Loading...
HomeMy WebLinkAboutContract 13179 SPECIFICATIONS ANU FOR qW 'IT ` ' PARK`'` -i i-, NlEtt PARK CON UNTO CK „ 9J%T � �t�o o of j/i A / �i i VANS,� r 1 -,D TT VoR i i ti � www ` CAP f CI . z �� , 1 U r CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION ADDENDUM NO. 2 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR UNIT I BURNETT PARK DEMOLITION UNIT II SEVENTH STREET REALIGNMENT UNIT III - BURNETT PARK CONCRETE GUTTER AND CURB SILL UNIT IV - SELECT BACKFILL PROJECT NO. 16-045129-00 PROJECT NO. 23-041030-01 PROJECT NO. 36-041018-00 Replace Sheet P-6 of the Proposal in the Contract Documents with the attached revised sheet. This sheet reflects the addition of Total Bids for the various combinations of units. Transportation and Public Works Department Gary L. Santerre, P.E., Director Receipt Acknowleged: zf Addendum No. 2 June 21, 1983 C No. 8306401 Page 1 of 1 Da Replace Sheets Al.02 and A1.03 of the Mans with the revised sheets. Transportation and Public Works Department Gary L. Saterre, R.E., Director Receipt Ac nowle ed: Vj Addendum No. 1 June 21, 1953 CE No. 3306401 Page 2o CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION ADDENDUM NO. 1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR UNIT I - BURNETT PARK DEMOLITION UNIT II SEVENTH STREET REALIGNMENT UNIT III - BURNETT PARK CONCRETE GUTTER AND CURB SILL UNIT IV - SELECT BACKFILL PROJECT NO. 16-045129-00 PROJECT NO. 23-041030-01 PROJECT NO. 36-041016-00 A. On Sheet P-4 of the Proposal in the Contract Documents, Pay Item 3-15, delete the word: t (BLACK) There will be no coloring agent added to the concrete. B. On Sheet SP-11 of the Special Provisions in the Contract Document, Pay Item No. 3-12 - Special Grate Inlet, delete the paragraph: "A coloring agent shall be added . . . . . . . per bag of cement. " There will be no coloring agent added to the concrete. C. On Sheet SP-11 of the Special Provision in the Contract Document, Pay Item No. 3-15 Concrete Gutter and Curb Sill (Black), delete the following word and paragraph: (BLACK) "A coloring agent shall be added . . . . . . . per bag of cement. " There will be no coloring agent added to the concrete. Addendum No. 1 June 21, 1963 CB No. 8306401 Page 1 of �. �� , �_ �i`3 „��� �. F/M IN TABLE OF CONTENTS h Notice to Bidders n� Special instructions to Bidders 63'111 Prevailing Wage Rates I 3. All 4. Proposal 5. Special Provisions 6. Sail Report 7� Certificate of Insurance 1. Performance Bond 9. Payment Bond 10. Contract V JIM, NOTICE TO BIDDERS Sealed proposals for the following: UNIT I - BURNETT PARK DEMOLITION UNIT III BURNETT PARK CONCRETE GUTTER AND CURB SILL UNIT IV - SELECT BACKFILL PROJECT NOS. 16-045129-00 23-041030-01 36-041018-00 V2 Addressed to Mr. Robert L. Herchert, City Manager of the City of Fort Worth, Texas, wi 11 be received at the office of the City Manager until 11 :00 a.m. , Thursday, June 23, 1983, and then opened and read aloud. Planis, Specifications and Contract Documents for this project may be obtained at the office of the Transportation/Public Works Department, 1000 ThrockmortDn Street, Fort Worth, Texas. A twenty dollar Q20.00) leposit is reouired for the first set of documents and additional sets may be purchased on a non-refundable basis for twenty dollars ($20.00) for each set. These documents contain additional information for prospective bidders. All bidders will be required to comply with provision 5159a of "Vernon' s Annotated Civil Statutes" of HE! State of. f Texas with respect to the payment of prevailing wage rates and City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. A prebid conference will )e held with prospective bidders in the Public Works Department Conference Roorn on the second floor of the Municipal 1131 Office Building, 1000 Throckmorton Street at 11 :00 a.m., June 21, 1983. 11 &E, The City reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of fqrty-five (45) days from the date bids are opened. ROBERT L. HERCHERT CITY MANAGER -21 RUTH ALEXANDER CITY SECRETARY 3ids Advertised! Junc- 9, 1983 jjna 15, 1983 Aarth, Tivas ,s, NR 01/ SPECIAL INSTRUCTIONS TO BIDDERS 1 . B5 SECURITY: A cashier' s check, or an acceptable bidder' s nd he City of Fort Worth, in an amount of not less than five percent (5%) of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (1 01 days after the contract has been awarded. PAYMENT BOND AND PERFORMANCE BOND: The Contractor will be required bond of not less than one hundred percent 4000 of the contract price conditioned upon the 01MR, faithful erf ormance of the contract and upon payment of all persons supplying the labor or furnishing the materials used on this project. 3. PENALTIES AMENDMENT: The Contractor' s attention 'is called to Part 1, itii—Rlparagraph 8.6, of the "General Provisions" of the Standard Specifications for Construction of the City of Fort Worth, Texas, concerning penalties for late completion of projects. The table of liquidated damages per day has been amended as follows: Amount of Contract Undated Elates Per day 15,000 or less $ 45 15,001 to $ 25,000 $ 63 25,001 to $ 50,000 $ i05 50,001 to S 100,000 $ 154 100,001 to $ 500,000 $ 210 500,001 to $ 1,000,000 $ 315 $1,000,001 to $ 2,000,000 $ 420 $2,000,001 to $ 5,000,000 $ 630 $5,000,001 to $10,000,000 $ 340 Over $10,000,000 $ 980 4. AMBIGUITY: in case of ambiguity or lack of clearness in stating prices in the Proposal , the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal . UR 5. WAGE RATES: Not less than the prevailing wage rates established by 10-FTY-if Fort Worth, and as set forth in the Contract Documents must S e paid on this project. AEG,, 5, The Contractor shall comply witn City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-71 through 13-A-29) prohibiting discrimination in employment practices. Revised August, 1970 (For use in Federal Aid Projects) Revised january, 1971 (Penalties Amendment) SI-i CITY OF FORT WORTH, TEXAS Prevailing Wage Rates for Streets, Drainage and Utility Construction December 16, 1982 PTr&Aia TIT ------------- Classification Rate Classification Rate Air Tool Man $ 5.00 Crane, Clamshell , Backhoe, Derrick Asphalt Raker 6.25 Dragline, Shovel Of CY & Over) $8,00 Asphalt Shoveler 5.50 Form Loader 7.25 patching Plant Scaleman V80 Foundation Drill Operator Carpenter Rough 7.00 Truck Mounted K50 Carpenter Helper, Rough 5.75 Front End Loader (21 CY & Less) 630 N Concrete Finisher (Paving) 7.45 Front End Loader (Over 21 CY) 7.25 Concrete Finisher Helper Mixer (Over 16 CNJ 21.00 (Paving) 5.50 Mixer (Concrete Paving) 7.75 Con-,,crete Finisher (Strs. ) 7.35 Motor Grader Operator (Fine Grade) 8,00 Cuncrete Finisher Helper Motor Grader Operator 7.15 (Strs. ) 5.50 Roller, Steel Wheel (Plant Mix Electrician 935 Pavements) 6.00 Electrician Helper, Senior 7.50 Roller, Steel Wheel (Other Electrician Helper, junior 6.50 Flatwheel or Tamping) 6.00 Form Builder (Strs. ) 7.00 Roller, Pneumatic Self-Propelled 5.50 ` arm Builder Helper (Strs. ) 5.75 Scrapers (17 CY or Less) 6=45 z n3 Form Liner (Pvg. & Curb) 7.00 Scrapers (Over 17 CY) 7.15 Form Setter Mg. & Curb) 6.70 Tractor (Crawler Type) Form Setter Hlpr. (Pvg. & Curb) 5.75 150 HP and Less 6.00 Form Setter (Strs. 7.10 Tractor 'Crawler Type) ') For Setter Helper (Strs. ) 5.65 Over 150 HP 7,25 Oborer, Common 4.50 Tractor (Pneumatic) 30 HP & Less 5.75 Laborer, Utility Man 5.00 Tractor (Pneumatic) Over 80 HP 6,85 Mechanic 8.00 Wagon-Drill or Boring Machine or Mechanic Helper 5Z0 Post Hole Driller Operator 6.50 0 :ter 6.35 Reinforcing Steel Setter (Paving) 5.00 Serviceman 6.00 Reinforcing Steel Setter Pile Driver Man 5.45 (Structures) 7.20 "ipe Layer 6.40 Reinforcing Steel Setter Helper 450 Pipe 4yer Helper 5.25 Steel Worker (Structural ) 6.50 Spreader Box Man 5.50 POWER EnUIPMENT OPERATORS: TRUCK DRIVERS: Asphalt Distributor 6.00 Single Axle, Light V50 Asphalt Paving Machine 7.25 Single Axle, Heavy 6,00 Bulldozer, 150 HP & Less 6.50 Tandom Axle or Semi-Trailer 5.80 Bulldozer, Over 150 HP 7,25 Lowboy Float 6.45 Concrete Paving Curing Machine 7.00 Transit Mix 6.00 Concrete Paving Finishing Winch V15 Machine 725 Welder 7.50 Concrete Paving Joint Sealer 5.50 Concrete Paving Saw 6.50 W Concrete Paving Spreader 7.25 Cr3ne, Clamshell , Backhoe, Derrick, Dragline, Slovel , (LeSs than 1i CY) 6.95 PROPOSAL TO: Mr. Rohart L. Herchert Fort Worth, Texas C ity Manager Fort Worth, Texas June 23, 1983 FOR: UNIT 1 BURNETT PARK DEMOLITION UNIT 11 SEVENTH STREET REALIGNMENT UNIT III BURNETT PARK CONCRETE GUTTER AND CURB SILL UNIT IV SELECT SACKFILL Project Nos. 16-04$ 129-00 23-041030-01 36-041018-00 Pursuant 0 the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, Specifications, and the site, understands 0e 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 if the Transportation/Public Works Director of the City of Fort Worth. Upon acceptance Of this Proposal by the City Council , the bidder is bound to execute a contract and furnish Performance and Payment 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: SPEC PAY APPROXIMATE DESCRIPTION OF ITEVIS WITH BID UNIT NK)UNT ULM M-M PAMIRy - PRIUMMUN-0000 UNIT I BURNETT PARK DEMOLITION S.P. 1-1 Lump Sum Demolition Cents per L.S. 047 $ Atsj-0-00�iF� SUBTOTAL UNIT I P- 1 SPEC. PAY XPPROX 1 K kTE DESCRIMICON OF ITERS WITH BID UN IT AMOU NT m -w—mijuff— Alp- -UN-11-T- -1-1- --- SEVENTH -STREET- REALIGNMENT (Milacon Street to Cherry Street) 104 2-2 2, 100 S. F. Remove Concrete 14alk --F"P--Do1Ia-rs & Cams p e r S. F. $ � 104 2-3 210 L. F. Remove Concrete Curb and Gutter Jars & &--9PXTy—F'Iyf- Cents per [ .F. $ S. P. 2-4 20 C.Y. Unclassified Street Excavation Do I I ar s & ack OZ F—* ' 0 Cents per S. P. 2-5 Lurnp Sum Utility Adjustment One Thousand Dollars & No Cents per L.S. 1 'Otoo.00 $ 1 ,000,00 502 2-6 210 L.F. 7" Curb and 18" Guttler SP dm ar S & 'a Cents P er $ P-2 SPEC. PAY APPROXIMATE DESCRIPTION OF ITEv4s oij, 1H BID UNIT MkIOUNT ------- ERIC AIR-- 314 2-7 50 S.Y. 7" Concrete Base S.P. Do I I ar s & --JFL1 �Cents per S.Y. esa 312 2-8 10 Tons 3" HMAC Surface —ro-ETY--Dollars Cents per Ton $ 504 2-9 2,100 S.F. 4" Reinforced Concrete Walk S.P. --7004250------Dollars & Cents per 312 2-10 11 Tons HMAC Transition S.P. Do I I ar s Cents per Too SUBTOTAL - UNIT H P-3 SP C. PAY AP PR OX MkT E DESCR1P-Tj0.N,, OF ITEMS I ITH BID UNIT A---VKO U'N'T jyjAM M-m— —RI PH(I UNITT ill BURNETT PARK CONCRETE GUTTER A"J"D CURB SILL S.P. 20 L.F. 15" PVC Drain Pine Do 11 ars & is L.F. per- 444 3-12 1 Each Special Grate Inlet S.P. rA U-f-- L I M 0 off r% Dollars & 40 Cents per Ea. & 522 3-13 570 L.F. 1 114" Metal Conduit I v � LA Dollars & L.F. Cts 1 41C per 522 3-14 60 L.F. 2" Pletal Conduit WA —Dol,Lars & perL-L 502 3- 15 1 ,180 L.F. Concrete Gutter and Curb Sill S.P. (Black) .,311 L F. P-4 L C. PAY DESCRIPTIONI OF IMMS WITH BILD UN IT ,c EUMPS,LUM-N-1.1i �RQS_ ERIa HT P- 314 3-16 225 S.Y. 6" Concrete Base S. P. -51. Y 1 7Dollars & per-��Y- -1-17 25 Tons 2" HIMIAC Surface Dollars & --ZJLAI=—Cents per Ton s S. P. 3-18 1 ,180 L. F. 6" Asphalt Curb Dollars & .Z. J�L Cents per–L--F- SUBTOTAL - UNIT III SPEC. PAY A P-P0TT DES.;--,IP—I .CN OF IMMS Ij I IT uN,T E UNIT IV - SELECT BACKFILL S.P. 4-19 18,565 C.Y. Select Fill I s & ►t ' r C.Y. S TOTAL PIT IV TOTAL BID - UNITS I, III, & IV r This contract is issued by an or ganizdtion which qualifies for exemption pursqant to the provisions of Article 20.04 (F) of the Texas Limited vales Excise and Use Tax Act. The Contractor pecforming this contract May Purchase, rent or lease all materials, supplies, equi,,,,ut used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said 2xemption certificate complying with State Comptroller's ruling M-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 #95.0,09 as amended to be effective October 2, 1968. The undersigned assares that its employees and applicants for employment and those of any labor organization, subcontractor or employment agency in either furnishing or referring ernployee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 073 as amended by Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29). The undersigned agrees to complete all work covered by these contract documents within 56 Working Days from and after the date for commencing work as set forth in the written Work Order to be issued by the Owner, and to pay not less than the "Prevailing gage Rates for Streets, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the faithful performance of this contract. The attached deposit check in the sum of S% 6(43 Dollars is to become the propertY- of lffi-e-tTft-; -6f7—ort—"Worth, Texas, or the attached Bidder' s Bond is to be forfeited in the event the contract and bond are not executed within the time Set forth, as liquida".ed damages for delay and additional work caused thereby. Respectfully submitted, WALKE CONS TRU CTION COMPY AN `P_ U Io' By: ,wo 8- Add, i ss: P&-BOX '18,397 Fort worth, Texas 76118 (S E A Date: J,, a cLR 3 P-7 F S CITY P FORT WORTH, TEXAS TRANSPORTATIONRUBLIC WORKS DEPARTMENT Supoial Provisions for Burnett Park Demolition and Curd Reconstruction, Project Nos. 16-045 9-00, 23-041030-01, -041018- 0. SCOPE O WORK: The w':`rk covered by this project consists of Unit , r et P rk Demolition, �k � t ef , Unit III -- Burnett Park Concrete utter and Curb Sill , Unit I Select BaCckfill . included in this project will be the construction of store, drains, curb, gutter, and all other miscellaneous items of sr i be performed as outlined in she Plans and Specifications which are necessary to satisfactorily complete the work. MEN- _. ABANDONMENT: the City reserves the right to abandon, without i jat 1 t the Contractor, any Part of the project, or the entire project, at any time before the Contractor begins any construction work authorized by the City. . SPECIFICATIONS: "Standard Specifications for Construction of the ISE City f of Public Works Department i govern this .. F project, except as modified by these Special Provisions. A cop's of the Standard Specifications may be purchased at the office of the r° Trinsportation/Public Works Director, 1000 Throckmorton Street, 2nd Floor,, nici pal Building, Port Worth, Tees 76202. i. DEFECTS: The Contractor shall be responsible for defects in this prt j_e= t ue to faulty materials and workmanship, or both, for a period of otine (1) year from date of final acceptance of this project by the City Council = f the City of Fort Worth and will be } required to -epiace at his expense any Part or all of this project which become; defective doe to these causes. PAYMENT: The Contractor will receive full payment frog the City 70711- work based on the unit prices did on the Proposal and approved by the Engineer per actual field Measurements, 1f C. TRAFFIC ONTO ANDDET RS: The Contractor shall he responsible 1 u Fir providing traffic control ;during the construction of this project consistent with she provisions set forth in the "1980 Texas > Manual a Uniform Traffic Devices o " Streets_ a Highways'' ME issued under the authority o€' the "State of Texas Uniform Act `eg at ;q Traffic on Highways," Jodi ied as Article 6701d Vernon' s and 31. ., i The Contractor will not remove any regulatory sign, instructional qiqn, street name nign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit i/Y quire d construction, the Contractor shall contact the 7ransportation/Publetc Works Department, Signs and Markings Vvision, (Phone number 370.80 75) to remove the sign. in the case Fill, Q regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not 1E installed correctly or if it does not meet the required specific Rions, the permanent sign shall be left in place until the t2m par,ry sign requirements are met, When construction work is completed to the extent that the permanent sign can be re-instailed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed, The Contractor shall submit a written work sequence to the Engineer for approval in order for proper work staging to be accomplished. r 7 EXAMINATION—OF SITE: it shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all coed iYins which may affect construction of this project. Particular attention should be given to methods of providing ingrass and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be giver) to these details during the preparation of the Proposal and all unusual conditions which may give rise to later contingencies should be brought to the attention of the Owner prior to the samission of the Proposal . 2, DROJECT DESIGNATION SIGNS: The Contractor will be required to —c—o—n—s—t—r-uE TI-instal l and maintain two (2) Type "A" project designation signs as a subsidiary item to this contract. Signs shall Se installed at locations designated by the Engineer. a I EXCAVATION OF PARKWAYS: During the excavation of this project it OR' OTTO required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be lispoqed of by the Contractor at locations to be obtained by him. 10. ZON1NG_jj2Y1!jjQ15_: During the construction of this project the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. SP-2 TESTS REPORTS: the Contractor shall provide test reports duly i ed y the marr f ac Corer' s tes t i rig facility or an approved test na, laborator:y of full compliance t applicable s ci�ac t io � n„d standards -91�or each type p'ast 1 c pipe involved. Pipe may be rejected ted for failure to comply with any requirement of this specification. The orice bid per linear foot as shown on the proposal will be full pa,,,pnent for all wyes, elbows and fittings and for all materials including all labor, equipment, tools and incidentals necessary to satisfactorily complete the work, PAY TTr-M No. 1-1 - EU"i L GRATE INLET ff its item shall be governed by all applicable items of Standard Specifications Item 444 except as herein modified. 00111,11 A coloring agent shall be added to the concrete mix to yield a black concrete. Test samples will be required to ensure the proper color. The coloring agent will be 5 JET, manufactured y WIN Sonne orns ontecd, or an approved equal. The amount of coloring �x agent required will e pounds per bag of cement. PAY ITEM NO. S-SS - r"ONCRETc GUTTER AND CURB SILL f L j ; ry Standard Specification Item 502 shall apply except as herein modified. concrete shall have a minimums compressive strength of three thousand (3,000) pounds per square inch at twenty-ei t ( ) days. The quantity of ;i ing water shall not exceed seven 7) U.S. gallons per sack (g pounds)' of portland cement. The slump of the concrete shall not exceed tree inc es (31"). A minimum cement content of five i saes of cement per cubic yard of concrete is s required. A coloring agent shall be added to the concrete mix to yield a black concrete. T st samples will be required to ensure the proper color. The coloring agent ill S O J UST manufactured by Son eborn-dontecd. or an approved equal . The amount of coloring a -ant required will be 8 pounds per bag of cement. PA 11 T LI'EM 1 , - S" CONCRETE BASE: This item shall 4nClude the furnishing and placing of a concrete ._. bas._ at locations indicated by the Engineer. The Standard Specifications for Concrete Pavement shall govern with the 4Following