HomeMy WebLinkAboutContract 41656-
-
-
-
-
-
-
-
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
1111COl'rfOR:
__ CONTRACTOR
:z:CONTRACTOR'S IONDING CO.
CITY SECRETARY
--CITY IIANAGER'S OFFICI
--WEIIIIGDN.
--TN·FUCOPY
H.M.A.C. HOT IN-PLACE RECYCLING\ H.M.A.C. SURFACE
OVERLAY (2011-3)
CITY SECRETARY 1 / I ~ 51 CONTRACT NO . :!11: _~n CITY OF FORT WORTH, TEXAS '
CITY PROJECT NO: 01676
TPW PROJECT NO: C293-541200-207620167683
MIKE MONCRIEF
MAYOR
2011
DALE A. FISSELER, P.E.
CITY MANAGER
WILLIAM A. VERKEST, P.E., DIRECTOR
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
ANDY ANDERSON, P.E., ASSISTANT DIRECTOR
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
PREPARED BY
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
INFRASTRUCTURE GROUP
OFFICIAL RECORD I
CITY .:CRETARY I
FT. WO TH, TX
-
M&CReview
CITY COUNCIL AGENDA
DATE:
CODE:
COUNCIL ACTION: Approved on 3/22/2011
312212011 REFERENCE
NO.:
C TYPE:
**C-24788 LOG NAME:
PUBLIC
CONSENT HEARING:
Page 1 of2
Official site of the City of Fort Worth, Texas
fORT\VORTH
~
20HMAC HOT IN-PLACE
RECYCLING 2011-3
NO
SUBJECT: Authorize Execution of a Contract with Cutler Repaving, Inc., in the Amount of $794 ,192 .1 O
for Hot Mix Asphaltic Concrete Hot In-Place Recycling at Various Locations (COUNCIL
DISTRICTS 3, 7 and 9)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a Contract with Cutler
Repaving, Inc., in the amount of $794,192.1 O for 80 calendar days for Hot Mix Asphaltic Concrete Hot
In-Place Recycling at various locations listed on the attachment.
DISCUSSION:
In the Fiscal Year 2011 Contract Street Maintenance Program, various types of street maintenance
techniques are grouped into specific contract packages. Hot Mix Asphaltic Concrete (HMAC) Hot In-
Place Recycling (2011-3) at various locations provides for resurfacing of existing pavement and base
for asphalt streets funded from the Contract Street Maintenance Fund.
The City reserves the right to increase or decrease quantities of individual pay items within the
Contract provided that the total Contract amount remains within plus or minus 25 percent of the
Contract award.
This project was advertised for bids on December 24, 2010 and December 30, 2010 in the Fort Worth
Star-Telegram. On January 27, 2011, the following bids were received:
Bidder
OPTION No. 1 : HMAC Hot-In-Place-Rec cling Surface Overlay (2011-3}
Cutler Repaving, Inc.
OPTION No. 2: HMAC Surface Overla l.(2011-3}
Austin Bridge and Road, LP
Peachtree Construction, Ltd .
JLB Contracting, LLC
Amount
$794,192.10
$843,440.00
$962 ,593.00
$964,533.00
For this contract, prospective bidders had the opportunity to choose either or both options. The City
selected Cutler Repaving, Inc., from Option No. 1, the lowest qualified bidder.
Cutler Repaving , Inc., is in compliance with the City's M/WBE Ordinance by committing to 23 percent
M/WBE participation . The City's goal on this project is 13 percent.
This project is located in COUNCIL DISTRICTS 3, 7, and 9 .
http://apps.cfwnet.org/council _packet/me _review.asp?ID= l 4944&councildate=3/22/2011 3/24/2011
-
-
Page 2 of2
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 207620167683 ~794 192.10
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
20HMAC 2J)11-3 Street List .pdf
Fernando Costa (84 76)
Greg Simmons (7862)
Kristian Sugrim (8902)
20HMAC HOT IN-PLACE RECYCLING 2011-3 MAP PAGE 02.pdf
20HMAC HOT IN-PLACE RECYCLING 2011-3.pdf
20HMAC_2011-3_MAP _EAGE_01.pdf
20HMAC_2011-3_MAP _FAGE_03.pdf
http://apps.cfwnet.org/council_packet/mc _review.asp?ID= 14944&councildate=3/22/2011 3/24/2011
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
H.M.A.C. HOT IN-PLACE RECYCLING\ H.M.A.C. SURFACE OVERLAY
(2011-3)
ATV ARIOUS LOCATIONS
IN THE CITY OF FORT WORTH, TEXAS
CITY PROJECT NO: 01676
TPW PROJECT NO: C293-541200-207620167683
/Z-23-f o
NAJIB F S, P. E., DATE
INFRASTRUCTURE MANAGER
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
TABLE OF CONTENTS
1. Notice to Bidders
2. Special Instructions to Bidders
3. Prevailing Wage Rates
4. Proposal
5. Vendor Compliance
6. Minority and Women Business Enterprise Specifications
7. Special Provisions
8. Contractor Compliance with Worker's Compensation Law
9. Certificate of Insurance
10. Equipment Schedule
11. Experience Record
12. Performance Bond
13. Payment Bond
14. Maintenance Bond
15. Contract
16. Notice of Construction Detail
17. Project Designation Sign Detail
18. Other Details
19. Street Locations
Sealed Proposals for the following:
CITY OF FORT WORTH, TEXAS
HOT IN-PLACE RECYCLING/ HMAC SURFACE OVERLAY (2011-3)
CITY PROJECT N: 01676
TPW PROJECT NO: C293-541200-207620167683
Submit package to City of Fort Worth, Purchasing Division, in the lower level of the Municipal Building, I 000
Throckmorton St, Fort Worth, Texas 76102 until 1 :30 P.M., Thursday, January 27, 2011, 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, I 000 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. Wednesday, January 19, 2011, 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 either of the following options:
Paving Improvements
OPTION: 1 Hot-in-Place Recycling OPTION: 2 HMAC Surface Overlay
34,230 L.F . I-Inch Wedge Milling 4 ,230 L.F -Inch Wedge Milling
4 ,350 TONS I-Inch Surface Course Type "D" Mix 9,000 S .Y . -Inch Surface Course Type 'D' Mix
79,000 S.Y .
8 ,000 GAL.
650 S.Y.
3 ,940 L .F .
3,000 S.F.
I-Inch HMAC Hot In-Place Recycling
Rejuvenated Oil
I-Inch Surface Milling
Remove and Replace Existing Curb & Gutters
Remove and Replace 6-Inch Concrete Driveways
7 ,950 L.F
60TONS
,940 L .F.
,000 S .F .
avement Crack Sealing
MAC Pavement Level-Up
emove and Replace Curb and Gutter
emove and Replace 6-Inch Drivewa)
Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications .
Note: For this contract, prospective bidders may choose either or both options and the City reserves the right to
select the lowest qualified bidder. Only one option will be awarded.
For additional information, please contact Kristian Sugrim, Project Manager at (817) 392-8902 .
DALE A. FISSELER, P.E.
CITY MANAGER
Advertising Dates :
December 23 2010
December 30 , 2010
WILLIAM A. VERKEST, P.E ., DIRECTOR
TRANSPORTATION AND PUBLIC WORKS
DEPARTMENT
By Kc;~~~~
Kristian Sugrim
Project Manager
SPECIAL INSTRUCTIONS TO BIDDERS
I) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are
required to be prequalified by the Fort Worth Transportation and Public Works
Department prior to submitting bids for pavement contracts . This prequalification
process will establish a bid limit based on a technical evaluation and financial analysis
of the contractor. It is the bidder's responsibility to submit the following
documentation : a current financial statement, an acceptable experience record , an
acceptable equipment schedule as outlined in the PREQUALIFICATION
REQUIREMENTS FOR PA YING CONTRACTORS most recent version, and any
other documents the Department may deem necessary, to the Director of
Transportation and Public Works at least fourteen (14) calendar days prior to the date
of the opening of bids .
a) The financial statement required shall have been compiled by an independent
certified public accountant or an independent public accountant holding a valid
permit issued by an appropriate State licensing agency and shall have been so
prepared as to reflect the financial status to the submitting company . This
statement must be current and not more than one (1) year old . In the case that a
bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated with proper verification .
b) For an experience record to be considered to be acceptable for a given project, it
must reflect the experience of the firm seeking qualification in work of both the
same nature and technical level as that of the project for which bids are to be
received .
c) The Director of the Transportation and Public Works Department shall be the sole
judge as to the level of project a Contractor is qualified to bid based upon a review
of the information submitted.
d) The City, at its sole discretion, may reject any bid for failure by the Contractor to
demonstrate acceptable experience, expertise or financial wherewithal to perform
the work included in the project .
· e) Any proposals submitted by a non-prequalified bidder shall be returned unopened,
and if inadvertently opened, shall not be considered .
t) The City will attempt to notify prospective bidders whose qualifications (financial
or experience) are not deemed to be suitable for the nature and/or magnitude of
the project on which bids are to be received. Failure to notify shall not be a waiver
of any necessary prequalification.
g) Any contractor who becomes qualified and remains in good standing with the City
will not be required to submit for re-qualification for 2 years from the date of
having last being qualified. Re-qualification procedures are included in the
PREQUALIFICA TION REQUIREMENTS FOR PA YING CONTRACTORS
document .
December 9. 2010 CORRECTED
-
1.
2.
SPECIAL INSTRUCTIONS TO BIDDERS
BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of
Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid
submitted must accompany the bid, and is subject to forfeit in the event the successful
bidder fails to execute the contract doc~ments 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 proofrequired herein.
PROPOSAL: After proposals have been opened and read aloud, the proposals will be
tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the
application of such formulas or other methods of bringing items to a common basis as
may be established in the Contract Documents.
The total obtained by taking the sum of the products of unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the award of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
proceed with the work in any manner 'as maybe considered for the best interest of the
Owner.
The quantities of work and materials to be furnished as may be listed in the proposal
forms or other parts of the Contract Documents will be considered as approximate only
and will be used for the purpose of comparing bids on a uniform basis. Payment will be
made to the Contractor for only the actual quantities of work performed or materials
furnished in strict accordance with the Contract Documents and Plans. The quantities of
work to be performed and materials to be furnished may be increased or decreased as
hereinafter provided, without in any way invalidating the unit prices bid or any other
requirements of the Contract Documents .
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. ~ids that do not acknowledge ,all applicable addenda will be rejected as non-
respons1ve.
SPECIAL INSTRUCTIONS TO BIDDERS
-I -
4. AW ARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest
responsive bidder. The City reserves the right to reject any or all bids and waive any or
all irregularities . No bid may be withdrawn until the expiration of forty-nine ( 49) City
business days from the date that the M /WBE UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM
("Documentation") is received by the City.
5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder
entering into a contract for the work will be required to give the City surety in a sum
equal to the amount of the contract awarded. The successful bidder shall be required to
furnish bonding as applicable in a sum ~qual to the amount of the contract awarded. The
form of the bond shall be as herein provided and the surety shall be acceptable to the
City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the
Texas Government Code, as amended.
A. If the total contract price is $25 ,000 or less, payment to the contractor shall be
made in one lump sum. Payment shall not be made for a period of 45 calendar
days from the date the work has ,been completed and accepted by the City .
B. If the contract amount is in excess of $25,000, a Payment Bond shall be
executed, in the amount of the contract, solely for the protection of all claimants
supplying labor and material in the prosecution of the work.
C. If the contract amount is in excess of $100,000 , a Performance Bond shall be
executed, in the amount of the contract conditioned on the faithful performance of
the work in accordance with the plans , specifications, and contract documents.
Said bond shall solely be for the protection of the City of Fort Worth.
D. A Two-year Maintenance Bond is required for all projects to insure the prompt,
full and faithful performance of the general guarantee as set forth in Paragraph 7
of the Special Provisions.
To be an acceptable surety on the performance, payment and maintenance bonds, the
surety must be authorized to do business in the state of Texas and meet all requirements
of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a
certificate of authority from the Untied States secretary of the treasury to qualify as a
surety on obligations permitted or required under federal law; or (2) have obtained
reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and
admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority
from the Untied States secretary of the treasury to qualify as a surety on obligations
permitted or required under federal law. Satisfactory proof of any such reinsurance shall
be provided to the City upon request. The City, in its sole discretion , will determine the
adequacy of the proof required herein .
No sureties will be accepted by the City that are at the time in default or delinquent on
any bonds or which are interested in any litigation against the City. Should any surety on
the contract be determined unsatisfactory at any time by the City, notice will be given to
SPECIAL INSTRUCTIONS TO BIDDERS
- 2 -
the contractor to that effect and the contractor shall immediately provide a new surety
satisfactory to the City
6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General
Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain
Construction of the City of Fort Worth, Texas, concerning liquidated damages for late
completion of projects.
7. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not
discriminate against any person(s) because of sex , race , religion , color or national origin
and shall comply with the provisions of sections l 3A-2 l through 13A-29 of the Code of
the City of Fort Worth (1986), as amended, prohibiting discrimination in employment
practices.
8 WAGE RA TES: Section 8. 8 of the Standard Specifications for Street and Storm Drain
Construction is deleted and replaced with the following:
Compliance with and Enforcement of Prevailing Wage Laws
A. Duty to pay Prevailing Wage Rates.
The contractor shall comply with all requirements of Chapter 2258 , Texas
Government Code (Chapter 2258), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the
prevailing wage rates in accordance with Chapter 2258. Such prevailing wage
rates are included in these contract documents.
8. 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 tbe 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 INSTRU C TIONS TO BIDDERS
- 3 -
-
wages due under the prevailing wage rates , such amounts being subtracted from
successi ve progress payments pending a final determination of the violation.
D. Arbitration Required if Violation Not Resolved .
An issue relating to an alleged violation of Section 2258 .023, Texas Government
Code, including a penalty owed to the City or an affected worker , shall be
submitted to binding arbitration in accordance with the Texas General Arbitration
Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and
any affected worker do not resolve the issue by agreement before the 15th day
after the date the City makes its initial determination pursuant to paragraph (c)
above. If the persons required to arbitrate under this section do not agree on an
arbitrator before the 11th day after the date that arbitration is required , a district
court shall appoint an arbitrator on the petition of any of the persons. The City is
not a party in the arbitration. The decision and award of the arbitrator is final and
binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained.
The contractor and each subcontractor shall, for a period of three (3) years
following the date of acceptance of the work, maintain records that show (i) the
name and occupation of each worker employed by the contractor in the
construction of the work provided for in this contract ; and (ii) the actual per diem
wages paid to each worker. The records shall be open at all reasonable hours for
inspection by the City. The provisions of the Audit section of these contract
documents shall pertain to this inspection.
F. Pay Estimates .
With each partial payment estimate or payroll period , whichever is less, the
contractor shall submit an affidavit stating that the contractor has complied with
the requirements of Chapter 2258, Texas Government Code .
G. Posting of Wage Rates.
The contractor shall post the prevailing wage rates in a conspicuous place at the
site of the project at all times . '
H. Subcontractor Compliance.
The contractor shall include in its subcontracts and/or shall otherwise require all
of its subcontractors to comply with paragraphs (a) through (g) abo ve.
I. (Wage rates are attached following tpe end this section .)
9. FINANCIAL STATEMENT: A current certified financial statement may be required by
the Director of Transportation and Public Works Department for use by the CITY OF
FORT WORTH in determining the successful bidder. This statement, ifrequired, is to be
SP ECIAL INSTRUCTIONS TO BIDD ERS
J 4 -
prepared by an independent Public Accountant holding a valid permit issued by an
appropriate State Licensing Agency.
10 . INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor
must provide , along with executed contract documents and appropriate bonds , proof of
insurance for Workers Compensation (statutory); Comprehensive General Liability
($1 ,000,000 per occurrence , $2 ,000 ,000 aggregate); and Automobile Insurance
($1 ,000,000 each accident on a combined single basis or $250 ,000 property
damage/$500,000 bodily injury per person per occurrence. A commercial business
policy shall provide coverage on "any auto", defined as autos owned, hired, and non-
owned). Additional lines of coverage may be requested. If such a request is made after
bid opening , Contractor shall be entitled to additional compensation equal to 110% of the
additional premium cost. For worker's compensation insurance requirements, see Special
Instructions to Bidders -Item 16. ·
ADDITIONAL INSURANCE REQUIREMENTS:
A. The City, its officers, employees and servants shall be endorsed as an additional
insured on Contractor's insurance policies excepting employer's liability insurance
coverage under Contractor's workers' compensation insurance policy.
B. Certificates of insurance shall be delivered to the City of Fort Worth, contract
administrator in the respective department as specified in the bid documents, 1000
Throckmorton Street, Fort Worth, TX 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
premmm .
E. Insurers must be authorized to do business in the State of Texas and have a
current A.M. Best rating of A: VII or equivalent measure of financial strength and
solvency .
F. Deductible limits , or self-funded retention limits, on each policy must not exceed
$10 ,000.00 per occurrence unless otherwise approved by the City.
G. Other than worker's compensation insurance, in lieu of traditional insurance, City
may consider alternative coverage or risk treatment measures through insurance
pools or risk retention groups. The City must approve in writing any alternative
coverage .
H. Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of
SPECIAL INSTRUCTIONS TO BIDDERS
-5 -
recovery in favor of the City.
I. City shall not be responsible for the direct payment of insurance premium costs
for contractor's insurance.
J . Contractor's insurance policies shall each be endorsed to provide that such
insurance is primary protection and any self-funded or commercial coverage
maintained by City shall not be ~ailed upon to contribute to loss recovery.
K . In the course of the project, Contractor shall report , in a timely manner , to City's
officially designated contract administrator any known loss occurrence which
could give rise to a liability claim or lawsuit or which could result in a property
loss .
L. Contractor's liability shall not be limited to the specified amounts of insurance
required herein. '
M. Upon the request of City, Contractor shall provide complete copies of all
insurance policies required by these contract documents.
11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code , art. 2252.002 , the
City of Fort Worth will not award this contract to a non-resident bidder unless the non-
resident's bid is lower than the !owes~ 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 :
l. 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 utili_zed. If there was no activity by an M/WBE in a
particular month , place a "O" or "no participation" in the spaces provided, and provide
a brief explanation.
• The Contractor shall provide the M/WBE Office proof of payment to the M/WBE
subcontractors and suppliers only. The M/WBE Office will accept the following as
proof of payment:
1. Copies of submitted invoices with front and back copies of canceled check(s), OR
2. A notarized letter explaining, in detail:
a Subcontractor/supplier Scope of Work
b . Date when services were received from subcontractor/supplier
c. Amounts paid to the subcontractor/supplier
d . Original signatures from both parties must be included on this letter.
SP ECIAL INSTRUCTIONS TO BIDDERS
- 7 -
• If the Contractor foresees a problem with submitting participation reports and/or
proof of payment on a monthly basis, the M/WBE Office should be notified.
If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere
to the following:
I. 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 neglige~t misrepresentation) and/or commission of fraud
will result on the Contractor being determined to be irresponsible and barred from
participating in City work for a period of time of not less than three years.
13 . AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the
proposal, the City reserves the right to adopt the most advantageous construction thereof
or to reject the proposal.
