Loading...
HomeMy WebLinkAboutContract 30739 / CITY SECRETARY ITY CSECRETARY V CONTRACT NO. D.O.E. FILELL4 SPECIFICATIONS CONTRACTOR'S BONDING CO. CONSTRUCTION'S COPY AND CLIENT DEPARTMENT CONTRACT DOCUMENTS FOR NORTHSIDE BRANCH LIBRARY PARKING LOT ADDITION Project No. GG01 0841000 IN THE CITY OF FORT WORTH, TEXAS 2004 MIKE MONCRIEF GARY W. JACKSON MAYOR CITY MANAGER GLENIECE A. ROBINSON—DIRECTOR LIBRARY DEPARTMENT r A. DOUGLAS RADEMAKER, P.E. - DIRECTOR DEPARTMENT OF ENGINEERING PREPARED BY DEPARTMENT OF ENGINEERING DESIGN SERVICES DIVISION lw Ko f' �����p�7 'Z r W FUGMD A ARGMANZ f .`pNT !.N��AV • IFOlzl WOit'r 1i 1_Council Agenda I H&C I Employee Directory I Morning Report U Ads I PAS I Solution ZOOS I Departments I Site Map Print M&C 1 j COUNCIL ACTION: Approved on 9/21/2004 DATE: 9/21/2004 REFERENCE NO.: G-14512 LOG NAME: 841MPROVE FUNDS ODE: G TYPE: NON-CONSENT PUBLIC HEARING:NO OBJECT: Reprogram Remaining Library Improvement Funds from the 1986 and 1998 Bond Programs and Award Contract to Cates, Courtney & Roebuck, LP, for Phase I of the Northside Branch Library Parking Lot Improvements RECOMMENDATION: is recommended that the City Council: 1. Authorize the reprogramming of$24,187.67 in the 1986 Capital Improvement Program (CIP) Library rdd provements Fund and $219,993.82 in the 1998 (CIP) Library Services Fund, for a total of$244,181.49, to ress a current funding need for parking improvements at the Northside Branch Library; and Find that improvements to the Northside Branch Library parking lot are within the voted purposes of these 386 and 1998 bond funds; and 3. Authorize the City Manager to execute a contract with Cates, Courtney & Roebuck, LP, in the amount of X162,276.25 for construction of Phase I of the Northside Branch Library parking lot extension and other mprovements. )ISCUSSION: Capital Improvement Program (CIP) funds designated for Library Improvements remain for the following -completed projects from the 1986 and 1998 bond programs: CIP_ PROJECT AMOUNT 1986 East Regional Library $ 24,090.54 1986 Diamond Hill/Jarvis Branch $ 97.13 1998 Summerglen Branch $219,993.82 Total $ 244,181.49 As the remaining funds are no longer needed for these completed projects, which were approved by the voters, it is recommended that the funds be reallocated to address a current funding need for parking lot 'improvements at the Northside Branch Library. The Library Department has determined that parking improvements are required at the Northside Branch -Library to provide better and safer access to the facility. Most importantly, the parking lot improvements will enhance patron safety, since patrons often must park along the street due to the existing lot's poor condition, limited available parking and inadequate lighting. iThe Northside Branch Library Parking Lot project consists of 2 phases. Phase I includes general civil and electrical engineering work associated with the reconstruction of the parking lot. Phas 11 will provide for irrigatior.and landscaping improvements. This Mayor and Council Communication (M&C) recommends approval of the contract to complete Phase I of the project. The Phase II improvements will be completed Inder a separate contract. The breakdown of the total estimated project cost is as follows: PHASE: I Construction Contract $162,276.25 10% for Change Orders/Construction Contingencies $16,227.62 10%for Associated Costs for Construction Inspection, Surveying, Materials Testing, and Project Management $16,227.62 Sub-Total $194,731.49 PHASE II (Est.): (Future MBC) Irrigation & Landscaping Plan $ 3,000.00 Irrigation & Landscaping $ 40,000.00 10% for Change Orders/Contingencies $ 4,300.00 5% for Associated Costs for Construction Inspection, Surveying, Materials Testing, and Project Management $ 2,150.00 Sub-Total $ 49,450.00 TOTAL ESTIMATED PROJECT COST $244,181.49 •PHASE I: Phase I of the Northside Parking Lot project consists of 2 units of construction work. Unit I includes the site work and paving for an additional parking area and the rehabilitation of the existing parking lot. Unit II includes the installation of an electrical system for the parking lot lighting and improvements of the existing building exterior lights. 'Phase I of the project was advertised for bid on June 24 and July 1, 2004. The following bids were received on July 29, 2004: Bidders (Unit I: Site Work and Pavings) Amount Time of Completion Cates, Courtney & Roebuck LP $162,276.25 40 Working Days Stabile &Winn, Inc. $173,964.00 rM/WBE-The low bidder, Cates, Courtney & Roebuck, LP, is in compliance with the City's M/WBE Ordinance by committing to 45% M/WBE participation. The City's goal on this project is 16%. This project is located in COUNCIL DISTRICT 2, Mapsco 62K. i r rISCAL INFORMATION/CERTIFICATION: he Finance Director certifies that upon approval of the above recommendations, funds will be available in ie current capital budgets, as appropriated, of the Library Improvements Fund and the Library Services 'und. TO Fund/Account/Centers FROM Fund/Account/Centers GC65 541200 084650115000 $24,187.67 GC65 541200 020650113000 $97.13 C141 541200 084141050102 $219,993.82 GC65 541200 084650114000 $24,090.54 C141 541200 020141050101 $219,993.82 GC65 541200 084650115000 $24,187.67 C141 541200 081141050102 $138,088.58 ubmitted for City_Manager's office w Libby Watson (6183) riginating Department Head: Gleniece Robinson (7706) Additional Information Contact: Gleniece Robinson (7706) ATTACHMENTS y 1� CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION ADDENDUM NO. 1 NORTHSIDE BRANCH LIBRARY PARKING LOT ADDITION PROJECT No. GGO1084 1000 DOE No.4119 RELEASE DATE: July 16,2004 BIDS RECEIVED: July 22,2004 INFORMATION TO BIDDERS: The Specifications and Contract Documents for the above mentioned project are revised and amended as follows: UNIT I 1. In the PROPOSAL for UNIT I, CIVIL: SITE WORK AND PAVING revise pay item#6 to read: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 112 6. 200 C.Y. BORROW: S.P. Dollars& Cents Per C.Y. $ $ 2. In the PROPOSAL for UNIT I,CIVIL: SITE WORK AND PAVING revise pay item#9 to read: 214 9. 16 TONS CEMENT: Dollars& Cents Per TON $ $ 3. In the PROPOSAL for UNIT I, CIVIL: SITE WORK AND PAVING revise pay item#11 to read: 502 11. 400 L.F. PROP. 7"CURB& 18"GUTTER: S.P. Dollars& Cents Per L.F. $ $ 4. In the PROPOSAL for UNIT I, CIVIL: SITE WORK AND PAVING add pay item#23 to read: 525 23. 80 L.F. TRENCH EXCAVATION SAFETY S.P. PROTECTION SYSTEM: Dollars& Cents Per L.F. $ $ ppy' _:V Page 2 of 2 ADDENDUM NO. 1 NORTHSIDE BRANCH LIBRARY PARKING LOT ADDITION PROJECT No.GG01 0841000 DOE No. 4119 UNIT I 5. In the SPECIAL PROVISIONS(TRANSPORTATION/PUBLIC WORKS) for UNIT I revise the last sentence of the first paragraph for PAY ITEM No. S—8 INCH PAVEMENT PULVERIZATION to read as follows: A 3.5%portland cement shall be used to mix the pulverized material. 6. In the SPECIAL PROVISIONS(TRANSPORTATION/PUBLIC WORKS) for UNIT I add the followin&. PAY ITEM No. 23 -TRENCH EXCAVATION SAFETY PROTECTION SYSTEM: A.GENERAL: This specification covers the safety requirements for all trench excavations exceeding five (5) feet in order to protect the workers from cave-ins. The requirements of this item govern all trenches for mains,manholes, vaults, service lines and structural excavations. The design of the trench safety protection system shall be performed by or under the supervision of a Professional Engineer licensed to practice in the State of Texas. B. STANDARDS: The latest version of the U.S.Department of Labor, Occupational Safety and Health Administration Standards, 29 CFR Part 1926, Sub-Part P—Excavations, are hereby made part of this specifications and shall be the minimum governing requirements for trench safety. C.MEASUREMENT AND PAYMENT: Trench depth is the vertical measurement from the top of the existing ground to the bottom of the pipe or structures. The quantity of trench safety system shall be based on the linear foot amount of trench depth greater than five(5)feet. Measurement for structural trench excavation shall be based on the linear feet around the outside perimeter of the structure's walls. Payment shall be full compensation for the safety system design,labor,tools,materials, equipment and incidentals including the installation and removal of the system. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: A.DOUGLAS RADEMAKER,P.E. DIRECTOR,DEPARTMENT OF ENGINEERING By: r Ric rice,P.E. Interim Assistant Director Engineering Services CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DMSION ADDENDUM NO. 2 NORTHSIDE BRANCH LIBRARY PARKING LOT ADDITION Project No. GGO1 0841000 DOE No.4119 RELEASE DATE: July 21,2004 BIDS RECEIVED: July 29,2004 INFORMATION TO BIDDERS: The Plans, Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1. In the NOTICE TO BIDDERS,revise the bid opening date to Thursday,July 29,2004. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: A.DOUGLAS RADEMAKER,P.E. DIRECTOR,DEPARTMENT OF ENGINEERING �J By: P" e Rick Trice,P.E. Interim Assistant Director IIN I y`� CITY OF FORT WORTH DEPARTMENT OF ENGINEERING ENGINEERING SERVICES DIVISION ADDENDUM NO. 3 NORTHSIDE BRANCH LIBRARY PARKING LOT ADDITION PROJECT No. GG01 0841000 DOE No.4119 RELEASE DATE: July 23, 2004 BIDS RECEIVED:July 29, 2004 INFORMATION TO BIDDERS: The Specifications and Contract Documents for the above mentioned project are revised and amended as follows: UNIT I 1. In the PLANS sheet 1 of 3, in the Paving Elevation Layout, revise note for tree adjacent to the proposed planter area to read "One existing live oak tree to be removed for disposal." 2. In the PLANS sheet 1 of 3, in the GENERAL NOTES, add the following sentence to Note 1: "Silicone joint sealer is considered subsidiary to the work,the cost of which shall be included in the Proposal for each bid item." 3. -In the PLANS sheet 2 of 3, in the Vertical Construction Joint, delete the PVC water stop. 4. ?n the PROPOSAL for UNIT I, CIVIL: SITE WORK AND PAVING add pay item#24 to read: SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID 100 24. 1 L.S REMOVE EXISTING TREES: S.P. Dollars & Cents Per L.S. $ $ 5. In the PROPOSAL for UNIT I, CIVIL: SITE WORK AND PAVING add pay item#25 to read: 206 25. 2 C.Y. ROCK RIP RAP: S.P. Dollars& Cents Per C.Y. $ $ Page 2 of 2 ADDENDUM NO. 3 NORTHSIDE BRANCH LIBRARY PARKING LOT .ADDITION PROJECT No. GGO1 0841000 DOE No. 4119 6. In the SPECIAL PROVISIONS (TRANSPORTATION/PUBLIC WORKS) for UNIT I add the following paragraph to PAY ITEM No. 15 —STEEL PIPE GUARD RAIL: "The steel pipe guard rail shall be primed with 100% Acrylic red primer 90-708 manufactured by Pittsburgh Paint Company, or equal. The topcoat shall be 100% Acrylic water borne enamel satin black paint 90-453 manufactured by Pittsburgh Paint Company, or equal." 7. In the SPECIAL PROVISIONS (TRANSPORTATION/PUBLIC WORKS) for UNIT I revise the last sentence for PAY ITEM No. 18 —2-INCH WATER SERVICE RBLOCATIOi1 to read as follows: s "The 2-inch water service relocation work shall be performed by a licensed plumber." 8. In the SPECIAL PROVISIONS (TRANSPORTATION/PUBLIC WORKS) for UNIT I add the following_ PAY ITEM No. 24—REMOVE EXISTING TREES: All applicable provisions of Standard Specifications, Item No. 100, "Preparing the Right-of-Way"shall apply. The trees to be removed are designated in the PLANS and also indicated in Item No. 1 of this addendum. 9. In the SPECIAL PROVISIONS (TRANSPORTATION/PUBLIC WORKS) for UNIT I add the following: PAY 1-1 EM No. 25 —ROCK RIP RAP: All applicable provisions of Standard Specifications, Item No. 206, "Gravel" shall apply. This item is to be used to prevent erosion behind the curb openings in the parking lot as designated in the PLANS. 