Loading...
HomeMy WebLinkAboutContract 36164 x ' Y SEq,c o FSO0 FORTWORTH CITY SECRETARY CONTRACT NO. �u1� s zm a Y ' Py qT K'ORTH � CITY SEt. m SPECIFICATIONS D.O.E. FU '� AND CONTRACT DOCUMENTS CONTRACTon BONC i :_ FOR CONSTRUCTION' BWl"'CTION OF PAVING IMPROVEMENTS AT CLIENT DEPARTMENT PROJECT NAME PROJECT NUMBER D.O.E.NO. FAR NORTHSIDE C200/541209/802370043680 5658 MARINE C200/541200/802370043680 5657 IN THE CITY OF FORT WORTH TEXAS MIKE MONCRIEF CHARLES R. BOSWELL MAYOR CITY MANAGER MELODY MITCHELL,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 JUNE 2007 Contract/M&C Check List Check list prior to documents being submitted to Assistant City Manager Libby Watson for signature. CgNTRACTS 1. Add Signature block for appropriate Assistant City, Attorney Approved as to Form and Legality E/ 2. Has other party signed contract? If electronic, attach hard copy [� 3. Ensure documents are complete, including any and all exhibits [� 4. Check for correct number of duplicate originals w/signatures—usually 3 or 4, plus City Secretary? [7 5. Apply "sign here"tabs on copies t� 6. Add cover memo from Richard Zavala 7. Content of cover memo—Date, M&C #, Appropriation Ordinance, is the park name, other attachments, etc. correct? d8. Is everything spelled correctly? ❑ 9. Is appropriation ordinance/other attachments attached to contract? M&C's ❑ 1. Does M&C give you the authority to do what you are doing? $ amount, etc. ❑ 2. Is everything you are asking for in the subject line, with semi-colons? ❑ 3. Does the money add up to what is on FAC lines? 4. Does M&C fully explain what is being done?—Assume audience knows nothing about topic Once document has been to Legal, no changes can be made without discussing with them again! Preparer's Signature Assist Director's Signature FORTWORTH D1 l ` To F SUBJECT: EXECUTION OF CONSTRUCTION CONTRACT WITH ADVANCED PAVING ACQUISITION, LTD FOR THE PAVING IMPROVEMENTS AT FAR NORTHSIDE AND MARINE PARK The attached six (6) contract sets for construction services with Advanced Paving Acquisition, Ltd. in the amount of$189,808.27 are forwarded for your review and approval. On September 18, 2007 (M&C C-22395 see attached)the City Council approved award of contract to Advanced Paving Acquisition Ltd. to construct the paving improvements at Far Northside and Marine Parks. Upon authorization signature, please forward to the City Secretary's Office for final contract execution and issuance of a contract number. Should you have any additional questions, please let me know. C: Harold Pitchford, Assistant Director Mike Ficke, Design& Development Superintendent Carlos Gonzalez, Project Manager Project File �y�W THE V"< PARKS AND COMMUNITY SERVICES DEPARTMENT THE CITY OF FORT WORTH * 4200 SouTH FREEWAY * FORT Wom, TEXAS 76115-1499 817-871-PARK * FAX 817-871-5724 ek Printed on recycled paper TABLE OF CONTENTS 1. NOTICE TO BIDDERS 2. SPECIAL INSTRUCTIONS TO BIDDERS 3. GEOTECHNICAL STUDY(Far Northside Community Center) 4. PROPOSAL 5. CITY OF FORT WORTH M/WBE ENTERPRISE SPECIFICATIONS 6. CITY OF FORT WORTH PREVAILING WAGE RATES CONTRACTOR'S PACKET 7. WEATHER TABLE 8. VENDOR COMPLIANCE TO STATE LAW 9. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION 10. PROJECT DESIGNATION SIGN 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 02300-Earthwork Section 02840-Turf Sodding Section 02930-Seeding DIVISION 3-CONCRETE Section 03300-Cast-in-Place Concrete Section 07920-Caulking and Sealants 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: PAVING IMPROVEMENTS AT: FAR NORTHSIDE C.C. C200/541600/ 802370043680 5658 MARINE PARK C200 / 541600 / 802370043580 5657 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., July 5, 2007 and then publicly opened and read aloud at 2:00 p.m. in Council Chambers 2"d floor— N.E. corner of City Hall. Plans, Specifications and Contract Documents for this project may be obtained at the Park Planning section, Parks and Community Services Department, 4200 South Freeway, Suite 2200, Fort Worth, Texas 76115-1499. Documents will be provided to prospective bidders'for a deposit of$50 per set; deposits shall be made in the form of a check or money order. Each prospective bidder shall receive a deposit refund on the first two plan sets if the documents are returned in good condition within 10 days after bids are opened. Any additional plan sets shall require a non-refundable deposit. These documents contain additional information for prospective bidders. All Bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of the prevailing wage rates, and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code, Section 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. 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 MWWBE 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 (a) shall submit documentation at the reception area of the r• managing department, Department of Engineering, 2"d floor, City Hall, and shall obtain a receipt in person. Such receipt shall be evidence that the documentation was received by the City. (b) Electronic submittal of MWBE documentation will not be accepted. Failure to comply with (a) and (b) shall render the bid non-responsive. The following list is provided to assist bidders in obtaining the services of MWWBE = vendors qualified to provide such services/materials for this project. A listing of qualified M/WBE vendors may be obtained at the City of Fort Worth M/WBE office, 3rd floor City Hall. Services/materials for this project are as follows: -� demolition/site prep clearing/grubbing grading/earthwork sodding concrete seeding steel rebar site furnishings earthwork asphalt flexible base The City's minimum M/WBE goal on this project is 20% of the total dollar value of this contract. l 2. Prime Bidder Qualification Requirements The City will evaluate all submitted bids based on criteria and qualifications to determine award of contract as noted in Item 14. - Bidder's Statement Of Qualifications —Special Instructions To Bidders and upon receipt of Bidder's Statement Of Qualifications form included in this construction document. In general: • The Prime Bidder, as general contractor or sub-contractor; must demonstrate similar project scope experience on three (3) projects within the last three (3) years. All subcontractors intended for use on this project shall also demonstrate �. similar project scope experience necessary to successfully perform on their respective portion of work on this project. • The Prime Bidder must provide a list the surety company(s) which issued bonds for projects listed above. Additionally, the Prime bidder shall list the surety company intended for use on this project. • The Prime Bidder must submit a current certified financial statement prepared by an independent Certified Public Accountant. • The-Prime Bidder shall perform with its own organization and with the assistance of work crews under its superintendence work of a value not less than fifty percent (50%) of the project scope of work as per Section 8.1 of the standard specifications for Street and Storm Drain Construction for the City of Fort worth. Bidder Qualifications submitted to the Parks and Community Service Department Project Manager must be received no later than 5:00 P.M., five (5) City business days after the bid opening date, exclusive of the bid opening date. 3. Bid Addendum Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Project Manager. 4. Pre— Bid Conference A pre-bid conference will be held with prospective bidders at the Parks and Community Services Offices Conference Room 1 on June 18, 2007 at 9:00 am. 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. MELODY MITCHELL ACTING DIRECTOR CHARLES R. BOSWELL PARKS AND COMMUNITY SERVICES DEPARTMENT CITY MANAGER MARTY HENDRIX CITY SECRETARY By: C:4 Carlos Gonzal roject Manager (817) 871- 573 Thursday June 7, 2007 Thursday June 14, 2007 J SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud,the proposals will be tabulated on the basis of the quoted prices,the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner,the right will be reserved to reject any or all proposals and waive technicalities,to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only _ and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. { 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting Parks and Community Services Department telephone number indicated in the Notice to Bidders. Bids that do not acknowledge all applicable addenda will be rejected as non-responsive. (See Item G in the.Proposal.) 4. AWARD OF CONTRACT: The Contract may not necessarily be awarded to the lowest bidder of the Base Bid. The Parks and Community Services Department shall evaluate and recommend to the City Council the best bid based on the combined benefits of total SPECIAL INSTRUCTIONS TO BIDDERS - 1- bid price and number of contract days allotted, as specified in the Proposal, and which is considered to be in the best interest of the City. Regardless of the Alternative chosen,the Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified in the Construction Documents, liquidated damages shall be charged as outlined in General Provisions, Item 8.6 Failure to Complete Work on Time, found in the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas. 5. PAYMENT PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum ` equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the M 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 ff 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 0 1 700-Project Closeout, Item 1.02. In order for a surety to be acceptable to the City, the surety must meet the requirements of V. A. T. S Insurance Code, art. 7.19-1(c). Satisfactory proof of any such reinsurance .� shall be provided to the City as outlined in the Notice To Bidders. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain SPECIAL INSTRUCTIONS TO BIDDERS -2- Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 7 EMPLOYMENT:: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-A-29)prohibiting discrimination in employment practices. 8 WAGE RATES: All bidders will be required to comply with provision 5159a of "Vemons 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 R 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 F ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or$250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on"any auto", defined as autos owned,hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening,Contractor shall be entitled to additional compensation equal to 110%of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders -Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms SPECIAL INSTRUCTIONS TO BIDDERS -3- or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. E. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. " G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance - pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such 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"),2:nd 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)io 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 f 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 pati ent 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 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. 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 a part of the joint venture, no other firms will be allowed to participate in the joint venture without written consent from the City. B. PLAYGROUND INSTALLATION AS PRIME PROJECT SCOPE .. 