Loading...
HomeMy WebLinkAboutContract 42862 a cwaM FORT WORTH ' Yiif Y♦ ,. SPECIFICATIONS AND CITY SECRETARY CONTRACT DOCUMENTS CONTRACT NO. 14 Z� FOR MEADOWBROOK GOLF COURSE IRRIGATION WATER WELL INSTALLATION / PROJECT NUMBER CITY SECRETARY V GC16 / 541200 / 080160520120 D.O.E. FILE CONTRACTOR'S 90NDING CO. CPMS NO. CONSTRUCTK)N,S COPY 1702 CLIENT DEPARTMENT IN THE CITY OF FORT WORTH TEXAS BETSY PRICE TOM HIGGINS MAYOR INTERIM CITY MANAGER RICHARD ZAVALA, DIRECTOR PARKS AND COMMUNITY SERVICES DEPARTMENT PARKS AND COMMUNITY SERVICES DEPARTMENT PLANNING AND RESOURCE MANAGEMENT DIVISION FUNDING OF PROJECT BY OFFICIAL, RECORD CITY OF FORT WORTH CITY SECRETARY GOLF COURSE ENTERPRISE BONDS FT. WORTH, TX 2011 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/6/2011 —Ordinance No. 19996-12-2011 DATE: Tuesday, December 06, 2011 REFERENCE NO.: **C-25331 LOG NAME: 80MEADOWBROOK—GC_JACKSON—WELL Authorize Execution of a Construction Contract with Jackson Drilling Services, LP, in the Amount of $296,200.00 for the Meadowbrook Golf Course Irrigation Water Well Installation Project and Adopt Appropriation Ordinance(COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a Construction Contract with Jackson Drilling Services,LP, in the amount of $296,200.00 for the Meadowbrook Golf Course Irrigation Water Well Installation Project; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations by$76,000.00 in the Golf Gas Lease Capital Project Fund. DISCUSSION: The purpose of this Mayor and Council Communication (M&C)is to authorize the award of a Construction Contract to Jackson Drilling Services,LP, in the amount of$296,200.00 for the Meadowbrook Golf Course Irrigation Water Well Installation Project. In July 1999, (M&C G-12617) the City Council approved the sale of$4,100,000.00 in Combination Tax and Revenue Certificates of Obligation to fund the construction of improvements to and equipment for Pecan Valley and Meadowbrook Golf Courses. A total of$230,000.00 was allocated for the installation of an irrigation water well at Meadowbrook Golf Course. This project is also being supplemented by$76,000.00 in gas royalty funding derived from mineral leases on golf course properties. The project includes installation of a well pump, minor grading work, electrical work and installation of discharge piping to the existing pond. The project was advertised for bids in the Fort Worth tar—Tel -gr m on March 17, 2011 and March 24, 2011 with two bids received at bid opening on April 14, 2011. Both bids were determined to be non—responsive for failing to comply with the M/WBE goal for the project. In addition, one of the bidders,Jackson Drilling Services, LP, failed to acknowledge receipt of an addendum while the other bidder, Central Texas Water Well,submitted a bid that exceeded available project funds. On July 19, 2011, (M&C C-25035) the City Council authorized the City Manager to reject all bids received and to re—advertise the project. The project was re—advertised on July 21, 2011 and July 28, 2011. On August 18, 2011, the following bids were received: BIDDERS BASE BID TOTAL Jackson Drilling Services,LP $296,200.00 $296,200.00 Central Texas Water Well $341,000.00 $341,000.00 It is recommended that the base bid in the amount of$296,200.00, as submitted by Jackson Drilling Services LP, be approved for award of contract. The contract time is 40 working days. In addition to the contract cost, associated contingency funding for construction inspection and change order contingency funding totals$9,000.00. MWWBE—Jackson Drilling Services LP, is in compliance with the City's MWWBE Ordinance by committing to 3 percent M/WBE participation. The City's goal on this project is 3 percent. Meadowbrook Golf Course annual irrigation watering costs average$65,000.00. It is estimated that the new water well will generate an annual savings in the cost of water sufficient to recover the cost of this investment within five years. Construction is anticipated to commence in January 2012 and completed by March 2012. Meadowbrook Golf Course is located in COUNCIL DISTRICT 4 and is classified as a special use citywide facility. FISCAL INFORMATION: The Financial Management Services Director certifies that upon approval of the above recommendations, funds will be available in the current capital budget, as appropriated, of the Golf Gas Lease Capital Project Fund and the Golf Capital Projects Fund. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers D P243 446200 801929990100 $76,000.00 2) GC 16 541200 080160520230 $220,200.00 1) P243 541200 801929990100 $76,000.00 2)P243 541200 804580170280 $76,000.00 CERTIFICATIONS: Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Richard Zavala (571 1) Additional Information Contact: Carlos Gonzalez (5734) ATTACHMENTS 1. 06 MEADOWBROOK MWBE MEMORANDUM DOC.12df 2. 80MEADOWBROOK GC JACKSON WELL AO rev doc 3.FARI MEADOWBROOK GC JACKSON 12df 4. FAR2 MEADOWBROOK GC JA KSON pdf 5. GC 16-485199-080160520120. oc 6. P243-446200-801929990100.doc i TABLE OF CONTENTS 1. NOTICE TO BIDDERS 2. SPECIAL INSTRUCTIONS TO BIDDERS 3. PROPOSAL 4. CITY OF FORT WORTH MIWBE ENTERPRISE SPECIFICATIONS 5. CITY OF FORT WORTH PREVAILING WAGE RATES 6. WEATHER TABLE 7. VENDOR COMPLIANCE TO STATE LAW 8. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION PROJECT DESIGNATION SIGN GEOTECHNICAL REPORT(if required) 11. TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS 01100 - Summary of Work 01135 - Contract Time 01140 - Alternatives 01150 -Payment To Contractor 01300 - Submittals 01400 - Quality Control 01410 - Testing 01500 - Temporary Facilities and Controls 01640 - Substitutions and Product Options 01700 - Project Closeout 01800 - Contractor's Responsibility for Damage Claims DIVISION 2-SITE WORK 02200-Site Preparation 02140-Site Underdrains 02300-Earthwork 02520-Irrigation Water Well Specifications 02870-Site Furnishings 02930-Seeding DIVISION 3-CONCRETE 03300—Cast-in-Place Concrete DIVISION 7-THERMAL& MOISTURE PROTECTION 07920—Caulking and Sealants 12. CERTIFICATE OF INSURANCE 13. BIDDER'S STATEMENT OF QUALIFICATIONS 14. PERFORMANCE BOND 15. PAYMENT BOND 16. MAINTENANCE BOND 17. CONTRACT �}�1 Services/materials for this project are as follows: demolition/site prep clearing/grubbing grading/earthwork concrete seeding steel rebar earthwork electrical The City's minimum M/WBE goal on this project is 3% of the total dollar value of this contract. 3. 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 of a value not less than fifty percent (50%) of the project scope of work bid amount using its own organization work crews under its superintendence work and shall provide verification of such upon request. 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. 4. 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. All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered addenda prior to submitting a bid. 5. Pre— Bid Conference: An optional pre-bid conference will be held with prospective bidders at Meadowbrook Golf Course, 1815 Jensen Rd., Fort Worth Texas 76112 on August 2, 2010 at 9:30 am. 6. 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 T.M. HIGGINS PARKS AND COMMUNITY SERVICES DEPARTMENT INTERIM CITY MANAGER MARTY HENDRIX CITY SECRETARY By: CARLOS GONZALEZ Project Manager (817) 392 - 5734 carlos.gonzalez@fortworthgov.org Advertisement Dates: Thursday July 21, 2011 Thursday July 28, 2011 For work proposed within the public street right-of-way, the Contractor shall obtain a Street Use Permit through the City of Fort Worth Transportation Public Works Department—Traffic Engineering Division. Fees shall be waived for permit applications. For a listing of anticipated project permits, refer to Division I - General Requirements: Section 01100—Summary Of Work-3. 5. 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 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. 6. 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 SPECIAL INSTRUCTIONS TO BIDDERS -2- shall be provided to the City as outlined in the Notice To Bidders,. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City 7. 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. 8. 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. 9. 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 10 .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. 11. 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. SPECIAL INSTRUCTIONS TO BIDDERS -3- 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. 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. 12. 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 SPECIAL INSTRUCTIONS TO BIDDERS .4- bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if 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. 13. 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 comply with the M/WBE Ordinance by complying with the following procedures: SPECIAL INSTRUCTIONS TO BIDDERS -5- • 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 proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis,the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor- City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) SPECIAL INSTRUCTIONS TO BIDDERS -6- on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation)and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. 14. PROTECTION OF TREES PLANTS AND SOIL• All property along and adjacent to the Contractor's operations including lawns,yards, shrubs, trees, etc., shall be preserved or restored, after completion of the work, to a condition equal or better than existed prior to start of work. By Ordinance,the Contractor must obtain a permit from the City Forester before any work(trimming, removal, or root pruning)can be done on trees or shrubs growing on public property including street Rights-Of-Way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5705. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 15. PRODUCT SUBMITTAL AND SUBSTITUTION OPTIONS: -All prospective bidders shall submit Bid Proposals which reflect specified products only. Product substitution of `Or Equal' products will be considered only after award of contract is made to the successful Bidder/ Prime Contractor. See Div. I—General Requirements—Section 01640. 16. 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 SPECIAL INSTRUCTIONS TO BIDDERS -7- i 1. Demonstrate experience as either general or sub-contractor on a minimum of three (3)projects similar in scope within the last three(3)years. 2. Provide listing of surety company(s)which issued bonds for previous projects identified as demonstrated experience. 3. Provide name of surety company to be used for this project. 4. Provide a current certified financial statement as prepared by an independent Certified Public Accountant, 5. Name and qualifications for the site superintendence of the work. 6. Identify at least 50% of work which is to performed by the Prime Bidder with its own organization and work crews under its superintendence. 7. All sub-contractors intended for use on this project shall also demonstrate similar project scope experience (three similar projects in scope within last three years) necessary to successfully perform their respective portion of work on this project. 8. Submittal of Letters Of Intent for the use of specific subcontractors listed on the Bidders Statement Of Qualification form. The Prime Bidder shall submit such Letters of Intent to the City no later than five (5) working days upon being recognized as the overall qualified bidder by the City. Should the Prime Bidder subsequently desire to substitute a subcontractor,the Prime Bidder shall notify the Project Manager in writing along with Letter Of Intent and experience qualifications for approval prior to commencement of construction. The documentation required herein shall be received by the Project Manager of the Parks and Community Services Department no later than five (5) City business days after the bid opening date, exclusive of the bid opening date. Recommendation of award of contract shall be contingent upon the Bidder and/or sub-contractors meeting such qualification requirements. Location and responsive ability of the firm will be considered. If your firm anticipates entering into a joint venture with any other firm to conduct all or part of the performance required under the proposed project, that firm should be specified in your response. For each firm included in the joint venture,please provide the information required above. Under the Contract executed for this work the City will require your firm to be completely 100 percent responsible for fulfilling all aspects of the contract bonds. Other firms and employees that may be involved in their joint venture will be treated by the City under the contract as if they were employees or subcontractors of your firm. Other than those firms noted in the contract as a part of the joint venture, no other firms will be allowed to participate in the joint venture without written consent from the City. 17. 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 SPECIAL INSTRUCTIONS TO BIDDERS -8- 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. 18. 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 or entity employees providing services on a project, for the duration of the project. Duration of the project- includes the time from the beginning of the work on the _ project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project,regardless of whether that person has employees. This includes,without limitation, independent contractors, subcontractors, leasing companies,motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation,providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project,the contractor must,prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. SPECIAL INSTRUCTIONS TO BIDDERS s —9— s E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project,to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (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; SPECIAL YNSTRUCTIONS TO BIDDERS - 10- (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs(1)- (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage,the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance.Regulation. The providing of false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract terminated if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: 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 SPECIAL INSTRUCTIONS TO BIDDERS - I1 - 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- PROPOSAL TO: T.O.Higgins Interim City Manager Fort Worth,Texas FOR: MEADOWBROOK GOLF COURSE IRRIGATION WATER WELL INSTALLATION CG16/541200/804490170280 CPMS.NO.01702 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. The"approximate quantity"category is for information purposes only. The Contractor shall be paid on the basis of actual installed quantities on non lump sum items. Additionally,the Contractor shall be aware that the Proposal contains both Lump Sum and Unit Price items. If the lowest bid received exceeds the funds budgeted for the project,the City reserves the right to decrease the quantities contained in any line item or to eliminate any specific line items before award of the contract in order to bring the work within budget. By submitting a bid,the bidder acknowledges the City's right to adjust or eliminate line items prior to the award of contract. Further,by submitting a bid,the bidder agrees to honor each line item bid price without recourse to the City in the event line