HomeMy WebLinkAboutContract 40603FORT WORTH ' ,,,tr-' ., ,
CITY SECRETARY j
D .0.E. FILE SPECIFICATIONS
AND
C ·'°"NT'"" I', ... CONTRACT DOCUMENTS
, .. , ,<,,'.1..... TOR'~ BONDING CO. FOR
.r
PROJECT NAME
C.P. HADLEY PARK
IMPROVEMENTS AT
C.P. HADLEY PARK
PROJECT NUMBER
C280/541600/806470114480
INTHE
CITY OF FORT WORTH, TEXAS
MICHAEL J. MONCRIEF
MAYOR
RICHARD ZAVALA, DIRECTOR
-.. (
CITY SECRETARY g
CONTRACT NO . 0 \a _03.--
TPWNO.
6300
DALE A. FISSELER
. CITY MANAGER
PARKS AND COMMUNITY SERVICES DEPARTMENT
PARKS AND COMMUNITY SERVICES DEPARTMENT
PLANNING AND RESOURCE MANAGEMENT DIVISION
FUNDING OF PROJECT BY
CITY OF FORT WORTH
2004 CAPITAL IMPROVEMENT PROGRAM
GAS LEASE BONUS FEES .
PARK DEDICATION FEES
MARCH2010
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
07 -22 -1 0 .~11 :09 IN
Jul 13 10 08 :58a Raydon Inc
Jul 13 2010 6: 37AH Ra~don, Inc.
8172464765
254-55S-713S
p .2
p.l
MINUTES OF MEETING OF DIREC!rORS
OF
RAYDON, INC.
With all of the directors of RAYDON, INC., consenting to the time and
place of the special meeting of the directors, the me¢ting was held on
07/05/2010 at the principle office of the corporation at FM Road 3099,
Breckenridge, TX.
With Directors Darrell Shortes and Rick Riley present be}ng both directors,
the quorum for the meeting was met. Attached to the m~ting is the Waiver
ofNoitce for the meeting to the minutes of the meeting. ·
The Chairman then stated that the meeting was called ~r the purpose of
authorizing Brian Smith, Raydon, Inc. Project Manager, the opportunity to
sign contract documents with the City of Fort Worth conti/acts including ED
Collette Park renovation and CF Hadley Park renovation$, representirig our
firm legally binding with the City of Fort Worth on said prbjects.
There being no further business the meeting was adjoume~.
Dated: 07/05/2010 ~aceb
Darrell Shortes
Chairman
(J ~.---.
'-~
Secretary
Ramse)', my
From: Ramsey, Amy
Sent: Monday , July 12, 2010 10 :27 AM
To: Mcleroy , Nikki
Cc: Smith , Kathryn W .
Subject: Authorized Signatory for Raydon, Inc.
Nikki,
The two contracts w / Raydon, Inc. that were returned because they hadn 't been signed by the contractor are now
signed by someone not shown on the TX SOS as an authorized signatory . Below is the management of the
corporation . Please provide the Corporate Resolution that authorizes Brian Smith, Project Manager to sign for and
bind the corporation. I am holding the contract books until we receive that.
BUSINESS ORGANIZATIONS INQUIRY -VIEW ENTITY
Filing Number: 108056300 Entity Type: Domestic For-Profit
Original Date of Filing: June 17 , 1988
Corporation
Entity Status: In existence
Formation Date: N/ A
Tax ID: 17522353840
Duration:
Name:
Aadress:
Perpetual
RAYDON , INC.
PO BOX 671
FEIN:
BRECKENRIDGE, TX 76424-0671 USA
REGISTERED
AGENT
FILfNG
HISTORY NAMES MANAGEMENT
ASSUMED
NAMES
ASSOC IA TED
ENT ITI ES
Last Update
July 4 , 2009
Name
LEROY
STEGEMOLLER
Title
DIRECTOR
July 4 , 2009 DARRELLE SHORTES DIRECTOR
July 4 , 2009
Jr
DARRELLE SHORTES PRESIDENT
Jr
Amy J. Ramsey
Assistant City Attorney
City of Fort Worth
817-392-7617
7/12 /2010
Address
444 SCR 192
BRECKENRIDGE, TX 76424 USA
382 FM 1032
[CITY NOT PROVIDED], [ST A TE
NOT PROVIDED] [COUNTRY NOT
PROVIDED]
382 FM 1032
[CITY NOT PROVIDED], [ST A TE
NOT PROVIDED] [COUNTRY NOT
PROVIDED]
amy.ramse fortworthgov.org
This messare and all attachments are confidential and are intended solely for the use by the individual
or entity to Vhich they are addressed. This communication may contain material protected by the
attorney-cliett privilege . Any review, use, distribution, forwarding, printing or copying by persons other
than the interrfed recip ients is strictly prohibited. If you believe this email was sent to you in error,
please notify tie sender by replying to this transmission or by calling Amy Ramsey at 817-392-7617 and
delete this me:sage or any copy. Unless expressly stated in this email, nothing in the message should
be construed ma digital or electronic signature .
7/12/20 10
M&C Rev iew Page 1 of 3
Official site of the City of Fort Worth, Texas
':ITV COUNCIL AGE NDA
COUNCIL ACTION: Approved on 6/8/2010 -Ord. No. 19176-06-2010
DATE: 6/8/2010 REFERENCE C-24258
NO.: LOG NAME: 80CPHADLEYCONSTRUCTION
CODE: C TYPE: NON-PUBLIC
CONSENT HEARING: NO
SUBJECT: Authorize the Execution of a Construction Contract with Raydon, Inc., in the Amount of
$272,742.90 for Park Improvements at C.P . Hadley Reserve Park and Adopt
Appropriation Ord inance (COUNCIL DISTRICT 6)
RECOMMENDATION:
It is recommended that the City Council :
1. Authorize the transfer of $69,200 .00 from Park Improvements Fund , NU 1-16 Project to the Park
Dedication Fees Fund, C .P. Hadley Reserve Park Project;
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Park Dedication Fees Fund , C .P. Hadley Reserve Park Project by $69,200 .00 ; and
3 . Authorize the City Manager to execute a construction contract with Raydon, Inc., in the amount of
$272 ,742 .90 for park improvements at C.P. Hadley Reserve Park .
DISCUSSION:
The purpose of this M&C is to award a construction contract for park improvements at C.P . Hadley
Reserve Park .
The 2004 Capital Improvement Program (CIP) allocated $1 ,881 ,000 .00 for Reserve Park Site
development at 13 park sites , of which $163 ,500 .00 was allocated for reserve park development at
C.P. Hadley Reserve Park .
On July 22 , 2008 , (M&C L-14601) the C ity Council accepted a dedication of 7 .818 acres of parkland
from Meritage Homes of Texas , L.P . As a condition of City acceptance of this property , the developer
agreed to pay an additional fee of $69 ,200.00 for future parkland site work .
On December 8, 2009 , (M&C G-16786) the City Council approved the Parks and Community
Services Department's Fiscal Year 2010 Gas Well Project Expenditure Plan which included an
appropriation of $67 ,300 .00 of gas well revenue to C .P. Hadley Reserve Park.
In summary funding for this project includes :
2004 CIP
Developer Fees
Gas Revenues
Total
$163 ,500 .00
$69 ,200 .00
$67 ,300 .00
$300,000 .00
The project was advertised for bid on March 11, 2010 , and March 18 , 2010 , in the Fort Worth Star-
Telegram with bids opened on April 8 , 2010 , and tabulated as follows :
BIDDER
Raydon, Inc.
itt p://apps.cfwne t.org/counc il _packet/mc _rev iew.as p ?I D= 13446 &counci ld ate=6/8/2 010
BASE BID
$272 ,742.90
FORT\VORTH
~
6/9/2 010
M&C Review
Klutz Construction , LLC
Analytical Technology Consultants
Cole Construction , Inc.
Humphrey & Morton Construction Co., Inc.
Rayco Construction, Inc.
Northstar Construction, Inc.
2L Construction, LLC
Cates, Courtney & Roebuck , Inc.
Primestar Construction
lrricon Construction
Jay Davis Co., d/b/a JDC Construction Co .
The Fain Group, Inc.
C. Greenscaping, LP
$284,995.40
$315,716.00
$317,325.00
$350 ,236 .60
$355 , 169.20
$368 ,362.00
$374,368 .00
$384,050 .50
$393 ,146.25
$393,858 .00
$394,100 .00
$434,915 .20
$3 ,389,076.80
The Base Bid improvements include construction of new concrete trail , benches, public art plaza area
and pavilion.
It is recommended that the Base Bid in the amount of $272 ,742 .90 as submitted by Raydon, Inc ., be
approved for award of Contract for a period of 100 working days .
Associated design/construction administration , inspection and change order contingency funding
totals $12 ,200 .00 .
Raydon, Inc., is in compliance with the City's M/WBE ordinance by committing to 23 percent M/WBE
participation on the Parks and Community Services Department base bid price. The City's goal on
this base bid contract is 14 percent.
The estimated annual operating budget with this project is $14 ,000.00.
Construction is anticipated to commence in July 2010 , and be completed by December 2010.
C .P. Hadley Reserve Park is located in COUNCIL DISTRICT 6 .
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above
recommendations and adoption of the attached appropriation ordinance, funds will be available in the
current capital budget, as appropriated , of the Park Improvements Fund, Park Dedication Fees Fund
and the Park Gas Lease Project Fund.
TO Fund/Account/Centers
1)C188 538040 080188101160 $69,200 .00
1 & 2) $69,200.00 C281 476188 806470114480
2)C281 541600 806470114480 $69,200 .00
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
FROM Fund/Account/Centers
3)C281 541600 806470114480
3)C280 541600 806470114480
3)C282 541600 806470114480
1)C188 541200 080188101160
Charles W . Daniels (6183)
Richard Zavala (5704)
http://apps .cfwnet.org/council_packet/mc _review .asp?ID= l 3446&councildate=6/8/2010
$69,200 .00
$136,243.00
$67,300 .00
$69,200 .00
Page 2 of 3
6/9/2010
M&C Review
._ TTACHMENTS
80CPHADLEYCONSTRUCTION AO.doc
Mike Ficke (5746)
ttp://apps.cfwnet.org/council_packet/mc _review.asp?ID= l 3446&councildate=6/8/2010
Page 3 of 3
6/9/2010
ADDENDUM #1
IMPROVEMENTS AT C.P. HADLEY PARK
PROJECT NO . CIP 01144
TPW NO . 6300
TO ALL BIDDERS :
Please attach to your specifications . This addendum is hereby made a part of the
Contract Documents and is issued to mod ify explain or correct the orig inal drawings
and/or project manual.
PROJECT MANUAL
NOTICE TO BIDDERS
See attached .
CONSTRUCTION DOCUMENTS
Sheet 2
ADD Equipment Schedule
ITEM Manufacturer Contact
800-707-7164 6 ' Park Bench KenCoat
6 Picnic Table KenCoat
8' ADA Picnic Table KenCoat
24 'x24 ' Pavilion Poligon 817 -236-5439
END OF ADDENDUM #1
Bid Open ing Date : Thursday , April 8 , 2010 .
Acknowledge the rece ipt of this Addendum on your Proposal.
By :
Eric Seebeck, Senior Landscape Architect
Release Date : March 22, 2010
Model Number
40P061G
10P06SM
15PH08SM
SQR24MR
NOTICE TO BIDDERS
Sealed Proposals for the following :
PROJECT NAME : PROJECT NO . TPWNO.
C.P. HADLEY PARK 01144 6300
Addressed to the City of Fort Worth , Purchasing Division, 1000 Throckmorton Street,
Fort Worth , Texas 76102-6311 and received at the Purchasing Office until 1 :30 p .m .,
Thursday , April 8 , 2010 and then publicly opened and read aloud at 2:00 p .m . in Council
Chambers 2nd floor - N.E . corner of City Hall. Plans , Specifications and Contract
Documents for this project may be obtained at the Park Planning section, Parks and
Community Services Department, 4200 South Freeway, Suite 2200, Fort Worth, Texas
76115-1499 . Documents will be provided to prospective bidders for a deposit of $50
per set ; deposits shall be made in the form of a check or money order. Each prospective
bidder shall receive a deposit refund on the first two plan sets if the documents are
returned in good condition within 10 days after bids are opened. Any additional plan
sets shall require a non-refundable deposit. These documents contain additional
information for prospective bidders .
Plan sets will be available at the Parks and Community Services Department beginning
Tuesday , March 13, 2010
1. Wage Rates: All Bidders will be requ ired to comply with Provision 5159a of 'Vernon 's
Annotated Civil Statutes" of the State of Texas with respect to the payment of the
prevailing wage rates , and City Ordinance No . 7278, as amended by City Ordinance
No . 7400 (Fort Worth City Code, Section 13-A-21 through 13-A-29) prohibiting
discrimination in employment practices .
2. Minority/ Women's Business Enterprise Participation Goals: In accordance with
the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the
part icipation of minority business enterprises and women business enterprises in City
contracts . A copy of the Ordinance can be obtained from the M/\NBE Office or from the
Office of the City Secretary. The bidder shall submit the MBE / WBE UTILIZATION
FORM , SUBCONTRACTOR/ SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM and / or the JOINT
VENTURE FORM ("Documentation) as appropriate and must be received no later than
5 :00 P.M ., five (5) City business days after the bid opening date, exclusive of the bid
opening date . The bidder (a) shall submit documentation at the reception area of the
managing department , Department of Engineering , 2nd floor, City Hall , and shall obtain a
receipt in person. Such receipt shall be evidence that the documentation was received
by the City . (b) Electronic submittal of MWBE documentation will not be accepted.
Failure to comply with (a) and (b) shall render the bid non-responsive .
The following list is provided to assist bidders in obtain ing the services of M/\NBE
vendors qualified to provide such services/materials for this project. A listing of qualified
M/\NBE vendors may be obtained at the City of Fort Worth M/\NBE office , 3rd floor City
Hall.
Services/materials for this project are as follows :
demolition/site prep
install shelter
seeding
bridges
clearing/grubbing
concrete pav ing
steel rebar
retaining wall
grading/earthwork
park benches
erosion control
The City's minimum M/WBE goal on this project is 14% of the total dollar value of this
contract.
3. Prime Bidder Qualification Requirements: The City will evaluate all submitted bids
based on criteria and qualifications to determine award of contract as noted in Item 14 . -
Bidder's Statement Of Qualifications -Special Instructions To Bidders and upon rece ipt
of Bidder's Statement Of Qualifications form included in th is construction document. In
general :
• The Prime Bidder , as general contractor or sub-contractor, must demonstrate
similar project scope experience on three (3) projects within the last three (3)
years . All subcontractors intended for use on this project shall also demonstrate
similar project scope experience necessary to successfully perform on their
respect ive portion of work on this project.
• The Prime Bidder must provide a list the surety company(s) which issued bonds
for projects listed above . Additionally , the Prime bidder shall list the surety
company intended for use on th is project.
• The Prime Bidder must subm it a current certified financial statement prepared by
an independent Certified Publ ic Accountant.
• The Prime Bidder shall perform work its own organization and with the
assistance of work crews under its superintendence work of a value not less than
fifty percent (50%) of the project scope of work as per Section 8 .1 of the standard
specifications for Street and Storm Drain Construction for the City of Fort worth .
Bidder's Qualifications are to be subm itted and received by the Parks and Community
Service Department Project Manager no later than 5 :00 P .M., five (5) City business
days after the bid opening date , exclusive of the bid opening date .
4 . Bid Addendum: Bidders are responsible for obtaining all addenda to the contract
documents and acknowledg ing receipt of the addenda by initialing the appropriate
spaces on the Proposal form . Bids that do not acknowledge receipt of all addenda may
be rejected as being non -responsive . Information regarding the status of addenda may
be obtained by contacting the Project Manager.
5. Pre -Bid Conference: A pre-b id conference w ill be held with prospective b idders at
the Parks and Commun ity Services Offices Conference Room 1 on Thursday March 25 ,
2010 at 2 :00 pm .
6. Award of Contract
The City reserves the right to reject any or all bids and wa ive any o r all forma li t ies .
The City will award one contract w ith a combination of base bids and/or alternates
which is most advantageous to the City .
No b id may be w ithdrawn until the expiration of 70 calendar days from the day bids are
opened . The award of contract, if made, w ill be within 70 calendar days after the
opening of bids , but in no case will the award be made until all necessary investigations
are made as to the respons ibility of the b idder to whom the contract will be awarded .
RICHARD ZAVALA, DIRECTOR
PARKS AND COMMUNITY SERVICES DEPARTMENT
By :
Eric Seebeck , Senior Landscape Architect
(817) 392 .5742
Advertise :
Thursday , March 11 , 2010
Thursday , March 18 , 2010
DALE A. FISSELER
CITY MANAGER
MARTY HENDRIX
CITY SECRETARY
ADDENDUM #2
IMPROVEMENTS AT C.P. HADLEY PARK
PROJECT NO. CIP 01144
TPWNO. 6300
TO ALL BIDDERS :
Please attach to your specifications . This addendum is hereby made a part of the
Contract Documents and is issued to modify explain or correct the original drawings
and/or project manual.
PROJECT MANUAL
SPECIAL INSTRUCTIONS TO BIDDERS
Add the following paragraph :
18. PRODUCT SUBMITIAL AND SUBSTITUTION OPTIONS: -
All prospective bidders shall submit Bid Proposals which reflect specified products only .
Product substitution of 'Or Equal' products will be considered only after award of
contract is made to the successful Bidder/ Prime Contractor.
See Div . I -General Requirements -Section 01640 .
TECHNICAL SPECIFICATIONS
DELETE SECTION 01640 -PRODUCT OPTIONS
Substitute with the following :
SECTION 01640 -PRODUCT SUBMITTAL AND SUBSTITUTION OPTIONS
1.01 GENERAL -The successful Prime Bidder/ contractor shall provide product
nomenclature data for both specified products and products to be considered as
"Or Equal" substitutions . Product substitution of 'Or Equal' products will be
considered only after award of contract as noted in item No .18 of Special
Instructions To Bidders.
For approval of specified products and / or consideration of product substitutions, send
submittals to :
Eric Seebock, Senior Landscape Architect (817) 392-5742
Parks and Community Services Department
4200 S. Freeway Suite 2200
Fort Worth, Texas 76115-1499
A. Submittal approval process of specified products and consideration of "Or Equal"
products :
1. Product substitutions will be considered only after execution of contract
between the successful Bidder/ Prime Contractor and the City. Only the successful
Bidder/ Prime Contractor may submit product submittals of specified and "Or Equal'
products for approval and consideration for approval to the Project Manager and shall
be required to be submitted at the scheduled Pre-Construction Conference meeting .
Submittals for "Or Equal " product substitution not provided at the Pre-Construction
Conference meeting will not be considered.
2. Two (2) submittal copies of all specified products provided to the Project
Manager shall include the following data :
a. Name and address of manufacturer
b. Trade name
c. Model or catalog designation
d. Manufacturer's data
I. Performance and test data
II. Reference standards
3. Two (2) submittal copies of "Or Equal " products provided to the Project
Manager for consideration shall include the following data:
a. Complete data substantiating compliance of proposed substitution with
Contract Documents
b. Product identification, including manufacturer's name and address .
c. Manufacturer's literature:
I. Product description
II. Performance and test data
Ill. Reference standards
IV. Examples , if requested .
d. Name and address of similar projects on which product was used, and
date of installation .
B . In making request for the use of "Or Equal " product substitution , the successful
Bidder/ Prime Contractor represents :
1. That the Bidder I Contractor has personally investigated proposed product or
method , and determined that it is equal or superior in all respects to that
specified .
2 . That the Prime bidder/ Contractor will provide the same guarantee (or better)
for substituted product or method specified .
3. That the Prime Bidder I Contractor will coordinate installation of accepted
substitution into work, making such changes as may be required for work to be
complete in all respects .
4 . That the Prime Bidder/ Contractor waive all claims for additional costs
related to substitution if subsequently accepted by the Project Manager.
C. Substitutions will not be considered if:
1. They are indicated or implied on shop drawings or project data submittals
without formal request submitted in accord with Paragraph 1.04 .
2 . Acceptance will require substantial revision of Contract Documents .
