Loading...
HomeMy WebLinkAboutContract 42473CITY SECRETARY CONTRACT NO . 4:,.4 73 SPECIFICATIONS AND CONTRACT DOCUMENTS 2007 CRITICAL CAPITAL PROJECT FOR MICOP'fFOII: ___ CONTRACTOR _....,_CONTRAcTOR'S BONDING CO. / CITY SECRETARY ---CITY MANAGER'S OFFICE ___ ENGIIEERIIG DIV. ___ UIW•fl.E COPY RECONSTRUCTION OF PREMATURE FAILED STREETS: CADDO DR (From Dove Creek :pr to Woodland Springs Dr) GOLD CREEK DR (From Gold Creek Dr, E to Woodland Springs Dr) GOLD CREEK DR, E (From Hickory Circle, S to Gold Creek Dr) POSTWOOD DR (from 185 Ft. west of Wispwillow Dr to 295 ft. east of Wispwillow) RAISINTREE DR (From Comstock Circle to N Caylor Rd) PARTIAL REPLACEMENT OF PREMATURE FAILED STREETS: BASIL WOOD DR. from 11750 Basilwood Dr. to Twin Creeks Dr. N. CAYLOR RD. from Park Vista Blvd. to 12333 N Caylor Rd. COPPER CREEK DR. from Caddo Dr. to 5221 Copper Creek Dr. COPPER CREEK DR. from 5221 Copper Creek Dr. to S. cul-de-sac GOLD CREEK DR. from Copper Creek Dr. to Woodland Springs Dr. PONDER ST. from Winterberry Ln. to E . cul-de-sac SHALE DR. from Raisintree Dr. to Woodland Springs Dr. WINTERBERRY LN. from Cornerwood Dr. W. Caylor Rd. IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO: 01746 DOENO: 6682 TPW PROJECT NO: C295-541200-202240174683 2011 MIKE MONCRIEF MAYOR T.M. HIGGINS INTERIM CITY MANAGER DOUGLAS W. WIERSIG, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ANDY ANDERSON, P.E., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT INFRASTRUCTURE GROUP OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 10-17-11 P04:45 TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Minority and Women Business Enterprise Specifications 4. Proposal 5. Special Provisions 6. Prevailing Wage Rates 7. Vendor Compliance 8. Contractor Compliance with Worker's Compensation Law 9. Certificate of Insurance 10. Equipment Schedule 11. Experience Record 12. Performance Bond 13. Payment Bond 14. Maintenance Bond 15. Contract 16. Notice of Construction Detail 17. Project Designation Sign Detail 18. Other Details 19. Street by Street Paving Quantity Determination Spreadsheet 20. Street Plans and Profiles - M&CReview Page 1 of 3 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORTWORTH ~ DATE: CODE: SUBJECT: COUNCIL ACTION: Approved on 9/20/2011 912012011 REFERENCE **C_25168 LOG 20_RECONSTRUCTION_PREMATURE NO.: NAME: FAILED STREETS_01746 C TYPE: CONSENT PUBLIC NO HEARING: Rescind City Secretary Contract No . 39111 with Mcclendon Construction Company, Inc., in the Amount of $832,409.00 for 2007 Critical Capital Project for Total Reconstruction of Premature Failed Streets at Thirteen Locations and Authorize Execution of a Contract with Conatser Construction TX, LP, in the Amount of $927,635.00 for Reconstruction of Premature Failed Streets at Thirteen Locations (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council : 1. Authorize the rescission of City Secretary Contract No. 39111 with McClendon Construction Company, Inc., in the amount of $832,409.00 for 2007 Critical Capital Project for total Reconstruction of Premature Failed Streets at thirteen locations; and 2. Authorize execution of a contract with Conatser Construction TX , LP , in the amount of $927,635 .00 for reconstruction of premature failed streets, at thirteen locations . DISCUSSION: In July 2009, Contract No . 39111 was awarded to provide for reconstruction of premature failed streets at thirteen locations. After the project was awarded, it was determined that there were still outstanding legal issues that had to be resolved before the contractor could be released to begin work. By the time the legal issues were resolved, too much time had elapsed and the contractor requested that he be -released from the contract. Staff concurs and recommends rescinding Contract No. 39111. This project provides for the reconstruction and partial replacement of the following 13 premature failed streets: Reconstruction: Caddo Drive {from Dove Creek Drive to Woodland Sgrings Drive} Gold Creek {from Gold Creek Drive 1 East to Woodland Sgrings Drive} Drive Gold Creek Drive {from Hickorv Circle 1 South to Gold Creek Drive} Postwood Drive {from 185 feet West of Wisgwillow Drive to 295 feet East of Wisgwillow Drive} IRaisintree Drive I {from Comstock Circle to North Ca~lor Road} http://apps.cfwnet.org/council _packet/me _review.asp?ID= 15730&councildate=9/20/2011 9/21/2011 M&CReview Page 2 of 3 Partial Replacement: JBasilwood Drive I (from 11750 Basilwood Drive to Twin Creeks Drive) North Caylor Road (from Park Vista Boulevard to 12333 North Caylor Road) Copper Creek Drive (from Caddo Drive to 5211 Copper Creek Drive) Copper Creek Drive (from 5221 Copper Creek Drive to South Cul-de-Sac) Gold Creek Drive (from Copper Creek Drive to Woodland Springs Drive) Ponder Street (from Winterberry Lane to East Cul-de-Sac) Shale Drive (from Raisintree Drive to Woodland Springs Drive) Winterberry Lane (from Cornerwood Drive to West Caylor Road) On January 9, 2007, (M&C G-15571) the City Council authorized the sale of $42,325 ,000 .00 in Certificates of Obligation (CO) for the purpose of funding part of the Critical Capital Needs Program . These CO's included funds for the improvements of premature failed streets. 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 liiiiii contract award. This project was advertised for bid on May 19, 2011 and May 26, 2011 , in the Fort Worth Star- Telegram. On June 16, 2011 , the following bids were received : Bidders Amount Conatser Construction TX , LP $927 ,635 .00 McClendon Construction Co., Inc. $ 978,605 .00 Jet Underground Utilities, Inc. $ 998 ,230 .00 Stabile & Winn , Inc. $ 1,103,208 .75 Conatser Construction TX, LP is in compliance with the City's M/WBE Ordinance by committing to 21 percent M/WBE participation. The City's goal on this project is 20 percent. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current Capital Budget, as appropriated , of the 2007 Critical Capital Projects Fund . TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: FROM Fund/Account/Centers C295 541200 202240174683 $927.635 .00 Fernando Costa (6122) Douglas W . Wiersig (7801) George Behmanesh (7914) http://apps.cfwnet.org/council_packet/mc _review.asp?ID = 15730&councildate=9/20/2 011 9/2 1/2011 M&CReview Page 3 of3 ATTACHMENTS 202007 FAILED STREETS MAP Project 01746.pdf - ' http://apps.cfwnet.org/council_packet/mc _review.asp?ID= 15730&councildate=9/20/2011 9/21/2011 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM No. I FOR 2007 CRIT1CAL CAPITAL PROJECT RECONSTRUCTION OF PREMATURE FAILED STREETS & PARTIAL REPLACEMENT OF PREMATURE FAILED STREETS CITY PROJECT No. 01746 DOE No. 6682 The contract and documents for the subject project are hereby revised or amended as follows: Pav Item No. 8, Remove and Replace Failed Reinforced Concrete Panels, page SP-I 9, of the Special Provisions, first two paragraphs should be replaced with: The concrete shall be designed to include a minimum of 6 sacks of Type l, or Type III cement. The maximum water cement ratio shall not exceed 5.5 gallons per sack. A Type A water- reducing admixture and a Type C non-chloride set-accelerating admixture may be used with minimum 5 .5 sacks of type I or Type III cement to achieve the earliest possible concrete-setting times. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) days. If the concrete fails to reach the seven days compressive strength , the engineer may direct that the concrete be redesigned , as necessary, to meet the minimum requirement. Slump shall not exceed five (5) inches. An entrained air content of three (3) to six (6) percent, as directed by the Engineer, shall be provided. The fine aggregate shall have fineness modules of 2 .60 to 2.80. All admixtures used shall conform to the requirements of standard specifications Item No . 314, "Concrete Pavement" except that the Type C set-accelerating admixture may require addition, at the job site , when the temperature of the concrete is above 55 °F . Either transit-mix or central-mix concrete will be permitted . Pay Item No. 18 -Concrete for Replaced Panels Sub Base as Needed, page SP-26, of the Special Provisions, first paragraph should be replaced with: T hi s item covers the cost of additional concrete used in the replaced pavement section s that e xc eeds six (6) inches in depth. Replaced pavement section to be uniform concrete to be cast mon o lithically. Mix requirement, material selection , compre ssive strength, etc., shall match re quirements hi ghli ghted in PAY IT EM No. 8 -Remo ve and Replac e Reinforc ed Concrete Pane ls . Please ac know le d ge rece ipt o f thi s add e nd um by signin g and insertin g t h is into you r p ro posal at t he time of bidding . Failure to return a s igned copy o f thi s addendum s hall be gro und s of re nd e rin g the bid as no nre s pon s ive . By: oc/;/vu; T a riqul Is lam , Project Manager SPECIFICATIONS AND CONTRACT DOCUMENTS 2007 CRITICAL CAPITAL PROJECT FOR RECONSTRUCTION OF PREMATURE FAILED STREETS: CADDO DR (From Dove Creek Dr to Woodland Springs Dr) GOLD CREEK DR (From Gold Creek Dr, E to Woodland Springs Dr) GOLD CREEK DR, E (From Hickory Circle, S to Gold Creek Dr) POSTWOOD DR (from 185 Ft. west of Wispwillow Dr to 295 ft. east of Wispwillow) RAISINTREE DR (From Comstock Circle to N Caylor Rd) PARTIAL REPLACEMENT OF PREMATURE FAILED STREETS: BASILWOOD DR. from 11750 Basilwood Dr. to Twin Creeks Dr. N. CAYLOR RD. from Park Vista Blvd. to 12333 N Caylor Rd. COPPER CREEK DR. from Caddo Dr. to 5221 Copper Creek Dr. COPPER CREEK DR. from 5221 Copper Creek Dr. to S. cul-de-sac GOLD CREEK DR. from Copper Creek Dr. to Woodland Springs Dr. PONDER ST. from Winterberry Ln. to E. cul-de-sac SHALE DR. from Raisintree Dr. to Woodland Springs Dr. WINTERBERRY LN. from Cornerwood Dr. W . Caylor Rd. IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO: 01746 DOENO: 6682 TPW PROJECT NO: C295-541200-202240174683 -S -16-I( NAJIB F S, P.E. INFRASTRUCTURE MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DATE Sealed Proposals for the following: CITY OF FORT WORTH, TEXAS 2007 CRITICAL CAPITAL PROJECT CITY PROJECT NO: 01746 TPW PROJECT NO: C295-541200-202240174683 Submit package to the City of Fort Worth, Purchasing Div ision, lower lev el of the Municipal Building, 1000 Throckmorton St, Fort Worth, Texas 76102 , until 1:30 P.M., Thursday, June 16, 2011 , and then publicly read aloud at 2 :00 P .M., in the Council Chambers . Specifications and Contract Documents for this project may be purchased for twenty dollars ($20) per set at the office of the Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas 76102. These documents contain additional information for prospective bidders . A pre-bid conference will be held at 9:00 A.M. Wednesday, June 01, 2011, in the Transportation and Public Works Conference Room, 2nd Floor, Municipal Building, RM 270 . The major work on the above-referenced project shall consist of the following: Paving Improvements: 13 ,000 S.Y . 13 ,000 S.Y. 2 ,500 C.Y. 19,700 L.F . 15,800 S .F . 3 ,100 S.Y. 6-inch Reinforced Concrete Geogrid Installation 8-inch Flex Base for Geogrid Silicone Joint Sealant Remove and Replace 6-inch Concrete Driveway ,-, Remove and Replace Failed Reinforced Concrete Panels Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications . Bidders are encouraged to be prequalified to ensure that their bids are not rejected or cancellation of award of contract. For additional information, please contact Tariqul Islam, Project Manager at (817) 392-2486. T. M . HIGGINS INTERIM CITY MANAGER Advertising Dates : May 19, 2011 May 26 , 2011 DOUGLAS WIERSIG, P.E., DIRECTOR TRANSPORTATION & PUBLIC WORKS Tariqul Islam Project Manager PREQUALIFICATION REQUIREMENTS FOR PAVING CONTRACTORS 1. A current Financial Statement must be provided . The Transportation and Public Works Department requires that the original Financial Statement, or a certified copy be submitted for consideration . 2. For those seeking first time qualification, references ofrelated work (at least 5) must be provided . Each reference must include the following : a. Project Name and Location b . Type of project -Concrete Paving Construction or Reconstruction, Asphalt Paving Construction Reconstruction, or Asphalt Paving Heavy Maintenance. c. An indication of whether the Contractor served as the prime or as a subcontractor on each of the referenced projects d . Contractor's contact person and telephone number(s) e . Name of the city where work was performed along with contact name and telephone number of the assigned City Inspector f Amount of construction contract g. Type of paving performed and general description of work elements (asphalt, base construction, sub-base treatment, geo-grid fabric, concrete, reinforcing, thickness, jointing) · h. Date of project -start date for construction and completion date 1. The above requirement for 5 project references may be waived if: The contractor can otherwise demonstrate that he/she has the construction experience to perform the type of work for which he/she is being considered, and • The contractor provides sufficient .evidence that he/she has the financial ability to both complete and warranty the work, and • The contractor acknowledges that under this provision of the requirements for pre-qualification that the contractor will be limited to 10,000 square yards of concrete or asphalt pavement construction or $1 ,000,000 of pavement rehabilitation. • The contractor acknowledges that the limitation on this type of work for the City of Fort Worth will remain in force until such time as the contractor demonstrates the capability to satisfactorily perform and complete the type of work covered by the restriction . 3. Include in the submission an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking certification . The schedule must include the manufacturer, model and general common description of each piece of equipment. 4 . The following information must be provided regarding construction experience: a . Number of years the company has been in business as a General Contractor under the present business name b . Other names under which the company has operated including the full name of the company and where that company performed work c . An indication of the number of years of concrete/asphalt pavement construction experience as a general contractor and as a sub-contractor d . Experience of the principals of the company, including name, present position, years of experience, type of experience, licenses, and certifications . e . If the Contractor or any present partners or officers have ever failed to complete a contract, provide details about those contracts including name of the project, owner/engineer, contract price, contact person, and the surety that was involved . f Provide details of any instances when the Contractor, any present partners or company officers have filed for bankruptcy or have been part of a company that has filed for bankruptcy . 5 . Any Contractor who becomes qualified under these provisions and remains in good standing with the City will only be required to submit a newly compiled or reviewed financial statement before each 2 year anniversary of initial qualification. Should a Contractor fail to submit the required information before any 2 year anniversary, he/she will be so advised and will be allowed 6 months to provide the required financial statement. If a financial statement is then not provided within the specified 6 month period , the Contractor will be removed from the list of qualified Contractors and he/she will be required to provide all indicated information as would a new contractor before being considered further for qualification. December 9, 2010 TYPES AND LEVELS OF QUALIFICATION CONCRETE PA YING CONSTRUCTION/RECONSTRUCTION Concrete Paving Construction/Reconstruction LESS THAN 10,000 square yards A Contractor may be deemed as pre-qualified to perform concrete pav ing as a Prime Contractor with the City of Fort Worth if the required pre-qualification information submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work. If the Contractor is pre-qualified for this level, the Contractor will only be considered qualified to perform concrete paving on projects that include less than 10,000 square yards . Concrete Paving Construction/Reconstruction 10,000 square yards and GREATER A Contractor may be deemed as pre-qualified to perform concrete paving as a Prime Contractor with the City of Fort Worth if the required pre-qualification informati on submitted by the Contractor demonstrates through financial stability, experience and available resources that the Contractor should be able to perform the indicated level of work. If the Contractor is pre-qualified for this level, the Contractor will not be limited on the size of project upon which he or she may bid . SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Transportation and Public Works Department at (817) 392- 2486. Bids that do not acknowledge all applicable addenda will be rejected as non- respons1ve. SPECIAL INSTRUCTIONS TO BIDDERS - 1 - 4. AW ARD OF CONTRACT: The contract, if awarded , will be awarded-to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine (49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code , as amended. A. If the total contract price is $25,000 or less , payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B . If the contract amount is in excess of $25 ,000 , a Payment Bond shall be executed , in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100 ,000 , a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans , specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions . To be an acceptable surety on the performance, payment and maintenance bonds , the surety must be authorized to do business -in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City SPECIAL INSTRUCTIONS TO BIDDERS -2 - 6 . 7. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General Provisions, Item .8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. EMPLOYMENT AND NON-DISCRIMINATION: The Contractor shall not discriminate against any person(s) because of sex, race, religion, color or national origin and shall comply with the provisions of sections 13A-21 through 13A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices . 8 WAGE RATES: . All bidders will be required to comply with provision 5159a of 11 Vemons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Director of the Transportation and Public Works for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders -Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. SPECIAL INSTRUCTIONS TO BIDDERS -3 - D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premmm. E. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any altem<l.tive coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS -4 - "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No . 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5 :00 p . m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Transportation and Public Works Department ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to -submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name ofM/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. -Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or SPECIAL INSTRUCTIONS TO BIDDERS -5 - not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "0" or "no participation" in the spaces provided, and provide a brief explanation. • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a · Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be SPECIAL INSTRUCTIONS TO BIDDERS -. 6 - - grounds for termination of the contract and/or initiating action under appropriate federal , state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years . -13. AMBIGUITY: In case of ambiguity or lack of clearness in stating process in the proposal, the City reserves the right to adopt the most advantageous construction thereof or to reject the proposal. 14. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY: a . The contractor will receive full payment (less retainage) from the city for each pay period . b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities , or (ii) liquidated damages , city shall make a progress payment in the amount that city deems due and payable. g . In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 15. AIR POLLUTION WATCH DAYS : The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through October 31, with 6 :00 a.m . -10 :00 a.m . being critical because emissions from this time period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation. 