Loading...
HomeMy WebLinkAboutContract 26406 cl FSE CONTE :V�tW Fpol,J • k CITY SE56fV kL D.O.E. FI SPECIFICATIONS fAND CONTRACTOR'S BONDING COCONTRACT DOCUMENTS CONTRACT ITY NO (p CONSTRUCTION'S COPY FOR FORT WORTH BOTANIC GARDENS CLIENT DEPARTMENT SECURITY & SITE LIGHTING 10 MARCH 2000 PROJECT NAME PROJECT NUMBER D.O.E.NO. BOTANIC GARDENS C181/541200/08018049050 2927 SECURITY LIGHTING IN THE CITY OF FORT WORTH i TEXAS KENNETH L.BARR BOB TERRELL MAYOR CITY MANAGER RICHARD ZAVALA, DIRECTOR PARKS AND COMMUNITY SERVICES pa PARKS AND COMMUNITY SERVICES DEPARTMENT PLANNING AND RESOURCE MANAGEMENT DIVISION po FUNDING OF PROJECT BY CITY OF FORT WORTH a OFFICIAL fttD cily SEC City of Fort Worth, Texas "ayor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 11/7/00 **C-18337 1 80STELCO 1 of 3 SUBJECT AUTHORIZE AWARD OF A CONTRACT TO STELCO INDUSTRIES, INC. FOR THE CONSTRUCTION OF SECURITY AND SITE LIGHTING AT THE FORT WORTH BOTANIC GARDEN RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Stelco Industries, Inc. in the amount of $116,386.00 for the construction of security and site lighting at the Fort Worth Botanic Garden. DISCUSSION: The 1998 Capital Improvement Program allocated $150,000.00 for improvements and replacement of the existing parking lot/building exterior lighting at the Botanic Garden Conservatory. On February 2, 1999 (M&C C-17328), the City Council approved award of a contract to Wadkins and Associates-Architects, Inc. in the amount of $18,400.00 for the design and preparation of construction documents. This project was advertised for bid on August 31 and September 7, 2000. On September 28, 2000, the bids listed below were received. Bids were received on two previous occasions, but were rejected (M&Cs C-18055 and C-18201) due to the contractor's M/WBE non-compliance, or insufficient available funds relative to base bid prices received. STELCO INDUSTRIES, INC. STOCKER ENTERPRISES, INC. BASE BID $ 93,633.00 $ 98,900.00 Deduct Base Bid Item 5 <8,850.00> <6.650.00> TOTAL BASE BID $ 84,783.00 $ 92,250.00 BID ALTERNATES BA-2 $ 1,750.00 $ 2,625.00 BA-3 9,381.00 7,295.00 BA-4 18,180.00 21,112.02 BA-5 2,292.00 4,956.00 $ 31,603.00 $ 35,988.02 TOTAL BASE BID/ALTERNATES $116,386.00 $128,238.02 City of Fort Worth, Texas "agar and coun"'I Communication DATE REFERENCE NUMBER LOG NAME PAGE 11/7/00 **C-18337 1 80STELCO 2 of 3 SUBJECT AUTHORIZE AWARD OF A CONTRACT TO STELCO INDUSTRIES, INC. FOR THE CONSTRUCTION OF SECURITY AND SITE LIGHTING AT THE FORT WORTH BOTANIC GARDEN Base Bid work is to include the demolition of existing light poles/fixtures, installation of four 50-foot parking lot security light fixtures and electrical panel board modifications. The recommended Bid Alternates are: • BA-2 (installation of two wall mount floodlight fixtures) • BA-3 (installation of signage floodlight) • BA-4 (installation of nine bollard style light fixtures) • BA-5 (retrofitting the ballast and assembly on multiple existing fixtures) It is recommended that the base bid of $93,633.00 minus $8,850.00 for the base bid Item No. 5 (one 30-foot security light pole and fixture) revising the base bid amount to $84,783.00, and the recommended Bid Alternates BA-2, BA-3, BA-4 and BA-5 in the amount of $31,603.00, together totaling $116,386.00 as submitted by Stelco Industries, Inc. be approved for award of contract. Contract time is 55 working days. I Stelco Industries, Inc. is in compliance with the City's M/WBE ordinance by committing to 26% M/WBE participation. The City's goal on this project is 16%. The project budget shall be as follows: Construction Contract $116,386.00 Construction Phase Contingencies Parks and Community Services Department Administration (1%) 1,275.00 Department of Engineering Inspection (4%) 4,655.00 Change Orders (3.7%) 4,284.00 Total Construction Budget $126,600.00 The annual operating impact on the General Fund budget beginning Fiscal Year 2000-2001 will amount to$4,732.47. This project"is located in COUNCIL DISTRICT 7. City of Fort Worth, Texas "Avow AndC ouncil Communication DATE REFERENCE NUMBER LOG NAME PAGE 11/7/00" **C-18337 80STELCO 3 of 3 SUBJECT AUTHORIZE AWARD OF A CONTRACT TO STELCO INDUSTRIES, INC. FOR THE CONSTRUCTION OF SECURITY AND SITE LIGHTING AT THE FORT WORTH BOTANIC GARDEN FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Parks and Community Services Improvement Fund. LW:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Libby Watson 6183 WROyED CITY COUNCIL Originating Department Head: Richard Zavala 5704 (from) Nov 7 2000 C181 541200 080181049050 $116,386.00 v ) Additional Information Contact: �W. CitF secretary of the Richard Zavala 5704 City of Fort Werth,Te*,. FORT WORTH BOTANIC GARDEN SECURITY & SITE LIGHTING Parks and Community Services Department TABLE OF CONTENTS 1. NOTICE TO BIDDERS 2. SPECIAL INSTRUCTIONS TO BIDDERS 3. GEO-TECHNICAL STUDY 4. PROPOSAL 5. CITY OF FORT WORTH M/WBE ENTERPRISE SPECIFICATIONS 6. PREVAILING WAGE RATES 7. WEATHER TABLE 8. VENDOR COMPLIANCE TO STATE LAW 9. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION 10. TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS SECTION 01010 - Summary of Work SECTION 01035 - Contract Time SECTION 01100 -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 02100 - Site Preparation F��OA,4c'yi Section 02128 - Trench Safety System �,,�.••' ����ti:�' Section 02200- Earthwork '`C-- Section Section 02221 - Trenching, Backfilling and � Pipe Embedment For Piping q .......... o,. Section 02930- Seeding f OF Section 02940 - Turf Sodding 3 ,10— Page I of 2 FORT WORTH BOTANIC GARDEN SECURITY & SITE LIGHTING Parks and Community Services Department DIVISION 3 - CONCRETE Section 03300 - Cast-In-Place Concrete Section 03500 - Drilled Shafts/Foundation DIVISION 7-WATERPROOFING AND INSULATION rSection 07920 - Caulking and Sealants IDIVISION 16-ELECTRICAL rSection 16050 - Basic Electrical Materials and Methods Section 16100 - Raceways, Boxes and Cabinets Section 16120- Wires and Cables Section 16452 - Grounding Section 16470 - Panelboards Section 16475 - Fuses Section 16476 - Disconnect Switches and Circuit Breakers r Section 16525 - Exterior Lighting 11. CERTIFICATE OF INSURANCE 12. BIDDER'S STATEMENT OF QUALIFICATIONS 13. PERFORMANCE BOND ps 14. PAYMENT BOND 15. MAINTENANCE BOND - 16. CONTRACT yT•.mss.o.�.�lP� £ OF O. �, Page 2 of 2 7 NOTICE TO BIDDERS Sealed Proposals for the following: SECURITY & SITE LIGHTING FOR FORT WORTH BOTANICAL GARDENS Project # C181/541200/08018049050 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Division Office until 1:30 p.m., Thurs., September 28, 2000 and then publicly opened and read aloud at 2:00 p.m. in Council Chambers 2" 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. In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the M/WBE office or from the Office of the City Secretary. In addition, the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation") must be received no later than 5:00 P.M., five 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 Department of Engineering, 2"d 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 M/WBE 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 project are as follows: demolition/site prep concrete minor grading/earthwork hauling exterior lighting surfacing steel rebar poles installation of conduit and wiring The City's minimum M/WBE goal on this project is 16% of the total dollar value of this contract. The City will award one contract with a combination of base bids and/or alternates which is most advantageous to the City. A pre-bid conference will be held with prospective bidders at the Parks and Community Services Offices Conference Room 2 on Thursday, September 14, 2000 at 10:00 a.m. The City reserves the right to reject any or all bids and waive any or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of 55 days from the day bids are opened. The award of contract, if made, will be within 55 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. RICHARD ZAVALA, JR., DIRECTOR BOB TERRELL PARKS AND COMMUNITY SERVICES DEPARTMENT CITY MANAGER GLORIA PEARSON CITY SECRETARY By. Kathleen Cook, Landscape Architect PW (817) 871-7688 Advertising Dates: Thursday, August 31, 2000 Thursday, Sept. 7, 2000 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 bond, (1)the name of the surety shall be included on the current U.S. Treasury, or(2)the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth the total capital and surplus. 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. i 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 r 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 may 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 City Engineer shall evaluate and recommend to the City Council the best bid based on the combined benefits of total 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. go SPECIAL INSTRUCTIONS TO BIDDERS -I - 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 BOND: 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 2254 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. 