Loading...
HomeMy WebLinkAboutContract 32081 CITY SECRETARY 'CONTRACT NO. _� OkI ,�a coMM IF lam• SPECIFICATIONS CITY SECRETARY AND CONTRACT DOCUMENTS D.O.E. FILE FOR CONTRACTOR'S BONDING CO. CONSTRUCTION'S COPY CLIENT DEPARTMENT PROJECT NAME PROJECT NUMBER D.O.E. NO. COMO COMMUNITY CENTER 0200/541600/807370004380 4784 VILLAGE CREEK PARK C200/541600/805370004480 4785 IN THE CITY OF FORT WORTH TEXAS MIKE MONCRIEF CHARLES R. BOSWELL MAYOR CITY MANAGER RANDLE HARWOOD,ACTING DIRECTOR PARKS AND COMMUNITY SERVICES PARKS AND COMMUNITY SERVICES DEPARTMENT PLANNING AND RESOURCE MANAGEMENT DIVISION FUNDING OF PROJECT BY CITY OF FORT WORTH 2004 CAPITAL IMPROVEMENT PROGRAM Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 6/14/2005 DATE: Tuesday, June 14, 2005 LOG NAME: 80PARKING REFERENCE NO.: **C-20791 SUBJECT: Authorize Execution of Construction Contract with Northstar Construction, Inc. for Parking Replacement at Como Community Center and Village Creek Park RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Northstar Construction, Inc. in the amount of$240,877.50 (Base and Alternate Bid) for parking replacement at Como Community Center and Village Creek Park. DISCUSSION: The 2004 Capital Improvement Program (CIP) Proposition One: Street and Storm Sewer Improvements allocated $5,050,000 for parking lot and road replacement projects in community parks with $150,000 allocated for Como Community Center and $73,500 for Village Creek Park, together totaling $223,500. On August 24, 2004, an engineering agreement was administratively executed (City Secretary Contract No. 30385) between the Parks and Community Services Department(PACSD) and Boydston Designs, Inc. in the amount of$24,700 for engineering design and construction document preparation for both sites. The scope of work included the removal of the existing asphalt parking lot and replace with concrete at Como Community Center and the installation of a concrete parking lot at Village Creek Park. The project was advertised to bid on March 10 and 17, 2005. On April 7, 2005, the following bids were received: BIDDER BASE BID ALTERNATE BID TOTAL Northstar Construction Inc. $72,235.00 $168,642.50 $240,877.50 Cole Construction, Inc. $84,680.00 $184,730.00 $269,410.00 Cates, Courtney& Roebuck, LP $87,120.00 $177,055.00 $264,175.00 Base Bid work includes the construction of a 29 space concrete parking lot at Village Creek Park(Unit II) in the amount of $72,235.00. The Bid Alternate includes the removal of the existing asphalt parking lot and replaced with a 53 space concrete parking lot at Como Community Center (Unit 1) in the amount of $168,642.50. The Base Bid design for Como Community Center totaled $182,642.50 and included the construction of a retaining wall to reduce the surface slope of the existing parking area while the Bid Alternate design maintains the existing site grades. However, the Bid Alternate design provides suitable circulation while enhancing accessible parking spaces for both the community center and the adjacent senior citizen facility. It is recommended that Unit I - Bid Alternate: Como Community Center in the amount of$168,642.50 and Unit II - Base Bid: Village Creek Park in the amount of $72,235.00, together totaling $240,877.50 as submitted by Northstar Construction, Inc. be approved for award of contract. Contract time is 90 working ittp://www.cfwnet.org/council_packet/Reports/Mc_print.asp 6/15/2005 Page 2 of 2 days, with the stipulation that construction shall not start at Como Community Center until after September 1, 2005 in order to avoid disruption to summer programming activities at the center. Construction constraints requiring Center access at all times result in phased demolition and construction scheduling. Supplemental funding will be required in the amount of $68,390 in order to accommodate additional phasing. The funds are from the 1993 Capital Improvement Program - Roads, Parking and Drainage Improvements. In addition to the contract amount, associated contingency costs for construction management/ inspection (5%) and potential Change Orders (5%) amounts to $22,883. Northstar Construction, Inc. is in compliance with the city's M/WBE Ordinance by committing to 18% M/WBE participation. The City's goal on the project is 16%. These improvements will not require additional maintenance or operating expenditures beyond what is currently budgeted. Construction at Village Creek Park is anticipated to begin in August 2005 with completion by October 2005. Construction at Como Community Center is anticipated to begin in September 2005 with completion in November 2005. Village Creek Park is located in COUNCIL DISTRICT 5; Como Community Center is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the 2004 and 1993 Street Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers 1 $15,538.18 C111 541600 080111037148 1 $52,851.67 C111 541600 080111037148 C200 541600 805370004480 $56,696.82 C200 541600 807370004380 $115,790.83 Submitted for City Manager's Office by Mike Ficke (5746) Originating Department Head: Randle Harwood (5704) Additional Information Contact: Harold Pitchford (5728) ittp://www.cfwnet.org/council packet/Reports/mc print.asp 6/15/2005 I ADDENDUM #1 Unit I - Parking Lot Reconstruction for Como Community Center Unit II — Construct parking Lot for Village Creek Park March 10, 2005 TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify, explain or correct the original drawings I and/or project manual. I REFER TO THE PROJECT MANUAL: 1. Proposal / Item D. —The completion of work covered by these contract documents currently states One Hundred and Three (103) Calendar Days. Contract period reference to Calendar Day contract shall be replaced and shall now read as follows: Proposal / Item D. The undersigned agrees to complete all work covered by these contract documents within Ninety (90) Working Days after the date for commencing work as set forth in the Notice To Proceed to be issued by the Owner and to pay not less than the 2002 AGC North Texas Construction Industry Survey. Unit I — Parking Lot Reconstruction for Como Community Center shall start no earlier than September 1, 2005 2. City Of Fort Worth, Texas Contract— Item 4. - Contract period shall be changed to read as follows: The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for inspection and approval of the Department of Engineering Director of the City of Fort Worth and the City Council of the City of Fort Worth within a period of: Ninety (90) Working Days with commencement of construction at Como Community Center no earlier than September 1, 2005. END OF ADDENDUM #1 Bid Opening Date: Thursday, April 7, 2005 Acknowledge the receipt of this Addendum on your Proposal. By: A� ze Mike Ficke, Project Manager Release Date: March 9, 2005 U ^nn i ADDENDUM #2 Unit I - Parking Lot Reconstruction for Como Community Center March 22, 2005 TO ALL BIDDERS: 4 Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify, explain or correct the original drawings and/or project manual. REFER TO THE PROJECT MANUAL: 1. Geotechnical Investigation: Como Community Center - Item 2.0 — Recompacted Pavement Subgrade — Clarification is given that subgrade preparation is not to include lime stabilization. Also refer to Item 4.0 — Pavement Sections / Tables 1. and 2. END OF ADDENDUM #2 Bid Opening Date: Thursday, April 7, 2005 Acknowledge the receipt of this Addendum on y ur Proposal. By: Mike Ficke - Project Manager Release Date: March 22, 2005 l I l TABLE OF CONTENTS 1. NOTICE TO BIDDERS 2. SPECIAL INSTRUCTIONS TO BIDDERS 3. GEOTECHNICAL STUDY(Como Community Center) 4. PROPOSAL 5. CITY OF FORT WORTH M/WBE ENTERPRISE SPECIFICATIONS 6. CITY OF FORT WORTH PREVAILING WAGE RATES 7. WEATHER TABLE 8. VENDOR COMPLIANCE TO STATE LAW 9. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION 10. PROJECT DESIGNATION SIGN DETAIL 11. TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS SECTION 01100- Summary of Work SECTION 01135- Contract Time SECTION 01140 -Alternatives SECTION 01150- Payment To Contractor SECTION 01300- Submittals SECTION 01400 - Quality Control SECTION 01410 -Testing SECTION 01500-Temporary Facilities and Controls SECTION 01640- Substitutions and Product Options SECTION 01700-Project Closeout SECTION 01800- Contractor's Responsibility for Damage Claims DIVISION 2- SITE WORK Section 02200-Site Preparation Section 02140- Site Underdrains Section 02300-Earthwork Section 02930 Seeding DIVISION 3 - CONCRETE Section 03300- Cast-in-Place Concrete Section 07920— Silicone Joint Sealing for Concrete Pavement 12. CERTIFICATE OF INSURANCE 13. BIDDER'S STATEMENT OF QUALIFICATIONS 14. PERFORMANCE BOND 15. PAYMENT BOND 16. MAINTENANCE BOND 17. CONTRACT NOTICE TO BIDDERS Sealed Proposals for the following: n UNIT I: Parking Lot Reconstruction for Como Community Center 3 PROJECT NO. C200 / 541600 / 807370004380 DOE NO. 4784 UNIT II: Construct Parking Lot for Village Creek Community Park PROJECT NO. C200 / 541600 / 805370004480 DOE NO. 4785 Addressed to Mr. Charles R. Boswell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Division Office until 1:30 p.m., Thurs., April 7, 2005 and then publicly opened and read aloud at 2:00 p.m. in Council Chambers 2ndfloor— 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 i receive a deposit refund on the first two plan sets if the documents are returned in good condition within 10 days after bids are opened. Any additional plan sets shall require a non-refundable deposit. These documents contain additional information for prospective bidders. All Bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes of the State of Texas with respect to the payment of the prevailing wage rates, and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code, Section 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. 1 Minority/Women's Business Enterprise Participation Goals In accordance with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the M/UVBE Office or from the Office of the City Secretary. The bidder shall submit the MBE /WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM and /or the JOINT VENTURE FORM ("Documentation) as appropriate and must be received no later than 5:00 P.M., five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit documentation at the reception area of the managing department, Department of Engineering, 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. i Services/materials for this project are as follows: demolition/site prep clearing/grubbing grading/earthwork concrete seeding steel rebar pavement marking retaining walls traffic control The City's minimum M/WBE goal on this project is 16 % of the total dollar value of this contract. 2 Prime Bidder Qualification Requirements The City will evaluate all submitted bids based on criteria and qualifications to determine award of contract as noted in Item 14 - Bidder's Statement Of Qualifications— Special Instructions To Bidders and upon receipt of Bidder's Statement Of Qualifications form included in this construction document. In general: • The Prime Bidder, as general contractor or sub-contractor, must demonstrate similar project scope experience on three (3) projects within the last three (3) years. All subcontractors intended for use on this project shall also demonstrate similar project scope experience necessary to successfully perform on their respective portion of work on this project. • The Prime Bidder must provide a list the surety company(s) which issued bonds for projects listed above. Additionally, the Prime bidder shall list the surety company intended for use on this project. • The Prime Bidder must submit a current certified financial statement prepared by an independent Certified Public Accountant. • The Prime Bidder shall perform with its own organization and with the assistance of work crews under its superintendence work of a value not less than fifty percent (50%) of the project scope of work as per Section 8.1 of the standard specifications for Street and Storm Drain Construction for the City of Fort worth. Bidder Qualifications submitted to the Parks and Community Service Department Proiect Manager must be received no later than 5:00 P.M., five (5) City business days after the bid opening date, exclusive of the bid opening date. 3. Bid Addendum Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Project Manager. 4. Pre— Bid Conference A pre-bid conference will be held with prospective bidders at the Parks and Community Services Offices Conference Room 2 on Tuesday March 22 2005 at 9:00 AM. i 5. AWARD OF CONTRACT The City reserves the right to reject any or all bids and waive any or all formalities. The City will award one contract with a combination of base bids and/or alternates which is most advantageous to the City. No bid may be withdrawn until the expiration of 70 calendar days from the day bids are opened. The award of contract, if made, will be within 70 calendar days after the opening of bids, but in no case will the award be made until all necessary investigations are made as to the responsibility of the bidder to whom the contract will be awarded. RANDLE HARWOOD, ACTING DIRECTOR CHARLES R. BOSWELL PARKS AND COMMUNITY SERVICES DEPARTMENT CITY MANAGER MARTY HENDRIX CITY SECRETARY By: Mike Ficke Project Manager (817) 871-5746 Thursday, March 10, 2005 Thursday, March 17, 2005 : 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 S percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or(2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud,the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities,to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting Parks and Community Services Department telephone number indicated in the Notice to Bidders. Bids that do not acknowledge all applicable addenda will be rejected as non-responsive. (See Item G in the Proposal.) 4. AWARD OF CONTRACT: The Contract may not necessarily be awarded to the lowest bidder of the Base Bid. The Parks and Community Services Department shall evaluate and recommend to the City Council the best bid based on the combined benefits of total SPECIAL INSTRUCTIONS TO BIDDERS r -I - bid price and number of contract days allotted, as specified in the Proposal, and which is considered to be in the best interest of the City. Regardless of the Alternative chosen,the Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified in the Construction Documents, liquidated damages shall be charged as outlined in General Provisions, Item 8.6 Failure to Complete Work on Time, found in the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth,Texas. 5. PAYMENT PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is$25,000 or less,payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of$25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of$100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Maintenance Bond shall be required for all Parks and Community Services Department projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Division 1, Section 01700-Project Closeout, Item 1.02. In order for a surety to be acceptable to the City,the surety must meet the requirements of V. A. T. S Insurance Code, art. 7.19-1(c). Satisfactory proof of any such reinsurance shall be provided to the City as outlined in the Notice To Bidders. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City,notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 - General Provisions, Item 8,Paragraph 8.6, Standard Specifications for Street and Storm Drain t SPECIAL INSTRUCTIONS TO BIDDERS -2- Construction of the City of Fort Worth,Texas, concerning liquidated damages for late completion of projects. 7 EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-A-29)prohibiting discrimination in employment practices. 8 WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth,Texas, and set forth in Contract Documents for this project. Disregard if Federal Wage Rates are applicable to this project. If Federal Wage Rates are applicable to a project, the Contractor shall comply with all items identified in the attached Contractor's Packet. For further information regarding this packet, contact the Intergovernmental Affairs/Grants Management Division,Finance Department at(817) 871-8365 or 871-8387 9. FINANCIAL STATEMENT: A current certified financial statement shall be provided to the City as outlined in the Notice to Bidders for use by the CITY OF FORT WORTH in determining the successful bidder. This statement is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds,proof of insurance for Workers Compensation(statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or$250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on"any auto",defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders - Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms SPECIAL,INSTRUCTIONS TO BIDDERS -3- J or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. E. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. ` F. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 11. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in _ this state,but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS -4- "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 12. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The MEB/WBE Utilization Form, Subcontractor/ Supplier Utilization Form, Prime Contractor/Waiver Form and the Good Faith Effort Form and or the Joint Venture Form, as applicable, must be submitted no later than 5:00 p.m. five(5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project,the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M/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 SPECIAL,INSTRUCTIONS TO BIDDERS -5- a brief explanation. • The Contractor shall provide the M/WBE Office proof of pument to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis,the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE _ Office. b. If the Contractor makes change(s)prior to approval, the change will-not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after - receipt of final payment from the City of Fort Worth,The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor- City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise(M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation(other than a negligent misrepresentation) and/or commission of fraud SPECIAL INSTRUCTIONS TO BIDDERS -6- will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. 13. PROTECTION OF TREES PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored, after completion of the work, to a condition equal or better than existed prior to start of work. By ordinance,the Contractor must obtain a permit from the City Forester before any work(trimming,removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-Of-Way and designated alleys. This permit can be obtained b calling alling the Forestry Office at 871-5705. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint This is the only instance when pruning,paint is recommended. 14. BIDDER'S STATEMENT OF QUALIFICATIONS A. QUALIFICATION OF BIDDERS: Prime Bidder and all sub-contractors to be used by the bidder in the performance of this project shall be required to demonstrate experience necessary to successfully perform the proposed scope of work. The Prime Bidders' specific(1) experience, (2) stability and(3) history of performance on projects of a similar nature and scope will be considered. The BIDDERS STATEMENT OF QUALIFICATIONS shall be provided to the City as outlined in the Notice To Bidders and as noted in the specifications for the purpose of evaluating the Prime bidder/subcontractors qualifications. B. PRIME BIDDER/SUBCONTRACTOR QUALIFICATIONS 1. Demonstrate experience as either general or sub-contractor on a minimum of three(3)projects similar in scope within the last three(3) years. 2. Provide listing of surety company(s)which issued bonds for previous projects identified as demonstrated experience. 3. Provide name of surety company to be used for this project. 4. Provide a current certified financial statement as prepared by an independent Certified Public Accountant. 5. Name and qualifications for the site superintendence of the work. 6. Identify at least 50%of work which is to performed by the Prime Bidder with its own organization and work crews under its superintendence. 7. All sub-contractors intended for use on this project shall also demonstrate similar project scope experience(three similar projects in scope within last three years) necessary to successfully perform their respective portion of work on this project. SPECIAL INSTRUCTIONS TO BIDDERS -7- 8. Submittal of Letters Of Intent for the use of specific subcontractors listed on the Bidders Statement Of Qualification form. The Prime Bidder shall submit such Letters of Intent to the City no later than five(5) working days upon being recognized as the overall qualified bidder by the City. Should the Prime Bidder subsequently desire to substitute a subcontractor,the Prime Bidder shall notify the Project Manager in writing along with Letter Of Intent and experience qualifications for approval prior to commencement of construction. The documentation required herein shall be received by the Project Manager of the Parks and Community Services Department no later than five (5) City business days after the bid opening date, exclusive of the bid opening date. Recommendation of award of contract shall be contingent upon the Bidder and/or sub-contractors meeting such qualification requirements. Location and responsive ability of the firm will be considered. 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 apart of the joint venture,no other firms will be allowed to participate in the joint venture without written consent from the City. B. PLAYGROUND INSTALLATION AS PRIME PROJECT SCOPE 1. For projects in which the construction of playground area is the prime scope of work,bidders must be able to demonstrate the following. Failure to adequately demonstrate that the bidder meets these requirements may result in a recommendation that the bid be rejected as non—responsive. 2. The prime bidder shall submit such documents as are necessary to establish that the bidder has successfully and satisfactorily completed the construction and installation of at least three(3)playground facilities within the immediate past three(3) years for the state of Texas or other municipalities within the Dallas/ Fort Worth metroplex, such work to have included grading, sub surface drainage, playground perimeter concrete edging, equipment and safety surface installation. The documentation shall also demonstrate that the bidder completed the projects within the contract time without the assessment of liquidated damages. 3. If the prime bidder has not performed work for the state of Texas or municipalities within the Dallas/Fort worth metroplex, the bidder may still be considered if it has completed three(3)park playgrounds within the last three(3) years for private entities which included work as noted in B.1. 4. The prime bidder in addition shall provide information that discloses or demonstrates the following: SPECIAL INSTRUCTIONS TO BIDDERS -8- a. Name and qualifications for the site superintendence of the work. b. Knowledge in appropriate task sequencing. c. Intended staffing requirements to construct the work within the contract t time allowed. 1.5. 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 Y ALERT DAYS". Typically, the Ozone Alert season within the Metroplex area runs from May through September, with 6:00 a.m. - 10:00 a.m.being critical ozone forming periods each day. The Texas Natural Resource Conservation Commission(TNRCC) in coordination with the National Weather Service, will issue the Ozone Alert by 3:00 p.m. on the afternoon prior to the alert day. On designated Ozone Alert Days, the Contractor shall bear the responsibility of being aware that such days have been designated Ozone Alert Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires substantial use of motorized equipment. However, the Contractor may begin work earlier if such work minimizes the use of motorized equipment prior to 10:00 a.m. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Ozone Alert Day,that day will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement(TWCC-81,TWCC-82,TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project- includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor" in 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project,regardless of whether that person has employees. This includes,without limitation, independent contractors, subcontractors, leasing companies,motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation,providing,hauling, or delivering equipment or materials, or providing labor, transportation,or other service related to a project. "Services" does not include activities unrelated to the project, such as foodibeverage vendors, office supply deliveries, and delivery of portable toilets. SPECIAL INSTRUCTIONS TO BIDDERS -9- B. The contractor shall provide coverage,based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage,based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor,prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; SPECIAL INSTRUCTIONS TO BIDDERS - 10- (3) provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; n (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage,the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a Self- insured, with the commission's Division of Self-Insurance Regulation. The providing of false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract terminated if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: SPECIAL INSTRUCTIONS TO BIDDERS - il - - REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at(512)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS - 12- RLURNCE GEOTECHNIC • GEOTECHNICAL ENGINEERING 09L - ENVIRONMENTAL CONSULTING GROUP - CONSTRUCTION MATERIALS ENGINEERING AND TESTING October 11, 2004 Mr. Barney Boydston Phn: (817) 626-7878 Boydston Designs Fax: (817) 626-7879 222 W. Exchange, Suite 101 Fort Worth, Texas 76106 Re: Pavement Re-Construction Como Recreation Center Fort Worth, Texas AGG Report No: E04-0924 Dear Mr. Boydston: It is understood that the existing pavement in front of the Como Recreation Center in Fort Worth, Texas is to be removed and replaced with new pavement. Two shallow borings were drilled at locations shown on Figure I to evaluate the subgrade conditions in the existing pavement area. These results are shown on the attached logs. Please find enclosed our report summarizing the results of the subgrade investigation performed at the above referenced project site. We trust the recommendations derived from this investigation will provide you with the information necessary to complete your proposed project successfully. We thank you for the opportunity to provide you with our professional services. If we can be of further assistance, please do not hesitate to contact the undersigned at(972) 444-8889. Sincerely, ALLIANCE GEOTECHNICAL GROUP Michael D. Roland Mark J. Farrow, P.E. Project Manager Principal Engineer ­K J. FARROW- 'MEMBER 3228 Halifax Street Suite A - Dallas, Texas 75247 Tel: 972-444-8889 - Fax: 972-444-8893 - www aggengr.com --------------------- TABLE OF CONTENTS COMO RECREATION CENTER FORT WORTH,TEXAS PAGE 1.0 SUBGRADE PREPARATION---------------------------------------------------------------•--------1 2.0 RECOMPACTED PAVEMENT SUBGRADE ------------------------------------------------------2 3.0 DRIVE APPROACHES --------------------------.----------------------------------------------------2 4.0 PAVEMENT SECTIONS------------------------------------------------------------------------------3 5.0 SPECIAL PAVEMENT CONSIDERATIONS-----------------------------------------------------4 6.0 CRUSHED CONCRETE-----------------•-------------------------------------------------------------5 7.0 LIMITATIONS -- --- -- --5 FIGURES BORINGLOCATION DIAGRAM ----------------------------------------------------------------------------1 LOGSOF BORING----------------------------------------------------------------------------------------2 and 3 KEY TO TERMS OF BORINGS-----------------------------------------------------------------------------4 ALLIANCE GEOTECHNICAL GROUP E04-0924 GEOTECHNICAL INVESTIGATION COMO RECREATION CENTER FORT WORTH, TEXAS 1.0 SUBGRADE PREPARATION Surficial clays present at this site are active, and are subject to losses in shear strength with the increases in moisture content which normally occur beneath area paving. They typically react with hydrated lime which serves to improve their support value at higher moisture levels and provides a firm, uniform subgrade beneath the paving. It is recommended that seven (7) percent hydrated lime by dry weight (32 pounds per square yard per 6-inch depth) to be used to stabilize the existing clay subgrade soils. The lime should be thoroughly mixed and blended with the highly active subgrade soil (TxDOT Item 260) and the mixture compacted to a minimum of 95 percent of maximum dry density as determined in accordance with ASTM D698, within 2 percentage points of the soil's optimum moisture content. We recommend that this lime stabilization extend 1 to 2 feet beyond exposed pavement edges, if possible, in order to reduce the effects of shrinkage during extended dry periods. After blue top stakes are set in preparation for grading the lime stabilized subgrade, depth checks should be performed to verify that the specified depth of stabilization is present after final grading of the stabilized subgrades. Sand should be specifically prohibited beneath pavement areas during final grading (after stabilization), since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils. It should be specified that only lime-stabilized soil will be allowed for fine grading. After fine grading each area in preparation for paving, the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non- yielding subgrade. Project specifications should allow a curing period between initial and final mixing of the lime/soil mixture. After initial mixing, the lime treated subgrade should be lightly rolled and maintained at or within 5 percentage points above the soil's optimum moisture content until final mixing and compaction. We recommend a 3-day curing period for these soils. The following gradation requirements are recommended for the stabilized materials prior to final compaction: ALLIANCE GEOTECHNICAL GROUP E04-0924 PAGE 1 Percent Minimum Passing 1 3/4" Sieve 100 Minimum Passing No. 4 Sieve 60 All non-slaking aggregates retained on the No. 4 sieve should be removed prior to testing. The prepared subgrade should be protected and moist cured or sealed with a bituminous material for a minimum of 7 days or until the pavement materials are placed. Pavement areas should be graded at all times to prevent ponding and infiltration of excessive moisture on or adjacent to the pavement areas. Due to the presence of expansive clay soils, some pavement movements should be anticipated_ Inspection during construction is particularly important to insure proper construction procedures are followed. 