Loading...
HomeMy WebLinkAboutContract 41657SPECIFICATIONS AND CONTRACT DOCUMENTS FOR 111ScmF01t __ CONTRACTOR ~ CONTRACTOR'S BONDING CO, --"--...; CITY SECRETARY --CITY IIANAGER'SOfflCI --ENGINEERING DIV. __ Tft.fLE COPY H.M.A.C. HOT IN-PLACE RECYCLING (2011-2) CITY OF FORT WORTH TEXAS CITY SECRETARY ti! ' CONTRACT NO. :::::0 Le S :J CITY PROJECT NO. 01651 . TPW PROJECT NO: C293-541200-208620165183 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 OfFICtAL RECORD CITY SECRETARY FT. WORTH, TX 4-:; -1 • A 3 : -; 1 I t' M&C Review Page 1 of2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORTWORTH ~ COUNCIL ACTION: Approved on 3/22/2011 DATE: 312212011 REFERENCE NO.: CODE: C TYPE: C-24802 NON- CONSENT LOG NAME: PUBLIC HEARING: 20HMAC HOT IN-PLACE RECYCLING 2011-2 NO SUBJECT: Authorize Execution of a Contract with Cutler Repaving , Inc. in the Amount of $1,942,439.30 for Hot Mix Asphaltic Concrete Hot In-Place Recycling at Various Locations (COUNCIL DISTRICTS 2, 7 , 8 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 $1,942,439 .30 for 180 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 (2011-2) 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 bid on December 24 , 2010 and December 30, 2010 in the Fort Worth Star-Telegram . On January 27 , 2011 , the following bid was received : Bidder Cutler Repaving, Inc. Amount $1,942,439 .30 Cutler Repaving, Inc. is in compliance with the City's M/WBE Ordinance by committing to 32 percent M/WBE participation. The City's goal on this project is 13 percent. This project is located in COUNCIL DISTRICTS 2 , 7 , 8 and 9. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Contract Street Maintenance Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C293 541200 208620165183 $1.942,439 .30 Submitted for City Manager's Office by: Fernando Costa (8476) Originating Department Head: http://apps .cfwnet.org/council _packet/me_ review .asp?ID= 14933&councildate=3/22/2011 3/24/2011 M&CReview Additional Information Contact: ATTACHMENTS 20HMAC 2011-2 Proiects LLst.xls 20HMAC_l.011-2_MAP _PAGE_:1.pdf 20HMAC~2011-2~MAP _PAGE_2.pdf 20HMAC_2.011-2JlllAP _PAGE_3pdf 20HMAC_2011-2~MAP _PAGE_ 4.pdf 20HMAC_;2011-2_MAP PAGE_5.pdf Greg Simmons (7862) Kristian Sugrim (8902) http ://apps.cfwnet.org/ council _packet/me_ review .asp ?ID= 14933&councildate=3/22/2011 Page 2 of2 3/24/2011 f ( l SPECIFICATIONS AND CONTRACT DOCUMENTS FOR H.M.A.C. HOT IN-PLACE RECYCLING (2011-2) ATV ARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO: 01651 TPW PROJECT NO: C293-541200-208620165183 //-3o -Io NA.JIB F S, P. E., DATE INFRASTRUCTURE MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT - r TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Prevailing Wage Rates ~ 4. Proposal l 5. Vendor Compliance f 6. Minority and Women Business Enterprise Specifications 7. Special Provisions l 8. Contractor Compliance with Worker's Compensation Law 9. Certificate of Insurance l 10. Equipment Schedule ( . 11. Experience Record 12. Performance Bond 13. Payment Bond 14. Maintenance Bond ! 15. Contract l 16. Notice of Construction Detail i 17. Project Designation Sign Detail 18. Other Details 19. Street Locations I ( I I I [ Sealed Proposals for the following: CITY OF FORT WORTH, TEXAS HOT IN-PLACE RECYCLING (2011-2) CITY PROJECT N: 01651 TPW PROJECT NO: C293-541200-208620165183 Submit package to City of Fort Worth, Purchasing Division, in the lower level of the Municipal Building, 1000 Throckmorton St, Fort Worth, Texas 76102 until 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, 1000 Throckmorton Street, Fort Worth , Texas 76102 . These documents contain additional information for prospective bidders. A pre-bid conference will be held at 9:00 A.M. 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 the following: Paving Improvements: 73,020 L.F. 8,930 TONS 139,790 S.Y. • 17,310 GAL. 10,010 S.Y. 15,530 L.F. 13,260 S.F. Wedge Milling, 1-Inch to 0-Inch Deep, 5 Ft. Wide I-Inch Surface Course Type "D" Mix I-Inch HMAC Hot In-Place Recycling Rejuvenated Oil 1-Inch Surface Milling Remove and Replace Existing Curb & Gutters Remove and Replace 6'' Concrete Driveways Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications. Note: All contractors submitting bids are required to be pre-qualified by the City's Transportation and Public Works Department prior to submitting bids. The Transportation and Public Works Director should have the necessary documents at least 14 calendar days prior to the date of bid opening. 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, 201 O WILLIAM A. VERKEST, P .E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT J_:_L__ 9 -~ By:~~ Kristian Sugrim Project Manager SPECIAL INSTRUCTIONS TO BIDDERS 1) 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 ofbids. 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 f r F [" [. l < . [ l C [ ' [ C 1. . 2 . 3. SPECIAL INSTRUCTIONS TO BIDDERS · BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid , and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (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 df 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. 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 qiethods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. ADDENDA: Bidders. are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Transportation and Public Works Department at (817) 392- 8902. Bids that do not acknowledge 'all applicable addenda will be rejected as non- respons1ve. SPECIAL INSTRUCTIONS TO BIDDERS • I • [' ' r~ \ F C C [ 4. 5. AW ARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the per;formance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7 .19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to SPECIAL INSTRUCTIONS TO BIDDERS - 2 - 6. 7. 8 the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction 0f the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: Compliance with and Enforcement of P~·evailing Wage Laws A. Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. B. Penalty for Violation . A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and SPECIAL INSTRUCTIONS TO BIDDERS -3 - F -f wages due under the prevailing ,wage rates , such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E . Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City . The provisions of the Audit section of these contract documents shall pertain to this inspection. F. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . ( G. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. H. Subcontractor Compliance . The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs ( a) through (g) above. I. (Wage rates are attached following the end this section .) 9 . FINANCIAL STATEMENT: A current certified financial statement may be required by the Director of Transportation and Public Works Department for use by the CITY OF FORT WORTH in determining the sucqessful bidder. This statement, if required , is to be SPECIAL INSTRUCTIONS TO BIDDERS - 4 - F f 10. F F F' F r- c· f ' l prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 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 insuranc~ policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy . B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. E. F . G. H. 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. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. 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. 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 - F [ 11. 12. I. J. K. L. M. recovery in favor of the City. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. 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. Contractor's liability shall not be limited to the specified amounts of insurance required herein. Upon the request of City, Contractor shall provide complete copies of all insurance pollcies required by these contract documents. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located . "Non-resident bidder" means a bidder Whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The · appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 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 INS1'RUCTIONS TO BIDDERS -6 - f f f [ The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Transportation and Public Works Department ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor complies with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. ; • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "O" or "no participation" in the spaces provided, and provide a brief explanation. • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c . Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. SPECIAL INSTRUCTIONS TO BIDDERS - 7 - f [- f f f' I p F \. f 13. 