10. In the SPECIAL PROVISIONS (TRANSPORTATION/PUBLIC WORKS) for UNIT I add the following: NON-PAY ITEM No. 12—LIBRARY PARKING DURING CONSTRUCTION: The contractor is expected to allow parking for the library during the construction phase of this project. The underground utilities work in the east side of the existing lot must be, done including temporary trench repairs, before proceeding to the construction of the west side and the new facility. During the construction of the west side facilities the existing lot on the east side should be available for parking. The Engineer must approve any changes to this construction sequence. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: A. DOUGLAS RADEMAKER,P.E. n DIRECTOR, DEPARTMENT OF ENGINEERING By: Rick Trice, P.E. Interim Assistant Director Engineering Services TABLE OF CONTENTS 1 Notice to Bidders 2. Special Instructions to Bidders 3• Prevailing Wage Rates 4• Proposal 5• Vendor Compliance 6. Minority and Women Business Enterprises Specifications 7. Special Provisions—Unit I: Site Work and Paving 8. Specifications—Unit II: Lighting 9. Certificate of Insurance 10. Contractor Compliance With Worker's Compensation Law 11. Equipment Schedule 12. Experience Record 13. Performance Bond 14. Payment Bond 15. Maintenance Bond 16. Contract 17. Project Designation Sign 18. Details 19. Soil Report I ; - r :l;i :sup.. NOTICE TO BIDDERS Sealed proposals for the following: NORTH SIDE BRANCH LIBRARY PARKING LOT ADDITION,PAVEMENT REHABILITATION AND EXTERIOR LIGHTING SYSTEM INSTALLATION Project No. GG01 0841000 DOE No.4119 f Addressed to Mr. Gary W. Jackson, City Manager of the City of Fort Worth,Texas will be received at the Purchasing Office until 1:30 PM,Thursday,July 22,2004 and then publicly opened and read aloud at 2:00 PM in the Council Chambers. Plans, Specifications and Contract Documents for this = project may be obtained at the Office of the Department of Engineering,Municipal Office Building, 1000 Throckmorton Street,Fort Worth,Texas. Sets of documents may be purchased for a non-refundable price of thirty dollars($30.00). Bid security is required in accordance with the Special Instruction to Bidders. p The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation")as appropriate is received by the City. The award of contract, if made,will be within forty-nine(49)days after this documentation is received,but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. 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 Department of Engineering at 817-392-7910. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s)and submit the complete book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time—line stated below or the bidder may request a copy of said forms from the City Project Manager named in this solicitation. Submission of Bids: This contract includes the work for two units. Unit I consists of the site work and paving. Unit II consists of the proposed parking lot electrical lighting system and upgrades for the building exterior lighting. Bids must be submitted for both units of work to be considered for award. The total low bid of the overall package (Unit I+Unit II)will be the apparent successful bidder. In accord 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. A copy of the Ordinance can be obtained from the Office of the City Secretary. In addition,the bidder shall submit the MBE/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation") as appropriate. The documentation must be received no later than 5:00 PM, five(5)City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. For additional information,contact Richard Argomaniz at(817)392-8653. GARY W.JACKSON SYLVIA GLOVER CITY MANAGER ACTING CITY SECRETARY A.Douglas Rademaker,P.E. Director,Department of Engineering By eta;kk-�--Qq . (i. ick Trice,P.E. Interim Assistant Director Advertising Dates: June 24,2004 July 1,2004 z� - 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 five(5%)per cent of the 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(10)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. PM 2. 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. In this connection, the successful bidder shall be required to furnish a performance bond and a payment bond, both 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,Texas Government Code. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United 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 40 of Texas and is the holder of a certificate of authority from the United 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 do City,in its sole discretion,will determine the adequacy of the proof required herein. The City will accept no sureties who are in default or delinquent on any bonds or who have an interest in any litigation against the City. Should any surety on the contract be determined op 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. Am 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 materials in the prosecution of the work. am 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 s with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. -1- so am All contracts shall require a Maintenance Bond in the amount of one hundred percent (100%) of the original contract amount to guarantee the work for a period of two (2) years MW4 after the date of acceptance of the project from defects in workmanship and/or material. 3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8.6, of the"General Provisions"of the Standard Specifications for Construction of the City of Fort Worth,Texas,concerning liquidated damages for late completion of projects. 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal,the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 5. 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. 6. WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258,Texas Government Code, 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,Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor 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. These records shall be open at all reasonable hours for inspection by the City. The provisions of the special provision titled"Right to Audit"pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs(a)and(b)above. (d) With each partial payment estimate or payroll period,whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258,Texas Government Code. (e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted. 7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement,if required,is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. -2- .. 8. INSURANCE: Within ten(10)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 Worker's Compensation and Comprehensive General Liability (Bodily Injury-$250,000 each person, $500,000 each occurrence; Property Damage- $300,000 each occurrence). The City reserves the right to request any other insurance coverage as may be required by each individual project. 9. 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. 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. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. -3- m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. NONRESIDENT BIDDERS: Pursuant to Article 601g,Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non resident bidder unless the nonresident'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 nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. "Nonresident bidder"means a bidder whose principal place of business is not in this state,but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. "Texas resident bidder"means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if this contract involves 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 nonresident contractor to do so will automatically disqualify that bidder. -- 11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord 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. A copy of the Ordinance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non- responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual work performed by a minority business enterprise (MBE) and/or women business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or 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 facts (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor -4- being determined to be irresponsible and barred from participating in City work for a period of time of not less that three(3)years. 12. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder.The City reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be withdrawn until the expiration of forty-nine(49)days from the date the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM("Documentation")as appropriate is received by the City. The award of contract,if made,will be within forty-nine(49)days after this documentation is received,but in no case will the award be made until the responsibility of the bidder to whom it is proposed to award the contract has been verified. 13. PAYMENT: The Contractor will receive full payment(minus 5%retainage) from the City for all work for each pay period. Payment of the remaining amount shall be made with the s,. final payment, and upon acceptance of the project. 14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid receipt time and acknowledging them at the time of bid receipt. Information regarding the status of addenda may be obtained by contacting the Department of Engineering Construction Division at(817)392-7910. Bids that so not acknowledge all applicable addenda may be rejected as non-responsive. 15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: +� A.Workers Compensation Insurance Coverage 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 worker's compensation insurance coverage for the person's or entity's employees providing services on a project,for the duration of the project. Duration of the project-includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor"in §406.096)-includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project,regardless of whether that person contracted directly with the contractor and 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 services 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. -5- MO b. The contractor shall provided 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)or all employees of the contractor providing services on the project, for the duration of the project. c. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project,the contractor must,prior to the end of the coverage period,file a new certificate of coverage with the governmental —• entity showing that.coverage has been extended. e. The contractor shall obtain from each person providing services on a project,and provide to the governmental entity: (1) a certificate of coverage,prior to that person beginning work on the project, so the governmental entity 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. f. 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(10)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 Worker's Compensation Commission,informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project,to: (1) provide coverage,based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements,which meets the statutory requirements of Texas labor Code, Section 401.011 (44)for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor,prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project,for the duration of the project; -6- OR (3) provide the contractor,prior to the end of the coverage period, a new i 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 with whom it contracts, and provide to the contractor: (a) a certificate of coverage,prior to the other person 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; i (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 wiring by certified mail or personal delivery,within ten(10)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 worker's 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. Providing false or misleading information may subject the contractor to administrative,criminal,civil penalties or other civil actions. M 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 void if 00 the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. B. 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 Worker's Compensation Act or other Texas Worker's 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: -7- "REQUIRED WORKER'S COMPENSATION COVERAGE" The law requires that each person working on this site or providing services related to this construction project must be covered by worker" compensation insurance.This includes persons providing,hauling or delivering equipment or materials, or providing labor or dft transportation or other service related to the project,regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information am 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". 09 16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons because of sex,race,religion,color, or national origin and shall comply with the provisions of City Ordinance 7278,as amended by City Ordinance 7400(Fort Worth City Code Sections 13A-21 through 13A-29),prohibiting discrimination in employment practices. 17. AGE DISCRIMINATION: In accordance with the policy("Policy") of the Executive Branch of the federal government, contractor covenants that neither it nor any of its officers, members, agents, or employees,who engage in performing this contract, shall, in connection with such employment, advancement or discharge of employees or in connection with the terms,conditions or privileges of their employment,discriminate against person because of their age except on the basis of a bona fide occupational qualification,retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers,members, agents,or employees, or person acting on their behalf, shall specify,in solicitations or advertisements for employees to work on this Contract,a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification,retirement plan or statutory requirement. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold �. City harmless against any and all claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this Contract. 18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with Disabilities Act of 1990("ADA"), Contractor warrants that it will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with, or current employees of Contractor.Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state and local laws concerning disability and will defend indemnify and hold City harmless against any claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to comply with the above-referenced laws concerning disability discrimination in the performance of this Contract. -8- P 19. PROGRESS PAYMENTS,FINAL PAYMENT,PROJECT ACCEPTANCE AND WARRANTY: a. The contractor will receive full payment(less retainage) from the City for each pay .r. period. b. Payment of the retainage will be included with the final payment after acceptance of the project as being complete. c. The project shall be deemed complete and accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the +t contractor and the City. d. The warranty period shall begin as of the date that the final punch list has been completed. e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and payable. f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the City and there is a dispute regarding(i) final quantities,or(ii) liquidated damages, City shall make a progress payment in the amount that city deems due and payable. g. 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. -9- CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION HOURLY RATE Asphalt Raker $10.32 Asphalt Shoveler $9.75 Batching Plant Weigher $9.65 Carpenter(Rough) $13.64 4N Concrete Finisher-Paving $10.16 Concrete Finisher Helper(Paving) $9.70 Concrete Finisher-Structures $13.44 Flagger $7.00 Form Builder-Structures $13.44 Form Setter-Paving & Curbs $10.25 Form Setter-Structures $9.75 Laborer-Common $7.64 Laborer-Utility $8.64 Mechanic $13.25 Servicer $10.13 Pipe Layer $7.35 Pipe Layer Helper $6.75 Asphalt Distributor Operator $11.45 Asphalt Paving Machine Operator $11.09 Concrete Paving Saw $10.53 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (< 1 1/2 CY) $10.00 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 1/2 CY) $11.52 Front End Loader(2 1/2 CY& less) $9.94 Front End Loader(over 2 1/2 CY) $9.32 Milling Machine Operator $8.00 Mixer $11.00 Motor Grader Operator(Fine Grade) $12.31 Motor Grader Operator $13.75 Pavement Marking Machine $11.00 Roller, Steel Wheel Plant-Mix Pavements $9.88 Roller, Steel Wheel Other Flatwheel or Tamping $12.12 Roller, Pneumatic, Self-Propelled Scraper $8.02 Traveling Mixer $10.00 Reinforcing Steel Setter(Paving) $9.75 Truck Driver-Single Axle (Light) $8.00 Truck Driver-Tandem Axle Semi-Trailer $10.22 Truck Driver-Lowboy/Float $10.54 Truck Driver-Transit Mix $10.63 Truck Driver-Winch $9.80 PROPOSAL This proposal must not be removed from this book of Contract Documents. TO: Gary W.Jackson Fort Worth,Texas City Manager Fort Worth,Texas FOR: NORTHSIDE BRANCH LIBRARY PARKING LOT ADDITION Project No. GG01 0841000 DOE No.4119 Pursuant to the foregoing Notice to Bidders',the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, the Standard Specifications for Street and Storm Drain Construction-City of Fort Worth, and Standard Specifications for Public Works Construction-North Central Texas the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth,Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond,Payment Bond, and such other bonds,if any,as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: M . ._ do m UNIT I-CIVIL: SITE WORK AND PAVING w SPEC PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT BID S.P. 1. 1 LS. UTILITY ADJUSTMENT ONE THOUSAND Dollars & NO Cents Per LS. $ 1,000.00 $ 1,000.00 S.P. 2. 1 EA. PROJECT DESIGNATION SIGN THREE HUNDRED Dollars & NO Cents Per EA. $ 300.00 $ 300.00 104 3. 295 L.F. REMOVE EXIST. CURB&GUTTER Re-?- Dollars& A ud c e Ao d Cents Per LF. $ $ 104 4. 275 S.F. REMOVE EXIST. CONCRETE SIDEWALK W J Dollars& *d Cents Per S.F. 106 5. 420 C.Y. UNCLASSIFIED EXCAVATION S.P. S t vcy Dollars& 'e ?'wc.►�v F. Cents Per C.Y. $ s $ 3 G¢Soo 112 6. Xv0C.Y. BORROW S.P. moven fy F,'a- Dollars& F' +y Cents Per C.Y. -t U d o� 208 7. 1,330 S.Y. 8-INCH COMPACTED FLEXIBLE S.P. BASE (CRUSHED LIMESTONE) 'TVv j va Dollars& N</ Cents Per S.Y. $ f -ate $ f 61 , <00.�o 214 8. 1,125 S.Y. 8-INCH PULVERIZATION W/5% S.P. CEMENT STABILIZATION S e ve N Dollars& s Sever,TF,v- Cents Per S.Y. 214 9. j b,,� TONS CEMENT 0 h c Dollars& tv o Cents Per TON 312 10. 2,310 S.Y. 3-INCH H.M.A.C.PAVEMENT(TYPE S.P. "D"MIX) E�4 V,4_ Dollars& Sive ,Cents Per S.Y. 2 502 11. 40O,&319'� L.F. PROP. 7"�^CURB& 18"GUTTER S.P. �;+�c c Dollars& e a NO Cents Per L.F. $ �'.S•— $ gyp` 504 12. 300 S.F. PROP. STD.4"REINFORCED CONCRETE SIDEWALK F,w< Dollars& 00 Ny Cents Per S.F. 504 13. 60 S.F. PROP. STD.4"WHEELCHAIR RAMP S.P. -r4.-r4-)f Dollars& No Cents Per S.F. $ 30A- 518 0•°-518 14. 30 C.Y. PROP. RETAINING WALL Five Tn!!,� F-Ye Dollars& so k,o Cents Per C.Y. � $ 17 S.P. 15. 80 L.F. PROP. WELDED STEEL PIPE GUARD RAIL fOOL-ti m.,% Dollars& a� No Cents Per L.F. 116 16. 12 C.Y TOP SOIL S.P. NINE Dollars& NO Cents Per C.Y. $ 9.00 $ 108.00 118 17. 60 S.Y. SODDING Ff N Dollars& j No Cents Per S.Y. $ /B• $ h� p S.P. 18. 240 L.F. RELOCATE 2"WATER SERVICE PIPE Pe ti Dollars& i,o Cents Per L.F. $ la ao $ ?-400 S.P. 19. 200 S.Y. GROUND COVER Fu�f k� Dollars& 00 /0 Cents Per S.Y. $ A/0 • 1 S.P. 20. 1 L.S. PAVEMENT STRIPING On< 7'' ,j, sa...J Dollars& pV #ya Cents Per L.S. $ /ba0 Go $ 1000-_ S.P. 21. 4 EA. CONCRETE WHEEL STOP O nc 14,..r." Dollars& Aim Cents Per EA. $ 0 0 $ 4o 3 1 16120 E-9 1,200 L.F. #12 BARE GROUND WIRE,AS SPECIFIED, INSTALLED IN CONDUIT. o Dollars &. Cents Per L.F. $ • 4-0 $ 6 E1.01 E-10 2 EA. 2 POLE, 20 AMP, 240 VOLT THERMAL MAGNETIC MOLDED CASE CIRCUIT BREAKER, STALLED IN PLACE. KDollars O & Nd Cents Per EA. $ t 3S $ l E1.01 E-11 1 EA. 1 POLE, 20 AMP, 240 VOLT MOLDED CASE CIRCUIT BREAKER, INTALLED PLACE. /b 4" ke— Dollars s oo a6 & ivd Cents Per EA. $ �� $ 1 16423 E-12 1 EA. 4 POLE LIGHTING CONTACTOR, AS DWG SPECIFIED,AND DETAILED, 31E1.01 INCLUDING H-O-A SWITCH AND TRvWCLOCK,INSTALLED IN PLACE. /I..'" Dollars 5O & ti4 Cents Per EA. $ $ E1.01 E-13 1 EA. IN-GRADE PULL BOX,AS SPECIFIED ON DRAWING, INSTALLED IN PLACE. Fk 4,.,r5,A CIA- Dollars �e 00 � & Au Cents Per EA. $ '� $ ■ E1.01 E-14 2 EA. WALL PENETRATION,BELOW GRADE,FOR I"CONDUIT, INCLUDE 1"PVC COATED RIGID METAL CONDUIT AND ADAPTERS, INSTALLED IN PLACE. �k d(. ars C me a & tiV Cents Per EA. $ SSS— $ ` 16080 E-15 1 EA. ELECTRICAL TESTING,AS SPECIFIED, LUMP SUM FOR ALL ID kQUc%.J Dollars & R!d Cents Per EA. $ vt Ooo. °O $ j()06. UNIT H TOTAL AMOUNT BID $ 6 SL v v1ARY OF BIDS: a TOTAL AMOUNT BID UNIT I: SITE WORK AND PAVING $ TOTAL AMOUNT BID UNIT II: LIGHTING SYSTEM GRAND TOTAL: UNIT I+UNIT II Within ten(10)days after acceptance of this Proposal,the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents,for the faithful performance of the Contract. The attached bid security in the amount of 5%is to become the property of the City of Fort Worth, Texas,in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. The undersigned bidder further certifies that he has been furnished at least one set of the `Standard Specifications for Street and Storm Drain Construction-City of Fort Worth',and that he has read and thoroughly understands all the requirements and conditions of that document and the specific Contract Documents and appurtenant plans. The undersigned agrees to pay not less than the"Prevailing Wage Rates" as established by the City of Fort Worth, Texas. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors,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 No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within 10 working days after issue of the work order,and to complete the contract within 40 working days after beginning construction as set forth in the written work order to be furnished by the Owner. ti - d (Complete A or B below, as applicable:) A.The principal place of business of our company is in the State of Nonresident bidders in the State of , 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 bidders in the State of , our principal place of business, are not required to underbid resident bidders. Pe/B.The principal place of business of our company or our parent company or majority owner is in the State of Texas. I(we)acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: C Addendum No. 1 (Initials) Addendum No. 3 (Initials) > Addendum No. 2 (Initials)_ Addendum No.4(Initials) Respectfully submitted, rCt,40 QkQfA AOG�uck LP By: Title 0&'A el Address 3 a l S STA-rT' F)r. Telephone: V L- 1—3/ 83 (Seal) Date: 7 —a 9 'd 4- 8 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident 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 too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-State or nonresident bidders in order for your bid to meet specifications. The failure of out-of-State or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident 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. Nonresident vendors in (give State),our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas.(�]� BIDDER: Ca-L5 F Lo t-i c,t� LP By: _ � t�c !\cl It Lj< (Please print) 301-5- $ I��2T 1)r;«� . signature: -r Wo rt'� -71 to ¢ Title: City State Zip (Please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION )RT WORTH City of Fort Worth Minority and Women Business Enterprise Spodi#6catio4s: 10 RCVD SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is$25,000 or more,the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. - RCVD POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MBE/WBE goal Qn this project is 16 %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. - 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the M/WBE Office at(817) 871-6104. _ Rev.5/30103 ATTACHMENT Page 1 d FORT WORTH City of Fort Wort 48-04-U41`01 : 10 K,, v_, Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe pri PROJECT NAME: M/W/DBE NON-MAA//DBE BID D TE k49 w City's MMBE Project Goal: Prime's MIWWBE Project Utilization: PROJECT NUMBER � % / s 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 Managi Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening dat 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 th utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentio and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in t bid being considered non-responsive to bid specifications MIV1/BEs 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 dir payment from the prime contractor to a subcontractor is considered 1St tier, a payment by a subcontractor its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that ha been determined to be bonafide minority or women businesses by the North Central Texas Regional Certificat' Agency(NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Busin Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns operates at least one fully licensed and operational truck to be used on the contract. The M/WSE may le trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for Fees and commissions earned by the M/WBE as outlined in the lease agreement. ATTACHMENT 1A n� FOR_T WORTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status,i.e., Minority,Women and non-MNVBEs. Please list M/WBE firms first,use additional sheets if necessary. 4 Certification N (check one) 1 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount D W 1 Telephone/Fax r B B T T O B E E C T E A 7otex f� pgd ►�rLSa ,14,,2 3,2 5��p eolvatfs 3 300 xK 1 7x 74/1/� 917 7o5y-I'Nl X12 X11710 ,c%IIEg Tx 7(Pa1r4 6,817 gob 9,5-/v �Q�s V/7 Sob -9701 u 701 49&vtj S/ACCIL ASS- off" gi e 3 WOOD, K r� IIS ���G�'l21� a Avvx 737o33 V ��y� fiS )��v-f•/v ��13(0 � � k/-�� Jef iC�` f f" • I- 9I-2 A37 -OSTP 0000ox 700 ► Vf&-S Tie 7 sao q �A, �-- � . 7 9 x�c ®fA, Q7a 735- 8630 Rev. 5/30/03 )� ATTACHMENT 1A FORT WORTH Page a of a Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 7a�7 j Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ Q RQ � 7I Pl �v r (NSK TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ y r The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor I shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is--not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information`'regarding actual work performed by all subcontractors, including r M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or fl 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 irresponsio!e'Offeror and barred from participating in City work for a period of time not less than one (1)year. r, Authorized Signature Printed Signature Lvn c..2 ann"4- )110/ -- Title Contact Name/Title(if different) T C- s, i� cL; L!� .3/ -92i-4?96 Company Name Telephone and/or Fax 1 �DgJx 30 1 �L1219s4 ��! /1.U.car►— Address E-mail Address F-T -W.,41 T)t ?&lu l City/State/Zip Date 1 Rev.5/30/03 SPECIAL PROVISIONS(TRANSPORTATION/PUBLIC WORKS) FOR: UNIT I: SITE WORK AND PAVING PARKING LOT EXTENSION AT NORTHSIDE BRANCH LIBRARY PROJECT NO. GG01 0841000 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the construction of a parking lot extension consisting of 3" H.M.A.C. pavement over 8" flex base subgrade and the rehabilitation of the existing parking lot with a 3" H.M.A.C. pavement over 8" cement treated pulverized subgrade and all other miscellaneous items of construction to be performed as outlined in the Plans and Specifications which are necessary to satisfactorily complete the work. 2. AWARDING OF CONTRACT: The contract will be awarded to the lowest responsible bidder. 3. WORKING DAYS: The Contractor agrees to complete the Contract within the allotted number of working days. If the contractor fails to complete the work within the number of working days specified, liquidated damages will be charged as outlined in Part 1, Item 8, Paragraph 8.6 of the "General Provisions" of the Standard Specifications for Construction of the City of Fort Worth, Texas. 4. RIGHT TO ABANDON: The City reserves the right to abandon,without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 5. CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications, except as modified by these Special Provisions: STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Engineering, 1000 Throckmorton Street, 2°d Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the Engineer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 6. CONTRACT DOCUMENTS: Bidders shall not separate, detach or remove any portion, segment or sheets from the contract documents at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non-responsive" and rejecting bids or voiding contract as appropriate and as determined by the Director of the Department of Engineering. 7. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final SP-1 acceptance of this project by the City Council of the City of Fort Worth and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. .. 8. CONSTRUCTION STAKES The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish a line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished. If, in the opinion of the Engineer, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for .. in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 9. TRAFFIC CONTROL: The contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways," codified as Article 6701d Vernon's Civil Statues,pertinent sections being Section Nos.27,29, 30 and 31. This traffic control plan shall be submitted for review and approval to Mr. Charles R. Burkett, City Traffic Engineer @817-871-8774 at least 10 working days prior to the pre-construction conference. Although work will not begin until the traffic control plan has been reviewed and approved,the Contractor's time will begin in accordance with the time frame established in the Notice to Contractor. The Contractor will not remove any regulatory sign, instructional sign, street name sign or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department. Signs and Markings Division (phone number 871-8075), to remove the sign. In the case of regulatory signs,the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. . When construction work is completed to the extent that the permanent sign can be reinstalled the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed. 10. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is SP-2 caused by specific orders given by the Engineers to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 11. DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area. Contractor shall protect construction as required by Engineer by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications `Barriers and Warning and/or Detour Signs,"Item 524 and/or as shown on the plans. Construction signing and barricades shall conform to "1980 Texas Manual on Uniform Traffic Control Devices,Vol.No. 1." 12. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material, the contractor shall advise the Director of the Department of Engineering acting as the City of Fort Worth's Flood Plain Administrator("Administrator"),of the location of all sites where the contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth(Ordinance No. 11998). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain. Approval of the contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the contractor's expense. In the event that the contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Engineering, contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section. 13. ZONING REQUIREMENTS: During the construction of this project, the Contractor shall comply with present zoning requirements of the City of Fort Worth in the use of vacant property for storage purposes. 14. QUALITY CONTROL TESTING: (a) The contractor shall furnish, at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of the pit from which the material was taken. The contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. h (b) Tests of the design concrete mix shall be made by the contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The contractor shall provide a certified copy of the test results to the City. SP-3 S (c) Quality control testing of in situ material on this project will be performed by the City at its own expense. Any re-testing required as a result of failure of the material to meet project specifications will be at the expense of the contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the contractor for operations *� requiring testing. The contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. –» (e) The contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 15. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times unless otherwise directed by the Engineer. 16. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: (a) 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 shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus. The warning sign shall read as follows: "WARNING—UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet.of high voltage lines shall have an insulating cage- type of guard about the boom or arm, except back hoes or dippers and insulator links on the lift hood connections. (c) When necessary to work within six feet of high voltage electric lines, notification shall be given the power company (Oncor Electric Service Company) which will erect temporary mechanical barriers, de-energize the line or raise or lower the line. The work done by the power company shall not be at MM the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to Oncor Electric Service Company and shall record action taken in each case. (d) The contractor is required to make arrangements with the Oncor Electric Service Company for the temporary relocation or raising of high voltage lines at the contractor's sole cost and expense. (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph(c). 17. WATER DEPARTMENT PRE-QUALIFICATIONS: Any contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. SP-4 18. RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of the contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits. (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photo copy such documents as may be requested by the City. The City agrees to reimburse contractor for the cost of copies as follows: 1. 