Loading...
HomeMy WebLinkAboutContract 40280---.. __ OGITI' --~~-' ..... ~flfflllCMTMW, __ ...... .... Ill I 111• SPECIFICATIONS AND __ ........ CONTRACT DOCUMENTS CITY SECRETARY ~O CONTRACT NO. - FOR H.M.A.C. HOT IN-PLACE RECYCLING (2010-1) CITY OF FORT WORTH, TEXAS CITY PROJECT NO. 01449 TPW PROJECT NO: C293-541200-209620144983 MIKE MONCRIEF MAYOR 2010 DALE A. FISSELER, P.E. CITY MANAGER WILLIAM A. VERKEST, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ANDY ANDERSON, P.E., ASSISTANT DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT PREPARED BY TRANSPORTATION AND PUBLIC WORKS DEPARTMENT INFRASTRUCTURE GROUP 06 -0 3-10 A0 9:4 2 IN r r "' ' ' ... CITY IF FORT WORTH TRANSPORTATION AND PUBLIC WORKD DEPARTMENT ADDENDUM NO: FOR HMAC HOT-IN-PLACE RECYCLING (2010-1) AT V ARlOUS LOCATIONS CITY PROJECT NO: 01449 TPW PROJECT NO : C293-541200-209620144983 The contract and documents for the subject project are hereby revised or amended to clarify the following : Pay Item No: 15 on page 3 (P-3) of the Proposal should read a lump sum unit bid price of $6,000 instead of $0 .00 . Therefore, strike through the $0 .00 and replace with $6,000 . Please acknowledge receipt of this addendum by inserting a signed copy of same into your proposal at the time of bidding. Failure to return a signed copy of this addendum shall be grounds for rendering the bid as non-responsive. Receipt Acknowledges : By:~()..:~ ~Kri-.~s~tian--Su_g_n_~~---- By: --------Project Manager M&CReview Page 1 of2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT WORTH ~ COUNCIL ACTION: Approved on 5/18/2010 DATE: CODE: 51181201 O REFERENCE NO.: C TYPE: C-24222 NON- CONSENT LOG NAME: PUBLIC HEARING: 20HMAC HOT IN-PLACE RECYCLING 2010-1 NO SUBJECT: Authorize the Execution of a Contract with Cutler Repaving , Inc., in the Amount of $2,418,892.50 for Hot Mix Asphaltic Concrete Hot In-Place Recycling at Twenty-One Locations (COUNCIL DISTRICTS 2, 3, 5, 7, 8 and 9) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a Contract with Cutler Repaving, Inc., in the amount of $2,418,892.50 for 180 calendar days for Hot Mix Asphaltic Concrete Hot In-Place Recycling at twenty-one locations listed on the attachment. DISCUSSION: In the Fiscal Year 201 O Contract Street Maintenance Program, various types of street maintenance techniques are grouped into specific contract packages. Hot Mix Asphaltic Concrete (HMAC) Hot In- Place Recycling (2010-1) at 21 locations provides for resurfacing of existing pavement and base for asphalt streets funded from the Contract Street Maintenance Fund. The City reserves the right to increase or decrease quantities of individual pay items within the Contract, provided that the total Contract amount remains within plus or minus 25 percent of the Contract award. This project was advertised for bid on January 28 , 2010, and February 4, 201 O , in the Fort Worth Star-Telegram. On February 25, 2010, the following bid was received : Bidder Cutler Repaving, Inc. Amount $2 ,418 ,892 .50 Cutler Repaving, Inc., is in compliance with the City's M/WBE Ordinance by committing to 16 percent M/WBE participation. The City's goal on this project is 16 percent. This project is located in COUNCIL DISTRICTS 2, 3, 5 , 7 , 8 and 9 . FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Contract Street Maintenance Fund. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: FROM Fund/Account/Centers C293 541200 209620144983 $2,418 ,892 .50 Fernando Costa (84 76) William Verkest (8255) http://apps.cfwnet.org/council_packet/mc_revie w.asp?ID=l3346&councildate=5 /l8/2010 5/21/2010 M&CReview Additional Information Contact: ATTACHMENTS 20HMAC 2010-1 MAP PAGE 01.pdf 20HMAC_2010-1_MAP _fAGE 02.pdf 20HMAC 2010-1 MAP PAGE 03.pdf 20HMAC 2010-1 MAP PAGE 04_,_pdf 20HM_AC 2010-1 MAP PAGE 05.pdf 20HMAC 2010-1 MAP PAGE 06.pdf Andy Anderson (8648) HMAC Hot ln-:Place Recycling~2_010-1 Projects Locations.pdf http://apps.cfwnet.org/council packet/me review.asp?ID=l3346&councildate=5/18/2010 Page 2 of2 5/21/2010 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR H.M.A.C. HOT IN-PLACE RECYCLING (2010-1) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO: 01449 TPW PROJECT NO: C293-541200-209620144983 NAJIB FARES, P. E., INFRASTRUCTURE MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DATE TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Prevailing Wage Rates 4. Proposal 5. Vendor Compliance 6. Minority and Women Business Enterprise Specifications 7. Special Provisions 8. Contractor Compliance with Worker's Compensation Law 9. Certificate of Insurance 10. Equipment Schedule 11. Experience Record 12. Performance Bond 13. Payment Bond 14. Maintenance Bond 15. Contract 16. Notice of Construction Detail 17. Project Designation Sign Detail 18. Other Details 19. Street Locations Sealed Proposals for the following: CITY OF FORT WORTH, TEXAS HOT IN-PLACE RECYCLING (2010-1) CITY PROJECT N: 01449 TPW PROJECT NO: C293-541200-209620144983 Submit package to City of Fort Worth, Purchasing Division, in the lower level of the Municipal Building, 1000 Throckmorton, Fort Worth , Texas 76102 until 1:30 P.M., Thursday, February 25, 2010, and then publicly read aloud at 2:00 P .M ., in the Council Chambers. Sp ecifications 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 10:00 A.M. Tuesday, February 9, 2010, in the Transportation and Public Works Conference Room, 2nd Floor, Municipal Building, RM 289. The major work on the above-referenced project shall consist of the following: Paving Improvements: 121,700 L.F . 14 ,650 TONS 266,100 S.Y. 33,730 GAL. 19,110 S .Y. 5,830 L.F . 4,110 S .F . Wedge Milling, 1-Inch to 0-Inch Deep, 5 Ft. Wide 1-lnch Surface Course Type "D" Mix 1-lnch HMAC Hot In-Place Recycling Rejuvenated Oil 1-lnch Surface Milling Remove and Replace Existing Curb & Gutters Remove and Replace 6" Concrete Driveways Included in the above will be all other miscellaneous items of construction as outlined in the Plans and Specifications . For additional information, please contact Kristian Sugrim, Project Manager at (817) 392-8902. DALE A. FISSELER, P .E. CITY MANAGER Advertising Dates: January 28 , 2010 February 4, 2010 WILLIAM A. VERKES_T, P.E., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT By~~ Kristian Sugrim Project Manager - 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. 2. 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. 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- 2729. Bids that do not acknowledge all applicable addenda will be rejected as non- respons1ve. SPECIAL INSTRUCTIONS TO BIDDERS • I - 4. AW ARD OF CONTRACT: The contract, if awarded , will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine ( 49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum 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 anq accepted by the City. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City; notice will be given to SPECIAL INSTRUCTIONS TO BIDDERS - 2 - 6. 7. 8 the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City LIQUIDATED DAMAGES: The Contractor's attention is called to Part I -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 l 3A-2 l through 13A-29 of the Code of the City of Fort Worth (1986), as amended , prohibiting discrimination in employment practices. WAGE RA TES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: Compliance with and Enforcement of Prevailing Wage Laws A. Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents. B. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination . Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258 , the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and SPECIAL INSTRUCTIONS TO BIDDERS -3 - wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation . D . Arbitration Required if Violation Not Resolved . An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. F. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. H. Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs ( a) through (g) above. I. (Wage rates are attached following the end this section.) 9. FINANCIAL ST A TEMENT: A current certified financial statement may be required by the Director of Transportation and Public Works Department for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be SPECIAL INSTRUCTIONS TO BIDDERS - 4 - prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders -Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy . B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. E. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of SPECIAL INSTRUCTIONS TO BIDDERS • 5 . recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be 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 . 12. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose · ultimate parent company of majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No . 11923, as amended by Ordinance No. 13471, the City of Fort Worth has . goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. SPECIAL INSTRUCTIONS TO BIDDERS - 6 - The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Transportation and Public Works Department ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive . Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2 . Name of M/WBE firm utilized 3 . Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5 . Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor 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 not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "O" or "no participation" in the spaces provided, and provide a brief explanation. • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. SPECIAL INSTRUCTIONS TO BIDDERS - 7 - • 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 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 5% retainage) from the city for each pay period. SPECIAL INSTRUCTIONS TO BIDD ERS . 8. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete . c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable . f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 15. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 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. . 16 . The Texas Commission on Environmental Quality (TCEQ), in coordination with . the National Weather Service, will issue the AIR POLLUTION WATCH by 3:00 p.m. on the afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, the Contractor shall bear the responsibility of being aware that such days have been designated AIR POLLUTION WATCH DAYS and as such shall not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1-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 Contra'ctor 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: SPECI AL INSTRUCTIONS TO BIDDERS -9 - A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in . 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators , employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not ii:iclude activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B . The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each pers.on providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. SPECIAL INSTRUCTIONS TO BIDDERS -10 - E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G . The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: ( 1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ( 4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and SPECIAL INSTRUCTIONS TO BIDDERS -11 - (7) contractually require each person with whom it contracts, to perform as required by paragraphs ( 1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actiqns. 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 arid 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." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." 17. AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any officers, members, agents or employees who engage in the performance of this contract shall, in connection with such employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate SPECIAL INSTRUCTIONS TO BIDDERS -12 - against any person because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. ·1s. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state, or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -13 - HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Oocrator Asphalt Pavina Machine Ooerator Asphalt Raker Asphalt Shoveler Batchina Plant Weiither Broom or Sweeper Ooerator Bulldozer Ooerator Carpenter Concrete Finisher, Paviniz Concrete Finisher, Structures Concrete Paviniz Curbiniz Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paviniz Saw Ooerator Concrete Paving Spreader Oocrator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Draltline, Shovel Operator Electrician Flauer Form Builder/Setter, Structures Form Setter, Pavina & Curb Foundation Drill Ot>erator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Oocrator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Operator Motor Grader Operator. Fine Grade Motor Grader Onerator Roullh Oiler Painter, Structures Pavement Marking Machine Ooerator Pipelaver Reinforcing Steel Setter, Paving Reinforcina: Steel Setter, Structure Roller Ooerator Pneumatic Self-Propelled Roller Ooerator. Steel Wheel Flat Wheel/Tamoiniz Roller Operator, Steel Wheel, Plant Mix Pavement Scraoer Onerator Servicer Slip Fonn Machine Operator Spreader Box Operator Tractor Onerator. Crawler Tvoe Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver Sina.le Axle, Lillht Truck Driver Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Waaon Drill Borina Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10 .06 $13 .99 $12.78 $11.01 $ 8.80 $14 .1.5 $ 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 $ 9.18 $10.6.S $16.97 $11.83 $11.58 $15 .20 $14 .50 $14 .98 Sl3.17 SI0.04 SI 1.04 $)4.86 Sl6.29 SI 1.07 SI0.92 $11.28 SI 1.42 $12 .32 $12 .33 $10.92 $12 .60 $12 .91 $)2.03 $14 .93 $11.47 $10.91 $11.75 $12 .08 $14 .00 $13..57 $10 09 TO: CITY OF FORT WORTH PURCHASING DMSION 1000 THROCKMORTON ST FORT WORTH, TEXAS 76102 PROPOSAL FOR: H.M.A.C . HOT IN-PLACE RECYCLING (2010-1) ATV ARIOUS LOCATIONS CITY PROJECT NO: 01385 TPW PROJECT NO: C293-541200-209620144983 Pursuant to the foregoing "Notice to Bidders", the undersigned has thoroughly examined the plans, specifications and the sites; understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of the Transportation and Public Works Department of the City of Fort Worth. Total quantities given in the bid proposal may not reflect actual quantities; however, they are given for the purpose of bidding on and awarding the contract The City also reserves the right to increase or decrease quantities of individual pay items within the contract, provided that the total contract amount remains within plus or minus (±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish Performance, Payment and Maintenance Bonds, acceptable to and approved by the City of Fort Worth, for performing and completing the said work within the time stated and for the following sums, to-wit: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS S.P. 275 S.P . 1 2 2EA. 266,100 S.Y. Project Designation Sign @ .... Tw .......... o"'"H=u=n=d .... red=------Dollars &.__._N=o _____ Cents Per Each I-Inch HMAC Hot In-Place Recycling@ llOLbs/SY ---rittJ Dollars & ~t!t4' CentsPerS.Y. P -1 S 200.00 TOTAL AMOUNTBID S 400.00 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITII UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 3 33, 730 Gals. Rejuvenated Oil at 0.1 % @ ~ Dollars& Cents Per Gallon s a-~o $ /tJ1, 9S/,.tJ!) 300 4 14,650Tons I-Inch Surface _Course Type D Mix @ 310 ~ 1'1PI Dollars & 340 ~ Cents Per Too 9~) {jlJ().vO S.P. $ t/,.tJlJ s 104 5 5,830L.F. Remove and Replace Concrete Curb & 502 Gutter@ S.P. • Dollars& Cents Per LF. $ ~/).5{) $ /Jq, ~J!:>:trtJ 502 6 590L.F. New Concrete Curb & Gutter @ S.P. £4~ Dollars& Gf Cents Per LF. 9. !)$,.(7{) $ /6,'HJ $ 1~ 7 4,110 S.F. Remove and Replace 6-Inch 504 Concrete Driveway @ S.P. .ri¥ no11ars& :1i44~ Cents Per S.F. $ l,.u s ~6, "'/ 1-,. (Jt:) 104 8 210 S.Y. Remove and Replace Existing Concrete 504 Valley Gutter@ S.P. &~ Dollars& $ !fl.pt) s /~ ~'J~.(J() Cents Per S. Y. 104 9 50S.Y. New Concrete Valley Gutter@ . 504 ,(.t~ 17K; Dollars & S.P. ),0 Cents Per S. Y. $ .5;1.tr() s d. ~ I)(). (7() 300 10 l,415Tons. HMAC Level Up @ 340 ~~ Dollars& S.P. Cents Per Ton $ 'FS. !Jt) s ,~~ ,;J.7S.l70 I~ P-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNTBID 300 11 910C.Y. HMACPavement~BaseRepair @ 340 ~k~ft3#¥ Dollars& S.P. <-/,t() Cents Per C.Y. $ ;c/-, .d'/l $ /J:i; r'1(). (lz? S.P. 12 121,660 L.F. Wedge Millingl-Inch to 0-Inch Depth, 5' Wide@~ Dollars & ~~ Cents Per L.F. ' (/ /4~ s /11,, cftJ7, otJ $ S.P. 13 75EA. Butt Joint-Milled @ 1.lu.t.t. t..,~J.<.~~ Dollars & ~ Cents Per Each s J6D.OTJ $ rflt, ;l.~o.oo S.P. 14 19,llOS.Y. 1-Inch Surface Milling@ (1lAd Dollars & 6b't6'6< Cents Per S.Y. $ /,:;'5 s tf<9, 61,t;.S'o S.P. 15 LUMPSUM Utility Adjustment @ ~ il,.fJJ.tJ.'1&.I.. Dollars & 1a Cents Per Each s t. IJ#)."1? $ ~ l)(Jf). dt) 406 16 75EA. , Water V aJve Box Adjustment 450 (With Steel Riser)@ S.P. {k~~ Dollars & '1IL2 Cents Per Each $ /tJP.tn:J s 1~.P'l) 406 17 lOEA. Water Valve Box Adjustment 450 (With Concrete Col r) ~ . Dollars & s-1~,oO 5, £'tr0. Q() S.P. s Cents Per Each 406 18 LEA. Water Meter Box Adjustment@ 450 ~~ $ tj-o .(J() lfo.t10 S.P. Dollars& s 1w Cents Per Each \~ P-3 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH ITEM ITEM QUANTITY BID PRICES WRITfEN IN WORDS 406 19 90EA. , Manhole Adjustment 450 (With Steel Riser) @ S.P. //Al!J ~ fd'(;;r Dollars & "1i4 Cents Per Each 406 20 20EA. Manhole Adjustment 450 (With Concrete Collar) @ S.P. f*~ ~ ~ Dollars& ~ Cents Per Each 406 21 50C.Y. Crushed Limestone @ 450 rt; S.P . Dollars & Cents Per C. Y. 300 22 lEA. Removal and Replacement of 30-Ft 310 HMAC Speed Cushion w/stripping @ 340 ~~J,,:k~ Dollars& S.P. 1,vJ Cents Per Each 300 23 2EA. Removal and Replacement of 40-Ft 310 HMAC Speed Cushion w/stripping@ 340 lut{ca«M, ~,,;, /,u.u.J.uj J;j~ Dollars & s:P. j..f1 ents Per Each 104 24 50S.F. Remove and Replace wheelchair Ramp 504 and Install Standard 4-lnch ADA S.P. Wheelchair Ramp (with detectable warning Dome-Tile Surface)@ ~ Dollars& Jw&,~ Cents Per S.F. 104 25 50S.F. New 4-lnch ADA Wheelchair Ramp 504 (with detectable warning Dome-Tile S.P. Surface)@ ~ Dollars & l·J1 J Cents Per S.F. P-4 s ~~o.tJD s l/6o.t71J $ &£tJ $ l <!oD, llf) $ /J.,~.d() $ 1,1{) $ {jtJ TOTAL AMOUNT BID s J?.:l, SP!). ov s q~.tn) $ J,~s. (}() s I. 'ft,tJ. d7J • $ .3, .3tJ"tJ. t'() $ .31~. (JD s ..5 t/. 0. (I[) ~. SPEC PAY APPROX DESCRJPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNTBID 450 26 lEA Remove and Replace 5-Ft. Storm S.P. Drainage Inlet Top @ 7/,IJ(r~/JJil,rt1bw.J..JDollars & '"fvl Cents Per Each s ~ dltrb. f/() r1 :Jot). er{) $ 450 27 lEA Remove and Replace 10-Ft. Storm S.P. Drainage Inlet Top @ I l,tJO ~ 4wfe ~Jui B'A~ Dollars & 1ta ents Per Each s o'.<,7~.0{) $ c:l 75(), 4'() S.P. 28 20EA. Painting House Addresses @ ~ Dollars& Cents Per Each $ /~. tJ() s $2.d!J S.P. 29 560S.Y. Grass Sod Replacement @ .,.,, /:1)(,U. Dollars & J,~ Cents Per S. Y. s 4.~o $ £,51,.00 S.P. 30 lEA. Re-Mobilization @ Five Hundred Dollars & No Cents Per Each SS00.00 S 500.00 TOTAL BID P-5 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes: AIJ equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in, employment practices. The undersigned agrees to complete all work covered by these contract documents within ~ . hundred and Eighty (180) Calendar Days from and after the date for commencing work as set forth in the written Work order to· be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned wilJ execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached deposit ~ ~ . / check in the sum of ~ ~ttu..f ~'!t ~ .Af#U /u-4-'4.J T ~ IJ.d,,.o Dollars($ /,@, 9#.~3 ) is to become the ~p fthe City of Ft°rt 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 ten (10) calendar days of the notice given by the Construction Engineer for any of the locations. H the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per Block per day. I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. 1 (Initials) ¥ Addendum No. 2 (Initials)_ Addendum No. 3 (Initials)_ (Seal) P-6 Res~f ully submitted, ro.Ll ~r1"'4, µle,. Printed Name of Principal Address: </..;1 C/1$r t2-!,116r. {Au),(cAf al e'-5 ~i,()4-t, E-mail Address: 1;V£S t:~~J./A t2 (urL~~e,p1,,v,u6,..Co,..<.. Telephone: 755 .. Z'l-3-152.± \~ VENDOR COMPLIANCE TO ST A TE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be .awarded a contract as low bidder, non-resident bidders ( out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a non-resident bidder in order to obtain a comparable contract in . the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non- resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give State), our principal place of business, are required to be percent lower than resident bidders by State law. A copy of the Statute is attached. Non-resident vendors in f<!'J6146 · (give State), our principal place of business, are not required to underbid resident bidders. B. Ou[Jrincipal place of business or corporate offi~es are in the State of Texas. Bidder: ~tS/~bJA Company By: (Please print) Address 1Awll€J/t1; , f!6 d,~otk, City Stale Zip Title (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION This contract is issued by an organization which qualiiaes for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes: All equipment and materials not consumed by or incorporated into the project construction, are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in, employment practices. The. undersigned agrees to complete aU work covered by these contract documents within Q.!!.!: . hundred and Eighty (180) Calendar Days from and after the date for commencing work as set forth in the written Work order to· be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached deposit ~~ . / check in the sum of ~ ft"4Mdu.Jl-//4J4iff ~ ~ /1..IA-Lu.£ ----,e.'IK"'g:..,ie;miD-.~:=-=--IJ,..,,c:.,,t."JLl.l.~---~Dollars (S /ol~/Jt./4.~.5 ) is to become the fthe 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 ten (10) calendar days of the notice given by the Construction Engineer for any of the locations. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars liquidated damage will be assessed per Block per day. I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration in preparation of the foregoing bid: Addendum No. I (Initials) Ji_ Addendum No. 2 (Initials)_ Addendum No. 3 (Initials)_ (Seal) Date: u/,-tu"cf cRq t5l {)/ 0 P-6 Res:!::submitted, (.;o:&l ~rt-"'t ~ it.I~. Printed Name of Principal · Addr~: ':Z;, t'~ th/1( 6r. LMK'cAIC-G, t"-s ~Jt)II-~ E-mail Address: :OV~St:t:~AIAfd utrLU;,t=PAV•~.ClJ~ Telephone: 7$5 .. Stf,5-!5Z. 'f VENDOR COMPLIANCE TO STA TE LAW The 1985 Sessio.n of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be .awarded a contract as low bidder, non-resident bidders ( out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a non-resident bidder in order to obtain a comparable contract in . the State in which the non-resident's principal place of bus iness is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non- resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A . Non-resident vendors in (give State), our principal place of business, are required to be percent lower than resident bidden by State law. A copy of the Statute is attached. Non~resident vendors in /<,4A16~ · (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. D . Bidder: 6:lfi/11.£!, ;2 V~e<lA Company By: (Please print) Address lAwf €J/t1; , 4 tf,i,o'k, City State Zip Title (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION FORT WORTH ----. ,,..... 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 The City's M/WBE goal on this project is ____ % of the total bid (Base bid 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 following times allocated, in order for the entire bid to be considered res onsive to the specifications . I 1. Subcontractor Utilization Form, if goal is met or exceeded: 2. Good Faith Effort and Subcontractor Utilization Form, if participation is less than stated oal: 3. Good Faith Effort and Subcontractor Utilization Form, if no M/WBE participation: 4. Prime Contractor Waiver Form , if you will erform all subcontractin /su lier work: 5. Joint Venture Form , if utilize a joint venture to met or exceed oal. received by 5:00 p.m ., five (5) City business days after the bid o enin date, exclusive of the bid o enin date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m .• five (5) City business days after the bid o enin date, exclusive of the bid o enin · date. received by 5 :00 p.m ., five (5) City business days after the bid o enin date, exclusive of the bid opening date. received by 5:00 p .m., five (5) City business days after the bid o enin date, exclusive of the bid o enin date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at (817) 392-6104 . Rev . l l/1 /05 PROJECT NAME : ATIACHMENT 1A Page 1 of 4 City of Fort Worth Subcontractors/Suppliers Utilization Form 1tJC, Check applicable block to describe prime M/W/DBE NON -M/W/DBE BID DATE ff"8RtJ/-NZ't 25 Zl>IO City's M/WBE Project Goal : Prime's M/WBE Project Utlllzation : PROJECT NUMBER It •1. /t,3 .,. t) I Lf'/-Cf Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offerer agrees to enter into a formal agreement 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 Jayment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to ts supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. ~ertiflcation means those firms, located or doing business at the time of bid opening within the Marketplace, that have ,een determined to be bonafide minority or women businesses by the North Central Texas Regional Certification gency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). 1f hauling services are utilized , the prime will be given credit as long as the M/WBE listed owns and l ?erates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease , ucks 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 es and commissions earned b the M/WBE as outlined in the lease a reement. , ~· ' ,· ATIACHMENT 1A Page 2 of 4 r Primes are requ ired to identify ALL subcontractors/suppliers , regardless of status ; i.e., Minority , Women and non-MIWBEs. Please list MIWBE firms first, use additional sheets if necessary. ' -Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name I N C X M Subcontracting Work Supplles Purchased Dollar Amount ,...i Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A ~ C'buY&'112oa,0t., j~ \'Z. Ii) ~IS?fr/21.J" th US l f/1tt1u"14 tJf' ~A-~,\~ V 1 .. 7523~ ZC/,5¢.dfJ q7z -7'!,0-C)D't'f /llJU@ ,wl,G~~ cnz-760 'i 3t.f 3 tb W11) t.J.v ,0\ff'l l ,../ CD ,J-n1~l, tNL, ~ ( 7a~r$v:.Alt> ~.(JV JIZ w ~i>i tit-r (>)oflnt/TY 1, Jl o fl1-9Z+' cfSZ.'f -41,,7 '(/7.b-Z.?tf: ,-. sPef;;>Y r\ Au...t µ 6 ,v Hfr-/Jt,.IAl t (ll= 2<1-z+ tJ w i4~ /1'!/,5o.uo ~a.,-C))ol"M > i1£ 71PI~ ( /krt!Aet '317 -bZ~ -'1Si-~ 'i5n -(1z4 ---Lf St.f 1 ,__ zA,>,A()ei'r ~l1Sr1Zdcrtb.J -31> I~ wn.J lAAI& ) 6l)t68 a,nrrd I fvtr"uJB~) iX l)T\ u rt( fl i,).f' I 1 ?, gi 3. ti{) 7(,1\l 5DDDl~4 111· 315 · \ '"-i <R17-791-{lObL( (1},i.>11u& j))~TrJ,L, I I Af C,, ?o. fu 11zK I V"' NILLIJU4 I '!Z ,Z'S I ?o I\ .vo tt'-,1)( 11,ZIPl- '311-'+3o-~9si '61?-t/--q(-23S'L{, - tM Af2rpJ A9AAi-'f e~VY€AI A11.ult 3 e)'l~(,u)i+1 .,/ 'Sz. '38 . sv HOu~wµ. '1-~b f't~Ak 71t>-J,5l)-/p 81~ 71:v 35lJ-~ &Jt \ W' FORT WORTH ' ~ r -' ... ATIACHMENT 1A Page 3 of 4 ~ Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. -Certification ' (check one) ( ~UBCONTRACTOR/SUPPLIER ' T T Detail Detail Company Name I N C X ' Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D \ Telephone/Fax r B B R 0 I E E C T I .A ~ -V V{f.,AAJ µ. (l;U1Al5 &,I tJ1J uJ~f!µ rt ~ !/6?Jt/+L--r-3zi, 1,0.00 6re-40"D V fot1;r~,1'l 78tD1 <311~ t)7/ -53 'fD ~11-,.,,1 -tJ1tf.frJ f} Me,lt {;, ~ bWt flw~-rvJ 1.....-?~@.J~ Aw~J,..,-r C/t,l/74.cm g /1' 4,:1; 71.,,7 - -. ..., - .. .._. . - )tal Dollar Amount of M/WBE Subcontractors/Suppliers .,,,,J -)tal Dollar Amount of Non-M/WBE Subcontractors/Suppliers ..__ $ $ ATIACHMENT 1A Page 4 of 4 !>15 /3.3*/JO J !, 17$, /o3 .9J ..... ,TAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ JI 613, 23b. SD r 1e Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval c 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 c-ntract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor s 311 submit a detailed explanation of how the requested change/addition or deletion will affect the committed lv'l1VVBE goal. If the detail explanation is not submitted, it will affect the final compliance determination . l:ry 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 I ,W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or ~amination 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 ! bcontractors/suppliers/contractors participating on the contract that will substantiate the actual work i rformed 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 f 1m City work for a period of not less than three (3) years and for initiating action under Federal, State or cal 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 ('ity work for a period of time not less than one (1) year. orlzed Signature T', ' Contact Namemtle (If different) &,« rfe.&d1.,Jt, tAll . C, ,pany ame (lei I EA~-r :2-1~~ 12 vcs'ie~ r1@ f3.11LH.RG?Av1AJ1J. .coM E-mail Address A ress C i 'State/Zip ) Date 2,tJ\O FORT WORTH . "--, . ,,.... . PRIME COMPANY NAME : PROJECT NAME : City's M/WBE Project Goal : City of Fort Worth Prime Contractor Waiver Form PROJECT NUMBER ATIACHMENT 18 Page 1 of 1 Check applicable block to describe M/W/DBE NON-M/W/DBE BID DATE 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 provided, if applicable . If the answer to either question is NO, then you must complete A TI AC HM ENT 1 C. This form is only applicable if bmh 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., 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? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is our normal bus iness ractice and rovide an o erational rofile of our business . Will you perform this entire contract without suppliers? 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 . YES NO YES NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on th is 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 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 creates a material breach of contract may result in a determination of an irresponsib le offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature T itle Contact Name (if different) Company Name Phone Number Fax Number Address Email Address C ity /State/Z ip Date Rev . 5/30/03 FORT WORTH "--, •. ~ PRIME COMPANY NAME: PROJECT NAME: City's M/WBE Project Goal : O/o City of Fort Worth Good Faith Effort Form I PROJECT NUMBER ATTACHMENT 1C Page 1 of 3 Check applicable block to describe prime I MIW/DBE I I NON-M/W/DBE BID DATE 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, a.nd 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 2nc1 tier. (Use additional sheets, if necessary) list of Subcontracting Opportunities List of Supplier Opportunities II ATTACHMENT 1C 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 __ No Date of Listing __ / ___ / __ 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? __ Yes (If yes, attach M/WBE mail listing to include name of flrm and address and a dated copy of letter malled.) __ 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? __ Yes (If yes, attach list to include !!!!!!!t 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 plans 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 necessarv, and attach.J Company Name Telephone Contact Person Scope of Work Reason for Rejection 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 contacted and the reasc;ms for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date FORT WORTH -"'-, w .---• CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered; use "NA" if applicable. Joint Venture Page 1 of 3 Name of City project:----------------------------------- A joint venture form must be completed on each project !. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Cellular: RFP/Bid/Purchasing Number: -------------'-- Facsimile: E-mail address: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of worl< to be performed by each firm comprising the ioint venture M/WBEfirm I name: Business Address: City, State, Zip : Telephone Cellular Facsimile Certification Status: Nam~ of Certifying Agency: 2 S f cope o wor k ti per orme E-mail db h J . V ,v t e omt Describe the scope of work of the M/WBE: -- enture: Non-M/WBE firm name: Business Address: City, State, Zip: Telephone Cellular E-mail address I Facsimile Describe the scope of work of the non-M/WBE: -- 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 d escribed 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 ---+--------------------------------l c. Hiring and Firing of management personnel -----d ~ --ii~cii-isi~g-~frmjoi eci~fp;ti~~i---- and/or supplies i-------------------------------~ Supetvision 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 . 'r 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 ~~atements or willful_ misrep_resentation of facts. __________ Name of M/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 --------------------------S ignature C ommission Expires ------------------------(ual) SPECIAL PROVISIONS FOR: H.M.A.C. HOT IN-PLACE RECYCLING (2010-1) CITY PROEJCT NO: 01449 TPW PROJECT NO: C293-541200-209620144983 1. SCOPE OF WORK: The work covered by these details and specifications consist of the removal and replacement of Curb & Gutter, Driveways and existing base repair, all existing traffic buttons, and repaving the existing asphaltic pavement in a simultaneous multi-step process of heating, scarifying, thoroughly remixing to the specified depth and reshaping the old asphaltic surface, applying an asphalt recycling modifier, and then placing and overlay of new asphaltic concrete pavement for the required thickness as specified. These items are described in the Special Provisions of these specifications. The work also consists of all other miscellaneous items of construction, to be performed as outlined in the details and specifications, which are necessary to satisfactorily complete the work. The Contractor shall mobilize within ten (10) working days of the notice given by the Construction Engineer for any locations. If the contractor fails to begin the work within ten (10) working days, a $200 dollars liquidated damage will be assessed per Block per day. It shall be the responsibility of the prospective bidder to visit the project sites and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties; procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. The contractor shall verify these locations with the Construction Engineer. For street locations, refer to the list at the back of this document. At the sole discretion of the City, the City reserves the right to add, delete or substitute streets in this contract. The City also reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus (±) 25% of the contract award. The contractor is not entitled to any additional compensation or renegotiation of individual pay item bid prices. All short turnouts that intersect with a street to be repaired shall be included in this contract, even though they may not be listed with the street locations at the back of this document due to SP-1 their size. The contractor shall verify these locations with the Construction Engineer prior to construction. The construction of these turnouts includes; but, is not limited to, milling, cleaning, tack coating, overlaying and facility adjusting. Total quantities given in the bid proposal may not reflect actual quantities, but represent the best estimate based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. 2. AW ARD OF CONTRACT: Contract will be awarded to the lowest responsible bidder. 3. SUBMITT ALS FOR CONTRACT AW ARD: The City reserves the right to require the contractor, who is the apparent low bidder(s) for a project, to submit such information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project 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. 4. CONTRACT TIME: The Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified, liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. The contract time will be counted from the date set at the pre-construction conference and will continue until a time the inspector determines the project is ready for a final inspection. At that time a final inspection will be scheduled. If, in the opinion of the inspector, the project has not been made ready, the final inspection will be cancelled and time will continue to be counted. A five calendar day period is required for the rescheduling of a final inspection. The Contractor also agrees to complete the final punch list within ten (10) working days after receiving it. If the Contractor fails to complete the work within ten (10) working days, the SP-2 counting of the number of days to complete the Contract will resume and liquidated damages shall be charged, as outlined in Part 1, Item 8, Paragraph 8.6, of the "General Provisions" of the Standard Specification for Street and Storm Drain Construction of the City of Fort Worth, Texas. 5. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a monthly basis the percentage of work completed will be compared. to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: A. A letter will be mailed to the contractor by certified mail, return receipt requested, demanding that, within 10 days from the date that the letter is received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the contractor receives such a letter, the contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. B. The Construction Engineer and the Director of the Transportation and Public Works Department will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. C. Any notice that may, in the City's sole discretion, be required to be provided to interested individuals will be distributed by the Transportation and Public Works Department's Public Information Officer. D. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Transportation and public works Department's Public Information Officer will, if necessary, forward updated notices to the interested individuals. SP-3 E. If the contractor fails to prov ide an acceptable schedule or fails to p e rform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately. 6. RIGHT TO ABANDON: The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. 7. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION- CITY OF FORT WORTH and STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH CENTRAL TEXAS. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. A copy of these specifications may be purchased at the office of the Transportation and Public Works Department, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item in the Proposal. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor. 8. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Transportation and Public Works Department. 9. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or ~oth, for a period of two (2) years from the date of final acceptance of this project, by the City of Fort Worth, and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No. 14 for further requirements. SP-4 10. TRAFFIC CONTROL: The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Vernon's Civil Statues, pertinent sections being Section Nos. 27, 29, 30 and 31. A traffic control plan shall be submitted for review to Mr. Charles R. Burkett, City Traffic Engineer at 817-392-8712 at least 10 working days prior to the preconstruction conference. Although work will not begin until the traffic control plan has been reviewed, the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division at 817-392-7738 to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed. The Contractor shall limit his work within one continuous lane of traffic, at a time, to minimize interruption to the flow of traffic upon the approval of the City Engineer. Work shall not be performed on certain locations/streets (primarily arterials) during "peak traffic periods (7 a.m. to 9 a.m. and to 4 p.m. to 5 p.m.)"; or, as determined by the City Traffic Engineer and in accordance with the applicable provision of the "City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." See "Street by Street Quantity Determination Spread Sheet", in the back of this document, for designated locations. The contractor will be responsible for coordination of proposed construction activities with public or private school administration. The proposed construction activities shall SP-5 accommodate school operating schedules, including school bus/parent drop off and pick up periods. The contractor shall provide proper traffic and pedestrian control to ensure safety at all times. Construction areas shall be properly barricaded/fenced to prevent public entry. 11. PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any street in this contract, the contractor shall prepare and deliver a notice/flyer of the pending construction to the front door of each residence or business that will be impacted by the construction activities. The notice/flyer shall be posted three (3) days prior to beginning construction activity along each street. The flyer shall be prepared on the Contractor's letterhead and shall include the following: o Project name/Contract name o TPW project number o Expected dates of construction o Contractor(s) and project inspector's contact information A sample notice/flyer is included in the contract documents. The Electronic version of the notice/flyer can · be obtained by contacting the Transportation and Public Works Department at (817) 392-2729. 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) working days after construction begins. The flyer should also include the anticipated date of when the work will restart. It will be the contractor's responsibility to re-distribute a three (3) day notification/flyer prior to beginning the construction activity. In addition, all copies of the notice/flyer shall be delivered to the City inspector for his review prior to distribution. The contractor will not be allowed to begin construction on any street until the flyer is delivered to all residences on the street. All work involved with the notice/flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 12. PAYMENT: The Contractor will receive bi-weekly payment (minus 5% retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the final SP-6 payment, and upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 13. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and 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. 14. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction, as required by Engineer, by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs", Item 524, and/or as shown on the plans. Construction signage and barricades shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices, Vol. No. 1 ". 15. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's Flood Plain Administrator (" Administrator") of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056) and a flood plain permit issued. All disposal sites must be approved by the Administrator to ensure the SP-7 filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the Administrator approving the disposal site, upon notification by the Director of the Transportation and Public Works Department, Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. No temporary storage of material, rubble, equipment or vehicles within parkway is allowed. Damage to sodded/landscaped areas shall be replaced at Contractor's expense to the satisfaction of City Engineer. 16. ZONING REQUIREMENTS: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 17. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 18. CONSTRUCTION SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, special coordination with schools (see Item No. 10 Traffic Control for details), including project clean up, and allow the contractor to complete the work in the allotted time. Contractor will not move onto the job site nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Contract start date would be outlined in the pre-construction work order notice. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. SP-8 19. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (1) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible from twelve feet shall be placed inside and outside vehicles such as cranes, derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING --UNLAWFUL TO OPERA TE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (2) Equipment that maybe operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links on the lift hood 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). 20. 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 the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. SP-9 Contractor further agrees to include in all its subcontracts hereunder a prov1s10n to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. The City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may be requested by the City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made. 21. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants and agrees to indemnify City's Engineer and Architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 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 indemnify and hold harmless the City from and against any and all injuries to City's officers, servants and employees and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. SP-10 22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission from the Engineer to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed substitutes is procured by the Contractor. Where the term "or equal", or "approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 23. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor, at his own expense. 24. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site. Specific attention is directed to this equipment. 25. MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained written permission from the property Owner. A copy of the written permit shall be provided to the assigned inspector prior to utilization of the property. 26. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered. SP-11 27. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction". 28. CONSTRUCTION The City of Fort Worth maintains a "CONFINED SPACE ENTRY PROGRAM" for its employees, and all contractors and their sub-contractors must comply with this program as a condition of the contract. All active sewer manholes, regardless of depth, are defined, as "permit required confined spaces". Contractors will be required to complete the "CONFINED SPACE ENTRY PERMIT" used by the Fort Worth Water Department (Field Operations Division) for each entry and possess and use the equipment necessary to comply with this program. The cost of complying with this program will be considered subsidiary to the pay items involving work in confined spaces (e.g. vacuum testing, cleaning, televising, construction, etc.). NON-PAY ITEM No: 1 -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM NO: 2 -REMOVAL OF TRAFFIC BUTTONS AND TEMPORARY LANE TAPE: The Contractor shall be responsible for the documentation of all street markings prior to the removal and disposal of the pavement markings. All traffic buttons shall be removed from the existing asphalt surface before resurfacing begins. The contractor shall be responsible for the removal and disposal of all buttons and markings. Upon completion of the job the City will install new buttons after proper notification. The contractor shall also be responsible for all materials, equipment and labor to place temporary adhesive lane marking tape to control and direct traffic in the same way as they were prior to start of construction. Any corrective action required on the temporary lane markings shall be the total responsibility of the Contractor and at no extra cost to the City. SP-12 The contractor shall notify the Construction Engineer and T/PW Street Division to arrange for the replacement of the buttons and adhesive lane markers (arrows, etc.). All costs to the contractor shall be figured as subsidiary to this contract. NON-PAY ITEM No: 3 -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The contractor shall be responsible for locating and marking previously exposed manholes, water valves, and any other utility cover in each street of this contract before the resurfacing process commences for a particular street. The method used to document locations shall be one in which the covers can be found exactly the first time. Proof of documentation must be provided to the assigned inspector prior to start of any overlay process. The contractor shall attempt to include the Construction Engineer or his designee (if available) in the observation and marking activity. In any event, a street shall be completely marked a minimum of two (2) working days before resurfacing begins on the street. Marking the curbs with paint may be allowed if and only if a water base paint is used. It shall be the contractor's responsibility to notify the utility companies that he has commenced work on the project. As the resurfacing is completed (within same day), the contractor shall locate the covered manholes and valves and exposed and clean them. Upon completion of a street, the contractor shall notify the utilities of this completion and indicate the start of the next one in order for the utilities to adjust facilities accordingly. The following are utility contact persons: Company Teleehone Number Contact Person SBC -Telephone (817) 338-6202 Mr. Gary Tillory (214) 384-3732 Cell TXU Electric Delivery: Downtown (817) 215-6424 Mr. Scott King Other than Downtown (817) 215-6688 Mr. Robert Martinex Atmos Energy (Gas) (817) 215-4366 Mr. John Crane (469) 261-2314 Cell CFW -Street Light (817) 392-7738 Mr. James Turner SP-13 - - CFW -Light Signal (817) 392-2538 Mr. Frank Brock (817) 392-2535 Mr. Monte Wilson CFW -Traffic Control/Permits (817) 392-7219 Mr. Nathan Wilson CFW -Pavement Marking (817) 392-8107 Mr. Chuck Snyder CFW -Storm Drain (817) 392-5196 Mr. Juan Cadena CFW-Water (817)212-2699 Mr. Roger Hauser (817)925-2360 Cell CFW-Sewer (817)212-2699 Mr. Rick Davis (817)944-8399 Cell Of course, under the terms of this contract, the contractor shall complete adjustment of the storm drain and Water Department facilities, one traffic lane at a time within five (5) working days after completing the laying of proposed H.M.A.C. overlay adjacent to said facilities. Any deviation from the above procedure and allotted working days may result in the shut down of the resurfacing operation. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON-PAY ITEM NO: 4 ~ PROTECTION OF TREES, PLANTS, SOIL, ETC.: All property along and adjacent to the Contractor's operations including lawns, yards, irrigation systems, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 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. SP-14 - - Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM NO: 5-PROJECT CLEAN-UP: During the construction of this project, all parkways that are excavated shall be shaped, including bar ditches, and backfilled at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents' property If it has been determined that the jobsite has not been kept in an orderly condition, the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. The Contractor shall make a final cleanup of each street as soon as the paving and curb and gutter has been constructed. No more than five working days shall elapse after completion of construction before the roadway and right-of-way is cleaned and restored. Failure to do so will be cause to stop the contractor from starting work on other streets. Project time will not be suspended and a $200 charge per day will be made as liquidation damages. The Contractor shall make a final cleanup of all parts streets before acceptance of the project is made. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general preparing the site of the work in an orderly manner and appearance. NON-PAY ITEM NO: 6 -CRACK SEALING: SP-15 ... All cracks that develop after completion of the street resurfacing and until the end of the 2- year warranty period shall be crack sealed with Rubber Asphalt Crack Sealer, as per the latest edition of the Tx.DOT Specifications for Construction and Maintenance of Highways, Streets, and Bridges, Item 300, "Asphalts, Oils, and Emulsions". The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON-PAY ITEM NO: 7 -STORM DRAIN INLET PROTECTION: All pulverization and overlay streets with storm drain inlets shall use inlet protection for sediment control, in accordance with the Standard Specifications for Public Works Construction-North Central Texas. The contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the contractor shall be figured subsidiary to this contract. NON-PAY ITEM NO: 8 -AGREEMENT OF QUANTITIES The streets will be measured and all quantities per street will be documented. This estimate sheet will be provided to the contractor. The Contractor is requested to agree by signing the estimate and returning it within a 10 working day period. If the Contractor is not in agreement, then the Contractor is required to, within a five (5) working day period, arrange a field trip with the assigned inspector to show proof of the difference. Failure of the Contractor to do this within the allowed time frame, a $100 dollar liquidated damage will be assessed per day until compliance has been made. PAY ITEM NO: 1 -Project Designation Sign: The contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of% inch fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. SP-16 ·- The work, which includes the painting of the signs, installing and removing the signs, furnishing the materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid, per each, will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PAY-ITEMS: NO: 2 -1-Inch HMAC Hot in-Place Recycling NO: 3 -Rejuvenated Oil Part 1 -General: I. ASPHALT RECYCLING -The Type "D" hot mix asphaltic concrete surfacing may be installed using an alternate technique. The following are the requirements: A. Description: This item is a process of asphalt surface rehabilitation that consists of repaving the existing asphaltic pavement in a simultaneous multi-step process of heating, scarifying, thoroughly remixing to the specified depth and reshaping the old asphaltic surface, applying as asphalt recycling modifier, and then placing and overlay of new asphaltic concrete pavement for the required thickness as specified. B. Materials: 1. Hot Mix Asphaltic Concrete surfacing shall be of the specified type and shall be in accordance with the Standard Specification. 2. Recycling modifier or other asphaltic material shall be of the specified type or as approved by the Engineer. C. The machine that heats, scarifies, rejuvenates and levels must also lay the new Hot Mix. New Hot Mix must be laid within 30 seconds after scarification begins to ensure a Hot Monolithic Bond with the old pavement. Specifications: Property Test Procedure Min Max Viscositv, Savbolt Furol, 77° F, sec T72 75 400 Sieve test, % T59 -0.1 Storage stabilitv, 1 dav, % T59 -1 Distillation test: T59 Modified Residue by distillation, % bv wt. 65 - Oil distillate, % by volume of emulsion -7 Test on residue from distillation: Penetration, 77°F, 100g, 5 sec. T49 300 - Solubility in trichloroethylene, % T44 97 - Ductility, 77°F, 5 cm./min., cm. T51 50 SP-17 Float test, 140°F, sec. TSO 1200 1. Heater, Scarifier, Repaver Unit: This machine shall be a self-contained machine specifically designed to reprocess upper layers of existing asphaltic pavements. This machine shall be as approved by the ENGINEER with due consideration being given to proven past performance of the unit of similar work. The heater- scarifier-repaver unit shall consists of at least the following: a. A heating mechanism capable of heating the asphaltic concrete pavement surface to a temperature high enough to allow full depth of required scarification of the material without breaking aggregate particles; without charring the pavement; and without producing undesirable pollutants. The heating mechanism shall be so equipped that heat application shall be under an enclosed hood to prevent damage to outlying grass, shrubs, or trees. In the event of burning of asphalt or excessive production of pollutants, the ENGINEER may require that operations be discontinued. Operations may not be resumed until adjustments have been made to the satisfaction of the ENGINEER. b. Scarifying sections shall be equipped with separate automatic height adjustments in order to clear utility manholes and/or other obstruction in the pavement surface. These sections shall be able to penetrate the surface a minimum of one inch. The machine must have sufficient power to push scarifiers through the high spots and create a leveled surface conforming to the desired finished profile of the pavement. c. A leveling unit capable of gathering the heated and scarified material into a window or otherwise missing and leveling the material in a manner acceptable to the ENGINEER, and then distributing the material over the width being processed so as to produce a uniform cross-section. d. A system for adding and blending recycling modifier to be applied at a rate determined by the ENGINEER based on laboratory test on pavement samples. The application rate will be synchronized with the machine speed to provide uniform application and maintain a tolerance of less than 5% from the rate determined by the ENGINEER. e. A spreading and finishing mechanism capable of producing a surface that will meet the requirements of the typical cross-section and surface tests, when required. Automatic screed controls, if required, shall meet the requirements of the Item "Automatic Screed Controls for Asphaltic Concrete Spreading and Finishing Machines". 2. Rollers: Rollers shall be in accordance with the City of Fort Worth specification on Hot Mix Aspahltic Concrete Surfacing. II. CONSTRUCTION METHODS: SP-18 A. The pavement surface to be heater scarified shall be cleaned of all deleterious material by blading, brooming or other approved methods, prior to the beginning of the heater-scarification operations. It shall b e the responsibility of the contractor to protect the adjacent landscape from heat damage. This _protection may consist of individual shielding and/or water spray or other methods approved by the ENGINEER. B. The existing asphaltic pavement shall be evenly heated, scarified, and remixed to the minimum of specified depth by a continuously mqving heater-scarifier-repaver unit. It shall be controlled to assure uniform heat penetration without causing differential burning of the surface. Charring of the asphalt will not be permitted. The scarified material shall be gathered by the leveling device, and spread uniformly to a minimum depth of one inch. Under no circumstances shall the scarifying penetrate into the existing flexible base course. C. The heated material shall have temperature in a range between 225° F and 265° F as measured immediately behind the heater-scarifier. The ENGINEER will determine the temperature within these limitations, and the mixture shall not vary from this selected temperature more than 25° F. D. Recycling more modifiers or other asphaltic material, if required, shall be applied during mixing and leveling operations or immediately following the leveling operation. The rate of application shall be as specified or as directed by the ENGINEER. E. New asphaltic concrete pavement overlay shall be placed over the leveled hot- scarified material, which shall have residual temperature of at least 190°F. Rate of placement will be specified. The new asphaltic material shall meet the requirements of Texas Department of Transportation standard specifications. F. H.M.A.C. shall be placed and spread using vibratory screed; and, unless otherwise directed by the ENGINEER, an automatic longitudinal screed control system shall be required. G. To the varying properties of the existing asphalt pavement, the following adjustments shall be made, as required, as directed by the ENGINEER. 1. Depth of scarification may be varied. 2. Rate of recycling modifier application or other asphaltic material may be adjusted as necessary to maintain a uniform mixture. 3. Rate of H.M.A.C. application (lbs. per S.Y.) may be adjusted to maintain the design depth of combined recycled and new asphaltic concrete pavement. PART 2 -PRODUCTS: SP-19 I. GENERAL REQUIREMENTS: The work under this specification will not be allowed when the air temperature is below 60°F and is falling, but it may be allowed when the air temperature is 60°F and rising. The air temperature shall be taken in the shade away from artificial heat. II. MEASUREMENT: A. The asphalt recycling process as described above will be measured by the tonnage of area repaved. The Rejuvenated Oil will be counted by the gallon. B. Payment: The work performed and material furnished, as prescribe, by these items and construction in accordance with the applicable provisions of "Measurement" above will be paid as follows: The work shall be paid for in accordance with the Item "HMAC Hot In-Place Recycling" and the item "Rejuvenated Oil". The unit price quoted for these items shall be full compensation of cleaning existing pavement, all heating and scarifying, mixing and relaying of scarified materials; for furnishing, hauling and placing material; and for all manifestations, labor, tools, equipment and incidentals necessary to complete the work. PAY ITEM NO: 4 ~ 1-lnch Surface Course Type "D" Mix: Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense--Graded Hot- Mix Asphalt (Method)" (referenced) shall govern work. The following amendments to the above TxDOT's specifications shall govern, take precedence and shall include: Item No. 340 "Dense--Graded Hot-Mix Asphalt (Method)" (referenced): • Under Item 340.2, Materials, A. Aggregates: The surface aggregate classification (SAC) shall be Class B. The Contractor shall perform the Los Angeles abrasion, magnesium sulfate soundness, Micro-Deval and all other aggregate quality tests listed in Table 1. 2. RAP will not be allowed, for use, in surface course Type "D" mix. • Under Item 340.2, Materials, D. Asphalt Binder: SP-20 - - Furnish performance-graded PG 64-22 for H.M.A.C. surface course, level up and pavement/base repair or replacement. • Under Item 340.4, Construction: The City of Fort Worth, Texas will perform quality assurance tests and checks on the paving project materials during construction, to ensure compliance with the specifications and approved mixture design. The sampling and testing of the materials shall be made at the expense of the City. In the event the sampling and testing does not comply with the specifications, all subsequent testing of the material, in order to determine if the material is acceptable, shall be furnished and paid for by the contractor, as directed by the Engineer. Samples will be taken for determination of asphalt content, aggregate gradation, maximum theoretical specific gravity as directed by the engineer. For each hot mix asphalt surface course placed, nuclear gauge in-place density testing will be performed at each 300-ft station. For each hot mix asphalt surface course placed, cores will be obtained to determine in-place density and thickness. The cores will be taken at the maximum interval of 300-ft (to coincide with field density locations). • Under Item 340.4, Construction, A. Mixture Design: The contractor shall furnish mixture design of the proposed hot mix asphalt, at or before the pre-construction meeting. The Contractor shall submit to the Engineer a mixture design prepared by an AASHTO accredited laboratory, for the materials to be used in the project. Using the typical weight design example in Tex-204-F, Part I, the mixture design shall meet the requirements contained in Tables 1 through Table 5 of Item 340. The Indirect Tensile-Dry (Tex-226-F) and the Hamburg Wheel-tracking (Tex-242-F) tests shall be waived. The mixture design report must be certified and signed by a Level II Specialist and submitted on TxDOT's software forms. The Engineer may verify the mixture design at optimum asphalt content. • Under Item 340.4, Construction, B. Job-Mix Formula Approval: The Contractor will perform the Boil Test (Tex-530-C). • Under Item 340.4, Construction, J. Ride Quality: The Ride Quality Surface Type A test (10-foot straight edge) shall be measured. SP-21 -- Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the driveway. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Contractor shall bac.kfill around the driveway within five (5) working days of pouring the driveway, if the contractor fails to complete the work within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finishing grade and shall be completed in order for the driveway to be accepted and measured as completed; top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged during construction, shall be replaced with same or better at no cost to the City. The unit price bid, per square feet, shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY ITEM NO: 5 ~ Remove and Replace Concrete Curb & Gutter: This item shall include the removal and replacement of all failed existing curb and gutter sections, as designated by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see City Standard Specifications, Item No. 104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-S5B. Pay limits for laydown curb and gutter ·are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut the curb and gutter and/or pavement prior to removal. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the SP-23 construction of the curb and gutter. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Contractor shall backfill behind the curb within five (5) working days of pouring the curb and gutter. If the contractor fails to complete the work within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finishing grade and ~hall be completed in order for the curb and gutter to be accepted and measured as completed, top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged during construction, shall be replaced with same or better at no cost to the City. The unit price bid, per linear foot, shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM No: 6 -New Curb & Gutter: This item shall include the construction of new standard concrete curb and gutter with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see City Standard Specifications item -No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2 through S-SSB. Pay limits for laydown curb and gutter are as shown in Drawing No. S-SS of the Standard Specifications. Contractor shall sawcut the curb and gutter and/or pavement prior to removal. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the curb and gutter. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions ofTxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 SP-24 This item shall consist of milling the existing pavement at a depth of 1-inch. All applicable provisions of PAY ITEM NO: 12 -1-lnch to 0-Inch Wedge Milling Depth, 5-Ft Wide, shall apply. If the existing base is brick and cannot be surfaced milled, then the existing brick base shall be removed, under PAY ITEM NO: 11-Base Repair, and replaced under PAY ITEM NO: 10- HMAC Level Up, prior to placing H.M.A.C. surface course. The unit price bid, per square yard, shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO: 15 -Utility Adjustments: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer, natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments deemed necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. Contractor shall immediately cap broken sprinkler system lines, and must notify the inspector prior to replacements. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. PAY ITEM NO: 16 -Water Valve Box Adjustment (with Steel Riser): This item shall include adjusting the tops of existing water valve with steel riser manufactured by American Highway Products or approved equal by the construction engineer to match proposed grade, steel water valve riser shall be placed at the time of paving. SP-33 Specifications and details of steel water valve riser (included at the end of this document), and Standard Specification Item No. 450 "Adjusting Manholes, shall apply except as herein modified. Contractor will be responsible for adjusting water valve boxes to match new pavement grade, the water valves themselves will be adjusted by the City of Fort Worth Water Department. Prior to the beginning of work, the Contractor shall make an inventory of the condition of existing water valve boxes. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve boxes. The contractor shall replace the valve boxes, which are damaged during construction at no cost to the City. Failure of the contractor to perform this inventory will place the total burden of replacement of any broken valve box on the contractor. The unit price bid, per each, will be full compensation for all labor, tools, materials, equipment, and incidentals necessary to complete the work. PAY ITEM NO: 17 ~ Water Valve Box Adjustment (with concrete collar): This item shall include adjusting the tops of existing water valve with concrete collar to match proposed grade as shown on the detail at the back of this document or as directed by the Engineer. The concrete collar will be used only in cases where the steel ring riser CAN NOT be used as determined by the engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. Contractor will be responsible for adjusting water valve boxes to match new pavement grade, the water valves themselves will be adjusted by the City of Fort Worth Water Department. Prior to the beginning of work, the Contractor shall make an inventory of the condition of existing water valve boxes. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve boxes. The contractor shall replace the valve boxes, which are damaged during construction at no cost to the City. Failure of the contractor to perform this inventory will place the total burden of replacement of any broken valve box on the contractor. SP-34 The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Work shall be completed within five (5) working days after completing the laying of proposed H.M.A.C., and street shall be open to traffic within seven (7) working days. If the contractor fails to complete the work and within seven (7) working days, a $100 dollar liquidated damage will be assessed per each water valve box per day. The unit price bid, per each, will be full compensation for all labor, tools, materials, equipment, and incidentals necessary to complete the work. PAY ITEM NO: 18 ~ Water Meter Box Adjustment: This item only applies when the adjacent curb and gutter has been removed and replaced and has been authorized by the assigned inspector. The adjustment shall include raising or lowering the existing water meter box to the proper grade. The pre bid unit price, per each, will be full compensation for all labor, materials, equipment, tools, and incidentals necessary to complete the work. PAY ITEM NO: 19 ~ Manhole Adjustment (with Steel Riser): This item shall include adjusting the tops of existing manhole with steel riser manufactured by American Highway Products or approved equal by the construction engineer to match proposed grade, the steel manhole riser shall be placed at the time of paving. Specifications and details of steel manhole riser (included at the end of this document), and Standard Specification Item No. 450 "Adjusting Manholes, shall apply except as herein modified. Prior to the beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City. Failure of the contractor to perform this inventory will place the total burden of replacement of any broken frame and cover on the contractor. Should the contractor identify any utility manholes other than those owned by the City of Fort Worth, TX, the contactor is encouraged to contact the owner and arrange the adjustment of the manhole cover. Payment for the work will be made by the individual Franchise Utility SP-35 Company. The contractor is not entitled to any additional compensation or renegotiation with the City associated with the construction of this work. The unit price bid, per each, will be full compensation for all labor, tools, materials, equipment, and incidentals necessary to complete the work. PAY ITEM NO: 20 ~ Manhole Adjustment (with concrete collar): This item shall include adjusting the tops of existing manhole with concrete collar to match proposed grade as shown on the detail at the back of this document or as directed by the Engineer. The concrete collar will be used only in cases where the steel ring riser CAN NOT be used as determined by the engineer. Standard Specification Item Nos. 450 "Adjusting Manholes and Inlets" and 406 "Concrete for Structures" shall apply except as herein modified. The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Work shall be completed and street open to traffic within seven (7) working days. If the contractor fails to complete the work within seven (7) working days, a $100 dollars liquidated damage will be assessed per each manhole per day. Prior to the beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City. Failure of the contractor to perform this inventory will place the total burden of 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. Should the contractor identify any utility manholes other than those owned by the City of Fort Worth, TX, the contactor is encouraged to contact the owner and arrange the adjustment of the manhole cover. Payment for the work will be made by the individual Franchise Utility Company. The contractor is not entitled to any additional compensation or renegotiation with the City associated with the construction of this work. SP-36 The unit price bid, per each, will be full compensation for all labor, tools, materials, equipment, and incidentals necessary to complete the work. PAY-ITEM NO: 21-Crushed Limestone: This item shall be used to repair the failed base material in areas exceeding 8-inch deep, as directed by the Engineer. The material shall be graded crushed stone. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges", Item No. 247 "Flexible Base", shall govern this item. The unit price bid, per cubic yard, shall be full compensation for all materials, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO: 22 -Remove and Replace 30-Ft HMAC Speed Cushion w/stripping: PAY ITEM NO: 23 -Remove and Replace 40-Ft HMAC Speed Cushion w/ stripping: Pay items No. 22 and 23 shall include the removal of existing Speed Cushions, and installing new standard H.M.A.C Speed Cushions according to the plan and profile as shown on the detail sheet. All excavated material shall be hauled off-site the same day as excavated, to an approved dumpsite. Contractor shall notify the Construction Engineer 72 hours prior to installing any speed cushions. Contractor shall install speed cushion's pavement markings. If the roadway is damaged during existing marker removal, the work shall be temporarily halted until consultation with the Construction Engineer. The pavement shall be repaired prior to new HMAC overlay. MATERIALS AND QUALITY REQUIREMENTS: I. Speed Cushions: The speed cushions shall consist of H.M.A.C. Type "D" surface course (PG 64-22) with tack coat (SS-1) and compacted with vibratory hand roller. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" SP-37 (referenced) shall apply. Kraft brown paper -36 inch wide 40-lb paper shall be used to keep curb & gutter clean. 2. Pavement Markings: Raised Pavement Markings: All materials used shall be pre-approved prior to placement. The brand name and specifications of the materials shall be included in the submittal for approval. The approved materials must be used throughout the duration of the contract. In the event that substitute materials need to be used , they must be equal to or exceed the quality of those currently in use, and be approved the Construction Engineer. All markers shall be 4 inchs and be installed with epoxy; bituminous adhesive is not approved. A chalk line, chain, or equivalent shall be used during layout to insure that individual markers are properly aligned. All markers shall be placed uniformly along the line to achieve a smooth continuous appearance. Preformed Pavement Markings: All materials used under this agreement shall be pre-approved prio.r to awarding of the bid. Materials used shall meet TXDOT specifications Item 666 Type II. The approved materials must be used throughout the duration of the bid. In the event that substitute materials need to be used, they must be equal to or exceed the quality of those currently in use, and be approved by Construction Engineer. All material must be equal to or exceed the following: Pre. Mark brand Hot Tape which is manufactured by Stimsonite. Stamark A420, which is manufactured by 3M. Stamark A380, which is manufactured by 3M. All applications shall be in strict compliance with all manufacturer recommendations. Surface Preparation and Application of Pavement Markings: Roadway surface shall be clean, dry and free from dirt, grease, and other forms of contamination. All surfaces must be air blasted prior to application of paint. Surface preparation and application shall be in strict compliance with manufacturer recommendations. SP-38 Equipment and methods used for surface preparation shall not damage the pavement or present a hazard to motorists. Installation of Pavement Markings: Contractor's personnel shall be knowledgeable and sufficiently skilled in the installation of raised pavement markings and preformed pavement markings. Markings that are not properly applied due to faulty application methods or defective product, and markings, which are placed in the wrong position or alignment, shall be removed and replaced by the contractor at the contractor's expense. If the mistake is such that it would be confusing or hazardous to motorists it shall be remedied the same day of notification. Notification will be made by phone and confirmed by fax. Other mistakes shall be remedied within five days of written notification. Traffic Control of Pavement Markings: When markings are applied on roadways open to traffic, care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, flaggers, etc. Work shall be performed with as little disruption to traffic as possible, and freshly applied markings shall be protected from traffic damage and disfigurement. 3. Measurement and Payment: The unit price bid, per each, shall be full compensation for removal of existing pavement markings, H.M.A.C. Type "D" surface course, tack coat (SS-1), vibratory hand roller, surface preparation, preformed and raised pavement markings, kraft brown paper -36 inch wide 40-lb paper to keep curb & gutter clean, and all materials, labor, equipment and incidentals necessary to complete the work. The unit price per bid, per each, will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY-ITEM NO: 24 -Remove and Replace Wheelchair Ramp and Install Standard 4-Inch ADA Wheelchair Ramp (with detectable warning Dome-Tile surface): This item shall include removing the existing wheelchair ramp and installing Standard 4-inch ADA wheelchair ramp that includes a detectable warning Dome-Tile surface at various locations as to be determined in field by the Construction Engineer, due to failure or in SP-39 situation where curb and gutter is replaced to adjust grades to eliminate water ponding with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see enclosed details for Wheelchair Ramp (with detectable warning Dome-Tile surface, and City Standard Specifications Item No. 104 "Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified. All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Contractor shall sawcut existing sidewalk, curb and gutter, and pavement prior to wheelchair ramp removal. The removal of existing curb and gutter, as required, for the replacement of existing wheelchair ramps shall be included in PAY ITEM NO: 5~ Removal and Replacement of Concrete Curb & Gutter, as determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the Accessibility Ramp Pay Limits detail (STR-032). The pay limit will extend from 9-inches outside the lip of gutter to the back of the curb. Any asphalt tie- in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15 inches back from the face of curb and encompass the remainder of the ramp and sidewalk. Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch and a maximum of 8-inch from the extension of the face of curb. Detectable warning Dome-Tile surface maybe curved along the corner radius. The method of Dome-Tile installation shall be in accordance with the manufactures instruction. Cost of detectable warning Dome-Tile and installation, shall be included in this pay item. Contractor shall provide a brick red colored Dome-Tile sample for approval by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. SP-40 Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the wheelchair ramp. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Contractor shall backfill the wheelchair ramp within five (5) working days of pouring the wheelchair ramp; if the contractor fails to complete the work within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finishing grade and shall be completed in order for the wheelchair ramp to be accepted and measured as completed; top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged during construction, shall be replaced with same or better at no cost to the City. The unit price bid, per square feet, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY-ITEM NO: 25 ~ New 4-Inch ADA Wheelchair Ramp: (with detectable warning Dome- Tile surface): This item shall include the construction of new Standard 4-inch ADA wheelchair ramp that includes a detectable warning Dome-Tile surface at various locations as to be determined in field by the Construction Engineer, due to a situation where curb and gutter is replaced to adjust grades to eliminate water ponding with same day haul-off of the removed material to a suitable dumpsite. For specifications governing this item, see enclosed details for Wheelchair Ramp (with detectable warning Dome-Tile surface, and City Standard Specifications Item No. 104 "Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein modified. SP-41 All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Contractor shall sawcut existing sidewalk, curb and gutter, and pavement prior to wheelchair ramp removal. The removal of existing curb and gutter, as required, for the construction of new wheelchair ramps shall be included in PAY ITEM NO: 5-Remove and Replace Concrete Curb & Gutter, as determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the Accessibility Ramp Pay Limits detail (STR-032). The pay limit will extend from 9 inches outside the lip of gutter to the back of the curb. Any asphalt tie-in shall be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start 15-inches back from the face of curb and encompass the remainder of the ramp and sidewalk. Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile, manufactured by StrongGo Industries or approved equal by the construction Engineer. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street, and shall be located so that the edge nearest the curb line is a minimum of 6-inch and a maximum of 8-inch from the extension of the face of curb. Detectable warning Dome-Tile surface maybe curved along the corner radius. The method of Dome-Tile installation shall be in accordance with the manufactures instruction. Cost of detectable warning Dome-Tile and installation, shall be included in this pay item. Contractor shall provide a brick red colored Dome-Tile sample for approval by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all _construction covered in the scope of this pay item. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the wheelchair ramp. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. SP-42 The Contractor shall backfill behind the wheelchair ramps within five (5) working days of pouring the wheelchair ramp; if the contractor fails to complete the work within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finishing grade; top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling and grading behind curb shall be included in this pay item. Existing improvements within the parkway such as water meters, sprinkler system, etc., if damaged during construction, shall be replaced with same or better at no cost to the City. Required backfilling at finishing grade behind the ramp shall be completed in order for the wheelchair ramp to be accepted and measured as completed. The unit price bid, per square feet, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 26 ~ Remove and Replace 5-Ft Storm Drainage Inlet Top: PAY ITEM NO: 27 ~ Remove and Replace 10-Ft Storm Drainage Inlet Top: Pay items No. 26 and No. 27, shall include the removal and replacement of a 7-inch thick drainage inlet top of 5-foot and 10-foot drainage inlet openings, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. For specifications governing these items, see City Standard Specifications Item No. 450 "Adjusting Manholes and Inlets", as shown in the Drawing S-S02 and as directed by the construction engineer. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. The unit price per bid, per each, will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY ITEM NO: 28 ~ Painting House Curb Address: This item shall include painting of house addresses on curb or driveway radiuses that are removed and replaced in this contract • All materials shall be of recent product, and suitable for its intended purpose. SP-43 • Surface preparation and application shall be in strict compliance with manufacturer's recommendations. • The paint shall NOT be applied if the new concrete curb has aged less than a minimum of 28 days, and if weather condition may harm or damage the finish surface. • The background paint shall be equal to or exceed #5160 White Latex Striping paint manufactured by Kwal Paint or approved equal. • The letters paint shall be equal to or exceed #6306 Black Latex Exterior paint manufactured by Kwal Paint or approved equal. • The minimum size for the background shall be 6" high x 16" long, and the minimum size for the letters shall be 4" high. The unit price bid, per each, will be full compensation for all labor, material, tools, and incidentals necessary to complete the work. PAY ITEM NO: 29 ~ Grass Sod Replacement: This Pay item shall consist of the replacements of a like grass sod that was removed under this contract due to the removal and replacement of driveways, wheelchair ramps, and curb and 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 hinder the growth of the grass. • Sod material must be kept moist from the time it is dug until planted. Sod Installation Specifications: • The area to be sodded shall be determined by the City. • The sodded area shall be smoothed down. • The sodded area shall be thoroughly watered immediately after it is planted. The unit price bid, per square yard, will be full compensation for all labor, material, tools, and incidentals necessary to complete the work. PAY-ITEM NO: 30 ~ Re-Mobilizations: SP-44 This item shall compensate the Contractor to mobilize personnel, equipment, supplies, and material to start the work on the requested streets. Contractor will be paid one mobilization per request. Each request will consist of one or several streets. Moving of the equipment, labor, and material from one street to other within a request will not be considered as a separate mobilization. Mobilization shall take place within the 72 hours of the notice given by the Engineer or his designated rep resen ta tives. The unit price per bid, per each, will be full compensation for all labor, equipment, material, tools and all incidentals necessary to complete the work. END OF SECTION SP-45 CERTIFICATE OF INSURANC E TO: CITY OF FORT WORTH Date: May18, 2010 NAME OF PROJECT: H.M .A.C HOT IN-PLACE RECYCLING (2010-1) PROJECT NUMBER: 01449 IS TO CERTIFY THAT: Cutler Repaving, Joe. is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described , for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described . Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance (Public Ea. Occurrence: $ Liability) Property Damage : Ea. Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea. Occurrence: $ --- excavations Damage to Underground Utilities Ea. Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea. Person: $ Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Other Locations covered: ----------------------------------- Des c rip ti on of operations covered:----------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements , either in the body thereof or by appropriate endorsement thereto attached. 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. Age ncy Insurance Company: ___________ _ ~Fo=rt~W~o=rt~h~A~g=e=nt,__~~~~~~~~~~~~ By __________________ _ Address _________________ _ Title ________________ _ CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Transportation and City of Fort Worth Project No . 01449. STATE OF l-EXAS )<A-Nsl\S § § COUNTY OF T/.RRAf~T .Dow~L.At. § CONTRACTOR Cutler Repaving, Inc. Name : ---------- Title : President ----------- Date: ~~~7frt---"-g ___ tj_----i-)~;/_()_1_0 __ Char1es ~Wsf<d e, the undersigned authority , on this day personally appeared ________ , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Cutler Repaving, Inc. for the purposes and consideration therein expressed and in the capacity therein stated . Public in and for the State of ~ Km,ISAS. OTARY PUBLIC· State of Kansas JUDITH K. COFFMAN My Appt. Exp. ~-ot1.,~ PERFORMANCE BOND THE ST A TE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OFT ARRANT § J.1-.,, ,. r r C) Ra 1=-1 tee :t:: -'!l .5 4" r .,, ,? , ~ ~ -j::1 t? ..z: That we (1) Cutler Repaving, Inc. as Principal herein , and (2) a corporation ,:; organized under the laws ofthe State of(3) (! f: , and who is authorized to issue surety bonds in the State of Texas , Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: Two Million Four Hundred Eighteen Thousand Eight Hundred Ninety Two Dollars and Fifty Cents ..... . ($2418892.50) Dollars for the payment of which sum we bind ourselves , our heirs , executors, administrators, successors and assigns , jointly and severally , firmly by these presents . WHEREAS , Principal has entered into a certain contract with the Obligee dated the 18 of May, 2010 a copy of which is attached hereto and made a part hereof: for the construction of: H.M.A.C HOT IN-PLACE RECYCLING (2010-1) NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans , specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise , to remain in full force and effect. PROVIDED, HOWE VER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on thi s bond shalJ 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 l8ofMay, 2010. (SEAL) ~., (SEAL) Cutler Repaving, Inc. PRINCIP::+: /) / I /J -~- BY: ~fu4-f(~ President __. Title: _______________ _ 921 East 27th Street Lawrence, KS 66046 (Address) r=· uee T,z,5 It' /QH "..c.. <'<'nt ,,o ~ ,c.1 ?-1 Surety J : ll · "(Attorney-in-fact (S 'Ckqt;·r/f If.µ :J c.2.... (I/;,; S-cJhn $ r<1,t F/S.S S;?;:JS-e-v '15 y • (I 4 4 ,-el d <R « /27 Ifs /0 d ' ~ (// ~ ::1 " 0 ........ ~ (Address)p;, Q'1~ .' {,113) 3 9~-o :P Ot) 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 mu st 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 § § § PAYMENT BOND KNOW ALL BY THESE PRESENTS: . . /-4,r;Ct:://P..µ F/R~ ~s~-9H~'<..., ~ .~ That we , (I) Cutler Repaving, Inc., as Principal herem, and (2) n: ,,,,,., .. ___ , a corporation organized and existing under the laws of the State of (3) (!, r , as surety , are held and firmly bound unto the City of Fort Worth , a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein , in the amount of Two Million Four Hundred Eighteen Thousand Eight Hundred Ninety Two Dollars and Fifty Cents ... Dollars ($2418892.50) 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 ~day of May , 2010, 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: H.M.A.C HOT IN-PLACE RECYCLING (2010-l) 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 liabilitie s 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 thls instrument. SIGNED and SEALED this 18 day of, May, 2010. (SE AL) (SE AL) NOTE: (1) (2) (3) Cutler Repaving, Inc. PRINCIPAL By : ~i?~ Name: __ Ch_artes __ R._V881_1<er_m_• __ _ Title : President ----------- Address : 921 East 27th Street Lawrence, KS 66046 wefL 'U If /?~g'f:- Attorney in Fact Addres~fo Jr; h/1 s /0,, ,,C/..S..5 <, S" ii? ,.g ... -4<) 2 3" ,.!} ,6q «J a cc"' )/z ,s s / d & h ft:; t,,;, do Telephone Number:~/...:? 3 96 t;g,,-c7c;I 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. MAIN TENANCE BOND THE ST A T E OF T EXAS § COUNTY OFT ARRANT § #tfr7" FO l?..,O P/Ri= -r-~-· J That Cutler Repaving, Inc. ("Contractor"), as principal , and -~..s~'9"'l" '<-( o~.,,a;,. --~ a corporation organized under the laws of the State of CT , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth , a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City ") in Tarrant County , Texas , the sum of Two Million Four Hundred Eighteen Thousand Eight Hundred Ninety Two Dollars and Fifty Cents ...... Dollars ($2418892.50), 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 18 of May , 2010 , a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: H.M.A.C HOT IN-PLACE RECYCLING (2010-1) the same being referred to herein and in said contract as the Work and being designated as project number(s) 01449 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~ counterpart(s), each of which shall be deemed an original , this 18 day of May, A.D.2010. ATTEST: ?1 ,J.tf 0.. &ec1etary Cutler Repaving, Inc. Contractor Name: ___ Charles __ "'""'R.c...Vi=-=eskema= ...... ....._-___ _ Title : President S'Aa Hd12 (/? u llbsx rJ ,I(,), ;ff 6 ~~a? Address 'i Direct Inquiries/Claims to : POWER OF ATTORNEY THE HARTFORD BOND, T-4 P O BOX 2103, 690 ASYLUM AVENUE HARTFORD , CONNECTICUT 06115 KNOW ALL PERSONS BY THESE PRESENTS THAT: calf.· 888-266-3488 or fax.· 860-757-5835 Agency Code: 37-281099 [TI Hartford Fire Insurance Company, a corporation dul y organized under the laws o f the State of Conne cticut [TI Hartford Casualty Insurance Company, a corp orati on dul y organized under the la ws of the State oflndiana D Hartford Accident and Indemnity Company, a corpo rati on duly organiz ed under the laws of th e State of Connecticut D Hartford Underwriters Insurance Company, a corp orati o n dul y o rgan iz ed under th e laws o f the State of Connecticu t D Twin City Fire Insurance Company, a corporatio n du ly organized under the laws of the State o f Indiana D Hartford Insurance Company of Illinois , a corpora ti on dul y organized under the laws of the State oflll ino is D Hartford Insurance Company of the Midwest. a co rporation dul y organi zed under the laws of the State of Indiana D Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State ofFlorida having their home office in Hartford , Connecticut, (hereinafter collectively referred to as the "Compan ies ") do hereby make , constitute and appo int, up to the amount of unlimited: Robert B. Fiss, Scott H . Fiss, Droste D. Milledge, Melissa L. Ory, Patrice M. Larsen, Judith A. Page of Shawnee Mission , KS and Gonya C . Harris of Corinth, Texas their true and lawful Attorney(s)-in-Fact , each in their separate capacity if more than one is named above , to sign its name as surety(ies) only as delineated above by 12], and to execute , seal and acknowledge any and all bonds, undertakings , contracts and other written instruments in the nature thereof, on behalf of the Compan ies in their business of guaranteeing the fidelity of persons , guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceed ings allowed by law. In Witne:s:s Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22 , 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed , duly attested by its Ass istant Secretary . Further , pursuant to Resolution of the Board of Directors of the Companies , the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney . Scott Sadowsky , Assistant Secretary M. Ross Fisher , Assistant Vice President STATE OF CONNECTICUT} ss. COUNTY OF HARTFORD Hartford On this 3 day of March , 2008, before me personally came M. Ross Fisher , to me known , who being by me duly sworn , did depose and say: that he resides in the County of Hartford , State of Connecticut; that he is the Assistant Vice President of the Companies , the corporations described in and which executed the above instrument; that he knows the seals of the sa id corporations ; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority . CERTIFICATE Scott E. Pase ka Notary Pub lic My Commi ss ion Expires October 31 , 20 12 /' .. · .-,__ .. - f..~LVT v .:-r.'-·--·-·----·--.. I' I . /Y / / t . ~- Gary W . Stumper , Assistant Vice President THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS COUNTY OFT ARRANT This agreement made and entered into this the 18 day of May A.D., 2010, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D. 1924, under the authority (vested in said voters by the "Home Rule" provision) of the Constitution of Texas , and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, and the City of Fort Worth being hereinafter termed Owner, Cutler Repaving, Inc., HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: H.M.A.C HOT IN-PLACE RECYCLING (2010-1) 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 sai d work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and a roval of the Department of Transportation of the City of Fort Worth and the Ci ouncil of the City o Fort Worth within a period of One Hundred and Eighty (180) days . OFFICIAL RECO D CITY SECRETARY T. ORTH. TX L--______ _J 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 $200 Per working day, not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency. 5 . Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the 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 s pecifying 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 iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage , loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may , if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, to make , execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being s prov, e ano reqmre in Texas Government Code Section 2253 , as amended , in the form included i CITY SECRETARY FT. WORTH. TX and such bonds shall be for 100 percent ( 100%) of the total contract price, and said surety shall be a surety company duly and legally authorized to do business in the State of Texas , and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be Two Million Four Hundred Eighteen Thousand Eight Hundred Ninety Two Dollars and Fifty Cents ... Dollars, ($2418892.50). 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 this instrument to be signed in ~ 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~ counterparts with its corporate seal attached. Done in Fort Worth , Texas, this the 18 day of May, A.D., 2010. OFFICIAL RECORD CITY SECRETARY T.WORTH,TX APPROVAL RECOMMENDED: ~~/ WILLIAM A. VE ~P.R DIRECTOR, DEPARTMENT OF TRANSPORTATION/PUBLIC WORKS ATTEST: CITY OF FORT WORTH FERNANDO COST A , ASST CITY MANAGER Con sact. Authorizatio:a Cutler Repaving, In,¢. t h ~ \}~-------oa e 921 East 27th Street Lawrence, KS 66046 CONTRACTOR BY: dJuv{)~ Qjlflis R. Veskema Pr8lldent TITLE 921 E2711a LawNnce, KS 66046-4917 ADDRESS November 1960 Revised May 1986 Revised September 1992 Revised March 2006 CITY SECRET ARY (SE AL) APPROVED AS TO FORM AND LEGALITY: OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Project Name: HMAC Surface Overlay ( _____ .) DOE Project Number: ___ _ Mapsco Location: ____ _ Street Maintenance Work Notice As part of the City of Fort Worth's Street Maintenance Program, _______ _ has been contracted to repair your street. During the maintenance work, there will be a brief time that you may not have access to your residence or business. On the days specified below, vehicles can not be parked on the street. Also, please turn off your sprinkler adjacent to the street. If you have any questions or concerns, please contact contractor ________ _ at ------------ If we are not able to resolve your concern to your satisfaction, you may also contact City of Fort Worth Inspector at , Monday- Friday between 7:30 a.m. and 4:30 p.m. After4:30 p.m. and on weekends, call (817) 392-8100. Block Street Project Limits Name Limits 1100 to 1200 Brown Street Yates Avenue to Keller Springs Parkway Expected Construction Dates Weather Permitting From 6-20-06 to 7-4-06 Nombre del Proyecto: HMAC Surface Overlay ( ______ _, Numero del Proyecto DOE: ___ _ Ubicacion 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 Li mites De Bloques de Calle De Proyecto 1100 a 1200 Brown Street Yates Avenue a Keller Springs Parkway Fechas de Construcci6n Pennitiendo el Estado de Tiempo De 6-20-06 a 7 -4-06 I \ i -) f ( r • ' F --r 0 -rl "1--- r- r PROJECT DESIGNATION SIGN --------41-011 _______ _ -~11/4" FORT WORTH---P•s,sa PMS 167 3 "!S I BEET MAINT CE 3"l PROGRAM=c 3 .. 1112 ,, j Contractor: /: -'/2" 2~ Contractor's Name-=-y 2 .. 1Y2'' TELEPHONE NUMBER FORT WORTH IN LOGO- CHEL TINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLO LOGO COLORS: FORT WORTH • PMS 288 LONGHORN LOGO-PMS 167 ... u .,c C ... % 0 " !: ... 0 z ... u .,c llt ... z 0 u ~ ,- 0 z LEGEND H.M;A.C. REHABILITATION •• II II 1ij . WEDGEMILLtMO (RECYCLE /OVERLAY ONLY ·) NOTE: BUTT JOl.~TS NOT REQUIRED WITH REMIXING PROCEs·s. · TYPIC:AL STREET BEGIN OR ENO POINT • REGARDLESS OF THE INTERSECTING STREETS ANGLE. LAYOUT f'OR RECYCLING ACTIVITES UNLESS NOTED OTK£ftWISE IN, STREET SCHEDULE ~ BUTT JOINT 0-1 R(V1S£O: lllY .Ne . OATl : 1990 I BUTT JOINT C NOTE :ti)AN ATTEMPT HAS BEEN MADE TO DETAIL . .-.r AS MANY STD. FlELD SITUATIONS AS POSSIBLE HOWEVER• THE CONTRACTOR MIGHT HAY£ TO OVERLAP PARTS OF THESE DETAILS TO COHflGURE ·A LAYOUT THAT IEST APPLIES TO A PARTICULAR SITUATION, ( 2) BUTT JOINTS NOT flEOUtnEO WITH REMIXING PRl)C[SS, II · i-..... MEDIAN STREET BEGIN OR ENO POINT LEGEND .,1 II II ·1~ MEDIAN - H.M.A.C. REHABILITATION WEDQEMILLINO (RECYCLE/ OVERLAY ONLY) / D-2 REVISED : "lY.IU , OAT[: TYPICAL 19 90 LAYOUT FO.R RECYCLING ACTIVITIES FOR BLVO. SECTION UNLESS NOTED OTHERWiSE IN STREET SCHEDULE \ . I I LEGEND I ] H.M.A.C. REHABILITATION •• II II 14 WEOGEMILLING · (RECYCLE/ OVERLAY ONLY) NOTE :mALL RIGHT TURN STOflMiE LANES SHALL 11£ CONS1D£RED AS P'ART o, CONTRACT. (2) BUTT JOINTS NOT R[OUlft[O WITH ft(MIXIHO ~ftOCESS, TYPICAL NOTE·: IF EITHER ftAOIUS OOES NOT HAVE AN ISLAND, IT WILL BE TREATED AS INOICATEO BY' APPLICABLE DE TAIL • BUTT JOINT / . __r' STREET BEGIN OR ~ENO POINT, REGARDLESS OF THE INTERSEc;T1NG STREETS ANGLE. D-3 REVISED '. "IV. lie. DAT(~ 199 .0 LAYOUT P'OR RECYCLINI ACTIVITEI ·. UNLESS NOTED OTHERWISE IN 3TREET SCHEDULE. -• l -. ~ - ; • LEGE NO . - ' rt I H .M .A.C. REHABILITATION •• II II •M WEDGEMILLING (RECYCLE /OVERLAY ONLY.) NOTE ~l)IF ANY COMBIHAtlOH OF ISLANDS ' TYPICAL ANO RIGHT TURN LAN£$ AAE AB .SENT TURN RADIUS SHALL BE TREATED AS STANDARD. BUTT JOINT SHALL BE SOUAREO OFF~ IF .NEEDED AS A RESULT OF EXISTING CONC. VALLEY GUTTER. (2) BUTT JOINTS NOT REQUIRED WITH AEMl>CING ~ROCESS, LAYOUT FOR RECYCLING ACTIVITIES WHEN INTERSECTING STREETS ARE RECYCLED SIMULTANEOUSLY Ut,iLESS NOTED OTHERWISE IN. STREET SCHlDULE I i A: I T ~ . -. "' .~ ' I 0-4 Rf V I SED : 11[11. Ne . OAT[~ 19 90 COLLAR CONFIGURATION_.__ ___ COLLAR CONFIGURATION FOR PAVED AREA -4 ., IN UNPAVED AREA (8) j4 BARS, PLACED AS SHOWN. USE CLASS . "A" (.3000 . LB) CONCRETE. l COLLAR THICKNESS VARIES, 8" MIN. t CASE #1 CASE #1 COLLAR SHALL EXTEND TO BOTIOM OF 2 :27 CONCRETE (REBAR REQUIRED). CASE 12 CASE /12 COLLAR SHALL EXTEND .3" BELCW sonm-4 OF LOWEST GRADE Rl r~G (REBAR REQUIRED). 4•-0• (MANHOLE) r2·-o· (WATER VALVE) PLAN VIEW GRADE RINGS (MANHOLE COLLAR SHOWN) (NOT TO SCALE) CITY OF FORT WORTI-i, TEXAS MANHOLE AND WATER VALVE CONCRETE COLLAR "'""' w w ::j _J < O> :r: z a: ~~ ~3::: . ........... .o I • . 0 -.t-I N GROUND NECK, TYP. DATE: 09/200~ Manhole Riser 3/8" Dia. Hole With 302 Stainless Steel Roll Pin Cross Section view 4 r-IO or 12 gage 090 galvan ized steel G)- Expanding Linkage < 2 1/4" 41( 4 I 14" ), Item Item Material Description N be Desc . ti um r np1 on I 3/8" Roll Pins 302 Stainless Steel (14 ,000 LB Double Sheer Strcmrth) 2 Steel Skirt 12 or IOgagc A.I.SJ . 1020 Steel (A-36) G-90 Galvanized 3 Weld 65o/..-70"/o circumference \\Clded 4 3/4" .....;de Riser Bar Hot Rolled Steel AI.S.I . 1020 (A-36) 5 Rod Ends Forging Al.SJ . C-1030 Steel Heat Treated BHN 240 Zinc Plated .....;th Dichromatc Finish 6 Tumbuclcle A.I.S .I. 1020 BHN 149 Zinc Plated diooed in LinetBclcer rust inhibitor 0.0. 3/8" I. D . 3/8" -16 Thread Tensile y· Id 1e 33 ,000 P.S.I. 75 000 P.S.I. 33 ,000 P.S.I. 70 ,000 PS.I . 70 ,000 P.S.I. Tensile Ulti t mae 60 ,000 P.S.I. 85 000 P.S.I. 60 ,000 P.S.I. 92 ,000 P.S.I . 80,000 P.S.I. Water. _ Valve Riser Cross Section view 4 ~ 12 gage 090 galvanized steel G)~ Item Item N b um er D . t' escr1p 10n I Steel Skirt 2 Weld 3 3/8" wide D.O .M Tube t Height t new asphalt overlay ... ,c:---3/8" D .O .M . Tube Material Description 12 gage A.LS .I. 1020 Steel (A-36) G-90 Galvanized Lincoln Outersheild 71 Elite .045 D. 0 . M . Tube AJ .S .I. I 026 IA5 I 3 tvne 5) Tensile Y' Id 1e 33,000 P .S .I. 75 000 P.S.I. 72 000 P.S .I. Tensile UI. t1mate 60,000 P.S .I. 85 000 P.S .I. 87,000 P.S .I. #3 "U" BARS @ 18" O.C . THESE BARS MUST BE PLACED AT THE TIME THE PAVING SLAB IS POURED 12' 3' 1'-6' 3" 6' 7" CURB REPAIR DETAIL NOT TO SCALE MINIMUM EXCAVATION OUTLINE FOR STREET CONSTRUCTION #4 "U" BARS @ 18" O.C. THESE BARS MUST BE PLACED AT THE TIME THE PAVING SLAB IS POURED NO . 4 BARS 18" C-C BOTH WAYS SUPERIMPOSED CURB NOT TO SCALE NOTE: IF CURB SECTION IS POURED AFTER THE PAVING SLAB HAS BEEN CONSTRUCTED, THE SECTION MAY BE USED AS AN AL TERNA TE METHOD FOR CONSTRUCTING THE ATTACHED CURB . NO . 4 BARS 18" C-C BOTH WAYS 1 3/4" MONOLITHIC CURB NOT TO SCALE (FOR ATTACHED CURB) ........ , • ... ,.,., ,iec .... r · ·•· .. .. . . . S[ Al WITH JOINT. '"-LCII : . c • • I > • ' .. I I ... ... .. •• ., ... , . .. ~ Typical Curb and Gutter " .. i "' . s .. > ...... UN CXCAYATION OUTLINE ,011 STltUT CONST II UC TIOIII w UI w • ,. T f'l',C 110 Tl · I',.,,~. Ca,-"-'., °"'' ,I C.-.claltf 6 61'Alt$IOII JOl1trs hue,, u1, ,.,., ,. ,.,.,,., c..,.., "'" Mllltfl,0 IU:iUAL I D A . L I/JA/11$1011 JOIIITJ • Altr 011,ccr,011 C#All(i( AIIO 100· IIAkll/lC/IJI : .............................. ceNI ••• ""·-·, ......... K TYPICAL CONSTRUCTION LAYOUT OF CURB 8 6UTTER. COMIJJNATION $//)£WALK ANO DRIVEWAY Showing Flogging And E•ponslon .Joint Locollon ,,, U 1£«1' 10 J' lllO TL AGGllt<i IM ffllCll.CHAIII IIAlt"'S CITY of FORT WORrH, TCXAS-CONSTRUCr/ON STANDARD IICllflJIO ,/,1/et ., • Ill/• tt,. OIIAWIII. MO. $•Ill /0. OAT£: .. MAY 1981 I I I I I I I I I • I NOTE : G"tt•r to •• •11 •11•d 10 ,0 ,,,0 ,,,, wi tll co11cro l e .,0 110 1 (or ~·-•" t J / I I I r I ,. or n dirnttd ty tllo Ollf••or ! /11ter ,octiltf llelloy _...__ ----___ . ..__ . . ~ ;, :1. 4 ,. .. ;,. or ••1111/ to ····-"' ···'"· ·~ .~;,•.. .. . . . .. . .. . . . . . . .. • ........ :•;: .. :· -:;~.., , • ~·· .. ·\t'•:···•,: •....•.•...•. ~--:~ .................. " •. ,.:-&,& •• ,.c,,. ~, .• , .. _,1,;1·,·;,.;';•ii"·,~;.,s,s:;;:1.;;.•::-·,······· ......... ,_ -1. • ·-0 lfHIHlltifl s,,,.,, .1 Tfl• 7" r•illltrctd concr«t """'' "'"" rtplec, '"' to, 7 " ot t/W 110••-nt witll 1110 r•11101n,nf portio11 of ,.,,,.,,. .. , to H c0tt,rr11ct1d ,nct11d11tf a.,o ·,rod• ,,,,,,,.,n,, ill occordo11e1 ,.,,,, ,,,. ,,,~ol •••inf a,ctio11 . Tit• cone,,,, •0111 •" H ,,.,,,,,,,d ,ccord,nf to ,,,, atondortls tor concr,11 ,.,,, • '"""· Tllo conc,011 1110 11 lie of ••11t1cr and acroeno.cr 099,0901t •••~ o "''" ol f••• 15} aocu of c:1men1 per cull,c ,o,o of concrete '" ploc• ,.,,~ o ''"" fluurol """''" of 550 po11nd1 per aquort ,ncll 0 1 ••"" do11 w,1~ cenitr looel1n9 TffANStTION SECTION For ve11.,, c,....., l//ldjor s,,.,,. DISTANCE FffOII CltOWN OF 01,. o· 5 ' ,o' 10· JO' 40' 50' 0 .000· 0 .041 ' 0 .NJ' 0 .10•· O.JJJ' 0 .4N' 0 .500' Nol 10 StoM NOT£: T/111 ,, •-Or-iltf • C-l<Hl ·lt IUVISEO 7• 14 HW/WltM lt(VISEO I/Zl/11 J.A.N./W.lt .M. CONCRETE VALLEY CITY of FORT WORTH, TEXAS-CONSTRUCTION STANDARD DIIAWING NO S-S 6 DATE DEC 1969 Addendua 3 362 ATTENTION : CURB RAMPS SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHERE FEASIBLE. SEE FlGS . 58, 59 & 60. 1 +.2 .6 1/ehiculor Ways ond facilities (a) 0 D (a) ,...,.,.,,dlc,dor publa 31cf,iwalll curl! ,.,,mp In publlc: aid...,. 'trflh J>ortcway a 0 a (b) I I I an,Uol pubUc ,;dewollr a,,11 romp '" ;,vbHc: ,ldc .. allr Comblnatfa,, pubh 1lch•alk a,,i, n>mp ;,, puk.Uc ,;dewallt wltll parl<•cry · Fig. 60 , ~ ... I 0 r ~ I ""( (11) . Pwpendlc:ular pubic: sidewalk curia l"Dmp in pubic •id•""lk a a 0 (c) l'•111•ndTculor public Jidcwallr C\Jr11 romp "I pro,eclod i"lonec1Jon Pu!:>lic '.i idewa lk Cirb Ram;,s ct Morie.ad Crossinc;1 CllY Of FORT WOFmi, TEXAS ACCESSABILfTY RAMP DATE: 09/200,4. RUNNING SLOP.! 1 :20 }Lil X -=======:i y RUNNING SlOPl l:12 MAX (1) Slop• • 1/x ~ar• r l• • ln.J 1l.a1• (2) Ca\141.ar alap• shall not cs:coc, 1:20 COUNTE.8 SLOPS 1:20 lilX STRUT . rte. B-'.7.2 iLeuurcmuit. at Curb R&mp Slop• l'OTII It X < ·.._. (1Z20 -) lb•II Ula alape at U.e Cl..,..,.. Iii'•• olu.11 ••l .,... .. , l:1.1 PUNTING OK OTHER , NONlULllNG SURlA.CI SIDI . (a) nu .. S\tl .. ('11) Ile tv.r:aa4 Curll rt1. H.7.5 SldH ot Curb Runpl r1,. a,.1.5 Built-up Curb Ra.mp OCTOBER, 1992, REDRAlfN OCTOBER 2002 CITY OF FORT WORTH, TEXAS ACCESSABILITY RAMP _,,...,.,....,-r'\r-'T"'ltlC""" DA TE: 09 /200i .... ·.·.·:•:•::·.· ..• ·.·.·=·=··=·:-·:-:,::•:•:··=·:-·:·:······ ... ... ·.·.·.·.·.··· •:··:·:··:•:········· CITY Of FORT WORTli, TEXAS ACCESSABIUTY RAMP TYPICAL CROSS S~CTION DATE: 09/2004 STREET CURB MONOLITHIC SIDEWALK CIRB LINES TO BE 1/4~ DEEP 4 JOINT, 4" GAP 1· R ~ R.O.W. 6" CURB PAY LIMIT MAX. LENGTH OF SURFACE TREATMENT (GROOVE) 5' FROM THE BACK Of CURB. EXPANSION · MATERIAL RECESSED 1 / 4 • ANO SEALED W/ SILICONE (APPLICABLE TO ALL COLD-JOINTS) NOTES TYPICAL RAMP X-SECTION 1. FOR PARKWAY WITH ELEVATION BELOW STREET ELEVATION, THE SIDEWALK CURB MUST BE 2" HIGHER TiiAN THE STREET CURB. CITY OF FORT WORTH, TEXAS -CONSTRUCTION STANDARD OCTOBER, 1992, REDRAWN .. OCTOBER 2002 2. SIDEWALK CURB SHALL NOT ENCROACH ON THE PROPOSED WIDTH OF THE SIDEWALK RAMP . 3. FOR TYPE I RAMP MAXIMUM SIDEWALK CURB HEIGHT o· TO r. CITY OF FORT WORTH, TEXAS ACCESSABIL.llY RAMP - TYPICAL CROSS SECTION DATE: 09/200+ STR-031 I I 11 EXISTING CURB /( & GUTTER SODDING AS REQUIRED TYPE 111 EXISTING 20' R. SCALE 1" = 4' SIDEWALK RAMP WITH COLORED SURFACE I ·.._ • .._ -~ BROOM FINISH -HMAC TIE-IN VARIAS~ HEIGHT CURB EXISTING CURB & GUTTER SAWCUT FOR CONCRETE PAVEMENT CITY OF FORT WORTH, TEXAS ACCESSABILITY RAMP - TYPE ill (20' RADIUS) DA TE: 09 /2004 STR-040 •----10 ' PARKWAY'-----< 1 FLARES AT SIDEWALKS SLOPE 1":12" MAX I (TYPICAL) 1 I - 7" CURB CURB FLUSH W/GUTTER '1 DETECTABLE WARNING I SURFACE (2' x 4' DOME -TILES) 1 i 1 ~ .....J < ~ w Cl (/) -_-; .. --~--. '·- ( .-·· PROPERTY LINE •·'--------------- 0 I "" SIDEWALK . -. ............._____._· l __________________ _ • I> LEVEL LANDING WHEEL CHAIR RAMP I CITY OF FOR'T' WOR'T'H-rrnJ~'T'~TTf''T'TfnT c_,,y, UTT'\& n I DUMMY JO I NT I N RAMP OPTIONAL I N 11 1 -0 11 DRIVE WA'T ONLY . PROVIDE EXPANS ION JOINT ONLY IF CONNECT I NG TO EX I ST ING CONCRETE DR I VE . EXIST I NG CURB a GUTTER,I F AN'T, MUST BE SAWED AS O,RECT· ED BY THE E'°IG I NEER. / RE I NFORCE 6 "DRIVE It 3 BARS /i A AT 18" O.C.S .W. - _ __,( _R_o_w_L_'N_E--+--+--/--I RE I NFORCE 4 " WALi< • 3 BARS _ I AT 1e· o.c.e.w. REFERENCE ·STANDARD SIDEWALi< I0°·0""41N. I ' 17°-0""41N. :\0 EXP. JO l "°IT EXCEPT SLIP-FORMED 20°-o" MIN .SINGLE OWY. 27 1-0°0 MIN,OOUBLE DWY. SIDEWALK SLOPE 1/4 " PER FOOT TO FACE OF CURB OR AS D IRECTED BY ENG I NEER ., 4 ° SIDEWALK L A PLAN VIEW PARl<WAY WIDTH 8 (SEE TABLE) STANDARD CURB & GUTTER \ I OR MATCH AS DIRECTED EXP. JOINT EXCEPT SLIP-FORMED HALF' LENGTH PAID AS ATTACHED CURB (CONC . PAVEMEl'olT ONLY) SEE STANDARD CURB a GUTTER SECT ION . 1'.3" STANDARD I I DRIVEWAY ANO CURB LAYDOW Bi GUTTER PAY L IMIT-..... CURB I 2" SANO CUSHION ~ OR APPROVED SUBGRAOE. R .O.W. L 1"4E i:>KWY WIDTH A B 10· I 9 ' 1i' TO 14 ° :z'To5' 9 15 ' TO 19 · I .3°107 , ,2 2o'ro22 J 5 to7 15 SECTION A·A \--. -OW'Y'. PAY L i l,,i l T STABIL I ZED SUBGRAOE ~ W/CONCRETE PAVEMENT S10E.ULI< SECTION THRU DRIVEWAY TO BE POURED SA1,,1E THICl<NES S AS DRIVE WAY APPROACH! PA I D FOR AS DR 1VEWAY APPROACH . EXIST '~G S I OEwALI(, 1F'AN", TO BE REt,tO\EO ANO REPLACED . APPROACH REVIS[O ,12,111 J.A.H./VIAM. DRIVEWAY RE VI SE:> Au G .. 7 9 • D . J, S./ w. R. M . ~~:--'.~=~-==~~~_,,.---,.-,--,---------~ REV I SED ne .. ·a,-o .J .S./W R .llot CITY of ,o-u WORTM , T[XAS -CONST"UCTI~ SUNOARO Rf VISE O Iii A Y , • 8 3 • E .f" W/ W R '-I : t'.C:-R:-A-W-1 _"4_G_N_O_S ___ S_5 ____ 0_A_T_E __ M_A_Y_, _1_9...:.8...:.3.....:..._:._.:..:...:..:,;,;:.,4 STANDARD APPROACH • t==-==·--····=c=..---==-----=-· --·---------·-.. ·-------· ------------· . ' ., > Height· . BACK OF /CURB 2' . .., ,, __ PLAN VIEW (Varies) 2' - 7.5" ( Typ.) 12" WHITE HOT TAPE (AVERY DENNISON OR EQUIVALENT) Striping and reflectors to be install by the Contractor BACK OF CURJJ ~ 2' -7.S-(Varies) ( Typ.) 12" WHITE HOT TAPE (AVERY DENNISON OR EQUIVALENT) 2' . (0 ·' Nu ("') _, .... • 'I' ~ N,, WHITE TYPE II 1-SIDED REFLECTORS 3-1/2 inches Ramp Gradient: 8.57 in 1 (30 inches I 3-112 inches height) DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS CITY OF Side Gradient: 3.43 in 1 (12 inches/ 3-1/2 inches heighi 1 TIW'F1C ENGINEERING FORT WORTH SPEED CUSHIONS DIVoMI IT: .. 'l'l: AJB Januory I 5, 20().I _...,..,,"" DRAWING NOT TO SCALE H2010-1 Project Name Limits Procedure ANGLIN DR VIRGIL ST -EASTLAND ST HIR BENBROOK BLVD S UNIVERSITY DR -STADIUM DR HIR N CALHOUN ST NE 32ND ST -E LONG AVE HIR N COMMERCE ST NE 28TH ST -NE 29TH ST HIR CURZON AVE HALLORAN ST -CAMP BOWIE BLVD HIR DECATUR AVE (N) NE 23RD ST -NE 28TH ST HIR DECATUR AVE (N) NE 28TH ST -NE 32ND ST HIR HORNE ST CAMP BOWIE BLVD -W VICKERY BLVD HIR LOCKE AVE HORNE ST -HALLORAN ST HIR MILLER AVE E BERRY ST-WILBARGER ST HIR MILLER AVE WILBARGER ST -MARTIN ST HIR RIDGLEA COUNTRY SOUTHWEST BL VD -CITY LIMITS HIR CLUB DR ROGERS RD MOPAC -COLLINSWORTH ST HIR ROGERS RD RIVERFRONT DR -COLONIAL PKWY HIR E SEMINARY DR S MAIN ST -PVMT CHANGE HIR E SEMINARY DR (E) MANSFIELD HWY -WICHITA ST HIR W SEMINARY DR S MAIN ST -HEMPHILL ST HIR S UNIVERSITY DR (S) W VICKERY BLVD -PARK HILL DR HIR VIRGIL ST WIMAN DR -MOUNTCASTLE DR HIR VIRGIL ST MOUNTCASTLE DR -ANGLIN DR HIR WHITE SETTLEMENT N WESTVIEW AVE - W CITY LIMIT (BRIDGE) HIR RD Total Lane Miles for Contract H2010-1 Monday, January 25, 2010 rpfSMP_ProjecfsforaContract 3 :06 PM Transportation and Public Works Infrastructure Division Quantity CD ·Map Status, 0 .26 LM 5 79W On Contra ct 0.65 LM 9 90A On Contract 0 .26 LM 2 48Y On Contract 0 .52 LM 2 62C On Contract 0.2 5 LM 7 74M On Contract 1.84 LM 2 62H On Contract 1.74 LM 2 620 On Contract 4 .35 LM 7 74M On Contract 0 .29 LM 7 74M On Contract 4.4 LM 5 78V On Contract 2 .52 LM 5 920 On Contract 2 .55 LM 3 888 On Contract 0 .33 LM 9 76N On Co ntract 0 .81 LM 3 76N On Contract 1.03 LM 9 91J On Contract 0 .87 LM 8 92K On Contract 1.8 LM 9 91J On Contract 6.11 LM 9 76J On Contract 0.46 LM 5 79W On Contract 0 .23 LM 5 79W On Contract 6 .8 LM 7 61V On Contract 38.07 Page 1 of 1 ( HOT IN-PLACE REC1 CLING AT VARIOUS LOCATIONS (2010-1) CITY PROJECT NO: 01449 TPW PROJECT NO: C293-541200-209620144983 STREE�' FI' STREET nUAi1'TTT�' DETERMIVATION SPEELD SAEET x a x �" ' �3� a3 d� A� A A �>� Ax �x �w a a a��° ��;"AH �� ' � � H3� � E L zwQ �� W� ��i,A� �UA ��� za,� ��� �� ��Q dzz dz� w�a �Lo � � �� �>a a�� ��� �3H y � o-. F .. O �' O '�i � ��a• w 3 3�v� �3x 53� >��a' 3zv IT =M UNIT ITEM DESCRIPTION QTY QTY QTY QTY QTY QTY 1 EA Project Designation Sign 0 0 2 0 0 0 2 SY 1-Inch HMAC Hot In-Place Recycling @ 110 Lbs/SY 5,164 14,849 44,663 7,153 1,642 46,350 I 3 GAL Rejuvenated Oil @ 0.1% 620 1,500 5,359 786 165 5,562 4 TON 1-inch Surtace Course Type "D" Mix 310 891 2,457 393 91 2,781 5 LF Remove and Repiace 6-Inch Concrete Curb and Gutter 305 0 1,100 6 LF New Curb & Gutter 0 0 0 584 0 0 7 SF Remove and Replace 6-Inch Concrete Driveway 400 0 0 405 0 600 8 SY Remove and Replace Existing Concrete Valley Gutter 0 0 0 89 9 SY New Concrete Valley Gutter 20 0 0 0 0 0 10 TON HMAC Level Up 0 40 250 30 0 100 11 CY HMAC Pavement and Base Repair 0 20 40 25 0 180 12 LF Wedge Milling, 1-Inch to 0-Inch Depth, 5-Ft. Wide 1,660 6,852 17,124 4,260 950 20,440 I 13 EA Butt Joint-Milled 2 2 8 3 1 7 � 14 SY 1-Inch Surtace Milling 100 750 958 0 5,043 15 LS Utility Adjustment 0 0 0 0 0 0 16 EA Water Valve Box Adjustment w/ Steel Riser 0 2 5 2 0 8 17 EA Water Valve Box Adjustment w/ Concrete Coilar 0 0 2 0 0 0 18 EA Water Meter Box Adjustment I 19 EA Manhole Adjustment w/ Steel Riser 4 2 15 5 0 6 20 EA Manhole Adjustment wi Conctere Collar 0 0 1 0 0 6 21 CY Crushed Limestone 0 0 0 0 0 0 22 EA Removal and Replacement of 30-Ft. Speed CushionRemoval and Replacement of 30-Ft. Speed Cushion 0 0 0 0 0 0 23 EA Removal and Replacement of 40-Ft Speed Cushion 0 24 SF Remove Existing Wheelchair Ramp and Install 4-Inch ADA Ramp wl (detectable waming dome tile surFace) 0 0 0 0 0 0 25 SF New 4-Inch Wheelchair Ramp w/(detectable warning dome tile surface) 0 0 0 0 0 0 I 26 EA Remove and Replace 5-Ft. Storm Drainage Inlet Top 0 0 0 0 0 0 �27 EA Remove and Replace 10-Ft. Strom Drainage Inlet Top 0 0 0 0 0 0 28 EA Painting House Addresses � 29 SY Grass Sods 35 0 0 0 75 � 30 EA Re-Mobilization 0 0 0 0 0 0 � Week of the Week of the Week of the Week of the Week of the Week of the Monthly Pickup of Bulky Items 2nd. 3rd. 4th. 2nd. 2nd. 4th. Monday of Monday of Monday of Monday of Monday of Monday of the month the month the month the month the month the month �Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days Wednesday Thursday Thursday 7hursday Thursday Tuesday ION ALL STREETS IN THIS CONTRACT, THE CONTR,4CTOR MAY WORK DURING THE DAY, BETWEEN 9:00 A.M. UNTIL 4:00 P.M. Page 1 of 1 QTY 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 QrY 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 arY 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 QTr 0 0 0 0 0 0 0 0 0 0 D 0 0 0 0 D 0 0 0 0 0 0 0 � 0 0 an 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D 0 0 0 0 0 0 0 0 an 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 an 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 D 0 0 0 0 0 0 0 0 0 TOTAL 2 119,821 13,992 6,923 1,405 584 1,405 89 20 420 265 51,286 23 6,851 0 17 2 0 32 � 0 0 0 0 0 0 0 0 110 0 � •� d z 'a" `_ � d d V i w i°. ��a � ITEM UNIT ITEM DESCRIPTION I 1 EA Project Designation Sign � 2 SY 1-inch HMAC Hot In-Place Recycling @ 110 Lbs/SY 3 GAL Rejuvenated Oil @ 0.1 % 4 TON 1-Inch Surface Course Type "D" Mix 5 LF Remove and Replace 6" Concrete Curb and Gutter 6 LF New Curb 8� Gutter 7 SF Remove and Replace 6" Concrete Driveway 8 SY Remove and Replace Existing Concrete Valley Gutter I 9 SY New Concrete Valley Gutter � 10 TON HMAC Level Up 11 CY HMAC Pavement and Base Repair 12 LF Wedge Milling, 1-inch to 0-Inch Depth, 5-Ft. Wide 13 EA Butt Joint-Milled 14 SY 1-Inch Surface Milling 15 LS Utility Adjustment ( 16 EA Water Valve Box Adjustment w/ Steel Riser I 17 EA Water Valve Box Adjustment w/ Concrete Collar � 18 EA Water Meter Box Adjustment I 19 EA Manhole Adjustment w/ Steel Riser I20 EA Manhole Adjustment w/ Conctere Collar 21 CY Crushed Limestone t 22 EA Removal and Repiacement of 30-Ft. Speed Cushion 23 EA Removal and Replacement of 40-Ft. Speed CushionRemoval and Replacement of 40-Ft. Speed Cushion I 24 SF Remove Existing Wheelchair Ramp and Install 4-Inch ADA Ramp w/ (detectable warning dome tile surface) �25 SF New 4-Inch Wheelchair Ramp w/ (detectable warning dome tile surface) 26 EA Remove and Replace 5-Ft. Storm Drainage Inlet Top I 27 EA Remove and Repiace 20-Ft. Strom Drainage Inlet Top 28 EA Painting House Addresses 29 SY Grass Sods 30 EA Re-Mobilization � Monthly Pickup of Bulky Items Garbage, Recyciing,Yard Trimmings & Brush Weekly Pickup Days HOT IN-PLACE RECYCLING AT VARIOUS LOCATIOA'S (2010-1) CTTY PROJECT NO. 01449 TPR' PROJECT NO.C293-541200-209620144983 STREET BY STREET QUAN'TITY LETERMI VATION SPRE�D SHEET z � � � � a z � F `�" V N � �a �,� �,H, zw W �F?+., v� W UW � ?z aH ozA o� az � � �� �' oW� xa �H z�� ��a �� Z z Q Q M(�i O N � O� �.J N ¢�>� �v�� zzQ zzl �x� Az� Qn Q-n arY QrY ctrY ctrY 0 0 0 0 0 0 1,942 5,761 1,415 3,523 1,834 11,900 194 574 242 423 185 1,428 107 316 133 194 101 655 40 863 170 125 200 250 0 0 0 0 0 ( 1,146 0 0 500 0 0 0 0 0 0 0 0 0 0 0 0 15 4 50 0 30 65 17 22 0 0 10 40 660 2,480 1,200 1,600 1,000 6,976 3 I 2 2 2 2 4 330 2,392 140 120 0 520 D 0 0 0 3 2 1 2 3 6 0 0 ' 0 0 0 0 0 0 0 0 0 2 I 4 1 1 0 6 0 0 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 0 2 0 0 0 0 (0) 1 (0) 0 0 (0) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 0 0 0 200 28 25 0 0 D 0 0 0 � zW wz �� �w � N az� QrY 0 11,064 1,328 664 70 0 0 0 40 10 5,532 4 100 2 1 0 5 0 0 0 0 0 0 0 0 0 15 3 � Pa � � Ww°a � '�'. � , an 0 29,754 4,463 1,636 0 0 0 0 0 200 80 14,754 2 1,700 0 10 2 0 7 6 0 0 (0) 0 STRIPE?? � O a W � �� ��U O�� an 0 1,910 210 105 0 0 20 35 100 2 667 0 1 0 � 1 0 0 0 0 (0) 0 0 0 0 0 � w � x ��� WaQ aWa � N �c:i3 an 0 30,579 3,364 1,682 1,000 250 0 0 152 70 10,668 3 2,596 0 7 0 0 11 0 0 0 0 (0) 0 0 0 0 0 '� ��� w�� a �3� arY 0 18,521 2,222 1,019 515 500 0 0 ' 152 ' 55 4,520 1 511 0 6 1 0 9 0 0 ' 0 , 0 (0) 0 0 0 0 0 a P� z a aa o �� W �� a �'�� F � U � U arY 0 1,200 1,895 947 425 0 0 30 0 30 89 8,892 5 822 0 2 0 0 2 2 0 0 0 � F x � . � � 000 GG�U QrY 0 7,150 893 393 0 0 0 83 0 45 4,0�0 2 150 0 0 2 D 2 0 0 0 0 c� �a za a ��o � �O�O an 0 2,632 , 315 145 30 0 0 30 0 1,800 5 208 0 0 0 0 1 1 0 0 0 0 0 0 0 0 0 0 0 0 2 0 0 48 0 0 0 H a� � �; �� ��� W�z � Wv�U arY 0 8754 1051 525 0 0 0 0 40 15 4092 3 1250 D 2 2 0 1 0 0 0 0 0 0 0 0 0 Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the Week of the 2nd. 3rd. 1 st. 1 st. 4th. 1 st. 1 st. 4th. 2nd. 2nd. 4th. 3rd. 3rd. 3rd. 2nd. Monday of Monday of Monday of Monday of Monday of Monday of Monday of Monday of Monday of Monday of Monday of Monday of Monday of Monday of Monday of the month the month the month the month the month the month the month the month the month the month the month the month the month the month the Month l�hursday �Wednesday Tuesday Tuesday Tuesday Tuesday Tuesday Wednesday Thursday Friday Wednesday Thursday Wednesday Wednesday Wednesday Page 1 of 3 TOTAL 0 137,939 18,787 8,622 3,688 0 2,396 113 0 828 488 68,274 42 11,506 0 47 8 0 53 10 0 0 2 1 0 0 0 10 316 0