Loading...
HomeMy WebLinkAboutContract 41188TtlS COPY FOR: __ CON:UCTOR -r COH™C TOR'S BONDING CO. ...JL__cm~ ____ an_,,.,.,.. •n 11•• __ y,w.,uca,r ... SPECIFICATIONS AND CONTRACT DOCUMENTS FOR -------V ..... MAC SURFACE OVERLAY (2010-15) ATV ARIOUS LOCATIONS IN THE CITY O F FORT WORTH, TEXAS CITY PROJECT NO. 01594 TPW PROJECT NO. C293-541200-207620159483 2010 MIKE MONCRIEF MAYOR DALE A. FISSELER, P.E. CITY MANAGER WILLIAM A. VERKEST, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ANDY ANDERSON, P.E., ASSIST ANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEP ARTMENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT INFRASTRUCTURE GROUP OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 12-01 -10 PJ.3 :15 I~ M&CReview http://apps.cfwnetorg'co1H1cil_packet/mc_review.asp?ID=l4346&coun .. Offtial site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORTWORTH ~ COUNCIL ACTION: Approved on 11/16/2010 DATE: 1111612010 REFERENCE NO.: C-24611 NON-CONSENT LOG NAME: 20HMAC SURFACE OVERLAY 2010-15 CODE: C TYPE: PUBLIC HEARING: NO SUBJECT: Authorize the Execution of a Contract with JLB Contracting, LLC, in the Amount of $1,069,359.10 for Hot Mix Asphaltic Concrete Surface Overlay 2010-15 at Various Locations (COUNCIL DISTRICTS 2, 4, 7, 8 and 9) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with JLB Contracting, LLC, in the amount of $1,069,359.10 for 180 calendar days for Hot Mix Asphaltic Concrete Surface Overlay 2010-15 at various locations that are listed on the provided 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 2010-15 at various locations provides for surface and base rehabilitation, curb and gutter and valley gutter replacements for asphalt streets. Costs are provided for by the Contract Street Maintenance Fund. The City reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains within plus or minus 25 percent of the contract award . This project was advertised for bid in the Fort Worth Star-Telegram on August 12, 2010 and August 19, 2010. On September 9, 2010, the following bids were received: Bidders JLB Contracting, LLC Peachtree Construction, Ltd. Austin Bridge & Road, LP APAC-Texas, Inc. Amount $1,069,359.10 $1,096,707.50 $1,122,729.00 $1,238,818.00 JLB Contracting, LLC, is in compliance with the City's M/WBE Ordinance by committing to 19 percent M/WBE participation. The City's goal on this project is 16 percent. 11/18/2010 7:57 AM M&CReview http://apps .cfwnet.org/council_packet/mc _review .asp?ID= 14346&coun. These projects are located in COUNCIL DISTRICTS 2, 4, 7 , 8 and 9, the primary COUNCIL DISTRICT is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated , of the Contract Street Maintenance Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C293 541200 207620159483 $1,069,359 .10 Submitted for City Manager's Office by: Originating Deparbnent Head: Additional lnfonnation Contact: ATTACHMENTS 20HMAC 2010 15 MAP 01 .pdf 20HMAC 2010 15 MAP 02.pdf 20HMAC 2010 15 MAP 03 .pdf 20HMAC 2010 15 MAP 04 .pdf Fernando Costa (6122) William Verkest (8255) Kristian Sugrim (8902) 11 /1 8/2010 7:57 AM SPECIFICATIONS AND CONTRACT DOCUMENTS FOR HMAC SURFACE OVERLAY (2010-15) AT VARIOUS LOGATIONS IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO. 01594 TPW PROJECT NO. C293-541200-207620159483 f?·-17-lo TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DATE TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Mino r ity and Women Business Enterprise Specifications 4. Proposal 5. Special Provisions 6. Item 360, Concrete Pavement (Modified Specification) 7. Prevailing Wage Rates 8. Vendor Compliance 9. Contractor Compliance with Worker's Compensation Law 10. Certificate of Insurance 11. Equipment Schedule 12. Experience Record 13. Performance Bond 14. Payment Bond 15. Maintenance Bond 16. Contract 17. Notice of Construction Detail 18. Project Designation Sign Detail 19. Other Details 20. Street Locations 21. Street by Street Paving Quantity Determination Spreadsheet Sealed Proposals for the following: CITY OF FORT WORTH, TEXAS HMAC SURFACE OVERLAY (2010-15) CITY PROJECT N: 01594 TPW PROJECT NO: C293-541200-207620159483 Submit package to City of Fort Worth, Purchasing Division, in the lower level of the Municipal Building, 1000 Throckmorton St, Fort Worth, Texas 76102 until I :30 P.M., Thursday, September 9, 2010, and then publicly read aloud at 2 :00 P .M., in the Council Chambers . Specifications and Contract Documents for this project may be purchased for twenty dollars ($20) per set at the office of the Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. These documents contain additional information for prospective bidders. A pre-bid conference will be held at 10:00 A.M. Tuesday, August 31, 2010, in the Transportation and Public Works Conference Room, 2nd Floor, Municipal Building, RM 289. The major work on the above-referenced project shall consist of the following: Paving Improvements: 13,680 L.F . 83,100 S.Y. 52,110 S.Y. 20,700 L.F . 7,130 S.Y. 5,540 L.F . 3,700 S .F. Wedge Milling, 2-Inch 'to 0-Inch Deep, 5 Ft. Wide 2 -lnch Surface Course Type "D" Mix 8-Inch HMAC Pavement Pulverization Crack Sealing of Existing Pavement 2-Inch Surface Milling Remove and Replace Existing Curb & Gutters Remove and Replace 6-Inch Concrete Driveways Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. For additional information, please contact Kristian Sugrim, Project Manager at (817) 392-8902 . DALE A . FISSELER, P.E. CITY MANAGER Advertising Dates: August 12, 2010 August 19 , 2010 WILLIAM A. VERKEST, P.E ., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT \/. ·J\· Q ~~ By : fs_~ ~'-"'- Kristian Sugri~ Project Manager SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Transportation and Public Works Department at (817) 392- 8902. Bids that do not acknowledge all applicable addenda will be rejected as non- responsive. SPECIAL INSTRUCTIONS TO BIDDERS -I - 4. AW ARD OF CONTRACT: The contract, if awarded , will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities . No bid may be withdrawn until the expiration of forty-nine ( 49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS : The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded . The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code , as amended. A. If the total contract price is $25 ,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of $25 ,000 , a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100 ,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance , payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. In addition , the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and · admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to SPECIAL INSTRUCTIONS TO BIDDERS -2 - 6. 7 . 8 the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects . 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 ~mployment practices. WAGE RA TES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: Compliance with and Enforcement of Prevailing Wage Laws A. Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. B. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258 .023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258; the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and SPECIAL INSTRUCTIONS TO BIDDERS -3 - wages due under the prevailing wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation. D . Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above . If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons . The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in an y court of competent jurisdiction. E. Records to be Maintained. The contractor and each subcontractor shall , for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City . The provisions of the Audit section of these contract documents shall pertain to this inspection . F. Pay Estimates . With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. G . Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. H . Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs ( a) through (g) above. I. (Wage rates are attached following the end this section.) 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Director of Transportation and Public Works Department for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be SPECIAL INSTRUCTIONS TO BIDDERS -4 - prepared by an independent Public Accountant holding a v alid permit issued by an appropriate State Licensing Agency . 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide , along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1 ,000 ,000 per occurrence, $2 ,000,000 aggregate); and Automobile Insurance • ($1,000,000 each accident on a combined single basis or $250 ,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested . If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements , see Special Instructions to Bidders -Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 7 6102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements _specified herein. D . Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage . A ten days notice shall be acceptable in the event of non-payment of premium. E. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G . Other than worker's compensation insurance, in lieu of traditional insurance , City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of SPECIAL INSTRUCTIONS TO BIDDERS - 5 - recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance . J . Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252 .002, the City of Fort Worth will not award this contract to a ~on-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 - 13. 14. • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified . If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal , state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less 5% retainage) from the city for each pay period . SPECIAL INSTRUCTIONS TO BIDDERS - 8 - b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete . c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to 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. I g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 15 . AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through October 31, with 6:00 a.m. -10:00 a.m. being critical because emissions from this time period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the AIR POLLUTION WATCH by 3:00 p.m. on the afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, the Contractor shall bear the responsibility of being aware that such days have been designated AIR POLLUTION WATCH DAYS and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 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. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: SPECIAL INSTRUCTIONS TO BIDDERS - 9 - A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in. 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. SPECIAL INSTRUCTIONS TO BIDDERS -10 - E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage . I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to : (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter . (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and SP ECIAL 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 - TRANSPORTATION AND Puauc WORKS BUSINESS SUPPORT DMSION W/MBE REQUIRED DOCUMENTATION RECEIPT Official Date and Time 09 -1 5 -10 PU3 :24 RCVD Bid Date: __ ____.4---,..=.--___,..1~c2~D ....... /_..Q....___ ___ _ Project Name: Hill~ ~u OOfd~ ao10JJ Project Manager: -~,......._~---=-~-=cZ?--~_ ... -.,;;;;~~~~;....;;;;.:. ..... ~=----- Forms Submitted By Name: _-.J.-7__;,())l...;.__~-=-=-~~· =, ~----- Company: -J~Z--'-"""-d_C ............. ~~~~·--1--7 --- Name: __ ___,_/i_;;;~~ .... F-o--'r=--:_s=.....;;R=e;;;....~.....l;e~:;._v_ed~B:;._y:----1.{).::.__ ___ _ FORT WORTH ~ PRIME COMPANY NAME: JLB Contracting, LLC PROJECT NAME: HMAC Surface Overlay 2010-15 City's M/WBE Project Goal: 16% City of Fort Worth Subcontractors/Suppliers Utilization Form ATTACHMENT 1A Page 1 of4 Check applicable block to describe prime I M/W/DBE I X I NON-M/W/DBE September 9, 2010 Prime's M/WBE Project Utilization: PROJECT NUMBER 01594 18.51% 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 bus iness days after bid opening , exclusive of bid opening date , will result in the bid being considered non-responsive to bid specifications. The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule , conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for considerat ion of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson , Collin , Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e ., a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized , the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the cont ract. The M/WBE may lease trucks from another M/WBE firm , includ ing M/WBE owner-operators , and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs , including owner-operators , but will on ly receive credit for the fees and commissions earned by the M/WBE as outl ined in the lease agreement. ., FORT WORTH ~ ATTACHMENT 1A Page 2 of4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i .e ., Minority, Women and non-M/WBEs. Please list MNVBE firms first , use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T 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 TC"2 1 X Miscellaneous $81,692 4 700 Thomas Acres Concrete Joshua , Texas 76058 817-360-8849 817 -558-8569 Magnum Trucking 1 X Raw Materials $48,190 Hauler Atco Construction, Inc. 1 X Haul HMAC to $68,020 the job & excess Material away TXI 1 X Raw Aggregate $32 ,679 Supplier Southern Asphalt 1 X Liquid Asphalt $207 ,332 Supplier FOR'I'-WORTH ---.....,....-ATIACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers , regardless of status; i.e ., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name i N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D V\ Telephone/Fax r B B R 0 B E E C T E A Dustrol Incorporated 1 )( Milling Sub $13,750 2925 Hwy 114 Roanoke, Texas 76262 817-491-3603 817-491-2354 FORfWORTH ·~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 197,902.00 $253,761.00 $ 1,069,359.10 ATTACHMENT 1A Page 4 of 4 The Contractor will not make additions , deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or delet ion 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. A~ata~ ~ <=>-- President Title JLB Contracting, L.L.C . Company Name PO Box24131 Address Fort Worth Texas 76124 City/State/Zip James G . Humphrey Pr1nmt1 Signature James G. Humphrey Contact NamefTitle (if different) (817) 261-2991 (817) 261-3044 Telephone and/or fax E-mail Address September 14, 2010 Date TO: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH, TEXAS 76102 P R O P O S A L FOR: H.M.A.C. SURFACE OVERLAY (2010-15) AT VARIOUS LOCATIONS CITY PROJECT NO: 01594 TPW PROJECT NO: C293-541200-207620159483 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Transportation and Public Works Department of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, _Payment and Maintenance Bonds acceptable to and approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to-wit: SPEC ITEM S.P. S.P. 104 502 S.P. PAY ITEM 1 2 3 APPROX. QUANTITY 2EA. LUMPSUM 5,400L.F. DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS Project Designation Sign @ Two Hundred Dollars & No Cents Per Each Utility Adjustment @ ""S;:;;ix'-T=h"'"ou;;;:;s::.aa""n::.ad'--_____ Dollars & No Cents Per L.S. Remove and Replace Concrete Curb & Gut, /t, 2£-NrCC Dollars & _____ ,A/'--'-_O_Cents Per L.F. P-1 UNIT PRICE $200.00 $6,000.00 TOTAL AMOUNT BID $400.00 $6,000.00 ~ /0 r/ {J OO J SPEC PAY APPRO X. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRI C ES WRITTEN IN WORDS PRICE AMOUNT BID 502 4 100 L.F. New Concret e Curb & Gutter @ S.P. £ / &//;'"t!L/..J Doll a r s & r' 50 I: t../-7 'c. C ents Per L.F. c,0 ' I'S:.--1%~0~ 104 5 3,700 S.F . R emo ve and Replace 6-Inch 504 Concrete Driveway @ S.P. /10£ Doll a rs & £ff:£ ~ £4,/1('7'-h vL C ents P er S.F. 2.l (;YJ 104 6 100 S.F. R emo ve and R eplace 6-Inch 504 Expos ed Aggrega te Concrete S.P. Driveway @ £1Gµr Doll a r s & <g <'3---oe> /',.lo Cents Per S.F. ?oo 504 7 100 S.F. Ne w 6-Inch Concrete Driveway@ S.P. /1vL Doll a rs & A/6 Cents Per S.F. ~e!:!--cz9--5,,_oo 104 8 200 S. F. Remove and Replace 4-Inch 504 Concrete Sidewalk @ S.P. /.!'ott/?-. Dollars & y §!2-oO £16/:IQ' Cents Per S.F. 9ba -- 104 9 100 S.F. Remo ve and Replace 4-Inch 504 Exposed Aggregate Sidewalk @ S.P. 5/x-Dollars & b ?!2--oO -,A./;J.JLr 7 Cents Per S.F. 610 504 10 100 S.F. New 4-Inch Concrete Sidewalk @ S.P . 7#/?£.L . Dollars & s~~/-Jr t Cents Per S.F. ?!2-oO ] 3lo - c- 104 11 100 S.F. R emo ve E xisting Wheelchair Ramp a nd 504 In stall Standard 4-inch ADA Wheelchair S.P. Ramp (with detectable warning Dom e- Tile surfac e)@ /£Al o_!!:-Doll a rs & t)O /.ID Cents Per S.F. ID~ ;&oo P-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS 504 S.P. 104 360 S.P. 360 S.P. 12 13 14 100 S.F. 230 S.Y. 100 S.Y. New 4-Inch ADA Wheelchair Ramp (with detectable warning Dome-Tile surface@ ll.1 1:N l("' 0Jv~ Dollars & /V' 0 Cents Per S.F. _____ ...c.....;:__ Remove and Replace Existing Concrete Valley Gutter@ fL.vLv,ry Dollars & /.S/6/~/'r' CentsPerS.Y. New Concrete Valley Gutter@ b(e /-f LY-Ti,.:)c) Dollars & /-'1rrY Cents Per S.Y. S.P. 15 1 EA. Remove and Replace 5-Ft Storm Drainage Inlet Top@ ,/v/A.JLrt:.~/v )lw.,,/l,te.~d, bEZ?ft:,1....> Dollars& ____ ......._M.;;..:C>~Cents Per Each S.P. 16 1 EA. Remove and Replace 10-Ft Storm Drainage Inlet Top @ 402 500 620 S.P. 275 S.P. 275 S.P. /w£ Nrr'.,... t)1v L /-/u,..,c1~§tflJ,'-1'./;t.,),!no11ars & A-t> Cents Per Each ------"---=- 17 100 L.F. 18 52,110 S.Y. 19 680 Tons 6-Inch Subdrain Pipe@ fr )J Dollars & 5/x;z)::-f/U {Cents Per L.F. 8-Inch Pavement Pulverization @ ,,--:- /J!:Rlt -L Dollars & ?'/ k? E~-->0 Cents Per S.Y. Cement Modification (26 lbs/sy) @ ;Ji .UIL.// "6 tt/L-Dollars & -------'-,A_l .... ~ ___ Cents Per Ton P-3 UNIT PRICE t:;Jt:J $ 2/ =-- TOTAL AMOUNT BID $ 2..1 OD <;2fl- oO O ,,.--s-- $ /<j/) $ l/7/J z_o $ 1 --- o O $ !Ot5 --- .:,0 $ 1tt /)2-- SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 106 20 920 C.Y. Unclassified Street Excavation@ S.P. /ot1L_r£./:,C....U Dollars & /J () Cents Per C.Y. $/y ~ $/2. &80 247 21 100 C.Y. Crushed Limestone @ S.P. 7!t'l~-7Y'/!_/C,//T Dollars & 7 ?~ h r r r Cents Per C.Y. $ $ 3 8-'FO 300 22 240 C.Y. Asphalt Pavement and Base Repair@ 310 o,µ£ /./-t.ov JJk!.~ f 'f: t,)e_/.J/)"'-&A£~..: Dollars & 340 Alu Cents Per C.Y. t:J_!!--- S.P. $/7) $ ~1520 300 23 180 Tons HMAC Pavement Level-Up@ 310 £/t:rf/r: J;_.10 Dollars & 340 $" £;06,;..,f''('-/L/tl.Cents Per Ton 7} S.P. $i2 -$IY'il't) S.P. 24 3,680 L.F. Pavement Wedge Milling 2-Inch to 0- Inch Depth, 5.0 Ft Wide @ 0,,GL Dollar & 2-7 te> . Zi,J blv r ?-.J'~vl'.'<...C ents Per L.F. $/-$ 7'~ )3- S.P. 25 SEA. Butt Joint Milling @ ?;;o!lfdv /J/2-ft,J /at/rDollars & Cents Per Each ~ -$ 2 '7D $ /2.00 S.P. 26 6,930 S.Y. 2-Inch-Surface Milling@ {)/0£ Dollars & ?_ 7 ,o ~f ,)->/Y , f.: Pf;_,)J . Cents Per S.Y. -$! ---$ ?&)! 300 27 11,700 L.F. Crack Sealing of Existing Pavement @ S.P. ;Jo Dollars & J_l-J/(/A!t/~ 5E vUJ Cents Per L.F. t/ 3 Z 9 C2P-$0 $ P-4 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS 300 310 340 S.P. S.P. S.P. 450 S.P. 406 450 S.P. S.P. 450 S.P. 28 29 30 31 32 33 34 63,460 S.Y. lEA. I EA. 17 EA. 18EA. 14EA. 11 EA. 2-Inch HMAC Surface Course Type "D" Mix @ ...,L=· .;_/""'"£'.,"""'llc....C.___ _____ Dollars & _ ___,,H._._./.'"""'r._.Y.._...-_J--'-1}()'---Cents Per S.Y. Removal and Replacement of 30-Ft HMAC Speed Cushion w/stripping@ ,rw ~ AJ r'f'-ON e. 1/ -,. ,q,1w/JH1,/l..?~'l'-r/p L Dollars & )vl!:l Cents Per Each _____ ___.,_..:;__ Removal and Replacement of 40-Ft HMAC Speed Cushion w/stripping@ ;rw~r-r .. f11oc !