Loading...
HomeMy WebLinkAboutContract 39726so FORTWORTH `V SPECIFICATIONS CITY SECRETARY AND D.O.E. FILE CONTRACT DOCUMENTS FOR CONTRACTOR'S BONDING CO. CONSTRUCTION'S COPY PARK RENOVATIONS AT PRAIRIE DOG PARK CLIENT DEPARTMENT PROJECT NAME PROJECT NUMBER Prairie Dog Park C200/541600/805370101580 C282/541600/805490101580 IN THE CITY OF FORT WORTH TEXAS 13 CONTRACT NORY S, aU T.P.W. NO. 6257 MIKE J. MONCRIEF DALE A. FI55ELER, P.E. MAYOR CITY MANAGER RICHARD ZAVALA, DIRECTOR PARKS AND COMMUNITY SERVICES DEPARTMENT PARKS AND COMMUNITY SERVICES DEPARTMENT PLANNING AND RESOURCE MANAGEMENT DIVISION FUNDING OF PROJECT BY CITY OF FORT WORTH OFFICIAL RECORD 2004 CAPITAL IMPROVEMENT PROJECT CITY SECRETARY & GAS WELL LEASE FUNDS FT WORTH, TX 2009 IYIM%- ncvicw Page 1 of CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 1/12/2010 Official site of the City of Fort Worth, Texa Flu- - DATE: 1/12/2010 REFERENCE NO.: **C-24021 LOG NAME: 80PRAIRIE DOG - NCI CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize a Contract in the Amount of $452,703.00 with Northstar Construction, Inc., for Park Renovations at Prairie Dog Park (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Northstar Construction, Inc., in the amount of $452,703.00 for park improvements at Prairie Dog Park. DISCUSSION: The purpose of this M&C is to award a construction contract to Northstar Construction, Inc., in the amount of $452,703.00 for park improvements at Prairie Dog Park. The 2004 Capital Improvement Program (CIP) allocated $156,000.00 for parking improvements at Prairie Dog Park. Additionally, on May 13, 2008, (M&C G-16142) City Council authorized adoption of an appropriation ordinance increasing estimated receipts and appropriation in the amount of $406,562.08 from bonus revenues received for lease of the park. The total of all funds available for improvements at Prairie Dog Park amount to $562,562.08. On November 11, 2008, (M&C C-23266) City Council authorized the City Manager to execute a contract (City Secretary No. 38198) with Talley Associates, Inc., in the amount of $56,550.00 for the design and preparation of construction documents for park improvements at Prairie Dog Park. This project was advertised on September 17 and September 24, 2009, in the Fort Worth Star- Telearam with bids opened October 8, 2009. The following bids were received and tabulated as follows: BIDDERS BASE BID ALTERNATE BID TOTAL Northstar Construction, Inc. $221,902.00 $230,801.00 $452,703.00 2L Construction, LLC $318,085.00 $221319.50 $539,404.50 Henneberger Construction, Inc. $266,780.60 $353,588.47 $620,369.07 Base Bid improvements include ball field renovations, site preparation and demolition, pedestrian bridge improvements and playground improvements. Bid Alternate work includes site preparation and demolition of the north parking lot, installation of concrete trail, installation of concrete parking lot in lieu of asphalt at the South Parking Lot, additional concrete trail and park amenities. Base Bid Units recommended for approval are as follows: Base Bid Unit 1 (Ball Field Improvements)/Line Items No. 1-9 totaling $47,100.00; Base Bid Unit 1 (Site Preparation)/Line Items No. 11-15, deleting Line Items No.10 and 13 totaling $7,922.00; Base Bid Unit 1 (Pedestrian Bridge Improvements )/Line Items 16-20 totaling $54,360.00; Base Bid Unit 1 http://apps.cfwnet.org/council_packet/mc review.asp?ID=12659&cnnneilriarP=1 n 1)i,)ni n I „-1- •- VI&C Review (Playground Improvements)/Line Items 21-25, totaling $112,520.00. Base Bid Units amount totals $221,902.00 Bid Alternate Units recommended for approval are as follows: Bid Alternate Unit 1 (Site Preparation and demolition of North Parking Lot)/Line Items No. 1 totaling $25,000.00; Bid alternate Unit 1 (Concrete Trail)/Line Items No. 4 and 5, deleting Line Items No. 2,3,6-9, totaling $24,520.00; Bid Alternate Unit 2 (Concrete Trail)/Line Items No. 3 and 4, deleting Line Items No.1 and 2 totaling $16,940.00; Bid Alternate Unit 3 (Concrete Parking Lot in Lieu of Asphalt at the South Parking Lot)/Line Item No.1-3 totaling $152,741.00; Bid Alternate Unit 4 (Park Amenities)/Line Item No. 1-5 totaling $11,600.00. Bid Alternate Units amount totals $230,801.00 It is recommended that the Base Bid amount of $221,902.00 and Bid Alternate amount of $230,801.00, together totaling $452,703.00, as submitted by Northstar Construction, Inc., be approved for award of contract for a contract period of (50) working days. Associated design/construction administration, inspection and Change Order contingency funding total $53,309.08. M/WBE - Northstar Construction, Inc., is in compliance with the city's M/WBE ordinance by committing to 16 percent M/WBE participation on the PACSD Base Bid plus identified alternates. The city's M/WBE goal on this base bid contract is 13 percent . There will be no impact to the annual operating budget with this project. Construction is anticipated to commence in February 2010 and be completed by April 2010. Prairie Dog Park is located in COUNCIL DISTRICT 5. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations funds will be available in the current capital budgets, as appropriated, of the Street Improvements Fund and Park Gas Lease Project Fund. TO Fund/Account/Centers Submitted for City Manaaer's Office by: Oriainatina Department Head: Additional Information Contact: ATTACHMENTS FROM Fund/Account/Centers C200 541600 805370101580 $46,141.00 1 $406.562.00 C282 541600 805490101580 Charles Daniels (6183) Richard Zavala (5704) Carlos Gonzalez (5734) http://apps.cfwnet.org/council packet/mc review. asp?ID=12659&councildate=1/12/2010 1/13/201( ADDENDUM #1 Prairie Dog Park October 1, 2009 TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. CONSTRUCTION DRAWINGS REFER TO SHEET L3.04 Replace Equipment Schedule on Sheet L3.04. Refer to attached REFER TO SHEET L1.02 Revise Notes pertaining to Drinking Fountain to read as follows: "Contactor to install % inch PVC potable drinking water line to drinking fountain, • minimum depth 24 inches. City will install a 2 inch water meter. Contractor to install inch backflow preventer downstream of meter. Coordinate location with City of Fort Worth Project Manager. Location is approximately 445 ft. west of the centerline of Parker Henderson Rd. Fort Worth Water Dept. telephone 817- 392- 8250. NO REVISIONS PROJECT MANUAL END OF ADDENDUM #1 Bid Opening Date: October 8, 2009 Acknowledge the receipt of this Addendum on your Proposal. By: Carlos Gonza , Project Manager Release Date: October 1, 2009 ITEM (APPROVED VENDORS) COMPOSITE PLAY STRUCTURE PROTOTYPE OPTION NO.1 (TO INCLUDE WEAR MATS W/24" MIN. LENGTH ANCHORING SYSTEM) 5" O.D / 8' TOP RAIL - TWO BAY ARCH SWING WITH 2 TOT SEATS/ 2 BELT SEATS SPRING ANIMAL WITH "C" SPRING IN -GROUND ASSEMBLY PARK BENCH - 6' ("FORT WORTH" W/MOLLY EMBLEM) PICNIC TABLE - 8' ADA PICNIC TABLE - 6' 55 GAL TRASH RECEPTACLE W/RAIN BONNET EQUIPMENT SCHEDULE MANUFACTURER MODEL GAMETIME TFWNP403C PLAYWORLD SYSTEMS P24423F BURKE 36-28149 GAMETIME 10847, 10848 BURKE 38-SW GAMETIME 361 ULTRA PLAY 940S-P6 KENCOAT 40P061G ULTRA PLAY 238H-P8 KENCOAT 10EOO8SM ULTRA PLAY 940S-P6 KENCOAT 40P061G ULTRA PLAY (PR-55, SM KIT-55 & FR-55-08) KENCOAT 71 P55RB-SM PRODUCT REPRESENTATIVE TOTAL RECREATION PRODUCTS, INC. 1-817-430-3331 THE PLAYWELL GROUP - PHONE: 1-800-726-1816 CHILD'S PLAY, INC. - PHONE: 1-972-484-0600 TOTAL RECREATION PRODUCTS, INC. 1-817-430-3331 CHILD'S PLAY, INC. - PHONE: 1-972-484-0600 TOTAL RECREATION PRODUCTS, INC. 1-817-430-3331 TOTAL RECREATION PRODUCTS, INC. 1-817-430-3331 CHILD'S PLAY, INC. - PHONE: 1-972-484-0600 TOTAL RECREATION PRODUCTS, INC. 1-817-430-3331 CHILD'S PLAY, INC. - PHONE: 1-972-484-0600 TOTAL RECREATION PRODUCTS, INC. 1-817-430-3331 CHILD'S PLAY, INC. - PHONE: 1-972-484-0600 TOTAL RECREATION PRODUCTS, INC. 1-817-430-3331 CHILD'S PLAY, INC. - PHONE: 1-972-484-0600 NOTES: 1. THE CONTRACTOR SHALL HAVE THE OPTION TO SELECT AND INSTALL EQUIPMENT FROM ANY OF THE APPROVED VENDORS NOTED ABOVE FOR THE (a) COMPOSITE PLAY STRUCTURE (b) ARCH SWING (c) BUCK - A - BOUT. ALL OTHER EQUIPMENT SHALL BE PRODUCT AS NOTED. 2. PLAYGROUND LAYOUT IS IN COMPLIANCE WITH SECTION 15.6.2.2 (GROUND LEVEL REQUIREMENTS BASED ON ELEVATED PLAY COMPONENTS) OF THE ACCESS BOARDS "A GUIDE TO THE ADA ACCESSIBILITY GUIDLINES FOR PLAY AREAS." # OF ELEVATED PLAY COMPONENTS # OF GROUND LEVEL COMPONENTS GROUND LEVEL - REQUIRED DIFFERENT TYPES 14 5 4 3. ALL PLAYGROUND RADIUS' DRAWN TO INSIDE EDGE. CONTRACTOR TO INSTALL REDWOOD EXPANSION JOINTS AT BEGINNING AND END OF ALL RADIUS'. 4. PLAYGROUND SUBDRAIN TO BE FIELD LOCATED BY PROJECT MANAGER, BASED ON EXISTING SITE CONDITIONS. 5. CONTRACTOR TO INSURE VERTICAL HEIGHT OF ALL EQUIPMENT AS PER MANUFACTURER SPECIFICATIONS. Prairie Dog Park City of Fort Worth, Texas September 9, 2009 LANDSCAPE ARCHITECT: Talley Associates 1925 San Jacinto, Suite 400 Dallas, Texas 75201 T 214-871-7900 F 214-871-7985 CIVIL ENGINEER: Pacheco Koch 8350 N. Central Expwy, Suite 1000 Dallas, Texas 75206-1612 T 972-235-3031 F 972-235-9544 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 or FEDERAL WAGE RATES- CONTRACTOR'S PACKET (if required) 6. WEATHER TABLE 7. VENDOR COMPLIANCE TO STATE LAW 8. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION 9. PROJECT DESIGNATION SIGN 10. GEOTECH ICAL STUDY _ 11. TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REOUIREMENTS - SECTIONS 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 - SECTIONS 02140 - Site Underdrains 02200 - Site Preparation 02231— Tree Protection and Maintenance 02300 — Earthwork 02537 - Engineered Wood Fiber Playground Surfacing 02741— Asphalt Paving 02820 — Galvanized Chain Link Fence 02840 — Turf Sodding 02860 - Playground Equipment 02870 - Site Furnishings 02930 Seeding DIVISION 3 — CONCRETE / SECTIONS 03300 - Cast -in -Place Concrete DIVISION 7 - THERMAL & MOISTURE PROTECTION / SECTION 07920 - Caulking and Sealants 12. CERTIFICATE OF INSURANCE 13. BIDDER'S STATEMENT OF QUALIFICATIONS 14. PERFORMANCE BOND 15. PAYMENT BOND 16. MAINTENANCE BOND 17. CONTRACT NOTICE TO BIDDERS Sealed Proposals for the following: Park Renovations at Prairie Doq Park PROJECT NO. C200 / 541600 / 805370101580 C282 / 541600 / 805370101580 DOE. 6257 Addressed to the City of Fort Worth, Purchasing Division, 1000 Throckmorton Street, Fort Worth, Texas 76102-6311 and received at the Purchasing Office until 1:30 p.m., Thurs., October 8, 2009, and then publicly opened and read aloud at 2:00 p.m. in Council Chambers 2"d floor — N.E. corner of City Hall. Plans, Specifications and Contract Documents for this project may be obtained at the Park Planning section, Parks and Community Services Department, 4200 South Freeway, Suite 2200, Fort Worth, Texas 76115-1499. Documents will be provided to prospective bidders for a deposit of $50 per set; deposits shall be made in the form of a check or money order. Each prospective bidder shall receive a deposit refund on the first two plan sets if the documents are returned in good condition within 10 days after bids are opened. Any additional plan sets shall require a non-refundable deposit. These documents contain additional information for prospective bidders. 1. Wacie Rates: All Bidders will be required to comply with Provision 5159a of 'Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of the prevailing wage rates, and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code, Section 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. 2. Minority / Women's Business Enterprise Participation Goals: In accordance with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the MWWBE Office or from the Office of the City Secretary. The bidder shall submit the MBE / WBE UTILIZATION FORM, SUBCONTRACTOR / SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM and / or the JOINT VENTURE FORM ("Documentation) as appropriate and must be received no later than 5:00 P.M., five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder (a) shall submit documentation at the reception area of the managing department, Department of Engineering, 2"d floor, City Hall, and shall obtain a receipt in person. Such receipt shall be evidence that the documentation was received by the City. (b) Electronic submittal of MWBE documentation will not be accepted. Failure to comply with (a) and (b) shall render the bid non -responsive. The following list is provided to assist bidders in obtaining the services of MWWBE vendors qualified to provide such services/materials for this project. A listing of qualified MWWBE vendors may be obtained at the City of Fort Worth MWWBE office, 3rd floor City Hall. Services/materials for this proiect are as follows: demolition/site prep clearing/grubbing grading/earthwork asphalt _ sodding concrete seeding flexbase steel rebar site furnishings earthwork asphalt The City's minimum M/WBE goal on this project is 13 % 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 its own organization and with the assistance of work crews under its superintendence work of a value not less than fifty percent (50%) of the project scope of work as per Section 8.1 of the standard specifications for Street and Storm Drain Construction for the City of Fort worth. Bidder's Qualifications are to be submitted and received by the Parks and Community Service Department Project Manager no later than 5:00 P.M., five (5) City business days after the bid opening date, exclusive of the bid opening date. 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. Information regarding the status of addenda may be obtained by contacting the Project Manager. 5. Pre — Bid Conference: A pre -bid conference will be held with prospective bidders at the Parks and Community Services Offices Conference Room #1 on September 30, _ 2009 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 PARKS AND COMMUNITY SERVICES DEPARTMENT By: (::i Carlos Gonzalez, (817) 392-5734 Thursday September 17.2009 Thursday September 24, 2009 DALE FISSELER CITY MANAGER MARTY HENDRIX CITY SECRETARY SPECIAL INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. BID SECURITY 2. PROPOSAL 3. ADDENDA 4. PERMITS 5. AWARD OF CONTRACT 6. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS 7. LIQUIDATED DAMAGES 8. EMPLOYMENT 9. WAGE RATES 10. FINANCIAL STATEMENT 11. INSURANCE y 12. NON - RESIDENT BIDDERS 13. MINORITY / WOMEN BUSINESS ENTERPRISE 14. PROTECTION OF TREES, PLANTS AND SOIL 15. BIDDER'S STATEMENT OF QUALIFICATIONS 16.OZONE ALERT DAYS 17. WORKERS COMPENSATION INSURANCE COVERAGE w -1 u SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be wo tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re -advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as aDDroximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials famished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting Parks and Community Services Department telephone number indicated in the Notice to Bidders. Bids that do not acknowledge all applicable addenda will be rejected as non -responsive. (See Item G in the Proposal.) 4. PERMITS: The Contractor shall obtain all permits necessary for compliance to the City of Fort Worth Building Code. Fees shall be waived for permit applications. For a listing of anticipated project permits, refer to General Requirements: Section 01100-3. SPECIAL INSTRUCTIONS TO BIDDERS 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 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 i4 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 SPECIAL INSTRUCTIONS TO BIDDERS -2- 7. LIOUIDATED 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 urrL ur.:ate 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 REOUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. SPECIAL INSTRUCTIONS TO BIDDERS .-3- 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 bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS -4- "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. - 13. MINORITYIWOMEN 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 'W obtain a copy of the Ordinance from the Office of the City Secretary. The MEB/WBE Utilization Form, Subcontractor / Supplier Utilization Form, Prime Contractor/Waiver Form and the Good Faith Effort Form and or the Joint Venture Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non -responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre -construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Reuort Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "0" or "no participation" in the spaces provided, and provide SPECIAL INSTRUCTIONS TO BIDDERS -5- a brief explanation. • The Contractor shall provide the M/WBE Office proof of pavment 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 Reauest for Amaroval 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. s a. All requests for changes must be reviewed and pre -approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor - City Hall. For additional -• information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, -' state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud SPECIAL INSTRUCTIONS TO BIDDERS -6- will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. 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 H 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 svread 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. BIDDER'S STATEMENT OF OUALIFICATIONS M A. QUALIFICATION OF BIDDERS: Prime Bidder and all sub -contractors to be used by the bidder in the performance of this project shall be required to demonstrate .. experience necessary to successfully perform the proposed scope of work. The Prime Bidders' specific (1) experience, (2) stability and (3) history of performance on projects of a similar nature and scope will be considered. The BIDDERS STATEMENT OF QUALIFICATIONS shall be provided to the City as outlined in the Notice To Bidders and as noted in the specifications for the purpose of evaluating the Prime bidder / subcontractors qualifications. B. PRIME BIDDER / SUBCONTRACTOR QUALIFICATIONS -� 1. Demonstrate experience as either general or sub -contractor on a minimum of three (3) projects similar in scope within the last three (3) years. 2. Provide listing of surety company(s) which issued bonds for previous projects = identified as demonstrated experience. 3. Provide name of surety company to be used for this project. 4. Provide a current certified financial statement as prepared by an independent Certified Public Accountant. 5. Name and qualifications for the site superintendence of the work. 6. Identify at least 50% of work which is to performed by the Prime Bidder with its own organization and work crews under its superintendence. 7. All sub -contractors intended for use on this project shall also demonstrate similar project scope experience (three similar projects in scope within last three years) necessary to successfully perform their respective portion of work on this project. SPECIAL INSTRUCTIONS TO BIDDERS .. -7- 8. Submittal of Letters Of Intent for the use of specific subcontractors listed on the Bidders Statement Of Qualification form. The Prime Bidder shall submit such Letters of Intent to the City no later than five (5) working days upon being = recognized as the overall qualified bidder by the City. Should the Prime Bidder subsequently desire to substitute a subcontractor, the Prime Bidder shall notifv the Project Manager in writing along with Letter Of Intent and exuerience 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 i the information required above. Under the Contract executed for this work the City will require your firm to be completely 100 percent responsible for fulfilling all aspects of the contract bonds. Other firms and employees that may be involved in their joint venture will be treated by the City under the contract as if they were employees or subcontractors of your firm. Other than those firms noted in the contract as a part of the joint venture, no other firms will be allowed to participate in the joint venture without written consent from the City. B. PLAYGROUND INSTALLATION AS PRIME PROJECT SCOPE 1. For projects in which the construction of playground area is the prime scope of work, bidders must be able to demonstrate the following. Failure to adequately demonstrate that the bidder meets these requirements may result in a recommendation that the bid be rejected as non — responsive. 