D. Specified material shall not be ordered by the Contractor until such time product
material submittals have been received , reviewed and approval provided by the
Project Manager.
CONSTRUCTION DOCUMENTS
Sheet 26 Detail C
Dimensions of center concrete slab is to be 8 '-4 " x 2'-0"
Sheet 27 Detail A
Delete reference to (2) 6 ' benches. Only items under pavilion will be (3) picnic tables .
Sheet 28 Detail B
Bid Items 14 , 15 & 16 are to use 18 '-0" bridge span dimension .
END OF ADDENDUM #2
Bid Opening Date : Thursday , April 8 , 2010 .
Acknowledge the receipt of this Addendum on your Proposal.
By :
Eric Seebock, Senior Landscape Architect
Release Date : March 31, 2010
TABLE OF CONTENTS
1. NOTICE TO BIDDERS
2. SPECIAL INSTRUCTIONS TO BIDDERS
3. PROPOSAL
4. CITY OF FORT WORTH M/WBE· ENTERPRISE SPECIFICATIONS
5. CITY OF FORT WORTH PREVAILING WAGE RA TES -CONTRACTOR'S
PACKET (if necessary)
6. WEATHER TABLE .
7. VENDOR COMPLIANCE TO STATE LAW
8. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION
9. PROJECT DESIGNATION SIGN
10. TECHNICAL SPECIFICATIONS
DIVISION 1 -GENERAL REQUIREMENTS -SECTIONS
01100 -Summary of Work
01135 -Contract Time
01140 -Alternatives
01150 -Payment To Contractor
01300 -Submittals
01400 -Quality Control
01410 -Testing
01500 -Temporary Facilities and Controls
01640 -Substitutions and Product Options
01700 -Project Closeout
01800 -Contractor's Responsibility for Damage Claims
DIVISION 2 -SITE WORK -SECTIONS
02200 -Site Preparation
02300 -Earthwork
02870 -Site Furnishings
02930 -Seeding
DIVISION 3 -CONCRETE/ SECTIONS
03300 -Cast-in-Place Concrete
DIVISION 7 -THERMAL & MOISTURE PROTECTION/ SECTION
07920 -Caulking and Sealants
11. CERTIFICATE OF INSURANCE
12. BIDDER'S STATEMENT OF QUALIFICATIONS
13. PERFORMANCE BOND
14. PAYMENT BOND
15. MAINTENANCE BOND
16. CONTRACT
SPECIAL INSTRUCTIONS TO BIDDERS
TABLE OF CONTENTS
1. BID SECURITY
2 . PROPOSAL
3. ADDENDA
4. PERMITS
5. A WARD OF CONTRACT
6. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS
7. LIQUIDATED DAMAGES
8. EMPLOYMENT
9. WAGE RATES
10. FINANCIAL ST A TEMENT
11. INSURANCE
12. NON -RESIDENT BIDDERS
13. MINORITY I WOMEN BUSINESS ENTERPRISE
14. PROTECTION OF TREES, PLANTS AND SOIL
15. BIDDER'S STATEMENT OF QUALIFICATIONS
16. OZONE ALERT DAYS
17. WORKERS COMPENSATION INSURANCE COVERAGE
SPECIAL INSTRUCTIONS TO BIDDERS
1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of
Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid
submitted must accompany the bid, and is subject to forfeit in the event the successful
bidder fails to execute the contract documents within ten days after the contract has been
awarded.
To be an acceptable surety on the bid bond, the surety must be authorized to do business
in the state of Texas. In addition, the surety must (1) hold a certificate of authority from
the Untied States secretary of the treasury to qualify as a surety on obligations permitted
or required under federal law; or (2) have obtained.reinsurance for any liability in excess
of $100,000 from a reinsurer that is authorized and admitted as a rein:surer in the state of
Texas and is the holder of a certificate of authority from the Untied States secretary of the
treasury to qualify as a surety on obligations permitted or required under federal law.
Satisfactory proof of any such reinsurance shall be provided to the City upon request.
The City, in its sole discretion, will determine the adequacy of the proof required herein.
2 . PROPOSAL: After proposals have been opened and read aloud, the proposals will be
tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the
application of such formulas or other methods of bringing items to a common basis as
may be established in the Contract Documents.
The total obtained by taking the sum of the products of unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the award of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
proceed with the work in any manner as maybe considered for the best interest of the
Owner.
The quantities of work and materials to be furnished as may be listed in the proposal
forms or other parts of the Contract Documents will be considered as approximate only
and will be used for the purpose of comparing bids on a uniform basis . Payment will be
made to the Contractor for only the actual quantities of work performed or materials
furnished in strict accordance with the Contract Documents and Plans. The quantities of
work to be performed and materials to be furnished may be increased or decreased as
hereinafter provided, without in any way invalidating the unit prices bid or any other
requirements of the Contract Documents.
3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract
Documents prior to the bid receipt. Information regarding the status of addenda may be
obtained by contacting Parks and Community Services Department telephone number
indicated in the Notice to Bidders. Bids that do not acknowledge all applicable addenda
will be rejected as non-responsive. (See Item Gin the Proposal.)
4. PERMITS: The Contractor shall obtain all permits necessary for compliance to the City
of Fort Worth Building Code. Fees shall be waived for permit applications. For a listing
of anticipated project permits, refer to General Requirements: Section 01100-3.
SPECIAL INSTRUCTIONS TO BIDDERS
- I -
5. AW ARD OF CONTRACT: The Contract may not necessarily be awarded to the lowest
bidder of the Base Bid. The Parks and Community Services Department shall evaluate
and recommend to the City Council the best bid based on the combined benefits of total
bid price and number of contract days allotted, as specified in the Proposal, and which is
considered to be in the best interest of the City.
Regardless of the Alternative chosen, the Contractor agrees to complete the Contract
within the allotted number of days. If the Contractor fails to complete the work within
the number of days specified in the Construction Documents, liquidated damages shall be
charged as outlined in General Provisions, Item 8.6 Failure to Complete Work on Time,
found in the Standard Specifications for Street and Storm Drain Construction of the City
of Fort Worth, Texas . ·
6. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder
entering into a contract for the work will be required to give the City surety in a sum
equal to the amount of the contract awarded. The successful bidder shall be required to
furnish bonding as applicable in a sum equal to the amount of the contract awarded. The
form of the bond shall be as herein provided and the surety shall be acceptable to the
City. AH bonds furnished hereunder shall meet the requirements of Chapter 2253 of the
Texas Government Code, as amended.
A. If the total contract price is $25,000 or less, payment to the contractor shall be
made in one lump sum. Payment shall not be made for a period of 45 calendar
days from the date the work has been completed and accepted by the City.
B . If the contract amount is in excess of $25,000, a Payment Bond shall be
executed, in the amount of the contract, solely for the protection of all claimants
supplying labor and material in the prosecution of the work.
C. If the contract amount is in excess of $100,000, a Performance Bond shall be
executed, in the amount of the contract conditioned on the faithful performance of
the work in accordance with the plans, specifications, and contract documents.
Said bond shall solely be for the protection of the City of Fort Worth.
D. A Maintenance Bond shall be required for all Parks and Community Services
Department projects to insure the prompt, full and faithful performance of the
general guarantee as set forth in Division 1, Section 01150 -Item 1.14: Warranty
In order for a surety to be acceptable to the City, the surety must meet the requirements of
V. A . T. S Insurance Code, art. 7.19-l(c). Satisfactory proof of any such reinsurance
shall be provided to the City as outlined in the Notice To Bidders. The City, in its sole
.discretion, will detemiine the adequacy of the proof required herein.
No sureties will be accepted by the City that are at the time in default or delinquent on
any bonds or which are interested in any litigation against the City. Should any surety on
the contract be determined unsatisfactory at any time by the City, notice wi11 be given to
the contractor to that effect and the contractor shall immediately provide a new surety
satisfactory to the City
SPECIAL INSTRUCTIONS TO BIDDERS
. 2.
7. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General
Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain
Construction of the City of Fort Worth, Texas, concerning liquidated damages for late
completion of projects.
8. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278
as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through
13-A-29) prohibiting discrimination in employment practices.
9. WAGE RATES: All bidders will be required to comply with provision 5159a of
"Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of
prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in
Contract Documents for this project. Disregard if Federal Wage Rates are applicable to
this project. If Federal Wage Rates are applicable to a project, the Contractor shall
comply with all items identified in the attached Contractor's Packet. For further
information regarding this packet, contact the Intergovernmental Affairs / Grants
Management Division, Finance Department at (817) 392-8365 or 392-8387
10 .FINANCIAL STATEMENT: A current certified financial statement shall be provided to
the City as outlined in the Notice to Bidders for use by the CITY OF FORT WORTH in
determining the successful bidder. This statement is to be prepared by an independent
Public Accountant holding a valid permit issued by an appropriate State Licensing
Agency .
11. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor
must provide, along with executed contract documents and appropriate bonds, proof of
insurance for Workers Compensation (statutory); Comprehensive General Liability
($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance
($1,000,000 each accident on a combined single basis or $250,000 property
damage/$500,000 bodily injury per person per occurrence. A commercial business
policy shall provide coverage on "any auto", defined as autos owned, hired, and non-
owned). Additional lines of coverage may be requested. If such a request is made after
bid opening, Contractor shall be entitled to additional compensation equal to 110% of the
additional premium cost. For worker's compensation insurance requirements, see Special
Instructions to Bidders -Item 16.
ADDITIONAL INSURANCE REQUIREMENTS:
A. The City, its officers, employees and servants shall be endorsed as an additional
insured on Contractor's insurance policies excepting employer's liability insurance
coverage under Contractor's workers' compensation insurance policy.
B. Certificates of insurance shall be delivered to the City of Fort Worth, contract ·
administrator in the respective department as specified in the bid documents, 1000
Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on
the contracted project.
C. Any failure on part of the City to request required insurance documentation shall
not constitute a waiver of the insurance requirements specified herein.
SPECIAL INSTRUCTIONS TO BIDDERS
-3 -
D. Each insurance policy shall be endorsed to provide the City a minimum thirty
days notice of cancellation, non-renewal, and/or material change. in policy terms
or coverage. A ten days notice shall be acceptable in the event of non-payment of
premium.
E. Insurers must be authorized to do business in the State of Texas and have a
current A.M. Best rating of A: VII or equivalent measure of financial strength and
solvency.
F. Deductible limits, or self-funded retention limits, on each policy must not exceed
$10,000.00 per occurrence unless otherwise approved by the City.
G. Other than worker's compensation insurance, in lieu of traditional insurance, City
may consider alternative coverage or risk treatment measures through insurance
pools or risk retention groups. The City must approve in writing any alternative
coverage .
H. Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of
recovery in favor of the City.
I. City shall not be responsible for the direct payment of insurance premium costs
for contractor's insurance.
J. Contractor's insurance policies shall each be endorsed to provide that such
insurance is primary protection and any self-funded or commercial coverage
maintained by City shall not be called upon to contribute to loss recovery.
K. In the course of the project, Contractor shall report, in a timely manner, to City's
officially designated contract administrator any known loss occurrence which
could give rise to a liability claim or lawsuit or which could result in a property
loss.
L. Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
M. Upon the request of City, Contractor shall provide complete copies of all
insurance policies required by these contract documents.
12. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the
City of Fort Worth will not award this contract to a non-resident bidder unless the non-
resident's bid is lower than the lowest bid submitted by a responsible Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a
non-resident bidder to obtain a comparable contract in the state in which the non-
resident's principal place of business is located.
"Non-resident bidder" means a bidder whose principal place of b!,lsiness is not in
this state, but excludes a contractor whose ultimate parent company of majority
owner has its principal place of business in this state.
SPECIAL INSTRUCTIONS TO BIDDERS
-4-
13.
"Texas resident bidder" means a bidder whose principal place of business is in this
state, and includes a contractor whose ultimate parent company or majority owner
has its principal place of business in this state.
This provision does not apply if the project is funded in whole or in part with federal
funds.
The appropriate blanks of the Proposal must be filled out by all non-resident bidders in
order for its bid to meet specifications. The failure of a non-resident contractor to do so
will automatically disqualify that bidder.
MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort
Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of
minority business enterprises and women business enterprises in City contracts. You may
obtain a copy of the Ordinance from the Office of the City Secretary.
The MEB/WBE Utilization Form, Subcontractor/ Supplier Utilization Form, Prime
Contractor/Waiver Form and the Good Faith Effort Form and or the Joint Venture Form,
as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after
the bid opening date, exclusive of the bid opening date. The bidder shall submit the
documentation at the reception area of the Department of Engineering ("Managing
Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall
render your bid non-responsive .
Upon contract execution between the City of Fort Worth and the successful bidder, now
known as Contractor, a pre-construction meeting will be scheduled at which time the
Contractor is required to submit either Letters of Intent or executed agreements with the
M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed
agreements shall include the following information:
I. Name of Contract
2. Name of M/WBE firm utilized
3. Scope of Work to be performed by the M/WBE firm
4. Monetary amount of work to be performed by the M/WBE firm
5 . Signatures of all parties
A notice to proceed will not be issued until the signed letter(s) or executed
agreement(s) have been received.
Throughout the duration of this project, the Contractor comply with the M/WBE
Ordinance by complying with the following procedures:
• A M/WBE Participation Report Form must be submitted monthly until the contract is
completed. The first report will be due 30 days after commencement of work. The
monthly report MUST have an original signature to ensure accountability for audit
purposes .
• Reports are to be submitted monthly to the M/WBE Office, regardless of whether or
not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a
particular month, place a "0" or "no participation" in the spaces provided, and provide
SPECIAL INSTRUCTIONS TO BIDDERS
-5 -
a brief explanation.
• The Contractor shall provide the M/WBE Office proof of payment to the M/WBE
subcontractors and suppliers only. The M/WBE Office will accept the following as
proof of payment:
1. Copies of submitted invoices with front and back copies of canceled check(s), OR
2. A notarized letter explaining, in detail:
a Subcontractor/supplier Scope of Work
b. Date when services were received from subcontractor/supplier
c. Amounts paid to the subcontractor/supplier
d. Original signatures from both parties must be included on this letter.
• If the Contractor foresees a problem with submitting participation reports and/or
proof of payment on a monthly basis, the M/WBE Office should be notified.
If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere
to the following:
1. Immediately submit a Request for Approval of Change Form to the M/WBE
Office explaining the request for the change or deletion.
2. If the change affects the committed M/WBE participation goal, state clearly how
and why in documentation.
a. All requests for changes must be reviewed and pre-approved by the M/WBE
Office.
b. If the Contractor makes change(s) prior to approval, the change will not be
considered when performing a post compliance review on this project.
• Upon the Contractor's successful completion of this project, and within ten days after
receipt of final payment from the City of Fort Worth, The Contractor will provide the
M/WBE Office with a Final Participation Report Form to reflect the total
participation from ALL subcontractors/suppliers utilized on the project.
• All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional
information regarding compliance to the M/WBE Ordinance, call (817) 392-6i04.
Upon request, Contractor agrees to provide to Owner Complete and accurate information
regarding actual work performed by a Minority/Women Business Enterprise (M/WBE)
on the contract and payment therefore. Contractor further agrees to permit an audit and/or
examination of any books, records or files in its possession that will substantiate the
actual work performed by an M/WBE. The misrepresentation of facts ( other than a
negligent misrepresentation) and/or the commission of fraud by the Contractor will be
grounds for termination of the contract and/or initiating action under appropriate federal,
state or local laws or ordinances relating to false statements; further, any such
misrepresentation (other than a negligent misrepresentation) and/or commission of fraud
SPECIAL INSTRUCTIONS TO BIDDERS
-6-
will result on the Contractor being determined to be irresponsible and barred from
participating in City work for a period of time of not less than three years.
14. PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to
the Contractor's operations including lawns, yards, shrubs, trees, etc., shall be preserved
or restored, after completion of the work, to a condition equal or better than existed prior
to start of work.
15.
By Ordinance, the Contractor must obtain a permit from the City Forester before any
work (trimming, removal, or root pruning) can be done on trees or shrubs growing on
public property including street Rights-Of-Way and designated alleys. This permit can
be obtained by calling the Forestry Office at 871-5705. All tree work shall be in
compliance with pruning standards for Class II Pruning as described by the National
Arborist Association. A copy of these standards can be provided by calling the above
number. Any damage to public trees due to negligence by the Contractor shall be
assessed using the current formula for Shade Tree Evaluation as defined by the
International Society of Arboriculture. Payment for negligent damage to public trees
shall be made to the City of Fort Worth and may be withheld from funds due the
Contractor by the City.
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees
shall be immediately sealed using a commercial pruning paint. This is the only instance
when pruning paint is recommended.
BIDDER'S STATEMENT OF QUALIFICATIONS
A. QUALIFICATION OF BIDDERS: Prime Bidder and all sub-contractors to be used
by the bidder in the performance of this project shall be required to demonstrate
experience necessary to successfully perform the proposed scope of work. The Prime
Bidders' specific (1) experience, (2) stability and (3) history of performance on
projects of a similar nature and scope will be considered. The BIDDERS
STATEMENT OF QUALIFICATIONS shall be provided to the City as outlined in
the Notice To Bidders and as noted in the specifications for the purpose of evaluating
the Prime bidder / subcontractors qualifications.
B. PRIME BIDDER/ SUBCONTRACTOR QUALIFICATIONS
1. Demonstrate experience as either general or sub-contractor on a minimum of
three (3) projects similar in scope within the last three (3) years.
2. Provide listing of surety company(s) which issued bonds for previous projects
identified as demonstrated experience.
3. Provide name of surety company to be used for this project.
4. Provide a current certified financial statement as prepared by an independent
Certified Public Accountant.
5. Name and qualifications for the site superintendence of the work.
6. Identify at least 50% of work which is -to performed by the Prime Bidder with its
own organization and work crews under its superintendence.
7. All sub-contractors intended for use on this project shall also demonstrate similar
project scope experience (three similar projects in scope within last three years)
necessary to successfully perform their respective portion of work on this project.
SPECIAL INSTRUCTIONSTO BIDDERS
-7-
8. Submittal of Letters Of Intent for the use of specific subcontractors listed on the
Bidders Statement Of Qualification form. The Prime Bidder shall submit such
Letters oflntent to the City no later than five (5) working days upon being
recognized as the overall qualified bidder by the City. Should the Prime Bidder
subsequently desire to substitute a subcontractor, the Prime Bidder shall notify the
Project Manager in writing along with Letter Of Intent and experience
qualifications for approval prior to commencement of construction.
The documentation required herein shall be received by the Project Manager of the
Parks and Community Services Department no later than five (5) City business days
after the bid opening date, exclusive of the bid opening date.
Recommendation of award of contract shall be contingent upon the Bidder and / or
sub-contractors meeting such qualification requirements.
Location and responsive ability of the firm will be considered.
If your firm anticipates entering into a joint venture with any other firm to conduct all
or part of the performance required under the proposed project, that firm should be
specified in your response . For each firm included in the joint venture, please provide
the information required above. Under the Contract executed for this work the City
will require your firm to be completely 100 percent responsible for fulfilling all
aspects of the contract bonds. Other firms and employees that may be involved in
their joint venture will be treated by the City under the contract as if they were
employees or subcontractors of your firm. Other than those firms noted in the
contract as a part of the joint venture, no other firms will be allowed to participate in
the joint venture without written consent from the City.
B. PLAYGROUND INSTALLATION AS PRIME PROJECT SCOPE
1. For prajects-in ·,vhich the construction of playground area is the prime scope of
·.vork, bidders must be able to demonstrate the follm.ving. Failure to adequately
demonstrate that the bidder meets these requirements may result in a
recommendation that the bid be rejected as non responsive.
2. The prime bidder shall submit such documents as are necessary to establish that
the bidder has successfully and satisfactorily completed the construction and
installation of at least three (3) playground facilities within the immediate past
three (3) years for the state of TeJcas or other municipalities ·.vithin the Dallas /
Fort 'North MetropleJC, such work to have included grading, sub surface
drainage, playground perimeter concrete edging, equipment and safety surface
installation. The documentation shall also demonstrate that the bidder completed
the projects within the contract time without the assessment of liquidated
damages.
