Loading...
HomeMy WebLinkAboutContract 30088 CITY %7CRETARY CONTRACT p4o. FORTWORTH ` " , . o „ +0��0It,N T. CITY SECRETARY D.O.E. FILE SPECIFICATIONS CONTR TO[ " N 1C O. AND CONTRACT DOCUMENTS CONSTRUCTION FOR j� CLIENT DEPAR W L J PLAYGROUND IMROVEMENT AT: !� THE CROSSING AT FOSSIL CREEK PARK �r PROJECT NAME PROJECT NUMBER D.O.E. NO. THE CROSSING AT • FOSSIL CREEK PARK C188/541200/080188107110 4396 IN THE CITY OF FORT WORTH TEXAS 2004 MIKE MONCRIEF GARY W. JACKSON MAYOR CITY MANAGER RANDLE HARWOOD,ACTING DIRECTOR PARKS AND COMMUNITY SERVICES PARKS AND COMMUNITY SERVICES DEPARTMENT PLANNING AND RESOURCE MANAGEMENT DIVISION FUNDING OF PROJECT BY PARK DEDICATION FACILITY DEVELOPMENT F,5'Ff Sic lHome I Council Agenda I M&C I Employee Directory I Morning Report I Ads 1 PAS I Solution Zone f Departmenti; I She Map, Print M&C COUNCIL ACTION: Approved on 5/4/2004 DATE: 5/4/2004 REFERENCE NO.: "'C-20058 LOG NAME: 80FOSSIL CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Award of Contract to J&J Sprinkler and Landscape, Inc. for Playground Improvement at The Crossing at Fossil Creek Park RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with J&J Sprinkler and Landscape, Inc. in the amount of$67,640.00 for The Crossing at Fossil Creek Park development. DISCUSSION: On September 9, 2000 (M&C L-12906), the City Council approved the acceptance of 4.023 acres of park land in The Crossing at Fossil Creek Addition. No park development fees were generated since this development fell under the 1995 Park Dedication Policy. �., In November 2002, the Parks and Community Services Department (PACSD) reached agreement with the adjacent property developer regarding park dedication requirements for a proposed multi-family development, Ironwood Crossing. This development abuts the north end of The Crossing at Fossil Creek Addition. The agreement provided for an additional four (4) acres of open space to abut The Crossing at Fossil Creek Park and provide fees in the amount of$92,797.00 for the development of The Crossing at Fossil Creek Park. The four acres of open space abutting The Crossing at Fossil Creek Park will remain as private parkland maintained by the developer but publicly accessible, thus creating 8.023 acres of open space. ap From August through September 2003, public meetings were held jointly with The Crossing at Fossil Creek Homeowners Association and Northbrook Neighborhood Association for public input and selection of the desired playground prototype. The project was advertised fro bid on February 5 and 12, 2004. On March 11, 2004, the following bids were received: Bidders Base Bid Bid Alt. #1 Total J&J Sprinkler $ 66,740.00 $ 900.00 $ 67,640.00 Parks for Play, Inc. $ 74,353.00 $ 1,676.00 $ 76,029.00 Eagleton Construction, Inc. $ 78,968.00 $ 1,600.00 $ 80,568.00 Sprinkle 'N Sprout $ 81,973.25 $ 4,242.00 $ 86,215.25 Wall Enterprises $ 96,716.75 $2,900.00 $ 99,616.75 Base Bid Consists of site grading, installation of concrete walkway and playground as first p as6,4ivg_ rt 1 he ob Crossing at Fossil Creek Park., ' WORTHI TEX. L Bid Alternate Will consist of the installation of two (2) 6' park benches with concrete slabs along existing walkway. It is recommended that Base Bid in the amount of$66,740.00 and Bid Alternate #1 in the amount of $900.00, totaling $67,640.00, as submitted by J&J Sprinkler and Landscape, Inc., be approved for award of contract. The contract time is thirty (30) working days. In addition to the contract cost, associated contingency funding for construction inspection (3.5%), project management (1.5%), and possible change orders (5%) is $6,764.00. M/WBE -J&J Sprinkler and Landscape, Inc. is in compliance with the City's M/WBE Ordinance by committing 11% M/WBE participation. The City's goal on this project is 11%. The annual operating impact on the General Fund budget beginning FY 2004-2005 will amount to $5,589.00. Construction is anticipated to commence in May 2004, and be completed in June 2004. The Crossing at Fossil Creek is located in Council District 2. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Park Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C188 541200 080188106170 $67,640.00 Submitted for City Manager's Office by Libby Watson (6199) Originating Department Head: Richard Zavala (5704) Additional Information Contact: Mike Ficke (5746) ATTACHMENTS Layout-Grad ingSheet 12-16-03.dwg MasterPlanl 0-13-03rendered.bmp 05/05/04 10:58 FAa 871 5724 CITY OF FT WORTS 0002/008 ADDENDUM #1 Playground Improvement at Crossing at Fossil Creek Park March 10, 2004 TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. PROJECT MANUAL REFER TO PROPOSAL Replace Proposal with attached Proposal. The purpose of this revision is to specify line item quantities for line item#2 and lint item#4 (concrete paving, playground edging/mow strip). END OF ADDENDUM#1 Bid Opening Date: Thursday, March 11, 2004 Acknowle a the receipt of this Addendum on your Proposal. a By: colt . Penn, Project iTanager Release Date: March 10, 2004 05/05/04 10:58 FAX 871 3724„ CITY OF FT WORTH (a003/006 PROPOSAL TO: MR. GARY W.JACKSON City Manager Fort Worth,Texas FOR PLAYGROUND IMPROVEMENT AT: CROSSING AT]FOSSIL,CREEK PARK PROJECT NO. C188/541200/080198106170 DOE NO. 4396 Pursuant to the foregoing"Notice to Bidders,"the undersigned has thoroughly examined the plans,specifications, and the site,understands the amount of work to be done,and hereby proposes to do all the work and famish 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 Parks and Community Service Department Director of the City of Fort Worth. The "approximate quantity" category is for information purposes only. The Contractor shall be paid on the basis of actual installed quantities on non lump sum items. Additionally, the Contractor shall be aware that the Proposal contains both Lump Sum and Unit Price items. If the lowest bid received exceeds the funds budgeted for the project,the City reserves the right to decrease the quantities contained in any line item or to eliminate any specific line items before award of the contract in order to bring the work within budget.By submitting a bid,the bidder acknowledges the City's right to adjust or eliminate Iine items prior to the award of contract. Further,by submitting a bid,the bidder agrees to honor each line item bid price without recourse to the City in the event line items are adjusted or eliminated. Upon acceptance of this proposal by the City Council,the bidder is bound to execute a contract and famish,if applicable,Performance,Payment,and Maintenance Bonds 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: BASE BID PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL Timm QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Plaveround Improvement at Crossing at Fossil Creek Park: 1. ILS Excavation/Grading(see sheet 2 of 4)@ Dollars& Cents per LS S Lump Sum S 2. 1135 SF Installation of Concrete Paving(sheet 2 of 4) Dollars& Cents per S>~ $ $ 3. 1EA Installation of HC Accessible Ramp(sheet 4 of 4)@ Dollars& Cents per EA S S PROPOSAL -1- ow 05/05/04 10:59 FAX $71 5724 CITY OF FT WORTH 9004/006 . z PAY APPROX DESCRIPTION OF ITEMS WrM BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID 4. 262 LF Installation of Concrete Mow Strip(sheet 3 of 4)@ Dollars& Cents per LF $ S 5. lEA Installation of Project Sign @ Dollars& Cents per EA $ $ 6. ILS Installation of Safety Surfacing Material w/Wear Mats @ Dollars & Cents per LS $ $ 7. ILS Installation of Sub Drain and Catch Basin(sheet 3of4) @ Dollars& Cents per LS $ $ $. ILS Spccified play Structure Installed(sheet 3 of Dollars& Cents per LS $ $ 9. ILS Specified Whirl Installed(sheet 3 of 4)@ Dollars& Cents per LS $ $ 10. ILS Specified Two(2)Bay Swing Installed(sheet 3 of 4) @ Dollars& Cents per ZSn S $ 11. 5EA Installation of 6'Park Bench(2 at entry and 3 inside play area)@ Dollars& Cents per EA $ $ TOTAL BASE BID $ PROPOSAL -2- 05/05/04 10:59 FAX 871 5724 CITY OF FT WORTH 1� 005/006 BID ALTERNATES BA 1. 2EA Installation of 6'Park Bench and Concrete Slab (to be located by LA-sheet 4 of 4) @ Dollars& Cents per EA S S $f.D ALTERNATE TOTAL S A. This contract is issued by an organization that qualifies for exemption pursuant to the provision:of Article 20.04(I)of the Texas Limited Sales,Excise and Use Tax AcL B. The Contractor performing this contract may purchase,rent or lease all materials,supplies,equipment used or consumed in the performance of the contract by issuing to his supplier an exemption certificate in lieu of the tax,said exemption certificate complying with State Comptroller's ruling tax,said exemption certificate complying with State Comptroller's ruling#95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling#95.09 as amended to be effective October 2. 1968. C. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractor or employment agency in either firmishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of 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. D. The undersigned agrees to complete all work covered by these contract documents within Thirty(30)Working Days after the date for commencing work as set forth in the Notice to Proceed to be issued by the Owner and to pay not less than the 2002 AGC North Texas Construction Industry Survey.. E. Within ten(10)days of receipt of notice of acceptance of this bid,the undersigned will execute the formal contract and will deliver applicable Surety Bonds for the faithful performance of this contract_ The attached deposit check in the sum of S Dollars(S__J 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 applicable bonds are not executed within the time set forth,as liquidated damages for delay and additional work caused thereby. F In the case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous price for construction thereof to the City or to reject the proposal. 0. Receipt is hereby acknowledged of the following addenda: No. l No.2 No.3 No.4 PROPOSAL •3• - 05/05/04 10:59 FA% 871 5724 CITE' OF FT WORTH 008/008 Respectfully submitted, (cornpgmy Na—) By(Authorized Sipa=e) Date: Address: Telephone: ( ) SEAL(if corporation) PROP05AL -4- TABLE OF CONTENTS 1. NOTICE TO BIDDERS 2. SPECIAL INSTRUCTIONS TO BIDDERS 3. PROPOSAL 4. CITY OF FORT WORTH M/WBE ENTERPRISE SPECIFICATIONS 5. CITY OF FORT WORTH PREVAILING WAGE RATES 6. WEATHER TABLE 7. VENDOR COMPLIANCE TO STATE LAW 8. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION - 9. TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS SECTION 01100-Summary of Work SECTION 01135-Contract Time SECTION 01140-Alternatives SECTION 01150-Payment To Contractor SECTION 01300-Submittals SECTION 01400-Quality Control SECTION 01410-Testing SECTION 01500-Temporary Facilities and Controls SECTION 01640-Substitutions and Product Options SECTION 01700-Project Closeout SECTION 01800-Contractor's Responsibility for Damage Claims DIVISION 2-SITE WORK Section 02140-Site Underdrains Section 02200-Site Preparation Section 02300-Earthwork Section 02537-Engineered Wood Fiber Playground Surfacing Section 02840-Turf Sodding Section 02860-Playground Equipment Section 02870-Site Furnishings Section 02930 Seeding DIVISION 3-CONCRETE Section 03300-Cast-in-Place Concrete Section 03350-Sandblasting DIVISION 7- THERMAL&MOISTURE PROTECTION Section 07920-Caulking and Sealants 11. CERTIFICATE OF INSURANCE 12. BIDDER'S STATEMENT OF QUALIFICATIONS 13. PERFORMANCE BOND 14. PAYMENT BOND 15. MAINTENANCE BOND 16. CONTRACT NOTICE TO BIDDERS Sealed Proposals for the following: ■ PLAYGROUND IMPROVEMENT AT THE CROSSING AT FOSSIL CREEK PARK PROJECT NUMBER: C188/541200/080188106170 DOE NUMBER: #4396 Addressed to Mr. Gary W. Jackson, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Division Office until 1:30 p.m., Thurs., March 11, 2004 and then publicly opened and read aloud at 2:00 p.m. in Council Chambers 2nd floor— N.E. corner of City Hall. Plans, Specifications and Contract Documents for this project may be obtained at the Park Planning section, Parks and Community Services Department, 4200 South Freeway, Suite 2200, Fort Worth, Texas 76115-1499. Documents will be provided to prospective bidders for a deposit of $50 per set; deposits shall be made in the form of a check or money order. Each prospective bidder shall receive a deposit refund on the first two plan sets if the documents are returned in good condition within 10 days after bids are opened. Any additional plan sets shall require a non-refundable deposit. These documents contain additional information for prospective bidders. All Bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of the prevailing wage rates, and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code, Section 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. .. 