14. PROGRESS PAYMENTS. FINAL .PAYMENT. PROJECT ACCEPTANCE AND
WARRANTY:
a. The contractor will receive full payment (less 5% retainage) from the city for each pay
period.
SPECIAL INSTRUCTIONS TO BIDDERS
- 8 -
b. Payment of the retainage will be included with the final payment after acceptance of the
project as being complete.
.
c. The project shall be deemed complete and accepted by the City as of the date the final
punch list has been completed, as evidenced by a written statement signed by the
contractor and the City.
d. The warranty period shall begin as of the date that the final punch list has been
completed.
e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment
becoming due and payable.
f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the
city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages , city
shall make a progress payment in the amount that city deems due and payable.
g. In the event of a dispute regarding either final quantities or liquidated damages , the
parties shall attempt to resolve the differences within 30 calendar days.
15 . AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the
following guidelines relating to working on City construction sites on days designated as
"AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the
Metroplex area, runs from May I , through October 31 , with 6:00 a.m . - I 0:00 a.m . being
critical because emissions from this time period have enough time to bake in the hot
atmosphere that leads to early afternoon ozone formation.
16.
The Texas Commission on Environmental Quality (TCEQ), in coordination with the
National Weather Service , will issue the AIR POLLUTION WATCH by 3:00 p.m . on the
afternoon prior to the WATCH day . On designated AIR POLLUTION WATCH DAYS ,
the Contractor shall bear the responsibility of being aware that such days have been
designated AIR POLLUTION WATCH DAYS and as such shall not begin work until
I 0:00 a.m. whenever construction phasing requires the use of motorized equipment for
periods in excess of I hour.
However, the Contractor may begin work prior to I 0:00 a.m. if use of motorized
equipment is less than I-hour. or if equipment is new and certified by EPA as "Low
Emitting", or equipment bums Ultra Low Sulfur Diesel (ULSD). diesel emulsions. or
alternative fuels such as CNG.
If the Contractor is unable to perform continuous work for a period of at least seven hours
between the hours of 7 :00 a.m. -6:00 p.m., on a designated AIR POLLUTION WATCH
DAY, that day will be considered as a weather day and added onto the allowable weather
days of a given month.
WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance
with Workers Compensation shall be as follows :
SP ECIAL 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 iri 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 l,e covered by workers' compensation insurance .
This includes persons providing, hauling, or delivering equipment or materials, or
providing labor or transportation or other service related to the project, regardless of
the identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive
information on the legal requirement for coverage, to verify whether your employer
has provided the required coverage, or to report an employer's failure to provide
coverage." '
17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive
Branch of the federal government, contractor covenants that neither it nor any officers ,
members, agents or employees who engage in the performance of this contract shall, in
connection with such employment, advancement or discharge of employees or in
connection with the terms, conditions or privileges of their employment, discriminate
SPECIAL INSTRUCTIONS TO BIDDERS
-12 -
against any person because of their age except on the basis of a bona fide occupational
qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents or employees
acting on their behalf, shall specify in solicitations or advertisements for employees to
work on those contract a maximum age limit for such employment unless the specified
maximum age limit is based upon a bona fide occupational qualification , retirement plan
or statutory requirement.
Contractor warrants that it will fully comply with the Policy and will defend , indemnify
and hold City harmless against any and all claims or allegations filed by third parties
against City arising out of Contractor's alleged failure to comply with the Policy in the
performance of this contract.
18 . DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the
Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not
unlawfully discriminate on the basis of disability in the provision of services to the
general public , nor in the availability, terms or conditions of employment for applicants
for employment with , or current employees of, Contractor. Contractor warrants that it
will fully comply with the ADA's provisions and any other applicable federal, state , or
local laws concerning disability and will defend, indemnify and hold City harmless
against any and all claims or allegations filed by third parties against City arising out of
Contractor's alleged failure to comply with the ADA in the performance of this contract.
END OF SECTION
SPECIAL INSTRUCTIONS TO BIDDERS
-13 -
HEAVY & HJGHW A Y CONSTRUCTION
PREVAILING WAGE RATES 2001
Air Tool OOentor
Asphalt Dislributor Ol)Crator
Asphalt Pavina Machine Ooerator
A snhalt Raker
Asnhalt Shovel•
Batchina Plant Weiah•
Broom or Sweeoer Onerator
Bulldozer Ooentor
C111)1ntW
Concrete FlniJher. Pavina
Concrete Finisher, Structum
Concrete Pavln1 Curbin1 Machine Oocrator
Concrete Pavina Flnisllina Machine ODerator
Concrete Pavln1 Joint Sea* Onerator
Concme navlna Saw ODerator
Concrete Pavina Snnld• Ooentor
Concrete Rubber
SI0.06
$13 .99
$12. 71
SI 1.01
S 1.10
Sl-4.U
S 9.11
Sll.22
Sll.lO
St2 .8'
SIJ.27
Sl2.00
SJJ.63
s,2.,0
SJJ.56
SIUO
SI0.61
Crane. Clamshell, Backhoe Derrick. Dn&Jlne. Shovel Onera&or $14.12
Electrician Sll.12
Flunr S 1.43
Form Builder/Setter, Structure, Sll .63
Form Setter. Pavlna A Curb SIJ.13
Foundation Orill l Crawlw Mounted Sll.67
Founda&lon Drill Onantor. Truck Mounted $16.30
Front End Loader n..-.,,.. Sll.62
Laborer, Common S 9.11
Laborer, Utility SI0.6.S
Mechanic $16.97
Millin1 Machine Operator, Fine Grade SI 1.13
Mixer ODentcr SIUI
Motor Orader Operator, Fine Orade SU.20
Motor Oradtr Open~ Rouu Sl-4 .50
Oils $14.91
Painter, Strucllnt SIJ.17
Pavement Markina Madline Os>erator SIO .Ot
Pii,elmar SI I.Ot
Reinforcln1 Steel Setter, Plvin1 Sl-4.16
Reinforcina Steel Sefler. Structure $16 .29
Roller ()pentor, Pneumatic, Self-Prooelled SI 1.07
Roller• Steel Wh•I FIii WheeVTampin1 SI0.92
Roller ODCrator. Sec.I Wheel Plant Mix Pavement SI 1.21
Scrana Onerator SI 1.42
S«vic• Sll.32
SIID Form Madline Ooentor S 12.33
Soreader Box Ooentor SI0 .92
Tractor -Crawl• TvDe 112 .60
T rac:tor :--. Pneumllic Sl2.91
Travelina Mixer Operator Sil.OJ
Tn,ck Driver Lowboy .f)oa, Sl-4.93
Tn,ck Ori'ltr, Sino Axle , Heavy Sll .47
Tnick Ort"• Sinai• A,11Je, Liaht SI0.91
Truck Dri'ler Tandem Ax!., Semi-Trail• SI u,
Truck Dri"er Transit-Mix SI 2 01
Wuon Drill, Borina Mechine, Pott Hole Onllet Operator Sl4 00
Welder Sil H
Wort Zone 1311TicacM Se~icer SIO 09
TRANSPORTATION AND Pull.IC WORKS
BUSINESS SUPPORT DMSION
W/MBE REQUIRED DOCUMENTATION RECEIPT
Official Date and Time
0 1-2 7-11 P0 2 :5 '/ I N
Project Manager:----------------
Forms Submitted By
Name: ~ ~d_(/;'Yt-,
Company: ~ £.p c;.~-.)N!_
Name: ---~-ev,,.........__~--F-O_rm-~ ....... : ...... ~-e-iv_e_d_~ __ Y_i ____ _
FORT WORTH
~
PRIME COMPANY NAME :
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATIACHMENT 1A
Page 1 of 4
Check applicable block to describe prime
Cutler Repaving, Inc. ' I M!W/DBE I ~ NON-M,W/DBE PROJECT NAME:
H~r J.tJ ·~?w~ /?~cYtu tJ u/HJ/\PrC (Jt)f2p(I(,€ 0 V~Rlfl'1{2t)tl -8J BID DATE -:fA /J ,Ht(/}-( 2 7, 21) II
City 's M/WBE Project Goal: Prime's M/WBE Project Utilization : PROJECT NUMBER
!3 % c:1d.~% t}/61/o
Identify all subcontractors/suppHers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening , exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
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 1st 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 Bus iness Enterprise (M/WBE).
If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The
M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the
fees and commissions earned by the M/WBE as odtlined in the lease agreement.
Rev . 5/30/03
fORTWORTH --...,.----
ATIACHMENT 1A
Page 2 of 4
Primes are requ ired to identify Ab.b subcontractors/suppliers, regardless of status ; i.e ., Minority , Women and non-M/WBEs .
Please list M/WBE firms first, use additional sheets if necessary.
SUBCONTRACTOR/SUPPLIER
Company Name
Address
Telephone/Fax
fl'{.l>fOiE~H Ot"'icXA$
N Certification
(check one) ~
T N T I
e M W C X M
r B B T D W
E E R O B
C T E
A
zov4 -w Suai£rr '2b I ,...,v
AILJJ.Y,,.WJJ ,TY. 7/;011
4517 .. 71,f-Jg<JJ
11? -5S7 -32.tJt)
t1 l)u/&c.rrf;tJC¥ J,.; ((
5112., WHl6Pt'~.vt, ~1llfi ./
-Pt:tlA~, --rx 1523(, 2.
97,;-7'6D. 91)#
97;..-1 </1) .. 95 t/-3
2A-~e~ a,,, ~o.<J
?,o , ~i 103&/b
tfi(tt t)t(4,TX 7btt4
1,1-7~c;-ool,3
'311-7.Sq-Ot>b f
/)11,.41et',a a-1
~$~ I fl{u,Ji. WiJ
/)t2L1))C,. r()).} I~
311-c.U, 7 .. ;72,,1
I
Detail
Subcontracting Work
f/'AVu µ t. o ,:-
fa, 1 u6 v
µ 11~,i,Al-
Detail
Supplies Purchased Dollar Amount
Rev . 5/30/03
fORTWORTH
~
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
Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount
Telephone/Fax r B B T D V',
R 0 B E E C T E
A
MAiiJ.J ~· ' 31?,ygtw!W f e:wrt#A-n ,x flov7fDµ, -,X 71.:fbt d01 lfl)(} • tJt)
113 .. ,3Sl) -G,iO'V
.,...v /lt,hk"
1 f ~ • 35!> ,. ~ 45b I
V~lCM ,-J.~/2,At.7
61 (If) l)Je,6f"ea,j 1)2 ,; v
;j1'e lftW 37~ ozS. utJ
~ll,'~btM ! ~ "f!(D7
111-811-!i?Ao ,7--37l-o74b
.
Rev. 5/30/03
fORTWORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/~uppl iers
$
$
ATIACHMENT 1A
Page 4 of 4
I 11, 11!) -oo
J53, t11S. loo
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 53 3, {)t,~. /po
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 Ul)justified change or deletion shall be a material breach of
contract and may result in debarment in accord with 'the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination .
By affixing a signature to this form, the Offerer further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including
M/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or
examination of any books, records and files held by their company. The bidder agrees to allow the
transmission of interviews with owners, principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substant iate 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 Offerer and barred from participating in
City work for a period of time not less than one (1) year.
Chartes R. Veakana
Authonzed Signature Printed Signature
President
Title Contact Name/Title (If different)
Cut ler Repaving , Inc. 785-843-1524 785-843-3942
Company Name Telephone and/or Fax
921 E27th St "pv ~-1;t<~RAIPr@CtJ1~e1<(<EE r1\ "' ~91 . c~ ~
Address E-mail Address
Lawrence, KS 66046-4917
City/State/Zip Date
Rev . 5/30/03
TOTAL BID AMOUNT OF EACH OPTION
CITY OF FORT WORTH, TEXAS
HOT IN-PLACE RECYCLING I HMAC SURFACE OVERLAY (2011-3)
CITY PROJECT N: 01676
TPW PROJECT NO: C293-541200-207620167683
Option (1): $ __ ?<--.:'Cftf.~. -=--(q_2_._1D ___ _
I
Option (2): $ _________ _
Note: Only one option will be awarded for this proiect.
Prospective bidders may choose to bid on either one or both options, and the City
reserves the right to select the lowest qualified bidder.
TO: CITY OF FORT WORIB
PURCHASING DIVISION
1000 TIIROCKMORTON ST
FORT WORIB, TEXAS 76102
PROPOSAL(OPTION l)
FOR: H.M.A.C. HOT-IN-PLACE RECYCLING (2011-3)
AT VARIOUS LOCATIONS
CITY PROJECT NO: 01676
TPW PROJECT NO: C293-541200-207620167683
Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans,
specifications and the sites; understands the amount of work to be done, and hereby proposes to do
all the work and furnish all labor, equipment, and materials necessary to fully complete all the work
as provided in the plans and specifications, and subject to the inspection and approval of the Director
of the Transportation and Public Works Department of the City of Fort Worth.
Total quantities given in the bid proposal may not reflect actual quantities; however, they are given
for the purpose of bidding on and awarding the contract. The City also reserves the right to increase
or decrease quantities of individual pay items within the contract, provided that the total contract
amount remains within plus or minus (±) 25% of the contract award. The contractor is not
entitled to any additional compensation or renegotiation of individual pay item bid prices.
Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and
furnish Performance, Payment and Maintenance Bonds, acceptable to and approved by the City of
Fort Worth, for performing and completing the s.aid work within the time stated and for the
follol!'mg sums, to-wit:
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS
S.P.
275
S.P.
1
2
2EA. Project Designation Sign @
..::;T'""'w""o-"H=u=n=d;.;.re=d=------Dollars
& No Cents Per Each
79,000 S.Y. I-Inch HMAC Hot In-Place Recycling @
llOLbs/SY
Y@ Dollars &
J /.w,-f or Cents Per S. Y.
P-1
UNIT
PRICE
$ 200.00
TOTAL
AMOUNT BID
$ 400.00
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
S.P. 3 8,000 Gals. Rejuvenated Oil at 0.1%@
'~ Dollars & ~'46(/ Cents Per Gallon
$ .3, .:/(} $ ~:J; 6m.,trtJ
300 4 4,350 Tons
310 Dollars &
340 Cents Per Ton
S.P. $ 1{;.tf~ s &;,, f51. 5e)
104 5 3,940 L.F. Remove and Replace Concrete Curb &
502 Gutter@
S.P. ~Cen:~~::.~. $ 11,/ "° 9t/-,51PO .{]() $
104 6 3,000 S.F. Remove and Replace 6-lnch
504 Concrr way @
S.P. Dollars &
~ Cents Per S.F. $ J.50 $ :;,,;.. 5otJ , <JO
104 7 1,320 S.F. Remove and Replace 6-Inch Exposed
504 Aggrega e ~oncrete Driveway @
S.P. Dollars & ~,Ch t). lfl) Cents Per S.F. $ ~-7!' $
104 8 580 S.F. Remove and Replace Existing 4-Inch
504 Concrete Sidewalk @
$ '7.tm 5, #'10 .dV S.P. J;, Dollars & $
, -1,c,tJ Cents Per S.F.
300 9 460 Tons. HMZC Level Up @
340 ~ '7uo Dollars &
S.P.
$ ?fz,nJ Cents Per Ton :3l ·1i51~,tff) $
300 10 340 C.Y. HMAC Pa~ment & Base Repair @
340 &w ~~~ Dollars &
S.P . ~ Cents Per C.Y. /
$ .j--..J, {)/;f) .tJZ) $ J!J'f,c)() •
P-2
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
S.P. 11 34,230 L.F. Wedge Millingl-Inch to 0-Inch Depth, 5'
w;a,@ ~ Dollars &
Cents Per L.F. 'L,~
$ . 97 $ 38,203 .10
S.P. 12 8EA. Butt Joint-Mille~ J fe2:{2 /J.1.--,(.t. Dollars &
~ Cents Per Each
$ zo0 .t/t) $ ~} ~O(J • (}[)
S.P. 13 650 S.Y. 1-Inch 2:;ce Milling @
Dollars &
-~~ Cents Per S.Y. (. 7,; 11g7,5D $ $ I
S.P. 14 LUMPSUM
Dollars &
Cents Per Each
$6,000.00 $6,000.00
406 15 23EA. Water Valve Box Adjustment
450 (With Steel Riser)@ j
S.P. One Hundred and Twen!)'. Five Dollars &
No Cents Per Each $125.00 $2,875 .00
406 16 SEA. Water Meter Box Adjustment
450 @
S.P. Thirtv Five Dollars &
No Cents Per Each $ 35.00 $175.00
406 17 25EA. Manhole Adjustment
450 (With Steel Riser) @
S.P.
Two Hundred and Fif!l'. Dollars & $ 250.00 $6,250.00
No Cents Per Each
P-3
SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL
ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID
104 18 100 S.F. Remove and Replace wheelchair Ramp
504 and Install Standard 4-Inch ADA
S.P.
Wheelchair Ramp (with detectable
warning Dome-Tile Surface)@
ff# Dollars &
$ '!,So '&so .oo Cents Per S.F. $
S.P. 19 38EA. Painting House Addresses@
b Dollars &
Cents Per Each $ r;JD .t.ro $ 1~.//0
S.P. 20 320 S.Y. Grass Sod Replacement @
Fl!HVC Dollars &
·~(] Cents Per S.Y. $ 4-· 7tJ $ Jfo4.t!O
S.P. 21 1 EA. Re-Mobilization @
Five Hundred Dollars &
No Cents Per Each $ 500.00 $ 500.00
TOTAL BID
P-4
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 thrqugh 13-A-29), prohibiting discrimination in, employment
practices.
The undersigned agrees to complete all work covered by these contract documents within eighty {80)
Calendar Days from and after the date for commencing work as set forth in the written Work order
to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage
and Utility Construction" as established by the City of Fort Worth, Texas.
Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will
execute the formal contract and will deliver an approved Surety Bond for the faithful performance of
this contract. The attached deposit
~~~__,~ ____ _,) is to become
fFort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the
event the contract and bond are not e xecuted w ithin the time se t forth, as liquidated damages for
delay and additional work caused thereby.
The Contractor shall mobilize within ten (10) calendar days of the notice given by the Construction
Engineer for any of the locations. If the contractor fails to begin the work within ten {10) calendar
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. l (Initials) __
Addendum'No. 2 (Initials)_
Addendum No. 3 (Initials)_
(Seal)
P-5
Respectfully submitted,
Cutler Repaving, Inc.
~;,mp ~~4 ~
Signature
Charles R. Veskema
Printed Name of Principal
Address : 921 E 27th Lenee, KS 66046-4917
E-mail Address : -----------
Te I e phone: 785-843-1524
VENDOR COMPLIANCE TO ST A TE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of
contracts to non-resident bidders. This law provides that, in order to be awarded a
contract as low bidder, non-resident bidders (out-of-state contractors whose corporate
offices or principal place of business are outside of the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the
lowest Texas resident bidder by the same amount that a Texas resident bidder would be
required too underbid a non-resident bidder in order to obtain a comparable contract in
the State in which the non-resident's p:r;incipal 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 ~ r\/.?A:2 (give State), our principal
place of business , are not required to underbid res ident bidders.
