SPECIFICATIONS - San Antonio

2y ago
45 Views
2 Downloads
7.65 MB
119 Pages
Last View : 7d ago
Last Download : 3m ago
Upload by : Roy Essex
Transcription

CITY OF SAN ANTONIOTRANSPORTATION AND CAPITAL IMPROVEMENTSSPECIFICATIONSFOR2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7CITY MANAGERSHERYL L. SCULLEYOF TEXTEAASSTDIRECTOR OF TRANSPORTATION AND CAPITAL IMPROVEMENTSMIKE FRISBIE, P.E.OPRE10101 REUNION PLACE, STE. 200SAN ANTONIO, TEXAS 78216AUGUST 2018ELID112658112658ECE SNISGSNIONAL ENFFirm ID No. 2614ERANIOLJ.J.STEPHENANIOLSTEPHENPrepared By:8/8/2018

FY 2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7AUGUST 2018TABLE OF CONTENTSSPECIFICATIONS:PAGE REFERENCEProject DescriptionPD-1 – PD-2Bid Form (Form 020)1 PAGEUnit Pricing Form (Form 025)4 PAGESGoverning Specifications, Special Provisions, Supplemental SpecificationsAnd Special SpecificationsGSSP-1 – GSSP-6Special Provision to Item 100 – Mobilization1 PAGESpecial Provision to Item 101 – Preparing Right-of-Way1 PAGESpecial Provision to Item 205 – Hot Mix Asphaltic Concrete Pavement2 PAGESSpecial Provision to Item 500 – Concrete Curb1 PAGESpecial Provision to Item 502 – Concrete Sidewalks4 PAGESSpecial Provision to Item 503 – Asphaltic Concrete,Portland Cement Concrete, and Gravel Driveways2 PAGESSpecial Provision to Item 505 – Concrete Riprap1 PAGESpecial Provision to Item 513 – Removing & Relocation Mailboxes4 PAGESSpecial Provision to Item 520 – Hydromulching1 PAGESpecial Provision to Item 523 – Adjusting of Vehicular & Pedestrian Gates2 PAGESSpecial Provision to Item 530 – Barricades, Signs & Traffic Handling1 PAGESpecial Provision to Item 535 – Hot Applied Thermoplastic PavementMarkings1 PAGESpecial Provision to Item 536 – Preformed Pavement Markings1 PAGESpecial Provision to Item 540 – Temporary Erosion, Sedimentation& Water Pollution Prevention and Control2 PAGESSpecial Provision to Item 556 – Cast in Place Detectable WarningSurface Tiles1 PAGESpecial Provisions to Item 851 – Adjusting Existing Manhole1 PAGESupplemental Specification 1 – Removing and Relocating Sign1 PAGE

FY 2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7AUGUST 2018Supplemental Specification 2 – Elevated Sidewalk3 PAGESSupplemental Specification 3 – Sidewalk Drain Box3 PAGESSupplemental Specification 4 – Removal of Existing Rock/MasonryMail Box1 PAGESupplemental Specification 5 – Tree Removal1 PAGESupplemental Specification 6 – Adjusting Traffic Signal Box1 PAGESupplemental Specification 7 – TCI Project Sign1 PAGESupplemental Specification 8 – Police Officer1 PAGESupplemental Specification 9 – Removal of Existing Asphalt Speed Hump1 PAGESupplemental Specification 10 – Removal of Speed Hump, Type IIModular Rubber Cushion1 PAGESupplemental Specification 11 – Adjusting Metal Beam Guardrail1 PAGESupplemental Specification 12 – Door Hangers1 PAGESupplemental Specification 13 – Portable Changeable Message Sign(Electronic Message Board)1 PAGESupplemental Specification 14 – Additional Mobilization1 PAGESupplemental Specification 15 – Remove and Relocate CustomerShutoff Valve1 PAGESupplemental Specification 16 – Remove and Relocate BackflowPreventer1 PAGESupplemental Specification 17 – Remove and Relocate PressureReducing Valve1 PAGEItem No. 250 Seal Coat3 PAGESItem No. 344 Superpave Mixtures (TXDOT)28 PAGESItem No. 800 Speed Humps, 12-Foot Parabolic AsphaltConcrete Humps4 PAGESItem No. 801 Tree and Landscape Protection3 PAGESItem No. 802 Tree Pruning, Soil Amending, and Fertilization5 PAGESItem No. 804 New Tree & Shrub Planting and Maintenance4 PAGESItem No. 826-A Locating & Adjusting Existing Valve boxes1 PAGE