1. For projects in which the construction of playground area is the prime scope of work, bidders must be able to demonstrate the following. Failure to adequately demonstrate that the bidder meets these requirements may result in a _. recommendation that the bid be rejected as non-responsive. 2. The prime bidder shall submit such documents as are necessary to establish that the bidder has successfully and satisfactorily completed the construction and installation of at least three (3) playground facilities within the immediate past three (3)years for the state of Texas or other municipalities within the Dallas/ - Fort Worth metroplex, such work to have included grading, sub surface drainage, playground perimeter concrete edging, equipment and safety surface installation. The documentation shall also demonstrate that the bidder completed the projects - 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 time allowed. 15. OZONE ALERT DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "OZONE ALERT DAYS Typically,the Ozone Alert season within the Metroplex area runs from May through September, with 6:00 a.m. - 10:00 a.m. being critical ozone forming periods each day. The Texas Natural Resource Conservation Commission (TNRCC) in coordination with the National Weather Service,will issue the Ozone Alert by 3:00 p.m. on the afternoon prior to the alert day. On designated Ozone Alert Days,the Contractor shall bear the responsibility of being aware that such days have been designated Ozone Alert Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires substantial use of motorized equipment. However,the Contractor may begin work earlier if such work minimizes the use of motorized equipment prior to 10:00 a.m. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. -6:00 p.m., on a designated Ozone Alert Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage("certificate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers'compensation insurance coverage for the person's or entity employees providing services on a project,for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in 406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes,without limitation, independent contractors, subcontractors, leasing .. companies,motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include,without limitation,providing,hauling, or delivering equipment or materials, or providing labor, transportation,or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. ra 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 4 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 - ]0- (3) provide the contractor,prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a ce ficate of coverage, prior to the other person or entity beginning work on thO 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 - ll - 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- i RLUMCE r ,E "' j �`i�'ICAL ' GEOTECHNICAL ENGINEERING a ENVIRONMENTAL CONSULTING GROUP C CONSTRUCTION MATERIALS ENGINEERING AND TESTING November 14, 2006 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 Northside Community Center Fort Worth, Texas AGG Report No: E06-1103 Deoir Mr. Boydston: It is understood that the existing pavement in front of the Northside Community Center in Fort Worth, Texas is to be removed and replaced with new pavement. Three shallow borings were drilled at locations shown on Figure 1 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, P.E. C)Merk"J. Farrow, P.E. Project Manager Principal Engineer d e P............... MARK ....•.•.....i..'h..� 0. FgRROW �® 48059 -•'�® ®o �• •e'celvspa.• : MEMBER 3228 Halifax Street Suite A• Dallas, Texas 75247 ° Tel: 972-444-8889 - Fax: 972-444-8893 • www.aggengncom TABLE OF CONTENTS NORTHSIDE COMMUNITY 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 4.1 RECYCLED ASPHALT BASE 4 5.0 SPECIAL PAVEMENT CONSIDERATIONS----------------------------------------- -----4 6.0 CRUSHED CONCRETE--------------------------------------------------------------_------_..__5 7.0 LIMITATIONS FIGURES BORING LOCATION DIAGRAM ---------------------------------------------------------------------------1 LOGSOF BORING-------------____---------------------------------------------------------- 2 thru 4 KEY TO TERMS OF BORINGS-----------------------------------------------------------------------------5 3 ALLIANCE GEOTECHNICAL GROUP E06-1103 GEOTECHNICAL INVESTIGATION NORTHSIDE COMMUNITY 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 six (6) percent hydrated lime by dry weight (27 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 98 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 the ks should be performed to verify that the specified depth of stabilization is present after fina 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 corrlpaction. We recommend a 2 to 3 day curing period for these soils. The following gradation requirements are recommended for the stabilized materials prior to final compaction: ALLIANCE GEOTECHNICAL GROUP E06-1103 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 98% 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 E06-1103 PAGE 2 i 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 MEDIUM DUTY PAVEMENT** (Fire lane and Driveways with Occasional Heavy Truck and Bus Traffic) • 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 GEOTEC'HNICAL GROUP E06-1103 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(t1%)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. 4.1 RECYCLED ASPHALT BASE The existing pavement generally consists of four (4) inches of existing asphalt over a compacted subgrade (with no base and no lime stabilization). Twelve (12) inches of existing asphalt was present at Boring B-2 (this was probably a patched pavement area). Five (5) to six (6) inches of the existing asphalt may be used as a sub-base in lieu of a 6 ` inch lime stabilized subgrade beneath new pavement at this site. The existing asphalt should be pulverized until 100% passes the one inch (1") sieve. It should then be compacted at optimum to +2% above optimum to 95% ASTM D1557. Prior to placement of the pulverized asphalt, the upper 8 inches of the subgrade soil below this pulverized asphalt base should be compacted at -2% to +2% of optimum to 98% ASTM D698. 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. Proof-rolling should be performed prior to any lime stabilization, prior to placement of any base or prior to re- compaction of the subgrade if lime stabilization is not performed. ALLIANCE GEOTECHNICAL GROUP E06-1103 PAGE 4 Proof-rolling 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 to prevent crack propagation. 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. ALLIANCE GEOTECHNICAL GROUP E06-1103 PAGE 5 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 E06.1103 PAGE 6 UM 114 ' i• i t t ! - _ 'Fro- -�....�.`......--�-.. � l •� ik , � ?"`Z Fi• � �'�� R•' �yr7," iTtfw^•.1 •J� ` -T•,`` r�. !'", t i, �,-'�.r-r•f•� �'~ t u � I :�.:a'5��,� ,yl�" ( SJ. mc t� r �c1`�tt3r •�.' �• ^� - yA-s;,, -tw ���'�r°'�", t l� ne senlce 1, �3 .r � ! �l � `��f,' �_ _'�,'s'�.ja Li f' .x1:�.Y�-: ;a:�,rr r. 'i.Yr- _.�1 t '•. � .•1, ti _••. 1 f f' 1 •'�•'S ?� � .•'ti+. :• �" 1`: 5� 1-a.•`c b:•aJ� i- C ",. �• � ♦ ._. tar _ r•.r9. �• ,' j j i•, �'r.n+t •Y y�� ! .•'• .a• ...rwv I y 'i•�,- 'l.xF-- s:. \. ti '' •1 t &Jt � j � .; � �� _ t �. �• ,• - .'9''.m.. 'tit s. �- '\ __. 9 _ Il• a,ta,tr ! { ! _ I• n= —.ap .-•.: �aarv, +� a ,C• •-,,, �, r' „• =r _ ." I ' `fit., i , t •.� �'`•- ( f: •-N^t• i �t!' ''I• t +i,,�„♦3 f s.�-—7�� � ;' .._1 ''-i�•!ts--saa i 1J � ;' r" [,c�wiz.v,• •lw;= iG-}. \ .__ .1, �+, ^1• n. ��•�- t,.+w' f: }' ; � r'tI 1 � \. N .+y� �i _'Yy2t�.-�..`��. •:'s-�TR�lL�_,'s -�+ " +( t-. �-�t. '` T '-��c�a � 04 . f ii � r j' fi ! ` i,''• �.a:x� ;��`+ .�[.. •s� � ��,.N.,,Cl3�,� •, � ,, •_•v;,r r.r..�`s.•C.R� =� '= :I I .•I �i. �'CY,2 _! .ra+rr-_�r�. _•_-_ism..'�«• '�--• y,_�,'Q i *� f •+:i *)' ;+ �i }ff '�'' L '`r'.' _ �.. ,,e 'i w-tn �1��� t}%'"t f }, I } i ' � �' 1•'1 i � :d t l , .�M•s..i.!3+. ....ery} _ t.a i •�� �•S.aC •-.t, � I j i � its r,�'j � I ;• k ; •� f 4 ;.•� �-,cr_�: a+�ti-- '+r C-Y•w� } ��' ; � 1 [ �rtRv+_.VT�n �'. : � � jtc..-6;:1 � �- � t 1'. 1' :r --�..�•a_ t�� ' 'vim �` �1•,ti''��S\'� t _ i� _- � 1 �:'': _.�_�: ����=-":.��:�-r: •'t_' -4` +'' _•..�''�.. :'.'`,�. __'._';�Ffktm9.lt[��tM:a.2� utt-:�?•,,.«_-_. ����3�R �' •y. } .I t ' _.,,.1' - kip' '•— '•.•Tk,1t![fir C�ll�ia�.i�U�6 fl "4 ;:� •t r 'i i f •'tU-.:=j�Y�}.....-t t...�2.'.»�....ei+rstT. a'_-.__-- •- •1v,��.�, _ ( rs?rv��+ T R 1 to �•. iu:..-.r.w •.t c..+,a: x-a.c,ter.+J+:.R..F: .tio-•; • 7 �f. ;i�C"...•Z Wit- ��':JFn—a_� �_� 1 f t • __.� .S.F+__••ti?LyI t�tC 4•+ • i� _ PROPOSAL TO: MR. CHARLES R. BOSWELL City Manager Fort Worth, Texas "'FOR: CONSTRUCTION OF PAVING IMPROVEMENTS FOR FAR NORTHSIDE PARK PROJECT NO. C200/541600/802370043680 DOE NO. 5658 AND MARINE PARK PROJECT NO. C200/541600/802370043580 DOE NO. 5657 aw°ursuant 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 sOnspection 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 w�nstalled quantities on non lump sum items. Additionally,the Contractor shall be aware that the Proposal contains both Lump Sum and Unit Price items. wdf 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 ,vithin budget. By submitting a bid,the bidder acknowledges the City's right to adjust or eliminate line items prior to the .oward 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. .JJpon acceptance of this proposal by the City Council,the bidder is bound to execute a contract and furnish, if applicable, Performance, Payment, and Maintenance Bonds approved by the City of Fort Worth for performing and completing the ;aid work within the time stated and for the following sums,to-wit: s Far Northside Base Bid Pay Item Approx. Description of Item with Unit Unit Value Amount Bid Quantity Prices Written in Words Unclassified Site Excavation including Offsite Disposal, See 1 53 CY Grading Plan Sheet 5 $ y, ?9 $ " I)8.7 �'or' �yIJ� 'r ,� • Dollars 1�4"I"ke is per CY Remove Existing Concrete Curb and Gutter including Offsite Disposal-See Demolition Plan G u l " 2 700 LF Sheet 2 $ Il -r $ 7 7 Dollars Cents per LF Remove Existing Hot Mix Asphaltic Concrete Pavement including Offsite Disposal-See LM 3 1,700 SY Sheet 2 $ $ Dollars ��! T _ Cents per SY 8" Moisture Conditioned Subgrade, See Typical Section 4 1,530 SY Sheet $ , 'l`i $ .2a fW o Dollars •'� FWIZ Cents per SY 18" Concrete Curb &Gutter-See Details Sheet 4 5 820 LF $ 5•a� $��. AD Dollars G(u= Cents per LF 6" 3000# Reinforced Concrete Drive Approach, See Sheet 3 6 65 SY Y $ "P� $ dY Dollars Ze Cents per SY Unit I: FNS-Base Page 1 5/24/2007 Far Northside Base Bid Approx. Description of Item with Unit Pay Item Unit Value Amount Bid Quantity Prices Written in Words 2" HMAC Pavement(2"C) , Complete in Place, See Typical 7 410 SY Sections Sheet 4 $ p o $ < Ar Pfu C Dollars tG Cents per SY 5" Hot Mixed Asphaltic Concrete Pavement(3" B; 2"C), Complete in Place, See Typical Section , G oc 8 1,035 SY Sheet $ �� / �r✓' T Dollars l W4A r`-e- Cents per SY 6"Crushed Concrete Base, See Typical Section Sheet 4 9 1,445 5� $ �p $ Dollars Cents per 2"Type C Hot Mixed Asphaltic Concrete Pavement Overlay-See 10 1,190 SY Paving Plan Sheet 3 $ 9�a,� $ O Waal Wit. Dollars ltc'� Cents per SY Re-seed & Establish 100% Grass Coverage for Disturbed 11 1 LS Areas $ Dollars y - Cents per LS Wheel Stops, See Sheet 3 , 3 12 20 EA $ $ Dollars Cents per EA Unit I: FNS-Base Page 2 5/24/2007 Far Northside Base Bid Pay Item Approx. Description of Item with Unit Unit Value Amount Bid Quantity Prices Written in Words Parking Lot Striping Including HC Symbols, See Sheet 3 �11// CU Dollars `Z(tee Cents per LS Accessible Parking Space Sign including poles and placard, See 14 EA Sheet 3 I $ OQ $ pot ®rs Do ,L Cents per EA 6" 3000#Reinforced Concrete Dumpster Pad, See Sheet 3 15 270 SF $ G�QU $ Dollars 7 Cents per SF 4" 3000#Reinf. Conc. Sidewalks, Sheet 12 16 1,934 SF $ Dollars I Cents per SF Traffic Control, Sheet 15 17 1 LS $ $ r� ®N? l l Dollars Cents per LS Unit I: FNS-Base Page 3 5/24/2007 Far Northside Base Bid Approx. Description of Item with Unit Pay Item Unit Value Amount Bid Quantity Prices Written in Words Project Sign _ 18 1 EA $ �`J®.