Loading...
HomeMy WebLinkAboutContract 39860l — •" Q�pyb a c............ oA4yG J JORTWORTH D.O.E. FI SPECIFICATIONS AND CONTRACTOR'S BONDING CTONTRACT DOCUMENTS FOR CITY SECRETARY 2 b CONSTRUCTION'S COPY CONTRACT NO. l CLIENT DEf LOT IMPROVEMENTS AT (4) PUBLIC PARKS no No PROJECT NAME PROJECT NUMBER TPW. NO. Diamond Hill Community Center C200 / 541600 / 802370097780 6188 Haws Athletic Center C200 / 541600 / 801370098680 6186 Lake Como Park Pool C200 / 541600 / 807370098780 6185 Northside Community Center C200 / 541600 / 802370098580 6187 IN THE CITY OF FORT WORTH TEXAS i MIKE MONCRIEF DALE FISSELER MAYOR CITY MANAGER RICHARD ZAVALA, DIRECTOR PARKS AND COMMUNITY SERVICES DEPARTMENT PARKS AND COMMUNITY SERVICES DEPARTMENT r, PLANNING AND RESOURCE MANAGEMENT DIVISION — FUNDING OF PROJECT BY ���.° °.'7 a� . ° s °e� CITY OF FORT WORTH Or O••••••. 2004 Capital Improvement Program A KONSTANTINE 9AN.TeA°*Se�. / i..� i July 2009 e.•......... ►.aasa.•. °i 6 7 0 °ea °°° 0040®°.��, ..41C Baird, Hampton & Brown, Inc !� �e •"� Engineering & Surveying 6300 Ridglea Place, Suite 700, Fort Worth, TX 76116 Tel 817-338-1277, Fax 817-338-9245 BHB No. 07.729.00 OFFICIALti'a�,C CITY SEC ETA RY ET. WORIK TX M&C Review Page 1 of 2 CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 12/15/2009 Official site of the City of Fort Worth, Texas FoRTWoRm REFERENCE ** 80PARKING RENOVATIONS DATE: 12/15/2009 NO.: C-23991 LOG NAME: DHILLCC_NSIDECC_HAWSAC CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize a Construction Contract in the Amount of $407,757.45 with McClendon Construction Company, Inc., for Parking Lot Improvements at Diamond Hill Community Center, Northside Community Center, Lake Como Park and Haws Athletic Center RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with McClendon Construction Company, Inc., in the amount of $407,757.45 for parking lot improvements at Diamond Hill Community Center, Northside Community Center, Lake Como Park and Haws Athletic Center. DISCUSSION: The purpose of this M&C is to authorize award of a construction contract with McClendon Construction Company, Inc., in the amount of $407,757.45 for parking lot improvements at the above mentioned sites. The 2004 Capital Improvement Program (CIP) Proposition One: Street and Storm Sewer Improvements, allocated $5,050,000.00 for parking lot and road replacement projects in area parks with $159,000.00 allocated for Diamond Hill Community Center, $153,000.00 allocated for Northside Community Center, $156,000.00 allocated for Lake Como Park and $125,000.00 allocated for Haws Athletic Center. On July 15, 2008 (M&C C-22920), the City Council authorized the City Manager to execute a contract with Baird Hampton Brown, Inc., in the amount of $69,539.00 for design and preparation of construction documents. This project was advertised for bid on August 13, 2009, and August 20, 2009, in the Fort Worth Star- Telearam. On September 10, 2009, the following bids were received: Bidder McClendon Construction Company, Pavement Services Big Sky Construction Company, Inc. Estrada Concrete Company, LLC North Star Construction, Inc. Property Paving, Inc. Advanced Paving Cates, Courtney and Roebuck, Inc. 2L Construction, LLC Base Bid Total Inc. $407,757.45 $440, 975.66 $470,229.80 $554,071.00 $555,222.00 $573,449.22 $575,191.25 $579,823.50 $618,666.00 It is recommended that the Total Base Bid of $407,757.45 as submitted by McClendon Construction Company, Inc., be approved for award of contract. In addition to the contract cost, associated contingency funding for construction inspection, project management and possible change orders is $44,400.00. McClendon Construction Company, Inc. is in compliance with the City's M/WBE Ordinance by http://apps.cfwnet.org/council_packet/mc—review.asp?ID=1251 I&councildate=12/15/2009 2/2/2010 MaiC Review Page 2 of 2 committing to 15 percent M/WBE participation. The City's goal on this project is 14 percent. There will be no annual budget impact associated with this project. Construction is anticipated to commence in mid -January 2010, with completion in early May 2010. Diamond Hill Community Center, Haws Athletic Center and Northside Community Center are located in COUNCIL DISTRICT 2. Lake Como Park is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Street Improvements Fund. TO Fund/Account/Centers FROM Fund/Account/Centers C200 541600 802370097780 $86,725.15 C200 541600 801370098680 $124,244.70 C200 541600 802370098580 $114,434.50 C200 541600 807370098780 $82,353.10 Submitted for Citv Manaaer's Office bv: Oriainatina Department Head: Additional Information Contact: ATTACHMENTS Charles Daniels (6183) Richard Zavala (5704) Mike Ficke (5746) http://apps.cfwnet.org/council_packet/mc—review.asp?ID=1251 I&councildate=12/15/2009 2/2/2010 09/08/09 15:21 FAX 871 5724 _ CITY OF FT WORTH 12002/065 ADDENDUM #1 Parking Lot Improvements at: Diamond Hill Community Center, Haws Athletic Center, Lake Como Park Pool and Northside Community Center Bid Opening Date: Thursday, September 10, 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_ PROJECT MANUAL 1. Bid Proposal —Remove and replace Unit II, Haws Athletic Center, Pages 8, 9 & 10 with the enclosed revised Pages 8R, 9R & 1 OR. Revisions add Bid Items 14A and 15A and correct sheet references on Bid Items 21 & 22. DRAWINGS 1. Paving and Grading Plans — Modify Construction Note #2 on Sheet 2.01 through Sheet 6.02) from, V, Contractor shall coordinate and pay for all utility work to be done by city forces and/or franchise utiW companies" to read V. Contractor shall be responsible for coordinating and locating all existing utilities (private and public) prior to beginning work. The Contractor shall be responsible for damage to all existing utilities and structures whether or not they are shown on plans." END OF ADDENDUM #1 Acknowledge the receipt of this Addendum on your Proposal. G By: I L. Mc hany, P -ect anager Release Date; September 8, 2009 PW 09/08/09 15:22 FAX 871 5794 CITY OF FT WORTH Z 003/005 TOTAL ITEM APPROXIMATE UNIT DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID 10 1 EA Provide and install HIC Sign (see Sheet 3.01), Complete, In Place for Dollars And Cants Per EA. $ $ 11 260 SF Construct Reinforced Concrete (5" Thick) Sidewalk (see sheet 3.01), Complete, In Place for Dollars And Cents Per SF. $ $ 12 805 SY Construct (5" Thick) Reinforced concrete parking (see sheet 3.01). Complete, In Place for Dollars And Cents Per LS. $ $ 13 101 LF Construct 6" Attached concrete curb (see sheet 3.01). Complete, In Place for Dollars And Cents Per LF. $ $ 14 1 LS Provide Parking Lot (Reflective) Paint Striping (see sheet 3.01). Complete, In Place for Dollars And Cents Per LS. $ $ 14A i LS Provide Franklin Street Parking (Reflective) Paint Striping (see sheet 3.01). Complete in Place for 00118% And Cents Per LS, $ $ 15 11 EA Provide & Install Concrete Wheel Stops at Parking Lot (see sheet 3.01) Complete. In Place for Dopers And —Cents Per EA_ $ $ Bid Proposal Pg. SR No 09/08/09 15:22 FAX 871 5724 CITY OF FT WORTH 16004/005 TOTAL ITEM APPROXIMATE UNIT DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT NO. QUANTITY PRICES WRrrTEN IN WORDS PRICE BID 15A 33 EA Provide & Install Concrete Wheel Stops at Franklin Street (see sheet 3.01) Complete, In Place for Dollars And Cents Per EA. $ $ 18 1 LS Construct Wooden Dumpster .. Enclosure (sere sheet 3.01) with gates & bollards. Complete, In Place for Dollars And Cents Per LS. $ $ ,. 17 72 CY Provide, Place & Compact Topsoil (W' Depth) (see specifcatlons) for Dollars And Cents Per CY. $ $ 18 650 SY Provide & Install Solid Sod (Bermuda) (see specifications) for Doflars And Cents Per SY. $ $ 19 1 LS Provide & Place 1200 SY (based on the Engineers estimate) of Hydromulch Seeding* (Seasonal Mix) for Dollars And Cents Per LS. *See Special Provisions $ $ 20 1 LS Miscellaneous Work as directed by Engineer Five thousand Dollars And no Cents Per LS $ 5,DOO.00 $ 5.000.00 UNIT II: HAWS ATHLETIC CENTER: BASE ITEM SUB -TOTAL $ Bid Proposal Pg. 9R A 09/08/09 15:22 FAX 871 5724 CITY OF FT WORTH 12005/005 s Concrete Pavement Base Bid Items: 21 817 LF Construct 6" Attached Concrete Curb (see Sheet 3.01), Complete, In Place for Dollars And Cents Per LF. $ 22 2415 SY Construct 5" Reinforced Concrete Parking lot (see Sheet 3.01), complete, In Place for Dollars And Cents Per SY. $ UNIT If: HAWS ATHLETIC CENTER CONCRETE BASE BID SUB -TOTAL $ UNIT II: HAWS ATHLETIC CENTER CONCRETE BASE BID TOTAL (BASE ITEM SUB TOTAL + CONCRETE BASE BID SUB -TOTAL) $ Asphalt Pavement Alternate Bid Items (in lieu of Items 14A, 15A, 21 & 22): 23 2337 SY Construct 2 Course Surface (Chip & Seal) Treatment at entry drive, complete, In Place for Dollars And Cents Per SY. $ UNIT If: HAWS ATHLETIC CENTER ASPHALT ALTERNATE SUB -TOTAL $ UNIT If: HAWS ATHLETIC CENTER ASPHALT ALTERNATE TOTAL (BASE ITEM SUB -TOTAL + ASPHALT ALT. SUB -TOTAL) $ Bid Proposal Pg_ 1OR $ i 09/09/09 15:20 FAX 871 5724 _ CITY OF FT WORTH_ 0002/003 ADDENDUM #2 Parking Lot Improvements at; Diamond Hill Community Center, Haws Athletic Center, Lake Como Park Pool and Northside Community Center Bid Opening Date: Thursday, September 10, 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_ PROJECT MANUAL 1. Bid Proposal -- Remove and replace Unit IIIA, Lake Como Park, Pages 13 with the enclosed revised Page 13R_ Revision deletes Bid Item 18, Post & Cable Fence. END OF ADDENDUM #2 Acknowledge the receipt of this Addendum on vour Proposal. By: _. I L. McElhany, Pro Manager Release Date: September 9, 2009 09/09/09 15:20 FAX 871 5724 CITY OF FT WORTH Z 003/003 TOTAL ITEM APPROXIMATE UNIT DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID 14 8 EA Provide & Install Concrete Wheel Stops (see Sheet 4.01) Complete, In Place for Dollars And Cents Per EA. $ $ .. 15 12 CY Provide, Place & Compact Topsoil (4" Depth) (see specifications) for Dollars And Cents Per CY, 18 230 SY Provide & Install Solid Sod _ (Bermuda) (see specifications) for Dollars _ And Cents Per SY. 17 1 LS Provide & Place 388 SY (based on the Engineers estimate) of Hydromuich - Seeding' (Seasonal Mix) for Dollars And Cents Per LS- 'See Special Provisions 18 4 fef 1+Nars r •� rtnl;&42er-L8 $ 0100 $ 0.00 19 1 LS Miscellaneous Work as directed by Engineer Two -thousand five hundred Dollars And no Cents Per LS $ 2,500-00 $ 2.500.00 UNIT IIIA: LAKE COMA PARK: BASE ITEM SUB -TOTAL s Hid Proposal Pg. 13R CONTRACT DOCUMENTS & SPECIFICATIONS TABLE OF CONTENTS 1. NOTICE TO BIDDERS 2. SPECIAL INSTRUCTIONS TO BIDDERS 3. BID PROPOSAL — Blue divider 4. CITY OF FORT WORTH M/WBE ENTERPRISE SPECIFICATIONS - Pink S. CITY OF FORT WORTH PREVAILING WAGE RATES 6. WEATHER TABLE 7. VENDOR COMPLIANCE TO STATE LAW 8. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION 9. PROJECT DESIGNATION SIGN 10. GEOTECHNICAL REPORT — Boring Logs 11. APPLICABLE SPECIFICATIONS — Blue Divider DIVISION 1- GENERAL REQUIREMENTS SECTION 01100 - Summary of Work SECTION 01135 - Contract Time SECTION 01140 - Alternatives SECTION 01150 - Payment to Contractor SECTION 01300 - Submittals SECTION 01400 - Quality Control SECTION 01410 - Testing SECTION 01500 - Temporary Facilities and Controls SECTION 01640 - Substitutions and Product Options SECTION 01700 - Project Closeout SECTION 01800 - Contractor's Responsibility for Damage Claims DIVISION 2 - SITE WORK SECTION 02200 - Site Preparation SECTION 02300 — Earthwork SECTION 02840 — Turf Sodding SECTION 02930 — Seeding SECTION 03300 — Cast -In -Place Concrete DIVISION 7 — THERMAL & MOISTURE PROTECTION SECTION 07920 — Caulldng 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: Project Name Project Number D.O.E. No. Diamond Hill Community Center C200 / 541600 / 802370097780 6188 •• Haws Athletic Center C200 / 541600 / 801370098680 6186 Lake Como Park Pool C200 / 541600 / 807370098780 6185 Northside Community Center C200 / 541600 / 802370098580 6187 Addressed to the City of Fort Worth, Purchasing Division, 1000 Throckmorton Street, Fort Worth, Texas 76102-6311 and received at the Purchasing Office until 1:30 p.m., Thurs., September 10, 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. Wage Rates: All Bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of the prevailing wage rates, and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code, Section 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. 2. 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, 2Id 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 MMBE 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 oroiect are as follows: demolition/site prep grading/earthwork concrete paving asphalt paving flexible base steel rebar seeding sodding The City's minimum MNVBE goal on this project is 14 % of the total dollar value of this contract. - 3. Prime Bidder Qualification Reauirements: 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 2 on Wednesday, August 26, 2009 at 2:00pm. 6. Award of Contract The City reserves the right to reject any or all bids and waive any or all formalities. The Citv will award one contract with a combination of base bids and/or alternates which is most advantaqeous to the Citv. 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. 6 Jo McElhany, Senior ect Manager (817) 392-5745 1st Advertisement — Thursday. Auqust 13. 2009 2"d Advertisement — Thursday. Auqust 20.2009 ■, DALE FISSELER CITY MANAGER MARTY HENDRIX CITY SECRETARY SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re -advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as annroximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting Parks and Community Services Department telephone number indicated in the Notice to Bidders. Bids that do not acknowledge all applicable addenda will be rejected as non -responsive. (See Item G in the Proposal.) 4. 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 Svecifications 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 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 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 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 "Vernon 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. 10 .FINANCIAL STATEMENT: A current certified financial statement shall be provided to the City as outlined in the Notice to Bidders for use by the CITY OF FORT WORTH in determining the successful bidder. This statement is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 11. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non - owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders - Item 16. ADDITIONAL INSURANCE 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. D. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non -renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. SPECIAL INSTRUCTIONS TO BIDDERS 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. _ "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS -4- This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 13. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The MEB/WBE Utilization Form, Subcontractor / Supplier Utilization Form, Prime Contractor/Waiver Form and the Good Faith Effort Form and or the Joint Venture Form, as applicable, must be submitted no later than 5:00 p. 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 Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "0" or "no participation" in the spaces provided, and provide a brief explanation. • The Contractor shall provide the M/WBE Office proof of navment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as SPECIAL INSTRUCTIONS TO BIDDERS -15- 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 Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre -approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be - considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractorstsuppliers utilized on the project. Y All forms are available at the M/WBE Office, 3rd floor - City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information .- regarding actual work performed by a Minority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or -files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, - state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result on the Contractor being determined to be irresponsible and barred from - 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 SPECIAL INSTRUCTIONS TO BIDDERS -A- or restored, after completion of the work, to a condition equal or better than existed prior .00 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 hermit 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 spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediatelv sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 15. BIDDER'S STATEMENT OF QUALIFICATIONS A. QUALIFICATION OF BIDDERS: Prime Bidder and all sub -contractors to be used by the bidder in the performance of this project shall be required to demonstrate experience necessary to successfully perform the proposed scope of work. The Prime + Bidders' specific (1) experience, (2) stability and (3) history of performance on projects of a similar nature and scope will be considered. The BIDDERS _ STATEMENT OF QUALIFICATIONS shall be provided to the City as outlined in the Notice To Bidders and as noted in the specifications for the purpose of evaluating the Prime bidder / subcontractors qualifications. B. PRD4E 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. 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 SPECIAL INSTRUCTIONS TO BIDDERS .. -7- subsequently desire to substitute a subcontractor, the Prime Bidder shall notify the Proiect Manager in writing along with Letter Of Intent and experience aualifications for approval prior to commencement of construction. The documentation required herein shall be received by the Project Manager of the Parks and Community Services Department no later than five (5) City business days after the bid opening date, exclusive of the bid opening date. Recommendation of award of contract shall be contingent upon the Bidder and / or sub -contractors meeting such qualification requirements. Location and responsive ability of the firm will be considered. If your firm anticipates entering into a joint venture with any other firm to conduct all _ or part of the performance required under the proposed project, that firm should be specified in your response. For each firm included in the joint venture, please provide the information required above. Under the Contract executed for this work the City will require your firm to be completely 100 percent responsible for fulfilling all aspects of the contract bonds. Other firms and employees that may be involved in their joint venture will be treated by the City under the contract as if they were -- employees or subcontractors of your firm. Other than those firms noted in the contract as a part of the joint venture, no other firms will be allowed to participate in the joint venture without written consent from the City. B. PLAYGROUND INSTALLATION AS PRIlVIE 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: a. Name and qualifications for the site superintendence of the work. T b. Knowledge in appropriate task sequencing. c. Intended staffing requirements to construct the work within the contract y time allowed. SPECIAL INSTRUCTIONS TO BIDDERS -R- 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 minimises the use of motorized equipment prior to 10:00 am. 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" ins 406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. IM SPECIAL INSTRUCTIONS TO BIDDERS -0- C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the City: _ (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all _ persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. - L The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: SPECIAL INSTRUCTIONS TO BIDDERS 1n_ (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self -Insurance Regulation. The providing of false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract terminated if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 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 PROPOSAL (THIS PROPOSAL MUST NOT BE REMOVED FROM THIS BOOK OF CONTRACT DOCUMENTS) TO: Mr. Dale Fisseler City Manager Fort Worth, Texas PROPOSAL FOR: 2004 CAPITAL IMPROVEMENTS PROJECT PARK IMPROVEMENTS AT: DIAMOND HILL COMMUNITY CENTER C200 541600 802370097780 TPW#: 6188 HAWS ATHLETIC CENTER C200 541600 801370098680 TPW#: 6186 LAKE COMO PARK C200 541600 807370098780 TPW#: 6185 NORTHSIDE COMMUNITY CENTER C200 541600 802370098580 TPW#: 6187 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications, and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Parks and Community Services Department Director of the City of Fort Worth. The "approximate quantity" category is for information purposes only. The Contractor shall be paid on the basis of actual installed quantities on non lump sum items. Additionally, the Contractor shall be aware that the Proposal contains both Lump Sum and Unit Price items. If the lowest bid received exceeds the funds budgeted for the project, the City reserves the right to decrease the quantities contained in any line item or to eliminate any specific line items before award of the contract in order to bring the work within budget. By submitting a bid, the bidder acknowledges the City's right to adjust or eliminate line items prior to the award of contract. Further, by submitting a bid, the bidder agrees to honor each line item bid price without recourse to the City in the event line items are adjusted or eliminated. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish, if applicable, Performance, Payment, and Maintenance Bonds approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to wit: UNIT I: DIAMOND HILL COMMUNITY CENTER - UNIT II: HAWS ATHLETIC CENTER: PARKING LOT - UNIT IIIA: LAKE COMO PARK: PARKING LOT - UNIT IIIB: LAKE COMO PARK: ADDITIVE PARKING AREA - UNIT IV: NORTHSIDE COMMUNITY CENTER: PARKING LOT - UNIT I - IV TOTAL (CONCRETE ALT.) FOR ALL FACILITIES - UNIT I - IV TOTAL (HMAC ALT.) FOR ALL FACILITIES - Bid Proposal Pg. 1 BID PROPOSAL PAGE 2 BID PROPOSAL PAGE 6 BID PROPOSAL PAGE 11 BID PROPOSAL PAGE 15 BID PROPOSAL PAGE 18 BID PROPOSAL PAGE 23 BID PROPOSAL PAGE 23 UNIT I: DIAMOND HILL COMMUNITY CENTER: PARKING LOT Base Bid Items: TOTAL ITEM APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT NO. QUANTITY UNIT BID PRICES WRITTEN IN WORDS PRICE BID 1 2 EA Provide & Install Project Designation.Sigr1forr j�, 4' v co 40Jre-A'V1 Dollars And Ale, Cents Per EA.. $ 9 57-) � $ S� 2 1 LS Develop, Implement & Maintain Traffic Control Meas res for p��L � 11DV5o•t r 1Dollars And &-.1d Cents Per LS. $ 3 1 LS Develop, Implement & Maintain Erosion Control Measures for PeeA'�7 Dollars And A/o Cents Per LS. L $ 79 �— C% $ 750� 4 1 LS Develop, Implement & Maintain Tree Protection Meas re s fo �; h ►'l/�� Dollars And /!/t-9 Cents Per LS. $ / $ 5 105 LF Demolish, Remove, Dispose of Existing Concrete Curb & Gutter (See Sheet 2.01), Complete in Place for %N/ o Dollars And SP ✓�r�1�1�•► Ji / Cents LF. �s ��fi 7 Per 6 140 SF Demolish, Remove, dispose of Existing Concrete Sidewalk (See Sheet 2.01), Complete in Place for J�-d Dollars And `1' P- �' 1 Cents Per SF $ $ Bid Proposal Pg. 2 M TOTAL ITEM APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT NO. QUANTITY UNIT BID PRICES WRITTEN IN WORDS PRICE BID 7 1 LS Clearing & Grubbing for Parking Lot, omplete in Place for pvr -�-I^ocJ o►. Dollars And Cents Per LS $ 8 350 CY Unclassified (Parking Lot) Excavation & Haul Off for L�1 cwl Dollars And �11 ��asti � ��r� Cents Per CY $ � � $ 9 1350 SY Stabilize Subgrade (6" Thick) w/Lime, Shape & Compact, Complete, In Place for TwD Dollars And T�Y'�Y Cents Per SY $ o $ 33 10 24.3 TON Lime (36 LB/SY) for Subgrade Stabilization for JjL�)i)Mlars �h�2r And Af Cents TON. $' 11 205 LF Provide & Install 4" PVC Pipe Sleeves (See Sheet 2.01), Complete, In Place for G Ve-✓1 Dollars / .� And /1/0 Cents Per LF $ 7 $ — ( GN 12 337 SF Construct Standard Reinforced Concrete Driveway (See Sheet 2.01 omplete, In Place for ✓G Dollars And T Cents Per SF $ $ 13 1280 SF Construct Reinforced (5" Thick) Concrete Sidewalk & Ramp (See Sheet 2.011),, Complete, In Place for L Dollars v And �i / Cents Per SF $ $ Bid Proposal Pg. 3 TOTAL ITEM APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT NO. QUANTITY UNIT BID PRICES WRITTEN IN WORDS PRICE BID 14 1 LS Provide Optra OPM-400 Pole top MH light, 30' x 5" square steel light pole, and CIP foundation (See Sheet 2.01).lete, In Place for it/, r e. -t-hp U54 CoriCo 0 0 G hu'jt-e dy�i✓i��,l/ Dollars �} And ivr,� l Cents Per LS $�19� $ l 15 1 LS Provide Parking Lot (Reflective) Paint Striping (See Sheet 2.01). Complete, In Place fqr b ©✓lC 4 DV at�w( Dollars And A­7 C-;' Cents Per LS $ ��� $ 16 1 EA Provide & Install H/C Sign (See Sheet 2.01). Complete, In Place for /Gri hr, vr� r6e?'' (j Dollars And do Cents Per EA $ 16 95 CY Provide, Place & Compact Topsoil (4" Depth) for hT S / ee_ ✓) Dollars And n/ Cl? Cents Per CY 17 350 SY Provide & install Solid Sod (Bermuda) for 1 ht�G✓ Dollars ff p 7 And�wi.�`Vy/ 4 i ve_ Cents Per SY $ 3 aS $ II 3 7 S 18 1 LS Provide & Place 1000 SY (based on the Engineers estimate) of Hydromulch Seeding* (Seasonal Mix) for }� �rjc Yl,) J-4J 4 i fY Dollars And A45 Cents Per LS. �� � *See Special Provisions $ 6/ Bid Proposal Pg. 4 .r No .. TOTAL ITEM APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT NO. QUANTITY UNIT BID PRICES WRITTEN IN WORDS PRICE BID 19 1 LS Miscellaneous Work as directed by Engineer Five thousand Dollars And no Cents Per LS $ 5.000.00 $ 5.000.00 UNIT I: DIAMOND HILL: BASE ITEM SUB -TOTAL $ S/ 7 IT - Concrete Pavement Base Bid Items: 20 730 LF Construct 6" Attached Concrete Curb (see Sheet 2.01), Complete, In Place for ` k 1'e C Dollars And '`��' Cents Per LF. $ 3 . $ P) Ro 21 1260 Sy Construct 5" Reinforced Concrete Parking lot (see Sheet 2.01), completer, In Place for Dollars And Np Cents Per SY. $ �� $ UNIT I: DIAMOND HILL: PARKING LOT CONCRETE BASE BID G U� SUB -TOTAL UNIT I: DIAMOND HILL: CONCRETE BASE BID TOTAL (BASE ITEM SUB TOTAL + CONCRETE BASE BID SUB TOTAL) $ 0 %aS Asphalt Pavement Alternate Bid Items (In Lieu of Items 20 & 21): 22 730 LF Construct 6" Concrete Curb w/18" Concrete Gutter, Complete, In Place for /vim `✓'� Dollars And Cents Per LF. Bid Proposal Pg. 5 x/o 94 $ $ 23 1140 SY Construct HMAC: 2" (TxDOT Type B) .. Base Course & 2" (TxDOT Type D) Surface Course, complete, In Place for 3 ,, /-/() )�>/ Dollars And Cents Per SY. $ $ ` UNIT I: DIAMOND HILL: ASPHALTIC ALTERNATE SUB -TOTAL $ /(fo;� M UNIT I: DIAMOND HILL: PARKING LOT ASPHALTIC ALTERNATE TOTAL (BASE ITEM SUB TOTAL + ASPHALTIC ALT. SUB TOTAL) $ IS UNIT II: HAWS ATHLETIC CENTER: PARKING LOT Base Bid Items: TOTAL ITEM APPROXIMATE UNIT DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID 1 2 EA Provide & Install Project Designation Sign for /,�? 4� hOno,)"e ` j Dollars And A-10 Cents Per EA.. _ I $ 6 2 1 LS Develop, Implement & Maintain Traffic Control Measurgs f r �O �V +'o �v LA D�I� hov%Jrl"1`t11 4� Dollars And Cents ^/o Per LS 3 1 LS Develop, Implement & Maintain Erosion Control M asures for I,1Dv one '� Ar &J �jG✓Gv1 Dollars 'vv 7, I as And Cents Per LS. $ $ `A Bid Proposal Pg. 6 TOTAL ITEM APPROXIMATE UNIT DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID 4 245 LF Demolish, Remove, dispose of Existing Concrete Curb & Gutter (See Sheet 3.01), Complete in Place for �w a Dollars And �' ^/�' Cents Per LF. $ $ 5 280 SF Demolish, Remove, dispose of Existing Concrete Sidewalk and Ramp (see Sheet 3.01), Complete in Place for 4-w Dollars /- p �c ".", And �e-✓i', ` / Cents Per SF. $ o? j" 6 55 SY Demolish, Remove, dispose of Existing Concrete Pavement (see Sheet 3.01), Complete in Place for Dollars And / ��' Cents Per SY. $ $% 7 275 CY Unclassified (Parking Lot) Excavation &I Haul Off for �Vc e" Dollars And Cents Per CY 7 $ %cat 8 3360 SY To Stabilize w/Lime 6" Thick Subgrade (Shape & Compact), Complete, In Place for Dollars SY. And Cents Per $ o� $ i 9 45.4 TON Hydrated Lime (27LB/SY) for Subgrade Stabilization for 61o�llars t And /1//7 Cents TON. $ Bid Proposal Pg. 7 09/08/09 15:22 FAX 871_5724 CITY OF FT WORTH 0 003/005 .r s, i r W, TOTAL ITEM APPROXIMATE UNIT DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID 10 1 EA Provide and install HIC Sign (see Sheet 3.01), Compl�tep, In Place for 3e v&-, u y rc, 4-i } Dollars And by Cents Per EA. $? $ 11 260 SF Construct Reinforced Concrete (5" Thick) Sidewalk (see sheet 3.01), Comp] to, In Place for T . VC Dollars And�1`✓ Cents Per SF, 12 805 SY Construct (5" Thick) Reinforced concrete parking (see sheet 3.01). camP I V ace for 4-WWI / Dollars 1� And N0 Cents Per LS. 13 101 LF Construct 6" Attached concrete curb (see sheet 3.01). Complete, In Piece for -k-/ Dollars And ^1,2 _Cents Per LF. $ S � ' 14 1 LS Provide Parking Lot (Reflective) Paint Striping (see sheet 3.01). Complete, In PlaT for' SC,v�„ hey Ilars�� And /t/!� Cents Per LS. $ /� $ � 1 14A 1 LS Provide Franklin Street Parking (Reflective) Paint Striping (see sheet 3.01) Co i Place for % jJ hon,�l�� Dollars `Ann d a/.c Cents Per LS. $�✓� S 15 11 EA Provide 8, Install Concrete Wheel Stops at Parking Lot (see sheet 3.01) Moe, In Place for�j/bailers And46 Cents Per EA. $ �V a� $ Bid Proposal Pg. 8R 09/08/09 15:22 FAX 871 5724. �JTY OF FT WORTH 9 004/005 TOTAL ITEM APPROXIMATE UNIT DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID 15A 33 EA Provide & Install Concrete Wheel 16 18 19 20 Stops at Franldin Street (see sheet 3.01 copleJte, In Place for '( Dollars Andj"6Cents Per E4, 1 LS Construct Wooden Dumpster Enclosure (see sheet 3.01) with gates & bollards. Complete, In Place for ONc 1'�Dl95ct►�Doudrs AndvCtents Per LS. $ I � $ co 72 CY Provide, Place & Compact Topsoil (43' Depth) (see specificatlons) for i X �� ✓1 Dollars And ~Cents Per CY. $ $ 650 SY Provide & Install Solid Sod (Bermuda) (see specifications) for T h l—GG Dollars ' Q And�en�� `tents Per SY. - JJ---....... $ 3 • S — o $ �a �� - 1 LS Provide & Place 1200 SY (bused on the Engineers estimate) of Hydromulch Seeding' (Seasonal Mix) for ,(�J %1 V --� 11ars :5" ` -n e,) And N(? _Cents Per LS,�-}�-- *See Special Provisions $ $ I� L 1 LS Miscellaneous Work as directed by Engineer Five thousand Dollars And no Cents Per LS $ 5,000.4 $ 6.000.00 UNIT II: HAWS ATHLETIC CENTER: BASE ITEM SUB -TOTAL Bid Proposal Pg. 9R 09/08/09 15:22 FAX 871 5724 CITY OF FT WORTH Z 005/005 Concrete Pavement Base Bid Items: 21 817 LF Construct 6" Attached Concrete Curb (see Sheet 3.01), Complete, In Place //for T h re e Dollars And vU Cents Per LF. $ 3i $ `'c ys/ 22 2415 BY Construct 5" Reinforced Concrete Parking lot (see Sheet 3.01), complete, Inn Place for "� �G T`V Z201— Dollars And Cents Per SY. $ UNIT 11: HAWS ATHLETIC CENTER CONCRETE BASE BID SUB -TOTAL $ UNIT II: HAWS ATHLETIC CENTER CONCRETE BASE BID TOTAL (BASE ITEM SUB -TOTAL + CONCRETE BASE BID SUB -TOTAL) $ Asphalt Pavement Alternate Bid Items (In Lieu of Items 14A, 15A, 21 & 22): 23 2337 5Y Construct 2 Course Surface (Chip & Seal) Treatment at entry drive, complete, In Place for � Dollars And Cents Per BY. $ $ UNIT II: HAWS ATHLETIC CENTER ASPHALT SUBTOTAL $ UNIT 11: HAWS ATHLETIC CENTER ASPHALT ALTERNATE / TOTAL ' J (BASE ITEM SUB -TOTAL + ASPHALT ALT. SUB-TOTAL)VV0 Bid Proposal Pg. 1OR ME UNIT IIIA: LAKE COMO PARK: PARKING LOT Base Bid Items: ITEM APPROXIMATE UNIT DESCRIPTION OF ITEMS WITH BID NO. QUANTITY PRICES WRITTEN IN WORDS 1 3 EA Provide & Install Project Designation Sign (see specifications) for �—v Kor%jw) � Dollars And A.-; o Cents Per EA. 2 1 LS Develop, Implement & Maintain Trafflc Control Measur for i wv � k6 - - . Dollars And A/4Cents Per LS. 3 1 LS Develop, Implement, & Maintain Erosion Control Measures (see Sheet 4.02) for }iwo �\vey) ��� lars v/I And I—v Cents Per LS. 4 1 LS Develop, Implement & Maintain Tree Protection Measures (see Sheet 4.02)for Ohl- �()y\Jrj Dollars And tines Cents Per LS. 5 285 SF Demolish, Remove, Dispose of Existing Concrete Driveway, (see Sheet 4.01) Complete in Place for f� rG., Dollars And Alt, Cents Per SF. 6 255 CY Unclassified (Parking Lot) Excavatio & Haul Off for �we� O►^ Dollars And lvf� Cents Per CY. Bid Proposal Pg. 11 TOTAL UNIT AMOUNT PRICE BID $ a'q$ -2—�V— $ arxxr � —cam $aa��$ ' $ lay°� $ 1a0 .. ITEM APPROXIMATE UNIT DESCRIPTION OF ITEMS WITH BID NO. QUANTITY PRICES WRITTEN IN WORDS 7 818 SY 8 13.1 TON 10 250 SF 11 475 SF 12 1 LS 13 1 LS To Stabilize Subgrade w/Cement (6" Thick) (see Sheet 4.01) Shape & Compact, Complete, In Place for -�� rce_ Dollars And �� �I�>` Cents Per SY. Cement (32 LB/SY) for Subgrade Stabilization for Lqnc, hun)rj I,'4e-Sol ars And #,,, � Cents TON. Construct Standard Reinforced Concrete Driveway (see Sheet 4.01), Complete, In Place for `�— I ✓C Dollars And ye.) Cents Per SF. Construct Reinforced Concrete Sidewalk & H/C Ramp (see Sheet 4.01), Complete, in Place for �00 (I Dollars And JVv Cents Per SF. Provide Parking Lot (Reflective) Paint Striping (see Sheet 4.01), Complete, LLIn Place for 7 �re-e, h 0 rnjra�71�6ilars And Accents Per LS. / Provide & Install H/C Sign (see Sheet 4.01), Complete, In P jcce for Evan�ow)r,. �-/Fibollars And Cents Per LS. M Bid Proposal Pg. 12 TOTAL UNIT AMOUNT PRICE BID $3.$aRGz III v $ �w 09/09/09 15:20 FAX 871 5724 UITY Ur• r-1' WUXTH 003/003 TOTAL ITEM APPROXIMATE QUANTITY UNIT DESCRIPTION OF ITEMS WITH BID PRICES WRITTEN IN WORDS UNIT PRICE AMOUNT BID NO. 14 8 EA Provide & Install Concrete Wheel w Stops (see Sheet 4.01) Complete, In Pla 7 '�� I Dollars Per EA, i $ And _Cents 15 12 CY Provide, Place & Compact Topsoil (41, Dep ) (see specifications) for �G Dollars _ And /vU Cents Per CY, 1Gi , 'g21:19 18 230 SY Provide & Install Solid Sod (Bermuda) (see specifications) for .r re-e- Dollars D Cents Per BY. And e C _ >, a S � 5i 17 1 LS Provide & Place 388 SY (based on the Engineers estimate) of Hydromulch Seeding' {S Vonalix for L And NU Cents Per LS. G Cc2 `See Special Provisions 18 4 fer ��{lars Ar,� Ctnft-Per-L4 $ 0100 $ 0.00 19 1 LS Miscellaneous Work as directed by Engineer Two -thousand five hundred Dollars And no Cents Per LS $ 2.500.00 $ 2 500.00 UNIT IIIA: LAKE COMO PARK: BASE ITEM SUB -TOTAL I a,� 1331 Bid Proposal Pg. 13R Concrete Pavement Base Bid Items: 20 260 LF Construct 6" Attached Concrete Curb (see Sheet 4.01), Complete, In Place for Dollars �► And NCB Cents Per LF. $ $ 21 600 SY Construct 5" Reinforced Concrete Parking lot (see Sheet 4.01), complete, InJPlace for 4L'wc�f / �OOF Dollars C ,I Sv And i / Cents Per SY. $ �` ! $ -( UNIT IIIA: LAKE COMO PARK: CONCRETE BASE BID ITEM SUB -TOTAL $ UNIT IIIA: LAKE COMO PARK: CONCRETE BASE BID TOTAL (� 30 (BASE ITEM SUB TOTAL + CONCRETE BASE BID SUB TOTAL) $ 3 7 -/ 13, Asphalt Pavement Alternate Bid Items (In Lieu of Items 20 & 21): 22 260 LF Construct 6" Concrete Curb w/18" Concrete Gutter, Complete, In Place for AA k)) Dollars /c And Cents Per LF. $ $ 23 560 SY Construct HMAC: 2" (TxDOT Type B) Base Course & 2" (TxDOT Type D) Surface Course, complete, In Place W for A 7O �� 1 / Dollars And Cents Per SY. $ $ UNIT IIIA: LAKE COMO PARK: ASPHALT ALTERNATE BID ITEM SUB -TOTAL $ v I UNIT IIIA: LAKE COMO PARK: ASPHALT ALTERNATE TOTAL (BASE ITEM SUB TOTAL + ASPHALT ALT. SUB TOTAL) $ Bid Proposal Pg. 14 f I" .■ UNIT IIIB: LAKE COMO PARK: ADDITIVE PARKING LOT & DRIVE Base Bid Items: TOTAL ITEM APPROXIMATE UNIT DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID 1 1 LS Develop, Implement & Maintain Traffic Control Measures for i-w0 Tkov-e�:: Dollars eIz—' And A/_Cents Per LS. $� $, 0r 2 1 LS Develop, Implement & Maintain ppErosion Control)Measures for 4� A vJrd) � r Dollars And ., e-' Cents Per LS. $ 3 1 LS Develop, Implement & Maintain Tree Protection Measures (see Sheet 5.02) for / tie✓� KOnd ►'u1 Dollars And Alo Cents Per LS. $ 4 136 CY Unclassified Roadway Excavation & Haul Off for r / �WG✓ti�Y Dollars And 4 y Cents Per CY. $ x $�7 5 1100 SY Stabilize Su grade (6" Thick) w/Cement (see Sheet 5.01), Shape & Compact, Complete, In Place for -}-, Dollars .�� r� 41 U� Cents Per SY. $ Q And 4W6 r 6 17.6 TON Cement (32 LB/SY) for Subgrade Stabilization for D"e, h„h )rcjig Dollars J d% �O And % Cents TON. $ I $0�0 %� Bid Proposal Pg. 15 TOTAL ITEM APPROXIMATE UNIT DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID 7 15 EA Construct Concrete Curb Gaps w/Curb Terminals Per Plan (see Sheet 6.01)-,f Complete, In Place for ►)�7>/ Dollars And Nc> Cents Per EA $ Q /o 13-<V 8 1 LS Provide Parking Lot (Reflective) Paint Striping (see sheet 5.01). Complete, In Place for DD J�-d X�V hond re-) q Dollars And Cents Per LS. $ a $ 02� 9 1 EA Provide & Install HIC Sign (See Sheet 5.01) Complete, 15 Place //for h�r�v�r�y-,'�f-/ S(Ve4') Dollars ^�'' 7�— And Cents Per EA. $ $ 10 12 EA Provide & Install Concrete Wheel Stops (See Sheet 5.01) Complete, In Place for � 4`yp / 4 / Dollars And Cents Per EA. /1-1� $� $ 11 30 CY Provide, Place & Compact Topsoil (4" Depth) (see Specifications) for ;x- c Dollars I �' / 1k And A/D Cents Per CY. $ $ 12 280 SY Provide & Install Solid Sod (Bermuda) (see for /Specifications) T r1 e-G f Dollars // And 7��r\tV t-i\,, Lents Per SY. 3+0 v C� //� 1 �/ $ $ Bid Proposal Pg. 16 TOTAL ITEM APPROXIMATE UNIT DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT NO. QUANTITY PRICES WRITTEN IN WORDS PRICE BID 13 1 LS Provide & Place 565 SY (based on the Engineers estimate) of Hydromulch Seeding` (Seasonal Mix) for hund re./ �i if My Dollars And 'vo Cents Per LS. *See Special Provisions $DSO 14 1 LS Miscellaneous Work as directed by Engineer two -thousand five hundred Dollars And no Cents Per LS $ 2.500.00 $ 2.500.00 UNIT IIIB: LAKE COMO BASE ITEM SUBTOTAL: $ lVsam�- Concrete Pavement Base Bid Items: 15 470 LF Construct 6" Attached Concrete Curb (see Sheet 5.01), Complete, In Place for l or 7 11 rGC Dollars And_,L/Q Cents Per LF. $ 16 1000 SY Construct 5" Reinforced Concrete Parking lot (see Sheet 5.01), complete, In P ace for T W�►�Y� Dollars And 1'' 7" r� Cents Per SY. $ / $ L`75 C UNIT IIIB: LAKE COMO CONCRETE BASE BID SUB TOTAL $ UNIT IIIB: LAKE COMO CONCRETE BASE BID TOTAL q e-"/ 1 � $� (BASE ITEM SUB -TOTAL + CONCRETE BASE BID SUB TOTAL) $ % Bid Proposal Pg. 17 Asphalt Pavement Alternate Bid Items (In Lieu of Items 15 & 16): 17 470 LF Construct 6" Concrete Curb w118" Concrete Gutter, Complete, In Place for -"� % J Dollars And Cents Per LF. 18 930 SY Construct HMAC: 2" (TxDOT Type B) Base Course & 2" (TxDOT Type D) Surface Course, complete, In Place for /� 1 �r'� l `�� i/l Dollars And Cents Per SY. UNIT IIIB: LAKE COMO ASPHALT ALTERNATE SUB -TOTAL $ UNIT IIIB: LAKE COMO ASPHALT ALTERNATE TOTAL (BASE ITEM SUB TOTAL + ASPHALT ALT. SUB TOTAL) $ UNIT IV: NORTHSIDE COMMUNITY CENTER: PARKING LOT Base Bid Items: TOTAL ITEM APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT NO. QUANTITY UNIT BID PRICES WRITTEN IN WORDS PRICE BID Provide & Install Project 1 2 EA Designation Sign (see specifications) for Dollars And �o Per EA.. $ 5� ents $ 2 1 LS Develop, Implement & Maintain Traffl Control Measures for one, C9u lel s �� ✓<i h r,�t Dollars And d/O Cents Per LS. $ Bid Proposal Pg. 18 TOTAL ITEM APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT NO. QUANTITY UNIT BID PRICES WRITTEN IN WORDS PRICE BID 3 1 LS Develop, Implement & Maintain Erosion Control Measures for And Ala Cents Per LS. $ $ 4 1 LS Develop, Implement & Maintain Tree Protection Mea res for �r« 600)rt��/T'1 Dollars And a Cents Per LS. $ $ 3 5 606 LF Demolish, Remove, Dispose of Existing Concrete Curb & Gutter (see Sheet 6.01), Complete in Place for 4%11V Dollars And r " ��l/ � � J Cents Per LF. $ $ 6 70 SF Demolish, Remove, Dispose of Existing Concrete Sidewalk & Ramp (see Sheet 6.01), Complete in Place for 4�1—U pp Dollars And 5c✓Gn' 4,'./C 7S / Cents Per SF $ �' $ 7 570 SF Demolish, Remove, Dispose of Existing Concrete Driveway (see Sheet 6.01), Complete in Place for Dollars And Cents Per SY. 8 415 CY Unclassified (Parking Lot) Excavation & Haul (see Sheet 6.011), Off for Dollars And NO Cents Per CY $ 00)' / $ 2; 3� Bid Proposal Pg. 19 W TOTAL ITEM APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT NO. QUANTITY UNIT BID PRICES WRITTEN IN WORDS PRICE BID 9 2821 SY Stabilize Subgrade (6" Thick) w/Cement (see Sheet 6.01), Shape & Compact, Complete, In Place for ?"w Dollars And F V Cents Per SY. $ 10 45 TON Cement (32 LB/SY) for Subgrade Stabilization for/ goL 61d ree 6 ecrpoliars 310 And Nc-;> Cents TON. $�_ $ 11 13 EA Construct Concrete Curb Gaps - w/Curb Terminals Per Plan (see Sheet 6.01), Complete, In Place for Dollars ' ^� �s �s And %�U Cents Per EA $ $ 12 700 SF Construct Standard Reinforced Concrete Driveway (see Sheet 6.01), Complete, in Place for p rI -�G Dollars And /t%v Cents Per SF $ $ 13 70 SF Construct Reinforced Concrete Sidewalk & Ramp (see Sheet 6.01jj)),7, Complete, In Place for Dollars And '�� Cents Per SF $ / OZ $ 14 345 SY Apply Two course surface (chip/seal) treatment at entry drive (see Sheet 6.01). Complete, In Placefor G l/Gve'rl Dollars And Nd Cents Per SY Xe $, $ 37'77 Bid Proposal Pg. 20 TOTAL ITEM APPROXIMATE DESCRIPTION OF ITEMS WITH UNIT AMOUNT NO. QUANTITY UNIT BID PRICES WRITTEN IN WORDS PRICE BID 14 1 LS Provide Parking Lot (Reflective) Paint Striping (see Sheet 6.01). Complete, In Place f �-ho�sq �� > as- on c k,-, nj_ r G o�/ ' �� Dollars 'V G U— And Cents Per LS $ $ / 15 40 CY Provide, Place & Compact Topsoil (4" Depth) r 0 Dollars And No Cents Per CY $ $ v N 16 350 SY Provide & Install Solid Sod (Bermuda) for Dollars rc.c And T�e� f� ✓Cents Per SY $ 3' I' 3 7, j $ 17 1 LS Provide & Place 600 SY (based on the Engineers estimate) of Hydromulch Seeding* (Seasonal Mix) for 5L Dollars And A/0 Cents Per LS. *See Special Provisions _ �0 C�//C2� $ $ 18 1 LS Miscellaneous Work as directed by Engineer five -thousand Dollars And no Cents Per LS $ 5.000.00 $ 5.000.00 UNIT IV: NORTHSIDE CENTER: BASE ITEM SUBTOTAL $ 2-11 a` - Bid Proposal Pg. 21 Concrete Pavement Base Bid Items: 19 560 LF Construct 6" Attached Concrete Curb (see Sheet 6.01), Complete, In Place for 4-A r-Ge- Dollars And N0 Cents Per LF. $ 20 2796 SY Construct 5" Reinforced Concrete Parking lot (see Sheet 6.01), complete, In Place for 4',,n'n , �(o -f Dollars II vv And y Cents Per SY. o UNIT IV: NORTHSIDE CENTER: CONCRETE BASE BID SUB -TOTAL $ 70 ! if UNIT IV: NORTHSIDE CENTER: CONCRETE BASE BID TOTAL (BASE BID ITEM SUB -TOTAL + CONCRETE BASE BID SUB -TOTAL) $ I 1-/3 el� Asphalt Pavement Alternate Bid Items (In Lieu of Items 19 & 20): 21 560 LF Construct 6" Concrete Curb w118" Concrete Gutter, Complete, In Place for , l / ,� O �jl l Dollars VC? And Cents Per LF. $ $ 22 2666 SY Construct HMAC: 2" (TxDOT Type B) Base Course & 2" (TxDOT Type D) Surface Course, complete, In Place for �[� 9�J 1 Dollars 0 � And Cents Per SY. $ I $ UNIT IV: NORTHSIDE CENTER: ASPHALT ALTERNATE SUB -TOTAL $ x1D UNIT IV: NORTHSIDE CENTER: ASPHALT ALTERNATE TOTAL (BASE BID ITEM SUB TOTAL + ASHPALT ALT. SUB -TOTAL) /1// OTAL) $ ' Bid Proposal Pg. 22 UNIT 14V: TOTAL (CONCRETE BASE BID) FOR ALL FACILITIES UNIT I: DIAMOND HILL: CONCRETE BASE BID TOTAL UNIT II: HAWS ATHLETIC CENTER: CONC. BASE BID TOTAL UNIT IIIA:LAKE COMO PARK: CONCRETE BASE BID TOTAL UNIT 1111113: LAKE COMO: CONCRETE BASE BID TOTAL UNIT IV: NORTHSIDE CENTER: CONCRETE BASE BID TOTAL UNIT I - IV: TOTAL BASE BID FOR ALL FACILITIES (CONCRETE) $ I a L/ a.Ziq. -10 $ 3 l 30 $/IifZ139.I-, $ 7s7. Lip UNIT I -IV: TOTAL (ASPHALTIC ALTERNATE) FOR ALL FACILITIES UNIT I: DIAMOND HILL: ASPHALTIC ALTERNATE TOTAL $ UNIT II: HAWS ATHLETIC CENTER: ASPHALTIC ALT. TOTAL $ /VO, UNIT IIIA:LAKE COMO PARK: ASPHALTIC ALTERNATE TOTAL $ UNIT IIIB: LAKE COMO: ASPHALTIC ALTERNATE TOTAL $ /Vo /z UNIT IV: NORTHSIDE CENTER: ASPHALTIC ALTERNATE TOTAL $ N�' � ij UNIT I - IV: TOTAL ALTERNATE BID FOR ALL FACILITIES (ASPHALTIC) A. This contract issued by an organization that qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. B. The Contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of the contract by issuing to his supplier an exemption certificate in lieu of the* Bid Proposal Pg. 23 as said exemption certificate complying with State Comptroller's ruling tax, said exemption certificate compycigwi8i 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. ow so D. The undersigned agrees to complete all work covered by these contract documents within Seventv-Two (72) Workina Days after the date for commencing work as set forth in the Notice to Proceed to be issued by the Owner and to pay not less than the Federal Wage Rates. E. Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver applicable Surety Bond faithful performance of this contract. The attached deposit check in the sum of Dollars ($ ) is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and applicable bonds are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. G. 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. H. Receipt is hereby acknowledged of the following addenda: No 1. / DATE: No 2. ✓ DATE: a% No 3. DATE: No 4. DATE: Respectfully Submitted, McClendon Construction Co., Inc. P.O. Box 999 Burleson, TX 76097 (Comp;horize�d ame) By (Au Signature) Date: Address: McClendon Construction Cn__ Ines_ P.O. Box 999 BU.leaui I, TX I'M Telephone: _% ZGI — D 0 (0 (Q Bid Proposal Pg. 24 -� NW " o 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 bu ' ess or corporate office is in the State of Texas. Please Check or mark with an "X" BIDDER: � By: C{ n N l cL Co Llds � (please print) Signature: (please print) (please print) Title: City / State —Gu / s Q ni 7Zip 4O//0Z 7 THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VENDOR COMPLIANCE TO STATE LAW 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. Please Check or mark with an "X" BIDDER: (please print) _. (please print) (please print) City / State M LM Signature: Title: Zip THIS FORM MUST BE RETURNED WITH YOUR OUOTATION VENDOR COMPLIANCE TO STATE LAW Company ATTACHMENT IA Page 1 of 4 Fc i. I XV0 > R l i i City of Fort Worth V Subcontractors/Sutl,aliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime McClendon Construction Co, Inc PROJECT NAME: - I MN1l/DBE I X I NON-M/W/DBE BI DATE -j Parking Lot Improvements at Four Parks September 10, 2009 City's MIWBE Project Goal: Prime's MIWBE Project Utilization: PROJECT NUMBER .x 14 % 14.9 % TPW 6185, 6186, 6187,6188 MW M 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 1" tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL MfWBEs 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 MinorityMomen Business Enterprise (MMIBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner -operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-MNVBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev. 5/30/03 ATTACHMENT1A FORT WORTH Page 2 Of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N SUBCONTRACTOR/SUPPLIER T (check one) N T n Detail Detail Company Name Address 1 e M w C X IM Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r g B T D O wR B E E C T E A JRB Commercial, LLC 8908 Ambassador Row Silicone Joint $4,920.00 Dallas, TX 75247 1 x x Seal 214/678-0022 214/630-9819 Ricochet Fuel Distributors 1201 Royal Pkwy Fuel $4,950.00 Euless, TX 76040 1 x x 817/268-5910 Fax 817/282-7497 Rubio Trucking 9000 Co Rd 513 Hauloff $11,198.00 Alvarado, TX 76009 1 x x Trucking 817/829-3711 No Fax H J G Trucking, Inc 701 Denair St Topsoil $3,984.00 Ft Worth, TX 76111 1 x x 817/834-7181 Murillo Modular Group 1400 Bradley Lane Portable Toilets $950.00 Carrollton, TX 75007 1 x x 972/245-6220 972/245-6422 American Striping 11551 Ravenview Pavement Markings $6,841.43 Dallas, TX 75253 1 x x x 972/557-8565 Rev. 5/30/03 ATTACHMENT 1A FfiRTWORIli Page 2of4 ~` Primes are required to identify ALL subcontractors/suppliers, regardless of status, i.e., Minority, Women and non-MMIBEs. Please list MANBE firms first, use additional sheets if necessaTY. Certification N SUBCONTRACTORISUPPLIER (check one) T N T n Detail Detail Company Name Address i e M w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D R O W B E E C T E A MEL Transport DBA Rock, Sand and Magnum Transportation Hauling (2nd tier thrL $16,337.00 2332 Gravel Drive 2 x x Southern Star Fort Worth, TX 76118 Concrete) 817/284-1000 Fax 817/704-4563 Cowtown Traffic Control 2724 Bryan Ave Project $2,250.00 _ Ft Worth, TX 76104 1 x x Signs and 817/924-4524 Barricades 817-926-2725 Green Scaping 8917 Cardinal Lane Seeding and $9,295.00 N Richland Hills, TX 76180 1 x x x Sodding 817/577-9299 817/577-9331 81 -A Rev. 5/30/03 ATTACHMENT IA FORT WOR1 H Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MIWBEs. Please list M/ BE firms first, use additional sheets if necessary. Certification N (check one) o SUBCONTRACTORISUPPLIER T N T n Detail Detail Company Name Address ; e M w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D R O B B E E C T E A Southern Star Concrete 8505 Freeport Pkwy Ready -Mix $100,366.00 Irving, TX 75063 1 x Concrete 972/621-0999 Barnsco, Inc 2609 Willowbrook Rebar Supplier $20,990.00 Dallas, TX 75220 1 x 214/352-9091 Fax 214/379-0341 Beall Lime Co 1100 West Parkway Hydrated Lime $8,712.00 Euless, TX 76040 1 x Slurry 817/835-4000 Peachtree Construction 5801 Park Vista Circle Chip Seal $3,450.00 Keller, TX 76248 1 x 817/741-4658 Fax 8171741-4648 Texas Industries, Inc (TXI) PO Box 840300 Bulk Cement $7,200.00 Dallas, TX 75284-0300 1 x 972/647-6700 Independent Utility Const, Inc 5109 Sun Valley Drive Lighting $9,190.00 Ft Worth, TX 76119 1 x 817/478-4444 Rev. 5130103 w ATTACHMENT IA FOR 1 r'VOR I iI Page 4 of 4 w M Total Dollar Amount of M/WBE Subcontractors/Suppliers $ $60,725.43 Total Dollar Amount of Non-MNVBE Subcontractors/Suppliers $ $149,908.