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, (1)the name of the surety shall be included on the current U.S. Treasury List of Acceptable Sureties [Circular 870], or(2) the surety must have capital and surplus equal to ten times the amount of the bond. The surety must be licensed to business in the state of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or 1/10th of the total capital and surplus. If reinsurance is required, the company writing the reinsurance must be authorized, accredited or trusted to do business in Texas. No sureties will be accepted by the City which 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 Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. SPECIAL INSTRUCTIONS TO BIDDERS -2- 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. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering Director for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds,proof of insurance for Workers Compensation and Comprehensive General Liability(Bodily Injury) - $250,000 each person, $500,000 each occurrence; Property Damage - $300,000 each occurrence. The City reserves the right to request any other insurance coverages as may be required by each individual project. For worker's compensation insurance requirements, see Special Instructions to Bidders- Item 16. 11. NON-RESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non-resident bidder unless the non-resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involved federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY'VV'OMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women SPECIAL INSTRUCTIONS TO BIDDERS -3- business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form, Prime Contractor Waiver Form and/or the Good Faith Effort Form, as applicable, must be submitted no later than 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 City of Fort Worth is requiring that the Contractor continue to adhere to the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month,place a"0" or"no participation" in the spaces provided, and provide a brief explanation. • The Contractor shall provide the M/WBE Office proof of pay Hent 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 a- SPECIAL INSTRUCTIONS TO BIDDERS I -4 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 otified:If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s)prior to approval,the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor- City Hall. For additional information regarding compliance to the M/VWBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information 1 regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. 13. 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 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above SPECIAL INSTRUCTIONS TO BIDDERS -5- 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: Bidders shall be prepared to demonstrate the capability to perform the work. The Bidders' specific experience, stability and history of performance on projects of a similar nature and scope will be considered. The BIDDERS STATEMENT OF QUALIFICATIONS must be delivered to the Project Manager within 48 hours of the request. Location and responsive ability of the firm will be considered. 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. 15. OZONE 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 SPECIAL INSTRUCTIONS TO BIDDERS -6- 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. 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 SPECIAL INSTRUCTIONS TO BIDDERS -7 (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. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor,prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage,prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage,prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and = SPECIAL INSTRUCTIONS TO BIDDERS -8- (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7),with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Actor other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -9- ATTACHMENT 1B City of Fort Worth SEPT A Page 1 of 1 Minority and Women Business Enterpg1p9fp6df &1i*ons Prime Contractor Wa"CT 2 PM 4 27 Stelco Industries, Inc. Fort Worth Botanical Gardens and Securitv Prime Company Name Project Name Site Lighting 28 Sept. 2000 C181/541200/080181049050 Bid Opening Date Project Number If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m., five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? Yes xx No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? Yes xx No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) and/or WBE (s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate .� the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or employee of the City.Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal,State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Frank R. Hanak Aut prized Signature Printed Signature Program Manager Title Contact Name (if different) Stelco Industries, Inc. 972-923-3603 Company Name Contact Telephone Number (s) .. 1313 N. I-35E, Waxahachie, Tx 75165 1-972-923-3715 Address Fax Number Stelco Industries, Inc. Authorized Signature Company Name Rev.612/98 ATTAGHMENT lA City of Fort Worth Page 1 of 2 Minority and Women Business Enterprise Specificatioq�FT SF MBE/WBE UTILIZATION KNEINEERING/C FW ** Stelco Industries. Inc 99 ., '= OCT 2 PI ! 4 27 �. COMPANY NAME 81D DATE Fort Worth Botanical Gardens Security and — 541201n�?n18704o05n oftCT NAME Site lighting PROJEC NUMBER 5.%VWBE PROJECT GOAL: 16% IMJWBE PERCENTAGE ACHIEVED: 21.2% 'e to complete this form, in Its entirety with supporting documentation, and received by the Managing Department before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid 1 considered non-responsive to bid specifications. undersigned bidder agrees to enter Into a formal agreement with the MBE and/or WBE firms for work listed in this Jule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing ipresentation of facts is grounds for consideration of disqualification and will result in the bid being considered -esponsive to specifications. •mpany Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount ,ddress,and Telephone No. Scope of Work(') Supplied(*)82 .; Apexcost Consultants Demo, Pier Constructi n, Inc, asphalt removal & rep acement, 2822 West Lancaster, X Trench fill &- Compact on, pier 1st $19050,00 Suite-4 4)-2-- __ .._. _.. __ hole drilling, soddin & seedingr Fort..Wartjj,..T-x..-76+&7 - concrete & asphalt de ris removal Lester J_ LawsQu General Manager 817-348-8700 Fax 817-348-8702 #BMMB7276YO501 wwus must be located In the 9(nine)county marketplace or currently doing business In the marketplace at the time of bid. Specify all areas In which MWBE's are to be utilized and/or Items to be supplied: 0 complete listing of items to be supplied Is required In order to receive credit toward the MNVBE goal. denti fy each Tier level. Tier:Means the level of subcontracting below the prime contractor/consultant,i.e.,a direct payment from the prime contractor to a subcontractor Is considered 1"tier,a payment by a subcontractor to Its supplier is considered 2nd tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE Rev.6/2/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department ATTACHMENT 1A Page 2 of 2 City of Fort Worth Minority and Women business Enterprise Specifications g MBE/WBE UTILIZATION Company Name,Contact Name, Ce fled Specify All Contracting Specify A!I Items to be Dollar Amount Address,and Telephone No. Scope of Work(•) Supplied(*) a%C Z The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or 9mployee of the City. Any Intentional and/or knowing misrepresentation of facts will be grounds for terminating the rcontract or debarment from City work for a period of not less than three(3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an Irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. ALL MBEs and WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD Frank R. Hanak authorized Signature Printed Signature Program Manager Title Contact Name and Title (if different) I Stelco Industries, Inc. 972-923-3603 'Company Name Telephone Number(s) 1313 N. I-35E, Waxahachie, Tx 75165 1-972-923-3715 ddress Fax Number 30 Sept.2000 ity/State/Zip Code Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE (5)CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.612/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department ATTACHMENT 1C Page 1 of 3 �F1'i 4F City of Fort Worth tINEE7,INC/E FW Minority and Women Business 27 Enter ri 00 ON � ��i 4 GOOD FAITH EFFORT Stelco Industries, Inc. 28 Sept. 2000 Prime Company Name Bid Date Fort Worth Botanical Gardens Secuirty and C181/541200/080181049050 Project Name Site Lighting Project Number If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your M/WBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, In its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m.five(5) City business days after bid opening, exclusive of bid oponing date, will result In the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity (DO NOT LIST NAMES OF FIRMS) which will be used in the completion of this project, regardless of whether it is to be provided by a M/WBE or non. MME. (Use additional sheets, /f necessary) List of: §.0 Qntrecttnn 4pp9.rWItl9v List of: Supptior Opportunities 1 . Drilling and pouring/constructing 1. Electrical Supplies Light pole piers 2. Installation of conduit and wiring 2. Lighting Supplies in crawl space of main building 3. Boring for installation of conduit 3. Landscaping between piers ATTACHMENT 1C Not Applicable - see MBE/WBE Utilization Form Page 2 of 3 2.) Did you obtain a current list of M/WBE firms from the City's M/WBE Office? The list is considered In compliance, if it is not more than 3 months old from the date of bid opening. X Yes Date of Listing 8 / July/ 2000 No 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes If yes, attach M/WBE mail listing to include name of firm and address and a dated No copy of letter mailed. 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes If yes, attach list to include name of M/WBE firm, person contacted, No phone number and date and time of contact. NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which Is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If a SIC list of M/WBE Is ten or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If a sic list of M/WBE Is more than ten, the bidder must contact at least two-thirds of the list but not less than ten to be In compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? Yes No 6.) If M/WBE bids were received and rejected,you must: (1) List the M/WBE firms and the reason(s)for rejection (i.e., quotation not commercially reasonable, qualifications,etc.)and (2) Attach affidavit and/or documentation to support the reason(s) listed below(i.e.. letters, memos, bids, telephone calls, meetings, etc.) (Please use additional sheets,if necessary,and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. We are a Hispanic, Woman owned company which will perform atleast 30% of the work with our own personnel. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Frank R. Hanak Authorized Signature Printed Signature Program Manager Title Contact Name and Title (if different) Stelco Industries, Inc. 972-923-3603 Company Name Telephone Number(s) 1313 N. T-35E 1-972-923-3715 Address Fax Number Waxahachie, Tx 75165 30 Sept. 2000 City/State/Zip Date �r NOTICE TO BIDDERS Sealed Proposals for the following: SECURITY & SITE LIGHTING FOR FORT WORTH BOTANICAL GARDENS Project# C181/541200/08018049050 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Division Office until 1:30 p.m., Thurs., September 28, 2000 and then publicly opened and read aloud at 2:00 p.m. in Council Chambers 2"d 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. In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the M/WBE office or from the Office of the City Secretary. In addition, the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation") must be received no later than 5:00 P.M., five 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 Department of Engineering, 2"d 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 M/WBE 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 project are as follows: demolition/site prep concrete minor grading/earthwork hauling exterior lighting surfacing steel rebar poles installation of conduit and wiring The City's minimum M/WBE goal on this project is 16% of the total dollar value of this contract. The City will award one contract with a combination of base bids and/or alternates which is most advantageous to the City. A pre-bid conference will be held with prospective bidders at the Parks and Community Services Offices Conference Room 2 on Thursday, September 14, 2000 at 10:00 a.m. The City reserves the right to reject any or all bids and waive any or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of 55 days from the day bids are opened. The award of contract, if made, will be within 55 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. RICHARD ZAVALA, JR., DIRECTOR BOB TERRELL PARKS AND COMMUNITY SERVICES DEPARTMENT CITY MANAGER GLORIA PEARSON CITY SECRETARY By: Kathleen Cook, Landscape Architect (817) 871-7688 Advertising Dates: Thursday, August 31, 2000 Thursday, Sept. 7, 2000 PROPOSAL TO: MR. BOB TERRELL City Manager Fort Worth,Texas FOR: FORT WORTH BOTANICAL GARDENS SECURITY AND SITE LIGHTING PROJECT NO. #C 181/541200/080181049050 D.O.E.No. 2927 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. 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 the 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 i PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID 1. LS Mobilization @ Ndi $Lump Sum $ 2,349.,00 Twenty Three Hundred Forty So & no cents per Is. 2. LS Demolition as required and indicated on $ Lump Sum $ 10,534.00 r+r^w,rn E-1 f9r base bid items only@ Ten usan Five Hundredollars& Thirty Four No cents per Is. 3. LS Electrical Panelboard Installed @ $ Lump Sum $ 23.500.00 Twenty Three Thousand Five Hundrej dollars & _ No cents per Is. 4. 4 ea. Type"A" 50 ft. high Four Lamp Fixtures, Pole, $ 12,100.00 $ 48,400.06 Concrete Pier& Base, Installed Including trenching, conduit wiring, backfill, removing and replacing concrete @ Twely&-. Thousand One Hundred dollars& NO cents per ea. 5. 1 ea. Type"F" 30 ft high Light Fixture, Pole, Concrete Pier $ 8,850.00 $ 8,850.00 and Base Installed including trenching, conduit wiring, backfill, removing and replacing concrete Eight Thousand EigR Hundre ollars g Fifty No cents per ea. BASE BID RECAPITULATION ITEM 1. Mobilization $ _2,349.00 2. Demolition as required and Indicated for base bid items only $ 10 534.00 3. Electrical Panelboard $ 4. Type"A" Fixture $ 413 400:OU 5. Type"F" Fixture $ 8 850.00 TOTAL BASE BID $ 93,633.00 BID ALTERNATES PAY TOTAL ITEM QUANTITY DESCRIPTION AMOUNT Bid Alternate No. 1 Type 1("Fixture 2 ea. Spot Light for Flag Pole Installed including demolition, conduit,wiring, and the required additional trenching and back fill @ $ 9,000.00 Four Thousand Five Hundred dollars& No cents per ea. Bid Alternate No.2 Type"G" 2 ea. Wall Mounted Floodlight Fixture Installed including demolition, conduit,wiring, and the required additional trenching and back fill Q $ 875.00 $ 1,750.00 Eight Hundred Seventy Five dollars& No cents per ea. Bid Alternate No. 3 Type "D"-Fixture 1 ea. Spot Light for Sign, Installed including demolition, conduit,wiring, and the required additional trenching and back fil$ 9,381.00 Nine Thousand Three Hundred dollars& Eighty One No cents per ea. Bid Alternate No. 4 Type"A1"-Fixture 9 ea. Bollard Fixture&Base, Installed including demolition, conduit,wiring, and the required additional trenching 18,180.00 Two Tho and bbdackTwenty dollars& $ No cents per ea. Bid Alternate No. 5 Type"E" 12 ea. Fixtures-Retrofit Ballast&Assembly, $ 191.00 $ 2,292.00 Installed Including demolition, conduit,wiring, and the required additional trenching One I�unddreq%Rt One y dollars& No cents per ea. Bid Alternate No. 6 Type"C" 15 ea. Light Fixture&Concrete Base, Installed including demolition,conduit, wiring, and and tthe required additional trenching $ 1,350.00 $ 20,250.00 One Thousanda'1'rireF Hundred dollars& Fifty L40 cents per ea. Bid Alternate No.7 Type"A2" 1 ea. 50 ft. high'i wo Lamp Fixture, Pole, $ 7,590.00 $ 7,590.00 Concrete Pier and Base, Installed including demolition, conduit, wiring, and the required additional trenching and back fill Seven Thousand Nine Hundred dollars& Forty rq 0 cents per ea. Bid Alternate No. 8 Type"H"Fixture 9 ea. Custom Bracket Tree Light, Installed Including demolition, conduit, wiring, and the required additional trenching and back fill $ 9,090.00 One Thousand en dollars& +� o cents per ea. TOTALALTERNATES $ 78 33.00 r7) 5 3-3, ac A. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.4 (F)of the Texas Limited Sales, Excise and Use Tax Act. 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 Sate 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 furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278, as amended by City ordnance 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 55 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 "Prevailing Wage Rates for Highway construction" as established by the City of Fort Worth, Texas effective February 15, 2000. 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 amount of$ dollars (_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. G. Receipt is hereby acknowledged of the following addenda: NA No. 11 No.2 No. 3 No.4 Respectfully submitted, Stelco Industries, INc. Company e Z FY-( uth06 Signature) Fate: o2s ' Nddress: 1313 N. I-35E , Waxahachie, Texas 75165 Telephone: (972) 923-3603 SEAL(if corporation) BIDDER'S STATEMENT OF QUALIFICATIONS Firm Name: Stelco industries, Inc. Date Organized: 1 January 2000 ❑ PARTNERSHIP ® CORPORATION address: 1313 N I-35E ity: Waxahachie State: Texas Zip: 75165 Telephone Number: 972-923-3603 Fax Number: 972-923-3715 Number of years in business under present name: 8 Months -ormer name(s) of organization: Custom Services �. 'LASSIFICATION: Ox General [] Building x-1 Electrical E3Plumbing HVAC Utilities Earthwork [:] Paving Mx Other Misc. Metals LIST OF SIMILAR COMPLETED PROJECTS AMOUNT TYPE OF DATE NAME and TELEPHONE NUMBER OF OF CONTRACT WORK COMPLETED OWNER 119 747.00 Electrical 21 Mar 00 Waco Houging Authority. 254-752-0324, x241 Lighting 108,856.00 ftcg [In 19 Mar 1999 Dallas Parks & Rec. Dept. , 214-670-3206 74,730.00 Parking Lo 20 Oct 1999. allas County Schools, 972-296-2333 ILighting LIST OF SIMILAR PROJECTS UNDER CONSTRUCTION OR UNDER CONTRACT`. -kMOUNT TYPE OF DATE NAME and PHONE NUMBER OF OWNER OF CONTRACT WORK COMPLETED $378,000.00 General 15 Oct 2000 City of Highland Park, 214-521-4161, Ronnie Brow-- -$ 255,677.00 Lighting 9 Oct 2000 USPS P&D Center, 214-819-7275, Joe Laher M BIDDER'S STATEMENT OF QUALIFICATIONS I 3. LIST SURETY BONDS IN FORCE ON ABOVE INCOMPLETE WORK(LIST 2): DATE OF TYPE OF AMOUNT OF NAME AND TELEPHONE NUMBER OF CONTRACT BOND BOND SURETY 17 Feb 2000 P&P 378,000.00 Frontier Insurance, 972-250-0771 Sharyl A. Markovits, ext.226 18 May 2000 P&P 255,677.00 Frontier Insurance 972-250-0771 Sharyl A. Markovits, ext.226 4. LIST CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERIENCE: Frank .R. Hanak, 6 years in lighting, security systems, electrical, fiber optics, fencing, various construction work. BIDDER'S STATEMENT OF QUALIFICATIONS -2- VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non- resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas)bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required 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 offices is in the State of Texas. 0 Please Check or mark with an "X" BIDDER: Stelco Industries, Inc. By: Stelco Industries. Inc. Company (Please print) Frank R. Hanak Signature:., (Please print) Waxahachie t Program Manager Title: _ Program Manager City State Tx Zip 75165 (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VENDOR COMPLIANCE TO STATE LAW City of Fort Worth BUILDING & CONSTRUCTION TRADES Prevailing Wage Rates For 2000 *2000 CLASSIFICATIONS HOURLY RATES Air Conditioning Mechanic $15.98 Air Conditioning Mechanic Helper $10.75 Acoustic Ceiling Installer $14.02 Acoustic Ceiling Installer Helper $10.88 Asbestos Worker $10.50 Bricklayer/Stone Mason $17.21 Bricklayer/Stone Mason Helper $10.16 Carpenter $13.92 Carpenter Helper $10.38 Concrete Finisher $12.68 Concrete Finisher Helper $ 9.73 Concrete Form Builder $11 .97 Concrete Form Builder Helper $ 9.42 Drywall Taper $11 .33 Drywall Taper Helper $ 8.00 Electrician Journeyman $17.46 Electronic Helper $11 .30 Electronic Technician $12.50 Electronic Technician Helper $ 8.50 Floor Layer (Carpet) $17.00 Floor Layer (Resilient) $ 16.00 .� Floor Layer Helper $13.50 Glazier $15.02 Glazier Helper $10.90 Insulator $12.04 Insulator Helper $ 9.40 Laborer Common $ 7.85 Laborer Skilled $10.35 Lather $14.00 Lather Helper $11 .00 Metal Building Assembler $10.00 Metal Building Assembler Helper $ 8.70 Painter $12.83 Painter Helper $ 8.35 a, 0 Source is Fort Worth Chapter Associated General Contractors 2/16/00 Pipefitter $17.60 Pipefitter Helper $10.18 Plasterer $16.00 Plasterer Helper $11 .00 Plumber $16.91 Plumber Helper $ 9.75 Reinforcing Steel Setter $10.40 Roofer $11 .87 Roofer Helper $ 8.33 Sheet Metal Worker $14.45 Sheet Metal Worker Helper $ 9.57 Sheetrock Hanger $12.45 Sheetrock Hanger Helper $ 9.64 Sprinkler System Installer $16.87 Sprinkler System Installer Helper $10.13 Steel Worker Structural $11 .36 Steel Worker Structural Helper $ 8.80 Welder $14.70 Welder Helper $11 .74 HEAVY EQUIPMENT OPERATORS Crane, clamshell, Backhoe, Derrick, Dragline, Shovel $12.50 Forklift Operator $ 9.63 Foundation Drill Operator $13.00 Front End Loader Operator $11 .22 Truck Driver $10.31 • Source is Fort Worth Chapter Associated General Contractors 2/16/00 r r WEATHER TABLE AVERAGE DAYS INCHES SNOW/ICE MONTH RAINFALL (1) RAINFALL(2) PELLETS (3) JANUARY 7 1.80 1 FEBRUARY 7 2.36 MARCH 7 2.54 APRIL 9 4.30 0 MAY 8 4.47 0 JUNE 6 3.05 0 JULY 5 1.84 0 AUGUST 5 2.26 0 SEPTEMBER 7 3.15 0 a OCTOBER 6 2.68 0 NOVEMBER 6 2.03 0 DECEMBER 7 1.82 ANNUALLY 80 32.30 1 m (1) Average normal number of day's rainfall, 0.01" or more. (2) Average normal precipitation (3) One inch (1") ice or more * Less that one-half inch (1/2") Unseasonable weather is defined for contract purposes as rain/snow days that exceed the average number of days or inches of rainfall in any given month. This table is based on information recorded at the former Greater Southwest International Airport, Fort Worth, Texas, covering a period of 18 years. Latitude 320 50' N, Longitude 970 03' W, elevation (ground) 537 ft. 1P VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non- resident bidders(out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas)bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required 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 offices is in the State of Texas. ❑ Please Check or mark with an "X" BIDDER: By: Company (Please print) Signature: (Please print) Title: City State Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VENDOR COMPLIANCE TO STATE LAW CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8303-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies that it provides Workers' Compensation Insurance coverage for all of its employees employed on City of Fort Worth Project Number CONTRACTOR By: 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 on the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 2000. Notary Public in and for the State of Texas a. Contractor agrees to provide to the City a certificate showing that it has obtained a policy of Worker's Compensation insurance covering each of its employees employed on the project in compliance with State law. No Notice to Proceed will be issued until the Contractor has complied with this section. b. Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of Worker's Compensation Insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the City. CONTRACTOR COMPLIANCE-WORKER'S COMPENSATION -I- p C'* C13 C13i•-i ,__, o ° 03 a) �, o . . ^ •�m C13 ci �rll O � •O C13 Cid O D UO U O U � p 4 torA •--� hal U j OC,* s-. U 'L7 O a u � a� a a � O ,� U O ,-d U '� "bC13CldU E •4 u C13 O U U U O U 0 O\ ��jj►► O .O 00 O �I Ct 4-4 Cld Ay .� � O � � •O O Fil O �, b � � •� � c� U u U � cd A s:"4 cz '� � •? � s.� .� '� sem, N cd Cd m O cd .O N cd U UD 9z cd Cld A Q •o � o � � � Cld U •� cd .� O •U A cz aA .-� �.., •p C) _CCt O W U ° Ct U ro p O .4 0 ,. (L) 0 cd a cd ° •v O 7� td cd Cld cd Cd N cd Cld Cd O 4� �I cd OU p m Cld � l O o cd 00 7:1 M a� ''� M Cldo r SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN rParks & Community Services Department TECHNICAL SPECIFICATIONS rDIVISION 1 - GENERAL REQUIREMENTS 1P SECTION 01010 - 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 Exterior Security& Lighting of the Fort Worth Botanic Garden includes: • Demolition of selected exterior lighting equipment • Excavation • Hauling off materials • Trenching underground electrical conduit • Installing underground electrical conduit • Installing exterior light poles, concrete base and pier • Tree lighting • Exterior lighting fixtures on poles • Exterior lighting fixtures in trees • Exterior lighting fixtures mounted on ground supports These plans and specifications were prepared by Wadkins &Associates-Architects for the Parks and Community Services Department. The Department of Engineering will administer the contract and furnish inspection. The Contractor shall be responsible for construction layout and stake lines and grades in order to complete work as described in plans and specifications. For cutting and patching 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. SECTION 01035 -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 pre-construction conference,which shall be held no later than ten working days from the date of the notification letter. At the time of the pre-construction conference, a construction start date shall be established and indicated in the Notice to Proceed (Work Order)issued by the Engineering Department. The Conlractor 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 GENERAL REQUIREMENTS - 1 - SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department 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 will be completed within the specified days allowed. Liquidated damages will be assessed if the project runs over the allotted time. SECTION 01100-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 1.01 SCOPE OF PAYMENT: The Contractor shall accept the compensation as provided in the contract in full payment for furnishing 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 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. 