� $ Dollars Cents per EA Far Northside-Base Bid: b �4 IYI - Unit I: FNS-Base Page 4 5/24/2007 Far Northside -Add Alternate #1 Pay Item Approx. Description of Item with Unit Unit Value Amount Bid Quantity Prices Written in Words 18"Concrete Curb& Gutter-See Details Sheet 4 1 320 LF $ / $ 269� Icy Dollars Cents per LF Remove Existing Hot Mix Asphaltic Concrete Pavement r �� - including Offsite Disposal-See _ 2 90 SY Sheet 2 $ $ ollars 1-t, ents per SY 6" Crushed Concrete Base, See Typical Section Sheet 4 , 3 107 SY � $ 'r Dollars F Cents per SY Hot Mix Asphaltic Concrete for Patching r1 4 8 Ton $ SD' o $ F�_F 1y Dollars Cents per Ton .. Re-seed & Establish 100% Grass Coverage for Disturbed 5 1 LS Areas $ $ Dollars % Cents per LS Far Northside Add Alternate #1: Add Alt. #1 Page 1 5/24/2007 Add Alternate #2 Pay Item Approx. Description of Item with Unit Unit Value Amount Bid Quantity Prices Written in Words 6" Lime Stabilized Subgrade Preparation (Note: 8" Moisture Conditiong will not be paid), See 1 1,530 SY Typical Section Sheet 4 $ ` $ 6 ee Dollars Cents per SY Hydrated Lime Based on 30#/SY 2 23 TN $ $ Dollars Cents per TN q Yv— Total for Add Alternate #`2: 0-0 A Add Alt.-2 Page 1 5/24/2007 Marine Park Base Bid Pay Item Approx. Description of Item with Unit Unit Value Amount Bid Quantity Prices Written in Words Remove Existing Concrete Curb and Gutter, Sheet 9 1 45 LF �� $ E $ Dollars Z- Cents per LF Remove Existing Asphalt, Sheet `� ��? • 2 710 SY $#1 Dollars t vC Cents per SY Excavation, Sheet 9 and 11 3 120 CY $ F/" Dollars ti Cents per CY 8" Moisture Conditioned Subgrade, Typical Section Sheet 4 630 SY 13 $ �,'J $ �w O� Dollars 'o-0-1 dents per SY 5"3000#Reinf. Conc. Pavement 'T:Op Incl. 6"Curbs, Sheet 12 5 630 SY $ $ ' - SPY of srs Cents per SY Unit II: MP-Base Page 1 5/24/2007 Marine Park Base Bid Pay Item Approx. Description of Item with Unit Unit Value Amount Bid Quantity Prices Written in Words 4" 3000#Reinf. Conc. Sidewalks, Sheet 12 Dollars r'[ N Cents -T per SF Wheel Stops, Sheet 10 7 6 EA $ ,�V,cv Ff, iT� Dollars 2 Cents per EA n' Pavement Striping including HC Symbols, Sheet 10 8 1 $_1490-CO $ lee--e�tlo Dollars 2`G Cents per Accessible Parking Space Sign including poles and placard, 0� 9 2 EA Sheet 10 $ Dollars Cents per EA Traffic Control, Sheet 15 10 1 LS rC-�Y� L $ ©� c $ C / •� ®.-X G Dollars Cents per LS Unit II: MP-Base Page 2 5/24/2007 Marine Park Base Bid Pay Item Approx. Description of Item with Unit Unit Value Amount Bid Quantity Prices Written in Words Seeding and Establishing Grass on Disturbed Areas, Sheet 1 11 1 LS $ $� • Dollars Cents per LS Project Sign 12 1 EA /' $ 2`.J O.OD $�-5 d, `r 0 l Imo' Dollars Cents per EA Total Marine Park Base Improvements: Unit II: MP-Base Page 3 5/24/2007 Marine Park Add Alternate Pay Item Approx. Description of Item with Unit Unit Value Amount Bid Quantity Prices Written in Words Remove Existing Concrete Curb .. and Gutter, Sheet 9 .. Dollars Cents per LF Excavation, Sheet 9 and 11 ��� 2 300 CY $ $ Dollars Cents per CY 8" Moisture Conditioned Subgrade, Typical Section Sheet !, ' 3 590 SY 13 $ / �L 0 Dollars Cents per SY 5" 3000#Reinf. Conc. Pavement incl. 6 Curbs, Sheet 12 } ' Dollars Cents per SY Pavement Striping, Sheet 10 5 1 LS $ $ _ Dollars_ ?' Cents per LS Unit II: MP-Add Alt Page 1 5/24/2007 Marine Park Add Alternate Pay Item Approx. Description of Item with Unit Unit Value Amount Bid .. Quantity Prices Written in Words Seeding and Establishing Grass 6 1 LS on Disturbed Areas, Sheet111 $L��' Dollars Cents Per LS Total for Marine Park Add Alternate: Unit II: MP-Add Alt Page 2 5/24/2007 BID SUMMARY .. 3 Far Northside— Base Bid $ 2d .� Far Northside Add Alternate#1 / 9 Far Northside Add Alternate #2 $ S Marine Park Base Bid $ 0 Marine Park Add Alternate $ Y� Total Bid: �2,5i 5yy The City reserves the right to award the contract in any combination of bids. 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 Si 60 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. Contract time incorporates playground equipment /delivery time and is to run concurrently with site construction to be performed prior to receipt of equipment and subsequent installation. 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 Bond 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 of 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. I No.2 No.3 No.4 Respectfully submitted, Yq1(;> L)A-k (Compwly Name 4��d 40 By(Authorized Signature) -7 Date: 1� , Address: I - Z?4 ,L, 5--7,Z Email Address: Telephone: ( 7jc S--YZi SEAL(if corporation) I ATTACHMENT 1A Page 1 of 4 FORT WOE H City of Fort Worth Subcontractors/Suppliers Utilization Form �. PRIME COMPANY NAME: Check applicable block to describe prime n1Cc. D P J'L-' LV . -- X PROJECT NAME: M/W/DBE NON-MNV/DBE BID DATE City's MNVBE Project Goal: Prime's MIWBE Project Utilization: PROJECT NUMBER c; o,�s�f lj/�D�37o0 q 34& .. 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 .. M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered Vt tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL MlWBEs 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 MMBE 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 fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev.5/30/03 ATTACHMENT 1A FORT WORTH Page 3 of 4 Primes are required to identify ALL�Ijbcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification P (check one) C FSUBCONTRACTOR/SUPPLIER T r N T Detail Detail Company Name i Address e M W C X F Subcontracting Work Supplies Purchased Dollar Amount r B B T D E Telephone/Fax R O E E E C T E A �f�,rp CQ,v� t 1 1�C DEOUG TCOS'r ^v wt (LeQi Ace_ �� �'� (P �Pui *� QGDL Nt xk 0� C' %E ou f o f Ti4/ "f o Pk y µWA& ,u,(41"A)UP Mr �yPE D t phut -3-3o3v r T�I &�ON►e 1�Ey�'� �tit�3� S�rPPI res .2c0v o i I CONGi2676 a Rev.5/30/03 ATTACHMENT 1A i 1PORT WORTH Page 4 of 4 07-11-07 P03 :26 I "! otal Dollar Amount of MIWBE Subcontractors/Suppliers $ "otal Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ qo1�, � TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval f 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 :ontract and may result in.-debarment in accord with.the procedures outlined in the ordinance. The contractor hall 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. Authorized Signature Printed Signature — Title 0 Contact NameMtle(if different) q 0 4=)(04=>Z7_ 'q-1- Zoe'l — Company Name Telephone and/or Fax T tb n Address E-mail Address — ��� 1�� 1X, City'sUde/zip Rev.5/30/03 }�tacah ff''7 t��'r. t.t'R3,.ti I3�titi`i,lG,+,tifa.*r4� ti4t'. YCiIj:ofFor"t,YYO1Lh���"'Itt7�.J.t kl� a,F�'.J j? } t t.-•L�,�`F.4r� , f�..;Y it' ,r , HIry{�wa Flea {Construction?Y< <, Yt[iW i ♦ P , f r i u �57 g� Y Iy �i' hj 5 5 t xi; ��. }4^`Yi�.t'klf3-_ t ! � a gut ..', k'� tir,-f,' ,� ....� ,il �. 4•t 1�{ �rtIa EP -}'.,r.v.,{jir iF( r't. t-jr � SI Classifications Hrly Rts Classifications Hrly Rts Air Tool Operator $10.06 Scraper Operator $11.42 Asphalt Raker $11.01 Servicer $12.32 Asphalt Shoveler $8.80 Slip Form Machine Operator $12.33 Asphalt Distributor Operator $13.99 Spreader Box Operator $10.92 Asphalt Paving Machine Operator $12.78 Tractor operator,Crawler Type $12.60 r Batching Plant Weigher $14.15 Tractor operator, Pneumatic $12.91 Broom or Sweeper Operator $9.88 Traveling Mixer Operator $12.03 Bulldozer operator $13.22 Truck Driver-Single Axle(Light) $10.91 ` Carpenter(Rough) $12.80 Truck Driver-Single Axle(Heavy) $11.47 Concrete Finisher-Paving $12.85 Truck Driver-Tandem Axle Semi-Trailer $11.75 Concrete Finisher-Structures $13.27 Truck Driver-Lowboy/Float $14.93 Concrete Paving Curbing Mach.Oper. $12.00 Truck Driver-Transit Mix $12.08 Concrete Paving Finishing Mach.Oper. $13.63 Wagon Drill,Boring Machine, Post Hole Driller $14.00 Concrete Paving Joint Sealer Oper. $12.50 Welder $13.57 Concrete Paving Saw Oper. $13.56 Work Zone Barricade Servicer $10.09 Concrete Paving Spreader Oper. $14.50 .. Concrete Rubber $10.61 Crane,Clamshell,Backhoe,Derrick,Dragline,Shovel $14.12 Electrician $18.12 �. Flagger $8.43 Form Builder-Structures $11.63 Form Setter-Paving&Curbs $11.83 Foundation Drill Operator,Crawler Mounted $13.67 Foundation Drill Operator,Truck Mounted $16.30 Front End Loader $12.62 Laborer-Common $9.18 Laborer-Utility $10.65 Mechanic $16.97 Milling Machine Operator,Fine Grade $11.83 Mixer Operator $11.58 Motor Grader Operator(Fine Grade) $15.20 Motor Grader Operator, Rough Oiler $14.50 Painter,Structures $13.17 Pavement Marking Machine Oper. $10.04 Pipe Layer $11.04 Roller,Steel Wheel Plant-Mix Pavements $11.28 .. Roller,Steel Wheel Other Flatwheei or Tamping $10.92 Roller,Pneumatic,Self-Propelled Scraper $11.07 Reinforcing Steel Setter(Paving) $14.86 Reinforcing Steel Setter(Structure) $16.29 AL .� WEATHER TABLE AVERAGE DAYS INCHES SNOW/ICE MONTH RAINFALL(1) RAINFALL(2) PELLETS(3) J ARY 7 1.80 1 ,. FEBRUARY 7 2.36 MARCH 7 2.54 APRIL 9 4.30 0 MAY 8 4.47 0 JUNE 6 3.05 0 JULY 5 1.84 0 AUGUST 5 2.26 0 SEPTEMBER 7 3.15 0 OCTOBER 6 2.68 0 NOVEMBER 6 2.03 0 DECtMBER 7 1.82 ANNUALLY 80 32.30 1 (1) Average normal number of days rainfall,0.01" or more. (2) Average normal precipitation. (3) One inch(I")or more. * Less than one-half inch(1/2"). Unseasonable weather is defined for contract purposes as rain/snow days which exceed the average number of days or inches of rainfall in any given month. This table is based on information recorded at the former Greater Southwest International Airport,Fort Worth,Texas,covering a period of 18 years. Latitude 32°50'N,Longitude 97°03'W,elevation(ground) 537 ft. VENDOR COMPLIANCE TO STATE LAW Section 2252.002, Texas Government Code,provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas)bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be:required to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate office is in the State of Texas. y Please Check or mark with an "X" BIDDER: /�T v B �//JW. —Companyy: (please print) Signature: / .. (please print) Title: (please ' t) City/ State Zip THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VENDOR CON PLIANCE TO STATE LAW w r TO THE EMPLOYER/CONTRACTOR: Pursuant to Texas Worker's Compensation Commission Rule 110.110(d)(7), a contractor engaged in a building or construction project for a government entity is required to post a notice on each project site informing all persons providing services on the project that they are required to be covered by workers' compensation insurance. The notice required by this rule does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Commission rules. This notice must: (1) be posted in English, Spanish and any other language common to the. employer's employee population; (2) be displayed on each project site; (3) state how a person may verify current coverage and report failure to provide coverage; (4) be printed with a title in at least 30-point bold type and text in at least 19-point normal type; and (5) contain the exact words as prescribed in Rule 110.11 0(d)(7) without additional words or changes. The notice on the reverse side meets the above requirements. Failure to post the notice as required by this rule is a violation of the Act and commission rules. The violator may be subject to administrative penalties. 