3. If the prime bidder has not performed work for the state of Texas or
municipalities 1,vithin the Dallas / Fort Worth Metroplex, the bidder inay still be
considered if it has completed three (3) park playgrounds ·.vithin the last three (3)
years for private entities which included work as noted in B.1.
SPECIAL INSTRUCTIONS TO BIDDERS
. 8.
4. The prime bidder in addition shall provide information that discloses or
demonstrates the following:
a. Name and qualifications for the site superintendence of the work.
b. Knowledge in appropriate task sequencing.
c. Intended staffing requirements to construct the work within the contract
time allowed.
16. OZONE ALERT DAYS: The Contractor shall be required to observe the following
guidelines relating to working on City construction sites on days designated as "OZONE
ALERT DAYS". Typically, the Ozone Alert season within the Metroplex area runs from
May through September, with 6:00 a.m. -10:00 a.m. being critical ozone forming periods
each day. ·
The Texas Natural Resource Conservation Commission (TNRCC) in coordination with
the National Weather Service, will issue the Ozone Alert by 3:00 p.m. on the afternoon
prior to the alert day. On designated Ozone Alert Days, the Contractor shall bear the
responsibility of being aware that such days have been designated Ozone Alert Days and
as such shall not begin work until 10:00 a.m. whenever construction phasing requires
substantial use of motorized equipment. However, the Contractor may begin work earlier
if such work minimizes the use of motorized equipment prior to 10 :00 a.m.
If the Contractor is unable to perform continuous work for a period of at least seven hours
between the hours of 7:00 a.m. -6:00 p.m., on a designated Ozone Alert Day, that day
will be considered as a weather day and added onto the allowable weather days of a given
month.
17. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance
with Workers Compensation shall be as follows:
A. Definitions:
Certificate of coverage ("certificate") -A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity employees
providing services on a project, for the duration of the project.
Duration of the project -includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in. 406.096) -includes all
persons or entities performing all or part of the services the contractor has undertaken
to perform on the project, regardless of whether that person has employees. This
includes, without limitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner-operators, employees of any such entity, or
employees of any entity which furnishes persons to provide services on the project.
"Services" include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or other service related to a project.
SPECIAL INSTRUCTIONS TO BIDDERS
.9.
"Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all employees
of the contractor providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior
to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project, the contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended.
E. The contractor shall obtain from each person providing services on a project, and
provide to the City:
(1) a certificate of coverage, prior to that person beginning work on the project, so
the City will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
E. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within ten days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person providing
services on the project.
H. The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify coverage and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to
provide services on a project, to:
(1) provide coverage, based on proper reporting on classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all of its employees
providing services on the project, for the duration of the project;
SPECIAL INSTRUCTIONS TO BIDDERS
-JO-
(2) provide to the contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all employees
of the person providing services on the project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(4) obtain from each other person or entity with whom it contracts, and provide to
the contractor:
(a) a certificate of coverage, prior to the other person or entity beginning work
on the project; and
(b) a new certificate of coverage showing extension of coverage, prior to the end
of the coverage period, if the coverage period shown on the current certificate
of coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter.
(6) notify the governmental entity in writing by certified mail or personal delivery ,
within ten days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(7) contractually require each person with whom it contracts, to perform as required
by paragraphs ( 1) -(7), with the certificates of coverage to be provided to the
person for whom they are providing services.
J. By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all employees
of the contractor who will provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that the coverage will be based
on proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance carrier or, in the case of a self-
insured, with the commission's Division of Self-Insurance Regulation . The providing
of false or misleading information may subject the contractor to administrative
penalties, criminal penalties, civil penalties or other civil actions .
K. The contractor's failure to comply with any of these provisions is a breach of contract
by the contractor which entitles the City to declare the contract terminated if the
contractor does not remedy the breach within ten days after receipt of notice of breach
from the City.
"The contractor shall post a notice on each project site informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify current coverage and report failure to provide coverage. This
notice does not satisfy other posting requirements imposed by the Texas Workers'
Compensation Act or other Texas Workers' Compensation commission rules. This
notice must be printed with a title in at least 30 point bold type and text in at least 19
SPECIAL INSTRUCTIONS TO BIDDERS
-11 -
point normal type, and shall be in both English and Spanish and any other language .
common to the worker population. The text for the notices shall be the following
text, without any additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related
to this construction project must be covered by workers' compensation insurance.
This includes persons providing, hauling, or delivering equipment or materials, or
providing labor or transportation or other service related to the project, regardless of
the identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive
information on the legal requirement for coverage, to verify whether your employer
has provided the required coverage , or to report an employer's failure to provide
coverage ."
END OF SECTION
SPECIAL INSTRUCTIONS TO BIDDERS
-12 -
r ,
TO:
FOR:
Mr. Dale A Fisseler
City Manager
FortWorth, Texas
PARK IMPROVEMENTS AT:
C.P. Handley Park
PROPOSAL
C280 I 541600 / 806470114480 TPW NO.: 6300
Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications, and
..... the site, understands the amount of wor1< to be done, and hereby proposes to do all the wort( and furnish all labor,
equipment; and m(:lterlals necessary to fully complete all the-wort( as provided In the plans and specifications, and
subject to the inspection and approval of the Parks and Community Services Department Director of the City of Fort
Worth . .....
C
C
C
L
The "approximate quantity" category is for lnfonnatlon purposes only. The Contractor shall be paid on the basis of
actual installed quantities on non lump sum iterris. Additionally, the Contractor shall be aware that the Proposal
contains both Lump sum and Unit Price items.
If the lowest bid received exceeds the funds budgeted for the project. the City reserves the right to decrease the
quantities contained in any line item or to eliminate any specific line items before award of the contract In order to
bring the wor1< within budget By submitting a bid , the bidder acknowledges the City's right to adjust or eli minate line
items pdor to the award of contract. Further, by submitting a bid, the bidder agrees to honor each line item bid price
without recourse to the City in the event line items are adjusted or eliminated .
Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish, if applicable,
Perfom1ance, Payment, and Maintenance Bonds approved by the City of Fort Worth for performing and completing the
said work within the time stated and for the following sums, to wit
-PROPOSAL
1
'j., '
PAY APPROX. UNIT DESCRIPTION OF ITEMS WITH BID UNIT TOTAL I ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID
BASE BID I
1. 4 EA Furnish and instell Project Sign -I -r)qz,c::.c::._ ~__$~ "cf? Dollars & ~b JZOZ.
c:::,C>
!_.::::j 1-'!i-. Cents per EA $ !300 -$
Per OWners Locati I Erosion Control Plan Implementation ,
2. 1 LS inclu imple,'8~tation of ~PPP -:7"~ 'ylJ I ~ ce, I -~ Dollars& c'JO /H,{ ID1~/J -JO?IP? -J.;,O Cents per LS $ $
See Sheets 18, 19
Traffic Control Plan development and I
3. 1 LS implementation . ~
&5::k~(,_o ftv.ut ~lars & u:; d-'? I J.,.:,C> Cents per LS $ 1..tJ03-$ /Bo3 --
Per TPW Request
Sawcut, remove and haul-off concrete at I 4. 1 LS -~7~Jr~~~) ramps
fl'....:--~~~ Dollars&
$ z~~7~ 2337 Of!;> ~~ Cents per LS $ I See Sheets 16, 21-24, 26 .
Clearing of underbrush and trees at .
I 5. 1 LS footbridges and trail, including ~mova~mtO
site for 7'l-'1t'!. l--4r /7,?JL,z. #~L:-.
6~4.:1-':/-·-G'-x · Dollars& ~ ?~Y~~ PO Cents per LS $=}i./'Bfc -$ I See Sheets 20-24
6. 2 EA Furnish and in1'111 Trail Sign I ~ )I .,t,.tJ(JJ\u. (!;>;<.H!_ Dollars& ~ t!>C':I
;e..,o Cents per EA $ Wl $ JZ.02
SeeSheet21 I
Finished grading of all areas indicated o~ _ J)
I 7. 1 LS plans, %18 in P,lace for el,e~E..~ l)."",O.L
c,{? oeJ li*-.kv. JJ -if.vt:f~ '2~ollars& /153) 1)63) -l:2D. Cents per LS $ $
See Sheets 20-24 I
8. 39230 ·sF 6' wide concrete trail, complete in place for (.pO I --rk--e.. c_--. Dollars & 12..
J 'Z7717. -y 1.,0..t2 l V-<-Centsper SF $ .s-$
See Sheets 20-24, 26 I
I
PROPOSAL
2. I
-"
9. 1030 SF 4' wide concrete walk, complete In place for
~(2..e-<--Dollars & ;1 Jb
2 e.v~Nt" ..ae 1!:,,2 . Cents per SF $ 3 -$ 32"25
See Sheets 21 , 22. 26
r 10. 6 EA Concrete ADA curb ramp w/ Armor-tile,
complete in place for
~ }k.,u 9,..e~ 'Tu 7'lt ~ -~,..., (... Dollars&
$ q. 3l
2~ l 5f!/) 1,t:J
• J ~"'--±~ Centsper EA $
See Sheets 21-24: 6
6' Bench on conaete slab , complete in place
11. 6 EA for
(£:)!Ce-~c ...,!) £.~~""~ Dollars& e,O ce,
J!.2 0 Cents per EA $ 10 Bo --$ b '-i&> -
See Sheets 20-24, 26
r
Final locations by Owner
24' x 24' picnic pavilion including structure,
painting , slab, (2) 6' picnic tables , (1) 8' ADA
12. 1 LS · picnic table, complete in r;!J'ce to rr~).. 1 -t.;,' iL~
-/>..t:>11-~'9 ~'° )lu.U~J) Fi ~:.c "-'1 JtCOollars & tC ~C/16'1 ~ ,.:JO Cents per LS s 29')5q -$
See Sheets 23, 27
Grass hydromulch establishment In all
I
. 13. 1 LS disturbed areas Including fine grading,
hydromulch lng, temporary inigation, etc.,
,.gro®g a complete ~d of grass for
l1,/ ~ -~IL-'><..N f~<. t?.!2. l ~351 c0
H+!:,,vdu_. T-, b:i -~ AJ c:... Dollars & ll35l I
-D . Centsper LS $ $
See Sheets 20-24
G Footbridge "A" including grading , concrete
footings , 8' concrete walk ends, structure ,
14. 1 LS gab ions , etc.~mplete in ~® for
'1."~e..lv~ cJ.t.-s-~ e.,~ & e,t!-J ~
r
UWYP&::d (ipk-cy-:P&:<:::c:.. ollars JW37 }288:$ -Jf-?l? Cents per LS $ $
See Sheets 21, 28
[ Footbridge "B" including grading, concrete
footings, 8' concrete walk ends, structure,
15. 1 LS ~abions,~ co ~~t~n r1,ace for µ:;c./ w_ '!>a .. . ~ +-. . cP eP l µ.u.:sL.~rz. f-14 JL1..-~ -IE,¥-~ Dol lars & s }28§~ . 17-833 -1(..,0 Cents per LS $
See Sheets 23, 28
l Footbridge "C" including grading, concrete
footings , 8' concrete walk ends, structure ,
16. 1 LS -fiabions , et~le, ~ce for
l IP'i(tJ ~ lj'µ.;, ~ . c;rJ
j./1,1;1.1 tr F/?&r fJ.t -'Zh-k Dollars & .
$ JZBB~ $ JZz3B~ -x.,)'i.) Cents per LS
See Sheets 24, 28
l
PROPOSAL
l 3
17.
18.
172
1
Retaining wall includ ing grading, concrete
LF footing, etc., complete In ~ for s~~r-· 4(:j k.+ Dollars &
'1(5)0 · Cents per LF
See Sheets 20, 26
Art Plaza Including structural concrete (Inner
circle), paving (outer circle), 6' wide trail, (3)
LS 6' benches iJ:::';}ete in place for
. fv~-nJ.le. ~~ ~.VDollars&
x..::>D Cents per LS
See Sheets 20, 26
s 78 ~
~
s }3'-lJ~ ·-
ee:,
s 4510 -s 1.J.-GIO <==:
BASE BID TOTAL: s ~2 '-/3
TOTAL BASE BID:
· BID RECAPITULATION
$
PROPOSAL
4
1
I
I
I
I
I
I
I
I
I
I
This contract Issued by an organization that qualifies for exemption pursuant to the provisions of Article
20.04 (F} of the Texas Limited Sales , Excise and Use Tax Act
The Contractor perfonnlng this contract may purchase, rent or lease au materials, supplies, equipment used
or consumed In the performanqe of the contract by issuing to his supplier' an exemption certificate in lieu of
the tax , said exemption certificate complying with State Comptroller's rullng tax. said exemption certificate
complying with State Comptroller's ruDng #95-0.07. IVty such exemption certificate issued by the Contractor
in lieu of the tax shan be subject to the provisions of the State Comptroller's ruling #95.09 as amended to be
effective October 2, 1968.
The undersigned assures that its employees and applicants for employment and those of any labor
organization, subcontractor or employment agency in either furnishing or referring employee applicants
to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278,
as amended by City ordinance 7 400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting
discrimination ·in employment practices.
The undersigned agrees to complete all work covered by these contract documents within One Hundred (100)
Working Days after the date for commencing work as set forth in the Notice to Proceed to be issued by the
Owner and to pay not less than the Federal Wage Rates.
Within ten (10) days of receipt of notice of acceptance of th is bid, the undersigned will execute the formal
contract and will deliver applicable Surety Bonds for the faithful performance of this contract. The attached
deposit check In the sum of ~' · Dollars ($ __ -_. ____ ..,
is to become the property of the City of Fort Wo~ exas, or the attached Bidder's Bond is to be forfeited .in
the event the contra~ and applicable bonds are not executed with in the time set forth , as liquidated damages ·
for delay and additional work caused thereby.
In case of ambiguity or lack of clearness in stating prices in the Proposal , the City reserves the right to adopt
the most advantageous price for construction thereof to the City or to reject the proposal.
ReceiP,tjJ bere!>Y acknowledged of the following addenda:
No. 1 .Y/ltl/U,A Z.2-No. 2 No. 3 No. 4
Respectfully submitted, ·
KA-1 009 :r_D(_,.
I c~J;;;,;2
· By (Authorized Signature)
L Date: . 9'.-z!) -ID
u
u
u
Address: Po 'i7/!1y &? 1l, fig ~~J){:,£_ '·-rx 7/ol.}l,t..)-.
Telephone : ( g, J) 7 7;, -¥:Id=> I
PROPOSAL
5
FORT WORTH ---.....,...,--City of Fort W orth
\,.,: 1-.......
I ; -..
Subcontractors/Suppliers Utilization Form
I U4Uy :
AITACHMENT 1A
Page 1 of4
I_;,
If._ v
J
PRIME COMPANY NAME: Check applicable block to describe prime
M/W/DBE NON-M/W/DBE
J % . %
. . .
l~~,~~~~~~t~~~~b~f~~: ;~~o'' '.~.'ti v;;'5-~Ji t~,~~s:;~·~~,~~"-~ ~ft~~,b~,~~~~;~ ~'~~~~~,~~~'~r bid L~~e~i~!;~ci~~;, I
• wm resu!t in th e hir! beinQ consid.erP.d mm -resnonsive to bid specifications. •
T he unde rsi ned Offerer a rees to enter " into -a fo rm al a reement '"wifh -the'""Ki17vvBE firm · s -li sted--in this -·
utilization schedule, conditioned u on execution of a contract wi th .th e Ci of Fort Worth. T he intentional
. ::ind/or knowino rni!'\rP.r:m=~sent::itinn n f f::ir.t!'\ i$ nrnl!nr!~ for r.nn!'lir!er~tlnn nf rli!mrn:~lifir.:::itinn l'!nr! will re~11lt in the I bid being considered non -responsive to bid specifications I
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
cu rrent ly doing business in the marketp lace at the time of bid. Market place is th e geog raphi c area of Tarrant,
Parker, Johnson, Collin, Dallas, Denton, Ellis , Kaufma n and Rockwall counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e ., a direct
payment from the orime contractor to a subcontractor is considered 1 s, tier a oavment by a subcontractor to
its supplier is considered 200 tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD .
Certification means those firms, located or doing business at the time of bid opening within the Marketplace , that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). ·
Rev . 5/30/03
, , ATIACHMENT 1A
FORT WORTH --..,..---" f Y • Page 2 of 4
. I.,,
It
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs.
Please list MM'BE firms first, use additional sheets if necessary.
SUBCONTRACTOR/SUPPLIER T
Company Name I
Address e
Telephone/Fax r
{<A>-1'\ Tet:JL I
'ZZZo C!.,{*-e5,o;(.) s ·l
J.I.ALtu.~ (!,+'1 )Tx
7~117
$/7-?59 -i9'13
$17-759 -2 799
/}:>v:J --rbt.=c C.O;,<J~ I
(b~rt /'2.t.:J27
,::l ,J()~IZ~ ?;-71,:;!s:,J
E3l7-7$9 -19/C,
&11 -159-z~.:;c; F,:1)1
'.fl" ~Lk /}'l>fi;J..:)tl-H:_.7
l}J 1le J~lk-PJ?
fv,cl-~ Wtnr),,L . 'J Y
~J?-UiP-5'li'P°{
[317-z 1&--e;~e;o
L/}'77"/ ,.;b-::Ilfff i!.est;,lt),.;) 1
z &'"f!,o l,Oa,~;0 ~ J~
12~~, I~ 7 fl)!?t,
7Jt.,9-33~ -B6>9/
CJ~ -722 -/pJ :f"<f 174->'
(Jll;aXXALW~ I
f,17.o fotel},, ~~ Of-.
FiPe:r WI'~ ·Tx
$,J1-(Qc'i'l -/'1/1
'9J7, q7g -C9Clv~
S hc..._V\e,..,u -+ 5 O A..:>
/tJ()5 . kl ?)I. &I.
1Je&J.evtt,,rfl7<..::1x. 7il!q
25¥_559-051/o
i5'J, 5-57 -t'll/3' ):dy
Certification N
(check one) 0
n
N T Detail Detail
C X M Subcontracting Work Supplies Purchased M w T D w B B .R 0 B E E C T E .A
/ v' ef,,bA~
.-.-.~-ob.l ~ I x,:::q?, c.; >"" •
A~11le->
A U C!-~.?. t,ld.L •
-I ~io
. of1'JU.e-s-
f.4z.7 ,ll C:J Ji-) •
( p, w ,c...,.,..v'?
j
v
Dollar Amount
)3fo58 . 57
GO !/f2., ~
olD ·12-123 . -
/(o/00
<fJf.:?
7500-
Rev. 5/30/03
I I •
ATTACHMENT 1A
Page 3 of4
.)y ,
Primes are required to Identify ALL subcontractors/suppliers , regardless of status; i.e., Minority , Women and rion ,Ml)IVBEs .
Please list M/WBE firms first , use additional sheets if necessary. 1
L vu
I
I. SUBCONTRACTOR/SUPPLIER
Company Name
Address
Telephone/Fax ...
f.1Z.t:h1t,;0 /5,d,wL
... ,... 111 HNl/lf/11llf -f ~Jl1ce. >
5~/l:, ~2,,c99e. fj,,x b-L»z.>-v<:
yJ{CJ!.tJ<J;V~1 , /1(, 7 5o1o
.. qn.-~1fg -o".?::z 1
J./J,.'l -t~5-//11 r /1-Y
...
Certification N
(check one) 0
T i---~~~--1 n Detail I N T
e M W C X
r B B T D
M Subcontracting Wo rk
\II
E E R 0 C T
A
B
E
X
Detail
Supplies Pu rc hase d Doll ar Amount
et.? 1960-
i,J J,-----------+-l---t---+--t--t--lt---------+--------1---------1
u
IJ
I
r
r
r
Rev. 5/30/03
FORTWORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers $·
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $
. : 1 ~
AITACHMENT 1
Page4of 4
. "' R .
t.a3 $1{) I. ock-/
//51,.ZI), 38
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ I 1l9 OZ/ I
t/~
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approv
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 o
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contract
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 Offerer further agrees to provide, directly to the City upon reques
complete and accurate information regarding · actual work performed by all subcontractors, includ ing
M/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and /o
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 applicab le
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual wo rk
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 debarme
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 mate ri
breach of contract may result in a determination of an irresponsible Offerer and barred from participating ·
City work for a period of time not less than one (1) year.
Authorized Signature Printed Signature
~J?l>T: ~Jid!R-,ue Ccwtact Name/'T'rtle (if d_lfferent)
'tH7-2~&.-Z/,7b> F;;,-)11
Company Name
~7-773 -¥401 ~~
phone and/or Fax
Address
City/State/Zip '
,i-9'-/0
Date
Rev . 5/3. ~
[
r
r
VENDOR COMPLIANCE TO STATE LAW
Section 2252.002, Texas Government Code, provides that, in order to be awarded a contract as low
bidder, non-resident bidders ( out-of-state contractors whose corporate offices or principal place of
business are outside of the State of Texas) bid projects for construction, improvements, supplies or
services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a
Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable
contract in the State in which the non-resident's principal place of business is located. The appropriate
blanks in Section ~ must be filled out by all out-of-state or non-resident bidders in order for your bid to
meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically
disqualify that bidder. Resident bidders must check the box in Section B.
A . Non-resident vendors in-----(give state), our principal place of business, are required to
be percent lower than resident bidders by state law. A copy of the statute is
attached.
Non.;.resident vendors in _____ (give state), our principal place of business, are not required
to underbid resident bidders.
B. Our principal place of business or corporate office is in the State of Texas.
r ~ Please Check or inark with an "X'
BIDDER:
(please print)
By: 'J(-A k( DQ&> TP<;... ; Company
SignatmeL M
(please print)
r (please print)
City/ Stat~ b ~,·g e_ 1 ~ Zip 7t lJ-z ~/
THIS FORM MUST BE RETURNED WITII YOUR QUOTATION
VENDOR COMPLIANCE TO STA TE LAW
BEA VY & IDGHW A Y CONSTRUCTION
PREVAILING WAGE RATES 2008
Air Tool Operator
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or Sweeper Operator
Bulldozer Operator
Carpenter
Concrete Finisher, Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete paving Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber
Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator
Electrician
Fla22er
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Front End Loader Operator
Laborer, Common
Laborer, Utility
Mechanic
Milling Machine Operator, Fine Grade
Mixer Operator
. Motor Grader Operator, Fine Grade
Motor Grader Operator, Rough
Oiler
Painter, Structures
Pavement Marking Machine Operator
Pipe layer
Reinforcing Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Propelled
Roller Operator, Steel Wheel, Flat Wheel/Tamping
Roller Operator, Steel Wheel, Plant Mix Pavement
Scraper Operator
Servicer
Slip Form Machine Operator
Spreader Box Operator
Tractor Operator, Crawler Type
Tractor Operator, Pneumatic
Traveling Mixer Operator
Truck Driver, Lowboy-Float
Truck Driver, Single Axle, Heavy
Truck Driver, Single Axle, Light
Truck Driver, Tandem Axle, Semi-Trailer
Truck Driver, Transit-Mix
Wagon Drill, Boring Machine, Post Hole Driller Operator
Welder
Work Zone Barricade Servicer
$10.06
$13.99
$12.78
$11.01
$ 8.80
$14.15
$ 9.88
$13.22
$12.80
$12.85
$13.27
$12 .00
$13.63
$12.50
$13.56
$14.50
$10.61
$14.12
$18.12
$ 8.43
$11.63
$11.83
$13.67
$16.30
$12.62
$ 9.18
$10.65
$16 .97
$11.83
$11.58
$15.20
$14.50
$14.98
$13.17
$10.04
$11.04
$14.86
$16.29
$11.07
$10.92
$11.28
$11.42
$12.32
$12.33
$10.92
$12.60
$12.91
$12.03
$14.93
$11.47
$10.91
$11.75
$12.08
$14.00
$13.57
$10.09
Class1f1cation
AC Mechanic
AC Mechanic Helper
Acoustical Celling Mechank
Brlcklaver/Stone Mason
Bricklayer/Stone Mason Helper
Carpenter
Carpenter Helper
Concrete Finisher
Concrete Form Builder
Drywall Mechanic
Drvwall Helper
Drywall Taper
Drvwall Taper Helper
Electrician (Journeyman)
Electrician Heloer
Electronic Technician
Electronic Technician Helper
Floor Layer (Resilient)
Floor Layer Helper
Glazier
Glazier Heloer
Insulator
Insulator Helper
Laborer Common
Laborer Skilled
Lather
Painter
Painter Helper
Pipefitter
PiPefitter Helper
Plasterer
Plasterer Helper
ZUUts F'KcVf\lLINI.;)" VVl'\\.:JC ~MI i;;;o
CONSTRUCTION INDUSTRY
I Hrly Rate Classification
$21.69 Plumber
$12.00 Plumber Helper
$15.24 Reinforcin11 Steel Setter
$19.12 Roofer
$10.10 Roofer Helper
$16.23 Sheet Metal Worker
$11.91 Sheet Metal Worker Helper
$13.49 Sprinkler System Installer
$13.12 Sprinkler System Installer Helper
$14.62 Steel Worker Structural
$10.91 Concrete Pump
Crane, Clamsheel, Backhoe, Derrick, D'Line
$13 .00 Shovel
$9.00 Forklift
$20.20 Front End Loader
$14.43 Truck Driver
$19.86 Welder
$12.00 Welder Helper
$20.00
$13.00
$18.00
$13.00
$14 .78
$11.25
$10.27
$13.18
$16.10
$14.83
$8.00
$18.85
$12.83
$17.25
$12.25
I
I
I
I Hrly Rate
$20.43
$14.90
$10 .00
$14.00
$10.00
$16.96
$12.31
$18.00
$9.00
$17.43
$20.50
$17. 76
$12 .63
$10 .50
$14 .91
$16.06
$9.75
Compliance with and Enforcement of Prevailing Wage Laws
(a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all
requirements of Chapter 2258, Texas Government Code (Chapter 2258),
including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter
2258. Such prevailing wage rates are included in these contract documents.
(b) Penalty for Violation. A contractor or any subcontractor who does not pay the
prevailing wage shall, upon demand made by the City, pay to the City $60 for
each worker employed for each calendar day or part of the day that the worker is
paid less than the prevailing wage rates stipulated in these contract documents.
This penalty shall be retained by the City to offset its administrative costs,
pursuant to Texas Government Code 2258.023.
(c) Complaints of Violations and City Determination of Good Cause. On receipt of
informat!on, including a complaint by a worker, concerning an alleged violation
of2258.023, Texas Government Code, by a contractor or subcontractor, the City
shall make an initial determination, before the 31st day after the date the City
receives the information, as to whether good cause exists to believe that the
violation occurred. The City shall notify in writing the contractor or
subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
(d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged
violation of Section 2258.023, Texas Government Code, including a penalty owed
to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq., Revised
Statutes) if the contractor or subcontractor and any affected worker do not resolve
the issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to paragraph ( c) above. If the persons required to arbitrate
under this section do not agree on an arbitrator before the 11th day after the date
that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration.· The
decision and award of the arbitrator is final and binding on all parties and may be
enforced in any court of competent jurisdiction.
(e) Records to be Maintained. The contractor and each subcontractor shall, for a
period of three (3) years following the date of acceptance of the work, maintain
records that show (i) the name and occupation of each worker employed by the
contractor in the construction of the work provided for in this contract; and (ii) the
actual per diem wages paid to each worker. The records shall be open at all
reasonable hours for inspection by the City. The provisions of the Audit section
of these contract documents shall pertain to this inspection.
(f) Pay Estimates. With each partial payment estimate or payroll period, whichever
is less, the contractor shall submit an affidavit stating that the contractor has
complied with the requirements of Chapter 2258, Texas Government Code.
(g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a
conspicuous place at the site of the project at all times .
(h) Subcontractor Compliance. The contractor shall include in its subcontracts
and/or shall otherwise require all of its subcontractors to comply with paragraphs
(a) through (g) above.
-
MONTH
JANUARY
FEBRUARY
MARCH
APRIL
MAY
JUNE
JULY
AUGUST
SEPTEMBER
OCTOBER
NOVEMBER
DECEMBER
ANNUALLY
WEATHER TABLE
AVERAGE DAYS
RAINFALL (I)
7
7
7
9
8
6
5
5
7
6
6
7
80
(])
(2)
(3)
Average normal number of days rainfall, 0.01" or more.
Average normal precipitation.
One inch (I") or more.
* Less than one-half inch (1/2").
INCHES
RAINFALL (2)
1.80
2.36
2.54
4.30
4.47
3.05
1.84
2.26
3.15
2 .68
2.03
1.82
32.30
SNOW/ICE
PELLETS (3)
*
*
0
0
0
0
0
0
0
0
*
Unseasonable weather is defined for contra~t purposes as rain/snow days which exceed the average number
of days or inches of rainfall in any given month.
This table is based on information recorded at the former Greater Southwest International Airport, Fort
Worth, Texas, covering a period of 18 years. Latitude 32° 50' N, Longitude 97° 03' W, elevation (ground)
537 ft.
TO THE EMPLOYER/CONTRACTOR:
Pursuant to Texas Worker's Compensation Commission Rule 110.110( d)(7), a contractor
engaged in a building or construction project for a government entity is required to post a
notice on each project site informing all persons providing services on the project that
they are required to be covered by workers' compensation insurance. The notice required
by this rule does not satisfy other posting requirements imposed by the Texas Workers'
Compensation Act or other Commission rules. This notice must:
(1) be posted in English, Spanish and any other language common to the employer's
employee population;
(2) be displayed on each project site;
(3) state how a person may verify current coverage and report failure to provide
coverage;
(4) be printed with a title in at least 30-point bold type and text in at least 19-point
normal type; and
(5) contain the exact words as prescribed in Rule 110.110(d)(7) without additional
words or changes.
The notice on the reverse side meets the above requirements. Failure to post the notice as required by this
rule is a violation of the Act and commission rules. The violator may be subject to administrative
penalties.
REQUIRED WORKERS' COMPENSATION
COVERAGE
The law requires that each person working on this site or providing
services related to this construction project must be covered by workers'
compensation insurance. This includes persons providing, hauling, or
delivering equipment or materials, or providing labor or transportation or
other service related to the project, regardless of the identity of their
employer or status as an employee.
Call the Texas Workers' Compensation Commission at 512-440-3789 to
receive information on the legal requirement for coverage, to verify
whether your employer has provided the required coverage, or to report
an employer's failure to provide coverage.
COBERTURA REQUERIDA DE
COMPENSACION PARA TRABAJADORES
La ley requiere que cada persona trabajando en este sitio o proporciona
servicios relacionados con este proyecto de construccion tiene que estar
cubierto por aseguranza de compensacion para trabajadores. Esto
incluye personas que pro9porcionan, cargan, entregan equipo o
materiales o proporcionan mano de obrra, transportan, o cualquier
servicio relacionado con este proyecto, sin considerar la identidad del
patron o estado del empleado.
Llame a la Comision Tejana de Compensacion para Trabajadores al 512-
440-3789 para recibir informacion de los requerimientos legales de
cobertura, para verificar si su patron le ha proporcionado la cobertura
requerida o para reportar falta del patron en proporcionarle cobertura.
4'-0"
PROJECT DESIGNATION SIGN
1-----------4' -0° -----------i
PMS· 167
=13"
3 ' C Project Title . , 1,
3 "C 2ND LINE I
IF
0
NECESSARY_/ ~ 3" 1~"======= Contractor: --=± ,, 2~·LContraCtor's Name ,J
l" f FUN.OED BY
___ =r_..._2!''
11
'~ PARK DEDICATION FUNDS
l~0 r= Scheduled Comptetion Date
1t . Year
1 'I
FONTS:
FORT WORTH LOGO IN CHEL TINGHAM BOLO
ALL OTHER LETTERING IN ARIAL BOLO
COLORS :
-111 .. =--r
_J2l"
_J_ ] ,,, -r 2
5"
FORT WORTH • PMS 288
LONGHORN LOGO -PMS 167
LETTERING · PMS 288
BACKGROUND • WHITE
BORDER -BLUE
PROJECT DESIGNATION SIGN .
(Community Development Block Grant projects . only)
CITY OF FORT WORTH-CONSTRUCTION .. STANDAJW
DRAWINC NO. DA Tr: 9-20-02
SECTION 07920 -CAULKING AND SEALANTS
PART I -GENERAL
1.01 DEFINITIONS:
A. the term "sealant" or "sealing" shall refer to exterior joints exposed to weather
or interior joints exposed to moisture. When "sealant" is used in an outside joint
in aluminum or steel frames, "sealant" shall be required on the inside joint also.
B. The term "caulk" or 'caulking' (calking) shall refer to interior joints not normally
exposed to weather or moisture conditions.
1.02 SUBMITTAL:
A. Submit to Owner's representative manufacturer's literature, specification data,
and. color chart for all materials proposed for this project.
B. Identify their use and location.
1.03 GUARANTEE: The Contractor shall provide the Inspector a manufacturer's written
guarantee on all joint sealing materials. The manufacturer shall agree to provide any
replacement material free of charge to the City. Also, the Contractor shall provide the
Engineer a written warranty on all sealed joints. The Contractor shall agree to replace
any failed joints at no cost to the City. Both warranties shall be for one year after final
acceptance of the completed work by the Engineer.
PART 2-PRODUCTS
2.01 SEALANTS: As manufactured by Pecora or approved equal.
A. Concrete-to-Concrete (Horizontal JointfNR-201 with primer.
B. Masonry-to-Masonry or Concrete-to-Concrete (Vertical): Dynatrol II
2.02 PRIMERS: Type as manufactured by manufacturer of sealing or caulking material and
completely compatible with compound.
2.03 JOINT BACKING: Rods or tape in sizes and types as recommended by manufacturer of
sealing or caulking material, and completely compatible with compound.
CAULKING AND SEALANTS
07920
- 1 -
PART 3-EXECUTION
3.01 GENERAL:
A . Work shall be performed by experienced mechanics skilled in execution of type
of work required and in application of specified materials.
B. Deliver materials to job site in original containers with manufacturer's name and
brand clearly marked thereon.
C. When perimeter joints around frames that are to be caulked do not have built-in
stops or other means to prevent depth of compound from exceeding 1 /2 inch,
pack joint with back-up materials of correct type and to the depth as necessary to
provide minimum 3/8 11 and maximum 1/2 11 depth of compound.
D . Materials and methods shall be as specified herein, unless they are contrary to
approved manufacturer's directions or to approved trade practice; or unless
Contractor believes they will not produce a watertight job which he will
guarantee as required. Where any part of these conditions occur, Contractor
shall notify Architect in writing . Deviation from procedure specified will be
permitted only upon Architect's approval and providing that work is guaranteed
by Contractor as specified.
E. If, prior to beginning work, Contractor does not notify Architect in writing of
any proposed changes, it will be assumed that he agrees that materials and
methods specified will produce results desired, and that he will furnish required
guarantee.
3.02 PREPARATORY WORK :
A. Where weather molds, staff beads, etc., do not form integralpart of frames to be
caulked, but are removable, remove same prior to caulking, execute caulking,
replace molds, etc., and point.
B. Clean all joints, etc., that are to be caulked or sealed, prior to executing work.
3.03 PRIMING: When conditions of joints so require, or when types of materials used
adjacent to joints so require, or when compound manufacturer's recommendations so
require, clean and prime joints before starting caulking . Execute priming operations in
strict accordance with manufacturer's directions.
3.04 JOINT BACKING: Joint backing shall be installed in all joints to receive sealants.
Backing shall be sized to require 20% to 50% compression upon insertion, and shall be
CAULKING AND SEALANTS
07920
-2-
placed so that sealant depth is approximately I /2 joint width. In joints not of sufficient
depth to allow backing, install bond breaking tape at back of joint.
3.05 APPLICATION: Apply sealant and caulking material under pressure to fill joint
completely, allowing no air pockets or voids. Tool the joint surface to compress the
compound into the joint.
3.06 THRESHOLDS: Place all exterior doorthresholds in a fill bed of sealant during setting
procedures.
3.07 CLEANING: Clean adjacent surfaces free of caulking and sealant and clean all work of
other trades that has in any way been soiled by these operations. Finished work shall be
left in a neat and clean condition.
END OF SECTION
CAULKING AND SEALANTS
07920
- 3 -
TECHNICAL SPECIFICATIONS
DIVISION 1 -GENERAL REQUIREMENTS
SECTION 01100 -SUMMARY OF WORK
The Contractor shall supply all superintendence and shall perform all work and furnish all labor,
equipment, materials and incidentals necessary and complete all work as described in the plans
and specifications. All construction and other work shall be done by the Contractor in
accordance with the best engineering and construction practices for the skill or trade involved.
The work to be accomplished under these plans and specifications for:
C.P. HADLEY PARK
These plans and specifications were prepared by the Parks and Community Services Department.
The Transportation & Public Works Department will administer the contract and furnish
inspection.
In addition to project performance stated above, the Contractor shall also be responsible for:
1. Setting all project layout dimensions and final finish grade elevations in accordance to plans .
All such survey work shall be performed by a ·Registered Surveyor in the State of Texas and
verification provided to the City that such survey work complies with plans and
specifications.
2. Attend all project progress meetings as scheduled by the City and provide updated project
schedules within 3 calendar days upon request by the City.
3. Obtaining all necessary permits applicable to this project through the City of Fort Worth
Planning and Development Department -Development Division -Plans Exam. Permit fees
shall be waived. Any proposed item below noted in either a. or b. and is part of the project
scope shall require a permit:
a. Shelter or Pavilion / Bridge structure -Building Permit
b. Water fountain-Plumbing Permit
The applicable items contained in the Standard Specifications for Street and Storm Drain
Construction for the City of Fort Worth, Texas, shall apply to this contract just as though each
were incorporated in these documents. Where the provisions or specifications contained in those
documents are contrary to this publication, this publication shall govern. In case of conflict
between plans and specifications, the plm:1s shall govern . A copy of the Standard Specifications
for Street and Storm Drain Construction can be purchased at the office of the Transportation and
Public Works Department, 1000 Throckmorton Street, 2nd Floor, Municipal Building , Fort
Worth, Texas.
GENERAL REQUIREMENTS
-I -
The Contractor shall be responsible for obtaining permits when either water or electrical service
is required for the project and give all notices necessary and incidental to the due and lawful
prosecution of the work.
SECTION 01135 -CONTRACT TIME
1.01 PROGRESS AND COMPLETION
Upon receipt of a notification letter and the executed construction contract, the
Contractor shall be responsible for scheduling a preconstruction conference, which shall
be held no later than ten working days from the date of the notification letter.
At the time of the preconstruction conference, a construction start date shall be
established and indicated in the Notice to Proceed (Work Order) issued by the
Engineering Department. The Contractor shall begin the work to be performed under the
contract on or before ten working days from the date the Work Order is issued. The
Contractor shall carry the work forward expeditiously with adequate forces and shall
complete it within the period of time stipulated in the contract.
1.02 LIQUIDATED DAMAGES
This project shall be completed within the specified days allowed; to include contract
time specified at award of contract plus any additional contract time added through
executed Change Orders . If project construction exceeds the allotted contract time,
liquidated damages will be assessed on the total amount of contract, to include contract
amount increases due to Change Order work, as stipulated in the City of Port Worth
Standard Specification for Street and Storm Drain Construction-Item No. 8.6 -Failure
to Complete Work On Time-Pg. 27 . In the event of a dispute regarding either final
quantities or liquidated damages, the parties shall attempt to resolve the differences
within 30 calendar days.
SECTION 01140 -ALTERNATIVES
The City reserves the right to abandon, without obligation to the contractor, any part of the
project (subject to conditions set forth in Section 01150 -Payment to Contractor) or the entire
project at any time before the Contractor begins any construction work authorized by the City.
SECTION 01150 -PAYMENT TO CONTRACTOR, PROJECT ACCEPTANCE &
WARRANTY
1.01 SCOPE OF PAYMENT: The Contractor shall accept the compensation as provided in
the contract in full payment for furnishing and paying for all materials, supplies,
subcontracts, labor, tools and equipment necessary to complete the work of the
contract; for any loss or damage which may arise from the nature of the work from the
action of the elements, or from any unforeseen difficulty which may be encountered in
GENERAL REQUIREMENTS
-2-
the prosecution of the work, until the final acceptance of the work by the City; for all
risks of every description connected with the prosecution of the work; for all expenses
and damages which might accrue to the Contractor by reason of delay in the initiation
and prosecution of the work from any cause whatsoever; for any infringement of patent,
trademark or copyright, and for completing the work according to the plans and/or
specifications. The payment of any current or partial estimate shall in no way affect the
obligations of the Contractor to repair or remove, at his own expense, the defective
parts of the construction or to replace any defective materials used in the construction,
and to be responsible for all damages due to such defects if such defects or damages are
discovered on or before the final inspection and acceptance of the work.
