Loading...
HomeMy WebLinkAboutContract 40721- ' i' SPEClFICATIONS AND CONTRACT DOCUMENTS FOR HMAC SURFACE OVERLAY (2010-6) .,. CfJlllf FOIi: --CONTRAClOII --COIITMCTOlt'I IOIIDIIG ,c: cm RCRETMY __ cm IIANAGEnOFFICE --aa.EERING DIV. __ n,w.,ucc,n CITY SECRETARY ATV ARIOUS LOCATIONS CONTRACT NO._..:~-----, IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO: 01463 TPW PROJECT NO: C293-541200-202620146383 2010 MIKE MONCRIEF MAYOR 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 08-20-10 A 1:11 -,N--I 0 FICIAL RECORD CITY SECRETARY FT. WORTH, TX i ( ,"• - - M<'Jz C Rev1ew Page 1 of2 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT\VORTH ~ COUNCIL ACTION: Approved on 7/13/2010 DATE: 711312010 REFERENCE NO.: CODE: C TYPE: C-24339 NON- CONSENT LOG NAME: PUBLIC HEARING: 20HMAC SURFACE OVERLAY 2010-6 NO SUBJECT: Authorize the Execution of a Contract with Quality Excavation , ltd., in the Amount of $1,233,016.00 for Hot Mix Asphaltic Concrete Surface Overlay 2010-6 at Various Locations (COUNCIL DISTRICTS 2, 4 and 7) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Quality Excavation, Ltd., in the amount of $1,233,016.00 for 240 calendar working days for Hot Mix Asphaltic Concrete Surface Overlay 2010-6 at various locations that are listed on the attachment. DISCUSSION: In the Fiscal Year 2009-2010 Contract Major Maintenance Program, various types of street maintenance techniques are grouped into specific contract packages. Hot Mix Asphaltic Concrete (HMAC) Surface Overlay 2010-6 at various locations provides for surface and base rehabilitation, curb and gutter and valley gutter replacements 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 in the Fort Worth Star-Telegram on March 25, 2010 and April 1, 2010. On April 29 , 2010 , the following bids were received: BIDDERS Quality Excavation, Ltd. Peachtree Construction, Ltd . Austin Bridge and Road, LP JLB Contracting, LLC AMOUNT $1,233,016.00 $1,256,888.00 $1 ,259 ,960 .00 $1,271,365 .00 Quality Excavation, Ltd ., is in compliance with the City's M/WBE Ordinance by committing to 17 percent M/WBE participation . The City's goal on this project is 15 percent. These projects are located in COUNCIL DISTRICTS 2 , 4 and 7. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated , of the Contract Street Maintenance Fund . TO Fund/Account/Centers FROM Fund/Account/Centers C293 541200 202620146383 $1 ,233,016 .00 http://apps.cfwnet.org/council_packet/mc_review.asp?ID=l3653&councildate=7/13 /20l0 7/21/2010 M&CReview Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS Fernando Costa (6122) William Verkest (8255) Kristian Sugrim (8902) 20HMAC Surface Overlay 2010-6 Vari.Qus Locaiton~pdf 20HMAC 2010-6 MAP PAGE 01,_pdf 20HMAC 2010-6 MAP PAGE 02.Rdf 20HMAC 2010-6 MAP PAGE 03.pdf 20HMAC 2010-6 MAP PAGE 04.R.Qf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=13653&councildate=7/13/2010 Page 2 of2 7/21/2010 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR HMAC SURFACE OVERLAY (2010-6) AT VARIOUS LOCATIONS IN THE CITY OF FORT WORTH, TEXAS CITY PROJECT NO: 01463 TPW PROJECT NO: C293-541200-202620146383 NAJIB F S, P.E. INFRASTRUCTURE MANAGER TRANSPORTATION AND PUBLIC WORKS DEPARTMENT DATE TABLE OF CONTENTS 1. Notice to Bidders 2. Special Instructions to Bidders 3. Minority and Women Business Enterprise Specifications 4. Proposal 5. Special Provisions 6. Item 360, Concrete Pavement (Modified Specification) 7. Prevailing Wage Rates 8. Vendor Compliance 9. Contractor Compliance with Worker's Compensation Law 10. Certificate oflnsurance 11. Equipment Schedule 12. Experience Record 13. Performance Bond 14. Payment Bond 15. Maintenance Bond 16. Contract 17. Notice of Construction Detail 18. Project Designation Sign Detail 19. Other Details 20. Street Locations 21. Street by Street Paving Quantity Determination Spreadsheet Sealed Proposals for the following: CITY OF FORT WORTH, TEXAS HMAC SURFACE OVERLAY (2010-6) CITY PROJECT N: 01463 TPW PROJECT NO: C293-541200-202620146383 Submit package to City of Fort Worth , Purchasing Division, in the lower level of the Municipal Bu ildin g, IOOO Throckmorton, Fort Worth , Texas 76102 until 1:30 P.M., Thursday, April 29, 2010 , and then publ icl y re ad aloud at 2 :00 P .M ., in the Council Chambers . Specifications and Contract Documents for this project may be purchased for twenty dollars ($20) per set at the office of the Transportation and Public Works Department, Municipal Office Building, I 000 Throckmorton Street, Fort Worth , Texas 76102 . These documents contain additional information for prospective bidders. A pre-bid conference will be held at 9:00 A.M. Tuesday, April 20, 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: 13 ,000 L.F. 85,800 S.Y. 52 ,100 S .Y. L .F . Wedge Milling, 2-Inch to 0-Inch Deep, 5 Ft. Wide 2-Inch Surface Course Type "D" Mix 8-Inch HMAC Pavement Pulverization 21 ,500 :!2,600 s '/ Crack Sealing of Existing Pavement /Z~J ( rJ'--i \. ~~=::8::~=====23;:ttm.;t::::.:..;;ee Mtlllng ~ {<_e-n~ e....Q p--.r 5 ,100 L.F. Remove and Replace Existing Curb & Gutters 3,110 S .F. Remove and Replace 6-lnch 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 : March 25, 2010 April 1, 2010 WILLIAM A. VERKEST, P .E ., DIRECTOR TRANSPORTATION AND PUBLIC WORKS DEPARTMENT By\i,r~~ Kristian Sugrim Project Manager - - SPECIAL INSTRUCTIONS TO BIDDERS I . 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. 3. 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 proofrequired 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. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting the Transportation and Public Works Department at (817) 392- 8902. Bids that do not acknowledge all applicable addenda will be rejected as non- respons1ve. SPECIAL INSTRUCTIONS TO BIDDERS -I - 4. AWARD OF CONTRACT: The contract, if awarded, will be awarded to the lowest responsive bidder. The City reserves the right to reject any or all bids and waive any or all irregularities. No bid may be withdrawn until the expiration of forty-nine ( 49) City business days from the date that the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("Documentation") is received by the City. 5. PAYMENT. PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the ·amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B . If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Two-year Maintenance Bond is required for all projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Paragraph 7 of the Special Provisions. To be an acceptable surety on the performance, payment and maintenance bonds, the surety must be authorized to do business in the state of Texas and meet all requirements of Texas Insurance Code, section 7.19-1. In addition, the surety must (I) 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 SP ECIAL INSTRUCTIONS TO BIDDERS - 2 - the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City 6. 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. 7. 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 l 3A-29 of the Code of the City of Fort Worth (1986), as amended, prohibiting discrimination in employment practices. 8 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 BIDD ERS • 3 • 9. 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.) 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 premmm. E. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any 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. "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. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary . 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 bu.siness 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: l. 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. SP ECIAL 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 ~hould be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: I . 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 BIDDERS • 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 iist has been completed . e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a progress payment in the amount that city deems due and payable. g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. 15 . AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area, runs from May 1, through October 31, with 6:00 a.m. -10:00 a.m. being critical because emissions from this time period have enough time to bake in the hot atmosphere that leads to early afternoon ozone formation. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the AIR POLLUTION WATCH by 3:00 p.m. on the afternoon prior to the WATCH day. On designated AIR POLLUTION WATCH DAYS, the Contractor shall bear the responsibility of being aware that such days have been designated AIR POLLUTION WATCH DAYS and as such shall not begin work until 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 I 0:00 a.m. if use of motorized equipment is less than I-hour, or if equipment is new and certified by EPA as "Low Emitting". or equipment burns Ultra Low Sulfur Diesel (ULSD). diesel emulsions. or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated AIR POLLUTION WATCH DAY, that day will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: SPECIAL 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 include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on 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 -IO - 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: ( l) 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 actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "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, memb~rs, agents or employees acting on their behalf, shall specify in solicitations or advertisements for employees to work on those contract a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants that it will fully comply with the Policy and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the Policy in the performance of this contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms or conditions of employment for applicants for employment with, or current employees of, Contractor. Contractor warrants that it will fully comply with the ADA's provisions and any other applicable federal, state , or local laws concerning disability and will defend, indemnify and hold City harmless against any and all claims or allegations filed by third parties against City arising out of Contractor's alleged failure to comply with the ADA in the performance of this contract. END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS . 13. FORTW"ORTH ---. ·w· 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 oal 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 f 5 % of the total bid (Base bid appl ies 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 responsive to the specifications . The Offeror shall deliver the MWBE documentation in person to the appropriate employee· of the· managing department and obtain a date/time receipt. . Such receipt shall be evidence that.the Cify received the doclrmentatiori ih the time all'ocated: A faxed copy will not be accepted : 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 partici ation : 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 o enin 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 MlWBE Office at (817) 392-6104. Rev . 11/ I /05 Bid Date : Project Name: Project DOE #: City Project #: Project Manager. MWBE Documentation_ Received Department of Engineering l / tf P 1 f+ t L4&0-s: J) 0/\Jf./L~ aef .Jot o -~ <,e 05 -06 -/ou,3 'v ::::>/ RLVJ Forms submitted by : Name : Title : . V C Company: (0 I ><> a Q.Jy F'dr c,u ... rcJ!..u ~ , ;f-lcl --+, ......... -.... lf ........ , r-........... '-r+--.=.. ......... -....:~~-+~ _.._-=;._.. _____ _ ._ /I _;__ ft l . ·1-1A .../J Signature of City Staff receiv i ng: ----)'_ 1 _~---.:..t'.....;-;'(l(_rf>-,p,..;....Jl=..;A...,,=.::::?~-.......=~----- " FORT WORTH ~ City of Fort Worth Subcontractors/Suppliers Utilization Form ATIACHMENT 1A Page 1 of 4 l'\'L I) PRIME COMPANY NAME: Check applicable block to describe prime Quality Excavation , Ltd. I M/W/DBE I I PROJECT NAME: NON-M/W/DBE HMAC Surface Overlay (2010-6) BID DATE 04-29-2010 City's M/WBE Project Goal: I Prime's M/WBE Project Utilization: PROJECT NUMBER 15 % 17 % 0416 .3 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 , exclus ive of bid opening date , will result in the bid being considered non-responsive to bid specifications . The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this uti lization 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 contracto r, i.e ., a direct payment from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to its supplier is considered 2 nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway d ivision . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Bus iness Enterprise (M/WBE). If hauling services are utilized , the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-ope rators , and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs , including owner-operators , but will only receive credit for the fees and commiss ions earned by the M/WBE as outlined in the lease agreement. Rev . 5/30/03 , J~-Jo -lJP13:~ oc) ' V. ATIACHMENT 1A FORT WORTH Page 2 of 4 ~ Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minority, Women and non-M/WBEs. Please list M/WBE firms first , use additional sheets if necessary . Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name I N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A Andrews Paving X Furnish & lay 2" P.O Box 7001 type D Asphalt Dallas, TX 75209 $188,000 972-735-8830 (p) 972-636-3684 (fax) Tomas Reyes Trucking Haul 1 Dispose 3529 Peoria Concrete flatwork Dallas, TX 75212 & Excavation $22 ,000 214-631-2711 (P) 214-905-7565 (fax) Austin Road & Bridge 203 Austin Rd. Richland Hills, TX 76118 X Asphalt $150,700 817-284-0311 Tarrant County 5400 Thelin Fort Worth, TX 76115 X Concrete $31,200 817-926-6660 Barnsco 2609 Willowbrook Rebar & Concrete Dallas, TX 75354 X Acsrs . $11 ,100 214-352-9090 (p) 214-352-7568 (fax) Tex Op PO Box 427 Edge Milling , Roanoke, TX 76262 X Butt joints & Milling $29,175 940-648-1455 (p) Surface milling 940-648-1457 (fax) Rev. 5/30/03 FORT WOR TH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers )5 -0~-I .JC.5:::, $ 210 ,000 $ 222 ,175 ATTAC HM ENT 1A Page 4 of 4 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 432 ,175 The Contractor will not make additions , deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination. By affixing a signature to this form , the Offerer further agrees to provide , directly to the City upon request , complete and accurate information regarding actual work performed by all subcontractors , including M/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or examination of any books , records and files held by their company . The bidder agrees to allow the transmission of interviews with owners , principals , officers , employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract , by an authorized officer or employee of the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning false statements . Any failure to comply with this ordinance and create a mater ial breach of contract may result in a determination of an irresponsible Offerer and barred from participating in Ci r a period of time not less than one (1) year. Printed Signature Contact NLme/Tltle (if different) I OwA.L.\.T':::\ E:,c.c iW~T\o~ ~TP · Company Name ~ l34c). ~':J .. oeco 94o .. 5loe;.-fi3b l Telephone and/or Fax ':;:ip:ZD Address City/State/Zip / MAr'( ~ ZD \O Date Rev . 5/30/03 TO: CITY OF FORT WORTH PURCHASING DIVISION 1000 THROCKMORTON ST FORT WORTH, TEXAS 76102 FOR: H.M.A.C. SURFACE OVERLAY (2010-6) AT VARIOUS LOCATIONS CITY PROJECT NO: 01463 P R O P O S A L TPW PROJECT NO: C293-541200-202620146383 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 re-negotiation 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 UNIT TOTAL ITEM S.P. S.P. 104 502 S.P . ITEM QUANTITY I 2EA. 2 LUMPSUM 3 5,100 L .F. BID PRICES WRITTEN IN WORDS Project Designation Sign @ Two Hundred Dollars & No Cents Per Each Utility Adjustment @ .... S=ix ___ T=-=ho .... u=s"""a"""n;..;;da...... _____ Dolla rs & No Cents Per L.S. Remove and Replace Existing Concrete Curb & Gutter @ M 1:iu131 ()ye . Dollars & t-..lc.> Cents Per L.F. P-1 PRICE AMOUNT BID $200.00 $400.00 $6,000.00 $6,000.00 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 502 4 1,100 L.F. New Concrete Curb & Gutter @ S.P. "'Iv~ fi >JJ:':1 Dollars & tJo Cents Per L.F. $ c.o·. $ zz.,~ 104 5 3,110 S.F. Remove and Replace 6-Inch 504 Concrete Driveway @ S.P. ~~~ Dollars & . \AQ Cents Per S.F. $ '?-$ \':>,'=>':,D 104 6 100 S.F. Remove and Replace 6-Inch 504 Exposed Aggregate Concrete S.P. Driveway@ "1iz.µ Dollars & .. ~o Cents Per S.F. $ \0 $ \DOD 504 7 900 S.F. New 6-Inch Concrete Driveway@ S.P. ~l~~, Dollars & UC> Cents Per S.F. • $ ~ $ 1'l.oo 104 8 100 S.F. Remove and Replace Existing 4-Inch 504 Concrete Sidewalk @ S.P. P°.Q~SZ Dollars & T"'4,'.)Ji \..!fI1 Cents Per S.F. 4~0 $ -4-z.o . $ 104 9 100 S.F. Remove and Replace 4-Inch 504 Exposed Aggregate Sidewalk@ S.P. ~u Dollars & •• ,o 1Dl0 ~ TfZ,-..l Cents Per S.F. $ Lo -$ 504 10 100 S.F. New 4-Inch Concrete Sidewalk@ S.P. 'lll..u Dollars & • . \J t:> Cents Per S.F. $ \D' $ \CQD 104 11 100 S.F. Remove & Replace Existing Wheelchair 504 Ramp and Install Standard 4-inch ADA S.P. Wheelchair Ramp (with detectable warning Dome-Tile surface)@ -rlt.~ Dollars & .. \JO Cents Per S.F. $ lD,. $ \000 P-2 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 504 12 100 S.F. New 4-Inch ADA Wheelchair S.P. Ramp (with detectable warning Dome-Tile surface @ lfl.µ Dollars & t,.)O Cents Per S.F. $ \.0 ._ $ ioe:o 104 13 100 S.Y. Remove and Replace Existing Concrete 360 Valley Gutter @ S.P. ~e~ Dollars & Nt> Cents Per S.Y. $ :ca . $ ,cc::::o 360 14 100 S.Y. New Concrete Valley Gutter@ S.P. t=\~::) C..~GJ Dollars & • %" I-lo Cents Per S.Y. $ $ ~ S.P. 15 1 EA. Reniove and Replace 5-Ft Storm Drainage Inlet Top @ . i\Llh '\i,lo~µ~ Dollars & ...» Cents Per Each $ "l.cz::>o $ '2..ooO S.P. 16 1 EA. Remove and Replace 10-Ft Storm Drainage Inlet Top @ \w.l e. \.-l"T"'"j fue. u\)~O(l.~12 Dollars & . }:Jo Cents Per Each $ 'Z~ $ "Z~ S.P. 17 100 L.F. 6-Inch Perforated Sub Drain Pipe@ 'O~ll_µ Dollars & '10 .. ~~fi.YI:~ Cents Per L.F. $ :z -$ 1:Zo ( 275 18 52,100 S.Y. 8-Inch HMAC Pavement Pulverization@ S.P. \µ{1.fU! Dollars & -z.o \l.Dk) ,-z.e . .:C:W ft.UT "'J Cents Per S.Y. $ "?-$ 275 19 700 Tons Cement Modification (26 lbs/sy) @ S.P. 0~ ~~Q Dollars & . 0o Cents Per Ton $ \DD' $ '1qtbD 106 20 50 C.Y. Unclassified Street Excavation @ S.P. "5 El." Ei. µ •• Dollars & -, t:> ?~? ";:>e'1W~~ Cents Per C.Y. $ .., ,... $ ( P-3 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID 247 21 25C.Y. Crushed Limestone @ S.P. t=='ov~j Dollars & .JO Cents Per C.Y . $ 4o·-$ \Doc 300 22 50 C.Y . HMAC Pavement and Base Repair @ 310 ~D Fic:.rl ~LW$.Q Dollars & 340 ~o Cents Per C.Y. Z<:,o t-Z..t'?Ob S.P . $ $ 300 23 10 Tons HMAC Pavement Level-Up@ 310 ";:?e.\l ~~11 ~\.)i, Dollars & 340 -cc=;,'-~ . ~w.-r1 Cents Per Ton 1'?l.-S.P. $ $ S.P. 24 13,000 L.F. Pavement Wedge Milling 2-Inch to 0-Inch Depth, 5.0 Ft Wide @ o~~ Dollar & $ l ~;> \z\b ,*'1 Cents Per L.F. $ Z3,4c0 S.P. 25 12EA. Butt Joint Milling @ \~ ~ 1-hl\.lon.to T w~~Tj Dollars & ~ Cents Per Each • UA,o . $ "Z'l.D $ S.P. 26 1,500 S.Y. 2-Inch-Surface Milling@ ---r~a.l!4--Dollars & C°f)I. >u.:r1 tu )Ii Cents Per S.Y. '3 4"'> • $ -$ ';z\i'? 300 27 21,500 L.F. Crack Sealing of Existing Pavement @ S.P. za.o Dollars & E,\6 ~T1 Cents Per L.F. $ D~ $ \], Z,(:)b 300 28 85,800 S.Y. 2-Inch HMAC Surface Course 310 Type "D" Mix @ 340 \z.}G.~ Dollars & B~ . S.P. fu012.T":::} Cents Per S.Y. $ $ 72D,1'U> \ P-4 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 29 I EA. Removal and Replacement of 30-Ft HMAC Speed Cushion w/stripping @ ~\~ ~~O,Z.~ollars & ,-,)0 Cents Per Each $ l'io6 $ \CiDD S.P. 30 1 EA. Removal and Replacement of 40-Ft ~i-~'1 Cushion w/stripping@ tz:,vtz. ~~Oi'Z.~ Dollars & µI) Cents Per Each $ 7!;;pD $ -z~ 450 31 3EA. Water Valve Box Adjustment S.P. With Steel Riser @ One Hundred & Twenty Five Dollars & No Cents Per Each $125.00 $375.00 406 32 20EA. Water Valve Box Adjustment 450 With Concrete Collar @ S.P. Three Hundred & Fifty Dollars & No Cents Per Each $350.00 $7,000.00 S.P. 33 15 EA. Water Meter Box Adjustment@ Thirty Five Dollars & No Cents Per Each $35.00 $525.00 450 34 20EA. Manhole Adjustment With S.P. Steel Riser @ Two Hundred & Fifty Dollars & No Cents Per Each $250.00 $5,00.00 406 35 21 EA. Ma11hole Adjustment With 450 Concrete Collar @ S.P. Four Hundred & Fiftv Dollars & No Cents Per Each $450.00 $9,450.00 P-5 SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH UNIT TOTAL ITEM ITEM QUANTITY BID PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 36 100 EA. Painting House Addresses @ ~h Dollars & U> •. .. \.Jt2 Cents Per Each $ $ fd:>O S.P. 37 800 S.Y. Grass Sod Replacement @ ,ua...(l,~ Dollars & .. ~\)a-r1 Cents Per S.Y. $ ?::,~ $ 'Z1 t,;D S.P. 38 2 EA. Re-Mobilization @ Five Hundred Dollars & No Cents Per Each $500.00 $li000.00 TOTAL BID P-6 This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20. 04 (F) of the Texas Limited Sales, Excise and Use Tax Act. Taxes: All equipment and materials not consumed by or incorporated into the project construction are subject to State sales taxes under House Bill 11, enacted August 15, 1991. The Contractor shall comply with City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through . 13-A-29), prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract documents within two hundred and ten (240) Calendar Days from and after the date for commencing work, as set forth in the written Work order to be issued by the Owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth·, Texas. Within Ten (10) Calendar Days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful rmance of this contract. The attached deposit check in the sum of ~~~~~~~~~~~~~~~~~~~~~~~-Dollars ($~-~~~~~~~~~~~ is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. The Contractor shall mobilize within ten (10) working days of the not{ce given by the Construction Engineer for any of the 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. 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) -.J/A Addendum No. 2 (Initials) Addendum No. 3 (Initials) (Seal) Date: 4•1.,C\,\t> P-7 Respectfully submitted, Signature Printed Name of Principal Address: ~ ~"'-'!i5{?11 A\JP->TZ.fiit r . 1 eoz:z. "1 E-mail Address: \1:kl.ll!>e«il&JCU~e)Cawq;~~\W. ~""" Telephone: 94,b~ :=';(o':z-: C>b SPECIAL PROVISIONS FOR: H.M.A.C. SURFACE OVERLAY (2010-6) ATV ARIOUS LOCATIONS CITY PROEJCT NO: 01463 TPW PROJECT NO: C293-541200-202620146383 1. SCOPE OF WORK: The work covered by these details and specifications consists of the removal (only) of all existing traffic buttons , removal and replacement of existing concrete curb and gutter and driveways and existing base repair and the addition of a new surface layer of H.M .A.C. for those streets designated as Mill Overlay (MOL). For those streets designated as Pulverized Overlay (POL), the work consists of the same removal and replacement items as described above, surface and base rehabilitation of existing pavement with cement and the addition of a new surface layer of H.M.A.C. 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 , see 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 SP-1 contractor is not entitled to any additional compensation or ren e gotiation 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 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 qu antities, but represent the best estimate based on a reasonable effort of investigation; how ever, th ey are given for the purpose of bidding on and awarding the contract. 2. AWARD OF CONTRACT: Contract will be awarded to the lowest responsible bidder. 3. SUBMITTALS FOR CONTRACT AWARD: The City reserves the right to require the contractor who is the apparent low bidder(s) for a project to submit such information as the City, in sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be a ssigned to the project, 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. SP-2 The contract time will be counted from the date set at the pre-construction conference and will continue until a time the inspector determines the project is ready for a final inspection . At that time a final inspection will be scheduled. If in the opinion of the inspector the project has not been made ready , the final inspection will be cancelled and time will continue to be counted. A five working day period is required for the rescheduling of a final inspection . The Contractor also agrees to complete the final punch list within ten ( I 0) working days after receiving it. If the Contractor fails to complete the work within ten (10) working days, the 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 failure to maintain the contract schedule, the following process shall be applicable: The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: A. A letter will be mailed to the contractor by certified mail; return receipt requested, demanding that within 10 days from the date that the letter is received, to 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 contracted 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. SP-3 C. Any notice that, in the City's sole discretion , is required to be pro v ided to interested individuals will be distributed by the Construction Engineer. D. Upon receipt of the contractor's response, the appropriate City departments and directors will be notified. The Construction Engineer will, if necessary , then forward upd ated notices to the interested individual s . E. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract; the bonding company will be notified appropriately. 6. RIGHT TO ABANDON: The City reserves the right to abandon , without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City . 7. CONSTRUCTION SPECIFICATIONS: This contract and projects are governed by the two following published specifications, except as modified by these Special Provisions: ST AND ARD 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 of the Municipal Building, Fort Worth, Texas 76102 . The specifications applicable to each pay item are indicated in the call-out for the pay item in the Proposal. If not shown, then applicable published specifications in any of these documents may be followed at the discretion of the Contractor . 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 SP-4 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 both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. See Special Instructions to Bidders Item No. 14 for further requirements. 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 @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 (phone number 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 SP-5 can be re-installed, the Contractor shall again contact the Signs and Markings Division to re-install the pennanent 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 perfonned on certain locations/streets (primarily arterials) during "peak traffic periods (7 a.m. to 9 a.m . and to 4 p .m. to 6 p.m .)"; or, as detennined 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 Detennination Spread Sheet", in the back of this document, for designated locations . The contractor will be responsible for coordination, of proposed construction activities, with public or private school administration. The proposed construction activities shall accommodate school operating schedules, including school bus/parent drop off and pick up periods . The contractor shall provide proper traffic and pedestrian control to ensure safety at all times . Construction areas shall be properly barricaded/fenced to prevent public entry. 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 construction. The notice/flyer shall be posted three (3) working days prior to beginning construction activity along each street. The flyer shall be prepared on the Contractor's letterhead and shall include the following: o Project name/Contract name o Project number o Expected dates of construction o Contractors and project inspector's contact infonnation A sample notice/flyer is included in the contract documents. The Electronic version of the notice/flyer can be obtained from the Office of the Transportation and Public Works Department (817) 392-8902 SP-6 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 begin again . It will be the contractor's responsibility to re-distribute a three (3) working day notification/flyer prior to beginning the construction activity. In addition, all copies of the notice/flyer shall be delivered to the City inspector for his review prior to distribution . The contractor will not be allowed to begin construction on any street until the flyer is delivered to all residents of the street. All work involved with the notice/flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 12. PAYMENT: Payment will be made to the contractor twice a month for work completed during the pay periods ending on the 15th and the 30th day of each month. Checks (less 5% retainage) will be sent to the contractor within the two (2) week window following each payment period. Payment of the retainage will be made with the final payment upon acceptance of the project. See Special Instructions to Bidders Item No. 14 for further requirements. 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. SP-7 14. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a mann e r as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pede strian 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. I". 15. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of the Department of Engineering, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056) and a flood plain permit issued . All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies . No fill permit is required if disposal sites are not in a flood plain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense . In the event that the Contractor disposes of spoil/fill 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 Department of Engineering, 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. SP-8 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. 19. SAFETY RESTRICTIONS -WORK NEAR IDGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (I) A warning sign not less than five inches by seven inches, painted yellow with black letters, that are legible at twelve feet shall be placed inside and outside vehicles such as cranes , derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING --UNLAWFUL TO OPERA TE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." SP-9 (2) Equipment that may be operated within ten fe et 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 to the power company (TXU Electric Delivery) which will erect temporary mechanical barriers, de-energize the line , or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to TXU Electric De livery and shall record action taken in each case. (4) The Contractor is required to make arrangements with 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 the City shall, until the expiration of three (3) years after final payment under this contract is made by City, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this section. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents , papers and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article together with Article VI. City shall give the subcontractor reasonable advance notice of intended audits. Contractor and subcontractor agree to photocopy such documents as may be requested by City. City agrees to reimburse Contractor and/or subcontractor for the cost of copies at the rates as contained in the Texas Administrative Code at the time payment is made. SP-10 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 the City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City from and against any and all injuries to City's officers, servants 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 the City, its officers, servants or employees. In the event the City receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to the City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides the City with a letter from 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. 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 of the Engineer to make a substitution for the material that has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approved, 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 SP-11 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. And it shall be the contractor's responsibility to call DIG- TESS prior to construction activities on any street. 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". SP-12 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 .). 29. QUALITY CONTROL TESTING: (a) The contractor shall furnish , at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphalt and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than twenty four (24) hours notice shall be provided to the City by the contractor for operations requiring testing. The contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. SP-13 ( e) The contractor shall provide a copy of the trip ticket for each load of fil I material de) ivered to the job site. The ticket shall specify the name of the pit suppl y ing the fill material. 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. The contractor shall notify the Construction Engineer and T/PW Traffic Services 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. SP-14 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 five (5) 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 shall 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: Come.any SBC-Telephone TXU Electric Delivery: Downtown Other than Downtown Atmos Energy (Gas) CFW -Street Light CFW -Light Signal CFW -Pavement Marking CFW -Storm Drain CFW-Water CFW-Sewer Telee.hone Number 817-338-6202 214-384-3732 Cell 817-215-6424 817-215-6688 817-215-4366 469-261-2314 Cell 817-392-7738 817-392-8775 817-360-6364 cell 817-392-8107 817-392-5196 817-212-2699 817-925-2360 Cell 817-212 -2699 817-944-8399 Cell SP-15 Contact Person Mr. Gary Tillory Mr. Scott King Mr. Robert Martinex Mr. John Crane Mr. James Turner Mr . Ken Brock Mr. Chuck Snyder Mr. Juan Cadena Mr. Roger Hauser Mr. Rick Davis Of course, under the tenns of this contract, the Contractor shall complete adjustment of the stonn drain and Water Department facilities, one traffic lane at a time within five (5) working days from the day of completing the 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 perfonn 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 Urban Forestry Office at (817) 392-7933. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM NO: 5-PROJECT CLEAN-UP: SP-16 - During the construction of this project, all parkways that are excavated shall be shaped, including bar ditches, and backfilled at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Engineer. The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of the roadway and residents' property If it has been determined that the jobsite has not been kept in an orderly condition, the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. 