50 copies and under $0.10 per page. 2. More than 50 copies $0.85 for first page plus $0.15 for each page thereafter. CONSTRUCTION NON-PAY ITEM No. 1 -CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing." However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM No.2 - SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall apply. * However, no direct payment will be made for this item and it shall be considered incidental to this contract. NON-PAY ITEM No. 3 -PROTECTION OF TREES,PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc. shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance, the contractor must obtain a permit from the City Forester before any work (trimming, removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys. This permit can be obtained by calling the Forestry Office at 871- 5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the SP-5 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 MR withheld from funds due to the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. NON-PAY ITEM No.4-CONCRETE COLORED SURFACE: MR Concrete wheelchair ramp surfaces, excluding the side slopes and curb, shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Scofield Company or equal, shall be used in accordance with manufacturers instructions. .� Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the Engineer,meeting the aforementioned specifications. The sample,upon approval of the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve, or other means in order to provide for a uniform color distribution. NON-PAY ITEM No. 5 —SILICONE JOINT SEALING FOR WHEELCHAIR RAMPS : 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) M, 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. 3. MATERIALS du 3.1 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. Mb 3.2 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 SP-6 be submitted to the Engineer. Acetic acid cure sealants shall not be accepted. � P The silicone sealant shall be cold applied. 3.3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 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 Requirement AS SUPPLIED **** Non Volatile Content,%min. 96 to 99 MIL-S-8802 Extrusion Rate,grams/minute 275 to 550 m ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin-Over Time,minutes max. 60 **** Cure Time,days 14 to 21 **** Full Adhesion, days 14 to 21 AS CURED - AFTER 21 DAYS AT 25C ASTM D 412,Die C Mod. Elongation,%min. 1400 ASTM D 3583 Modulus @ 150% Elongation,psi max. 9 (Sect. 14 Mod.) ASTM C 719 Movement, 10 cycles @+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.) Y 3.4 The joint filler stop 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. 4. TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement,the joints shall be initially saw cut tot the required depth with the proper joint spacing ass own on ------ _- SP-7 7 LLLL� MM 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 t 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. 5. EQUIPMENT 5.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equipment in a satisfactory working condition and shall be MW inspected by the Engineer prior to the beginning of the work. The minimum requirements for construction equipment shall be as follows: 5.2 Concrete Saw: The sawing equipment shall be adequate in size and power to complete the joint sawing to the required dimensions. 5.3 High Pressure Water Pump: The high pressure cold water pumping system shall i be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 5.4 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. 5.5 Extrusion Pump:The output shall be capable of supplying a sufficient volume of r, sealant to the joint. 5.6 Injection Tool: This mechanical device shall apply the sealant uniformly into the joint. 5.7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4. 5.8 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. 6. CONSTRUCTION METHODS .- 6.1 General:The joint reservoir saw cutting,cleaning,bond breaker installation, and joint sealant placement shall be performed in a continuous sequence of operations 6.2 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. SP-8 6.3 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) 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 M 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. 6.4 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 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition. Traffic shall not be allowed on the fresh sealant until it becomes tack-free. Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beginning of the final cleaning and sealing of the joints. He shall demonstrate to the Contractor and the Engineer the acceptable method for sealant installation. The manufacturer's representative shall approve the clean, dry joints before the sealing operation commences. SP-9 r ....:. r - 7. 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 one year after final acceptance of the completed work by the Engineer. 8. BASIS OF PAYMENT This item will be considered subsidiary to the contract and no separate payment will be made for Silicone Joint Sealant. NON-PAY ITEM No. 6—PROJECT CLEAN-UP: The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as directed by the Engineer as the work progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on a daily basis. Clean up work shall include,but not be limited to: • Sweeping the parking lot clean of dirt or debris • Storing excess material in appropriate and organized manner If the Engineer does not feel that the job site has been kept in an orderly condition, on the next estimate y' payment(and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the paved area is cleaned up to the satisfaction of the Engineer. NON-PAY ITEM No. 7—PROJECT SCHEDULE: Contractor shall be responsible for producing a project schedule at the pre-construction conference. This schedule shall detail all phases of construction, including project cleanup, and allow the contractor to complete the work in the allotted time. This schedule will also provide the Construction Manager with an estimated completion date of work to be performed under this Contract. Contractor will not move on to the job site nor will work begin until said schedule has been received and approval secured from the Construction Engineer. However, contract time will start even if the project schedule has not been turned in. Project schedule will be updated and resubmitted at the end of every estimating period. All costs involved in producing and maintaining the project schedule shall be subsidiary to this contract. y" NON-PAY ITEM No. 8—PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the Engineer. The contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions. Every effort will be made to schedule the neighborhood meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. i_ NON-PAY ITEM No. 9—WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the Engineer shall be washed, crushed stone and shall meet the following gradation and abrasion: (Actual washing not required if gradation is met) SP-10 Sieve Size %Retained 1" 0 3/499 0-15 3/8" 55-90 #4 90-100 #8 95-100 Los Angeles Abrasion Test: 50%Maximum wear per A.S.T.M. Designation C-131. PAY TTENI No.l -UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of malting necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the contractor at the contractor's expense. The payment to the contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent(10%)to cover the cost of bond and overhead incurred by the contractor in handling the utility adjustments. PAY ITEM No. 2 -PROJECT DESIGNATION SIGN: The contractor shall construct and install one(1)Project Designation Sign and it will be the responsibility of the contractor to maintain the sign in a presentable condition at all times on each project under construction. Maintenance will include painting and repairs as directed by the Engineer. It will be the responsibility of the Contractor to have the individual project sign lettered and painted in accordance with the enclosed detail. The quality of the paint, painting and lettering on the signs shall be approved by the Engineer. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of 3/d' fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the Engineer and in place at the project site upon commencement of construction. The work, which includes the painting of the sign, installing and removing the sign, furnishing the - materials, supports and connections to the support and maintenance shall be to the satisfaction of the Engineer. The unit price bid per each will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. SP-11 �, PAY ITEM No. 5 -UNCLASSIFIED EXCAVATION: All objectionable material found within the limits of excavation shall be removed from the job site and disposed of in a manner satisfactory to the Engineer. Removal of such shall be subsidiary to this item unless otherwise provided herein. This pay item only covers the excavation for the new parking lot. Payment for excavation of excess material in the rehabilitation of the existing lot is included under "8- Inch Pavement Pulverization". During the construction of this project, it is required that all parkways be excavated and shaped at the same time the roadway is excavated (if applicable). Excess excavation will be disposed of at locations approved by the Engineer. The intention of the owner is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent, actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities. PAY ITEM No. 6—BORROW: The plasticity index(P.I.) of the material, as determined in accordance with the Atterberg Test, shall be in the range 6—15. This item includes the performance of the work outlined in the Standard Specifications Item No. 112 "Borrow" and Item No. 114 " Embankment". The work consists of the required excavation, placement and compaction of embankment materials,constructed from borrow. The unit price per cubic yard paid for `Borrow" will be considered full compensation for furnishing all the materials,labor,equipment and incidentals necessary to complete the work. PAY ITEM No. 7—8 INCH COMPACTED FLEXIBLE BASE: The material shall consist of graded crushed stones in accordance with Standard Specification No. 208 "Flexible Base". The unit price per square yard shall be full compensation for all materials, labor equipment and incidentals necessary to complete the work. PAY ITEM No. 8—8 INCH PAVEMENT PULVERIZATION: The contractor shall pulverize the existing pavement to a depth of 8 inches. After the pulverization is completed, the contractor shall temporarily remove and store the 8 inch deep pulverized material,then cut the base 3 inches to provide place for the new 3-inch H.M.A.C. surface. After the undercut operation is completed, the contractor shall spread,mix, and compact the pulverized material to a 95% compaction per the City's Standard Specifications or as directed by the Engineer in the field. A 5%portland cement shall be used to mix the pulverized material. After the pulverized material is cured, the contractor shall overlay it with 3 inches of H.M.A.C. within five(5)calendar days. The unit price bid per square yard shall be full compensation for all labor,material, equipment, tools, and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction,haul off, sweep;and dispose the undercut material. The 3-inch H.M.A.C. surface will be paid by a separate pay item. do SP-12 PAY i i EM No. 10 -3"H.M.A.C. PAVEMENT(TYPE"D"MIX): All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete", 300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt Concrete" shall apply to the construction methods for this project. Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the opinion of the Engineer. The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as necessary. The unit price per square yard of H.M.A.C. complete and in place, shall be full compensation for all labor,materials, equipment,tools, and incidentals necessary to complete the work. PAY ITEM No. 11 -7"CURB & 18"GUTTER: All provisions of Standard Specification No. 502 `Concrete Curb & Gutter' shall apply except as modified herein: A minimum of 5 inches or greater as required depth of flex base material properly compacted under the curb and gutter is required as shown in the construction details. Provide flex base material to a depth of at least 8 inches and with the width as required in the road surface adjacent to the proposed gutter where the existing pavement and subbase was removed. This allows for the forms to be placed for construction of the proposed curb and gutter. This action is intended to replace the material required for the pulverization process. PAY ITEM No. 13 —NEW 4-INCH STANDARD WHEELCHAIR RAMP: The contractor shall construct a standard concrete wheelchair ramp as shown on the enclosed details,or as directed by the Engineer. The removal of substandard wheelchair ramps and sidewalk as required for the installation of new wheelchair ramps shall be subsidiary to this pay item. All applicable provisions of Standard Specifications Item No. 104 "Removing Old Concrete" and Item No. 504 "Concrete Sidewalks and Driveways"shall apply except as herein modified. The entire concrete flared surface shall be colored with LITHCHROME color hardened as manufactured by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake type, and shall be used in accordance manufacturer's instructions. Concrete stain may be applied after concrete is poured(Product sold by BAER). Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches y dimension or other dimension approved by the Engineer, meeting the aforementioned specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be applied for all construction covered in the scope of this pay item. The method of application shall be by screen, sifter, sieve or other means in order to provide for a uniform color distribution. ' SP-13 The unit price per square foot for 4-Inch Standard Wheelchair Ramp as shown on the proposal will be full compensation for materials,labor, equipment,tools and incidentals necessary to complete the work. F PAY ITEM No. 15 —STEEL PIPE GUARDRAIL Construction details and dimensions for the various parts of this item are shown on the plans. The price bid per linear foot shall be full compensation for materials, for all tools, labor, equipment and incidentals necessary to complete this work. PAY ITEM No. 16-TOPSOIL: The proposed quantities are estimates only and intended for use in the parkway. This pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site. Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. PAY ITEM No. 18—2-INCH WATER SERVICE LINE RELOCATION: The relocation, replacement, or reconnection of water services will be required as shown on the plans, and/or as described in these Special Contract Documents in addition to those located in the field and a identified by the Engineer. All services shall be constructed by the contractor utilizing approved factory manufactured tap saddles (when required) and corporation stops, type K copper water tubing, curb stops with lock wings, meter boxes, and if required approved manufactured service branches. All materials used shall be as specified in the Material Standards (E1-17 & E1-18) contained in the Water Department General Contract Documents. All water services to be replaced shall be installed at a minimum depth of 36 inches below final grade. The existing 2-inch water service line, which is to be replaced, shall be replaced with 2-inch Type K copper. A minimum of 24 hours advance notice shall be given when service interruption will be required. All work on the outlet side of the service meter shall be performed by a licensed plumber. PAY ITEM No. 19—GROUND COVER: Ground cover shall consist of furnishing and planting Asian Jasmine in areas designated in the plans. PAY ITEM No. 20—PARKING LOT STRIPING: The parking lot spaces shall be marked as indicated on the plans. The paint for the striping shall be yellow non-reflective water based paint. All pavement striping shall be 4 inches in width. The paint for the parking lot striping shall be applied several days after pavement construction so as to allow HMAC curing time. r PAY ITEM No. 21 —CONCRETE WHEEL STOP: The concrete curb wheel stop shall be furnished in accordance with the detail shown on the plans. SP-14 PAY ITEM No. 22—STORM WATER POLLUTION PREVENTION PLAN: The Contractor shall submit a Storm Water Pollution Prevention Plan(SWPPP) for approval by the Engineer prior to the start of construction activities. This plan shall be prepared in accordance with the requirements of the NCTCOG Standard Specifications for Public Works Construction. The Contractor has the responsibility to provide the SWPPP and to follow its requirements for the duration of the project. This pay item shall include the plan submission,materials,time, equipment and incidentals required to fulfill the plan. The clean up and removal of temporary materials shall be included in this bid item. SP-15 City of Fort Worth Specifications FOR Northside Branch Library Parking Lot Lighting Fort Worth, TX ISSUED FOR REVIEW May 28, 2004 Prepared by. Carter. -Bur ess 777 Main Street Fort Worth, Texas 76102 (817) 735-6000 C&B 013703.091 CITY OF FORT WORTH NORTHSIDE BRANCH LIBRARY PARKING LOT LIGHTING Section No. Section Title Page(s) DIVISION 16 - ELECTRICAL 16050 Electrical General Provisions 7 16051 Submittals 3 16075 Electrical Identification 3 16080 Electrical Testing 3 16091 Work In Existing Building 4 16120 Wire And Cable 4 16132 Conduit 4 a 16423 Contactors 2 16520 Lighting Fixtures - Site 3 END OF TABLE OF CONTENTS F C&B 013703.011 TOC - 1 052504 Issued for Review Table of Contents SECTION 16050 • INAM ELECTRICAL GENERAL PROVISIONS it .. . •.00•.0••0.:...� 72508 PART 1 -GENERAL 1.1 SECTION INCLUDES G 7 A. Each section included in Division 16 is incomplete without the provisions stated herein. 1.2 RELATED SECTIONS A. Section 16080- Electrical Testing. 1.3 SYSTEM DESCRIPTION A. Provide a complete operational electrical system. Route conduit and install equipment to avoid conflicts with other trades and to enhance maintainability of system. 1.4 REFERENCES A. ASTM D 698-Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ft-lbflcu.ft. (600kN-mlcu. m.)). B. ASTM E 814 -Fire Tests of Through-Penetration Fire Stops. C. IEEE C2 - National Electrical Safety Code. D., • NFPA 70- National Electrical Code. E. UL 1479-Fire Tests of Through-Penetration Firestops. 1.5 DEFINITIONS A. Provide: Where the word "provide" is used, the word is understood to mean"the Contractor shall furnish and install"the equipment,tests,inspections,etc_ referenced. B. Related Work: The sections referenced under RELATED SECTIONS shall be understood to include provisions which directly affect the work being specked in the section where RELATED SECTIONS occurs. C. Concealed: Where the word "concealed"is used in conjunction with raceways, equipment,and the like, the word shall be understood to mean hidden from sight as in chases, furred spaces, or suspended ceilings. D. Exposed: Where the word "exposed"is used, the word shall be understood to mean open to view_ C&B 013703.011 16050- 1 052804 Issued for Review Electrical General Provisions ,r 1.6 REGULATORY REQUIREMENTS A. Perform work in accordance with NFPA 70 and the editions, revisions, amendments, or supplements of applicable statutes, ordinances, codes, or regulations of Federal, State, and Local Authorities having jurisdiction in effect on the date bids are received. B. Where approval standards have been established by OSHA, UL, ASME, AGA, AMCA, ANSI, ARI, NFPA, State Fire Insurance Regulatory Body, and FM, follow these standards whether or not indicated on the Drawings and Specifications. Include cost of work required to comply with requirements of these authorities in the original proposal. Comply with IEEE C2 where applicable. C. Requirements in reference specifications and standards are minimum for equipment, material, and work. In instances where capacities, size, or other features of equipment, devices, or materials exceed these minimums, meet specified or scheduled capacities. D. Resolve code interpretations discovered in Contract Documents with A/E prior to Contract award. After Contract award, make corrections or additions necessary for compliance with applicable codes. E. Arrange with local and state authorities and utility companies for permits, fees, and service connections, verifying locations and arrangement, and pay charges including inspections. 1.7 CONTRACT DRAWINGS A. Drawings are generally diagrammatic and are intended to encompass a system that will not interfere with the structural and architectural design of the building. Coordinate work to avoid interferences between conduit, equipment, architectural, and structural work. B. Coordinate with architectural features, trim and millwork details, and install equipment in cabinets or other special areas as directed by A/E. C. Drawings are based on equipment specified. Make adjustments, modifications, or changes required, due to use of other equipment. 1.8 PROJECT/SITE CONDITIONS A. Site Visitation: Visit the site of the proposed construction to become thoroughly familiar with details of work and working conditions, verify dimensions in the field, and advise A/E of discrepancies before performing work. B. Space Requirements: 1. Consider space limitations imposed by contiguous work in selection and location of equipment and material. Do not provide equipment or material -µ which is not suitable in this respect. C&B 013703.011 16050 - 2 052804 Issued for Review Electrical General Provisions 2. Make changes in equipment location of up to 5 feet, to allow for field conditions prior to actual installation, and as directed by A/E. 3. Conceal conduit in finished areas. Conduit may be exposed in mechanical rooms, electrical rooms and where specifically allowed on Drawings. Route conduit through the building without interfering with other contractors equipment or construction. 4. Provide maximum possible clear height underneath conduit. Install conduit as high as possible. 5. Install equipment requiring service so that it is easily accessible. 6. Compare the equipment sizes with the space allotted for installation before installation and make written notice of possible conflict. Disassemble large equipment to permit installation through normal room openings when required. Should written notice not be made in a timely I manner, make adjustments and modifications necessary without additional compensation. 7. Timely place equipment too large to fit through finished openings, and stairways. C. Site Obstructions: 1. Drawings indicate certain information pertaining to surface and subsurface obstructions which has been taken from available drawings. Such information is not guaranteed as to accuracy of location or completeness of information. 