B. Our principal place of business or corporate offices are in the State of Texas.
D
Bidder:
Cutler Repaving. Inc. Charles R. Veskema
Company By: (Please print)
921 E27th St &~
Address Signature
Lawrence, KS 66046-4917 President
City State Zip Title (Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
-
THIS PAGE INTENTIONALLY
LEFT BLANK
SPECIAL PROVISIONS
FOR: H.M.A.C. HOT IN-PLACE RECYCLING (2011-3) OPTION 1
CITY PROEJCT NO: 01676
TPW PROJECT NO: C293-541200-207620167683
1. SCOPE OF WORK:
The work covered by these details and specifications consist of the removal and replacement
of Curb & Gutter, Driveways and existing base repair, all existing traffic buttons, and
repaving the existing asphaltic pavement in a simultaneous multi-step process of heating,
scarifying, thoroughly remixing to the specified depth and reshaping the old asphaltic
surface, applying an asphalt recycling modifier, and then placing and overlay of new
asphaltic concrete pavement for the required thickness as specified. 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, refer to the list at the back of this document. At the sole discretion of
the City, the City reserves the right to add, delete or substitute streets in this contract. The
City also reserves the right to increase or decrease quantities of individual pay items within
the contract provided that the total contract amount remains within plus or minus {±) 25%
of the contract award. The contractor is not entitled to any additional compensation or
renegotiation of individual pay item bid prices.
All short turnouts that intersect with a street to be repaired shall be included in this contract,
even though they may not be listed with the street locations at the back of this document due to
SP-1
-
-
-
2.
their size. The contractor shall verify these locations with the Construction Engineer prior to
construction. The construction of these turnouts includes; but, is not limited to, milling,
cleaning, tack coating, overlaying and facility adjusting.
Total quantities given in the bid proposal ,may not reflect actual quantities, but represent the
best estimate based on a reasonable effort of investigation; however, they are given for the
purpose of bidding on and awarding the contract.
AW ARD OF CONTRACT:
Contract will be awarded to the lowest responsible bidder.
3. SUBMITTALS FOR CONTRACT AWARD:
The City reserves the right to require the contractor, who is the apparent low bidder(s) for a
project, to submit such information as the City, in sole discretion may require, including but
not limited to manpower and equipment records, information about key personnel to be
assigned to the project and construction schedule; to assist the City in evaluating and
assessing the ability of the apparent fow 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.
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 calendar day period is required for the rescheduling of a final inspection.
The Contractor also agrees to complete the final punch list within ten (10) working days after
receiving it. If the Contractor fails to co~plete the work within ten (10) working days, the
SP-2
counting of the number of days to complete the Contract will resume and liquidated damages
shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of
the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth,
Texas.
5. EARLY WARNING SYSTEM FOR CONSTRUCTION:
Time is of the essence in the completion of this contract. In order to insure that the
contractor is responsive when notified of unsatisfactory performance and/or of failure to
maintain the contract schedule, the following process shall be applicable:
The work progress on all construction ~rojects will be closely monitored. On a 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 th~t, within 10 days from the date that the letter is
received, it provide sufficient equipment, materials and labor to ensure
completion of the work within the contract time. In the event the
contractor receives such a letter, the contractor shall provide to the City an
updated schedule showing how the project will be completed within the
contract time.
;
B. The Construction Engineer and the Director of the Transportation and
Public Works Department will be made aware of the situation. If
necessary, the City Manager's Office and the appropriate city council
members may also be informed.
C. Any notice that may, in the City's sole discretion, be required to be
provided to interested individuals will be distributed by the Transportation
' and Public Works Department's Public Information Officer.
D. Upon receipt of the contractor's response, the appropriate City
departments and directors will be notified. The Transportation and public
works Department's Public Information Officer will, if necessary, forward
updated notices to the interested individuals.
SP-3
-
-
....
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 ~efore the Contractor begins any construction work
authorized by the City.
7. CONSTRUCTION SPECIFICATIONS:
This contract and project are governed by the two following published specifications, except as
modified by these Special Provisions:
STANDARD SPECIFICATIONS FOR S1REET 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, Municipal Building, Fort Worth,
Texas 76102. The specifications applicable,to each pay item are indicated in the call-out for the
pay item in the Proposal. If not shown, then applicable published specifications in any of these
documents may be followed at the discretion of the Contractor.
8. CONTRACT DOCUMENTS:
Bidders shall not separate, detach or remove any portion, segment or sheets from the contract
documents at any time. Failure to bid or fully execute contract without retaining contract
documents intact may be grounds for designating bids as "non-responsive" and rejecting bids
or voiding contract as appropriate and as determined by the Director of the Transportation and
Public Works Department.
9. MAINTENANCE STATEMENT:
The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship, or both, for a period of two (2) years from the date of final acceptance of this
project, by the City of Fort Worth, and will be required to replace at his expense any part or all
of the project which becomes defective due to these causes. See Special Instructions to Bidders
Item No. 14 for further requirements.
SP-4
-
-
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 at 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 at 817-392-7738 to remove the sign. In the
case of regulatory signs, the Contractor must replace the permanent sign with a temporary
sign meeting the requirements of the above referenced manual and such temporary sign must
be installed prior to the removal of the permanent sign. If the temporary sign is not installed
correctly or if it does not meet the required specifications, the permanent sign shall be left in
place until the temporary sign requirements are met. When construction work is completed to
the extent that the permanent sign 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.
i
The Contractor shall limit his work within one continuous lane of traffic, at a time, to
minimize interruption to the flow of traffic upon the approval of the City Engineer.
Work shall not be performed on certain locations/streets (primarily arterials) during "peak
traffic periods (7 a.m. to 9 a.m. and to 4 p.m. to 5 p.m.)"; or, as determined by the City Traffic
Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic
Control Handbook for Construction and Maintenance Work Areas." See "Street by Street
I
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
SP-5
-
--
-
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:
12.
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 the construction activities.
'
The notice/flyer shall be posted three (3) 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 TPW project number
o Expected dates of construction
o Contractor(s) 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 by contacting the Transportation and Public Works
Department at (817) 392-8902.
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 restart. It will be the contractor's responsibility to re-distribute a
three (3) 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 residences on the street.
All work involved with the notice/flyer shall be considered subsidiary to the contract price
and no additional compensation shall be made.
PAYMENT:
The Contractor will receive bi-weekly payment (minus 5% retainage) from the City for all
work for each pay period. Payment of the remaining amount shall be made with the final
SP-6
-
-
--
payment, and 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 th~ 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.
14. DETOURS AND BARRICADES:
The Contractor shall prosecute his work in such a manner as to create a minimum of
interruption to traffic and pedestrian facilities, the flow of vehicular and pedestrian traffic
within the project area. Contractor shall protect construction, as required by Engineer, by
providing barricades.
Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers
and Warning and/or Detour Signs", Item 524, and/or as shown on the plans.
Construction signage and barricades shall conform to the latest edition of the "Texas Manual
on Uniform Traffic Control Devices, Vol. No. 1 ".
15. DISPOSAL OF SPOIL/FILL MATERIAL:
Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort
Worth's Flood Plain Administrator ("Administrator") of the location of all sites where the
contractor intends to dispose of such material. Contractor shall not dispose of such material
until the proposed sites have been determined by the Administrator to meet the requirements
of the Flood Plain Ordinance of the City ;of Fort Worth (Ordinance No. 10056) and a flood
plain permit issued. All disposal sites must be approved by the Administrator to ensure the
SP-7
filling is not occurring within a flood plain without a permit. A flood plain permit can be
issued upon approval of necessary engineering studies. No fill permit is required if disposal
sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by
a letter signed by the Administrator stating that the site is not in a known flood plain or by a
Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with
obtaining the fill permit, including any necessary engineering studies, shall be at Contractor's
expense. In the event that the Contractor ,disposes of spoil/fill material at a site without a fill
permit or a letter from the Administrator approving the disposal site, upon notification by the
Director of the Transportation and Public Works Department, Contractor shall remove the
spoil/fill material at its expense and dispose of such materials in accordance with the
Ordinance of the City and this section.
No temporary storage of material, rubble, equipment or vehicles within parkway is allowed.
Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the
satisfaction of City Engineer.
16. ZONING REQUIREMENTS:
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes.
17. PROPERTY ACCESS:
18.
Access to adjacent property shall be maintained at all times unless otherwise directed by the
Engineer.
CONSTRUCTION SCHEDULE:
Contractor shall be responsible for producing a project schedule at the pre-construction
conference. This schedule shall detail all phases of construction, special coordination with
schools (see Item No. 10 Traffic Control for details), including project clean up, and allow
the contractor to complete the work in the allotted time. Contractor will not move onto the
job site nor will work begin until said schedule has been received and approval secured from
the Construction Engineer. However, contract time will start even if the project schedule
has not been turned in. Contract start date would be outlined in the pre-construction work
order notice. Project schedule will be updated and resubmitted at the end of every
estimating period. All costs involved with producing and maintaining the project schedule
shall be considered subsidiary to this contract.
SP-8
--
-
;
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 from 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 TIDS EQUIPMENT WITHIN SIX
FEET OF IDGH VOLTAGE LINES."
(2) Equipment that maybe 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 conn'ections.
(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 the TXU Electric Delivery for
the temporary relocation or raising of high voltage lines at the Contractor's sole cost
and expense.
(5) No person shall work within six feet of a high voltage line without protection having .
been taken as outlined in Paragraph (3).
20. RIGHT TO AUDIT:
.Contractor agrees that 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.
SP-9
Contractor further agrees to include in all its subcontracts hereunder a provision to the
effect that the subcontractor agrees that t~e 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. The City shall give the subcontractor reasonable advance notice of
intended audits.
Contractor and subcontractor agree to photocopy such documents as may be requested by ,
the City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at
the rates as contained in the Texas Administrative Code at the time payment is made.
21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS:
Contractor Covenants and agrees to in~emnify 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, 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 the
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.
SP-10
-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 from the Engineer to make a substitution for
the material that has been specified. Where the term "or equal", or "or approved equal" is
used, it is understood that if a material, product, or piece of equipment bearing the name so
used is furnished, it will be approvable, as the particular trade name was used for the
purpose of establishing a standard of quality acceptable to the City. If a product of any other
name is proposed substitutes is procured by the Contractor. Where the term "or equal", or
"approved equal" is not used in the specifications, this does not necessarily exclude
alternative items or material or equipment which may accomplish the intended purpose.
However, the Contractor shall have the full responsibility of providing that the proposed
substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the
sole judge of the acceptability of substitutions. The provisions of the sub-section as related to
"substitutions" shall be applicable to all sections of these specifications.
23. WATER FOR CONSTRUCTION:
Water for construction will be furnished by the Contractor, at his own expense.
24. SANITARY FACILITIES FOR WORKERS:
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.
SP-11
27. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC:
The Contractor's particular attention is directed to the requirements of Item 7, "Legal
Relations and Responsibilities to the Public" of the "Standard Specifications for Street and
Storm Drain Construction".
28. CONSTRUCTION
The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its
employees, and all contractors and their sub-contractors must comply with this program as a
condition of the contract. All active sewer manholes, regardless of depth, are defined, as
"permit required confined spaces". Contractors will be required to complete the
"CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field
Operations Division) for each entry and possess and use the equipment necessary to comply
with this program. The cost of complying with this program will be considered subsidiary to
the pay items involving work in confined spaces (e.g. vacuum testing, cleaning, televising,
construction, etc.).
NON-PAY ITEM NO: 1 -SPRINKLING FOR DUST CONTROL:
All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust
Control" shall apply. However, no direct payment will be made for this item and it shall be
considered incidental to this contract.
NON-PAY ITEM NO: 2 -REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY
LANE TAPE:
The Contractor shall be responsible for the documentation of all street markings prior to the
removal and disposal of the pavement markings.
All traffic buttons shall be removed from the existing asphalt surface before resurfacing
begins. The contractor shall be responsible for the removal and disposal of all buttons and
markings. Upon completion of the job,; the City will install new buttons after proper
notification.
The contractor shall also be responsible for all materials, equipment and labor to place
temporary adhesive lane marking tape to control and direct traffic in the same way as they
were prior to start of construction. Any corrective action required on the temporary lane
markings shall be the total responsibility of the Contractor and at no extra cost to the City.
SP-12
1,1
The contractor shall notify the Construction Engineer and T/PW Street Division 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.
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 two (2) 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 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 Telephone Number Contact Person
SBC-Telephone (817) 338-6202 Mr. Gary Tillory
(214) 384-3 732 Cell
TXU Electric Delivery:
Downtown (817) 215-6424 Mr. Scott King
Other than Downtown (817) 215-6688 Mr. Robert Martinex
Atmos Energy (Gas) (81 7) 215-4366 Mr. John Crane
(469) 261-2314 Cell
CFW -Street Light (817) 392-7738 Mr. James Turner
SP-13
CFW -Light Signal (81 7) 392-2538 Mr. Frank Brock
(817) 392-2535 Mr. Monte Wilson
CFW -Traffic Control/Permits (817) 392-7219 Mr. Nathan Wilson
CFW -Pavement Marking (817) 392-8107 Mr. Chuck Snyder
CFW -Storm Drain (817) 392-5196 Mr. Juan Cadena
CFW-Water (817)212-2699 Mr. Roger Hauser
(817)925-2360 Cell
CFW-Sewer (817)212-2699 Mr. Rick Davis
(817)944-8399 Cell
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 after completing the laying of proposed 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 the most
accurate job and all costs to the contractor shall be figured subsidiary to this contract.
NON-PAY ITEM NO: 4 -PROTECTION OF TREES, PLANTS, SOIL, ETC.:
All property along and adjacent to the Contractor's operations including lawns, yards,
' irrigation systems, shrubs, trees, etc. shall be preserved or restored after completion of the
work to a condition equal or better than existed prior to start of work.
By ordinance, the contractor must obtain a permit from the City Forester before any work
(trimming, removal or root pruning) can be done on trees or shrubs growing on public
property including street rights-of-way and designated alleys. This permit can be obtained
by calling the Forestry Office at 871-5738. All tree work shall be in compliance with
I
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.
SP-14
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 C<?ntractor by the City.
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees
shall be immediately sealed using a commercial pruning paint. This is the only instance
when pruning paint is recommended.
NON-PAY ITEM NO: 5 -PROJECT CLEAN-UP:
During the construction of this project, 'all parkways that are excavated shall be shaped,
including bar ditches, and backfilled at the same time the roadway is excavated. Excess
excavation will be disposed of at locations approved by the Engineer.
The Contractor shall be aware that keeping the project site in a neat and orderly condition
is considered an integral part of the contracted work and as such shall be considered
subsidiary to the appropriate bid items. Clean up work shall be done as directed by the
Engineer as the work progresses or as 1needed. If, in the opinion of the Engineer it is
necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be
limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of residents' property
If it has been determined that the jobsite has not been kept in an orderly condition, the next
estimate payment (and all subsequent payments until completed) of the appropriate bid
item(s) will be reduced by 25%.
The Contractor shall make a final cleanup of each street as soon as the paving and curb and
gutter has been constructed. No more than five 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 worked streets before acceptance of the
project is made. This cleanup shall include removal of all objectionable rocks, pieces of
asphalt or concrete and other constructi?n materials, and in general preparing the site of
the work in an orderly manner and appearance.
NON-PAY ITEM NO: 6 -CRACK SEALING:
SP-15
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 Tx.DOT 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.
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 -AGREEMENT OF QUANTITIES
The streets will be measured and all quantities per street will be documented. This
estimate sheet will be provided to the contractor. The Contractor is requested to agree by
signing the estimate and returning it within a 10 working day period. If the Contractor is
not in agreement, then the Contractor is required to, within a five (5) working day period,
arrange a field trip with the assigned inspector to show proof of the difference. Failure of
the Contractor to do this within the allowed time frame, a $100 dollar liquidated damage
will be assessed per day until compliance has been made.
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.
SP-16
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-ITEMS: NO: 2-1-Inch HMAC Hot in-Place Recycling
NO: 3 -Rejuvenated Oil
Part 1-General:
I. ASPHALT RECYCLING -The Type "D" hot mix asphaltic concrete surfacing may
be installed using an alternate technique. The following are the requirements:
A. Description: This item is a process of asphalt surface rehabilitation that consists of
repaving the existing asphaltic pavement in a simultaneous multi-step process of
heating, scarifying, thoroughly remixing to the specified depth and reshaping the old
asphaltic surface, applying a asphalt recycling modifier, and then placing and overlay
of new asphaltic concrete pavement for the required thickness as specified.
B. Materials:
1. Hot Mix Asphaltic Concrete surfacing shall be of the specified type and shall be in
accordance with the Standard Specification.
2. Recycling modifier or other asphaltic material shall be of the specified type or as
approved by the Engineer.
C. The machine that heats, scarifies, rejuvenates and levels must also lay the new Hot
Mix. New Hot Mix must be laid within 30 seconds after scarification begins to ensure
a Hot Monolithic Bond with the old pavement.
Specifications:
Property Test Procedure Min Max
Viscosity, Saybolt Furol, 77° F, sec T72 75 400
Sieve test, % T59 -0.1
Storage stability, 1 day,% T59 -1
Distillation test: T59 Modified
Residue by distillation, % by wt. 65 -
Oil distillate, % by volume of emulsion -7
Test on residue from distillation:
Penetration, 77°F, 1002, 5 sec. T49 300 -
Solubility in trichloroethylene, % T44 97 -
Ductility, 77°F, 5 cm./min., cm. T51 50
SP-17
Float test, 140°F, sec. TSO 1200
1. Heater, Scarifier, Repaver Unit: This machine shall be a self-contained machine
specifically designed to reprocess upper layers of existing asphaltic pavements.
This machine shall be as approved by the ENGINEER with due consideration
being given to proven past performance of the unit on similar work. The heater-
scarifier-repaver unit shall consists of at least the following:
a. A heating mechanism capable of heating the asphaltic concrete pavement
surface to a temperature high enough to allow full depth of required
scarification of the material without breaking aggregate particles; without
charring the pavement; and without producing undesirable pollutants. The
heating mechanism shall be so equipped that heat application shall be under
an enclosed hood to preveht damage to outlying grass, shrubs, or trees. In the
event of burning of asphalt or excessive production of pollutants, the
ENGINEER may require that operations be discontinued. Operations may
not be resumed until adjustments have been made to the satisfaction of the
ENGINEER.
b. Scarifying sections shall be equipped with separate automatic height
adjustments in order to clear utility manholes and/or other obstruction in the
pavement surface. These sections shall be able to penetrate the surface a
minimum of one inch. The machine must have sufficient power to push
scarifiers through the high spots and create a leveled surface conforming to
the desired finished profile of the pavement.
c. A leveling unit capable of gathering the heated and scarified material into a
window or otherwise missing and leveling the material in a manner
acceptable to the ENGINEER, and then distributing the material over the
width being processed so i,s to produce a uniform cross-section.
d. A system for adding and blending recycling modifier to be applied at a rate
determined by the ENGINEER based on laboratory test on pavement
samples. The application rate will be synchronized with the machine speed to
provide uniform application and maintain a tolerance of less than 5% from
the rate determined by the ENGINEER.
e. A spreading and finishing mechanism capable of producing a surface that will
meet the requirements of the typical cross-section and surface tests, when
required. Automatic screed controls, if required, shall meet the requirements
of the Item "Automatic Screed Controls for Asphaltic Concrete Spreading
and Finishing Machines".
