Aa v�3.�a vs�a N3d� 3�r.�w 33Aw 33Aa a�ww
I arY I Qn QrY QrY anr arY arY QrY QrY QrY
0 1 0 0 � o 0 0 � o 0 0 0
0 0 I 0 0 0 0 I 0 0 0 0
950 1,300 I 200 1,100 I 110 425 I 290 1,400 120 0
0 0 0 60 I 0 0 I 0 0 6 0
500 I 850 850 960 0 575 250 700 120 0
1 o i o � o 0 0 0 �zo 0 0 0
0 � p 0 0 0 0 0 0 0 0
100 � 75 50 120 0 I 0 0 150 40 0
0 0 0 I 0 I 0 , 0 0 0 0 0
0 � 0 I 0 0 I 0 0 0 0 0 0
P 0 I 0 0 0 0 0 0 0 0 0
mI 0 0 0 0 0 0 I 0 0 0 0
o� o� a � o; a � o � o 0 o fl
0 � 0� 45 45 I 0 I 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 I 0 i 0 0 0 0 0 0
0 4,500 1,150 5,600 I 0 0 0 5,150 1,580 0
0 59 15 73 0 0 , 0 68 21 0
0 0 50 100 0 0 0 370 50 0
0 20 10 20 i 20 20 0 40 10 0
17� 0 � 0 0 30 15 10 0 0 0
130 � 0 0 15 15 5 0 Q �
� 0 0 0 I � 3,500 � I 0 0 0 0
j 4 � o o � z z o 0 0
�18,200 0 � � � � 3,100 1,1�0 0 0 0
6,500 I 0 0 0 1,700 1,40Q 500 0 Q �
18,200 4,500 � 1,150 5,600 6,500 3,200 I 1,100 5,150 1,580 0
0 0 0 0 0 0 � 0 0 0 0
0 0 0 0 1 0 0 0 0 D
6 0 0 0 4 0 2 0 0 � 0
1 � 2 2 4 0 I 2 0 4 2 0
5 0 1 2 0 0 0 1 0 � 0
7 0 0 0 9 0 2 0 0 0
1 2 2 4 0 4 0 4 2 0
10 22 10 20 16 4 38 4 0
150 223 l 35 190 20 75 50 240 20 0
0 0 I 0 0 0 0 0 0 0 0
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
2nd Monday of 1 st Monday of 2nd Monday of 2nd Monday of 3rd Monday of 3rd Monday of 3rd Monday of 3rd Monday of 1 st Monday of
the month the month the month the month the month the month the month the month the month
Wednesday I Thursday I Wednesday Wednesday Friday Friday Friday Friday Thursday
Page 2 of 2
4N
0
0
0
0
d
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
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
TOTAL
0
0
5, 895
60
4,805
120
0
535
0
0
0
0
0
90
0
0
0
17,9B0
236
570
140
225
165
3,500
10
22,400
10,100
46,980
0
1
12
17
9
18
19
0
0
2