2. Verify with A/E, utility companies, municipalities, and other interested parties that available information has been provided before cutting or trenching operations are begun. Verify locations given. 3. Alter routing of new work should obstruction be encountered, whether or not shown on Drawings. Reroute existing lines, remove obstruction where permitted, or otherwise perform whatever work is necessary to satisfy the purpose of the new work and leave existing services and structures in a satisfactory and serviceable condition. 4. Assume total responsibility for and repair damage to existing utilities or construction, whether or not such existing facilities are shown. Repair the lines, if damaged. D. Cutting and Patching: 1. Submit written request to A/E in advance of cutting or alterations. 2. Execute cutting and demolition by methods which will prevent damages to other work and will provide proper surfaces to receive installation of repairs. 3. Restore work which has been cut or removed; install new products complying with specified products, functions, tolerances and finishes as specified. 4. Fit work airtight to conduit, sleeves, and other penetrations through surfaces. For fire-rated penetrations, provide assemblies in accordance with UL 1479 and ASTM E 814 utilizing products and materials equal to rating of surfaces penetrated. C&B 013703.011 16050 - 3 052804 Issued for Review Electrical General Provisions 1.9 MATERIALS AND WORKMANSHIP A. Provide new materials and equipment of a domestic manufacturer by those .� regularly engaged in the production and manufacture of specified materials and equipment. Where UL or other agency has established standards for materials, provide materials which are listed and labeled accordingly. The commercially MR standard items of equipment and the specific names mentioned herein are intended to identify standards of quality and performance necessary for the proper functioning of the work. B. Work shall be performed by workmen skilled in the trade required for the work. Install materials and equipment to present a neat appearance when completed and in accordance with the approved recommendations of the manufacturer and in accordance with Contract Documents. C. Provide labor, materials, apparatus, and appliances essential to the complete functioning of the systems described or indicated herein, or which may be reasonably implied as essential whether mentioned in the Contract Documents or not. -F D. Make written request to A/E for supplementary instructions in cases of doubt as to Work intended or in event of need for explanation thereof. E. Performance and material requirements scheduled or specified are minimum standards acceptable. The right to judge the quality of equipment that deviates from the Contract Documents remains solely with A/E. 1.10 DELIVERY, STORAGE AND HANDLING A. Follow the manufacturer's directions completely in the delivery, storage, and handling of equipment and materials. B. Store equipment in a clean, dry place, protected from other construction. While stored, maintain factory wrappings or tightly cover and protect equipment against dirt, water, construction debris, chemical, physical or weather damage, traffic and theft. C. Adequately brace and package equipment to prevent breakage and distortion while in transit. 1.11 EXCAVATION A. Trenching: 1. Perform excavation of every description and of whatever substance encountered to depths indicated or specified. Pile materials suitable for backfilling a sufficient distance from banks of trenches to prevent slides or cave-ins. Comply with OSHA requirements for excavation, trenching, and shoring. Keep surface drainage of adjoining areas unobstructed. Waste - excavated materials not required or satisfactory for backfill. Remove water by pumping or other approved methods, discharge at a safe distance from the excavation. CSB 013703.011 16050 -4 052804 Issued for Review Electrical General Provisions 2. Provide trenches of necessary width for proper laying of conduit and comply with latest publication of OSHA 2226 Excavating and Trenching Operations. Coordinate trench excavation with pipe installation to avoid open trenches for prolonged periods. Accurately grade to bottoms of trenches to provide uniform bearing and support for each section of conduit on undisturbed soil or the required thickness of bedding material at every point along its entire length. 3. Provide minimum 12 inches between outer surfaces and embankment or shoring which may be used, when excavating for manholes, pull boxes, and similar structures. Remove unstable soil that is incapable of supporting the structure in the bottom of the excavation to the depth necessary to obtain design bearing. 4. Material to be excavated is "unclassified." No adjustment in the contract price will be made on account of the presence or absence of rock, shale, masonry, or other materials. 5. Protect existing utility lines that are indicated or the locations of which are made known prior to excavating and trenching and that are to be retained. Protect utility lines constructed during excavating and trenching operations, from damage during excavating, trenching and backfilling; if damaged, repair lines as directed by utilities, Owner, and A/E. Issue notices when utility lines that are to be removed are encountered within the area of operations in ample time for the necessary measures to be taken to prevent interruption of the service. 6. Provide trenches for utilities of a depth that will provide 2-foot minimum depths of cover from existing grade or from indicated finish grades, whichever is lower. B. Backfilling: 1. Backfill trenches after conduit, fittings, and joints have been tested and approved. 2. Backfill trenches with sand to provide 6 inches sand below conduit and 12 inches sand cover. Backfill remainder of trenches with satisfactory materials consisting of earth, loam, sandy clay, sand, and gravel, or soft shale, free from large clods of earth and stones not over 1-1/2 inch in size, and deposit in 9-inch maximum layers, loose depth as indicated or specified. Take care not to damage utility lines. Deposit the remainder of backfill materials in the trench in 1 foot maximum layers, and compact by mechanical means. Re-open trenches and excavation pits improperly backfilled or where settlement occurs to the depth required to obtain the specified compaction, then refill and compact with the surface restored to the required grade and compaction. 3. Where trenches cross streets, driveways, building slabs, or other pavements, backfill trench utility line with sand backfill material in 6 inch layers. Moisten each layer and compact to 95 percent of the maximum soil density as determined by ASTM D 698. Accomplish backfilling in such a manner as to permit the rolling and compaction of the filled trench with the adjoining material to provide the required bearing value so that paving of the area can proceed immediately after backfilling is complete. C&B 01 3703.011 16050 - 5 052804 Issued for Review Electrical General Provisions 1.12 OPERATING INSTRUCTIONS A. Provide services of authorized representatives of manufacturer to ensure that the equipment is installed according to the manufacturer's recommendations, is operating properly, and to instruct Owner's operating personnel during start-up and operating tests of complete electrical system. Notify A/E seven days prior to beginning equipment start-up. B. Certify in writing that these services have been performed. C. Perform tests as specified in Section 16080. 1.13 SERVICE A. Inspect, clean, and service light fixtures and replace HID lamps if utilized for construction lighting immediately prior to final acceptance of project. B. Clean and polish fixtures, equipment, and materials thoroughly, and return to "as new" condition. i C. Remove excess material and debris. Place electrical systems in complete working order before request for final review. Broom clean areas. 1.14 PROJECT RECORD DOCUMENTS A. Maintain a set of Contract Documents at the job site for the purpose of recording final size, location, and interrelation of work under this Division. Mark this set of drawings as the job progresses to indicate "as-built" location of equipment, including concealed conduit and equipment. M0 B. Obtain Drawings from A/E, at Contractor's expense, and record as-built conditions. .•. C. Clearly and accurately delineate the work by dimensions on the record drawings as installed, with equipment locations identified by at least two dimensions to permanent structures. D. Final record drawings shall be marked "AS-BUILT," and signed and dated by Contractor. E. Provide certified "AS-BUILT" drawings at the conclusion of project. 1.15 FINAL REVIEW A. Obtain necessary Certificates of Occupancy from local authorities. B. Submit final approved operation and maintenance manuals including approved submittals, test reports, and "AS-BUILT' drawings prior to requesting final .- payment. Delivery of operation and maintenance manuals is a condition of final acceptance. C&B 013703.011 16050 - 6 052804 Issued for Review Electrical General Provisions 1.16 GUARANTEE A. Guarantee materials, parts and labor for Work for one year from the date of issuance of occupancy permit. During that period make good faults or imperfections that may arise due to defects or omissions in materials or p workmanship with no additional compensation and as directed by A/E. PART2 - PRODUCTS Not used. PART 3 - EXECUTION Not used. END OF SECTION C&B 013703.011 16050-7 u 052804 Issued for Review Electrical General Provisions SECTION 16051 SUBMITTALS PART 1 - GENERAL 1.1 SECTION INCLUDES dw A. Preparation and submission of shop drawings and product data. 1.2 MANUFACTURERS A. Listed manufacturers will be acceptable as long as specified requirements are met. B. Manufacturers who are not listed as "acceptable manufacturers" bear the burden of proof to A/E that their products comply with the specifications. Furthermore, those manufacturers shall agree in writing to bear the cost of A/E time to review compliance with the specifications whether their products are approved or not. C. Provide power distribution and control equipment of the same manufacturer (i.e., switchboards, panelboards, transformers, motor control centers). D. Provide similar equipment of same manufacturer(i.e., wiring devices). _ 1.3 CONTRACTOR'S CERTIFICATION A. Submittals will be submitted only by the Contractor. Indicate by signed stamp that the contract documents have been checked, that the work shown in the submittals is in accordance with contract requirements and that dimensions and relationship with work of other trades have been checked. If submittals are submitted for review that have not been checked and signed by the Contractor, they will be returned for checking before being considered by A/E. 1.4 PREPARATION A. Include information relevant to particular equipment or materials to be furnished, where product data published by manufacturer is part of submittal. B. Provide documentation of compliance with manufacturer's published literature or drawings or letter signed by officer of manufacturer in cases where compliance with UL, FM, ARI, IRI, or other similar organization standards are required. C. Furnish submittals within 45 days after receiving a signed contract and prior to the start of installation. D. Include identifying symbols and equipment numbers used in the contract documents for all equipment and material submitted. C&B 013703.011 16051 - 1 052804 Issued for Review Submittals E. Cross reference sheet numbers on Drawings for shop drawings. Provide shop drawings consisting of plans drawn to scale, with elevations and sections, to show clearly the location of major items of equipment and clearances for maintenance and code requirements. F. Submit only the requested submittals complete by types of equipment (i.e., lighting fixtures, power distribution, etc.) labeled with applicable specification section(s) included. Each submittal will be handled separately. Should any item not be acceptable, the entire submittal will be returned to the Contractor for correction and resubmittal. Partial submittals are unacceptable. The intent of this requirement is that all approved bound sets of data will be identical and will contain only acceptable information. G. Submit a compliance sheet for each submittal indicating the submittal is in full compliance with the drawings and specifications. Indicate by drawing number or specification section number and paragraph numbers all exceptions taken and include an explanation. H. The review of submittals does not relieve or modify the Contractor's responsibility for compliance with the Contract Documents or dimensions or errors contained in the submittal or quantity count. It is clearly understood that, in the review process, noting of some discrepancies but overlooking others does not grant the Contractor permission to proceed in error. Regardless of any information contained in the submittals, the Contract Documents govern the work, and are neither waived nor suspended in any way by the review of the submittals. I. A minimum review period of two weeks, exclusive of transmittal time, will be required in A/E office for each submittal. Take this time period into consideration when scheduling construction. J. Include in submittals sufficient plans, elevations, sections, performance data, dimensions, bolt locations, ratings, sound data, weights and schematics to clearly describe the equipment and to show compliance with these specifications. Provide a cover or title sheet for the submittal containing the following: 1. Name of Contractor originating the submittal. 2. Name of project for which the submittal is made. 3. An index of all items submitted including: a. Mark of equipment on drawings. b. Manufacturer. C. Catalog number. d. Specification section number. 4. Date of submittal and date of each revision. 5. Contractor's certification of review. 6. Contractor's certification of compliance. K. Shop drawings and product data which do not comply with the requirements herein will be returned for resubmittal. Submit two paper sepias for shop drawings. L. A/E will retain one copy and Owner will retain one copy of submittal. Remaining copies will be returned to Contractor marked FURNISH AS SUBMITTED, C&B 013703.011 16051 - 2 052804 Issued for Review Submittals FURNISH AS CORRECTED, REVISE AND RESUBMIT or SUBMIT SPECIFIED _ ITEM. If it is marked FURNISH AS SUBMITTED or FURNISH AS CORRECTED, no additional submittal is required. If it is marked REVISE AND RESUBMIT or SUBMIT SPECIFIED ITEM, repeat submittal in accordance with this section. Submit complete and accurate shop drawings and product data at first submittal. If submittals are returned to Contractor marked REVISE AND RESUBMIT or SUBMIT SPECIFIED ITEM, only one additional submission will be permitted. M. If the reproducible sepia or product data marked FURNISH AS SUBMITTED or FURNISH AS CORRECTED is altered for any reason after it has been stamped, the REVIEWED stamp shall automatically be voided. N. Provide all work in accordance with the submittals stamped FURNISH AS SUBMITTED or FURNISH AS CORRECTED inasmuch as they are in agreement with the Contract Documents. Where differences occur between the submittals and the Contract Documents, the Contract Documents shall govern the work. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION 3.1 REQUIRED SUBMITTALS .� A. Furnish product data for devices, equipment, or systems as specified. Other submittals will be returned to Contractor without review. Furnish shop drawings as indicated. 3.2 FINAL SUBMITTAL A. In addition to the number of copies of shop drawings and product data required to review submittals, maintain separate file of final reviewed copies of such material. Deliver approved submittals in a hard-back binder for the Owner's use. ` Incorporate changes and revisions made throughout the construction period. END OF SECTION i C&B 013703.011 16051 - 3 052804 Issued for Review Submittals SECTION 16075 ELECTRICAL IDENTIFICATION PART 1 - GENERAL 1.1 SECTION INCLUDES A. Items for identification of electrical products installed under Division 16. 1.2 SUBMITTALS A. Submit product data. PART 2- PRODUCTS 2.1 MANUFACTURERS A. W.H. Brady Co. B. Carlton Industries, Inc. C. Seton Nameplate Co. 2.2 MATERIALS A. Nameplates: Provide engraved three-layer laminated plastic nameplates with white letters on a black background. B. Wire and Cable Markers: Provide vinyl cloth markers with split sleeve or tubing type, except in manholes provide stainless steel with plastic ties. x C. Underground Warning Tape: 1. Manufactured polyethylene material and unaffected by acids and alkalies. 2. 3.5 mils thick and 6 inches wide. 3. Tensile strength of 1,750 pounds per square inch lengthwise. 4. Printing on tape shall include an identification note BURIED ELECTRIC LINE, and a caution note CAUTION. Repeat identification and caution notes over full length of tape. Provide with black letters on a red background conforming to APWA recommendations. D. Panelboard Directories: Provide typed circuit directory for each panelboard. Mount circuit directory in a permanent, clear Lexan card holder located on inside of door on panelboard. C&B 013703.011 16075 - 1 052804 Issued for Review Electrical Identification E. Conduit Markers: Flexible vinyl film with pressure sensitive adhesive backing and printed markings. 1. Include following identifying tiles on orange background except as noted. a. Typical: 1) Type: Example -AC 60 hertz. 2) Load: Example - Lighting and power. 3) Voltage: Example -480 VAC/3 phase. b. As Noted: 1) If more than one type of power is available in a conduit, mark with title "Electrical" on orange background. — 2) Limit switch controls, air conditioning controls and diffuser controls with title "Control" on orange background. 2. Conduit that Contains Protective Communication Systems: Provide exact content and title on blue background; install and locate as specified for conduit. F. Conduit Markers and Letter Size: Outside Diameter of Width of Size of Letter Conduit (inches) Color Band and Numerals 1/2 to 1-1/4 8 1/2 1-1/2 to 2 8 3/4 2-1/4 to 3-1/4 10 1 3-1/2 & Larger 12 1-1/4 PART 3 - EXECUTION 3.1 INSTALLATION A. Degrease and clean surfaces to receive nameplates. B. Install nameplates parallel to equipment lines. C. Secure nameplates to equipment fronts using screws or rivets. Secure nameplate to inside face of recessed panelboard doors in finished locations. D. Embossed tape will not be acceptable. E. Provide underground tape at electrical installations. 3.2 WIRE AND CABLE LABELING A. Provide wire markers on each conductor in splice boxes, pull boxes, and at first load connection on homerun. Identify with branch circuit or feeder number for power and lighting circuits, and with control wire number as indicated on equipment manufacturer's shop drawings for control wiring. C&B 013703.011 16075 - 2 052804 Issued for Review Electrical Identification B. Identify branch circuit or feeder number for power and lighting circuits on cover of pull and junction boxes with indelible marker. 3.3 EQUIPMENT LABELING A. Provide nameplates to identify all electrical distribution and control equipment. B. Engraved, Laminated Plastic Nameplates: 1/4-inch letters, equipment designation; 1/8-inch letters, source circuit number. Provide for: 1. Contactors. C. Identify junction boxes by circuit number with legible permanent ink marker. 3.4 CONDUIT MARKERS A. Location of Identifying Markers: At each end of conduit run and at intermediate points 50 feet maximum on center. END OF SECTION C&B 013703.011 16075 - 3 052804 Issued for Review Electrical Identification SECTION 16080 ELECTRICAL TESTING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Test electrical systems and equipment. M' B. These tests are required to determine that the equipment involved may be safely energized and operated. C. Perform tests by and under the supervision of fully experienced and qualified personnel. Advise each respective manufacturer's representative of tests on their equipment. D. Record all test data. E. Each section of Division 16 that has products or systems listed herein incorporate this section by reference and is incomplete without the required tests stated herein. 1.2 REFERENCES A. ANSI/IEEE C37.20 - Circuit Breakers, Switchgear, Substations, and Fuses. B. NEMA WC 8 - Ethylene-Propylene-Rubber-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy. C. NFPA 70 - National Electrical Code. 1.3 SUBMITTALS A. Submit test report forms for review a minimum of 90 days prior to requesting a final review by A/E. B. Furnish six individually bound copies of test data. Neatly type and arrange data. R Include with the data the date tested, personnel present, weather conditions, nameplate record of test instrument and list all measurements taken, both prior to and after any corrections are made to the system. Record all failures and corrective action taken to remedy incorrect situation. C. A/E will retain one copy. Remaining copies will be returned to Contractor for a— inclusion in the operation and maintenance manuals. MW PART 2 - PRODUCTS Not used. C&B 013703.011 16080 - 1 052804 Issued for Review Electrical Testing PART 3 - EXECUTION 3.1 PREPARATION A. Furnish proposed test procedures, recording forms, list of personnel and test equipment for A/E review. B. Follow recommended procedures for testing as published by test equipment manufacturer. 3.2 WIRE AND CABLE A. Test insulation resistance of each main feeder and service after the installation is complete but before the connection is made to its source and point of termination. B. Test insulation resistance using Biddle Megger or equivalent test instrument at a voltage not less than 1,000 volts DC. Measure resistance from phase-to-phase and phase-to-ground. In circuits where insulation test value is lower than 1 megohm, remove and replace conductor and retest. C. Visually inspect connections of every branch circuit for tightness. D. Ensure that grounding conductor is electrically continuous. E. Test branch circuits against grounds, shorts or other faults. F. Inspect grounding and bonding system conductors and connections for tightness and proper installation. G. Measure ground resistance from system neutral connection at service entrance to convenient ground reference point using suitable ground testing equipment. H. Test system for stray currents and ground shorts. If stray currents and shorts are detected, eliminate or correct as required. 3.3 WIRING DEVICES A. Demonstrate operation of lighting circuits and lighting control systems. 3.4 CIRCUIT BREAKERS IN EXISTING PANELS _ A. Before Energization: Visually inspect connections for tightness and correctness. B. After Energization: 1. Verify proper operation. 2. Operate circuit breaker, switch and contactor. 3. Measure line amperes with system operating at load conditions. 4. Modify circuit breaker and relay settings as required. C&B 013703.011 16080 - 2 052804 Issued for Review Electrical Testing