2. Rollers: Rollers shall be in accordance with the City of Fort Worth specification
on Hot Mix Aspahltic Concrete Surfacing.
II. CONSTRUCTION METHODS:
SP-18
A. The pavement surface to be heater scarified shall be cleaned of all deleterious
material by blading, brooming or other approved methods, prior to the beginning of
the heater-scarification operations. It shall be the responsibility of the contractor to
protect the adjacent landscape from heat damage. This protection may consist of
individual shielding and/or water spray or other methods approved by the
ENGINEER.
B. The existing asphaltic pavement shall be evenly heated, scarified, and remixed to the
minimum of specified depth by a j continuously moving heater-scarifier-repaver unit.
It shall be controlled to assure uniform heat penetration without causing differential
burning of the surface. Charring of the asphalt will not be permitted. The scarified
material shall be gathered by the leveling device, and spread uniformly to a minimum
depth of one inch. Under no circumstances shall the scarifying penetrate into the
existing flexible base course.
C. The heated material shall have temperature in a range between 225° F and 265° F as
measured immediately behind the heater-scarifier. The ENGINEER will determine
the temperature within these limitations, and the mixture shall not vary from this
selected temperature more than 25° F.
D. Recycling more modifiers or other asphaltic material, if required, shall be applied
during mixing and leveling operations or immediately following the leveling
operation. The rate of application shall be as specified or as directed by the
ENGINEER.
E. New asphaltic concrete pavement overlay shall be placed over the leveled hot-
scarified material, which shall have residual temperature of at least 190°F. Rate of
placement will be specified. The new asphaltic material shall meet the requirements
of Texas Department of Transportation standard specifications.
F. H.M.A.C. shall be placed and spread using vibratory screed; and, unless otherwise
directed by the ENGINEER, an automatic longitudinal screed control system shall be
required.
G. To the varying properties of the existing asphalt pavement, the following adjustments
shall be made, as required, as directed by the ENGINEER.
1. Depth of scarification may be varied.
2. Rate of recycling modifier application or other asphaltic material may be
adjusted as necessary to maintain a uniform mixture.
3. Rate of H.M.A.C. application (lbs. per S.Y.) may be adjusted to maintain the
design depth of combined recycled and new asphaltic concrete pavement.
PART 2 -PRODUCTS:
SP-19
I. GENERAL REQUIREMENTS: ,
The work under this specification will not be allowed when the air temperature is
below 60°F and is falling, but it may be allowed when the air temperature is 60°F and
rising. The air temperature shall be taken in the shade away from artificial heat.
II. MEASUREMENT:
A. The asphalt recycling process as described above will be measured by the tonnage
of area repaved. The Rejuvenated Oil will be counted by the gallon.
B. Payment: The work performed and material furnished, as prescribe, by these
items and construction in accordance with the applicable provisions of
"Measurement" above will be paid as follows:
The work shall be paid for in accordance with the Item "HMAC Hot In-Place
Recycling" and the item "Rejuvenated Oil". The unit price quoted for these items
shall be full compensation ,of cleaning existing pavement, all heating and
scarifying, mixing and relaying of scarified materials; for furnishing, hauling and
placing material; and for all manifestations, labor, tools, equipment and
incidentals necessary to complete the work.
PAY ITEM NO: 4-1-Inch Surface Course Type "D" Mix:
Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and
Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-
Mix Asphalt (Method)" (referenced) shall govern work.
The following amendments to the 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 o~her aggregate quality tests listed in Table 1.
2. RAP will not be allowed, for use, in surface course Type "D" mix.
• Under Item 340.2, Materials, D. Asphalt Binder:
SP-20
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 Jill 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 for by 'the contractor, as directed by the Engineer.
Samples will be taken for determination of asphalt content, aggregate gradation,
maximum theoretical specific gravity as directed 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 ~e certified and signed by a Level II Specialist and
submitted on TxDOT's software forms.
The Engineer may verify the mixture design at optimum asphalt content.
• Under Item 340.4, Construction, B. Job-Mix Formula Approval:
The Contractor will perform the Boil Test (Tex-530-C).
• Under Item 340.4, Construction, J. Ride Quality:
The Ride Quality Surface Type A test (10-foot straight edge) shall be measured.
SP-21
• Under Item 340.5 Measurement:
Hot mix will be measured by the ton 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 pay item and measured
as provided under "Measurement", will be paid for at the unit price bid per ton, for "Dense-
Graded Hot Mix Asphalt (Method)", and shall be full compensation for all materials, labor,
tools, placing, equipment, cleaning, and incidentals necessary to complete the work.
I
PAY ITEM NO: 5 -Remove and Replace Concrete Curb & Gutter:
This item shall include the removal and replacement of all failed existing curb and gutter
sections, as designated by the 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-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
i
square inch in twenty eight (28) 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 ofTxDOT's "Standard Specifications for Construction and Maintenance
i
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 of pouring the curb
and gutter. If the contractor fails to complete the work within five (5) working days, $100
dollars liquidated damage will be assessed ,per block per day. Required backfilling shall be at
finishing grade and shall be completed in order for the curb and gutter to be accepted and
measured as completed, top soil as per specification Item No. 116 "Top Soil", if needed, shall
SP-22
be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be
included in this pay item.
Existing improvements within the parkway such as water meters, sprinkler system, etc., if
damaged during construction, shall be replaced with same or better at no cost to the City.
The unit price bid, per linear foot, shall be full compensation for all materials, labor,
equipment and incidentals necessary to complete the work.
PAY-ITEM NO: 6 ~ Remove and Replace 6-Inch Concrete Driveway:
This pay 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 this item, 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 twenty eight (28) 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 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.
SP-23
Contractor shall backfill around the driveway within five (5) working days of pouring the
driveway, if the contractor fails to complete the work within five (5) working days, $100
dollars liquidated damage will be assessed per block per day. Required backfilling shall be at
finishing grade and shall be completed in order for the driveway to be accepted and measured
as completed; top soil as per specification Item No . 116 "Top Soil", if needed, shall be added
and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in
this pay item.
Existing improvements within the parkway such as water meters, sprinkler system, etc., if
damaged during construction, shall be replaced with same or better at no cost to the City.
The unit price bid, per square feet, shall be full compensation for all labor, material,
equipment, supplies, and incidentals necessary to complete the replacement work.
PAY-ITEM NO: 7 -Remove and Replace 6-Inch Exposed Aggregate Driveway:
This item shall include the removal and replacement of any type of existing concrete driveway,
as designated by the Construction Engineer, due to failure or in situation where curb and
gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the
removed material to a suitable dumpsite. '
For specifications governing these items, see City Standard Specifications Item No. 104
"Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways".
All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds
per square inch in twenty eight (28) calendar days. The 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.
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.
SP-24
Contractor shall backfill around the driveway within five (5) working days from the day of
pouring, if the contractor fails to complete the backfill within five (5) working days, $100
dollar liquidated damage will be assessed per block per day.
Required backfilling shall be at finish grade and shall be completed in order for the driveway
to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top
Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil,
and grading shall be included in this pay item.
The unit price bid, per square foot, 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:
This item shall include the removal and replacement of any type of existing concrete sidewalk,
as designated by the Construction Engineer, due to failure or in situation where curb and
gutter is replaced to adjust grades to eliminate ponding water, with same day haul-off of the
removed material to a suitable dumpsite.
For specifications governing these items, see City Standard Specifications Item No. 104
"Removing Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways".
All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds
per square inch in twenty eight (28) 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.
SP-25
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: 9 -HMAC Level Up:
This item shall be used to fill ruts, depressions, level up pavement section with Type "D"
surface mix (PG 64-22) prior to placing the asphalt surface overlay and where needed as
directed by the Engineer in the field.
All applicable provisions of TxDOT's "Standard Specifications for Construction and
Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and
Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix
Asphalt (Method)" (referenced), shall govern work.
This item shall be used to fill, to the proper grade, the void created by removing existing brick
base, if existing base cannot be wedged or surface milled.
The unit price bid, per ton, shall be full compensation for all materials, labor, tools, placing,
equipment, cleaning, and incidentals neces~ary to complete the work
PAY ITEM NO: 10 -HMAC Pavement and Base Repair:
The contractor is to remove all existing deformed H.M.A.C. pavement and/or bad base
material that show surface deterioration and/or complete failure. The Construction
Engineer will identify these areas upon which time the contractor will begin work. The
failed area shall be saw cut, or other similar means, out of the existing pavement in square
' '
or rectangular fashion. The side faces shall be cut vertically and all failed and loose material
excavated. As part of the excavation process, all unsatisfactory base material shall be
removed, if required, to a depth sufficient to obtain stable sub-base. The total depth of
excavation could range from a couple of inches to include the surface-base-some sub-base
removal for which the Construction Engineer will select the necessary depth. The remaining
good material shall be leveled and uniformly made ready to accept the fill material. All
excavated material shall be hauled off; site, the same day as excavated, to a suitable
dumpsite.
SP-26
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 ~ollow 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-ITEMS NO: 11-1-Inch to O Inch Wedge Milling Depth, 5.0 Ft Wide:
1. Description:
These pay items shall consist of milling the existing pavement from the lip of gutter at a
depth of (1-inch or 2-inch as directed by the Engineer) 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: 10 -Base repair, and replaced
under PAY-ITEM NO: 9-HMAC Level Up prior to placing H.M.A.C. surface course.
The wedge milling operations for this project will be performed in a continuous manner
along both sides of the street. Details of milling locations are at the back of this
document. Contractor is required to begin the overlay, within five (5) working days from
the date of the wedge milling completion of any one street. Should the contractor fail to
meet this condition, the wedge milling operations of new streets will be shut down, and
SP-27
liquidated damage of $500.00 per day, per street, will be assessed until all wedge milled
streets are overlaid. The overlay, once begun, on a street shall continue uninterrupted
until complete.
Subsidiary to these pay items, the Contractor shall haul-off all milled material to the City
yards (5000 MLK FRWY, 2500 Brennan Ave, or 4100 Columbus Tri); these millings are
considered the property of the City of Fort Worth.
2. Equipment:
The equipment for removing the pavement surface shall be a power operated milling
machine or other equal or better mechanical means capable of removing, in either one
pass or two passes, the necessary pavement thickness in a five-foot minimum width. The
equipment shall be self-propelled with sufficient power, traction and stability to maintain
accurate depth of cut and slope.
The machine shall be equipped with an integral loading and reclaiming means to
immediately remove material being cut from the surface of the roadway and discharge
the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical
street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep
flying dust to a minimum and to insure that all cuttings are removed from street surface
daily. Stockpiling of planed material will not be permitted on the project site unless
designated by the Engineer. The machine shall be equipped with means to control dust,
created by the cutting action, and shall have a manual system providing for uniformly
varying the depth of cut while the machine is in motion; thereby making it possible to cut
flush to all inlets, manholes, or other obstructions within the paved area. The speed of the
machine shall be variable in order to leave the desired grid pattern specified under
Surface Texture.
The unit price bid, per linear feet, shall be full compensation for all milling, hauling-off and
disposing all milled material to the City yards, labor, tools, material, equipment, and
incidentals necessary to complete the work.
PAY-ITEM NO: 12 -Butt Joint-Milled:
Description:
This item requires the contractor to mill "butt joints" into the existing surface, in association
with the wedge milling operation PAY ITEM NO: 11 -I-Inches to 0-Inch Wedge Milling
Depth, 5.0 Ft. Wide 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
SP-28
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-ITEMS NO:
11 -1-inch to 0-Inch Wedge Milling Depth, 5.0 Ft Wide. The configuration of the butt joints is
described in more detail below. General details of butt joint locations -along with wedge
milling in general -are shown in plan form at the back of this document.
Construction Details:
Prior to the milling of the butt joints, the contractor shall consult with the construction
Engineer for proper location of these joints and verify that the selected limits of the projects
street are correct.
The general locations for butt joints are at all beginning and ending points of streets listed in
the project and are more graphically detailed at the back of this specification book. The joints
are also required on both sides of all railroad tracks and concrete valley gutters, bridge decks
and culverts and all other items which transverse the street and end the continuity of the
asphalt surface. Each butt joint shall be 20 feet long and milled out across the full width of the
street section to a tapered depth of (1 or 2-inch). This milled area shall be tapered within the
(20 feet) to a depth from (0-inch) to (1 or 2-inch) at a line adjacent to the beginning and ending
points or intermediate transverse items. This butt joint -when overlaid -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.
Subsidiary to this pay item, the Contractor shall haul-off all milled material to the City yards
(5000 MLK FRWY, 2500 Brennan Ave, or 4100 Columbus Tri); these millings are considered
the property of the City of Fort Worth.
Measurement and Payment:
Butt joints as described above will be measured by the unit of each butt joint milled . The
disposal of excess material involved will not be measured for payment.
' Each butt joint-milled, measured as above, complete-in place-in accordance with these
specifications, will be paid for at the unit price shown in the proposal for "Butt Joints".
The unit price bid , per each, shall be full compensation for all milling, hauling-off and
disposing all milled material to the City yards, labor, tools , material, equipment, and
incidentals necessary to complete the work.
SP-29
PAY ITEM NO: 13 -1-Inch Surface Milling:
This item shall consist of milling the existing pavement at a depth of 1-inch. All applicable
provisions of PAY ITEM NO: 11 -1-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: 10 -Base Repair, and replaced under PAY ITEM NO: 9 -
HMAC Level Up, prior to placing H.M.A.C. surface course.
The unit price bid, per square yard, shall be full compensation for all materials, labor,
equipment and incidentals necessary to complete the work.
PAY ITEM NO: 14-Utility Adjustments:
This item is included for the basic purpose of establishing a contract price which will be
comparable to the final cost of making necessary adjustments required due to street
improvements to water, sanitary sewer, natural gas service lines and appurtenances where
such service lines and appurtenances are the property owner's responsibility to maintain. An
arbitrary figure has been 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 deemed 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 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: 15 -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.
SP-30
Specifications and details of steel water valve riser (included at the end of this document), and
Standard Specification Item No. 450 ";\djusting Manholes, shall apply except as herein
modified.
Contractor will be responsible for adjusting water valve boxes to match new pavement grade,
the water valves themselves will be adjusted by the City of Fort Worth Water Department.
Prior to the beginning of work, the Contractor shall make an inventory of the condition of
existing water valve boxes. The Engineer will field verify this inventory and provide the
Contractor replacements for broken valve boxes. The contractor shall replace the valve boxes,
which are damaged during construction at no cost to the City. Failure of the contractor to
perform this inventory will place the total burden of replacement of any broken valve box on
the contractor.
The unit price bid, per each, will be full compensation for all labor, tools, materials,
equipment, and incidentals necessary to complete the work.
PAY ITEM NO: 16 -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: 17 -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 the beginning of work, the Contractor shall make an inventory of the condition of
existing manholes. The Engineer will field verify this inventory and provide the Contractor
replacements for broken manhole covers. The contractor shall replace the manhole covers
which are damaged during construction at no cost to the City. Failure of the contractor to
SP-31
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 t6 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, tools, materials,
equipment, and incidentals necessary to complete the work.
PAY-ITEM NO: 18 -Remove and Replace 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 water ponding 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
1
"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 twenty eight (28) 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: 5-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-32
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 qr 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 six inches and a maximum of 8-inches 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 anci; installation, shall be included in this pay item.
Contractor shall provide a brick red colored Dome-Tile sample for approval by the
Engineer, meeting the aforementioned specification. The sample, upon approval by the
Engineer, shall be the acceptable standard to be applied for all construction covered in the
scope of this pay item.
Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as
per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the
construction of the wheelchair ramp. The pay limit will be 9-inch out from the gutter lip. The
street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all
applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance
of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310
"Prime Coat" (referenced), and 340 "Den~e-Graded Hot-Mix Asphalt (Method)" (referenced)
and compacted to standard densities.
Contractor shall backfill the wheelchair ramp within five (5) working days of pouring the
wheelchair ramp; if the contractor fails to complete the work within five (5) working days,
$100 dollars liquidated damage will be assessed per block per day. Required backfilling shall
be at finishing grade and shall be completed in order for the wheelchair ramp to be accepted
and measured as completed; top soil as per specification Item No. 116 "Top Soil", if needed,
' shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall
be included in this pay item.
Existing improvements within the parkway such as water meters, sprinkler system, etc., if
damaged during construction, shall be replaced with same or better at no cost to the City.
The unit price bid, per square feet, as sh9wn on the proposal, will be full compensation for
materials, labor, equipment, tools and incidentals necessary to complete the work.
SP-33
-PAY ITEM NO: 19 -Painting House Curb Address:
This item shall include painting of house addresses on curb or driveway radiuses that are
removed and replaced in this contract
• All materials shall be of recent product, and suitable for its intended purpose.
• Surface preparation and application shall be in strict compliance with manufacturer's
recommendations.
• The paint shall NOT be applied if the new concrete curb has aged less than a minimum of
28 days, and if weather condition may harm or damage the finish surface.
• 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 Kwal 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: 20 -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.
Sod Products Specifications:
• Sod shall consist of live and growing grass.
• Grass shall have a healthy, virile root system of dense, thickly matted roots throughout an
approximately one-(1) inch minimum thickness of native soil attached to the roots.
• Sod will be free from obnoxious weeds or other grasses and be free from any deleterious
matter that might hinder the growth of the grass.
i
• 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.
SP-34
• 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: 21 -Re-Mobilizations:
This item shall compensate the Contractor to mobilize personnel, equipment, supplies, and
material to start the work on the requested streets.
Contractor will be paid one mobilization per request. Each request will consist of one or
several streets. Moving of the equipment, labor, and material from one street to other
within a request will not be considered as a separate mobilization. Mobilization shall take
place within the 72 hours of the notice given by the Engineer or his designated
representatives.
The unit price per bid, per each, will be full compensation for all labor, equipment, material,
tools and all incidentals necessary to complete the work.
EN D OF SEC TIO N
SP-35
THIS PAGE INTENTIONALLY
LEFT BLANK
SPECIAL PROVISIONS
FOR: H.M.A.C. SURF ACE OVERLAY (2011-3) OPTION 2
ATV ARIOUS LOCATIONS
CITY PROEJCT NO: 01676
TPW PROJECT NO: C293-541200-207620167683
1. SCOPE OF WORK:
The work covered by these details and specifications consists of the removal (only) of all existing
traffic buttons, removal and replacement of existing concrete curb and gutter and driveways and
existing base repair and the addition of a new surface layer of H.M.A.C. for those streets designated
as Mill Overlay (MOL). For those streets designated as Pulverized Overlay (POL), the work consists
of the same removal and replacement items as described above, surface and base rehabilitation of
existing pavement with cement and the addition of a new surface layer ofH.M.A.C. These items are
described in the Special Provisions of these specifications. The work also consists of all other
miscellaneous items of construction to be performed as outlined in the details and specifications
which are necessary to satisfactorily complete the work.
The Contractor shall mobilize within ten (10) working days of the notice given by the Construction
Engineer for any locations. If the contractor fails to begin the work within ten (10) working days, a
$200 dollars liquidated damage will be assessed per block per day.