14. • If the Contractor foresees a probl~m with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for; the change or deletion . 2. If the change affects the committed M/WBE participation goal , state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional information regarding compliance td 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 permifan audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract 'and/or initiating action under appropriate federal , state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. · AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal , the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. ' PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment (less 5% retainage) from the city for each pay period. SPECIAL INSTRUCTIONS TO BIDDERS - 8 - F ( ( F C b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 15. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the . following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through October 31, with 6 :00 a.m. -10:00 a.m. being critical because emissions from this tiµie period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation. 16. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the AIR POLLUTION WATCH by 3:00 p.m. on the afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, the Contractor shall bear the responsibility of being aware that such days have been designated AIR POLLUTION WATCH DAYS and as such shall not begin work until 10:00 a .m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than I-hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment 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: SPECIAL INSTRUCTIONS TO BIDDERS -9 - "~ F f f F p ' r~ -- L ,-·"-t t 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 tli.e 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 - r ( (. l F f ' . ' \ L r ~ l E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually ;require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: ' (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the;duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and SPECIAL INSTRUCTIONS TO BIDDERS -11 - ~ ,{ F ~-· \ r- l F F~ / ~ f: r F c· r-\ \. f' r. I \, f I '· r.·1 t 17. (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKER~' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 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 - f f - F ( ( F F f 18. against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -13 - 1 C 1 f f HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2001 Air Tool Ooerator Asohalt Distributor Ooenlor AS1>halt Pavin1 Machine Ooerator AsDhall Raker Asnha.lt Shovel• Ba&china Plant Wei.JI• Broom or Sweei::ier ()peraror Bulldozer Ooenlor Cu,,enter Concrete Finisher, Pavina Concrete Finisher, Structures Concrete Pavlna Curbina MKhine Oixrator Concrete Pavin11 Flnishina. Machine Onerator Conc:me Pavina Joint SeaJw Ooerator Concrete navin11 Saw Onerator Concrete Pavina. Sonld• ODerator Concrete Rubber Crane. Clamshell. Backhoe Denick. DnLline. Shovel OnerllOr Electrician Flunr Form Builder/Setter. Structure, Form Setter Pavlna. & Curb Foundadon Drill C Crawler Mounted Founda&lon Drill Oneratot Truck Mounted Front End Loader Onentnr Laborw Common Labom. Utilitv Mechanic Millin• Machine Os,enror. Fine Grade Mixer ODmitor Motor Orader Ooerator. Fine Orade Motor Orader Onerator. Roullh 011• Palnr. Structlnl Pavement Martina MKhlne Ooerator Pioelayer Reinforclna Steel Setter Pav;na Reinforclna Steel Sen«. Struehlrt Roller Ooeralor. Pneumatic. Self-Pnn>elled Roller Oaerator. Steel Wheel. Fla& Wheevramoin• Roller"' Srcel Wheel. Plane Mix Pavemenl Scl'IIIII' 0.-ator Servic• SIID Form Machine Oocncor Snrader Box Oaentor Trac:tor ODcr-Crawl• TvDe Trac:tor Pneumacic Travelina Mixer Ooenror Tnick Driver. Lowboy-fJoa& TNck Drivtr, Sino Axle. Heayy · TNck Driver. Sinai• A,de Liaht Truck Driver Tandem ~•It. Semi-T~iler Truck Driver Tr1n1it-Mi1 Waaon Drill, B0rin1 Machine, Pott Hole Dnller o-a,or Welder Wort Zone £31rricade Servicer $10 .06 Sll .99 $12.71 SI 1.01 S 1.10 $14.U S 9.11 SIJ.22 $12 .IO s12.a, $13 .27 $12.00 SJJ .63 $12 . .50 SIJ . .56 $14..50 SI0.61 $14.12 Sll.12 S 1.43 Sll.63 SI 1.13 Sl3.67 $16.30 SJ2.62 S 9.11 SJ0.6S SJ6.97 SIJ.13 Sll..51 SIS .20 SJ4 . .50 $14 .91 Sl3.17 SI0.04 SI J .04 $14.86 $16 .29 SI 1.07 SI0 .92 SJl.21 SI 1.42 $12.Jl $12.33 SI0.92 $12 .60 $12 .91 Sil.OJ $14 .93 Sll .47 SI0 .91 SI 1.7' SI 2 01 Sl4 00 Sil '7 SIO 09 TRANSPORTATION AND PulUC WORKS BUSINESS SUPPORT DMSION W/MBE REQUIRED DOCUMENTATION RECEIPT Official Date and Time ') 1 -'( 7 - 1 1 PO 2 : 5 1 I N Bid Date: ___ 9..,,........{bU{_..........,.. __ ~__,.,.-~-?+-t ----~---rJ ___ I __ J ____ _ Project Name: II. f!l.: {L (!_ /!q r-!_p -/J!Ace_ (261/-:>) " Project Manager: ~ ~(//1,(., ~ UP---- Forms Submitted By Name: __ js,-=--rr?_---i....,(};..__'i...::...d:uz~_;;..;./L..;;....C{_-=----- Company: .__._..;{1~/;;,i_.,:::.~~"'--Ji__;;;;_g;;p;~~-·~,,'---k~=--_ Name: __ Pa~~;..;....:..;___;;;;;..F-=:-r_~..;;a,s_R~ec----e;..;.iv....;:e=d-=B;....~-;...;;...;;.cO ____ _ - - FORT WORTH ·~ City of Fort Worth Subcontractors/Suppliers Utilization Form ATIACHMENT 1A Page 1 of 4 PRIME COMPANY NAME: Check applicable block to describe prime Cutler Repaving, Inc. M/W/DBE NON-MIW/DBE PROJECT NAME : /} f). /IA. At . H o-r -1.N · t?.11a I( eCI/ cu Alt, (zo II -2 ) t) ~C,# l} I) tf) ~ City 's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER I % {)/~SI Identify all subcontractors/suppliers you will use on this project Failure to complete this form , in its entirety with requested documentation , and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date , will result in the bid being considered non-responsive to bid specifications . The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule , conditioned upon execution 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 geograph ic area of Tarrant, Parker, Johnson , Collin , Dallas , Denton , Ell is, 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 Bus iness Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational. truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm , including M/WBE owner-operators , and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs , including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev . 5/30/03 --/ ,J' ,: , .. _. ·- .r ·- \.o 1 .... oooil 1-- L.? ·-IJ -~- ,_ L.r I_., ~ Lt: V - Lr'' -1 .... -i..., 1- -,,ii - L,..I ,,,_.,.,. ,_ " ' ATIACHMENT 1A Page 2 of 4 Primes are requi red to identify fil subcontractors/suppliers , regard less of stat us ; i.e ., M inority , Women and non-M/WBEs . Please list M/WBE firms first, use additional sheets if necessary . Certificat ion N (check one) 0 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w r B B T D w Telephone/Fax R 0 B E E C T E A [ i 1-- IL-; I ' .?~J)\j HAtll I rJtr ,v /~AL'LI.V~ 7.3, dJ.:1(] I tJl) Z'fZc/-ti w Zl/n-t jf or:-/}s?t+~L-r folf1 /)JOl,T7,i I t'i 7 610h t511-'$at)-363{:, ~ 11,ft;U-tf~'-11 l-l !f]);Zo,i!C,.f l t)r--re.y/6 l®4 u) doot.eir .?D .5o1:> 3;672,So fJRllf)q""ft))} IT')( ]/:,0 J1 I ,/ rg,1-7S4-Yl'll tn-557-3240 001,f)()~ Y -riuttt tJ 4 I-IA-tJt1"1 t I~ V 5S ,z WfUsl'E£1v4 *'Lt,S J. flt,~ul> (, J (JI)() . tJ() 'i)au~ tX 7S'23/:; /LlflrG/lt 1k ?)72.-7<iD-C/IYj¢, 'fTZ· 7go -q3tJ'?; Zfl /.lf?RA to~OJ.1 -f, V, -fpx /~39b I v-C&JJCttrE. 3lo, 1/5.ao Jli,;111 Ol+i!J, -r;, ' 1t,lltf '1 r1 "15'1 · tHJ {, ~ ~11-15'1 · {)t;t,'f /)m£.i14/J~ ,, ~no~ 7e.c?,,..,,..r6 ./ fpr;o, fJiuJJu f/)M //t;53C/.JO fll2/Ai:it 1lJ,J,,X ) '317-l/t,1-' 17 l7 f!J t}/21'J.J /1.; n.JA t.:r ~ kt;1J.t,i'J:,C t:f 'I r?e.:n.,v eAI A'TlA/4 3 ~V&ecJA..f ./ C/,Jl £ P1) . tJ1) ftJJJ3t1Jµ I 11 77;-Qb 'iJt.t,@~ /J4fk 1,, .. 35t:>-b1(7{) ' 'lf 5 .. J5l) 6$0 I Re v . 5/3 0/03 -I ATTACHMENT 1A fORTWORTH Page 3 of 4 ~ Primes are required to identify ALL subcont racto rs/suppl iers , regardless of status ; i.e ., Minority , Women and non -M/WBEs . Please list M/WBE fi rms first , use add it ional sheets if necessary . Certification N (check one ) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D VI .r Telephone/Fax r B B R 0 B E E C T E -A _..,. 9 \J&rRDl) 1t-Jt. 1..1 " ~C/~6 ll~Y 11if I ti ll..L J tXt /II, IUJ.30 ~fl-,J&>#lt, -rx 7 bZ(-2--'7H7- 1.r VtJL6AJJ {V1lr'f~tM.1j ~ I, 6100 LJe~TE~J.? DZ ./ /1rMt'Ji xo, 5/J() · ()7) .r %,~t:a~ ,'TX fi/~1 , ·41 iC7w 377~5~/fO cg,1 .. 577-tJ7c/-fo ...... .r -, 1-" ... 1-· .1-· 1 .... - ' -,. IJ - 1..i ' 1....- . -. 1 ... - Rev . 5/3 0/03 :- -F' _,, ,- J"' FORT WORTH ~- Total Dollar Amount of M/WBE Subcontractors/Suppli~ffs Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $ ATIACHMENT 1A Page 4 of 4 &:Z3)0t:J7, SO J 5i t, qq. t.f{) TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ /1 811, 7fJ'7. 