Loading...
HomeMy WebLinkAboutContract 25698 ' ►`l`✓h N FO To �..�-`° �N i MF`j1, CITY SECRETARY D.O.E. FILE SPECIFICATIONS CITY SECRETARY CONTRACTOR'S BONDING C60NTRACT DOCUMENTS CONTRACT NO a5& FOR CONSTRUCTION'S COPY CITY OF FORT WORTH PARKS DEPARTMENT CLIENT DEPARTMENT SIDEWALK AND TRAILS REPLACEMENT AT EIGHT PARK SITES t PROJECT NAME PROJECT NUMBER D.O.E. NO. TRINITY PARK SHELTER C181/541200/080181050080 2867 TRINITY PARK C181/541200/080181050070 2868 CANDLERIDGE PARK C181/541200/080181050010 2869 FOSTER PARK NORTH C181/541200/080181050020 2870 FOSTER PARK SOUTH C181/541200/080181050030 2871 MEADOWWOOD PARK 0181/541200/080181050040 2872 OAKLAND LAKE PARK C181/541200/080181050050 2873 OVERTON PARK C181/541200/080181050060 2874 IN THE CITY OF FORT WORTH TEXAS KENNETH L. BARB BOB TERRELL MAYOR CITY MANAGER RICHARD ZAVALA, DIRECTOR PARKS AND COMMUNITY SERVICES PARKS AND COMMUNITY SERVICES DEPARTMENT PLANNING AND RESOURCE MANAGEMENT DIVISIOl�.�gE of TF' s0! o FUNDING OF PROJECT BY °r�" ' ' ILLA CITY OF FORT WORTH s.............................:...� 83698 'mss PREPARED BY: i sS�ObAL��� TRANSYSTEMS ✓&*5a- fir t t4 I CORPORATION CONSULTA City of Fort Worth, Texas "actor and coun"R communication DATE REFERENCE NUMBER LOG NAME ] PAGE 3/7/00 **C-17906 80WALKS 1 of 3 SUBJECT AWARD OF CONTRACT TO M. A. VINSON CONSTRUCTION COMPANY, INC. FOR WALKS AND TRAIL REPLACEMENT AT EIGHT PARK SITES RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with M. A. Vinson Construction Company, Inc. in the amount of $401,473.84 for walks and trail replacement at eight park sites. DISCUSSION: The 1998 Capital Improvement Program allocated $505,000.00 for replacement of deteriorated walks at seven park sites and along selected areas of the bike trail on Clearfork of the Trinity River. The park sites include the Trinity River Shelter area, the Clearfork-Trinity River Trail, Candleridge, Foster North, Foster South, Meadowood, Oakland Lake and Overton Park. Allocated funds also include the replacement of an existing pedestrian bridge along the Trinity River Trail. On February 2, 1999 (M&C C-17259), the City Council approved the award of contract for design services to Transystem Corporation in the amount of$65,425.00 for the design of walks and trails at all eight sites. This project was advertised for bid on December 16 and 23, 1999. On January 13, 2000, the following bids were received: M. A. Vinson Construction Ed Wilson Randle & Creative 4 Company, Inc. Construction Blake, Inc. Pavecon, Inc. Construction Base Bid $306,809.54 $359,462.00 $389,489.65 $382,061.70 $448,712.50 BA-213-1 $ 55,019.52 $ 71,640.00 $ 74,505.60 $ 78,230.88 $ 78,804.00 BA-213-2 $ 1,027.20 $ 1,284.00 $ 1,444.50 $ 963.00 $ 1,284.00 BA-3-1 $ 39,905.28 $ 62,352.00 $ 52,999.20 $ 58,610.88 $ 51,960.00 BA-6-1 $ 4,512.00 $ 5,875.00 $ 6,580.00 $ 7,520.00 $ 6,638.75 BA-6-2 $ 2,496.00 $ 3,900.00 $ 3,640.00 $ 3,900.00 $ 4,550.00 F BA-7-1 3,990.00 $ 2,520.00 $ 3,675.00 $ 3,727.50 $ 3,360.00 BA-7-2 $ 8,192.10 $ 12,450.00 $ 18,052.50 $ 13,695.00 $ 9,960.00 Deleted Base Bid Items: Unit 3, Item 3 $ 9,555.00 $ 10,400.00 $ 7,410.00 $ 6,500.00 $ 16,250.00 Unit 7, Item 3 $ 10.922.80 $ 13,280.00 $ 24,070.00 $ 15.305.20 $ 13,280.00 Total $401,473.84 $495,803.00 $518,906.45 $526,903.76 $575,739.25 I r # City of Fort Worth, Texas qV611jor And Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 3/7/00 **C-17906 80WALKS 2 of 3 SUBJECT AWARD OF CONTRACT TO M. A. VINSON CONSTRUCTION COMPANY, INC. FOR WALKS AND TRAIL REPLACEMENT AT EIGHT PARK SITES The Bid Alternatives (BA) not recommended for award of contract are: • BA1, 1-4 Additional concrete walks at Trinity River Shelter ($8,973.48); and • BA4, 1-5 Remove existing asphalt and install concrete trail at Foster North ($52,514.07); and • BA5, 1 Install concrete walk in lieu of asphalt at Foster South ($16,009.14); and • BA6, 3-5 Additional walk replacement in Meadowood Park ($3,973.20). The Base Bid work includes the demolition of deteriorated walks and the installation of new concrete walks at the Trinity Park Shelter, Clearfork of the Trinity River, Meadowood, Oakland Lake and Candleridge Parks. Existing walks at Foster Park North, Foster Park South and Overton Park shall be replaced with new asphalt trails and/or asphalt overlay onto existing trails. The recommended Bid Alternates are: • BA-26-1, 2 Removal of existing asphalt trail and installation of additional 8-foot wide concrete trail along the Trinity River Trail; and • BA-3-1 Installation of 6-foot wide concrete trail in lieu of asphalt overlay over existing trails at Candleridge Park; and • BA-6-1, 2 Installation of additional 5-foot wide walk in order to complete the park perimeter walk at Meadowood Park; and • BA-7-1, 2 Installation of the shelter stairway and installation of a 6-foot wide walk in lieu of an 8-foot wide walk at Oakland Lake Park). It is recommended that the Base Bid of $306,809.54, minus $9,555.00 for Base Bid Item Unit 3 Item 3 (2-inch asphalt sidewalk overlay in Candleridge Park), minus $10,922.80 for Base Bid Item Unit 7/Item 3 (installation of 8-foot wide walk in Oakland Lake Park), revising the Base Bid amount to $286,331.74, and the recommended Bid Alternates in the amount of $115,142.10, together totaling $401,473.84, submitted by M. A. Vinson Construction Company, Inc. be approved for award of contract. Contract time is 100 working days. M. A. Vinson Construction Company, Inc. is in compliance with the City's M/WBE Ordinance by committing to 22% participation. The City's goal on this project is 15%. The project: budget will be as follows: Construction Amount $401,473.84 Construction Phase Contingencies Department of Engineering Inspection (5%) 20,074.00 Parks and Community Services Department Administration (1%) 4,015.00 Change=Orders (2.37%) 9.515.00 Total: $435,077.84 r City of Fort Worth, Texas "agor and Coun"K Communicaidon DATE REFERENCE NUMBER LOG NAME PAGE 3/7/00 **C-17906 80WALKS 3 of 3 SUBJECT AWARD OF CONTRACT TO M. A. VINSON CONSTRUCTION COMPANY, INC. FOR WALKS AND TRAIL REPLACEMENT AT EIGHT PARK SITES Trinity River Trail, Trinity Park Shelter bridge and Overton Park are located in COUNCIL DISTRICT 9; Candleridge Park is located in COUNCIL DISTRICT 6; Foster North and South Parks are located in COUNCIL DISTRICT 3; Meadowood and Oakland Lake Parks are located in COUNCIL DISTRICT 4. This project will have no annual operating impact on the General Fund budget. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Parks and Community Services Improvement Fund. LW:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Libby Watson 6183 Originating Department Head: i"OvF.) Richard Zavala 5704 (from) CITY COUNCIL. C181 541200 080181050080 $ 29,685.96 Additional Information Contact: C181 541200 080181050070 $175,626.80 MAR 7 2000 C181 541200 080181050010 $ 62,333.44 C181 541200 080181050020 $ 36,554.82 C181 541200 080181050030 $ 13,266.34 C181 541200 080181050040 $ 25,559.90 City part Wortaryth.of 1h� C181 541200 080181050050 $ 18,496.30 Cih o<Fort 1Worlh.lasaa Richard Zavala 5704 C181 541200 080181050060 $ 39,950.28 TABLE OF CONTENTS 1. NOTICE TO BIDDERS 2. SPECIAL INSTRUCTIONS TO BIDDERS 3. GEOTECHNICAL STUDY 4. PROPOSAL 5. CITY OF FORT WORTH M/WBE ENTERPRISE SPECIFICATIONS 6. PREVAILING WAGE RATES 7. WEATHER TABLE 8. VENDOR COMPLIANCE TO STATE LAW 9. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION 10. TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS SECTION 01010-Summary of Work SECTION 01035-Contract Time f SECTION 01100-Alternatives 3 SECTION 01150-Payment To Contractor SECTION 01300-Submittals SECTION 01400-Quality Control SECTION 01410-Testing SECTION 01500-Temporary Facilities and Controls SECTION 01640-Substitutions and Product Options SECTION 01700-Project Closeout SECTION 01800-Contractor's Responsibility for Damage Claims DIVISION 2-SITE WORK Section 02100-Site Preparation Section 02200-Earthwork Section 02870-Site Furnishings Section 02890—Prefabricated Steel Bridge Section 02930-Seeding DIVISION 3-CONCRETE Section 03300-Cast-in-Place Concrete Section 03410—Structural Precast Concrete DIVISION 7—THERMAL AND 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 NOTICE TO BIDDERS Sealed Proposals for the following: SIDEWALK AND TRAIL REPLACEMENT PROJECT AT EIGHT PARK SITES TRINITY PARK SHELTER C181/541200/080181050080 DOE No. 2867 TRINITY PARK C181/541200/080181050070 2868 CANDLERIDGE PARK C181/541200/080181050010 2869 FOSTER PARK NORTH C181/541200/080181050020 2870 FOSTER PARK SOUTH C181/541200/080181050030 2871 MEADOWWOOD PARK C181/541200/080181050040 2872 OAKLAND LAKE PARK C181/541200/080181050050 2873 OVERTON PARK C181/541200/080181050060 2874 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Division Office until 1:30 PM, Thursday, January 13, 2000 and then publicly opened and read aloud at 2:00 p.m. in Council Chambers 2n, 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. Any additional plan sets shall require a non-refundable deposit. The deposit will be refunded on two plan sets if the documents are returned in good condition within ten days after bids are opened. These documents contain additional information for prospective bidders. All Bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes" of 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. In accordance with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the M/WBE office or from the Office of the City Secretary. In addition, the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation") must be received no later than 5:00 P.M., five city business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit documentation at the reception area of the Department of Engineering, 2nd floor, City Hall, and shall obtain a receipt. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. The following list is provided to assist bidders in obtaining the services of M/WBE vendors qualified to provide such services/materials for this project. A listing of qualified M/WBE vendors may be obtained at the City of Fort Worth M/WBE office, 3rd floor City Hall. Ser vices/materials included in this project are as f^vlly^Lb's: demolition/site prep sodding concrete seeding steel rebar site furnishings earthwork asphalt The City's minimum M/WBE goal on this project is 15 % of the total dollar value of this contract. The City will award one contract with a combination of base bids and/or alternates which is most advantageous to the City. A pre-bid conference will be held with prospective bidders at the Parks and Community Services Department administrative office in Conference Room 2 on Tuesday, January 4, 2000 at 10 AM. The City reserves the right to reject any or all bids and waive any or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of 49 days from the day bids are opened. The award of contract, if made, will be within 49 days after the opening of bids, but in no case will the award be made until all necessary investigations are made as to the responsibility of the bidder to whom the contract will be awarded. RICHARD ZAVALA, JR., DIRECTOR BOB TERRELL PARKS AND COMMUNITY SERVICES DEPARTMENT CITY MANAGER GLORIA PEARSON CITY SECRETARY 0 By: Mike Ficke, Lands ape Architect Supervisor (817) 871-5746 Advertising Dates: December 16, 1999 December 23, 1999 Fort Worth. Texas 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 bond, (1)the name of the surety shall be included on the current U.S. Treasury, or(2)the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth the total capital and surplus. 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 may be rejected as non-responsive. (See Item G in the Proposal.) 4. AWARD OF CONTRACT: The Contract may not necessarily be awarded to the lowest bidder of the Base Bid. The City Engineer 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. IF SPECIAL INSTRUCTIONS TO BIDDERS - 1 - 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. 5. PAYMENT, PERFORMANCE AND MAINTENANCE BOND: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2254 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 hasbeen 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. r Said bond shall solely be for the protection of the City of Fort Worth. 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 01700-Project Closeout, Item 1.02. In order for a surety to be acceptable to the City, (1) the name of the surety shall be included on the current U.S. Treasury List of Acceptable Sureties [Circular 870], or(2) the surety must have capital and surplus equal to ten times the amount of the bond. The surety must be licensed to business in the state of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or 1/10th of the total capital and surplus. If reinsurance is required,the company writing the reinsurance must be authorized, accredited or trusted to do business in Texas. No sureties will be accepted by the City which are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City i. 6. 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. SPECIAL INSTRUCTIONS TO BIDDERS -2- 7 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. 8 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. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering Director for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. 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 and Comprehensive General Liability (Bodily Injury)-$250,000 each person, $500,000 each occurrence; Property Damage- $300,000 each occurrence. The City reserves the right to request any other insurance coverages as may be required by each individual project. For worker's compensation insurance requirements, see Special Instructions to Bidders-Item 16. 11. NON-RESIDENT BIDDERS: Pursuant to Article 601g,Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non-resident bidder unless the non-resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. "Texas resident bidder"means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Thisrovi io p s n does not apply if this contract involved 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. 12. MMODTTY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471,the City of Fort Worth has goals for the participation of minority business enterprises and women SPECIAL INSTRUCTIONS TO BIDDERS -3- business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than five (5) City business days after the bid opening date,exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder,now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s)to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project,the City of Fort Worth is requiring that the Contractor continue to adhere to the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "0" or"no participation" in the spaces provided, and provide a brief explanation. • The Contractor shall provide the M/WBE Office proof of 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 SPECIAL INSTRUCTIONS TO BIDDERS :; -4_ 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. 14. BIDDER'S STATEMENT OF QUALIFICATIONS A. QUALIFICATION OF BIDDERS: Bidders shall be prepared to demonstrate the capability to perform the work. The Bidders' specific experience, stability and history of performance on projects of a similar nature and scope will be considered. The BIDDERS STATEMENT OF QUALIFICATIONS must be delivered to the Project Manager within 48 hours of the request. 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. 15. 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 SPECIAL INSTRUCTIONS TO BIDDERS -6- will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement(TWCC-81, TWCC-82,TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project- includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project("subcontractor" in 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project,regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity,or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation,providing, hauling, or delivering equipment or materials, or providing labor,transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 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 SPECIAL INSTRUCTIONS TO BIDDERS -7- (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten 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; (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 SPECIAL INSTRUCTIONS TO BIDDERS -8- (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. Providing false of 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 void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text,without any additional words or changes: 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 -9- SUBSURFACE INVESTIGATION t PROPOSED PEDESTRIAN BRIDGE TRINITY PARK FORT WORTH, TEXAS t . JOB NO.94995232 June 18, 1999 I Prepared for: TranSystems Corporation Fort Worth, Texas 76102 Prepared by. TERRACON, INC. Dallas, Texas 75247 HBC ENGINEERING June 18, 1999FBC ENGINEERING,INC. TranSystems Corporation - 500 West Seventh Street Suite 600 Fort Worth, Texas Attention: Mr. Brandon Walker Re: Subsurface Exploration Proposed Pedestrian Bridge Trinity Park Fort Worth, Texas Job No. 94995232 Dear Mr. Walker: We are submitting, herewith, the results of subsurface exploration for the referenced project. The purpose of this exploration was to obtain information on subsurface conditions at the proposed project site, and based on this information, to provide recommendations regarding the construction of foundations for the proposed bridge at Trinity Park. By our agreement, the geotechnical work i associated with Foster Park was eliminated from this workscope. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report, or if we may be of further service to you in any way, please do not hesitate to contact us. Very truly yours, HBC ENGINEERING, INC. A Division of Terracon Prepared by: Reviewed by: Theodore A. Janish, alph . Barnes, Jr., P.E. Senior Project Engineer Principal Texas No. 82418 Texas No. 36389 TAJ:RBB:kms Attachments Houston Dallas Fort Worth Austin 11555 Clay Road 8901 Carpenter Freeway 2301 E.Loop 820 North 3913 Todd lane Suite 100 Suite 100 Flagstone&Loop 820 Suite 312 Houston.Texas 77043 Dallas,Texas 75247 Fort Worth,Texas 76118 Austin,Texas 78744 �' ^n om- O 0141 610-1010 (817)268-8600 (512)442-1122 SUBSURFACE EXPLORATION PROPOSED PEDESTRIAN BRIDGE TRINITY PARK FORT WORTH,TEXAS Job No. 94995232 June 18, 1999 INTRODUCTION The subsurface exploration for the proposed pedestrian bridge in Fort Worth, Texas has been completed. As requested, two borings were drilled to a depth of approximately 25 feet below the existing ground surface near the abutments for the proposed bridge. Laboratory tests were then performed on selected samples obtained from the borings, and this engineering report was prepared based on the results of this data. This exploration was performed to explore the subsurface conditions at the site, evaluate the pertinent engineering properties of the subsurface materials and provide soil parameters for the design and construction of foundations for the proposed bridge. PROJECT INFORMATION The proposed project site is located along an existing pedestrian trail in Trinity Park, in Fort Worth, Texas. We understand the project will consist of constructing a new pedestrian bridge across a small creek in the park. The bridge will be about 60 feet long, and we understand each abutment will exert a load of less than 30 kips. We also understand it may be desired to support the bridge on shallow spread footing foundations. SUBSURFACE EXPLORATION PROCEDURES The borings were drilled on June 9, 1999. The borings were drilled with a truck-mounted drilling rig, using air-rotary methods to advance the boreholes. The borings were located on the site by a representative of HBC/Terracon and TranSystems, at the approximate locations shown on the Boring Location Diagram. The locations of the borings indicated on the attached diagram are approximate and were located by visual alignment with existing structures and landmarks. The location of the borings should be considered accurate only to the degree implied by the means and method used to define them. HBC ENGINEERING - TranSystems Corporation Pedestrian Bridge—Fort Worth,Texas Job No. 94995232 June 18, 1999 Representative soil samples were obtained in general accordance with ASTM Specification D- 1587 (thin-walled tube sampling procedures). In the thin-walled tube sampling procedure, a thin- walled seamless steel tube with a sharp cutting edge is pushed hydraulically into the ground to obtain relatively undisturbed samples of