HomeMy WebLinkAboutContract 41731THtl COPY FOR:
___ CONTRACTOR
___ CONTRACTOR'S IONOIIIG CO.
V CITY SECRETMY
---CITY MANAGER'S OfflCI
___ ENGINEERING DIV.
__ TIPW·FlE ~CIFICATIONS AND CONTRACT DOCUMENTS
Michael J. Moncrief
Mayor
FOR
OLD DECATUR ROAD
BAILEY-BOSWELL TO WJ BOAZ
CITY PROJECT No. 01296
NOVEMBER 2010
William A. Verkest, P.E.
Dale A. Fisseler, P.E .
City Manager
Director, Transportation and Public Works Department
S. Frank Crumb, P.E.
Director, Water Department
PREPARED FOR:
The City of Fort Worth
CP&YINC
TBPE REG #1741
-'''''-"'" ~-'t-OF r. ''\\ .: ~'·············.(-/-: h ,-,,~ .. ·· * ·· .. 'Y'flU ~ -.1.· ·.v f.& i-!•:" .._.n
j,!.: ·-·~ ~ .... : ....................... : .... ~ ~ ROAJN R. HANDEL ~ "'····:·······················:····~ i -o \ 86931 / CJ::J. 'I~·.. · .·· iv, fto~ · .. ~.(CENS\;'?.·:i'~ . --I::~~
t / tJ /11-/10
M&CReview
CITY COUNCIL AGENDA
DATE:
CODE:
411912011 REFERENCE
NO.:
C TYPE:
C-24880
NON-
CONSENT
LOG NAME:
PUBLIC
HEARING:
Page 1 of 2
Official site of the City of Fort Worth, Texas
FORT WORTH
~
200LD DECATUR BAILEY-
BOSWELL TO WJ BOAZ
NO
SUBJECT: Authorize Execution of a Contract with JLB Contracting , LLC , in the Amount of
$2,672,830 .57 for Pavement and Drainage Improvements for Old Decatur Road
Improvements from Bailey-Boswell Road to W .J . Boaz Road (COUNCIL DISTRICT 7)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract with JLB
Contracting, LLC , in the amount of $2,672 ,830 .57 for pavement and drainage improvements for Old
Decatur Road improvements from Bailey-Boswell Road to W .J. Boaz Road .
DISCUSSION:
The 2008 Bond Program included funds for the reconstruction of arterial streets including Old Decatur
Road from Bailey-Boswell Road to W.J . Boaz Road . This construction contract will provide for the
construction of paving and drainage improvements on Old Decatur Road from Bailey-Boswell Road to
W .J . Boaz Road.
The project was advertised on October 28 , 2010 and November 4 , 2010 in the Fort Worth Star-
Telegram. The following bids were received on December 16, 2010 :
Bidder Amount
JLB Contracting , LLC $2 ,672 ,830.57
Conatser Construction TX, LP $2,697 ,1 50.40
AUi Contractors, LLC $2,733 ,288 .70
Stabile & Winn, Inc . $2,794 ,489 .33
Jet Underground Utilities $2 ,926 ,1 55 .97
Jackson Construction, Ltd . $2,946,101 .95
The Fain Group , Inc. $3,007,599.20
Time of completion: 300 calendar days .
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 .
In addition to the contract cost, funding in the amount of $269 ,843 .00 is included for TPW associated
costs for survey , project management , material testing , field inspection and project close out. The
contingency funds to cover change orders for pavement reconstruction work total $81 ,000 .00 .
JLB Contracting , LLC, is in compliance with the City's M/WBE Ordinance by committing to 22 percent
M/WBE participation on this combined project. The City's goal on this combined project is 15 percent.
This project is located on MAPSCO 33P and Tin COUNCIL DISTRICT 7 .
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated from the Street Improvements 2008 Fund .
TO Fund/Account/Centers FROM Fund/Account/Centers
http://apps .cfwnet.org/council_packet/mc_review.asp?ID=14939&councildate=4/19/2011 4/18/2011
M&CReview
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
2001d Decatur Location Map.pdf
Page 2 of2
C204 541200 207230129683 $2.672 .830 .57
Fernando Costa (6122)
Greg Simmons (7862)
Patrick Buckley (2443)
Andy Anderson (8648)
http://apps.cfwnet.org/council_packet/mc _review.asp?ID= 14939&councildate=4/19/2011 4/18/2011
Old Decatur Road
Addendum No. 1
Pg. l
CITY OF FORT WORTH
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
ADDENDUM No. 1
TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
OLD DECATUR ROAD
FROM BAILEY-BOSWELL TO WJ BOAZ.
CITY PROJECT NO. 01296
TPW #C204-541200-207230129683
The contract and documents for the subject project are hereby revised or amended as the following:
Bid Opening Change
The bid opening date is being changed. Submit package to City of Fort Worth, Purchasing Division, in
the lower level of the Municipal Building, 1000 Throckmorton, Fort Worth, Texas 76102 until 1:30
P.M., Thursday, December 9, 2010, and then publicly read aloud at 2 :00 p.m ., in the Council
Chambers.
Pre-Bid Meeting:
A pre-bid conference was held at 10:00 A.M. Thursday, November 11, 2010, at City Hall Room 289. The
sign-in sheet listing the attendees is attached and available on Buzzsaw.
Bid Proposal:
A new bid proposal has been provided. The bid proposal dated 10/26/2010 shall be replaced with the
rev ised bid proposal dated I l/15/2010. Clarifications to several bid items have been made. Items that have
changed are highlighted with C}'.an on the revised Bid Proposal ; the following changes have been made:
Bid Item #30 -added "(10 lnch)" to description
Modified quantity of bid item #64 to 25
Bid Items #65-74, 87-90, 103 -The CPMS number has changed from BID-00121 to BID-01306
and the unit measured has changed to LF
Added bid items #110 and #111
Bid Items #65-78, 81-82, 84, 87-96, 103 -Row heights have been edited so that entire bid item is
legible
Pg 1
/
Old Decatur Road
Addendum No. 1
Pg. 2
A copy of the updated bid proposal has been posted on Buzz.saw.
Appendices:
A supplement to the geotechnical report has been posted on Buzzsaw showing correspondence between City
staff and the geotechnical engineer with support for the typical section provided in the plans. A note has
been added to the appendix table of contents page indicating that the geotechnical report is "For
Contractor's Information Only." A copy of the new appendix table of contents page has been posted on
Buzzsaw.
Item Clarification:
Anchor bolts associated with street light foundations will be furnished and installed by the contractor.
Traffic signal installation: All steel poles/mast arm assemblies, electric services, traffic signal controller
cabinets, VIVDS systems (including controller, cameras, mounting hardware and cable) and Opticom
systems (including cable) shall be furnished by the contractor.
RECEIPT ACKNOWLEDGES :
Title:. ___ ~_. ___ -,,.,-=!e:;z:v"'""--..,\.-___ _
Pg 2
Old Decatur Road
Addendum No. 2
Pg. 1
CITY OF FORT WORTH
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
ADDENDUM No. 2
TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
OLD DECATUR ROAD
FROM BAIL EY-BOSWELL TO WJ BOAZ.
CITY PROJECT NO. 01296
TPW #C204-541200-207230129683
The contract and documents for the subject project are hereby revised or amended as the following :
Bid Opening Change
The bid opening date is being changed. Submit package to City of Fort Worth, Purchasing Division, in the lower
level of the Municipal Building, 1000 Throckmorton, Fort Worth, Texas 76102 until 1:30 P.M., Thursday,
December 16, 2010, and then publicly read aloud at 2:00 p.m., in the Council Chambers .
Bid Proposal:
A new bid proposal has been provided. The bid proposal dated 10/26/20 IO shall be replaced with the revised bid
proposal dated 12/02/2010. Clarifications to several bid items have been made . Items that have changed by Addendum
I are highlighted with c an and items changed by Addendum 2 are accented red on the revised Bid Proposal; the
following changes have been made:
Bid Item #46 -revised quantity from 14 to 16
Item Clarification and coordination with ONCOR:
Anchor bolts associated with street light foundation s will be furnished and installed by the contractor. A template has
been provided on Buzzsaw for the pattern of bolt installation.
It is the responsibility of the contractor to coordinate with ONCOR for the purpose of ensuring that street lights are
installed before landscaping work begins. Any coordination with ONCOR shall not be paid for directly but shall be
considered subsidiary to the contract.
RECEIPT ACKNOWLEDGES:
Title: p /Z-PS ~ ---~-----------
Pg 1
Old Decatur Road
Addendum No. 3
Pg. 1
CITY OF FORT WORTH
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
ADDENDUM No. 3
TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
OLD DECATUR ROAD
F ROM BAILEY-BOSWELL TO WJ BOAZ .
CITY PROJECT NO. 01296
TPW #C204-541200-207230129683
The contract and documents for the subject project are hereby revised or amended as the followin g:
New Bid Items
2 new bid items have been created for this job and 1 has been edited .
Bid Item 30a has been created for the purpose of separating the repair of pavement panels from the installation of
concrete pavement.
Bid Item 30 has changed in quanti ty.
Bid Item 112 addresses th e potential for utility adjustments associated with the project.
Special Provisions
The followin g language has been added to 70 .PA Y ITEM 030 -PAVEMENT -NON GREEN CEMENT -
INST ALL {BID-00429):
d ) rnsta ll ation of concrete in areas of panel replacement shall be paid for by the sq uare yard under Pay Item
30a, "Concrete Replacement on Existing Base." All a_J:)Qlicable rovis ions of Standard S ecification 314
and Pay Item 030 w ill a ly to this ite m.
Pg 1
Old Decatur Road
Addendum No. 3
Pg.2
The following language has been added to the Special Provisions:
176. PRE-BID ITEM l 12 -UTILITY ADJUSTMENT -REPAIR (BID-00414):
iT his item is included for the basic purpose of establishing a contract price which will be comparable to the final cost
of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service
lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to
maintain. An arbitrary figure bas been placed in the Proposal ; however, this does not guarantee any payment for
tility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the
"Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined
ecessary by the ENGINEER. No payment will be made for utility adjustments except those adjustments determined
necessary by the ENGINEER. Should the Contractor damage service lines due to bjs negligence , where such lines
would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at
the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the
adjustments plus ten percent 10%) to cover the cost of bond and overhead incurred by the Contractor in handling
the utility adjustments.
The following language from page SP-24 of the special provisions bas been edited as follows:
PAYMENT: Payment shall be made per linear foot cubic yard at the urut price shown on the proposal and will
include full compensation for all labor, tools and incidentals necessary to complete the work.
Copies of the applicable sheets oftbe special provisions with edited language have been posted on Buzzsaw.
Clarifications:
Following are questions that have been answered regarding trns project:
Bid Item #006 (Unclassified Trench Excav & Backfill)
a. Please reference spec book given with bid, under construction, Pay Item 006, SP-24, is says this item is to
be paid by the line ar foot. The bid item quantity is 14 ,300 CY . This is addressed above.
b. Also, in direct correlation to Bid Item 009, SP-25 Pay item 009 states that non expansive earthen fill should
consist of fill with a Plasticity index of 8-20. All on-site material from boring logs is anywhere from 40 -
80 PI. This tells me that all excavation from trenches located beneath new pavement must be hauled off
site . Please provide a quantity breakout of excavation and backfill in open areas and beneath new paving
areas so that I may accurately cost the excavation activity. I will assume that all box culvert, RCP, and
inlets must be backfilled with Select Fill Material?
From the City of Fort Worth specs, 402.3 (7)(a)3: " ... the trench may be backfilled with material
excavated from the trench except that no rocks larger than two (2) inches shall be used in the
backfill. .. "
c. Seeing as how this item contains the word backfill, are you asking us to put all the pipe embedment's, select
fill backfill, excavation cost, and hauling cost into thjs item for our storm pipe installation ?
From the City of Fort Worth specs Items 440.5 and 441.6:
"Trench excavation, including embedment and backfill, will be measured for payment in accordance
with Item 402, "Trench Excavation and Backfill for Storm Drain."
Pg 2
Old Decatur Road
Addendum No. 3
Pg. 3
Storm Water Pollution Prevention Plan
A PDF copy of a TPDES permit for this job has been provided on Buzzsaw. The contractor may use this permit or
create his own. Regardless of which permit the contractor uses , it is his responsibility to ensure that it is kept up to date
and in compliance with state regulations .
Bid Package
The word "calendar" has been added to the number of days for the contract.
RECEIPT ACKNOWLEDGES:
By: 9~ /)J' ~-
Title: ~~
Pg 3
FORT WORTH
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
Michael J . Moncrief
Mayor
OLD DECATUR ROAD
BAILEY-BOSWELL TO WJ BOAZ
CITY PROJECT No. 01296
NOVEMBER 2010
William A. Verkest, P .E.
Dale A. Fisseler, P.E.
City Manager
Director, Transportation and Public Works Department
S. Frank Crumb, P .E.
Director, Water Department
PREPARED FOR:
The City of Fort Worth
CP&YINC
TBPE REG #1741
--'"''-"-'\, ~-t-OF r, \\ ,?-,J':.--.···········<-t-1 lt
,., 0/ * ·· .. v" #11 i-1•: ..• fj
j,!.: ···~ 1 .... : ....................... : .... ~ ~ ROFllN R. HA NDE L ~ i-···:·······················:····~ ~ -o \ 86931 / CJ:/ 'I ~·.. .·· 1<;, e'•f"";-{:c;J~{st:ct&-Ur,., ·
:\.'-.'-'-" -' '\.....__......
t -10/11-/10
1
1
l
' 1
i
~
I-
(:) w
-:>
0
~
0..
'i.'tJ Bo&ZR
,•
. ' ,,
i
'l
OLD DECATUR ROAD WIDENING
LOCATION MAP
CITY CF F~T W~TH
(P&Y) TBPE Re9iatration No. F-1741
SECTION 2 -FRONT END DOCUMENTS
2.1 TABLE OF CONTENTS
2.3 COMPREHENSIVE NOTICE TO BIDDERS
2.5 SPECIAL INSTRUCTIONS TO BIDDERS
TABLE OF CONTENTS
01 -Project Information 0 1.1 - T itle Page MS-Word
0 1.2 -Location Maps pdf
02 -Front End Documents 2.1 -Table of Contents MS-Word
D 2.2 -Notice to Bidders MS-Word
0 2.3 -Comprehensive Notice MS-Word
to Bidders
D 2.4 -Special Instructions to pdf
Bidders (water-sewer)
0 2.5 -Special Instructi on to pdf
Bidders (paving-drainage)
D 2.6 -Detailed Project MS-Word
Specifications (no drawings
provided)
03 -MWBE Documentation 0 3.1 -MWBE Special pdf
Instructions
0 3.2 -MWBE pdf
Subcontractors/Suppliers
Utilization Form
0 3.3 -MWBE Prime Contract or pdf
Waiver
0 3.4 -MWBE Good Faith Effort pdf
0 3.5 -MWBE Joint Venture pdf
04 -Bid Package 0 4.1 -Bid Proposal Workbook MS-Excel
0 4 .3 -Bid Schedule MS-Excel
D 4.4 -List of Fittings MS-Excel
D 4.5 -Pre-Qualified Contractor MS-Excel
List
05 -General and Special Conditions D 5.1 -Part C General pdf
Conditions (water -sewer)
D 5.2 -Supplementary pdf
Conditions to Part C (water -
sewer)
D 5.3 -Part D -Special MS-Word
Conditions (water -sewer)
D 5.4 -Part DA -Additi onal MS-Word
Special Condition (water -
sewer)
D 5 .5 -Part E Specifications pdf
0 5 .6 -Speci al Provisions
(pav i ng -drainage)
0 5. 7 -Wage Ra t es pdf
0 5.8 -Compliance w ith and pdf
Enforcement of Prevail i ng
Wage Rates
D 5.9 -Standard Details (water-dwf
sewer)
D 5 .10 -Standard Details dwf
(paving-dra i nage)
City of Fort Worth , Texas
Table of Contents
PMO Relea se Date : 06 .10.20 10
Page I of 2
TABLE OF CONTENTS
06 -Technical Specifications
07 -Contracts, Bonds and Insurance
08 -Appendices
09-Addenda
Cit y of Fort Worth , Texas
Table of Conten ts
PMO Re lease Date: 06 .10.2010
Page 2 of 2
~
~
C8J
C8J
~
~
~
D
D
~
D
7.1 -Certificate of Insurance
7.2 -Contractor Compliance
With Workers ' Compensation
Law
7.3 -Conflict of Interest
Questionnaire
7 .4 -Performance Bond
7.5 -Payment Bond
7.6 -Maintenance Bond
7.7 -City of Fort Worth
Contract
Easements Index
Permits Index
Reports Index
Addenda Index
MS-Word
pdf
pdf
pdf
pdf
pdf
pdf
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following :
Old Decatur Road -Bailey-Boswell to WJ Boaz
City Project No. 01296
Addressed to :
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH TX 76102-6311
will be received at the Purchasing Office until 1 :30 PM, Thursday, November 18, 2010 and then publicly opened
and read aloud at 2:00 PM in the Council Chambers . Contract documents, including plans and specifications for
this project may be obtained on-line by visiting the City of Fort Worth 's Purchasing Division website at
http://www.fortworthgov.org/purchasing/ and clicking on the project link . This link will take you to the advertised
project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed,
and printed by interested contractors and/or suppliers .
Full size hard copies of plans , contract documents and specification books are available at the City , at a cost of $270
per set (non-refundable). The documents are located at City Hall , 1000 Throckmorton Street, Fort Worth , Texas 76102 .
Please contact Patrick Buckley (817-392-2443) for assistance.
The major work will consist of the (approximate) following :
Construction of approximately 4300 linear feet of 29 foot wide concrete street, 200 linear feet of 35 foot
wide concrete street, approximately 4,000 linear feet of storm drain, approximately 4,900 linear feet of
sidewalk, utility adjustments, and pavement replacement.
Included in the above will be all other miscellaneous items of construction as outlined in the Plans , General
Contract Documents and Specifications .
NOTICES
All bidders will be required to comply with Provision 5159a of "Vernon 's Annotated Civil Statutes " of the State
of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no . 7400
(Fort Worth City Code Sections 13 -A-221 through 13-A-29) prohibiting d iscrimination in the employment
practices .
Bid security is required in accordance with the Special Instruction to Bidders .
The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities.
No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened . The award of
contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be
made until all the necessary investigations are made as to the responsibility of the bidder to whom it is
proposed to award the Contract.
Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the
Addenda by initialing the appropriate spaces on the PROPOSAL form . Bids that do not acknowledge receipt of all
addenda may be rejected as being non -responsive . All addenda will be made available on -line with the contract
documents . Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order
to receive notifications regarding the issuance of addenda . It shall be the bidding contractor's sole
responsibility to verify they have received and considered all addenda, prior to submitting a bid .
Re v 212110 TPW
CNB -1
COMPREHENSIVE NOTICE TO BIDDERS
Bidders must complete the PROPOSAL section, including the "Vendor Compliance to State Law", and submit
these executed documents or face rejection of the bid as non-responsive .
In accord with the City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the
participation of minority business enterprises and women business enterprises in City of Fort Worth contracts .
A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the
MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME
CONTRACTOR WAIVER FORM , GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT
VENTURE FORM as appropriate . The Documentation must be received no later than 5:00 p .m ., five (5) City
of Fort Worth business days after the bid opening date . The bidder shall obtain a receipt from the appropriate
employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort
Worth received the Documentation . Failure to comply shall render the bid non-responsive .
The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water
Department at the time of the bid opening . A general contractor, who is not pre-qualified by the Water
Department , must employ the services of a subcontractor who is pre-qualified . The procedure for pre-
qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)".
SUBMISSION OF BID AND AWARD OF CONTRACT
The proposal within this document is designed as a package . In order to be considered an acceptable bid,
the Contractor is required to submit a bid for the contract. A bid proposal submittal for a multi -unit project with
only a single proposal unit complete will be rejected as being non-responsive. The Contractor, who submits
the bid with the lowest price , will be the apparent successful bidder for the project.
Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves
the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in
the best interest of the City of Fort Worth .
For additional information, please contact Robin Handel, PE with CP&Y, Inc at Telephone Number: 214-640-
1707 or by email: rhandel@cpyi .com and/or Patrick Buckley, PE Project Manager, TPW Department at 817-
392-2443 or by email : Patrick .Buckley@fortworthgov.org .
A pre-b id conference will be held on Thursday November 11, 2010 at 10:00 A.M ., in City Hall, Room 289 .
Bidders are encouraged to review the plans and specifications prior to the pre-bid conference .
DALE A. FISSELER , P.E.
CITY MANAGER
Advertising Dates :
October 28 , 2010
November 4, 2010
Rev 2/2/10 TPW
CNB -2
MARTY HENDRIX
CITY SECRETARY
SPECIAL INSTRUCTION TO BIDDERS
(TRANSPORTATION AND PUBLIC WORKS)
l. BID SECURITY: Cashi e r 's c h ec k o r a n a ccepta bl e bidd er's b ond p aya ble t o th e C it y of Fort W orth , in
a n amount of n ot less th a n fi ve p e rce nt (5 %) of th e tota l o f th e bid s ubmitted must accompa ny th e b id ,
a nd is subj ect to for fe it in th e event th e s uccessful bidd er fail s to exec ut e th e co ntract d ocum e nts w ithin
t e n ( I 0) days afte r th e con tract has bee n a warded .
To be a n accep ta bl e s ur ety on th e bid bo nd , th e s urety must be a uth ori zed to do bu s in ess in th e s ta te of
Texas . In add iti o n , th e s ur e ty mu st (I ) h o ld a certifi ca te of a uth o rit y fro m th e Uni ted Sta tes sec r e ta ry of
th e treas ury to q ua Ii fy as a s ur ety on obli gati on s p ermitt ed o r requi red under fe dera l law; or (2) h ave
obta in ed re ins ura n ce fo r an y li a bility in excess o f$100,00 0 fro m a re in s urer th at is a uth or ized a nd
a dmitted as a rei n sure r in th e s ta te of Texas and is th e h o ld er of a ce rtifi ca te of a uth orit y fro m th e United
Sta tes secr etary of th e tr eas ury to qu a lify as a sur e ty on obligati on s p ermitted or required und er fede ral
law. Sati sfactory proof of an y s uch r e in s ur an ce sh a ll be provid ed to th e C it y u pon r equ est. 111 e C it y, in
its so le di scre ti on, w ill dete rmin e th e a dequ acy o f th e p roof r equired h er e in.
2. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: Th e s u ccess ful bidd e r e nt e rin g
into a cont rac t for th e wo r k w ill be r equire d t o g ive th e C it y s ure ty in a s um equ a l t o th e a mount o f
th e c ontrac t awar d e d . In thi s c onn ecti o n , th e s u ccess ful bidde r s h a ll b e r e quir e d t o furni s h a
p e r fo rm a n ce b on d a n d a p aym e nt b o nd, both in a sum e qu a l to th e a m o unt of th e contrac t award ed .
Th e fo rm o f th e bo nd sh a ll be as h er e in provided and th e sure ty s h a ll b e accept a bl e t o th e C ity. A ll
b ond s furni sh ed h er e und er sha ll m eet th e requirem ents of C ha pter 2253, T exas Governme nt Code.
In o rd e r fo r a s ur e ty t o be acceptabl e t o th e C ity, th e s ure ty mu s t (I ) h o ld a certifi cat e of a uth o rity
fr o m th e U nited S t a tes secret a r y of th e treas ury t o qu a li fy as a s ure t y o n o bli gati o n s p e rm itt e d or
r equire d und e r fe d era l law; o r (2) h ave o bt a in e d r e in su ran ce fo r a n y li ab ility in excess of$ I 0 0,000
fr om a re in surer th a t is a uth ori zed a nd admitted as a r e in surer in th e sta t e o f Texas a nd is th e h o lder
of a certifi ca te of a uth orit y fr om th e United St ates secr e tary o f th e treasury to qu a li fy as a s urety on
o bli gati on s pe rmitted o r required under fe d eral law. Sati sfactor y p roof of a n y s u ch rein su ra n ce sh a ll
b e p rov id ed t o th e C it y up on r equ est. Th e C it y, in it s sole di scret ion , w ill d e t ermin e th e a d equ acy of
th e proof r equired h er e in .
Th e C it y wi ll accept n o s uret i es w h o a r e in d efa ult o r d e linque nt o n a n y bond s o r w h o h a v e a n
inte r es t in a n y liti ga ti o n aga in s t th e C it y. S h o uld a n y s ur e t y o n th e cont rac t b e d e t e rmin e d
un sa ti sfac tory a t a n y t im e by th e C ity, n o ti ce will be g i ven to th e contractor t o th at e ffect a nd th e
contracto r sha ll im m ed ia te ly prov id e a new s ur ety sa ti sfactory t o th e C it y.
I f th e con t r ac t amo un t is in excess of $25,0 0 0 , a P aym e nt B o n d s ha ll be exec ut e d , in th e a m ount of
th e contract , so le ly fo r th e protecti on of a ll claima nts supp lying labor a nd ma teri a ls in th e p rosec uti on of
th e wo r k.
If th e cont rac t amou nt is in excess of$ I 00,0 00 , a Perform a n ce Bon d sh a ll be exec uted , in th e am o unt
of th e contrac t cond iti on ed on th e fa ithful p e r fo rm an ce of th e wo r k in accord a n ce w ith th e pl a n s,
s pec ifi ca ti on s, a nd con trac t d oc um e nt s. Said bo nd sh all sole ly be for th e protect io n of th e C it y of Fort
W o rth .
A ll con trac ts sh a ll req uire a ma int ena n ce bo nd in th e amount o f on e hundred percent ( I 00%) of th e
o ri g in a l con trac t amount t o g u arantee th e wo r k fo r a p e ri o d of t wo (2) yea r s afte r th e d a t e o f
accep ta n ce of th e proj ect from d e fects in wor km a n ship a n d/or ma teri a l.
Rev 3-13-09
3. LIQUIDATED DAMAGES: Th e Contractor's attention i s call e d to Part l , It em 8, parag raph 8.6 , of
the "General Provision s " of the Standard Specifications/or Stre et and Storm Drain Constructi on of the
C it y of Fo rt Worth , T exas, concerning liquidated d a ma ges for lat e com pl eti on of proj ects.
4 . AMBIGUITY: In case of ambiguit y o r lack of cl ea rn ess in s tatin g prices in the proposa l, th e City
reserves th e ri ght to adopt th e mos t advantageous constru ction th ereof to the C it y or to rej ec t th e
proposa l.
5. EMPLOYMENT: A ll bidders will be require d to comply with City Ord in ance No. 7278 as a mend ed by
C it y Ordinance No. 7400 (Fort Worth C it y Code Sect ion 13-A-2 I throu gh I 3 -a-29) prohibitin g
di scr imination in e mpl oyment pra c ti ces.
6. WAGE RATES: Section 8.8 of the Standard Specifi cations for Street and Storm Drain Cons truction is
d ele ted and replaced with the following:
(a) The contractor shall comply with a ll requirements of Chapter 2258, Texas Government Code,
in c ludin g the paym ent of not less than th e rates d e termin e d by the City Coun ci l of th e City of Fort
Worth to be the prevailing wage rates in accorda nce with C hapter 2258, Texas Government Code.
Such preva ilin g wage rates are includ ed in these con tract doc um ents .
(b) T he contractor shall , for a period of three (3) years followin g the date of acceptance of the work,
m a inta in record s that show (i) the nam e and occupation of each worker emplo yed by th e contractor in
th e construction of the wo rk provided for in this contract ; and (ii) the actua l per diem wages paid to eac h
work er. These record s shall be open at a ll rea so na ble hours for inspec ti on by the City. Th e provi s ions of
the s pecial provision titl ed "Right to Audit" pe rtain to this inspection .
(c) The contrac tor sh a ll include in its s ubc ontracts and/or sha ll otherwise require a ll of it s
s ubcontractors to co mply w ith pa ragraph s (a) a nd (b) above.
(d) With each partial payment estimate or payroll period, whichever is less, an affidavit stat in g that
th e co ntra ctor has compli ed with the requirement s of Chapter 2258, T exas Government Cod e.
(e) Th e contractor shall pos t the pr eva ilin g wage r ates in a conspi c uou s place a t the site of th e
proj ec t at a ll times.
Section 8.9 of the Standard Specifications for Stree t and Storm Drain Co nstruc tion is hereby del eted.
7. FINANCIAL STATEMENT: A current certified financial statement may be required by th e De partment of
Transportation a nd Publi c Works if required for use by th e CITY OF FORT WORTH in d e terminin g th e
s uccessfu l bidd e r. This statemen t, if required , is to be prepared by an independent Public Accountant
h o ldin g a va lid pennit issued by an appropriate State Lice nsin g Agency.
8. INSURANCE: Within ten (IO) days of receipt o f noti ce of awa rd of contract, the Contractor must provid e,
a lo ng with exec uted contract docume nts a nd appropria te bonds, proo f of in s urance for Worke r's
Comp e n sa tion a nd Compre hen s ive General Li a bility (Bod il y lnjury-$5 00,000 each pe rso n, $1,000,000
eac h occ urrence ($2 ,000 ,000 aggrega te limit); Property Damage -$25 0 ,000 each occurrence). The C ity
reserv es the ri g ht to reques t any other insuran ce coverages as may be required by each individual
proj ec t.
Rev 3-13-09
9. ADDITIONAL INSURANCE REQUIREMENTS:
a. The C it y, it s officers, e mpl oyees and servants s ha ll be endorsed as an add itio n a l in sured on
Contractor's in s urance policies exceptin g employer's li ability insurance coverage under Contractor's
workers' compensat ion in surance policy.
b. Certificates of insurance s hall be delivered to the City of Fort Worth, contract administrator in the
respective department as specified in the bid documents, I 000 Throckmorton Street, Fort Worth, TX
76 102, prior to commencement of work on th e contrac ted project.
c. Any fa ilure on part of the City to request required in surance documentation shall not consti tut e a
waiver of the insurance requirements specified h erein .
d. Each in surance policy sha ll be endorsed to provide th e City a minimum thirty days notice of
cancellation, n on-renewa l, and/or material ch a nge in policy terms or coverage. A ten d ays notice
s h all be accep table in the event of non-payment of premium.
e. Insurers must be authorized to do business in the State of Texas and have a curren t A.M. Best
rating of A: VII or equ iv a lent measure of financial strength and solvency.
f. Deductible limits, o r self-funded r etention limits, o n each policy must not exceed$ I 0,000.00 per
occurrence unless otherwise approved by the C ity.
g. Other than worker's compen satio n in surance, in li e u of tradition al insurance, City may consider
alternative coverage or risk treatment measures throug h in surance pools o r risk retention groups. The
City must approve in writing any a lt ernative coverage.
h . Workers' compensation insurance policy(s) coverin g employees employed on th e project shall be
endorsed with a waiver of subrogation providing rights of recovery in favor of the City .
1. City shall not be responsible for the direct payment of in surance premium costs for contractor's
insurance.
j. Contractor's insurance policies s h a ll each be endorsed to provide that such insurance is p rimary
protection and any self-funded or commercial coverage maintained by City shall not be call ed upon to
contribute to loss recovery.
k. In the course of the project, Contractor sh a ll report, in a timely manner, to City's officially
designated contract admin istrator any known loss occurrence wh ich could give rise to a li abi lity claim or
lawsu it or which could result in a property loss.
Contractor's li abil it y shall not be limited to the specified amounts of insurance required herein.
m. Upon the r equest of City, Contractor shall provide complete copies of all insurance policies
required by th ese contract documents .
10. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civi l Statutes, the City of
Fort Worth w ill not award this contract to a non resident bidder unless the nonresident'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 nonresident b idd er to obtain a comparable contract in
the state in which the nonresident's principal place of business is located.
Rev 3-13-09
"Nonres ident bidder" m ean s a bidder whose principal place of bu sin ess is not in this sta te, but
exc lud es a contractor whose ultim ate parent compa ny or m aj ority owner h as it s principa l place of
business in thi s state .
"Texas res id e nt bidder" m ea n s a bidd er whose principal place of bu s in ess is in thi s state, and includ es a
co ntrac tor whose ultimate par ent company or m aj o rity own er h as it s principal place of business in this
state .
This provision does n ot a ppl y if this contract in vo lv es federal funds.
Th e a ppropriate blank s of the Proposal must be fill ed out by a ll n on res ident bidders in o rd er fo r it s
bid to m ee t s pec ifica ti o n s. The failure ofa n onres id ent contrac tor to d o so will a utomati ca ll y
di squa lify th a t bidder.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with C ity of Fort Worth
Ordinance No. 15530 , th e C it y of Fort Wo rth h as goa ls fo r the parti c ipation of minority bu s in ess
enterprises and women bu s in ess e nt e rp r i ses in C it y co ntract s. A copy of the Ordinance can b e
obtained from th e Offic e of th e C ity Secretary. The bidd e r s h a ll submit th e MBE/WB E
UTILIZATION FORM SUBCONTRACTOR/SUPPLI E R UTILIZATION FORM, PRIME
CON TRA CTO R WAIVER FORM, a nd /or th e GOOD FAITH EFFORT FORM
("with D ocumentation") a nd/or the JOINT VENTURE FORM as ap propri a te . The Documenta tion
must b e re ceived by the man agin g d e p a rtm e nt no la ter th a n 5:00 p.m ., five (5) City bu s iness d ays
after th e bid opening da te. Th e bidde r sha ll obta in a receipt from the appropriate employee of th e
m a n ag in g d e partm e nt to whom deli ve ry was mad e. Such r ece ipt shall be e vid e nc e that th e
d oc ume nt ati on was r eceived by th e Ci ty. Fa ilure to comply sha ll render th e bid non-respon s ive.
Upon request , Contra ctor agrees to provid e th e Owner complete and accurate information regarding
actu a l work p e rform ed by a min ority bus in ess enterprise (MBE) a nd /or women business e nterpri se
(WBE) on th e contract and payment th ereof Contractor further agrees to permit any a udit and/or
examin a ti on of a ny books, records or files in it s possession th a t will s ubstantiate the actu a l work
p e r fo rm e d by an MBE a nd /o r WB E. Th e misrep r ese nt a tion of facts (other than a ne g li ge nt
mi sr epresentation) a nd/or commi ss ion of fraud by the Contrac tor will be grounds for termin a ti on of
th e contrac t and /or initiatin g action und er a ppropriate Feder a l , State or local laws or ordinances
r e latin g to false s tatem ents . Further, an y s uc h mi srepresentation facts (other th an a n egli gent
mi srepresent a tion) a nd/or commission of fraud will re su lt in th e Contractor be ing determined to be
irres pon s ibl e an d ba rred from parti ci p a tin g in C ity work for a period of time of n ot less that three (3)
years.
12 . AWARD OF CONTRACT: Contra ct will be awarded to th e lowest r es p on s ive bidder. The C ity
reser ves th e ri g ht to r ej ect any and/or all bids a nd waive any a nd/or a ll irregularities. No bid may be
withdrawn until th e expiration of nin ety (90) days from th e date the M/WBE UTILIZATION FORM,
PRJM E CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or th e JOTNT
VENTURE FORM ("Documentation") as appr o pri a te is recei ve d b y th e C ity. The award of contract, if
made, w ill be w ithin nin ety (90) d ays after this d ocum entation is rece iv ed, but in no case will th e award
be made until a ll the r es p onsibility of th e bidder to whom it is proposed to awa rd the contract has been
ve rifi ed .
13. PAYMENT: Th e Contractor will receive full paym ent (minus retainage) from th e C ity for a ll work for
each pay period. Payment of the rema inin g a mount shall be m a d e w ith th e fin a l p ayment, a nd upon
accep ta n ce of th e proj ect.
Rev 3-1 3-09
14 . ADDENDA: Bidd ers a re r espon sibl e fo r o bt a inin g a ll a dd end a to th e contrac t d oc um ents pri or t o the bid
r ece ipt tim e a nd ack now ledg in g th em a t th e time o f bid r ec e ip t. In fo rm a ti o n regardin g th e s ta tu s of
add end a may be obt a in ed o n-lin e o n C it y's Buzzsaw s it e o r by contac tin g th e C it y Proj ec t M anager.
Bid s th a t so not ac kn ow ledge a ll ap pli ca bl e addenda m ay be rej ec ted as no n-res po nsi ve.
15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A.
Worke rs Comp ensa ti o n In s ura nce Cove ra ge
a. De finiti o ns :
Rev 3-1 3-09
Certa in o f covera ge ("certifi ca te"). A c o py of a ce rti fica te of in s ura n ce, a certifi ca te of
a uth ority to self-in s ur e iss ued by th e c ommi ss ion , o r a coverage agreement (TWCC-8 1,
T WCC-82, T WCC-83, or TWCC-84), showin g sta tut o ry wo rk e r's compe nsa ti on ins ura nce
coverage fo r th e person's or en tit y's employees providin g servi ces o n a proj ec t , fo r th e
durati on o f th e proj ec t.
Durati on of th e proj ec t-includes th e time from th e beg innin g of the work o n th e proj ect until th e
contractor's/per son 's wo rk on th e proj e ct has been compl eted and accepted by th e gove rnm enta l
entity.