2.0 RECOMPACTED PAVEMENT SUBGRADE If subgrade stabilization is not performed, the upper eight (8) inches of subgrade soil should be compacted at-.2%to+2 of optimum moisture for clay soils. The subgrade should be compacted to a minimum of 97 % Standard Proctor density (ASTM D 698). Only on-site soil (comparable to the underlying subgrade soil) should be used for fine grading the pavement areas. After fine grading, the subgrade should again be watered if needed and re-compacted in order to re-achieve the moisture and density levels discussed above and provide a tight non-yielding subgrade. Sand should not be allowed for use in fine grading the pavement areas as discussed previously. The subgrade moisture content and density must be maintained until paving is completed. The subgrade should be watered just prior to paving to assure concrete placement over a moist subgrade_ Due to the presence of expansive clay soils, some pavement movements should be anticipated. Inspection during construction is particularly important to insure proper construction procedures are followed. 3.0 DRIVE APPROACHES Water should not be allowed to pond in drive approaches prior to paving. Density tests should be performed on the subgrade soils in each drive approach prior to fine grading in preparation for paving to verify compliance with project specifications. ALLIANCE GEOTECHNICAL GROUP E04-0924 PAGE 2 4.0 PAVEMENT SECTIONS Tables 1 and 2 present the recommended pavement sections for this project: TABLE 1. LIGHT DUTY PAVEMENT LIGHT-DUTY PAVEMENT** (Auto Parking Lots). PCC SECTION 5 inches Portland Cement Concrete 6 inches Compacted Subgrade (No Lime) HMAC SECTION 2" Type C Surface Course 3" Type B Binder Course 6" Lime Stabilized Subgrade or 2" Type C Surface Course 6" Crushed Concrete Base 6" Lime Stabilized Subgrade TABLE 2. MEDIUM DUTY PAVEMENT MRDIUM:DUTY- PAVEMENT (Fire lane and DriVeWap with Obca6iohall Heavy-Truck and .�Busjrafflc) PCC SECTION 7 inches Portland Cement Concrete 6 inches Compacted Subgrade* (No Lime)* HMAC SECTION 2" Type C Surface Course 3" Type B Binder Course 6" Crushed Concrete Base 6" Lime Stabilized Subgrade Areas containing bus and truck traffic and dumpster pads (including the area in front of the dumpsters where trash disposal equipment park). The concrete should have a minimum 28-day compressive strength of 3,000 psi. Concrete quality will be important in order to produce the desired flexural strength and long-term durability. ALLIANCE GEOTECHNICAL GROUP E04-0924 PAGE 3 Assuming a nominal maximum aggregate size of 1 to 1 3/8 inches, we recommend that the concrete have entrained air of 5 percent(±1%)with a maximum water cement ratio of 0.45. Proper joint placement and design is critical to pavement performance. Load transfer at all longitudinal joints and maintenance of water-tight joints should be accomplished by use of tie bars. Control joints should be sawed as soon as possible after placing concrete and before shrinkage cracks occur. All joints including saw joints should also be properly cleaned and sealed as soon as possible to avoid infiltration of water, small gravel, etc. We have found that joint spacing on 12 to 15 foot centers have generally performed satisfactorily. It is our recommendation that the concrete pavement be reinforced with No. 3 bars on approximately 18-inch centers in each direction or equivalent reinforcing steel. In loading dock areas we recommend that the perimeter of the pavement area have a stiffening curb section to prevent possible distress due to heavy wheel loads near the edge of the pavement and also to provide channelized drainage. 5.0 SPECIAL PAVEMENT CONSIDERATIONS It is recommended that provisions be made in the contract to provide for proofrolling in areas where the existing pavement will be removed. It is also recommended that an item be included for removal and replacement of soft materials that are identified by this procedure. Proofrolling can generally be accomplished using a heavy (25 ton or greater total weight) pneumatic tired roller making several passes over the areas. Where soft or compressible zones are encountered, these areas should be removed to a firm subgrade. Wet or very moist surficial materials may need to be undercut and either dried and/or replaced with proper compaction or replaced with a material, which can be properly compacted. Any resulting void areas should be backfilled to finished subgrade in 6 inch compacted lifts compacted to 95 percent of maximum dry density as determined by ASTM D 698. Achieving the required field density is dependent upon the adequate pulverization of the clay fill materials, the magnitude of compaction energy and the maintenance of field moisture near optimum. All joints and pavements should be inspected at regular intervals to ensure proper performance- and erformanceand to prevent crack propagation. ALLIANCE GEOTECHNICAL GROUP E04-0924 PAGE 4 The soils at the site are active and differential heave within the parking area could potentially occur. The service life of paving may be reduced due to water infiltration into subgrade soils through heave induced cracks in the paving section. This will result in softening and loss of ' strength of the subgrade soils. A regular maintenance program to seal paving cracks will help prolong the service life of paving. The life of the pavement can be increased with proper drainage. Areas should be graded to prevent ponding adjacent to curbs or pavement edges. Curb areas should be backfilled with the on-site clay soils compacted in 6" lifts to 95% ASTM D698. Backfill materials, which could hold water behind the curb, should not be permitted. Flat pavement grades should be avoided. 6.0 CRUSHED CONCRETE Base manufactured by Big City Crushed Concrete with a gradation meeting requirements of TxDOT Item 247, Type A, Grade 1, compacted at or above optimum moisture content to a minimum of 95% Modified Proctor density (ASTM D1557). (Contact Mason Brown for pricing and delivery at (972) 243-5820). Big City Crushed Concrete has a plant at Walnut Hill and Stemmons in Dallas. Crushed Chico limestone flex base from Bridgeport meeting these requirements may also be used as an equal alternative to crushed concrete. 7.0 LIMITATIONS The professional services that have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The possibility always exists that the - subsurface conditions at the site may vary somewhat from those encountered in the boreholes. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Alliance Geotechnical Group, Inc. should be notified to review the effects on the performance of the recommended pavement reconstruction The recommendations given in this report were prepared exclusively for the use of the Client and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. ALLIANCE GEOTECHNICAL GROUP E04-0924 PAGE 6 Como Community .Fa olll ty Fort Worth, Texas :.. _......... "- l ... Y 1 K O.Luta .0 „e1''� .-r, "I ,• aitnlsn�et+z- i v i,rr a:1a M nes srv - ._ 1 IATT..I 51 oris B— i F # d 13 .... COMO ' f COMO COMMUNITY CENTER .I � i I I Scale: 1" — 60 'U. `y ' B-2 A .-2 h _ - t i r•.--�i\� - SIN ary.52#.32 Y WT N T1L 1up of Ont l 1 %CST=OP HMW—M*"OX-1 Ft HtttM or 11w m itwl w Z J � z SHILOH t Fi LOG OF BORING B-1 Project: Como Recreation Center- Fort Worth,Texas Project No.: E04-0924 Date: 101612004 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION! SOIL SYMBOLS DMC LL PL 200 DD PPEN UNCON Strain EPTH SAMPLER SYMBOLS DESCRIPTION °k PI (feet &FIELD TEST DATA % % % Pd Pt5f ksf % ° ASPHALT to 6" - 24 – — – Dark brown CLAY 23 80 23 37 38 37 Brown to reddish brown CLAY 25 -- – 41 -5 Boring terminated at 5' f0 15 20 -25 30 35 z Notes: FIGURE:2 ALLIANCE GEOTECHNICAL GROUP LOG OF BORING B-2 Project: Como Recreation Center- Fort Worth, Texas Project No.: E04-0924 Date: 10/6/2004 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: f ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL 200 DO P PEN I UNCON Strain feet &FIELD TEST DATA % % k PI % PC( tsf ksf 6"ASPHALT over 2" cement treated base Dark brown CLAY - zs 65 24 41 -- as+ --- 23 37 23 42 41 5 — Boring terminated at 5' t0 ,s 20 25 30 35 Notes: FIGURE:3 ALLIANCE GEOTECHNICAL GROUP KEY TO LOG TERMS & SYMBOLS Symbol Description Stratasymbols Asphaltic Paving CLAY Soil Samplers Thin Wall Shelby Tube Notes: 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit MC = natural moisture content (%) PL = plastic limit Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 4. Rock Cores REC = (Recovery) sum Of core sample recovered divided by length of run, expressed as percentage. RQD = (Rook Quality Designation) sum of core sample recovery 411 or greater in length divided by the run, expressed as percentage. FIGURE: 4 ALLIANCE GEOTECHNICAL GROUP PROPOSAL, TO: MR. CHARLES R. BOSWELL City Manager Fort Worth,Texas FOR: UNIT I: Parking Lot Reconstruction for Como Community Center PROJECT NO. C200/541600/807370004380 DOE NO. 4784 & UNIT II: Construct Parking Lot for Village Creek Community Park PROJECT NO. C200/541600/805370004480 DOE NO. 4785 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 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. F trfurn Upon acceptance of this proposal by the City Council,the bidder is bound to execute a conact and ish, if applicable, Performance, Payment, and Maintenance Bonds approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums,to-wit: Base Bid Pay Item Approx. Description of Item with Unit Unit Price Amount Bid Quantity Prices Written in Words Unit 1: Como Community Center Installation of Project 1 1 Each Designation Sign 5-DO Each $_1',� $ f !y E vt�y D eeD r No Dollars Cents per LS Site Excavation including Compaction and Haul Off of ofl 2 1 LS Waste(Approx.400 CY)(See $ ',3� $ Sheet 5 for Sumnr aw) J—�-f �LFI/E� /IiDuyAWP Dollars V. Cents per LS 3 24700 SF Remove Existing HMAC,Curb& Gutter,and Sidewalk 00 _ �— $ 2 7� $ � Dollars (�© Cents 4 3,700 SF Remove Existing Concrete Flatwork(Sidewalk,Access vc Ramp, Loading Dock) lQ O _ Dollars Cents per SF 5 1,200 LF Remove xisti g Concrete Curb and Gutter(Stand Alone along 3b limits of HMAC pavement) $ $ �/ Dollars moo t'tF'ry Cents per LF Saw Cut and Remove Existing 6 135 LF Curb and Gutter including Full 90 /1 90 Depth Saw Cut $ $ / !i 1 r � Dollars Cents per LF 2"Schedule 40 PVC Conduit 7 200 LF including Caps and Survey Tape pO 010 See Sheet 4 for details $ $ 2 000 I e-) Dollars 1,J 6 Cents per LF x Unit I:Como Com.Center Pagel 3/1/2005 Base Bid Pay Item Approx. Description of Item with Unit Unit Price Amount Bid Quantity Prices Written in Words T Unit I: Como Community Center 4"3000#Reinf.Cone Sidewalk 8 3,020 SF (Width Varies)See Details Sheet o_0 00 18 $ `7 $ 0(0o c �hr2� Dollars O Cents per SF Clay Pavers(See Sheet 14 for 9 34 SF details) 10 $ 54o 00 Tw 1 Dollars 6 Cents per SF 5"3000#Reinf.Cone.Parking ` 10 1,090 SY Paving including 6"Compacted oo p4 Subgrade,backfill and cleanup $ _ $ �h (+-4 Dollars N 0 Cents per SY "3000#Reinf.Cone.Drives, Firelanes, Dumpster Pad on 11 1,720 SY including 6"Compacted ?,(Q� F Subgrade,backfill and cleanup $ v — $ Dollars ® Cents per SY Sawcut and Remove Existing HC 12 1 LS Ramp as indicated, Place 0p o0 Grooved,Stained Concrete $ $ 0_0 - Ramp N i fv_ t),;x Dollars Cents LS Construct 7"3000#Reinforced 13 40 LF Concrete Curb&Gutter $ foOv $ 000 2.0 3 gyp`` 1 Vq,r) Dollars � i I ' Cents per LF Class C Reinf.Cone.Retaining e 14 50 CY Wall-TXDOTStandards Qo =o including excavation and backfill $ 4-50 $ 22� ova a fe E�i J Dollars t b Cents per CY Unit 1:Como Com.Center Page 2 3/1/2005 Base Bid Approx. Description of Item with Unit Pay Item Unit Price Amount Bid Quantity Prices Written in Words Unit I: Como Community Center Pavestone Retaining Wall o0 15 1 LS (Approx.50 Face-Foot) $ ► /00 W $-V-OO - �tkM V Q-A Dollars Mi Cents LS Parking Lot Striping including iParking Stall Striping,Access 16 1 LS Striping, HC Accessible ���'' $ /�O=° Symbols,and Firelane Stripinq $ 4 V i : �c,Ukf k u4vQ-cl Dollars N 0 Cents per LS t ' HC Accessible Signage including 17 5 Each"Van Accessible Plaques" � t0 a W�►� n�� $- 5a! $ 2� Dollars N 0 Cents per Each G 18 20 Each Wheel Stops Os2 00 $ $ o� Dollars_ N (D Cents per Each Erosion Control per Plan 19 1 LS including Seeding Disturbed Areas. $ 2%o $_'2,t � tr,'vo-, Hu Y,&OeA Dollars N 0 Cents LS 20 1 LS Traffic Control od $ QOQ- OrQ- l hoz7Dollars i O Cents LS total Amount Bid it 1:Un $ � 2 �Z s; E I Unit I:Como Com.Center Page 3 3/1/2005 Base Bid Pay Item Approx. Quantity Description of Item with Unit Unit Amount Bid Prices Written in Words Price Unit II: Village Creek Community Park k 1 Installation of Project Designation Sign t9 �1 0o 1 Each $ 500 ✓v® Dollars,Each N ca Cents Site Grading including Tree 2 Protection and Offsite Disposal 1 l.S of,Excess Excavation $ Q0a $J0,000 f Eu ��Foas�A-�/p �u Dollars LS Cents 3 Remove Trees ,�z � 10 Each $ ���� i LLll Y rc flUrd(td Dollars Each 1\J C�D Cents 4 Sawcut and Remove Existing 155 LF Curb and Gutter $= $- � 051�no -T�A)® Dollars per LF d�6 Cents Erosion Control Plan including 5 Seeding Disturbed Areas,Silt a.IO 1 LS Fence $ $� 000 !hf e-O.—Mower aY Dollars LS A) L-) Cents 4"3000#Reinf.Cone Sidewalk 6 (4'Wide) $ �(QO $�0d 0 °o 250 SF �_-- i Pour Dollars per SF o Cents 5"3000#Reinf. Cone. Parking i 7 Paving including 6"Compacted o_o 00 1,515 SY Subgrade, backfill and cleanup $ $ 5 (h► � Dollars per SY N () Cents I Unit II:Village Creek Page 1 3/1/2005 i Base Bid Pay Item Approx. Quantity Description of Item with Unit Unit Amount Bid Prices Written in Words Price Unit II: Village Creek Community Park HMAC for Patching Existing 8 Street(Approx.9 Tons) I LS E1) $1 $--� 00 Dollars LS 0 Cents 9 Parking Lot Striping(Parking 100 Bays, Firelane,Crosshatch) s400- $- 400- 1 LS 0 vk I- C,Qd) Dollars LS (1J Cents 10 Wheel Stops 13 Each $- -Th)' i'vQ_ Dollars Each IJ Cents 11 Signs(Accessible with Van 49 Plaque,No Left Turn Symbol) - 50 3 Each $ $--j--=- CR ct -- FA j Dollars Each _gents 12 HC Accessible Symbol per ADA Specs $ 100 $ Zoo 2 Each Dollars Each No Cents Unit 11:Village Creek Page 2 3/1/2005 Base Bid Pay Item Approx. Quantity Description of Item with Unit Unit Amount Bid Prices Written in Words Price Unit II: Village Creek Community Park Erosion Control Blanket- 13 Miramat TM8 or approved equal Op $ O(0 1,900 SF $ -- N 0 Dollars_SF Cents 14 Traffic Control o_o 16 00 — 1 LS $ ®o $ ®® Lk rd 0 Dollars LS 0 Cents 15 Pavestone Retaining Wall for Tree Well $ � $ 23®0®O 1 LS �w -,, o LLS C1 �� h i^Z�— HU r-C(r`Qeo Dollars LS NO Cents / 4 Total Amount Bid Unit II: $ t l - `)c I v�35- "-)1)11 Unit ll:Village Creek Page 3 3/1/2005 Alternate 1 Bid Pay Item Approx. Description of Item with Unit Unit Price Amount Bid Quantity Prices Written in Words Unit I: Como Community Center-Alternate 1 Installation of Project 1 1 Each 99 Designation Sign � $ 560Each $ �i 4 Q, Vhxnj ce, ' Dollars N C] Cents er LS Site Excavation including Compaction and Haul Off of 2 1 LS Waste(Approx.530 CY)(See Sheet 5A f r Summary) $V'-G-00—4 $ Dollars Cents per LS 3 24700 SF Remove Existing HMAC,Curb& Gutter,and Sidewalk DO �v s Z4,700 Dollars N Ca Cents per SF 4 3700 SF Remove Existing Concrete Flatwork(Sidewalk,Access Ramp, Loading Dock) $ O $ Z /G0 N _ Dollars Cents per SF 5 1200 LF Remove i'�Istirfg Concrete Curb and Gutter(Stand Alone along C - limits of HMAC pavement) °V $ 00 C)rtA— Dollars Cents per LF Saw Cut and Remove Existing g 135 LF Curb and Gutter including Full $_47Z Depth Saw Cut $ — ThC-e� Dollars )' Cents per LF 2"Schedule 40 PV Conduit 7 200 LF including Caps and Survey Tape See Sheet 4 for details $ 2,000 �Q Dollars N C7 Cents per LF Unit I:Como Com. Center-Alternate 1 Page 1 3/1/2005 Alternate I Bid Pay Item Approx. Description of Item with Unit Unit Price Amount Bid Quantity Prices Written in Words Unit 1: Como Community enter-Alternate I 4"3000#Reinf. Cone Sidewalk 8 3,020 SF (Width Varies)See Details Sheet Oj 18 $ c(I NOO -hrss- Dollars /J 0 Cents per SF 9 34 SF Clay Pavers(See Sheet 14 for details) $ Dollars IJ rU Cents per SF 5"3000#Reinf.Cone.Parking 10 1,090 SY Paving including 6"Compacted Subgrade, backfill and cleanup $ '50 s-31,70-0 i 4-,j Dollars Cents per SY 7"3000#Reinf.Cone.Drives, 11 1,720 SY Firelanes,Dumpster Pad ao 00 including 6"Compacted 0!7,0 FX0 Subgrade,backfill and cleanup $ $ Dollars 6 Cents per SY Sawcut and Remove Existing HC 12 1 LS Ramp as indicated,Place 0-0 Grooved,Stained Concrete 00 00 Ramp $ Dollars Cents LS 13 40 LF Construct 7"3000#Reinforced Concrete Curb&Gutter 9.0 00 wur Dollars 0 Cents per LF Pavestone Retaining Wall 14 1 LS49 (Approx.50 Face-Foot) a $--4zQO kayded Dollars Cents LS I ----------- Unit i:Como Com. Center-Alternate 1 Page 2 3/112005 Alternate 1 Bid Pay Item Approx. Description of Item with Unit Unit Price Amount Bid Quantity Prices Written in Words Unit I: Como Community Center-Alternate 1 Parking Lot Striping including 15 1 LS Parking Stall Striping,Access Striping, HC Accessible Symbols, and Firelane Striping $ ��_ $ `�� oL'�( t v r&M Dollars N v Cents per LS HC Accessible Signage including 16 5 Each"Van Accessible Plaques" $ � $ / Dollars N 0 Cents per Each 17 20 Each Wheel Stops (� 4; V Q_, Dollars N d Cents per Each Erosion Control per Plan 18 1 LS including Seeding Disturbed Areas. $2�50� o Il�ouSa.r� Pu.►rdrj Dollars tJ b Cents LS 19 1 LS Traffic Control � $ I 000 $ O o0 Dollars 3\�(0 Cents LS Total Amount Bid Unit I- $ �� Alternate-1. —� Unit I: Como Com. Center-Alternate 1 Page 3 3/1/2005 BASE BID—RECAPITUI,ATION UNIT I: Parking Lot Reconstruction for Como Community Center $ -?O 2 14-2 UNIT II: Construct Parking Lot for Village Creek Community Park $ W4 TOTAL BASE BID: $ 37 Uv 5'N 3 �7 ALTERNATE BID RECAPITULATION UNIT I: Parking Lot Reconstruction for Como Community Center-ALTERNATE 1 _ UNIT II: Construct Parking Lot for Village Creek Community Park $=� Zt 0 TOTAL ALTERNATE BID: --)A TV' A. This contract is issued by an organization that qualifies for exemption pursuant to the provisions of Article 20.04(F)of the Texas Limited Sales,Excise and Use Tax Act. B. The Contractor performing this contract may purchase,rent or lease all materials, supplies, equipment used or consumed in the performance of the contract by issuing to his supplier an exemption certificate in lieu of the tax,said exemption certificate complying with State Comptroller's ruling tax, said exemption certificate complying with State Comptroller's ruling#95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling#95.09 as amended to be effective October 2, 1968. C. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractor or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278,as amended by City ordinance 7400(Fort Worth City Code Sections 13-A-21 through 13-A-29),prohibiting discrimination in employment practices. D. The undersigned agrees to complete all work covered by these contract documents within One Hundred & Three(103)Calendar Days after the date for commencing work as set forth in the Notice to Proceed to be issued by the Owner and to pay not less than the 2002 AGC North Texas Construction Industry Survey.UNIT I• Parking Lot Reconstruction at Como Community Center shall start no earlier than September 12,2005. E. Within ten(10)days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver applicable Surety Bonds for the faithful performance of this contract. The attached deposit check in the sum of$ Dollars($ ) is to become the property of the City of Fort Worth,Texas,or the attached Bidder's Bond is to be forfeited in the event the contract and 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: No. 1 IMA� No.2. 9 No.3 No.4 Respectfully submitted, (Company Name) a By(Authorized Signature) Date: ffiP/L�G 7 20� Address: 3Oq del f J�b,)O Ci. 130 ,��C 9 to ICA Telephone: 3(p� 3I 1 SEAL(if corporation)' i ATTACHMENT 1A Page 1 of 4 City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: T Check applicable block to describe prime QPMJ:!!-M 1J5'UC T_1()/�G. -TAV, M/W/DBE NON-M/W/DBE PROJECT NAME: PAQ. //�� IL1NCr LG'T .�� �1NTS BID DATE Lmo Cz,.%N1(ANl 7Y LE-",Tc--e_ 4 V 1�L-Af>i iLaEel< P,4P_I< f/�FIZI L 7 IZ00 City's MNVBE/Proottject Goal: Prime's MNVBE Project Utilization: PROJECT NUMBER IlU % 67 % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MIWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1St tier, a payment by a subcontractor to its supplier is considered 2nd tier _ ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise(M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the tees and commissions earned by the M/WBE as outlined in the lease agreement. Rev.5/30/03 City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS 4 - APPLICATION OF POLICY If the total dollar value of the contract is$25,000 or more,the MMBE goal is applicable. If the total dollar value of the contract is less than$25,000,the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MMBE PROJECT GOALS The City's MBE/WBE goal on this project is 16%of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/W BE Ordinance by either of the following: 1. Meet or exceed the above stated MMBE goal,or 2. Good Faith Effort documentation,or; 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date,exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date,exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date,exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S MMBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions,please contact the MIWBE Office at(817)871-6104. Rev.5/30103 f ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. �h Certification N (check one) o SUBCONTRACTOR/SUPPLIER T N T Detail Detail Company Name i C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M W T D W Telephone/Fax r 6 B R O B E E C T E A (:3 f � � WroWr� riEDt MIX / :311 �®®� .-� SP C.0 P-Po 9A-7-1 00 HA u L--Dt=F FAQ, TX 7f � 000 t 4-56- Fr' HwY' 7&0(0 000-9(0( Zt-7°7 r-- �vennt=a r eca 000 5009 5nom r ��. ,r`�pitic A tL-1, roiv ATX V-7-406 -qo(-94 00 j����`, x X24 000 — Coo clej-c' _ CAW LC—?ba/ Ci'f 'ZSDt l Z I r 45 Rev.5/30/03 I ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-MNVBEs. Please list MNVBE firms first,use additional sheets if necessary. Certification (check one) Cr SUBCONTRACTOR/SUPPLIER T N T Detail Detail Company Name i c x j Subcontracting Work Supplies Purchased Dollar Amount Address e M WT D V k Telephone/Fax r B B R O E E E c T E A 3 Rev.5/30/03 I ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of M/V11BE Subcontractors/Suppliers $ Q0r� CIO Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 401 ©®D erg TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ �, The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a 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. e/6 CSC- �ti�k%wG Authorized Signature �� Printed Signature Title 0'C, Qc�iC J Contact Name/Title(if different) :j,-Ndc- Company Name (J(A )AtclS)n5�i'LtC � Tl Telephone and/or Fax nC - 611 -_311 0 lf yc 4u' 1 05 Address 30q 'B ;rd)11 ooc� E-mail Address )_ dC)rn J(A_ pi j7olTj1`�I�f(`�Jr,Slf luJ"'Z t'C_ , C-3 City/State/Zip ff-4. 0()� ��� '7 f Date APP—IL 1512-00.5 Rev.5/30/03 Cid • • CIS OIN p U N O ''� O •� '� ' PH .� cn N U N N Cl) 705 0 O O 0o > p a� O ci o cn cn M ti O0 715 � •� � U °� O O N th oo o o C'n U C ,o U 'o 1-44 0 . cn o 14 4-4 cd CA Cd v O •cd O o O 4) O O O '4 cd �' O a H 00 Q aA o aA � 'a� r-- M--� ;.� o 71.5 'tS 4-j 4-j QV �, U, cc3 O U 0 cd C13 C's O p Cd � 'O N •� O c� O r--q U O O O N U ct 1 o w ° � •.� o cC's Cd Q o Cid cidkM r■�I N O � U �' p p � 0 �, Cid CC3 U U U ro ct cn R ;Z cd Cid CIN Cis 0 U OcidC40) Cld tio Cd cis • O CIS ° OQ rzj _ V N •� '� � U •� ° � 1 4J � PROJECT DESIGNATION SIGN 3 PMS-288 1 —T 4 f 41 FORT AIL A wot/1 -� 4 Z PMS•W F� 3-- Pro ect Title-_ „J1 = 2ND 3„ IF NECESSARY Contractor: zzL-Conractar's Names 1„ FUNDED BY 1°L 2004 CAPITAL IMPROVEMENT PROGRAM 1 „ 1 r24 11'= Scheduled Completion Date 'L 1 „' 1 I„�-- Year 5” r N -- 1 - FONTS: FORT WORTH LOGO IN CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS: FORT WORTH-PMS 288 LONGHORN LOGO-PNIS 167 LETTERING-PMS 288 BACKGROUND-WHITE PROJECT DESIGNATION SIGN BORDER-BLUE (Community Development Block Grant projects only) CITY OF FORT WORTH-CONSTRUCTION STANDARD DRAWING N0. DATE: 9-20•-02 TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS SECTION 01100 - SUMMARY OF WORK The Contractor shall supply all superintendence and shall perform all work and furnish all labor, equipment,materials and incidentals necessary and complete all work as described in the plans and specifications. All construction and other work shall be done by the Contractor in accordance with the best engineering and construction practices for the skill or trade involved. The work to be accomplished under these plans and specifications for: UNIT I: Parking Lot Reconstruction for Como Community Center PROJECT NO. C200/541600/ 807370004380 DOE NO. 4784 R f W UNIT II: Construct Parking Lot for Village Creek Community Park PROJECT NO. C200/541600/ 805370004480 DOE NO. 4785 Unit I consists of removing the existing asphaltic concrete pavement, concrete curb and gutter, and sidewalk and replacing it with Portland cement concrete pavement and appurtenances. Unit II consists of removing existing trees in sufficient quantity to allow for construction of a new Portland cement concrete parking lot. These plans and specifications were prepared for the Parks and Community Services Department by Boydston Designs, Inc.. The Department of Engineering will administer the contract and furnish inspection. In addition to project performance stated above,the Contractor shall also be responsible for: 1. Setting all project layout dimensions and final finish grade elevations in accordance with plans. All such survey work shall be performed by a Registered Surveyor in the State of Texas and verification provided to the City that such survey work complies with plans and specifications. 2. Attend all project progress meetings as scheduled by the City and provide updated project schedules within 3 calendar days upon request by the City. The applicable items contained in the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth, Texas, shall apply to this contract just as though each ` were incorporated in these documents. Where the provisions or specifications contained in those documents are contrary to this publication, this publication shall govern. In case of conflict between plans and specifications, the plans shall govern. A copy of the Standard Specifications for Street and Storm Drain Construction can be purchased at the office of the Transportation and t GENERAL REQUIREMENTS - 1 - 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 01135- CONTRACT TIME 1.01 PROGRESS AND COMPLETION Upon receipt of a notification letter and the executed construction contract, the Contractor shall be responsible for scheduling a preconstruction conference, which shall be held no later than ten working days from the date of the notification letter. At the time of the preconstruction conference, a construction start date shall be established and indicated in the Notice to Proceed(Work Order) issued by the Engineering Department. The Contractor shall begin the work to be performed under the contract on or before ten working days from the date the Work Order is issued. The Contractor shall carry the work forward expeditiously with adequate forces and shall complete it within the period of time stipulated in the proposal. 1.02 LIQUIDATED DAMAGES This project shall be completed within the specified days allowed. If project construction exceeds the allotted contract time, liquidated damages will be assessed as stipulated in the City of Fort Worth Standard Specification for Street and Storm Drain Construction. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. SECTION 01140-ALTERNATIVES The City reserves the right to abandon, without obligation to the contractor, any part of the project(subject to conditions set forth in Section 01150 -Payment to Contractor) or the entire project at any time before the Contractor begins any construction work authorized by the City. SECTION 01150-PAYMENT TO CONTRACTOR,PROJECT ACCEPTANCE & WARRANTY 1.01 SCOPE OF PAYMENT: The Contractor shall accept the compensation as provided in the contract in full payment for 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 E GENERAL REQUIREMENTS -2- 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 s 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 1 st day and 15th day of each month that the work is in progress. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof,but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate,payment shall be based upon 85% of the net invoice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. 1.03 It is understood that the partial pay estimate amounts will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Payment of any partial pay estimates shall not be an admission on the part of the Owner of the amount of work done or of its quality or sufficiency or as an acceptance of the work done; nor shall same release the Contractor of any of its responsibilities under the Contract Documents. 1.04 The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this Contract. 1.05 Retainage- For contracts of less than $400,000 at the time of execution, retainage shall be 10 percent. For contracts of$400,000 or more at the time of execution, retainage shall be 5 percent. The Contractor will receive full payment for work, less retainage,from the City, on each partial payment period. Payment of the retainage will be included with the final payment after acceptance of the project being complete. 