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $210,633.43 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/Addidon. 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 MANBE 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. Dan McClendon Au oriz ignature Printed Signature President Title Contact Namerrltle (if dff%rent) McClendon Construction Co, Inc 817/295-0066 Company Name Telephone and/or Fax PO Box 999 dan@mcclendonconstruction.com Address E-mail Address Burleson, TX 76097 September 14, 2009 citylstatemp Date Rev. 5/30/03 am 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY AC Mechanic $21.69 Plumber $20.43 AC Mechanic Helper $12.00 Plumber Helper $14.90 Acoustical Ceiling Mechanic $15.24 Reinforcing Steel Setter $10.00 Bricklayer/Stone Mason $19.12 Roofer $14.00 Bricklayer/Stone Mason Helper $10.10 Roofer Helper $10.00 + Carpenter $16.23 Sheet Metal Worker $16.96 Carpenter Helper $11.91 Sheet Metal Worker Helper $12.31 Concrete Finisher $13.49 Sprinkler System Installer $18.00 Concrete Form Builder $13.12 Sprinkler System Installer Helper $9.00 Drywall Mechanic $14.62 Steel Worker Structural $17.43 Drywall Helper $10.91 Concrete Pump $20.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Drywall Taper $13.00 Shovel $17.76 Drywall Taper Helper $9.00 Forklift $12.63 Electrician (Journeyman) $20.20 Front End Loader $10.50 Electrician Helper $14.43 Truck Driver $14.91 Electronic Technician $19.86 Welder $16.06 Electronic Technician Helper $12.00 Welder Helper $9.75 Floor Layer (Resilient) $20.00 Floor Layer Helper $13.00 Glazier $18.00 Glazier Helper $13.00 Insulator $14.78 Insulator Helper $11.25 Laborer Common $10.27 Laborer Skilled $13.18 Lather $16.10 w Painter $14.83 Painter Helper $8.00 Pipefitter $18.85 Pipefitter Helper $12.83 ' Plasterer $17.25 Plasterer Helper $12.25 HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 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 Curbi g Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete Paving Saw Operator Concrete Paving Spreader Operator Concrete Rubber '- Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Flagger . , 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 Mixer Operator Motor Grader Operator, Fine Grade Motor Grader Operator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self -Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping y Roller Operator, Steel Wheel, Plant Mix Pavement Scraper Operator 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 $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 Wage Laws (a) Dutv to nav Prevailina 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. Y (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 31" day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged ., violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate • under this section do not agree on an arbitrator before the 1 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. me (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) Postina 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 Comuliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. WEATHER TABLE _ AVERAGE DAYS INCHES SNOWACE 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, 1HN: EMPLOYER/CONTRACTOR: Pursuant to Texas Worker's Compensation Commission Rule 110.110(d)(7), a contractor engaged in a building or construction project for a government entity is required to post a notice on each project site informing all persons providing services on the project that they are required to be covered by workers' compensation insurance. The notice required by this rule does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Commission rules. This notice must: (1) be posted in English, Spanish and any other language common to the employer's employee population; (2) be displayed on each project site; (3) state how a person may verify current coverage and report failure to provide coverage; (4) be printed with a title in at least 30-point bold type and text in at least 19-point normal type; and (5) contain the exact words as prescribed in Rule 110.110(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 pars trabaj adores. Esto incluye personas que pro9porcionan, 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 requer=' *entos legales de cobertura, para verificar si su patron le ha proporcionado la cobertura requerida o para reportar falta del patron en proporcionarle cobertura. PROJECT DESIGNATION SIGN 13° ' 3a 1 Pr* 'ect Title . J4.1-00 1 30 2 N I N E IF NECESSARY 3, 1 ' I Cobtractor: , 2�"LContractor'S Name 2° 1" t FUNDED BY � t , 1�•iZ004 CAPITAL IMPROVEMENT PROGRAM . � l..• 1 1�'= Scheduled Completion Date f 1 Year 59 ti FONTS: FORT WORTH LOGO IN CHELTINGHAM BOLO ALL OTHER LETTERING IN ARIAL BOLD COLORS: FORT WORTH - PMS 288 LONGHORN LOGO - PMS 187 LETTERING - PMS 288 BACKGROUND -WHITE PROJECT DESIGNATION SIGN BORDER -BLUE (Community Development Block Grant projects_ only) CITY OF FORT WORTH- CONSTRUCTION" STANDARD DRAWING NO. I DATE: 9-20-02 - "1V-RU. :". "A -pwn g. - . . VW Vr 1P• I8 pa 6 n ,I kfl M, try.—, It'll, AN7r t i.? .4, .... .. .. E LATEA.ib PROJECT NO: 08-1336 BORING LOCATION DIAGRAM FILE NAME: 081336.DWG DRAWN BY: CM DATE: 10-30-08 HAWS ATHLETIC CENTER REVISED BY: DATE: 600 CONGRESS STREET ENGINEERS -FORT WORTH, TEXAS REVISED BY: DATE: APPPM/Pn nv- ar_ r� -- Project No. Boring No. Project Various Parking Areas 08-1336 B-1 Driller Ground Elevation Location port Worth, Texas _ 3201 Lake Como Drive Completion Completion Water Observations Depffi 10.0, Date 10-9-08 Groundwater was not encountered during or upon completion of Type drilling. Auger -- o Stratum Description 0 E ASPHALT PAVEMENT, 3 inches .� ( BASE, crnsbed limestone, 3 inches % CLAY, st7ty,brown to olive gray, with limestone Y, eats CL LIMESTONE, weathered, Iow to moderately hard, light brown BOTTOM OF BORING 0 0 z z 0 Cr IL U' Y U LOG OF BORING NO. $-1 ENGMERS 0 o z W� a° oa° r _ CL C CL 3 Q V p 33 oo a� '3s �.�+ '�E Nx� Gov �'m CR 0E� m o us w W cY mm R� sE aW JJ K:3 IL oo Ram cog n0co) r- - 11 9 46 79 38 16 22 13 5 10 --V 00/2.75 ' ]Plate A.2 Project No. Boring No. Project Various Parking Areas 08-1336 B-2 Dryer Ground Elevation location Fort Worth, Texas 3201 Lake Como Drive Completion Completion Water Observations Deft 10.0, Date 10-9-08 Groundwater was not encountered during or -upon completion of Type drilling. Auger STL-- ENGINEERS fA h Z of v m 'y R Stratum Description '` ° "� = °C*r d _ -9 ` E mmo .. v m m w Q ec 2 00 �� Rac6i cop p u► � W m m n. W _r .1 n.:3 a s U fn r? _ W n C) cA CLAY sandy, brown to olive gray, wltn limestone � 29 13 14 11 4.5+ - _ 19 5 - X - 50/2" 9 - X _ 5 X 50111" 80 13 I IIviESTONE, weathered, low tomoderately hard, light brawn - `� 00/0.75' BOTTOM OF BORING 10 P�1' Y U LOG OF BORING NO. B-2 Plate A.3 Project No. Boring No. Project Various Parldng Areas WX IL -MU 08-1336 B-3 EN GMERS DriDer Groimd Elevation Location Fort Worth, Texas 600 Congress Street .. Completion Completion 'Water Observations Deptb 10.0, Date 10-9-08 Groundwater was not encountered during or upon completion of Type drilling. .MkAuger Q U l� 1— 0 N v xi w Q. Stratum Description ,� e Z C O e m= C air d r a, o p. w of m m aT �. aT cE �E T+ X `vm ,... o°O 'C 'C O C i^'d �m co E eEo a rr ON o.v5 JJ aJ E C �t3 03 xo: �UtA j FILL, CLAY, aft brown, with asphalt and limestone 6 4.5+ fisaments (CL) 44 19 25 10 4.5+ CLAY. sr'}ty, brown, with occasional sand seams (CL) _ I 4.5+ 42 17 25 12 94 4.5+ 10944 — 4.5+ — 5 89 43 18 25 12 91 4.5+ 6192 4.5+ 15 4.5+ 4.5+ — 14 4.5+ 10� ' BOTTOM OF BORING 0 c� z z o z 0- M o Y O 0 LOG OF BORING NO. B-3 Plate A..4 Project STL--- Project No. Boring No. Various Parldng Areas 08-1336 11-4 ENGINEERS Dn71er Ground Elevation location Fort Worth, Texas 600 Congress Street Completion Completion Water Observations D`,,b 10.0, Date 10-9-08 Groundwater was not encountered during or upon completion of Type drilling. Anger I- IL o O Stratum Description € z o m m C� a o a e E v o o .� y X 3�` w- Im �°� cm c°�Em m w Cif �� cE mE �n a'35 3:2 dJ 0. E oo 90 �m Am cow ❑T.x U) ASPHALT PAVEMI~ L 1 ncn 13 CLAY, silty, brown, with iron staining and occasional _ J \ sand seams (CL) �/ BOTTOM OF BORING vi a Y U O LOG OF BORING NO. B-4 27 21 107 3.0 7344 30 24 3.5 r. 28 22 4.0 22 4.0 Plate A.5 Project No. Boring No. Project Various Parldng Areas 08-1336 B-5 Driller Ground Elevation Location Fort Worth, Texas 600 Congress Street Completion Completion Water observations Depth 10.0' Date 10-9-08 Groundwater was not encountered during or upon completion of Type drilling. Auger . Stratum Description .a 1111., CLAY, silty, brown, with asphak, glass pieces and limestone fragments (CL) 01A CLAY, silty, brown, with limestone fragments (CL) SAND, loose to medium dense, brown with gravel (SP) -grades with sandy clay seams below 6 BOTTOM OF BORING c c� W p a! a L7 i� Y U G LOG OF BORING NO, B-5 STL— ENGINEERS NH 0 N m 00CL (� a M m \ °v o CC C � C 0Ea��� o om Zm� �mm co�cc o co a Faro am i_, a� aM0 , x Vy -\ / /\ 17 90 45 18 27 26 x 10 7 _ -\ / 6 6 32 17 15 4 '� / 13 13 10 �/X� Plate A.6 Project No. 08-1336 Driller Completion Depth 10.0' Type Borg No. Project Various Parldng Areas IR-6 Ground Elevation Location Fort North, Texas 1100 N.W.18th Street Completion _ Vdater Observations Date 10-9-08 Groundwater was not encountered during or upon completion of drilling. Auger Stratum Description "HALI'PAViaMJ N-1, 4 ihcnes CLAY, sandy, stiff to bard, brown to olive gray, with limestone seams (CL) LIMESTONE, weathered, low to moderately hard, light brown with clay seams -grades with clay seams below 9' BOTTOM OF BORING STL-- ENGINEERS a cal NI— c N Q, �s C tm� ' �� =C' a�C6 C t w nU' °3 w aE SE 2- oo m o M Co X 0: mm a.m JJ aJ a5 20 �m Rai o- 2M Co� Utn 50 34 27 17 10 10 — 5 —� — 0010.25 ' 6 _ '� / \ 13 17 — 5015" 82 57 20 37 18 10 U O C� LOG OF BORING NO. B-6 ]Plate A.7 Project -STProjectNo. L- Boring No. Various Parldng Areas 08-1336 B-7 ENGINEERS Driller Ground Elevation Location Fort Worth, Texas ,u 1100 N.W.18th Street Completion Completion Water Observations Depth 10.0, Date 10-9-08 Groundwater was not encountered during or upon completion of Type drilling. ` Auger 0 Z Stratum Description �� e o a o F a E V �n �n G 33 0 >.s �ws am wC Q �a� cM 0 E me 5, o vt W mm am 3:3 CL::iEi a C aC) o� itr �civ* -- J` ASPHALT PAVEMENT, 4 inches jCLAY, sandy, very stiff to bard, ligbt brown (CL) _ _ 46 56 8 j I u 5$ 56 34 17 17 7 j - - L vjESTONE, weathered, low to moderately bard, light X 50/4" 30 17 13 9 brown with clay seams — 5 V 00/0.75' 100/1" BOTTOM ur nuxnvU Co 0 c� w o K a 9O ro a Y V O LOG OF BORING NO. B-7 Plate A.8 Project No. Boring No. Project Various Parldng Areas 08-1336 B-8 Driller Ground Elevation Location Fort Worth, Texas 1701 N.E.36th Street Completion Completion Water observations Depth 10.0' Date 10-9-08 Groundwater was not encountered during or upon completion of Type drilling. Auger $ Stratum Description ca CLAY, very sti$to hard, &rk brown, wan roots ana limestone f agments (M LIMESTONE, weathered, low to moderately hard, ligbt brown with clay seams BOTTOM OF BORING O Y U STL-- ENGMERS °' o c U N z _ y N i3 H Q C Ole 3c old C c+=s o.c �c of m W 3 r� of mE m'a ..IM a o v,, o: froJ oc X mm idm n.dJ J� a.� E C 00 M. �m 0m co�' 0� xtr M,Vva a& Su A 29 9 127 4.5+ 76320 '^ 51 22 29 9 4.5+ _ - X50/6" 6 —5 -00/0.25 ' r.. 10 — V 00/0.75 ' rc 91 LOG OF BORING NO. B-8 Plate A.9 Project No. BoringNo. Project Various Parldng Areas 08-1336 �-9 1Dnller Ground Elevation Location Fort Worth, Texas 1701 N.E. 36th Street Completion Completion Water Observations Depth 10.0, Date 10-9-08 I Groundwater was not encountered during or upon completion of Tyler I drilling. Auger Stratum Description a tq CLAY, very stiffto hard, dwk brown, wa roots and limestone Ssgments (CM ' LNESTONE, weathered, low to moderately hard, light brown BOTTOM Or tsuxnvu STL- ENGINEERS aU 1.- o H S> a'�c Z c c gQem �C o d0 �a c yZls' Er wEHWa mt h o M4) EcE r ME aw 3= a= a c 20 G� xo_ �C?to j63 26 43 10 4.5+ _ ` / 62 45 5 _ X50/4" 6 — 5 qW 00/0.75 ' 4 10 —V '.00/0.25 , 6 0 O � LOG OF BORING NO. B-9 Plate A.10 I SOIL OR ROCK TYPESV , GRAVEL LEAN CLAY LIMESTONE am -0 9 • SAND • • SANDY - - SHALE I SILT SILTY ; �. SANDSTONE X, rHIGHLY Shelby Split PLASTIC CLAY CLAY40 EY CONGLOMERATE Tube Auger Spoon TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL IFine Grained Soils (More than 50% Passing No. 200 Sieve) Descriptive Item Penetrometer Reading, (tso Soft 0.0 to 0.5 I Firm 0.5 to 1.0 Stiff 1.0 to 2.0 Very Stiff 2.0 to 4.0 I Hard 4.0+ Coarse Grained SOiIS (More than 50% Retained on No. 200 Sieve) Resistance Descriptive Item Relative Density IPenetration (blows/foot) 0 to 4 VeryLoose 0 to 20% 4 to 10 Loose 20 to 40% I 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Rock Cone No Core Pen Recovery Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Slickensided Having inclined planes of weakness that are slick and glossy in appearance _aminated Composed of thin layers of varying color or texture issured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK -lardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail lard Difficult to scratch with knife Very Hard Cannot be scratched with knife poorly Cemented or Friable Easily crumbled 3emented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. Degree of Weathering Jnweathered• Rock in its natural state before being exposed to atmospheric agents >lightly Weathered Noted predominantly by color change with no disintegrated zones Veathered Complete color change with zones of slightly decomposed rock :xtremely. Weathered Complete color change with consistency, texture, and general appearance approaching soil (EY TO CLASSIFICATION AND SYMBOLS PLATE A.11 .a Major Divisions Gym. Typical Names Laboratory Classification Criteria . .. m � N m H O � C C 0-6 `o N •f+ m U W N N > _J > m > (0 N '0 E $ 0 O 0 C O w E cat r- to Z �a) > E o N L In 0 fl. C� Q c � yy E c w !C U N c � o � 0 0 m 0 W t m N N d 'N C p 'Y O C 0 4- O oZ N c o E �. � c M E .W VG 3 1Otr- a o Un n Q. N N >� L N E d to v Z :1 c Cr 0 N Z .O N f0 v C N r. O 'l6 •y u7 � � c c o LL W E o C to ca � rn L � E C = w � o CT 2 Well -graded gravels, gravel- m D ( D a 0� GW sand mixtures, little or no m Co - greater than 4: Cr 'between 1 and 3 fines 0 D10 D10 x D. v a. y c U 60 Poorly graded gravels, gravel 14 3:2 a GP sand mixtures, little or no m co rn N Not meeting all gradation requirements for GW fines pW O Silty gravels, gravel -sand -silt m 4 9 '� : Liquid and Plastic limits "A" Liquid and plastic limits GM mixtures Z Cr below line or P.I. Plotting in hatched zone ID q greater than 4 between 4 and 7 are m o y N E Liquid and Plastic limits borderline cases GC Clayey gravels, gravel -sand- c o cu above „ A„ line with P.I. requiring use of dual day mixtures E greater than 7 symbols 0)ccm w 'P Well -graded sands, gravelly = m DOG (Daw SW sands, little or no fines > H C'u=p greater than s: C�= t0 between 1 and 3 D10 x D., Oo Poorly graded sands; SP gravelly sands, little or no c i) Not meeting all gradation requirements for SW fines H & 2 c O o j- N yy com C) �- U c a Liquid and Plastic limits SM Silty sands, sand -silt c -, � o :E; � N below "A" line or P.I. less Liquid and plastic limits mixtures to; N o r m o o than 4 plotting between 4 and 7 e 2-1 �n are borderline cases o. c a Liquid and Plastic limits requiring use of dual SC Clayey sands, sand -clay € a � above "A" line with P.I. symbols mixtures m C W greater than 7 coo Inorganic silts and very fine ML sands, rock flour, silty or clayey fine sands, or clayey silts with slight plasticity 6u Inorganic clays of low to medium plasticity, gravelly CL clays, sandy clays, silty clays, 5c and lean clays OL Organic silts and organic silty 4C days of low plasticity x a� C Z 30 Inorganic silts, micaceous or MH diatomaceous fine sandy or d silty soils, elastic silts 2C CH Inorganic clays of high plasticity, fat clays OH Organic clays of medium to high plasticity, organic silts CL 00 10 20 30 d MH ML a id OL 40 50 60 70 80 90 100 Liquid unit a C N _rn 1° 'o =0 N Pt Peat and other highly organic soils IlNJ1=1t=n cnei rJ Ac@ICInA99nag c+v�+vr■r Plasticity Chart LIME SERIES TEST RESULTS GEOTECHNICAL INVESTIGATION PROPOSED ADDITIONS AND REHABILITATION VARIOUS PARKING AREAS FORT WORTH, TEXAS STL PROJECT NO.08-1336 Material Description: Fill, Clay, silty, brown, with asphalt and limestone fragments (CL) Boring: B-3, Sample Depth: 1 to 3 feet _ I Percent Lime (%) Liquid Limit (LL) Plastic Limit (PL) Plasticity Index (PI) 0 44 19 25 y 3 38 25 13 6 36 30 6 9 34 32 2 Material Description: Clay, silty, brown, with iron staining and occasional sand seams (CL) - Boring: B-4, Sample Depth: 1 to 3 feet ` Percent Lime (%) Liquid Limit (LL) Plastic Limit (PL) Plasticity Index (PI) — 0 45 18 27 3 39 25 14 6 40 30 10 ` 9 39 35 4 Material Description: Clay, sandy, dark brown, with roots and limestone fragments (CL) Boring: B-8, Sample Depth: 0 to 2 feet Percent Lime (%) Liquid Limit (LL) Plastic Limit (PL) Plasticity Index (PI) 0 25 15 10 3 25 21 4 ' 6 26 24 2 9 27 26 1 Plate A.13a no .. Material Description: Clay, dark brown, with roots and limestone fragments (CH) Boring: B-9, Sample Depth: 0 to 1 foot Percent Lime (%) Liquid Limit (LL) Plastic Limit (PL) Plasticity Index (PI) 0 57 21 36 3 42 27 15 6 42 32 10 9 41 38 3 Plate A.13b APPLICABLE 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: Parking Lot Improvements at (4) Public Parks and includes: UNIT I: DIAMOND HILL COMMUNITY CENTER: CONCRETE OR ASPHALTIC PARKING LOT UNIT HIA: LAKE COMO PARK: C... k.,r�j& .Le. OR ASPHALTIC PARKING LOT uNIT Hm: LAKE Como PARK: ADDITIVE CONCRETE OR ASPHALTIC PARKING AREA & DRIVE UNIT H: HAWS ATHLETIC CENTER: CONCRETE OR ASPHALTIC PARKING LOT & DRIVE uNIT IV: NORTHSIDE COMMUNITY CENTER: CONCRETE OR ASPHALTIC PARKING LOT These plans and specifications were prepared by Baird, Hampton & Brown, Inc. Engineering & .. Surveying for the Parks and Community Services Department. The Transportation Public Works Department will administer the contract and furnish inspection. In addition to project performance stated above, the Contractor shall also be responsible for: I. Setting all project layout dimensions and final finish grade elevations in accordance to plans. All such survey work shall be performed by a Registered Surveyor in the State of Texas and verification provided to the City that such survey work complies with plans and specifications. 2. Attend all project progress meetings as scheduled by the City and provide updated project schedules within 3 calendar days upon request by the City. 3. Note the following Special Provisions: 3.1. For unclassified roadway excavation the Owner will pay only the plan quantities without measurement. The plan quantities, specified in the bid proposal, are the amounts calculated GENERAL REQUIREMENTS -1- by the Engineer and reflect in -place volumes, lengths, etc. Should either contracting party be able to show an error in the quantities, exceeding 10 percent, then the actual quantities will be paid for at the unit prices bid. The party requesting the payment of the actual, rather than plan quantities, is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. 3.2. The unit bid prices for any hot mix asphaltic concrete pavement shall include the application of a tack coat to each layer of asphaltic concrete before the next is applied. A tack coat shall also be applied to any exposed concrete edges that shall abut any hot mix asphaltic concrete. The tack coat shall be liquid asphalt complying with the specifications of the Asphalt Institute for Type RC-70 or RS-1. The tack coat shall be applied to each layer at — a rate not to exceed 0.05 gallons per square yard of surface. 3.3. Paint striping, for parking areas shall be 4" wide white reflectorized paint per the North Central Texas Council of Governments Specifications for Public Works Construction and shall be paid as "Lump Sum" per Bid Unit, where necessary. 3.4. Volume of topsoil to be provided, placed, and compacted has been determined by a 4 foot perimeter (4" depth) around each `Bid Unit's" disturbed area adjacent to any proposed paving. The Engineer's estimated quantity has been provided and shall be paid on a "Unit Price" basis. 3.5. Area of solid sod (Bermuda) has been determined by a 4 foot strip around the perimeter of each `Bid Unit's" disturbed area adjacent to any proposed paving. The Engineer's estimated quantity has been provided and shall be paid on a "Unit Price" basis. 3.6 Area of hydromulch seeding has been determined by a twelve foot strip around the perimeter of each `Bid Unit's" sodded area adjacent to proposed paving. Although the Engineer's estimated quantity has been provided, this item shall be paid as a "Lump Sum" per Bid Unit, where necessary. 3.7 Concrete pavement, sidewalk, curb and gutter, jointing and joint sealant, shall be provided per the plans and specifications and is considered subsidiary to all other bid items. Separate payment shall not be provided. 3.8 Pre bid item: "Miscellaneous Work as Directed by Engineer" - This item is included for the basic purpose of establishing a contract price that will be comparable to the final cost of providing miscellaneous work or making necessary adjustments required due to any unforeseen event or condition which would impede the contractors ability to perform or complete the project. An arbitrary figure has been placed in the proposal, however, this does not guarantee any payment, nor does it confine the miscellaneous work to the amount shown on the proposal. The applicable items contained in the Standard Saecifications for Street and Storm Drain Construction for the City of Fort Worth, Texas, shall apply to this contract just as though GENERAL REQUMEMEM -2- Transportation and Public Works Department, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas. Reference is also made to the North Central Texas Council of G . ents Standard Sneciflcations for Public Works Construction and shall apply to this contract just as though each were incorporated into these documents. A copy of the Standard Specifications for Public Works Construction my be purchased at the offices of the North Central Texas Council of Governments, 616 Six Flags Drive, Centerpoint Two, Arlington, Texas 76011, Tel 817-640-3300. The Contractor shall provide all permits and licenses and pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. The Contractor shall contact the City of Fort Worth's Development -Plans Exam Section for a determination of applicable permits or variances required for this project. SECTION 01135 - CONTRACT TIME 1.01 PROGRESS AND COMPLETION Upon receipt of a notification letter and the executed construction contract, the Contractor shall be responsible for scheduling a preconstruction conference, which shall be held no later than ten working days from the date of the notification letter. At the time of the preconstruction conference, a construction start date shall be established and indicated in the Notice to Proceed (Work Order) issued by the Engineering Department. The Contractor shall begin the work to be performed under the contract on or before ten working days from the date the Work Order is issued. The Contractor shall carry the work forward expeditiously with adequate forces and shall complete it within the period of time stipulated in the contract. 1.02 LIQUIDATED DAMAGES This project shall be completed within the specified days allowed. If project construction exceeds the allotted contract time, liquidated damages will be assessed as stipulated in the Citv of Fort Worth Standard Specification for Street and Storm Drain Construction. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. SECTION 01140 - ALTERNATIVES ... The City reserves the right to abandon, without obligation to the contractor, any part of the project (subject to conditions set forth in Section 01150 - Payment to Contractor) or the entire project at any time before the Contractor begins any construction work authorized by the City. SECTION 01150 - PAYMENT TO CONTRACTOR, PROJECT ACCEPTANCE & WARRANTY GENERAL REQUMEMMNTS -3- -. 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 1st day and 15th day of each month that the work is in progress. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net invoice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. 1.03 It is understood that the partial pay estimate amounts will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Payment of any partial pay estimates shall not be an admission on the part of the Owner of the .amount of -- work done or of its quality or sufficiency or as an acceptance of the work done; nor shall same release the Contractor of any of its responsibilities under the Contract Documents. 1.04 The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this Contract. Y 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. GENERAL REQUIREMENTS -4- 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 sN (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: 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 ,41 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. .A GENERAL REQUIREMENTS -5- 29 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 Y performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an , equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in _ full force until the discharge of the contract. 1.11 CLAIMS AND DAMAGES: Any claims for extra work or for any other related matter or cause must be made in writing to the City Engineer within seven calendar days from and after the cause or claim arises. Unless such claim is so presented, it shall be held that the Contractor has waived the claim, and he shall not be entitled to receive pay thereof. 1.12 TRANSPORTATION: No allowance or deduction will be made for any charge of freight rates. No allowance for transportation of men, materials or equipment will be allowed. 1.13 ACCEPTANCE AND FINAL PAYMENT: The City, upon receipt of the Director's "Certificate of Completion" and "Final Estimate" and upon receipt of satisfactory -- evidence from the Contractor that all subcontractors and persons furnishing labor or materials have been paid in full and all claims of damages to property or persons because of the carrying on of this work have been resolved, or the claims dismissed or the issues joined, shall certify the estimate for final payment after previous payments have been deducted and shall notify the Contractor and his surety of the acceptance of the project. Bills Paid Affidavit and Consent Of Surety shall be required prior to final payment becoming due and payable. In the event that the Bills Paid Affidavit and Consent Of Surety have been delivered to the City and there is a dispute regarding (1) final quantities, GENERAL REQUIREMENTS -6- W, or (2) liquidated damages, the City shall make a progress payment in the amount that the City deems due and payable. On projects divided into two or more units, the Contractor may request a final payment on one or more units which have been completed and accepted. On delivery of the final payment, the Contractor shall sign a written acceptance of the final estimate as payment in full for the work done. All prior partial estimates shall be subject to correction in the final estimate and payment. 1.14 WARRANTY: The Contractor shall be responsible for defects in this project due to faulty workmanship or materials, or both, for a period of two (2) years beginning as of the date that the final punch list has been completed and the project accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the Contractor and the City. The contractor will be required to replace, at own expense, any part, or all, of this project which becomes defective due to these causes. SECTION 01300 - SUBMITTALS Prior to construction, the Contractor shall furnish the Parks and Community Services Department a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time for turf establishment (if applicable) and project clean-up. The Contractor shall submit to the Project Manager shop drawings, product data and samples required in specification sections. Refer to Section 01640 —1.02. SECTION 01400 - QUALITY CONTROL The Contractor will receive all instructions and approvals from the Director of Engineering and/or his assigned inspectors. The inspector will be introduced to the contractor prior to beginning work. Any work done at the direction of any other authority will not be accepted or paid for. Final approval for the finished project shall be given by the Director of Engineering, City of Fort Worth. The Contractor or a competent and reliable superintendent shall oversee the work at all times. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. SECTION 01410 - TESTING All tests made by the testing laboratory selected by the City will be paid for by the City. In the event manufacturing certificates are requested, they shall be paid for by the Contractor. SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS GENERAL REQUIREM ENTs -7- 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 WPTHIN 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 „Y:ate power supplier) to erect temporary mechanical barriers, de -energize the line, or raise or lower the line. The contractor shall maintain a log of all such correspondence. The Contractor is responsible for all costs incurred. SECTION 01640 - SUBSTITUTIONS AND PRODUCT OPTIONS -- 1.01 GENERAL For consideration of product substitutions, send submittals to: Joel McElhany, Senior Landscape Architect (817) 871-5745 �- 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. - GENERAL REQUIREMENTS -8- B. Tabulate list by each specification section. C. For products specified under reference standards, include with listing of each product: 1. Name and address of manufacturer 2. Trade name 3. Model or catalog designation 4. Manufacturer's data a. Performance and test data b. Reference standards D. Specified material shall not be ordered by the Contractor until such time product material submittals have been received, reviewed and approved by the project consultant and / or City. 1.03 CONTRACTOR'S OPTIONS A. For products specified only by reference standards, select any product which meets such standards from any manufacturer. B. For products specified by naming several products or manufacturers, select any product and manufacturer named. C. For products specified by naming one or more products, the Contractor must submit request, as required for substitution, for any product not specifically named. 1.04 SUBSTTI'UTIONS A. During bidding, the Project Manager will consider written requests from Prime Bidders 9n1 y (bidders submitting Bid Proposals for the construction of all work) for substitutions which are received at least fifteen (15) Working Days prior to bid date, exclusive of the bid opening date; requests received after that time will not be considered. J B. Within thirty (30) calendar days after date of Contract execution, the Project Manager will consider formal requests from Contractor for substitution of products in place of those specified. C. Submit two (2) copies of request for substitution. Include in request: 1. Complete data substantiating compliance of proposed substitution with Contract Documents. 2. For products: a. Product identification, including manufacturer's name and address. GENERAL REQUIREMENTS -9- b. Manufacturer's literature: (1) Product description ` (2) Performance and test data (3) Reference standards C. Samples, if required. d. Name and address of similar projects on which product was used, and date of installation. D. In making request for substitution, the Prime Bidder / Contractor represents: 1. That the Prime Bidder / Contractor has personally investigated proposed product or method, and determined that it is equal or superior in all respects to that specified. 2. That the Prime bidder / Contractor will provide the same guarantee (or better) for substituted product or method specified. 3. That the Prime Bidder / Contractor will coordinate installation of accepted , substitution into work, making such changes as may be required for work to be complete in all respects. 4. That the Prime Bidder / Contractor waives all claims for additional costs _ related to substitution which consequently become apparent. E. Substitutions will not be considered if: 1. They are indicated or implied on shop drawings or project data submittals without formal request submitted in accord with Paragraph 1.04. .� 2. Acceptance will require substantial revision of Contract Documents. 3. Substitution requests submitted with less than fifteen (15) Working Days prior to bid opening date, exclusive of the bid opening date or after thirty (30) calendar days from the date of the executed contract. P. Should the Contractor install any material and / or equipment which is non - specified, failed to submit the appropriate submittals for review and did not receive approval from the City prior to installation, all such material and / or equipment shall be removed by the Contractor and install specified equipment - and/or material at no additional expense to the City. SECTION 01700 - PROJECT CLOSEOUT 1.01 CLEAN - UP The Contractor shall make final clean-up of the construction area, to the satisfaction of the Parks and Community Services Department, as soon as construction in that area is completed. Clean-up shall include removal of all construction materials, pieces of concrete, equipment and/or other rubbish. No more than five (5) days shall elapse after the completion of construction before the area is cleaned. Surplus materials shall be disposed of by the Contractor, at this own expense, and as directed by the Parks and GENERAL REQUIREMENTS -10- me 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. damaae or death is caused. in whole or in Dart. by the negligence or alleged negligence of Owner. its officers. servants or emvlovees. 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 Dart by the neslieence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems appropriate, refuse to accept bids on any other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. END OF DIVISION GENERAL REQUIREMENTS -11- SECTION 02200 - SrM 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 SPECUMD 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 Dronosed 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. 3.08 CONSTRUCTION STAKING: All construction staking for this project shall be provided by the contractor. The contractor shall provide competent staff or employ a qualified surveyor. Payment for construction staking shall be considered subsidiary to all other bid items; no additional payment shall be provided. After completion of staking, the contractor shall furnish survey field notes and cut sheets to the owner for review. END OF SECTION SITE PREPARATION 02200 -2- SECTION 02300 - EARTHWORK PART 1-GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 - Site Preparation. B. Grading Plan: Refer to plan sheets. 1.03 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work. The total cost will be included in the Bid Proposal. Payment will be made on a Lump Sum basis only. PART 2 - PRODUCTS 2.01 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation, 4 unless separately designated, within the limits of the work. Unclassified excavation includes all material encountered regardless of its nature or the manner in which it is to be excavated. 2.02 UNCLASSIFIED FILL A. Unclassified fill shall consist of all fill within the limits of the work. All suitable native materials removed in unclassified excavation, or similar imported materials, shall be used insofar as practicable as unclassified fill. Properly deposited, conditioned, and compacted fill is hereinafter referred to as "earth embankment." B. Rock: Minor quantities of rock not greater than four inches in greatest dimension are permissible in fill materials used to construct earth embankment. Minor quantities of rock of greater dimensions may be placed in the deeper fills in accordance with the State Department of Highways and Public Transportation requirements for construction of rock embankments, provided such placement of rock is not immediately adjacent to structures or piers. Also, rock may be placed in the portions of embankments outside the limits of the completed graded width where the size of the rock prohibits their incorporation in the normal embankment layers. 2.03 TOPSOIL On -Site Topsoil: Topsoil shall consist of an average depth of six inches (6) of native surface soil left in place after the ground cover of herbaceous vegetation and other objectionable matter has been cleared by "blading," as specified in Section 02200, "Site Preparation." Topsoil may be greater or less, than the upper six inches (6") in depth. EARTHWORK 02300 -1- A. Imported fill materials shall be used for the construction of earth embankment in the event that (1) the volume of unclassified excavation is less than the volume of fill required for earth embankment and/or (2) the condition of materials removed in unclassified excavation makes them unsuitable for use in the construction of earth embankment. B. The Contractor shall haul and place imported fill obtained from off -site sources as necessary to construct the embankment and various other details of the construction plans. All costs related to such imported fill will be included in the contract price, and no additional or separate payment for imported fill will be due the Contractor. C. A sample of the proposed imported fill must be provided by the Contractor and be approved by the Owner. In general, imported material must be equal to or better than native material in quality and engineering characteristics. The Architect/ Engineer may also require the Contractor to provided a material analysis test of the proposed fill. - 2.05 SELECT MATERIALS A. Select materials shall be imported from offshe 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 W 3. Hardpan clay, heavy clay, or clay balls 4. Rubbish _ 5. Construction rubble 6. Sand or gravel 7. Rocks, cobbles, or boulders 4 8. Cementious matter 9. Foreign matter of any kind B. Unsuitable materials will be disposed of as "waste" as specified in Section 02200. C. Wet Material: If fill material is unsatisfactory for use as embankment solely because of _ high moisture content, the Architect/Engineer may grant the Contractor permission to process the material to reduce the moisture content to a usable optimum condition. EARTHWORK �- 02300 -2- PART 3 - EXECUTION 3.01 SITE PREPARATION: In general, "site preparation," as specified in Section 02200, shall be performed in advance of grading and earthwork operations and shall be completed over the entire area of earthwork operations. 3.02 TOPSOIL A. The removal and storage of topsoil shall occur after site preparation is complete and before excavation and embankment construction begin. Likewise, topsoil will be replaced after excavation and embankment construction are complete. B. Removal: Topsoil shall be stripped to an average depth of six inches (6") from areas where excavation and embankment construction are planned. Topsoil may be obtained from greater depths if it is uncontaminated by the substratum and it is of good quality, in the opinion of the Architect/Engineer. C. Storage: Topsoil shall be stored in stockpiles conveniently located to areas that will later receive the topsoil. Stockpiles shall be out of the way of earthwork operations in locations approved by the Owner or Architect/Engineer. Stored topsoil shall be kept separate from other excavated materials and shall be protected from contamination by objectionable materials that would render it unsuitable. D. Timing: Topsoil will not be replaced (deposited) until construction activities are s 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. PO 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, lightmaintainer, 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- w 3.03 UNCLASSIFIED EXCAVATION A. All excavated areas shall be maintained in a condition to assure proper drainage at all times, and ditches and sumps shall be constructed and maintained to avoid damage to the areas under construction. B. Surplus Material: 1. Surplus excavation is that quantity of material that may be left over after the grading plan is executed, and all earthwork operations, including excavation, embankment construction, topsoil replacement, and final grading, are completed. Any other surplus material shall be disposed of as "waste" as specified in Section 02200. All such cost for removal shall be considered as incorporated into Earthwork costs C. Excavation in Rock: The use of explosives will not be permitted. Unless otherwise indicated on the plans, excavation in solid rock shall extend six inches (6") below required subgrade elevation for the entire width of the area under construction and shall be backfilled with suitable materials as indicated on the plans. 3.04 EARTH EMBANKMENT A. Earth embankment is defined as embankment composed of suitable materials removed in unclassified excavation and/or imported fill. The construction of embankment includes preparing the area on which fill is to be placed and the depositing, conditioning, and compaction of fill material. B. General: Except as otherwise required by the plans, all embankment shall be constructed in layers approximately parallel to the finished grade of the graded area, and each layer shall be so constructed as to provide a uniform slope as shown on the grading ` plan. Embankments shall be constructed to correspond to the general shape of the typical sections shown on the plans, and each section of the embankment shall correspond to the detailed section or slopes established by the drawings. After completion of the graded area, embankment shall be continuously maintained to its finished section and grade until the project is accepted. C. Preparation: Prior to placing any embankment, all preparatory operations will have been completed on the excavation sources and areas over which the embankment is to _ be placed. The subgrade shall be proof rolled to detect soft spots, which if exist, should be reworked. Proof rolling shall be performed using a heavy pneumatc tired roller, loaded dump truck, or similar piece of equipment weighing approximately twenty five (25) tons except as otherwise specified for tree protection and areas inaccessible to vehicular compactors. Stump holes or other small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed, loosened ground, or surfaces roughened by small washes or otherwise, shall be restored to approximately its original slope by blading or other methods, and, where indicated on the plans or required by the Owner, the ground surface, thus prepared, shall be compacted by sprinkling and rolling. EARTHWORK 02300 -4- D. Scarification: The surface of all areas and slopes over which fill is to be placed, other than rock, shall be scarified to a depth of approximately six (6") inches to provide a bond between the existing surface and the proposed embankment. Scarification shall be accomplished by plowing, discing, or other approved means. Prior to fill placement, the loosened material shall be adjusted to the proper moisture content and recompacted to the density specified herein for fill. E. Benching: Scarification is normally adequate for sloping surfaces. However, in certain cases where fill is to be placed against hillsides or existing embankment with slopes greater than 4:1, the Owner may direct the Contractor to key the fill material to the existing slopes by benching. A minimum of two feet (2') normal to the slope shall be removed and recompacted to insure that the new work is constructed on a firm foundation free of loose or disturbed material. F. Depositing: Fill material shall be placed in horizontal layers or lifts, evenly spread, not to exceed eight (8") inches in loose depth before conditioning and compaction. Unless otherwise permitted, each layer of fill material shall cover the length and width of the area to be filled and shall be conditioned and compacted before the next higher layer of fill is placed. Adequate drainage shall be maintained at all times. G. Watering: At the time of compaction, the moisture content of fill material shall be such that the specified compaction will be obtained, and the fill will be firm, hard, and unyielding. Fill material which contains excessive moisture shall not be compacted until it is dry enough to obtain the specified compaction. H. Compacting: Each layer of earth fill shall be compacted by approved tamping or sheepsfoot rollers, pneumatic tire rollers, or other mechanical means acceptable to the Owner. Hand -directed compaction equipment shall be used in areas inaccessible to vehicular compactors. I. Grading: Embankments shall be constructed in proper sequence and at proper densities for their respective functions. All embankment serves in one capacity or another as subgrade (e.g., under topsoil, under concrete and asphalt pavement, under structures, etc.). Accordingly, the upper layer of embankment shall be graded to within plus or minus 0.10 foot of proper subgrade elevation prior to depositing topsoil, and prior to the construction of pavements, slabs, etc. 3.05 DENSITY CONTROL A. Earth Embankment in General: Earth embankment shall be compacted in lifts at a minimum of ninety percent (90%) of Standard Density ASTM D698 with plus four percent (4%) -or minus two percent (2%) percentage points of optimum moisture content. B. Earth Embankment Under Structures and Pavement: The top six (6") inches of natural earth comprising the subgrade for structural slabs or for areas of pavement shall be ninety five percent (95%) to ninety eight percent (98%) of Standard Density ASTM EARTHWORK 02300 -5- .i D698 with the moisture content at minus two percent (2%) to plus four percent (4%) of optimum moisture content. - 3.06 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all embankments that are to function as subgrade for structures, areas of pavement, or for select embankment. After completion of the embankment, the Contractor shall prevent excessive loss of moisture in the embankment by sprinkling as required. Loss of moisture in excess of two percent (2%) below optimum in the top twelve inches (12") of the fill will require that the top twelve inches (12") of the embankment be scarified, wetted, and recompacted prior to placement of the structure, select fill or pavement. If desired, the Contractor may place an asphalt membrane of emulsified or cutback asphalt over the completed embankment and thus eliminate the sprinkling requirement. 3.08 TOPSOIL REPLACEMENT: Topsoil shall be carefully placed to avoid any displacement or damage to the subgrade. If any of the subgrade is rutted, damaged or displaced it shall be restored prior to placing topsoil. Topsoil shall be replaced as specified herein per Item 3.02. END OF SECTION EARTHWORK - 02300 -6- SECTION 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. SECTION 02840 - TURF SODDING -1- PART 2 — PRODUCTS 2.01 SOD A. The sod shall be "Common Bermuda" and shall consist of stolons, leaf blades, rhizomes and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than one inch. Sod shall be alive, healthy and vigorous and shall be free of insects, disease, stones and undesirable foreign materials and grasses. Sod _ shall have been produced on growing beds of clay or clay -loam topsoil. The sod shall not be harvested or planted when its moisture condition is so excessively wet or dry that its survival will be affected. If sod is stacked, it shall be kept moist and shall be stacked roots -to -roots and grass -to -grass. B. The sod shall be cut in strips four feet wide, or as called for on plan, to be laid parallel with the contours. 2.02 FERTII.IZER A. All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis. B. All fertilizer shall be in acceptable condition for distribution and shall be applied uniformly over the planted area two weeks after sodding. C. All fertilizer shall have an analysis of 3-1-2 or as designated on the plans. The fertilizer rate shall be 45 pounds of nitrogen per acre. 2.03 WATER The water shall be furnished by the Contractor and shall be clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. The amount of water will vary according to the weather variables. Generally, the sod should be soaked one time per day for three weeks or until established. Soaking is mandatory after _ spreading the fertilizer. 2.04 COMPOST All compost material is to be totally organic and decomposed for at lease nine months. All compost is to be clean and free of fungus, disease, live plants, seed, excessive cotton lint and any harmful chemicals. "New Life Soil Conditioner" or "Perma Green Compost", as specified below or an approved equal, shall be used. Raw organics are not acceptable. A. For soil with an alkaline DH 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 DH 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. SFEnON 02840 - TURF SODDING -2- 0 .. .. 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. Twenty-one days after planting, turfgrass areas shall receive an application of 3-1-2 fertilizer at the rate of 45 pounds of nitrogen per acre. Water well after application to prevent burning as per requirements indicated in Part 2 — 2.03 Water END OF SECTION SECTION 02840 - TURF SODDING -3- SECTION 02930 - SEEDING PART 1- GENERAL 1.01 DESCRIPTION A. Work Included: Seeding of grass seed or wildflower seed, as specified on the plans. B. Related Work Specified Elsewhere: Section 02300, Earthwork. 1.02 REFERENCE STANDARDS A. Standardized Plant Names 1. For exotic plant materials: American Joint Committee of Horticultural Nomenclature, Second Edition, 1942. 2. For native materials a. Manual of the Vascular Plants of Texas by Correll and Johnston b. Check List of Vascular Plants of Texas by Hatch c. Flora of North Central Texas by Shinners and Moller B. Texas Highway Department: Standard Specifications for Construction, Item 164, "Seeding for Erosion Control" and Item 180, "Wildflower Seeding". 1.03 SUBMITTALS A. Seed 1. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure live seed (PLS) b. Name and type of seed 2. If using native grass or wildflower seed, seed must have been harvested within one hundred (100) miles of the construction site. 3. All seed shall be tested in a laboratory with certified results presented to the City, in writing, prior to planting. 4. All seed to be of the previous season's crop and the date on the container shall be within twelve months of the seeding date. 5. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. B. Fertilizer 1. Unopened bags labeled with the analysis 2. Conform to Texas fertilizer law 1.04 JOB CONDITIONS A. Planting Season: The season varies according to species (see Part 2 - Products). Do not seed when soil is excessively wet or dry or when wind exceeds ten (10) miles per hour. B. Schedule After All Other Construction and planting is complete. SECTION 02930 - SEEDING -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 PuritV 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 crass 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* Sorghasman nutans 0.5 Sand Lovegrass* Eragrostis trichodes r 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatwn 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 bipinnatif ida + 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. Temnorary erosion control seed When specified on the plans, temporary control measures shall be performed. These measures shall consist of the sowing of cool season plant seeds and the work and materials as required in this section. SECTION 02930 - SEEDING -3- B. Mulch 1. Mulch should be designed for use with conventional mechanical or hydraulic planting of seed, either alone or with fertilizer. 2. Mulch should be wood cellulose fiber produced from virgin wood or recycled paper -by-products (waste products from paper mills or recycled newspaper). 3. Mulch should contain no growth or germination inhibiting factors. 4. Mulch should contain no more than ten percent (10%) moisture, air dry weight basis. 5. Additives shall include a binder in powder form. 6. Material shall form a strong moisture retaining mat. C. Fertilizer 1. All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis. 2. All fertilizer shall be in acceptable condition for distribution and shall be applied uniformly over the planted area. 3. Analysis of 16-20-0, 16-8-8, or as designated on the plans. Fertilizer rate: a. No fertilizer is required for wildflower seeding. b. Where applying fertilizer on newly established seeding areas - 100 pounds of Nitrogen per acre. C. Where applying fertilizer on established seeding areas - 150 pounds of Nitrogen per acre. D. Water: Shall be furnished by the Contractor, at no cost to the Owner, by means of temporary metering / irrigation, water truck or by any other method necessary to achieve viable, acceptable stand of turf as noted in 3.04.B.2. of this specification. The water source shall be clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. The amount of water will vary _ according to the weather variables. Generally, an amount of water that is equal to the average amount of rainfall plus one half inch (1/2") per week should be applied for approximately three weeks or until project is accepted by the City. E. Erosion Control Measures 1. For seeding application in areas up to 3:1 slope, use cellulose, fiber or recycled - paper mulch, (see 2.01, B. Mulch and 3.03). 2. For seeding application in areas 3:1 slope or greater, use the following soil retention blanket (Follow the manufacturer's directions): -� "Curlex I' from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL. 2.02 MDUNG 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. W 3. Any objects that may interfere with seeding or maintenance. B. Tilling 1. In all compacted areas till one inch (1 ") deep. 2. If area is sloped greater than 3:1, run a tractor parallel to slope to provide less seed/water run-off. 3. In areas near trees: Do not till deeper than one half (1/2") inch inside "drip line" of trees. C. Watering: Soil should be watered to a minimum depth of four inches within forty eight (48) hours of seeding. 3.02 SEEDING A. If Sowing 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. 3.03 MULCHING A. Apply uniformly after completion of seeding in areas up to 3:1 slope. Mulch may be Pe 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 1,5001bs./acre. 2. Sandy soils, sloping surfaces - minimum 1,800 lbs./acre. 3. Clay soils, flat surfaces - minimum 2,5001bs./acre. LA 4. Clay soils, sloping surfaces - minimum 3,000 lbs./acre. SECTION 02930 - SEEDING MW -5- 5. "Flat" and "sloping" surfaces will be shown on the plans if not visually obvious. C. Apply within thirty (30) minutes after placement in equipment. Keep mulch moist, by daily water application, if necessary: 1. For approximately twenty-one (21) days, or 2. Until seeds have germinated and have rooted in soil, (see 3.04.B.2.) and project has been accepted by the City. 3.04 MAINTENANCE AND ACCEPTANCE A. Includes protection, replanting, maintaining grades and immediate repair of erosion - damage until the project receives final acceptance. Refer to Part 2 - 2.01- D. for watering requirements to be executed by the contractor. B. All areas requiring revegetation shall have 100% established stand coverage prior to City acceptance. 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: Full coverage per square foot established within _ two to three (2-3) weeks of seeding date on a smooth bed free of foreign material and rocks or clods larger than one inch diameter. b. Native grass and wildflowers: eighty percent (80%) coverage of growing ,. plants within seeded area within twenty-one days of seeding date on a smooth bed free of foreign material and rocks or clods larger than one inch diameter. END OF SECTION - SECTION 02930 - SEEDING -6- SECTION 03300 — CAST -IN -PLACE CONCRETE PART 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 y 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 barss shall be number three bars spaced 18 inches on center in walks and 12 inches in slabs as shown on Plans. 2.03 CONCRETE MATERIALS A. Cement: Portland cement shall meet the requirements of A.S.T.M. Specifications Designation C-150 and shall be Type 1. B. Aggregates: Concrete aggregates shall consist of gravel or crushed stone and ,. shall be free from any excess amount of salt, alkali, vegetative matter or other objectionable materials. The aggregate shall be well graded from fine to course and the maximum size shall be one inch. Fine aggregate shall consist of sand C. Water: Water used in mixing concrete shall be clean and free from deleterious amounts of acids, alkalies, vegetative matter or organic material. The concrete shall be mixed in an approved batch mixer. The mixing time shall not be less than one minute after all the batch materials are in the mixer. Cement content CAST -IN -PLACE CONCRETE 03300 -1- shall be not less than five sacks per cubic yard of concrete and shall have a _ minimum 28 day compressive strength of 3,000 psi. D. Mixing: Transit mixed concrete shall meet all the requirements for concrete as _ specified above. Sufficient transit mix equipment shall be assigned exclusively to the project as required for continuous pours at regular intervals without stopping or interrupting. Concrete shall not be placed on the job after a period of 1 1/2 hours after the cement has been placed in the mixer. 2.04 RELATED MATERIAL A. Expansion Joint Filler: Expansion joint material shall be one inch clear heart redwood with cap and paved cross section as shown on the plans B. Dowels: Dowels for expansion joints shall be number four smooth round steel bars with expansion tubes as shown on Plans. Dowels shall be placed eighteen _ inches on center or as shown on Plans. C. Curing Compound: The membranous curing compound shall comply with the requirements of A.S.T.M., Designation C-309, Type 2, white pigmented. D. PVC Sleeves: The Contractor shall furnish and install four inch class 200 PVC - pipe sleeves under concrete walk as shown on plans and details. E. Caulking and Sealants - See Section 07920 2.05 CONCRETE MIX DESIGN AND CONTROL A. Mix Design: The concrete shall contain not less than five sacks of cement per cubic yard. Total water shall not exceed seven gallons per sack of cement. The mix shall be uniform and workable. The amount of course aggregate (dry -loose - volume) shall not be more than 85 percent per cubic yard of concrete. The net amount of water will be the amount added at the mixer plus the free water in the aggregate or minus the amount of water needed to compensate for absorption by the aggregates. Free water or absorption determinations will be based on the condition of the aggregates at the time used. The absorption test will be based on a thirty minute absorption period. No water allowance will be made for evaporation after batching. B. Slump: When gauged by the standard slump test, the settlement of the concrete shall not be less than 3 inches nor more than 5 inches, unless otherwise indicated. C. Quality: The concrete shall be designed for a minimum compressive strength of 3,000 pounds per square inch at the age of twenty-eight days using a 5 sack mix. CAST IN -PLACE CONCRETE -° 03300 -2- D. Control -Submittal: Within a period of not less than ten days prior to the start of concrete operations, the Contractor shall submit to the Engineer a design of the concrete mix proposed to be used together with samples of all materials to be incorporated into the mix and a full description of the source of supply of each material component. The design of the concrete mix shall conform 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 days 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 OA 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 No 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 comers of the forms. Special care shall be taken to prevent voids and honeycombing. The concrete shall then be struck off and bull -floated to the grade shown _ on the Plans before bleed water has an opportunity to collect on the surface. 3.04 FINISHING All concrete shall be finished by experienced, qualified concrete finishers. All concrete shall have a neat, rounded edge. Edging and jointing (radius described on Plans) shall be accomplished with care so as not to leave deep impressions in the concrete surface adjacent to edges and joints. After the concrete has been floated and has set sufficiently to support the weight of cement finishers, a smooth steel trowel will be used to produce hard surface. The entire surface will then be brushed with a stiff bristle broom to produce - a uniform textured finish. All edges and sides of concrete exposed to view shall be free of warp and blemishes with a uniform texture and smoothness as described in Plans. 3.05 CURING Curing Compound: Immediately after the finishing operations, the concrete shall be completely covered with a curing compound. The concrete surface shall be kept moist - between finishing operations and the application of the curing compound. The curing compound shall be applied under pressure by means of a spray nozzle at a rate not to exceed 200 square feet per gallon. A minimum of 72 hours curing time will be required. -- 3.06 CONCRETE WALLS A. Placing Concrete 1. Where tremies are used, or where the free drop is 5'-0" or more, and through reinforcement, use a dumping box or board, moving the concrete therefrom by shovels or hoes. 2. Deposit concrete so that the surface is kept level throughout, a minimum being permitted to flow from one position to another, and place as rapidly ` as practicable after mixing. 3. Do not use in this Work any concrete not placed within 30 minutes after leaving the mixer. CAST -IN -PLACE CONCRETE - 03300 -4- 4. Thoroughly work concrete around reinforcement and embedded fixtures, and into 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. 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 CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2, May 12, 1994) 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314.2. (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION - CITY OF FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH TEXAS COUNCIL OF GOVERNMENTS. 2. MATERIALS 2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification. Before the installation of the joint sealant, the Contractor shall furnish the Engineer certification by an independent testing laboratory that the silicone joint sealant meet these requirements. 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated, documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems. Verifiable documentation shall be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied. 2.3 Self -Leveling Silicone Joint Sealant The joint sealant shall be Dow Coming 890-SL self -leveling silicone joint sealant as manufactured by Dow Corning Corporation, Midland, MI 48686-0994, or an approved equal. Self -Leveling Silicone Joint Sealant Test Method Test Reauirement AS SUPPLIED * * * * Non Volatile Content, % min. 96 to 99 MIL-S-8802 Extrusion Rate, grams/minute 275 to 550 CAULKING AND SEALANTS 07920 ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin -Over Time, minutes max. 60 **** Cure Time, days 14 to 21 * * * * Full Adhesion, days 14 to 21 ASTM D 412, Die Mod. Elongation, % min. 1400 ASTM D 3583 Modulus 0 150% Elongation, psi max. 9 (Sect 14 Mod.) ASTM C 719 Movement, 10 cycles 0 +1001-50% No Failure ASTM D 3583 Adhesion to Concrete, % Elongation min. 600 (Sect. 14 Mod.) ASTM D 3583 Adhesion to Asphalt, % Elongation min. 600 (Sect. 14 Mod.) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw -cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall occur between them. Reference is made to the "Construction Detail" sheet for the various joint details with their respective dimensions. 3. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail" sheet or as directed by the Engineer within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width "green" saw -cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cure for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be made, the joint cleaned, and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising. 4. EQUIPMENT 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: CAULKING AND SEALANTS 07920 2 4.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 4.3 High Pressure Water Pump: The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly - flush the concrete slurry from the saw -cut joint. 4.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow -tube shall fir into the saw -cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 4.7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 5. CONSTRUCTION METHODS 5.1 General: The joint reservoir saw cutting, cleaning, bond breaker installation, and .p joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints: The joints shall be saw -cut to the width and depth as shown on the "Construction Detail' sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one -direction to prevent joint contamination. When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted. The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) CAULIUNG AND SEALANTS 07920 3 After complete drying, the joints shall be sandblasted. The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown -out using compressed air. The blow tube shall fit into the joints. The blown joint shall be checked for residual dust or other contamination. If any dust or contamination is found, the sandblasting and blowing shall be repeated until the joint is cleaned. Solvents will not be permitted to remove stains and contamination. Immediately upon cleaning, the bond breaker and sealant shall be placed in the joint. Open, cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tae shall be installed in ` the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions. 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 4OF (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the y pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack -free. Approval of Joints: A representative of the sealant manufacturer shall be present _ at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. 6. WARRANTY The Contractor shall provide the Engineer a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the Engineer. CAULKING AND SEALANTS 07920 .. 4 7. BASIS OF PAYMENT y SEPARATE PAYMENT SHALL NOT BE PROVIDED FOR THIS ITEM. This item is to be considered subsidiary to all other bid items and shall include furnishing all materials and for all preparation, delivery, and application of those sealing materials and for all labor, equipment, tools, and incidentals necessary to complete the joint sealing in conformity with the plans and these specifications. me CAULKING AND SEALANTS 07920 5 so CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: NAME OF PROJECT: Parkine Lot Imnrovements at Diamond Hill Communitv Center. Northside Communitv Center. Lake Como Park and Haws Athletic Center PROJECT NUMBER: C200-802370097780/C200-801370098680/C200-807370098780/C200-802370098580 IS TO CERTIFY THAT: McClendon Construction Comoanv. Inc. is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance (Public Ea. Occurrence: $ Liability) Property Damage: Ea. Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea. Occurrence: $ excavations -- Damage to Underground Utilities Ea. Occurrence: Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea. Person: $ Ea. Occurrence: $ Property Damage: _ Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Other Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. .. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's worker's compensation insurance policy. Aeencv Insurance Co.: Fort Worth Agent By Address Title CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Wor�iygepartme:�E gineering No. and City of Fort Worth Project No. ''�''�� iiZl� CONTRACTOR mcf, 11dui 1 i,ul lou uutNN w P.O. Box 999 By. B leson,/TX /76097 Name: A �( 1 Title: I -, V1 V ( 0 ( lO Gzcc G► �/I�r - Date: /Zdd `7 STATE OF TEXAS § COUNTY OF TARRANT § �1 Before methe undersigned authority, on this day personally appeared t /% 11 , . known to me to be the person whose name is subscribed to the foregoing instrument, and acl nowledged to me that he executed the same as the act and deed of Ike PJ#-for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this 1V14day of 20 D9 .� Notarylic in and for the State of Texas MARYJ. PORM a MY COMMISSION EXPIRES „p�, Sep*ft 17, 2012 BIDDER'S STATEMENT OF QUALIFICATIONS Firm Name: Date Organized: ❑ PARTNERSHIP ❑ CORPORATION Address: City: State: Zip: Telephone Number: Fax Number: Number of years in business under present name: Former name(s) of organization: CLASSIFICATION: ❑ General ❑ Building ❑ Electrical ❑ Plumbing ❑ HVAC ❑ Utilities ❑ Earthwork ❑ Paving ❑ Other LIST A MINIMUM OF THREE SINMAR COMPLETED PROJECTS WITHIN LAST THREE YEARS PROJECT NAME AND LOCATION NAME /TELEPHONE NUMBER OF OWNER NAME /TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION PROJECT NAME AND LOCATION NAME /TELEPHONE NUMBER OF OWNER NAME /TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE BIDDER'S STATEMENT OF QUALIFICATIONS -1- SCOPE OF WORK DESCRIPTION PROTECT NAME AND LOCATION NAME /TELEPHONE NUMBER OF OWNER NAME /TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION PROTECT NAME AND LOCATTON NAME /TELEPHONE NUMBER OF OWNER NAME /TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION PROTECT NAME AND LOCATION NAME /TELEPHONE NUMBER OF OWNER NAME /TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION BIDDER'S STATEMENT OF QUALIFICATIONS -2- 2. LIST CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERIENCE: 3. LIST ALL LABOR SUBCONTRACTORS (attach additional pages as needed) SUBCONTRACTOR NAME PREVIOUS PROJECT EXPERIENCE / CONTACT NAME /TELEPHONE NUMBER A. SUBCONTRACTOR NAME I.. TRADE PREVIOUS PROJECT EXPERIENCE / CONTACT NAME /TELEPHONE NUMBER RR C. BIDDER'S STATEMENT OF QUALIFICATIONS -3- SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE / CONTACT NAME /TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE / CONTACT NAME /TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE / CONTACT NAME /TELEPHONE NUMBER A. B. C. Note 1. Section 8.1 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth will be enforced. 2. The Prime Bidder selected for this project shall submit Letters Of Intent executed between the Prime Bidder and any and all subcontractors to be utilized on this project within five worldng days of being recognized as the overall qualified low Prime Bidder by the City. Subsequent substitution of sub -contractors must be approved by the City. 3. Prime Bidder shall include financial statement in this submittal. BIDDER'S STATEMENT OF QUALIFICATIONS -4- M Bond No. 8219-05-79 PERFORMANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: That we (1) McClendon Construction Companv. Inc. as Principal herein, and (2) Vigilant Insurance Companv. a corporation organized under the laws of the State of (3) New York . 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 - Four Hundred Seven Thousand. Seven Hundred Fiftv-Seven and 45/100................................................................ ($407.757.45) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, *+ successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain contract with the Obligee dated the 15`h of December, 2009 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of: Parking Lot Improvements at Diamond Hill Communitv Center, Northside Communitv Center, Lake Como Park and Haws Athletic Center NOW THEREFORE, the condition of this obligation is such, if the said Principle 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 15`h of December . 2009. M Bond No. 8219-05-79 go ATTEST: (Principal) Secretary \ (SEAL) Witness to Principal ATTEST: Secretary Witness �to Surety Jennifer R. Marsh si i NOTE: no (1) Correct name of Principal (Contractor). (2) Correct name of Surety. No (3) State of incorporation of Surety McClendo struction Companv, Inc. PRINCI L BY: L Name: Dan McClendon Title: President PO Box 999 Burleson, TX 76097 Visilant Insurance Companv S Y BY: Name: . S eenev A orn -in-Fact Address: 2001 Brvan Street, Suite 3400 Dallas, Texas 75201 Telephone Number: 214-754-0777 Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall no be attached to Bond by Attorney -in -Fact. The date of bond shall not be prior to date of Contract. no no no no M Bond No. 8219-05-79 PAYMENT BOND THE STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § _ That we, (1) McClendon Construction Companv. Inc., as Principal herein, and (2) Visilant Insurance Companv a corporation organized and existing under the laws of the State of (3) New York , 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 Seven Thousand, Seven Hundred Fiftv-Seven and 45/100........................ Dollars ($407,757.45) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 15`h day of December A.D., 2009, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Parking Lot Improvements at Diamond Hill Communitv Center, Northside Community Center, Lake Como Park and Haws Athletic Center 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. SIGNED and SEALED this 15`h day of, December 2009. r W Bond No. 8219-05-79 ATTEST: (Principal) ��e�feitLary (SEAL) Witness Uto Principal ATTEST: Secretary Witness a to Surety Jennifer R. Marsh NOTE: McClendo o auction Comoanv. Inc. PRINCIP L BY: Name: Dan McClendon Title: President PO Box 999 Burleson. TX 76097 Visil t Ih�r�nen-l ompanv SURE j(l , BY: Name: Knev Jv Aact Address: 2001 Brvan Street. Suite 3400 Dallas, Texas 75201 Telephone Number: 214-754-0777 (4) Correct name of Principal (Contractor). (5) Correct name of Surety. (6) 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 Attorney -in -Fact. The date of bond shall not be prior to date of Contract. Bond No. 8219-05-79 MAINTENANCE BOND .. THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS: .. That McClendon Construction Companv. Inc. ("Contractor"), as principal, and Vigilant Insurance Companv. a corporation organized under the laws of the State of New York, ("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 Seven .. Thousand, Seven Hundred Fifty -Seven and 45/100 .............................. Dollars ($407,757.45), 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 151h day of December , 2009, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: .. Parking Lot Improvements at Diamond Hill Communitv Center, Northside Community Center, Lake Como Park and Haws Athletic Center the same being referred to herein and in said contract as the Work and being designated as project number(s) C200-802370097780/C200-801370098680/C200-807370098780/C200-802370098580 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of Two (2) Years after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) vears: and, .. WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or inpart at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, +,+ WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a 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 of which shall be deemed an original, this 15`h day of December , A.D. 2009. Bond No. 8219-05-79 ATTEST: (S E A L) Secre4y ATTEST: (S E A L) Secretary McClendonX nstruction Comnanv, Inc. Contract By: Name: Dan McClendon Title: President Vigilant Insurance Companv Su*vle. t By Na Title: Attorney -in -Fact 2001 Brvan Street, Suite 3400 Dallas. Texas 75201 Address Policyholder Information Notice ME M MW IMPORTANT NOTICE To obtain information or make a complaint: You may call Chubb's toll -free telephone number for information or to make a complaint at 1-800-36-CHUBB You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800 252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis de Chubb's para informaci6n o para someter una queja al 1-800-36-CHUBB Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companfas, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTES SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para prop6sito de informacion y no se convierte en parte o condici6n del documento adjunto. Form 99-10-0299 (Rev. 1-08) .r icChubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jennifer R. Marsh, Charles D. Sweeney, Kyle W. Sweeney and Michael A. Sweeney of Fort Worth, Texas each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any Instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to In said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 3rd day of September, 2009. Kenneth C. Wendel Assistant Secretary David s, T., Viceice Preside STATE OF NEW JERSEY r. County of Somerset ss. On this 3rd day of September, 2009 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duty sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney Is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By - Laws and in deponent's presence. Notarial Seal OTAN UB KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JERSEY No 2316685 Commission 6tpires July 16, 2014 CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: Notary Public 'AN powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, arry 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 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 upon the Company rr with resp ect to any bond or undertaking to which it is attached." I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies') do hereby certify that - (1) the foregoing extract of the By- Laws of the Companies is true and correct, (11) the Companies are duty licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed In Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (III) the foregoing Power of Attorney is true, correct and In full force and effect Given under my hand and seals of said Companies at Warren, NJ this December 15, 2009 � �LrOrANP � � r erg ��frd.rpti'i-s L`32iL1,9C2�LVVeMaf AsLnt Kenneth CSecretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: suretv@..chubb.wm tt. Form 15-10- 02256- U (Ed. 5- 03) CONSENT STATE OF TEXAS § § KNOWN ALL BY THESE PRESENTS: COUNTY OF TARRANT § _ This Contract is made and entered into this the 15th day of December. , 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 McClendon Construction Companv, 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: Parkine Lot Improvements at Diamond Hill Communitv Center, Northside Communitv Center, Lake Como Park and Haws Athletic Center 2. That the Contract Documents shall consist of the written, printed, typed and drawn instruments which comprise and govern the performance of the work. Said Contract Documents include the notice to bidders, instructions to bidders, proposal, plans, specifications, notice of award, special provisions, general provisions, work order(s), this Contract, and the payment, performance, and maintenance bonds. The Contract Documents shall also include any and all supplemental agreements approved by the Owner which may be necessary to complete the work in accordance with the intent of the plans and specifications in an acceptable manner, and shall also include the additional instruments bound herewith. -- 3. That the work herein contemplated shall consist of furnishing as an independent .. contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Contract Documents prepared through the Parks and Community Services Department of the City of Fort Worth, which the plans and specifications of the Contract Documents are hereto attached and made a part of this Contract the same as if written herein. 4. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX The Contractor hereby agrees and binds itself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 5. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 72 Working Days from the time commencing said work. If the Contractor should fail to complete the work as set forth in the Plans, Specifications, and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, a per day charge per Working Day as stipulated in these contract documents, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 6. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications, and Contract Documents, then the Owner shall have the right to either demand the Surety to take over the work and complete same in accordance with the Plans, Specifications, and Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the Contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 7. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees. whether or not anv such iniurv, damage or death is caused, in whole or in part, by the ne,elieence or alleged neelizence of Owner, its officers, servants, or emnlovees. 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 damaze is caused in whole or in part by the neelie-ence or alle,eed neali,eence of Owner, its officers, servants or emnlovees.. 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. • • OFFIUAL RECU CITY SECRETARY FT VVr% TH T`. The Director may, if deemed appropriate, may refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 8. Owner agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the Contractor hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total Contract amount shall be Four Hundred Seven Thousand Seven Hundred Fiftv-seven and 45/100 ......................Dollars, ($407,757.45). 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 CITY OF FORT WORTH (Con Entity Name) ar es W. Daniels eclendon Construction Comuanv, Inc. Assistant City Manager PO Box 999 Burleson TX 76097 TITLE �� S RECOMMENDED: By: _ _ _ ATTEST: R hard Zavala, Director Pa s and Community Services a fait a Marty H drixAl oo°000°�� op a iS City Secretary C �' 0 O ° �o o x APPROVED AS TO FORM AND (j1 o o LEGALITY: a�� °°000000°°° Date tiA'pA.o� i AUTHORIZATION fM&C ti v _ Amy J. R msey Approval Date: Assistant City Attorney no OFFICIAL RECOR€? CITY SECREIARY � FT. WORTH, TX