cohesive or moderately cohesive soils. The samples were sealed and returned to the laboratory for testing and classification. The sampling intervals are indicated on the boring logs at the depths of occurrence. Field logs of each boring were prepared by the drill crew. These logs included visual classifications of the materials encountered during drilling as well as the driller's interpretation of the subsurface conditions between samples. Final boring logs inc!uded with this report represent an interpretation of the field logs and include modifications based on laboratory observation and tests of the samples. Individual boring logs and a Boring Location Diagram are included with this report. LABORATORY TESTING PROGRAM r Soil samples were tested in the laboratory to measure their natural water content. Unconfined compressive strength tests were performed on representative samples, and a calibrated hand Ipenetrometer was used to estimate the approximate unconfined compressive strength of the remaining cohesive samples obtained. The calibrated hand penetrometer has been correlated with unconfined compression tests and provides a better estimate of soil consistency than visual examination alone. These test results are provided on the attached boring logs. Atterberg Limits tests and swell tests were performed on representative soil samples obtained from the borings. The Atterberg Limits tests were used to help classify the soils, and were also used in conjunction with the swell test results in evaluating the swell potential of the surficial soils. The results of these tests are provided on the attached boring logs and swell test result sheet. As part of the testing program, the samples were examined in the laboratory and classified in general accordance with the attached General Notes and the Unified Soil Classification System based on the material's texture and plasticity. The estimated group symbols for the Unified Soil Classification System are shown on the boring logs, and a brief description of the Unified Soil Classification System is attached. HBC ENGINEERING TranSystems Corporation Pedestrian Bridge—Fort Worth,Texas Job No.94995232 June 18, 1999 SUBSURFACE CONDITIONS Conditions encountered at each boring location are indicated on the individual boring logs. Stratification boundaries on the boring logs represent the approximate location of changes in soil types; in-situ, the transition between materials may be gradual. Based on the results of the borings, subsurface conditions on the project site can be generalized as follows. Sandy clay and silty clay was encountered at the ground surface at the borings, extending to the explored depth of the borings (25 feet). The clay was gray and grayish brown near the surface, becoming brown and light brown with depth. Atterberg limits tests and swell tests indicate the surficial clay soils encountered at this site are moderately to highly active. Active clays are subject to swelling with increases in moisture content and shrinkage when they become dry. These clays can subject structures bearing in or adjacent to the clays to uplift pressures with the normal moisture increases that occur beneath a structure after construction. WATER LEVEL OBSERVATIONS The borings were monitored while drilling and after completion for the presence and level of 9 groundwater. Groundwater seepage was not observed while advancing the borings, and these borings appeared to be dry immediately after completion of drilling. Groundwater could be encountered at various depths in cracks and fissures in the clay soils. The risk of encountering groundwater at this site is particularly increased during or after wet periods of the year. f=luctuations of the groundwater level can occur due to the water level in the nearby Trinity River and the creek, seasonal variations in the amount of rainfall, surface runoff, and other factors not evident at the time the borings were performed. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. HBC ENGINEERING TranSystems Corporation Pedestrian Bridge—Fort Worth,Texas Job No. 94995232 June 18, 1999 ` ANALYSIS AND RECOMMENDATIONS General Shallow spread footing foundations can be considered for support of the proposed bridge. g However, some foundation movement due to shrinking and swelling of the active clays with natural variations in soil moisture content could occur. If the potential for foundation movement is not acceptable, we recommend underreamed drilled shafts in the deeper silty clay, at a depth of 15 feet below grade, to support the bridge. Our detailed recommendations for foundation design are presented below. Spread Footings Footings for support of the proposed bridge should bear on very stiff native silty clay at a minimum depth of 2 feet below the existing ground surface or final site grade, whichever is deeper. Footings bearing on the native clay soils can be designed for a maximum net allowable soil bearing pressure of 3,000 psf. The net bearing pressure is the pressure in excess of the minimum surrounding overburden pressure at footing base elevation. Isolated footings should have a minimum width of 3 feet, and continuous formed footings should have a minimum width of 1.5 feet. Spread footings constructed on the active silty clays will be subject to some post-construction movement with changes in soil moisture content. For foundations bearing at a depth of about 2 feet below grade, we estimate the magnitude of the movement could be on the order of 3 inches. For footings bearing at a depth of 4 feet, we estimate the magnitude of this movement to be 1-1/2 inches or less. This movement could occur differentially between the two bridge abutments. Construction Considerations - Footings g We recommend a representative of the geotechnical engineer observe and evaluate the footing excavations before concrete is placed. If unsuitable bearing soils are encountered in footing excavations, the excavations should be deepened to suitable firm dry natural soils. Over excavation required below footings should extend laterally beyond the footings at least 8 inches per foot of over excavation depth below footing base elevation. The footings could bear directly on approved soils at the lower elevation, on lean concrete backfill placed to the desired elevation, or on engineered backfill extending down to the suitable soils. Engineered backfill should consist of approved material placed in lifts of 9 inches or less in loose thickness and compacted to at least 98% of the material's maximum standard Proctor dry density(ASTM D-698). HBC ENGINEERING TranSystems Corporation Pedestrian Bridge—Fort Worth,Texas Job No. 94995232 June 18, 1999 Underreamed Shafts A net allowable bearing pressure of 4,000 pounds per square foot (psf) can be used to design shafts bearing in the deeper silty clay at the recommended 15 foot bearing depth. This bearing pressure includes a factor of safety of at least 3 for general shear failure. Drilled shaft foundations which are designed and constructed in accordance with the recommendations in this report should be subject to long term movements of about 3/4 inch or less. The shafts should contain sufficient vertical reinforcing steel throughout the entire shaft length to resist uplift (tensile) forces due to post-construction heave of the clay soils. The magnitude of the uplift force is difficult to predict and will vary with the in-situ moisture contents at the time of construction. The uplift force can be approximated by assuming a uniform uplift pressure of 2,000 psf over the entire shaft perimeter to a depth of 10 feet. A minimumunderreamed base to shaft diameter ratio of 2 to 1 should provide sufficient resistance to uplift pressures caused by heaving in the active clays. In addition, the underream diameter should be a minimum of 30 inches larger than the shaft diameter. L_ Construction Considerations - Drilled Shafts Based on groundwater observations at the time of our field investigation, it does not appear that significant groundwater seepage will be encountered during shaft installation. However, seepage could be present in the sandy clay and silty clay soils, particularly if construction proceeds during a wet period of the year. Concrete and reinforcing steel should be placed as soon as drilling operations are complete to minimize complications due to seepage and groundwater. If groundwater seepage is encountered during shaft excavation that cannot be controlled by conventional means (including, but not limited to, sumping and/or immediately placement of concrete), this office should be contacted for additional evaluation and recommendations. Installation of individual shafts should be completed in one day. The concrete placed in shaft excavations should have a slump between 5 and 7 inches and should be placed in a manner which prevents it from striking the reinforcing steel and sides of the excavation. The bottom of each shaft excavation should be free of all loose materials and/or water prior to construction. 5 HBC ENGINEERING TranSystems Corporation Pedestrian Bridge—Fort Worth,Texas Job No. 94995232 June 18, 1999 Drainage Positive drainage should be developed around the bridge abutment areas. All adjacent flatwork and the ground surface surrounding the structure should be sloped to prevent ponding of water around the structure. GENERAL COMMENTS HBC should be retained to review the final design plans and specifications so comments can be made regarding interpretation and implementation of our geotechnical recommendations in the design and specifications. HBC also should be retained to provide testing and observation during excavation, grading, foundation and construction phases of the project. The analysis and recommendations presented in this report are based upon the data obtained Y P from the borings performed at the indicated locations and from other information discussed in this report. This report does not reflect variations which may.occur between borings or across the site. The nature and extent of such variations may not become evident until construction. If variations appear, it will be necessary to reevaluate the recommendations of this report. I The scope of services for this project does not include either specifically or by implication any environmental assessment of the site or identification of contaminated or hazardous materials or conditions. If the owner is concerned about the potential for such contamination, other studies r should be undertaken. This report has been prepared for the exclusive use of our client for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranties, either express or implied, are intended or made. In the event that changes in the nature, design, or location of the project as outlined in this report, are planned, the conclusions and recommendations contained in this report shall not be considered valid unless HBC reviews the changes, and either verifies or modifies the conclusions of this report in writing. HBC ENGINEERING o Fla!o N IFIIx a Q 01 m ' Q Z _J 1 W LO Lj if J Z 111 < U H d1.d l!') W 0 0 pjN N � x a IL O 1 a 1 � I' ° x CYW WW Z ` I p m< Za~ d QQ I 1a mzO 1 a W O n a I 1 N In= I I Q I I I I I 1 I I W 1 000 H 5 x N o � � N y a IL J c K Z N H Z In X z W O M J � m Z LOG OF BORING PROJECT: PEDESTRIAN BRIDGE BORING NO. B- 1 Trinity Park PROJECT NO. 94995232 Fort Worth, Texas DATE 6-9-99 CLIENT: TranSystems Corporation SURFACE ELEVATION Fort Worth, Texas PAGE 1 of FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Continuous flight auger � LIMITS a? X W GROUNDWATER INFORMATION: y z p w ae y No seepage encountered. Dry at completion. 4 3 w z cn z Cn _ m O ri �_ F N > ¢ a 0 m 'gr` z 0 v v N H H 0 " F-V Q (n U O En LL N Z t!1 j Uj w y uw y W W 7 w N O QNQ Q Z Lu cn ¢ Z O ~a mZOwa y j a a. Z iz d Z p F-a o O o y y Z a¢Q o a LL PL PI °v En Y LL a DESCRIPTION OF STRATUM P=4.5+ 14 Silty clay- grayish brown i P=3.5 11 2 P=3.75 20 P=3.5 19 104 6.9 14.7 4 P=4.5+ 16 40 19 21 y 6 6 8 P=4.5+ 16 P=4.5+ 16 107 8.3 6.4 i 10 - becoming brown with depth 12 i E 14 Silty clay - light brown P=2.0 20 105 3.5 13.9 16 �. 18 P=1.75 20 20 2)2- 24 P=2.0 24 B.H. at 25.0' 26 28 P I I i I I I I I 1 1. 1 30 0 N-STANDARD PENETRATION TEST RESISTANCE REMARKS: N T-TXDOT CONE PENETRATION RESISTANCE o P-POCKET PENETROMETER RESISTANCE M R-PERCENTAGE OF ROCK CORE'RECOVERY rur� ROD- ROCK QUALITY DESIGNATION LOG OF BORING PROJECT: PEDESTRIAN BRIDGE BORING NO. B- 2 Trinity Park PROJECT NO. 94995232 Fort Worth, Texas DATE 6-9-99 CLIENT: TranSystems Corporation SURFACE ELEVATION Fort Worth, Texas PAGE 1 of FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Continuous flight auger LIMITS ° X F W _ ¢ GROUNDWATER INFORMATION: I y z p w X � No seepage encountered. Dry at completion. 3 W Z y0) z } O z W z m O } ri F_ O w Q _ O O�i fL V F- SQ U U N N H F (D C1 Uj LU >- 3"'mLUs U. M w e D a a z o z a D O N a Z z a mzoao ti >- .� a a Z ¢ a Z i o r°n N Z P n ¢¢ D o0. LL PL PI � U 'n '� a r°v o. DESCRIPTION OF STRATUM ' P=4.5+ 13 Sandy clay- gray 2 P=4.5+ 17 P=4.5+ 13 Silty clay- grayish brown P=4.5+ 13 4 P=4.5+ 14 116 42 19 23 21.4 9.9 6 $ P=4.5+ 13 42 19 23 P=4.5+ 12 10 - Silty clay- light brown 12 I 14 P=2.5 21 4.0 15.0 i 16 IP 18 20 P=1.0 20 106 2.8 15.0 22 • - 24 � P=2.0 20 B.H. at 25.0' 26 28 m 30 1� N-STANDARD PENETRATION TEST RESISTANCE REMARKS: T-TXDOT CONE PENETRATION RESISTANCE N P-POCKET PENETROMETER RESISTANCE m R-PERCENTAGE OF ROCK CORE'RECOVERY 0 ROD-ROCK QUALITY DESIGNATION KEY TO SOIL SYMBOLS FOR LOGS OF BORINGS KEY TO SOIL CONSISTENCY NO. OF BLOWS, N RELATIVE DENSITY PARTICAL SIZE IDENTIFICATION 0-4 Very loose BOULDERS: Greater than 300 mm 5-10 Loose COBBLES: 75 mm to 300 mm 11-30 Medium Dense GRAVEL:- Coarse: 19.0 mm to 75 mm 31-50 Dense Fine: 4.75 mm to 19.0 mm OVER 50 Very Dense SANDS: Coarse: 2.00 mm to 4.75 mm Medium: 0.425 mm to 2.00 mm Fine: 0.075 mm to 0.425 mm i SILTS do CLAYS: Less than 0.075 mm CLASSIFICATION COMPRESSIVE STRENGTH, psf. HAND PENETROMETER, tsf Very Soft Less than — 500 <0.25 Soft 500 — 1000 0.25 — 0.5 Firm 1000 — 2000 0.5 — 1.0 Stiff 2000 — 4000 1.0 — 2.0 Very Stift 4000 — 8000 2.0 — 4.0 Hard More than — 8000 >4.0 KEY TO DRILLING SYMBOLS Undisturbed Sample Disturbed Grab Sample r Split Spoon Sample/ 0 Water Level at Time Texas Hwy. Dept. PenetrationTest = of Drilling Core Run V Final Water Level KEY TO SOIL CLASSIFICATIONS A ���� OH—High plasticity L-I FILL organic SILTS "" 9 SC—Clayey SANDS r�r and CLAYS ML—Low plasticity GP—Poorly graded CH—High plasticity 0p6• GRAVELS CLAYS inorganic SILTS GW—Weis raded do very fine SANDS op g GRAVELS CL—Low plasticity MH—High plasticity GC—Clayey GRAVELS silty CLAYS inorganic SILTS GM—Silty GRAVELS CL—Low plasticity SM—Silty SANDS sandy CLAYS SHALE _= OL—Low plasticity -.SANDS riy graded organic SILTS SW—Welt graded LIMESTONE and CLAYS SANDS PROPOSAL TO: MR. BOB TERRELL City Manager Fort Worth, Texas FOR: SIDEWALK AND TRAIL REPLACEMENT AT EIGHT PARK SITES: TRINITY PARK SHELTER C181/54120/080181050080 DOE No. 2867 TRINITY PARK C181/541200/080181050070 DOE No. 2868 CANDLERIDGE PARK C181/541200/080181050010 DOE No. 2869 FOSTER PARK NORTH C 181/541200/080181050020 DOE No. 2870 FOSTER PARK SOUTH C181/541200/080181050030 DOE No. 2871 MEADOWWOOD PARK C181/541200/080181050040 DOE No. 2872 r OAKLAND LAKE PARK C 181/541200/080181050050 DOE No. 2873 OVERTON PARK C181/541200/080181050060 DOE No. 2874 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications, and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to frilly complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Parks and Community Service Department Director of the City of Fort Worth. The "approximate quantity" category is for infonnation purposes only. The Contractor shall be paid on the basis of actual installed quantities. Additionally, the Contractor shall be aware that the Proposal contains both Lump Sum and Unit Price items. If the lowest bid received exceeds the finds budgeted for the project, the City reserves the right to decrease the quantities contained in any line item or to eliminate any specific line items before award of the contract in order to bring the work within budget. By submitting a bid, the bidder acknowledges the City's right to adjust or eliminate line items and agrees to honor without recourse its line item bid price. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish, if 1P applicable, Performance, Payment, and Maintenance Bonds approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to-wit: PAY APPROX. DESCRIPTION OF' ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Fruit 0—Trinity Park Shelter 1. 7819 SF Sidewalk Removal (978 LF) @ NO Dollars & � 4S FF/V �yG Cents per SF $ —Q"� $ 30b r PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL z ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID 2. 6719 SF Install Concrete Sidewalk 8' Wide @ Dollars & -0 16'k Cents per SF $ 3. 12 EA Temporary Relocation and Re-installation of Pillars @ UY»eh✓NyeGd��iT Dollars & tj O ^ Cents per EA $ /40 f $ 6 4. 1 LS Mobi ization @ Dollars & Cents per LS $ LS 1.600 $ a� 96 Total Unit One- Trinity Park Shelter $ q 18S Unit Two A—Trinity River Bridge 1. 1,552 SF Sidewalk Removal (194 LF) @ Dollars & 69 vn X l.a �1l N G Cents per SF $ .8- $ 1 070 2. 1,360 SF Install Concrete Sidewalk 8' Wide (170 LF) @ TH2ee_ Dollars & uz Zo r jM -��� Cents per SF $ 3 $ 4:16L5 3. 1 LS Bridge Remove� and Rwi!KIIoafla s & .� �7�HOteo N C:) Cents per LS $ LS 150 $ 3 4. 1 LS Mobilization @ s ���P,,, h��Or� Dollars & i � L7 Cents per LS $ LS 60(7 $ Q D Total Unit Two A- Trinity River Bridge $ s� 2 Unit Two B—Trinity River Trail 1. 17,600 SF Sidewalk Removal (2,200 LF) @ Q, P Dollars & / �� /Vw-e Cents per SF $ $ 62 P:\199\00059\adm\Parks Dept\Specs\Updated\PROPOSAL PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL } ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID 2. 17,600 SF Install Concrete Sidewalk 8' Wide @ Dollars & 2� Cents per SF $ 3 $ S7 4p 3. 1 LS _ Mobilization @ H_,j4,0reO Dollars & h)c-�7 Cents per LS $ LS Total Unit Two B - Trinity River Trail Unit Three-Candleridge Park 1. 5424 SF Sidewalk Removal (904 LF) @ Dollars & SS Z o Cents per SF 2 5424 SF Install Concrete Sidewalk 6' Wide (904 LF) @ Dollars & 29 96 At t Cents per SF 3. 130 TN 2" Asphalt Sidewalk Overlay-Type C (1,732 LF) @ 1,-,e.r—Dollars & sO Cents per TN $ 73 $ ,S 4. 1 LS Mobilization @ 174),70 Dollars & N O Cents per LS S LS Y-�QO S t(� Total Unit Three - Candleridge Park S311 0 Unit Four- Foster Park North 1. 125 TN 2" Asphalt Sidewalk Overlay-Type C (1,672 LF) @ Dollars & —7 Sp sp Cents per TN $ / ✓ $ �t� 2. 1 LS Slope Embankment @ Includes Vegetation Removal, Grading, Spur Construction & Hydroseeding @ vivp�wl jgT 4�1-T o0,1 •Z7 Dollars & ? I}.1� Cents per LS $ LS P:\199\00059\adm\Parks Dept\Specs\Updated\PROPOSAL PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL y ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID 3. 183 SY Plane Ex. Concrete sidewalk '/4" ✓� Dollars & -7 o Cents per SY 4. 1 LS _ Mobilization @ Dollars & Cents per LS 5. 80 TN Install 4"Asphalt Sidewalk-Type C 6' Wide (531 LF) @ ollars & �t� �Uwl�I � �-J dam/rte— Cents per TN $ D7 $ 6. 426 SF Install Cqnf rete Sidewalk 6' Wide (71 LF) @ 1 ��G Dollars & Cents per SF $ 3 $ ! I 7. 3,000 SF Remove Asphalt Sidewalk (500 LF) @ Dollars & (� i Ali K.e-, Cents per SF 92- Total ZTotal Unit Four- Foster Park North Unit Five-Foster Park South 1. 91 TN Install 3" Asphalt Sidewalk-Type C 6' Wide (811 LF) @ �(;:::> Dollars & Al ID Cents per TN $ /oz $ 7282 ID 2. 4,866 SF Remove Asphalt Sidewalk (811 LF) @ Of<7 Dollars & � �.,- Cents per SF —� 3. 1 LS Mobilization @ y i4vuOi�tq Dollars & s N Cents per LS $ LS / $ /60D Total Unit Five-Foster Park South $ /3 -66 P:\199\00059\adm\Parks Dept\Specs\Updated\PROPOSAL PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Unit Six-Meadowwood Park 1. 4,270 SF Sidewalk Removal @ Dollars & ss 5= Cents per SF $ d $ Z,3(rgy 2. 4,270 SF Install Concrete Sidewalk 5' Wide @ Dollars & 4Z !�U Cents per SF $ — $ 3. 1 LS Mobilization @ Dollars & b� Cents per LS $ LS $ j6�o 9n Total for Meadowwood Park $ Unit Seven -Oakland Lake Park 1. 555 SF Sidewalk Removal (111 LF) @ Ajt7 Dollars & 67 �S- �x �l L.,,r Cents per SF $ $ 3�jZ 2. 555 SF Install Concrete Sidewalk 5' Wide (111 LF) @ Dollars & 7 S z S' Cents per SF $ 3 $ 3. 3,320 SF Install Concrete Sidewalk 8' Wide @ 'k V e-.L Dollars & So I�-r, Cents per SF 4. 3 EA Park Benches @ St �i�•�0 /�,C� Dollars & Cents per EA $ O $ 2so 5. 1 LS Mobilization @ ��,,,`Q�.� Dollars & ( / -�Cents per LS $ LS �bp16000 $ CILTotal Unit Seven-Oakland Lake Park $ 7 Z 7 t P:\199\00059\adm\Parks Dept\Specs\Updated\PROPOSAL PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Unit Eight—Overton Park Priority#1 1. 14,700 SF Sidewalk Removal (2,450 LF) @ �0 Dollars & 4' ) Cents per SF $ $ 7,2Q� " 2. 367.5 TON Install 4"Depth Asphalt Sidewalk—Type C 6' Wide (2,450 LF) @ _ Dollars & 98 Cents per TON $ $ 3. 1 LS Mobilization @ �'. JCI 1? 10 Dollars & S� Cents per LS $ LS $ 16c)o Priority#2 4. 144 SY Plane Ex. Concrete Sidewalk V4" @ Dollars & Is L Cents per SY 5. 153 TON 2"Asphalt Overlay- Type C 6' Wide (2,050 LF) @ Dollars & �> Cents per TON Z� Total Unit Eight- Overton Park $ 9Sd f P:\199\00059\adm\Parks Dept\Specs\Updated\PROPOSAL J BID ALTERNATES PAY APPROX. DESCRIPTION T SC T PION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Unit One - Trinity Park Shelter 1. 1,072 SF Remove Ex. Concrete Sidewalk Spur @ &0 Dollars & SS f�7t✓.cam Cents per SF $ $ 2. 804 SF Install 6' Wide Concrete Walk Spur @ G-e— Dollars & Cents per SF $ 3 $ 2j bLf-s 3. 1,072 SF Install 8' Wide Concrete Walk Spur @ H�`e Dollars & 2ej �- a I,n.. Cents per SF $ 4. 576 SF Remove and Replace 6' Wide Concrete Walk along West Seventh Street @ Dollars & y- rod2 Cents per SF $ 3 $ 270 Total Unit One-Trinity Park Shelter $ Unit Two B - Trinity River Trail 4� 1. 14,328 SF Remove Ex. Asphalt Walk and Replace ate' g�`7�. SG with§8 Concrete Walk(1,791 LF) @ `LAL,.e-.Y—' Dollars & av S2 r-Il1L'� 'F•yy2 Cents per SF $ 3 $ ,�;501 2. 642 LF Sawcut Ex. Asphalt Walk @ Dollars & Zd Cents per LF $ $ 0?- Total 7Total Unit Two B -Trinity River Trail $ PAY APPROX. DESCRIPTION OF I T EMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Unit Three - Candleridge Park 1. 10,392 SF Remove Ex. Asphalt Walk and Replace with 6' Concrete Walk in lieu of 2"Asphalt Overlay(1,732 LF) @ Dollars & C�c� 20 Cents per SF 9 20 Total Unit Three-Candleridge Park $ 0,5 —' Unit Four - Foster Park North 1. 10,032 SF Remove Ex. Asphalt and Install 6' Concrete Walk in lieu of 2"Asphalt Overlay (1,672 LF) @ u-e- e_- Dollars & r, k\ l "j -F-V0/L— Cents per SF $ _ $ 2. 3,186 SF Install 6' Wide Concrete Walk in lieu of 6' Asphalt Walk (531 LF) @ r A ' Dollars & Cents per SF $3 y $ d 3. 1 LS Removal of existing concrete ramp and steel bollard at PC 10+00 and installation of 20 linear feet of curb and gutter @ Dollars & D Cents per LS $ LS avo $ 96o 4. 1 LS Removal of 18 linear feet of Curb and Gutter, Installation of Concrete Ramp (including steel bollard), 13 linear feet of Concrete Curb and 13 linear feet of Concrete Curb and Gutter beginning approximately 35 feet north of the edge of existing bridge @ ems.,, �`�ooppV r,— Dollars & / ( Z— Cents per LS $ LS 64-0 $ j 6t-�(� C\TEMP\BID ALTERNATES for PROPOSAL.doc PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID 5. 325 SF Install 5' Wide Concrete Walk from Sta. 10+00 to the south end of existing bridge, from the north end of the bridge construct 35 linear feet of 5' Concrete Walk @ ,,►� Dollars & 2� W Cents per SF Total Unit Four-Foster Park North $ �� J/(� 07 Unit Five - Foster Park South 1. 4,866 SF Install 6' Wide Concrete Walk in lieu of 3" Asphalt Walk (811 LF) @ Dollars & ZK @J�v� Cents per SF Total Unit Five-Foster Park South '(9O01 Unit Six - Meadowwood Park 1. 1,175 SF Remove and Replace 5' Concrete Walk (223 LF) @ et Dollars & 1Z2Cents per SF s ,3 $ 44-512- 2. . 650 SF Remove existing 5' concrete walk and install 5' ide Concrete Walk(130 LF) @ Dollars & Cents per SF 3. 660 SF Remove Ex. Concrete Walk, Backfill and Hydromulch (132 LF) @ Dollars & �d r Cents per SF $ $ A 4. 615 SF Remove Ex. Concrete 5' Walk and Install 5' Concrete Walk (123 LF) @ -G,,^e- -e Dollars & S 6� Cents per SF C:\TEMP\BID ALTERNATES for PROPOSAL.doc Ar PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRTTTF.N TN WORDS PRICE AMOUNT BID 5. 265 SF Remove Existing Concrete Walk and Install 5' Concrete Walk (53 LF) @ Dollars & pI/ {tom Cents per SF $ ?j J $ I 01 -r Total Unit Six-Meadowwood Park $ I C) y Unit Seven - Oakland Lake Park 1. 210 SF Remove and Replace 5' Concrete Shelter Stairs (42 LF) @ tAG��, Dollars & �J p Cents per SF $1� 2. 2,490 SF Install Concrete Sidewalk 6' Wide in lieu of 8' Wide Concrete Sidewalk Dollars & -Z, i d L)j,.., Cents per SF $ 3 C -2- Total Unit Seven -Oakland Lake Park $ k E C:\TEMP\BID ALTERNATES for PROPOSALAd i A. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04(F)of the Texas Limited Sales, Excise and Use Tax Act. B. The Contractor performing this contract may purchase,rent or lease all materials,supplies,equipment used or consumed in the performance of the contract by issuing to his supplier an exemption certificate in lieu of the tax,said exemption certificate complying with State Comptroller's ruling tax,said exemption certificate complying with State Comptroller's ruling#95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the rprovisions of the State Comptroller's ruling#95.09 as amended to be effective October 2, 1968. C. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractor or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278,as amended by City ordinance 7400(Fort Worth rCity Code Sections 13-A-21 through 13-A-29),prohibiting discrimination in employment practices. D. The undersigned agrees to complete all work covered by these contract documents within Ninety 90 Working Days after the date for cornmencing work as set forth in the Notice to Proceed to be issued by the Owner and to pay not less than the "Prevailing Wage Rates for Highway Construction" as established by the City of Fort Worth,Texas effective June 6, 1995. E. Within ten(10)days of receipt of notice of acceptance of this bid,the undersigned will execute the formal contract and will deliver applicable Surety Bonds for the faithful performance of this contract. The attached dP4=in the sum of$ -'6YpCjAJ5 Dollars($_)is to become the property of the City of Fort Worth,Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and applicable bonds are not executed within the time set forth,as liquidated damages for delay and additional work caused thereby. F In the case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous price for construction thereof to the City or to reject the proposal. - G. Receipt is hereby acknowledged of the following addenda: No. 1 �_ �� No.2 No. 3 _No.4 t !� Respectfully submitted, 4(LA60LA (,0A�1\V-%X1,-1 C.o. )lk L/ . (Compan NIf a j By(Authorized Signature) Date: i /oo— Address: ?0' ,� 1"7 -7 Telephone: t(7 SEAL (if corporation) PROPOSAL -7- Cigxness f Fort Wort' _ Minority and Women Enter irse`S ecifications viPrEEi'INGYCFW SPECIAL INSTRUCTIONSJ99ROWERSS APPLICATION OF POLICY ... . If the total dollar value of the conttact:is 325 OW:ot:More, the'M/WBE goat`is applicable. If the total dolga ague of the contract rs dess than...;x$;OOI1,>he.M1WE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by MinorityNVomen Business Enterprises(MNVBE)in the procurement of all goods and servicestothe City on a contractual basis. The objective of the Policy isto increase the use of M/WBE firms to a level comparable to the availability of M/WBEs that provide goods and services directly or indirectly to the City. M/WBE PROJECT GOALS The City's MBENVBE goal on this project is 22% of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$25,000 or more,bidders are required to comply with the intent of the City's MNVBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or; 2. Good Faith Effort documentation,or; 3. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicatme documents must be received bythe Managing Department,within the following times allocated,in order for the entire bid to be considered responsive to the specifications. 1 M/WBE Utilization Form: received by 5:00 p.m.,five(5) City business days after the bid opening date, exclusive of the bid opening date. 2. Prime Contractor Waiver Form: received by 5:00 p.m.,five(5) City business days after the bid opening date, exclusive of the bid opening date. 3. Good Faith Effort Form: received by 5:00 p.m.,five(5) City business days after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE:CITY'$ M/WHE ORQINANCE WILL:RESULT IN THE BID BEING CONSIDERED NON»RE$PONSIVE TO SPECIFICATIONS. . Any questions, please contact the M/WBE Office at(817)871-6104. ATTACHMENT 1 City of Fort Worth Page 1 of Minority and Women Business Enterprise Specifications MBEIWBE UTILIZATION C"o;' Z-vo PX1 PRIME COMPANY NAME B16DATE d �Jwi,_KS �--t" \- '-- 8 t>b C,is I./Stt 7-vo/oSo /SloSoogC� PROJECT NAME PROJECT NUMBER CITY'S MAYBE PROJECT GOAL: S y c' M/WBE PERCENTAGE ACHIEVED: O Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Departmei on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the b being considered non-responsive to bid specifications. The undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in th schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowin misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considere non-responsive to specifications. " Company Name, Contact Name, Certified Specify All Contracting Specify Alt Items to be Dollar Amount Address, and Telephone No. Scope of Work(`) Supplied(') z ; V OO C 0 � ad F- K N F. Z ~_ k Ccx-w4v6 5 uutr 3 M—e- Willip�; ._�_. S �rl �r, o� uN.t- 4 ��,•• I t 5 T � i Rvc 'S `�)i Ccxk `tel. NaiDIoT�Ip�,.- s ��LT-vApLKS L2? 000 6-aE�� vVl. t;i7-4-i?- (Xr Q P _.� k ,rio�-. of-TK-*_ l � MNVBEs must be located in the 9(nine)county marketplace or currently doing business in the marketplace at the time of bid. ') Specify all areas in which MWBE's are to be utilized and/or items to be supplied: ') A complete listing of items to be supplied is required In order to receive credit toward the M/WBE goal. ")Identity each Tier level. Tier:Means the level of subcontracting below the prime contractor/consultant,i.e.,a direct payment from the prime contractor to a subcontractor is considered 1"tier,a payment by a subcontractor to its supplier is considered 2n°tier. THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.61Z Pages 1 and 2 of Attachment 1A must be received by the Managing Department ATTACHMENT 11 Page 2 of City of Fort Worth Minority and Women Business Enterprise Specifications MBE/WBE UTILIZATION Company Name, Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount Address,and Telephone No. a Scope of Work(') Supplied(') r^ V 00 vY (n F0 The bidder further agrees to provide, directly to the City upon request, complete and accuratrinformation regardinc ctual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid he bidder also agrees to allow an audit and/or examination of any books, records and files held by their company tha will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer of employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the ontract or debarment from City work for a period of not less than three (3)years and for initiating action under Federal tate or Local laws concerning false statements. Any failure to comply with this ordinance and creates a materia breach of contract may result in a determination of an irresponsible offeror and barred from participating in City worl or a period of time-not less than one (1)year. , ALL MBEs and WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD uthorized Signature Printed Signature Title .l Contact Name and Title (if different) Company Name Telephone Number(s) b l-7 S6c?- 2-09 L4- Fax Numb r City/StatetZip Code Datef THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE (5)CITY BUSINESS DAYS AFTER 810 OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.61219 Pages 1 and 2 of Attachment 1A must be received by the Managing Department CITY OF FORT WORTH HIGH RAY CONTRUCTION PREVAILING WAGE RATE FOR 1995 CLASSIFICATION RATE CLASSIFICATION RATE RNIER EQUIF'M M ORMATORS AIR TOOL OPERATOR $7.554 MILLING MACHINE OPERATOR $6.650 ASPHALT RAKM $8.565 MIXER (OWE 16 C.F.) $9.000 ASPHALT SHOVELER $8.255 MIXER (16 C.F. & LESS) $7.913 RATC 114G PLANT WEIGHM $9.371 MIXER- CONCRETE PAVING $9.500 BATTERBOARD SETTER $8.920 MO'T'OR GRADER OPERATOR CARPENTER $9.447 (FINE GRADE) . $10.346 C`ONCRET'E FINISHER (PAV) $9.345 MOTOR GMER OPERATOR $9.891 00NCRL.7T`E FINISHER (SIRS) $9.058 PAVEMM MARKING MACHINE $6.402 CONCEETE RUBBM $7.733 POSTHOLE DRILLER OPERATOR $9.000 ELECTRICIAN $12.761 ROLLER, STF1E[. >fRIimL FLAGOM $5.598 (PLANT-i= PAVEMENTS) 58.339 FORM BUILDER (STRS) $8.717 ROLLER, STEM WHEEL FORM LINER $8.913 (FLATHEM OR TAMPING) $7.963 FORM SETTER (PAV & CURB) $8.686 ROLLER, PNEUMATIC SERE'- PRO $7.403 FORM SETTER (STRUCTURES) $8.427 SCRAPER- 17 C.Y. & LESS $8.1.38 LABORER, OOMMON $6.402 SCRAPER-- OVER 17 C.Y. .$8.205 LABORER, UTILITY $7.461 SIDE BOOM •57.793 NEUMIC $10.658 TRACTOR- CPMLRR TYPE OILER $8.698 (150 HP & LESS) $8.448 SERVIC111 $8.104 TRACTOR- CRAWLER TYPE PILEDRIVER $7.500 (OVER 150 HP) $8.873 PIPELAYER $8.509 TRACTOR -PNEUMATIC $7.735 BLASTER $1.1.333 TRAVELING MIXER $7.615 PCHER EOWIENE T OPERATORS TPMaiING MACHINE-LIGHT $8.188 ASPHALT DISTRIBUTOR $8.404 TRENCHING MACHINE-RMVY $12.498 ASPHALT PAVING MACHINE $9.053 WAGON-DRILL, $ORING MACHINE $9.000 BROOM OR SWEEPER OPERATOR $7.908 REINFORCING STEEL SES BULLDOZER, 150 HP OR LESS $8.703 (PAVING) , $9.218 BULLDOZER, OVER 150 HP $9.160 REINFORCING STEEL SETTER CONCRETE PAVING CURING MACH, $8.213 (SI'RUC IUM) $11.548 OONCME PAV FINISHING MACH. $9.453 STEEL WORKER-STRUCTURAL $16.300 CONCF= PAVING FORM GRADER $8.500 SIGN EREC`T`OR $11.436 40N=M PAVING JOINT MACK. $9.042 SPREADER BOX OPERATOR $6.988 CONCRETE PAVING JOINT SEAM $7.350 BARRICADE SERVICER ZONE WK. $6.402 CONCRETE PAVING FLOAT $7.875 MCONTED SIGN INSTALLER 00NCR= PAVING SAW $9.290 (PERMANENT CROUND) $6.402 OCIENCRE`T'E PAVING SPREADER $9.750 TRUCK DRIVER-SINGLE AXLE SLIPFORM MACHINE $9.000 (LIGHT) $7.465 CRANE,CLAMSHELL, BACK om, $9.000 TRUCK DRIVUrR-SINGLE AXLE DERRICK{, DRAGLINE, SHOVEL (HEAVY) $8.067 (LESS THAN 1 1/2 CY) $9.513 TRUCK DRIVER-TANDEM AXLE CRANE,CLSHEL•L, BACKHOLE, (SEMI-TRAILER) $7.816 DERRICK, DRAGLINE, SHOVEL TRUCK DRIVER-LCXISOY/FLOAT $9.653 (1 1/2 CY & OVER) $10.517 TRUCK DRIVER-TRANSIT MIX S7.507 CRUSHING OR SCRNG PLT OPR. $9.500 TRUCK DIRIVER-WINMi 58.200 ELEVATING GRADER VIBRATOR OPERA'T'OR $7,000 FOUNDATION DRILL OPERATOR WELDER $10.459 (CRAWLER MOUNTED) $10.000 FOUNDATION DRILL OPERATOR­ J= 6, 1995 HUMAN RESOURCES 95HG CXTY OF FORT WORM HICMAY CONTRUcTION PREVAILING WAGE RATE FOR 1995 (TRUCK MOUNI'E'O) $11.138 EvuNDATroN DRILL OPR HELPER FRONT ENT LOADER (2 1/2 CY OR LESS) $8.823 FRONT ENT LOADER (OVER 2 1/2 CY) $9.311 HOIST (DOUBLE DRUM & LESS) $8.917 JUNE 6, 1995 HUMAN RESOURCES 95H�T r r rWEATHER TABLE AVERAGE DAYS INCHES SNOW/ICE rMONTH RAINFALL(1) RAINFALL (2) PELLETS(3) rJANUARY 7 1.80 1 FEBRUARY 7 2.36 MARCH 7 2.54 APRIL 9 4.30 0 MAY 8 4.47 0 JUNE 6 3.05 0 JULY 5 1.84 0 ' AUGUST 5 2.26 0 r SEPTEMBER 7 3.15 0 OCTOBER 6 2.68 0 r NOVEMBER 6 2.03 0 DECEMBER 7 1.82 ANNUALLY 80 32.30 1 (1) Average normal number of days rainfall, 0.01" or more. (2) Average normal precipitation. (3) One inch(1") or more. * Less than one-half inch(1/2"). Unseasonable weather is defined for contract purposes as min/snow days which exceed the average number of days or inches of rainfall in any given month. This table is based on,Lormation 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. VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder,non- resident bidders(out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas)bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. -, The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. i A. Non-resident vendors in u (give state), our principal place of business, are required to be P jPN, percent lower than resident bidders by state law. A copy of the statute is attached. Aw Non-resident vendors in &IL (give state),our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. Please Check or mark with an 'X' BIDDER: � �.Y%NsoN sir :o-,La 41-cam Ey. Company (please print) k7&S- Signature: (please print) L 1�Tsr, 76 i v Title: �/ `���City State Zip7 l (please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VENDOR COMPLIANCE TO STATE LAW U � U te, v cz4-4 Cd Cld 'b ' O � 1-4 ° j-4 1-4 O _� ' v) y o � a � 1-4 ,x •� .� o co) bCIS 1-4 ° Cld 4° 1-4 ° ;-4 � H +� O O 1-4 .� 3 O 1-4� O 1-4 0) o 1-4 U V b U CO) Wa 1-4 U U � " 1-4 cd V bA o 'b U (L) a) 4-4 r-4 Cld 1-4 cn 1-4 1-4 VO 1-4 c� U U O X U � U � O N O ° •.. v' cn 4-j a� t '� 'r' ° •° ,� 4-4 � � O O bA cd N M O cd a o 0 0 Cd bo O M I"qcdc� O U O N U O p cdcn �' U cn � 4� � � � 41 cn 42 cn cncd r rCt � r •O � -C� 4-5 A Q Ct con 0 ■�I U VO sem., Cz cz O ,p ;..q P4 M cz U ' m $:! � U U 0 cz O r—+ Q, P ,p O O ct "Cl h■�I cz ;-4v� U ct 4� p r�i� r--+ O U U U �•+ � S-'-+ • •r--4 � U as � Ucz �--40 � -4 M U `� �' O p v v 0 O"cl Cd CldU M cz O U � O �,, as O U •7--+ C/) s--� •O Off., cri CJ Cdcj Cld p o cit M c�� p 0 O � ;� cz � o U ,.. A v� U •� � v� �-+ ►—� � U s-� TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS SECTION 01010 - 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 Sidewalk and Trails Replacement Project at Eight Park Sites includes: Construction and/or installation of new concrete and asphalt sidewalks, 2-inch asphalt overlay, removal of existing concrete and asphalt sidewalks, demolition of an existing pedestrian bridge and installation of a new pedestrian bridge, slope embankment installation, installation of park benches and mobilization for each site. These plans and specifications were prepared for the Parks and Community Services Department by TranSystems Corporation Consultants. The Department of Engineering will administer the contract and furnish inspection. The Contractor shall be responsible for construction layout and stake lines and grades in order to complete work as described in plans and specifications. 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 plans 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. 'f The contractor shall provide all permits and licenses and pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. The Contractor shall contact the City of Fort Worth's Development-Plans Exam Section for a determination of applicable permits or variances required for this project. SECTION 01035 - CONTRACT TIME r 1.01 PROGRESS AND COMPLETION Upon receipt of a notification letter and the executed constriction 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. GENERAL REQUIREMENTS - 1 - 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 Department of Engineering. 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 will be completed within the specified days allowed. Liquidated damages will be assessed if the project runs over the allotted time. SECTION 01100 -ALTERNATIVES 1 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 1.01 SCOPE OF PAYMENT: The Contractor shall accept the compensation as provided in the contract in full payment for furnishing and paying for all materials, supplies, subcontracts, labor,tools and equipment necessary to complete the work of the contract; for any loss or damage which may arise from the nature of the work from the action of the elements, or from any unforeseen difficulty which may be encountered in the prosecution of the work, until the final acceptance of the work by the City; for all risks of every description connected with the prosecution of the work; for all expenses and damages which might accrue to the Contractor by reason of delay in the initiation and prosecution of the work from any cause whatsoever; for any infringement of patent, trademark or copyright, and for completing the work according to the plans and/or specifications. The payment of any current or partial estimate shall in no way affect the obligations of the Contractor to repair or remove, at his own expense,the defective parts of the construction or to replace any defective materials used in the construction, and to be responsible for all damages due to such defects if such defects or damages are discovered on or before the final inspection and acceptance of the work. 1.02 Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20 day of each month that the work is in progress. The estimate shall be processed by the City on the 10th day and 25th day respectively. 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 GENERAL REQUIREMENTS !' -2- 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 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. 1.06 Contractor shall pay subcontractors in accord with the subcontract agreement within five business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payment to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. 1.07 Contractor hereby assigns to City any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 U.S.C.A. Sec. 1 et se (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, GENERAL REQUIREMENTS -3- 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, 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. GENERAL REQUIREMENTS -4- 1.11 CLAIMS AND DAMAGES: Any claims for extra work or for any other related matter or cause must be made in writing to the City Engineer within seven calendar days from and after the cause or claim arises. Unless such claim is so presented, it shall be held that the Contractor has waived the claim, and he shall not be entitled to receive pay thereof. 1.12 TRANSPORTATION: No allowance or deduction will be made for any charge of freight rates. No allowance for transportation of men, materials or equipment will be allowed. 1.13 ACCEPTANCE AND FINAL PAYMENT: The City, upon receipt of the Director's "Certificate of Completion" and "Final Estimate" and upon receipt of satisfactory evidence from the Contractor that all subcontractors and persons furnishing labor or materials have been paid in full and all claims of damages to property or persons because of the carrying on of this work have been resolved, or the claims dismissed or the issues joined, shall certify the estimate for final payment after previous payments have been deducted and shall notify the Contractor and his surety of the acceptance of the project. 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. The final acceptance of the completed work will be by the Parks and Community Services Department and all guaranties covering the completed work and all maintenance periods shall begin with the date of this acceptance. 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. SECTION 01300 - SUBMITTALS Prior to construction,the contractor shall furnish the Parks and Community Services Department a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time for clean-up. The Contractor shall submit to the Project Manager shop drawings, product data�and samples required in specification sections. 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. P GENERAL REQUIREMENTS -5- The contractor or a competent and reliable superintendent shall oversee the work at all times. The superintendent shall represent the contractor in his absence and all directions given to him shall be binding as if given to the contractor. SECTION 01410 -TESTING All tests made by the testing laboratory selected by the City will be paid for by the City. In the event manufacturing certificates are requested,they shall be paid for by the Contractor. SECTION 01500 -TEMPORARY FACILITIES AND CONTROLS The contractor shall take all precautions necessary to protect all existing trees, shrubbery, sidewalks, buildings, vehicles, utilities, etc., in the area where the work is being done. The contractor shall rebuild, restore, and make good at his own expense all injury and damage to same which may result from work being carried out under this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the Owner to be accurate as to location and depth;they are shown on the plans as the best information available from the owners of the utilities involved and from evidences found on the ground. The contractor shall determine the exact location of all existing utilities and conduct his work to prevent interruption of service or damages. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES A warning sign not less than five inches by seven inches,painted yellow with black letters that are legible at twelve feet, shall be placed inside and outside vehicles such as cranes, derricks, power shovel, drilling rigs,pile drivers, hoisting equipment or similar machinery. The warning sign shall read as follows: "WARNING- UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." Equipment that may be operated within six feet of high voltage lines shall have an insulating cage-type guard about the boom or arm, except backhoes or dippers, and insulator links on the lift hood connections. When necessary to work within six feet of high voltage electric lines,the Contractor shall notify power company (TU Electric)to erect temporary mechanical barriers, de-energize the line, or raise or lower the line. The contractor shall maintain a log of all such correspondence. The Contractor is responsible for all costs incurred. GENERAL REQUIREMENTS -6- SECTION 01640 - SUBSTITUTIONS AND PRODUCT OPTIONS 1.01 GENERAL Send submittals for substitutions to: Mike Ficke,Landscape Architect Supervisor (817) 871-5746 Parks and Community Services Department 4200 S. Freeway Suite 2200 Fort Worth,Texas 76115-1499 1.02 PRODUCTS LIST A. Within ten (10) days after date of Contract, submit to Landscape Architect two (2) copies of complete list of all products which are proposed for installation. B. Tabulate list by each specification section. C. For products specified under reference standards, include with listing of each product: 1. Name and address of manufacturer 2. Trade name 3. Model or catalog designation 4. Manufacturer's data a. Performance and test data b. Reference standards 1.03 CONTRACTOR'S OPTIONS A. For products specified only by reference standards, select any product meeting standards, by any manufacturer. B. For products specified by naming several products or manufacturers, select any product and manufacturer named. C. For products specified by naming one or more products, Contractor must submit request, as required for substitution, for any product not specifically named. 1.04 SUBSTITUTIONS A. During bidding, Landscape Architect will consider written requests from prime bidders for substitutions,received at least ten(10)days prior to bid date; requests received after that time will not be considered. GENERAL REQUIREMENTS -7- B. Within thirty (30)days after date of Contract, Landscape Architect will consider formal requests from Contractor for substitution of products in place of those specified. C. Submit two (2) copies of request for substitution. Include in request: 1. Complete data substantiating compliance of proposed substitution with Contract Documents. 2. For products: a. Product identification, including manufacturer's name and address. b. Manufacturer's literature: (1) Product description (2) Performance and test data (3) Reference standards c. Samples, if required. d. Name and address of similar projects on which product was used, and date of installation. D. In making request for substitution, Bidder/Contractor represents: I. He has personally investigated proposed product or method, and determined that it is equal or superior in all respects to that specified. 2. He will provide the same guarantee(or better) for substituted product or method specified. 3. He will coordinate installation of accepted substitution into work, making such changes as may be required for work to be complete in all respects. 4. He waives all claims for additional costs related to substitution which consequently become apparent. E. Substitutions will not be considered if: 1. They are indicated or implied on shop drawings or project data submittals without formal request submitted in accord with Paragraph 1.04. 2. Acceptance will require substantial revision of Contract Documents. SECTION 01700 - PROJECT CLOSEOUT 1.01 CLEANING The Contractor shall make final clean-up of the construction area, to the satisfaction of the Parks and Community Services Department, as soon as construction in that area is completed. Clean-up shall include removal of all construction materials,pieces of concrete; equipment and/or other rubbish. No more than five(5)days shall elapse after the completion of construction before the area is cleaned. Surplus materials shall be disposed of by the Contractor, at this own expense, and as directed by the Parks and Community Services Department. Cleaning of equipment by Contractor or Subcontractor, such equipment as cement mixers, ready-mix trucks, tools, etc., shall take place in an area designated by the Parks and Community Services Department. GENERAL REQUIREMENTS -8- 1.02 GUARANTEE The Contractor shall be responsible for defects in this project due to faulty workmanship or materials, or both, for a period of one(1)year from the date of final acceptance of this project by the Parks and Community Services Department. The Contractor will be required to replace, at his own expense, any part, or all, of this project which becomes defective due to these causes. 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 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 iicbIi2ence of Oivner,its ofrcers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either(a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b)provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems appropriate,refuse to accept bids on any other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. r END OF DIVISION GENERAL REQUIREMENTS -9- SECTION 02100 - 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 02200 -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 inches caliper and less (caliper is the diameter as measured 12 inches 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 1-1/2') inches in diameters, matted roots, rubbish, and foreign debris shall be grubbed and removed to a minimum depth of 24 inches below proposed finished grades. E. Ground covers 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. 3.02 PAVEMENT REMOVAL: A. Bituminous and concrete pavements shall be removed to neatly sawed edges. Saw cuts shall be full depth. If a saw cut in concrete pavement falls within 3 feet of an en SITE PREPARATION 02100 -1 - 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 30 inches in length or width. 3.03 UTILITIES REMOVAL: In general, those utilities on the site that are to be removed and that belong to the Owner shall be removed by the Contractor. The Owner is responsible for arranging the relocation or removal of other utilities owned by utility companies or other parties. 3.04 MINOR DEMOLITION: There may be certain items on the site such as old building foundations, fences, and other undetermined structures and improvements that must be removed before construction can commence. Unless otherwise specified, such items become the property of the Contractor for subsequent disposal. 