1.06 Contractor shall pay subcontractors in accord with the subcontract agreement within five business days after receipt by Contractor of the payment by City. Contractor's failure to GENERAL,REQUIREMENTS -3- make the required payment to subcontractors will authorize the City to withhol ture 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 sem (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 atter 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, GENERAL REQUIREMENTS -4- plus all power, fuel, lubricants, water and similar operating expenses; and a ratable proportion of premiums on performance and payment bonds,public liability, = workmen's compensation and all other insurance required by law or ordinance. The City Engineer will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used,but such extra work will be performed by the Contractor as an independent contractor and not as an agent or employee of the City. The 15 percent of the actual field cost to be paid the Contractor shall cover and compensate him for profit,overhead, general supervision and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein specified. 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. Bills Paid Affidavit and Consent Of Surety shall be required prior to final payment becoming due and payable. In the event that the Bills Paid Affidavit and Consent Of Surety have been delivered to the City and there is a dispute regarding(1) final quantities, or(2)liquidated damages,the City shall make a progress payment in the amount that the City deems due and payable. GENERAL REQUIREMENTS -5- On projects divided into two or more units,the Contractor may request a final payment on one or more units which have been completed and accepted. On delivery of the final payment, the Contractor shall sign a written acceptance of the final estimate as payment in full for the work done. All prior partial estimates shall be subject to correction in the final estimate and payment. 1.14 WARRANTY: The Contractor shall be responsible for defects in this project due to faulty workmanship or materials, or both, for a period of two (2) years beginning as of the date that the final punch list has been completed and the project accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the Contractor and the City. The contractor will be required to replace, at own expense, any part, or all, of this project which becomes defective due to these causes. SECTION 01300- SUBMITTALS Prior to construction,the Contractor shall furnish the Parks and Community Services Department a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time for turf establishment(if applicable) and project clean-up. The Contractor shall submit to the Project Manager shop drawings,product data and samples required in specification sections. Refer to Section 01640— 1.02. SECTION 01400- QUALITY CONTROL The Contractor will receive all instructions and approvals from the Director of Engineering and/or his assigned inspectors. The inspector will be introduced to the contractor prior to beginning work. Any work done at the direction of any other authority will not be accepted or paid for. Final approval for the finished project shall be given by the Director of Engineering, City of Fort Worth. The Contractor or a competent and reliable superintendent shall oversee the work at all times. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. SECTION 01410-TESTING All tests made by the testing laboratory selected by the City will be paid for by the City. In the event manufacturing certificates are requested,they shall be paid for by the Contractor. SECTION 01500 -TEMPORARY FACILITIES AND CONTROLS The Contractor shall take all precautions necessary to protect all existing trees, shrubbery, sidewalks,buildings,vehicles,utilities, etc.,in the area where the work is being done. The GENERAL REQUIREMENTS -6- Contractor shall rebuild, restore, and make good at his own expense all injury and damage to same which may result from work being carried out under this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the Owner to be accurate as to location and depth; they are shown on the plans as the best information available from the owners of the utilities involved and from evidences found on the ground. The Contractor shall determine the exact location of all existing utilities and conduct his work to prevent interruption of service or damages. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES A warning sign not less than five inches by seven inches,painted yellow with black letters that are legible at twelve feet, shall be placed inside and outside vehicles such as cranes, derricks, power shovel, drilling rigs, pile drivers,hoisting equipment or similar machinery. The warning sign shall read as follows: "WARNING-UNLAWFUL,TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." Equipment that may be operated within six feet of high voltage lines shall have an insulating cage-type guard about the boom or arm, except backhoes or dippers, and insulator links on the lift hood connections. When necessary to work within six feet of high voltage electric lines,the Contractor shall notify power company(TU Electric or the appropriate power supplier)to erect temporary mechanical barriers, de-energize the line, or raise or lower the line. The contractor shall maintain a log of all such correspondence. The Contractor is responsible for all costs incurred. SECTION 01640-SUBSTITUTIONS AND PRODUCT OPTIONS 1.01 GENERAL For consideration of product substitutions, send submittals to: Mike Ficke, Project Manager (817) 871-5746 Parks and Community Services Department 4200 S. Freeway Suite 2200 Fort Worth, Texas 76115-1499 1.02 PRODUCTS LIST A. Within five(5)Working Days after commencement of work, the Contractor shall submit to the Project Manager two (2) copies of complete list of all specified products and submittals for review and approval. GENERAL REQUIREMENTS -7- B. Tabulate list by each specification section. C. For products specified under reference standards, include with listing of each y 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 D. Specified material shall not be ordered by the Contractor until such time product material submittals have been received,reviewed and approved by the project consultant and/or City. CONTRACTOR'S OPTIONS 1.03 A. For products specified only by reference standards, select any product which meets such standards from any manufacturer. B. For products specified by naming several products or manufacturers, select any product and manufacturer named. C. For products specified by naming one or more products, the Contractor must submit request, as required for substitution, for any product not specifically named. 1.04 SUBSTITUTIONS A. During bidding, the Project Manager will consider written requests from Prime Bidders only(bidders submitting Bid Proposals for the construction of all work) for substitutions which are received at least fifteen(15)Working Days prior to bid date, exclusive of the bid opening date;requests received after that time will not be considered. B. Within thirty(30) calendar days after date of Contract execution, the Project Manager will consider formal requests from Contractor for substitution of products in place of those specified. C. Submit two (2) copies of request for substitution. Include in request: 1. Complete data substantiating compliance of proposed substitution with Contract Documents. 2. For products: a. Product identification,including manufacturer's name and address. b. Manufacturer's literature: GENERAL REQUIREMENTS -8- (1) Product description (2) Performance and test data (3) Reference standards c. Samples, if required. d. Name and address of similar projects on which product was used, and date of installation. D. In making request for substitution, the Prime Bidder/Contractor represents: 1. That the Prime Bidder/Contractor has personally investigated proposed product or method, and determined that it is equal or superior in all respects to that specified. 2. That the Prime bidder/Contractor will provide the same guarantee(or better) for substituted product or method specified. 3. That the Prime Bidder/Contractor will coordinate installation of accepted substitution into work,making such changes as may be required for work to be complete in all respects. 4. That the Prime Bidder/Contractor waives all claims for additional costs related to substitution which consequently become apparent. E. Substitutions will not be considered i£ 1. They are indicated or implied on shop drawings or project data submittals without formal request submitted in accord with Paragraph 1.04. 2. Acceptance will require substantial revision of Contract Documents. 3. Substitution requests submitted with less than fifteen(15)Working Days prior to bid opening date, exclusive of the bid opening date or after thirty(30) calendar days from the date of the executed contract. F. Should the Contractor install any material and/or equipment which is non- specified, failed to submit the appropriate submittals for review and did not receive approval from the City prior to installation, all such material and/or equipment shall be removed by the Contractor and install specified equipment and /or material at no additional expense to the City. SECTION 01700- PROJECT CLOSEOUT 1.01 CLEAN -UP 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 GENERAL REQUIREMENTS -9- Subcontractor, such equipment as cement mixers, ready-mix trucks, tools, etc., shall take place in an area designated by the Parks and Community Services Department. SECTION 01800 - CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify,hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, 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 - 10- SECTION 02200-SITE PREPARATION PART 1 - GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor,materials, equipment and services required for clearing and grubbing, demolition, and removal and disposal of items as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02300-Earthwork B. Existing Conditions, Removal and Demolition Items. PART 2—PRODUCTS 2.01 No products are required to execute this work, except as the Contractor may deem necessary. PART 3—EXECUTION 3.01 CLEARING AND GRUBBING: A. Clearing and grubbing shall consist of removing all natural and artificial objectionable materials from the project site or from limited areas of construction specified within the site. B. In general, clearing and grubbing shall be performed in advance of grading and earthwork operations and shall be performed over the entire area of earthwork operations. C. Unless otherwise specified on the plans, all trees and shrubs of three inch(3") caliper or less (caliper is the diameter as measured twelve inches (12") above the ground) and all scrub growth, such as cactus, yucca,vines, and shrub thickets, shall be cleared. All dead trees,logs, stumps,rubbish of any nature, and other surface debris shall also be cleared. E D. Buried material such as logs, stumps,roots of downed trees that are greater than one and one half inches (1-1/2") in diameter,matted roots, rubbish, and foreign debris shall be grubbed and removed to a minimum depth of twenty four inches (24")below proposed finished grades. E. Ground cover consisting of weeds, grass, and other herbaceous vegetation shall be 5 removed prior to stripping and stockpiling topsoil from areas of earthwork operations. z Such removal shall be accomplished by "blading" off the uppermost layers of sod or root-matted soil for removal. SITE PREPARATION 02200 - I - k 3.02 PAVEMENT REMOVAL: A. Bituminous and concrete pavements shall be removed to neatly sawed edges. Saw cuts shall be full depth. If a saw cut in concrete pavement falls within three feet (3') of an en existing score joint, construction joint, saw joint, cold joint, expansion joint, or edge, the concrete shall be removed to that joint or edge. All saw cuts shall be parallel and/or perpendicular to the line of existing pavement. If an edge of a cut is damaged subsequent to saw cutting, the concrete shall again be sawed to a neat, straight line for the purpose of removing the damaged area. B. Concrete curb and gutter shall be removed as specified above. No section to be replaced shall be smaller than thirty inches (30") in length or width. 3.03 UTILITIES REMOVAL: In general, those utilities on the site that are to be removed and that belong to the Owner shall be removed by the Contractor. The Owner is responsible for arranging the relocation or removal of other utilities owned by utility companies or other parties. 3.04 MINOR DEMOLITION: There may be certain items on the site such as old building foundations, fences, and other undetermined structures and improvements that must be removed before construction can commence. Unless otherwise specified, such items become the property of the Contractor for subsequent disposal. 3.05 USE OF EXPLOSIVES: The use of explosives will not be permitted in site preparation operations. 3.06 BACKFILLING: All holes, cavities, and depressions in the ground caused by site preparation operations will be backfilled and tamped to normal compaction and will be graded to prevent ponding of water and to promote drainage. Should any excavated hole or cavity be required to be left open over night,the Contractor shall be responsible to provide barriers and/or coverings to enhance on site accident prevention measures. 3.07 DISPOSAL OF WASTE MATERIALS: A. Unless otherwise stated,materials generated by clearing, grubbing, removal, and demolition shall be known as "waste" or "spoils" and shall be removed from the site and disposed of by the Contractor. Similar materials may be unearthed or generated by earthwork operations or by subgrade preparation. Unless otherwise specified any merchantable items become the property of the Contractor. END OF SECTION 6 SITE PREPARATION 02200 -2- SECTION 02140- SITE UNDERDRAINS PART I- GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor,materials, equipment, and services required to construct underdrains to the required lines, grades, and cross sections as specified t herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02300 - Earthwork. B. Section 03300 - Cast-in-Place Concrete PART 2 - PRODUCTS 2.01 UNDERDRAIN PIPE: Pipe and fittings shall be flexible, corrugated tubing manufactured of high-density polyethylene resins and conforming to ASTM Product Specifications F-405 and F-667. Drainage tubing shall be as manufactured by Advanced Drainage Systems (ADS), Inc., of Columbus, Ohio. The local manufacturing plant which will provide a list of suppliers is in Ennis, Texas -telephone(972) 878-9600. A. Perforated Pipe: Perforations shall be linear slots cut radially into the tubing wall between corrugations. Perforated pipe will be furnished complete with the Cerex nylon "Drain Guard" screen. The screen will completely surround the pipe and will have a lapped,welded longitudinal joint. B. Non-Perforated Pipe: Non-perforated pipe shall be used for collector lines which convey the water from perforated pipe to the concrete inlet or outfall. C. Fittings: All couplings,reducers, tees, ells,plugs, caps, and other fittings shall be non- F perforated and shall be of the same manufacturer as the drainage tubing. A fitting shall be used at each pipe junction/termination, as appropriate. 2.02 FILTER MATERIAL: Filter material for use in backfilling trenches over and around underdrains shall consist of 1 1/2" to 2" gravel washed free of organic or other deleterious matter. 2.03 FILTER FABRIC: Filter fabric to line and lap over gravel filled subdrain trench shall be Mirafi 140N drainage fabric as manufactured by Celanese Corporation, (800) 223-9811, or approved equal. PART 3 - EXECUTION 3.01 VERTICAL AND HORIZONTAL CONTROLS: A. The Contractor shall establish or shall employ a licensed surveyor to establish all lines and grades necessary for each stage of the work described herein. SITE UNDERDRAINS 02140 -1 - B. Provide blue tops for reference in dressing trench bottoms at intervals not to exceed 30 feet along the centerline of each trench. 3.02 UNDERDRAINS: Trenches for underdrains shall be dug after the subgrade is prepared. The excavation of each trench shall begin at its outlet and proceed toward its upper end. The trent must not be excavated below the proposed grade line. Trenches will be cleaned of all loose x material and their bottoms will be dressed and fine graded to blue tops set as previously described. Trenches shall be lined with filter fabric and underdrain pipe shall be set on the trench bottom. All fittings shall be securely coupled and all open ends will be capped. The pipe shall be carefully covered with the gravel filter material and the filter fabric shall be lapped over the trench. Care shall be taken not to damage the pipe or its fabric filter screen. Underdrain pipe shall be connected to solid pipe joints and to outfall at the concrete structure/collar as indicated in the plans. Care shall be taken not to loosen or cave-in the trench walls. Any such damage will be excavated and will be backfilled in mechanically tamped lifts not to exceed eight inches and will be re-constructed. 3.03 SETTLEMENT: After the trench has been backfilled it shall be thoroughly soaked. This process shall be repeated two times allowing the backfill material to dry twenty-four hours before wetting again. END OF SECTION E 3 SITE UNDERDRAINS 02140 -2- SECTION 02300 -EARTHWORK PART 1 -GENERAL. 1.01 SCOPE: Work in this section includes furnishing all labor,materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200- Site Preparation. B. Grading Plan: Refer to plan sheets. 1.03 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work. The total cost will be included in the Bid Proposal. Payment will be subsidiary to the various bid items. 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 itis to be excavated. _ 2.02 UNCLASSIFIED FILL A. Unclassified fill shall consist of all fill within the limits of the work. All suitable native materials removed in unclassified excavation, or similar imported materials, shall be used insofar as practicable as unclassified fill. Properly deposited, conditioned, and compacted fill is hereinafter referred to as "earth embankment." B. Rock: Minor quantities of rock not greater than four inches in greatest dimension are permissible in fill materials used to construct earth embankment. Minor quantities of rock of greater dimensions may be placed in the deeper fills in accordance with the State Department of Highways and Public Transportation requirements for construction of rock embankments,provided such placement of rock is not immediately adjacent to structures or piers. Also,rock may be placed in the portions of embankments outside the limits of the completed graded width where the size of the rock prohibits their : incorporation in the normal embankment layers. 2.03 TOPSOIL On-Site Topsoil: Topsoil shall consist of an average depth of six inches(6") of native surface ' soil left in place after the ground cover of herbaceous vegetation and other objectionable matter has been cleared by"blading," as specified in Section 02200, "Site Preparation." Topsoil may be greater or less, than the upper six inches (6") in depth. EARTHWORK 02300 - 1 - 2.04 IMPORTED FILL A. Imported fill materials shall be used for the construction of earth embankment in the event that(1)the volume of unclassified excavation is less than the volume of fill required for earth embankment and/or(2)the condition of materials removed in unclassified excavation makes them unsuitable for use in the construction of earth embankment. B. The Contractor shall haul and place imported fill obtained from off-site sources as necessary to construct the embankment and various other details of the construction plans. All costs related to such imported fill will be included in the contract price, and no additional or separate payment for imported fill will be due the Contractor. C. A sample of the proposed imported fill must be provided by the Contractor and be approved by the Owner. In general, imported material must be equal to or better than native material in quality and engineering characteristics. The Architect/Engineer may also require the Contractor to provided a material analysis test of the proposed fill. 2.05 SELECT MATERIALS A. Select materials shall be imported from offsite sources,unless they are available from specifically designated areas on the site as marked on the plans. 2.06 UNSUITABLE MATERIALS A. Topsoil, select material, imported fill, or unclassified fill will be declared as "'unsuitable" by the Owner if, in his opinion, any of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material. 1. Moisture 2. Decayed or undecayed vegetation 3. Hardpan clay,heavy clay, or clay balls 4. Rubbish 5. Construction rubble 6. Sand or gravel 7. Rocks, cobbles, or boulders 8. Cementious matter 9. Foreign matter of any kind B. Unsuitable materials will be disposed of as "waste" as specified in Section 02200. C. Wet Material: If fill material is unsatisfactory for use as embankment solely because of high moisture content,the Architect/Engineer may grant the Contractor permission to process the material to reduce the moisture content to a usable optimum condition. EARTHWORK 02300 -2 PART 3 -EXECUTION 3.01 SITE PREPARATION: In general, "site preparation," as specified in Section 02200, shall be performed in advance of grading and earthwork operations and shall be completed over the ` entire area of earthwork operations. 3.02 TOPSOIL A. The removal and storage of topsoil shall occur after site preparation is complete and before excavation and embankment construction begin. Likewise,topsoil will be replaced after excavation and embankment construction are complete. B. Removal: Topsoil shall be stripped to an average depth of six inches (6") from areas where excavation and embankment construction are planned. Topsoil may be obtained from greater depths if it is uncontaminated by the substratum and it is of good quality, in the opinion of the Architect/Engineer. C. Storage: Topsoil shall be stored in stockpiles conveniently located to areas that will later receive the topsoil. Stockpiles shall be out of the way of earthwork operations in locations approved by the Owner or Architect/Engineer. Stored topsoil shall be kept separate from other excavated materials and shall be protected from contamination by objectionable materials that would render it unsuitable. D. Timing: Topsoil will not be replaced(deposited)until construction activities are complete that would create undesirable conditions in the topsoil, such as overcompaction or contamination. Trenching for items such as electrical conduit and irrigation pressure lines must be complete before topsoil replacement may begin. D. Replacement: Topsoil will be deposited in a single layer or lift. It will be placed, processed, compacted, and graded to leave a finished layer of topsoil not less than five _ inches in depth. Unless otherwise indicated,topsoil will be replaced over all areas of earthwork (including slopes), except where pavement is planned. F. Grading: Topsoil will be final graded to the elevations shown on the plans. Fine grading will be accomplished with a weighted spike harrow,weighted drag, tractor box blade, light maintainer, or other acceptable machinery. All particles of the finish grade shall be reduced to less than one inch in diameter or they shall be removed. All rocks of one inch or greater shall also be removed. Grading operations and equipment will be such that topsoil does not become overcompacted. Bulldozer blades and front-end loader buckets are not acceptable devices for topsoil grading operations. Final grading within five feet of constructed or installed elements shall be hand raked. G. Acceptability: Finished areas of topsoil are satisfactory if they are true to grade,true in plane, even in gradient(slope),uniform in surface texture, and of normal compaction. Areas of loose granular pockets or of overcompacted soils are not acceptable and will be reworked. Finished areas will promote surface drainage and will be ready for turfgrass planting. EARTHWORK 02300 -3- 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: I. Surplus excavation is that quantity of material that may be left over after the grading plan is executed, and all earthwork operations, including excavation, :F embankment construction,topsoil replacement, and final grading, are completed. Any other surplus material shall be disposed of as "waste" as specified in Section 02200. All such cost for removal shall be considered as incorporated into Earthwork costs C. Excavation in Rock: The use of explosives will not be permitted. Unless otherwise indicated on the plans, excavation in solid rock shall extend six inches (6") below required subgrade elevation for the entire width of the area under construction and shall be backfilled with suitable materials as indicated on the plans. 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 twenty five (25) tons except as otherwise specified for tree protection and areas inaccessible to vehicular compactors. Stump holes or other small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed, loosened ground, or surfaces roughened by small washes or otherwise, shall be restored to approximately its original slope by blading or other methods, and,where indicated on the plans or required by the Owner, the ground surface, thus prepared, shall be compacted by sprinkling and rolling. EARTHWORK 02300 -4- D. Scarification: The surface of all areas and slopes over which fill is to be placed, other than rock, shall be scarified to a depth of approximately six(6") inches to provide a bond between the existing surface and the proposed embankment. Scarification shall be accomplished by plowing, discing, or other approved means. Prior to fill placement,the loosened material shall be adjusted to the proper moisture content and recompacted to the density specified herein for fill. E. Benching: Scarification is normally adequate for sloping surfaces. However, in certain cases where fill is to be placed against hillsides or existing embankment with slopes greater than 4:1, the Owner may direct the Contractor to key the fill material to the existing slopes by benching. A minimum of two feet(2')normal to the slope shall be removed and recompacted to insure that the new work is constructed on a firm foundation free of loose or disturbed material. F. Depositing: Fill material shall be placed in horizontal layers or lifts, evenly spread,not to exceed eight(8") inches in loose depth before conditioning and compaction. Unless otherwise permitted, each layer of fill material shall cover the length and width of the area to be filled and shall be conditioned and compacted before the next higher layer of fill is placed. Adequate drainage shall be maintained at all times. G. Watering: At the time of compaction,the moisture content of fill material shall be such that the specified compaction will be obtained, and the fill will be firm,hard, and unyielding. Fill material which contains excessive moisture shall not be compacted until it is dry enough to obtain the specified compaction. H. Compacting: Each layer of earth fill shall be compacted by approved tamping or sheepsfoot rollers,pneumatic tire rollers, or other mechanical means acceptable to the Owner. Hand-directed compaction equipment shall be used in areas inaccessible to vehicular compactors. I. Grading: Embankments shall be constructed in proper sequence and at proper densities for their respective functions. All embankment serves in one capacity or another as subgrade(e.g.,under topsoil,under concrete and asphalt pavement, under structures, etc.). Accordingly,the upper layer of embankment shall be graded to within plus or minus 0.10 foot of proper subgrade elevation prior to depositing topsoil, and prior to the construction of pavements, slabs, etc. 3.05 DENSITY CONTROL A. Earth Embankment in General: Earth embankment shall be compacted in lifts at a minimum of ninety percent(95%) of Standard Density ASTM D698 with plus four percent(4%) or minus two percent(2%)percentage points of optimum moisture content. B. Earth Embankment Under Structures and Pavement: The top six (6")inches of natural earth comprising the subgrade for structural slabs or for areas of pavement shall be ninety five percent(95%) to ninety eight percent(98%) of Standard Density ASTM EARTHWORK 02300 -5- D698 with the moisture content at minus two percent(2%)to plus four percent(4%) of optimum moisture content. 3.06 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all embankments that are to function as subgrade for structures, areas of pavement, or for select embankment. After completion of the embankment,the Contractor shall prevent excessive loss of moisture in the embankment by sprinkling as required. Loss of moisture in excess of two percent (2%)below optimum in the top twelve inches (12") of the fill will require that the top twelve inches (12") of the embankment be scarified,wetted, and recompacted prior to placement of the structure, select fill or pavement. If desired,the Contractor may place an asphalt membrane of emulsified or cutback asphalt over the completed embankment and thus eliminate the sprinkling requirement. 3.08 TOPSOIL REPLACEMENT: Topsoil shall be carefully placed to avoid any displacement or damage to the subgrade. If any of the subgrade is rutted, damaged or displaced it shall be restored prior to placing topsoil. Topsoil shall be replaced as specified herein per Item 3.02. END OF SECTION t EARTHWORK 02300 -6- SECTION 02930 - SEEDING PART1 - GENERAL 1.01 DESCRIPTION A. Work Included: Seeding of grass seed or wildflower seed, as specified on the plans. B. Related Work Specified Elsewhere: Section 02300, Earthwork. 