-/v~r.J/Uf!I, h / fr Dollars & ------h«~LJ-._Cents Per Each Water Valve Box Adjustment With Steel Riser@ One hundred and twenty five Dollars & No Cents Per Each Water Valve Box Adjustment With Concrete Collar @ Three hundred and fifty Dollars & ________ Cents Per Each Water Meter Box Adjustment @ =T=h1=·r .. ty'-'fi=1v""'e'--------Dollars & __ __.N"""o....._ ___ Cents Per Each Manhole Adjustment With Steel Riser @ Two hundred and fifty Dollars & No Cents Per Each P-5 UNIT PRICE $8~ TOTAL AMOUNT BID ~ oO $ z.£S-O $ 2...~ ~o-- $125.00 $3,375.00 $ 350.00 $8,750.00 $ 490.00 $ 250.00 $4,750.00 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 406 35 12 EA. Manhole Adjustment With 450 Concrete Collar @ S.P. Four hundred and fifty Dollars & No Cents Per Each $ 450.00 $10,800.00 S.P. 36 72 EA. Painting House Curb Addresses @ 7£µ Dollars & c.5-~o SI >c n -h vC Cents Per Each :..--- $ 10 $ )C,~ S.P. 37 900 S.Y. Grass Sod Replacement@ 5 / 'l£_ Dollars & ~ &L Z}: 09-Cents Per S.Y. $ {, $ £}4,0 S.P. 38 2 EA. Re-Mobilization @ Five hundred Dollars & No Cents Per Each $ 500.00 $1,000.00 /(!:} $ Ii 6t. 9, ]),..'J -TOTAL BID } ; P-6 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20. 04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11 , enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A -21 through 13-A-29), prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract documents within one hundred and eighty (180) Calendar Days from and after the date fo r 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 establi s hed by the City of Fort Worth, Texas. Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached deposit check in the sum of _________________________ Dollars ($ ___________ ~ is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within ten (10) working days of the notice given by the Construction Engineer for any of the locations. If the contractor fails to begin the work within ten (10) working days, a $200 dollars liquidated damage will be assessed per Block per day. I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 2 (Initials) Addendum No. 3 (Initi~t"=''-'+l #--r--~\\\ ~O:I ,,,, $"~ \l .--... 'f<;';. 1~uf!] n···· .. i (Seal) : X t~ I ~ \-z --...... 'b •• :-' ~I~ ;: ;~\4.-..,---4 / ,~·-.. ~\, _,,• ~ o' ...... ,., ... ~ .. ·" ,.., Date: °f / q/ v~,o ----'-+,-...;,------- P-7 Respectfully submitted, JLB CONTRACTING, LLC Company Name Signature Printed Name of Principal ·- Address: P.O. BOX 24131 FORT WORTH , TX 76124 E-mail Address: -,------------ Telephone: f, 17) ?.. ~ I -i 11 I VENDOR COMPLIANCE TO ST A TE LA ·w 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~incipal place of business or corporate offices are in the State of Texas. Bidder: JLB CONTRACTING , LLC Company P.O. BOX 2413 1 Address FORT WORTH , TX 76124 City State Zip J ~t£5 ~ fl trv f C~ By: (Please print) p cv:{ .s / 1:) ~ +- Title (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION SPECIAL PROVISIONS FOR: H.M.A.C. SURFACE OVERLAY (2010-15) ATV ARIOUS LOCATIONS CITY PROEJCT NO: 01594 TPW PROJECT NO: C293-541200-207620159483 1. SCOPE OF WORK: The work covered by these details and specifications consists of the removal ( only) of all existing traffic buttons, removal and replacement of existing concrete curb and gutter and driveways and existing base repair and the addition of a new surface layer of H.M.A.C . for those streets designated as Mill Overlay (MOL). For those streets designated as Pul verized Overlay (POL), the work consists of the same removal and replacement items as described above , surface and base rehabilitation of existing pavement with cement and the addition of a new surface layer of H.M.A.C. These items are described in the Special Provisions of these specifications. The work also consists of all other miscellaneous items of construction to be performed as outlined in the details and specifications which are necessary to satisfactorily complete the work. The Contractor shall mobilize within ten (10) working days of the notice given by the Construction Engineer for any locations. If the contractor fails to begin the work within ten (10) working days, a $200 dollars liquidated damage will be assessed per block per day . It shall be the responsibility of the prospective bidder to visit the project sites and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public . properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. The contractor shall verify these locations with the Construction Engineer. For street locations , see list at the back of this document. At the sole discretion of the City, the City reserves the right to add, delete or substitute streets in this contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (±) 25% of the contract award. The SP-1 contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. All short turnouts that intersect with a stre et 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 the se turnouts includes; but, is not limited to , milling, cleaning, tack co ati ng , overlaying and facility adjusting. Total quantities giv e n 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 AW ARD: The City reserves the right to require the contractor who is the apparent low bidder(s) for a project to submit such information as the City, in sole discretion may require, including but not limited to manpower and equipment records , information about key personnel to be assigned to the project, construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame . Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the information, if requested, may be grounds for rejecting the apparent low bidder as non- responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 4. CONTRACT TIME: The Contractor agrees to complete the Contract within the allotted number of days . If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. SP-2 The contract time will be counted from the date set at the pre-construction conference and will continue until a time the inspector determines the project is ready for a final inspection. At that time a final inspection will be scheduled. If in the opinion of the inspector the project has not been made ready, the final inspection will be cancelled and time will continue to be counted . A five working day period is required for the rescheduling of a final inspection. The Contractor also agrees to complete the final punch list within ten (I 0) working days after receiving it. If the Contractor fails to complete the work within ten (10) working days, the counting of the number of days to complete the Contract will resume and liquidated damages shall be charged, as outlined in Part l, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. 5. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: A. A letter will be mailed to the contractor by certified mail; return receipt requested, demanding that within 10 days from the date that the letter is received, to provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contracted time . B. The Construction Engineer and the Director of the Transportation and Public Works Department will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. SP-3 C. Any notice that, in the City 's sole discretion , is required to be provid ed to interested individuals will be distributed by the Construction Engineer. D. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Construction Engineer will, if necessary, then forward updated notices to the interested individuals. E. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract; the bonding company will be notified appropriately. 6. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. 7. CONSTRUCTION SPECIFICATIONS: This contract and projects are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL TEXAS . General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. A copy of these specifications may be purchased at the Office of the Transportation and Public Works Department, 1000 Throckmorton Street, 2nd floor of the Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item in the Proposal. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. 8. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time . Failure to bid or fully execute contract without retaining contract documents SP-4 intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 9. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both , for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No . 14 for further requirements. 10. TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer @817-392-8712 at least 10 working days prior to the preconstruction conference. Although work will not begin until the traffic control plan has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign , or other sign which has been erected by the City . If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 817-392-7738), to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the pennanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign SP-5 can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed . The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic upon the approval of the City Engineer. Work shall not be performed on certain locations/streets (primarily arterials) during "peak traffic periods (7 a .m . to 9 a.m . and to 4 p.m. to 6 p.m.)"; or, as determined by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." See "Street By Street Quantity Determination Spread Sheet", in the back of this document, for designated locations. The contractor will be responsible for coordination, of proposed construction activities, with public or private school administration. The proposed construction activities shall accommodate school operating schedules, including school bus/parent drop off and pick up periods. The contractor shall provide proper traffic and pedestrian control to ensure safety at all times. Construction areas shall be properly barricaded/fenced to prevent public entry. 11. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any street in this contract, the contractor shall, prepare and deliver a notice/flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice/flyer shall be posted three (3) working days prior to beginning construction activity along each street. The flyer shall be prepared on the Contractor's letterhead and shall include the following: o Project name/Contract name o Project number o Expected dates of construction o Contractors and project inspector's contact information A sample notice/flyer is included in the contract documents . The Electronic version of the notice/flyer can be obtained from the Office of the Transportation and Public Works Department (817) 392-8902 SP-6 It will be the contractor's responsibility to create and distribute a follow-up notice/flyer informing residents if for any reason work should stop on a project for more than five (5) working days after construction begins. The flyer should also include the anticipated date of when the work will begin again. It will be the contractor's responsibility to re-distribute a three (3) working day . notification/flyer prior to beginning the construction activity. In addition, all copies of the notice/flyer shall be delivered to the City inspector for his review prior to distribution. The contractor will not be allowed to begin construction on any street until the flyer is delivered to all residents of the street. All work involved with the notice/flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 12. PAYMENT: Payment will be made to the contractor twice a month for work completed during the pay periods ending on the 15th and the 30th day of each month. Checks (less 5% retainage) will be sent to the contractor within the two (2) week window following each payment period. Payment of the retainage will be made with the final payment upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 13. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. SP-7 14. DETOURS AND BARRICADES: Th e C ontractor shall prosecute his work in such a manner as to create a minimum of interrupti on to traffic and pedestrian fa c ilities and to the flow of ve hicul ar and ped estrian traffic within the project area. Contractor shall protect construction, as required by Engineer, by providing barricades . Barricades, warning and detour signs shall conform to the Standard Specifications "Barri ers and Warning and/or Detour Signs", Item 524, and/or as shown on the plans. Construction signage and barricades shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices, Vol. No. l ". 15. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Transportation and Public Works, 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. The Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056) and a flood plain permit issued. All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain . Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain . Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site, upon notification by the Director of the Department of Transportation and Public Works, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. No temporary storage of material, rubble, equipment or vehicles within parkway is allowed . Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the satisfaction of City Engineer. SP-8 16. ZONING REQUIREMENTS: During the construction of this project, the Contractor sh a ll comply with present zonmg requirem ents of the City of Fort Worth in the use of vac ant property for storage purpo se s . 17. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise di rected by the Engineer. 18. CONSTRUCTION SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference . This schedule shall detail all phases of construction , special coordination with schools (see Item No. 10 Traffic Control for details), including project clean up , and allow the contractor to complete the work in the allotted time. Contractor will not move onto the job site nor will work begin until said schedule has been recei ved and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in . Contract start date would be outlined in the pre-construction work order notice. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 19. SAFETY RESTRICTIONS-WORK NEAR IDGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (1) A warning sign not less than five inches by seven inches , painted yellow with black letters, that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks , power shovels, drilling rigs, pile drivers , hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING --UNLAWFUL TO OPERA TE TillS EQUIPMENT WITmN SIX FEET OF illGH VOLTAGE LINES." SP-9 (2) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hood connections. (3) When necessary to work within six feet of high voltage electric lines, notification shall be given to the power company (TXU Electric Delivery) which will erect temporary mechanical barriers, de-energize the line, or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TXU Electric Delivery and shall record action taken in each case. (4) The Contractor is required to make arrangements with TXU Electric Delivery for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (5) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). 20. RIGHT TO AUDIT: Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract is made by City, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may be requested by City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made. SP-10 21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense , the City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage , personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of the City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of the City, its officers, servants or employees . In the event the City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to the City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides the City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approved, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal" is not used in the specifications, this SP-11 does 'not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 23. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor, at his own expense. 24. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 25. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained written permission from the property Owner. A copy of the written permit shall be provided to the assigned inspector prior to utilization of the property. 26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. And it shall be the contractor's responsibility to call DIG- TESS prior to construction activities on any street. 27. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". SP-12 28. CONSTRUCTION 29. The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub-contractors must comply with this program as a condition of the contract. All active sewer manholes, regardless of depth, are define d, 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 posse ss and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces ( e .g. vacuum testing, cleaning, televising, construction, etc.). QUALITY CONTROL TESTING: (a) The contractor shall furnish , at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphalt and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than twenty four (24) hours notice shall be provided to the City by the contractor for operations requiring testing. The contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. SP-13 (e) The contractor shall provide a copy of the trip ticket for each lo ad 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 It e m 200, "S prinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO: 2 -REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY LANE TAPE: The Contractor shall be responsible for the documentation of all street markings prior to the removal and disposal of the pavement markings . All traffic buttons shall be removed from the existing asphalt surface before resurfacing begins. The contractor shall be responsible for the removal and disposal of all buttons and markings. Upon completion of the job the City will install new buttons after proper notification. The contractor shall also be responsible for all materials, equipment and labor to place temporary adhesive lane marking tape to control and direct traffic in the same way as they were prior to start of construction. Any corrective action required on the temporary lane markings shall be the total responsibility of the Contractor and at no extra cost to the City . The contractor shall notify the Construction Engineer and T/PW Traffic Services to arrange for the replacement of the buttons and adhesive lane markers (arrows, etc .). All costs to the contractor shall be figured as subsidiary to this contract. NON-PAY ITEM NO: 3 -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The contractor shall be responsible for locating and marking previously exposed manholes , water valves and any other utility cover in each street of this contract before the resurfacing process commences for a particular street. The method used to document locations shall be one in which the covers can be found exactly the first time. Proof of documentation must be provided to the assigned inspector prior to start of any overlay process. SP-14 The contractor shall attempt to include the Construction Engineer or his designee (if available) in the observation and marking activity. In any event, a street shall be completely marked a minimum of five (5) working days before resurfacing begins on the street. Marking the curbs with paint may be allowed -if and only if a water base paint is used . It shall be the contractor's responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day), the contractor shall locate the covered manholes and valves and shall exposed and clean them. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company SBC -Telephone TXU Electric Delivery: Downtown Other than Downtown Atmos Energy (Gas) CFW -Street Light CFW -Light Signal CFW -Pavement Marking CFW -Storm Drain CFW-Water CFW-Sewer Telephone Number 817-338-6202 214-384-3732 Cell 817-215-6424 817-215-6688 817-215-4366 469-261-2314 Cell 817-392-7738 817-392-2538 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 five (5) working days from the day of completing the H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON-PAY ITEM NO: 4-PROTECTION OF TREES, PLANTS, SOIL, ETC.: All property along and adjacent to the Contractor's operations including lawns, yards, irrigation systems, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Urban Forestry Office at (817) 392-7933. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM NO: 5 -PROJECT CLEAN-UP: SP-16 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 excav ated . Exc e ss excavation will be disposed of at locations a pproved by the Engineer. 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 a s 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 a s needed . If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis . Clea n up work shall include , but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of the roadway and residents' property If it has been determined that the jobsite has not been kept in an orderly condition , the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) w ill be reduced by 25%. The Contractor shall make a final cleanup of each street as soon as the paving and curb and gutter has been constructed. No more than five (5) working 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 a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. SP-17 NON-PAY ITEM NO: 7 -STORM DRAIN INLET PROTECTION: All pulverization and overlay streets with storm drain inlets shall use inlet protection for sediment control, in accordance with the Standard Specifications for Public Works Construction-North Central Texas. \ The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON-PAY ITEM NO: 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" located at the end 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. SP-18 All cost associated with scheduling pavement installation around "solid waste pick-up days" shall be considered incidental to the project contract amount and no additional compensation shall be allowed. NON-PAY ITEM NO: 9 -AGREEMENT OF QUANTITIES: The streets will be measured and all quantities per street will be documented, a copy of the measured quantities will be provided to the contractor . If the Contractor in agreement of the measured quantities, then the Contractor is required to sign it and return it within five (5) working days. If the Contractor is not in agreement, then the Contractor is required to, within five (5) working days, arrange a field trip with the assigned inspector to show proof of the difference. PAY ITEM NO: 1 -Project Designation Sign: The contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of% inch fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid, per each, will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 2 -Utility Adjustments: SP-19 This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer, and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. Contractor shall immediately cap the broken sprinkler system lines , and must notify the inspector prior to replacements. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. PAY ITEM NO: 3 -Remove and Replace Concrete Curb & Gutter: This item shall include the removal and replacement of all failed existing curb and gutter in sections, as designated by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite . For specifications governing this item, see City Standard Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-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) calendar days. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9-inch out from the gutter lip. The street void shall be SP-20 filled with H.M .A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Contractor shall backfill behind the curb within five (5) working days from the day of completing the curb and gutter, if the contractor fails to complete the bac kfill within five (5) working days, a $100 dollars liquidated damage will be assessed per block per day . Required backfilling shall be at finish grade and shall be completed in order for the curb and gutter to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. The unit price bid, per linear foot, shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO: 4 -New Concrete Curb & Gutter: This item shall include the construction of new standard concrete curb and gutter with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item see City Standard Specifications item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S5B. Pay limits for laydown curb and gutter are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut the curb and gutter and/or pavement prior to removal. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities . SP-21 - - - Contractor shall backfill behind the curb within five (5) working days from the day of completing the curb and gutter, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order for the curb and gutter to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and level.ed to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. The unit price bid, per linear foot, shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY-ITEM NO: 5 ~ Remove and Replace 6-Inch Concrete Driveway: This item 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-S5, and Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal Concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Temporary expansion joint board at driveway approach edge shall be used to dam off wash water from entering street gutter. Temporary catch basin sealed with impervious diaphragm sump shall be used to collect all wash water until off site disposal is obtained, or, unless otherwise directed by the Engineer or his authorized representative. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction SP-22 - -· of the driveway. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities . Contractor shall backfill around the driveway within five (5) working days from the day of pouring the driveway; if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order for the driveway to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. The unit price bid, per square feet, shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO: 6 ~ New 6-Inch Concrete Driveway: This item shall include the construction of new standard concrete driveways, as designated by the Construction Engineer with same day haul-off of the removed material to a suitable dump site. For specifications governing these item, see City Standard Specification Item No. 504" Concrete Sidewalk and Driveways", Drawing Nos . S-S5, and Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications . Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the 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 SP-23 - - - - "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities . Contractor shall backfill around the driveway within five (5) working days from the day of pouring the driveway, if the contractor fails to compl ete the backfill within five (5) working days , $100 dollars liquidated damage will be assessed per block per day . Required backfilling shall be at finish grade and shall be completed in order for the driveway to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. The unit price bid, per square feet, shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work . PAY-ITEM NO: 7-Remove and Replace 6-Inch Exposed Aggregate Concrete Driveway: This item 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-S5, and Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal Concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days . Exposed concrete aggregate driveway surface shall be seeded with pea gravel. Exposed concrete aggregate wash off water is silty, high in alkalinity and may contain harmful chemicals; therefore, wash off water shall not be discharged into storm sewers and drainage ditches or streams. SP-24 - - -- Temporary expansion joint board at driveway approach edge shall be used to dam off wash water from entering street gutter. Temporary catch basin sealed with impervious diaphragm sump shall be used to collect all wash water until off site disposal is obtained, or , unless otherwise directed by the Engineer or his authorized representative . Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the driveway. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M .A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Contractor shall backfill around the driveway within five (5) working days from the day of pouring the driveway; if the contractor fails to complete the backfill within five (5) working days, $100 dollars liqµidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order for the driveway to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. The unit price bid, per square feet, shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO. 8 -Remove and Replace 4-Inch Concrete Sidewalk: PAY-ITEM NO. 9 -Remove and Replace 4-lnch Exposed Aggregate Sidewalk: Pay items No. 8 and No. 9, shall include the removal and replacement of any type of existing concrete sidewalk, as designated by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water, with same day haul-off of the removed material to a suitable dumpsite. For specifications governing these items , see City Standard Specifications Item No. 104 "Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways". SP-25 - - - 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 five (5) working days from the day of pouring the sidewalk, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade and shall be completed in order for the sidewalk to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. The unit price bid, per square feet, shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO: 10-New 4-Inch Concrete Sidewalk: This item shall include the construction of new standard concrete sidewalk, as designated by the Construction Engineer with same day haul-off of the excavated material to a suitable dumpsite. For specifications governing this item, see City Standard Specification Item No . 504 "Concrete Sidewalk and Driveways". All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) calendar days. SP-26 ,.. - • Contractor shall backfill around the sidewalk within five (5) working days from the day of pouring the sidewalk, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade, and shall be completed in order for the sidewalk to be accepted and measured as completed . Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade . Cost of back filling , top soil, and grading shall be included in this pay item. The unit price bid per square feet shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO: 11-Remove Existing Wheelchair Ramp and Install Standard 4-Inch ADA Wheelchair Ramp (with detectable warning Dome-Tile surface): This item shall include removing the existing wheelchair ramp and installing Standard 4-inch ADA wheelchair ramp that includes a detectable warning Dome-Tile surface at various locations as to be determined in field by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul -off of the removed material to a suitable dumpsite . For specifications governing this item, see enclosed details for Wheelchair Ramp (with detectable warning Dome-Tile surface, and City Standard. Specifications Item No . 104 "Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified. All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Contractor shall sawcut existing sidewalk, curb and gutter, and pavement prior to wheelchair ramp removal. The removal of existing curb and gutter as required for the replacement of existing wheelchair ramps shall be included in PAY ITEM NO. 3 -Removal and Replacement of Concrete Curb & Gutter, as determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the Accessibility Ramp Pay Limits detail (STR-032). The pay limit will extend from 9-inches outside the lip of gutter to the back of the curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item . SP-27 - - - Pay limits for "Standard Wheelchair Ramp" will start 15 inches back from the fac e of curb and e ncompass th e remainder of the ramp and sidewalk. Contractor shall furnish and install brick red color pre-cast detectable w arning Dome-Tile, manufactured by StrongGo Industries or approved e qual by the construction Engine e r. Detectable warning surface shall be a minimum of 24-inch in de pth in the direction of pedestri an travel , and extend to a minimum of 48-inch along the curb ramp or landing where the ped es tri an 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 . Detecta ble warning Dome-Tile surface m aybe 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 prov ide a brick red colored Dome-Tile sample for appro v al 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 ed, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the wheelchair ramp. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways , Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Contractor shall backfill the wheelchair ramp within five (5) working days from the day of pouring the wheelchair ramp, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade, and shall be completed in order for the wheelchair ramp to be accepted and measured as completed . Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade . Cost of back filling , top soil , and grading shall be included in this pay item. The unit price bid, per square feet, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work . SP-28 - - PAY-ITEM NO: 12 -New 4-Inches ADA Wheelchair Ramp: (with detectable warning Dome- Tile surface): This item shall include the construction of new Standard 4-inch ADA wheelchair ramp that includes a detectable warning Dome-Tile surface at various locations as to be determined in field by the Construction Engineer, due to a situation where curb and gutter is replac ed 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 compre ss ive strength of 3,000 pounds per square inch in seven (7) calendar days . Contractor shall sawcut existing sidewalk, curb and gutter, and pavement prior to wheelchair ramp removal. The removal of existing curb and gutter as required for the construction of new wheelchair ramps shall be included in PAY ITEM NO. 3 -Remove and Replace Concrete Curb & Gutter, as determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the Accessability Ramp Pay Limits detail (STR-032). The pay limit will extend from 9 inches outside the lip of gutter to the back of the curb . Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15-inches back from the face of curb and encompass the remainder of the ramp and sidewalk. Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch and a maximum of 8-inch from the extension of the face of curb. Detectable warning Dome-Tile surface maybe curved along the corner radius. The method of Dome-Tile installation shall be in accordance with the manufactures instruction . Cost of detectable warning Dome-Tile and installation, shall be included in this pay item. SP-29 .- Contractor shall provide a brick red colored Dome-Tile sample for approval by the Engineer, meeting the aforem entioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the wheelchair ramp . The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H .M .A .C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. The Contractor shall backfill behind the wheelchair ramps within five (5) working days from the day of pouring the wheelchair ramp, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade, and shall be completed in order for the wheelchair ramp to be accepted and measured as completed . Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. The unit price bid, per square feet, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 13-Remove and Replace Existing Concrete Valley Gutter: This item shall include the removal and replacement of existing valley gutters, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutter removal. Sawcutting and removal of asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters shall be included in this pay item. For specifications governing this item, see City Standard Specifications, Item No. 106, "Unclassified Street Excavation", Drawing No. S-S6 and detail enclosed, TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos . 247 "Flexible Base SP-30 (referenced), 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No. 360 "Concrete Pavement" (enclosed), shall apply. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. Contractor may substitute 5-inch non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. All applicable provisions of Item No. 360 "Concrete Pavement" (enclosed) shall apply. Surface texturing shall be made with a medium broom in lieu of carpet drag or metal tinning. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic . Work shall be completed on each half within five (5) working days. If the contractor fails to complete the work on each half within five (5) working days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the valley gutter. The pay limit will be 9-inch out from the valley gutter. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. The unit price bid, per square yard, for Concrete Valley as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidental~ necessary to complete the work. PAY ITEM NO: 14 ~ New Concrete Valley Gutter: This item shall include the construction of new concrete valley gutters, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. SP-31 - Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutter removal. Sawcutting and removal of asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be included in this pay item. For specifications governing this item, see City Standard Specifications, Item No . I 06, "Unclassified Street Excavation", Drawing No. S-S6 and detail enclosed, TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 247 "Flexible Base (referenced), 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No . 360 "Concrete Pavement" ( enclosed), shall apply. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. Contractor may substitute 5 inch non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. All applicable provisions of Item No. 360 "Concrete Pavement" ( enclosed) shall apply. Surface texturing shall be made with a medium broom in lieu of carpet drag or metal tinning. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days . Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within five ( 5) working days. If the contractor fails to complete the work on each half within five (5) working days, $100 dollars liquidated damage will be assessed per each half of valley gutter per day. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the valley gutter. The pay limit will be 9-inch out from the valley gutter. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. SP-32 - The unit price bid, per square yard for Concrete Valley as shown on the proposal , will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work . PAY ITEM NO. 15 -Remove and Replace 5-Ft Storm Drainage Inlet Top: PAY ITEM NO. 16 -Remove and Replace 10-Ft Storm Drainage Inlet Top: Pay items No. 15 and No. 16, shall include the removal and replacement of a 7-inch thick drainage inlet top and 5~foot 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 -8-Inch Pavement Pulverization: PAY-ITEM NO: 18-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. Pulverization shall be completed within ten ( 10) working days from the day of completing concrete work ( curb and gutter, driveways, valley gutter, sidewalk) on any street. If the contractor fails to complete the work within ten (10) working days, $100 dollars liquidated damage will be assessed per block per day. SP-33 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 I 0-inches of H.M.A.C and crushed stone/gravel, undercut will not be required. The contractor will pulverize the l 0-inches, and the 2-inch cut will be taken from the I 0-inch pulverized material. In case of high crown, the contractor shall pulverize the exiting crown and pavement. The Construction Engineer will detennine the appropriate undercut depth to meet the City standard. The maximum amount of existing asphalt concrete pavement in the mixture shall be at the discretion of the Engineer. After the above processes are perfonned, 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. Within five (5) working days from the day of completing the pavement pulverization, Portland cement shall be applied to the pulverized material at a rate of (26 pounds per square yards, 8-inch in depth). If the Contractor fails to complete the work within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. The Engineer or his authorized representative will observe the cement treatment and collect delivery tickets from each transport truck. Cement quantities used will be verified, with respect to areas being treated. Cement shall be applied only to such an area that all the operations can be continuous and completed, in daylight, within six (6) hours of such application. The contractor shall blade to grade and compact the pulverized cement treated material to 95% of the maximum density as determined in accordance with TxDOT's Standard Specifications stated above or as directed by the Engineer in the field. SP-34 After the cement treated base has cured for forty eight ( 48) hours , provide machinery (minimum 12 ton steel wh ee l 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 as phalt cement surface overlay. Roller shall be in accordance with TxDOT's "Standard Specifications for Construction and Maintenance of Highway s, Streets, and Bridges" Item No . 210 "Ro lling" (referenced). Operate roller at walking speed (2 to 3 mph). Generally one (1) to four (4) passes of the roller are required to create the micro-cracks. One pass is down and back. The contractor shall then prime and overlay the micro-cracked surface with 2 inch H.M.A.C. surface course. The work shall be in accordance with TxDOT's "Standard Specifications for Construction and Maintenance of Highways , Streets, and Bridges" Item Nos . 300 "Asphalts, Oils , and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced). The 2-inch H.M .A.C . surface will be paid under PAY-ITEM NO . 28 -2-lnch-Surface Course-Type "D "Mix. The Contractor shall complete micro-cracking, priming and overlaying the pulverized street within Five (5) working days from the day of the cement treated base has cured and approved by the Engineer. If the contractor fails to complete the work within five (5) working days, a $200 dollars liquidated damage will be assessed per block per day . On pulverized and overlay streets that do not have existing curb and gutter, the Contractor shall finish the parkway with backfill. The backfill shall begin at the edge and elevation of the new 2 inch H.M.A.C. surface course and extend within the parkway, to existing ground surface, at the grade of one-fourth (1/4) inch per foot. There should be no voids in the backfill material, to the satisfaction of the Engineer. The unit price bid, per square yard of pavement pulverization and per ton of cement modification, shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. PAY-ITEM NO: 19-Unclassified Street Excavations: SP-35 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 HM.AC 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 a 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 . 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: 20-Crushed Limestone: This item shall be used to repair the failed base material in areas exceeding 8-inch deep or 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: 21 -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 SP-36 other similar means, out of the existing pavement in square or rectangul ar fashion. The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed , if required, to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Construction Engineer will select the necessary depth. The remaining good material shall be leveled and uniformly made ready to accept the fill material. All excavated material shall be hauled off site, the same day as excavated, to a suitable dumpsite . After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with Type "D" surface mix (PG 64-22). This item will always be used even if no base improvements are required. The proposed H.M.A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2-inches. Generally the existing H.M .A.C. pavement thickness will not exceed 8 inch. Before the patch layers are applied, any loose material, mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) shall govern work. 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-HMAC Pavement Level Up: This item shall be used to fill ruts, depressions, level up pavement section with Type "D" surface mix (PG 64-22) prior to placing the asphalt surface overlay and where needed, as directed by the Engineer in the field. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 31 O "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced), shall govern work. SP-37 / 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: 23 -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. The wedge milling shall be completed within ten (I 0) working days from day of completing concrete work ( curb and gutter, driveways, valley gutter, sidewalk) on any street. If the contractor fails to complete the wedge milling within ten (10) working days, $100 dollars liquidated damage will be assessed per block per day. The wedge milling operations shall be performed in a continuous manner along both sides of the street. Contractor shall complete overlaying the milled street within five (5) working days from the day of completing the wedge milling on any street. If the Contractor fail to complete the overlay within five (5) working days , then the wedge milling operations of new streets will be shut down, and liquidated damage of $200 per day per street will be assessed until all wedge milled SP-38 streets are overlayed . Once the overlay begins on a street, it shall continue uninterrupted until completed . 2. Equipment The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be pennitted 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 unifonnly 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 milling, including milled material haul-off to City yards, tools, labor, equipment and incidentals necessary to complete the required work. PAY ITEM NO: 24 ~ 2-Inch Surface Milling: This pay items shall consist of milling the existing pavement at a depth of 2-inch. All applicable provisions of PAY ITEM NO. 24 ~ 2-Inch to 0-Inch Wedge Milling Depth, 5-Ft Wide shall apply. If the existing base is brick and cannot be surfaced milled, then the existing brick base shall be removed, under PAY ITEM NO. 20 -Unclassified Street Excavation and replaced under PAY ITEM NO. 23 -HMAC Level Up, prior to placing H.M.A.C. surface course. See PAY ITEM NO. 20 -Unclassified Street Excavation, for further description of work. SP-39 The surface milling shall be completed within ten (10) working days from the day of completing concrete work ( curb and gutter, driveways, valley gutter, sidewalk) on any street. If the contractor fails to complete the surface milling within ten (10) working days , $100 dollars liquidated damage will be assessed per block per day. The surface milling operations shall be perfonned in a continuous manner for the entire block. After completion of the surface milling, Contractor shall complete overlaying the milled street within five (5) working days from the day of completing the surface milling on any street. If the Contractor fails to complete the overlay within five (5) working days, then the milling operations of new streets will be shut down, and liquidated damage of $200 per day per street will be assessed until all milled streets are overlaid. Once the overlay begins on a street, it shall continue uninterrupted until completed. The unit price bid, per square yard, shall be full compensation for all milling, including milled material haul-off to City Yards, tools, labor, equipment and incidentals necessary to complete the work. PAY-ITEM NO: 25 ~ 2-Inch HMAC Surface Course Type "D" Mix: All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense--Graded Hot-Mix Asphalt (Method)" (referenced) shall govern work of pay items No. 29 & 30. The following amendments to the above TxDOT's specifications shall govern, take precedence and shall include: Item No. 340 "Dense--Graded Hot-Mix Asphalt (Method)" (referenced): • Under Item 340.2, Materials, A. Aggregates: The surface aggregate classification (SAC) shall be Class B. The Contractor shall perform the Los Angeles abrasion, magnesium sulfate soundness, Micro-Deval and all other aggregate quality tests listed in Table 1. 2. RAP will not be allowed, for use, in surface course Type "D" mix. SP-40 • Under Item 340.2, Materials, D . Asphalt Binder: Furnish performance-graded PG 64-22 for H .M.A.C . surface course , level up and pavement/base repair or replacement. • Under Item 340.4, Construction, The City of Fort Worth, Texas will perform quality assurance tests and checks on the paving project materials during construction, to ensure compliance with the specifications and approved mixture design . The sampling and testing of the materials shall be made at the expense of the City . In the event the sampling and testing does not comply with the specifications, all subsequent testing of the material , in order to determine if the material is acceptable, shall be furnished and paid by the contractor, as directed by the Engineer . Samples will be taken for determination of asphalt content, aggregate gradation, and maximum theoretical specific gravity as determined by the Engineer. For each hot mix asphalt surface course placed, nuclear gauge in-place density testing will be performed at each 300-ft station . For each hot mix asphalt surface course placed, cores will be obtained to determine in- place density and thickness. The cores will be taken at the maximum interval of 300-ft (to coincide with field density locations). • Under Item 340.4, Construction, A. Mixture Design: The contractor shall furnish mixture design of the proposed hot mix asphalt, at or before the pre-construction meeting. The Contractor shall submit to the Engineer a mixture design prepared by an AASHTO accredited laboratory, for the materials to be used in the project. Using the typical weight design example in Tex-204-F, Part I, the mixture design shall meet the requirements contained in Tables 1 through Table 5 of Item 340. The Indirect Tensile-Dry (Tex-226-F) and the Hamburg Wheel-tracking (Tex-242-F) tests shall be waived . 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. SP-41 • 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 rsquare yard, for "Dense-Graded Hot Mix Asphalt (Method)". PAY-ITEM NO: 26 -Butt Joint Milling: Description: This item requires the contractor to mill "butt joints" into the existing surface, in association with the wedge milling operation (PAY ITEM NO. 24) to the depth and at locations as described below. The butt joint will provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of PAY-ITEM NO. 24 -2- Inch to 0-Inch Pavement Wedge Milling Depth 5-Ft Wide -Install. The configuration of the butt joints is described in more detail below . General details of butt joint locations -along with wedge milling in general -are shown in plan form at the back of this document. Construction Details: Prior to the milling of the butt joints, the contractor shall consult with the construction Engineer for proper location of these joints and verify that the selected limits of the projects street are correct. SP-42 The general locations for butt joints are at all beginning and ending points of streets li sted in the project and as more graphically detailed at the back of this specification bo ok . The joints are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. Each butt joint shall be 20-feet long and milled out ac ross 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 prescribed above will be measured by the unit of each butt joint milled . The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The unit price bid, per each, shall be full compensation for all milling, including milled material haul-off to City yards, tools, labor, equipment and incidentals necessary to complete the required work. PAY ITEM NO: 27 -Crack Sealing of Existing Pavement: After completion of wedge milling of those streets designated as Mill Overlay (MOL) on the street list in the back of this contract document book, the Contractor shall seal existing cracks '/.i inch and greater, by using cold poured crack sealer Polymer Modified Asphalt Emulsion Crack Sealer, as directed by the Engineer. TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", shall apply. The inside of the cracks shall be cleaned with an air compressor or approved equipment, prior to sealing. Sealant shall be applied with a rubber "V" shaped squeegee where applicable. Provide adequate traffic control during set up and cure time of sealant. SP-43 The unit price bid, per linear foot, shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. PAY ITEM NO: 28 -Remove and Replace 30-Ft HMAC Speed Cushion w/stripping: PAY ITEM NO: 29-Remove and Replace 40-Ft HMAC Speed Cushion w/stripping: Pay items No. 28 and No 29, shall include the removal of existing Speed Cushions, and installing new standard H.M.A.C Speed Cushions according to the plan and profile as shown on the detail sheet. All excavated material shall be hauled off site the same day as excavated , to a suitable dumpsite. Contractor shall complete the installation of the speed cushion within ten (10) working days from the day of completing the overlay on any street, if the contractor fails to install the speed cushion within ten ( 10) working days, $100 dollars liquidated damage will be assessed per each speed cushion per day. Contractor shall notify the Construction Engineer 72 hours prior to installing any speed cushions. Contractor shall install speed cushion's pavement markings. If the roadway is damaged during existing marker removal, the work shall be temporarily halted until consultation with the Construction Engineer. The pavement shall be repaired prior to new HMAC overlay. MATERIALS AND QUALITY REQUIREMENTS : I. Speed Cushions: The speed cushions shall consist of H.M.A.C. Type "D" surface course (PG 64-22) with tack coat (SS-1) and compacted with vibratory hand roller. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) shall apply. Kraft brown paper - 36 inch wide 40-lb paper shall be used to keep curb & gutter clean. 2 . Pavement Markings: SP-44 Raised Pavement Marking: All materials used shall be pre-approved prior to placement. The brand name and specifications of the materials shall be included in submittal for approval. The approved materials must be used throughout the duration of the contract. In the event that substitute materials need to be used, they must be equal to or exceed the quality of those currently in use and be approved the Construction Engineer. All markers shall be 4-inch and be installed with epoxy; bituminous adhesive is not approved. A chalk line, chain, or equivalent shall be used during layout to insure that individual markers are properly aligned. All markers shall be placed uniformly along the line to achieve a smooth continuous appearance. Preformed Pavement Marking: All materials used under this agreement shall be pre-approved prior to awarding of the bid. Materials used shall meet TXDOT specifications Item 666 Type II. The approved materials must be used throughout the duration of the bid. In the event that substitute materials need to be used, they must be equal to or exceed the quality of those currently in use, and be approved by Construction Engineer. All material must be equal to or exceed the following: Pre Mark brand Hot Tape which is manufactured by Stimsonite. Stamark A420, which is manufactured by 3M. 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. SP-45 Markings that are not properly applied due to faulty application methods or defective product, and markings, which are placed in the wrong position or alignment, shall be removed and replaced by the contractor at the contractor's expense. If the mistake is such that it would be confusing or hazardous to motorists it shall be remedied the same day of notification. Notification will be made by phone and confirmed by fax . Other mistakes shall be remedied within five days of written notification. Traffic Control of Pavement Marking: When markings are applied on roadways open to traffic care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, tlaggers, etc. Work shall be performed with as little disruption to traffic as possible, and freshly applied markings shall be protected from traffic damage and disfigurement. 3. Measurement and Payment: The unit price bid per each shall be full compensation for removal of existing pavement markings, H.M.A.C. Type "D" surface course, tack coat (SS-1 ), vibratory hand roller, surface preparation, preformed and raised pavement markings, kraft brown paper -36 inch wide 40-Jb paper to keep curb & gutter clean, and all materials, labor, equipment and incidentals necessary to complete the work. The unit price per bid, per each, will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY ITEM NO: 30 -Water Valve Box Adjustment with Steel Riser: This item shall include adjusting the tops of existing water valve with steel riser manufactured by American Highway Products or approved equal by the construction engineer to match proposed grade, steel water valve riser shall be placed at the time of paving. Specifications and details of steel water valve riser (included at the end of this document), and Standard Specification Item No. 450 "Adjusting Manholes, shall apply except as herein modified. Contractor will be responsible for adjusting water valve boxes to match new pavement grade, the water valves themselves wi'II be adjusted by City of Fort Worth Water Department forces. SP-46 Prior to beginning of work, the Contractor shall make an inventory of the condition of existing water valve boxes. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve boxes. The contractor shall replace the valve boxes, which are damaged during construction at no cost to the City. Failure of the contractor to perform this inventory will place the total burden of replacement of any broken valve box on the contractor. The unit price bid, per each, will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO: 31 -Water Valve Box Adjustment with Concrete Collar: This item shall include adjusting the tops of existing water valve with concrete collar to match proposed grade as shown on the detail at the back of this document or as directed by the Engineer. The concrete collar will be used only in case of steel ring riser CAN NOT be used as determined by the Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. Contractor will be responsible for adjusting water valve boxes to match new pavement grade, the water valves themselves will be adjusted by City of Fort Worth Water Department forces. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Contractor shall completed the adjustment of the Water Meter Boxes within five (5) working days from the day of completing the HMAC overlay on any street, and street shall be open to traffic within ten (10) working days. If the contractor fails to complete the adjustments within five (5) working days, $100 dollars liquidated damage will be assessed per each water valve box per day. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing Valves. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve covers. The contractor shall replace the valve covers which are damaged during construction at no cost to the City. Failure of the contractor to perform this inventory will place the total burden of replacement of any broken frame and cover on the contractor. The unit price bid, per each, will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. SP-47 PAY ITEM NO: 32-Water Meter Box Adjustment: This item only applies when the adjacent curb and gutter has been removed and replaced and has been authorized by the assigned inspector. The adjustment shall include raising or lowering the existing water meter box to the proper grade. The unit price bid, per each, will be full compensation for all labor, materials , equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO: 33 -Manhole Adjustment with Steel Riser: This item shall include adjusting the tops of existing manhole with steel riser manufactured by American Highway Products or approved equal by the construction engineer to match proposed grade, the steel manhole riser shall be placed at the time of paving . Specifications and details of steel manhole riser (included at the end of this document), and Standard Specification Item No. 450 "Adjusting Manholes, shall apply except as herein modified. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City . Failure of the contractor to perform this inventory will place the total burden of replacement of any broken frame and cover on the contractor. Should the contractor identify any utility manholes other than those owned by the City of Fort Worth, TX, the contactor is encouraged to contact the owner and arrange the adjustment of the manhole cover. Payment for the work will be made by the individual Franchise Utility Company. The contractor is not entitled to any additional compensation or renegotiation with the City associated with the construction of this work . The unit price bid, per each, will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO: 34 -Manhole Adjustment with Concrete Collar: SP-48 This item shall include adjusting the tops of existing manhole with concrete collar to match proposed grade as shown on the detail at the back of this document or as directed by the Engineer. The concrete collar will be used only in case of steel rig riser CAN NOT be used as determined by the Engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Contractor shall completed the adjustment of the Manholes within five (5) working days from the day of completing the HMAC overlay on any street, and street shall be open to traffic within ten ( 10) working days. If the contractor fails to complete the adjustments within five (5) working days, $100 dollars liquidated damage will be assessed per each water valve box per day. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this inventory and provide the Contractor replacements for 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 unit price bid, per each, will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO: 35 -Painting House Curb Address: SP-49 This item shall include painting of house addresses on curb or driveway radiuses that are removed and replaced in this contract. Contractor shall complete the painting of house curb addresses within ten (I 0) working days from the day of completing the HMAC overlay on any street, if the contractor fails to complete the work within ten (I 0) working days, $100 dollars liquidated damage will be assessed per block per day . • All materials shall be of recent product, and suitable for its intended purpose. • Surface preparation and application shall be in strict compliance with manufacturer 's recommendations. • The paint shall NOT be applied; if the new concrete curb has aged less than a minimum of 28 days, and if weather condition may harm or damage the finish surface. • The background paint shall be equal to or exceed #5160 White Latex Striping paint manufactured by Kwal Paint or approved equal. • The letters paint shall be equal to or exceed #6306 Black Latex Exterior paint manufactured by K wal Paint or approved equal. • The minimum size for the background shall be 6" high x 16" long, and the minimum size for the letters shall be 4" high. The unit price bid, per each, will be full compensation for all labor, material , tools, and incidentals necessary to complete the work. PAY ITEM NO: 36 -Grass Sod Replacement: This pay item shall consist of the replacements of a like grass sod that was removed under this contract due to the removal and replacement of driveways, wheelchair ramps , and curb and gutters as determined by the Engineer. All materials shall be of recent production, and suitable for their intended purpose. Contractor shall complete the replacement of the sod within ten ( I 0) working days from the day of completing the HMAC overlay on any street, if the contractor fails to replace the sod within ten (10) working days, $100 dollars liquidated damage will be assessed per block per day . Sod Products Specifications: SP-50 • Sod shall consist of live and growing gras s . • Grass shall have a healthy, v irile root system of de nse, thickly matted roots throughout and approximately one-( 1) inch minimum thickness of native soil attached to the roots . • Sod will be free from obnoxious weeds or other grasses and be free from any deleterious matter that might hinder the growth of the grass . • Sod material must be kept moist from the time it is dug until planted. Sod Installation Specifications: • The area to be sodded shall be determined by the City. • The sodded area shall be smoothed down. • The sodded area shall be thoroughly watered immediately after it is planted. The unit price bid, per square yard, will be full compensation for all labor, material, tools , and incidentals necessary to complete the work. PAY-ITEM NO: 37 -Re-Mobilizations: This item shall compensate the Contractor to remobilize personnel, equipment, supplies , and material to perform additional work as directed by the Engineer. Remobilization will be considered when concrete "Flat-work" has been completed, personnel and equipments were demobilized , and the street is clean and ready for overlay. Remobilization shall be determined by the Engineer. Requests for reimbursement of remobilization expenses shall be denied unless prior approval is granted by the Engineer. The unit price per, bid per, each will be full compensation for all labor, equipment, material, tools , and all incidentals necessary to complete the work. END OF SECTION SP-51 NOTE: THIS SPECIFICATION HAS BEEN MODIFIED TO DELETE NON- APPLICABLE ITEMS FOR USE AS A GUIDE SPECIFICATION FOR CITY STREETS •. Item 360 CONCRETE PAVEMENT 300.1. Oescrfptlon. Construct Portland cement concrete pavement with or without curbs on the concrete pavement 300.2. Materlals. A. Portland Cement Concrete. Provide Portland cement concrete to meet a mfnfmum compressive strength of 3,000 psJ at 28 days; unless shown otherwise In the contract do.cu men ts. Use Class A concrete for curbs that are placed separately from the pavement. Provide concrete that Is workable and cohesive, possesses satisfactory ffnlshl ng qualities, and conforms to the mix design and mfx design 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 holdfng the reinforcing steel fn proper position before and durfng p·avlng. Provfde corrosion protection when shown o n, the plans. · 1, Dowels. Provide Grade 60 smooth, straight dowels of the size shown OIJ the plans, free of burrs or deformaUons. Coat dowels with a Uiln film of grease or otf1er approved de-bondfng material. Provfd, dowel caps, on U,e fubrfcated .end of each dowel bar used In an expansfon joint Provide dowel caps tiffed with a soft compre~lble material with eno1;1gh range of movement to' allow complete ciosura of the expansion Joint. · . 2. Tie Bars. Provide straight defo~med steel tie bars. Provide either ·multlple-pf ece Ue bars or slngl&:pleca tie bars as shown on the plans; Provl~a mu{tfple-plece Ua bars composed of 2 places of deformed refnforcfng steel With a coupllng capable of developlng a mlnlrf1um tensile strength of 125% of the design yferd strength of the deformed steel when tenslre-tested llT the assembled conffguratl9n. Provide a minimum length of 33 diameters of the deformed steel In each pf ace, c. Curing Materials. Provide Type 2 membrane curing compound conforming to DMs-4850, ·Portland Cement Concrete Curing Materials and Evaporation Retardants.• o. Epoxy. Provide Type Ill epoxy in accordance with DMS-6100, ·Epoxies and Adhesives,• for installfng all drilled-in reinforcing steef. e. Evaporation Retardant Provide evaporation retardant conforming to DMS-4650, "Portland Cement Concrete Curing Materials and Evaporation Retardants.• F. Joint Sealants and Filler,. Provide Class 5 or Class a joint-sealant materials and filler, unless otherw ise shown on the plans or approved and other searant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Filrers." . JOO .l . Equ i pment. F•j rn i sh ar.d rra .nta in 1 11 eq ~i pment in g oad ·.vcrk i ng cond iti on . Usa rreasuring, rr ixing, ar.d delivery equ i pment corfarming to the re1u i rerrenfj of /!em 421, '?tJrtland Ce ment C oncr'.:!ta." Obtain J pprovll far other e1u iprrient u sed . C_ ?-\ A. Placing, Consolldatfng, and Finfshlng 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. Provide an approved automatic grade control system on slip-forming equipment Provide approved mechanlcally operated finish! ng floats capable of producing a uniformly smooth pavement surface. Provfda equipment capable of providing a fine, lfght water fog mist Provfde mechanlcally operated vibratory equipment capable of adequately consolfdatfng the concrete. Provfde immersion vibrators on the paving equipment at sufficiently close Intervals to provide uniform vibration and consolfdatfon of the concrete over the entf ra width and depth of the pavement and In accordance with the manufacturer's recommendations. Provide Immersion vibrator units that operate at a frequency In air of at least 8,000 cycles P4'f minute. Provfde enough hand-operated immersion vibrators.for tfmely and proper consolidatfon of the concrete alo~g fo~s. at Joints and In areas not covered by other vibratory equipment Surface vibrators may be used to supplement equipment-mounted Immersion vibrators. Provfde tachometers to verity 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 fonns of sufficient cros•secUon, strength, and rigidity to support the paving equipment and resist the Impact a.nd vibration of the operation without vfsfbfe springing or setUemenl Use fonns .that are free from detrlmental kinks, bends, or warps that could affect rfde quality or allgnment. Provide flexible or curved metal or wood forms for curves qf 100-ft radius or less. · · 2. Curb Forms. Provide curb fonns for separately placed curbs that are not slfpformed that confonn to the requirements of Item 529, •concrete Curb, Gutter, and Combfned Curb and Gutter.• c. Relnforcfng Steel Inserting Equf pment. Provide Inserting equipment that accurately Inserts and positfons reinforcing steel fn the plastfc concrete parallel to the proflfe grade and horizontal allgnment Jn accordance to plan details. · D. Texturing Equipment. 1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provfde a sfngle piece of carpet of sufficient b'ansverse length to span the full width of the pavement being placed and adjustable so that a sufffclent longitudlnaf length of carpet is in contact with the concrete being placed to produce the desired texture. Obtaf n approval to vary the length and width of the carpet to accommodate speciffc applfcatfons. Use an artiffclal gras•type carpet having a molded potyethylene pile face with a blade length of 5/8 in. to 1 in., a minimum weight of 70 oz. per square yard, and a strong, durable, rot- resistant backing material bonded to the facing. 2. Tining Equipment Provide a self-propelled transverse metal tine devfca equi pped 'N i th 4-in . to 8-in . steel tines and with cross-section approximately 1/32 in. thick by 1112 i n. w ide. spaced 3t t in ., i:en ter -to-cgnter. Hand-operated Ln ir'J C?qu ipment th.1t produces ln equ i valent !~xture may be used only on small o r irr~gulJrly sh1ped areH er, wr.en perm :tted, in errergencies due to equipment breakdo'Nn . E. Curing Equf pment. 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 applfcatlon of · membrane curing compound cannot be accompllshed immedlatefy after texturing and after free moisture has disappeared. Hand-operated pressurized spraying · equf pment with atomizing nozzles may only be used on sman or Irregular areas or, when permitted, In emergencies due to equipment breakdown . F. Sawing Equfpment. Provfde power-driven concrete saws to saw the Joints shown on the plans. Provide standby power-driven concrete saws during concrete sawing operations. Provide adequate ilfumlnatfon for nighttime sawing. G. Grinding Equipment. When required, provfde self-propelled powered grinding equipment that Is speciflcalfy designed to smooth and texture concrete pavement using circular dlamond blades. Provfde equipment wfth automatic grade control capable of grfndfng at least a 3-ft. width longitudlnally In each pass without damaging the concrete. 300.4. Construction. Obtain approval for adjustments to plan grad•ffne to marntaln thickness over ml nor subgrade or base hfgh spots whif e mafntafnl ng clearances and drainage. Malntafn subgrade or base In a smooth, clean, compacted condition In . conformity.with the required section and estabRshed grade unUI the pavement concrete Is · placed. Keep subgrade or base damp with water sufflcfently In advance of placlng pavement concrete. Adequatery Ught the active work areas for all nighttime operations, If required. · A. Reinforcing Steel and Joint Assemblles. Accurately place and secure In 'position all reinforcing steel as shown on the plans. Place dowels at mid-depth of the pavement slab, paraffel to the surface. Place dowels for transverse contraction Joints parallel to the pavement edg~1 Tolerances for location and affgnment of dowels will be shown on the plans. Stagger the longitudfnal reinforcement spffce~ to avol~ having more than 1/3 of the splices withfn a 2-lt. longitudinal length of each l~ne of the pavement Use multfple-plece tf e bar1 or drill and epoxy grout tfe bars at longftudfnal construction Joints. 1. Manual Placement. Secure reinforcing bars at alternate intersections with wire tfes or rocking support chairs. Tie all splices with wire. 2. . Mechanfcal Placement. ff mechanical pla'cament of reinforcement results fn steel mlsalfgnment or Improper location, poor concrete consolfdatfon, or other inadequacies, complete the wane using manual methods. 8. Joint,. Install Joints as shown on the plans. Clean and seal Joints in accordance with 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. Seal all Joints before opening the pavement to a/I traffic. W'hen placing of concrete is stopped, install a rigid transverse bulkhead, accurately notched for the reinforcing steel and shaped accurately to the cross- section of the pavement. 1. Placing Reinforcement at Joints. 1/fl".,,H, tr'3 p 1Jn s r eq ui re .Jn Jssembly o f part, .1t pavement joints, i:orrp let9 and p'ace rr., asserrbly at tra requ ired location and elevation w ith JII parts rg id:y secured in tl"'3 r~q ui r~d pos ition Accurately notch ;oint mJteria l s for the re i nfori:irg steel . r 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 th ickness, 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 reinforcfng steel Irita the plastfc concrete pavement as shown on the plans unless otherwise approved. Form or saw the weakened plane joint across the full wfdth of concrete pavement and through the monofithfc curbs. C. Placlng ahd Removing Fonns. Use clean and oiled forms. Secure forms on ~ base or ffrm subgrade that fs accurately graded and that provides stable support without deflection and movement by form riding equfpment. Pin every form at least at the mfddle and near each end. TightJy 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, affgnment. and stability of forms fmmedlately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requfrements for the completed pavement will be met Step pavfng operations if forms settle or deflect more than 1/8 In. under finishing operations. Reset forms to Rna and grade, and refinish the concrete surface to ·correct grade. Avoid damag~ to the edge of the pavement when removing ·rorms. Repair damage resultlng from form removal and honeycombed areas wfth a mortar mix within 2-4 hr. after form removal unless otherwise approved. crean joint face and repair honeycombed or damaged areas wlthfn 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwfse approved. VVh~n forms are removed before 72 hr. after concrete ·pracement, 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 fs trenched or th4' full width and rength of the fonn base · Is supported with a ff rm material to produce the required pavement thfckoess! Promptly repair the form trench after use. Use ffexibfe or curved wood or metaf forms for curves of 100-ft. radius or fess. o. Concrete Delfvery. Clean delfvery equipment as necessary to prevent accumulatfon of ord concrete before loadlng fresh concrete. Use agitated delfvery equipment for concrete desrgned to h~ve a slump of more than 5 rn. Segregated concrete rs subject to reJectfon. Place agitated concrete within 60 ·min. after batching. Pr ace non-aglt~ted concrete within 45 min. after batching. In hot weather or under conditions causfng quick setting of the concrete, times may be reduced by the Engineer. Time limitations may be extended if the Contractor can demonstrate that the concrete can 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. Pf ace the concrete as near as possibfe to its final location, and minimize segregation and rehandllng. Where . hand spreading is necessary, distribute concrete using shovels. Do not use rakes or •,ibrator, to distribut8 concrete . 1. P3vtment. Cor.solidata all concre te by approved rrech ,:rnic.Jf vibr ators l'.lperJted on tr.'3 front of th'! pav ing eq ui pment. Use immers ion -type v,bntors that simu ltaneous ly conso lidate tra full width of the placerrent when mach ir.e fi n ishin 'J . Keep vibrat ors from j islodg irg re inforcement. Use hand -oi:erated " 0 f I 1 '. .. . ... ·.·· vibrators to consolidate concrete in areas not accessible to the machine-mounted vibrators. Do not operate machine-mounted vibrators while the paving equipment is stationary. · 2. Temp.aratura Restrictions. Place concrete that is between 4o•F and ss·F at the tima of discharge, except that concrete may be used if it was already In transit when the temperature was round to exceed the allowable maximum. Take immedf ata corrective action or cease concrete production when the concrete temperature exceeds 95•F . Do not place concrete when the ambfent temperature fn the shade Is below 40·F and falling unless approved. Concrete may be placed when the ambient temperature in the shade fs above 35•F and rising or above 40•F. 