items are adjusted or eliminated. Upon acceptance of this proposal by the City Council,the bidder is bound to execute a contract and furnish,if applicable, Performance, Payment,and Maintenance Bonds approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums,to wit: PAY CPMS BID APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM NUMBER QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID I Furnish and Install Project Sign(Per 1. BID-00504 1 LS specifications)@ Dollars& Q� Cents per LS $ $ Install Irrigation Water Well per Water Well 2. NA 1 LS Specification 02520 @ Dollars& C-3U Cents per LS $� O $ Unit One- TOTAL $ 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#95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling#95.09 as amended to be effective October 2, 1968. PROPOSAL 1 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 except for completion of sand removal from flow within Forty(40)Working Days after the date for commencing work as set forth in the Notice to Proceed to be issued by the Owner. E. Within ten(10)days of receipt of notice of acceptance of this bid,the undersigned will execute the formal contract and will deliver applicable Surety Bonds for the faithful performance of this contract. The attached deposit check in the sum of Dollars($ ) is to become the property of the City of Fort Worth,Texas,or the attached Bidder's Bond is to be forfeited in the event the contract and applicable bonds are not executed within the time set forth,as liquidated damages for delay and additional work caused thereby. F. In case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous price for construction thereof to the City or to reject the proposal. G. Receipt is hereby acknowledged of the following addenda: No. 1 No.2 No.3 No.4 Respectfully submitted, �C'�'.S� t� (CompZaeig, By(Auat ire) Date: II Address: Tts //v, Telephone: ( 1 47 PROPOSAL 2 �'®RT WORTH 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$25,000 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 (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MIMBE PROJECT GOALS The City's M/WBE goal on this project is 3%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 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MWBE documentation in person to the appropriate m employee of the anaging department and obtain a date/time receipt: Such'receipt shall be evidence that the,City received"the d6cumentation;16 the time allocated. A faxed copy will not be 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. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S MlWBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the MIWBE Office at(817)392-6104. Rev. 1111105 i ATTACHMENT1A Page 1 of 4 FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME C��N�S: � hN �I�/ ��'n�� � n Check applicable block to describe prime PROJECT NAME: (O�� ,/ l- M/W/DBE NON-MAN/DBE 1 \CCftiJDUD���/K Gd1,F u'4`S�- TUI(14)PA) BID DATE City's M/WBE Project Goal: Prime's MIWBE Project Utilization: PROJECT NUMBER 3% % Gew. soaly O ils Oiav Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor iu its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise(DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev.5/30/03 i ATTACHMENT1A FORT WORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-MM/BEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) o SUBCONTRACTOR/SUPPLIER T n Company Name N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D E E R O B C T E A a43� S� LaoP�aL� -Ito� -r.4)y LiA pump sr- �o DO-7LPK I g/74-V3-9706 1tiE., 90-5 Ip �P""V w- P►' / Fi i/U6sP-0'&Z% �rOQ Rev.5/30/03 i ATTACHMENT IA FORT WWORTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address M W C X M Subcontracting Work Supplies Purchased Dollar Amount T D Telephone/Fax r B B E E R O B B C T E A J �b9 AN A+F -�-A,"`*-' 8A-to,uoe, , `I)' l 4/- 3 -CQ) Wletjm& I I)A LI Ks, 41 16-;'VV- 303-(�55-Oa9g Rev.5/30/03 i ATTACHMENT1A FORT WORTH Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approv: i of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating City work for a period of time not less than one (1) year. Authorized Si at Printed Signature EDI� )VV Title Contact Name/Title(if different) -3-M, 0 Company Name Telephone and/or Fax , E01 FAA 0-K�,,II.I�,N�� y�eru�ti,�l�7` Addres-s- _ E-mail Address City/State/Zip ' Date Rev.5/30/03 ATTACHMENT1B FORT WORTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe s rime PROJ`gC,T NAAME: Q n�` D , i MNV/DBE NON-M/W/DBE V'1, �A,0j 1.1 &k Gok� u..lwi �K((D��IDfV BID DATE City's M/WBE Project Goal: PROJECT NUMBER _ 3% G� /� l ��l! s�0/ If both answers to this form are YES, do not complete ATTACHMENT 1 C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m., five(5)City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES 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 the 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 from participating in City work for a period of time not less than one 1 year. AutK ¢ed Signgly e - Printed Signature Pat �o 1Tff l �S�,f b, �F� . Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address ­_TU 76 di - City/State/Zip Date Rev.5/30/03 , 1 ATTACHMENT 1C Pagel of 3 FORT WORTH - "'�..,r�.�.•---� City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: bc-ILLIA)(0 Check applicable block to describe TA _ oa) J�t�{f/CAS � prime PROJECT NAME: MAN/DBE NON M/W/DBE ✓�ltAOocz' 1� K c l A-`r1 Dw W q e ��,�(L L4f4rO A) BID DATE —/� City's M/WBE Project Goal: PROJECT NUMBER 3% eliaLo D D O/(:5, 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 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 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-M/WBE. (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 \J Rev.05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing No 3.) Did you solicit bids from M/WBE firms,within the SO ontracting and/or supplier areas previously listed, at least ten calendar days prior to�bid openi mail, exclusive of the day the bids are opened? l 4 � i Yes (If yes,attach M/WBE`ma}I lisp`g to incl a name of f rm and address and a dated copy of letter mailed.) No \� 1 4.) Did you solicit bids from M BE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar ays prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of M/WBE firm,person contacted,phone number and date and time of contact.) No 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 MMBE name, date, time, fax number ano 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 M/WBEs 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 otential M/VVBEs or information regarding the location of plans and specifi tions in orde to assistKh M/WBEs? Yes No 6.) Submit documenta�io it, M/WB quoteseesto ejected. The documentation submitted should be in the forms of an aff ida f� include a detplanation of why the M/WBE was rejected and any supporting documentation the bidder wibe 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 Rev.05/N= 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. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid_ The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Sig ture Printed Signature 1-0 lvg-s k Aw'b Title Contact Name and Title(if different) I Company Name Phone Number Fax Number J t U.. x ��aa �6(E 604 v6 �,e1 u�r?i'� � lZor��(lE7- Address Email Address dV City/State/Zip Date Rev.05/30/03 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered,use"NA"if applicable. Name of City project: NUfXv36PXq< 6049 �Ulsy A joint venture form must be completed on each project RFPBid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E- ail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MAYBE firm Non-MAWBE name: firm name: Business Address: Business Address: B City,State,Zip: City,State,Zip: 9 Telephone Facsimile E-mail Telephone F cs mil Cellular N A Cellular Certification Status: E-mail address Name of Certifying Agency: 2.Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-MIWBE: Rev.5/30/03 Joint Venture Page 2 of? 3.What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? I' 4.Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do no/complete if this information is described in joint vennu•e agreenrent) Profit and loss sharing: ' Capital contributions,including equipment: Other applicable ownership interests: 6. Identify by name, race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision malting of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ----------------------------------------------- b. Marketing and Sales ----- - -------- c. Hiring and Firing of management personnel ---------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's M/V1/BE Ordinance. Rev.5/30/03 Joint Venture Page 3 of 3 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-M/WBE firm Z_AeO,00 4-1 Printed Name of Owner Printed Name of Owner CCU(,lqdq �A) Signature of Owner Sign a rf caner r� Printed Name of Owner Pri ed Name of wrier ISignature of Owner Signature of Owner Title Title p4�l I Date Date 4 -/I- 4;41)D// Notarization State of (�/� County ofWKe IOn this `��t'1 day of lSl ,20 ,before me appeared 1�uci JaG � and I 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. I Notary Public \\\\\\VI I II Print Name VICTORIA TORRES INotary Public * Notary wubllo,state of Texas Signature My COMN21100 Expirb 01.114014 n I 1 //" Commission Expires r7< <"� (seal) 1 IRev.5/30/03 CITY OF FORT WORTH 2O09 PREVAILING WAGE RATES Avg. Hrly Health/ Total Rate Welfare Package lassincation Pension Vacation sic $25.92 $1.01 $0.19 50,83 $27.91 -.ic Helper $15,81 $0.00 $0.00 $0.30 $16.77 Ceiling Mechanic $15.56 $0.57 $0.03 $0.12 $16.26 1 Ceiling Helper $12.27 $0.19 $0.00 $0.00 $12.46 �rker $0.00 $0.00 $0.00 $0.00 $0.00 /Stone Mason $18.54 $0.24 $0.00 $0.00 $18.78 ;Stone Mason Helper $10,39 $0.00 $0.00 $0.00 $10,39 $17.08 $1.62 $0.17 $0.81 $19,69 Aelper $13.45 $0.75 $0.08 $0.71 $14.99 r'inisher $13.97 $0.41 $0.04 $0.14 $14,55 nisher Helper $12.14 $0.43 $0.04 $0.11 $17.72 "'arm Builder $14,03 $0.67 $0.03 $0.15 $14.88 Form Builder Helper $11.72 $0.54 $0.03 $0.10 $12.39 'chanic $16.10 $0,56 $0.02 $0.30 $16.98 �Iper $12,43 $0.33 $0.00 $0.28 $13.05 per $15.00 $0.07 $0.00 $0.00 $15.07 iper Helper $11.50 $0.07 $0.00 $0.00 $11.57 'IJourneyman) $21,77 $1.08 $0.05 $0.381 $23.29 ,`Helper $15.32 $1.09 $0.05 $0.27 $16.73 Technician $20.00 $0.00 $0.00 $0.00 $20.00 'echnician Helper $0.00 $0.00 $0.00 $0.00 $0.00 r(Carpet) $0.00 $0.00 $0.00 $0.00 $0.00 ?,(Resilient) $18.00 $0.00 $0.00 $0.00 $18.00 r Helper $10.00 $0.00 $0.00 $0.00 $10.00 $18.53 $1.92 $0.38 SO.71 521.54 (per $13.49 51.20 $0.10 $0.35 $15.13 $16.59 $0.29 $0.12 $0.08 517.08 -'A per $11.21 50.36 50.11 $0.13 $11.81 '�imon 510.47 $0.70 $0.06 $0.08 $11.3O ;led $13.24 $0.98 $0.06 $0.12 $14.41 S17,00 $0.00 $0.00 $0.00 $17.00 ,er $15.00 $0,00 $0.00 $0.00 $15.00 i i ';ling Assembler $16.00 $1.56 $0.63 $0.00 $18.19 t ling Assembler Helper $12.00 $1.56 $0.63 $0.00 $14.19 $12.57 $0.69 $0.02 $0.09 $13.37 'lper $9.98 $0.61 $0.02 $0.09 $10.70 $21.14 $0.90 $0.13 $0.45 $22.59 'Helper $14.92 $0,58 $0.11 $0.23 $15.82 $17.24 $0.05 $0.00 $0.00 $17.30 lelper $12.85 $0,05 $0,12 $0.43 $12.90 $20.33 $0.69 $0.12 $0.43 $21,56 `Aper $14.95 $0.95 $0,11 $0.00 $16.42 Steel Setter $13,01 50.36 $0.07 $0.23 $13,67 Steel Setter Helper $11.19 $0.25 $0.05 $0.16 $11.64 $16.78 $1,25 $0,23 $0.17 $18.43 (per $12.33 $1.25 $0.23 $0.17 $13.98 Worker $17.49 $0,97 $0.10 $0,51 $19.06 at Worker Helper $14.16 $1.40 $0.17 $0.44 $16,15 `/stem Installer $19.17 $1.68 $0.33 $0.33 $21.52 iystem Installer Helper $14.15 $1.50 $0.00 $0.50 $16.07 =r Structural $19.28 $1.37 $0.55 $0.12 $21.32 ,zr Structural Helper $13.74 $1.37 $0.39 50,09 $15.59 ?ump $18.50 $0.00 $0.00 $0.00 $18.50 nsheel, Backhoe, Derrick, D'Line Shovel $17.81 $1.30 $0.12 $0.24 $19.48 $12.96 $0.42 $0.04 $0.08 $13.50 3Drill Operator $22.50 $0.00 $0.00 $0.00 $22.50 Loader $13.21 $0.36 $0.06 $0.17 $13.79 r $15.21 $0.65 $0.06 $0.19 $16.11 " $17.81 $0.92 $0.12 $0.30 $19.15 ';per $12.55 $0.75 $0,00 $0.33 $13.64 i 3 Compliance with and Enforcement of Prevailing Wage Laws (a) Duty 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 information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor,the City shall make an initial determination, before the 3lst 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 11th 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 enforced in any court 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 WEATHER TABLE AVERAGE DAYS INCHES SNOW/ICE MONTH RAINFALL(1) RAINFALL(2) PELLETS (3) JANUARY 7 1.80 1 FEBRUARY 7 2.36 MARCH 7 2.54 APRIL 9 4.30 0 MAY 8 4.47 0 JUNE 6 3.05 0 JULY 5 1.84 0 AUGUST 5 2.26 0 SEPTEMBER 7 3.15 0 OCTOBER 6 2.68 0 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"). 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 320 50'N, Longitude 970 03' W, elevation(ground) 537 ft. i I VENDOR COMPLIANCE TO STATE LAW Section 2252.002, Texas Government Code,provides that, in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas)bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate office is in the State of Texas. LIN Please Check or mark with an "X" BIDDER: d CKs w )W&S—)W/Eps, U By: Jl sod Llo-m& S-io.),u2 Company (please print) (�((0 1— M&W Signature: (please print) Title: MPIA1106?_4 (pleas print) city / State THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VENDOR COMPLIANCE TO STATE LAW F7 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No. and City of Fort Worth Project No. Ct;C� 1 02)1P,& CONTRA TOR C#�1� J Joe l wx&,��lC 5; r D By: 00�', l Name: 6,0Lt /9C><'SO� Title: 1A-e*QfX/ / Date: —/Z) o�Z' STATE OF TEXAS § § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared Dul 3aQ.V Wl , known to me to be the person whose name is subscribed to the fore going instrument, and acknowledged to me that he executed the same as the act and deed of for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this day of Ak4CCI 20 , VICTORIA TORRES Notary Public in and for the State of *► * Notary Public,State of Texas Texas , .� M;,�s My Comml�elon sxpirne o1.19.1014 'hgi�EOF "d o Cd cd .� a� o g 7131 b p U O 0. > CIS 1-4 jo O CZ45 H ° � rri U v� O U •� .� N '� � `dCZXI O " U cri N U , 0 .o 'o y U rn +� cn 4-41 � O ON �C O cd Ncd •��, U O O � cod � 4-4 d- o O cd W O N � ,� O O O lci •� + U cn O c� cd ch bo bD (D P.,cn cn cn � U � � � ; llci � 1 .® U O p U w 0 •U �-' O � p 0 Q cm cu t� to csCd Cid cn c� U .M .0 bb O •C O N c U � Ed p ~j cu O U U m p ''(::3 cldcn cc3 ® U p Ucn U cd � U cc3 cd rk i 'I::$ .O 0 �--+ 64 v� U N •� v0 ° .� � ;-4o ° op � ct p r 4' 12" _ 441- -F—: FORT WORT Hng 1 � 4 4" 14 PARKS AND COMMUNITY SERVICES 11° ■ ■ 2 3" - —project Title J 1" 4 82" Funding 2" 12 Contractor: 22 " Contractor's Name- 2 11" 12° Questions on this Project Call: 2 1" 12" (817) 392 - XXXX " 12° After Hours Call: (817) 392 - 3" 14 hftp://www.fortworthgov.org/projects 11" Ri"TYP. 1"TYP. FONTS: NOTES: FORT WORTH LOGO IN CHELTINGHAM BOLD IF APPLICABLE TO THE PROJECT, ALL OTHER LETTERING IN ARIAL BOLD CONTRACTOR SHALL OBTAIN VINYL STICKER"CITY GAS LEASE REVENUE COLORS: IN ACTION"/LOGO AT CDR SIGN AND FORT WORTH-PMS 288-BLUE ENGRAVING,6311 EAST LANCASTER LONGHORN LOGO-PMS 725-BROWN AVE(817-451.4684),PEEL AND PLACE $ LETTERING-PMS 288-BLUE IN FUNDING SECTION. r BACKGROUND-WHITE BORDER-BLUE i PROJECT DESIGNATION SIGN ' CITY OF FORT WORTH - CONSTRUCTION STANDARD DRAWING NO. 1 -H DATE: 3 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: MEADOWBROOK GOLF COURSE IRRIGATION WATER WELL INSTALLATION These plans and specifications were prepared by DeOtte, Inc. for the Parks and Community Services Department. The Parks and Community Services Department will administer the contract and furnish inspection. In addition to project performance stated above, the Contractor shall also be responsible for: 1. Setting all project layout dimensions and final finish grade elevations in accordance to plans. All such survey work shall be performed by a Registered Surveyor in the State of Texas and verification provided to the City that such survey work complies to plans and specifications. 