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. k f COBERTURA REQUERIDA DE COMPENSACION PARR TRABAJADORES La ley requiere que cads persona trabajando en este sitio o proporciona servicios relacionados con este proyecto de construccion tiene que estar cubierto por aseguranza de compensacion para trabajadores. Esto incluye personas que proporcionan, cargan, entregan equipo o materiales o proporcionan mano de obrra, transportan, o cualquier servicio relacionado con este proyecto, sin considerar la identidad del patron o estado del empleado. Llame a la Comision Tejana de Compensacion para Trabajadores a1512- 440-3789 para recibir informacion de los requerimientos legales de cobertura, para verificar si su patron le ha proporcionado la cobertura requerida o para reportar falta del patron en proporcionarle cobertura. o PROJECT DESIGNATION SIGN 4' " e PMS.26B 1 �/ 4 41°_ FORT W01 - a Ta 62p PMS-167 311 30 Project Title 1 T ZND LINE . � IF NECESSARY J 3 u Contractor: > 9 2PLContractor's Name� 2 21 '�1 ] FUNDED BY 4t lu 1 T 2004 CAPITAL IMPROVEMENT PROGRAM 21- 4 1P= Scheduled Completion Date 1 ,2/1 i1 Year 1" • FONTS: FORT WORTH LOGO IN CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS: FORT WORTH-PMS 288 LONGHORN LOGO-PMS 167 LETTERING-PMS 288 BACKGROUND-WHITE PROJECT DESIGNATION SIGN BORDER-BLUE (Community Development Block Grant projects only) CITY OF FORT WORTH-CONSTRUCTION" STANDARD DRAWING NO. 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 Far Northside Park PROJECT NO. C200/541600/8073700043680 DOE NO. 5658 Unit II: Paving Construction for Marine Park PROJECT NO. C200/541600/8073700043680 DOE NO. 5657 These plans and specifications were prepared by the Parks and Community Services Department. The Department of Engineering will administer the contract and furnish inspection. In addition to project performance stated above,the Contractor shall also be responsible for: 1. Setting all project layout dimensions and final finish grade elevations in accordance to plans. All such survey work shall be performed by a Registered Surveyor in the State of Texas and verification provided to the City that such survey work complies to plans and specifications. 2. Attend all project progress meetings as scheduled by the City and provide updated project schedules within 3 calendar days upon request by the City. The applicable items contained in the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth,Texas, shall apply to this contract just as though each were incorporated in these documents. Where the provisions or specifications contained in those documents are contrary to this publication, this publication shall govern. In case of conflict between plans and specifications, the plans shall govern. A copy of the Standard Specifications for Street and Storm Drain Construction can be purchased at the office of the Transportation and Public Works Department, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth,Texas. i The Contractor shall provide all permits and licenses and pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. The Contractor shall contact the City of Fort Worth's Development-Plans Exam Section for a determination of applicable permits or variances required for this project. GENERAL REQUIREMENTS - 1 - SECTION 01135-CONTRACT TIME 1.01 PROGRESS AND COMPLETION Upon receipt of a notification letter and the executed construction contract, the Contractor shall be responsible for scheduling a preconstruction conference,which shall be held no later than ten working days from the date of the notification letter. At the time of the preconstruction conference, a construction start date shall be established and indicated in the Notice to Proceed (Work Order) issued by the Engineering Department. The Contractor shall begin the work to be performed under the contract on or before ten working days from the date the Work Order is issued. The Contractor shall carry the work forward expeditiously with adequate forces and shall _ complete it within the period of time stipulated in the contract. 1.02 LIQUIDATED DAMAGES This project shall be completed within the specified days allowed. If project construction exceeds the allotted contract time, liquidated damages will be assessed as stipulated in the City of Fort Worth Standard Specification for Street and Storm Drain Construction. In the event of a dispute regarding either final quantities or liquidated damages,the parties shall attempt to resolve the differences within 30 calendar days. SECTION 01140 -ALTERNATIVES The City reserves the right to abandon,without obligation to the contractor, any part of the project(subject to conditions set forth in Section 01150-Payment to Contractor)or the entire project at any time before the Contractor begins any construction work authorized by the City. SECTION 01150-PAYMENT TO CONTRACTOR,PROJECT ACCEPTANCE & WARRANTY 1.01 SCOPE OF PAYMENT: The Contractor shall accept the compensation as provided in the contract in full payment for furnishing and paying for all materials, supplies, ` subcontracts, labor,tools and equipment necessary to complete the work of the contract; for any loss or damage which may arise from the nature of the work from the action of the elements, or from any unforeseen difficulty which may be encountered in the prosecution of the work,until the final acceptance of the work by the City;for all risks of every description connected with the prosecution of the work; for all expenses and damages which might accrue to the Contractor by reason of delay in the initiation and prosecution of the work from any cause whatsoever; for any infringement of patent, trademark or copyright, and for completing the work according to the plans and/or specifications. The payment of any current or partial estimate shall in no way affect the - obligations of the Contractor to repair or remove, at his own expense,the defective parts of the construction or to replace any defective materials used in the construction, GENERAL REQUIREMENTS -2- .. 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 5th 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 seer out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part:thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate,payment shall be based upon 85%of the net invoice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. 1.03 It is understood that the partial pay estimate amounts will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Payment of any partial pay estimates shall not be an admission on the part of the Owner of the amount of work done or of its quality or sufficiency or as an acceptance of the work done; nor shall same release the Contractor of any of its responsibilities under the Contract Documents. 1.04 The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this Contract. 1.05 Retainage - For contracts of less than $400,000 at the time of execution, retainage shall be 10 percent. For contracts of$400,000 or more at the time of execution, retainage shall be 5 percent. The Contractor will receive full payment for work, less retainage, from the City, on each partial payment period. Payment of the retainage will be included with the final payment after acceptance of the project being complete. 1.06 Contractor shall pay subcontractors in accord with the subcontract agreement within five business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payment to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. 1.07 Contractor hereby assigns to City any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 U.S.C.A. Sec. 1 et sec (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 GENERAL REQUIREMENTS -3- 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 of 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 T City Engineer and approved by the City Council before said extra work is commenced, subject to all other conditions of the contract. C. Method"C". By actual field cost of the work,plus 15 percent as described herein below, agreed upon in writing by the Contractor and City Engineer and approved by the City Council after said extra work is completed, subject to all other conditions of the contract. In the event extra work is to be performed and paid for under Method "C",the actual field costs of the work will include the cost of all workmen, foremen, timekeepers, mechanics and laborers working on said project; all used on such extra work only, plus all power, fuel, lubricants,water and similar operating expenses; and a ratable proportion of premiums on performance and payment bonds, public liability, workmen's compensation and all other insurance required by law or ordinance. The City Engineer will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used,but such extra work will be performed by the Contractor as an independent contractor and not as an agent or employee of the City. ' The 15 percent of the actual field cost to be paid the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense, GENERAL REQUIREMENTS -4- 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. 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 GENERAL REQUIREMENTS -5- 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. L- SECTION 01400-QUALITY CONTROL The Contractor will receive all instructions and approvals from the Director of Engineering and/or his assigned inspectors. The inspector will be introduced to the contractor prior to beginning work. Any work done at the direction of any other authority will not be accepted or paid for. Final approval for the finished project shall be given by the Director of Engineering, City of Fort Worth. The Contractor or a competent and reliable superintendent shall oversee the work at all times. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. - SECTION 01410 -TESTING All tests made by the testing laboratory selected by the City will be paid for by the City. In the event manufacturing certificates are requested,they shall be paid for by the Contractor. SECTION 01500 -TEMPORARY FACILITIES AND CONTROLS The Contractor shall take all precautions necessary to protect all existing trees, shrubbery, '- sidewalks,buildings,vehicles,utilities, etc., in the area where the work is being done. The Contractor shall rebuild, restore, and make good at his own expense all injury and damage to same which may result from work being carried out under this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the Owner to be accurate as to location and depth;they are shown on the plans as the best information available from the owners of the utilities involved and from evidences found on the ground. The Contractor shall determine the exact location of all existing utilities and conduct his work to prevent interruption of service or damages. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES GENERAL REQUIREMENTS -6- r� 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: Carlos Gonzalez,Project Manager(817)871-5734 Parks and Community Services Department 4200 S. Freeway Suite 2200 Fort Worth,Texas 76115-1499 1.02 PRODUCTS LIST A. Within five(5)Workilig 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. 13. Tabulate list by each specification section. C. For products specified under reference standards, include with listing of each product: 1. Name and address of manufacturer 2. Trade name 3. Model or catalog designation 4. Manufacturer's data a. Performance and test data b. Reference standards GENERAL REQUIREMENTS -7- rt D. Specified material shall not be ordered by the Contractor until such time product material submittals have been received, reviewed and approved by the project consultant and/or City. 1.03 CONTRACTOR'S OPTIONS 4 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 onlv(bidders submitting Bid Proposals for the construction of all work) for substitutions which are received at least fifteen(15) Working Days prior to bid date, exclusive of the bid opening date;requests received after that time will not be considered. B. Within thirty(30)calendar days after date of Contract execution,the Project Manager will consider formal requests from Contractor for substitution of products in place of those specified. C. Submit two (2) copies of request for substitution. Include in request: 1. Complete data substantiating compliance of proposed substitution with Contract Documents. 2. For products: a. Product identification, including manufacturer's name and address. ` b. Manufacturer's literature: (1) Product description _ (2) Performance and test data (3) Reference standards c. Samples, if required. d. Name and address of similar projects on which product was used, and date of installation. D. In making request for substitution,the Prime Bidder/Contractor represents: _ 1. That the Prime Bidder/Contractor has personally investigated proposed product or method, and determined that it is equal or superior in all respects to that specified. GENERAL REQUIREMENTS -8- r, .. 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. �. Substitutions will not be considered if: 1. They are indicated or implied on shop drawings or project data submittals without formal request submitted in accord with Paragraph 1.04. 2. Acceptance will require substantial revision of Contract Documents. 3. Substitution requests submitted with less than fifteen(15)Working Days prior to bid opening date, exclusive of the bid opening date or after thirty(30) calendar days from the date of the executed contract. F. Should the Contractor install any material and/or equipment which is non- specified, failed to submit the appropriate submittals for review and did not receive approval from the City prior to installation,all such material and/or equipment shall be removed by the Contractor and install specified equipment and or material at no additional expense to the City. SECTION 01700 -PROJECT CLOSEOUT 1.01 CLEAN-UP The Contractor shall mare final clean-up of the construction area,to the satisfaction of the Parks and Community Services Department, as soon as construction in that area is completed. Clean-up shall include removal of all construction materials,pieces of concrete, equipment and/or other rubbish. No more than five(5)days shall elapse after the completion of construction before the area is cleaned. Surplus materials shall be disposed of by the Contractor, at this own expense, and as directed by the Parks and Community Services Department. Cleaning of equipment by Contractor or Subcontractor, such equipment as cement mixers, ready-mix trucks,tools, etc., shall take place in an area designated by the Parks and Community Services Department. SECTION 01800 -CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense,the Owner, its officers, servants and employees,from and against any and all claims or suits for property loss,property damage, 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 GENERAL REQUIREMENTS -9- in part, by the negligence or alleged negligence of Owner,its officers,servants or _. employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers,servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not-any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers,servants or employees. In the event Owner receives a written claim for damages against the Contractor or its. subcontractors prior to final payment,final payment shall not be made until Contractor either(a) - submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b)provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. - The Director may, if he deems 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 OLATED WORK SPECIFIED ELSEWHERE: A. Section 02.300 -Earthwork B. Existing Conditions,Removal and Demolition Items. PART 2--PRODUCTS 2.01 No products are required to execute this work, except as the Contractor may deem necessary. 'PART 3 EXECUTION 3.01 CLEARING AND GRUBBING: A. Clearing and grubbing shall consist of removing all natural and artificial objectionable materials from the project site or from limited areas of construction specified within the site. B. In general, clearing and grubbing shall be performed in advance of grading and earthwork operations and shall be performed over.the entire area of earthwork operations. C. Unless otherwise specified on the plans, all trees and shrubs of three inch (3")caliper or less (caliper is the diameter as measured twelve inches(12") above the ground)and all scrub growth, such as cactus, yucca, vines, and shrub thickets, shall be cleared. All dead trees, logs, stumps, rubbish of any nature, and other surface debris shall also be cleared. D. Buried material such as logs, stumps, roots of downed trees that are greater than one and one half inches(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. ..a E. Ground cover consisting of weeds, grass, and other herbaceous vegetation shall be removed prior to stripping and stockpiling topsoil from areas of earthwork operations. Such removal shall be accomplished by "blading" off the uppermost layers of sod or root-matted soil for removal. SITE PREPARATION •+ 02200 - 1- 3.02 PAVEMENT REMOVAL: A. Bituminous and concrete pavements shall be removed to neatly sawed edges. Saw cuts Y shall be full depth. If a saw cut in concrete pavement falls within three feet(Y)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 Y the property of the Contractor for subsequent disposal. 3.05 USE OF EXPLOSIVES:The use of explosives will not be permitted in site preparation y 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 SITE PREPARATION 02200 •- -2- SECTION 02300 -EARTHWORK PART 1 --GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor,materials, equipment, and services required to construct, shape;and finish earthwork to the required lines,grades, and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 - Site Preparation. B. Grading Plan: Refer to plan sheets. 1.03 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work. The total cost will be included in the Bid Proposal. Payment will be 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 it is to be excavated. 2.02 UNCLASSIFIED FILL A. Unclassified fill shall consist of all fill within the limits of the work. All suitable native materials removed in unclassified excavation,or similar imported materials,shall be used insofar as practicable as unclassified fill. Properly deposited, conditioned, and compacted fill is hereinafter referred to as "earth embankment." B. Rock: Minor quantities of rock not greater than four inches in greatest dimension are permissible in fill materials used to construct earth embankment. Minor quantities of rock of greater dimensions may be placed in the deeper fills in accordance with the State Department of Highways and Public Transportation requirements for construction of rock embankments,provided such placement of rock is not immediately adjacent to structures or piers. Also,rock may be placed in the portions of embankments outside the limits of the completed graded width where the size of the rock prohibits their incorporation in the normal embankment layers. 2.03 TOPSOIL On-Site Topsoil: Topsoil shall consist of an average depth of six inches (6")of native surface soil left in place after the ground cover of herbaceous vegetation and other objectionable matter has been cleared by "blading," as specified in Section 02200, "Site Preparation." Topsoil may be greater or less, than the upper six inches (6")in depth. 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 r 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 TO SOIL 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 F' 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: l. Surplus excavation is that quantity of material that may be left over after the grading plan is executed, and all earthwork operations, including excavation, embankment construction,topsoil replacement, and final grading, are completed. Any other surplus material shall be disposed of as "waste" as specified in Section 02200. All such cost for removal shall be considered as incorporated into Earthwork costs C. Excavation in Rock: The use of explosives will not be permitted. Unless otherwise indicated on the plans, excavation in solid rock shall extend six inches(6") below required subgrade elevation for the entire width of the area under construction and shall be backfilled with suitable materials as indicated on the plans. 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 (0)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 y 02300 -5. D698 with the moisture content at minus two percent(2%)to plus four percent(4%) of optimum moisture content. 3.06 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all embankments that are to function as subgrade for structures, areas of pavement, or for select embankment. After completion of the embankment,the Contractor shall prevent excessive loss of moisture in the embankment by sprinkling as required. Loss of moisture in excess of two percent(2%) below optimum in the top twelve inches (12") of the fill will require that the top _ twelve inches (12") of the embankment be scarified,wetted, and recompacted prior to placement of the structure, select fill or pavement. If desired,the Contractor may place an asphalt membrane of emulsified or cutback asphalt over the completed embankment and thus eliminate the sprinkling requirement. 3.08 TOPSOIL REPLACEMENT: Topsoil shall be carefully placed to avoid any displacement or damage to the subgrade. If any of the subgrade is rutted,damaged or displaced it shall be restored prior to placing topsoil. Topsoil shall be replaced as specified herein per Item 3.02. END OF SECTION EARTHWORK 02300 - -6- SECTION 02840 -TURF SODDING PART1 -GENERAL 1.01 DESCRIPTION A. Work IncludV: This work includes all labor, materials and equipment for soil preparation, fertilization, planting and other requirements regarding turfgrass sodding shown on the plans. B. Related Work Specified Elsewhere: Section 02300, Earthwork. 1.02 REFERENCE STANDARDS A. For exotic plant materials: American Joint Committee of Horticultural Nomenclature, Second Edition, 1942. B. 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 1.03 SUBMITTALS Samples, certificates and specifications of sod,fertilizer, compost, soil amendments or other materials may be requested by the Project Manager. All delivery receipts and copies of invoices for materials used for this work shall be subject to verification by the Project Manager. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Sod: Harvesting and planting operations shall be coordinated with not more than forty eight hours elapsing between the harvesting and planting. B. Fertilizer 1. Unopened bags labeled with the analysis. 2. Conform to Texas Fertilizer Law. 1.05 QUALITY CONTROL The contractor who plants the sod is responsible for supervision of his crew, while planting the sod and maintaining the sod until the project is accepted by the City. SECTION 02840-TURF SODDING - 1 - PART 2—PRODUCTS 2.01 SOD A. The sod shall be "Common Bermuda" and shall consist of stolons, leaf blades,rhizomes and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than one inch. Sod shall be alive, healthy and vigorous and shall be free of insects, disease, stones and undesirable foreign materials and grasses. Sod shall have been produced on growing beds of clay or clay-loam topsoil. The sod shall not be harvested or planted when its moisture condition is so excessively wet or dry that its survival will be affected. If sod is stacked, it shall be kept moist and shall be stacked roots-to-roots and grass-to-grass. B. The sod shall be cut in strips four feet wide, or as called for on plan,to be laid parallel with the contours. 2.02 FERTILIZER A. All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis. B. All fertilizer shall be in acceptable condition for distribution and shall be applied uniformly over the planted area two weeks after sodding. C. All fertilizer shall have an analysis of 3-1-2 or as designated on the plans. The fertilizer rate shall be 45 pounds of nitrogen per acre. 2.03 WATER The water shall be furnished by the Contractor and shall be clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. The amount of water will vary according to the weather variables. Generally,the sod should be soaked one time per day for three weeks or until established. Soaking is mandatory after spreading the fertilizer. 2.04 COMPOST All compost material is to be totally organic and decomposed for at lease nine months. All compost is to be clean and free of fungus, disease, live plants, seed, excessive cotton lint and any harmful chemicals. "New Life Soil Conditioner" or "Perma Green Compost", as specified below or an approved equal, shall be used. Raw organics are not acceptable. A. For soil with an alkaline pH condition: Use "New Life Acid Gro" (acid pH) soil conditioner as produced by Soil Building Systems of Dallas, or an approved equal. B. For soil with an acidic pH condition: Use "Perma Green Compost" by Texas Earth Resources, Inc. of Dallas, or "New Life Natural Grower" (ph 8.0 to 9.0)by Soil Building Systems, Inc., of Dallas. _ C. Sample and Specification Submittal: Submit a producer's specification and a quart sample of the compost proposed for the Project Manager's approval. SECTION 02840-TURF SODDING -2- PART 3 -EXECUTION 3.01 GENERAL All turfing operations are to be executed across the slope, parallel to finished grade contours. 3.02 SOIL PREPARATION A. Scarify subgrade to a depth of three inches (3") before depositing the required topsoil. B. Tillage shall be accomplished to loosen the topsoil, destroy existing vegetation and prepare an acceptable sod bed. All areas shall be tilled with a heavy duty disc or a chisel-type breaking plow, chisels set not more than ten inches apart. Initial tillage shall be done in a crossing pattern for double coverage, then followed by a disc harrow. Depth of tillage shall be five inches. A heavy duty rototiller may be used for areas to be planted with sod. C. Cleaning: Soil shall be further prepared by the removal of debris,building materials, rubbish, weeds and stones larger than one inch in diameter. D Fine Grading: After tillage and cleaning, all areas to be planted shall be topdressed with one-half inch compost and then shall be leveled, fine graded, and drug with a weighted spike harrow or float drag. The required result shall be the elimination of ruts, depressions:, humps and objectionable soil clods. This shall be the final soil preparation step to be completed before planting. 3.03 PLANTING Prior to laying the sod,the planting bed shall be raked smooth to true grade and moistened to a depth of four inches, but not to the extent causing puddling. The sod shall be laid smoothly, tightly butted edge to edge, and with staggered joints. The sod shall be pressed firmly into the sod bed by mechanical roller so as to eliminate all air pockets, provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Following compaction, compost shall be used to fill all cracks between sods. Excess compost shall be worked into the grass with suitable equipment and shall be well watered. The quantity of compost shall be such that,it will cause no smothering or burning of the grass. 3.04 FERTILIZING Twenty-one days after planting,turfgrass areas shall receive an application of 3-1-2 fertilizer at the rate of 45 pounds of nitrogen per acre. Water well after application to prevent burning as per requirements indicated in Part 2—2.03 Water END OF SECTION SECTION 02840-TURF SODDING -3- SECTION 02930 - SEEDING PART 1 - 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". 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. y 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 n 1. Unopened bags labeled with the analysis 2. Conform to Texas fertilizer law 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 3. Until seeding is complete and accepted Y 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 RiLfi-u 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 mulliflorutn* 82% 80% 40 Bermuda(unhulled) Cynodon daclylvn 84% 85% SECTION 02930-SEEDING -2- 2 Native grass seed -The seed shall be planted between February 1 and October 1 and shall consist of: Lbs. PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestein* 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. TempoMa 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. 6. Material shall form a strong moisture retaining mat. _ C. Fertilizer 1. All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis. 2. All fertilizer shall be in acceptable condition for distribution and shall be applied uniformly over the planted area. 3. Analysis of 16-20-0, 16-8-8, or as designated on the plans. Fertilizer rate: a. No fertilizer is required for wildflower seeding. b. Where applying fertilizer on newly established seeding areas - 100 pounds of Nitrogen per acre. C. Where applying fertilizer on established seeding areas- 150 pounds of Nitrogen per acre. - D. Water: Shall be furnished by the Contractor 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 Setd 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(30) 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 -GENERAL - 1.01 SCOPE OF WORK A. Concrete Sidewalk B. Concrete Handicap Ramps C. Picnic Table Slabs 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-150 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 - 1 - 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. CAST-IN-PLACE CONCRETE 03300 -2- 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 r 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 w 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 .1 A. Placing Concrete I. Where tremies are used, or where the free drop is 5'-0" 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 l. 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- SECTION 07920 - CAULKING AND SEALANTS PART I - GENERAL 1.01 DEFINITIONS: A. The terra "sealant" or"sealing" shall refer to exterior joints exposed to weather or interior joints exposed to moisture. When "sealant" is used in an outside joint in aluminum or steel frames, "sealant" shall be required on the inside joint also. B. The term "caulk" or'caulking'(calking) shall refer to interior joints not normally exposed to weather or moisture conditions. 1.02 SUBMITTAL: A. Submit to Owner's representative manufacturer's literature, specification data, and. color chart for all materials proposed for this project. B. Identify their use and location. 1.03 GUARANTEE: The Contractor shall provide the Inspector 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. PART 2-PRODUCTS 2.01 SEALANTS: As manufactured by Pecora or approved equal. �,. Concrete-to-Concrete(Horizontal Joint):NR 201 with primer. B. Masonry-to-Masonry or Concrete-to-Concrete (Vertical): Dynatrol H 2.02 PRIMERS: Type as manufactured by manufacturer of sealing or caulking material and completely compatible with compound. 2.03 JOINT BACKING: Rods or tape in sizes and types as recommended by manufacturer of sealing or caulking material, and completely compatible with compound. CAULKING AND SEALANTS 07920 - 1 - PART 3 -EXECUTION 3.01 GENERAL: A. Work shall be performed by experienced mechanics skilled in execution of type of work required and in application of specified materials. B. Deliver materials to job site in original containers with manufacturer's name and brand clearly marked thereon. C. When perimeter joints around frames that are to be caulked do not have built-in stops or other means to prevent depth of compound from exceeding 1/2 inch, pack joint with back-up materials of correct type and to the depth as necessary to provide minimum 3/8" and maximum 1/2" depth of compound. D. Materials and methods shall be as specified herein, unless they are contrary to approved manufacturer's directions or to approved trade practice; or unless Contractor believes they will not produce a watertight job which he will guarantee as required. Where any part of these conditions occur, Contractor shall notify Architect in writing. Deviation from procedure specified will be permitted only upon Architect's approval and providing that work is guaranteed .� by Contractor as specified. E. If,prior to beginning work, Contractor does not notify Architect in writing of any proposed changes, it will be assumed that he agrees that materials and methods specified will produce results desired, and that he will furnish required guarantee. 3.02 PREPARATORY WORK: A. Where weather molds, staff beads, etc., do not form integral part of frames to be caulked, but are removable, remove same prior to caulking, execute caulking, replace molds, etc., and point. B. Clean all joints, etc., that are to be caulked or sealed,prior to executing work. 3.03 PRIMING: When conditions of joints so require, or when types of materials used adjacent to joints so require, or when compound manufacturer's recommendations so require, clean and prime joints before starting caulking. Execute priming operations in strict accordance with manufacturer's directions. 3.04 JOINT BACKING: Joint backing shall be installed in all joints to receive sealants. Backing shall be sized to require 20%to 50% compression upon insertion, and shall be CAULKING AND SEALANTS 07920 -2- placed so that sealant depth is approximately 1/2 joint width. In joints not of sufficient depth to allow backing, install bond breaking tape at back of joint. 3.05 APPLICATION: Apply sealant and caulking material under pressure to fill joint completely, allowing no air pockets or voids. Tool the joint surface to compress the compound into the joint. 3.06 THRESHOLDS: Place all exterior door thresholds in a fill bed of sealant during setting procedures. 3.07 CLEANING: Clean adjacent surfaces free of caulking and sealant and clean all work of other trades that has in any way been soiled by these operations. Finished work shall be left in a neat and clean condition. END OF SECTION 0 CAULKING AND SEALANTS 07920 -3- OCT. -03' 01(MON) 09: 17 SCARBROUGH, MEDLIN & ASSOC. , [NC. TEL:2144233350 P. 002 ACORA CERTIFICATE of LIABILITY INSURANCE IOA31200.i 7t001110Elt (214)423-3333 FAX (214)423-3350 THIS CERTIFICATE 18 ISSUED AS A MATTER OF INFORMATION Scarbrough Medlin & Associates, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 5700 Granite Pkwy, fi<500 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR TE COVERAGE A OR Y THE POLICIEQ BELOW, Plano, TX 7SO24 .INOURERS AFFORDING COVERAGE NAIC p NBum Advanced Paving Acquisition Lt . INBURERA; EMC Insurance Co antes DBA, Advanced Paving Company INSURERIj_ Texas Mutual Insurance 2257 Joe Field Road INeuaER Q Dallas, TX 75229 INSURER0! INSURER E: THE POLICIES OF INSURANCE LISTED BF1 OW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR POMAYLICIES.AGGREGATE-LIMITS M WN MEAY NAVE BEEN REDUCED BY PAID CLLAIMs SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH ( B 0 TYPE OF INBLIRANGE POWCY NUMI3ER PO GY P V p4 ON LIMITS OINK 00LITY 3P08211 04/26/2007 04/26/2006 ,ACH OCCURRENCE 4 11000,000 X COMMFRC14 GENERAL LOP11LITY DAMAGE TO ENTER I 300,000 CLAIMS MADE rX OCCUR MFD up(Any one pamm 4 5 000 A PFRSONAL A ADV INJURY $ 11000,000 GFNRRAL AOGR90ATE * 2,000,000 GEN'L AGGREGATE LIMIT APPLIF8 PER; PRODUCTS-COMP+OP AGO R 2 1 000 0 POLICY X JECT. LOC AUTOMOR"WARILIY 3E08211 04/26/2007 04/26/2009 C ,N D sINOLF LIMIT ; X ANYAUTO (Ea� nli 11000,000 ALL OWNED AUTOS ROPILY INJURY BC"1=DULEpALITOG IP-r ) 4 A HIRRP AUT08 IIODILY INJURY NON-OWNF.O AUTOS (Per mcode l) 6 X COMP pEp $1000 PROP9FMPAMAGF I X COLL DED $1000 ftrrcao" OARAOE UAINLITY AUTO ONLY-EA ACCIPFNT I ANY AUTO OThIER THAN EA ACC I ALI pNLY. AGO IMCESSNMIIRRLLA WAHILJTY 3308211 64/26/2007 04/26/2008 EACH OCCURRENCE I 11000,00 X OCCUR CLAIMS MADE AGGREGATV B 1 000 00 A I DEDUCTIBLE X RETENTION I 10'00 6 WORKRRB COMPRNBATIQN AND TSF-0001130490 04/26/2007 04/26/2008 X - IMPLOYERS'LIABILITY E-L-EACH ACCIDENT 4 1 000 000 ANY PRROPR RTOWPARTN ECUTNE OFFICERIMWR FXCLU �7 E,L.DISEASE-EA EMPLOYEE $ 11000,000 a - dL PROVI8IOM S WOW I EL.016FA9E-POLICY LIMIT 4 11000,00 MIER a AMR ingPElniprov m nTseat"FarlNorfi11s1gapECoe= flTty ELeentOr 0it P Plne Park. Pra�ect I�[200-602370043680 eneral Liability and Auto Liability contain Blanket Additional Xnsured and Blanket Waiver of ubragation as required by written contract in favor of City of Fart Worth, its officers, emloyees nd servants. Workers Compensation contains Blanket Waiver of Subragation as required by written ontract in favor of City of Fort Worth. BHOUP ANY OF THE ADM PESCP40ED POLICIES DE CAMCML90 WFORN THE EILPEMATION DATE THF990F,THE INBUING INSURER WILL RNOSAVOR TO MAIL '8—DAYS WRITTEN NOTICE To THR CI ITIFICATE HOLDER NAMED TO THE LEFT, City of Fort Worth BUT PAA.URE TO MAI! SUCH NOTICE BHA"IMPOSE NO OPLIOATION OR UAWLITY 1000 Th rockmorton St OP ANY KIND UPON THE INSURER,ITS AGENTS OR RF.PRSSENTA nV,e. Fort Worth, TX 76102 AUTNORial)RF+PR£6ENTATIVI! - - Rod Mladl i n tMH 26(2ool/DB) FAX'- (972)247-2011 MACORO CORPORATION 1066 OCT. -03' 07 (MON) 09: 17 SCARBROUGH, MEDLIN & ASSOC. , INC. TEL:2144233350 P. 003 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the pollcy(les)must be endorsed.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsernent(s). If SUOROGATION IS WAIVFP,s0jaml- 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 holder In lieu of such endorsement(s). DISCLAIMER 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 overage afforded by the policies listed thereon. ACCRD 26(2001100) � + e r CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: .a NAME OF PROJECT: Parking Improvements at Far Northside Community Center and Marine Park PROJECT NUMBER: C200-802370043680 IS-TO CRTIFY THAT: .Advanced Paving Acquisition,Ltd. is-,at the date of this certificate,Insured by this Company with respect to the business operations hereinafter described,_for the type of insurance and accordance with provisions of the standard policies used by this Company,and further hereinafter described_ Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance(Public Ea.Occurrence: $ Liability) Property Damage: Ea.Occurrence: $ Blasting Ea.Occurrence: $ Collapse of Building or structures adjacent to Ea.Occurrence: $ excavations Damage to Underground ._ Utilities Ea.Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea.Person: $ Ea.Occurrence:$ Property Damage: Ea.Occurrence:$ Bodily Injury: Contractual Liability Ea.Occurrence: $ Property Damage: Ea.Occurrence: $ -Other Locations covered: w 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 worker's compensation insurance policy. Agency Insurance Co.: Fort Worth Agent By Address Title ■. ■. CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW No Pursuant to V.T.C.r,Labor Code Section 406.096(2000),as amended,Contractor certifies that it provides workers'compensation insurance coverage for all its employees-employed on city of Fort Worth Department of Engineering No. 5658/5657 and City of Fort Worth Project Number C200-802370043680 Advanced P /nec u. - n Ltd. CONTRAC By: Title -f, '©-7 Date ESTATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority,on this day personally appeared 6*/R.- L known to me be the person whose name is subscribed to the foregoing instrument,and acknowledged to me that he executed the same as the act and deed of Advanced Pavine Acouisition,Ltd,the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE;thi of Notary Oublic,in for the State of Texas E BECKY SEAIE ry Public,State of Texas y Commission ExpiresOctober 11,2008 BIDDER'S STATEMENT OF QUALIFICATIONS Firm Name: Date Organized: ❑ PARTNERSHIP ❑ CORPORATION Address: City: State: Zip: Telephone Number: Fax Number: Number of years in business under present name: Former name(s)of organization: CLASSIFICATION: ❑ General ❑ Building ❑ Electrical ❑ Plumbing ❑ HVAC ❑ Utilities ❑ Earthwork ❑ Paving ❑ Other LIST A MINIMUM OF THREE SIMILAR COMPLETED PROJECTS WITHIN LAST THREE YEARS PROJECT NAME AND LOCATION NAME/TELEPHONE NUMBER OF OWNER NAME/TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION PROJECT NAME AND LOCATION NAME/TELEPHONE NUMBER OF OWNER NAME/TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE BIDDER'S STATEMENT OF QUALIFICATIONS - 1 - SCOPE OF WORK DESCRIPTION PROJECT NAME AND LOCATION NAME/TELEPHONE NUMBER OF OWNER NAME/TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCWTION PROJECT NAME AND LOCATION _ NAME/TELEPHONE NUMBER OF OWNER NAME/TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION PROJECT NAME AND LOCATION NAME/TELEPHONE NUMBER OF OWNER NAME/TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION BIDDER'S STATEMENT OF QUALIFICATIONS -2- 2. LIST CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERIENCE: 3. LIST ALL LABOR SUBCONTRACTORS (attach additional pages as needed) SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TRADE PREVIOU PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER A. B. C. BIDDER'S STATEMENT OF QUALIFICATIONS -3. SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER A. B. C. Note 1. Section 8.1 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth will be enforced. 2. The Prime Bidder selected for this project shall submit Letters Of Intent executed between the Prime Bidder and any and all subcontractors to be utilized on this project - within five worldng days of being recognized as the overall qualified low Prime Bidder by the City. Subsequent substitution of sub-contractors must be approved by the City. 3. Prime Bidder shall include financial statement in this submittal. BIDDER'S STATEMENT OF QUALIFICATIONS -4- Bond No. 4363054 PERFORIv1ANCE BOND _ THE STATDOF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we(1)Advanced Paving Acquisition,Ltd,as Principal-herein,and(2) SureTee Insurance Company a corporation organized under the laws of the-.State of(3) Texas , and who is authorized to issue surety bonds in the State of Texas, Surety.'herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties,Texas,Obligee herein,in the sum of: One Hundred Eighty grin!Thousand-Eight Hundred Fight and 27/100.......................... Dollars($189,808.27)for the payment of which sum we bind ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally,fumly by tlrese.present. SEP 18 2007 WHEREAS, Principal has entered into a certain written contract with the Obligee dated the of , 2007 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of: Parking Improvements at tar Northside Community Center and Marinc Park NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work ir 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 Prurcipal'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 W'-IEREOF, the duly authorized representatives of the Principal and the Surety have executed this i,-ustrumenr SEP 18 Z007 SIGNED AND SEALED this_day of ,2007. ATTEST: Advanced Pavi c u' linin Ltd. (Principal)Secretary PRINCIPAL BY: I& • •— Al_ (SEAL) Title: 2257 Joe Field Rd. Dallas,TX 75229 Witness as to Pr' ipal SureTec Insurance Company Surety BY: Name: Don E. Cornell (Attorney-in-fact) Address: 5741 Legacy Drive, Suite 210 ecretary Plano, TX 75024 (SEAL)L�j Telephone Number: 214-989-2445 Witntss s to Sure NOTE (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone numberof surety must be stated. In addition;an original.copy.of Power of Attorney shall be attached to Bond by the Attomey-in-Fact. The date of the bond shall not be prior to date of Contract_ Bond No. 4363054 PAYMENTBOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § � SureTec Insurance Company That we (1) Advanced Paving Acquisition, Ltd:as Principal herein, and (2) a corporation organized and existing under..the laws of the State of(3)Texas , as surety, are held and firmly bouttd unto the City of Fort Worth,.a municipal corporation located in Tarrant and Denton,Counties,Texas,Obligee herein, in the amount of One Hundred Eighty-nine Thousand Eight Hundred Eight and 27/1f00..........................Dollars (S189,8D8.27) for the pwfinent whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by-these presents: SEP 18 Z007 WHEREAS,the Principal has entered.into-a certain written contract with the Obligee dated the day of A.D.,2007,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 followbig,project: Parking Improvements at Far Northside Communitv Center and Marine Park NOW, THEREFORE, TI-IE CONDITION OF "THIS OBLIGATION IS SUCH, that if the said Principal shalt faithfully make payment to each and every claimant(as defined in Chapter 2253, Texas Government Code,as amended)supplying labor or materials in the prosecution of the work under the contract,then this obligation shall be _ void,otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SEP 18 Z007 SIGNED AND SEALED this day of 12007. r r 1, ■ � Ili Advanced-Paying Acq ti Lt . ATTEST: PR]NCIPAL _ BY: (Principal)Secretary Name: L Title: (SE ) 2257 Joe Field Rd. Enatlas,TX 75229 ■ ` f, itness as to P ctpal 19 SureTec Insurance Company SURETY ATTEST: By: Z ■ 0�mm N M k )(n- Name:Don E. Cornell Secretary Attorney in Fact (SEAL, Address: 5741 Legacy Drive, Suite 210 Plano, TX 75024 Witness as to Surety■ Telephone Number: 214-989-2445 NOTE: ■ 1. Correct na_imofPrincipal(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.Attomey-in-:act. The date of bond shall not be prior to date of Contract. ■ Bond No. 4363054 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY Or TARRANT § KNOW ALL MEN BY THESE PRESENTS: SureTec Insurance Company That Advanced Paving Acquisition, Ltd-(Contractor), as principal, and .,.a corporation organized under the laws of the State of Texas, (Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth,a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas the sum of One Hundred Eighty-nine Thousand Eight Hundred Eight and 27/100:.........................Dollars ($189;808.27) 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 herebv bind themselves,thdir heirs,executors,administrators,assigns and successors,.jointly and severally. This obligation is conditioned,however;that, WHEREAS,said Contractor has entered into a written Contract with the City of-Fort Worth,dated the _lay of 07 copy of which is hereto attached and made a part hereof,the performance of the following de ed li rovements: Parking Improvements at'.Far Northside Community Center and Marine Park ■ the same being referred to herein and in said contract as the Work and being designated as project C200- 802370043680and said contract, including all of the specifications,conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof,and, WHEREAS,in said Contract,Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of Two (2)Years after the date r of the final acceptance of the work by the City;and WHEREAS,said Contractor binds itself to maintain sa'.d work in good repair and condition for-said term of Two(2)Years;and, r WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time ■ within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, 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 sliall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract. 0 This obligation shall be 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 one of which shall be deemed an original,this^day of 7 D. 2007. SEP 18 ATTEST: r (SEAS,) Advanced Pavin /CQ-i'itiOAd-. yCo actor By: _ U � Secretary Name.: Title. ATT'}#rST: (SEAL) SureTec Insurance Company Surety BY: � Secretary y Name: Don E. Cornell Title: Attorney-in-Fact i d 5741 Legacy Drive, Suite 210 Plano, TX 75024 Address ■ a ■ r E I i ron 1;. 