'h11en temperatures warrant protection against freezing, protect the pavement with an approved fnsulatrng materfal capable of protecting the concrete for the speci"ed curing perfod. Submit for approval proposed measures to protect the concrete· from anticipated freezfng weather for the ffrst 72 hr. after placement Repair pr replace all concrete damaged by freezing. F. Spreading and Finishing. FTnlsh all concrete pavement with approved self. propelfed equipment Use power-drfVen spreaders, power-drfven vibrators, power- driven strike-off, and screed, or-approved alter,,ate equfpment Use the transverse finishing ~ulpment to compact and sbika off the concrete to the required section, and grade without surface vofds. Use float equipment for ffnal ffnlshfng. Use concrete w,th a consistency that allows completion of all ffnlshfng operations without. addl.tfon of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging ff float or straightedge operations result In excess slurry. 1. Ff nlshed Surface. Perfonn sufficient checks with long-handled 10-ft. and ·1 S-tt. straightedges on the plaaUc concrete to ensure that the ffnal surface fs'w.ffl11n the tolerances speciffed fn the contract documents. Check with the strafght~g~ . · parallel to the centerline. · 2. Maintenance of Surface Moisture. Prevent surface drying of the pav~~ent · before appllcatlon of the curing system. Accomplfsh this by fog applfcaQo~ _of evaporation retardant on the pavement surface. Apply evaporation retardant at . the rate recommended by the manufacturer. Reappfy the evaporation retardant as needed to maintain the concrete surface fn a moist condition until cuting system Is appffed. Do not use evaporation retardant as a finishing aid. · . . .. 3. Surface Texturing~ Perform surface texturing using a comblnatfon of a carpet drag and metal tining, if required by the contract documents. Complete final texturing before the concrete has att~lned its lnitfaf set Draw the carpet drag rongitudinaffy 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 J/18 in. deep, with a minimum depth of 1 /8 In., and approximately 1/12 in . wide. Do not overfap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to t he edge of the slab and Jo ints immediately after texturing. Do not tiMJ pavement that ..viii b'! overra id . 4. Small or lrreguru Placements. '1Jh'!r9 mach ir.e placements and finishing of ,:ancret9 pavement ar'! rot prJct:cal, use rand ~quiprr.ent ar.d procedures that produce 1 cor.solidated Jnd finished p1v,ment section to tha lina and grade. - 5. Emergency Procedures. Use hand-operated equipment for app1'fing faxtun,, evaporation retardan~ and CtJre in the event of equipment breakdown. a. Curf ng. Keep the concrete pavement surface from drying by water fogging until the curing material has been applied. Malntaln and promptly repafr damage to airfng materfals on exposed surfaces of conaeta pavement contfnuously for at feast 3 curing days. A curing day is deffned as • 2-4-hr. period wha" either the temperature taken In the shade away rrom artitlclaJ heat rs above so·F for at least 19 hr. or when the surface temperature of Ula conauflt ls maintained above -w·F for 24 hr. Curing begins when ft\e conaata curfr,g sysfem haa been applled. Stop concrete pavfng if curing compound rs not being eppUad promplfy and maintained adequately. Othar methods of curing in eceordance with Item 420, -concrete Struc:lura. • may ba used · when specifled or approvad. 1. Membran• Curing. Altar tutu~ and Immedlatary after the he aurfaca morsfurw has disappeared, epray tt,e conerata IUl'face unlfonnly with 2 coats of mernbnlna curing compound at an indlvfdual apptfcatfon rate of not more than 180 sq. ft. per gallon. Apply Iha 1ht coat within 10 min. after complelfng tm1wfng opondfon8. Apply the second coat wftfin 30 min. aftllr completlng taxturfng oparatrone. Before and durtng appllcatton. maintain cumg compounds rn • unlfonnly agitated condJtfon. he of settlement. 0a not thin or dllut8 the curing compound. W... the coallng ahowa discontlnullf• or oth« defed8 or If rain falla on the newly coated surfam before the 11m hae dried enough to .....i.t darnag .. apply · addftlanal compound at Iha same rate of OOVW1lg8 to cornact th• damaga. Enaun. · that the curing compound toata ft. aldee rA lhe tlnfng gl"OOYM. H. Sawing Jofnta. Saw Jofntl to the depth 8"own an tfle ptan• •• aoan •• MWfna can be accompllhed without damage fD u. pavement regandesa of ame of day or weather condlllona. Some minor raveDng of the sn, cut fa accepbabla U. • chalc line, 1trfng Ille, 1awfng tamplate. ar other approved method to pruvfde a true Joint elgnment. Provide enough saws to match the paving produdfon rata to enua sawing complalan at the e.a.t poseible time to awld U1CDnfn>Uad cnacldng. Reduce paving production 'if necessary to ensure timely eawfng of jolntl. Promptly restore membrane QJn, damaged within the ht 72 hr. of curfng. 1. Profacdon of Pavement and Opening to Traffic. Tes11ng for early open.,g Is lhe responsibllty of the Contractor reganflea of JotMx>ntrd festfng respons,bifftfes unJN• oefterwfsa shown In the plana or dfredlld. T atfng ra•ult fnfarpratatfon for openfng to traffic II subfec:t to the approval of die Engineer. 1. Prafactfon of Pavement. Eract and maintain barrfaldn and cth« standard and appn>Wd devices that wil exclud• iiU vehides and equrpment from the newly· ptacad pavement far th• perloda 1P9ciffed. Beto,. opening ro trafflo. prated the pavwnant ft'om damagt due to croselnge using approved methodL Maintain an adequate supply of sheeting or other material to oove, and protect rresh conaete . eurflc::9 from weathar damage. Apply a• needed ta protect the pavement surface ltom weather. · 2. Openrna Pavement ta Traffle. Bef'ore opanfng to traffic. dean pavement, place stable mafarfal agalnst tt11 pavement edges. wal jointJ, and perform all otfler · tratffc safety refatod worx. ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT: The concrete pavement acceptance policy shall be as follows: A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient pavement thickness other than the tolerances specified below. 1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract unit price will be used for payment if the average thickness within the project meets or exceeds the specified designed thickness . 2. Deficiencies of greater than 0.25-inch shall be removed and replaced with pavement of plan thickness at contractor's entire expense. B. Cracked Concrete Acceptance Policy. If cracks exist in concrete pavement upon completion of the project, the Project Inspector shall make a determination as to the need for action to address the cracking as to its cause and recommended remedial work. If the recommended remedial work is routing and sealing of the cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of the project maintenance period. The Contractor shall perform the routing and sealing work as directed by the Project Inspector, at no cost to the City, regardless of the cause of the cracking. If remedial work beyond routing and sealing is determined to be necessary, the Inspector and the Contractor will attempt to agree on the cause of the cracking. If agreement is reached that the cracking is due to deficient materials or workmanship, the Contractor shall perform the remedial work at no cost to the City. Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. If remedial work beyond routing and sealing is determined to be necessary, and the Inspector and the Contractor agree that the cause of the cracking is not deficient materials or workmanship, the City may request the Contractor to provide an estimate of the cost of the necessary remedial work - and/or additional work to address the cause of the cracking, and the Cont ractor will perform that work at the agreed-upon price if the City elects to do so. If remedial work is necessary, and the Inspector and the Contractor cannot agree on the cau se of the cracking, the City may hire an independent geotechnical engineer to perform testing and analysis to determine the cause of the cracking. The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City. The Contractor and the City shall use the services of a geotechnical firm acceptable to both parties. If the geotechnical engineer determines that the primary cause of the cracking is the Contractor's deficient material or workmanship, the remedial work will be performed at the Contractor 's entire expense and the Contractor will also reimburse the City for the balance of the cost of the geotechnical investigation over and above the amount that has previously been escrowed . Remedial work in this case shall be limited to removing and replacing the deficient work with new material and workmanship that meets the requirements of the contract. If the geotechnical engineer determines that the primary cau se of th e cracking is not the Contractor's deficient material or workmanship, the City will return the escrowed funds to the Contractor. The Contractor, on request, will provide the City an estimate of the costs of the necessary remedial work and/or additional work and will perform the work at the agreed-upon price as directed by the City . HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Ooerator AsPhalt Distributor Ooentor AsPhalt Pavina Machine Operator Asohalt Raker Asphalt Shoveler Batchina Plant Wei&her Broom or Sweeoer Operator Bulldozer Ooerator Cari,enter Concrete Finisher, Pavin1 Concrete Finisher. Structure, Concrete Pavin1 Curbin1 Machine Ocerator Concrete Pavina Finishin1. Machine Onerator Concrete Pavin1 Joint Sealer Ooerator Concrete navlna Saw Onerator Concrete Pavina Spreader Operator Concrete Rubber Crane, Clamshell, Backhoe. Derrick. DraaJine. Shovel Ocerator Electrician Flauer Form Builder/Setter. StJucturea Form Setter Pavlna &: Cwt, Foundation Drill Onerator. Crawler Mounted Foundation Drill Ooerator. Truck Mounted Front End Loader Ooerator Laborer, Common Labom, Utility Mechanic Millina Machine Ol>erator, Fine Gnide Mixer Onerator Motor Orader Ooentor. Fine Orade Motor Orader Ooenior, Rouah Oiler Painter Structures Pavement Markin& Machine Ooerator Pioelaver Reinforcin& StNI Setter Pavina Reinfon:ina Steel Setter, Structure Roller Ooerator, Pneumatic Self-Prol>Clled Roller Onerator. Steel WhNI, Flat WheeVTampin1 Roller UDehwl", Steel Wheel, Plant Mix Pavement Scraner ODCrator Servicer SIID Form Machine Oocrator Spreader Box Operator frKtorC Crawler Tyi:,e TrlCtor UDehlur', Pneumatic Travel ina Mixer Oi:,entor Truck Driver, Lowboy-Floll Truck Driver Slnale Axle. Heavy Truck Driver Sinai• Axle, Light Truck Driver, Tandem Axle. Semi-Trailer Truck Driver Transit-Mix Waaon Drill Bor ina Machine , Poll Hole Dnller Operator Welder Wort( Zone 13arricade Servicer $10.06 SIJ .99 $12 .78 $11.01 S 8.80 $14.U S 9.&a SIJ .22 $12 .&0 $12 .&S $13 .27 $12 .00 $13 .63 $12 .50 Sl3.S6 $14 .SO SI0.61 $14.12 Sll.12 S 1.43 SI 1.63 Sll.&3 Sl3.67 S16.JO $12.62 S 9.11 SI0.65 $16.97 $11.13 SI I.SI SU.20 Sl4 .S0 $14.91 SJJ.17 SI0.04 SI 1.04 Sl4 .&6 $16 .29 SI 1.07 SI0.92 $11.21 SI 1.42 $12 .32 S 12.33 SI0 .92 $12 .60 $12 .91 Sl2 .0J $14.93 SI 1.47 SI0.91 S 11.75 $12 01 $14 00 SIJJ7 SIO 09 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. C293-541200- 207620159483. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR JLB CONTRACTING, LLC. By:~/cJ~~ Name: James G. Humphrey, President of Title : JLB CONTRACTING, LLC Date : -~/f:~"rP.-~-~~l._2) ____ _ undersigned authority, on this day personally appeared a{)t/l..~Zd.L~~l,,&k_'!!fl-~~. known to me to be the person whose name is subscribed to the --C · nd acknowledged to me that he executed the same as the act and deed ==-aa..=.a~;..;;a..a"""-'-"""""""G"""'1...al=La;..aCa..;.. for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office thi~y of 0 , 20 / ~ Public in and for the State of Texas e LINDA OLIPHANT NOTAR Y PUBL.IC STATE OF TEXA S MY COMM . EXP. 3-10-2013 Bond No. _8""8""'5""1""1 __ _ PERFORMANCE BOND THE ST ATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS : COUNTY OFT ARRANT § That we (1) JLB CONTRACTING, LLC. as Principal herein, and (2) WESTFIELD INSURANCE COMPANY, a corporation organized under the laws of the State of(3) OHIO and who is authorized to issue surety bonds in the State of Texas, Surety herein , are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties , Texas, Obligee herein, in the sum of: ONE MILLION, SIXTY-NINE THOUSAND, THREE HUNDRED FIFTY-NINE DOLLARS AND TEN CENTS ... ($1,069,359.10) Dollars for the payment of which sum we bind ourselves , our heirs , executors, administrators , successors and assigns , jointly and severally, firmly by the se presents . WHEREAS , Principal has entered into a certain contract with the Obligee dated the 16TH of NOVEMBER, 2010 a copy of which is hereto attached and made a part hereof for all purposes , for the construction of: HMAC SURFACE OVERLAY 2010-15 NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default , then this obligation shall be void ; otherwise, to remain in full force and effect. Bond No. -'8=8=5=11=---- PROVIDED, HOWEVER, that this bond is exec uted pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on thi s bond shall be determined in accordance with the provision s of such statue , to the same extent as if it were copied at length herein. IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety h ave executed this in strument. SIGNED and SEALED this 16TH day of NOVEMBER, 2010. (SEAL) ATTEST: (Surety) Secretary (SEAL) Witness as to Surety Gala Harris P.O. Box 8720, Fort Worth, Texas 76124 (Address) JLB CONTRACTING, LLC. PRINCIPAL (4) BY:~-1:J ~ Title: James G. Humphrey, President POB0X24l31 FORT WORTH, TX 76124 (Address) NOTE : Date of Bond must not be prior to date of Contract (I) Correct name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of su rety must be stated. In addition , an original copy of Power of Attorney sha ll be attached to Bond by the Attomey-in- Fact. The dat e of bond sha ll no t be prior to date of Contract. ....... _ .... -- ......... ~ -. ........ ~.. -........ _ ..... .. , .. -'•. Bond No. _8~8_5=11~-- PAYMENT BOND THE STATE OF TEXAS § § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OFT ARRANT That we, (1) JLB CONTRACTING, LLC. as Principal herein, and (2) WESTFIELD INSURANCE COMP ANY a corporation organized and existing under the laws of the State of (3) OHIO , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of ONE MILLION, SIXTY-NINE THOUSAND, THREE HUNDRED FIFTY-NINE DOLLARS AND TEN CENTS ... Dollars ($1,069,359.10) for the payment whereof, the sa id Principal and Surety bind themselves and their heirs , executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 16TH day of NOVEMBER , 2010, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: HMAC SURFACE OVERLAY 2010-15 NOW THEREFORE , THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor and materials in the prosecution of the work under the contract, then thi s obligation shall be void ; other wise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the pro visio n s of said sta tue , to the same extent as if it were copied at length herein . IN WITNESS WHEREOF , the duly authorized representatives of the Principal and Surety have executed this instrument. SIGNED AND SEALED thi s 16m day of NOVEMBER, 2010. ATTEST : Secretary (SEAL) Bond No. ~88~5=1~1 __ _ JLB CONTRACTING, LLC. PRINCIPAL By:~ ~ j.J.1__, ..... 5.-,a<""-:::?- Name: James G. Humphrey Title: President Address: PO BOX 24131 FORT WORTH, TX 76124 Name:-==~~~=~------- Attorney in Fact ~~ Address: 555 REPUBLIC DRIVE, SUITE 450 PLANO, TEXAS 75074 Witness as to Surety Gala Harris Telephone Number : ...;::9....:.7..:.2..:-5;:..;:1;.:::6...:.-2::..::6~0~0------ NOTE : (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated . In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. . ._ , . . , , ... E ,; ,,,. ·- . -.. .... ·· ........ ::::-, -· ",, .. r,,._ ... -....... .., .. - Bond No. _8"""8'"""5-=-11=---- MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § That JLB CONTRACTING, LLC. (Contractor), as principal, and WESTFIELD INSURANCE COMP ANY , a corporation organized under the laws of the State of OIDO ,(Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of ONE MILLION, SIXTY-NINE THOUSAND, THREE HUNDRED FIFTY- NINE DOLLARS AND TEN CENTS ... Dollars ($1,069.359.10) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however; that, WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 16TH of NOVEMBER, 2010 copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: HMAC SURFACE OVERLAY 2010-15 the same being referred to herein and in said contract as the Work and being designated as project number(s) C293-541200-207620159483 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof, and , WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of Two (2) Years after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work m good repair and condition for said term of Two (2) Years; and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and , Bond No. _8""'8""'5"""1'""1 __ _ WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct sa id Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void , and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed m 1 counterparts, each one of which shall be deemed an original , this 16TH day of ATTEST: (~Q~P Secretary ATTEST: (SEAL) Secretary NOVEMBER, A.D . 2010. JLB CONTRACTING, LLC. Contractor By:~ ,Ji/. <S ~ Name : James G. Humphrey Title : President WESTFIELD INSURANCE COMP ANY Surety Title : Attorney-in-Fact 555 REPUBLIC DRIVE, SUITE 450 PLANO, TEXAS 75074 Addre ss ------... --'- ... ,.. .. ~_ __~: ..._. .. ·--.. ----,. IMPORTANT NOTICE To obtain information or make a complaint: You may call Westfield Insurance Company's and/or Ohio Farmers Insurance Company 's toll-free telephone number for information or to make a complaint at: 1-800-368-3597 You may also write to Westfield Insurance Company and/or Ohio Farmers Insurance Company at: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 You may contact the Texas Department of Insurance to obtain information on companies, coverages , rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P . 0 . Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web : http ://www.tdi.state.tx.us E-mail: ConsumerProtection@td i.state . tx . us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or Westfield Insurance Company and/or Ohio Farmers Insurance Comapny first. If the dispute is not resolved , you may contact the Texas Department of Insurance . ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja : Usted puede llamar al numero de telefono gratis de Westfield Insurance Company's I Ohio Farmers Insurance Company 's para informacion o para someter una queja al: 1-800-368-3597 Usted tambien puede escribir a Westfield Insurance Company / Ohio Farmers Insurance Company: 555 Republic Drive, Suite 450 Plano, Texas 75074-8848 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al : 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas: P. 0 . Box 149104 Austin , TX 78714-9104 Fax : (512) 475-1771 Web: http ://www .tdi.state.tx.us E-mail: ConsumerProtection@tdi .state . tx. us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo , debe comunicarse con el agente o Westfield Insurance Company/ Ohio Farmers Insurance Company primero . Si no se resue lve la disputa, puede entonces comunicarse con el departamento (TOI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED .PRIOR TO 09/09/09, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY POWER NO. 4220052 06 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a *Company* and collectively as *Companies,* duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Oh io, do by these presents make, constitute and appoint CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY , JENNIFER R. MARSH, JOINTLY OR SEVERALLY of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instn.nnents or contracts of suretyship-- - - - -r - - - - --- - - - - - • • - • • • • • • • • • • • --• • • • - • - - • • • - -- -• • • • • • • • • • • - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: *Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisi ons: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and del i ver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.* *Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate beari ng facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.* (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 09th day of SEPTEMBER A.D., 2009 . Corporate 4;ii..:C:;---, . Seals /"_~)-'.-....... Cf'"\ Affix ed J ;t/' ,.._ \ c,~ :~; s~•, :; ! .. ! .w.M.1.1),, \~·····, .. :':/! State of Oh i~ County of Medina ss.: WESTFIELD INSURANCE COMPANY WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY By : Richard L. Kinnaird , Jr., Senior Executive On this 09th day of SEPTEMBER A.D., 2009 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY , WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals ; that they were so affixed by order of the Boards of Directors of said Companies ; and that he s igned his na~me thereto b~ like order. ;aL Notarial ~·~ _ A~:~d 6~1~;tJ ... ~\ StateofOhlo CE,~) County of Med i na ss.: •• ••• .,q.,_ 0 ~ ••• •• ••· E:of ••• ...................... •" William J. Kahelin , A rney at Law, Notary Public My Commission Does Not Expire (Sec . 147 .03 Ohio Revised Code) I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY , WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by sa id Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Di rectors, set out in the -~o~er of Attorney are in full force and effect. · _ th Nd'Veffif1et Where.2(31 &ave hereunto set my hand and affixed the seals of said Compan i es at Westfield Center, Ohio, t his 16 day of ~~ . . ...-·~=·u"' .. --;-::-,...... ,,,,,uu1u,,,,,,, • ............ ~'""''•,,,,~, .• "' .. ~ ,...,, -.. ,.,• :<i\ONAL.11\1:'',, •'.e.~ ·· .. J'.,c:." .. -· ......... <'f>'\ ,,'''<"I':-···'""··· •• &•,, ... • .... ~····"···· t'?..,,~ J ...,.., ........ c,... .:-o •• ··~·~ .. ~.·· -···""~ t Ifs~ J( I \0V' ft/ ··yfi f ~{t,f.dTERti"{b\ ! ;\ .w.M.1.1),, =f-: SEAL :m: i!!: :J§ \\\\ ,_ ./! . l ~\ fri § \~\ 1848 /~! ''.:::::;/· ....... _..... \::.:,·,·· ........•......... ··.·.·.~/ \.. ·•· .. ;': .... •·. ~-; ,,,,,,, . .. .......... .. ,,,,,,,.,, .. ,,,,,~•'' ,,,, ........... .. BPOAC2 (combined) (06-02) THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT This agreement made and entered into this the 16 day of NOVEMBER AD ., 2010, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, AD. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas , and in accordance with a resolution duly passed at a regular meeting of the City Council of said city , and the City of Fort Worth being hereinafter termed Owner, JLB CONTRACTING, LLC., HEREINAFTER CALLED Contractor. WlTNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : HMAC SURFACE OVERLAY 2010-15 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 (10) 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 ir SQ_ection and approval o OFFICIAL RECORD CITY SECRETARY FT. WORTH , TX the Department of Transportation of the City of Fort Worth and the City Council of the City of F ort Worth within a period of One Hundred & Eighty (180) days . If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions , there shall be deducted from any monies due or which may thereafter become due him, the sum of $200 Per working day, not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans , Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereo f, 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 itemi zed 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, ari sing out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents , employees, subcontractors , licensees or invitees , whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers , servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to fin al 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 ,.-"5'-1 ......... .ue...Y.I.:~~~~ execute and deliver to said City of Fort Worth good and sufficient sur t • .b, performance of the terms and stipulations of the Contract and for the payme t ~! CITY SECRETARY FT. WORTH, TX 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 100 percent (100%) of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas , and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be ONE MILLION SIXTY NINE THOUSAND THREE HUNDRED FIFTY NINE DOLLARS AND TEN CENTS ... Dollars, ($1,069,359.10). 9 . It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth , Texas , a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract , and the Contractor agrees to fully comply with all the provisions of the same . IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 2 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached . The Contractor has executed this instrument through its duly authorized officers in 1 counterparts with its corporate seal attached. Done in Fort Worth, Texas , this the 16 day of NOVEMBER, A.D, 2010. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX APPROVAL RECOMMENDED: d.~~~,v WILLIAM A. VE ~ f DIRECTOR, DEPARTMENT OF TRANSPORTATION/PUBLIC WORKS ATTEST: JLB CONTRACTING, LLC. POBOX24131 FORT WORTH, TEXAS 76124 CONTRACTOR JLB CONTRACTING , LLC BY:c;r~ A I James G. Humphrey, President of '' J~TRACTIN G, LLC j>o ~()x rA 1/ !'3 I Ft1!lT tua/2 711, T~ 7fp/zt./ ADDRESS November 1960 Revised May 1986 Revised September 1992 Revised J,VlaF~~----, OFFICIAL RECORD CITY SECRETARY FT. WORTH , TX CITY OF FORT WORTH FERNANDO COST A, ASST CITY MANAGER CITY SECRET ARY (S E AL) APPROVED AS TO FORM AND LEGALITY~-== SST.ITY ATTORNEY Co n t ract Author iz a tion !I /11., 110 Da t e ~LB. CONTRACTING,LLC 7 15 1 Ra nd o l !ill R(1nd P.O. Ho:x 241 3 1 Fo rt \\'o nh . T l':xa s 76 124 Purchasing Division City of Fort Worth, Texas 1000 Throckmorton Street Fort Worth, Texas 76102 BID FOR: HMAC Surface Overlay 2010-IS City Project# 01S94 TPW Project# C293-S41200-2076201S9483 September 9, 2010 ,( . ,, ' -' . •' -- G- o \ \ \ \. (. 0: . ~ ~ = "'""4 (") ... a ... = 0 a C. C. a -1 "C ... ~ -~ < "C ... C \ ·. ! ·:, . ..-"'·J, = 0 ... ... 1('·-;{, \.;,\ -C. =) \-\./-\ _. . = « -= =· ' ,: ,-: ' . '· .' ; ~ ~ C. ~ = ~\,~< r :-. -. ~ '(11 = (\S = ... C. ~\,\Yl .·' ? -(JQ ~ = :z ,::I = = < r3 ~"'.\? _(\ -= a ~ rj' ·1 ~ -~ ., J •· FORTWOR TH .& C ity of Fort W orth F inance D e partment • Purchasin g Division 1000 Throckm orton Stree t Fort W orth, Tex a s 76102 RECEIPT .OF BID ' . --., 1 • I \. ,, <... 1/i /// C om p a ns,,:N:am e1 ...,,...,----------~-=r ------------------------~ .,....s> ';_-.1 v·o-I / /) Indivi dual Delivering :---------~..,.../~) A-=-"'_)(_'-----------------------! / '-" B id T it le and N u mber: \./ E mployee Sign a ture :---------'--'--''----------------------------- Time and D a t e R eceive d : ---------------------------------- White Copy -Cu stomer Ye llow Copy -Ma n agement 1 1 i i 1 1 ' 1 4' -o" FONTS: PROJECT DESIGNATION SIGN ---------4' -0" --------- PMS -167 =c3" 3"C Project Title 1 1 .. 3 "C 2ND LINE 1 IF NECESSARY _/ ~ 3 11 1~"======= Contractor: ---=± 1" 2~"LContractor's Name' 2 1 ~"=c= Scheduled Completion Date 1~" I 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-CONSTRUCTION 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, REDRAWN OCTOBER 2002 . STREET CURB MONOLITHIC SIDEWALK CIRB UNES TO BE 1/4" DEEP \ 4 JOINT, 4" GAP 1• R ~ R.O.W . CURB PAY LIMIT MAX. LENGTH OF SURFACE TREATMENT (GROOVE) 5' FROM THE BACK OF CURB . EXPANSION MATERIAL RECESSED 1 / 4 • AND SEALED W/ SILICONE (APPLICABLE TO ALL COLD-JOINTS) NOTES TYPICAL RAMP X-SECTION CITY OF FORT WORTH. TEXAS -CONSTRUCTION STANDARD OCTOBER, 1992, REDRAWN OCTOBER 2002 1 . FOR PARKWAY WITH ELEVATION BELOW STREET ELEVATION, THE SIDEWALK CURB MUST BE 2" HIGHER THAN THE STREET CURB. 2. SIDEWALK CURB SHALL NOT ENCROACH ON THE PROPOSED WIDTH OF THE SIDEWALK RAMP . "".", 3 . FOR TYPE I RAMP MAXIMUM SIDEWALK CURB HEIGHT o• TO 7". COY Of FORT WORTH, TEXAS ACCESSA8IU1Y RAMP - lYPICAL CROSS SECTION .. -·--···------- DATE: 09/2004 STR-031 ·-·· ----··----- EXISTING CURB AND CUTTER SAWCUT FOR CONCRETE PAVEMENT SODDING AS REQUIRED EXISTING 15' R SCALE 1" = 5' NOTES SIDEWALK RAMP W/ COLORED SURFACE 1) EXPANSION JOINT ANO SIUCONE SEALING SHALL BE SUBSIDIARY TO UNIT PRICE 810 FOR SIDEWALK . 2)· THE ACTUAL UMIT OF REMOVAL OF EXIST -ING CURB ANO GUTIER AND SIDEWALi< SHALL BE AS DIRECTED BY 11-iE ENGINEER IN THE FIELD. J) MONOLITHIC CURB OR FlARED SLOPES MAY BE INSTALLED ON BOTH SIDES OF THE RAMP DEPENDING ON THE FIELD CONDITION OR AS DIRECTED BY THE ENGINEER. 4) CURB RAMPS WITH RETURNED CURBS MAY BE USED WHERE PEDESTRIANS WOULD NOT NORMALLY WALi< ACROSS THE RAMP. 5) SLOPE OF CURB RAMP ANO/OR SIDEWALK SHALL BE A MAXIMUM OF 1 ;12. FlARED SIDES OF RAMP SHALL HAVE A MAXIMUM SLOPE OF 1: 10.1,. UNLESS PEDESTRIANS COULD WALi< ACRuSS THE RAMP THEN THE MAXIMUM SLOPE SHALL BE 1:12. MONOLITHIC SIDEWALK CURB CK OF PROP. CURB SAWCUT FOR HMAC PAVEMENT STANDARD PAY LIMIT DETAIL CITY OF FORT WORTH, TEXAS ACCESSABIUlY RAMP PAY LIMITS DATE: 09/2004 STR-032 EXISTING CURB AND GUTIER SAWCUT FOR CONCRETE PAVEMENT JOINT DETAIL EXISTING 15' R SCALE 1" = 5' NOTES SIDEWALK RAMP W/ COLORED SURFACE 1) EXPANSION JOINT AND SIUCONE SEAUNG SHALL BE SUBSIDIARY TO UNIT PRICE 810 FOR SIDEWALK . 2) THE ACTUAL UMIT OF REMOVAL OF EXIST -ING CURB AND GUillR ANO SIDEWALK SHALL BE AS DIRECTED BY THE ENGINEER IN THE FIELD. MONOUTHIC SIDEWALi< CURB 'SODDING AS REQUIRED EXPANSION JOINT & SIUCONE SEAUNG CK Of' PROP. CURB FACE Of PROP. r CURB SAWCUT FOR HMA(,i·, PAVEMENT ,_ CllY Of' f'ORT WORTH, TEXAS ACCESSABIUlY RAMP JOINT DETAIL CATE: 09/200. STR-033 ... ·.·.· :•:•: .· :-:-·>:· -:-:-::-: .;:-:-:···· ... ·.·.·>:········ ... ·:-·:-:-·:-:,:>:-·:-:-:······ .. (a) PERPENDICULAR PUBLIC SlOEWALK CURI RAMP (c) COMIIED fl'~PU'IIUC CITY OF FORT WORllf, TEXAS ACCESSABIUTY RAMP TYPICAL CROSS SECTION ,· ' DAlE: 09/2004 STR-034 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. 14.2.6 Vehicular Ways and facilities , 'l;, I I) D 0 / ... ~ I - (a) (b) Perpendiculor public sidewalk curb ramp In public aldewalk with parkway Perpendicular publlc sidewalk curb ramp In pubtlc 1idewalk (a) arall., pubroe 1idewalk curt, ramp In public sidewalk a a a ~ ~ (b) Camblnatlan P,Ubllc aldewalk curb ramp in pubUc sidewalk with parkway Fig. 60 a a a (c) = = P1rpendlcular pubic 1idewal _il· ._ curt, ramp at pra1ectad intera~an Public Sidewa lk Cirb Romps at Marked Crossings Cm' OF F'ORT WORTH, TEXAS ACCESSABILfTY RAMP FIGURE 60 DATE: 09 /2004 STR-035 RUNNING SLOPE 1:20 MAX lfALK NOTE 1 X --====:::::::=-, y RUNNING SLOPE 1:12 MAX CURB RA.MP COUNTER SLOPE 1:20 MAX STREET ( 1) Slap• • y / x where r 11 & lenl dap• (2) CaU!lt.ar olape shall nal exceed 1:20 Fi,. B-4. 7 .2 Measurement of Curb Ramp Slope X NO'l'Sl If X < 411• ( 1220 mm) lh•a the dope at th• nared llidu •h&ll aal a:oH4 1:13 PLANTING OR OTHER NONWALKING SURFACE SIDE (a) nare4 Side• (b) Relumed Curb Fie, 84.7.5 Sides of Curb Ramp• Fie. 84.7 .5 Built-up Curb R&lilp OCTOBER, 1992, REDRAWN OCTOBER 2002 CITY Of" FORT WORTH, TEXAS ACCESSABILITY RAMP RAMP SLOPE DETAILS STR-036 1:48 ... TYPE . I EXISTING 15' R. SCALE 1" = 4' PROP. 4' RAMP WITH COLORED SURFACE VARIABLE HEIGHT CURB 1 1/2' R. (TYP) CliY OF FORT WORTH, TEXAS ACCESSABILITY RAMP TYPE I (W/15' RADIUS) DA TE: 09/200-4 STR-037 ~ ~ < i= z 0 ..... ~ ~ i:t:l ::':!l 0 u 1:48 .. TYPE I EXISTING 20' R. SCALE 1 " = 4' PROP. 4 1 RAMP WITH COLORED SURFACE VARIABLE HEIGHT CURB 1 1/2' R. (TYP) CITY OF FORT WORTH, TEXAS ACCESSABILITY RAMP - TYPE I (20' RAD.) DATE: 09/2Q0.4. STR-038 I I -EXISTING CURB .le GUTl'ER cs· SODDING !.9 RBQUIRJCD I . TYPE ·III EXISTING 15' R. SCALE 1" = 4' SIDEWALK RAMP WITH COLORED SURFACE I -.. • -~ BROOM FINISH V///7m HMAC TIE-IN IIONOLl'I'BlC CURB .~~~i.c-'-"" OP 7" CUD ~ DISTING CUD Ill GlJ'ITD 9.lYctJT POK CONC1'ffl P.AV!IIENT CITY OF FORT WORTH, TEXAS DATE: 09/2004 ACCESSABILITY RAMP - TYPE m (15' RADIUS) STR-039 II c!c GUTTER ~EXISTING CURB ~ rt 18° OR 2' 0 s· SODDING AS REQUIRED TYPE 111 EXISTING 20' R. SCALE 1" = 4' SIDEWALK RAMP WITH COLORED SURFACE I -.. ...... ~ BROOM FINISH ~ HMAC TIE-IN VARIABL; HEJGHT CURB EXISTING CURB c!c GUTTER SAwcur FOR CONCRETE PAVEMENT CITY OF FORT WORTH, TEXAS ACCESSABILITY RAMP - TYPE III (20' RADIUS) DATE: 09/200+ STR-040 .. u • IC t-z 0 .... .... u • C .... z 0 u ... 0 & LEGEND H.M."A.C. REHABILITATION . ii · 11 II lit· WEDGEMIL LIMO . (RECYCLE lOVERLAY ONLY) NOTE: BUTT JOU.TS NOT REQUIRED WITH REMIXING PROCEs·s. · TYPIC:AL STREET BEGIN OR ENO POINT • REGARDLESS OF THE INTERSECTING STREETS ANGLE. LAYOUT. fOR RECYCLING ACTIYITES UNLESS NOTED. OTH£11W15£ IN, STIIE£T SCHEDULE:~ I • - BUTT JOINT 0-1 A [VIS CD: 111.\1 .Ne. OATI: 1990 I BUTT JOINT ( NOTE :ta)AN ATT£MPT HAS8U'.NMAOE. TO DETAIL . AS MANY STD. fl[LD SITUATIONS AS POSSIIL[ HOWEVER I THE CONTRACTOR MIGHT HAY[ TO OV[IILAP PARTS o, TH(Sf DETAIi.i TO COH~IGURE ·A LATOUT THAT 1£ST APPLIES TO A PAIITICULAII SITUATION 1 'z > auT T JOINTI NOT A[QUIA[D WITH R[MIJCING PROCESS . MEDIAN STREET BEGIN OR END POINT TYPICAL LEGEND .,1 II II ·14 MEDIAN .. LAYOUT FOR RECYCLING ~CTIVITl£S FOR BLVD. SECTION UNLESS NOTED OTH£RWiS£ IN STREET SCHEDULE H.M.A.C. REHABILITATION WEDGEMILLINO (RECYCLE/ OVERLAY ONLY) D-2 R£V1SEO: 11(11,lle. DAT('. 1990 LEGEND I , H.M.A.C. REHABILITATION •• II II I~ WEDGEMILLING · (RECYCLE/OVERLAY ONLY) NOTE :uU,LL RIGHT TURN STOflAGE LANES SH4LL I[ CONSIO[ll[D AS MIIT 0, CONTRACT. (2) BUTT JOINTS NOT ll(QUIIIED WITH REMIXING ~IIOCCSS. TYPICAL LAYOUT fOft RECYCLINI ACTIYITEI NOT£·: IF £1THEII IIAOIUS DOES NOT HAVE AN ISLAND, IT WILL BE TREATED AS INDICATED BY APPLICABLE DE TAIL • BUTT JOINT ~ STREET BEGIN OR ~END POINT\ REGARDLESS OF THE INTERSEC:T NG STREElS ANGLE. D-~ RE VISCO: II IV. Ne. DAU, UNLESS NOTED OTHERWISE IN STll[[T SCHEDULE. TYPICAL LEGEND . rt H.M.A.C.REHABILITATION ••. II II Iii WEDGEMILLING ( RECYCLE /OVERLAY ONLY.) NOTE ~l)IF ANY COIIBIHAtlOH OF ISLANDS ANO RIGHT TURN LANE$ ARE Al.SENT TURN RADIUS SHALL BE TREATED AS STANDARD. BUTT JOINT SHALL BE SQUARED OFF-If NEEDED AS A RESULT Of' EXISTING CONC. VAi.LEY GUTTER. (21 BUTT JOINTS NOT REQUIRED WITH REMIXING PftOCESS. LA'l'OUT FOR RECYCLING ACTIVITIES WHEN INTERSECTING STREETS ARE RECYCLED SIMULTANEOUSLY U"LfSS NOTED OTHERWISE IN STREET SCHlDULE 0-4 RfVISfO: ll[V. Ne . DAf[~ 1990 Height: BACK OF /CURB 2' (") ' co 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.) BACKOF CURB (Varies) 12" WHITE HOT TAP (AVERY DENNISON OR EQUIVALENT) 2' . '9 N ~ ;._ . ~ "' WHITE TYPE II 1-SIDED REFLECTORS 3 1/2" inches DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS CITY OF Ramp Gradient: 8.57 in 1 (30 inches I 3-1/2 inches height) 3.43 in 1 (12 inches/ 3-1/2 inches height) TRAFF IC ENG INEERING FORT WORTH Side Gradient: SPEED CUSHIONS DMM IT: AJB ~n:Janua 15,2004 """°1'1DIT: DRAWING NOT TO SCALE "' - " MXJ.t.~ rc[T or VA.lLO C.UTT(I! W[ASUll(D r11ow aAC•·Of•CUl!I TO IA.C• • Ot • C4.IIII ., "~----,J~,r::;;.;.,...,"'7"7",,...,.,..7'7"7lrrm--rr~'""J"'Z'TT.~"TT':.m"Tn'n';J"TT'TTJ~m-----=: T"AHIITIC>tf L IJtU (WIDTH AS REQUIRED) . A PLAN VIEW Not to Sc11/1 An itir1rl H 1110,1 titan,.,,, d1plt ••ti•• lu• /111111 .V,11/11 dip/A ,l/1 M r1v1lr1d /11 ·t11111'11/d, ra11,, '"".,.._ T~, co.tr•ctor ,111 H ,.,u111d to tut IA# gf/lllr •itlt ..at,r 61for, t/J, Jo~ u ltt'llld. tXIST. N.lll.A.C . ,vM°r • a.ut 1·co11c11nt VALLtY' GUTT Ell Z~M.U.A.C. tllAHSITION un s• COHCltU[ Ust Limestone ··-o· "UIOCNTIAL STRctTI l/27 •• CON"'tTE IAU SECTION 'A-A' Nol to Seo!, EXIST. k.M.A.C. ,v11'r -• IA.SE Tha 7 "ralnlor~ad concrtf6 .-all1y iJKJII r,p/11c1 JIM top 7.•o111,1 pav1m1nl r/111 /ltt r,moining porllon of pav,menl lo bl con1truct1d Ji,c/udlng 1u/Jgrtid1 lr"1t111111I, In accordo11c1 w//11 111, lyp/cal paring 11cl/on. T/J1 concr1t1 w/1,y w/11 I># 14r1r111d oceordlng lo clty 6/ondard, for COIICrlll c11rb t111d gul/11". TII, co11cr,t1 1/Ja/l 1H of it111/J1d and •cr11n1d aggr,gat, irltll I min. ol f/a,1 (4) 611C1• of c1m111t ,,, cubic yotd ofconcr11,.with a minimum .compressive strength of 3,000 pounds per square inch in seven day_s. - CONCRETE VALLEY DETAILS MUST BE GREATER WITH LATERALS UNDER PAVEMENT GROUND LINE TOP OF CURB I l-a.. w o~ IW u _J z CD w~ a::: I-w w <{ V) lO I SUITABLE MATERIAL TAMPED IN LIFTS NOT EXCEEDING 12" LOOSE . DIM. B (TRENCH WIDTH) SE E TABLE 1 SECTION VIEW TABLE 1 1'-6" (MIN.) u... 0 CD w Ct'. u :::> <l:u u... .. ' . 4 .. ...... . . WASHED ROCK PER ITEM 402 SEE NOTE 1. LIMITS OF EXCAVATION NOTES : 1. PIPE SHALL BE 6"0 PER FORA TED CORRUGATED POLYETHYLENE TUBING PER ASTM F -405, UNLESS OTHERWISE SPECIFIED. DIM. A 2 .5' TO 6' 6' TO 10· 10' TO 15' OVER 15' DIM . B 1'-7" 2'-1" 2· -7" 3'-1" ~. CU RB & GUTTER (REF.) •. ...... .• . CI TY OF FORT WOR TH , TE XAS DA TE : 09 /2 004 SUBDRAIN STR-027 COLLAR CONFIGURATION FOR PAVED AREA ... I ... COLLAR CONFIGURAT ION FOR UNPAVED AREA 5'-0" MANHOLE FRAME AND-'---------~--------,__----~- 32" DIA . DUCTILE IRON COVER . (REFER TO STD . PRODUCT LIST) A L 4000 PSI ----<IM CONCRETE 8-#4 REBARS TYP . G) ~ 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 . ® SECTION A-A WHERE MANHOLES ARE IN THE STREET, INSTALL 2 OR MORE GRADE RINGS, AS NEEDED. BETWEEN CASTING AND TOP OF PAVEMENT. ® El -14, El -20, El -21 MA TERI AL E2-14, E2-20, E2-21 CONSTRUCTION HINGED LIDS INSTALLED IN STREETS SHALL OPEN AGAINST THE FLOW OF TRAFFIC . CITY'OF FORT WORTH, TEXAS MANHOLEFRAME,COVER,GRADE RINGS AND CONCRETE COLLAR 3" TYP . A J 0 I io :X" 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 THE 100-YEAR FLOOD ELEV . ANO WHERE SPECIFIED ON PLANS. DATE : OCT. 2009 SAN-009 Manhole Riser ,c 3/8" Dia. Hole Steel Roll Pin Cross Section view ~ ~ IO or 12 gage 090 galvanized steel G)~ t Height } new asphalt overlay Expanding Linkage 2 J /4" 17 /64" Diameter holes -m...,-r-····"·'··1 . -... -. r j-. -. -('·'·""·-k""l::"C"'C'm ......._......_..~·1•w•it•&. • -• YJf -. :-( -. - . -,. . ...,.,.'W.PJ......._.......,, : : < 4 1 /4" O.D. 3/8" I. D. 3/8" -16 Thread Item Item Material Description Tensile Y' Id Tensile Viti t N be Des "ti um r cnp on 1e ma e 1 3/8" Roll Pins 302 Stainless Steel (14 ,000 LB Double Sheer Strength) 2 Steel Skirt 12 or 10 gage A.I.SJ. 1020 Steel (A-36) 33,000 P.S.I. 60,000 P.S.I. G-90Galv~ 3 Weld 65o/o-70°/c, circumference welded 75,000 P.S.I. 85,000 P.S.1.· 4 3/4" wide Rjscr Bar Hot Rolled Steel A.LS .I. I 020 (A-36) 33,000 P.S.1 . 60 000 P.S.I. 5 Rod Ends Forging AI.SJ . C-1030 Steel Heat Treated BHN 240 70,000 P.S.I. 92,000 P.S .I. Zinc Plated with Dichromate Finish 6 Turnbuckle AI.S.I. 1020 BHN 149 70,000 P.S.I. 80,000 P.S.I. Zinc Plated dioocd in Linebacker rmt inhibitor - Water. _ Valve Riser Cross Section view Item N b um I 2 3 er 4 ~ 12 gage 090 galvanized steel G)- t Height I new asphalt overlay ,~-<~--3/8" D .O.M. Tube Item Material Description D 'f escrip 10n Steel Skin 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.1 .S.I. I 026 (AS 13 type 5) .. .:.· Tensile y· Id ,e 33 ,000 P.S.I . 75.000 P.S.l. 72,000 P.S.I . Tensile UI. t1mate 60,000 P.S.l. 8S 000 P.S.l. 87 ,000 P .S.I. T - , ..-..--____ , __ 10' ~ARKWAY -------~--.J ~R.o.w. I ,· COSHtOll s· EXP. JOCNT MArL EXISTING CURB fl BARS @ ta• C-C BOTH WAYS J'SCDE'ilf ALK 10· Parl110 · ________ ..,. ,. EXISTUIC CORB ,. //'~ @ 18" C-C BOTI WATS .r1 •• STANDARD CONCRETE sm£WALJt Nol 10 Sca/1 I PARKWAY NOTE: 1. CONCRETE SHALL BE 3000 PS1 AT U DAYS. Z. RE.IHFORCCNC SUALL BE IJ BARS AT 1&• CC BOTU WAYS, CT/ON CUT(: r,,,.cl'I lZ. 1991 . J ·----------·- "°''· ,,..... ,., .., a.,, ,, ,_.,_, ,.,. ..... ,10,., ............. .,., J •• , ~r.•. ••• ._ . .. C: .. .. •. ,. , • .,,., , .. ,.,. o,.., l'A •••• r IUSUttL J ,.. I "' .. I ._ • l'uSUAL 4• .. .. -- "° ,,.c.,,,. :# •"6tLCIMIII •••I'S ,....... "°"'" " .., .... ~ ..... #ii .......... : ...................... .............. ........... . TYPICAL CONSTRUCTION LAYOUT of CURB ond GUTTER, SIDEWALK tnl DRIVEWAY .Show,itg Flogfinf And £q1111slo#. Joint Locotlolt CITY ol FORT WORTH. TEXAS-co,,sr..rro, s, ... ,,,, --------·---· .. ---------------· AtHA\.f ' ...... ,., UMHIM - .. . . .. st Al. WITN JOINT '"-LUI ii .. ' > .. ' •• ..•. •• ... , . .,. •· 1 • •. I • Typical Curb and Gutter ...... Ult UCAY&TIOlf oun, .. , ,011 UIIHT CONITIIUCTIOII A I OUMMY JOINT IN RAMP OPTIONAL IN 111 • 0 11 ORIVE WA'f ONLY . PROVIDE EXPANS ION JOINT ONL'I' IF' CONNECTING TO Ex1S T l l',IG CONCRETE DRIVE. EXIST :NG cu"a 8 GUTTER,IF AN'f, MUST BE SAWED AS D•RECT· ED BY THE E>oiG I NEER. ,/ REINFORCE 6 "DRIVE "3 BARS /' A AT ,, .. o.c.11 .w. - _.--J( _"_o_"'_L_'_N_E ____ ...J,-_/_ I REINFORCE 4 " WALi< 1 5 BARS _ I AT 11· O.C.I .W. REFEIUNC[ ·STANOARO SIOEWALIC 10'-o"M1 ..... I 17°-0"MIN. :IO EXP. JOINT EXCEPT SLIP· FORMED 20'-o " MIN .SINGLE OWY, 2 7 1 -o" MIN, OOUl!ILE OWY, SIDEWALi< SLOPE 1/4 " PER FOOT TO FACE' OF CURB O" AS OIRECTEO BY ENGINE ER ."' 4 ' SIDEWALi< L A PLAN VIEW PARl<WAY WIDTH 8 (SEE TABLE) STANDARD CURI a GUTTER] OR MATCH AS DIRECTED ElCP. JOINT EXCEPT SLIP-FORMED HALF' LENGTH PAID AS ATTACHED CURB (CONC:. ?AVEMENT ONLY) SEE STANOARO CURB 8 GUT TEA SECT ION. 19" 1'.3" STANOARO DRIVEWAY ANO CURB LAYOO II GUTTER PAY LIMIT~ CURB I 2"SANO CUSHION ~ OR APPROVED SUBGFUDE, A.OW . LIN[ ~l<WY #IOTH A B ,o · I 9 ' 1( TO 14 ' ·fTof 9 ' 1,· TO 19 ]'1 0 7 ·2 20 · ro 22 · i , to7 ,, SECTION A-A OWY. r>AY L i t,IIT #/CONCRETE PAVEMENT STABILIZED SUl!IGltAOE S10E.ULIII SE~T IQN TMRU Ort1•.[WAY TO BE POUl'fO SA .. ( THICKNESS AS ORl'v[WAY APPl'OACH 9 PA '0 '01' AS OR 11J[WA'I' APPROAC"i EXIS .. •'wG S :QEwAL",''',_", TO 8E R[-..0\EO A~O lt[PLACEO. APPROACH -.(VIS[D t/2,/17 J.A.1'./WJUI . DRIVEWAY RE v, SE J Au:;,, 19 · O J,5./W. "· -... ~~--,,---~.,....,,,...-.....,.---..,.....,.-,.---------...j lt(IJ IHC) ,[a .. ·s1-0 .J .S./# It 1111 CITYo' ,o~r WOIITH, T(XAI -COHSUUCTIQflf ST4~0UtC R ( 'w' t 5( 0 1111 A Y •• 8 3 · E J #j ~ -. 1W . t,-c-,.-,-.-, ~-G-~-0-5---s-, --~-o-,-T-E--... -,-.,-.-, 1...:1_;_3 ,:__;_:.....:..:-=.., STANDARD APPROACH CIWIWA Y WIDTH -----____ ,.,.__.., ,-A /_ --- --/ llO.W. UNI ..-=·- ' ,z::i::I I t ..._.I I-.. t I I ...:.'T~ _::::7 ' ·~ - -! ----------~_-A--------£: \ 8CSUTA&.aJ .. HIGH VOLUME APPROACH CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: HMAC 2010-15 DOE No: 6528 Fund Code: 03 HOLE# 1 LOCATION: 7000 Lake Country Dr 4. 00" HMAC 7. 00" Tan Brown Stabilizer 4. 00" Dark Brown Clay 3. 00" Brown Clay w/gravel HOLE# 2 LOCATION: 7048 Lake Country Dr 3. 75" HMAC 5. 25" Tan Brown Stabilizer LAB N/4 LAB C/4 5. 00" Lt. Brown sandy clay w/gravel 3.00" Brown Clay HOLE# 3 LAB LOCATION: 7087 Lake Country Dr S/4 4. 00" HMAC 6.00" Tan Brown Stabilizer 4 .00" Lt Brown Sandy Clay W/rocks & 3.00" Brown Clay w/gravel HOLE# 4 LAB LOCATION: 7110 Lake Country Dr N/4 2.00" HMAC 7. 00" Tan Brown Stabilizer 6. 00" Dark Brown Sandy Clay W/rocks 3. 00" Brown Clay w/gravel HOLE# 5 LAB LOCATION: 7144 Lake Country Dr C/4 5.00" HMAC 5. 00" Tan Brown Stabilizer 4.00" Dark Brown Sandy Clay W/rocks 3.00" Brown Clay HOLE# 6 LAB LOCATION: 7200 Lake Country Dr S/4 3. 75" HMAC 6.25" Tan Brown Stabilizer 5.00" Dark Brown Sandy Clay W/rocks 3.00" Brown Clay NO: 112709 NO: 112710 NO: 112711 gravel NO: 112712 & gravel NO: 112713 & gravel NO: 112714 & gravel 1 2 HOLE# 7 LAB NO : 112715 LOCATION: 7205 Lake Country Dr N/4 -4. 50" HMAC 7.50" Tan Brown Stabilizer 5. 00" Dark Brown Sandy Clay W/rocks & gravel HOLE# 8 LAB NO: 11 2 716 LOCATION : 7277 Lake Country Dr C/4 4.00" HMAC -8. 00" Dark Brown Sandy Clay W/rocks & grav el 5.00" Brown Clay w/gravel HOLE# 9 LAB NO: 112717 LOCATION: 7305 Lake Country Dr S/4 3. 00" HMAC 7.00" Tan Brown Stabilizer 4.00" Lt. Brown Sandy Clay W/rocks & gravel -3. 00 " Brown Clay W/gravel HOLE# 10 LAB NO: 112718 LOCATION: 7300 Lake Country Dr N/4 4. 50" HMAC 5.50" Tan Brown Stabilizer 7 .00" Dark Brown Sandy Clay W/rocks & gravel HOLE# 11 LAB NO: 112719 " LOCATION: 7329 Lake Country Dr C/4 4. 25" HMAC 6.75" Tan Brown Stabilizer 3.00" Lt. Brown Sandy Clay W/rocks & gravel 3.00" Brown Clay W/gravel HOLE# 12 LAB NO: 112720 LOCATION: 7472 Lake Country Dr S/4 2.75" HMAC 8.25" Dark Brown Sandy Clay w/rocks & gravel 6.00" Brown Clay W/ gravel HOLE# 13 LAB NO: 112721 LOCATION: 7400 Lake Country Dr N/4 4. 50" HMAC 4. 50" Tan Brown Stabilizer 5.00" Brown Sandy Clay W/rocks & gravel 3.00" Dark Brown Clay W/gravel HOLE# 14 LAB NO: 112722 LOCATION: 7465 Lake Country Dr C/4 5.00" HMAC 8.00" Dark Brown Sandy Clay W/rocks & gravel 4. 00" Brown Clay W/gravel HOLE# 15 LAB NO: 112723 LOCATION: 7437 Lake Country Dr S/4 3. 75" HMAC 5.25" Tan Brown Stabilizer 5.00" Dark Brown Sandy Clay W/rocks & gravel 4.00" Brown Clay W/gravel 3 HOLE # 16 LAB NO: 11 2 7 24 LOCATIO N : 7470 Lake Country Dr N/4 3. 00" HMAC 6.00" Tan Brown St a bili z e r 5.00" Dark Br o wn Sandy Clay W/r ocks & grave l -3. 00" Brown Clay W/grav el HOL E# 17 LAB NO: 1 127 2 5 LOC ATI ON : 7500 Lake Country Dr S/4 2.25 " HMA C 4 .75" Tan Br o wn Stabili z e r 7 .00" Dark Br o wn San d y Clay W/rocks & gravel 3.00" Brown Clay HOLE# 1 LAB NO: 112726 LOCATION: 4804 Dunlap Dr W/4 4.75" HMAC 7.25 " Dark Brown Sandy Clay W/r ocks & gravel 5 .00" Brown Clay W/grav el HOLE# 2 LAB NO : 1127 2 7 LOCATION: 4824 Dunlap Dr C/4 6.00" HMAC 8 .00" Dark Brown Sandy Clay W/rocks & gravel 3.00" Brown Clay W/gravel HOLE# 3 LAB NO: 112728 LOCATION: 4841 Dunlap Dr E/4 4 . 50 " HMAC 6.50" Brown Sandy Clay W/roc k s & gravel 6 .00" Dark Brown Clay W/gravel HOLE# 4 LAB NO: 112729 LOCATION : 4850 Dunlap Dr W/4 8.00" HMAC 5.00 " Dark Br own Sandy Clay W/rocks & gravel 4. 00" Brown Clay HOLE# 5 LAB NO: 112730 LOCATION: 4862 Dunlap Dr C/4 3.7 5 " HMAC 9 .00" Dark Brown Sandy Clay W/rocks & gravel 3.00" Brown Clay W/gravel HOLE# 6 LAB NO : 1 12731 LOCATION: 4875 Dunlap Dr C/4 3.25 " HMAC 8.00" Dark Brown Sandy Clay W/rocks & g r a v e l 5.00" Brown Clay W/gr avel HOLE# 1 LAB NO: 1127 3 2 LOCATION: 8843 Township Ct. W/4 4.25 " HMAC 8.75" Dark Brown Sandy Clay W/r ocks & grav el 4 .00 " Brown Clay HOLE # 2 LAB NO: 11 2733 LOCATION: 8835 Township Ct. C/4 4 .00" HMAC 10.00 " Lt Br own Sandy Clay W/rocks & grav el 3.00" Brown Clay HOLE # 3 LAB NO: 11 2 73 4 LOCATION : 8808 Township Ct. E/4 4 .00" HMA C 7 . 00 " Lt. Brown S a ndy Clay W/rocks & g r a v el 6. 00 " Br o wn Cl a y HOLE # 4 LAB NO: 11 2 735 LOCATION: 8721 Township Ct. W/4 3.2 5 " HMAC 5.75" Tan Br o wn Stabilizer 5 .00" Lt . Brown Sandy Clay 3. 00 " Brown Clay HOLE# 5 LOCATION: 8705 Township Ct. 3. 00" HMAC 6 .00" Tan Brown Stabili z er 6. 00" L t. Brown Sandy Clay 3 .00" Brown Clay Approval: Ryan Jeri Routing: Date Tested : 7/30/10 Requested by: Dennis Rodgers Tested b y: Soil Lab W/rocks & gravel LAB NO: 112736 E/4 W/rocks & gravel Superintendent Inspector File 4 2 4.00" Lt. Brown Clay w/gravel HOLE# 2 LAB NO: 11292 1 LOCATION: 4812 El Rancho Rd E/4 2.00" HMAC 6. 00" Tan Brown Stabilizer 5. 00" Dark Brown Sandy Clay W/rocks & gravel 4.00" Brown Clay w/gravel HOLE # 3 LAB NO: 1 12 922 LOCAT I ON: 4820 El Rancho Rd W/4 7.00" HMAC 5 .00" Dark Brown Sandy Clay W/rocks & gravel 5.00" Brown Clay w/gravel HOLE# 4 LAB NO: 112923 LOCATION: 4883 El Rancho Rd E/4 3.00" HMAC 5. 00" Tan Brown Stabilizer 6.00" Dark Brown Sandy Clay W/rocks & grav el 3 . 00" Brown Clay w/gravel HOLE# 5 LAB NO: 112924 LOCATION: 4900 El Rancho Rd W/4 4.25" HMAC 6.75" Tan Brown Stabilizer 3.00" Lt. Brown Sandy Clay W/rocks & gravel 3.00" Brown Clay W/gravel HOLE# 6 LAB NO: 112925 LOCATION: 4981 El Rancho Rd E/4 2.75" HMAC 6.25" Tan Brown Stabilizer 4.00" Dark Brown Sandy Clay W/rocks & gravel 4.00" Brown Clay w/gravel HOLE# 1 LAB NO: 112926 LOCATION: 8811 Royal Harbor W/4 6 .00" HMAC 8.00" Lt. Brown Sandy Clay W/rocks & gravel 4. 00" Brown Clay W/gravel HOLE# 2 LAB NO: 112927 LOCATION: 8804 Royal Harbor E/4 6 .00" HMAC 7.00" Lt. Brown Sandy Clay W/rocks & gravel 4.00" Brown Clay W/gravel HOLE# 1 LAB NO: 112928 LOCATION: 5500 6TH Ave W/4 3. 00" HMAC 5.00" Concrete 8. 00" Lt. Brown Sandy Clay W/rocks & gravel ,. HOLE# 2 LAB NO: 112929 LOCATION: 5614 6TH Ave C/4 3. 50" HMAC 5. 00" Concrete 3 7.50" Lt. Brown Sandy Clay W/rocks & grav el HOLE# 3 LAB NO: 112930 LOCATION: 5571 6TH Ave E/4 3.50" HMAC 3 .00" Concrete 6.50" Lt. Brown Sandy Clay W/rocks & g r a v el 3.00" Dark Brown Clay w/gravel HOLE# 4 LAB NO: 112931 LOCATION: 5519 6 TH Ave W/4 3.50" HMAC 3.00" Concrete 6.50" Lt. Brown Sandy Clay W/rocks & gravel 3.00" Dark Brown Clay w/gravel HOLE# 5 LAB NO: 112932 LOCATION: 5517 6TH Ave C/4 3.50" HMAC 10.00" Concrete 2.50" Lt. Brown Sandy Clay HOLE# 6 LAB NO: 112933 LOCATION : 5300 6 TH Ave E/4 3.00" HMAC 3.00" Concrete 6.00" Lt. Brown Sandy Clay W/rocks & gravel 4.00" Brown Clay HOLE# 1 LAB NO: 112934 LOCATION: 5300 Wayside Ave W/4 4.00" HMAC 8.00" Lt. Brown Sandy Clay 4.00" Brown Clay HOLE# 2 LAB NO: 112935 LOCATION: 5317 Wayside Ave C/4 3. 00" HMAC 7.00" Concrete 6.00" Lt. Brown Sandy Clay HOLE# 3 LAB NO: 112936 LOCATION: 5305 Wayside Ave E/4 4.00" HMAC 8.00" Lt Brown Clay 4.00" Dark Brown Clay HOLE# 4 LAB NO: 112937 LOCATION: 52~32 Wayside Ave W/4 ,,. 2.00" HMAC 11.50" Concrete 2.50" Lt. Brown Sandy Clay HOLE# 5 LAB NO: 112938 LOCATION: 5216 Wayside Ave. C/4 2.00" HMAC 11 .50" Concrete 2.50" Lt. Brown Sandy Clay 4 HOLE# 6 LAB NO: 112939 LOCATION: 5216 Wayside Ave. E/4 3.50" HMAC 11.50" Concrete 1.50" Lt. Brown Sandy Clay HOLE# 1 LAB NO: 112940 LOCATION: 5332 McConnell Dr E/4 6.00" HMAC 10.00" Brown Sandy Clay W/rocks & gravel HOLE# 2 LAB NO: 112941 LOCATION: 5325 McConnell Dr C/4 5.50" HMAC 5.50" Tan Stabilizer 5.00" Brown Sandy Clay W/rocks & gravel HOLE# 3 LAB NO: 112942 LOCATION: 5316 McConnell Dr W/4 4 .75" HMAC 5.25" Tan Stabilizer 4.00" Lt. Brown Sandy Clay W/rocks & gravel 3.00" Dark Brown Clay w/gravel HOLE# 4 LAB NO: 112943 LOCATION: 5309 McConnell Dr E/4 5.00" HMAC 6.00" Tan Stabilizer 4.00" Lt. Brown Sandy Clay W/rocks & gravel 3.00" Brown Clay HOLE# 5 LAB NO: 112944 LOCATION: 5300 McConnell Dr W/4 5.00" HMAC 4.75" Tan Brown Stabilizer 5.00" Lt. Brown Sandy Clay W/rocks & gravel 3.00" Brown Clay w/gravel HOLE# 6 LAB NO: 112945 LOCATION: 5333 McConnell Dr E/4 4.50" HMAC 4.50" Tan Brown Stabilizer 4.00" Lt. Brown Sandy Clay W/rocks & gravel 4.00" Brown Clay w/gravel HOLE# 7 LAB NO: 112946 LOCATION: 5220 McConnell Dr C/4 2.75" HMAC 6.00" Tan Brown Stabilizer · 7. 00" Lt. Brown Sandy Clay W/rocks & gravel 2.25" Brown Clay w/gravel HOLE# 8 LAB NO: 112947 LOCATION: 5208 McConnell Dr W/4 5.25" HMAC 8.75" Lt. Brown Sandy Clay W/rocks & gravel 3.00" Brown Clay 5 HOLE# 9 LAB NO: 112948 LOCATIO N : 5201 McConnell Dr E/4 3. 50" HMAC 5. 00" Tan Brown Stabilizer 4.50" Lt. Brown Sandy Clay W/rocks & gravel 4.00" Brown Clay HOLE# 1 LAB NO: 112949 LOCATION: 1329 Edney St S/4 3.00" HMAC 7.00" Brown Stabilizer 4.00" Dark Brown Clay W/rocks & gravel 3.00" Brown Clay HOLE# 2 LAB NO: 112950 LOCATION: 1317 Edney St C/4 5.00" HMAC 6. 00" Brown Stabilizer 4.00" Dark Brown Clay W/rocks & gravel 2.00" Brown Clay HOLE# 3 LAB NO: 112951 LOCATION: 1301 Edney St N/4 7.00" HMAC 7.00" Brown Stabilizer 3.00" Dark Brown Clay W/rocks & gravel HOLE# 4 LAB NO: 112952 LOCATION: 1224 Edney St S/4 3.25" HMAC 4. 75" Brown Stabilizer 5.00" Dark Brown Clay W/rocks & gravel 4. 00" Brown Clay HOLE# 5 LAB NO: 112953 LOCATION: 1200 Edney St N/4 4. 00" HMAC 7.00" Brown Stabilizer 3.00" Dark Brown Clay W/rocks & gravel 3. 00" Brown Clay HOLE #1 LAB NO: 112954 LOCATION: 716 Oakmont Ln. N E/4 7.00" HMAC 10.00" Orange Sandy Clay W/rocks & gravel HOLE #2 LAB NO: 112955 LOCATION: 705 Oakmont Ln. N C/4 10.50" HMAC 6.50" Orange Sandy Clay W/rocks & gravel HOLE# 3 LAB NO: 112956 LOCATION: 600 Oakmont Ln. N W/4 9.00" HMAC 8.00" Orange Sandy Clay W/rocks & gravel HOLE# 4 LAB NO: 112957 LOCATION: 601 Oakmont Ln. N E/4 6 9.00" HMAC 4 .00" Orange Sandy Clay W/rocks & gravel 4.00" Dark Brown Clay W/gravel HOLE# 5 LAB NO: 112958 LOCATION: 512 Oakmont Ln. N C/4 10.50" HMAC 4. 00" Orange Sandy Clay W/rocks & gravel 4.00" Dark Brown Clay W/gravel HOLE# 6 LAB NO: 112959 LOCATION: 508 Oakmont Ln. N W/4 8.75" HMAC 4. 25" Orange Sandy Clay W/rocks & grave l 4.00" Dark Brown Clay W/gravel HOLE# 7 LAB NO: 112960 LOCATION: 501 Oakmont Ln. N E/4 7 .50" HMAC 5.50" Orange Sandy Clay W/rocks & gravel 4.00" Brown Clay W/gravel HOLE# 8 LAB NO: 112961 LOCATION: 400 Oakmont Ln. N C/4 8.00" HMAC 6.00" Orange Sandy Clay W/rocks & gravel 3. 00" Brown Clay W/gravel HOLE# 9 LAB NO: 112962 LOCATION: 304 Oakmont Ln. N W/4 8. 50" HMAC 4. 50" Orange Sandy Clay W/rocks & gravel 4.00" Brown Clay W/gravel HOLE# 10 LAB NO: 112963 LOCATION: 300 Oakmont Ln. N E/4 7.00" HMAC 5.00" Orange Sandy Clay W/rocks & gravel 5.00" Dark Brown Clay W/gravel HOLE# 1 LAB NO: 112964 LOCATION: 900 Cameron St. E/4 5.25" HMAC 6.25" Orange Sandy Clay W/rocks & gravel 5.00" Brown Clay W/gravel HOLE# 2 LAB NO: 112965 LOCATION: 1000 Cameron St. C/4 4.00" HMAC 6.00" Brown Stabilizer 4.00" Lt. Brown Clay W/rocks & gravel 3.00" Brown Clay HOLE# 3 LAB NO: 112966 LOCATION: 1109 Cameron St. C/4 5.00" HMAC 6.00" Brown Stabilizer 6.00" Lt. Brown Sandy Clay W/rocks & gra vel 7 HOLE # 4 LA B NO: 11296 7 LOCATION: 1200 Cameron St. E/4 3.00" HMAC 6.00" Brown Stabil i zer 5 . 00" L t. Br o wn Clay W/roc k s & grave l 3 .00" Brown Clay HOLE #5 LAB NO: 1 1 29 68 LOCATIO N:1224 Cameron St. C/4 3 .75" HMA C 5 .2 5" Br own S t abil i zer 4.00 " Dark Br o wn Sandy Cl a y W/rocks & grav el 3.00 " Brown Clay w/gr avel HOLE# 6 LAB NO: 1 1 2 969 LOCATION : 1309 Cameron St W/4 4.00 " HMAC 8.00" Lt. Br own Sandy Clay W/rocks & gravel 5.00" Brown Clay w/gravel HOLE# 7 LAB NO: 11 2 970 LOCATION : 1328 Cameron St E/4 4 .75" HMAC 6.25" Brown Stabilizer 3.00" Lt. Brown Sandy Clay W/roc k s & gravel 3.00" Brown Clay w/gravel HOLE# 8 LAB NO : 1 1 2 9 7 1 LOCATION : 1408 Cameron St C/4 3 .50" HMAC 6.50 " Brown Stabilizer 5 .00" Lt. Brown Sandy Clay W/rocks & grav el 2.00" Brown Clay w/gravel HOLE# 9 LAB NO: 11 2 972 LOCATION : 1505 Cameron St W/4 2 .75" HMAC 6.25" Brown Stabilizer 6 .00" Lt . Brown Sandy Clay W/rocks & gravel 3.00" Brown Clay HOLE# 10 LAB NO: 1 12 973 LOCATION : 1532 Cameron St E/4 2 .00 " HMAC 8 .00" Lt. Br own Sandy Clay W/rocks & g r a v e l 6.00" Brown Clay w/gravel HOLE# 1 LAB NO: 1 1 2 974 LOCATION: 2500 NE 35TH ST S/4 3 .50 " HMAC 6 .50" Tan Stabilizer 4.00" Dark Brown Clay W/roc k s & gravel 3.00" Br own Clay HOLE# 2 LAB NO: 1 1 2 9 7 5 LOCATION: 2520 NE 35 TH ST C/4 2.75" HMAC 5.25" Tan Stabilizer 5.00" Dark Brown Clay W/rocks 4.00" Brown Clay HOLE #3 LOCATION: 2426 NE 35TH ST N/4 2.50" HMAC 4.50" Tan Stabilizer 7. 00" Dark Brown Clay W/rocks 3. 00" Brown Clay HOLE# 4 LOCATION: 2420 NE 35TH ST S/4 2.00" HMAC 6.00" Tan Stabilizer 6.00" Dark Brown Clay W/rocks 3.00" Brown Clay Approval: Ryan Jeri Routing: Date Tested: 8/2/10-8/12/10 Requested by: David Bowers Tested by: Soil Lab & gravel LAB NO: 112976 & gravel LAB NO: 112977 & gravel Superintendent Inspector File 8 HMAC Surface Overlay (2010-15) Blk Limits Project Name Street Limits Procedure LM CD Map ,./ 2400 -2599 NE 35TH ST W DEAD END -N SYLVANIA AVE POL 1.02 2 49Y j 5300-5699 6TH AVE SHARONDALE ST -HAMSTED ST FMOL 0.45 9 90V J 900 -1599 CAMERON ST HAMSTED ST -HAMSTED ST POL 1.3 9 90V -/ 4800 -4999 DUNLAP DR HUNTING DR -RODEO ST POL 0.49 8 92E J 1200 -1399 EDNEY ST S ADAMS ST -6TH AVE POL 0.49 9 90V / 6000 -7499 LAKE COUNTRY DR BOAT CLUB RD -TRAILRIDGE DR POL 3.28 7 32K J 5200 -5399 MC CONNELL DR GORDON AVE -SOUTHWEST LOOP 820 POL 0.56 9 90Q j 8800 -8899 ROYAL HARBOR RANDOM RD -S CUL-DE-SAC MOL 0 .12 7 31L j 8700-8849 TOWNSHIP CT SW CUL-DE-SAC -LAKE COUNTRY DR FMOL 0.45 7 32K j 5200 -5399 WAYSIDE AVE SOUTHCREST DR -SOUTHWEST LOOP 820 MOL 0.5 9 90P 8.66 HMAC SURFACE OVERLAY AT VARIOUS LOCATIONS (2010-15) CITY PROJECT NO: 01594 TPW PROJECT N: C293-541200-207620159483 STI2EET BY STREET QUANTITY DETERMINATION SPREAD SHEET w W � W A � � E.; O x q � � .a Z� W a � aq'� A O� F� ��+ � FF e" E. F v; �i q� � � � y�,'� - ri W� �A , zA AA F;`�' ��C7 W `� �ai -�"+A q � � o a �'' � a o M W� QO��„� �� �� W Q ��a O�a� � O Z�Fa �, �. �0 4 ��� a z� a z a �� a U�aa � �a 3 �ao v�v�a �' � �Ho ��o A�o ao�� �000 o�@° 030� z�u�a �v� w v. v�a. A w wv�a aaa�a, ��7aa, x :rl� NvsUw ITEM UNIT ITEM DESCRIPTION QTY (�Ty (�Ty QTy QTY C2Ty QTy QTy Q-fY G1TY 1 EA Project Designation Sign 0 0 0 0 0 0 0 I 0 0 0 2 LS Utility Adjustment 0 0 0 0 0 I 0 0 0 0 0 4 ( �F ns alol New C nicrete Curb a doGuttee Curb and Gutter 0� 74�5 � 1,3�00 1,1085 65�0 14�0 0� 2�00 10�0 5�05 5 SF Remove & Replace 6-Inch Concrete Driveway 0 720 I 1;200 600 I 220 0 0 I 120 I 0 480 6 I SF Remove & Replace 6-Inch Eexposed Aggregate Driveway 0 I 0 0 0 0 0 0 � 0 0 0 7 I SF Install New 6-Inch Concrete Driveway 0 0 I 0 I 0 0 { 0 0 I 0 0 , 0 8 SF Remove & Replace 4-Inch Concrete Sidewalk 0 I 0 100 20 80 0 0 0 0 0 9 SF Remove & Replace 4-Inch Exposed Aggregate SidewalkWalk 0 40 0 I 0 0 , 0 � 0 I 0 0 0 10 SF Install New 4-Inch Concrete Sidewalk I 0 I 0 0 0 0 0 0 0 0 0 11 SF Remove & Replace Existing Wheelchair Ramp with 4-Inch ADA Ramp 0 0 0 0 0 0 0 0 0 I 0 (w/ detectable warning dome-tile surface) 12 SF Install New 4-Inch ADA Wheelchair Ramp (w/ detectable warning dome-tile surface) 13 SY Remove & Replace Existing Concrete Valley Gutter 14 SY Install New Concrete Valley Gutter I 15 EA Remove & Replace 5-Ft. Storm Drain Inlet-Top I 16 EA Remove & Replace 10-Ft. Storm Drain Inlet-Top I 17 LF 6-Inch Perforated Pipe - Sub-Drain 18 SY 8-Inch Pavement Pulverization I 19 TON 26 Ib/sy Cement Modification 20 CY Unciassified Street Excavation 21 CY Crushed Limestone I 22 CY IHMAC Pavement & Base RepairHMAC Pavement & Base Repair I 23 TON IHMAC Pavement Level Up 24 LF I Wedge Miling, 2-Inch to 0-Inch Depth, 5-Ft. Wide 25 I 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 I 29 EA Remove & Replace 30-Ft. Speed Cushion w/ Striping I 30 I EA Remove & Replace 40-Ft. Speed Cushion w/ Striping I 31 EA Water Valve Box Adjustment With Steel Riser I 32 EA Water Valve Box Adjustment with Concrete Collar I 33 EA Water Meter Box Adjustment ' I 34 EA Manhole Adjustment With Steel Riser I 35 EA IManhole Adjustment With Concrete Collar I 36 EA Painting House Addresses 37 SY Grass Sod Replacement I 38 EA IRe-Mobilization I � � Monthly Pickup of Bulky Items Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days 0 90 0 0 0 0 6,100 80 160 0 0 0 0 0 0 0 6,100 0 0 0 1 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 100 40 0 0 3,031 5,000 3,031 0 0 3 0 0 0 2 12 124 0 0 I 0 0 0 0 0 9,302 I 121 I 249 0 0 0 0 0 0 0 9,302 0 0 5 2 0 4 1 0 217 0 0 0 0 0 0 0 3,261 43 271 0 0 0 0 0 0 0 3,261 0 0 0 1 12 0 2 30 200 0 0 0 0 0 0 0 3,200 42 90 20 0 0 0 0 0 0 3,200 0 I 0 (0 1 I 0 0 2 2 108 0 0 56 0 0 ( 0 (0 28,445 I 370 100 0 0 0 0 0 0 (0 28,445 0 0 0 10 I 0 0 2 0 20 0 Week of the Week of the Week of the Week of the Week of the Week of the 1st.Monday of 3rd. Monday of 3rd. Monday of 2nd. Monday 3rd. Monday 4th. Monday of the month the month the month of the month of the month the month Monday I Wednesday ( Wednesday ( Wednesday I Wednesday Tuesday I Page 1 of 2 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 � a a� ��� � W O W � O �xa F �owol 3�3� �QTY 0 0 575 i 0 360 0 0 0 0 0 0 0 0 0 0 0 30 54 ; 0 I 0 0 0 0 I 0 0 0 0 I ( 0 0 0 0 0 0 0 ' 0 � 1,800 0 0 0 I 24 0 0 0 50 I 0 0 ' 0 0 0 0 ' 0 20 15 50 I 50 I 30 10 50 � 50 1,000 635 I 0 2,040 2 I 1 0 2 0 0 3,900 0 1,500 1,500 1,500 2,200 _ 1,800 � 1,222 3,900 I '3,200 0 0 0 ; 0 0 0 0 0 2 1 5 ' 1 2 1 0 0 1 0 1 � 0 1 0 5 � 1 1 1 0 0 I 8 0 8 � 12 33 I 15 I 85 I 96 ( 0 0 � 0 � 0 � ( Week of the Week of the Week of the Week of the 3rd. Monday of 4th. Monday o 4th. Monday of 3r<i. Monday the month the month the month of {he month ( Wednesday Tuesday I Tuesday Wednesdayl C�TY 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 QTY 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 TOTAL 0 0 5,400 0 3,700 0 0 200 40 0 0 0 230 0 0 1 0 52,108 680 920 20 235 180 3,675 5 6,931 11,700 63,461 0 0 17 18 14 11 12 72 898 0