9o The Contractor will not make additions , deletions , or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination . By affixing a signature to this form, the 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 substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning false statements. Any failu 're 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. Charles R. V....._ Printed Signature President Title Contact Name/Title (if different) Cutler Repaving, Inc. 785 -843-1524 Company Name Te l ephone and/or Fax 921 E271hSt ] Vf:5'i.~RrJA @Cu1L£/<l(fE?Av1J..l1 . C!JM. Address E-mail Address Lawrence, KS 66046-4917 City/State/Zip Date Rev . 5/30/03 TO: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH, TEXAS 76102 PROPOSAL FOR: H.M.A.C. HOT-IN-PLACE RECYCLING (2011-2) ATV ARIOUS LOCATIONS CITY PROJECT NO: 01651 TPW PROJECT NO: C293-541200-208620165183 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 said work within the time stated and for the following sums, to-wit: SPEC PAY ITEM ITEM S.P. 275 S.P. 1 2 APPROX. QUANTITY 2EA. DESCRJPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS Project Designation Sign @ ..:a.T_;.aw...;;.o __ H=u=n=d.:;..;re=d'--____ Dollars & No Cents Per Each 139,790 S.Y. I-Inch HMAC Hot In-Place Recycling@ IIOLbs/SY UNIT PRICE $ 200.00 :zit° Dollars & ~~=CentsPerS.Y. $ c;;?,d5 P-1 TOTAL AMOUNT BID $ 400.00 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITIEN IN WORDS PRICE AMOUNTBID S.P. 3 17,310 Gals. Rejuvenated Oil at 0.1 % @ ~ Dollars & 71JJ4?J Cents Per Gallon .$ .3.~t) 5~.392 ,oO $ 300 4 8,930 Tons urface Course Type D Mix @ 310 Dollars & 340 Cents Per Ton s t,iq, 1 rs. €0 S.P. $ Jo.q-5- 104 5 15,530 L.F. Remove and Replace Concrete Curb & 502 Gutter@ S.P. JMe«,~; ftutJ Dollars & $ 8.57, /&/() .t?() $ ~!.t7tJ ~ Cents Per L.F. 502 6 600 L.F. New Concrete Curb & Gutter @ S.P . ~ Dollars& 1w Cents Per L .F . $ /1.PfJ $ (Ptun.()V 104 7 13,260 S.F. Remove and Replace 6-Inch 504 Conc~way @ S.P. Dollars & pp Cents Per S.F. $ 1.t7tJ $ 9i, iu .or; 104 8 260 S.Y. Remove and Replace Existing Concrete 504 utter@ . S.P. Dollars & $ ~.o-P Cents Per S.Y. $ If, 5'7o .tr0 104 9 IOOS.Y. New Concrete Valley Gutter@ 504 ~ Dollars& S.P. 5 zi,5.oo 'lWJ = Cents Per S.Y. s 5:i.:z::: $ I Remove and Replace Existing 4" Concrete 104 10 5,020S.F. Sidewa~ 504 Dollars & ~ (I() S.P. 'Ju, Cents Per S.F. $ $ ~ /~.(/() P-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITIEN IN WORDS PRICE AMOUNT BID 300 11 750Tons. H &Level l: 340 S.P. ~ Dollars& Cents Per Ton t:, JI 5'IJ() • {)1) $ gz ,pt) $ 300 12 1,060 C.Y. HMAC Pavement & Bl!se Repair @ 340 f6u lm..-MHfj4J!lt Dollars & S.P. v[,,(J Cents Per C.Y. $ 15//,oO $ / j//,/5'4-tJ. d() S.P. 13 73,020 L.F. Wedge Millingl-Inch to 0-Inch Depth, 5 ' Wide ~ Dollars & 6u.~ Cents Per L.F. $ /.14--$ 15, 21/, z. 'icJ S.P. 14 52EA. But ~t-z ll ed @ ~ j u.>n 1.,,/J., Doll a r s & ·~ Cents Per Ea ch $ p)!).Ul) $ JO, t/t7t). ct) S.P. 15 10 ,010 S .Y. 1-In ch S urface Milling @ ~ Dollars& ,,, -.k-Cfu Cents Per S.Y. $ /.7~ $ 11, ~{ 7. 5() S.P. 16 LUMPSUM UtiJ ,A~snn:;:p , ,~O(l ~ Dollars& ~ Cents Per Each $6,000.00 $6,000.00 406 17 84EA. Water Valve Box Adjustment 450 (With Steel Riser)@ S.P. One Hundred and Twenty Five Dollars & No Cents Per Each $125.00 $10,500.00 406 18 1 EA. Water Valve Box Adjustment 450 (With Concrete Collars)@ S.P. Three Hundred and Fifty Dollars & No Cents Per Each $350.00 $350.00 P-3 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITIEN IN WORDS PRICE AMOUNT BID 406 19 66EA. Manhole Adjustment 450 (With Steel Riser) @ S.P. Two Hundred and Fifty Dollars & $ 250.00 $16,500.00 No Cents Per Each 406 20 l EA. Manhole Adjustment 450 (With Concrete Collar) @ S.P. Four Hundred and Fifty Dollars & No Cents Per Each $ 450.00 $450.00 406 21 100 C.Y. Crushed Limestone @ 450 ~ S.P. Dollars & </: O(Jf). ti() }- ·?i~ Cents Per C.Y. $ tjp.{)() $ J 300 22 1 EA. Removal and Replacement of30-Ft 310 HM~S~w/,tdpp;ng@ 340 Pl«L. ~ Dollars & $ I, '-1<:e ,a; I, LµJf) . (}"() S.P. ~ Cents Per Each $ 300 23 l EA . Removal and Replacement of 40 -Ft 310 ~~on w/stripping@ 340 ~~~ Dollars& S.P. $ ~bUJ .I)() $ J /;:$()./JO 74(}ents Per Each 104 24 100 S.F. Remove and Replace wheelchair Ramp 504 and Install Standard 4-Inch ADA S.P. Wheelchair Ramp (with detectable warning Dome-Tile Surface) @ lifE-Dollars & r. f11) 1o~ .tnJ 1kJ Cents Per S.F. $ $ 104 25 lOOS.F. New 4-Inch ADA Wheelchair Ramp 504 (with detectable warning Dome-Tile S.P. Surface)@ ~ Dollars & '/.PO ~ Cents Per S.F. $ $ 'Jp!JJJO P-4 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 450 26 SEA Remove and Replace 5-Ft. Storm S.P. Drainage Inlet Top ~ Dollars & Cents Per Each $ o1, 5~. (7() /~5~.U() $ 450 27 4EA Remove and Replace IO-Ft . Storm S.P . Dr~I~ -4,v ~ Dollars & Cents Per Each $ J, l(Jf). I.JO I z, $atJ ,ao $ S.P. 28 170 EA. Painting House Addresses @ !.!ff Dollars & ·~ C ents Per Each $ oltJ,p() $ .5, /HJ . II() S.P. 29 1,310 S.Y. G rass Sod R e pl ace ment @ /"tHXr Dolla r s & \hi~ Cents Per S.Y. $ ./.?o $ ti J-51. (It) S.P. 30 I EA. Re-Mobilization @ Five Hundred Dollars & No Cents Per Each $ 500.00 $ 500.00 TOTAL BID P-5 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes: All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these contract documents within .Q.!!£ hundred and eighty (180) Calendar Days from and after the date for commencing work as set fonh 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 att~sJ,ed ~~?si t J.,/ . _ /J ~ ~ ch eck in the sum of .... ~ ~ l (,,(/J,Gda,,iJI (U,clJ tj7 Dollars($ t7, /~/.t, ) is to become of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the ev ent the contract and bond are not executed within the tim e set forth , as liquid a ted 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. 1 (Initials) ---Addendum N(b--2 (Initials)_ Addendum Noc--3 (Initials)_ (Seal) Dalee ~~ o/t!// P-6 Respectfully submitted, Cutler Repaving, Ina. Compzzame 12 ~ By: /.u fu c('.i Signature Charles R. Veakema Printed Name of Principal Address : 921 E271hSI Lawrence, KS66046-4917 E-mail Address : -:------------- Te I e phone: 785-843-1524 VENDOR COMPLIANCE TO STATE 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 biddbrs (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-, resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Non-resident vendors in t{A A!bAj (give State), our principal place of business , are not required to underbid resident bidders. B . Our principal place of business or corporate offices are in th e State of Texas. D . Bidd er: Cutler Repaving, tno. Charles R. Veskema Company By: (Please print)· 921 E271hSt Address Lawrence, KS 66046-4917 President City State Zip Title (Pl ease print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION PREPARED BY: Brandy Crane on January 27, 20 11 Cutler Repaving , Inc . HMAC Hot-In-Place (20 11-2) 921 E 27th Street CITY PROJECT NO . 01651 Lawrence , KS 66046 TPW PROJECT NO. C293-541 200-2086201651 83 785-843-1524 Bid Bond Yes Add endums Acknowle d ged NA LINE QTY UNlT DESCRIPTION OF ITEMS UNlT PRJCE TOTALPRJCE I 2 EA . Project Designation Sign $ 200 .00 $ 400 .00 2 139 ,790 S.Y. I-Inch HMAC Hot ln-Place Recyc lin g l lOLbs/SY $ 2.35 $ 328 ,506 .50 3 17 ,310 Gals . Reju ve nated O il at 0 .1 % $ 3.20 $ 55 ,392 .00 48,930 Tons I-Inch Surface Course Type D Mix $ 7045 $ 629,118 .50 5 I 5,530 L.F . Remove and Replace Concrete Curb & Gutter $ 23 .00 $ 357 ,190 .00 6 600 L.F . New Concrete Curb & Gutter $ 17 .00 $ 10,200 .00 7 13 ,260 S.F. Remove and Replace 6-lnch Concrete Driveway $ 7 .00 $ 92 ,820 .00 8 260 S.Y. Remove and Replace Existin g Concrete Valle y Gutter $ 56 .00 $ 14,560 .00 9 100 S.Y. New Concrete Valley Gutter $ 52 .25 $ 5,225 .00 105,020 SF. Remove and Replace Ex isting 4" Concrete Sid ewalk $ 6 .00 $ 30,120 .00 11 750 Tons. HMAC Leve l Up $ 82 .00 $ 6 1,500 .00 121 ,060 C .Y . HMAC Pavement & Base Repair $ 15 9 .00 $ 168,540 .00 13 73 ,020 L.F. Wedge Millingl-lnch to 0-lnch Depth , 5 ' Wide $ 1.14 $ 83 ,242 .80 14 52 EA. Butt Joint-Milled $ 200.00 $ 10,400 .00 15 10 ,0 10 S.Y. I-In ch Surface Millin g $ 1.75 $ 17,517.50 16 1 LUMPSUM Utility Adjustment $ 6,000 .00 $ 6,000 .00 17 84 EA . Water Valve Box Adjustment (With Steel Riser) $ 125.00 $ 10 ,500 .00 18 I EA. Water Valve Box Adju stment (W ith Concrete Co ll ars) $ 350.00 $ 350 .00 19 66 EA. Man hole Adjustme nt (With Steel Riser) $ 250.00 $ 16,500 .00 20 I EA. Manho le Adj ustm ent (With Concrete Collar) $ 450.00 $ 450 .00 21 100 C.Y . Crushed Limestone $ 40.00 $ 4,000 .00 22 I EA . Remova l and Replacement of30-Ft HMAC Speed Cushion w/stripping $ 1,400.00 $ 1,400 .00 23 I EA. Removal and Replacem ent of 40-Ft HMAC Speed Cushion w/stripping $ 1,650.00 $ 1,650 .00 24 100 S.F. Remove and Replace wheelchair Ramp and in stall Standard 4-lnch ADA Wheelchair Ramp (with detectable warninR Dome-Tile Surface) $ 8.00 $ 800 .00 25 100 S.F. New 4-inch ADA Wheelchair Ramp (with detectable warning Dome-Tile Surface) $ 7 .00 $ 700.00 26 5 EA Remo ve and Replace 5-Ft. Storm Drainage inlet Top $ 2,500.00 $ 12,500.00 27 4 EA Remove and Replace I 0-Ft. Storm Draina ge inlet Top $ 3,200.00 $ 12 ,800 .00 28 170 EA. Paintin g House Addresses $ 20 .00 $ 3,400 .00 291 ,310 S.Y. Grass Sod Replacement $ 4 .70 $ 6,157 .00 30 1 EA. Re-Mobilization $ 500.00 $ 500 .00 TOT AL ESTIMATED COST: Is 1,942,439.30 I CONTRACTOR Austin Bridqe & Road LP JLB Construction, LLC MACVAL Associates , LLC Peachtree Construction , Ltd. APAC -Texas, Inc. Quality Excavation , Ltd. (' ,1..f 1-t-r lt.~iM / PROJECT: Hot in Place 2011-2 CITY PROJECT NUMBER: 01651 DATE: 1-27-11 PROJECT MANAGER: Kristian Sugrim # AMOUNT BID BOND Yes No Yes No Yes No Yes No Yes No Yes No 1, q Y2 , <r 3 ~. 3 a Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No ADDENDUMS Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No l [ [_ l l SPECIAL PROVISIONS FOR: H.M.A.C. HOT IN-PLACE RECYCLING (2011-2) CITY PROEJCT NO: 01651 TPW PROJECT NO: C293-541200-208620165183 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 (i l l t [_ their size. The contractor shall verify these locations with the Construction Engineer prior to construction. The construction of these turnouts includes; but, is not limited to, milling, cleaning, tack coating, overlaying and facility adjusting. Total quantities given in the bid proposal may not reflect actual quantities, but represent the best estimate based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. 2. AW ARD OF CONTRACT: 3. 4. Contract will be awarded to the lowest responsible bidder. SUBMITTALS FOR CONTRACT AWARD: The City reserves the right to require the contractor, who is the apparent low bidder(s) for a project, to submit such information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project and construction schedule; to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 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. Toe 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 complete the work within ten (10) working days, the SP-2 5. r t L 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. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: A. A letter will be mailed to the contractor by certified mail, return receipt requested, demanding that, within 10 days from the date that the letter is received, 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 before the Contractor begins any construction work authorized by the City. 7. CONSTRUCTION SPECIFICATIONS: 8. 9. This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION- CITY OF FORT WORm 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. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from the date of final acceptance of this project, by the City of Fort Worth, and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No. 14 for further requirements. SP-4 f f [ l ( 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. The Contractor shall limit his work within one continuous lane of traffic, at a time, to minimize interruption to the flow of traffic upon the approval of the City Engineer. Work shall not be performed on certain locations/streets (primarily arterials) during "peak traffic periods (7 a.m. to 9 a.m. and to 4 p.m. to 5 p.m.)"; or, as determined by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." See "Street by Street Quantity Determination Spread Sheet", in the back of this document, for designated locations. The contractor will be responsible for coordination of proposed construction activities with public or private school administration. The proposed construction activities shall SP-5 [ [ r [ [ 11. 12 . 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. 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 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 b_ b payment, and upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 13. DELAYS: 14. 15. 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 6e 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. 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 ". 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 r l . l 16. 17. 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. 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. 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. Proiect 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 /, r. f I_ [ r l l. 19. 20. SAFETY RESTRICTIONS -WORK NEAR IDGH VOLT AGE 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: (2) (3) (4) (5) "WARNING -UNLAWFUL TO OPERA TE TIDS EQUIPMENT WITHIN SIX FEET OF IDGH VOLTAGE LINES." 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 connections. 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. 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. No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). 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 f 21. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. 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. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of the City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants, 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. L 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 f f c L L 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 I { r l [ 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 SBC-Telephone TXU Electric Delivery: Downtown Other than Downtown Atmos Energy (Gas) CFW -Street Light Telephone Number (817) 338-6202 (214) 384-3732 Cell (817) 215-6424 (817) 215-6688 (817) 215-4366 (469) 261-2314 Cell (817) 392-7738 SP-13 Contact Person Mr. Gary Tillory Mr. Scott King Mr. Robert Martinex Mr. John Crane Mr. James Turner ~ 1 ~ f r CFW -Light Signal (817) 392-2538 (817) 392-2535 CFW -Traffic Control/Permits (817) 392-7219 CFW -Pavement Marking (817) 392-8107 CFW -Storm Drain (817) 392-5196 CFW-Water (817)212-2699 (817)925-2360 CFW-Sewer (817)212-2699 (817)944-8399 Cell Cell Mr. Frank Brock Mr. Monte Wilson Mr. Nathan Wilson Mr. Chuck Snyder Mr. Juan Cadena Mr. Roger Hauser Mr. Rick Davis Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days 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 pruning standards for Class IT 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 G Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM NO: 5 -PROJECT CLEAN-UP: During the construction of this project, all parkways that are excavated shall be shaped, including bar ditches, and backfilled at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. 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 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 construction 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 [ [ - l 1 \ { 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 T:xDOT 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 Storae:e stability, 1 day,% T59 -1 Distillation test: T59 Modified Residue bv distillation,% bv wt. 65 - Oil distillate, % by volume of emulsion -7 Test on residue from distillation: Penetration, 77°F, lOOe:, 5 sec. T49 300 - Solubility in trichloroethylene, % T44 97 - Ductility, 77°F, 5 cm./min., cm. T51 50 SP-17 I l t ( 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 prevent 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 as 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 MEIBODS: SP-18 l. r l L 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 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° Fas 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 Obs. per S.Y.) may be adjusted to maintain the design depth of combined recycled and new asphaltic concrete pavement. PART 2 -PRODUCTS: SP-19 l I. GENERAL REQUIREMENTS: II. 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. 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 other 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 l l - ( • • 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 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 be certified and signed by a Level II Specialist and submitted on TxDOT's software forms. The Engineer may verify the mixture design at optimum asphalt content. • Under Item 340.4, Construction, B. Job-Mix Formula Approval: The Contractor will perform the Boil Test (Tex-530-C). • Under Item 340.4, Construction, J. Ride Quality: The Ride Quality Surface Type A test (10-foot straight edge) shall be measured. 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. 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 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 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 .-. l L I . f. { t . t -- [ l. 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 -New Curb & Gutter: This item shall include the construction of new standard concrete curb and gutter with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see City Standard Specifications item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S5B. Pay limits for laydown curb and gutter are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut the curb and gutter and/or pavement prior to removal. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in 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 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 be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. SP-23 f 1 ,, I l l L 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: 7 -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. 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 SP-24 L L 1 ~- L - 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: 8 -Remove and Replace Existing Concrete Valley Gutter: This item shall include the removal and replacement of existing valley gutters, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutter removal. Sawcutting and removal of asphalt pavement, concrete base, curb and gutter and necessary excavation to install the concrete valley gutters shall be included in this pay item. For specifications governing this item, see City Standard Specifications, Item No. 106, "Unclassified Street Excavation", Drawing No. S-S6 and detail enclosed, TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 247 "Flexible Base (referenced), 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No. 360 "Concrete Pavement" (enclosed), shall apply. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. Contractor may substitute five (5) inch non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. All applicable provisions of Item No. 360 "Concrete Pavement" (enclosed) shall apply. Surface texturing shall be made with a medium broom in lieu of carpet drag or metal tining. SP-25 -- - - - The concrete shall be designed to achieve a minimum compressive strength of 3,500 pounds per square inch in twenty eight (28) calendar days. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within seven (7) working days. If the contractor fails to complete the work on each half within seven (7) working days, $100 dollars liquidated damage will be assessed per each half of valley gutter per day. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the valley gutter. The pay limit will be 9-inch out from the valley gutter. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included. The unit price bid, per square yard, for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 9-New Concrete Valley Gutter: This item shall include the construction of new concrete valley gutters, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutter removal. Sawcutting and removal of asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters shall be included in this pay item. For specifications governing this item, see City Standard Specifications, Item No. 106, "Unclassified Street Excavation", Drawing No. S-S6 and detail enclosed, TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 247 "Flexible Base (referenced), 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime SP-26 t_ i L. f: l 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 necessary to complete the work. PAY ITEM NO: 12 -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. 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. SP-29 \ - r ,I' '( '1, PAY-ITEMS NO: 13-1-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: 12 -Base repair, and replaced under PAY-ITEM NO: 11 -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 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 SP-30 I I - --1 I ~ When markings are applied on roadways open to traffic, care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, flaggers, and etc. Work shall be performed with as little disruption to traffic as possible, and freshly applied markings shall be protected from traffic damage and disfigurement. 3. Measurement and Payment: The unit price bid, per each, shall be full compensation for removal of existing pavement markings, H.M.A.C. Type "D" surface course, tack coat (SS-1), vibratory hand roller, surface preparation, preformed and raised pavement markings, kraft brown paper -36 inch wide 40-lb paper to keep curb & gutter clean, and all materials, labor, equipment and incidentals necessary to complete the work. The unit price per bid, per each, will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY-ITEM NO: 24 -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 "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 Iaydown SP-39 f I t -t ' -- -r, \ l r, l Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged during construction, shall be replaced with same or better at no cost to the City. The unit price bid, per square feet, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY-ITEM NO: 25 -New 4-Inch ADA Wheelchair Ramp: (with detectable warning Dome- Tile surface): This item shall include the construction of new Standard 4-inch ADA wheelchair ramp that includes a detectable warning Dome-Tile surface at various locations as to be determined in field by the Construction Engineer, due to a situation where curb and gutter is replaced to adjust grades to eliminate 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 "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 construction of new wheelchair ramps shall be included in PAY ITEM NO: 5 -Remove and Replace Concrete Curb & Gutter, as determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the Accessibility Ramp Pay Limits detail (STR-032). The pay limit will extend from 9 inches outside the lip of gutter to the back of the curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15-inches back from the face of curb and encompass the remainder of the ramp and sidewalk. Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable warning surface shall be a minimum of 24-inches in depth in the direction of SP-41 L. r \ -I r · ~ { l --r l ,.,. (. ( { 1 ( i l ( . I L I ., ' pedestrian travel, and extend to a minimum of 48-inches 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-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 and installation, shall be included in this pay item. Contractor shall provide a brick red colored Dome-Tile sample for approval by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the wheelchair ramp. The pay limit will be 9-inches out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. The Contractor shall backfill behind the wheelchair ramps within five (5) working days 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; top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling and grading behind curb shall be included in this pay item. Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged during construction, shall be replaced with same or better at no cost to the City. Required backfilling at finishing grade behind the ramp shall be completed in order for the wheelchair ramp to be accepted and measured as completed. The unit price bid, per square feet, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 26 -Remove and Replace 5-Ft Storm Drainage Inlet Top: PAY ITEM NO: 27-Remove and Replace 10-Ft Storm Drainage Inlet Top: SP-42 t {. { r l (" l f \_ { Pay items NOs: 26 and 27 shall include the removal and replacement of a 7-inch thick drainage inlet top of 5-foot and 10-foot drainage inlet openings, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. For specifications governing these items, see City Standard Specifications Item No. 450 "Adjusting Manholes and Inlets", as shown in the Drawing S-S02 and as directed by the construction engineer. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in twenty eight (28) calendar days. The unit price per bid, per each, will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY ITEM NO: 28 -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: 29-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 SP-43 f r '[ f G r l 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. • Sod material must be kept moist from the time it is dug until planted. Sod Installation Specifications: • The area to be sodded shall be determined by the City. • The sodded area shall be smoothed down. • The sodded area shall be thoroughly watered immediately after it is planted. The unit price bid, per square yard, will be full compensation for all labor, material, tools, and incidentals necessary to complete the work. PAY-ITEM NO: 30 -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. END OF SECTION SP-44 \ r \ r ) t \ I. ( ( ( 1 ! \ This item shall compensate the Contractor to mobilize personnel, equipment, supplies, and material to start the work on the requeste~ streets. Contractor will be paid one mobilization per request. Each request will consist of one or several streets. Moving of the equipment, labor, and material from one street to other within a request will not be considered as a separate mobilization. Mobilization shall take place within the 72 hours of the notice given by the Engineer or his designated representatives. The unit price per bid, per each, will be full compensation for all labor, equipment, material, tools and all incidentals necessary to complete the work. END OF SECTION SP-45 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. 01651. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR CUTLER REPAVING, INC. By: aJL~~ Name: Charles R. Veskema ---------- Title : ___ P_res_i_den_t _____ _ Date : vJutttd Jft. 2o// -----............. ;~---- Before me , the undersigned authority, on this day personally appeared Chtl.j~lfs f!. Vc.sl<.~,,0--, 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 Jlo11' day of mo.Reh , 20_/_I _ • OTARY PUBLIC -State of Kansas JENNIFER J. NELSON My Appt. Exp. ~/:J'> /.:iot ;i.. for the State of ~ ka.r, sa.. s ~~ Bond No . 37BCSFT7902 PERFORMANCE BOND THE STATE 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 Hartford Fire Insurance Company a corporation organized under the laws of the State of (3 ) CT , and who is authorized to issue surety bonds in the State of Texas, Surety herein , are held and firmly bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein , in the sum of: ONE MILLION NINE HUNDRED FORTY TWO THOUSAND FOUR HUNDRED THIRTY NINE DOLLARS AND THIRTY CENTS ... Dollars ($1,942,439.30) for the payment of which sum we bind ourselves, our heirs , executors, administrators , successors and assigns, jointly and severally, firmly by these presents. WHEREAS , Principal has entered into a certain contract with the Obligee dated the 22 of March, 201 la copy of which is attached hereto and made a part hereof, for the construction of: HMAC SURFACE OVERLAY 2011-2 NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans , specifications , and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal 's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void ; otherwise , to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 22 of March, 2011. 4T: ~ ~ '1... (Principal ) Secretary (SEAL) ~sQci0 ~~ 921 E. 27th St. Lawrence, KS 66046-4917 (SEAL) Witness as to Surety 5225 W . 75th St. ---------(Address) Shawnee Mission , KS 66208 1tle : V. PR..e51D E.1Jr-OPEl!..ATrJ,ti)S, 921 EAST 27TH STREET LA WREN CE, KS 66046 Hartford Fire Insurance Company Address NOTE: Date of Bond must not be prior to date of Contract . KS 66208 (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 . 37BCSFT7902 PAYMENT BOND KNOW ALL BY THESE PRESENTS : That we , (I) CUTLER REPAVING, 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 firmly bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties, Texas , Obligee herein , in the amount of ONE MILLION NINE HUNDRED FORTY TWO THOUSAND FOUR HUNDRED THIRTY NINE DOLLARS AND THIRTY CENTS ... Dollars ($1 ,942,439 .30) for the payment whereof, the said Principal and Surety bind themselves and their heirs , executors, administrators , successors and assigns, jointly and severally, firmly by these presents : WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 22 day of March , 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: HMAC SURF ACE OVERLAY 2011-2 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 remain in full force and effect. PROVIDED , HOWEVER, that this bond is executed pursu ant to Chapter 2253 of the Texas Government Code , as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute , to the same extent as if it were copied at length herein . IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 22 day of, March, 2011. CUTLER REPAVING. INC. C5 :uk- Name : 'JOH N D. ~, LES -- (Principal) Secretary Title : V. Pll~S1DE./Ji -tJ PK/l."+,,o,JS Address : 921 EAST 27TH STREET LAWRENCE. KS 66046 ~~ Secretary ~ e : Judith A Page Title : Attorney in Fact (SE AL) NOTE: ( 1) (2) (3) Address : 5225 W . 75th St 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. MAINTENANCE BOND THE ST A TE OF TEXAS § Bond No . 37 BC SFT7902 COUNTY OF TARRANT § 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 Constitut ion and laws of the State of Texas , ("City ") in Tarrant County , Texas , the sum of ONE MILLION NINE HUNDRED FORTY TWO THOUSAND FOUR HUNDRED THIRTY NINE DOLLARS AND THIRTY CENTS ... Dollars ($1,942.439.30), lawful money of the United States , for payment of which sum well and truly be made unto said City and its successors , said Contractor and Surety do hereby bind themselves , their heirs , executors , administrators , assigns and successors , jointly and severally . This obligation is cond itioned , however, that: WHEREAS , said Contractor has this day entered into a wr itten 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 SURFACE OVERLAY 2011-2 the same being referred to herein and in said contract as the Work and being designated as project number(s) 01651 and said contract , including all of the specificat ions , conditions , addenda , change orders and written instruments referred to therein 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 per iod 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 condit ion 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 w ith in 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 b inds itself, upo n rece iv ing notice of the need therefore to repa ir 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 w ith 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 C ity shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligat ion shall be a cont inuing one and success ive recoveries may be had hereon for success ive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF , th is instrument is executed in?.. counterpart (s), each of which shall be deemed an orig inal , this 22 day of March , A.D.2011. ATTEST: (SEAL) a g ,/U;l . '1. -1r= ~ry ATT~T: Witness -/~ T itle : v. /JR.ES lt)£NT' -(J PE.l<.A'T1ctlS.. Hartford Fire Insurance Company Nam · Judith A. Page, Attorney-in-Fact 5225 W . 75th St. Shawnee Mission , KS 66208 Address . ' Direct lnquiries!Ciaims to: POWER OF ATTORNEY THE HARTFORD BOND, T-4 P.O. BOX 2103 , 690ASYLUM AVENUE HARTFORD , CONNECTICUT 06115 call: 888-266-34"88 :or fax : 860-757-5835 KNOW AL J.. PERSONS BY THESE PRESENTS THAT: A-gency Code : 37-281099 [D Hartford Fire Insurance Company , a corporation duly organized underthe law$ of the State ofCollllC\,.iicut [KJ Hartford Casualty Insurance Company, .acarporatioli duly organized under the laws ofthe State eflndiana D Hartford Accident and Indemnity Company , a corporation cl.uly organized underthe laws of the State ofConnectieut c:::::J Hartford Underwriters Insurance Company , a cox:poration dul y orl1,ailized under the law~ of the State of Conneeti e.ut c:::J Twin City Fire Insurance Company , a cerporat:iort duly organized under the laws of the S1Hte of Indiana D Hartford lnsu,rance Company of Illinois , a coi:p orati.on duly crrganiz.ed =der thelaws of the State of filin ois D Hartford Insurance Company of the MldWest, a cOIPo.ration duly organized mrder the laws of the. State of Indiana c:::J Hartford Insurance Company of the Southeast, a carp0ration dJ4y or~d undqthe .laws. o.fthe State ofF1orida having their home office in Hartfor.d, Connecticut, (h.ereihafter collective ly ref.erred to as the "Companies") do hereby make , constitute and appoint, up to the amount of unlili'lfted: Robert B. Fiss , Scott H. Fiss, Droste D. Milledge, Melissa L. O,y, Patrice M. Larsen, Judith A. Page of Sh@ wnee Mission , KS and Con,ya C. Ha!Tis of Corinth, Texas their tme and lawful Attomey(s)-in-Far.t, each in their seriarate r_apadty if more than one is nAmed above, to sign its ni:i.me ai::. surety{ies) only as d:elineated above by rzl, and to execute , seal and ackno.Wledg e·any and all bonds, undertakings , contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guarantee ing the fide lity of persons , guaranteeing the perfonnance of contracts and executing or guaranteeing bonds a11d undertakings requfred or permitted ih any actions or proceed ings allowed by law . In Witness Whereof, and as. authorized by a Resolution of the Board of Directora. of the Companies on January 22.; 2004 the Companies have caused th ese presents to be signed by its Assistant Vice President and its corpora!e seals to be hereto affixed, duly attested by its Assistant Secretary . Further , 'F)u.rsuant to Resolution of th .e Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and wnl be bound by an:ymechanically applied signatures applied ts this Power sf Attorney . Scott Sadowsky, Assistant Secretary M. Ross Fisher . Assistan t Vice President STATE OF CONN. ECTI. OJ. T} ss. COUNlY OF HARTFORD Hartford On this 3rd da,y of March , 2008., before me personally came M. Ross Fisher , to me kn own , who being by me duly sworn , did depose and. say : that he res ides in the County of Hartford , state of Connecticu~ that he is the Assistant Vice President of the Companies , the corporations described in and which executed the above instru ment; that he knows the seals of the said corporations ; that the sea ls affixed to the said in strument are such . corporate seals ; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority . CERtlFICATE S(:Otl..E. Paseb Notary Public M!y Commission Expife.s Ocfober 31, 2012 1!:i4 w-9;t:: /---·· /r j fl l Gary W. Stumpe r, Ass istaht Vice Presiden t THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This agreement made and entered into this the 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 SURFACE OVERLAY 2011-2 2 . That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein . 3 . The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the II. l69~tt· ttH'lfltll-atmt'10'Vl'ITTJf OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX the Department of Transportation of the City of Fort Worth and the City Council of the City of Fort Worth within a period of One Hundred Eighty 080) days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him , the sum of $420 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 fi xed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, s etting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. 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) s ubmits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7 . The Contractor agrees, on the execution of this Contract, and before beginning work, to make, execute and deliver to said City of Fort Worth good and sufficient surety ~6-'ll'fiff. ftffjl+. performance of the terms and stipulations of the Contract and for the payment t CITY SECRETARY FT. WORTH, TX and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Texas Government Code Section 2253 , as amended, in the form included in the Contract Documents, and such bonds shall be for 100 percent (100%) of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive , for all of the aforesaid work, and for all additions thereto or deductions therefrom , the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a , shall be ONE MILLION NINE HUNDRED FORTY TWO THOUSAND FOUR HUNDRED THIRTY NINE DOLLARS AND THIRTY CENTS ... Dollars, ($1,942,439.30). 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 z 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.D., 2011. OFFICIAL RECORD CITY SECRETARY FT. WORTH , TX APPROVAL RECOMMENDED: ATTEST: CUTLER REPAYING, INC. 921 EAST 27TH STREET LAWRENCE, KS 66046 CONTRACTOR BY: President TITLE 921 E 27111 SI Lawrance. KS 6604M917 ADDRESS ,,...._ November 1960 Revised May 1986 Revised September 19 ~- Revi sed March 2006 CITY OF FORT WORTH FE RNANDO COSTA , ASST CITY MANAG E R Contract Authoriza t i o a 3/~l t, Date APPROVED AS TO FORM AND LEGALITY: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX r ) r !. l l ( l l \ I f f I \ ,, l ft l I , l 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 Limits Street Name Project 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 ' I - t I . \ 1-· !. 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 corttratado 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 d1as especificados abajo, vehrculos 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 Limites 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 l r t r; [· r t' (-~ l . 1,.. 4' -0" FONTS: PROJECT DESIGNATION SIGN ' --------4'-0" ---------i 6~" PMS-167 ==r 3" 3" C Project Title 1 ,.. 3 "C 2ND LINE t IF NECESSARY _/ --i-3 11 1~"====== Contractor: -=t 1" 2~"LContractor's Name 1 2 1 f'=r= Scheduled Completion Date 1~" t Year 1 " 2 5" 1 " FORT WORTH LOGO = CHEL TINGHAM BOLD ALL OTHER LETTERING = ARIAL BOLD l ~ LOGO COLORS: LJ FORT WORTH -PMS 288 I r LONGHORNLOGO-PMS167 LETTERING -PMS 288 (~ ] BACKGROUND -WHITE PROJECT DESIGNATION SIGN CITY OF FORT WORTH-CONSTRUCTION STANDARD r BORDER -BLUE [ ;--------------.L-D_RA_WJN_G_NO_. ___ __JL-D_ATE_: _9-_20_-0_2 __ _____J r I r l ( ' l ATTENTION: CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LlEU OF DIAGONAL CROSSINGS WHERE FEASIBLE. SEE FIGS. 58, 59 &: 60. WHEELCHAIR ·RAMPS STANDARD DETAILS CITY OF FORT WORTH, TEXAS -CONSTRl:CTtON STANDA.RO OCTOBER, 1992, REDRAr.-l OCTOBER 2002 STREET CURB MONOLITHIC SIDEWALK CIRB LINES TO BE 1/4" DEEP 4 JOINT, 4" GAP 1• R N¥t s10£WA1J{ R.O.W . CURB PAY LIMIT MAX . LENGTH OF SURFACE TREATMENT (GROOVE) 5' FROM THE BACK OF CURB . EXPANSION MATERIAL RECESSED 1 / 4. ANO SEALED W/ SILICONE (APPLICABLE TO ALL COLD-JOINTS) NOTES TYPICAL RAMP X-SECTION 1. FOR PARKWAY WITH ELEVATION BELOW STREET ELEVATION, THE SIDEWALK CURB MUST BE 2" HIGHER THAN THE STREET CURB. CITY OF FORT WORTH, TEXAS -CONSTRUCTION STANDARD OCTOBER, 1992, REDRAWN OCTOBER 2002 ·~ .... ,• 2. SIDEWALK CURB SHALL NOT ENCROACH ON THE PROPOSED WIDTH Of TH£ SIDEWALK RAMP . 3. FOR lYPE I RAMP MAXIMUM SIDEWALK CURB HEIGHT o· TO r . CJTY OF FORT WORJH, TEXAS ACCESSA8IU1Y RAMP - TYPICAL CROSS SECTION DATE: 09/2004 STR-031 \- t r-~ \- '· 1- EXISTING CURB AND GUlTER r l [ 1s• OR 24• ( l . SAWCUT FOR CONCRETE PAVEMENT ( ~.,, l -~ ( .. l EXISTING 15' R SCALE 1" = 5' SIDEWALK RAMP W/ COLORED SURFACE NOTES 1) EXPANSION JOINT ANO SIUCONE SEALING SHALL: BE SUBSIDIARY TO UNIT PRICE BIO FOR SIDEWALK. 2)· THE ACTUAL UMIT OF REMOVAL OF EXIST -ING CURB ANO GUTIER ANO SIOEWAU< SHALL BE AS DIRECTED BY TI-iE ENGINEER IN niE FlELD . 3) MONOLITHIC CURB OR F1AREO SLOPES MAY BE INSTALLED ON BOTH SIDES OF THE RAMP DEPENDING ON THE FlELD CONDITION OR AS DIRECTED BY THE ENGINEER. 4) CURB RAMPS WITH RETURNED CURBS MAY BE USED WHERE PEDESTRIANS WOULD NOT NORMALLY WAU< ACROSS THE RAMP. 5) SLOPE OF CURB RAMP AND/OR SIDEWALK SHALL BE A MAXIMUM OF' 1: 12 . FtARED SIDES OF RAMP SHALL HAVE A MAXIMUM SLOPE OF 1: 1 o0 UNLESS PEDESTRIANS COULD WAU< ACR SS THE RAMP THEN THE MAXIMUM SLOPE SHALL BE 1:12. MONOLITHIC SIDEWALK CURB Cl< OF' PROP. CURB FACE OF PROP. 7" CURB STANDARD PAY LIMIT DETAIL CITY OF FORT WORTH, TEXAS ACCESSABILJlY RAMP PAY LIMITS SAWCUT FOR HMAC PAVEMENT DATE: 09/2004 STR-032 I I I \ I I l I r - r [ I ( I l EX ISTING CURB AND GUTIER 1a• OR 24" SAWCUT FOR CONCRETE PAVEMENT JO INT DETAIL EXISTING 15' R SCALE 1" = 5' NOTES SIDEWALK RAMP W/ COLORED SURFACE 1) EXPANSION JOINT AND SIUCONE SEALING SHALL BE SUBSIDIARY TO UNIT PR ICE 810 FOR SIDEWALK. Z) ~Jc Agi~i A~~1\8fJREMAi~ALS1g~~\ff SHALL BE /4S DIRECTED BY THE ENGINEER IN THE FIELD . MONOLITHIC SIDEWALK CURB "SODDING AS REQUIRED EXPANSION JOINT & SILICONE SEALING CK OF' PROP . CURB FACE OF PROP . 7• CURe SAWCUT FOR HMA~l-PAVEMENT ,. CllY OF FORT WORTH, TEXAS ACCESSABILtlY RAMP JOINT DETAIL DATE: 09/2004 STR-033 r - r · f [ l f- l r- 1 )· ... ·.·.·:·:·:···· ..... ·.·.·:·:·········· ....... · .. ·.·.··· ... ·.·.·=·=········ .. ... ·.·.•:•:-:······ .. ,:,•:-:······-··. . {a) PERPENPICUI.AR PUBLIC SIOEWAUC aJRI RAMP CITY OF F'ORT WORlH, TEXAS ACCESSABILITY RAMP TYPICAL CROSS SECTION DA TE: 09 /2004 STR-0.34 i I -r ( r 1 - ATIENTION: CURB RAMPS SHALL SE 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 Veh icular Ways and Facilit ies f 'I,, .... ~ I I) D 0 (a) (b) Perpendicular pubnc sidewalk curb ramp In public sidewalk with parkway Perpencllcular publlc sidewalk c:urb ramp in publla 1idewalk (a) arall• public 1idewalk curt! ramp In pub lic sidewa lk D D D ~ ~ (b) Combination p_ubGc aldewolk curb ramp in JJubUc 11dewolk with port.way · Fig. 60 D D a (c) = = P1,pendlcular pubic 1idewol{,_ curt, ramp at pro1ected inlers~on Pu bl ic Sidewa lk Cirb Ramps al Marked Cross i ngs CrtY OF FORT WOR'Tli, TEXAS ACCESSABILJTY RAMP FIGURE 60 CATE: 09 /2004 STR-035 f [ . I f - RUNNING SLOPE 1:20 MAX lfALK NOTE : RUNNING SLOPE 1:12 MAX CURB RAMP COUNTER SLOPS 1:20 MAX STREET (1) Slop• • 7/s wh•re s l• a lenl dope (2) Co\Ulter alape shall not ezcecd 1:20 Fif. B4.7.2 Meuurement ot Curb Ramp Slope NOTI: If X < 4a• (1220 -> then the 1lope of the t'la.red atd .. ehall not exc,Hd 1:11 PLANTING OR OTHER NONlfALKING SURFACE SID! (a) Flared Sides (b) Returned Curb Fie, B4.7.5 Sides of Curb Rampa Fie. B4 .7 .8 Built-up Curb Ramp OCTOBER, 1992, REDRAWN OCTOBER 2002 CITY OF FORT WORTH, TEXAS ACCESSABILITY RAMP RAMP SLOPE DETAILS DATE: 09/2004 STR-036 f ~- f r f f ff t f ' 1 l- t 1 1 l -. 