from: matney m. euis...from: matney m. euis purchasing director

23
TULSA COUNTY PURCHASING DEPARTMENT Ei DATE: March 14, 2018 FROM: Matney M. EUis Purchasing Director <^. TO: Board of County Commissioners SUBJECT: Addendum 2 - LaFortune Park Par 3 Golf Course Renovation On February 20, 2018, the Notice to Bidders was mailed for the LaFortune Park Par 3 Golf Course Renovation. This bid is set to open on the 2nd day of April, wifh bids to be received by the County Clerk's Office until March 29th, 2018 at 4:00pm CST. This addendum is to provide clarifications to specifications as discussed at the pre-bid conference which was held on March 14th, 2018. This addendum is respectfully submitted for your approval. MME/mlb ORIGINAL: Michael WUUs, County Clerk, for the March 19, 2018 agenda. COPIES: Commissioner John M. Smaligo Commissioner Ron Peters Commissioner Karen Keith Vicki Adams, Chief Deputy John Fothergill, Chief Deputy Richard Bales, Director, Parks

Upload: others

Post on 07-Aug-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

TULSA COUNTY

PURCHASINGDEPARTMENT

Ei

DATE: March 14, 2018

FROM: Matney M. EUisPurchasing Director

<^.

TO: Board of County Commissioners

SUBJECT: Addendum 2 - LaFortune Park Par 3 Golf Course Renovation

On February 20, 2018, the Notice to Bidders was mailed for the LaFortune Park Par 3Golf Course Renovation. This bid is set to open on the 2nd day of April, wifh bids to bereceived by the County Clerk's Office until March 29th, 2018 at 4:00pm CST.

This addendum is to provide clarifications to specifications as discussed at the pre-bidconference which was held on March 14th, 2018.

This addendum is respectfully submitted for your approval.

MME/mlb

ORIGINAL: Michael WUUs, County Clerk, for the March 19, 2018 agenda.

COPIES: Commissioner John M. SmaligoCommissioner Ron PetersCommissioner Karen KeithVicki Adams, Chief DeputyJohn Fothergill, Chief DeputyRichard Bales, Director, Parks

Page 2: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

TUKfl (OUflTV

Purchasing Department

A Department of theTulsa County Budget BoardTulsa County Administration Bldg.500 South DenverTulsa, Oklahoma 74103-3832P: 918. 596. 5022F: 918. 596. 4647

Matney M. EllisPurchasing Director March 14, 2018

Board of County CommissionersTulsa County Administration BuildingTulsa, Oklahoma 74103

On February 20, 2018, the Notice to Bidders was mailed for the LaFortune Park Par 3 Golf Course

Renovation. This bid is set to open on the 2nd day of April, with bids to be received by the County Clerk'sOffice until March 29th, 2018 at4:00pm CST.

This letter is to serve as notice that Addendum 2 has been issued for this project. This addendum is toprovide clarifications to specifications as discussed at the pre-bid conference which was held on March 14th,2018. Addendum 2 is available for review and/or download at the following:

. Planning Design Group

. Tulsa County Parks Department

. Tulsa County Purchasing Department

. htt ://www.tulsacoun .or / urchasin vendors

Respectfully Yours,

Matney EllisPurchasing Director

Page 3: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

TUliflTOUIITVtesue Date; March 19, 2018

Addendum 2 to the Bidding Documents for:LaFortune Park Par 3 Golf Course Renovation

The contents of this Addendum 2 supersede and supplement all portions of the above referencedbidding documents (including contract documents, specifications, design package, and previousaddenda) with which Addendum 2 conflicts.

PRE-BID CONFERENCE:The list of contractors in attendance at the mandatory pre-bid conference held on March14, 2018 can be found on the attached Pre-Bid Conference Sign-in Sheet.

The topics covered at the mandatory pre-bid conference held on March 14, 2018 can befound in the attached Pre-Bid Conference Agenda & Notes document.

PROJECT QUESTIONS:All questions for the project must be submitted in writing to Matnev. Ellis@tulsacounfr/. oraby 5:OOpmCST on March 19, 2018. Questions will not be acce ted after 5:00 mCSTonMarch 19 2018.

Questions received by the deadline will be answered via formal addendum issued onMarch 26, 2018.

PROJECT CONTRACT:The County's standard Contract for Project Performance has been attached to thisaddendum. It is the intent that the project will be expedited through the contract process,so this is being included so that each contractor is familiar with the document and will beable to complete as soon as they are notified of them being the awarded bidder.

LIQUIDATED DAMAGES:Liquidated Damages shall be assessed in accordance with the specified Time ofCompletion and in the amounts as defined in the Special Provisions included in the biddingdocuments.

REVISED SOLICITATION CHECKLIST:The Solicitation Checklist has been modified to include the Contractor's "DetailedSequence of Construction and Timeline" as defined in the Special Provisions included inthe bidding documents. The revised Solicitation Checklist can be found attached to thisaddendum.

AUTOCAD DRAWINGS:AutoCAD Drawings are available to all bidding parties during the bidding process.wish to obtain AutoCAD files, you may download the file using the following link:

htt s://tulsa-count .sharefile.com/d-sad7c598fb924b259

If you

Page 1 of 2

Page 4: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

SWPPP REPORT:The SWPPP Report has been attached to this addendum. The Notice of Intent has beensubmitted to the Oklahoma Department of Environmental Quality, but is not finalized atthis time.

ASPHALT MAINTENANCE PATH:The asphalt maintenance path that is to be demolished as part of the contract is +,-14, 000square feet (ft2).

CONSTRUCTION TESTING:It is the Contractor's responsibility to arrange all construction testing on the project at theirexpense. Testing will include, but is not limited to, Greens Mix, Concrete, SoilCompaction, Bridge Construction, etc. Contractor is to refer to specifications for allrequired testing.