2. Attend all project progress meetings as scheduled by the City and provide updated project schedules within 3 calendar days upon request by the City. 3. Obtaining all necessary permits applicable to this project through the City of Fort Worth Planning and Development Department—Development Division—Plans Exam. Permit fees shall be waived. A permit will be required for the following construction items: 1. Electrical Permit Within two (2) Working Days after the date of Fort Worth City Council award of contract, the project manager shall electronically notify the Contractor to proceed with permit application. Upon City issuance of the Notification of Executed Contracts, the Contractor is required to schedule the pre-construction meeting within ten(10) Working Days from the date of notification issuance. The Contractor shall provide copies of the permit application at the meeting. GENERAL REQUIREMENTS - 1 - Should the Contractor be unable to provide verification of permit application due to delay of permit application,the City will not consider a delay in issuance of the Work Order(Contract start date) or allow for additional Work Days to the Contract. For field inspection of all permitted items, the Contractor shall notify the Transportation Public Works Construction Inspector, who in turn will be responsible for notification and scheduling of inspections with the Development Inspector(s). 4. 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. SECTION 01135 - CONTRACT TIME 1.01 PROGRESS AND COMPLETION Upon receipt of a notification letter and the executed construction contract, the Contractor shall be responsible for scheduling a preconstruction conference, which shall be held no later than ten working days from the date of the notification letter. At the time of the preconstruction conference , a construction start date shall be established and indicated in the Notice to Proceed(Work Order) issued by the Engineering Department, The Contractor shall begin the work to be performed under the contract on or before ten working days from the date the Work Order is issued. The Contractor shall carry the work forward expeditiously with adequate forces and shall complete it within the period of time stipulated in the contract. 1.02 LIQUIDATED DAMAGES This project shall be completed within the specified days allowed, to include contract time specified at award of contract plus any additional contract time added through executed Change Orders. If project construction exceeds the allotted contract time, liquidated damages will be assessed on the total amount of contract, to include contract amount increases due to Change Order work, as stipulated in the City of Fort Worth Standard Specification for Street and Storm Drain Construction—Item No. 8.6—Failure to Complete Work On Time: Pg. 27 - 28. Amount of Contract Liquidated Damages Per Day $50,000 - $100,000 $154 $100,001 - $500,000 $210 $500,001 - $1,000,000 $315 GENERAL REQUIREMENTS -2- $1,000,001 -$2,000,000 $420 $2,000,001 -$5,000,000 $630 In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. SECTION 01140-ALTERNATIVES The City reserves the right to abandon, without obligation to the contractor, any part of the project(subject to conditions set forth in Section 01150 -Payment to Contractor) or the entire project at any time before the Contractor begins any construction work authorized by the City. _ SECTION 01150-PAYMENT TO CONTRACTOR,PROJECT ACCEPTANCE & WARRANTY 1.01 SCOPE OF PAYMENT: The Contractor shall accept the compensation as provided in the contract in full payment for furnishing and paying for all materials, supplies, subcontracts, labor, tools and equipment necessary to complete the work of the contract; for any loss or damage which may arise from the nature of the work from the action of the elements, or from any unforeseen difficulty which may be encountered in the prosecution of the work, until the final acceptance of the work by the City; for all risks of every description connected with the prosecution of the work; for all expenses and damages which might accrue to the Contractor by reason of delay in the initiation and prosecution of the work from any cause whatsoever; for any infringement of patent, trademark or copyright, and for completing the work according to the plans and/or specifications. The payment of any current or partial estimate shall in no way affect the obligations of the Contractor to repair or remove, at his own expense,the defective parts of the construction or to replace any defective materials used in the construction, and to be responsible for all damages due to such defects if such defects or damages are discovered on or before the final inspection and acceptance of the work. 1.02 Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 1 st day and 15th day of each month that the work is in progress. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based GENERAL REQUIREMENTS -3- 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 apy partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this Contract. 1.05 Retainage-For contracts of less than $400,000 at the time of execution, retainage shall be 10 percent. For contracts of$400,000 or more at the time of execution, retainage shall be 5 percent. The Contractor will receive full payment for work, less retainage, from the City, on each partial payment period. Payment of the retainage will be included with the final payment after acceptance of the project being complete. 1.06 Contractor shall pay subcontractors in accord with the subcontract agreement within five business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payment to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. 1.07 Contractor hereby assigns to City any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 U.S.C.A. Sec. 1 et sec (1973). 1.08 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for GENERAL REQUIREMENTS -4- 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, f plus all power, fuel, lubricants, water and similar operating expenses; and a ratable proportion of premiums on performance and payment bonds, public liability, workmen's compensation and all other insurance required by law or ordinance. The City Engineer will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used, but such extra work will be performed by the Contractor as an independent contractor and not as an agent or employee of the City. The 15 percent of the actual field cost to be paid the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein specified. The Contractor shall give the City Engineer access to all accounts, bills, invoices and vouchers relating thereto. 1.10 DELAYS: If delay is caused by specific orders given by the City to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary GENERAL REQUIREMENTS -5- i 3 3 instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 1.11 CLAIMS AND DAMAGES: Any claims for extra work or for any other related matter or cause must be made in writing to the City Engineer within seven calendar days from and after the cause or claim arises. Unless such claim is so presented, it shall be held that the Contractor has waived the claim, and he shall not be entitled to receive pay thereof. 1.12 TRANSPORTATION: No allowance or deduction will be made for any charge of freight rates. No allowance for transportation of men, materials or equipment will be allowed. 1.13 ACCEPTANCE AND FINAL PAYMENT: The City, upon receipt of the Director's "Certificate of Completion" and "Final Estimate" and upon receipt of satisfactory evidence from the Contractor that all subcontractors and persons furnishing labor or materials have been paid in full and all claims of damages to property or persons because of the carrying on of this work have been resolved, or the claims dismissed or the issues joined, shall certify the estimate for final payment after previous payments have been deducted and shall notify the Contractor and his surety of the acceptance of the project. Bills Paid Affidavit and Consent Of Surety shall be required prior to final payment becoming due and payable. In the event that the Bills Paid Affidavit and Consent Of Surety have been delivered to the City and there is a dispute regarding (1)final quantities, or(2) liquidated damages,the City shall make a progress payment in the amount that the City deems due and payable. On projects divided into two or more units, the Contractor may request a final payment on one or more units which have been completed and accepted. On delivery of the final payment, the Contractor shall sign a written acceptance of the final estimate as payment in full for the work done. All prior partial estimates shall be subject to correction in the final estimate and payment. 1.14 WARRANTY: The Contractor shall be responsible for defects in this project due to faulty workmanship or materials, or both, for a period of two (2) yearsbeginning as of the date that the final punch list has been completed and the project accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the Contractor and the City. The contractor will be required to replace, at own expense, any part, or all, of this project which becomes defective due to these causes. SECTION 01300—SCHEDULE SUBMITTALS GENERAL REQUIREMENTS -6- 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. SECTION 01400 -QUALITY CONTROL The Contractor will receive all instructions and approvals from the Director- Transportation& Public Works 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: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." GENERAL REQUIREMENTS -7- 3 1 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 - PRODUCT SUBMITTAL AND SUBSTITUTION OPTIONS 1.01 GENERAL—The successful Prime Bidder/contractor shall provide product nomenclature data for both specified products and products to be considered as "Or Equal" substitutions. Product substitution of`Or Equal' products will be considered only after award of contract as noted in item No.15 of Special Instructions To Bidders. For approval of specified products and/or consideration of product substitutions, send submittals to: Carlos Gonzalez,Project Manager (817) 871-5734 Parks and Community Services Department 4200 S. Freeway Suite 2200 Fort Worth, Texas 76115-1499 A. Submittal approval process of specified products and consideration of"Or Equal" products: 1. Product substitutions will be considered only after execution of contract between the successful Bidder/Prime Contractor and the City. Only the successful Bidder/ Prime Contractor may submit product submittals of specified and "Or Equal' products for approval and consideration for approval to the Project Manager and shall be required to be submitted at the scheduled Pre- Construction Conference meeting. Submittals for"Or Equal"product substitution not provided at the Pre-Construction Conference meeting will not be considered. 2. Two (2) submittal copies of all specified products provided to the Project Manager shall include the following data: a. Name and address of manufacturer b. Trade name c. Model or catalog designation GENERAL REQUIREMENTS -8- d. Manufacturer's data 1. Performance and test data 2. Reference standards 3. Two (2) submittal copies of"Or Equal"products provided to the Project Manager for consideration shall include the following data: a. Complete data substantiating compliance of proposed substitution with Contract Documents b. Product identification, including manufacturer's name and address. c. Manufacturer's literature: 1. Product description 2. Performance and test data 3. Reference standards 4. Examples, if requested. d. Name and address of similar projects on which product was used, and date of installation. B. In making request for the use of"Or Equal"product substitution, the successful Bidder/Prime Contractor represents: 1. That the Bidder/Contractor has personally investigated proposed product or method, and determined that it is equal or superior in all respects to that specified. 2. That the Prime bidder/Contractor will provide the same guarantee (or better) for substituted product or method specified. 3. That the Prime Bidder/Contractor will coordinate installation of accepted substitution into work, making such changes as may be required for work to be complete in all respects. 4. That the Prime Bidder/Contractor waives all claims for additional costs related to substitution if subsequently accepted by the Project Manager. C. Substitutions will not be considered if: 1. They are indicated or implied on shop drawings or project data submittals without formal request submitted in accord with Paragraph 1.04. 2. Acceptance will require substantial revision of Contract Documents. D. Specified material shall not be ordered by the Contractor until such time product material submittals have been received, reviewed and approval provided by the Project Manager. GENERAL REQUIREMENTS _9. 1 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, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees,whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract,whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either(a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems appropriate, refuse to accept bids on any other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. END OF DIVISION GENERAL REQUIREMENTS - 10- SECTION 02200 -SITE PREPARATION PART 1 - GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor,materials, equipment and services required for clearing and grubbing, demolition, and removal and disposal of items as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02300 - Earthwork B. Existing Conditions, Removal and Demolition Items. PART 2—PRODUCTS 2.01 No products are required to execute this work, except as the Contractor may deem necessary. PART 3—EXECUTION 3.01 CLEARING AND GRUBBING: A. Clearing and grubbing shall consist of removing all natural and artificial objectionable materials from the project site or from limited areas of construction specified within the site. B. In general, clearing and grubbing shall be performed in advance of grading and earthwork operations and shall be performed over the entire area of earthwork operations. C. Unless otherwise specified on the plans, all trees and shrubs of three inch(3") caliper or less (caliper is the diameter as measured twelve inches (12") above the ground) and all scrub growth, such as cactus, yucca, vines, and shrub thickets, shall be cleared. All dead trees, logs, stumps, rubbish of any nature, and other surface debris shall also be cleared. 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 removed prior to stripping and stockpiling topsoil from areas of earthwork operations. Such removal shall be accomplished by "blading" off the uppermost layers of sod or root-matted soil for removal. SITE PREPARATION 02200 t 1 - 3.02 PAVEMENT REMOVAL: A. Bituminous and concrete pavements shall be removed to neatly sawed edges. Saw cuts shall be full depth. If a saw cut in concrete pavement falls within three feet(3') of an en existing score joint, construction joint, saw joint, cold joint, expansion joint, or edge, the concrete shall be removed to that joint or edge. All saw cuts shall be parallel and/or perpendicular to the line of existing pavement. If an edge of a cut is damaged subsequent to saw cutting, the concrete shall again be sawed to a neat, straight line for the purpose of removing the damaged area. B. Concrete curb and gutter shall be removed as specified above. No section to be replaced shall be smaller than thirty inches (30") in length or width. 3.03 UTILITIES REMOVAL: In general, those utilities on the site that are to be removed and that belong to the Owner shall be removed by the Contractor. The Owner is responsible for arranging the relocation or removal of other utilities owned by utility companies or other parties. 3.04 MINOR DEMOLITION: There may be certain items on the site such as old building foundations, fences, and other undetermined structures and improvements that must be removed before construction can commence. Unless otherwise specified, such items become the property of the Contractor for subsequent disposal. 3.05 USE OF EXPLOSIVES: The use of explosives will not be permitted in site preparation operations. 3.06 BACKFILLING: All holes, cavities, and depressions in the ground caused by site preparation operations will be backfilled and tamped to normal compaction and will be graded to prevent ponding of water and to promote drainage. Should any excavated hole or cavity be required to be left open over night, the Contractor shall be responsible to provide barriers and /or coverings to enhance on site accident prevention measures. 3.07 DISPOSAL OF WASTE MATERIALS: A. Unless otherwise stated, materials generated by clearing, grubbing, removal, and demolition shall be known as "waste" or "spoils" and shall be removed from the site and disposed of by the Contractor. Similar materials may be unearthed or generated by earthwork operations or by subgrade preparation. Unless otherwise specified any merchantable items become the property of the Contractor. END OF SECTION SITE PREPARATION 02200 -2- SECTION 02140 - SITE UNDERDRAINS PARTI - 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. 1.02 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 a 3.01 VERTICAL AND HORIZONTAL CONTROLS: _ A. The Contractor shall establish or shall employ a licensed surveyor to establish all lines and grades necessary for each stage of the work described herein. SITE UNDERDRAINS 02140 - 1 - 9 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 UNDERDRAINS 02140 -2- SECTION 02300 -EARTHWORK PART 1 -GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 - Site Preparation. B. Grading Plan: Refer to plan sheets. 1.03 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work. The total cost will be included in the Bid Proposal. Payment will be made on a Lump Sum basis only. PART2 - PRODUCTS 2.01 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation, unless separately designated, within the limits of the work. Unclassified excavation includes all material encountered regardless of its nature or the manner in which it is to be excavated. 2.02 UNCLASSIFIED FILL A. Unclassified fill shall consist of all fill within the limits of the work. All suitable native materials removed in unclassified excavation, or similar imported materials, shall be used insofar as practicable as unclassified fill. Properly deposited, conditioned, and compacted fill is hereinafter referred to as "earth embankment." B. Rock: Minor quantities of rock not greater than four inches in greatest dimension are permissible in fill materials used to construct earth embankment. Minor quantities of rock of greater dimensions may be placed in the deeper fills in accordance with the State Department of Highways and Public Transportation requirements for construction of rock embankments, provided such placement of rock is not immediately adjacent to structures or piers. Also,rock may be placed in the portions of embankments outside the limits of the completed graded width where the size of the rock prohibits their incorporation in the normal embankment layers. 2.03 TOPSOIL On-Site Topsoil: Topsoil shall consist of an average depth of six inches (6") of native surface soil left in place after the ground cover of herbaceous vegetation and other objectionable matter has been cleared by"blading," as specified in Section 02200, "Site Preparation." Topsoil may be greater or less, than the upper six inches (6") in depth. EARTHWORK 02300 - 1 - E 2.04 IMPORTED FILL A. Imported fill materials shall be used for the construction of earth embankment in the event that(1)the volume of unclassified excavation is less than the volume of fill required for earth embankment and/or(2)the condition of materials removed in unclassified excavation makes them unsuitable for use in the construction of earth embankment. B. The Contractor shall haul and place imported fill obtained from off-site sources as necessary to construct the embankment and various other details of the construction plans. All costs related to such imported fill will be included in the contract price, and no additional or separate payment for imported fill will be due the Contractor. C. A sample of the proposed imported fill must be provided by the Contractor and be approved by the Owner. In general, imported material must be equal to or better than native material in quality and engineering characteristics. The Architect/Engineer may also require the Contractor to provided a material analysis test of the proposed fill. 2.05 SELECT MATERIALS A. Select materials shall be imported from offsite sources, unless they are available from specifically designated areas on the site as marked on the plans. 2.06 UNSUITABLE MATERIALS A. Topsoil, select material, imported fill, or unclassified fill will be declared as "'unsuitable" by the Owner if, in his opinion, any of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material. 1. Moisture 2. Decayed or undecayed vegetation 3. Hardpan clay, heavy clay, or clay balls 4. Rubbish 5. Construction rubble 6. Sand or gravel 7. Rocks, cobbles, or boulders 8. Cementious matter 9. Foreign matter of any kind B. Unsuitable materials will be disposed of as "waste" as specified in Section 02200. C. Wet Material If fill material is unsatisfactory for use as embankment solely because of high moisture content, the Architect/Engineer may grant the Contractor permission to process the material to reduce the moisture content to a usable optimum condition. EARTHWORK 02300 -2- PART 3 -EXECUTION 3.01 SITE PREPARATION: In general, "site preparation," as specified in Section 02200, shall be performed in advance of grading and earthwork operations and shall be completed over the entire area of earthwork operations. 3.02 TOPSOIL A. The removal and storage of topsoil shall occur after site preparation is complete and before excavation and embankment construction begin. Likewise,topsoil will be replaced after excavation and embankment construction are complete. B. Removal: Topsoil shall be stripped to an average depth of six inches (6") from areas where excavation and embankment construction are planned. Topsoil may be obtained from greater depths if it is uncontaminated by the substratum and it is of good quality, in the opinion of the Architect/Engineer. C. Storage: Topsoil shall be stored in stockpiles conveniently located to areas that will later receive the topsoil. Stockpiles shall be out of the way of earthwork operations in locations approved by the Owner or Architect/Engineer. Stored topsoil shall be kept separate from other excavated materials and shall be protected from contamination by objectionable materials that would render it unsuitable. D. Timing: Topsoil will not be replaced(deposited) until construction activities are complete that would create undesirable conditions in the topsoil, such as overcompaction or contamination. Trenching for items such as electrical conduit and irrigation pressure lines must be complete before topsoil replacement may begin. D. Replacement: Topsoil will be deposited in a single layer or lift. It will be placed, processed, compacted, and graded to leave a finished layer of topsoil not less than five inches in depth. Unless otherwise indicated,topsoil will be replaced over all areas of earthwork (including slopes), except where pavement is planned. F. Grading: Topsoil will be final graded to the elevations shown on the plans. Fine grading will be accomplished with a weighted spike harrow, weighted drag, tractor box blade, light maintainer, or other acceptable machinery. All particles of the finish grade shall be reduced to less than one inch in diameter or they shall be removed. All rocks of one inch or greater shall also be removed. Grading operations and equipment will be such that topsoil does not become overcompacted. Bulldozer blades and front-end loader buckets are not acceptable devices for topsoil grading operations. Final grading within five feet of constructed or installed elements shall be hand raked. G. Acceptability: Finished areas of topsoil are satisfactory if they are true to grade,true in _ plane, even in gradient(slope), uniform in surface texture, and of normal compaction. Areas of loose granular pockets or of overcompacted soils are not acceptable and will be reworked. Finished areas will promote surface drainage and will be ready for turfgrass planting. EARTHWORK 02300 -3. 3.03 UNCLASSIFIED EXCAVATION A. All excavated areas shall be maintained in a condition to assure proper drainage at all times, and ditches and sumps shall be constructed and maintained to avoid damage to the areas under construction. B. Surplus Material: 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 EMBANKMENT A. Earth embankment is defined as embankment composed of suitable materials removed in unclassified excavation and/or imported fill. The construction of embankment includes preparing the area on which fill is to be placed and the depositing, conditioning, and compaction of fill material. B. General: Except as otherwise required by the plans, all embankment shall be constructed in layers approximately parallel to the finished grade of the graded area, and each layer shall be so constructed as to provide a uniform slope as shown on the grading plan. Embankments shall be constructed to correspond to the general shape of the typical sections shown on the plans, and each section of the embankment shall correspond to the detailed section or slopes established by the drawings. After completion of the graded area, embankment shall be continuously maintained to its finished section and grade until the project is accepted. C. Preparation: Prior to placing any embankment, all preparatory operations will have been completed on the excavation sources and areas over which the embankment is to be placed. The subgrade shall be proof rolled to detect soft spots, which if exist, should be reworked. Proof rolling shall be performed using a heavy pneumatc tired roller, loaded dump truck, or similar piece of equipment weighing approximately twenty five (25) tons except as otherwise specified for tree protection and areas inaccessible to vehicular compactors. Stump holes or other small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed, loosened ground, or surfaces roughened by small washes or otherwise, shall be restored to approximately its original slope by blading or other methods, and, where indicated on the plans or required by the Owner, the ground surface,thus prepared, shall be compacted by sprinkling and rolling. EARTHWORK 02300 -4- D. Scarification: The surface of all areas and slopes over which fill is to be placed, other than rock, shall be scarified to a depth of approximately six(6") inches to provide a bond between the existing surface and the proposed embankment. Scarification shall be accomplished by plowing, discing, or other approved means. Prior to fill placement, the loosened material shall be adjusted to the proper moisture content and recompacted to the density specified herein for fill. E. Benching: Scarification is normally adequate for sloping surfaces. However, in certain cases where fill is to be placed against hillsides or existing embankment with slopes greater than 4:1, the Owner may direct the Contractor to key the fill material to the existing slopes by benching. A minimum of two feet(2')normal to the slope shall be removed and recompacted to insure that the new work is constructed on a firm foundation free of loose or disturbed material. F. Depositing: Fill material shall be placed in horizontal layers or lifts, evenly spread, not to exceed eight(8") inches in loose depth before conditioning and compaction. Unless otherwise permitted, each layer of fill material shall cover the length and width of the area to be filled and shall be conditioned and compacted before the next higher layer of fill is placed. Adequate drainage shall be maintained at all times. G. Watering: At the time of compaction,the moisture content of fill material shall be such that the specified compaction will be obtained, and the fill will be firm, hard, and unyielding. Fill material which contains excessive moisture shall not be compacted until it is dry enough to obtain the specified compaction. H. Compacting: Each layer of earth fill shall be compacted by approved tamping or sheepsfoot rollers,pneumatic tire rollers, or other mechanical means acceptable to the Owner. Hand-directed compaction equipment shall be used in areas inaccessible to vehicular compactors. I. Grading: Embankments shall be constructed in proper sequence and at proper densities for their respective functions. All embankment serves in one capacity or another as subgrade (e.g.,under topsoil, under concrete and asphalt pavement, under structures, etc.). Accordingly,the upper layer of embankment shall be graded to within plus or minus 0.10 foot of proper subgrade elevation prior to depositing topsoil, and prior to the construction of pavements, slabs, etc. 3.05 DENSITY CONTROL A. Earth Embankment in General: Earth embankment shall be compacted in lifts at a minimum of ninety percent(90%) of Standard Density ASTM D698 with plus four percent(4%) or minus two percent (2%)percentage points of optimum moisture content. B. Earth Embankment Under Structures and Pavement: The top six (6") inches of natural earth comprising the subgrade for structural slabs or for areas of pavement shall be ninety five percent(95%)to ninety eight percent(98%)of Standard Density ASTM EARTHWORK 02300 -5- i D698 with the moisture content at minus two percent(2%) to plus four percent(4%) of optimum moisture content. 3.06 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all embankments that are to function as subgrade for structures, areas of pavement, or for select embankment. After completion of the embankment,the Contractor shall prevent excessive loss of moisture in the embankment by sprinkling as required. Loss of moisture in excess of two percent(2%) below optimum in the top twelve inches (12") of the fill will require that the top twelve inches (12") of the embankment be scarified,wetted, and recompacted prior to placement of the structure, select fill or pavement. If desired, the Contractor may place an asphalt membrane of emulsified or cutback asphalt over the completed embankment and thus eliminate the sprinkling requirement. 3.08 TOPSOIL REPLACEMENT: Topsoil shall be carefully placed to avoid any displacement or damage to the subgrade. If any of the subgrade is rutted, damaged or displaced it shall be restored prior to placing topsoil. Topsoil shall be replaced as specified herein per Item 3.02. END OF SECTION EARTHWORK 02300 -6- SECTION 02520 IRRIGATION WATER WELL SPECIFICATIONS 1.01 SCOPE OF WORK: The scope of work for this project includes mobilization and demobilization, the furnishing of all labor, tools, equipment, and material, performing all operations in connection with installing a water well, water lines (well and pumps), controls, well pump, and all system electrical wiring. The general location of Meadowbrook Golf Course is shown on Exhibit A, "Location Map". The specific location of the well on the site is shown on Exhibit B, "Well Site Location". 1.02 SECTION INCLUDES A. Drilling, collection of water samples, casing, screening, gravel pack, cement and or bentonite, developing, test pumping, and disinfecting of water supply well. 1.03 SPECIAL REQUIREMENTS A. The well is to be drilled to the depth necessary to produce the required flow. B. All materials to remain in the finished well shall be new and free of defects. C. All equipment for well drilling, development, testing, and cleaning shall be furnished by the Contractor at no additional cost to the Owner. D. Formation samples necessary for sizing the well appurtenances will be submitted by the Contractor at no additional cost to the Owner. E. Special materials and products to be used in well drilling and developing will be subject to Engineer's approval prior to their use. F. Mobilization and Demobilization: 1. The Contractor shall begin drilling operations within ten (10) working days from the date of receipt of Notice to Proceed. The Contractor shall bring to the site, erect, and install all equipment and supplies necessary for the completion of the project. Compensation for mobilization and demobilization shall be included as part of the lump sum bid price. G. Well Location: 1. The location of the site on which the well will be drilled is shown on the Contract drawings. See Exhibit "B", "Well Site Location". The Contractor shall coordinate access and the precise location with the Golf Course staff prior to mobilization. The well shall be located at a site above the 02520-1 floodplain elevation of 558. The location shown on the map is above floodplain elevation. H. The well driller shall be licensed with the Texas Department of Licensing and Regulation and shall demonstrate significant past experience with well installation in the North Texas area and the Trinity Formation. I. Contractor shall coordinate access with the Meadowbrook Golf Course project manager for this project. The Contractor shall be responsible for damage to sidewalks, landscaping or any other improvements impacted by well construction. If needed, the Contractor shall provide plywood sheets to protect maintained grasses. The Golf Course staff has identified accessibility to the drill site. The Contractor shall leave all affected areas in existing or better conditions. J. Contractor shall grade the area around the well head to assure that drainage does not drain to the wellhead but away from it. The Contractor shall remove all remnants of construction including gravel, cement or concrete, bentonite, drilling mud or any other debris. 1.04 EQUIPMENT AND MATERIALS: A. Well Pump and Discharge: 1. The well shall be equipped with a submersible pump capable of delivering a minimum 300 gpm at 1350 ft. depth. Well performance of a minimum of 300 gpm at the discharge shall be verified prior to final payment. The Contractor shall submit pump curves for the pumps to be installed to the Engineer for approval prior to installation. B. Electrical: 1. 460 Volt, 3-phase electrical service is available to the site at the overhead power poles adjacent to the well site (see Exhibit B). The Contractor shall install 460 volt 3 phase service from this location to the well site and install power to the well. C. Water Meter: 1. The well discharge shall be metered with a permanent water meter to ensure a minimum 300 gallon per minute flow rate prior to acceptance and final payment. D. Water Lines: 1. A six-inch DR-26 PVC irrigation pipe shall be fitted to the well discharge and buried at a minimum depth of 3-1/2 feet from the well head to the pond. No booster pumps or storage tanks are proposed in this project. Discharge will be to pond at an elevation two feet below the pond surface 02520-2 and grouted in place. E. Electrical Connections: 1. The contractor shall furnish all electrical equipment internal to the operation of the well, pumps, and tanks. Power will be provided at Pump House and Electric Service location by others and available to the Contractor at the time of well completion. The contractor will be responsible for coordination of any electrical requirements/needs with the owner. All electrical installation shall be completed by a licensed contractor in conformance with all applicable codes and regulations. 2. The well will discharge into a pond and a float switch shall be installed at an elevation to be determined by the City's Golf Course staff at the time of installation. The float switch will operate on control voltage and shall operate a suitable and durable relay switch for the phase and voltage of the well pump system. 3. The control panel shall be a NEMA 3 control box with cover and shall be installed on stands with a minimum of three (3) feet and a maximum of four (4) feet above ground level. The control box will control 3-phase, 460 volt power for the well in this case. The control box shall be equipped with all transformers, switches, relays, terminals, connections, fuses and all other equipment necessary for the proper and long term operation of the well. The connection to the float switch shall be compatibly installed with a Hands Off and Auto (HOA) switch for use with the float switch. The control box shall be sized to amply accommodate all of the necessary electrical equipment needed for pump control and operation. 4. The control system shall be installed by a licensed electrician. 5. A transformer and 15 amp, 110 power outlet shall be provided in the NEMA 3 Enclosure. 1.05 MATERIALS AND CONSTRUCTION A. Well Casing: 1. The well casing diameter and length shall be of a sufficient size to produce the required flow. The owner anticipates that the casing will be 8 5/8" in ' diameter to a depth of approximately 1350 feet but the Contractor shall verify based on it's experience in the formation and shall be ultimately responsible to produce the required flow rate from the well. The casing 02520-3 i shall be steel. Connections shall be threaded and shall not be welded. B. Well Screen: 1. The well screen diameter shall match the casing diameter and shall be thread connected to the casing. The screen shall be of sufficient length and diameter to produce the required flow. The owner anticipates that the casing and screen will be 8 5/8" in diameter with a length of approximately 100 feet but the Contractor shall verify based on its experience in the formation, data gathered during installation and shall be ultimately responsible to produce the required flow rate from the well. The screen shall be Type 304 stainless steel or approved equal. C. Gravel Pack: 1. A gravel pack shall be placed in the annular space between the drilled hole and the screen or blank casing and shall be filled from total depth to five feet above the well screen. 2. The gravel must be washed free of clays and other fine materials and produced as near the above gradation as local suppliers can provide. No crushed rock or gravel with angular faces may be used. 3. The Contractor shall be responsible for insuring that the gravel pack material is adequately disinfected during installation. D. Well Fill: 1. The annular space between the hole and the screen shall be filled from five feet above the well screen to 35 feet below ground level with a sand bentonite mixture. A Cement Seal shall be placed at water bearing formations including the Woodbine and Paluxy formation to prevent cross migration of groundwater into the Trinity formation. E. Cement Seal: 1. The annular space outside the well casing from five feet below ground level to 35 feet below ground level shall be filled with 2% bentonite cement. 2. EXECUTION 2.01 WELL DRILLING AND DEVELOPING A. Well Production Hole: 1. The well production hole shall be drilled using a mud-rotary rig. The upper portion of the hole shall be sized appropriately for the proper casing and screen size to be installed. B. Well Plumb-ness and Alignment: 02520-4 1. The completed well shall be sufficiently plumb, round, and straight to allow free movement of the pump equipment through the depth of the well. C. Well/Well Development: 1. The well shall produce a constant, 24-hour minimum of 300 gallons per minute (gpm) of water. The developing of this well will be done by the air lifting pumping method with the well driller's equipment supplying the required air. Other methodology may be used following approval by the Engineer. _ 2. The well shall be thoroughly developed so that it will produce a 300 gpm minimum capacity and so that it will not produce fine sand. 3. The compressor equipment used for airlifting shall be capable of producing adequate airflow to lift water and sediment from the lower screens in the well. Airlifting shall proceed until the produced water is free of suspended sediment. 4. The Contractor shall furnish all plant, materials, and labor required to accomplish the well development. D. Damage done to existing structures, roads or utilities, or any interference with them caused by the Contractor shall be repaired at the Contractor's expense. 2.02 WELL CLEANING AND DISINFECTION A. All materials, tools and debris shall be removed from the well once it is completed. 2.03 METAL CAP FOR CASING A. The production casing shall extend a minimum of 18 inches above ground (concrete pad) level. The casing shall be equipped with a pitless adapter, a watertight cap with a screened well vent. 2.04 CONTROLS A. The controls including switches, fuses, terminals, buses, transformers, and timers shall be contained in an amply sized NEMA 3 enclosure mounted on pole supports between 3 and 4 feet of clearance above ground. A float switch shall be installed to maintain pond level and an elevation determined by Golf Course staff at the time of installation. (See Item 1.04.E.3 above for more description.) 3 02520-5 i 2.05 MISCELLANEOUS A. The Contractor shall pour a 6'x6'x5" concrete pad reinforced with #3 rebar placed at 18-inch centers in both directions with 2 inches clear below the rebar centered around the well head. B. The Contractor shall pour a concrete pad to secure the discharge pipe in the pond and to diffuse flow that exits the pipe to minimize scour and turbulence. The pad shall extend a minimum of 12 inches upstream of the discharge end of the pipe and three feet downstream of the pipe and shall be three feet wide. The pad shall cover the pipe on the upstream end and match the flow line at the downstream end. C. Other appurtenances required for completion of the well such as the gravel chutes, breather pipe, bottom plug, torque arrestors, clamps, drilling mud, mud pit, well logs, bentonite, cement, and all other ancillary materials are to be furnished and installed by the Contractor. Attachments: Exhibit A, Location Map Exhibit B, Well Site Location 02520-6 0 0 I-30 SITE LO TION �O eadowbrook Dr. �F All 1 3 EXHIEIT A Is LOCATION MAP FORT WORTH TEXAS t2553 E.Loop 820 North MDEOTTE, INC Port Worth,Texas-76118 0000 • Fax 817-590-SG00 Phone 817-5890000 CIVIL ENGINEERING FIRM REGISTRATION:#F-00311 G(rX) \My/.DEOTTE,COM DRAWN BY: SCALE: DATE: PROJECT NO.: SHEET: ATW N.T.S. :i 06/14/2010 1 2009115 1 OF 1 a �Ei h�ttf+.I��t�72 r, � 6 S L ���� ,•J 13 v � i}� r � ..-'r t- rn r + �r�A. a �' 7 t� Y,�-0��-d �( i - �,• � 'Ei.�r c -�,E i +njul t��i��� r t1 r7.i4� ifi7 �t t1 7 f ��» 3� r$3 '1%,Y is st1't Laj ltLf }' Jf J pz f a. I i .r_;7--'e- Ar 1 r rz �d t °`Y !{.. :k. of� �.v _ 3� � s_ 'L.�k,� + E'''�g;e �'Lt•- r>ti<�� St ��� l�rc� fJ, i 'l2';i� L YLLd.IeSg31��1; 'lyl�'ftR .. Y Y'T .l�• ���. .1 �� h ���' ' � `S if 1f1' "j 1)� `s � tt cLl-o�re�t+� j.e i 1 Yrr P�kl�ye 4}t � d::.. t 11 � -u. ."��a �i�S�, -t5 r �t•7 _ � h � , .t.eMtrt �£1J� 5.='Y �¢ a�f +il 'ilY7's, r,�� �f-7 j•�.rm� R''j�''tta''.:. P _a !F j�EIs: �• . '#+ }; 4 a ff ak �y" 4" 1•F' t o 1 1 II c �' kJ r 6 vA !x 95 1 # "�i Y'` 1 9 s`.� •.4t F � n F f �� a �S .;�• . '�'!'y!Jr. ivaf fc1 r .r=e rN } 7 .' 1 L `r F:. rL y It 1WIR SE Ani Cf ' art a �jt � ? saa ijg ' bid tr ff'� r }yam 6. elf }�[ .r���.. ' :! I i- cS(sg-. �r f5 z�arwsyl'"�•. )C' th ��r � �yat tt s �I ys Mt $ (� j t;ae�Ri la'b Iq 1! 91 .� �J � : t� I 'r E�9 _ s It r•t t'.� rg.-,+ J q 1 J +?-��,� f�yyyy��^ u31g)o-N 1-10 use bar fa hy-ii' '.!9 I _ 'pr•L�' r' - �1 3# ¢.f4 1 'i 1 hY 3J: LT t�f�k'^ iyR 7E7 k i ,� Ir'rl�t4' L iFyay, � " �kt is o I a'• +it"'' i - ! f 1 ,,•.1�i.� a lI 1r s ,E r1 a JJ Ia`z s J la r�,�.. _5�� �r+��tx ttt�1"'s J'.+� �:� J.�.T "�°.t'l��t3`�'t-• t_ { ���h�t+ _' � ° � ��� 9a7�i f'`,i�< �''�, .: � s � � 1 , t q 'f�traf2s-7�p�� _. y:l � �:"�k= � '� I§f•. .sn +t t f., s a �6 ; -"-r��Ld F ,r I t e4 rd .... •' ' ; 5 + '. t t �x �'c,,,x. u•` i - _ k-11 r 3. . �yi ip i4 t'�"',t(+. MIg F`•''�F, � 3 �#S,1�s fr'i�r H f.�c :L•+a� w �...Jl,��,�G�ti i ��u�i• #'a� a f{ �.. _,. •+.� L f R ST.'r{ A�3r� ,� �,J 1 'tl{ ( 7� {f,•-a.13��L`"i_ a z+ 'I Jf � t� � � AA + !A � •1 k W a'•4'ri�., '�•' 'i' F{,FIs�F f�icssf,..'4aa5� `J"'t i F ��# r-� :�i. FAG 7 F`t 1 4y. .a'11 J � 7 i. J r i q (yt Cl07 t' R00 3i. fff/ I ,� rL.. � •4', �.�". ..,t �c:J��"�,�b1.�.�FI41 FL L.1. �I f�d14r .. �� .'_ ' • t. :2,_ . �' '� _. ;§ _,` �'�+''�"R:9� �t iry �`• �: L �� r��i tis� J1-97 F j{.rr't-a�I�r ik kb . 7 '` $ 1 :-tt}� it hTA t1 t�t IQ It t'" r aL fif _f `i��.. r ,r'` A id{f� ,' '� •..� -- '-� _ {z ��a �..+t; ti/i �c c. iT I _�.` 1 sl S r Crtl, i�a er �t�l ear z ._ t +•' 7;�!r.".y3'. 't t� �d rtIn � � ���1 a''�I €.�_G-•`1?;�-�r q2�a, (�i� `�. .xrp,,�'.I_'P• i>n I �7.F 7 6!r t r �a t t i n��� Q ' +r�t It � 1rea�:�, •�' •yr 1 '` r � � t���a t -L � 'C§�k,l� w J sm a5, n !r� - E 1't M�L i i9 N �• ST 7"�'s = v Ts y r r1� 35tI �. , �� I � ' t > _i.al tA s 1C-rl 1 � �-L�.F3 r•'cT rti � �• ,t a -7 WELL SITE I LOCATION 00 00 FORT WORTH, TEXAS 2553 E.Loop 820 North Fort Worth,Texas 76118 `( 11817-589-0000 CIVIL ENCML'JEFRING FIRM IN FEET ) F • 1 • • • I INCH , , FT 1 ' A 1 11 1 . 1 1 1111!19 0 END OF SECTION 02520-9 SECTION 02870 - SITE FURNISHINGS PART I-GENERAL 1.01 DESCRIPTION Furnish and supply all labor, equipment, materials and incidentals necessary to assemble, install and otherwise construct park equipment as listed under products. . 1.02 RELATED WORK A. Section 03300 - Cast-in-Place Concrete. B. Section 07920 - Caulking and Sealants 1.03 QUALITY ASSURANCE A. All equipment shall be free of sharp edges and corners, or extremely rough surfaces. C. All materials shall be new and conform to all standards per specified product or aproved equal (see Division I—Section 01640/Substitutions And Product Options D. The bidder shall be responsible for defects in equipment due to faulty materials or manufacturing, damage or loss. E. Metal shall be straight or at design radii or bends,without kinks, and shall be true to shape. E. Codes and Standards: All "accessible" site furnishings shall comply with the current Texas Accessibility Standards (TAaof the Architectural Barriers Act, Article 9102, Texas Civil Statutes (512)453-3211. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Protect from inclement weather: wet, damp, extreme heat or cold. B. Store in a manner to prevent warpage and/or bowing. 1.05 JOB CONDITIONS The contractor shall be responsible for protection of unfinished work and shall be responsible for the safety of park users utilizing unfinished equipment. SITE FURNISHINGS 02870 - 1 - 1 PART 2 -PRODUCTS 2.01 Equipment as specified on plans or approved eaquai. PART 3 - EXECUTION 3.01 INSTALLATION A. Fasteners: All nuts and bolts shall be upset and tack welded to prevent disassembly. B. Manufacturer's Installation Instructions: The Contractor shall follow the manufacturer's installation instructions and give the Landscape Architect the instructions for filing, unless otherwise stated. Set benches and picnic tables level. END OF SECTION SITE FURNISHINGS 02870 -2- SECTION 02930 - SEEDING PART1 -GENERAL 1.01 DESCRIPTION A. Work Included: Seeding of grass seed or wildflower seed, as specified on the plans. B. Related Work Specified Elsewhere: Section 02300, Earthwork, 1.02 REFERENCE STANDARDS A. Standardized Plant Names 1. For exotic plant materials: American Joint Committee of Horticultural Nomenclature, Second Edition, 1942. 2. For native materials a. Manual of the Vascular Plants of Texas by Correll and Johnston b. Check List of Vascular Plants of Texas by Hatch c. Flora of North Central Texas by Shinners and Moller B. Texas Highway Department: Standard Specifications for Construction, Item 164, "Seeding for Erosion Control" and Item 180, "Wildflower Seeding". 1.03 SUBMITTALS A. Seed l. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed(PLS) b. Name and type of seed 2. If using native grass or wildflower seed, seed must have been harvested within one hundred(100)miles of the construction site. 3. All seed shall be tested in a laboratory with certified results presented to the City, in writing, prior to planting. 4. All seed to be of the previous season's crop and the date on the container shall be within twelve months of the seeding date. 5. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. B. Fertilizer 1. Unopened bags labeled with the analysis 2. Conform to Texas fertilizer law 1.04 JOB CONDITIONS A. Planting Season: The season varies according to species (see Part 2 - Products). Do not seed when soil is excessively wet or dry or when wind exceeds ten (10) miles per hour. B. Schedule After All Other Construction and planting is complete. SECTION 02930-SEEDING - 1 - i C. Protect and Maintain Seeded Areas 1. From erosion 2. From traffic and all other use 3. Until seeding is complete and accepted 1.05 QUALITY CONTROL The contractor who plants the seeds, whether the general contractor or a subcontractor, is responsible for daily supervision of his crew, and for the planting and maintaining of seedlings until acceptable,viable growth is achieved and the project accepted by the City. PART 2—PRODUCTS 2.01 MATERIALS A. Seed All seed shall be planted at rates based on pure live seed (PLS =purity x germination) per acre. Substitution of individual seed types due to lack of availability shall be made only by the City at the time of planting. The Contractor shall notify the City, prior to bidding, of difficulties locating certain species. Only those areas indicated on the plans and areas disturbed by construction shall be seeded. Prior to seeding, each area shall be marked in the field and approved by the City. Any adjustment of area location by the City shall be considered incidental and shall not entitle the Contractor to additional compensation. Weed seed shall not exceed ten percent(10%) by weight of the total of pure live seed (PLS) and other material in the mixture. Johnsongrass and nutgrass seed shall not be allowed. The seed shall be clean, dry and harvested within one year of planting. 1. Non-native grass seed shall consist of: If planted between April 15 and September 10: Lbs./Acre Common Name Scientific Name Puri Germination 25 Bermuda(unhulled) Cynodon dactylon 85% 90% 75 Bermuda(hulled) Cynodon dactylon 95% 90% Substitute the following if planted between September 10 and April 1.5: 220 Rye Grass Loli n t mulliflornin 82% 80% 40 Bermuda (unbulled) C),nodon dactylon 84% 85% SECTION 02930-SEEDING 12- 2 Native grass seed - The seed shall be planted between February 1 and October 1 and shall consist of. Lbs. PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestein Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis *These grasses are not to be planted within ten feet of a road or parking lot or within three (3) feet of a walkway. 3 Wildflower seed - All wildflower seeds are to be hand broadcast, (see 3.02,A). The seed shall be planted between March 5 and May 31 or between September 1 and December 1 and shall consist of: Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden- Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifada 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *These wildflowers are not to be planted within ten feet of a road or parking lot or within three feet of a walkway. 4. Temporary erosion control seed When specified on the plans,temporary control measures shall be performed. These measures shall consist of the sowing of cool season plant seeds and the work and materials as required in this section. i SECTION 02930-SEEDING -3- 1 B. Mulch 1. Mulch should be designed for use with conventional mechanical or hydraulic planting of seed, either alone or with fertilizer. 2. Mulch should be wood cellulose fiber produced from virgin wood or recycled paper-by-products (waste products from paper mills or recycled newspaper). 3. Mulch should contain no growth or germination inhibiting factors. 4. Mulch should contain no more than ten percent(10%) moisture, air dry weight basis. 5. Additives shall include a binder in powder form. 6. Material shall form a strong moisture retaining mat. C. Fertilizer 1. All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis. 2. All fertilizer shall be in acceptable condition for distribution and shall be applied uniformly over the planted area. 3. Analysis of 16-20-0, 16-8-8, or as designated on the plans. Fertilizer rate: a. No fertilizer is required for wildflower seeding. b. Where applying fertilizer on newly established seeding areas - 100 pounds of Nitrogen per acre. C. Where applying fertilizer on established seeding areas - 150 pounds of Nitrogen per acre. D. Erosion Control Measures l. For seeding application in areas up to 3:1 slope, use cellulose, fiber or recycled paper mulch, (see 2.01, B. Mulch and 3.03). 2. For seeding application in areas 3:1 slope or greater, use the following soil retention blanket(Follow the manufacturer's directions): "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL. 2.02 MIXING Seed, mulch, fertilizer and water may be mixed provided that: 1. Mixture is uniformly suspended to form a homogenous slurry. 2. Mixture forms a blotter-like ground cover impregnated uniformly with grass seed. 3. Mixture is applied within thirty (30)minutes after placed in the equipment. SECTION 02930-SEEDING -4- PART 3—EXECUTION 3.01 SEEDED PREPARATION A. Clear Surface of All Materials, Such As: 1. Stumps, stones, and other objects larger than one inch. 2. Roots, brush,wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Tilling 1. In all compacted areas till one inch (1")deep. 2. If area is sloped greater than 3:1, run a tractor parallel to slope to provide less seed/water run-off. 3. In areas near trees: Do not till deeper than one half(1/2") inch inside "drip line" of trees. C. Water: Shall be furnished by the Contractor as an ancillary cost to the Contract by the Contractor by means of temporary metering/irrigation, water truck or by any other method necessary to achieve viable, acceptable stand of turf as noted in 3.04.13. of this specification. The water source shall be clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. The amount of water will vary according to the weather variables. Generally, an amount of water that is equal to the average amount of rainfall plus one half inch (1/2") per week should be applied until such time 100% full growth coverage is achieved and one mowing cycle is performed by the Contractor and accepted by the Owner. Watering: Soil should be watered to a minimum depth of four inches within forty eight (48) hours of seeding. 3.02 SEEDING A. If Sowing Seed By Hand 1. Broadcast seed in two directions at right angles to each other. 2. Harrow or rake lightly to cover seed. 3. Never cover seed with more soil than twice its diameter. 4. For wildflower plantings, scalp existing grasses to one (1") inch, remove grass clippings, so seed can make contact with the soil. B. Mechanically Seeding (Drilling): If mechanically seeding (drilling) the seed or seed mixture,the quantity specified shall be uniformly distributed over the areas shown on the plans or where directed. All varieties of seed, as well as fertilizer, may be distributed at the same time provided that each component is uniformly applied at the specified rate. Seed shall be drilled at a depth of from one quarter inch to three eighth inch (1/4"-3/8") utilizing a pasture or rangeland type drill. All drilling is to be on the contour. After planting, the area shall be rolled with a roller integral to the seed drill, or a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. ' SECTION 02930-SEEDING -5- i 3.03 MULCHING A. Apply uniformly after completion of seeding in areas up to 3:1 slope. Mulch may be applied concurrently with fertilizer and seed, if desired. B. Apply at the following rates unless otherwise shown on plans: 1. Sandy soils, flat surfaces - minimum 1;500 lbs./acre. 2. Sandy soils, sloping surfaces - minimum 1,800 lbs./acre. 3. Clay soils, flat surfaces - minimum 2,5001bs./acre. 4: Clay soils, sloping surfaces - minimum 3,000 lbs./acre. 5. "Flat" and "sloping" surfaces will be shown on the plans if not visually obvious. C. Apply within thirty (30) minutes after placement in equipment. Keep mulch moist, by daily water application, if necessary: 1. For approximately twenty-one (21) days, or 2. Until seeds have germinated and have rooted in soil, (see 3.04.B.2.) and project has been accepted by the City. 3.04 ESTABLISHMENT, MAINTENANCE AND ACCEPTANCE A. Includes initial seed and/or sod application and establishment, protection, replanting as necessary , maintaining grades and immediate repair of erosion damage until the project receives final acceptance. Refer to Part 2—2.01 —D. for watering requirements to be executed by the contractor. B. Initial full coverage turf establishment shall be considered as 100% grow in to a height of three (3") inches with one mow cycle performed by the Contractor on all newly established areas prior to consideration of acceptance by the Owner.. C. Replanting 1. Replant areas where a stand of grass or wildflowers are not present in a reasonable length of time, as determined by the City. 2. A"stand" shall be defined as: a. Bermuda/Rye grasses: See 3.04 B b. Native grass and wildflowers: eighty percent(80%) coverage of growing plants within seeded area within twenty-one days of seeding date on a smooth bed free of foreign material and rocks or clods larger than one inch diameter. END OF SECTION SECTION 02930-SEEDING -6- SECTION 03300—CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.01 SCOPE OF WORK A. Concrete Slabs B. 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. E= 2.02 REINFORCING MATERIALS Reinforcing Bars: Reinforcing bars shall be round deformed bars meeting the requirements of the current standard Specifications for Intermediate Grade Billet Steel Concrete Reinforcing Bars of the A.S.T.M. Designation A-615. Reinforcing bars at the time the concrete is placed shall be free from rust, scale or other coatings that will destroy or reduce the bond. General reinforcing bars shall be number three bars spaced 18 inches on center in walks and 12 inches in slabs as shown on Plans. 2.03 CONCRETE MATERIALS A. Cement: Portland cement shall meet the requirements of A.S.T.M. Specifications Designation C-150 and shall be Type 1. B. Aggregates: Concrete aggregates shall consist of gravel or crushed stone and shall be free from any excess amount of salt, alkali, vegetative matter or other objectionable materials. The aggregate shall be well graded from fine to course and the maximum size shall be one inch . Fine aggregate shall consist of sand C. Water: Water used in mixing concrete shall be clean and free from deleterious amounts of acids, alkalies, vegetative matter or organic material. The concrete shall be mixed in an approved batch mixer. The mixing time shall not be less than one minute after all the batch materials are in the mixer. Cement content 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. ' CAST-IN-PLACE CONCRETE 03300 [f i i 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 walls as shown on plans and details. E. Caulking and Sealants—See Section 07920 2.05 CONCRETE MIX DESIGN AND CONTROL A. Mix Design: The concrete shall contain not less than five sacks of cement per cubic yard. Total water shall not exceed seven gallons per sack of cement. The mix shall be uniform and workable. The amount of course aggregate (dry-loose volume) shall not be more than 85 percent per cubic yard of concrete. The net amount of water will be the amount added at the mixer plus the free water in the aggregate or minus the amount of water needed to compensate for absorption by the aggregates. Free water or absorption determinations will be based on the condition of the aggregates at the time used. The absorption test will be based on a thirty minute absorption period, No water allowance will be made for evaporation after batching. B. Slump: When gauged by the standard slump test, the settlement of the concrete shall not be less than 3 inches nor more than 5 inches, unless otherwise indicated. C. Quality: The concrete shall be designed for a minimum compressive strength of 3,000 pounds per square inch at the age of twenty-eight days using a 5 sack mix. CAST-IN-PLACE CONCRETE 03300 -2- D. Control-Submittal: Within a period of not less than ten days prior to the start of concrete operations,the Contractor shall submit to the Engineer a design of the concrete mix proposed to be used together with samples of all materials to be incorporated into the mix and a full description of the source of supply of each material component. The design of the concrete mix shall conform with the provisions and Iimitation 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 mayplaced 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 maybe 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 -3- i manner as to prevent segregation of the aggregate or an excess amount of water and fine materials to be brought to the surface. No concrete shall be placed when the air temperature is less than forty degrees Fahrenheit nor when the temperature of the concrete is eighty-five degrees Fahrenheit or higher,without approval of Construction Inspector. Placement shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the space between the bars. No concrete that has partially hardened or that has been contaminated by foreign material shall be deposited in the work nor shall retempered concrete be used. Each section of pavement between expansion and construction joints shall be placed monolithically. All concrete shall be thoroughly compacted by suitable means during the operation of placing and shall be thoroughly worked around reinforcement and embedded fixtures and into the corners of the forms. Special care shall be taken to prevent voids and honeycombing. The concrete shall then be struck off and bull-floated to the grade shown on the Plans before bleed water has an opportunity to collect on the surface. 3.04 FINISHING All concrete shall be finished by experienced, qualified concrete finishers. All concrete shall have a neat,rounded edge. Edging and jointing (radius described on Plans) shall be accomplished with care so as not to leave deep impressions in the concrete surface adjacent to edges and joints. After the concrete has been floated and has set sufficiently to support the weight of cement finishers, a smooth steel trowel will be used to produce hard surface. The entire surface will then be brushed with a stiff bristle broom to produce a uniform textured finish. All edges and sides of concrete exposed to view shall be free of warp and blemishes with a uniform texture and smoothness as described in Plans. 3.05 CURING Curing Compound: Immediately after the finishing operations, the concrete shall be completely covered with a curing compound. The concrete surface shall be kept moist between finishing operations and the application of the curing compound. The curing compound shall be applied under pressure by means of a spray nozzle at a rate not to exceed 200 square feet per gallon. A minimum of 72 hours curing time will be required. 3.06 CONCRETE WALLS A. Placing Concrete 1. Where tremies are used, or where the free drop is 5'-0" or more, and through reinforcement, use a dumping box or board, moving the concrete therefrom by shovels or hoes. 2. Deposit concrete so that the surface is kept level throughout, a minimum being permitted to flow from one position to another, and place as rapidly as practicable after mixing. 3. Do not use in this Work any concrete not placed within 30 minutes after leaving the mixer. CAST-IN-PLACE CONCRETE 03300 -4. 4. Thoroughly work concrete around reinforcement and embedded fixtures, and into corners of forms, during placing operations. 5. Completely compact with tamping poles and by tapping forms until the concrete is thoroughly compact and without voids. Determine the number of tampers needed by the amount and method of placing concrete. 6. Exercise care to tamp concrete vigorously and thoroughly to obtain maximum density. 7. Use manual tampers as well as mechanical vibrators. a. Exercise care to direct the quick handling of vibrators from one position to another. b. Do not over-vibrate concrete. C. Do not move concrete by use of vibrator. B. Finishing l. All formed surfaces exposed to view shall have a smooth form finish. 2. After concrete has been properly placed and cured, sandblast finish if indicated on the plans and per specification Section 03350. 3.07 PROTECTION After concrete is placed, finished and cured as required, permit no traffic thereon for three days thereafter and further protect the surface from damage due to other causes. END OF SECTION CAST-IN-PLACE CONCRETE 03300 -5- t SECTION 07920 - CAULKING AND SEALANTS PART I- GENERAL 1.01 DEFINITIONS: 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. 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 i placed so that sealant depth is approximately 1/2 joint width. In joints not of sufficient depth to allow backing, install bond breaking tape at back of joint. 3.05 APPLICATION: Apply sealant and caulking material under pressure to fill joint completely, allowing no air pockets or voids. Tool the joint surface to compress the compound into the joint. 3.06 THRESHOLDS: Place all exterior door thresholds in a fill bed of sealant during setting procedures. 3.07 CLEANING: Clean adjacent surfaces free of caulking and sealant and clean all work of other trades that has in any way been soiled by these operations. Finished work shall be left in a neat and clean condition. END OF SECTION CAULKING AND SEALANTS 07920 -3- i 1 i CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: NAME OF PROJECT: Meadowbrook Golf Course Irrigation Water Well Installation Proiect PROJECT NUMBER: CPMS#: 01702 IS TO CERTIFY THAT: Jackson Drilling Services,LP is,at the date of this certificate,Insured by this Company with respect to the business operations hereinafter described,for the type of insurance and accordance with provisions of the standard policies used by this Company,and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance(Public Ea.Occurrence: $ Liability) Property Damage: Ea.Occurrence: $ Blasting Ea.Occurrence: $ Collapse of Building or structures adjacent to Ea.Occurrence: $ excavations Damage to Underground Utilities Ea.Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea.Person: $ Ea.Occurrence: $ Property Damage: Ea.Occurrence: $ Bodily Injury: Contractual Liability Ea.Occurrence: $ Property Damage: Ea.Occurrence: $ Other Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be assured,the above policies contain such special requirements,either in the body thereof or by appropriate endorsement thereto attached. The City,its officers,employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's worker's compensation insurance policy. Agency Insurance Co.: Fort Worth Agent By Address Title i BIDDER'S STATEMENT OF QUALIFICATIONS Firm Name � 5f��i WAXa� t t►I�f� I A Date Organized: 1120 PARTNERSHIP ❑ CORPORATION Address: �,D, AoL�'IEII�►�xo� --�� rI City: State: Zip: Telephone Number: Fax Number: C� Number of years in business under present name: Former name(s) of organization: CLASSIFICATION: ❑ General ❑ Building ❑ Electrical ❑ Plumbing ❑ HVAC ❑ Utilities ❑ Earthwork ❑ Paving ( Other LIST A MINIMUM OF THREE SIMILAR COMPLETED PROJECTS WITHIN LAST THREE YEARS PROJECT NAME AND LOCATIONc�l,L0 160I ft / AS I6� NAME/TELEPHONE NUMBER OF OWNER Pi of .40 PP44A f_4X W-23 e�YV NAME/TELEPHONE NUMBER OF SURETY�t,�24' (,,. � Atyu , ( �,G, ��� AMOUNT OF CONTRACT COMPLETION DATE G SCOPE OF WORK DESCRIPTION !/ in a �prnl7a�1 1 � 'e J BIZ PROJECT NAME AND LOCATION b1 y LAlk, A&wn�io NAME/TELEPHONE NUMBER OF OWNER C4V as A&"A qf NAME/TELEPHONE NUMBER OF SURETYc� Gc `�y�. /IXcl,G�, Vic+ AMOUNT OF CONTRACT 0/3 7, p COMPLETION DATE /C BIDDER'S STATEMENT OF QUALIFICATIONS SCOPE OF WORK DESCRIPTIONS r— PROJECT NAME AND LOCATION NAME/TELEPHONE NUMBER OF OWNER .p c� NAME/TELEPHONE NUMBER OF SURETY W ec AMOUNT OF CONTRACT 3 ���Db COMPLETION DATE " SCOPE OF WORK DESCRIPTION �kt S PROJECT NAME AND LOCATION NAME/TELEPHONE NUMBER OF OWNER NAME/TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION PROJECT NAME AND LOCATION NAME/TELEPHONE NUMBER OF OWNER NAME/TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION BIDDER'S STATEMENT OF QUALIFICATIONS -2- t l 2. LIST CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERIENCE: e 3. LIST ALL LABOR SUBCONTRACTORS (attach additional pages as needed) �dl9fi �13 LkC, SUBCONTRACTOR NAME T�1�.Gu q �-��C` lG TRADE �.�C`��Cli PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER A. B. C. BIDDER'S STATEMENT OF QUALIFICATIONS -3- SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE/ CONTACT NAME/TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER A. B. C. Note 1. Section 8.1 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth will be enforced. 2. The Prime Bidder selected for this project shall submit Letters Of Intent executed between the Prime Bidder and any and all subcontractors to be utilized on this project within five 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. BIDDER'S STATEMENT OF QUALIFICATIONS -4- i Y EFRFQRMANCE BOND Bond #5108964 FHE STATE OF TEXAS KNOW ALI. BY THESE PRESENTS: COUNTY OF T ARRANT That we(1)Jackson Drillino Services I as Principal herein, and(2)sureTec Insurance Company corporation organized under the laws of the State of(3) Texas and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort i Worth,a municipal corporation located in Tarrant and Denton Counties,Texas,Obligee herein.. in the sutra of; Two Hundred inety-six Thousand-Two Hundred and no1100..........I.................. Dollars(S296,200.00)for the payment of which sum we bind ourselves,our heirs,executor,-, administrators. r successors and assigns. ointly�and s�verally, firmly byr these. present, WHEREAS, Principal has entered into a certain written contract with the Obligee dated the 6hof December.2 111 a copy of which is hereto attached and made a part hereof for all purposes, for the construction df Meadowbroc*Gol l'Course Irrigation Water Well Installation Project NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall full), indemnify and hold liarn less the Obligee from all casts and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obli-ee for all outlay and expense that Obli-ee mayincur in making good such default, then this obligation shall be void;otherwise, to remain in full force and effect. t 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 k HEREOF, the, utFly authorized representatives of the Principal and the Surety have executed this instrument. h SIGNED AND SEA LED this bth day ol`17ecember.2011, i 1 ATTEST: —z -- -- Jackson Drill!ngServices LP (Pri ) ecretary PRIN ��pG br a Jeri lea '+.-' SE ` � h M 6eckh� Title: m p/�/ CfYZ rn t �0'Fit P 01/29/�015 ion Expires --- PO Box 1120 a Justin.TX 76247 Wi as to Principal SureTec Insurance Company P Y Surety BY: <� Name: an Parker ATTEST: (Attorney-in-fact) _ Address:5741 Legacy Drive, #210 Secretary Plano, TX 75024 (SEAL) Telephone Number: 469-241-1488 Witness as to Sure NOTE: (1) Correct name of Principal(Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition,an original COPY of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. I� PAYMENT B 0 N D Bond #5108964 THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OFTARRANT That we (1) SureTec Insurance Company Jackson DrillinL--Lervices LP as Principal herein, and (2) "i corporation organized and existing under the laws of the State of(3) Texas as surety, are held and firmly bound unto the City of Fort Worth,a municipal corporation located in"!-arrant Denton Counties, Texas. Obligee herein, in the 21nolint of Two Hundred Ninety-six Thousand Two Hundred nciltltf _ut r tbindh * r mlors, administrators, suc ce score and assigns, jointly and se vecaly. ;�byth ts 1 e e p resents, WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 6tb day of Recernher A.D. 2011,which contract is hereby referred to and made a part hereof as if fully and to the sarne extent as if copied at length, for the follow inc,project: MeadoNvbrook Go-if Course Irrigation water *Nell installation Erglect NOW, THEREFORE. THE CONDI-1-10N OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every clairriant(as defined in Chapter 2253, Texas Government Code, as amended)supplying labo r or materials in the prosecution of the work under the contract. (lien this obligation shall be void;otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter '1253 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 6th day OQ)ecember 20 i. ATTEST: Jackson Driffing Services, LP PR1NC1 AL — — -- BY: (Principal)Secretary --- ecretary — — -----. Name: tt�Y•p�!A z° �A , Merl Lea Beckham Title: P�j J+}�y,q 6 %to Y t'OmMISSion Expires i 9 0 01/29/2015 PO Box 1120 Justin,TX 76247 Witn as to Principal SureTec Insurance Company --" ATTEST: SURE By_ Name: an Parker Secretary Attorney in Fact (SEAL) Address: _ 5741 Legacy Drive, #210 Witness as to Surety _ — ---- ----- Plano, TX 75024 Telephone Number: 4 6 9-2 41-14 8 8 NOTE: 1. Correct name of Principal(Contractor). 2. Correct name of Surety. 3. State of incorporation of Surety. Telephone number of surety must be stated, In addition,an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract, li li li i M�AINTENNANCE RQI�D TFIF STATE OF TEXAS Bond #5108964 COUNTY OF TARRANT KNOW ALL,MEN BY THESE PRESENTS: That Jackson Drillin2 Services, LP(Contractor), as principal, and SureTec Insurance Company corporation organized' a under the laws of" State Of Texas--1 (Suretv held and bound to pay unto the Cilv of For, Worth, A do hereby acknowledge themselves to be a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City" Hundred and no/100 in Tarrant County, Texas the sum of Two Hundred Ninetv-six Thousand Twn Dollars( 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,assi2ns 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�thda,� of 1L a d the ec­ernber L01 Lcopy of is hereto attached and made a part hereof,the performance of thefollowing described public improvements: Mead the same being referred to herein and in said contract as the Work and being designated as project Lpims 4. 111�702and said contract, including all Of the specifications, conditions, addenda, change orders and written instrumenti 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 fit good repair and condition for and durin-- a period of after the date of Two Q Years after the date of the final acceptance ofthe work by the Cit%1- and _C WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of T11j1J2L1RM.and, N',"HEREAS, said Contractor bind.,, itself to repair or reconstruct the work- in whole or in part at any time within said period, if in the opinion of tht Director of the Water Department of the City of For, Worth, it be necessary,and, WHEREAS, said Contractor binds itself, upon i-cceiving notice of the need therefore to repair or reconstruct said work as herein provided. NOWTHEREFORE, if'sard Contractor shall keep and perform its said a 11 the terms and conditions of said Contract, these reconstruct said work in accordance with -a agreement to maintain, repair or and void, and have no force or effect. Othcr,�v full isc this Bond shall be and remain in - _presents shall be null ,hall have and recover from and effect, and the City rom the Contractor and Surety damages in the premises prescribed by said Contract, This obligation shall be continuin- one and su essive recoveries cc may be had hereon for successive breaches until the full amount hereoffs exhausted, IN WITNESS WFIERLOF, this instrument is executed in 6 counterparts, each one of mi S deemed an original, this 6tb day of December.A.D. 201 1 — licf shall b e � . SD�Y.�'•.lig r/ a Jeri Lea Beckham ATTEST �� h MY Commission Expires (SEAL) 9oF � 01/29/2015 Jackson Drilling Services LP Contractor By: cos Name: vc v,gc/fS-VZ:7 Title:_. ^4 .4 — ATTEST: (SEAL) SureTec Insurance Company cl Surety BY: Jan Parker Name: Title: Attorney-in-Fact 5741 Legacy Drive, #210 Plano, TX 75024 Address-------- I� POA#: 5108964 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make,constitute and appoint Jan Parker its true and lawful Attorney-in-fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Principal: Jackson Drilling Services, LP Obligee: City of Fort Worth Amount: $ 296,200.00 and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President,sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the Sur eTec Insurance Company: Be it Resolved, that the President,any Vice-President,any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver,any and all bonds,recognizances,contracts,agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved,that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20`*of April, 1999.) In Witness )Thereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President,and its corporate seal to be hereto affixed this 3rd day of September,A.D.2010. 0 SURETEC IBSURANCJE COMPANY \�SURANC� By: t w y z= J n Knox J .,president State of Texas ss: 9 1 Y County of Harris On this 3rd day of September,A.D.2010 before me personally came John Knox Jr.,to me known,who,being by me duly sworn,did depose and say,that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument;that he knows the seal of said Company;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Company;and that he signed his name thereto by like order. �_ ptiuvn, JACQUELYN MALDONADO Notary Public,State of Texas i5-- • °. My Commission Fxpires n May 16,2013Raccipelyt Maid n do,Notary Public kX4y commission expires May 18,2013 I,M.Brent Beaty,Assistant Secretary of SURETEC INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney,executed by said Company,which is still in full force and effect;and furthermore,the resolutions of the Board of Directors,set out in the Power of Attorney are in full force and effect. k Given under my hand and the seal of said Company at Houston, Texas this 6th day of December 2011 ,A.D. M.Brent Beaty,Assistant Seere ary Any instrument issued in excess of the penalty stated above is totally void and without any validity. For verification of the authority of this power you may call(713)812-0800 any business day between 8:00 am and 6:00 pm CST. 1 SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to a make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 Web: http://www.tdi.state,tx.us Email: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ------------------------------------------------------------------------------------------------------------------------------------------------------------ Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. -------------------------------------------------------------------------------------------------------------------------------------------------------------- 3 STATE OF TEXAS § § KNOWN ALL BY THESE PRESENTS: COUNTY OF TARRANT § This Contract made and entered into this the 6th day of December,2011, by and between the City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner") and Jackson Drilling Services, LP, ("Contractor"). Owner and Contractor may be referred to herein individually as a"Party" or collectively as the "Parties." 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: FOR: Meadowbrook Golf Course Irrigation Water Well Installation Proiect 2. That the work herein contemplated shall consist of the Contractor furnishing as an independent contractor all labor, tools, appliances and materials, necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by or on behalf of the City of Forth for the Parks and Community Services Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Documents are hereto attached and made a part of this Contract the same as if written herein. 3. 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 Parks and Community Services Department of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Parks and Community Services Department of the CityClIart Worth and the City Council of the City of Fort Worth within a period of 40 Working d2i s: CITY BI., FT. VldOR'M;; T% 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, the sum of$ 6 per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said 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. 6. 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 iniurv, 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. 7. The Contractor agrees, upon the execution of this Contract, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the Cityrof Fprt,Worth, in:a sum equal to the amount of the Contract. All bonds furnish hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. FT WORTH, TX 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 Owner. 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 Owner. D. A Two-year Maintenance Bond in the Name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. 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 Ninety-six Thousand Two Hundred and no/100..........................................................................................................Dollars, ($296,200.00). 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. Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Parks and Community Services Department. 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 with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in 6 rate seal attached. ! CITY SECRETARY WORTHO TX CITY OF FOR ORTH Doug .Wiersig,P.E. Dir or,Transportation Public Works nA Sus n Ala is Jackson Drilling ervices,LP PO Box 1110 Ass'sta ity Manager Justin TX 76247 n �} n'TITLE n RECOMMENDED: ATTEST: By: TRard Zavala,Direc or d Community Services &itySecreta cy° -00 APPROVED AS TO FORM AND P LEGALITY: - - I �. �d � n ° Date000000000 ICY °4 � AUTHORIZATION M&C L Z 5 3" 1 Approval Date: Assistant City Attorney I OFFICIAL RECORD CITY SECRETARY FT', WORTH! TX l I LIA , tr Doug J®ckson 1226 CR 4340 Decatur,Tx 76234 Phone: 817 99,6-7340 or- Email: doug@geolog OBJECTIVE: Build and grow `new Water well Drilling Company comPc'ny� and later as a QUALIFICATIONS: production and drilling vast corr,pany, 1 have accumulated a both As a member.of a family owned P" and completing partner of thrving water well drilling ood background in business amount of knowledge in both the mechanics of drillrng water and also oil and gas well.Teamed with g aria ed also I believe that I can be successful in this new venture. rn 9 school diploma. Jacksbora High School EDUCATION: HighTorleton State University 1976-1980 Bachelor of Science-Geology, 1980-1985 Mesa College, Grand Junction;Colorado Summer of 1984 (geologic field mapping) EMPLOYMENT: Partner, Jackson Drilling Services,LP 2006-006-2007 managing specializing in �-��mmercial and municipal New water well company wells, with 2 new rigs and first year sales of over$2,400,000.0 � 3 rig 1999-2006 Partner, Anderson Water Well over$5,000,000.00 rchaSed Anderson Water well in spring of 1 ,99 and built it into a Pu r venue_ company with annual e r, 1ac::son, Drilling ComP(lr anvil business in 1986 and worked up to manager, 1986-1999 Drillera joined family lay r General manage Achieved annual sales of $2,000,000.00+ i ist, ;tivers Consulting and assistant Exploration C;-01) onsite 198 5-1986 Field Geologistworth.Basin and Bend Ar caanaly srea r off drill cuttings, worked in the Dorf sis. cis m generation and analy hydrocarbon detection and chromatograp teamed with experience in p P EMPLOYMENT 2006-2009 Partner/ Manager Jackson Drilling Services, L.P. Built Jackson Drilling Services into one of the leading commercial waxer well drilling and service companies in Norfh Texas with sales exceeding$3,000,000.00 in ifs 3rd year. 1999-2006 Partner, Anderson Water Well Purchased Anderson Water well in spring of 1999 and built ii into a 3 rig company with annual revenues over$5,000,000.00 7986-1999 Driller and later General Manager, Jackson Drilling Company Joined family business in 1986 and worked up to manager_ Achieved annual sales of$2,000,000.00+ 7985-1986 Field Geologist and assistant Exploration Geologist, Srivers Cons!,lting Worked in the Fort Worth Basin and Bend Arch area doing onsite hydrocarbon detection and chromatographic analysis of drill cuttings, teamed with experience in prospect generation and analysis. I i CERTIFICATE OF EN'SUR ANC E )ate. April 13,2011 TO: CITY OF FORT \V-ORTH,TEXAS NAME OF PROJE PROJECT NUMBE, -Ve THIS IS TO Cl R FIFY TILLVI-, �� (Name and Address of Insured) is,at the d-ate}f this cel-tificate, insured by this Company-with Derations hei ri.� i1h described, Tbr the type offinsurance and in acco ons of the standa pok es us4 d by t is, rdance Nvith the provisi d p, s idi�h��t to E Exceptions to 5iandar oflc,, nolleid on Company� andtui-Ther hereinafter des TY VE PE OF I'NSURAN Policv No, EtTective Expires L,i nI it s o 1'L,i a b i 1 t v .............-............................... ................................... ....... Comprehensive Gen Bod 3 eral CLP 2-12 3 2-11 - 3550298 Occu S1,000,000 , - nc Liabilit,-, Insurance --rt-,P�, )p- lin (Public Liabl. $1,000,000 "Me oc;-' ! ............................ ------------------ -------------- ............ ............ S NIA ................ C:o1japse of Buildings CLP . a 3-2-11 3-2-12 or structures adjacent Ch Occurrence: 51,000,000 toexc cations -----------------------................................. ................................... Dam.a--e to Up.iderground ch ,' ccurr�,nce: S Utilities ------- -------------- Builder's Risk Comprehensive CAP 3-2-11 3-2-12 1,000,000 3550297 N utornob;le 1.'ach Oc, Liability occw-renc�2-- incl Contractual 17,Aabi B 0 di "V 1 1 L ry, Occurrence: 11 000,000 ....................... De oc-cun t�. -4--- 3 --- —------------- 13�—cugP-2-5 T9 —other Excess Lliab All locations Locations Covre__ 7 Description ot'ope-ations covered. Water Weil DrMing The aboviL-pol'icies either in Me bodythereofor by amnrovriau endors�::nlen', id e tl-a� the�,, may i-ol- be Or canceled bvt-he insurein less than fivedays aftlerthe instuedhas --occe -cancellation. Where appiicable to-cal laws or regulations require more than five days actuej notice -,tt:changeor cancellamion to b ontam such special reqtiirements. 'n the body th;--ri�,)-f'ow a-,m:,- nrlf'-c e assured, 'Me above r3olicieS c endorsernem,theretc atlac!!Ccl. Agency:-me-y-ex-s 'Fort \k�orth AgerLt:___ By.W.F. Meyers Address: -Pn Rc)-,- Agent Texas 76426 , N. ERTIFK-A OF SU�RA�,'� AccuTex Electric, LLC 2930 SE LOOP B20 Office 817-293-1931 FORT WORTH, TX 761 40 Fax 817-293-1922 From: Michael Murphy Date: 08/12/11 Page 1 of 1 Project: Electrical Quote - Pump House Project Meadowbrook Golf Course To: Location: Fort Worth Total Price $9,520 Scope of Work 1 Trench and Install 200 - 3 PVC conduit 24" deep per TXU spec with rope from TXU pole to Meter/Disconnect Rack next to pump house. This is with TXU providing wire from Transformer Pole to the Meter which is typical. 2 Furnish and Install one 200amp 3 phase 480 Volt meter base with service rated disconnect on a rack within 20' of pump house. 3 Trench and install 200 amp conduit and wire per code from the pump house to the Meter disconnect assembly within 20'. 4 An allowance of the following is included: One 7.5 kva single phase wall mount transformer w/small 120volt panel. One flourescent low temp light fixture w/switch. One 120volt GFCI plug for general use power good for 20 amps. Price is for straight time in the local DFW area. Mount control panel provided by others and include 50' 3/4 emt conduit w/wire. Control panel and controls is excluded. Sales Tax is Excluded Sawcut and Patch of asphalt or concrete is excluded. Thank You, Mike Murphy AccuTex Electric 3 ' 1 4 • y w_ coR �- W 3 x 4 4 J c CT. -c3 03 •� ti CCS O V • co En� as•a Q, E..� `� � ��° ' � � _ ,- � • C Lu U cal C..} !___ � �✓ ;a S "� � p .� ; w O`CSf 'J1J ♦!� C !�'�1 '� 1J U � � o � �- + r VJ L}}u E Cl J. r N o0 M c 10! v � � X r a�i UJ u o co o m U U (n CL � -' Z z • O y vw-F 'O o zya c n j V v � @ CD 44 . z � m E v, y Q� j m � � I �25 0 C� u: 'n ►-� _ _ - U H o� I N C) O N v c m ` QUj s z m N ; C CD ED m E II o N Oo W tn v� v; O_ Z .` Q � ^ W Y 0 5 v U 00 co o o CD C: N s U O m M 0 c� N z O C) U W U U m U U a Z z +r r v�. } L F U Y riLr I r --- ' yr Y At�• + 'C •H•f' 5 U xx-•-,,� f rr 4(�/,tic' I �r� n �;r anll(y ! �• t�lll� � ?! �r !�l1'! `�ti'� ,�j '��!r�l�l tr�G k. 1 , { r7 rs�lf`..1 , ra f •5.,.�-. I P1 d ,.1.r,., �ti�� I .. f•, ra� J� L 1i1 (i t-rlr A:H�VY 1,4�9. i,�•�. f\�)� t's� f I � - f 1��1 ,e ]!'1" rb � 1�J'� Y� irr S t 1j° SP t1:+ r rnr _,.y.4si a. t l/. �7' * t {j {t err y.�4 �'jt til?' t7))S\ �(ry,{{J: y; i3�:;'s �.rl(r�„ ,. #�{'Fy) :p }5!�{irN�� 1•l...F.,h.,.:-�F1` s� .r'1'1V.J�:.�,� c ..,�(1:C .. �� .r�4•a�>��._ �����,Ij1''>�,�! '���'�li�►� is F+ r . ft z s .j y`lira'^ .r p'r� ,�,:+• � ( if C r ,Naa,f lilt 14 S4: `�l�i.L;.,ill ,• l.f.1`I ar; t r,, 1kr fililia .1 r :rJti bf I {+ 41 •r 1 r 1 7 1] :�jt:R. T i}.,)tt s it•p x3i Et Nw XV +,' ;.}'1il - ... ., p ,trir•p:l:��....' S r Ia v',��'ti!'4hda � 1. �,'? '!"�1%rf t:i}1 i� y��K,.!! •�r -' t r ri- Y'li v, 1 �,r� ..k,.i• 1( 7 fFif .i. .._ �{r_. „ fyr 9 1'6 1•'.'•' •'td '.r�' 1= ,.4+1 ,., ;r. a,.rlif �5 � 1 � �!f� i fi ,. f .rt� ,`��}i; ,�:� �±• t��1.�,��' ��••�'yja���a.��4J���,;:,,h• 3 ,...' � l��1,;c=...��'�����t �sAy. ���. �T.� .� .�:1�.,, { � �.� • �i`. '-Y�.�r;, ,t ,�7, 'r� .i.)�• r" �.r �1'tSf`,lt 4`+t'7' of t1t�.�:��1 .r cl •'ti:5' `�.�•(y �T_'..^i,�r',`v,�frF��, ; } ,�,T� `� `(�j. e • � 1 CR. om- -MM All ill i_ Q-1 not .71 IW 1 M 1 3 5EA-N`,.:' A NIN2 j Y i of Historically Underutilized Business Certification and Compliance Program In accordance with the Memorandum of Agreement between the Women's Business Council - Southwest (WBCS) and the Texas Comptroller of Public Accounts (CPA), the CPA hereby certifies that ACCUTEX ELECTRIC, LLC has successfully met the established requirements of the Statewide Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate, printed 03-AUG-2011, supersedes any registration and certificate previously issued by the HUB Program. If there are any changes regarding the information (i.e., business structure, ownership, day-to-day management, operational control, addresses, phone and fax numbers or authorized signatures) provided in the submission of the business' application for registration/certification into the WBCS's program, you must immediately(within 30 days of such changes) notify the WBCS's program in writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upon findings of ineligibility. If your firm ceases to remain certified in the WBCS's program, you must apply and become certified through the State of Texas HUB program to maintain your HUB certification. CertificateNID Number: 1352270645900 Paul A. Gibson FileNendor Number: 02983 Statewide HUB Program Manager Approval Date: 13-JUL-201.1 Texas Comptroller of Public Accounts Expiration Date: 31-AUG-2012 Texas Procurement and Support Services Division Note; In order for State agencies and institutions of higher education(universities)to be credited for utilizing this business as a HUB, they must award payment under the CertificateNID Number identified above. Agencies and universities are encouraged certification prior a notice of award by ' 6 the rternet (http�//Www.Wndowstate.tx.ustprocuemet//cmbihubonly.htissuing or by contacting the HUB Program at(88)83-581 o (512)463-5872. a� N 4- i p Ln Si m(Mn, U9. O (fl 6. co q c � H �S a O X r r• V1 Q C;3 U a L 41 to ': C�Goq o . V 41 W p, cv Cd b� C ,w Lv c A,� o aC a C-4 C-4 ul � g � � b N -0 iz O 0 o 'g 0 O U 3 0 v 5O L� N + b q) 'O y 4-4 O i Z co C c� 0, bn o 80Cd UpOS a, >;•> � �, ca � Cd a � o v 0 5i --:d— + a� id co Q o .� . Gr' L" .� P4 z - U 2012-Jan-13 11:11 AM AccuTex Electric 817.293.1922 212 AccuTex Electric, LLC 2930 8F Loop 820 Fork Worth,TX 76140 office:817-298-1931 Fax:817-293-1922 www,eooutexelsotil�.Oom January 13, 2012 Jackson Services Re: Recent Projects. Here is a list of some of our recent projects. Project- Fritz Federal Building, Fort Worth, TX. Contractor- Rayco Construction Inc. Contact-Trent dice Phone- 214-766-9699 Project- Maalt Transport Midlothian Silos Contractor/Owner-Maalt/ Haliburton Contact- Greg Vista Phone- 817-271-1891 Project- Frito Lay-Regal Row Contractor-Technical Support Contact- Kevin Griffin Phone-972-775-2161 Contact me if you have any further questions. Thank you, r � 0 Sharon C. Murphy President/Office Manager.