It shall be the responsibility of the prospective bidder to visit the project sites and make such
examinations and explorations as may be necessary to determine all conditions that may affect
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties , procedures for protecting existing
improvements and disposition of all materials to be removed. Proper consideration should be
given to these details during preparation of the Proposal and all unusual conditions that may give
rise to later contingencies should be brought to the attention of the City prior to the submission of
the Proposal. The contractor shall verify these locations with the Construction Engineer.
For street locations, see list at the back of this document. At the sole discretion of the City, the
City reserves the right to add, delete or substitute streets in this contract. The City also reserves
the right to increase or decrease quantities of individual pay items within the contract provided
that the total contract amount remains within plus or minus (±) 25% of the contract award . The
SP-1
contractor is not entitled to any additional compensation or renegotiation of individual pay item
bid prices .
All short turnouts that intersect with a street' to be repaired shall be included in this contract, even
though they may not be listed with the street locations at the back of this document, due to their size.
The contractor shall verify these locations with the Construction Engineer prior to construction. The
construction of these turnouts includes ; but, is not limited to , milling, cleaning, tack coating,
overlay ing and facility adjusting.
Total quantities given in the bid proposal may not reflect actual quantities, but represent the best
estimate based on a reasonable effort of investigation ; however, they are given for the purpose of
bidding on and awarding the contract.
2. AW ARD OF CONTRACT:
Contract will be awarded to the lowest responsible bidder.
3. SUBMITT ALS FOR CONTRACT AW ARD:
The City reserves the right to require the contractor who is the apparent low bidder(s) for a project
to submit such information as the City, in sole discretion may require, including but not limited to
manpower and equipment records , information about key personnel to be assigned to the project,
construction schedule, to assist the City in evaluating and assess ing 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 th e allotted number of days. If the
Contractor fails to complete the work within the number of days specified , liquidated damages shall
be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard
Specification for Street and Storm Drain Construction of the City of Fort Worth , Texas.
SP-2
The contract time will be counted from the date set at the pre-construction conference and will
continue until a time the inspector determines the project is ready for a final inspection. At that time
a final inspection will be scheduled. If in the opinion of the inspector the project has not been made
ready, the final inspection will be cancelled ;and time will continue to be counted. A five working
day period is required for the rescheduling of a final inspection.
The Contractor also agrees to complete the final punch list within ten ( 10) working days after
receiving it. If the Contractor fails to complete the work within ten ( 10) working days, the counting
of the number of days to complete the Contract will resume and liquidated damages shall be charged,
as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification .
for Street and Storm Drain Construction of the City of Fort Worth, Texas .
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 3 0% 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
-
6.
C. Any notice that, in the City 's sole discretion, is required to be pro v ided to
interested individuals will be di stributed 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 indi viduals .
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 .
RIGHT TO ABANDON:
The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or
the entire project, at any time before the Contractor begins any construction work authorized by the
City.
7. CONSTRUCTION SPECIFICATIONS:
This contract and projects are governed by the two following published specifications, except as
modified by these Special Provisions:
ST AND ARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION-CITY
OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS
CONSTRUCTION-NORTH CENTRAL TEXAS . General Provisions shall be those of the Fort
Worth document rather than Division I of the North Central Texas document.
A copy of these specifications may be purchased at the Office of the Transportation and Public
Works Department, I 000 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 @8 I 7-392-8712 at least 10 working days prior to the preconstruction conference.
Although work will not begin until the traffic control plan has been reviewed, the Contractor's time
will begin in accordance with the time frame established in the Notice to the Contractor .
The Contractor will not remove any regulatory sign , instructional sign, street name sign, or other sign
which has been erected by the City . If it is determined that a sign must be removed to permit
required construction, the Contractor shall contact the Transportation and Public Works Department,
Signs and Markings Division (phone number 817-392-7738), to remove the sign . In the case of
regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the
requirements of the above referenced manual and such temporary sign must be installed prior to the
removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet
the required specifications, the permanent sign shall be left in place until the temporary sign
requirements are met. When construction work is completed to the extent that the permanent sign
SP-5
can be re-installed, the Contractor shall again contact the Signs and Markings Division to re -install
the permanent sign and shall leave his temporary sign in place until such re-installation is completed.
The Contractor shall limit his work within one continuous lane of traffic at a time to minimize
interruption to the flow of traffic upon the approval of the City Engineer.
Work shall not be performed on certain locations /streets (primarily arterials) during "peak traffic
periods (7 a.m. to 9 a .m. and to 4 p.m . to 6 p.m .)"; or, as determined by the City Traffic Engineer and
in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for
Construction and Maintenance Work Areas.'' See "Street By Street Quantity Determination Spread
Sheet", in the back of this document, for designated locations.
The contractor will be responsible for coordination, of proposed construction activities, with public
or private school administration. The proposed construction activities shall accommodate school
operating schedules, including school bus/parent drop off and pick up periods. The contractor shall
provide proper traffic and pedestrian control to ensure safety at all times. Construction areas shall be
properly barricaded/fenced to prevent public entry .
11. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION:
Prior to beginning construction on any street in this contract, the contractor shall, prepare and
deliver a notice/flyer of the pending construction to the front door of each residence or business
that will be impacted by construction .
The notice/flyer shall be posted three (3) working days prior to beginning construction activity
along each street. The flyer shall be prepared on the Contractor's letterhead and shall include the
following:
o Project name/Contract name
o Project number
o Expected dates of construction
o Contractors and project inspector's contact information
A sample notice/flyer is included in the contract documents . The Electronic version of the
notice/flyer can be obtained from the Office of the Transportation and Public Works Department
(817) 392-8902
SP-6
.. 12.
13.
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 .
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.
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:
The Contractor shall prosecute his work in such a manner as to create a minimum of intenuption to
traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project
area. Contractor shall protect construction, as required by Engineer, by providing barricades .
Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and
Warning and/or Detour Signs", Item 524 , and/or as shown on the plans.
Construction signage and barricades shall conform to the latest edition of the "Texas Manual on
Uniform Traffic Control Devices , Vol. No. l ".
15. DISPOSAL OF SPOIL/FILL MATERIAL:
Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the
Department of Engineering, acting as the City of Fort Worth's Flood Plain Administrator
("Administrator"), of the location of all sites where the contractor intends to dispose of such material.
Contractor shall not dispose of such material until the proposed sites have been determined by the
Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth
(Ordinance No. I 0056) and a flood plain permit issued . All disposal sites must be approved by the
Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood
plain permit can be issued upon approval of necessary engineering studies. No fill permit is required
if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be
evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or
by a Flood Plain Fill Permit authorizing fill within the flood plain . Any expenses associated with
obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's
expense . In the event that the Contractor disposes of spoil/fill material at a site without a fill permit
or a letter from the Administrator approving the disposal site, upon notification by the Director of the
Department of Engineering, Contractor shall remove the spoil/fill material at its expense and dispose
of such materials in accordance with the Ordinance of the City and this section.
No temporary storage of material , rubble , equipment or vehicles within parkway is allowed . Damage
to sodded/landscaped areas shall be replaced at Contractor's expense to the satisfaction of City
Engineer.
SP-8
-
16. ZONING REQUIREMENTS:
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes.
17. PROPERTY ACCESS:
Access to adjacent property shall be maintained at all times unless otherwise directed by the
Engineer.
18. CONSTRUCTION SCHEDULE:
Contractor shall be responsible for producing a project schedule at the pre-construction
conference . This schedule shall detail all phases of construction, special coordination with
schools (see Item No . 10 Traffic Control for details), including project clean up , and allow the
contractor to complete the work in the allotted time . Contractor will not move onto the job site
nor will work begin until said schedule has been received and approval secured from the
Construction Engineer. However, contract time will start even if the project schedule has not been
turned in. Contract start date would be outlined in the pre-construction work order notice.
Project schedule will be updated and resubmitted at the end of every estimating period. All costs
involved with producing and maintaining the project schedule shall be considered subsidiary to
this contract.
19. SAFETY RESTRICTIONS-WORK NEAR IDGH VOLTAGE LINES:
The following procedures will be followed regarding the subject item on this contract:
(1) A warning sign not less than five inches by seven inches, painted yellow with black letters,
that are legible at twelve feet shall be placed inside and outside vehicles such as cranes,
derricks, power shovels, drilling rigs , pile drivers , hoisting equipment or similar apparatus.
The warning sign shall read as follows:
"WARNING --UNLAWFUL TO OPERA TE THIS EQUIPMENT WITHIN SIX FEET OF
HIGH VOLT AGE 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 si x 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
pay ment 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 ex pense, 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 bf, 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 c aused 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
-
-
23.
24.
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.
WATER FOR CONSTRUCTION:
Water for construction will be furnished by the Contractor, at his own expense .
·,
SANITARY FACILITIES FOR WORKERS:
The Contractor shall provide all necessary conveniences for the use of workers at the project site.
Specific attention is directed to this equipment.
25. MATERIAL STORAGE:
Material shall not be stored on private property unless the Contractor has obtained written
permission from the property Owner. A copy of the written permit shall be provided to the
assigned inspector prior to utilization of the property.
26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS:
The Contractor shall take adequate measures to protect all existing structures, improvements and
utilities, which may be encountered. And it shall be the contractor's responsibility to call DIG-
TESS prior to construction activities on any street.
27. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC:
The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations
and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain
Construction".
SP-12
-
28. CONSTRUCTION
The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employee~
and all contractors and their sub-contractors 'must comply with this program as a condition of the
contract. All active sewer manholes, regardless of depth , are defined, as "permit required confined
spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used
by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use
the equipment necessary to comply with this program . The cost of complying with this program will
be considered subsidiary to the pay items involving work in confined spaces (e.g. vacuum testing,
cleaning, televising, construction, etc.).
29. 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 fro~ which the material was taken. The contractor shall
provide manufacturer's certifications for all manufactured items to be used in the project and
will bear any expense related thereto.
(b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine
days prior to the placing of concrete using the same aggregate, cement and mortar which are
to be used later in the concrete. The contractor shall provide a certified copy of the test
results to the City.
(c) Quality control testing of in situ material on this project will be performed by the City at its
own expense . Any retesting required as a result of failure of the material to meet project
specifications will be at the expense of the contractor and will be billed at commercial rates
as determined by the City . The failure of the City to make any tests of materials shall in no
way relieve the contractor of its responsibility to furnish materials and equipment
conforming to the requirements of the contract.
(d) Not less than twenty four (24) hours notice shall be provided to the City by the contractor for
operations requiring testing. The contractor shall provide access and trench safety system (if
required) for the site to be tested and any work effort involved is deemed to be included in
the unit price for the item being tested.
SP-13
-
-
( e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to
the job site. The ticket shall specify the name of the pit supplying the fill material.
NON-PAY ITEM NO: 1 -SPRINKLING FOR DUST CONTROL:
All applicable provisions of Standard Specifications Item 2 00 , "Sprinkling for Dust Control" shall
apply. However, no direct payment will be made for this item and it shall be considered
incidental to this contract.
NON-PAY ITEM NO: 2 -REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY
LANE TAPE:
The Contractor shall be responsible for the documentation of all street markings prior to the
removal and disposal of the pavement markings .
All traffic buttons shall be removed from the existing asphalt surface before resurfacing begins. The
' contractor shall be responsible for the removal and disposal of all buttons and markings. Upon
completion of the job the City will install new buttons after proper notification.
The contractor shall also be responsible for all materials , equipment and labor to place temporary
adhesive lane marking tape to control and direct traffic in the same way as they were prior to start of
construction . Any corrective action required on the temporary lane markings shall be the total
responsibility of the Contractor and at no extra cost to the City .
'
The contractor shall notify the Construction Engineer and T/PW Traffic Services to arrange for the
replacement of the buttons and adhesive lane markers (arrows, etc .). All costs to the contractor shall
be figured as subsidiary to this contract.
NON-PAY ITEM NO: 3 -LOCATION AND EXPOSURE OF MANHOLES AND WATER
VALVES:
The contractor shall be responsible for locating and marking previously exposed manholes , water
valves and any other utility cover in each street of this contract before the resurfacing process
commences for a particular street. The method used to document locations shall be one in which the
covers can be found exactly the first time . Proof of documentation must be provided to the assigned
inspector prior to start of any overlay process.
SP-14
-
-
-
The contractor shall attempt to include the Construction Engineer or his designee (if
available) in the observation and marking 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
81 7-338-6202
214-384-3 732 Cell
81 7-215-6424
817-215-6688
817-215~4366
469-261-2314 Cell
817-392-77 38
81 7-392-8 77 5
817-360-6364 cell
817-392-810 7
817-392-5196
817-212-2699
817-925-2360 Cell
817-212-2699
81 7-944-8399 Cell
' SP-15
Contact Person
Mr . Gary Tillory
Mr. Scott King
Mr. Robert Martinex
Mr. John Crane
Mr. James Turner
Mr. Ken Brock
Mr. Chuck Snyder
Mr. Juan Cadena
Mr. Roger Hauser
Mr. Rick Davis
-
-
-
Of course, under the terms of this contract, the Contractor shall complete adjustment of the storm
drain and Water Department facilities, one traffic lane at a time within five (5) working days from the
day of completing the H.M.A.C. overlay adjacent to said facilities.
Any deviation from the above procedure and allotted working days may result in the shut down of the
resurfacing operation.
The contractor shall be responsible for all materials, equipment and labor to perform a most accurate
job and all costs to the contractor shall be figured subsidiary to this contract.
NON-PAY ITEM NO: 4 -PROTECTION OF TREES, PLANTS, SOIL, ETC.:
All property along and adjacent to the Contractor's operations including lawns, yards, irrigation
systems, shrubs, trees, etc. shall be preserved or restored after completion of the work to a
condition equal or better than existed prior to start of work.
By ordinance, the contractor must obtain a permit from the City Forester before any work
(trimming, removal or root pruning) can be done on trees or shrubs growing on public property
including street rights-of-way and designated alleys. This permit can be obtained by calling the
' Urban Forestry Office at (817) 392-7933. All tree work shall be in compliance with pruning
standards for Class II Pruning as described by the National Arborist Association . A copy of these
standards can be provided by calling the above number. Any damage to public trees due to
negligence by the Contractor shall be assessed using the current formula for Shade Tree
Evaluation as defined by the International Society of Arboriculture. Payment for negligent
damage to public trees shall be made to the City of Fort Worth and may be withheld from funds
due to the Contractor by the City .
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be
immediately sealed using a commercial pruning paint. This is the only instance when pruning
paint is recommended.
NON-PAY ITEM NO: 5 -PROJECT CLEAN-UP:
SP-16
During the construction of this project, all parkways that are excavated shall be shaped , including
bar ditches, and backfilled at the same time, the roadway is excavated . Excess excavation will be
disposed of at locations approved by the Engineer.
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to
the appropriate bid items . Clean up work shall be done as directed by the Engineer as the work
progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done
on a daily basis. Clean up work shall include, but not be limited to :
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash ofany kind off of the roadway and residents' property
If it has been determined that the jobsite has not been kept in an orderly condition, the next
estimate payment (and all subsequent payments until completed) of the appropriate bid item(s)
will be reduced by 25%.
The Contractor shall make a final cleanup of each street as soon as the paving and curb and gutter
has been constructed. No more than 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
s uspended, and a $200 charge per day will be made as liquidation damages .
The Contractor shall make a final cleanup 9f 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 tlatwork 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 with in 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 pre bid unit price per each will be full payment for materials including all labor, equipment,
tools and incidentals necessary to complete the work.
PAY ITEM NO: 2 -Utility Adjustments:
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 amqunt 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-SS 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 twenty eight (28) 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
SP-20
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 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 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 -Remove and Replace 6-lnch Concrete Driveway:
PAY-ITEM NO: 5 -Remove and Replace 6-Inch Exposed Aggregate Driveway:
Pay items No . 4 and No. 5, 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 twenty eight (28) 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-21
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 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 foot shall, be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the replacement work.
PAY-ITEM NO: 6 -Remove and Replace 4-Inch Concrete Sidewalk:
This pay item shall include the removal and replacement of any type of existing concrete sidewalk, as
designated by the Construction Engineer, due to failure or in situation where curb and gutter is
replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material
to a suitable dumpsite.
For specifications governing these items, see City Standard Specifications Item No. 104 "Removing
Old Concrete", and Item No. 504 "Concrete Sidewalk and Driveways".
All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per
square inch in twenty eight (28) calendar days.
SP-22
Exposed concrete aggregate wash off water is silty, high in alkalinity and may contain harmful
chemicals; therefore, wash off water shall not be discharged into storm sewers and drainage
ditches or streams.
Wash water shall be prevented from entering street gutter. Temporary catch basin sealed with
impervious diaphragm sump shall be used to collect all wash water until off site disposal 1s
obtained, or, unless otherwise directed by the Engineer or his authorized representative .
Contractor shall backfill around the sidewalk within 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 dollar
liquidated damage will be assessed per block per day.
Required backfilling shall be at finish grade and shall be completed in order for the sidewalk to be
accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if
needed , shall be added and le veled to finishing grade. Cost of back filling , top soil , and grading
shall be included in this pay item.
The unit price bid, per square foot , shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the replacement work.
PAY ITEM NO: 7 -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 ofTxDOT's "Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges" Item Nos. 300 "Asphalts , Oils, and Emulsions" (referenced), 310
"Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced), shall
govern work .
This item shall be used to fill , to the proper grade, the void created by removing existing brick base,
if existing base cannot be wedged or surface milled.
The unit price bid , per ton, shall be full compensation for all materials , labor, placing, equipment,
cleaning and incidentals necessary to complete the work.
SP-23
PAY ITEM NO: 8 -Asphalt Pavement and Base Repair:
The contractor is to remove all existing deformed H.M.A.C. pavement and /or bad base material
that show surface deterioration and /or complete failure. The Construction Engineer will identify
these areas upon which time the contractor will begin work. The failed area shall be saw cut, or
other similar means, out of the existing pavement in square or rectangular fashion. The side faces
shall be cut verticall y and all failed and loose material excavated . As a part of the excavation
process, all unsatisfactory base material shall be remo ved , if required, to a depth sufficient to
obtain stable sub-base . The total depth of excavation could range from a couple of inches to
include the surface-base-some sub-base removal for which the Construction Engineer will select
the necessary depth . The remaining good material shall be leveled and uniformly made ready to
accept the fill material. All excavated material shall be hauled off site, the same day as excavated,
to a suitable dumpsite.
After satisfactory completion of removal as outlined above, the contractor shall place the permanent
pavement patch , with 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: 9-Pavement Wedge Milling 2-Inch to 0-Inch Depth, 5.0 Ft Wide
1. Description
This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2-
inch and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5-
feet. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The
milled surface shall provide a uniform surface free from gouges , ridges, oil film, and other
SP-24
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 and replaced.under PAY-ITEM NO. 7 -HMAC Level Up -Install ,
prior to placing H.M.A.C. surface course.
The wedge milling shall be completed within ten (10) working days from day of completing
concrete work (curb and gutter, driveways, valley gutter, sidewalk) on any street. If the
contractor fails to complete the wedge milling within ten (I 0) working days , $ I 00 dollar
liquidated damage will be assessed per block per day .
The wedge milling operations shall be performed in a continuous manner along both sides of
the street.