1.02 Partial pay estimates shall be submitted by the Contractor or prepared by the City on
the 1st day and 15th day of each month that the work is in progress. Estimates will be
paid within 25 days following the end of the estimate period, less the appropriate
retainage as set out below. Partial pay estimates may include acceptable nonperishable
materials delivered to the work place which are to be incorporated into the work as a
permanent part thereof, but which at the time of the pay estimate have not been so
installed. If such materials are included within a pay estimate, payment shall be based
upon 85% of the net invoice value thereof. The Contractor will furnish the Engineer
such information as may be reasonably requested to aid in the verification or the
preparation of the pay estimate.
1.03 It is understood that the partial pay estimate amounts will be approximate only, and all
partial pay estimates and payment of same will be subject to correction in the estimate
rendered following the discovery of the mistake in any previous estimate. Payment of
any partial pay estimates shall not be an admission on the part of the Owner of the
amount of work done or of its quality or sufficiency or as an acceptance of the work
done; nor shall same release the Contractor of any of its responsibilities under the
Contract Documents.
1.04 The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or other
provisions of this Contract.
1.05 Retainage -For contracts of less than $400,000 at the time of execution, retainage
shall be 10 percent. For contracts of $400,000 or more at the time of execution,
retainage shall be 5 percent. The Contractor will receive full payment for work,
less retainage, from the City, on each partial payment period.
Payment of the retainage will be included with the final payment after acceptance
of the project being complete.
1.06 Contractor shall pay subcontractors in accord with the subcontract agreement within five
business days after receipt by Contractor of the payment by City. Contractor's failure to
make the required payment to subcontractors will authorize the City to withhold future
payments from the Contractor until compliance with this paragraph is accomplished.
GENERAL REQUIREMENTS
- 3 -
1.07 Contractor hereby assigns to City any and all claims for overcharges associated with this
contract which arise under the antitrust laws of the United States, 15 U.S.C.A. Sec. 1 et
film (1973).
1.08 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter
the quantities of the work to be performed or to extend or shorten the improvements at
any time when and as found to be necessary, and the Contractor shall perform the work
as altered, increased or decreased at the unit prices. Such increased or decreased quantity
shall not be more than 25 percent of the contemplated quantity of such item or items.
When such changes increase or decrease the original quantity of any item or items of
work to be done or materials to be furnished by the 25 percent or more, then either party
to the contract shall upon written request to the other party be entitled to a revised
consideration upon that portion of the work above or below the 25 percent of the original
quantity stated in the proposal; such revised consideration to be determined by special
agreement or as hereinafter provided for "Extra Work." No allowance will be made for
any changes in anticipated profits nor shall such changes be considered as waiving or
invalidating any conditions or provisions of the Contract Documents.
1.09 PAYMENT FOR EXTRA WORK: Extra work performed by the Contractor, that is
authorized and approved by the City Engineer, will be paid for under "Change orders"
made in the manner hereinafter described, and the compensation thus provided shall be
accepted by the Contractor as payment in full for all labor, subcontracts, materials, tools,
equipment and incidentals, and for all supervision, insurance, bonds and all other expense
of whatever nature incurred in the prosecution of the extra work. Payment for extra work
will be made under one of the following types of "Change orders" to be selected by the
City:
A. Method "A". By unit prices agreed upon in the contract or in writing by the
Contractor and City Engineer and approved by the City Council before said extra
work is commenced subject to all other conditions of the contract.
B. Method "B". By a lump sum price agreed upon in writing by the Contractor and
City Engineer and approved by the City Council before said extra work is
commenced, subject to all other conditions of the contract.
C. Method "C". By actual field cost of the work, plus 15 percent as described herein
below, agreed upon in writing by the Contractor and City Engineer and approved
by the City Council after said extra work is completed, subject to all other
conditions of the contract.
In the event extra work is to be performed and paid for under Method "C", the actual
field costs of the work will include the cost of all workmen, foremen, timekeepers,
mechanics and laborers working on said project; all used on such extra work only,
plus all power, fuel, lubricants, water and similar operating expenses; and a ratable
proportion of premiums on performance and payment bonds , public liability,
GENERAL REQUIREMENTS
-4-
workmen's compensation and all other insurance required by law or ordinance. The
City Engineer will direct the form in which the accounts of actual field cost will be
kept and will recommend in writing the method of doing the work and the type and
kind of equipment to be used, but such extra work will be performed by the
Contractor as an independent contractor and not as an agent or employee of the City.
The 15 percent of the actual field cost to be paid the Contractor shall cover and
compensate him for profit, overhead, general supervision and field office expense,
and all other elements of cost and expense not embraced within the actual field cost
as herein specified.
The Contractor shall give the City Engineer access to all accounts, bills, invoices and
vouchers relating thereto.
1.10 DELAYS: If delay is caused by specific orders given by the City to stop work, or by the
performance of extra work, or by the failure of the City to provide material or necessary
instructions for carrying on the work, then such delay will entitle the Contractor to an
equivalent extension of time, his application for which shall, however, be subject to the
approval of the City Council; no such extension of time shall release the Contractor or the
surety on his performance bond from all his obligations hereunder which shall remain in
full force until the discharge of the contract.
1.11 CLAIMS AND DAMAGES: Any claims for extra work or for any other related matter
or cause must be made in writing to the City Engineer within seven calendar days from
and after the cause or claim arises. Unless such claim is so presented, it shall be held that
the Contractor has waiv~d the claim, and he shall not be entitled to receive pay thereof.
1.12 TRANSPORTATION: No allowance or deduction will be made for any charge of freight
rates. No allowance for transportation of men, materials or equipment will be allowed.
1.13 ACCEPTANCE AND FINAL PAYMENT: The City, upon receipt of the Director's
"Certificate of Completion" and "Final Estimate" and upon receipt of satisfactory
evidence from the Contractor that all subcontractors and persons furnishing labor or
materials have been paid in full and all claims of damages to property or persons because
of the carrying on of this work have been resolved, or the claims dismissed or the issues
joined, shall certify the estimate for final payment after previous payments have been
deducted and shall notify the Contractor and his surety of the acceptance of the project.
Bills Paid Affidavit and Consent Of Surety shall be required prior to final payment
becoming due and payable. In the event that the Bills Paid Affidavit and Consent Of
Surety have been delivered to the City and there is a dispute regarding (1) final quantities,
or (2) liquidated damages, the City shall make a progress payment in the amount that the
City deems due and payable.
On projects divided into two or more units, the Contractor may request a final payment
on one or more units which have been completed and accepted.
GENERAL REQUIREMENTS
- 5 -
On delivery of the final payment, the Contractor shall sign a written acceptance of the
final estimate as payment in full for the work done. All prior partial estimates shall be
subject to correction in the final estimate and payment.
1.14 WARRANTY: The Contractor shall be responsible for defects in this project due to
faulty workmanship or materials, or both, for a period of two (2) years beginning as of
the date that the final punch list has been completed and the project accepted by the City
as of the date the final punch list has been completed. as evidenced by a written
statement signed by the Contractor and the City. The contractor will be required to
replace, at own expense. any part. or all. of this project which becomes defective due to
these causes.
SECTION 01300 -SUBMITT ALS
Prior to construction, the Contractor shall furnish the Parks and Community Services Department
a schedule outlining the anticipated time each phase of construction will begin and be completed,
including-sufficient time for turf establishment (if applicable) and project clean-up.
The Contractor shall submit to the Project Manager shop drawings, product data and samples
required in specification sections. Refer to Section 01640 -1.02.
SECTION 01400 -QUALITY CONTROL
The Contractor will receive all instructions and approvals from the Director of Engineering
and/or his assigned inspectors. The inspector will be introduced to the contractor prior to
beginning work. Any work done at the direction of any other authority will not be accepted or
paid for. Final approval for the finished project shall be given by the Director of Engineering,
City of Fort Worth .
. The Contractor or a competent and reliable superintendent shall oversee the work at all times.
The superintendent shall represent the Contractor in his absence and all directions given to him
shall be binding as if given to the Contractor.
SECTION 01410 -TESTING
All tests made by the testing laboratory selected by the City will be paid for by the City. In the
event manufacturing certificates are requested, they shall be paid for by the Contractor.
SECTION 01500 -TEMPORARY FACILITIES AND CONTROLS
The Contractor shall take all precautions necessary to protect all existing trees, shrubbery,
sidewalks, buildings, vehicles, utilities, etc., in the area where the work is being done. The
Contractor shall rebuild, restore, and make good at his own expense all injury and damage to
same which may result from work being carried out under this contract.
GENERAL REQUIREMENTS
-6 -
The utility lines and conduits shown on the plans are for information only and are not guaranteed
by the Owner to be accurate as to location and depth; they are shown on the plans as the best
information available from the owners of the utilities involved and from evidences found on the
ground. The Contractor shall determine the exact location of all existing utilities and conduct his
work to prevent interruption of service or damages.
SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES
A warning sign not less than five inches by seven inches, painted yellow with black letters that
are legible at twelve feet, shall be placed inside and outside vehicles such as cranes, derricks,
power shovel, drilling rigs, pile drivers, hoisting equipment or similar machinery. The warning
sign shall read as follows:
"WARNING -UNLAWFUL TO OPERA TE THIS EQUIPMENT
WITHIN SIX FEET OF HIGH VOLTAGE LINES."
Equipment that may be operated within six feet of high voltage lines shall have an insulating
cage-type guard about the boom or arm, except backhoes or dippers, and insulator links on the
lift hood connections.
When necessary to work within six feet of high voltage electric lines, the Contractor shall notify
power company (TU Electric or the appropriate power supplier) to erect temporary mechanical
barriers, de-energize the line, or raise or lower the line. The contractor shall maintain a log of all
such correspondence. The Contractor is responsible for all costs incurred.
SECTION 01640 -PRODUCT OPTIONS
1.01 GENERAL
For review and approval of products to be used on this project, send submittals to:
Eric Seebock, Senior Landscape Architect (817) 392.5742
Parks and Community Services Department
4200 S. Freeway Suite 2200
Fort Worth, Texas 76115-1499
1.02 PRODUCTS LIST
A. Within five (5) Working Days after commencement of work, the Contractor shall
submit to the Project Manager two (2) copies of complete list of all specified
products and submittals for review and approval.
B. All specified manufacturer's products listed in the Equipment Schedule in the
construction plans have been previously reviewed and approved in conformance to
playground prototype designs approved for use in the City of Fort Worth.
GENERAL REQUIREMENTS
-7 -
C. All equipment specified (composite play structures, arch swings, buck-a-bouts,
spring animals, whirls) which comprise the various playground prototype options
has been designed to conform to both the Consumer Product Safety Commission
(CPSC) guidelines and Americans With Disabilities Act (ADA) requirements and
as such, no other product equipment shall be considered.
C. For products specified under reference standards, include with listing of each
product:
1. Name and address of manufacturer
2. Trade name
3 . Model or catalog designation
4 . Manufacturer's data
a. Performance and test data
· b. Reference standards
D . Specified material shall not be ordered by the Contractor until such time product
material submittals have been received , reviewed and approved by the project
consultant and I or City.
SECTION 01700 -PROJECT CLOSEOUT
1.01 CLEAN -UP
The Contractor shall make final clean-up of the construction area, to the satisfaction of
the Parks and Community Services Department, as soon as construction in that area is
complet ed. Clean-up shall include removal of all construction materials, pieces of
concrete, equipment and/or other rubbish. No more than five (5) days shall elapse after
the completion of construction before the area is cleaned. Surplus materials shall be
disposed of by the Contractor, at this own expense, and as directed by the Parks and
Community Services Department. Cleaning of equipment by Contractor or
Subcontractor, such equipment as cement mixers , ready-mix trucks , tools , etc., shall take
place in an area designated by the Parks and Community Services Department.
SECTION 01800 -CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS
Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel
at the project site for contractor's sole negligence . In addition, Contractor covenants and agrees
to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and
employees, from and against any and all claims or suits for property loss, property damage,
personal injury, including death, arising out of, or alleged to arise out of, the work and services
to be performed hereunder by Contractor, its officers, agents, employees, subcontractors,
licensees or invitees, whether or not any such injury, damage or death is caused, in whole or
in part, by the negligence or alleged negligence of Owner, its officers, servants or
GENERAL REQUIREMENTS
- 8 -
employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner
from and against any and all injuries to Owner's officers, servants and employees and any
damage, loss or destruction to property of the Owner arising from the performance of any of the
terms and conditions of this Contract, whether or not any such injury or damage is caused in
whole or in part by the negligence or alleged negligence of Owner, its officers, servants or
employees.
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor either (a)
submits to Owner satisfactory evidence that the claim has been settled and/or a release from the
claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance
carrier that the claim has been referred to the insurance carrier.
The Director may, ifhe deems appropriate, refuse to accept bids on any other City of Fort Worth
public work from a Contractor against whom a claim for damages is outstanding as a result of
work performed under a City Contract.
END OF DIVISION
GENERAL REQUIREMENTS
-9-
SECTION 02200 -SITE PREPARATION
PART 1 -GENERAL
1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment and services
required for clearing and grubbing, demolition, and removal and disposal of items as specified
herein and on the plans.
1.02 RELATED WORK SPECIFIED ELSEWHERE:
A. Section 02300 -Earthwork
B. Existing Conditions, Removal and Demolition Items.
PART 2 -PRODUCTS
2.01 No products are required to execute this work, except as the Contractor may deem necessary.
PART 3 -EXECUTION
3.01 CLEARING AND GRUBBING:
A. Clearing and grubbing shall consist of removing all natural and artificial objectionable
materials from the project site or from limited areas of construction specified within the
site.
B. In general, clearing and grubbing shall be performed in advance of grading and
earthwork operations and shall be performed over the entire area of earthwork
operations.
C. Unless otherwise specified on the plans, all trees and shrubs of three inch (3") caliper or
less (caliper is the diameter as measured twelve inches (12") above the ground) and all
scrub growth, such as cactus, yucca, vines, and shrub thickets, shall be cleared. All
dead trees, logs, stumps, rubbish of any nature, and other surface debris shall also be
cleared.
D. Buried material such as logs, stumps, roots of downed trees that are greater than one
and one half inches (1-1/2") in diameter, matted roots, rubbish, and foreign debris shall
be grubbed and removed to a minimum depth of twenty four inches (24") below
proposed finished grades.
E. · Ground cover consisting of weeds, grass, and other herbaceous vegetation shall be
removed prior to stripping and stockpiling topsoil from areas of earthwork operations.
Such removal shall be accomplished by "blading" off the uppermost layers of sod or
root-matted soil for removal.
SITE PREPARATION
02200
- I -
3.02 PAVEMENTREMOVAL:
A. Bituminous and concrete pavements shall be removed to neatly sawed edges. Saw cuts
shall be full depth. If a saw cut in concrete pavement falls within three feet (3 ') of an en
existing score joint, construction joint, saw joint, cold joint, expansion joint, or edge,
the concrete shall be removed to that joint or edge. All saw cuts shall be parallel and/or
perpendicular to the line of existing pavement. If an edge of a cut is damaged
subsequent to saw cutting, the concrete shall again be sawed to a neat, straight line for
the purpose of removing the damaged area.
B. Concrete curb and gutter shall be removed as specified above. No section to be replaced
shall be smaller than thirty inches (30") in length or width.
3.03 UTILITIES REMOVAL: In general, those utilities on the site that are to be removed and that
belong to the Owner shall be removed by the Contractor. The Owner is responsible for
arranging the relocation or removal of other utilities owned by utility companies or other
pa_rties.
3.04 MINOR DEMOLITION: There may be certain items on the site such as old building
foundations, fences, and other undetermined structures and improvements that must be
removed before construction can commence. Unless otherwise specified, such items become
the property of the Contractor for subsequent disposal.
3.05 USE OF EXPLOSIVES: The use of explosives will not be permitted in site preparation
operations.
3.06 BACKFILLING: All holes, cavities, and depressions in the ground caused by site preparation
operations will be backfilled and tamped to normal compaction and will be graded to prevent
ponding of water and to promote drainage. Should any excavated hole or cavity be required
to be left open over night, the Contractor shall be responsible to provide barriers and / or
coverings to enhance on site accident prevention measures.
3.07 DISPOSAL OF WASTE MATERIALS:
A. Unless otherwise stated, materials generated by clearing, grubbing, removal, and
demolition shall be known as "waste" or "spoils" and shall be removed from the site and
disposed of by the Contractor. Similar materials may be unearthed or generated by
earthwork operations or by subgrade preparation . Unless otherwise specified any
merchantable items become the property of the Contractor.
END OF SECTION
SITE PREPARATION
02200
-2-
SECTION 02300 -EARTHWORK
PART 1 -GENERAL
1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services
required to construct, shape, and finish earthwork to the required lines, grades, and cross
sections as specified herein and on the plans.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Section 02200 -Site Preparation.
B. Grading Plan: Refer to plan sheets.
1.03 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work. The
total cost will be included in the Bid Proposal. Payment will be made on a Lump Sum basis
only.
PART 2 -PRODUCTS
2.01 UNCLASSIFIED EXCAVATION : Unclassified excavation shall consist of all excavation,
unless separately designated, within the limits of the work. Unclassified excavation includes
all material encountered regardless of its nature or the manner in which it is to be excavated.
2.02 UNCLASSIFIED FILL
A. Unclassified fill shall consist of all fill within the limits of the work. All suitable native
materials removed in unclassified excavation, or similar imported materials, shall be
used insofar as practicable as unclassified fill. Properly deposited, conditioned, and
compacted fill is hereinafter referred to as "earth embankment."
B. Rock: Minor quantities of rock not greater than four inches in greatest dimension are
permissible in fill materials used to construct earth embankment. Minor quantities of
rock of greater dimensions may be placed in the deeper fills in accordance with the
State Department of Highways and Public Transportation requirements for construction
of rock embankments, provided such placement of rock is not immediately adjacent to
structures or piers. Also; rock may be placed in the portions of embankments outside
the limits of the completed graded width where the size of the rock prohibits their
incorporation in the normal embankment layers.
2.03 TOPSOIL
On-Site Topsoil: Topsoil shall consist of an average depth of six inches (6") of native surface
soil left in place after the ground cover of herbaceous vegetation and other objectionable matter
has been cleared by "blading," as specified in Section 02200, "Site Preparation." Topsoil may
be greater or less, than the upper six inches (6") in depth.
EARTHWORK
02300
-I -
2.04 IMPORTED FILL
A. Imported fill materials shall be used for the construction of earth embankment in the
event that (1) the volume of unclassified excavation is less than the volume of fill
required for earth embankment and/or (2) the condition of materials removed in
unclassified excavation makes them unsuitable for use in the construction of earth
embankment.
B. The Contractor shall haul and place imported fill obtained from off-site sources as
necessary to construct the embankment and various other details of the construction
plans. All costs related to such imported fill will be included in the contract price, and
no additional or separate payment for imported fill will be due the Contractor.
C. A sample of the proposed imported fill must be provided by the Contractor and be
approved by the Owner. In general, imported material must be equal to or better than
native material in quality and engineering characteristics. The Architect/ Engineer may
also require the Contractor to provided a material analysis test of the proposed fill.
2.05 SELECT MATERIALS
A. Select materials shall be imported from offsite sources, unless they are available from
specifically designated areas on the site as marked on the plans .
2.06 UNSUITABLE MATERIALS
A. Topsoil, select material, imported fill, or unclassified fill will be declared as
"'unsuitable" by the Owner if, in his opinion, any of the following conditions or matter
and particles are present to a degree that is judgeµ detrimental to the proposed use of the
material.
1. Moisture
2. Decayed or undecayed vegetation
3. Hardpan clay, heavy clay, or clay balls
4. Rubbish
5. Construction rubble
6. Sand or gravel
7. Rocks, cobbles, or boulders
8. Cementious matter
9. Foreign matter of any kind
B. Unsuitable materials will be disposed of as "waste" as specified in Section 02200.
C. Wet Material: If fill material is unsatisfactory for use as embankment solely because of
high moisture content, the Architect/Engineer may grant the Contractor permission to
process the material to reduce the moisture content to a usable optimum condition.
EARTHWORK
02300
-2-
PART 3-EXECUTION
3.01 SITE PREPARATION: In general, "site preparation," as specified in Section 02200, shall be
performed in advance of grading and earthwork operations and shall be completed over the
entire area of earthwork operations.
3.02 TOPSOIL
A. The removal and storage of topsoil shall occur after site preparation is complete and
before excavation and embankment construction begin. Likewise, topsoil will be
replaced after excavation and embankment construction are complete.
B. Removal: Topsoil shall be stripped to an average depth of six inches (6") from areas
where excavation and embankment construction are planned. Topsoil may be obtained
from greater depths if it is uncontaminated by the substratum and it is of good quality,
in the opinion of the Architect/Engineer.
C. Storage: Topsoil shall be stored in stockpiles conveniently located to areas that will
later receive the topsoil. Stockpiles shall be out of the way of earthwork operations in
locations approved by the Owner or Architect/Engineer. Stored topsoil shall be kept
separate from other excavated materials and shall be protected from contamination by
objectionable materials that would render it unsuitable.
D. Timing: Topsoil will not be replaced (deposited) until construction activities are
complete that would create undesirable conditions in the topsoil, such as
overcompaction or contamination. Trenching for items such as electrical conduit and
irrigation pressure lines must be complete before topsoil replacement may begin.
D. Replacement: Topsoil will be deposited in a single layer or lift. It will be placed,
processed, compacted, and graded to leave a finished layer of topsoil not less than five
inches in depth. Unless otherwise indicated, topsoil will be replaced over all areas of
earthwork (including slopes), except where pavement is planned.
F. Grading: Topsoil will be final graded to the elevations shown on the plans. Fine
grading will be accomplished with a weighted spike harrow, weighted drag, tractor box
blade, light maintainer, or other acceptable machinery. All particles of the finish grade
shall be reduced to less than one inch in diameter or they shall be removed. All rocks of
one inch or greater shall also be removed. Grading operations and equipment will be
such that topsoil does not become overcompacted. Bulldozer blades and front-end
loader buckets are not acceptable devices for topsoil grading operations. Final grading
within five feet of constructed or installed elements shall be hand raked.
G. Acceptability: Finished areas of topsoil are satisfactory if they are true to grade, true in
plane, even in gradient (slope), uniform in surface texture, and of normal compaction.
Areas of loose granular pockets or of overcompacted soils are not acceptable and will
be reworked. Finished areas will promote surface drainage and will be ready for
turfgrass planting.
EARTHWORK
02300
- 3 -
3.03 UNCLASSIFIED EXCAVATION
A. All excavated areas shall be maintained in a condition to assure proper drainage at all
times, and ditches and sumps shall be constructed and maintained to avoid damage to
the areas under construction.
B. Surplus Material:
1. Surplus excavation is that quantity of material that may be left over after the
grading plan is executed, and all earthwork operations, including excavation,
embankment construction, topsoil replacement, and final grading, are
completed. Any other surplus material shall be disposed of as "waste" as
specified in Section 02200. All such cost for removal shall be considered as
incorporated into Earthwork costs
C. Excavation in Rock: The use of explosives will not be permitted. Unless otherwise
indicated on the plans, excavation in solid rock shall extend six inches (6") below
required subgrade elevation for the entire width of the area under construction and shall
be backfilled with suitable materials as indicated on the plans.
3.04 EARTH EMBANKMENT
A. Earth embankment is defined as embanlanent composed of suitable materials removed
in unclassified excavation and/or imported fill. The construction of embankment
includes preparing the area on which fill is to be placed and the depositing,
conditioning, and compaction of fill material.
B. General: Except as otherwise required by the plans, all embankment shall be
constrncted in layers approximately parallel to the finished grade of the graded area, and
each layer shall be so constructed as to provide a uniform slope as shown on the grading
plan. Embankments shall be constructed to correspond to the general shape of the
typical sections shown on the plans, and each section of the embankment shall
correspond to the detailed section or slopes established by the drawings. After
completion of the graded area, embankment shall be continuously maintained to its
finished section and grade until the project is accepted.
C. Preparation: Prior to placing any embanlanent, all preparatory operations will have
been completed on the excavation sources and areas over which the embankment is to
be placed. The subgrade shall be proof rolled to detect soft spots, which if exist, should
be reworked. Proof rolling shall be performed using a heavy pneumatc tired roller,
loaded dump truck, or similar piece of equipment weighing approximately twenty five
(25) tons except as otherwise specified for tree protection and areas inaccessible to
vehicular compactors. Stump holes or other small excavations in the limits of the
embankments shall be backfilled with suitable material and thoroughly tamped by
approved methods before commencing embankment construction. The surface of the
ground, including plowed, loosened ground, or surfaces roughened by small washes or
otherwise, shall be restored to approximately its original slope by blading or other
methods, and, where indicated on the plans or required by the Owner, the ground
surface, thus prepared, shall be compacted by sprinkling and rolling.
EARTHWORK
02300
-4-
D. Scarification: The surface of all areas and slopes over which fill is to be placed, other
than rock, shall be scarified to a depth of approximately six (6") inches to provide a
bond between the existing surface and the proposed embankment. Scarification shall be
accomplished by plowing, discing, or other approved means. Prior to fill placement, the
loosened material shall be adjusted to the proper moisture content and recompacted to
the density specified herein for fill.
E. 'Benching: Scarification is normally adequate for sloping surfaces. However, in certain
cases where fill is to be placed against hillsides or existing embankment with slopes
greater than 4: 1, the Owner may direct the Contractor to key the fill material to the
existing slopes by benching. A minimum of two feet (2') normal to the slope shall be
removed and recompacted to insure that the new work is constructed on a firm
foundation free of loose or disturbed material.
F. Depositing: Fill material shall be placed in horizontal layers or lifts, evenly spread, not
to exceed eight (8") inches in loose depth before conditioning and compaction. Unless
otherwise permitted, each layer of fill material shall cover the length and width of the
area to be filled and shall be conditioned and compacted before the next higher layer of
fill is placed. Adequate drainage shall be maintained at all times.
G. Watering: At the time of compaction, the moisture content of fill material shall be such
that the specified compaction will be obtained, and the fill will be firm, hard, and
unyielding. Fill material which contains excessive moisture shall not be compacted
until it is dry enough to obtain the specified compaction.
H. Compacting: Each layer of earth fill shall be compacted by approved tamping or
sheepsfoot rollers, pneumatic tire rollers, or other mechanical means acceptable to the
Owner. Hand-directed compaction equipment shall be used in areas inaccessible to
vehicular compactors.
I. Grading: Embankments shall be constructed in proper sequence and at proper
densities for their respective functions. All embankment serves in one capacity
or another as subgrade ( e.g., under topsoil, under concrete and asphalt pavement,
under structures, etc.). Accordingly, the upper layer of embankment shall be
graded to within plus or minus 0.10 foot of proper subgrade elevation prior to
depositing topsoil, and prior to the construction of pavements, slabs, etc.
3.05 DENSITY CONTROL
A. Earth Embankment in General: Earth embankment shall be compacted in lifts at a
minimum of ninety percent (90%) of Standard Density ASTM D698 with plus four
percent ( 4%) or minus two percent (2%) percentage points of optimum moisture
content.
B. Earth Embankment Under Structures and Pavement: The top six (6") inches of natural
earth comprising the subgrade for structural slabs or for areas of pavement shall be
ninety five percent (95%) to ninety eight percent (98%) of Standard Density ASTM
EARTHWORK
02300
-5 -
D698 with the moisture content at minus two percent (2%) to plus four percent (4%) of
optimum moisture content.
3.06 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all
embankments that are to function ~s sub grade for structures, areas of pavement, or for select
embankment. After completion of the embankment, the Contractor shall prevent excessive loss
of moisture in the embankment by sprinkling as required. Loss of moisture in excess of two
percent (2%) below optimum in the top twelve inches (12") of the fill will require that the top
twelve inches (12") of the embankment be scarified, wetted, and recompacted prior to
placement of the structure, select fill or pavement. If desired, the Contractor may place an
asphalt membrane of emulsified or cutback asphalt over the completed embankment and thus
eliminate the sprinkling requirement.
3.08 TOPSOIL REPLACEMENT: Topsoil shall be carefully placed to avoid any displacement or
damage to the sub grade. If any of the sub grade is rutted, damaged or displaced it shall be
restored prior to placing topsoil. Topsoil shall be replaced as specified herein per Item 3.02.
END OF SECTION
EARTHWORK
02300
-6 -
SECTION 02870 -SITE FURNISHINGS
PART I -GENERAL
1.01 DESCRIPTION
Furnish and supply all labor, equipment, materials and incidentals necessary to assemble,
install and otherwise construct park equipment as listed under products.
1.02 RELATED WORK
A. Section 03300 -Cast-in-Place Concrete.
B. Section 07920 -Caulking and Sealants
1.03 QUALITY ASSURANCE
A. All equipment shall be free of sharp edges and comers, or extremely rough
surfaces.
C. All materials shall be new and conform to all standards per specified product or
aproved equal (see Division I-Section 01640 / Substitutions And Product
Options
D. The bidder shall be responsible for defects in equipment due to faulty materials or
manufacturing, damage or loss.
E. Metal shall be straight or at design radii or bends, without kinks, and shall be true
to shape.
E. Codes and Standards: All "accessible" site furnishings shall comply with the
current Texas Accessibility Standards (TAS) of the Architectural Barriers Act,
Article 9102, Texas Civil Statutes (512) 453-3211.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Protect from inclement weather: wet, damp, extreme heat or cold.
B. Store in a manner to prevent warpage and/or bowing.
1.05 JOB CONDITIONS
The contractor shall be responsible for protection of unfinished work and shall be
· responsible for the safety of park users utilizing unfinished equipment.
SITE FURNISHINGS
02870
-I -
PART 2 -PRODUCTS
2.01 Equipment as specified on plans or approved eaqual.
PART 3 -EXECUTION
3.01 INSTALLATION
A. Fasteners: All nuts and bolts shall be upset and tack welded to prevent
disassembly.
B. Manufacturer's Installation Instructions: The Contractor shall follow the
manufacturer's installation instructions and give the Landscape Architect the
instructions for filing, unless otherwise stated. Set benches and picnic tables
level.
END OF SECTION
SITE FURNISHINGS
02870
- 2 -
SECTION 02930 -SEEDING
PART 1 -GENERAL
1.01 DESCRIPTION
A. Work Included: Seeding of grass seed or wildflower seed, as specified on the plans.
B. Related Work Specified Elsewhere: Section 02300, Earthwork.
1.02 REFERENCE STANDARDS
A. Standardized Plant Names
1. For exotic plant materials: American Joint Committee of Horticultural
Nomenclature, Second Edition, 1942.
2. For native materials
a. Manual of the Vascular Plants of Texas by Correll and Johnston
b. Check List of Vascular Plants of Texas by Hatch
c. Flora of North Central Texas by Shinners and Moller
B. Texas Highway Department: Standard Specifications for Construction, Item 164,
"Seeding for Erosion Control" and Item 180, "Wildflower Seeding".
1.03 SUBMITT ALS
A. Seed
1.
2.
3.
4.
5.
Vendors' certification that seeds meet Texas State seed law including:
a. Testing and labeling for pure live seed (PLS)
b. Name and type of seed
If using native grass or wildflower seed, seed must have been harvested within one
hundred (100) miles of the construction site.
All seed shall be tested in a laboratory with certified results presented to the City, in
writing, prior to planting.
All seed to be of the previous season's crop and the date on the container shall be
within twelve months of the seeding date.
Each species of seed shaU be supplied in a separate, labeled container for acceptance
by the City.
B. Fertilizer
1. Unopened bags labeled with the analysis
2. Conform to Texas fertilizer law
1.04 JOB CONDITIONS
A. Planting Season: The season varies according to species (see Part 2 -Products). Do not
seed when soil is excessively wet or dry or when wind exceeds ten (10) miles per hour.
B. Schedule After All Other Construction and planting is complete.
SECTION 02930 • SEEDING
• I •
C. Protect and Maintain Seeded Areas
1. From erosion
2 . From traffic and all other use
3. Until seeding is complete and accepted
1.05 QUALITY CONTROL
The contractor who plants the seeds, whether the general contractor or a subcontractor, is
responsible for daily supervision of his crew, and for the planting and maintaining of seedlings
until acceptable, viable growth is achieved and the project accepted by the City.
PART 2 -PRODUCTS
2.01 MATERIALS
A. Seed
All seed shall be planted at rates based on pure live seed (PLS = purity x germination) per
acre.
Substitution of individual seed types due to lack of availability shall be made only by the
City at the time of planting. The Contractor shall notify the City, prior to bidding, of
difficulties locating certain species. Only those areas indicated on the plans and areas
disturbed by construction shall be seeded. Prior to seeding, each area shall be marked in
the field and approved by the City. Any adjustment of area location by the City shall be
considered incidental and shall not entitle the Contractor to additional compensation.
Weed seed shall not exceed ten percent (10%) by weight of the total of pure live seed
(PLS) and other material in the mixture. Johnsongrass and nutgrass seed shall not be
allowed.
The seed shall be clean, dry and harvested within one year of planting.
1. Non-native grass seed shall consist of:
If planted between April 15 and September 10:
Lbs.I Acre
25
75
Common Name Scientific Name
Bermuda (unhulled) Cynodon dactylon
Bermuda (hulled) Cynodon dactylon
85%
95%
Substitute the following if planted between September 10 and April 15:
220
40
Rye Grass Lolium multiflorum 82%
Bermuda (unhulled) Cynodon dactylon 84%
SECTION 02930 -SEEDING
-2-
Germination
90%
90%
80%
85%
2
3
Native grass seed -The seed shall be planted between February 1 and October 1
and shall consist of:
Lbs. PLS/ Acre
1.6
5.5
3.7
17.0
1.8
0.5
6.0
8.0
1.2
1.8
10.0
Common Name
Green Sprangletop
Sideoats Grama*
Little Bluestem*
Buffalograss
Indian Grass*
Sand Lovegrass*
Big Bluestem
Eastern Grama
Blue Grama
Switchgrass
Prairie Wildrye*
Botanical Name
Leptochloa dubia
Bouteloua curtipendula
Schizachyrium scoparium
Buchloe dactyloides
Sorghastrum nutans
Eragrostis trichodes
Andropogon gerardii
Tripscacum dactyloides
Bouteloua gracilis
Panicum virgatum
Elymus ccinadensis
*These grasses are not to be planted within ten feet of a road or parking lot or
within three (3) feet of a walkway.
Wildflower seed -All wildflower seeds are to be hand broadcast, (see 3.02,A).
The seed shall be planted between March 5 and May 31 or between September 1
and December 1 and shall consist of:
Lbs. PLS/ Acre Common Name Botanical Name
3.0 Bush Sunflower Sinsia calva
5.0 Butterfly Weed Asclepias tuberosa
2.0 Clasping Coneflower* Rudbeckia amplexicaulis
3.0 Golden -Wave Coreopsis basalis
13.4 Illinois Bundleflower Desmanthus illinoensis
13.6 Partridge Pea Cassia fasciculata
2.0 Prairie Verbena Verbena bipinnatifida
8.0 Texas Yellow Star Lindheimeri texana
8.0 Winecup Callirhoe involcrata
2.0 Black-eyed Susan Rudbeckia hirta
18.0 Cutleaf Daisy Engelmannia pinnatifida
2.0 Obedient Plant Physostegia intermedia
3.0 Pitcher Sage Salvia azurea
2.0 Plains Coreopsis Coreopsis tinctoria
8.0 Scarlet Sage Salvia coccinea
*These wildflowers are not to be planted within ten feet of a road or parking lot or
within three feet of a walkway.
4. Temporary erosion control seed
When specified on the plans, temporary control measures shall be performed.
These measures shall consist of the sowing of cool season plant seeds and the
work and materials as required in this section.
SECTION 02930 -SEEDING
- 3 -
B. Mulch
1. Mulch should be designed for use with conventional mechanical or hydraulic
planting of seed, either alone or with fertilizer.
2. Mulch should be wood cellulose fiber produced from virgin wood or recycled
paper-by-products (waste products from paper mills or recycled newspaper).
3. Mulch should contain no growth or germination inhibiting factors.
4. Mulch should contain no more than ten percent (10%) moisture, air dry weight
basis.
5. Additives shall include a binder in powder form.
6. Material shall form a strong moisture retaining mat.
C. Fertilizer
1. All fertilizer shall be delivered in bags or containers clearly labeled showing the
analysis .
2. All fertilizer shall be in acceptable condition for distribution and shall be applied
uniformly over the planted area.
3. Analysis of 16-20-0, 16-8 -8, or as designated on the plans. Fertilizer rate:
a. No fertilizer is required for wildflower seeding.
b. Where applying fertilizer on newly established seeding areas -100 pounds
of Nitrogen per acre.
c. Where applying fertilizer on established seeding areas -150 pounds of
Nitrogen per acre .
D. Water: Shall be furnished by the Contractor, at no cost to the Owner, by means of
temporary metering I irrigation, water truck or by any other method necessary to achieve
viable, acceptable stand of turf as noted in 3 .04 .B.2. of this specification. The water
source shall be clean and free of industrial wastes or other substances harmful to the
germination of the seed or to the growth of the vegetation. The amount of water will vary
according to the weather variables. Generally, an amount of water that is equal to the
average amount of rainfall plus one half inch (1/2") per week should be applied for
approximately three weeks or until project is accepted by the City.
E. Erosion Control Measures
1. For seeding application in areas up to 3: 1 slope , use cellulose , fiber or recycled
paper mulch , (see 2 .01 , B. Mulch and 3.03).
2. For seeding application in areas 3 :1 slope or greater, use the following soil
retention blanket (Follow the manufacturer's directions):
2.02 MIXING
"Curlex I" from American Excelsior, 900 Ave. H East , Post Office Box 5624 ,
Arlington, Texas 76001, 1-800-777-SOIL.
Seed, mulch, fertilizer and water may be mixed provided that:
1. Mixture is uniformly suspended to form a homogenous slurry.
2. Mixture forms a blotter-like ground cover impregnated uniformly with grass seed.
3. Mixture is applied within thirty (30) minutes after placed in the equipment.
SECTION 02930 -SEEDING
-4-
PART 3 -EXECUTION
3.01 SEEDED PREPARATION
A. Clear Surface of All Materials, Such As:
1. Stumps, stones, and other objects larger than one inch.
2. Roots, brush, wire, stakes, etc.
3. Any objects that may interfere with seeding or maintenance.
B. Tilling
1. In all compacted areas till one inch (l ") deep.
2. If area is sloped greater than 3: 1, run a tractor parallel to slope to provide less
seed/water run-off.
3. In areas near trees: Do not till deeper than one half (1/2") inch inside "drip line"
of trees.
C. Watering: Soil should be watered to a minimum depth of four inches within forty eight
( 48) hours of seeding.
3.02 SEEDING
A. If Sowing Seed By Hand
1. Broadcast seed in two directions at right angles to each other.
2. Harrow or rake lightly to cover seed.
3. Never cover seed with more soil than twice its diameter.
4. For wildflower plantings, scalp existing grasses to one (l ") inch, remove grass
clippings, so seed can make contact with the soil.
B. Mechanically Seeding (Drilling):
If mechanically seeding ( drilling) the seed or seed mixture, the quantity specified shall be
uniformly distributed over the areas shown on the plans or where directed. All varieties
of seed, as well as fertilizer, may be distributed at the same time provided that each
component is uniformly applied at the specified rate. Seed shall be drilled at a depth of
from one quarter inch to three eighth inch (l/4"-3/8") utilizing a pasture or rangeland type
drill. All drilling is to be on the contour. After planting, the area shall be rolled with a
roller integral to the seed drill, or a corrugated roller of the "Cul ti packer" type. All rolling
of slope areas shall be on the contour.
3.03 MULCHING
A. Apply uniformly after completion of seeding in areas up to 3: 1 slope. Mulch may be
applied concurrently with fertilizer and seed, if desired.
B. Apply at the following rates unless otherwise shown on plans:
1. Sandy soils, flat surfaces -minimum 1,500 lbs./acre.
2. Sandy soils, sloping surfaces -minimum 1,800 lbs./acre.
3. Clay soils, flat surfaces -minimum 2,500 lbs./acre.
4. Clay soils, sloping surfaces -minimum 3,000 lbs./acre.
SECTION 02930 -SEEDING
-5 -
5. "Flat" and "sloping" surfaces will be shown on the plans if not visually obvious .
C. Apply within thirty (30) minutes after placement in equipment. Keep mulch moist, by
daily water application, if necessary:
I. For approximately twenty-one (21) days, or
2. Until seeds have germinated and have rooted in soil, (see 3.04.B.2.) and project
has been accepted by the City.
3.04 MAINTENANCE AND ACCEPTANCE
A. Includes protection, replanting, maintaining grades and immediate repair of erosion
damage until the project receives final acceptance. Refer to Part 2 -2.01 -D. for
watering requirements to be executed by the contractor.
B. All areas requiring revegetation shall have 100% established stand coverage prior to City
acceptance.
C . Replanting
I. Replant areas where a stand of grass or wildflowers are not present in a reasonable
length of time , as determined by the City.
2 . A "stand" shall be defined as:
a. Bermuda/Rye grasses: Full coverage per square foot established within
two to three (2-3) weeks of seeding date on a smooth bed free of foreign
material and rocks or clods larger than one inch diameter.
b. Native grass and wildflowers: eighty percent (80%) coverage of growing
plants within seeded area within twenty-one days of seeding date on a
smooth bed free of foreign material and rocks or clods larger than one inch
diameter.
END OF SECTION
SECTION 02930 -SEEDING
-6-
INATIVE AMERICAN SEED -RECOMMENDATION
NATIVE GRASS SEED
Lbs. PLS/Acre Common Name
6 Big Bluestem
1.2 Blue Grama
17 Buffalograss
8 Eastern Gama
1.6 Green Sprangletop
1.8 lndiangrass*
3 .7 Little Bluestem*
10 Prairie Wildrye*
0.5 Sand Lovegrass
5.5 Sideoats Grama*
1.8 Switch grass
Botanical Name
Andropogon gerardii
Bouteloua gracilis
Buchloe dactyloides
Tripsacum dactyloides
Leptochloa dubia
Sorghastrum nutans
Schizachyrium scoparium
Elymus canadensis
Eragrostis trichodes
Bouteloua curtipendula
Panicum virgatum
* These grasses are not to be planted within ten feet of a road or parking lot or within three (3) feet of a walkway.
WILDFLOWER SEED
Lbs. PLS/Acre Common Name Botanical Name
3 Bush Sunflower Sinsia calva
5 Butterfly Weed Asclepias tuberosa
2 Clasping Coneflower* Rudbeckia amplexicaulis
1 Foxglove* Penstemon cobaea
3 Golden-Wave Coreopsis basalis
13.4 Illinois Bundleflower Desmanthus illinoensis
13.6 Partridge Pea Cassia fasciculata
2 Prairie Verbena Verbena bipinnatifida
8 Texas Yellow Star Lindheimeri texana
3 Winecup Callirhoe involucrata
2 Black-eyed Susan Rudbeckia hirta
18 Cutleaf Daisy Engelmannia pinnatifida
4 Maximillian Sunflower* Helianthus maximiliani
2 Obedient Plant Physostegia intermedia
1 Pink Evening Primrose Oenothera speciosa
3 Pitcher Sage Salvia azurea
2 Plains Coreopsis Coreopsis tinctoria
8 Scarlet Sage Salvia coccinea
* These wildflowers are not to be planted within ten feet of a road or parking lot or within three feet of a wlkway.
COST FOR PROPOSED MIXES FROM NATIVE AMERICAN SEED
MIX PRICE/PLS PRICE/ACRE 18.16 ACRES
Buffer Area Mix
grasses/wildflowers $54.23 $614.66 $11 ,162.23
Wetland FrinQe Mix N/A $1,397.35 $25,375.88
NATIVE AMERICAN SEED -RECOMMENDED MIX FOR RIVERSIDE OXBOW
BUFFER AREA AROUND SOCCER FIELD -SUGGESSTED MIX (grass/flowers;per 18 acres}
Lbs. PLS/Acre Lbs./Mix % of Mix Common Name Botanical Name
6 16.4 7.94 Big Bluestem Andropogon gerardii
1.2 3 1.47 Blue Grama Bouteloua gracilis
17 46.9 22.65 Buffalograss Buchloe dactyloides
8 22 10.59 Eastern Gama Tripsacum dactyloides
1.6 4.3 2.06 Green Sprangletop Leptochloa dubia
1.8 4.9 2 .35 lndiangrass* Sorghastrum nutans
3.7 10.4 5 Little Bluestem* Schizachyrium scoparium
10 27.4 13.24 Prairie Wildrye* Elymus canadensis
0.5 1.2 0.59 Sand Lovegrass Eragrostis trichodes
5.5 15.2 7.35 Sideoats Grama* Bouteloua curtipendula
1.8 . 4.9 2.35 Switchgrass Panicum virgatum
3 1 1.47 Bush Sunflower Sinsia calva
5 4.9 2.35 Butterfly Weed Asclepias tuberosa
2 1.8 0.88 Clasping Coneflower* Rudbeckia amplexicaulis
1 1.2 0.59 Foxglove* Penstemon cobaea
3 3 1.47 Golden-Wave Coreopsis basalis
13.4 12 5.88 Illinois Bundleflower Desmanthus illinoensis
13.6 12 5.88 Partridge Pea Cassia fasciculata
2 1.8 0.88 Prairie Verbena Verbena bipinnatifida
8 7.3 3.53 Texas Yellow Star Lindheimeri texana
3 3 1.47 Winecup Callirhoe involucrata
204.6
*It is recommeded that their maintain a 20-25' "no fertilize" zone around the proposed fields (where this mix of native grasses and flow•
can be applied).
*204.6 Lbs. Of mix for approximately 18 acres -All grasses and flowers are deep rooting to soak-up fertilizers.
WETLAND FRINGE -SUGGESTED MIX OF WILD FLOWERS
Lbs. PLS/Acre Lbs./Mix % of Mix Common Name Botanical Name
2 0.8 3.45 Black-eyed Susan Rudbeckia hirta
3 1.2 5.17 Clasping Coneflower Rudbeckia amplexicaulis
18 7 .2 31 .03 Cutleaf Daisy Engelmannia pinnatifida
15 6 25 .86 Illinois Bundleflower Desmanthus illinoensis
4 1.6 6 .9 Maximilian Sunflower Helianthus maximiliani
2 0.8 3.45 Obedient Plant Physostegia intermedia
1 0.4 1.72 Pink Evening Primrose Oenothera speciosa
3 1.2 5.17 Pitcher Sage Salvia azurea
2 0.8 3.45 Plains Coreopsis Coreopsis tinctoria
8 3.2 13.79 Scarlet Sage Salvia coccinea
23.2
*Suggested Mix for areas surrounding wetlands on a per acre bas is (23.2 Lbs . Of mix/acre)
SECTION 03300 -CAST-IN-PLACE CONCRETE
PART I -GENERAL
1.01 SCOPE OF WORK
A. Concrete Sidewalk
B. Concrete Handicap Ramps
C. Picnic Table Slabs
D. Playground Edging
E. Concrete Walls and Footings
1.02 QUALITY ASSURANCE
Reference Specifications: The work under this division of the Specifications shall
· conform generally to the requirements of Item 314 -"Concrete Pavement", Item 406 -
"Concrete for Structures", and Item 410-"Concrete Structures" of the City of Fort
Worth's Standard Specifications for Street and Storm Drain Construction.
PART 2-MATERIALS
2.01 FORMS
Forms shall be of ample strength, adequately braced, joined neatly and tightly and set
exactly to established line and grade.
2.02 REINFORCING MATERIALS
Reinforcing Bars: Reinforcing bars shall be round deformed bars meeting the
requirements of the current standard Specifications for Intermediate Grade Billet Steel
Concrete Reinforcing Bars of the A.S.T.M. Designation A-615 . Reinforcing bars at the
time the concrete is placed shall be free from rust, scale or other coatings that will destroy
or reduce the bond. General reinforcing bars shall be number three bars spaced 18 inches
on center in walks and 12 inches in slabs as shown on Plans.
2.03 CONCRETE MATERIALS
A. Cement: Portland cement shall meet the requirements of A.S.T.M. Specifications
Designation C-150 and shall be Type 1.
B. Aggregates: Concrete aggregates shall consist of gravel or crushed stone and
shall be free from any excess amount of salt, alkali, vegetative matter or other
objectionable materials . The aggregate shall be well graded from fine to course
and the maximum size shall be one inch . Fine aggregate shall consist of sand
C. Water: Water used in mixing concrete shall be clean and free from deleterious
· amounts of acids, alkalies, vegetative matter or organic material. The concrete
shall be mixed in an approved batch mixer. The mixing time shall not be less
than one minute after all the batch materials are in the mixer. Cement content
CAST-IN-PLACE CONCRETE
03300
- I -
shall be not less than five sacks per cubic yard of concrete and shall have a
minimum 28 day compressive strength of 3,000 psi.
D. Mixing: Transit mixed concrete shall meet all the requirements for concrete as
specified above. Sufficient transit mix equipment shall be assigned exclusively to
the project as required for continuous pours at regular intervals without stopping
or interrupting. Concrete shall not be placed on the job after a period of 1 1/2
hours after the cement has been placed in the mixer.
2.04 RELATED MATERIAL
A. Expansion Joint Filler: Expansion joint material shall be one inch clear heart
redwood with cap and paved cross section as shown on the plans
B. Dowels: Dowels for expansion joints shall be number four smooth round steel
bars with expansion tubes as shown on Plans. Dowels shall be placed eighteen
inches on center or as shown on Plans.
C. Curing Compound: The membranous curing compound shall comply with the
requirements of A .S.T.M., Designation C-309, Type 2, white pigmented.
D. PVC Sleeves: The Contractor shall furnish and install four inch class 200 PVC
pipe sleeves under concrete walk as shown on plans and details.
E. Caulking and Sealants -See Section 07920
2.05 CONCRETE MIX DESIGN AND CONTROL
A. Mix Design: The concrete shall contain not less than five sacks of cement per
cubic yard. Total water shall not exceed seven gallons per sack of cement. The
mix shall be uniform and workable . The amount of course aggregate (dry-loose
volume) shall not be more than 85 percent per cubic yard of concrete.
The net amount of water will be the amount added at the mixer plus the free water
in the aggregate or minus the amount of water needed to compensate for
absorption by the aggregates. Free water or absorption determinations will be
based on the condition of the aggregates at the time used. The absorption test will
be based on a thirty minute absorption period. No water allowance will be made
for evaporation after batching.
B. Slump: When gauged by the standard slump test, the settlement of the concrete
shall not be less than 3 inches nor more than 5 inches, unless otherwise indicated.
C. Quality: The concrete shall be designed for a minimum compressive strength of
3,000 pounds per square inch at the age of twenty-eight days using a 5 sack mix.
CAST-IN-PLACE CONCRETE
03300
-2-
D. Control-Submittal: Within a period of not less than ten days prior to the start of
concrete operations, the Contractor shall submit to the Engineer a design of the
concrete mix proposed to be used together with samples of all materials to be
incorporated into the mix and a full description of the source of supply of each
material component. The design of the concrete mix shall conform with the
provisions and limitation requirements of these specifications. All material
samples submitted to the Engineer shall be sufficiently large to permit laboratory
batching for the construction oftest beams to check the adequacy of the design.
When the design mix has been approved by the Engineer, there shall be no change
or deviation from the proportions thereof or sources of supply except as
hereinafter provided. No concrete may be placed on the job site until the mix
design has been approved by the Engineer in writing to the Contractor.
PART 3-EXECUTION
3.01 REINFORCING
Metal reinforcing shall be accurately placed in accordance with the Plans and shall be
adequately secured in position by concrete, metal, or plastic chairs and spacers. Bar
splices shall overlap at least twelve inches. The re-bars shall be bent cold.
3.02 JOINTS
A. Expansion Joints: Expansion joint materials shall be installed perpendicular to
the surface. The bottom edge of the material shall extend to or slightly below the
bottom edge of the slab and the top edge shall be held approximately 1/2 inch
below the surface of the slab. The edge ofjoints shall be tooled with an edging
tool having a 1/2 inch radius.
B. Contraction Joints: Contraction joints shall be 1/4 inch wide by 3/4 inch deep,
tooled joints placed on six foot centers, unless otherwise indicated. Contraction
joints will not be required to be sealed. Sawed joints may be allowed only if
specifically approved by the Engineer. Joints will be sawed as soon as sawing
can be performed without stripping aggregate from the concrete, generally within
twelve to twenty-four hours after placement, and they shall be completed before
uncontrolled cracking of the pavement takes place.
C. Construction Joints: Construction joints shall be installed in all concrete work at
the locations shown on the Plans. Construction joints formed at the close of each
day's work shall be located at any of the control joints designated on the Plans.
Joints may be constructed by use of wood or preformed metal bulkheads set true
to the section of the finished concrete and cleaned and oiled. Surplus concrete on
the subgrade shall be removed before resuming concreting operations.
3.03 PLACING CONCRETE
Placement of Concrete: The concrete shall be rapidly deposited on the subgrade
immediately after mixing is completed. Subgrade and forms shall be dampened prior to
placement of the concrete. The concrete shall be transported, placed and spread in such a
CAST-IN-PLACE CONCRETE
03300
- 3 -
manner as to prevent segregation of the aggregate or an excess amount of water and fine
materials to be brought to the surface. No concrete shall be placed when the air
temperature is less than forty degrees Fahrenheit nor when the temperature of the
concrete is eighty-five degrees Fahrenheit or higher, without approval of Construction
Inspector.
Placement shall be carried on at such a rate that the concrete is at all times plastic and
flows readily into the space between the bars. No concrete that has partially hardened or
that has been contaminated by foreign material shall be deposited in the work nor shall
retempered concrete be used. Each section of pavement between expansion and
construction joints shall be placed monolithically.
All concrete shall be thoroughly compacted by suitable means during the operation of
placing and shall be thoroughly worked around reinforcement and embedded fixtures and
into the comers of the forms. Special care shall be taken to prevent voids and
honeycombing. The concrete shall then be struck off and bull-floated to the grade shown
on the Plans before bleed water has an opportunity to collect on the surface.
3.04 FINISHING
All concrete shall be finished by experienced, qualified concrete finishers. All concrete
shall have a neat, rounded edge. Edging and jointing (radius described on Plans) shall be
accomplished with care so as not to leave deep impressions in the concrete surface
adjacent to edges and joints. After the concrete has been floated and has set sufficiently
to support the weight of cement finishers, a smooth steel trowel will be used to produce
hard surface. The entire surface will then be brushed with a stiff bristle broom to produce
a uniform textured finish. All edges and sides of concrete exposed to view shall be free
of warp and blemishes with a uniform texture and smoothness as described in Plans.
3.05 CURING
Curing Compound: Immediately after the finishing operations, the concrete shall be
completely covered with a curing compound. The concrete surface shall be kept moist
between finishing operations and the application of the curing compound. The curing
compound shall be applied under pressure by means of a spray nozzle at a rate not to
exceed 200 square feet per gallon. A minimum of 72 hours curing time will be required.
3.06 CONCRETE WALLS
A. Placing Concrete
I. Where tremies are used, or where the free drop is 5'-0" or more, and
through reinforcement, use a dumping box or board, moving the concrete
therefrom by shovels or hoes.
2. Deposit concrete so that the surface is kept level throughout, a minimum
being permitted to flow from one position to another, and place as rapidly
as practicable after mixing.
3. Do not use in this Work any concrete not placed within 30 minutes after
leaving the mixer.
CAST-IN-PLACE CONCRETE
03300
. 4.
4. Thoroughly work concrete around reinforcement and embedded fixtures,
and into corners of forms, during placing operations.
5. Completely compact with tamping poles and by tapping forms until the
concrete is thoroughly compact and without voids. Determine the number
of tampers needed by the amount and method of placing concrete.
6. Exercise care to tamp concrete vigorously and thoroughly to obtain
maximum density.
7. Use manual tampers as well as mechanical vibrators.
a. Exercise care to direct the quick handling of vibrators from one
position to another.
b. Do not over-vibrate concrete.
c. Do not move concrete by use of vibrator.
B. Finishing
1. All formed surfaces exposed to view shall have a smooth form finish.
2. After concrete has been properly placed and cured, sandblast finish if
indicated on the plans and per specification Section 03350.
3.07 PROTECTION
After concrete is placed, finished and cured as required, permit no traffic thereon for
three days thereafter and further protect the surface from damage due to other causes.
END OF SECTION
CAST-IN-PLACE CONCRETE
03300
-5 -
[.
_-
TO : CITY OF FORT WORTH
. -,
CERTIFICATE OF INSURANCE
NAME OF PROJECT : Park Improvements at C.P. Hadley Reserve Park
PROJECT NUMBER : C200-541600-806470114480
IS TO CERTIFY THAT : Raydon, Inc.
Date~
is , at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for
the type of insurance and accordance with provisions of the standard policies used by this Company, and further
hereinafter described . Exceptions to standard policy noted on reverse side hereof.
TYPE OF INSURANCE
Policy Effective Expires Limits of Liability
Worker's Compensation
Comprehensive General Bodily Injury :
Liability Insurance (Public Ea . Occurrence: $
Liability) Property Damage :
Ea. Occurrence: $
Blasting Ea. Occurrence: $
Collapse of Building or
structures adjacent to Ea . Occurrence: $ ---
excavations
Damage to Underground
Utilities Ea . Occurrence: $
Builder's Risk
Comprehensive Bodily Injury:
Automobile Liability Ea . Person : $
Ea. Occurrence: $
Property Damage :
Ea. Occurrence: $
Bodily Injury:
Contractual Liability Ea. Occurrence: $
Property Damage:
Ea . Occurrence: $
Other
Locations covered:-----------------------------------
Description of operations covered:-----------------------------
The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or
canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or
cancellation .
Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be
assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement
thereto attached .
The City, its officers , employees and servants shall be endorsed as an additional insured on Contractor 's insurance policies
excepting employer 's liability insurance coverage under Contractor's worker's compensation insurance policy.
Agency Insurance Co .: ------------
~F~ort~W_o~rt~h~A=g=en=t'-------------By __________________ _
Address ________________ _ Title ------------------
CONTRACTOR COMPLIANCE WITH
WORKERS ' COMPENSATION LAW
Pursuant to V .T .C .A Labor Code Section 406.096 (2000), as amended, Contractor certifies that it provides
workers ' compensation insurance coverage for all its employees employed on city of Fort Worth Department of
Engineering No . 6300 and City ofFort Worth Project Number C200-541600-806470114480
~ Title
STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, on this day personally appeared 7Jtrrdl '5/.,o~-t"J ,
known to me be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he
executed the same as the act and deed of Raydon, Inc/ the purpose and consideration therein expressed and in the
capacity therein stated.
GIVEN UNDER MY HAND AND
0
SEAL OF OFFIC~ C\10 .
RICK RILEY NotaryPtic in and for
the State of Texas
PERFORMANCE BOND
THE STATE OF TEXAS §
KNOW ALL BY THESE PRESENTS :
COUNTY OF TARRANT §
That we (I) Raydon, Inc/ as P,incipal r!.£a. ~.~1. ~/Cis,1.1111t (To • ' a co,porntio,
organized under the laws of the State of (3) rJ /, ()0 / ,5 , and who is authorized to
issue surety bonds in the State of Texas, Surety h~rein , are held and firmly bound unto the City of Fort Worth, a
municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of:
Two Hundred Seventy-Two Thousand Seven Hundred Forty-two and 90/100 .............................. .
Dollars ($272,742.90) for the payment of which sum we bind ourselves, our heirs, executors, administrators ,
successors and assigns, jointly and severally, firmly by these present.