FY 2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7AUGUST 2018Item No. 851-A Locating & Adjusting Existing Manholes1 PAGETCI Project Sign Detail1 PAGEManhole Encasement Detail1 PAGECOSA Miscellaneous Construction Standards I (Revised)1 PAGECOSA Miscellaneous Construction Standards II (Revised)1 PAGECOSA Concrete Driveway Standards (Revised)1 PAGECOSA Wheelchair Ramp Standards (Revised)1 PAGECOSA Concrete Bus Stop Pad1 PAGECOSA Elevated Sidewalk and Retard Standard (Revised)1 PAGECOSA 12-Foot Parabolic Asphalt Concrete Speed Hump Detail2 PAGESCOSA Chain Link Wire Fence Standards1 PAGECOSA Tree Protection Details1 PAGECOSA Temporary Erosion, Sediment & Water Pollution ControlMeasures Standards I1 PAGECOSA Temporary Erosion, Sediment & Water Pollution ControlMeasures Standards II1 PAGECOSA Barricade & Construction Standards4 PAGESTxDOT Pedestrian Facilities – Curb Ramps (Revised)2 PAGESTxDOT Portable Changeable Message Sign (PCMS) BC (6)-131 PAGEGeneral Notes for Reclamation and Reconstruction Projects4 PAGES

FY 2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7Project DescriptionProject DurationThis contract shall be terminated one hundred and eighty (180) calendar days after issuanceof the first task order. The construction time (in calendar days) for each individual street willbe negotiated between the City Engineer or Project Manager and the Contractor. TheContractor will be expected to begin construction for each individual site in accordance withArticle 1- General Provisions, Section 1.2.4, Notice to Proceed and Commencement ofContract Times in the General Conditions-City of San Antonio Construction Contracts. TheContractor may also be limited to the amount of individual project sites open at any giventime depending on resources and performance. Liquidated damages for construction time willbe assessed on a per task order basis should the contractor fail to complete the constructionin the specified calendar days as negotiated by the City Engineer or Project Manager.Task Order DurationThe contractor will negotiate calendar days for each street issued by the City as part of eachtask order. Contractor will not receive the full 180 calendar days to complete each street dueto City fiscal year goals. If contractor exceeds calendar days for specified street, liquidateddamages will be assessed.Project ScopeProject construction may include but is not limited to: full reconstruction, subgrade treatment,base and surface coarse installations, full depth reclamation, cement and emulsion treatment,base and pavement replacement, concrete curbs, sidewalks, driveways, concrete retainingwalls-combination type, concrete bus pads, wheel chair ramps, removing and relocating mailboxes, asphalt speed humps, topsoil, sodding, signage, striping, elevated sidewalks, sidewalkpipe railing, adjusting existing meter boxes, valve boxes and manholes, tree pruning, removaland/or replacement, and any other items required due to the site conditions to accomplish theproject scope.Quantities included in this contract, as well as the entire bid amount are notguaranteed. Unit prices established shall remain valid throughout the duration of thiscontract.Important NotesNo direct payment shall be made for the following specification items, unless specificallylisted in the 025 unit pricing form. Contractor shall include cost of these items in various otherbid items:100.1100.2101.1530.1540MobilizationInsurance and BondPreparing Right-of-WayBarricades, Signs, and Traffic HandlingTemporary Erosion, Sedimentation and Water Pollution Prevention and ControlExcavation due to construction of curb, sidewalk, retaining walls, driveways, and parkwaygrading (edge of pavement/curb to property line) shall not be paid for directly but shall beincluded in various other bid items of which it forms a component part.PD-1

FY 2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7Removal of roadway material and/or subgrade will be paid under Item 104 streetexcavation, regardless of means and methods utilized by Contractor.Concrete Curb, Curb and Gutter, and Mountable (Roll Over) Curb:Reference special provision to Item 500 for payment on different curb types.Concrete Sidewalk Drain:Concrete sidewalk drain shall be installed in accordance with Revised MiscellaneousConstruction Standards I Detail.Traffic ControlA traffic control plan (TCP) shall be completed for every project. If the Contractor chooses touse TxDOT or CoSA standards, then providing a TCP signed by a Texas Licensed PE is notrequired. Should the Contractor choose to deviate from available TCP standards, then theContractor must submit a detailed TCP signed and sealed by a Texas Licensed PE at noadditional cost to the City.All City of San Antonio Specifications & Construction Detail sheets available on the City’sWebsite urces/StandardSpecificationsandDetails.aspxAll Construction and Material Specifications for SAWS bid items are available at:http://www.saws.org/business ss center/specs/matspecs/The Specific Contract Documents for this project are available on the City’s Website spxClick on the following link “FY 2019 Reclamation Reconstruction Task Order Package 7”PD-2

CITY OF SAN ANTONIOProject Name: FY 2019 Reclamation Reconstruction Task Order Package7 ID NO.: 23-01760-08-02Date Issued: August 10, 2018Page 1 of 1The estimated construction budget for this contract is 2,000,000.00020BID FORMLegal Name of Company (print)I. BASE BIDTotal Amount of Base Bid (CoSA SAWS CPS Energy) (Insert Amount in Words and Numbers): Person Authorized to Sign Bid/Contract (Print)Title of Person SigningAddressFax No.Local Headquarters(Check one)City, State and Zip CodeTelephone No.Local Branch OfficeE-mail AddressName of the proposed Project Manager:Name of the proposed Site Superintendent:Form 020 Bid Form

CITY OF SAN ANTONIO025 UNIT PRICING FORMPROJECT NAME: FY 2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7PROJECT NO. 23-01760-08-02ITEM NO.DESC.CODES.P.NOBID ITEM DESCRIPTIONUNIT 01,7003,875The City only will accept bid pricing to the hundredths. Any pricingextended out to three decimal points will be truncated to twodecimal points in the City's favor.BASE .2200.1A200.2201.1201.4202.1203.1205.2REMOVE CONCRETE CURBREMOVE SIDEWALKS AND DRIVEWAYSREMOVE MISCELLANEOUS CONCRETESTREET EXCAVATIONEMBANKMENT (FINAL) (ORDINARY COMPACTION) (TY B)LIME TREATED SUBGRADELIMECEMENT TREATED SUBGRADE (6-INCH COMPACTED DEPTH)CEMENTFLEXIBLE BASE (10-INCH COMPACTED DEPTH)FLEXIBLE BASE (LOOSE)CEMENT TREATMENT (EXISTING MATERIAL) (6-COMPACTED DEPTH)CEMENTPRIME COATTACK COATHOT MIX ASPHALTIC PAVEMENT, TYPE B (6-INCH COMPACTED DEPTH)205.2HOT MIX ASPHALTIC PAVEMENT, TYPE B (8-INCH COMPACTED DEPTH)TON975205.4209.1HOT MIX ASPHALTIC PAVEMENT, TYPE D (2-INCH COMPACTED DEPTH)BUS STOP CONCRETE PAVEMENT (10" DEPTH)TONSY1,500335230.3AREPLACING BASE & PAVEMENT WITH TYPE B PVMT (6-INCH COMPACTEDDEPTH)TON500230.3BREPLACING BASE & PAVEMENT WITH TYPE B PVMT (12-INCH 00236.1236.2236.3250344EMULSION (CSS-1H)EMULSION TREATMENT (EXISTING BASE) (6-INCH COMPACTED DEPTH)EMULSION TREATMENT (MIXING EXISTING MATERIAL AND NEW BASE) (6INCH COMPACTED DEPTH)SEAL COATSUPERPAVE MIXTURES SP-D SAC-A PG76-22 (2-INCH COMPACTED DEPTH)CYSYTONGALGALTONTONUNIT BIDPRICEAMOUNTITEM SEQUENCENO.

CITY OF SAN ANTONIO025 UNIT PRICING FORMPROJECT NAME: FY 2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7PROJECT NO. 23-01760-08-02ITEM D ITEM DESCRIPTIONCONCRETE CURBCONCRETE CURB AND GUTTERCONCRETE MOUNTABLE CURBCONCRETE SIDEWALKSCONCRETE SIDEWALKS (COMMERCIAL STRENGTH)PORTLAND CEMENT CONCRETE DRIVEWAYPORTLAND CEMENT CONCRETE DRIVEWAY - COMMERCIALCONCRETE RIPRAP (5" THICK)CONCRETE RETAINING WALLS - COMBINATION TYPECHAIN LINK FENCE - 4 FT HIGHCHAIN LINK FENCE - 6 FT HIGHGATES - PEDESTRIANGATES - VEHICULARRELOCATING WIRE FENCERELOCATING WROUGHT IRON FENCETIMBER GUARD POSTS ( 50 UNITS)ADJUSTING EXISTING MANHOLES (STORM SEWER)ADJUSTING EXISTING MANHOLES (AT&T)REMOVING AND RELOCATING MAIL BOXESCOMMUNITY MAILBOX SLABDECORATIVE MAILBOX (GIBRALTAR, #PED0000B)TOPSOILBERMUDA SODDINGST. AUGUSTINE SODDINGHYDROMULCHING (RESIDENTIAL OR COMMERCIAL)SIDEWALK PIPE RAILINGADJUSTING CHAIN LINK VEHICULAR GATEADJUSTING CHAIN LINK PEDESTRIAN GATEADJUSTING WROUGHT IRON VEHICULAR GATEADJUSTING WROUGHT IRON PEDESTRIAN GATECONCRETE STEPSR1-1 STOP (30")(HIGH DENSITY)R1-4 ALL WAY PLATE (18"X6")(HIGH DENSITY)R7-1 NO PARKING ANYTIME (18"X24")(HIGH DENSITY)W16-7 DIAGONAL ARROW SIGNUNIT 00251,0004,0004,000300701553325157510UNIT BIDPRICEAMOUNTITEM SEQUENCENO.

CITY OF SAN ANTONIO025 UNIT PRICING FORMPROJECT NAME: FY 2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7PROJECT NO. 23-01760-08-02ITEM S.P.NOBID ITEM DESCRIPTIONUNIT OFMEASUREAPPROX.QUANTITIESW13-1 ADVISORY SPEED SIGN (20 MPH)9 INCH [229MM] STREET NAME, BLOCK NUMBER (VARIES X9")(HIGH DENSITY)W17-3 SPECIAL SIGN (HUMP AHEAD SYMBOL SIGN)W17-3 SPECIAL SIGN (HUMP SYMBOL SIGN)4-INCH WIDE YELLOW LINE4-INCH WIDE WHITE LINE8-INCH WIDE WHITE LINERIGHT WHITE ARROWLEFT WHITE ARROWCOMBINATION THRU/RIGHT WHITE ARROWCOMBINATION THRU/LEFT WHITE ARROWWORD "ONLY"STRAIGHT WHITE ARROWSTRAIGHT WHITE ARROW BICYCLE FACILITYBICYCLE RIDER SYMBOLWHITE SHARROW (BIKE SHARED LANE)12-INCH WIDE WHITE LINE24-INCH WIDE WHITE LINE12-INCH WIDE BLACK LINE (CONTRAST)24-INCH WIDE YELLOW LINETRAFFIC BUTTON (TYPE W)TRAFFIC BUTTON (TYPE Y)PAVEMENT MARKER (TYPE I-C)PAVEMENT MARKER (TYPE II A-A)PAVEMENT MARKER (TYPE II C-R)ROCK FILTER DAMS (INSTALL/REMOVE) TYPE 2ROCK FILTER DAMS (SACK GABIONS) (INSTALL/REMOVE) TYPE 4CURB INLET GRAVEL FILTERSREMOVING AND RELOCATING IRRIGATION SYSTEMSCAST IN PLACE DETECTABLE WARNING SURFACE TILESSPEED HUMP, 12-FOOT PARABOLIC ASPHALT CONCRETE HUMPLEVEL IIA PROTECTIVE FENCINGLEVEL IIB PROTECTIVE FENCINGLEVEL II PRUNINGTREE INSTALLATION (3-INCH 207UNIT BIDPRICEAMOUNTITEM SEQUENCENO.

CITY OF SAN ANTONIO025 UNIT PRICING FORMPROJECT NAME: FY 2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7PROJECT NO. 23-01760-08-02ITEM NO.DESC.CODES.P.NOSUP 1SUP 2SUP 3SUP 4SUP 5.1SUP 5.2SUP 5.3SUP 6SUP 7SUP 8SUP 9SUP 10SUP 11SUP 12SUP 13SUP 14SUP 15SUP 16SUP 17BID ITEM DESCRIPTIONREMOVING AND RELOCATING SIGNELEVATED SIDEWALKSIDEWALK DRAIN BOXREMOVAL OF EXISTING ROCK/MASONRY MAILBOXTREE REMOVAL (8" - 16" DIAMETER)TREE REMOVAL (17" - 24" DIAMETER)TREE REMOVAL (25" - 36" DIAMETER)ADJUSTING TRAFFIC SIGNAL BOXTCI PROJECT SIGNPOLICE OFFICERREMOVAL OF EXISTING ASPHALT SPEED HUMPREMOVAL OF SPEED HUMP, TYPE II MODULAR RUBBER CUSHIONADJUSTING METAL BEAM GUARDRAILDOOR HANGERSPORTABLE CHANGEABLE MESSAGE SIGN (ELECTRONIC MESSAGE BOARD)ADDITIONAL MOBILIZATIONREMOVE AND RELOCATE CUSTOMER SHUTOFF VALVEREMOVE AND RELOCATE BACKFLOW PREVENTERREMOVE AND RELOCATE PRESSURE REDUCING VALVEUNIT LFLSMOEAEAEAEA5040525105251280340125011032075UNIT BIDPRICETotal CoSA Base Bid Amount:SAWS WATER BID ITEMS826826A833.1833.2833.3VALVE BOX ADJUSTMENTVALVE BOX LOCATE & ADJUSTMENTEXISTING METER & METER BOX RELOCATIONNEW METER BOXADJUSTING EXISTING METER BOXEAEAEAEAEA155202020Subtotal SAWS Water Base Bid Amount:AMOUNTITEM SEQUENCENO.

CITY OF SAN ANTONIO025 UNIT PRICING FORMPROJECT NAME: FY 2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7PROJECT NO. 23-01760-08-02ITEM NO.DESC.CODES.P.NOBID ITEM DESCRIPTIONUNIT OFMEASUREAPPROX.QUANTITIESEAEAEA1235UNIT BIDPRICESAWS SANITARY SEWER BID ITEMS851851A854.1ADJUSTING EXISTING MANHOLELOCATING & ADJUSTING EXISTING MANHOLEADJUSTING EXISTING SANITARY SEWER CLEANOUTSubtotal SAWS Sanitary Sewer Base Bid Amount:Total SAWS Base Bid Amount:CPS Energy BID ITEMS512.3VALVE BOX ADJUSTMENTEA10Total CPS Base Bid Amount:Total (CoSA SAWS CPS) Base Bid Amount:certifies that the unit prices shown on this complete computer print-out for all of the bid items and the alternates containedin this proposal are the unit prices intended and that its bid will be tabulated using these unit prices and no other information from this print-out.Acknowledged and agrees that the total bid amount shown will be read as its total bid and further agrees that the official totalbid amount will be determined by multiplying the unit bid prices shown in this print-out by the respective estimated quantities shown in the proposal and thentotaling all of the extended amounts. agrees to the terms, conditions, and requirements of the bidder's bid proposal.Signed:Title:Date:AMOUNTITEM SEQUENCENO.

FY 2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7AUGUST 2018CITY OF SAN ANTONIO, TEXASGOVERNING SPECIFICATIONS, SPECIAL SPECIFICATIONS, SPECIALPROVISIONS, AND SUPPLEMENTAL SPECIFICATIONSFOR2019 Reclamation Reconstruction Task Order Package 7All Standard Specifications and Special Specifications applicable to this project are identifiedas follows:CITY OF SAN ANTONIO STANDARD SPECIFICATIONS FOR CONSTRUCTIONJUNE, 2008 AND SPECIAL PROVISIONS DATED MAY 2009, FEBRUARY 2010,JUNE 2010 and NOVEMBER 2013ITEMDESCRIPTION100-MOBILIZATION101-PREPARING RIGHT-OF-WAY103-REMOVE CONCRETE104-STREET EXCAVATION107-EMBANKMENT108-LIME TREATED SUBGRADE109-CEMENT TREATED SUBGRADE200-FLEXIBLE BASE201-CEMENT TREATED BASE202-PRIME COAT203-TACK COAT204-SURFACE TREATMENTS205-HOT MIX ASPHALTIC CONCRETE PAVEMENT209-CONCRETE PAVEMENTGSSP - 1

FY 2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7AUGUST 2018210-ROLLING220-BLADING230-BASE AND PAVEMENT REPLACEMENT236-FULL DEPTH RECLAMATION300-CONCRETE301-REINFORCING STEEL302-METAL FOR STRUCTURES303-WELDED WIRE FLAT SHEETS307-CONCRETE STRUCTURES311-CONCRETE SURFACE FINISH407-CONCRETE ENCASEMENT, CRADLES, SADDLES, AND COLLARS500-CONCRETE CURB, GUTTER, AND CONCRETE CURB AND GUTTER502-CONCRETE SIDEWALKS503-ASPHALTIC CONCRETE, PORTLAND CEMENT CONCRETE, ANDGRAVEL DRIVEWAYS505-CONCRETE RIPRAP506-CONCRETE RETAINING WALLS – COMBINATION TYPE507-CHAIN LINK WIRE FENCE508-RELOCATING WIRE FENCE509-METAL BEAM GUARD RAIL510-TIMBER GUARD POSTS512-ADJUSTING EXISTING MANHOLES AND VALVE BOXES513-REMOVING AND RELOCATION MAILBOXES514-PAINT AND PAINTINGGSSP - 2

FY 2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7AUGUST EWALK PIPE RAILING523-ADJUSTING OF VEHICULAR AND PEDESTRIAN GATES524-CONCRETE STEPS530-BARRICADES, SIGNS, AND TRAFFIC HANDLING531-SIGNS533-CLEANING AND REMOVAL OF PAVEMENT MARKINGS ANDMARKERS535-HOT APPLIED THERMOPLASTIC PAVEMENT MARKINGS536-PREFORMED PAVEMENT MARKINGS537-RAISED PAVEMENT MARKERS540-TEMPORARY EROSION, SEDIMENTATION AND WATER POLLUTIONPREVENTION AND CONTROL556-CAST IN PLACE DETECTABLE WARNING SURFACE TILES1000-WEB PORTALSAN ANTONIO WATER SYSTEMSTANDARD SPECIFICATIONS FOR CONSTRUCTION824-SERVICE SUPPLY LINES826-VALVE BOX ADJUSTMENT833-METER AND METER BOX INSTALLATION851-ADJUSTING EXISTING MANHOLE854-SANITARY SEWER LATERALSSPECIAL PROVISIONS FOR CONSTRUCTIONGSSP - 3

FY 2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7AUGUST 2018100-MOBILIZATION101-PREPARING RIGHT-OF-WAY205-HOT MIX ASPHALTIC CONCRETE PAVEMENT500-CONCRETE CURB, GUTTER AND CONCRETE CURB AND GUTTER502-CONCRETE SIDEWALKS503-ASPHALTIC CONCRETE, PORTLAND CEMENT CONCRETE, ANDGRAVEL DRIVEWAYS505-CONCRETE RIPRAP509-METAL BEAM GUARD RAIL513-REMOVING & RELOCATING MAILBOXES520-HYDROMULCHING523-ADJUSTING OF VEHICULAR AND PEDESTRIAN GATES530-BARRICADES, SIGNS AND TRAFFIC HANDLING535-HOT APPLIED THERMOPLASTIC PAVEMENT MARKINGS536-PREFORMED PAVEMENT MARKINGS540-TEMPORARY EROSION, SEDIMENTATION AND WATER POLLUTIONPREVENTION AND CONTROL556-CAST IN PLACE DETECTABLE WARNING SURFACE TILES851-ADJUSTING EXISTING MANHOLESSUPPLEMENTAL SPECIFICATIONS FOR CONSTRUCTIONSUP 1 – REMOVING AND RELOCATION SIGNSUP 2 – ELEVATED SIDEWALKSUP 3 – SIDEWALK DRAIN BOXSUP 4 – REMOVAL OF EXISTING ROCK/MASONRY MAILBOXGSSP - 4

FY 2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7AUGUST 2018SUP 5 – TREE REMOVALSUP 6 – ADJUSTING TRAFFIC SIGNAL BOXSUP 7 – TCI PROJECT SIGNSUP 8 – POLICE OFFICERSUP 9 – REMOVAL OF EXISTING ASPHALT SPEED HUMPSUP 10 – REMOVAL OF SPEED HUMP, TYPE II MODULAR RUBBER CUSHIONSUP 11 – ADJUSTING METAL BEAM GUARD FENCESUP 12 – DOOR HANGERSSUP 13 – PORTABLE CHANGEABLE MESSAGE SIGN (ELECTRONIC MESSAGEBOARD)SUP 14 – ADDITIONAL MOBOLIZATIONSUP 15 – REMOVE AND RELOCATE CUSTOMER SHUTOFF VALVESUP 16 – REMOVE AND RELOCATE BACKFLOW PREVENTERSUP 17 – REMOVE AND RELOCATE PRESSURE REDUCING VALVESPECIAL SPECIFICATIONS FOR CONSTRUCTIONITEM 250 – SEAL COATITEM 344 – SUPERPAVE MIXTURES (TXDOT)ITEM 800 – SPEED HUMPS, 12-FOOT PARABOLIC ASPHALT CONCRETE HUMPSITEM 801 – TREE AND LANDSCAPE PROTECTIONITEM 802 – TREE PRUNING, SOIL AMENDING, AND FERTILIZATIONITEM 804 – NEW TREE AND SHRUB PLANTING AND MAINTENANCEITEM 826A – VALVE BOX LOCATE AND ADJUSTMENTITEM 851A – MANHOLE LOCATE AND ADJUSTMENTGSSP - 5

FY 2019 RECLAMATION RECONSTRUCTION TASK ORDER PACKAGE 7AUGUST 2018SPECIAL DETAILS FOR CONSTRUCTIONCOSA TCI PROJECT SIGN DETAILMANHOLE ENCASEMENT DETAILCOSA 12-FOOT PARABOLIC ASPHALT SPEED HUMP DETAILCOSA TREE PROTECTION DETAILSCOSA MISCELLANEOUS CONSTRUCTION STANDARDS I (REVISED)COSA MISCELLANEOUS CONSTRUCTION STANDARDS II (REVISED)COSA CONCRETE DRIVEWAY STANDARDS (REVISED)COSA WHEELCHAIR RAMP STANDARDS (REVISED)COSA CONCRETE BUS PAD STANDARDCOSA ELEVATED SIDEWALK AND RETARD STANDARDS DETAILS (REVISED)COSA CHAINLINK WIRE FENCE STANDARDSCOSA TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROLMEASURES STANDARDS ICOSA TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROLMEASURES STANDARDS IICOSA BARRICADE AND CONSTRUCTION STANDARDSTXDOT PEDESTRIAN FACILITIES – CURB RAMPS (REVISED)TXDOT PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) BC (6)-13SPECIAL NOTES FOR CONSTRUCTIONGENERAL NOTES FOR RECLAMATION AND RECONSTRUCTION PROJECTSGSSP - 6

City of San Antonio Specification for ConstructionFY 2019 Reclamation Reconstruction Task Order Package 7SPECIAL PROVISIONItem 100 MobilizationDelete:-Section 100.2 Measurement in its entiretySection 100.3 Payment in its entiretySection 100.4 Bid Item in its entiretyAdd:100.2 Measurement:Mobilization and Insurance/Bond will not be measured for payment for this contract.100.3 Payment:Payment will not be made for Mobilization and Insurance/Bond under this contract. Costincurred for these items shall be considered subsidiary.1

City of San Antonio Specification for ConstructionFY 2019 Reclamation Reconstruction Task Order Package 7SPECIAL PROVISIONItem 101 Preparing Right-of-WayDelete:-Section 101.5 Measurement in its entiretySection 101.6 Payment in its entiretySection 101.7 Bid Item in its entiretyAdd:101.5 Measurement:“Preparing Right-of-Way” will not be measured for payment for this contract.101.6 Payment:Payment will not be made for “Preparing Right-of-Way” under this contract. Cost incurred forthese items shall be considered subsidiary.1