1.02 Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20 day of each month that the work is in progress. The estimate shall be processed by the City on the 10th day and 25th day respectively. 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 For contracts of less than $400,000 at the time of execution, retainage shall be Ten Percent(10%). For contracts of$400,000 or more at the time of execution, GENERAL REQUIREMENTS -2- SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department retainage shall be five Percent(5%). 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 seq. (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. 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. GENERAL REQUIREMENTS -3- SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department 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. 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 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 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. On projects divided into two or more units, the Contractor may request a final payment on one or more units that have been completed and accepted. The final acceptance of the completed work will be by the Parks and Community Services Department and all guaranties covering the completed work and all maintenance periods shall begin with the date of this acceptance. 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. 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 clean-up. The Contractor shall submit to the Project Manager shop drawings, product data and samples required in specification sections. 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. GENERAL REQUIREMENTS -4- SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department 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 LINEL-p! A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet, shall be placed inside and outside vehicles such as cranes, derricks, power 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)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 Send submittals for substitutions to: Kathleen Cook, Landscape Architect (817)871-7688 Parks and Community Services Department 3220 Botanic Garden Blvd. Fort Worth,Texas 76107 1.02 PRODUCTS LIST A. Within ten (10) days after date of Contract, submit to Landscape Architect two (2) copies of complete list of all products which are proposed for installation. GENERAL REQUIREMENTS -5- SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department B. Tabulate list by each specification section. C. For products specified under reference standards, include with listing of each product: 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 1.03 CONTRACTOR'S OPTIONS A. For products specified only by reference standards, select any product meeting standards, by 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, Contractor must submit request, as required for substitution, for any product not specifically named. 1.04 SUBSTITUTIONS A. During bidding, Landscape Architect will consider written requests from prime bidders for substitutions, received at least ten (10)days prior to bid date; requests received after that time will not be considered. B. Within thirty (30)days after date of Contract, Landscape Architect 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 dates of installation. D. In making request for substitution, Bidder/Contractor represents: 1. He has personally investigated proposed product or method, and determined that it is equal or superior in all respects to that specified. 2. He will provide the same guarantee(or better)for substituted product or method specified. 3. He will coordinate installation of accepted substitution into work, making such changes as may be required for work to be complete in all respects. 4. He waives all claims for additional costs related to substitution, which consequently become apparent. GENERAL REQUIREMENTS -6- SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department 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. 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. 1.02 GUARANTEE The Contractor shall be responsible for defects in this project due to faulty workmanship or materials, or both, for a period of one(1)year from the date of final acceptance of this project by the Parks and Community Services Department. The Contractor will be required to replace, at his own expense, any part, or all, of this project which becomes defective due to these causes. 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, 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 employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract,whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either(a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b)provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems 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 -7- FORT WORTH BOTANIC GARDEN SECURITY & SITE LIGHTING Parks and Community Services Departments DIVISION ZERO SECTION 00320 GEOTECHNICAL DATA A. The Geotechnical Data is documented on drawing E-4 of the plans. END OF SECTION 00320- 1 r SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department DIVISION TWO—SITE WORK SECTION 02128 TRENCH SAFETY SYSTEM PART 1 -GENERAL 1.1 DESCRIPTION A. This item consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench. These specifications are for the purpose of providing minimum performance specifications and the Contractor shall develop, design and implement the trench safety system. The Contractor shall bear the sole responsibility for the ffYY adequacy of the trench safety system and providing"a safe place to work"for the workman. L' The trench excavation safety protection system shall be as prescribed in the current Occupational Safety and Health Standards — Excavations (29CFR Part 1926), U.S. Department of Labor. This shall be the minimum governing requirements of this item and is hereby made a part of this specification. The Contractor shall, in addition comply with all other applicable federal, state, and local rules, regulations and ordinances. Should the trench safety protection system require wider trenches than specified elsewhere or as shown on the plans, the Contractor will be responsible for all cost associated with determining adequacy of pipe bedding and class as well as purchase and installation of alternate materials are required. PART 2—PRODUCTS Not Used PART 3-EXECUTION 3.1 MEASUREMENTS A trench is referred to as a narrow excavation made below the surface of the ground in which the depth greater than the width, with the width not exceeding fifteen (15) feet. Trench depth is the vertical measurement from the top of the existing ground to the bottom of the pipe. The quality of trench safety systems shall be based on the linear foot amount of trench depth greater than four(4) feet. 3.2 PAYMENT Payment shall be full compensation for safety system design, labor, tools, materials, equipment and incidentals necessary for the installation and removal of trench safety systems. END OF SECTION 02128- 1 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department DIVISION TWO - SITE WORK SECTION 02100 SITE PREPARATION Part 1. General 1.1 Description: A. Work included: Demolition, clearing and grubbing required for this work includes, but is not necessarily limited to: 1. Removing shrubs, grass, weeds and other vegetation. 2. Removing improvements or obstructions that interfere with new construction. 3. Disconnecting and removing existing utility lines on the site except those designated to remain. 4. Removal of all debris. B. Related Work Described Elsewhere: 1. Excavating, filling and grading- Section 02200. C. Definitions: The terms"Demolition, Clearing and Grubbing"as used herein include the removal of all existing objects (except those designated to remain)down to the existing ground level (below grade if required to execute properly the new work), plus such other work as described in this section of the specifications. 1.2 Job Conditions: A. Dust Control: 1. Use necessary means to prevent spread of dust performance of work. 2. Moisten surfaces as required to prevent dust from being a nuisance to the public, neighbors, and concurrent performance of other work on the site. B. Disposal Of Waste: 1. On site burning will not be permitted. 2. Remove waste materials and unsuitable or excess topsoil from site and legally dispose of it. 02100- 1 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN 1 Parks & Community Services Department Section 02100 - Site Preparation(Cont'd) C. Protection: 1. Protect existing objects designated to remain. 2. In event of damage, repair or replace at no additional cost to Owner. Part 2. Products Not Used Part 3. Execution: 3.1 Preparation: A. Site Inspection: 1. Prior to start of work, inspect entire site and all objects designated to be removed or preserved. 2. Locate existing utility lines and determine requirements for disconnecting and capping. 3. Locate existing active utility lines transversing site and determine requirements for protection. B. Clarification: 1. The drawings do not propose to show all objects existing on site. However, in the event of damage, all such repair or replacement costs shall be incurred by the contractor. 2. Verify with Architect all objects to be removed or preserved before commencing work. 3.2 Clearing and Grubbing: A. Grubbing: 1. Remove all surface rocks, stumps, roots and other vegetation within limits of construction. 2. Do not leave any roots greater than three(3) inches in diameter in the ground. 3.3 Stripping Topsoil: A. Strip to whatever depths encountered in such a manner to prevent intermingling with underlying subsoil or other objectionable materials. B. Remove heavy growths of grass from areas before stripping. C. Where trees are designated to be left standing, stop topsoil stripping at the tree dripline to prevent damage to main root system. w 02100-2 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department Section 02100 - Site Preparation (Cont'd) D. Stockpile topsoils where directed. E. Construct storage piles to freely drain surface water. F. Cover storage piles if required to prevent windblown dust. 3.4 Replacing Of Topsoil: A. Stripped topsoil shall be used for finish grading whenever soil conditions permit-see Earthwork, Section 02200. END OF SECTION 02100-3 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department DIVISION TWO—SITE WORK SECTION 02200 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 02100 - 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 not be made on a unit price basis. 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 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 02100, "Site Preparation."Topsoil may be greater or less, than the upper six inches in depth. 02200- 1 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department Section 02200—Earthwork(Cont'd) 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. B. Cushion Sand: Clean fine sand,free from clay clumps, rocks,or other deleterious material. C. Playground Gravel: Gravel backfill for playground areas shall be washed "pea gravel", clean and free of all foreign materials. Particle size of the gravel shall be 1/8"—5/8". D. Playground Sand: Sand backfill for sand dig areas shall be fine white sand graded with the following sieve analysis limits: Size Percent Percent Passing No. 16 100 No. 30 98 No. 50 62 No. 100 17 No. 200 0-1 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 02200-2 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department Section 02200—Earthwork(Cont'd) B. Unsuitable materials will be disposed of as "waste"as specified in Section 02100. 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. PART 3 - EXECUTION 3.01 SITE PREPARATION: In general, "site preparation,"as specified in Section 02100, 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 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. E. 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. per` 02200-3 �4` SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department Section 02200—Earthwork(Cont'd) 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 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 02100. 2. At this Park, the Architect/Engineer shall permit the Contractor to"waste"the surplus by constructing additional embankment in an approved location. No additional payment for such work would be due that Contractor. 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 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. 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, 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 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 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. P 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 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. 02200-4 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department Section 02200—Earthwork(Cont'd) 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 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 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 90 percent of Standard Density ASTM D698 with plus 4 percent or minus 2 percentage points of optimum moisture content. B. Earth Embankment Under Structures and Pavement: The top 6 inches of natural earth comprising the subgrade for structural slabs or for areas of pavement shall be 95 percent to 98 percent of Standard Density ASTM D698 with the moisture content at minus 2 percent to plus 4 percent of optimum. 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 2 percent below optimum in the top 12 inches of the fill will require that the top 12 inches 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 02200-5 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department DIVISION TWO—SITE WORK SECTION 02221 TRENCHING, BACKFILLING,AND PIPE EMBEDMENT FOR PIPING PART 1 -GENERAL 1.1 DESCRIPTION OF WORK This article includes clearing, grubbing, removal, and disposition of all other work necessary for preparation of the site, trench excavation and backfill, pumping and dewatering, shoring, and bracing,furnishing and placing pipe embedment material, cleanup, and all necessary appurtent work for piping located 5 feet or more from any building or structure. All construction shall conform to the line, grade and alignment shown on the plans. All excavation shall be unclassified and shall include all materials encountered regardless of their nature or manner in which they are removed. Excess earth from the various excavations, which is not required for backfill on the site, shall be disposed of by the Contractor at locations to be arranged for by the Contractor at the Contractor's expense. 1.2 QUALITY ASSURANCE A. Compaction:All backfill and embedment material shall be compacted to a minimum of 90%of maximum density as determined by ASTM D698 (Standard Proctor). Where indicated on Plans, or under pavement compaction shall be 95%maximum density as determined by ASTM D698. B. Testing and Density: Periodic testing of compaction for conformance with this section shall be made by an approved testing laboratory selected and paid for by the Contractor. Failing tests shall also be paid for by the Contractor. C. Submittals:The Contractor shall submit samples of embedment materials and sieve analyses for approval prior to delivery to the site. The Contractor shall submit test result indicating acceptable soil resistivity for embedment material to be used for metal pipe. D. Storage and Handling: Excavating material to be used for backfill may be deposited by the Contractor in storage piles at points convenient for rehandling the material during the backfilling operations. The location of storage piles shall be subject to the approval of the Owner or his representative. E. Weather: No backfill or embedment material shall be placed during freezing weather. '■ 02221 - 1 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department Section 02221 —Trenching, Backfilling, and Pipe Embedment For Piping(Cont'd) PART 2-PRODUCTS 2.1 MANUFACTURERS A. Concrete for Backfill, blocking, Cradling and Encasement: Unless other strength requirements are designated on Plans, all concrete used for the purposes shall be Class "D" as specified in Section 03310. 2.2 METAL CONDUIT AND TUBING A. Rigid Steel Conduit: ANSI C80.1. B. Plastic—Coated Steel Conduit and Fittings: NEMA RN 1. C. Electrical Metallic Tubing and Fittings: ANSI C80.3 with compression-type fittings. D. Flexible Metal Conduit: Zinc-coated steel. E. Liquidtight Flexible Metal Conduit: Flexible steel conduit with PVC jacket. F. Fittings: NEMA FB 1, compatible with conduit/tubing materials. 2.3 NONMETALLIC CONDUIT AND TUBING A. Rigid Nonmetallic Conduit(RNC): NEMA TC 2, Schedule 40 PVC. B. PVC Conduit and Tubing Fittings: NEMA TC 3, match to conduit or conduit/tubing type and material. 2.4 WIREWAYS A. Material: Sheet metal sized and shaped as indicated. B. Fittings and Accessories: Include couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireway as required for complete system. C. Select features where not otherwise indicated, as required to complete wiring system and to comply with NEC. D. Wireway Covers: Hinge type. E. Finish: Manufacturer's standard enamel finish. 02221 -2 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department Section 02221 —Trenching, Backfilling,and Pipe Embedment For Piping(Cont'd) 2.5 OUTLET AND DEVICE BOXES A. Sheet Metal Boxes: NEMA OS 1. B. Cast Metal Boxes: NEMA FB 1, type FD, cast feralloy box with gasketed cover. 2.6 FLOOR BOXES A. Floor Box: Cast metal,fully adjustable, rectangular. 2.7 PULL AND JUNCTION BOXES A. Small Sheet Metal Boxes: NEMA OS 1. B. Cast Metal Boxes: NEMA FB 1, cast aluminum with gasketed cover. 2.8 CABINETS AND ENCLOSURES A. Hinged Cover Enclosures: NEMA 250, steel enclosure with continuous hinge cover and flush latch. Finish inside and out with manufacturer's standard enamel. B. Cabinets: NEMA 250, Type1, galvanized steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel. Hinged door in front cover with flush latch and concealed hinge. Key latch to match panelboards. Include metal barriers to separate wiring of different systems and voltage, and include accessory feet where required for freestanding equipment. PART 3-EXECUTION 3.1 EXAMINATION A. Examine surfaces to receive raceways, boxes, enclosures, and cabinets for compliance with installation tolerances and other conditions affecting performance of the raceway system. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 WIRING METHODS A. Outdoors: Use the following wiring methods: 1. Exposed: Rigid metal conduit. 2. Concealed: Rigid metal conduit. 3. Underground, Single Run: Rigid nonmetallic conduit. 4. Underground, Grouped: Rigid nonmetallic conduit. "" 02221 -3 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department Section 02221 —Trenching, Backfilling, and Pipe Embedment For Piping (Cont'd) 5. Connection to Vibrating Equipment (including transformers and hydraulic, pneumatic, or electric solenoid or motor-driven equipment): Liquidtight flexible metal conduit. 6. Boxes and Enclosures: NEMA Type 3R or Type 4. B. Indoors: Use the following wiring methods: 1. Connection to Vibrating Equipment(including transformers and hydraulic, pneumatic, or electric solenoid or motor-driven equipment): Flexible metal conduit, except in wet or damp locations use liquidtight flexible metal conduit. 2. Damp or Wet Locations: Rigid steel conduit. 3. Exposed: Rigid steel conduit, except electrical metallic tubing with compression fittings may be used 8 feet or more above the floor. 4. Concealed: Electrical metallic tubing. 5. Boxes and Enclosures: NEMA Type 1, except in damp or wet locations use NEMA Type 4, stainless steel. 3.3 INSTALLATION A. Install raceways, boxes, enclosures, and cabinets as indicated, according to manufacturer's written instructions. B. Conceal conduit and EMT, unless otherwise indicated,within finished walls, ceilings, and floors. C. Keep raceways at least 6 inches (150 mm) away from parallel runs of flues and steam or hot water pipes. Install horizontal raceway runs above water and steam piping. C. Install raceways level and square and at proper elevations. Provide adequate headroom. E. Complete raceway installation before starting conductor installation. F. Support raceway as specified in Division 16 Section"Supporting Devices." G. Use temporary closures to prevent foreign matter from entering raceway. H. Protect stub-ups from damage where conduits rise through floor slabs. Arranged so curved portion of bends is not visible above the finished slab. I. Make bends and offsets so the inside diameter is not reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. J. Use raceway fittings compatible with raceway and suitable for use and location. K. Run concealed raceways with a minimum of bends in the shortest practical distance considering the type of building construction and obstructions, except as otherwise indicated. 02221 -4 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department Section 02221 —Trenching, Backfilling, and Pipe Embedment For Piping(Confd) L. Install exposed raceways parallel to or at right angles to nearby surfaces or structural members, and follow the surface contours as much as practical. 1. Run parallel or banked raceways together, on common supports where practical. 2. Make bends in parallel or banked runs from same center line to make bends parallel. Use factory elbows only where they can be installed parallel; otherwise, provide field bends for parallel raceways. M. Join raceways with fittings designed and approved for the purpose and make joints tight. 1. Make raceway terminations tight. Use bonding bushings or wedges at connections subject to vibration. Use bonding jumpers where joints cannot be made tight. 2. Use insulating bushings to protect conductors. N. Tighten set screws of threadless fittings with suitable tool. O. Terminations: Where raceways are terminated with locknuts and bushings, align the raceway to enter squarely, and install the locknuts with dished part against the box. Where terminations cannot be made secure with one locknut, use two locknuts, one inside and one outside the box. P. Where terminating in threading hubs, screw the raceway or fitting tight into the hub so the end bears against the wire protection shoulder. Where chase nipples are used, align the raceway so the coupling is square to the box, and tighten the chase nipple so no threads are exposed. Q. Install pull wires in empty raceways. Use No. 14 AWG(1.6 mm)zinc-coated steel or monofilament plastic line having not less than 200-Ib(90 kg)tensile strength. Leave not less than 12 inches(300 mm)of slack at each end of the pull wire. R. Stub-Up Connections: Extend conduits through concrete floor for connection to freestanding with an adjustable top or coupling threaded inside for plugs, and set flush with the finished floor. Extend conductors to equipment with rigid steel conduit;flexible metal conduit may be used 6 inches(150 mm)above the floor. Where equipment connections are not made under this Contract, install screwdriver-operated threaded flush plugs flush with floor. S. Flexible Connections: Use maximum of 6 feet(1830 mm)of flexible conduit for recessed and semirecessed lighting fixtures; for equipment subject to vibration, noise transmission, or movement; and for all motors. Use liquidtight flexible conduit in wet or damp locations. Install separate ground conductor across flexible connections. T. Do not install aluminum conduit embedded in or in contact with concrete. U. PVC Externally Coated Rigid Steel Conduit: Use only fittings approved for use with that material. Patch all nicks and scrapes in PVC coating after installing conduit. 02221 -5 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department Section 02221 —Trenching, Backfilling, and Pipe Embedment For Piping(Cont'd) V. Set floor boxes level and adjust flush to floor surface. W. Install hinged cover enclosures and cabinets plumb. Support at each corner. X. Provide grounding connections for raceway, boxes, and components as indicated and instructed by manufacturer. Tighten connectors and terminals, including screws and bolts, according to equipment manufacturer's published torque-tightening values for equipment connectors. Where manufacturer's torquing requirements are not indicated, tighten connectors and terminals according to tightening torques specified in UL Standard 486A. 3.4 PROTECTION A. Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer, to ensure that coatings, finishes, and cabinets are without damage or deterioration at Substantial Completion. 1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2. Repair damage to PVC or paint finishes with matching touch-up coating recommended by the manufacturer. 3.5 CLEANING A. Upon completion of installation of system, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish, including chips, scratches, and abrasions. END OF SECTION 02221 -6 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department DIVISION TWO—SITE WORK SECTION 02930 SEEDING Part 1 - General r' 1.1 Description: A. Work Included: Seeding of grass seeds as specified on the plans. P- B. Related Work Specified Elsewhere: Section 02220, Earthwork. 1.2 Reference Standards: A. Standardized Plant Names: 1. For exotic plant materials: American Joint Committee of Horticultural Nomenclature, Second Edition, 1942. 2. For native materials: a. Manual of the Vascular Plants of Texas by Correll and Johnston b. Check List of Vascular Plants of Texas by Hatch c. Flora of North Central Texas by Shinners and Moller B. Texas Highway Department: Standard Specifications for Construction, Item 164, "Seeding for Erosion Control"and Item 180, "Wildflower Seeding". 