3.05 USE OF EXPLOSIVES: The use of explosives will not be permitted in site preparation operations. 3.06 BACKFILLING: All holes, cavities, and depressions in the ground caused by site preparation operations will be backfilled and tamped to normal compaction and will be graded to prevent ponding of water and to promote drainage. In areas that are to be immediately excavated, the Architect/Engineer may permit holes, etc.,to remain open. 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 02100 -2 SECTION 02200 -EARTHWORK PART I -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 02100 - 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 not be made on a unit price basis. 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 ,r 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 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 02100, "Site Preparation." Topsoil may be greater or less,than the upper six inches in depth. t r` EARTHWORK 02200 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. B. Cushion Sand: Clean fine sand, free from clay clumps, rocks, or other deleterious material. C. Playground Gravel: Gravel backfill for playground areas shall be washed "pea gravel", clean and free of all foreign materials. Particle size of the gravel shall be 1/8"—5/8". D. Playground Sand: Sand backfill for sand dig areas shall be fine white sand graded with the following sieve analysis limits: Size Percent Percent Passing No. 16 100 No. 30 98 No. 50 62 No. 100 17 No. 200 0 -1 k 2.06 UNSUITABLE MATERIALS A. Topsoil, select material, imported fill, or unclassified fill will be declared as "'unsuitable" by the Owner if, in his opinion,any of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material. 1. Moisture 2. Decayed or undecayed vegetation 3. Hardpan clay,heavy clay, or clay balls EARTHWORK 02200 -2- r 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" a specified p as s spec f ed in Section 02100. 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. PART 3 - EXECUTION 3.01 SITE PREPARATION: In general, "site preparation," as specified in Section 02100, 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 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. E. 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 1 earthwork (including slopes),except where pavement is planned. EARTHWORK 02200 F -3- 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. + 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 02100. 2. At this Park, the Architect/Engineer shall permit the Contractor to "waste" the surplus by constructing additional embankment in an approved location. No additional payment for such work would be due that Contractor. 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 below required subgrade elevation for the entire width of the area under construction and shall be backfilled with suitable materials as indicated on the plans. 3.04 EARTH EMBANKMENT A. Earth embankment is defined as embankment composed of suitable materials removed in unclassified excavation and/or imported fill. The construction of embankment includes preparing the area on which fill is to be placed and the depositing, conditioning,and compaction of fill material. B. General: Except as otherwise required by the plans, all embankment shall be constructed in layers approximately parallel to the finished grade of the graded area, and each layer shall be so constructed as to provide a uniform slope as shown on the grading plan. Embankments shall be constructed to correspond to the general shape of the typical sections shown on the plans, and each section of the embankment shall EARTHWORK 02200 -4- correspond to the detailed section or slopes established by the drawings. After completion of the graded area, embankment shall be continuously maintained to its finished section and grade until the project is accepted. C. Preparation: Prior to placing any embankment,all preparatory operations will have been completed on the excavation sources and areas over which the embankment is to be placed. The subgrade shall be proof rolled to detect soft spots,which if exist, should be reworked. Proof rolling shall be performed using a heavy pneumatc tired roller, loaded dump truck, or similar piece of equipment weighing approximately 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. 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 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 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 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. EARTHWORK 02200 5 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 90 percent of Standard Density ASTM D698 with plus 4 percent or minus 2 percentage points of optimum moisture content. B. Earth Embankment Under Structures and Pavement: The top 6 inches of natural earth comprising the subgrade for structural slabs or for areas of pavement shall be 95 percent to 98 percent of Standard Density ASTM D698 with the moisture content at minus 2 percent to plus 4 percent of optimum. 3.06 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all embankments that are to function as subgrade for structures, areas of pavement, or for select embankment. After completion of the embankment, the Contractor shall prevent excessive loss of moisture in the embankment by sprinkling as required. Loss of moisture in excess of 2 percent below optimum in the top 12 inches of the fill will require that the top 12 inches of the embankment be scarified, wetted, and recompacted prior to placement of the structure, select fill or pavement. If desired,the Contractor may place an asphalt membrane of emulsified or cutback asphalt over the completed embankment and thus eliminate the sprinkling requirement. 3.08 TOPSOIL REPLACEMENT: Topsoil shall be carefully placed to avoid any displacement or damage to the subgrade. If any of the subgrade is rutted, damaged or displaced it shall be restored prior to placing topsoil. Topsoil shall be replaced as specified herein per Item 3.02. END OF SECTION EARTHWORK 02200 -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 corners, or extremely rough surfaces. B. All materials shall be new and conform to all standards as specified. C. The bidder shall be responsible for defects in equipment due to faulty materials or manufacturing, damage or loss. D. 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 fTASI of the Architectural Barriers Act, Article 9102, Texas Civil Statutes (512)453-3211. r1.04 PRODUCT DELIVERY, STORAGE AND HANDLING oA. Protect from inclement weather: wet, damp,extreme heat or cold. rB. 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. r SITE FURNISHINGS 02870 - I - PART 2 -PRODUCTS 2.01 PARK BENCHES—OAKLAND LAKE PARK Wabash Valley Bench—Model No. 3001 The Playwell Group (817) 335-1666 PART 3 -EXECUTION r 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 022- -2- SECTION 02890—PREFABRICATED STEEL BRIDGE PART 1 - GENERAL 1.01 SCOPE OF WORK These specifications are for a fully engineered clear span bridge of steel construction and shall be regarded as minimum standards for design and construction. 1.02 QUALITY ASSURANCE Qualified suppliers must have at least 5 years experience fabricating these type structures. Pre-approved Manufacturers: Continental Bridge 8301 State Highway 29 North Alexandria, Minnesota 56308 1-800-328-2047 Suppliers other than those listed above may be used provided the engineer or owner's agent evaluates and approves the proposed supplier. * Contractor shall provide the bridge manufacturer a copy of these Specifications and the Bridge Plans. 1.03 DESIGN FEATURES A. Span Bridge span shall be 50'-0" (straight line dimension) and shall be as measured from each end of the bridge structure. B. Width Bridge width shall be 8'-0" and shall be as measured from the inside face of structural elements at deck level. C. Truss Type Bridge shall be designed as a half-through "Pratt" truss with one(1) diagonal per panel and square end vertical members. All end vertical members,unless specified otherwise, shall be plumb. Interior vertical members shall be perpendicular to the chord faces. PREFABRICATED STEEL BRIDGE y 02890 - I - 1. Bridge shall be designed utilizing an underhung floor beam(top of floor beam welded to the bottom of the bottom chord). 2. The distance from the top of the deck to the top and bottom truss members shall be determined by the bridge manufacturer based upon structural and/or shipping requirements. 3. The top of the top chord shall not be less than 54 inches above the deck (measured from the high point of the riding surface)on bike path structures. D. Member Components All members of the vertical trusses(top and bottom chords,verticals, and diagonals) shall be fabricated from square and/or rectangular structural steel tubing. Other structural members and bracing shall be fabricated from structural steel shapes or square and rectangular structural steel tubing. To provide lateral support for the top flange of open shape stringers (w-shapes or channels), a minimum of one stiffener shall be provided in each stringer at every floor beam location. E. Attachments 1. Safety Rails Vertical safety rails or pickets shall be placed on the structure to a minimum height of 4'-6" above the deck surface. The pickets shall be spaced so as to prevent a 4" sphere from passing through the truss. Pickets shall be welded to the truss. Pickets shall be placed on the outside of the structure. The top of the vertical pickets shall have a continuous cap angle or some other means to prevent bridge users from cutting or scraping their hands. The picket safety system shall be designed for an infill loading of 200 pounds, applied horizontally at right angles,to a one square foot area at any point in the system. 2. Toe Plate The bridge shall be supplied with a 1/4" x 6" steel toe plate mounted to the inside face of both trusses. The toe plate shall be welded to the truss members at a height adequate to provide a 2" gap between the bottom of the plate and the top of the deck or the top of the bottom chord, whichever is higher. The span of the toe plate (from center to center of supports) shall not exceed 5'-8". PREFABRICATED STEEL BRIDGE 02890 -2-