City of San Antonio Specification for ConstructionFY 2019 Reclamation Reconstruction Task Order Package 7SPECIAL PROVISIONItem 205 Hot Mix Asphaltic Concrete PavementDelete:-Section 205.5 Measurement in its entiretySection 205.6 Payment 1st paragraphSection 205.7 Bid Item in its entiretyAdd:Section 205.4 Construction G. Placement 7. Acceptable Mat ToleranceThe thickness type used for Type D Asphalt for this Contract shall be 2.0” Compacted depth.Below are acceptable average ranges for 2.0” thick Type D:Type D, 2.0” Compacted DepthShall be applied at 220 LBS/SYMinimum Average Rate – 210 LBS/SYMaximum Average Rate – 230 LBS/SYThe thickness type used for Type B Asphalt for this Contract shall be 6.0” or 8.0” Compacteddepths. Below are acceptable average ranges for Type B:Type B, 6.0” Compacted DepthShall be applied at 660 LBS/SYMinimum Average Rate – 630 LBS/SYMaximum Average Rate – 690 LBS/SYType B, 8.0” Compacted DepthShall be applied at 880 LBS/SYMinimum Average Rate – 835 LBS/SYMaximum Average Rate – 925 LBS/SYSection 205.5 Measurement:Hot Mix Asphaltic Concrete Pavement shall be measured by the Ton, complete in place, as perthe thickness specified by the plans, Engineer or Project Manager. Limits of payment for Type Bwill be as indicated on the construction drawings. Limits of payment for Type D will be fromface of curb to face of curb. Pavement area shall not exceed the limits shown on the planswithout written authorization. In the event the average rate for 2.0” Type D, 6.0” Type B or8.0” Type B Asphalt falls below the approved ranges as stated in this provision, the newly laidasphalt will not be measured for payment and shall be removed and replaced at thecontractor’s expense. For situations where the contractor exceeds the maximum average rate1

City of San Antonio Specification for ConstructionFY 2019 Reclamation Reconstruction Task Order Package 7for 2.0” Type D, 6.0” Type B or 8.0” Type B Asphalt, the excess asphalt will not be measured forpayment.Section 205.6 Payment:The work performed and materials furnished, as described by this item and measured asprovided in this provision, shall be paid for at the contract unit bid price per Ton of “Hot MixAsphaltic Concrete Pavement,” which price shall be full compensation for furnishing and placingall materials, and for all labor, tools, equipment and incidentals necessary to complete thework. The prime and tack coat, when required, shall be paid under the provisions of Item Nos.202 and 203, respectively.Trial batches will not be paid for unless they are incorporated into pavement work approved bythe Engineer or Project Manager.Pay adjustment for ride quality, when required on the plans, will be determined in accordancewith TxDOT Standard Specification Item 585, “Ride Quality for Pavement Surfaces.”As specified in the Measurement section of this provision, if the specified thickness is notachieved and falls below the average acceptable rate, the contractor will not be paid and will berequired to remove and replace the entire area that did not fall within the acceptable range athis expense. Once the average rate is satisfactorily met, the contractor will be paid at thecontract unit bid price per ton of “Hot Mix Asphaltic Concrete Pavement” for the successfulsurface course mat.If the contractor exceeds the maximum average rate as specified in this provision for Type D orB at the depth specified, the amount laid over maximum average rate for the specifiedthickness will not be paid.Section 205.7 Bid Item:Item 205.2 – Hot Mix Asphaltic Pavement, Type B (6.0” Thick) – Per TONItem 205.2 – Hot Mix Asphaltic Pavement, Type B (8.0” Thick) – Per TONItem 205.4 – Hot Mix Asphaltic Pavement, Type D (2.0” Thick) – Per TON2

City of San Antonio Specification for ConstructionFY 2019 Reclamation Reconstruction Task Order Package 7SPECIAL PROVISIONITEM 500 Concrete Curb, Gutter, and Concrete Curb and GutterDelete:-First paragraph from Section 500.4Second paragraph from Section 500.4.A.2 PlacementSixth paragraph from Section 500.4.A.2 PlacementSection 500.6 PaymentSection 500.7 Bid ItemAdd:Section 500.4 Construction:Curbs, gutters, curb and gutter combinations, and mountable curb may be placed usingconventionally formed concrete placement or using a City approved self-propelled concretecurbing machine.Section 500.4.A.2 Placement second paragraph:Place curbs, gutters, combined curb and gutters, and mountable curb in 50 foot maximumsections unless otherwise approved.Section 500.4.A.2 Placement sixth paragraph:When finishing operations are completed the curb is to be coated with clear membrane curingcompound. Colored membrane curing compound will not be allowed.Section 500.6 Payment:The work performed and materials furnished in accordance with this Item and measured asprovided under “Measurement” will be paid for at the unit price bid for “Concrete Curb,”“Concrete Curb and Gutter,” or “Mountable Curb” of the type specified. This price is fullcompensation for surface preparation of base, equipment, labor, materials, tools, andincidentals necessary to complete the work.Section 500.7 Bid Item:Item 500.1 – Concrete Curb – per linear foot (LF)Item 500.4 – Concrete Curb and Gutter – per linear foot (LF)Item 500.5 – Mountable Curb – per linear foot (LF)1