1.3 Submittals: b A. Seed: 1. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS) b. Name and type of seed 2. If using native grass or wildflower seed, seed must have been harvested within 100 miles of the construction site. - 3. All seed shall be tested in a laboratory with certified results presented to the Project Manager, in writing, prior to planting. 4. All seed to be of the previous season's crop and the date on the container shall be within twelve months of the seeding date. 5. Each species of seed shall be supplied in a separate, labeled container for acceptance by the Project Manager. B. Fertilizer: 1. Unopened bags labeled with the analysis 2. Conform to Texas fertilizer law 1.4 Job Conditions: _ A. Planting Season: The season varies according to species (see Part 2 - Products). Do not seed when soil is excessively wet or dry or when wind exceeds 10 miles per hour. �a 02930- 1 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department Section 02930—Seeding (Cont'd) B. Schedule After All Other Construction and Planting Is Complete. C. Protect and Maintain Seeded Areas 1. From erosion 2. From traffic and all other use 3. Until seeding is complete and accepted 1.5 Quality Control: The contractor who plants the seeds, whether the general contractor or a subcontractor, is responsible for daily supervision of his crew,while planting the seed and maintaining the seedlings until the project is accepted by the City. Part 2—Products: 2.1 Materials: A. Seed: All seed shall be planted at rates based on pure live seed (PLS =purity x germination) per acre. Substitution of individual seed types due to lack of availability shall be made only by the Project Manager at the time of planting. The Contractor shall notify the Project Manager, prior to bidding, of difficulties locating certain species. Only those areas indicated on the plans and areas disturbed by construction shall be seeded. Prior to seeding, each area shall be marked in the field and approved by the Project Manager. Any adjustment of area location by the Project Manager shall be considered incidental and shall not entitle the Contractor to additional compensation. Weed seed shall not exceed 10 percent by weight of the total of pure live seed (PLS)and other material in the mixture. Johnson Grass and Nut Grass seed shall not be allowed. The seed shall be clean, dry and harvested within one year of planting. 1. Non-native grass seed shall consist of: If planted between April 15 and September 10: Lbs./Acre Common Name Scientific Name Purity Germination 25 Bermuda (UN-hulled) Cynodon dactylon 85% 90% 75 Bermuda (hulled) Cynodon dacty/on 95% 90% Substitute the following if planted between September 10 and April 15: 220 Rye Grass Lolium multiflorum 82% 80% 40 Bermuda (UN-hulled) Cynodon dacty/on 84% 85% 02930-2 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department Section 02930—Seeding (Cont'd) 2. Temporary erosion control seed: When specified on the plans, temporary control measures shall be performed. These measures shall consist of the sowing of cool season plant seeds and the work and materials as required in this section. B. Mulch: 1. Mulch should be designed for use with conventional mechanical or hydraulic planting of seed, either alone or with fertilizer. 2. Mulch should be wood cellulose fiber produced from virgin wood or recycled paper-by- products (waste products from paper mills or recycled newspaper). 3. Mulch should contain no growth or germination inhibiting factors. 4. Mulch should contain no more than 10 percent moisture, air dry weight basis. 5. Additives shall include a binder in powder form. 6. Material shall form a strong moisture-retaining mat. C. Fertilizer: 1. All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis. 2. All fertilizer shall be in acceptable condition for distribution and shall be applied uniformly over the planted area. 3. Analysis of 16-20-0, 16-8-8, or as designated on the plans. Fertilizer rate: a. No fertilizer is required for wildflower seeding. b. Where applying fertilizer on newly established seeding areas- 100 pounds of Nitrogen per acre. C. Where applying fertilizer on established seeding areas- 150 pounds of Nitrogen per acre. D. Water: Shall be furnished by the Contractor and shall be clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. The amount of water will vary according to the weather variables. Generally, an amount of water that is equal to the average amount of rainfall plus 1/2"per week should be applied for approximately three weeks or until project is accepted by the Project Manager. E. Erosion Control Measures: 1. For seeding application in areas up to 3:1 slope, use cellulose, fiber or recycled paper mulch, (see 2.01, B. Mulch and 3.03). 2. For seeding application in areas 3:1 slope or greater, use the following soil retention blanket(Follow the manufacturer's directions): "Curlex I"from American Excelsior, 900 Ave. H East, Post Office Box 5624,Arlington, Texas 76001, 1-800-777-SOIL. 2.2 Mixing: Seed, mulch,fertilizer and water may be mixed provided that: 1. Mixture is uniformly suspended to form a homogenous slurry. 2. Mixture forms a blotter-like ground cover impregnated uniformly with grass seed. 3. Mixture is applied within 30 minutes after placed in the equipment. 02930-3 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department Section 02930—Seeding (Cont'd) Part 3—Execution: 3.1 Seeded Preparation: A. Clear Surface of All Materials, Such As: 1. Stumps, stones, and other objects larger than one inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Tilling: 1. In all compacted areas till one inch deep. 2. If area is sloped greater than 3:1, run a tractor parallel to slope to provide less seed/water run-off. 3. In areas near trees: Do not till deeper than 1/2 inch inside"drip line"of trees. C. Watering: Soil should be watered to a minimum depth of four inches within 48 hours of seeding. 3.2 Seeding: A. If Sowing Seed By Hand: 1. Broadcast seed in two directions at right angles to each other. 2. Harrow or rake lightly to cover seed. 3. Never cover seed with more soil than twice its diameter. 4. For wildflower plantings, scalp existing grasses to one inch, remove grass clippings, so seed can make contact with the soil. B. Mechanically Seeding (Drilling): If mechanically seeding (drilling)the seed or seed mixture, the quantity specified shall be uniformly distributed over the areas shown on the plans or where directed. All varieties of seed, as well as fertilizer, may be distributed at the same time provided that each component is uniformly applied at the specified rate. Seed shall be drilled at a depth of from 1/4 inch to 3/8-inch utilizing a pasture or rangeland type drill. All drilling is to be on the contour. After planting, the area shall be rolled with a roller integral to the seed drill, or a corrugated roller of the"Cultipacker" type. All rolling of slope areas shall be on the contour. 3.3 Mulching: A. Apply uniformly after completion of seeding in areas up to 3:1 slope. Mulch may be applied concurrently with fertilizer and seed, if desired. B. Apply at the following rates unless otherwise shown on plans: 1. Sandy soils, flat surfaces-minimum 1,500 lbs./acre. 2. Sandy soils, sloping surfaces-minimum 1,800 lbs./acre. 3. Clay soils, flat surfaces -minimum 2,500 lbs./acre. 4. Clay soils, sloping surfaces-minimum 3,000 lbs./acre. 5. "Flat"and "sloping" surfaces will be shown on the plans if not visually obvious. 02930-4 SECURITY & SITE LIGHTING FORT WORTH BOTANIC GARDEN Parks & Community Services Department Section 02930—Seeding (Cont'd) C. Apply within 30 minutes after placement in equipment. Keep mulch moist, by daily water application, if necessary: 1. For approximately twenty-one days, or 2. Until seeds have germinated and have rooted in soil, (see 3.04, B) and project has been accepted by the Project Manager. 3.4 Maintenance and Management: A. Includes protection, replanting, maintaining grades and immediate repair of erosion damage until the project receives final acceptance. B. Replanting: 1. Replant areas where a stand of grass or wildflowers is not present in a reasonable length of time, as determined by the Project Manager. 2. A"stand"shall be defined as: a. Bermuda/Rye grasses: Fourteen growing plants per square inch established within two weeks of seeding date on a smooth bed free of foreign material and rocks or clods larger than one inch diameter. b. Native grass and wildflowers: 80% percent coverage of growing plants within seeded area within twenty-one days of seeding date on a smooth bed free of foreign material and rocks or clods larger than one inch diameter. C. Having no bare spots greater than six-inch square. END OF SECTION 02930-5