exception: "The and Control" s l changed r read �e concrete loll bta designed for a minimum flexural strength Of 500 pounds Per square inch at the age of three ( days for either 'rypel 1 or Type TT' c-'ement.d SP-11 t 4 tt i w [[[ 5 7 { f1 E ! is t SUBSURFACE E M I I `4 S SCI t'd FOR BURNETT PARK RENOVATIONS f 4 : FORT WORTH, TEXAS lot F € Ii i p € Prepared For j Carter & Burgess, Inc. so Fort Worth, -Tees IN ' € April 5, 1983 ra SL Resort No. 83-418 1i i As _)UT,I ERN LABORATORIES e If i i ' ti �d,�_ "< �v �� �� I' ' Pik°'=rN� FN4 >� � OF BORING PROJECT, !R T i PARK RENOVATIONS BORING CLENT : Carter & Burgess, Inc. TIO : Ft. Worth, Texas I DATE /21 Core CASED TO GROUND � LAT.O WATER iNFORMATION SAMPLE Drilled i th water, CC M X STANDARD IO F Uj WATER �� Dark brown silty clay with pebbles and small i gravel Reddish brown t /50� Tan ii-my clay s M White limmestone with tan luny clay layers - ° approximately 2" thick Bottom of hole at 131 G z d F- 25 _- 3/1 K // - -4 1 { 1 4 5 r _. 0A M-5 SOUTHWESTERN LABORATORIES A-F, LOG OF BORING OECD : BUR14ETT PARK RENOVATIONS U.,.; LT : Carter & Burgess, Tnc. LOCATION Ft. Worth, Texas ' DATE 3/21/ TYPE: Core � c SEC �� � � T ION : r LEGEND E r =l le - water.. tr a EE ( ` LU 0 C Gr CIL DESCRIPTION OF STRATUM Brown l clay with pebbles and s aI1 ravel 9 Reddish brown s e c ay g c ' l . 7 � i White limestone with tan limy clay layers L 0A Bottom -11' hole at 9' rE f w I J' %% E Of 5 } SOUTHWESTERN LABORATORIES 3 t ; LOG OF BORING P-HWECT: BURNETT PARK RENOVATIONS BORING NO, : 5 V LOCATION : Wort , CLIENT: Carter & Burgess, Inc. Ft. h Texas DATE. 3/21/83 TYPE: Core ...... CASED TO: GROUND ELEVATION: z LEGEND- WATER INF PN SAMPLE Drilled with water, bailed to 10Q' , 15 >0 STANDARD PENETRATION 1 a 0 z water at 10Q ' in 2 hours, <LU 0 a WATER DESCRIPTION OF STRATUM Dark brown silty clay with pebbles Reddish brown silty clay with pebbles and small g .............. Tan limy clay White limestone with tan My clay layers 415- Bottom of hole at 141 201 E5,J 25- 30 Iff 50-- 817- SOUTHWESTERN LABORATORIES A -7 'TI (!Sd) 38nSS38d ONINIANOO CD (=)I I CD CD CD C:) ;sd CD CD cc CD C) N 3 8.L S 3 A I S S 3 8 d N 0:) co Ln rn rn w C\j z is cr to Cm W C\j a: uj a. C\1 x LU CD U-) cr CD oz C6 C:) TI" LL)—'I1 1 m 0 w Z LU o oil r.\j Z C C\j 00 U) LLJ >< U.J vs F- C) U— >1 to Q1 Cat z 0 ry Ir (Z) ru u ki 4-3 4--> o CL LAJ > C) (All 01 a) US 4-3 cl, LLj VI ul _j IQ uj 0 Cr Z CL u It CERTI • ICATF OF — A //- P ril 01 JOk Typo 1 tie lox Prnlv, l WRTIFY "I'HAT 5 1,04 / MANY& Mame Wit Addres- o; I&M-7; he dat v Of Lh i s cert i f icar e, insured hy rmpany PUCL W hereinat ter desf ribed, ! or n We of Insunmro operatiorm with ro% -'" OFjance with the provisl,ns (), the staiWard p ,; 1,vs usud by this "d turihor hereinaftcr descrihed. Excoptions i o elandard pol icy H,I ,u Mll`� Ade hereof. TYPE OF FNSPRANCF Policy No. Ff ' , . 1cc-tive FXI) re, LL I M i f i,iah i i I "T11Tqation 15WC 16 17 30 1-1-83 1-1-84 $100,000. I Poison $ 300,00 15GA 17 22 10 1-1 1 -83 1 1 1-84 1 1 �Aynf inge"I A, c , dent J 300 00o. 15GA $ 300 1722 10 1-1-83 1 1-1-84 1 )Mono QO Property 300000. Marc $250,000. each occurrence Mlder' , MAI Aulomohile $250,000. Bodily Injury (each pens, A& Injur , (each acc.' fit het 100,000. Property Damage The toregoing Policies (do) cover all sub-contractors. M locations Covered: State of Texas Devcriprions of Operations Covered: 0011 General Contractor IN The abovo pojicies, either in Lhe body Lheroof or by appropriat e �ndorsemenr provide tllall the 'nay n" be changed or cancellvd by the imurer in jess rh,11 I We days after the insured has received writtPn notice of W�Wn App 1 i cah 1 e laws or reg"1 at ions requ i re more than ve day ro the assured, the above policies cnnr : ; n soch notice at change or cancellation sPer i a I rpqui rements, A ther in the body thereat or by appropr i at v rKrero artached. cm&" "-men[ Q=QU_htUgXa1 Insurance Com if (NO a MR" 0 t Asureri t I At ­0 By_ Utle PERFMXANCE BOND THE STATE OF TEXAS 515 COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That we (1) AI Ilee,,,- Ja, hereinafter called Principal, and (3) V a corporation organized and existing lir under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, *a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of: Dollars in lawful money of the United States, to be M paid in Fort Worth, Tarrant County, Texas, for the payment of which sum IM well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the —71 day of 14117 P— A.D. 19R a copy of which is hereto attached and made a part hereof, for the construction of: ii r 4/11 7 e designated as Project Number a copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such pro4ect and construction being hereinafter referred to as the "Work". NOW THEREFORE, if the Principal shall well, truly and faithfully perform the work in accordance with the plans, specifications, and contract documents during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such con' - tract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default , then this obligation shall be void; otherwise to remain in full force and effect . PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN WITNESS WHEREOF, this instrument is executed in six counterparts each one ?f which shall be deemed an original, this the day of e- A.D. , M -217M,11 blor PRINCIPAL -(4) ATTEST: BY: Principal) Secretary' TM (S E A L) Address 101, (Address) BY: (At to eY-in' " ct) -q_ Surety -6 Q-S NOTE: Date of l send mush be prior to date of Contract Correct name- of Contractor (S E A L) (2) A Corporation, a Partnership or an Individual, as case May be Witness as to Surety (3) Correct name of Surety (4) If Contractor is Partnership all Partners should execute bond (5) A true copy of Power of ha l be att I irked to Attornev s bond by Attorney—in-Fact . PRO PAYMENT BOND THE STATE OF TEXAS COUNTY OF TARRANT /* KNOW ALL MEN BY THESE PRESENTS: That we (1) 4x 0 4!�o of a (2) hereinafter called Principal, and fl�y 00fn,,J,'r- n!,V a corporation organized and existing under F the laws of the State and fully. authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the AE M M, 1 ,51111, building or improvements hereinafter referred to in the penal sum of: Dollars in lawful mosey of the United Mates, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the day of JA e- A.D. , 19 a copy of which is hereto attached and made a part her e t fotbe construction of: It g r, 77 ;y v designated as Project Numb e r e.Aa-e>1 a copy of which contract is e- V/---/,P - e,V hereto attached, referred to and made a part hereof as fully and to the lk 1, same extent as if copied at length herein, such project and construction being hereinafter referred to as the "work". NOW, THEREFORE, the condition of this- obligation is such that , if the 10 Principal shall promptly make payment to all claimants as defined in Article 5160 of the Revised Civil Statutes of Texas, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. THIS BOND IS MADE AND ENTERED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Article 5160, and all such claimants shall have a direct right of action under the bond as provided in Article 5160 of the Revised Civil Statutes. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas, and that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to -the terms of the contract or to the work or to the specifi- cations. ME% PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim may be unsatisfied. RE MCI IN WITNESS WHEREOF, this instrument is executed in six counterparts, each on7 of which shall be deemed an original, this the day of A.D. , 19_22- 4 9 PRINCIPAL ATTEST: By: (Principal) 'Secretary Address F 'IV a n (S E A L) —70 '111,11 Witness as to Principal By: 1 t 3 1 A L At to n e y if c t (5 1 "A Address r AMR V7 Addre S AT—LEST: NOTE; Date of Bond must not be prior to if date of Contract u r e t y')—Secretary (1) Correct name of Contractor (2) A Corporation, a Partnership or A E A L) an Individual, as case may be M r (3) Correct name of Surety () If Contractor is Partnership ail Wit, S as for urety Partners should execute bond f z k5) A true copy of Power of Artornev shail be attached to bond by Addles Attorney—in Fact, ; ", Ar rr Wtw ,POWER F . KNow ALL Max By TnEw Pets:*iliat the FitialiTY AND' 061511"" 4VAR and the FwuLI'T`Y AND Darosa ComPANY,corporations of the State of Maryland,by 0. 14. Perot, Jr. , Vice-President, and 0 s W. ollbivit'..-1 ,:Asaistat Scc ae. , h ut ': m ad by Article-VI Secthie,,3 E, "re R Cw which� t f ' mi the verse side sit x� f d ` tom ` ftrt h "few the true and lawful agent and Attorney-in-Fact of each,to melee,execute,seal and deliver, for,and on its behalf as surety,and as its act and deed: Any d all proposal, perfo3mmos or labor and material bonds on behalf of Walker annistrucition, COUTWW, of Port Worth, Texas, guaranteeing the performance of contraote for the construction, of Public or private improvements, and also to oontlent to any and all change orders or supplemental agmements necessary in the perfovma=e of oontTaCts for which proposal, perfo oe, or labor and material bonds have been executed. And the execution of such bonds or undertakings in pursuance of these ,shall be as binding upon said Companies,as fully amply,to all intents and pt s s,as if they dull executed and acltnowl- edged by the regularly elected officers of the cave Companies at their offices in Baltimore,Md.,in their own proper persons. Ix Ness WNEREop, the said Vice-Presidents and Assistant Secretaries have hereunto subsatbed their names and affixed the Corporate Seals of the said Fuaaursr pro DsPosrr Co r OF MAKVIAND and the FIDELITY AND Dit"rr Cour,t this..._.. � �. , _..day c�£ � � ems... ------ , A.D. 141AI._ FIDEUTY DJWOSff f ' p` ii! MARYLAND _.".._..._".«._4"_"_....w_."..."."_"""..... .........«_.._.." f3y_ _..... .... _..__._.. .2384SLant T .«ira^PTeSYaI t TY A D T COMPANY # trTflaTy .Y'�CB" ='a'A'Il'a 9F 1L�A$"5'I=AMF j : �.YPY$t8$A3.T'Iwto d Qn this` du of "t!N rlaelher AM 19 before the su "ber,s of the State of Ta3aaylarrd,iu and fur tlua at od q �nure„duly�uwu" �wdd auuwl qqufFi the a nanaN "a ider and Assistant rlws+afthe III t r';6 It�E�lt� IAhYk t3FA4AFtYiAlvi)andtheFIDELFIV AND DEPOSIT COMPANY, tra sh hum rw ha�N �Ian rya uacwd a d si 3�n snd hrs oar u d the prece if saa truaneuut and 2 3 each anlmaruww ed the as udu uthwu oI thus wsene, auq d 4armWmw Iwy rotas dully sasrun why aawd each for hhuseff deposeth and swath,that they are the safd of I ha�uwu aualas I�wrawnafd,acrd"loot tlae w Ns w axed taw the fie_z i trun"t are t r d to of said�pasmi ,and t bmut�,t d �mr r wand th r�t as�h e duly affixed and ant b to the said i[rs�t byaut�ty and dkASnaW t rld earathH I TES11 dhdwtlrNY tN HVKF F,I have hervanto, au4 sad adfis. aN °A t the Ut r n 4tiuwum the day and Wdam my emmisAum per.__ 1. _ _� .__....__-e CUTIFtCATE 1'rh a wu adem **d,;tmaMuut"ti rmet err of the 11[Al N�.d"I"I"�yNN 1u h lB�d.t R b COMPANY OF MARYLAND and the FIDELITY I,I'I'Y llm tmrol"I l IaA "f'rlas'Ids e y ee"Alt°that the adifiuwwi a�hS.Na the daaaw r ksagf ina fun,wand cry mfr,Siuiudlihauae d tnauthe atddipa�i °aae�ruldIdlaaV"rcarthaseeaSftthattht uw 9la wt�urwho�rrgK)��t Cav airrwf um wmu ear tf�pat damuprnp II s uShatti di lw the IS ra rod &am uu�taw swat au� Vt.ttura waro-per raw prte aim iuu Awtaw° I,��w d't t �tW �ysVro�a ntl NhrNW kIfl tl""t gRI I& �wN f"f tPMdlaA� tlh'9 �dlCttl MS 'II the Idf^I t CY daIt I �I`t fP�IFaA 'M"o �� I°h udwuwdYiu muwd be '�by h +"injUe Ru4a and by Agi i m ity of we"olnoom(A t'k �' tea TV ,AND DIV)SI COMrAN� Ia�A S"f tdaal a nano jkiGytAbodeoMl to w oa the f h day, � d �u t�of ths,t Nft lulu"1 s1 Sp �1'TCQMT SN1,f4 a amu-that chive �N I and d msrm Oma ghyAdl trthm"13041t tlav b qa Idgoatrsmt d h utww d hoVeAwly of Nlwo oof I* ahiaraar�t�a o�w9rw dt mo�t,i t�rrt�trn "ir ref sutVp lade twaV� Sri t t o I� w owlk4 awl bWfirw*fxj6 t e �l of xfda�i tii� dtieV tic 10 vnmmm y rawi V;Idi,f lmtS t"1,Sf i l Iw to il,t I t � Vilutmm mllAiKV41*4,guy rarwtma otm,f a04 1`110 m°s�h �NNr�t ml�wt � CITY OF FORT WORTH, TEXAS CONSTRUCTION CONTRACT �E, �f STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT THIS AGREEMENT, made and entered into this _ day of �1161 1 { , 1981, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D. 1924, under the authority vested in said voters by the "Home Rule" provision of the Constitution of Texas, and in accor- dance with a resolution duly passed at a regular meeting of the City Council of said City, and the City o)g Fort Worth be hereafter termed Owner, and : 1 hereinafter called Contractor. t= WITNESSETH: That said parties have agreed as follows: im That for and in consideration of the payments and agreements herein- after mentioned to be made and performed by the Owner, and under the conditions expressed in the performance and payment bonds delivered here- ` with, the said Contractor as an independent contractor agrees with the said Owner to commence and complete the c nstr Lion of certain improvements described as follows: / 9r �ti� P ,1,,,e- 7 777,77777-777,57-7/7, ,7,77 ;L 77' 11_111 Ica .3 e7 1r,le ep f _C% o 2. That the work herein contemplated shall consist of furnishing as an mull independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the ONE Plans and Specifications and Contract Documents adopted by the City Council of the City of Fort Worth, ,°peci fros v .at - - o d �- -�o ks- � . . The Contractor hereby agrees and binds himself to commence the con- struction of said work within ten (10) days after being notified in writing to do spa by the Transportation -Public Works Director of the City of Fort F" Worth. C�1 T FF 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 Transportation/Public Works Director of the City of Port Worth and the City Council of the City of Fort Worth within a period of ,� '1 X 4Z} working days. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so stipula- ted, plus any additional time allowed as provided in the General Condi- tions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $ ;LIO. per working day, not as a l penalty but as liquidated damages. Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 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 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 Owner shall exceed the con- A tract price or prices set forth in the said Plans and Specifications and Contract Documents made a part hereof, the Contractor shall pay said Owner on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 5. The Contractor agrees to fully indemnify, save harmless and defend the Owner, its officers and employees from and against any and all costs or damages arising out of any real or asserted claim or cause of action against it or them of whatsoever kind or character and in addition from and against any and all costs or damages arising out of any wrongs, injuries, demands that may be occasioned by any act , omission, neglect or misconduct N, of the said Contractor, his agents, servants, employees. And the said Contractor further agrees to comply with all applicable provisions of the laws and building and construction codes of the City of Fort Worth, and the State of Texas, and with any regulations for the protection of workers tr which may be promulgated by the Government, and shall protect such work with all necessary lights, barriers, safeguards, and warnings as are provided for in said Specifications and the Ordinance and Regulations of said City. . 04 The Contractor agrees, on the execution of this Contract, and before u. beginning work, to make, execute and deliver to said City of Fort Worth C-2 good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in the prosecution of the work, such bonds being as provided and required in Article 5160 of the Revised Civil Stat- utes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be 100 percent of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 7. Said City 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 successful bidder hereto attached and made a part hereoff but only that portions of Unit 1, Unit 3and 4 for $308,542.25, unless Council approves additional amount. 8. 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 said 151.15 Contractor without the written consent of the Transportation/Public Works Director of said City of Fort Worth. 9. 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. 10. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with reference to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with reference to and governing all matters affecting this Contract , and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in triplicate in its name and on its behalf by the City A& M�� Manager and attested by its Secretary, with the Corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in three counterparts with its corporate seal attached. C-3 0/ day of A.D. 19 Done in Fort Worth, Texas, this the Y APPROVED: CITY OF FORT WORTH zu% Lit By: TransporvitioTi-/Public Works Director ity Manager 4 ATTEST: Contractor NO AV A City f Secretary By: av WOW S E A L tle t APPROVED AS TO FORM AND LEGALITY: ' -7 Address City Attorney Date: APPRO'M— BY CITY MWIL y ecretary C-4 City of Fort Worth, Texas Mayor and Council Communication DATE REFMERENCE BER SUBJECT: Proposed Change Order No. 2 - PAGE NU 10/18/83 **C-8035 Burnett Park Excavation & Con- I of I struction/Uql ---- Units 1,3 & 4 Background On June 28, 1983 (M&C C-6966), the City Council awarded a contract to Walker Construction Company in the amount of $308,542-25 for the demolition of existing structures and the construction of street improvements at Burnett Park. Proposed Change Order No. 2 It is proposed to add/delete the following items to the excavation contract of Burnett Park. 1. To complete all related work in the streets around the park, it is proposed to install four sewer clean outs for the drainage system of the future improvements. The work would include the supply and installation of four McKinley Iron Works Type SC2, sized and located as per plans, in 7th and Lamar Streets. Additional Cost $ 4,900.00 2. To finance the adjustments in street lights and signals, which will be performed by Public Works, it is necessary to delete 1725 cy of select fill from the contract. After this adjustment, the contractor will supply select fill in an amount not to exceed 15,440 cy. Deduct Cost $15,007.50 The total of the above items is a deduction of $10,107.50 d0- Project Cost and Financing team Original Contract Cost $308,542.25 Change Order No. 1 + 1,647.00 Proposed Change Order No. 2 10,107.50 Proposed Revised Contract Cost $300,081.75 The total deduction of $10,107.50 is to be credited to Account Number 16-045- 129-00. Recommendation It is recommended that Change Order No. 2, decreasing the amount of the contract by $10,107.50 be approved. Dl:hk � Eo B" MANAGEP S DISPOWT�ON BY COUNC� , �U P 1TTED FOR Tag Qcq hl F F I W� BY APPROVED OTHER' (DESCW8E7----1 (0RKG;gNATgNG WPARTMENT HEAD: Charles Campbell CITY SECRETAW, -T FOR' ADDirIONAL iNFORMATION "'T CT A G. Kutileb, Ext. 7083 DATE