1. Minority/Women's Business Enterprise Participation Goals In accordance with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the M/WBE Office or from the Office of the City Secretary. The bidder shall submit the MBE /WBE ., UTILIZATION FORM, SUBCONTRACTOR / SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM and / or the JOINT VENTURE FORM ("Documentation) as appropriate and must be received no later than 5:00 P.M., five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit documentation at the reception area of the managing department, Department of Engineering, 2nd floor, City Hall, and shall obtain a • receipt. Such receipt shall be evidence that the documentation was received by the . City. Failure to comply shall render the bid non-responsive. The following list is provided to assist bidders in obtaining the services of MNVBE vendors qualified to provide such services/materials for this project. A listing of qualified M/WBE vendors may be obtained at the City of Fort Worth M/WBE office, 3rd floor City Hall. Services/materials for this proiect are as follows: site prep grading/earthwork sodding concrete seeding steel rebar site furnishings earthwork playground equipment subdrain The City's minimum M/WBE goal on this project is 11 % of the total dollar value of this contract. 2. Prime Bidder Qualification Requirements The City will evaluate all submitted bids based on criteria and qualifications to determine award of contract as noted in Item 14 - Bidder's Statement Of Qualifications — Special Instructions To Bidders and upon receipt of Bidder's Statement Of Qualifications form included in this construction document. In general: • The Prime Bidder, as general contractor or sub-contractor, must demonstrate similar project scope experience on three (3) projects within the last three (3) years. All subcontractors intended for use on this project shall also demonstrate similar project scope experience necessary to successfully perform on their respective portion of work on this project. • The Prime Bidder must provide a list the surety company(s) which issued bonds for projects listed above. Additionally, the Prime bidder shall list the surety company intended for use on this project. • The Prime Bidder must submit a current certified financial statement prepared by an independent Certified Public Accountant. • The Prime Bidder shall perform with its own organization and with the assistance of work crews under its superintendence work of a value not less than fifty percent (50%) of the project scope of work as per Section 8.1 of the standard specifications for Street and Storm Drain Construction for the City of Fort worth. Bidder Qualifications submitted to the Parks and Community Service Department Project Manager must be received no later than 5:00 P.M., five (5) City business days after the bid opening date, exclusive of the bid opening date. 3. Bid Addendum Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Project Manager. 4. Pre — Bid Conference A pre-bid conference will be held with prospective bidders at the Parks and Community Services Offices Conference Room 2 on February 26, 2004 at 8:OOAM. 5. AWARD OF CONTRACT The City reserves the right to reject any or all bids and waive any or all formalities. The City will award one contract with a combination of base bids and/or alternates which is most advantageous to the City. No bid may be withdrawn until the expiration of 55 calendar days from the day bids are opened. The award of contract, if made, will be within 55 calendar days after the opening of bids, but in no case will the award be made until all necessary investigations are made as to the responsibility of the bidder to whom the contract will be awarded. RANDLE HARWOOD, ACTING DIRECTOR GARY W. JACKSON PARKS AND COMMUNITY SERVICES DEPARTMENT CITY MANAGER GLORIA PEARSON CITY SECRETARY By: /IX/-101, Scotf E. Penn, Project Manager (817) 871-5750 Thursday February 5, 2004 Thursday February 12, 2004 ■ SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud,the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner,the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as • hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. • 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting Parks and Community Services Department telephone number ■ indicated in the Notice to Bidders. Bids that do not acknowledge all applicable addenda will be rejected as non-responsive. (See Item G in the Proposal.) 4. AWARD OF CONTRACT: The Contract may not necessarily be awarded to the lowest bidder of the Base Bid. The Parks and Community Services Department shall evaluate and recommend to the City Council the best bid based on the combined benefits of total SPECIAL INSTRUCTIONS TO BIDDERS - 1 - bid price and number of contract days allotted, as specified in the Proposal, and which is considered to be in the best interest of the City. Regardless of the Alternative chosen, 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 in the Construction Documents, liquidated damages shall be charged as outlined in General Provisions, Item 8.6 Failure to Complete Work on Time, found in the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas. 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 Maintenance Bond shall be required for all Parks and Community Services Department projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Division 1, Section 01700-Project Closeout, Item 1.02. In order for a surety to be acceptable to the City, the surety must meet the requirements of V. A. T. S Insurance Code, art. 7.19-1(c). Satisfactory proof of any such reinsurance shall be provided to the City as outlined in the Notice To Bidders. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 - General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain SPECIAL INSTRUCTIONS TO BIDDERS -2- •• Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 7 EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400(Fort Worth City Code Section 13-A-21 through 13-A-29)prohibiting discrimination in employment practices. 8 WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. Disregard if Federal Wage Rates are applicable to this project. If Federal Wage Rates are applicable to a project, the Contractor shall comply with all items identified in the attached Contractor's Packet. For further information regarding this packet, contact the Intergovernmental Affairs/Grants Management Division,Finance Department at (817) 871-8365 or 871-8387 9. FINANCIAL STATEMENT: A current certified financial statement shall be provided to the City as outlined in the Notice to Bidders for use by the CITY OF FORT WORTH in determining the successful bidder. This statement is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation(statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or$250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on"any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders - Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers'compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. 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 SPECIAL INSTRUCTIONS TO BIDDERS -3- or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. E. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of 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 w 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. rr EZ r cSPECIAL INSTRUCTIONS TO BIDDERS -4- "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MPNORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 15530,the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The MEB/WBE Utilization Form, Subcontractor/ Supplier Utilization Form, Prime Contractor/Waiver Form and the Good Faith Effort Form and or the Joint Venture Form, as applicable, must be submitted no later than 5:00 p. m. five(5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. - Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M, ,VBE 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 "0" or"no participation" in the spaces provided, and provide SPECIAL INSTRUCTIONS TO BIDDERS -5- a brief explanation. • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s)prior to approval,the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALI, 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 w SPECIAL INSTRUCTIONS TO BIDDERS -6- 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. PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored, after completion of the work, to a condition equal or better than existed prior to start of work. By ordinance,the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning)can be done on trees or shrubs growing on public property including street Rights-Of-Way and designated alleys. This permit can be obtained by calling the Forestry, Office at 871-5705. 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 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. 14. BIDDER'S STATEMENT OF QUALIFICATIONS " A. QUALIFICATION OF BIDDERS: Prime Bidder and all sub-contractors to be used by the bidder in the performance of this project shall be required to demonstrate experience necessary to successfully perform the proposed scope of work. The Prime Bidders' specific (1) experience, (2) stability and(3)history of performance on projects of a similar nature and scope will be considered. The BIDDERS STATEMENT OF QUALIFICATIONS shall be provided to the City as outlined in the Notice To Bidders and as noted in the specifications for the purpose of evaluating the Prime bidder/subcontractors qualifications. B. PRIME BIDDER/ SUBCONTRACTOR QUALIFICATIONS 1. Demonstrate experience as either general or sub-contractor on a minimum of three (3)projects similar in scope within the last three (3) years. 2. Provide listing of surety company(s)which issued bonds for previous projects identified as demonstrated experience. 3. Provide name of surety company to be used for this project. 4. Provide a current certified financial statement as prepared by an independent Certified Public Accountant. 5. Name and qualifications for the site superintendence of the work. 6. Identify at least 50% of work which is to performed by the Prime Bidder with its own organization and work crews under its superintendence. 