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 (5) 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: 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 TxDOT 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. SP-17 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 -NO PAVING WORK ON SOLID WASTE WEEKLY PICK-UP DAY: In order to eliminate potential rutting of the pavement from solid waste trucks while paving operations are underway, the contractor shall schedule construction on all the identified project streets such that no paving activities are scheduled on the weekly solid waste pick-up day for each street. The solid waste weekly pick-up day for each project street is identified on the "STREET BY STREET PA YING QUANTITY DETERMINATION SPREADSHEET" located at the end of the contract documents. On the spreadsheet, the solid waste weekly pick-up is listed as the day of the week; see "Garbage, Recycling, Yard Trimmings & Brush Weekly Pickup". No paving activities shall be scheduled on this day. The Contractor will be allowed to construct concrete flatwork on solid waste weekl y pick-up day . Also on the spreadsheet, the solid waste monthly pick-up is listed as the week of the month; see "Monthly Pickup of Bulky Items". During this week, the day of pick up varies from Monday to Saturday afternoon. The Contractor will be allowed to pave the week of the solid waste monthly pickup. The Contractor, however, will be responsible for any coordination with the City Environmental Department regarding when the monthly pickup day occurs . If new pavement is damaged by the solid waste monthly pickup trucks due to the contractor's failure to adhere to the procedure outlined above; then, the Contractor shall be solely responsible for any repairs required. Assessment of damage will be determined by the Construction Engineer, or, his authorized representative . The weekly and monthly solid waste pick up schedules are hereby provided for bidding purpose and use by the selected contractor during construction. SP-18 All cost associated with scheduling pavement installation around "solid waste pick-up days" shall be considered incidental to the project contract amount and no additional compensation shall be allowed. NON-PAY ITEM NO: 9 -AGREEMENT OF QUANTITIES: The streets will be measured and all quantities per street will be documented, a copy of the measured quantities will be provided to the contractor. If the Contractor in agreement of the measured quantities, then the Contractor is required to sign it and return it with in five (5) working days. If the Contractor is not in agreement, then the Contractor is required to, within five (5) working days, arrange a field trip with the assigned inspector to show proof of the difference. 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. 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 pre bid unit price, per each, will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 2 -Utility Adjustments: SP-19 This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer, and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain . An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense . Contractor shall immediately cap the 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: 3 -Remove and Replace Concrete Curb & Gutter: This item shall include the removal and replacement of all failed existing curb and gutter in 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. I 04 "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 construction of the curb and gutter. The pay limit will be 9-inch out from the gutter lip. The street void shall be SP-20 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 from the day of completing the curb and gutter, if the contractor fails to complete the backfill within five (5) working days,$ I 00 dollar liquidated damage will be assessed per block per day . Required backfilling shall be at finish grade and shall be completed in order for the curb and gutter to be accepted and measured as completed. Top soil as per specification Item No. 116 "Top Soil", if needed, shall be added and leveled to finishing grade. Cost of back filling, top soil, and grading shall be included in this pay item. 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: 4 -New Concrete 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-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 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 HM.AC. 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-21 - Contractor shall backfill behind the curb within fi ve (5) w orking day s from the day of completing the curb and gutter, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidate d damage will be assessed per block per day . Required backfilling shall be at finish grade and shall be completed in order for the curb and gutter to be accepted and measured as completed. Top soil as per specification Item No . 116 "Top Soil", if needed, shall be added and leveled to finishing grade . Cost of back filling , top soil , and grading shall be included in this pay item . 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: 5-Remove and Replace 6-Inch Concrete Driveway: PAY-ITEM NO: 6-Remove and Replace 6-Inch Exposed Aggregate Driveway: Pay items No. 5 and No. 6, shall include the removal and replacement of any type of existing concrete driveways, as designated by the Construction Engineer, due to deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dump site. For specifications governing these items, see City Standard Specifications Item No. I 04 "Removing Old Concrete" and Drawing Nos. S-S5 , and Item No. 504" Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal Concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Exposed concrete aggregate driveway surface shall be seeded with pea gravel. Exposed concrete aggregate wash off water is silty, high in alkalinity and may contain harmful chemicals; therefore, wash off water shall not be discharged into storm sewers and drainage ditches or streams . SP-22 Temporary expansion joint board at driveway approach edge shall be used to dam off wash water from entering street gutter. Temporary catch basin sealed with impervious diaphragm sump shall be used to collect all wash water until off site disposal is obtained, or, unless otherwise directed by the Engineer or his authorized representative. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the driveway. The pay limit will be 9-inch out from the gutter lip. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. Contractor shall backfill around the driveway within five (5) working days from the day of pouring the driveway, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish 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. 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: 7-New 6-Inch Concrete Driveway: This item shall include the construction of new standard concrete driveways , as designated by the Construction Engineer with same day haul-off of the removed material to a suitable dump site. For specifications governing these item, see City Standard Specification Item No. 504" Concrete Sidewalk and Driveways", Drawing Nos . S-S5, and Pay limits for concrete driveway are as shown in Drawing No. S-S5 of the Standard Specifications. Contractor shall sawcut existing driveway, curb and gutter, and pavement prior to driveway removal SP-23 All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days . Exposed concrete aggregate driveway surface shall be seeded with pea gravel. 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" It em Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities . Contractor shall backfill around the driveway within five (5) working days from the day of pouring the driveway, if the contractor fails to complete the backfill within five (5) working days , $100 dollar liquidated damage will be assessed per block per day . Required backfilling shall be at finish grade and shall be completed in order for t he 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 . The unit price bid per square feet shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the replacement work. PAY-ITEM NO: 8 -Remove and Replace 4-Inch Concrete Sidewalk: PAY-ITEM NO: 9 -Remove and Replace 4-Inch Exposed Aggregate Sidewalk: Pay items No. 8 and No. 9, shall include the removal and replacement of any type of existing concrete sidewalk, as designated by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with same day haul-off of the removed material to a suitable dumpsite . For specifications governing these items, see City Standard Specifications Item No . 104 "Removing Old Concrete", and Item No . 504 "Concrete Sidewalk and Driveways". SP-24 - All concrete shall be designed to achieve a minimum compressive strength of 3 ,000 pounds per square inch in seven (7) calendar days. The exposed concrete aggregate sidewalk surface shall be seeded with pea gravel. Exposed concrete aggregate wash off water is silty, high in alkalinity and may contain harmful chemicals; therefore, wash off water shall not be discharged into storm sewers and drainage ditches or streams . Wash water shall be prevented from entering street gutter. Temporary catch basin sealed with impervious diaphragm sump shall be used to collect all wash water until off site disposal 1s obtained, or, unless otherwise directed by the Engineer or his authorized representative. Contractor shall backfill around the sidewalk within five (5) working days from the day of pouring the sidewalk, if the contractor fails to complete the backfill within five (5) working days , $ I 00 dollars liquidated damage will be assessed per block per day . Required backfilling shall be at finish grade and shall be completed in order for the sidewalk to be accepted and measured as completed . Top soil as per specification Item No . I 16 "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. 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: 10-New 4-Inch Concrete Sidewalk: This item shall include the construction of new standard concrete sidewalk, as designated by the Construction Engineer with same day haul-off of the excavated material to a suitable dumpsite . For specifications governing this item, see City Standard Specification Item No. 504 "Concrete Sidewalk and Driveways". All concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch in seven (7) calendar days . SP-25 - Contractor shall backfill around the sidewalk within five (5) working days from the day of pouring the sidewalk, if the contractor fails to complete the backfill within five ( 5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish grade, and shall be completed in order for the sidewalk 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. 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: 11 ~ Remove Existing Wheelchair Ramp and Install Standard 4-Inch ADA Wheelchair Ramp (with detectable warning Dome-Tile surface): This item shall include removing the existing wheelchair ramp and installing Standard 4-inch ADA wheelchair ramp that includes a detectable warning Dome-Tile surface at various locations as to be determined in field by the Construction Engineer, due to failure or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water 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: 3 -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. SP-26 - - Pay limits for "Standard Wheelcha ir 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 Indu stries 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 landin g whe re the pedestrian access route enters the street, and shall be locate d 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 comer radius. The method of Dome-Tile installation shall be in accordance with the manufactures instruction. Cost of detectable warning Dome-Tile and installation , shall be included in this pay item. Contractor shall provide a brick red colored Dome-Tile sample for approval by the Engineer, meeting the aforementioned specification. The sample, upon 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 pro v isions 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 from the day of pouring the wheelchair ramp, if the contractor fails to complete the backfill within five (5) working day s, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish 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 . 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 . SP-27 [ PAY-ITEM NO: 12 ~ New 4-Inches 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 ponding water 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 construction of new wheelchair ramps shall be included in PAY ITEM NO: 3 -Remove and Replace Concrete Curb & Gutter, as determined by the Construction Engineer. Pay limits for laydown curb and gutter are as shown in the Accessability 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. SP-28 - 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. The Contractor shall backfill behind the wheelchair ramps within five (5) working days from the day of pouring the wheelchair ramp, if the contractor fails to complete the backfill within five (5) working days, $100 dollars liquidated damage will be assessed per block per day. Required backfilling shall be at finish 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. 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: 13-Remove and Replace Existing Concrete Valley Gutter: This item shall include the removal and replacement of existing valley gutters, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. Contractor shall sawcut existing sidewalk, curb and gutter and/or pavement prior to valley gutter removal. Sawcutting and removal of asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be included in this pay item. For specifications governing this item, see City Standard Specifications, Item No. 106, "Unclassified Street Excavation", Drawing No. S-S6 and detail enclosed, TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 247 "Flexible Base SP-29 - - (referenced), 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No. 360 "Concrete Pavement" (enclosed), shall apply. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. Contractor may substitute 5-inch non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. All applicable provisions of Item No. 360 "Concrete Pavement" (enclosed) shall apply. Surface texturing shall be made with a medium broom in lieu of carpet drag or metal tinning. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic. Work shall be completed on each half within five (5) working days. If the contractor fails to complete the work on each half within five (5) working days, a $100 dollars liquidated damage will be assessed per each half of valley gutter per day. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the valley gutter. The pay limit will be 9-inch out from the valley gutter. The street void shall be filled with H.M.A.C. Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. The unit price bid per square yard for Concrete Valley, as shown on the proposal, will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 14 ~ New Concrete Valley Gutter: This item shall include the construction of new concrete valley gutters, at locations to be determined in field by the Construction Engineer with same day haul-off of the removed material to a suitable dumpsite. SP-30 - Contractor shall sawcut existing sidewalk, curb and gutter and /or pavement prior to valley gutter removal. Sawcutting and removal of asphalt pavement, concrete base, curb and gutter, and necessary excavation to install the concrete valley gutters all shall be included in this pay item. For specifications governing this item, see City Standard Specifications, Item No. I 06, "Unclassified Street Excavation", Drawing No. S-S6 and detail enclosed, TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges " Item Nos. 247 "Flexible Base (referenced), 300 "Asphalts, Oils, and Emulsions" (referenced), 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and Item No . 360 "Concrete Pavement" (enclosed), shall apply. Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be subsidiary to this Pay Item. Contractor may substitute 5 inch non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no additional cost. All applicable provisions of Item No . 360 "Concrete Pavement" (enclosed) shall apply. Surface texturing shall be made with a medium broom in lieu of carpet drag or metal tinning. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall be open to traffic . Work shall be completed on each half within five (5) working days. If the contractor fails to complete the work on each half within five (5) working days, $100 dollars liquidated damage will be assessed per each half of valley gutter per day. Included, and figured subsidiary to this unit price, will be the required sawcut excavation, as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the construction of the valley gutter. The pay limit will be 9-inch out from the valley gutter. The street void shall be filled with H.M.A.C . Type "D" mix (PG 64-22) in accordance with all applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets , and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) and compacted to standard densities. SP-31 - - The unit price bid per square yard for Concrete Valley as shown on the proposal will be full compensation for materials, labor, equipment, tools and incidentals necessary to complete the work. PAY ITEM NO: 15 -Remove and Replace 5-Ft Storm Drainage Inlet Top: PAY ITEM NO: 16 -Remove and Replace 10-Ft Storm Drainage Inlet Top: Pay items No. 15 and No. 16, shall include the removal and replacement of a 7-inch thick drainage inlet top of 5-foot and feet 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 bid, per each, will be full compensation for all labor, equipment, material, tools, and all incidentals necessary to complete the work. PAY-ITEM NO: 17 -6-Inch Subdrain Pipe: This item shall consist of furnishing and installing 6-inch subdrain and filter material as shown on the enclosed details, or as directed by the Engineer. All applicable provisions of standard Specifications Item 500 "SUBDRAINS", and Item No. 106 "Unclassified Street Excavation ".shall apply. No specific location for this item is designated. Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the Engineer. The unit price bid, per linear feet, shall be full compensation for all labor, materials, equipments, tools, and incidentals necessary to complete the work. PAY-ITEM NO: 18-8-Inch Pavement Pulverization: PAY-ITEM NO: 19-Cement Modification (26 Ibs/sy): SP-32 All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item No. 275 "Cement Treatment (Road Mixed)" (referenced) shall govern the work. 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. 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 by the contractor, as directed by the Engineer. Pulverization shall be completed within ten (10) working days from the day of completing concrete work (curb and gutter, driveways, valley gutter, sidewalk) on any street. If the contractor fails to complete the work within ten (10) working days, $100 dollars liquidated damage will be assessed per block per day. Contractor shall pulverize the ex1stmg pavement to a depth of 8-inch. After pulverization is completed, contractor shall temporarily remove and store the 8-inch deep pulverized material, then cut the base 2-inch to provide place for the new 2-inch H.M.A.C . surface . The 2-inch base cut shall start at a depth of 8-inch from the existing pulverized surface. After the undercut operation is completed, the temporarily stored 8-inch deep pulverized material shall be returned to the excavation. If the existing pavement has a combination of 10-inches of H.M.A.C and crushed stone/gravel, undercut will not be required . The contractor will pulverize the 10-inches, and the 2-inch cut will be taken, from the 10-inch pulverized material. In case of high crown, the contractor shall pulverize the exiting crown and pavement. The Construction Engineer will determine the appropriate undercut depth to meet the City standard. The maximum amount of existing asphalt concrete pavement in the mixture shall be at the discretion of the Engineer. After the above processes are performed, the contractor shall shape the pulverized material to the appropriate line and grade. Samples of the pulverized material will be tested for gradation as directed by the Engineer. Testing will be at a minimum of one test per 300 linear feet per lane. SP-33 On pulverized and overlay streets that do not have existing curb and gutter, the Contractor shall finish the parkway with backfill. The backfill shall begin at the edge and elevation of the new 2 inch H.M .A.C. surface course and extend within the parkway , to existing ground surface, at the grade of one-fourth (1/4) inch per foot. There should be no voids in the backfill material, to the satisfaction of the Engineer. The unit price bid , per square yard of pavement pulverization and per ton of cement modification, shall be full compensation for all labor, material, equipment, tools, and incidentals necessary to complete the work. PAY-ITEM NO: 20-Unclassified Street Excavations: This item will be used if additional excavation is needed that is not covered by PAY ITEM NO: 18 - 8-lnch Pavement Pulverization. Additional Excavation is the removal of the excessive crown and base to bring the new base to proper grade & City standard specifications for street reconstruction . This item shall also be used for removing and disposing the existing brick base, if the existing brick base cannot be wedge or surfaced milled, prior to placing 2-inch HMAC Type "D" surface course. The void created by removing the existing brick base shall be filled to the proper grade, with PAY ITEM NO: 23 -HMAC Level Up, before placing 2-inch HMAC Type "D" surface course. For wedge milling, the measurement for estimating the removal and disposal of the existing brick material shall be a width of 5-feet, a length of curb and gutter and a depth of 3-inches. For surface milling, the measurement for estimating the removal and disposal of the existing brick material shall be the surface area and the depth of 3-inches . These measurements shall be under City standard specifications Item No. 106 "Unclassified Street Excavation ". All applicable provisions ofltem No. 106 "Unclassified Street Excavation" shall apply; work shall be paid per cubic yard . 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: 21-Crushed Limestone: SP-35 This item shall be used to repair the failed base material in areas exceed 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 ~ Asphalt Pavement and Base Repair: The contractor is to remove all existing deformed H.M.A.C. pavement and/or ba d base material that show surface deterioration and/or complete failure. The Construction Engineer will identify these areas upon which time the contractor will begin work. The failed area shall be saw cut, or other similar means, out of the existing pavement in square or rectangular fashion . The side faces shall be cut vertically and all failed and loose material excavated. As a part of the excavation process, all unsatisfactory base material shall be removed, if required , to a depth sufficient to obtain stable sub-base. The total depth of excavation could range from a couple of inches to include the surface-base-some sub-base removal for which the Construction Engineer will select the necessary depth . The remaining good material shall be leveled and uniformly made read y to accept the fill material. All excavated material shall be hauled off site , the same day as excavated, to a suitable dumpsite . After satisfactory completion of removal as outlined above, the contractor shall place the permanent pavement patch, with Type "D" surface mix (PG 64-22). This item will always be used even if no base improvements are required . The proposed H.M .A.C. repair shall match the existing pavement section or the depth of the failed material, whichever is greater. However, the patch thickness shall be a minimum of 2-inches . Generally the existing H.M .A.C. pavement thickness will not exceed 8 inch . Before the patch layers are applied, any loose material , mud and/or water shall be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces . Placement of the surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift. Compactions of the mix shall be to standard densities of the City of Fort Worth, made in preparation to accept the recycling process. All applicable provisions of TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils , and Emulsions", 310 "Prime Coat" (referenced), and 340 "Dense-Graded Hot-Mix Asphalt (Method)" (referenced) shall govern work. SP-36 The unit price bid, per cubic yard, shall be full compensation for all materials, labor, equipm e nt and incidentals necessary to complete the w ork. PAY ITEM NO: 23 -HMAC Pavement Level Up: This item shall be used to fill ruts , depressions, level up pavement section with Type "D" surface mi x (PG 64-22) prior to placing the asphalt surface overlay and w here needed as directed by the En gineer in the field . 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)" (referenced), shall govern work. This item shall be used to fill, to the proper grade, the void created by removing ex isting brick base , if existing base cannot be wedged or surface milled. The unit price bid , per ton shall, be full compensation for all materials, labor, placing, equipment, cleaning and incidentals necessary to complete the work. PAY-ITEM NO: 24 -Pavement Wedge Milling 2-Inch to 0-Inch Depth, 5.0 Ft Wide 1. Description This item shall consist of milling the existing pavement from the lip of gutter at a depth of 2- inch and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5- feet. The existing pavement to be milled will either be asphalt, concrete, or brick pavement. The milled surface shall provide a uniform surface free from gouges, ridges , oil film, and other imperfections of workmanship and shall have a uniform textured appearance. In all situations where the existing H.M.A.C. surface contacts the curb face, the wedge milling shall include the removal of the existing asphalt covering the gutter up to and along the face of curb. If the existing base is brick and cannot be wedge milled , then the existing brick base , of 5-foot in width, shall be removed under PAY-ITEM NO . 20 -Unclassified Street Excavation and replaced under PAY-ITEM NO . 23 -HMAC Level Up -Install , prior to placing H.M .A.C . SP-37 surface course. See PAY-ITEM NO: 20 -Unclassified Street Excavation, for further description of work. The wedge milling shall be completed within ten (10) working days from day of completing concrete work (curb and gutter, driveways, valley gutter, sidewalk) on any street. If the contractor fails to complete the wedge milling within ten (10) working days , $100 dollar liquidated damage will be assessed per block per day. The wedge milling operations shall be performed in a continuous manner along both sides of the street. Contractor shall complete overlaying the milled street within five (5) working days from the day of completing the wedge milling on any street. If the Contractor fail to complete the overlay within five (5) working days, then the wedge milling operations of new streets will be shut down, and liquidated damage of $200.00 per day per street will be assessed until all wedge milled streets are overlayed. Once the overlay begun on a street, it shall continue uninterrupted until completed. 2 . Equipment The equipment for removing the pavement surface shall be a power operated milling machine or other equal or better mechanical means capable of removing, in either one pass or two passes, the necessary pavement thickness in a five-foot minimum width. The equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. The machine shall be equipped with an integral loading and reclaiming means to immediately remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying dust to a minimum and to insure that all cuttings are removed from street surface daily. Stockpiling of planed material will not be permitted on the project site unless designated by the Engineer. The machine shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area . The speed of the machine shall be variable in order to leave the desired grid pattern specified under Surface Texture. SP-38 Subsidiary to this pay items, the Contractor shall haul-off all milled material to the City yards. The unit price bid , per linear feet , shall be full compensation for all milling, including milled material haul-off to City yards , tools , labor, equipment and incid enta ls necessary to complete the required work. PAY-ITEM NO: 25 ~ Butt Joint Milling: Description: This item requires the contractor to mill "butt joints" into the existing surface, in as sociation with the wedge milling operation (PAY ITEM NO . 24) to the depth and at locations as described below. The butt joint will provide a full width transition section, whereby the new overlay shall maintain constant depth at the point the new overlay is terminated and the new surface elevation matches the existing pavement. The construction activities, performance standards and equipment needed for the butt joints milling operations shall be governed by the special provisions of PAY-ITEM NO. 24 -2- Inch to 0-Inch Pavement Wedge Milling Depth 5-Ft Wide -Install. The configuration of the butt joints is described in more detail below. General details of butt joint locations -along with wedge milling in general -are shown in plan form at the back of this document. Construction Details: Prior to the milling of the butt joints, the contractor shall consult with the construction Engineer for proper location of these joints and verify that the selected limits of the projects street are correct. The general locations for butt joints are at all beginning and ending points of streets listed in the project and as more graphically detailed at the back of this specification book. The joints are also required on both sides of all railroad tracks and concrete valley gutters , bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface . Each butt joint shall be 20-feet long and milled out across the full width of the street section to a tapered depth of 2 inch. This milled area shall be tapered within the 20-feet to a depth from 0-nch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items . This butt joint - when overlayed -will consist of an asphalt section that will transition the new overlay to match the existing pavement elevation. The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. SP-39 Measurement and Payment: Butt joints as prescribed above will be measured by the unit of each butt joint milled. The disposal of excess material involved will not be measured for payment. Each butt joint-milled, measured as above, complete-in place-in accordance with these specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". Subsidiary to this pay items, the Contractor shall haul-off all milled material to the City yards. The unit price bid, per each, shall be full compensation for all milling, including milled material haul-off to City yards, tools, labor, equipment and incidentals necessary to complete the required work. PAY ITEM NO: 26 -2-Inch Surface Milling: This pay items shall consist of milling the existing pavement at a depth of 2-inch. All applicable provisions of PAY ITEM NO; 24 -2-Inch 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: 20 -Unclassified Street Excavation and replaced under PAY ITEM NO: 23 -HMAC Level Up, prior to placing H.M.A.C. surface course. See PAY ITEM NO: 20 -Unclassified Street Excavation, for further description of work. The surface milling shall be completed within ten (10) working days from the day of completing concrete work (curb and gutter, driveways, valley gutter, sidewalk) on any street. If the contractor fails to complete the surface milling within ten (10) working days, $100 dollars liquidated damage will be assessed per block per day. The surface milling operations shall be performed in a continuous manner for the entire block. After completion of the surface milling, Contractor shall complete overlaying the milled street within five (5) working days from the day of completing the surface milling on any street. If the Contractor fails to complete the overlay within five (5) working days, then the milling operations of new streets will be shut down, and liquidated damage of $200.00 per day per street will be assessed until all milled streets are overlaid. Once the overlay begun on a street, it shall continue uninterrupted until completed. SP-40 Subsidiary to this pay items, the Contractor shall haul-off all milled material to the City yards. The unit price bid, per square yard, shall be full compensation for all milling, including milled material haul-off to City Yards, tools, labor, equipment and incidentals necessary to complete the work. PAY ITEM NO: 27 -Crack Sealing of Existing Pavement: After completion of wedge milling of those streets designated as Mill Overlay (MOL) on the street list in the back of this contract document book, the Contractor shall seal existing cracks V-i inch and greater, by using cold poured crack sealer Polymer Modified Asphalt Emulsion Crack Sealer, as directed by the Engineer. TxDOT's "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" Item Nos. 300 "Asphalts, Oils, and Emulsions", shall apply. The inside of the cracks shall be cleaned with an air compressor or approved equipment, prior to sealing. Sealant shall be applied with a rubber "V" shaped squeegee where applicable. Provide adequate traffic control during set up and cure time of sealant. The unit price bid, per linear foot, shall be full compensation for all labor, material, equipment, supplies, and incidentals necessary to complete the work. PAY-ITEM NO: 28 -2-Inch HMAC Surface Course Type "D" Mix: All applicable provisions ofTxDOT'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)" (referenced) shall govern work of pay items No. 29 & 30. 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. SP-41 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: Furnish performance-graded PG 64-42 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 by the contractor, as directed by the Engineer. Samples will be taken for determination of asphalt content, aggregate gradation, and maximum theoretical specific gravity as determined 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. SP-42 The mixture design report must be certified and signed by a Level II Specialist and submitted on Tx.DOT'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 (IO-foot straight edge) shall be measured. • Under Item 340 .5 Measurement: Hot mix will be measured by the square yard of the composite hot mix, which includes asphalt, aggregate and additives. • Under Item 340 .6 Payment: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement", will be paid for at the unit price bid per square yard, for "Dense-Graded Hot Mix Asphalt (Method)". PAY ITEM NO: 29 -Remove and Replace 30-Ft HMAC Speed Cushion w/stripping PAY ITEM NO: 30 -Remove and Replace 40-Ft HMAC Speed Cushion w/stripping Pay items No. 29 and No 30, 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 a suitable dumpsite . Contractor shall complete the installation of the speed cushion within ten (10) working days from the day of completing the overlay on any street, if the contractor fails to install the speed cushion within ten (10) working days , $100 dollars liquidated damage will be assessed per each speed cushion per day. Contractor shall notify the Construction Engineer 72 hours prior to installing any speed cushions. Contractor shall install speed cushion 's pavement markings. SP-43 If the roadway is damaged during existing marker remo val , the work shall be temporaril y 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) a nd 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)" (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 Marking: All materials used shall be pre-approved prior to placement. The brand name and specifications of the materials shall be included in 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 inch 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 Marking : All materials used under this agreement shall be pre-approved prior 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. SP-44 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 . 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 Marking: 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. SP-45 The unit price bid , per each, will be full compensation for all labor, equipment, material , tools , and all incidentals necessary to complete the work. PAY ITEM NO: 31 ~ Water Valve Box Adjustment with Steel Riser: This item shall include adjusting the tops of existing water va lve with steel riser manufactured by American Highway Products or approved equal by the con struction engineer to match proposed grade, steel water valve riser shall be placed at the time of pav ing. 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 City of Fort Worth Water Department forces . Prior to beginning of work, the Contractor shall make an inventory of the condition of existing water valve boxes . The Engineer will field verify this inventory and provide the Contractor replacements for broken valve boxes. The contractor shall replace the val ve 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 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: 32 ~ 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 case of 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. SP-46 Contractor will be responsible for adjusting water valve boxes to match new pavement grade, the water valves themselves will be adjusted by City of Fort Worth Water Department forces. The concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds per square inch in seven (7) calendar days. Contractor shall completed the adjustment of the Water Meter Boxes within five (5) working days from the day of completing the HMAC overlay on any street, and street shall be open to traffic within ten (10) working days. If the contractor fails to complete the adjustments within five (5) working days, $100 do I lars I iqu idated damage wi 11 be assessed per each water valve box per day. Prior to beginning of work, the Contractor shall make an inventory of the condition of existing Valves. The Engineer will field verify this inventory and provide the Contractor replacements for broken valve covers. The contractor shall replace the valve 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. 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: 33 -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: 34 -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 . SP-47 Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes. The Engineer will field verify this inventory and provide the Contractor replacements for broken manhole covers. The contractor shall replace the manhole covers which are damaged during construction at no cost to the City . Failure of the contractor to perform this inventory will place the total burden of 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 Company. The contractor is not entitled to any additional compensation or renegotiation with the City associated with the construction of this work. 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: 35 ~ 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 case of steel rig 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 3,000 pounds per square inch in seven (7) calendar days. Contractor shall completed the adjustment of the Manholes within five (5) working days from the day of completing the HMAC overlay on any street, and street shall be open to traffic within ten ( I 0) working days. If the contractor fails to complete the adjustments within five (5) working days, $100 dollars liquidated damage will be assessed per each water valve box per day . Prior to beginning of work, the Contractor shall make an inventory of the condition of existing manholes . The Engineer will field verify this inventory and provide the Contractor replacements for SP-48 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 th is work. 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: 36 -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. Contractor shall complete the painting of house curb addresses within ten ( 10) working days from the day of completing the HMAC overlay on any street, if the contractor fails to complete the work within ten (10) working days, $100 dollar liquidated damage will be assessed per block per day. • All materials shall be of recent product, and suitable for its intended purpose. • Surface preparation and application shall be in strict compliance with manufacturer's recommendations. • The paint shall NOT be applied; if the new concrete curb has aged less than a minimum of 28 days, and if weather condition may harm or damage the finish surface. • The background paint shall be equal to or exceed #5160 White Latex Striping paint manufactured by Kwal Paint or approved equal. • The letters paint shall be equal to or exceed #6306 Black Latex Exterior paint manufactured by K wal Paint or approved equal. SP-49 • 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: 37 -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 their intended purpose. Contractor shall complete the replacement of the sod within ten (10) working days from the day of completing the HM.AC overlay on any street, if the contractor fails to replace the sod within ten ( l 0) working days, $100 dollars liquidated damage will be assessed per block per day. 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 and 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: 38 -Re-Mobilizations: SP-50 This item shall compensate the Contractor to remobilize personnel, equipment, supplies, and material to perform additional work as directed by the Engineer. Remobilization will be considered when concrete "Flat-work" has been completed , personnel and equipments were demobilized , and the street is clean and ready for overlay. Remobilization shall be determined by the Engineer. Requests for reimbursement of remobilization expenses shall be denied unless prior approval is granted by the Engineer . The pre bid unit price, per each , will be full compensation for all labor, equipment, material , tools, and all incidentals necessary to complete the work. END OF SECTION SP-51 NOTE: THIS SPECIFICATION HAS BEEN MODIFIED TO DELETE NON- APPLICABLE ITEMS FOR USE AS A GUIDE SPECIFICATION FOR CITY STREETS .. Item 360 CONCRETE PAVEMENT 300.1. Description. Construct Portland cement concrete pavement with or without curbs on the concrete pavement 300.2. Materf als. A. Portland Cement Concrete. Provide Portland cement concrete to meet a minimum compressive strength of 3,000 psi at 28 days; unless shown otherwise in the confract do.cument.s. Use Class A concrete for curbs that are placed separately from the pavement. Provide concrete that is workable and cohesive, possesses satisfa9tory finishing qualities, and conforms to the mix design and mix design slump. B. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement. Provide approved positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel In proper position before and during p·avlng. Provide corrosion protection when shown on, the pf ans. 1. Dowels. Provide Grade 60 smooth, straight dowels of the size shown Ol'J the · plans, free of burrs or deformations. Coat dowels with a thin film of grease or other approved de-bonding material. Provide dowel caps. on U,e lubricated .end of each dowel bar used in an expansion jof nl Provide dowel caps filled with a soft compres~ible material With enOt;JQh range of movement to 'alfoW complete c:°losure of the expansion Joint. · · . 2. Tie B.ars. Provide straight defo~med steel tfe bars. Provide either ·multlpl~pfece tie bars or slngl9-:piece tfe bars as shown on the plans: Provl~e muttipfe-pfece Ue bars composed of 2 pieces of deformed reinforcing steel With a couplfng capable of developing a mini01um tensile strength of 125% of the design yiefd strength of the deformed steel when tensif e-tested irr the assembled contiguratlpn. Provide a minimum length of 33 diameters of the deformed steel In each piece. C. Curing Materfals. Provide Type 2 membrane curing compound conforming to DMS-4650, "Portland Cement Concrete Curing Materials and Evaporation Retardants.• D. Epoxy. Provide Type Ill epoxy in accordance with DMS-6100, •Epoxies and Adhesives,• for installing all drilled-in reinforcing steel. E. Evaporation Retardant. Provide evaporation retardant conforming to DMS-4650, ·Portland Cement Concrete Curing Materials and Evaporation Retardants: F. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint-sealant materials and fillers unless otherwise shown on the prans or approved and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, "Joint Sealants and Fillers: 300.3. Equipment. Furn ish and rra inta in all equ ipment in good working cond iti on . Use measuring, mixing, and de livery equipment conforming to the requirements of Item 421, "P o rtland Cement Concrete." Obta i n approval for other equ i pment used . ("\ ("> I ~-. A. Placing, Consolidating, and Finishing Equipment. Provide approved self- propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete pavement confonnir:,g to plan line and grade. Provide an approved automatic grade control system on slip-forming equipment. Provide approved mechanically operated finishing floats capable of producing a unifonnly smooth pavement surface. Provide equipment capable of providing a fine. light water fog mist Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer's recommendations. Provide immersion vibrator units that operate at a frequency In air of at least 8 1000 cycles per minute. Provide ~nough hand-operated immersfon vibrators.for timely and proper consolidation of the concrete along fO!'TJ1S, at Joints and fn areas not covered by other vibratory equipment Surface vibrators may be used to supplement equipment-mounted Immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. B. Fonnlng Equipment 1. Pavement Forms. Provide metal or wood side forms of sufficient cross-section. strength, and rigidity to support the pavfng equipment and resist the Impact and vibration of the operation without visible springing or setUemenl Use fonns .that are free from detrimental kinks. bends. or warps that could affect ride quality or alignment Provide flexible or curved metal or wood fonns for curves qf 100-~. radius or less. · · 2. Curb Forms. Provide curb fonns for separately placed curbs that are not slipfonned that conform to the requirements of Item 5291 •concrete Curt;,, Gutter, and Combined Curb and Gutter.• c. Reinforcing Steel Inserting Equipment. Provide inserting equipment that accurately Inserts and positions reinforcing steel in U,e plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details. · D. Texturing Equipment. 1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient fongitudlnal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length and wldth of the carpet to accommodate specific applications. Use an artificial grass-type carpet having a molded polyethylene pile face with a blade length of 5/8 in. to 1 in., a minimum weight of 70 oz. per square yard, and a strong, durable, rot- resistant backing material bonded to the racing. 2. Tining Equipment Provide a self-propelled transverse metal tine device equipped with 4-in . to 6-in. steel tines and with cross-secti on approximately 1/32 in . thick by 1/12 in . wide, spaced at 1 in ., center-to-center. Hand-operated ti n ing equ ipment that produces an equivalent texture may be used only on small or irreg ularly shaped areas or, when perm itted, in emergencies due to equipment breakdown. · .. ,. ... :.: E. Curing Equipment. Provide a self-propelted machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent of all other equipment when production rates are such that the first application of · membrane curing compound cannot be accomplished immediately after texturing and after free moisture has disappeared. Hand-operated pressurized spraying equipment with atomizing nozzles may only be used on sman or irregular areas or, when permitted, in emergencies due to equipment breakdown. F. Sawlng Equipment. Provide power-driven concrete saws to saw the joints shown on the plans. Provide standby power-driven concrete saws during concrete sawing operations. Provide adequate illumination for nighttime sawing. G. Grlndlng Equipment. When required, provide .self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades. Provide equipment with automatic grade control capable of grinding at least a 3-ft. width longitudlnally in each pass without damaging the concrete. 300.4. Construction. Obtain approval for adjustments to plan grad~llne to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth, clean, compacted condition in . conformity.with the required section and established grade until the pavement concrete ls ·pfaced. Keep subgrade or base damp with water sufficiently in advance of placing pavement concrete. Adequatery light the active work areas for all nighttime operations, if · required. A. Reinforcing Steel and Joint Assemblies. Accuratery place and secure in ·position · all reinforcing steel as shown on the plans. Place dowels at mid-depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction Joints . parallel to the pavement edg~! Tolerances for location and alignlT)ent of dowels will be shown on the plans. Stagger the longitudinal reinforcement splice~ to avoi~ having more than 1/3 of the splices within a 2-ft. longitudinal length of each l13ne of the pavement. Use multfple-piece tie bars or drill and epoxy grout tie bars at longitudinal construction Joints. 1. Manual Placement. Secure reinforcing bars at alternate Intersections with wire ties or Jocking support chairs. Tie all splices with wire. 2. . Mechanical Placement. If mechanical pla'cement of reinforcement results in steer misalignment or improper location, poor concrete consolidation, or other inadequacies, complete the work using manual methods. B. Joints. Install joints as shown on the plans. Clean and seal joints in accordance with Item 438, ·creaning and Sealing Joints and Cracks (Rigid Pavement and Bridge Decks): Repair excessive spalllng of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to all traffic. VVhen placing of concrete is stopped, install a rigid transverse bulkhead, accurately notched for the reinforcing steel and shaped accurately to the cross- section of the pavement. 1. Placing Reinforcement at Joints. vVher9 the p lans requ ire an assembly of parts a t pavement jo ints, complete and p lace the assembly at the required location and elevation with all parts rigid ly secured in the required position . Accurately notch j oint materials for the reinforcing steel. 2. Curb Joints. Provide joints in the curb of the same type and location as the adjacent pavement. Use expansion joint material of the same thickness, type, and quality required for the pavement and of the section shown for the curb . - Extend expansion joints through the curb. Construct curb joints at all transverse pavement joints. For non-monolithic curbs, place reinforcing steel irito the plastic concrete pavement as shown on the plans unless otherwise approved. Form or saw the weakened plane joint across the full width of concrete pavement and through the monolithfc curbs. C. Placlng ahd Removing Fonns. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together to prevent relative displacement Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment. and stability of forms immediately before placing concrete, and make all necessary correctfons. Use a straightedge or other approved method to test the top of forms to ensure that the rfde quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 1/8 In. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to ·correct grade. Avoid damag~ to the edge of the pavement when removing .forms. Repair damage resultfng from fonn removal and honeycombed areas with a mortar mbc within 24 hr. after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwise approved. VVh~n forms are removed before 72 hr. after concrete placement, prompUy apply membrane curing compound to the edge .of the concrete pavement Forms that are not the same depth as the pavement but are within 2 In. of that depth are permitted if the subbase rs trenched or the full width and length of the form base · Is supported with a finn materf al to produce the required pavement thickness! Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 100-fl radius or less. · D. Concrete Delivery. Clean delivery equipment as necessary to prevent accumuiatfon of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to h~ve a slump of more than 5 In. Segregated concrete Is subject to rejection. Place agitated concrete within so·mrn. after batching. Place non-ag(tc!ted concrete within 45 min. after batching. In hot weather or under conditions caµsing quick setting of the concrete, times may be reduced by the Engineer. Time limitations may be extended if the Contractor can demonstrate that the concrete can be properly placed, consolidated, and finished without the use of additional water. E. Concrete Placement Do not allow the pavement edge to deviate from the established paving line by more than 1/2 in . at any point. Place the concrete as near as possible to its final location, and minimize segregation and rehandling. Wllere ; hand spreading is necessary, distribute concrete using shovels. Do not use rakes or vibrators to d istribute concrete . 1. Pavement. Consolidate all concrete by approved mechanical v ibrators operated on the front of the pav ing equipment. Use immersion-type vibrators that simu ltaneous ly consolidate the full width of the placement when mach ir.e fin ishing. Keep vibrators from dislodg ing re info r cement. Use hand-operated ' .. . _. ~· ... ~. -. vibrators to consolidate concrete in areas not accessible to the machine-mounted vibrators. Do not operate machine-mounted vibrators while the paving equipment is stationary. 2. Temp_erature Restrictions. Place concrete that is between 40°F and 95°F at the time of discharge, except that concrete may be used if it was already in transit when the temperature was found to exceed the allowable maximum. Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95°F . Do not place concrete when the ambient temperature in the shade is below 40"F and falling unless approved. Concrete may be placed when the ambient temperature in the shade is above 35°F and rising or above 40°F. ~en temperatures warrant protection against freezing, protect the pavement with an approved insulating material capable of protecting the concrete for the speci~ed curing period. Submit for approval proposed ry,easures to protect the concrete· from anticipated freezing weather for the first 72 hr. after placement Repair pr replace all concrete damaged by freezing. F. Spreading and Finishing. Finish all concrete pavement with approved self- propelled equipment Use power-driven spreaders, power-driven vibrators, power- driven strike-off, and screed, or-approved alternate equipment Use the transverse finishing equipment to compact and strike off the cohcrete to the required section and grade without surface voids. Use float equipment for final finishing. Use conc'rete with a consistency that allows compfetfon of all finishing operations without additlon of water to the surface. Use the minimal amount of water fog mist necessary to · maintain a moist surface. Reduce fogging if float or straightedge operations result in excess sluny. 1. Finished Surface. Perform sufficient checks with long-handled 10-ft. and 15-ft. straightedges on the plastic concrete to ensure that the final surface fs'w.ij~Jn the tolerances specified in the contract documents. Check with the stralght~g~ parallel to the centerline. ·. 2. Maintenance of Surface Moisture. Prevent surface drying of the pav~~ent · before application of the curing system. Accomplish this by fog applfcaJlor,s _of evaporation retardant on the pavement surface. Apply evaporation retardant at . the rate recommended by the manufacturer. Reapply the evaporation retard~.mt as needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. · ' .. 3. Surface Texturing. Perform surface texturing using a combination of a carpet drag and metal tining, if required by the contract documents. Complete final texturing before the concrete has att_ained its initial set Draw the carpet drag longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. Operate the metal -tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to· the edge of the slab and Joints immediately after texturing . Do not tine pavement that will be overla id . 4. Small or Irregular Placements. '~/here mach ine placements and fin ishing of concret9 pavement are n ot pract ical, use hand equipment and procedures that produce a co nso lidated and finished p avement sect ion to the line and grade . 5. Emergency Procedures. Use hand-operated equipment for applying texture, evapora1f on retardan~ and cure in the event of equipment breakdown. G. Curing. Keep the concrete pavement &Jrface from drying by water fogging until the curing material has been applied. Maintain and promptly repair damage to curing rnaterfal!I on exposed surfaces of conaem pavement continuously for at least 3 curing days. A curing day is defined as a 24-hr. period when either the femperature taken in the shade away from artificial heat is above 50°F for at least 19 hr. or when the surface temperature of the concrabt ls maintained above 40·f for 24 hr. Curing begins when the concreta curfng system has been applled. Stop concrete paving if curing compound is not being applled promptly and maintained adequately. Other methods of curing in accordance with Hem 420. ·eoncreta structures.• may be used . when specified or approved. 1. Membrane Curing. After texturing and Immediately after the free surfaca mofsfura has dfsappeared, spray tfie concrete surface unlfonnly with 2 coats of membrane curing compound at an in<flVfdual applJcatlon rate of not more than 180 sq. ft. per galfon. Apply the fim coat within 10 min. after completing texturing oporatfons. Apply the second coat witf1ln 30 mln. after completing tex1uring operatfone. Before and durfng appDca&n. rnaintaln curing compounds In a unlfonnly agitated condition, free of settlement Do not thin or difuta Iha curing compound. Where 1he coating shows discontinultfes or other defects or If rain falls on the newly coated surfaqa before the film ha8 dried enough to ,-hit damage, apply · additlanal compound at the same rate of CC>varaga to correct the damage. Ensure that the curing compound coats the sides of the tining grooves. H. Sawing Joints.. Saw Joints to the depth shown on the plana ae soon as sawing C3n be accomplfshed without damage to the pavement regardless of llme of day or weather condilfons. Some minor raveling of the saw cut Is acceptable. Use a chalk line, atrfng lne, sawing 1amplate, or other approved method to provide a five joint effgnmenl Provide enough saws to match the pav1ng production rate to ensure sawing completion at the earflest possible time to avoid unoonil'olfed cracking. Reduc;e paving production if necessary to ensure timely sawing of jointe. Promptly restate membrane cure damaged within the first 72 hr. of curing. I. Protection of Pavement and Opening to Tratrn.. Testing for early opening is the respons,birrty of the Contractor regardless of Job-oontrol festfng respons,bilities unless otftarwfsa shown in the plans or dfrectad. Testing rasult intarpratatfon for opening to traffic is subjed to the approval of the Engineer. 1.. Profac:tion of Pavement. Erect and maintain banfcades and other standard and approwd devices that wiD exclude all vehicles and equfpment from the newly· p[aced pavement for the periods BPtl(:iff ed. Befora operdng to traffic, prated the pavamant from damag• due to crossings using approved methods. Maintain an adequate supply of sheeting or other materfaJ to cover and proted fresh conaete . surface from weather damage. Apply as needed fo protect tha pavement surface ft'om weather. , 2. OpanJng Pavement to Traffic. Before opening to traffic. dean pavement. place stable mafarfaf against the pavement edges, seal joints, and perform all other traffic safety related work. - HEAVY & HIGHW AV CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Ooerator AsPhalt Distributor Operator Asphalt Pavina Machine Ooerator Asphalt Raker Asphalt Shoveler Batchina Plant WeiRh• Broom or Sweeoer Ooerator Bulldozer Ooerator C ll't)enter Concrete Finisher, Pavina Concrete Finisher, Structures Concrete Pavina Curbina Machine Oi:,cntor Concrete Pavina Finishin1 Machine Operator Co~te Pavina Joint Sealer Ooerator Concrete pavlna Saw Ooerator Concrete Pavin& Spreader Ooerator Concrete Rubber Crane, Clamshell. Backhoe Derrick. Draaline. Shovel Ooerator Electrician Flauer Form Builder/Setter, Structure, Form Setter. Pavlna A: Curb Foundation Drill Ooerator Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Ooerator Laborer. Common Labom Utility Mechanic Millin& Machine Ooentor Fine Grade Mixer {)l)erator Motor Orader Ooerator, Fine Orade Motor Orader Or>erat« Rouah Oiler Painter, Struct1n1 Pavement Mllkina Machine Ooerator Pipelaver Reinforcin& Steel Senu, Pavin& Reinforcina Steel Setter. Structure Roller Ooentor, Pneumatic, Self-Prcmelled Roller Ooentor. Steel Wheel Flat WheeVTampina Roller Ooentor Steel Wheel. Plant Mix Pavement Scraper Ooerator Servicer SIio Form Machine Oocrator Spreader Box Operator fracu,r :-Crawler Type TrKtor Operator, Pneumatic Tr1velin1 Mixer Ooentor Truck Driver Lowboy-float Truck Driver, Sln1Je Axle, Heavy Truck Driver SinaJe Axle LiRht Truck Driver Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Waaon Drill Borin1 Machine , Po,1 Hole Driller Operator Welder Work Zone Barricade Servicer SI0.06 SIJ .99 Sl2 .78 SI 1.01 S 8.80 $14 .U S 9.81 SIJ .22 $12 .80 S12 .U SIJ.27 $12 .00 SJJ .63 $12 .SO S13 .S6 $14.SO SI0.61 $14 .12 Sll.12 S 1.43 SI 1.63 SI 1.13 Sll.67 Sl6.30 Sl2.62 $ 9.11 s,o.6, Sl6.97 SI 1.13 SIUI SU.20 Sl4.S0 Sl4.91 Sl3 .17 SI0.04 SI 1.04 Sl4.16 Sl6.29 SI 1.07 Sl0.92 Sll.21 Sll.42 $12 .32 $12 .Jl SI0 .92 $12 .60 Sl2.91 Si l .OJ $14 .93 SI 1.47 SI0.91 Sll.75 $1201 $14 .00 SIJ .H SI0 .09 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident 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 vendon 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 (give State), our principal place of business, are not required to underbid resident bidders. 1pal place of business or corporate offices are in the State of Texas. Bidder: 5 6ZO US \\.0"\bfy 37 7 Address 7e rr~ UJ; f ${:) 11 d;eW~ Sign ture ~ ~)~iy E x cwL°'1iDt\ LTD Company • { I City State Zip itle (Please print) THIS FOR.\1 :\'ll'ST BF. RETtR~ED WITH YOUR QUOTATION .. NOTEPAD: HOLDER CODE INSURED'S NAME Quality Excavation, LTD QOALI -4 OPID LM Coverage is primary over any other insurance for General Liability . A waiver of subrogation for The City of Fort Worth (Owner), it's officers, agents, employees, subcontractors, licensees or invitees for General Liability, Auto Liability , and Workers Compensation as required by written contract . PAGE 3 DATE 07 /29/10 CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: JULY 19, 2010 NAME OF PROJECT: HMAC SURFACE OVERLAY (2010-6) PROJECT NUMBER: 01463 IS TO CERTIFY THAT: QUALITY EXCAVATING, LTD. 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:----------------------------------- Description 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 exc epting employer 's liability in s urance coverage under Contractor's workers ' compensation insurance poli cy. Agency Insurance Company: ___________ _ ~F~o=rt_W~o~rt~h~A...c.;Lge=n~t ______________ By ___________________ _ Address _________________ _ Ti tle ------------------ 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 . 01463. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR QUALITY EXCA'IATJNS, LTD. 2tv~J~ Name ~ Title ~~• , Date : o ;Iv cho (, v ~ Before me, the undersigned authority, on this day personally appeared ~', ~H\1:,QQ , 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 QUALITY liXCA'IATINS, LTD. for the purposes and consideration therein expressed and in the capacity therei Q st~ted . 1 1 €Xe.A VA TI.ON Given Under My Hand and Seal of Office this Bond No. 4379398 PERFORMANCE BOND THE ST A TE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § E;°><c..AVA-r:CON SureTec Insurance That we (1) QUALITY 8<CK¢AT IN6, LTD. as Principal herein, and (2) Company I a corporation organized under the laws of the State of (3) Texas and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: ONE MILLION TWO HUNDRED THIRTY.-THREE THOUSAND SIXTEEN AND N0/100 ($1,233,016.00) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, finnly by these presents. WHEREAS, Principal has entered into a certain contract with the Obligee dated the 19 of JULY, 2010 a copy of which is attached hereto and made a part hereof, for the construction of: HMAC SURFACE OVERLAY (2010-6) 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 hannless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this llof JULY, 2010. ATTEST: (Principal) Secretary (SEAL) Witness as to Principal Address ATTEST: NA (Surety) Secretary _(SEAL) ., r WitnessastoSurety Pat Pinchback 3010 LBJ Frwy., Suite 920 Dallas, Texas 75234-2750 (Address) OUALITY ~~:-~~L TD. ~-· ~!:- 5620 HWY 377 AUBREY, TEXAS 76227 ttorney-in-fact) (5) Ross Lane, Suite 450 Houston, Texas 77024 (Address) NOTE: Date of Bond must not be prior to date of Contract {I) (2) (3) Correct Name of 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 Attorney-in-Fact. The date of bond shall not be prior to date of Contract THE STATE OF TEXAS COUNTY OFT ARRANT § § § PAYMENT BOND €..,,cU.VAT.IoN Bond No. 4379398 KNOW ALL BY THESE PRESENTS: That we, (I) QUALITY e*CAVA'f lN6, LTD., as Principal herein, and (2) SureTec Insurance Company, a corporation organized and existing under the laws of the State of(3) __ T_e_x_a_s __ , as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of ONE MILLION TWO HUNDRED THIRTY-THREE_ THOUSAND SIXTEEN AND N0/100 Dollars ($1.233,016.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the ll..day of JULY, 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: HMAC SURFACE OVERLAY (2010-6} NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 19 day of, JULY, 2010. ATIEST: 'E"xCAVAT:r.oN QUAL TY SCCl<VAi"ING LTD. PRIN PAL / (Principal) Secretary Name: 7ert'~ ~)J,Se>I\ Title: f w tNf': (SE AL) Address: 5620 HWY 377 AUBREY, TEXAS 76227 Witness as to Principal ATIEST: N A Secretary (SE A_ L) SureTec e: Michael Ross Attorney in Fact ~---V!~~kdc/ ,. w :tne.ss a~~o Surety Pat Pinchback Address: 952 Echo Lane Suite 450 Houston, Texas 77024 Telephone Number: 713-812 -08 oo NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond No. 4379398 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § 5<<.A VAT.I.oN That QUALITY E)WA~A'flNG, LTD. ("Contractor"), as principal, and Sure Tee Insurance Company, a corporation organized under the laws of the State of Texas , ("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 ONE MILLION TWO HUNDRED THIRTY-THREE THOUSAND SIXTEEN AND No/100 Dollars ($1,233,016.00}, lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs , executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 19 of JULY, 2010, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: HMAC SURFACE OVERLAY (2010-6) the same being referred to herein and in said contract as the Work and being designated as project number(s) 01463 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 i counterpart(s}, each of which shall be deemed an original, this 19 day of JULY, A.D.2010. ATTEST: (SE AL) Secretary ATTEST: (SE Al:.} Secretary Pat Pinchback, Witness SureTec Surety Title: Attorney-in-Fact 952 Echo Lane, Suite 450 Houston, Texas 77024 Address SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-73.2-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Au~tin, TA 787~9 You may contact the Texas Department of Insurance to obtain information on companies , coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 Web: http://www .tdi.state .tx.us Email : ConsumerProtection@tdi.state .tx .us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance . Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable !or, losses caused by acts of terrorism. riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio-hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remed iation thereof, nor the consequences to persons , property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. POA #: 4221029 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPAN Y (the "Company''), a corporation duly organized and existing under the laws of the State of Texas, and havin g its principal office in Houston, Harris County, Texas. does by these pres ents make, cons titute and appoint Clem F . Lesch, Pauline L. Lesch , Steven W . L ewis, Allen Sparks, Michael Ross, Eric Lesch, Lisa Borhaug, Tonie Petranek its true and la wfu l Attorney-in-fact, with full power and authority hereby con fe rr ed in its name, place and stead, to execute, acknowledge a nd deliver any a nd all bonds, recogni zances. undertak ings or o ther instruments o r co ntracts of surctyship to in c lude waivers to the conditi ons of contracts and co n sents of surety, providing the bond pena lty docs not exceed Five Million Dollars and no/100 ($5,000,000.00) and to b ind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate sea l o f th e Company and duly attested by its Secretary, h e reb y ratifying and confirming all that the said Attomey(s)-in-Fact ma y do in the premises. Said appo intment s hall continue in force until ______ .. _____ l?~~!!_l~------·-·--and is made under and by authority o f the following resolutions of the Board of Directors of the SureTcc Insurance Company : Ile i1 H.<!solvetl, that tht: l'rcs1dent. any V1ce -Pn:sidcnt, any Assistant Vice-President, any Secretary or any Assistam :Sccrc:tal)' shall be and is hereby vested with ful l power a nd authority to appoint any one or more sui table persons as Atto mcy(s)-in -Fact to represe nt a nd act f'or and on bchal r of the Company subject to th e following provisions : A11 om ey-i11-Fac1 may be given foll po wer an d authority for and in the name of and of bt:half of the Company, to cx.ecutc , acknowledge and de liver, an y and a ll bonds, recog ni zances, contracts, agreements or indemnity and other conditional or ob ligatory undcnakings an d any and all noti ces and doc uments canceling or tem1inating the Company 's liability thereunder, and any such instruments so exec uted by any ,uch .-\ttorncy-in -Fact shall be binding u pon th e Company as ifsi!,'Tled by the President and scaled and effected by th e Corporate Secrcta l)'. Be ii Resolved, th at tht: s ignature o f any authorized officer and seal of the Company heretofore or hcrcat1er affixed to any power of attorm;y or any certificate relat ing th ereto by facsimile , and any power (>fattomey or certificate bearing facsimile signature or facsim ile seal shall be \·alid and binding upon the Company wit h respec t to any bond or undertaking to which it is attac hed . (A dop1 cd at a meeting h.•ltl 011 2111, cf April. 1999.) 111 Witness Whereof; SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate sea l to be here to affixed this 28th day ofOetobcr, A .D . 2008. S ta te of Texas County oflfarris ss: On thi s 28h da y or October, 2008 before me personally c.ime B.J . King. to me known , who, bein g by me duly sworn , d id depose and say, that he resides in Houston, Texas, that he is ['resident ()f SURETEC INSURANCE COMPANY, the company described in and which cx.ccutc<l th e above instrument ; that he knows the s eal of sa id Company; that the sc:al affix.ed to said instrument is such corporate seal ; that it was so allixed by order of the Board o f Directors of said Company ; and that he signcd his name thereto by like order. Michelle Denny Not.wy Publlo State of Texas ExplrM~27,201ll Michelle Denny, Notary Plic My commission expires August 27, 2012 I .. M. Bren! B~aty, Assistant Secretary of SU RETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full forc e and effect; and furthem1ore, the resolutions of the Board of Din:ct ors. s<::l ou t in the Pow er of Att()mcy arc in full force and effect. Given under m y h and and the seal of said Company at H_ouston, -~-:xas this __!_2_!:_~ day of ----~......-.:._- -... ----- Any inst~um.ent issued in excess of ~he penalty stated abg ve Is \')taff , void and without any vatldity. For verlf1cat1on of the authority of this power you may catl (713) 812--0llOO any business day between 8:00 am and 5 :00 pm CST . THE STATE OF TEXAS CITY OF FORT WORTH, TEXAS CONTRACT KNOW ALL BY THESE PRESENTS COUNTY OF TARRANT This agreement made and entered into this the 19 day of JULY A.O., 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.O. 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, QUALITY BXCAYATING"1LTD., HEREINAFTER CALLED Contractor. Gx (.AvAtro WITNESSETH: That said parties have agreed as follows: I. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith , the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: HMAC SURFACE OVERLAY (2010-6) 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 ( I 0) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the · pro al of commencement thereof and to fully comp lete and finish the same ready for the Department of Transportation of the City of Fort Worth and the Ci Worth with in a period of One Hundred and Eighty ilfil!l_ days. CITY SECRETARY FT. WORTH, TX Fort If the Contractor should fail to complete the work as set forth in the Plans and Specifi cations a nd C ontract Documents within th e time so stipulated, plus any additional time allowed a s 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 term s of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the project site for Contractor 's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss , property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such 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 C ontractor a gree s, on the execution of this Contract, and be fore be g i \1-U'"'Fo-......._...._,........_ exec ute and de li ve r to said C it y o f Fo rt Worth go od a nd s uffi ci ent s urety bo performance of the terms and stipulati o ns o f the Contract and for the pa y ment to a I and/or materials furnished in the prosecution of the work, such bo nds being as pro i Texas Government Code Section 2253 , as a mended , in the form included in the on and such bonds shall be for 1 00 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 deduction s therefrom , the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be ONE MILLION THIRTY THREE THOUSAND SIXTEEN DOLLARS AND ZERO CENTS ... Dollars, ($1,233,016.00). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10 . The Contractor agrees to pay at least the minimum wage per hour for a ll 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. ] 1. 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 cau sed this instrument to be signed in 2 counterparts in its name and on its behalf by the City Manager and atte sted by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed thi s in strument through it s duly authorized officers in 2 counterparts with its corporate seal attached. Done in Fort Worth , Texas, this the 19 day of JULY, A .O., 2010. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX APPROVAL RECOMMENDED: ~~ WILLIAM~~ µf DIRECTOR, DEPARTMENT OF TRANSPORTATION/PUBLIC WORKS ATTEST: R<AVA,.z.o>-J QUALITY HCAVA'f'I:Nti, LTD. 5620HWY377 AUBREY, TEXAS 76227 CONTRACTOR TITLE 5l-zo US 377 Avb'{ '?t -rx 2t 2.:?-1 ADDRESS November 1960 Revised May 1986 Revi sed September 1992 Revi sed March 2006 C ITY OF FORT WORTH FERNANDO COSTA , ASST CITY MANAG E R Contract Authorizatioa ,-1 6 -tO oate APPROVED AS TO FORM AND LEGALITY : arr- Project Name: HMAC Surface Overlay ( ____ -1 DOE Project Number: ___ _ Mapsco Location: ____ _ Street Maintenance Work Notice As part of the City of Fort Worth's Street Maintenance Program, -------- has been contracted to repair your street. During the maintenance work, there will be a brief time that you may not have access to your residence or business. On the days specified below, vehicles can not be parked on the street. Also, please turn off your sprinkler adjacent to the street. If you have any questions or concerns, please contact contractor _______ _ at ___________ ~ If we are not able to resolve your concern to your satisfaction, you may also contact City of Fort Worth Inspector at , Monday- Friday between 7:30 a.m. and 4:30 p.m. After 4:30 p.m. and on weekends, call (817) 392-8100. Block Street Project Limits Name Limit• 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 !lame al (817) 392-8100. Llmltea Nombre Llmltea De Bloquea de Calle De Proyecto 1100 a 1200 Brown Street Yates Avenue a Keller Springs Parkway Fechaa de Construccl6n Pennltfendo el E1tado de Tlempo De 6-20-06 a 7-4-06 ,. i fl''-: ~ -- 0 - r ,tj- [ PROJECT DESIGNATION SIGN ~-------4 I -0 "--------+! _ ___.__1'/4 I I FORT WORTH---P•s 288 PMS 167 311 3 "!S I BEET MAINT CE 3"! PROGRAM =r 311 1, 12 ,, t Contractor: 1: -'/211 2~Contractor's Name-=-y 2 .. 1Y2 11 TELEPHONE NUMBER FORT WORTH IN LOGO- CHEL TINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD LOCO COLORS : FORT WORTH -PMS 288 LONGHORN LOGO-PMS 167 I I I f ! ' i I I I I i I I : ATTENTION': CURB RA.MPS .SHALL BE CONSTRUCTED PERPENDICULAR TO THE CURB AT STREET CROSSINGS WITH LANDINGS IN LIEU OF DIAGONAL CROSSINGS WHERE FEASmLE. SEE FIGS. 58, 59 & 60. . WHEELCHAIR ·RAMPS STANDARD DETAILS CITY OF FORT 1'0RTH, TEXAS -CONSTRUCTION STANDARD . OCTOBER, 1992, REDRAWN OCTOBER 2002 . <----10' PN'/.'t(WAY·----< FLARES AT SIDEWALKS 1 ": 12" MAX (TYPICAL) 7" CURB CURB FLUSH W/GUTTER DETECTABLE WARNING \ SURFACE l (2' x 4' DO~E -TILES) ::-:: ....J < 3 Lu 0 Vl .. : .. ,.· ( I I I I I I I I PROPERTY LINE ,,-PROPERTY LINE __ ._/_ - --- SIDEWALK V .• ..........___. ___ ·• _ _l __ ·--· ·----·-··-····-··. ----. • I> LEVEL LANDING WHEEL CHAIR RAMP I I 11 E)(ISTINC CURB /f. G\JITTR SODDING AS REQUIRED TYPE Ill EXISTING 20' R. SCALE 1" .. 4' SIDEWALK RAMP WITH COLORED SURFACE I -., • • ·; BROOM FINISH ~coillllUctobj HMAC TIE-IN VAR~ HEIGHT CURB SAWC~T ~o~ CONCRETE ~AVEMENT OTY OF FORT WORTH, TOAS ACCESSABILI TY RAMP - TYPE m (20' RADIUS) EXISTING CURI • GUTTER CATE: 01/200. STR-040 STREET CURB MONOLITHIC SIDEWALK Cl~B UNES TO BE 1/4~ DEEP 4 JOINT, 4" GAP ~ R.0.W. CURB PAY LIMIT · MAX. LENGTH OF SURFACE TREATMENT (GROOVE) 5' FROM "THE BACK OF CURB. EXPANSION · MATERIAL RECESSED 1 / 4.. ANO SEALED W/ SILICONE (APPLICABLE TO ALL COLD-JOINTS) TYPICAL RAMP X-SECTION CITY OF FORT WORTH, TEXAS -CONSTRUCTION STANDARD OCTOBER, 1992, REDRAWN _. OCTOBER 2002 NOTES 1. FOR PARKWAY WITH ELEVATION &LOW STREET ELEVATION, THE SIDEWALK CURB MUST BE 2" HIGHER THAN THE STREET CURB. 2. SIDEWALK CURB SHAU. NOT ENCROACH ON THE PROPOSED WIDTH OF THE SIDEWALK RAMP . 3. FOR lYPE I RAMP MAXIMUM SIDEWALK CURB HEIGHT o• TO 7 •. CITY OF FORT WORTH, TEXAS ACCESSABIUTY RAMP - TYPICAL CROSS SECTION DATE: OU/2004- STR-031 CITY Of FORT WORlrf. TEXAS ACCFSSARII ITY RAUP OAl!:: og/20C4 AITTNTION: 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 . 14.2.1 Veh1C1Jlcr Way, and Facilitieil I] o · ~ (•) t'erpMOkuler ,.,W• ...... ~ """" "' ,., ... aid ...... .,. ,.,....., (o) !J a a ~ ~ (!!) I I I I I I ....u. """"· ,;4 •• a11, ,,,.,._ "'"'' I~ ;,o,bNc 1l1hweli Comblt,•rf•11 iull(e 114••.,. .,..,. ""'"II ., 1v1lla ,..ie-111 wltlt ,•~•cry · fig. 60 ~~ ~ 0 .[ ,r ·~ I ..... (II) . , • .,,.II.MW ,.... ........ a.II\ ,..,,,, ill pu ....... . a 0 Q (c) ,.,,,.,,41 ... i.,, , ............ 11, .,,~ ,.,.., QI ,.ro1ocl,4 i11lvHc1l•n ?u?:Jl ic: ';i du,a!k Cirb /for-.;,• c:t Mar1ted Cr~uir,;1 ---·""----CITY OF' F'ORT WORTH, T'E)(A.S CATE: 09/2004 RtJNNlNG !LOPI 1 :20 WAX ifOTZ, X -=======:::1 y (1) Sl•p• • 1/s ...ti.•re s I• a lo..! alaJ• (a) Cal&At..1' Jape al&all aet aaH• l:2D COUN"nll SLOPI 1:.20 Kil ft&. 14,1.a Mauw-smui.t. of Curia ll&mp Slope Waft It X < · .... (ldO -) Ul•• ~• al•p• •I tile 11..,_. alb• alui.ll ael. ...... l:U . (•) ".,. .. Sl'-9 (ll) a.tws .. Curll -·----- rte, H.7 .5 Sld.H of Curia Rampa rte. s4 .7 s !uill-u;1 Curb ilamp OCTCBX.R. 1992, R!DRAlfN oc:aaER 2002 CITY OF FORT WORn-t, TEXAS ---·-···~'" '"".A.ljr"'"\ DATE: 09/200. COLLAR CONFIGURATION--.....---•-COLLAR CONF'IGURATION FOR PAVED AREA • IN UNPAVED AREA l (8) #4 BARS, PL.ACED AS SHOWN . USE CLASS . "A• (3000 .LB) CONCRETE. COLLAR THICKNESS . i:;;...L,11,,~~~l'?w.,;i VARIES, a• MIN. t CASE II COLLAR SHALL EXTEND TO BOTIOY OF 2 :27 CONCRETE (REBAR REQUIRED). CASE 12 COLLAR SHALL EXTEND J. BELC W BOIT0'-1 CF LC'NEST r,RAOE RING (REaAR ~EQl,;IRe:D). PLAN VIEW (IMNHOLE CGLLAR SHOWN) ( NOT Tl) SCALE) -t.J -> ~~ :r j~ '-'31: I -.o I I • 0 ~, N GROUND CITY OF FORT WORTH, TEXAS MANHOLE AND WATER VALVE CONCRETE COLL AR DA TE: 09/2004 Item N b um I 2 3 Water. . Valve Riser Cross Section view ~ r--12 gage G90 galvanized steel G)- f Height I new asphalt overlay ,..,11(---3/8" D.0.M. Tube Item Material Description er D ' ti escr1p1 on Steel Skirt 12 gage A.I.S .I. 1020 Steel (A-36) G-90 Galvanized Weld Lincoln Outersheild 71 Elite .04.5 3/8" wide DO M Tube D. 0 . M. Tube A.I .SJ. I 026 (A.513 IVDe .5) Tensile YI Id e 33,000 P.S.I. 7.5 000 P.S.I. 72 000 P.S.I. Tensile UI I t mate 60,000 P.S.I . 8.5 000 P.S.I . 87 000 P.S.I. Manhole Riser 3/8" Dia . Hole With 302 Stainless Steel Roll Pin Cross Section view ~ ~ IO or 12 gage 090 galvanized steel G)--- f He ight f new asphalt overlay ... .____ 3/4" thick riser bar Expanding Linkage 2 1/4" 17/64" Diameter holes 4 J 14" Item Item Material Description N be Desc . ti um r np OD I 3/8" Roll Pins 302 Stainless Steel (14.000 LB Double Sheer Strenl!th) 2 Steel Skirt 12 or 10 gage A.I .SJ . 1020 Steel (A·36) G-90 Galvanill:d 3 Weld 6S•1., 70-~ circumfm:ncc Yielded 4 3/4 .. wide Riser Bar HOl Rolled Sled Al.SJ . 1020 (A-36) s Rod Ends ForgingAI .S.I . C-1030Stccl HcalTrcated BHN240 Zinc Plated with Dichromuc Finish 6 Turnbuckle A.I.S .I. 1020 BHN 149 Zinc Plated diDDCd in Liret.dccr ~ inhibitor 3/8" I. D. 3/8" -16 Thread Tensile Y' Id 1e 33 .000 PS.I . 75 000 PS.I. 33 ,000 P.S.I . 70,000 PS.I . 70 .000 PS.I . Tensile Ulti t ma e 60,000 P.S.I. 8S 000 PS.I . 60 000 P.S. I. 92 ,000 PS.I . 80 ,000 PSI . .. u C & t-z 0 " ! ... u C & ... z 0 u ! ... 0 z LEGEND H.M."A.C:. REHABILITATION •• · 11 II II(· . WEDGEMILLIMO . (RECYCLE lOVERLAY ONLY·) NOTE: BUTT JOl_tfTS NOT REQUIRED WITH REMIXING PROCEs·s. · TYPIC:AL STREET BEGIN OR END POINT • REGARDLESS OF THE INTERSECTING STREETS ANGLE. LAYOUT. FOR RECYCLING ACTIVITES UNLESS NOTED. OTN£11WIS£ IN, ST11££T SCHEOUL[ ~ ... BUTT JOINT D-1 R [VIS CD: llllV.Ne . DATIi : 1990 &UTT JOINT [ NOT [ :t1)AN ATTEMPT HAS 8££N MADE. TO DETAIL . AS MANY STD. FIELD SITUATIONS AS P'OSS18Lf HOW£VfR I TH[ CONTRACTOR MIGHT HAY[ TO OV[IILAP PARTS Of TH[Sf DETAILS TO CON,-IGUII[ ·A LAYOUT THAT IEST APPLIES TO A PAIITICULAII SITUATION, '2) auTT JOINTS NOT ll[QUIR[D WITH REMIXING P119C£5S, STREET BEGIN OR ENO POINT TYPICAL LEGEND . ,1 II II ·14 MEDIAN LAYOUT FOR RECYCLING ·ACTIVIT1£S FOR BLVD. SECTION UNLESS NOTED OTHERWiSE IN STREET SCHEDULE H.M.A.C. REHABILITATION WEOGEMILLINO (RECYCLE/ OVERLAY ONLY) D-2 REVISED : ll(V.lle . DATI : 1990 I LEGEND I J H.M.A.C. REHABILITATION •• II II I~ WEOGEMILLING (RECYCLE/OVERLAY ONLY) NOTE :tUALL IIIGHT TURN STOIIAGE LANES SHALL 1£ CONSIOEIIED AS PART 0~ CONTRACT, (2) BUTT JOINTS NOT ll[QUUl[O WITH ll[MIXINO ~IIOC[SS. NOTE ·: IF [ITH[R IIADIUS DOES NOT HAVE AN ISLAND, IT WILL 8E TREATED AS INDICATED BY APPLICABLE DETAIL • BUTT JOINT ( _ ___j STREET BEGIN OR -"l,.END POINT\ REGARDLESS Of THE INTERSEC:T NG STREETS ANGLE. o-3 fl E VISCO~ IIIY. Ne. OAflt TYPICAL. 1999 LAYOUT FOR RECYCLINI ACTIVITEI . UNL[SS NOTED OTH[ftWISE IN STREET SCH£0UL£. TYPICAL . LEGEND . p--I . H.M.A.C.REHABILITATION 1111 II I! WEDGEMILLING (RECYCLE /OVERLAY ONLY.) NOTE ~l)IF ANY COMIINAtlON OF ISLANDS ANO RIGHT TURN LANES ARE Al.SENT TURN RADIUS SHALL 8£ TREATED AS STANDARD. BUTT JOINT SHALL BE SQUARED OFF, If NEEDED AS A RESULT OF EXISTING CONC. VAL,LEY GUTTER. (2) BUTT JOINTS NOT REQUIRED WITH REMIXING PROCESS. LAYOUT FOR RECYCLING ACTIVITIES WHEN INTERSECTING STREETS AIIE RECYCLED SIMULTANEOUSLY U"LESS NOTED OntEIIWlSE IN STREET SCHlOULE \. 0-4 AfVISEO: ll[V. Ne. OAT[! 1990 A I OUM""Y JOINT IM RAIIIP OPTIONAL IN 11 1 • 0 11 ORIVE WA'Y ONLY. PROVIDE EXPANSION JOINT 011,iLY IF CONNECTING TO Ex1ST ING CONCRETE DRIVE . EXIST :NG CUll8 & GUTTER,IF AN"r, MUST BE SAWED AS Q,RECT· ED BY THE E"'Gl11,iEER. ,./ REll'ffORCE 6 "0RIVE "3 BARS / A AT 18" O.C.9 .W. ( R o_w_L_i_11,i_E_-+--+--/--I RE INFORCE 4 " WALi< 1 s BARS I AT 11· o.c. 11 .W. RHENENC[ ---- ·STANDARD SIDEWALi< 10'-0"MIN. 1 17°-0"MIN. EXP. JOINT EXCEPT SLIP· FORMED 20'-o" MIN . SINGLE DWY, 2 7 1 -0 °1 MIN, OOUILE OWY, SIDEWALi< SLOPE 1/4 " PER FOOT TO FACE OF CURB OR AS DIRECTED BY ENGINEER."' 4' SIDEWALi< L A PLAN VIEW PARICWAY WIDTH 9 (SEE TABLE) STANDARD CURii ii GUTTER] EXP. JOINT EXCEPT SLIP-FORMED HALF LENGTH PAID AS ATTACHED CURB {CONC . PAVEMENT ONLY.) SEE STANDARD CURB a GUTTER SECTION. 1'.3" STA NOA RD DRIVEWAY ANO CURB LAYDO a GUTTER PAY LIMIT~ CURB / I 2"SAND CUSHION ~ OR APPROVED SUBGRADE, R.OW . Llll,iE Pl(WY WIDTH A B 10' I 9 ' 11 ' TO 14 ° ·z'"'of g · 1,· TO 19 · 3'107 ,2 2o ·ro22 I ' 107 15' SECTION A·A DWY. PAY L I ... IT W/C~CRETE PAVEMENT STABILIZED SU8GRAD£ S•O(AAL• S£:T10N THRU Olltl .. 'EWAY 'l'Q BE POUMO Ui.t[ TH1CK11,iESS AS Olltl\l[WAY APPROACH' PA :O ,011 AS Qllt 1VEWAY APPROAC .. [XIS"''IIG S:O[wAL1C, 1l'A"i". TO![ RE¥0 .. ED A~D REPLACED . lt(VISfD t/H/17 J.A.IU'tl.lUI. DRIVEWAY ,u; v • S £ ::> Au j,.' 7 9 · o. J. S./ W. "· "'. rC:-::T--,:::""'.""~-~-~T:o--~~----,.--,----------4 APPROACH 11t[v 1SE:OFE8 .. '81-0 .J .S.l#R"' I Yol OlltTWO" H,T[XAS -COHITRUCTlo,itSTl,.,OARC REv1Ho ~,Y. ·a1 -£.F'#J#"""' cA,w ,~G ~o s-s, OATE •1uY, 1,11 STANDARD APPROACH ·-·"' ......... , , .... H Al. WITN JOINT ,, .. u, • I . ' > .. ' ,. I ., .... ... ••• •• ,· ~ ... , . .. ~ Typical Curb and Gutter ... ·~ I MIMIIIUM UCAVATIOI OUTLIIIC ,o• ITIIH1' CCIIIIHUCTIOII f/3 "UN BARS O 18N o.c . THESE BARS MUST BE PLACED AT THE TIME THE PAVING SLAB IS POURED 2·-0· . t, 12· 3• l'-6' 6' 7" CURB REPAIR DETAIL NOT .TO SCALE f .. ,,. t.llNIMUt.l EXCAVATION OUTLINE FOR STREET CONSTRUCTION ' I I I I I I I I I ' I NOT(: G11ft•r t• •• 1flopttl to cottforlfl witll cottcr•I• rollt f (or /Hlrffllftt 'J £1po111iott Jo,ttfl I / I I I r I • or ft llirtctotl •1 tflt fffff- 1 I or ••1101 to por,-111 ,,,111. Tl•• 1" roillloreH co11ertt• rlll•1 111011 r•ploe• '"• ,,,_ 1" of tllO por•-"' witfl '"• ,,.,,,,.,,., ,-rfio11 of _.,,..,.,,, t• .. e0tt1truet•d ,nel11dlllf 1110·,rotl• tr,.,,..,.,. ill ueordo11u "''" '"• ,,,ieo/ 11ori1tf 1oefio11 . TII• eoner•to ro1,, .,,, H fO••r11,t1 oeeord,111 10 c,,, ,,011,tordl tor eo11er,t, e11ro • 111tttr. TIie eo11cr,1, 111011 o, of """'' ond ,e,,,,,.,, ot19,,901t .,,,, o ''"" o t '"" 151 1001 of ct111t111 ,,, cuo,c ,o,o of co11c,111 ,11 ploc, ••'" o '"'" flu11,ol """'"' of 550 po1111d1 p1, 10110,1 ,11cfl 01 1en11 do11 "''" c1n1,, lood•ne TltANIITION SECTION ,,,, "'"''' c,....,,., ,,,.;., ,,,..,. DISTANCE ntC/11 CltO'IIIN o, o,,. o· ,· ,o' 10· JO' 40' ,o· 0 .000' 0 .0•1· O.t»J' 0.10,· O.JJJ' o .••. o.,oo· Not to Stoll NOT(: Tll11 11 •-Or-illf • C·IO.l·lt .. (YISl:0 7· 14 t,W/WIIM ll(YISED 1/Zl/17 J .A.N./W .... M. CONCRETE VALLEY CITY of FORT WORTH, TEXAS-CONSTRUCTION STANDARD 0"AWING NO S-5 6 OAT[ ore ,,., Addendua 3 362 ---------~~ARKWAY ------------' ~R.o.w. I ,· 5. 1 EXP. JOCNT MArL EXJSTING CURB fl BARS@ ta• C-C BOTH WAYS J'SCDEW' ALK 10' PorJr,o · ---------.. ,· ,. ;-~"- BARS@ 19" C-C 80TB WATS COSHtON 4' STANDARD CONCRETE sm£WALJt EXISTtllC CORI J' l Nol lo Sco/1 I A4RKWAY NOTE: 1. CONCRETE SHALL 8E 3000 PSI AT U DAYS.. Z. REIHFORCCNG SUALL BE 13 BARS AT l&• CC BOTU WAYS, CT/ON OA TE : r,,,.ci, lZ, 1991 w UI w • •OI 6 · h•••~• C•-alal Otal1 ,I c.-.-, C •-A#SIOII JOl•tJ l•••u' w,, ,..., ,. c ....... ,..,. i. ... I D £ w A . L 11, •• ,,,, • .,,,,.,, ., _, IIIIIECFIOII C#•~ .... IOtl• IIAMll/lflll: ...... , ......................... . ............. ,. K I I TYPICAL CONSTIIUCTION LAYOUT OF CURB a tiUTTER. COMaJNATIOII SIJEWALX AND DRIVEWAY S/towlnf Flogg/111 AM E•iM"''°" .101111 Locollon ,,, " '"'' ,o J' IIO rLA.Gl#G I# WIIC llCIIAI• aAMl'J CITY •I FOIIT WOIITH• TCXAS-CO#STIIUCTION STANDARD .,., •• , ... ,,.,,,., J • .,,,, ... ...... 11D. J •• 10 e DAT£: . · MAY 1••1 GROUND LINE 0 . co -1ft . N . - SUITABLE MATERIAL TAMPED IN L IFTS NOT EXCE'EOINC 121' L 00 SE, PIPE SHALL BE 6 • PERFORATED POLYVINYL CHLORIDE TUBING PEA ASTM 0-1784 UNLESS SPECIFIED OTHERWISE. · 1 OP OF CURB 12• OVER~AP j_-FILTER FABRIC PER PAY ITEM NO. ~e SUBORAIN . CITY o, FORT WORTH, Tt>CAS-CONSTRUCTION STANDARD DRAWING NO. s-s II Moo,,:-. OATt: 3-7-95 ..,_ _____ • _____ ..Jo.-________ ;;..;..;...;..a.... ___ _,.;;;--..,;~~;......_-~ 367 Addendua 3 i l i - ·-------· --·-----=--·-----=-=-=·:::--...=:·.:...:=:-::.:.=.. .. -----· ------·---·--·------· . - Height· . BACK OF /CURB 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 CURB~ 2' • 7 .5" (Varies) ( Typ.) 12• WHITE HOT TAPE (AVERY DENNISON OR EQUIVALENT) 2' I • ~ M ·' .... WHITE TYPE II 1-SIDED REFLECTORS 3-1/2 inches - Ramp Gradient: 8.57 in 1 (30 inches/ 3-1/2 inches height) DEPARTMENT OF TRANSPORTATION ~NO PUBLIC WORKS CITY OF Side Gradient: 3.43 in 1 (12 inches/ 3-1/2 inches heigh1 1'W'FlC EHGLIIE.E,.,._, FORT ~Tl SPEED CUSHIONS -.. ..II: A/6 J1u11ury I 5, 2(J(U -... OMWINQ MOT TO SCALI - CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Proj ec t : HMAC 2 0010-6 DOE No1 6364 Fund Code : 03 HOLE# 1 LAB NO: 108841 LOCATION: 20'E of Chapel Creek Blvd. (ti), Bugle Dr S/4 5.25"HMAC 9.00" Dark Brown Sandy Clay, w/rock & gravel 7 .00" Brown Clay w/gravel HOLE#2 LAB NO: 108842 LOCATION: 220'E of Chapel Creek Blvd. (ti), Bugle Dr N/4 5.50" HMAC 10.00" Dark Brown Sandy Clay, w/rock & gravel 6.00" Brown Clay HOLE# 3 LAB NO: 108843 LOCATION: 420'E of Chapel Creek Blvd. (ti), Buide Dr S/4 6.00" HMAC 8.50" Lt. Brown Sandy Clay, w/rock & gravel 7.00" Brown Clay w/gravel HOLE#4 LAB NO: 108844 LOCATION: 620'E of Chapel Creek Blvd. (ti), Bugle Dr N/4 5.25"HMAC 10.00" Dark Brown Sandy Clay, w/rock & gravel 6.00" Brown Clay HOLE#4 LAB NO: 108845 LOCATION: 820'E of Chapel Creek Blvd. (ti), Bugle Dr S/4 6.50" HMAC 9.00" Dark Brown Sandy Clay, w/rock & gravel 6.00" Brown Clay w/gravel Approval: Ryan Jeri Routing: Date Tested: 2/17/10 Requested by: Thomas Sherman/Javier Diaz Tested by: Soil Lab Superintendent Inspector File CITY OF FORT WORTH CONSTRUCTION SERVICES LABORATORY RESULTS FOR TEST HOLE AND PLASTICITY INDEX Project: HMAC 20010-6 DOE No: 6364 Fund Code: 03 HOLE# 1 LAB NO : 109359 LOCATION: 20'E of POB CiiJ Eight-Twenty Blvd S/4 7.00" HMAC 5.00" Brown Sandy Clay w/rocks & gravel 5.00" Dark Bro wn Clay w/gravel HOLE#2 LAB NO : 109360 LOCATION: 220'E of POB CiiJ Eight-Twenty Blvd N/4 8.00 " HMAC 5.00" Dark Bro wn Sandy Clay, w/rock & gravel 4.00" Brown Clay w/gravel HOLE# 3 LAB NO: 109361 LOCATION : 420'E of POB cm Eight-Twenty Blvd S/4 6.00" HMAC 5.00" Dark Brown Sandy Clay, w/rock & gravel 4.00" Brown Clay w/gravel HOLE# 4 LAB NO: 109362 LOCATION: 620'E of POB CiiJ Eight-Twenty Blvd N/4 8.00" HMAC 6.00" Brown Sandy Clay, w/rock & gravel 3.00" Dark Brown Clay w/gravel HOLE# 5 LAB NO: 109363 LOCATION: 820'E of POB (iiJ Eight-Twenty Blvd S/4 8.00" HMAC 6.00" Dark Brown Sandy Clay, w/rock & grave l 3.00" Brown Clay HOLE # 6 LAB NO : 109364 LOCATION: 1020'E of POB cm Eight-Twenty Blvd N/4 8.00" HMAC 4.00" D ark Brown Sandy Clay, w/rock & gravel 4.00" Brown Clay w/gravel ***Last Core*** HOLE# 1 LAB NO: 109365 LOCATION: 2800 Sherman Ave E/4 2.50" HMAC 9 .00" Lt. Brown Sandy Clay, w/rocks & grave l 5.00" Brown sandy Clay w/gravel 2 HOLE#2 LAB NO: 109366 LOCATION: 2700 Sherman Ave W/4 2.50" HMAC 6.00" Tan Brown Stabilizer 5.00" Lt. Brown Sandy Clay w/rocks & gravel 3.00" Brown Clay w/gravel HOLE# 3 LAB NO: 109367 LOCATION: 2600 Sherman Ave E/4 6 .00" HMAC 6 .00" Lt. Brown Sandy Clay, w/rock & gravel 5.00" Brown Clay w/gravel *** LAST CORE*** HOLE# 1 LAB NO: 109368 LOCATION: 1621 Denver Ave E/4 3.00" HMAC 5.00" Concrete 5.00" Orange Sandy Clay, w/rocks & gravel 4.00" Brown Clay w/gravel HOLE#2 LAB NO: 109369 LOCATION: 1616 Denver Ave W/4 3.00" HMAC 6.00" Concrete 4.00" Orange Sandy Clay, w/rocks & gravel 4.00" Brown Clay HOLE# 3 LAB NO: 109370 LOCATION: 1609 Denver Ave E/4 4.00" HMAC 5.00" Concrete 4.00" Orange Sandy Clay, w/rocks & gravel 4.00" Brown Clay HOLE#4 LAB NO: 109371 LOCATION: 1600 Denver Ave W/4 4.00" HMAC 5.00" Concrete 5.00" Orange Sandy Clay, w/rocks & gravel 3.00" Brown Clay HOLE# 1 LAB NO: 109372 LOCATION: 1423 Clinton Ave E/4 4.00" HMAC 5.00" Concrete 5.00" Dark Brown Clay, w/rocks & gravel 4.00" Brown Clay HOLE#2 LAB NO: 109373 LOCATION: 1417 Clinton Ave C/4 3.00" HMAC 6.00" Concrete 3 5.00" Dark Brown Clay, w/rocks & gravel 3.00 " Brown Clay HOLE#3 LAB NO: 109374 LOCATION: 1406 Clinton Ave W/4 4.00" HMAC 6.00" Concrete 4.00" Dark Brown Clay, w/rocks & gravel 3 .00" Brown Clay HOLE # 4 LAB NO: 109375 LOCATION: 1400 Clinton Ave E/4 4.50" HMAC 5.50" Concrete 4.00" Dark Brown Clay, w/rocks & gravel 3.00 " Brown Clay HOLE# 1 LAB NO: 109376 LOCATION: 1967 Columbus Ave. E/4 7.00 " HMAC 4 .00" Tan brown stabilizer 3.00" Lt. Brown Clay, w/rocks & gravel 3.00" Brown Clay w/gravel HOLE#2 LAB NO : 109377 LOCATION: 1358 Columbus Ave. W/4 5.00" HMAC 7.00" Lt. Brown Clay, w/rocks & gravel 5.00" Brown Clay w/gravel HOLE# 3 LAB NO : 109378 LOCATION : 1953 Columbus Ave. E/4 6.00" HMAC 6.00" Lt. Brown Clay, w/rocks & gravel 5.00 " Brown Clay w /gravel HOLE#4 LAB NO : 109379 LOCATION: 1910 Columbus Ave. W/4 7.00" HMAC 5.00" Lt. Brown Clay, w/rocks & gravel 5.00" Brown Clay w/gravel HOLE# 5 LAB NO: 109380 LOCATION: 1901 Columbus Ave. E/4 6.00" HMAC 6.00" Lt. Brown Clay, w/rocks & gravel 5.00 " Brown Clay w /gravel HOLE #1 LAB NO : 109381 LOCATION: 1399 Clinton Ave E/4 3.00" HMAC 5.00" Concrete 6 .00" Orange Sandy Clay, w/rocks & gravel 4 3.00" Brown Clay HOLE# 2 LAB NO: 109382 LOCATION : 1314 Clinton Ave W/4 4.00" HMAC 5.00" Concrete 4.00" Orange Sandy Clay, w/rocks & gravel 4.00" Brown Clay HOLE# 3 LAB NO: 109383 LOCATION: 1309 Clinton Ave E/4 5.00" HMAC 5.00" Concrete 4.00" Orange Sandy Clay, w/rocks & gravel 3.00" Brown Clay HOLE#4 LAB NO: 109384 LOCATION: 1300 Clinton Ave W/4 4 .00" HMAC 8 .00" Orange Sandy Clay, w/rock & gravel 5.00" Brown Clay HOLE# 1 LAB NO: 109385 LOCATION:2599 Grayson Ave. W/4 7 .00" HMAC 5.00" Dark Brown Sandy Clay, w/rock & gravel 5.00" Brown Clay w/gravel HOLE#2 LAB NO: 109386 LOCATION: 2500 Grayson Ave. E/4 7.00 " HMAC 5.00" D ark Brown Sandy Clay, w/rock & gravel 5.00" Brown Clay w/grave l HOLE# 3 LAB NO: 109387 LOCATION:2422 Grayson Ave. W/4 6 .00" HMAC 4.00" Tan Brown Stabilizer 4.00" Dark Brown Clay, w/rock & gravel 3.00" Brown Clay w/gravel HOLE#4 LAB NO: 109388 LOCATION: 2400 Grayson Ave. E/4 7.00" HMAC 6.00" Dark Brown Clay, w/rock & gravel 4.00" Brown Clay w/gravel HOLE# 1 LAB NO: 109389 LOCATION: 20'S OF NW Dead End (a), Rockwood Ln. E/4 4.00" HMAC 6.00" Tan Brown Stabilizer 4.00" Lt Brown Sandy Clay, w/rock & gravel 3.00" Brown Clay w/gravel HOLE #2 LAB NO: 109390 LOCATION: 220'S OF NW Dead End (a), Rockwood Ln C4 5.50 " HMAC 6.00" Dark Brown Clay, w/rock & gravel 5.50 " Brown Clay w/gravel HOLE # 3 LAB NO : 109391 LOCATION: 420'S OF NW Dead End Ca} Rockwood Ln W/4 6.00" HMAC 6.00 " Dark Brown Clay, w/rock & gravel 5.00 " Brown Clay w /gravel HOLE #4 LAB NO: 109392 LOCATION: 620'S OF NW Dead End Ca} Rockwood Ln E/4 5.00 " HMAC 7.00 " Dark Brown Clay, w/rock & gravel 5.00" Brown Clay w/gravel HOLE# 5 LAB NO: 109393 LOCATION: 620'S OF NW Dead End Ca} Rockwood Ln C/4 6.00" HMAC 6.00" Dark Brown Clay, w /rock & gravel 5.00" Brown Clay w /gravel HOLE# 6 LAB NO: 109394 LOCATION: 1020'S OF NW Dead End (ti), Rockwood Ln W/4 7.00" HMAC 6 .00" Dark Brown Clay, w/rock & gravel 4.00" Brown Clay w/gravel HOLE# 7 LAB NO: 109395 LOCATION: 1220'S OF NW Dead End (ti), Rockwood Ln E/4 5.00" HMAC 6.00" Dark Brown Clay, w/rock & gravel 6 .00" Brown Clay w/gravel HOLE# 8 LAB NO: 109396 LOCATION: 20'N of University Dr. (a), Rockwood Ln W/4 7.00" HMAC 7 .00" Brown Clay, w/rock & gravel 3.00" Brown Clay w /gravel Approval: Ryan Jeri Date Tested: 3/3/10-3/6/10 Requested by: Ali Motamed Tested by: Thomas Sherman/Javier Diaz Routing: Superintendent Inspector File 5 - HMAC SURFACE OVERLAY (2010-6) Project Name Street Limits Procedure LM CD Mapsco BUGLE DR WHITE SETILEMENT RD-CHAPEL CREEK BLVD POL 0 .56 7 58X CHESTNUT AVE S DEAD END -NW 3 1ST ST · POL 0 .15 2 62A CLINTON AVE W NO RTHSIDE DR -W CENTRAL AVE POL 0 .26 2 62Q CLINTON AVE W CENTRAL AVE -NW 14TH ST POL 0 .38 2 62Q COLUMBUS AVE NW 19TH ST -NW 20TH ST PO L 0 .33 2 62J DEAVERS LN E CUL-DE -SAC -WESTFORK DR S PO L 0 .21 7 6 1W DENVER AVE NW 15TH ST-NW 16TH ST POL 0.26 2 62 P EIGHT-TWENTY BLVD 751 E IGHT-TWENTY BLVD -BLUE MOUND RD POL 1.02 2 48L ENGLEMAN ST SHADOW BEND DR -BUTIONWOOD DR POL 0 .19 4 35R GENOA RD EMS RD E -RIDGMAR BLVD MOL 0.47 7 74F GRAYSON AVE NW 24TH ST-AZLE AVE POL 0.4 7 2 6 1H INDIAN MOUND CT INDIAN MOUND RD -S CUL-DE-SAC MOL 0.04 7 58X INDIAN MOUND RD FLAXSEED LN -CHAPEL CREEK BLVD MOL 0 .64 7 58X LIGHTLAND RD N RIVERSIDE DR -DEER PARK DR POL 0 .35 4 35R LONE PINE LN POWDERHORN RD -CHAPEL CREEK BLVD MOL 0.42 7 58X MARBLEHEAD CT GRAND MEADOW DR - E CUL-DE-SAC POL 0 .04 7 58X MC GEE DR WESTFORK DR S -WESTFORK DR S POL 0.54 7 61W NORTHEAST PKWY BLUE MOUND RD -PVMT CHANGE MOL 2.6 2 48M PLA INFIELD DR ACADEMY BL VD -SUTIONWOOD DR MOL 0 .39 7 58Y ROCKWOOD LN N UNIVERSITY DR -NW DEAD END POL 0 .79 2 62S SHERMAN AVE SW DEAD END -NW LORA INE ST POL 0 .33 2 47X SOUTHWIND CT BASSWOOD BLVD - N CUL-DE-SAC MOL 0.06 4 35R THE LANDING ALLEY #1 FAIR HAVEN ST -NE TERM INUS POL 0 .07 7 31H THE LANDING ALLEY #2 SE TERMINUS -FAIR HAVEN ST POL 0 .08 7 31H THE LANDING ALLEY #3 FAIR HAVEN ST -NW TERMINUS POL 0 .09 7 31H THE LANDING ALLEY #4 FAIR HAVEN ST -NW TERM INUS POL 0.14 7 31H THE LANDING ALLEY #5 FAIR HAVEN ST -FAIR HAVEN ST POL 0 .08 7 31H THE LANDING ALLEY #6 FAIR HAVEN ST -FAIR HAVEN ST POL 0 .05 7 31H THE LANDING ALLEY #7 EAST TERMINUS -MOUNT AIN LAKE POL 0.06 7 31H THE LANDING ALLEY #8 ALLEY #9 -ALLEY #1 POL 0 .16 7 31H THE LANDING ALLEY #9 NE TERMINUS -SW TERMINUS POL 0.06 7 31H WESTFORK DR S WHITE SETILEMENT RD -DEAVERS LN POL 0 .4 7 61W WESTPOINT BLVD ADMIRAL TY WAY -ADMIRAL TY WAY MOL 0.05 7 728 11 .74 HMAC SURFACE OVERLAY AT VARIOUS LOCATIONS (2010-6) CITY PROJECT NO: 01463 TPW PROJECT N: C293-541200-202620146383 STREET BY STREET QUANTITY DETERMINATION SPREAD SHEET , � � � � � H � � � H H � � , � za M � N � �z� AA � � „^ �W �� �� �� z�Q w� ��� ��o � a -P� �H �H � o �� �.°'. f� W U FW �',T�, �� v�W� �v' 3F� � �v� Z ra � A v1 '.7 � p E-� F.; ��" 1Yi A O R; ''�•�' E;' 'r�i' �" `� � 9 „�,'b wwL� Er� c4v� H w�i=t H t7W i�o0 �W �� o ��" a �'wa xazxa a'"a ���a �'"a xwaa ���"a W��a v ri2a, a�i3�a�. ��a�. v3.-F�.a�. °�a aw3a�. A�a�. w��a�. wvl�a�, t7wa'�i� ITEM UNIT ITEM DESCRIPTION QTY QTY QTY QTY QTY QTY QTY QTY QTY 1 EA Project Designation Sign 0 0 0 0 0 0 0 0 0 2 LS Utility Adjustment 0 0 0 0 0 0 0 0 0 3 LF Remove & Replace Existing Concrete Curb and Gutter 85 0 431 120 0 326 105 116 135 4 LF instali New Concrete Curb and Gutter 0 0 121 0 200 0 130 0 0 5 SF Remove & Replace 6-Inch Concrete Driveway 0 0 968 0 0 0 0 0 288 6 SF Remove & Replace 6-Inch Eexposed Aggregate Driveway 0 0 0 0 0 0 0 0 0 7 SF Install New 6-Inch Concrete Driveway 0 0 320 D 176 0 0 0 0 8 SF Remove & Replace 4-Inch Concrete Sidewalk 0 0 0 0 0 0 0 0 0 9 SF Remove & Replace 4-Inch Exposed Aggregate SidewalkWalk 0 0 0 0 0 0 0 D 0 10 SF Install New 4-Inch Concrete Sidewalk 0 0 0 0 0 0 0 0 0 11 SF Remove & Replace Existing Wheelchair Ramp with 4-Inch ADA Ramp 0 0 0 0 0 0 0 0 0 (w/ detectable warnina dome-tile surface) 12 SF �nstall New 4-Inch ADA Wheelchair Ramp (w/ detectable warning 0 0 0 0 0 0 0 0 0 dome-tile surface) 13 SY Remove & Replace Existing Concrete Valley Gutter 25 0 0 0 0 0 0 0 0 14 SY Install New Concrete Valiey Gutter 0 0 0 0 0 0 0 0 0 15 EA Remove & Replace 5-Ft. Storm Drain Inlet-Top 0 0 0 0 0 0 0 0 0 16 EA Remove & Replace 10-Ft. Storm Drain Inlet-Top 0 0 0 0 0 0 0 0 0 17 LF 6-Inch Perforated Pipe - Sub-Drain 0 0 0 0 0 0 0 0 0 18 SY 8-Inch Pavement Pulverization 3,486 987 5,701 2,080 1,634 1,870 7,492 1,238 0 19 TON 26 Ib/sy Cement Modification 45 13 74 27 21 24 97 16 0 20 CY Unclassified Street Excavation 0 0 25 0 0 0 0 0 0 21 CY Crushed Limestone 0 0 0 0 0 0 0 0 0 22 CY HMAC Pavement & Base RepairHMAC Pavement & Base Repair 0 0 0 0 0 0 0 0 0 23 TON HMAC Pavement Level Up 0 0 0 0 0 0 0 0 0 24 LF Wedge Miling, 2-Inch to 0-Inch Depth, 5-Ft. Wide 0 0 0 0 0 0 0 0 1,994 25 EA Butt Joint-Miiled 0 0 0 0 0 0 0 0 2 26 SY 2-Inch HMAC Surface Milling 0 0 0 0 0 0 0 0 0 27 LF Crack Sealing of Existing HMAC Pavement 0 0 0 0 0 0 0 0 1,500 28 SY 2-inch Surtace Course Type "D" Mix 3,486 987 5,701 2,080 1,634 1,870 7,492 1,238 3,033 29 EA Remove & Replace 30-Ft. Speed Cushion w/ Striping 0 0 0 0 0 1 0 0 0 30 EA Remove & Replace 40-Ft. Speed Cushion w/ Striping 0 0 0 0 0 0 0 0 0 31 EA Water Valve Box Adjustment With Steel Riser 0 0 0 0 0 0 0 0 0 32 EA Water Valve Box Adjustment with Concrete Collar 1 0 0 0 0 0 11 0 0 33 EA Water Meter Box Adjustment 0 3 3 2 1 0 0 1 1 34 EA Manhole Adjustment With Steel Riser 2 0 0 2 0 0 0 0 1 35 EA Manhole Adjustment With Concrete Collar 0 0 0 0 1 0 7 0 0 0 0 28 0 4 0 0 0 4 w � � a HR N V w� � z`�' �! ��� � N a � � � � � a C7Za ; � �U� ary ( arY 0 � 0 0 � 0 123 ' 60 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � 0 0 � 0 0 � 0 3,203 y 0 42 0 I 0 � 0 0 0 0 0 0 0 0 � 375 0 0 0 � 0 0 � 1,000 3,203 �', 683 0 0 0 � 0 0 1 0 ' 0 0 0 0 0 3 1 0 0 a x �z �a �W� ��w a 0 � w U � an 0 0 85 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2960 2 0 6500 4,188 0 0 0 1 0 2 0 36 EA Painting House Addresses p 37 SY Grass Sod Replacement 9 0 76 20 15 54 0 19 15 15 ' 8 g 38 EA Re-Mobilization 0 0 0 0 0 0 0 0 0 0 � 0 p Week of the 4th Week of the Week of the 1 st 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 Monthly Pickup of Bulky Items Monday of the 1st Monday of Monday of the 1st Monday of 4th Monday of 1st Monday of_ 1st Monday of 1st Monday of 4th Monday of 1st Monday of 4th Monday of 4th Monday of month the month month the month the month the month the month the month the month the month the month the month Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days Tuesday Monday Monday Monday Tuesday Monday Monday Thursday Tuesday Tuesday Tuesday Tuesday tiy;f Jl' TOTAL 2 0 1,586 451 1,256 0 496 0 0 0 0 0 25 0 0 0 0 27,691 360 25 0 0 0 5,329 4 0 9,000 35,595 1 0 1 13 17 7 12 36 240 2 I HMAC SURFACE OVERLAY AT VARIOUS LOCATIONS (2010-6) I CITY PROJECT NO: 01463 ( TPW PROJECT NO: C293-541200-202620146383 � STREET BY STREET QUANTITY DETERMINATION SPREAD SHEET a w W � W � � A � a G. � d �a �3 �� � d r� � �W zz� . �o AA �a� A�o aF � '. d � � � �q Wog c�� �� �� acoo a� ��H z�a aaa ��� �w�� Aoo ��� w�� �W� �z �: � o ���Aa z3wa a �a ���a a� a���a ���a �Qd�a v�v�a aza,a° °°�� ���° �33° °��� �Q�� aza°a ��°Oa ITEM UNIT ITEM DESCRIPTION QTY (�TY QTY QTy (�'fy (�Ty QTy QTy I 1 EA Project Designation Sign 0 0 0 0 0 0 0 0 ( 2 LS Utility Adjustment 0 0 0 0 0 0 0 0 I I 3 LF Remove & Repiace Existing Concrete Curb and Gutter 95 85 80 540 85 105 1,350 0 4 LF Install New Concrete Curb and Gutter 0 � 0 0 0 80 0 450 0 5 SF Remove & Replace Existing 6-Inch Concrete Driveway 0 0 0 968 0 0 0 0 6 SF Remove & Replace 6-Inch Eexposed Aggregate Driveway 0 0 0 0 0 0 0 0 I 7 SF Install New 6-Inch Concrete Driveway 0 0 0 0 0 0 345 0 I 8 SF Remove & Replace 4-Inch Concrete Sidewalk 0 0 0 0 0 0 I 0 0 I 9 SF Remove & Replace 4-inch Exposed Aggregate SidewalkWaik 0 0 0 0 0 0 0 0 10 SF Install New 4-Inch Concrete Sidewalk 0 0 0 0 0 0 0 0 11 SF Remove & Replace Existing Wheelchair Ramp and Install AUA 4-Inch 0 0 0 0 0 0 0 0 Ramo (w/ de.te� tab�y�amina�iome-tile surfa c.e) 12 SF �nstall New 4-fnch DA Wheeichair Ramp (w/ cietectable warning 0 0 0 0 I 0 0 0 0 dome-tile surfacel 13 SY Remove & Replace Existing Concrete Valley Gutter 0 0 0 0 0 0 0 0 14 SY Install New Concrete Valley Gutter 0 0 0 0 0 0 0 0 I 15 EA Remove & Replacef 5-Ft. Storm Drain Iniet-Top 0 0 0 0 0 0 0 0 16 EA Remove & Replace 10-Ft. Storm Drain Inlet-Top 0 0 0 0 0 0 0 0 17 LF 6-Inch Perforated Pipe, Sub-Drain 0 0 0 0 0 0 0 0 18 SY 8-Inch HMAC Pavement Pulverization 3,118 0 0 3,560 0 0 6,384 2,640 I 19 TON 26 Ib/sy Cement Modification 41 0 0 46 I 0 0 83 34 20 CY Unclassified Street Excavation 0 0 0 0 0 0 I 0 0 I 21 CY Crushed Limestone 0 0 0 0 I 0 0 0 0 22 CY HMAC Pavement and Base Repair 0 0 ( 0 0 � 15 0 0 0 I 23 TON HMAC Pavement Level Up 0 I 5 � 0 0 0 0 0 0 24 LF Wedge Milling, 2-Inch to 0-Inch, Depth, 5-Ft. Wide 0 1,825 325 D ( 3,220 1,742 0 0 I 25 EA Butt Joint-Milled 0 2 I 0 0 2 2 0 0 I 26 SY 2-Inch HMAC Surface Milling 0 0 0 0 0 0 0 0 I I 27 LF Crack Sealing of Existing HMAC Pavement 0 2,500 500 0 5,000 2,500 0 0 I 28 SY 2-Inch Surface Course Type "D" Mix 3,118 2,694 I 579 3,560 8,305 2,533 6,384 2,640 29 EA Remove & Replace 30-Ft. Speed Cushion w/ Striping 0 I 0 I 0 0 0 0 0 0 I 30 EA Remove & Replace 40-Ft. Speed Cushion w/ Striping 0 I 0 0 0 0 0 I 0 0 I 31 EA Water Valve Box Adjustment with Steel Riser 0 0 I 0 0 0 2 0 0 ( I 32 EA Water Valve Box Adjustment with Concrete Collar 0 1 ( 0 2 1 0 0 0 I 33 EA Water Meter Box Adjustment 1 0 0 0 1 0 0 0 34 EA Manhole Adjustment with Steel Riser 2 2 I 1 0 0 2 I 2 0 35 EA Manhole Adjustment with Concrete Collar 0 0 0 2 0 0 0 2 36 EA Painting House Addresses 0 0 0 22 0 0 0 0 37 SY Grass Sod Replacement 15 9 10 50 15 12 270 0 I 38 EA Re-Mobilization 0 0 I 0 0 0 0 0 0 Monthly Pickup of Buiky items Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days � U z A U � �+ o O V ���o °�A�I QTY 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 292 0 0 550 655 0 0 0 � 1 2 0 0 I 0 0 0 �a z v� � P: W �Ha w � OW� 33a°I QTY 0 0 210 75 880 0 0 0 0 0 0 0 0 0 0 0 0 2,907 38 0 0 0 0 0 0 0 0 2,907 0 0 0 2 0 0 2 22 25 0 ��Q � � � ��'a o��a 3���I QTY 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 170 1 0 700 345 0 0 0 0 0 1 0 0 0 0 � a� W az C5 � �� � � a�� a � w H a�,l QTY 2 0 155 0 0 0 0 0 0 0 0 0 0 0 0 0 0 400 6 0 0 0 0 0 0 0 0 400 0 0 0 0 0 0 0 0 17 2 Week of the 1 st Week of the Week of the 4th 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 Monday of the 4th Monday of Monday of the 4th Monday of 1st Monday of 4th Monday of 1st Monday of 1st Monday of 1st Monday of 4th Monday of 4th Monday of 4th Monday of month the month month the month the month the month the month the month the month the month the month the month Thursday Thursday I Thursday Thursday I Monday Tuesday I Monday Monday Thursday Tuesday Tuesday Tuesday (��'� � =� 1 TOTAL 2.00 1586.00 605.00 1848.00 0.00 345.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 19009.00 247.92 0.00 0.00 15.00 8.00 7574.00 7.00 0.00 11750.00 34120.00 0.00 0.00 2.00 7.00 4.00 10.00 6.00 44.00 423.00 2.00 HMAC SURFACE OVERLAY AT VARIOUS LOCATIONS (2010-6) CITY PROJECT NO: 01463 TPW PROJECT NO: C293-541200-202620146383 STREET BY STREET QUANTITY DETERMINATION SPREAD SHEET d � � � "a zab � � u 0 ��a ( ITEM UNIT ITEM DESCRIPTION I 1 EA Project Designation Sign I 2 LS Utility Adjustment ( 3 LF Removal & Repiacement of Concrete Curb and Gutter I4 LF Install New Concrete Curb and Gutter I5 SF Removal and Replacement of 6-Inch Concrete Driveway 6 SF Removal and Replacement of 6-Inch Eexposed Aggregate Driveway 7 SF Install New 6-Inch Concrete Driveway 8 SF Removal and Repiacement of 4-Inch Concrete Sidewalk I9 SF Removal and Replacement of 4-Inch Exposed Aggregate SidewalkWa � 10 SF Install New 4-Inch Concrete Sidewalk I11 SF Removal and Replacement of Concrete Walk-ADA Wheelchair Ramp I 12 SF install New Walk-ADA Wheelchair Ramp 13 SY Removal and Replacementof Concrete Valley Gutter 14 SY Install new Concrete Valley Gutter 15 EA Removal and Replacement of 5 Ft Storm Drain Inlet-Top I I16 EA Removal and Replacement of 10 Ft Storm Drain Inlet-Top I 17 LF Install 6-Inch Perforated Pipe-Sub Drain I18 SY 8-Inch Pavement Puiverization I 19 TON 26 Ib/sy Cement Modification I 20 CY Unclassified Street Excavation 21 CY Crushed Limestone I 22 CY Asphait Pavement Base RepairAsphalt Pavement Base Repair 23 TON HMAC Level Up �24 LF Wedge Miling 2 Inch to 0 Inch Depth, 5.0 Ft Wide 25 EA Butt Joint-Milled I 26 SY 2 Inch HMAC Surface Milling I 27 LF Crack Sealing of Existing HMAC Pavement 28 SY 2-Inch Surface Course Type D Mix I 29 EA Removal and Replacement of 30-Ft Speed Cushion 30 EA Removal and Replacement of 40-Ft Speed Cushion �31 EA Water Valve Box Adjustment With Steel Riser 32 EA Water Valve Box Adjustment with Concrete Collar I33 EA Water Meter Box Adjustment 34 EA Manhole Adjustment With Steel Riser 35 EA Manhole Adjustment With Concrete Collar I 36 EA Painting House Addresses 37 SY Grass Sod Replacement I 38 EA Re-Mobilization i Monthly Pickup of Bulky Items � �� w�.'�a �w �� �� a � H a) H��a I Qn 0 0 85 0 0 0 0 0 0 0 0 0 0 0 0 0 0 560 7 0 0 0 0 0 0 0 0 560 0 0 0 0 0 0 0 0 10 0 � w� � H �z ��� � � ,�, a F+ Fz+ F o�.l QTY 0 0 65 0 0 0 0 0 0 0 0 0 0 0 0 0 0 580 8 0 0 0 0 0 0 0 0 580 0 0 0 0 0 0 0 0 8 0 � w� a� �� ��� a� H�HaI QTY 0 0 135 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1,198 16 0 0 0 0 0 0 0 0 1,198 0 0 0 1 0 0 0 0 15 0 � a� �H c� � �z j F+ � �¢��'o FW��.I an 0 0 85 0 0 0 0 0 0 0 0 0 0 0 0 0 0 747 10 0 0 0 0 0 � 0 0 747 0 0 0 1 0 0 0 0 9 0 � a� a � � F; �� �� � � z a ���al an 0 0 125 0 0 o � 0 0 0 0 0 0 0 0 0 0 0 635 8 0 0 0 0 I 0 0 0 � 0 635 0 I 0 0 0 0 1 0 0 15 0 � w ��� ��a �F� a ��oa �W��I an 0 0 45 0 0 0 0 0 0 0 0 0 0 0 0 0 0 458 6 0 0 0 0 0 0 0 0 458 0 0 0 0 0 0 3 0 7 0 a� ¢�W �� �� �� ��°I arY 0 0 130 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1245 16 0 0 0 0 0 0 0 0 1245 0 0 0 0 0 0 0 0 15 0 � w a� �� �� ��� aw E■ HZH°aI QT1Y 0 0 135 0 0 0 0 0 0 0 0 0 0 0 0 0 0 940 12 0 0 0 0 0 0 0 0 940 0 0 0 0 0 0 0 0 15 0 Week of the 4th Week of the Week of the 4th- Week of the Week of the Week of the Week of the Week of the Monday of the 4th Monday of Monday of the 4th Monday of 4th Monday of 4th Monday of 4th Monday of 4th Monday of month the month month the month the month the month the month the month 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 83 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 TOTAL 2 805 0 0 0 0 0 0 0 0 0 0 0 0 0 0 6,363 83 0 0 0 0 0 0 0 6,363 0 0 0 2 0 1 3 0 94 z �Garbage, Recycling,Yard Trimmings & Brush Weekly Pickup Days Tuesday Tuesday Tuesday Tuesday Tuesday I Tuesday Tuesday Tuesday �age i or �