Contractor shall complete overlaying the milled street within five (5) working days from the
day of completing the wedge milling on any street. If the Contractor fail to complete the overlay
within five (5) working days, then the wedge milling operations of new streets will be shut
down, and liquidated damage of $200.00 per day per street will be assessed until all wedge
milled streets are overlayed. Once the overlay begun on a street, it shall continue uninterrupted
until completed.
2 . Equipment
The equipment for removing the pavement surface shall be a power operated milling machine
or other equal or better mechanical means capable of removing, in either one pass or two
passes, the necessary pavement thickness in a five-foot minimum width . The equipment shall be
self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and
slope.
The machine shall be equipped with an integral loading and reclaiming means to immediately
remove material being cut from the surface of the roadway and discharge the cuttings into a
truck , all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders ,
water truck, etc.) and personnel will also be provided to keep fl y ing dust to a minimum and to
insure that all cuttings are removed from street surface daily. Stockpiling of planed material
will not be permitted on the project site unless designated by the Engineer. The machine shall
be equipped with means to control dust created by the cutting action and shall have a manual
system providing for uniformly varying the depth of cut while the machine is in motion thereby
SP-25
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.
Subsidiary to this pav items, the Contractor shall haul-off all milled material to the Citv vards
(5000 MLK FRWY, 2500 Brennan Ave, 4100 Columbus Tri); these millings are considered the
property of the Citv of Fort Worth.
The unit price bid , per linear foot, shall be full compensation for all milling, including milled
material haul-off to City yards, tools, labor, equipment and incidentals necessary to complete the
required work.
PAY-ITEM NO: 10 -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 . 9) 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 . 9 -2-
lnch to 0-lnch Pavement Wedge Milling Depth 5-Ft Wide -Install. The configuration of the butt
joints is described in more detail below . General details of butt joint locations -along with wedge
milling in general -are shown in plan form at the back of this document.
Construction Details:
Prior to the milling of the butt joints, the contractor shall consult with the construction Engineer for
proper location of these joints and verify that the selected limits of the projects street are correct.
The general locations for butt joints are at all beginning and ending points of streets listed in the
project and as more graphically detailed at the back of this specification book . The joints are also
required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and
all other items which transverse the street and end the continuity of the asphalt surface . Each butt
joint shall be 20-feet long and milled out across the full width of the street section to a tapered depth
of 2 inch . This milled area shall be tapered within the 20-feet to a depth from 0-nch to 2-inch at a
line adjacent to the beginning and ending points or intermediate transverse items. This butt joint -
SP-26
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".
Subsidiary to this pay items, the Contractor shall haul-off all milled material to the City yards.
(5000 MLK FRWY, 2500 Brennan Ave, 4100 Columbus Tri); these mi/lings are considered the
property ofthe City o{Fort Worth.
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: 11 -2-Incb 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: 9-2-lnch to 0-lnch 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 and replaced under PAY ITEM NO: 7 -HMAC Level Up, prior to placing H.M .A.C.
surface course
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.
SP-27
The surface milling operations shall be performed in a continuous manner for the entire block. After
completion of the surface milling, Contractor shall complete overlaying the milled street within five
(5) working days from the day of completing the surface milling on any street. If the Contractor fails
to complete the overlay within five (5) working days , then the milling operations of new streets will
be shut down , and liquidated damage of $200 .00 per day per street will be assessed until all milled
streets are overlaid . Once the overlay begun on a street, it shall continue uninterrupted until
completed.
Subsidiary to this pay items, the Contractor shall haul-off all milled material to the City yards.
(5000 MLK FRWY, 2500 Brennan Ave, 4100 Columbus Tri),· these mi/lings are considered the
property of the City of Fort Worth.
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: 12 -Crack Sealing of Existing Pavement:
After completion of wedge milling of those streets designated as Mill Overlay (MOL) on the street
list in the back of this contract document book, the Contractor shall seal existing cracks Yi inch and
greater, by using cold poured crack sealer Polymer Modified Asphalt Emulsion Crack Sealer, as
directed by the Engineer . TxDOT's "Standard Specifications for Construction and Maintenance of
Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils , and Emulsions", shall apply.
The inside of the cracks shall be cleaned with an air compressor or approved equipment, prior to
sealing. Sealant shall be applied with a rubber "V" shaped squeegee where applicable . Provide
adequate traffic control during set up and cure time of sealant.
The unit price bid , per linear foot, shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to comple~e the work.
PAY-ITEM NO: 13-2-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 the work .
SP-28
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 I .
2 . RAP will not be allowed, for use , in surface course Type "D" mix.
• Under Item 340 .2, Materials, D. Asphalt Binder:
Furnish performance-graded PG 64-22 for H .M .A.C. surface course, level up and
pavement/base repair or replacement.
• Under Item 340.4, Construction,
The City of Fort Worth , Texas will perform quality assurance tests and checks on the
paving project materials during construction , to ensure compliance with the specifications
and approved mixture design.
The sampling and testing of the materials shall be made at the expense of the City . In the
' event the sampling and testing does not comply with the specifications, all subsequent
testing of the material, in order to determine if the material is acceptable, shall be furnished
and paid by the contractor, as directed by the Engineer.
Samples will be taken for determination of asphalt content, aggregate gradation, and
maximum theoretical specific gravity as determined by the Engineer.
For each hot mix asphalt surface course placed , nuclea r 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).
SP-29
• 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.
• Under Item 340.4, Construction, B. Job-Mix Formula Approval:
The Contractor will perform the Boil Test (Tex-530-C).
• Under Item 340.4, Construction, J . Ride Quality :
The Ride Quality Surface Type A test (IO-foot straight edge) shall be measured.
• Under Item 340.5 Measurement:
Hot mix will be measured by the square yard of the composite hot mix, which includes
asphalt, aggregate and additives.
• Under Item 340.6 Payment:
The work performed and materials furnished in accordance with this Item and measured as
provided under "Measurement", will be paid for at the unit price bid per square yard , for
"Dense-Graded Hot Mix Asphalt (Method)".
PAY ITEM NO: 14 -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.
SP-30
Contractor will be responsible for adjusting water valve boxes to match new pavement grade, the
water valves themselves will be adjusted by City of Fort Worth Water Department forces.
Prior to beginning of work, the Contractor shall make an inventory of the condition of existing water
val ve boxes. The Engineer will field verify this inventory and provide the Contractor replacements
for broken valve boxes. The contractor shall replace the val ve boxes , which are damaged during
construction at no cost to the City. Failure of the contractor to perform this inventory will place the
total burden of replacement of any broken valve box on the contractor.
The pre bid unit price, per each, will be full compensation for all labor, materials, equipment, tools,
and incidentals necessary to complete the work.
PAY ITEM NO: 15 -Water Meter Box Adjustment:
This item only applies when the adjacent curb and gutter has been removed and replaced and has
been authorized by the assigned inspector . ·The adjustment shall include raising or lowering the
existing water meter box to the proper grade.
The pre bid unit price, per each , will be full compensation for all labor, materials, equipment, tools,
and incidentals necessary to complete the work.
PAY ITEM NO: 16 -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 in ventory 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
SP-31
manhole cover. Payment for the work will be made by the individual Franchise Utility Company.
The contractor is not entitled to any additional compensation or renegotiation with the City
associated with the construction of this work.
The pre bid unit price, per each, will be full compensation for all labor, materials, equipment, tools,
and incidentals necessary to complete the work.
PAY-ITEM NO: 17 -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
detennined 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 twenty eight (28 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
detennined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the
Accessibility Ramp Pay Limits detail (STR-032). The pay limit will extend from 9-inches outside the
lip of gutter to the back of the curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay
item.
Pay limits for "Standard Wheelchair Ramp" will start 15 inches back from the face of curb and
encompass the remainder of the ramp and sidewalk.
SP-32
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 w arning Dome-Tile
surface maybe curved along the corner radius . The method of Dome-Tile in stallation shall be in
accordance with the manufactures instruction.
Cost of detectable warning Dome-Tile and installation , shall be included in this pay item .
Contractor shall provide a brick red co lored Dome-Tile sample for approval by the Engineer,
meeting the aforementioned specification . The sample, upon approval by the Engineer, shall be the
acceptable standard to be applied for all construction covered in the scope of this pay item .
Included , and figured subsidiary to this unit price, will be the required sawcut excavation, as per
specification Item No . I 06 "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. T y pe "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-Mi x Asphalt (Method)" (referenced) and compacted to standard densities .
Contractor shall backfill the wheelchair ramp within five (5) working days from the day of pouring
the wheelchair ramp , if the contractor fails to complete the backfill within five (5) working days,
$100 dollars liquidated damage will be assessed per block per day .
Required backfilling shall be at finish grade, and shall be completed in order for the wheelchair
ramp to be accepted and measured as completed . Top soil as per specification Item No. 116 "Top
Soil", if needed , shall be added and leveled to finishing grade . Cost of back filling , top soil, and
grading shall be included in this pay item.
The unit price bid, per square foot, as shown on the proposal , will be full compensation for materials,
labor, equipment, tools and incidentals necessary to complete the work .
PAY ITEM NO: 18 -Painting House Curb Address:
This item shall include painting of house addresses on curb or driveway radiuses that are removed
and replaced in this contract.
SP-33
Contractor shall complete the painting of house curb addresses w ithin ten (10) working days from
the day of completing the HMAC overlay on any street, if the contractor fails to complete the work
within ten (10) working days , $100 dollars liquidated damage will be assessed per block per day.
•
•
•
•
•
•
All materials shall be ofrecent 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 K w al 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: 19 -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 ( 10) working days from the day of
completing the HMAC overlay on any street, if the contractor fails to replace the sod within ten (IO)
working days, $100 dollars liquidated damage will be assessed per block per day .
Sod Products Specifications:
•
•
Sod shall consist of li v e and growing grass .
Grass shall have a healthy, virile root system of dense, thickly matted roots throughout and
approximately one-(1) inch minimum thickness of nati ve soil attached to the roots .
SP-34
• 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 determirn;d 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: 20-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 pre bid unit price, per each , will be full compensation for all labor, equipment, material , tools ,
and all incidentals necessary to complete the work.
END OF SECTION
SP-35
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 . 01676.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
CUTLER REPAVING, INC.
By :
Name: Charte,l R. Veskema ----------
Title: President
-----------
Date : _t/u ............. =--~--=-=--.,__,I (p.._1......,~"'--d_// __
BttorrfE ~eskM undersigned authority , on this day personally appeared
a es · "''.'Known to me to be the person whose name is subscribed to the
foregoing instrument, and acknowledged to me that he executed the same as the act and deed
of CUTLER REPAVING, INC. for the purposes and consideration therein expressed and in the
capacity therein stated .
Given Under My Hand and Seal of Office this flo-fh day of mo/!ch , 20_/_J_
OTARY PUBLIC • State of Kansas
JENNIFER J, NELSON
My Appt Exp. lr.,/~, /~01~ i
n and for the State of +exas
#(_a..,,..,Sa. S
_,~
Bond No . 37BCSFT7901
PERFORMANCE BOND
THE ST A TE OF TEXAS §
KNOW ALL BY THESE PRESENTS :
COUNTY OF TARRANT §
That we (I) CUTLER REPAVING, INC. as Principal herein , and (2) Hartford Fire Insurance
Company a corporation organized under the laws of the State of (3)._--=C'-'T,__ ___ _,
and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and finnly bound unto the
City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties , Texas, Obligee herein , in the
sum of:
SEVEN HUNDRED NINTY FOUR THOUSAND ONE HUNDRED NINTY TWO DOLLARS AND TEN
CENTS ... Dollars ($794,192.10) for the payment of which sum we bind ourselves, our heirs , executors,
administrators, successors and assigns, jointly and severally, finnly by these presents.
WHEREAS, Principal has entered into a certain contract with the Obligee dated the 22 of March, 201 la
copy of which is attached hereto and made a part hereof, for the construction of:
HMAC HOT IN PLACE/SURFACE OVERLAY 2011-3
NOW THEREFORE , the condition of this obligation is such, if the said Principle shall faithfully perfonn
the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold
harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal 's default, and
reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then
this obligation shall be void ; otherwise, to remain in full force and effect.
PROVIDED, HOWEV ER, that this bond is executed purs uant to Chapter 2253 of the Texas Government
Code, as amended, and all li abi lit ies on this bond shall be determined in accordance with the provisions of such
statute, to the same extent as if it were copied at length herein .
fN WITNESS WH EREOF, the duly authorized representatives of the Principal and the Surety have
executed this instrument.
SIGNED and SEALED this 22 of March, 2011.
(SEAL)
(SEAL)
~
Witness as to Surety
5225 W . 75th St.
(Address)
Shawnee Mission , KS 66208
921 EAST 27TH STREET
LAWRENCE, KS 66046
(Address)
Hartford Fire Insurance Company
Surety
(A ttorney -in-fact)
5225 W. 75th
Shawnee Mission , KS 66208
(Address)
NOTE : Date of Bond must not be
prior to date of Contract
(I) Correct Name of Contractor
(2) Correct name of Surety
(3) State of incorporation of Surety
Telephone number of surety must be stated.
In addition, an original copy of Power of
Attorney shall be attached to Bond by
Attorney-in-Fact.
The date of bond shall not be prior to date of
Contract
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
Bond No . 37BCSFT790 I
PAYMENT BOND
KNOW ALL BY THESE PRESENTS :
That we , (I ) C UTLER R E PAVING , INC., as Principal herein , and (2) Hartford Fire Insurance Company,
a corporation organized and existing under the laws of the State of (3) CT , as surety, are held and
firml y bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties, Texas ,
Obligee herein , in the amount of SE V EN H UNDRE D NI NTY FO UR THO USAND O NE HUNDR ED NI N TY
T WO DOL LA RS AN D T EN CENTS ... Dollars ($794,192 .10) for the payment whereof, the said Principal and
Surety bind themselves and their heirs, executors , administrators, succes sors and assigns , jointly and severally ,
firmly by these presents :
WHE REAS , the Principal has entered into a certain written contract with the Obligee dated the 22 day of
Ma rc h, 2011, 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:
HM AC HO T IN PLACE/SU RFACE OVERL A Y 2011 -3
NOW , THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH , that if the said Principal
shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code , as
amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be
void ; otherwise , to remai n in full force and effect.
P ROVIDED, HOWEVER, that this bond is executed purs uant to Chapter 2253 of the Texas Government
Co de , as amended, and all liabilities o n this bond shall be determined in accordance with the provisions of said
statute , to the same extent as if it were copied at length herein .
IN WITNESS WHEREOF, the duly autho rized repr esentatives of the Principal a nd the Surety have
executed this instrument.
SIGNE D and SEALED this 2 2 day of, Marc h, 2011.
(SE AL)
NOTE :
I) Secretary
( 1)
(2)
(3)
CUTLER REPAVING, INC.
PRINCIPAL
Title : V. P~E:SJDEAJT-oP,.ft,-LA:Tivf\l~
Address : 921 EAST 27TH STREET
LAWRENCE, KS 66046
:~~~
~ire Insurance Company .
ame:J udith A. Page
Attorney in Fact
Address : 5225 W . 75th
Shawnee Mission , KS 66208
Telephone Number: 913 396-0800
Correct name of Principal (Contractor).
Correct name of Surety .
State of incorporation of Surety
Telephone number of surety must be stated . In addition , an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
Bo nd o . 37BCSFT7901
MAINTENANCE BON D
TH E STATE OF T EXAS §
COUNTY OF TA RRA NT §
That CUTLER REPAVING, INC. ("Contractor"), as principal , and Hartford Fire Insurance
Company , a corporation organized under the laws of the State of
CT , ("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 SEVEN HUNDRED NINTY FOUR
THOUSAND ONE HUNDRED NINTY TWO DOLLARS AND TEN CENTS ... Dollars ($794,192.10),
lawful money of the United States , for payment of which sum well and truly be made unto sa id 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 cond itioned , however, that:
WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort
Worth , dated the 22 of March , 2011 , a copy of which is hereto attached and made a part hereof, for the
performance of the following described public improvements :
HMAC HOT IN PLACE/SURFACE OVERLAY 2011-3
the same being referred to herein and in said contract as the Work and being designated as project
number(s) 01676 and sa id contract , including all of the specifications , conditions , addenda , change
orders and written instruments referred to there in as Contract Documents being incorporated herein
and being made a part hereof; and ,
WHEREAS , in said Contract , Contractor binds itself to use such materials and to so construct
the work that it will remain in good repair and condition for and during a period of after the date of the
final acceptance of the work by the City ; and
WHEREAS , said Contractor binds itself to maintain said work in good repair and
condition for said term of 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 Eng ineering , it be necessary; and ,
WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to
repair or reconstruct said Work as herein provided .
NOW THEREFORE , if said Contractor shall keep and perform its said agreement to
maintain , repair or reconstruct said Work in accordance with all the terms and conditions of said
Contract , these presents shall be null and void , and have no force or effect. Otherwise , this
Bond shall be and remain in full force and effect , and the City shall have and recover from
Contractor and Surety damages in the premises as prescribed by said Contract.
This obligation shall be a continuing one and successive recoveries may be had hereon
for successive breaches until the full amount hereof is exhausted .
IN WITNESS WHEREOF , this instrument is executed in 1. counterpart(s), each of which
shall be deemed an original , this 22 day of March , A.D .2011.
ATTEST :
~K-~
Secretary
~: W, f-n/JL-S5
~~~£~
CUTLER REPAVING, INC.
;;~~
Title : V. PR-ES 1 D E/Ji-OPE:IJ.AT,j,l'IS
Hartford Fire Insurance Company
Surety
~~ge~
Title : Attorney-in-Fact
5225 W. 75 th St.
Shawnee Mission KS 66208
Address
Direct Inquiries/Claims to : . . .
POWER OF ATTORNEY THE HARTFORD
BOND, T-4
P O BOX 2103 , 690 ASYLUM AVENUE
HARTFORD , CONNECTICUT 06115
KNOW ALL PERSONS BY THESE PRESENTS THAT :
call: 888-266-3488 or fax : 860-757-5835
Agency Code: 37-281099
CK:] Hartford Fire Insurance Company , a corporation duly organized under the laws of the State of Co nn ecticu t
CK:] Hartford Casualty Insurance Company , a co rporation dul y organized under the laws of the State of Indiana
~ Hartford Accident and Indemnity Company , a corporation duly organized unde r the laws of the State of Co nnecticut
~ Hartford Underwriters Insurance Company , a co rporation dul y organized unde r the laws of the State of Co nnecticut
LJ Twin City Fire Insurance Company , a corporation duly organized under the laws of the State of Indiana
D Hartford Insurance Company of Illinois , a corporation dul y organi zed under the law s of the State of Illinoi s
LJ Hartford Insurance Company of the Midwest, a corporation duly organi zed und er the laws of the State of Indiana
LJ Hartford Insurance Company of the Southeast, a co rporation dul y organized under the laws of the State of Florida
having their home office in Hartford , Connecticut , (here inafter collectively referred to as the "Companies ") do hereby make , constitute and appoint ,
up to the amount of unlimited:
Robert B . Fiss, Scott H . Fiss, Droste D . Milledge , Melissa L. Ory, Patrice M. Larsen , Judith A. Page of Shawnee Mission , KS
and
Gonya C. Harris of Corinth, Texas
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above , to sign its name as surety (i es ) only as
delineated above by 1:8:1 , and to execute , seal and acknowledge any and all bonds , undertak ings , contracts and other written instruments in the
nature thereof, on behalf of the Companies in their business of guaranteeing the fidel ity of persons , guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law .