2. The prime bidder shall submit such documents as are necessary to establish that the bidder has successfully and satisfactorily completed the construction and installation of at least three (3) playground facilities within the immediate past three (3) years for the state of Texas or other municipalities within the Dallas / — Fort Worth metroplex, such work to have included grading, sub surface drainage, playground perimeter concrete edging, equipment and safety surface installation. The documentation shall also demonstrate that the bidder completed the projects within the contract time without the assessment of liquidated damages. 3. If the prime bidder has not performed work for the state of Texas or municipalities within the Dallas / Fort Worth metroplex, the bidder may still be considered if it has completed three (3) park playgrounds within the last three (3) years for private entities which included work as noted in B.1. 4. The prime bidder in addition shall provide information that discloses or demonstrates the following: ' SPECIAL INSTRUCTIONS TO BIDDERS -8- a. Name and qualifications for the site superintendence of the work. b. Knowledge in appropriate task sequencing. c. Intended staffing requirements to construct the work within the contract time allowed. 16. OZONE ALERT DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "OZONE ALERT DAYS". Typically, the Ozone Alert season within the Metroplex area runs from May through September, with 6:00 a.m. - 10:00 a.m. being critical ozone forming periods each day. The Texas Natural Resource Conservation Commission (TNRCC) in coordination with the National Weather Service, will issue the Ozone Alert by 3:00 p.m. on the afternoon prior to the alert day. On designated Ozone Alert Days, the Contractor shall bear the responsibility of being aware that such days have been designated Ozone Alert Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires substantial use of motorized equipment. However, the Contractor may begin work earlier if such work minimizes the use of motorized equipment prior to 10:00 a.m. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Ozone Alert Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 17. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance ... with Workers Compensation shall be as follows: ,. A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in 406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. SPECIAL INSTRUCTIONS TO BIDDERS .. -9- B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. i 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 i 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 i 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 t a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; SPECIAL INSTRUCTIONS TO BIDDERS -10- (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (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; R� (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self -Insurance Regulation. The providing of false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract terminated if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: SPECIAL INSTRUCTIONS TO BIDDERS -11- REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS _12_ PROPOSAL TO: Mr. Dale A. Fisseler, P.E. City Manager Fort Worth, Texas FOR: PARK IMPROVEMENTS AT: Prairie Dog Park C200 / 541600 / 805370101580 DOE NO. 6257 C282 / 541600 / 805490101580 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 fumish all labor, equipment, and materials necessary to fully complete all the work as provided in the plane 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 a,% . �t !o 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 APPROX DESCRIPTION OF ITEMS WITA BID UNIT "TAL ITEM PRICE WRgTEM IN WORDS PRICE AMOUNT BID — BASE BID UNIT ONE - PRAIRIE DOG PARK 1. 1 LS Fumish and Install Project Sign per —pecificattio`ns (See Specuicagatis) \Ne �1 rDollars & 5 ^^ • M — Irn l� Cents per LS $ ( � � 0,J $ 2. 1 LS SWPPP Erosion Control Implementation in accordance with plans and specifications (sae sheet CZ t a sWPPP) Slit Th Dollars & Z e CC) Cents per LS $ 1p r �.1LJV • w $ � oco on 3. 1 LS Tree protection fencing in accordance with plans and specifications (See Sheers L1.01, 0.02, L+.03 &L3.02) — Thaasara_ Dollars a O Cents per LS $ y�, { $ 4. 1 LS Installation of drinking fountain, water line tap, — backflow preventer, and water line extension and ancillary excavation, grading and seeding in accordance with plans and specifications. (See Sheets L1.02 & L3.02) t ,1 p( 1 Y 11 Qa 10 Ve i La r 1� Centarss per LS $ -LP 5. 3 EA Installation of bleachers in accordance with plans and specifications (See sheets J1.03 a 3.05) CC) Cents per FA $- 6. 1 LS Installation of basketball goals and court striping in accordance with plans and — OnShoot L10a 3.02) retiecDDollars & twOZ_,o-pCents per LS $ $ aC� * PROPOSAL 7 PAIf APPROX. UA1T DESCRIPTION OF ITEMS WITH BID UNIT TaTAL ITEM gTY Pjgrg WRITTEN IN WORDS PRICE I"OuNT BIP 7. 1 LS Repair of softball field backstop In accordance with plans and specifications (See Sheets L1.03 8L3'.(Q5) _ � � ur 1 r t r`HA� Dollars & 7 .P,d-O Cents per LS / $ .`� `' 7� $ 1 i , Of)T). Da 8. 1 LS Remove and legally dispose of existing net and post and chain link fence at tennis courts and install fence and new posts as indicated in accordance with plans and specifications, (See Sheets L0.02, 8 1.1.03) ,� 4� �,,���nA2 r�:> Cents per LS $ W J.J'•� $ of ��]� Df� 9. 1 LS Powerwash of all existing concrete paving to remain In accordance with plans and specifications (See sheetl.1.03) _W10_ srA-,cA Dollars & Q Cents per LS !!--�� $ � �. OV $Dl= r 10. 2,993 SY Mill and overlay of exsisting asphalt paving at south parking tot in accordance with plans and ecifications (See Sheets L1.02 & L3.01) j -, Mtn Dollars & r-n Cents per SY $115 im $ LAy) O C1 5,00 11. 3,355 SF Remove and legally dispose of existing concrete curb at south parking lot and existing concrete sidewalk from pedestrian bridge to athletic fields In accordance with plans and specifications (See Sheet 1.0.02) Cellars & \ 40 $ Cents per SF $ . _ 12. 125 LF Installation of concrete curb at south parking lot in accordance with plans and specffications (See Sheet L1.02 & L3.01) Celnt LF $ C-) 1. 0 -0 per 13. 1 LS Excavation and Grading at south parking lot in accordance with plans and speciflcatlons (See Sheet L2.02) —rla1 a `w—sc xa Dollars & ? Q �O Cents per LS t� r-� �(') 1�1 $ . lAJ $ I t �(D - W 14. 1 LS Parking lot striping in accordance with plans and specifications (See Sheet L1.02 & L3.02) ur tr i Ce�;ts LS $ `-0� O0 $ `-t 00.0OL— _ per 15. 1 LS Installation of accessible parking signage in accordance with plans and specifications (See Sheets L1.02 8 1.3.02 �e Dollars & Cents per LS $ .00 $ LO 16. 3,590 SF Installation of Concrete Sidewalk from pedestrian bridge to athletic fields in accordance with plans and specifications (See sheets L1.02 a La.01) _ �Fo XR Cellars & \ L e- � Cents per SF $ y . W �, $ . v`r PROPOSAL nra 2 PAY APPROX. UNIT DESCRIPTION bF ITEMS WITH BID UNIT TOTAL ITEM ATY fI�E tiE� IN WORDS PRICE AMDVNjfflp 17. 1 LS Grading, Excavating and Seeding from pedestrian bridge to athletic fields in accordance with plans -� specifications (Sae shoot ((02) 'S`1UA Me T \Vl� Dollars & .v"�U Cents per LS $ Q ► /�,,,,,.� DO���(� �J UlJ $ � 1 ► _ .5,. ' 18. 1 LS Remove and legally dispose of concrete rubble M at pedestrian bridge in accordance with plans and specifications (see Shaer La T6* I/�y lr ss �1'1 � D r1 p 0D010 r per LS $ v $ « 1 b . 19. 1 LS Installation of retaining wall at pedestrian bridge in accordance with plans and specifications. (See Sheet L3.03) —rW:1�Pf4-%-%r%A Dolas & �q M 00 GJ Cents per LS $ 2 O .occkpo $ D-$ , ��• 20. 1 LS Grading, Excavating, Seeding and Sodding at the pedestrian bridge in accordance with plans and specifications (See Shear L3.03) �Tw� � `eir' Cents LS $ � ► y goo o� $ u ,moo Dl� 21. 1 LS Remove and legally dispose of existing play structure, surfacing, concrete edging, amenities and concrete sidewalk from playground to pedestrian bridge In accordance with plans and s (sae SW<o oaf \ � Dollars & _ Z r`r� Cents per LS ('�-�(��r� $ �}=Q_ {�;� $ � 5 � Vt.,LJ. OD 22. 1 LS Installation of Playground Concrete Edging and Subdrainage in accordance with plans and (See Shaatr 1.1.01, L201, a 1.3.01). �specifications. pJt1 Dollars nt per LS 11qq�� t-r� $ tV►�. $-AVMD.00 23. 1 LS Installation of Playground Equipment (Play Structure, Swings and Spring Rockers), Amenities (Two benches), Wear Mans and WON Safety Surfacing in accordance with plans and specifications (Sae Sheet�3.04 �cre,.- DNCiTDdSDollars & _T rzo Cents per LS $ 7 /, �) . -7 $ / 1, voo- D 1 24. 2380 SF installation of Concrete Sidewalk/Playground Entrance from playground area to pedestrian bridge in accordance with plans and specifications (See sheets 1.1.01 m L3.01) Dollars Cents per SF 26. 1 LS Grading, Excavating and Seeding from playground area to pedestrian bridge in accordance with plans and specifications (see Sheet L2.ar) GcAienitaksanA_ Dollars & Cents per LS $-1.Qm,.nn $� . 0d BASE BID -TOTAL $ r--] PROPOSAL r• 3 011 M M PAY APPROX. UNIT DESCA P ION OF ITEMS WITH Olt) UNIT 'TOTAL ITEM QTY PRICE WRITTEN IN WORDS PRICE AMOVNTBID ALTERNATES UNIT BA ONE - NORTH PARKING LOT 1. 1 LS Remove and leagally dispose of existing asphalt paving, concrete curb and cutter, concrete sidewalk, cable fence and post and light poles.So MWL002) Dollars Z` ID CLS +v-� 2. 1,185 SY Installation of Asphalt Parking Lot in accordance with plans and specifications (See sneers L1.01A a L3.01) Dollars & Cents SY TT $ ©v $ ] nz C� -lO vv per . 5�,� , 3. 770 LF Installation of Concrete Curb and Gutter in accordance with plans and specifications (see Sheets L1.01A a L3.01) Dollars & Prlr Cents per LF $ 441 . 00 $ 4. 2,630 SF Installation of Concrete Sidewalk from north parking lot to playground area in accordance with plena and specifications (sae w�a eAIa t101) rvt�,r Dollars 8 'r,,edCy7 Cents per SF $ (. •. $ 1 01 5aa oa 5. 1 LS Grading, Excavating, Seeding, and Sodding from north parking lot to playground area in accordance with plans and specifications (SeeL201A) � Dollars & nP.tf-0 Cents per LS $ -1 CD 1 , $ "'1� n oo. m 6. 1 LS Parking Lot Striping in accordance with plans and specifications ShootsL1.01A a c3.0z -fSee fr k'd_ lfpd dW Dollars & T.oc-,!' (P .— Cents per LS $ 0 c0 0 $ 5�5 0 "00 7. 1 LS Installation of Accessible Parking Signage and Wheel Stop in accordance with plans a specifications f Shoots �LJota a L3.02) �I Dollars & fP-i/l) Cents per LS $ c On $ O,M. 00 8. 970 SF Installation of (2) portland cement concrete drive approaches from Parker Henderson Rd to north parking lot in accordance with plans and specifications (See sheets L1.01A a L3.01) or Coln per SF $ 4 . l r $ --A 4 9. 1 LS Installation of (2) RCP storm drain lines and concrete headwalls at drive approahhes in accordance with plans and specifications Sheet 1.1) `�',(,,t ()i �see ` Poe Dollars 8 ' " C' in Cents per LS �q $ p.00 $q, TiCo • on UNITBAONE-TOTAL PROPOSAL 4 MW SM SM SM SM SM so SM PAY APPROX. UNIT DESCRIPTION dF Mb WITH BID UNIT TOTAL ITEM QTy PRICE N IN WORDS PRICE AMOyfT P(D UNIT BA TWO - NORTH PARKING LOT 1. 1.185 SY Installation of portland cement concrete paving at north parking lot in lieu of asphalt paving in accordance with plans and specifications (See Sheets 0.01A d "' Ila 1 Cents per SY $ p .4 v $ (45� J�-�`i 2. 1 LS Installation of Subgrade Stablization at north parking tot in lieu of asphalt paving in accordance with plans and specifications (See Sheets 1.1.01A d 3.01) DollaCents Cent � Cs per LS $ �►�+ $ ' *9 10M .00 3. 1 LS Grading, Excavating and Seeding at the north area in accordance with plans and parking lot area 1 We' ve, Dollars& �� Cents per LS T $ , a,000 , 0 V $ 1 alb . 00 4. 1,235 SF Installation of concrete sidewalk from north parking lot to NE comer of park in accordance with plans and specifications (See sheets L1.01A a L3.01) Dollars S �6'® Cents per SF $ 'A $ LAC) 400 LAC) UNIT BA TWO -TOTAL $ 19010 4`-L L 00 UNIT BA THREE - SOUTH PARKING LOT 1. 2,993 SY Installation of portland cement concrete paving at south parking lot in lieu of asphalt paving in accordance with plans and specifications (See is LIM & 1.3.01) (� �►^� '^� 3 1 j ' 1 O O Cents perSY$ (. V v $ � 14, .00 2. 1 LS Installation of Subgrade Stablization ataw& parking lot In lieu of asphalt paving in accordance with plans and specifications �l7 Cents per LS $ a1=.Qci $ 3. 1 LS Grading, Excavating and Seeding at the south parking lot area In accordance with plans and 5 cifications (See heet L2.02) I 77QXDCelnt lars per LS ��yy�� ryry���� MM $pi./Ik�1V W --,,rr--�� $�1 �v, �Q UNIT BA THREE -TOTAL $,1� PROPOSAL 5 PAY APPROX. KNIT DESCRIPTION OF ITEMS WITH Blb UNIT TOTAL ITEM ylTY P ► , W IITENO �1 WORDS _ PRICE AM�MBIP NEW UNIT SA FOUR - PARK AMENITIES NEW 1. 2 EA Installation of B' Bench with a 75 SF Concrete Pad to the north of the bridge in accordance with plans and specifications (see sheets Li.ot L3.04) f 1 P. 5C J Dollars — CEA e ts � $ r L. 00- M $ a1 000 . i)0 2. 2 EA Installation of 6' Bench with a 75 SF Concrete Pad to the south of the bridge in accordance with plans and ations (see sheers Lim ,�speclfI 8 Lbt l 1 ►Dollars & T.P Cents per EA $ ' j 0y� c� V •� a $ (ox)1 r oo 3. 1 EA Installation of 6' Bench with a 75 SF Concrete Pad between the playground and the north parking lot in accordance with plans and INS s�ecaflcations (sae sneer Lt.otA L3.w� �� Dollars & 7 Pr-f) Cents per EA ` $ .00 $ rLAV.1-).. 0C) l INS 4. 1 EA Remove Existing Table & Install one 8' HC Table to the north of the bridge in accordance with plans and specifications (see sheets Lo of Lt. , s U04) INSars & N [dam Cents per EA j (� $ 1� —1 vim' `�v $ I ` 5. 4 EA Remove Existing Table & Install one 6' Picnic 100 Table in accordance with plans and specifications (See Sheets LO.OZ Lr L1.Oz L3.o4 Cents EA $' 3Vv.vv $ E),-300,00 ►P r-j per 1 100 UNIT BA FOUR - TOTAL $� BID - RECAPULATION BASE BID UNIT ONE -PRAIRIE DOG PARK $ ovo8 ALTERNATES UNIT BA ONE - NORTH PARKING LOT $ I f �C UNIT BA TWO - NORTH PARKING LOT $ �QQ �4 UNIT SA THREE - SOUTH PARKING LOT $ I UNIT BA FOUR - PARK AMENITIES $ I _0 TOTAL BASE BID $—a&R..�7 00 TOTAL BASE BID + ALTERNATES $.00 no Me Ed PROPOSAL Me e A. This contract issued by an organization that qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax AcL B. The Contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of the contract by Issuing to his supplier an exemption certlfcate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling tax, said exemption certificate complying with State Comptroller's ruling #95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95.09 as amended to be effective October 2, 1968. C. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractor or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278, as amended by City ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. D. The undersigned agrees to complete all work covered by these contract documents within a. Fifty (50) Working Days (for Base Bid and Alternate Nos. 3 & 4 (if accepted)) or b. Eighty (80) Working Days (for Base Bid and Alternate Nos. 1&2 (if accepted)) after the date for commencing work as set forth In the Notice to Proceed to be issued by the Owner and to pay not less than the Federal Wage Rates. .r E. Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver applicable Surety�or �ds forith I pertgmrance of this contract. The attached deposit check in the sum of � 7 %o J, vootA Dollars ($ ) 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 isihateby acknowledged of the following addenda: NO.1 9 No.2 No.3 No.4 Respectfully submitted, (Company Nam M By (Authorized Signature) Date: ice 0 9 Address: 3Z-o � Dr. I Telephone: ( ) �f/����Uv✓ PROPOSAL FORT WORTH City of Fort Worth Disadvantaged Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY �If the total dollar value of the contract Is $25,000 or more, the DBE goal is applicable. If the total dollar value of � the contract is less than $26,000, the DBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Disadvantage Business Enterprises (DBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of DBE firms to a level comparable to the availability of DBEs that provide goods and services directly or indirectly to the City. All requirements and regulations stated in the City's current Disadvantage Business Enterprise Program apply to this bid. DBE PROJECT GOALS The City's DBE goal on this project is 13 % of the base bid value of the contract. COMPiJANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's DBE program by either of the following: 1. Meet or exceed the above stated DBE 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. Tlti'effroisalllierbl7Bkoce #nn —1. Subcontractor Utilization Form, if received by 5:00 p.m., five (5) City business days after the bid goal is met or exceeded: X 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 opening date, exclusive of the bid opening date. less than stated goal: 3. Good Faith Effort Form, if no received by 5:00 p.m., five (5) City business days after the bid participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form: received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received by 5:00 p.m., five (5) City business days after the bid exceeded: opening date, exclusive of the bid opening date. . . ' 'FAILURE TO COMPLY -WITH THE CITY'S DBE PROGRAM, WILL RESULT iN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS Any questions, please contact the MiWBE Office at (817) 392-6104. Rev. 11/11/05 no FORT WORTH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: NORTHSTAR CONSTRUCTION, INC. PROJECT NAME: PRAIRIE DOG PARK IMPROVEMENTS I City's MIWBE Project Goal: 13 Prime's M/WBE Project Utilization: 13.1 ATTACHMENT 1A Page 1 of 4 ti Check applicable block to describe prime MM//DBE I X I NON-MM//DBE _ _ I BID DATE OCTOBER 8, 2009 PROJECT NUMBER C200/541600/805370101580 C282/541600/805490101580 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 to its supplier is considered 2°d 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 MMIBE 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 MAINBE 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. M Rev. 5130103 � y' ATTACHMENT 1A FORT WORTH q*� i 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 MANBE firms first, use additional sheets if necessary. Certification N � (check one on SUBCONTRACTOR/SUPPLIER T T Detail Detail Company Name i N C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M W T D Telephone/Fax r B B R O B B E E C T E A - ACME FENCE 1 X X X FENCING $13,050.00 2516 MINNIS STREET FORT WORTH, TX 76117 - 817-831-8880 / 817-831-8884 COWTOWN REDI-MIX 1 X X X CONCRETE SUPPLY $8,600.00 P.O. BOX 162327 FORT WORTH, TX 76161 817-759-1919 / DESTINY TRUCKING 1 X X X P. O. BOX 330053 FORT WORTH, TX 76163 817-361-8008 / 817-889-0562 JM CONSTRUCTION SURVEYING 1 X X X 322 DIAMOND OAKS DR IRVING, TX 75060 214-986-7422 / 214-492-0675 UNIVERSAL FENCE COMPANY, INC. 1 X 2030 S. NURSERY IRVING, TX 75060 T- 214-495-1005 / 214-492-1324 BARNSCO 1 - P. O. BOX 541087 DALLAS, TX 75354-1087 214-352-9091/ TRUCKING / HAUL -OFF ROCK, SAND $7,700.00 SURVEYING $3,200.00 EROSION CONTROL $2,600.00 DEVICES X REINFORCED STEEL $2,800.00 CONCRETE ACCESSORIES Rev. 5/30/03 ATTACHMENT IA FoRT WORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list MM/BE firms first, use additional sheets if necessary. Certification N (check one) SUBCONTRACTOR/SUPPLIER T n Company Name ; N T Detail Detail Address M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B R O B E E C T E A DFW PAVING LLC 1 X ASPHALT MILLING & $32,844.12 5201 MOSSON RD. OVERLAY FORT WORTH, TX 76119 817-885-8080 / 817-885-8090 CHILD'S PLAY, INC. 10661 SHADY TRAIL DALLAS,TX 75220 972-484-0600 / 972-484-0333 S.I. PRECAST CONCRETE, INC. 5111 LOOP 510 SAN ANTONIO, TX 78222 210-648-9377 / 210-275-4876 am 1 X PLAYGROUND $33,647.00 EQUIPMENT & AMENITIES 1 X RETAINING WALL $11,628.00 BLOCKS .. Rev. 5/30/03 ATTACHMENT 1A FORTWORTH ORTH Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 35,150.00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 80,919.12 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 116,069.12 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed = M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorize Signature VICE-PRESIDENT Title NORTHSTAR CONSTRUCTION, INC. Company Name 3210 JOYCE DRIVE Address FORT WORTH, TX 76116 City/State/Zip MICHAEL A. HEIMLICH Printed Signature Contact Name/Title (if different) (817) 244-8885 / (817) 244-8886 Telephone and/or Fax mikeh@northstar93.com E-mail Address OCTOBER 14, 2009 Date Rev. 5/30/03 JAN-15-2010 FR I 02 : 09 PM CITY F, -W, ENGINEERING FAX W. 817 871 7854 P. 02 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. ' lamB_ Our principal place of business or corporate office is in the State of Texas. Please Check or mark with an "X" BIDDER.: 14ORTHSTAR CONSTRUCTION, INC. company (please print) MICHAEL A. HEIMLICH 0_wez'-'U- (please signature: print) VICE PRESIDENT Title: (please print) 3210 JOYCE DR. City / State FT MAN- TX 76 IIR Zip THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VENDOR COMPLIANCE TO STATE LAW i W 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. BIDDER: (please print) .. (please print) (please print) City / State 7 Please Check or mark with an "X" Company Signature: Title: Zip THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VENDOR COMPLIANCE TO STATE LAW HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 M Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Operator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber Crane, Clam hell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Fla ger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade 1 Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures J Pavement Marking Machine Operator Pipelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self -Propelled i Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator I Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy -Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi -Trailer Truck Driver, Transit -Mix Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $11.01 $ 8.80 $14.15 $ 9.88 $13.22 $12.80 $12.85 $13.27 1 $12.00 $13.63 $12.50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13.67 $16.30 $12.62 $ 9.18 $10.65 $16.97 $11.83 $11.58 $15.20 $14.50 $14.98 $13.17 $10.04 $11.04 $14.86 $16.29 $11.07 $10.92 $11.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12.91 $12.03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $13.57 $10.09 Compliance with and Enforcement of Prevailing Waae Laws (a) Dutv to pav 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 Citv 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 3 Pt 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 Reauired if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth 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 reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. �. (f) Pav Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. s 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 (1 ") or more. * Less than one-half inch (1/2"). Unseasonable weather is defined for contract purposes as rain/snow days which exceed the average number of days or inches of rainfall in any given month. This table is based on information recorded at the former Greater Southwest International Airport, Fort Worth, Texas, covering a period of 18 years. Latitude 32' 50' N, Longitude 97' 03' W, elevation (ground) 537 ft. TO,inE EMPLOYER/CON,iRACTOR: Pursuant to Texas Worker's Compensation Commission Rule 110. 1 10(d)(7), a contractor engaged in a building or construction project for a government entity is required to post a notice on each project site informing all persons providing services on the project that they are required to be covered by workers' compensation insurance. The notice required by this rule does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Commission rules. This notice must: (1) be posted in English, Spanish and any other language common to the employer's employee population; (2) be displayed on each project site; (3) state how a person may verify current coverage and report failure to provide coverage; (4) be printed with a title in at least 30-point bold type and text in at least 19-point normal type; and (5) contain the exact words as prescribed in Rule 110.110(d)(7) without additional words or changes. The notice on the reverse side meets the above requirements. Failure to post the notice as required by this rule is a violation of the Act and commission rules. The violator may be subject to administrative penalties. 'REQUIRED WORKERS' COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. COBERTURA REQUERIDA DE COMPENSACION PARR TRABAJADORES La ley requiere que cada persona trabaj ando en este sitio o proporciona servicios relacionados con este proyecto de construccion tiene que estar cubierto por aseguranza de compensacion para trabajadores. Esto incluye personas que proporcionan, cargan, entregan equipo o materiales o proporcionan mano de obrra, transportan, o cualquier servicio relacionado con este proyecto, sin considerar la identidad del patron o estado del empleado . Llame a la Comision Tejana de Compensacion para Trabajadores al 512-440-3789 para recibir informacion de los requerimientos legales de cobertura, para verificar si su patron le ha proporcionado la cobertura requerida o para reportar falta del patron en proporcionarle cobertura. SCALE: NTS I FILE N0. 000 M 4' 44" FORTWORTH 4" 1 ,{ - 62" 31' 3" Project Title 3"4 2ND LINE IF NECESSARY 3" 4'-6" 12" Contractor: _ 1" " Contractor's Names 4 4 4 t-UNDED BY 1" 2004 CAPITAL IMPROVEMENT PROGRAM 4 �Lease IFNECESSARYCity Gas - Revenue in Action Scheduled Completion Date 4, 2 — Year 34" 1" FONTS: FORT WORTH LOGO IN CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS: FORT WORTH - PMS 288 LONGHORN LOGO - PMS 167 LETTERING - PMS 288 BACKGROUND -WHITE BORDER -BLUE 1 NOTES: CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION " I LOGO AT CDR SIGN AND ENGRAVING, 6311 EAST LANCASTER AVE (817-451-4684), PEEL AND PLACE AS SHOWN ABOVE. erAzePROJECT DESIGNATION It SIGN QTY OF FORT WOM, TWS PARKS AND COMMUNITY SERVICES DEPT. GEOTECHNICAL INVESTIGATION PRAIRIE DOG PARK FORT WORTH, TEXAS SUBMITTED TO TALLEY ASSOCIATES, INC. 1925 SAN JACINTO, SUITE 400 DALLAS, TEXAS 75201 BY HVJ ASSOCIATES, INC. DALLAS, TEXAS JUNE 25, 2009 REPORT NO. DG-08-17340 Houston 9200 King Arthur Dr. Austin ' Dailas,TX 75247-3610 214.678.0227 Ph Dallas 214.678.0228 Fax San Antonio www.hvi.com Mr. Kevin G. Bernauer, ASLA AICP Talley Associates, Inc. 1925 San Jacinto, STE 400 Dallas, Texas 75201 Re: Geotechnical Investigation Prairie Dog Park Fort Worth, Texas Owner: City of Fort Worth, Parks Department HVJ Report No.: DG0817340 Dear Mr. Bernauer: Submitted herein is the report of our. geotechnical investigation for the above referenced project The study, was conducted in general accordance with out proposal number DG0817340 dated September 27, 2008 (Revised October 20, 2008) and is subject to the limitations presented in this w report We appreciate the opportunity of working with you on this project Please read the entire report and notify us if there are questions concerning this report or if we may be of further assistance. Sincerely, HVJ ASSOCIATES, INC. Texas Firm Registration No. F-000646 ' V OFU .90OP 0 •. FA�A do* .� . • . FADI N. �FARAJ..... B ................... Fadi N. Faraj, P.E. 96707g Sr. Project Manger gej�sI:L -- FF/DK: dk 06/25/2009 The seal appearing on this document was authorized by Fadi Faraj, PE 96707 on June 25, 2009. Alteration of a sealed document without proper notification to the responsible engineer is an offense under the Texas Engineering Practice Act The following lists the pages which complete this report. • Main Text — 10 pages • Appendix A — 2 pages • Plates — 8 pages i CONTENTS P-age 1 EXECUTIVE SUMMARY................................................................................................ I 2 INTRODUCTION............................................................................................................ I 2.1 Project Description............................................................................................................1 2.2 Geotechnical Investigation Program................................................................................... I 3 FIELD INVESTIGATION...............................................................................................1 3.1 Geotechnical B ...1 3.2 Sampling Methods..............................................................................................................1 3.3 Water Level Measurements.................................................................................................2 4 LABORATORY TESTING...............................................................................................2 4.1 Geotechnical Laboratory Testing........................................................................................2 5 SITE CHARACTERIZATION.........................................................................................2 5.1 General Geology.................................................................................................................2 5.2 Soil Stratigraphy..................................................................................................................3 5.3 Groundwater Conditions ............................. 3 5.4 Sulfate, Chloride and pH Analysis Test Results...................................................................3 6 PAVEMENT DESIGN RECOMMENDATIONS...........................................................3 6.1 General...............................................................................................................................3 6.2 Existing Pavement Thickness.............................................................................................4 6.3 Flexible Pavement.............................................................................................................4 6.4 Preparation of Subgrade 6.5 Structural Fill ......................................................................................................................5 7 LIMITATIONS..................................................................................................................5 No i pm .r ILLUSTRATIONS Plate SITEVICINTIY MAP..................................................................................................................................... I GEOLOGYMAP............................................................................................................................................. 2 PLANOF BORINGS.....................................................................................................................................3 ` BORINGLOGS............................................................................................................................................ 4-5 KEYTO TERMS........................................................................................................................................ 6&7 APPENDIX Appendix SULFATE, CHLORIDE AND pH TESTS RESULTS............................................................................A i i No oft i Y r w EJ EXECUTIVE SUMMARY HVJ Associates, Inc. was retained by Talley Associates, Inc. to provide geotechnical services for the proposed reconstruction of parking lot at Prairie Dog Park in Fort Worth, Texas. We understand that the project will include reconstruction of the south parking lot and construction of a new 20 stall parking lot adjacent to the existing north parking lot. Subsurface conditions at the site were evaluated by drilling and sampling a total of two (2) soil borings B-1 and B-2 to a depth of 15 and 5 feet below the existing ground surface, respectively. A brief summary of the investigational findings are as follow: 1. Based on our field investigation, the subsurface soils are presented below: Borg B-1. The subsurface soils at the site generally consist of stiff to hard high plasticity clays to a depth of approximately 14.5 feet followed by limestone to the termination depth of 15 feet below the existing ground surface. Limestone fragments were encountered at a depth of about 2 to about 8 feet below the existing ground surface. Boring B-2. The subsurface soils at the site generally consist of loose clayey sands at the top 2 feet followed by firm to very stiff low plasticity clays with sand to the termination depth of 5 feet below the existing ground surface. 2. Groundwater Conditions. Groundwater was not encountered in any of the borings during the drilling operations. However, it should be noted that groundwater levels might fluctuate seasonally and with other climatic conditions. 3. The sulfate and chloride analyses revealed that the total sulfate and chloride contents generally less than 1,000 ppm may not be considered problematic with regard to acceleration and enhancement of heave. 4. Pavement design recommendations were provided for a rigid concrete pavement. 5. Based on our boring logs, the natural subgrade generally consists of low to medium high plasticity clays. We recommend stabilizing the first 8 inches of the subgrade soil beneath the proposed pavement with 8% of lime for estimation purposes. We recommend that the exact amount of stabilization be determined on the exposed subgrade during construction. Please note that this executive summary does not fully relate our findings and opinions. Those findings and opinions are only presented through our full report. no EW 2 INTRODUCTION 2.1 Project Description HVJ Associates, Inc. was retained by Talley Associates, Inc. to provide geotechnical services for the proposed reconstruction of parking lot at Prairie Dog Park in Fort Worth, Texas. The project _. involves reconstruction of the south parking lot and construction of a new 20 stall parking lot adjacent to the existing north parking lot. We also understand that the reconstruction of the south parking lot will involve milling and resurfacing the existing asphalt paving. A site vicinity map is presented on Plate 1. The purpose of this geotechnical investigation is to provide geotechnical information for the proposed parking improvements. 2.2 Geotechnical- Investigation Pro am The primary objectives of this study were to gather information on subsurface conditions at the site and to provide recommendations for the proposed reconstruction of parking lot at Prairie Dog Park. The objectives were accomplished by: ` 1. Drilling two (2) soil borings to determine soil stratigraphy and to obtain samples for laboratory testing, 2. Performing laboratory tests to determine physical and engineering characteristics of the soils; and u Subsequent sections of this report contain descriptions of the field exploration, laboratory -testing program and general subsurface conditions. 3 FIELD INVESTIGATION 3.1 Geo _e hnical Borings The field exploration program undertaken at the project site was performed on March 16, 2009. Subsurface conditions were investigated by drilling a total of two borings; one 15-foot and one 5- foot below the existing ground surface. A site plan showing the approximate boring locations is presented on the Plan of Borings, Plate 3. 3.2 Soil samples were obtained continuously to the maximum termination depth of the borings. Cohesive soil samples were obtained with a three-inch thin -walled (Shelby) tube sampler in general accordance with ASTM D-1587 standard. Each sample was removed from the sampler in the field, carefully examined and then classified. The shear strength of the cohesive soils was estimated by a hand penetrometer in the field. Suitable portions of each sample were sealed and packaged for transportation to out laboratory. The rock encountered was evaluated by Texas Department of Transportation (TxDOT) cone penetration tests. Detailed descriptions of the soils encountered in the borings are given on the boring logs presented on Plates 4 and 5. A key to the soils classification and symbols used in the boring logs is also presented on Plates 6 and 7. 3.3 Water Level Measurements Groundwater levels in the borings were observed during and after completion of drilling. The water levels measured during drilling are reported on the boring logs, which are presented on Plates 4 and 5. 4 LABORATORY TESTING 4.1 Geotechnical Laboratpry Testing, Selected soil samples were tested in the laboratory to determine applicable physical and engineering ` properties. All tests were performed according to the relevant ASTM Standards. These tests consisted of moisture content measurements, pocket penetrometer, Atterberg limits, unconfined compression, dry unit weight, sulfate, chloride and pH analysis tests. The Atterberg limit tests were utilized to verify field classification by the Unified Soils Classification System. The hand penetrometer and unconfined compression tests were performed to obtain the undrained shear strength of the soil. Sulfate and chloride analysis test results were utilized to determine the problematic levels of sulfates and chlorides in the surficial soils. The type and number of tests performed for this investigation are summarized below: Type of Test Number of Tests Moisture Content (ASTM D2216) 9 Atterberg Limits (ASTM D4318) 3 Percent Passing No. 200 Sieve (ASTM D1140) 3 Hand Penetrometer 10 Unconfined Compression (UC) (ASTM D2166) 3 Dry Unit Weight (ASTM D2166) 3 Sulfate and Chloride Analysis (EPA 300) 1 pH Analysis (EPA 9045Q 1 " The laboratory test results are presented on the boring logs on Plates 4 and 5. Sulfate, chloride and pH analysis test results are presented in Appendix A. 5 SITE CHARACTERIZATION "I a . rem J, According to the University of Texas at Austin, Bureau of Economic Geology "Geologic Atlas of F Texas Dallas Sheet," the project site area is described as being in the area of Lower Cretaceous Formation. The site area is generally represented by Grayson Marl and Main Street Limestone undivided (map symbol Kgm). The Grayson Marl mostly consists of clay and marl, blocky, yellowish gray to medium gray; some 0.25-1.0-foot limestone beds in the upper one-third, very fine grained; weathers. The Main Street Limestone, medium grained, chalky, some 6-8-foot units of calcareous shale, thin bedded to massive, yellowish gray; weathers. A geology map is presented on Plate 2. 2 5.2 Soil Stra..�, Our interpretation of soil and groundwater conditions at the project site is based on information obtained at the boring locations only. This information has been used as the basis for our conclusions and recommendations. Significant variations at areas not explored by the project boring may require reevaluation of our findings and conclusions. Boring B-1. The subsurface soils at the site generally consist of stiff to hard high plasticity clays to a depth of approximately 14.5 feet followed by limestone to the termination depth of 15 feet below the existing ground surface. Limestone fragments were encountered at a depth of about 2 to about 8 feet below the existing ground surface. Boring B-2. The subsurface soils at the site generally consist of loose clayey sands at the top 2 feet followed by firm to very stiff low plasticity clays with sand to the termination depth of 5 feet below the existing ground surface. Details of the subsurface stratigraphy encountered in the borings are shown on the boring logs presented on Plates 4 and 5. Groundwater was not encountered during the drilling operations. However, it should be noted that groundwater levels might fluctuate seasonally and with climatic conditions. •• 5.4 Sulfatc, Chloride and pH Andysis Test Results The results of sulfate and chloride analysis based on test method E300 and pH analysis based on 9045C test method performed on in -situ moist sample are presented below. Boring No. Depth (feet) Total Sulfate Total Chloride pH (ppm) (ppm) (pH Units) B-1 and B-2 0-2 47.0 50.0 7.14 The sulfate and chloride analyses revealed that the total sulfate and chloride contents generally less than 1,000 ppm may not be considered problematic with regard to acceleration and enhancement of heave. 6 PAVEMENT DESIGN RECOMMENDATIONS 6.1 General We understand that the project will involve the reconstruction of the existing south parking lot including milling and resurfacing the existing asphalt pavement and construction of a new 20 stall parking lot adjacent to the existing north parking lot. Flexible pavement designs are being MW considered for this project The design recommendations presented in this report were developed in accordance with the "AASHTO Guide for Design of Pavement Structures", 1993 Edition. r N 6.2 Existin Pavement Thickness The existing pavement was cored at existing south parking lot at boring location B-2 prior to the drilling operations. The core data revealed that the existing pavement generally consists of 3 inches of asphalt. 6.3 Flexible Pavement The design procedure for determining the thickness for flexible pavements was performed based on an extension of the algorithms that were originally developed from the AASHTO Road Test. The categories required for the design of pavement includes: (a) design variables, (b) performance criteria, (c) pavement structural characteristics, (d) material properties for structural design, Parameters relative to these categories are discussed below. affic Load and Desijg2Period. We have estimated pavement thickness for different annual traffic loading conditions for a design life of 25 years. Reliability Level and Overall Standard Deviation. A reliability level (R) of 95 percent was selected for the pavement design performance. A mean value of the overall standard deviation (So) was selected to be 0.44 for flexible pavement. Serviceability. The serviceability of a pavement is defined as its ability to serve the type of traffic that uses the facility. The condition of the pavement after the performance period is characterized by a Terminal Serviceability Index (P), which is a function of the pavement structure. We recommend that a Terminal Serviceability Index of 2.5 be used for all pavements. Since the time at which a given pavement structure reaches its terminal serviceability depends on traffic volume and the original or initial serviceability (P.), some consideration also must be given to the selection of Po. As obtained at the AASHTO Road Test, a Po value of 4.5 was selected. Drainngc. The treatment for the expected level of drainage for a rigid pavement is through the use of a drainage coefficient, Cd. A Ca value of 1.3 was selected for good quality of drainage. We have assumed that good quality drainage will be used on this project. Effective Modulus of Subs ade Reaction. We have estimated a subgrade resilient modulus (MR) of 2,000 psi. These values were used in conjunction with structural layer coefficients for flexible pavements to obtain the following recommended sections for flexible pavement for different traffic loading conditions. Condition 1 2 3 4 5 6 7 ESAL per year 1,000 2,500 5,000 10,000 15,000 20,000 25,000 ESAL per 25 years (Growth 0%) 25,000 62,500 125,000 250,000 375,000 500,000 625,000 Structural No. 2.19 2.54 2.84 3.16 3.37 3.52 3.64 North Parking Lot Lime treated Base (in) 6 6 6 6 6 6 6 Asphalt (in) 3.5 4.5 5 5.75 6.25 6.75 7 South Parking Lot Mill (in) 1 1 1 1 1 1 1 Asphalt Overlay (in) 2 3 3.5 4.25 4.75 5 5.5 M 6.4 Preparation of Subgtade The subgrade soils for the pavement generally consist of fat clays. We recommend that at least eight inches of the subgrade be stabilized as discussed in this section. Stabilization of the subgrade should increase the modulus of subgrade reaction and provide subgrade stability for construction during inclement weather. In addition, subgrade stabilization should enhance long-term pavement performance by reducing the tendency of the soil to displace by pumping. We recommend the following procedures for subgrade preparation. 1. Clear the existing pavement section. 2. Strip the surface soil to suitable depths. In areas where soft, compressible or loose soils are encountered, additional stripping may be required. Stripping should extend a minimum of two feet beyond the edge of the proposed pavement where possible. 3. Surfaces exposed after stripping should be proof -rolled in accordance with TxDOT Standard Specification Item 216 or equivalent. If rutting develops, tire pressures should be reduced. The purpose of the proof -rolling operation is to identify any underlying zones or pockets of soft soils and to remove such weak materials. If backfill is required, the fill material should be prepared as described earlier in this report 4. Scarify the upper eight inches of exposed surface as required, mix with at hydrated lime and compact it to 95 percent of standard Proctor maximum dry density (ASTM D 698). We estimate that approximately eight percent (69/6) hydrated lime (by dry weight) will be needed for the mix. The exact amount of hydrated lime should be determined by running lime -series tests on the exposed subgrade during construction. R_ �._ :_soil Structural fill required to replace in -situ material beyond the pavement limits or to raise the design grade should consist of lean silty or sandy clay with a liquid limit less than 40 and a plasticity index between 7 and 20. Fill material that is used should be placed in loose lifts not exceeding eight inches and should be compacted to 98% of the maximum dry density as determined by ASTM D 698. 7 LIMITATIONS This investigation was performed for the exclusive use of Talley Associates, Inc. for the proposed reconstruction of parking at Prairie Dog Park in Fort Worth, Texas. HVJ Associates, Inc. has endeavored to comply with generally accepted geotechnical engineering practice common in the ,. local area. HVJ Associates, Inc. makes no warranty, express or implied. The analyses and recommendations contained in this report are based on data obtained from subsurface exploration, laboratory testing, the project information provided to us and our experience with similar soils and site conditions. The methods used indicate subsurface conditions only at the specific locations where samples were obtained, only at the time they were obtained, and only to the depths penetrated. Samples cannot be relied on to accurately reflect the strata variations that usually exist between sampling locations. Should any subsurface conditions other than those described in our boring logs be encountered, HVJ Associates, Inc. should be immediately notified so that further investigation and supplemental recommendations can be provided. PLATES m m m M m 9200 King Arthur Dr. Nllm, TX 75247 214678-0227 ntsucinrks 214678-0729 F. DATE: 04/14/2009 APPROVED BY: PREPARED BY: FF DK SITE VICINITY PLAN Prairie Dog Park PROJECT NO.: DG0817340 I """ NO': PLATE 1 9200 King AWmr Dr. I*" Dd1a.TX75247 21a67l-0227 21a679-0229 Fa n SSUllnit3 DATE: 04/14/2009 APPROVED BY: PREPARED BY: FF DK SITE GEOLOGY Prairie Dog Park PROJECT NO.: DRAWING NO.: DG0817340 1 PLATE 2 k IC v Aib " rik LOG OF BORING Project: Prairie Dog Park Project No.: DG0817340 Boring No.: B-1 Date: 3/16/2009 Elevation: _ Groundwater during drilling: -- Northing: — Station: -- Groundwater after drilling: --- Easting: — Offset: -- ELEV. SOIL SYMBOLS W ? w SHEAR STRENGTH, TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION n o (¢o W v OIL -f—� 111 FEET AND FIELD TEST DATA a a 8e z } o 0.5 1.0 1.5 2.0 1 I I I I I I I — MOISTURE O CONTENT,I% PLASTIC LIMIT F—i LIQUID LIMIT 1) 2n 31 4A 556 60 7) 8) J Stiff to hard, rnddish brown and tannish brown FAT CLAY (CH) 76 F' — - w/ limestone fragments 2'-8' —a 2.7 -- 59 118 tl —10 / 109 7 '� A THD50/1............................................................... —15 50/0.61 LIMESTONE t --2D -25 -30 ! _35 Shear Types: • = Hand Penet. ■ = Torvane A = Unconf. Comp. UU Triaxial See Plate 3 for boring location. PLATE 4 ``. ASSOCIATES LOG OF BORING Project: Prairie Dog Park Project No.: DG0817340 Boring No.: B-2 Date: 3/16/2009 Elevation: Groundwater during drilling: --- Northing: -- Station: -- Groundwater after drilling: --- Easting: — Offset: -- _ W ELEV, SOIL SYMBOLS z 0 V) Z LL SHEAR STRENGTH, TSF DEPTH, SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION Qg UOm lu IX a N >- 0.5 1.0 1.5 2.0 FEET AND FIELD TEST DATA 'e z Cr I (MOISTURE O CONTENT, % PLASTIC LIMIT 1-- —I LIQUID LIMIT 1n n 30 40 5n 67 7n 8) 97 ,ASPHALT S"................ ..................................... Loose, reddish brown CLAYEY SAND (SC) 30 O (Possible Fill) Firm to very stiff, reddish brown LEAN CLAY (CL) w/ R sand 118 \� V �V r 0 —6 —10 =16 —20 —25 —30 —35 Shear Types: • = Hand Penet. ■ = Torvane A = Unconf. Comp. CIE = UU Triaxial See Plate 3 for boring location. PLATE 5 L J, sTV ASSOCIATES SOIL SYMBOLS Soil Types Clay Slit Sand Modifiers ® ® a Clayey Silty Sandy Construction Materials Asphaltic Concrete Stabilized Base Fill or Debris Classification Clay Silt Sand Gravel Cobble Boulder E Gravel Portland Cement Concrete SAMPLER TYPES ■Thin Walled Z No Recovery Shelby Tube ® Split Barrel ULiner Tube 11 Auger 8 Jar Sample WATER LEVEL SYMBOLS Groundwater level determined during drilling operations z Groundwater level after drilling In open borehole or piezometer SOIL GRAIN SIZE Particle Size < 0.002 mm 0.002 - 0.075 mm 0.075 - 4.75 mm 4.75 - 75 mm 75 - 200 mm > 200 mm Particle Size or Sieve No. (U.S. Standard) < 0.002 mm 0.002 mm - *200 sieve #200 sieve - #4 sieve #4 sieve - 3 in. 3 In. - 8 in. > 8 in. DENSITY OF COHESIONLESS SOILS CONSISTENCY OF COHESIVE SOILS Penetration Undrained Shear Descriptive Resistance "N" * Consistency Strength (tsf) Terre Blows/Foot Very Soft 0 - 0.125 Very Loose 0-4 Soft 0.125 - 0.25 Loose 4 - 10 Firm 0.25 - 0.5 Medium Dense 10 - 30 Stiff 0.5 - 1.0 Dense 30 - 50 Very Stiff 1.0 - 2.0 Very Dense > 50 Hard > 2.0 PENETRATION RESISTANCE 3/6 Blows required to penetrate each of three consecutive 6-inch Increments per ASTM D-1586 50/4" If more than 50 blows are required, driving Is discontinued and penetration at 50 blows is noted 0/18" Sampler penetrated full depth under weight of drill rods and hammer * The N value is taken as the blows required to penetrate the final 12 inches TERMS DESCRIBING SOIL STRUCTURE Slickenslded Fracture planes appear polished or Intermixed Soil sample composed of pockets of glossy, sometimes striated different soil type and laminated or Fissured Breaks along definite planes of fracture stratified structure Is not evident with little resistance to fracturing Calcareous Having appreciable quantities of calcium inclusion Small pockets of different soils, such carbonate as small lenses of sand scattered Ferrous Having appreciable quantities of iron through a mass of clay Nodule A small mass of irregular shape Parting Inclusion less than 1/4 inch thick extending through the sample Seam Inclusion 1/4 Inch to 3 inches thick 930°K6X Ad— or. umimknc75zar extending through the sample 214- 78-0u7 Layer inclusion greater than 3 Inches thick z1°d7t°F°` AlSOCIATES extending through the sample Laminated Soil sample composed of alternating KEY TO TERMS AND SYMBOLS partings of different soil type USED ON BORING LOGS Stratifled Soil sample composed of alternating seams or layers of different soil type PanlEc i ^JC _ DG0817340 I L]RAb`,IiJJ NO.;PLATE 6 a ROCK TYPES SAMPLER TYPES Limestone Shale Sandstone , Thin -Walled � Rock Core El Tube Weathered Weathered Limestone Shale Weathered Sandstone ® Standard 8 Auger Sample Penetration _ Test Highly Dolomite ® Weathered Granite ® THD Cone Bag Sample Penetration Limestone Test HARDNESS SOLUTION AND VOID CONDITIONS Friable Crumbles under hand pressure Void Interstice; a general term for pore space Low Hardness Can be carved with a knife or other openings in rock. Moderately Hard Can be scratched easily with a knife Very Hard Cannot be scratched with a knife Cavities Small solutional concavities. Vuggy Containing small cavities, usually lined WEATHERING GRADES OF ROCKMASS (1) with a mineral of different composition from that of the surrounding rock. Slightly Discoloration indicates weathering of rock material Vesicular Containing numerous small, unlined and discontinuity surfaces. cavities, formed by expansion of gas bubbles or steam during solidification of Moderately Less than half of the rock material Is decomposed the rock. or disintegrated to a soil. Porous Containing pores, Interstices, or other Highly More than half of the rock material is decomposed openings which may or may not or disintegrated to a soil. Interconnect. Completely All rock material is decomposed and/or Cavernous Containing cavities or caverns, sometimes disintegrated Into soil. The original mass structure quite large. Most frequent in limestones is still largely Intact. and dolomites. Residual Soil All rock material Is converted to soil. The mass structure and material fabric are destroyed. SPACING Very Close <2" Close 2"-12" Medium Close 12"-3' Wide >3' JOINT DESCRIPTION INCLINATION Horizontal 0-5 Shallow 5-35 Moderate 35-65 Steep 65-85 Vertical 85-90 REFERENCES: (1) British Standard (1981) Code of Practice for Site Investigation, BS 5930. (2) The Bridge Div., Tx. Highway Dept. Foundation Exploration & Design Manual, 2nd Division, revised June, 1974. Information on each boring log is a compilation of subsurface conditions and soil and rock classifications obtained from the field as well as from laboratory testing of samples. Strata have been Interpreted by commonly accepted procedures. The stratum lines on the logs may be transitional and approximate in nature. Water level measurements refer only to those observed at the times and places indicated, and may vary with time, geologic condition or construction activity. SURFACES Slickensided Polished, grooved Smooth Planar Irregular Undulating or granular Rough Jagged or pitted BEDDING THICKNESS (2) Very Thick >4' Thick 2'-4' Thin 2"-2' Very Thin 1/2'-2- Laminated 0.08"-1/2" L Thinly Laminated <0.08" 9200 KOS NWw Dr. IJII ' 'y DWIm. TX 75247 214-M-0227 ns�octeiu 214-M-Mg Fu KEY TO TERMS AND SYMBOLS USED ON BORING LOGS PROJECT NO.: DMWING NO.: DG0817340 I PLATE 7 APPENDIX A SULFATE, CHLORIDE AND pH TEST RESULTS Project Id: DG0817340 Contact: Fadi Faraj Project Location: Prairie Dog Park -Fort Worth pH Analysis Requested Soil pH by EPA 9045C Sulfate by SW-846 9038 Sulfate Total Chloride by EPA 325.3 Chloride Certificate of Analysis Summary 330009 HVJ Associates -Dallas, Dallas, TX Project Name: Prairie Dog Park -Fort Worth Date Received in Lab: N Report Date: 1 Project Manager: N Lab Id: 330009-001 Field Id: B-1 & B-2 Depth: 0-2 ft Matrix: SOIL Sampled: Mar-16-09 09:20 Extracted: Analyzed: Apr-14-09 08:47 UniWAL: SU RL 7.14 Extracted: Analyzed: Apr-15-0912:00 Units/RL: mg/kg RL 47.0 10.0 Extracted: Analyzed: Apr-15-0911:45 Units/RL: mg/kg RL BRL 50.0 j This analytical report, and the entire data package it represents, has been made for your exclusive and confidential use. The interpretations and results expressed throughout this onalylial report represent ato best judgnwnt of XENCO Laboratories. XENCO Laboratories assumes no responsibility and makes no warranty to the end use of the data hereby presented. Our liability is limited to the amount invoiced for this work order unless otherwise agreed to in writing. Since 1990 Houston - Dallas - San Antonio - Austin - Tampa - Miami - Latin America - Atlanta - Corpus Christi Page 3 of 9 as In 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: PARK RENOVATIONS AT PRAIRIE DOG PARK These plans and specifications were prepared by Talley Associates for the Parks and Community Services Department. The Transportation & Public Works Department will administer the contract and famish 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. Any Dronosed item below noted in either a. or b. and is Dart of the Droiect scone shall require a Dermit: a. Water fountain — Plumbing Permit The applicable items contained in the Standard SDecifications 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 SDecifications 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. GENERAL REQUIREMENTS -I- The Contractor shall be responsible for obtaining permits when either water or electrical service is required for the project and give all notices necessary and incidental to the due and lawful prosecution of the work. 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 Citv of Fort Worth Standard Svecification for Street and Storm Drain Construction — Item No. 8.6 — Failure to Comvlete Work On Time: Pg. 27 - 28. Amount of Contract $50,000 - $100,000 $100,001 - $500,000 $500,001 - $1,000,000 $1,000,001 - $2,000,000 $2,000,001 - $5,000,000 Liquidated Damages Per Dav $154 $210 $315 $420 $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. GENERAL REQUIREMENTS -2- 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 ayYt..yjLiate " retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net invoice value thereof. The Contractor will furnish the Engineer _ such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. .� 1.03 It is understood that the partial pay estimate amounts will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Payment of any partial pay estimates shall not be an admission on the part of the Owner of the amount of work done or of its quality or sufficiency or as an acceptance of the work done; nor shall same release the Contractor of any of its responsibilities under the Contract Documents. GENERAL REQUIREMENTS -3- 1.04 The Citv reserves the right to withhold the payment of anv partial estimate if the Contractor fails to verform the work in strict accordance with the specifications or other vrovisions 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 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: GENERAL REQUIREMENTS -4- A. Method "A". By unit prices agreed upon in the contract or in writing by the . Contractor and City Engineer and approved by the City Council before said extra work is commenced subject to all other conditions of the contract. B. Method "B". By a lump sum price agreed upon in writing by the Contractor and City Engineer and approved by the City Council before said extra work is commenced, subject to all other conditions of the contract. C. Method "C". By actual field cost of the work, plus 15 percent as described herein below, agreed upon in writing by the Contractor and City Engineer and approved by the City Council after said extra work is completed, subject to all other conditions of the contract. In the event extra work is to be performed and paid for under Method "C", the actual field costs of the work will include the cost of all workmen, foremen, timekeepers, mechanics and laborers working on said project; all used on such extra work only, plus all power, fuel, lubricants, water and similar operating expenses; and a ratable proportion of premiums on performance and payment bonds, public liability, workmen's compensation and all other insurance required by law or ordinance. The City Engineer will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used, but such extra work will be performed by the Contractor as an independent contractor and not as an agent or employee of the City. The 15 percent of the actual field cost to be paid the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein specified. The Contractor shall give the City Engineer access to all accounts, bills, invoices and vouchers relating thereto. 1.10 DELAYS: If delay is caused by specific orders given by the City to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in s 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. GENERAL REQUIREMENTS -s- 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 Droiect due to faultv workmanship or materials, or both, for a period of two (2) years beginning as of the date that the final punch list has been completed and the moiect accepted by the Citv as of the date the final punch list has been completed. as evidenced by a written statement signed by the Contractor and the Citv. The contractor will be required to replace, at own expense, anv part, or all, of this Droiect which becomes defective due to these causes. SECTION 01300 - SUBMITTALS Prior to construction, the Contractor shall furnish the Parks and Community Services Department a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time for turf establishment (if applicable) and project clean-up. The Contractor shall submit to the Project Manager shop drawings, product data and samples required in specification sections. Refer to Section 01640 —1.02. SECTION 01400 - QUALITY CONTROL The Contractor will receive all instructions and approvals from the Director of Engineering and/or his assigned inspectors. The inspector will be introduced to the contractor prior to beginning work. Any work done at the direction of any other authority will not be accepted or GENERAL REQUIREMENTS -6. MW 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." 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. GENERAL REQUIREMENTS -7- SECTION 01640 - PRODUCT OPTIONS 1.01 GENERAL For review and approval of products to be used on this project, send submittals to: Carlos Gonzalez, Project Manager (817) 871-5734 Parks and Community Services Department 4200 S. Freeway Suite 2200 Fort Worth, Texas 76115-1499 1.02 PRODUCTS LIST A. Within five (5) Working Days after commencement of work, the Contractor shall submit to the Project Manager two (2) copies of complete list of all specified products and submittals for review and approval. B. All specified manufacturer's products listed in the Eauinment Schedule in the construction plans have been previously reviewed and approved in conformance to Y playground prototype designs approved for use in the City of Fort Worth. C. All equipment specified (composite play structures, arch swings, buck -a -bouts, -- spring animals, whirls) which comprise the various playground prototype options has been designed to conform to both the Consumer Product Safety Commission (CPSC) guidelines and Americans With Disabilities Act (ADA) requirements and as such, no other product equipment shall be considered. C. For products specified under reference standards, include with listing of each -- product: 1. Name and address of manufacturer 2. Trade name 3. Model or catalog designation 4. Manufacturer's data a. Performance and test data b. Reference standards D. Specified material shall not be ordered by the Contractor until such time product material submittals have been received, reviewed and approved by the project consultant and / or City. GENERAL REQUIREMENTS -8- - 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 anv such iniurv. damage or death is caused, in whole or in part, by the negligence or allelsed 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 anv such iniury or damage is caused in whole or in part by the negligence or alleeed 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 -9- SECTION 02140 - SITE UNDERDRAINS PART I - GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required to construct underdrains to the required lines, grades, and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02300 - Earthwork. B. Section 03300 - Cast -in -Place Concrete PART 2 - PRODUCTS 2.01 UNDERDRAIN PIPE: Pipe and fittings shall be flexible, corrugated tubing manufactured of high -density polyethylene resins and conforming to ASTM Product Specifications F-405 and F-667. Drainage tubing shall be as manufactured by Advanced Drainage Systems (ADS), Inc., of Columbus, Ohio. The local manufacturing plant which will provide a list of suppliers is in Ennis, Texas - telephone (972) 878-9600. A. Perforated Pipe: Perforations shall be linear slots cut radially into the tubing wall between corrugations. Perforated pipe will be furnished complete with the Cerex nylon "Drain Guard" screen. The screen will completely surround the pipe and will have a lapped, welded longitudinal joint. B. Non -Perforated Pipe: Non -perforated pipe shall be used for collector lines which convey the water from perforated pipe to the concrete inlet or outfall. C. Fittings: All couplings, reducers, tees, ells, plugs, caps, and other fittings shall be non - perforated and shall be of the same manufacturer as the drainage tubing. A fitting shall be used at each pipe junction/termination, as appropriate. 2.02 FILTER MATERIAL: Filter material for use in backfilling trenches over and around underdrains shall consist of 1 1/2" to 2" gravel washed free of organic or other deleterious matter. 2.03 FILTER FABRIC: Filter fabric to line and lap over gravel filled subdrain trench shall be Mirafi 140N drainage fabric as manufactured by Celanese Corporation, (800) 223-9811, or approved equal. PART 3 - EXECUTION 3.01 VERTICAL AND HORIZONTAL CONTROLS: A. The Contractor shall establish or shall employ a licensed surveyor to establish all lines and grades necessary for each stage of the work described herein. SITE UNDERDRAMS 02140 -1- B. Provide blue tops for reference in dressing trench bottoms at intervals not to exceed 30 feet along the centerline of each trench. 3.02 UNDERDRAINS: Trenches for underdrains shall be dug after the subgrade is prepared. The excavation of each trench shall begin at its outlet and proceed toward its upper end. The 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 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 -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- r SECTION 02231- TREE PROTECTION AND MAINTENANCE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Municipal landscape and tree protection ordinances and requirements. 11 ►• Yil�V) I&". '1 A. This Section includes the protection, maintenance and pruning of trees that interfere with, or are af- fected by, execution of the Work, whether temporary or new construction. B. Related Sections include the following: 1. Section "Summary of Work" 2. Section "Earthwork." M 1.3 SUBMITTALS a am A. Product Data: For each type of product indicated. B. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and ad- dresses, names and addresses of architects and owners, and other information specified. C. Certification: From a qualified arborist that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged. D. Maintenance Recommendations: From a qualified arborist for care and protection of trees affected by construction during and after completing the Work. TREE PROTECTION AND MAINTENANCE 02231 - 1 - 1.4 QUALITY ASSURANCE A. Tree Service Qualifications: An experienced tree service firm that has successfully completed tree protection and maintenance work similar to that required for this Project and that will assign an ex- perienced, qualified arborist to the Project that will make monthly site visits, documented with monthly tree care and maintenance reports, and perform the tree care and maintenance work in ac- cordance with these recommendations during the execution of the work- B. Arborist Qualifications: An arborist certified by the International Society of Arboriculture or h- ceased in the jurisdiction where Project is located. C. Tree Pruning Standards: Comply with ANSI A300, "Trees, Shrubs, and Other Woody Plant Main- tenance --Standard Practices," unless more stringent requirements are indicated by a qualified arbor- ist. D. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Di- _ vision 1 Section "Project Meetings." 1. Before starting Earthwork and tree protection and maintenance, meet with representatives of authorities having jurisdiction, Owner, Architect, qualified arborist, consultants, and other concerned entities. Review tree protection and maintenance procedures and responsibilities. Notify participants at least three working days before convening conference. Record discus- sions and agreements and furnish a copy to each participant. 1.5 SITE CONDITIONS A. The site presently supports mature vegetation. These plants are considered key landscape fea- tures and are to be preserved, maintained and protected throughout the work. PART 2 - PRODUCTS 2.1 MATERIALS A. Drainage Fill: Selected crushed stone, or crushed or uncrushed gravel, washed, ASTM D 448, Size 24, with 90 to 100 percent passing a 2-1/2-inch (63-mm) sieve and not more than 10 percent passing a 3/4-inch (19-min) sieve. B. Topsoil: Refer to Section 02300 "Earthwork". C. Filter Fabric: Manufacturer's standard, nonwoven, pervious, geotextile fabric of polypropylene, nylon, or polyester fibers. TREE PROTECTION AND MAINTENANCE 02231 -2- 40 D. Chain Link Fence: Metallic -coated steel chain link fence fabric, 0.120-inch- (3-mm) diameter wire size; 48 inches (1200 mm) high, minimum; line posts, 1.9 inches (48 mm) in diameter; terminal and corner posts, 2-3/8 inches (60 mm) in diameter; top rail, 1-5/8 inches (41 mm) in diameter; bottom tension wire, 0.177 inch (4.5 mm) in diameter; with tie wires, hog ring ties, and other accessories for a complete fence system. PART 3 — EXECUTION 3.1 PREPARATION A. Erect and maintain a temporary fence around drip line of individual trees or around perimeter drip line of groups of trees to remain. Remove fence when construction is complete after securing written au- thorization from the Architect. 1. Do not store construction materials, debris or excavated material within drip line of remaining trees. 2. Do not permit vehicles, equipment or foot traffic within drip line of remaining trees. 3. Install chain link fence according to ASTM F 567 and manufacturer's written instructions. B. Protect tree root systems from damage due to noxious materials caused by runoff or spillage while mix- ing, placing, or storing construction materials. Protect root systems from flooding, eroding, or ex- cessive wetting caused by dewatering operations. C. Do not store construction materials, debris, or excavated material within the drip line of remaining trees. Do not permit vehicles or foot traffic within the drip line; prevent soil compaction over root sys- tems. D. Do not allow fires under or adjacent to remaining trees or other plants. 3.2 EXCAVATION A. Install shoring or other protective support systems to *minimize sloping or benching of excavations. B. Do not excavate within drip line of trees, unless otherwise indicated. C. Where excavation or trenching is required within drip line of trees, hand clear and excavate to minimize damage to root systems. Do not excavate with backhoe or similar equipment within drip line. Use narrow -tine spading forks, comb soil to expose roots, and cleanly cut roots as close to excavation as possible. Cut roots cleanly with sharp pruning instruments; do not break or chop. Cut to a lateral root when possible. Perform root pruning by a qualified arborist. Wherever possible, avoid cutting roots, especially main lateral roots or taproots. Leave roots intact and hand dig under and around root. no TREE PROTECTION AND MAINTENANCE 02231 -3- 1. Cover exposed roots with wet burlap and water regularly. �. 2. Temporarily support and protect roots from damage until they are permanently covered with soil. 3. Coat cut faces of roots more than 1-1/2 inches (38 mm) in diameter with an emulsified asphalt or other approved coating formulated for use on damaged plant tissues. 4. Backfill with soil planting mixture as soon as possible. D. Repair or replace trees and vegetation indicated to remain that are damaged by construction operations, in a manner approved by the Architect. 1. Employ a qualified arborist, licensed in jurisdiction where project is located, to perform repairs to damaged plant materials. 2. Replace trees that cannot be repaired and restored to full -growth status, as determined by the F qualified arborist. 3.3 REGRADING A. Grade Lowering: Where new finish grade is indicated below existing grade around trees, slope grade beyond drip line of trees, or as directed by a qualified arborist. Maintain existing grades within drip line of trees. B. Minor Fill: Where existing grade is 4 inches (150 nun) or less below elevation of finish grade, fill with topsoil. Place topsoil in a single uncompacted layer and hand grade to required finish elevations. In no case fill greater than four inches. 3.4 TREE PRUNING A. Prune remaining trees affected by temporary and new construction, only as directed and approved by the — Architect. B. Prune remaining trees to compensate for root loss caused by damaging or cutting root system. Provide subsequent maintenance during Contract period as recommended by qualified arborist. C. Pruning Standards: Prune trees according to ANSI A300 as follows: 1. Type of Pruning: Crown cleaning. 2. Type of Pruning: Crown thinning. 3. Type of Pruning: Crown raising. 4. Type of Pruning: Crown reduction. 5. Type of Pruning: Vista pruning. 6. Type of Pruning: Crown restoration. D. Cut branches with sharp pruning instruments; do not break or chop. E. Chip branches removed from trees. 3.5 MAINTENANCE OF PROTECTED PLANT MATERIALS AND FENCING TREE PROTECTION AND MAINTENANCE 02231 -4- M so A. The qualified arborist shall perform monthly site visits documented with monthly tree care and mainte- nance reports. Perform tree care and maintenance work in accordance with the qualified arborist's recom- mendations during the execution of the Work. B. All protection shall remain in place throughout the construction period. C. Do not place excess soil, additional fill, construction equipment, liquids, solvents, construction materials or vehicles within protection fencing. D. Do not remove any soil from within protection fencing. E. Do not change finished grades more than three inches within a distance of 6 feet from protection fencing. F. Maintain all plant materials within protection fencing in a healthy, vigorous condition, including water- ing, fertilizing, pruning and pest control, and any other activities deemed necessary by the arborist to ensure the viability and vigor of the protected plant materials. 3.6 TREE REPAIR AND REPLACEMENT A. Promptly repair trees damaged by construction operations within 24 hours. Treat damaged trunks, limbs, and roots by the qualified arborist. B. Remove and replace dead and damaged trees that the qualified arbor- ist determines to be incapable of restoring to a normal growth pattern. s. 1. Provide new trees as directed by the Architect and in compliance with all landscape ordinances, plant and maintain as specified in Division 32 Section "Trees Shrubs and Ground Cover." C. Aerate surface soil, compacted during construction, 10 feet (3 m) beyond drip line and no closer than 36 inches (900 mm) to tree trunk. Drill 2-inch- (50-mm-) diameter holes a minimum of 12 inches (300 mm) deep at 24 inches (600 mm) o.c. Backfill holes with an equal mix of augered soil and sand. 3.7 REMOVAL OF PROTECTION A. All protection shall remain in place throughout the construction period. Remove protection devices only after written permission has been granted by the Architect. + 3.8 DISPOSAL OF WASTE MATERIALS A. Burning is not permitted. B. Disposal: Remove surplus soil material, unsuitable topsoil and subsoil, demolished materials, waste ma- terials including trash and debris, and legally dispose of them off the Owner's property. no END OF SECTION no TREE PROTECTION AND MAINTENANCE 02231 -5- on SECTION 02300 - EARTHWORK PART 1 -GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 - Site Preparation. B. Grading Plan: Refer to plan sheets. 1.03 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work. The total cost will be included in the Bid Proposal. Payment will be made on a Lump Sum basis only. PART 2 - PRODUCTS 2.01 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation, unless separately designated, within the limits of the work. Unclassified 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 no 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 Md structures or piers. Also, rock may be placed in the portions of embankments outside the limits of the completed graded width where the size of the rock prohibits their incorporation in the normal embankment layers. 2.03 TOPSOIL On -Site Topsoil: Topsoil shall consist of an average depth of six inches (6") of native surface soil left in place after the ground cover of herbaceous vegetation and other objectionable matter has been cleared by "blading," as specified in Section 02200, "Site Preparation." Topsoil may be greater or less, than the upper six inches (6") in depth. EARTHWORK 02300 -1- 2.04 RvfPORTED 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 r 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- or 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- no 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. 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 s 02300 -4- dw 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 ME 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- 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 Y 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 02537 — WOOD FIBER PLAYGROUND SURFACING 1.01 SCOPE Surfacing tasks for wood fiber surfacing with drainage system includes all labor, materials and equipment necessary for, and pertinent to, the work to be done. Work will as be accomplished in a thorough and workmanlike manner. The specified product will be applied strictly in accordance with the manufacturer's recommendations. PART 2 — PRODUCTS 2.01 MATERIALS A. ENGINEERED WOOD FIBER SURFACING Surfacing material shall consist of a. Hardwood tree stock in which 80% of material is 1"-11/2" in length X 1/4" to 3/8" diameter maximum size. A delivery ticket from the mill of origin will be required to verify that material is 100% hardwood stock. b. The contractor shall be required to submit samples for approval. However, approval shall in no way mean acceptance of material delivered to the site in the event the Project Manager finds that the delivered material does not meet specifications. In the event that the material delivered to the project sites is found to be unacceptable, the Contractor shall be required to remove such material off the site and provide acceptable material. c. Softwood fibers, standard wood chips, bark mulch, recycled wood from pallets or waste wood, shredded or otherwise, twigs, bark, leaf debris or other organic material incorporated within will not be accented. 2. All material shall be compacted to the depth indicated on plans. DRAINAGE FABRIC I. Product used shall be FibarFelt, DuraLiner, or aproved equal polyester nonwoven engineering geotextile fabric. 2. Bidder will provide enough material to allow for 12" overlap on all seams. C. DRAINAGE MATRIX I. 4" diameter ADS perforated pipe with sock installed within the subgrade gravel trench as indicated on plans. WOOD FIBER PLAYGROUND SURFACING 02537 -I- D. WEAR MATS I. Product used shall be per playground equipment manufacturer's recommendation and meet ASTM F1292-91 playground surfacing standard for a drop height not to exceed 3.5 feet. Must be installed under all swings and slides to preserve warranty. Method of installation / anchorage shall be per manufacturer's recommendations. PART 3 - SPECIAL REQUIREMENTS 3.01 QUALITY CONTROL A. The Bidder will provide the owner or its designated contractor with all necessary licenses prior to start of construction in accordance with U. S. Patents. B. Supplier must provide test results for impact attenuation in accordance with ASTM F1292-93; Standard Specification for Impact Attenuation of Surface R Systems Under and Around Playground Equipment. Results must be provided for new material and for 5-year-old material. C. Testing must show "g" ratings of not more than 155g for the 8" thick system, or 120g for the 12" system at 12' fall heights, and HIC values of less than 1,000 for both new and 8-year-old material. D. Product must be wheelchair accessible and meet the requirements of the 1990 Americans with Disabilities Act (ADA) in accordance with ASTM PS83-97. E. The Bidder will provide copies of flammability testing procedures and results using (i) Section 1500.44 of the Federal Hazardous Substance Act, Title 16, Chapter II, Subchapter C, for rigid and pliable solids, and (ii) 16 CFR Part 1630 Standard for the Surface Flammability of Carpets and Rugs (FF 1-70), Modified Procedure. Testing should be performed by an independent testing laboratory. F. The Bidder will provide copies of testing procedures and results of (i) new — shredded wood fibre, and (ii) shredded wood fibre not less than five years old taken from an existing site, performed by an independent testing source using the ASTM F1292-91 playground safety surfacing standard. G. The Bidder will provide at least three references of handicapped -accessible playgrounds that have been installed with said surface. 3.02 WARRANTY All materials and labor under this Section shall be installed by a contractor authorized by WOOD FIBER PLAYGROUND SURFACING 02537 -2- the manufacturer. Safety surface shall be warranted for labor and materials for a period of no less than two years. Written warranty must be submitted by the manufacturer and the authorized installer. PART 4 — EXECUTION A. PREPARATION Installer shall thoroughly examine the site and specifications, carefully checking the dimensions before starting work. B. SUBGRADE 1. The subgrade shall be graded a minimum of 1.5% (percent) — max. 2%. All roots, stones, and vegetation shall be removed. 2. The drainage matrix must be connected to the drainage system. 3. The first 6" of subgrade shall be compacted to at least 95 percent of the dry density, as determined by the provisions of AASHTO or T 205, as modified in 203.24. C. APPLICATION: 1. Wood fiber surfacing system with gravel and subdrain. Install per plans and specifications. a. Aggregate Drainage Material 1. Install subdrain trench per plan. 2. Cover subgrade with washed stone, 3/8" to 1/2" diameter, at a uniform depth of three inches. 3. Install drainage fabric over drainage aggregate, overlapping all seams by at least 12". Cut to fit around equipment as necessary and overlap seams as previously mentioned. 4. Install wood fiber safety surfacing at the depth indicated on plans (compacted). Contractor shall be responsible for applying additional material as required in order to maintain safety surface finish elevation and anticipated settling for a period of sixty (60) days following project acceptance. END OF SECTION WOOD FIBER PLAYGROUND SURFACING 02537 -3- SECTION 02741 ASPHALT PAVING PART 1 - GENERAL 1.1 Reference Specifications for asphalt paving and related products shall be the "Standard Specifications for Public Works Improvements", latest edition as published by the North Central Texas Council of Governments. (NCTCOG) and Standard Specifications for Construction of Highways, Streets and Bridges, latest edition, as prepared by the Texas Department of Transportation. 1.2 Summary: This section includes exterior asphalt paving for the following: A. Roadways. B. Parking lots. C. Curbs and gutters. 1.3 Project Conditions: Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities. Barricading to be in accordance with "Manual of Uniform Traffic Control Devices", latest edition, as published by the Texas Department of Transportation. PART2-PRODUCTS 2.1 Materials to conform to local asphalt paving requirements or as shown on plans. Asphaltic concrete to conform to Texas Department of Transportation Section 340. 2.2 Paint Striping: Paint for pavement striping shall conform to NCTCOG Item 804.2. Color shall be white. PART 3 - EXECUTION 3.1 Surface Preparation: Proof -roll prepared sub -base surface to check for unstable areas and verify need for additional compaction. Do not begin paving work until such conditions have been corrected and are ready to receive paving. Remove loose material from compacted subbase surface immediately before placing asphalt. 3.2 Asphalt Placement: Place asphalt according to the Texas Department of Transportation Section 340. 3.3 Traffic Paint: Apply traffic paint for striping and other markings with mechanical equipment to produce uniform straight edges. Apply at manufacturer's recommended rates to provide a 15- mil minimum wet film thickness. 3.4 Place suitable warning signs near work site to alert approaching traffic from all directions to prevent damage to newly painted surfaces. 3.5 Stencil "FIRE LANE - NO PARKING" at size, color and spacing as shown on the plans. 3.6 Stencil "HANDICAPPED PARKING SPACE" in 4" high white block letters on blue colored background 6" high and of appropriate length for lettering background and provide wheelchair logo in parking stall. A. Handicap parking space marking and signage shall comply with state city requirements. END OF SECTION ASPHALT PAVING 02741 -1- SECTION 02820 GALVANIZED CHAIN LINK FENCE PART 1 GENERAL 1.01 SECTION INCLUDES A. Galvanized coated chain link fencing and accessories for sports field and security use. 1.02 GATES AND RELATED SECTIONS A. Section 03300 Cast -in -Place Concrete 1.03 SUBMITTALS A. Shop drawings: Layout of fences and gates with dimensions, details, and finishes of components, accessories, and post foundations. B. Product data: Manufacturer's catalog cuts indicating material compliance and specified options. 1.04 SPECIAL WARRANTY A. Provide Manufacturer's standard 12 year limited warranty. See Manufacturers Warranty for full details. PART 2 PRODUCTS 2.01 MANUFACTURER A. Products from qualified manufacturers having a minimum of five years experience manufacturing galvanized coated chain link fencing will be acceptable by the architect as equal, if approved in writing, ten days prior to bidding, and if they meet the following specifications for design, size gauge of metal parts and fabrication. B. Obtain chain link fences and gates, including accessories, fittings, and fastenings, from a single source. 2.02 MATERIALS A. Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall be of steel. Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands and other parts shall be of steel, malleable iron, ductile iron or equal except that post tops, rail end, ties and clips may be of aluminum. B. Galvanized wire: Zinc coated Wire, ASTM A 392 - 1.2oz/sf. [Wire Spec-A817-83, Class 1 or Class 2. Helically wound and woven to a height as indicated with diamond mesh, gauge as indicated, and selvage of fabric as indicated at top and at bottom. 2.03 STEEL FENCE FRAMING A. Steel pipe - Type I: ASTM F 1083, standard weight schedule 40; minimum yield strength of 30,000 psi (205 MPa); sizes as indicated. Hot -dipped galvanized with minimum average 1.8 oz/ft' (550 g/ml) of coated surface area. B. Steel pipe - Type I1: Cold formed and welded steel pipe complying with ASTM F 1043, Group IC, with minimum yield strength of 50,000 psi (344 MPa), sizes as indicated. Protective coating per ASTM F 1043, external coating Type B, zinc with organic overcoat, 0.9 oz/fF (270 g/m2) minimum zinc coating with chromate conversion coating Chain Link Fencing 02820- -I- and verifiable polymer film. Internal coating Type B, minimum 0.9 oz/ft' (270 g/m2) zinc or Type D, zinc = pigmented, 81 % nominal coating, minimum 3 mils (0.08 mm) thick. C. End and Comer Post as indicated End and Comer Post as indicated Line (intermediate) Post as indicated Rail and Braces as indicated 2.04 ACCESSORIES A. Chain link fence accessories: [ASTM F 6261 Provide items required to complete fence system. Galvanize each ferrous metal item and finish to match framing. Fittings should match Master Halco specifications. B. Post caps: Formed steel or cast malleable iron weather tight closure cap for tubular posts. Provide one cap for each post. Cap to have provision for barbed wire when necessary. "C" shaped line post without top rail or barbed `- wire supporting arms do not require post caps. (Where top rail is used, provide tops to permit passage of top rail.) C. Top rail and rail ends: Pressed steel per ASTM F626, for connection of rail and brace to terminal posts. D. Top rail sleeves: 7' (178 mm) expansion sleeve with a minimum .137" wire diameter and 1.80" length spring, allowing for expansion and contraction of top rail. _ E. Wire ties: 9 gauge [0.148" (3.76 mm)] galvanized steel wire for attachment of fabric to line posts. Double wrap 13 gauge [0.092" (2.324 mm)] for rails and braces. Hog ring ties of 12-1/2 gauge [0.0985" (2.502 mm)] for attachment F. Brace and tension (stretcher bar) bands: Pressed steel, minimum 300 degree profile curvature for secure fence post attachment. At square post provide tension bar clips. G. Tension (stretcher) bars: One piece lengths equal to 2 inches (50 mm) less than full height of fabric with a _ minimum cross-section of 3/16" x 3/4" (4.76 mm x 19 mm). Provide tension (stretcher) bars where chain link fabric meets terminal posts. H. Tension wire: Galvanized coated steel wire, 6 gauge, [0.192"(4.8 mm)] diameter wire with tensile strength of 75,000 psi (517 MPa). Truss rods & tightener. Steel rods with minimum diameter of 5/16" (7.9 mm). Capable of withstanding a tension of minimum 2,000 lbs. J. Barbed wire:[ ASTM A 121] Class 3, zinc coated steel wire double -strand, 12-1/2 gauge [0.099"(2.51mm)] twisted line wire with galvanized steel, 4 point barbs spaced approximately 5" (127mm) on center. K. Nuts and bolts are galvanized. Standard —PDS (self-locking using horizontal bottom channel system) 2.05 SETTING MATERIALS A. Concrete: Minimum 28 day compressive strength of 3,000 psi (20 MPa). OR B. Drive Anchors: Galvanized angles, ASTM A 36 steel 1" x 1" x 30" (25 mm x 25 mm x 762 mm) galvanized shoe clamps to secure angles to posts. PART 3 EXECUTION 3.01 EXAMINATION — A. Verify areas to receive fencing are completed to final grades and elevations. Chain Link Fencing 02820- i -2- go B. Ensure property lines and legal boundaries of work are clearly established. 3.02 CHAIN LINK FENCE FRAMING INSTALLATION A. Install chain link fence in accordance with ASTM F 567 and manufacturer's instructions. B. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30" or more. C. Space line posts uniformly [at 10' (3048 mm) on center]. D. Concrete set [terminal] [and] [gate] posts: Drill holes in firm, undisturbed or compacted soil. Holes shall have diameter 4 times greater than outside dimension of post, and depths approximately 6"(152 mm) deeper than post bottom. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. Set post bottom 36" (914 mm) below surface when in firm, undisturbed soil. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts. E. Drive Anchor [line] posts: With protective cap, drive post 36" (914 mm) into ground. Slightly below ground level install drive anchor shoe fitting. Install 2 diagonal drive anchors and tighten in the shoe. F. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. G. Bracing: Install horizontal pipe brace at mid -height for fences 6' (1829 mm) and over, on each side of terminal posts. Firmly attach with fittings. Install diagonal truss rods at these points. Adjust truss rod, ensuring posts remain plumb. H. Tension wire: Provide tension wire at bottom of fabric [and at top, if top rail is not specified]. Install tension wire before stretching fabric and attach to each post with ties. Secure tension wire to fabric with 12-1/2 gauge [0.0985" (2.502 mm)] hog rings 24" (610 mm) oc. I. Top rail: Install lengths, 21' (6400 mm).Connect joints with sleeves for rigid connections for expansion/contraction. J. Center Rails (for fabric height 12' (3658 mm) and over). Install mid rails between posts with fittings and accessories. K Bottom Rails: Install bottom rails between posts with fittings and accessories. 3.03 CHAIN LINK FABRIC INSTALLATION A. Fabric: Install fabric on security side and attach so that fabric remains in tension after pulling force is released. Leave approximately 2" (50 mm) between finish grade and bottom selvage. Attach fabric with wire ties to line posts at 15" (381 mm) on center and to rails, braces, and tension wire at 24" (600 mm) on center. B. Tension (stretcher) bars: Pull fabric taut; thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15" (381 mm) on center. 3.04 ACCESSORIES Chain Link Fencing 02820- -3- A. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. B. Fasteners: Install nuts on side of fence opposite fabric side for added security. 3.05 CLEANING A. Clean up debris and unused material, and remove from the site. END OF SECTION Chain Link Fencing 02820- -4- SECTION 02840 - TURF SODDING PART 1- GENERAL 1.01 DESCRIPTION A. Work Included: This work includes all labor, materials and equipment for soil preparation, fertilization, planting and other requirements regarding turfgrass sodding shown on the plans. B. Related Work Specified Elsewhere: Section 02300, Earthwork. 1.02 REFERENCE STANDARDS A. For exotic plant materials: American Joint Committee of Horticultural Nomenclature, Second Edition, 1942. B. For native materials a. Manual of the Vascular Plants of Texas by Correll and Johnston b. Check List of Vascular Plants of Texas by Hatch c. Flora of North Central Texas by Shinners and Moller 1.03 SUBMITTALS Samples, certificates and specifications of sod, fertilizer, compost, soil amendments or other materials may be requested by the Project Manager. All delivery receipts and copies of invoices for materials used for this work shall be subject to verification by the Project Manager. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Sod: Harvesting and planting operations shall be coordinated with not more than forty eight hours elapsing between the harvesting and planting. B. Fertilizer 1. Unopened bags labeled with the analysis. 2. Conform to Texas Fertilizer Law. 1.05 QUALITY CONTROL The contractor who plants the sod is responsible for supervision of his crew, while planting the sod and maintaining the sod until the project is accepted by the City. TURF SODDING 02840 -1- PART 2 — PRODUCTS 2.01 SOD A. The sod shall be "Common Bermuda" and shall consist of stolons, leaf blades, rhizomes and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than one inch. Sod shall be alive, healthy and vigorous and shall be free of insects, disease, stones and undesirable foreign materials and grasses. Sod shall have been produced on growing beds of clay or clay -loam topsoil. The sod shall not be harvested or planted when its moisture condition is so excessively wet or dry that its survival will be affected. If sod is stacked, it shall be kept moist and shall be stacked _ roots -to -roots and grass -to -grass. B. The sod shall be cut in strips four feet wide, or as called for on plan, to be laid parallel with the contours. 2.02 FERTILIZER A. All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis. B. All fertilizer shall be in acceptable condition for distribution and shall be applied uniformly over the planted area two weeks after sodding. C. All fertilizer shall have an analysis of 3-1-2 or as designated on the plans. The fertilizer rate shall be 45 pounds of nitrogen per acre. 2.03 WATER The water shall be furnished by the Contractor and shall be clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. The amount of water will vary according to the weather variables. Generally, the sod should be soaked one time per day for three weeks or until established. Soaking is mandatory after spreading the fertilizer. W 2.04 COMPOST All compost material is to be totally organic and decomposed for at lease nine months. All — compost is to be clean and free of fungus, disease, live plants, seed, excessive cotton lint and any harmful chemicals. "New Life Soil Conditioner" or "Perma Green Compost", as specified below _ or an approved equal, shall be used. Raw organics are not acceptable. A. For soil with an alkaline PH condition: Use "New Life Acid Gro" (acid pH) soil conditioner as produced by Soil Building Systems of Dallas, or an approved equal. B. For soil with an acidic PH condition: Use "Perma Green Compost" by Texas Earth Resources, Inc. of Dallas, or "New Life Natural Grower" (ph 8.0 to 9.0) by Soil Building Systems, Inc., of Dallas. C. Sample and Specification Submittal: Submit a producer's specification and a quart sample of the compost proposed for the Project Manager's approval. TURF SODDING 02840 -2- PART 3 - EXECUTION 3.01 GENERAL All turfing operations are to be executed across the slope, parallel to finished grade contours. 3.02 SOIL PREPARATION A. Scarify subgrade to a depth of three inches (3") before depositing the required topsoil. B. Tillage shall be accomplished to loosen the topsoil, destroy existing vegetation and prepare an acceptable sod bed. All areas shall be tilled with a heavy duty disc or a chisel - type breaking plow, chisels set not more than ten inches apart. Initial tillage shall be done in a crossing pattern for double coverage, then followed by a disc harrow. Depth of tillage shall be five inches. A heavy duty rototiller may be used for areas to be planted with sod. C. Cleaning: Soil shall be further prepared by the removal of debris, building materials, rubbish, weeds and stones larger than one inch in diameter. D Fine Grading: After tillage and cleaning, all areas to be planted shall be topdressed with one-half inch compost and then shall be leveled, fine graded, and drug with a weighted spike harrow or float drag. The required result shall be the elimination of ruts, depressions, humps and objectionable soil clods. This shall be the final soil preparation step to be completed before planting. 3.03 PLANTING Prior to laying the sod, the planting bed shall be raked smooth to true grade and moistened to a depth of four inches, but not to the extent causing puddling. The sod shall be laid smoothly, tightly butted edge to edge, and with staggered joints. The sod shall be pressed firmly into the sod bed by mechanical roller so as to eliminate all air pockets, provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Following compaction, compost shall be used to fill all cracks between sods. Excess compost shall be worked into the grass with suitable equipment and shall be well watered. The quantity of compost shall be such that it will cause no smothering or burning of the grass. 3.04 FERTILIZING Twenty-one days after planting, turfgrass areas shall receive an application of 3-1-2 fertilizer at the rate of 45 pounds of nitrogen per acre. Water well after application to prevent burning as per requirements indicated in Part 2 — 2.03 Water END OF SECTION TURF SODDING 02840 -3- -SECTION 02860 - PLAYGROUND EQUIPMENT PART 1- GENERAL go 1.01 DESCRIPTION A. This section shall include all materials, labor, tools, equipment, transportation and supervision required for the installation of new playground equipment. 1.02 RELATED WORK A. Section 02140 — Site Under drains B. Section 02537 - Engineered Wood Fibar Playground Surfacing C. Section 02870 - Site Furnishings B. Section 03300 - Cast -In. -Place Concrete .. 1.03 QUALITY ASSURANCE / PRODUCTS A. Codes and Standards: 1 .All equipment and materials shall comply to the following standards: a. U. S. Consumer Product Safety Commission (CPSC) b. ASTM Designation F1487 (Standard Consumer Safety Performance Specification for Playground Equipment for Public Use) c. International Play Equipment Manufacturers Association (IPEMA) 2. All equipment shall be new and conform to equipment standards as noted in so Part 2-2.02. 3. The Bidder shall be responsible for defects in equipment due to faulty material or manufacturing, damage or loss. B. Submittals: 1. Submittals must be received and approved by the Project Manager prior to ordering equipment. Refer to General Requirements — Section 01640 —1.02. 2. Submittals Prior to Construction - Submit manufacturers' documentation of product compliance with CPSC and ASTM F1487 Standards including: PLAYGROUND EQUIPMENT 02860 -1- a. All paints and other similar finishes must meet the current CPSC regulation for lead in paint (0.06 percent maximum lead by dry weight). b. Regardless of the material or the treatment process, the manufacturer shall ensure that the users of the playground equipment cannot ingest, inhale, or absorb any potentially hazardous amounts of substances through body surfaces as a result _ of contact with the equipment. C. Submittals must be received and approved by the Project Manager -- prior to ordering equipment. Refer to General Requirements — Section 01640 —1.02 3. Submittals Prior to Project Acceptance — Contractor shall submit all manufacturers' literature to the Project Manager prior to acceptance of the project. 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, bowing or damage. C. All construction material such as subsurface drain gravel and play surface material _ may not be delivered to the site until installation of such material. D. Operation and Maintenance Manuals — Prepare and deliver to the Owner within ten (10) calendar days prior to completion of construction; two (2) hard cover and three (3) ring binders containing the following information: 1. Index sheet stating Contractor's address, telephone and fax number, e-mail address and listing of equipment with the name and addresses of the local equipment manufacturer's representative. — 2. Catalog and parts sheets on each product and equipment type installed under contract 3. Guarantee Statement. 4. Complete operating and maintenance instruction on all major equipment. PLAYGROUND EQUIPMENT 02860 -2- no 1.05 JOB CONDITIONS A. The Contractor shall be responsible for the protection of unfinished work and shall be responsible for the safety of the park users utilizing unfinished eauipment. B. The Contractor shall be required to submit a Safety Plan indicating the use of temporary construction fencin-a, sianaize and barriers necessary to prevent park users from utilizing unfinished equipment for Owner approval at the Pre - Construction meeting. At any time during construction non compliance to the Safety Plan or any other safety hazard is found to exist on the construction site, The Contractor shall be required to correct any and all non compliance issues and / or safety hazards immediately within the same day of notification. C. All cost incurred be the Contractor to insure compliance to this specification shall be subsidiary to the cost of purchase and installation of equipment. PART 2 - PRODUCTS 2.01 Approved play component structures for each playground prototype option (see below) and ancillary equipment shall consist of equipment supplied by pre -approved equipment manufacturers / vendors noted below and as noted on the Eauiament Schedule of the plans. 1. Prototype Option No.1 A - Gametime - Model No. TFWNP403C (Total Recreation Products, Inc. 1- 817-430-3331) B - Playworld Systems - Model No. P24423F (The Playwell Group 1-800- 726-1816 C - Burke - Model No. 36 - 28149 (Child's Play, Inc.1-972-484.0600) 2. Prototype Option No. 2 A - Gametime - Model No. TFWNP503C B - Playworld Systems - Model No. P24424C C - Burke - Model No. 36 -11825 3. Prototype Option No. 3 PLAYGROUND EQUIPMENT 02860 -3- A - Gametime - Model No. TFWNP603C B - Playworld Systems - Model No. P23318B C - Burke - Model No. 36.15756 PART 3 - EXECUTION 3.01 GENERAL: All items shall be supplied by Contractor and installed as per manufacturer's recommendations. _ 3.02 FALL ZONES: Contractor shall verify all fall zone clearances onsite prior to installing the equipment. Notify the Landscape Architect of any conflicts or discrepancies. The Contractor will be required to remove and reinstall any mow strips / hardscape at own expense and at no additional contract time if fall zone discrepancies are found and require -` remedy 2.03 CONCRETE FOOTINGS: The finished grade of all concrete footings shall be set a minimum twelve inches below the finish grade of surfacing material. 2.04 FASTENERS: All nuts and bolts shall be upset and tack welded to prevent disassembly on all equipment that is not installed with specialized fasteners. 2.05 INSTALLATION SEQUENCING: The Contractor will not be allowed to deliver on _ site and install any playground equipment until gradework, mow strip, subsurface drainage and all other hardscape items have been installed and approved by the Project Manager. The Contractor will be required to remove any equipment from - the site at own expense and at no additional contract time if found to be in non- compliance to this specification note. END OF SECTION PLAYGROUND EQUIPMENT 02860 -4- 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 Is A. All equipment shall be free of sharp edges and comers, 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 Accessibilitv Standards (TAS) of 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 n, The contractor shall be responsible for protection of unfinished work and shall be responsible for the safety of park users utilizing unfinished equipment. WE .. SITE FURNISHINGS 02870 -1- PART 2 - PRODUCTS 2.01 Equipment as specified on plans or approved eaqual. 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 PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: Seeding of grass seed or wildflower seed, as specified on the plans. B. Related Work Specified Elsewhere: Section 02300, Earthwork. 1.02 REFERENCE STANDARDS A. Standardized Plant Names 1. For exotic plant materials: American Joint Committee of Horticultural Nomenclature, Second Edition, 1942. 2. For native materials . , a. Manual of the Vascular Plants of Texas by Correll and Johnston b. Check List of Vascular Plants of Texas by Hatch c. Flora of North Central Texas by Shinners and Moller MW B. Texas Highway Department: Standard Specifications for Construction, Item 164, "Seeding for Erosion Control" and Item 180, "Wildflower Seeding". 1.03 SUBMITTALS A. Seed 1. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS) ON 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. S. 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 no 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 -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 P� 25 Bermuda (unhulled) Cynodon dactylon 85% 75 Bermuda (hulled) Cynodon dactylon 95% Substitute the following if planted between September 10 and April 15: 220 Rye Grass Lolium multiflorum 82% 40 Bermuda (unhulled) Cynodon dactylon 84% Germination 90% 90% 80% 85% SECTION 02930 - SEEDING -2- 2 Native grass seed - The seed shall be planted between February 1 and October 1 and shall consist of: Lbs. PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis *These grasses are not to be planted within ten feet of a road or parking lot or within three (3) feet of a walkway. 3 Wildflower seed - All wildflower seeds are to be hand broadcast, (see 3.02,A). The seed shall be planted between March 5 and May 31 or between September 1 and December 1 and shall consist of: Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden - Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea •• *These wildflowers are not to be planted within ten feet of a road or parking lot or within three feet of a walkway. -� 4. Temborary erosion control seed When specified on the plans, temporary control measures shall be performed. These measures shall consist of the sowing of cool season plant seeds and the work and materials as required in this section. SECTION 02930 - SEEDING -3- B. Mulch 1. Mulch should be designed for use with conventional mechanical or hydraulic planting of seed, either alone or with fertilizer. 2. Mulch should be wood cellulose fiber produced from virgin wood or recycled paper -by-products (waste products from paper mills or recycled newspaper). 3. Mulch should contain no growth or gern ination 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 we 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 1. For seeding application in areas up to 3:1 slope, use cellulose, fiber or recycled paper mulch, (see 2.01, B. Mulch and 3.03). 2. For seeding application in areas 3:1 slope or greater, use the following soil retention blanket (Follow the manufacturer's directions): "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL. 2.02 MIXING Seed, mulch, fertilizer and water may be mixed provided that: 1. Mixture is uniformly suspended to form a homogenous slurry. 2. Mixture forms a blotter -like ground cover impregnated uniformly with grass seed. 3. Mixture is applied within thirty (30) minutes after placed in the equipment. SECTION 02930 - SEEDING .4- PART 3 — EXECUTION 3.01 SEEDED PREPARATION A. Clear Surface of All Materials, Such As: 1. Stumps, stones, and other objects larger than one inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Tilling 1. In all compacted areas till one inch (1') deep. 2. If area is sloped greater than 3:1, run a tractor parallel to slope to provide less seed/water run-off. 3. In areas near trees: Do not till deeper than one half (1/2") inch inside "drip line" of trees. C. 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.B. 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- 3.03 MULCHING A. Apply uniformly after completion of seeding in areas up to 3:1 slope. Mulch may be applied concurrently with fertilizer and seed, if desired. B. Apply at the following rates unless otherwise shown on plans: 1. Sandy soils, flat surfaces - minimum 1,500 lbs./acre. 2. Sandy soils, sloping surfaces - minimum 1,800 lbs./acre. 3. Clay soils, flat surfaces - minimum 2,500 lbs./acre. 4. Clay soils, sloping surfaces - minimum 3,000 lbs./acre. 5. "Flat" and "sloping" surfaces will be sfiown 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: _ l . 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 (Y) 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 Sidewalk B. Concrete Handicap Ramps C. Picnic Table Slabs D. Playground Edging E. Concrete Walls and Footings 1.02 QUALITY ASSURANCE Reference Specifications: The work under this division of the Specifications shall conform generally to the requirements of Item 314 - "Concrete Pavement", Item 406 - "Concrete for Structures", and Item 410 — "Concrete Structures" of the City of Fort Worth's Standard Specifications for Street and Storm Drain Construction. PART 2 - MATERIALS 2.01 FORMS Forms shall be of ample strength, adequately braced, joined neatly and tightly and set exactly to established line and grade. _ 2.02 REINFORCING MATERIALS Reinforcing Bars: Reinforcing bars shall be round deformed bars meeting the requirements of the current standard Specifications for Intermediate Grade Billet Steel Concrete Reinforcing Bars of the A.S.T.M. Designation A-615. Reinforcing bars at the time the concrete is placed shall be free from rust, scale or other coatings that will destroy or reduce the bond. General reinforcing bars shall be number three bars spaced 18 inches on center in walks and 12 inches in slabs as shown on Plans. 2.03 CONCRETE MATERIALS A. Cement: Portland cement shall meet the requirements of A.S.T.M. Specifications Designation C-150 and shall be Type 1. B. Aggregates: Concrete aggregates shall consist of gravel or crushed stone and shall be free from any excess amount of salt, alkali, vegetative matter or other objectionable materials. The aggregate shall be well graded from fine to course and the maximum size shall be one inch. Fine aggregate shall consist of sand C. Water: Water used in mixing concrete shall be clean and free from deleterious amounts of acids, alkalies, vegetative matter or organic material. The concrete shall be mixed in an approved batch mixer. The mixing time shall not be less than one minute after all the batch materials are in the mixer. Cement content CAST -IN -PLACE CONCRETE 03300 -1- shall be not less than five sacks per cubic yard of concrete and shall have a minimum 28 day compressive strength of 3,000 psi. _ D. Mixing: Transit mixed concrete shall meet all the requirements for concrete as specified above. Sufficient transit mix equipment shall be assigned exclusively to the project as required for continuous pours at regular intervals without stopping or interrupting. Concrete shall not be placed on the job after a period of 1 1/2 hours after the cement has been placed in the mixer. �- 2.04 RELATED MATERIAL A. Expansion Joint Filler: Expansion joint material shall be one inch clear heart redwood with cap and paved cross section as shown on the plans B. Dowels: Dowels for expansion joints shall be number four smooth round steel bars with expansion tubes as shown on Plans. Dowels shall be placed eighteen inches on center or as shown on Plans. C. Curing Compound: The membranous curing compound shall comply with the requirements of A.S.T.M., Designation C-309, Type 2, white pigmented. D. PVC Sleeves: The Contractor shall furnish and install four inch class 200 PVC pipe sleeves under concrete walk as shown on plans and details. E. Caulking and Sealants — See Section 07920 2.05 CONCRETE MIX DESIGN AND CONTROL A. Mix Design: The concrete shall contain not less than five sacks of cement per cubic yard. Total water shall not exceed seven gallons per sack of cement. The mix shall be uniform and workable. The amount of course aggregate (dry -loose _ volume) shall not be more than 85 percent per cubic yard of concrete. The net amount of water will be the amount added at the mixer plus the free water _ in the aggregate or minus the amount of water needed to compensate for absorption by the aggregates. Free water or absorption determinations will be based on the condition of the aggregates at the time used. The absorption test will _ be based on a thirty minute absorption period. No water allowance will be made for evaporation after batching. B. Slump: When gauged by the standard slump test, the settlement of the concrete shall not be less than 3 inches nor more than 5 inches, unless otherwise indicated. C. Quality: The concrete shall be designed for a minimum compressive strength of 3,000 pounds per square inch at the age of twenty-eight days using a 5 sack mix. CAST -IN -PLACE CONCRETE 03300 -2- 0" D. Control -Submittal: Within a period of not less than ten days prior to the start of concrete operations, the Contractor shall submit to the Engineer a design of the concrete mix proposed to be used together with samples of all materials to be incorporated into the mix and a full description of the source of supply of each - material component. The design of the concrete mix shall conform with the provisions and limitation requirements of these specifications. All material samples submitted to the Engineer shall be sufficiently large to permit laboratory batching for the construction of test beams to check the adequacy of the design. When the design mix has been approved by the Engineer, there shall be no change or deviation from the proportions thereof or sources of supply except as hereinafter provided. No concrete may be placed on the iob site until the mix design has been approved by the Engineer in writing to the Contractor. PART 3 - EXECUTION 3.01 REINFORCING Metal reinforcing shall be accurately placed in accordance with the Plans and shall be adequately secured in position by concrete, metal, or plastic chairs and spacers. Bar splices shall overlap at least twelve inches. The re -bars shall be bent cold. 3.02 JOINTS A. Expansion Joints: Expansion joint materials shall be installed perpendicular to the surface. The bottom edge of the material shall extend to or slightly below the bottom edge of the slab and the top edge shall be held approximately 1/2 inch below the surface of the slab. The edge of joints shall be tooled with an edging tool having a 1/2 inch radius. B. Contraction Joints: Contraction joints shall be 1/4 inch wide by 3/4 inch deep, tooled joints placed on six foot centers, unless otherwise indicated. Contraction joints will not be required to be sealed. Sawed joints may be allowed only if specifically approved by the Engineer. Joints will be sawed as soon as sawing can be performed without stripping aggregate from the concrete, generally within twelve to twenty-four hours after placement, and they shall be completed before uncontrolled cracking of the pavement takes place. C. Construction Joints: Construction joints shall be installed in all concrete work at the locations shown on the Plans. Construction joints formed at the close of each day's work shall be located at any of the control joints designated on the Plans. Joints may be constructed by use of wood or preformed metal bulkheads set true to the section of the finished concrete and cleaned and oiled. Surplus concrete on the subgrade shall be removed before resuming concreting operations. 3.03 PLACING CONCRETE Placement of Concrete: The concrete shall be rapidly deposited on the subgrade immediately after mixing is completed. Subgrade and forms shall be dampened prior to placement of the concrete. The concrete shall be transported, placed and spread in such a CAST -IN -PLACE CONCRETE 03300 -3- 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 Y-O" or more, and through reinforcement, use a dumping box or board, moving the concrete therefrom by shovels or hoes. 2. Deposit concrete so that the surface is kept level throughout, a minimum being permitted to flow from one position to another, and place as rapidly as practicable after mixing. 3. Do not use in this Work any concrete not placed within 30 minutes after leaving the mixer. CAST -IN -PLACE CONCRETE 03300 -4- 4. Thoroughly work concrete around reinforcement and embedded fixtures, and into comers 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. so B. Finishing 1. All formed surfaces exposed to view shall have a smooth form finish. 2. After concrete has been properly placed and cured, sandblast finish if indicated on the plans and per specification Section 03350. 3.07 PROTECTION After concrete is placed, finished and cured as required, permit no traffic thereon for three days thereafter and further protect the surface from damage due to other causes. END OF SECTION CAST -IN -PLACE CONCRETE 03300 -5- 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, ILI and. color chart for all materials proposed for this project. M. 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 PREWERS: Type as manufactured by manufacturer of sealing or caulking material and completely compatible with compound. 2.03 JOINT BACKING: Rods or tape in sizes and types as recommended by manufacturer of sealing or caulking material, and completely compatible with compound. CAULKING AND SEALANTS 07920 -1- PART 3 - EXECUTION 3.01 GENERAL: A. Work shall be performed by experienced mechanics skilled in execution of type of work required and in application of specified materials. B. Deliver materials to job site in original containers with manufacturer's name and brand clearly marked thereon. C. When perimeter joints around frames that are to be caulked do not have built-in stops or other means to prevent depth of compound from exceeding 1/2 inch, pack joint with back-up materials of correct type and to the depth as necessary to — provide minimum 3/8" and maximum 1/2" depth of compound. D. Materials and methods shall be as specified herein, unless they are contrary to approved manufacturer's directions or to approved trade practice; or unless Contractor believes they will not produce a watertight job which he will guarantee as required. Where any part of these conditions occur, Contractor shall notify Architect in writing. Deviation from procedure specified will be permitted only upon Architect's approval and providing that work is guaranteed by Contractor as specified. E. If, prior to beginning work, Contractor does not notify Architect in writing of _ any proposed changes, it will be assumed that he agrees that materials and methods specified will produce results desired, and that he will furnish required guarantee. _ 3.02 PREPARATORY WORK: A. Where weather molds, staff beads, etc., do not form integral part of frames to be caulked, but are removable, remove same prior to caulking, execute caulking, replace molds, etc., and point. — B. Clean all joints, etc., that are to be caulked or sealed, prior to executing work. 3.03 PRIMING: When conditions of joints so require, or when types of materials used adjacent to joints so require, or when compound manufacturer's recommendations so require, clean and prime joints before starting caulking. Execute priming operations in strict accordance with manufacturer's directions. 3.04 JOINT BACKING: Joint backing shall be installed in all joints to receive sealants. Backing shall be sized to require 20% to 50% compression upon insertion, and shall be CAULKING AND SEALANTS 07920 -2- ti 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. 1 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 LA .J .J CAULKING AND SEALANTS 07920 -3- u ' Ct'C'Y 6F PORT WORTH January 7 i' 20J 0 WOf PRbW: parX Boovations at Dribs Deg Earrix AQ14CT NUMBER: 15490`IQi S60 i t5 TfJ lriRTi "1' AT; Norttgtar ConalructLeg, ikat ft d" ofdik catificulN 1wre t by this Company vritit rat to ttw business operations hereinafter described, for thetype4rtittratwsww4ocGerdancewilh.provisionsofthe sts6dard policies used by this Company, and flusher heteirsstbr deacdbod. Exceptions to standard pol Icy now on rove ft sidwhoroof. Pollan Effective�{�""@spires r is pjFp Lra £ '�j.Vj .£�.} Worker's Compensation 0 Comprehensive General FS F t z B a �'r 12 ? s i Bodily Injury: Liability Insurance (Public Ea Qc CurrancC: S 1. 000., 000 Liability) Pro" Damage. Ba. ®c,cturetwo: Biastin{t Ea. Occurrence: S Collapse of Building or structures 4acent to E4L oceu vnm excavations Damage to Underground Utilities Ea, Occurrence. S Builder's Risk Comprehensive EA812A15�2 2d ti[r9 12/31/ 10 Bodily Injury: barr Automobile Liability Ea. Person: S Ea. Occurrence., $ Property Damage: Ea. Occurrence: S BodilyInjury., Contractual Liability Ea, Occurrence: $ property Damage: Ea, Occurrence: S Other, 12; 3s,"U9 r , . t ta;cra�nt� �`iLat ,. i.csaba34fRe^.chci S;1hLi;{i.e isSF" #CFTC Pt Lr41�rCSGtS, Tne 210 aycw 14AVO, r4"rt worthtit 7161:1.6 Loodlons Description oftil0atta-7r os Feu c.xszl The above policies either in the body thereof or by appropriate endorsement provld0d tat they may not be changed or aatnceW by the insurer In less than five (5) days after the insured has received written notice of such chango/w earu:ellaRicut. . Where applicable locai laws or regulations require more than ftva (5 dqs asdtrat �de of change or cancellation to be assured, the above policies contain such special requirements, either ini)lo body thsropfor by 1,,;,e endorsement therm attached. The City, its oiiic ers, employees and servants shall be endorsed as ati additi" insurai ors Coftoomes insurance policies excepting employer's liability insurance coverage under Contrt ctoes wwkor's compensation Insurance policy. � i,♦FdLS' fFt�' .�1 c9, d!-1°!:Q; Q%Y"'�'} ';"�U'J$ Piz Tris a:' 'rLGil7.{-Y1m t4Yk insurattcas go, r 31-0 t,ez �r"tey aY»�+?iGialr' "lthr CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406.096 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No. M7 of Fort Worth Project Number C200-541600-805370101580/C200-541600-805490101580 Northstar Construction. Inc. CONTRACTOR /�[�By: Nll C� - �/ Title SA aJ lJlpk•R ,4 it aO c� Date STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, on this day personally appeared \ A V�P�(6 .. known to me be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of Northstar Construction. Inc. the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this'2!day of 2010. - TR1S14 CASSADAY NOTARY PUBLIC ,1 STATE OF TEXAS Notary Public in and for MY COMM. EXP. 10-pg-I Ithe State of Texas no BIDDER'S STATEMENT OF QUALIFICATIONS Mw Firm Name: Date Organized: ❑ PARTNERSHIP ❑ CORPORATION Address: 'r City: State: Zip: Telephone Number: Fax Number: Number of years in business under present name: Former name(s) of organization: CLASSIFICATION: ❑ General ❑ Building ❑ Electrical ❑ Plumbing ❑ HVAC ❑ Utilities ❑ Earthwork ❑ Paving ❑ Other LIST A MINIMUM OF THREE SIMILAR COMPLETED PROJECTS WITHIN LAST THREE YEARS PROJECT NAME AND LOCATION NAME /TELEPHONE NUMBER OF OWNER NAME /TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION PROJECT NAME AND LOCATION NAME /TELEPHONE NUMBER OF OWNER NAME /TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE BIDDER'S STATEMENT OF QUALIFICATIONS -I- I ad SCOPE OF WORK DESCRIPTION PROJECT NAME AND LOCATION NAME /TELEPHONE NUMBER OF OWNER NAME /TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION PROJECT NAME AND LOCATION NAME /TELEPHONE NUMBER OF OWNER NAME /TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT 1 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- No �w so Is ..w 2. LIST CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERIENCE: 3. LIST ALL LABOR SUBCONTRACTORS (attach additional pages as needed) SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE / CONTACT NAME /TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TRADE 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- IFORMANCE BOND THE STATE OF TEXAS § Bond # 105374821 KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT Travelers Casualty and Surety That we (1) Northstnr Constructjon. Inc. as Principal herein, and (2) Company of America , a corporation organized under the laws of the State of (3) Connecticut , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of Fonr Hundred fifty-two Thousand Seven Hundred Three Aad go/10(1..,„..... .........„...».... »..„., Dollars ($4S2.79&M for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, Jointly and severally, firmly by these present. QJAN 122010 WHEREAS, Principal has entered into a certain written contract with the Obligee dated the of .2010 copy of which is hereto attached and made a part hereof for all purposes, for the construction of: Park Renovations at Prarie Park NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise~ to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this day of . 2010, JAN 12 2010 1 ATT (Principal) Secretary (SEAL) Witness as to Principal ATTEST: Secretary NortbstaEConstruction.Inc.:- ` PRINZ4J /yBY: uTitle: VI" "6106'Nr 3210 Joyce Dr. Port Worth, IX 7§11,.¢ Travelers Casualty and Surety Company of America Surety BY: i/ / Namie. I ulie Smith Attorney -in -fact) Address: 1301 t. Collins Blvd., Suite 340 Richardson, TX 75080 Telephone Number: (940) 723-711� Witness as to Surety 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. Bond # 105374821 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) Northstar Construction. Inc. as Principal herein, and (2) a corporation organized and existing under the laws of the State of (3) Connecticut . as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Four Hundred Fiftv-two Thousand Seven Hundred Three and no/lOQ.,._...........................»Dollars 1S452.703.001 for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: JAN 12 2010 WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the day of A.D. , = which contract is hereby refeaed to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Park Renovations at Prarie Dog Park NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that If the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. JAN 12 201 �t SIGNED AND SEALED this day of , 2010. " Travelers Casualty and Surety Company of America MW so ATTEST: r 1 (Principal) Secretary (SEAL) �VTMAn Wtmess as to Pnnctpal ATTEST: (SEAL) n Was to Sur6 a6iew ry NOTE: Northstar Constrncjon/,�I & %) • / "" Name: —Ks A. j t�tl Title: V1 GE QR.E'st p6n+T 3210 Joyce Dr. Fort Worth. TX 76116 Travelers Casualty andSurety Corr pany of America SURE' By: _ li Name: ulie Smith rney in Fact Address: 1301 E. Collins Blvd., Suite 340 Richardson, TX 75080 Telephone Number. (940) 723-7111 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. MAINTENANCL BQ iN Bond # 105374821 THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS: Travelers Casualty and Surety That Northstar Construction. lnc�(Contractor� as principal, and Company of America , a corporation organized under the laws of the State of CT , (Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth., a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas the sum of Four Hundred Fifty-twoThousknd Seven Humdrep Three and no/100...................................Doliars t ►4452.703.001 lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that, WHEREAS, said Contractor has entered into a written Contract with the City of Fort Worth, dated the JAN 1 2 2010 day of JQcopy of which is hereto attached and made a part hereof, the performance of the following described public improvements: Park Renovations gt Prarie Doa Park the same being referred to herein and in said contract as the Work and being designated as project C200.541600- 1105370101580/C200.S4W1 41600-80J0P0and said contract, including all of the specifications, conditions. addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof, and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of ly_9 ,f21 Years after the date of the final acceptance of the work by the City, and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2,) Years: and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it be necessary; and, WHEREAS, said Contractor binds itself; upon receiving notice of the need therefore to repair or reconstruct said work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said work in accordance with 0 the terms and conditions of said Contract, these_presents shall be null and void, and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and the City shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted IN WITNESS WHEREOF, this instrument is executed in 6 counterparts, each one of which shall be deemed an original, this day ofAH 1, �?PM ATTEST. (SEAL) Sectretary ATTEST: (SEAL) Secretary Nnrthctar rnnctrurtinn 1" Contractor Name: %tAkEt_ J� l^} It Title: dGe cirDKN`r Travelers Casualty and Surety Company of America Surety BY: Name: Julie Smith Title: Attorney -in -Fact 1301 E. Collins Blvd., Suite 340 Richardson, TX 75080 Address r No WARNING: THIS POWER OF ATTORNEY IS INVAIIp WITHOLIT THE RED 800RDER POWER OF ATTORNEY TRAVELERSJ� Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 221373 Certificate No. 003362446 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Ed Steve Deal, Staci Gross, and Julie Smith R1 of the City of Wichita Falls , State of Texas , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. rr .r IINa Y WITNESS WHEREOF, the Comp�jVave caused this instrument to be signed and their corporate seals to be hereto affixed, this 30th Nof ovem er LL�Utyi Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company �+ Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company i G,,SU,,� Q,ttt� F\RE�. \�M •IMS` '� tM54q p�1Y 4N0 61W Y ♦ �+` " J� •' "'� �O.- 9 Ja ...........qq, •. eJ s� ,per Ry 4,�ji1� '� RPORgT'' g3 ,�y .'~� --_ F •r Nam. S 7t N T�6 -, SEALio 1,,,,��✓ � 4y M� � � 4tis� c�o•'••..N ..-fa'�' o•:'•.. : � as 'r • e� � q� �.I �Q � �1 AINs" =I State of Connecticut By: City of Hartford ss. Georg&hompson, oniorice President 30th November 2009 Md On this the day of before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 0•qtr i In Witness Whereof, I hereunto set my hand and official seal.iQr V My Commission expires the 30th day of June, 2011, y¢ p�«G ``Marie C. Tetreault, Notary Public 58440-4-09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY 18 INVALID WITH01,1T THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALIR WITHOUT THE REG BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds _ and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. W I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insufance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and Unite,Sates FideW and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Co m hiFhA, in fall force 9,rtd effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Compan icw this day of 1 JAN 122010 20 r, Kori M. JohansJu/Assistant Secretary ,�G II.pS U��� qPn••� J F\0.E 6y O��M..�MS(/ PN. INSUgq J0.l1Y AN0a �p YSWyry Ti� 1viCOF?•0119ft?In W �+N. s �; 1951 �;SEALjoi "SSALia° ;� • To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the hu above -named individuals and the details of the bond to which the power is attached. Im M No r WARJINQ1: THIS POWER OF ATTORNEY IS INVALID WgHOUTTHE REO BORDER M STPAUL TRAVELERS St. Paul Travelers Bond 1301 E. Coffins Blvd Richardson TX 75081 Phone: 800-842-0612 Fax: 214-570-6405 IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of America, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at:. Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3057 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253-021, Government Code, and Section 53.202, Property Code, effective September 1, 2001. 00 STATE OF TEXAS § § KNOWN ALL BY THESE PRESENTS: COUNTY OF TARRANT § JAN 12 2010 This Contract is made and entered into this the day of , 2010, by and between the City of Fort Worth, a home -rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, hereinafter referred to as "Owner", by and through Charles W. Daniels, its duly authorized Assistant City Manager, and Northstar Construction, Inc., hereinafter referred to as "Contractor", by and through its duly authorized representative. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Park Renovations at Prarie Doe Park 2. That the Contract Documents shall consist of the written, printed, typed and drawn .� instruments which comprise and govern the performance of the work. Said Contract Documents include the notice to bidders, instructions to bidders, proposal, plans, specifications, notice of award, special provisions, general provisions, work order(s), this Contract, and the payment, .. performance, apd maintenance bonds. The Contract Documents shall also include any and all supplemental agreements approved by the Owner which may be necessary to complete the work in accordance with the intent of the plans and specifications in an acceptable manner, and shall .. also include the additional instruments bound herewith. 3. .. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Contract Documents prepared through the Parks and Community Services Department of the City of Fort Worth, which the plans and specifications of the Contract Documents are hereto attached and made a part of this Contract the same as if written herein. 4. _ The Contractor hereby agrees and binds itself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Enginee lagpi., the City of Fort Worth. OFFICIAL RECORD . CITY SECRETARY FT WORTH, TX a 5. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 50 Working Days from the time commencing said work. If the Contractor should fail to complete the work as set forth in the Plans, Specifications, and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, a per day charge per Working Day as stipulated in these contract documents, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 31 Should the Contractor fail to begin the work herein provided for within the time herein _ fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications, and Contract Documents, then the Owner shall have the right to either demand the Surety to take over the work and complete same in accordance with the Plans, _ Specifications, and Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the Contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 7. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not anv such .� iniurv. damage or death is caused, in whole or in Part, by the neelieence or alleged neelizence of Owner, its officers, servants. or emplovees. 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 anv such iniury or damaee is caused in whole or in Part by the nePligence or alleged neelizence of Owner, its officers, servants or emplovees.. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance -� carrier that the claim has been referred to the insurance carrier. _ The Director may, if deemed appropriate, may refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. _ OFFICIAL RECORD CITY SECRETARY, FT. WORTH, TX no M .. 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 Four Hundred Fifty-two Thousand Seven Hundred Three and no/100..........................................................................................................Dollars, ($452.703.00). U It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by Contractor without the written consent of the Owner. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. �• It is mutually agreed and understood that this Contract is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the parties hereto have made and executed this Contract in multiple originals the day and year first above written, in Fort Worth, Tarrant County, Texas. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX .. dw ,CITYR5,PDRT WORTH harles W. Daniels nt City Manager ~ RECOMMENDED: By: ,zz Mchfird Zay la, birector Parks and Community Services .. .. wft no no no .. APPROVED AS TO FORM AND LEGALITY: Am Assistant City Attorney Northstar Construction. Inc. 3210 Jovice Dr. Fort Worth TX 76116 MICR A. HEIMUCH VICE PRESIDENT ATTEST: Marty Hendri City Secretary Da � 1Zk, te 1-0 AUTHORIZATION M&C Approval Date: 1 I 1 �-� 1l7 U OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX