Loading...
HomeMy WebLinkAboutContract 16778 ... CITY SECRETARY THIP-COPY FOR: .* � Y C I TY SECRETARY TRANS. & PUB. WKS., CONTRACTOR -CONTRACTOR'S BONDING.Ca. ._..A/I: SPECIFICATIONS AND qR 4 52 CONTRACT DOCUMENTS FOR .� RENOVATION OF THE .� AVIARY BUILDING ROOF PROJECT NAMECO N TRACT PROJECT NUMBER j` ZOOLOGICAL PARK 23-046-001-00 4 IN THE t CITY OF FORT WORTH TEXAS BOB BOLEN DOUGLAS HARMAN MAYOR CITY MANAGER s� RALPH W. EMERSON, JR., DIRECTOR GARY L. SANTERRE, P.E., DIRECTOR PARK AND RECREATION DEPARTMENT TRANSPORTATION/PUBLIC WORKS DEPT. 7ciTY PARK AND RECREATION CRETARY PLANNING DIVISION 1� FUNDING OF PROJECT BY 7�?ORTH, �E CITY OF FORT WORTH a.r CITY OF FORT WORTH, TEXAS CONSTRUCTION CONTRACT THE STATE OF TEXAS § KNOW ALL MEN BY THESE P&SENTS: COUNTY OF TARRANT This agreement made and entered into this the /7- day of /16L11-00188,e A.D., 1958, 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.D. 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, and the City of Fort Worth b�jing hereafter ter ed Owner, and �YGI'►''tec ural U4,Ii�1e8 If) , hereinafter called Contractor. /t WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, the said Contractor as an independent contractor agrees with the said Owner to commence and complete the constru Lion of certain improvements described as follows: rJ lo i Vno 1qr^101s, 2 ICQ41ipyis • 2. 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. 3. 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 Transportation and Public Works Director of the City of Fort Worth. Standard Contract Form 6 Revised August 8, 1983 C-1 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Transportation and Public Works Director of the City of Fort Worth within a period ofQ calendar days. 5. 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 monies due or which may thereafter become due him, the sum of $ 6 3, p to per calendar day, not as a penalty but as liquidated damages. Should the amount otherwise due the Contractor be less than the amount of such ascertained and liquidated Alk damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 6. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to take charge of and complete the work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said Owner shall exceed the contract price or prices set *forth in the said Plans and Specifications and Contract Documents made a part hereof, the Contractor shall pay said Owner on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 7. Any changes in work required due to changed or unforseen conditions shall be coordinated with the Assistant Director, Department of Transportation and Public Works and a written Change Order duly negotiated and executed prior to performing changed work. 8. This contract may be terminated by the City of Fort Worth in whole, or from time to time, in part, whenever such termination is in the best interest of the City. Termination will be effected by delivering to the Contractor a notice of termination specifying to what extent performance of the work of the contract is being terminated and the effective date of termination. After receipt of termination the contractor shall: C-2 (a) Stop work under the contract on the date and to the extent specified in the notice of termination; (b) Place no further orders or subcontracts except} as may be necessary for the completion of the work not terminated; (c) Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the notice of termination. After termination as above, the City will pay Contractor a proportionate part of the contract price based on the work completed; provided, however, that the amount of payment on termination shall not exceed the total contract price as reduced by the portion thereof allocable to the work not completed and further reduced by the amount of payments, if any, otherwise made. Contractor shall submit its claim for amounts due after termination as provided in this paragraph within 30 days after .� receipt of notice of termination. The City shall review such request for termination payment and shall pay all or such portions thereof as are properly allowable under this paragraph not later than 30 days after receipt of such claim. In the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this paragraph, such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth, and the decision by the City Council of the City of Fort Worth shall be final and binding upon all parties to this contract. 9. The Contractor agrees to fully indemnify, save harmless and defend the Owner, it officers and employees from and against any and all costs or damages arising out of any real or asserted claim or cause of action against it or them of whatsoever kind or character and in addition from and .•. against any and all costs or damages arising out of any wrongs, injuries, demands or suits for damages, either real or asserted, claimed against it or them that may be occasioned by any act, omission, neglect or misconduct of the said Contractor, his agents, servants, employees. And the said Contractor further agrees to comply with all applicable provisions of the laws and building and construction codes of the City of Fort Worth, and the State of Texas, and with any regulations for the protection of workers which may be promulgated by the Government, and shall protect such work with all necessary lights, barriers, safeguards, and warnings as are provided for in said Specifications and the Ordinance and Regulations of said. City. C-3 10. The Contractor shall procure and shall maintain during the life of this contract Worker's Compensation Insurance in the statutory amount and Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $500,000 covering each occur- rence on account of bodily injury, including death, in an amount not less than $250,000 covering each person on account of bodily injury or death, and in an amount not less than $300,000 covering each occurrence on account of Property Damage. The contractor agrees to furnish City a certificate of insurance as proof that such insurance has been obtained and paid for. 11. The Contractor shall employ safe practices in handling materials and equipment used in performing the required work so as to insure the safety of his workmen, City employees and the public. 12. The Contractor shall keep the premise free at all times from accumula- tion of waste materials or rubbish. At the completion of the work, the Contractor shall remove all his waste and rubbish from and about the work area, as well as his tools, equipment and surplus materials, and shall leave the area as clean and free of spots, stains, etc. , as before the work was undertaken. 13. Contractor agrees to comply with all laws, Federal, State and Local, including all ordinances, rules and regulations of the City of Fort Worth. Texas State Sales Tax does not apply. Necessary permits for the project will be obtained by the Contractor for performing this work; however, no fees shall be required to be paid by the Contractor for such permits. 14. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in one installment within 10 days upon final acceptance of the work by the Owner and receipt of invoice from the Contractor. The agreed upon contract amoun shall be -�d1e N _ ,v�L,7r 4k p q_,,oael Y1 ne no n , , 2 D ($ 2!4 9C:70, 00 ) including alternates 15. Contractor shall perform all work and services hereunder as an inde- independent contractor, and not as an officer, agent or employee of the City. Contractor shall have exclusive control of and the exclusive right to control the details of the work and services performed hereunder, and all persons performing same, and Contractor shall be solely responsible for C-4 the acts and omissions of its officers, agents and employees. Nothing herein shall be construed as creating a partnership or joint enterprise between City and the Contractor, its officers, agents and employees, and the doctrine of respondeat superior shall not apply. ` 16. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Transportation and Public -Works Director of said City of Fort Worth. 17. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part lank hereof the same as if it were copies verbatim herein. 18. The Contractor agrees to warrant his work and materials provided in accordance with this Contract and the terms of the Special Provisions contained herein. Unless supplemented by the Special Provisions, the Contractor shall warrant all work materials, and equipment against defects for a period of one year from the date of final acceptance. The Contractor further agrees to bear all costs of making good all work which is found to be defective or not provided in accordance with the Contract Documents. Additionally, if the facility or contents are damaged due to defective materials or workmanship of the Contractor, the Contractor further agrees to bear all costs of repairing and/or replacing damaged items and components to bring such items back to at least their original condition. 19. .n. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with reference to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with reference to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. 20. Should any action arise out of the terms and conditions of this contract, venue for said action shall lie in Tarrant County, Texas. C-5 IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in :rave 6g) 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 Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in S%Ve counterparts with its corporate seal attached. Done in Fort Worth, Texas, this the day of �f/OIiE/198, 2 > A.D. , 19_1EB . APPROVED: CITY OF FORT WORTH BY: U� TRAN PO TATION AND PUBLIC 1,KTY MANA WORKS DIRECTOP�, \4-'' ATTEST: COXT4UCTOR TY SECRETAR BY: A. TITLE n E A L) _ APPROVED AS TO FORM AND LEGALITY: ADDRE S Amok CITY ATTOVAEY — Contract iAuthoriza on Date C-6 MASTER FILE-1 p/� ACCOUNTING-2 City of Fort Worth, Texas TRANSPORTATIGNIPUBS7RATi N .W(� Y or and Council i ncilV Comm LL nicatio U IV Y1AfER ADMINISTRATION ; � (� �./ PARKS AND .rkC RbIXYRN T REFERENCE SUBJECT: PAGE NUMBER ZOO AVIARY RECONSTRUCTION 2 11-15-88 **C-11297 lOf Recommend at ion It is recommended that the City Council authorize the City Manager to: 1. Execute a contract with Architectural Utilities, Inc. in the amount of $24,900 for the renovation of the Zoo Aviary Building roof. Background In December 1983, the Fort Worth Zoo's Bird House burned down. This loss was covered under the City' s self-insurance for fire and extended coverage program. The value of the building and contents was assessed at $42,000. In June 1984, the insurance money was transferred into the 1978 Capital Improvement Program account to enable the reconstruction or renovation of existing buildings to handle the displacement of this facility. Since the fire, a number of birds have been quartered in a modified old rides shelter located next to the flight cage constructed as part of the infant care/nursery complex. Discussion Plans and specifications were prepared by Lassiter and Associates (the City's small projects architect) . Scope of Work Renovation of the Zoo Aviary Building roof. Submission of Bids On October 13, 1988, bids were received following advertisement on September 22 and 29, 1988. The bid tabulation is as follows: Total Bid Architectural Utilities, Inc. 24,900 S.P.S.D. Inc. 24,999 Work on the project is to be completed in 30 working days. On June 21, 1988, the Park and Recreation Advisory Board approved and recommended this project be forwarded to the City Manager and City Council for their consideration. DATE REFERENCE SUBJECT: PAGE NUMBER ZOO AVIARY RECONSTRUCTION 2 Z 11-15-88 **C-11297 Financing: Sufficient funds are available in Park and Recreation Capital Improvement Fund 23, Project No. 046001-00, Zoological Park General Improvements . The expenditure will be made from Index Code 644179. RG:mmc#3 APPROVED BY CITY COUNCIL NOV 15 1 4 city: 'to the cite Texaa SUBMITTED FOR THE CITY MANAGER'S DISPOSITION BY COUNCIL: PROCESSED BY OFFICE BY: David Ivory O APPROVED ORIGINATING O OTHER (DESCRIBE) DEPARTMENT HEAD: Ralph Emerson CITY SECRETARY FOR ADDITIONAL INFORMATION CONTACT: R. Emerson 7000 DATE specifications and contract documents Fort Worth Zoo Aviary Building Roof Renovation Fort Worth, Texas date: November 24, 1987 project no: 87009 the city of fort worth fort worth, texas Bob Bolen Mayor Douglas Harman City Manager Gary L. Santerre , PE Director Transportation & Public Works )A 0 LASS/7'Ell AND ASSOCIATES r"mi' � r r� J'r� Mri7 p• tr ' FORT WORTH ZOO AVIARY BUILDING ROOF RENOVATION FORT WORTH, TEXAS 1988 BOB BOLEN DOUGLAS HARMAN MAYOR CITY MANAGER GARY L. SANTERRE, P.E. DIRECTOR OF TRANSPORTATION/PUBLIC WORKS DEPARTMENT APPROVED. RAL H EMERSON, JR. DIRECTOR OF PARK AND RECREATION DEPARTMENT kLAPPROVED: G'V G: DALLAS WILLIAMS, P.E. DEPUTY DIRECTOR, TRANSPORTATION/PUBLIC WORKS DEPARTMENT THURMAN WOLFE R BERT HARPER CITY ARCHITECT ASSISTANT CONSTRUCTION ENGINEER TRANSPORTATION/PUBLIC WORKS TRANSPORTATION/PUBLIC WORKS WALTER ATT COOPER, P.E. GiRX LO LL CITY TRAFFIC ENGINEER GENElUt SERVICES SUPERINTENDENT TRANSPORTATION/PUBLIC WORKS TRANSPORTATION/PUBLIC WORKS /V 4 �� LEE C. fRRADLEY, P.E. 4LER PAIGE DEPUTY DIRECTOR BUILDING OFFICIAL WATER DEPARTMENT DEPARTMENT OF DEVELOPMENT TABLE OF CONTENTS s NOTICE TO BIDDERS SPECIAL INSTRUCTIONS TO BIDDERS FORM OF PROPOSAL FORM OF CONTRACT CERTIFICATE OF INSURANCE WAGE RATES WEATHER TABLE SPECIAL PROVISIONS DRAWINGS REV. 9/30/87 TABLE OF CONTENTS 11- Notice to Bidders NB II. ecial Instructions to Bidders 1-3 III. Bi rm. BF 1-3 IV. Vendor liance to State Law VC 1 V. List of Propo Subcontractors and Equi Items PL 1-3 VI. Minority and Women siness Enterpri olicy M/WBE 1-17 VII. Form of Contract C 1-5 VIII. Performance Bond C 6-8 IX. Payment Bond C 9-11 X. Certificate of In ance C 12-13 XI. Experience R rd C 14-15 XII. General nditions of the Contract for Construc n GC 1-39 XIII. In endent Testing Lab Services ITLS 1-9 XIV. age Rates 1-5 Weather Table WT Special Provisions: Section 01341 Product Data & Samples 01340-1 thru 9 Section 06100 Rough Carpentry 06200-1 thru 3 Section 07210 Building Insulation 07210-1 thru 2 Section 07312 Composition Shingles 07312-1 thru 3 Section 07620 Sheet & Related Metals 07620-1 thru 3 Section 07811 Plastic Skylights 08711-1 thru 2 Section 07900 Sealants & Caulking 07900-1 thru 2 �. Section 09900 Painting 09900-1 thru 6 DRAWINGS: Drawing 1 - Site Plan & Details--------------- Sheet No. 1 NOTICE TO BIDDERS Sealed Proposals for the following: RENOVATION OF AVIARY BUILDING ROOF - FORT WORTH Z00 PROJECT NO. 23-046-001-00 addressed to Mr. Douglas Harman, City Manager of the City of Fort Worth, Texas, will be received at the office of the City Manager until 11:00 A.M., Thursday, October 13, 1988, and then publicly opened and read aloud. Plans, Specifications and Contracts for each project may be obtained at the Office of the Transportation/Public Works Director, 1000 Throckmorton Street, 2nd Floor, New Municipal Office Building, Fort Worth, Texas 76102. A twenty ($20.00) dollar deposit is required for each set of documents which contain additional information for prospective bidders. All Bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of the prevailing wage rates, and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code, Sections 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. The City of Fort Worth has goals for the participation of minorities and women owned business enterprise in City contracts. In order for a bid to be considered responsive, the compliance statement in the City of Fort Worth Minority/Women Business Enterprise Policy contained in the proposal must be completed; f ailure to do so shall result in the proposal being non-responsive. The City will award one contract with a combination of base bids and/or supplemental units in the manner most advantageous to the City. A pre-bid conference will be held with prospective bidders in the Park and Recreation Department Conference Room, West Wing, 2222 W. Rosedale at 11:00 A.M. , Thursday, October 6, 1988. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of forty-five (45) days from the date bids are opened. Full payment shall be for the total amount bid per each item. The quanti- ties are approximate and for information only. Unit prices shall be used for estimating partial payment only. RALPH W. EMERSON, JR. , DIRECTOR DOUGLAS HARMAN PARK AND RECREATION DEPARTMENT CITY MANAGER By I RUTH HOWARD Bob Riley, Sen r Landscape Architect CITY SECRETARY September 22, 19 8 September 29, 1988 Fort Worth, Texas SPECIAL INSTRUCTIONS TO BIDDERS r 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five (5) per cent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. 2. PRE-BID SITE INVESTIGATION: Prior to filling a bid, the bidder shall examine the site of the work and the details of the requirements set out in these specifications to satisfy himself 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 bid by the bidder shall be considered A'` evidence that he has complied with these requirements. 3. 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. 4. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth, Texas, and set forth in Contract Documents must be paid on this project. 5. FINANCIAL STATEMENT: A current certified financial statement may be required by the Transportation and Public Works Director if required for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Certified Public Accountant or Independent Public AMMk Accountant holding a valid permit issued by an appropriate State Licensing Agency. 