1.02 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". F 1.03 SUBMITTALS 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 one hundred (100)miles of the construction site. 3. All seed shall be tested in a laboratory with certified results presented to the City, 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 City. B. Fertilizer 1. Unopened bags labeled with the analysis 2. Conform to Texas fertilizer law s 1.04 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 ten(10)miles per hour. B. Schedule After All Other Construction and planting is complete. SECTION 02930-SEEDING - 1 - C. Protect and Maintain Seeded Areas 1. From erosion 2. From traffic and all other use 17 3. Until seeding is complete and accepted 1.05 QUALITY CONTROL The contractor who plants the seeds,whether the general contractor or a subcontractor, is responsible for daily supervision of his crew, and for the planting and maintaining of seedlings until acceptable, viable growth is achieved and the project accepted by the City. PART 2—PRODUCTS 2.01 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 City at the time of planting. The Contractor shall notify the City, 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 City. Any adjustment of area location by the City shall be considered incidental and shall not entitle the Contractor to additional compensation. Weed seed shall not exceed ten percent(10%) by weight of the total of pure live seed (PLS) and other material in the mixture. Johnsongrass and nutgrass 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 ELnty Germination 25 Bermuda(unhulled) Cynodon dactylon 85% 90% 75 Bermuda(hulled) Cynodon dactylon 95% 90% Substitute the following if planted between September 10 and April 15: 220 Rye Grass Lolium multiflorum 82% 80% 40 Bermuda(unhulled) C j,nodon dactvlon 84% 85% SECTION 02930-SEEDING -2- 2 Native grass seed-The seed shall be planted between February 1 and October I and shall consist of- Lbs. £Lbs. PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis *These grasses are not to be planted within ten feet of a road or parking lot or within three(3) feet of a walkway. 3 Wildflower seed-All wildflower seeds are to be hand broadcast, (see 3.02,A). The seed shall be planted between March 5 and May 31 or between September 1 and December 1 and shall consist of: Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa _ 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden-Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia - 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *These wildflowers are not to be planted within ten feet of a road or parking lot or within three feet of a walkway. 4. 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. SECTION 02930-SEEDING -3- 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 ten percent(10%)moisture, air dry weight basis. 5. Additives shall include a binder in powder form. z 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 x 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. r 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 by means of temporary metering/irrigation, water truck or by any other method necessary to achieve viable, acceptable stand of turf as noted in 3.04.B.2. of this specification.The water source 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 one half inch(1/2") per week should be applied for approximately three weeks or until project is accepted by the City. 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. 2.02 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 thirty(30)minutes after placed in the equipment. SECTION 02930-SEEDING -4- PART 3—EXECUTION 3.01 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(1") 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 one half(1/2") inch inside "drip line" of trees. C. Watering: Soil should be watered to a minimum depth of four inches within forty eight (48) hours of seeding. 3.02 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 (1") 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 one quarter inch to three eighth inch (1/4"-3/8")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. 3.03 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. SECTION 02930-SEEDING -5- 5. "Flat" and"sloping" surfaces will be shown on the plans if not visually obvious. C. Apply within thirty(3 0) minutes after placement in equipment. Keep mulch moist,by daily water application, if necessary: 1. For approximately twenty-one(21) days, or 2. Until seeds have germinated and have rooted in soil, (see 3.04.B.2.) and project has been accepted by the City. .3.04 MAINTENANCE AND MANAGEMENT A. Includes protection,replanting,maintaining grades and immediate repair of erosion damage until the project receives final acceptance. Refer to Part 2—2.01 —D. for watering requirements to be executed by the contractor. B. Replanting 1. Replant areas where a stand of grass or wildflowers are not present in a reasonable length of time, as determined by the City. 2. A"stand"shall be defined as: a. Bermuda/Rye grasses: Full coverage per square foot established within two to three(2-3)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: eighty percent(80%) 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. END OF SECTION SECTION 02930-SEEDING -6- SECTION 03300—CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.01 SCOPE OF WORK A. Concrete Sidewalk B. Concrete Handicap Ramps C. Picnic Table Slabs r D. Playground Edging E. Concrete Walls and Footings F. Related work elsewhere: Section 07920—Caulking and Sealants 1.02 QUALITY ASSURANCE Reference Specifications: The work under this division of the Specifications shall conform generally to the requirements of Item 314 - "Concrete Pavement", Item 406 - "Concrete for Structures", and Item 410—"Concrete Structures" of the City of Fort Worth's Standard Specifications for Street and Storm Drain Construction. PART 2-MATERIALS 2.01 FORMS Forms shall be of ample strength, adequately braced,joined neatly and tightly and set exactly to established line and grade. 2.02 REINFORCING MATERIALS _ Reinforcing Bars: Reinforcing bars shall be round deformed bars meeting the requirements of the current standard Specifications for Intermediate Grade Billet Steel Concrete Reinforcing Bars of the A.S.T.M. Designation A-615. Reinforcing bars at the time the concrete is placed shall be free from rust, scale or other coatings that will destroy or reduce the bond. General reinforcing bars shall be number three bars spaced 18 inches on center in walks and 12 inches in slabs as shown on Plans. 2.03 CONCRETE MATERIALS A. Cement: Portland cement shall meet the requirements of A.S.T.M. Specifications Designation C-1.50 and shall be Type 1. B. Aggregates: Concrete aggregates shall consist of gravel or crushed stone and shall be free from any excess amount of salt, alkali, vegetative matter or other objectionable materials. The aggregate shall be well graded from fine to course _ and the maximum size shall be one inch . Fine aggregate shall consist of sand C. Water: Water used in mixing concrete shall be clean and free from deleterious amounts of acids, alkalies,vegetative matter or organic material. The concrete shall be mixed in an approved batch mixer. The mixing time shall not be less than one minute after all the batch materials are in the mixer. Cement content CAST-IN-PLACE CONCRETE 03300 - I - shall be not less than five sacks per cubic yard of concrete and shall have a minimum 28 day compressive strength of 3,000 psi. D. Mixing: Transit mixed concrete shall meet all the requirements for concrete as specified above. Sufficient transit mix equipment shall be assigned exclusively to the project as required for continuous pours at regular intervals without stopping or interrupting. Concrete shall not be placed on the job after a period of 1 1/2 hours after the cement has been placed in the mixer. 2.04 RELATED MATERIAL, A. Expansion Joint Filler: Expansion joint material shall be one inch clear heart redwood with cap and paved cross section as shown on the plans B. Dowels: Dowels for expansion joints shall be number four smooth round steel bars with expansion tubes as shown on Plans. Dowels shall be placed eighteen inches on center or as shown on Plans. C. Curing Compound: The membranous curing compound shall comply with the requirements of A.S.T.M., Designation C-309,Type 2,white pigmented. D. PVC Sleeves: The Contractor shall furnish and install four inch class 200 PVC pipe sleeves under concrete walk as shown on plans and details. E. Caulking and Sealants—See Section 07920 2.05 CONCRETE MIX DESIGN AND CONTROL A. Mix Design: The concrete shall contain not less than five sacks of cement per cubic yard. Total water shall not exceed seven gallons per sack of cement. The mix shall be uniform and workable. The amount of course aggregate(dry-loose volume) shall not be more than 85 percent per cubic yard of concrete. The net amount of water will be the amount added at the mixer plus the free water in the aggregate or minus the amount of water needed to compensate for absorption by the aggregates. Free water or absorption determinations will be based on the condition of the aggregates at the time used. The absorption test will be based on a thirty minute absorption period. No water allowance will be made for evaporation after batching. B. Slump: When gauged by the standard slump test,the settlement of the concrete shall not be less than 3 inches nor more than 5 inches, unless otherwise indicated. C. Quality: The concrete shall be designed for a minimum compressive strength of 3,000 pounds per square inch at the age of twenty-eight days using a 5 sack mix. K CAST-IN-PLACE CONCRETE 03300 -2- r D. Control-Submittal: Within a period of not less than ten days prior to the start of concrete operations,the Contractor shall submit to the Engineer a design of the concrete mix proposed to be used together with samples of all materials to be incorporated into the mix and a full description of the source of supply of each material component. The design of the concrete mix shall conform to the provisions and limitation requirements of these specifications. All material samples submitted to the Engineer shall be sufficiently large to permit laboratory batching for the construction of test beams to check the adequacy of the design. When the design mix has been approved by the Engineer,there shall be no change or deviation from the proportions thereof or sources of supply except as hereinafter provided. No concrete may be placed on the job site until the mix design has been approved by the Engineer in writing to the Contractor. PART 3 -EXECUTION 3.01 REINFORCING Metal reinforcing shall be accurately placed in accordance with the Plans and shall be adequately secured in position by concrete,metal, or plastic chairs and spacers. Bar splices shall overlap at least twelve inches. The re-bars shall be bent cold. 3.02 JOINTS A. Expansion Joints: Expansion joint materials shall be installed perpendicular to the surface. The bottom edge of the material shall extend to or slightly below the bottom edge of the slab and the top edge shall be held approximately 1/2 inch below the surface of the slab. Dowel bars shall be as indicated on the plans. The joint shall be sealed with silicone joint sealant as indicated. B. Sawed Dummy Joints: Sawed dummy joints shall be 1/4 inch wide by T/4 inch deep (where T is the pavement thickness), as indicated. Joints will be sawed as soon as sawing can be performed without stripping aggregate from the concrete, generally within twelve to twenty-four hours after placement, and they shall be completed before uncontrolled cracking of the pavement takes place. Sawed Dummy joint shall be sealed with silicone joint sealant as indicated on the plans. C. Construction Joints: Construction joints shall be installed in all concrete work at the locations shown on the Plans. Construction joints formed at the close of each day's work shall be located at any of the control joints designated on the Plans. Joints may be constructed by use of wood or preformed metal bulkheads set true to the section of the finished concrete. Surplus concrete on the subgrade shall be removed before resuming concreting operations. Reinforcement shall be as indicated on the plans. Construction joints shall be sawed and sealed as indicated with silicone joint sealant. 3.03 PLACING CONCRETE Placement of Concrete: The concrete shall be rapidly deposited on the subgrade immediately after mixing is completed. Subgrade and forms shall be dampened prior to CAST-IN-PLACE CONCRETE 03300 -3- placement of the concrete. The concrete shall be transported, placed and spread in such a manner as to prevent segregation of the aggregate or an excess amount of water and fine materials to be brought to the surface. No concrete shall be placed when the air temperature is less than forty degrees Fahrenheit nor when the temperature of the concrete is eighty-five degrees Fahrenheit or higher, without approval of Construction Inspector. Placement shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the space between the bars. No concrete that has partially hardened or that has been contaminated by foreign material shall be deposited in the work nor shall retempered concrete be used. Each section of pavement between expansion and construction joints shall be placed monolithically. All concrete shall be thoroughly compacted by suitable means during the operation of placing and shall be thoroughly worked around reinforcement and embedded fixtures and into the corners of the forms. Special care shall be taken to prevent voids and honeycombing. The concrete shall then be struck off and bull-floated to the grade shown on the Plans before bleed water has an opportunity to collect on the surface. 3.04 FINISHING All concrete shall be finished by experienced, qualified concrete finishers. All concrete shall have a neat,rounded edge. Edging and jointing(radius described on Plans) shall be accomplished with care so as not to leave deep impressions in the concrete surface adjacent to edges and joints. After the concrete has been floated and has set sufficiently to support the weight of cement finishers, a smooth steel trowel will be used to produce hard surface. The entire surface will then be brushed with a stiff bristle broom to produce a uniform textured finish. All edges and sides of concrete exposed to view shall be free of warp and blemishes with a uniform texture and smoothness as described in Plans. 3.05 CURING Curing Compound: Immediately after the finishing operations, the concrete shall be completely covered with a curing compound. The concrete surface shall be kept moist between finishing operations and the application of the curing compound. The curing compound shall be applied under pressure by means of a spray nozzle at a rate not to exceed 200 square feet per gallon. A minimum of 72 hours curing time will be required. 3.06 CONCRETE WALLS A. Placing Concrete 1. Where tremies are used, or where the free drop is 5'-O" or more, and through reinforcement,use a dumping box or board, moving the concrete therefrom by shovels or hoes. 2. Deposit concrete so that the surface is kept level throughout, a minimum being permitted to flow from one position to another, and place as rapidly as practicable after mixing. 3. Do not use in this Work any concrete not placed within 30 minutes after leaving the mixer. CAST-IN-PLACE CONCRETE 03300 -4- 4. Thoroughly work concrete around reinforcement and embedded fixtures, and into corners of forms, during placing operations. 5. Completely compact with tamping poles and by tapping forms until the concrete is thoroughly compact and without voids. Determine the number of tampers needed by the amount and method of placing concrete. 6. Exercise care to tamp concrete vigorously and thoroughly to obtain maximum density. 7. Use manual tampers as well as mechanical vibrators. a. Exercise care to direct the quick handling of vibrators from one position to another. b. Do not over-vibrate concrete. C. Do not move concrete by use of vibrator. B. Finishing 1. All formed surfaces exposed to view shall have a smooth form finish. 2. After concrete has been properly placed and cured, sandblast finish if indicated on the plans and per specification Section 03350. 3.07 PROTECTION After concrete is placed, finished and cured as required,permit no traffic thereon for three days thereafter and further protect the surface from damage due to other causes. END OF SECTION CAST-IN-PLACE CONCRETE 03300 -5- 3 Section 7920-NON-PAY ITEM - SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: CITY OF FORT WORTH, TEXAS r TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2, May 12, 1994) 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH, and Item 2.210"Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 3. MATERIALS 3.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 3.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied. 3.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation,Midland, MI 48686-0994, or an approved equal. Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED **** Non Volatile Content, % min. 96 to 99 MIL-S-8802 Extrusion Rate, grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 �-m **** Skin-Over Time, minutes max. 60 **** Cure Time, days 14 to 21 **** Full Adhesion, days 14 to 21 t AS CURED-AFTER r ASTM D 412, Die C Mod. Elongation, % min. 1400 ASTM D 3583 Modulus @ 150% Elongation, psi max. 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles @+100/-50% No Failure ASTM D 3583 Adhesion to Concrete, % Elongation min. 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt, % Elongation min. 600 (Sect. 14 Mod.) 3.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent - the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the"Construction Detail" sheet for the various joint details with their respective dimensions. 4. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the"Construction Detail" sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the"dummy"joints, the initial 1/4 inch width"green" saw-cut and the"reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed. During the application of the joint sealant,the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 5. EQUIPMENT 5.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 5.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 5.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 5.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfin. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 5.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 5.6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 5.7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 5.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 6. CONSTRUCTION METHODS 6.1 General: The joint reservoir saw cutting, cleaning,bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 6.2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on the"Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 6.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be " completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, : October 18, 1989) After complete drying, the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 6.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 7. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for one year after final acceptance of the completed work by the Engineer. 8. BASIS OF PAYMENT Payment will be subsidiary to the unit price bid for concrete pavement, which price shall be full compensation for furnishing all materials and for all preparation, delivery, and application of those sealing materials and for all labor, equipment,tools and incidentals necessary to complete the silicone joint sealing in conformity with the plans and these specifications. CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: NAME OF PROJECT: PARKING REPLACEMENT AT COMO COMMUNITY CENTER AND VILLAGE CREEK PARK PROJECT NUMBER: C200-807370004480/C200-807370004380 IS TO CERTIFY THAT: NORTHSTAR CONSTRUCTION,INC. is,at the date of this certificate,Insured by this Company with respect to the business operations hereinafter described,for the type of insurance and accordance with provisions of the standard policies used by this Company,and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits o7Liabight Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance(Public Ea.Occurrenc Liability) Property Damage: Ea.Occurrence: $ Blasting Ea.Occurrence: $ Collapse of Building or structures adjacent to Ea.Occurrence: $ excavations Damage to Underground Utilities Ea.Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea.Person: $ Ea.Occurrence: $ Property Damage: Ea.Occurrence:$ Bodily Injury: Contractual Liability Ea.Occurrence: $ Property Damage: Ea.Occurrence: $ Other a Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be assured,the above policies contain such special requirements,either in the body thereof or by appropriate endorsement thereto attached. The City,its officers,employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. Agency Insurance Co.: Fort Worth Agent By Address Title f CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW 6 Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No.4784/4785 and City of Fort Worth Project No. C200-807370004480/C200-807370004380. CONTRACTOR NORTHST R CONSTRUCTION INC. e By: yLL Name: Title: /J/ 1'2c �iJ� r c� U c Date: 2:z; ez--OO STATE OF TEXAS § COUNTY OF TARRANT § i efore me, the undersigned authority, on this day personally appeared � 1�.. S�ie� known to me to be the person whose name is subscribed to the k foregoing instrument, and acknowledged to me that he executed the same as the act and deed of NORTHSTAR CONSTRUCTION, INC. for the purposes and consideration therein expressed I and in the capacity therein stated. Given Under My Hand and Seal of Office this day of _, 20 (Y) Z) Notary Public in and for the State of Texas z P`Y PDONNA L.SMITH * * Notary Public STATE OF TEXAS q�of��� My Comm.Exp.12/29/2005 i 6 fi E F VENDOR COMPLIANCE TO STATE LAW Section 2252.002,Texas Government Code,provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas)bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to p P be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in _(give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate office is in the State of Texas. Please Check or mark with an "X" z BIDDER: By: - ".C. Company (please print) { Signature:&'vG,� L (please print) Title: /ems 2t'�i n c lv-r (please print) City/ State Zip THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VENDOR COMPLIANCE TO STATE LAW i Bond#104558477 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARR.ANT § That we,(1)NORTHSTAR CONSTRUCTION INC as Principal herein,and(2)Travelers Casualty and Surety Company of America ,a corporation organized under the laws of the State of(3) Connecticut , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of TWO HUNDRED FORTY THOUSAND EIGHT HUNDRED SEVENTY-SEVEN AND 501100—i...............i Dollars ($240,877.50)for the payment of which sum we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 14th day of June.2005,a copy of which is attached hereto and made a part hereof for all purposes,for the construction of PARKING REPLACEMENT AT COMO COMMUNITY CENTER AND VILLAGE CREEK PARK NOW,THEREFORE,the condition of this obligation is such,if the said Principal shall faithfully perform the work in accordance with the plans, specifications;and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default,then this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED,.HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. i SIGNED and SEALED this 14th day of June,2005. NORTHSTAR CONSTRUCTION INC. PRINCIPAL j' '.4-d 4 ATTEST: �y' Name: /l�l1C�lAE� /`f �7�i�vr�icN (Principal) Secretary f� � Title: f//CE P/Le'S I a�N (S E L�� Address: 309 BIRCHWOOD LANE I FORT WORTH, .TX 76108 �- Witnes as to rincipal Travelers Casualty and Surety Company of America SURETY ATTEST: By:(�69�-� 1 Name: Staci Gross Secretary Attorney in Fact (S E A L.) Address: 1301E Collins Blvd., "ita s4o Richardson TX 75081 Witness a to Surety Telephone Number: (214) 57o-ss" NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond # 104558477 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF'TARRANT § That we,(1)NORTHSTAR CONSTRUCTION;INC.;as Principal herein,and(2)Travelers Casualty and Surety Company of America ,a corporation organized and existing under the laws of the State of(3) Connecticut , as surety, are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of TWO HUNDRED FORTY THOUSAND EIGHT HUNDRED SEVENTY-SEVEN AND 50/100....................Dollars ($240.877.50) for the payment whereof, the said Principal and Surety bind themselves and their heirs,executors, administrators,successors and assigns,jointly and severally, firmly by these presents: WHEREAS,the Principal has entered into a certain written contract with the Obligee dated the 14th day of June; 2005, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length,for the following project: PARKING REPLACEMENT AT COMO COMMUNITY CENTER AND VILLAGE CREEK PARK NOW,.THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant(as defined in Chapter 2253,Texas Government Code,as amended)supplying labor or materials in the prosecution of the work under the contract,then this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute,to the same extent as if it were copied at length herein. 1 IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 14thday of June.2005. NORTHSTAR CONSTRUCTION, INC. PRINCIPAL �/J ATTEST: By: *.RC1 g � Name: ��e1qAa. 14, h"ucif (Principal) Secretary � � Title: !O/GE /"k't-Zi/0EN7' (S A L) Address: 309 BIRCHWOOD LANE FORT WORTH. . TX 76108 Witness as to Principal l Travelers Casualty and Surety Company of America SURETY ATTEST: By:(jaac-") Name: Staci Gross Secretary Attorney in Fact (S E A L) Address: 1301 E Collins Blvd.,Suite 340 Richardson.TX 75081 Wit a as�rety Telephone Number: (91 A)s7n-rwig NOTE: (1) Correct name of Principal (Contractor). (4) Correct name of Surety. (5) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond# 104558477 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That NORTHSTAR CONSTRUCTION INC.("Contractor"),as principal, and Traveiers Casualty and surety Company of America a corporation organized under the laws of the State of Connecticut ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas, the sum of TWO HUNDRED FORTY THOUSAND EIGHT HUNDRED. SEVENTY- SEVEN AND 501100.................... Dollars ($240.877.50), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors,jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 14th of June, 2005, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: PARKING REPLACEMENT AT COMO COMMUNITY CENTER AND VILLAGE CREEK PARK the same being referred to herein and in said contract as the Work and being designated as project number(s) C200.807370004480IC200-807370004380 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, i WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two(2)Years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in Dart at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed bysAid Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF,this instrument is executed in 6 counterparts,each of which shall be deemed an original,this 14th day of June.A.D.2005. ATTEST: NORTHSTAR CONSTRUCTION. INC. (S E A L) Contractor By:/eli Secretary Name: MI&H-Acs- A. P-E-n"uLa Title: t//L c 7'i2,s I OE-7,J7- ATTEST: E-7,JTATT EST: Travelers Casualty and Surety Company of America %S E A L) Surety Secreta Name: stat!cross Title: Attorney-in-Fact 1301 E.Collins Blvd.,Suite 340 Rirhardson, TX 7F081 Address S T PA U L St.Paul Travelers Bond O1301TRAVELERS ichr Collins Blvd Richardson TX 75081 Phone:800-842-0612 Fax:214-570-6405 IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty& Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on Y p companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 i ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 1 IMPORTANT c� If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement ( ' on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate Iholder in lieu of such endorsement(s). DISCLAIMER I The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. I I I I I ;I I I I ACORD 25(2001/08) CITY OF FORT WORTH,TEXAS CONTRACT STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That this agreement,made and entered into this the 14th day of June,A.D. 2005,by and between the CITY OF FORT WORTH,a municipal corporation of Tarrant County,Texas,organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December,A.D. 1924, under the authority of the Constitution of Texas,and in accordance with a resolution duly passed at a regular meeting of the City Council of said City,and the City of Fort Worth being hereafter termed Owner,and NORTHSTAR CONSTRUCTION INC.,hereinafter called Contractor. WITNESSETH:That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith,the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: 2. That the work herein contemplated shall consist of furnishing all labor,tools,appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications heretofore prepared by the Parks and Community Services Department of the City of Fort Worth and adopted by the City Council of said City, as an independent contractor, and which plans and specifications are incorporated herein by reference. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10)days after being notified in writing to do so by the Department of Engineering Director of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering Director of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 90 working days from the time of commencing said work;that said Contractor shall be entitled to an extension of said time for doing said work for such time as he may necessarily lose or be delayed by unavoidable accidents caused by unforeseen matters over which said Contractor has no control,such as inclemency in the weather,acts of Providence,labor strikes and delivery of materials,in all of which cases the negligence or carelessness of the Contractor is not contributing to such delay. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said specifications,then the City shall have the right to take charge of and complete the work in such a manner as it may deem proper,and if,in the completion thereof,the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof,the Contractor shall pay said City on demand in writing,setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 1 i IN WITNESS WHEREOF,the City of Fort Worth has caused this instrument to be signed in triplicate in its name and on its behalf by the City Manager and attested by its Secretary,with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in three counterparts with its corporate seal attached. Done in Fort Worth,Texas,this the 14th day of June,A.D. 2005 A RECOMMENDED BY: APPRO D BY: �UN"lam , EPARTMENT OF ENGINEERING P S CO TY SER CES DIRECTOR DIRECTOR CITY OF RT WORTH ATTEST: By: alu� -Z�LA�tt) Y MANAGER Ua CITY SECRETARY — _--C—— -Z(0 7 ef/ — NORTHSTARCONSTRUCTION,INC. Contract Authorizatioa CONTRACTOR Date By: U� SEAL V �,e n�✓T TITLE 309 BIRCHWOOD LANE FORT WORTH,TX 76108 ADDRESS APPROVEDZ FORM A GALIT ASSIST CITY O Y ( November 1960 I Revised November 1982 Revised May 1986 Revised October 1989 I--,E A2V