7. All sub-contractors intended for use on this project shall also demonstrate similar project scope experience (three similar projects in scope within last three years) necessary to successfully perform their respective portion of work on this project. ■ SPECIAL INSTRUCTIONS TO BIDDERS -7- 8. Submittal of Letters Of Intent for the use of specific subcontractors listed on the Bidders Statement Of Qualification form. The Prime Bidder shall submit such Letters of Intent to the City no later than five (5)working days upon being recognized as the overall qualified bidder by the City. Should the Prime Bidder subsequently desire to substitute a subcontractor,the Prime Bidder shall notify the Project Manager in writing along with Letter Of Intent and experience i qualifications for approval prior to commencement of construction. The documentation required herein shall be received by the Project Manager of the Parks and Community Services Department no later than five (5) City business days after the bid opening date, exclusive of the bid opening date. Recommendation of award of contract shall be contingent upon the Bidder and/or sub-contractors meeting such qualification requirements. Location and responsive ability of the firm will be considered. t If your firm anticipates entering into a joint venture with any other firm to conduct all or part of the performance required under the proposed project, that firm should be specified in your response. For each firm included in the joint venture,please provide the information required above. Under the Contract executed for this work the City will require your firm to be completely 100 percent responsible for fulfilling all aspects of the contract bonds. Other firms and employees that may be involved in their joint venture will be treated by the City under the contract as if they were employees or subcontractors of your firm. Other than those firms noted in the contract as a part of the joint venture,no other firms will be allowed to participate in the joint venture without written consent from the City. B. PLAYGROUND INSTALLATION AS PRIME PROJECT SCOPE 1. For projects in which the construction of playground area is the prime scope of work,bidders must be able to demonstrate the following. Failure to adequately demonstrate that the bidder meets these requirements may result in a ■ recommendation that the bid be rejected as non—responsive. 2. The prime bidder shall submit such documents as are necessary to establish that the bidder has successfully and satisfactorily completed the construction and installation of at least three(3)playground facilities within the immediate past three (3) years for the state of Texas or other municipalities within the Dallas/ Fort Worth metroplex, such work to have included grading, sub surface drainage, playground perimeter concrete edging, equipment and safety surface installation. The documentation shall also demonstrate that the bidder completed the projects Ph within the contract time without the assessment of liquidated damages. 3. If the prime bidder has not performed work for the state of Texas or municipalities within the Dallas/Fort worth metroplex, the bidder may still be considered if it has completed three(3)park playgrounds within the last three(3) years for private entities which included work as noted in B.1. ,� 4. The prime bidder in addition shall provide information that d sow's'�w- ley. , demonstrates the following: SPECIAL INSTRUCTIONS TO BIDDERS SS a. Name and qualifications for the site superintendence of the work. b. Knowledge in appropriate task sequencing. c. Intended staffing requirements to construct the work within the contract time allowed. 15. 07ONE ALERT DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "OZONE ALERT DAYS". Typically, the Ozone Alert season within the Metroplex area runs from May through September, with 6:00 a.m. - 10:00 a.m. being critical ozone forming periods each day. The Texas Natural Resource Conservation Commission (TNRCC)in coordination with the National Weather Service,will issue the Ozone Alert by 3:00 p.m. on the afternoon prior to the alert day. On designated Ozone Alert Days, the Contractor shall bear the responsibility of being aware that such days have been designated Ozone Alert Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires substantial use of motorized equipment. However, the Contractor may begin work earlier if such work minimizes the use of motorized equipment prior to 10:00 a.m. 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 Ozone Alert 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: 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. SPECIAL INSTRUCTIONS TO BIDDERS -9- 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. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers'Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; ■ (2) provide to the contractor,prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees • of the person providing services on the project, for the duration of the project; SPECIAL INSTRUCTIONS TO BIDDERS - 10- (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 (7) contractually require each person with whom it contracts, to perform as required N 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. The providing of false or 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 terminated 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: SPECIAL INSTRUCTIONS TO BIDDERS - 11 - 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." END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS - 12- 0 '10/04 17:42 FAX 871 5724 CITY OF FT WORTH wjuuaiuuu PROPOSAL TO: MR. GARY W.JACKSON City Manager Fort Worth, Texas FOR: PLAYGROUND IMPROVEMENT AT: CROSSING AT FOSSIL CREEK PARK PROJECT NO. C188/541200/080188106170 DOE NO. 4396 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans,specifications, and the site,understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor,equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Parks and Community Service Department Director of the City of Fort Worth. r The "approximate quantity" category is for information purposes only. The Contractor shall be paid on the basis of actual installed quantities on non lump sum items. Additionally, the Contractor shall be aware that the Proposal contains both Lump Sum and Unit Price items. If the lowest bid received exceeds the funds budgeted for the project,the City reserves the right to decrease the quantities contained in any line item or to eliminate any specific line items before award of the contract in order to bring the work within budget. By submitting a bid,the bidder acknowledges the City's right to adjust or eliminate line items prior to the award of contract. Further,by submitting a bid,the bidder agrees to honor each line item bid " price without recourse to the City in the event line items are adjusted or eliminated. Upon acceptance of this proposal by the City Council,the bidder is bound to execute a contract and furnish,if applicable, Performance, Payment, and Maintenance Bonds 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: BASE BID PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Playground Improvement at Crossing at Fossil Creek Park: 1. ILS Excavation/Grading(see sheet 2 of 4)@ aL� � Dollars& N• Cents per LS $ Lump Sum $ 5,900' 2. 1135 SF Installation of Concrete Paving(sheet 2 of 4) c Dollars& d w 4:;.� Cents per SF $ 3. ]EA Installation of HC Accessible Ramp(sheet 4 of 4) it /w�lv e arcg0 Dollars& AV Cents per EA $ (zoo $ f Zop PAY APPROX. DESCRIPTION OFMMS WITH BID UNIT TOTAL ITEM 2UAN T 1-1 Y PRICE WRrrrEN IN WOnS PRICE AMOUNT Bit 4. 262 LF Installation of Concrete Mow Strip(sheet 3 of 4)@ ec Dollars& ca 1 A16 Cents per LF $ Z3• 00 5. 1EA Installation of Project Sign @ f [aDollars& eo Cents per EA S 6V $ 6. 1LS Installation of Safety Surfacing Material w/Wear Mats @ f6c Dollars& �r ��// A/0 Cents per LS $ :!55 ,0 $ SO4% 7. ILS Installation of Sub Drain and Catch Basin(sheet 3 of 4)13 ^....0 Dollars& a, ca ,uo Cents per LS $ 3[T� $ 36d-6 8. ILS Specified play Structure Installed(sheet 3 of 4) ssv�w' r 64follars& Cc � Cents per LS $ �! 70 $ % 9 7a cv 9. ILS Specified Whirl Installed(sliect3 of 4)@ AJb Cents per LS $ '�D $ 3430 ` 10. ILS Specified Two(2)Bay Swing Installed(sheet 3 7�4)(tilw Qroe4 j /7✓a ds kt�..J�•�Dollars $c,- � 577-f tri �o Cents per Xbn S 11. 5EA Installation of 6' Park Bench(2 at entry and 3 i ide play area)@ J (,,..Ira 4..c.. Dollars& P. Cents per EA $ 410 - w S ZOSo � TOTAL BASE BIY) $x, 746 r Ivo AW V14 I# .%& me ail 01c9 UITY OF FT WORTH 10005/006 BILA ALTERNATES BA L 2EA Installation of 6' Park Bench and Concrete Slab (to be located by LA-sheet 4 of 4)@ Dollars& /gyp Cents per EA $ 45D* S 57dp C.4 BID ALTERNATE TOTAL This contract is issued by an organization that qualifies for exemption pursuant to the provisions of Article 20.04(F)of the Texas Limited Sales,Excise and Use Tax Act. The Contractor performing this contract tnay purchase,rent or lease all materials,supplies,equipment used or consumed in the performance of the contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling tax,said exemption certificate complying with State Comptroller's ruling#95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling#95.09 as amended to be effective October 2, 1968. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractor or employment agency in either famishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of 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 Thirty(30)Working,Days after the date for commencing work as set forth in the Notice to Proceed to be issued by the Owner and to pay not less than the 2002 AGC North Texas Construction Industry Survey.. Within ten(10)days of receipt of notice of acceptance of this bid,the undersigned will execute the formal contract and will deliver applicable Surety Bonds for the faithful performance of this contract. The attached deposit check in the sum of S s"` " Dollars(S—)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 applicable bonds are not executed within the time set forth,as liquidated damages for delay and additional work caused thereby. In the case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous price for construction thereof to the City or to reject the proposal. 3. Receipt is hereby acknowledged of tate following addenda: IF No. I No.2 No.3 No.4 i __ __ _ _ _. .-- ...— v. %,iis ur ri nuxtn 10006!006 Respectfully submitted, �6� S Rr�n k Iw 6 L.a•,�s�a�c.. TAc-. Company Name) AA fl,Y Knuth Sign&='- ) Date: �t• l�v✓�,,. 76 N•18 elephone: (B/1 ) SEAL(if corporation) FORT WORTH PARKS AND COMrVIUNITY SERVICES AEPARTNENT CITY OF FORT WORTH 4200 South Freeway, Suite 2200 Fon Worth, Texas 76115-1499 (817) 871-PARK/FAX (817) 871-5724 TELEFAX TRANSMISSION COVER SHEET DATE: 3 /Q TOTAL PAGES: TO: FAX NUMBER: � t75�� f9 TELEPHONE NO. ORGANIZATION: J G% FROM: [TELEYRONENO- COMMENTS: IF YOU HAVE ANY PROBLEMS RECEIVING, PLEASE CALL OUR IMSSION SS To enrich the lives of our citizens through the stewardship of our resources •..•` and the responsive provision of quality recreational opportunities and community serv;r-- tQJuuz/uuu ADDENDUM #1 Playground Improvement at Crossing at Fossil Creek Park March 10, 2004 TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. PROJECT MANUAL REFER TO PROPOSAL Replace Proposal with attached Proposal. The purpose of this revision is to specify line item quantities for line item #2 and lint item#4 (concrete paving, playground edging/mow strip). ` END OF ADDENDUM #1 E Bid Opening Date: Thursday, March 11, 2004 Acknowle a tWreceiptf this Addendum on your Proposal. By. colt . Penn, Project Manager Release Date: March 10, 2004 r 03,'13/04 1033 FAX 871 3724 CITY OF FT WORM 0003/013 ATTACHNEW IA Page f of 4 FORTNVOKrH 03-18-04A09 : 30 RCVD City of Fort Worth SUbcontractomtSuRdiers Utilization Form iRW COWWW OWN*aplpaem"Brod,m �--% 46,�.r� t�OJeCr rr�aerE: c4.,,,- �urrn rro�arww�MOVE Chrs"NAE rcrowl sow t rtarr x 0 x Identify all subcontractorsisuppilers you will use on this projeet Farluiei gyb.ttplele lt`>t5' in �;er>i6se>y ad Tart ` Tart v�burrs 5..-WplmrL*m(5)M txi�irs�ss I TA reSM * AW,teig caorisi�k by I gr�pJa ° ' o prfer a al�'' agrtett witlt 1iSe �J' 4, 5 :ti I , r,i r^"� �"�"d"t'eSftl�h�l�Sf�iB �I1� �y�.��P , $�fF'0llf0a11od�gid.er1e0bio1rtiiB of[`ity Iq SiI, I�INta�txII'iIt,1 NT��FfI,a � R1� �nJ iugat E, 71 bid bong conskk ed {p VJWSEs listed tlorrad •rrsth 9 dw project goal must be located In Sm nine Ilii county or a melt doing buslinss in the woe at the fine of bid Maftitiam is the geogrsorc area of Tarrant, Partret'..lottr+srrn.Colli,DaNes.Denbm ii Eths,Katlkvm and RUd W anunties. Icy Ther lem"L 11 r is t1's`'I�d�N91 C(! *ac&V bhkw Ve LA � ``� Payrrrer9t.frari"f�e,prirrie aon�ra�or"ml a suboonlr'a�ior�'o�idered !�tibry�„p � ' a,� I I I"',, ALL MMIBES MUST BE CERTIFIED BEFORE CONTRACT AWARD. c rmleatiarr means those firms.kmated or doing business at the bine of bid apeniQg within the Marr,00 have tram de>kwn*wd tD be bumfrde mtnartijl ar women bumesm by ft North Cental Tom mail Cefficabm Agawy Q TRCAI or tete Tmm DeliwMwtt of Trion(TX 0041 Iig wmy division. Ds&&mnbMW Bummm Efflarpfte(D89 is srmjmom with M'rmonft^omen Buss ErrUegxft(MIWB4 If;"llegp eer*kes aft,u lathe pt[me will 661-%ivpr* ared�as IF�i"rg1!Ali IPIC�I4tBE (ao 0 Q at left oki 'fill Iiderfssd''�iidwper�bi0rW trtydc'tn " Tl�e' ie�6e • trtl anaIWl{I1IBE fern. '' MrW�,atiirrobr',bee�elb'v^ �.r�may MNVBE ' lease t(uChs ffarn mduding Olwrler b6 WO�n +keol®ivle'c�9dit 'a te I ?fees and issiotrs'earned' atie MNVBE ass o�itfinesd in'tt,re a.' 08/13/04 10:88 FAX 8T1 3T24 CITY OF FT WORTH Q004/013 R ftTwo tm v- ,y 3 0 (CVD ATrACNM Off aA POW 2 04 r Plill sea wird fA d8drym L d ataius»'s.. il�r.�Oamen and ao MVgEs Please ist Marta Enm fist snipaddiia1 eels H necessary. �• � Oer M SURCOKMACTORM PPLiat R; C=npenyml I N; T Dow DOW Adders: • T, D I Wwk lapplive Pumb ed Dedsr MnousR Tekpl—FF-- r B B N O J E E C T .� A 7,'7 j 0 /l/ �{tiwl�r•its , � �u��ria_ 110$ /�,,a10.0 ,fi)r. f� (�la•�t_ • 3� q?z,. G 4vv Ind I �f I /vl ►�•waw.�f�r G rr..�.�1 � 701 ileac, i )�401 i k -71,tao 727 i-I • �i►d Ja '�7r 7�l � I sv�P�."''•r Z Sova ,g�7• .Z 3 zr- 1��•xa I I Rm-%qJM 3 03/13/04 10;33 FAX $71 3T24 CITY OF FT WORM �OOti/013 e I ATTACHMENT 1A FOR Pagpld< ToW Dollar Arrrormt of WME SubconbackwZwplim $ -7<M Total dollar Arltount of Non-UrME S 11 mvsupplksrs $ POO 3 -?177.) _ TOTAL mum AmomT of ALL suBcowrRAcToRzmPPuEm t stlowtu 1 .I. VI' Y 1 a =- id+mift 0i fl nkiiit a►1d {!1larrlert +tHiOBi !°l " Of a �Q11�P_S��R/1M� �•� �rl lIII T i, may d i 61 ;y;�,,��� r 1101N r �� w af6er ;tfie, vrm #�d S(rl�l!'�41�Fi��t8i��1�31rB0", 'Vr ' � ' �� • MIWBE 9 the dem is AOt 9ur1 ' : t mil! 1�e final 'dam. BY Mff*9 a signshire tQ this fiarm, the offeror furdter agrees to provide, directly to the City upon request, axnplebe and a="te inFo oration regardrrtg adual work perioirned by aU subeontraclum hcludhV MAN/DBE(s) mangemerrts submitted with itte bid. The Offeror also agrees to allow an audit and/or era nination of any books, records and files held by their company. The bidder agrees to allow the tranamiSsm of inWM&,NS with ownets. prindpah, 090ers, errlpI%y and appl=W suboo ofracbors/strppliershaontractors participaUng on the contract that will substantiate the actual work perfonmed by the M/WIDBE(s) on this conl1ract by an aulhariwi officer or ernplayae of the C KY- AnY intarldonal and/or of facts will be grounds for terminating the contract or debamnent from City work for a period of not less than titres (3) y is and for Initlating anion under Federal, State or Local laws ooneerning false staternwAs_ Any failure to comply with this ordinance and create a material breach of cmAract may result in a determination of an imesponsble Offiunr and barred from participating in City work far a period of time not less than one(1)year. S (4- � rft wnn►nrle(iF dftm ::515 <Py► r-ley Zil w�se�.�('L 144" _;E �7 ��7- LI Z�z !?• 3rd Lz campmwn1 a MwFarr 74 1 !JAAC-• � l Zr?- j�-t �.� ���...c��'ee�hf4 -r c d j, wddrra EweAddrom Cftnftkwp of r ftv.SWIM ir 03/15/04 10:48 FAX 871 5724 CITY OF FT WORTS 1a007/013 03-18-04A09 : 31 RCVD ATTACHMENT 18 FORT WORTH MY of Fort worttl Pr'ilr_1>nSC28kIctOr MlyeE Eorm PR Cle/>r NAS MDDAW �t 3 -r1 zooq 4 C"MrAw goat - �e - - /� t*3 0-1 6W 7a0170— % R both answers to lfds farm are YES,do not coniplele ATTACHMENT 1C(Good Faith Effort Form). All question on this form must be oompieted and a dstalled cgfttabion Provided, I applicable. N the answer to either question is NO,then You m g complete ATTACHMENT 1 C. This form i3 0*applie"if hM answers are yes. �IP 'PII" II IgnIIPh,�.�Aat lI11 Yi��nl`f IIV�iie til ni In bill q) t I MI P I n F, � I i ,r l.. Mli II nl .y.. ,,.t Lf PI' >,�- ±fir I I II �, nlll n n ..I n,nt n n ul n 11111: it ILII II'11,14111 IP f „i li'I II li Ill �'l�l �l iC' 1I hNN. ,'I,: wM you perft oft et" conved w1 otit luvt:ta8? YES )w4ff . pmvift a detarrled eo�raffm 9W proves based an the she and scope of vis proja� NO >fft is normal tine and an 1 of busrttess. WHl 1M perform aarth conbaat whho d Suppe rs? YES ff ym,pkme provide a deWled wg iartebm Istat prom based on the sloe and so pe of ibis prajeM oft to 1�n0mhal business pr,�r&*and provide an aewfMo y profits of yohr bu s. NO 111 The Bader tUrther agrees to MuMe, dim* 13o the Cay upon request complete and aewraibe information regar'dmg actual work performed by all subconbackars.inducting MMMBE(s)at this oonitac L the payrtterrt$ mefure and any proposed dhangea bo the origkW MMBE(s) arrangernetts submitted with this bid. The bidder also agrees to allow an audd endlar eocarnknation of any books, reoards and fibs held by their oornpany tliat Mnll subsWri rate the actLA work performed by the MANBEs on this eoiwo , by an authortzed ofFxw or empbyee of the City.Any kitenHonai andbr kn&MM m1mapreeentetion of farms will be grounds for terming"the contract or debarment fl m City vrork for a period of npt less than three(3)years and for inlfi-a"action under Federal.State or Lodi laws conoemrq false statements. Any fafure to comply wM this ordinance ct+eabes a material breach of -" contract may result in a debem►ination of an imes'portsible a$eror and barred from pwScipalfing in City work for a Period of time not lana Um ono(1)year- -)rfyy--i (cam �ULy�.94� ' F+MnMd atDrhM,he Tme Capt Nan.(if enlre+vm vv fG kir La Ca Pe. AIL- �, �- 5-7?--&i L2z- if!>-ey 7 Z U6 ox"Pegr Nene Phu=Nmr6or Foot Nr ohm ou-1 �r'+ !e��.s-�s�rt�d� �-,•f ^�-( e�v+ Addkm Awe RM.9MM3 03/13/04 10:36 PAZ 871 3724 MY OF Fr WORTH IZ008/013 03-18-04A V0 ATTACHMENT 1C Page t of 3 FORT Wo T CIIy a Fort worth G_aaclF,aith Effort Farm ooel�anr l am*app6rihre>matio aesa J d� SF�:h�t�r a �h5ts� PROJEGTMAKE �ss, Gr p �A7W E li0t�ww�r7� �. RaladE +omcrMu� G 1640 :U6 .70 I � % I'!II l l•9: ' G'l'�I k d V ill i: 7our I I . i r' N the bidder's nmdvod of cornlA nce with the UI BE goal is based upon demonstration of a =good faith effort", the bidder will have the burden of correctly and acwrabely prepwtng and submitting the documentation required by the City. Compliance with each item, l thru 6 beivw, shall satisfy the Good Faith Effort requireamd absent proof of fraud, intemtiomal andlor knowing misre. ew.'ation the facts or irhbeetional discrimination by the bidder_ Famine to complew aftftrn4 'm its ' with s 'Wft* 'ivmd ;by the Managing DeparUnent an or bd bin 5 Go PA., (4 C4 business days iffwi ftflopik�e9edusiM of,bid openirm dale,will milt*the bid being bol bid 1.) Please list each and every ung andror supplier opportunKA for the completion of this project.."m lem of Mrhedm it Is to be provided by a MANSE or non4WIANSE.(DO NOT LIST NAMES OF FIRMS) On Combined Projects, 141 each sip1 and or supplier opporturfity through On ftfte add!WLo l whiftKnecesswo List of SUbcwM &cHg OpportreIlies Lst of Supp A r Iftv.V"I, 5 03/13/04 10:36 FAX 871 3724 CITY OF FT WORTH 1RI008/013 03-18-04A09: 31 RCVO ATTACHMENT IC Page 2of3 2) Obtain a current(not more than three(3)months old from the bid open date)list of MIMF subcontractors andlor suppliers*orn the Guy's MIYYBE Office. _ /Yes Date of Listing 3 Cr;�I No 3.) Did you solicit bids Trym MIM/BF fines,within the subcontracting and/or supplies areas previously R listed,at k4W tan calendar days prior to bid opening by mail,exclusive of the day the bids are opened? Yes (W yes,attach WWWSE mart hzbm to irmkWe name of firm and address and a dated copy of left nORML) NO 4�) Did you soffit bids from MMUE rimmh within the subcontracting and/or supplier areas previously listed,at least ten calendar days pilor to bid opening by telephone,exclusive of the day the bids are opened? Yes (!rym attach rat to indude nsne of RWW firm, cwd who Pa,oe.m mbet and dab and ftj of contact.) ?U 140 t i l l ' 1 1 ' 1 1' �1 - fes: A Upsk ale d�rbe to eitlrtrr 3 or'd.'brit trt'sy be tW"" b0�t �a is ft,'aelsetk Sena tm.far[ • � " 41,6 pnoow'i1N If tirire; farm) .and Win ,faoe®d_ rr CRE:`. / 1 1. l I I',� ��, ,01, '� 1 '�1 4 list df tEs,for a iY baker ni cbntaGt the arrtiris rst'1�af be in otteerpi'tstce arith; ( h, � :i. !iia'W of Ml!�Igss � r a , I�lboontrach is bin' " a Ir"reis',t vantaht h�two- thymes'( d[ the Foo s�►itfrin MAO amp O1tllbppOrtaOMk��, � '• d�Ok1Ftobe in oas�rptia4�e vrrtft quesfioris i and 4, S.) Did you provide plans and spedflcfttions to potential MIWBEs or information regarding the location of plane and specifications in order to clet the MIWBEs? -22L_Yes No 6.) Submit docannerttation If MMIBE quotes.wem resected. The doCumentathm submitted should be in the forms of an afFidavit, include a detailed explariition of vfiy the UMBE was rejected and any supporting documentation the bidder wWm to be considered by the City. In the event of a bona fide dispute concerning quotes,the bidder well provide for cost Irf-cafiem access to and inspection of any relvmvt documentation by City personnel• the sheets.if and atbchj Com /'"Bore T contact Person of wom Reason for ftev.osrsoalos 03/15/04 10;3T FAX 871 ST24 C MI OF FT WORTH Q010>013 r� r ATTAC MENT iC Page 3 or 3 03-18-04VjI, � -71 RC ADDffKK4L WFORMATION; Please provide addi tonal infofr Blore you vM ftnt w amain ymv good wW honest aifbi to to oWin MIWBE p8tfppadon on this proj@M I I The bidder firrther agrees to db+ectly to the City upon request, Complete and aCruratie information regarding ackad work perforn+ed on this Conbact, the payment thereof and any propmW changes to the original arrangements submitted with fhis bid. The bidder also vgrees to allow an audit and/or examination of arty books, records and files held by their any that wlil substantiate the actual work performed on this covdv'c,by an audKWI ed offver or employee of tfie City. Any intentional andlor knowing j misrsp owmtstion of fads will be gmmWls for tinmeditating the contract or debarnl Bart from City work for a period of not less than three (3) years and for ung action under Federal. State or Local laws Concei nh false st-lenrerrls. Any failure to comply this aria ordiramm and crealess a material breach of ct contramay result m a delanniof Mirrnsible espoofferor and from pmWpa�g in City work for a perm of time not less than one(1)year: The ut~dersk . certifies that the �oTma6on provided and the NUWBE(s) lid washrere contacted in good WOL It is understood that any W*13 (s) listed in A11 Pic' hent IC will be contacted aied the reasons for not using them will be verified by the CiW!s lVI WELE Offtce. Ptirid t�nabMre Twe J Cental Name and rate{ff nQ f��v. k�� ,� l ' Cc.�'� `.i.• 91-7-5-77 47-2Z &A7 tDapaay Name Phone mbanbv F=Kunio ,_ .a7Ll�� h��-•ut/1�.. r2L�,. ( -���y--1 r�.� sc,.�-r.�.S��.s-�yrca!° � �' Address 1 Finai Adit w Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered,use"NA"if applicable. Name of City project: A joint venture form must be completed onag�ch project RFP/Bid/Purchasing Number: •- 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm Non-M/WBE name: firm name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2.Scope of work performed by the Joint Venture: Describe the scope of work of the MlWBE: Describe the scope of work of the non-M/WBE: Rev. 5/30/03 Joint Venture Page 2 of 3 3.What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: ■ Other applicable ownership interests: 6. Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing--a-nd Sales ---------------------------------------------- C. Hiring and Firing of management personnel ----------- --- ---7---------- d. Purchasing-----------of m--a-j-or---e quipment and/or supplies ■ Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance. ps 1b Rev.5/30/03 Joint Venture Page 3 of 3 I AFFIDAVIT E The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits,interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts:_ ---------------------------------------------------------------------------------------------------------------------- Name of M/WBE firm Name of non-M/WBE firm Printed Name of Owner Printed Name of Owner ' Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of ,20 ,before me appeared F and ■ to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public _ ■ Print Name Notary Public Signature w Commission Expires (seal) Pk Rpv sisnin:a 2002 AGC North Texas Construction Industry Wage Survey Building Trades Average Hourly Health & Total Classifications Rate Welfare Pension Vacation package ACMechanical $17.55 $1.67 $0.38 $0.21 $19.81 AC Mechanical Helper $10.74 $1.70 $0.28 $0.18 $12.90 Acoustic Ceiling Installer $14.26 $0.38 $0.20 $0.15 $14.99 Acoustic Ceiling Installer Helper $10.53 $0.20 $0.14 $0.09 $10.96 Bricklayer/Stone Mason $19.29 $1.62 $0.33 $0.00 $21.24 Bricklayer/Stone Mason Helper $13.07 $0.35 $0.00 $0.00 $13.42 arpenter $15.76 $1.17 $0.47 $0.36 1 $17.76 Carpenter Helper $11.69 $0.46 $0.27 $0.22 $12.64 oncrete Finisher_ _ $14.29 $0.40 $0.22 $0.00 $14.91 r Concrete Finisher Helper $10.09 $0.20 $0.00 $0.00 $10.29 I ..oncrete Form Builder $12.16 _ - - $0.36 $0.03 $0.02 $12.57 Concrete Form Builder Helper $8.81 $0.00 $0.07 $0.0_4 $8.92 rywall Taper - $13.25 T $0.89 $0.68 1 $0.32 $15.14 Drywall Taper Helper - $8.00 $0.00 $0.25 $0.25 $8.50 Electrician $19.79 $1.88 $0.32 $0.61 $22.60 lectrician Helper _ $12.95 $1.59 $0.13 $0.19 $14.86 lectronic Technician _-_ - $20.06 $1.31 $0.79 $1.34 $23.50 lectronic Technician Helper_ $12.27 $1.07 $0.79 $1.59 $15.72 r"loor Layer(Carpet) $15.17 $0.60 $0.32 $0.17 $16.26 loor Layer(Resilient) $15.94 $0.00 $0.00 $0.00 $15.94 Floor Layer Helper $11.00 - $0.00 $0.00 $0.00 1 $11.00 slazier _ $14.35 $0.92 $0.16 1 $0.40 $15.83 Glazier Helper $10.32 - - $0.85 $0.23 $0.21 I $11.61 'pe Insulator i _ _$15.05 _ _ $0.94 _ - $0.76 $0.14 - $16.89 Pipe Insulator Helper $10.12 $1.13 $0.12 $0.00 $11.37 aborer Common $9.21 _ $0.54 _ $0.07 $0.09 $9.91 borer Skilled 1 $11.59 $0.82 $0.04 � 1 10/7/2002 ; AGC 2002 Wage Survey 2002 Building Trades "' �ty;^r c; 'Il S� r 2002 AGC North Texas Construction Industry Wage Survey f Building Trades Average Hourly Health & Total Classifications Rate Welfare Pension Vacation package Lather _ $15.94 $0.23 $0.02 I $0.17 $16.36 Lather Helper $11.12 $0.45 $0.04 $0.33 $11.94 Metal Building Assembler $14.29 $5.62 $0.99 $0.49 $21.39 Metal Building Assembler Helper $9.33 $2.60 $0.04 $0.14 1 $12.11 sinter $12.86 $0.89 $0.62 $0.16 ' $14.53 'ainter Helper $8.66 $0.50 $0.31 $0.06 $9.53 �ipefitter $18.22 $1.59 $0.39 $0.41 , $20.61 mpefitter Helper $12.90 $1.72 $0.09 $0.43 I $15.14 �lasterer $16.16 1 $0.75 $0.02 $0.18 $17.11 Plasterer Helper __ - $9.98 $0.29 $0.02 $0.21 $10.50 lumber $19.25 $1.53 $0.49 $0.20 $21.47 Plumber Helper $11.74 $1.18 $0.18 $0.21 $13.31 2einforcing Steel Setter $13.00 $0.00 $0.00 $0.00 $13.00 Reinforcing Steel Setter Helper $9.31 $0.00 $0.00 $0.00 _ $9.31 temediation Worker $11.75 $0.00 $0.00 $0.00 $11.75 rz oofer - $15.33 $0.52 1 $0.00 $0.06 $15.91 oofer Helper $10.24 $0.44 $0.00 $0.00 $10.68 theet Metal Worker _ _ $15.73 $1.62 $0.36 $0.29 I $18.00 heet Metal a Worker Helper $10.53 $1.38 $0.30 I $0.24 I $12.45 1heetrock Hanger $13.37 _ $0.43 - $0.12 $0.26 1 $14.18 Sheet rock Hanger Helper $9.48 $0.16 $0.01 $0.11 $9.76 T - - ire Sprinkler Fitter_- - $17.86 _$2.17 _ $0.91 $0.30 $21.24 Fire Sprinkler Fitter Helper - $13.33 $2.18 $0.66 $0.41 $16.58 teel Worker Structural $16.20 $1.18 $0.30 $0.15 $17.83 teel Worker Structural Helper $11.71 $2.05 $0.51 $0.16 $14.43 oncrete Pump $17.00 $0.00 $0.00 $0.15 $17.15 Crane,Clamshell, Backhoe, - -- - - - - - -' I"errick,D'Line Shovel $16.07 $1.11 $0.30 $0.05 I $17.53 10/72002 AGC 2002 Wage Survey 2002 Building Trades 2 2002 AGC North Texas Construction Industry Wage Survey Building Trades Average Hourly Health & Total • Classifications Rate Welfare Pension Vacation package Forklift 1 $12.62 $0.91 _ $0.36 _ $0.05 $13.94 foundation Drill Operator_ - $17.55 - $1.23 _ _ $0.41 $0.00 $19.19 Front End Loader $13.27 $0.58 $0.00 $0.04 $13.89 - ruck Driver $12.66 $0.79 $0.13 $0.11 $13.69 relder $15.88 $0.93 $0.02 $0.21 $17.04 pflelderHelper - ---- - - --_ _ � ._ -� - -- - - $11.25 $0.45 $0.05 $0.17 $11.92 1 I M N r 10/7/2002 AGC 2002 Wage Survey 2002 Building Trades 3 VENDOR COMPLIANCE TO STATE LAW Section 2252.002, Texas Government Code, 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 to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate office is in the State of Texas. Please Check or mark with an "X" BIDDER: By: Company (please print) Signature: (please print) Title: (please print) City/ State Zip THIS FORM MUST BE RETURN€U WITH YOUR UOTATION r VENDOR COMPLIANCE TO STATE LAW CONTRACTOR COMPLIANCE WITH M 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 Engineering No. and City of Fort Worth Project No. CONTRACTOR By: Name: Title: Date: STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this day of , 20 Notary Public in and for the State of Texas ct b n U O cn ' U • • O U O O ,.d O Oej > -a c cz 0Cd r. - + •-- Ott., 4-j U 7d o • -- r-- Cid t-, 0 En 0 cn to ct •-- O cr 1-4 U C14 Yl wcz 'v o Ocn m M p O 3 = cri u ,� ej ct Ctcnc� O cd u b�A v M fit'-., .� ., , t 1.0 1.0 14 acn � cnV O `n �■/ bA U � v-4 1.0 a� W C) 1-.4 •� cr u 0 O v � O F-+ CIO ctOcn CO = c� U u vn � � ♦, cn c ct O • W � fil .W-4 M U CIO M■� 'O �O '� U O cz cd p b Apq .� � rcz ~ U O CIO � CIOO U cd GJ CIO � �Z U U p ¢, �+ a a . O � cd G� u p �, U = 7L cz � �1, p p p ,O U U b U U U O4 ct cd i E..� Mrr�ll ,.0 O43 Uct fO ' ct m N C:-' cd ct ct o O o oc � b U r Cd O �' TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS - SECTION 01100- SUMMARY OF WORK The Contractor shall supply all superintendence and shall perform all work and furnish all labor, equipment,materials and incidentals necessary and complete all work as described in the plans and specifications. All construction and other work shall be done by the Contractor in accordance with the best engineering and construction practices for the skill or trade involved. The work to be accomplished under these plans and specifications for: Playground Improvement at The Crossing at Fossil Creek Park(mapsco #49-A) includes: Site preparation, site grading and installation of new playground equipment and park amenities as per construction documents. These plans and specifications were prepared by the Parks and Community Services Department. The Department of Engineering will administer the contract and furnish inspection. In addition to project performance stated above, the Contractor shall also be responsible for: 1. Setting all project layout dimensions and final finish grade elevations in accordance to plans. All such survey work shall be performed by a Registered Surveyor in the State of Texas and verification provided to the City that such survey work complies to plans and specifications. 2. Attend all project progress meetings as scheduled by the City and provide updated project schedules within 3 calendar days upon request by the City. The applicable items contained in the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth, Texas, shall apply to this contract just as though each were incorporated in these documents. Where the provisions or specifications contained in those documents are contrary to this publication, this publication shall govern. In case of conflict between plans and specifications, the plans shall govern. A copy of the Standard Specifications for Street and Storm Drain Construction can be purchased at the office of the Transportation and Public Works Department , 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas. The Contractor shall provide all permits and licenses and pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. The Contractor shall contact the City of Fort Worth's Development-Plans Exam Section for a determination of applicable permits or variances required for this project. GENERAL REQUIREMENTS - I - SECTION 01135- CONTRACT TIME 1.01 PROGRESS AND COMPLETION Upon receipt of a notification letter and the executed construction contract, the Contractor shall be responsible for scheduling a preconstruction conference, which shall be held no later than ten working days from the date of the notification letter. At the time of the preconstruction conference , a construction start date shall be established and indicated in the Notice to Proceed(Work Order) issued by the Engineering Department. The Contractor shall begin the work to be performed under the contract on or before ten working days from the date the Work Order is issued. The Contractor shall carry the work forward expeditiously with adequate forces and shall complete it within the period of time stipulated in the contract. 1.02 LIQUIDATED DAMAGES This project shall be completed within the specified days allowed. If project construction exceeds the allotted contract time, liquidated damages will be assessed as stipulated in the City of Fort Worth Standard Specification for Street and Storm Drain Construction. 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. SECTION 01140-ALTERNATIVES The City reserves the right to abandon, without obligation to the contractor, any part of the project(subject to conditions set forth in Section 01150-Payment to Contractor) or the entire project at any time before the Contractor begins any construction work authorized by the City. SECTION 01150- PAYMENT TO CONTRACTOR, PROJECT ACCEPTANCE & WARRANTY 1.01 SCOPE OF PAYMENT: The Contractor shall accept the compensation as provided in the contract in full payment for fiunishing and paying for all materials, supplies, subcontracts, labor, tools and equipment necessary to complete the work of the contract; for any loss or damage which may arise from the nature of the work from the action of the elements, or from any unforeseen difficulty which may be encountered in the prosecution of the work,until the final acceptance of the work by the City; for all risks of every description connected with the prosecution of the work; for all expenses and damages which might accrue to the Contractor by reason of delay in the initiation and prosecution of the work from any cause whatsoever; for any infringement of patent, trademark or copyright, and for completing the work according to the plans and/or specifications. The payment of any current or partial estimate shall in no way affect the y obligations of the Contractor to repair or remove, at his own expense, the defective parts of the construction or to replace any defective materials used in the construction, and to be responsible for all damages due to such defects if such defects or damages are discovered on or before the final inspection and acceptance of the work. GENERAL REQUIREMENTS -2- 1.02 Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 1 st day and 15th day of each month that the work is in progress. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof,but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net invoice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. 1.03 It is understood that the partial pay estimate amounts will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Payment of any partial pay estimates shall not be an admission on the part of the Owner of the amount of work done or of its quality or sufficiency or as an acceptance of the work done; nor shall same release the Contractor of any of its responsibilities under the Contract Documents. 1.04 The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this Contract. 1.05 Retainage- For contracts of less than $400,000 at the time of execution, retainage shall be 10 percent. For contracts of$400,000 or more at the time of execution, retainage shall be 5 percent. The Contractor will receive full payment for work, less retainage, from the City, on each partial payment period. Payment of the retainage will be included with the final payment after acceptance of the project being complete. 1.06 Contractor shall pay subcontractors in accord with the subcontract agreement within five business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payment to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. 1.07 Contractor hereby assigns to City any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 U.S.C.A. Sec. 1 et M(1973). 1.08 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. GENERAL REQUIREMENTS -3- When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for"Extra Work." No allowance will be made for any changes in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. 1.09 PAYMENT FOR EXTRA WORK: Extra work performed by the Contractor, that is authorized and approved by the City Engineer, will be paid for under"Change orders" made in the manner hereinafter described, and the compensation thus provided shall be accepted by the Contractor as payment in full for all labor, subcontracts,materials, tools, equipment and incidentals, and for all supervision, insurance, bonds and all other expense of whatever nature incurred in the prosecution of the extra work. Payment for extra work will be made under one of the following types of"Change orders" to be selected by the City: A. Method "A". By unit prices agreed upon in the contract or in writing by the Contractor and City Engineer and approved by the City Council before said extra work is commenced subject to all other conditions of the contract. B. Method "B". By a lump sum price agreed upon in writing by the Contractor and City Engineer and approved by the City Council before said extra work is commenced, subject to all other conditions of the contract. C. Method"C". By actual field cost of the work,plus 15 percent as described herein below, agreed upon in writing by the Contractor and City Engineer and approved by the City Council after said extra work is completed, subject to all other conditions of the contract. In the event extra work is to be performed and paid for under Method "C", the actual field costs of the work will include the cost of all workmen, foremen, timekeepers, mechanics and laborers working on said project; all used on such extra work only, plus all power, fuel, lubricants, water and similar operating expenses; and a ratable proportion of premiums on performance and payment bonds, public liability, workmen's compensation and all other insurance required by law or ordinance. The City Engineer will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used, but such extra work will be performed by the Contractor as an independent contractor and not as an agent or employee of the City. The 15 percent of the actual field cost to be paid the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein specified. GENERAL REQUIREMENTS -4- The Contractor shall give the City Engineer access to all accounts,bills, invoices and vouchers relating thereto. _ 1.10 DELAYS: If delay is caused by specific orders given by the City 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 z equivalent extension of time, his application for which shall, however,be subject to the approval of the City Council; 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 8 full force until the discharge of the contract. 1.11 CLAIMS AND DAMAGES: Any claims for extra work or for any other related matter or cause must be made in writing to the City Engineer within seven calendar days from and after the cause or claim arises. Unless such claim is so presented, it shall be held that the Contractor has waived the claim, and he shall not be entitled to receive pay thereof. 1.12 TRANSPORTATION: No allowance or deduction will be made for any charge of freight rates. No allowance for transportation of men, materials or equipment will be allowed. 1.13 ACCEPTANCE AND FINAL PAYMENT: The City, upon receipt of the Director's "Certificate of Completion" and "Final Estimate" and upon receipt of satisfactory evidence from the Contractor that all subcontractors and persons furnishing labor or materials have been paid in full and all claims of damages to property or persons because of the carrying on of this work have been resolved, or the claims dismissed or the issues joined, shall certify the estimate for final payment after previous payments have been deducted and shall notify the Contractor and his surety of the acceptance of the project. Bills Paid Affidavit and Consent Of Surety shall be required prior to final payment becoming due and payable. In the event that the Bills Paid Affidavit and Consent Of Surety have been delivered to the City and there is a dispute regarding(1) final quantities, or(2) liquidated damages, the City shall make a progress payment in the amount that the City deems due and payable. On projects divided into two or more units,the Contractor may request a final payment } on one or more units which have been completed and accepted. On delivery of the final payment, the Contractor shall sign a written acceptance of the final estimate as payment in full for the work done. All prior partial estimates shall be subject to correction in the final estimate and payment. 1.14 WARRANTY: The Contractor shall be responsible for defects in this project due to faulty workmanship or materials, or both, for a period of two (2) years beginning as of the date that the final punch list has been completed and the project 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. The contractor will be required to replace, at own expense, any part, or all, of this, project which becomes defective due to GENERAL REQUIREMENTS -5- these causes. SECTION 01300- SUBMITTALS Prior to construction,the Contractor shall furnish the Parks and Community Services Department a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time for turf establishment(if applicable) and project clean-up. The Contractor shall submit to the Project Manager shop drawings,product data and samples required in specification sections. Refer to Section 01640— 1.02. SECTION 01400- QUALITY CONTROL The Contractor will receive all instructions and approvals from the Director of Engineering and/or his assigned inspectors. The inspector will be introduced to the contractor prior to beginning work. Any work done at the direction of any other authority will not be accepted or paid for. Final approval for the finished project shall be given by the Director of Engineering, City of Fort Worth. The Contractor or a competent and reliable superintendent shall oversee the work at all times. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. SECTION 01410- TESTING All tests made by the testing laboratory selected by the City will be paid for by the City. In the event manufacturing certificates are requested,they shall be paid for by the Contractor. SECTION 01500- TEMPORARY FACILITIES AND CONTROLS The Contractor shall take all precautions necessary to protect all existing trees„ shrubbery, sidewalks,buildings, vehicles, utilities, etc.,in the area where the work is being done. The Contractor shall rebuild, restore, and make good at his own expense all injury and damage to same which may result from work being carried out under this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the Owner to be accurate as to location and depth; they are shown on the plans as the best information available from the owners of the utilities involved and from evidences found on the ground. The Contractor shall determine the exact location of all existing utilities and conduct his work to prevent interruption of service or damages. SAFETY RESTRICTIONS - WORK NEAR ;HIGH VOLTAGE LINES 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, GENERAL REQUIREMENTS -6- power shovel, drilling rigs,pile drivers, hoisting equipment or similar machinery. The warning sign shall read as follows: "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." Equipment that may be operated within six feet of high voltage lines shall have an insulating cage-type guard about the boom or arm, except backhoes or dippers, and insulator links on the lift hood connections. When necessary to work within six feet of high voltage electric lines, the Contractor shall notify power company(TU Electric or the appropriate power supplier)to erect temporary mechanical barriers, de-energize the line, or raise or lower the line. The contractor shall maintain a log of all such correspondence. The Contractor is responsible for all costs incurred. SECTION 01640 - SUBSTITUTIONS AND PRODUCT OPTIONS 1.01 GENERAL For consideration of product substitutions, send submittals to: Scott Penn, Project Manager (817) 871-5750 Parks and Community Services Department 4200 S. Freeway Suite 2200 Fort Worth, Texas 76115-1499 1.02 PRODUCTS LIST A. Within five (5) Working Days after commencement of work, the Contractor shall submit to the Project Manager two (2) copies of complete list of all specified products and submittals for review and approval. B. Tabulate list by each specification section. C. For products specified under reference standards, include with listing of each product: t 1. Name and address of manufacturer 2. Trade name 3. Model or catalog designation 4. Manufacturer's data a. Performance and test data b. Reference standards GENERAL REQUIREMENTS -7- D. Specified material shall not be ordered by the Contractor until such time product material submittals have been received, reviewed and approved by the project consultant and/or City. 1.03 CONTRACTOR'S OPTIONS A. For products specified only by reference standards, select any product which meets such standards from any manufacturer. B. For products specified by naming several products or manufacturers, select any product and manufacturer named. C. For products specified by naming one or more products, the Contractor must submit request, as required for substitution, for any product not specifically named. 1.04 SUBSTITUTIONS A. During bidding, the Project Manager will consider written requests from Prime Bidders only(bidders submitting Bid Proposals for the construction of all work) for substitutions which are received at least fifteen(15) Working Days prior to bid date, exclusive of the bid opening date; requests received after that time will not be considered. B. Within thirty(30) calendar days after date of Contract execution, the Project Manager will consider formal requests from Contractor for substitution of products in place of those specified. C. Submit two (2) copies of request for substitution. Include in request: 1. Complete data substantiating compliance of proposed substitution with Contract Documents. 2. For products: a. Product identification, including manufacturer's name and address. b. Manufacturer's literature: (1) Product description (2) Performance and test data (3) Reference standards c. Samples, if required. d. Name and address of similar projects on which product was used, and date of installation. D. In making request for substitution,the Prime Bidder,,`Contractor represents: 1. That the Prime Bidder/Contractor has personally investigated proposed product or method, and determined that it is equal or superior in all respects to that specified. 2. That the Prime bidder/Contractor will provide the same guarantee (or better) for substituted product or method specified. GENERAL REQUIREMENTS -8- - 3. That the Prime Bidder;'Contractor will coordinate installation of accepted substitution into work,making such changes as may be required for work to be complete in all respects. 4. That the Prime Bidder 1 Contractor waives all claims for additional costs related to substitution which consequently become apparent. ! E. Substitutions will not be considered if: 1. They are indicated or implied on shop drawings or project data submittals without formal request submitted in accord with Paragraph 1.04. 2. Acceptance will require substantial revision of Contract Documents. 3. Substitution requests submitted with less than fifteen(15) Working Days prior to bid opening date, exclusive of the bid opening date or after thirty(30) calendar days from the date of the executed contract. F. Should the Contractor install any material and/or equipment which is non- specified, failed to submit the appropriate submittals for review and did not receive approval from the City prior to installation, all such material and/or equipment shall be removed by the Contractor and install specified equipment and f or material at no additional expense to the City. SECTION 01700-PROJECT CLOSEOUT 1.01 CLEANING The Contractor shall make final clean-up of the construction area, to the satisfaction of the Parks and Community Services Department,as soon as construction in that area is completed. Clean-up shall include removal of all construction materials,pieces of concrete, equipment and/or other rubbish. No more than five (5)days shall elapse after the completion of construction before the area is cleaned. Surplus materials shall be disposed of by the Contractor, at this own expense, and as directed by the Parks and Community Services Department. Cleaning of equipment by Contractor or Subcontractor, such equipment as cement mixers,ready-mix trucks, tools, etc., shall take place in an area designated by the Parks and Community Services Department. SECTION 01800- 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 Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, s 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 Owner, its officers,servants or emplovees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner GENERAL REQUIREMENTS . -9- j , 1 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 injury or dama; e is caused in 1 whole or in part by the nedieence or alleged neLylii!ence of Owner, its officers, servants or emplovees. ® 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 appropriate, refuse to accept bids on any 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. END OF DIVISION GENERAL REQUIREMENTS - lo- SECTION 02140- SITE UNDERDRAINS PART I- GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required to construct underdrains to the required lines, grades, and cross sections as specified herein and on the pians. 1 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02300 - Earthwork. B. Section 03300 - Cast-in-Place Concrete PART2 - PRODUCTS 2.01 UNDERDRAIN PIPE: Pipe and fittings shall be flexible, corrugated tubing manufactured of high-density polyethylene resins and conforming to ASTM Product Specifications F-405 and F-667. Drainage tubing shall be as manufactured by Advanced Drainage Systems (ADS), Inc., of Columbus, Ohio. The local manufacturing plant which will provide a list of suppliers is in Ennis, Texas -telephone (972) 878-9600. A. Perforated Pipe: Perforations shall be linear slots cut radially into the tubing wall between corrugations. Perforated pipe will be furnished complete with the Cerex nylon "Drain Guard" screen. The screen will completely surround the pipe and will have a lapped,welded longitudinal joint. B. Non-Perforated Pipe: Non-perforated pipe shall be used for collector lines which convey the water from perforated pipe to the concrete inlet or outfall. C. Fittings: All couplings, reducers,tees, ells,plugs, caps, and other fittings shall be non- perforated and shall be of the same manufacturer as the drainage tubing. A fitting shall be used at each pipe junction/termination, as appropriate. 2.02 FILTER MATERIAL: Filter material for use in backfilling trenches over and around underdrains shall consist of 1 1/2" to 2" gravel washed free of organic or other deleterious matter. 2.03 FILTER FABRIC: Filter fabric to line and lap over gravel filled subdrain trench shall be Mirafi 140N drainage fabric as manufactured by Celanese Corporation, (800)223-9811, or approved equal. PART 3 - EXECUTION 3.01 VERTICAL AND HORIZONTAL CONTROLS: A. The Contractor shall establish or shall employ a licensed surveyor to establish all lines and grades necessary for each stage of the work described herein. SITE UNDERDRAINS 02140 - 1 - B. Provide blue tops for reference in dressing trench bottoms at intervals not to exceed 30 feet along the centerline of each trench. 3.02 UNDERDRAINS: Trenches for underdrains shall be dug after the subgrade is prepared. The excavation of each trench shall begin at its outlet and proceed toward its upper end. The trench must not be excavated below the proposed grade line. Trenches will be cleaned of all loose material and their bottoms will be dressed and fine graded to blue tops set as previously described. Trenches shall be lined with filter fabric and underdrain pipe shall be set on the trench bottom. All fittings shall be securely coupled and all open ends will be capped. The pipe shall be carefully covered with the gravel filter material and the filter fabric shall be lapped over the trench. Care shall be taken not to damage the pipe or its fabric filter screen. Underdrain pipe shall be connected to solid pipe joints and to outfall at the concrete structure/collar as indicated in the plans. Care shall be taken not to loosen or cave-in the trench walls. Any such damage will be excavated and will be backfilled in mechanically tamped lifts not to exceed eight inches and will be re-constructed. 3.03 SETTLEMENT: After the trench has been backfilled it shall be thoroughly soaked. This process shall be repeated two times allowing the backfill material to dry twenty-four hours before wetting again. END OF SECTION SITE UNDERDRA[NS 02140 -2- _. SECTION 02200-STYE PREPARATION PART 1 - GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor,materials, equipment and services required for clearing and grubbing, demolition, and removal and disposal of items as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02300 - Earthwork B. Existing Conditions, Removal and Demolition Items. PART 2—PRODUCTS 2.01 No products are required to execute this work, except as the Contractor may deem necessary. PART 3—EXECUTION 3.01 CLEARING AND GRUBBING: A. Clearing and grubbing shall consist of removing all natural and artificial objectionable materials from the project site or from limited areas of construction specified within the site. B. In general, clearing and grubbing shall be performed in advance of grading and earthwork operations and shall be performed over the entire area of earthwork operations. C. Unless otherwise specified on the plans, all trees and shrubs of three inch (3") caliper or less (caliper is the diameter as measured twelve inches (12") above the ground) and all scrub growth, such as cactus, yucca, vines, and shrub thickets, shall be cleared. All dead trees, logs, stumps, rubbish of any nature, and other surface debris shall also be cleared. D. Buried material such as logs, stumps, roots of downed trees that are greater than one and one half inches (I-1/2") in diameter,matted roots,rubbish, and foreign debris shall be grubbed and removed to a minimum depth of twenty four inches (24")below proposed finished grades. E. Ground cover consisting of weeds, grass, and other herbaceous vegetation shall be removed prior to stripping and stockpiling topsoil from areas of earthwork operations. Such removal shall be accomplished by"blading" off the uppermost layers of sod or root-matted soil for removal. SITE PREPARATION 02200 - 1 - r 3.02 PAVEMENT REMOVAL: A. Bituminous and concrete pavements shall be removed to neatly sawed edges. Saw cuts shall be full depth. If a saw cut in concrete pavement falls within three feet (3') of an en w existing score joint, construction joint, saw joint, cold joint, expansion joint, or edge, the concrete shall be removed to that joint or edge. All saw cuts shall be parallel and/or perpendicular to the line of existing pavement. If an edge of a cut is damaged subsequent to saw cutting, the concrete shall again be sawed to a neat, straight line for the purpose of removing the damaged area. B. Concrete curb and gutter shall be removed as specified above. No section to be replaced shall be smaller than thirty inches(30") in length or width. 3.03 UTILITIES REMOVAL: In general, those utilities on the site that are to be removed and that belong to the Owner shall be removed by the Contractor. The Owner is responsible for arranging the relocation or removal of other utilities owned by utility companies or other parties. 3.04 MINOR DEMOLITION: There may be certain items on the site such as old building 1 foundations, fences, and other undetermined structures and improvements that must be removed before construction can commence. Unless otherwise specified, such items become the property of the Contractor for subsequent disposal. 1 3.05 USE OF EXPLOSIVES: The use of explosives will not be permitted in site preparation operations. i 3.06 BACKFILLING: All holes, cavities, and depressions in the ground caused by site preparation operations will be backfilled and tamped to normal compaction and will be graded to prevent 1 ponding of water and to promote drainage. Should any excavated hole or cavity be required to be left open over night, the Contractor shall be responsible to provide barriers and/or coverings to enhance on site accident prevention measures. 3.07 DISPOSAL OF WASTE MATERIALS: 1 A. Unless otherwise stated,materials generated by clearing, grubbing, removal, and demolition shall be known as "waste" or "spoils" and shall be removed from the site and disposed of by the Contractor. Similar materials may be unearthed or generated by earthwork operations or by subgrade preparation. Unless otherwise specified any merchantable items become the property of the Contractor. END OF SECTION SITE PREPARATION 02200 -2- SECTION 02300-EARTHWORK PART 1 -GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 - Site Preparation. B. Grading Plan: Refer to plan sheets. 1.03 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work. The total cost will be included in the Bid Proposal. Payment will be made on a Lump Sum basis only. PART 2 - PRODUCTS 2.01 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation, unless separately designated,within the limits of the work. Unclassified excavation includes all material encountered regardless of its nature or the manner in which it is to be excavated. 2.02 UNCLASSIFIED FILL A. Unclassified fill shall consist of all fill within the limits of the work. All suitable native materials removed in unclassified excavation, or similar imported materials, shall be used insofar as practicable as unclassified fill. Properly deposited, conditioned, and compacted fill is hereinafter referred to as "earth embankment." B. Rock: Minor quantities of rock not greater than four inches in greatest dimension are permissible in fill materials used to construct earth embankment. Minor quantities of rock of greater dimensions may be placed in the deeper fills in accordance with the State Department of Highways and Public Transportation requirements for construction of rock embankments,provided such placement of rock is not immediately adjacent to structures or piers. Also, rock may be placed in the portions of embankments outside the limits of the completed graded width where the size of the rock prohibits their incorporation in the normal embankment layers. 2.03 TOPSOIL On-Site Topsoil: Topsoil shall consist of an average depth of six inches (6")of native surface soil left in place after the ground cover of herbaceous vegetation and other objectionable matter has been cleared by "blading," as specified in Section 02200, "Site Preparation." Topsoil may be greater or less, than the upper six inches (6")in depth. x EARTHWORK f�'� 02300 - 1 - 2.04 IMPORTED FILL A. Imported fill materials shall be used for the construction of earth embankment in the event that(1)the volume of unclassified excavation is.less than the volume of fill required for earth embankment and/or(2)the condition of materials removed in unclassified excavation makes them unsuitable for use in the construction of earth embankment. B. The Contractor shall haul and place imported fill obtained from off-site sources as necessary to construct the embankment and various other details of the construction plans. All costs related to such imported fill will be included in the contract price, and no additional or separate payment for imported fill will be due the Contractor. C. A sample of the proposed imported fill must be provided by the Contractor and be approved by the Owner. In general, imported material must be equal to or better than native material in quality and engineering characteristics. The Architect/Engineer may also require the Contractor to provided a material analysis test of the proposed fill. 2.05 SELECT MATERIALS A. Select materials shall be imported from offsite sources, unless they are available from specifically designated areas on the site as marked on the plans. 2.06 UNSUITABLE MATERIALS A. Topsoil, select material, imported fill,or unclassified fill will be declared as "'unsuitable" by the Owner if, in his opinion, any of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material. 1. Moisture 2. Decayed or undecayed vegetation 3. Hardpan clay,heavy clay, or clay balls 4. Rubbish 5. Construction rubble 6. Sand or gravel 7. Rocks, cobbles, or boulders 8. Cementious matter 9. Foreign matter of any kind B. Unsuitable materials will be disposed of as "waste" as specified in Section 02200. C. Wet Material: If fill material is unsatisfactory for use as embankment solely because of high moisture content, the Architect/Engineer may grant the Contractor permission to process the material to reduce the moisture content to a usable optimum condition. EARTHWORK 02300 -2- PART 3 - EXECUTION 3.01 SITE PREPARATION: In general, "site preparation," as specified in Section 02200, shall be performed in advance of grading and earthwork operations and shall be completed over the entire area of earthwork operations. 3.02 TOPSOIL A. The removal and storage of topsoil shall occur after site preparation is complete and before excavation and embankment construction begin. Likewise, topsoil will be replaced after excavation and embankment construction are complete. B. Removal: Topsoil shall be stripped to an average depth of six inches (6") from areas where excavation and embankment construction are planned. Topsoil may be obtained from greater depths if it is uncontaminated by the substratum and it is of good quality, in the opinion of the Architect/Engineer. C. Storage: Topsoil shall be stored in stockpiles conveniently located to areas that will later receive the topsoil. Stockpiles shall be out of the way of earthwork operations in locations approved by the Owner or Architect/Engineer. Stored topsoil shall be kept separate from other excavated materials and shall be protected from contamination by objectionable materials that would render it unsuitable. D. Timing: Topsoil will not be replaced(deposited) until construction activities are complete that would create undesirable conditions in the topsoil, such as overcompaction or contamination. Trenching for items such as electrical conduit and irrigation pressure lines must be complete before topsoil replacement may begin. D. Replacement: Topsoil will be deposited in a single layer or lift. It will be placed, processed, compacted, and graded to leave a finished layer of topsoil not less than five inches in depth. Unless otherwise indicated, topsoil will be replaced over all areas of earthwork(including slopes), except where pavement is planned. F. Grading: Topsoil will be final graded to the elevations shown on the plans. Fine grading will be accomplished with a weighted spike harrow, weighted drag, tractor box blade, light maintainer, or other acceptable machinery. All particles of the finish grade shall be reduced to less than one inch in diameter or they shall be removed. All rocks of one inch or greater shall also be removed. Grading operations and equipment will be such that topsoil does not become overcompacted. Bulldozer blades and front-end loader buckets are not acceptable devices for topsoil grading operations. Final grading within five feet of constructed or installed elements shall be hand raked. G. Acceptability: Finished areas of topsoil are satisfactory if they are true to grade, true in plane, even in gradient(slope), uniform in surface texture, and of normal compaction. Areas of loose granular pockets or of overcompacted soils are not acceptable and will be reworked. Finished areas will promote surface drainage and will be ready for turfgrass planting. EARTHWORK 02300 -3- I 3.03 UNCLASSIFIED EXCAVATION A. All excavated areas shall be maintained in a condition to assure proper drainage at all times, and ditches and sumps shall be constructed and maintained to avoid damage to I the areas under construction. B. Surplus Material: 1. Surplus excavation is that quantity of material that may be left over after the grading plan is executed, and all earthwork operations, including excavation, embankment construction, topsoil replacement, and final grading, are completed. Any other surplus material shall be disposed of as "waste" as specified in Section 02200. All such cost for removal shall be considered as incorporated into Earthwork costs C. Excavation in Rock: The use of explosives will not be permitted. Unless otherwise indicated on the plans, excavation in solid rock shall extend six inches (6") below required subgrade elevation for the entire width of the area under construction and shall be backfilled with suitable materials as indicated on the plans. r 3.04 EARTH EMBANKMENT A. Earth embankment is defined as embankment composed of suitable materials removed in unclassified excavation and/or imported fill. The construction of embankment includes preparing the area on which fill is to be placed and the depositing, N conditioning, and compaction of fill material. B. General: Except as otherwise required by the plans, all embankment shall be constructed in layers approximately parallel to the finished grade of the graded area, and each layer shall be so constructed as to provide a uniform slope as shown on the grading plan. Embankments shall be constructed to correspond to the general shape of the 1 typical sections shown on the plans, and each section of the embankment shall correspond to the detailed section or slopes established by the drawings. After completion of the graded area, embankment shall be continuously maintained to its finished section and grade until the project is accepted. C. Preparation: Prior to placing any embankment, all preparatory operations will have been completed on the excavation sources and areas over which the embankment is to be placed. The subgrade shall be proof rolled to detect soft spots,which if exist, should be reworked. Proof rolling shall be performed using a heavy pneumatc tired roller, loaded dump truck, or similar piece of equipment weighing approximately twenty five (25)tons except as otherwise specified for tree protection and areas inaccessible to vehicular compactors. Stump holes or other small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed, loosened ground, or surfaces roughened by small washes or otherwise, shall be restored to approximately its original slope by blading or other methods, and,where indicated on the plans or required by the Owner, the ground surface, thus prepared, shall be compacted by sprinkling and rolling. EARTHWORK 02300 -4- D. Scarification: The surface of all areas and slopes over which fill is to be placed, other than rock, shall be scarified to a depth of approximately six (6") inches to provide a bond between the existing surface and the proposed embankment. Scarification shall be accomplished by plowing, discing, or other approved means. Prior to fill placement,the loosened material shall be adjusted to the proper moisture content and recompacted to the density specified herein for fill. E. Benching: Scarification is normally adequate for sloping surfaces. However, in certain cases where fill is to be placed against hillsides or existing embankment with slopes greater than 4:1, the Owner may direct the Contractor to key the fill material to the existing slopes by benching. A minimum of two feet (2')normal to the slope shall be removed and recompacted to insure that the new work is constructed on a firm foundation free of loose or disturbed material. F. Depositing: Fill material shall be placed in horizontal layers or lifts, evenly spread,not to exceed eight(8") inches in loose depth before conditioning and compaction. Unless otherwise permitted, each layer of fill material shall cover the length and width of the area to be filled and shall be conditioned and compacted before the next higher layer of fill is placed. Adequate drainage shall be maintained at all times. G. Watering: At the time of compaction, the moisture content of fill material shall be such that the specified compaction will be obtained, and the fill will be firm, hard, and unyielding. Fill material which contains excessive moisture shall not be compacted until it is dry enough to obtain the specified compaction. H. Compacting: Each layer of earth fill shall be compacted by approved tamping or sheepsfoot rollers, pneumatic tire rollers,or other mechanical means acceptable to the Owner. Hand-directed compaction equipment shall be used in areas inaccessible to vehicular compactors. I. Grading: Embankments shall be constructed in proper sequence and at proper densities for their respective functions. All embankment serves in one capacity or another as subgrade(e.g., under topsoil, under concrete and asphalt pavement, under structures, etc.). Accordingly, the upper layer of embankment shall be graded to within plus or minus 0.10 foot of proper subgrade elevation prior to depositing topsoil, and prior to the construction of pavements, slabs, etc. 3.05 DENSITY CONTROL A. Earth Embankment in General: Earth embankment shall be compacted in lifts at a minimum of ninety percent(90%)of Standard Density ASTM D698 with plus four percent(4%) or minus two percent(2%)percentage points of optimum moisture content. B. Earth Embankment Under Structures and Pavement: The top six (6") inches of natural - earth comprising the subgrade for structural slabs or for areas of pavement shall be ninety five percent (95%)to ninety eight percent(98%) of Standard Density ASTM EARTHWORK 02300 -5- D698 with the moisture content at minus two percent (2%) to plus four percent (4%) of optimum moisture content. 3.06 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all embankments that are to function as subgrade for structures, areas of pavement, or for select embankment. After completion of the embankment, the Contractor shall prevent excessive loss of moisture in the embankment by sprinkling as required. Loss of moisture in excess of two percent (2%)below optimum in the top twelve inches(12") of the fill will require that the top twelve inches (12")of the embankment be scarified,wetted, and recompacted prior to placement of the structure, select fill or pavement. If desired, the Contractor may place an asphalt membrane of emulsified or cutback asphalt over the completed embankment and thus eliminate the sprinkling requirement. 3.08 TOPSOIL REPLACEMENT: Topsoil shall be carefully placed to avoid any displacement or damage to the subgrade. If any of the subgrade is rutted, damaged or displaced it shall be restored prior to placing topsoil. Topsoil shall be replaced as specified herein per Item 3.02. END OF SECTION EARTHWORK 02300