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 r- i- f I ( 1:46 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.) OA'T[: 09/2004 STR-038 C. ) a \ i . 1 ( l 1·- (- / l I I EXISTING CURB .le GUTTER o• 11• Olt a.• 9 SODDING !S RIQUIRED I TYPE III- mSTING 15' R. SCALE 1• = 4' SIDEWALK RAMP WITH COLORED SURFACE l -., ·., *; BROOM FINISH V//ffi'h1 HMAC TIE-IN IIONOLITBIC CURB ~~~~'-4CI or 7• CUD ~ msmrc cuu • Gtm"D !U.TCUT ,oa CONCllrftl P.lVIIIENT CITY OF FORT WORTH , TEXAS DATE: 09/2004 ACCESSABIUTY RAMP - TYPE m (15' RADIUS) STR-039 f=- [ ' I I ~ EXISTING CURB ( ck GUTTER r [ ~ ~ 18° OR 2'" s· SODDING AS REQUIRED TYPE 111 EX ISTING 20' R. SCALE 1" = 4' SIDEWALK RAMP WITH COLORED SURFACE I ... .. -~ BROOM FINISH ~ HMAC TIE-IN VARIABL~ HEIGHT CURB EXISTING CURB ck GUTTER SAWCUT FOR CONCRETE PAVEMENT CITY OF FORT WORTH, TEXAS ACCESSABILITY RAMP - TYPE III (20' RADIUS) .,·, .. DA TE: 09 /2004 STR-040 r. · l } COLLAR CONFIGURATION FOR PAVED AREA .. I 5 '-o" ... COLLAR CONFIGURATION FOR UNPAVED AREA MANHOLE FRAME AND ~~~-:-.--":"""'""~--:....-~:'.""':;"~-.-.:o..,....,.~~:r-"""" >------~ 32" DIA. DUCTILE IRON COVER. (REFER TO STD . PRODUCT LIST) A L 4000 PSI --"· CONCRETE 3" TYP. A J 0 I in 8-#4 REBARS TYP. :'";;\ .. :·i·~:~~·~··.-~-:~.:~ :t t ·:.;:~.:~: .. ~:, ;...: ........... ,.:.""' .. ·""·""'· ..... _l'!'P.""".,.......~.,..,... ....... -----~ CD Hfu--ll---32" MIN.---! I ....... II I I 2" X 8" X 30" J.0. CONCRETE PRECAST GRADE RINGS PER ASTM C478. REBAR SHALL BE PLACED 3" MIN. FROM TOP AND BOTTOM OF CONCRETE COLLAR . © SECTION A-A WHERE MANHOLES ARE IN THE STREET, INST ALL 2 OR MORE GRADE RINGS, AS NEEDED , BETWEEN CASTING ANO TOP OF PAVEMENT. ® E1-14, El-20, E1-21 MATERIAL E2-14, E2-20, E2-21 CONSTRUCTION HINGED LIDS INSTALLED IN STREETS SHALL OPEN AGAINST THE FLOW OF TRAFFIC. CITY OF FORT WORTH, TEXAS MANHOLEFRAME,COVER,GRADE RINGS AND CONCRETE COLLAR *" 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. AND WHERE SPECIFIED ON PLANS. DATE : OCT . 2009 SAN-009 f-- r r r· r ) - ' 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 I /4" 4 1 /4" )I Item Item Material Description um r np1 on N be Desc . ti I 3/f' Roll Pins 302 Stainless Steel ( 14 000 LB Double Sheer Slrcn2lhl 2 Steel Skirt 12orl0gagc A.I .SJ . 1020SICCI (A-36) G-90 Galvanized 3 Weld 6Se;. 70-lt circumference ~ldcd 4 3/4" wide Risi:f Bar Hoc Rolled Slcel Al.SJ. 1020 (A-36) s Rod Ends Forgjn1 Al.SJ. C-1030 Steel Hear Treated BHN 240 Zinc Plated with Dichronmc Finish 6 Tumbudle A.I .S.I. 1020 BHN 149 Zinc P1 IICd dioced in Li ncblcker rust inhibitor t Height I new asphalt overlay .... .____ 3/4" thick riser bar \_ 3/4" 0.0. 3/8" I. D. 3/8" -16 Thread Tensile y· Id ,e 33 ,000 PS.I. 75.000 PS.I. 33 ,000 P.S.I . 70,000 P.S.I . 70 ,000 PS.I . Tensile UI. tirnate 60 ,000 P.S.I. 8S 000 PS.I . 60 000 P.S.I. 92,000 P.S.J. 80 .000 PS.I. r- r l l .. ,- ( Water. . Valve Riser Cross Section view ~ r---12 gage 090 galvanized steel G)~ t Height I new asphalt overlay , ... .:---3/8" D.O.M. Tube Item Item Material Description N b D ti um er escr1p: on 1 Steel Skirt 12 gage A.LS .I. 1020 Steel (A-36) G-90 Galvanized 2 Weld Lincoln Outcrsheild 71 Elite . 045 3 3/8" wide D.O.M Tube D. 0. M . Tube A. I.S. I. I 026 (AS 13 type S) Tensile Yi Id e 33,000 P.S.I. 1S 000 P.S .I. 72 000 P.S.I . Tensile Ulti mate 60,000 P.S.I . IS 000 P.S.I. 17 000 P.S.I. ... u ~ IC ... z 0 " .. u ~ C ... z 0 u ! ... 0 z ,..___.... .... LE·GEND H.llt°A.C. REHABILITATION . . jl · 11 II 111· . WEDGEMILLING . (RECYCLE /"OVERLAY ONLY ·) STREET BEGIN OR END POINT • REGARDLESS OF THE INTERSECTING STREETS ANGLE. NOTE: BUTT JOl.,.TS HOT REQUIRED WITH REMIXING PROCEs·s. # · TYPIC:AL . LAYOUT. P'OR RECYCLING ACTIVITES UNLESS HOT(D. 0Ttf£ftW1SE IN, STRE£T SCHEOUL[ ~ BUTT JOINT 0-1 fl [VIS CD: lllV.Ne . DATl: 1990 I I I II J ---------- "°''. ,..... ,._ "'-' °"" ,, , .... , .. , ,. , ... ,.., c .. ,.,. o,. •• ,.. " I ~ I .. .... . • lc,SUAL •• .. ~ C ... ~ .. ,.. •. "° ,,Acc,11• :# •ICILCIMIII •••'I , .,, .. .,.. .,.,., ...... ... .... ~···$11111 ,#(JIii" ... ., __,_ • ...,. ~ •oo ••rfaw: ........................... ..................... __ . .," J •• , ~ ,... .. . ., TYPICAL CONSTRUCTION LAYOUT of CURB o/111 GUTTER, SIDEWALK ond DRIVEWAY .SllowiNJ Flo,,;n, Anti Eqonslor. Joint Loeot/oll CITY of FORT WORTH. TEXAS-co,,s,~,.,,, s,,,,,,,..., ,,,,.,,,.. •o .• _. r. • ---------------- r ,\ r r ·i I L J 1 (- { A I DUWWY JOINT IN RAIIIP OPTIONAL I N 11 1 • 0 11 DRIVE *A-. ONLY . PROVIDE EXPANSION J01111T ONLY IF CONNECTING TO Ell•S T1111G CONCA[ T[ DRIVE. EXIST :NG cu .. a II GUTTE .. ,1F AN-., MUST BE SAVfED AS O•"ECT· ED 9'1' TME ENGIIIIEE". / IIEINF'O"C[ l "D,tlVE II 3 IAIIS /' A AT 11" O.c .1.w. ( " 0 _.,,_L_IN-E--+----.'--/--I REINFORCE 4 " WALi( 1 s BARS I AT ,,· O.C.I .W. 111(,Cfl[NCI __ _.__ ·STANDARD SIDEWALi< 10'-0"MtN. t I 17 '-0"MIN. l~~~'fJ ,~ ...... ..., I I OP. JOINT EXCEPT SLIP·FOfllMED 20'-o" WIN . SINGLE DWY, 27'-o''MIN,OOUILE OWY, SIDEWALi< SLOPE 1/4" PEA FOOT TO FACE OF cu"a OA AS DIRECTED av ENGINEER ., 4 ' SIDEWALi< L A PLAN VIEW 8 (SU TULE) STANDAIID CURI a GUTTER) EXP. JOINT EXCEPT SLIP· FOAMED HALF LENGTH PAID AS ATTACHED CUAB (CONC . PAVEMENT ONLY.) SEE STANDARD CURI a GUT TUI stCTION . 1'.J" LAYOO CURI 11 " STANOAIID 1 2"su•o CUSHION ~ OR APPfllOVEO SUIGRADE, R.OW .Lll'.E l'OfT WIOTli A a 10 · I ,· It' TO 14 ' ·z'To,· ' 1,·ro1, I 3'to7 ,2 2o·ro22 I ' 101 ,,, SECTION A·A STABILIZED DW'I'. PAY LltillT SUIIGIIAOE W/C~CRETE PAVEMENT 5 10[,ULIC S[~T IQl'II TMRU 0•1,'EWAY TQ BE P,ultfD UW[ TM1CKN[SS AS Dllll~(WAY &PPIIOACH t PA 'D FOlt AS Dll 1V(WA\' APP • .:)AClo4 [IIS"•",iG S :OfwALlf , •FA~". TO !If "E._.O,ED AIIID •EPLACEO. STANDARD APPROACH r r-r C J ~-r ( r. I 1 -I (-' f-l \~ 1 '( ) I I I I I I I I I I ' II I ' -NOTE: G11trer te •e 11to11e, to coflfOr"' witll concrete .,011e1 (or """-enl) E•110111io11 .Joinfl I I I /fife, HCtiflf v.u., ___ ! ___ /·---r I • er n tlwertetl •1 tlle .,,,_ 110 J e ,•·octt I i ~ . . . . -;Jl •.;r-;~;····· .,...... .--•...•. ..;;;::-,-_•",..;,,, ~ l4· •• ;•;.: i;;;;;:.;:,l;E~·, :-··:•:-..:·:-.:1:..'Y::.9::N.t.:·~~===·~:~ :::•: ::.:;.:: ~·.;-.-.;;: :-;:1 .,,.,,,., er ee11ol ,e ,e.,,_,,, •• ,,,,. , ,.,, ,., ... W:'!#6-· ................. ~ •• I • • -0 ""'""';,/--,f;,.,, • I TIie 7" reiltlercH coflcrete •olle1 111011 reploce tlle to, 7" ef ,,.. , • .,,_,,, wit II t11, re•oHl•flf ,,,.rtiofl of ,,,..,.,...,,, te N c0tt1fr11c,,d ,11c111,111f 1111-,rode ,r,ol•e111, ill eccordoflct .,,,. tltt t111icol 110.,inf. ,ection. TIie concrete .,.,,, ••• H ,o..,erne,I erurd,111 to c,,, ,tondorft tor COIICrtlt curt • ,.,,,,r, TIie COflC,fff ,,,.,, •• of we,lleCI '"' ICrtfll"CI OHttfOlt .,,ft o """ o t f,.,, (5) soc Ill of c,111,11, pt, cubic ,o,o of toner, It ,11 ploct ••lft o ''"" fltau,ol lfllllffll of 550 pounCla p,r 1cruott 111cll o, ""'" C1011 w,tft c,n,,, lood,nt TlfA#ltTI0/11 SECTION ,., Vo11.,, c,....., ltltijor Stre• DISTANCE FlfOII -OF (>I~ o· 5' ,o' 10' JO' 40' 50' ClfOWN 0.000' o.o .. ,· 0.0.J' 0.10,· O.JJJ' 0 ..... 0.500' Nol 10 Stet. NOTE: Ttt,1 11 -Or•iltf • C·ltHl·lf 11EV1S£D 7-14 E'W/WIIM ll(VIS[D t/Zl/17 J.A.N./W.lt.111. CONCR£r£ VALLEY CITY of FORT WORTH, TEXAS-CONSTRUCTION STANDARD DIIAWING NO S-S 6 OAT[ DEC '"' Addendua 3 362 r =· -===-··--~----=··-=----··--·-----·" ·--.. --. - L ' t BACK OF /CURB PLAN VIEW Z (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~ 2· -1.s· (Varies) 2' ( Typ.) 12• WHJTE HOTT APE (AVERY DENNISON OR EQUIVALENT) I ~ N, ,., -· ... WHITE TYPE I 1-SIDED REFLECTORS I I i 1 ' 1 /1 \. r '( Height· <. . -Ramp Gradient: Side Gradient: ( 1 I 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· ~ND PUBLIC WORKS CITY OF nw'1C: EHG.,UIIING FOAT WORTI- SPEED CUSHIONS -... ..~ l"111Un J J, 2fHU AJ6 -"" DltAWINO NOT TO SCAlE r-. I I , Hl ,R 2011-2 r Blk Limits Project Name Street Limits CD Map LM Status I 2004 -2399 AZLE AVE NW 25TH ST -EPHRIHAM AVE 2 61H 1.07 Proposed 2400 -3299 AZLE AVE EPHRIHAM AVE -MCCANDLESS ST 2 61H 3.44 Proposed 3300-3399 AZLE AVE MC CANDLESS ST -TITUS ST 2 47X 0.38 Proposed 1600 -2899 BEVERLY AVE E MADDOX AVE -GLEN GARDEN DR 8 770 2.63 Proposed 800-1099 CLIFTON ST W 7TH ST-CAMP BOWIE BLVD 7 76A 0.44 Proposed 8400-8899 LAKE COUNTRY DR GOLF CLUB DR -TRAILRIDGE DR 7 32J 2 .54 Proposed 800 -1299 MONTGOMERY ST W 7TH ST-CAMP BOWIE BLVD 7 75D 0.9 Proposed 850-1849 E VICKERY BLVD 850 E VICKERY BLVD -S RIVERSIDE DR 8 77H 3.27 Proposed ' 1950-2149 E VICKERY BL VD ASH CRESCENT ST -MARTIN LUTHER KING FWY 8 77M 0.45 Proposed 2200 -2599 E VICKERY BL VD MARTIN LUTHER KING FWY -S BEACH ST 8 ?BJ 1.98 Proposed r - l 2600 -3699 E VICKERY BL VD S BEACH ST-SAYERS AVE 8 78L 3.59 Proposed Total Lane Miles for Contract HIR (2011-2) 20.69