ELECTRICAL SERVICE:It is the responsibility of the Contractor to coordinate all requirements for the electricalservice for the project with the power company. All contact information is listed on theelectrical drawings.

BUNKER CONSTRUCTION:It is the Contractor's responsibility to include in their bid which method of bunker liner willbe utilized for construction. It is up to each contractor to which liner is chosen, "CapillaryConcrete Liner" or "Better Billy Bunker System Liner". This should be listed in your"Detailed Sequence of Construction and Timeline" document.

TREE DEMOLITION:2. 1. 1 of Section 2 - Clearing/Demolition in the Golf Course Specifications reads thatstumps must be removed or grinded to a minimum of 12' below the finished grade. Thisshould read 2' below the finished grade.

(End of Addendum 2)

Attachments:

Pre-Bid Conference Sign-in SheetPre-Bid Conference Agenda & NotesContract for Project PerformanceSolicitation ChecklistSWPPP Report

Page 2 of 2

Page 5: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

<Ffe

Company Name Representative

< <-

<? /r ^//^rr. 'c-^ Ew 1c L'-^ , /f /) . <f^ Z<^o^\. e Ck. CQ^ ^ x^j ^ / \A

^, ^-e^ -Z*> ^vt^ ^V^C^C/., ^C^&(?^U»IG- ^Tl^^rvr. S^c-^- S^ei^

ri^' fY'ec'f'ri'c T^K^>& {3g^<s<s<?^^ >hT ..<; t~'. t..^i«» fo^tS

^'^ /< -^0^ 0^5^^» ̂ l'//. «£

/ ^»*' . \^e.^\^5Co L\ IvV ' ^\(A. C<5<sl<_

rL -. fL ^'.^^ , ^ ^\

Pre-Bid Conference - LaFortune Park Par 3 Golf Course RenovationMarch 14, 2018 2:00pm

I.

Phone Number Email Address

8;s. -a . 8 . o A«-^. cu

-^72-^y A. <^ .^^/^-$-57'4c6«+ /yi/p . A)(:@/£LiE ^W)^^7- 7 3 ^ -^ce . K&. .^^^w^^ 0^( ^^^ ^Ci^. c^-.t/y r»/ . ' ^*/ ryor!=.e i^A<s^r«^ ^ -^.^r^ri^ i . <^^

' -^?6/- ^3^ 72i<»m<i3 kijLFfi^ - e/<?<s. r/ c . ^<!><*^_

<7^. so<y . ^7/B OfuAjj <» sKii^epDiiSTet. eeTfti^. fs^

»O^J-( Ll'fifrt V/<. L9

ff e. ' / ^< y 0-

'//{. f t^t^,' 4^-A. . ' 4-»~o1^'

/V^bW., C&ol<- ^Vjl. f>(!o . C^^-

^< o ^LC oHid" ^ 6c . ̂ ;*^ "

W-1^^60^T-^J9/9

^-^ yy^ ^^r

^r-'S^-o^b^}^{^0^ ^^.(^ - ?c? A<Si^<

Page 6: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

Tulsa Count Parks

Pre-Bid Conference A enda & Notes

PROJECT: LaFortune Par 3 Golf Course

DATE AND TIME: Wednesday March 14, 2018 @ 2:00 P. M.

The Pre-bid Conference covers the review of plans and specifications and the bidding procedure forthis project. The following is a summary of comments and instructions to be covered at thisconference.

1. Introductions

. Designers: Heckenkemper Golf, PDG, Cyntergy

. Tulsa County Staff: Parks Department, Administration, Golf Course Staff

2. Project Overview. Golf Course Project and Alternates - Heckenkemper Golf/PDG. Electrical/Sports Lighting - Cyntergy

3. Golf Course Contractor shall have built and completed a minimum of two (2) similar golf courserenovation projects within the past four (4) years. Golf Course Contractor shall supply a list oftheir last three (3) golf course projects per the Statement of Qualifications.

4. Bids for this project should be prepared on the forms supplied. Bidder shall submit thedocuments as listed on the Solicitation Checklist. Contractor shall provide a detailed sequenceof construction and timeline to demonstrate work can be completed within the dates set forthby the contract.

5. Bid Security in the form of a cashier's check, a certified check or a surety bond in the amountof five ercent 5% of the total bid shall also be submitted with the bid.

6. Timeline for Bidding Process:

. Mandatory Pre-bid

. Questions Due

. Bid Responses Due

. Bids Opened

March 14, 2018 @ 2:OOPM (LaFortune Golf Course)March 19, 2018 @ 5:OOPM (Heckenkemper Golf/PDG)March 29, 2018 @ 4:OOPM (Office ofTulsa County Clerk)April 2, 2018 @ 9:30AM (County Commissioners Meeting)

7. Notice to Proceed will be issued on or about April 6, 2018.

8. Work could begin on or about A ril 16 2018.

9. All work shall be completed on or before September 14, 2018.

. Sprigging of all greens must be complete by July 13, 2018

Page 1 of 2

Page 7: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

10. If work is not completed by the end of the contract period or the extension thereof, LiquidatedDamages will be assessed at $750 per each day that sprigging of greens is not completed,and $2, 500 per day that the total project is not complete.

11. Applications for payment shall be made in three (3) copies. Applications for payments shallhave the contractor's invoice and any other supporting detail attached thereto. Contractor'scompany name and address must be on your invoices. Monthly updated project schedulesmust also be attached.

12. All materials provided as part of this contract are tax exempt. Documentation will be suppliedto the general contractor.

13. Five percent (5%) of any payments to the contractor may be held as retainage pendingcompletion and acceptance of the project.

14. Before starting any work the contractor will be responsible for calling OKIE utility locationservice.

15. Permitting is required through Tulsa County. The Contractor shall be responsible for theexpense of permits.

16. The contractor shall arrange for and have conducted any testing required by the contractdocuments and the County for the work performed. The Contractor shall be responsible forthe expense of all testing operations.

17. The Contractor shall at his own expense, furnish and erect such barricades, fences, lights anddanger signals, shall provide such watchmen and shall take such other precautionarymeasures for the protection of persons or property and of the work as necessary.

18. Prior to commencing work, the Contractor shall have a continuous color audio-video recording,recorded digitally on DVD or flash drive, and made of the entire project in a manner thatlogically follows the entire project path in a continuous manner, and a color audio-videorecording shall be made of the entire project at completion. The audio-video record shallbecome the property of the County and shall be delivered to the County prior to commencingconstruction and prior to final payment.

19. Project meetings will be held at 2:OOPM on the first and third Monday of each month unlessotherwise noted. Meeting day, time, and location will confirmed at the Pre-Work Meeting withthe awarded contractor. Meetings will be held at the LaFortune Golf Course Clubhouse unlessotherwise noted.

Page 2 of 2

Page 8: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

CONTRACTFOR PROJECT PERFORMANCE

THIS AGREEMENT, made and entered into by and between the Board of CountyCommissioners ofTulsa County, Oklahoma, a political subdivision of the State of Oklahoma, and

hereinafter referred to as "County", and

Hereinafter called "Contractor".

WITNESSETH:

That for and in consideration of the mutual terms, covenants and conditions hereinafter setforth, the parties agree as follows:

1. Recitals. The County has heretofore called for bids for the LaFortune Park Par 3 Golf CourseRenovation.

Hereinafter called the "Project", same to be in accordance with the plans and specifications thereforeprepared by Heckenkem er Golf Course Desi n a division of PDG LLC, hereinafter referred to asArchitect, which plans and specifications are on file in the office of the County Clerk at the TulsaCounty Courthouse and are further identified as all the contract documents, blueprints, drawings andany addenda thereto and are hereby made a part hereof; all of which insfa-uments shall be hereinafterreferred to as "plans and specifications", which shall mean the plans, specifications, drawings, generalconditions and any and all other instruments prepared and filed with the County Clerk in connectionwith this project. Notice to Bidders dated Februa 20 2018, wherein the County called for bids asaforesaid, was published in the TULSA WORLD on Februa 23 and March 2 2018, as appearsmore fully in the affidavit of the publisher, BH Media Group., a corporation, said affidavit beingon file in the office of the County Clerk ofTulsa County Courthouse. Pursuant to advertisement forbids, the sealed bid proposal of Contractor was duly received and publicly opened on the date and atthe time prescribed in the Notice to Bidders, in the County Commission Room, Tulsa County Courthouse,and bidder names read aloud as were all other bids duly received. The bid of Contractor is now on file inthe County Clerk and is incorporated herein and made a part hereof by reference, as fully as if copied atlength herein. By order and direction of the Board of County Commissioners of Tulsa County,Oklahoma, all bids received for this project were filed and examined to determine the lowestresponsible bid therefore. Thereafter, on A ril 9 2018, at a regular meeting of the Board of CountyCommissioners ofTulsa County, Oklahoma, the Contractor's bid was accepted as the lowest responsiblebid for said construction. Contractor admits that he has visited the site of the project and that the plansand specifications are sufficient to accomplish their intended purposes, to which Contractor does agreeand warrant. This contract, together with the plans and specifications, general conditions. Contractor'sbid and any other documents hereinafter identified, constitutes fhe entire agreement between the partieshereto.

2. Bonds, Insurance and Indemnity. Contractor's performance bond, statutory defect bond, paymentbond, and all insurance policies, shall be submitted to the County for approval by the District Attorneyconcurrently with the submission of this agreement. This contract shall be of no force or effect until allsuch bonds, insurance policies and/or insurance certificates required herein and in the contract documentsare submitted to the District Attorney's office and there approved as to form and content and placedon file in the office of the County Clerk of Tulsa County. Upon approval of the bonds, insurancepolicies, and/or insurance certificates required herein and the contracts due execution and filing, theContractor's bid bond shall be released.

Page 9: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

Contractor shall submit all bonds, insurance policies and/or insurance certificates required inthe plans and specifications and in the general conditions and contract documents, and shall do no workon this project until the same have been approved by the County. The Contractor shall purchaseand maintain property insurance, if required, upon the entire work at the site to the full insurable valuethereof. This insurance shall include the interest of the County, the Contractor, Subcontractors and Sub-subcontractors in the work and shall insure against the perils of fire, extended coverage, vandalism andmalicious mischief.

Contractor shall at all times save and hold the County harmless from any damage, loss or expensedue to the performance of this contract and/or Contractor's operation hereunder. It is furtherunderstood and agreed that if any part of Contractor's work depends upon the work of any othercontractor, firm, or person, other than one of the Contractor's sub-contractors, Contractor shall inspectand promptly report to County and/or Architect any and all defects of such work as would render itunsuitable for proper performance under this contract. The tenn "Work" shall mean labor and materialsand/or the furnishing and performance thereof. Failure by Contractor to inspect and report any suchdeficiency by any contractor other than one of his sub-contractors as not being fit, adequate and properwork for the reception of the work to be done by Contractor shall not excuse Contractor from timely,due and proper performance of his work under this conti-act, and this clause shall not be construed orinterpreted as relieving the Contractor of any and/or the primary responsibility hereunder to report suchdeficiency.

Due and proper performance imder this contract shall mean that all work shall beperformed in a good and first-class, workmanlike manner, and the requirement of dueperformance of this contract in a good and workmanlike manner shall extend to and encompass anyand all work done under this contract by the Contractor and/or any of his sub-contractors.

3. Scope of Work. The work to be done and perfonned by the Contractor is that contained in the basicbid proposal in which Contractor has agreed to do such work for the sum of

In consideration of the payment thereof, Contractor shall, in a good and first-class, workmanlikemanner, at his own cost and expense, furnish all labor, materials, and supplies, all necessary tools andequipment required to commence, perform and complete this project in strict accordance with the plansand specifications.

4. Construction. It is understood and agreed that Contractor shall, within ten (10) days after receiptof a work order, commence the performance of this contract, and shall thereafter diligently prosecute suchperformance until completion of same. In any event, Contractor shall complete construction andperformance of this contract in accordance with the bid proposal of Conti-actor, and pursuant to theconditions stipulated in the general conditions which require that s ri in of all reenstobecom letedb Jul 13 2018 and Hnal corn letion of total ro'ect shaU be b Se tember 24 2018. Contractor

shall at all times be represented at the site of the project by a competent foreman or superintendentsatisfactory to Architect. Said representative shall have authority to act for the Conti-actor in allrespects and in all matters concerning the work and perfonnance of this contract, and anycommitment, action or representation made by said agent shall be fully binding upon Contractor as fullyas if made by it. All work shall be perfonned in a good and first-class, workmanlike manner in strictaccordance with the said plans and specifications.

Page 10: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

5. Title. Title to all materials to be furnished by Contractor shall remain in Contractor, andContractor shall retain all risk of loss or injury to said materials until fmal approval andacceptance of complete perfonnance of this contract.

6. Alterations and Extt-as. It is hereby specifically noted and agreed that neither Architect or anyother agent of the County of Tulsa has authority to vary, modify or add to the terms andconditions of the contract documents to the prejudice of the County. Contractor shall not beentitled to any claim for extras in any amount, whether performed or not, unless before thecommencement thereof such extras shall have been approved and authorized in writing by theBoard of County Commissioners of the County of Tulsa, and ratifications of any extrassubsequent to the act shall be illegal and not binding upon County.

7. Progress Payments. The County shall make payments on account of the contract and asprovided in the contract document, as follows:

In the event Contractor has duly performed this contract without delay, deviation ordefault. Contractor may on or about the 10 day of each calendar month following the authorizedcommencement and performance of this contract, obtain Architect's certificate of estimate as to thepercent of value of completion, based on labor and materials incorporated in the work, and of thematerials suitably stored at the work site up to the last day of the preceding calendar month, and onthe basis of daily certified and approved estimates of the work performed during the precedingmonth as submitted by the Contractor to the Architect, together with the proofs of payment asrequired in the plans and specifications and the contract documents, and the County shall uponpresentation of Architect's certificate, including a sworn certification by the Architect that work forwhich payment is claimed has been performed and that such work conforms to the plans andspecifications for the project, pursuant to Sec. 23 of the Oklahoma Public Competitive Bidding Actof 1974, and upon submission of affidavits as required by Senate Bills 469 and 565 of the 1974Oklahoma Legislature, pay to Contractor ninety percent (90%) of such estimates, less the aggregate ofall previous payments made thereunder.

Requests for payment shall be submitted to Architect on AIA document G702accompanied by ALA document G702A or any other form acceptable to the County, listing thepercentages of completion for the various items of the contract.

8. Subcontracts. A subcontractor is a person who has a direct contract with the Contractor toperform any of the work at the site. The Contractor shall submit a list of all Subcontractorsproposed for the principal portions of the work within five (5) calendar days from the date hereof.Approval of all Subcontractors must be had before commencement of work, which approval shall notbe withheld an unreasonable length of time. The Contractor shall not employ any Subcontractor towhom Architect or the County may have a reasonable objection. In the event of any rejection of aproposed Subcontractor, the Contractor shall immediately submit an additional proposedSubcontt-actor for the work contemplated in the same manner as the original list.

9. Acceptance and Final Payment. Upon full performance hereof, and completion of the project,Contractor shall give written notice to Architect that the work is ready for final inspection andacceptance, and shall at the same time submit evidence satisfactory to Architect and the Countythat all payrolls, materials bills, sums due Subcontractors and any or all other indebtednessconnected with the work has been fully paid. Architect shall promptly make an inspection of thework and constmction done. In the event any portion of the work is not in accordance with theplans and specifications or is faulty, whether such defect be latent or patent, discovered orundiscovered, before the final acceptance under this provision, Contractor shall at his expense

Page 11: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

remedy such deficiencies or defaults and correct any improper construction or workmanship asmay be specified by the County, and/or its Architect, and shall thereupon complete performanceof this contract in accordance with the plans and specifications and these contract documents.

When, upon inspection, Architect finds that the project has been folly completed and theconti-act fully perfonned, he shall promptly issue and deliver to the County and the ContractorArchitect's signed final certificate stating that the work specified in the conti-act has beencompleted and is ready for acceptance under the terms and conditions of this instt-ument. Suchcertificate shall state the entire balance found to be due to Contractor. Upon receipt of the finalcertificate from Architect and the duly sworn certificate and affidavits as required in Section 7above, and approval thereof by County, and a finding by County that said work has beencompleted according to the terms and conditions of the contract documents. County shall withintwenty (20) days thereafter pay to Contractor the entire balance then due and payable under fhe termsof this contract. It is hereby specifically noted, understood and agreed that Architect's certificates,whether for the issue of any progress payment or the final certificate for the issue of the final paymenthereof, shall not of itself constitute an approval or acceptance of any faulty work or defectivematerials, whether latent or patent, neither shall any payments, whether progress payments orfinal payment by the County, constitute a waiver and/or acceptance of any defective or faultyworkmanship or materials hereunder. On such final completion Contractor shall furnish to Countya release of all claims and right of lien and sworn statements as required by law, and Contiractorhereby acknowledges receipt of statutory notice to furnish the same before final payment shall be dueunder this contract. The full performance of this contract shall be subject to Contractor's fullperformance of all the obligations contained thereunder, together with the specific items andobligations and the full performance thereof contained in the contract documents, plans andspecifications, general conditions, and addenda thereto, heretofore identified in this contract.

10. Discrimination Prohibited. The Contractor agrees, and further agrees to require of allSubconti-actors, that no person in the United States shall, on the grounds of race, religion, color,national origin or sex be excluded from participation in, be denied the benefits of, or be subjected todiscrimination under this agreement or by performance thereof.

11. This contract is to be governed by and construed according to the laws of the State ofOklahoma. If it should appear that any of the terms hereof are in conflict with any rule of law orstatutory provision of the State of Oklahoma, then the terms of the conti-act which may conflict wifhthe laws of the State of Oklahoma shall be deemed inoperative and null and void insofar as they maybe in conflict therewith, and shall be deemed modified to confonn to such mle of law.

12. In the event of any conflict, inconsistency, or incongruity between the provisions of theContract for Project Performance and any of the provisions of the plans and specifications, theprovisions of this Contract for Project Performance shall in all respects govern and conb-ol.

Page 12: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

DSJ WITNESS WHEREOF, the parties hereto have executed in multiple copies this

day of , 20_.

ATTEST:

"COUNTY"Board of County CommissionersTulsa County, Oklahoma

County Clerk

APPROVED AS TO FORM:

Chairman

Assistant District Attorney

ATTEST- "CONTRACTOR"

Secretary

STATE OF OKLAHOMA

COUNTY OF TULSAss

Contractor

ByTitle

of lawful age,being first duly sworn on oath says that (s) he is the agent authorized by Contractor to submit the aboveconti-act to the Board of County Commissioners of Tulsa County, Oklahoma. Affiant further states thatContractor has not paid, given, or donated or agreed to pay, give, or donate to any officer or employeeof the County ofTulsa any money or other thing of value, either directly or indirectly, in the procuring ofthe contract.

Subscribed and sworn to before me this_day of , 20-.

Notary Public

(SEAL) My Commission Expires:

Page 13: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

lUUtilUUIIIV-^- Tulsa County Purchasing

Construction - Solicitation Checklist

NOTE: The below list serves to provide a checklist of the standard documents required to be completed and returned withall bids. It is the bidder's responsibility to review the solicitation specifications for any additional requested and/orrequired documents.

Invitation to Bid / Request for Proposal with Bidder Information section completed

I Construction - Bid FormFill in all blanks on the bids forms, including acknowledgment of addenda, base or total bid price, all alternatesor unit prices. Use words and numbers where required: Double-check all bid prices to ensure price listed iscorrect.

I Construction - Bid Affidavits (original, signed and notarized)If any of the questions on the affidavit do not apply to you, you must enter "NONE" in the space provided. Out ofstate bidders should change State of Oklahoma at the top of the form to indicate where the bidder is located.

I Bid SecurityAttach proper bid security as required in_specifications (Required if bid is more than $50,000). Bid Bonds mustcontain original signatures and have a "Power of Attorney" attached. Copies of Bid Bonds are not acceptable.Checks must be either a certified or a cashier's check.

|W-9 Form

[Include all documentation, certifications, or other special submittals required by the"specificiations

Golf Course Contractor Statement of Qualifications, andDetailed Construction and Timeline Schedule.

J This checklist document with signature below

IMPORTANT: Bid / Proposal submissions which do not include the above required documentation

may be rejected. Please checkmark the above to ensure that the requested documentation is included

with your bid / proposal submission.

Please sign and return this document as authorized representative, acknowledging receipt of this

information:

(Supplier Authorized Signature)

(Printed Name)

(Company)

(Date)

Page 14: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

LaFortune Park Golf CourseTulsa, OklahomaFebruary 2018

SITE DESCRIPTION

Project Name and Location:LaFortune Park Golf Course5501 S. Yale Ave.Tulsa, OK 74135(918)596-8627

Owner:

Tulsa County Park Department2315 W. Charles Page Blvd.Tulsa, OK 74127(918) 596-5990

Description:This project will repair and renovate an existing 18-hole Par 3 golf course.

Soil disturbing activities will include: installation of perimeter erosion and sediment controls,select tree removal, grading, lake edge modification, irrigation and drainage installation,installation of cart paths, and preparation for final grassing.

Existing asphalt access roads and parking lots will be utilized to provide ingress and egress.

Runoff Coefficient:The final coefficient ofrunofffor the site will be c = 0. 15

Site Area:

The site comprises approximately 205. 0 acres of which approximately 35. 0 acres will bedisturbed.

Sequence of Major Activities:1- Install silt fence.2- Select tree removal.3- Grade according to plans.4- Install irrigation, drainage lines and basins.5- Install silt fence around inlets.

6- Install concrete cart paths.7- Install gravel and greensmix in greens.8- Final grade work area.9- Re-vegetate according to plans.10- Remove any sediment from inlets andremove silt fence upon turf maturation.

NPDES1

Page 15: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

Name of Receiving Waters:The entire site will drain into Joe Creek which bisects the project site. The runoffwill eventuallyreach the Arkansas River.

SITE MAPThe constiiiction plans for this project were prepared by Heckenkemper Golf Course Design,Tulsa, Oklahoma, issued for construction, February 2018. Sheets BCD-1 Existing Conditionsand Demolition Site Plan, CD-I Conceptual Grading and Drainage Plan, and D-2 ErosionControl Notes and Details are attached for reference as the Site Map and Erosion Controlinforaiation of this project.

CONTROLSThe specific constmction procedures of sediment barriers, pemianent seeding, sodding and otherprotective measures are fully set forth in the construction plans and specifications. In the eventof any omissions, installations procedures shall confonn to Oklahoma Department ofTransportation specifications.

Erosion and Sediment Controls

Temporary Stabilization - Topsoil stock piles and disturbed portions of the work area whereconstruction activities temporarily cease for at least 21 days will be stabilized with temporaryseed and mulch no later than 14 days from the last activity in that work area. The temporary seedwill be Annual ryegrass planted at a rate of five pounds per 1, 000 square feet. After seeding,each area will be mulched with 75 pounds of hay per 1,000 square feet.

Pennanent Stabilization - Upon completion of final grading, the site will be vegetated inaccordance with the attached Sheet CG-1 Conceptual Grassing Plan. The Owner's golf coursesuperintendent will apply supplemental watering and fertilizer amendments as needed to promotevigorous growing turf.

Stabilization Practices

Inlet Protection - Inlets will be protected by silt fence and will remam m place until all areascontributing to each inlet have been adequately stabilized to eliminate sediment entering basins.

Storm Water ManagementStorm water mnoff from the site drains into existing creeks and lakes. The stonn water willcombine with other storm water being discharged from storm sewers collected from theneighborhoods located east and north of the project site. An existing lake will settle out sedimentand slow storm water flows prior to flowing into the undisturbed portion of Joe Creek near theeast side of the project site. No additional runoffwill be created because of this project.

OTHER CONTROLS

Waste Materials

All trash and construction debris from the site will properly stored and disposed of in a suitableregulated disposal facility. No constmction waste will be burned or buried onsite.

NPDES 2

Page 16: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

Hazardous Waste

All hazardous waste material will be disposed of in the manner specified by local or Stateregulations or by the manufacturer. Site personnel will be instructed in these practices.

Sanitary WasteAll sanitary waste will be collected from the portable units a minimum of one time per week by alicensed sanitary waste management contractor in accordance with local regulations.

Offsite Vehicle TrackingA stabilized construction entrance will help reduce vehicle tracking of sediments. The pavedstreet and parking lots will be swept when necessary to remove excess mud, dirt or rock trackedfi-om the site. Dump trucks hauling material from the site will be covered with a tarpaulin.

TIMING OF CONTROLS / MEASURES

As indicated in the Sequence of Major Activities, the silt fence will be installed pnor to clearingor grading of any portion of the site. Areas where construction activity temporarily ceases formore than 21 days will be stabilized with temporary seed and mulch within 14 days of the lastdisturbance. Once constanction activity ceases pennanently in an area, that area will be stabilizedwith permanent seed and mulch. After the entire site is stabilized, all acciunulated sediment willbe removed from the inlets.

CERTIFICATION OF COMPLIANCE WITH FEDERAL STATE AND LOCALREGULATIONS

This plan was prepared in accordance with the EPA Summary Guide entitled "Storm WaterManagement for Constmction Activities: Developing Pollution Prevention Plans and BestManagement Practices", published by the United States Enviroiunental Protection Agency,Office of Water. There are no other applicable State or Federal requirements for sediment anderosion site plans (or permits), or storm water management site plans (or permits).

MAINTENANCE / INSPECTION PROCEDURES

Erosion and Sediment Control Inspection and Maintenance PracticesThese are the inspection and maintenance practices that will be used to maintain erosion andsediment controls.

. All conti-ol measures will be inspected at least every two weeks and following any stormevent of 0. 5 inches or greater.

. All measures will be maintained in good working order; if a repair is necessary, it will beinitiated within 48 hours of report.

. Built up sediment will be removed from silt fence when it has reached one-third the height ofthe fence.

. Silt fence will be inspected for depth, tears, to see if the fabric is securely attached to thefence posts, and to see that the fence posts are finnly in the ground.

. Temporary and pemianent seeding and planting will be inspected for bare spots,washouts, and healthy growth.

. A maintenance inspection report will be made after each inspection. A copy of the reportform to be completed by the inspector is attached.

NPDES 3

Page 17: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

. Three individuals involved with this project, will be selected, and assigned responsibility forinspections, maintenance, and repair activities, and filling out the inspection and maintenancereport.

. Personnel making the inspections will be properly trained in all aspects of the requiredreporting, inspections, and repairs.

Non-Storm Water DischargesIt is expected that the following non-storm water discharges will occiir from the site during theconstmction period:. Water from water line flushings.. Pavement wash waters (where no spills or leaks of toxic or hazardous materials have

occun-ed).. Uncontaminated groundwater (from dewatering excavations).All non-storm water discharges will be directed to a silt fence protected inlet for discharge orother area that will not result in erosion or sediment loss.

INVENTORY FOR POLLUTION PREVENTION PLAN

The materials or substances listed below are expected to be present onsite during construction:. Concrete

. Fertilizers

. Petroleum Based Products

. Wood

SPILL PREVENTION

Material Management PracticesThe following are the material management practices that will be used to reduce the risk of spillsor other accidental exposure of materials and substances to storm water runoff.

Good HousekeepingThe following good housekeeping practices will be followed onsite during the constructionproject:. An effort will be made to store only enough product required to do the job.. All materials stored onsite will be stored in a neat, orderly manner in their appropriate

containers and, if possible, under a roof or other enclosure.. Products will be kept in their original containers with the original manufacturer's label.. Substances will not be mixed with one another unless recoiiunended by the manufacturer.. Whenever possible, all a product will be used up before disposing of the container.. Manufacturer's recommendations for proper use and disposal will be followed.. The site superintendent will inspect daily to ensure proper use and disposal of materials

onsite.

Hazardous Products

These practices are used to reduce the risks associated with hazardous materials.. Products will be kept in original containers unless they are not resealable.. Original labels and material safety data will be retained; they contain important product

information.

NPDES 4

Page 18: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

. If surplus product must be disposed of, manufacturers or local and State recommendedmethods for proper disposal will be followed.

Product Specific PracticesThe following product specific practices will be followed onsite:

Petroleum Products

All onsite vehicles will be monitored for leaks and receive regular preventive maintenance toreduce the chance of leakage. Petroleum products will be stored in tightly sealed containerswhich are clearly labeled. Any asphalt substances used onsite will be applied according to themanufacturer's recommendations.

Fertilizers

Fertilizers used will be applied following industry accepted rates and procedures. Once applied,fertilizer will be watered into the soil to limit exposure to storm water. Storage will be in acovered shed. The contents of any partially used bags of fertilizer will be transferred to ascalable plastic container to avoid spills.

Concrete Trucks

Concrete tmcks will be allowed to wash out or discharge surplus concrete or drum wash wateronly at designated locations on the site.

Spill Control PracticesIn addition to the good housekeeping and material management practices discussed in theprevious sections of this plan, the following practices will be followed for spill prevention andcleanup:

. Manufacturers' recommended methods for spill cleanup will be clearly posted and sitepersonnel will be made aware of the procedures and the location of the infonnation and cleanupsupplies.

. Materials and equipment necessary for spill cleanup will be kept in the material storage areaonsite. Equipment and materials will include but not be limited to brooms, dust pans, mops,rags, gloves, goggles, kitty litter, sand, sawdust, and plastic and metal trash containersspecifically for this purpose.

. All spills will be cleaned up immediately after discovery.

. The spill area will be kept well ventilated and personnel will wear appropriate protectiveclothing to prevent injury from contact with a hazardous substance.

. Spills of toxic or hazardous material will be reported to the appropriate State or localgovernment agency, regardless of the size.

. The spill prevention plan will be adjusted to include measures to prevent this type of spillfrom reoccurring and how to clean up the spill if there is another one. A description of the spill,what caused it, and the cleanup measures will also be included.

NPDES 5

Page 19: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

. The site superintendent responsible for the day-to-day site operations, will be the spillprevention and cleanup coordinator. He will designate at least three other site personnel whowill receive spill prevention and cleanup ti-ainmg. These individuals will each becomeresponsible for a phase of prevention and cleanup. The names of responsible spill personnel willbe posted in the material storage area and in the office trailer onsite.

POLLUTION PREVENTION PLAN CERTIFICATION

I certify under penalty of law that this document and all attachments were prq)ared under mydirection of supervision in accordance with a system designed to assure that qualified personnelproperly gathered and evaluated the infonnation submitted. Based on my inquiry of the person orpersons who manage the system or those persons directly responsible for gathering theinformation, the infonnation submitted is, to the best of my knowledge and belief, tme, accurate,and complete. I am aware of the significant penalties for submitting false information, includingthe possibility of fine and impriso ent for knowing violations.

Signed: 2/9/18Heckenkemper Golf Course Design

CONTRACTOR'S CERTIFICATION

Date

I certify under penalty of law that I understand the terms and conditions of the general NationalPollutant Discharge Elimination System (NPDES) pennit that authorizes the storm waterdischarges associated with industrial activity from the construction site identified as part of thiscertification.

Signed:General Contractor Date

Street

City State Zip

A/C Phone Number

NPDES 6

Page 20: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

tt.1 a "a. -JSKSSS

*^^^"""-1 Jl..-_ .-i-._''

t» POIENIWliTABUiED

?'k

-k-

E N U B^s,

LIGKT POLES REMOVED' 66TREES REMOVED: 37

PREPARED ron:

TULSA COUNTYPARKS DEPT.

n«: PU)BMIN Rn: |i«tnwm

i. rALEAVE. SUKEIIO.

5,"'A"

DRAWN BV CHECKED yi

A»-

^

'sn

^

EXISTINGCONDII10NS&DEMOLmONSTE PLAN

ECD-1

Page 21: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

SOUTH YALE AVENUE

690-0

G

PREPARED FOR:

TULSA COUNTYPARKS DEPT.

nx*. ; (iwstwni hi'. wmwi

/-t"STGffiS- %£

Q

'«0

ts?

4

/

<0

7

^?

r^:ORAINAGE n-EOEND v/

ADS N-12 DRAIN PIPE

"°f,

0-

GS

^

^

0

,©1

^

(. vs

0

0 ^.0

^

s'\.

<^ <^-t

NOTE: ALL DRAINAGE PIPE TO BE 6"DIAMETER UNLESS OTHERWISE NOTED.

iiSSS.SSi'iffK

pRaiECT NDoness:

LtFORTUNE PMKGOU- COURSESMIS.YALEAVE.TUUAOKWM

BATE WtB

Mt-

Ip»

i

CONCEPTUALORADINQ&

DRAINAGE PLAN

CD-1

Page 22: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

SOUTH YALE AVENUE

690-

PREPARED TOR:

TULSA COUNTYPARKS DEPT.

; rfnMni hr. pniwn

©

^

9

=^>

<0

v

0

r^i

^

0

C3SRASSING LECaiEND

%

^Q,

<-77

0

?'.-

^

^^

0 ^>.0

iit> ^

\ Q -^

}. ^

J

/

DRAVWBT CHECKEDBt

s^^lln

r

CONCBTUALQRASSINQPLAN

-^

CG-1

Page 23: FROM: Matney M. EUis...FROM: Matney M. EUis Purchasing Director

WHERE SRADEBtCEEDS;S »,.0«E>.WEXTRA STRENGTH RLTER FABRIC NEHim

SSn«EKSgS,,.\EQUIVALENT HBGHT

SUPPLY WftTER TO VWSH

UPSTREAM SIDE OF POST

W MUOMUM SMCtHS WTHWIRE SUPPORT FENCE«. MAMKUM SPWCINtt WITHOUTVMRE SUPPORT FENCE

PLAN VIEW

ay HISH MAXIMUM

roNDINOHBOHT

APPROXIMATELY TVffiNTT-FOWt WDINCH LONG, TWB.VE (171 INCHESwoe /WD ax p-> INCHES HGH.

PONGIN5 HEIGHT

SECTION A.A

PREPARED FOR:

TULSA COUNTYPARKS DEPT.

damlwmpftfCouree'Dcst"

»CT», £t*NI. LOCATION OF THE BtTRAtUE TO BE DCIHIMIWD er TW OMd

2. TW^BMtANceSU*U-mMA1WTAirCDIH*CO mWTmTMIU.. FKWBn-TOACKIHO on nj awiNo or SEDIM'WT OHIO PUBUC. ivwr-cf^wrs. THIS MAYRecuiRe Tor PWSSINS. RBPAIR AW/OR CLBANOin- OF ANT MEASURE& U6B7 TO

fl-Xr-TltBICHWTHCGWPAC7HSI

TRB<CH DETAIL

NOTB.

MUST EC IK5TAILED .r TO Avrto NOTICE OF VtOLATIOH

3, A "REASSttABLE" CCSleH &m PiWTI&LE TO &APTURE W»T BC SB-E&IBB.

9. SIZE t?ISTRIB>mON OF UF5TTtEhW SOIL PWCT16LE9 WBT BE B/ALUATCD.

1 TOB MASS OF THE DEBiaN SIZE

PftOJEOT ADDRESS;

^^.ss:°°lTULSA. OK741U

S. t+CN MWHIIW IS KBflUIRECI, n- SHAU. K DO»C ON W. ARBA 9Ti*BIUa-0 MIW

Bffi NGTE5 C/0^.2.

TEMPORARY GRAVEL CONSTRUCTION EMTHANCE EXfTNOTTOg&ALC B RLTER FABRIC SLT FENCE

NOTT03CAU;

"

BOCK BAG INLET SEDIMENT BARRIERHOT TO SCALE

-^ Temporary Erosion ControlSMALL 6RAINS SU&H M WTS. fWE. WEAT, 9UPW& W > SORSWM& MW TW MCW^^^.*sr%@N^^^s%%^^^T1W PERIdP MAT BE SHORTER DURINS PERIODS OF EROSIVE RAINFALL.

IF -nc iWEA TO BE SSOEO HAS BSN RECBtTl.Y UWSENBl TO TW EXTSn- IWiT

y-is'ssz'^s. ss^siss's^i^ ss'iF^rssOI* SOIL 3HM-1. Be LOOSSCi 9t WSWS OK ffUBt SUIT»*SLE WANS.

Permanent Eroalon ficntnl

a. TtiE SURFACE SHNJ. BE LOOSENB? EuEHLY 10 A DBTH OF a TB 9 IWtCS AW\o^o-w mmLiaR flo BOUNDS FBI 1000 aauAftc nwr on oo roues FBI*6TC» BWU. BE MIXED MITH TW IjOOSOBO SUIIFACC SOIL m' DISCINe 01 (mBl

9. SOILS CT<H TO HB HtSH-r ACfDK SHAU. HB UK

4. SBEOINfl OPTtONS ARE AS FBLLOWS.

sn

ATTACH FILTER FABRIC SECURELY TO 2X4W»D FRAME. OVERLAPPING FABRIC TONBCT STAKE

PONUNOHBOHT

IB-MUW.

-PONUNOHS

»v5;uiS^£Sff3S^5>inSJ^t3S^"wvu<a. uiea»M.HewonBa)r/AiBn- rw. BWn»HtwuMLHWus, nwAU. 3»t4Ma»npnw<!-

. SOILS KNOW TO BC W8HLV AtllOIS SHN4.

i. saoiHs OPTIONS ws AS ffOLLOMS.

FLAW

HOVM.

ass""0-AT3

iSST

40LBS2BU.2&1.SBU.

WLB&

0.-IOLB6SjdOLse

%gl^o Lee

' LIME TltCATt-P.

CW/B TO 11/SOCW19 TO D/'90CWIS TO lt/30CW1S -R? 11/9000/01 TO 0^/BCWOI TOCW/IS

1/4 IN.BIN,1£

1 SHWJ. BG PWU£P UNtFOWLY.. wew- ANsLes TO T eeeuu. ajopE

10. WSW W\W DO NOT OEWJSP A SUFFI&IENT COVBt SHALL BE REPUWTECi.

11. 1W 5B3ED AREA SHALL BE WATERS? WCN TCAStBLE WO NSS?.

10 U ^'1?°^?04WI TO 06fl»B4:L<WmftA» 40 IBS O.tO LBS

9. anna SHALL BE CTULL^ uNiroRM-r.

a. aSDirUIWPLOdTSSHOlLDBeUSaiATWem-ANSLESTO-ffeeBCRALSLOFE

'. WUUSH SHALL BC uan» t*W»E NBBSBD.

EROSIONCONTROL NOTES

& DETAILS

SLTFEMOT TO SCALE

ET SEDMENT BARRIER0-2