Loading...
HomeMy WebLinkAboutContract 47432 gcyp + THIS COPY PSFOR: CRUAW CICONTRACTOR CONTRA", Mo. CULTV SECRETARY SPONSORING U*Fr PROJECT MANAGER FMD FIGO COPY THE CITY OF FORT WORTH, TEXAS VICTORY FOREST RECREATION CENTER PMD 013-15 CITY PROJECT ## C00130 FORT WORTW ]BETSY PRICE DAVID COOKE MAYOR CITY NIANACER Steve Coope Director, Property Management Department Richard Zavala Director, Parks and Community Services Department RPDA Design Groep, Inc. OFFICIAL RECORD CITY SECRETARY C. Perry Builders, Inc. FT. WoR'rli,T7€ December 2015 fowl 1mAnicklan to Offerors Page 1 of 27 Vicfary Forest Recreation Center(Decemk?ar 2, 15) City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 1218/2015 - Ordinance No. 21988-12-2015, 21989-12-2015, 21990-12-2015 & 21991-12-2015 DATE: Tuesday, December 08, 2015 REFERENCE NO.: C-27552 LOG NAME: 80VICTORY FOREST RECREATION CENTER SUBJECT: Authorize Execution of a Construction Contract with C. Perry Builders, Inc., in the Amount of$5,155,700.00 for the Construction of a New Recreational Building and Provide for Admin'strative Costs in the Amount of $375,700.45 for a Total Anticipated Project Construction Cast of$5,531,41 0.45, Adopt Ordinance Finding Conditions Have Materially Changed so that $317,570.14 in 2004 Capital Impmvernent Program Funds Originally Designated for New Walks arld Trails is Unnecessary for that Purpose and Therefore Allocated to the Victory Forest Recreation Center as an Eligible Project and Adopt Appropriation Ordinances (GOUNCII- ID]STRICT 9} (2014 13OND PROGRAM) RECOMMENDATION. It is recommended that the City Council: 1. Adept the attached appropriation ordinance increasing the appropriation ferthe Victory Forest Recreation Center project from the reserved Park Planning Fees in the amount of$641,670.41 in the Park Dedication Fees Fund ; 2. Adopt the attached appropriation ordinance increasing the appropriation for the Victcry Forest Recreation Center project from the reserved Interest Earnings in the amount of$282,482.00 in the Park Dedication Fees Fund; 3. Adopt the attached appropriation ordinance increasing the appropriation for the Victory Forest Recreation Center pruier-t frorn the reserved Community Centers sub Fund in the amount of$57,540.56 `n the Park Improvements Fund; 4. Adapt the attached ordinance finding that conditions have materially changed so that the $317,570.14 in Programmable 2004 Capital Improvement Program (CIP) designated for use vvithin New Walks and Trails Match Fund to support Trinity River Vision should be used towards the construction of the Victory Forest Recreation Centerwhich will benefit the local community: 5. Adopt the attached appropriation ordinance increasing the appropriation for the Victory Forest Recreation Center from the Park Improvements Fund (2004 Bond New Walks and Trails sub fund) in the ,amount of $317,570.14; G. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the amount of$320,000.00 in the Vl ctery Forest bark Project of the 2014 Bund Program Fund; and T Authorize the execution of a construction contract in the amount of not to exceed $5,155,700.00 with C. Perry Builders; Inc_, for the construction of Victory Forest Recreation Center building and grounds, DISCUSSION- l�a,name: SOVJCTC R.Y 1701;LEST RECREAT10NI CENTi-R Pagc 1 of 5 The purpose of this Mayor and Council Communication (M&C) is to authorize the execution of a car>stru•ction contract with C, Perry Builders, Inc., in the amount of 5,155,700.00 for the construction of Victory Forest Recreation Center and to prograrn and reallocate funding in support of the contract. l�ro�ec� l]escriptican The Victory Forest Recreation Center will serve the residents of south central Fort Worth. The new facility will provide programming for youth and adults including after-school activities.. summer day camp, classes for youth, adults and activitles for seniors. The project will include a gymnasium, fitness rocrra, multi- purpose roam, dance room, teaching kitchen, youth play room and restrooms with showers. The exterior improvements consist of a ,paved patio area, covered outdoor areas next to the fitness room and dance room, a playground, associated parking, driveways and landscape. The project has also coordinated and allocated space for the incorporation of artwork being designed by artist, Arturo Garcia cf Graphic Content, Jnc., in conjunction, with the Arts Council of Fort Worth & Tarrant County. The project was advertised in the Fort Worth Star-TelNrarn can August 27, 2015 and Septernber3, 2015 as a best vaiue selection with a preference for joint ventures. On September 24, 2015, seven firms s,,ibmUed proposals. The proposals were based on a construction budget determined by the City. Each firm submitted their expense line items for overhead, bends, insurance, contingency and fees. The Best Value Selection Committee i,ricluded representatives from the Park and Recreation Department (PARD), MfWSE Office and the Property Management Department, Following the bid opening, the architect and project manager reviewed the bids and contacted references for the apparent lour bidder. On October 15, 2015, the selection committee met to shortlist the firms and ranked them as follows: C. Perry Builders, Inc. {70}; Raitcliff Constructors (TO); Reeder/Summit, A Joint Venture (67); Steele & Freeman (66); Imperial &struction (32); Joe Funk Construction (NA); and Thomas S. Byrne (NA). Note: NA denotes the firm dict not submit MIW13E and other documents for scoring. The five firms were evaluated on a 100 point scale and five criteria categories as follows; cora Summary 1. price . MfWBE 3,Schedule 4. Reputation 5. fast TOTALS Review Experience Relationship C.Perry Builders I 50 15 1 2 4 6 79 Ratcliff Cr�nstructors __441 6 -1 2 9 10 70 eedar/Surmnit JV r--NF— 10 8 5 67 seie &Freeman 1 38 F 45 5 10 8 32 imperial Construction i6 F 5-1 1 to 10 i- ae Funk constiucticn NA -NA1 NIS NA 1 NA NPS hos. S. Byrne LNA I NA I HA NA NA F NA After the initial evaluaVQn, the selection committee followed up with specific questions to the contractor and references to verify pricing, schedule, experience and staffing. On October 20, 2015, the selection committee met again to confirm their selection. On October 22, 2015, the selection committee met with representatives of C. Perry Builders, Inc,, and conducted a fnaJ interview. Based on a thorough review of the proposals and checking of references the selection committee reccinmends C. Perry Builders, Inc., for the `victory Forest Recreation Center construction project, The coverall project costs are expected to be as described in table below: ictcry Forest Recreation Cooter(CO0130) 'Totals rrrchitectural and E=ngineering Design (R.PGA Design '-roup c,) $ 459, 5D,OQ Project Management, Reprographics, Bid Advertisement $ 74,276.96 ,Land Acquisition f$ 651i 025.51 [Design Phase Total $'(,184,664.47 instruction Contract(C. Perry Builders inc. and Cviner's Logname. 8OVICTC}RY FOREST RE CRRATI ON CENTER page 2 of 5 [contingency 7.5 percent) fi,1 .700.00 I Project management, Construction Administration, Materials I frestirg, Construction Inspection $ 375,700.45 onstruction Phase Total F$ ,5_31,400.45 OTAL Resign and Construction Project Cost $0,715,964.92 future Park De+velnpment 150,000.40 rand Total $6,065,964,92 Reprogramming 2004 CIP Funds Some of the money staff recornmends using to fund this project would came from reprogrammed 2004 bond proceeds if this M&C is adopted. Jin advance of the 2004 Capital Improvement Grogram (CIP) bond election, the City issued a "Summary of Proposed Projects" booklet to identify for voters the projects that the City intended to build if the bonds were approved. The booklet included language advising voters that, although the City intended to build the projects as identified, the City Co ncil (i) retained ''the right to abandon or modify a project if, in the council's opinion, conditions materiailya change so that the project as originally proposed is unwise or unnecessary" and (ii) in the event of such a change, could "direct that the bard proceeds be expended for other projects within the voted purposes of the bonds." One of the Parks projects identified in the booklet was an allocation of$1,400,000.00 for match funding for now walks and trails. The PARD was recently advised of a trail-connector grant project for a project in far- east Fart Worth that requires matching parks funds. There is sufficient funding remaining in New Walks and Trails 2,304 CIP proceeds to cover the rnateh. However, Staff is uncertain when the grant project would be fully completed and the funds fully expended, In an effort to expend the remaining 2004 CIP proceeds as expeditiously as possible, Staff proposes swapping the funding sources by (1) allocating $317,570.14 from available parks proceeds of 2013 Certificates of Obligation (CO) towards the grant match for the trail project, (iii) making a finding that allocation of the CO proceeds renders $317,570.14 it the New VValks and Trails Project of the 2004 CIP unnecessary for that purpose and (iii) directing $317,570.14 from 2004 CIP proceeds be expended on the Victory Forest Recreation Center, which is an eligible project that is within the voted purpose of the bands. Because the walks and trails project is similar in nature to the original proposed purpose and funding is consistent with grant funding, the City Council has the authority to final this project to be within the intended purpose of these funds and Staff recommends using the funds for this purpose. Approval of this M&C and adoption of the attached ordinanco making such findings would serve as an official determination of this matter. Funding Sources Project Funding is coming from a number of sources, including the reprogrammed 2004 CIF' Walks and Trails funds, 2004 CIP funds that were originally idertified for use on building community recreation centers and proceeds from the 2013 CO's that were solei to augment funding for this project. The full breakdown of funding is described in the table below: Project Funding is described in the table below: Source Kimounts 20+04 CO $ 204,166.76 2044 Hord Frugram $2,600,075.61 2004 Bond Reprogrammed Walks and Trails 317,570.14 2013 CD New Community Center _1$2,500,000,00 Logriame, SOVICTORY FORE ST RECREATION CENTTER Page 3 of 5 2014 bund Program (Park Development) 32oxn.ou �Park Dedication Fees $ 41,670A1 Park Dedication Interest 252,482,00 GRAND TOTAL $6,865,9614.92 -- I The construction contract in an arnou.nt not to exceed 55,155,700.00 is :based on the City's construction Budget and alluwance for use by the City only. Any allowance rernain nq at the end of construction will be retained by the City. The City of For,Worth building 2nd trade permit fees are waived. Available resources w!thin the General Fund will be used to provide interim financing far the 2014 Bonet portion of the funding until dent is issued. Once debt associated with this project is said, hand proceeds will reimburse the General Fund in accordance w1th the statement expressing official intent to reimburse that was adapted as ,part of the ordinance canvassing the band election (Ordinance 21241-05-2014)- NOTE - In addition to the funding allocated to this cantract, an additional $150,000.00 from the 2014 Bond Program will be allocated to a futuro garb development for construction by the City of Fart Worth PARD 'In- house trades division. That amount is not part of this construction contract. The annual operating impact associated with this project beginning 1n Fiscal Year 2017 is expected to b-- $497,382.00 e$497,382.00 annually. Anticipated additional revenue is expected to be $144,494.50 annually, FF&E has been approved and funded in the Fiscal Year 2016 Decision Package. Construction is anticipated to commence in January 2016 and be completed in ,January 2017. The contract period is 3030 calendar days. MfWBr= 0I FICIE - C. Ferry Builders Inc.; is in compliance with the City's Business Diversity Enterprise (BIDE) Ordinance by comrrritting to 38 percent fl /MBE participaticn on the PARD base bid. The City's MWBB goal on this base bid contract is 20 percent. The Victory Forest Recreation Center is located in COUNCIL DISTRICT 9. FISCAL INFORMATION 1 CERTIFICATION: The Financial Management Services director certifies that appropriations are included in the Fiscal Yaar 2016 Adapted Budget of the 2014 Bond Prograrn pursuant to Ordinance No. 21457-09-2014 and funds are available in the General Fund to pay expenses which will be incurred cri the Victory Forest Recreation Canter until reimbursement can occur frorxr the issuance of public securities. FUND IDENTIFIERS (Ill TO 7 dill b-epartment ccoun Project rrograrrrActivity Budget Reference # Amount 10 ID _ Year (Cha rtfield 2 [1)13 0110 0800450 4640006 UNSPEC 1$641,670.41 11001101 0800450 46}0406 000130 — 1$641,670.41 1 34110 0800450 000130 641,6?0.47 2 30110 0800450 1461101D UNSPEC $282,482.00 30110 6800450 4611010 C(J'3't3E X282 482.00 2 301110 0800450 000130 282,482,Qp 3 39801 0800450 4945106 LINSPFC I UN4500U7,540115 3)396011 0800450 4905100 000130 C0458E0 57,540,5�i 3')396011 ()800450 COQI�Q 004580 p57,54D.56 Logname: SOVICTORY FOREST RECREATION CENTER Page 4 of 5 4 39801 G800450 4905100 LJNSPF-r, UN580o $317,571).114 398011 0800450 4905100 000130 005880 31 .570.14 39801 0800450 COU130005885 317 870.14! a 340+14 0500450 000130 X018 14G20103 5320 X700.0 FROM Fund Department Accoun ProjectProgram ctivity Budget Reference # Amount ID ID Year fChartfield 16)1395011 800450 000130 004580 03,743,977.46 3981)1 800450 000130 004380 $273,052.14 398011 500450 000130 005880 $44,518.00 0 340141 840450 1 000130 2016 14020103 $170,00U.0 3011 101 800450 GOO130 $641,670.41 6 30110 800450 0001310 $282,489 nn CERTIFICATIONS; Submitted for City Manager's Office Susan Alanis (5180) Orieinatinci Department Head: Richard Zavala (5704) Additional Information Contact. David Creek (5744) ATTACHMENTS 1. 2004 UP Finding Ordinance-1.dac (Public) 2. SOVICTORY FOREST REC 5 3401 4 AQ FY16.dacx (Pubic) 3. 80VICTORY FOREST RECRFATION CENTER ,REC1 and REC2 30110 FY2016 AO dccx {Publlr) 4. 80VICTORY FOREST RECREATION CENTEh REC3 through REC5 39801 FY2016 AO.docx (Public) F. 5. C. Perry Builders - Garnnliance Meme,edf (CFVV Internal) 6. 000130 VFRC Location Ma .odf (public) 7. SAM Search Results S stern for Award Management CPerr Builders. df (CFVV Inlernal) Lognarne: 8OVICTORY FOREST RECREATION CATER Page 5 of 5 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1Dt1 Complete Nos.i-4 and 6 it there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 12016-3269 C.Perry Builders, Inc. Aubrey,TX United States Date Filed: 2 Name of governmental entity or state agency that"party to the contract Vor Which the form is 01/14/2016 being filed. City of Fort Worth Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identity the contract,and provide a description of the goods or services to be provided under the contract. 000130 Victory Forest Recreation Center 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary Crosson,Alvin Aubrey,TX United States X Perry,Todd Sumrall,MS United States X Perry,Carroll Sumrall,MS United States X 5 Check only if there is NO Interested Party. ' 6 AFFIDAVIT I swear,or affirm,under laity of perjury,that the above disclosure is true and correct. I dmb&V X I Notary Public, State OFTe:riia L laxpliros-0=712019 ignature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE pp Sworn to and subscribed before me,by the said avi this the day of At, , 20 to certify which,witness my hand and seal of office. , 4 rt�Signyauul,,oOoMcer-adminlitering oath 5 Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.34032 Location Map Victory Forest Recreation Center Downtown m, Fort W h I Y l5 J f. 37+� Site afr S �d 9 r.r 1lF��A+r ' w Lake a F Arlington iil A ti _ �.r� � IPI�J' 7-0Iiha MrJ.�ll: ��i•I "may, � r:.ur,.e� r Lr I. ii.r�ie:lgF _ � al+la.�.,��r• E �•i � S nlsx-e Y ! Alf 4 P 1 l e • ■ r ! 66.� J MWI J .� 4A �' r 5 _ r! o � t F r a 1 0 0 � 0 0 c U E O n LO Cv G r- C) C 0) 00CF C a cc T C On NLLLL N LO C N V C X7�2fE� L63~ Mm N t7 LL (OL N N$- m N J ^ C') N Oa O O?�Co f: 5 r O Co N d LL N E 0 o p o 0 c o LO p o 0 o n Ln o0 o w o �� o 0 n n Co o O n N •• .>_co X q O M N J .?m X o Or a N )NLL N N J)^"TLL V fD Ln E a) X N N N C j X CSM O C M n 2 M N n A �F)Lo uoi� Cl) NL 7 m� m N m > :C?P NC4 m � M i Q O T 7 N (n arf� d O rcc O�fin@ of O�j cOh > d N C CO N O CO W d l d U �� L N Z W O o o O W () p E o o o o p _ E to C O n y O n CC W O i O p U N COD p0 C O p � f^7 O Q O O >o x 0 M Ln p Y^ X? as 00 r-� N m Q a N QLL- N W odOma N7 aDroOZ Q N �CONc ` � o CO CM Z oi C).0 t-M W ..I vvorn c' i0 NLOaD E CD m @ �W m v ¢ o' a m o V (0 > C V r X Q > Q V V E E E CQ Q Q [fl C) u> (a u> y Cl) ° ie E G o OO O E oO0W 0m o ° LO U) C LU (D LL, c N x c°� n ani O rn x 4 'n to n /� a Vl O N Q L Ln - ia N Q V T" Cl) T O V C V cc(D a T (� N rLL 2 N LO �. Q 'O E NONE N i N^� lf> aLL T and'Do m coo LO c �aNY o cl) o m Hc7N Cl) —F-N1� C m Cl) s TO(cp7 Cl O CliNew N Q) Co X07@ Y NA m N O d mQ o C r 0) o LL O U p U) H Z WO ttJ d u> Cl)Z Cl) c 3 c 3 LU O Q O a c zMc O L!9 W D Np 0I 7 U D 0 cn Of 7 LTj U c,w a CL L= d o n 5 a C N W tea` o m tea` o is W Cl) (n (D U C UyU C 0 _ CM- Q m rL CO W jp 0.C LCL r W n c U an d O� O Q � m LV N d - N d V c T � � d W O N W = m C H m O VO � W0 3 mC7 c my > LL acnQ o r o } �k to pQ to Qp z o0 p p N N G � D J LU D J FORTWORTHO a CITY OF FORT WORTH PROPERTY MANAGEMENT DEPARTMENT ADDENDUM NO. 1 VICTORY FOREST RECREATION CENTER Request for Proposals Submittal Date: September 24, 2015 (NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows: 1. The Pre-Proposal Meeting attendees sign in sheet is attached. (Attachment 1) 2. The revised Instructions to Offerors is attached, See Sections 1A and 2. (Attachment 2) 3. RPDA drawings and Specifications Addendum One. (Attachment 3) Acknowledge the receipt of this Addendum No, 1 on your Proposal. STEPHEN COOKE DIRECTOR, PROPERTY MANAGEMENT DEPARTMENT By: Brian Glass, AIA Architectural Services Manager 817-392-8088, FAX 817-392-8488 RELEASE DATE: September 9, 2015 Victory.:Forest Recreation CenterPage 1 of 1! Addendum No.1 (September 9,2015) I st � o , v T mom ~ � wX m r �- p ; U p ^^ C Q `tLL v ` a LULU a z w r J Z ~ c b O w < � a M '- M LU 0 00 r7 co wa. p (� rp c uo Qo �, (Y) a. v V b 3 41 a � 4 �' CCU LL o ami °' S n ---4�— 2.0 Z `� J U a_ U- U � r � v h Qui° o v Z aLU zo W O W N W � Q 0CL ) UJ C) ] 06 M N a mooa. ~ �. opo LL N l: C O N (d Q Q1 ag ro c LL cn c � Ua`_ LL z 1 w aD o U � � � mX � e Q � LL d f -� �► Q LU v az � r O WP Lu C6 LU CL N M d V canu N cY cs— � I ' 06N N F- O F 1 wI -C N T d CL O a o N r O A. tEE w 0 LL 0a) cu U a. u.. Z a) a� o U a) r com, X L Quo d s Y ,:J •Q t `J U �.a V V W �V Z _ LU ro z LO LU 0 LU O N E - M w J a � rj) N u LLI 0 °u 1- 0 W p; o a' QUJ c 0 o T tom.. Q J } a. c� ) c � o �V N *3 C m Q. a) � Q � EE m LL 0 Q) C U 1L u z cj , # 'I H IS Ca wY rs t�crlt: — CONTRACTOR CITY SECRETARY SPONSORING DGi'T FROXECF R-TAN lGE11 TRY FILE CQTV T11YED CITY OF FOIST WORTH,, TEXAS VICTORV FOREST COMMUNITY CENTER I'MD2013`1 FORT BETSY PRTC_J{, DAVID COOKS MAYOR CITY MANAGER Wayne Cor um Interim Director, Property Management Department ichard Zavala. Director, Parks and Community- Services Depat rnent IPP A Design Group August ,2015 (Revised 9-9-2415) Irrstrucllon In Offerors rage 1 of 26 Victory Fored Cpmmunity Center(August 2015) NOTICE~TO OFFERORS Proposals for the new Victory Forest'Community Center located at 3427 Hemphill Street in Fort Worth Texas,will be received at the Purchasing Office, City of Fort Worth, 1000 Throckmorton, Fort Worth, 76102, until 1:30 P.M. on Thursday, September 24, 2015 and will be opened and publicly read aloud approximately thirty minutes later in the Council Chambers, After evaluating the Proposals submitted, the City shall select the Offeror that offers the Best Value to the City and enter into negotiations with that Offeror. The City may discuss with the selected Offeror options for a scope or time modification and any price change,associated with such modification. A Pre-Proposal Conference will be held at 110:00 A.M., Tuesday, September 8, 2015 at 401 W 13'" Street, Fort Worth, The last day for questions from prospective Offerors is at 5:00 PM on Thursday, September 17, 2015. The offers will be valid for ninety (90) calendar days. Estimated construction cost is in the $4,800,000.00 range. There are several Alternates for this project. The Offeror will add a 7.5% General Contingency Allowance on a separate line item on the Proposal form and only the Owner will approve the use of this allowance during construction, Any Allowance remaining at the end of construction will be retained by the City of Fort Worth, This Allowance is not to be included in the Base Proposal and will not be used in the Best Value selection process. As of June 1, 2012, the City of Fort Worth is implementing the new Business Diversity Ordinance (BDO) to reflect the City's availability and disparity study findings and recommendations, Refer to the Request for Proposal documents for the Minority Business Enterprise (MBE) Information. MBE participation will be evaluated in awarding this Contract. The MBE participation requirement is 20%. Offerors must submit the attached Best Value Utilization Form within 5 business days of submitting their Best Value Proposal. Failure to document proposed attainment will remove the Proposal from further consideration, Contact the MWBE Office at(817)212-2678 to obtain a list of certified subcontractors and suppliers. Also, Refer to Section 2. MINORITY BUSINESS ENTERPRISE (MBE) (BEST VALUE PROPOSAL) in the Instructions to Offerors and Joint.Venture(JV) Preferred Solicitation. Offerors must submit a bid bond with their proposal. Offeror(s) to whom an award of contract(s) is made will be required to provide Payment and Performance Bonds and provide Contractors General Liability and Statutory Workers Compensation Coverage. If you Intend to submit a Proposal, request you inform the Project Manager or Architect/Engineer who can then inform the interested subcontractors. General Contractors and Suppliers may make copies of the Instructions to Offerors, General Conditions, Drawings, and Specifications through their printer, The construction documents are not available at the City but may be viewed and printed on-line by logging on to https:Hproiectgoint.buzzsaw.com/fortworthqov with the User Name "Cowtown", Password "Cowtown2004", and click on "PMD Projects"., Contact the Project Manager, Ronald Clements, at (817) 392-8014 or Email Ronald.Clements@fortworthtexas,gov for assistance; For additional information contact the Project Architect, Javier 'Luclo, at (817) 332.9477 or email jlucio rpgaarchitects.com. Advertisement: August 27, 2015 September 3,2015 Instruction to Offerors Page,2-of 2,8 Victory Forost Community Center(August ll6) TABLE OF CONTENTS PROJECT COVER PAGE NOTICE TO OFFERORS 4 TABLE OF CONTENTS • INSTRUCTIONS TO OFFERORS 0 PROPOSALFORM o TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE ® 2013 PREVAILING WAGE RATES WEATHER TABLE ® GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION ® CONSTRUCTION CONTRACT Q PAYMENT BOND ® PERFORMANCE BOND ® CERTIFICATE OF INSURANCE • CONTRACTOR COMPLIANCE WITH WORKERS'COMPENSATION LAW ® PROJECT SIGN Instruction to Mews Page 3 of 28 VictoryForest Community Center(August 2015) INSTRUCTIONS TO OFFERORS (Revised) 1. PROPOSAL REQUIREMENTS. The following requirements shall be used in the preparation of the response to this Request for Sealed Proposals: + Use the Proposal Form provided below. • Entries on the Proposal Form may be handwritten or typed. • Write in contract duration if not specified. • Acknowledge all addenda on the Proposal Form: • Have a Principal sign the Proposal. If the Offeroris a corporation, the president or a vice- president must sign the Proposal. If the Offeror is a partnership, then the person/entity who is the managing/general partner must sign the proposal ® 'Submit the completed Conflict of Interest Disclosure Requirement form • Include cashier's check or an acceptable bidder's bond written by a corporate surety payable to the City of Fort Worth, in an amount of not less than five (5%) per'cent of the total of the bid submitted. ® In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Testas and is the holder of a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations. permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 1A. SELECTION OF CONTRACTOR: The City shall select the Offeror that offers the best value based upon the following criteria and on its ranking evaluation. In determining the Best Value Offeror, the City will consider: 1. Proposed Price (50 Points) — The lowest priced responsive Proposal will receive 50 points for this rating criteria. Higher priced proposals will receive proportionally lower scores. When compared to the lowest price, the higher priced proposal will have its score reduced by 2 Points for every percent it is higher than the lowest price. 2. Proposed M/WBE Office Review (20 Points) Joint Venture (JV) Proposals that are accepted by the City will receive the maximum 20 points for this rating criteria. Other proposals may be granted up to 15 points based on the proposals meeting or exceeding the established 20% M/WBE subcontracting goal. 3. Proposed Project Schedule (10 Points) The shortest proposed schedule shall receive 10 points. For all other proposed performance periods, the points awarded will be reduced by one point'for'every two percent (2%) the proposed schedule is different from the shortest performance period. 4, Reputation/Experience (10 Points) " Reputation and experience of the Offeror as demonstrated by listing, past and, current projects including references with names and current telephone numbers; and, list of subcontractors if applicable. 5, Past relationship with the City (1.0 Points)>— Offeror's past relationship with the City of Fort Worth for "vertical" facilities projects shall receive up to '10 points for this rating Instruction to-offerors Page 4 of 28 Victory Forest Community Center(August 2015) criteria: If the Offeror does not have'apast relationship with the City of Fort Worth, the. Offeror will receive 5(points for this rating criteria. If the score for any individual rating criteria is rated as zero, this will result,in the overall score being zero regardless of how many points could have been earned in the other categories After ranking the responses to the Request for Proposal (RFP); the City shall first attempt to negotiate a contract with the selected Offeror: The City and its architect may discuss with the selected Offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected Offeror, the City shall; formally and in writing, end negotiations with that Offeror and proceed to the next Offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. 2. MINORITY BUSINESS ENTERPRISE(M/WBE) (BEST VALUE PROPOSAL) Joint Venture (JV) Preferred Solicitation The City shall implement the Minority & Women Business Enterprise (M/WBE) Joint Venture (JV) Preferred Solicitation for Best Value and other Alternative Method of Procurement, where it is economically feasible. This joint venture (JV) preferred solicitation ensure prime contracting opportunities for M/WBEs on eligible solicitations. When evaluating economic feasibility, the City shall consider factors including, but not limited to, the estimated dollar value of the solicitation, the scope of work, the duration of the work, the complexity of the work, and the availability of potential M/WBE joint venture partners in the relevant market area and the nature of the work. For this project the City has designated this project as a "Joint Venture Preferred." solicitation. The City will apply the maximum 20 points for a joint venture that consists of at least one MNVBE joint venture partner-. A prospective joint venture Respondent shall state within its statement of proposal or its statement of qualifications information that specifies the 'role and extent of the M/WBE joint venture partner(s) involvement. Such information shall include, but is not limited to: a; The name of the MIWBE joint venture partner(s) that will participate on the project; b. The percentage of prime contract dollars of the services to be provided by the M/WBE joint venture partner; and, as appropriate the total dollar value of the services to be provided, G. A description of the work that each M/WBE joint venture partner shall be responsible for performing under the terms of the joint venture agreement. The prospective joint venture Respondent must also submit the City's "Joint Venture Eligibility Form." The City's Housing and Economic Development Department's Minority and Women Business Enterprise Office will review the "Joint Venture Eligibility Form" and will have final approval, as to whether the proposed joint venture conforms to the City's definition of a "true ioint venture." 1. The joint venture should ensure that, at a minimum, the following areas are addressed: a The'initial capital investment of each venture partner; b. The proportional allocation of profits and losses to eachventure partner; G, The;sharingof the right to,control the ownership and management of thejoint venture; d Actual`participation of the venture partners on the project; Instruction to Offerors page 6 of 28 Victory Forest community Center(August 415)_ e. The method of and responsibility for accounting;' f. The method by which disputes are resolved; and .g. Any additional or further information required by the City as set forth in this Ordinance, bid documents and/or otherwise, 2. To the extent practical, the City encourages joint-venture partners to be of different ethnicities and/or genders to achieve the highest degree of diversity possible (i.e. diversity within the diversity), Although this is a "Joint Venture Preferred solicitation PROPOSER WHO SELECT NOT to propose as a Joint Venture will be requiredto meet the established Minority/Women Business Enterprise (M/WBE)subcontracting goal. The M/WBE subcontracting goal on this project is 20%. Within five (5) City business days from proposal submittal date, exclusive of the proposal submittal date, all proposers will be required to submit information concerning the Joint Venture or M/WBE(s) that will participate in the contract. The information shall be submitted with the proposal and shall include: (1) the name, address and telephone number of each M/WBE; (2) the description of the work to be performed by each M/WBE; and (3) the approximate dollar amount/percentage of the participation. Interested Offerors must obtain an M/WBE listing from the M/WBE Office at 817-212-2674 to ensure that M/WBE listings reflect pWI those currently certified by the North Central Texas Regional Certification Agency (NCTRCA) located in the six (6) county geographic marketplace that has been accepted by the City ("Marketplace"). The Marketplace is made up of the counties of: Tarrant, Dallas, Denton, Johnson, Parker and Wise. Offerors are strongly encouraged to confirm that each M/WBE that it intends to use is located in the geographic marketplace to ensure that the MMBE will be counted towards the established goal, If you failed to meet the stated M/WBE goal, in part or in whole, then a detailed explanation must be submitted to explain the Good and Honest Efforts your firm made to secure M/WBE participation. Failure to submit the M/WBE participation information or the detailed explanation of the proposer's.Good and Honest Efforts to meet or exceed the stated M/WBE goal, may render the proposal non-responsive. The M/WBE utilization will be part of the final weighted selection criteria. 3. PROPOSAL SECURITY: Cashier's check or an acceptable Offeror's bond payable to the City of Fort Worth, in an;amount of five (5) per cent of the Proposal submitted (See paragraph 1 above), The Proposal Security`must accompany the Proposal and is subject to forfeit in the event the successful Offeror fails to execute the contract documents within ten (10) days after the contract has been awarded. The Proposal Security shall be included in the envelope containing the Proposal. Failure to submit the Proposal Security will result in the Proposal not being considered ,for this project. Offeror's bond will be returned if the City fails to award the contract within 90 calendar days of receipt of proposals, unless the Offeror agrees to an extension, The surety must be licensed to do business in.the state of Texas. 4. PAYMENT BOND AND PERFORMANCE BOND: For projects in excess of $25,000, the successful Offeror 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 formof 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 Texas Government Code Section 2253; as amended.. In order for a surety to be acceptable to the City; the surety must(1) hold a certificate of authority from the United States Secretary of the Treasury to qualify as a surety:on obligations permitted or required under federal :law; or (2) have obtained reinsurance, for any liability in excess of ,$100,000 from a,reinsurer that.is authorized' and admitted as a reinsurer in:the State of Texas and is the holder of a certificate of authority from;the United States Secretary of the Treasury to fnstructton to::Offerors Page6 of 28 victory Forest Community Canter(August 2615)' qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested In any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the total contract price is $25,000 or less, payment to the contractor shall.be made in one lump sum, Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City, If the contract is in excess of$25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall also be provided, in the amount of the contract, conditioned on the faithful performance of the work in accordance with the plans, specification, and contract documents. Said bond shall be solely for the protection of the City of Fort Worth. 5. PRE-PROPOSAL SITE INVESTIGATION: Prior to filing a response, the Offeror shall examine the site(s) of the work and the details of the requirements set out in these specifications to satisfy itself as to the conditions which will be encountered relating to the character, quality, and quantity of the work to be performed and materials and equipment required. The filing of a response by the Offeror shall be considered evidence that it has complied with these requirements. 6. AMBIGUITY; In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal 7. WAGE RATES: Not less than the prevailing wage rates set forth in the Contract Documents must be paid on this project.. 8. POST PROPOSAL PREAWARD SUBMITTALS: Offerors are required to submit the following information to the Architectural Services Office, 401 West 13th Street, Fort Worth, Texas 76102 (phone number 817-392-8088); within five business days subsequent to bid opening g (normally by 5:00 PM the next Thursday following a Thursday bid opening) in order to assist City staff in determining the Contractor's capability of performing the work. and in meeting City contract requirements, • Minority Business Enterprise Documentation (for proposals in excess of$50,000) Contractors Qualification Statement(AIA Form A305), including client references • Proposed Subcontractors and Suppliers. • Project Schedule • Schedule of Values (CSI Divisions 1 through 16 Section Breakout) • Proof of insurability for Statutory Workers Compensation insurance 9': PROPOSED SUBCONTRACTORS; Acceptance of the;Proposal in no way requires the City to accept the qualifications of the subcontractors, The Subcontractor lists;are for use by the City in preparing; recommendations for award of the contract, The Contractor must provide and use subcontractors listed unless the City agrees to allow substitute. 10'. DISCREPANCIES AND ADDENDA: Instruction to>Offerors Page.?of 28 Victory Forest Community Center(August 2015)`- Should an Offeror find any discrepancies in the drawings and specifications, or should it be in doubt as to their meaning,.it:shall notify the City at once. if required, the City will then prepare a written addendum that will be available to all Offerors at the place designated for distribution of the Request for Proposal Documents by the Notice to Offerors. The Contractor is responsible for determining if addenda are available and for securing copies prior to submitting a response to this request for sealed proposals. Oral instructions or decisions unless confirmed by written addenda Will not be consideredvalid, legal or binding. No extras will be authorized because of failure of the contractor to include work called for in the addenda. Offeror must acknowledge addenda in the Proposal. Failure to acknowledge addenda may cause the Proposal to. be ruled non-responsive, itis the Contra'ctor's responsibility to obtain Addenda and include its information in the Proposal. 11. WORKERS COMPENSATION INSURANCE: Offerors will be required to demonstrate that coverage is in effect at time of Award of Contract. Sample Certificate of Insurance, or other proof that Workers Compensation Insurance will be obtained, must be submitted within five working days of bid opening. 12. TAXES: Equipment and materials not consumed by or incorporated into the work are subject to State sales taxes under House Bill 11, enacted August 15, 1991. 13. PERMITS: Contractor shall apply for all City of Fort Worth Permits and for any other permits required by this project. City of Fort Worth Building and Trade Permit fees are waived. Separate permits may be required for each work location. 14. UTILITIES AND IMPACT FEES The City will pay water and sewer utilities tap fees and impact fees. Unless shown otherwise, the City will coordinate and pay for water and sewer taps and meters to the property line. The Contractor will include all remaining fees from the electrical and gas companies in the Base Proposal, The Contractor will be responsible for coordinating with City and utility companies for installation of utilities. The Contractor will be responsible for all fees for electrical, gas, and other utilities within the property line of the project. Unless indicated otherwise on the plans, the contractor will be responsible for costs and installations from the building side of the water meter and sewer tap, 15. Bib DOCUMENTS Hard copies of bidding documents may be downloaded and printed by the Offeror: 16:. MANUFACTURER'S REFERENCE: Catalog, brand names, and manufacturer's references are descriptive,, not restrictive. Use of brands of like nature and quality will be considered. Upon request of the architect or contractor, the contractor will submit a full sized sample and/or detailed information as required to allow the architect to determine the acceptability of proposed substitutions. Where equipment has been listed as "no substitute accepted", the City will accept no alternates to the specified equipment. Also, refer to specification's product requirements. 17. TESTING SERVICES: The City shall provide for, independently of the contractor, the inspection services, the testing of construction materials engineering, and the verification testing services necessary for the acceptance of the construction work. 18. PROJECT SCHEDULE: The Project Schedule to be submitted with the Qualification Statement, Will, at the minimum, include the following_: quality control submittals and approvals, mobilization, site preparation, under slab utilities, foundation work, structural erection, interior finish, commissioning, and closeout. The Schedule may be submitted as a table or PERT diagram. Instruction to Offerors Page 8 of 28 Vietory Forest Community Center(August 2015) PROPOSAL TO: MR. DAVID COOKE' CITY MANAGER- ATTN: PURCHASING OFFICE 1000 THROCKMORTON. CITY OF FORT WORTH, TEXAS FOR: Victory Forest Community Center 3427 Hemphill Street Fort Worth, Texas Project PMD2013-15 Pursuant to the foregoing "Instructions to Offerors," the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of Transportation and Public Works of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder Is bound to execute a contract and, if the contract amount exceeds $25,000.00, furnish acceptable Performance and/or Payment Bonds approved by the City of Fort Worth for performing and completing the Work within the time stated and:for the following sum, to wit: DESCRIPTION OF ITEMS $ Base Proposal Calendar Days Owner's General Contingency Allowance (7.5%)added to Base Proposal (This Allowance amount isnot included in the Base Proposal but is added to the Base Proposal. Only the Owner will approve the use of this Allowance during construction. Any Allowance remaining at the end of construction will be retained by the City of Fort Worth). $ Base Proposal Plus Owner's General Contingency Allowance ALTERNATES(JOB SPECIFIC) Alternate No. One: Large Entry Canopy AlternateNo, Two:. Monument Sign Alternate No. Three: Perimeter Fence around South Yard Alternate No. Four: Fence along East Property Line Alternate No. Five: Additional,Site Lighting Alternate No.Six: Additional Trees Alternate No.Seven: Hands Free Restroom'Fixtures Instruction to Offerors Page 9 of 28 Victory Forest Community Center(August 2015) UNIT PRICES A. For INCREASE of drilled pier shafts, complete with drilling, excavation, concrete, and reinforcing: 1. For 18"diameter piers: ADD$ per linear foot B. For DECREASE of drilled pier shafts, complete with drilling, excavation, concrete, and reinforcing: 1. For 18" diameter piers: DEDUCT: $ per linear foot Note: Deduct price shall be minimum 66% of add unit price. C. For DELETION of temporary metal casings for drilled pier shafts: 1. For 18" diameter piers: DEDUCT: $ per linear foot Note: Casing is included in Base Proposal. The undersigned agrees to complete the Work within the calendar days specified above after the date of Notice to Proceed. A Project Schedule will be submitted as required in the Instructions to Offeror. The City reserves the right to accept or reject any and all bids or any combination thereof proposed for the above work: The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). Residency of Offerors.; The 1986 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to non-resident bidders. The 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) that 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 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 non-resident bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. A. i� i Non-resident vendors.in (give state), our principal place of business, are required to be percent lower than resident bidders by state law: �l Non-resident vendors in (give state), are not required to underbid resident bidders. B. 1_1 Our principal place of business or corporate offices are in the State of Texas,. lns.truction to Offerors page TO of 28 Victory Forest community Center(August 2015) Within ten (10) days of receipt of notice of acceptance of this bid, the successful bidder will execute the formal contract and will deliver approved Performance and Payment Bonds for the faithful performance of this contact, The attached deposit check in the sum of Dollars($ ):is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed`within the time set forth, as liquidated damages for delay and additional work caused thereby. MINORITY BUSINESS ENTERPRISE(MBE): (For Proposals in excess of$50;000) I am aware.that I must submit information to the Director, Transportation and Public Works, concerning the MBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSIVE. Respectfully submitted, Company Name By: Signature Printed Name of Principal Title Address: Street City zip Phone: Fax Email: Receipt is acknowledged of the following addenda. Addendum No. 1: Addendum No. 2: Addendum No.,3: Addendum No. 4 Addendum No. 5: Addendum No. 6: Addendum No. 7:'. Addendum No. 8: Addendum No, 91.- Addendum No. 10: instruction to Qfferors page 11 of 26 Victory ForestCommunity Center(August 2015) TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE Name of Purchaser, Firm or Agency: City of Fort Worth.'Texas Address(Street&Number, P»D. Box or Route Number) 1000 Throckmorton City, State,Zip Code Fort Worth Texas 76102 Telephone: (817)392-8360 1,the purchaser named above, claim an exemption from payment of sales and use taxes for the purchase of taxable items described below or on the attached order or invoice from: All vendors Description of the items to be purchased, or on the attached order or invoice: All items except motor vehicles as listed below Purchaser claims this exemption for the following reason: Governmental Entity I understand that I will be liable for payment of sales or use taxes which may become due for failure to comply with the provisions of the state,city, and/or metropolitan transit authority sales and use tax laws and comptroller rules regarding exempt purchases. Liability for the tax will be determined by the price paid for the taxable items purchased or the fair market rental value for the period of time used, I understand that it is a misdemeanor to give an exemption certificate to the seller for taxable items which I know; at the time of purchase,will be used in a manner other than expressed in this certificate and that upon conviction I may be fined not more than$500 per offense. Purchaser: } Title: Purchasing Manager Date: February 1,2007 Note:This certificate cannot be Issued for the purchase, lease or rental of a'motor vehicle; THIS CERTIFICATE DOES NOT REQUIRE NUMBER TO BE VALID f Sales and Use Tax"Exemption Numbers"or"Tax Exempt"Numbers do not exist. �) This certificate should be furnished to the supplier. Do not send the completed certificate to the Comptroller of Public Accounts. Instruction to Offerors. Page 12 of 28 Victory 1✓orest Community Ce.neer(August 20161 2013 PREVAILING WAGE RATES` Commercial Construction Projects • o • AC Mechanic 25.244 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper 14.32 Concrete Cutter/Saver $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder 15.27' Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician(Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Heiper 10.00 Glazier 21.03.. Instruction to Offerors Page 13 of 26 Victory Forest Community Center(August 2015): Glazier Helper $ 12,81 Insulator $ 16.59 Insulator Helper' 11.21. Laborer Common $ 10.89 Laborer Skilled $' 14.15 Lather $ 12,99 Metal Building Assembler $ 16,00 Metal Building Assembler Helper 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 1:1.00 Metal Stud Framer $ 16.1.2 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 1.5.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15:85 Reinforcing Steel Setter $ 12.87 Reinforcing Steel Setter Helper $ 11,08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $' 16.35 Sheet;Metal;WorkerHelper $ 1 .11 Sprinkler System Installer' $ 19;17 Sprinkler System installer Helper $' Instruction to OfferorsPage 14'of 28s Victory.ForestCommunity Center(August 2016) 14.15 Steel Worker.Structural $ 17.60 Steel Worker Structural Helper $ 13.74' Waterproofer $ 15.00 Equipment Operators` Concrete Pump $ 18.50 Crane, Clamshell, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift' $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader 16.97 Truck Driver 16$77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates,asp lnstruction to Offerors: Page 18 of 28 Victory Forest Community Center(August 2015) WEATHER TABLE` Month Average Inches Snow/Ice Days of of Pellets Rain Rainfall' January 7 1.80 1 February 7 2.36 March 7 2.54 April 8 4.30 0 May 8 4.47 0 June 6 3.05 0 July 5 1.84 0 August 5 2.26 0 September 7 3.15 0 October 5 2.68 0 November 6 2:03 December T 6 1.82 ANNUALLY 77 32.30 1 (1) Mean number of days rainfall, o 01" or more (2) Average normal precipitation, in inches (3) Mean number of days 1.0 inch or more Less than 0.5 inches This table is based on information reported from Dallas-Fort Worth Regional Airport,Texas. Latitude 32 deg54min north, longitude 97 deg 02 min West, elevation (ground) 551 ft. Average number of days of rain, snow, and ice are based on records covering 27 years. Precipitation is based on record of 1941-1970 period This table is to be used as a basis for calculation of excess rain or weather days for projects with duration in calendar days. If the site records indicate that the Contractor was unable to carry out operations due to weather, it is counted as a weather day. If the number of weather days exceeds the number of average rain days plus the snow/ice-pellet days for the contract duration, the contract period will be adjusted by Change Order. Instruction to offerors Page 16 of 2$ Victory Forest Community Center(august 2015) CITY OF FORT WORTH;TEXAS CONSTRUCTION CONTRACT(LUMP SUM)' THE STATE OF TEXAS §; § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § This agreement made and entered Into this the day of A.D: 2015, by and between the CITY OF FORT WORTH, a municipal corporation of;Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.Q. 1924, under the authority (vested in said voters by the "Home Rule provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said City, hereinafter called OWNER, and of the City of , County of , State of Texas, hereinafter called CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: City of Fort Worth Victory Forest Community Center 3427 Hemphill Street Fort Worth, Texas TPW2013-15 That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Owner, City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for stated additions thereto or deductions there from, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount shall be including the Base Proposal ($ ), Owner's General Contingency Allowance$ ), and Alternate Nos, ($ ). Insurance'Requirements, The Contractor shall not commence work under this contract until it has obtained all insurance required under the 'Contract Documents, and. the. Owner has approved such insurance. The Contractor shall be.. responsible for delivering to the Owner the sub-contractors' certificates of insurance for approval. The Contractor shall indicate on its certificate of insurance included in the documents for execution whether or not its insurance covers subcontractors, It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all subcontractors. a. WORKER'S COMPENSATION INSURANCE., • Statutory limits;.. Instruction to Offerors Page 17 of 2$ Victory l=ores}Community Center(August 2015) ® Employer's liability: ® $100,000 disease each employee., $500,000 disease policy limit: • $1,00,000each accident. b. COMMERCIAL GENERAL LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract public liability insurance coverage in the form of a.Commercial General Liability insurance policy to cover bodily injury, including death, and property damage at the following limits: $1,000;000 each occurrence and $2,000,000 aggregate limit. • The insurance shall be provided on a project specific basis and shall be endorsed accordingly. • The insurance shall include, but not be limited to, contingent liability for independent contractors, XCU coverage, and contractual liability. C. BUSINESS AUTOMOBILE LIABILITY: • $1,000,000 each accident. • The policy shall cover any auto used in the course of the project. d. BUILDER'S RISK OR INSTALLATION FLOATER: This insurance shall be applicable according to the property risks associated with the project and commensurate with the contractual obligations specified in the contract documents. e. EXCESS LIABILITY UMBRELLA: • $1,000,000 each occurrence; $2,000,000 aggregate limit • This insurance shall provide excess coverage over each line of liability insurance required herein. The policy shall follow the form(s) of the underlying policies. f. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and its subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, against any insurable hazards which may be encountered in the performance of the Contract. g. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by insurance carriers satisfactory to the Owner. The form to be used shall be the current Accord certificate of insurance form or such other form as the Owner may in its sole discretion deem acceptable. All insurance requirements made upon the Contractor shall apply to the sub- contractors, should the Contractor' s insurance not cover the subcontractor's work operations performed'in the course of this contracted project.. ADDITIONAL INSURANCE REQUIREMENTS a The Owner, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. Instruction to.Offerors: Page 18 of 2a Victory Forest Community Center(August 2015) b Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth,TX 76102, prior to commencement of work on the contracted project. G. Any ,failure on part of the Owner to request required insurance documentation shall not constitute a waiver.of the insurance requirements specified herein.. d. Each insurance policy shall be endorsed to provide the Owner a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. insurers must be authorized to do business in the State of Texas and have a current AM, Best rating of A.VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the Owner. g: In lieu of traditional insurance, Owner may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The Owner must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the Owner. i. Owner shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by Owner shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to Owner's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss, 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of Owner, Contractor shall provide complete copies of all insurance policies required by these contract documents. if this Contract is in excess of$25,000, the Contractor shall provide a Payment gond in the full amount of the contract, If the contract is in excess of $100,000 Contractor shall provide both Payment and Performance Bonds for the full amount of the contract. Contractor shall apply for all City of Fort Worth Permits and for any other permits required;by this project, City of Fort Worth Permit fees are waived. Separate,permits will be required for each facility. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and,Contract Documents within the time so stipulated; plus any additional time allowed as provided in the General Conditions, there shall be deducted from any m monies due or which may thereafter become due him, thes liquidated damages outlined in the General Conditions, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency: Instruction toOfferors< Rage 1.9 of go Victory Forest Community center(August 2015) IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in four counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of t=ort Worth attached. The Contractor has executed this instrument through,its duly authorized officers in four counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the-day of A.D., 2015. Construction Company APPROVED: CITY OF FORT WORTH By: By: Principal Name Fernando Costa Title Assistant City Manager APPROVAL RECOMMENDED: RECORDED: By: By: Wayne Corum Mary J. Kayser Interim Director, Property Management Dept. City Secretary APPROVED AS TO FORM AND LEGALITY: M&C C-Number (M&C Date) Contract Authorization By: Grant Jordan Assistant City Attorney Instruction to Offerors Page 20 of 28; Victory Forest Community Center(August 2015)' Instruction to Offerors Page 21 of 28 Victory Forest Community Center(August 2015) Bond# PAYMENT BOND THE STATE OF TEXAS § § I'NOW ALL BY THESE PRESENTS: COUNTY OF TARIZANT § That we, known as "Principal" Inerciti, and a corporate surety (sureties), duly authorized to do business in,the State of Texas, (mown as "Surety" herein(whethcr ane or morc), are held and firmly bound unto the City of Tort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of, ----CONTRACT AMOUNT---- and No Dollars ($----CONTRACT AMOUNT----.00j, lawful money of the United States, to be paid in Fort Worth, 'Tarrant County, Texas, for the payment of which sum well and truly be made,,we bind ourselves,our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents: WHEREAS,Principal has entered into a certain written Contract with City, awarded the day of ) 2015, which Contract is hereby referred to and Made a part hereof for all purposes as if fully set forth liarein, to-furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Victory Forest Community Center located at 3427 Hemphill Street, Fort Worth, Texas PROJECT NUMBER TPW2013-15. NOW, THEREFORE, THE CONDITION OFF THIS OBLIGATION is sticln that if Principal shall_pay all monies owing to any (and all) payment bond beneficiary (as defined in.Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void;otherwise to remain in full force and effect. This bond is made and executed.in compliance with the,provisions of Chapter 2253 of the Texas_ Government Code, as amended,and all liabilities on this bind shall'be determined in accordance with the: provisions of said,statute. Instruction to Offerors page,22,of 28 Victory Forest Community Center(August 2015) IN WITNESS WHEREOF, the Principal and Surety Have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of 2015. PRTNOPAL. ATTEST: BY: Signature (Principal) Secretary Name and Title Address: Witness as to Principal SURETY: ATTEST: BY: Signature (Surety) Secretary Name and Title Address: Witness as to Suety Telephone Number: *Note: If sighed by an officer of the Surety;there must be oil file a certified extract from the bylaws showing that this person has authority to sign such obligation; If Surety's physical address is different from its mailing address,both must be provided. The date of the bond shall.not be prior to the date the Contract is awarded, Irrstructiorn to offerors page 23of 28 Victory forest Community Center(August 2015) Bond;## PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS:. COUNTY OF TARRANT § That we, known as "Principal herein and a corporate surety (sureties, if more than one)duly authorized to do business in the State of Texas, known as"Surety"herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as"City"herein, in the penal sum of, Dollars ( $ ), lawful money of the United States,to be paid in Fort Worth,Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, oi»-heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS,, the Principal has entered into a certain written contract with the City awarded the day of ,2015,which Contract is hereby referred.to and made a part hereof for all purposes as iffilly set forth herein,to furnish all materials, equipment labor and other accessories defined by law;in the prosecution of the Work,including any Change Orders, as provided for in said Contract designated as Victory Forest Commnnily Center located at 3427 Hemphill Street,Fort Worth,Terns (Project TPW2013-15, NOW,THEREFOR,the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract,according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the.part of the City,then this obligation shall be and became null and void, otherwise to remain in full force and effect. PROVIDED FURTHER,that:if any, legal action be filed on this Bond, venue shall lie in Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas. Government Code,as ari ended,and all.liabilities on this bond shall be determined in accordance with the provisions of said statue: Instruction to 0fferorsr Page 24 of 28 Victory Forest Communi(y Center(August 2015) IN WITH +' S WHEREOF,the Principaland the Stirety have SIGNED and SEALED this instrument by duly authorized agents and officerS on this the day of. ,2015. PRINCIPAT: BY: Signature ATTEST: (Principal)Secretary Name and Title Address: Witness as to Principal SURETY: BY: Signature Naive and Title Address: Witness as to Surety Telephone Number: *Note: If signed by an officer of the Surety Company,tbae must be on file a certified extract from the by-laws showing:that this person has authority to sign such obligation, If Surety's }physical address is different R-om its nailing address,both must be provided.The date of the bond shall not be prior to the date the Contract is awarded. Instruction to'Offerors: Page 26 of 28 Victory Forest Community Center(A.ugust 2615) CERTIFICATE OF INSURANCE CAssembler: For Contract Document eYecittiorr, remove this page and replace}with standcr;`dACORD Cert ficate of Laurance f brrn.] Instruction to Offerors Page 26 of 28_ Victory For65t Community Conter(August 2018) CONTRACTOR COMPLIANCE WITH WORKE,R'S COMPE NSATION LAW Pursuant to Texas Tabor Code Section 406.096("a), as amended, Contractor certifies that it provides Worker's compensation insurance coverage for all of its employees employed on City Project, Yicto>< Forest Community Center located at 3427 Hemphill Street,;Fort Worth,Texas (Project TPW2013- 15 Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended; it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: By: Company (Please Print) Signature: Address Title: City/State/Zip (Please Print) THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § BEFORE ME,the undersigned authority, on this day personally appeared known to me to be the person whose name. is: subscribed to the foregoing instrument, and ackmowledged to me that he/she executed the same as the act and deed of for the purposes and consideration therein expressed and in the capacity,therein,stated. GIVEN UNDER MY HAND AND SEAL OF OFFICIO this day of ,2015, Notary Public in:and for the State of Texas Instruction to Mora's Page 27 of 28 Victory Forest Community Center(August2015) 2t-011 21 _001 l/ CENTERLINE OF SIGN, LOGO & TEXT INFORMATION RTHO Project Title i� i� 4 z' Architect: Architect's Name Contractor: 2 Contractor's Name FUNDED BY (List Bond Fund,etc.) SCHEDULED COMPLETION DATE YEAR RRN A SIGN COLOR & FONT: BACKGROUND - WHITE BORDER - 511611WIDE, 311RADIUS CORNERS, PMS 288 (BLUE) TEXT - HELVETICA or ARIAL, PMS 288 (BLUE) FORT WORTH LOGO COLORS & FONT: FORT WORTH - PMS 288 (BLUE), CHELTENHAM BOLD LONGHORN LOGO - PMS 725 (BROWN) PROJECT DESIGNATION SIGN. Instruction to Offerors: Page 28 of 28 Victory Forest Cprrimunity Ce.neer(August 2015}, Victory Forest Recreation Center September 09,2015 City of Fort Worth,Texas ADDENDUM No. 1 —Attachment#3 CITY OF FORT WORTH FORT WORTH PARKS AND COMMUNITY SERVICES DEPARTMENT PROPERTY MANAGEMENT DEPARTMENT ADDENDUM No. 1 Attachment #3 September 09, 2015 1 K VICTORY FOREST RECREATION CENTER 3427 HEMPHILL STREET FORT WORTH, TEXAS RPGA DESIGN GROUP, INC. 101 S. JENNINGS AVENUE, SUITE#100 FORT WORTH, TEXAS 76104 (817) 332-9477 WWW.RPGAARCHITECTS.COM RPGA Design Group, Inc. 1 of 7 Victory Forest Recreation Center September 09,2015 City of Fort Worth,Texas ADDENDUM No. 1 —Attachment#3 ADDENDUM No. 1 - Attachment #3 Victory Forest Recreation Center Bidders are advised of the following revisions and clarifications and shall be governed accordingly. A. ADDITIONS: 1. PROJECT MANUAL(Specifications): a. Section 05 5100—Metal Stairs—See Attachment—4 pages b. Section 09 6566—Resilient Athletic Flooring—See Attachment—4 pages c. Section 12 2113—Horizontal Louver Blinds—See Attachment—2 pages 2. DRAWINGS: a. Site SurveV—Owner provided survey of existing site. TPW—Surveying Services/ File No. 701514B01 / Date 8/21/14 Add 50x150 6/22/15 b. C-2.0— Dimension Control Plan (clarification to playground boundary dimensions) c. FP-1.01 — Fire Protection Plan for fire protection requirements. d. BA1 —Security Plan (For information purposes only—Not included in scope of work) 3. QUESTIONS: a. Question: On the canopy (and alternate canopy) drawings A-1.03 and A-1.03a there is not bracing shown in the sidewalls. There is no room in the brick surround to put portal frame columns. It does not appear that we can X-brace the high side and the low side. The specifications say columns are to be pinned base only, so I need bracing of some type in the walls. Answer: The Entry Canopy and Alternate Canopy shall be designed with portal frames at each end. The main frames will be offset from the centerline of the pier cap and masonry column wrap to allow adjacent main frame and portal frame columns to bear on the same pier cap. If required, the pier cap and column wrap will be enlarged to accommodate both columns. b. Question: Does the 10 PSF collateral load apply? Answer: The design collateral dead load at canopies may be reduced to 2 PSF. B. REVISIONS/CLARIFICATIONS: 1. PROJECT MANUAL(Specifications): a. Section 01 3000—Administrative Requirements Part 1, 1.04 Project Coordination: (Change as follows) 1.04 PROJECT COORDINATION A. Project Coordinator:Owner. B. Cooperate with the Project Coordinator in allocation of mobilization areas of site; for field offices and sheds, for site access, traffic, and parking facilities. C. During construction, coordinate use of site and facilities through the Project Coordinator. RPGA Design Group,Inc. 2 of 7 Victory Forest Recreation Center September 09,2015 City of Fort Worth,Texas ADDENDUM No. 1 —Attachment#3 D. Comply with Project Coordinator's procedures for intra-project communications; submittals, reports and records, schedules, coordination drawings, and recommendations; and resolution of ambiguities and conflicts. E. Comply with instructions of the Project Coordinator for use of temporary utilities and construction facilities. F. Coordinate field engineering and layout work under instructions of the Project Coordinator. G. Make the following types of submittals to the Architect and Cc the Project Coordinator. 1. Requests for interpretation. 2. Requests for substitution. 3. Shop drawings, product data, and samples. 4. Test and inspection reports. 5. Manufacturer's instructions and field reports. 6. Applications for payment and change order requests. 7. Progress schedules. 8. Coordination drawings. 9. Closeout submittals. Part 3, 3.03, A Site Mobilization Meeting: (Change as follows) A. The Site Mobilization Meeting will be held immediately following the Preconstruction Meetings at the same location. Part 3, 3.03, B, 5: (Delete the following) 5. Majer S, r.e.n.6aretterS. b. Section 01 5721 -Indoor Air Quality Controls Part 3, 3.03, C: (Delete the following) G. Do net start air GORtaminant tertiRg 1:111til. :1. All GeRstruc;tieR iG , Q systems have been tested, adju6ted, And- -h-al-aArVed for prepeF eperatieR. 3 Rh,e, H\.IAC filtFatien Fnedia have been installed. c. Section 01 5813-Temporary Proiect Signage(Delete complete section) The Project Designation Sign requirements are identified in the Owner's "Instructions to Offerors" d. Section 04 2000-Unit Masonry Part 2, 2.01, A, 4: (Add the following) 4. Split Face concrete Masonry Units a. Colors and styles: as selected from manufacturer's full range of colors. b. Manufacturers: 1)Texas Building Products, Inc.:www.texasbuildingproducts.com 2) Featherlight Building Products:www.featherlitetexas.com 3) Substitutions: See Section 016000- Product Requirements. c. Colors and styles: as selected from manufacturer's full range of colors. d. Grade:ASTM C744- prefaced concrete and calcium silicate masonry units e. Size: 16x8x8; provide 2-sided pre-faced units as required to provide a pre-faced finish on all exposed finishes unless indicated otherwise. f. Water Repellent Admixture: as indicated below 1) All units shall be manufactured with integral water repellent g. Comply with ASTM C90 and as follows: 1) Unit compressive strength: 1,900 psi 2) Weight classification: light/medium weight 3) Type:Type I, moisture-controlled units e. Section 05 4000-Cold-Formed Metal Framing RPGA Design Group, Inc. 3 of 7 Victory Forest Recreation Center September 09,2015 City of Fort Worth,Texas ADDENDUM No. 1 —Attachment#3 Part 1, 1.05, E: (Change as follows) E. Manufacturer's Installation Instructions: Indicate special procedures, conditions requiring special attention. Part 2, 2.01, A: (Change as follows) A. Metal Framing: 1. CEMCO: www.cemcosteel.com. 2. Clarkwestern Dietrich Building Systems LLC:www.clarkdietrich.com. 3. Marino:www.marinoware.com. 4. The Steel Network, Inc: www.SteelNetwork.com. 5. Substitutions: See Section 01 6000 - Product Requirements. f. Section 06 4100—Architectural Wood Casework Part 2, 2.05, B, 5. (Change as follows) 5. Edge Treatment: Wilsonart, 3mm ABS Plastic edgeband. Part 2, 2.06, C: (Change as follows) C. Plastic Laminate Countertops: Medium density fiberboard substrate; thickness 3/4"; covered with HPDL, conventionally fabricated, with decorative ABS Plastic edge. At countertops with sinks: Provide moisture resistant core; thickness 3/4". g. Section 07 9005—Joint Sealers Part 2, 2.02, B, 3, a: (Change as follows) a. Bostik Inc:www.bostik-us.com. Part 2, 2.02, C, 3, c: (Change as follows) c. Tremco Global Sealants:www.tremcosealants.com. Part 2, 2.02, D, 2, a: (Change as follows) a. Bostik Inc: www.bostik-us.com. Part 2, 2.02, D, 2, c: (Change as follows) c. Tremco Global Sealants:www.tremcosealants.com. Part 2, 2.02, E, 3, a: (Change as follows) a. Bostik Inc: www.bostik-us.com. h. Section 08 1416—Flush Wood Doors Part 2, 2.05, A, 1: (Change as follows) 1. Material and Finish: Roll formed steel; pre-painted finish to color as selected. i. Section 08 8300—Mirrors Part 2, 2.03, B: (Change as follows) B. Polysulfide Sealant: ASTM C920, Type M, Grade NS, Class 25, Uses M and A; two component; chemical curing, non-sagging type; cured Shore A hardness of 15 to 25; color as selected.l. Material and Finish: Roll formed steel; pre-painted finish to color as selected. j. Section 09 3000—Tiling Part 2, 2.04, A, 1: (Change as follows) 1. ARDEX Engineered Cements: www.ardexamericas.com. k. Section 09 9000—Painting and Coating Part 2, 2.03, A& B: (Change as follows) A. All exposed exterior unfinished and primed surfaces including steel columns, steel beams, steel channels, steel purlins, steel lintels, electrical conduit, ceiling mounted and rooftop equipment supports, gas piping, and other miscellaneous steel, unless otherwise indicated. B. Wood,TranspareRt, , Ne St i RPGA Design Group, Inc. 4 of 7 Victory Forest Recreation Center September 09,2015 City of Fort Worth,Texas ADDENDUM No. 1—Attachment#3 1. One Gnat sealer 2. Satin: Tern nn;;to of,,.;rnirh Part 2, 2.04, J: (Add the following) J. Sealed Concrete Floors, Penetrating Sealer 1. V-Seal - Industra-Seal 117A 2. Application:As recommended by manufacturer I. Section 10 2113.19—Plastic Toilet Compartments Part 2, 2.02, C, 1: (Change as follows) 1. Thickness: 3/4 inch. m. Section 13 3419—Metal Building Systems Part 2, 2.06, A&B: (Change as follows) A. Installed Thermal Resistance of Wall System: R value of 19 minimum for batt insulation. B. Installed Thermal Resistance of Roof System: R value of 25 minimum for insulated roof panels. Part 2, 2.08, D, 3: (Change as follows) 3. Panel coverage width: 16" Part 2, 2.08, D, 7: (Change as follows) 7. To match exterior coating Part 2, 2.08, I: (Add the following) I. Metal Soffit Panels: 1. Product: MBCI;Artisan Series Panels 2. Panel Attachment: Concealed Fastening System 3. Panel coverage width: 12" 4. Gauge: 22 gauge 5. Finish: Smooth 6. Coating: Signature 300- Standard Colors n. Section 23 0901 —Controls and Instrumentation Part 1, 1.02, A, 3: (Change as follows) 3. The acceptable manufacturers for the EMS are Alerton, Carrier,Johnson Controls, or Tridium only. The acceptable manufacturer for the HVAC control system actuators is Belimo only. o. Section 32 1543—Stabilizer For Stabilized Aggregate Pathway: Pedestrian Access Part 1, 1.06, C: (Change as follows) C. Warranty Period: Contractor shall provide warranty for performance of product. Contractor shall warranty installation of product for the time of one year from completion. 2. DRAWINGS: a. C-2.0/NOTES BY SYMBOL- 17: Playground area. Refer to Architectural plans. Change as follows: 17—Playground area. Refer to Landscape plans. b. C-3.1 /NOTES BY SYMBOL- 14: Install 125 LF of 4" HDPE Pipe 0.5 slope to drain playground area. Install pop-up drainage emitter at outlet. Refer to detail 4 on Sheet C-5.2 Change as follows: 14—Install 150 LF of 4" HDPE Pipe 0.5 slope to drain playground area. Install pop-up drainage emitter at outlet. Refer to detail 4 on Sheet C-5.2 c. C-5.2/Detail 03: Change Rip-Rap and Bedding Gradations as noted in attachment. See Attachment. RPGA Design Group, Inc. 5 of 7 Victory Forest Recreation Center September 09,2015 City of Fort Worth,Texas ADDENDUM No. 1 —Attachment#3 d. L-8/Detail 1: Attached is the installation information for the tree stakes, Tree Stakes Solutions that will be provided by the Owner. See Attachment. e. A-1.02/Note: At note "Existing Site Trees to be Removed by Others"change to "Remove All Existing Trees—Coordinate with Architect" f. A-1.02/Note: At note"Existing Overhead Utility Line to be Relocated by Others"change to"Existing Overhead Utility Lines to remain" g. A-1.03/Detail 03: at note "Ground Face CMU"change to"Split Face CMU" h. A-1.03a/Detail 03: See additional requirements for the Alternate Monument Sign. See Attachment. I. A-2-03/Symbol Legend: at note "Stucco Soffit"change to"Metal Panel Soffit" j. A-2-05/Key Notes: at note 13;change"Pre-finished Metal Lockers"to"Phenolic Lockers" k. A-3.01 /Elevations 1: "VICTORY FOREST RECREATION CENTER" letters and "3427" numbers are 12"aluminum letters/numbers. I. A-3.01 /Elevations 3: The"VF" Logo is an aluminum sign logo 8'-0"tall by 10'-0"wide; template will be provided by the Owner. Add an additional "3427" 12" aluminum numbers above the logo. m. A-4.03/Section 01: at note"3.5"Sloped Insulation"change to"R-25 Insulation" n. A-4.08/Details 01-04: at note"Factory Finished Corrugated Metal Siding"change to Factory Finished Metal Siding" o. A-4.08/Detail 08: at note "Brick"change to"Stone Veneer" p. A-5.01 /Finish Schedule: At Room 102- Lobby; all walls 10'-0"a.f.f. paint to match ceiling. q. A-5.01 /Finish Schedule: Change floors at Rooms 104, 110, 111, 121 and 123 from "VCT—vinyl composition tile"to "C—sealed concrete" r. A-5.01 /Door Schedule: Change doors 104A, 104B and 117 to Hollow Metal Doors s. A-5.01 /Door Schedule: Change all doors and frames identified as STL to HM t. A-5.03/Window Schedule: Provide Shades and Blinds as indicated. See Attachment. u. A-5.05/Details 01-05, 11 & 12: at note"Anchoring Channel (Typ.)"change to"Slip Channel (Typ.)" v. A-5.06/Details 06: at note"'/2" Sheathing as Spec."change to "'/2" Plywood" w. A-5.06/Detail 07: Provide ladder as specified in Section 05 5000 under Prefabricated Ladders. x. A-6.01 /Elevations 05, 06, 07 &08: at note"Suspended Gyp Cloud"change to"Suspended Ceiling Cloud" y. A-6.01, A-6.02, A-6.03 &A-6.05/various elevations: at note"P-lam Cabinets with Hardwood Edge" change to"P-lam Cabinets with Edgeband" z. A-6.02/Elevation 01: delete the note "Glulam Beam Beyond" aa. A-6.03/Elevations 13 & 19: at note"Metal Lockers"change to " Phenolic Lockers" bb. A-6.03/Elevations 17, 19 &20: at note"Porcelain Tile"change to"Glazed Wall Tile" C. ATTACHMENTS: a. Section 05 5100—Metal Stairs—4 pages b. Section 09 6566—Resilient Athletic Flooring—4 pages c. Section 12 2113—Horizontal Louver Blinds—2 pages d. Site Survey- (1 - 24"x 36"drawing) e. C-2.0—Dimension Control Plan (1 -30"x 42"drawing) f. F13-1.01 —Fire Protection Plan - (1 -30"x 42"drawing) RPGA Design Group,Inc. 6 of 7 Victory Forest Recreation Center September 09,2015 City of Fort Worth,Texas ADDENDUM No. 1 —Attachment#3 g. BA1 —Security Plan (1 -30"x 42"drawing) h. C-5.2/Detail 03— Revised Detail (1 -8 '/2"x 11"sheet) L LL=8—Additional detail—staking detail (1 -8 '/2"x 11"sheet) j. A-1.03a/Detail 03—Revised Detail (1 -8 '/2"x 11" sheet) k. A-5.03/Window Schedule— Revised Schedule (1 - 8 '/2"x 11"sheet) END OF ADDENDUM#1 RPGA Design Group, Inc. 7 of 7 Victory Forest Recreation Center METAL STAIRS-05 5100 City of Fort Worth-Parks&Community Services Department SECTION 05 5100 METAL STAIRS (ADDENDUM NO. 1 -9/9/15) PART 1 GENERAL 1.01 SECTION INCLUDES A. Stairs with concrete treads. B. Structural steel stair framing and supports. C. Handrails and guards. 1.02 RELATED REQUIREMENTS A. Section 03 3000 - Cast-in-Place Concrete: Concrete fill in stair pans ; mesh reinforcement for landings. B. Section 03 3000- Cast-in-Place Concrete: Placement of metal anchors in concrete. C. Section 05 5000 - Metal Fabrications. D. Section 09 9000 - Painting and Coating: Paint finish. 1.03 REFERENCE STANDARDS A. AISC 201 -AISC Certification Program for Structural Steel Fabricators, Standard for Steel Building Structures; 2006. B. ASTM A6/A6M - Standard Specification for General Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Sheet Piling; 2014. C. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2014. D. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless; 2012. E. ASTM Al53/A153M - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware; 2009. F. ASTM A283/A283M - Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates; 2013. G. ASTM A325 -Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength; 2010. H. ASTM A325M -Standard Specification for Structural Bolts, Steel, Heat Treated 830 MPa Minimum Tensile Strength (Metric); 2013. I. ASTM A500/A500M - Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes; 2013. J. ASTM A501/A501M - Standard Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing; 2014. K. ASTM E985 -Standard Specification for Permanent Metal Railing Systems and Rails for Buildings; 2000 (Reapproved 2006). L. AWS A2.4 -Standard Symbols for Welding, Brazing, and Nondestructive Examination; American Welding Society; 2012. M. AWS D1.1/D1.1M - Structural Welding Code-Steel; American Welding Society; 2011 w/Errata. N. IAS AC 172 -Accreditation Criteria for Fabricator Inspection Programs for Structural Steel; International Accreditation Service, Inc.; 2011. O. SSPC-Paint 15 - Steel Joist Shop Primer; Society for Protective Coatings; 1999 (Ed. 2004). P. SSPC-SP 2- Hand Tool Cleaning; Society for Protective Coatings; 1982 (Ed. 2004). 1.04 SUBMITTALS A. See Section 01 3000-Administrative Requirements,for submittal procedures. B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. RPGA Design Group,Inc. 1 of 4 Victory Forest Recreation Center METAL STAIRS-05 5100 City of Fort Worth-Parks&Community Services Department 1. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld lengths. 2. Include the design engineer's stamp or seal on each sheet of shop drawings. C. Delegated Design Data: As required by authorities having jurisdiction. D. Welders'Certificates. E. Fabricator's Qualification Statement: Provide documentation showing steel fabricator is certified under AISC 201. F. Fabricator's Qualification Statement: Provide documentation showing steel fabricator is accredited under IAS AC172. 1.05 QUALITY ASSURANCE A. Structural Designer Qualifications: Professional Structural Engineer experienced in design of this work and licensed in Texas, or personnel under direct supervision of such an engineer. B. Welder Qualifications: Show certification of welders employed on the Work, verifying AWS qualification within the previous 12 months. C. Fabricator Qualifications: 1. A qualified steel fabricator that is certified by the American Institute for Steel Construction (AISC) under AISC 201. 2. A qualified steel fabricator that is accredited by the International Accreditation Service (IAS) Fabricator Inspection Program for Structural Steel (AC172). 3. A company specializing in manufacturing products specified in this section, with not less than ten years of documented experience. PART 2 PRODUCTS 2.01 METAL STAIRS -GENERAL A. Metal Stairs: Provide stairs of the design specified, complete with landing platforms, vertical and horizontal supports, railings, and guards, fabricated accurately for anchorage to each other and to building structure. 1. Regulatory Requirements: Provide stairs and railings complying with the most stringent requirements of local, state, and federal regulations;where requirements of the contract documents exceed those of regulations, comply with the contract documents. 2. Handrails: Comply with applicable accessibility requirements of ADA Standards. 3. Structural Design: Provide complete stair and railing assemblies complying with the applicable local code. a. Stair Capacity: Uniform live load of 100 Ib/sq ft and a concentrated load of 300 lb with deflection of stringer or landing framing not to exceed 1/360 of span. b. Railing Assemblies: Comply with ASTM E985. 4. Dimensions: As indicated on drawings. 5. Shop assemble components; disassemble into largest practical sections suitable for transport and access to site. 6. No sharp or rough areas on exposed travel surfaces and surfaces accessible to touch. 7. Separate dissimilar metals using paint or permanent tape. B. Metal Jointing and Finish Quality Levels: 1. Commercial: Exposed joints as inconspicuous as possible, whether welded or mechanical; underside of stair not covered by soffit IS considered exposed to view. a. Welded Joints: Intermittently welded on back side, filled with body putty, and sanded smooth and flush. b. Welds Exposed to View: Ground smooth and flush. c. Mechanical Joints: Butted tight, flush, and hairline. d. Bolts Exposed to View: Countersunk flat or oval head bolts; no exposed nuts. e. Exposed Edges and Corners: Eased to small uniform radius. f. Metal Surfaces to be Painted: Sanded or ground smooth, suitable for satin or matte finish. C. Fasteners: Same material or compatible with materials being fastened; type consistent with design and specified quality level. RPGA Design Group, Inc. 2 of 4 Victory Forest Recreation Center METAL STAIRS-05 5100 City of Fort Worth-Parks&Community Services Department D. Anchors and Related Components: Same material and finish as item to be anchored, except where specifically indicated otherwise; provide all anchors and fasteners required. 2.02 METAL STAIRS WITH CONCRETE TREADS A. Jointing and Finish Quality Level: Architectural, as defined above. B. Risers: Closed. C. Treads: Metal pan with field-installed concrete fill. 1. Concrete Depth: 1-1/2 inches, minimum. 2. Tread Pan Material: Steel sheet. 3. Tread Pan Thickness: As required by design; 14 gage, 0.075 inch minimum. 4. Concrete Reinforcement: Welded wire mesh. 5. Concrete Finish: Steel troweled. D. Risers: Same material and thickness as tread pans. E. Stringers: Rolled steel channels. 1. Stringer Depth: 10 inches. 2. End Closure: Sheet steel of same thickness as risers welded across ends. F. Railings: Pipe railing with Steel mesh railings as indicated below and on drawings. G. Finish: Shop- or factory-prime painted. H. Under Side of Stair: Exposed to view, to be finished same as specified for other exposed to view surfaces. 2.03 HANDRAILS AND GUARDS A. Wall-Mounted Rails: Round pipe or tube rails unless otherwise indicated. 1. Outside Diameter: 1-1/4 inch, minimum, to 1-1/2 inches, maximum. B. Guards: 1. Top Rails: Round pipe or tube rails unless otherwise indicated. a. Outside Diameter: 1-1/4 inch, minimum, to 1-1/2 inches, maximum. 2. Infill at Mesh Railings: Woven wire mesh panels. a. Material and Finish: Same as stair. b. Wire Size:.25 inch wire. c. Wire Spacing: 3 inch square opening. d. Mounting: Mesh welded to steel bar frame, frame welded to posts. e. Product: equal to McNichols Quality 3" Square Opening Wire Mesh 0.2500 Wire Square Weave, Plain Steel 3. End and Intermediate Posts: Same material and size as top rails. a. Horizontal Spacing: As indicated on drawings. b. Mounting: Welded to top surface of stringer. 2.04 MATERIALS A. Steel Sections: ASTM A 36/A 36M. B. Steel Tubing: ASTM A500/A500M or ASTM A501 structural tubing, round and shapes as indicated. C. Steel Plates: ASTM A6/A6M or ASTM A283/A283M. D. Pipe: ASTM A 53/A 53M, Grade B Schedule 40, black finish. E. Ungalvanized Steel Sheet: Hot-or cold-rolled, except use cold-rolled where finished work will be exposed to view. 1. Hot-Rolled Steel Sheet: ASTM A1011/A1011 M, Designation CS (commercial steel). 2. Cold-Rolled Steel Sheet: ASTM A1008/A1008M, Designation CS (commercial steel). F. Concrete Fill: Portland cement Type I, 3000 psi 28 day strength, 2 to 3 inch slump. G. Concrete Reinforcement: Mesh type , unfinished. 2.05 ACCESSORIES A. Steel Bolts, Nuts, and Washers: ASTM A325 (ASTM A325M),Type 1, and galvanized to ASTM Al53/A153M where connecting galvanized components. RPGA Design Group, Inc. 3 of 4 Victory Forest Recreation Center METAL STAIRS-05 5100 City of Fort Worth-Parks&Community Services Department B. Welding Materials: AWS D1.101.1M;type required for materials being welded. C. Shop and Touch-Up Primer: SSPC-Paint 15, complying with VOC limitations of authorities having jurisdiction. 2.06 SHOP FINISHING A. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. B. Do not prime surfaces in direct contact with concrete or where field welding is required. C. Prime Painting: Use specified shop- and touch-up primer. 1. Preparation of Steel: In accordance with SSPC-SP 2, Hand Tool Cleaning. 2. Number of Coats: One. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. 3.02 PREPARATION A. When field welding is required, clean and strip primed steel items to bare metal. 3.03 INSTALLATION A. Install components plumb and level, accurately fitted, free from distortion or defects. B. Provide anchors, plates, angles, hangers, and struts required for connecting stairs to structure. C. Allow for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. D. Provide welded field joints where specifically indicated on drawings. Perform field welding in accordance with AWS D1.1/D1.1M. E. Other field joints may be either welded or bolted provided the result complies with the limitations specified for jointing quality levels. F. Obtain approval prior to site cutting or creating adjustments not scheduled. G. After erection, prime welds, abrasions, and surfaces not shop primed or galvanized, except surfaces to be in contact with concrete. 3.04 TOLERANCES A. Maximum Variation From Plumb: 1/4 inch per story, non-cumulative. B. Maximum Offset From True Alignment: 1/4 inch. END OF SECTION RPGA Design Group,Inc. 4 of 4 Victory Forest Recreation Center RESILIENT ATHLETIC FLOORING-09 6566 City of Fort Worth-Parks&Community Services Department SECTION 09 6566 RESILIENT ATHLETIC FLOORING (ADDENDUM NO. 1 -9/9/15) PART1 GENERAL 1.01 SECTION INCLUDES A. Interlocking, loose-laid rubber tile. B. Accessories. 1.02 RELATED REQUIREMENTS A. Section 01 6116-Volatile Organic Compound (VOC) Content Restrictions. B. Section 03 3000-Cast-in-Place Concrete: Restrictions on curing compounds for concrete slabs and floors. C. Section 09 6500- Resilient Flooring. 1.03 REFERENCE STANDARDS A. ASTM D412 - Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers--Tension; 2006a (Reapproved 2013). B. ASTM D2240- Standard Test Method for Rubber Property--Durometer Hardness; 2005 (Reapproved 2010). C. ASTM F710- Standard Practice for Preparing Concrete Floors to Receive Resilient Flooring; 2011. 1.04 SUBMITTALS A. See Section 01 3000 -Administrative Requirements, for submittal procedures. B. Product Data: Manufacturer's printed data sheets for products specified. C. Shop Drawings: Fabrication and installation details, and layout, colors, and widths of game lines and equipment locations. D. Selection Samples: Manufacturer's color charts for flooring materials specified and game line paints, indicating full range of colors and textures available. E. Verification Samples:Actual flooring material specified, not less than 12 in square, mounted on solid backing. 1.05 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer certified in writing by the flooring manufacturer to be qualified for installation of specified flooring system. 1.06 DELIVERY, STORAGE,AND HANDLING A. Deliver materials to project site in unopened containers clearly labeled with manufacturer's name and identification of contents. B. Store materials in dry and clean location until needed for installation. During installation, handle in a manner that will prevent marring and soiling of finished surfaces. 1.07 FIELD CONDITIONS A. Maintain temperature in spaces to receive adhesively installed resilient flooring within range of 70-95 degrees F for not less than 48 hours before the beginning of installation and for not less than 48 hours after installation has been completed. Subsequently, do not allow temperature in installed spaces to drop below 50 degrees F or to go above 100 degrees F. PART PRODUCTS 2.01 PREFORMED ATHLETIC FLOORING A. Manufacturers:All products by the same manufacturer. 1. Johsonite; Product- Replay Multi-functional and Sports Flooring: www.johnsonite.com. 2. Substitutions: See Section 01 6000- Product Requirements. B. Rubber Tile Flooring: Virgin or Recyled rubber material formed into square tiles with invisible interlocking tabs,free-laid without adhesive. RPGA Design Group, Inc. 1 of 4 Victory Forest Recreation Center RESILIENT ATHLETIC FLOORING-09 6566 City of Fort Worth-Parks&Community Services Department 1. VOC Content: As specified in Section 01 6116. 2. Thickness: Minimum 3/8 in. 3. Size: Nominal 24 in square. 4. Tensile Strength: Minimum 150 psi, per ASTM D412. 5. Hardness: Minimum 65, when tested in accordance with ASTM D2240 using Type A durometer. 6. Surface Texture: Smooth. 7. Color: As selected from manufacturer's standards. 2.02 ACCESSORIES A. Leveling Compound: Latex-modified cement formulation as recommended by flooring manufacturer for substrate conditions. B. Reducer strip: Provide reducer strips as required to transition to adjacent flooring. 1. Johnsonite Replay Interlocking Reducer Strip a. Color: To match athletic flooring C. Athletic Flooring Adhesive: for standard application use: Johnsonite 965 Flooring and Tread adhesive or as recommended by flooring manufacturer for project conditions. D. Reducer Strip Adhesive: Johnsonite 946 Premium Contact Adhesive or as recommended by flooring manufacturer for project conditions. PART 3 EXECUTION 3.01 EXAMINATION A. Examine substrates for conditions detrimental to installation of athletic flooring. Proceed with installation only after unsatisfactory conditions have been corrected. B. Verify that surfaces are flat to tolerances acceptable to flooring manufacturer, free of cracks that might telegraph through flooring, clean, dry, and free of curing compounds, surface hardeners, and other chemicals that might interfere with bonding of athletic flooring to substrate. C. Cementitious Sub-floor Surfaces: Verify that substrates are dry enough and ready for resilient flooring installation by testing for moisture and pH. 1. Test in accordance with ASTM F710. 2. Obtain instructions if test results are not within limits recommended by resilient flooring manufacturer and adhesive materials manufacturer. 3.02 PREPARATION A. Prepare floor substrates as recommended by flooring and adhesive manufacturers. B. Concrete: Use leveling compound as necessary to achieve substrate flatness of plus or minus 1/8 inch within 10 ft radius. C. Remove coatings that are incompatible with flooring adhesives, using methods recommended by flooring manufacturer. D. Broom clean areas to receive athletic flooring immediately before beginning installation. 3.03 INSTALLATION A. Starting installation constitutes acceptance of sub-floor conditions. B. Comply with manufacturer's recommendations and approved shop drawings. C. Athletic Tile Flooring: 1. Installation Procedure: a. Square the area and establish reference points on substrate. b. Lay out the tile so that a minimum of one-half of a tile forms the border along the perimeter. c. Apply the adhesive to the substrate. Follow directions on adhesive label for proper adhesive use. d. Use established reference points and install the flooring. e. Lay tiles with the directional arrow(found on back of each tile) pointing in the same direction. f. Pattern tiles may be 'quarter turned'to create a checkerboard pattern. g. Tiles should be lightly butted together when placing the flooring into the adhesive. h. Do not force tiles together creating a ledge condition at the seams and corners. Sliding tiles will result in forcing the adhesive out between the seams. RPGA Design Group, Inc. 2 of 4 Victory Forest Recreation Center RESILIENT ATHLETIC FLOORING-09 6566 City of Fort Worth-Parks&Community Services Department i. Work off the flooring when using 975 Two-Part Urethane Adhesive or use kneeling boards. j. Periodically, lift the corner of an installed the to ensure proper transfer of adhesive. k. Roll floor in both directions with a 100 pound three-section roller. Use a hand roller in areas that cannot be reached with a large roller. I. Inspect the floor surface, especially seams, and remove any adhesive on the surface. 2. Traffic: a. No traffic for 24 hours after installation. b. No heavy traffic, rolling loads, or furniture placement for 72 hours after installation. D. Interlocking Reducer 1. Installation Procedure: a. Start by measuring the perimeter of the area requiring reducer and order the proper amount. b. Align the interlocking tabs of the reducer strip to the interlocking tabs of the tile. c. Once the reducer and tiles are properly aligned, roll the tabs of the reducer with a small hand roller to secure the tabs. 2. Cutting Corners: a. Install a reducer at the corner intersection. b. Using a carpenter square or straight edge create a line from the corner of the tile to the outside intersection of the reducer strips. Using a knife cut through the reducer strip. c. Install the other transition and using the pre-cut reducer strip as a guide, trace cut the bottom reducer strip to fit. d. Using Johnsonite 946 Premium Contact Adhesive, glue the two pieces together by applying the adhesive to the cut edge of each reducer. e. Allow the contact adhesive to dry prior to fitting the pieces together. Follow adhesive label instructions for proper use. f. Wipe any excess adhesive using a damp clean white cloth. 3.04 CLEANING A. Clean flooring using methods recommended by manufacturer. 3.05 PROTECTION A. Protect finished athletic flooring from construction traffic to insure that it is without damage upon completion of the work. END OF SECTION RPGA Design Group, Inc. 3 of 4 Victory Forest Recreation Center RESILIENT ATHLETIC FLOORING-09 6566 City of Fort Worth-Parks&Community Services Department RPGA Design Group, Inc. 4 of 4 Victory Forest Recreation Center HORIZONTAL LOUVER BLINDS-12 2113 City of Fort Worth-Parks&Community Services Department SECTION 12 2113 HORIZONTAL LOUVER BLINDS (ADDENDUM NO. 1 -9/9/15) PART 1 GENERAL 1.01 SECTION INCLUDES A. Horizontal slat louver blinds. B. Operating hardware. 1.02 RELATED REQUIREMENTS A. Section 06 1000 - Rough Carpentry: Concealed wood blocking for attachment of headrail brackets. 1.03 SUBMITTALS A. See Section 01 3000-Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating physical and dimensional characteristics. C. Shop Drawings: Indicate opening sizes, tolerances required, method of attachment, clearances, and operation. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. 1.05 PROJECT CONDITIONS A. Coordinate the work with window installation and placement of concealed blocking to support blinds. B. Take field measurements to determine sizes required. 1.06 EXTRA MATERIALS A. See Section 01 6000 - Product Requirements, for additional provisions. B. Provide ten additional slats. C. Provide two additional complete blind assemblies of each size. D. Provide 2 extra lift cords. PART 2-PRODUCTS 2.01 MANUFACTURERS A. Horizontal Louver Blinds Without Side Guides: 1. Levolor; Product Mark I; 1 3/8" slat size with lightmaster cordless: www.levolor.com. 2. Substitutions: See Section 01 6000 - Product Requirements. 2.02 BLINDS WITHOUT SIDE GUIDES A. Description: Horizontal slat louvers hung from full-width headrail with full-width bottom rail. B. Blinds: Horizontal slat louvers hung from full-width headrail with full-width bottom rail; manual control of raising and lowering by cordless option with open and closed point locking; blade angle adjustable by control wand; complying with WCMA A100.1 with integrated valance. C. Metal Slats: Spring tempered pre-finished aluminum; square slat corners, with manufacturing burrs removed. 1. Width: 1-3/8 inch. 2. Thickness: 8 gauge 3. Color: As selected by Architect. D. Slat Support: Woven polypropylene cord, ladder configuration. E. Head Rail: Pre-finished, formed aluminum box,with end caps; internally fitted with hardware, pulleys, and bearings for operation; same depth as width of slats. F. Bottom Rail: Pre-finished, formed steel with top side shaped to match slat curvature; with end caps. Color: Same as headrail. G. Lift Cord: Cordless RPGA Design Group,Inc. 1 of 2 Victory Forest Recreation Center HORIZONTAL LOUVER BLINDS-12 2113 City of Fort Worth-Parks&Community Services Department H. Control Wand: Extruded hollow plastic; hexagonal shape. 1. Removable type. 2. Length of window opening height less 3 inch. 3. Color: Clear. I. Headrail Attachment: Wall brackets. J. Accessory Hardware: Type recommended by blind manufacturer. 2.03 FABRICATION A. Determine sizes by field measurement. B. Fabricate blinds to fit within openings with a minimum uniform edge clearance. C. Fabricate blinds to cover window frames completely. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that openings are ready to receive the work. B. Ensure structural blocking and supports are correctly placed. See Section 06 1000. 3.02 INSTALLATION A. Install blinds in accordance with manufacturer's instructions. B. Secure in place with flush countersunk fasteners. 3.03 TOLERANCES A. Maximum Variation of Gap at Window Opening Perimeter: 1/4 inch. B. Maximum Offset From Level: 1/8 inch. 3.04 ADJUSTING A. Adjust blinds for smooth operation. 3.05 CLEANING A. Clean blind surfaces just prior to occupancy. 3.06 SCHEDULE A. As noted on the Window Schedule END OF SECTION RPGA Design Group,Inc. 2 of 2 gig pop ax �gq HLYPNHS STMT - 31 E 3q jq! Ali 1H iP gr 71 eA Aar N N --- ---------- JWJ HE n i m�oliw:n `"*a a--------- j --------- U--- __--__— ruomii xar Fpm o�aecTronucartaa-awE U N - T E l/� l , E € m m� €` a - - 0 i M� p. l � � m y a o --------- _ 41 T 1-7-9 I oT m 6 _ l 0 a � ss soz=asgi w wz•-- OOOOOOOOOOOOOOOO000 B m f v P d 8 a A L g e S 1 oZ a 3 @ R g 9 sh 196 s s e e e e s s s € € m aS 2 g g_ o € n " i 3 a S z a� ayga m m F JQJ z CITY OF FORT WORTH I Ft a o P Q R G P A l�l� 9m � t .3 VICTORY FOREST '� ............ ......,...... ' ,....,.,: o a * RECREATION CENTER = 3427 HEMPHILL STREET FORT WORTH, TEXAS ----- �—�--- ---- —m-- ---- [ aI ------------------------------------------ tij ---------------------------------------- m § 0 C O --------------- rv'l ol --I 99 ro 10 M9 "10 ----------- n'M E Li En 'FA ' p"'F- EE] pz;az ------------------------------ ----------------------------- -------- 0 ----------------------------------------------------------------------------------- ----- ----------Ej All fEF tzj .0 UAL crry OF FORT WORTH R p GA -n 71 HIM VICTORY FOREST ...... ....... b RECREATION CENTER 3427 HEMPHILL STREET FORT WORTH,TEXAS 00000000 Q m � s > m Q a a o �O b 0�m o Q ; n LED - U O�� go 9 p0 : D gyp. O O O �O O^ r� O N o, a� !a H dp CJS a �' gs 12 ; � � � oA z m z z v\ m a c c z 0 O z n)COIa N � 0 O o r ^ c IT1 `J � C � rri o _ m �o r0 m z `1 Ao O v �n � z o m A m � a m o A m m a 2 m 0 0 n S S S S Z ON A Ci Ci �z o m y m vN A 0 o u�i cin o o z z N z N A Z Z N = m m Op> O O z D to y��Zm D 0 0 0 00 0 �y cn D Tre e TREE STAKE SOLUTIONS LLC St _ 9973 FM 521 ROAD ROSHARON, TX 77583 PHONE: (281) 778-1400 FAX: (281) 778-1425 Solutions www.treestakesolutions.com -PLANTING HOLE r v -TREE �" " i U-BRACKET " ROOTANCHOR `'�'� • � � TREE TRUNK ROOTBALL "tom `q[" TREE TREE ROOT ANCHOR NAIL ROOT ANCHOR U-BRACKET STAKE U-BRACKET ROOTBALL NAIL STAKE ROOTBALL PLANTING HOLE PLANTING HOLE UNDISTURBED SOIL UNDISTURBED SOIL 1.WITH TREE IN A STRAIGHT&PLUMB 2.INSERT 1 OF 3 NAIL STAKES THROUGH EACH OF 3.NAIL STAKES SHOULD BE DRIVEN STRAIGHT DOWN POSITION,CENTER THE APPROPRIATE ROOT THE U-BRACKETS.NAILS SHOULD REST IN THE INTO THE UNDISTURBED SOIL BELOW THE ANCHOR SAFETY STAKE AROUND THE TRUNK, UNDISTURBED SOIL AT THE BOTTOM OF THE TREE ROOTBALL.THE NAILS ARE NOW CAGING THE WITH RINGS LAYING FLAT AGAINST PIT.ALL NAILS SHOULD FIT SNUG AGAINST THE SIDE ROOTBALL IN PLACE,WHILE THE TOP BRACKET PINS ROOTBALL,U-BRACKETS FACING UP. OF THE ROOTBALL. THE ROOTBALL DOWN. (FOR HAND OR MACHINE DUG TREES,IT MAY BE AFTER THE TREE STAKE IS INSTALLED,A LAYER OF NECESSARY TO PENETRATE 1"-4"OF OUTER AREA MULCH CAN BE ADDED OVER THE STAKE.REMOVE OF THE ROOTBALL WITH THE NAIL.) ROOT ANCHOR AFTER TREE IS ESTABLISHED. NOTES: 1. INSTALLATION TO BE COMPLETED IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS. 2. DO NOT SCALE DRAWING. 3. THIS DRAWING IS INTENDED FOR USE BY ARCHITECTS,ENGINEERS,CONTRACTORS,CONSULTANTS AND DESIGN PROFESSIONALS FOR PLANNING PURPOSES ONLY. THIS DRAWING MAY NOT BE USED FOR CONSTRUCTION. 4. ALL INFORMATION CONTAINED HEREIN WAS CURRENT AT THE TIME OF DEVELOPMENT BUT MUST BE REVIEWED AND APPROVED BY THE PRODUCT MANUFACTURER TO BE CONSIDERED ACCURATE. 5. CONTRACTOR'S NOTE:FOR PRODUCT AND COMPANY INFORMATION VISIT www.CADdetails.comAnfoAND ENTER REFERENCE NUMBER 4927-008A. BELOW GROUND SAFETY STAKE PRODUCT DRAWING 4927-008A REVISION DATE 02105/2015 PROTECTED BY COPYRIGHT©2015 CADDETAILS.COM LTD. CADdetails.com I'LL—,� O G W H � W Z W W � W JW U J UW U Q D W Z O � W ch: W u W U ~ W U U O0 w W� O Hry U7 J D V) w J V) ry C/) WF- Y U U Q Q - FW-w Q O w U U c0 (J)cl� U m U W O W U CC LL O J U Z_ Q U)� oS w w w D :>--D WO Ld � Z Z W Q U U U U F- F- O O w w D L,-DU) w F- Z F- (J)F- S W W U) O U) Q U) U) =U) U) U) U U I-- < - Q = Q Q Q W Z Q WW W lh�L- U U mU U U CD O W W <W W W U U W U W d W 0 ro d o V1 H x z W z — CC w �W JUL x U�, O F- } ° x 0< z O � x �7 C W N01103S W o 7 _n O JQQ l L-19 „L N s-,L M O ADDENDUM- 01 - MONUMENT SIGN SHEAT 1.O. 03a RPGA DESIGN GROUP, INC. VICTORY FOREST RECREATION CENTER DATE: 101 S. JENNINGS AVE, STE.100 CITY OF FORT WORTH 09-09-15 FT. WORTH, TEXAS 76104 3427 HEMPHILL STREET 817-332-9477 FORT WORTH, TEXAS SK-01