6. EXPERIENCE RECORD: Following opening of bids and determination of the apparent low bid, the successful low bidder may be required to submit a current experience record to the Transportation and Public Works Director in order to determine bidder qualifications for performing specified work. 7. DISCREPANCIES AND ADDENDA: Should a bidder find any discrepancies in the drawings and specifications, or should he be in doubt as to their meaning, he shall notify the City at once, who will then send a written addendum to all Bidders concerned. Oral instructions or decisions, unless confirmed by addenda will not be considered valid, legal or binding. No extras will be authorized because of failure of the contractor to include work called for in the addenda on his bid. SIB-1 8. RIGHT TO AUDIT: (A) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers and records of the contractor involving transactions relating to this contract. (B) Contractor further agrees to include in all his subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract. The term "subcontract" as used herein includes purchase orders. 9. LIQUIDATED DAMAGES: The deduction for liquidated damages shall be set according to the latest revision to the City of Fort Worth Standard Specifications for Construction, Specification Item 8.6 as shown below and will be reflected on page C-2 of these contract documents when this contract is executed. Amount of Contract Liquidated Damages per Day $ 15,000 or less $ 45 $ 15,001 to $ 25,000 $ 63 $ 25,001 to $ 50,000 $105 $ 50,001 to $ 100,000 $154 $ 100,001 to $ 500,000 $210 $ 500,001 to $ 1,000,000 $315 $ 1,000,001 to $ 2,000,000 $420 $ 2,000,001 to $ 5,000,000 $630 $ 5,000,001 to $10,000,000 $840 Over $10,000,000 $980 BID FORM IMPROVEMENTS: FORT WORTH ZOO AVIARY BUILDING ROOF RENOVATION 2727 ZOOLOGICAL PARK DRIVE FORT WORTH, TEXAS BID OF: �-1(Z('1'1�-�eC1U ' ��N`��1�� � ri �tg g�, (Name) (Date) TO: Mr. Douglas Harman, City Manager City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 Pursuant to the foregoing "Notice to Bidders", the undersigned has thor- oughly examined the drawings, specifications, and the site, understands the amount of work to be done, and hereby proposes to do all the work and furn- ish all labor, equipment and materials necessary to fully complete all the work as provided in the drawings and specifications and subject to the inspection and approval of the Transportation/Public Works Director 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 $25,000.00, furn- ish Performance and Payment Bonds approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sum, to-wit: - _Ti�ena �ro�ir `1��5�1[� Cl�r1ei�'1aQGl� DOLLARS ($�o�`I�"1 © )• NOTE: Amounts shall be shown in both words and figures. In case of dis- crepancy, the amount shown in words shall govern. 1. Provide all work, including all equipment, materials and services required for ZOO AVIARY BUILDING ROOF RENOVATION, City of Fort Worth, in accordance with these specifications and drawings, for the total sum of: BASE PROPOSAL (Drawings and Specifications) �� J�•� 2 `�hovsznd 'R�ne. Uood2ed pct DOLLARS ($D i,q()(Yo ) BF-1 The City reserves the right to accept or reject any and all bids or any combination thereof proposed for the above work. The undersigned agrees that should any additional work be authorized by the Owner, the following percentages will be added to material and labor costs to cover Contractor's overhead and profit : 1) Allowance to Contractor for overhead and profit for extra work performed by undersigned' s own forces shall not exceed 2) Allowance to Contractor for overhead and profit for extra work performed by a Subcontractor and supervised by the undersigned shall not exceed The undersigned further agrees that , from the compensation otherwise to be paid, the Owner may retain the sum of $ ------- for each calendar day after the date established for substantial completion of the work, which sum is agreed upon as the proper measure of liquidated damages which the Owner will sustain per day by the failure of the undersigned to achieve _ substantial completion of the work on or before the date stipulated in the Contract . This sum is not to be construed in any sense a penalty. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act . The Contractor performing this contract may purchase, rent , lease all materials, supplies, equipment used or consumed in the performance of this by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling g95-0. 07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller' s ruling g95-0. 09 as amended to be effective October 2, 1968. The undersigned assures that its employees and applicants for P-2 The Contractor performing this contract may purchase, rent, or lease all materials, supplies, equipment used or consumed in the performance of ' this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling #95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95.0.09 as amended to be be effective October 2, 1968. i 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 1 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) prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract doc%m ents within �30_calendar days from and after the date for commencing work as set forth in the written work order to by issued by '0*1* Owner, and to pay not less than the Prevailing Wage Rates as established by the City of Fort Worth, Texa-S. Within ten days of receipt of notice of acceptance of this bid, the E i undersigned will execute the formal contract. The undersigned also agrees to deliver approved Surety Bonds for the faithful performance of this contract. 1 The attached deposit check in the sum of V-7IUE 'PUCN-T Q n Dollars 1 ($ ° p ) 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 bond are not executed within the time set forth as i liquidated damages for delay and additional work caused thereby. I (we) acknowledge receipt of the following addenda to drawings and project manual, all of the provisions and requirements of which have odAkeen taken into consideration in preparation of the foregoing bid: j Addendum No. 1 Addendum No. 3 f Addendum No. 2 Respectfully submitted, (Con racto (Seal if Bid is by a Corporation) 7-c (By) eco �{ C. e.2.�.& ter (Title) � P.f�.�„x1�S�t�,► �-c�r�-l.��r�-� 1ea�as -1��to ' (Business Address) (Telephone) BF-3 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that , in order to be awarded a contract as low bidder, non-resident bidders (out- of-state) contractors whose corporate offices or principal place of busi- ness are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bid- der would be required to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resi- dent bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. BIDDER: By: Company please prim Po.$oxl\fig(., `&tn l A. K QME'" Signature: i �ro a '-I loi\O Title: Pae-s-k8e-.r�-f-' City State ZIP (please print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VC-1 WINDOWS: Telephone: CABINETRY/MILLWORK: Telephone: WALLBOARD: Telephone: CEILINGS; Telephone: ACOUSTICAL TREATMENT: Telephone: PLASTER: Telephone: PAINTING: 1n-�ac g%a monq1 PA.n} 14 -16on9 Telephone: (Ajrj-*rjg3-5S'a'�C FLOOR TREATMENT: Telephone: CARPET: Telephone:- KITCHEN EQUIPMENT: Telephone: CONVEYING SYSTEMS: Telephone: HEATING AIR CONDITIONING AND VENTILATION: Telephone: PLUMBING: Telephone: ELECTRICAL: Telephone: �u � �"�. �;s �- s►roa .-iss n_ &rke--6on, ,q\ vd .. ,rleStu� �xaS -1lo0-')$ Telephone: Wq rl � 3 PL-2 ..� CERTIFICATE OF INSURANCE TO: Date CITY OF FORT WORTH Project No. ` TEXAS Type of Project THIS IS TO CERTIFY THAT (Name and Address of Assured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the type of insurance and in accordance with the provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. Atok TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability Workers' Compensation Public 1 Person $ Liability 1 Accident$ Contingent 1 Person $ Liability 1 Accident$ Property Damage At'` Builder's Risk Automobile Other The foregoing Policies (do) (do not) cover all sub-contractors. Locations Covered: Descriptions of Operations Covered: C-7 The above policies, either in the body thereof or by appropriate endorsement, provide that they may not be changed or cancelled by the insurer in less than five days after the insured has received written notice of such change or cancellation. When applicable local laws or regulations require more than five days' actual notice of change or cancellation to the assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. (Name of Insurer) By Title .WA C-8 CITY OF FORT WORTH APPROVED STANDARD WAGE RATES BUILDING CONSTRUCTION RATES FORT WORTH, TEXAS JUNE 1, 1986 t Recommended Trade/Craft Standard Rates 1. Bricklayers S Stone Masons Bricklayer $ 8.71 Precast Erector 6.27 Helper/Laborer 5.52 2. Carpenters Acoustical/Drywall $ 8.27 Finish 8.71 Form 8.27 Rough 7.57 Helper/Laborer 5.07 3. Cement Masons Finish $ 6.88 Rough/Form Setter 5.50 Helper/Laborer 5.07 4. Electricians Electrician $ 9.59 Helper/Laborer 5.07 5. Elevator Constructors Mechanic in Charge $ 8.64 Mechanic 7.25 Helper/Laborer 5.52 6. Floor Covering Workers Journeyman/Craftsman $ 8.71 Helper/Laborer 5.07 7. Glaziers Journeyman/Craftsman $ 7.25 Helper/Laborer 5.07 8. Insulators/Asbestos Workers Journeyman/Craftsman $ 6.27 Helper/Laborer 5.07 9. Iron Workers Structural $ 7.25 Rebar 6.27 Helper/Laborer 5.07 Boilermakers 9.59 Helper/Laborer 5.07 Recommended Trade/Craft Standard Rates 10. Laborers Skilled $ 5.52 Unskilled 5.07 11. Lathers Journeyman/Craftsmen $ 7.57 Helper/Laborer 5.52 12. L.W. Concrete Roofdeck Workers Pumpman $ 6.88 Tankman 5.54 Hoseman 5.54 Finisher 6.88 Laborers 5.07 13. Metal Building Assemblers Journeyman/Craftsmen $ 7.25 Allk Helper/Laborer 5.07 14. Millwrights Journeyman/Craftsman $ 7.25 Helper/Laborer 5.07 15. Painters Craftsmen (brush & spray) $ 7.57 Craftsmen (tape & float) 8.71 Helper/Laborer 5.52 16. Plasterers Journeyman/Craftsmen $ 8.71 Helper/Laborer 5.52 17. Plumbers 6 Pipefitters At"k Plumbers $ 9.59 Pipefitter 9.59 Welder 8. 71 Helper/Laborer 5.07 Air Conditioning Mechanic 9.59 18. Power Equipment Operators Operator (Crane, Cherry Picker) $ 7.04 Operator (Tampers, Mixers) 6.08 19. Roofers Journeyman/Craftsmen $ 8.71 Helper/Laborer 5.07 20. Sheet Metal Workers Journeyman/Craftsmen $ 8.75 Helper/Laborer 5.07 Recommended Trade/Craft Standard Rates 21. Sprinkler Fitters Journeyman/Craftsmen $ 9.59 Helper/Laborer 5.07 22. Sound/TV b Alarm 11, Chief Technician $ 7.97 Sr. Journeyman/Craftsmen 7.25 Journeyman/Craftsmen 6.27 23. Terrazzo Workers Journeyman/Craftsmen $ 8.71 24. Tilesetters Journeyman/Craftsmen $ 8.71 CITY OF FORT WORTH, TEXAS Prevailing Wage Rates for Streets, Drainage and Utility Construction June 1, 1986 Prevailing Prevailing Classification Rate Classification ` Rate Air Tool Operator $ 7.50 Crane, Clamshell, Backhoe $ 9.70 Asphalt Raker 7.50 Derrick, Dragline, Shovel Asphalt Shoveler 6.40 (1 1/2 CY & Over) Batching Plant Weigher 7.85 Foundation Drill Oper. 10.75 Carpenter Rough 7.90 Truck Mounted Carpenter Helper, Rough 6.40 Foundation Drill Oper. Helper 8.30 Concrete Finisher (Pav) 8.50 Front End Loader 7.55 Concrete Finisher Helper (Pav) 6.45 (2 1/2 CY & Less) Concrete Finisher (Strs) 8.05 Front End Loader 9.00 Concrete Finisher Helper (Str) 6.80 (Over 2 1/2 CY) Concrete Rubber 6.00 Mixer (16 CF & Less) 7.25 AtOlk Electrician 11.50 Mixer (Concrete Paving) 8.15 Form Builder (Strs) 8.05 Motor Grader Opr. ,Fine Grade 9.35 Form Builder Helper (Strs) 6.45 Motor Grader Operator 9.00 Form Liner (Paving & Curb) 8.05 Roller, Steel Wheel 7.65 Form Setter (Paving & Curb) 7.55 (Plant Mix Pavement) Form Setter Helper (P & C) 6.30 Roller, Steel Wheel 7.25 Form Setter (Strs) 7.55 (Other Flatwheel Or Tamping) Form Setter Helper (Strs) 6.05 Roller, Pneumatic 6.55 Laborer, Common 5.51 (Self Propelled) Laborer, Utility 6.30 Scrapers (17 CY & Less) 7.40 Lineperson 6.81 Scrapers (Over 17 CY) 8. 10 Mechanic 9.80 Tractor (Crawler Type) 7.50 Oiler 7.55 (150 HP & Less) Servicer 8.00 Tractor (Crawler Type) 8.60 Piledriver 8.50 (Over 150 HP) Pipelayer 7.40 Tractor (Pneumatic) 6.40 Pipelayer Helper 6.10 (80 HP & Less) ArAk Tractor (Over 80 HP) 8.10 POWER EQUIPMENT OPERATORS: Traveling Mixer 8.00 Trenching Machine, Heavy 10.00 Asphalt Distributor 7.35 Reinforcing Steel Setter 7.20 Asphalt Paving Machine 8.05 (Paving) Broom or Sweeper Oper. 6.15 Reinforcing Steel Setter 8.75 Bulldozer, 150 HP or less 8.25 (Structures) Bulldozer, Over 150 HP 8.45 Reinforcing Steel Setter 5.65 Concrete Paving Curing Mach. 9.75 (Helper) Concrete Paving Fin. Mach. 7.10 Steel Worker, Structural 6.50 Concrete Paving Joint Sealer 7.00 Sign Erector 7. 15 Concrete Paving Long. Float 7.25 Spreader Box Operator 6.35 Concrete Paving Saw 7.75 Concrete Paving Spreader 7.50 TRUCK DRIVERS: Paving Sub Grader 9.00 Slipform Machine Operator 9.00 Single Axle, Light 6.60 Crane, Clamshell, Backhoe 8.50 Single Axle, Heavy 6.95 Derrick, Dragline, Shovel Tandem Axle or Semitrailer 7.30 (Less than 1 1/2 CY) Lowboy Float 8.35 Prevailing Prevailing Classification Rate Classification Rate MISCELLANEOUS: Transit Mix 7.00 Winch 7.90 Welder 9.35 y Aftk Prevailing Rate Determined as provided for in Davis—Bacon Regulations. Sec. 1.2 Definition The "prevailing wage" shall be the wage paid to the majority (more than 50 percent) of the laborers or mechanics in the classification on similar projects in the area during the period in question. If the same wage is not paid to a majority of those employed in the classification, the "prevailing wage" shall be the average of the wages paid , weighted by the total employed in the classification. Aa WEATHER TABLE AVERAGE DAYS INCHES t SNOW/ICE • MONTH RAIN (1) RAINFALL (2) PELLETS (3) 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 6 1.82 ANNUALLY 77 32.30 1 (1) Mean number of days rainfall, 0.01" or more. (2) Average normal precipitation, in inches (3) Mean number of days 1.0 inch or more. * Less than one-half inch. This table is based on information reported from Dallas-Fort Worth Regional Airport, Texas. Latitude 32' 54' N, longitude 97' 02' W, elevation (ground) 551 ft. Means are based on records covering a period of 27 years. Normals based on record for the 1941-1970 period. WT-1 10238.00 SECTION 01341 PRODUCT DATA & SAMPLES ------------------------------------------------------------------ PART 1 - GENERAL 1 . 1 RELATED CONDITIONS 1 . 1 . 1 The General Conditions and any Supplementary or Special Conditions or Provisions which are part of the Contract Documents are a part of this Division to the same extent as if written herein in full , and the Contractor shall observe all the requirements thereof insofar as they are applicable to his work. 1 . 2 SCOPE 1 . 2 . 1 Work includes submission of product data and samples to the Architect as required by specification Sections and as specified herein . 1 . 3 DEFINITIONS • 1 . 3. 1 Project Data: Manufacturer' s standard schematic drawings : 1 . Modify to delete information which is not applicable to project . 2 . Supplement standard information to provide additional information applicable to project . 1 . 3. 2 Manufacturer' s catalog sheets , brochures , diagrams , schedules , performance charts , illustrations and other standard descriptive data. 1 . Clearly mark each copy to identify pertinent materials , products or models. 2. Show dimensions and clearances required. 3 . Show performance characteristics and capacities . CITY OF F.W. 01341-1 Yr-! SECTION 01341 PRODUCT DATA & SAMPLES ------------------------------------------------------------------ 4. Show wiring diagrams and controls . 1 . 3. 3 Samples : Physical samples to illustrate materials , equipment or workmanship, and to establish standards by which complete work is judged. 1 . Office samples : Of sufficient size to clearly illustrate: a. Functional characteristices of product or materials with integrally related parts and attachment devices . b . Full range of color samples . c. After review, samples may be used in construction of project . 2 . Field samples and mock-ups , when shown on the drawings or specified in a particular section: a. Erect at project site at location acceptable to Architect . b . Construct each sample or mock-up complete, including work of all trades required in finished work. c. Remove as directed. 1 .4 SPECIFIED PRODUCTS LIST 1 . 4 . 1 Within 30 days after date of Notice of Award, submit to the Owner 6 copies of complete list of all products which are proposed for installation. Thurman Wolfe Architecture Department 1000 Throckmorton St . Fort Worth, Texas 76102 01341-2 CITY OF F.W. SECTION 01341 PRODUCT DATA & SAMPLES ------------------------------------------------------------------ 1 . 4. 2 Tabulate list of each specification section. 1 . 4 . 3 For products specified under reference standards, include with listing of each product : 1 . Name and address of manufacturer. 2. Trade name. = 3 . Model or catalog designation. 4 . Manufacturer' s data. a. Performance and test data. b. Reference standards . 1 . 5 EXHIBIT SUBMITTAL REQUIREMENTS 1 . 5. 1 At the time specified, submit schedule of all required exhibits to Architect . 1 . Schedule shall include: a. Exhibit identification. b. Specification section and page number. c. Date of submittal to Architect . d. Latest date for final approval . e. Time required for fabrication. f. Date of installation. 1 . 5. 2 General Contractor will coordinate exhibits with master project schedule, prepare master exhibit schedule and submit same to Owner for review and comment . CITY OF F.W. 01341-3 SECTION 01341 PRODUCT DATA & SAMPLES ------------------------------------------------------------------ Thurman Wolfe Architecure Department 1000 Throckmorton St . Fort Worth, Texas 76102 1 . 5. 3 Submit number of copies of product data shop drawings , etc. which Contractor requires for distribution plus three (3) copies which will be retained by the Owner. 1 . 5.4 Submit samples in duplicate, unless otherwise specified. 1 . 5 . 5 Accompany submittals with transmittal letter, in duplicate, containing: 1 . Date. 2 . Project title and number. 3 . Contractor' s name and address . 4 . The number of each shop drawing, product data and sample submitted. 5. Notification of deviations from Contract . 6. Other pertinent data. 1 . 5. 6 The Owner will review, with reasonable promptness , schedules and drawings only for conformance with the design concept of the project and compliance with the information given in the Contract Documents . The Contractor copies will be returned to the Contractor and any further distribution required will be the responsibility of the Contractor. 1 . 5. 7 Samples shall be of sufficient size to show general visual effect . When samples must show range of color, texture, finish, graining, or other properties , submit in sets of three showing 01341-4 CITY OF F.W. SECTION 01341 PRODUCT DATA & SAMPLES ------------------------------------------------------------------ the full scope of this range. Each sample shall bear identifying labels stating project name, material , manufacturer, and location of project . Each sample or set of samples shall be accompanied by a transmittal . 1 . 5 . 8 Samples will be reviewed and the Contractor notified in writing if the sample conforms to the design concept and requirements of the Contract Documents . 1 . 5 . 9 Samples will be retained by Architect and will serve as the standard by which all material delivered to the job will be judged . 1 . 5 . 10 Certain samples may be incorporated into the work when approved by the Architect or may be retrieved by the Contractor at the completion of the work where so stated in the specifications. 1 . 5 . 11 Samples will be reviewed for conformance with the design intent only. Conformance to all requirements of the Contract Documents remains the responsibility of the Contractor. 1 . 5 . 12 Submittals shall include: 1 . Date and revision dates . 2. Project title and number. 3. Names of: a. Architect . b. Architect ' s consultants . c. Construction Manager, as applicable d. Subcontractor. e. Sub-subcontractor, as applicable. f. Supplier. g. Manufacturer. CITY OF F.W. 01341-5 SECTION 01341 PRODUCT DATA & SAMPLES ------------------------------------------------------------------ h. Separate detailer, when pertinent . 4 . Identification of product or material . 5 . Relation to adjacent structure or material . 6. Field dimensions , clearly identified as such. 7 . Specification Section and page number. 8. Applicable Standards , such as ASTM number or Federal Specification. 9. A blank space 2 in. x 4 in . , for Architect ' s stamp. 10 . Identification of deviation(s) from Contract Documents . 11 . Contractor' s stamp, initialed or signed, certifying to review of submittal , verification of field measurements and compliance with Contract . 1 . 6 RESUBMISSION REQUIREMENTS 1 . 6. 1 Shop Drawings: 1 . Revise initial drawings as required and resubmit as specified for initial submittal . 2 . Indicate on drawings all changes which have been made other than those requested by Architect . 3 . Drawings received by the Architect which do not bear the Contractor 's stamp of approval or contain numerous errors indicating a superficial check on the part of the Contractor will be returned for resubmission and will not be reviewed by the Architect . The Architect ' s review of drawings or schedules shall not relieve the Contractor of the responsibility for deviations from the Contract Document , 01341-6 CITY OF F.W. SECTION 01341 PRODUCT DATA & SAMPLES ------------------------------------------------------------------ unless he/she has in writing called the Architect 's attention to such deviations at the time of submission and secured his/her written approval , nor shall it relieve him/her of responsibility for errors of any kind. 4. Shop drawings bearing the stamp "Reviewed" or "Reviewed as Noted" and bearing the Architect ' s signature shall be kept at the job site and the Architect will order the removal of any not so noted. 1 . 6. 2 Product data and samples: Submit new data and samples as required for initial submittal . 1 . 6. 3 Make all resubmittals within five (5) business days after date on Architect ' s stamp. 1 . 7 DISTRIBUTION OF SUBMITTALS AFTER REVIEW 1 . 7 . 1 Distribute copies of shop drawings and project data which carry Architect ' s stamp to: 1 . Contractor' s file. 2. Job site file. 3 . Record documents file. 4. Other Contractors. 5. Subcontractors. 6. Suppliers . 7. Fabricators. 8. General Contractor. 1 . 7 . 2 Distribute samples as directed in accordance with Contract CITY OF F.W. 01341-7 SECTION 01341 PRODUCT DATA & SAMPLES ------------------------------------------------------------------ Documents . 1 . 8 CONTRACTOR RESPONSIBILITIES 1 . 8. 1 Review shop drawings , product data and samples prior to submission. 1 . 8. 2 Verify: 1 . Field dimensions. 2 . Field construction criteria. 3. Catalog numbers and similar data. 1 . 8. 3 Coordinate each submittal with requirements of: 1 . The Work . 2 . The Contract Documents . 3. The work of other contractors . 1 . 8. 4 Contractor' s responsibility for errors and omissions in submittals is not relieved by Architect ' s review of submittals . 1 . 8. 5 Notify Architect , in writing at time of submissions , of deviations in submittals from Contract requirements . 1 . 8. 6 Contractor' s responsibility for deviations in submittals from Contract Document requirements is not relieved by Architect ' s review of submittals . 1 . 8. 7 Do not begin any work which requires submittals without having Architect ' s stamp and initials or signature indicating review. 1 . 8. 8 After Architect ' s review, make response required by �r 01341-8 CITY OF F.W. SECTION 01341 PRODUCT DATA & SAMPLES ------------------------------------------------------------------ Architect ' s stamp and distribute copies . 1 . 9 ARCHITECT' S DUTIES 1 . 9. 1 Review submittals with reasonable promptness . 1 . 9. 2 Review for: 1 . Design concept of Project . 2 . Information given in Contract Documents . 1 . 9. 3 Review of separate item does not constitute review of an assembly in which item functions . 1 . 9. 4 Affix stamp, date and initials or signature certifying to review of submittal , and with instructions for Contractor response. 1 . 9. 5 Return submittals to Contractor for response or distribution. END OF SECTION CITY OF F.W. 01341-9 ?i SECTION 06100 ROUGH CARPENTRY ----------------------------------------------------------------- PART 1 - GENERAL 1 . 1 RELATED CONDITIONS A 1 . 1 . 1 The General Conditions and any Supplementary or Special Conditions or Provisions which are part of the Contract Documents are a part of this Division to the same extent as if written herein in full , and the Contractor shall observe all the = requirements thereof insofar as they are applicable to his work . 1 . 2 SCOPE 1 . 2 . 1 Furnish all labor, materials , service, equipment and appliances required in conjunction with all carpentry as indicated on the Drawings and described herein. 1 . 2 . 2 Rough Carpentry: 1 . Wood furring and blocking. 2. Anchors , nails , screws , fasteners , etc. , as required. 1 . 2. 3 Rough Framing: 1 . Woods for all natural finish work, trim, hardwood plywood, edge banding, etc. 2. Woods for all paint finish items and trim. 1 . 2. 4 Cutting and fitting of work of this Section required for work of all trades . PART 2 - PRODUCTS 2. 1 FRAMING LUMBER AND BLOCKING 2. 1 . 1 "Standard" grade Douglas Fir conforming to rules of and CITY OF F.W. 06100-1 oil SECTION 06100 ROUGH CARPENTRY ----------------------------------------------------------------- grade marked by the West Coast Lumber Inspection Bureau or No. 2 common Southern Yellow Pine bearing the grade and trademark of the Southern Yellow Pine Inspection Bureau. All lumber shall not contain more than 19% moisture. 2. 1 . 2 Grounds , nailing strips , furring, etc. , of a 1 inch nominal thickness shall be No. 2 common Southern Yellow Pine (grade marked SPIB) . 2. 2 REDWOOD 2. 2 . 1 All redwood shall be clear heart. A-1 grade as shown on drawing and areas of possible rapid deterioration. Prime and paint to match. 2 . 3 CAGE SCREEN WIRE 2. 3. 1 Use 1" x 1" Galvanized fabric for Cages . 2 . 3. 2 Aluminum fabric insect screen as shown on drawings . 2. 4 UNDERLAYMENT 2 . 4 . 1 Shall be 3/4" softwood plywood, DFPA underlayment , meeting the requirements of U. S. Product Standard PSI-66, B-D grade smooth, exterior. No deformities and holes . 2 . 5 BUILDING PAPER 2. 5. 1 Shall be asphalt-saturated Felt conforming to ASTM D 226-77, 30 lb. , nonperforated. PART 3 - INSTALLATION 3 . 1 GENERAL FRAMING 3 . 1 . 1 All rough carpentry shall produce true, tight , and well nailed joints with all members assembled in accordance with the 06100-2 CITY OF F.W. SECTION 06100 ROUGH CARPENTRY ----------------------------------------------------------------- Drawings and with all pertinent codes and regulations . All framing lumber shall be *1 or *2 grade, not to have knot holes , missing, or bark edges . All lumber shall have all edges suited for painting and exposure. 3 . 1 . 2 Install all backing required for work of other trades . 3. 2 CUTTING 3 . 2 . 1 Do all necessary framing and cutting of rough and finish wood work for the work of other trades when same comes in contact with carpentry work. 3. 3 GROUNDS AND BLOCKING 3 . 3 . 1 Install all blocking where shown on the Drawings or required for finish. 3 . 4 NAILING 3. 4 . 1 In general , nail size and number used shall conform to good framing practice. 3. 4 . 2 Attach wood members to structure or masonry as detailed on the Drawings . 3. 4. 3 Use aluminum nails and cadmium plated or galvanized bolts , straps or other devices. END OF SECTION CITY OF F.W. 06100-3 SECTION 07210 BUILDING INSULATION ----------------------------------------------------------------- PART 1 - GENERAL 1 . 1 RELATED CONDITIONS 1 . 1 . 1 The General Conditions and any Supplementary or Special Conditions or Provisions which are part of the Contract Documents are a part of this Division to the same extent as if written herein in full , and the Contractor shall observe all the requirements thereof insofar as they are applicable to his work . 1 . 2 SCOPE 1 . 2. 1 This division includes thermal insulation and all related items required to complete the work indicated on the drawings and specified herein. PART 2 - PRODUCTS 2. 1 INSULATION BOARD 2 . 1 . 1 Insulation board shall be Fiber Glas as manufactured by Owens Corning or approved equal . 2. 1 . 2 Thickness : 3/4" PART 3 - INSTALLATION 3 . 1 INSULATION BOARD 3. 1 . 1 Install on wood studs with 3/8" diameter ribbed or ringshanked roofing nails to penetrate the wood a maximum of 5/8" , with 12" o. c. spacing. No nails are to be exposed on deck bottom. 3. 1 . 2 Use 1" to 1-1/2" diameter metal stablizers for roofing felt . CITY OF F.W. 07210-1 SECTION 07210 BUILDING INSULATION ----------------------------------------------------------------- 3. 2 AT COMPLETION 3. 2. 1 Insulation which has become damaged shall be removed and replaced with new and acceptable insulation. END OF SECTION 07210-2 CITY OF F.W. SECTION 07312 COMPOSITION SHINGLES ----------------------------------------------------------------- PART 1 - GENERAL 1. 1 RELATED CONDITIONS 1 . 1 . 1 The General Conditions and any Supplementary or Special Conditions or Provisions which are part of the Contract Documents are a part of this Division to the same extent as if written herein in full , and the Contractor shall observe all the requirements thereof insofar as they are applicable to his work. 1 . 2 SCOPE 1 . 2 . 1 Work included: Asphalt shingles required for this work are R indicated on the drawings . 1 . 2 . 2 Related work specified elsewhere: 1 . Section 06100: Rough Carpentry 2. Section 07620: Sheet and Related Metals 1 . 3 QUALITY ASSURANCE 1 . 3. 1 Qualification of workmen: Provide at least one person who shall be present at all times during execution of this portion of the work, who shall be thoroughly familiar with the materials specified and the proper methods for their installation, and who shall personally direct all work of this Section. 1 . 4 PRODUCT HANDLING 1 .4. 1 Protection: Use all means necessary to protect shingles before , during, and after installation and to protect the installed work and material of all other trades . 1 . 4. 2 Replacements: In the event of damage, immediately make all repairs and replacements necessary to the approval of the z. CITY OF F.W. 07312-1 SECTION 07312 COMPOSITION SHINGLES ----------------------------------------------------------------- Architect and at no additional cost to the Owner. 1 . 5 GUARANTEE 1 . 5. 1 Upon completion of the installation, and as a condition of its acceptance, deliver to the Owner a written guarantee to replace and/or repair to the approval of the Owner all leaks in the shingle roof installed under this Section for a period of two (2) years following date of installation. 1 . 5. 2 Shingles shall carry a manufacturer's 25 year prorated protection warranty against defects in material and wind damage. PART 2 - PRODUCTS 2. 1 SHINGLES 2 . 1 . 1 Composition shingles shall be Prestique II as manufactured by Elk Roofing Products ; or approved equal . 2. 1 . 2 All shingles with fiberglass mat base shall be UL Type Class "A" , 36" long, 12" wide ultradimension with self seal . 2. 2 NAILS 2 . 2 . 1 Nails shall be 11 or 12 guage barbed shank galvanized or aluminum roofing nails with 3/8" heads . 2. 3 ROOFING FELT 2. 3. 1 No. 30 asphalt-saturated felt . PART 3 - INSTALLATION 3. 1 GENERAL 3. 1 . 1 Install all shingles in strict comformance with the manufacturer' s printed instructions . 07312-2 CITY OF F.W. SECTION 07312 COMPOSITION SHINGLES ----------------------------------------------------------------- 3. 1 . 2 Use four (4) fasteners per shingle. No fasteners shall be exposed. 3. 1 . 3 All fasteners shall be of sufficient length to penetrate through the roofing material and at least 5/8" into wood decking or through plywood. 3. 1 .4 Nails shall be driven straight with heads flush with shingle surface. Heads shall not be driven into shingle. 3. 2 SURFACE CONDITIONS 3 . 2. 1 Prior to all work of this Section, carefully inspect the installed work of all other trades and verify that all such work is complete to the point where this installation may properly commence. 3. 2 . 2 Verify that shingles may be installed in complete accordance with all pertinent codes and regulations , the original design, and the referenced standards . 3 . 2 . 3 In the event of discrepancy, immediately notify the Architect . 3. 2. 4 Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved. END OF SECTION CITY OF F.W. 07312-3 SECTION 07620 SHEET AND RELATED METAL ----------------------------------------------------------------- PART 1 - GENERAL 1 . 1 RELATED CONDITIONS 1 . 1 . 1 The General Conditions and any Supplementary or Special Conditions or Provisions which are part of the Contract Documents are a part of this Division to the same extent as if written herein in full , and the Contractor shall observe all the requirements thereof insofar as they are applicable to his work. 1 . 2 SCOPE 1 . 2. 1 Furnish and install all sheet metals, fascia , flashing and miscellaneous sheet metal as indicated and specified. PART 2 - PRODUCTS 2. 1 GALVANIZED IRON WORK 2 . 1 . 1 All galvanized iron for miscellaneous flanges and cap-flashings and for all other uses shall be 24 gauge unless otherwise indicated on drawings . 2. 1 . 2 Solder shall conform to ASTM specifications , latest edition, and shall be composed of half pig lead and half block tin. 2. 1 . 3 Use barbed, galvanized roofing nails where required. 2. 2 GUTTERS AND DOWNSPOUTS 2. 2. 1 Gutters and downspouts shall be preformed, prefinished metal gutter system. 2. 2. 2 Configure as shown on the drawings. PART 3 - INSTALLATION CITY OF F.W. 07620-1 SECTION 07620 SHEET AND RELATED METAL ----------------------------------------------------------------- 3. 1 GENERAL 3. 1 . 1 Form metal flashing as shown on drawings . 3. 1 . 2 All exposed edges shall be hemmed. 3. 1 . 3 Extend horizontal flanges a minimum of four inches into roof securing with roofing nails . Do not nail splice members . + 3. 1 . 4 Joints and seams shall be reduced to minimum number practicable by use of 8 foot lengths . 3. 1 . 5 Make provision for expansion in flashing by using unsoldered interior spliced joint not to exceed thirty-two feet . 3. 1 . 6 Splice shall be same metal and shape as flashing. 3. 1 . 7 Back plates shall be 12 inches long and cover plates shall be 4 inches long. 3. 1 . 8 Splices shall be made watertight by full face coating of approved bituminous plastic cement in each splice. All other joints in flashings shall be locked and soldered. 3. 1 . 9 All bends in metal should be slightly rounded, not less than 1/16 inch in radius to avoid cutting. 3. 1 . 10 Do not nail lengths solid. Use cleats to allow for expansion and contraction. 3. 1 . 11 Execute all flashing and cap-flashing to the satisfaction and under the supervision of the roofing contractor furnishing required guarantee. 3. 2 GALVANIZED IRON FLASHING 3. 2. 1 Furnish for building into skylights all galvanized iron and 07620-2 CITY OF F.W. SECTION 07620 SHEET AND RELATED METAL ----------------------------------------------------------------- make weathertight . As shown on drawings. 3. 2. 2 All shapes shall be true, uniform and free of waves and buckles. 3. 2. 3 Clean all galvanized iron with an approved mild acid solution and rinse thoroughly preparatory to painting. END OF SECTION CITY OF F.W. 07620-3 SECTION 07811 PLASTIC SKYLIGHTS ----------------------------------------------------------------- PART 1 - GENERAL 1. 1 RELATED CONDITIONS 1 . 1 . 1 Specified in other Sections: 1. Division 1 Section - General Requirements . 2. Section 06100 - Rough Carpentry. 3. Section 07620 - Sheet & Related Metals . 1 . 2 SCOPE 1 . 2. 1 Furnish all labor, materials, service, equipment and appliances required to install Plastic Skylights as indicated on the Drawings and described herein. 1 . 3 QUALITY ASSURANCE 1 . 3. 1 Acceptable Manufacturer' s : shall be one of the following: 1 . Plasteco, Inc. 2. Hillsdale Industries, Inc. 3. Naturlite, Inc. 4. American Skylite 1 .4 SUBMITTALS 1 .4. 1 Submit the following in accordance with Section 01340: 1 . Manufacturer' s Literature: Materials description and installation instructions . CITY OF F.W. 07811-1 SECTION 07811 PLASTIC SKYLIGHTS ----------------------------------------------------------------- 2. Shop Drawings: Plans , elevations , and details of construction. PART 2 - PRODUCTS 2. 1 SQUARE SKYLIGHT 2. 1 . 1 Square skylight shall be equal to a 48 48 as manufactured by American Skylite or approved equal . 2. 2 FABRICATION 2. 2. 1 Square Skylight : 1 . Unit shall consist of a single acrylic plastic dome, supported by bronze finished extruded aluminum frames. 2. Inner frame shall have a sloping condensation gutter with perimeter weepage, dome elevating leg, continuous vinyl gasket and self adjusting counter flashing. 3. Dome shall be capable of supporting 40 psf live load. Acrylic plastic shall be white translucent on outside. 4 . Curb shall be furnished independently from skylight . PART 3 - EXECUTION 3. 1 Installation 3. 1. 1 Examine all surfaces to receive the plastic skylights. Verify all dimensions of in-place and subsequent construction. Installation of plastic skylight shall constitute acceptance of the related construction. 3. 1 . 2 Install plastic skylight as shown, or in the absence of details , in accordance with manufacturer' s instructions. END OF SECTION 07811-2 CITY OF F.W. SECTION 07900 SEALANTS AND CAULKING ----------------------------------------------------------------- PART 1 - GENERAL 1 . 1 RELATED CONDITIONS E 1 . 1 . 1 The General Conditions and any Supplementary or Special Conditions or Provisions which are part of the Contract Documents are a part of this Division to the same extent as if written herein in full , and the Contractor shall observe all the requirements thereof insofar as they are applicable to his work. 1 . 2 SCOPE 1 . 2 . 1 Furnish all labor and services , materials and appliances required in conjunction with all caulking as shown or noted on the Drawings and as specified herein, and at other locations as required to make completely watertight and weathertight . 1 . 3 GUARANTEE - WARRANTY 1 . 3. 1 The contractor shall and hereby does warrant , and the General Contractor shall and hereby does guarantee, that all work executed under this section shall be free from defects of materials and workmanship for a period of two (2) years from the date of final acceptance of this work. PART 2 - PRODUCTS 2. 1 PRIMER 2. 1 . 1 A caulking primer made by manufacturer of caulking compound, used as it comes from container and applied with brush. 2. 2 CAULKING COMPOUND 2. 2. 1 Caulking compound shall be polysulfide base , Type I , Class A (self-leveling) for horizontal joints and Class B (non-sag) for CITY OF F.W. 07900-1 SECTION 07900 SEALANTS AND CAULKING ----------------------------------------------------------------- joints in vertical surfaces . 2. 2. 2 Manufacturer: Caulking compound shall be one of the following products of the manufacturer listed. 1 . Sonolastic - Sonneborn DeSoto 2 . Hornflex - Grace Construction Materials 3 . Flexiseal - DAP, Inc. PART 3 - INSTALLATION 3. 1 GENERAL 3. 1 . 1 Deliver all materials , store and handle to prevent inclusion of foreign materials and damage of materials by water or breakage. 3. 1 . 2 Joints shall be dry, clean and free of all grease, oil , wax, tar, asphalt , mastic compounds , waterproofing agents , or other foreign matter. Prime all concrete and masonry contact surfaces with primer. 3. 1 . 3 Apply caulking to inner joint recesses until entire joint area is solidly packed and completely filled. Exterior surface of the caulked joint may be smoothed with a finishing tool dipped in solvent . Remove masking tape before setting occurs . 3. 2 CLEANING 3. 2. 1 Cleaning of adjacent materials which have been soiled shall be done immediately and work shall be left in a neat , clean , unsoiled condition. 3. 2. 2 All due care shall be exercised to prevent any damage or discoloration to any adjacent materials when removing excess caulking materials. END OF SECTION 07900-2 CITY OF F.W. Cry SECTION 09900 PAINTING ----------------------------------------------------------------- PART 1 - GENERAL 1 . 1 RELATED CONDITIONS 1 . 1 . 1 The General Conditions and any Supplementary or Special Conditions or Provisions which are part of the Contract Documents are a part of this Division to the same extent as if written herein in full , and the Contractor shall observe all the requirements thereof insofar as they are applicable to his work. 1 . 2 SCOPE 1 . 2. 1 Furnish all labor, materials and equipment , and perform all painting and finishing work as shown and specified. 1 . 2. 2 Work not included under this section: Shop prime coats for ferrous metals Painting of factory finished work Painting of surfaces in concealed places Painting of concrete floors , steps , curbs or walks Painting of mechanical and electrical work Finishing of work not included in this contract 1 . 3 QUALITY ASSURANCE 1 . 3. 1 General: Use materials as specified, or of kinds as best adapted for various parts , as directed by the Architect . 1 . 3. 2 Number of coats of each of the several finishes shall be in w accordance with detailed specifications , which contemplate use of materials which will produce first quality finishes when properly CITY OF F.W. 09900-1 SECTION 09900 PAINTING ----------------------------------------------------------------- applied. If number of coats specified fails to produce an acceptable finish, the Contractor shall apply additional coat or coats until an acceptable finish is achieved. 1 . 3. 3 Quality: Certain specified manufacturer' s products are specified herein not with intent to limit competition but to simplify description of type and quality of finish desired. Contractor may submit products of other manufacturers which will be considered, but written approval of the Architect will be required before proceeding with use thereof. 1 . 3. 4 Shellacs , oils , turpentines , etc. , shall be of the best quality. 1 . 3. 5 Deliver unadulterated products to building site in unbroken packages . 1 . 3. 6 Color: Colors are to be selected by Architect . 1 . 3 . 7 Submit manufacturer' s color charts in duplicate as soon as possible after the award of the contract together with a list of all manufacturers whose products are to be used. Notify the Architect when ready to apply color coats and a tenative selection of color will be made. Final selection for finish coat will be made after study of appearance of second coat . 1 . 3. 8 Storage: All materials used in the building shall be stored where directed by the Architect . Oily rags and waste must be removed from the building every night as under no circumstances will they be allowed to accumulate. 1 . 3. 9 Finish Samples : Prepare samples of finishes on the job to the satisfaction of the Owners and Architect , on samples of materials to be used in the building. 1 . 3. 10 Primers : Use primers as specified by the manufacturer of paint used. 09900-2 CITY OF F.W. SECTION 09900 PAINTING ----------------------------------------------------------------- PART 2 - PRODUCTS 2. 1 Acceptable Manufacturers shall be Benjamin Moore, Sherwin Williams , Glidden , Pittsburg, or approved equal . 2. 2 INTERIOR FERROUS METALS : 1st coat : BM IronClad Retardo 2nd coat : BM Dulamel 3rd coat : BM Dulamel Remove all mill scale Spot prime where necessary 2. 3 INTERIOR GALVANIZED METAL 1st coat : BM IronClad Galvanized Metal Primer 2nd coat : BM Alkyd Dulamel 3rd coat : BM Alkyd Dulamel 2. 4 EXTERIOR & INTERIOR GALVANIZED IRON: 1st coat : BM IronClad Galvanized Metal Primer 2nd coat : BM MoorGard High Gloss House Enamelized Trim Paint 3rd coat : BM MoorGard High Gloss House Paint 2. 5 EXTERIOR WOOD : 1st coat : BM Moorwhite Primer 2nd coat : BM Moore' s High Gloss Finish Enamelized House CITY OF F. W. 09900-3 SECTION 09900 PAINTING ----------------------------------------------------------------- Paint 3rd coat : BM Moore's Eggshell Finish Enamelized House Paint PART 3 - INSTALLATION 3. 1 WORKMANSHIP 3 . 1 . 1 General : Protect work of others during progress against damage and promptly repair same should any occur. 3. 1 . 2 Notify contractor of any surface not in proper condition to be finished before proceeding with the work . Starting work shall constitute the painter' s acceptance of proceeding work and conditions under which finish will be applied and his assumption of the responsibility for results to be obtained. 3. 1 . 3 Allow exterior paints to dry 48 hours between coats. Allow enamels to dry 48 hours between coats . 3. 1 . 4 Perform all work under favorable weather conditions . 3. 1 . 5 Refer to room finish schedules for location of various finishes . 3. 1 . 6 Employ only skilled mechanics . 3. 1 . 7 Remove all finish hardware not primed for painting before painting. 3. 1 . 8 First coat shall be tinted toward final color. 3. 1 . 10 All work where a coat of material has been applied must be inspected and reviewed by the ARCHITECT BEFORE APPLICATION OF SUCCEEDING SPECIFIED COAT: Otherwise, no credit for the coat applied will be given. Notify Architect when a particular coat applied has been completed for inspection and approval . I 09900-4 CITY OF F. W. SECTION 09900 PAINTING ----------------------------------------------------------------- 3. 1 . 11 Apply coats of materials in strict accordance with manufacturer' s recommendations unless otherwise specified. 3. 1 . 12 Sand lightly between coats as required. 3. 1 . 13 All surfaces to which paint is to be applied shall be dry and clean. No painting shall be done outside in extreme cold, frosty, foggy or damp weather. No painting shall be done in dusty areas . If required by the Architect , the painter shall sprinkle the floors to lay the dust . 3 . 1 . 14 No coats of paint shall be applied to either wet or damp surfaces , and in no case, where the preceeding coat is not hard and dry. 3 . 1 . 15 Painting done during winter weather shall be done only when the temperature is 50 degrees F. or above, and all surfaces are absolutely dry. 3. 1 . 16 Fill all open grained wood surfaces with an approved wood filler before finishing. 3. 1 . 17 Workmanship shall be performed in a workmanlike manner and in accordance with established good painting procedure as set forth by the Specifications of the Painting and Decorating Contractors of America. 3 . 1 . 18 Test all new plaster work with pink litmus paper before painting. If paper turns blue when applied to small dampened area, use alkali resistant primer. 3 . 1 . 19 Protection: This contractor shall furnish and lay drop cloths in all areas where painting is being done to protect floor and other work from damage during the prosecution of his work. 3. 2 FINISHES 3. 2. 1 General : The following specifications for finishes is not CITY OF F.W. 09900-5 SECTION 09900 PAINTING ----------------------------------------------------------------- intended to mention every particular item which will receive painter' s finish, but is intended to establish type and quality of finish which will be required on various materials. 3. 2 . 2 Preparation of Surfaces 3. 2 . 3 Wood: Touch up knots, resinous spots , etc. , with shellac 10 hours before applying prime coat of paint . (Not for natural finishes) putty nail holes , cracks, and blemishes after the priming coat has dried. Match putty to the shade of the finish coat . Sand and dust before priming and between each operation. 3 . 2 . 4 Metal : Clean greasy or oily surfaces with turpentine or- benzine before applying any material . Remove rust and scale before painting. Touch up welds , cuts and scratches or scuffed marks with a metal protective primer. 3. 2. 5 Galvanized Iron: shall be free of all grease and dirt . 3. 2 . 6 Cedar and redwood must be primed with Moorwhite Exterior primer. 3. 3 CLEANUP: 3 . 3 . 1 Clean all paint spots from all work and touch up or otherwise repair any defective or damaged work. 3. 3. 2 Remove all surplus materials and equipment after work is completed. 3. 3. 3 Leave the entire job clean and acceptable to the Owners and the Architect . END OF SECTION 09900-6 CITY OF F. W. City of bort Worth, .Mayor and Council Communication DATE REFERENCE SUBJECT: PAGE NUMBER ZOO AVIARY RECONSTRUCTION 2 11-15-88 **C-11297 lof Recommendation t It is recommended that the City Council authorize the City Manager to: 1. Execute a contract with Architectural Utilities, Inc. in the amount of $24,900 for the renovation of the Zoo Aviary Building roof. rBackground In December 1983, the Fort Worth Zoo's Bird House burned down. This loss was covered under the City' s self-insurance for fire and extended coverage program. The value of the building and contents was assessed at $42,000. In June 1984, the insurance money was transferred into the 1978 Capital Improvement Program account to enable the reconstruction or renovation of existing buildings to handle the displacement of this facility. Since the fire, a number of birds have been quartered in a modified old rides shelter located next to the flight cage constructed as part of the infant care/nursery complex. Discussion Plans and specifications were prepared by Lassiter and Associates (the City's small projects architect) . Scope of Work Renovation of the Zoo Aviary Building roof. Submission of Bids On Octpber 13, 1988, bids were received following advertisement on September 22 and 29, 1988. The bid tabulation is as follows: Total Bid Architectural Utilities, Inc. 24,900 S.P.S.D. Inc. 24,999 Work on the project is to be completed in 30 working days. On June 21, 1988, the Park and Recreation Advisory Board approved and recommended this project be forwarded to the City Manager and City Council for their consideration. DATE REFERENCE SUBJECT: PAGE NUMBER ZOO AVIARY RECONSTRUCTION 2 11-15-88 **C-11297 Financing : Sufficient funds are available in Park and Recreation Capital Improvement Fund 23, Project No. 046001-00, Zoological Park General Improvements . The expenditure will be made from Index Code 644179. RG:mmc#3 .i ' APPROVED BY f CITY COUNCIL "OV 15 IN$ CuT sometuy of tb. of Fort wot:tb.TOXO. SUBMITTED FOR THE DISPOSITION BY COUNCIL: PROCESSED BY CITY MANAGER'S OFFICE BY: David Ivor,y ❑ APPROVED ORIGINATING ❑ OTHER (DESCRIBE) DEPARTMENT HEAD: Ralph Emerson CITY SECRETARY FOR ADDITIONAL INFORMATION CONTACT: R. Emerson 7000 DATE City of Fort Worth, Texas Mayor and Council Communication DATE NUMBER REFERENCE SUBJECT: PROPOSED CHANGE ORDER NO. 1 PAGE 1-17-89 **C-11406 RENOVATION OF THE AVIARY BUILDING for 2 ROOF RECOMMENDATION It is recommended that the City Council authorize the City Manager to approve Change Order No. 1 for the rgeapx,4tion of the Aviary Building Roof, City Secretary Contract No . - `in the amount of $4 ,450.00 with Architectural Utilities , Inc. , increasing the total contract amount to $29,350.00. J6 7'7V DISCUSSION On November 15, 1988 (M&C C-11297) , the City Council authorized the City Manager to execute City Secretary Contract No . 16678 with Architectural Utilities , Inc . , to provide a new roof to the Aviary Building, a bird sanctuary in the Fort Worth Zoo, in the amount of $24,900.00. PROPOSED CHANGE ORDER NO. 1 This change order is necessary because the insulation board specified must be attached with roofing nails that penetrate the plywood deck below, a danger to birds habitating the structure. Therefore, batt insulation and 3/8" plywood soffits underneath would accomplish the insulating effect required for the Aviary. Items required to accomplish this change include: 1. Delete 3/4" rigid insulation board. DEDUCT ($1,000.00) 2. Add 3 1/2" Batt insulation. ADD $1,250.00 3. Provide necessary wood blocking for soffits. ADD $ 350.00 4. Provide 3/8" plywood to cover soffits. ADD $3,100.00 5. Provide 3/4" quarter-round trim to finish out soffits. ADD $ 750.00 TOTAL PROPOSED CHANGE ORDER NO. 1 : ADD $4,450.00 Staff has reviewed all prices related to this work and believes them to be fair and reasonable for the work to be performed. There would be a fourteen (14) day extension in contract time for this additional work. EFFECT OF PROPOSED CHANGE ORDER NO. 1 Original Contract Amount: $24,900.00 Proposed Change Order No. 1: 4,450.00 Proposed New Contract Amount: $29,350.00 Approval of proposed Change Order No . 1 would represent a net increase of 17.87% over the original contract amount. DATE REFERENCE SUBJECT: PROPOSED CHANGE ORDER N0. 1, PAGE NUMBER 1-17-89 **C-11406 RENOVATION OF THE AVIARY BUILDING FINANCING Sufficient funds are available in Park and Recreation Capital Improvement Fund 23, Project No. 046001-00, Zoological Park General Improvements . The expenditure would be made from Index Code 644179. DA I :m/mc APPROVED BY CITY COUNCIL Ciro Secretozy of the City of For. Wortb,Texas SUBMITTED FOR THE CITY MANAGER'S David IvoryDISPOSITION BY COUNCIL: PROCESSED BY OFFICE BY: ❑ APPROVED ORIGINATING ❑ OTHER (DESCRIBE) DEPARTMENT HEAD: Gary Santerre CITY SECRETARY FOR ADDITIONAL IttORNATS,(le CONTACT: WW I1��77dd J$ ,y 7910 DATE