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 SPECIAL INSTRUCTIONS TO BIDDERS -7 - 16. I 0:00 a.m . whenever construction phasing requires the use of motorized equipment for periods in excess of I hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than I-hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment bums Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7 :00 a.m. -6:00 p.m., on a designated AIR POLLUTION WATCH DAY, that day will be considered as a weather day and added onto the allowable weather days of a given month. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81 , TWCC-82, TWCC-83 , or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in. 406 .096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes , without limitation, independent contractors, subcontractors , leasing companies , motor carriers, owner-operators , employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials , or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors , office supply deliveries , and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certi:!i,cate of coverage ends during the duration of the project, the contractor must, prior to the end of the SPECIAL INSTRUCTIONS TO BIDDERS - 8 - coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and SPECIAL INSTRUCTIONS TO BIDDERS -9 - (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Ins1:1rance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties , civil penalties or other civil actions. K . The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type , and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." SPECIAL INSTRUCTIONS TO BIDDERS -10 - "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -11 - - .FORTW"ORTH . -. ·-·~ . City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000 , the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS T he Ci ty's M/WBE goal on this proj ect is ...lQ_ % of the total bid (Ba se b id applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3 . Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the followin for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p .m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5 :00 p .m., five (5) City business days after the bid Utilization Form , if participation is less than opening date , exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form , if no M/WBE participation: opening date , exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m ., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any ques tio ns , plea s e contact the M/WB E Offi c e at (817) 392-6 104. Rev . 11 /1/05 fORTWORTH -~-City of Fort Worth Subcontractors/Suppliers Utilization Form ATIACHMENT 1A Page 1 of 4 P IME COMPANY NAME: (p-rSQ,(b~e,te,-h'on Jl\ L f Check applicable block to describe prime PROJECT NAME: ~co, r ..-t; cal Capi ~ 1 ~ <:Ct M/W/DBE X NON-M/W/DBE -RewrGtntllioi-,/,lar110.1 fep}'.i~ c:£-~rtO. ~~kd:~e+S BID DATE City's M/WBE Project Goal : Prime 's M/WBE Project Utilization: ~D % o?O.{pll % 0/140 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m . five (5) City business days after bid opening , exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications . The unders igned Offerer agrees to enter into a formal agreement w ith the 'M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin , Dallas , Denton , Ellis , Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its suppl ier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT}, highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators , and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. 0 6 -16-11 P0 3 :1 8 I N 7 -1 Rev . 5/30/03 FORTWORTH --....,..--- ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e ., Minority, Women and non-M/WBEs . Please list M/WBE firms first , use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail . Detail Company N~me i N C X M Subcontracti ng 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:t~u~ $ }:l.J 1 °1000() ROBERTGRANA DOS TR U 54 12 Kin gs lin k C irc le CKING Su." t>l u.s. Fo rt Worth, Texas 76 135 f .,,; (8 17) 237-3520 (3..onc. r-e..-\<__ ~ 3) ;JJ;o. oo COWTOWN R EDI-M IX ~di }-Ai 'I( I PO Box 162327 Fo rt Worth, Texas 76 161 J y / V (8 17) 759-19 19 f (817) 759-1716 -n··o..&frt.. $ 3,cco.oo Road ru nner Traffic Sup pl y, In c. UYl-\ Yl) I 3200 Marqu ita Dri ve v,... S4ppH-e~ Fort Worth, Texas 76 11 6 ii phone: 8 17 -2 44-0305 I fax: 8 17-244-48 19 Rb<~b\e.... M MG BUILDI NG& CONST. S ERVICI S, .LC '\0 ·, \ e...+ $ L.f I Q{XJ. 00 P.O. Box 12 98 Hurst, TX 760 53 ~~, V (8 17) 51 0-0490 f(8 17) 51 0-0495 ,./ l q, ~<J ic.J2_ r-u~\ i =sJ, I.GOD oo SUN C OA ST RE SO URCE S INC. Teri Bateman PO Box 97232 1 I ,/ Da ll as, Texas 75397 V (800)677 -3835 X655 06 -1 D-1 1 P03 : 18 I N 7-2 Rev. 5 /30/03 fORTWORTH ~- ATIACHMENT 1A Page 3 of 4 Primes are required t o identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority, Women and non -M/WBEs . Please list M/WBE firms first , use add itional sheets if necessary. Certification N (ch eck 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 \I\ Telephone/Fax r B B R 0 B E E C T E A 06 -16 -1 '/ ·u :;:1 u I " 7-3 Rev . 5/30 /03 FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ f Cf/ ATTACHMENT 1A Page 4 of 4 ~oo.oD 0 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ I cu 500.00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offerer further agrees to provide , directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the . contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of time not less than one (1) year. ~t~e/Title (if differen ~ {. 81?-5:t-.J<l143 (8J7) 53 4'---4&;(.p Telephone and/or Fax ~P'<f ;,I ~ (OYJil-t~.pr ,{o-rtl ii Address · City/State/Zip o(p I I lt( ;JJJt I Date f 06 -76 -77 PO"·· , _, • l d I/~ 7-4 Rev . 5/30/03 FORTW°ORTH -..__ w ,,-,-. - City of Fort Worth Prime Contractor Waiver Form ATIACHMENT 18 Page 1 of 1 PRIME COMPANY NAME : Check applicable block to describe prime PROJECT NAME : I M/W/DBE 1 I NON-M/W/DBE BID DATE City's M/WBE Project Goal: PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation prov ided , if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C . This form is only applicable if .b.Q1b. answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m.1 five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes , please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business pract ice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project , this is your normal business practice and provide an inventory profile of your business . NO The b idder further agrees to provide , directly to the C ity upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid . The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for 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 creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name (i f different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 5/30/03 - I.. FORTW°ORTH City of Fort Worth Good Faith Effort Form -"'-:-W a ,-- i-t ic~l Cctpi-P l -to, ~ Ot-f>0e rrottu l'\Q.. ~; } td, City's M/WBE Project Goal: ao°!D PROJECT NUMBER ATTACHMENT 1C Page 1 of 3 Check applicable block to describe prime M/W/DBE NON-M/W/DBE BID DATE Oto ~II If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2"a tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities 06 16 -11 P0 3:18 I N ATTACHMENT1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. / Yes Date of Listing Qj_, o1 f t_!_!__ __ No 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ___L Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) __ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ____LY es (If yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact.) __ No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. · NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of .the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of · eJans and specifications in order to assist the M/WBEs? ~Yes __ No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ~JI {1 I .._, I , \ 06 -1 6-11 P0 3 :7 9 I N - ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1 C will be co tacted and the reasons for not using them will be verified by the City's zed Signature Printed sT n ~rn<L '£.c ~s1doo +' Contact Name and Title (if different) Phone Number Fax Number ~'2XO;i @: CDrct-t-ser-, lOrn ail Add ess City/State/Zip t or.et i~( s9A?11 Date 06 -16-11 P 03 :7 9 I N FORT"WORTH ---·w· .-'" . CITY OF FORT WORTH Joint Venture Eligibility Form All question s must be answered; u se "NA" if app licable. Joint Venture Page 1 of 3 Name of City project: ------,--:-:-----::----:----:-:---.,---,--------------- A joint venture form must be completed on each project RFP/Bid/Purch asing N u m b e r : --------------- 1. Joint v enture information: Joint Venture Name: Jo int Venture A ddress : (If applicable) Tele pho ne: Facsimile: E-mail addr ess: Ce llu lar: Identify the firms that comprise the joint venture : Pleqse attach extra sheets if additional space is required to provi de detailed explana tions of work to be performed by each firm comprising the joint venture M /WB E fi rm I Non-M /WBE I name: firm name: Business Address : Business Address : City, State, Zip : City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellul ar Certification Statu s: E-mai l address Name of Certifying Agency: 1, --., ·1t,<; :,(''.&,lq ' ., "" 2 S . f cope o w or k rl pe orme db th J ·tv t ,y e om en ure: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: I Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions : a. Estimating -----------------------------------------------b. Marketing and Sales ----------------------------------------------- C. Hiring and Firing of management personnel -----------------------------------------------d . Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this · form. NOTE: From and after the date of project award, if any of the participants , the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information , then the participants must inform the City's M/WBE Office immediately for approval. 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 City's M/WBE Ordinance. - Joint Venture P 3 f 3 age 0 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture . Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process . The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws /ordinances concerning false statements or willful misre_p!esentation of facts.________ --------------------------------- Name ofM/WBE firm Name ofnon-M/WBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of __________________ County of ______________ _ On this _____________ day of ________ , 20 __ , before me appeared and ------------------------------------------ to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public------------------------ Print Name Notary Public----------------------- Signature Commission Expires------------------------(seal) June 1, 2011 Conatser Construction TX, LP 'P. 0. Box 15448 Fort Worth, Texas 76119 (817) 534-1743 FAX: (817) 534-4556 Attention: Certified and Approved MBE and WBE Enterprise Companies SIC 0000321201 We are soliciting bids from Certified and Approved M.B.E. and W .B .E . Enterprise companies who wish to quote us sub-prices on the following project [s]: Clear Fork Drainage Basin M-210 Sewer Improvements -Part 1 DOE#: 6045 Water No . P265-603170102283 Sewer No . P275-703170102283 PROJECTED BID DATE: June 16, 2011 RECONSTRUCTION O..E..£REMATURE FAILED STREETS: CADDO DR. (From Dove Creek Dr. to Woodland Springs Dr.) GOLD CREEK DR. (From Gold Creek Dr. E to Woodland Springs Dr.) GOLD CREEK DR, E (From Hickory Circle, S to Gold Creek Dr.) POSTWOOD DR. (From 185 Ft. West ofWispwillow Dr. to 295 Ft. East ofWispwillow) RAISINTREE DR. (From Comstock Circle to N. Caylor Rd) PARTIAL REPLACEMENT OF PREMATURE FAILED STREETS BASILWOOD DR. from 11750 Basilwood Dr. to Twin Creeks Dr. N. CAYLOR RD. from Park Vista Blvd to 12333 N. Caylor Rd. COOPER CREEK DR. from 5221 Copper Creek Dr. to S. cul-de-sac GOLD CREEK DR. from Cooper Creek Dr. to Woodland Springs Dr. PONDER ST. from Winterberry Ln. to E. cul-de-sac SHALE DR. from Raisintree Dr. to Woodland Springs Dr. WINTERBERRY LN. from Cornerwood Dr. W. Caylor Rd. DOE#: 6682 TPW PRJ #: C295-541200-202240174683 PROJECTED BID DATE: June 16, 2011 CONATSER CONSTRUCTION TX, LP May 14, 2011 Page 2 Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas or can be viewed at Conatser Construction TX., L. P. 5327 Wichita Street, Fort Worth, Texas. All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must be capable of having a Performance, Payment and Maintenance Bond. All Subcontractors will be required to comply with Provision 5159-A of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278 , as amended by City Ordinance No. 7400 ( Fort Worth City Code Sections 13-A-21 through l 3-A-29), prohibiting discrimination in employment practices. All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5:00 PM; otherwise bids will be considered non-responsive. We appreciate your interest in this project and look forward to working with you in the future. If you have any questions or comments regarding the above, please call (817) 534-1743 or fax (817) 534-4556. Bertha Gianulis Controller June 1, 2011 Conatser Construction TX, LP 'P. 0. Box 15448 Fort Worth, Texas 76119 (817) 534-1743 FAX: (817) 534-4556 Attention: Certified and Approved MBE and WBE Enterprise Companies SIC 0000179102 We are soliciting bids from Certified and Approved M .B.E. and W.B.E. Enterprise companies who wish to quote us sub-prices on the following project [s]: Clear Fork Drainage Basin M-210 Sewer Improvements -Part 1 DOE#: 6045 Water No. P265-603170102283 Sewer No. P275-703170102283 PROJECTED BID DATE: June 16, 2011 RECONSTRUCTION OF PREMATURE FAILED STREETS: CADDO DR. (From Dove Creek Dr. to Woodland Springs Dr.) GOLD CREEK DR. (From Gold Creek Dr. E to Woodland Springs Dr.) GOLD CREEK DR, E (From Hickory Circle, S to Gold Creek Dr.) POSTWOOD DR. (From 185 Ft. West ofWispwillow Dr. to 295 Ft. East of Wispwillow) RAISINTREE DR. (From Comstock Circle to N. Caylor Rd) PARTIAL REPLACEMENT OF PREMATURE FAILED STREETS BASILWOOD DR. from 11750 Basilwood Dr. to Twin Creeks Dr. N. CAYLOR RD. from Park Vista Blvd to 12333 N. Caylor Rd. COOPER CREEK DR. from 5221 Copper Creek Dr. to S. cul-de-sac GOLD CREEK DR. from Cooper Creek Dr. to Woodland Springs Dr. PONDER ST. from Winterberry Lo. to E. cul-de-sac SHALE DR. from Raisintree Dr. to Woodland Springs Dr. WINTERBERRY LN. from Cornerwood Dr. W. Caylor Rd. DOE#: 6682 TPW PRJ #: C295-541200-202240174683 PROJECTED BID DATE: June 16, 2011 CONATSER CONSTRUCTION TX, LP May 14, 2011 Page 2 Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas or can be viewed at Conatser Construction TX., L. P . 5327 Wichita Street, Fort Worth, Texas. All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must be capable of having a Performance, Payment and Maintenance Bond. All Subcontractors will be required to comply with Provision 5159 -A of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400 ( Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5:00 PM; otherwise bids will be considered non-responsive. We appreciate your interest in this project and look forward to working with you in the future. If you have any questions or comments regarding the above, please call (817) 534-1743 or fax (817) 534-4556. Bertha Gianulis Controller June 1, 2011 Conatser Construction TX, LP 'P. 0. Box 15448 Fort Worth, Texas 76119 (817) 534-1743 FAX: (817) 534-4556 Attention: Certified and Approved MBE and WBE Enterprise Companies SIC 0000162306 We are soliciting bids from Certified and Approved M.B .E. and W.B.E. Enterprise companies who wish to quote us sub-prices on the following project [s]: Clear Fork Drainage Basin M-210 Sewer Improvements -Part 1 DOE#: 6045 Water No. P265-603170102283 Sewer No. P275-703170102283 PROJECTED BID DATE: June 16, 2011 RECONSTRUCTION OF PREMATURE FAILED STREETS: CADDO DR. (From Dove Creek Dr. to Woodland Springs Dr.) GOLD CREEK DR. (From Gold Creek Dr. E to Woodland Springs Dr.) GOLD CREEK DR, E (From Hickory Circle, S to Gold Creek Dr.) POSTWOOD DR. (From 185 Ft. West ofWispwillow Dr. to 295 Ft. East of Wispwillow) RAISINTREE DR. (From Comstock Circle to N. Caylor Rd) PARTIAL REPLACEMENT OF PREMATURE FAILED STREETS BASIL WOOD DR. from 11750 Basilwood Dr. to Twin Creeks Dr. N. CAYLOR RD. from Park Vista Blvd to 12333 N. Caylor Rd. COOPER CREEK DR. from 5221 Copper Creek Dr. to S. cul-de-sac GOLD CREEK DR. from Cooper Creek Dr. to Woodland Springs Dr. PONDER ST. from Winterberry Ln. to E. cul-de-sac SHALE DR. from Raisintree Dr. to Woodland Springs Dr. WINTERBERRY LN. from Cornerwood Dr. W. Caylor Rd. DOE#: 6682 TPW PRJ #: C295-541200-202240174683 PROJECTED BID DATE: June 16, 2011 CONATSER CONSTRUCTION TX, LP May 14, 2011 Page 2 Specifications and Contract Documents for this project [s] may be obtained at the Office of Transportation and Public Works Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas or can be viewed at Conatser Construction TX., L. P . 5327 Wichita Street, Fort Worth, Texas. All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must be capable of having a Performance, Payment and Maintenance Bond. All Subcontractors will be required to comply with Provision 5159-A of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278, as amended by City Ordinance No. 7400 ( Fort Worth City Code Sections 13 -A-21 through 13 -A -29), prohibiting discrimination in employment practices. All bids must be quoted "One Work Day Prior to Bid Opening", no later than 5 :00 PM; otherwise bids will be considered non-responsive. We appreciate your interest in this project and look forward to working with you in the future . If you have any questions or comments regarding the above, please call (817) 534 -1743 or fax (817) 534-4556. Bertha Gianulis Controller DBE DBE ID# FIRM ADDRESS CITY STATE ZIP PHONE FAX ·LETTER 00162306 Anglin Environmental , Inc. dba AEI 1107 Arwine Court, Suite #100 Euless TX 76040 (817) 268-1381 (817) 268-1921 00162306 B20 Environmental , Inc . 3103 Clear Lake Court Arlington TX 76017 (817) 467-7006 (817) 465 -6149 00162306 DFW lntrastructure, Inc . 4913 Briar Patch Lane Burleson TX 76028 18887399070 (817) 332-7244 00162306 Magnum Manhole & Underground Co. 3828 Cavalier Drive Garland TX 75042 (214) 687-2293 (972) 276-5318 00162306 NTP Plumbing & Utilities Contractor PO BOX2110 Fort Worth TX 76104 (817) 909-1475 18774782909 00179102 Ram Tool & Supply Company, Inc . 1432 MacArthur Blvd . Carrollton TX 75007 (817)7 59-1993 (817) 759-2799 00321201 All -Tex Pipe & Supply, Inc . 5205 Elliott Reeder Road Haltom City TX 76117 (817) 831-3821 (817) 831 -2173 00321201 Ceco Sales Corporation 708 N. Main Street Fort Worth TX 76154-0 (817) 429-1866 (817) 332-5103 ,.,~., 00321201 LKT & Associates PO BOX 668 Melissa TX 75454 (214) 544-0440 (214) 544-3684 00321201 Romar Supply, Inc . 2468 Fabens Road Dallas TX 75229 (214) 357-2020 (214) 357-1398 00321201 Winston Water Cooler, LTD . 5014 Mark IV Parkway Fort Worth TX 76106 (817) 624-9090 (817) 624 -1747 01-Jun -11 Send Log Status AttcType PrioName Date Pa ... C .S .Phone Numbe ... omplete Fax Send All-Tex Pipe & Supply, Inc. Wed 6/1/2011 8:56 AM 3 8178312173 omplete Fax Send Anglin Environmental , Inc. dba Wed 6/1/2011 8 :59 AM 3 8172681921 omplete Fax Send 820 Environmental , Inc. Wed 6/1/2011 9 :02 AM 3 8174656149 omplete Fax Send Ceco Sales Corporation Wed 6/1/2011 9:03 AM 3 8173325103 omplete Fax Send Conatser Construction , Inc. te Wed 6/1/2011 9 :06 AM 3 8175344556 omplete Fax Send LKT & Associates Wed 6/1/2011 9 :09 AM 3 2145443684 omplete Fax Send Magnum Manhole & Undergrou ... Wed 6/1/2011 9 :12 AM 3 9722765318 omplete Fa x Send NTP Plumbing & Util ities Contr Wed 6/1/2011 9 :14 AM 3 18774782909 omplete Fax Send Ram Tool & Supply Company, Inc Wed 6/1/2011 9 :15 AM 3 8177592799 omplete Fax Send Romar Supply, Inc. Wed 6/1/2011 9 :18 AM 3 2143571398 Fax Send Winston Water Cooler, LTD . Wed 6/1/2011 9 :20 AM 3 8176241747 Fax Send DFW lntrastructure, Inc. Wed 6/1/2011 9:22 AM 3 8173327244 Page 1 From : Bertha Gianulis To: Inc . te Conatser Construct ion Conatser Construction , T X., LP Tel: 817 -534 -1743 Fax: 81 7-534-4556 To : Inc . te Conatser Construction Company : Fax Number : 8175344556 r ubject : ages including cover page: 3 MESSAGE Date : 6/1/2011 Time: 9 :06 :30 AM Page 1 of 3 FAX COVER From : Bertha Gianulis Company : Conatser Const ruction Fax Number : (8 17) 534-4556 Time : 8:56 :50 AM Date : 6/1/2011 We are soliciting bids from Certified and Approved MBE and WBE enterprise companies for projects within the City of Fort Worth, Texas. The following letter outlines the details. irhank You for your interest. From : Bertha Gianulis To : Inc . le Conatser Construction Date : 6/1/2011 Ti me : 9 :06 :3 0 AM CONATSER CONSTRUCTION TX., L .P. June 1, 20 11 P . 0 . Box 15448 Fo11 Wo11h, Texas 76119 (817) 534 -1743 (817) 534-4556 Attention: Certified and Approved MBE and WBE Enterprise Companies We are sol icit ing bids from Certified and Approved M.B.E. and W.B .E. Ent erpri se compan ies who wi sh to qu ote us sub-p ri ces on th e follo wing project [ s]: Clear Fork Drainage Basin M-210 Sewer Improvements -Part 1 DOE#: 6045 Water No. P265-603170102283 Sewer No. P275-703170102283 PROJECTED BID DATE: June 16 1 2011 RECONSTRUCTION OF PREMATURE FAILED STREETS: CADDO DR. (From Dove Creek Dr. to Woodland Springs Dr.) GOLD CREEK DR. (From Gold Creek Dr. E to Woodland Springs Dr.) GOLD CREEK DR, E (From Hickory Circle, S to Gold CreekDr.) POSTWOOD DR. (From 185 Ft West ofWispwillowDr. to 295 Ft. East ofWispwillow) RAISINTREE DR. (From Comstock Circle to N. Caylor Rd) PARTIAL REPLACEMENT OF PRE1\1ATURE FAILED STREETS BASIL WOOD DR. from 11750 Basil wood Dr. to Twin Creeks Dr. N. CAYLOR RD. from Park Vista Blvd to 12333 N. Caylor Rd . COOPER CREEK DR. from 5221 Copper Creek Dr. to S. cul-de-sa c GOLD CREEK DR. from Cooper Creek Dr. to Woodland Springs Dr. PONDER ST. from Winterberry Ln. to E. cul-de-sac SHALE DR. from Raisintree Dr. to Woodland Springs Dr. WINTERBERRY LN. from Cornerwood Dr. W. Caylor Rd. DOE#: 6682 TPW PRJ #: C295-541200 -202240174683 PROJECTED BID DATE: June 16, 2011 Pag e 2 of 3 From : Bertha Gianulis To : Inc . le Conatser Construction Conatser Construction TX , LP June 1, 20 11 Page 2 Date : 6/1/2011 Time : 9 :06 :30 AM Specifications and Contract Documents for this project [ s] may be obtained at the Office of Transportation and Public Works Department , Municipal Office Building, I 000 Throckmorton Street , Fort Worth, Texas or can be viewed at Conatser Construction TX, L.P . 5327 Wichita Street , Fort Worth, Texas . All Subcontractors must have a Certificate of Insurance on file with us prior to bid submittal and must be capable of having a Performance , Payment and Maintenance Bond . All Subcontractors will be required to comply with Provision 5159-A of "Vemon 's Annotated Civil Statutes " of the State of Texas with respect to the payment of prevailing wage rates and City Ordinance No . 7278 , as amended by City Ordinance No. 7400 (Fort Worth City Code Sections l 3-A-2 1 through 13 -A-29), prohibiting discrimination in employment practices . All bids must be quoted "One Work Dav Prior to Bid Opening", no later than 5:00 P .M.; otherwise bids will be considered non-responsive . We appreciate your interest in this project and look forward to working with you in the future . If you have any questions or comments regarding the above , please call m at (817) 534-1743 . Our Fax Number is (817) 534-4556 . Bertha Gianulis Controller Page 3 of 3 TO: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH, TEXAS 76102 FOR: 2007 CRITICAL CAPITAL PROJECT PROPOSAL A. RECONSTRUCTION OF PREMATURE FAILED STREETS: CADDO DR (From Dove Creek Dr to Woodland Springs Dr) GOLD CREEK DR (From Gold Creek Dr, E to Woodland Springs Dr) GOLD CREEK DR, E (From Hickory Circle, S to Gold Creek Dr) POSTWOOD DR (from 185 Ft. west of Wispwillow Dr to 295 ft. east of Wispwillow) RAISINTREE DR (From Comstock Circle to N Caylor Rd) B. PARTIAL REPLACEMENT OF PREMATURE FAILED STREETS: ATV ARIO US LOCATIONS WITHIN WOODLAND SPRINGS SUBDIVISION CITY PROJECT NO. 01746 DOE NO. 6682 TPW PROJECT NO. C295-541200-202240174683 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Transportation and Public Works Department of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding upon and awarding the contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus(±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Payment and Maintenance Bonds acceptable to and approved by the City of Fort Worth for P-1 performing and completing the said work within the time stated and for the fo ll owing sums, to-wit: SPEC PAY APPROX .. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P . 1 2 EA Project Designation Sign@ Two Hundred Dollars & No Cents Per Ea. $ 200 .00 $ 400 .00 S.P . 2 LUMPSUM Utility Adjustment @ Twelve Thousand D oll ars & No Cents Per LS. $ 12,000 .00 $ 12,000.00 S.P . 3 13 ,000 S.Y. Remove Existing 5-inch to 6-inch 104 Reinforced Concrete Pavement @ \:o"'-Dollars &NO Cents Per S.Y. $ i · oO $ ~ 00000 ' S.P. 4 13 ,000 S.Y. Geogrid (Tensar TriAJc TX 140-475) ()~ Dollars &NO Cents Per S.Y. $ /.oo $ 1-3 cm.oo I S.P. 5 2 ,500 C.Y. 8-inch Flex Base -For Geogrid 208 (TXDOT, TYPE A , Grade 2) Se ~:e r::H ee N D ollars & ~o Cents Per C.Y. $ Ii. 00 $ ~~ SoQ .oo I S.P . 6 13 ,000 S.Y . 6-inch R einforced Concrete 3 14 Pavement @ 360 7h i <-1:.{fh N t Dollars $ 33,SO $ 1:35 ':iXJ . 00 I & ~f-l'i Cents Per S.Y. S.P . 7 5,250 L.F. 7-inch Integral Concrete Curb @ ..-.---Dollars 502 lwo & NP Cents Per L.F . $ ~00 $ JD, 5 00.D O -S.P. 8 3 ,100 S.Y . Remove and Replace Failed Reinforced 104 Concrete Panels @ 314 r':if'"I E1gb*=-Dollars t<i;'l , (p ~O· 00 360 & Si ~±'4 Cents per S .Y . $ 5'B. io $ P-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 9 1,450 L.F . Remove and Replace 7-inch 104 Concrete Curb @ 502 l/1<ee.. Dollars &µO Cents per L.F . $ :3_00 $ t/,3S().o0 S.P . 10 lEA. Remove and Replace 10-ft 104 Storm Drain Inlet Top @ 450 0 ~ "ThO\lSar1d Dollars $ ___J;>oo. cfJ & JSD Cents per EA. $ I cr:otP I S .P . 11 2 EA. Remove and Replace Double 10-ft 104 Storm Drain Inlet Top @ 450 --r we\11-(. Uu..id..e~ Dollars & iJO Cents per EA. $ ,~-~ $ ,;; ,YC()· co , S.P . 12 15 ,800 S.F . Remove and Replace 6-inch 104 Concrete Driveway @ 504 ~J-L Dollars &>-lt:> Cents per S .F . $ 5.ob $ 19,oc,o.OO S.P . 13 940 S .F . Remove and Replace 4-inch 104 Concrete Sidewalk @ 504 t=Dt.t r Dollars & )'10 Cents per S .F . $ q.oo $ 3,7/oo·oo S.P . 14 1,100 S.F . Remove and Replace 4-inch Concrete 104 ADA Wheelchair Ramp with Dome- 504 Tiles @ Jwe\ve Dollars $ JJ.. oO $ 13 ;u:;o.oo , &.NO Cents per S.F . S.P. 15 19 ,700 L.F. Silicon Joint Sealant for Concrete 314 Pavement @ Ov-L Dollars & .NO Cents Per L.F. $ {Db $ /'J., '?O(). oo P-3 SPEC PAY APPROX . DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P . 16 540 C.Y. Flex Base (For Panel Replacement) @ 208 s:,-.-1ee.,J Dollars & AJO Cents Per C.Y. $ ;1,.00 $ ~(do.cl> S.P. 17 2,900 C .Y Unclassified Street Excavation @ 106 :[wo Dollars $ d.00 $ '5 8,Do .oo & &IP Cents Per C.Y. I S .P . 18 125 C.Y. Concrete for Replaced Panels 312 Sub Base as Needed @ 360 5;~:f~ ~~H-Dollars & ND Cents Per C.Y. $ (p!5./Jb $ 8 1~.500 S.P . 19 500 L.F . 6-Inch Perforated Sub Drain Pipe @ 500 .N1' ~~ Dollars & rvD Cents Per L.F . $ c;.oo $ 1,'5ob,cO S.P 20 900 C.Y. U~ Trench Repair @ 114 1,.()0 Dollars & 1,)0 Cents Per C.Y. $ ~oo $ l fl;oPO I S.P . 21 900 C.Y . Borrow-Unclassified Fill for Trench Repair @ $ f .bD $ 4,, 3oo.0° 5'!J€.v\ Dollars & NO Cents Per C.Y . S.P 22 325 C.Y. Top Soil @ 116 s:.x Dollars &/Jo Cents Per C.Y. $ (o.00 $ l, q50.oo S.P . 23 24 EA Manhole -Adjustment @ 450 Three Hundred, Fifty Dollars $ 350.00 $ 8 400.00 & No Cents Per Ea. S.P . 24 8 EA Water Valve Adjustment @ 450 Two Hundred, Fifty Dollars $ 250.00 $ 2,000 .00 & No Cents Per Ea . P-4 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P . 25 15 EA. Water Meter Adjustment @ 450 Thirty Five Dollars & No Cents Per Ea. $ 35 .00 $ 525 .00 S.P. 26 1,300 S.Y. Grass Sod Replacement @ lht:€,"'!.., Dollars $ 300 $ .:3 qco .DD & NO Cents Per S.Y. I S.P . 27 125 EA. Painting Curb House Addresses @ -,.-LUQn-i'-( r:Je_ Dollars $ .).5.cl) $ ~ I~"~ & ,-JO Cents Per Ea. l S.P . 28 32 EA. Remove/Replace Mailbox(es)@ (:"'; 1'.:l ... , Dollars & l',)0 Cents Per Ea. $ 50.DO $ } looo, oo I TOTAL BID P-5 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes. All equipment and materials not consumed by or incorporated into the project construction are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-2 l through 13-A-29), prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by thes~ contract documents within Two Hundred Fourty (240) Calendar Days from and after the date for commencing work as set forth in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City ofFort Worth, Texas. Within Fourteen (14) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached check in the sum of 5/ f) 0~ Jo+cx \ B ,' d --------------~~--------- _______________ Dollars($ sfv C:t-10ia I Bid ) is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within fourteen 04) calendar days of the notice given by the Construction Engineer for any of the locations. If the contractor fails to begin the work within Fourteen 04) calendar days, a $200 dollars liquidated damage will be assessed per Block per day. I (we), acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. I (Initials)~ Addendum No. 2 (Initials) __ Addendum No. 3 (Initials) __ (Seal) Date: 0 <e( l l~ ..20 11 Respectfully submitted, Concr-tse, Con'5-\~ t.-\ ion 1X, LP Printed Name of Principal Address: f.O.,&x 15'49:'t: , f~ WC)(tri JX7 ~ JICf E-mail Address:j E> Y-f yi CD-n:ttQ:>r · t.o...,,.. Telephone: '8n -53'-I-J 7._,1 ~ P-6 SPECIAL PROVISIONS FOR: 2007 CRITICAL CAPITAL PROJECT A. RECONSTRUCTION OF PREMATURE FAILED STREETS: B. CADDO DR (From Dove Creek Dr to Woodland Springs Dr) GOLD CREEK DR (From Gold Creek Dr, E to Woodland Springs Dr) GOLD CREEK DR, E (From Hickory Circle, S to Gold Creek Dr) POSTWOOD DR (from 185 Ft. west of Wispwillow Dr to 295 ft. east of Wispwillow) RAISINTREE DR (From Comstock Circle to N Caylor Rd) PARTIAL REPLACEMENT OF PREMATURE FAILED STREETS: ATV ARIO US LOCATIONS WITHIN WOODLAND SPRINGS SUBDIVISION CITY PROJECT NO. 01746 DOE ,NO. 6682 TPW PROJECT NO. C295-541200-202240174683 1. SCOPE OF WORK: The work covered by these specifications , includes the remo val of existing concrete pavement, and the reconstruction of six (6) inch reinforced concrete pavement over geo-grid (Tensar TriAx TX140-4 75) over eight (8) inches of well graded flex-base (TxDOT , Type A , Grade 2) for the above streets as shown in the plans , and as directed by the Construction Engineer. The work also consists of removal and replacement of failed concrete panels and failed joint material and replacing with new joint material and new silicone joint sealant as directed by the Construction Engineer; also consists of all other miscellaneous items of construction to be performed as outlined in the , details and specifications which are necessary to satisfactorily complete the work. The Contractor shall mobilize within fourteen (14) calendar days of the notice given by the Construction Engineer for any locations . If the contractor fails to begin the work within fourteen (14) calendar days , a $200 dollars liquidated damage will be assessed per block per day. It shall be the responsibility of the prospective bidder to visit the project 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 disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should SP-1 be brought to the attention of the City prior to the submission of the Proposal. The contractor shall verify these locations with the Construction Engineer. At the sole discretion of the City, the City reserves the right to add, delete or substitute streets in this contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Total quantities given in the bid proposal may not reflect actual quantities, but represent the best estimate based on a reasonable effort of investigation; however, they are given for the pwpose of bidding upon and awarding the contract. 1. AW ARD OF CONTRACT: Contract will be awarded to the lowest responsible bidder. 2. SUBMITTALS FOR CONTRACT AWARD: The City reserves the right to require contractor who is the apparent low bidder(s) for a project to submit such information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the information if requested may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3. CONTRACT TIME: The Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. The contract time will be counted from the date set at the pre-construction conference and will continue until a time the inspector determines the project is ready for a final inspection. At that time a final inspection will be scheduled. If in the opinion of the inspector the project has not been made ready, the final inspection will be cancelled and time will continue to be counted. A five working day period is required for the rescheduling of a final inspection. The Contractor also agrees to complete the final punch list within fourteen (14) calendar days after receiving it. If the Contractor fails to complete the work within fourteen (14) calendar days, the counting of the number of days to complete the Contract will resume and liquidated damages shall be charged, as SP-2 outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. 4. 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: A. A letter will be mailed to the contractor by certified mail; return receipt requested demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will_ be completed within the contract time. B. The Construction Engineer and the Director of the Transportation and Public Works Department will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed . C. Any notice that may, in the City's sole discretion, is required to be provided to interested individuals will distributed by the Construction Engineer. D. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Construction Engineer will, if necessary, then forward updated notices to the interested individuals. E. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 5. 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. 6. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: SP-3 City of Fort Worth -STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION; City of Fort Worth / Transportation & Public Works Department -PAVEMENT DESIGN STANDARD MANUAL ; and STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL TEXAS. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. A copy of these specifications may be purchased at the Office of the Transportation and Public Works Department, 1000 Throckmorton Street, 2nd floor of the Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item in the Proposal. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. 7. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 8. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No. 14 for further requirements. 9. TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701 d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29 , 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer @ 817-392-8712 at least 14 calendar days prior to the preconstruction conference. Although work will not begin until the traffic control panel has been reviewed, the Contractor's time will begin m accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 817-392-7738), to remove the sign. In the case ofregulatory 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 SP-4 permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor shall limit his work within one continuous lane of traffic at a time to minimize interruption to the flow of traffic upon the approval of the City Engineer. Work shall not be performed on certain locations/streets (primarily arterials) during "peak traffic periods (7 A.M. to 9 A.M. and to 4 P .M. to 6 P.M.)"; or, as determined by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ." See "Street By Street Quantity Determination Spread Sheet", in the back of this document, for designated locations. The contractor will be responsible for coordination, of proposed construction activities, with public or private school administration. The proposed construction activities shall accommodate school operating schedules, including school bus/parent drop off and pick up periods. The contractor shall provide proper traffic and pedestrian control to ensure safety at all times. Construction areas shall be properly barricaded/fenced to prevent public entry. 10. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any street in this contract , the contractor shall, prepare and deliver a notice/flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice/flyer shall be posted three (3) calendar days prior to beginning construction activity along each street. The flyer shall be prepared on the Contractor's letterhead and shall include the following: o Project name/Contract name o Project number o Expected dates of construction o Contractors and project inspector's contact information A sample notice/flyer is included in the contract documents. The Electronic version of the notice/flyer can be obtained from the Office of the Transportation and Public Works Department (817) 392-2729 It will be the contractor's responsibility to create and distribute a follow-up notice/flyer informing residents if for any reason work should stop on a project for more than five (5) calendar days after construction begins. The flyer should also include the anticipated date of when the work will begin again. It will be the contractor's responsibility to re-distribute a three (3) calendar day notification/flyer prior to beginning the construction activity. In addition, all copies of the notice/flyer shall be delivered to the City inspector for his review prior to distribution. The contractor will not be allowed to begin construction on any street until the flyer is delivered to all residents of the street. All work involved with the notice/flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. SP-5 11. PAYMENT: Payment will be made to the contractor twice a month for work completed during the pay periods ending on the 15th ,and the 30th day of each month. Checks (less 5% retainage) will be sent to the contractor within the two (2) week window following each payment period. Payment of the retainage will be made with the final payment upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 12. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval ; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 13. 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 edition of the "Texas Manual on Uniform Traffic Control Devices, Vol. No. 1 ". 14. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Transportation and Public Works Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056) and a flood plain permit issued. All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal SP-6 sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies , shall be at Contractor 's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site , upon notification by the Director of the Transportation and Public Works Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. No temporary storage of material, rubble, equipment or vehicles within parkway is allowed. Damage to sodded/landscaped areas shall be replaced at Contractor 's expense to the satisfaction of City Engineer. 15. WNING REQUIREMENTS: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes . 16. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 17. CONSTRUCTION SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference . This schedule shall detail all phases of construction, special coordination with schools (see Item No. 9 Traffic Control for details), including project clean up, and allow the contractor to complete the work in the allotted time. Contractor will not move on to the job site nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Contract start date would be outlined in the pre-construction work order notice . Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. 18. SAFETY RESTRICTIONS -WORK NEAR IDGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (1) A warning sign not less than five inches by seven inches , painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks , power shovels, drilling rigs , pile drivers , hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING --UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ." SP-7 (2) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hood connections. (3) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (TXU Electric Delivery) which will erect temporary mechanical barriers, de- energize the line, or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TXU Electric Delivery and shall record action taken in each case. (4) The Contractor is required to make arrangements with the TXU Electric Delivery for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense. (5) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (3). 19. . RIGHT TO AUDIT: Contractor agrees that City shall, until the expiration of three (3) years after final payment under this contract is made by City, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of Contractor involving transactions relating to this contract. Contractor agrees that City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. City shall give the Contractor reasonable advance notice of intended audits. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may be requested by City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made. 20. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to SP-8 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, wheth er or not any su ch injury or damage is caus ed in whole or in part by th e negligence or alleg ed 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. 21. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable , as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is , in fact, equal, and the Engineer, as the representativ e of the City, shall be the sole judge of the acceptability of substitutions . The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 22. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor, at his own expense. 23. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site . Specific attention is directed to this equipment. 24. MATERIAL STORAGE: Material shall n:ot be stored on private property unless the Contractor has obtained written permission from the property Owner. A copy of the written permit shall be provided to the assigned inspector prior to utilization of the property. SP-9 25. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures , improvements and utilities, which may be encountered. 26. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor 's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 27. CONSTRUCTION: The City of Fort Worth maintains a "CONFJNED SPACE ENTRY PROGRAM" for its employees and all contractors and their sub-contractors must comply with this program as a condition of the contract. All active sewer manholes , regardless of depth, are defined, as "permit required confined spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces (e .g. vacuum testing, cleaning, televising , construction, etc .). 28. QUALITY CONTROL TESTING: (a) The contractor shall furnish , at its own expense , certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphalt and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer 's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete . The contractor shall provide a certified copy of the test results to the City . (c) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the contractor for operations requiring testing. The contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. ( e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. SP-10 NON-PAY ITEM No. 1 -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO. 2-PROTECTION OF TREES, PLANTS, SOIL, ETC.: All property along and adjacent to the Contractor's operations including lawns, yards, irrigation systems, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at (817) 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM NO. 3 -PROJECT CLEAN-UP: During the construction of this project, all parkways that are excavated shall be shaped, including bar ditches, and backfilled at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of the roadway and residents' property If it has been determined that the jobsite has not been kept in an orderly condition, the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. SP-11 The Contractor shall make a final cleanup of each street as soon as the paving and curb and gutter has been constructed. No more than Seven (7) calendar days shall elapse after completion of construction before the roadway and right-of-way is cleaned and restored. Failure to do so will be cause to stop the contractor from starting work on other streets. Project time will not be suspended and a $200 charge per day will be made as liquidation damages . The Contractor shall make a final cleanup of all parts streets before acceptance of the project is made . This cleanup shall include removal of all objectionable rocks , pieces of asphalt or concrete and other construction materials , and in general preparing the site of the work in an orderly manner and appearance . NON-PAY ITEM NO. 4 -STORM DRAIN INLET PROTECTION: All storm drain inlets shall be protected during the construction, and shall use inlet protection for sediment control, in accordance with the Standard Specifications for Public Works Construction-North Central Texas. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON-PAY ITEM NO. 5 -AGREEMENT OF QUANTITIES The streets will be measured and all quantities per street will be documented, a copy of the measured quantities will be provided to the contractor. If the Contractor in agreement of the measured quantities , then the Contractor is required to sign it and return it with in fourteen (14) calendar days . If the Contractor is not in agreement, then the Contractor is required to, within seven (7) calendar days, arrange a field trip with the assigned inspector to show proof of the difference. SP-12 NON-PAY ITEM NO. 6-EXISTING UTILITIES/FACILITIES: It shall be the contractor's responsibility to notify the utility companies that he has commenced work on the project. Upon completion of a street the contractor shall notify the utilities of this completion and indicate the start of the next one. The following are utility contact persons: Company SBC-Telephone TXU Electric Delivery: Downtown Other than Downtown ATMOS Energy (Gas) CFW -Street Light CFW -Light Signal CFW -Pavement Marking CFW -Storm Drain CFW-Water CFW-Sewer Telephone Number 817-338-6202 214-384-3732 Cell 817-215-6424 817-215-6688 Cell 911 817-215-4366 817-215-4366 (for info only) 469-261-2314 Cell (for info only) 817-392-7738 817-392-2538 817-392-2535 817-392-8101 817-392-7343 817-212-2699 817-925-2360 Cell 817-212-2699 817-944-8399 Cell SP-13 Contact Person Mr. Gary Tillory Mr. Scott King Mr. Robert Martinez Emergency Dispatch Mr. John Crane Mr. James Turner Mr. Frank Brock Mr. Monte Wilson Mr. Marion Goodspeed Mr. Johnny Jasper Mr. Roger Hauser Mr. Rick Davis PAY ITEM NO: 1-Proiect Designation Sign: The contract or shall construct and install two (2) Project Designation Signs and it will be the responsibility of the contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the indiv idual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of % inch fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the signs , installing and removing the signs , furnishing the materials , supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 2-Utility Adjustment: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer, and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments , neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's ex pense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10 %) to cov er the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. PAY ITEM NO: 3-Remove Existing 5-inch to 6-inch Reinforced Concrete Pavement: This item shall include the remov al of existing 5-inch to 6-inch reinforced concrete pavement and curb with same day haul-off of the removed material to a suitable dumpsite that approved by the Engineer. For specifications governing this item, see City Standard Specifications Item No . 104 "Removing Old Concrete". SP-14 The unit price bid per square yard will be full compensation for all labor, materials , equipment, tools , and incident als necessary to complete the work. PAY ITEM NO: 4-Geogrid, Tensar TriAX TX140-475: Geogrid for Base/Embankment Reinforcement 1. Description. Furnish and place geogrid in accordance with the lines and grades shown on the plans or as directed. Two grades of geogrid, Types I and II, are specified for different design conditions . 2. Materials. Geo grid is a synthetic planar structure formed b y a regular network of integrally connected polymeric tensile elements with triangular apertures designed to interlock w ith the surrounding fill material. Geogrid is used for the reinforcement of roadway base or embankment materials . Furnish geogrid that meets the requirements of Table 1. Use the type shown on the plans . Use roll widths and lengths shown on the plans or as approved . Deliver each roll of geogrid in suitable packaging to protect it from environmental degradation; each roll will be one continuous piece without discontinuities in the ribs. The Engineer will obtain at least 1 sample of the geogrid per project and test as needed to verify compliance with Table 1 . Table 1 G "dR eoe;n equrrements Property TEST METHOD Type I Type II Aperture shape Triangular Triangular Aperture size (in) ID Calipered 1.6 1 typical 1.6 1 typical Rib thickness (mil) ASTMD1777 50 typical 60 typical Rib Shape Observation Rectangular Rectangular Flexural Rigidity (mg-cm) ASTMD1388 250,000 2 750,000 2 M in Radial Stiffness @ 0.5% strain (lb/f)3 ASTMD6637 15 ,430 3 20 ,580 3 Junction Strength (Efficiency)(%) GRI-GG2-87 93 min.4 93 min. 4 Ultraviolet Stability(%) ASTMD4355 100 100 1. Triangular aperture geogrid nominal aperture size measured perpendicularly from the center of the "base" ( of a transverse rib) to center of the opposite node to characterize height of an equilateral triangle . 2 . Flexural rigidity is measured in any rib direction. 3 . Radial Stiffness is determined from tensile stiffness measured in any in-plane axis from testing in accordance with ASTM D6637-01 . 4 . Junction strength (efficiency) for triangular aperture geogrid is measured in accordance with GRI- GG2-87 and GRI-GGl-87 and expressed as a percentage of ultimate rib tensile strength. The material indices listed above are descriptive characteristics only and do not correlat e to a performance-related parameter. Geogrid materials that meet the material index requirements of other Special Specifications, Special Provisions and/or Departmental Material Specifications (DMS) must meet all requirements specified herein. SP-15 3. Identification. Identify each roll with a tag or label securely affixed to the outside of the roll on one end. List the following information on the label: • unique roll number, serially designated; • lot number or control number; • name of producer; • style or catalog designation of product; and • roll width and length. 4. Construction. Prepare the subgrade as indicated on the plans or as directed. Set string lines for alignment if directed. Install geogrid in accordance with the lines and grades as shown on the plans. Place base material in lift thicknesses and compact as shown on the plans or as directed. Do not operate tracked construction equipment on the geogrid without a minimum fill cover of 6 in. Rubber tire construction equipment may operate directly on the geogrid at speeds of less than 5 mph if the underlying material supports the loads. Where excessive substructure deformation is apparent, correct the grid placement operations as recommended by the manufacturer or as directed. A. Placement. Orient the geogrid length as unrolled parallel to the direction of roadway. Overlap geogrid sections as shown on the plans or as directed. Use plastic ties at overlap joints or as directed. Placement of geogrid around corners may require cutting and diagonal lapping. Pin geogrid at the beginning of the backfill section as directed. Keep geogrid taut at the beginning of the backfilling section but not restrained from stretching or flattening. 1. Longitudinal Joints. Overlap longitudinal joints by a minimum of 1 ft . Space longitudinal ties 10 ft. to 15 ft. or as directed. 2 . Transverse Joints. Overlap transverse joints by a minimum of 1 ft. Space transverse ties 4 ft. to 5 ft . or as directed. B. Damage Repair. As directed, remove and replace contractor damaged or excessively deformed areas without additional compensation. Lap repair areas a minimum of 3 ft. in all directions. Tie each side of repair grid in at least 3 locations but do not exceed normal construction spacing; tie spacing for odd shapes will be as directed. Repair excessively deformed materials underlying the grid as directed. 5. Measurement. Geogrid will be measured by the square yard of roadway placement as shown in the plans with no allowance for overlapping at transverse and longitudinal joints. 6. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Geogrid for Base/Embankment Reinforcement" of the type specified . This price is full compensation for furnishing, preparing, hauling, and placing materials including labor, materials, freight, tools, equipment, and incidentals . PAY ITEM NO: 5-8-inch Flex Base for Geogrid: This item addresses failed subgrade that has irregularities, weak spots; ruts , and not meeting compaction requirements. Contractor shall replace top 8-inches of subgrade with well graded flexible base material (TXDOT, TYPE A, Grade 2). Application of flexible base material shall be in accordance with standard specification Item No. 208, "Flexible Base". SP-16 Measurement is in cubic yards and shall cover actual area and depth of 8-inches of material used. Payment is full compensation and covers the cost of labor, material, and equipment used in excavating and hau1ing off failed sub grade material and manipulating, spreading, and compaction of flexible base material. Use of material shall be determined in the field by the Engineer or his Representativ e. PAY ITEM NO: 6 -6-inch Reinforced Concrete Pavement: For specifications governing this pay item, see City Standard City Specifications, Item No . 314 "Concrete Pavement", City of Fort Worth Transportation & Public Works Department -Pavement Design Standard Manual, and Item No. 360 "Concrete Pavement" ( enclosed) shall apply . The contractor shall use (6) sack concrete mix for all hand placement in the intersections . Once an evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage, the following policy will apply: When the crack is minor and due to shrinkage (cosmetic), then no further treatment will be needed. If the crack is due to distress (structure), then the failed pavement must be removed and replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide, if so then the entire panel shall be replaced. Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to prev ent spalling of the pavement. All concrete pavement not placed by hand, shall be placed using a fully automated paving machine as approved by the Construction Engineer. Automated paving machine width shall not exceed 18-inches from back of curb to mitigate damage to existing utilities , trees, shrubs, mailboxes , water meter boxes (etc.). Screeds will not be allowed except if approved by the Construction Engineer. The unit price bid per square yard will be full compensation for all labor, materials, equipment, tools , and incidentals necessary to complete the work. PAY ITEM NO: 7-7-inch Integral Concrete Curb: Standard specification Item No.502 , "Concrete Curb and Gutter", shall apply except as follows : Integral curb shall be constructG.d 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 no more than thirty (30) minutes after the concrete in the slab is placed. The Contractor shall backfill behind the curb within seven (7) calendar days, if the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb , required backfilling shall be at finishing grade, top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Cost of back filling and grading behind curb shall be included in this pay item. Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged during construction, shall be replaced with same or better at no cost to the City. Required backfilling and finishing grade behind the curb shall be completed in order for the curb to be accepted and measured as completed SP-17 The unit price bid per linear feet will be full compensation for all labor, materials , equipment, tools , and incidentals necessary to complete the work. PAY ITEM NO: 8 -Remove and Replace Failed Reinforced Concrete Panels: This item shall include the removal and replacement of all failed reinforced concrete pavement and replacing with a minimum of 6-inches as designated by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite in a manner satisfactory to the Construction Engineer. For specifications governing this item, see the City Standard City Specifications , Item No. 104 "Removing Old Concrete", and Item No. 314 "Concrete Pavement", and Item No . 360 "Concrete Pavement" ( enclosed) shall apply. In addition , this item includes removing failed joint material and replacing with new joint material and new silicone joint sealant. Joint material and silicone joint sealant shall be in accordance with the enclosed technical specification "Silicone Joint Sealing for Concrete Pavement" and joint details . For situations where extensive slab replacement is next to existing deteriorated or damaged curb , the contractor shall replace both slab and curb. The Engineer shall determine locations of curb replacement. Payment for slab replacement shall be addressed under this pay item , and the curb replacement shall be paid under PAY ITEM No. 9 -Remove and Replace 7-inch Concrete Curb. Contractor must remove existing failed pavement in a manner that subgrade is not disturbed. Contractor must re-compact subgrade and areas re-compacted shall have a uniform density not less than 95 % of maximum density (ASTM D-698). In place density test per each repaired surface area shall be undertaken. The guidelines for compacting, per standard specification Item No. 202 , "Rolling", ma y be waived due to physical construction restrictions. Engineer may accept other compaction methods . Payment for compacting, including labor and equipment, shall be incidental to other pay items in the contract. If in the process of removing failed concrete pavement, it is revealed that the subgrade , even after attempts to compact and re-shape , is not meeting requirements of standard specification Item No . 204 "Subgrade Preparation", and is exhibiting severe ruts and poor material composition that can not be manipulated and compacted, the Contractor shall remo ve 6-inches of top sub grade and replace with flexible base. The cost of removing and disposing of subgrade and placing of flexible base shall be covered in PAY ITEM No. 16, "Flex Base". If failed concrete pavement has a depth that is less than 6-inches ( distance between top of new pavement surface and re-compacted subgrade surface), the Contractor shall remove excess subgrade material. Subgrade must be re-shaped and re-compacted to allow for a replaced 6-inch thick concrete pavement section. Cost of removing and proper disposal of excess excavated material shall be covered under PAY ITEM No . 17 Unclassified Street Excavation. If replaced pavement section depth exceeds 6-inches and subgrade meets compaction requirements, the Contractor must pour a uniform pavement section exceeding 6-inches in depth. The cost of additional concrete shall be covered under PAY ITEM No. 18 ~ Concrete for Replaced Panels Sub Base as Needed, and shall be full compensation for labor, material and equipment used . SP-18 The concrete shall be designed to include a minimum of 6 sacks of Type I, or Type ill cement. The maximum water cement ratio shall not exceed 5.5 gallons per sack. A Type A water-reducing admixture and a Type C non-chloride set-accelerating admixture may be used with minimum 5 .5 sacks of type I or Type ill cement to achieve the earliest possible concrete-setting times . The use of a set-retarding admixture will not be permitted . The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seventy two {72) hours. Concrete pavement may be opened to traffic as long as the minimum compressive strength requirement of 3000 pounds per square inch has been met. If the concrete fails to reach the required 72-hour strength, the Engineer may direct that the concrete be redesigned as necessary to meet these requirements . Slump shall not exceed 3 inches. An entrained air content of three (3) to six {6) percent, as directed by the Engineer, shall be provided. The fine aggregate shall have fineness modules of 2.60 to 2.80. All admixtures used shall conform to the requirements of standard specifications Item No . 314 , "Concrete Pavement" except that the Type C set-accelerating admixture may require addition, at the job site, when the temperature of the concrete is above 55oF . Either transit-mix or central-mix concrete will be permitted. Existing concrete pavement shall be sawed full depth. Reinforcing bars (No . 3 @ 24" OCBW), dowels and tie bars shall be placed as shown on the enclosed joint details. 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. Actual measured material in square yards, in place, shall be the basis for payment. Payment shall be full compensation for labor, material and equipment used, at the locations determined by the Engineer. PAY ITEM NO: 9-Remove and Replace 7-inch Concrete Curb : This item includes the replacement of concrete curb where extensive slab replacement is required next to existing deteriorated or damaged curb with same day haul-off of the removed material to a suitable dumpsite. The contractor shall replace both slab and curb. The Engineer shall determine locations and limits of curb replacement. Standard specification Item No . 104 "Removing Old Concrete", and Item No.502, "Concrete Curb and Gutter", 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 no more than thirty (30) minutes after the concrete in the slab is placed. In situations where only curb replacement is called for, new slab and curb shall be drilled into existing pavement per enclosed detail sheet. Concrete slab shall be paid for under PAY ITEM No. 8 -Remove and Replace 7-inch Reinforced Concrete Pavement, and the replacement of the curb shall be paid under this pay item. The Contractor shall backfill behind the curb at finishing grade within seven (7) calendar days of pouring the curb. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Cost of back filling, top soil , and grading behind curb shall be included in this pay item. SP-19 Existing improvements within the parkway such as water meters, sprinkler system, etc ., if damaged during construction, shall be replaced with same or better at no cost to the City. Required backfilling and finishing grade behind the curb shall be completed in order for the curb to be accepted and measured as completed The unit price bid per linear feet will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO: to-Remove and Replace 10-Ft Storm Drainage Inlet Top: This pay item shall include the removal and replacement of a 7-inch thick drainage inlet top of 10-ft drainage inlet openings, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. For specifications governing these items, see City Standard Specifications Item No. 450 "Adjusting Manholes and Inlets", as shown in the Drawing S-S02 and as directed by the construction engineer. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) days. The unit price per bid per each will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY ITEM NO: 11-Remove and Replace Double 10-Ft Storm Drainage Inlet Top: This pay item shall include the removal and replacement of a 7-inch thickdrainage inlet top of 20-ft drainage inlet openings, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. For specifications governing these items, see City Standard Specifications Item No. 450 "Adjusting Manholes and Inlets", as shown in the Drawing S-S02 and as directed by the construction engineer. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) days . The unit price per bid per each will be full compensation for all labor, equipment, material , tools, and all incidentals necessary to complete the work PAY-ITEM NO: 12-Remove and & Replace 6-Inch Concrete Driveway: This pay item shall include the removal and replacement of any type of existing concrete driveways, as designated by the Construction Engineer, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site . SP-20 For specifications governing these items, see City Standard Specifications Item No. 104 "Removing Old Concrete" and Drawing Nos . S-S5, and Item No . 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to dri veway removal All concrete shall be designed to achieve a minimum compressive strength of 3 ,000 pounds per square inch in seven (7) days. The unit price bid per square feet shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO: 13-Remove and Replace 4-Inch Concrete Sidewalk: This pay item shall include the removal and replacement of any type of existing concrete sidewalk, as designated by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing these items, see City Standard Specifications Item No. 104 "Removing Old Concrete", and Item No . 504 "Concrete Sidewalk and Driveways". All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) days. The unit price bid per square feet shall be full compensation for all labor, material, equipment, supplies , and incidentals necessary to complete the replacement work. PAY-ITEM NO: 14-Remove and Replace 4-Inch ADA Wheelchair Ramp with Dome-Tiles: This item shall include the removal of existing wheelchair ramp , and replacement with new Dome- Tile standard concrete wheelchair ramps at various locations as to be determined in field by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, enclosed Dome-Tile details ; and City Standard Specifications Item No . 104 "Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified. All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) days. Contractor shall sawcut existing sidewalk, curb and gutter and pavement prior to wheelchair ramp removal. SP-21 The removal and replacement of existing curb as required for the installation of new wheelchair ramps shall be included in PAY ITEM No . 7 -7-inch Integral Concrete Curb. Pay limits for laydown curb and gutter are as shown in the Accessability Ramp Pay Limits detail (STR-032). Pay limits for "Standard Wheelchair Ramp" will start 15 inches back from the face of curb and encompass the remainder of the ramp and sidewalk. Contractor shall furni sh and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend the full width of the curb ramp or landing where the pedestrian access route enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch and a maximum of 8-inch from the extension of the face of curb , detectable warning surface Dome-Tile maybe curved along the comer radius. The method of Dome-Tile installation shall be in accordance with the manufactures instruction . Cost of detectable warning Dome-Tile and installation, shall be included in this pay item Contractor shall provide a brick red colored Dome-Tile sample for approval by the Engineer, meeting the aforementioned specification. The sample, upon appro val by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The Contractor shall backfill behind the wheelchair ramps within seven (7) calendar days , if the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the ramp , required backfilling shall be at finishing grade, top soil as per specification Item No . 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Co st of back filling and grading behind curb shall be included in this pay item. Existing improvements within the parkway such as water meters , sprinkler system, etc ., if damaged during construction, shall be replaced with same or better at no cost to the City. Required backfilling and finishing grade behind the ramp shall be completed in order for the wheelchair ramp to be accepted and measured as completed The unit price bid per square feet , as shown on the proposal, w ill be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 15 -Silicon Joint Sealing for Concrete Pavement: 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) SP-22 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 . 1. MATERIALS 1.1. 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 testing laboratory that the silicone joint sealant meets these requirements . 1.2. The manufacturer of the silicone joint sealant shall have a mmrmum 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 . 1.3 . Self-Leveling Silicone Joint Sealant: The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, MI 48686-0994 , or an appro ved equal. Test Method AS SUPPLIED **** MIL-S-8802 ASTMD 1475 **** **** **** AS CURED - Self-Leveling Silicone Joint Sealant Test Non Volatile Content,% min . Extrusion Rate , grams/minute Specific Gravity Skin-Over Time, minutes max. Cure Time, days Full Adhesion, days Requirement 96 to 99 275 to 550 1.206 to 1.340 60 14 to 21 14 to 21 ASTM D 412 , Mod. Elongation,% min. 1400 ASTM D 3583 Modulus @ 150 % Elongation, psi max. 9 (Sect. 14 Mod.) ASTM C 719 ASTM D 3583 (Sect. 14 Mod.) ASTM D 3583 (Sect. 14 Mod.) Movement , 10 cycles @+l00/-50 % Adhesion to Concrete, % Elongation min . Adhesion to Asphalt, % Elongation min. SP-23 No Failure 600 600 - - 1.4. 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. 2. 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 directed by the Engineer 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. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F ( 4C) and rising. 3. EQUIPMENT 3.1. 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: 3.2. Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 3.3. 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. 3.4. 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. 3.5. Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 3.6. Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 3.7. Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 3.8. 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. 4. CONSTRUCTION METHODS SP-24 4 .1. General: The joint reservoir saw cutting, cleaning, bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations. 4 .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. 4.3 . Cleaning Joints: hnmediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. 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. hnmediately 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 tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 4.4 . 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 pav ement 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 pav ement 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 . 5. WARRANTY SP-25 - 6. - 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 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. BASIS OF PAYMENT Payment will be made at the Contract bid item unit price bid per linear foot (L.F .) as provided in "MEASUREMENT" for "SILICONE JOINT SEALING", which price of shall be full compensation for furnishing all materials and for all preparation, delivery, and application of those sealing materials and for all labor, equipment, tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications . PAY ITEM NO: 16-Flex Base {For Panel Replacement): This item addresses subgrade that has irregularities , weak spots ; ruts , and not meeting compaction requirements as determined by the Engineer. Contractor shall excavate these areas and replace with flexible base material (TXDOT, TYPE A , Grade 2). Application of fle xible base material. shall be in accordance with standard specification Item No . 208 "Flexible Base". Measurement is in cubic yards and shall cover actual area of material used. Payment is full compensation and co vers the cost of labor, material , and equipment used in excavating and hauling off failed subgrade material and manipulating , spreading, and compaction of flexible base material. Use of material shall be determined in the field by the Engineer or his Representative . PAY ITEM NO: 17 -Unclassified Street Excavation: This item covers the removal of failed subgrade for the placement of geo-grid and flex base . This item also covers the cost of remo ving excess subgrade material in areas where the existing failed pavement section is less than 6-inches in thickness and the proposed pavement is 6-inches or greater in thickness. This item co vers the removal and proper disposal of excess subgrade material and shall be in accordance with standard Specifications Item No. 106 , "Unclassified Street Excavation". Measurement is in cubic yards and payment shall be for all labor, equipment used and the removal and disposal of material. Excavation shall be determined in the field by the Engineer or his Representative PAY ITEM NO: 18,.., Concrete for Replaced Panels Sub Base as Needed: This item covers the cost of additional concrete used in the replaced pavement sections that exceeds 8- inches in depth. Replaced pavement section to be uniform concrete to be cast monolithically. Mix requirement, material selection, compressive strength, etc., shall match requirements highlight ed in PAY ITEM No. 8 -Remove and Replace Failed Reinforced Concrete Panels. _ SP-26 - - - ,~ Actual measured material in cubic yards, in place, shall be the basis for payment. Payment would be full compensation for labor, material and equipment used . Additional concrete shall be determined in the field by the Engineer or his Representative. PAY-ITEM NO: 19-6-Inch Perforated Subdrain Pipe: This item shall consist of furnishing and installing 6-inch perforated subdrain and filter material all as shown on the enclosed details , or as directed by the Engineer. All applicable provision of standard Specifications Item 500 "SUBDRAINS" shall apply ex cept as herein modified. The pipe material shall be poly vinyl chloride (PVC) with the standard dimensional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter fabric shall have the capability of passing ground water without transporting the soil placed around the filter fabric. The fabric shall be constructed exclusively of synthetic thermoplastic fibers and may be either woven or non-woven to form a mat of uniform quality . Fabric fibers may be either continuous or discontinuous and oriented in either a random or a aligned pattern throughout the fabric. The fabric shall be mildew resistant, rot proof, shall be satisfactory for use in a wet soil and aggregate environment, contain ultraviolet stabilizers and have non-raveling edges . The fabric shall meet the following requirements when sampled and tested in accordance with the methods indicated: Test Original Physical Properties Method Requirements Fabric weight, on an ambient SDHPT Test Method Tex-4 .0 minimum for under drains and Slope temperature air-dried tension free 616-J"Testing of Construction Stabilization, 6 .0 minimum sample, expressed in oz/sq . yd. Fibers" for Gabions Revetment Water flow rate by falling head method, 7 .9 inches (20 cm) to 3.9 inches (10 cm) on 2 inch ID cylinder with 1 inch Tex-616-J 80minimum diameter orifice, with flow rate expressed in gal/sq. ft/minute. Breaking load in either machine or cross-ASTM Designation: D 1682 machine direction, expressed in pounds . grab method G as modified by 100 minimum Tex--616-J CW-02215 , US Army Corps Equivalent opening size (US-Standard of Engineers , Civil Works Construction Guide 70 to 100 sieve no .) Specification. "Plastic Filter Fabric", Nov. 1977. "Apparent elongation" at breaking load in ASTM Designation: D 1682 either machine or cross-machine grab method G as modified by lOOmaximum direction, expressed as percent. Tex-616-J SP-27 - The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations, as indicated or as directed by the Engineer. When lapping is required, it shall be in accordance with the manufacturer's recommendations. Backfilling around the Filter Fabric shall be done in such a way as not to damage the Filter Fabric material during the placement. The unit price bid per linear feet shall be full compensation for all labor, materials, equipments , tools, and incidentals necessary to complete the work. PAY ITEM NO: 20 -Utility Trench Repair, Excavate and Backfill-As Directed: This pay item shall include the necessary excavation and backfill of existing utility trench as directed by the Construction Engineer. Payment will be made for the quantity of trench excavated/backfilled. The placing of fill shall be subsidiary to the trench excavation/backfill price. Excess material which is obtained from excavating the trench shall be used for fill placement subject to the provisions of Item No. 114 of the City of Fort Worth Standard Specifications. After backfilling is completed and accepted by method of reusing excavated material. If needed contractor shall add concrete to backfill the trench to required grade as directed by the Engineer. Concrete shall be paid by PAY ITEM No. 18 Concrete for replaced Panel Sub Base as Needed. 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. The unit price bid per cubic yard shall be full compensation for all labor, materials , equipments , tools , and incidentals necessary to complete the work. PAY ITEM NO: 21 -Borrow-Unclassified Fill for Trench Repair: The non-expansive earth fill should consist of soil materials with a liquid limit of 35 or less , a plasticity 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. Measurement is in cubic yards and payment shall be for all labor, equipment used and the installation of material. PAY ITEM NO: 22 -Top Soil: The proposed quantities shown are calculated to provide topsoil (2 to 4 inches in depth compacted) over the parkway areas that are not included in the required flat work backfill. This pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site . SP-28 / The unit price bid per cubic yard will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO: 23 -Manhole Adjustment: This item shall include adjusting the tops of existing manhole to match proposed grade as shown in the detail at the back of this document or as directed by the Engineer. Standard specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City. Failure of the Contractor to perform this inventory will place the total burden of the replacement of any broken frame and cover on the Contractor. Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections, as per current City Water Department Special Conditions. The unit price bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO: 24 -Water Valve Adjustment: Contractor will be responsible for adjusting water valve boxes to match new pavement grade as directed by the Engineer. The water valve themselves will be adjusted by the City of Fort Worth Water department forces. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing water valve boxes. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve boxes. The contractor shall replace the valve boxes, which are damaged during construction at no cost to the City. Failure of the Contractor to perform this inventory will place the total burden of the replacement of any broken frame and cover on the Contractor. The unit price bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO: 25-Water Meter Box Adjustment: This item only applies when the adjacent curb and gutter has been removed and replaced and has been authorized by the assigned inspector. The adjustment shall include raising or lowering the existing water meter box to the proper grade. The unit price bid per each will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. SP-29 - PAY ITEM NO: 26-Grass Sod Replacement: This pay item shall consist of the replacements of a like grass sod that was removed under this contract due to the removal and replacement of driveways and curb and gutters as determined by the Engineer. All materials shall be of recent production, and suitable for there intended purpose. Sod Products Specifications: Sod shall consist of live and growing grass . Grass shall have a healthy, virile root system of dense, thickly matted roots throughout an approximately one-(1) inch minimum thickness of native soil attached to the roots. Sod will be free from obnoxious weeds or other grasses and be free from any deleterious matter that might the growth of the grass . Sod material must be kept moist from the time it is dug until planted. Sod Installation Specifications: The area to be sodded shall be determined by the City. The sodded area shall be smoothed down . The sodded area shall be thoroughly watered immediately after it is planted. The unit price bid per square yard will be full compensation for all labor, material, tools, and incidentals necessary to complete the work. PAY ITEM NO: 27-Painting House Addresses: This item shall include painting of house addresses on curb or driveway radiuses that are removed and replaced in this contract All materials shall be of recent product, and suitable for its intended purpose . Surface preparation and application shall be in strict compliance with manufacturer 's recommendations. The paint shall NOT be applied; if the new concrete curb has aged less than a minimum of 28 days , and if weather condition may harm or damage the finish surface. The background paint shall be equal to or exceed #5160 White Latex Striping paint manufactured by Kwal Paint or approved equal. The letters paint shall be equal to or exceed #6306 Black Latex Exterior paint manufactured by Kwal Paint or approved equal. The minimum size for the background shall be 6" high x 16" long, and the minimum size for the letters shall be 4" high. The unit price bid per each will be full compensation for all labor, material, tools, and incidentals necessary to complete the work. SP-30 - - - PAY ITEM NO: 28-Remove and Replace Mailbox(es): This item shall include the removal, salvage, and replacement of brick mailbox(es) affected by the reconstruction of failed, distressed concrete pavement. Contractor shall detach existing mailbox( es) from the base with minimal damage to the brick veneer. In the event that a mailbox is damaged beyond salvage, the contractor is responsible to reconstruct the mailbox by matching the existing color and texture of brick veneer. The unit price bid per each will be full compensation for all labor, material, tools , and incidentals necessary to complete the work. END OF SECTION SP-31 HEAVY & HIGHWAY CONSTRUCTION PREY AILING WAGE RA TES 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 Fla1rn:er 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, F ine Grade Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipe layer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel!famping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Ooerator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver Single Axle Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Mach ine, 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 $11.83 $13 .67 $16.30 $12 .62 $ 9.1 8 $10 .65 $16 .97 $11.83 $11.58 $15 .20 $14 .50 $14.98 $13 .1 7 $10 .04 $11.04 $14 .86 $16 .29 $] l.07 $10 .92 $11.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12.91 $12.03 $14.93 $11.47 $10 .91 $1175 $12 .08 $14 .00 $13 .57 $10 .09 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 to 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. A. Nonresident vendors in ______ (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Nonresident vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the ~State of Texas . _gf BIDDER: City CONATSER CONSTRUCTION TX LP P.O . Box 15448 Fort Worth , TX 76119 Phone: 817-534-1743 Fax : 817-534-4556 State Zip CONATSER CONSTRUCTION TX LP Je rry Conatser, President of Title: Conatser Management Group, Inc . G .P . THIS FORM MUST BE RETURNED WITH YOUR QUOTATION 6 -1 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation ~urance coverage for all of its employees employed on City of Fort Worth Project,PW 't!2.fS-o'll2oO-:l.o.l~t/ot7tf~83 and City of Fort Worth Project No. 01746. STATE OF TEXAS COUNTY OF TARRANT § § § CONATSER CON STRUCTIO N TX LP By~ ~resi d.entof Con atser Ma nageme nt Grou p, Inc. - G.P. Title: ------------ Date: w{ bl/ 1 t Befp re me, the undersigned authority, on this day personally appeared J.e<<'l L'D~-\se, , known to me to be the person whose name is subscribed to the foregoi~g ins ument, and acknowledged to me that he executed the same as the act and deed of o. '1 y ,u. i L-f=' for the purposes and consideration therein expressed and in the capacity therein stated. ::-,-t:Y' Given Under My Hand and Seal of Office thi _-_, day of -F-'=->-.;;;.....,o:"'-'-- 9 -1 Notary Public in and for the State of Texas .:o'~~~.~~t1,,, VICKI L. OLSON !~~~ Notary Public , State of Texas \).,.,R.;~i My Commission Expires "·~t,f.r,i~~~W November 12. 2013 • l . Bond No : 022034168 PERFORMANCE BOND THE ST ATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OFT ARRANT § . . . . Liberty Mut ual Insurance That we (I) Conatser Constuctmn TX, LP as Principal herem , and (2) Canpany , a corporation organized under the laws of the State of (3) MA and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and finnly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein , in the sum of: Nine Hundred Twenty Seven Thousand Six Hundred Thirty Five Dollars and Zero Cents ... Dollars ($927,635.00) for the payment of which sum we bind ourselves, our heirs, executors, administrators , successors and assigns, jointly and severally, finnly by these presents. WHEREAS, Principal has entered into a certain contract with the Obligee dated the 20 of September, 201 I a copy of which is attached hereto and made a part hereof, for the construction of: Total Reconstruction of Premature Failed Streets at Thirteen Locations NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perfonn the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold hannless 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 20 of September, 2011. ATTEST: (Principal) Secretary (SEAL) Witness as to Principal Address ATTEST: (Surety) Secretary (SEAL) Carolyn Ma.pl es (Address) 4200 S . Hulen St reet , St e. #330 Fort Wor t h, TX 76109 P.O. Box 15488 Fort Worth, TX 76119 (Attorney-in-act) (5) Gle S. Davis 175 Berkeley St reet Boston, MA 02) 17 (Address) NOTE: Date of Bond must not be prior to date of Contract ( 1) Correct Name of Contractor (2) Correct name of Surety (3) State of incorporation of Surety Telephone number of surety must be stated. In addition , an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. THE STATE OF TEXAS COUNTY OF TARRANT § § § Bond No: 022034168 PAYMENT BOND KNOW ALL BY THESE PRESENTS: That we, (1) Conatser Constuction TX. LP, as Principal herein, and (2) Liberty Mutual Insurance Canpany , a corporation organized and existing under the laws of the State of(3) MA 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 Nine Hundred Twenty Seven Thousand Six Hundred Thirty Five Dollars and Zero Cents ... Dollars ($927,635.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns , jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 20 day of September, 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: Total Reconstruction of Premature Failed Streets at Thirteen Locations 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 20 day of, September, 2011 . ATTEST: (Principal) Secretary (SE AL) c~ Witness as to Principal Conatser Constuction TX, LP :~'~ ~:::=tser Preside n t of Conat ser Title : Managerent Gr oup, I nc ., GP Address : P.O. Box 15488 Fort Worth, TX 76119 Li bert y Mut ual Insurance Canpany - ATTEST: :~RETY ~~ Nam~Davis Secretary (SEAL) Attorney in Fact Address : 175 Be r keley St reet Boston, MA 02 J )7 Cn.~~~o""' Witnessast urety Carolyn Maples Telephone Number: 972-233-9588 NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond No: 022034 168 MAINTENANCE BOND THE ST A TE OF TEXAS § COUNTY OFT ARRANT § That Conatser Constuction TX, LP ("Contractor"), as principal, and Li bert y Mut ual Insuranc e Canpany • a corporation organized under the laws of the State of __ MA ____ _ ("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 Nine Hundred Twenty Seven Thousand Six Hundred Thirty Five Dollars and Zero Cents ... Dollars ($927,635.00), lawful money of the United States , for payment of which sum well and truly be made unto said City and its successors , said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators , assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 20 of September, 2011, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Total Reconstruction of Premature Failed Streets at Thirteen Locations the same being referred to herein and in said contract as the Work and being designated as project number(s) 01746 / C295-541200-202240174683 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 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 Z counterpart(s), each of which shall be deemed an original, this 20 day of September, A.D .2011. ATTEST: (SE AL) Secretary ATTEST: (SE AL) Secretary Conatser Constuction TX, LP Contra~ ~~ President o f Conat ser Title: Managenent Gr oup, Inc., GP Libert y Mut ual Insurance Canpany Title : __ A_t_t o_rne_y._-_in_-_F_ac_t ______ _ 175 Be r keley Stre et Bos t on, MA 02117 Address 972-233-9588 Telephone Number ~ » :, . ~j , .. d~ -nl ~~ Ii.:! I. nl a, > ~ --~ -"C "iii :ti Q) 5! ... ·o os C: nl -... a, -Cl gi C) ... t::S 2·= ,.. -t: s nl ....... "C >, = CJ iO C: > Q) .. t:: z~ J\LID UNLESS IT IS PRINTED ON RED BACKGROUND. 4748563 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company {the "Company"), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name , constitute and appoint GREG A. WILKERSON, GLENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY OF FORT WORTH, STATE OF TEXAS .............................................. . , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding TWENTY FIVE MILLION AND 00/100***********'***'****************************************************** DOLLARS ($ 25,000,000.00***********************'***** ) each, and the execution of such undertakings , bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons . That this power is made and executed pursuant to and by authority of the following By-law and Authorization : ARTICLE XIII -Execution of Contracts : Section 5 . Surety Bonds and Undertakings . Any officer of the Company authorized for that purpose in writing by the chairman or the president , and subject to such limitations as the chairman or the president may prescribe , shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal , acknowledge and deliver as surety any and all undertakings , bonds , recognizances and other surety obligations . Such attorneys- in-fact , subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article XIII, Section 5 of the By-Laws , David M . Carey, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make , execute, seal , acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty "iii ::::s .Q >, C: nl C: =o nl I- CJ ti) ~w EE 0 0. :::o <CM ...... 0~ ' ... "C Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this day of 3rd day of August 2011 COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY ss LIBERTY MUTUAL INSURANCE COMPANY .,~4 Davi~ slstant Secretary On this 3rd day of August 2011 , before me, a Notary Public , personally came David M . Carey, to me known , and acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation ; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation . first above written . CERTIFICATE Notarial Seal Teresa Pasleila, Notary Public Piymouth Twp., Montgomor; County My Commission Expires Mar. 28, 2013 Member, Pennsylvania Assocmtt0n of Notanes By~~ Tere~a Pastella , Notary Public erty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, 1 ce and effect on the date of this certificate ; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII , Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds , shall be valid and binding upon the company with the same force and effect as though manually affixed . IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this 20th day of September 20 I I . Gregory W. Davenport, Assistant Secretary Q) C: 3: nl oe D. nl .!!! C) .c: C) -·· .... a, 0 C: >, Q) -Q) :S,! = Q) ~.Q Q) C) .c:~ -N E~ ._N ·-M .... 00 C: I 00 CJ .... 0~ i,;....- ~LiherlJ. ~ Mutual Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: You may write to Liberty Mutual Surety at: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 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 a premium, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company 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. LMIC-3500 Page 1 of 2 Rev . 7 .1.07 THE STATE OF TEXAS COUNTY OFT ARRANT CITY OF FORT WORTH. TEXAS CONTRACT KNOW ALL BY THESE PRESENTS This agreement made and entered into this the 20 day of September A.D., 2011, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed Owner, Conatser Constuction TX, LP, HEREINAFTER CALLED Contractor. WlTNESSETH: That said parties have agreed as follows: l. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Total Reconstruction of Premature Failed Streets at Thirteen Locations 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth , which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten ( 10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with re sonable commencement thereof and to fully complete and finish the same ready for t "t\JW!l~m~1ff the Department of Transportation of the City of Fort Worth and the City """''0 1iii...l Worth within a period of Two Hundred Fourty (240) days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of™ per Calendar Day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniurv, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its offlcers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniurv 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 he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and befor execute and deliver to said City of Fort Worth good and sufficient sur performance of the terms and stipulations of the Contract and for the paymen and/or materials furnished in the prosecution of the work, such bonds being Texas Government Code Section 2253, as amended, in the form included i L..----- and such bonds shall be for 100 percent ( 100%) of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay , and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be Nine Hundred Twenty Seven Thousand Six Hundred Thirty Five Dollars and Zero Cents ... Dollars, ($927,635.00). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused th is instrument to be signed in 1 counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in 1 counterparts with its corporate seal attached . Done in Fort Worth , Texas, this the 20 day of September, A.O., 2011. OfflCIAL RECORD CITY SECRETARY f T. WORTH, TX DIRECTOR, DEPARTMENT OF TRANSPORTATION/PUBLIC WORKS ATTEST: CONTRACTOR Conatser Constuction TX, LP ~ Jerry Conatser, President of Conatse r Management Group, Inc . G.P. TITLE P.O. Box 15488 Fort Worth, TX 76119 ADDRESS November 1960 Revised May 1986 Revised September 1992 Revised March 2006 CITY OF FORT WORTH FERNANDO COST A, ASST CITY MANAGER {/11\ \C C -i s-168 1 -Z-u -(( APPROVED AS TO FORM AND LEGALITY: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX ci n o -::c: -I (/) I\) "<"tJ--tC s-;g :a~~ ! s: o I'll n n Cl) c.._~-1:0 1'11~--Qn--10::! ·~-I~~~~ g,::c:l'll"tlr-a. "'Tl~ -)i .... l) '0c:i;!:Obc3 ::i ...... --l"tJ"O s:;:: "Ir-:::--0 ""~I'll~ -I (I) ,Qo,t::,r-:i:,;ai ·s· cn:ar--1 -t::, --I I'll "ti ·~~:O;E:a . >< I'll ..... 0 • Q) ::c: I'll~ c.._ <nO--lr)l'll . en I'll n 0) s: -I 0) I'll ~ ::c: -I 0 "Tl ;;a m (") m ~ )> cc Qc>C m )> z (") C "c Z3: O;a: :E ..Jo. r m ~~ C I -r· ---~c=: <. ._}-· ( !;,... .. i _I ~: ,_,; J o ... lo~ ....0 :....., .... ,-. ' 1-·· . .. . -: ) FORT WORTH ....... :::::......_ re: ,,->,.. ~ ; City of Fort Worth Finance Department • Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 RECEIPT OF BID (..) ''. Company Name:· ( / 7/ .__.., Individual Delivering: --Bid Title and Number: c_ .... ( ~ I~ Employee Signature: / j t/ Time and Date Received: __________ -___________ ---------------,-.,,----oo :::0 0 ""'10"'0(") ~ ~ c:: :::j 0 :::0 :::0 "'< :::0 O (") 0 ~ (") ~ ,, .. " CJ) ,, s:-0 ~o~ :::o >< :::0 G) ""'I :b""'IO~ CJ) 0 ;:: 0 "I ~ ci, :::0 ~Cl>o-i ~ :ti ~ ::x: .!.. ""' White Copy -Customer Yellow Copy -Management .,, .. , C 2 ):: 0 U ::i. n l:E-o:::t 0 0 (" ::I. C I :::T [l] ~ - 0 l-t><~ Cl) .Jo. ' >< UI C ~ t (' ....... 00 -en "' .Jo. C .Jo. (Q :;ji -> r , ITEM 360 CONCRETE PAVEMENT 360.1. Description. Construct hydraulic cement concrete pavement with or without curbs on the concrete pavement. 360.2. Materials. A. Hydraulic Cement Concrete. Provide hydraulic cement concrete in accordance with Item 421 , "Hydraulic Cement Concrete," except that strength over-design is not required. Provide Class P concrete designed to meet a minimum average flexural strength of 570 psi or a minimum average compressive strength of3 ,500 psi at 7 days or a minimum average flexural strength of680 psi or a minimum average compressive strength of 4,400 psi at 28 days. Test in accordance with Tex-448-A or Tex-418-A. When shown on the plans or allowed, provide Class HES concrete for very early opening of small pavement areas or leave-outs to traffic. Design Class HES to meet the requirements of Class P and a minimum average flexural strength of 400 psi or a minimum average compressive strength of 2,600 psi in 24 hr., unless other early strength and time requirements are shown on the plans or allowed. No strength over-design is required. Type III cement is allowed for Class HES concrete. Use Class A or P concrete for curbs that are placed separately from the pavement. Provide concrete that is workable and cohesive, possesses satisfactory finishing qualities, and conforms to the mix design and mix design slump. B. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement in accordance with Item 440, "Reinforcing Steel." Provide approved positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during paving. Provide corrosion protection when shown on the plans. 1. Dowels. Provide smooth, straight dowels of the size shown on the plans, free of burrs, and conforming to the requirements of Item 440, "Reinforcing Steel." Coat dowels with a thin film of grease or other approved de-bonding material. Provide dowel caps on the lubricated end of each dowel bar used in an expansion joint. Provide dowel caps filled with a soft compressible material with enough range of movement to allow complete closure of the expansion joint. 2. Tie Bars. Provide straight deformed steel tie bars. Provide either multiple-piece tie bars or single- piece tie bars as shown on the plans. Provide multiple-piece tie bars composed of 2 pieces of deformed reinforcing steel with a coupling capable of developing a minimum tensile strength of 125% of the design yield strength of the deformed steel when tensile-tested in the assembled configuration. Provide a minimum length of33 diameters of the deformed steel in each piece. Use multiple-piece tie bars from the list of"Prequalified Multiple Piece Tie Bar Producers" maintained by the Construction Division, or submit samples for testing in accordance with Tex-711-1. C. Curing Materials. Provide Type 2 membrane curing compound conforming to DMS-4650 , "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants." Provide SS-1 emulsified asphalt conforming to Item 300, "Asphalts, Oils, and Emulsions," for concrete pavement to be overlayed with asphalt concrete under this Contract unless otherwise shown on the plans or approved. Provide materials for other methods of curing conforming to the requirements of Item 420, "Concrete Structures." D. Epoxy. Provide Type III epoxy in accordance with DMS-6100, "Epoxies and Adhesives," for installing all drilled-in reinforcing steel. E. Evaporation Retardant. Provide evaporation retardant conforming to DMS-4650, "Hydraulic Cement Concrete Curing Materials and Evaporation Retardants ." F. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint-sealant materials and fillers unless otherwise shown on the plans or approved and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers." 360.3. Equipment. Furnish and maintain all equipment in good working condition. Use measuring, mixing, and delivery equipment conforming to the requirements ofltem 421 , "Hydraulic Cement Concrete." Obtain approval for other equipment used . A. Placing, Consolidating, and Finishing Equipment. Provide approved self-propelled paving equipment that unifonnly distributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete pavement conforming to plan line and grade. Provide an approved autom.atic grade control system on slip-forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recommendations . Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide enough hand-operated immersion vibrators for timely and proper consolidation of the concrete along forms, at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment- mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required . B. Forming Equipment. 1. Pavement Forms. Provide metal side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free from detrimental kinks, bends, or warps that could affect ride quality or alignment. Provide flexible or curved metal or wood forms for curves of 100-ft. radius or less. 2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the requirements ofltem 529, "Concrete Curb, Gutter, and Combined Curb and Gutter." C. Reinforcing Steel Inserting Equipment. Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details. D. Texturing Equipment. 1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length and width of the carpet to accommodate specific applications . Use an artificial grass-type carpet having a molded polyethylene pile face with a blade length of 5/8 in. to 1 in ., a minimum weight of 70 oz . per square yard, and a strong, durable, rot-resistant backing material bonded to the facing. 2. Tining Equipment. Provide a self-propelled transverse metal tine device equipped with 4-in. to 6-in. steel tines and with cross-section approximately 1/32 in. thick by 1/12 in. wide, spaced at 1 in., center-to-center. Hand-operated tining equipment that produces an equivalent texture may be used only on small or irregularly shaped areas or, when permitted, in emergencies due to equipment breakdown. E. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent of all other equipment when production rates are such that the first application of membrane curing compound cannot be accomplished immediately after texturing and after free moisture has disappeared. Hand-operated pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas or, when permitted, in emergencies due to equipment breakdown. F. Sawing Equipment. Provide power-driven concrete saws to saw the joints shown on the plans. Provide standby power-driven concrete saws during concrete sawing operations . Provide adequate illumination for nighttime sawing. G. Grinding Equipment. When required, provide self-propelled powered grinding equip~ent that is specifically designed to smooth and texture concrete pavement using circular diamond blades. Provide equipment with automatic grade control capable of grinding at least a 3-ft. width longitudinally in each pass without damaging the concrete. H. Testing Equipment. Provide testing equipment regardless of job-control testing responsibilities in accordance with Item 421 , "Hydraulic Cement Concrete," unless otherwise shown in the plans or specified . I. Coring Equipment. When required, provide coring equipment capable of extracting cores in accordance with the requirements ofTex-424-A. J. Miscellaneous Equipment. Furnish both 10-ft. and 15-ft. steel or magnesium long-handled standard straightedges . Furnish enough work bridges, long enough to span the pavement, for finishing and inspection operations. Furnish date stencils to impress pavement placement dates into the fresh concrete, with numerals approximately 2 in. high by 1 in. wide by 1/4 in. deep . 360.4. Construction. Obtain approval for adjustments to plan grade-line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth , clean, compacted condition in conformity with the required section and established grade until the pavement concrete is placed. Keep subgrade or base damp with water sufficiently in advance of placing pavement concrete. Adequately light the active work areas for all nighttime operations . Provide and maintain tools and materials to perform testing . A. Paving and Quality Control Plan. Submit a paving and quality control plan for approval before beginning pavement construction operations . Include details of all operations in the concrete paving process, including longitudinal construction joint layout, sequencing, curing, lighting, early opening, leave-outs, sawing, inspection, testing, construction methods, other details and description of all equipment. List certified personnel performing the testing. Submit revisions to the paving and quality control plan for approval. B. Job-Control Testing. Unless otherwise shown on the plans, perform all fresh and hardened concrete job-control testing at the specified frequency. Provide job-control testing personnel meeting the requirements of Item 421 , "Hydraulic Cement Concrete." Provide and maintain testing equipment, including strength testing equipment at a location acceptable to the Engineer. Use of a commercial laboratory is acceptable. Maintain all testing equipment calibrated in accordance with pertinent test methods . Make strength-testing equipment available to the Engineer for verification testing. Provide the Engineer the opportunity to witness all tests . The Engineer may require a retest if not given the opportunity to witness . Furnish a copy of all test results to the Engineer daily. Check the first few concrete loads for slump, air, and temperature on start-up production days to check for concrete conformance and consistency. Sample and prepare strength test specimens (2 specimens per test) on the first day of production and for each 3,000 sq. yd. or fraction thereof of concrete pavement thereafter. Prepare at least 1 set of strength-test specimens for each production day . Perform slump , air, and temperature tests each time strength specimens are made. Monitor concrete temperature to en sure that concrete is consistently within the temperature requirements . The Engineer will direct randomjob- control sampling and testing . Immediately investigate and take corrective action as approved if any Contractor test result, including tests performed for verification purposes , does not meet specification requirements . When job-control testing by the Contractor is waived by the plans, the Engineer will perform the testing; however, this does not waive the Contractor's responsibility for providing materials and work in accordance with this Item. 1. Job-Control Strength. Unless otherwise shown on the plans or permitted by the Engineer, use 7-day job-control concrete strength testing in accordance with Tex-448-A or Tex-418-A. For 7-day job-control by flexural strength, use a flexural strength of 520 psi or a lower job-control strength value proven to meet a 28-day flexural strength of 680 psi as correlated in accordance with Tex-427 -A. For 7-day job-control by compressive strength, use a compressive strength of 3,200 psi or a lower job-control strength value proven to meet a 28-day compressive strength of 4,400 psi as correlated in accordance with Tex-427-A. Job control of concrete strength may be correlated to an age other than 7 days in accordance with Tex-427-A when approved. Job-control strength of Class HES concrete is based on the required strength and time. When a job-control concrete strength test value is more than 10% below the required job-control strength or when 3 consecutive job-control strength values fall below the required job-control strength, investigate the strength test procedures, the quality of materials, the concrete production operations, and other possible problem areas to determine the cause. Take necessary action to correct the problem, including redesign of the concrete mix if needed . The Engineer may suspend concrete paving if the Contractor is unable to identify, document, and correct the cause of low strength test values in a timely manner. If any job-control strength is more than 15% below the required job-control strength, the Engineer will evaluate the structural adequacy of the pavements . When directed, remove and replace pavements found to be structurally inadequate at no additional cost. 2. Split-Samp le Verification Testing. Perform split-sample verification testing with the Engineer on random samples taken and split by the Engineer at a rate of at least 1 for every 10 job-control samples. The Engineer will evaluate the results of split-sample verification testing. Immediately investigate and take corrective action as approved when results of split-sample verification testing differ more than the allowable differences shown in Table 1, or when the average of 10 job-control strength results and the Engineer's split-sample strength result differ by more than 10%. Table! V 'fl en 1cation estin~ 1m1ts T L ' . Test Method Allowable Differences Temperature Tex-422-A 2°F Slump , Tex-415-A 1 in . Air content, Tex-414-A or Tex-416-A 1% Flexural strength , Tex-448-A 19% Compress ive strength, Tex-418-A 10% C. Reinforcing Steel and Joint Assemblies. Accurately place and secure in position all reinforcing steel as shown on the plans. Place dowels at mid-depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignment of dowels will be shown on the plans. Stagger the longitudinal reinforcement splices to avoid having more than 1/3 of the splices within a 2-ft. longitudinal length of each lane of the pavement. Use multiple-piece tie bars or drill and epoxy grout tie bars at longitudinal construction joints. Verify that tie bars that are drilled and epoxied into concrete at longitudinal construction joints develop a pullout resistance equal to a minimum of 3/4 of the yield strength of the steel after 7 days . Test 15 bars using ASTM E 488, except that alternate approved equipment may be used. All 15 tested bars must meet the required pullout strength. If any of the test results do not meet the required minimum pullout strength, perform corrective measures to provide equivalent pullout resistance. Repair damage from testing. Acceptable corrective measures include but are not limited to installation of additional or longer tie bars. 1. Manual Placement. Secure reinforcing bars at alternate intersections with wire ties or locking support chairs. Tie all splices with wire. 2. Mechanical Placement. If mechanical placement of reinforcement results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies, complete the work using manual methods. D. Joints. Install joints as shown on the plans. Joint sealants are not required on concrete pavement that is to be overlaid with asphaltic materials . Clean and seal joints in accordance with Item 438 , "Cleaning and Sealing Joints and Cracks (Rigid Pavement and Bridge Decks)." Repair excessive spalling of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to all traffic. When placing of concrete is stopped, install a rigid transverse bulkhead, accurately notched for the reinforcing steel and shaped accurately to the cross-section of the pavement. 1. Placing Reinforcement at Joints. Where the plans require an assembly of parts at pavement joints, complete and place the assembly at the required location and elevation with all parts rigidly secured in the required position. Accurately notch joint materials for the reinforcing steel. 2. Transverse Construction Joints. a. Continuously Reinforced Concrete Pavement (CRCP). Install additional longitudinal reinforcement through the bulkhead when shown on the plans. Protect the reinforcing steel immediately beyond the construction joint from damage, vibration , and impact. b. Concrete Pavement Contraction Design (CPCD). When the placing of concrete is intentionally stopped, install and rigidly secure a complete joint assembly and bulkhead in the planned transverse contraction joint location . When the placing of concrete is unintentionally stopped, install a transverse construction joint either at a planned transverse contraction joint location or mid-slab between planned transverse contraction joints. For mid-slab construction joints, install tie bars of the size and spacing used in the longitudinal joints. c. Curb Joints. Provide joints in the curb of the same type and location as the adjacent pavement. Use expansion joint material of the same thickness, type, and quality required for the pavement and of the section shown for the curb . Extend expansion joints through the curb . Construct curb joints at all transverse pavement joints. For non-monolithic curbs, place reinforcing steel into the plastic concrete pavement as shown on the plans unless otherwise approved . Form or saw the weakened plane joint across the full width of concrete pavement and through the monolithic curbs . Construct curb joints in accordance with Item 529 , "Concrete Curb, Gutter, and Combined Curb and Gutter." E. Placing and Removing Forms. Use clean and oiled forms . Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together to prevent relative displacement. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment , and stability of forms immediately before placing concrete, and make all necessary corrections . Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 1/8 in. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade . A void damage to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwise approved . When forms are removed before 72 hr. after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. Forms that are not the same depth as the pavement but are within 2 in. of that depth are permitted if the sub base is trenched or the full width and length of the form base is supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 100-ft. radius or less. F. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 in. Segregated concrete is subject to rejection . Place agitated concrete within 60 min . after batching. Place non-agitated concrete within 45 min . after batching. In hot weather or under conditions causing quick setting of the concrete, times may be reduced by the Engineer. Time limitations may be extended if the Contractor can demonstrate that the concrete can be properly placed, consolidated, and finished without the use of additional water. G. Concrete Placement. Do not allow the pavement edge to deviate from the established paving line by more than 1/2 in. at any point. Place the concrete as near as possible to its final location, and minimize segregation and rehandling . Where hand spreading is necessary, distribute concrete using shovels. Do not use rakes or vibrators to distribute concrete. 1. Pavement. Consolidate all concrete by approved mechanical v ibrators operated on the front of the pav ing equipment. Use immersion-type vibrators that simultaneously consolidate the full width of the placement when machine finishing . Keep vibrators from dislodging reinforcement. Use hand- operated vibrators to consolidate concrete in areas not accessible to the machine-mounted vibrators . Do not operate machine-mounted vibrators while the paving equipment is stationary. Vibrator operations are subject to review. 2. Date Imprinting. Imprint dates in the fresh concrete indicating the date of the concrete placement. Make impressions approximately 1 ft . from the outside longitudinal construction joint or edge of pavement and approximately 1 ft. from the transverse construction joint at the beginning of the placement day. Orient the impressions to be read from the outside shoulder in the direction of final traffic. Impress date in DD-MM-YY format. Imprinting of the Contractor name or logo in similar size characters to the date is allowed . 3. Curbs. Where curbs are placed separately, conform to the requirements ofltem 529 , "Concrete Curb, Gutter, and Combined Curb and Gutter." 4. Temperature Restrictions. Place concrete that is between 40 °F and 95 °F when measured in accordance with Tex-422-A at the time of discharge, except that concrete may be used ifit was already in transit when the temperature was found to exceed the allowable maximum. Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95 °F . Do not place concrete when the ambient temperature in the shade is below 40°F and falling unless approved. Concrete may be placed when the ambient temperature in the shade is above 35 °F and rising or above 40°F . When temperatures warrant protection against freezing, protect the pav ement with an approved insulating material capable of protecting the concrete for the specified curing period. Submit for approval proposed measures to protect the concrete frqm anticipated freezing weather for the first 72 hr. after placement. Repair or replace all concrete damaged by freezing . H. Spreading and Finishing. Finish all concrete pavement with approv ed self-propelled equipment. Use power-driven spreaders, power-driven vibrators, power-driven strike-off, and screed, or approv ed alternate equipment. Use the transverse finishing equipi;nent to compact and strike off the concrete to the required section and grade without surface voids. Use float equipment for final finishing. Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry . 1. Finished Surface. Perform sufficient checks with long-handled 10-ft. and 15-ft. straightedges on the plastic concrete to ensure that the final surface is within the tolerances specified in Surface Test A in Item 585, "Ride Quality for Pavement Surfaces." Check with the straightedge parallel to the centerline. 2. Maintenance of Surface Moisture. Prevent surface drying of the pavement before application of the curing system. Accomplish this by fog applications of evaporation retardant on the pavement surface. Apply evaporation retardant at the rate recommended by the manufacturer. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied . Do not use evaporation retardant as a finishing aid. Failure to take acceptable precautions to prevent surface drying of the pavement will be cause for shut down of pavement operations. 3. Surface Texturing. Perform surface texturing using a combination of a carpet drag and metal tining. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal-tine texture finish is required unless otherwise shown on the plans. Provide the metal-tine finish immediately after the concrete surface has set enough for consistent tining . Operate the metal-tine device to obtain grooves spaced at 1 in., approximately 3/16 in . deep , with a minimum depth of 1/8 in., and approximately 1/12 in . wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements . Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. 4. Small or Irregular Placements. Where machine placements and finishing of concrete pavement are not practical, use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade. 5. Emergency Procedures. Use hand-operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown. I. Curing. Keep the concrete pavement surface from drying by water fogging until the curing material has been applied. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days. A curing day is defined as a 24-hr. period when either the temperature taken in the shade away from artificial heat is above 50°F for at least 19 hr. or when the surface temperature of the concrete is maintained above 40°F for 24 hr. Curing begins when the concrete curing system has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. Other methods of curing in accordance with Item 420, "Concrete Structures," may be used when specified or approved. 1. Membrane Curing. After texturing and immediately after the free surface moisture has disappeared, spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual application rate of not more than 180 sq. ft. per gallon. Apply the first coat within 10 min . after completing texturing operations. Apply the second coat within 30 min. after completing texturing operations. Before and during application, maintain curing compounds in a uniformly agitated condition, free of settlement. Do not thin or dilute the curing compound. Where the coating shows discontinuities or other defects or if rain falls on the newly coated surface before the film has dried enough to resist damage, apply additional compound at the same rate of coverage to correct the damage. Ensure that the curing compound coats the sides of the tining grooves. 2. Asphalt Curing. When an asphaltic concrete overlay is required, apply a uniform coating of asphalt curing at a rate of 90 to 180 sq. ft. per gallon as required. Apply curing immediately after texturing and just after the free moisture (sheen) has disappeared. Obtain approval to add water to the emulsion to improve spray distribution. Maintain the asphalt application rate when using diluted emulsions . Maintain the emulsion in a mixed condition during application. 3. Curing Class HES Concrete. For all Class HES concrete pavement, provide membrane curing in accordance with Section 360.4.1.1 , "Membrane Curing," followed promptly by water curing until opening strength is achieved but not less than 24 hr. J. Sawing Joints. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement regardless of time of day or weather conditions . Some minor raveling of the saw cut is acceptable. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr. of curing . K. Protection of Pavement and Opening to Traffic. Testing for early opening is the responsibility of the Contractor regardless of job-control testing responsibilities unless otherwise shown in the plans or directed. Testing result interpretation for opening to traffic is subject to the approval of the Engineer. 1. Protection of Pavement. Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Before opening to traffic, protect the pavement from damage due to crossings using approved methods. Where a detour is not readily available or economically feasible , an occasional crossing of the roadway with overweight equipment may be permitted for relocating equipment only but not for hauling material. When an occasional crossing of overweight equipment is permitted, temporary matting or other approved methods may be required . Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage. Apply as needed to protect the pavement surface from weather. 2. Opening Pavement to All Traffic. Pavement that is 7 days old may be opened to all traffic . Before opening to traffic, clean pavement, place stable material against the pavement edges, seal joints, and perform all other traffic safety related work. 3. Opening Pavement to Construction Equipment. Unless otherwise shown on the plans, concrete pavement may be opened early to concrete paving equipment and related delivery equipment after the concrete is at least 48 hr. old and opening strength has been demonstrated in accordance with Section 360.4.K.4, "Early Opening to All Traffic," before curing is complete. Keep delivery equipment at least 2 ft. from the edge of the concrete pavement. Keep tracks of the paving equipment at least 1 ft. from the pavement edge. Protect textured surfaces from the paving equipment. Restore damaged membrane curing as soon as possible. Repair pavement damaged by paving or delivery equipment before opening to all traffic. 4. Early Opening to All Traffic. Concrete pavement may be opened after curing is complete and the concrete has attained a flexural strength of 450 psi or a compressive strength of 2,800 psi , except that pavement using Class HES concrete may be opened after 24 hr. if the specified strength is achieved. a. Strength Testing. Test concrete specimens cured under the same conditions as the portion of the pavement involved. b. Maturity Method. Unless otherwise shown on the plans, the maturity method, Tex-426-A, may be used to estimate concrete strength for early opening pavement to traffic. Install at least 2 maturity thermocouples for each day's placement in areas where the maturity method will be used for early opening. Thermocouples, when used, will be installed near the days final placement for areas being evaluated for early opening. Use test specimens to verify the strength-maturity relationship in accordance with Tex-426-A, starting with the first day's placement corresponding to the early opening pavement section. After the first day, verify the strength-maturity relationship at least every 10 days of production. Establish a new strength-maturity relationship when the strength specimens deviate more than 10% from the maturity-estimated strengths. Suspend use of the maturity method for opening pavements to traffic when the strength-maturity relationship deviates by more than 10% until a new strength-maturity relationship is established. When the maturity method is used intermittently or for only specific areas, the frequency of verification will be as determined by the Engineer. 5. Emergency Opening to Traffic. Under emergency conditions, when the pavement is at least 72 hr. old, open the pavement to traffic when directed in writing . Remove all obstructing materials, place stable material against the pavement edges, and perform other work involved in providing for the safety of traffic as required for emergency opening. L. Pavement Thickness. The Engineer will check the thickness in accordance with Tex-423-A unless other methods are shown on the plans. The Engineer will perform 1 thickness test consisting of 1 reading at approximately the center of each lane every 500 ft . or fraction thereof. Core where directed in accordance with Tex-424-A to verify deficiencies of more than 0 .2 in. from plan thickness and to determine the limits of deficiencies of more than 0 .75 in. from plan thickness . Fill core holes using a concrete mixture and method approved by the Engineer. 1. Thickness Deficiencies Greater than 0.2 in. When any depth test measured in accordance with Tex-423-A is deficient by more than 0.2 in. from the plan thickness, take one 4-in . diameter core at that location to verify the measurement. If the core is deficient by more than 0.2 in . but not by more than 0.75 in. from the plan thickness, take 2 additional cores from the unit (as defined in Section 360.4.L.3, "Pavement Units for Payment Adjustment") at intervals of at least 150 ft. and at locations selected by the Engineer, and determine the thickness of the unit for payment purposes by averaging the length of the 3 cores. In calculations of the average thickness of this unit of pavement, measurements in excess of the specified thickness by more than 0.2 in . will be considered as the specified thickness plus 0 .2 in . 2. Thickness Deficiencies Greater than 0. 75 in. If a core is deficient by more than 0 . 75 in., take additional cores at 10 ft. intervals in each direction parallel to the centerline to determine the boundary of the deficient area. The Engineer will evaluate any area of pavement found deficient in thickness by more than 0.75 in . but not more than 1 in. As directed, remove and replace the deficient areas without additional compensation or retain deficient areas without compensation . Remove and replace any area of pavement found deficient in thickness by more than 1 in. without additional compensation. 3. Pavement Units for Payment Adjustment. Limits for applying a payment adjustment for deficient pavement thickness from 0.20 in. to not more than 0 .75 in . are 500 ft. of pavement in each lane. Lane width will be as shown on typical sections and pavement design standards. For greater than 0.75 in. deficient thickness, the limits for applying zero payment or requiring removal will be defined by coring or equivalent nondestructive means as determined by the Engineer. The remaining portion of the unit determined to be less than 0.75 in. deficient will be subject to the payment adjustment based on the average core thickness at each end of the 10 ft. interval investigation as determined by the Engineer. Shoulders will be measured for thickness unless otherwise shown on the plans. Shoulders 6 ft. wide or wider will be considered as lanes. Shoulders less than 6 ft. wide will be considered part of the adjacent Jane. Limits for applying payment adjustment for deficient pavement thickness for ramps, widenings, acceleration and deceleration lanes, and other miscellaneous areas are 500 ft. in length. Areas less than 500 ft. in length will be individually evaluated for payment adjustment based on the plan area. M. Ride Quality. Unless otherwise shown on the plans, measure ride quality in accordance with Item 585, "Ride Quality for Pavement Surfaces." 360.5. Measurement. This Item will be measured as follows: A. Concrete Pavement. Concrete pavement will be measured by the square yard of surface area in place. The surface area includes the portion of the pavement slab extending beneath the curb. B. Curb. Curb on concrete pavement will be measured by the foot in place. 360.6. Payment. These prices are full compensation for materials, equipment, labor, tools , and incidentals. A. Concrete Pavement. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the adjusted unit price bid for "Concrete Pavement" of the type and depth specified as adjusted in accordance with Section 360.6.B, "Deficient Thickness Adjustment." B. Deficient Thickness Adjustment. Where the average thickness of pavement is deficient in thickness by more than 0.2 in . but not more than 0 .75 in., payment will be made using the adjustment factor as specified in Table 2 applied to the bid price for the deficient area for each unit as defined under Section 360.4.L.3, "Pavement Units for Payment Adjustment." D ti . e c1ent IC ess nee 11ustment Table 2 Th' kn P. Ad. F actor Deficiency in Thickness Determined by Proportional Part of Contract Price Cores (in.) Allowed (adiustment factor) Not deficient 1.00 Over 0 .00 through 0.20 1.00 Over 0 .20 through 0.30 0 .80 Over 0.30 through 0.40 0 .72 Over 0.40 through 0.50 0 .68 Over 0 .50 through 0. 75 0 .57 C. Curb. Work performed and furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Curb" of the type specified. Project Name: Concrete Restoration ______ ) DOE Project Number: ___ _ Mapsco Location: ____ _ Street Maintenance Work Notice As part of the City of Fort Worth's Street Maintenance Program, _______ _ has been contracted to repair your street. During the maintenance work , there will be a brief time that you may not have access to your residence or business . On the days specified below, vehicles can not be parked on the street. Also, please turn off your sprinkler adjacent to the street. If you have any questions or concerns, please contact contractor ________ _ at ------------ If we are not able to resolve your concern to your satisfaction, you may also contact City of Fort Worth Inspector at , Monday- Friday between 7:30 a.m . and 4:30 p.m. After 4:30 p.m. and on weekends, call {817) 392-8100. Block Street Project Limits Name Limits 1100 to 1200 Brown Street Yates Avenue to Keller Springs Parkway Expected Construction Dates Weather Permitting From 6-20-06 to 7-4 -06 Nombre del Proyecto: Concrete Restoration (.__ ___ _,) Numero del Proyecto DOE: ___ _ Ubicaci6n Mapsco: ____ _ Notificacion de Mantenimiento de la Calle Como parte del Programa de Mantenimiento de las Calles de la Ciudad de Fort Worth, ____________ ha sido contratado para reparar su calle. Durante este trabajo de mantenimiento, habra un tiempo breve en que no tenga acceso a su hogar o negocio. En los dias especificados abajo, vehiculos no deben estacionarse el la calle. Tambien, por favor apague su sistema de regar el cesped cerca de la calle. Si tiene alguna pregunta o concierne, por favor llame al contratista _______ al Si no resuelve su concierne a su satisfacci6n, puede tambien llamar a la Oficina de lnspecci6n de la Ciudad de Fort Worth al , de lunes a viernes entre las 7:30 a.m. y 4:30 p.m. Despues de las 4:30 p.m. o en los fines de semana llame al (817) 392-8100. Li mites Nombre Limites De Blogues de Calle De Proyecto 1100 a 1200 Brown Street Yates Avenue a Keller Springs Parkway Fechas de Construcci6n Permitiendo el Estado de Tiempo De 6-20-06 a 7 -4-06 4' -0" FONTS: PROJECT DESIGNATION SIGN ---------4' -0" --------- 11 " 4rCfORTWo--RT~'"'H=1 1~• 4 sf' =13" 3" r= Project Title 1 1 ,, 3 "1= 2ND LINE t IF NECE SSAR Y _/ --r-3 11 1 ~,,======= Contractor: --=± l" 2~"LContractor's Name 1 2 1 f'I: Scheduled Completion Date 1 ~,, I Year 1 " 2 5" 1 " FORT WORTH LOGO = CHEL TINGHAM BOLD ALL OTHER LETTERING = ARIAL BOLD LOGO COLORS: FORT WORTH -PMS 288 LONGHORN LOGO -PMS 167 LETTERING -PMS 288 BACKGROUND -WHITE BORDER -BLUE PROJECT DESIGNATION SIGN CITY OF FORT WORTH-CONSTRUCTION STANDARD DRAWING NO . DATE : 9 -20-02 COLLAR CONFIGURAT ION FOR PAVED AREA ... I ... COLLAR CONF IGURATION FOR UNPAVED AREA 5'-0" MANHOLE FRAME ANO -'r-~~-~-,-.--....-..+..,.....,,,.....,...,......,.,""""',,.....,,....,_ '------~- 32" DIA. DUCTILE IRON COVER . (REFER TO STD . PRODUCT LIST) A L 4000 PSI CONCRETE 8-#4 REBARS TYP . CD 2 " X 8 " X 30" 1.0. CONCRETE PRECAST GRADE RINGS PER ASTM C478. REBAR SHALL BE PLACED 3" MIN . FROM TOP AND BOTTOM OF CONCRETE COLLAR . E1-14, El-20, E1-21 MA TERIAL E2 -1 4 , E2-20, E2-21 CONSTRUCTION © SECTION A-A WHERE MANHOLES ARE IN THE STREET, INST ALL 2 OR MORE GRADE RINGS , AS NEEDED , BETWEEN CASTING AND TOP OF PAVEMENT. HINGED LIDS INS TALLED IN STREETS SHALL OPEN AGA INST THE FLOW OF TRAFFIC . ® CITY OF FORT WORTH , TEXAS MANHOLE FRAME, COVER, GRADE RINGS AND CONCRETE COLLAR A J 0 I in *" CHAMFER (TYP.) GROUND CONCRETE COLLAR HEIGHT VARIES HINGED LIDS ARE REQUIRED ON ALL ELEVATED MANHOLES , JUNCTION BOXES AND WHERE SPECIFIED ON PLANS . (REFER TO STD . PRODUCTS LIST) LOCKS TO BE INSTALLED ON ALL MANHOLE LIDS BELOW THE 100-YEAR FLOOD ELEV . AND WHERE SPEC IFIED ON PLANS . DATE : OCT. 2009 SAN-009 Item N b um I 2 3 Water .. Valve Riser Cross Section view ~ ~ 12 gage 090 galvanized steel G)~ f Height I new asphalt overlay , ... ~.,_ __ 3/8" 0 .0 .M. Tube Item Material Description er D ti escr1p on Steel Sltir1 12 gaae A.I.S.I. 1020 Steel (A-36) G-90 Galvaniud Weld Lincoln Outmheild 71 Elite 045 3/1" wide D .O M Tube D. 0 M. Tube A.I.S .I. 1026 (A513 tvue Sl Tensile YI Id e 33,000 PS I. 75 000 PSI. 72 000 Ps.J Tensile Ultl t ma e 60,000 P.S .I. 15 000 P.S.I. 17 000 PSI. -- Manhole Riser 3/8" Dia. Hole With 302 Stainless Steel Roll Pin Cross Section view ~ J.---IO or 12 gage 090 galvanized steel G)_.... Expanding Linkage 2 1/4" !P7"lm-,r,.,w., .. T • -•a-.~ f-• -• -:·"'·'·"' ....... ....,..~ ~~~ ....... l. - . JIii'_ -~ 1-. -. _ L .... ~~~ 4 J 14" Item Item Material Description N be Desc . ti um r np1 011 I 311" RoU Pins 302 Slainlcs Stcd ( 14 000 LB Double Sheer Strcnl!lh) 2 Steel Skirt 12 or 10 gap ,US.I. 1020 Sceel (A -36) G-90 Galvanized J Weld 6Wr 70-~ c1rcumfercnae ~ldcd 4 3/4'. wide Ri.11:1 Bar Hoc Rolled Seed AI.S.I . 1020 (A-36) .5 Rod Ends Forsina AI.S.I . C-1030 Sl«I Heal Treated BHN 240 Zinc Pia.led with Dic:hron.ae Finish 6 f umt.dle A l .SI. 1020 BHN 149 l ine PIiied dicud in Lircbldcer ~ inhibitor f He ight I new asphalt overlay , .. 4.---3/4 .. thick riser bar 3/8" I. D. 3/8" -16 Thread Tensile y · Id ,e 33.000 PS.I 7.5 000 PS.I . JJ ,000 PS.I . 70,000 PS.I . 70.000 PS.I Tensile Ulti mate 60 ,000 PS.I. 8.5 000 PS.I . 60000 PSI. 92.000 P S.I . 80 .000 PS I 8" ';--.. 24" CHAIN, NO SWIVEL USE #3 BARS X 3'-2" 0 22" O.C., UNLESS CONNECTING TO PAVEMENT, THEN USE #3 BARS X 5'-3" 0 22" O.C. *" CHAMFER 3'-0" FLOW LINE OF GUTTER 24" ;.... A :::J PLAN VIEW TOP OF CURB 10'-0" OPENING PAY LIMIT OF INLET ELEVATION VIEW 2· ;.... SECTION 8-8 (13 BARS O 12" O.C. (REAR FACE, REAR WALL) #3 BARS O 18" O.C. (NEAR FACE, REAR WALL) 8"1- NOTES : #4 BAR X 11 '-Q" 1. DIMENSION "D" (DEPTH) FOR ALL STANDARD 10' INLETS SHALL BE 4'-0" AT THE UPPER END AND 4'-8" AT THE OUTLET END (MEASURED FROM THE TOP OF CURB). FOR NON-STANDARD INLETS THE DEPTH WILL BE SHOWN ON THE PLANS. 2 . DIMENSION "A" SHALL BE THE GUTTER DIMENSION IN USE ON THE PROJECT . r 3'-0" TOP OF CURB (2) #4 BARS X 15'-9" 8 J 3 . IF MANHOLE DEPTH IS OVER 5·-0·. STEPS WILL BE REQUIRED AND SHALL BE CONSTRUCTED PER DRAWING SD-013. 4 . GUTTER CONSTRUCTION IN FRONT OF INLET (AS SHOWN) IS TO BE CONSIDERED AS PART OF SAME. 5 . ALL EXPOSED SURFACES ARE TO BE WELL FIN ISHED. EXCAVATION FOR INLET IS TO BE INCLUDED IN PRICE BID FOR SAME. A 1'-o· -1----1-----, VARIES (SEE FACE OF CURB NOTE 2} RADIUS AND- SLOPE AS STD . CURB ;.... . co GRADE OF GUTTER -::-AT INLET C/L ~ a 0 z V, w w w a" ~ < > 8" ~ SECTION A-A REVISED DATE : 11-2009 CITY OF FORT WORTH, TEXAS STANDARD 10' STORM DRAIN INLET DATE : 06-2007 SD-001 IA RING AND COVER TO ,-----------------------------, ~~E~o~G~~~iTED j@c.1. --------c .1. ilF8T CENTER-WALC SEE-@.1. ~ I 0 I °N I COVER COVER 1r ll SECTION A-A AND COVER I v. -------~ __ NOTE 1 ----- \ ~ --------------~-----~ 0\ '1J - - - - --,-- - ---- - - - - - -- 18" DEPRESSED -----~-} (SEE NOTE 3) FACE OF CURB PLAN VIEW : -~-,::·' ··:•- ·~ •t • . -~: .. t~·~t.: I· (2) #3 BARS @ 6" o .c . : C1l ,.,1 5'-0" : <D FACE OF CURB 8 " THICK WALL AT CENTER OF DOUBLE 1 O' INLET '".:;/i .·;:·i ~-----+-,-,--(2) #6 BARS @ 6 " O.C. ONL Y };/ IN CENTER WALL OF DOUBLE '.j;, 1 O' INLET , . : .. 3'-4" -I SECTION A-A 20'-8" s'-o" TOP OF CURB LU iJ I J 10'-o" I 8"-j --· ------- ELEVATION VIEW NOTES : 1. ONE DOUBLE 10' INLET SHALL CONSIST OF TWO STANDARD 10' REINFORCED CONCRETE INLETS CONSTRUCTED TOGETHER AS A SINGLE UNIT WITH THE ADJACENT ENDS OF THE TWO INLETS REMOVED AND JOINED TOGETHER SO AS TO FORM A CONTINUOUS BO X INLET HAVING A 20'-8" LENGTH OPENING . PROVIDE AN 8" CENTER WALL AS SHOWN IN SECTION A-A. 2 . SEE DRAWING NO . SD -001 FOR FINISHED INLET DETAILS . 3 . DIMENSION "A" SHALL MATCH GUTTER DIMENSION IN USE ON THE PROJECT. CITY OF FORT WORTH , TEXAS RECESSED DOUBLE 1 O' STORM DRAIN INLET DATE : 06-2007 SD-003 ,-.. i!: a... . w 5o 'I ~u oz w ct: t- MUST BE GREATER WITH LATERALS UNDER PAVEMENT NOTES: (!) I DIM . 'B' (TRENCH WIDTH) SEE TABLE 1 TABLE 1 LIMITS OF EXCAVATION DIM. A DIM. B 2.5' TO 6' ,._ 7" 6' TO 10' 2'-1" 10' TO 15' 2'-7" OVER 15' 3 '-1" 1'-6" MIN . t WASHED ROCK PER ITEM 402 1. FIELD INSTALLATION SHALL BE IN ACCORDANCE WITH STORM WATER DETAIL SD-023. 2. PIPE SHALL BE : (A) 6" DIAMETER PERFORATED SCHEDULE 40 PVC; (B) 6" DIAMETER PERFORATED TYPE S (DUAL-WALL) HOPE PIPE PER AASHTO M252; OR, (C) CORRUGATED PVC PIPE PER ASTM F949. NOTE THAT CORRUGATED POLYETHYLENE TUBING (ASTM F405) IS NO LON GER PERMITTED FOR SUBDRA INS . CURB & GUTTER REV ISED : 11 -2009 CITY OF FORT WORT H , T EXAS SUBDRAIN DAT E : 08-2006 STR-015 PERPENDICULAR C URB RAMP PtanUngorolher noo-walklng su'fa«i lfdropoff l1not .~- 2'mln.runat 8.3% WITH DETECTABLE WARNING SURFACE COMBINATION CURB RAMPS WITHSIOE Fl.ARES NOT ADJACE NT TO WAU( SURFACE ~ 0----------------------'--~ RampUmit. AVEMENT CURB& GUTTER SLOP 1•:12• 4',i:4' LANDIN G ~ ~ SECTI ON D-D LINE RE1NFORCEt.ENT (TYPICAl. RAMP SE CTION) AS IN ADJACENT CURB ANO GUTTER 9 ·~ SE~:!"SANO LINE CONTRACTKlN R ./OINT(M'.) PERPENDICULLAR C URB RAMP (RETURN ED C URB) NOTE ~ USE ONLY ON RESIDENTIAL TYPE SlREETS DIAGONAL CURB RAMP (RETURNED CU R B) Perpendiculllf to the Tangent of the Curb Radiu1 and Contained In Cn:i1sw.ik COMBINATION CURB RAMPS USED ONLY w/CITY APPROVAL I TYPEE I Ramp limits of Payment aneoverlng ~ /7, FlARES~S-o 4' ,. SDEWALK SLOPE CROSSWALI( 1·:12· MAX. PICAL). NOTE : USE ONLY ON RESIDENTIAL TYPE STREETS DIAGONAL C URB RAMP (FLARE D SIDES) DETECTABLE WARNINGS GENERAL NOTES FOR DETECTABLE WARNINGS . ON SIDEWALK RAMPS (CURB RAMPS) 1. Curb ramps must conta in a detectable wamlng surface that consists of raised truncated domes complying with Section 4.29 of the Texas Accessibility Standards (TAS). The surface must contrast visuenywith adjoining surfaces, including side nares . Furnish dark brown or dark red detectable warning surface adjacent to uncolored concreto, unless specified elsewhere In the pla ns. 2. Detectable warning su!faces must be slip resistant and not allow weterto accumulate. 3. Align truncated domes In the direction of pedestrian travel when entering the street. 4. Shaded areas indicate the approximate location for the detectable warning surface for each curb ramp type. 5 . Detectable warning sulfaces shall be a minimum of 24· In depth In the direction of pedestrian trawl, end extend the full width of the curb ramp or land Ing where the pedestrian access route enters the street. 6. Detectable warning surfaces shalt be located so that the edge nearest the curb line Is a minimum of 6-end a Typical placement of deleclable warning surface on sloping ramp run. DETAIL "A" Face of cu,b maximum of 8• from the extension of the /ace of curb . Detectable warning surfaces may be curved along the comer radius. 7. The following is en approved llst of Cast-In-Piece Detectable Werning Materials and Uieir rnanufacturera: 7a . Armor Tile (vitrified polymer composite) by Engineered Plasllcs, Inc., Williamsville, NY. Denotes planting or non-walklng slV}a.c!:~··:::: ~/::,: :.7;.;~:~~~~~rfac 7b . Tactile Pavers (fired clay pave.rs) by Pine Hell Brick, Winston-Salem, NC. 8~ 7c. Detactable Weming Pave r (fired clay pavers) by Westam Brick Co., Houston, TX. 7d . Tek Way Dome-TIie (concrete-based) BY Strong G. lnduslrles (LLC), Tucson, AZ.. 7e . Cast-In-Place Tile (glass and carbon reinfon~ed composite) by ADA Solutions, Inc., North Billerica, MA . NOTE : ALL RA.MPS ARE MIN. -4' WIDE . PERPENDIC ULAR RAMP @ FLUSH LANDING FLA.RE 8 . The above list of Detecta ble Warning Ma terials or their approved equal shall be used as the Detectable Werning surface on sidewalk Typlcal placement of deteclable (curb) ramps es shown on Iha pl8ns end warning surface on tending at or details on this sheet. street edge. DETAIL "B" SIDEWALK RAMP (CURB RAMP) GENERAL NOTES 1. All slopes are maximum allowable. The least possible slope that will stilt drain properl y shoul d be used . Adjust curb ramp length or grade of approach sidewalks as directed. 2. The minimum sidewalk width Is 4'. 3 . Landings shall be 4'x 4' minimum with a maximum 2% slope in any diraction. 4. ~oa,:~~iJ~r.: ~~~~:l~oa~~~/:U~!h:! :!1:i"~ru1o~rt~:~ ~~ 5 . Maximum aHoweble cross slope on sidewalk and curb ramp surfaces b 2%. 6 . Cu rb ramps with returned curbs may be u sed only where pedestrians would no t normally walk across the ramp, either because the adjacent surface is planting or oll:ler non-walltiOQ surface 7. ~~icsa~~~~t!9 J~~ea1J;~~c:i1i~i~:.~~~~ 1 6r~~~~~t~tg~~:!ef:. 0 cv~~s~~~Je~!lks 8. To serve as e pedestrian refuge area , the median should be a minimum of 5' wide. Medians should be designed to provide accessible passage ttvough them. 9 . CtKb cul ren:iJ>s ere to be located as shown on the plans or as diracted by EngineM. 10. Crosswalk dimensions, crosswalk markings and stop bar locations shall be as shown elsewhere In the ~ms. Al inlersecUons where crosswalk markings are not re~ired, 11 . ~r:u~fe!t~~=: tha~~i~t:~t.}8;5e:9: ~!~i~~k;ia~reai::::t!~!~on ~7:~s. 12. Ramps shalt be provided at all corners of str eet Intersections where there is existing or proposed sidewalk end cur b. Ramps shaH also be provkled at walk locations in mid-block in the vicinities of hospitals, medical centers, and stadiums. 13. Surface texture of the ramp shall be that obtained by a course bfooming, transverse to the slope of the ramp except et detectable warning surface areas . See details A and B. 14. ~~a;.;!~j~b:ra:!::}foi~r:ri~ f!°u~=~~~~~r!!?s~w::~~ ~~~t!thE~i:!i=.nts 15. Provide a smooth transition where the curb ramps connect lo the street 16. Curbs shown on this sheet within lhe limits of payment are considered part of the curb ramp fo r payment, whether It Is concrete curb, gutter, or combined curb and gutter. 17. Flare slope shall not exceed t 0% measured along cu rb line and where pedestrians could walk across the ramp. then Maxirrum slope shall be t :12. (8 .3 %). 18. Sidewalks shall be ramped where the driveway curb Is extended across the walk. 19. If possible, drainage structures should not be pieced in line with ramps . Location of the ramps should lake precedence over location of the drainage structure. 20. The normal gutter lme profie shalt be matained through the area of the ramp. 21. The actual limits of existing curb and gutter and sidewalk shalt be directed by the engineer in the field, 22. Contraction joints, expansion joints and s~icone sealing shall be subsidiary lo unit price bid for sidewalks and ramps. TRA NS PORTATION AND PUBLI C WOR KS DEPARTMENT Face of cU<b RAAf> 1":12"SLOPE SIDEWALK RAMP DETAILS SECTI DN I-I-H {TYPICAL RA"" SE CTK>N) COMBINATION ISLAND CUT THROUGH --~ FORT WORTH, TEXAS JOE RAOENZ 2-19-07 OR,\,WIN(lfla: 57