City of San Antonio Specification for ConstructionFY 2019 Reclamation Reconstruction Task Order Package 7SPECIAL PROVISIONITEM 502 Concrete SidewalksDelete:-Item C Wire Mesh from 502.2 MaterialsFirst paragraph from 502.4.D. Sub-base PlacementFirst paragraph from 502.4.F. JointsItem I from 502.4 Construction502.5 MeasurementFirst paragraph from 502.6 PaymentAdd:Section 502.4.D Sub-base Placement:A cushion, 4 inch minimum thickness, or crusher screenings, gravel, crushed rock or flexiblebase material shall be spread, wetted thoroughly, tamped and leveled. The cushion shall bemoist at the time the concrete is placed. Where the subgrade is rock or gravel, 70% of which isrock, the 4 inch cushion need not be used. The Engineer will determine if the subgrade meetsthe above requirement.Section 502.4.E.1 Reinforcement:6” X 6” W/D 2.9 X W/D 2.9 welded wire flat sheets (Item 303) will NOT be allowed to be used asreinforcement for sidewalks. Contractor shall use No. 3 bars (minimum) @ 18 inches O.C. eachway or 6” X 6” W/D 5 X W/D 5 welded wire flat sheets (Item 303) centered in slab asreinforcement for sidewalks.All curb ramps shall be constructed at commercial grade, with No. 4 bars (minimum) at 12inches O.C. each way centered in slab, at 6 inches thick. Wheelchair ramps will be paid underitem 502.1B Concrete Sidewalks (Commercial Strength). Sub-base placement identified inSection 502.4.D of this provision applies to cur

Aug 08, 2018 · 500.1 concrete curb lf 7,500 500.2 concrete curb and gutter lf 1,000 500.3 concrete mountable curb lf 500 502.1 concrete sidewalks sy 5,250 502.3 concrete sidewalks (commercial strength) ea 100 503.1 portland cement concrete driveway sy 1,750 503.2 portland cement concrete driveway - commercial sy 500

Related Documents:

Missouri City, Texas San Antonio City San Antonio, Texas San Antonio Surf Kyle, Texas SG1 Soccer Club Katy, Texas Sting Austin Austin, Texas Sting Corpus Corpus Christi, Texas Sting San Antonio San Antonio, Texas TEXAS Ajax SC New Braunfels, Texas Alamo City SC San Antonio, Texas Albion Hurr

Situated in San Antonio's South Side, Texas A&M University-San Antonio serves an area comprising the greater San Antonio and Bexar County region and the surrounding South Texas counties. San Antonio, the county seat of Bexar County, is a city of approximately 1,330,000. The majority of Texas A&M University-San Antonio's administrative

A. Chapter 29, Sec. 29-106 through 29-204, City code of the City of San Antonio B. Unified Development Code, Chapter 35 of the City Code of the City of San Antonio C. City of San Antonio Standard Specifications for Public Works Construction (# edition). D. City of San Antonio Flood Prone Areas, Chapter 19 of the Code of Ordinances,

San Antonio River and the San Antonio River from Mitchell Street to South Loop 410 (fig. 1). The USGS operates streamflow-gaging stations on the San Antonio River at Mitchell Street (08178050) (about 1,600 ft above San Pedro Creek), at Theo Avenue (08178505) (about 600 ft below San Pedro Creek) (fig. 2), and at South Loop 410 (08178565).

San Antonio, Texas 78205 Tom Shelton/Senior Curator (210) 458-2241 Bexar County Courthouse 100 Dolorosa Street San Antonio, Texas 78205 Alfred Rodriquez/Spanish Archivist (210) 335-2125 Section VII - Other contacts City of San Antonio Office of Historic Preservation 1901 S. Alamo San Antonio, Texas 78283 (210) 215-9274

Standard in a Comprehensive Ophthalmology Practice Homer Chiang, MD1; Ansel Hoang, BS2; Corey Waldman, MD1; Jay M Rubin, MD3 1. University Health San Antonio San Antonio, TX 2. Long School of Medicine, University of Texas San Antonio, San Antonio, TX 3. Eye Clinics of South Texas, San Antonio, TX

San Antonio, TX 78229 (210) 733-3056 . The San Antonio Campus (pictured right) is 68,000 square feet. Nursing programs offered at the San Antonio Branch . Campus include the BSN Program, ADN Program, and the VN Program. Extended Classroom: Methodist Galen College of Nursing . 8109 Fredericksburg Road . San Antonio, TX 78229

13430 West Ave, San Antonio, TX 78216 210-490-4300 www.arc-sa.org Autism Treatment Center of San Antonio Vocational Program & Day Habilitation 16111 Nacogdoches, San Antonio, TX 78247 210-590-2107 www.atcoftexas.com CALAB Activity Center Vocational Program & Day Habilitation 6470 Heath Rd, San Antonio, TX 78250 210-647-0191 www.calabinc.com