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22 , 2004 the Companies
have caused these presents to be s igned by its Assistant Vice President and its corporate seals to be hereto affixed , duly attested by its Assistant
Secretary . Further , pursuant to Resolution of the Board of Directors of the Compan ies , the Companies hereby unambiguously affirm that they are
and will be bound by any mechanically applied signatures applied to this Power of Attorney .
·I ,:,,,,.rr-/~~bt,_::,·-zz;
.._ __ ,...,,.
Scott Sadowsky , Assistant Secretary M . Ross Fisher , Assistant Vice Pres ident
STATE OF CONNECTICUT}
ss.
COUNTY OF HARTFORD
Hartford
On this 3'd day of March , 2008 , before me persona ll y came M. Ross Fisher, to me known , who being by me duly sworn , did depose and
say : that he resides in the County of Hartford , State of Connecticut ; that he is the Assistant Vice President of the Companies , the corporat ions
described in and which executed the above instrument; that he knows the seals of the said corporations ; that th e seals affixed to the said
in strument are such corporate seals ; that they were so affixed by authority of the Boards of Directors of said corporat ions and that he signed his
name thereto by like authority .
Scon E. Paseka
Notary Public
My Co mmi ssion Exp ires Oc tobe r 31 , 2012
ro&J~p ---
Gary W Stumpe r, Assistant Vice Pres ident
THE STATE OF TEXAS
CITY OF FORT WORTH , TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
COUNTY OFT ARRANT
This agreement made and entered into this the 22 day of March A.D., 2011 , by and between the
CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing
under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of
December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the
Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City
Council of said city , and the City of Fort Worth being hereinafter termed Owner, CUTLER
REPAVING, INC., HEREINAFTER CALLED Contractor.
WITNESSETH: That said parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith,
the said Contractor hereby agrees with the said Owner to commence and complete the construction of
certain improvements described as follows:
HMAC HOT IN PLACE/SURFACE OVERLAY 2011-3
2.
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools , app liances 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 inspection and approval of
the Department of Transportation of the City of Fort Worth and the City Council of the City of Fort
Worth within a period of Two Hundred (200) days.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
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 $210 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety
shall be liable to the Owner for such deficiency.
5.
Should the Contractor fail to begin the work herein provided for within the time herein fixed or to
carry on and complete the same according to the true meaning of the intent and terms of said Plans,
Specifications and Contract Documents, then the Owner shall have the right to either demand the surety
to take over the work and complete same in accordance with the Contract Documents or to take charge of
and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost
to the said City shall exceed the contract price or prices set forth in the sai d plans and specifications made
a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and
specifying an itemized statement of the total cost thereof, said excess cost.
6
Contractor covenants a nd agrees to indemnify City 's engineer and architect, and their personnel at the
project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify,
hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and
against any and all claims or suits for property loss , property damage, personal injury, including death ,
arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor,
its officers, agents, employees, subcontractors, licensees or invitees , whether or not any such injury,
damage or death is caused, in whole or in part, by the negligence or alleged negligence of
Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify
and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and
employees and any damage, los s or destruction to property of the Owner arising from the performance of
any of the terms and conditions of this Contract, whether or not any such injury or damage is
caused in whole or in part by the negligence or alleged negligence of Owner, its officers,
servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior
to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been sett led and/or a release from the claimant involved , or (b)
provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred
to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work performed
under a City Contract.
7.
The Contractor agrees, on the execution of this Contract, and before beginning work, to make,
execute and deliver to sa id City of Fort Worth good and sufficient surety bonds for the faithful
performance of the terms and stipulations of the Contract and for the payment to all claimants for labor
and/or materials furnished in the prosecution of the work, such bonds being as provided and re uired in
Texas Government Code Section 2253 , as amended, in the form included i the Contract Documen s,
OFFICIAL RECORD
CITY SECRETARY
FT, WORTH, TX
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 SEVEN HUNDRED NINTY FOUR THOUSAND ONE HUNDRED NINTY TWO
DOLLARS AND TEN CENTS ... Dollars, ($794,192.10).
9 .
It is further agreed that the performance of this Contract, either in whole or in part, shall not be
s ublet 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 1
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 Z counterparts with its corporate seal attached .
Done in Fort Worth , Texas, this the 22 day of March, A.O., 2011.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
APPROVAL RECOMMENDED:
ATTEST:
CUTLER REPAVING, INC.
921 EAST 27TH STREET
LAWRENCE, KS 66046
CONTRACTOR
BY:
President
TITLE
921 E 27th St Lawrence, KS 66046-4917.
ADDRESS
November 1960
Revised May 1986
Revised September 1992
Revised March 2006
CITY OF FORT WORTH
CITY SECRETARY
(SE A L)
..
Contract Authorizatioa
3\49::\ \ \
Dat e
APPROVED AS TO FORM AND
LEGALITY:
OFFICIAL RECORD
CITY SECRETARY
Ft WORTH, TX
Project Name: HMAC Surface Overlay ( ___ _
DOE Project Number: ___ _
Mapsco Location: ____ _
Street Maintenance Work Notice
As part of the City of Fort Worth's Street Maintenance Program, _______ _
has been contracted to repair your street. During the maintenance work, there will be a
brief time that you may not have access to your residence or business . On the days
specified below, vehicles can not be parked on the street. Also, please turn off your
sprinkler adjacent to the street.
If you have any questions or concerns, please contact contractor ________ _
at ------------
If we are not able to resolve your concern to your satisfaction, you may also contact
City of Fort Worth Inspector at , Monday-
Friday between 7:30 a.m. and 4:30 p .m.
After 4:30 p.m. and on weekends, call (817) 392-8100 .
Block Street Project
Limits Name Limits
1100 to 1200 Brown Street Yates Avenue to Keller Springs Parkway
Expected Construction Dates
Weather Permitting
From 6-20 -06 to 7-4-06
Nombre del Proyecto: HMAC Surface Overlay ( ____ _
Numero del Proyecto DOE: ___ _
Ubicaci6n Mapsco: ____ _
Notificacion de Mantenimiento de la Calle
Como parte del Programa de Mantenimiento de las Calles de la Ciudad de Fort Worth,
____________ ha sido contratado para reparar su calle. Durante este
trabajo de mantenimiento, habra un tiempo breve en que no tenga acceso a su hogar o
negocio. En los dfas especificados abajo, vehfculos no deben estacionarse el la calle.
Tambien, por favor apague su sistema de regar el cesped cerca de la calle.
Si tiene alguna pregunta o concierne, por favor llame al contratista _______ al
Si no resuelve su concierne a su satisfacci6n , puede tambien llamar a la Oficina de
lnspecci6n de la Ciudad de Fort Worth al , de lunes a
viernes entre las 7:30 a.m. y 4:30 p.m.
Despues de las 4:30 p.m. o en los fines de semana llame al (817) 392-8100.
Li mites Nombre Li mites
De Blogues de Calle De Proyecto
1100 a 1200 Brown Street Yates Avenue a Keller Springs Parkway
Fechas de Construcci6n
Permitiendo el Estado de Tiempo
De 6-20-06 a 7 -4-06
I
1
i
1
1
1
PROJECT DESIGNATION SIGN
---------4' -0" ----------t
sr·
PMS-167
4' -o"
. ==r 3"
3" r= Project Title 1
1
..
3 "1= 2ND LINE t
IF NECESSARY_/ ~ 3" 1~"======= Contractor: -=± 1"
2~"LContractor's Name 1 2
1 ~"=c= Scheduled Completion Date
1~" I Year
1 " 2
5"
1 "
FONTS:
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 -CONSTRCCTION STANDARD
OCTOBER, 1992, REDRAr.-1 OCTOBER 2002
STREET CURB
MONOLITHIC
SIDEWALK CIRB
LINES TO BE
1/4" DEEP
4 JOINT, 4" GAP 1• R
N¥\ ....
R.O.W.
CURB PAY LIMIT
MAX. LENGTH OF SURFACE TREATMENT (GROOVE)
5' FROM TH£ BACK OF CURB.
EXPANSION MATERIAL
RECESSED 1 / 4 • AND
SEALED W/ SILICONE
(APPLICABLE TO ALL COLD-JOINTS}
NOTES
TYPICAL RAMP X-SECTION
CITY OF FORT WORTH. TEXAS -CONSTRUCTION STANDARD
1. FOR PARKWAY WITH ELEVATION BELOW STREET
ELEVATION, THE SIDEWALK CURB hAUST BE 2"
HIGHER THAN THE STREET CURB.
OCTOBER, 1992, REDRAWN OCTOBER 2002
.... ,.
2. SIDEWALK CURB SHALL NOT ENCROACH ON THE
PROPOSED WIDTH Of THE SIDEWALK RAMP.
3. FOR TYPE I RAMP MAXIMUM SIDEWALK CURB
HEIGHT o• TO 7".
CJTY OF FORT WORTH, TEXAS
ACCESSA8IU1Y RAMP -
TYPICAL CROSS SECTION
DATE: 09/2004
STR-031
-··-···--·-----
EXISTING CURB
ANO GUTTER
SAWCUT FOR
CONCRETE
PAVEMENT
SODDING
1'S REQUIRED
EXISTING 15' R
SCALE 111 = 5'
NOTES
SIDEWALK RAMP
W/ COLORED SURFACE
1) ~~~tts~iN st0d~~~~$ f~u52~E Pi?c~N3io
FOR SIDEWALK .
2)· THE ACTUAL UMIT OF REMOVAL OF EXIST
-ING CURB ANO GUTIER ANO SIDEWALK SHALL
BE AS DIRECTED BY THE ENGINEER IN THE
FIELD.
3) MONOUTHIC CURB OR FlARED SLOPES MAY BE
INSTALL.ED ON BOTH SIDES OF THE RAMP
DEPENDING ON THE FlELO CONDITION OR AS
DIRECTED BY THE ENGINEER.
4) CURB RAMPS W1TH RETURNED CURBS MAY BE
USED WHERE PEDESTRIANS WOULD NOT
NORMALLY WALK ACROSS THE RAMP.
5) SLOPE OF CURB RAMP AND/OR SIDEWALK
SHALL BE A MAXIMUM OF 1: 12 . FLARED SIDES
OF RAMP SHALL HAVE A MAXIMUM SLOPE OF
1 : 1 OJ.. UNLESS PEDESTRIANS COULD WALK
ACRuSS THE RAMP THEN THE MAXIMUM SLOPE
SHALL BE 1 : 12.
MONOLITHIC SIDEWALK CURB
CK OF' PROP. CURB
FACE OF PROP . 7" CURB
SAWCUT FOR HMAC PAVEMENT
STANDARD PAY LIM IT DETAIL
CITY OF FORT WORTH, TEXAS
ACCESSA8IU1Y RAMP
, PAY LIMITS
DATE: 09/2004
STR-032
I
I
I
I
I
I
EXISTING CURB
ANO GUTTER
1 a• OR 24"
SAWCUT FOR
CONCRETE
PAVEMENT
JOINT DETAIL
EXIST ING 15' R
SCALE 1" = 5'
NOTES
SIDEWALK RAMP
W/ COLORED SURF.\Ct
1) EXPANSION JOINT AND SIUCONE SEAUNG
SHALL BE SUBSIDIARY TO UNIT PRICE 810
FOR SIDEWALK.
Z) ~Jc Agi~iL ~~1\8~lM~~Al.s1i~w~i_kST SHALL
BE AS DIRECTED BY THE ENGINEER IN THE
FIELD.
MONOLITHIC SIDEWALK CURB
"SODDING
AS REQUIRED
EXPANSION JOINT &: SIUCONE SEALING
CK OF PROP . CURB
FACE OF PROP . J9 CURB
SAWCUT rOR Ht.AA~--PAVEMENT
'
CllY Of FORT wormt, TEXAS
ACCESSABILllY RAMP
JOINT DETAIL
OAT£: 09/2004
STR-03.3
.•. ·.·.•;-:-:--=-=·-=-=··:·:··:-:-:>:•::•:-:-·:·:··:·:··=·=·::-:•::-:-:····
-:··:-:-·.·.·.··.
{a)
fleRPENDICULAR PUBLIC SIDEWALK CURI AAMP
(c) COMBIED (P'AIHI I ... _ __... UI\ PUii.JC ~cuRi"~
CITY OF FORT WORTii, TEXAS
ACCESSABILJTY RAMP
TYPICAL CROSS SECTION
DA 1£: 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
' -,,,
~ i, I
I] D 0
(a) (b)
Perpendicular publlc slclewalk curb ramp
In public 1ldewolk with parkway
Perpendlc:ular publlc sidewalk curt, ramp
In public 1idewalk
(a)
arallel pubric eidewalls curtl ramp
In pub llc sidewalk
D
D a
~ ~
(b)
Combination P,Ubllo 1ldewalk curt, ramp
in pubUc 11dewolll wit/I pcrilway
· Fig. 60
a a
D
(c)
= =
Ptl'Jl•ndlcular public sidewalk . c:uttl ramp
at proJec:ted inten~on
Public Sidewa l k Cirb Romps at Marked Crossings
cnY OF FORT WORrn, TEXAS
ACCESSABILfTY RAMP
FIGURE 60
CATE: 09/2004
STR-0.35
RUNNING
SLOPE
1:20 MAX
ll'ALK
NOTE :
X -========i y
RUNNING SLOPE
1:12 MAX
CURB RAMP
COUNTER SLOPE
1:20 MAX
STREET
(1) Slape • 7/x where x l• a lenl dope
(2) CoUAt.er 1lape shall n.al exceed 1:20
F'if. B4 .7.2
Meuurement ot Curb Ramp Slope
X
NOTI: Ir X < 411• (1220 mm) t.he11 t.he dope or t.he
nuad rid .. •hail n.ol exoH4 1:12
PLANTING OR OTHER
NONlfALKING SURFACE
SIDE
(a) nared Sldea (ll) Returned Curb
Fie. 84.7 .!i
Sides ot Curb Rampa
Fie. B4 .7 .8
Built-up Curb Raznp
OCTOBER , 1992, REDRAWN OCTOBER 2002
CITY OF' FORT WORTH, TEXAS
ACCESSABILITY RAMP
RAMP SLOPE DETAILS
DATE: 09/2004
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)
CITY OF FORT WORTH, TEXAS
ACCESSABILITY RAMP -
TYPE I (W/15' RADIUS)
DATE: 09/200-4
STR-037
TYPE I
EXISTING 20' R.
SCALE 1" = 4'
PROP. 4' RAMP WITH
COLORED SURFACE
VARIABLE HEIGHT CURB
1 1/2' R. (TYP)
CITY OF' FORT WORTH, TEXAS
ACCESSABILITY RAMP -
TYPE I (20' RAD.)
DATE: 09/2004
STR-038
I I
II
iXJSTING CURB
4i1 GUTTER
15•
SODDING
AS RIQUIRED
I.
TYPE ·III ·
EXISTING 15' R.
SCALE 1 • = 4'
SIDEWALK RAMP WITH
COLORED SURFACE
I • .., • .., • .J BROOM FINISH
V///////1 HMAC TIE-IN
IIONOLlTHIC CURB
~~~k-'-"" .. ,. cvu 3-J_
IXISTIKC CUll8 • GU'JTIR
SUCUT roa CON~ P!VIIIINT
CITY OF FORT WORTH, TEXAS DATE: 09/2004
ACCESSABIUTY RAMP -
TYPE m (15' RADIUS) STR-039
I I
& GUTTER ~EXISTING CURB
~ ~ 18° OR 2<"
6"
SODDING
AS REQUIRED
TYPE 111
EXISTING 20' R.
SCALE 1 .. = 4'
SIDEWALK RAMP WITH
COLORED SURFACE
I ... :a .J BROOM FINISH
~ HMAC TIE-IN
VARIABLf: HEIGHT CURB
EXISTING CURB & GUTTER
SAwcur FOR CONCRETE PAVEMENT
CITY OF FORT WORTH, TEXAS
ACCESSABILITY RAMP -
TYPE III (20' RADIUS)
DA TE: 09 /2004
STR-040
COLLAR CONFIGURATION
FOR PAVED AREA ....
I
... COLLAR CONFIGURATION
FOR UNPAVED AREA
s·-o"
MANHOLE FRAME ANO -.... ....,..,......-~__,..-.,.......,.,...,....~--..,....,.~e-'.""'~--. ------,-
32" DIA. DUCTILE IRON
COVER . (REFER TO
STD . PRODUCT LIST)
A
L
4000 PSI
CONCRETE
8-#4 REBARS TYP.
G)
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 .
E1-14, E1-20, E1 -21 MATERIAL
E2-14, E2-20, E2-21 CONSTRUCTION
CD
SECTION A-A
WHERE MANHOLES ARE IN
THE STREET, INSTALL 2 OR
MORE GRADE RINGS , AS
NEEDED, BETWEEN CASTING
AND TOP OF PAVEMENT.
HINGED LIDS INSTALLED IN
STREETS SHALL OPEN
AGAINST THE FLOW OF
TRAFFIC .
®
CITY OF FORT WORTH , TEXAS
MANHOLEFRAME,COVER,GRADE
RINGS AND CONCRETE COLLAR
A
J 0
I
in
CHAMFER (TYP .)
GROUND
CONCRETE COLLAR
HEIGHT VARIES
HINGED LIDS ARE REQUIRED
ON ALL ELEVATED MANHOLES,
JUNCTION BOXES ANO 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 SPEC IFIED ON
PLANS .
DATE : OCT. 2009
SAN-009
Manhole Riser
3/8" Dia. Hole
With 302 Stainless
Steel Roll Pin
Cross Section view
~ r--10 or 12 gage 090 galvanized steel
G)~
Expanding Linkage
2 J /4" )I
ii( 4 1/4" )II
Item Item Material Description
N be Desc . um r nption
I 3/8 .. Roll Pins 302 Stainies., Steel ( 14 000 LB Double Shea Slrcnlrth)
2 Steel Skirt 12 or 10 gage A.I .SJ . 1020 SC«I (A-36)
G-90 Galvanill:d
3 Weld 6Wr 70-~ circumfercncc ~hied
4 J /4 .. wide Riser Bar HO( Rolled Steel AI.S .I. 1020 (A-36)
s Rod Ends Forging Al.SJ. C-1030 Steel Hear Treated BHN 240
Zinc Pia.red with Dichron'Ble Finish
6 Turnbuckle Al.SJ . 1020 BHN 149
Zinc Pia.red dim:d in Linebacker rw1 inhibitor
t
Height I new asphalt overlay
, ... lll(IE----3/4" thick riser bar
3/8" I. D.
3/8" -16 Thread
TeMile
y· Id 1e
33.000 PSI.
7.5 000 PS.I.
33,000 P.S.J.
70,000 P.S.I .
70.000 P.S.J.
TeMile
UI . tirnate
60 .000 P.S.I.
8.5 000 PS.I.
60000 P.S.I.
92 .000 PS.I .
80 .000 PS.I.