WHEREAS, Principal has entered into a certain written contract with the Obligee dated the Sthof June,
2010 a copy of which is hereto attached and made a part hereof for all purposes , for the construction of:
Park Improvements at C.P. Hadley Reserve Park
NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform
the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold
harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and
reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then
this obligation shall be void; otherwise, to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government
Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such
statute, to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have
executed this instrument.
SIGNED AND SEALED this 8th day of June, 2010.
AT~w
(Principal) Secretary ~±
(SEAL)
L/kut
Title : /)1:e&L~~
I
PO Box 671
Breckenridge, TX 76424
Witness as to Principal
ATTEST:
Secretary
NOTE :
~n-1-i°nUJW fY.Jnu.a..!111 Ct;·
Surety
::~°ttut
(Attorney-in-fact)
Address: ~~-fe-~ F/!4~r
elephone Number:,~.r:-bt:/-S: 0 d--a-,a-
(I) Correct name of Principal (Contractor).
(2) Correct name of Surety .
(3) State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall
be attached to Bond by the Attorney-in-Fact.
The date of the bond shall not be prior to date of Contract.
,.
THE ST A TE OF TEXAS
COUNTY OFT ARRANT
§
§
§
PAYMENT BOND
KNOW ALL BY THESE PRESENTS:
That we (1) Raydon, Inc.as Principal herein , and (2)e0f1fi11et1/Af e/lSt.J..4/'!(j /;I). a
corporation organized and ex isting under the laws of the State of (3) ;J:L , as surety, are heland fumly
bound unto the City of Fort Worth, a mun icipal corporation located in Tarrant and Denton Counties, Texas, Obligee
herein , in the amount of Two Hundred Seventy-Two Thousand Seven Hundred Forty-two and
90/100 ............................... Dollars ($272,742.90) for the payment whereof, the said Principal and Surety bind
themselves and their heirs , executors , administrators, successors and assigns , jointly and severally, firmly by these
presents:
WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 8th day of
June A .O. , 2010, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if
copied at length, for the followin g proj ect:
Park Improvements at C.P. Hadley Reserve Park
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH , that if the said Principal
shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as
amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be
void ; otherwise , to remain in full force and effect.
PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government
Code , as amended , and all liabilities on this bond shall be determined in accordance with the provisions of said
statute, to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the duly authorized repre sentatives of the Princ ipal and the Surety have
executed this instrument.
SIGNED AND SEALED this 8th day of June , 2010.
Name~~~e,
'
(SEAL) M L ,,
Title : ,PYR£l!Je&t:
PO Box 671
Breckenridge. TX 76424
Witness as to Principal
ATTEST:
Secretary
NOTE:
I. Correct name of Principal (Contractor).
2 . Correct name of Surety .
3. State of incorporation of Surety.
C/Jo f i11 en-k.l &,. s u.a. Ll'f ftJJ.
SURE.,)\Y
By: ucan1.LJ Rae.se
Name:~µ !2fut.
~rneyinFact
Address: .3fJ06 6.!J. T/itY!Jl.w41
/Jb'fen~ 1 J1? ,qi; I~ -
Telephone Number: -3dt£, /} //S. () .;J.'J,.:J.-
Telephone number of surety must be stated . In addition, an original copy of Power of Attorney
shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
MAINTENANCE BOND
THE ST A TE OF TEXAS §
COUNTY OF TARRANT §
KNOW ALL MEN BY THESE PRESENTS:r!._.p.nfint,,1./-ll./
. That Raydon, Inc, as principal, and J.;/1~"-A /~ (!./,. , a corporation organized under the laws of
the State of r:L . , do hereby acknowledge themselves t~e held and bound to pay unto the City of Fort Worth ,
a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant
County, Texas the sum of Two Hundred Seventy-Two Thousand Seven Hundred Forty-two and
90/100 ............................... Dollars ($272,742.90) lawful money of the United States, for payment of which sum well
and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves , their
heirs , executors , administrators , assigns and successors , jointly and severally.
This obligation is conditioned , however; that,
WHEREAS , said Contractor has entered into a written Contract with the City of Fort Worth, dated the
8thday of June 2009 copy of which is hereto attached and made a part hereof, the performance of the following
described public improvements :
Park Improvements at C.P. Hadley Reserve Park
the same being referred to herein and in said contract as the Work and being designated as project C200-541600-
806470114480and said contract, including all of the specifications, conditions, addenda, change orders and written
instruments referred to therein as Contract Documents being incorporated herein and made a part hereof, and ,
WHEREAS , in said Contract, Contractor binds itself to use such materials and to so construct the work that
it will remain in good repair and condition for and during a period of after the date of Two (2) Years after the date
of the final acceptance of the work by the City; and
WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for said term of
Two (2) Years ; and ,
WHEREAS , said Contractor binds itself to repair or reconstruct the work in whole or in part at any time
within said period , if in the opinion of the Director of the Water Department of the City of Fort Worth , it be
necessary ; and ,
WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or
reconstruct said work as herein provided .
NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain , repair or
reconstruct said work in accordance with all the terms and conditions of said Contract, these_presents shall be null
and void , and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and the City
shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract.
This obligation shall be continuing one and successive recoveries may be had hereon for successive
breaches until the full amount hereof is exhausted .
IN WITNESS WHEREOF, this instrument is executed in 2._counterparts , each one of which shall be
deemed an original , this 8th day of June, A.O . 2010.
ATTEST :
ATTEST:
(SEAL)
Secretary
C/Jo £ne a-hU t!tU tULI -flt & .
Surety
<3~~660. T/6Mda.aJ4tt
lib: /en~ . 7Xc 14 6 CJ -;;-
Address '
..
f POWER OF ATIORNEY APPOINTING INDIVIDUAL AlTORNEV-IN-FACT
Know AD Men By Tht!M! 'Presents, 'That Continental Casualty Compllhy, an Illinois in suranc e company, N!ltional Fire Insurance Company of
Hilrtfo rd, an Illinois insurance company, and American Casualty Company of Reading , Pennsylvania, a Pennsylvania insurance c.ompany (herein called
"1..hc CNA Companies"), arc duly orgMized and existing insurance companies havini; their principal offices in the City of Chicago, and State of Jllinois,
1111d thllt they do by virtue of the signatures and seals herein affixed hereby make, constitute and appo int
Connie Wright, Steve Senter, Tammy Christall, Teresa Netz, Miles Willis, Ruby Kemp, Phyllis Hollen~k, Donna
Reese, Peter Lauve, Michelle Robbins, Individually
of Abilene, TX, their true and lawful Anomey(s)-in-F114-1 with full power lllld authority hereby conkrred to sign, seal and execute for and on their behalf
bonds. undertakines and other obligatory instruments of similar nature
• ln Unlimited Amounts -
and to bind them thereby as fully and to lhc same ex.tent os if such instruments wCR signed by a duly authorii.ed officer of their insurance companies and
all the acts of said AttDmey, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions , printed on the reverse hereof, duly
adopted, as indicated , by the Boards of Directors of the insurance companies..
I• Witness Wliereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be
hereto aff'"ocod on this 24th day of August, 200CJ.
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading. Pennsylvania
· Senior Vice President
State or ll!inois, County of Cook . Sli :
On this 24th day of August, 2009, before me personally came Jacquelyne M. Belcastro to me known , who, being by me duly sworn, did depose and
:say ; tbilt she ~id~ in the City of Chicago, State of Illinois; that she is a Senior Vice President of Continental Casualty Company , an Illinois insurance
company, National Fin: Insurance CompWJy of Hartford, an Illinois insurance company, !Ind Americ1111 Casualty Company of Reading, Pennsylvania, a
Pennsylvania insurance company described in and which executed lhe above instrument; that she knows the seals of said inswancc companies; !hat the
SICllb affix.ed co the said in5trumc::nt arc &uch coiporate .seals ; that they were ·"° aff'txcd pursuant to authority given by the Doards of Directors of said
insurance companies and that she signed her nll!ne thereto pursuant to lilce authority, and aclcnowledges same to be the ect and deed of said insurance
companies.
My Commission Expires September 17, 2013
CERTIFICATE
I. Mary A, Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an [lfinois inSW11J1ce company, and American Casualty Company of Reading, Pennsylv1111ia, il PCQl15)'1vania insurance comp&ny do hereby
certify th:it the Power of Attorney herein above set forth is still in force, and funher certify !hilt the By-Law and Resolution of the Board of Directors of
the in~ui:imce companies print~ on the rcwsc:J-lercofis still In .~. In testimony whereof! have hereunto subscribed my name and affixed the seal of
the saJd rnsurance companies tlus _ I"~-day of_ ~""<-1Pld .
Fonn .P6853-5/2009
ContinenlaJ Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of ~ing, Perutsylvania
. ,.
Authorizing By-Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF C..'ONTINENrAL CASUALTY COMPANY :
This Power of Attorney i3 miulc mxl c:xc:cutcd punuanl to and by aulhaity of the followin& By-L;iw d11ly adopted by the Board of Dire= of the
Company .
.. Article IX--Executloa or Documents
Section 3. Appoiotmcnl of Attomc:y-in-fiu:t. The Chaimlllll of the Board of Directors, the President or any Executive, Senior or Group Vice
President may, from lime to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the ~lion of policies of
iusu11U1Ce, boods, undertakings and other obligzitory instrwnents of like nature. Such auomc:y3•in-fact, subject to the limitations !!Ct forth in their
R:spcctive cenific:aes of aulbority, shall have full power to biod the Company by their 5ignature am! ~cuuon of any such inslnlmcnts and lo attach lhe
seal cif the Cooipany lhererto. The Cllai.rman of the Board of Diroc:tors, the ~ident or any Executive,. Senior or Group Vice President or the Board of
Dinlcturs, m.iy, at any time, rcvolct cill power 11nd ®lhority proviousf given to any llttomG)'·in-fact."
This Power of Attorney is signed and scaled by facsimile under and~ the authority of the following l.tsolution adopted by the BoardofDircctoB oflhe
Compmy Ill a meeting wly Cllllcd mid held on the if' day of February, 19'13.
"Rcsolved, lbllt the signature of lhe Presideat or any Executive, Senior or Grwp Vice President and the seal or the Company may be affixed by
facsimile on any power cif 11Uumc:y granted pursuant to Scaion 3 of Article IX of the: By-urw&, and the ~ignature or lhe Secretary or mi Ass~l
Secretary and the seal of lhe Company may be affixed by fa1;simile to any certificate of any such power 1111d any po-r or certifi~ bearing such
facsimile signature and seal s11811 be viii id 181d binding on the Company. Any such power so executed and scaled and certified by ccrtific:ate so executed
and ,caicd sball, wilh r,espect to any bond or undcrtalcing to wbicll it is attachf'.tl, oontinue to be valid and lindine on tile Company."
ADOPTED BY nm BOARD Of DIRECTORS OF AMERJCAN CASUAL TY COMPANY OF READING, P.ENNSYL VANIA :
This Po'lffl' of Attorney is made and executed pursuant lo and by authority of the following By-Law duly lldopted by the Board cir Directors of the
ColJlJ)ally .
"Article VJ-E1ecution of Documents
Section 3 Appointment or Aliomey·in-fact. The Chairman of the Board of Directors. die President oc 1111yExt:cutive or Senior Vice President ml}',
rrom time to time:, GppOint by written ocrtifo:atcs attorneys-in-fact &o act in behalf of the CQDlpany in the execution of policic1 of insurance, bonds,
undertllkinp 11(1(1 othcc obligatory instruments of like nature. Such 11ttomey9-in-f1ct, subject IX> the limilaliom sct forth in their respective certificates of
authority. shall have full power to bind 1he Company by their signature and execution of any such inslnllnents and to attach the seal of the Company
thereto. The President vr any Executive , Senior Vice President or rhe Board of Dirccton may at miy time revoke 111 power IIJld authority previously
given to ar,y attomey-in-fii<.1&."
This Power of Attorney is signed and sealed by facsimile widet-and ~ the authority of the following ~olution adopted by the Board ofDirc"°'3 ofthe
Company 11u mcetiag duly called and held OD the 17" day ofFcbnwy, 19113.
"Resolved, that tbc ,ignature of' the 'President Of' 11ny Executive, Senior or Group Vite President arul the seal of the Company may be affixed by
facsimile oo any power of attorney 1JJ11Dttd pW"SUlllt to Section 2 of Article vr or the By-Laws, and the 3ii08'un: of the Secf'etary or ao Assistant
Sem:tary and the seal of tbe Company may be: affixed by facsimile to any certificate of any such power and any po~ or certificate bearing such
facsimile sianimuc and seaJ shall be valid and binding on lhc: Complll)'. Any such power ,o executed and sealed and certified by certificate so executed
and sealed shall, with respect to any bond or undertaking lo which it is attached., continue to be valid and linding on the Cmipmiy ."
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD :
This Power of Attorney is made and c:xcaued pursuant to aod by authority of the fullowing By-Law duly adopted by lbe Board of Directors of the
Compeny.
"Article VII-E:11.ecution of Documeats
Section 3 . Appointment of AUomcy-in-Fact . The Cbainnan of the Board of Dim:ton, the President or any Ex:ecuti\lC or Senior Vice President
may, from~ to time, appoint by written ceitificalcs attorney~in--fact to act in behalf oflhe Company in the ex:cculion of policies of insuBnce, bonds,
undel1akinga and other obligatory instrwnmts of like nature. Such aaomeys-in-fact, subject to the limitaoons set forth in !heir rc:,pectivc certificates of
authcrity shall have full power to bind the Company by their sicnature and eilCClltion or any such instrumc:nts and to attach the ,cal of the Company
thereto. The Chairman oflhe Board of Directors, lbe President or any Executive, Senior Vice Prnident or the Board ofDirccton, may , art any time,
revoke all power and authority pl'e\iously given to any attomc:y-in-fact."
Thia Power of Attomcy Is signed end sealed by facsimile under and Ir lhc aulhority oftbc following lflolution adopted by the Board ofDirei:tors ofthe
Company .at a meeting chly called 111d held on the If' day of February, 19'f.3 •
.. RESOLVED: Thal the signature tt'the J'n:sident, an Exccuuve Vice Pn:,idimt or 111y 9:nlor or Group Vi~ President 111d the ~ta! ofthe Ins111W11:e
Company may be affixed by ~irnile on any power of attorney granted pursuent to the Resolution adopted by this Board of Direttors on Februivy 17,
I ~3 and the signature of a Secretary or an Asmtant Secretary md the seal of lhe Insurance Company may be afflXCd by facsimile lo 11111 certificate of
1111y suai po~. and any powcr or i;crtificale bearing such C.ClSimile signatw"e and xal llhall be vallid and bindina oa the lnsu11111cc COlllpany. Any such
power ilO cxcwtcd tnd scaled 1111d ~rtified by ocrtificalc so cxocutlld and .sc:aled., 11hall with respect to 11JJY bood or undctuking to whic:h it i, attached,
ront:nue to be ¥alid 1111d binding on the Insurance Ccmpany."
STATE OF TEXAS §
§
COUNTY OF TARRANT §
KNOWN ALL BY THESE PRESENTS:
This Contract is made and entered into this the 8th day of June,2010, by and between the
City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton, Parker, and
Wise Counties, Texas, hereinafter referred to as "Owner", by and through Charles W. Daniels,
its duly authorized Assistant City Manager, and Raydon, Inc., hereinafter referred to as
"Contractor", by and through its duly authorized representative.
WITNESSETH: That said parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to
be made and performed by the Owner, and under the conditions expressed in the bond bearing
even date herewith, the said Contractor hereby agrees with the said Owner to commence and
complete the construction of certain improvements described as follows:
Park Improvements at C.P. Hadley Reserve Park
2.
That the Contract Documents shall consist of the written, printed, typed and drawn
instruments which comprise and govern the performance of the work. Said Contract Documents
include the notice to bidders, instructions to bidders, proposal, plans, specifications, notice of
award, special provisions, general provisions, work order(s), this Contract, and the payment,
performance , and maintenance bonds . The Contract Documents shall also include any and all
supplemental agreements approved by the Owner which may be necessary to complete the work
in accordance with the intent of the plans and specifications in an acceptable manner, and shall
also include the additional instruments bound herewith.
3.
That the work herein contemplated shall consist of furnishing as an independent
contractor all labor, tools, appliances and materials necessary for the construction and
completion of said project in accordance with the Contract Documents prepared through the
Parks and Community Services Department of the City of Fort Worth, which the plans and
specifications of the Contract Documents are hereto attached and made a part of this Contract the
same as if written herein.
4.
The Contractor hereby agrees and binds itself to commence the construction of said work
within ten (10) days after being notified in writing to do so by the Department of Engineering of
the City of Fort Worth.
5. OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and
approval of the Department of Engineering of the City of Fort Worth and the City Council of the
City of Fort Worth within a period of 100 Working Days from the time commencing said work .
If the Contractor should fail to complete the work as set forth in the Plans, Specifications,
and Contract Documents within the time so stipulated , plus any additional time allowed as
provided in the General Conditions, there shall be deducted from any monies due or which may
thereafter become due him, a per day charge per Working Day as stipulated in these contract
documents , not as a penalty but as liquidated damages, the Contractor and his Surety shall be
liable to the Owner for such deficiency.
6.
Should the Contractor fail to begin the work herein provided for within the time herein
fixed or to carry on and complete the same according to the true meaning of the intent and terms
of said Plans, Specifications, and Contract Documents, then the Owner shall have the right to
either demand the Surety to take over the work and complete same in accordance with the Plans,
Specifications, and Contract Documents or to take charge of and complete the work in such a
manner as it may deem proper, and if in the completion thereof, the cost to the said City shall
exceed the Contract price or prices set forth in the said plans and specifications made a part
hereof, the Contractor and/or its Surety shall pay said City on demand in writing , setting forth
and specifying an itemized statement of the total cost thereof, said excess cost.
7.
Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the Owner, its officers , servants and employees, from and against any and all claims or
suits for property loss, property damage, personal injury, including death, arising out of, or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers, agents, employees, subcontractors, licensees or invitees, whether or not any such
iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence
of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to
indemnify and hold harmless the Owner from and against any and all injuries to Owner's
officers, servants and employees and any damage, loss or destruction to property of the Owner
arising from the performance of any of the terms and conditions of this Contract, whether or not
any such iniury or damage is caused in whole or in part by the negligence or alleged
negligence of Owner, its officers, servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor either (a)
submits to Owner satisfactory evidence that the claim has been settled and/or a release from the
claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance
carrier that the claim has been referred to the insurance carrier.
The Director may, if deemed appropriate, may refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding as a
result of work performed under a City Contract.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH , TX
8.
Owner agrees and binds itself to pay, and the said Contractor agrees to receive, for all of
the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the
Proposal submitted by the Contractor hereto attached and made a part hereof. Payment will be
made in monthly installments upon actual work completed by contractor and accepted by the
Owner and receipt of invoice from the Contractor. The agreed upon total Contract amount shall
be Two Hundred Seventy-Two Thousand Seven Hundred Forty-two and
90/100 ........................................................................................................ Dollars, ($272,742.90).
9.
It is further agreed that the performance of this Contract, either in whole or in part, shall
not be sublet or assigned to anyone else by Contractor without the written consent of the Owner.
10.
The Contractor agrees to pay at least the minimum wage per hour for all labor as the
same is classified , promulgated and set out by the City of Fort Worth, Texas , a copy of which is
attached hereto and made a part hereof the same as if it were copied verbatim herein.
11.
It is mutually agreed and understood that this Contract is made and entered into by the
parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth
and the laws of the State of Texas governing all matters affecting this Contract, and the
Contractor agrees to fully comply with all the provisions of the same .
IN WITNESS THEREOF, the parties hereto have made and executed this Contract in
multiple originals the day and year first above written, in Fort Worth, Tarrant County, Texas.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH , TX
RECOMMENDED :
APPROVED AS TO FORM AND
LEGALITY :
Amy J . Ramsey
Assistant City Attorney
aydon, Inc.
PO Box671
Breckenridge TX 76424
TITLE ~r >?!~~.-. ,
ATTEST:
AUTHORIZATION
M&C t-cl4J.'58
Approval Date: {Q J <J ) l t>
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX