Loading...
HomeMy WebLinkAboutContract 38158 "07 FTWOAJgCITY SECRE TANOR 1 �CONTRACT CITY SECRETARY .. D.O.E. FILE SPECIFICATIONS AND CONTRACTOR`S BONDING CWNTRACT DOCUMENTS • CONSTRUCTIONS COPY FOR CLIEN i it�k6WiIENTS AT THE FORT WORTH NATURE CENTER AND REFUGE PROJECT NAME PROJECT NUMBER D.O.E. NO. ROAD & PARKING C200/541600/801370037280 5575 WALKS AND TRAILS C280/541600/801500037280 5577 IN THE CITY OF FORT WORTH TEXAS MIKE MONCRIEF DALE A. FISSELER MAYOR CITY MANAGER r RICHARD ZAVALA, DIRECTOR PARKS AND COMMUNITY SERVICES PARKS AND COMMUNITY SERVICES DEPARTMENT PLANNING AND RESOURCE MANAGEMENT DIVISION r FUNDING OF PROJECT BY CITY OF FORT WORTH ' • . 2004 CAPITAL IMPROVEMENT PROGRAM AUGUST 2008 r OFFICIAL RECORD - CITY SECT-ETARY 01 -16-09 PO4 00 I N FT WTil,T' 6V City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/16/2008 DATE: Tuesday, December 16, 2008 LOG NAME: 808ONCPARKING REFERENCE NO.: "C-23243 Im SUBJECT: Authorize Construction Contract with Northstar Construction, Inc., in an Amount of $245,502.00 for Parking and Trail Improvements at the Fort Worth Nature Center and Refuge .a RECOMMENDATION: .,, It is recommended that the City Council authorize the City Manager to execute a contract with Northstar Construction, Inc., in an amount of$245,502.00 for parking and trail improvements at the Fort Worth Nature Center and Refuge. DISCUSSION: The 2004 Capital Improvement Bond Program (CIP) Proposition One: Street and Storm Sewer Improvements allocated $153,000.00 for parking improvements at the Fort Worth Nature Center and Refuge. Additionally, the 2004 CIP Proposition Two: Parks, Recreation and Community Services Improvements allocated $280,000.00 for trail and boardwalk replacement at the Fort Worth Nature Center and Refuge. On July 11, 2006, (MSC C-21557) City Council authorized award of contract to Teague Nall and Perkins in the amount of $51,800.00 for the design and preparation of construction documents for these improvements. On May 8, 2007, (M8C C-22108) City Council authorized the rejection of the single bid received due to the bidder's non-oompliance to the City's M/WBE Ordinance. The project was re-advertised on May 10, 2007, and May 17, 2007. On December 11, 2007, (M8C C-22577) City Council rejected the second group of bids received due to insufficient funds for the parking and boardwalk improvements. The project scope was modified to include parking and trail improvements only. The Nature Center staff made repairs to the existing boardwalk with future redevelopment of the boardwalk to occur at such time additional funds become available. The project was re-advertised for bid on August 21, 2008, and August 28, 2008, in the Fort Worth Star-Telegram. On September 18, 2008, the following bids were received: BIDDER BASE BID BID ALTERNATES TOTAL Northstar Construction, Inc. $240,948.00 $4,554.00 $245,502.00 2L Construction, LLC $273,145.47 $6,642.90 $279,788.37 Pegasus Texas Construction, LP $296,969.00 $38,676.00 $335,645.00 •• Cole Construction, Inc. $316,308.35 $9,658.00 $325,966.35 Jordan Paving Corp. $338,879.00 $8,387.50 $347,266.50 Ed A. Wilson, Inc. $359,607.50 $20,130.00 $379,737.50 The Fain Group, Inc. $365,727.50 $3,345.54 $369,073.04 Gilbert May, Inc.,d/b/a Philips/May Corp. $388,333.00 $5,113.90 $393,446.90 AUI Contractors, Inc. $398,852.50 $4,675.00 $403,527.50 The base bid work includes reconstruction of road, parking and trail. The alternate bids include the addition lstp://apps.cfwnet.org/counciI_packet/Repons/mc_print.asp 12/17/2008 Pagel 01 of color and texture to new concrete paving. _ It is recommended that the Base Bid in the amount of $240,948.00 and Bid Alternate in the amount of $4,554.00, together totaling $245,502.00 as submitted by Northstar Construction, Inc., be approved for award of contract. Contract time is 120 working days. In addition to the contract amount, associated contingency costs for construction managementlinspection and potential Change Orders amounts to $24,500.00. .. Northstar Construction, Inc., is in compliance with the City's M/WBE Ordinance by committing to 16 percent M/WBE participation. The City's goal on the project is 15 percent. These improvements will not require additional maintenance or operating expenditures beyond what is currently budgeted. Construction is anticipated to begin in mid-January 2009, with completion by May 2009. The Fort Worth Nature Center and Refuge is located in COUNCIL DISTRICT 7 and serves as a Citywide facility. FISCAL INFORMATIONICERTIFICATION: - The Financial Management Services Director certifies that funds are available in the current capital budgets, as appropriated, of the Street Improvements and Parks Improvements Funds. TO Fund/Account/Centers FROM Fund/Account/Centers C200 541600 801370037280 $151,217.00 C280 541600 801500037280 $94,285.00 ubmiftd for City Mana99s Office b)t= Charles Caniels (6183) Originating_Department Head: Richard Zavala (5704) - Additional Information Contact: Eric Seebock (4403) ►"://apps.cfwnet.org/council_packet/Reports/mc_print.asp ADDENDUM #1 IMPROVEMENTS AT THE FORT WORTH NATURE CENTER AND REFUGE PROJECT NO. CIP # 00372 DOE NO. 5575 & 5577 TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. PROJECT MANUAL PROPOSAL Replace page 6 with attached. Note the revision to Item D to (120) Working pays. REFER TO: 1. Notice To Bidders — Item No. 2—'Green' Cement 2. Special Instructions To Bidders— Item No. 14—Green Cement Policy 3. Green Cement Policy Compliance Statement 4. Section 03300 — Cast In Place Concrete -2.03-Cement Material—A.I and A.2 All references to Green Cement are not applicable to this proiect. SPECIFICATIONS t Add the attached SECTION 32 1216 ASPHALT PAVING CLARIFICATIONS 1. The Accessible Route Slopes for all walks trails and sidewalks to have a maximum 5% running slope and a maximum 2% cross slope unless otherwise noted. 2. A Division 5 specification for metals is not included. Kiosk roofing specified on Sheet C-10 Detail F. Columns and plates to be painted the same as roofing, color to be selected by Owner. The pin mounted laser cut steel logos are to bd powder coated, color to be selected by Owner. 3. A Division 10 specification for signage is not included. Refer to on Sheet C-09 (lower right comer) for the interpretive signage for Kiosk A. END OF ADDENDUM #1 Bid Opening Date: Thursday, September 18, 2008. Acknowledge the receipt of this Addendum on your Proposal. B k y' �. Eric Seebock, Senior Landscape Architect L Release Date: September 15, 2008 i�. L L L F L .M" L - - - -• -- %,"I ur ri ►Uxlh Z002/03 ADDENDUM #2 IMPROVEMENTS AT THE FORT WORTH NATURE CENTER AND REFUGE PROJECT NO. CIP # 00372 DOE NO. 5575 & 5577 TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings �. and/or project manual. PROJECT MANUAL PROPOSAL Replace page 4 with attached. Note Item C-3 quantity has been revised. END OF ADDENDUM #2 Bid Opening Date: Thursday, September 18, 2008. Acknowledge the receipt of this Addendum on your Proposal. Eric Seebock, Senior Landscape Architect Release Date: September 17, 2008 CONTRACT DOCUMENTS FOR IMPROVEMENTS AT THE FORT WORTH NATURE CENTER AND REFUGE CITY OF FORT WORTH TARRANT COUNTY, TEXAS AUGUST 2008 I hereby state that these Contract Documents were prepared under my direct supervision and that I am a duly licensed Professional under the laws of the State of Texas. TABLE OF CONTENTS 1. NOTICE TO BIDDERS 2. SPECIAL INSTRUCTIONS TO BIDDERS 3. GEOTECHNICAL STUDY 4. PROPOSAL 5. CITY OF FORT WORTH MMBE 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 i SECTION 01400 -Quality Control SECTION 01410 -Testing i SECTION 01500 -Temporary Facilities and Controls SECTION 01640 -Substitutions and Product Options SECTION 01700 -Project Closeout SECTION 01800 -Contractor's Responsibility for Damage Claims DIVISION 2 -SITE WORK SECTION 02200 -Site Preparation SECTION 02140 -Site Underdrains SECTION 02300-Earthwork SECTION 02486 -Topsoil SECTION 02920 -Seeding SECTION 02950 -Planting (Mulch Materials) DIVISION 3 -CONCRETE SECTION 03300 -Cast-in-Place Concrete DIVISION 7 -THERMAL& MOISTURE PROTECTION SECTION 07920 -Caulking and Sealants CLAIFICATION OF BID ITEMS TECHNICAL SPECIFICATIONS APPENDICIES APPENDIX A-EXAMPLES, PHOTOGRAPHICS, ILLUSTRATIONS AND FLEXTERRA SPECIFICATION 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: PROJECT IMPROVEMENTS AT THE FORT WORTH NATURE CENTER AND REFUGE PROJECT NO. CIP # 00372 DOE NO. 5576 & 5577 Addressed to the City of Fort Worth, Purchasing Division, 1000 Throckmorton Street, Fort Worth, Texas 76102-6311 and received at the Purchasing Office until 1:30 p.m., Thurs., September 18, 2008 and then publicly opened and read aloud at 2:00 p.m. in Council Chambers 2"a 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. 1. Wage Rates: 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. 2. `Green' Cement: As per Fort Worth City Council Resolution No. 3536, the City Manager is authorized to specify the purchase of dry kiln cement with emissions not exceeding 1.7 pounds of NOx per ton of clinker produced. Should dry kiln cement be available at the time of Proposal submittal, Bidder(s) shall submit the 'Green Cement Policy Compliance Statement' along with the Bid Proposal. If dry kiln cement is not available at the time of Proposal submittal, Bidder(s) shall furnish Good Faith Effort documentation in the form of letters from two (2) North Texas cement suppliers of green cement stating that no stock of green cement is available at time of Bid proposal submittal. Bidders shall submit either the 'Green Cement Policy Compliance Statement' or Good Faith Effort letters, as described above, with the Bid Proposal prior to bid opening. Failure to submit either documents at the time of Proposal submittal shall be grounds for rejecting the bid as non-responsive. 3. 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 MANBE 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 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 MWWBE vendors may be obtained at the City of Fort Worth MNVBE office, 3rd floor City Hall. Services/materials for this project are as follows: demolition/site prep clearing/grubbing grading/earthwork concrete pvc subdrains seeding steel rebar gravel earthwork asphalt flexible base erosion control The City's minimum MNVBE goal on this project is 15% of the total dollar value of this contract. 4. 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 work 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's Qualifications are to be submitted and received by the Parks and Community Service Department Project Manager no later than 5:00 P.M., five (5) City business days after the bid opening date, exclusive of the bid opening date. 5. 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. 6. Pre — Bid Conference: A pre-bid conference will be held with prospective bidders at the Fort Worth Nature Center and Refuge, Hardwicke Auditorium on September 4, 2008 at 2:00 p.m. Attendance is not mandatory but is strongly encouraged. 7. 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. RICHARD ZAVALA, DIRECTOR DALE FISSELER PARKS AND COMMUNITY SERVICES DEPARTMENT CITY MANAGER MARTY HENDRIX CITY SECRETARY By: Eric Seebock, Senior Landscape Architect (817) 871.5742 Thursday August 21, 2008 Thursday August 28, 2008 M. IL 11 SPECIAL INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. BID SECURITY 2. PROPOSAL 3. ADDENDA 4. AWARD OF CONTRACT 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS 6. LIQUIDATED DAMAGES 7. EMPLOYMENT 8. WAGE RATES 9. FINANCIAL STATEMENT - 10. INSURANCE 11. NON-RESIDENT BIDDERS 12. MINORITY 1 WOMEN BUSINESS ENTERPRISE 13. PROTECTION OF TREES, PLANTS AND SOIL 14. `GREEN' CEMENT POLICY 15. BIDDER'S STATEMENT OF QUALIFICATIONS 16. OZONE ALERT DAYS 17. WORKERS COMPENSATION INSURANCE COVERAGE 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 rNSTRUCTIONS TO BIDDERS - 1 - aa bid price and number of contract days allotted, as specified in the Proposal, and which is considered to be in the best interest of the City. Regardless of the Alternative chosen,the Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified in the Construction Documents, liquidated damages shall be charged as outlined in General Provisions, Item 8.6 Failure to Complete Work on Time, found in the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas. 5. PAYMENT PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of$25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of$100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Maintenance Bond shall be required for all Parks and Community Services Department projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Division 1, Section 01150—Item 1.14: Warranty 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. t 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 Construction of the City of Fort Worth,Texas,concerning liquidated damages for late completion of projects. SPECIAL INSTRUCTIONS TO BIDDERS -2- 7 EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. 8 WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth,Texas, and set forth in Contract Documents for this project. Disregard if Federal Wage Rates are applicable to this project. If Federal Wage Rates are applicable to a project, the Contractor shall comply with all items identified in the attached Contractor's Packet. For further ' information regarding this packet, contact the Intergovernmental Affairs/Grants Management Division, Finance Department at(817) 871-8365 or 871-8387 9. FINANCIAL STATEMENT: A current certified financial statement shall be provided to the City as outlined in the Notice to Bidders for use by the CITY OF FORT WORTH in determining the successful bidder. This statement is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation(statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or$250,000 property _ damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on"any auto", defined as autos owned,hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110%of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders- Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. SPECIAL INSTRUCTIONS TO BIDDERS -3- 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. "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. SPECIAL INSTRUCTIONS TO BIDDERS -4- 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. in. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s)to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project,the Contractor complies 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 a brief explanation. • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as SPECIAL INSTRUCTIONS TO BIDDERS -5- 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 Y considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth,The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor- City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation)and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from LA 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 SPECIAL INSTRUCTIONS TO BIDDERS -6. [ 1 or restored, after completion of the work,to a condition equal or better than existed prior to start of work. By Ordinance,the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning)can be done on trees or shrubs growing on public property including street Rights-Of-Way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5705. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the " International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning_paint. This is the only instance when pruning paint is recommended. 14. `GREEN' CEMENT POLICY: As per Fort Worth City Council Resolution No. - 3536, all cement utilized for this project shall be procured from a kiln utilizing a dry kiln process or from any kiln that does not produce an excess of 1.71b of NOx emissions per ton of clinker produced. All related costs for complying with the `Green' Cement Policy shall be considered subsidiary to the applicable project pay items. This policy shall also apply to all cement products including concrete and concrete products. 15. BIDDER'S STATEMENT OF QUALIFICATIONS _ A. QUALIFICATION OF BIDDERS: Prime Bidder and all sub-contractors to be used by the bidder in the performance of this project shall be required to demonstrate experience necessary to successfully perform the proposed scope of work. The Prime Bidders' specific (1)experience, (2) stability and (3) history of performance on projects of a similar nature and scope will be considered. The BIDDERS STATEMENT OF QUALIFICATIONS shall be provided to the City as outlined in the Notice To Bidders and as noted in the specifications for the purpose of evaluating the Prime bidder/subcontractors qualifications. B. PRIME BIDDER/SUBCONTRACTOR QUALIFICATIONS l. 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 be performed by the Prime Bidder with its own organization and work crews under its superintendence. SPECIAL INSTRUCTIONS TO BIDDERS -7- 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. 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 T 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 V!`_D lIUND WST A T T A TIGN AS PR4M~ PROj CT SCOPE work,biddeFs must be able to deffienstFate the fellewing. Failure te adequately demonsirate that the bidder-meets these Fequir-ements may result in 2. The pr-ifne bidder-shall submit sush deeumetAs as afe neeessar-y to establish that. the bidder-has sueeessfully and safisfaeter-ily eempleted the eenstfue4ien and installa4ion of at least thfee (3)playgFound faeflifies within the immediate past thtfee (3)years fer-!he state ef Texas or-ether-munieipalifies within the Dallas/ e > sub suFfaee drainage,- playground 3. if the prime bidder-has net per-f4med work fer-the sta4e ef Texas err m.s++. .'3lit:es within the Dallas !FoFt WeFth met-r-o.le..ethete bidder-may still be e.eflSi_F1.1FP__.d if it h—as eempleted dwee (3) park playgrounds within the last thr-ee+3-) ears fer-pr- .,te entifies •..b,ieh i eluded ,.L as noted in B.1 SPECIAL INSTRUCTIONS TO BIDDERS -8- 4. The prime bidder-; addit;en shell „ ide in f ...,..et;en thm diselesea. Name and qualifiemiens fer-the site super-iniendenee ef the .. e demonstrates the felleyAng.: . b Knewledge ; appropriate task e. Intended staffing re efnen4s tee nstf et the work within the a «t...,et time .,llewed 16. 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. 17. 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. SPECIAL INSTRUCTIONS TO BIDDERS -9- "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries,and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity ` showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project,and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; SPECIAL INSTRUCTIONS TO BIDDERS - 10- (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work ~- on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (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 SPECIAL INSTRUCTIONS TO BIDDERS - I1 - point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project,regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at(512)440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS - 12- t 3. GEOTECHNICAL STUDY Note: The Geotechnical Study was preformed by: STL Engineers &Laboratories 8908 Ambassador Row, Suite 300 Dallas, Texas 75247 214-630-3800 i 1 F 214-352-0608 1 Project No. S06-1104 October 18,2006 Appendix A and B are included in this document and if requested a full report will be available. I I j: lb - - IL � � km � ► 6- _.- = it }� 0 50 100 T SCALE: 1"=50` PLATE A.1 PROJECT NO.: 06-IID4.00 BORING LOCATION DIAGRAM FILENAME: 061104ALDWG DRAWING BY: DF DATE: 10111/D6 FORT WORTH NATURE CENTER IMPROVEMENTS REVISED BY: DATE: ENGINEERS& FORT WORTH,TEXAS REVISED BY: DATE: � r LABORATORIES APPROVED BY: SP DATE: 10/12/06 i •� Project No. Boring No. Project Fort Worth Nature Center Improvements STL ENGINEERS& 06-1104 B-1 Fort Worth Texas LABORATORIES ° Location Water Observations 1 See Plates A.1 and A.2 No seepage encountered. Dry at Completion. Completion F mpletionDepth 10.0' te 10-4-06 Surface Elevation Type •• FIight Auger o•_ _ 0 v O U. u"C N C U. E " m►-- 3 3 z o LL m w P A ca rn Stratum Description o o m m tme o e m-� d O • • s m 'fl y: a a x y r C3 p °•C U cm ►—a N > ac rw aE � w Ma) a,v 0m QE mE tom 00 r-M c00 �� 'ate _ 3"Asphaltic concrete over 3"Base Sand,tan,dense,clayey,gravelly(SC) 34 34 35 15 20 5 Limestone,tan,moderately hard to hard,weathered 50/3" — 50/4.5" 5 _ j ® 100/1.25, Li 1 4 � 0 W lZ a [7 D j Jf LOG OF BORING NO. B-1 Plate A.3 Project No. Boring No. Project Fort Worth Nature Center Improvements STL 06-1104 B-2 Fort Worth Texas ia"sORAMRIES Location Water Observations See Plates A.1 and A.2 No seepage encountered. Dry at completion. Completion Completion 4 Depth 10.0' 1 Date 10-4-06 Surface Elevation Type Flight Auger or — o ° c c U. m iU. n 33 Z e �� mow ° A Stratum Description m m r� H y a 11 m i +:a a+ r`3 fS 21,2 0 V p Q.C V CN !-d � � �'� H.� ym t1lC � y 0Ec w mm av m01 of mE ma oo cm coo M ao_ rnH am 3:3 'ate a 5 20v » )CS DE 3"Asphaltic concrete over 3"Base Limestone,tan,moderately hard to hard,weathered 50a" 50/3" 50/5" 5 50/Z" l g a 0 n U1 z °z IL S 0 0 H n 0 J LOG OF BORING NO. B-2 Plate A.4 Project No. ENGINEERS& Boring No. Project Fort Worth Nature Center Improvements STL 06-1104 B-3 Fort Worth Texas LABORATORIES Location Water Observations See Plates A.1 and A.2 No seepage encountered. Dry at completion. Completion Completion Depth 10.0, Date 10-4-06 I Surface Elevation Type 't Flight Auger 0 L _ p v O L (!' w .o° ° run !I-c N ° o. 1 aAi c� Z N e lL 0) N W Stratum Description el 9A a mm w dm Ma 'cE mE mvm o0 �a c000 0: n.m (ai n.v1 1:3:3 0._! a C MU 1"Asphaltic concrete Sand,tan,medium dense,clayey,gravelly(SC) 3 30 34 15 19 5 Limestone,tan,moderately hard to bard,weathered 50/0.75" 1 50/3" 5 50111, 1 to 0 � w Z 0 IL' c� d o to 0 � i y O O J LOG OF BORING NO. B-3 Plate A.5 .. 1 SOIL OR ROCK TYPES �. @, GRAVEL LEAN CLAY LIMESTONE Ht .. • • SAND • SANDY — SHALE SILT SILTY _. SANDSTONE HIGHLY CLAYEY CONGLOMERATE Shelby Auger Spot Rock Cone No PLASTIC CLAY Tube Spoon Core Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils(More than 50%Passing No.200 Sieve) Penetration Resistance STS Cone Penetrometer Descriptive Item Pocket Penetrometer Reading,(tsf) (blows/foot) Soft 0.0 to 0.5 0 to 12 Firm 0.5 to 1.0 12 to 26 Stiff 1.0 to 2.0 26 to 50 Very Stiff 2.0 to 4.0 50 to 100 _ Hard 4.0+ Over 100 Coarse Grained Soils(More than 50%Retained on No.200 Sieve) Penetration Resistance Penetration Resistance Descriptive Item Relative Density Std. Penetration Test STS Cone Penetrometer (blows/foot) (blows/foot) 0 to 4 0 to 14 Very Loose 0 to 20% 4 to 10 14 to 35 Loose 20 to 40% 10 to 30 35 to 105 Medium Dense 40 to 70% 30 to 50 105 to 175 Dense 70 to 90% Over 50 Over 175 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture ., Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation _ Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite,siderite, and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency,texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.10 — Major Divisions Grp. Typical Names Laboratory Classification Criteria Sym 1 m y Weil-graded gravels,gravel- 2 D D 2 LM GW sand mixtures,little or no us CU greater than 4: Ce I wl between 1 and 3 w o fines Oro Oro x Oeo c (M ` m a- U o N M a°, Poorly graded gravels,gravel E LU 4- a U P GP sand mixtures,little or no cZnn rn N Not meeting all gradation requirements for GW m 12 A fines h a U M > > co to p C9 C9 y C7 o = m Liquid and Plastic limits o o Z c 0 Silty gravels,gravel-sand-silt N C9 �? g q " " . Liquid and plastic limits N ,, E GM aim below A line or P.I. d `ac L ° m mixtures > greater than 4 Plotting in hatched zone Z c 3 n c°i N w between 4 and 7 are `0 m borderline cases c a= o >v > m ° Clayey gravels,gravel-sand- y N ° Liquid and Plastic limits requiring use of dual W io 0 m o. GC c o '• m above"A"line with P.I.D g n clay mixtures CO Z 6 c symbols m 20 ¢ greater than 7 c m m my E :S ; o di c °' y m Well-graded sands,gravelly ° m 000 (D,,f m m v c SW E C�—greater than 6: C� between 1 and 3 1 0 E c sands,little or no fines LU U, 0„ D,o x D, l UE W yc Mo m c c -0 !�U' E N a m Poorly graded sands; a� l 0 v j SP gravelly sands,little or no ' Not meeting all gradation requirements for SW 12 I 0 Ca 4- CO `" fines COa .s y C n O O a•N C L CCo p O y m rJ) a- V m o o w a, a s iu CL Liquid and Plastic limits 0 o z m ' Silty C c c a below"A"line or P.I.less � c c o SM Sii sands,sand-silt mixtures � ••-• �«- Liquid and plastic limits = E c r m N 2 a `00 c than 4 plotting between 4 and 7 —0a n o ° -� are borderline cases c c Liquid and Plastic limits requiring use of dual o o. SC Clayey sands,ixtuesand-clay y above"A"line with P.I. symbols a) a m greater than 7 Inorganic silts and very fine c MILsands, rock flour,silty or to clayey fine sands,or clayey a silts with slight plasticity 0 toInor Inorganic clays of low to t;0 > 0 9 Y c a) medium plasticity,gravelly ' o E CL clays,sandy clays,silty clays, 5 N +' = and lean clays 0co Q Z CH j a Organic silts and organic Silty 4 I 0 OL clays of low plasticity x y � C QS j v) Inorganic silts,micaceous or •3 s� )! 120 N Lo MH diatomaceous fine sandy or a OH a d MH °1 a silty soils,elastic silts •Q' CDa: y 2 _E c0i m CL ca ° 0 CH Inorganic clays of high plasticity,fat clays 1 L W to 4\\\:4�'iV(L,\, ML a id OL -C ° Q Organic clays of medium to 0 g , OH high plasticity,organic silts 0 10 20 30 40 50 60 70 80 90 100 Liquid Limit � U Peat and other highly organic PlasticityChart s O WE soils soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.11 Particle Size Distribution Report oa $ c 2 c c s 2 = CIO s�{{ o o c c c ]0 v w M N :C P1 ik U V :IM' a IWO iF ik 100 I I I I I I I I I I I I I 90 I I I l l I I I I ! I I I I 80 70 { I I I I I I I ( I I I I w 60 _Z I I I I I I I { I I I I I { u- Z 50 v I I 1 1 1 I I I I I I I I = rx I ! I I I I I I ! I 1 1 1 a 40 i I I I I I I I I I I I 30 I I I l i I I 1 I I I I I I I I I I I I I I I I I I I I 20 - I 10 I I I I I I I I I I I I I I I 1 I I I I I I I I I I I I 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm. %+3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0 0.0 0.0 23.6 13.1 16.0 12.9 34.4 LL PL Dgr, D Dr,0 D1 fi Din C C111 0 35 15 7.7397 1.5449 0.5773 Material Description USCS AASHTO o Sand,tan,clayey,gravelly SC Project No. 06-1104 Client: Teague,Nall&Perkins,Inc. Remarks: _ Project: Fort Worth Nature Center Improvements,Fort Worth, Texas oF.M.=2.79 o Source of Sample: Boring B-1 Depth: 0.5-2' Sample Number: 1 Rone Engineers Dallas TX Figure A.12 Particle Size Distribution Report 'r c c c c c o 0 0 0 0 o v o 100 i I I I I I I I I I I I 90 I I 1 1 1 I I I I I I I I I I I I I I I I I I I I I I 80 i I I I I I I I I I I I I I I I I I I i t I I I I I I I 70 i I 1 1 1 1 1 I l I I I I I w so z I I I I I I I I I I I I I I Z 50 v I I I I I I I I I I I I I I CC IL 40 30 I I I I I I I I I I I I I I i I I I I I I I I I I I I I 20 I I I I I i t i I I I I I I I I I I I i t I I I I I I I I I I I I I I i I I I I I 0 100 10 1 0.1 0.01 0.001 GRAIN SIZE-mm. %}3" %Gravel %Sand %Fines Coarse Fine Coarse Medium Fine Silt Clay 0 0.0 0.0 15.2 16.9 24.1 13.4 30.4 — L D D D D D D Cr L PLC 01 34 15 4.8044 1.3328 0.7187 .r Material Description USCS AASHTO j o Sand,tan,clayey,gravelly_ yam,� y SC Project No. 06-1104 Client: Teague,Nall &Perkins,Inc. Remarks: .. Project: Fort Worth Nature Center Improvements,Fort Worth, Texas oF.M.—?.67 .■ o Source of Sample:Boring B-3 Depth: 0.5-2' Sample Number: 1 i Rone Engineers Dallas TX Figure A.13 STL Engineers & Laboratories FIELD OPERATIONS Visitor Center Borings Subsurface conditions in the Visitor Center parking lot were defined by three (3) sample borings located approximately as shown on the Boring Location Diagram,Plate A.1. The boring was drilled 1 at locations staked in the field by the geotechnical engineer. The borings were advanced between sample intervals using a mechanized drilling rig and continuous flight auger drilling procedures. The results of the borings are shown graphically on the Logs of Boring,Plates A.3 through A.S. Sample depths., descriptions, and soil classification based on the Unified Soil Classification System are 1 shown on the Logs of Boring. Keys to the symbols and terms used on the Logs of Boring are t presented on Plates A.10 and A.11. ! Samples of granular materials and limestone rock were obtained using split-barrel sampling procedures in general accordance with ASTM D-1586. In the split-barrel procedure, a disturbed sample is obtained in a standard 2 inch OD split barrel sampling spoon driven into 18 inches into the ground using a 140-pound hammer falling freely 30 inches. The number of blows for the last 12 inches of a standard 18-inch penetration is recorded as the Standard Penetration Test resistance(N-value). The N-values are recorded on the boring logs atthe depth of sampling.The samples were sealed and returned to our laboratory for further examination and testing. In one instance,a TxDOT Cone Penetrometer(TCP)test(Test Method Tex-132)was performed on the undisturbed rock at the bottom of the boring. The TCP consists of a three-inch diameter steel cone which is attached to the bottom of the drill stem. The cone is lowered through the augerto the bottom of the hole. The cone is driven into the soil or rock stratum by means of an automatic drop hammer(170 pound weight falling 24 inches with each blow). The cone is seated by 12 blows of the drop hammer,or when 12 inches of penetration occurs,whichever occurs first. The test consists of l driving the seated cone 12 inches into the formation, recording the number of blows for each of two I six-inch increments. In harder materials, 100 blows of the hammer are applied,and the penetration for each of two 50—blow increments is recorded. TCP results are shown on the boring logs. _ t Groundwater observations during and after completion of the borings are shown on the upper right _ of the boring logs. Upon completion of the borings, the boreholes were backfilled from the top, plugged, and the pavement patched at the surface. i B-1 STL Engineers & RebudltVWjg&Drings ; The Boardwalk borings were drilled in wetlands areas that were not readily accessible to mechanized drilling equipment Four(4)borings were advanced through temporary PVC casings using hand augers, located approximately as shown on the Boring Location Diagram, Plate A.2. A disturbed sample of soil was obtained for each foot of penetration. The borings were advanced to the maximum depth possible (until soils of such a consistency were encountered that the hand auger could not be advanced). The results of the borings are shown graphically on the Logs of LL Boring, Plates A.6 through A.g. Sample depths, descriptions,and soil classification based on the Unified Soil Classification System are shown on the Logs of Boring. Keys to the symbols and terms used on the Logs of Boring are presented on Plates A.10 and A.11. An STS portable cone penetrometer was used to evaluate the consistency of the undisturbed soils in the base of the borings. This device advances a 1-1/8"diameter,60 degree cone at the end of a small diameter rod through the soil by applying the force of a 10 pound drop hammer failing 24"to , the top of the rod. The number of blows required to advance the cone through each one-foot depth interval is recorded on the Boring Logs. The blows per foot values recorded for the STS cone penetrometer,if divided by a constant between 3 and 4,reportedly correlate closely to the N-values from the Standard Penetration Test. y { , B-2 _ J Engineers & -� Laboratories LABORATORY TESTING T General Laboratory tests were performed to define pertinent engineering characteristics of the soils encountered. The laboratory tests included moisture contents,Atterberg limits determination,grain size analysis, and visual classification. Classification Tests Classification of soils was verified by natural moisture content, grain size analysis, and Atterberg 1 Limits determinations.These tests were performed in general accordance with the American Society 1 for Testing and Materials(ASTM)Procedures. The results are presented at the respective sample depths on the Logs of Boring. Grain size analysis results are presented graphically on Figures A.12 and A.13. _.1 �. I �. i 1 t � E B-3 PROPOSAL TO: Mr. Charles Boswell City Manager l Fort Worth, Texas FOR: IMPROVEMENTS AT THE FORT WORTH NATURE CENTER AND REFUGE CIP#00372 DOE NO. ' Pursuant to the foregoing "Notice to Bidders,"the undersigned has thoroughly examined the plans, specifications, and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Parks and Community Services Department Director of the City of Fort .. Worth. I 4 The"approximate quantity"category is for information purposes only. The Contractor shall be paid on the basis of actual installed quantities on non lump sum items. Additionally,the Contractor shall be aware that the Proposal I contains both Lump Sum and Unit Price items. .. If the lowest bid received exceeds the funds budgeted for the project, the City reserves the right to decrease the quantities contained in any line item or to eliminate any specific line items before award of the contract in order to bring the work within budget. By submitting a bid, the bidder acknowledges the City's right to adjust or eliminate line j items prior to the award of contract. Further, by submitting a bid, the bidder agrees to honor each line item bid price without recourse to the City in the event line items are adjusted or eliminated. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish, if applicable, Performance, Payment, and Maintenance Bonds approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to wit: PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL j ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID PROJECT A-ROAD/PARKING LOT IMPROVEMENTS A-1 1 Removal of Existing Pavement SP A-2 See Sheet A-02 v" U'ly TatA**VV Dollars & y� p0 NO MNO Cents per LS $ $Z0,Vo() A-2 237 HMAC Pavement(2"overlay) SP A-3 See Sheet A-06 and A-08 TW ei Ft%/E Dollars & 00 0_0 ' o Cents per SY $ $ 5 {25 1 A-3 335 HMAC Pavement(3"overlay) SP A-4 See Sheet A-06 and A-08 TH I vV vE Dollars & 00 _ o Cents per SY $ �5 $ PROPOSAL 1 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID A-4 91 HMAC Pavement(5" new section) SP A-5 See Sheet A 06 and A 08 50JEMTY FoL40. Dollars & ��9-0 � r,�Q0 o Cents per SY $ $ �. f A-5 81 HMAC Pavement(7" new section) _ SP A-6 �r See Sheet A-06 and A-08 14 r N67'( -rwj Dollars & 09 00 o Cents per SY $ 7.� $ 7,4�2 A-6 180 7"Reinforced Concrete Pavement SP A-7 See Sheet A-06 and A-08 5/Xry Dollars & a 00 NO Cents per SY $ (PO $ )—OIWD '— A-7 1,240 Concrete Runner(Type A and Type B) SP A-9 See Sheet A-06 and A-08 16EVEIV Dollars & TW4 wry Cents per LF $ -7 A-8 840 Concrete Walkway, Leadwalk and Wheelchair Ramp SP A-10 See Sheet A-06 and A-08 50 v E Dollars & F7-Y Cents per SF $ $ A-9 250 4"PVC Pipe Subdrain _ SP A-11 See Sheet A-05 -rwewTy Dollars & Q° 00 per.LF.. A-10 706 Gravel for Parking Areas SP A-12 }' See Sheet A-06 and A-08 TWENTY Two Dollars& �o Cents per SY $ 2 $ ` 5}532 A-11 25 Traffic Buttons SP A 13 See Sheet A-03 4 F(VE Dollars & /Vo Cents per EA $ $ 125 A-12 34 Wheel Stops SP A 14 See Sheet A-03 and A-08 r'o¢7Y Dollars & `"�y 0 °° $ (` 3��Si=O •• IV* Cents per EA $ , PROPOSAL 2 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID A-13 112 Rock RIPRAP SP A-15 See Sheet A-03 and A-08 aj I XTY Dollars &- JVo Cents per SY $ (00 $ 41 l to A-14 360 Topsoil SP A-16 See Specification 02486 Topsoil ��FfY Dollars & Q eg /Vo Cents per CY $ �� A-15 360 Flexible Growth Medium SP A-17 See Appendix A and Specifications 02486, 02920 and 02950. �µ Dollars & /j, Cents per SY $ J ` $ ` No A-16 490 Erosion Control(Compost Sock) SP A-18 See Sheet A-07 F/✓C Dollars & IV NO Cents per LF $ $ A-17 1 Kiosk A SP A-19 See Sheet A-03, C-09 and C-10 NjiVe'T 7v p.49,Au4 -rwo Dollars & n oO No Cents per EA $ ��, (.-V $ 1�f l�� + A-18 1 Kiosk B f SP A-20 See Sheet A-03, C-09 and C-10 -rN72EL Dollars & 29 ao Alo Cents per EA $ , $ I roo PROJECT A-TOTAL $ 7 PROPOSAL I 3 09/17/08 16'41 FAX 871 5724 CITY OF FT WORTH 10003/003 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID PROJECT C-WALK AND TRAIL REPLACEMENT C-1 1 Sidewalk and Trail Removal SP C-1 See She C-02 I;+0K I AW V Dollars& Cents per LS $ L/"�Wy s o C-2 6556 Concrete Walkway SP C-2 See Sheet C-03-07 and C-08 Ff vE Dollars& 2Q O° C,r It-ry Cents per SF $ $ ✓o C-3 453 Limestone Trail SP C-3 See Sheet C-03-07 and C-08 EI G 3 3 ffk! Dollars& r o Cents per SY $ ` $ 5� DO C-4 1 Kiosk A SP C-4 See Sheet B-03, C-09 and C-10 I^rym'c ,! I`tousA-ND Dollars & oO Q =" T 4 Cents per LS $ 9 ,�D $ 19,Zoo C-5 1 Kiosk B SP C-5 See Sheet B-03, C-09 and C-10 -r,+ZEr T, uy A.. Dollars& 2 °O N- Cents per LS $ �, $ J`�(� C-0 5 Topsoil SP C-6 -See Specification 02486 Topsoil f FTY Dollars& �O°? $ 7PZA Alo Cents per CY $ C-7 5 Mulch SP C-7 See Specification 02950 Planting (Mulch Materials) 6z"ty Dollars& 4 Cents per CY $ 1?0 - $ C-8 520 Erosion Control (Compost Sock) SP C-8 See Sheet C-08 1VE Dollars& NO Cents per LF $ PROJECT C-TOTAL $ Zf17?J eo PROJECT A &C -GRAND TOTAL BASE BID $ �, ADDENDUM#2 PROPOSAL 4 PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL _ ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID t ALT-1 407 BID ALTERNATE#1 PROJECT A-CONCRETE PAVING CONCRETE COLOR-CHARCOAL - See product material supplied, or approved equal. JI)C Dollars & �D 0� $ � ,� /� co n(� Cents per SF $ L� i BID ALTERNATE#1 TOTAL $ Z 447— f ATV ALT-2 264 BID ALTERNATE#2 PROJECT A-CONCRETE PAVING CONCRETE TEXTURE-COUNTRY COBBLESTONE See product material supplied, or approved equal. E(6&+T- Dollars & Cents per SF $ $ Z117"- BID ALTERNATE#2 TOTAL $ Aa7 j i 3 PROPOSAL I 5 UU/15/U5 lU:L4 kAA Oil 0144 V111 Vr rl TTVnln w�.+..:. ...,� A. This contract 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#96-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling#95,09 as amended to be effective October 2, 1968. C. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractor or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278, as amended by City ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. D. The undersigned agrees to complete all work covered by these contract documents within One Hundred Twenty 0 20)Working Days after the date for commencing work as set forth in the Notice to Proceed to be issued by by Owner and to pay not less than the 2002 AGC North Texas Construction Industry Survey. E. Within ten(10)days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver applicable Surety ds for the faithful performance of this contract. The attached deposit check in the sum of � A,P 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 case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous price for construction thereof to the City or to reject the proposal. G. Receipt i hereby acknowledged of the following addenda: No. 1 V ~ No.2 io,I-M a4 No.3 No. 4 Respectfully submitted, NORTHSTAR CONSTRUCTION, INC, (Company Name) fn a. A J -a - By(Authorized Signature) Date: Address: T .. Telephone: &I Proposal 6 'FORT WORTH 09-25-08 P01 : 30 IN —� City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is$26,000 or more,the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000,the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (MN/BE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. } M/WBE PROJECT GOALS l The City's M/WBE goal on this project is 16%of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 1 2. Good Faith Effort documentation,or; 3. Waiver documentation, or; 1 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The_Offeror shag deliverthe MUIIBE documentation r.. .i:f rt •e-.'r'.1!1r .va}.r.v,� z?�:� .-?%'�. f" '., ,d -:.. r:h axr ai t ) pia J ..ur k� �'.• i i-- .�nM;.1�S.;L•._ ... - '7 J in person t4 the ap�rophate.employeef of`the managing department and o�tam a daeitune receipt,i Such recejpt shall' be eui.denee.that th�,,Clty received the ejocumentatlon.m;ti�e trlrie ahocafedt A fa,`xed copy varill'riotbe;accepted� 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MN/BEparticipation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 6. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at(817)392-6104. Rev. 1111105 ATTACHMENT'4" Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime �. NORTHSTAR CONSTRUCTION INC, PROJECT NAME: '•c� A ',�,J,` /� MIW/DBE NON-MAN/DBE = ' imr 5 o,+ „Vl.L 'lrr vlJD�I�I'I2 K)&+W U_1� 4e , BID DATE ,y, /l� _D L City's MNVBE Project Goal: me's M/WBE Project Utilization: PROJECT NUMBER % I-7 GAP 'f-D037z 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 m. five 5 City business days after bid opening, exclusive of bid opening date, P P- ( ) tY Y pe 9 will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MNVBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional , and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications MIWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered tat tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL MNVBEs 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 MNVBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MNVBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-MNVBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MNVBE as outlined in the lease agreement. Rev.5/30103 "' ATTACHMENT IA Page 3 of 4 �* Fottr�WoR-TH Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification N (check one) 0n SUBCONTRACTORlSUPPLIER T N T Detail Detail Company Name I C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M W T D VY Telephone/Fax r B B R O B E E C T E A I it, Ts- �5oc�z w-n-6FJ'+—9 cszq FIN. q 12, �zt ,�l cw, Ti' r*. v\5 Tru�,k-1 NaW E _ po Cif t l.e°I 1 � �q, odo cro I:bx I`r� —1r9137, 01�2- 1-11- IZO 1 11- 1241 �G1119'w1+� V�D� I/M7. 70 Fw lMo y. G raMd Fvck ,yit �� X os 17;019Z,5D Z14-5ckv• I-f+34 ZI4-EA (P- 1U3 Jo t 1� —T W t 1000- vu- TTINl MMriOLC6 poy) Rev.5/30/03 { ATTACHMENT 1A Page 3 of 4 • FoR,�oRT H Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list M/WBE firms first,use additional sheets if necessary. Certification N (check one) 0n SUBCONTRACTORISUPPLIER T N T Detail Detail Company Name I C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M W T D VY Telephone/Fax r B B R O B E E C T E A RQs t 0&wc VVt' l5�aoa= root wff* 6We'SS d S1L�FGtDo GU,1�y,5, Y�• -1Uo�" $4j Rev.5/30/03 ATTACHMENT 1A FORTWORTH 09-25-08 P"1 1H Page 4of4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 3 a,a U D-Z(7 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ �I-;DPDypG1 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ �� �pO, Zo The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a - Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of t contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor )f shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed - M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work } performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. 4,4ALJO AJJ MICHAEL A. HEfM11CH Authorized Signature Printed Signature VICE PRESIDENT Title Contact Nameffitle(if different) NORTHSTAR PQNSTRUCTIQN, INC. 0l* 2A4-F3005 Company Name' r Telephone and/or Fax f 32io jziC& t>,r Address E-maildress 1 1)� -7&11 At"110 City/State/Zip ate � r Rev.5/30/03 ATTACHMENT 1 B FORT WORTH Page 1 of 1 City of Fort Worth - Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe NORTHSTAR CONSTRUCTION, INC. rime PROJECT NA MNV/DBE I A I NON-MNV/DBE IMPROVEMENTS AT THE FORT WORTH NATURE CENTER AND REFUGE Blo ATE q-10- City's MNVBE Project Goal: PRn.IECT NIt�IMpER C oo-831+1LPbo! 801310037ZOV 15% G 2 bc 1 Ca vQ1 00( 000 If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m.,five(5)City business days after bid opening, exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project,this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate,ft.actual work performed by the M/WBEs 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 creates a material breach of contract may result in a determination of an irresponsible offeror and barred "rii-peitcip g in City work for a period of time not less than one(1)year. _ 94ia ge!::22�- MICHAE1 A HEIMI ICH Authorized Signature Printed Signatures' VICE PRESIDENT Title Contact Name(if different) NORTHSTAR CONSTRUCTION, INC. Company Name Phone Number Fax Number 3210 Joyce Uri. M1 k-Ch C hny+hs}cw A13, C14W Address Email Address Ft. North,TX 76116 R-iti, ! Citypitehop Data Rev.5130103 ATTACHMENT 1C 09-25-08 P01 : 30 i iN Page 1 of FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe rime NORTHOR CONSTRI ICTIOR Mr.- _J PROJECT A MNU/DBE NON-MM//DBE IMPROVEMENTS AT THE FORT WORTH NATURE CENTER AND REFUGE BID DATE City's M/WBE Project Goal: PROJECT MBE 16 % ( 200 � pi7c1�►3'1003'IZ,3D 00 I WO 3'7 z4?0 If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal,you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 6:00 p.m. five (6) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-MIWBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2" tier. ` (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities r"ek A r i CBY1C�C�-e. elk R\AotY MLd G SUA•i f1 GI uqk cx,55D ri ATTACHMENT 1C + Page 2 of 3 2.) Obtain a current(not more than three(3)months old from the bid open date) list of MIWBE /subcontractors and/or suppliers from the City's M/WBE Office. - X Yes Date of Listing�l l U No 3.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by mails,q,*c(usiv the daf the bids are opened? • : !' Yes (if yes,attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) No W - 4.) Did you solicit bids from M/WBE firms,within the subcontracting and/or supplier areas previously listed,at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? _X—YeS (if yes,attach list to include n• a of MIWBE firm,person contacted,phone number and date and time of contact.) No C� � NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of MMBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with " questions 3 and 4. 5.) Did you provide plans and specifications to potential MIWBEs or information regarding the location of tans and specifications in order to assist the M/WBEs? A Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MIWBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary,and attach. - Company Name Telephone Contact Person Scope of Work Reason for Rejection Rpv_n4mnin� r � �r � _ �� 111%, , 1 O US 11111 INTI.. f September 25, 2008 PROJECT: Improvements at the FTW Nature Center and Refuge Dear MWBE Office: Our good faith effort for the City of Fort Worth consisted of the following methods of contacting the list of MWBE our company pulled off your website. Sent ITB through ISQFT: BRJ Paving • Contact: Lorrie Pitts • 817-478-0927 ph • 817-478-1671 fax C.T. &S., Inc. • Contact: Bruce Witter • 972-554-9629 ph • 972-438-9828 fax Contacted by phone in a timely manner: Statewide Trucking • Contact: Rommel Montano • 972-771-1203 ph • Action Services • Contact: Chip Jones • 972-771-3832 ph • 972-771-6525 fax Signature Contracting Services • Contact: Lisa Beard • 214-596-1434 ph • 214-596-1634 fax If you have any questions about this list please feel free to contact me at 817-244-8885. Sincerely, 40m owvm� Andrea Barrs Office Manager 817-244-8885 PHONE 3210 JOYCE DR. • FORT WORTH,TX.76116 817-244-8886 FAX ATTACHMENT 1C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. w S daja,l a6c - 40 �' -_ �m r He revs'ew , V-OuA4A, 6w i fc�-h`vo-5 Vlti The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the MIWBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City' M/WBE Office. 1t a- MICHAEL A. HEIMIIGb Authorized Signature Printed Signature VICE PRESIDENT Title Contact Name and Title (if different)I'm 16,40da-0 ' W-244-M5 ZIA2AA:- ` �P Com I Phone Number Fax Number 3210 Joyce Dr. IV4-KG In s q3 .Cv+o- Addr?f Worth, `X 76116 Email Address 61' 1 e 'ob ., City/State/Zip Date Joint Venture ` Page 1 of 3 r FORT WORTH CITY OF FORT WORTH 4 Joint Venture Eligibility Form All questions must be answered,use"NA"if applicable Name of City project: IMPROVEMENTS AT THE FORT WORTH NATURE CENTER AND REFUGE A joint venture form must be completed on gWA project RFPBid/Purchasing Number: 1.Joint venture information: ' Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each Finn comprising the joint venture M/WBE firm Non=M/WBE name: firm name: Business Address: Business Address: -- City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address 1 Name of Certifying Agency: , r� rj+ t. r t v 6'h Kc i°r Z {} i t r r r j5] r a•,,..,C4 li ¢�j 5 irfJNt. ti.f-�. cr.'.dr-�5';? �y,:_+i�vi'n F..,..,.L•.�S.�IYS .A.,Sf'. -... 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: y Joint Venture Page 2 of 3 3.What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: 1 Capital contributions, including equipment: 1 Other applicable ownership interests: 6. Identify by name, race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating 1 --- ---------------------------- --- - ---- - b. Marketing and Sales ---------------------------------------------- c. Hiring and Firing of management i personnel -- d. Purchasing of major equipment and/or supplies Supervision of field operations - The City's Minority and Women Business Enterprise Office will review our joint venture submission and Y Y p Y 1 will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar j amounts/percentages change from the originally approved information, then the participants must inform the City's MNVBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's MNVBE Ordinance. Joint Venture F Page 3 of AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore,the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this _ provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts._ Name of M/WBE firm Name of non-W WBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner - Title Title Date Date Notarization State of County of On this day of ,20 ,before me appeared and to me personally known and who,being duly sworn,did execute the foregoing affidavit and did state that they were - properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Sknd= Commission Expires (seat) Po Siznim HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator $10.06 Asphalt Distributor Operator $13.99 Asphalt PavingMachine Operator $12.78 Asphalt Raker $11.01 Asphalt Shoveler $ 8.80 Batching Plant Weigher $14.15 Broom or Sweeper Operator $ 9.88 Bulldozer Operator $13.22 Carpenter $12.80 Concrete Finisher, Paving $12.85 Concrete Finisher,Structures $13.27 -- Concrete Paving Curbing Machine Operator $12.00 Concrete Paving Finishing Machine Operator $13.63 Concrete Paving Joint Sealer Operator $12.50 Concrete paving Saw Operator $13.56 Concrete Paving Spreader Operator $14.50 Concrete Rubber $10.61 Crane,Clamshell, Backhoe, Derrick, Dra line,Shovel Operator $14.12 Electrician $18.12 Fla er $ 8.43 Form Builder/Setter, Structures $11.63 Form Setter, Paving&Curb $1 1.83 Foundation Drill Operator,Crawler Mounted $13.67 Foundation Drill O erator,Truck Mounted $16.30 Front End Loader Operator $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 $14.50 Oiler $14.98 Painter,Structures $13.17 Pavement Marking Machine Operator $10.04 Pi ela er $1 1.04 Reinforcing Steel Setter, Paving $14.86 Reinforcing Steel Setter, Structure $16.29 Roller Operator,Pneumatic,Self-Propelled $1 1.07 Roller Operator,Steel Wheel, Flat Wheel/Tamping Wheel/Tamping $10.92 Roller Operator, Steel Wheel, Plant Mix Pavement $1 1.28 Scraper Operator $1 1.42 Servicer $12.32 Slip Form Machine Operator $12.33 Spreader Box Operator $10.92 Tractor Operator,Crawler Tye $12,60 Tractor Operator,Pneumatic $12.91 Traveling Mixer Operator $12.03 Truck Driver, Lowboy-Float $14.93 Truck Driver, Single Axle, Heavy $11.47 Truck Driver, Single Axle, Light $10.91 Truck Driver,Tandem Axle,Semi-Trailer $11.75 .. Truck Driver,Transit-Mix $12.08 Wagon Drill, Boring Machine, Post Hole Driller Operator $14.00 Welder $13.57 Work Zone Barricade Servicer $10.09 r Compliance with and Enforcement of Prevailing Wage Laws (a) DIgy to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code(Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City,pay to the City$60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of 1 information, including a complaint by a worker, concerning an alleged violation j of 2258.023, Texas Government Code,by a contractor or subcontractor, the City shall make an initial determination,before the 3 1"day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act(Article 224 et seq.,Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph(c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The � ) decision and award of the arbitrator is final and binding on all parties and may be E enforced in any dourt of competent jurisdiction. (e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and(ii) the actual per diem wages paid to each worker. The records shall be open at all i reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pay Estimates. With each partial payment estimate or payroll period,whichever is less,the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a)through(g) above. WEATHER TABLE AVERAGE DAYS INCHES SNOW/ICE MONTH RAINFALL(1) RAINFALL(2) PELLETS (3) 1 JANUARY 7 1.80 1 FEBRUARY 7 2.36 MARCH 7 2.54 r APRIL 9 4.30 0 1 4 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 y NOVEMBER 6 2.03 0 DECEMBER 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"). r 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. � r 7 VENDOR COMPLIANCE TO STATE LAW .y Section 2252.002, Texas Government Code,provides that, in order to be awarded a contract as low bidder,non-resident bidders(out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas)bid projects for construction,improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable - contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically - disqualify that bidder. Resident bidders must check the box in Section B. , A. Non-resident vendors in (give state), our principal place of business, are required to } be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate office is in the State of Texas. ❑ Please Check or mark with an"X" BIDDER: By: Company (please print) Signature: (please print) Title: (please print) City/ State Zip THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VENDOR COMPLIANCE TO STATE LAW i VENDOR COMPLIANCE TO STATE LAW Section 2252.002, Texas Government Code,provides that, in order to be awarded a contract as low I 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 I 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 1 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. 0 Please Check or mark with an "X" BIDDER: Michael A. Heimlich By: Northstar Construction,Inc. Company (please print) Signature: (please print) Title: Vice President (please print) City/ State Fort Worth,Texas Zip 76116 THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VENDOR COMPLIANCE TO STATE LAW 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. COBERTURA REQUERIDA DE COMPENSACION PARR TRABAJADORES La ley requiere que cada 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 pro9porcionan, cargan, entregan equipo 0 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. PROJECT DESIGNATION SIGN 4'-0" + PMs-x66 " 1 4 4�° FORT W01 I I 1" T 4 61# z rt PMS-167 3 Project Title311 2ND LINE s " 1 4'-0" 3" IF NECESSARY 1�" Contractor: " z�"=Contractor's Name--- - h 1 1" FUNDED BY 2 t 1" + 1"T 2004 CAPITAL IMPROVEMENT PROGRAM T , T24 1�""= Scheduled Completion Date _I 1 Year 5" 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: Improvements at the Fort Worth Nature Center and Refuge(Mapsco No. 45) includes: Demolition and replacement of existing road, parking,walks and trails as per construction documents. These plans and specifications were prepared by Teague Nall and Perkins for 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 with plans and specifications. 2. Attend all project progress meetings as scheduled by the City and provide updated project schedules within 3 calendar days upon request by the City. The applicable items contained in the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth, Texas, shall apply to this contract just as though each were incorporated in these documents. Where the provisions or specifications contained in those documents are contrary to this publication, this publication shall govern. In case of conflict _ between plans and specifications, the plans shall govern. A copy of the Standard Specifications for Street and Storm Drain Construction can be purchased at the office of the Transportation and Public Works Department, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas. The Contractor shall provide all permits and licenses and pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. The Contractor shall contact the City of Fort Worth's Development-Plans Exam Section for a determination of applicable permits or variances required for this project. GENERAL REQUIREMENTS - 1 - i be responsible for all damages due to such defects if such defects or damages are discovered on or before the final inspection and acceptance of the work. 1.02 Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 1 st day and 15th day of each month that the work is in progress. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof,but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net invoice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. 1.03 It is understood that the partial pay estimate amounts will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate.Payment of any ! partial pay estimates shall not be an admission on the part of the Owner of the amount of work done or of its quality or sufficiency or as an acceptance of the work done; nor shall same release the Contractor of any of its responsibilities under the Contract Documents. _ 1.04 The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this Contract. 1.05 Retainage- For contracts of less than $400,000 at the time of execution, retainage shall be 10 percent. For contracts of$400,000 or more at the time of execution, retainage shall be 5 percent. The Contractor will receive full payment for work, less retainage,from the City, on each partial payment period. - Payment of the retainage will be included with the final payment after acceptance of the project being complete. 1.06 Contractor shall pay subcontractors in.accord with the subcontract agreement within five business days after receipt by Contractor of the payment by City. Contractor's failure to 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 jany time when and as found to be necessary, and the Contractor shall perform the work } as altered, increased or decreased at the unit prices. Such increased or decreased quantity i shall not be more than 25 percent of the contemplated quantity of such item or items. P GENERAL REQUIREMENTS -3- i When such changes increase or decrease the original quantity of any item or items of .� work to be done or materials to be furnished by the 25 percent or more,then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for"Extra Work." No allowance will be made for any changes in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. 1.09 PAYMENT FOR EXTRA WORK: Extra work performed by the Contractor,that is authorized and approved by the City Engineer,will be paid for under"Change orders" made in the manner hereinafter described, and the compensation thus provided shall be accepted by the Contractor as payment in full for all labor, subcontracts,materials,tools, '- equipment and incidentals, and for all supervision,insurance,bonds and all other expense of whatever nature incurred in the prosecution of the extra work. Payment for extra work will be made under one of the following types of"Change orders"to be selected by the City. A. Method "A". By unit prices agreed upon in the contract or in writing by the Contractor and City Engineer and approved by the City Council before said extra work is commenced subject to all other conditions of the contract. B. Method"B". By a lump sum price agreed upon in writing by the Contractor and City Engineer and approved by the City Council before said extra work is commenced,subject to all other conditions of the contract. C. Method"C". By actual field cost of the work,plus 15 percent as described herein below, agreed upon in writing by the Contractor and City Engineer and approved by the City Council after said extra work is completed, subject to all other conditions of the contract. In the event extra work is to be performed and paid for under Method"C",the actual field costs of the work will include the cost of all workmen, foremen,timekeepers,mechanics and laborers working on said project; all used on such extra work only,plus all power, fuel,lubricants,water and similar operating expenses; and a ratable proportion of premiums on performance and payment bonds,public liability, workmen's compensation and all other insurance required by law or ordinance. The City Engineer will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used,but such extra work will be performed by the Contractor as an independent contractor and not as an agent or employee of the City. The 15 percent of the actual field cost to be paid the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein specified. GENERAL REQUIREMENTS -4- The Contractor shall give the City Engineer access to all accounts,bills, invoices and vouchers relating thereto. 1.10 DELAYS: If delay is caused by specific orders given by the City to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary ' instructions for carrying on the work, then such delay will entitle the Contractor to an 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 t 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 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 -= I 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 .. E subject to correction in the final estimate and payment. 1.14 WARRANTY:The Contractor shall be responsible for defects in this project due to -� faulty workmanship or materials, or both, for a period of two (2)years beginning as of the date that the final punch list has been completed and the project accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the Contractor and the City. The contractor will be required to replace, at own expense, any part, or all, of this project which becomes defective due to these causes. GENERAL REQUIREMENTS -5- SECTION 01300- SUBMITTALS Prior to construction,the Contractor shall furnish the Parks and Community Services Department _ a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time for turf establishment(if applicable) and project clean-up. The Contractor shall submit to the Project Manager shop drawings,product data and samples , required in specification sections.Refer to Section 01640— 1.02. SECTION 01400-QUALITY CONTROL The Contractor will receive all instructions and approvals from the Director of Engineering — and/or his assigned inspectors. The inspector will be introduced to the contractor prior to beginning work. Any work done at the direction of any other authority will not be accepted or paid for. Final approval for the finished project shall be given by the Director of Engineering, -- City of Fort Worth. The Contractor or a competent and reliable superintendent shall oversee the work at all times. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. SECTION 01410 -TESTING All tests made by the testing laboratory selected by the City will be paid for by the City. In the event manufacturing certificates are requested, they shall be paid for by the Contractor. - SECTION 01500 -TEMPORARY FACILITIES AND CONTROLS — The Contractor shall take all precautions necessary to protect all existing trees, shrubbery, sidewalks,buildings,vehicles, utilities, etc.,in the area where the work is being done. The Contractor shall rebuild, restore, and make good at his own expense all injury and damage to same which may result from work being carried out under this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the Owner to be accurate as to location and depth; they are shown on the plans as the best information available from the owners of the utilities involved and from evidences found on the ground. The Contractor shall determine the exact location of all existing utilities and conduct his work to prevent interruption of service or damages. _ SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES A warning sign not less than five inches by seven inches,painted yellow with black letters that are legible at twelve feet, shall be placed inside and outside vehicles such as cranes,derricks, power shovel, drilling rigs,pile drivers,hoisting equipment or similar machinery. The warning sign shall read as follows: GENERAL REQUIREMENTS -6- i r 1 I r "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 JFor consideration of product substitutions, send submittals to: Eric Seebock, Senior Landscape Architect(817) 871-5742 Parks and Community Services Department 4200 S. Freeway Suite 2200 ] Fort Worth,Texas 76115-1499 J 1.02 PRODUCTS LIST A. Within five(5) Working Days after commencement of work,the Contractor shall submit to the Project Manager two (2)copies of complete list of all specified products and submittals for review and approval. B. Tabulate list by each specification section. C. For products specified under reference standards,include with listing of each product: 1. Name and address of manufacturer 2. Trade name 3. Model or catalog designation .. 4. Manufacturer's data a. Performance and test data b. Reference standards D. Specified material shall not be ordered by the Contractor until such time product i material submittals have been received, reviewed and approved by the project ' consultant and/or City. GENERAL REQUIREMENTS .i -'7- 3 1.03 CONTRACTOR'S OPTIONS .� i A. For products specified only by reference standards, select any product which meets such standards from any manufacturer. B. For products specified by naming several products or manufacturers, select any product and manufacturer named. C. For products specified by naming one or more products,the Contractor must submit request, as required for substitution, for any product not specifically named. 1.04 SUBSTITUTIONS A. During bidding,the Project Manager will consider written requests from Prime Bidders only(bidders submitting Bid Proposals for the construction of all work) ` for substitutions which are received at least fifteen (15) Working Days prior to bid date, exclusive of the bid opening date;requests received after that time will not be considered. B. Within thirty(30)calendar days after date of Contract execution, the Project Manager will consider formal requests from Contractor for substitution of - products in place of those specified. C. Submit two (2)copies of request for substitution. Include in request: 1. Complete data substantiating compliance of proposed substitution with ' Contract Documents. 2. For products: a. Product identification,including manufacturer's name and address. ' b. Manufacturer's literature: (1) Product description (2) Performance and test data ' (3) Reference standards C. Samples, if required. d. Name and address of similar projects on which product was used, ' and date of installation. �. D. In making request for substitution,the Prime Bidder/Contractor represents: 1. That the Prime Bidder/Contractor has personally investigated proposed product or method, and determined that it is equal or superior in all respects to that specified. 2. That the Prime bidder/Contractor will provide the same guarantee(or better) for substituted product or method specified. GENERAL REQUIREMENTS -8- 3. That the Prime Bidder/Contractor will coordinate installation of accepted substitution into work, making such changes as may be required for work to be complete in all respects. 4. That the Prime Bidder/Contractor waives all claims for additional costs related to substitution which consequently become apparent. i E. Substitutions will not be considered if: 1 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. 4 �- F. Should the Contractor install any material and/ or equipment which is non- specified, failed to submit the appropriate submittals for review and did not receive approval from the City prior to installation, all such material and/or equipment shall be removed by the Contractor and install specified equipment and/or material at no additional expense to the City. SECTION 01700- PROJECT CLOSEOUT 1.01 CLEAN-UP The Contractor shall make final clean-up-of the construction area,to the satisfaction of the Parks and Community Services Department, as soon as construction in that area is completed. Clean-up shall include removal of all construction materials,pieces of concrete, equipment and/or other rubbish. No more than five (5)days shall elapse after the completion of construction before the area is cleaned. Surplus materials shall be disposed of by the Contractor, at this own expense, and as directed by the Parks and Community Services Department. Cleaning of equipment by Contractor or 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, 1 personal injury, including death,arising out of, or alleged to arise out of,the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused,in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner GENERAL REQUIREMENTS -9- from and against any and all injuries to Owner's officers, servants and employees and any — damage, loss or destruction to property of the Owner arising from the performance of any of the , terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either(a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved,or(b)provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. , The Director may,if he deems appropriate,refuse to accept bids on any other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. END OF DIVISION GENERAL REQUIREMENTS - 10- SECTION 02200 - SITE PREPARATION PART 1 -GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment and services required for clearing and grubbing, demolition, and removal and disposal of items as specified herein and on the plans. " 1.02 RELATED WORK SPECIFIED ELSEWHERE: 1` 1 A. Section 02300 -Earthwork B. Existing Conditions, Removal and Demolition Items. PART 2—PRODUCTS t 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. f C. Unless otherwise specified on the plans, all trees and shrubs of three inch(Y)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. E. Ground cover consisting of weeds, grass, and other herbaceous vegetation shall be I 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. � 4 _ SITE PREPARATION 02200 3.02 PAVEMENT REMOVAL: A. Bituminous and concrete pavements shall be removed to neatly sawed edges. Saw cuts 4 shall be full depth. If a saw cut in concrete pavement falls within three feet(3')of an en existing score joint,construction joint, saw joint, cold joint, expansion joint, or edge, the concrete shall be removed to that joint or edge. All saw cuts shall be parallel and/or perpendicular to the line of existing pavement. If an edge of a cut is damaged subsequent to saw cutting, the concrete shall again be sawed to a neat, straight line for the purpose of removing the damaged area. 9 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 3.03 LJTILITIES REMOVAL: In general,those utilities on the site that are to be removed and that belong to the Owner shall be removed by the Contractor. The Owner is responsible for arranging the relocation or removal of other utilities owned by utility companies or other ' parties. 3.04 MINOR DEMOLITION: There may be certain items on the site such as old building ' foundations, fences, and other undetermined structures and improvements that must be removed before construction can commence. Unless otherwise specified, such items become the property of the Contractor for subsequent disposal. 3.05 USE OF EXPLOSIVES: The use of explosives will not be permitted in site preparation operations. t� 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 L 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 i 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- ' 0 SECTION 02140-SITE UNDERDRAINS PART I- GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor,materials, equipment, and services required to construct underdrains to the required lines, grades, and cross sections as specified herein and on the plans. 1 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02300- Earthwork. B. Section 03300 - Cast-in-Place Concrete PART 2 - PRODUCTS 2.01 UNDERDRAIN PIPE: Pipe and fittings shall be flexible, corrugated tubing manufactured of high-density polyethylene resins and conforming to ASTM Product Specifications F-405 and F-667. Drainage tubing shall be as manufactured by Advanced Drainage Systems (ADS),Inc., of Columbus,Ohio. The local manufacturing plant which will provide a list of suppliers is in Ennis,Texas-telephone (972) 878-9600. A. Perforated Pipe: Perforations shall be linear slots cut radially into the tubing wall between corrugations. Perforated pipe will be furnished complete with the Cerex nylon "Drain Guard" screen. The screen will completely surround the pipe and will have a lapped,welded longitudinal joint. B. Non-Perforated Pipe: Non-perforated pipe shall be used for collector lines which convey the water from perforated pipe to the concrete inlet or outfall. .. , C. Fittings: All couplings, reducers,tees,ells,plugs,caps, and other fittings shall be non- perforated and shall be of the same manufacturer as the drainage tubing. A fitting shall be used at each pipe junction/termination, as appropriate. 2.02 FILTER MATERIAL: Filter material for use in backfilling trenches over and around underdrains shall consist of 1 1/2" to 2" gravel washed free of organic or other deleterious matter. 2.03 FILTER FABRIC: Filter fabric to line and lap over gravel filled subdrain trench shall be Mirafi 140N drainage fabric as manufactured by Celanese Corporation, (800) 223-9811, or approved equal. PART 3 - EXECUTION 3.01 VERTICAL AND HORIZONTAL CONTROLS: A. The Contractor shall establish or shall employ a licensed surveyor to establish all lines and grades necessary for each stage of the work described herein. SITE UNDERDRAINS 02140 � - I - B. Provide blue tops for reference in dressing trench bottoms at intervals not to exceed 30 feet along the centerline of each trench. 3.02 UNDERDRAINS: Trenches for underdrains shall be dug after the subgrade is prepared. The excavation of each trench shall begin at its outlet and proceed toward its upper end. The trench must not be excavated below the proposed grade line. Trenches will be cleaned of all loose material and their bottoms will be dressed and fine graded to blue tops set as previously described. Trenches shall be lined with filter fabric and underdrain pipe shall be set on the — trench bottom. All fittings shall be securely coupled and all open ends will be capped. The pipe shall be carefully covered with the gravel filter material and the filter fabric shall be lapped over the trench. Care shall be taken not to damage the pipe or its fabric filter screen. Underdrain pipe shall be connected to solid pipe joints and to outfall at the concrete structure/collar as indicated in the ` plans. Care shall be taken not to loosen or cave-in the trench walls. Any such damage will be excavated and will be backfilled in mechanically tamped lifts not to exceed eight inches and will be re-constructed. - 3.03 SETTLEMENT: After the trench has been backfilled it shall be thoroughly soaked. This process shall be repeated two times allowing the backfill material to dry twenty-four hours before wetting again. END OF SECTION SITE UNDERDRAMS 02140 -2- SECTION 02300 - EARTHWORK PART 1 -GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200- Site Preparation. B. Grading Plan: Refer to plan sheets. 1.03 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work. The total cost will be included in the Bid Proposal.Payment will be made on a Lump Sum basis only. PART 2 -PRODUCTS 2.01 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation,unless separately designated,within the limits of the work. Unclassified i excavation includes all material encountered regardless of its nature or the manner in i 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 1 deposited, conditioned, and compacted fill is hereinafter referred to as "earth embankment." _ 1 B. Rock: Minor quantities of rock not greater than four inches in greatest dimension are permissible in fill materials used to construct earth embanlanent. 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 2.04 IMPORTED FILL — A. Imported fill materials shall be used for the construction of earth embankment in the event that(1)the volume of unclassified excavation is less than the volume of —• fill required for earth embankment and/or(2) the condition of materials removed in unclassified excavation makes them unsuitable for use in the construction of earth embankment. B. The Contractor shall haul and place imported fill obtained from off-site sources as necessary to construct the embankment and various other details of the construction plans. All costs related to such imported fill will be included in the contract price, and no additional or separate payment for imported fill will be due the Contractor. ` C. A sample of the proposed imported fill must be provided by the Contractor and be approved by the Owner. In general,imported material must be equal to or better ` than native material in quality and engineering characteristics. The Architect/ Engineer may also require the Contractor to provided a material analysis test of the proposed fill. 2.05 SELECT MATERIALS A. Select materials shall be imported from offsite sources,unless they are available from specifically designated areas on the site as marked on the plans. 2.06 UNSUITABLE MATERIALS A. Topsoil, select material, imported fill,or unclassified fill will be declared as "'unsuitable"by the Owner if, in his opinion, any of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material. ' 1. Moisture _ 2. Decayed or undecayed vegetation 3. Hardpan clay, heavy clay, or clay balls ' 4. Rubbish 5. Construction rubble 6. Sand or gravel 7. Rocks, cobbles, or boulders 8. Cementious matter 9. Foreign matter of any kind B. Unsuitable materials will be disposed of as "waste" as specified in Section 02200. C. Wet Material: If fill material is unsatisfactory for use as embankment solely because of high moisture content,the Architect/Engineer may grant the Contractor permission to process the material to reduce the moisture content to a usable optimum condition. EARTHWORK - 02300 -2- PART 3 -EXECUTION 3.01 SITE PREPARATION: In general, "site preparation," as specified in Section 02200, shall be performed in advance of grading and earthwork operations and shall be completed over the entire area of earthwork operations. 3.02 TOPSOIL A. The removal and storage of topsoil shall occur after site preparation is complete _ and before excavation and embankment construction begin. Likewise, topsoil will be replaced after excavation and embankment construction are complete. 1 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 I protected from contamination by objectionable materials that would render it unsuitable. D. Timing: Topsoil will not be replaced(deposited)until construction activities are complete that would create undesirable conditions in the topsoil, such as overcompaction or contamination. Trenching for items such as electrical conduit and irrigation pressure lines must be complete before topsoil replacement may begin. - D. Replacement: Topsoil will be deposited in a single layer or lift. It will be placed, processed, compacted, and graded to leave a finished layer of topsoil not less than five inches in depth. Unless otherwise indicated, topsoil will be replaced over all areas of earthwork(including slopes), except where pavement is planned. jF. 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 EARTHWORK 02300 1 -3- compaction. Areas of loose granular pockets or of overcompacted soils are not acceptable and will be reworked. Finished areas will promote surface drainage a and will be ready for turfgrass planting. 3.03 UNCLASSIFIED EXCAVATION A. All excavated areas shall be maintained in a condition to assure proper drainage at all times, and ditches and sumps shall be constructed and maintained to avoid damage to the areas under construction. B. Surplus Material: ' 1. Surplus excavation is that quantity of material that may be left over after the grading plan is executed, and all earthwork operations,including excavation,embankment construction,topsoil replacement, and final ' grading, are completed. Any other surplus material shall be disposed of as "waste" as specified in Section 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 EMBANXAMNT 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 proj ect 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 EARTHWORK i 02300 -4- E 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. D. Scarification: The surface of all areas and slopes over which fill is to be placed, other than rock, shall be scarified to a depth of approximately six (6") inches to provide a bond between the existing surface and the proposed embankment. Scarification shall be accomplished by plowing, discing, or other approved means. Prior to fill placement,the loosened material shall be adjusted to the proper moisture content and recompacted to the density specified herein for fill. E. Benching: Scarification is normally adequate for sloping surfaces. However, in r 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 r 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 jconstruction of pavements, slabs, etc. 3.05 DENSITY CONTROL A. Earth Embankment in General: Earth embankment shall be compacted in lifts at a minimum of ninety percent(90%) of Standard Density ASTM D698 with plus EARTHWORK 02300 -5- 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 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, i 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 02486 TOPSOIL 1.00 GENERAL — 1.01 WORK INCLUDED C Furnish labor, materials, equipment and incidentals necessary to place topsoil, free from rock and foreign material in areas designated to receive sodding. 1 2.00 PRODUCTS 2.01 TOPSOIL f A. GENERAL 1. Contractor shall haul and place imported topsoil obtained from off-site ksources to construct the topsoil layer and supplement planting mix as required. All costs related to such imported topsoil fill will be included in the contract price. No additional or separate payment for imported fill will be due to the Contractor. 2. Topsoil shall be secured from an approved off-site location. It shall be fertile, friable,natural loam containing a liberal amount of humus and shall be Y capable of sustaining vigorous plant growth. It shall be free of stones, lumps, clods of hard earth,plants or roots, sticks and other extraneous material. Under no circumstances will topsoil be accepted unless it is free of the aforementioned contaminants. Contractor may use approved means of treating the topsoil to ensure acceptability. 3. The soil texture shall be classified as loam or sandy loam according to the "soil triangle"published by the United States Agriculture Department and the following criteria: a. Sand (2.0 to 0.05 mm dia.)No. 10 sieve; Loam 25-50%; Sandy Loam 45-85% b. Silt (0.05 to 0.002 mm dia.)No. 270 sieve; Loam 30-50%; Sandy Loam less than 50% c. Clay(smaller than 0.002 mm dia.)Hydrometer Analysis Sandy Loam less than 50% d. Natural organic content: Not less than 1.5% e. PH of soil:Not more than 7.6 MW f. Soil texture shall be determined by utilizing processes as prescribed in ASTM D 422 using the No. 10 and No. 270 sieves and a hydrometer analysis TOPSOIL 02486 -1- 3.00 EXECUTION , 3.01 INSTALLATION Place topsoil material at locations indicated on the plans. Remove any trash,wood, stones, construction debris or other objectionable materials from the fill areas prior to { placement. Place and spread topsoil to a uniform depth to provide 6" compacted depth, while maintaining drainage in areas to be sodded. ; END OF SECTION- 02486 TOPSOIL 02486 -2- SECTION 02920 SEEDING PART I -GENERAL 1.1 SUMMARY A Work included: j 1. Shall include seeding as indicated on plans and specified herein. 2. Provide all labor, materials, and equipment necessary to perform the seeding as indicated on the Drawings and as specified. 1.2 REFERENCES _ A. Comply with applicable requirements of the following standards. Where these standards conflict with other specified requirements, the most restrictive requirements shall govern. 1. American Society for Testing and Materials (ASTM): D 1557 Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 10-1b. (4.54-kg)Rammer and 18-in. (457mm)Drop. 1.3 SUBMITTALS A. Samples and Product Information: Representative samples or product information of the following materials shall be provided to the Landscape Architect from the supply source being used for turf seeded areas and native grass seeded areas: 1. Seed type and purity analysis. 2. Fertilizer specifications and guaranteed analysis. 3. Mulch material components, chemical analysis, and manufacturer. 4. Tackifier material components and manufacturer. 1 5. Hydromulch manufacture and type of mulch to be used. B. Construction Schedule: At least two weeks prior to start of work, submit seeding schedule. SEEDING 02920 - I - . z C. Maintenance: Submit three copies of typewritten instructions recommending procedures to be established by the Owner for the maintenance of the lawns for an entire year. Submit prior to Notice of Substantial Completion. 1.4 QUALITY ASSURANCE A. Contractor's Qualifications 1. The work of this section shall be performed by a Contractor specializing in ' seeding or landscape installations. 2. The Contractor shall have successfully completed at least 5 installations of this type, size, and complexity in the last ten years. B. Lawn materials shall comply with all government regulations prevailing at the supply source and the job site. �. 1.5 DELIVERY, STORAGE,AND HANDLING A. To conform to industry standards for seeding 1.6 JOB CONDITIONS A. Do not install seed on saturated or frozen soil. B. Planting season may be extended only with the written permission of the Landscape Architect. 1.7 GUARANTEE A. Warrant all areas for a period of one year from date of Notice of Substantial Completion, to be at least the quality and conditions as at Final Acceptance. Promptly reseed or resod unacceptable areas during the warranty period as directed by the Landscape Architect. B. Guarantee does not cover damage as a result of deicing compounds, fertilizers, pesticides, or other applications not supervised by the Contractor or as a result of acts of God or vandalism. 1.8 ACCEPTANCE A. The Landscape Architect will inspect all work for Substantial Completion upon written request of the Contractor. The request shall be received at least ten calendar days before the anticipated date of inspection. SEEDING 02920 -2- , B. Acceptance will be based on establishment of a uniform stand of turfgrass, defined as coverage of specified grass at a density of 95 percent coverage, with no bare spots greater than one square foot, free of weeds, undesirable grass species, disease, and insects. For grass varieties selected, allow a minimum of 90 days for establishment and maintenance of an acceptable strand of grass. C. In areas that are grassed and not irrigated. An acceptable strand of grass shall be established and the Landscape Architect will inspect the work for Substantial j Completion upon written request of the Contractor. 1 D. Upon completion and re-inspection of all repairs or renewals necessary in the judgment of the Landscape Architect, the Landscape Architect will recommend to the Owner that the work of this Section be accepted. 1 PART 2-MATERIALS 2.1 SEED MIX A. Native Seed Mix to be approved by Landscape Architect and Owner prior to commencement of work. 2.2 TOPSOIL + A.To meet specifications in Section 04286 i PART 3 -EXECUTION 3.1 PREPARATION A Grade Preparation 1. Immediately before seeding scarify, loosen, float and drag the upper 1-2 inches of topsoil to bring it to the proper condition. Remove foreign matter larger than 1/2" in diameter. 2. Fine Grading: After tillage and cleaning, all areas to be planted shall be leveled, fine graded, and drug with a weighted spike harrow or float drag. The required result shall be the elimination of ruts or depressions that f would cause water to stand or pond immediately after rainfall or operation of the lawn irrigation system, humps, and objectionable soil clods. This shall be the final soil preparation step to be completed before the commencement of fertilizing and planting. SEEDING 02920 -3- 3. If the prepared grade is eroded or compacted by rainfall prior to fertilizing, t rework the surface to specified condition. 3.2 SPREADING OF TOPSOIL A. Topsoil and subgrade shall be damp when topsoil is spread. 6F B. Areas to be seeded shall be topsoiled to a minimum depth of 4 in., compacted M measure. Provide additional topsoil depths as required to construct the grades indicated on the Drawings. Topsoil shall be compacted to 85% completion, determined in accordance with ASTM: D 1557. 3.3 SEEDING/HYDROMULCHING/COMPOSTING A. Sow seed during the periods indicated below unless otherwise approved by the Landscape Architect. Do not sow seed when weather conditions are unfavorable, such as during drought or high winds. 1. Warm season mix: Between April 15 and September 1, or when the ground temperature is above 65 degrees Fahrenheit. — 2. Cool season mix: Between September 1 and April 15, when temperatures are above 40"F. — 3. If seeding cannot occur within the specified period, an alternative will be proposed by the Contractor. 4. Perform seeding using approved equipment such as cultipacker seeders, grass seed drill,or wildflower seeder. 5. Hydromulch Capping: Immediately following sprigging or seeding operations, all turf areas are to be capped with wood fiber mulch, using conventional "Hydro-Mulch equipment as manufactured by the Bowie Machine Works, or an approved equal. The hydromulch cap shall be _ applied at the rate of forty-six(46)pounds per one thousand(1,000) square feet (2,000 pounds per acre), using water at the rate of twenty-three (23) ' gallons per one thousand(1,000) square feet(1,000 gallons per acre). 6. Erosion Control Composting_(ECC): Seed shall be injected into compost as it is coning out of the truck during application. Seed shall not be — mixed in the tank prior to application. Fertilizer shall be applied prior to application of ECC. See compost specification for rates and depth of application. 7. Water thoroughly and immediately with a fine mist until soil is soaked to a depth of 3". Maintain soil in a moist condition until seeds have sprouted — SEEDING 02920 -4- and reached a height of 1". Water thereafter at least once every 7 days unless natural rainfall has provided equivalent watering. 3.4 MAINTENANCE A_ Immediately after seeding or hydromulching, the area shall be protected against traffic or other use by erecting barricades as needed, and by placing approved warning signs at appropriate intervals. B. Mow during establishment is not required. C. Fill any depressions or settlement that occurs within 90 days following installation. Reseed or resod bare spots that occur during the maintenance period as directed by the Landscape Architect. D. Keep areas clean and protected from damage during the maintenance period. Debris that accumulates shall be removed from the site. Promptly repair damaged ' lawns except as provided. E. Irrigate as required to supplement natural rainfall so that all bio-swale areas receive sufficient water for normal plant growth. Furnish all temporary irrigation equipment needed for watering and be responsible for securing adequate supply of water because an automatic irrigation system does not exist. j3.5 CLEANING,REMOVAL,AND REPAIR A. Paved areas over which hauling operations have been conducted shall be kept clean. Promptly remove materials spilled on pavement. B. Upon completion of installation, remove from the site and legally dispose of the following: 1. Surplus subgrade material. 2. Stone and foreign matter. C. Excess topsoil not required for lawns or planting shall be stockpiled on site for future use as directed by the Owner's representative. D. Repair existing lawns damaged by operations under the contract. Repair shall ` include finish grading, seeding or sodding as required to match existing grade and lawn, and maintenance of repaired areas. i SEEDING -` 02920 �, i -5- 3.6 GUARANTEE .. A. All material shall be guaranteed by the contractor for a period of one(1)year from the date of final acceptance. B. At the end of the guarantee period the Landscape Architect and Contractor shall = inspect plant material. Any plant material under this contract that is dead or of an unsatisfactory growth condition shall be removed and replaced in a timely fashion by the contractor, at no cost to the owner. ` 3.7 ACCEPTANCE OF WORK A. The contractor and Landscape Architect shall conduct an on site inspection of all work and materials to determine compliance of work with the construction _ documents. B. The contractor shall within reasonable means provide the Landscape Architect with sufficient data to demonstrate compliance with the construction documents. C. The contractor shall be notified in writing of any non-conforming items,which are _ to be corrected(punch-list). D. The contractor and Landscape Architect shall conduct an on site inspection to verify completeness of punch list items. E. Acceptance of work by the Owner shall begin upon verifying completion of punch list items and receipt of all deliverable items to Owner including letter of guarantee;release of liens waiver,record drawings denoting deviations from contract drawings,product data and maintenance guide. F. The contractor shall receive written notification of date of final acceptance and ending date of required guarantee periods from the Landscape Architect. END OF SECTION SEEDING = 02920 -6- A SECTION 02950 UL TREES, SHRUBS, AND GROUND COVER (MULCH MATERIALS) PART 1 -GENERAL 1.1 SUMMARY A. Work Includes: 1. Mulch, installation and soil treatments as indicated on drawings and specified herein. ti 1.2 SUBMITTALS ' A. Samples and Product Information: Representative samples or product information of the following materials shall be provided to the Landscape Architect from the supply source being used: 1. Mulch Material: (1) One pound sample and product information. � j 2. Organic Material: (1) One pound sample and product information, and y shall be "NATURAL T.L.C. COMPOST', supplied by Soil Building Systems, Inc. telephone 972.831.8181 or approved equal. - 3. Soil: (1) One pound sample and product information, for Tree Planting Mix shall be "Tree Mix" supplied by Soil Building Systems, Inc. telephone 972.831.8181 or approved equal. i B. Test Reports: Submit to the Landscape Architect two copies each of certified test reports for: 1 Topsoil(Top 1 inch to 4 inches). 2. Subsoil (6 to 8 inches below Finish Grade). 3. Organic Material: product information and original delivery tickets or receipts. 4. Soil Material: product information and original delivery tickets or receipts. C. Certification .. 1. All material inspection certificates required by federal, state, or other governing authorities will accompany each shipment and be turned over to the Landscape Architect upon delivery. -= TREES,SHRUBS,AND GROUND COVER 02950 - 1 - a 2. Invoice: Original vendor's invoice for each shipment of mulch and soil materials. — D. Construction Schedule: Upon authorization to proceed with the work, submit three copies of Construction Schedule indicating dates for the items of work. 1.3 QUALITY ASSURANCE A. All materials and work shall comply with applicable sections of the following references: 1 American Association of Nurserymen, Inc., (AAN) Standard: American Standard for Nursery Stock(ANSI Z60.1-1986). 2. Hortus Third, Cornell University, 1976. — 3. Fertilizers;Mixed Commercial. Federal Specification: 0-F-241 D. C. Source Quality Control 1. Certification: All landscape materials shall be from stock inspected and certified by authorized governmental agencies. The stock shall comply with governmental regulations prevailing at the supply source and the job site. D. Substitutions 1. If specified landscape material is not obtainable, notify the Landscape ' Architect, who will identify alternate sources or substitutes. Adjustments will be made at no additional cost to the Owner. If replacements are downsized, credits to the Owner will be based on comparable cost ' differential customary for materials and sizes involved. .� 1.4 DELIVERY, STORAGE,AND HANDLING A. Delivery, Storage and Handling 1 Shall conform to industry standards and meet site requirements for storage: 1.5 REJECTION OF MATERIALS A. Evidence of inadequate protection following digging, carelessness while in transit, or improper handling or storage, shall be cause for rejection. TREES,SHRUBS,AND GROUND COVER 02950 -2- B. Upon arrival at the temporary storage location or site of the work, plants shall be inspected for proper shipping procedures. Should the roots be dried out, large branches be broken, balls of earth broken or loosened, or areas of bark be tom, the Landscape Architect has the right to reject the injured plant. C. When a plant has been rejected, remove it from the area of the work and replace it with one of the required size and quality. 1.6 ACCEPTANCE 4 A. The Landscape Architect will inspect all work for Substantial Completion upon { written notice of completion. The request shall be received at least ten calendar ( days before the anticipated date of inspection. B. Acceptance of plant material by the Landscape Architect will be for general conformance to specified size, character, and quality, and shall not diminish responsibility for full conformance to the Contract Documents. C. Upon completion and reinspection of all repairs or renewals necessary in the judgment of the Landscape Architect, the Landscape Architect will recommend to the Owner that acceptance of the work of this Section be given. D. Acceptance in Part 1. The work may be accepted in parts when it is determined to be in the Owner's best interest to do so, and when permission is given to the Contractor in writing to complete the work in parts. 2. Acceptance and use of such areas by the Owner shall not waive any other provisions of the Contract. 1.7 MAINTENANCE A. Contractor shall maintain plant material as described in Part 3 (G) of this section. i l f 1.8 GUARANTEE A. Plants shall be guaranteed for period of one year after the date of Acceptance b g p Y p Y the Owner. 1. When the work is accepted in parts, the guarantee perio ds shall extend from each of the partial acceptances to the terminal date of the last guarantee period. Thus, all guarantee periods terminate at one time. TREES,SHRUBS,AND GROUND COVER 02950 -3- B. Plants shall be healthy, free of pests and disease, and in flourishing condition at the end of the guarantee period. Plants shall be free of dead and dying branches and branch tips, and shall bear foliage of normal density, size, and color. C. Contractor shall replace dead plants and all plants not in a vigorous, thriving condition, as determined by the Landscape Architect during and at the end of the guarantee period, without cost to the Owner, as soon as weather conditions permit and within the specified planting period. 1. Replacements shall closely match adjacent specimens of the same species. i Replacements shall be subject to all the requirements stated in this _ Specification. 2. Contractor to make all necessary repairs due to plant replacements. Such a repairs shall be done at no extra cost to the Owner. 3. The guarantee of all replacement plants shall extend for an additional one- year period from the date of their acceptance after replacement. In the event that a replacement plant is not acceptable during or at the end of the said extended guarantee period, the Owner may elect one more �- replacement or credit for each item. D. At the end of the guarantee period, and no less than five days prior to final inspection, staking and guying materials, and tree wrap and ties shall be removed from the site. 1.9 FINAL INSPECTION AND FINAL ACCEPTANCE A. At the end of the guarantee period, the Landscape Architect will, upon written notice of end of guarantee period inspect the work for Final Acceptance. Request shall be received at least ten calendar days before the anticipated date for Final Inspection. B. Upon completion and reinspection of full repairs or replacements necessary in the judgment of the Landscape Architect at that time, the Landscape Architect will recommend to the Owner that Final Acceptance of the Work of the Section be given. -- PART 2 -PRODUCTS 2.1 MATERIALS A. Soil Amendments 1. Organic material shall be "NATURAL T.L.C. COMPOST', supplied by Soil Building Systems, Inc. telephone 972.931.8181 or equal. TREES,SHRUBS,AND GROUND COVER 02950 -4- 2. Soil for Tree Planting Mix shall be "Tree Mix" supplied by Soil Building Systems,Inc. telephone 972.831.8181 or approved equal. 3. Sand shall be clean, coarse, ungraded, meeting the requirements of ASTM l C33 for fine aggregates. I B. Mulch material shall be finely ground, fibrous hardwood bark, free from other foreign material,passing a 1 1/2 inch screen. - 2.2 SOIL MIXES A. Bio-swale planting mix: 1. Fill shall be 50% finely chopped native soil, 25% masonry sand and 25% organic. 2. Top dress with(6)six inches of mulch. PART 3 -EXECUTION 3.1 BIO-SWALE AREAS A. Excavation 1. Rocks and other underground obstructions shall be removed to a depth 1 necessary to permit proper planting according to plans and specifications. If underground utilities or other structural obstructions are encountered, l alternate planting locations will be determined by the Landscape Architect. y , 2. Bio-swale areas shall be dug only by methods approved by the Landscape Architect. a. Areas shall conform to dimensions shown on the drawings. 3. Excavated material that is not conductive to plant growth will not be used for backfill in any planter or planting pit and shall be removed to an area designated by the Landscape Architect. 4. All bio-swale areas suspected of having inadequate drainage shall be tested. _= TREES,SHRUBS,AND GROUND COVER 02950 -5- a B. Mulching 1. Mulching shall take place within 48 hours after planting. 2. Mulch plant beds and tree and shrub planting pits to a uniform depth of(6) six inches depth. a 3. Mulch shall be kept out of the crowns of shrubs, away from tree trunks, and off buildings,sidewalks, light standards, and other structures. 3.2 ACCEPTANCE OF WORK A. The contractor and Landscape Architect shall conduct an on site inspection of all work and materials to determine compliance of work with the construction documents. B. The contractor shall within reasonable means provide the Landscape Architect with sufficient data to demonstrate compliance with the construction documents. C. The contractor shall be notified in writing of any non-conforming items,which are to be corrected(punch-list). D. The contractor and Landscape Architect shall conduct an on site inspection to verify completeness of punch list items. E. Acceptance of work by the Owner shall begin upon verifying completion of punch list items and receipt of all deliverable items to Owner including letter of guarantee;release of liens waiver,record drawings denoting deviations from contract drawings,product data and maintenance guide. ' F. The contractor shall receive written notification of date of final acceptance and ending date of required guarantee periods from the Landscape Architect. ' END OF SECTION TREES,SHRUBS,AND GROUND COVER 02950 -6- va,i. ,vo iu.L4 rAA o t 1 a I 14 UITY OF FT WORTH z 00s/009 } SECTION 32 1216 ASPHALT PAVING PART 1 -GENERAL 1.01 WORK INCLUDED Furnish labor, materials, equipment and incidentals necessary to perform operations in connection with the construction of hot mix asphaltic concrete (HMAC) base course, leveling-up course and surface course or any other combination of these courses. Construct the pavement on the previously completed and approved subgrade, base, or existing pavement. 1.02 QUALITY ASSURANCE A. DESIGN CRITERIA Use the services of an independent testing laboratory to prepare a mix design to comply with Texas Department of Transportation, Standard Specification Item 340 or may use a previously prepared mix design meeting the specification requirements with satisfactory substantiation of experience with the mix. 1.03 SUBMITTALS Submittals shall be in accordance with Section 01 3323—SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES and shall include: A. A mix design 1.04 STANDARDS Hot mix asphaltic concrete (HMAC) pavement shall conform to the requirements of the current Texas Department of Transportation (TXDOT), Standard Specification for "Hot Mix Asphaltic Concrete Pavement", Item 340, except as specified herein. Asphaltic material shall comply with Texas Department of Transportation (TXDOT) Standard Specification Item 300, except as specified herein. ASTM D-2027 "Specification for Cutback Asphalt(Slow-Curing Type)" 1.06 DELIVERY AND STORAGE Haul the asphaltic mixture to the job site in tight vehicles previously cleaned of foreign materials. Arrange the dispatching of vehicles so that all material delivered shall be placed and all rolling shall be completed during daylight hours. In cool weather, or for long hauls, canvas covers may be required. The inside of the truck body may be given a light coating of oil, if necessary, to prevent the asphaltic mixture from adhering to the body. 1.06 JOB CONDITIONS A. Do not apply prime coat when the air temperature is below 50 degrees Fahrenheit and failing, but may be applied when the air temperature is above 40 degrees Fahrenheit and rising, the air temperature being taken in the shade and away from artificial heat. Do not place asphaltic material when general weather conditions, in the opinion of the Engineer are not suitable. B. The asphaltic mixture shall be at a temperature between 225 and 350 degrees Fahrenheit when dumped from the mixer. The Engineer shall determine the temperature, within the ASPHALT PAVING 321216- 1 lIiix ur ri nuxlti I0006/009 above limitations. The mixture when dumped from the mixer shall not vary from the selected temperature more than 30 degrees Fahrenheit. PART 2-PRODUCTS 2.01 MATERIALS A. AGGREGATE: Conform to TXDOT Standard Specification Item 340. The Type"B"mixtures and at least three bins when producing Type "D" mixture. These bins shall contain the following sizes of aggregate, in percentages by weight or by volume, as applicable. Gradation for base course or leveling-up course shall comply with Type B listed as follows: Type"B"(Fine Graded Base Course): Bin No. 1 Shall contain aggregates of which 85 to 100 percent will pass the No. 10 sieve. Bin No. 2 Shall contain aggregates of which at least 70 percent will be of such size as to pass the No.4 sieve and be retained on the No. 10 sieve. Bin No. 3 Shall contain aggregates of which at least 75 percent will of such size as to pass the 318 in sieve and be retained on the No.4 sieve. The asphaltic material shall form from 3.5 to 7 percent of the mixture by weight unless specified otherwise on the plans. Gradation for surface course shall comply with Type D listed as follows: TYpe"D" Fine-Graded Surface Course): Bin No. 1 Shall contain aggregates of which 85 to 100 percent will pass the No. 10 sieve. Bin No. 2 Shall contain aggregates of which at least 70 percent will be of such size as to pass the No.4 sieve and be retained on the No. 10 sieve. Bin No. 3 Shall contain aggregates of which at least 75 percent will be of such size as to pass the 1/2-inch sieve and be retained on the No.4 sieve. The asphaltic material shall form 4 to 8 percent of the mixture by weight. B. ASPHALTIC MATERIALS: Comply with TXDOT Standard Specification Item 300. In general, the grade of asphalt shall be AC-20. Other grades of asphalt shall be considered if weather conditions or mix design appear to warrant a change. Prime coat shall comply with TXDOT Standard Specification Item 300, Grade MC-30. Tack coat shall meet the requirements of cutback asphalt RC-2 and ASTM D-2027. 2.02 EQUIPMENT The equipment necessary for the construction of the hot mix asphaltic concrete pavement shall be on the project site and shall be approved by the Engineer as to condition before the Contractor shall be permitted to begin construction operations on which the equipment is to be used. Equipment shall be maintained in good repair and operating condition. A. SPREADING AND FINISHING MACHINES The spreading and finishing machine shall be of a type approved by the Engineer and capable of producing a surface that shall meet the requirements of the typical cross section and surface test. B. ROLLERS 1. PNEUMATIC TIRE ROLLER ASPHALT PAVING 321215-2 vat-LU/vo lv.L4 PAA O/1 0144 UITY Ur• Fr WORTH 4n 0071009 The roller shall consist of not less than seven (7)pneumatic tire wheels, running on axles in such a manner that the rear group of tires shall cover the entire gap between adjacent tires of forward group; mounted in a rigid frame; and provided with a loading platform or body suitable for ballast loading. The front axle shall be attached to the frame in such a manner that the roller may be turned within a minimum circle. The tire shall afford surface contact pressures up to 90 pounds per square inch or more. The roller shall be so constructed as to operate in both forward and a reverse direction with suitable provisions for moistening the surface of the tires while operating; and shall be approved by the Engineer, 2. TWO AXLE TANDEM ROLLER The roller shall be an acceptable power-driven, steel-wheel tandem roller weighing not less than eight (8) tons. The roller must operate in forward and reverse directions; contain provisions for moistening the surface of the wheels while in motion; and shall be approved by the Engineer. 3. THREE WHEEL ROLLER The roller shall be an acceptable power-driven, all steel three (3) wheel roller weighing not less than ten (10) tons. The roller must operate in forward and reverse directions; contain provisions for moistening the surface of the wheels while in motion; and shall be approved by the Engineer. 4. VIBRATORY STEEL WHEEL ROLLER If approved for use by the Engineer, this roller shall have a minimum weight of six (6) tons. The compactor shall be equipped with amplitude and frequency controls and shall be specifically designed to compact the material on which it is used. The roller shall be operated in accordance with the Manufacturer's recommendations. C. STRAIGHT EDGES The Contractor shall provide acceptable straightedges for the surface testing. Satisfactory templates shall be provided as required by the Engineer. PART 3-EXECUTION 3.01 PREPARATION A. PRIME COAT Apply a uniform coat of prime coat asphaltic material to the surface of the prepared subgrade, sub-base, or base, applied at a rate of not less than 0.30 gallon per square yard of surface. Apply a thin uniform coat of the prime coat material to contact surfaces of gutters, manholes,and other structures. B. TACK COAT Thoroughly clean the surface of the asphalt base course and apply a uniform coat of tack material meeting the requirements for cutback asphalt RC-2 diluted by the addition of(not to exceed 15% by volume) gasoline and/or kerosene. Apply a tack coat when the surface to be paved is portland cement concrete, brick, or asphaltic pavement. Apply the tack coat using sprayer at a rate not exceeding 0.10 gallon per square yard surface. Paint contact surfaces of curbs, gutters, vertical faces, and other structures in actual contact with asphaltic mixes with asphaltic material to provide a closely bonded,watertight joint. C. COMPACTED THICKNESS OF ASPHALTIC CONCRETE SURFACE COURSES AND BASE COURSES 1_ SURFACE COURSE The compacted thickness or depth of the asphaltic concrete surface shall be as Indicated on the plans. Where the plans indicate a depth or thickness of the surface course greater than 2" compacted depth, same shall be placed in multiple courses of equal ASPHALT PAVING 32 1216-3 WIX ur. r-r WURT11 10008/009 depth, each which shall not exceed 2"compacted depth. A tack coat is required between any of the multiple courses, and applied at the rate specified. 2. BASE COURSE The compacted thickness or depth of each base shall be as indicated. Where the plans indicate a depth r thickness of the course greater than 4", same shall be accomplished by constructing multiple lifts of approximately equal depth,each of which shall not exceed these maximum compacted depths. An additional tack coat is required between any of the multiple lifts,and applied at a rate specified. 3.02 PLACEMENT A. Place the asphaltic mixture on an approved base course with the previously specified spreading and finishing machine in such a manner that, when properly compacted, the finished course shall comply with the maximum thickness requirements, shall be smooth, of uniform density and meet the requirements of the typical cross sections and the surface test. During the placing and spreading of the asphaltic material,take care to prevent the spilling of the material onto adjacent pavement, gutters, or structures. B. In small areas, which are inaccessible to the spreading and finishing machine, hand spreading may be authorized by the Engineer, provided an acceptable surface can be obtained. 3.03 COMPACTION A. Rolling with the 3-wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the surface course, overlapping on successive trips by at least half the width of the rear wheels. Alternate trips of the roller shall be slightly different in length. Rolling with the pneumatic fire roller shall be done as directed by the Engineer. Rolling shall continue until no further compression can be obtained and all roller marks are eliminated. The motion of the rollers shall be slow enough at all times to avoid displacement of the asphaltic surface material. If displacement should occur, correct the situation at once by the use of rakes and fresh asphaltic mixtures. The roller shall not be allowed to stand on the surface course when it has not been fully compacted and allowed to cool. To prevent adhesion of the surface to the roller, the wheels shall be kept thoroughly moistened with water, but an excess of water shall not be permitted. Rollers must be in good mechanical condition. Take the necessary precautions to prevent the dripping of gasoline, oil, grease, or other foreign matter on the surface course while the rollers are in motion or when standing. In areas where surface course cannot be compacted with the roller, hand tamps, lightly oiled, shall be used to secure the required compaction. B. With approval by the Engineer, the vibratory steel wheel roller may be substituted for the 3- wheel roller and tandem roller. Each course, after final compaction, shall contain from 5 to 9 percent air voids determined by TXDOT Test Method TE 207-F. 3.04 FIELD QUALITY CONTROL A. SURFACE TESTS The finished surface of the pavement after compression shall be smooth and true to the established line, grade, and cross section. When tested with a 16' straightedge placed parallel to the centerline of the roadway, the finished surface shall have no deviation in excess of 1/16" per foot from the nearest point of contact. The maximum ordinate measured from the face of the straightedge shall not exceed 1/4" at any point. Any point in the pavement surface not meeting these requirements shall be immediately corrected. B. PAVEMENT THICKNESS TEST ASPHALT PAVING 32 1216-4 vor L-ofvo iv.ca rnn oI1 a/r% %111Y Ur r-1, WU1tTt1 10009/009 Upon completion of the work and before final acceptance and final payment shall be made, pavement thickness test shall be made by the Owner or his authorized representative unless otherwise specified in the special provisions or in the plans. The number and location of tests shall be at the discretion of the Engineer. The cost for the initial pavement thickness test shall be at the expense of the Owner. In the event a deficiency in the thickness of the pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. The cost for the additional coring test shall be at the same rate charged by commercial laboratories. C. WATER TEST A water test involving the dumping of potable water on the outside edge of the track and high jump area to observe drainage shall be performed by the Contractor in the presence of the track surfacing installer, the Architect/Engineer, and the Owner's representative. The water shall be evenly discharged along the outside edge of the track and high jump area. All "bind baths," low areas, depressions, ridges, humps, seams, etc., shall be marked on the surface and shall be eliminated prior to placement of the track surfacing. All materials used for repair of depressions, ridges,seams, etc., shall be approved by the track surfacing contractor. D. INSPECTION OF HMAC BASE: The track surfacing installer must inspect and approve in writing the surface of the HMAC base paving installed by the Contractor as to the trueness of the plane and slope and acceptability and readiness for the track surfacing installation. Any deficiencies noted during the inspection shall be presented to the Contractor for correction. END OF SECTION ASPHALT PAVING 321216-5 SECTION 03300—CAST-IN-PLACE CONCRETE PART 1 - GENERAL - 1.01 SCOPE OF WORK A. Concrete Sidewalk - B. Concrete Handicap Ramps C. Picnic Table Slabs D. Playground Edging -4 E. Concrete Walls and Footings 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. 1. `Green' cement shall be procured from a kiln utilizing a dry kiln process or from any kiln that does not produce an excess of 1.71b of NOx emissions per ton of clinker produced. 2. All related costs for complying with the `Green Cement' Policy shall be considered ancillary to the applicable project pay items. 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 CAST-IN-PLACE CONCRETE 03300 - 1 - 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 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. CAST-IN-PLACE CONCRETE 03300 -2- 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. rt r r CAST-IN-PLACE CONCRETE 03300 -3. MW 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 with 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. The edge of joints shall be tooled with an edging tool having a 1/2 inch radius. B. Contraction Joints: Contraction joints shall be 1/4 inch wide by 3/4 inch deep, tooled joints placed on six foot centers, unless otherwise indicated. Contraction _. joints will not be required to be sealed. Sawed joints may be allowed only if specifically approved by the Engineer. 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. C. Construction Joints: Construction joints shall be installed in all concrete work at the locations shown on the Plans. Construction joints formed at the close of each day's work shall be located at any of the control joints designated on the Plans. Joints may be constructed by use of wood or preformed metal bulkheads set true to the section of the finished concrete and cleaned and oiled. Surplus concrete on the subgrade shall be removed before resuming concreting operations. 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 placement of the concrete. The concrete shall be transported, placed and spread in such a CAST-IN-PLACE CONCRETE 03300 -4- 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 y placing and shall be thoroughly worked around reinforcement and embedded fixtures and into the corners of the forms. Special care shall be taken to prevent voids and honeycombing. The concrete shall then be struck off and bull-floated to the grade shown on the Plans before bleed water has an opportunity to collect on the surface. 3.04 FINISHING All concrete shall be finished by experienced,qualified concrete finishers. All concrete shall have a neat, rounded edge. Edging and jointing (radius described on Plans)shall be _ accomplished with care so as not to leave deep impressions in the concrete surface adjacent to edges and joints. After the concrete has been floated and has set sufficiently to support the weight of cement finishers, a smooth steel trowel will be used to produce hard surface. The entire surface will then be brushed with a stiff bristle broom to produce a uniform textured finish. All edges and sides of concrete exposed to view shall be free of warp and blemishes with a uniform texture and smoothness as described in Plans. 3.05 CURING Curing Compound: Immediately after the finishing operations, the concrete shall be y completely covered with a curing compound. The concrete surface shall be kept moist between finishing operations and the application of the curing compound. The curing compound shall be applied under pressure by means of a spray nozzle at a rate not to exceed 200 square feet per gallon. A minimum of 72 hours curing time will be required. 3.06 CONCRETE WALLS A. Placing Concrete 1. Where tremies are used, or where the free drop is 5'-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 .5- 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 I. 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-M-PLACE CONCRETE .. 03300 -6- SECTION 07920- CAULKING AND SEALANTS PART I -GENERAL 1.01 DEFINITIONS: J A. The term"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. 1 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. A. Concrete-to-Concrete(Horizontal Joint): NR-201 with primer. - B. Masonry-to-Masonry or Concrete-to-Concrete(Vertical): Dynatrol II 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 fiu-nish 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- t .. 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 filljoint 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 1 �. 1 CAULKING AND SEALANTS 07920 C -3- CLARIFICATION OF BID ITEMS Table of Contents 1, NON-PAY ITEM-SPRINLING FOR DUST CONTROL.....................................................2 2. NON-PAY ITEM-PROTECTION OF TREES, PLANTS AND SOIL..................................2 3. NON-PAY ITEM-CONCRETE COLORED SURFACE.....................................................2 4. NON-PAY ITEM-PROJECT CLEAN-UP ........6 .................................................................. 5. NON-PAY ITEM_PROJECT SCHEDULE:.'••...•-•1•....-..•.•,.•.••...••..•••..................................6 6. NON-PAY ITEM WASHED ROCK. .6 7. NON-PAY ITEM-SAWCUT OF EXISTING ROADWAY...................................................6 8. NON-PAY ITEM-FEE FOR STREET USE PERMITS AND RE-INSPECTIONS..............7 ' 9. NON-PAY ITEM-PROJECT DESIGNATION SIGN............................ I 10. NON-PAY ITEM-TRAFFIC CONTROL.............................................................................7 11. PAY ITEM-PROJECT A-REMOVAL OF EXISTING PAVEMENT .................................8 12. PAY ITEM-PROJECT A- H.M.A.C. PAVEMENT(2"OVERLAY)...... . ..8 13. PAY ITEM-PROJECT A- H.M.A.C. PAVEMENT(3"OVERLAY)....................................8 14. PAY ITEM-PROJECT A- H.M.A.C. PAVEMENT (5"NEW SECTION)............................8 15. PAY ITEM-PROJECT A-H.M.A.C. PAVEMENT (7" NEW SECTION)............................8 16. PAY ITEM-PROJECT A-7" REINFORCED CONCRETE PAVEMENT..........................9 17. BID ALT#1 -PROJECT A-7" REINFORCED STAINED CONCRETE PAVEMENT........9 18. BID ALT#2-PROJECT A-7"REINFORCED STAMPEDCONCRETE PAVEMENT.......9 19. PAY ITEM-PROJECT A-CONCRETE RUNNER(TYPE A AND TYPE B)...................10 20. PAY ITEM-PROJECT A-CONCRETE WALKWAY, LEADWALK AND WHEELCHAIR RAMP................................................................................................................................10 21. PAY ITEM-PROJECT A-4'PVC PIPE SUBDRAIN......................................................10 22. PAY ITEM-PROJECT A-GRAVEL FOR PARKING AREAS.........................................10 23. PAY ITEM-PROJECT A-TRAFFIC BUTTONS.............................................................11 24. PAY ITEM-PROJECT A-WHEEL STOPS....................................................................11 25. PAY ITEM--PROJECT A- ROCK RIPRAP .....................................................................11 26. PAY ITEM-PROJECT A-TOPSOIL...............................................................................11 27. PAY ITEM-PROJECT A-FLEXIBLE GROWTH MEDIUM............................................11 28. PAY ITEM-PROJECT A-EROSION CONTROL (COMPOST SOCK)..........................11 29. PAY ITEM-PROJECT A-KIOSK A................................................................................12 30. PAY ITEM-PROJECT A-KIOSK B. .13 31. PAY ITEM-PROJECT C-SIDEWALK AND TRAIL REMOVAL........................... 13 32. PAY ITEM-PROJECT C-CONCRETE WALKWAY......................................................13 i' 33. PAY ITEM-PROJECT C- LIMESTONE TRAIL.............................. ............14 ! 34. PAY ITEM-PROJECT C- KIOSK A................................................................................14 35. PAY ITEM-PROJECT C-KIOSK B................................................................................14 36. PAY ITEM-PROJECT C-TOPSOIL................... .........14 .................................................. 37. PAY ITEM-PROJECT C-MULCH.................................................................................14 38. PAY ITEM-PROJECT C -EROSION CONTROL(COMPOST SOCK)..........................14 Clarification of Bid Items-Page 1 of 15 CLARIFICATION OF BID ITEMS FOR: IMPROVEMENTS AT THE FORT WORTH NATURE CENTER AND REFUGE CITY PROJECT NO. PROJECT NAME PROJECT NUMBER D.O.E.NO. ROAD& PARKING C200/541600/801370037280 5575 WALKS AND TRAILS C280/541600/801500037280 5577 CLARIFICATION OF BID ITEMS-NON PAY ITEMS The following items are included in this project, and are considered to be subsidiary to the construction of other items under this contract. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: F All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. - NON-PAY ITEM -PROTECTION OF TREES PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, planting areas, etc., shall be preserved or restored after completion of the work to a condition equal or '- better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning)can be done on trees or shrubs growing on public property including street rights- of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any " damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus,all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is " recommended. NON-PAY ITEM -CONCRETE COLORED SURFACE: Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturers' instructions. Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer, meeting the aforementioned specifications. The sample, upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to the individual concrete items constructed under this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. Clarification of Bid Items-Page 2 of 15 -- NON-PAY ITEM -SILICONE JOINT SEALING FOR CONCRETE PAVEMENT: CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2,May 12, 1994) 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11)"Joint Sealing Materials"of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - 1 CITY OF FORT WORTH, and Item 2.210"Joint Sealing"of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION-NORTH TEXAS I COUNCIL OF GOVERNMENTS. 2. MATERIALS 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant,the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant meets these requirements. 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall - be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied. 2.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Coming 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, MI 48686-0994, or an j approved equal. ( Self-Leveling Silicone Joint Sealant Test Method Test Requirement AS SUPPLIED *"** Non Volatile Content, % min. 96 to 99 MIL-S-8802 Extrusion Rate, grams/minute 275 to 550 F ASTM D 1475 Specific Gravity 1.206 to 1.340 "** Skin-Over Time, minutes max. 60 Cure Time, days 14 to 21 Full Adhesion, days 14 to 21 AS CURED-AFTER 21 DAYS AT 25C (77F)AND 50% RH i ASTM D 412, Die C Mod. Elongation, %min. 1400 ASTM D 3583 Modulus @ 150% Elongation, psi max. 9 Clarification of Bid Items-Page 3 of 15 j (Sect. 14 Mod.) 1 ASTM C 719 Movement, 10 cycles @ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete,% Elongation min. 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt, %Elongation min. 600 (Sect. 14 Mod.) _ 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the"Construction Detail"sheet for the various joint details with their respective dimensions. ' 3. TIME OF APPLICATION ` On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the"Construction Detail"sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy"joints,the initial 1/4 inch width"green"saw-cut and the "reservoir"saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.)The pavement shall be allowed to cure for a minimum of seven (7)days. Then the saw cuts for the joint sealant reservoir shall be made,the joint cleaned, and the joint sealant installed. During the application of the joint sealant,the weather shall not be inclement and the _ temperature shall be 40F(4C)and rising. 4. EQUIPMENT 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 4.2 Concrete Saw:The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. — 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors:The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump:The output shall be capable of supplying a sufficient volume of sealant to the joint. ` 4.6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 4.7 Sandblaster:The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4.8 Backer Rod Roller and Tooling Instrument:These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. Clarification of Bid Items-Page 4 of 15 5. CONSTRUCTION METHODS 5.1 General:The joint reservoir saw cutting,cleaning, bond breaker installation, and ' joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints:The joints shall be saw-cut to the width and depth as shown on the"Construction Detail"sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high f pressure water. The water flushing shall be done in one-direction to prevent joint contamination. When the Contractor elects to saw the joint by the dry method,flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After complete drying,the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at 1 an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional t passes. Upon the termination of the sandblasting,the joints shall be blown-out 4` using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found,the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning,the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. i Bond Breaker Rod and Tape:The bond breaker rod and tae shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint j sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less {{ than 40F(4C). Joints shall not be sealed unless they are clean and dry. . 1 Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints:A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He . shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. T - Clarification of Bid Items—Page 5 of 15 6. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed — joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Engineer. 7. BASIS OF PAYMENT No separate measurement or payment will be made for silicone joint sealant. It shall be considered subsidiary to the construction of the concrete pavement. �- NON-PAY ITEM -PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid — items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be limited to: _ • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off of residents'property If the Engineer does not feel that the jobsite has been kept in an orderly condition,on the next estimate payment(and all subsequent payments until completed)of the appropriate bid item(s)will be reduced by 25%. — Final cleanup work shall be done for this project as soon as the paving and curb and gutter have been ' constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer. NON-PAY ITEM - PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This — schedule shall detail all phases of construction, including project clean up, and allow the Contractor to complete the work in the allotted time. Contractor will not move on to the jobsite nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved with producing and maintaining the project schedule shall be considered subsidiary to this contract. NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the Engineer shall washed, crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) ` Sieve Size % Retained 1" 0-10 1/2° 40-75 3/8" 55-90 #4 90-100 #8 95-100 " Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131. NON-PAY ITEM—SAWCUT OF EXISTING CONCRETE AND HMAC PAVEMENTS: _ When existing concrete or H.M.A.C. is cut,such cuts shall be made with a concrete saw. The Contractor may break out cutb and gutter-to the nearest joint if he chooses. All sawing shall be subsidiary to the unit cost of the respective construction item. Clarification of Bid Items—Page 6 of 15 NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS: A fee for street use permits is in effect. In addition, a separate fee for re-inspections for parkway .. construction, such as driveways, sidewalks, etc., will be required. The fees are as follows: The street permit fee is$50.00 per permit with payment due at the time of permit application. A re=inspection fee of$25.00 will be assessed when work for which an inspection called for is incomplete. Payment is due prior to the City performing re-inspection. Payment by the Contractor for all street use permits and re-inspections shall be considered subsidiary to the contract cost and no additional compensation shall be made. NOWPAY ITEM -PROJECT DESIGNATION SIGN: The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of 3/4" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. INo separate payment will be made for Project Designation Signs; providing and maintaining said signs shall be considered subsidiary to this contract. NON PAY ITEM -TRAFFIC CONTROL: The Contractor will be required to obtain a "Street Use Permit' prior to starting work. As part of the "Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways,"codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos.27,29,30 and 31. 1 A traffic control plan shall be submitted for review to Mr.Charles R. Burkett, City Traffic Engineer at(817) i 392-8712, at the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed,the Contractor's time will begin in accordance with the time frame established in the Notice to the Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign, j which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division, (Phone Number 871-7738)to remove the sign. In the case of regulatory signs,the 1 Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. Work shall not be performed on certain locations/streets during "peak traffic periods" as determination by the City Traffic Engineer and in accordance with the applicable provision of the"City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas." Clarification of Bid Items-Page 7 of 15 i A CLARIFICATION OF BID ITEMS—PROJECT A,ROAD AND PARKING LOT IMPROVEMENTS PAY ITEM A-1 -REMOVAL OF EXISTING PAVEMENT: The existing paving in the parking area as noted on the demolition plan to be removed shall be , coordinated with the owner for disposal on site. Removal of material shall be measured by lump sum. Payment shall be made at the unit price bid per — square yard and shall include all labor, material, and equipment deemed necessary to complete this pay item. PAY ITEM A-2—HMAC PAVEMENT(2" OVERLAY) , PAY ITEM A-3—HMAC PAVEMENT(3" OVERLAY) PAY ITEM A-4—HMAC PAVEMENT(5" NEW SECTION) PAY ITEM A-5—HMAC PAVEMENT M' NEW SECTION) For the pay items A-3 through A-6 see the following: , HMAC Pavement shall be installed at the locations shown on the plans per type in accordance with the project details and the applicable provisions of Item 340 of the Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition, graded hot-mix asphalt, Type B fine graded base course, and Type D fine graded surface course. All applicable provisions of Standard Specification No. 312 shall apply. Provisions of Standard Specification No.312.7.7'Construction Tolerance'shall apply except as modified herein: 1) After completion of each asphalt paving course, core tests will be made to determine compliance with , the contract specifications. The hot-mix asphaltic concrete pavement will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will be determined by measurement cores taken at locations determined by the Engineer. The thickness of individual cores will be determined by averaging at least three (3) measurements. If the core measurements indicate a deficiency, the length of the area of such deficient thickness shall be determined by additional cores taken along the length of the pavement in each direction until cores are obtained which are at least of specified thickness. The width of such area shall not be less than %of the roadway width. 2) When the thickness of the base course (as determined from core samples) is more than 15% _ deficient of the plan thickness, the Contractor shall remove and replace the deficient area at his own expense. If the thickness is less than 15% deficient, the Contractor shall make up the difference in the base thickness with surface course material. 3) The surface course must be the plan thickness. This does not include surface course material used to make up deficiencies in the base course as described in item 2). 4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan thickness. Deficient areas (as determined in item 1)found to be less than the plan thickness will be removed and replaced at the Contractor's expense. 5) No additional payment over the contract price will be made for any hot-mix asphaltic concrete course of a thickness exceeding that required by the plans and specifications. 6) HMAC Testing Procedure: The Contractor is required to submit a Mix Design for both Type"B"and"D"asphalt that will be used for each project. This should be submitted at the Pre-Construction Conference. This design shall not .� be more than two(2)years old. Upon submittal of the design mix a Marshal (Proctor)will be Clarification of Bid Items—Page 8 of 15 calculated, if one has not been previously calculated, for the use during density testing. For type"B" asphalt a maximum of 20%rap may be used. No Rap may be used in type"D" Upon approval of an asphalt mix design and the calculation of the Marshal (proctor)the Contractor is approved for placement of the asphalt. The Contractor shall contact the City Laboratory,through the inspector, at least 24 hours in advance of the asphalt placement to schedule a technician to assist in _ the monitoring of the number of passes by a roller to establish a rolling pattern that will provide the required densities. The required Density for Type"B"and for Type"D"asphalt will be 91% of the calculated Marshal (proctor). A Troxier Thin Layer Gauge will be used for all asphalt testing. 1 " After a rolling pattern is established,densities should be taken at locations not more than 300 feet t apart. The above requirement applies to both Type"B" and "D"asphalt. Densities on type`B"must lI be done before Type"D"asphalt is applied. Cores to determine thickness of Type"B"asphalt must be taken before Type"D"asphalt is applied. Upon completion of the application of Type"D" asphalt additional cores must be taken to determine the applied thickness. Measurement shall be by the square yard. Payment shall be made at the unit price bid per square yard of HMAC Pavement installed and shall be full compensation for all labor, material, and equipment deemed necessary to complete this pay item. PAY ITEM A-6 -7" REINFORCED CONCRETE PAVEMENT: BID ALT-#1 -7" REINFORCED STAINED CONCRETE PAVEMENT: BID ALT42 -7" REINFORCED STAMPED CONCRETE PAVEMENT: For the pay items A-6 including Bid Alternate#1 and#2 see the following: 4 All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply. The f Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. Concrete shall have a minimum compressive strength of 3,000 psi at 28 days. Joint sealant shall be self leveling silicone as described in this document. No separate payment shall be made for silicone joint sealant. For Bid Alternate# 1 -Coloring of concrete pavement shall be charcoal grey, applied as specified in these documents,and shall be bid as a separate bid item number one. For Bid Alternate#2-The areas of the concrete pavement shall be stamped with a country cobblestone texture or approved equal as indicated on the plans. A photograph showing the desired texture is included in Appendix A. The stamping texture shall be approved by the Architect prior to placing the concrete pavement. Texturing and stamped finish of the concrete shall be bid as a separate bid item number two. If the concrete pavement placed cracks within the warranty period, and evaluation will be made by a City ` of Fort Worth representative. Once the evaluation of the pavement is made to determine whether the crack is due to distress or minor shrinkage, the following policy will apply: .. (1) When the crack is minor and due to shrinkage(cosmetic), then no further treatment will be needed. (2) If the crack is due to distress (structural), the failed pavement must be removed and 2 replaced a minimum of 5 feet. In no case should the remaining portion of the panel be less than 5 feet wide after repairing the failed panel. (3) Any crack within 12 inches of any joint must be removed and replaced a minimum of 5 feet to prevent future spalling of the pavement. 7" Reinforced Concrete Pavement shall be measured by the square yard. Payment shall be made at the contract unit price bid per square yard shall include coloring pigment, textured finish, stamping, and the Clarification of Bid Items-Page 9 of 15 placement of the Fort Worth Nature Center Logo. Payment shall be full compensation for all labor, material, equipment and incidentals necessary to complete the work. PAY ITEM A-7-TYPE A AND TYPE B CONCRETE RUNNER: Type A and Type B Concrete edge shall be placed as shown on the construction plans, in accordance with the requirements of Standard Specification Item 502. - Measurement for Type A and Type B Concrete Edge shall be made by the linear foot. Payment shall be made at the contract unit price bid per linear foot, and shall be full compensation for all labor, material, equipment and incidentals necessary to complete the work. PAY ITEM A-8-CONCRETE WALKWAY, LEADWALK AND WHEELCHAIR RAMP: - All applicable provisions of standard Specifications Item 104"Removing Old Concrete"and Item 504 "Concrete Sidewalk Driveways"shall apply except as herein modified. The Contractor shall construct standard concrete wheelchair ramps as shown on the plans,or as directed by the Architect. All concrete flared surfaces shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance with manufacturers'instructions. "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension,or other dimension approved by the Architect, meeting the aforementioned specification. The sample, upon approval by the Architect,shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution PAY ITEM A-9-4" PIPE SUBDRAIN: Pipe subdrain shall be installed at the locations shown on the plans, and as deemed necessary in the field by the Architect. Outfall for pipe subdrain shall be in the bioswale areas ash shown. Measurement for 4" Pipe Sub drain shall be made by the linear foot. Payment shall be made at the contract unit price bid per linear foot, and shall include gravel backfill and filter fabric wrapping. Payment - shall be full compensation for all labor, material, equipment and incidentals necessary to complete the work. PAY ITEM A-10-GRAVEL FOR PARKING AREAS: Gravel shall be installed at the parking locations shown on the plans. Gravel shall be open graded,%-1- 1/2"diameter, and screened. Gravel shall be compacted in place with the intent to provide conveyance of storm water runoff through the gravel parking areas to the bioswales. Gravel shall be provided in two colors, and placed in an alternating pattern as shown on the construction plans. The colors shall be , separated during placement with wood dividers that will remain upon completion.The wood dividers to be 2x6 pressure treated lumber. The Contractor shall provide samples of the gravel to the Architect for approval of color and type prior to installation on site. One type may be recycled concrete and the other type may be a natural limestone. Measurement for Gravel shall be made by the square yard. Payment shall be made at the contract unit price bid and shall be full compensation for all labor, material, equipment and incidentals necessary to complete the work. Clarification of Bid Items-Page 10 of 15 V PAY ITEM A-11 —TRAFFIC BUTTONS: Traffic Buttons shall be placed on the asphalt pavement as shown on the plans. Buttons shall be 4"white ceramic type W-4 per the City of Fort Worth Department of Transportation and Public Works Pavement Marking Standards. Measurement for Traffic Buttons shall be made by per each. Payment shall be made at the contract unit — price bid per each, and shall include preparation of the asphalt pavement, adhesive and all labor, material, equipment and incidentals necessary to complete the work. 1 PAY ITEM A-12—WHEEL STOPS: v Standard concrete wheel stops shall be provided at the locations shown on the plans. Wheel stops shall be anchored firmly with rebar to the subgrade below the gravel parking area. Measurement for Wheel Stops shall be made by per each. Payment shall be made at the contract unit price bid per each, and shall include all labor, materials,equipment and incidentals necessary to complete the work. PAY ITEM A-13—ROCK RIPRAP: Rock RIPRAP shall be constructed at the locations shown on the plans. Rock RIPRAP shall be constructed from rock obtained from excavation at the site and supplemented by 6"-12"rock Oprap as necessary. It is estimated that 15%of rock required shall come from on site source. ` Measurement for Rock RIPRAP shall be made by the square yard. Payment shall be made at the contract unit price bid, and shall include all labor, material, equipment and incidentals necessary to complete the work. IPAY ITEM A-14-TOP SOIL: Topsoil shall be placed as indicated on the construction plans, in accordance to the requirement of Standard Specification Item 116, "Topsoil". The pfoposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth (compacted)in the areas indicated. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up)tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. Measurement for Topsoil shall be made by the cubic yard. Payment shall be made at the contract unit j price bid per cubic yard, and shall include all labor, material, equipment and incidentals necessary to l complete the work. PAY ITEM A-15 -FLEXIBLE GROWTH MEDIUM: Flexible Growth Medium shall be installed at the locations shown on the construction plans. Flexible - Growth Medium shall be Flexterra or approved equal. A sample Specification for Flexterra is included in Appendix A. The seed mixture to be used will be provided at a later date, so that it can be customized to be appropriate for the planting season in which it is placed. Measurement for flexible Growth Medium shall be made by the square yard. Payment shall be made at the contract unit price bid per square yard, and shall include all labor, material, equipment and incidentals necessary to complete the work. PAY ITEM A-16—EROSION CONTROL (COMPOST SOCK), SEDIMENT AND WATER POLLUTION CONTROL(FOR DISTURBED AREAS LESS THAN 1 ACRE): DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures shown on the plans and deemed necessary by the Architect in the field for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include compost sock device. ,- Clarification of Bid Items—Page 11 of 15 CONSTRUCTION REQUIRMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way, clearing and grubbing,the surface area of erodible-earth material exposed by excavation, borrow and to direct the _ CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course,lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms,dikes,dams,sediment basins, slope drains and use of temporary mulches, mats,seeding or other control devices or methods directed by the Engineer as necessary to - control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing,excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding,and other such permanent pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic,temporary soil-erosion-control measures shall be performed as directed by the Engineer. - 1:Waste or-disposal areas.and-construction--roads-shall-be-located-and-construrted-in-a- manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted;therefore,temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 3. When work areas or material sources are located in or adjacent to live streams, such - areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. - 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not part of the finished work. 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels,oils,bitumens, calcium chloride or other harmful materials. W He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules have been reviewed and approved by the Engineer. Erosion Control (Compost Sock) shall be measured by the linear foot. Payment shall be made at the unit price bid and shall include all work, materials and equipment necessary to provide temporary erosion control. PAY ITEM A-17-KIOSK A: Kiosk A shall be placed as shown on the plans,in accordance to the provided details. A sample rendering is included in Technical Appendices Appendix A. Kiosk A shall be measured by the lump sum. Payment shall be made at the lump sum price bid and shall -. be full compensation for all labor, material, and equipment deemed necessary to complete this pay item. Clarification of Bid Items—Page 12 of 15 `" �3 PAY ITEM A-18 -KIOSK B: Kiosk B shall be placed as shown on the plans, in accordance to the provided details. A sample rendering is included in Technical Appendices Appendix A. Kiosk B shall be measured by the lump sum. Payment shall be made at the lump sum price bid and shall _ be full compensation for all labor, material, and equipment deemed necessary to complete this pay item. CLARIFICATION OF BID ITEMS—PROJECT C WALKWAY AND TRAIL RESTORATION PAY ITEM C-1 —SIDEWALK AND TRAIL REMOVAL All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing" with the i following amendment: Clearing and Grubbing shall include the removal of trees as noted on the construction plans. Tree I removal shall include removing the stump and root ball as directed in Item 102. Clearing and Grubbing shall include the removal of the existing concrete walkway and asphalt trail. Asphalt material removed may be disposed of on site in the designated spoil area. Coordinate disposal with the owner. Clearing and Grubbing shall be measured by the lump sum. Payment shall be made at the lump sum price bid and shall be full compensation for all labor, material, and equipment deemed necessary to complete this pay item. PAY ITEM C-2—CONCRETE WALKWAY, LEADWALK AND WHEELCHAIR RAMP: All applicable provisions of Standard Specification Item 504"Concrete Sidewalk Driveways"shall apply except as herein modified. The Contractor shall construct standard concrete wheelchair ramps as shown on the plans, or as directed by the Architect. All concrete flared surfaces for wheelchair ramps shall be colored with LITHOCHROME color hardener as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry- shake type,and shall be used in accordance with manufacturers'instructions. "Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Architect, meeting the aforementioned specification. The sample, upon approval by the Architect, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution. The concrete walkway shall be colored an earth/tan color and stamped with the seamless texture"Old Granite". A photograph of the desired finish is included in Appendix A. Samples of color and texture shall be provided to the Architect for approval prior to construction. Concrete walkway shall be measured by the square yard. Payment shall be made at the unit price bid per square yard and shall include color application and texture stamping. Payment shall be full compensation for all labor, material, and equipment deemed necessary to complete this pay item. Clarification of Bid Items—Page 13 of 15 PAY ITEM C-3-CRUSHED LIMESTONE FOR TRAIL: Crushed limestone for the trail shall be placed as shown on the plans,and shall conform to the requirements of Standard Specification Item 206"Gravel". Gravel shall be placed on the trail to the dimensions shown, and shall be proof rolled after placement. i Crushed Limestone shall be measured by the square yard. Payment shall be made at the unit price bid per ton and shall be full compensation for all labor, material, and equipment deemed necessary to complete this pay item. PAY ITEM C-4-KIOSK A: Kiosk A shall be placed as shown on the plans, in accordance to the provided details. A sample rendering - is included in Technical Appendices Appendix A. Kiosk A shall be measured by the lump sum. Payment shall be made at the lump sum price bid and shall be full compensation for all labor, material,and equipment deemed necessary to complete this pay item. PAY ITEM C-5 -KIOSK B: Kiosk B shall be placed as shown on the plans, in accordance to the provided details. A sample rendering is included in Technical Appendices Appendix A. Kiosk B shall be measured by the lump sum. Payment shall be made at the lump sum price bid and shall _y be full compensation for all labor, material, and equipment deemed necessary to complete this pay item. PAY ITEM C-6-TOP SOIL: Topsoil shall be placed as indicated on the construction plans, in accordance to the requirement of -- Standard Specification Item 116,"Topsoil". The proposed quantities shown are calculated to provide topsoil 4 to 6 inches in depth(compacted) in the areas indicated. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume(full truck with sideboards up)tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. Measurement for Topsoil shall be made by the cubic yard. Payment shall be made at the contract unit price bid per cubic yard, and shall include all labor, material, equipment and incidentals necessary to complete the work. PAY ITEM C-7-MULCH: Mulch shall be placed as indicated on the construction plans. Mulch may be obtained by mulching the trees that are to be removed under this contract. The proposed quantities shown are calculated to provide - mulch 3 to 4 inches in depth over the planting areas indicated. The pay item is intended to pay for mulch that must be imported where suitable material is either not available on the job or cannot reasonably be ' stored on-site. Payment will be made on the basis of loose truck volume(full truck with sideboards up) tickets and material must meet City of Fort Worth standards for mulch. Only the volume imported will be = paid for and may be substantially less than the proposal quantities listed. , Measurement for Mulch shall be made by the cubic yard. Payment shall be made at the contract unit price bid per cubic yard, and shall include all labor, material, equipment and incidentals necessary to complete the work. ' PAY ITEM C-8-EROSION CONTROL(COMPOST SOCK). SEDIMENT AND WATER POLLUTION CONTROL(FOR DISTURBED AREAS LESS THAN 1 ACRE): DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control measures shown on the plans and deemed necessary by the Architect in the field for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measure unless otherwise directed by the engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include compost sock device. Clarification of Bid Items-Page 14 of 15 .-. CONSTRUCTION REQUIRMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface are of erodible-earth material exposed by preparing right-of-way,clearing and grubbing, the surface area of erodible-earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control measures to prevent contamination of adjacent streams, other water course, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding or other control devices or methods directed by the Engineer as necessary to ' control soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching,seeding, and other such permanent _ pollution-control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic,temporary soil-erosion-control measures shall be performed as directed ' by the Engineer. 6. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. - 7. Frequent fordings of live streams will not be permitted; therefore,temporary bridges or other structures shall be used wherever an appreciable number of stream crossing are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 1 8. When work areas or material sources are located in or adjacent to live streams, such if areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize We muddying of a stream. k 9. All waterways shall be cleared as soon as practicable of false work, piling, debris or = other obstructions placed during construction operations that are not part of the finished work. 10. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumens, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. i SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall submit for approval his schedules for accomplishment of soil-erosion-control work and his plan to keep the area of erodible-earth material to a minimum. He shall also submit for acceptance his proposed method of soil-erosion control on construction and haul roads and material sources and his plan for disposal of waste materials. No work shall be started until the soil-erosion control schedules have been reviewed and approved by the Engineer. Erosion Control (Compost Sock) shall be measured by the linear foot. Payment shall be made at the unit price bid and shall include all work, materials and equipment necessary to provide temporary erosion control. i w F i }= Clarification of Bid Items—Page 15 of 15 f e5 d §4 • �'� f 1a' *'.L - � jtfl.�"' t.&.�y3.. ,yi'<�},..'� s 9 5-7 IV Bid Item C-2 1 Sample of desired texture and color t!y ILA I 1 —I Bid Alternate # 2, Stamped Concrete Pavement Sample picture for desired texture only 5 1�. t; t' s . i t r to c j r i r • iand Kiosk • hVP � � a r3 Bid Item A-15 Flexible Growth Medium Flexterra Specification f I Flexterra), Section 02925 Flexible Growth Medium PART 1 GENERAL 1.01 SUMMARY A. This section specifies a hydraulically-applied Flexible Growth Medium(FGM)composed of long strand,thermally processed wood fibers,crimped,interlocking fibers and performance enhancing additives.The FGM requires no curing period and upon application forms an intimate bond with the soil surface to create a continuous,porous,absorbent and flexible erosion resistant blanket that allows for rapid germination and accelerated plant growth. B. Related Sections: Other Specification Sections which directly relate to the work of this Section include,but are not limited to,the following: Section 01570-Temporary Erosion and Sediment Control Section 02300-Earthwork;Establishment of Subgrade Section 02370-Erosion and Sedimentation Control Section 02920-Lawns and Grasses 1SUBMITTALS_ 02 A. Product Data: Submit manufacturers product data and installation instructions.Include required substrate preparation, list of materials and application rate. B. Certifications:Manufacturer shall submit a letter of certification that the products meets or exceeds all physical property,endurance,performance and packaging requirements. 1 1.03 DELIVERY, STORAGE AND HANDLING Deliver materials and products in UV and weather resistant factory labeled packages. Store and handle in strict compliance with manufacturer's instructions and recommendations.Protect from damage from weather,excessive temperatures and construction operations. r PART 2 PRODUCTS 2.01 ACCEPTABLE MANUFACTURER .. PROFILE Products LLC, 750 Lake Cook Road- Suite 440,Buffalo Grove,IL 60089 Phone: 800-366-1180,Fax:847-215-0577,Website:www.profileproducts.coni. 2.02 MATERIALS Flexible Growth Medium: Flexterra FGM",as manufactured by PROFILE Products LLC and shall conform to the following typical property values when uniformly applied at a rate of 3500 pounds per j acre(3900 kg/ha). Page 2 =L Fle_ eerrgk r r.x - -- - - , �.w _ �.TEST;h�ET'H�b`,:,`._.���� -�F;�1Gk[S PHYSICAL Mass Per Unit Arca.__.........._......... ASTM D-6566..........................11.5 Thiclums............ ......-............. .....-AS[M D-6525...........................__A.19 in_............__..._..4.8 mnt %Ground Cover........................................ASTM D-6567...._..............................99W4 ..............................99% Water Holding Capacity_.............-.-......-.Proposed ASTM........................-..I5001A ...............».........I500% Flexural Rigidity(wet) _............ .,.._..._.AS7Ui D-6575 ..._.. ....__ _.. ... 5 ez-yd ........__.10,000 mg-cm ... ......... r Cure rmro_._....._---_.........__..._...___..,....-.Obaavtd......._, ...._.......__.__....e2 hr. _...__.......e 2 hr - Color(fugitive dye)_..... _._....__,...._._._..OMectted ....-......_..Green_................._._..-...dicer Functional Longevity........... . _. ...._ _........Up to 1 yr...___.-.-_ ..Up to I yr Cover Factor(6 in/hr event).---------....",.LIM I.a at Method M2........__.................0.0066_....__.........-------0.0066 %Effectiveness _.- ._....HCI C TOK Method#2 __. ...._...._. 99.34%.__........._.......99.34% Shear Stress........._. ...-.... ._....».�f.'rC Test Method 03 .» ............._._l lhlft'_..-.».. ...._».... .48 Pa t Vegetation Enhanccment ECTC Test Method#4 800Y. 80D% Cover Factor is calculated as soil loss ratio of treated surface versus an unireated control 314vWfaCe. 14 a One minus Cover Factor multiplied by 100%equals%Effectiveness � i 2.03 COMPOSITION All components of the FGM shall be pre-packaged by the Manufacturer to assure material performance and in compliance with the following values. Under no circumstances will field mixing of additives or components be accepted, _ Thermally Processed Wood Fibers—76%f 3.5% Proprietary Crosslinked Hydro-Colloid Tackifiers and Activators— 10%f 1% Proprietary Crimped,Interlocking Fibers—5%f 1% Moisture Content—10.5%t 1.5% 2.04 PACKAGING F Bags: Net Weight—50 lb,UV and weather-resistant plastic film Pallets: Weather-proof,stretch-wrapped with UV resistant pallet cover 40 bags/pallet or 1 ton/pallet , PART 3 EXECUTION 3.01 SUBSTRATE AND SEEDBED PREPARATION — i A. Examine substrates and conditions where materials will be applied.Apply product to geotechnically stable slopes that have been designed and constructed to divert runoff away from the face of the slope.Do not proceed with installation until satisfactory conditions are established. B. Depending upon project sequencing and intended application,prepare seedbed in compliance with: Section 01570-Temporary Erosion and Sediment Control Section 02300-Earthwork;Establishment of Subgrade Section 02370-Erosion and Sedimentation Control Section 02920-Lawns and Grasses 3.02 INSTALLATION A. Strictly comply with manufacturer's installation instructions and recommendations. For optimum pumping and application performance use approved mechanically agitated,hydraulic seeding/mulching machines with a fan-type nozzle(50-degree tip).Apply FGM from opposing directions and to achieve best soil coverage. -- _ t Page 3 Flexterra:l, B. Erosion Control and Revegetation: For maximum performance,apply FGM in a two-step process: r 1 Step One: Mix and apply seed and soil amendments with small amount of FGM for visual metering. Step Two: Mix and apply FGM at a rate of 50 lb per 125 gallons(23 kg/475 liters) of water over freshly seeded surfaces. Confirm loading rates with equipment manufacturer. Do not leave seeded surfaces unprotected,especially if precipitation is imminent. Depending upon site conditions FGM may be applied in a one-step process where all components may be mixed together in single tank loads. Consult with manufacturer for further details. C. Mixing: A mechanically agitated hydraulic-application machine is recommended: i. Fill tank to middle of agitator shaft or tank about 1/3 Rill of water.Turn on pump to wet or purge lines.Begin agitating.Keep adding water slowly while adding the FGM at a steady rate. ' ii. Consult application and loading charts to determine number of bags to be added.Mix at a rate of 50 lbs of FGM per 125 gallons(23kg/475 liters).Contact equipment manufacturer to confirm optimum FGM mixing rates. iii. All FGM should be loaded when the tank is approximately 3/4 full. iv. Fertilizer should be added once the tank is nearly full. V. Before applying,mix the slurry for at least 10 minutes after adding the last amount of FGM. This is very important to fiilly activate the bonding additives and to attain proper viscosity. vi. Turn off recirculation valve to minimize potential for air entrainment within the slurry. ` D. Application: 1 Use a fan-type nozzle(50-degree tip)whenever possible for best soil surface coverage.Apply FGM from opposing directions to soil surface,reducing the"shadow effect'and assuring a minimum of 95% of soil surface coverage.Slope interruption devices or water diversion techniques are recommended when slope lengths exceed 100 feet(30 m).Install materials at the following minimum application rates: _ yyJJ M- J <_ 3H to IV............................... .........................................3000 lb/ac.........................................................3400 kg/ha >3H to 1 V and<2H to i V.................................................35001b/ac.......................................................3900 kg/ha >2H to 1 V and 51 H to 1 V..._..............................................4000 lh(ac ..............................:........................4500 kg/ha >1H to IV....................................................»...................4500 lb/sc........................................................5100 kg/ha Below ECB or TRM..............................................................1500 lb/ac..........................................................1700 kg/ha As infill for TRM.......................................................-........3500 Ib/ac.................................................... ..3900 kg/ha Increase application rates on highly erosive soils or chiseled,disked,fitrrowed or tracked slopes.Contact Manufacturer for additional details } Material should not be applied in channels,swales or other areas where concentrated flows are anticipated,unless installed in conjunction with a temporary erosion control blanket or non-degradable 1 turf reinforcement mat. After application,thoroughly flush the tank,pumps and hoses to remove all FGM material.Wash all material from the exterior of the machine and remove any slurry spills.FGM will be more difficult to remove once it dries. - 1 3.03 CLEANING AND PROTECTION Clean spills promptly.Advise Owner of methods for protection of treated areas. Do not allow treated areas to be trafficked or subjected to grazing. Qttr:o:f:i�1e) r'urn rr naed N,aw to.SWI Sahrdwrr 0 2004 PROFILE Products LLC,all rights reserved- November It.2004 A copyright license to reproduce this specification is hereby granted to public agencies,enginects, landscape architects,specification writers,designers and connactors A y � .- g Yt1;MS§ ra 'f•x! - ki `7.t'.*r##aaw`�-'t+ n r s `�� kf i�' H *+tE + y _ rS d<M.ay�,� r"Y"'.�taz�r bra h,�"�� � a;rt�yh �s ��ry �, �•�`� �r f d�x`s' .�+�:--s � !k. '�'�`* d-�'�P ��'t s:. eJr�•a''l�j�-�r�J�'�'-' •3 �' t'4+F> �6 'S�'`acirn� .�.�4�+r+� � t ,es'�ys .:5 d".� ...t ^-t. t' w%{ •>§`- Y '`I 4. - r,Sr'�L a kzsF $ +'...s�t"";r`•v�'J II r r S $F M'��-5,}fif'1' ta•»h'c���� �'r. `_ 1 .e :3�i. w�! r ,ysf"?-"'ayC..s,'r i � - Oi r• �',±ut Fy � uat>y'r•Y�x � �{-r"r�Fef�.,y�r'tltyt.`�e�'r _ f^� r E �'r•�N" `t;.s*r� �'+'��J"l r'freR�£`.. .y7j� .rE .•..c 1 i.,t,� � J' j= -gig".'i' fx x� e-',? .d..� ��.+C-+rt � �1'1 sC'°,�,,�'� •R c L.yu„5 ,r} rr •y,ri ,p/u 7.. y.� : ie' •,: 't.rAy'Stz.,+t r. - N _z.�"7 t a, tr-�. �'-Rv{-�i_� 1!t `^, �13�efi'� � �'..r�.,+Y'zr"x ..t• !.z st:-� '4"`e'i.r�ax'-�r.yy � s�"�4 _ s r � �,. Ul �;_ '� - YC.r. ?� �5 S rfi ��-�'�'i"1�•'i1���5�6�>ti' +�ap„4�! h � +ys�� Sb k. � tttri'.�'�'�'Tdi q� � � y ti . ^V _ � � 4 i t :e�r .r f 17ff,y�-PA L v K'e�.�l�t A �•'�,.. 'r : dam'' vd.igN� 1'"•'t 4 Fr S 't rh -rr+M t ,1 _ ' R fea•_42gE'f��ro "+ i t 'a.�t f s ' a +ii ft s i`y r _.�"'_ ,'fir , Yr^fir'• • rf4�r<s .z 5 tr"'' r.,, ,{'+ 1 " .r' - e`•�att y .z' + 3.'f^ i "' t r s _Rtx�i, rxi aar ?�J 05, ers ' - •,r't� ,..•t's:tiv'�'��;e�i`�',-. x� �.,•n• r f.,:,9 +x. .a,{ 4 �5�4�a '. R a-.y �.'�,w r`s'I c'twi'-e.:,al r•F=�"�� �' .�..� 1•s,-mc u�.w,.r ' C_�" .s ``-- ^ T art'' z`y�7�•r r'� t ti rJ z s: 1� i � t�fi � a a nt�i ',�"` �a.• v`�iwmxmc.S Yat...x..a•.�, _ a # �'v-r""-,.'�i.��7^�1` rc^�t ,az f ,'• {. r rfi"a`e rtWry��y�a�" � Iir a i k-r{ � :. r f l s `�:' '.;i•C:-.'_ _ ""�- i, y dlexme dr=i wui M- eufuAl q4w y 't�rin;�l#ir�a�t�14��#Ir�rnr�rar Es�eu��ol�Nri+iyl s!md�4��c��kak4�� � . ;::xte rraFGAI , F s I i 3 • .. rt Y�rrr:�yt�d'�,�trrswf�r:��ti'�'i�laraii�+ga-'� _ s, P' on at&,e Lit` .- 65 Etbaian cultrolsol-Ifti jpRcs-)j the isidtysrryt fniaft 6 ti i + a�si4 a eM.qio,m anal sedirs ma ii s eiu a max PERAlkiav— ,TQr iti t¢tT: L c� t¢ utl:t le€lius.mod use, P=Mji �fl�t►.nrggz�r�¢i�r��w��rrasdm�r� . �1:1�i.. ��� '-•. :- ..- nNnea��e�ls_'�I��p FRh?finp��rfy�s ,1�� �L`�i],1"F�u.efts�.F1:E�71 •' ���C'CS:�Ei�E luref7'a�n.� �,�j,7;�-_ .. rmdL3mi&d. ¢Male Jim - a,��aaL4sfi�n� nygrr� g M.Im ki cs is s c : J - - ,.., tin,` ,Jf344t ur ��1 a q r . 4 WWI, ®90. rlj : R. . It out gAn .CiaCe�����tiir��`Iira��t�;s� �� ��•t � �`a ��:. - . . �j lit Cann Alsif�,: at} i1' 1j--#f�l .F F,�' !' t' Jt11i la Za6�4g . • �, �� e�r:�.at war h�9di c �-i��� �° r�rrl s eid lbrbgtw gamn QFL • �5,� ,wsi�re�]+�xe 1a>�.&ez�= sc�.�,r.��xrra�urx i,4�.�ujr �r�;ki�xt+�f�•�:�t�t prodocasL-5x 11 lt'VS �a _-1-'�' 4A3ri fAT S' .nHVL'9.5:- q vh ¢r r r�+ '^k r xtil� t� �'1:i � � - q +S' w" d`�aa3•u�`t�to w.s� �'. "(�N�d�yYf @��jgq. h t,1F,t��r li.�i�` f,'.d.�1 t r �'.�}�,} e k nl {` _.•, ,� i�'[ i_..�44 y � { � t� ..f.§i. �j �y� Iv if 4 Sl 1�n t �1 i ! ..� t .�: i Ifj! �i ,C#'u' S �I tr•i `'.��� � '.. Yxr 1 w 4 F��-^e,+r,- � x.. It' ��,, �i � c�'4 I� ,1�-.�� � F '-1 s �rcb,�� i y •� - 1I r - •r'� � �. d y alSnh 1 i "j;p ^tyL �Y a ` e" ,,t !" >• • _ata_- _ 1 r'EPP wag r- 1MN1 , p -?� �a t. -+5 `i '` a'' .x>*' " �.Fs � n, '�. tt� � ¢��'"R�'s"m�WY o �r•�'�H` ., a *'sx'FS �t ^h..wLAh'C` �7`1 u^'� ,,a"' t''F•'•� v' t �`' S — . k IMN+' -P ,x4 1 .5:��"s".r"�'e,�i�'��`' ��.>� v.k q �j�c�"r+,`��'��'a�' v"�•Y�.a.•V�d��i:�r r� 4 '_' 'Ey s-:. a�u: 1 � ��4 �,i � d __' ��_ 'huh 7j �I RV 1 , %' 'fit Itriy qc •.0 t-c 9 F i ! b y I � 1 _ M � rrc•r F ��,,���Lry' H yrv�d�,* k' ,ti A f �kf 'fi d�6. �t� :pp'• �` } L ul 1-� s ��,�-si �'..�r ,� .fit �F ik �ro -�1 4.�'-� a a•-¢ i5 1+' -.o � i h Sfi. �` �:�>~ B�J�. _ � ��k�ice'' � v- t,� 'A1 �uY� IY*•i_l L� ��4�' i� ,�m 1 n,,. -:�� W �F�1�4Y ..x'e"Y�fyT..'g"S.`.,..��y.� y:� r,. ..rt P:y� � '�- ,r't�.��:-"T.+Sr s ..� �'au;.yj�R�� hw. r`fi��•� �:; 4. 9 s Blanket Cep"Com- p"i ow, Fafilll fat. L#1?hb-No sr-raw-cir exu+.ss©r'bl=ket fir' :rm wh Meng N,ilope OR POWaora 4vm nm iTil of;AF-55.The WE.of V-67M manqx Impmw - L nmLstma-�d pwa&mom air nxtc nl eg edting amm I FI a1 s 13 s om h vi er " lowgWri is th.-M(zcam hR I, ���E`vre � Ic �}� �;;r�� �►►i��: �+ �dl�b�u[iitr�EafF�:�tf..:end$ m0mrawbWou as,well e�[q ts j Q !l���tiYf�rt3G3C1E�UBiPrilif,idiiFth: ri iu►as� :a� � tt 11 r i� gWOW rW Ql ��gy r lei In � � Y I � :���+1�'� ��!'fN-6 ���:'f� ��7F4 rcku=a:a�9�Lac•1r ' iEy� '::ra.. figst THE Alt ti •�):�:sst�� ,asen�s�SQ���� -- 'e��e�ir�l 1�1:.���n�:�r.1�r�.�ii oni» 0.1 ' rr; ut d' xvacn�,�'aEr�7 s1 - s a1 tgt3 i d. - Is 'Mai a aliyi . — ��n� !] et� iw �nsls F rnti In� *t im �r tli4r =-Mll NIcliv '!E'm need she f2smT vegamionibill p YOU tWfim4%6'b FJM"'if F" The Riot Chemistry inks Every Umeb FL-�Terrace use!: pan nakd iechnalaX-can-abinIng Lnuh diarica- .an,d mrwh;mn*c--ad lannding�techr,.l.►ugs Eo JoOk the, ,gmecre- » u i t pia � n . c msan-ni fibers,agg zr<< xs t1 , nt nAm-��a� i=sg_p l r s E+rnv �, : :;. a€i►,s�s�ea'l �[ieag m i r_r�,�t cmae s sir 1pa mand g;-A cTVWg oxvitits- w Wh%Eaapmvc g+or��lxn.�leon;r��3a�r� ieax = �i p onq aid z. e® �O�u'a�r3dN��i� p+ _�.o� c IdB iB�J hail@ ! � !k7 }LL t?L 1v 4T5 d3 lair ..Rmt• �,{.. ` •�lm� w� >-^• l + tom, fi�:- --� »i AN dtiln:!Htli6FdapdINC�1Ei�6itdE€..' iQ]ma A 611- � t f!»�rvFlt�JCz'iix!j!s�%3Uh��3j w. i t - f _. Y i A Pdtt�iG� i1 +Lfltl did I ;;I .. .. .. .. .. A Tr' ` � �u w► +a� ga f �t�.a try n 9n.:a ata gta�tiinx a+.� €a�.p,yr�_i_Orz•� ` 4=53tta .�,�d sd: a � E is rrr5t�r itE k*aoixh HMO:it hll I lai= � iaellr a i;t.'axr+,tid cll'..t.' 4r p.F pplul :bus Est. Iil _ � a r Jii'r tee Ic c>ra rliodcplckllrraayinndl Co:wtttuction +ar la r Vic:arm with y�c mina�,.emiaanmi air fl��rr�ar��i €u� ulna?s �&�k 1 al' 1141 9LL910 veil IE lax. ivvd DOTT eed #M1�m't e n fi95 .;Eie is irk )i ,inapt conij Gn-p,r-o routs,urscates: €lum,-cw inreddm-e id:L wowing.. long m e,tcceds du:rigid.Mn.vilronmenul F1''�Srum lr elrs the-A,d.1md.seed-in plwv, aan mlln, &-mr Cabrjvn Aith.bandonect dlovo nprass com inei;.are irrro :rhe•3Cl ly, rn had land(AMP'.redaima:dam pgp ecn, d-en c cmwt-r&r a fr.:acdon�fTh.e manic of sed- t .� J. waew-91•r.Ktnrca::cn NEU Muible Growth Medium Specification T&-r-Inihivaumsh T44Akira fr-OWAa be 41 hydra uge-alyapou-A flai6lo tragna c�tral bbn*ttod"md aflasiprz=A, thuml�pm=%W Yjmad and The MNI requuft-a D:Lvdng paiadaidniptim WLkmibn finw-na iaL-wc kwidwirli Ow emd a6wbms and cresizzi gjais& LDL,,aBe-Grw.wT3 Ma-diem shmfl be Amwme FCAI and"orXerm t a the a.r&e at 3P - IV-i I -------------- -Ti- r- I Tj L-ly,I and ALL WIS mc AW !rT m 1"Iffniri Sib, .ram tp--4 mik t Uvrl%t:.--]nrP%Ur*QWWr. a Y: Trum d Parma u--m-, Sbi m m qa&, aMilmr.mo=Ll blamL-m qmd a-kadp: tit et rcia=rari( 7 S�S 4mWhm aFx eidimm of tdda es ivei ilamma Pm-filr- Our IrrAmbe pow"t AM4[ i�Pm=m. support 4iftrib toz&-mme*.r-L-dimtrrIs dfiklba and prolussirimalisms.. P3oor�seY�dr��'+a�lal�'I •'Proo W h, ME C-A For onhni=d it CamnYian Li z=D 4EW,16SAM C.X—iff FWFZLG Pmdw==.sg aim-m=nw—1 -FA=t=rm 4.Lmxk==k L-Fl[Ot RLS Pmdmu LW--1.73.Pjh=t F,.04lW;-r%,MW;VUAM 7XI r--r CAKA:AIUJ -SISitV4Q- PUMAM Gj=-c,-JL 4M9 r. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/ T12124/2008 PRODUCER Phone: 972-231-8277 Fax: 972-231-8291 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION no Independent Insurance Group ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 3010 LBJ Freeway Ste. 920 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Dallas TX Freeway Ste ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 004 INSURERS AFFORDING COVERAGE NAIC# do INSURED INSURER&America First Insurance Co. Northstar Construction, Inc. INSURERB: 3210 Joyce Drive Fort Worth TX 76116 INSURERC: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW 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 MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TR OD POLICY NUMBER POLICY EFFECTIVE POLICY EDA WE XPIRATIODDIYYINLIMITS A GENERAL LIABILITY CBP8398167 3/10/2008 3/10/2009 EACHOCCURRENCE $1 000 000 X COMMERCIAL GENERAL LIABILITY DAMAGE RENTED PREMISES Ea occurence $3 0 0 0 0 0 CLAIMS MADE FO OCCUR MED EXP(Any one person) $l5 000 X S1 kt Add r 1 Tnc r ci PERSONAL BADVINJURY $1 000 000 X Blkt WOS GENERALAGGREGATE $2 000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2 000 000 POLICY X PRO- LOC A AUTOMOBILE LIABILITY BA812 815 7 3/10/2008 3/10/2009 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1,0 0 0,0 0 0 ALL OWNED AUTOS BODILY INJURY SCHEDULEDAUTOS (Per person) $ rr X HIRED AUTOS BODILY INJURY $ X NON-OWNEDAUTOS (Per accident) PROPERTYDAMAGE $ (Per accident) i GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANYAUTO OTHERTHAN EAACC $ AUTOONLY: AGG $ A EXCESSIUMBRELLA LIABILITY CU 812 8 8 5 7 3/10/2008 3/10/2009 EACH OCCURRENCE $1 0 0 0 0 0 X I OCCUR CLAIMS MADE AGGREGATE $1 0 0 0 0 0 0 HDEDUCTIBLE $ X RETENTION $10 000 $ TH- A WORKERS COMPENSATION AND WC8269133 3/10/2008 3/10/2009 WCsrnru- ER EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1 0 0 0 0 0 0 OFFICERIMEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $1 0 0 0 0 0 0 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $1 0 0 0 0 0 0 A OTHER CBP8398167 3/10/2008 3/10/2009 ease/Rented Equip $250,000 Equipment Floater Deductible $1,000 r DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Certificate holder is listed as additional insured in respects to GL, Auto, and Umbrella liability as per written contract. Waiver of subrogation in favor of certificate holder applies to GL, Auto and WC. Improvements at the Fort Worth Nature Center and Refuge CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER City of Fort Worth WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE 1000 Throckmorton Street CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO Fort Worth TX 76102 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. - AUTHORIZED REPRESENTATIVE ACORD 25(2001/08) ©ACORD CORPORATION 1988 r CONTRACTOR COMPLIANCE WITH WORKERS'COMPENSATION LAW Pursuant to V.T.C.A 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.5575/5577 and City of Fort Worth Project Number C200-S013700372.90/C200-o015W37280 .r Northstar Construction,Inc. CONTRACT R By. �, ag VICE PRESIDENT Title Deus 24. Zoos Date .r STATE OF TEXAS COUNTY OF TARRANT BEFORE ME,the undersigned authority,on this day personally appeared ftj IC" A 14 h4 iG u 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 Northstar Construction,Inc.the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE thisay of ,2008. ANDREA BARRS .. JL Notary Public tan Public in and or A STATE OF TEXAS the State of Texas My Comm.Exp.02/08/2011 r �•�v. 7Fn2'+!�,e.r '¢?Y '.: ;�'i:,:a •..,�s.,rr•�:r.ai:Rx¢:_ (�.� a; —:1ya, �.y.��. �;,yt!' � "`C;....Y,;.,�i::......::y: TWO S�• �Hfit s,.'i' }`�!., .#r r..�f�;,. tsti;,c tip � a e'�p� � : y�' Y`.` �w 1��e CG��s, r�.�.:: �'1a�''}✓' ".f.��iy' � a .!�I:ff�.i:� F* .r�...�e.�u� f��. �•? 4��.�jj"",, �a! '.+• f ;��+,�.�'.....::Y��„'Ri.ia�:;��f' t..•f ri!: M, bt;l.• 7 i' f F.,4K.,� !- y iw�:...n.' ,yp.. p 1 �`$$$ �y� ;'{c• !• _ .�y5y,�� x•d'3. '.sZ. :.f�: ,�.,'....::Y'?"Ati'i'e,.:a.{� .4 .�...:`:"��•'Ci:+ ��)A.. •:u7:i.l,. T'."�;.�•.'FP.,'��• ... .. ebb' .. •:^f.^':s....��..j.."L. V Hr. .f,!..,:,�,1!�.. t BIDDER'S STATEMENT OF QUALIFICATIONS y Firm NRTHSTAR CONSTRUCTION}INC. Date Organized: Nortllbtal wl."Jubiw%wiy .saws ❑ PARTNERSHIP CORPORATION Address: 3210 Dr. j R. Worth TX 76116 City: � State: Zip: Telephone Number: Fax Number: I 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 MINHAUM OF THREE SIMILAR COMPLETED PROJECTS WITHIN LAST THREE l YEARS PROJECT NAME AND LOCATION 1 NAME/TELEPHONE NUMBER OF OWNER NAME/TELEPHONE NUMBER OF SURETY l AMOUNT OF CONTRACT — j COMPLETION DATE SCOPE OF WORK DESCRIPTION i PROJECT NAME AND LOCATION NAME/TELEPHONE NUMBER OF OWNER j NAME/TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE i r. BIDDER'S STATEMENT OF QUALIFICATIONS - 1 - �1 f Company Project Resume Y Company Name: Northstar Construction, Inc. Address: 3210 Joyce Drive, Ft. Worth, Texas 76116 Telephone/Fax: (817) 244-8885 (817) 244-8886 Years In Business: 15 Contact/Title: Michael A. Heimlich, Vice President Signature: Current Projects Project Name: Coppell Town Center Plaza Improvements Description: Outdoor Plaza with Amphitheater, 65'Tall Sundial Tower, Landscaping & Lighting Company's Responsibilities: Excavation/Grading, Concrete Flatwork, Structural Concrete, Storm Drainage, Architectural Concrete, Shade Structures, Decomposed Granite Walkways, Installation of Amenities. Completion Date: May 31, 2008 (est.) % Complete: 80.0% Project Owner/Phone No.: City of Coppell, Brad Reid (972)462-5111 Project Engineer-Architect/Phone No.: Halff Associates, Inc., Francois de Kock (214)346-6243 Contract Amount: $ 2,491,700.00 Superintendent: Jim Cowart Project Name: Lone Star Hike & Bike Trails Description: 3.5 Mile Hike & Bike Trail, Concrete Parking Lots, Pedestrian Bridge&Amenities Company's Responsibilities: Excavation/Grading, Concrete Flatwork, Structural Concrete, Storm Drainage, Traffic Control, Striping &Signage, and Pedestrian Bridge Installation Completion Date: June 30, 2008 (est.) % Complete: 75.0% Project Owner/Phone No.: City of Grand Prairie, Ken Unkart(972) 237-8110 Project Engineer-Architect/Phone No.: Halff Associates, Inc., Dennis Haar(817) 847-1422 Contract Amount: $ 3,321,872.07 Superintendent: Glenn Allison Project Name: Sam Houston Trail Park Description: Hike & Bike Trails, Concrete Parking Lots, Concrete Retaining Walls, Lighting, Amenities Company's Responsibilities: Excavation/Grading, Concrete Flatwork, Structural Concrete, Storm Drainage, Concrete Staining, Erosion Control Completion Date: October 31, 2008 (est.) % Complete: 25.0% Project Owner/Phone No.: City of Irving, Gene Moulden (972) 721-2501 Project Engineer-Architect/Phone No.: Halff Associates, Inc., (214) 346-6200 Contract Amount: $ 2,292,000.00 Superintendent: Jim Cowart Project Name: Taxiway Sierra Paving Improvements at Addison Airport Description: Removal & Replacement of Reinforced Concrete Taxiway, Storm Drainage Improvements Company's Responsibilities: Excavation/demolition of concrete pavement, placement of concrete pavement. storm drainage installation Completion Date: April 30, 2008 (est.) Project Owner/Phone No.: Town of Addison, Aaron Russell (972)450-2879 Contract Amount: $ 635,592.00 Superintendent: Glenn Allison � r� .jtiE"}I ►i':�tin'ES�'S: :t - t.. ..iY4..• gy�ui?:.: far •i ��' � �?•1'=t=.tii: 1. _ =\";: .ti.r�--.s +-rr-^.1.�•. t R „ �. :�"`.,1�'"s S1� ?t!:�,iir'� �f5�� •�T:s _ ,L,� .44C']4i'!"u ye y, ."-'}•. p�Q,�, yY� .?i'• 6,,r:r �>.i:: :w•-. "?;'5y1ax.:Sri. 1 t.. ^E4'�., .�!'. 'ti�E.'.: '•F t• rG-. P^4'�Y':)''•. f.i'•......F- Z.i.Jib. 7-i�,`•�1` •1:: �?i. �Ytl :;5s;1✓�,.T.':�'�• L l& �,�� �� :..[. �:. h4j�...7PtTM •,�.. ..t.�� .a x�. "-:�.i r //!! r■ .. -..-• k.Ln'..1�A.x,�. '..>x'i t,'r ^!�%�.:'•t'�I*�k;�'l.. ...: ..;.,�7}`{.S: . .�.! .. '^y+ ��:K:!; •,a., f�d....� *;�!41h'...�- '�fx� .. _ rt,.. .a-...-•. •�,a;: --YSi?.1,?�!f�.'r,'':.:..;... .!;�,- SCOPE OF WORK DESCRIPTION PROJECT NAME AND LOCATION NAME/TELEPHONE NUMBER OF OWNER 1 NAME/TELEPHONE NUMBER OF SURETY I 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 PROJECT NAME AND LOCATION NAME/TELEPHONE NUMBER OF OWNER NAME/TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION I BIDDER'S STATEMENT OF QUALIFICATIONS 5 -2- "A 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. .. l SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE CONTACT NAME/TELEPHONE NUMBER A. B. _ 1 C. BIDDER'S STATEMENT OF QUALIFICATIONS -3- JIMMY L. COWART 3509 CR 261 D Henderson, Texas 75652 (903) 836-2989 SUMMARY Enthusiastic employee with successful experience in the water park/construction industry. Well organized, efficient, and a quick learner with a strong sense of responsibility and loyalty. EXPERIENCE • 23+ years experience in Construction Industry • Organization of overall construction projects • Experience in project developments extending to areas of commercial parks &water parks • Interface effectively with Architects, Sub-Contractors, Owners and Construction Management • Skilled in the reading and interpretation of engineering & architectural blueprints • Extensive supervision of construction crews SPECIAL SKILLS • Concrete construction . Framing • Management reporting • Water Parks & Swimming Pools WORK HISTORY NORTHSTAR CONSTRUCTION, INC. (Commercial Contractor) Construction Superintendent Jan. 2006 - Present PADDOCK POOLS Project Superintendent— 23 years ::.•:�•..,: fir' .< i. .',a9:-c4-• .. 'f ;. .. {1 SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER _ A. B. I C. it J SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE/ CONTACT NAME/TELEPHONE NUMBER. A. B. C. l SUBCONTRACTOR NAME 1 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 working 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. ar BIDDER'S STATEMENT OF QUALIFICATIONS -4- .. Bond # 105182848 PERFORMANCE BOND _ THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we(1)Northstar Construction,Inc.as Principal herein,and(2)7ma a Camatty_and Stiraty Company of America a corporation organized under the laws of the State of(3)Coisecticat and who is authorized to issue surety bonds in the State of Texas,Surety herein,are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties,Texas,Obligee herein,in the sum of: .. Two Hundred Forty-five'i io—usand Five Hundred Two aed no/1@Ih...�......... Dollars($M602.00)for the payment of which sum we bind ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally,firmly by these present. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 16" of December,2008 a copy of which is hereto attached and made a part hereof for all purposes,for the construction of- Parking and Trail Improvements at the Fort Worth Nature Center and Refuge NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contrad documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default,then this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such .. statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this 16th day of December,2008. A ST- Nodb tAr Coastruction,Inc. 1°ci )Secretary `%%%`C O N S Ti,♦ PRINCIPAL (SEAL) 2 r 9 Z Title: 93 0 � 3210 Joyce Dr. a g .•' ���� Fort Wortb•TX 76116 Witness as to Principal Travelers Casualty and Surety Company of America $1lT"Y BY: Name.* __Stari rrnsc ATTEST: (Aftomay-ink) Address: Secretary _1301 E. Collins Blvd., Suite 340 Richardson,TX 75080 (SE ) Telephone Number. (214 57�0-6632 Wi to urety N (1) Correct name of Principal(Contractor). (2) Correct naive of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact The dale of the bond shall not be prior to date of Contract, Bond # 105182848 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § .. That we (1) Northstar Construction, Incas Principal herein, and (2) iavders f!! m and ;!! tl Company a corporation organized and existing under the laws of the State of(3) Conneebcat,as surety,are held and firmly bound unto the City of Fort Worth,a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Two Hundred Forty-five Thousand Five Hundred Two and no/100---------- ---Dollars ($245,502.00) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents: WHEREAS,the Principal has entered into a certain written contract with the Obligee dated the 16th day of December A.D. ,2008,which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length,for the following project: Parking and Trail Improvements at the Fort Worth Nature Center and Refuge NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant(as defined in Chapter 2253,Texas Government Code,as amended)supplying labor or materials in the proseartion of the work under the contract,then this obligation shall be void;otherwise,to remain in full force and effect. PROVIDED, HOWEVER,that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute,to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this 16th day of December.200& s NOrflb>,,ltar�E nftmetion,br. AT PRINC�r!'l.� .r.✓�BY: tt��" (Principal)Secretary `` �a1o�8 Name: t��C i� LA. �� �� MCH Mr-IF MMDEbff Tift (S AL) �® 93:?`3210 Joyce Dr. •,••Olt•'2` Fort Worth,TX 76116 % Witness as to Principal �'1t►���i,`� Travelers Casualty and Surety Company of America SURETY ATTEST: By: � J, �— ,,- Name: Staci Gross Secretary Attorney iQ Fact (SE ) Address: 1301 E.Collins Blvd.,Suite 340 as to Sunvly Richardson.TX 75081 Telephone Number. (214)570-6632 NOTE: 1. Correct name of Principal(Contractor). 2. Correct name of Suety. 3. State of incorporation of Surety. Telephone number of surety must be stated. In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. Bond # 105IB2848 .. MAINTENANCE BOND TILE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That Northstar Construction, Inc. as principal, and lramiks Gsaattf and 55 " Coa�aa>> a corporation organized under the laws of the State of Coaaectkat,do hereby acknowledge themselves to be held and bound to pay .. unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas,("City")in Tarrant County,Texas the sum of Two Hundred Forty-five Thousand Five Hundred Two and no/i00......»».»»»».»».»».....»»»»».Dollars($245,502.00)lawful money of the United States,for payment of which .. sum well and truly be made unto said City and its successors,said Contractor and Surety do hereby bind themselves, their heirs,executors,administrators,assigns and successors,jointly and severally. This obligation is conditioned,however,that, WHEREAS,said Contractor has entered into a written Contract with the City of Fort Worth,dated the 16thday of December 2008 copy of which is hereto attached and made a part hereof,the performance of the following described public improvements: Parking and Trail Improvements at the Fort Worth Nature Center and Refuge the same being referred to herein and in said contract as the Work and being designated as project C200- 801370037280/C200-801500037280and 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 of the final acceptance of the work by the City;and WHEREAS,said Contractor binds itself to maintain said work in good repair and condition for said term of .. Two(2)Years;and, .. WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the 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 shall have and recover from the Contractor and Surely damages in the premises prescribed by said Contract. This obligation shall be continuing one and stwcessive recoveries may be had hereon for successive breaches until the fiill amount hereof is exhausted. .. IN WITNESS WHEREOF, this instrument is executed in 6 counterparts, each one of which shall be deemed an original,this 16th day of December,AD. 2008. ATTEST: SEAL) Northdar Contraction.Inc. - Contractor Hy: Secretary Natne� A Et Cl Tide: 7 1! Pa�s�DE�eT >>� C,ONST�Q ATTEST: (SEAM-) s�flvelers Casualty and Surety Company of America Surety r. Sec o,,, dame: Staci Gross .. Title: Attorney-in-Fact 1 301 E. Collins Blvd Suite 340 Richardson,TX 75081 Address WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER i A► POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 215082 Certificate No. O 0 2 6 8 1 3 0 H =6 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint dd Donal Boley,Staci Gross,and Steve Deal 1111111 of the City of Wichita Falls State of Texas their true and lawful Attomey(s)-in-Fact, ad each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in the -business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or p rin�aron�s Njoceedings allowed by law. it IN WITNESS WHEREOF,the Companies have caused this intatutnent to be signrd and ihcir aNlxuutr<seals to be hereto affixed,this 4th day of November 2008 Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Compaixy St.Paul Mercury Insurance Company + Fidelity and Guaranty Insurance Underwiltrrs,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company GAS u,� ,,yt1Y wry aaE 4 M IN ` \Tr a Na@ W4b�WAI �TY� Z 1982 0 927 "i _�O NA -- W a: 'o i a CON F1iRTr-0R0. 1896 CONN.K. o s.' + State of Connecticut By: City of Hartford ss. IGe.,Sgg Thompson, J.—ce President On this the 4th day of November 2008 fore me personally appeared George W.Thompson,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•Y� .. In Witness Whereof,I hereunto set my hand and official seal. W e Lr • �✓V� My Commission expires the 30th day of June,2011. AtIBI.�G # Mane C.Teteault,Notary Public 58440-5-07 Printed in U.S.A. WARNING;THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED 90RDEq This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity ar and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman, the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may i delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kori M.Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Coppany, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Sure ( ipany, ericad United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power6orneyect by sar mpanies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and,aifif[ethe se*ot'saidiripanies this 16th day of December ,20 08. 1�r Kori M.Johans Assistant Secretary is N..IMS�9s op+,,,+��t �Tr aNe m` s'oy�•� 0kw J 14�RfFOF4 ITFCRD, +CCNCONN.S / ]L To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. i WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED 00HUR R i ST PA U L 1St.3 Paul Travelers Bond TRAVELERS Richardson Collins Blvd arr dson 1X 75081 Phone:800-842-0612 Fax:214-570-6405 IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267)675-3057 (267)675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages,rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800)252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. n I STATE OF TEXAS § § KNOWN ALL BY THESE PRESENTS: COUNTY OF TARRANT § This Contract is made and entered into this the 16th day of December, 2008, 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 Charles W. Daniels, its duly authorized Assistant City Manager, and Northstar Construction, Inc., 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: Parkins and Trail Improvements at the Fort Worth Nature Center and Refuge 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. OFF,"-- _. F 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 120 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 iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's .. officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers,servants or employees.. _ In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either(a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the _ claimant involved, or(b)provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if 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. OFFICIAL RECORD C1 q—FC7R-ARY FT 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 Two Hundred Forty-five Thousand Five Hundred Two and no/100...................................................................................................Dollars, ($245,502.00). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by 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. OFF!r-" AL RECORD CITY'-7 77CRETARY FT.`PVC) ""N,TX .� CITY OF FORT WORTH (Contractor Entity Name) Care W. Daniels Northstar Construction,Inc. Assistant City Manager 3210 Joyce Dr. Fort Worth TX 76116 Michael A.Heimlich,Vice President TITLE RECOMMENDED: By: ATTEST: R chard Zavala, Director Pa s and Community Services f),-\ Marty Hendrix City Secretary APPROVED AS TO FORM AND LEGALITY: 1 1 6 --Z d O C( Date AUTHORIZATION M&C a3a Amy .Rams Approval Date: � g Assistant City Attorney