Person s provid in g servi ces o n th e proj ect ("s ubco ntracto r" in §40 6.0 96)-in c lud es a ll persons or
e ntiti es per fo rmin g a ll or part o f th e servi ces th e contrac tor has und erta ken to per fo rm o n th e
proj ect, regardl ess o f wh eth er th a t per son contracted direc tl y with th e contrac tor and regardl ess
of wh eth er th at per son has empl oyees. Thi s includes , with out limit a ti on , indep end ent
co ntrac tors, s ub co ntractors, leasin g co mpanies, mo tor carri ers, owne r-o pe rat ors, empl oyees o f
a n y s uch e ntity, o r empl oyees of an y entit y whi ch furni sh es per sons to prov id e services o n th e
proj ec t. "Services" includ e, with out limita tion , prov idin g, ha ulin g, o r d e live rin g equipment or
ma teri a ls, or providin g la bor , tran s porta tion , or ton er servi ces r e la te d to a proj ec t. "Services "
does .no t include ac tiviti es unre lat ed to the proj ec t, s uch a s food/be verage ve nd o rs, o ffi ce
s uppl y de li ve ri es, a nd d eli ve ry of portable to il e ts.
b. T he co nt rac to r sh all provided co ve ra ge, based o n prope r reportin g of cl ass ifi cati o n codes
a nd payroll a m o unt s and filin g o f any coverage agreem ents, whi c h m eets th e s ta tut ory
requirements of Texas La bo r C od e, Secti o n 4 01.011 (4 4 ) or a ll empl oyees o f th e co nt rac to r
p rov idin g se rvices on th e proj ect , fo r th e durati on of th e proj ect.
c . Th e Cont rac tor mu st prov id e a certifica te o f covera ge to th e governm enta l e ntit y pri or to
be in g awa rd ed th e co ntrac t.
d. If th e coverage peri od shown o n th e contractor's c urrent certi fica te o f coverage end s
durin g th e du ra ti on of th e proj ec t, th e contrac tor mu st , pri o r to th e end of th e covera ge
peri od , fil e a new ce rtifica te of covera ge w ith th e governm enta l e ntit y sh ow ing th a t
coverag e has bee n ex tend ed .
e . T he co ntrac to r sha ll o bt a in fro m each person prov idin g se r vice s o n a proj ec t, a nd
prov id e to th e g ov ernm ent a l e nti ty :
(I ) a certifi ca te of coverage, pri or to th a t p erson beginnin g wo rk o n th e proj ec t, so th e
gove rnm enta l enti ty will have o n fil e certifi cates of cove rage s how in g coverage for a ll
per sons prov idin g ser vices on th e proj ec t ; and
(2) no lat er 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.
f. 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 th e governmental entity in writing by certified mail or personal
delivery, within ten ( I 0) days after the contractor knew or should have known, of any
change that materially affects th e provision of coverage of any person providing services
on the project.
h . The contractor shall pos t on eac h project site a notice, in the text , form and manner
prescribed by the Texas Worker's Compensation Commission, informing all persons
providing services on the proj ec t 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 perso n with whom it contracts to provide
services on a project, to :
(I) provide coverage, ba sed on proper reporting on cl ass ification codes and payro ll
amounts and filing of a ny coverage agreements, which meets the statutory
requirements of Texas labor Code, Section 401.011 (44) for all of its employees
providing services on the proj ect, for th e 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 perso n
providing services on the project, for th e 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 th e current
certificate of coverage end s durin g th e duration of the project;
(4) obtain from each other person with whom it contracts, and provide to the contractor:
(a) a certificate of coverage, prior to the other person 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) reta in all required certificates of coverage on file for the duration of the project and for
one year thereafter.
(6) notify the governmental entity in wiring by certified mail or personal delivery, within
ten ( I 0) 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
(7) contractually require each per son with whom it contracts, to perform as required by
paragraphs (I) -(7), with the certificates of coverage to be provided to the person for
whom th ey are providing services.
Rev 3-13-09
J By signin g this contract or providing or causing to be provided a certificate of coverage, the
co ntractor is r epresenting to the gove rnmental entity that all employees of the contractor
who will provide services on the project will be covered by worker's compensation
coverage for the duration of the project, that the coverage will be ba sed on proper reporting
of classification codes and payroll amounts, and that all coverage agreements will be filed
with th e appropriate insurance carrier or, in the case of a self insured , with the
commission's Division of Self-Insurance Regulation. Providing false or mi s leading
information may subject the contractor to administrative, criminal, 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 does not remedy the breac h within ten days after receipt of notice of breach
from th e governmental entity.
B. The contractor shall po st a notice on each project s ite infonnin g 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 Worker's Compensation Act or other Texas Worker's Compensation Commission rul es. 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 th e worker population . The text
for the notices shall be the following tex t, without any additional words or changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE"
The law require s that each person working on this site or providing services related to this construction
project must be covered by worker" 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 id entity of their employer or statu s as an employee".
Contact the Texas Workers' Compensation Commission to receive information on the legal
requirement for coverage, to verify whether your employer has provided the required coverage, or to
report an emp loyer's failure to provide coverage".
16. NONDISCRIMINATION: The contractor shall not di scriminate again st any pe rson or persons
because of sex, race, religion , color, or nation a l origin and shall comply with the provisions of City
Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections I 3A-2 l
throu g h I 3A-29), prohibiting discrimination in employment practices .
17 . AGE DISCRIM[NA TION: In accordance with the policy ("Policy") of th e Executive Branch of the
federal gove rnment, contractor covenants that neither it nor any of its officers, members, agents, or
employees, will engage in performing this contract, shall, in connection with the e mployment,
advancement or discharge of employees or in conn ec tion with the terms, conditions or privileges of their
emp loym ent, discriminate against perso n because of their age except on the ba s is of a bona fide
occupational qualifica tion , re tir emen t plan or s tatutory requirement.
Contractor further covenants that nei th er it nor it s officers, members, agen ts, or employees, or person
acting on their behalf, shall spec ify, in soli c it ations or advertisements for employees to work on this
Contract, a maximum age limit for s uch employment unless the spec ified maximum age limit is based
upon a bon a fide occupational qualifi ca tion , retir ement plan or statutory requirement.
Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City
harml ess against any and all claims or allegations asserted by third parties against City arising out of
Rev 3-13-09
Contractor's a ll eged fai lure to comply with th e above referenced Policy co ncerning age discrimination in
th e performan ce of thi s Cont rac t.
18. DISCRIMINATION DUE TO DISABILITY: In accordance w ith the provisions of the
Ameri cans with Disabilities Act of 1990 ("ADA"), Contractor warran ts that it will not unl awfu ll y
di scriminate on th e bas is of di sa bility in the provision of services to the genera l public, nor in th e
ava il ab ility, terms and/or conditions of employment for applicants for employment with , or current
employees of Contractor. Contractor warrants it wil l fu ll y comply with AD A's provi s ion s a nd any other
applicable federal state and loca l laws co ncernin g di sabi lit y a nd wi ll defend indemnify and hold C it y
harml ess against a ny cla ims or a ll egations asserted by third parti es against City arising out of
Contractor's a ll eged fai lur e to comply wit h th e above-referenced laws concerning di sa bilit y
di scr imi nation in th e performance of thi s Contract.
19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY:
a. The contractor w ill receive fu ll payment (less retai nage) from the city for each pay period.
b. Payment of the retain age wi ll be included with th e final payment after acceptance of the project as
be in g complete.
c. Th e proj ect shall be d eemed complete a nd accepted by the City as of the date th e final punch li st has
been comp le ted , as ev id enced by a writte n statement signed by the contractor and th e City.
d. The warranty period shall begin as of th e date that the final punch list has been completed.
e. Bi ll s Paid Affidavit and Consent of Surety sha ll be required prior to fi na l payment becom in g due
and payable .
f. In the event th at the Bi ll s Pa id Affidavit and Con sent of Surety have been de livered to the c it y and
there is a dispute regard in g (i) fi nal qu antities, or (ii) liquidated damages, city shall make a
progress payment in th e amount th a t city deems due and payable .
g . In th e event of a di s pute re gard ing e ith er final quantities or liquida ted damages, the parti es shall
attempt to reso lve the differences w ithin 30 calendar days .
Rev 3-13-09
SECTION 3 -M/WBE DOCUMENTS
3.1 M/WBE SPECIAL INSTRUCTIONS TO BIDDERS
3.2 M/WBE SUBCONTRACTORS/SUPPLIERS UTILIZATION
3.3 M/WBE GOOD FAITH EFFORT FORM
3.4 M/WBE JOINT VENTURE ELIGIBILITY
City of Fort Worth
ATIACHMENT 1A
Page 1 of 4
'12 -/3 -1 0 ,~00 : 51 IN
Subcontractors/Suppliers Utilization Form
PRIME COMPANY NAME: Check applicable b l ock to describe prime
JLB Contracting, LLC
PROJECT NAME: I M/W/DBE I X I NON -M/W/DBE
Old Decatur Road (Bailey-Boswell to WJ Boaz) Improvements
December 16 , 2010
City 's M/WBE Project Goal: Prime's M/WBE Project Utilization : PROJECT NUMBER
01296
15% 22.00%
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form , in its entirety with requested documentation , and received by the Managing
Department on or before 5:00 p.m. five (5 ) City business days after bid opening , exclusive of bid open ing date ,
will result in the bid being considered non-respons ive to bid specifications.
The undersigned Offerer agrees to enter into a formal agreement w ith the M/WBE firm(s) listed in this
util ization schedule , conditioned upon execution of a contract with the City of Fort Worth . The intentional
and/or knowing misrepresentation of facts is grounds for cons ideration of disqualification and will result in the
bid being considered non-responsive to bid specificat ions
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
Parker, Johnson , Collin , Dallas , Denton , Ellis , Kaufman and Rockwall counties .
Ide ntify each Tier level. Tier is t he level of subcontracting below the prime contracto r, i.e ., a direct
payment from the prime contractor to a subcontractor is cons idered 1 st tier, a payment by a subcontractor to
its supplier is considered 2 nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms , located or doing business at the time of bid open ing within the Marketplace, that have
been determined to be bonafide minority or women businesses by the North Central Texas Reg ional Cert ification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business
Enterprise (DBE) is synonymous w ith Minority/Women Business Enterprise (M/WBE).
If hauling servic es are utilized , the prime will be given cred it as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on t he contract. The M/WBE may lease
trucks from another M/WBE firm , including M/WBE owner-operators , and rece ive full M/WBE cred it. The
M/WBE may lease trucks from non-M/WBEs , including owner-operators , but will only receive credit for the
fee s and commissions earned by the M/WBE as outlined in the lease agreement.
fORTWORTH ---...,..--12 -23 -10 A09:51 IN
ATTACHMENT 1A
Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers , regardless of stat us ; i.e ., Minority , Women and non-M/WBEs.
Please list M/WBE firms first , use additional sh eets 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 w Telephone/Fax r B B R 0 B E E C T E
A
T &R Excavation 1 X Water, Sewer & $363 ,076
3529 Peoria Street Drainage
Dallas , Texas 75212
(214) 631 -2718
(214) 267-1614
Green Scaping 1 X Landscaping , $99 ,11 1
2401 Handley Edervi lle Irrigation & Brick
Fort Worth , Texas 76118 Pavers
(817) 577 -9299
(817) 577 -9331
Klutz Const ruct ion , LLC 1 X Drainage $76 ,100
PO Box 100263 Structures
Fort Worth , Texas 76185
(817) 92 1-0990
American Striping 1 X Traffic Markings $49 ,756
11551 Ravenview
Dallas , Texas 75253
(972) 557-8565
(972) 557-4450
Herter Enterprises 1 X Excavation $106 ,545
4326 FM 67
Grandview Tx. 76050
(817) 239-3354
fORTWORTH --....,..---1 2 -2 3-10 A09 :51 I N
ATTACHMENT 1A
Page 3 of 4
Primes are required to identify ALL subcontractors/suppl iers , rega rdless of status ; i.e ., Minority , Women and non-M/WBEs.
Please list M/WBE firms first . use add itional sheets if necessary.
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name i N
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D Vii Telephone/Fax r B B R 0 B E E C T E
A
Southern Aspha lt 1 )< Liquid Asphalt $14 ,021
3632 Lawnwood St Supplier
Fort Worth , TX 76111
(817) 834-2800
Mel 's Electric, LP 1 )< Electrical & $338 ,874
PO Box40 Signalization
Wilmer, Texas 75172
(972) 441-6208
(972) 441-6394
Southern Star Concrete 1 )( Redi -Mix $461,487
8500 Freeport Pkwy Concrete
Irving , Texas 75063 Suppl ier
(972) 621 -0999
(214) 277-7977
US Lime 1 )( Lime Material $72 ,670
P.O . Box 851 Supplier
Cleburne , TX 76033
Crossroads LP 1 )< Traffic Signage $16 ,750
5012 David Strickland
Fort Worth , Texas 76119
(817) 759-1199
(817) 759-1135
Highway Technologies 1 ) Barricades $12 ,160
7200 Jack Newell Blvd
Fort Worth , Texas 76118
(817) 595-8885
(817) 595 -1801
FORT WORTH
~
1?-?°4 1(\ Af"\()·J:;1 I ~I
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontract ors/Supp li ers
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS
$588,043
$ 565020
$1,285,463
ATIACHMENT 1A
Page 4 of 4
The Contractor will not make additions , deletions , or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance . The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination .
By affixing a signature to this form , the Offeror further agrees to provide, directly to the City upon request ,
complete and accurate information regarding actual work performed by all subcontractors , including
M/W/DBE(s) arrangements submitted with the bid . The Offeror also agrees to allow an audit and/or
examination of any books, records and files held by the ir 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 terminat ing the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal , State or
Local laws concerning false statements . Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offeror and barred from participating in
City work for a period of time not less than one ( 1) year.
President
Title
JLB Contracting, L.L.C.
Company Name
PO Box 24131
Address
Fort Worth Texas 76124
City/State/Zip
James G . Humphrey
Printed Signature
James G . Humphrey
Contact Name/Title (if different)
(817) 261-2991 (817) 261-3044
Telephone and/or Fax
E-mail Address
December 22 2010
Date
TRANSPORTATION AND Pull.IC WORKS
BUSINESS SUPPORT DMSJON
W/MBE REQUIRED DOCUMENTATION RECEIPT
Official Date and Time
1_ o -10 AO 'J :51 IN
Bid Date: jg/ ll,0( ID
Project Name: O(d DoercizJ( J?ica{
Project Manager:Va±:: Tuel.le,( 'tr
Forms Submitted By
Name: 0{)_ ~~ bl l 1 f/b. ph ( .e1fr
Company: jLP Covclr~
L F2rms. Received By:
Name: (yn{R ~
-
SECTION 4-BID PACKAGE
4.1 BID PROPOSAL WORKBOOK
PROPOSAL
TO: The Purchasing Department
City of Fort Worth , Texas
FOR: Old Decatur Road -Bailey-Boswell to WJ Boaz
City Project No.: 01296
UNITS/SECTIONS:
Unit I -PAVING , DRAINAGE , STRIPING & ILLUMINATION
Unit II -LANDSCAPE
Your Vendor Number
Your Company Name
16042
JLB Contracting , LLC
Fort Worth , Texas
10/28/2010
Pursuant to the foregoing "Notice to Bidders ," the undersigned has examined the plans ,
specifications and the site, understands the amount of work to be done, and hereby
proposes to do all the work and furnish all labor, equipment, and materials necessary to
fully complete all the work as provided in the plans and specifications, and subject to
the inspection and approval of the Director, Water Department of the City of Fort
Worth . If required by this project, Contractor must be pre-qualified in accordance with
the projects sponsoring Departments of the City of Fort Worth requirements. Upon
acceptance of this Proposal by the City Council and required by this project, the bidder
is bound to execute a contract and furni sh Performance, Maintenance Bond for the
water replacement contract only , and Payment Bond approved by the City of Fort Worth
for performing and completing said work within the time stated for the following sums,
to wit:
Total quantities given in the bid proposal may not reflect actual quantities , by represent
the best accuracy based on a reasonable effort of investigation; however, they are given
for the purpose of bidding on and awarding the contract.
Special Note: All contractors_are advised that one contract will be awarded to the
lowest combined bid for all Units/Sections.
City of Fort Worth Project Manager: PATRICK BUCKLEY, PE
Project 01296 -OLD DECATUR ROAD -BAILEY-BOSWELL TO WJ BOAZ
Unit/Section: PAVING, DRAINAGE, STRIPING, ILLUMINATION C223-541200-207230129683
Date
City Project t
Your Vendor Number
Your Company Name
Bid Items
Line Number
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
308
16042
10/20/2010
1296
JLB Contractin LLC
CPMS Record Number
BID-00124
BID-00100
BID-00501
BID-00504
BID-00144
BID-00101
BID-00372
BID-00472
BID-00543
BID-00054
BID-00070
BID-00080
BID-00069
BID-00876
BID-00873
BID-00117
BID-00118
BID-00081
BID-00082
BID-00085
BID-00 1 11
BID-00112
BID-00104
BID-00103
BID-00457
BID-00486
BID-00496
BID-00495
BID-00471
BID-00429
. BID-00459
Material
ServiceCS
ServiceCS
Steel
Steel
ServiceCS
ServiceCS
ServiceCS
ServiceCS
Soil
ServiceCS
ServiceCS
ServiceCS
Concrete
Concrete
Concrete
Concrete
Concrete
Concrete
Concrete
Concrete
Concrete
Concrete
Concrete
Concrete
ServiceCS
Lime
Lime
Other
Asphalt
Concrete
Concrete
Contractor In structions:
Fill in green cells with your CFW Vendor 10, your Company Name and your bid amounts.
When your bid is complete, save and close, start Buzzsaw and Add your proposal to the
folder with your Company Name within project's Bid Re sponses folders.
You may now submit this b id
Description
Mobilization -Services
Storm Water Pollution Prevention Plan > Than 1 Ac SWPPP -Install
Sien-Barricades & Traffic Routine -Install
Sian-Proiect Desianation -Install
Site Preoaratian-Clear Grub Excavation -Remove
Unclassified Trench Excavation & Backfill -Install
Trench Safety Svstem 5 Foot Deoth -Install
Pavement-Unclassified Street Excavation -Remove
Fill Material-Borrow -Install
Box Culvert -Remove
Headwall -Remove
Pipe -Remove
Headwall -Install
Box Culvert-5 Ft x 3 Ft -Install
Box Culvert-4 Ft x 3 Ft -Install
Manhole-> Than 4 Ft -Install
Manhole-4 Ft -Install
Pipe-21 Inch-CL Ill -Install
Pipe-24 Inch-CL Ill -Install
Pipe-36 Inch-CL Ill -Install
lnlet-Recessed-10 Ft -Install
lnlet-Recessed-15 Ft -Install
lnlet-Dron-4 Ft -Install
lnlet-Droo-> Than 4 Ft -Install
Pavement-Concrete -Remove
Suborade-8 Inch-Lime Stabilized -Install
Suborade-lime for Stabilization -Install
Suborade-Flexbase -Install
Pavement-Transition-Min 6 Inch HMAC -Install
!Pavement Concrete {10 Inch) -lnstafl %W i
Pavement-Concrete Raolacement on Existino Base -Install
Your Unit
Unit of Measure Quantity Price Your Bid
Lumo Sum 1 .00 $25 ,600.00 $25,600.00
Lumo Sum 1.00 $2 ,700 .00 $2 ,700.00
Lumo Sum 1.00 $9 600.00 $9 ,600.00
Each 2.00 $350.00 $700.00
Acre 10 .50 $1 ,325 .00 $13 ,912 .50
Cubic Yard 14300.00 $2 .70 $38 ,610.00
Linear Foat 150.00 $4 .25 $637.50
Cubic Yard 13003.00 $7.49 $97 ,392.47
Cubic Yard 3138 .00 $5 .32 $16 ,694.16
Each 2 .00 $2 130.00 $4 ,260 .00
Lumo Sum 2.00 $375 .00 $750.00
Linear Foot 212 .00 $5 .30 $1 ,123.60
Cubic Yard 22 .00 $690 .00 $15 ,180.00
Linear Foot 645.00 $172.00 $110,940 .00
Linear Foot 935.00 $135 .00 $126 ,225 .00
Each 2 .00 $2 ,620 .00 $5 ,240.00
Each 6 .00 $3 ,240 .00 $19 ,440.00
Linear Foot 445.00 $34 .00 $15 ,130.00
Linear Foot 1495.00 $39 .35 $58,828.25
Linear Foot 570 .00 $68 .00 $38,760.00
Each 6 .00 $2,605.00 $15 ,630.00
Each 1 .00 $3 ,620.00 $3 ,620.00
Each 5 .00 $3 ,300.00 $16 ,500.00
Each 1.00 $3,300 .00 $3 ,300.00
Sauare Yard 3133.00 $3 .19 $9,994.27
Square Yard 23258 .00 $2 .12 $49 ,306.96
Ton 559.00 $148 .00 $82 ,732.00
Square Yard 1036.00 $11 .14 $11 ,541.04
Ton 617.00 $67.60 $41 ,709.20
Square Yard ,: • II $37.33 $776 ,986.62
Sauare Yard 850.00 I $61 .20 S52020.00
31 BID-00842 Concrete Curb-6 Inch -Install Linear Foot 4940 .00 $2 .03 $10 ,028 .20
32 BID-00843 Concrete Curb-7 Inch -Install Linear Foot 4500 .00 $2 .12 $9 ,540.00
33 BID-00425 Concrete Curb & Gutter-6 Inch w/18 Inch Gutter -Install Linear Foot 655 .00 $16 .50 $10 ,807 .50
34 BID-00404 Concrete Drivewav-6 Inch -Install Sauare Foot 540 .00 $4 .84 $2 ,613.60
35 BID-00546 Iron Fire Hvdrant -Install Each 1.00 $3,725 .00 $3 ,725.00
36 BID -0 0547 ServiceCS Fire Hvdrant -Remove Each 1.00 $530 .00 $530 .00
37 BID-00206 ServiceCS Manhole -Remove Each 2 .00 $530 .00 $1 ,060 .00
38 BID-00847 ServiceCS Valve Box-Adjustment -Services Each 4 .00 $300 .00 $1 ,200 .00
38 BID-00849 ServiceCS Manhole-Adjustment -Services Each 1.00 $350 .00 $350 .00
39 BID-00616 PVC Pioe-Pressure-6 Inch -Install Linear Foot 57 .00 $14 .00 $798.00
40 BID-00752 ServiceCS Vault-Vault Adiustment to Grade -Rehab Each 3.00 $265 .00 $795 .00
41 BID-00549 ServiceCS Meter Box -Relocate Each 3.00 $53 .00 $159 .00
42 BID-00528 Concrete Walk -Install (Standard Steel Reinforced Concrete Sidewalk) Sauare Foot 5321 .00 $5 .11 $27 ,190.31
43 BID-00527 Other Walk -Install (Fiber Reinforced Concrete Sidewalk) Sauare Foot 22100 .00 $3 .11 $68 ,731 .00
44 BID-00529 ServiceCS Walk -Remove Sauare Foot 1200.00 $1.06 $1,272 .00
45 BID-00533 ServiceCS Walk-ADA Wheelchair Ramp -Remove Sauare Foot 92 .00 $1 .60 $147 .20
46 BID-01227 Concrete Walk-ADA Wheelchair Ramp -Install Each -,.-111-$860 .00 $13 ,760 .00
47 BID-00411 Other Retaining Wall -Install Cubic Yard 68 .00 $480 .00 $32 ,640.00
48 BID-00121 Other Miscellaneous -Install <Bollards-Install) Each 9 .00 $220 .00 $1,980 .00
49 BID-00132 Veaetation Grass-Bermuda Sod -Install Sauare Yard 9695 .00 $2 .61 $25,303.95
50 BID-00131 Veoetation Grass-Bermuda Hvdromulch -Install Sauare Yard 8292 .00 $0.67 $5 ,555.64
51 BID-00147 Soil Topsoil -Install Cubic Yard 2998.00 $16 .50 $49 ,467 .00
52 BID-00431 Other Pavement Marking-12 Inch-Crosswalk Line-White -Install Linear Foot 1040.00 $2 .66 $2 ,766 .40
53 BID-00438 Other Pavement Marking-Stop Ba r-White-18 Inch -Install Linear Foot 375 .00 $4 .04 $1,515 .00
Pavement Marking-Striping -Install (Pavement Marking-Striping -Install (6"
54 BID-00439 Other WHITE DOT THERMOPLASTIC )) Linear Foot 360 .00 $1 .33 $478 .80
Pavement Marking-Striping -Install (Paveme nt Marking-Striping -Install (4"
55 BID-00439 Other WHITE SOLID THERMOPLASTIC)) Linear Foot 525 .00 $0 .90 $472 .50
Pavement Marking-Striping -Install (Pavement Marking-Striping -Install (4"
56 BID-00439 Other WHITE BROKEN THERMOPLASTIC)) Linear Foot 1730 .00 $0 .90 $1 ,557 .00
Pavement Marking-Striping -Install (Pavement Marking-Striping -Install (6"
57 BID-00439 Other WHITE SOLID THERMOPLASTIC)) Linear Foot 13170 .00 $1 .33 $17 ,516.10
Pavement Marking-Striping -Install (Pavement Marking-Striping -Install (4"
58 BID-00439 Other YELLOW SOLID THERMOPLASTIC)) Linear Foot 1300 .00 $0 .90 $1,170 .00
Pavement Marking-Striping -Install (Pavement Marking-Striping -Install (4 "
59 BID-00439 Other YELLOW BROKEN THERMOPLASTIC)) Linear Foot 745 .00 $0 .96 $715 .20
Pavement Marking-Striping -Install (Pavement Marking-Striping -Install (6"
60 BID-00439 Other YELLOW SOLID THERMOPLASTIC)) Linear Foot 225 .00 $1 .33 $299 .25
Pavement Marking-Striping -Install (Pavement Marking-Striping -Install
61 BID-00439 Other (YIELD LINE WHITE THERMOPLASTIC)) Linear Foot 13 .00 $16 .00 $208 .00
62 BID-00441 Other Pavement Marking-Turn Arrows -Install Each 14 .00 $112.00 $1 ,568 .00
Pavement Marking-Lane Legend-P-H-A Thermoplastic -Install (Pavement
63 BID-01006 Other Marking-Lane Legend-P-H-A Thermoplastic -Install (WORDS)) Each 14 .00 $265 .00 $3,710.00
Pavement Marking-Lane Legend-P-H -A Thermoplastic -Install (Pavement I 64 BID-01006 Other Marking-Lane Legend-P-H-A Thermoplastic -Install (BIKE SYMBOLS)) Each 25,00 $186 .00 $4 ,650 .00
Miscellaneous-Install (416-2031 DrlU Shaft (TRF SIG POLE) (30 IN)-
65 BID-01306 Other LINEAR FOOn ".@ ·* iJLinear Foot rg 12 .00 $180.00 $2,160.00
Miscellaneous-Install (416-2032 Drill Shaft (TRF SIG POLE) (36 IN)-
66 BID-01306 Other fL INEAR FOOT) Linear Foot 42 .00 $245 .00 $10 ,290 .00
Miscellaneous -Install (416-2034 DrlU Shaft (TRF SIG POLE) (48 IN)·
67 BID-01306 Other LINEAR FOOT) Linear Foot 132.00 $265 .00 $34 ,980 .00
lMiscellaneous-lnstaU (616-20~ CONDT (INC) (SCHD 80) (2")-LIN~R,, ;ff¥ W&V
68 BID-01306 Other FOOT\ fl @ . ""'· •• Linear Foot 353 .00 $4 .25 $1 ,500 .25
69 BID-01306 Other 128.00 $9 .80 $1 ,254.40
70 BID-01306 Other 1343 .00 $10 .95 $14 ,705 .85
71 BID-01306 Other 1790.00 $1 .01 $1,807.90
72 BID-01306 Other 558 .00 $1 .38 $770.04
73 BID-01306 Other 1866.00 $1 .01 $1 ,884 .66
74 BID-01306 Other 480.00 $0 .53 $254.40
75 BID-00121 Other Each 12.00 $530 .00 $6 ,360 .00
76 BID-00121 Other Each 2 .00 $4,790.00 $9 ,580 .00
77 BID-001 2 1 Other Each 1.00 $4 790.00 $4,790.00
78 BID-00121 Other Each 3.00 $1 7,880 .00 $5 3,640 .00
79 BID-00121 Other Each 21 .00 $74 .50 $1 ,564 .50
80 BID-00121 Other Each 7 .00 $90 .50 $633.50
81 BID-00121 Other Each 6 .00 $565 .00 $3 ,390 .00
82 BID-00121 Other Each 7 .00 $230.00 $1 ,610 .00
83 BID-00121 Other Each 28 .00 $245 .00 $6 ,860 .00
84 BID-00121 Other Each 7 .00 $225.00 $1 ,575 .00
85 BID-00121 Other 28 .00 $250.00 $7 ,000 .00
86 BID-00121 Other 28 .00 $215 .00 $6 ,020 .00
87 BID-01306 Other 1028 .00 $1 .12 $1 ,151 .36
88 BID-01 306 Other 515 .00 $1 .38 $710 .70
89 BID-01 306 Other 1611 .00 $4 .04 $6 ,508.44
90 BID-01306 Other 2385 .00 $0 .90 $2 ,146 .50
91 BID-00121 Other Each 1.00 $5,000.00 $5 ,000 .00
92 BID-00121 Other Each 1.00 $6 ,900 .00 $6 ,900 .00
93 BID-00121 Other Each 1.00 $7 ,600.00 $7,600 .00
94 BID-00121 Other Each 1.00 $13,330.00 $13 ,330 .00
95 BID-00121 Other Each 1.00 $13 ,665.00 $13 ,665 .00
96 BID-00121 Other Each 4 .00 $15,210.00 $60 ,840 .00
98 BID-00121 Other Each 1.00 $1 ,170.00 $1 ,170.00
99 BID-00121 Other Each 5.00 $139.00 $695 .00
100 BID-00121 Other Each 3.00 $7 ,525 .00 $22 ,575 .00
101 BID-00121 Other 10.00 $1 ,490 .00 $14 ,900 .00
102 BID-00121 Other 3.00 $373 .00 $1,119 .00
103 BID-01306 Other 2385 .00
104 BID-00175 PVC 2893 .00
105 BID-00969 Assembl 20 .00
106 BID-01303 Other Miscellaneous Force Account -Install Force Acct 125000 .00
107 BID-01304 ServiceCS Miscellaneous Utilities Force Account -Services Force Acct 85000 .00
108 BID-00121 Other Each
Total Bid This Unit $2,607 ,851 .97
City of Fort Worth Project Manager: PATRICK BUCKLEY, PE
Project 01296 -OLD DECATUR ROAD -BAILEY-BOSWELL TO WJ BOAZ
Unit/Section: LANDSCAPE C223-541200-207230129683
Date
City Project #
Your Vendor Number
Your Company Name
16042
10/14/2010
1296
JLB Contracting , LLC
Contractor Instructions:
Fill in green cells with your CFW Vendor 10, your Company Name and your bid amounts.
When your bid is complete, save and close, start Buzzsaw and Add your proposal to the
folder with your Company Name within project's Bid Responses folders.
You may now submit this bid
Bid Items
Line Number CPMS Record Number Material Description Unit of Measure
1 BID-00121 Other Miscellaneous -Install (TREES -EACH) EACH
2 BID-00121 Other Miscellaneous -Install (IRRIGATION SYSTEM -LUMP SUM) EACH
3 BID-01306 Other Miscellaneous -Install (BORING OR TUNNELING PIPE -LINEAR FOOT) ' LINEAR FOOT
4 BID-00121 Other Miscellaneous -Install (4" SLEEVE IN BORE) EACH
Total Bid This Unit
Your Unit
Quantity Price Your Bid
34 .00 $340 .00 $11 ,560.00
1.00 $51 ,000.00 $51 ,000 .00
I 87 .00 $22.50 $1 ,957 .50
87 .00 $5 .30 $461 .10
$64,978 .60
FINAL BID SUMMARY
BASE BIDS
Unit I -PAVING , DRAINAGE, STRIPING & ILLUMINATION
Unit II -LANDSCAPE
Your Vendor Number
Your Company Name
16042
JLB Contracting, LLC
TOT AL BASE BID
$2 ,607,851 .97
$64,978 .60
$2 ,672,830.57
Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the
formal contract and will deliver an approved Surety Bond and such other bonds as required by the
Contract Documents, for the faithful performance of the Contract. The attached bid security in the
amount of 5% is to become the property of the City of Fort Worth, Texas , in the event the contract and
bond or bonds are not executed and delivered within the time above set forth , as liquidated damages for
the delay and additional work caused thereby .
If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least
one set of the General Contract Documents and General or Special Specifications for Projects, and that
they have thoroughly read and completely understand all the requirements and conditions of those
General Documents and the specific Contract Documents and appurtenant plans.
The undersigned assured that its employees and applicants for employment and those of any labor
organization, subcontractors, or employment agency in either furnishing or referring employee
applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance
No. 7278 as amended by City Ordinance No. 7400 .
The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to
complete the contract within 300 calenda; days after beginning construction as set forth in the written
work order to be furnished by the Owner.
(Check One Box and complete, as applicable)
D The principal place of business of our company is in the State of
a. Nonresident bidders in the State of , our principal place of business , are
required to be percent lower than resident bidders by state law. A copy of
the statute is attached.
b. Nonresident bidders in the State of
required to underbid resident bidders.
, our principal place of business , are not
[ill The principal place of business of our company or our parent company or majority owner
is in the State of Texas.
Receipt is acknowledged of the following
addenda:
Addendum No. 1: ~
Addendum No. 2: ~
Addendum No. 3: ~
Addendum No. 4:
Addendum No. 5:
Addendum No. 6:
Respectfully submitted,
By:~~~-
Company:
Address:
Date:
JLB CONTRACTING, LLC
P.O. BO X 24131
FORT WOR TH , TX 76124
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the
award of contracts to nonresident bidders . This law provides that, in order to be
awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside of the State of
Texas) bid projects for construction, improvements, supplies or services in Texas
at an amount lower than the lowest Texas resident bidder by the same amount
that a Texas resident bidder would be required too underbid a nonresident bidder
in order to obtain a comparable contract in the State in which the nonresident's
principal place of business is located. The appropriate blanks in Section A must be
filled out by all out-of-state or nonresident bidders in order for your bid to meet
specifications. The failure of out-of-state or nonresident contractors to do so will
automatically disqualify that bidder. Resident bidders must check the box in
Section B.
(Check One Box and complete, as applicable)
D The principal place of business of our company is in the State of
a. Nonresident bidders in the State of , our principal place of
business, are required to be percent lower than resident
bidders by state law. A copy of the statute is attached.
b. Nonresident bidders in the State of , our principal place of
busine ss, are not required to underbid resident bidders.
W The principal place of business of our company or our parent company
or majority owner is in the State of Texas.
BIDDER:
By: ~h~
Title: -:p;i.,'z> '~
Company:
Address:
JLB CONTRACTING, LLC
P.O. BOX 24131
FORT WO RT H -v 7fi 124
Date: /2-/ / & (10
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
-
-SECTION 5 -GENERAL & SPECIAL CONDITIONS
5.6 SPECIAL PROVISIONS
5.7 WAGE RATES
5.8 COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING
WAGE RATES
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 7/8/2008
= .... ===========-="""============,=====-===·=======
DATE: Tuesday , July 08 , 2008
LOG NAME: 30WAGE RA TES
SUBJECT:
REFERENCE NO.: **G-16190
Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Wo rks Projects
RECOMMENDATION:
It is recommended that the C ity Cou ncil adopt the attached 2008 Prevailing Wage Rates fo r C it y-awarded
public works projects .
DISCUSSION:
Texas Government Code Chapter 2258 requires that a public body awarding a contract for publ ic works
shall determine the general preva iling rate of per diem wages for each craft or type of worker needed to
execute the contract , and shall specify In the bid documents and in the cont ract the prevailing wage rates in
that locality .
Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of
Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA ), conducts a wage
rate survey for North Texas construction . The attached 2008 Prevailing Wage Rate data was compiled from
that survey .
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that this act ion will have no material effect on City funds .
TO Fund/Account/Centers
Submitted for City Manager's Office__by;_
Originating D~partment Head:
Additional Information ConJact:
FROM Fund/Account/Centers
Fernando Costa (8476)
A . Douglas Rademaker (6157 )
Eric Bundy (7598)
HEAVY & HIGHWAY CONSTRUCTION
PREVAILING WAGE RATES 2008
Air Tool Operator
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or Sweeper Operator
Bulldozer Operator
Carpenter
Concrete Finisher, Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete paving Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber
Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator
Electrician
F]agger
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Front End Loader Operator
Laborer, Common
Laborer, Utility
Mechanic
Milling Machine Operator, Fine Grade
Mixer Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Rough
Oiler
Painter, Structures
Pavement Marking M achine Operator
Pipelayer
Reinforcing Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Propelled
Roller Operator, Steel Wheel , Flat Wheel/Tamping
Roller Operator, Steel Wheel, Plant Mix Pavement
Scraper Operator
Servicer
Slip Form Machine Operator
Spreader Box Operator
Tractor Operator, C rawl er Type
Tractor Operator, Pneumatic
Traveling Mixer Operator
Truck Driver, Lowboy-Float
Truck Driver, Single Axle, Heavy
Truck Driver, Single Axle, Li ght
Truck Driver, Tandem Axle, Semi-Trailer
Truck Driver, Transit-Mix
Wagon Drill , Boring Machine, Post Hole Driller Operator
Welder
Work Zone Barricade Servicer
$10.06
$13.99
$12.78
$11.01
$ 8.80
$14.15
$ 9.88
$13 .22
$12 .80
$12.85
$13.27
$12.00
$13 .63
$12.50
$13.56
$14.50
$10.61
$14.12
$18.12
$ 8.43
$11.63
$ I 1.83
$13.67
$16.30
$12.62
$ 9.18
$10.65
$16.97
$11.83
$11.58
$15 .20
$14 .50
$14.98
$13.17
$10.04
$11.04
$14.86
$16.29
$11.07
$10.92
$11.28
$1 I .42
$12.32
$12.33
$10.92
$12.60
$12 .91
$12.03
$14 .93
$11.47
$10 .91
$11.75
$12.08
$14.00
$13.57
$10.09
Classification
AC Mechanic
AC Mechanic Helper
Acoustical Ceiling Mechanic
Bricklayer/Stone Mason
Bricklayer/Stone Mason Helper
Carpenter
Carpenter Helper
Concrete Finisher
Concrete Form Builder
Drywall Mechanic
Drywall Helper
Drywall Taper
Drywall Taper Helper
Electrician (Journeyman)
Electrician Helper
Electron i c Technician
Electronic Technician Helper
Floor Layer (Resilient)
Floor Layer Helper
Gla zier
Glazier Helper
Insul ator
Insulator Helper
Laborer Common
Laborer Skilled
Lather
Painter
Painter He lper
Pip efitter
Pipefitter Helper
Pla st erer
Plasterer Helper
2008 PREVAILING WAGE RATES
CONSTRUCTION INDUSTRY
Hrly Rate Classification
$21.69 Plumber
$12.00 Plumber Helper
$15.24 Reinforcing Steel Setter
$19.12 Roofer
$10.10 Roofer Helper
$16.23 Sheet Metal Worker
$11.91 Sheet Metal Worker Helper
$13 .49 Sprinkler Sy st em Installer
$13.12 Sprinkler System Installer Helper
$14.62 Steel Worker Structural
$10.91 Concrete Pump
Cr ane, Clamsheel, Backhoe, Derrick, D'Line
$13.00 Shovel
$9 .00 Forklift
$20 .20 Front End Loader
$14.43 Truck Driver
$19.86 Welder
$12 .00 Welder Helper
$20.00
$13.00
$18 .00
$13.00
$14 .78
$11.25
$10.27
$13.18
$16.10
$14 .83
$8.00
$18.85
$12 .83
$17.25
$12 .25
Hrly Rate
$20.43
$14.90
$10.00
$14.00
$10.00
$16.96
$12.31
$18.00
$9.00
$17 .43
$20.50
$17.76
$12.63
$10.50
$14.91
$16.06
$9.75
Compliance with and Enforcement of Prevailing Wage Laws
(a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all
requirements of Chapter 2258 , Texas Government Code (Chapter 2258),
including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter
2258 . Such prevailing wage rates are included in these contract documents.
(b) Penalty for Violation. A contractor or any subcontractor who does not pay the
prevailing wage shall, upon demand made by the City, pay to the City $60 for
each worker employed for each calendar day or part of the day that the worker is
paid less than the prevailing wage rates stipulated in these contract documents.
This penalty shall be retained by the City to offset its administrative costs,
pursuant to Texas Government Code 2258.023.
( c) Complaints of Violations and City Determination of Good Cause. On receipt of
information , including a complaint by a worker, concerning an alleged violation
of 2258 .023 , Texas Government Code, by a contractor or subcontractor, the City
shall make an initial determination, before the 31 st 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
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 thi s 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 person s . The City is not a party in the arbitration. The
decision and award of th e 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.
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
1. SCOPE OF WORK ................................................................................................. SP-06
2. AWARD OF CONTRACT ....................................................................................... SP-06
3. PRECONSTRUCTION CONFERENCE .................................................................. SP-06
4 . EXAMINATION OF SITE ........................................................................................ SP-06
5. BID SUBMITTAL ..................................................................................................... SP-06
6. WATER FOR CONSTRUCTION ............................................................................ SP-07
7. SANITARY FACILITIES FOR WORKERS .............................................................. SP-07
8. PAYMENT ............................................................................................................... SP-07
9. SUBSIDIARY WORK .............................................................................................. SP-07
10 . LEGAL RELATIONS AND RESPONSIBILITIES
TO THE PUBLIC ..................................................................................................... SP-07
11 . WAGE RATES ........................................................................................................ SP -07
12 . EXISTING UTILITIES ............................................................................................. SP-08
13. PARKWAY CONSTRUCTION ................................................................................ SP-09
14. MATERIAL STORAGE ........................................................................................... SP-09
15. PROTECTION OF EXISTING UTILITIES
AND IMPROVEMENTS .......................................................................................... SP-09
16. INCREASE OR DECREASE IN QUANTITIES ........................................................ SP-09
17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS ............................... SP-09
18. EQUAL EMPLOYMENT PROVISIONS ................................................................... SP-10
19. MINORITY AND WOMENS BUSINESS ENTERPRISE
(M/WBE) COMPLIANCE ......................................................................................... SP-10
20. FINAL CLEAN UP ..................................................................................................... SP-12
21 . CONTRACTOR'S COMPLIANCE WITH WORKER 'S
COMPENSAT ION LAW ........................................................................................... SP-12
22 . SUBSTITUTIONS ..................................................................................................... SP-15
23 . MECHANICS AND MATERIALMEN 'S LIEN ............................................................. SP-15
24 . WORK ORDER DELAY ......................................................... ., ................................ SP-15
25 . CALENDAR DAYS ....................................................................................................... SP-15
26 . RIGHT TO ABANDON ............................................................................................. SP-15
27. CONSTRUCTION SPECIFICATIONS ..................................................................... SP-15
28 . MAINTENANCE STATEMENT ................................................................................ SP-16
29 . DELAYS ....................................................................................................... SP-16
30. DETOURS AND BARRICADES ............................................................................... SP -16
31 . DISPOSAL OF SPOIL/FILL MATERIAL ................................................................... SP-16
32 . QUALITY CONTROL TESTING .............................................................................. SP-17
33 . PROPERTY ACCESS ............................................................................................. SP-17
34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ....................... SP -17
35 . WATER DEPARTMENT PRE -QUALIFICATIONS ................................................... SP-18
36 . RIGHT TO AUDIT .................................................................................................... SP-18
37 . CONSTRUCTION STAKES .................................................... SP -19
38 . LOCATION OF NEW WALKS AND DRIVEWAYS ................................................... SP-19
39 . EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP -19
40 . AIR POLLUTION WATCH DAYS .............................................................................. SP-20
Rev 2-19-10 SP -1
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
CONSTRUCTION ITEMS :
41 . PAY ITEM -MOBILIZATION ..................................................................................... SP -21
42 . PAY ITEM -STORM WATER POLLUTION PREVENTION> 1 AC SWPPP ............ SP-21
43 . PAY ITEM -BARRICADES , SIGNS & TRAFFIC HANDLING ................................... SP-23
44 . PRE-BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL .............................. SP-23
45 . PAY ITEM -CLEARING AND GRUBBING ............................................................... SP-24
46 . PAY ITEM -UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL .................. SP -24
47 . PAY ITEM -TRENCH SAFETY SYSTEM 5 FOOT DEPTH -INSTALL. ................... SP-25
48. PAY ITEM -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE ... SP -25
49 . PAY ITEM -FILL MATERIAL -BORROW -INSTALL ............................................. SP -25
50 . PAY ITEM -BOX CULVERT-REMOVE ................................................................ SP-25
51 . PAY ITEM -HEADWALL-REMOVE ....................................................................... SP-26
52 . PAY ITEM -PIPE -REMOVE .................................................................................. SP -26
53 . PAY ITEM -HEADWALL INSTALL. .......................................................................... SP-26
54 . PAY ITEM -BOX CULVERT -5 FT X 3 FT-INSTALL ............................................ SP-26
55 . PAY ITEM -BOX CULVERT -4 FT X 3 FT -INSTALL ............................................ SP -26
56 . PAY ITEM-MANHOLE -> THAN 4 FT-INSTALL. ................................................. SP-26
57. PAY ·ITEM-MANHOLE-4 FT-INSTALL ............................................................... SP-26
58 . PAY ITEM -PIPE -21 INCH -CL Ill -INSTALL .............................. _. ....................... SP-26
59 . PAY ITEM -PIPE-24 INCH -CL 111 -INSTALL. ...................................................... SP-26
60. PAY ITEM -PIPE -36 INCH -CL Ill -INSTALL. ...................................................... SP-26
61 . PAY ITEM -INLET -RECESSED-10 FT-INSTALL .............................................. SP-27
62. PAY ITEM -INLET -RECESSED -15 FT -INSTALL .............................................. SP-27
63 . PAY ITEM -INLET-DROP -4 FT -INSTALL ......................................................... SP -27
64 . PAY ITEM -INLET -DROP -6 FT-INSTALL ......................................................... SP-27
65. PAY ITEM -PAVEMENT -CONCRETE -REMOVE ................................................ SP-27
66 . PAY ITEM-SUBGRADE -8 INCH LIME STABILIZED -INSTALL ....... ,. ................. SP-27
67 . PAY ITEM -SUBGRADE -LIME FOR STABILIZATION -INSTALL ........................ SP-27
68 . PAY ITEM-SUBGRADE-FLEXBASE-INSTALL .................................. ., ................ SP-27
69 . PAY ITEM-PAVEMENT TRANSITION -MIN 6 INCH HMAC .................................. SP-27
70 . PAY ITEM -PAVEMENT-NON GREEN CEMENT-INSTALL ............................... SP-29
71 . PAY ITEM-CURB-6 INCH -INSTALL .................................................................. SP-29
72. PAY ITEM -CURB-7 INCH -INSTALL .................................................................. SP-29
73. PAY ITEM -CURB & GUTTER-6 INCH W/ 18 " GUTTER -INSTALL .................... SP -30
74. PAY ITEM -DRIVEWAY -6 INCH -INSTALL ......................................................... SP-30
75 . PAY ITEM -FIRE HYDRANT-INSTALL. ................................................................ SP-30
Rev 2-19-10 SP -2
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
76 . PAY ITEM -FIRE HYDRANT -REMOVE ................................................................ SP-30
77 . PAY ITEM -MANHOLE -REMOVE ......................................................................... SP -31
78. PAY ITEM-VALVE BOX-ADJUSTMENT-SERVICES ......................................... SP-31
79 . PAY ITEM -PIPE -PRESSURE -6 INCH -INSTALL. ............................................. SP-31
80 . PAY ITEM -VAULT -VAULT ADJUSTMENT TO GRADE -REHAB ....................... SP-31
81 . PAY ITEM -METER BOX-RELOCATE .................................................................. SP-31
82 . PAY ITEM -WALK-INSTALL ........................ __ ....................................................... SP -32
83 . PAY ITEM -WALK (FIBER) -INSTALL ................................................................... SP-32
84. PAY ITEM -WALK-REMOVE ................................................................................ SP-32
85 . PAY ITEM -WALK -ADA WHEELCHAIR RAMP -REMOVE .................................. SP -32
86 . PAY ITEM-WALK -ADA WHEELCHAIR RAMP -INSTALL. .................................. SP -33
87. PAY ITEM-RETAIN ING WALL -INSTALL ............................................................. SP-33
88. PAY ITEM -BOLLARDS ....................................... " .................................................. SP -33
89. PAY ITEM -GRASS-BERMUDA SOD -INSTALL ................................................... SP-33
90 . PAY ITEM -HYDRO-MULCH ................................................................................... SP-33
91 . PAY ITEM -TOPSOIL-INSTALL .................................... __ ...................................... SP-33
92 . PAY ITEM-PAVEMENT MARKING-12 INCH -CROSSWALK LINE -WHITE -
INSTALL .......................................... " ....................................................................... SP-34
93 . PAY ITEM -PAVEMENT MARKING-STOP BAR-WHITE-18 INCH .................... SP-34
94. PAY ITEM-PAVEMENT MARKING -STRIPING -INSTALL (6 " WHITE DOT
THERMOPLASTIC) .................................................................................................. SP-34
95 . PAY ITEM-PAVEMENT MARKING -STRIPING -INSTALL (4 " WHITE SOLID
THERMOPLASTIC) ................................................... ·--·--······························--·--········ SP -34
96 . PAY ITEM-PAVEMENT MARK ING ~ STRIPING -INSTALL (4 " WHITE BROKEN
THERMOPLASTIC) .................................................................................................. SP-35
97 . PAY ITEM -PAVEMENT MARKING -STRIPING -INSTALL (6 " WHITE SOLID
THERMOPLASTIC)--· ............................................................................................... SP-35
98 . PAY ITEM -PAVEMENT MARKING -STRIPING -INSTALL (4" YELLOW SOLID
THERMOPLASTIC) .................................................................................................. SP -35
99 . PAY ITEM -PAVEMENT MARKING -STRIPING -INSTALL (4" YELLOW BROKEN
THERMOPLASTIC) .................................................................................................. SP-35
100 . PAY ITEM -PAVEMENT MARKING-STRIPING -INSTALL (6 " YELLOW SOLID
THERMOPLASTIC) ..................................... , ............................................................ SP-36
101 . PAY ITEM-PAVEMENT MARKING-STRIPING -INSTALL (YIELD LINE WHITE
THERMOPLASTIC) .................................................................................................. SP-36
102 . PAY ITEM -PAVEMENT MARKING -TURN ARROWS -INSTALL ........................ SP-36
103 . PAY ITEM-PAVEMENT MARKING-LANE LEGEND -P-H-A THERMOPLASTIC -
INSTALL (WORDS) .................................................................................................. SP-36
104 . PAY ITEM -PAVEMENT MARKING-LANE LEGEND -P-H -A THERMOPLASTIC -
INSTALL (BIKE SYMBOLS) ...................................................................................... SP-36
105 . PAY ITEM -DRILL SHAFT (TRF SIG POLE) (30 IN) ............................................... SP-37
106 . PAY ITEM -DRILL SHAFT (TRF SIG POLE) (36 IN) ....................................... ., ...... SP-37
107 . PAY ITEM -DRILL SHAFT (TRF SIG POLE) (48 IN) ............................................... SP -37
108 . PAY ITEM -CONDT (PVC) (SCHD 80) (2 ") UNIT .................................................... SP-37
109 . PAY ITEM -CONDT (PVC) (SCHD 80) (3 ") UNIT ..................................................... SP-37
110 . PAY ITEM -CONDT (PVC) (SCHD 80) (4 ") UNIT .................................................... SP-38
Rev 2-19-10 SP-3
111 . PAY ITEM -ELEC CON DR (NO . 6) BARE UNIT ...................................................... SP -38
112. PAY ITEM-ELEC CONDR (NO. 6) INSULATED UNIT ............................................ SP-38
113. PAY ITEM-ELEC CONDR (NO . 8) INSULATED UNIT ............................................ SP-38
114. PAY ITEM-ELEC CONDR (NO. 12) INSULATED UNIT .......................................... SP-38
115. PAY ITEM -GROUND BOX TY D (162911) W/ APRON .......................................... SP -39
116 . PAY ITEM -ELC SRV TY D 120/240 070 (NS) SS (E) SP ....................................... SP-39
117. PAY ITEM -ELC SRV TY D 120/240 070 (NS) SS (E) SP ........................... " .......... SP-39
118 . PAY ITEM -INSTALL HWY TRF SIG (ISOLATED) .................................................. SP-39
119 . PAY ITEM -BACK PLATE (12 IN) (3 SEC) .............................................................. SP-39
120. PAY ITEM-BACK PLATE (12 IN) (5 SEC) .............................................................. SP-40
121. PAY ITEM-PED SIG SEC (12 IN) LED (2 INDICATORS) ....................................... SP-40
122 . PAY ITEM -VEH SIG SEC (12 IN) LED (GRN ARW) ........................ " ..................... SP-40
123. PAY ITEM -VEH SIG SEC (12 IN) LED (GRN) ........................................................ SP-40
124 . PAY ITEM-VEH SIG SEC (12 IN) LED (YEL ARW) ........................................... " ... SP -40
125. PAY ITEM-VEH SIG SEC (12 IN) LED (YEL) ......................................................... SP-41
126 . PAY ITEM -VEH SIG SEC (12 IN) LED (RED) ......................................................... SP-41
127. PAY ITEM -TRF SIG CSL (TY A) (14 AWG) (5 CONDR) ........................................ SP-41
128 . PAY ITEM -TRF SIG CSL (TY A) (14 AWG) (7 CONDR) ........................................ SP-41
129. PAY ITEM -TRF SIG CSL (TY A) (14 AWG) (20 CONDR) ...................................... SP-41
130. PAY ITEM -TRF SIG CSL (TY A) (16 AWG) (3 CONDR) ........................................ SP-42
131 . PAY ITEM -INS TRF SIG PL AM (S) 1 ARM (32 ') .................................................... SP-42
132. PAY ITEM -INS TRF SIG PL AM (S) 1 ARM (44 ') LUM ........................................... SP-42
133. PAY ITEM -INS TRF SIG PL AM (S) 1 ARM (48') LUM ........................................... SP-42
134. PAY ITEM -INS TRF SIG PL AM (S) 1 ARM (50 ') ..................... ._ ............................. SP-42
135. PAY ITEM -INS TRF SIG PL AM (S) 1 ARM (55') .................................................... SP-43
136. PAY ITEM -INS TRF SIG PL AM (S) 1 ARM (55 ') LUM ........................................... SP-43
137. PAY ITEM -INS TRF SIG PL AM (S) 1 ARM (60') LUM ........................................... SP-43
138. PAY ITEM -PED POLE ASSEMBLY ........................................................... " ........... SP-43
139 . PAY ITEM -PED DETECT (2 IN PUSH BTN) ........................................................... SP-43
140. PAY ITEM -VIVIDS PROCESSOR SYSTEM ........................................................... SP-44
141 . PAY ITEM -VIVIDS CAMERA ASSEMBLY ......................................... ._._ ................. SP-44
142 . PAY ITEM -VIVIDS SET-UP SYSTEM ..................................................................... SP -44
143. PAY ITEM -VIVIDS COMMUNICATION CABLE (COAXIAL} ................................... SP-44
144. PAY ITEM -CONDUIT 2 INCH SCH 40 .................................................................... SP-44
145. PAY ITEM-LIGHT CONCRETE FOUNDATION TYPE 7 ......................................... SP-44
146. PRE-BID ITEM -MISCELLANEOUS CONSTRUCTION ........................................... SP-44
147. PRE -BID ITEM -UTILITIES ...................................................................................... SP-45
148. NON PAY ITEM -PAVEMENT -SILICONE JOINT SEALANT ................................. SP-45
149. NON PAY ITEM-ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ..... SP-49
150. NON PAY ITEM -SPRINKLING FOR DUST CONTROL .......................................... SP-53
151. NON PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL ............. ._ .......... SP-53
152. NON PAY ITEM -CONCRETE COLORED SURFACE ............................................. SP-53
153 . NON PAY ITEM -PROJECT CLEAN-UP ................................................................. SP-53
154. NON PAY ITEM -PROJECT SCHEDULE ................................................................ SP-54
155 . NON PAY ITEM-BASELINE CONSTRUCTION SCHEDULE .................................. SP-54
156. NON PAY ITEM -SCHEDULE TIERS SPECIAL INSTRUCTIONS ........................... SP-56
157 . NON PAY ITEM -NOTIFICATION OF RESIDENTS ................................................. SP-57
158. NON PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING
CONSTRUCTION ..................................................................................................... SP-57
159. NON PAY ITEM -PRE -CONSTRUCTION NEIGHBORHOOD MEETING ............. ".SP-57
Rev 2-19-10 SP-4
160. NON PAY ITEM -WASHED ROCK .......................................................................... SP -57
161 . NON PAY ITEM -SAWCUT OF EXISTING CONCRETE ......................................... SP-58
162. NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER
VALVES .................................................................................................................... SP-58
163. NON PAY ITEM -TIE INTO STORM DRAIN STRUCTURE ..................................... SP-58
164 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT ............................................. SP-58
165. NON PAY ITEM-FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...... SP-58
166. NON PAY ITEM-REMOVAL OF EXISTING PIPE .................................................... SP-59
167 . NON PAY ITEM-CUTIING AND PLUGGING EXISTING MAINS ........................... SP-59
168 . NON PAY ITEM-WALK-INSTALL , CURB & GUTIER -INSTALL, WALK-ADA
WHEELCHAIR RAMP -INSTALL, AND DRIVEWAY-INSTALL ............................ SP-59
169 . NON PAY ITEM -WALK-REMOVE, CURB & GUTTER -REMOVE, WALK-ADA
WHEELCHAIR RAMP-REMOVE, AND DRIVEWAY -REMOVE. .......................... SP-60
170. PRE-BID ITEM -UTILITY ADJUSTMENT -REPAIR ............................................... SP-60
171. PAY ITEM -CONCRETE MEDIAN NOSE ............................................................... SP-60
172. PRE -BID ITEM-REMOVE AND REPLACE SCHOOL MARQUEE .......................... SP-61
173 . PAY ITEM-TREE -3" CAL. -INSTALL. .................................................................... SP-61
174. PAY ITEM-IRRIGATION SYSTEM-INSTALL ....................................................... SP-61
175. PAY ITEM-IRRIGATION BORE AND SLEEVE -INSTALL .................................... SP-61
-
Rev 2-19-10 SP-5
SPECIAL PROVISIONS
FOR
STREET AND STORM DRAIN IMPROVEMENTS
FOR: Old Decatur Road -Bailey-Boswell to WJ Boaz
CITY PROJECT NO .: 01296
1. SCOPE OF WORK: The work covered by these plans and specifications consist of the
following : Construction of approximately 4300 linear feet of 29 foot wide concrete street,
200 linear feet of 35 foot wide concrete street, approximately 4,000 linear feet of storm
drain and approximately 4,900 linear feet of sidewalk and all other miscellaneous items of
construction to be performed as outlined in the plans and specifications which are
necessary to satisfactorily complete the work .
2. AWARD OF CONTRACT : Submission of Bids : Unit I and Unit II constitute a package . If
the Contractor submits a bid on both Unit I and Unit II and has the lowest responsive
proposal price, the Contractor will be the apparent successful bidder for this project.
Bidders are hereby informed that the Director of the Transportation and Public Works
Department reserves the right to evaluate and recommend to the City Council the best
bid that is considered to be in the best interest of the City.
3 . PRECONSTRUCTION CONFERENCE : The successful Contractor, Design Consultant,
and City shall meet at the call of the City for a preconstruction conference before any
work begins on this project. At this time, details of sequencing of the work, contact
individuals for each party, request for survey, and pay requests will be covered . Prior to
the meeting, the Contractor shall prepare schedules showing the sequencing and
progress of their work and its effect on others. A final composite schedule will be
prepared during this conference to allow an orderly sequence of project construction .
4 . EXAMINATION OF SITE : It shall be the responsibility of the prospective bidder to visit
the project site 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 dispos ition 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.
5. BID SU BM ITT AL : Bidders shall submit a complete package , including ALL completed
forms that must be submitted with the Proposal (including Vendor Compliance to State
Law . Failure to provide a complete bid package may be grounds for designating bids as
Rev 2-19-10 SP-6
-
-
"non-responsive" and rejecting bids as appropriate and as determined by the Director of
the Transportation and Public Works Department .
6 . WATER FOR CONSTRUCTION : Water for construction will be furnished by the
Contractor at his own expense .
7 . 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
th is equipment.
8 . PAYMENT: The Contractor shall receive full payment from the City for all the work
based on unit prices bid on the proposal and specified in the plans and specifications
and approved by the ENGINEER per actual field measurement.
9. SUBSIDIARY WORK: Any and all work specifically governed by documentary
requirement for the projects , such as conditions imposed by the Plans, the General
Contract Documents or these special Contract Documents, in which no specific item for
bid has been provided for in the Proposal , shall be considered as a subsidiary item of
work , the cost of which shall be included in the price bid in the Proposal for each bid
item , including but not limited to surface restoration cleanup and relocation of mailboxes .
All objectionable matter required to be removed from within the right-of-way and not
particularly described under these specifications shall be covered by Item No. 102
"Clearing and Grubbing" and shall be subsidiary to the other items of the contract.
10 . LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC : The Contractor's
particular attention is directed to the requirements of Item 7 , "Legal Relations and
Responsibilit ies to the Public " of the "Standard Specifications for Street and Storm Drain
Construction ".
11 . WAGE RATES : Compliance with and Enforcement of Prevailing Wage Laws
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 ra t es are included in these contract documents .
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 wo rker 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 .
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 info r mation , as to whether good cause exists to believe that the violation
Rev 2-19 -10 SP-7
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 wages due under the prevailing wage rates , such amounts being subtracted
from successive progress payments pending a final determination of the violation .
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 arb itrator 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 .
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 .
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.
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 .
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.
(Wage rates are attached at the end of this section .)
12 . EXISTING UTILITIES : The locations and dimensions shown on the plans relative to
existing utilities are based on the best information available . It shall be the Contractor's
responsibility to verify location of adjacent and/or conflicting utilities sufficiently in
advance of construction in order that he may negotiate such local adjustments as are
necessary in the construction process in order to provide adequate clearance . The
Rev 2-19 -10 SP-8
-
-
Contractor shall take all necessary precautions in order to protect all services
encountered .
Any damage to utilities and any losses to the util ity or City due to disruption of service
resulting from the Contractor's operations shall be at the Contractor's expense .
13 . PARKWAY CONSTRUCTION : During the construction of this project , it will be required
that all parkways be excavated and shaped at the same time the roadway is excavated.
Excess excavation will be disposed of at locations approved by the Director of the
Transportation and Publ ic Works Department
14. MATERIAL STORAGE : Material shall not be stored on private property unless the
Contractor has obtained permission in writing from the property owner and storage of
material on the private property complies with current City zoning requirements for the
use of property for storage purposes .
15 . PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS : The Contractor shall
take adequate measures to protect all existing structures, improvements and utilities,
which may be encountered.
The utility lines and conduits shown on the plans are for information only and are not
guaranteed by the City or the Design Consultant to be accurate as to extent, location and
depth , they are shown on the plans as the best information available at the time of
design , from the Owners of the utilities involved and from evidences found on the
ground .
16 . INCREASE OR DECREASE IN QUANTITIES : The quantities shown in the Proposal are
approximate . It is the Contractor's sole responsibility to verify all the minor pay item
quantities prior to submitting a bid . No additional compensation shall be paid to
Contractor for errors in the quantities . Final payment will be based upon field
measurements . The City reserves the right to alter the quantities of the work to be
performed or to extend or shorten the improvements at any time when and as found to
be necessary, and the Contractor shall perform the work as altered , increased or
decreased at the unit prices as established in the contract documents. No allowance will
be made for any changes in anticipated profits or shall such changes be considered as
waiving or invalidating any conditions or provisions of the Contract Documents .
Variations in quantities of sto rm drain pipes in depth categories shall be interpreted
herein as applying to the overall quantit ies of storm drain pipe in each pipe size but not to
the various depth categories .
17 . CONTRACTOR 'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor Covenants
and agrees to indemnify City 's Design 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 City, its officers, servants, or employees . Contractor likewise
Rev 2-19-10 SP-9
covenants and agrees to indemnify and hold harmless the City from and against any and
all injuries to City 's officers , servants and employees and any damage , loss or
destruction to property of the City arising from the performance of any of the terms and
conditions of this Contract , whether or not any such injury or damage is caused in
whole or in part by the negligence or alleged negligence of City, its officers,
servants or employees .
In the event City receives a written claim for damages against the Contractor or its
subcontractors prior to final payment , final payment shall not be made until Contractor
either (a) submits to City satisfactory evidence that the claim has been settled and/or a
release from the claimant involved , or (b) provides City with a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if deemed appropriate, refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding
as a result of work performed under a City Contract.
18 . EQUAL EMPLOYMENT PROVISIONS : Contractor shall comply with City Ordinance
Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code
Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices .
The Contractor shall post the required notice to that effect on the project site , and at his
request , will be provided by assistance by the City of Fort Worth 's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropr iate notices may be acquired from the Equal Employment Officer.
19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In
accordance with City of Fort Worth Ordinance No . 15530 , the City has goals for the
participation of minority business enterprises and women business enterprises in City
contracts . The Ordinance is incorporated in these specifications by reference . A copy of
the Ordinance may be obtained from the Office of the City Secretary. Failure to comply
with the ordinance shall be a material breach of contract.
M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH
EFFORT FORM , as applicable, must be submitted within five (5) City business days after
bid opening . Failure to comply shall render the bid non-responsive.
Upon request , Contractor agrees to provide the City complete and accurate information
regarding actual work performed by a Minority or Women Business Enterprise (M/WBE)
on the contract and payment thereof. Contractor further agrees to permit an audit and/or
examination of any books, records or files in its possession that will substantiate the
actual work performed by an MBE and/or WBE. The misrepresentation of acts (other
than a negligent misrepresentation) and /or the commission 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 statement. Further, any such
misrepresentation (other than a negligent misrepresentation) and/or commission of fraud
will result in the Contractor being determined to be irresponsible and barred from
participating in City work for a period of time not less than three years .
The City will consider the Contractor's performance regarding its M/WBE program in the
evaluation of bids . Failure to comply with the City 's M/WBE Ordinance , or to
Rev 2-19 -10 SP -10
-
-
-
demonstrate "good faith effort ", shall result in a bid be ing rendered non-responsive to
specifications .
Contractor shall provide copies of subcontracts or co -signed letters of intent with
approved M/WBE subcontractors prior to issuance of the Notice to Proceed . Contractor
shall also provide monthly reports on utilization of the subcontractors to the City 's
M/WBE office .
The Contractor may count first and second tier subcontractors and/or suppliers toward
meeting the goals . The Contractor may count toward its goal a portion of the total dollar
amount of the contract with a joint ve·nture equal to the percentage of the M/WBE
participation in the joint venture for a clearly defined portion of the work to be performed .
All M/WBE Contractors used in meeting the goals must be certified prior to the award of
the Contract. The M/WBE Contractor(s) must be certified by either the North Central
Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation
(TxDOT), Highway Division and must be located in the nine (9) county marketplace or
currently doing business in the marketplace at time of bid . The Contractor shall contact
all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE util ization
or good faith effort forms as applicable . Failure to contact the listed M/WBE
subcontractor or supplier prior to bid opening may result in the rejection of bid as non-
responsive .
Whenever a change order affects the work of an M/WBE subcontractor or supplier, the
M/WBE shall be given an opportunity to perform the work. Whenever a change order
exceeds 10% of the original contract , the M/WBE coordinator shall determine the goals
applicable to the work to be performed under the change order.
During the term of the contract the contract shall :
1. Make no unjustified changes or deletions in its M/WBE participation
commitments submitted with or subsequent to the bid, and ,
2. If substantial subcontracting and/or substantial supplier opportunities arise
during the term of the contract which the Contractor had represented he
would perform with his forces , the Contractor shall notify the City before
subcontracts or purchase orders are let , and shall be required to comply with
modifications to goals as determined by the City , and ,
3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM , if the Contractor
desires to change or delete any of the M/WBE subcontractors or suppliers .
Justification for change may be granted for the following :
Rev 2-19 -10
a . Failure of Subcontractor to provide evidence of coverage by Worker's
Compensation Insurance .
b. Failure of Subcontractor to provide required general liability of other
insurance .
c . Failure of Subcontractor to execute a standard subcontract form in the
amount of the proposal used by the Contractor in preparing his M/WBE
Participation plan .
SP-11
d . Default by the M/WBE subcontractor or supplie r in the performance of
the subcontractor.
Within ten (10) days after final payment from the City, the Contractor shall
provide the M/WBE Office with documentation to reflect final participation of
each subcontractor and supplier used on the project , inclusive of M/WBEs.
20 . FINAL CLEAN -UP : Final cleanup work shall be done for this project as soon as the
paving and curb and gutter has been completed . No more than seven days shall elapse
after completion of construction before the roadway and ROW. is cleaned up to the
satisfaction of the ENGINEER. The Contractor shall make a final cleanup of all parts of
the work before acceptance by the City or its representative. This cleanup shall include
removal of all objectionable rocks , pieces of asphalt or concrete and other construction
materials, and in general restoring the worksite to an orderly appea rance .
21 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
A. Workers Compensation Insurance Coverage
a . DEFINITIONS :
b. Certification 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's 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 contracted directly with the
Contractor and regardless of whether that person has employees . This includes,
without limitation, independent Contractors, subcontractors , leasing companies , motor
carriers , City-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 services 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 .
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) or 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.
Rev 2-19-10 SP -12
-
-
d . If the coverage period shown on the Contractor's current certificate of coverage ends
during the duration of the project , the Contractor must, pr ior 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 governmental entity:
(1) a certificate of coverage , prior to that person beginning work on the
project , so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
project; and
(2) no later than seven days after receipt by the Contractor, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project.
f . The Contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafte r.
g . The Contractor shall notify the governmental entity in writing by certified mail or
personal delivery , within ten (10) days after the Contractor knew or should have known ,
or 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 Worker's Compensation, 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 prov ide
services on a project , to :
Rev 2-19-10
(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 proj ect ;
SP-13
(4) obtain form each other person with whom it contracts , and provide to
the Contractor:
(a) a certificate of coverage, prior to the other person 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;
(c) retain all required certificates of coverage on file for the
duration of the project and for one year thereafter.
(d) notify the governmental entity in writing by certified mail or
personal delivery , within ten (10) days after the person knew or
should have known, of any change that materially affects the
provision of coverage of any person prov iding services on the
project ; and
(e) 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 worker's 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
appropriate insurance carrier or , in the case of a self-insured, with the
commission's Division of Self-Insurance Regulation . Providing false or
misleading information may subject the Contractor to administrative, criminal,
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 governmental entity to declare
the contract void if the Contractor does not remedy the breach within ten day
after receipt of notice of breach from the governmental entity .
B. 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 Worker's Compensation Act or other Texas Worker's
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
Rev 2-19-10 SP-14
-
-
text for the notices shall be the following text , without any additional words or
changes :
"REQUIRED WORKER 'S COMPENSATION COVERAGE "
The law requires that each person working on this site or providing services
related to this construction project must be covered by worker's compensation
insurance . This includes persons providing , hauling , or delivering equ ipment
or materials, or providing labor or transportation or other service related to the
project , regardless of the identify of their employer or status as an employee ."
Call the Texas Worker's Compensation Commission at 512 -463 -3642 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".
22 . SUBSTITUTIONS : The specifications for materials set out the minimum standard of
qual ity that the City believes necessary to procure a satisfactory project. No
substitutions will be permitted until the Contractor has received written permission of the
ENGINEER to make a substitution for the material that has been spec ified . Where the
term "or equal ", or "or approved equal " is used , it is understood that if a mate rial, 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 , the substitution must
be approved by the City . 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 C ity , shall be the sole judge of the
acceptability of substitutions . The provis ions of the sub-section as related to
"substitutions " shall be applicable to all sections of these specifications .
23 . MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute
a release of mechanics and materialmen's liens upon receipt of payment.
24. WORK ORDER DELAY : All utilities and right-of-way are expected to be clear and
easements and/or perm its obtained on this project within sixty (60) days of advertisement
of this project. The work order for subject project will not be issued until all utilities , right-
of-ways , easements and/or permits are cleared or obtained . The Contractor shall not
hold the City of Fort Worth responsible for any delay in issuing the work order for this
Contract.
25 . CALENDAR DAYS : The Contractor agrees to complete the Contract within the allotted
number of calendar days.
26 . 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 .
27 . CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two
following published specifications , except as modified by these Special Provisions :
Rev 2-19-10 SP-15
STANDARD SPECIFICATIONS FOR STREET ANO STORM DRAIN CONSTRUCTION
CITY OF FORT WORTH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
NORTH CENTRAL TEXAS
A copy of either of these spec ifications may be purchased at the Office of the
Department of Transportat ion and Public Works , 1000 Throckmorton Street , 2 nd Floor ,
Municipal Building , Fort Worth , Texas 76102. The specifications applicable to each pay
item are indicated in the call -out for the pay item by the ENGINEER. General Provisions
shall be those of the Fort Worth document rather than Division 1 of the North Central
Texas document.
28 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this
project due to faulty materials and workmansh ip, or both , for a period of two (2) years
from date of final acceptance of this project and will be required to replace at his
expense any part or all of the project which becomes defective due to these causes .
29 . DELAYS : The Contractor shall receive no compensation for delays or hindrances to the
work, except when direct and unavoidable extra cost to the Contractor is caused by the
failure of the City to provide information or material, if any , which is to be furnished by the
City . When such extra compensation is claimed a written statement thereof shall be
presented by the Contractor to the Director of the Transportation and Public Works
Department and if by him found correct shall be approved and referred by him to the
Council for final approval or disapproval ; and the action thereon by the Council shall be
final and binding. If delay is caused by specific orders given by the ENGINEER 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
subj ect to the approval of the City Council ; and no such extension of time shall release
the Contractor or the surety on his performance bond form all his obligations hereunder
which shall remain in full force until the discharge of the contract.
30 . 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 and to
the flow of vehicular and pedestrian traffic within the project area. Contractor shall
protect construction as required by ENGINEER by providing barricades .
Barricades , warning and detour signs shall conform to the Standard Specifications
"Barriers and Warning and/or Detour Signs ," Item 524 and/or as shown on the plans .
Construction signing and barricades shall conform with the latest version of the "Texas
Manual on Uniform Traffic Control Devices for Streets and Highways "
31 . DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material ,
the Contractor shall advise the Director of the Department of Transportat ion and Public
Works acting as the City of Fort Worth 's Flood Plain Administrator ("Administrator"), of
the location of all sites where the Contractor intends to dispose of such material.
Contractor shall not dispose of such material until the proposed sites have been
determined by the Adm inistrator to meet the requirements of the Flood Plain Ordinance
of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved by
Rev 2-19 -10 SP -16
-
-
-
the Administrator to ensure the filling is not occurring within a flood plain without a permit.
A flood plain permit can be issued upon approval of necessary engineering studies. No
fill permit is required if disposal sites are not in a flood plain . Approval of the Contractor's
disposal sites shall be evidenced by a letter signed by the Administrator stating that the
site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the
flood plain . Any expenses associated with obtaining the fill permit , including any
necessary engineering studies, shall be at the Contractor's expense . In the event that
the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from
the administrator approving the disposal site, upon notification by the Director of
Transportation and Public Works, Contractor shall remove the spoil/fill material at its
expense and dispose of such materials in accordance with the Ordinance of the City and
this section.