Water. _ Valve Riser Cross Section view
Item
N umber
I
2
3
~ ~ 12 gage 090 galvanized steel Q,~
Item
D escriot on
Steel Skirt
Weld
3/8" wide: D.O.M Tube
t
Height I new asphalt overlay
, .. ~ ..... --3/8" D .0 .M. Tube
Material Description
12 gage: A.I.S.I . 1020 Steel (A-36)
G-90 Galvanized
Lincoln Outmheild 71 Elite: 04S
D. 0 . M. Tube A. I.S.1. I 026 (AS 13 type S)
Tensile
YI Id e
33,000 P.S.I.
7S 000 PSI.
72 000 P.S.I.
Tensile
UI I t mate
60,000 P.S.I .
8S 000 P.S.I .
87 000 P.S.I.
.... u
~
C ..
z
0 u
~ .
.... u
~
C .. z
0 u
~ ..
0 z
LEGEND
H.M~·A.C. REHABILITATION
. . .
•• · 11 II IQ . WEDGEMILLIMO .
(RECYCLE /'OVERLAY ONLY ·)
NOTE: BUTT JOI ... TS NOT
REQUIRED WITH
REMIXING PROCEs·s.
· TYPIC:AL
STREET BEGIN OR
END POINT •
REGARDLESS OF
THE INTERSECTING
STREETS ANGLE.
LAYOUT. FOR RECYCLING ACTIVITES
UNLESS NOTED OTH£1tWIS£ IN, STIIEET SCHEDULE:~
BUTT JOINT
0-1
R[VISCO:
111.V.Ne . OATI.:
1990
I
&UTT
JOINT
C c r
NOTE :Cl)AN ATTEMPT HAS l[[N MAO[. TO DETAIL
AS Iii ANY STD, f1£LD SITUATIONS AS
,oss11L£ HOW[V[R, TH£ CONTRACTOR
MIGHT HAY£ TO OY[IILAP PARTS Of
TH[Sf DETAILS TO CONfflGUA[ ·A
LAYOUT THAT IEST APfll.lES TO A
PAIITICULAII SITUATION,
( 2) IUTT JOINTS HOT fl£0UIR£0 WITH
REMIXING PAt.>CESS,
LEGEND
.,1 II II ·14
~
~
\...
·~ ..... MEDIAN
c~
-r---1-.J STREET BEGIN OR
l.,. ENO POINT
TYPICAL
MEDIAN
LAYOUT FOR RECYCLING ·ACTIVITIES FOR BLVD. SECTION
UNLESS NOTEO OTH£RwiSE IN STREET SCHEDULE
\
H.M.A.C. REHABILITATION
WEOGEMILLINO
(RECYCLE/ OVERLAY
ONLY)
\.
/
0-2
R (VISED:
"'"·"·· DAU :
1990
I
LEGEND
1 a H.M.A.C. REHABILITATION
•• II II 14 WEOGEMILLING ·
(RECYCLE/OVERLAY
ONLY l
NOTE :mALL RIGHT TURN STOfUGE
LANES SHALL IE CONSIDERED
AS P'AIIT 0~ CONTRACT,
(2) IUT T JOINTS NOT
fl[OUlll£0 WITH REMIXING
~IIOCESS.
. NOT£·: IF EITHEII IIAOIUS OOES NOT HAY£
AN ISLAND, IT WILL BE TREATED
AS INDICATED BY APPLICABLE
DE TAIL •
BUTT JOINT
( _ _____j STREET BEGIN OR
~END POINT, REGARDLESS Of THE
INTERSEC:T NG STREETS ANGLE.
o-'
R[YIS[D~
IIIV. Ne. DAU t
TYPICAL 199~
LAYOUT FOR RECYCLINI ACTIVITEI ·.
UNLESS NOTED OTHEftWISE IN STft££T SCH£0UL£,
TYPICAL
LEGEND .
pt I . H.M.A.C.REHABILITATION
.••. II II lj WEOGEMILLING ( RECYCLE
/OVERLAY ONLY.)
NOTE ~l)IF' ANY COM81NAtlOH Of' ISLANDS
ANO RIGHT TURN LANES ARE AB .SENT
TURN RADIUS SHALL IIE TREATED
AS STANDARD. BUTT JOINT SHALL
BE SQUARED OFF., IF NEEDED
AS A RESULT Of EXISTING CONC.
VALLEY GUTTER.
C2) BUTT JOINTS NOT REQUIRED
WITH AEMl>CING fl>ROCESS.
LAYOUT FOR RECYCLING ACTIVITIES WHEN INTERSECTING
STREETS ARE RECYCLED SIMULTANEOUSLY
U,.LESS NOTED OTHERWISE IN. STREET SCHlDULE
0-4
fHVISEO:
IUV. Ne. 0 AT(~
1990
13 ·u· BARS O ,a· o.c.
THESE BARS MUST BE
PLACED AT THE TIME lHE
PAVING SLAB IS POURED c'-o·
.~
12· 3• l'-61 6·
7" CURB REPAIR DETAIL
NOT TO SCALE
·, . .•
MINIMUM EXCAVATION OUTLINE
FOR STREET CONSTRUCTION
.,__;
"°''· ,,,,.... ,. ..., °"" " , __ , .. ,
...
, .,, .. .,. J01•r
,. ,.,.,,., , .. , ... ,,, ..
• a. .. -
l'~••••r IUSUIIL}
,·uscML
...... ... ••.• ,., •• .,,,,, ,H/111" ........ M!'-
...... ea# .... , ••• ........................ ............. ....... _.
TYPICAL CONSTRUCTION LAYOUT
of CURB ond GUTTER, SIDEWALK ond DRIVEWAY
.Showi"f Flo,,;ng And Eqt111si.. Joint Locolloll
,a•
IIIO ,,M•111•
:# •• ,,c,,.,. •••ll'S
•tt1 J •• ,
~.r .•. •••
CITY of FORT WORTH. TCXAS-co,,srtt,£to, s,.,..,.,
011•111H IHI .• _,, ,r. • _______ .. _.--.-
A
I
OUWWY JO INT IN RAMP OPT I ONAL
IN 11 1 • 0 11 ORI VE WA 'Y ONLY .
PROVIO( EXPANSION J01111T OIIILY
IF CONN(CTIIIIG TO [X1S T tl\lG
CONCRE T[ ORIV[.
EXIST :NG CUltl a GUTT[R,1F'
AN'Y, MUST 8[ SAWED AS O•R[CT·
EO BY TM[ E~GINEER.
,/ "[I N';,ORCE &"DltlV[ It 3 UftS
/ A AT 11 o.c .1.w.
(
" o_w_L_'""_c_-1---4--/--I F1E1NFORCE 4 ·· WALIC 1, BAAS I AT ,,. O.C.I .W. lltl'[IUNCI __ _.__
·STANOARO SIDEWALIC 10'•0"M1N. t
' 17°-0"MIN.
'..o
EXP. JOINT
EXCEPT
SLIP· FORMED
20°-0'' MIN .SINGLE DWY,
2 7 1
-o·' MIN, OOUILE OWY,
SIDEWALi< SLOPE 1/4 " PER
FOOT TO FACE OF CUIIII Ollt AS
OIAECT[O av ENGINEER .,
4 ° SI DE WAL IC
L
A
PLAN VIEW
8 (SU TAIL[)
STANDAIIID
CURI a GUTTER]
EXP. JOINT
EXCEPT
SLIP·P:ORMEO
HALF LENGTH PAID AS
ATTACHED CU"I ICONC .
PAVEMENT ONLY.)
SEE STANDARD CURB a GUTUft SECTION .
,a"
STANDARD
I 2"SAND CUSHION
~ Olt APPROVED
SU8GRAOE.
Ill.OW .LIN[
l'IOWY W10ht A a
10· I ,·
11 · TO 14 ° ;Z°Tof 9
,,·ro 19 3'107 ·2
2o·ro22 I ' 101 1 1,
SECTION A·A
\--... DWY. PAY L l l\,tlT
~ W/C~ClltETE PAVEMENT
s ,otuL• sE:r,0111 TMRu o•,··EwAY TO BE
POUltfO UW[ TM1CKN(S S AS Olltty E WAY
APPltOACH I 11a ,o FOllt AS Ollt 1V[WAY
APPlltOAClool E•IS"'"G S :O(wALII, ''""-"'. ro 9( lt[ll,j!0\.[0 ·~o llt[PLAC[O.
STANDARD APPROACH
I
I
I
I
I
I
I
I
I
I
I
NOTE: ,,,,,., te •• illoped
10 co11torlfl willl concrete
••"• 1 (or IHI•-•" I)
I
I
I
/11ter IHtiftf v.,,.,
____ !_ __ _
I • e, n tlirectod •1 '"' .,.,,_
or ••11•1 10 , ... _,,, .. ,,,,,.
TIie , .. ,,..,.,,ff COIICroto ••• , ,,,.,, ,.,,ec• ,,,. ,._ , .. ot ,,.. , ••• -n, wiffl ,,.. ,._,,.,,,,
,-rtion of ~,,. • .,,, to N ct111err11et,d ,ncl11d1111 141l·trodo ,,..,,,..n,, in occo1do11c, "''" 111,
typical P••int Hctien . TIie concroto ••••, ""' H 1o•or11ef eccord,nf 10 c,,, ,1ont10,n to,
concro1, c11,, a ,.,,,.,. Tllo cone,,,, 111011 •• ol ,,.,,.,, 1111 1er11114f 099re901t .,,11
1 ,,.,,. o I t,n 15/ 1ocu ol e,,,.,"' ,,,, e11&1e ,o,o ol co11crt1• ,,. ploe1 .,,11 o ''""
ll1111rol lfrlltllll Of 550 POllltfl per IQIIOfl IIICII OI IIHII fO'II w,111 Cllfl., IOOf•"t
TffANSITION SECTION
,,,, 11011.,, c,....., '*i"' s,,..,.
DISTANCE F1fOII
OF OIi'
o· ,· ,o· ,o·
JO'
40'
50'
C1'Qr,,t
0 .000'
0.D4t'
0 .CMJ'
0.101'
O.JJJ'
0.4N' o.soo'
""' to Sto1-
NOTE: r11,, •• ·-o,.;,,, • C·l<Hl·lf
ll[VIS[D 7-14 t,W/WIIM
ll(VIS[D t/Zl/17 J.A.N./W.11 .111 .
CONCRETE VALLEY
CITY of FORT WORTH, TEXAS-CONSTRUCTION STANDARD
D"AWING NO S-S 6 DATE DEC ''"
Addendua 3 362
..__ ----·------------···--···--··---= -----"~"--·~--=-·----· -
BACK OF
/CURB
PLAN VIEW
(Varies) 2' -7.s·
( Typ.)
12• WHITE HOT TAPE
(AVERY DENNISON
OR EQUIVALENT)
Striping and reflectors to be
install by the Contractor
BACK OF
CURB~
x-1 .s· (Varies)
( Typ.)
12• WHITE HOTT APE
(AVERY DENNISON
OR EQUIVALENT)
2'
M ·' -
WHITE TYPE II 1-SIDED REFLECTORS
Height:
Ramp Gradient:
Side Gradient:
3-1/2 inches
8.57 in 1 (30 inches/ 3-1/2 inches height) DEPARTMENT OF TRANSPORTATION
3.43 in 1 (12 inches I 3-1/2 inches heigh ~~!~~WORKS ~grT 0~,m-
SPEED CUSHIONS -.. AJ6 16
"' Jt111 I 5, 2 ()(U
OIIAWING NOT TO SCAlE
HMAC Hot-In-Place-Recycling Surface Overlay (2011-3) OPTION 1
Blk Limits Project Name Street Limits CD Map LM Procedure
5400 -5549 CROWLEY RD JAMES AVE . -1-20 FRWY. 9 90U 0 .19 HIR
466 -4833 GRANBURY RD 300' FROM TRAIL LAKE -300' FROM SW LOOP 820 3 89M 1.69 HIR
4424 -5549 JAMES AVE W . BEDDELL ST-SW LOOP 820 9 90L 3 .99 HIR
2700 -3399 LAS VEGAS TRL WEST FRWY SR EB -CAMP BOWIE WEST BLVD 7 73K 4.54 HIR
Total Lane Miles 10.41
HMAC Surface Overlay (2011-3) OPTION 2
Blk Limits Project Name Street Limits CD Map LM Procedure
5400 -5549 CROWLEY RD JAMES AVE. -1 -20 FRWY. 9 90U 0 .19 MOL
466-4833 GRANBURY RD 300' FROM TRAIL LAKE -300 ' FROM SW LOOP 820 3 89M 1.69 MOL
4424 -5549 JAMES AVE W . BEDDELL ST -SW LOOP 820 9 90L 3 .99 FMOL
2700 -3399 LAS VEGAS TRL WEST FRWY SR EB-CAMP BOWIE WEST BLVD 7 73K 4 .54 MOL
Total Lane Miles 10.41
HOT-IN-PLACE RECYCLING SUR�'ACE OVERLAY (2011-3) OPTION 1
CITY PROJECT NO. 01676
TPW PROJECT NO: C293-541200-207620167683
STREET BY STREET QUANTITY BET �RMINATICN 3PREAD SH �ET
� E" o
�
w a a
�; � O
�, � � , a E+
� ' � �
�� �x �w
z.�'� � �� �''.� �a�
b �
0
�d� o� ���
w � s. R'' '�'" p
v�v�Pr Uti C7wU ti`�'iv�
IT M UNIT� ITEM DESCRIPTION QTY QTY QTY
1 EA Project Designation Sign 0 0 0
2 SY 1-Inch HMAC Hot In-Place Recycling @ 110 Lbs/SY 4,000 12,300 28,000
3 GAL Rejuvenated Oil @ 0.1% 400 1,230 2,900
4 TON 1-Inch Surface Course Type "D" Mix 220 676 1,540
5 LF Remove and Replace 6" Concrete Curb and Gutter 200 268 1,831
6 SF Remove and Replace 6" Concrete Driveway 480 0 0
7 SF Remove and Replace 6" Exposed Aggregate Concrete Driveway 0 0 1,320
8 � SF IRemove and Replace 4" Sidewatk 80 120 160
9 TON I HMAC Level Up 0 90 182
10 CY I HMAC Pavement and Base Repair 15 50 140
11 LF IWedge Milling, 1-Inch to 0-Inch Depth, 5-Ft. Wide 2,867 4,700 12,123
12 I EA I Butt Joint-Milled � 2 2
13 I SY I1-Inch Surface Milling 100 0 0
14 I LS IUtilityAdjustment 0 0 0
15 I EA I Water Valve Box Adjustment w/ Steel Riser 2 2 14
16 I EA IWater Meter Box Adjustment 0 0 0
17 I EA I Manhole Adjustment w/ Steel Riser 2 2 15
18 I SF IRemove Existing Wheelchair Ramp and Install 4-Inch ADA Ramp w/ (detectable warning dome tile surface). 0 0 0
19 I EA IPaintingHouseAddresses 0 0 20
20 I SY IGrass Sods 10 20 100
21 � EA �Re-Mobilization 0 0 0
Month►y Pickup of Bulky Items
Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days
c� �
W r,
C•-i � W
��
�w�
� �
�.�.7�U�
I QTY QTY QTY
� _
0 0 0
( 34,700 0 0
� 3,470 0 0
_
� 1,910 0 0
� 1,634 0 I 0
I 2,520 0 ( 0
0 0 I 0
220 0 I 0
� 182 0 I 0
� 130 0 I 0
I 14,540 0 I 0
� 3 0 I 0
550 0 � 0
0 0 � 0
5 0 � 0
5 0 0
6 0 0
100 0 ( 0
18 0 ( 0
181 0 0
0 0 0
Week of Week of Week of Week of
the 3rd. the 4th. the 3rd. the 4th.
Monday of Monday of Monday of Monday of
the month the month the month the month
Wednesday Wednesday Wednesdav Tuesday
�
� Q'fY
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
�
�
TOTAL
QTY
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
z
79,000
8,000
4,346
3,933
3,000
1,320
580
454
335
34,230
8
650
1
23
5
25
100
38
311
1
�
�
/
F�age 1 of 1
� HMAC SURFACE OVERLAY L�CATIONS (2011-3) OPTION 2
� CITY PROJECT NO. 01676
� TPW PROJECT NO: C293-541200-207620167683
I STREET BY STREET QUANTITY DETERMINATION 7PREAD SH �ET
� E" o .
�
� �
NA. O W v�a�
q� �� �a ��5
�� a� F
��� W� �UW �A5 ���
Z.-1 ,�y � v� � C7 v� A',�.," �l
a°�i a°�i o O��l ��.a ���p �ri ���
v v�w Uti� C7aU� ti��w a�U�a
�IT °M UNIT� ITEM DESCRIPTION QTY � QTY QTY I QTY I
� 1 EA IProject Designation Sign I 0 0 � 0 0 I
I 2 I LS Utility Adjustment I 0 0 I 0 0
I 3 I LF Remove and Replace 6-Inch Concrete Curb and Gutter 200 268 I 1,831 1,634
I4 SF Remove and Replace 6- Inch Concrete Driveway 480 0 0 I 2,520
� 5 SF IRemove and Replace 6-Inch Exposed Aggregate Concrete Driveway 0 I 0 1,320 I 0
6 SF IRemove and Replace 4-Inch Sidewalk 80 I 120 160 220 I
7 I TON HMAC Level Up 0 90 182 182 I
8 I CY HMAC Pavement and Base Repair I 15 50 I 140 130
9 LF �Wedge Milling, 2-Inch to 0-Inch Depth, 5-Ft. Wide I 2,867 4,700 I 12,123 14,540
10 EA I Butt Joint-Milled 1 I 2 I 2 3
11 SY I2-Inch Surface Milling 100 I 0 0 I 550 I
12 I LF Crack Sealing of Existing HMAC Pavement 8,900 I 9,400 27,600 I 22,050 I
13 I SY 2-Inch Surface Course Type "D" Mix 4,000 12,300 28,000 34,700 I
I 14 I EA Water Valve Box Adjustment w/ Steel Riser I 2 2 I 14 5
I 15 EA I Water Meter Box Adjustment I 0 0 I 0 5
I 16 EA I Manhole Adjustment w0 Steel Riser 2 2 I 15 6
I17 SF IRemove Existing Wheelchair Ramp and Install 4-Inch ADA Ramp w/ (detectable warning dome tile surFace) 0 I 0 I 0 100
( 18 I EA Painting House Addresses 0 I 0 20 I 18
I 19 I SY Grass Sods 10 I 20 100 I 181 I
I 20 I EA Re-Mobilization 0 0 0 I 0 I
Monthly Pickup of Bulky Items
Week of Week of Week of Week of
the 3rd. the 4th. the 3rd. the 4th.
Monday of Monday of Monday of Monday of
the month the month - the month the month
Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days �Wednesday�Wednesday Wednesday� Tuesday �
QTY
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
QTY
0 f
� , �
0 I
0 I
0
0
0
0
0
0 I
0 I
0 I
0 I
0 I
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
TOTAL
�
II 2
�� �
II 3,933
I 3,000
1,320
580
454
335
I 34,230
�� $
I I 650
II 67,950
II 79,000
II 23
5
25
100
38
� 311
� 1
.P
�
r
�
, Page 1 of 1