4221007 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint Lisa M.Bonnot,Robbi Morales,Jerry P.Rose,Don E.Comell,Luke J.Nolan,Jr.,Christine Davis of Dallas, Texas its true and lawful Attorney(s)-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds,recognizances,undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million and nol100 Dollars($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises. Said appointment shall continue in force until June 30,2008 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved,that the President,any Vice-President,any Assistant Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company,to execute,acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved,that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20 of April, 1999.) In Witness Whereof,SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 20th day of June,A.D.2005. yUlW_ URETEC INStXCIC510E COMPANY 4f X q =a By:— a Bill King, re44nt 1z State of Texas ss: Cr. , County of Hams .• On this 20th day of June,A.D. 2005 before me personally came Bill King,to me known,who,being by me duly sworn,did depose and say,that he resides in Houston,Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. Michelle Denny Notmy RA AC ID Shia of TeX=Of cowE0es Michelle Denny,Notary Pub tc i AuguSf 27.2008 My commission expires August 27,2008 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. SEE 18 2007 Given under my hand and the seal of said Company at Houston,Texas this day of ,20 ,A.D. 7 M.Brent Beaty,Assist4Sery i Any instrument issued in excess of the penalty slated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 5:00 pm CST. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099 You may also write to the Surety at: SureTec Insurance Company 9737 Great Hill Trail, Suite 320 Austin, TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin,TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Important Notice Regarding Terrorism Risk Insurance Act of 2002 In accordance with the Terrorism Risk Insurance Act of 2002 (the"Act"), this disclosure notice is provided for surety bonds on which one or more of the following companies is the issuing surety: SureTec Insurance Company, U. S. Specialty Insurance Company, and any other company that is added to SureTec Insurance Company for which surety business is underwritten,by SureTec Insurance Company ("Issuing Sureties"). The premium attributable to any bond coverage for"acts of terrorism" as defined in Section 102(1) of the Act is Zero Dollars ($0.00). The United States will reimburse the Issuing Sureties for ninety percent(90%) of any covered losses from terrorist acts certified under the Act exceeding the applicable surety deductible. r The actual coverage provided by your bond for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, penalties, limits, other provisions of your bond and the underlying contract, any ■ endorsements to the bond and generally applicable rules of law. This Important Notice Regarding Terrorism Insurance Risk Act of 2002 is for informational purposes only and does not create coverage nor become a part or condition of toe attached document. Exclusion of Liability for Mold, Mycotoxins, and Fungi The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergins, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor the remediation thereof, nor the consequences of their occurrence, existence, or appearance. _ STATE OF TEXAS § § KNOWN ALL BY THESE PRESENTS: COUNTY OF TARRANT § This Contract is made and entered into this the 18th day of September, 2007, by and between the City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton, .� Parker, and Wise Counties, Texas, hereinafter referred to as "Owner", by and through Libby Watson, its duly authorized Assistant City Manager, and Advanced Paving Acquistions, Ltd., hereinafter referred to as "Contractor", by and through its duly authorized representative. 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: Parking Improvements at Far Northside Community Center adn Marine Park 2. That the Contract Documents shall consist of the written, printed, typed and drawn instruments which comprise and govern the performance of the work. Said Contract Documents include the notice to bidders, instructions to bidders, proposal, plans, specifications, notice of award, special provisions, general provisions, work order(s), this Contract, and the payment, performance, and maintenance bonds. The Contract Documents shall also include any and all supplemental agreements approved by the Owner which may be necessary to complete the work in accordance with the intent of the plans and specifications in an acceptable manner, and shall also include the additional instruments bound herewith. 3. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Contract Documents prepared through the Parks and Community Services Department of the City of Fort Worth, which the plans and specifications of the Contract Documents are hereto attached and made a part of this Contract the same as if written herein. 4. The Contractor hereby agrees and binds itself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 5. 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 of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 60 Working Days from the time commencing said work. If the Contractor should fail to complete the work as set forth in the Plans, Specifications, and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, a per day charge per Working Day as stipulated in these contract documents, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 6. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications, and Contract Documents, then the Owner shall have the right to _ either demand the Surety to take over the work and complete same in accordance with the Plans, Specifications, and Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall _ exceed the Contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 7. 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 iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers,servants or employees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either(a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b)provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, may refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 8. Owner agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the Contractor hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total Contract amount shall be One Hundred Et -nine `I'housa Eight Hundred- Ei bit and 271100....... .........0.......... . ................... .................:......Dollars,($189,808.27). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by Contractor without the written consent of the Owner. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this Contract is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the parties hereto have made and executed this Contract in multiple originals the day and year first above written, in Fort Worth, Tarrant County, Texas. RECOMMENDED BY: APPROVED BY: Abort t&��� Ks�� A THE T OF ENGINEERING PATZS AND COMM-UNAFY SERVICES DIRECTOR DIRECTOR CITY OF ORT WORTH ATTEST: By: CI MANAGER C Y SECRETARY- Advanced Pavin c uistions td. 37,Q-da�� Contract Auth rizatioR �.. 6NTRA Date By: SEAL pa TITLE •� 2257 Joe Field Rd. Dallas TX 75229 ADDRESS APPR E AS TO F A LEGALITY 1�6I ANT CITY ATTO November 1960 Revised November 1982 Revised May 1986 Revised October 1989 M&C Request Review Page 1 of 2 City of FalrtWolrth Employee Intranet www,cfwnet.org F t WORTH •me I Council Agenda I M&C I Emplo"eDiruWry I ACTodayEmployee - r Online I Departments I Site Map Print M&C COUNCIL ACTION: Approved on 9/18/2007 DATE: 9/18/2007 REFERENCE NO.: **C-22395 LOG NAME: 80FNS&M_P_IMP CODE: C TYPE: CONSENT PUBLIC HEARING: NO SUBJECT: Authorize Execution of a Contract with Advanced Paving Acquisition, Ltd., for Parking Lot Improvements at Far Northside Community Center and Marine Park RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Advanced Paving Acquisition, Ltd., in the amount of$189,808.27 for parking lot improvements at Far Northside Community Center and Marine 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 area parks with $229,500 allocated for Far Northside Community Center and Marine Park. Engineering design and preparation of construction documents for the Far Northside Community Center and Marine Park parking lot improvements was performed by Boydston Designs, Inc., for$24,950. This project was advertised for bid on June 7 and 14, 2007. On July 5, 2007, the following bids were received: BIDDERS BASE BID TOTAL Advanced Paving Acquisition. Ltd. $189,808.27 2L Construction, LLC $217,023.00 Cole Construction, Inc. $250,695.80 It is recommended that the Total Base Bid in the amount of$189,808.27 (Far Northside-$122,064.32, Marine-$67,743.95) as submitted by Advanced Paving Acquisition, Ltd., be approved for the award of contract. Contract time is 60 working days. In addition to the contract cost, associated contingency funding for construction inspection, project management and possible change orders is $14,741.73. Advanced Paving Acquisition, Ltd., is in compliance with the City 's M/WBE Ordinance by committing to 20 percent M/INBE participation. The City's goal on this project is 20 percent. There will be no annual budget impact associated with this project. Construction is anticipated to commence in early October 2007, with completion in late January 2008. Far Northside Community Center and Marine Park are located in COUNCIL DISTRICT 2. FISCAL INFORMATION/CERTIFICATION: http://www.cfwnet.org/council_packet/mc review.asp?ID=8075&councildate=9/18/2007 10/4/2007 M&C Request Review I Page 2 of 2 The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C200 541600 802370043580 $67,743.95 C200 541600 802370043680 $122,064.32 ,___ Submitted for City Manager's Office by: Libby Watson (6183) Originatinig Department Head: Richard Zavala (Director) (5711) Additional Information Contact: Carlos Gonzalez (Project Manager) (5734) ........... ATTACHMENTS I http://www.cfwnet.org/council_packet/mc review.asp?ID=8075&councildate=9/18/2007 10/4/2007