32. QUALITY CONTROL TESTING :
(a) The Contractor shall furnish, at its own expense , certifications by a private laboratory
for all materials proposed to be used on the project, including a mix design for any
asphaltic and/or Portland cement concrete to be used and gradation analysis for
sand and crushed stone to be used along with the name of the pit from which the
material was taken . The Contractor shall provide manufacturer's certifications for all
manufactured items to be used in the project and will bear any expense related
thereto .
(b) Tests of the design concrete mix shall be made by the Contractor's laboratory at
least nine days prior to the placing of concrete using the same aggregate, cement
and mortar wh1ch are to be used later in the concrete . The Contractor shall provide a
certified copy of the test results to the City .
(c) Quality control testing bf on site material on this project will be performed by the City
at its own expense . Any retesting required as a result of failure of the material to
meet project specifications will be at the expense of the Contractor and will be billed
at commercial rates as determined by the City. The failure of the City to make any
tests of materials shall in no way relieve the Contractor of its responsibil ity to furnish
materials and equipment conforming to the requirements of the contract.
(d) Not less than 24 hours notice shall be provjded to the City by the Contractor for
operations requiring testing . The Contractor shall provide access and trench safety
system (if required) for the site to be tested and any work effort involved is deemed to
be included in the unit price for the item being tested.
(e) The Contractor shall provide a copy of the trip ticket for each load of fill material
delivered to the job site. The ticket shall specify the name of the pit supplying the fill
material.
33. PROPERTY ACCESS : Access to adjacent property shall be maintained at all times
unless otherwise directed by the ENGINEER.
34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES :
The following procedures will be followed regarding the subject item on this contract:
(a) A warning sign not less than five inches by seven inches , painted yellow with black
letters that are legible at twelve feet shall be placed inside and outside vehicles such
Rev 2-19-10 SP-17
as cranes , derricks , power shovels , drilling rigs , pile drivers, hoisting equipment or
similar apparatus . The warning sign shall read as follows:
"WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF
HIGH VOLTAGE LINES."
(b) Equipment that may be operated within ten feet of high voltage lines shall have an
insulating cage-type of guard about the boom or arm , except back hoes or dippers
and insulator links on the lift hood connections .
(c) When necessary to work within six feet of high voltage electric lines , notification shall
be given the power company 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 the power company and shall record
action taken in each case .
(d) The Contractor is required to make arrangements with the power company for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense .
(e) No person shall work within six feet of a high voltage line without protection having
been taken as outlined in Paragraph (c).
35. WATER DEPARTMENT PRE-QUALIFICATIONS : Any Contractor performing any work
on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water
Department to perform such work in accordance with procedures described in the current
Fort Worth Water Department General Specifications which general specifications shall
govern performance of all such work.
36 . RIGHT TO AUDIT :
(a) Contractor agrees that the City shall , until the expiration of three (3) years after final
payment under this contract 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 facil ities and
shall be provided adequate and appropriate workspace in order to conduct audits in
compliance with the provisions of this section . The City shall give Contractor
reasonable advance notice of intended audits .
(b) Contractor further agrees to include in all its subcontracts hereunder a provision to
the effect that the subcontractor agrees that the City shall , under the expiration of
three (3) years after final payment under the subcontract , have access to and the
right to examine and photocopy any directly pertinent books , documents , papers and
records of such subcontractor involving transactions to the subcontract and further ,
that City shall have access during normal working hours to all subcontractor facilities
and shall be provided adequate and appropriate work space in order to conduct
audits in compliance with the provisions of this article together with subsection (c )
hereof. City shall give subcontractor reasonable advance notice of intended audits .
Rev 2-19-10 SP-1 8
.....
(c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse Contractor for the cost of copies
at the rate published in the Texas Administrative Code in effect as of the time
copying is performed.
37 . CONSTRUCTION STAKES :
The City , through its Surveyor or agent, will provide to the Contractor construction stakes
or other customary methods of markings as may be found consistent with professional
practice to establish line and grade for roadway and utility construction and centerlines
and benchmarks for bridgework . These stakes shall be set sufficiently in advance to
avoid delay whenever practical. One set of stakes shall be set for all utility construction
(water , sanitary sewer, drainage , etc.), one set of excavation/or stabilization stakes , and
one set of stakes for curb and gutter and/or paving . It shall be the sole responsibility of
the Contractor to preserve, maintain, transfer, etc ., all stakes furnished until completion
of the construction phase of the project for which they were furnished .
If, in the opinion of the ENGINEER , a sufficient number of stakes or markings provided
by the City have been lost, destroyed , or disturbed, that the proper prosecution and
control of the work contracted for in the Contract Documents cannot take place , then the
Contractor shall replace such stakes or markings as required . An individual registered
by the Texas Board of Professional Land Surveying as a Registered Professional Land
Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due
to a lack of replacement of construction stakes will be accepted , and time will continue to
be charged in accordance with the Contract Documents.
38 . LOCATION OF NEW WALKS AND DRIVEWAYS :
The Contractor will make every effort to protect existing trees within the parkway, with
the approval of the ENGINEER, the Contractor may re-locate proposed new driveways
and walks around existing trees to minimize damage to trees.
39 . EARLY WARNING SYSTEM FOR CONSTRUCTION : Time is of the essence in the
completion of this contract. In order to insure that the Contractor is responsive when
notified of unsatisfactory performance and/or of failure to maintain the contract schedule ,
the following process shall be applicable :
The work progress on all construction projects will be closely monitored . On a bi-monthly
basis the percentage of work completed will be compared to the percentage of time
charged to the contract. If the amount of work performed by the Contractor is less than
the percentage of time allowed by 20% or more ( example: 10% of the work completed in
30% of the stated contract time as may be amended by change order), the following
proactive measures will be taken :
1. 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 p rovide to the City an updated
schedule showing how the project will be completed within the contract time .
Rev 2-19 -10 SP-19
2. The Project Manager and the Directors of the Department of Transportation
and Public Works and the Water 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 .
3 . Any notice that may , in the City's sole discretion , be requ ired to be provided to
interested individuals will distributed by the Transportation and Public Works
Department's Public Information Officer.
4 . Upon receipt of the Contractor's response , the appropriate City departments
and directors will be notified . The Transportation and Public Works
Department will , if necessary , then forward updated notices to the interested
individuals .
5 . 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 .
40. 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, w ithin the
Metroplex area , runs from May 1 through OCTOBER 31 , with 6 :00 a .m. -10 :00 a .m .
being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME
TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON
OZONE FORMATION .
The Texas Commission on Environmental Quality (TCEQ), in coordination with the
National Weather Service, will issue the Air Pollution Watch by 3 :00 p.m . on the
afternoon prior to the WATCH day . On designated Air Pollution Watch Days, the
Contractor shall bear the responsibility of being aware that such days have been
designated Air Pollution Watch Days and as such shall not begin work until 10 :00 a .m .
whenever construction phasing requ ires the use of motorized equipment for periods in
excess of 1 hour. However, the Contractor may begin work prior to 10 :00 a.m . if use of
motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as
"Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG .
If the Contractor is unable to perform continuous work for a period of at least seven
hours between the hours of 7 :00 a.m . - 6 :00 p.m ., on a designated Air Pollution Watch
Day , the calendar days allowed may be adjusted .
Rev 2-19-10 SP -20
-
-
CONSTRUCTION
41 . PAY ITEM 001 -MOBILIZATION (810-00124):
See Standard Specifications Item No . 101, "Mobil ization " for specifications governing this
item .
42 . PAY ITEM 002 -STORM WATER POLLUTION PREVENTION> Than 1 AC SWPPP -
INSTALL (BID-00100):
PERMIT : As defined by Texas Commission on Environmental Quality (TCEQ) regulations , a
Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is
required for all construction activities that result in the disturbance of one to five acres (Small
Construction Activity) or five or more acres of total land (Large Construction Activity). The
Contractor is defined as an "operator" by state regulations and is required to obtain a permit .
Soil stabilization and structural practices have been selected and designed in accordance
with North Central Texas Council of Governments Best Management Practices and Erosion
Control Manual for Construction Activities (BMP Manual).
Not all of the structural controls discussed in the BMP Manual will necessarily apply to this
project. Best Management Practices are construction management techniques that , if
properly utilized, can minimize the need for physical controls and possible reduce costs . The
methods of control shall result in minimum sediment retention of not less than 70%.
NOTICE OF INTENT (NOi): The Contractor shall sign at the pre-construction meeting a
TCEQ Notice of Intent (NOi) form prepared by the ENGINEER. It serves as a notification to
the TCEQ of construction activity as well as a commitment that the Contractor understands
the requirements of the permit for storm water discharges from construction activities and
that measures will be taken to implement and maintain storm water pollution prevention at
the site . The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor
moving on site and shall include the required $325 application fee (if mailed) or $225 (if e-
filed).
The NOi shall be mailed to:
BY REGULAR U.S. MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
P.O. Box 13087
Austin, TX 78711-3087
BY OVERNIGHT/EXPRESS MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
12100 Park 35 Circle
Austin, TX 78753
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity ,
the Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form
Rev 2-19-10 SP-21
prepared by the ENGINEER . It serves as a notice that the site is no longer subject to the
requirement of the permit.
The NOT should be mailed to :
BY REGULAR U.S. MAIL
Texas Comm ission on Environmental Quality
Storm Water Processing Center (MC228)
P.O. Box 13087
Austin , TX 78711-3087
BY OVERNIGHT/EXPRESS MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
12100 Park 35 Circle
Austin , TX 78753
A copy of the NOi and NOT shall be sent to :
City of Fort Worth
Departmen t of Environmental Management
1000 Throckmorton Street
Fort Worth , TX 76102
STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an
erosion control and toxic waste management plan and a narrative defining site parameters
and techniques to be employed to reduce the release of sediment and pollution from the
construction site . Five of the project SWPPP's are available for viewing at the plans desk of
the Department of Transportation and Public Works . The selected Contractor shall be
provided with three copies of the SWPPP after award of contract , along with unbounded
copies of all forms to be submitted to the Texas Commission on Environmental Quality .
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER
THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the
TCEQ including payment of the TCEQ required fee . A SWPPP that meets all TCEQ
requirements prepared by the ENGINEER shall be prepared and implemented at least 48
hours before the commencement of construction activities . The SWPPP shall be
incorporated into in the contract documents . The Contractor shall submit a schedule for
implementation of the SWPPP . Deviations from the plan must be submitted to the
ENGINEER for approval. The SWPPP is not warranted to meet all the condit ions of the
permit since the actual construction activities may vary from those anticipated during the
preparation of the SWPPP . Modifications may be required to fully conform to the
requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at
the construction site . Any alterations to the SWPPP proposed by the Contracto r must be
prepared and submitted by the Contractor to the ENGINEER for review and approval. A
Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization
has been achieved on all portions of the site that is the responsibility of the permitted, or ,
when another permitted operator assumes control over all areas of the site that have not
been finally stabilized .
PAYMENT : Payment shall be made per lump sum as shown on the proposal as full
compensat ion for all items contained in the project SWPPP .
Rev 2-19-10 S P-22
-
-
-
43. PAY ITEM 003 -BARRICADES, SIGNS & TRAFFIC HANDLING -INSTALL (810-
00501 ):
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 Statutes ,
pertinent sections being Section Nos . 27, 29, 30 and 31 .
Unless otherwise included as part of the Construction documents, the Contractor shall
submit a traffic control plan (duly sealed, signed and dated by a Registered Professional
Engineer (P .E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or
before the preconstruction conference . The P.E . preparing the traffic control plan may utilize
standard traffic reroute configurations posted as "Typicals " on the City 's Buzzsaw website .
Although work will not begin until the traffic control plan has been reviewed and approved ,
the Contractor's time will begin in accordance with the timeframe mutually established in the
'Notice to Proceed ' issued 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 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 reinstalled, the Contractor shall again contact the Signs and
Markings Division to reinstall the permanent sign and shall leave his temporary sign in place
until such reinstallation is completed.
Work shall not be performed on certain locations/streets during "peak traffic periods " as
determination by the City Traffic Engineer.
See Standard Specifications Item No . 524 , "Barriers and Warning and/or Detour Signs " for
specificat ions governing this item .
PAYMENT : Payment shall be made per lump sum and shall cover design and/ or installation
and maintenance of the traffic control plans .
44 . PRE-BID ITEM 004 -SIGN -PROJECT DESIGNATION -INSTALL (810-00504):
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.
Rev 2-19 -10 SP-23
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 :X " fir plywood , grade A-C (exterior) or better. These signs shall be installed on barricades
or as directed by the ENGINEER and in place at the project site upon commencement of
construction .
The work , which includes the painting of the signs, installing and remov ing the signs ,
furnishing the materials , supports and connections to the support and maintenance shall be
to the satisfaction of the ENGINEER.
A unit pr ice bid per each has been assigned to this item (see Proposal). The assigned unit
price will be full payment for materials including all labor, equipment, tools and incidentals
necessary to complete the work .
45 . PAY ITEM 005 -CLEARING AND GRUBBING (BID-00144):
See Standard Specifications Item No . 102 , "Clearing and Grubbing " for specifications
governing this item with the following mod ification(s).
Removal of the existing Elementary School marquee foundation shall be included in this
item .
102 .3 MEASUREMENT AND PAYMENT : Payment shall be made per acre as shown on the
proposal as full compensation for all items pertaining to clearing and grubbing as described
by the specification .
46 . PAY ITEM 006 -UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL -INSTALL
(810-00101 ):
See Standard Specifications Item No . 402 , "Trench Excavation and Backfill for Storm Drain "
for specifications governing this item .
Work under this item includes all the proposed excavation and backfill in the project area
and the necessary fill area (if any). Payment will be made for the quantity of earth
excavated/backfilled from the trench in cub ic yards . The placing of fill shall be subsidiary to
the trench excavation/backfill price . Excess material which is obtained from excavating the
trench may be used for fill placement subject to the provisions of Item 114 of the City of Fort
Worth Standard Specifications and approval of the ENGINEER.
All excavated material which is unacceptable as fill material shall become the property of the
Contractor to be hauled off the site and disposed of properly . Unacceptable material shall
be , but not limited to: rocks , concrete, asphalt , debris , etc. The cost for removal and
disposal of unacceptable material shall be subsidiary to the unit prices .
PAYMENT : Payment shall be made per linear foot at the unit price shown on the proposal
and will include full compensation for all labor, tools and incidentals necessary to complete
the work .
Rev 2-19-10 SP-24
47 . PAY ITEM 007 -TRENCH SAFETY SYSTEM 5 FOOT DEPTH -INSTALL (BID-00372):
See Standard Specifications Item No . 525 , 'Trench Safety System " for specifications
governing this item .
48 . PAY ITEM 008 -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE
(BID-00472):
See Standard Specificat ions Item No. 106 , "Unclassified Street Excavation " for specifications
governing this item .
Removal of existing penetration or asphalt pavement shall be included in this item . Removal
of existing concrete pavement shall be included in this item .
Operations necessary to windrow existing gravel base in order to lower o r raise sub grade
shall be considered as subsidiary to this item and no additional compensation shall be given
as such .
During the construction of this project, it is required that all parkways be excavated and
shaped at the same time the roadway is excavated . Excess excavation will be disposed of
at locations approved by the ENGINEER.
The intention of the City is to pay only the plan quantity without measurement. Should either
contracting ·party be able to show an error in the quantities exceeding 10 percent , then actual
· quantities will be paid for at the unit prices bid . The party requesting the payment of actual
rather than plan quantities is responsible for bearing any survey and/or measurement costs
necessary to verify the actual quantities .
49 . PAY ITEM 009 -FILL MATERIAL -BORROW-INSTALL (00543):
The non-expansive earth fill should consist of soil materials with a liquid lim it of 35 or less , a
plast icity index between 8 and 20 , a minimum of 35 percent passing the No . 200 sieve, a
minimum of 85 percent passing the No. 4 sieve , and which are free of organics or other
deleterious materials . When compacted to the recommended moisture and density, the
material should have a maximum free swell value of 0 .5 percent and a maximum hydraulic
conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of
remolded specimens of the actual materials proposed for the non-expansive earth fill.
The price bid per cubic yard for "FILL MATERIAL -BORROW-INSTALL " as shown in the
Proposal will be full payment for materials necessary to complete the work for that item .
50 . PAY ITEM 010 -BOX CULVERT-REMOVE (BID-00054):
See Standard Specifications Item No . 452 , "Removing Old Structures" for specificat ions
governing this item .
Rev 2-19-10 SP -25
51. PAY ITEM 011 -HEADWALL -REMOVE (BID-00070):
See Standard Specifications Item No . 452 , "Removing Old Structures " for specifications
governing this item .
52 . PAY ITEM 012 -PIPE -REMOVE (BID-00080):
See Standard Specifications Item No . 452 , "Removing Old Structures " for specifications
governing this item .
53. PAY ITEM 013-HEADWALL-INSTALL (BID-00069):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Edition Item No . 466, "Headwalls and Wingwalls" for specifications
governing this item .
54 . PAY ITEM 014 -BOX CULVERT - 5 FT X 3 FT -INSTALL (BID-00876):
See Standard Specifications Item No . 441, "Precast Reinforced Concrete Box Sections" for
specifications governing this item.
55. PAY ITEM 015 -BOX CULVERT - 4 FT X 3 FT-INSTALL (BID-00873):
See Standard Specifications Item No. 441, "Precast Reinforced Concrete Box Sections" for
specifications governing this item .
56 . PAY ITEM 016 -MANHOLE -> THAN 4 FT-INSTALL (BID-00117):
See Standard Specifications Item No . 444 , "Manholes and Inlets" for specifications
governing this item .
57 . PAY ITEM 017 -MANHOLE - 4 FT -INSTALL (BID -00118):
See Standard Specifications Item No . 444 , "Manholes and Inlets" for specifications
governing this item .
58 . PAY ITEM 018 -PIPE -21 INCH -CL Ill -INSTALL (BID-00081):
See Standard Specifications Item No . 440 , "Reinforced Concrete Pipe" for specifications
governing this item .
59 . PAY ITEM 019 -PIPE -24 INCH -CL Ill -INSTALL (BID-00082):
See Standard Specifications Item No. 440 , "Reinforced Concrete Pipe " for specifications
governing this item .
60. PAY ITEM 020 -PIPE -36 INCH -CL Ill -INSTALL (BID-00085):
See Standard Specifications Item No . 440 , "Reinforced Concrete Pipe " for specifications
governing this item .
Rev 2-19-10 SP-26
61 . PAY ITEM 021 -INLET -RECESSED -10 FT-INSTALL (BID-00111):
See Standard Specifications Item No . 444, "Manholes and Inlets" for specifications
governing this item .
62. PAY ITEM 022 -INLET -RECESSED -15 FT-INSTALL (BID-00112):
See Standard Specifications Item No. 444 , "Manholes and Inlets" for specifications
governing this item .
63 . PAY ITEM 023 -INLET -DROP - 4 FT -INSTALL (BID-00104):
See Standard Specifications Item No . 444 , "Manholes and Inlets" for specifications
governing this item .
64 . PAY ITEM 024 -INLET -DROP - 6 FT -INSTALL (BID-00103):
See Standard Specifications Item No . 444 , "Manholes and Inlets" for specifications
governing this item.
65 . PAY ITEM 025 -PAVEMENT -CONCRETE -REMOVE (BID -00457):
See Standard Specifications Item No . 104 , "Removing Old Concrete " for specifications
governing this item .
66 . PAY ITEM 026 -SUBGRADE - 8 INCH LIME STABILIZED -INSTALL (BID-00486) and
67 . PAY ITEM 027 -SUBGRADE -LIME FOR STABILIZATION -INSTALL (BID-00496):
See Standard Specifications Item No. 210, "Lime Treatment (Material Manipulation)" and
Specification Item No . 212 , "Hydrated Lime and Lime Slurry" for specifications governing the
items. Quantities for these pay item are approximate and are given only to establish a unit
price for the work .
The price bid per square yard for "SUBGRADE - 8 INCH LIME STABILIZED -INSTALL " as
shown in the Proposal will be full payment for all labor, equipment , tools and incidentals
necessary to complete the work . The price bid per ton for "SUBGRADE -LIME FOR
STABILIZATION -INSTALL " as shown in the Proposal will be full payment for materials
necessary to complete the work .
68 . PAY ITEM 028 -SUBGRADE-FLEXBASE -INSTALL (BID-00495):
See Standard Specifications Item No . 208 , "Flexible Base (Crushed Limestone)" for
specifications governing this item.
69. PAY ITEM 029 -PAVEMENT TRANSISITION -MIN 6 INCH HMAC (BID-00471):
This item will consist of the furnishing and placing an HMAC surface in transition areas
where indicated on the plans, as specified in these specifications and at other locations as
may be directed by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications Item 312 .
Rev 2-19-10 SP-27
All prov1s1ons of Standard Specification No . 312 . 7 'Construction Tolerance ' shall apply
except as modified herein:
1) After completion of each asphalt paving course , core tests will be made to determine
compliance with the contract specifications . The hot-mix asphaltic concrete pavement
will be core drilled by the City of Fort Worth . The thickness of the asphaltic surface will
be determined by measurement cores taken at locations determined by the ENGINEER.
The thickness of individual cores will be determined by averaging at least three (3)
measurements. If the core measurements indicate a deficiency , the length of the area of
such deficient thickness shall be determined by additional cores taken along the length of
the pavement in each direction until cores are obtained which are at least of specified
thickness. The width of such area shall not be less than~ of the roadway width .
2) When the thickness of the base course (as determined from core samples) is more than
15% deficient of the plan thickness , the Contractor shall remove and replace the
deficient area at his own expense . If the thickness is less than 15 % deficient , the
Contractor shall make up the difference in the base thickness with surface course
material.
3) The surface course must be the plan thickness. This does not include surface course
material used to make up deficiencies in the base course as described in item 2).
4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan
thickness. Deficient areas (as determined in item 1) found to be less than the plan
thickness will be removed and replaced at the Contractor's expense .
5) No additional payment over the contract price will be made for any hot-mix asphaltic
concrete course of a thickness exceeding that required by the plans and specifications .
6) HMAC Testing Procedure :
The Contractor is required to submit a Mix Design for both Type "B'' and "D" asphalt that
will be used for each project. This should be submitted at the Pre-Construction
Conference . This design shall not be more than two (2) years old . Upon submittal of
the design mix a Marshal (Proctor) will be calculated , if one has not been previously
calculated , for the use during density testing . For type "B" asphalt a maximum of 20%
rap may be used . No Rap may be used in type "D"
Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the
Contractor is approved for placement of the asphalt. The Contractor shall contact the
City Laboratory , through the inspector, at least 24 hours in advance of the asphalt
placement to schedule a technician to assist in the monitoring of the number of passes
by a roller to establish a rolling pattern that will prov ide the required densities . The
required Density for Type "B'' and for Type "D" asphalt will be 91 % of the calculated
Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing .
After a rolling pattern is established , densities should be taken at locations not more than
300 feet apart. The above requirement applies to both Type "B" and "D " asphalt.
Densities on type "B'' must be done before Type "D" asphalt is applied .
Rev 2-19-10 SP-28
-
-
-
Cores to determine thickness of Type "B'' asphalt must be taken before Type "D" asphalt
is applied . Upon completion of the applicat ion of Type "D" asphalt additional cores must
be taken to determine the applied thickness .
PAYMENT : The price bid per ton "PAVEMENT -TRANSITION -MIN 6 INCH HMAC -
INSTALL " as· shown in the Proposal will be full payment for materials includ ing all labor,
equipment, tools and incidentals necessary to complete the work .
70. PAY ITEM 030 -PAVEMENT -NON GREEN CEMENT -INSTALL (BID-00429):
(a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement ,"
shall apply . The Contractor shall use a six (6) sack concrete mix for all hand
placements in the intersections . The unit price bid per square yard shall be full
payment for all labor, material, equipment and incidentals necessary to complete the
work.
(b) Concrete pavement acceptance shall be as set forth in "Concrete Pavement
Acceptance " within these Special Provisions .
(c) All concrete pavement not placed by hand shall be placed using a fully automated
paving machine as approved by the ENGINEER. Screeds will not be allowed except
if approved by the ENGINEER.
71. PAY ITEM 031 -CURB-6 INCH -INSTALL (BID-00842):
All curb constructed under this contract shall be integral curb. Standard Specification Item
502 shall apply except as follows : Integral curb shall be constructed along the edge of the
pavement as an integral part of the slab and of the same concrete as the slab . The concrete
for the curb shall be deposited not more than thirty (30) minutes after the concrete in the
slab .
If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the
curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill
operation is complete.
72. PAY ITEM 032 -CURB - 7 INCH -INSTALL (BID-00843):
All curb constructed under this contract shall be integral curb . Standard Specification Item
502 shall apply except as follows: Integral curb shall be constructed along the edge of the
pavement as an integral part of the slab and of the same concrete as the slab . The concrete
for the curb shall be deposited not more than thirty (30) minutes after the concrete in the
slab .
If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the
curb and gutter, the amount paid for the curb shall be reduced by 25 % until the backfill
operation is complete.
Rev 2-19-10 SP-29
73 . PAY ITEM 033 -CURB & GUTTER -6 INCH W/ 18 " GUTTER -INSTALL (BID-00425):
All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply
except as modified herein :
Subsidiary to the unit price bid per linear foot shall be the following :
A minimum of 5" or greater as required depth of stabilized sub grade properly compacted
under the proposed curb and gutter as shown in the construction details .
If the Contractor fails to backfill either in from of the gutter or behind the curb within seven
(7) calendar days of pouring the curb and gutter , the amount paid for the curb and gutter
shall be reduced by 25 % until the backfill operation is complete.
Standard Specifications Item No . 502 , shall apply except as herein modified . Concrete shall
have minimum compressive strength of three thousand (3,000) pounds per square inch in
twenty-eight (28) days . The quantity of mixing water shall not exceed seven (7) gallons per
sack (94 lbs .) of Portland Cement. The slump of the concrete shall not exceed three (3)
inches . A minimum cement content of five (5) sacks of cement per cubic yard of concrete is
required .
74 . PAY ITEM 034 -DRIVEWAY -6 INCH -INSTALL (BID-00404):
See Standard Specifications Item No . 504 , "Concrete Sidewalks and Driveways" for
specifications governing this item .
PAYMENT : Payment shall be made per square foot at the unit price shown on the proposal
and will include full compensation for all labor , tools and incidentals necessary to complete
the work .
75 . PAY ITEM 035 -FIRE HYDRANT -INSTALL (810-00546):
See City of Fort Worth Standard Specifications for Water Department Projects Item No . E1 -
12, "Dry-Barrel Fire Hyrdrants" for specifications governing this item .
PAYMENT: Payment shall be made per fire hydrant installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
76. PAY ITEM 036 -FIRE HYDRANT -REMOVE (BID-00547):
Existing fire hydrants shall be removed and returned to the Water Department warehouse by
the Contractor in accordance w ith Section E2-1 .5 Salvaging of Materials . The void shall be
backfilled and compacted in accordance with backfill method as specified in Section E2-2 .9
Backfill. Backfill material shall be suitable excavated material approved by the Engineer.
Surface restoration shall be compatible with existing surrounding surface and grade .
PAYMENT : Payment shall be made per fire hydrant salvaged at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
Rev 2-19-10 SP-30
77 . PAY ITEM 037 -MANHOLE -REMOVE (BID-00206):
Manholes to be removed shall have all pipes entering or exiting the structure disconnected .
The complete manhole , including top or cone section, all full barrel diameter section, and
base section shall be removed . The excavation shall then be backfilled and compacted in
accordance with backfill method as specified in Section E2-2.9 Backfill. Backfill material
may be with Type C Backfill or Type B Backfill , as approved by the Engineer. Surface
restoration shall be compatible with surrounding surface .
PAYMENT : Payment shall be made per manhole removed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
78 . PAY ITEM 038 -VALVE BOX -ADJUSTMENT-SERVICES (BID-00847):
Contractor will be responsible for adjusting water valve boxes to match new pavement
grade . The water valves themselves will be adjusted by City of Fort Worth Water
Department forces .
The unit price bid by the Contractor will be full payment for materials including all labor,
equipment , tools and incidentals necessary to complete the work .
79 . PAY ITEM 039 -PIPE -PRESSURE - 6 INCH -INSTALL (BID-00616):
See City of Fort Worth Standard Specifications for Water Department Projects Item No. E1-
24, "Polyvinyl Chloride (PVC) Plastic Water Pipe " for specifications governing this item.
Payment for work such as backfill, bedding , blocking, detectable tapes and all other associated
appurtenant required , shall be included in the linear foot price bid of the appropriate BID
ITEM(S).
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
80 . PAY ITEM 040-VAULT -VAULT ADJUSTMENT TO GRADE -REHAB (BID-00752):
Contractor will be responsible for adjusting water valve vaults to match new pavement grade .
The water valves themselves will be adjusted by City of Fort Worth Water Department
forces .
The unit price bid by the Contractor will be full payment for materials including all labor,
equipment , tools and incidentals necessary to complete the work .
81 . PAY ITEM 041 -METER BOX-RELOCATE (BID-00549):
Contractor will be responsible for relocating meter boxes to the new ROW line at the
direction of the property owner or Engineer.
Rev 2-19-10 SP-31
Installation of addit ional waterline according to C ity of Fort Worth Standard Specifications
and coordination w ith the City of Fort Worth Water Department shall be cons idered
subsidiary to this bid item .
PAYMENT : Payment shall be made per meter box relocated at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
82 . PAY ITEM 042 -WALK -INSTALL (BID-00528):
See Standard Specificat ions Item No . 504 , "Concrete Sidewalks and Driveways " for
specifications governing this item.
83 . PAY ITEM 043 -WALK (FIBER) -INSTALL (BID-00528):
See Standard Specifications Item No . 504 , "Concrete Sidewalks and Driveways " for
specifications governing this item with the following modification(s).
504 .2 (2)
In areas designated on the plans , synthetic macro fiber reinforcing will be allowed in place of
steel reinforcing.
Synthetic macro fibers must conform to ASTM C1116 . Synthetic macro fibers must be alkali-
proof, non-absorptive, resistant to deterioration due to long-term exposure to moisture or
admixtures and must not contribute to nor interfere with the air-entrainment of the concrete .
Synthetic macro fibers must meet or exceed the following properties :
MODULUS OF ELASTICITY = 1,378 KSI
TENSILE STRENGTH= 90 KSI
MEL TING POINT= 320 ° F
Use of synthetic macro fibers shall not change water requirement of mix . Slump loss due to
add ition of synthetic macro fibers shall be offset by addition of admixtures.
Contractor shall conform to manufacturer's recommendations for quantity of fiber.
Synthetic macro fibers must be Grace Strux 90/40 or approved equivalent.
84. PAY ITEM 044 -WALK -REMOVE (BID-00529):
See Standard Specifications Item No . 104 , "Removing Old Concrete" for specifications
governing this item .
85 . PAY ITEM 045 -WALK-ADA WHEELCHAIR RAMP -REMOVE (BID-00533):
See Standard Spec ifications Item No. 104 , "Removing Old Concrete" for specifications
governing this item .
Rev 2-19-1 0 SP-32
86. PAY ITEM 046 -WALK -ADA WHEELCHAIR RAMP -INSTALL (BID-01227):
See Standard Specifications Item No. 504, "Concrete Sidewalks and Driveways" for
specifications governing this item .
PAYMENT: Payment shall be made per ramp installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
87. PAY ITEM 047 -RETAINING WALL-INSTALL (810-00411):
This item will consist of placing retaining walls in locations and at heights determined by the
ENGINEER in the field . All applicable section of City of Fort Worth Standard Specification
item 518 shall apply except as follows :
Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing
"Retaining Wall with Sidewalk" where applicable .
All existing brick and/or stone retaining walls not significantly impacted by proposed grade
changes will be protected . Replacement of retaining walls not impacted by proposed grade
changes will be at the expense of the Contractor.
88 . PAY ITEM 048 -BOLLARDS (BID-00121 ):
At locations designated on the plans, bollards shall be installed.
Bollards shall be constructed of 6'' diameter Schedule 80 Steel pipe and shall be filled with
Class "B" Concrete .
Bollards shall be embedded in approx 0.45 CY Class "B" Concrete as shown on plans .
Embedment shall not be paid for separately but shall be considered subsidiary to the unit
price bid for the bollard.
Bollards shall be painted safety yellow per ANSI 253 .1 Section 2.3.
PAYMENT : Payment shall be made per bollard installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
89 . PAY ITEM 049 -GRASS-BERMUDA SOD -INSTALL (BID-00132):
See Standard Specifications Item No . 118, "Sodding " for specifications governing this item .
90. PAY ITEM 050 -HYDRO-MULCH (BID-00131):
See Standard Specifications Item No. 120, "Seeding" for specifications governing this item.
91 . PRE-BID ITEM 051 -TOPSOIL -INSTALL (BID -00147):
See Standard Specifications Item No . 116 , "Top Soil" for specifications governing this item
with the following modification(s).
Rev 2-19-10 SP-33
116.4 PAYMENT: Topsoil secured from borrow sources will be measured by the cubic yard
in place on the project site. Measurement for payment will be made only on top soils secured
from borrow sources .
92 . PAY ITEM 052 -PAVEMENT MARKING -12 INCH -CROSSWALK LINE -WHITE -
INSTALL (BID-00431 ):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Edition Item No . 666, "Reflectorized Pavement Markings" for
specifications governing this item .
PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
93 . PAY ITEM 053 -PAVEMENT MARKING -STOP BAR -WHITE -18 INCH -INSTALL
(BID-00438):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Edition Item No . 666 , "Reflectorized Pavement Markings" for
specifications governing this item .
PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
94 . PAY ITEM 054 -PAVEMENT MARKING -STRIPING -INSTALL (6" WHITE DOT
THERMOPLASTIC) (BID-00439):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Edition Item No . 666 , "Reflectorized Pavement Markings" for
specifications governing this item .
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and inc identals necessary to
complete the work .
95 . PAY ITEM 055 -PAVEMENT MARKING -STRIPING -INSTALL (4" WHITE SOLID
THERMOPLASTIC) (BID-00439):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No. 666, "Reflectorized Pavement Markings" for
specifications governing this item .
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
Rev 2-19-10 SP-34
96 . PAY ITEM 056 -PAVEMENT MARKING -STRIPING -INSTALL (4" WHITE BROKEN
THERMOPLASTIC) (BID-00439):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Edition Item No . 666, "Reflectorized Pavement Markings" for
specifications governing this item.
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
97 . PAY ITEM 057 -PAVEMENT MARKING -STRIPING -INSTALL (6" WHITE SOLID
THERMOPLASTIC) (BID-00439):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Edition Item No . 666, "Reflectorized Pavement Markings" for
specifications governing this item.
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
98 . PAY ITEM 058 -PAVEMENT MARKING -STRIPING -INSTALL (4 " YELLOW SOLID
THERMOPLASTIC) (BID-00439):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Edition Item No . 666, "Reflectorized Pavement Markings" for
specifications governing th is item .
PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
99. PAY ITEM 059 -PAVEMENT MARKING -STRIPING -INSTALL (4 " YELLOW BROKEN
THERMOPLASTIC) (BID-00439):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Edition Item No . 666 , "Reflectorized Pavement Markings" for
specifications governing this item .
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
Rev 2-19-10 SP-35
100 . PAY ITEM 060 -PAVEMENT MARKING -STRIPING -INSTALL (6" YELLOW SOLID
THERMOPLASTIC) (BID-00439):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 666 , "Reflectorized Pavement Markings" for
spec ifications governing this item .
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
101 . PAY ITEM 061 -PAVEMENT MARKING -STRIPING -INSTALL (YIELD LINE WHITE
THERMOPLASTIC) (Bl D-00439):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Ed it ion Item No . 666 , "Reflectorized Pavement Markings" for
specifications governing this item .
PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
102 . PAY ITEM 062 -PAVEMENT MARKING -TURN ARROWS -INSTALL (BID-00441):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Edition Item No . 666 , "Reflectorized Pavement Markings" for
specifications governing this item .
PAYMENT : Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
103 . PAY ITEM 063 -PAVEMENT MARKING -LANE LEGEND -P-H-A THERMOPLASTIC -
INSTALL (WORDS) (BID-01006):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No. 666 , "Reflectorized Pavement Markings" for
specifications governing this item .
PAYMENT: Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
104 . PAY ITEM 064 -PAVEMENT MARKING -LANE LEGEND -P-H -A THERMOPLASTIC
-INSTALL (BIKE SYMBOLS) (BID -01006):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 666 , "Reflectorized Pavement Mark ings " for
specifications governing this item .
Rev 2-19-10 SP-36
PAYMENT : Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work.
105 . PAY ITEM 065 -DRILL SHAFT (TRF SIG POLE) (30 IN) (BID-00121):
See Standard Specifications Item No . 404 , "Drilled Shaft Foundat ions " for specifications
governing this item .
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work.
106 . PAY ITEM 066 -DRILL SHAFT (TRF SIG POLE) (36 IN) (BID-00121):
See Standard Specifications Item No . 404 , "Drilled Shaft Foundations " for specifications
governing this item .
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
107 . PAY ITEM 067 -DRILL SHAFT (TRF SIG POLE) (48 IN) (BID-00121):
See Standard Specificat ions Item No . 404, "Drilled Shaft Foundations " for spec ifications
governing this item .
PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
108. PAY ITEM 068 -CONDT (PVC) (SCHD 80) (2") UNIT (BID-00121):
See Standard Specifications Item No . 552 "Conduit and Pull Boxes " for specifications
governing this item .
PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
109. PAY ITEM 069-CONDT (PVC) (SCHD 80) (3") UNIT (BID-00121):
See Standard Specifications Item No . 552 "Conduit and Pull Boxes " for specifications
governing this item .
PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
Rev 2-19 -10 SP-37
110. PAY ITEM 070-CONDT (PVC) (SCHD 80) (4") UNIT (BID-00121):
See Standard Specifications Item No. 552 "Conduit and Pull Boxes" for specifications
governing this item .
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
111 . PAY ITEM 071 -ELEC CON DR (NO . 6) BARE UNIT (BID-00121 ):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 620, "Electrical Conductors" for specifications governing
this item.
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
112. PAY ITEM 072 -ELEC CONDR (NO . 6) INSULATED UNIT (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 620, "Electrical Conductors " for specifications governing
this item .
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
113. PAY ITEM 073-ELEC CONDR (NO. 8) INSULATED UNIT (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 620 , "Electrical Conductors" for specifications governing
this item.
PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work.
114. PAY ITEM 074 -ELEC CONDR (NO. 12) INSULATED UNIT (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Edition Item No . 620 , "Electrical Conductors" for specifications governing
this item.
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work.
Rev 2-19-10 SP-38
-115 . PAY ITEM 075-GROUND BOX TY D (162911) W/ APRON (810-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Br idges 2004 Edition Item No . 624 , "Ground Boxes" for specifications governing this
item .
PAYMENT: Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
116 . PAY ITEM 076 -ELC SRV TY D 120/240 070 (NS) SS (E) SP (810-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 628 , "Electrical Services " for specifications governing this
item.
PAYMENT: Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor , tools and incidentals necessary to
complete the work .
117 . PAY ITEM 077-ELC SRVTY D 120/240 070 (NS) SS (E) SP (810-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 628 , "Electrical Services " for spec ifications governing this
item .
PAYMENT: Payment shall be made per each item installed at the unit price shown on the
. proposal and will include full compensation for all labor, tools and incidentals necessary to
complete the work .
118. PAY ITEM 078-INSTALL HWY TRF SIG (ISOLATED) (810-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No. 680 , "Installation of Highway Traffic Signals " for
specifications govern ing this item .
PAYMENT: Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
119. PAY ITEM 079-BACK PLATE (12 IN) (3 SEC) (810-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No. 682 , "Vehicle and Pedestrian Signal Heads " for
specifications governing this item .
PAYMENT : Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor , tools and incidentals necessary
to complete the work .
Rev 2-19-10 SP-39
120 . PAY ITEM 080 -BACK PLATE (12 IN) (5 SEC) (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 682 , "Vehicle and Pedestrian Signal Heads " for
specifications governing this item .
PAYMENT: Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
121. PAY ITEM 081 -PED SIG SEC (12 IN) LED (2 INDICATORS) (BID-00121):
See TxDOT Standard Specifications for Construct ion and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 682 , "Vehicle and Pedestrian Signal Heads" for
specifications governing this item .
PAYMENT : Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
122 . PAY ITEM 082 -VEH SIG SEC (12 IN) LED (GRN ARW) (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Edition Item No . 682 , "Vehicle and Pedestrian Signal Heads" for
specifications governing this item .
PAYMENT : Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
123 . PAY ITEM 083 -VEH SIG SEC (12 IN) LED (GRN) (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Edition Item No. 682 , "Vehicle and Pedestrian Signal Heads" for
specifications governing this item .
PAYMENT : Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
124 . PAY ITEM 084 -VEH SIG SEC (12 IN) LED (YEL ARW) (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Ed ition Item No . 682 , "Vehicle and Pedestrian Signal Heads " for
specifications governing this item .
PAYMENT : Payment shall be made per each item installed at the unit price shown on the
proposal and will inc lude full compensation for all labor, tools and incidentals necessary
to complete the work.
Rev 2-19-10 SP -40
125 . PAY ITEM 085 -VEH SIG SEC (12 IN) LED (YEL) (810-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Edition Item No . 682 , "Vehicle and Pedestr ian Signal Heads" for
specifications governing this item .
PAYMENT : Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
126. PAY ITEM 086 -VEH SIG SEC (12 IN) LED (RED) (810 -00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Edition Item No . 682 , "Vehicle and Pedestrian Signal Heads" for
specifications governing this item .
PAYMENT: Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to comp lete the work .
127. PAY ITEM 087 -TRF SIG CBL (TY A) (14 AWG) (5 CONDR) (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Edit ion Item No . 684, "Traffic Signal Cables " for specificat ions governing
this item .
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
128 . PAY ITEM 088 -TRF SIG CBL (TY A) (14 AWG) (7 CONDR) (810-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 684 , "Traffic Signal Cables" for specifications governing
this item .
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and inc identals necessary
to complete the work.
129 . PAY ITEM 089 -TRF SIG CBL (TY A) (14 AWG) (20 CONDR) (810-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 684 , "Traffic Signal Cables " for specifications governing
this item .
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
Rev 2-19-10 SP-41
130. PAY ITEM 090 -TRF SIG CBL (TY A) (16 AWG) (3 CONDR) (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 684 , "Vehicle Traffic Signal Cables " for specifications
governing this item .
PAYMENT : Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
131 . PAY ITEM 091 -INS TRF SIG PL AM (S) 1 ARM (32 ') (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 686 , 'Traffic Signal Pole Assemblies (Steel)" for
specifications governing th is item .
PAYMENT: Payment shall be made per each item installed at the unit pr ice shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
132 . PAY ITEM 092 -INS TRF SIG PL AM (S) 1 ARM (44') LUM (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 686, "Traffic Signal Pole Assemblies (Steel)" for
specifications governing this item .
PAYMENT : Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and inc identals necessary
to complete the work .
133 . PAY ITEM 093 -INS TRF SIG PL AM (S) 1 ARM (48 ') LUM (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No. 686 , "Traffic Signal Pole Assemblies (Steel)" for
specifications governing this item .
PAYMENT: Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor , tools and incidentals necessary
to complete the work .
134. PAY ITEM 094 -INS TRF SIG PL AM (S) 1 ARM (50 ') (BID -00121 ):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 686 , "Traffic Signal Pole Assemblies (Steel)" for
specifications governing this item .
PAYMENT : Payment shall be made per each item installed at the unit price shown on the
proposal and w ill include full compensation for all labor, tools and incidentals necessary
to complete the wo rk.
Rev 2-19-10 SP-42
135. PAY ITEM 095 -INS TRF SIG PL AM (S) 1 ARM (55') (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 686, "Traffic Signal Pole Assemblies (Steel)" for
specifications governing this item.
PAYMENT : Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
136 . PAY ITEM 096-INS TRF SIG PL AM (S) 1 ARM (55') LUM (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 686 , "Traffic Signal Pole Assemblies (Steel)" for
specifications governing this item .
PAYMENT: Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
137 . PAY ITEM 097 -INS TRF SIG PL AM (S) 1 ARM (60 ') LUM (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No. 686, "Traffic Signal Pole Assemblies (Steel)" for
specifications governing this item.
PAYMENT : Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
138 . PAY ITEM 098-PED POLE ASSEBMLY (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No . 687, "Pedestal Pole Assemblies" for specifications
governing this item.
PAYMENT: Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
139. PAY ITEM 099 -PED DETECT (2 IN PUSH BTN) (BID-00121):
See TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets
and Bridges 2004 Edition Item No. 688, "Pedestrian Detectors and Vehicle Loop Detectors "
for specifications governing this item.
PAYMENT : Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
Rev 2-19-10 SP-43
140. PAY ITEM 100 -VIVIDS PROCESSOR SYSTEM (BID-00121):
See TxDOT Statewide Special Specifications 2004 Edition Item No. 6266 , "Video Imaging
Vehicle Detection System " for specifications governing this item .
http ://www . txdot. gov/DE S/specs/2004/04stsp4 . htm
141 . PAY ITEM 101 -VIVIDS CAMERAASSEBMLY (BID-00121):
See TxDOT Statewide Special Specifications 2004 Edition Item No. 6266 , "Video Imaging
Vehicle Detection System " for specifications governing th is item .
http://www .txdot.gov/DES/specs/2004/04stsp4 .htm
142. PAY ITEM 102 -VIVIDS SET-UP SYSTEM (BID-00121):
See TxDOT Statewide Special Specifications 2004 Edition Item No. 6266, "Video Imaging
Vehicle Detection System " for specifications governing this item .
http://www.txdot.gov/DES/specs/2004/04stsp4 .htm
143. PAY ITEM 103-VIVIDS COMMUNICATION CABLE (COAXIAL) (BID-00121):
See TxDOT Statewide Special Specifications 2004 Edition Item No . 6266, "Video Imaging
Vehicle Detection System" for specifications governing this item .
http://www. txdot. gov /DES/specs/2004/04stsp4. htm
144. PAY ITEM 104 -CONDUIT 2 INCH SCH 40 (BID-00175):
See Standard Specifications Item No . 522 , "Conduit and Pull Boxes" for specifications
governing this item .
PAYMENT: Payment shall be made per linear foot installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
145. PAY ITEM 105 -LIGHT CONCRETE FOUNDATION TYPE 7 (BID-00969):
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No. 680, "Installation of Highway Traffic Signals " for
specifications governing this item .
PAYMENT : Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work.
146 . PRE-BID ITEM 106 -MISCELLANEOUS CONSTRUCTION :
Items bid as Force Accounts shall consist of miscellaneous construction adjustments and
other non-subsidiary items requested for construction by the City of Fort Worth and at the
direction of the Project Engineer
Rev 2-19-10 SP-44
147. PRE-BID ITEM 107 -UTILITIES :
Items bid as Force Accounts shall consist of miscellaneous utility adjustments and other
non-subsidiary items requested for construction by the City of Fort Worth and at the direction
of the Project Engineer
148. NON PAY ITEM -PAVEMENT -SILICONE JOINT SEALANT
CITY OF FORT WORTH , TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
SPECIFICATION
for
SILICONE JOINT SEALING
(Revision 1 , October 18 , 1989)
(Revision 2 , May 12 , 1994)
1. SCOPE
This specification for silicone joint sealing Portland Cement Concrete pavement and
curbs shall supersede Item 314 .2. (11) "Joint Sealing Materials" of STANDARD
SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF
FORT WORTH , and Item 2 .210 "Joint Sealing " of STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF
GOVERNMENTS.
2. MATERIALS
Rev 2-19-10
2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for
Class A sealant except as modified by the test requirements of this
specification. Before the installation of the joint sealant, the Contractor shall
furnish the ENGINEER certification by an independent test ing laboratory that
the silicone joint sealant meet these requirements .
2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year
demonstrated , documented successful field performance with Portland
Cement Concrete pavement silicone joint sealant systems. Verifiable
documentation shall be submitted to the ENGINEER. Acetic acid cure
sealants shall not be accepted. The silicone sealant shall be cold applied .
2.3 Self-Leveling Silicone Joint Sealant
SP -45
The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint
sealant as manufactured by Dow Corning Corporation , Midland , Ml 48686-
0994 , or an approved equal.
Self-Leveling Silicone Joint Sealant
Test Method Test Requ irement
AS SUPPLIED
**** Non Volatile Content ,% min . 96 to 99
MIL-S-8802 Extrusion Rate, grams/minute 275 to 550
ASTM D 1475 Specific Gravity 1.206 to 1.340
**** Skin-Over T ime, minutes max . 60
**** Cure Time, days 14 to 21
**** Full Adhesion, days 14 to 21
AS CURED-
ASTM D 412, Die Mod . Elongation,% min . 1400
ASTM D 3583 Modulus @ 150 % Elongation , psi max . 9
(Sect. 14 Mod .)
ASTM C 719 Movement , 10 cycles@ +100/-50% No Failure
ASTM D 3583 Adhesion to Concrete , % Elongation min . 600
(Sect. 14 Mod.)
ASTM D 3583 Adhesion to Asphalt , % Elongat ion min . 600
(Sect. 14 Mod .)
2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod
and polyethylene bond breaker tape of sufficient size to provide a tight seal. The
back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint
sealant from flowing to the bottom of the joint . The backer rod and breaker tape
shall be compatible with the silicone joint sealant and no bond or reaction shall
occur between them . Reference is made to the "Construction Detail " sheet for the
various joint details with their respective dimensions .
3 . TIME OF APPLICATION
On newly constructed Portland Cement Concrete pavement , the joints shall be
initially saw cut to the required depth with the proper joint spacing as shown on
the "Construction Detail " sheet or as d irected by the ENGi NEER within 12 hours of
the pavement placement. (Note that for the "dummy " joints , the initial 1 /4 inch
width "green " saw-cut and the "reservoir" saw cut are identical and should be
part of the same saw cutting operation . Immediately after the saw cutting
pressure washing shall be applied to flush the concrete slurry from the freshly
saw cut joints .) The pavement shall be allowed to cure for a minimum of seven
(7) days. Then the saw cuts for the joint sealant reservoir shall be made , the
joint cleaned , and the joint sealant installed . Du ring the application of the joint
sealant, the weather shall not be inclement and the temperature shall be 40F (4C)
Rev 2-19-10 SP-46
and rising.
4 . EQUIPMENT
4 .1 All necessary equipment shall be furnished by the Contractor. The Contractor
shall keep his equipment in a satisfactory working condition and shall be
inspected by the ENGINEER prior to the beginning of the work . The minimum
requirements for construction equipment shall be as follows :
4 .2 Concrete Saw : The sawing equipment shall be adequate in size and power to
complete the joint sawing to the required dimensions .
4 .3 High Pressure Water Pump: The high pressure cold water pumping system
shall be capable of delivering a sufficient pressure and volume of water to
thoroughly flush the concrete slurry from the saw-cut joint.
4.4 Air Compressors : The delivered compressed air shall have a pressure in
excess of 90 psi and 120 cfm . There shall be suitable reaps for the removal
of all free water and oil from the compressed air. The blow-tube shall fir into
the saw-cut joint.
4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume
of sealant to the joint.
4 .6 Injection Tool : This mechanical device shall apply the sealant uniformly into
the joint.
4.7 Sandblaster: The design shall be for commercial use with air compressors as
specified in Paragraph 5.4 .
4 .8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and
free of contamination . They shall be compatible with the join depth and width
requirements.
5. CONSTRUCTION METHODS
5.1 General : The joint reservoir saw cutting, clean ing , bond breaker installation ,
and joint sealant placement shall be performed in a continuous sequence of
operations
5.2 Sawing Joints : The joints shall be saw-cut to the width and depth as shown on
the "Construction Detail " sheet . The faces of the joints shall be uniform in
width and depth along the full length of the joint.
5.3 Cleaning Joints : Immediately after sawing, the resulting concrete slurry shall
be completely removed from the joint and adjacent area by flush ing with high
pressure water. The water flushing shall be done in one-direction to prevent
joint contamination .
Rev 2-19-10 SP-47
When the Contractor elects to saw the joint by the dry method , flushing the
joint with high pressure water may be deleted . The dust resulting from the
sawing shall be removed from the joint by using compressed air. (Paragraph
Rev . 1, October 18 , 1989)
After complete drying , the joints shall be sandblasted . The nozzle shall be
attached to a mechanical aiming device so that the sand blast will be directed
at an angle of 45 degrees and at a distance of one to two inches from the
face of the joint. Both joint faces shall be sandblasted in separate , one
directional passes . Upon the termination of the sandblasting , the joints shall
be blown-out using compressed air. The blow tube shall fit into the joints .
The blown joint shall be checked for residual dust or other contamination . If
any dust or contamination is found, the sandblasting and blowing shall be
repeated until the joint is cleaned. Solvents will not be permitted to remove
stains and contamination .
Immediately upon cleaning, the bond breaker and sealant shall be placed in
the joint. Open , cleaned joints shall not be left unsealed overnight.
Bond Breaker Rod and Tape : The bond breaker rod and tape shall be
installed in the cleaned joint prior to the application of the joint sealant in a
manner that will produce the required dimensions .
5.4 Joint Sealant: Upon placement of the bond breaker rod and tape , the joint
sealant shall be applied using the mechanical injection tool. The joint sealant
application shall not be permitted when the air and pavement temperature is
less than 40F (4C). Joints shall not be sealed unless they are clean and dry .
Unsatisfactorily sealed joints shall be refilled . Excess sealant left on the
pavement surface shall be removed and discarded and shall not be used to
seal the joints .
The pavement surface shall present a clean final condition.
Traffic shall not be allowed on the fresh sealant until it becomes tack-free .
Approval of Joints : A representative of the sealant manufacturer shall be
present at the job site at the beginning of the final cleaning and sealing of the
joints. He shall demonstrate to the Contractor and the ENGINEER the
acceptable method for sealant installation . The manufacturer's representative
shall approve the clean , dry joints before the sealing operation commences .
6 . WARRANTY
The Contractor shall provide the ENGINEER a manufacturer's written guarantee on
all
joint sealing materials . The manufacturer shall agree to provide any replacement
material free of charge to the City . Also , the Contractor shall provide the
ENGINEER a written warranty on all sealed joints. The Contractor shall agree to
Rev 2-19 -10 SP-48
replace any failed joints at no cost to the City . Both warranties shall be for two
years after final
acceptance of the completed work by the ENGINEER.
7. BASIS OF PAYMENT
All costs associated with concrete joint sealant shall be subsidiary to the
concrete item and no other compensation will be provided.
149. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT :
The concrete pavement acceptance policy shall be as follows :
A. Penalty for Deficient Pavement Thickness . There shall be no acceptance of deficient
pavement thickness other than the tolerances spec ified below.
1 . Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract
unit price will be used for payment if the average thickness within the project meets or exceeds
the specified designed thickness .
2 . Deficiencies of greater than 0 .25-inch shall be removed and replaced w ith pavement of plan
thickness at contractor 's entire expense.
B. Cracked Concrete Acceptance Policy. The criteria for acceptance or rejection of reinforced
concrete that is cracked is as follows :
1. DEFINITIONS
a. Minor crack -A crack of no more than 5 feet in length and does not extend i.) from the
edge of a slab or from a pavement joint , or; ii .) the depth to the reinforcement steel of the
concrete slab , or ; iii .) an intermediate crack that is designated as a minor crack under Monitor
Pavement Option 2 .
b. Intermediate Crack -A crack that extends from any edge of slab or joint a distance of no
more than 5 feet.
c. Structural or Major crack -A crack i.) of greater than 5 feet , or ; ii .) that extends from the
edge of a slab or from a pavement joint to any other edge of slab or joint , or ; iii .) extends the
full depth of the concrete slab , or; iv .) an intermediate crack that is designated as a structural
crack under Monitor Pavement Option 2 .
d. City Engineer -In the application of this policy , the City Engineer is the Director of the
Department of Transportation and Public Works or his designee .
2. ACCEPTABLE PAVEMENT-NO ACTION IS NECESSARY :
Rev 2-19 -10 SP -49
A concrete panel with four (4) or less minor cracks as defined above is acceptable . (See
Figure 1 ).
No action is necessary and no routing and sealing is allowed.
---
t i ( i ( t I i ( \
\, ·' i ,t '
PLAN PROFILE
Figure 1 -No action is necessary
3. MONITORED PAVEMENT
A concrete pavement with one intermediate crack as defined above may be acceptable. The
contractor has two options .
Option No. 1 -The panel may be removed and replaced at contractor expense .
Option No. 2 -The limit of the crack shall be identified for future reference by drilling a 1/2"
hole at the free end of the crack and sealing the crack with an approved epoxy material. If at
the end of the warranty period the crack has not propagated then the crack will be designated
as a minor crack . If the crack has propagated then the crack is considered a structural crack .
4. STRUCTURALLY CRACKED PAVEMENT -FULL PANEL REPLACEMENT IS REQUIRED:
A. If a panel contains greater than four (4) minor cracks and those cracks are determined to be
caused primarily by a deficiency of material or workmansh ip , the pan e l must be removed and
replaced by the Contractor at h is own ex pense . (See Figure 2 )
Rev 2-19-10 SP-50
-
-
t ~ ' i \ t ) ·', i ) HI \ I •
PLAN
Figure 2 -Full panel replacement is required.
( )
( i. {
! '·'
PROFILE
B. All concrete panels with any structural or major crack as defined above that is determined to
be caused, primarily, by a deficiency of material or workmanship must be removed and
replaced in their entirety by the Contractor at his own expense . (See Figures 3 and 4 below)
t \..,~ t w
.,._\. l
-~ "\
-l
PLAN PROFILE
Figure 3 -Full panel replacement is required.
-r -J ...........
LJJ
)
PLAN PROFILE
Figure 4 -Full panel replacement is required.
Rev 2-19-10 SP-51
C. If the edge of existing concrete pavement is damaged during the construction of adjacent
pavement ; the damaged panel(s) must be removed and replaced in its entirety by the
Contractor at his own expense .
5. APPLICATION AND FINAL DETERMINATION OF POLICY
It is not the intention of this policy that the Contractor is required to remove and replace at his
own expense any concrete that cracks due primarily to causes other than his own materials
and/or workmanship. While cracks may be caused by a combination of factors, a primary
cause can be determined . It is the pol icy that if a defic iency of materials and/or workmanship
be found to be the primary cause of a crack or cracks , then the contractor shall remove and
replace the panels that contain the structural crack or cracks at no expense to the City.
If cracks exist in the project , the C ity Engineer or his/her designee will make the determination
if the crack is minor or structural. If the crack is structural, the Contractor and the City will
attempt to agree on the cause or causes of the crack .
If the Contractor and City agree that the cause of a structural crack requiring removal and
replacement is due primarily to Contractor's deficient material or workmanship , the concrete
pavement will be removed and replaced at Contractor's entire expense .
If the Contractor and City cannot agree as to the cause of a structural c rack , the C ity may hire
an independent geotechnical engineer to perform testing and analysis to determ ine the cause
of the crack . The contractor will escrow 50 % of the proposed costs of the geotechnical
contract with the City . The contractor and the City shall use the services of a geotechnical firm
acceptable to both parties .
If the geotechnical engineer determines that the primary cause of a structural crack is due to
Contractor's deficient material or workmanship, the deficient concrete pavement will be
removed and replaced at Contractor's entire expense and the Contractor will also pay the City
for the balance of the cost of the geotechnical investigation over and above the amount that
has previously been escrowed .
If the geotechnical engineer determines that the primary cause of the structural crack is not
due to Contractor's deficient material .or workmanship , the concrete pavement will not be
removed and replaced without additional compensation to the Contractor. In turn , the
Contractor's escrowed funds , as described above, will be released .
Rev 2-19-10 SP -52
150. NON -PAY ITEM -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.
151 . NON-PAY ITEM -PROTECTION OF TREES , PLANTS AND SOIL :
All property along and adjacent to the Contractor's operations including lawns , yards , 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 call ing the Forestry Office. All tree work shall be in compliance with pruning standards for
Class II Pruning as described by the National Arborist Association . A copy of these
standards can be provided by calling the above number. Any damage to public trees due to
negligence by the Contractor shall be assessed using the current formula for Shade Tree
Evaluation as defined by the International Society of Arboriculture . Payment for negligent
damage to public trees shall be made to the City of Fort Worth and may be withheld from
funds due to the Contractor by the City .
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees
shall be immediately sealed using a commercial pruning paint. This is the only instance
when pruning paint is recommended .
152 . NON-PAY ITEM -CONCRETE COLORED SURFACE :
Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored
with LITHOCHROME color hardener or equal. A brick red color , a dry-shake hardener
manufactured by L.M. Scofield Company or equal , shall be used in accordance with
manufacturers' instructions . Contractor shall provide a sample concrete panel of one foot by
one foot by three inches dimension , or other dimension approved by the ENGINEER ,
meeting the aforementioned specifications. The sample , upon approval of the ENGINEER,
shall be the acceptable standard to be applied for all construction covered in the scope of
this Non-Pay Item . No direct payment will be made for this item and it shall be considered
incidental to this contract.
The method of application shall be by screen, sifter , sieve , or other means in order to
provide for a uniform color distribut ion .
153. NON-PAY ITEM -PROJECT CLEAN -UP:
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
Rev 2-19 -10 SP-53
• Keeping trash of any kind off other properties .
If the ENGINEER does not feel that the jobsite has been kept in an orderly condition , on the
next estimate payment (and all subsequent payments until completed) of the appropriate bid
item(s) will be reduced by 25%.
Final cleanup work shall be done for this project as soon as the paving and curb and gutter
has been constructed . No more than seven days shall elapse after completion of
construction before the roadway and right-of-way is cleaned up to the satisfaction of the
ENGINEER.
154 . NON-PAY ITEM-PROJECT SCHEDULE :
Before commencing any work under this contract , the CONTRACTOR shall submit to the
OWNER a draft detailed baseline construction schedule that meets the requirements
described in this specification, showing by Critical Path Method (CPM) the planned sequence
and timing of the Work associated with the Contract. All submittals shall be submitted in
PDF format , and schedule files shall also be submitted in native file format (i.e . file formats
associated with the scheduling software). The approved scheduling software systems for
creating the schedule files are :
-Primavera (Version 6 .1 or later or approved by OWNER)
-Primavera Contractor (Version 6.1 or later or approved by OWNER)
-Primavera SureTrak (Version 3 .x or later or approved by OWNER)
-Microsoft Project (Version 2003/2007 or later or approved by OWNER)
It is suggested that the CONTRACTOR employ or retain the services of a qualified Project
Scheduler to develop the required schedules. A qualified Project Scheduler would have the
following minimum capabilities and experience .
a . Experience preparing and maintaining detailed schedules , as well as 1 year of
experience using approved scheduling software systems as defined in this
specification .
b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules
to determine duration, resource allocation, and logic issues .
c. Understanding of construction work processes to the extent that a logical critical path
method schedule can be developed, maintained , and progressed that accurately
represents the scope of work performed .
155(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop ,
submit and review the draft detailed baseline construction schedule with the OWNER to
demonstrate the CONTRACTOR 's understanding of the contract requirements and approach
for performing the work. The CONTRACTOR will prepare the final detailed baseline
construction schedule based on OWNER comments , if any. The CONTRACTOR 's first (1st)
payment application will only be processed after the detailed baseline construction schedule
has been submitted by the CONTRACTOR and accepted by the OWNER.
The following guidelines shall be adhered to in preparing the baseline construction schedu le.
a . Milestone dates and final project completion dates shall be developed to conform to
the time constraints , sequencing requirements , and completion time.
b. The construction progress shall be divided into activities with time durations no
greater than 20 work days . Fabrication, delivery and submittal activities are
exceptions to this guideline .
Rev 2-19-10 SP-54
-
c. Activity durations shall be in work days and normal holidays and weather conditions
over the durat ion of the contract shall be accounted for within the duration of each
activity.
d . The critical path shall be clearly shown on the construction schedule.
e. Float time is defined as the amount of time between the earliest start date and the
late start date using CPM . Float time is a shared and expiring resource and is not for
the exclusive use or benefit of the CONTRACTOR or OWNER .
f . Thirty days shall be used for submittal review unless otherwise specified .
The construction schedule shall be divided into general activities as indicated in the
Schedule Guidance Document and each general activity shall be broken down into sub-
activities in enough detail to achieve sub-activities of no greater than 20 days duration. The
Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this
contract document by reference for all purposes, the same as if copies verbatim herein .
For each general activity, the construction schedule shall identify all trades or subcontracts
applicable to the project whose work is represented by activities that follow the guidelines of
this section .
For each of the trades or subcontracts applicable to the project , the construction schedule
shall indicate the following: procurement , construction , pre-acceptance activities, and events
in their logical sequence for equipment and materials. Include applicable activities and
milestones such as :
1 . Milestone for formal Notice to Proceed
2. Milestone for Final Completion or other completion dates specified in the contract
documents
3. Preparation and transmittal of submittals
4 . Submittal review periods
5. Shop fabrication and delivery
6 . Erection and installation
7. Transmittal of manufacturer's operation and maintenance instructions
8. Installed equipment and material testing
9. Owner's operator instructions (if applicable)
10. Final inspection
11. Operational testing
155(b) PROGRESS CONSTRUCTION SCHEDULE : The CONTRACTOR shall prepare and
submit monthly to the OWNER for approval the updated schedule in accordance with
Section 81 and 82 and the OWNER 's Schedule Guidance Document inclusive. As the Work
progresses , the CONTRACTOR shall enter into the schedule and record actual progress as
described in the Schedule Guidance Document.
The updated schedule submittal shall also include a concise narrative report that highlights
the following, if appropriate and applicable :
• Changes in the critical path ,
• Expected schedule changes ,
• Potential delays ,
• Opportunities to expedite the schedule ,
• Coordination issues the OWNER should be aware of or can assist with ,
Rev 2-19-10 SP-55
• Other schedule-related issues t hat the CONTRACTOR wishes to communicate to the
OWNER .
a . The CONTRACTOR 's monthly progress payment applications will not be accepted and
processed for payment without monthly schedule updates, submitted in the time and
manner required by this specification and the Schedule Guidance Document, and which
accurately reflects the allowable costs due under the Contract Documents and is
accepted by the OWNER.
b. Only one schedule update will be required per month in accordance with the Schedule
Guidance Document and this specification.
c . Failure to maintain the Schedule in an accepted status may result in the OWNER
withholding payment to the CONTRACTOR until the schedule is accepted .
155(c) PERFORMANCE AND CONSTRUCTION SCHEDULE : If, in the opinion of the
OWNER , work accomplished falls behind that scheduled , the CONTRACTOR shall take
such act ion as necessary to improve his progress . In addition , the OWNER may require the
CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan
to make up lag in schedule progress and to ensure completion of the Work w ithin the allotted
Contract time .
Failure of the CONTRACTOR to comply with these requirements shall be considered
grounds for determination by the OWNER that the CONTRACTOR is failing to execute the
Work with due dil igence as will ensure completion within the time specified in the Contract .
156. SCHEDULE TIERS SPECIAL INSTRUCTIONS :
The requirements for the schedule are determined based on the nature and needs of the
project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract
documents . The requirements for each Tier are described below. CONTRACTOR shall
submit each schedule relying on the Schedule Guidance Document provided in the Contract
Documents .
TIER 3 COST LOADING SPECIAL INSTRUCTIONS :
1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling
software shall be cost-loaded with the total contract dollars associated
with the respective ABS elements .
TIER 4 COST LOADING SPECIAL INSTRUCTIONS :
1. Adhere to all Tier 3 requirements , and additionally the following :
2. Work (Schedule of Values Pay Items using the OWNER 's standard items)
shall be loaded into the scheduling software using the "NON-LABOR"
resource type showing the quantity of work to be done along with the
corresponding value of the work measured in dollars . It is intended that
Earned Value will be calculated as the schedule resources are
progressed .
TIER 5 COST LOADING SPECIAL INSTRUCTIONS :
1. Adhere to all T ier 4 requirements , and addit ionally the following :
Rev 2-19-10 SP -56
• Labor resources (Man-Hours) shall be loaded into the scheduling
software using the "LABOR " resource type with man-hours and without
cost.
157. NON -PAY ITEM -NOTIFICATION OF RESIDENTS :
In order to cut down on the number of complaints from residents due to the dust generated
when saw-cutting joints in concrete pavement, the Contractor shall notify residents , in
writing , at least 48 hours in advance of saw-cutting joints during the construction of paving
projects .
All costs involved with providing such written notice shall be considered subsidiary to this
contract.
158 . NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION :
Prior to beginning construction on any block in the project , the Contractor shall, on a block
by block basis , prepare and deliver a notice or flyer of the pending construction to the front
door of each residence or business that will be impacted by construction . The notice shall be
prepared as follows:
The notification notice or flyer shall be posted seven (7) days prior to beginning any
construction activity on each block in the project area. The flyer shall be prepared on the
Contractor's letterhead and shall include the following information : Name of Project , City
Project No ., Scope of Project (i.e . type of construction activity), actual construction duration
within the block, the name of the Contractor's foreman and his phone number, the name of
the City's inspector and his phone number and the City 's after-hours phone number. A
sample of the 'pre-construction notification' flyer is attached .
The Contractor shall submit a schedule showing the construction start and finish time for
each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to
the City Inspector for his review prior to being distributed . The Contractor will not be allowed
to begin construction on any block until the flyer is delivered to all residents of the block . An
electronic version of the sample flyer can be obtained from the construction office.
All work involved with the pre-construction notification flyer shall be considered subsidiary to
the contract price and no additional compensation shall be made .
159 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING:
After the pre-construction conference has been held but before construction is allowed to
begin on this project a public meeting will be held at a location to be determined by the
ENGINEER. The Contractor, inspector, and project manager shall meet with all affected
residents and present the projected schedule , including construction start date , and answer
any construction related questions . Every effort will be made to schedule the neighborhood
meeting within the two weeks following the pre-construction conference but in no case will
construction be allowed to begin until this meeting is held .
160. NON-PAY ITEM -WASHED ROCK :
All washed rock used for embedment or backfill or as otherwise d irected by the ENGINEER
shall washed , crushed stone and shall meet the following gradat ion and abrasion : (Actual
washing not requi red if gradation is met)
Rev 2-19-10 SP-57
Sieve Size
1"
1/2 "
3/8 "
#4
#8
% Retained
0-10
40-75
55-90
90 -100
95-100
Los Angeles Abrasion Test: 50 % Maximum wear per A.S .T .M. Designation C-131 .
161. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE :
When existing concrete or H.M .A .C . is cut, such cuts shall be made with a concrete saw .
The Contractor may break out curb and gutter to the nearest joint if he chooses . All sawing
shall be subsidiary to the unit cost of the respective item .
162 . NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER
VALVES :
The Contractor shall be responsible for locating and marking all previously exposed
manholes and water valves in each street of this contract before repaving commences for a
particular street.
The Contractor shall attempt to include the ENGINEER (if he is available) in the ob.servation
and marking activity . In any event a street shall be completely marked a minimum to two (2)
working days before repaving begins on any street. Marking the curbs with paint is a
recommended procedure .
It shall be the Contractor's responsibility to notify the utility companies that he has
commenced work on the project. As the repaving is completed (within the same day) the
Contractor shall locate the covered manholes and valves and expose them for later
adjustment. Upon completion of a street the Contractor shall notify the utilities of this
completion and indicate that start of the next one in order for the utilities to adjust facilities
accordingly.
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.
163. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE : The cost for making
lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the
respective lines .
164 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT : The adjustment and/or
relocation of sprinkler heads encountered shall be paid for under "UTILITY ADJUSTMENT"
in the proposal section . No other compensation will be provided .
165. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS :
Contractor is required to secure a Street Use Permit , issued by the City of Fort Worth
Transportation and Public Works Permit Center (817-392-6594) prior to any work in public
right of way. Permit will not be issued without a traffic control plan sealed and signed by a
registered professional engineer licensed to practice in the State of Texas . Failure to
Rev 2-19-10 SP-58
-
-
-
-
-
-
-
-
acquire the proper permit and permission may result in a fine of $500/day to the contractor
performing the work .
Payment by the contractor for all Street Use Permits shall be considered subsidiary to the
contract cost and no additional compensation shall be made .
166. NON PAY ITEM -REMOVAL OF EXISTING PIPE
Where removal of the existing pipe is required , it shall be the Contractor's responsibility to
properly dispose of all removed pipe . All removed valves , fire hydrants and meter boxes
shall be delivered to Water Department Field Operation , Storage Yard.
167 . NON PAY ITEM -CUTTING AND PLUGGING EXISTING MAINS :
At various locations on this project, it may be required to cut, plug, and block existing water
mains/services or sanitary sewer mains/services in order to abandon these lines . Cutting
and plugging exist ing mains and/or services shall be considered as incidental and all costs
incurred will be considered to be included in the linear foot bid price of the pipe , unless
separate trenching is required .
168. NON PAY ITEMS -WALK -INSTALL (BID-00528), CURB & GUTTER -INSTALL
(BID-00423), WALK -ADA WHEELCHAIR RAMP -INSTALL (BID-01227), AND
DRIVEWAY -INSTALL (BID-00401)
Concrete flatwork is defined as curb, curb and gutter, sidewalks , leadwalks , wheelchair
ramps and driveways as shown in the plans . This provision governs the sequence of work
related to concrete flatwork and shall be considered a supplement to the specifications
govern ing each specific item.
The Contractor shall not remove any regulatory sign, instruction sign, street name and sign
or other sign which has been erected by the City . The Contractor shall contact Signs and
Marking Division , TPW.
Required backfilling and finished grading adjacent to flatwork shall be completed in order for
the flatwork to be accepted and measured as completed .
No payment will be made for flatwork until the pay item has been completed , which includes
backfilling and finished grading .
The price bid per square foot for "WALK -INSTALL" as shown in the Proposal will be full
payment for materials necessary to complete the work for that item.
The price bid per linear foot for "CURB & GUTTER -INSTALL "as shown in the Proposal
will be full payment for materials necessary to complete the work for that item .
The price bid each for "WALK -ADA WHEELCHAIR RAMP -INSTALL " as shown in the
Proposal will be full payment for materials necessary to complete the work for that item . The
type of ramp shall be per plan and shall be called out in the Proposal item .
Rev 2-19-10 SP -59
The price bid per square foot for "DRIVEWAY -INSTALL" as shown in the Proposal will be
full payment for materials necessary to complete the work for that item.
169 . NON PAY ITEMS -WALK -REMOVE (BID-00529), CURB & GUTTER -REMOVE
(BID-00424), WALK -ADA WHEELCHAIR RAMP -REMOVE (BID-00533), AND
DRIVEWAY -REMOVE (BID-00402):
These items include removal of existing concrete sidewalks, driveways , steps , leadwalks
and/or wheelchair ramps at location shown on the plans or as designed by the ENGINEER.
See Item No . 104 "Remov ing Old Concrete ", for Specifications governing this item.
170. PRE-BID ITEM -UTILITY ADJUSTMENT -REPAIR (BID-00414):
This item is included for the basic purpose of establishing a contract price which will be
comparable to the final cost of making necessary adjustments required due to street
improvements to water, sanitary sewer and natural gas service lines and appurtenances
where such service lines and appurtenances are the property owner's responsibility to
maintain. An arbitrary figure has been placed in the Proposal; however, this does not
guarantee any payment for utility adjustments, neither does it confine utility adjustments to
the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the
services of a licensed plumber to make the utility adjustments determined necessary by the
ENGINEER. No payment will be made for utility adjustments except those adjustments
determined necessary by the ENGINEER. Should the Contractor damage service lines due
to his negligence, where such lines would not have required adjustment or repair otherwise,
the lines shall be repaired and adjusted by the Contractor at the Contractor's expense . The
payment to the Contractor for utility adjustments shall be the actual cost of the adjustments
plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in
handling the utility adjustments .
171. PAY ITEM 108-CONSTRUCT MEDIAN NOSE (BID-00121)
This work consists of constructing concrete median noses as shown in the plans .
Median noses shall be constructed from the same type of concrete as the pavement.
See TxDOT Standard Specifications for Construction and Maintenance of Highways , Streets
and Bridges 2004 Edition Item No. 528 , "Colored Textured Concrete and Landscape Pavers"
for specifications governing the brick pavers with the following modification(s).
528 .5 B -The furnishing and installation of brick pavers shall not be paid for directly but
shall be considered subsidiary to the unit price bid for median noses .
PAYMENT : Payment shall be made per each item installed at the unit price shown on the
proposal and will include full compensation for all labor, tools and incidentals necessary
to complete the work .
Rev 2-19-10 SP-60
-
-
-
-
-
-
172. PRE-BID ITEM 109 -CONSTRUCT SCHOOL MARQUEE (BID-00121)
Contractor shall subcontract "Willow Creek Signs , Inc" of Haslet, Texas for the removal of
the existing school marquee and the construction of a new school marquee on school
property .
Willow Creek signs will not remove the foundation of the existing sign .
Contact: Mr. David Flory
817 ~847-0571
dmflory@signrush .com
173. PAY ITEM 200 -TREE - 3" CAL . -INSTALL (BID 00182)
This item shall consist of furnishing and installing trees as shown on the plans and details .
All sections of Specification Item 02900 "Tree Planting" shall apply .
The price per item for "TREE - 3" CAL. -INSTALL (BID-00182)" as shown in the proposal
will be full payment for materials including labor, equipment , tools and incidentals necessary
to complete the work.
174. PAY ITEM 201 -IRRIGATION SYSTEM -INSTALL (TECH SPECS):
This item shall consist of furnishing and installing all elements required for a fully functional
automated irrigation system as shown on the plans and details . All sections of Specification
Item 02810 "Irrigation System " shall apply.
The lump sum price for "IRRIGATION SYSTEM " as shown in the proposal will be full
payment for all materials including labor, equipment , tools and incidentals necessary to
complete the work . This shall include fees associated with installing meters as shown on the
plans .
175 . PAY ITEMS 202 AND 203 -IRRIGATION BORE AND SLEEVE -INSTALL (TECH
SPECS):
See Technical Specifications for specifications governing these items :
Jacking, Boring and Tunneling Pipe will be paid on a linear foot basis .
4" Steel Sleeve in Bore will be paid on a linear foot basis.
Rev 2-19-10 SP-61
(To be pr int ed o n Co nt rac tor 's Lette rh ead)
Date : -----
City No: 01296
PROJECT NAME: Paving/Storm Drain Improvements for:
Old Decatur Road
MAPSCO LOCATION: 33P
LIMITS OF CONST.: Bailey-Bos well to WJ Boaz
Es timated Duration of Construction on your Street : _ days
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE
CITY OF FORT WORTH, OUR COMPANY WILL RECONSTRUCT
THE STREET ON OR AROUND YOUR PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS
FROM THE DATE OF THIS NOTICE.
IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY
OR ANY OTHER ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERJNTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT <TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392-8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL.
Rev 2-19-10 SP -62
-
-
-
-
SECTION 6 -TECHNICAL SPECIFICATIONS
6.1 SECTION 02446
6.2 SECTION 02810
6.3 ILLUMINATION
6.4 PROJECT SIGNS
SECTION 02446
BORING , JACKING , AND TUNNELING FOR IRRIGATION
PART 1 -GENERAL
1.1 SUMMARY
A. Section Includes:
1. Excavation for approach trenches and pits .
2 . Boring and/or jacking conduits .
3. Carrier pipe.
B. Related Sections :
1. Section 02810 Automatic Irrigation System
1.2 UNIT PRICE -MEASUREMENT AND PAYMENT
A. Bored or Jacked Pipe
1. Basis of Measurement: By the lineal foot (meter), for each configuration .
2. Basis of Payment: Includes tunnel and pit excavation , sleeves , tunnel liner or
casing , carrier pipe, grout , accessories , tests, and backfill . it does not include
service line or wiring placed during or in conjunction with Boring , Jacking and
Tunneling ; such service line and wiring being measured and paid under Item 2 ,
Section 02810 Automatic Irrigation System .
1.3 DESIGN REQUIREMENTS
A. Design casing pipe and tunnel liner joints of leakproof construction . Design for earth
and or other pressures present.
B. Design bracing , backstops , and use jacks of sufficient rating for continuous jacking
without stoppage , except for adding pipe sections and as conditions permit , to
minimize tendency of ground material to "freeze" around casing pipe .
1.4 SUBMITTALS
A. Shop Drawings : Prepare scaled shop Drawings to supplement Contract Drawings .
1. Include details of casing or tunnel liner , pipe guides , jacking head , jack positions ,
jointing methods , sheeting , and other falsework for trenches and pits , and support for
adjacent excavation , field sketches , and other details , to complete the Work .
'
B. Design Data : Submit tunnel liner design calculations and manufacturer's data on
tunnel liner plate showing sizes, shapes , methods of attachment and connection
details , and details of grout holes .
C . Submit history of previous work completed of equivalent nature and scope. Include
qualification and experience of key personnel.
D. Installation Plan : Submit description of proposed construction plan , dewatering plan ,
and plan to establish and maintain vertical and horizontal alignment. The approval of
this plan by the Construction Manager shall not relieve the contractor from the
responsibility of obtaining the specified results .
E. Submit emergency response procedures to handle situations when conduit is
compromised and jeopardizes integrity of installation or safety .
F. Submit written report results of visual check, prior to installation of carrier pipe, of entire
length of casing or liner, to verify there are no voids or defective joints.
1.5 CLOSEOUT SUBMITI ALS
A. Project Record Documents : Record actual locations of casing or tunnel liner, carrier
pipe, and invert elevations .
B. Identify and describe unexpected variations to subsoil conditions or discovery of
uncharted utilities .
1.6 QUALITY ASSURANCE
A. Perform work in accordance with NUCA Trenchless Construction Methods and Soil
Conditions Manual , NUCA A Guide to Pipe Jacking and Microtunneling Design, and
AREA guidelines.
B. Maintain one copy of each document on site .
1.7 QUALIFICATIONS
A. Installer: Company specializing in performing work of this section with minimum 10
years documented experience.
1. Work Experience : Include projects of similar magnitude and conditions .
2. Furnish list of references upon request.
B. Design tunnel and/or pipe jacking installation and load bearing falsework .
1.8 PRE-INSTALLATION CONFERENCE
A. Convene minimum two weeks prior to commencing work of this section .
1.9 DELIVERY , STORAGE , AND HANDLING
A. Provide temporary end caps and closures on piping and fittings . Maintain in place until
installation .
B. Protect piping systems from entry of foreign materials and water by temporary covers ,
completing sections of work , and isolating parts of completed system .
C . Accept system components on site in manufacturer's original containers or
configuration. Inspect for damage.
D . Use wooden sh ipping braces between layers of stacked pipe . Stack piping lengths no
more than 3 layers high .
E. Store field joint materials indoors in dry area in original shipping containers . Maintain
storage temperature of 60 to 85 degrees F.
F . Support casing and carrier pipes with nylon slings during handling .
1.10 ENVIRONMENTAL REQUIREMENTS
A. Conduct operations so as not to interfere with , interrupt, damage, destroy , or endanger
integrity of surface or subsurface structures or utilities, and landscape in immediate or
adjacent areas.
1.11 FIELD MEASUREMENTS
A. Verify invert elevations of existing work prior to excavation and installation of tunnel
and/or casing .
1.12 COORDINATION
A. Coordinate work with City of Fort Worth and City of Saginaw and utilities within
construction area .
PART 2 -PRODUCTS
2 .1 EQUIPMENT
A. All equipment necessary and required for the proper construction of the tunnel shall be
on the project , in first-class working condition, and approved by the Construction
Manager before construction is permitted to start .
B. The Contractor shall provide appropriate hoisting equ ipment to handle the pipe while
unload ing and placing it in its final position without damage to the pipe.
2 .2 CASING AND JACKING PIPE MATERIALS
A. Steel Casing Pipe : ASTM A53 , Grade B, 42 ,000 psi minimum yie ld strength , minimum
wall thickness of 0.375 inch , full circumference welded joints in accordance with AWS
01 .1 to withstand excavat ion forces .
2 .3 GROUT AND COVER MATERIALS
A. Soil Backfill for Trench Approaches and Pits to Fin ish Grade.
B . Fill and Seal Grout at Pipe Ends : Concrete grout fill as specified in Section 03300 .
C . Pressure Grout Mix: One part portland cement , and 6 parts mortar sand mixed w ith
water to consistency appl icable for pressure grouting .
D . Mortar Sand : ASTM C33 and ASTM C404 .
E. Portland Cement: ASTM C150 , Type I.
2.4 ACCESSORIES
A. Supports and Insulators :
1 . Plastic: Polyethylene casing insulator band and skids with stainless steel bolts .
PART 3 -EXECUTION
3.1 EXAMINATION
A. Verify connection size , location , and invert elevations are in accordance with Drawings .
3 .2 PREPARATION
A. Identify required lines , levels , contours, and datum locations .
B . Locate , identify , and protect utilities indicated to remain from damage .
C . Protect benchmarks , survey control points , existing structures , fences , paving , from
excavating equipment and vehicular traffic.
3 .3 EXISTING WORK
A. Maintain access to adjacent ex isting work areas and other remaining active
installations requiring access . Modify installation as necessary to ma intain access .
3.4 PITS OR APPROACH TRENCHES
A. Excavate approach trenches or pits in accordance with shop drawings and as site
conditions require .
B. Ensure tunnel and/or casing entrance face as near perpendicular to al ignment as
conditions perm it.
C . Establ ish vertical entrance face at least 1 foot above top of casing or tunnel lining .
3 .5 CASING PIPE INSTALLATION
A. Boring:
1. The boring shall proceed from a pit provided for the boring equipment and
wo rkmen . Excavat ion for pits and installation of shoring shall be as outlined under
paragraph 3.5. The location of the pit shall meet the approval of the Engineer.
The holes are to be bored mechanically . The boring shall be done using a pilot
hole . By this method , a pilot hole shall be bored the entire length of the crossing
and shall be checked for line and grade on the opposite end of the bore from the
work pit. This pilot ho le shall serve as the centerline of the larger diameter hole to
be bored . Excavated material will be placed near the top of the working pit and
disposed of, as operations will permit.· Jetting will not be permitted .
2. In unconsolidated soil formations , a gel-forming colloidal drilling fluid consisting of
at least 10 percent of a high grade carefully processed bentonite may be used to
consolidate cuttings of the bit , seal the walls of the hole , and furnish lubrication for
subsequent removal of the cuttings and installation of the pipe .
3. Push pipe into ground with boring auger rotating within pipe to remove spoil. Do
not advance cutting head ahead of casing pipe except for distance necessary to
perm it cutting teeth to cut clearance for pipe . Arrange machine bore and cutting
head to be removable from within pipe . Arrange face of cutting head to prov ide
barrier to free flow of soft material.
4 . When unstable soil is encountered during boring retract cutting head into casing to
permit balance between pushing pressure and rat io of pipe advancement to
quantity of soil.
5 . When voids develop greater than outs ide diameter of pipe by approximately one
inch , grout the entire le ngth of the installation to fill voids .
6 . When boring is obstructed , relocate , jack , or tunnel as directed by
Architect/Engineer .
B. Jacking
1. Construct adequate thrust wall normal to proposed line of thrust.
2. Impart thrust load to pipe through suitable thrust ring sufficiently rigid to ensure
uniform distribution of thrust load on full pipe circumference .
3 . Heavy-duty jacks suitable for forcing the pipe through the embankment shall be
provided . In operating jacks, even pressure shall be applied . A suitable jacking
head , usually of timber and suitable bracing between jacks and the jacking head
shall be provided so that pressure will be applied to the pipe uniformly around the
ring of the pipe. A suitable jacking frame or backstop shall be provided . The pipe
to be jacked shall be set on guides , properly braced together to support the section
of the pipe and to direct it in the proper line and grade . The whole jacking
assembly shall be placed so as to line up with the direction and grade of the pipe.
C. Drilling and Jacking
1. Use oil field type rock roller bit or plate bit made up of individual roller cutter units
solidly welded to pipe which is turned and pushed for its entire length by drilling
machine to give bit necessary cutting action .
2. Inject high-density slurry (oil field drilling mud) to head as cutter lubricant. Inject
slurry at rear of cutter units to prevent jetting action ahead of pipe.
D. General: embankment material shall be excavated just ahead of the pipe, the material
shall be removed through the pipe, and the pipe forced through the embankment with
jacks into the space thus provided . The distance that the excavation shall extend
beyond the end of the pipe depends on the character of the material , but it shall not
exceed 2 feet in any case. The distance shall be decreased on instructions from the
Engineer, if the character of the material being excavated makes it desirable to keep
the advance excavation closer to the end of the pipe . The pipe shall be jacked from
the low or downstream end. Lateral or vertical variation in the final position of the pipe
from the line and grade established by the construction plans will be permitted only to
the extent of 1/8 inch in 50 feet , provided that such variation shall be regular and only
in one direction and that the final grade of flow line shall be in the direction indicated on
the plans .
E. If the Contractor desires, he may use a cutting edge of steel plate around the head end
of the pipe extending a short distance beyond the end of the pipe with inside angles or
lugs to keep the cutting edge from slipping back onto the pipe . When jacking of pipe is
begun, the operation shall be carried on without interruption to prevent the pipe from
becoming firmly set in the embankment. Any pipe damaged in jacking operations shall
be removed and replaced by the contractor at his expense .
3.6 CARRIER PIPE INSTALLATION
A. Clean, inspect, and handle pipe in accordance with Section 02601.
B. Place carrier pipe in accordance with Section 02601 . Exercise care to prevent damage
to pipe joints when carrier pipe is placed in casing .
C . Support conduit within casing so no external loads are transm itted to carrier pipe .
Attach supports to barrel of carrier pipe ; do not rest carrier pipe on bells .
D . Grout ends of casing to seal.
3 .7 TOLERANCES
A. Do not over cut excavation by more than 1 inch greater than outside diameter of casing
pipe .
B. Install casing pipe to vertical and horizontal alignment on Drawings within plus or minus
3 inches prior to installation of carrier pipe .
C . Install pipe bells with minimum 1/2 inch clearance to casing .
3.8 MANUFACTURER'S FIELD SERVICES
A. Furnish field technical assistance during following periods of tunnel and/or casing
installation :
1. Unloading of tunnel and/or casing materials and components.
2 . Prior to commencing excavation and during excavation as requested.
3 .9 REMOVAL OF FACILITIES AND CONTROLS
A. Remove temporary facilities for tunnel and/or cas ing installation and jacking o r
tunneling operations.
SECTION 02810 -AUTOMATIC IRRIGATION SYSTEMS
PART 1 -GENERAL
1.1 SUMMARY
A. The work requ ired under this Section consists of furnishing all labor materials ,
equipment , services and related items necessary to complete all irrigation system
work , and all related work , complete as indicated on the drawings or specified herein .
B. See Divis ion 2 Section "Water Distribution " for water supply from water service piping
water mete rs and protective enclosures .
C. The majo r items of work include , but are not limited to the following :
I . Verify underground utility locations .
2. Removal , protection and/or restoration of all existing improvements.
3. Trenching and backfilling .
4. Furnishing and installing a fully operational automatically controlled irrigation
system , including all mains , laterals , fittings , qu ick coupling valves , gate valves ,
and drain valves , backflow preventer, etc .
5. Testing of system and mak ing it operative .
1.2 DEFINITIONS
A. Circuit Piping : Downstream from control valves to sprinklers , specialties , and drain
valves . Piping is under pressure during flow .
B. Drain Piping : Downstream from circuit-piping drain valves . Piping is not under
pressure .
C . Irrigation Main Piping : Downstream from point of connection to water distribution
piping to , and including , control valves . Piping is under water-distribution -system
pressure .
1.3 SUBMITTALS
A. Product Data : Include pressure ratings , rated capacities , and settings of selected
models for the following :
I . General-duty valves .
2. Specialty valves .
3. Contro l-valve boxes .
4. Sprinklers .
5. Irrigation spec ialties .
6. Controllers .
B. Shop Drawings : Show irrigation system piping , including plan layout , and locations ,
types , sizes , capacities , and flow characteristics of irrigation system piping
components . Include water meters , backflow preventers, valves, piping, sprinklers
and devices , accessories , controls , and wiring . Show areas of sprinkler spray and
overspray . Show wire size and number of conductors for each control cable
D. Maintenance Data : Submit maintenance data and parts lists for irrigation system
materials and products . Include these data , product data , shop drawings and record
drawings in maintenance manual, in accordance with requirements of Division 1.
1.4 QUALITY ASSURANCE
A. Manufacturer's Qualifications : Firms regularly engaged in manufacturing
irrigation systems materials and products , of types and sizes required , whose
products have been in satisfactory use in similar service for not less than five (5)
years .
B. Installer's Qualifications : Firms who have successfully completed execution of a
minimum of five (5) contracts involving the installation of irrigation and piping
work similar in size and scope to that required for this project. Such experience
should be able to be demonstrated through references .
C. Codes and Standards :
1. Comply with all applicable state and local ordinances and codes .
2 . All materials and work shall meet the requirements of the A.W .W.A.,
A.S .S .E. and the USC Foundation for Cross Connection Control.
PART 2 -PRODUCTS
2 .1 PIPES AND FITTINGS
A. PVC pipe : ASTM D 2241 , SOR 21 , PVC 1120, 1220, Class 200 .
B. PVC Pipe : ASTM D 1785 , PVC 1120 compound, Schedule 40.
I . PVC Socket Fittings, Schedule 40 : ASTM D 2466 .
2. Solvent Cement: Compatible with PVC pipe and or proper consistence ASTM 0-
2564 .
2.2 BACFLOW DEVICES
A. Double Check Assembly : 1-1/4" and 1-1/2" Bronze Valve Body, Silicone Elastomers,
Stainless Steel Springs , Threaded End Connections. In conformance with
ANSI/AWWA (C510-92).
I . Manufacturers:
a. Febco Model 850
b. Watts Industries , Inc .; Water Products Div.
c. Or approved other .
2 .3 GENERAL-DUTY VALVES
A. PVC Ball Valves : MSS SP-122, union] type , with full-port ball , socket or threaded
detachable end connectors , and pressure rating not less than 150 psig (1035 kPa).
I. Material Option : MSS SP -122, of plastic other than PVC and suitable for potable
water . Include threaded ends and pressure rating not less than 15 0 ps ig
(1 035 kPa), unless otherwise indicated .
2. Manufacturers :
a. NIBCO INC .; Chemtrol Div .
b. Watts Industries, Inc.; Water Products Div .
c. Or approved other.
2.4 SPECIALTY VALVES
A. Quick-Coupling Valve and Valve Key : Shall be as noted on drawings and shall be 3/4 "
brass with locking top, and located up stream of all remote control valves .
I . Contractor shall owner with a minimum of 1 Valve Key .
2. Manufacturers :
a. Rain Bird Sprinkler Mfg. Corp . Quick-Coupling Valve 33DRC
b. Rain Bird Sprinkler Mfg . Corp . Quick-Coupling Key 33DK
c. Or approved other.
B. Plastic Automatic Control Valves : (Spray , Rotor and Bubbler Heads Only): Molded-
plastic body , normally closed , diaphragm type with manual flow adjustment , and
operated by 24 VAC 60 Hz (cycles/sec .) solenoid . Refer to drawing for sizes .
I . Manufacturers:
a. Hunter Industries Incorporated ICV Control Valve (Refer to plan for sizes)
b. Or approved other.
2.5 SPRINKLERS
A. Pop-up spray head assembly . Refer to drawing for assembly type and nozzle sizes .
I . Manufacturers :
a. Hunter Industries Incorporated PROS-04-CV (Refer to drawing for nozzle
sizes)
b. Or approved other.
B. Bubble rs :
1. Manufacturers :
a. Hunter Industries Incorporated lnst-04-CV-MSBN-10F
b. Or approved other.
2.6 VALVE BOXES
A. Electric Valves : 21 .8" L x 16 .6 " W x 12 .0" H Standard Rectangular Series with lid and
extensions
I . Manufacturers:
a. Rain Bird Sprinkler Mfg . Corp .
b. Or approved other.
B. Backflow Preventer : Jumbo Rectangular Series plastic box with lid and extensions
I . Manufacturers:
a. Rain Bird Sprinkler Mfg . Corp .
b. Or approved other.
2.7 SPRINKLER SPECIAL TIES
A. Strainer/Filter Units: Pressure Regulating Filter. Refer to drawing for sizes .
I . Manufacturers:
a. Rain Bird Sprinkler Mfg . Corp .
b. Or approved other.
B. %" PE or PVC tubing : Black Stripe Tubing Rain Bird Sprinkler Mfg . Corp . Model XBS
250, or approved other .
I . Compression Fittings: Easy Fit Compression Fitting System (Adapters and
Fittings)
2. Manufacturer:
a. Rain Bird Sprinkler Mfg . Corp .
b. Or approved other.
C . Swing Pipe :%" x 12 " long flexible PVC with street elbow Schedule 40 construction .
I . Manufacturer:
a. Rain Bird Sprinkler Mfg . Corp . SPX Series and MSE-050
b. Or approved other.
2.8 AUTOMATIC-CONTROL SYSTEM
A. Manufacturers:
I . Hunter Industries Incorporated .
2. Rain Bird Sprinkler Mfg . Corp .
3. Toro Company (The); Irrigation Div .
4. Or approved other.
B. Pedestal Mounted Enclosures : With locking cover and two matching keys .
I . Material : Metal
2. Mounting : Pedestal mount.
C . Control Transformer : Transformer Input 120/230 VAC , 50/60Hz , Transformer Output
24VAC , 4A , Station Output 24VAC, 0 .56A (2 Valves), Maximum Total Output 24VAC ,
4A (14 valves).
D. Wiring : UL 493 , Type UF-B mult i-conductor , with solid -copper conductors and
insulated cable ; suitable for direct burial.
I . Manufacturers:
a. AFC Cable Systems Inc.
b. Alcatel Canada Wire , Inc.
c. Amer ican Electric Cable Co .
d. American Insulated Wire Corp .
e. Cerro Wire & Cable Co ., Inc.
f. Colonial Wire and Cable Co., Inc .
g. Essex Group , Inc.; Building Wire Products Division .
h. Precision Cable Manufacturing Co ., Inc.
1. Southwire Company.
j . Triangle Wire and Cable Co .
k. Or approved other.
2. Feeder-Circu it Cables : No . 12 AWG minimum , between building and controllers .
3. Low-Voltage , Branch-Circuit Cables : No . 14 AWG minimum, between controllers
and automatic control valves ; color-coded different from feeder-circuit-cable
jacket color; with jackets of d ifferent colors for mult iple-cable installation in same
trench .
4. Splicing Materials: UL-approved and filled w ith silicone for waterproofing .
PART 3 -EXECUTION
3 .1 EARTHWORK
A. Refer to Division 2 Sect ion "Earthwork" for excavating , trenching , and backfil ling .
B. Install warning tape directly above pressure pip ing , 12 inc hes (300 mm ) below finished
grades , except 6 inch es (15 0 mm) below subgrade under pavement and slabs .
C . Install piping and wiring in sleeves under sidewalks , roadways , parking lots , and
railroads .
D. Drain Pockets : Excavate to sizes indicated . Backfill with cleaned gravel or crushed
stone , graded from 3/4 to 3 inches (19 to 75 mm), to 12 inch es (300 mm) below grade .
Cover gravel or crushed stone with sheet of asphalt-saturated felt and backfill
remainder with excavated material.
E. Trenches shall be made wide enough to allow a minimum of two (2 ") inches between
parallel pipe lines . Trenches for pipelines shall be made of sufficient depth to provide
minimum cover from finish grade as follows :
1. 18" minimum cover over main lines.
2. 12 " minimum cover over control lines from controller to valves .
PIPING APPLICATIONS
F. Piping in control-valve boxes and aboveground may be joined with flanges instead of
joints indicated .
G. Underground Irrigation Main Piping: Class 200 , PVC pipe and socket fittings ; and
solvent-cemented joints.
H. Circuit Piping : Class 200, PVC pipe and socket fittings ; and solvent-cemented joints.
I. Circuit Piping: PE, controlled OD pipe ; PE socket or butt-fusion fittings .
J . Risers to Aboveground Sprinklers and Specialties : Schedule 80 , PVC pipe and socket
fittings ; and solvent-cemented joints .
K. Drain Piping : Schedule 40 , PVC pipe and socket fittings; and solvent-cemented joints .
L . Sleeves : Schedule 40 , PVC pipe and socket fittings ; and solvent-cemented joints,
sleeves shall be 2 times the diameter of the main line or lateral running through it .
M . No pipe shall be laid when, in the opinion of the Project Consultant, trench or weather
conditions are unsuitable. When pipe laying is not in progress, the open ends of the
installed pipe shall be closed by approved means to prevent entrance of trench water
and other foreign material into the line(s). Enough backfill shall be placed in the
center sections of the pipe to prevent floating . Any pipe that has floated shall be
removed from the trench and re-laid .
3.2 INSTALLATION
A. Install piping free of sags and bends .
8 . Install groups of pipes parallel to each other, spaced to permit valve servicing.
C . Install fittings for changes in direction and branch connections .
D. Install unions adjacent to valves and to final connections to other components .
E. Lay piping on solid subbase, uniformly sloped without humps or depressions.
F. Refer to Division 2 Section "Piped Utilities --Basic Materials and Methods" for basic
pipe joint construction .
G . Underground Ball Valves : Install in valve box with top flush with grade .
I . Install valves and PVC pipe with restrained, gasketed joints .
H . Underground , Manual Control Valves: Install in manual control-valve box .
I. Control Valves : Install in control-valve box .
J . Install remote valves where shown and group together where practica l. Place valves
no closer than six (6'') inches to walk edges , bui ldings and walls . Locate all valve
boxes in planting beds unless otherwise directed or noted .
K. Flush circuit piping with full head of water and install sprinklers after hydrostatic test is
completed .
L . Locate part-circle sprinklers to mai ntain a minimum distance of 4 inc hes ( 100 mm)
from walls and 2 inc hes (50 mm ) from other boundaries , unless otherwise indicated .
M. Install control cable in same trench as irrigation p iping and at least 2 inches (5 0 mm)
below or beside piping. Provide conductors of size not smaller than recommended by
controller manufacturer. Install cable in separate sleeve under paved areas if
irrigation piping is installed in sleeve .
N. Expansion Curls : Expansion curls shall be provided w ithin three (3 ') feet of each wire
connection to soleno id and at least every three hundred (300 ') feet in length .
(Expansion curls are formed by wrapping at least five (5) turns of wire around a rod or
p ipe 1" or more in diameter, then withdrawing the rod).
3.3 CONNECTIONS
A. Ground equipment according to Division 16 Section "Ground ing and Bonding".
B. Connect wiring according to Division 16 Section "Conductors and Cables".
3.4 LABELING AND IDENTIFYING
A. Refer to Division 2 Section "Piped Ut ilities --Basic Materials and Methods" for
equ ipment nameplates and signs .
B. Warning Tapes : Arrange for installation of cont inuous , underground, detectable
warning tape over underground piping, during backfilling of trenches .
C . Refer to Division 2 Section "Earthwork" for warning tapes .
3.5 FIELD QUALITY CONTROL
Hydrostatic Test:
1. Request the presence of the Owner and/or Project Consultant at least
forty-eight (48) hours in advance of test ing .
2 . Testing to be accomplished at the expense of the Contractor , and in the
presence of the Owner.
3. Center load piping with small amount of backfill to prevent arching or
slipp ing under pressure .
4 . Apply a continuous and static water pressure of fifty (50) psi when welded
plastic joints have cured at least twenty-four (24) hours and with the rise rs
capped as follows :
a . Main lines and sub mains to be tested for one (1) hour.
b. Lateral lines to be tested for one (1) hour.
5 . Repair leaks resulting from tests.
6 . The lines shall then be retested until satisfactory .
3 .6 ADJUSTING
A. Adjust settings of controllers .
B. Adjust automatic control valves to provide flow rate of rated operating pressure
requ ired for each sprinkler circuit.
C . Adjust sprinklers so they will be flush with , or not more than 1/2 inc h (13 m m) above ,
finish grade.
D . L.I.C . sha ll select MPR series spray nozzles for "Head -to-Head " coverage adjusted for
minimum overspray onto pavement. No overspray is permitted into streets .
3.7 INSTRUCTIONS
After completion and testing of the system , the Contractor will instruct the
Owner's personnel in the proper operation and maintenance of the system .
3 .8 PROTECTION
Contractor shall be responsible for wo rk until finally inspected , tested and
accepted . After delivery , and before and after installation , protect work against theft ,
injury or damage .
Protect open ends of work with temporary covers or plugs during construction, to
prevent entry of obstruction material.
213 -320 STREET LIGHT FOUNDATION 213 -320
04 -06 25' M.H. & 30' M.H. ROUND STEEL POLE 04 -06
10 V2" BOLT CIR CLE
FINISHED
GRADE
ITEM
1
2
3
4
5
6
7
8
----2" PROJECTION
31-------------3" PROJECTION
,---i--
1
I
I
2 1-------ll+--.., I
I
--1 --
1
I
I
I
I
L--j--
: I . I
7 i-------t-+-~ I
-I --
I
I
I
L--j--
1 NOTE 6 3"
SECT ION "A -A "
QTY DESCRIP T ION
6 #3 REBAR , 18 IN . DIAMETER HOOP, 3 IN . OVERLAP
4 #5 REBAR, STRAIGHT, 60 IN . LONG
4 ANCHOR BOLT. GALVAN IZED 1 IN .
AS REOC CONCRETE FOUNDATION TUBE. 24 IN . DIAMETER
AS REOO CONDUIT, PVC OR PEC (NOT IN FOUNDATION AUN)
.5 LB WIRE, #6 COPPER, SOLID
1 GROUND, POLE sun W IRE COIL
AS REOD CONCRETE
1 FND, PRECAST. 10 .5" BC, 1" ANCHOR BOLTS
APPROVED By
3" 6"
MAX
NOTES :
1. CONCRETE TO BE MINIMUM
3000 PSI AT 28 DAYS . (5 SACK)
MAXIMUM AGGREGATE 3'4". TOP OF
FOUNDATION TO BE TROWELED TO
A FLAT AND LEVEL SURFACE .
AVOID EXCESSIVE TROWELING.
CONCRETE TO SET A MINIMUM
OF 72 HOURS BEFORE POLE
INSTALLATION .
2. REBAR HOOPS ARE TIED BEGINNING
3" BELOW TOP OF CONCRETE FORM
AND ARE REPEATED AT APPROXIMATE
1 FT. INTERVALS TO BOTIOM OF
FOUNDATION.
3 . USE ANCHOR BOLT TEMPLATE
FURNISHED BY POLE MANUFACTURER
FOR ALIGNING ANCHOR BOLTS.
4. CONCRETE FORM OF SO NOTU BE TO
EXTEND TO BOTIOM OF TRENCH OR
60" AS NEEDED.
5. PROVIDE 24" PIGTAIL FOR CONNECT ION
OF GROUND WIRE TO POLE.
6. A MINIMUM OF 12 ' OF BARE #6 SD
CU WIRE TO BE PLACED IN BOTIOM
OF HOLE AND COVERED WITH 2"
OF DIRT.
7. IF SOIL HAS BEEN DISTURBED, EXTEND
FOUNDATION BY DEPTH OF DISTURBED
SO IL.
T S N!REF cu MU
314470
317821
318585
313841 SLF25
303244
398699 SLFP25
·~DeUvecy
4'
}-3"
3"~~-Project Title == 1"
Funding
f-3 "
,___ _____ Contractor:;=;=======::-;_ 1 ..
+---Contractor's Name 2
-11"
+----Questions on this Project Call:--+_; ..
___ (817) 392-XXXX ~
1
..
After Hours Call: (817) 392 -XXXX _J-
21 ..
2
R1 " TYP .
FONTS:
FORT WORTH LOGO IN CHEL TING HAM BOLD
ALL OTHER LETTERING IN ARIAL BOLD
COLORS:
FORT WORTH -PMS 288 -BLUE
LONGHORNLOGO-PMS725-BROWN
LETTERING -PMS 288 -BLUE
BACKGROUND -WHITE
BORDER -BLUE
1"TYP. j
NOTES:
IF APPLICABLE TO THE PROJECT,
CONTRACTOR SHALL OBTAIN VINYL
STICKER "CITY GAS LEASE REVENUE
IN ACTION"/ LOGO AT CDR SIGN AND
ENGRAVING , 6311 EAST LANCASTER
AVE (817-451-4684), PEEL AND PLACE
IN FUNDING SECTION .
PROJECT DESIGNATION SIGN
CITY OF FORT WORTH -CONSTRUCTION STANDARD
DRAWING NO. 1 -H DATE:
4'
1~----------4' -------------<
•i·~
sl'~
FORT WORTH ===--1·
3"-1
~~ 3"
_Project Title ~
I
1~" -j
21" 2
+-------Architect: -=--------=======1:
+---Architects Name ---t
11· 2 :t:====--=-----:--Contractor: -=----=====1:--1 ..
Contractors Name 2 21 .. ·
2
~-1~
4
1" +-------FUNDED BY
21" 2 (List Bond Fu nd , etc)
11" 2
11· 2
SCHEDULE COMPLETION DATE =4-1 ..
+-~~~~YEAR ~~~~~
R1~" T YP .
FONTS :
FORT WORTH LOGO IN CHEL TING HAM BOLD
ALL OTHER LETTERING IN ARIAL BOLD
COLORS :
FORT WORT H -PMS 288 • BLUE
LONGHORN LOGO • PMS 725 • BROWN
LETTERING -PMS 288 • BLUE
BACKGROUND -WHITE
BORDER • BLUE
1~"TYP. j
PROJECT DESIGNATION SIGN
CITY OF FORT WORTH -CONSTRUCTION STANDARD
DRAWING NO . 1 -V DA TE:
-
-
-
SECTION 7 -CONTRACTS, BONDS & INSURANCE
7.1 CERTIFICATE OF INSURANCE
7.2 CONTRACTOR COMPLIANCE WITH WORKERS'
COMPENSATION LAW
7.3 CONFLICT OF INTEREST QUESTIONAIRE
7.4 PERFORMANCE BOND
-7.5 PAYMENT BOND
7.6 MAINTENANCE BOND
7.7 CITY OF FORT WORTH CONTRACT -
-
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C.A Labor Code Section 406.096 (2000), as amended, Contractor certifies that it provides
workers' compensation insurance coverage for all its employees employed on city of Fort Worth Department of
Engineering No. 6228 and City ofFort Worth Project Number C204-541200-207230129683
STATE OF TEXAS §
COUNTY OFT ARRANT §
JLB Contracting, LLC
CONTRACTOR
By:·.~~~
..,·
James G; Humphrey, President of
Titl~LB CONTRACTING, LLC
4-1/-,?
Date
BEFORE ME, the undersigned authority, on this day personally appeared Um£$ a, d/fl?//,R £ I
known to me 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 JLB Contracting, LLC the purpo se and consideration therein expressed
and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this ':!o!aay of'll;illz,. 2011.
Bond N o.---"'8=85=3=2=-----
PERFORMANCE BOND
THE ST A TE OF TEXAS §
KNOW ALL BY THESE PRESENTS :
COUNTY OF TARRANT §
That we (I) JLB Contracting, LLC as Principal herein , and (2) Westfield Insurance Company, a
corporation organized under the laws of the State of (3) Ohio , and who is authorized to issue surety bonds in the
State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation
located in Tarrant and Denton Counties, Texas , Obligee herein, in the sum of:
Two Million, Six Hundred Seventy-Two Thousand, Eight Hundred Thirty and 57/100 .............................. .
Dollars ($2,672,830.57) for the payment of which sum we bind ourselves , our heirs , executors , administrators ,
successors and assigns , jointly and severally, firml y by these present.
WHEREAS , Principal has entered into a certain contract with the Obligee dated th APR 1 9 2 UM
______ ...._"'"'2~0=1=1 a copy of which is hereto attached and made a part hereof for all purposes, for the
construction of:
Old Decatur Road From Bailey-Boswell to WJ Boaz
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 __ of __ A_P_R_1_9_2_0_1_1 ---'--'"2'"'"'01=1.
(SEAL)
ATTEST:
Secretary
(SEAL)
Bond No.~88~5~3"'""2 __ _
JLB Contracting, LLC
PRINCIPAL
BY :~AL1=-e~
Name : James G. Humphriy, President of
Title : JLB CONTRACTING, LLC'
P.O. Box 24131
Fort Worth, Texas 76124
CZ 1i~L ,Jt<lll~
Witnes~Surety Elizabeth Gr
Address : 555 Republic Drive, Suite 450
Plano, Texas 75074
NOTE:
(I) Correct name of Principal (Contractor).
(2) Correct name of Surety.
(3) State of incorporation of Surety
Telephone Number: _9_7_2_-~51_6-~26~0~0~-----
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.
... ·· ._ ................
Bond No .. --.:::8:.:e:8.::::53""2=-----
THE ST A TE OF TEXAS
COUNTY OF TARRANT
§
§
§
PAYMENT BOND
KNOW ALL BY THESE PRESENTS :
That we , (1) JLB Contracting. LLC , as Principal herein, and (2) Westfield Insurance Company , a
corporation organized and existing under the laws of the State of (3) Ohio , as surety, are held and firmly
bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties , Texas , Obligee
herein, in the amount of Two Million. Six Hundred Seventy-Two Thuosand. Eight Hundred Thirty and
57/100 ..................... Dollars ($2,672,830.57) 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:
APR 19 2011
WHEREAS , the Principal has entered into a certain written contract with the Obligee dated the __ day
of A.D., 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:
Old Decatur Road From Bailey-Boswell to WJ Boaz
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 pursuant to Chapter 2253 of the Texas Government
Code , as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said
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 __ day of, APR 191011 , 2011 .
(SEAL)
Witne ~ as to Principal
ATTEST :
Secretary
(SEAL)
<;: U~Ulil .M11u~
Witnes;a~ Surety Elizabeth Gra
NOTE:
(4) Correct name of Principal (Contractor).
(5) Correct name of Surety.
(6) State of incorporation of Surety
Bond No.--=8=85=3=2'----
JLB Contracting, LLC
PRINCIPAL
BY:~A~
~ • l
Name : --.MJalHHmes~G~. AHMulHffmpffffhre~'y,-,..P~~~idelolfflntl-ffleff--
Title : ------dl-JL-B C-QN-TRA-C ........ TINll-4-G, LH-+LC~
P.O. Box 24131
Fort Worth, Texas 76124
Address: 555 Republic Drive, Suite 450
Plano, Texas 75074
Telephone Number: _9"-7:..::2'--'-5=1:.=6::....:-2=6=0=0 _____ _
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.
----·· .. ?>'\
.. ~
··---.. -... ·
Bond No. ____ 88=5=3=2 __ _
MAINTENANCE BOND
THE ST ATE OF TEXAS §
COUNTY OF TARRANT §
KNOW ALL MEN BY THESE PRESENTS :
That JLB Contracting, LLC ("Contractor"), as principal, and Westfield Insurance Company, a
corporation organized under the laws of the State of Ohio , ("Surety"), do hereby acknowledge themselves to be held
and bound to pay unto the City of Fort Worth , a Municipal Corporation chartered by virtue of Constitution and
laws of the State of Texas , ("City") in Tarrant County , Texas, the sum of Two Million, Six Hundred Seventy-Two
Thousand, Eight Hundred Thirty and 57/100 ......... Dollars ($2,672,830.57), lawful money of the United States,
for payment of which sum well and truly be made unto said City and its successors , said Contractor and Surety do
hereby bind themselves , their heirs , executors, administrators, assigns and successors, jointly and severally.
This obligation is conditioned , however, that:
WHEREAS, said Contractor has entered into a written Contract with the City of Fort Worth , dated the
__ day of APR 19 J Q1 ~ 2011 , a copy of which is hereto attached and made a part hereof, for the
performance of the following escn ed public improvements:
Old Decatur Road From Bailey-Boswell to WJ Boaz
the same being referred to herein and in said contract as the Work and being designated as project C204-541200-
207230129683 and said contract, including all of the specifications, conditions, addenda, change orders and written
instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and,
WHEREAS , in said Contract, Contractor binds itself to use such materials and to so construct the work that
it will remain in good repair and condition for and during a period of after the date of Two (2) Years after the date
of the final acceptance of the work by the City; and
WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of
Two (2) years; and,
WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time
within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be
necessary; and,
WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or
reconstruct said Work as herein provided .
NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or
reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null
and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City
shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract.
This obligation shall be a continuing one and successive recoveries may be had hereon for successive
breaches until the full amount hereof is exhausted .
IN WITNESS WHEREOF, this instrument is executed in ~ counterparts, each of which shall be
deemed an original, this __ day of , A.D . 2011 .
APR 19 2011
ATTEST:
(SE AL)
~
ATTEST:
(SE AL)
Secretary
Bond No .. --=88=5=32=----
JLB Contracting, LLC
Contractor
By:~'\ . ..h .LJ~ ~~~~ G. Humphrey, Presid ent of
JLB CONTRACTING , LLC
Wesfield Insurance Company
Surety
Title : Attorney-in-Fact
555 Republic Drive, Suite 450
Plano, Texas 75074
Address
-.................... _ ...
... ---"'-. ,,. ---·------
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call Westfield Insurance Company's
and/or Ohio Farmers Insurance Company's
toll-free telephone number for information or to
make a complaint at:
1-800-368-3597
You may also write to Westfield Insurance
Company and/or Ohio Farmers Insurance
Company at:
555 Republic Drive, Suite 450
Plano, Texas 75074-8848
You may contact the Texas Department of
Insurance to obtain information on
companies , coverages , rights or complaints
at:
1-800-252-3439
You may write the Texas Department of
Insurance:
P. 0 . Box 149104
Austin , TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi .state.tx.us
E-mail: ConsumerProtection@tdi.state. tx. us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your
premium or about a claim you should
contact the agent or Westfield Insurance
Company and/or Ohio Farmers Insurance
Comapny first. If the dispute is not resolved ,
you may contact the Texas Department of
Insurance.
ATTACH THIS NOTICE TO YOUR
POLICY: This notice is for information only
and does not become a part or condition of
the attached document.
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja :
Usted puede llamar al numero de telefono gratis de
Westfield Insurance Company's I Oh io Farmers
Insurance Company's para informacion o para
someter una queja al :
1-800-368-3597
Usted tambien puede escribir a Westfield Insurance
Company / Ohio Farmers Insurance Company:
555 Republic Drive, Suite 450
Plano, Texas 75074-8848
Puede comunicarse con el Departamento de
Seguros de Texas para obtener informacion acerca
de compan ias , coberturas , derechos o quejas al :
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas :
P. 0. Box 149104
Austin , TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx .us
E-mail : ConsumerProtection@tdi. state. tx. us
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el agente o
Westfield Insurance Company I Ohio Farmers
Insurance Company primero. Si nose resuelve la
disputa , puede entonces comunicarse con el
departamento (TOI).
UNA ESTE AVISO A SU POLIZA: Este aviso es
solo para propos ito de informacion y no se
convierte en parte o condicion del documento
adjunto .
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME
POWER # AND ISSUED PRIOR TO 09/09/09, FOR ANY PERSON OR PERSONS NAMED BELOW.
General
Power
of Attorney
CERTIFIED COPY
POWER NO . 4220052 06
Westfield Insurance Co.
Westfield National Insurance Co.
Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY , corporations, hereinafter referred to individually as a #Company# and collectively as #Companies,# duly
organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these
presents make, constitute and appoint
CHARLES D. SWEENEY, MICHAEL A. SWEENEY, KYLE W. SWEENEY, JENNIFER R. MARSH, JOINTLY OR SEVERALLY
of FORT WORTH and State of TX its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name,
place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of
suretyship--------------------------------- - ----------------------------
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTEE, OR BANK DEPOSITORY BONDS.
and to bind any of the Companies thereby as fully and to the same extent as If such bonds were signed by the President, sealed with the corporate
seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in
the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the
WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
#Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall
be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.#
#Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any
power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.# (Each adopted at a meeting
held on February 8, 2000).
In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their Senior Executive and their corporate seals to be hereto affixed this 09th day of
SEPTEMBER A.D., 2009 .
Corporate~~ ·•
Seals ~ f.-.. ~~~'\
Affixed ~/ -\ c, \ ~~p
State of Ohi~
County of Medina ss.:
WESTFIELD INSURANCE COMPANY
WESTFIELD NATIONAL INSURANCE COMPANY
OHIO FARMERS INSURANCE COMPANY
By:
Richard L. Kinnaird, Jr., Senior Executive
on this 09th day of SEPTEMBER A.D., 2009 , before me personally came Richard L. Kinnaird, Jr. to me known, who, being by me duly
sworn, did depose and say, that he resides in Medina, Ohio; that he is Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD
NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above
instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed
by order of the Boards of Directors of said Companies ; and that he signed his na~me thereto b~ like order. ;aL
Notarial ~ ~
Seal 1s·· '1':~-~~-'::. ,S , ..
Affi,.., I t'~\l!Wii,f,,')
Stare o!Ohlo \•lif ~
County of Medina ss .: ·-. ..., 0 .:-·
..... , • .,.. E: 0 f ,,, ......... ....................
William J. Kahelin, A rney at Law, Notary Public
My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors , set out In the Power of Attorney are
in full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield .Center, Ohio, this day of
A.D., .
~;;~, -·····:·;;·~;z-;······ . ····"iis'ii.~·~· APR 1 9 2011 J'' ,-. •c '\ ,, ~~'-········-''\!& ,,, ... ~.~-.-;~'·, . !{l~-~~--.\"o\ /i.-···· ····-~~ !~;;f;;:~i C L i ~ I \st SEAL )jJ ~E{ SEAL }~~ §:{ i~~ r ~\ . . '{~JI '~:>·····;· ..... ··:f \~:-.~-~t~--~f,/ Frank A. Cr,,rin/. ecret "'--1) s,_.,,
~ ,,,,,,,.,11,n'''''"' ,,,,.,;,,,,.. .. •••" ,.._
BPOAC2 (combined) (06-02)
STATE OF TEXAS §
§
COUNTY OF TARRANT §
KNOWN ALL BY THESE PRESENTS:
This Contract is made and entered into this the __ day of APR 18 2011 , 2011 , by and
between the City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton,
Parker, and Wise Counties, Texas, hereinafter referred to as "Owner", by and through Charles
W. Daniels, its duly authorized Assistant City Manager, and JLB Contracting, LLC, hereinafter
referred to as "Contractor", by and through its duly authorized representative.
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 descr ib ed a s follows:
Old Decatur Road From Bailey-Boswell to WJ Boaz
2.
That the Contract Documents shall consist of the written, printed, typed and drawn
instruments which comprise and govern the performance of the work. Said Contract Documents
include the notice to bidders, instructions to bidders, proposal, plans, specifications, notice of
award , special provisions, general provisions, work order(s), this Contract, and the payment,
performance, and maintenance bonds. The Contract Documents shall also include any and all
supplemental agreements approved by the Owner which may be necessary to complete the work
in accordance with the intent of the plans and specifications in an acceptable manner, and shall
also include the additional instruments bound herewith.
3.
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 Contract Documents prepared through the
Transportation & Public Works Department of the City of Fort Worth, which the plans and
specifications of the Contract Documents are hereto attached and made a part of this Contract the
same as if written herein.
4.
The Contractor hereby agrees and binds itself 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.
5. OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and
approval of the Department of Engineering of the City of Fort Worth and the City Council of the
City of Fort Worth within a period of 300 Calendar Days from the time commencing said work.
If the Contractor should fail to complete the work as set forth in the Plans, 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, a per day charge of $630 per Working Day as stipulated in these
contract documents, not as a penalty but as liquidated damages , the Contractor and his Surety
shall be liable to the Owner for such deficiency.
6.
Should the Contractor fail to begin the work herein provided for within the time herein
fixed or to carry on and complete the same according to the true meaning of the intent and terms
of said Plans , Specifications , and Contract Documents, then the Owner shall have the right to
either demand the Surety to take over the work and complete same in accordance with the Plans,
Specifications , and 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 pl ans and si-,ecifi cation s made a part
hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth
and specifying an itemized statement of the total cost thereof, said excess cost.
7.
Contractor covenants and agrees to indemnify, hold harmless and defend , at its own
expense, the Owner, its officers , servants and employees, from and against any and all claims or
suits for property loss , property damage, personal injury, including death, arising out of, or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers , agents , employees , subcontractors , licensees or invitees , whether or not any such
iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence
of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to
indemnify and hold harmless the Owner from and against any and all injuries to Owner's
officers , servants and employees and any damage, loss or destruction to property of the Owner
arising from the performance of any of the terms and conditions of this Contract, whether or not
any such iniury or damage is caused in whole or in part by the negligence or alleged
negligence of Owner, its officers, servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor either (a)
submits to Owner satisfactory evidence that the claim has been settled and/or a release from the
claimant involved , or (b) provides Owner with a letter from Contractor's liability insurance
carrier that the claim has been referred to the insurance carrier.
The Director may, if deemed appropriate, may 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.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
8.
Owner 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 Contractor 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 shall
be Two Million, Six Hundred Seventy-Two Thousand, Eight Hundred Thirty and
57 /100 .......................... Dollars, ($2,672,830.57).
9.
It is further agreed that the performance of this Contract, either in whole or in part, shall
not be sublet or assigned to anyone else by Contractor without the written consent of the Owner.
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 Contract 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 governing all matters affecting this Contract , and the
Contractor agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the parties hereto have made and executed this Contract in
multiple originals the day and year first above written, in Fort Worth , Tarrant County, Texas.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH
Fernando Costa
Assistant City Manager
RECOMMENDED:
APPROVED AS TO FORM AND
LEGALITY:
Assistant City Attorney
(Contractor Entity Name)
~.!~
PO Box 24131
Fort Worth TX 76124
JarnisS; Humphrey, President of
JLB CONTRACTING , LLC
ATTEST:
AUTHORIZATION
M&C L-J..4.88D
Approval Date: Y. / 19 I 11
OF FICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
-
-
-
..
-
SECTION 8-APPENDICES
GEOTECHNICAL REPORT
January 27, 2010
Mr. Robin Handel , P.E.
Chiang Patel & Yerby, Inc .
15100 Trinity Boulevard
Suite 200
Fort Worth, Texas 76155
Re : Geotechnical Investigation
Pavement Reconstruction
Arter ial Street -Old Decatur Rd .
Bailey Boswell to Boaz Road
Fort Worth , Texas
Project No . E09-1101-F
Dear Mr. Handel :
~ ,,J_ ~ 1r:.--
MAS-TEK Engin eering
& A sso ciates, Inc.
Phn: 817 .662.1212
Cell : 817 .851.7671
E-mail: rhandel@cpyi.com
cc : tcochill@cpyi.com
Please find enclosed our report summarizing the resu lts of the geotechnical investigation
performed at the above referenced project. We trust the recommendat ions derived from this
investigation will provide you with the information necessary to complete your proposed
project successfully .
For your future construction materials testing and related qual ity control requirements , it is
recommended that the work be performed by Mas-Tek Engineering & Associates , Inc . in orde r
to maintain continuity of inspection and testing services for the project under the direction of
the geotechnical proj ect engineer.
We thank you for the opportunity to provide you with our profess ional services . If we can be of
further assistance , please do not hesitate to contact us .
Sincerely,
MAS-TEK ENGINEERING & ASSOCIATES
Michael D. Rol a nd, P.E.
Proje ct Eng inee r
MAS-TEK ENGINEERING & AssoclATEs
TExAs REGISTERED
ENGINEERING FIRM
F-1418
CkJJ)~
Mar k J . Farr~~1,;,,,,
Principa l f '\~1~ ....... tf..f: ''• ; .. ~.··· * ··~'9 .•• , • ~ .. .A. '.I '-' * ! . \'~ ~ , ••••••••••••••••••••••••••• : •••• "I. ~ MARK J. FARR OW ~ .,,.····:···························~ ,, i ··. 48059 ... ~ J
ft O~· .. !ICE~· ~~ .•.• ·~;
Geotechnical Consuft\f4r,3t· ·· ~~Is Testing
5132 Sharp Street Dalla}~~" 972 709 -7384
I I
l
TABLE OF CONTENTS
PAVEMENT RECONSTRUCTION
ARTERIAL STREET -OLD DECATUR ROAD
FORT WORTH, TEXAS
PAGE
1 . 0 INTRO DU CTI ON -----------------------------·-----------------------------------------------------1
1.1 PROJECT DESCRIPTION --------------------------------------------------------------1
1.2 PURPOSE AND SCOPE --------------------------------------------------------------1
2.0 Fl ELD INVESTIGATION -------------------------------------------------------------------------1
3.0 LABORATORY TESTING ----------------------------------------------------------------------2
4. 0 SI TE AND SU BS UR FACE CONDITIONS--------------------------------------------------2
4 .1 GENERAL SITE CONDITIONS ---------------------------------------------------------2
4. 2 EXISTING FILL SO IL-------------------------------------------------------------------2
4. 3 SU BS U RF A CE CONDITIONS--------------------~---------------------------------3
4 .4 SITE GEOLOGY---------------------------------------------------------------------3
4. 5 GR OUN OW A TE R CONDITIONS ------------------------------------------------------3
4 . 6 SO IL MOVEMENTS------------------------------------------------------------------------4
5.0 ANALYSIS AND RECOMMENDATIONS--------------------------------------------------4
5. 1 PA VE ME NT RECOMMENDATIONS -----------------------------------------------4
5.2 EXISTING Fl LL SOI LS -------------------------------------------------------------------5
5 . 3 SU BG RADE PREPARATION------------------------------------------------------------6
5. 4 LIME ST ABI LIZA Tl ON--------------------------------------------------------------------6
5.5 DESIGN AND CONSTRUCTION REQUIREMENTS-------------------------------7
5.6 PAVEMENT SECTION RECOMMENDATIONS ---------------------------------8
5.6 .1 ARTERIAL ROAD (OLD DECATUR RD)------------------------------------8
5.6 . 2 EXISTING ROADWA Y-----------------------------------------------------------8
5 .6 . 3 DESIGN REQUIRE M ENTS------------------------------------------------------9
5. 7 PAVEMENT CONSIDERATIONS ---------------------------------------------------10
5.8 SITE GRADING AND DRAINAGE ---------------------------------------------11
5 .9 FIELD SUPERVISION AND DENSITY TESTING ---------------------------------11
6.0 EXISTING TREES ALONG CURB LINES--------------------------------------------------12
7. 0 LIMIT AT IONS ---------------------------------------------------·-------·----------------------13
ILLUSTRATIONS
FIGURES
PLAN OF BORINGS ----------------------··-----· ----·---------------------------------------------------1-1 b
LOGS OF BORINGS---------------------------------------------------------------------------------2 thru 14
LEGEND -KEY TO LOG TERMS & SYMBOLS-------------------------------------------------------15
SWELL SUM MARY -----------------------------------------------------------0 ------------------------------16
SOLUBLE SULFA TES TE ST RESULTS ---------------------------------------------------------------1 7
LIME SERIES RESUL TS---------------------------------------------------------------r------------------18
COMPRESSION TESTS ON CONCRETE CORES-------------------------------------------------19
CBR AND PROCTOR TESTING------------------------------------------------------------Appendix A
MAS-TEK ENGINEERING & ASSOCIATES E09-1101
L
L
l
1.1
PAVEMENT RECONSTRUCTION
ARTERIAL STREET-OLD DECATUR ROAD
FORT WORTH, TEXAS
1.0
PROJECT DESCRIPTION
INTRODUCTION
New Pavement construction is to occur along a 4100 foot length of Old Decatur Road in Fort
Worth, Texas. It is understood that the two lane existing concrete roadway will remain and
that two additional lanes will be constructed to achieve a 4-lane divided roadway . New
pavement sections will be scabbed onto the existing pavement at turn lanes and at
intersections . It is understood that excavation depths in the range of 2' to 4' are required for
the new roadway.
Pavement design was performed per the current City of Fort Worth Pavement Design
Standards Manual. This included Proctor compaction testing and CBR tests on a composite
sample of raw clay subgrade soil and on lime treated subgrade soil.
1.2 PURPOSE AND SCOPE
The purposes of this geotechnical investigation were to : 1) explore the subsurface
conditions at the site, 2) provide boring logs that present subsurface conditions encountered
including water level observations and laboratory test results, 3) provide thickness
measurements of the existing pavements at the core locations, and 4) provide subgrade and
pavement recommendations for roadway reconstruction. This investigation was performed in
accordance with our Proposal No. P09-0204 dated February 11, 2009. The Proposal was
amended by a change order on November 24, 2009 .
2.0 FIELD INVESTIGATION
The field investigation consisted of drilling nine (9) test borings for the new road (B1 thru
B9). Four (4) borings (B10 thru B13) were drilled along the existing roadway to evaluate
existing pavement thickness and subgrade soil conditions . The borings were drilled at
locations shown on Figure 1. The test borings were advanced to depths of 10 feet.
MAS-TEK ENGINEERING & ASSOCIATES E09-1101
PAGE 1
A truck-mounted drilling rig was used to advance the borings and to obtain samples for
laboratory evaluation . The boring locations were located at the approximate locations shown
on the Boring location plan (Figure 1 ).
Undisturbed samples of cohesive soils were obtained at intermittent intervals w ith standard,
thin-walled, seamless tube samplers. These samples were extruded in the field , logged,
sealed, and packaged to protect them from disturbance and maintain their in-situ moisture
content during transportation to our laboratory. A split-spoon sampler was used to obtain
samples of granular soils in accordance with the Standard Penetration Test. Rock hardness
was evaluated by cone penetration tests . The test borings were backfilled and plugged with
concrete upon completion .
The results of the boring program are presented on the Logs of Borings, Figures 2 through
14 A key to the descriptive terms and symbols used on the logs is presented on Figure 15 .
3.0 LABORATORY TESTING
Laboratory tests were performed on representative samples of the soil to aid in classification
of the soil materials . These tests included Atterberg limits tests and moisture content tests .
Hand penetrometer tests were performed on the clay soil samples to provide indications of
the swell potential and the foundation bearing properties of the subsurface strata . The
results of these tests are presented on the Logs of Borings (Figures 2 through 14 ).
The results of swell tests performed on representative samples of the clay soils at this site
are shown on Figure 16. Lime Series and Soluble Sulfate tests were also performed on
selected samples (see Figu res 17 and 18). Compression testing was performed on concrete
cores taken from the two existing lanes along Old Decatur Road (See Figure 19). Proctor
testing, CBR testing and a lime series was performed on a composite bulk sample of the
subgrade soils (raw clay and lime treated -See Appendix A).
4.0 SITE AND SUBSURFACE CONDITIONS
4.1 GENERAL SITE CONDITIONS
New Pavement construction is to occur along a 4100 foot length of Old Decatur Road in Fort
Worth, Texas . It is understood that the two lane existing concrete roadway will remain and
that two additional lanes will be constructed to achieve a 4-lane divided roadway . New
pavement sections will be scabbed onto the existing pavement at turn lanes and at
intersections . It is understood that excavation depths in the range of 2' to 4' are required for
the new roadway.
MAS-TEK ENGINEERING & ASSOCIATES E09-1101
PAGE2
Pavement design was performed per the current City of Fort Worth Pavement Design
Standards Manual. This included Proctor compaction testing and CBR tests on a composite
sample of the raw clay subgrade soil and on lime treated subgrade soil.
4.2 SUBSURFACE CONDITIONS
Subsurface conditions encountered in the borings, including descriptions of the various
strata and their depths and thickness, are presented on the Logs of Borings . Note that depth
on all borings refers to the depth from the existing grade or ground surface present at the
time of the investigation . Boundaries between the various soil types are approximate .
4.3 EXISTING FILL SOIL
Existing fill soils were encountered to depths of 1' to 7' at all boring locations . The fill
consists of high plasticity clay soils containing varying amounts of broken limestone
(including layers of broken limestone). A sand fill layer was encountered at B-5 at a depth of
6 feet.
4.4 . SITE GEOLOGY
As shown on the Tarrant County sheet of the Geologic Atlas of Texas, the site is located in
areas underlain by the undivided Fort Worth Limestone and Duck Creek Formation . The
Formations typically consist of interbedded layers of limestone , clay and marl. Soils derived
from the formations are typically highly plastic clays exhibiting a high shrink/swell potential
with variations in moisture content.
4.5 GROUNDWATER CONDITIONS
The borings were advanced using continuous flight auger methods . Advancement of the
borings using these methods allows observation of the initial zones of seepage.
Groundwater was generally not encountered during drilling and the borings were generally
dry at completion . Groundwater was encountered at B-5 and B-7 at depths of 5' to 6' during
drilling . The borings were backfilled and plugged with concrete immediately upon
completion of the borings each day; therefore, long term water level readings could not be
obtained .
It is not possible to accurately predict the magnitude of subsurface water fluctuations that
might occur based upon short-term observations . The subsurface water conditions are
MAS-TEK ENGINEERING & ASSOCIATES E09-1101
PAGE3
subject to change with variations in cl imatic conditions and are functions of subsurface soil
conditions , rainfall and water levels within nearby creeks .
4.6 SOIL MOVEMENTS
Our scope of work did not include PVR studies or recommendations to reduce soil swell
PVR. However, the subsurface exploration revealed clay soils having a moderate to high
shrink/swell potential depending upon the moisture condition. See Figure 16 . Also , as
mentioned above, soils derived from the geologic formations are typ ically highly plastic clays
exhibiting a high shrink/swell potential with variations in moisture content. Therefore,
differential soil swell movements should be anticipated along the roadways and at locations
where new pavement sections will be scabbed onto the existing pavement at turn lanes and
at intersections . Ponding conditions near the reconstructed pavements must be avoided .
See Section 6 .0 regarding settlement considerations related to existing trees along the curb
lines .
Note: Existing t rees must be removed in some areas to allow for new roadway construction .
In these areas , the clay soils will be exceptionally dry and highly expansive to depths of 1 O'
to 15 ' due to moisture absorption of the tree root systems. Large differential upward soil
swell movements should be anticipated in these areas . Differential upward pavement
movements could be reduced by excavation and moisture conditioning in areas where trees
must be removed for new construction . This condition could be further evaluated with
additional borings to allow recommendations to be made for excavation and moisture
conditioning .
5.0 ANALYSIS AND RECOMMENDATIONS
5.1 PAVEMENT RECOMMENDATIONS
We understand that Old Decatur Road is classified as an Arterial Street with the City of Fort
Worth . The following traffic data was obtained from Table 4.1 of the City of Fort Worth 's
2005 Pavement Design Standards Manual and was used in developing the pavement
section recommendations.
Annual ESALS
% Growth
Design Life
MAS-TEK ENGINEERING & ASSOCIATES
Arter ial
300,000
2.5%
30 years
E09-1101
PAGE4
,_
L
5.2 EXISTING FILL SOILS
Existing fill was encountered along the alignment to depths of 1' to 7'. See Section 4.3. In
order to provide adequate pavement support, we recommend that all fill soil including any
existing trench backfill be tested for compaction. All non-compact backfill {having a
compaction level below 95% ASTM D 698) should be removed and replaced in 8 inch
compacted lifts . We recommend that the base of cut be compacted prior to fill placement.
We recommend that a Mas-Tek Engineer or his representative observe the base of cut and
compaction operations. The contract documents should specified that the contractor is
responsible to protect all existing underground utilities from damage during excavation and
compaction operat ions.
Since the anticipated excavation depths are in the range of two (2) feet to four ( 4) feet, the
designer should consider removing all of the existing fill or a minimum of five (5) feet of
existing fill soil from beneath the new pavement (to limits of 2' beyond the pavement edges).
Of the nine (9) borings made along the proposed new road section, five (5) of the borings
showed fill sections of three (3) feet or less . The other four (4) borings had fill sections six
(6) and seven (7) feet deep . It is doubtful that the fill materials will have a compaction level
of 95% ASTM 0698. Excavation would also reduce that soil swell potential in the highly
plastic clay soils if the replacement soil is specified as being placed in moisture conditioned
lifts under compaction control.
After excavation to the required subgrade elevation, the entire subgrade should be
proofrolled. Proofrolling can generally be accomplished using a heavy (25 ton or greater
total weight) pneumatic tired roller making several passes over the areas . Where soft, loose
or compressible zones are encountered, these areas should be removed to a firm subgrade .
Wet or very moist surficial materials may need to be undercut and either dried or replaced
with proper compaction or replaced with a material which can be properly compacted. Any
resulting void areas should be backfilled to finished subgrade in 8 inch compacted lifts
compacted to 95 percent of maximum dry density as determined by ASTM D 698. Clay soils
having a Pl over 25 should be compacted at optimum to +3% above optimum. Sandy soils
having a Pl less than 25 should be compacted at -2 to +2 percentage points of its optimum
moisture content.
MAS-TEK ENGINEERING & ASSOCIATES E09-1101
PAGES
After proofrolling is performed and any soft, loose or compressible zones are removed and
replaced , compact upper 8 inches of subgrade to 95% ASTM 0698 as specified above.
Then fill to pavement subgrade using on-site clay soils . Compact the fill in 8 inch compacted
lifts compacted to 95 percent of maximum dry density as determined by ASTM D 698 as
specified above. Since lime-stabilization is to be performed , the upper 8 inches of the
pavement subgrade should consist of clay and sandy clay soils that are relatively free of
large rock . Sand should not be used as fill in the upper 8 inches of the pavement subgrade
since lime stabilization is to be performed .
5.3 SUBGRADE PREPARATION
It is recommended that provisions be made in the contract documents to provide for
proofrolling in areas where the subgrade will support new pavements. It is also
recommended that an item be included for removal and replacement of soft materials which
are identified by this procedure . See Section 5 .7.
Surficial clays are present at these sites that are subject to losses in shear strength with
increases in moisture content beneath the paving. They typically react with hydrated lime
which serves to improve their support value at higher moisture levels and provides a firm,
uniform subgrade beneath the paving.
5.4 LIME STABILIZATION
Based upon the results of Atterberg limits testing , 8 to 9 percent hydrated lime by dry weight
(48 to 54 pounds per square yard per 8-inch depth) should be anticipated to stabilize the
existing clay subgrade. Based on sulfates tests performed on subgrade soils at random
boring locations, sulfates levels are below 1000 ppm . Therefore, conventional lime
stabilization procedures may be used per TxDOT Item 260. It should be determined after
final grading that sulfates levels are below 2000 ppm .
The actual lime requirement will depend upon the actual subgrade soils exposed at final
grade . We recommend that lime/ Atterberg limits tests and sulfate tests be performed once
final pavement subgrade has been achieved in order to determine the optimum amount of
hydrated lime required to stabilize the subgrade and to verify that sulfates levels are below
2000 ppm .
MAS-TEK ENGINEERING & ASSOCIATES E09-1101
PAGE6
J
l
l
The lime should be thoroughly mixed and blended with the highly active subgrade soil
(TxDOT Item 260) and the mixture compacted to a minimum of 98 percent of maximum dry
density as determined in accordance with ASTM D698 , within 2 percentage points of the
so il's optimum moisture content. We recommend that this lime stabilization extend 1 to 2
feet beyond pavement edges , if possible, in order to reduce the effects of shr inkag e during
extended dry per iods . After blue top stakes are se t in preparation for grading the lime
stab ilized subgrade , depth checks should be performed to verify that the specified depth of
stabilization is present after final grading of the stabilized subgrade .
Sand should be specifically prohibited beneath pavement areas during final grading (after
stabilization), since these more porous soils can allow water inflow, resulting in heave and
strength loss of subgrade soils. It should be specified that only lime-stabilized soil (or
compacted rock fines where limestone is present at final pavement subgrade) will be
allowed for fine grading . After fine grading each area in preparat ion for paving , the subgrade
surface should be lightly moistened , as needed , and recompacted to obtain a tight non-
yielding subgrade.
Project specifications should allow a curing period between initial and final mixing of the
lime/soil mixture . After init ial mixing , the lime treated subgrade should be lightly rolled and
ma intained at or with in 5 percentage po ints above the soil's opt imum moisture content until
final mixing and compaction. We recommend a 2 to 3 day curing period for these so ils . The
following gradation requirements are recommended for the stabilized materials prior to final
compaction :
Minimum Passing 1 3/4" Sieve
Minimum Passing 3/4"
Minimum Pass ing No . 4 Sieve
Percent
100
85
60
All non-slaking aggregates retained on the No . 4 sieve should be removed prior to testing.
5.5 DESIGN AND CONSTRUCTION REQUIREMENTS
The stabilized subgrade should be protected and moist cured or sealed with a bituminous
material for a minimum of 7 days or until the pavement materials are placed . Pavement
areas should be graded at all times to prevent pond ing and infil t ration of excessive moisture
on or adjacent to the pavement areas .
MAS-TEK ENGINEERING & ASSOCIATES E09-1101
PAGE7
I
Due to the presence of expans ive clay soils, d ifferential pavement movements should be
antic ipated . Inspection during construction is particularly important to insure proper
construction procedures are followed. All joints must be effectively sealed. Ponding
cond itions should not be allowed in any area .
Where asphaltic concrete pavement is used, a geotextile separator should be placed on the
li me-stabilized subgrade at the contact between the flex base and the lime-stabilized
subgrade . The geotextile shall be as specified in the "Special Techn ical Specifications " in
Appendix C of the City of Fort Worth's 2005 Pavement Design Standards Manual.
5.6 PAVEMENT SECTION RECOMMENDATIONS
The pavement section recommendations provided below were designed based upon
AASHTO Gu ide for Design of Pavement Structures using DARWin 3.1 computer program . A
summary of the inputs are provided below:
5.6.1 ARTERIAL ROAD (OLD DECATUR ROAD)
Design E 18's:
Initial Serviceability:
Terminal Serviceability:
Modulus of Rupture:
Elasticity Modulus :
Effective k-value :
Reliability Level:
Standard Deviation:
Load Transfer J :
Drainage Coefficient:
Design E 18's:
Initial Serviceability:
Terminal Serviceability:
Soil Resil ient Modulus :
Reliability Level :
Overall Deviation :
Concrete Pavement
13,171 ,000 (300 ,000 ESALs / year for 30 years with 2 .5%
growth ra te)
4 .5
2 .5
620 psi (4 ,000 psi Concrete)
4,000,000 ps i
200 psi/in -for 8 inches of lime -stabil ized subgrade
85%
0 .39
3.2
1.0
Asphalt Pavement
13,171 ,000 (300,000 ESALs / year for 30 years with 2.5%
growth rate)
4 .2
2 .5
4 ,118 (untreated subgrade -CBR of 3)
85%
0.45
MAS-TEK ENGINEERING & ASSOCIATES E09-1101
PAGE8
l
L
The following Table presents the recommended pavement section for Old Decatur Road .
RECOMMENDED PAVEMENT SECTIONS *
I --<
CITY OF FORT WORTH ARTERiAL ROAD (Old Decatur Road)
PCC SECTION
11 inch Portland Cement Concrete (4,000 psi Concrete)**
8 inch Lime Stabilized Subgrade
HMAC SECTION
3 inch Type C Surface Course
8 inch Type B Binder Course (3 lifts)
12 inch Crushed Stone Flex Base or Crushed Concrete Base (2 to 3
lifts)
8 inch Lime Stabilized Subgrade
* -The recommended pavement sections above include a small construction tolerance .
**If edge support is provided using curb and gutter, the concrete thickness could be reduced
to 10 .5 inches .
5.6.2 EXISTING ROADWAY
The existing roadway consists of 5.9 to 6 .6 inches of concrete that is generally supported by
a 4 to 6 inch lime treated subgrade . Note: At B12 , no lime treated soils were detected .
Based on traffic data indicated above for an arterial roadway, the design life of the existing
road is less than 2 years .
5.6.3 DESIGN REQUIREMENTS
The concrete having a minimum 28 day compressive strength of 4 ,000 psi. Concrete quality
will be important in order to produce the desired flexural strength and long term durability.
Assuming a nominal maximum aggregate size of 1 inch to 1 3/8 inches, we recommend that
the concrete have entrained air of 5 percent (± 1 % ) with a maximum water cement ratio of
0.40 .
Proper joint placement and design is critical to pavement performance . Load transfer at all
joints and maintenance of watertight joints should be provided. Control joints should be
sawed as soon as possible after placing concrete and before shrinkage cracks occur . All
joints including sawed joints should be properly cleaned and sealed as soon as possible to
avoid infiltration of water.
MAS-TEK ENGINEERING & ASSOCIATES E09-1101
PAGE9
I
The joint construction and spacing and reinforcing should be in accordance with the City of
Fort Worth's 2005 Pavement Design Standards Manual based on the actual concrete
thickness used for each road . We recommend that the perimeter of the pavements have a
stiffening curb section to prevent possible distress due to heavy wheel loads near the edge
of the pavements and to provide channelized drainage.
All asphaltic concrete construction should comply with requirements of TxDOT, Item 340
(1993 Edition). The flex base should meet requirements of TxDOT Item 247, Type A, Grade
1, compacted in 4 to 6 inch lifts at or above optimum mo isture content to a minimum of 95%
Modified Proctor density (ASTM D1557).
5.7 PAVEMENT CONSIDERATIONS
It is recommended that provisions be made in the contract to provide for proof rolling in areas
where the subgrade will support new pavements . It is also recommended that an item be
included for removal and replacement of soft materials, which are identified by this
procedure .
Proofrolling can generally be accomplished using a heavy (25 ton or greater total weight)
pneumatic tired roller making several passes over the areas . Where soft or compressible
zones are encountered, these areas should be removed to a firm subgrade. Wet or very
moist surficiaf materials may need to be undercut and either dried or replaced with proper
compaction or replaced with a material which can be properly compacted . Any resulting vo id
areas should be backfilled to finished subgrade in 6 inch compacted lifts compacted to 95
percent of maximum dry density as determined by ASTM 0698. Clay soils having a Pl over
25 should be compacted at optimum to +3% above optimum. Sandy soils having a Pf less
than 25 should be compacted at -2 to +2 percentage points of its optimum moisture content.
Achieving the required field density is dependent upon the adequate pulverization of the clay
fill materials, the magnitude of compaction energy and the maintenance of field moisture
near optimum . All joints and pavements should be inspected at regular intervals to ensure
proper performance and to prevent crack propagat ion .
The soils at the site are active and differential heave within the paving areas will occur. In
some areas, relatively deep expansive clay soils are present. Large upward pavement
movements due to soil swelling are anticipated in these areas . Large differential upward
pavement movement could also occur in any areas where the pavement is widened. ff it is
MAS-TEK ENGINEERING & ASSOCIATES E09-1101
PAGE10
desired to reduce differential upward soils swell movements , excavation and moisture
condition ing in lifts would be required . The extent of excavat ion would depend upon the
desired tolerance for movement.
The service life of paving may be reduced due to water infiltration into subgrade soils
through heave induced cracks in the paving section. This w ill result in softening and loss of
strength of the subgrade soils . A regular maintenance program to seal paving cracks will
help prolong the service life of the paving . The life of the pavement can be increased with
proper drainage. Areas should be graded to prevent ponding adjacent to curbs or pavement
edges . Backfill materials , which could hold water behind the curb, should not be permitted .
Flat pavement grades should be avoided .
Due to the presence of deep utility backfill in some areas and highly expansive clay in other
areas, the use of reinforced concrete pavement would be preferred to accommodate
differential pavement movements .
5.8 SITE GRADING AND DRAINAGE
All grading should provide positive drainage away from the proposed pavements and should
prevent water from collecting or discharging near the pavements . Water must not be
permitted to pond adjacent to the roadway pavements during or after construction .
Otherwise , soil swell movements could exceed the estimates contained in th is report .
The pavements will be subject to some post construction movement. Joints in the
pavements should be sealed to prevent the infiltration of water. Since some post
construction movement of pavement may occur , joints should be periodically inspected and
resealed where necessary.
5.9 FIELD SUPERVISION AND DENSITY TESTING
Field density and moisture content determinations should be made on each lift of fill with a
minimum of 1 test per 150 l.f. of pavement and/or utility backfill. Supervision by the field
technician and the project engineer is required . Some adjustments in the test frequencies
may be required based upon the general fill types and soil conditions at the time of fill
placement.
MAS-TEK ENGINEERING & ASSOCIATES E09-1101
PAGE11
! .
Many problems can be avoided or solved in the field if proper inspection and testing
services are provided. It is recommended that all site and subgrade preparation and
pavement placement be monitored by a qualified engineering technician . Density tests
should be performed to verify compaction and moisture content of any earthwork. Inspection
should be performed prior to and during concrete and asphalt placement operations . Mas-
Tek Engineering & Associates , Inc. employs a group of experienced, well-trained
technicians for inspection and construction materials testing who would be pleased to assist
you on this project.
6.0 EXISTING TREES ALONG CURB LINES
Mature trees are present near the curb lines of the existing streets in some of the areas
investigated. The roots of mature trees absorb large amounts of moisture from the
supporting soils to depths of over 15 feet. The lateral limits of tree root influence extend at
least 5' beyond the unpruned drip line (and to greater distances when the ground beneath
the drip lines is paved). Tree root systems often cause soil shrinkage and localized
pavement settlement.
To reduce future settlement after reconstruction , root barriers could be considered . An
arborist should be contacted regarding the required depth of the root barrier and whether or
not this is a viable solution . Root barriers along both curb lines would require large roots to
be severed. This might kill the trees . If th is occurred , large pavement heave would then
occur as described above (same as removing trees). If the barriers are effective in reducing
soil suction from the root systems, large differential heave would still occur as the soils
regain lost moisture causing differential heave due to soil swelling. Due to these concerns ,
root barriers are probably not a viable solution at this time. Root barriers would have been
an alternative during original construction if they had been installed when the trees were
originally planted .
In our opinion, the most practical solution is to reconstruct the roadways with reinforced
concrete . An additional 1 to 2 inches of concrete (over the required design thickness) could
be used to provide additional rigidity to the pavement in areas where existing trees are
present near the curb line. Additional pavement rigidity should assist in accommodating
differential deflections caused by post construction shrink/swell movements . Additional steel
reinforcement could be used to further stiffen the pavement. Either larger bars on a closer
spacing, or two mats of steel could be used . A structural engineer should be consulted
MAS-TEK ENGINEERING & ASSOCIATES E09-1101
PAGE12
l
L
regarding the most cost effective reinforcement design for roadways subjected to
settlements caused by mature trees .
It should be anticipated that differential shrink/swell movements will occur beneath the new
roads . If differential settlements due to continued shrinkage caused by the trees become
objectionable, these areas could be mudjacked in the future as needed to level the
pavement.
7.0 LIMITATIONS
The professional services, which have been performed , the findings obtained , and the
recommendations prepared were accomplished in accordance with currently accepted
geotechnical engineering principles and practices. The possibility always exists that the
subsurface conditions at the site may vary somewhat from those encountered in the test
borings . The number and spacing of test borings were chosen in such a manner as to
decrease the possibility of undiscovered abnormalities, while considering the nature of
loading, size, and cost of the project. If there are any unusual conditions differing
significantly from those described herein, Mas-Tek Engineering & Associates. Inc . should be
notified to review the effects on the performance of the recommended foundation system .
The recommendations given in this report were prepared exclusively for the use of the
client, and their consultants . The information supplied herein is applicable only for the
design of the previously described development to be constructed at locations indicated at
this site and should not be used for any other structures, locations, or for any other purpose .
We will retain the samples acquired for this project for a period of 30 days subsequent to the
submittal date printed on the report. After this period, the samples will be discarded unless
otherwise notified by the owner in writing .
MAS-TEK ENGINEERING & ASSOCIATES E09-1101
PAGE13
I '
MAS-TEK Engineering
& Associ:aot:es, Inc-
Project No :
E09-1101 PLAN OF BORINGS
OLD DE CATU R ROAD PAVEMENT RECONSTRUCTION -
FORT WORTH, TEXAS
FIGURE NO:
1
I
J
i
'
MAS-TEK Engineering
& A.ssociat:es9 Inc.
Project No :
E09-1101 PLAN OF BORINGS
OLD DECATUR ROAD PAVEMENT RECONSTRUCTION -
FORT WORTH , TEXAS
FIGURE NO:
1a
,.
I
MA.S-TEK Engineering
& Associates, Inc.
Project No:
E09 -1101 PLAN OF BORINGS
OLD DECATUR ROAD PAVEMENT RECONSTRUCTION -
FORT WORTH , TEXAS
FIGURE NO:
1b
l
i
LOG OF BORING 8-1
Project: Old Decatur Road Reconstruct i on -Ft. Worth , Texas
Date : 12/14/2009 Elev .: Locat i on : See Figure 1
Depth to water at comp l etion of bori ng : Dry
Depth to water when checked : end of day
Depth to caving when checked :
EU:,:VATION/
bE:PTM
Jeo.t
SOIL SYMDOLS
SAMPLEH SYMBOLS
& FJELD lE S r DATA.
was : Dry
was :
DESCRIPTION
Da rk g ray & tan C LAY w/ limes tone fr ag ments
calcareous nodu les (FILL )
Tan ca lcareous CLAY w/ calca reous nodu les
Proje ctNo .: E09 -1101
0 0 P PEN UN CO N Slrn,n
J'X.f !5-f ~gJ 4,~
22
2 1 16
2 1 62 20 42
119 ·15+--+
. -Mode;ate ly ha rd to hard ta n wea thered LIM EST ONE w/ ..
clay seams , frac tured
--------·--"-"·---·---··--------------.... _ ·-·--·--" ----· Bor ing terminated at 1 O'
-1,S
r
[
! I
t'"
l~
i
r
I
/
l-30
Notes : Completion De pth : 10 ' FIGURE : 2
MTE, INC .
t
i
t
LOG OF BORING 8-2
Project : Old Decatur Road Reconstruction -Ft. Worth, Texas Project No.: E09-1101
Date: 12/04/2009 Elev .: Location: See Figure 1
Depth to water at completion of boring : Dry
Depth to water when checked: end of day was: Dry
Depth to caving when checked : was:
EL EVATIONI I SOIL SYM BO L s
DEPTH SA !l.1PLER SYMBOLS
(feet } & flE LD TEST DA l A
f
1
r
!....5
;
• 2Q
~2s
DESCRIPTION MC LL Pl Pl -2 00 00 P.PEN UNCON SIHM
'A %-41, % pd tsf k~r %
-D ari-gray &tan CLAY w/ ca lcare ous nodules & -------~z t .. -------. ---e--1-2-3 ___ --------
limesto ne fragments (FILL) i 1 20
?:J 58 19 39
19
1 8
23
27S
4 3
-Tan & light gray shaley CLAY w/ hard limestone layers.---_,_ ---------• -·---------
jointed n 2 2S
4.25
-,!--------------------------·--·----· ---- -..... --.... -----i----Moderately hard to hard tan weathered LIMESTONE 4 5 '
• \ w/ clay seams, frac tur ed __________________ /'---~ ______ ............_ ··--'---·-·--
Boring terminated at 1 O'
Notes: Completion Depth : 1 O' FIGURE: 3
MTE, INC .
l
L.
LOG OF BORING B-3
Project : Old Decatur Road Reconstruction -Ft. Worth, Texas Project No .: E09-1101
Date : 12/07/2009 Elev .: Location: See Figure 1
Depth to water at completion of boring: Dry
Depth to water when checked: end of day was: Dry
Depth to caving when checked : was:
HEVATION/ I SO IL SYMBOLS
DEPTH SA~.:~P U:R SYMBOLS
(!eetl s Fie.LO TEST DATA
i 0
I !-s
!
~ 10
-20
-25
I
i-30
I
35
j 1'-/5"
?Oi',"
30i6 "
• 3716"
. 221(;"
'15014"
DESCRIPTION MC LL P L Pi -200 DO f' PEN UNCON l,\13111
% •4 % % per !sf ks.1 %
-Tan &g rayCLAYw(li;;;-estone -----(FILL )·--··---·--·-·2·f ~-----·------1~ ·-··---
····-·---·-········· ·-. ·······-····-·-·······--········--· ... ... . ····--·--• -' . . --....•.•..... '.l • • .. ---••
Dark gray CLAY w/ calcareous nodules , jointed 2• ,. 5 •
129 63 22 41
1
-~~5·:
Vi} 10!) 0 4 5+•
• Dark gray & tan~ w/ cai"careous deposits , jointed ,a-'"'--.. ------~-;,;;; .. ;· --·-----
4,5+ ---------·-~ _, -~·-· ·-.... ·-·--
Tan & light gray calcareous CLAY , 4 5
3 4 . ··Tan & light gray CLAY w/ calc areous d~posi~·-t-----·-. ->----+ 3 8 --------
_ lim es tone seam_s _____ .............. ---------·---··-''-....... ---,-f---, -........... ,_____. --·-·--____ _
Boring terminated at 10'
Notes: Completion Depth : 10' FIGURE: 4
MTE, INC. ----------------·~-------'
LOG OF BORING B-4
Project: Old Decatur Road Reconstruction -Ft. Worth, Texas
Date : 12/07/2009 Elev .: Location : See Figure 1
Depth to water at completion of boring : Dry
Depth to water when checked : end of day
Depth to caving when checked :
ELEVA'IIONI
DEl'l"H ,,~., SOiL SYMBOLS
SAt.-WL E.H !iYtvtU ()LS
& FIEL() lEST or.g
was : Dry
was :
DESCR IPTI ON
Project No.: EOS-1101
MC Ll f'L Pl -ZOO 00 f' PEI< UNCO N S:io,n
%%•1. % Pd t5f W -a;-.
. -Da rk-g-ray CLAY w/ tan -cla y seams below 4' . . . 28 --
-. I 6 .
32
32 76 26 52. 2 25
2 25
·---r a~a1careous .C.LAY w/ ha rd lim e st one "SeamS ____ 18 --.. -.-n ...
,j 5+
; ?.016"
20/S'
\ 3016"
J5
43
----~--------------····----~-.-rn--·•~•-·..,----··1=• -.-.,.. _, ..... u,
H ard tan wea th ered LIME STONE w/ c lay seams ,
frac tured ( u ...... --1---,------___ ..,. ····----
···-·-------·---------Boring ter mina ted at 1 O'
! ~ 15
r20
I
i I
~ 25
Notes: Completion De pth: 10' FIGURE: 5
MTE, INC .
t
l
LOG OF BORING B-5
Project : Old Decatur Road Reconstruction -Ft . Worth , Texas
Date : 12/07/2009 Elev.: Location : See Figure 1
Depth to water at completion of boring : 6'
Depth to water when checked: end of day
Depth to caving when checked :
EL1'VAnow I
DEPTH
(fe el)
sorl SYMBO LS
SAMPLER SYMBOLS
& FIE LD TE ST DATA
was: 6'
was :
DESCRIPTION
Project No .: E09-1101
M C l.i Pl p -200; DO ! P PE1'i UNCO N Stra1:1
% 'A % 1 % p cl i l sf ksf %
· ····o-·a··-r···k··-g·--ra-y·-&--ta--n··-c····L--A-Y_w_/ __ ·1i·m·--e···s····t·o···n·-e-f-ra_g_·-m·-···e····n--ts·--·-··· ········-·· '' --·· ---·-·-·· ·· --fl; ·· ··· ··---·· ··· -
(F ILL) J O
20 f;~ iC 39
-seepage at 6'
--·--------------·-··-------·--·------1-------..--1---~ ---·~.----· ---Tan fine SAND (FILL )
--·-----------------·-·-----·------------,_,...,.... ---1-·----~ ····-----1-··•-.. ___ ,,__ ~ She lb y tub e refusal at 7 feet
2C
Notes : *Shelby tube refusal at 7 feet FIGURE: 6
MTE, INC .
LOG OF BORING 8-6
Project: Old Decatur Road Reconstruction -Ft. Worth , Texas
Date: 12/07/2009 Elev .: Location : See Figure 1
Depth to water at completion of boring: Ory
Depth to water when checked: end of day was: Dry
Depth to caving when checked: was:
Et.f\/ATiOW
D[PTH
(loeo
. 1~
' l
1. HI
l
t
I
l
I
-20
• 25
t 30
I
l
SO'l SY MB OLS
SAMPLER SYMOOL ~
& flE:.L O TES T OA"T A
DESCR IPTI ON
···-·····••----·Aa~---·-·····n• a.-.·-·•··-··-·--
Dark gray to tan CLAY w/ limestone fragments
(F ILL )
Orangish brown & dark gray w/ calca reous nodul es
(FILL )
----··--------------~------T a n ca lcareous CLAY w/ ca lcareous nodules
Gray shaley CLAY w/ gypsum crystals , j oin ted
Boring term inate d at 1 O'
Notes : Completion Depth : 10'
MTE, INC.
Project No.: E09-1101
MC Lt. Pl Pf ,200 DO P PE°f.1 UIJC.ON S1rolfl
% % % ·"A= PO t;;.t 1-,$1 %
,9 -·· -·· --·· -,· -· r i°• --
z 3
2T 82 28 ~4 2.0
2 0 • •• --
18
2 1
2 3
. 4 S •
FI GURE: 7
LOG OF BORING 8-7
Project : Old Decatur Ro ad Reconstruct i on -Ft . Worth , Texas
Date : 12/07/2009 Elev .: Location : Se e Figure 1
Depth to water at completion of boring: 5'
Depth to water when checked: end of day
Depth to c a ving when checked :
EJ.E VAT.lOlll I
Of:PTM
{fe c ll
SO iL SYMBOLS
SAMP L ER SYM80L S
& FiELO TES T DATA
was : 5'
was :
DESCRIPT ION
l 0 Dark gray & tan C LAY w/ limestone fragments laye r s
of broken limestone (F IL L}
-seepage at 5'
!
Proj ec t No .: E09 -1101
MC LL PL ,,, -200 00 I P P(N IJN CON Sl!dll)
% % % Y., pcf r tsf 1<.&f v.
1 7 --· -•y y -_I __
I
1', I ,1 S·
22 7S 25 so I
35
20
r ·-·-----.. --. ..... ·-·----~----h----~----.. -... ------~-·~--· -----_,_._ .......... -I ,,
I
I-20
I
I· 1-i5
t
I.
~ I JO
i
i
i
i
f
i
I Ls I
t
Modera tely hard to ha rd tan weathered !,,IMESTON E w/
__ clayyeams, frac tured ... ··----------·-·· ........... -...,.__.__ --· --······-· __ -· -·
Bo ring terminated at 1 O'
I
Not es : C o mpletion De pth : 10 ' FIGURE : 8
MTE , INC .
~
I
LOG OF BORING 8-8
Project : Old Decatur Road Reconstruction -Ft. Worth , Texas
Date : 12/07/2009 Elev.: Location : See Figure 1
Depth to water at completion of boring : Dry
Depth to water when checked: end of day
Depth to caving when checked:
ElEVr.TIO N/
OEf'TH
(re.ii)
SO!l SYMBO LS
SAMl'L E!l $YM0 0 l S
& FI E:LGTES ·i DATA
was: Dry
was :
D ESC RI PT ION
r e
l G ray & tan Cl_ij_Y w/ limestone fragmen ts (FILL )
Dark gray C LAY w/ trace calcareous nodules
Proj ect No .: E09-1101
MC LL PL Pl •200 OU ! P PEN 1,JNC ON S!<tVO
% "4 v .. l % r,ct lsf ~jr ',)4
-_ J ... I
·-N·, -.1~ -·•• -~ -y -~ 2 1
. -3-.5 l _ -.....
n I' 2 6
I· s
,. -·-"--------······· ----2Q
--.h .. ~-~=-~·--+==---·----1-·-......... -
I
I
j
;
f
I
I-i o
I r
50/05"
Sllio.25"
f5'0102S-'
~0/0 !,''
Ye ll ow ish bro wn slig htl y ca lcareo us to calcareous C Lf\ Y
w/ hardhmeston e layerL .. ______ _
Ha rd ta n we at he red LIME ST O NE w/ clay layers,
frac tu red
Bor :ng terrninated at 1 O'
Notes: Completion Depth : 10'
MTE , INC .
1 0
FIGURE : 9
---------------------------------------------,.------
LOG OF BORING B-9
Proj ect : Old Decatur Road Reconstruction -Ft . Worth , Texas Project No .: E09 -1101
Dat e : 12/07/2009 Elev .: Location : See Figure 1
D epth to water at completio n of bori ng : Dry
Depth to water when checked : end of d ay
Depth to caving when checked:
f.LEVJl.llO Ni
Dt ~f H
(!eel
SOI L SYMB O L!>
:iAMPLEH SY i\,16 0l.S
& F!E U) i EST OAT,\
was : Dry
was :
DESCR I PT ION MC LL
% "",
-Gray CLAY w/ limestone fragme nts (F ILL) 2 i
PL -200 (J O
~c i P l % pci
!
--1 g-i---~--·-~··---·--------Da rk gray & tan CLAY w/ limestone fragmen ts
r s
Hl
-15
' !-20
l
I
I · 25 ;
~-30
t
I
f
l
l ~ 35
!
(FIL L) 17 S:' 2 1 36
'6
• Ta-n-caica-re-ou_s._C_L_A_'i"wic_a_lc_a_r_e_o_u_s_n=o-d_u_le_s _____ ,-i
--··------··-------·----·------··-· ···------·-----Hard tan we athered LIMESTON E w/ clay seams ,
frac tured
------------------------Bori ng termina ted at 10'
Notes : Completi on Depth : 10'
MTE , INC .
p P::.N
Isl
IJN CO N
k si
.. -;-,.-4 -·
I
-I l
2
3 I
26
FIGURE: 10
I I
I i
li
LOG OF BORING B-10
Project: Old Decatur Road Reconstruction -Ft. Worth , Texas
Date : 12/04/2009 Elev.: Locati o n : S ee Figure 1
Depth to water at completion of boring : Dry
Depth to water wh e n checked : end of day
Depth to caving when checked:
ELEVJ\TI ONI
OEP TH
(teol)
SOIL SYM BOL S
SAMF l ( R SYMOO LS
?. F!ELO TEST DAT . .C..
DE SCRI PT ION
: C 5 .9" C.O NCR ETE over 6" L im e Trea ted Soil
was: Dry
was :
Project No .: E09-1101
I
MC; LL PL Pi •200 DD f' PE N UNCO N Sir;,,n
%%% ,~ pt;f I.Sf ksl ~.v~
35 ~6 3 ; !5
'····""""· ··---.,-~-----.... ·--------~·-· -~-_.--,·····--~--····
D ark gray CLA'( -26 69 . 23 46 ...
r
I ~ \0
l
I
r·
I
1
l
I
20
,. 25
I
f
[ ,o
l
l
30i6 '"
38/f.'
5011 ··
50iO s·
so;o 2s·
17 /G"
22/6"
~---·-···--~~------·--------... ···-·· -------·-
T a n ca lca reous CLAY w/ h ard li mestone seams &
ca lca reo us de po sits
H ard tan wea the red LIME STONE w / c lay layers ,
frac t ured
H a rd tan weathe red LI MESTONE w/ clay se a m s ,
frac tured
Bo ring termi nated at 1 O'
Notes : Completion D e pth: 10'
MTE , INC .
;p l &
·--. . -j 'z -· ·------
"';i .. ---·-----
FIGURE: 11
L
L
L
I
LOG OF BORING 8-11
Project : Old Decatur Road Reconstruction -Ft. Worth, Texas Project No .: E09-1101
Date : 12/04/2009 Elev.: Location: See Figure 1
Depth to water at completion of boring: Dry
Depth to water when checked: end of day was : Dry
Depth to caving when checked: was:
EL!:VAf!ONt I SOil SYMBOLS
UEPT H SAMPLE R SYMBOLS
(feel) & >',HD TEST OAT/..
DESCRIPTION
·(; --6 ~6'' C_Q(':J~Rt=l:: ov~:4,-;-L ;'le T rea ted Soi;-··------->-2:~ J .; ,,' .. -~ -
Dark gray C LAY ·----·-··--·---·2 ·",c ;,,· ,9..... • · :'e ·
~ 10
• ·-·------------------··-------····----·-·---·· -------•• -· -... 7G -• Yellow ish brown & da rk gray C LA '(
,-20
I-JS
J?
--------------------·---f-·---------·-Tan & l ight gray fil]aley CLAY w/ calca reo u s deposits ,
jo inted
I
2a
. l 4
i
i 4 5 +
--------~-·-------·------·--··--· -'" ---V -----• .w -. --r------Hard tan w ea thered LIME STO NE w/ c la y seams,
fractured
···-·--------... ·----·---·-------·--------· -----·---,-·-··· Bo ring terminated at 1 o·
Notes : Completion Depth: 1 O' FIGURE: 12
MTE , INC .
LOG OF BORING 8-12
Project : Old Decatur Road Reconstruction -Ft. Worth , Texas Project No .: E09 -1101
Date : 12/03/2009 El ev .: Location : See Figure 1
Depth to water at completion of boring : Dry
Depth to water when ch eck ed : end of day
Depth to caving when check e d :
ELE·,1,-:i. T!0\i!
DEPH!
:i~eo
SOil. SYMB O LS
SAMPLER. !)Yi· .. ~G(JLS
was: Dry
was:
D ESCR I PTION MC U. Pt ~, -20[)
•/( ~'; ;,~ '. %
. -ifc:O-NCR ETJ: . . Jl I i1 i z, ! ,;;
Dark gray CLAY w/ calcareo us nod ules ··· ·· ·· · ~=· : 1"jl ,7 J 5 1
23 , I w:. , :;
------·······-· ····--··-···--------·········----· ----;,,fl···· . +I ------. --~----.-, ·-'
Tan calca reous C LAY w/ hard limestone laye r s 3::
I
---· ·-·-=··-----------·-_.,.~, ·--. ·-~ -
Ta n & li gh t gra y shaley C LAY w/ ca lcareous deposi ts,
)· 1(1
, j ointe d _______________ _
Bor ing termi n ate d a t 1 O'
20
25
Notes: Completion Depth : 10' FIGURE : 13
MTE , INC .
LOG OF BORING 8-13
Project : Ol d Dec atur Ro ad Reconstru ction -Ft. Worth , T ex as
Date: 12/03/2009 Elev .: Location : Se e F i gure 1
Depth to water at completion of boring : Dry
Depth to wa t er when checked : end of day was : Dry
D epth to caving when checked : was :
ELEVAT'iONi
DEPTH
(foe!I
SO IL SYMBOLS
SAMPLER SYMBOLS
s FIE LD TES T or,rn DESCRI PT ION
6 3" CONCRET E over 4" Lime Treated Soil
·-.... ·--·--···=·· ~-~---------
Dark gray C_LA_'r'.
Tan calca re ous CLAY
Brown & tan ca lcareous (;LAY w/ hard li mes tone lay e rs
-----·····"-······--·······--·------.. -·------···········-----·-·····---·
Tan & ligh t gray ;:;h~!~y __ Gl,AY w/ c a lcareous deposits,
Project No .: E09-1101
MC LL Pl Pl ·?,CO I 00 P PEN UNCO N Srra,i,
~'., ~ % % p~I t::,f ~s! %
46 51 39 121
-30 · o,.; · 2s sf -
?B
•-------L ..... 21 I
;,
____ ·_;-ts _____ ..... _____ ,
)<
20 67 2 1 •16
j ___ .
10
Us,inted ___ ----------·-· ·-·--·--··'
---,,_,._ h. __
["
I
l,,
j
f
r
Boring te rmi na ted at 1 O'
l~
I
t
f-30
i
j-35
Notes: Completion De pth : 10 ' FIGURE : 14
MTE , INC .
KEY TO LOG TERMS & SYMBOLS
Symb o l Description
Strata __ s~ls
CLAY
[i1 :;:1
lJ'(:Z::,
Calcareous CLAY
LIMESTONE,
weathered
CLAY,
shaley
SAND
Concrete
Pavement
~-Water table
when checked
_,:;z___ Water table
at boring
completion
Notes:
Symbol Description
Soil Samplers
I
YI
(J
[II
Thin Wall
Shelby Tube
Standard
Penetration
Test
Auger
THD Cone
Penetration
Test
1. Exploratory borings were drilled on dates indicated using truck
mounted drilling equipment.
2. Water level observations are noted on boring logs .
3. Results of tests conducted on samples
boring logs . Abbreviations used are:
DD= natural dry density (pcf)
MC= natural moisture content (%)
Uncon.= unconfined compression (tsf)
P.Pen.= hand penetrometer (tsf)
4. Rock Cores
recovered are reported on the
LL
PL
PI
-200
liquid limit (%)
plastic limit (%)
plasticity index
percent passing #200
REC (Recovery) sum of core sample recovered divided by length
of run, expressed as percentage.
RQD (Rock Quality Designation) sum of core sample recovery 4"
or greater in length divided by the run, e x pressed as
percentage.
MTE , IN C.
FIGURE:15
SWELL TEST RESULTS
BORING DEPTH DRY IN-SITU FINAL LOAD O/o
NO. (FEET) DENSITY MOISTURE MOISTURE (psf) VERTICAL
(pcf) CONTENT CONTENT SWELL
8-1 4-5 118.9 11.3 18.2 563 5.9
8-3 4-5 109.0 19.3 24.4 563 7 .0
8 -12 2-3 102.8 23.3 25.1 313 2.0
PROCEDURE:
1. Sample placed in confining ring, design load (including overburden) applied, free
water with surfactant made available, and s ample allowed to swell completely.
2. Load removed and final moisture content determined.
MAS-TEK Engineering
& Associates, Inc.
SWELL TEST RESULTS
OLD DECATUR ROAD RECONSTRUCTION
FT. WORTH. TEXAS
MAS-TEK ENGINEERING & ASSOCIATES
E09-1101 I DATE: 12/21/2009 I FIGURE: 16
t
l
I
I 11
SOLUBLE SULFATES PPM
TEST RESULTS (TEX-145E)
BORING NO.
8-1
8-3
8-5
B-7
8-9
MAs-TEK Engineering
& Associates,. Inc-
DEPTH SOLUBLE
(FT.) SULFATES
(PPM)
2-3 120
2-3 <100
2-3 720
2-3 167
2-3 <100
SOLUBLE SULFATES TEST RESULTS (TEX-145-E)
OLD DECATUR ROAD RECONSTRUCTION
FT. WORTH TEXAS
MAS-TEK ENGINEERING & ASSOCIATES
E09-1101 I DATE: 12/29/2009 I FIGURE: 17
~ ll
I
LIME SERIES RESULTS
LIME BORING DEPTH ADDED NO. (FEET)
B-8 2-3
MAS-TEK Engineering
& Associates, Inc.
(%)
0 %
5 %
7 %
9%
LIQUID PLASTIC PLASTICITY
LIMIT INDEX
(%) LIMIT (Pl))
81 28 53
60 40 20
59 42 17
58 44 14
LIME SERIES TEST RESULTS
OLD DECATUR ROAD RECONSTRUCTION
FT WORTH TEXAS
MAS-TEK ENGINEERING & ASSOCIATES
E09-1101 I DATE: 01/06/2010 I FIGURE: 18
COMPRESSION TESTS ON
CONCRETE CORES
BORING
NO.
8-10
8-11
8-12
8-13
MAS-TEK Engineering
& Associates, Inc.
CONCRETE
STRENGTH
(psi)
6750
7460
9420
8360
COMPRESSION TESTS ON CONCRETE CORES
OLD DECATUR ROAD RECONSTRUCTION
FT. WORTH, TEXAS
MAS-TEK ENGINEERING & ASSOCIATES
E09-1101 I DATE : 1/06/2010 I FIGURE : 19
i
1:
f
ll •'
ic !· ,,
APPENDIX A
Proctor Compaction, CBR Testing and Lime Series
on Composite Bulk Sample of Subgrade Soil
(Raw Clay and Lime Treated)
MAS-TEK ENGINEERING & ASSOCIATES E09-1101
PAGE14
i
I
l;
1
MOISTURE DENSITY RELATIONSHIP REPORT
108
I ! -+--~---·!--·~---·---LJ _J .. l_J \ i I ! I -----·--==·~ ~=)=H-. , I I l I I ! I i 1---·---~-~ +1 --I t -+ i -·--_.. ... ·--·-·-1----.-,-·i----·--J ·· r -H -i---· ···-·· ········· ····-i-~ , I _.,_~ •-~----N-. __,_ CV --,---·--1·-+-·
106 \ ! !
' =l__ -~--1---I i
--~--1--····-···-· ~1 ·· i ! ! ----·--. ·j--· ±i ~i== -' -~--'--r . I I I I -t ~r -T -~---+-·--······
I---i ~ -·+·---1-·------!-·· . ;\. I : 104 iit 1------; t --'--l---J-~ _J __ ZAV for u
0. ·-------··· =-.. , Sp.G . =
i-__ ._..,..,_ ____ .. __
1-1-· ----·--· --. ·-·----1--~-2.70
'iii V ==~== C
QJ --------· I / u
---.····-----l-i \ c -+--._,_I/ -r ----· --0 I
' ' 102 i ~/-+ I I .I f ~---tf-; !
I
---i-··········1-r
V -* -·--1--···•····-·· __ .. ___ -·----·+··---~-~
I •
i ~ --1+~ I I
i V ---·1--I
~
I • 1 --~--t-··-r
100 I I I I I -----· =fl -+f ·--! I --r --
I
--r-1 ! I f ! I -t+ I I I 98 l
11 13 15 17 19 2 1 23
Wate r content, %
Test specification : ASTM D 698-00 Pro cedure A Standard
Elev/ Cl as sific ati on Nat. %> %< Sp .G. L L Pl
Depth uses AASHTO Mo is t. No .4 No .200 -
58 37 78.0
TEST RES UL TS MATER IA L DESC R IPTION
Maximum dry dens ity= 105.2 pcf Dark Gray & Tan C lay wit h Limestone
Fragmen ts
Optimum moisture = 18 .7 %
Proje ct No . E09 -I IOI Cl ie nt : C PY R emark s :
Proje ct: Old D eca tur Roa d
• Lo catio n: Composite Sample from 8-1 , 8-2, B-5 , B-6 & B-7
MOISTURE DEN SITY RELATIONSH IP REPORT
ALLIANCE GEOTECHNICAL GROUP
!1
i
LABORAT ORY CSR WORKSHEET
Job No : E09-1101 J ob Name :
Mate ri al Descri p tion Raw Soi l
Date : 1/4/2010 Sam p le Ne 2
No . of Blows/L ift : 56/3 Drop (in) 12 Hamm e r Wt (lb s ) 5 .5
Mold No . 4 Su rcharg e Weight (lb s 24 .5
SOAKING DATA BEARING RA T IO DATA
Date Time Days Read ing (in) Swell (in) Sw ell(%) 3" Piston @ 0 .05 15/min
12/31/2009 0 0 .133 Penet rat ion Co rr ec tio n load s (lbs) Total psi CBR
1/4/2010 4 0 .139 0 .13 0 .025 5.47 81 .31 25 .28
0 .050 133 .09 42 .54
0.075 163 .24 52 .59
0 .100 183 .85 59.46 5.95
0 .125 200.4 8 65 .00
MOIS T URE CONTENT 0 .150 211 .06 68 .53
As A fter Test 0.175 218 .77 71.10
Mo lded Too Inch Total Samol e 0 .200 227.27 73.93 4.93
Can No. A -28 A GG -52 0 .250
W .W .+T 1269.5 4544 .1 0.300 253 .24 82.59
D .W .+T 1043 .3 398 5 .4 0 .350
Ta re Wt. 101.2 1533.8 0.400 26 7 .84 87.46
W Dry Soil 24 .0 22 .8 0.450
W t MC 0 .500 278 .24 90 .92
%MC
Actual Depth of Pe n etra tion , in . (Ha nd Measureme nt)
W et W t Soil+ Mold W et Den s it y pcf
Moisture Conten t 22 .6% Dry Dens ity 100.4 pcf
% of Max imum 95 .4
Maxumum D ry Unit Wt (pcf) 105.2 Optimum Moistu re % 18 .7
Rem arks : Initia l Pocket Pen .: 1.60
Fina l Pocket Pen .: 1.00
MOISTURE DENSITY RELATIONSHIP REPORT
Test specification: A STM D 698-00 Procedure A Standard
Classification Elev/
Depth uses AASHTO
TEST RES UL TS
M aximum dry dens ity = 95.4 p cf
Optimum moistu re= 24 .3 %
Project No. E09 -1 101 Client: CPY
Project: Old Decatur Road
• Location: Composite Sample from B-1, B-2, B-5, B-6 & B-7
Nat.
Moist.
1 MOISTURE DENSITY RELATIONSHIP REP ORT
Sp .G.
I ALLIANCE GEOTECHNICAL GROUP
LL Pl
%> %<
45
No.4 No.200
9 7 8 .. 0
MATERIAL DESCRIPTION
Dark Gray & Tan Clay with Limes ton e
f ragm e nts Treated with 8% Lime
Remarks:
LABORATORY CBR WORKSHEET
Job No: E09-1101 Job Name:
Materia l Description : 8% L ime
Date: 1/8/2010 Sample Ne 1
No . of Blows /Lift: 56/3 Drop (in) 12 Hammer Wt (lbs) 5 .5
Mold No . 2 Surcharge Weight (lbs 24.5
SOAKING DATA BEARING RATIO DATA
Date Time Days Read ing (in) Swell (in) Swell(%) 3" Piston@ 0 .05 15/min
1/4/2010 0 0.058 P ene tration Correction loads (lbs) Tot al psi CBR
1/8/2010 4 0.041 -0 .37 0 .025 4.19 150 .99 48.93
0 .050 288 .52 94 .78
0 .075 400 .24 132 .02
0 .100 490 .05 161.95 16 .20
0 .125 566 .44 187.42
MOISTURE CONTENT 0 .150 634 .35 210.05
As After Test 0 .175 697 94. 231 .25
Molded Top Inch Total Sample 0 .200 757.08 250 .96 16 .73
Can No. 304 AGG-24 0.250
W.W .+T 123 0 .6 4718 .3 0 .300 969 .28 321 .70
D.W.+T 1051 .0 4020 .5 0.350
Tare Wt. 434 .7 1543 .0 0.400 1162 .21 386 .0 1
W Dry So il 29 .1 28.2 0.450
WtMC 0 .500 1349 .89 448 .57
%MC
Actual Depth of Penetration, in . (Hand Measurement)
Wet Wt Soil+ Mold Wet Density pd
Moisture Content 27.7 % Dry Density 91.4 pd
% of Ma ximum 95.8
Maxumum Dry Un it Wt (pcf) 95 .4 Optimum Moisture % 24 .3
Remarks: In itial Pocket Pen .: 3 .85
Final Pocket Pen.: 4 .5++
LIME SERIES RESULTS
DEPTH LIME LIQUID PLASTIC PLASTICITY BORING · ADDED LIMIT INDEX NO. (FEET) {%) (%) LIMIT (Pl))
* 0-1.5 0% 58 21 37
4% 50 33 17
6% 49 34 15
8% 48 35 13
-
* Composite Bulk Sample from Borings B1, 82 , B5 , 86, and 87.
MA.s-TEK Engineering
& Associates, Inc.
LIME SERIES TEST RESULTS
OLD DECATUR ROAD RECONSTRUCTION
FT '\ivui1Tt-t TEY d~
MAS-TEK ENGINEERING & ASSOCIATES
E09-1101 I DATE: 01/13/2010 I
l
J
I
I
-
-
-
-
-
-
-
-
-
-
-
SECTION 9 -ADDENDA
9.1 ADDENDA INDEX