Loading...
HomeMy WebLinkAboutContract 53820- I J·W , L Ul'Y l:S f UK : CITY SECRETAR Y CONTRAC T NO . 53'38-D __ CO NT R ~CTOR -* C ITY SEC RETARY __ SPO NS ORI NG DEPT THE CITY OF FORT WORTH, TEXAS __ PROJ ECT MANAGE R __ PMD FILE COPY REBY CARY YOUTH LIBRARY PMD2015-08 City Project No. C02499 FORT WORTH ® BETSY PRICE DAVID COOKE MAYOR C IT Y MAN AG ER Steve Cooke Director, Property Management Department Manya D. Shorr Director, Library Department KAI Design FPI Builders, LLC March 2020 Cray of Fort forth, Texas Mayor and Council Communication DATE: Tuesday, March 24, 2020 REFERENCE NO,: MSC 0-0199 LOG NAME: 21 REBY CARY YOUTH LIBRARY CONSTRUCTION! SUBJECT: Aulhad7e Exec Anri of a ConRim clian Contract with F P t Builders, LLC, In an Amuunt Not to Excead 3.962.,208.00. Including $200,000.00 far the Owner's Coastroct[on Allowance. for the Construction of Roby Cary Youth Libraryortd Bark for a Total Anticipated Projecl Oast of 5,702,002_00 (201+4 Bond) (COI. NC I L DISTRICT $) RECOMMENDATION; MENDATION It is reco ni ni e nded that the CFty Couric11 authorize the execution of a corxstfuctIon contract with F P I I3ullders, LLC, In an arnoLint not to exceed S3, 52,208.M, including $200.000.00 for the Owner`s Construction Alt4wance, for the Construction of Roby Cary Youth Library and Park for To#al Anticipated Project Casts cf $5,702,002.00 (City Project Nos. C0 499 and 102167) DISCUSSION: The naw fa.cilily is localad at 3851 East Lancaster Ave, and will carve the entlre Clty_ The design of Ihls new facility was acoompflshed as port of the 2014 Bond Program by the archItee4ural firm of KAVAlliance, LC dbe KAI Texas Inc. (M&C C-28430. October 10, 2017), The City issued a Requast for Proposals in the Fart Worth Star Telegram on August 8 and August 15_ Orr September 12, 2 019 the City received eight respon5E�s for the coristruclion project from general -contractors. S Ix of these fines provided the rcrluIred pas! Proposal -Pre Award Submittals to h(i further evaluated by the City, These firms were; ■ Northddge Constructlon Group, LLC - FPI Builders, LLC • AU Partners, LLC • Construction Zone of Texas, LLC • Fete Durant & Associates, Irrc, • Source Building Group, Inc. These proposals were reviewed by members of the Library Deparlmen1, Office of Business Diversity and the Proparly Management Department. Referenr*as were Qhecked, the MtVVBE Office evaluated Ihair sub - consulting plan and the proposal were reviewed for completeness_ The sele-cLlon team met on Odtobsr 1 2019 and reviewed the proposals. The snares are presented in the foliewIng table., Contractor FP1 Northi-Idge Construction AQ1 Pete Durant & source Building Evaluationtion 13UiMers, Construction Zone of Partners. Associates, ro�ip LLCGroup, LLG Texas, LL LLB Inc, , Inc. Proposed Price 60 11 60 57 58 E 54 4 MVVBE= 6.5 5.0 6-.0 2.0 2.0 Schedule 5 5 5 5 5 3 RefierencelExperience 13 10 9 J 13 8 Past Work In fort 9 7 7 7 7 lVorth TOTAL 93_Lt 87_0 83,E 8 _Q 82.0 70.0 Baaad an this evaluation, the selection team recommends award of the construction contract to F P I SuIIdera, LL0. Following the seleMion a value englnnering process was engaged with the architect and selected contractor in order ur make modifications to tha material seIecLIan In order to bring the proje& In line with tha Nudger.. —rhe 4ve atl pr6j6ct'ccsts are expectod to be as des crlbad In the table below: Prjact Budget TOTALS Laid U. 1 4,891.DO Architectural & Erigineering Contract $397,01 4. 0 onstructon Contract, including Owner's Construction Alto ance $3,95 (Including $149,553.00 to fund construction of park components, ,206,00 Project Administration Cost: Project Management, Bid Advertisement, 7, Security, Materials Testing, Conflngency, FFE. $1,157,88 ,D0 Book Collectlon, Maker Spate Equipment, etc. 5,70,002.00 PROJECT TOTAL Facility U anag em om 10 ost I rrip8Cr Tht) impact to nialntenanoa cost associated with this pr9lect for the property Managernent Departrnem. beg inninq in Fiscal Year 2022, is axpocted tc be S1.600.00 annual Iy, Waiver of Uullding Permits - In accordance with the City Code of Ordlnances, fart tl, Chapter 7-1 Fart Worth Building Administrative Code, Secl6n 109.2.1, Exception 2; "Work by non -City personnel on property render the control cf the City of Fart Worth shalI be exempt from the permit fees only if the work Is for arban udder a contract that will be or has beers approved by City COU11Cit with notes in tha oontmct parakages stating the fee is waived." Funding Sources - The City of Fert Worth 2014 Fond, Geneml Capital Project, Gefierial Unrestricted Gas Well, Gap Funding, and park Development funds will be sued for the constru❑tion of thfs project_ M(WBE Office - FPI 13ultclers, LLC Is In carnpliance with the Clty's BD Ord Inance by comm ltting to 23VX5 MBE partidpallen on this project on the Base hid, The City's I BE goal cn this prefect 'rs 151°fir, 'rhe Reby Cary Youth LFbrary is located in C 0 U N C I L 01 STRICT 8 FISCAL INFORMATION J CERTIFICATION, The Difector of Flnance certifies that funds are aVa[is ble in the current ca pita Vop e ra ti ng budget, as appropriated, ol'the 2014 Bond Prograrn, CE❑nera] Capital Projects, General Gas Lease Capital Project, and PARR ❑edicatiort Faec Funds to support approval ❑f the above recommendalion and award of the oantract. Prior to any expenditure being incurred, the Property Man❑gement Department has I h o raaspOnsibillty to validate the availabIMy of funds. FUND IDENTIFIERS FlDs ; TO _ ID Funa� Department ccoun` Project Program cti► ii Budget Reference # A4 ou"J � ID � Year (Charl:field ) Fund) Department ccoun Project ID ID CERTIFICATIONS, Su hmItted for C fty Mama q er's Office k Originating Department Head: Additional Informatioi4 Contact: rogram ctivit+ Budget r I Year Kevin Gunn (2015) Steve Cooke (51Z4) 8dan Glass (8088) Reference # mou Chartfic 1 200129 MBE Crain Wince Memo - Rob Ca(o Librpdf (CFVV Internal) 2. 21 REBY CAIRY YQUTFI LIBRARY Q ON STRUCT10N FI D TAB LE: _xlsx (CFVV lnl9imal) 3. East Sida Library b_pd (p,rwic) 4_ Fort _1295FPLPdt (t;VUlntena0 S. F#'I Sams Report.pd€ (CFW IntomaI) 6. Reby CgyLibr and Dark Fuml Ing AvaElabilii .dom fcFw Inimfnell i 31 E. Lancaster Avenue Council District 8 Legend IS-3CENTRAL CITY r' ` ;;,1'_ CITY LIMITS r, 1iwIE s' 3059 E. Lancaster Zvi k O i '{� it •* � � �� ' � ,•� � [ PU ING ;F r '-1 -,ilf TVF- INGN �7-.kr' L�' f�y7 ,� _ I T��I�. 4 �LiF •.� 1 � r,, , ►' , '` •' j 'n, '. Icy. �� .�' - � .tLMT VERNON,-_.! � � � I I I ��t , z, r .z0rr LU Yr's[n1l F� w VIP. - + LriyNR� �+ A �+ AS E EIS tltltl Nci 80 3851 E. LancasterAv$_ +� ! .�V '• '. _ j I 3 - - :} ..:_ _ moo Ap di IV w. ` � •7j I �,' �IL' � ' a I 4r , ! � 1 I i 4 � � ti` � Y'TI Yr ail N RIDGE. PM 1 �: -i+ 8L1 1.. , Jil .' al, f'rl,:■{,L if *�i �I'°,"" . L�41'k hr 1.`� j{, i .. p�►JQia► '{R ,I — "elC' _+ �� ' I� �_�-UJ Legend 3861 E. Lancaster � � i:� f .� .1 + �JL, � � i 'y 1•, � {, i!ih ��. a�.� � RYa : _ ��— , ';,:.,,, �r_r! 9x N a c�to m O a N Q O O O iO P n Q O o QO C = �` rcOj m a 0 .c .- to .a c��i ar r�•s t• t` co � M M ai of tOA 00 er t�! J c m Z m caa to t- cot= cl rn c? C U U bt cn 69 en fA EA � r/9 4R y Q r to to ❑ M v J O o d S O P O C d it S m c�+7 n .`t me0 O m o d lCJ � -;IM n CD N o cp M C m �- ca n m G al N to w M rn M P C e N W � � dtipc� cri it c°u pip N a)°p o 4 My �w ww ci Q N O aln a w O N O W a E J A O o Q Q 0 O o us m L� G7 cf 00 A o iq V 0 Ld w-J T] a Z •p O` L [� a N N w }-. cb 'n -n ti c i ci N n N V c� M V" M r� O b O C M A v z n u m rn as L7 T cn C tr z cl a N LL Y !!..LLI Q V to dam ti o w d I-- Q P G E •u NN wjQ I""' 6f N _ w U O P O C1 Q O O Q 0 a 0-a 0 U °' 7 q Y C.% m R 0, N -� o h C rn o o d o cc o Lo O o c! fL Q �6 N w C W C J b � p a O d c7 0 0' o N O d T cri Oi eY +A O �! r i [~�1 fa q co clf cq roLLI '2 •ct 'u3 p o C z z LU f� > o� a LU a N U OZ cm Lfi� °0 aI-- Qw00 U Q Lh � w c uJ F t- IXMO v 0aasQ U a a � •b $i y� o m a` a a m Q < 0000 0 O O O P O 0 0 0 0 0 P O 0 0 0 OOO[U 4 -t•• 1fJ to T C:I!n Li 690�6069tO co aP Q 0 0 0 n b P G P O P b O 646 1 CO O K1 try 00 O M t~ M Nti L cli It to) Mkto40fA n n 0 b m �soos� dndnC: O O O 6 0 in OOP P �'Mtp a00 4 to w N ~ *** z Q 4 (U 0 of zwama�. xccccr Lu � • W Y Qaa¢a� 4 d' 1 � � Q LO d d 0 r m V 0 ti L L -- 13 o C O o O . o C3 Q y x c�+ ern 2 o v N o co I` co y rn d s r `° I M co�n m �O oo w Q v C4 L O1 CI 2��� Y) f U Ur �@ ` fil N L t � u m u� to 69 to y 69 us w 69 u y N m M Q N m yX( m Q a A O Cl P 0 o p CD m O y to w h 0 [O Cf W b _ LO ME d in� m E i O LL _ 5 � O f9 6H EA � fg 69 +q �y 69 w a C Q O01 } 1] N � � w JjJ Q R u y n c... M� 4 C] p Ci 4 o n pU a. UJ ro Co ti O m r� O o c a o N A m N z Inc6�4 O Q ~ M � co f0 m M � .f d O i— °tl N M cx N M v La co N a U E� Q V o ?�° ao n 0r ItF . l LU m gw n �! Z N 44 to a N ec o eo F� tit! n gr 0. ,-� '« ¢ 9 T o no o q n to a a p O V U d y On1 M x x4n. l+1 ao N r M n O N M G p V O c N G. U- nM ti ui ono m 00 cp LO co M O'It °o U a m n ? = m� N fR 03- �s ai a y m u U c 3 p a W o _o ld a � o � a - ' a Q a a = = EL '� 3 m :I 3 n LL ci a O p to � v m N co c kc CL c t� ►.0 �" n �J r CL a. w a.V -2 d aU •L m Co 0 ` 0 L=. (6 � 10 C 1C O O d p CD CS 0 Q 000 c; GOd o U)MO d to a- N co Lo t9b4W"sw CIO QC7o000 ❑ C?CI OO d L7 Q C] C] d ui C70OLfi in w 01 Or000O M C7 Cl fD 47 tow4A40fus a000da Qaoaoo CQ O O Q Co 0 0 0 0 0 d d O C) QOdOCS (6 vZ 0; N r Ok <F111% 49 fA w F- EU z ¢ Z .°N {O ' {O M 0 0of lu �EEE�� aa¢¢aa O v V' 1-Y f T ORT o CITY OF FORT WORTH PROPERTY MANAGEMENT DEPARTMENT ADDENDUM NO. 1 Reby Cary Youth Library Request for Proposals Submittal Date: September 12, 2019 (CHANGED) The Request for Proposals for the "Project" noted above is hereby revised and amended as follows: 1. Because the City of Fort Worth is incorporating a small park/playground area to the scope of work, the City is changing the "Proposals Submittal Date" as noted. The addition to the scope of work will revise the following drawings, but not limited to, Civil, Landscaping, and Architectural sheets including specifications. The revised drawings for the small park/playground area will be part of Addendum No. 2 and will be released no later than August 28'h through the City' s Buzzsaw link. 2. Clarification: Initially, this Project was referred to as "The Eastside Library" since then the Project was dedicated and renamed the "Reby Cary Youth Library". 3. The Attendees sign -in sheet for the Pre -Proposal Conference on July 31, 2019 is attached. (Attachment No. 1) 4. The MWBE MBE Best Value Utilization Form is attached. (Attachment No. 2) 5. A copy of the Geotechnical Investigation is attached. (Attachment No. 3) 6. The following Contractors will be submitting Offers: a. MSB Constructors, Inc. David Stanfield — David aOmsbconstructorsinc.com Phone., 817,825,5956 — Cell: 817.825,5952 b. Northridge Construction Group Mike Green — MG0NorthridgeCG.com 6904 NE Loop 820 -- North Richland Hills, TX 76180 Phone: 817.520.2300 —Fax: 817.520.2301 — Celi: 817.789.7230 c. FPI Builders, LLC Michael Linebaugh — Michael@fpibuildefs.com 2116 Wenneca Ave. — Fort Worth, Texas 76102 Office 817-336-1161 x13 -- Fax 817-336-1164 — Cell 817-965-9370 7. The City of Fort Worth's Office of Business Diversity does accept (MIWBE) Joint Venture (JV) Solicitation for Best Value and other Alternative Method of Procurement. 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. 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; Addendum No.1 Page 1 of 3 CFVV Library Department— Reby Cary Youth Library August 2019 The percentage of prime contract dollars of the services to be provided by the M/VVBE joint venture partner; and, as appropriate the total dollar value of the services to be provided, c. 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 Economic Development Department's Office of Business Diversity will review the "Joint Venture Fligibility Form" and will have final approval, as to whether the proposed joint venture conforms to the City's definition of a "true joint venture." 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 each venture partner; C. The sharing of the right to control the ownership and management of the joint venture; d. Actual participation of the venture partners on the project; 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). 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 MM/BE; and (3) the approximate dollar amount/percentage of the participation. Additionally, the M/WBE Goods and Services 6 County Joint „Venture-2p19 form must also be completed and submitted with the proposal. 8. Proposers must obtain MBE listings from the City of Fort Worth's Office of Business Diversity at (817) 392-2674 or email mwbeoffice(dfortworthtexas.gov. This will ensure that firms are acknowledging MBEs currently certified by the North Central Texas Regional Certification Agency (NCTRCA) or Dallas/Fort Worth Minority Supplier Development Council and accepted by the City of Fort Worth at the time proposals/bids are submitted, in order for the participation to be counted towards the established M/ VBE goal. The firms must be located in the City's six -county geographic marketplace that includes the counties of: Tarrant, Dallas, Denton, Johnson, Parker and Wise. 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 MBE participation. Failure to submit the MBE participation information or the detailed explanation of the proposer's Good and Honest Efforts to meet or exceed the stated MBE goal, may render the proposal non- responsive. The MBE utilization will be part of the final weighted selection criteria. A copy of the City of Fort Worth M/WBE Joint Venture Eligibility Form (MWBE Goods and Services 6 County Joint Venture-2019) is attached. (Attachment No. 4) Addendum No.1 Page 2 of 3 cFW Library Department— Reby Cary Youth Library August 2019 Acknowledge the receipt of this Addendum No. 1 on your Proposal. ROGER VENABLES INTERIM DIRECTOR, PROPERTY MANAGEMENT DEPARTMENT By: _-&�'aA22 Brian Glass, AIA Architectural Services Manager 817-392-8088, FAX 817-392-8488 RELEASE DATE: August 22, 2019 Addendum No.1 Rage 3 of 3 CFW Library Department-- Reby Cary Youth Library August 2019 -14 6 3 � � / H a Ga J Q N O CL 0 m n. fl 0 cn ic. 0 w 4 z 2 O N w U IJU t( 0 w H z LU U LU M z w O U z 0 I-- C] Q EL LU ace m 0-0 C- LU &R 0 N w m O d OC J J 0 0 U w� -j w CLw a d �z � U J LU 0 �m t_ N r N LU � m �N O C] � c c 0 0 0 0 a) m aO E 0 (D LU cn cu U ai E � O a co cu M E N � L J-= 5 0 U U .C] w � J � � a o a E a 0 U � m N N 3 w CO o f o f o f c m a e m � CO CL �. a. w a s, x as IIi f11 U LU U 7 V N 61 Qd - - i9 CL _ , Lt 3 = 0 � � �7 a N C � n E o o E o o a °c o U d o a a E o m a w_ U U Q [1 w U U d CL w U U Q a w U oC n Q. 0 E M 0 0 L a� r 0 U a) m m a U cis N E a f Fugro USA Land, Inc. GE®TECHNICAL INVESTIGATION FORT WORTH EASTSIDE LIBRARY 3851 EAST LANCASTER AVENUE FORT WORTH, TEXAS PROJECT NO. 04.40171038 Report to; CARRILLO ENGINEERING, LLC FOR`i' WORTH, TEXAS MARCH 23, 2018 llf —_' i ;V ',*� i i5• +, `- �'�i ?L'Y3"Ilf.`:dfl�- }pry": '�-%b- �d ,• .:ra{` 4{'��- ,+I��-5's ;� ���li �:. �r�� ri_11-3�`.iy��l 1344 mom GEOTECHNICAL INVESTIGATION FORT NORTH EASTSI®E LIBRARY 3861 EAST LANCASTER AVENUE FORT WORTH, TEXAS PROJECT NO. 04.40171038 Report to: CARRILLO ENGINEERING, LLC FORT WORTH, TEXAS MARCH 23, 20'18 i SRO FUGRO USA LAND, INC. 2880 Virgo Lane Dallas, Texas 75229 T +1 972 484 8301 F +1 972 520 7328 Project No. 04.40171038 March 23, 2018 l Carrillo Engineering, LLC f 301 Commerce Street, Suite No,1410 Fort Worth, Texas 76102 f Attention: Ms. Anna Blackwell, PE, LEED AP i s Proposal for Geotechnicai Engineering Services Fort Worth Eastside Library 3851 East Lancaster Avenue Fort Worth, Texas t Dear Ms. Blackwell: E This report presents the results of a geotechnical investigation performed for the referenced I project in Fort Worth, Texas. This study was performed in accordance with our Proposal No. 04.40171038, dated February 26, 2018. Results of field exploration, laboratory testing, engineering analyses as well as our recommendations are included in this report. We appreciate the opportunity to be of assistance on this project. Please feel free to contact us if you have any questions or if we can be of further service. Sincerely, Fugro USA Land, Inc. TBPE Firm Registration No. F-299 Che-Hung (Chris) Tsai, Ph.D., P.E. Senior Project Manager �� Ofi T11 oil CHE-HUNG TSAI 11 [!/01111lq R[![f R[l11g1lI[RR! -S : 87922 f'n Ranasingh�nvlaka, Ph.D., P.E. Geotechnical Engineering Manager -2P%-q A met companies with ofces throughout the world I 6Rb Project No. 04.40171038 I' i f CONTENTS Page INTRODUCTION....................................................................................................................... 1 Site and Project Description................................................................................................... 1 Scope of Work ...................... ................. 1 FIELD INVESTIGATION............................................................................................................ 2 LABORATORY TESTING.......................................................................................................... 2 4 GENERAL SUBSURFACE CONDITIONS Geology................................................•-----......................---...........-----•---.............................. 3 tStratigraphy..............................................•---........................... ..... 3 Groundwater ........................... ... 4 ENGINEERING ANALYSIS AND RECOMMENDATIONS.......................................................... 4 Expansive Soils Site Seismic Classification...................................................................................................... 4 Summary of Recommendations.............................................................................................. 5 FoundationSystems... ... I .... I ................................................................................................... 5 Straight Drilled Shaft: Axial Load Design............................................................................. 5 Straight Drilled Shafts: Lateral Load Design........................................................................ 6 Straight Drilled Shafts: Construction Considerations........................................................... 7 GradeBeams and Shaft Caps............................................................................................ 8 FloorSlab Systems................................................................................................................ 9 SuspendedFloor Slabs....................................................................................................... 9 Ground -Supported Floor Slabs..........................................................................................10 Flatwork Considerations........................................................................................................11 Subgrade Preparation and Fill Construction..........................................................................11 SubgradePreparation........................................................................................................12 Fill Material Requirements.................................................................................................12 Placement and Compaction Process Controls...................................................................12 Quality Control and Field Testing ..................... ................................................... ............... 13 Site Grading, Drainage, and Landscaping.............................................................................14 Pavement................................................................................................. ............................15 SubgradePreparation........................................................................................................15 + Pavement Sections............................................................................ ......15 LIMITATIONS...........................................................................................................................17 Project No. O4,4017Y038 ILLUSTRATIONS Vicinity —K�-,�n ----^---^----------------------------' 1 i Site and Boring Plan ...................................... ................................................. ---- Logs0fBorings. .............................................................................................................. 3-5 � Key bJTornlmand Gvnnbn�used oOBorh1~ Boring Logs 6'7 � . --------.. Project No. 04.40171038 I GEOTECHNICAL INVESTIGATION i FORT WORTH EASTSIDE LIBRARY 3851 EAST LANCASTER AVENUE r FORT WORTH, TEXAS INTRODUCTION r This report presents the results of a geotechnical investigation performed for the referenced t project in Fort Worth, Texas. i Site and Project Description The project site is located at 3851 E. Lancaster Avenue in Fort Worth, Texas (32.7415 N, F97.2681 W). The site is currently vacant and undeveloped. The general location of the site is shown on Plate 1, Vicinity Map. i We understand this project will consist of design and construction of a single -story building with a footprint of approximately 8,000 square feet. The construction is anticipated to consist of steel -framed superstructure and structural slab over a drill shaft foundation. The maximum column load is estimated to be about 175 kips_ Scope of Work The purpose of this study is to evaluate the subsurface conditions encountered in the borings at selected locations and to develop geotechnical recommendations for the proposed project. This report addresses and provides geotechnical recommendations for: I. Soil swell potential; 2. Foundation types and design parameters; 3. Floor slabs; 4. IBC Seismic site class; 5. Pavement sections; and 6. Earthwork. - 1 - Project No. 04.40171038 r FIELD INVESTIGATION The field exploration for this project was accomplished by advancing a total of three borings. Two of the three borings were drilled to a depth of 30 feet below the existing grade within the footprint of building area. The remaining boring was drilled to 5 feet below the existing grade in the proposed pavement area. The latitude and longitude of the boring locations were measured i using a handheld GPS unit. The approximate locations of the borings are shown on Plate 2, Site and Boring Plan. 4 The borings were advanced using a truck -mounted drilling rig. Cohesive soil samples were obtained using 3-inch diameter tube samplers that were pushed into the soil. The consistency of cohesive soils was estimated in the field using a calibrated pocket penetrometer. The bedrock was evaluated in situ using Texas Department of Transportation cone penetration tests. Samples were extruded from the samplers in the field, visually classified, and sealed in plastic bags to prevent the loss of moisture or disturbance during their transfer to the laboratory. Upon completion of the field investigation, the borings were backfilled with soil cuttings. Logs of the borings drilled for this study with descriptions of the subsurface materials encountered are presented on Plates 3 through 5. A key to the terms and symbols used on the boring logs is presented on Plates 6 and 7. r LABORATORY TESTING Laboratory tests were performed to help evaluate the engineering properties of the soils. The testing program included visual classification, moisture content, Atterberg limits, passing No_ 200 sieve, and overburden swell tests. The tests were performed in general accordance with applicable ASTM test procedures. in addition, corrosivity tests including pH and soil electrical resistivity were performed on a selected sample. The soils were classified according to the Unified Soil Classification System based on visual observation of the samples and laboratory test results. The results of moisture content, liquid limit, plastic limit, plasticity index, and passing No. 200 sieve tests are presented on the boring -2- i r Project No. 04.40171038 ��91 Rn- - • :ram ���F �": logs_ The results of the overburden swell and soil corrosivity tests are presented in the following tables. TABLE 1: SWELL TEST RESULTS Boring Sample Liquid Plasticity Initial Final Surcharge Percent Number Depth Limit Index Moisture Moisture Pressure Vertical ft. Content Content sf Swell B-1 2-4 45 26 16 16 250 0.0 3-2 5-6 1 31 1 15 1 16 116 625 0.0 TABLE 2: CORROSIVITY TESTING RESULTS Boring Number Sample Depth ft. p H Resistivity ohms -cm B-1 2-4 7.7 1.830 GENERAL SUBSURFACE CONDITIONS Geology Review of surface geology maps indicates the site is located within the geologic formation of the Grayson Marl and Main Street Limestone undivided. The formation generally consists of clays f underlain by tan to gray limestones over gray shale (or marl). The clay soils of this formation can exhibit high shrink/swell potential with variations in moisture content in the active zone. Stratigraphy Based on our interpretation of the borings drilled for this study, the subsurface stratigraphy generally consists of fill and clay underlain by tan to gray limestones. The depths to tan limestone and gray limestone at each boring location is summarized below_ w TABLE 3: DEPTHS TO BEDROCK Boring No. Boring Depth (ft.) Depth to Tan Limestone with Clay Layers ft. Depth to Gray Limestone with shale layers ft. B-1 30 7 12 B-2 30 6 12 P-1 5 - - -3- Project No. 04.40171038 4T.-f'i e The subsurface materials encountered in each of the boring are described in the boring logs. The stratification boundaries shown on the boring logs represent the approximate locations of the changes in the soil and rock types; in situ, the transition between material types may be ! gradual and indistinct. Groundwater The borings were drilled using dry auger procedures to observe the depths of groundwater seepage at the time of the exploration. Groundwater seepage was encountered in Borings B-1 and B-2 at a depth of 7 feet below the existing grade during the time of the drilling. It is not possible to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The groundwater levels depend on permeability, rainfall conditions, and other factors. Future construction activities may also alter the surface and subsurface drainage characteristics of the site. If a noticeable change in the conditions is observed during construction, then we should be notified immediately to review its effect on the design recommendations. ENGINEERING ANALYSIS AND RECOMMENDATIONS Expansive Soils The magnitude of moisture -induced vertical movement calculated using TxDOT Method Tex- 124-E in conjunction with overburden swell tests is estimated to be on the order of 1 to 2 inches for the dry soil conditions. It should be noted that TxDOT method of calculating PVR is empirical and is based on the results of the Atterberg limits and moisture content of the soils. Swell tests provide data based on the existing moisture profile of the subsurface soils at the time the borings were advanced. The total swell potential depends on the moisture content of the expansive soils within the zone of moisture changes. The drier the expansive soil, the ' higher the swell potential. Considerably more movement will occur in areas where water ponding is allowed to occur during or after construction. Site Seismic Classification Based on the results of the field and laboratory tests conducted for this investigation, review of the available geologic mapping, and site class definitions shown in 2012/2015 International Building -4- Project No. 04.40171038 ` Code (IBC and ASCEISEI 7-10), it is our opinion that the subject site be classified as Site Class B with a soil profile name of "Rock." We also recommend a design spectral acceleration of 0.059 g for short period (Sas) and 0.032 g for 1 second period (Soy). Summary of Recommendations Based on the subsurface conditions encountered in the borings, the proposed structures will be subjected to some movement due to volume changes of the underlying soils. Expansive soils i can subject shallow foundations and floor slabs to significant differential movements due to moisture induced vertical movements of soils. Straight drilled shafts bearing in the gray i limestone are recommended for supporting foundation loads of the proposed building. i The most positive foundation approach would consist of drilled shaft foundations with a structurally suspended floor system for the proposed structure. With the risk of experiencing some soil -related movements, a ground supported floor slab could be considered as an alternate. For this alternate approach, the subgrade soils must be improved beneath the foundation to limit soil -related movements to within tolerable levels. Flatwork adjacent to the building may be supported on an improved subgrade. Rigid portland cement concrete pavement are suitable for this site. Geotechnical recommendations for foundations, floor slabs, earthwork and pavement are presented in the following report sections. Foundation Systems We recommend that the proposed building be supported by cast -in -place concrete straight - drilled shafts bearing in gray limestone. Design parameters and recommendations for straight drilled shafts are discussed in the following sections. Straight Drilled Shaft. Axial Load Design. The axial capacity of straight drilled shafts will be derived from a combination of end bearing and skin friction. The recommended design I parameters are tabulated below. -5- I r r i r i gip® Project No. 04.40171038 TABLE 4: STRAIGHT DRILLED SHAFT DESIGN PARAMETERS Parameter Recommendation Bearing stratum Gray limestone Minimum penetration into bearing stratum 2 feet into bearing stratum to develop end bearing Penetration into gray limestone 0 to 10 feet More than 10 feet Allowable skin friction in compression 2,500 7,000 Allowable skin friction in tension 1, 2 2,000 6,000 Allowable end bearing capacity 20,000 50,000 Uplift force due to swelling of the clay 2 1.000 psf acting over the shaft perimeter to a depth of 7 feet below the finished grade Minimum shaft diameter 18 inches Maximum shaft diameter 96 inches Center -to -Center Allowable Spacing Skin Friction _ Reduction in skin friction due to closely located shafts Greater than 3 shaft diameters 100% 2 to 3 shaft diameters 76% Less than 2 shaft diameters 50% Settlement 3 Less than '/ inch Notes. z - The allowable skin frictions should be applied to that portion of the drilled shaft in direct contact with the gray limestone below any temporary casing (if used). 2 - The allowable skin friction in tension can be utilized to resist the uplift forces in straight drilled shafts. The drilled shafts should be reinforced with sufficient, full -depth, vertical reinforcing steel to resist potential tensile forces. - Settlement will primarily be within the elastic range with a portion of settlement occurring during construction. ti Straight Drilled Shafts: Lateral Load Design. Based on the subsurface conditions encountered in the borings, parameters for lateral load analysis are provided in the following k table for use in LPILE computer program, developed by Ensoft, Inc. WE i Project No. 04.40171038 TABLE 5: LPILE INPUT PARAMETERS FOR SOILITAN LIMESTONE Stratum P-Y Model Total Unit Weight, y I Undrained Cohesion, (pcf) Cu (psf) On -site soil Soft clay 125 750 Tan Limestone with clay 1 Stiff clay without free layers water 125 2,000 TABLE 6: LPILE INPUT PARAMETERS FOR ROCK REARING STRATUM Rack Bearing Total Uniaxial Initial Rock strain Stratum (gray P_Y Unit Compressive Modulus of Quality Factor Limestone) Model Weight Strength Rock Mass Designation g Y (pcf) Qu (psi) Ek (psi) RQD (%) krm 0 to 10 feet Weak Rock 130 200 40,000 80 0.0005 More than 10 feet Weak Rock 140 500 100,000 90 0.0005 Straight Drilled Shafts: Construction Considerations. The drilled shafts should be installed in accordance with American Concrete Institute's "Standard Specification for the Construction of Drilled Piers" (ACI 336). The design recommendations provided in this report are based on proper construction procedures, including maintaining a dry shaft excavation and proper cleaning of bearing surfaces prior to placing reinforcing steel and concrete for drilled shaft foundations. The construction of drilled shafts should be observed by experienced geotechnical personnel during construction to help assure compliance with design assumptions. Observations should include: i I. identification of the bearing stratum; 2. minimum penetration depth; C 3. removal of all smear zones and cuttings; 4. correct handling of groundwater seepage; 5. shafts are within acceptable vertical tolerance; and 6. other related items. We recommend that the pier -drilling equipment be equipped with suitable rock drilling teeth and the rig should have sufficient torque and weight to drill through the rock strata. Excavations for the piers must be maintained in a dry condition. -7- Project No. 04.40171038 aGain Groundwater seepage was encountered in the borings during drilling and could be encountered during installation of the drilled shafts, particularly if construction proceeds during a wet period of the year. The seepage rates may require the use of temporary casing for proper installation. The casing must be installed to a sufficient depth to insure that an adequate seal is obtained. Typically, a casing penetration of 1 to 3 feet into the rock bearing material will provide a satisfactory seal. After the satisfactory installation of the temporary casing, the required penetration into the bearing material may be excavated through the casing. Reinforcing steel and concrete should then be placed immediately after the excavation has been completed, dewatered, cleaned and i observed. ©ewatering could consist of using a bailing bucket, pumping, mixing the water with dry soil, etc. Water and loose materials in the cased pier excavations should be removed prior i to the concrete placement. A completed shaft excavation should not be allowed to remain open for more than 8 hours. Concrete placed in an excavation in excess of 10 feet should be placed in such a manner (using a tremie, centralizing chute, or by similar means) to prevent segregation of aggregates or to prevent concrete from striking the reinforcing steel. The concrete should have a slump of 6±1 inches. In the event groundwater is observed during construction, the head of the concrete should be above the static groundwater level prior to breaking the seal between the casing and the bearing stratum. Once the seal is broken, the casing may be slowly removed in a vertical direction (no rotation permitted) while additional concrete is placed through the top of the casing (preferably through a tremie). During construction of the drilled shafts, care should be taken to avoid creating an oversized cap ("mushroom"), particularly near the ground surface. A "mushroom" at the top of the drilled shaft could be lifted by heave of the expansive soils. Grade beams and shaft caps. Grade beams and shaft caps should be physically isolated from the underlying soil surface by a void space and be structurally supported by the drilled shaft foundations. A minimum void space of 6 inches should be provided beneath all grade beams and pier caps. The purpose of the void is to provide space for swelling of expansive subsurface materials without resulting in structural distress to the grade beam. Structural cardboard carton forms are often used to provide this void beneath grade beams. Soil retainers (void form skirt) -8- Project No. 04.40171038 are further recommended to minimize the potential for infilling of the void space over time after carton forms deteriorate. Cardboard void forms must have sufficient strength to support the weight of the grade beam during construction. Our experience indicates that major distress in grade beams will occur if the integrity of the void box is not maintained during construction. The excavation in which the void box lays must remain dry. Care must be exercised during construction to prevent collapse of these cartons. Backfill material must not be allowed to enter the void carton area below the grade beams, since this reduces the void space in which the underlying soils need to swell. i The exterior grade beams or foundation walls should be backfilled with a well -compacted, on - site clay or clay cover with a minimum thickness of at least 2 feet to retard migration of surface water into the void space. The backfill should be placed and compacted to the specifications presented in "Site Preparation and Fill Construction" section of the report. r If the existing soils are replaced with select fill to the top of tan limestone, the Option B as described in Ground -Supported Floor Slabs section, then cardboard void forms are not required under the grade beams. r Floor Slab Systems Potential vertical movement at the site is estimated to be about 1 to 2 inches at dry moisture conditions. If floor movements are to be limited to less than '/ inch, a structural (suspended) floor system is regarded as the most positive approach to limit the potential for post -construction movements. With the risk of experiencing some soil -related movements, a slab -on -grade floor system can be considered as an alternate. For this alternative approach, the soils must be improved beneath the building addition footprints to reduce the PVM. Suspended Floor Slabs. if floor slab movement cannot be tolerated, we recommend a suspended floor slab system be constructed. Two methods are available for c t ons ructmg a suspended floor slab system; 1. Cardboard carton forms to create a void; and, 2. Raising the floor slab above the underlying soils with a crawl space. Carton forms should be at least 6 inches thick. If these forms are used, care must be taken to preserve their structural integrity and ability to create a consistent void. A rigid material layer -9- i Project No. 04.40171038 4 Z' 70 _...._ (such as masonite) should be placed directly on the forms to prevent puncture by personnel during placement of concrete. This rigid layer would also help reduce the potential for concrete to leak down between the cardboard forms. A qualified inspector should be present during floor -slab concrete placement to assure the void is maintained. I If crawl space is utilized, we recommend that the floor slab be suspended at least 12 inches above final subgrade elevations. If utility lines are suspended beneath the slab, the crawl space clearance should be increased to a minimum of 2 feet to provide access to these lines. Future f movements of soil supported utility lines must be considered when designing connections, especially where these lines approach or enter the stationary structure. The subgrade beneath the crawl space must be graded to remove water from beneath the structure. If gravity drainage cannot adequately remove the water from beneath the structure, it may be necessary to direct the underfloor drainage ditches to a sump pump. Construction must also contain sufficient ventilation to limit corrosion of the metal components. Ground -Supported Floor Slabs, If some post -construction movement of floor slab can be tolerated, consideration may be given to support the floor slabs on grade. To limit the PVM to } tolerable levels, we recommend the subgrade conditions beneath the slab be prepared with (Option A) one foot of select fill underlain by moisture conditioned soil to the top of the tan limestone, or (Option B) select fill to the top of the tan limestone. Flexible base material (TxDOT, Item 247, Grade 1-2), or crushed concrete/processed limestone meeting the gradation requirements of flexible base may be used instead of select fill, if desired. The recommended subgrade improvement and estimated potential vertical movement are summarized in the table below. TABLE 7: SUBGRADE IMPROVEMENT Option Subgrade Soils Potential Vertical Movement One -foot of select fill (or flexible base material) A over moisture conditioned on -site clay to the top 1-inch of tan limestone B Select fill (or flexible base material) to the top of +/ tan limestone -inches We recommend on -site soils be excavated to the top of tan limestone that was encountered at depths of 6 to 7 feet in the borings drilled for this project. - 10 - Project No. 04,40171038 E If Option A is used, the excavated clay materials should be mixed with water and placed back in lifts not exceeding 8 inches in loose thickness and compacted to the specification presented for i moisture conditioned soils in "Subgrade Preparation and Fill Construction" section of the report. One foot of select fill (or flexible base material) should be placed within 24 hours of completing moisture conditioning of subgrade soil. If Option B is used, the on -site clay soils should be excavated to the top of tan limestone. Select fill (or flexible base material) should then be placed from the base of the excavation to the bottom of floor slab. The ground modification process should be extended at least 5 feet beyond the building lines, and should include entrances, abutting sidewalks, and flatwork areas sensitive to movement. Select fill (or flexible base material) should not be extended beyond outside edge of the ground - supported slab if Option A is used. For the Option B, one foot of clay soils should be placed over select fill (or flexible base material) beyond outside the building lines. F • The Select fill (or flexible base material) should be kept in a moist condition until the floor slab is constructed. This could be achieved by regularly sprinkling water during dry and windy days. i We recommend that a vapor barrier of polyethylene sheeting or similar material be placed between the floor slab and the subgrade soils to retard moisture or vapor migration through the slab. Flatwork Considerations W Differential upward movement of all ground -supported slabs should be anticipated and considered during the design of the grading plan. We recommend that all access and entryway slabs and areas of flatwork be constructed on a subgrade prepared in accordance with the recommendations for the building pads, as described in Ground -Supported Floor Slabs section. Sidewalks should not be structurally tied to the buildings. To prevent potential tripping hazards, the slabs should be elevated noticeably above the adjacent, relatively non -modified, I ground -supported sidewalks and pavement slabs. Differential upward movement of all ground - supported flatwork should be anticipated and considered during final grading design. Subgrade Preparation and Fill Construction The project involves excavation of on -site soils and placement and compaction of fill materials. -11- �ElO Project No. 04.40171038 1 Subgrade Preparation. The site should be stripped. Prior to placing any new fill in pavement areas, debris and similar unsuitable materials should be removed. After any cutting operations, the exposed subgrade should be proofrolled with a loaded, tandem -axle dump truck weighing a minimum of 25 tons or other heavy, rubber -tired construction vehicle to locate any zones that f are soft or unstable. The proofrolling should consist of several overlapping passes in mutually perpendicular directions over a given area. In areas where rutting or pumping occurs during proofrolling, subgrade should be removed and replaced with suitable fill, if it cannot be compacted in place. Fill Material Requirements. Criteria for the selection of different types of fill are summarized below. TABLE $; FILL MATERIALS Fill Type Requirement It should be free of rock fragments greater than 4 inches in size, organic matter, and On -site soils other deleterious materials. Excessive large -sized clay clods based on the judgement of the Geotechnical Engineer should be avoided where possible or conditioned as may be necessary. The material should be free of rock fragments greater than 4 inches in size, organic Imported matter, and other deleterious materials. The material should also have a liquid limit soils less than 55 and plasticity index at least 16. The fine content (percent passing a No. 200 sieve) of the material should be 45 percent or more. This should meet the requirements of TxDOT Item 247 Grade 1-2. Crushed concrete Flexible base or processed limestone meeting the gradation requirements of flexible base may also be used. This material should have a liquid limit 35 or less and plasticity index between 5 and Select fill 15. The fine content (percent passing a No. 200 sieve) of the material should be between 25 to 55. i Placement and Compaction Process Controls. All fill soils should be placed in consistent } loose lift thickness. Each lift should be uniformly compacted with the minimum number of passes required for full compaction (i.e. when no further densification is achieved for subsequent compactor passes). Any moisture change must be achieved before compaction. All completed lifts should be protected or preserved by subsequent lift coverage placed as quickly as practical. Completed lifts damaged by erosion, destructive disturbances during wet conditions, etc. should be scarified and re -compacted. Any lifts or finished fills to be exposed to mpm Project No. 04-40171038 fT13 f weathering for a longer period should be covered and protected with sacrificial soil layers or wet r matting. Process control specifications for each fill are provided below. TABLE 9: COMPACTION CRITERIA Requirement' Fill Type Loose Lift Degree of Thickness Compaction Moisture Content Clay backfill for grade beam/utility line/moisture 6 to 8 inches At least 93% of Ydry-mnx At least 3% points coed itionedlflatwork above mopt Select fill 6 to 8 inches At least 95% of ydry mQX At or above rnapt flexible base 6 to 8 inches At least 98% of ydr7 mox At or above m,,t Pavement subgrade 6 to 8 inches At least 95% of ydry-max At or above mopt General site fill �8to �inche�sAt feast 95% of ydry-mex At or above mops Note: 9_ Maximum dry density (ydry-mad/. and optimum moisture content (m,,Pd should be determined from the results of standard Proctor method (ASTM D 698) 2. Care should be exercised to avoid overstressing the wall by operating heavy compaction equipment too close to the back of the wall. In general, only light compaction equipment, less than 2,000 pounds, should be allowed to operate within 5 feet of the back of the wall. Quality Control and Field Testing. Fill material index properties and compaction control curves required for process control must be obtained upon each change in soil properties, soil i color or texture, compactor, or lift thickness, and at minimum frequencies recommended by the Geotechnical Engineer. For preliminary planning purposes, minimum frequencies of one test per r every 1,000 loose cubic yards is recommended. Fill soil sampling should be planned and coordinated to fit the construction production goals, and generally at least two days in advance 1 of the compaction of corresponding fill lifts. r The Geotechnical Engineer should perform moisture -density tests at appropriate frequencies on compacted lifts to ensure that the compaction control specifications are achieved. Field testing volumes and frequencies will depend on confirmation of other process controls and fill soil ranges and variations. Typically for mass fills, one moisture -density test should be performed per every 2,500 square feet of compacted lift or fraction thereof. For trench backfill and small -13- L r i Project No. 04.40171038 i areas of filling, one field moisture content and density testing should be performed for every 200 ` cubic yards of backfill placed for each lift or per every 200 lineal feet of trench, whichever represents the greater frequency of testing. The Geotechnica! Engineer or his representative 1 should determine the acceptability of each compacted lift based on this regime of field moisture content and density testing. Field density gauge probes must be deployed to measure the average properties of the compacted lift. i Site Grading, Drainage, and Landscaping i The exterior ground surface around the structure should be sloped at a 5 percent grade for a j distance of at least 10 feet to provide for positive surface drainage away from the building. f Excess water ponding on and beside slab -on -ground foundations, pavements, sidewalks, or similar structures can cause unacceptable heave of these elements. Roof drainage should be transmitted by pipe to a storm drainage system or to a paved surface where the water can drain away without entering the foundation soils beneath the building. A system of gutters and downspouts is recommended, with discharge at points at least 5 feet away from the perimeter of the foundation slab. Excess water ponding on and beside roadways, sidewalks, and slabs can cause unacceptable t heave of these elements. To reduce this potential heave, good surface drainage should be established in all building, flatwork, and pavement areas. Lawn irrigation systems should be designed and operated to minimize saturation of soil adjacent to structures. Sprinkler mains should not be placed next to the building. Backfill for utility lines or along the perimeter grade beams should consist of well -compacted, impermeable, on -site clays to minimize the potential for localized infiltration of surface water. I The soils should be processed and moisture conditioned using the previously discussed compaction criteria. Where the utility lines pass beneath pavements, the top 6 inches should be compacted similarly to the remainder of the subgrade. Trees will remove water from the soil and, as a result, can cause the soil to shrink. Therefore, trees should either: 1. not be planted closer than the mature tree height from the building (if ground - supported slab is used) or pavement edge; or 2. have a controlled irrigation system; or -14- Project No. 04.40171038 3. be planted in containers. Bedding soils for plants may collect and direct water underneath the building and pavements. I Care should be taken to insure that water entering the bedding soils drains away from the building and pavement perimeters. If positive drainage cannot be achieved, the use of an impermeable, synthetic geo-membrane moisture barrier should be considered to reduce the risk of free water migration. An 18-inch deep vertical water barrier along the flatwork edge fronting landscaped areas may be desirable to help prevent irrigation water from having ready access to the soils beneath the flatwork. Special attention should be given to provide good drainage from plantings inside any building courtyards and planter boxes. The completed landscaping should be carefully inspected to verify that plantings properly drain. Soil in plantings may settle, which will tend to pond water, or plantings may block entrances to surface drains. Therefore, maintaining positive drainage from landscape irrigation will be an ongoing concern. Pavement Subgrade Preparation. We recommend the subgrade soils be compacted to the specifications presented in "Subgrade Preparation and FIII Construction" section of the report. We f understand that concrete pavements will be used at this site. Concrete pavements can be placed on a compacted subgrade without lime stabilization. 5 Pavement Sections. The following Portland cement concrete pavement sections are recommended for this site: -15- Project No. 04.40171038 TABLE 10: PAVEMENT SECTION THICKNESS Pavement Type Thickness (inch) Portland Cement Concrete Pavement Light Traffic (Automobile Parking Areas) TxDOT Item 360, Portland cement concrete 5 Compacted subgrade 8 Medium Heavy Traffic (Drives) TxDOT Item 360, Portland cement concrete 6 Compacted subgrade 8 Heavy Traffic (Dumpsters, Loading Docks, Fire Lanes, and Heavy Traffic Turning) TxDOT Item 360, Portland cement concrete 7 Compacted subgrade 8 A sand -leveling course should not be permitted beneath pavements. Design of the concrete pavements should specify a minimum 28-day concrete compressive strength of 3,600 psi. The concrete should be placed within one and one-half hours of batching. During hot weather, the concrete placement should follow ACI 305 Hot Weather concreting. Consideration should be given to limiting concrete placement to the time of day that will minimize large differences in the ambient and concrete temperate. Use of superplasticizer should be considered to improve the f concrete workability without increasing water cement ratio. The pavement should be reinforced, at a minimum, using at least No. 3 bars on a grid spacing of 18 inches on center, each way. The concrete pavements should have adequately -spaced contraction joints to control shrinkage cracking. Past experience indicates that reinforced concrete pavements with sealed contraction joints on 12 to 1 5-foot spacing, cut to a depth of one -quarter to one-third of the pavement thickness, have generally exhibited less uncontrolled post -construction cracking than pavements with wider spacing. The contraction joint pattern should divide the pavement into panels that are approximately square where the panel length should not exceed 25 percent more than the panel width. Saw cut, post placement formed contraction joints should be saw ± cut as soon as the concrete can support the saw cutting equipment and personnel and before shrinkage cracks appear, on the order of 4 to 6 hours after concrete placement. Rubberized asphalt, silicone or other suitable flexible sealant could be used to seal the joints. Isolation joints should be used wherever the pavement will abut a structural element subject to a different magnitude of movement, e.g., light poles, retaining walls, existing pavement, stairways, entryway piers, building walls, or manholes. -16- �,sRCH Project Na. 04.40171038 LIMITATIONS t Since some variation was found in subsurface conditions at the specific boring locations for this study, all readers should be aware that a greater variation could occur between the boring locations. Statements in the report as to subsurface variations across the site are intended only as estimations from the data obtained at specific boring locations. Additionally, Fugro's scope of work does not include the investigation, detection, or recommendations related to the presence of any biological pollutants. The term "biological , pollutants" includes, but is not limited to, mold, fungi, spores, bacteria, and viruses, and the by- products of any such biological organisms. In preparation of this report, we have strived to perform our services in a manner consistent with that level of care and skill ordinarily exercised by other members of our profession currently practicing in the same locality under similar conditions. No other representation, expressed or implied, and no warranty or guarantee is included or intended in this report, any addendum report, opinion, document, or other instrument of service. i The results, conclusions, and recommendations contained in this report are directed at, and intended to be utilized within, the scope of work contained in the agreement executed by Fugro and client. This report is not intended for any other purposes. Fugro makes no claim or representation concerning any activity or condition failing outside the specified purposes to which this report is directed, said purposes being specifically limited to the scope of work as defined in our agreement. Inquiries as to our scope of work or concerning any activity or r condition not specifically contained therein should be directed to Fugro for evaluation and, if necessary, further investigation. -17- Project No. 04.40171038 ILLUSTRATIONS j Boring and laboratory data presented were developed solely for the preparation of this report. We are not responsible for interpretation or use of these data for purposes beyond the stated scope of this report. Subsurface conditions different than those found at our boring locations may be present because of, among other factors, soil moisture variations, fill placement, and naturally occurring variations in soil properties, and elevation of the top of the rock. r 1 I I a w .- - t m .Beal I3ro<7Ura5't .Fti "Sr rr . fo _ I - �- - ,fYar �rarc �� 0 \ rf7JarkQ� R u 0 aFraFraf�l fR - :1 Tan,;. Oar it Hill_.-_...__.. ARRANT OUNTY a46 I .0 rn .A puringlon- Avg=::..... �. _ 1� _ a 0) .. a a } i _ K-n ooil C -... _ c tR -tDAve -ti 4 "PJit Vt<rpon Ave'_ Project Site ' .r S - Canyon. Rici�c .ova _ r°1? f nmi N �y - Mice Park - - r - > ? Y w Virg o m is :a to . .r! ...... .- Sourses:-Esri;-HERE, DeLorme; USGS, Intermap; lncrement.P Corp., NRCAN, Esri'Japan, METI� Esri China-(Nong Kong); EsA baiiand), Tpm7om, Mapmylndia, © OpenStreetMap,contributors, aNd.1t_ie-G18.User Community BRIM Fort Worth IFastside Library --- 3861 East Lancaster Avenue tsl a"0": Street map: ESRI ArcGIS Online, 2017 N Scale: 1 Inch = 700 feet Feet 0 350 700 1,400 Coordinate System: Stain Prane Texas Nodh CeMlral FIPS 4202 Ft Dslum: D Nodh American 1983 VICINITY MAP Fort Worth, Texas Date: RI.Jxt Nw oG March 20, 2018 04.40171038 PLATE 1 .a Cl CL c� 0 s` 0 F z zz_ a GO m W Q u� m M O n O 0 W 'o a EL W k W W a Ir d 07 J N a } m 0 a c� LL w 0 c� 0 0 3 a F Q 0 0 �c D LL Y 0 O It Ca _J 0 U i9 0 J ED LL LOG OF BORING NO. B-1 Fort Worth Eastside Library 3851 East Lancaster Avenuo LATITUDE: 32.74121 Fort Worth, Texas LONGITUDE, -97.26822 PROJECT NO. 04.40171038 0 °m ul w a O STRATUM DESCRIPTION w z o o U o IL 0 > c� wM z LU _ r- ;, LAYER QFw- r �~ ZW o° a z� d W N Q XD 0 0i n ELEV.1 (4K i[! w a E t� 0 �, n DEATH a? a ' Uj SURF. ELEVATION: Unknown o mot~ o a x� P =4.0 FILL, CLAY, dark brown, with gravel, very stiff 19 P = 3.25 21 45 19 26 57 P =4.5+ LEAN CLAY (CL), reddish brown, hard 4.0 20 S P = 3-75 LEAN CLAY (CL), light brown, with limestone fragment, 19 very stiff 5.0 10011W LIMESTONE, tan, with clay layers 7.0 10 10010.75- LIMESTONE, gray, with shale layers 12-0 15 10015.5° 20 10011.5- 25 o0rt.2s• 30 — 1o0r0L7E^ -....._..----- 30.0 _ CJA r,2 ® COMPLETION DEPTH: 30.0 KEY: -� DATE DRILLED: 3-16-18 P = Pocket Penetrometer ? Q WATER LEVEL! SEEPAGE: 7.0 Note: All depths are measured in feet- WATER LEVEL (UPON COMPLETION): DRY N = Standard Penetration Resistance PLATE 3 LOG OF BORING NO. B-2 Fort Worth Eastside Library 3851 East Lancaster Avenue LATITUDE: 32.74126 Fort Worth, Texas LONGITUDE: -97.26785 PROJECT NO.04.40171038 O W x o u xn STRATUM DESCRIPTION c re F 0Z Ue �Ci 0k z W KQ N K M -1 a LAYER � w � � � � � � z > LU y a cxi m ti ELEV.1 z a g J g� in y 0 n u' a s DEPTH 5a a z a N rl.-- SURF. ELEVATION: Unknown N f2 a P = 2-5 FILL, CLAY, dark brawn, with gravel, very stiff 26 53 21 32 78 P =1.75 LEAN CLAY (GL), reddish brown, stiff 2.0 16 P =1.25 LEAN CLAY (CL), light brown, with limestone fragment, 4.0 17 5 P=4,5+ stiff to hard 16 31 16 15 100/5.25"1 LIMESTONE, tan, with clay layers 6.0 10 1awmv LIMESTONE, gray, with shale layers 12.0 1 10014.75' 20 10011.25" 25 10011.25- 30 — 100I0_5" .---- .-_.--- 30.0 'I� COMPLETION DEPTH: 30.0 KEY: 1 DATE DRILLED: 3-16-18 P = Pocket Penetrometer WATER LEVEL / SEEPAGE: 7.0 Note: All depths are measured in foot, N = Standard Penetration ------ = _ 3� WATER LEVEL (UPON COMPLETION): DRY Resistance l4 LOG OF BORING NO. P-1 Fort Worth Eastside Library LATITUDE: 32.74162 3851 East Lancaster Avenue LONGITUDE:-97.26807 Fort Worth, Texas PROJECT NO, 04.40171038 tt-- = m z O W, r y STRATUM i7ESCRlPTION e�- v "` z ei W IL w M F a w LAYER ELEV.! a� _3 M m�- tU-N- zu>i nF z� as 0 o y w 0 UJ U) a SURF. ELEVATION: Unknown DEPTH U a z a N Do o a b P=4.0 FILL, CLAY, dark brown, with gravel, very stiff 15 N 0 Y 7 P = 3.5 LEAN CLAY (CL), reddish brown, very stiff 2.0 16 33 16 23 61 P =1.5 LEAN CLAY (CL), light brown, stiff 4.0 16 5 -- -------..---------------- 5.0 S i i i � 1Q 15 20 25 - 30 COMPLETION DEPTH: 5.0 KEY: ����U�� a DATE DRILLED: 3-16-18 P = Pocket Penetrometer 1 1 SL WATER LEVEL 1 SEEPAGE: DRY Note: All depths are measured in feet. WATER LEVEL (UPON COMPLETION): DRY N = Standard Penetration Resistance PUTE 5 I ERRS AND SYMBOLS USED ON BORING LOGS FOR SOIL Sampler Types Standard Thin -walled Tube Penetration Test (SPT) Texas Cone EM Penetration Auger Sample Iq Test (TOP) Sag Sample ® LEAN CLAY ..�•�: WELL -GRADED P•.� GRAVEL WELL -GRADED SAND Material Types CLAY SANDYLEAN 0 FAT CLAY SANDY FAT CLAY POORLY -GRADED SILTY GRAVEL CLAYEY GRAVEL GRAVEL POORLY- GRADED SAND r SILTY SAND ` CLAYEY SAND ASPHALT ?:a° CONCRETE �`. AGGREGATE BASE - Consistency Stren th of Fine Grained Soils Consistency SPT (# blows/it)t'I UCS ITSF M VerySoft - < 2 < 0.25 Solt _ 2-4 0.25-0.5 Medium Stiff 4-8 0.5 -1.0 Stiff 8-15 1.0-2.0 Very Stiff 15 - 30 2.0 - 4.0 Hard > 30 > 4.0 Moisture Moisture Contentad.PWImm r3J Dry No water evident in sample Moist Sam le feels dam Water visible on sample VeLy Moist wet Sam le bearsfree water Structurem Criteria for Describing Structure Description Criteria Stratified Alternating layers of varying material or color with layers at least 6 mm thick' note thickness Laminated Alternating layers of varying material or color with the la ers less than 6 mm thick: note thickness Fissured Breaks along definite planes of fracture with little resistance to fracturing Slickensided Fracture planes appear polished or gloss , sometimes striated Blocky Cohesive soil that can be broken down into small angular lumps which resist further breakdown Lensed Inclusion of small pockets of different soils, such as small lenses of sand scattered through a mass of clay, note thickness Homo eneous I Same color and appearance throughout Densit of Coarse Grained Soils A arent Density SPT # blowslit TCP # biowslft lzJ Vey Loose 0-4 <g Loose 4-10 B-20 Medium Dense 10 - 30 20 - 60 Dense 30 - 50 60 -100 Ve Dense > 50 > 100 Grain Sizel'J U.S. Standard Sieve IT 3" 3/4" 4 10 40 200 Boulders Cobbles Gravel I Sand Silt Clay Coarse I Fine I Coarse MediumFine 300 75 19 4.75 2.00 0.425 0,075 D.002 Particle Grain Size in Milimeters Secondary Components Criteria for Describing Structure al"pked rmm(3) Trace <5% of sample Few 5% to 10% of sample Little 10% to 25% of sample Some 25% to 50% of sample Size Modifiers for Inclusions Pocket Inclusion than of different material that is smaller the diameter of the sam le Fragment Pieces of a whole item - often used with shell and wood Nodule A concretion, a small, more or less rounded body that is usually harder than the surrounding soil (as in carbonate nodule) and was formed in the soil by a weathering process Streak or a A line or mark of contrasting color or texture, The mark line should be paper thin, and it should be natural - not smear caused by extruding or trimmingam l the se Note: Information on each boring log is a compllation of subsurface conditions and soil and rock ciassificaitons obtained from the field as well as from pin jlaboratory testing of samples. Strata have been interpreted bycommonly accepted procedures.The stratum lines on the logs may be transitional and approximate in nature. Water level measurements refer only to those observed at the times and places indicated, and may vary with time, geologic condition or construction activity. - References: M Peck, Hanson and Thornburn. (1974), Foundation Engineeng. t=FTxDOT,(1999). 2-E I crr ir WASTM International, ASTM D 2488 Standard PracticeDIdentification of Soils. PLATE 6 8 In I TERMS AND SYMBOLS USED ON BORING LOOS FOR ROCK Sampler Types Ffl Texas Cone Rock Core Penetration Bag Sample LIJ IT Test (TCP) U Notation for Rock Core Samples RC Rock Core sam le + depth interval Rec Rock Core Sample Recovery ASTM D2113 ROD Rock Quality Designation ASTM D6032 Material Types f ® LIMESTONE ® SHALE SANDSTONE MARL F=:: i WEATHERED LIMESTONE HALE EKED Rt SANDSTONE® MARLWEATHERED Weatheringt" Structure Weathering Grades of Rock Mass Slightly Discoloration indicates weathering of rock material and dlscontinui surfaces Moderately Less than half of the rock material is deeom osed or disintegrated to a sail Highly More than half of the rock material is decom posed or disintegrated to a soil Completely All rock material is cecomposed and/or disintegrated to a soil. The original mass structure is still target intact Residual Soil All rock material is converted to suit. The mass structure and material fabric are destroyed Hardness Criteria for Field Hardness Very Soft Can be carved with a knife. Can be excavated readily with point of pick" Pieces 1" or more in thickness can be broken by finger pressure. Readily scratched with fingernail soft Can be gouged or grooved readily with knife or pick point. Can be excavated in chips to pieces several inches in size by moderate blows with the pick point. Small, thin ieces can be broken b fin er pressure Medium Can be grooved or gouged r/a" deep by firm pressure on knife or pick point. Can be excavated in small chips to pieces about V maximum size by hard blows with the point of a pick [lard Can be scratched with knife or pick only with difficulty. Hard blow of hammer required to detach a hand specimen Very Hard Cannot he scratched with knife or sharp pick. Breaking of hand specimens requires several hard blows from a hammer or pick Grain Size0' U.S. Standard Sieve 3" 3/4" 4 10 40 200 Gravel sand Coarse Fnr Gaarse I Medium! Fine 75 19 4.75 2.00 0.425 0.075 Particle Grain Size in Mllimeters Secondary Comoonentst'I Criteria for Describlnq Structure Trace < 50 of sample Few 5% to 10% of sam le Little 10% to 25°/a of sam ie Some 25% to 50% of sample ill Beddin Thickness and S acin of Planar Features Type Spacing Thickness Fracture Spacing Partin < 1/8 in. Laminar NA Seam 118 to 314 in. Extremely thin Extremely close <314 in. 3/4 to 2112 in. Very thin VerV close Layer 21/2 to S in. Thin i Close 6 to 24 in. Medium Moderate Bed 2 to 7 ft. Thick Wide 7 ft. to 20 ft. Ve thick Very wide > 20 it. Extremely thick Extremely wide Massive I No stratification observed NA Occasional Occurring once or less per foot Frequently Occurr Ing more than once per foot Discontinuities Joint A natural fracture along which no displacement has occurred. Ma occur in parallel groups called sets. Fracture/ Shear A natural fracture along which differential movement has occurred. May be siickensided or striated. Fault A natural fracture along which displacement has occurred. Usually lined with gouge and slickensides. Surface Planarit Curved A moderately undulating surface, with no sharp breaks or steps. Planar A flat surface Stepped A surface with asperities or steps. The height of the asperity should be estimated or measured. Roughness Very Rough Near vertical steps and ridges occur on the discontinuity Rough Some ridges and side -angle steps are evident, asperities are clearly visible, surface feelsabrasive. Slightly Rough .very Asperities on the discontinuity surfaces can be seen and felt. Smooth Surface a ears smooth and feels smooth. Slickenstdetl I Evidence of polishing and movement are visible. Aperture Tight Core to pieces on oither side of fracture can befitted ether so that no visible voids aces remain. Open Core fitted pieces on either side of fracture cannot be tightly together and voids are visible. Healed A completely and calculating of healed fracture or vein is not considered a discontinuity should not be included when describing rock core fracturing or ROD. This feature should be described including a record di , s acin , thickness, a of filling and any observed alteration. Note: information on each boring log is a compilation of subsurface conditions and soil and rock classiffcallons obtained from the field as well as from IaJIM13 laboratory testing of samples. Strata have been Interpreted by commonly accepted procedures.The stratum lines on the Jogs may be transitional and approximate in nature. Water level measurements refer only to those observed at the times and places indicated, and may vary with time, geologic T, condition or construction activity. References: {'t Peck, Hanson and Thomburn, (1974), _FQuaclation Engineering. " 14ASTM International, ASTM D 2488 Standard Practice for Description and Identification of Soils. " w; `"` vY"" t^t British Standard (1981), Code of_Practice for Site Invesligation BS 5930. PLATE E 7 0 I FORTWORM, CITY OF FORT WORTH PROPERTY MANAGEMENT DEPARTMENT ADDENDUM NO, 2 Reby Cary Youth Library Request for Proposals Submittal Date: September 12, 2019 (NO CHANGE) The Request for Proposals for the "Project" noted above is hereby revised and amended as follows: 1. The small park/playground area drawings are part of Addendum No. 2 and are included in Attachment No. 1. Refer to KAI Texas's cover sheet for detail information. (Attachment No. 1) 2. The FFE specification and drawings are part of Addendum No. 2 and are included in Attachment No. 1. Refer to KAI Texas's cover sheet for detail information. (Attachment No. 1) 3. Questions from Bidders and answers/clarification from KAI Texas are included in Attachment No. 1. Refer to KAI Texas's cover sheet for detail information. (Attachment No. 1) 4. The following Contractor(s) will be submitting Offers: a. Source Building Group, Inc. Natalie Woods — nwoods sourcebuild.net 5601 Bridge Street, Suite 230 Fort Worth, Texas 76112 Phone: 817.451.4958 — Cell: 469.269.2954 Acknowledge the receipt of this Addendum No. 2 on your Proposal. ROGER VENABLES INTERIM DIRECTOR, PROPERTY MANAGEMENT DEPARTMENT By; �CI� Brian Glass, AIA Architectural Services Manager 817-392-8088, FAX 817-392-8488 RELEASE DATE: August 29, 2019 Addendum No.2 Page 1 of 1 CFVV Library Department— Reby Cary Youth Library August 2019 j DATE OF ISSUE: 08/27/2019 ADDENDUM 2 Project: Reby Cary Youth Library KAI Texas Project No. 10 - 17014 Prepared By: KAI Texas f 101 N. Zang Blvd., Suite 100 Dallas, TX 78208 i Phone: 214.742.0400 Fax: 817.288.0952 I. This Addendum modifies the Contract Documents and is hereby made a part of the Proposal, Bidding and Contract Documents. 11. Bidders must acknowledge receipt of this Addendum in the Bid Proposal Form. Failure to do so may subject Bidder to disqualification. 111. All incidental work necessitated by this addendum as required to properly complete the work shall be included in the Bids, even though not specifically stated in the Addendum. Prniprt Mmrnlyd llnrlrih=,c Section # DescK Lion 0001 15 List of Drawings —100 CD (Updated with revised sheets) 0123 00 Alternates 084229 Automatic Entrances 08 91 00 Louvers 10 44 00 Fire Protection Specialties 10 52 40 Data. & Key Storage Cabinets 10 89 51 Thru-wall Depositories 1168 16.13 PIayground Inspection 12 24 00 Window Shades 12 50 00 Furniture 12 93 00 Site Furnishings 23 0900 Instrumentation and Control for HVAC 3231 19 Decorative Metal Fences and Grates Page l of 3 101 N. Zang Blvd. I Suite 100 1 Dallas, Texas 78208 1 214.742.0400 p I www.kaftexas.com 3239 13 Surface Mount Metal Bollards 32 93 00 Plantings .334600 Subdrainage 35 52 00 Synthetic Turf nrnwinn 11nrfr:frac Drawing # Description GO-00 Index -updates CLOT Paving updates C2.00 Paving updates C3.02 Site drainage updates IR-1.01 Removed drip irrigation near west and north of parking. Added play area and shelter area. Added note about providing tree bubblers at each tree and to provide an as -built irrigation plan showing that. IR-1.02 Added note about tree bubblers required for each tree on Tree bubbler detail. L-0 Updated Urban Forestry Charts L-1 Cleaned up labels on drawing. Removed plantings on west and north side of parking lot. Added play area and shelter area at north end of parking lot. Changed trees out on Lancaster. Removed some trees in the interior of the site. Remove Mexican Feather grass from west side of west walk fi•om west side of building. Added some DG in the parking lot and showed that it is 2 feet wide. Updated plant list accordingly. Added notes in general for site Runiture. Updated landscape enhancement chart. L-2 Added notes, a tree and references to other sheets. Added platform detail L-3 Landscape updates L-4 Added herb planter wall. Revised tree planting detail Revised Landscape notes. L--5 New sheet L-6 New sheet L-7 New sheet AI-00 Site updates — additionaI bollards Al-01 Plan notation updates Page 2 of 3 101 N. Zang Blvd. 1 suite 100 1 Dallas, Texas 78208 1 214.742.0400 p www.kaitexas.com N =� A2-01 Exterior elevation notation updates A5-01 Flagpole detail added A5-02 Exterior materials updates A6-10 Curtain wall notation updates A6-11 Curtain wall notation updates A6-12 Storefront notation updates IDO-01 Schedule update IDI-01 Finish Plan notation update ID 1-11 Sheet added, Furniture Plan -South ID1-12 Sheet added, Furniture Plan North E-100 Electrical General Notes update E-201 Circuit added TO-00 Data locations added Ti-01 Data locations added; plan updates T7-01 Data locations added SK-Ol Manufacturers typical details for park protective cover END OF ADDENDUM 2 Documents Description 08272019 Addendum #2 Questions from Bidders — Design Team Responses Page 3 of 3 101 N. Zang Blvd. I Suite 100 1 Dallas, Texas 78208 1 214,742.0400 p j www.kaltexas.com Requests For Information- Bidders' Questions Project: Reby Cary Youth Library Issue Date: 08-27-2019 Specifications: 1) Reference 010115 List of Drawings: lD1-11 is shown on this list however this drawing is not found in the drawing set. Please clarify. a) ID1-11 has been added to the List of Drawings. Refer to Addendum #2 2) Reference 010115 List of Drawings: Sheet P401 is found in the drawings however it is not listed on the List of Drawings. Please clarify. a) P-401 has been added to the List of Drawings. Refer to Addendum #2 3) Reference 00 0110 Table of Contents: There is not a specification for Pavement Marking. Please confirm that the notes on sheet C6.00 pertaining to pavement marking will suffice as the specifications. a) Confirmed. Refer to the notes on C6.00. 4) Reference 00 0110 Table of Contents: Specification 09 6700 calls for Fluid -Applied Epoxy Flooring however sheet ID1-01 does not call for any Epoxy Flooring. Please clarify. a) No epoxy floors, spec deleted in Addendum #2 5) Doors 100 & 101 are called out to be Automatic Doors however there is not a specification for Automatic Doors. Please provide a specification. a) Spec section 08 4229 has been added. Refer to Addendum #2 6) Reference spec section 23 7413: Paragraph 2.9A states "Control equipment and sequence of operation are specified in Division 23 Section "Instrumentation and Control for HVAC." However, this specification is not found in the project manual. Please provide. a) Spec section XX XXXX has been added. Refer to Addendum #2 7) Reference section 00 0110 Table of Contents: There is not a specification listed for Termite Protection. Please confirm if Chemical Termite Treatment is required below the building foundation. a) Termite treatment is not required. 8) Reference section 08 4413 Glazed 'Aiuminum Curtain Walls: Paragraph 2.04.A states that the color of the framing components is "to be selected by Architect from Manufacturer's standard range" however Glazing Note #2 on sheet A6-12 states "mullions will be manufacture's standard White r finish U.N.O., verify with Architect". Please clarify if the color is to be white (anodized or painted) and that the storefront framing is to be the same color. a) Exterior curtain wall and storefront components will be painted with manufacturer's standard white color, selection to be verified with architect. Interior components will be clear anodized. I 9) Reference section 22 1319: Paragraph 2.05.G lists Super Void or equal for the under slab void systems. Please confirm if PlumbingVoid System by Void Form Products, Inc. is an equal. a) The PVR for this site is noted as 1-2" in the geotechnical report. We would consider a plumbing void system by Void Form Products to be an acceptable alternate if they can provide I a system that protects the piping from the potential movement indicated in the report. k 10) Reference section 23 0700: Paragraph 3.12.A calls for 3-lb per cf insulation. The standard for this insulation is 3/41b per cf and the maximum is 1-1/21b per cf. Please clarify. a) Confirmed. The insulation needs to be this thickness and the appropriate R-value of insulation shall be provided as required by code. A lighter density insulation is acceptable, pending it is i able to meet the requirements indicated. 11) Electronic Communication 27 45 00: Is an 1P intercom System that will run on the Library network I (will need an owner provide server), Or do you want what is per plans? Plan AV7-01 Audiovisual Wire Diagrams and AV1-01 AV Floor Plan are showing a Mixer/Amp and Speakers.( This is a PA System) What system would you like bid. a) IP based system. Server is owner provided. General Plans: 12) Reference GO-00: Six alternates are listed on this sheet however, the Bid Proposal Form does not r have a place to list the alternate values. Please clarify. a) Spec section 0123 00 has been added. Refer to Addendum #2. 13) Reference sheet LS1-01: Locations are shown for two (2) Fire Extinguisher Cabinets however there is not a specification for the Cabinets or Fire Extinguishers. Please provide information for size and manufacturer. a) Spec section 10 4400 has been added. Refer to Addendum #2 Civil Plans: 14) Reference sheet C1.01: Two shallow trench strains are shown at the sidewalks north of the building. I The trench cover plates are shown on C6.02 however there is not a section through the trenches. We assume the construction of these trenches is similar to the detail in the lower right corner of sheet C6.02. Please clarify. f a) This is correct. Exact dimensions shall adhere to manufacturer's requirements. 15) Reference sheet C1.01: The paving plan calls for 7" paving at the dumpster however detail 2 on sheet 52-01 calls for a 6" slab with grade beams. Please verify that the structural plan is correct. t a) Confirmed. Structural is correct. 16) Reference sheet C1.01: Two (2) flagpoles are shown on this plan with a note to "refer to landscape plans for details" however the Landscape plans do not have any details for the flagpole installation. Please provide installation details. a) Installation will be per manufacturer's instructions. Detail 3B on sheet A5-01 has been included for design intent. Refer to Addendum #2. 17) Reference sheet C1.01: There are two (2) flag poles shown on this plan however note S7 on sheet Al-00 calls for three (3) flagpoles. Please confirm the quantity required. a) Project requires two (2) flagpoles, sheet Al-00 has been updated 18) Reference sheet C1.01: Fire Lane Striping is not shown on the paving plan. Please confirm if Fire Lane striping is required and if so, its location. j a) Fire lane striping is not required. 19) Reference sheet C4.00: The domestic water line is shown in plan as a 1-1/2" line however the note at the termination point at the building refers to this line as being 2" in diameter. Please clarify. I a) The domestic water line is 2" to match the plumbing drawings. 20) Reference sheet C4.00: The note on this sheet seems to indicate that the water meters and the lines going north to the water tap are by the City as well as the DDC valve vault and the 6" water line going north -to the water tap. Please verify that this is the case. a) Only the taps up to the property line and the domestic and irrigation meters will be completed by the City. Work inside the property, including the DDC shall be installed by the contractor. 21) Reference sheet C6.00: The paving sections reference the Geotech Report however there is not a I ' geotech report in the specifications. Please clarify. a) Geotechnical report was issued in Addendum #1. C E 22) Note on Civil Sheet C1.01(as well as C2.00, C3.02 and Al-00) calls out to install roughly 35OLF of retaining wall per detail; sheet C6,02. There is; however, no detail given for a proposed retaining wall and no specification provided for a new retaining wall. Please clarify if a retaining wall is to be provided by contractor. If so, please provide specification and further details for retaining wail. a) The detail for the retaining wall is a City standard and is indicated on Sheet C6.02. Landscape Flans: f 23) Reference sheet L1: the Landscape Symbol Legend shows Decomposed Granite however this symbol t on the plans is called out to be AG1 Bull Rock. Please clarify. a) Sheet W. has been updated. Refer to Addendum #2. 2) Reference sheet L1: The symbol for AG1 Bull Rock is shown between the two middle trees on the south side of the building over the sidewalk and parkway. Please clarify if this area was intended for i the area right above it or if it is not required at all. a) Sheet L-1 has been updated. Refer to Addendum #2. 3) Reference sheet L1: There is a note on the right center of the plans stating that the boulders are to be placed in the aggregate area shown on the west and north of the parking lot however this i aggregate material is not identified. Please confirm if this is where the Decomposed Granite is to be placed. a) Moss boulders will not be utilized on the project. Sheet L-1 has been updated. Refer to Addendum #2. 4) Reference sheet L-1: There is a call -out for eight (8) benches at the Flagpole Plaza however there is not a specification or detail of these benches. Please provide spec information. a) Spec section 12 93 00 has been added. Refer to Addendum #2. 5) Reference sheet L-1: There is a call -out for three (3) benches at the bus stop location however there is not a size shown for these benches. Please provide spec and size information for these benches. a) Spec section 32 93 00 has been added. Refer to Addendum #2. I r 6) Reference sheet l_-1: The "Enhanced Landscaping System" chart on the right side of the sheet calls for one (2) bench on both Haynes Avenue and Mountainview Avenue however these benches are not shown on the plan. Please confirm that these two benches are required and that they are the same size and style as the benches at the Bus Stop. a) The `Enhanced Landscaping System" chart has been updated. Sheet L-1 has been updated. Refer to Spec section 12 93 00 for quantity of benches. Refer to Addendum #2. 7) Reference sheet L-2: There is a call -out for two benches in the Sensory Garden however there is not a specification or detail of these benches. Please provide spec information for the benches. a) Sheet L-2 has been updated. Refer to Spec section 12 93 00 for quantity of benches. Refer to Addendum #2. 8) Reference sheet L-2: Please provide details and materials for the construction of the raised wood platform in the Sensory Garden. a) For longevity and ease of maintenance we have changed this to be poured concrete. Sheet L-2 has been updated. Refer to Addendum #2. 9) Reference sheet L-2: Please provide details and materials for the construction of the Monument Panel in the Sensory Garden. a) This has been removed from the project. Sheet L-2 has been updated. Refer to Addendum #2. 10) Reference sheet L-2: Please provide details and specifications for the construction of the Herb Wall in the Sensory Garden. a) This detail has been provided, refer to sheet L-4. Refer to Addendum #2. 11) Sheet L-2 shows an enlarged plan of the sensory garden. Called out in the garden is Artificial Turf. Remark in the Plant List state "Provide spec on Artificial Turf from Landscape Structures Mfg." Please provide specification for Artificial Turf and approved manufacturers. a) Spec section 32 52 00 has been added. Refer to Addendum #2. i 12 Sheet L-2 shows an enlarged plan of the sensory ) g p garden. Called out in the garden is Artificial Boulders. Remark in the Plant List state "Provide spec on Artificial Boulder from Artificial Boulder Mfg." Please provide specification for Artificial Boulder and approved manufacturers. a) Spec section 32 52 00 has been added. Refer to Addendum #2. r Architectural Plans: 13) Reference sheet Al-03 Roof Plan: Key notes R6 & R7 at the equipment screen refer to spec section 10 82 13 however this specification is not in the project manual. Please provide the specification noted. a) Spec section 08 9100 has been added. Refer to Addendum #2. b) Weight of the top of the screen to be 6' above roof surface. 14) Reference sheet A2-01: Exterior signage "Library" is shown on the North Elevation however no details are given for the Letters. Please clarify. a) Spec section 012100 has been added. Refer to Addendum #2. i I b) An allowance has been provided for the exterior signage. 15) Reference sheet A2-01: Elevations 3 and 4 have a call out "E20" for Knox Box locations however there is not a specification for the Knox Box. Please provide a Model Number. a) Spec section 10 S2 40 has been added. Refer to Addendum #2. 16) Reference sheet A2-01: The North elevation has a call out "13" for an exterior Book Drop however there are not any details or specifications for the Book Drop. Please clarify. a) Spec section 10 89 51 has been added. Refer to Addendum #2. 17) Reference sheet A2-01: Elevations 2 & 4 show the exterior skin of the Study Nook to be Fiber i Cement Panels however elevation 3 (East) shows the exterior skin to be Plaster_ Please confirm that this is correct. a) Exterior skin of Study Nook will be Fiber Cement Panels. Elevation 3/A2-01 has been updated. Refer to Addendum #2. 18) Reference sheet A5-01: Detail 5C shows a metal gate in the precast wall. Please provide a specification and/or details for the fabrication of this gate. a) Spec section 32 3119 has been added. Refer to Addendum #2. 19) Reference sheet A5-01: Detail 6A shows a pair of metal gates with the key note of E17. Please provide a specification or manufacturer model number for this prefinished metal gate. ' a) Spec section 32 3119 has been added. Refer to Addendum #2.. 20) Reference sheet A5-01 detail 3C: Please clarify if the inside face of the CM wall is to receive a paint finish. a) Inside face of CMU wall shall not be painted. f k 21) Reference sheet [DO-01: Window Treatment WT-1 is called out on the materials legend however 1 can't determine from the plans the location of the roller shades. Please clarify. a) Spec section 12 24 00 has been updated. Refer to Addendum #2. b) Sheets IDO-01 & ID1-01 have been updated. 22) Reference sheet Al-01: Curtain wall types are not called out on the floor plan (example: CW-01). } Please clarify. a) Sheet Al-01 has been updated with CW tags. Refer to Addendum #2. 23) Reference sheet A6-10 & A6-11: Dimensions are missing on some of the Curtain Wall elevations. ` Please clarify. a) Sheets A6-10 & A6-11 has been updated. Refer to Addendum #2. 24) Reference sheet A6-12: Width dimensions are missing from some of the Storefront elevations. Please clarify. R a)- Sheet A6-12 has been updated. Refer to Addendum #Z. 25) Please provide the "Exterior Finish Schedule" drawing. ` a) Sheet A2-01 contains a graphic Exterior Elevation Legend and Notes. 26) Detail 3A/A5-02 Where is the pattern to be used? Are there any drawings that show the patterns on the exterior? a) Sheets A2-01 & A5-02 has been updated. Refer to Addendum #2. G 27) The insulation behind the EQUITONE panels is specified XPS. XPS cannot be used in a wall assembly ' without Type X gypsum outboard. If the insulation is switched to Dow Thermax or mineral wool, i Type X Gypsum Board is not required. a) Dow Thermax (polyiso) is an acceptable substitution, provided R-values are maintained. ! b) Mineral wool is not acceptable. 28) The architectural drawings are not clear on display boards and TVs. Can the architect please confirm r locations and quantities of tack boards and marker boards? a) Refer to sheets A7-01 & A7-02 for quantity and location of wail -mounted TVs and tackboards etc. 29) Please reference drawings Al-01 & A7-01,1A . The plan shows the collection area with one set of shelves with no details and A7-01 shows an elevation that is only at one location. Can the architect please confirm quantities and locations for all shelving. a) Drawing A7-01/1A details the shelving location in Room `Lobby 101' per sheet Al-01 r f 30) Restrooms 103 & 104: It appears there are counter mounted soap dispensers, but there are no j model numbers given in the specs. Also, no paper towels/waste are listed in these restrooms either. a) Soap dispensers in Rooms 103 & 104 shall be wall -mounted on side walls adjacent to sinks. G Refer to spec section 10 2800. b) Paper towel/waste units shall be located on wall surface adjacent to sinks in Room #103 and Room #104. Refer to spec section 10 2800, 31) The following items are shown in the specifications, but do not seem to be shown on the drawings. a) Projection Screens — Refer to sheet AV1-01. b) Window Shades -- Refer to spec section 12 2400. c) Fixed Sun Screen — Refer to sheets A2-01, A6-10 & A6-11 for locations. Specified with curtain wall. d) Wall Mounted Standards & Shelving -- Refer to sheet A7-01/1A e) Closet & Utility Shelving -- Refer to spec section 10 2800. 32) In examining 0034-S201, the drawing shows here to be 14 columns using wide flange along the B & C lines. I cannot seem to find the steel size for these. Do you happen to know the architect's intent? a) Refer to sheet S5-11 for details of the exposed columns along lines B & C. Structural Plans: y 33) Reference sheet S2-01: The pier cap at column line 4/13.5 is dimensioned as being 7.0x 7.0' with a note that all ten pier caps are the same size however, the pier caps at column line A.5 are drawn at 6.0' x 6.0' scale. Please verify if all pier caps are indeed 7.0' square. a) All 10 pier caps should be 7'-0" square as stated on the drawings. MEP Plans• 34) Reference sheet P-102: lavatories in restrooms 103 & 104 are called out to be type L-1 which are wall mount lavatories however, interior elevations on sheet A7-02 show these lavatories mounted in R counters. Should they be type L-2? Please confirm. a) The lavatories in restrooms 103 and 104 shall be L-2. 0 i 35) Reference sheet.P-201: On the General Plumbing Schedule, for L-1, L-2 and 5-1 the notes call for the k faucet model number to be "specified by owner/architect." Please provide either a model number t or an allowance to be used for these items. a) L-1 & L-2 = T&S EC-3103-VFOS b) 5-1= Delta Single Handle Kitchen Faucet with Spray ##400-SS-DST A I I Reby Cary Youth Library R1 100% Construction Documents 10 -17014 SECTION 00 0116 LIST OF DRAWINGS GENERAL G000 COVER SHEET LS1-01 LIFE SAFETY PLAN CIVIL C0.00 COVER SHEET F.S.-18 FINAL PLAT C0.01 GENERAL NOTES C1.00 DEMOLITION PLAN C1.01 SITE PLAN / DIMENSION CONTROL PLAN (Rev. 8/27/19) C2.00 GRADING PLAN (Rev. 8127119) C3.00 EXISTING DRAINAGE AREA MAP C3.01 PROPOSED DRAINAGE AREA MAP C3.02 STORM DRAIN PLAN (Rev. 8127/19) C3.03 DETENTION POND PLAN C3.04 DETENTION POND CROSS SECTIONS C4.00 UTILITY PLAN C5.00 EROSION CONTROL PLAN C5.01 EROSION CONTROL DETAILS C6.00 CONSTRUCTION DETAILS C6.01 CONSTRUCTION DETAILS C6.02 CONSTRUCTION DETAILS IRRIGATION IR-1.01 IRRIGATION PLAN (Rev. 8/27/19) IR-1.02 IRRIGATION DETAILS (Rev. 8/27/19) LANDSCAPE L-0 URBAN FORESTRY 1 PLAN (Rev. 8/27/19) L-1 URBAN FORESTRY 2 PLAN (Rev. 8/27/19) L-2 PLAZA AND SENSORY GARDEN LANDSCAPE PLAN (Rev. 8/27/19) L-3 PLAZA AND SENSORY GARDEN LANDSCAPE PLAN (Rev. 8/27/19) L-4 LANDSCAPE DETAILS (Rev. 8127/19) L-5 PLAY EQUIPMENT & DETAILS (Rev. 8127119) L-6 PLAY EQUIPMENT & DETAILS (Rev. 8127/19) . L-7 SHELTER AREA DETAILS (Rev. 8/27/19) STRUCTURAL S1-01 STRUCTURAL NOTES S1-02 STRUCTURAL NOTES & ABBREVIATIONS S1-03 SPECIAL INSPECTIONS Sl-04 SPECIAL INSPECTIONS S2-00 DIMENSION CONTROL PLAN S2-01 FOUNDATION PLAN S2-02 LOW ROOF FRAMING PLAN S2-03 HIGH ROOF FRAMING PLAN S2-04 LOW & HIGH ROOF DIAPHRAM CONNECTION PLAN S3-01 TYPICAL CONCRETE SECTIONS & DETAILS S3-02 TYPICAL CONCRETE SECTIONS & DETAILS S3-03 TYPICAL CONCRETE SECTIONS & DETAILS S3-04 CONCRETE SECTIONS & DETAILS S3-05 CONCRETE SECTIONS & DETAILS TABLE OF CONTENTS 00 0115 - 1 G@KAI Texas 07/24/2019 Reby Cary Youth Library R1 100% Construction Documents 10 -17014 S3-06 CONCRETE SECTIONS & DETAILS S4-01 TYPICAL MASONRY DETAILS S4-02 TYPICAL MASONRY DETAILS S5-01 TYPICAL STEEL DETAILS & SECTIONS S5-02 TYPICAL STEEL DETAILS & SECTIONS S5-03 STEEL DETAILS & SECTIONS S5-04 STEEL DETAILS & SECTIONS S5-05 STEEL DETAILS & SECTIONS S5-10 BRACED FRAME ELEVATIONS & DETAILS S5-11 STEEL DETAILS & SECTIONS ARCHITECTURAL AO-01 ARCHITECTURAL NOTES, ABBREVATIONS & SYMBOLS LEGEND AO-02 ACCESSIBILITY INFORMATION AO-03 MOUNTING HEIGHTS AO-04 PARTITION TYPES AO-05 PARTITION DETAILS AO-06 PARTITION DETAILS AO-07 CASEWORK LEGEND AND DETAILS AO-08 CASEWORK SECTIONS AND DETAILS Al-00 ARCHITECTURAL SITE PLAN (Rev_ 8/27/19) Al-01 FIRST FLOOR PLAN (Rev. 8127/19) Al-03 ROOF PLAN Al-11 REFLECTED CEILING PLANS A2-01 EXTERIOR ELEVATIONS (Rev. 8/27/19) A2-02 EXTERIOR 3D VIEWS A3-01 BUILDING SECTIONS A3-02 WALL SECTIONS A3-03 WALL SECTIONS A3-04 WALL SECTIONS A3-05 WALL SECTIONS A4-01 ENLARGED PLANS A5-01 SITE DETAILS (Rev. 8127/19) A5-02 DETAILS (Rev. 8127/19) A5-03 DETAILS A5-10 PLAN DETAILS A6-01 DOOR SCHEDULE, ELEVATIONS & DETAILS A6-02 DOOR DETAILS A6-10 EXTERIOR CURTAIN WALL (Rev. 8127/19) A6-11 EXTERIOR CURTAIN WALL (Rev. 8/27119) A6-12 STOREFRONT (Rev. 8127/19) A7-01 INTERIOR ELEVATIONS A7-02 INTERIOR ELEVATIONS INTERIORS 1DO-01 INTERIOR FINISH LEGEND (Rev. 8/27119) IDl-01 FINISH PLAN (Rev. 8127/19) ID1-11 FURNITURE PLAN —SOUTH (Rev. 8127/19) IDl-12 FURNITURE PLAN — NORTH (Rev. 8/27/19) MECHANICAL M-001 MECHANICAL GENERAL NOTES AND LEGEND M-101 MECHANICAL FIRST FLOOR PLAN M-102 MECHANICAL ROOF PLAN M-201 MECHANICAL SCHEDULES TABLE OF CONTENTS 00 0110 _ 2 ©KAI Texas 07124/2019 Reby Cary Youth Library R1 100% Construction Documents 10 - 17014 M-202 MECHANICAL DETAILS PLUMBING P-001 PLUMBING GENERAL NOTES AND LEGENDS P-101 PLUMBING SUPPLY FIRST FLOOR PLAN P-102 PLUMBING WASTE FIRST FLOOR PLAN P-103 PLUMBING WASTE UNDERSLAB FLOOR PLAN P-104 PLUMBING ROOF PLAN P-201 PLUMBING SCHEDULES P-301 PLUMBING DETAILS P-401 PLUMBING RISER DIAGRAMS FIRE PROTECTION F-001 FIRE PROTECTION GENERAL NOTES AND DETAILS F-101 FIRE PROTECTION FIRST FLOOR PLAN ELECTRICAL E-100 ELECTRICAL GENERAL NOTES AND LEGEND (Rev. 8127/19) E-101 ELECTRICAL SITE PLAN E201 ELECTRICAL POWER PLAN (Rev. 8127/19) E-301 ELECTRICAL LIGHTING PLAN E-401 ELECTRICAL SCHEDULES E-501 ELECTRICAL DETAILS FIRE ALARM FA 201 FIRE ALARM FIRST FLOOR PLAN TELECOMMUNICATIONS TO-00 TELECOM NOTES, LEGEND AND DETAILS (Rev. 8/27/19) T1-01 FIRST FLOOR PLAN (Rev, 8/27/19) T4-01 TELECOM ENLARGED PLAN AND ELEVATIONS T7-01 TELECOM RISER DIAGRAM (Rev. 8/27/19) AUDIO VISUAL AVO-00 AUDIOVISUAL NOTES, LEGEND AND DETAILS AV1-01 AUDIOVISUAL FIRST FLOOR AV7-01 AUDIOVISUAL WIRING DIAGRAMS END LIST OF DRAWINGS TABLE OF CONTENTS 00 Q110 - 3 @KAI Texas 07/24/2019 I 0 Reby Cary Youth Library 100% Construction Documents SECTION 012100 ALLOWANCES RO 10 - 17014 PART 1 GENERAL 1.01 SECTION INCLUDES A. Cash allowances. 1.02 CASH ALLOWANCES A. Costs Included in Cash Allowances: Cost of product to Contractor or subcontractor, less applicable trade discounts. B. Architect Responsibilities: 1. Select products in consultation with Owner and transmit decision to Contractor. C. Contractor Responsibilities: 1. Obtain proposals from suppliers and installers and offer recommendations. 2. Arrange for and process shop drawings, product data, and samples. Arrange for delivery. 1.03 ALLOWANCES SCHEDULE A. Section 10 1400: Include the stipulated sum of $10,000 for purchase and delivery of exterior building signage_ PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED ALLOWANCES ©KAI Texas END OF SECTION 01 2100 - 1 07/24/2019 I Reby Cary Youth Library f 100% Construction Documents Y SECTION 012300 ALTERNATES RO 10-17014 PART1 GENERAL 1.01 SECTION INCLUDES A. Description of Alternates. 1.02 ACCEPTANCE OF ALTERNATES A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at Owner's option. Accepted Alternates will be identified in the Owner -Contractor Agreement. 1.03 SCHEDULE OF ALTERNATES A. Alternate No_ 1 - Substitute CMU walls with steel studs: B. Alternate No. 2 - Substitute 10" depth vertical curtainwall mullions with 7.5" depth vertical curtain wall mullions.: C. Alternate No. 3 - Reduce overall quantity of landscaping site boulders by 50%: D. Alternate No. 4 - Substitute PVC membrane roofing at south building volume with reflective modified bitumen roofing.: PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION ALTERNATES 01 2300 - 1 ©KAI Texas 07124/2019 Reby Cary Youth Library 100% Construction Documents i SECTION 08 4229 AUTOMATIC ENTRANCES RO 10 - 17014 PART 1 GENERAL 1.01 SECTION INCLUDES t A. Packaged power -operated door assemblies of following types: i 1. Sliding type. B. Controllers, actuators and safety devices. C. Maintenance. 1.02 REFERENCE STANDARDS A. ADA Standards - Americans with Disabilities Act (ADA) Standards for Accessible Design; 2010. B. ASTM E1996 - Standard Specification for Performance of Exterior Windows, Curtain Walls, Doors, and Impact Protective Systems Impacted by Windborne Debris in Hurricanes; 2017. C. BHMA A156.10 - American National Standard for Power Operated Pedestrian Doors; 2017. I D. BHMA A156.19 - American National Standard for Power Assist and Low Energy Power I Operated Doors; 2013. E. ITS (DIR) - Directory of Listed Products; current edition. F. NFPA 70 - National Electrical Code; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. G. NFPA 101 - Life Safety Code; 2015. H. UL (DIR) - Online Certifications Directory; current listings at database.ul.com. I. UL 325 - Standard for Door, Drapery, Gate, Louver, and Window Operators and Systems; Current Edition, Including All Revisions. 1 1.03 SUBMITTALS A. Shop Drawings: 1 • Indicate Layout and dimensions; head, jamb, and sill conditions; elevations; components, anchorage, recesses, materials, and finishes, electrical characteristics and connection I requirements. 2. Identify installation tolerances required, assembly conditions, routing of service lines and conduit, and locations of operating components and boxes. B. Product Data: Provide data on system components, sizes, features, and finishes. C. Manufacturer's Installation Instructions: Indicate special procedures, perimeter conditions requiring special attention, and manufacturer's hardware and component templates. D. Manufacturer's Qualification Statement. E. Maintenance Data: Include manufacturer's parts list and maintenance instructions for each type of hardware and operating component. F. Warranty: Submit manufacturer warranty and ensure that forms have been completed in Owner's name and registered with manufacturer. i 1.04 QUALITY ASSURANCE i A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than three years of experience, and a member of AAADM. { 1.06 WARRANTY A. See Section 01 7800 - Closeout Submittals, for additional warranty requirements. B. Correct defective Work within a two year period after Date of Substantial Completion. C. Provide two year manufacturer warranty. AUTOMATIC ENTRANCES 08 4229 - 1 ©KAI Texas 07124/2019 Reby Cary Youth Library 100% Construction Documents RO 10 - 17014 PART 2 PRODUCTS 2.01 MANUFACTURERS `. A. Sliding Automatic Entrance Door Assemblies: 1. ASSA ABLOY Entrance Solutions; Besam SL500: www.besam-usa.com/#isle. 2. Substitutions: See Section 016000 - Product Requirements. i 2.02 POWER OPERATED DOORS A. Power Operated Doors: Provide products that comply with NFPA 101 and requirements of authorities having jurisdiction; provide equipment selected for actual door weight and for light pedestrian traffic, unless otherwise indicated. 1. Sliding and Folding Door Operators: In the event of power failure, provide for manual open, close, and break -away operation of door leaves. B. Sliding and Folding Doors with Full Power Operators: Comply with BHMA Al56.10; safeties required; provide break -away operation unless otherwise indicated; in the event of break -away operation, interrupt power operation. 1. Comply with UL 326; acceptable evidence of compliance includes UL (DIR) or ITS (DIR) listing or test report by testing agency acceptable to authorities having jurisdiction. PART 3 EXECUTION 3.01 INSTALLATION s A. Install equipment in accordance with manufacturer's instructions. 3.02 ADJUSTING A. Adjust door equipment for correct function and smooth operation. 3.03 CLEANING A. Remove temporary protection, clean exposed surfaces. I 3.04 MAINTENANCE ' A. Provide service and maintenance of operating equipment for one year from Date of Substantial Completion, at no extra charge to Owner. 4 END OF SECTION AUTOMATIC ENTRANCES ©KAI Texas 08 4229 - 2 07/24/2019 Reby Cary Youth Library 100% Construction Documents SECTION 08 9100 LOUVERS Ra 10 -17014 PART 1 GENERAL 1.01 SECTION INCLUDES A. Louvers, frames, and accessories. 1.02 REFERENCE STANDARDS A. AAMA 611 -Voluntary Specification for Anodized Architectural Aluminum; 2014 (2015 Errata). B. AMCA 511 - Certified Ratings Program for Air Control Devices; 2010. C. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate; 2014, D. ASTM B209M - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate (Metric); 2014. E. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes; 2014. 1.03 SUBMITTALS A. Product Data: Provide data describing design characteristics, maximum recommended air velocity, design free area, materials and finishes. fB. Shop Drawings: Indicate louver layout plan and elevations, opening and clearance dimensions, tolerances; head, jamb and sill details; blade configuration, screens, blankout areas required, and frames. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products of the type specified in this section, with minimum three years of experience. PART 2 PRODUCTS 4 2.01 MANUFACTURERS A. Louvers: 1. Cityscapes Architectural Innovators: www.cityscapesinc.com f 2.02 LOUVERS A. Louvers: Factory fabricated and assembled, complete with frame, mullions, and accessories; AMCA Certified in accordance with AMCA 511. 2.03 MATERIALS A. Formed Aluminum: Formed sheet, ASTM B209 (ASTM B209M). 2.04 FINISHES A. Class I Color Anodized Finish: AAMA 611 AA-M12C22A42 Integrally colored anodic coating not less than 0.7 mils thick. B. Color: As selected from manufacturer's standard colors. PART 3 EXECUTION 3.01 INSTALLATION } A. Install louver assembly in accordance with manufacturer's instructions. . B. Install louvers level and plumb. C. Align louver assembly to ensure moisture shed from fiashings and diversion of moisture to exterior. D. Secure louver frames in openings with concealed fasteners. LOUVERS 08 9100 -1 ©M Texas 0712412D19 I 0 Reby Cary Youth Library 100% Construction Documents RO 10 - 17014 3.02 ADJUSTING A. Adjust operable louvers for freedom of movement of control mechanism. Lubricate operating joints. 3.03 CLEANING A. Clean surfaces and components. END OF SECTION LOUVERS 08 9100 - 2 @KAI Texas 07/24/2019 INNOVATIVE ROOFTOP SCREENS * ZERO ROOFTOP PEUETRATION * APPROVED FOR USE WITH MOST MAJOR BRANDS * SLIMNG PANELS FOR EASY SERVICE ACCESS Atfradiva, cade-ccra7p ant and long lasting, Cnv.iser equipment screens offer tgffordabl , elegant, cu;'tbmlz> d s.reeri:ng n utions , .4at_f —and. into tlac uvo-all tlesiran, all witli no ruAcp 1;m3 Iration our JMG-cited robf-screon systom pmvides pvieticaI solutions for murkioal srrean,nrg requiramonts dt HVAC units,.lilllers, air I7�j.ridlao, purer exhausts, roof st!a&5, cemrnunlcatlon e�ufpmdnt —;fc�u e�arre if. -m emn� V-lFsffurc, I-Veoa Na. vr.,,3ea V.% Mine rft 7,00a,3Q U:S. PalcpL I i�. 7,701,7"-� I IN Customizing a screen to fit your needs i l easy. Simply choose your design, panel i style, trim option and color and tell us about the units you want to screen, our t project managers will take care of it. 4 o Professional grade extruded aluminun structural components ( a Patented panel guide tracks r Acrylicapl ABS with UV co -extruded cap on both sides or durable, weather i resistant aluminum 4 Al Vertical Canted Perimeter Wail S f— ACRYUCAP ABS METAL i i Louver Horizontaf Rib Brick 7.2 R!b 7.2 Rib Metal - y li . rPan Forest Batten Vertical Rib Vertical Rib perforated Metal Metal s_ TOP TRIM OPTIONS k8tepBand Step 3 Alamo Cove 4 in Liner oirecuon Tor easy access to the equip- ment for servicing and routine maintenance. C OR OPTIONS Alabaster Imond Cypress Dark Moss Bronze ill F Khaki OysterMse6 -Putty nchero SagebrusRed 11111�� Slate Gray Custom Color Envisor equipment screens can be manufactured in a limitless combination of shapes and configurations. Let us design one for youl dust tell us the equipment manufacturer, the model numbers, and the special requirements you might have. Call or visit us online. I 9 9 I Reby Cary Youth Library 100% Construction Documents SECTION 10 4400 FIRE PROTECTION SPECIALTIES RO 10 - 17014 PART 1 GENERAL 1.01 SECTION INCLUDES A. Fire extinguishers. B. Fire extinguisher cabinets. 1.02 RELATED REQUIREMENTS A. Section 06 1000 - Rough Carpentry: Wood blocking product and execution requirements. 1.03 REFERENCE STANDARDS A. NFPA 10 -Standard For Portable Fire Extinguishers; 2017, 1.04 SUBMITTALS A. Product Data: Provide extinguisher operational features. B. Shop Drawings: Indicate locations of cabinets and cabinet physical dimensions. 1.05 FIELD CONDITIONS A. Do not install extinguishers when ambient temperature may cause freezing of extinguisher ingredients. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Fire Extinguisher Cabinets and Accessories: 1. Larsen's Manufacturing Co; Model No. 2712-R: www.farsensrnfg.com/#sle. 2.02 FIRE EXTINGUISHERS A. Fire Extinguishers - General: Comply with product requirements of NFPA 10 and applicable codes, whichever is more stringent. 2.03 FIRE EXTINGUISHER CABINETS A. Cabinet Configuration: Recessed type. 1. Exterior nominal dimensions of 12 inch wide by 27 inch high by 8 inch deep. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Secure rigidly in place. C. Place extinguishers in cabinets. 3.02 MAINTENANCE - SELF-SERVICE FIRE EXTINGUISHERS A. Monthly Inspections. Inspect self-service fire extinguishers on monthly basis in accordance with manufacturer's instructions, and requirements of the authorities having jurisdiction (AHJ). B. Annual Inspections: Inspect self-service fire extinguishers on annual basis in accordance with manufacturer's instructions, and requirements of the authorities having jurisdiction (AHJ). C. Inspection Certification Tag: Provide new tag indicating acceptable condition of fire extinguisher, date of inspection, and name of self-service inspector for each inspection. END OF SECTION FIRE PROTECTION 10 4400 - 1 SPECIALTIES 07/24/2019 ©KAI Texas Reby Cary Youth Library 100% Construction Documents 4 SECTION 10 5240 DATA AND KEY STORAGE CABINETS RO 10 -17014 PART1 GENERAL 1.01 SECTION INCLUDES A. Data and key storage cabinet for fire/police rapid entry. 1.02 SUBMITTALS A. Product Data: Provide manufacturer's standard installation methods and details. B. Shop Drawings. Indicate methods of installation differing from manufacturer's standard details. Indicate dimensions, clearances, and depth of recess.. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Knox Company (Model Number 3200). B. Substitutions: See Section 016000 - Product Requirements. 2.02 MATERIALS A. Surface/ Recessed mount with hinged door: Provide with UL listed Knox Tamper Alert. 1/4" plate steel housing, 1/2" thick steel door with interior gasket seal and stainless steel door hinge. Box and lock UL listed. Lock has 1/8" thick stainless steel dust cover with tamper seal mounting.. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. END OF SECTION DATA AND KEY STORAGE CABINETS ©KAI Texas 105240-1 07/24/2019 i r n Reby Cary Youth Library RO E 100% Construction Documents 10 - 17014 G SECTION 10 8951 i THRUWALL DEPOSITORIES I PART 1 GENERAL 1.01 SECTION INCLUDES A. Thruwall depository to accept books, media, and other materials directly inside building. . 1.02 SUBMITTALS A. Product Data: Provide Manufacturer's specifications and technical data.. B. Shop Drawings: Indicate dimensions, description of materials and finishes, general construction, anchorage methods, and installation instrucitons.. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Jackson Manufacturing Co. Inc. DBA Kingsley. 2.02 MATERIALS A. Marterials: Exterior; Heavy-duty stainless faceplate, depository door flap, and built-in weather hood. Interior; Stainless steel throughout to include 14-in. four -side chute housing. . PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions" 3.02 ATTACHMENTS END OF SECTION THRUWALL DEPOSITORIES 10 8951 - 1 OKAI Texas 07/24/2019 Reby Cary Youth Library 100% Construction Documents RO 10--17014 SECTION 11 6816.13 PLAYGROUND INSPECTION PART 1 GENERAL 1.01 DESCRIPTION A. Independent safety audit of the completion of playground construction. 1.02 DEFINITIONS A. Certified Playground Safety Inspector (CPSI) - an individual who has completed program requirements as Certified Playground Safety Inspector as specified in Section 2.06, The CPSI cannot be an employee of either the manufacturer or the equipment, sales representative, the equipment installer, the contractor or the designer. B. Playground - an improved outdoor area designed, equipped, and set aside for children's play that is not intended for use as an athletic playing field or athletic court, and shall include all playground equipment, surfacing, fencing, signs, internal pathways, internal land forms, vegetation, and related structures. C. Play Equipment -- a fabricated structure intended primarily for play by children located at a playground which has at least one surface designated and intended for play by children and which is anchored to or built into the ground and not intended to be removed. PART 2 PRODUCTS 2.01 GENERAL The Contractor shall employ services of a Certified Playground Safety Inspector to perform an on -site playground facility audit utilizing any / all of the current local, state, federal and national playground guidelines, regulations, codes, and standards as evaluation criteria. 2.02 INSPECTION A. Certified Playground Safely Inspector (CPSI) - The Safety inspector cannot be an employee of either the manufacturer of the equipment, sales representative, the install of the equipment, the Contractor, the city, or the project designer. B. Equipment - All new playground equipment installed. C. Fall Surfacing Material - Fall surface impact attenuation shall be tested using a Triax2000 Surface Impact Tester, which shall be provided by Certified Playground Safety Inspector. Results and recommended GMAZ and HIC values shall be recorded and findings shall be submitted in writing to Owner, Contractor, Playground Vendor, and Owner's representative. 2.03 DESIGN A. The design of playground shall meet all standard local, state, and federal regulation. Playground design must also comply with the following guidelines. 1. Section 4.2 of the CPSC Handbook - Critical Height 2. Section 4.3 of the CPSC Handbook - Fail Heights for Equipment 3. Section 4.4 of the CPSC Handbook - Equipment to Which Protective Surfacing Recommendations Do Not apply. 4. Section 5 of the CPSC Handbook - Use Zones for Equipment, in its entirety 5. Section 9 of the ASTM Standard - Playground Layout, in its entirety B. Section 10 of the ASTM Standard -- Accessibility, in it's entirely 7. Section 11.2 of the ASTM Standard -- Owner's 1 Operator's Responsibility for Installation 2.04 EQUIPMENT AND MATERIALS A. Equipment and materials shall meet all standard local, state, and federal regulations. Equipment and materials must also comply with the following guidelines: 1. Section 8 of the CPSC Handbook - Materials of Manufacture and Construction, in its entirety. 2. Section 9 of the CPSC Handbook - General Hazards, in it's entirely PLAYGROUND INSPECTION 11 6816.13- 1 BERKENBILE LANDSCAPE ARCHITECTS 0812712019 Reby Cary Youth Library 100% Construction Documents RO 10 —17014 3. Section 10 of the CPSC Handbook— Stairways, Ladders and Handrail (including 10.1. General 10.2.1 Rungs and Other Hand gripping Components; 10.3, Handrails; 10.3.1, Handrail Height 10.3.2, Handrail Diameter; and 10.4, Transition From Access to Platform). Except for 0.2, Stairs and Ladders, (which is excluded). 4. Section 11 of the CPSC Handbook — Platforms, Guardrails and Protective Barriers, in its entirety 5. Section 12 of the CPSC handbook — Major Types of Playground Equipment, except for 12.4.3. Slide Platforms, which is excluded. 6. Section 4 of the ASTM Standard — Materials and Manufacture, in its entirety 7. Section 6 of the ASTM Standard — Performance Requirements, in its entirety 8. Section 7 of the ASTM Standard -- Requirements for Access 1 Egress, in its entirety 9. Section 8 of the ASTM Standard — Equipment, except for 8.6, Swings, which is excluded 10. Section 14 of the ASTM Standard — Labeling, in its entirety 2.05 FALL. SURFACING MATERIAL.: The engineered wood safety surface products shall meet or exceed the current Consumer Products Safety Commission 200 -- g guidelines and ASTM F 1292.01. Certified Playground Safety Inspector shall verify compliance. The City is responsible for maintenance after acceptance of project. 2.06 CERTIFIED PLAYGROUND SAFETY INSPECTOR A. A Certified Playground Safety Inspector shall possess a current Certified Playground Safety Inspector certificate issued by the National Playground Safety Institute (c/o National Parks and Recreation Association 22377 Belmont Ridge Road, Ashburn, VA 20148, telephone: 703. 858. 2148 or e-mail at intoOnrpa.org). B. The inspector shall be qualified, approved and certified for the operation of the test instrumentation --- Triax2000. PART 3 — EXECUTION 3.01 INSPECTION A. At the completion of the construction, the new playground equipment and engineered wood safety surfacing shall be inspected by an independent Certified Playground Safety Inspector (CPSI) in a format acceptable to the owner. B. If any part of the new playground equipment or surfacing fails the Safety Audit, the Contractor shall be responsible for any and all modifications, needed to bring the playground into full compliance with Texas Sate Law (House Bill 4127 — Effective September 01, 2009) which is compliant with all applicable ASTM Standards including but not limited to ASTM 1487-07ae1, ASTM F 1292, F1951 (Surfacing), and ASTM F075-0431 (Engineered Wood Fiber). C. In the Event of failure, the necessary modifications must be made to the playground and then it must be re -inspected and certified by the same Safety Inspector. END OF SECTION PLAYGROUND INSPECTION 11 6816.13- 2 BERKENBILE LANDSCAPE ARCHITECTS 08/27/2019 Reby Cary Youth Library 100% Construction Documents RO 10--17014 SECTION 12 9300 Site Furnishings PART 1 GENERAL_ 1. 1.01 RELATED DOCUMENTS a. A. Provisions established within the General and Supplementary General Conditions of the Contract, Division 1 — General Requirements, and the Drawings are collectively applicable to this Section. 1. 1.02 SECTION INCLUDES ` a. A. Installation of play equipment and site furniture. f 1. 1.03 REFERENCES A. CPSC-U.S. Consumer Product Safety Commission B. IPEMA- International Play Equipment Manufactures Association F C. TAS — Texas Accessibility Standard D. TDLR — Texas Department of Licensing and Regulations 1. 1.04 REFERENCE STANDARDS A. ASTM Designation F1487 (Standard Consumer Safety Performance Specification. B. ASTM Desination F1487 (Standard Consumer Safety Performance Specifiaiont for Playground l Equipment for Public Use) 1. 1.O5 QUALITY ASSURANCE A. Play equipment installer qualifications; minimum of 5 years' experience in installation of the play equipment selection for this project. B. Play Equipment installer to be a Certified Installer by the manufacturer of the play equipment selected for this project. C. Contractor to provide proof of installation experience and copy of Certificate authenticating completion of Certified Installer program by the manufacturer of the play equipment selected for the project. D. Installers/Applications/Erectors. E. Testing Agencies F. Licensed Professionals G. Certifications H. Field (Site) Samples 1. Mock-ups 1.06 SUBMITTALS A. Submittals shall be in accordance with Section 013300 B. Submittals must be received and approved by the Project Manager prior to ordering egjuipment C. Submit manufacturer's product data and warranty for each type of furniture or equipment or material specified, including finish and color indicated. D. Submit footing detail as recommended by the manufacturer for each type of site furniture. E_ Submit manufacturer's installation instructions F. Samples: 1. Submit two samples 2x2 inch in size illustrating finish material and color for substitutions. G 2. Submit one pound sample of safety surfaces specified including alternates. SITE FURNISHINGS 12 9300 - 1 SERKENBILE LANDSCAPE ARCHITECTS 08/27/2019 Reby Cary Youth Library RO 100% Construction Documents 10 —17014 a I G. Submittals to be submitted to Owner for review and approval no less than 60 days prior to installation. 1.07 CLOSEOUT SUBMITTALS A. Submittals Prior to Project Acceptance — Contractor shall submit all manufactures' literature of the Project Manager prior to acceptance of the project. This shall include: 1. Operation and Maintenance Manuals 2. Warranty Guarantee Documents 1.08 MAINTENANCE MATERIAL SUBMITTALS A. Spare Parts. B. Extra Stock Materials C. Tools 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver, store, protect and handle products to site under General Provisions. B. Protect from inclement weather: wet, damp, extreme heat or cold. C. Store in a manner to prevent warpage, bowing or damage- D. Protect play equipment, site furniture and accessories from damage until final acceptance. Owner reserves right to reject site,furniture damaged prior to and during and after installation. E. The Contractor will not be allowed to deliver on site and install any playground equipment until grading, mow strip, playground curbing, walls, subsurface drainage and all other hardscape items have been installed and approved by the Project Manager. The Contractor will be required to remove any equipment from the site at own expense and at no additional contract time if found to be in non-compliance to this specification note. PART 2 PRODUCTS 1. 2.01 MANUFACTURERS OF EQUIPMENT, SITE FURNITURE AND ACCESSORIES A. Picnic Shelter: 24 x 24 Square Shelter Model#: SQR 24 MR 19MCH1 K01 I POWDER COAD FRAME Vendor: InSite Amenities — 817-236-5439 Description" Poligon Shelters — Square 24, Mult Rib Deck, 9' Minimum Clearance Height, Pin Base, Plain Square Powder Coat Frame, Color TBD. Quantity: 1 B. Picnic Table: Size: 8 Foot (ADA) Double Sided Model M 238H-P8 Manufacture: Ultra Site Vendor: Childs Play Inc. 972-484-0600 Vendor: Total Recreation Products, Inc. 817-430-3331 Description: 8 Foot Handicap Picnic Tabletop and painted frame - Color TBD, ADA Double Sided Quantity: 3 C. Bench: Size: 6 Feet Model#: 954-PLB Manufacture: Ultra Play Vendor: Childs Play Inc. 972-484-0600 SITE FURNISHINGS BERKENBILE LANDSCAPE ARCHITECTS 12 9300 - 2 08/27/2019 i Reby Cary Youth Library RO 100% Construction Documents 10 —17014 Vendor: Total Recreation Products Inc. 817-430-3331 Description: 6 Feet Lex. Bench —with CFW Molly log letter & letters (Surface mount) I Quantity: 10 D. Trash Receptacle: Standard 55 Gallon } Model #: PR-55 RBR-55-08, Cable PL-55 Liner t Manufacture: Ultra Site Description: 55 Gallon Trash Receptacle with Rain Bonnet Top, Two 8" Cable Attachment & Trash Can liner — Color TBD Quantity: 4 Location: To be determined E. Play Equipment Option 1: Model #: BCISNUIN Manufacture: Burke Vendor: Child's Play — 972-484-0600 Description: Custom Nucleus/Intensity series Playground Structure Ages 2-5 with One Bay Arch Swing with Tot Seats (2) Swinging/Slide Mats & Freight #36120612-1 F. Play Equipment Option 2: Model #: TP-07041-19 Manufacture: Game Time Vendor: Total Recreation — 800-392-9909 Description: Game Time -- FWPT2A-GT TP-•07041-19-2A1 Custom PowerScape Unit 2-5. Game Time FWPT2B-GT (1) Single Bay PowerScape Swing 2-2 Enclosed Tot Seats. 1. 2.02 CONCRETE A. ASTM C94 ready mixed concrete, minimum 28 day compressive strength of 3,000 psi, air - entrained. 1. 2.03 FINISHES A. Specified on drawings. 1. 2.04 PLAY (SAFETY) SURFACE i A. Engineered Hardwood Fiber Surfacing as Engineered Hardwood Playground Chips, Vendor: GWG Wood Group, Inc. 972-842-8996. Random sized hardwood fibers with 85% material passing 3/8" sieve with 1" -- 1 '/2' size in length K'/" to 3/8" diameter maximum as manufactured. A delivery ticket from the mill of origin will be required to verify that material is 100% hardwood stock. Product must be from virgin wood source and must prove to be non toxic. It may not contain any recycled wood products or any wood containing chemicals. B. The contractor shall be required to submit samles for approval. However, approval shall in no 1 way mean acceptance of material delivered to the site in the event the Project Manager finds that the delivered material does not meet specifications. In the event that the material delivered to the project site is found to be unacceptable, the Contractor shall be required to remove such material off site and provide acceptable material at their own cost. c. All Material shall be compacted to the depth indicated on plans. 1. 2.05 FILTER FABRIC A. Model #: Miraf 140N, Non -woven engineering geotextile fabric PART 3 -- SPECIAL REQUIREMENTS SITE FURNISHINGS 12 9300 - 3 BERKENBILE LANDSCAPE ARCHITECTS 08127/2019 Reby Cary Youth Library RO 100% Construction Documents 10 —17014 3.01 QUALITY CONTROL A. The Bidder will provide the owner or its designated contractor with all necessary licenses prior to start of construction in accordance with U.S. Patients. B. See section 11 6816.13 Playground inspection for additional requirements on testing and inspection. 3,02 WARRANTY A. All materials and labor under this Section shall be installed by a contractor authorized by the manufacturer. Safety surface shall be warranted for labor and materials for a period of no less than two years. Written warranty must be submitted by the manufacturer and the authorized installer. PART 4 — EXECUTION 4.01 INSPECTION A. Examine final grades and installation conditions. Do not proceed with work until unsatisfactory conditions are corrected. B. Beginning of installation means acceptance of existing conditions 4.02 PREPARATION A. Locate and layout all play equipment, site furniture and site accessories. Obtain Owners Representative and Landscape Architect's Acceptance of layout prior to installation. Verify safety zones with Manufacturer's representative. 4.03 SUBGRADE. A. The subgrade shall be graded to a minimum 1 % (Percent) — Maximum 2% (Percent). All roots, stones, and vegetation shall be removed. B. Sub grade shall be smooth and even — no bird baths. C. The drainage matrix must be connected to the drainage system. D. The first 6" of subgrade shall be compacted to at least 95% (Percent) of the dry density as determined by the provisions of AASHTO or T 205, as modified in 203.24 4.04 INSTALLATION OF PLAY EQUIPMENT AND SITE FURNITURE A. Install each item with base assembly, and fittings in accordance with manufacturers instructions. Vertical height of playground equipment should be in accordance with manufacturer's instructions and adjusted for sloping sub -grade (soil level) and wood fiber fill of varying depth due to slope. B. Provide concrete footings and/or slab as detailed on the drawing or as required by the manufacturer. 1. Excavation: Excavate for foundation concrete to neat clean lines in undisturbed soil. Provide forms where required due to unstable soil conditions. Remove wood, loose soil, rubbish and other foreign matter from excavation, and moisten earth before placing concrete. 2. Refer to Section 32 1313 for concrete mix and placing procedures. Finish trowel exposed surfaces to smooth dense surface with positive slope away from pole base. C. Assemble and install benches, litter receptacles, swings, play sculptures, climbers, rock -and — rides, and play structures in accordance with manufacturers recommendations and as the drawings require. D. Align posts or furniture legs both vertically and laterally. Hold in position during concrete placement and finishing operations. Set mats level. E. Set all site furniture and play equipment level and plumb. 4.05 TOLERANCES A. Minimum Variation From Plumb: 1/16 inch perfoot 4.06 CLEANING SITE FURNISHINGS 12 9300 - 4 BERKENBILE LANDSCAPE ARCHITECTS 08/27/2019 Reby Cary Youth Library 100% Construction Documents RO 10 —17019 A. Perform cleaning during installation of the work and upon completion of the work. Maintain clean surfaces until final acceptance. Remove from site all debris and equipment. Repair all damage resulting from play fields and equipment installation. 1. Excavated posthole soil maybe spread uniformly adjacent to excavation. 4.07 PLAY SURFACE A. A. Aggregate Drainage Material. See section 33 4600 Subdrainge for material and installation B. B. Provide positive drainage of subgrade. Install play surface and interior drainage system according to manufacturer's recommendations. Connect interior drainage system to drainpipe. B. Provide wood fiber to elevation indicated on drawings. Provide level, uniform surface. 4.08 CLEANING 1 TOUCH — UP A. As work proceeds, promptly remove concrete where spilled, splashed, or splattered onto site furniture. B, During progress of work maintain premises free of unnecessary accumulation of tools, equipment, surplus materials, and debris. C. Perform cleaning during installation of the work and upon completion of the work. Maintain clean surfaces until final acceptance. Remove from site all debris and equipment. Repair all damage resulting from furniture and equipment installation. Replace damaged furniture as requested by the Owners Representative and Landscape Architect. 4.09 PLAYGROUND INSPECTION A. Employ the services of a certified playground inspector to inspect completely installed playground as described in Section 11 6816.13 END OF SECTION 12 9300 SITE FURNISHINGS BERKENBILE LANDSCAPE ARCHITECTS 12 9300 - 5 08/27/2019 i Reby Cary Youth Library 100% Construction Documents SECTION 12 2400 WINDOW SHADES RO 10-17014 k PART1 GENERAL 1.01 SECTION INCLUDES A. Window shades and accessories. f 1.02 RELATED REQUIREMENTS A. Section 06 1000 - Rough Carpentry: Concealed wood blocking for attachment of headrail brackets. B. Section 09 2116 - Gypsum Board Assemblies: Substrate for window shade systems. 1.03 REFERENCE STANDARDS A. NFPA 701 - Standard Methods of Fire Tests for Flame Propagation of Textiles and Films; 2015. 1.04 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. i B. Product Data: Provide manufacturer's standard catalog pages and data sheets including materials, finishes, fabrication details, dimensions, profiles, mounting requirements, and accessories. C. Selection Samples: Include fabric samples in full range of available colors and patterns. D. Operation and Maintenance Data: List of all components with part numbers, sources of supply, and operation and maintenance instructions; include copy of shop drawings. E. Warranty: Submit sample of manufacturer's warranty and documentation of final executed warranty completed in Owner's name and registered with manufacturer. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with not less than five years of documented experience. 1.06 WARRANTY A. See Section 01 7800 - Closeout Submittals, for additional warranty requirements. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Interior Manually Operated Roller Shades: 1. MechoShade Systems, Inc.; www_mechoshade.com. 2. Substitutions: See Section 01 6000 - Product Requirements. 2.02 WINDOW SHADE APPLICATIONS A. Interior Roller Shades: Sheer shades. 1. Type: Roller shades. f2. Fabric: Soho Collection 1913 Mercer. 3. Fabric Performance Requirements: a. Openness Factor: 5%. 4. Color: As selected by Architect from manufacturer's full range of colors. 5. Mounting: Inside (between jambs). 2.03 ROLLER SHADES A. Roller Shades: Fabric roller shades complete with mounting brackets, roller tubes, hembars, hardware and accessories. 1. Size: As indicated on drawings. B. Fabric: Non-flammable, color -fast, impervious to heat and moisture, and able to retain its shape under normal operation. WINDOW SHADES 12 2400 - 1 ©KAI Texas 07/24/2019 Reby Cary Youth Library RO 100% Construction Documents 10 - 17014 1. Sheer Shades: Reduce glare yet still reveal considerable details to the outside; no privacy; Openness Factor greater than 1 percent. 2. Flammability: Pass NFPA 701 large and small tests. C. Roller Tubes. As required for type of operation. 1. Fabric Attachment: Utilize extruded channel in tube to accept vinyl spline welded to fabric 1 edge. D. Hembars: Designed for weight requirements and adaptation to uneven surfaces, to maintain bottom of shade straight and flat. E. Manual Operation for Interior Shades: Clutch operated continuous loop; beaded ball chain. 2.04 ACCESSORIES A. Fascias: Size as required to conceal shade mounting. G 1. Style: As selected by Architect from shade manufacturer's full selection. B. Brackets and Mounting Hardware: As recommended by manufacturer for mounting configuration and span indicated. C. Fasteners: Non -corrosive, and as recommended by shade manufacturer. 2.05 FABRICATION A. Field measure finished openings prior to ordering or fabrication. B. Fabricate shades to fit openings within specified tolerances. % 1. Vertical Dimensions: Fill openings from head to sill with 112 inch space between bottom bar and window stool. PART 3 EXECUTION 3.01 EXAMINATION A. Examine finished openings for deficiencies that may preclude satisfactory installation. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions and approved shop drawings, using mounting devices as indicated. B. Installation Tolerances: 1. Maximum Offset From Level: 1116 inch. C. Adjust level, projection and shade centering from mounting bracket. Verify there is no telescoping of shade fabric. Ensure smooth shade operation. 3.03 CLEANING A. Clean soiled shades and exposed components as recommended by manufacturer. B. Replace shades that cannot be cleaned to "like new" condition. 3.04 CLOSEOUT ACTIVITIES A. See Section 01 7800 - Closeout Submittals, for closeout submittals. f 3.05 PROTECTION A. Protect installed products from subsequent construction operations. B. Touch-up, repair or replace damaged products before Substantial Completion. - 3.06 MAINTENANCE A. See Section 01 7000 - Execution and Closeout Requirements, for additional requirements ' relating to maintenance service. END OF SECTION WINDOW SHADES 12 2400 - 2 OKAI Texas 07/24/2019 Reby Cary Youth Library 100% Construction Documents SECTION 12 6000 FURNITURE RO 10 -17014 PART 1 GENERAL 1.01 SECTION INCLUDES A. Furniture equipment. 1.02 ADMINISTRATIVE REQUIREMENTS A_ Preinstaliation Meeting: Conduct a preinstallation meeting one week prior to the start of the work of this section; require attendance by all affected installers. 1.03 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. PART 2 PRODUCTS 2.01 MANUFACTURERS A. BCI Furniture. B. National Office Furniture. C. KI Furniture. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions_ 3.02 PROTECTION A. Protect installed furniture from subsequent construction operations. 3.03 ATTACHMENTS END OF SECTION FURNITURE 12 5000 - 1 ©KAI Texas 07/24/2019 Reby Cary Youth library 100% Construction Documents Manufacturer: BCl Style: Flatline Product Number: B4003001XX Dimensons: 27.5" W x 22" D x 38" H Quantity: 1 Location: Collection Colors / Fabric: FURNITURE OKAI Texas Furniture # A RO 10 -17014 12 5000 - 2 07/25/2019 Reby Cary Youth Library 100% Construction Documents Manufacturer: BCI Style: Ratio Shelving w/ Steel Shelves SF Starter & Adder Casters Product Number: Dimensons: 43" H x 36" W x 12" D Quantity: 41 Location: Collection Colors / Fabric: Traffic White FURNITURE ©KAI Texas RQ 10-17014 Furniture # B 12 5000 -3 07/2512019 Reby Cary Youth library 100% Construction Documents Manufacturer: BCI Style: Ratio Shelving Functional End Panel Casters Product Number: Dimensons: 43" H x 36" W x 6" D Quantity: 7 Location: Collection Colors / Fabric: Traffic White FURNITURE: OKAI Texas RO 10 -17014 Furniture # B 125000-4 07125/2019 Reby Cary Youth Library 100% Construction Documents Manufacturer: SCI Style: Inform Curve Starter & Add -On Casters Product Number: Dimensons: 43" H x 21.26" D Quantity: 14 Location: Collection Colors / Fabric: Traffic White FURNITURE ©KAI Texas RO 10 -17014 Furniture #t C x 7 .. R Ar 0 F�,�v. t 12 5000 - 5 07/25/2019 Reby Cary Youth Library 100% Construction Documents Manufacturer: BCi Style: Cocoon Vertical Seating Module Product Number: S B5680 DWO Dimensons: 80" H x 38" W x 21" D Quantity: 2 Location: Collection Colors / Fabric: QTY: Purple 1 Green 1 FURNITURE ©KAI Texas RO 10 -17014 Furniture # D 125000-6 07/25/2019 Reby Cary Youth Library 100% Construction Documents i Manufacturer: BCE Style: Cocoon Horizontal Seating Module Product Number: S BS681 DWO Dirnensons: 38" H x 80" W x 21" D Quantity: 10 i_ocation: Collection Colors / Fabric: QTY: Purple 3 Green 4 Mango 3 FURNITURE ©KAJ Texas f RO 10 - 17014 Furniture # E 12 5000 - 7 07/25/2019 Reby Cary Youth Library 100% Construction Documents Manufacturer: BCI Style: Midi Book Browsers Product Dumber: Dimensons: 25.2" W x 28.4" W x 28.4" D Quantity: 2 Location: Collection Colors / Fabric: E4566 White t] i Ys� dal i RO 10 - 17014 Furniture # G 0 i FURNITURE 12 5000 - 8 @KAI Texas 07/25/2019 Reby Cary Youth Library 100% Construction Documents Manufacturer: BCI Style: Maxi Book Browsers Product Number: t Dimensons: 39.2" H x 28.4" W x 28.4" D i Quantity: 4 Location: Collection Colors / Fabric: E4568 White Furniture # H RO 10-17014 FURNITURE 12 5000 - 9 ©KAI Texas 07/25/2019 Reby Cary Youth Library i 100% Construction Documents Manufacturer: Laptops Anytime Style: Laptops Only (1) Starter Station (1) Companion Station Product Number: Dimensons: Quantity: Location: Cofors / Fabric: FURNITURE ©KAI Texas 30" W x 29" D x 50" H 1 Collection RO 10 -17014 Furniture # H 12 5000 - 10 07125/2019 Reby Cary Youth Library 100% Construction Documents Manufacturer: KI Style: Sway Lounge Product Number: SYC Dimensons: W33" D32.5" H41,75" Quantity: 6 Location: Collection Colors / Fabric: poly shell: cool grey PCG FURNITURE @KAI Texas RO 10 -17014 Furniture #.I QTY: 4 Designtex Beguiled by the Wild Canary QTY: 2 Designtex Beguiled by the Wild Hummingbird 12 5000 - 11 07/26/201 S Reby Cary Youth Library 100% Construction Documents Manufacturer: KI Style: Sway Ottoman Product Number: SYOT i Dimensons: W27.25" D27.25" H175' o- Quantity: 3 Location: Collection } Colors / Fabric: poly shell: cool grey PCG bi f FURNITURE OO KAI Texas Furniture # K QTY: 2 maharani pitch riviera 013 QTY:1 Momentum Silica Tech Tangelo RO 10 - 17014 12 5000 - 12 07/25/2019 Reby Cary Youth Library 100% Construction Documents Manufacturer: KI Style: My Place Lounge backless sofa Product Number: Dimensons: Quantity: 3 pieces Location: Collection Colors / Fabric: DesignTex Leaves Gingko 349-201 Furniture # L RO 10 -17014 Imo' • - .I. FURNITURE 12 5000 - 13 ©KAl Texas 07/25/2019 Reby Cary Youth Library 100% Construction Documents Manufacturer: KI Style: Myplace stool Product Number: Dimensons: junior 18" round Quantity: 3 Location: Collection Colors / Fabric: QTY: Maharam Pitch Riviera 013 1 Maharani Pitch Apple 007 1 Momentum Silica Tech Tanzanite 1 FURNITURE ©KAI Texas R0 10 -17014 Furniture # M 12 5000 - 14 07/2512019 Reby Cary Youth Library 100% Construction Documents Manufacturer: KI Style: Doni Stack Chair 4-leg w/ 2-tone shell (poly) Product Number: DNH100 Dimensons: 22" W x 21"D x 33" H Quantity: 16 Location: Staff lounge, Makerspace Colors / Fabric: QTY Poly Inside Poly Outside 4 cool gray ultra blue 4 cool gray zesty lime 4 cool gray nemo 4 cotton wood warm gray Starlight Silver Metallic gray legs FURNITURE ©KAI Texas RO 10 -17014 Furniture # N1 Location Makerspace Makerspace Makerspace Staff Lounge 12 5000 - 15 07/25/2019 Reby Cary Youth library RD 100% Construction Documents 10 -17014 Furniture # N Manufacturer: KI Style: Doni Stack Chair 4-leg w/ 2-tone shelf (upholstered sheet) w/ & w/out casters Product Number: DNH100 Dimensons: 22" W x 21"D x 33" H Quantity: 20 Location: Study Rooms, Collection, & Study Nooks Colors / Fabric: seat fabric QTY Poly Outside Poly Inside location maharani pitch riviera 8 ultra blue cool gray Study Rooms w/ Casters maharam pitch apple 5 zesty lime cool gray Collection / study counter momentum silica tech tangelo 5 nemo cool gray Collection / study counter Maharam Ellipsis periwinkle 2 warm gray cotton wood Office Starlight Silver Metallic gray legs FURNITURE 12 5000 - 16 COKAI Texas 07/25/2019 Reby Cary Youth Library 100% Construction Documents Manufacturer: Ki Style: Pirouhette nesting tables Product Number: Dimensons: 36" W x 18"D x 29" H Dimensons: Quantity: 4 Quantity: Location: Maker Space Colors / Fabric: White laminate top Frosty White 1573-60 Edge: Frosty White 1573-60 Leg: Starlight Silver Metallic RO 10 -17014 Furniture # P 60" W x 18"D x 29" H 4 FURNITURE 12 5000 - 2 OKAI Texas 07/2512019 Reby Cary Youth Library 100% Construction Documents Manufacturer: National Office Furniture Style: Wander Product Number: Dimensons: Quantity: Location: Colors/ Fabric: FURNITURE: ©KAI Texas N22H MAS 11 Office, Staff Work, Control Desk seat color: Maharani Ellipsis Shiraz Furniture # Q RO 10 -17014 12 5000 - 2 07/25/2019 F Reby Cary Youth Library 100% Construction Documents Manufacturer: National Office Furniture Style: Universal Round Glass Top satin nickel Product Number: Dimensons: 42" Diameter ! Quantity: 4 Location: Collection, Study QTY: Colors / Fabric: Back Painted White Glass B S White Laminate 1 S1 G ,ice - —j�� Imo•— -�. . c ..Rs." L��ur�e— .._,.._-._ � - - - FURNITURE ©KAI Texas Ro 10-17014 Furniture # S & S1 12 5000 - 2 07125/2019 f Reby Cary Youth Library I 100% Construction Documents Manufacturer: National Office Furniture Style: (2) vertical single door storage I (1) high back organizer (1) credenza (1) desk i Product Number: SYOT 1 Dimensons: 27.25" W x 27.25" D x 17.5" H Quantity: 1 Location: Collection Colors / Fabric. yu'RYt Assemb ed. Easy to order and ready for instaitat:ion. FURNITURE OKAI Texas RO 10 -17014 Furniture # T 12 5000 - 2 07/25/2019 Reby Cary Youth Library r 100% Construction Documents i Manufacturer: 8CI Style: Flatline I FURNITURE j ©KAI Texas Furniture # U RO 10 -17014 12 5000 - 2 07/25/2019 Reby Cary Youth Library RD 100% Construction Documents 10 -17014 Furniture # V Manufacturer: WaveWorks Style: Metal Storage Product Number: Dimensons: 42" x 20" x 60" Quantity: 3 Location: Staff Working Colors / Fabric: frosty white paint ------------- lt FURNITURE 12 5000 - 2 ©KAI Texas 07/25/2019 Reby Cary Youth Library 100% Construction Documents Manufacturer: Herman Miller Style: Magis - Puppy Product Number: Dimensons: Small: 10.5" W x 16.75" D x 15.5" H Quantity: 2 orange Location: Collection Colors / Fabric: FURNITURE ©KAI Texas RO 10 -17014 Furniture # W Med: 13.25" W x 22.25" D x 17.75" H 2 green La rge 2 dalmatian 125000-2 07/25/2019 Reby Cary Youth library 100% Construction Documents Manufacturer: Herman Miller Style: Magis - Dodo Product Number: Dimensons: Quantity: 3 Location: Collection Colors / Fabric: Orange, Green, Yellow 1 of each FURNITURE OO KAI Texas RO 10-17014 Furniture # X 12 5000 - 2 07/25/2019 Reby Cary Youth Library 100% Construction Documents Manufacturer: BCI Style: Chat Pouf Small Softline Product Number: 2-238 Dimensons: 39.4" W x 31.5" D x 14.6" H Quantity: 6 Location: Collection Colors / Fabric: 265, 266, 267 2 of each color 267 269 FURNITURE OKA] Texas RO 10 - 17014 Furniture # Y 266 264 12 5000 - 2 07/25/2019 Roby Cary Youth Library 100% Construction Documents Manufacturer: National Office Furniture Style: Alloy Single Sided, adjustable height Piping Product Number: Dimensons: Quantity: Location: Colors / Fabric: 54" W x 30" D 6 Staff Working satin nickel, white top RO 10 -17014 Furniture # Z FURNITURE 12 5000 - 2 OO KAI Texas 07/25/2019 Reby Cary Youth Library 100% Construction Documents SECTION 23 09 00 INSTRUMENTATION AND CONTROL FOR HVAC PART1-GENERAL 1.1 RELATED DOCUMENTS RO 10 -17014 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes control equipment for HVAC systems and components, including: 1. Products Furnished Not Installed Under This Section 2. Products installed But Not Furnished Under This Section 3. Products Not Furnished or Installed but integrated with the Work of this Section 4. Description 5. Approved Control Systems 6. Quality Assurance 7. Codes and Standards 8, System Performance 9. Submittals 10. Warranty 11. Ownership of Proprietary Material 1.3 PRODUCTS A. Products Furnished But Not Installed Under This Section 1. Example of this could be 24-volt motor actuators for valves provided by the controls contractor and installed by the mechanical contractor. B. Products Installed But Not Furnished Under This Section 1. Example of this could be duct smoke detectors provide by the fire alarm contractor and installed by the controls contractor. C. Products Not Furnished or Installed but integrated with the Work of this Section 1. Example - Central HVAC Equipment: a. Packaged RTU or evaporative cooler controls: Unit shall be furnished configured to accept control inputs from an external building automation system controller. Factory mounted safeties and other controls shall not interfere with EMS controller. 2. Example - Communications with Third Party Equipment: a. Any additional integral control systems included with the products integrated with the work of this section shall be furnished with a BACnet interface for integration into the EMS direct digital control system described in this section. INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 1 c0 KAI TEXAS 07/24/19 Reby Cary Youth Library RO 100% Construction Documents 10 -17014 1.4 DESCRIPTION A. General: The control system shall consist of a high-speed, peer -to -peer network of DDC controllers and an operator web interface. The operator workstation shall be connected to the City of Fort Worth network allowing the operator access through a conventional web browser. The control software shall depict each mechanical or other system along with the building floor plan using a point -and -click graphic. B. The system shall directly control HVAC and other systems and equipment shown on the control diagrams (refer to construction drawings). Each zone controller shall provide occupied and unoccupied modes of operation by individual zone for HVAC systems. Furnish energy conservation features such as optimal start and stop, night setback, request -based logic, and demand level adjustment of setpoints as indicated on the control drawings. C. System shall use the BACnet protocol for communication to the web server and for communication between control modules. Schedules, setpoints, trends, and alarms shown and described on the control drawings shall be BACnet objects. 1.5 APPROVED CONTROL_ SYSTEMS A. The following are approved control system suppliers, manufacturers, and product lines: B. Manufacturer: 1. Alerton 2. Johnson Controls 3. Reliable Controls 4. Carrier Controls 5. Climetec 6. Tridium C. The above list is alphabetical and does not indicate preference. Inclusion on this list does not guarantee acceptance of products or installation. Control systems shall comply with the terms of this Specification. 1. The Contractor shall use only operator workstation software, controller software, custom application programming language, and controllers from the corresponding manufacturer and product line unless Owner approves use of multiple manufacturers. 1.6 SYSTEM PERFORMANCE A. Performance Standards. System shall conform to the following minimum standards over network connections. Systems shall be tested using manufacturer's recommended hardware and software for server and browser on web -based systems. 1. Graphic Display. A graphic with 20 dynamic points shall display with current data within 10 sec. 2. Graphic Refresh. A graphic with 20 dynamic points shall update with current data within 8 sec. and shall automatically refresh every 15 sec. 3. Configuration and Tuning Screens, Screens used for configuring, calibrating, or tuning points, PID loops, and similar control logic shall automatically refresh within 6 sec. 4. Object Command. Devices shall react to command of a binary object within 2 sec. Devices shall begin reacting to command of an analog object within 2 sec. 5. Alarm Response Time. An object that goes into alarm shall be annunciated at the workstation within 15 sec. INSTRUMENTATION AND CONTROL_ FOR HVAC 23 0907 00 - 2 © KAI TEXAS 07/24/19 Reby Cary Youth Library RO 100% Construction Documents 10 - 17014 i 6. Program Execution Frequency. Custom and standard applications shall be capable of running as often as once every 5 sec. Select execution times consistent with the mechanical process under control. 7. Performance. Programmable controllers shall be able to completely execute DDC PID control loops at a frequency adjustable down to once per sec. Select execution times consistent with the mechanical process under control. 8. Multiple Alarm Annunciation. Each workstation on the network shall receive alarms within 5 sec of other workstations. 9. Reporting Accuracy. System shall report values with minimum end -to -end accuracy listed in Table 1. t 10. Control Stability and Accuracy. Control loops shall maintain measured variable at setpoint within tolerances listed in Table 2. TABLE 1: REPORTING ACCURACY MEASURED VARIABLE REPORTED ACCURACY S ace Temperature _ — Ducted Air �-�-_—_--_ --_ -Outside J ±0.5°C L1m-- j ±0.5°C +1 °F Air —_ � +1.0°C +2°F (--......)... ---- -- Dew Point _ _ I ±1.5°C(±3°F _ Relative Humidity — — ; ±5% RH Air Pressure duct s) __ --- ±2Pa 5 S±0.1 in. w q _— — Electrical A, V, W, Power Factor)_ — -- — ±1 % of readies (see Note 3) — Carbon Dioxide CO2 I ±50 pprn Note 1: Accuracy applies to 10% - 100% of scale Note 2: For both absolute and differential pressure Note 3: Not including yq!!ty-supplled meters TABLE 2: CONTROL STABILITY AND ACCURACY CONTROLLED VARIABLE ICONTROLACCURACY RANGE OF MEDIUM Air Pressure ! ±50 Pa in. (±0.2 w.g.) 0-1.5 kPa (0-6 in. w.g.) — ±3 Pa (±05 in. w.a. 25 to 25 Pa -0.1 to 0.1 in. Airflow_ _ -- ±-10% of full scale__— � --- Space Temperature —� ±1.0°C ±2.0°F)-- -- —------� Duct Temperature _ 1.5°C +� 3°F _t_ L—._-__ — - --- --- Humidity----- —°---- +5% RH_— Fluid Pressure — I ±10 kPa (±1.5 psi) MPa (1-160 psi) ±250 Pa ±1.0 in. w. . i 0-12.5 kPa 0-50 in. w. differential INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 3 0 KAI TEXAS 07/24/19 Reby Cary Youth Library 100% Construction Documents 1.7 SUBMITTALS RO 10 -17014 A. Product Submittal Requirements: Meet requirements of Division 01 regarding shop drawings, product data, and samples. Provide copies of shop drawings and other submittals on hardware, software, and equipment to be installed or furnished based on specification requirements (number must include a minimum of 2 additional sets for Owner review). Begin no work until submittals have been approved for conformity with design intent. Provide drawings as AutoCAD 2007 (or newer) compatible files on magnetic or optical disk (file format: DWG or DXF) and 3 prints of each drawing on 11" x 17" paper or in pdf format if submitting electronically. When manufacturer's cutsheets apply to a product series rather than a specific product, clearly indicate applicable data by highlighting or by other means. Clearly reference covered specification and drawing on each submittal. General catalogs shall not be accepted as cutsheets to fulfill submittal requirements. Select and show submittal quantities appropriate to scope of work. Submittal approval does not relieve Contractor of responsibility to supply sufficient quantities to complete work. Provide submittals per specification requirements on the following: 1. Direct Digital Contra[ System Hardware a. Complete bill of materials indicating quantity, manufacturer, model number, and relevant technical data of equipment to be used. b. Manufacturer's description and technical data such as performance curves, product specifications, and installation and maintenance instructions for items listed below and for relevant items not listed below: 1) Direct digital controllers (controller panels) 2) Transducers and transmitters 3) Sensors (include accuracy data) 4) Actuators 5) Relays and switches 6) Control panels 7) Power supplies 8) Batteries 9) Operator interface equipment 10) Wiring C. Wiring diagrams and layouts for each control panel. Show termination numbers. d. Floor plan schematic diagrams indicating field sensor and controller locations. e. Riser diagrams showing control network layout, communication protocol, and wire types. 2. Central System Hardware and Software a. Complete bill of material indicating quantity, manufacturer, model number, and relevant technical data of equipment used. b. Manufacturer's description and technical data such as product specifications and installation and maintenance instructions for items listed below and for relevant items furnished under this contract not listed below: 1) Central Processing Unit (CPU) or web server 2) Monitors 3) Keyboards 4) Power supplies 5) Battery backups 6) Interface equipment between CPU or server and control panels 7) Operating System software 8) Operator interface software 9) Color graphic software 10) Third -party software C. Schematic diagrams of control, communication, and power wiring for central system installation. Show interface wiring to control system. d. Network riser diagrams of wiring between central control unit and control panels. INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 4 0 KAI TEXAS 07/24/19 Reby Cary Youth Library 100% Construction Documents RO 10 - 17014 e. LAN — if more than one wire leaving head end equipment, color coded wires need to be standardized per vendor ex: orange & orange/white, blue & blue/white, etc. f. Controllers — wires need to be defined as incoming LAN, outgoing LAN g. Control wires for points — define color for points ex: stats (white or blue 3 or 4 conductor) discharge air temp (yellow 2 conductor) return air temp (blue 2 conductor) static pressure (white 4 conductor) etc. 3_ Controlled Systems a. Riser diagrams showing control network layout, communication protocol, and wire types. b. Schematic diagram of each controlled system. Label control points with point names. Graphically show locations of control elements. C. Schematic wiring diagram of each controlled system. Label control elements and terminals. Where a control element is also shown on control system schematic, use the same name. d. Instrumentation list (Bill of Materials) for each controlled system. List each control system element in a table. Show element name, type of device, manufacturer, model number, and product data sheet number. e. Complete description of control system operation including sequences of operation. Include and reference schematic diagram of controlled system. Indicate alarmed and trended points. 4. Description of process, report formats, and checklists to be used for demonstration and acceptance. 5. BACnet Protocol Implementation Conformance Statement (P1CS) for each submitted type of controller and operator interface. B. Schedules 1. Schedule of work provided within one month of construction contract award, indicating: a. Intended sequence of work items. b. Start date of each work item. C. Duration of each work item. d. Planned delivery dates for ordered material and equipment and expected lead times. e. Milestones indicating possible restraints on work by other trades or situations. 2. Monthly written status reports indicating work completed and revisions to expected delivery dates. Include updated schedule of work. C. Project Record Documents. Submit three copies of record documents upon completion of installation for approval prior to final completion. Submittal shall consist of: 1. Project Record Drawings. Record versions of submittal shop drawings provided as AutoCAD 2007 (or newer) compatible files on magnetic or optical disk (file format: DWG, .DXF, .VSD, or comparable) and 6 prints of each drawing on I Vx17" paper. 2. Testing and Commissioning Reports and Checklists. Completed versions of reports, checklists, and trend logs used to meet requirements of the test and balance and commissioning specifications, as applicable. Each completed checklist shall be signed, dated and provided to City of Fort Worth prior to project completion. This is important, if you turn in checklists and reports that indicate that the system works then it better work. If it does not then you will have to come back out, on your time and at your cost, and get the system to work according to the construction documents. The following shall be verified and documented for each piece of equipment at a minimum. a. Each piece of equipment shall be on the facility's active HVAC schedule: occupied or unoccupied. The contractor shall contact City of Fort Worth Energy Management Department for details pertaining to the facility schedule. Do not put any equipment, other than server room units, on a 2417 operating schedule. b. For the occupied schedule the heating setpoint shall be 70 degrees F and the cooling setpoint shall be 72 degrees F. For the unoccupied schedule the heating setpoint shall be 55 degrees F and the cooling setpoint shall be 85 degrees F. INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 5 © " TEXAS 07/24/19 Reby Cary Youth Library 100% Construction Documents RO 10 -17014 C. The fan mode for rooftop unit and split systems shall be set to "automatic" or ON with heating/cooling. The "continuous" setting shall never be used. 3. Operation and Maintenance (O&M) Manual. Printed, electronic, or online help documentation of the following: a. Record versions of submittal product data. b. Names, addresses, and telephone numbers of installing contractors and service representatives for equipment and control systems. C. Operator's manual with procedures for operating control systems: logging on and of, handling alarms, producing point reports, trending data, overriding computer control, and changing setpoints and variables. d. Programming manual or set of manuals with description of programming language and syntax, of statements for algorithms and calculations used, of point database creation and modification, of program creation and modification, and of editor use. e. Engineering, installation, and maintenance manual or set of manuals that explains how to design and install new points, panels, and other hardware; how to perform preventive maintenance and calibration; how to debug hardware problems; and how to repair or replace hardware_ f. Documentation of programs created using custom programming language including setpoints, tuning parameters, and object database. Electronic copies of programs shall meet this requirement if control logic, setpoints, tuning parameters, and objects can be viewed using furnished programming tools. g. Graphic files, programs, and database on magnetic or optical media. h. List of recommended spare parts with part numbers and suppliers. i. Complete original -issue documentation, installation, and maintenance information for furnished third -party hardware including computer equipment and sensors. j. Complete original -issue copies of furnished software, including operating systems, custom programming language, operator workstation or web server software, and graphics software. k. Licenses, guarantees, and warranty documents for equipment and systems. 1. Recommended preventive maintenance procedures for system components, including schedule of tasks such as inspection, cleaning, and calibration; time between tasks; and task descriptions. m Training Materials: Provide course outline and materials for each class at least six weeks before the first class. Training shall be furnished via instructor -led sessions, computer -based training, or web- based training. 1.8 QUALITY ASSURANCE A. Installer and Manufacturer Qualifications 1. Installer . shall have an established working relationship with Control System Manufacturer. 2. Installer shall have successfully completed Control System Manufacturer's control system training. Upon request, Installer shall present record of completed training including course outlines. 1.9 CODES AND STANDARDS A. Work, materials, and equipment shall comply with the most restrictive of local, state, and federal authorities' codes and ordinances or these plans and specifications. As a minimum, the installation shall comply with current editions of the following codes in effect 30 days prior to receipt of Kids: 1. National Electric Code (NEC) 2. International Building Code (IBC) a. Section 719 Ducts and Air Transfer Openings INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 6 KAI TEXAS 07/24/19 Reby Cary Youth Library 100% Construction Documents RO 10 -17014 b. Section 907 Fire Alarm and Detection Systems C. Chapter 28 Mechanical 3. International Mechanical Code (IMC) 4. ANSIIASHRAE 135-2004: Data Communication Protocol for Building Automation and Control Systems (BACNET) 1.10 WARRANTY A. Warrant work as follows: 1. Warrant labor and materials for specified control system free from defects for a period of 12 months after final acceptance. Control system failures during warranty period shall be adjusted, repaired, or replaced at no additional cost or reduction in service to City of Fort Worth. Respond during normal business hours within 24 hours of warranty service request. This includes programming defects or omissions associated with component or system sequence of operation, refer to 1.9_C.2 above. 2. Work shall have a single warranty date, even if City of Fort Worth receives beneficial use due to early system start-up. If specified work is split into multiple contracts or a multi- phase contract, each contract or phase shall have a separate warranty start date and period. 3. Provide updates to operator workstation or web server software, project -specific software, graphic software, database software, and firmware that resolve Contractor - identified software deficiencies at no charge during warranty period. If available, City of Fort Worth can purchase in -warranty service agreement to receive upgrades for functional enhancements associated with above -mentioned items. Do not install updates or upgrades without City of Fort Worth's written authorization. 4. Exception: Contractor shall not be required to warrant reused devices except those that have been rebuilt or repaired. Installation labor and materials shall be warranted. Demonstrate operable condition of reused devices at time of acceptance. 1.11 OWNERSHIP OF PROPRIETARY MATERIAL A. Project -specific software and documentation shall become City of Fort Worth's property. This includes, but is not limited to: 1. Graphics 2. Record drawings 3. Database 4. Application programming code 5. Documentation. PART 2 - PRODUCTS 2.1 SECTION INCLUDES 1. Materials 2. Communication 3. Operator Interface 4. Controller Software 6. Controllers 6. Input and Output Interface 7. Power Supplies and Line Filtering 8. Auxiliary Control Devices 9. Wiring and Raceways INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 7 OO KAI TEXAS 07/24/19 Reby Cary Youth Library RO 100% Construction Documents 10. 17014 10. Fiber Optic Cable System: f l 2.2 CONTROL_ SYSTEM A. Manufacturers: 1. Alerton 2. Johnson Controls 3. Reliable Controls 4. Carrier Controls 5. Climetec 6. Tridium. B. Control system shall consist of sensors, indicators, actuators, final control elements, interface equipment, other apparatus, and accessories to control mechanical systems. C. Control system shall consist of sensors, indicators, actuators, final control elements, interface equipment, other apparatus, accessories, and software connected to distributed controllers operating in muftiuser, multitasking environment on token -passing network and programmed to control mechanical systems. An operator workstation permits interface with the network via dynamic color graphics with each mechanical system, building floor plan, and control device t depicted by point -and -click graphics. D. Control system shall include the following: j 1, Building lighting control system specified in Division 26 Section "Network Lighting Controls." 2. Fire alarm system specified in Division 28 Section "Fire Detection and Alarm." 1 4 2.3 MATERIALS >. A. Use new products the manufacturer is currently manufacturing and selling for use in new installations. Do not use this installation as a product test site unless explicitly approved in writing by City of Fort Worth. Spare parts shall be available for at least five years after completion of this contract. B. All control system enclosures (junction boxes) shall be lockable and be keyed to the same key for a facility. 2.4 COMMUNICATION A. Control products, communication media, connectors, repeaters, hubs, and routers shall comprise a BACnet internetwork. Controller and operator interface communication shall conform to ANSIIASHRAE Standard 135-2004, BACnet. B3 Install new wiring and network devices as required to provide a complete and workable control network. C. Each controller shall have a communication port for temporary connection to a laptop computer or other operator interface. Connection shall support memory downloads and other commissioning and troubleshooting operations. D. Internetwork operator interface and value passing shall be transparent to internetwork architecture. INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 8 0 KAi TEXAS 07124/19 Reby Cary Youth Library 100% Construction Documents RO 10 - 17014 1. An operator interface connected to a controller shall allow the operator to interface with each internetwork controller as if directly connected. Controller information such as data, status, and control algorithms shall be viewable and editable from each internetwork controller. 2. Inputs, outputs, and control variables used to integrate control strategies across multiple controllers shall be readable by each controller on the internetwork. Program and test ail cross -controller links required to execute control strategies. An authorized operator shall be able to edit cross -controller links by typing a standard object address or by using a point -and -click interface. E. System shall be expandable to at least twice the required input and output objects with additional controllers, associated devices, and wiring. 2.5 OPERATORINTERFACE A. Operator Interface. A Web server shall reside on the City of Fort Worth high-speed network with building controllers. Each browser connected to the server shall be able to access all system information. B. Communication. Web server and controllers shall communicate using BACnet protocol. Web server and control network backbone shall communicate using ISO ANSIIASHRAE 135-2004, BACnet Annex J. C. Hardware. Each web server shall consist of the following: 1. Hardware Base. Industry -standard hardware shall meet or exceed DDC system manufacturer's recommended specifications. Hard disk shall have sufficient memory to store system software, one year of data for user defined trended points, and a system database at least twice the size of the existing database at system acceptance. Web server shall be IBM-compatible PCs with a minimum of: a. Intel Core i7 processor, minimum processor speed 3.00 GHz processor b. 12 GB RAM, minimum C. 500 GB hard disk. d. 48x DVD drive e. Keyboard f. Mouse g. 20-inch LCD or LED fat panel monitor h. USB and network communication ports and cables required for proper system operation D. Operator Functions. Operator interface shall allow each authorized operator to execute the following functions as a minimum: 1. Log In and Log Out. System shall require user name and password to log in to operator interface. 2. Point -and -click Navigation. Operator interface shall be graphically based and shall allow operators to access graphics for equipment and geographic areas using point -and -click navigation. 3. View and Adjust Equipment Properties. Operators shall be able to view controlled equipment status and to adjust operating parameters such as setpoints, PID gains, on and of controls, and sensor calibration. 4. View and Adjust Operating Schedules. Operators shall be able to view scheduled operating hours of each schedulable piece of equipment on a weekly or monthly calendar -based graphical schedule display, to select and adjust each schedule and time period, and to simultaneously schedule related equipment. System shall clearly show exception schedules and holidays on the schedule display. INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 9 © KAI TEXAS 07124/19 Reby Cary Youth Library 100% Construction Documents RO 10 -17014 8. View and Respond to Alarms. Operators shall be able to view a fist of currently active system alarms, to acknowledge each alarm, and to clear (delete) unneeded alarms. Below is a tabular list of the alarms that City of Fort Worth intends to monitor. 6. View and Configure Trends. Operators shall be able to view a trend graph of each trended point and to edit graph configuration to display a specific time period or data range. Operator shall be able to create custom trend graphs to display on the same page data from multiple trended points. 7. View and Configure Reports. Operators shall be able to run preconfigured reports, to view report results, and to customize report configuration to show data of interest. 8. Manage Control System Hardware. Operators shall be able to view controller status, to restart (reboot) each controller, and to download new control software to each controller. 9. Manage Operator Access. Typically, only a few operators are authorized to manage operator access. Authorized operators shall be able to view a list of operators with system access and of functions they can perform while logged in. Operators shall be able to add operators, to delete operators, and to edit operator function authorization. Operator shall be able to authorize each operator function separately. TABULAR ALARM LIST Name Alarm Class Annunciation Constant Volume AHU Alarms Current Sensor -Fan Failure _ ' CV FAN ALM _ Critical j Graphic/Email _Out of_Rane Sup_piy Air Temp. CV TEMP ALM General _LGraphic Freeze Stat I CV FAZ ALM Critical _ Gra hic/Email VAV AHU Alarms Variable Freguency_Drive Alarm _ VAV VFD ALM ? Critical Graphic/Email Out of Range Sup101y Air Temp. VAV TEMP _i_ALM �— I General Graphic Freeze Stat _� VAV FRZ ALA Critical _ Gra�hiclEmail Refrigerant Detection System General Alarm RD GEN ALM ; Critical _ _ _LGraphic/Email Server/Computer/Dimmer Room High Temperature Alarm SCA HT ALM General Graphic E. System Software 1. Operating System operating system Windows software. . Web server shall have an industry -standard professional -grade compatible with the City of Fort Worth current standard Microsoft INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 10 © KAI TEXAS 07/24/19 Reby Cary Youth Library 100% Construction Documents RO 10 -17014 2. System Graphics. Operator interface shall be graphically based and shall include at least one graphic per piece of equipment or occupied zone and graphics that summarize conditions on each floor of each building included in this contract. a. Functionality. Graphics shall allow operator to monitor system status, to view a summary of the most important data for each controlled zone or piece of equipment, to use point -and -click navigation between zones or equipment, and to edit setpoints and other specified parameters. b. Animation. Graphics shall be able to animate by displaying different image files for changed object status. Graphics for new City of Fort Worth facilities shall match the existing graphic standards. C. Alarm indication. Indicate areas or equipment in an alarm condition using color or other visual indicator. (Reference Tabular Alarm List) d. Format. Graphics shall be saved in an industry -standard format such as BMP, JPEG, PNG, or GIF. Web -based system graphics shall be viewable on browsers compatible with World Wide Web Consortium browser standards. Web graphic format shall require no plug-in (such as HTML and JavaScript) or shall only require widely available no -cost plug -ins (such as Active-X and Macromedia Flash). F. System Tools. System shall provide the following functionality to authorized operators as an integral part of the operator interface. if furnished as part of the interface, the tool shall be available from each web browser interface. 1. Automatic System Database Configuration. Each web server shall store on its hard disk a copy of the current system database, including controller firmware and software. Stored database shall be automatically updated with each system configuration or controller firmware or software change. 2. Controller Memory Download. Operators shall be able to download memory from the system database to each controller. 3. System Configuration. Operators shall be able to configure the system. 4. Online Help. Context -sensitive online help for each tool shall assist operators in operating and editing the system 5. Security. System shall require a user name and password to view, edit, add, or delete data. a. Operator Access. Each user name and password combination shall define accessible viewing, editing, adding, and deleting functions in each system application, editor, and object. b. Automatic Log Out. Automatically log out each operator if no keyboard or mouse activity is detected. Operators shall be able to adjust automatic log out delay. C. Encrypted Security Data. Store system security data including operator passwords in an encrypted format. System shall not display operator passwords. 6. System Diagnostics. System shall automatically monitor controller and 110 point operation. System shall annunciate controller failure and If0 point locking (manual overriding to a fixed value). 7. Alarm Processing_ System input and status objects shall be configurable to alarm on departing from and on returning to normal state. Operator shall be able to enable or disable each alarm and to configure alarm limits, alarm limit differentials, alarm states, and alarm reactions for each system object. Alarms shall be BACnet alarm objects and shall use BACnet alarm services. 8. Alarm Messages. Alarm messages shall use an English language descriptor without acronyms or mnemonics to describe alarm source, location, and nature. 9. Alarm Reactions. Web server shall initiate on receipt of each alarm, as a minimum, web server shall be able to log, print, start programs, display messages, send e-mail, send page, and audibly annunciate. 10. Alarm Maintenance. Operators shall be able to view system alarms and changes of state chronologically, to acknowledge and delete alarms, and to archive closed alarms to the web server hard disk from each workstation or web browser interface. INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 11 O KAI TEXAS 07/24/19 Reby Cary Youth Library 100% Construction Documents RO 10 -17014 11. Trend Configuration. Operator shall be able to configure trend sample or change of value (COV) interval, start time, and stop time for each system data object and shall be able to retrieve data for use in spreadsheets and standard database programs. Controller shall sample and store trend data and shall be able to archive data to the hard disk. Trends shall be BACnet trend objects with trend data of periods up to 30 days. 12. Object and Property Status and Control. Operator shall be able to view, and to edit if applicable, the status of each system object and property by menu, on graphics, or through custom programs. 13. Reports. and Logs. Operator shall be able to select, to modify, to create, and to print reports and logs. Operator shall be able to store report data in a format accessible by standard spreadsheet and word processing programs. 14. Standard Reports. Furnish the following standard system reports: a. Objects. System objects and current values filtered by object type, by status (in alarm, locked, normal), by equipment, by geographic location, or by combination of filter criteria. b. Alarm Summary. Current alarms and closed alarms. System shall retain closed alarms for an adjustable period. C. Logs. System shall log the following to a database or text file and shall retain data for an adjustable period: 1) Alarm History. 2) Trend Data. Operator shall be able to select trends to be logged. 3) Operator Activity. At a minimum, system shall log operator log in and log out, control parameter changes, schedule changes, and alarm acknowledgment and deletion. System shall date and time stamp logged activity. 15. Custom Reports. Operator shall be able to create custom reports that retrieve data, including archived trend data, from the system, that analyze data using common algebraic calculations, and that present results in tabular or graphical format. Reports shall be launched from the operator interface. 16. Graphics Generation. Graphically based tools and documentation shall allow Operator to edit system graphics, to create graphics, and to integrate graphics into the system. Operator shall be able to add analog and binary values, dynamic text, static text, and animation files to a background graphic using a mouse. 17. Graphics Library. Complete library of standard HVAC equipment graphics shall include equipment such as air handlers, fan coils, and unit ventilators. Library shall include standard symbols for other equipment including fans, coils, dampers, and ductwork. Library graphic file format shall be compatible with graphics generation tools. 18. Custom Application Programming. Operator shall be able to create, edit, debug, and download custom programs. System shall be fully operable while custom programs are edited, compiled, and downloaded. Programming language shall have the following features: a. Language. Language shall be graphically based and shall use function blocks arranged in a logic diagram that clearly shows control logic flow. Function blocks shall directly provide functions listed below, and operators shall be able to create custom or compound function blocks. b. Programming Environment. Tool shall provide a full -screen, cursor -and -mouse - driven programming environment that incorporates word processing features such as cut and paste. Operators shall be able to insert, add, modify, and delete custom programming code, and to copy blocks of code to a file library for reuse in other control programs. c. Independent Program Modules. Operator shall be able to develop independently executing program modules that can disable, enable and exchange data with other program modules. d. Debugging and Simulation. Operator shall be able to step through the program observing intermediate values and results. Operator shall be able to adjust input variables to simulate actual operating conditions. Operator shall be able to adjust INSTRUMENTATION AND CONTROL FOR HVAC O KAI TEXAS 23 0907 00 - 12 07/24/19 Reby Cary Youth Library 100% Construction Documents RO 10 - 17014 each step's time increment to observe operation of delays, integrators, and other time -sensitive control logic. Debugger shall provide error messages for syntax and for execution errors. e. Conditional Statements. Operator shall be able to program conditional logic using compound Boolean (AND, OR, and NOT) and relational (EQUAL, LESS THAN, GREATER THAN, NOT EQUAL) comparisons. f. Mathematical Functions. Language shall support floating-point addition, subtraction, multiplication, division, and square root operations, as well as absolute value calculation and programmatic selection of minimum and maximum values from a list of values. �. Variables: Operator shall be able to use variable values in program conditional statements and mathematical functions. 1) Time Variables. Operator shall be able to use predefined variables to represent time of day, day of the week, month of the year, and date. Other predefined variables or simple control logic shall provide elapsed time in seconds, minutes, hours, and days. Operator shall be able to start, stop, and reset elapsed time variables using the program language. 2) System Variables. Operator shall be able to use predefined variables to represent status and results of Controller Software and shall be able to enable, disable, and change setpoints of Controller Software as described in Controller Software section. G. Portable Operator's Terminal. Provide all necessary software to configure an IBM-compatible laptop computer for use as a Portable Operator's Terminal. Operator shall be able to connect configured Terminal to the system network or directly to each controller for programming, setting up, and troubleshooting. H. BACnet. Web server shall have demonstrated interoperability during at least one BMA Interoperability Workshop and shall substantially conform to BACnet Operator Workstation (B- OWS) device profile as specified in ASHRAE/ANSI 135-2001, BACnet Annex L. All input/output points need to defined. Any miscellaneous controller's that control exhaust fans or lighting circuits etc. needs to be defined on the graphics page and show capabilities of being scheduled, also, the location needs to be defined on the floor plan. 2.6 CONTROLLER SOFTWARE A. Building and energy management application software shall reside and operate in system controllers_ Applications shall be editable through operator workstation, web browser interface, or engineering workstation. B. Scheduling: System manufacturer shall provide object type applications for scheduling of equipment: 1. Weekly: Provide separate schedules for each day of the week. Each schedule shall be able to include up to 5 occupied periods (5 start -stop pairs or 10 events). 2. Exception: Operator shall be able to designate an exception schedule for each of the next 365 days. After an exception schedule has executed, system shall discard and replace exception schedule with standard schedule for that day of the week. 3. Holiday: Operator shall be able to define 24 special or holiday schedules of varying length on a scheduling calendar that repeats each year. 4. Scheduling Object: The scheduling object shall allow for 7-day plus holiday and temporary scheduling features and a minimum of 10 on/of events per day. Schedule data entry into the object shall be via graphical sliders or similar interface to speed creation INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 13 0 KAI TEXAS 07/24/19 Reby Cary Youth Library 100% Construction Documents RO 10-17014 and selection of on/of events. The object shall be assignable, classroom, administration, library, etc. 5. Calendar Object: The calendar object shall provide 12-months of scheduling and shall allow for holiday and special event data entry. The calendar object shall be linkable to all scheduling objects to provide overall event control. 6. Temperature Override Object: The temperature override object shall be capable of overriding equipment status so that if a piece of equipment is of per the schedule, it can be turned on for a defined length of time. This object shall be linkable to specific pieces of HVAC equipment. 7. Start/Stop Time Optimization Object: Provide a start/stop time optimization object to provide the capability of starting equipment just early enough to bring space conditions to the scheduled setpoints by the scheduled occupancy time. Also, allow equipment to be stopped before the scheduled unoccupied mode just far enough ahead to take advantage of the building's "flywheel" effect for energy savings. The object to automatically tune Itself to provide to adjust start/stop time object properties based on the previous day's performance. C. System Coordination. Operator shall be able to group related equipment based on function and location and to use these groups for scheduling and other applications. D. Remote Communication. System shall automatically contact server on receipt of critical alarms. If no network connection is available, system shall use a modem connection. E. Maintenance Management. System shall generate maintenance alarms when equipment exceeds adjustable runtime, equipment starts, or performance limits. Maintenance alarms shall be user definable. F. Sequencing, Application software shall sequence mechanical equipment, lighting and other equipment shown on the construction documents based on the sequence of operation. G. PID Control. System shall provide direct -and reverse -acting PID (proportional -integral - derivative) algorithms. Each algorithm shall have anti -windup and selectable controlled variable, setpoint, and PID gains. Each algorithm shall calculate a time -varying analog value that can be used to position an output or to stage a series of outputs. H. Staggered Start. System shall stagger controlled equipment restart after power outage. Operator shall be able to adjust equipment restart order and time delay between equipment restarts. Energy Calculations. 1. System shall accumulate and convert instantaneous power (kW) or flow rates (GPM) to energy usage data if the associated system is shown to have kW or btuh meters. 2. System shalt calculate a sliding -window average (rolling average). Operator shall be able to adjust window interval to 15 minutes, 30 minutes, or 60 minutes. Anti -Short Cycling. Binary output objects shall be protected from short cycling by means of adjustable minimum on -time and of -time settings. K. Runtime Totalization. System shaft provide an algorithm that can totalize runtime for each binary input and output. Operator shall be able to enable runtime alarm based on exceeded adjustable runtime limit. INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 14 O KAI TEXAS 07/24/19 Reby Cary Youth Library 100% Construction Documents 2.7 CONTROLLERS RO 10 - 17014 A. General: Provide Building Controllers (BC), Advanced Application Controllers (AAC), Application Specific Controllers (ASC), Smart Actuators (SA), and Smart Sensors (SS) as required to achieve the sequence of operations. Every device in the system that executes control logic and directly controls HVAC or lighting equipment must conform to a standard BACnet Device profile as specified in ANSi/ASHRAE 135 2004, BACnet Annex L. Unless otherwise specified, hardwired actuators and sensors may be used in lieu of BACnet Smart Actuators and Smart Sensors. B. BACnet: 1. Building Controllers (BCs). Each BC shall conform to BACnet Building Controller (B-BC) device profile as specified in ANSI/ASHRAE 135-2004, BACnet Annex L and shall be listed as a certified B-BC in the BACnet Testing Laboratories (BTL) Product Listing, 2. Advanced Application Controllers (AACs). Each AAC shall conform to BACnet Advanced Application Controller (B-AAC) device profile as specified in ANSIIASHRAE 135-2004, BACnet Annex L and shall be listed as a certified B-AAC in the BACnet Testing Laboratories (BTL) Product Listing. 3. Application Specific Controllers (ASCs). Each ASC shall conform to BACnet Application Specific Controller (B-ASC) device profile as specified in ANSI/ASHRAE 135-2004, BACnet Annex L and shall be listed as a certified B ASC in the BACnet Testing Laboratories (BTL) Product Listing. 4. Smart Actuators (SAs). Each SA shall conform to BACnet Smart Actuator (B-SA) device profile as specified in ANSNASHRAE 135-2004, BACnet Annex L and shall be listed as a certified B-SA in the BACnet Testing Laboratories (BTL) Product Listing. 5. Smart Sensors (SSs). Each SS shall conform to BACnet Smart Sensor (B-SS) device profile as specified in ANSIIASHRAE 135-2004, BACnet Annex L and shall be listed as a certified B-SS in the BACnet Testing Laboratories (BTL) Product Listing. 6. BACnet Communication: a. Each BC shall reside on or be connected to a BACnet network using ISO 8802-3 (Ethernet) Data Link/Physical layer protocol and BACnet1IP addressing. b. BACnet routing shall be performed by BCs or other BACnet device routers as necessary to connect BCs to networks of AACs and ASCs. C. Each AAC shall reside on a BACnet network using ISO 8802-3 (Ethernet) Data Link/Physical layer protocol with BACnet/IP addressing, or it shall reside on a BACnet network using the ARCNET or MSiTP Data Link/Physical layer protocol. d. Each ASC shall reside on a BACnet network using the ARCNET or MS/TP Data Link/Physical layer protocol. e. Each SA shall reside on a BACnet network using the ARCNET or MS/TP Data Link/Physical layer protocol. f. Each SS shall reside on a BACnet network using ISO 8802-3 (Ethernet) Data Link/Physical layer protocol with BACnet/IP addressing, or it shall reside on a BACnet network using ARCNET or MS/TP Data Link/Physical layer protocol. C. Communication: 1. Service Port. Each controller shall provide a service communication port for connection to a Portable Operator's Terminal. Connection shall be extended to space temperature sensor ports where shown on drawings. 2. Signal Management. BC and ASC operating systems shall manage input and output communication signals to allow distributed controllers to share real and virtual object information and to allow for central monitoring and alarms. 3. Data Sharing. Each BC and AAC shall share data as required with each networked BC and AAC. 4. Stand -Alone Operation. Each piece of equipment shall be controlled by a single controller to provide stand-alone control in the event of communication failure. All 1/0 points specified for a piece of equipment shall be integral to its controller. Provide stable and INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 15 0 }CAI TEXAS 07/24/19 Reby Cary Youth Library 100% Construction Documents RO 10 -17014 reliable stand-alone control using default values or other method for values normally read over the network. D. Environment: Controller hardware shall be suitable for anticipated ambient conditions. 1. Controllers used outdoors or in wet ambient conditions shall be mounted in waterproof enclosures and shall be rated for operation at -20OF to 140°F. 2. Controllers used in conditioned space shall be mounted in dust -protective enclosures and shall be rated for operation at 320F to 120°F. E. Keypad. Provide a local keypad and display for each BC and AAC. Operator shall be able to use keypad to view and edit data. Keypad and display shall require password to prevent unauthorized use. If the manufacturer does not normally provide a keypad and display for each BC and AAC, provide the software and any interface cabling needed to use a laptop computer as a Portable Operator's Terminal for the system. F. Serviceability: 1. Controllers shall have diagnostic LEDs for power, communication, and processor. 2. Wires shall be connected to a field -removable modular terminal strip or to a termination card connected by a ribbon cable. 3. Each BC and AAC shall continually check its processor and memory circuit status and shall generate an alarm on abnormal operation. System shall continuously check controller network and generate alarm for each controller that fails to respond. G. Controller: 1. Controller memory shall support operating system, database, and programming requirements. 2. Each BC and AAC shall retain BIOS and application programming for at least 72 hours in the event of power loss. 3. Each ASC and SA shall use nonvolatile memory and shall retain BIOS and application programming in the event of power loss. System shall automatically download dynamic control parameters following power loss. H. immunity to Power and Noise. Controllers shall be able io operate at 90% to 110% of nominal voltage rating and shall perform an orderly shutdown below 80% nominal voltage. Operation shall be protected against electrical noise of 5 to 120 Hz and from keyed radios up to 5 W at 3 ft. Transformer. ASC power supply shall be fused or current limiting and shall be rated at a minimum of 125% of ASC power consumption. 2.8 INPUT AND OUTPUT INTERFACE A. General. Hard -wire input and output points to BCs, AACs, ASCs, or SAs. B. Protection. Shorting an input or output point to itself, to another point, or to ground shall cause no controller damage. Input or output point contact with up to 24 V for any duration shall cause no controller damage. C. Binary Inputs. Binary inputs shall monitor the on and of signal from a remote device. Binary inputs shall provide a wetting current of at least 12 mA and shall be protected against contact bounce and noise. Binary inputs shall sense dry contact closure without application of power external to the controller. INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 16 © KAI TEXAS 07/24/19 Reby Cary Youth Library RO 100% Construction Documents 10 - 17014 D. Pulse Accumulation Inputs. Pulse accumulation inputs shall conform to binary input requirements and shall accumulate up to 10 pulses per second. E. Analog Inputs. Analog inputs shall monitor low -voltage (0-10 Vdc), current (4-20 mA), or resistance (thermistor or RTD) signals. Analog inputs shall be compatible with and feld configurable to commonly available sensing devices. F. Binary Outputs. Binary outputs shall send an on -or -of signal for on and of control. Building Controller binary outputs shall have three -position (on -of -auto) override switches and status lights. Outputs shall be selectable for normally open or normally closed operation. G. Analog Outputs. Analog outputs shall send a modulating 0-10 Vdc or 4-20 mA signal as required to properly control output devices. Each Building Controller analog output shall have a two -position (auto -manual) switch, a manually adjustable potentiometer, and status lights. Analog outputs shall not drift more than 0.4% of range annually. H. Tri-State Outputs. Control three-point floating electronic actuators without feedback with tri-state outputs (two coordinated binary outputs). Tri-State outputs may be used to provide analog output control in zone control and terminal unit control applications such as VAV terminal units, duct -mounted heating coils, and zone dampers. Universal Inputs and Outputs. Inputs and outputs that can be designated as either binary or analog in software shall conform to the provisions of this section that are appropriate for their designated use. 2.9 POWER SUPPLIES AND LINE FILTERING A. Power Supplies. Control transformers shall be UL listed. Furnish Class 2 current -limiting type or furnish over -current protection in primary and secondary circuits for Class 2 service in accordance with NEC requirements. Limit connected loads to 80% of rated capacity. 1. DC power supply output shall match output current and voltage requirements. Unit shall be full -wave rectifier type with output ripple of 5.0 mV maximum peak -to -peak. Regulation shall be 1.0% line and load combined, with 100-microsecond response time for 50% load changes. Unit shall have built-in over -voltage and over -current protection and shall be able to withstand 150% current overload for at least three seconds without trip -out or failure. a. 1) Unit shall operate between 32°F and 120°F. EM/RF shall meet FCC Class B and VDE 0871 for Class B and MILSTD 810C for shock and vibration. b. 2) Line voltage units shall be UL recognized and CSA listed. B. Controls mounted in RTU's & AHU's need to be a minimum of 3-6 inches from any type of high voltage. Utilize metal enclosure not fiberglass C. Controls need to be mounted in easily accessible locations and properly labeled below ceiling tiles. 2.10 AUXILIARY CONTROL DEVICES A. Motorized Control Dampers 1. Type: Control dampers shall have linear flow characteristics and shall be opposed -blade type unless scheduled otherwise on the construction documents. a. Outdoor and return air mixing dampers and face -and -bypass dampers shall be parallel -blade and shall direct airstreams toward each other. INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 17 0 KAI TEXAS 07/24/19 Reby Cary Youth Library 100% Construction Documents RO 10 -17014 b. Other modulating dampers shall be opposed -blade. C. Two -position shutoff dampers shall be opposed -blade with blade and side seals. 2. Frame: Damper frames shall be 13-gauge galvanized steel channel or 118 in. extruded aluminum with reinforced corner bracing. 3. Blades: Damper blades shall not exceed 8 in. in width or 48 in. in length. Blades shall be suitable for medium velocity 2000 fpm performance. Blades shall be not less than 16 gauge. 4. Shaft Bearings: Damper shaft bearings shall be as recommended by manufacturer for application, oil impregnated sintered bronze, or better. 5. Seals: Blade edges and frame top and bottom shall have replaceable seals of butyl rubber or neoprene. Side seals shall be spring -loaded stainless steel. Blade seals shall leak no more than 50 10 cfm per ft2 4 in. w.g. differential pressure. Blades shall be airfoil type suitable for wide-open face velocity of 1500 fpm. 6. Sections: Damper sections shall not exceed 48 in. with each section shall have at least one damper actuator. 7. Linkages: Dampers shall have exposed linkages B. Electric Damper Actuators 1. Stall Protection: Mechanical or electronic stall protection shall prevent actuator damage throughout the actuator's rotation. 2. Spring -return Mechanism: Actuators used for power -failure and safety applications shall have an internal mechanical spring -return mechanism or an uninterruptible power supply (UPS). 3. Signal and Range: Proportional actuators shall accept a 0-10 Vdc or a 0-20 mA control signal and shall have a 2-10 Vdc or 4-20 mA operating range. (Floating motor actuators may be substituted for proportional actuators in terminal unit applications) 4. Wiring: 24 Vac and 24 Vdc actuators shall operate on Class 2 wiring. 5. Manual Positioning: Operators shall be able to manually position each actuator when the actuator is not powered. Non -spring -return actuators shall have an external manual gear release. Spring -return actuators with more than 60 in. -lb torque capacity shall have a manual crank. C. 3inary Temperature Devices: 1. Low -Voltage Space Thermostats. Low -voltage space thermostats shall be 24 V, bimetal - operated, mercury -switch type, with adjustable or fixed anticipation heater, concealed differential, and vented ABS plastic cover. 2. Line -Voltage Space Thermostats. Line -voltage space thermostats shall be bimetal - actuated, open -contact type or bellows -actuated, enclosed, snap -switch type or equivalent solid-state type, with heat anticipator, UL listing for electrical rating, concealed setpoint adjustment, 55OF-85OF setpoint range, 2°F maximum differential, and vented ABS plastic cover. 3. Low -Limit Thermostats. Low -limit airstream thermostats shall be UL listed, vapor pressure type. Element shall be at least 20 ft long. Element shall sense temperature in each 1 ft section and shall respond to lowest sensed temperature. Low -limit thermostat shall be manual reset only. D. Temperature Sensors 1. Type: Temperature sensors shall be Resistance Temperature Device (RTD) or thermistor. 2. Duct Sensors: Duct sensors shall be single point or averaging as shown. Averaging sensors shall be a minimum of 5 ft in length per 10 ft2 of duct cross-section. 3. Space Sensors: Space sensors shall have setpoint adjustment, override switch, display, and communication port. Space temperature sensors shall have a range of 32 to 96 degrees F. and shall be installed at the location indicated on the construction drawings at a height of 5'-5" above finished floor with a clear plastic cover. 4. Differential Sensors. Provide matched sensors for differential temperature measurement. INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 18 0 KAI TEXAS 07/24/19 Reby Cary Youth Library 100% Construction Documents RO 10 -17014 E. Relays 1. Control Relays. Control relays shall be plug-in type, UL listed, and shall have dust cover and LED "energized" indicator. Contact rating, configuration, and coil voltage shall be suitable for application. 2. Time Delay Relays. Time delay relays shall be solid-state plug-in type, UL listed, and shall have adjustable time delay. Delay shall be adjustable ±100% from setpoint shown. Contact rating, configuration, and coil voltage shall be suitable for application. Provide NEMA 1 enclosure for relays not installed in local control panel. F. Override Timers: 1. Unless implemented in control software, override timers shall be spring -wound line voltage, UL Listed; with contact rating and configuration required by application. Provide 0-6 hour calibrated dial unless otherwise specified. Flush mount timer on local control panel face or where shown. G. Current Transmitters: 1. AC current transmitters shall be self -powered, combination split -core current transformer type with built-in rectifier and high -gain servo amplifier with 4-20 mA two -wire output. Full- scale unit ranges shall be 1OA, 20A, 50A, 10OA, 150A, and 200A, with internal zero and span adjustment. Unit accuracy shall be fl-1 % full-scale at 500-ohm maximum burden. 2. Transmitter shall meet or exceed ANSI/ISA S50.1 requirement and shall be ULICSA recognized. 3. Units shall be split -core type for clamp -on installation on existing wiring. H. Current Transformers: 1. AC current transformers shall be UL/CSA recognized and shall be completely in approved plastic material, except for the terminals. 2. Transformers shall be available in various current ratios and shall be selected for +/-1 % accuracy at 5A full-scale output. 3. Use fixed -core transformers for new wiring installation and split -core transformers for existing wiring installation. Voltage Transmitters: 1. AC voltage transmitters shall be self -powered single -loop (two -wire) type, 4-20 mA output with zero and span adjustment. 2. Adjustable full-scale unit ranges shall be 100-130Vac, 200-250Vac, 250-330Vac, and 400-600 Vac. Unit accuracy shall be ±-1 % full-scale at 500-ohm maximum burden. 3. Transmitters shall meet or exceed ANSI/ISA S50.1 requirement and shall be ULICSA recognized at 600 Vac rating. J. Voltage Transformers: 1. AC voltage transformers shall be ULICSA recognized, 600 Vac rated, and shall have built- in fuse protection. 2. Transformers shall be suitable for ambient temperatures of 40°F-130°F and shall provide ±0.5% accuracy at 24 Vac and 5 VA load. 3. Windings (except for terminals) shall be completely enclosed with metal or plastic. K. Power Monitors: 1. Power monitors shall be three-phase type and shall have three-phase disconnect and shorting switch assembly, UL listed voltage transformers, and UL listed split -core current transformers. 2. Power monitors shall provide selectable output: rate pulse for kWh reading or 4-20 mA for kW reading. Power monitors shall operate with 5 A current inputs and maximum error of ±2% at 1.0 power factor or ±2.5% at 0.5 power factor. L. Current Switches: INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 19 0 KAI TEXAS 07/24/19 Reby Cary Youth Library 100% Construction documents RO 10 - 17014 1_ Current -operated switches shall be self -powered, solid-state with adjustable trip current. Select switches to match application current and DDC system output requirements. M. Pressure Transducers: 1. Transducers shall have linear output signal and field -adjustable zero and span. 2. Continuous operating conditions of positive or negative pressure 50% greater than calibrated span shall not damage transducer sensing elements. N. Differential Pressure Switches., 1. Differential pressure switches (air service) shall be UL listed, SPDT snap -acting, pilot duty rated (125 VA minimum) and shall have scale range and differential suitable for intended application and NEMA 1 enclosure unless otherwise specified. O. Pressure -Electric (PE) Switches:. PE switches shall be UL listed, pilot duty rated (125 VA minimum) or motor control rated, metal or neoprene diaphragm actuated, operating pressure rated for 0-25 psig, with calibrated scale minimum setpoint range of 2-18 psig. 1. Provide one- or two -stage switch action (SPDT, DPST, or DPDT) as required by application. 2. Switches shall be open type (panel -mounted). Exception: Switches shall be enclosed type for remote installation. Enclosed type shall be NEMA 1 unless otherwise specified. 3. Each pneumatic signal line to PE switches shall have permanent indicating gauge. P. Local Control Panels: 1. Indoor control panels shall be fully enclosed NEMA 1construction with hinged door key - lock latch and removable sub -panels. A common key shall open each control panel and sub -panel. 2. Pre -wire internal and face -mounted device connections with color -coded stranded conductors tie wrapped or neatly installed in plastic troughs. Field connection terminals shall be UL listed for 600 V service, individually identified per control and interlock drawings, with adequate clearance for field wiring. 3. Each local panel shall have a control power source power switch (on -of) with overcurrent protection. Q. Wiring and Raceways 1. General. Provide copper wiring, plenum cable, and raceways as specified in applicable sections of Division 26 00 00 Electrical. 2. Insulated wire shall use copper conductors and shall be UL listed for 900C (2000F) minimum service. 3. The controls contractor shall coordinate with and carry a cost allowance to have the electrical contract extend power circuits from mechanical room j-boxes or from the electrical panelboards for control cabinet power. It is not possible for the construction documents to contain this information as each controls contractor locates the boxes differently. Review this requirement carefully during bidding and carry enough cost to provide the circuits required to support the control system. 4. No Zip Ties — Use J-Hooks & Velcro to stabilize wire R. Fiber Optic Cable System 1. Optical Cable. Optical cables shall be duplex 900 mm tight -buffer construction designed for intra-building environments. Sheath shall be UL listed OFNP in accordance with NEC Article 770. Optical fiber shall meet the requirements of FDDI, ANSI X3T9.5 PMD for 62.5/125mm. 2. Connectors. Field terminate optical fibers with ST type connectors. Connectors shall have ceramic ferrules and metal bayonet latching bodies. S. Spare Components: INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 20 ® KAI TEXAS 07/24/19 Reby Cary Youth Library 100% Construction Documents RO 10 -17014 1. As part of this contract the owner shall be provided with following items at project completion: a. New Facility: 10 thermostats, 1 of each type of controller used on the project. b. Renovated or Expanded Facility: 5 thermostats, 1 of each type of controller used on the project. PART 3 - EXECUTION 3.1 CONTROL WIRING A. Provide outlet boxes. B. Line voltage and exposed low voltage control wiring shall be run in conduit in mechanical equipment rooms. Low voltage wires will be decided by the detail spec (project scope). C. No splices will be allowed except at junction boxes and control centers. D. No two wires of the same color shall be run in one conduit unless wires of the same color are properly tagged at both ends and any splice points. Do not change colors at splice points. E. EMT Conduit fittings shall be steel compression type or Set Screw type fittings F. All electrical components shall be UL listed. 3.2 INSTALLATION A. The control sequences indicated in the specifications herein show the intended sequence of operation of the various control systems. B. Each control system shall be complete with all necessary thermostats, relays, switches, accessories, etc., and all interconnections, and so arranged that they will provide the proper automatic sequence of operation between the various control devices as required to maintain the desired temperature, conditions and sequence, to provide a complete operating system. C. All control equipment shall be fully modulating unless otherwise noted, and relays or accessories not specifically mentioned but required for proper operation shall be included. D. Competent personnel, who are well trained and regularly employed by the Control Contractor, shall install the system. Installation by the others is not acceptable. E. Control and instrument wiring and capillaries are to be secured to the building structure, not to ductwork, or conduits. F. The exact location of instruments, panel boards, accessories, etc., shall be approved by the project Engineer, reviewed and discussed with the owner during the pre -submittal conference. G. All automatic controls and accessories shall be located in accessible locations. H. All non -panel, as well as panel mounted instruments, shall be clearly labeled as to use and system served by means of engraved laminated nameplates. INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 21 0 KAI TEXAS 07/24/19 Reby Cary Youth Library 100% Construction Documents RO 10-17014 Where control instruments or accessories are to be installed on covered casings, ductwork etc., they shall be mounted on the finished surface of the covering. Care shall be taken that there are no leaks around the stems where they pass through the metal work All modulating control dampers shall operate in a slow, gradual manner without any jerking or slamming. K. All controls shall operate satisfactorily without any cycling or hunting L. Automatic Control Contractor shall provide power to all electric actuators requiring an external power source. If equal to or greater than 110 VAC, coordinate with Division 26 Contractor. M. All labor to mount controllers in the multi -zone units shall be responsibility of Automatic Controls Contractor. N. The Automatic Control Contractor shall furnish and install all motorized damper actuators. 3.3 CONTROL MANUFACTURER'S FIELD SERVICES AND INSTRUCTIONAL REQUIREMENTS A. Start-up and commissioning system: Allow sufficient time for start-up and commissioning prior to placing control systems in permanent operation. On -site training shall not begin until the system has been accepted by the Engineer and field verifications have been completed. B. On -site Training: Provide (40) hours of training. This training shall be completed in groups of no more than 6 persons per group at one time in one 4-hour session for each group. Also include four (2) hours of training for the Test and Balance Representative. The training shall focus on the specific installation and shall address both hardware and software. Specific as -built documentation for this project shall be used for reference as a part of this training. C. For all levels of training, a sign -in sheet shall be submitted to the Engineer certifying that each individual has completed such training to the satisfaction of the instructor. Hours of instruction received shall be a part of the sign -in sheet. D. It shall be the Owner's responsibility to provide adequate time for attendance at all training sessions. 3.4 DEMONSTRATION A. General: Provide field-testing and adjustment of the complete DDC and an on -site operational acceptance test of the complete operational DDC. Notify the Owner in advance of all testing activities. The Owner may witness all tests. B. Field Test: Contractor shall submit to the Engineer the Format/Form that shall be used for field- testing approval, with submittal package. When installation of the system is complete, calibrate equipment and verify transmission media operation before the system is placed on line. The Automatic Control Contractor shall complete all testing, calibration, adjusting, and final field tests. Provide a cross check of each control point within the DDC by making a comparison between the control demand at the Master and field -controlled device. Verify that all systems are operable from local controls in the specified failure mode upon DDC failure or loss of power. Verify that all systems return to DDC control automatically upon resumption of DDC operation or return of power. Submit the results of functional, cross and diagnostic tests, along with a request for the Engineer to complete controls verification. INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 22 0 KAI TEXAS 07/24/19 Reby Cary Youth Library 100% Construction Documents RO 10 - 17014 C. The punch list items shall be corrected to the satisfaction of the Engineer within a four (4) week period directly following the verification period and shall be demonstrated to the Engineer (re - verification) in order to complete the verification process. This process shall continue until all items have been successfully demonstrated and acknowledged to the Engineer in writing. 3.5 SUBSTANTIAL COMPLETION, ACCEPTANCE, AND WARRANTY A. After the Engineer's verification, an acceptance test of the completed system in the presence of the Owner's representative and the Engineer shall be performed. When the system performance is deemed satisfactory by these observers and all record (as -built) drawings have been received by the Owner, that part of the system shall be considered complete. B. All control hardware, software, and firmware installed by the Automatic Control Contractor shall be warranted for a period of one (2) year form date of owner's acceptance. Defects arising during this warranty period shall be corrected without cost to the Owner. This warranty is for material only and labor is not included beyond the standard project warranty. INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 23 © KAI TEXAS 07/24/19 Reby Cary Youth Library R0 100% Construction Documents 10 -17014 PAGE INTENTIONALLY BLANK INSTRUMENTATION AND CONTROL FOR HVAC 23 0907 00 - 24 © KAI TEXAS 07/24/19 I I I Reby Cary Youth Library R0 100% Construction Documents 10 -17014 SECTION 32 3119 DECORATIVE METAL FENCES AND GATES PART 1 GENERAL 1.01 SECTION INCLUDES A. Decorative aluminum gates. 1.02 REFERENCE STANDARDS A. ASTM B221 -Standard Specification for Aluminum and Aluminum Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes; 2014. 1.03 SUBMITTALS A. Product Data: Submit manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. B. Shop Drawings: 1. Indicate plan layout, spacing of components, post foundation dimensions, hardware anchorage, gates, and schedule of components. 1.04 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section with minimum five years experience. PART 2 PRODUCTS 2.01 MANUFACTURERS A. B. Decorative Metal Fences and Gates: 1. Ametco Manufacturing Corporation; www.ametco.com. 2.02 ALUMINUM FENCE A. Decorative Aluminum Privacy Fence and Swinging Gates: 1. Fence Panels: Formed aluminum sheets; 5 feet high by 6 feet long. a. Panel Style: Venetian Aluminum. 2. Posts: Aluminum extrusions; 2-1/2 inches square. 3. Color: As selected by Architect from manufacturer's standard range. PART 3 EXECUTION 3.01 EXAMINATION A. Do not begin installation until substrates have been properly prepared. B. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. 3.02 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Set fence posts in accordance with the manufacturer recommended spacing. 3.03 TOLERANCES A. Maximum Variation From Plumb: 114 inch. B. Maximum Offset From Indicated Position: 1 inch. 3.04 CLEANING A. Clean jobsite of excess materials; scatter excess material from post hole excavations uniformly away from posts. Remove excess material if required. DECORATIVE METAL FENCES 32 3119 - 1 AND GATES 07/24/2019 ©KAI Texas Reby Cary Youth Library 100% Construction Documents i RO 10 -17014 B. Clean fence with mild household detergent and clean water rinse well. C. Touch up scratched surfaces using materials recommended by manufacturer. Match touched -up paint color to factory -applied finish. 3.05 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair, or replace damaged products before Date of Substantial Completion. END OF SECTION DECORATIVE METAL FENCES 32 3119 - 2 AND GATES 07/2412019 OKAI Texas i s 32 31 OO/AMO BuyLine 5468 STEEL & ALUMINUM { llnwNUFACI-01illmd cog SWING GATES SINGLE SWING GATE DOUBLE SWING TUBE FRAME GATE TUBE FRAME INFILL PANELS 'ADLOCKABLE 3UDE BOLT SIN Ir- . L od PA©LOCKABLE CANE BOLT HINGE C FEMALE HINGE HALF IS Sig MALE HINGE MALE- �� p LIGHT �� -� HEAVY J O LIGHT GATE--STAI. EEL H MEDIUM AND HEAV! GATE L 'Pj 516" X 16" CANE BOLT STAINLESS PIN & CHROME BALL BEARING o s �„� f, ar. � �iid1PF AF.i08lJf�� �A .r e ll �'J 0LOCKABLE JDE BOLT iDLOCKABLE %NE BOLT PADLOCKABLE SLIDE BOLT 314" ROUND SLIDE BOLT 32 31 00WAS -BuvLinf� 86H FIXED LOUVER FENCING 1 AIR:: �_z.— s:..rai.4'lry iu __.',l t.. sxi0�>.. rry..4laa'3;, �rw�ii1i:+ M1 t 4 I MANUFACTURMc �a o��l�b a t FIXED LOUVER FENCING Characteristics Specify: The fixed louver Venetian Design allows 100% visual Tig welded extruded aluminum Venetian Design has screening in any direction and still allows airflow for V-shaped extruded aluminum main bars on 2.625" centers ventilation. with extruded aluminum framing bars. The extrusions are Applications: type 6063. The aluminum extrusions are polyester powder o coated after fabrication. The Venetian Aluminum design Because Venetian Design allows 100 /o visual screening in Weight is 3.5 lbs. per square foot. any direction, screening of equipment, trash enclosures, parking garages, etc. can be achieved by running the louver either _vertically or horizontally. Panel Width I End View Aluminum Extrusion 2.500" '423" All products shown in this catalog are manufactured in Willoughby, Ohio from metal produced in the USA d Reby Cary Youth Library 100% Construction Documents SECTION 32 3913 SURFACE MOUNT METAL BOLLARDS RO 10 - 17014 PART1 GENERAL 1.01 SECTION INCLUDES A. Surface mount metal bollards. 1.02 RELATED REQUIREMENTS A. Section 01 7800 - Closeout Submittals: Project record documents, operation and maintenance (O&M) data, warranties and bonds. B. Section 03 3000: Cast -in -Place Concrete. 1.03 REFERENCE STANDARDS A. ASTM A500 — Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. B. ASTM A312 -- Standard Specification for Seamless, Welded, and Heavily Cold Worked Austenitic Stainless Steel Pipes. C. ASTM B26 —Standard Specification for Aluminum -Alloy Sand Castings. D. ASTM A36 — Standard Specification for Carbon Structural Steel. 1.04 SUBMITTALS A. Product Data: Provide Provide type of bollard, component, finish.. B. Shop Drawings: Indicate embedded items and cutouts required for work specified.. C. Maintenance Data: Submit manufacturer's field touch-up, cleaning, and maintenance instructions.. D. Warranty Documentation: Submit manufacturer warranty and ensure that forms have been completed in Owner's name and registered with manufacturer. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section, with at least three years of experience. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Substitutions: See Section 016000 - Product Requirements. 2.02 APPLICATIONS 2.03 SURFACE MOUNT METAL BOLLARDS A. Basis of Design Manufacturer: Reliance Foundry Co. Ltd; www.reliance-foundry.com/bollard. B. Description: 1. Composition: Model No. R-7902. 2. Size: Height 36 in., Diameter 4 in. . 3. Color: To be selected by Architect from full range. PART 3 EXECUTION 3.01 INSTALLATION A. Install in accordance with manufacturer's instructions. B_ Do not install damaged, cracked, chipped, deformed or marred bollards. Field touch-up minor imperfections in accordance with manufacturer's instructions. Replace bollards that cannot be field repaired.. 3.02 CLOSEOUT ACTIVITIES A. See Section 01 7800 - Closeout Submittals, for closeout submittals. SURFACE MOUNT METAL 32 3913 - 1 BOLLARDS 07/24/2019 ©KAI Texas Reby Gary Youth Library RO I 100% Construction Documents 10 -17014 3.03 PROTECTION j A. Protect installed bollards from subsequent construction operations. j END OF SECTION f C I I k i i I r l s I { I SURFACE MOUNT METAL 32 3913 - 2 BOLLARDS 07/24/2019 ©KAI Texas Reby Cary Youth Library 100% Construction Documents SECTION 32 5200 SYNTHETIC TURF PART 1 -GENERAL 1.01 RELATED DOCUMENTS: RO 10-17014 A. Drawings and general provisions of this Contract, including General and Supplementary Conditions and other Division 1 Specification sections apply to this Section 1.02 DESCRIPTION OF WORK A. Playground Grass resilient surface systems for surfaces under and around playground equipment including but not limited to the furnishing and installing an artificial grass safety surface over a compacted base. Finished product shall be seamed to provide a resilient, continuous surface over the interiority of the project surface. Work includes for all labor, materials, tools, equipment, and applicable taxes to perform all work and services for the installation of the surface. 1.03 REFERENCE SPECIFICATIONS AND STANDARDS: A. Materials and methods of construction shall comply with the latest provisions of the following standards: 1. ASTM F 1292-04 "Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment". 2. ASTM D2859 "Flammability Standard". 3. ASTM F1 951-99: Standard Specification for Determination of Accessibility of Surface Systems Under and Around Playground Equipment 1.04 Submittals No alternate product must be submitted with prior approval packages a minimum of ten (10) days prior to bid date. Submittal packages shall include but not be limited to: A. Laboratory Test Reports: Materials certificates certifying each material item complies with, or exceeds, specified requirements. Certificates of compliance must be signed by materials producer and Contractor. B. Product Verification: Delivery slip for each material shipment, including carpet and infill material. Artificial Turf 32 5200 - 1 09-27-2019 I Reby Cary Youth Library RO r 100% Construction Documents 10 —17014 I C. Warranties: Product and maintenance warrantees must be provide to ' owner prior to installation. D. Field test inspection reports and samples for material including Impact Attenuation, Permeability, and Flammability E. Playground Grass Surface Installer Qualifications a. A list of ten (20) playground surfacing projects completed with a similar product within the last five (5) years. List shall include names of project representatives and respective telephone numbers. This list shall also contain projects which require the same level of difficulty, e.g. number of poles and cutouts, transitions to 'other surfaces and other special requirements. These ten (20) projects shall have been contracted and installed by the company bidding the job. F. Product Substitution Submittals: Contractor shall provide the following material for playground grass material substitution. a. At least one project in excess of 5,000 square feet and completed in the two (2) years. b. Two 1'x1' product samples. C. Product warrantee and guarantee from manufacture warranting against all defects for a 8 year period. d. A written guarantee from manufacturer for workmanship. e. Impact attenuation (per fall height requirements), permeability and flammability test results from independent approved and certified testing laboratories. f. The artificial grass INSTALLER/CONTRACTOR will provide a maintenance procedure for the installed surface. 1.05 Testing of Materials The following are test results from an independent testing laboratory which must also be submitted: Artificial Turf 32 5200 - 2 09-27-2019 Reby Cary Youth Library 100% Construction Documents RO 10--17014 a. Impact Attenuation - ASTM 1292-04: Impact attenuation test results will be provided. These test results shall be certified and submitted on the letterhead of an independent testing lab. Impact attenuation test results shall met or exceed Consumer Product Safety Commission Guidelines for impact attenuation (G-max and Head Injury Criteria "H.I.C."). Test results must be administered and evaluated under the same test and these results must be shown for three drops at each required temperature: 320, 7211, 1200; yield less than 200 G's and less than 1,000 H.I.C. Only test results from ASTM testing approved laboratories, F8 committee will be acceptable. Approved testing laboratories are TSI and Detroit Testing. C. Permeability.- Product shall meet or exceed a coefficient of permeability of five (5) feet per minute. NOTE: From a geotechnicai standpoint, the permeability of a material is a measure of the velocity at which water will flow through the void spaces or pores under a given hydraulic gradient. The product shall handle a minimum of 8" of rainfall per hour. d . Flammability (PILL test) NOTE: To assure compliance with a, b, and c installation shall be provided by an approved installer, who has at least 5 successful installs and be IPEMA certified. 1.06 Workmanship and Quality Assurance 1. The artificial grass is to be installed per MANUFACTURER'S plans and specifications by MANUFACTURER. 2. All artificial grass and components shall be provided by a single source_ 1.07 Delivery and Storage of Materials I. Artificial grass will be delivered in rolls 15' in length, wrapped in plastic. SafetyFoam Pro for under the grass will be delivered on pallets to the job site. Artificial Turf 32 5200 - 3 09-27=2019 Reby Cary Youth Library RO 100% Construction Documents 10 —17014 2. Products will be stored out of site (as much as possible) and secured the same to prevent tampering. H. Guarantee/Warranty of the Material and Workmanship 1. The artificial grass installed under this contract will be warranted for a period of ten (10) years for materials and workmanship and covers the surface for wear through, deterioration and excessive fading/UV degradation. Vandalism and force majeure will not be covered. Written warranty must be submitted by the installer 2. When defective material or workmanship is discovered which will require repair or replacement, all such repair work or replacement work shall be done by the CONTRACTOR at its own expense after written notification is given of such required repairs. However, if the CONTRACTOR fails to comply with the requirements of the above guarantee within reasonable time after notification is given, the CITY shall proceed to have the repairs made by others at the CONTRACTOR'S expense. a. Any unsafe conditions that arise shall be secured and maintained by the installer until all required repairs or replacements have been completed. b. All resurfacing will conform in kind and quality to the specifications set forth in the plans and specifications and will be free of defects in workmanship and material. PART 2 - PRODUCTS 2.01 DESCRIPTION OF SYSTEM: Resilient safety surface shall be Playground Grass Ultra as manufactured by Foreverlawn Inc. Resilient safety surface shall all of the following requirements independently and collectively: 1. Blades: Primary blades are a slit film XP polyethylene with anti -microbial agent ALPHASAN integrated into the primary yarn. An anti -static agent must also be integrated into the Artificial Turf 32 5200 - 4 09-27-2019 A Reby Cary Youth Library RO 100% Construction Documents 10 —17014 construction so as to not allow static charge build up. i Secondary blade is a heat textured nylon monofilament. Polyethylene blades that are web or honeycomb fibrillated shail not be accepted. 2. Weight: The product face weight will be 48 ounces. With backing, the total weight of the product will be 108 ounces. 3. Tufting: The tufting gauge will be 3/8", pile height 1 1/2". Tufting configuration — dual yarn same row set up 4. Backing: The backing shall be a multi -layered, three part A. First single layer (stabilized primary consisting of polyester, fiberglass and polyurethane. It is 18 pic construction and 6 ounces. B Second layer is a 48 ounce, urethane layer. C. Third is 3.5 ounce, geotextile fleece. 5. Seams: Primary seaming system shall be a micromechanical seam, utilizing hook and loop technology. 6. Resilient subsurface: 1" or 2" SafetyFoam Pro Pad which is a closed cell polyethylene planed pad. 7. Infill material: will be 10/20 or 14/20 crumb rubber granules or silica sand. PART 3 - EXECUTION 3.01 Base Requirements A. The base shall be cleared, leveled and compacted at a depth equal to 4" if using the 2" SafetyFoam Pro Pad. 3.2 Preparation A. The perimeter of the area shall be defined with a composite nailer board, unless an acceptable surface for anchoring the turf currently exists. These nailer boards will be secured into concrete or blacktop, or held in place with rebar spikes. B. Cleaning - the entire surface shall be clean and free from any foreign and Artificial Turf 32 5200 - 5 09-27-2019 I Reby Cary Youth Library RO 100% Construction Documents 10 —17014 loose material. 3.3 Installation A. SafetyFoam Pro subsurface (resilient surface) — 7" SafetyFoam for a 5' CFH and 2" SafetyFoam Pro for a 8' CFH. ' B. Artificial Turf -- The turf will be rolled out in sections, cut around the poles, and seamed together using the micro -mechanical seaming system as the primary bond. i C. Securing — The turf will be secured around the perimeter. If using nailer boards, 1" staples will be used to secure the turf to the boards. Staples will be placed every'/ inch. (see edge details). D. Protection - Surface installer shall be responsible for the protection of the rubber surface during the installation process. Surface installer shall be responsible for the protection of the surface during the curing period upon completion of the installation. END OF SECTION 32 5200 Artificial Turf 32 5200 - 6 09-27-2019 Reby Cary Youth Library RO 100% Construction Documents 10 _ 17014 SECTION 32 9300 PLANTING PART1-GENERAL 1.01 SECTION INCLUDES: A. Plants. B. Planting soils. C. Tree stabilization. D. Landscape edgings. 1.02 DEFINITIONS A. BackfilL The earth used to replace or the act of replacing earth in an excavation. B. Container -Grown Stock: Healthy, vigorous, well -rooted plants grown in a container, with a well -established root system reaching sides of container and maintaining a firm ball when removed from container. Container shall be rigid enough to hold ball shape and protect root mass during shipping and be sized according to ANSI Z60.1 for type and size of plant required. C. Finish Grade: Elevation of finished surface of planting soil. D. Manufactured Topsoil: Soil produced off site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. E. Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. This includes insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. It also includes substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. F. Pests: Living organisms that occur where they are not desired, or that cause damage to plants, animals, or people. These include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, motes, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. G. Planting Area: Areas to be planted. H. Planting Soil: Standardized topsoil; existing, native surface topsoil; existing, in -place surface soil; imported topsoil; or manufactured topsoil that is modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. I. Plant; Plants; Plant Material: These terms refer to vegetation in general, including trees, shrubs, vines, ground covers, ornamental grasses, bulbs, corms, tubers, or herbaceous vegetation. J. Root Flare: Also called "trunk flare." The area at the base of the plant's stem or trunk where the stem or trunk broadens to form roots; the area of transition between the root system and the stem or trunk. K. Stem Girdling Roots: Roots that encircle the stems (trunks) of trees below the soil surface. L. Subgrade: Surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. M. Subsoil: All soil beneath the topsoil layer of the soil profile, and typified by the lack of organic matter and soil organisms. N. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site. In undisturbed areas, the surface soil is typically topsoil; but in disturbed areas such as urban environments, the surface soil can be subsoil. 1.03 SUBMITTALS A. Product Data: For each type of product indicated, including soils. 1. Plant Materials: Include quantities, sizes, quality, and sources for plant materials. PLANTING 32 9300 - 1 BERKENBILE LANDSCAPE ARCHITECTS 08127/2019 Reby Cary Youth Library 100% Construction Documents Ra 10 —17014 2. Pesticides and Herbicides: Include product label and manufacturer's application in- structions specific to the Project. 3. Plant Photographs: Include color photographs in digital 3-by 5inch print format of each required species and size of plant material as it will be furnished to the Project. Take photographs from an angle depicting true size and condition of the typical plant to be furnished. Include a scale rod or other measuring device in each photograph. For species where more than 20 plants are required, include a minimum of three photo- graphs showing the average plant, the best quality plant, and the worst quality plant to be furnished. Identify each photograph with the full scientific name of the plant, plant size, and name of the growing nursery. City of Fort Worth Parks and Recreation De- partment representative shall review all plant material submittals. B. Samples for Verification: For each of the following: 1. Mulch: 1 pint volume of each mulch required; in sealed plastic bags labeled with com- position of materials by percentage of weight and source of mulch. Each Sample shall be typical of the lot of material to be furnished; provide an accurate representation of color, texture, and organic makeup. 2. Edging Materials and Accessories: Manufacturer's standard size, to verify color select- ed. C. Qualification Data: For qualified landscape Installer. Include list of similar projects completed by Installer demonstrating Installer's capabilities and experience. Include project names, addresses, and year completed, and include names and addresses of owners' contact persons. D. Product Certificates: For each type of manufactured product, from manufacturer, and complying with the following: 1. Manufacturer's certified analysis of standard products. 2. Analysis of other materials by a recognized laboratory made according to methods es- tablished by the Association of Official Analytical Chemists, where applicable. E. Material Test Reports: For standardized ASTM D 5268 topsoil and existing native surface topsoil and imported or manufactured topsoil. F. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of plants during a calendar year. Submit before start of required maintenance periods. G. Warranty: Sample of special warranty. 1.04,QUALITY ASSURANCE A. Installer Qualifications: A qualified landscape Installer whose work has resulted in successful establishment of plants. 1 _ Professional Membership: Installer shall be a member in good standing of either the Professional Landeare Network or the American Nursery and Landscape Association. 2. Experience: five years' experience in landscape installation in addition to require- ments in Division 01 Section "Quality Requirements." 3. Installer's Field Supervision: Require Installer to maintain an experienced full-time su- pervisor on Project site when work is in progress. 4. Pesticide Applicator: State licensed, commercial- B. Soil -Testing Laboratory Qualifications: An independent or university laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. C. Soil Analysis: For each unamended soli type, furnish soil analysis and a written report by a qualified soil -testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; deleterious material, pH; and mineral and plant - nutrient content of the soil. 1. Testing methods and written recommendations shall comply with USDA's Handbook No. 60. PLANTING 32 9300 - 2 BERKENBILE LANDSCAPE ARCHITECTS 08/27/2019 Reby Cary Youth Library 100% Construction Documents RO 10 —17014 2. The soil -testing laboratory shall oversee soil sampling; with depth, location, and num- ber of samples to be taken per instructions from Architect. A minimum of three repre- sentative samples shall be taken from varied locations for each soil to be used or amended for planting purposes. 3. Report suitability of tested soil for plant growth. a. Based upon the test results, state recommendations for soil treatments and soil amendments to be incorporated. State recommendations in weight per 1000 sq ft. or volume per cu_ yd. for nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory planting soil suitable for healthy, viable plants. b. Report presence of problem salts, minerals, or heavy metals, including alumi- num, arsenic, barium, cadmium, chromium, cobalt, lead, lithium, and vanadi- um. If such problem materials are present, provide additional recommenda- tions for corrective action. D. Provide quality, size, genus, species, and variety of plants indicated, complying with applicable requirements in ANSI Z60.1. E. Measurements: Measure according to ANSI Z60,1. Do not prune to obtain required sizes. 1. Trees and Shrubs: Measure with branches and trunks or canes in their normal position. Take height measurements from or near the top of the root flare for field - grown stock and container grown stock. Measure main body of tree or shrub for height and spread; do not measure branches or roots tip to tip. Take caliper measurements 6 inches above the root flare for trees up to 4-inch caliper size, and 12 inches above the root flare for larger sizes. 2. Other Plants: Measure with stems, petioles, and foliage in their normal position. F. Plant Material Observation: Landscape architect and City of Fort Worth Park and Recreation Department representative must be provided the option to observe plant material either at place of growth or at site before planting for compliance with requirements for genus, species, variety, cultivar, size, and quality. Landscape architect and City of Fort Worth Park and Recreation Department representative retains right to observe trees and shrubs further for size and condition of bails and root systems, pests, disease symptoms, injuries, and latent defects and to reject unsatisfactory or defective material at any time during progress of work. Remove rejected trees or shrubs immediately from Project site. 1. Notify Architect of sources of planting materials seven days in advance of delivery to site_ 1.05 DELIVERY, STORAGE, AND HANDLING A. Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of conformance with state and federal laws if applicable. B. Bulk Materials: 1. Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2. Provide erosion -control measures to prevent erosion or displacement of bulk materi- als, discharge of soil -bearing water runoff, and airborne dust reaching adjacent prop- erties, water conveyance systems, or walkways. 3. Accompany each delivery of bulk fertilizers and soil amendments with appropriate cer- tificates. C. Do not prune trees and shrubs before delivery. Protect bark, branches, and root systems from sun scald, drying, wind burn, sweating, whipping, and other handling and tying damage. Do not bend or bind -tie trees or shrubs in such a manner as to destroy their natural shape_ Provide protective covering of plants during shipping and delivery. Do not drop plants during delivery and handling. D. Handle planting stock by root ball. PLANTING 32 9300 - 3 BERKENBILE LANDSCAPE ARCHITECTS 08/2712019 Reby Cary Youth Library 100% Construction Documents RO 10--17014 E. Landscape architect and City of Forth Worth Parks and Recreation Department representative shall be notified a minimum one week in advance of delivery of any plant material to the site. So that the landscape architect and representative from the City of Fort Worth Parks and Recreation Department can be present for plant material delivery. F. Deliver plants after preparations for planting have been completed and install immediately. If planting is delayed more than six hours after delivery, set plants and trees in their appropriate aspect (sun, filtered sun, or shade), protect from weather and mechanical damage, and keep roots moist. 1. Do not remove container -grown stock from containers before time of planting. 2. Water root systems of plants stored on -site deeply and thoroughly with a fine -mist spray. Water as often as necessary to maintain root systems in a moist, but not over- ly -wet condition. 1.06 PROJECT CONDITIONS A. Field Measurements: Verify actual grade elevations, service and utility locations, irrigation system components, and dimensions of plantings and construction contiguous with new plantings by field measurements before proceeding with planting work. B. Interruption of Existing Services or Utilities: Do not interrupt services or utilities to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary services or utilities according to requirements indicated: 1. Notify Architect no fewer than two days in advance of proposed interruption of each service or utility. 2. Do not proceed with interruption of services or utilities without Architect's written permission. C. Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions and warranty requirements. 1.07 WARRANTY A. Special Warranty: Installer agrees to repair or replace plantings and accessories that fail in materials, workmanship, or growth within specified warranty period. 1. Failures include, but are not limited to, the following: a. Death and unsatisfactory growth, except for defects resulting from abuse, lack of adequate maintenance, or neglect by Owner, or incidents that are beyond Contractor's control. b. Structural failures including plantings falling or blowing over. C. Faulty performance of tree stabilization, edgings. d. Deterioration of metals, metal finishes, and other materials beyond normal weathering. 2. Warranty Periods from Date of Substantial Completion: a. Trees: 2 Years b. Shrubs, Vines, and Ornamental Grasses: 12 months. G. Ground Covers, Biennials, Perennials, and Other Plants: Three months. 3. Include the following remedial actions as a minimum: a. Immediately remove dead plants and replace unless required to plant in the succeeding planting season. b. Replace plants that are more than 25 percent dead or in an unhealthy condition at end of warranty period. C. A limit of one replacement of each plant will be required except for losses or replacements due to failure to comply with requirements. d. Provide extended warranty for period equal to original warranty period, for re- placed plant material. 1.08 MAINTENANCE SERVICE PLANTING 32 9300 - 4 BERKENBILE LANDSCAPE ARCHITECTS 08/27/2019 Reby Cary Youth Library 100% Construction Documents RO 10 —17014 A. Initial Maintenance Service for Trees and Shrubs: Provide maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established but for not less than maintenance period below. 1. Maintenance Period: Ends when final punch list items have been completed and accepted by Owner. B. Initial Maintenance Service for Ground Cover and Other Plants: Provide maintenance by skilled employees of landscape Installer. Maintain as required in Part 3. Begin maintenance immediately after plants are installed and continue until plantings are acceptably healthy and well established but for not less than maintenance period below. 1. Maintenance Period: Ends when final punch list items have been completed and accepted by Owner. PART 2 - PRODUCTS 2.01 PLANT MATERIAL A. General: Furnish nursery -grown plants true to genus, species, variety, cultivar, stem form, shearing, and other features indicated in Plant Schedule or Plant Legend shown on Drawings and complying with ANSI Z60.1; and with healthy root systems developed by transplanting or root pruning. Provide well -shaped, fully branched, healthy, vigorous stock, densely foliated when in leaf and free of disease, pests, eggs, larvae, and defects such as knots, sun scald, injuries, abrasions, and disfigurement. 1. Trees with damaged, crooked, or multiple leaders; tight vertical branches where bark is squeezed between two branches or between branch and trunk ("included bark"); crossing trunks; cut-off limbs more than 3/4 inch in diameter; or with stem girdling roots will be rejected. 2. Collected Stock: Do not use plants harvested from the wild, from native stands, from an established landscape planting, or not grown in a nursery unless otherwise indicat- ed. B. Provide plants of sizes, grades, and ball or container sizes complying with ANSI Z60.1 for types and form of plants required. Plants of a larger size may be used if acceptable to Architect, with a proportionate increase in size of roots or balls. C. Root -Ball Depth: Furnish frees and shrubs with root balls measured from top of root ball, which shall begin at root flare according to ANSI Z60.1. Root flare shall be visible before planting. D. Labeling. Label at least one plant of each variety, size, and caliper with a securely attached, waterproof tag bearing legible designation of common name and full scientific name, including genus and species. Include nomenclature for hybrid, variety, or cultivar, if applicable for the plant as shown on Drawings. E. If formal arrangements or consecutive order of plants is shown on Drawings, select stock for uniform height and spread, and number the labels to assure symmetry in planting. 2.02 INORGANIC SOIL AMENDMENTS A. Lime: ASTM C 602, agricultural liming material containing a minimum of 80 percent calcium carbonate equivalent and as follows: 1. Class: T, with a minimum of 99 percent passing through No. 8 sieve and a minimum of 75 percent passing through No. 60 sieve. 2. Class: O, with a minimum of 95 percent passing through No. 8 sieve and a minimum of 55 percent passing through No. 60 sieve. B. Sulfur: Granular, biodegradable, and containing a minimum of 90 percent sulfur, with a minimum of 99 percent passing through No. 6 sieve and a maximum of 10 percent passing through No. 40 sieve. C. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. PLANTING 32 9300 - 5 13ERKENBILE LANDSCAPE ARCHITECTS 08/27/2019 Reby Cary Youth Library R0 100% Construction Documents 10 _ 17014 D. Aluminum Sulfate: Commercial grade, unadulterated. E. Perlite: Horticultural perlite, soil amendment grade. F. Agricultural Gypsum: Minimum 90 percent calcium sulfate, finely ground with 90 percent passing through No. 50 sieve. G. Sand: Clean, washed, natural or manufactured, and free of toxic materials. H. Diatomaceous Earth: Calcined, 90 percent silica, with approximately 140 percent water absorption capacity by weight. I. Zeolites: Mineral clinoptilolite with at least 60 percent water absorption by weight. 2.03 ORGANIC SOIL AMENDMENTS A. Compost: Well -composted, stable, and weed -free organic matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1-inch sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: 1. Organic Matter Content: 50 to 60 percent of dry weight. 2. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source -separated or compostable mixed solid waste. B. Sphagnum Peat: Partially decomposed sphagnum peat moss, finely divided or granular texture, with a pH range of 3.4 to 4.8. C. Muck Peat: Partially decomposed moss peat, native peat, or reed -sedge peat, finely divided or of granular texture, with a pH range of 6 to 7.5, and having a water -absorbing capacity of 1100 to 2000 percent. D. Wood Derivatives: Decomposed, nitrogen -treated sawdust, ground bark, or wood waste; of uniform texture and free of chips, stones, sticks, soil, or toxic materials- 1. In lieu of decomposed wood derivatives, mix partially decomposed wood derivatives with ammonium nitrate at a minimum rate of 0.15 fb/cu. ft. of loose sawdust or ground bark, or with ammonium sulfate at a minimum rate of 0.25 Ib/cu_ ft. of loose sawdust or ground bark. E. Manure: Well -rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, debris, and material harmful to plant growth. 2.04 FERTILIZERS A. Bone Meal: Commercial, raw or steamed, finely ground; a minimum of 4 percent nitrogen and 20 percent phosphoric acid. B. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent available phosphoric acid. C. Commercial Fertilizer: Commercial -grade complete fertilizer of neutral character, consisting of fast- and slow -release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: 1 Ib/1000 sq. fit. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing laboratory. D. Slow -Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water - insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. 2. Composition: Nitrogen, phosphorous, and potassium in amounts recommended in soil reports from a qualified soil -testing laboratory. PLANTING 32 9300 - 6 BERKENBILE LANDSCAPE ARCHITECTS 08/27/2019 Reby Cary Youth Library 100% Construction Documents RO 10--17014 E. Planting Tablets: Tightly compressed chip type, long-lasting, slow -release, commercial - grade planting fertilizer in tablet form. Tablets shall break down with soil bacteria, converting nutrients into a form that can be absorbed by plant roots. 1. Size: 10-gram tablets. 2. Nutrient Composition: 20 percent nitrogen, 10 percent phosphorous, and 5 percent potassium, by weight plus mieronutrients. F. Chelated Iron: Commercial -grade FeEDDHA for dicots and woody plants, and commercial - grade FeDTPA for ornamental grasses and monocots. 2.05 PLANTING SOILS A. Planting Soil Planting Plan: Existing, in -place surface soil. Verify suitability of existing surface soil to produce viable planting soil. Remove stones, roots, plants, sod, clods, clay lumps, pockets of coarse sand, concrete slurry, concrete layers or chunks, cement, plaster, building debris, and other extraneous materials harmful to plant growth. Mix surface soil with the following soil amendments and fertilizers in the following quantities to produce planting soil: 1. Ratio of Loose Compost to Surface Soil by Volume: 1:3. 2. Ratio of Loose Wood Derivatives to Surface Soil by Volume: 1:3. 3. Weight of Sulphur coated fertilizer 15-5-10 with Micronutrients & Iron per 1000 Sq. Ft.: 20lbs 4. Volume of Sand Pius 10 Percent Diatomaceous Earth per 1000 Sq. Ft.: 1:3. 2.06 MULCHES A. Mulch: Free from deleterious materials and suitable as a top dressing of trees and shrubs, consisting of at least one of the following: 1. Type: Fine Shredded Hardwood Mulch (One year old). 2. Type: Decomposed granite. 3. Type: Bull Rock 2.07 WEED -CONTROL BARRIERS A. Nonwoven Geotextile Filter Fabric. Polypropylene or polyester fabric, 3 oz./sq. yd. minimum, composed of fibers formed into a stable network so that fibers retain their relative position. Fabric shall be inert to biological degradation and resist naturally -encountered chemicals, alkaiis, and acids. B. Composite Fabric: Woven, needle -punched polypropylene substrate bonded to a nonwoven polypropylene fabric, 4.8 oz./sq. yd. C_ Manufacture: Dewitt Pro 5 -- Landscape Fabric. 2.08 PESTICIDES AND PRE -EMERGENT AND POST -EMERGENT A. General: Pesticide registered and approved by EPA, acceptable to authorities having jurisdiction, and of type recommended by manufacturer for each specific problem and as required for Project conditions and application. Do not use restricted pesticides unless authorized in writing by authorities having jurisdiction. B. Pre -Emergent Herbicide (Selective and Non -Selective): Effective for controlling the germination or growth of weeds within planted areas at the soil level directly below the mulch layer. 1. Acceptable brands are XL2G, Barricade, or Dimension. C. Post -Emergent Herbicide (Selective and Non -Selective): Effective for controlling weed growth that has already germinated. 2.09 TREE STABILIZATION MATERIALS A. Stakes: 1. Stakes: T-Posts painted black. 2. Flexible Ties: Wide rubber or elastic bands or straps of length required to reach. 3. Tree Guying: 2 Gauge wire. PLANTING 32 9300 - 7 BERKENBILE LANDSCAPE ARCHITECTS 08/27/2019 Reby Cary Youth Library 100% Construction Documents 2.10 LANDSCAPE EDGINGS RO 10--17014 A. Steel Edging: Standard commercial -steel edging, rolled edge, fabricated in sections of standard lengths, with bops stamped from or welded to face of sections to receive stakes. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work inctude, but are not limited to, the following: 2. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on Drawings comparable product by one of the following or approved equal: a. COL -MET 1355 Pritchett Industrial Dr. Austell, Georgia 30168 800. 829.8225 www.colmet.com 3. Edging Size: 3116 inch wide by 4 inches deep. 4. Stakes: Tapered steel, a minimum of 15 inches long. 5. Accessories: Standard tapered ends, corners, and splicers. 6. Finish: Standard paint. 7. Paint Color: Green. 2.11 MISCELLANEOUS PRODUCTS A. Antidesiccant: Water -insoluble emulsion, permeable moisture retarder, film forming, for trees and shrubs. Deliver in original, sealed, and fully labeled containers and mix according to manufacturer's written instructions. B. Burlap: Non -synthetic, biodegradable. C. Planter Filter Fabric: Woven or Nonwoven geotextile manufactured for separation applications and made of polypropylene, polyolefin, or polyester fibers or combination of them. D. Mycorrhizal Fungi: Dry, granular inoculant containing at least 5300 spores per lb of vesicular-arbuscular mycorrhizal fungi and 95 million spores per lb of ectomycorrhixai fungi, 33 percent hydrogel, and a maximum of 5.5 percent inert material. PART 3 - EXECUTION 3.01 EXAMINATION A. Examine areas to receive plants for compliance with requirements and conditions affecting installation and performance. 1. Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in soil within a planting area. 2. Apply pre -emergent material as directed on manufacturer's instructions before installing weed fabric. 3. Do not mix or place soils and soil amendments in frozen, wet, or muddy conditions. 4. Suspend soil spreading, grading, and tilling operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required re- sults. 5. Uniformly moisten excessively dry soil that is not workable and which is too dusty. B. Proceed with installation only after unsatisfactory conditions have been corrected. C. If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by Architect and replace with new planting soil. 3.02 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities and turf areas and existing plants from damage caused by planting operations. PLANTING 32 9300 - 8 BERKENBILE LANDSCAPE ARCHITECTS 08/27/2019 Reby Cary Youth Library 100% Construction Documents RO 10-17014 B. Install erosion -control measures to prevent erosion or displacement of soils and discharge of soil -bearing water runoff or airborne dust to adjacent properties and walkways. C. Lay out individual tree and shrub locations and areas for multiple plantings. Stake locations, outline areas, adjust locations when requested, and obtain Architect's acceptance of layout before excavating or planting. Make minor adjustments as required. D. Lay out plants at locations directed by Architect. Stake locations of individual trees and shrubs and outline areas for multiple plantings. E. Apply antidesiccant to trees and shrubs using power spray to provide an adequate film over trunks (before wrapping), branches, stems, twigs, and foliage to protect during digging, handling, and transportation. 1. If deciduous trees or shrubs are moved in full leaf, spray with antidesiccant at nursery before moving and again two weeks after planting. F. Wrap trees and shrubs with burlap fabric over trunks, branches, stems, twigs, and foliage to protect from wind and other damage during digging, Dandling, and transportation. 3.03 PLANTING AREA ESTABLISHMENT A. Loosen subgrade of planting areas to a minimum depth of 6 inches. Remove stones larger than 1 inch in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 1. Spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend planting soil. a. Delay mixing fertilizer with planting soil if planting will not proceed within a few days. 2. Spread planting soil to a depth of 6 inches but not less than required to meet finish grades after natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. a. Spread approximately one-half the thickness of planting soil over loosened subgrade. Mix thoroughly into top 2 inches of subgrade. Spread remainder of planting soil. B. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Roll and rake, remove ridges, and fill depressions to meet finish grades. Finish Grade shall be below finish grade of building for proper drainage away from building. C. Before planting, obtain Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. D. Application of Mycorrhizal Fungi: At time directed by Architect, broadcast dry product uniformly over prepared soil at application rate indicated on Drawings. 3.04 EXCAVATION FOR TREES AND SHRUBS A. Planting Pits and Trenches: Excavate circular planting pits with sides sloping inward at a 45-degree angle. Excavations with vertical sides are not acceptable. Trim perimeter of bottom leaving center area of bottom raised slightly to support root ball and assist in drainage away from center. Do not further disturb base. Ensure that root ball will sit on undisturbed base soil to prevent settling. Scarify sides of planting pit smeared or smoothed during excavation. 1. Excavate approximately three times as wide as ball diameter container -grown stock. 2. Excavate at least 12 inches wider than root spread and deep enough to accommodate vertical roots for bare -root stock. 3. Do not excavate deeper than depth of the root ball, measured from the root flare to the bottom of the root ball. 4. If area under the plant was initially dug too deep, add soil to raise it to the correct level and thoroughly tamp the added soil to prevent settling. PLANTING 32 9300 - 9 BERKENBILE LANDSCAPE ARCHITECTS 08/27/2019 Reby Cary Youth Library RO 100% Construction Documents 10 _ 17014 5. Maintain required angles of repose of adjacent materials as shown on the Drawings. Do not excavate subgrades of adjacent paving, structures, hardscapes, or other new or existing improvements. 6. Maintain supervision of excavations during working hours. 7. Keep excavations covered or otherwise protected when unattended by Installer's per- sonnel_ B. Subsoil and topsoil removed from excavations may be used as planting soil. C. Obstructions: Notify Architect if unexpected rock or obstructions detrimental to trees or shrubs are encountered in excavations. 1. Hardpan Layer: Drill 6-Inch- diameter holes, 24 inches apart, into free -draining strata or to a depth of 10 feet, whichever is less, and backfill with free -draining material. D. Drainage: Notify Architect if subsoil conditions evidence unexpected water seepage or retention in tree or shrub planting pits. E. Fill excavations with water and allow to percolate away before positioning trees and shrubs. 3.05 TREE, SHRUB, AND VINE PLANTING A. Before planting, verify that root flare is visible at top of root ball according to ANSI Z60.1. If root flare is not visible, remove soil in a level manner from the root ball to where the top- most root emerges from the trunk. After soil removal to expose the root flare, verify that root ball still meets size requirements. B. Remove stem girdling roots and kinked roots. Remove injured roots by cutting cleanly; do not break. C. Set container -grown stock plumb and in center of planting pit or trench with root flare 2 inches above adjacent finish grades. 1. Use planting soil planting plan for backfill. 2. Carefully remove root ball from container without damaging root ball or plant. 3. Backfili around root ball in layers, tamping to settle soil and eliminate voids and air pockets. When planting pit is approximately one-half filled, water thoroughly before placing remainder of backfill. Repeat watering until no more water is absorbed. 4. Place planting tablets in each planting pit when pit is approximately one-half filled; in amounts recommended in soil reports from soil -testing laboratory. Place tablets be- side the root ball about 1 inch from root tips; do not place tablets in bottom of the hole. 5. Continue backfilling process. Water again after placing and tamping final layer of soil. D. When planting on slopes, set the plant so the root flare on the uphill side is flush with the surrounding soil on the slope; the edge of the root ball on the downhill side will be above the surrounding soil. Apply enough soil to cover the downhill side of the root ball. 3.06 TREE, SHRUB, AND VINE PRUNING A. Remove only dead, dying, or broken branches. Do not prune for shape. B. Prune, thin, and shape trees, shrubs, and vines as directed by Architect. C. Prune, thin, and shape trees, shrubs, and vines according to standard professional horticultural and arboricultural practices. Unless otherwise indicated by Architect, do not cut tree leaders; remove only injured, dying, or dead branches from trees and shrubs; and prune to retain natural character. D. Do not apply pruning paint to wounds. 3.07 TREE STABILIZATION A. Install trunk stabilization as follows unless otherwise indicated: 1. Upright Staking and Tying: Stake trees of 2- through 5-inch caliper. Stake trees of less than 2-inch caliper only as required to prevent wind tip out. Use a minimum of two stakes of length required to penetrate at least 18 inches below bottom of backfilled excavation and to extend to the dimension shown on Drawings above grade. Set PLANTING 32 9300 - 10 BERKENBILE LANDSCAPE ARCHITECTS 08/27/2019 Reby Cary Youth Library 100% Construction Documents RO 10--17014 vertical stakes and space to avoid penetrating root balls or root masses. See Tree on drawings. 2. Use two stakes for trees up to 12 feet high and 2-1i2 Inches or less in caliper; three stakes for trees less than 14 feet high and up to 4 inches in caliper. Space stakes equally around trees. 3. Support trees with bands of flexible ties at contact points with tree trunk. Allow enough slack to avoid rigid restraint of tree. 4. Support trees with two strands of tie wire, connected to the brass grommets of tree -tie webbing at contact points with tree trunk. Allow enough slack to avoid rigid restraint of tree. B. Staking : Stake trees more than 14 feet in height and more than 3 inches in caliper unless otherwise indicated. Securely attach no fewer than three guys to stakes 30 inches long, driven to grade. 1. Site -Fabricated Staking -and -Guying Method: a. Support trees with bands of flexible ties at contact points with tree trunk and reaching to turnbuckle. Allow enough slack to avoid rigid restraint of tree. 2. Proprietary Staking and Guying Device: Install staking and guying system sized and positioned as recommended by manufacturer unless otherwise indicated and according to manufacturer's written instructions. 3.08 GROUND COVER AND PLANT PLANTING A. Set out and space ground cover and plants other than trees, shrubs, and vines as noted on the planting plan. B. Use planting soil as shown on planting details on the drawings for backfill. C. Dig holes large enough to allow spreading of roots. D. Work soil around roots to eliminate air pockets and leave a slight saucer indentation around plants to hold water. E. Water thoroughly after planting, taking care not to cover plant crowns with wet soil. F. Protect plants from hot sun and wind; remove protection if plants show evidence of recovery from transplanting shock. 3.09 PLANTING AREA MULCHING A. Install weed -control barriers before mulching according to manufacturers written instructions. Completely cover area to be mulched, overlapping edges a minimum of 6 inches and secure seams with galvanized pins. B. Mulch backfilled surfaces of planting areas and other areas indicated. 1. Trees in Ornamental Grass Areas: Apply mulch ring of 3-inch average thickness, with 24-inch radius around trunks or stems unless otherwise noted on drawings. Do not place mulch within 3 inches of trunks or stems. 2. Mulch in Planting Areas: Apply 3-inch average thickness of mulch over whole surface of planting area, and finish level with adjacent finish grades. Do not place mulch with- in 3 inches of trunks or stems. 3. DG Mulch, Apply minimum 3-inch thickness over areas noted on plan. 4. Bull Rock: Place minimum 6-inch thickness over areas noted on plan 3.10 EDGING INSTALLATION A. Steel Edging: Install steel edging where indicated according to manufacturer's written instructions. Anchor with steel stakes spaced approximately 30 inches apart, driven below top elevation of edging. 3.11 PLANT MAINTENANCE A. Maintain plantings by pruning, cultivating, watering, weeding, fertilizing, mulching, restoring planting saucers, adjusting and repairing tree -stabilization devices, resetting to proper grades or vertical position, and performing other operations as required to establish PLANTING 32 9300 - 11 BERKENBILE LANDSCAPE ARCHITECTS O8/27/2019 Reby Cary Youth Library 100% Construction Documents R0 10 —17014 healthy, viable plantings. Spray or treat as required to keep trees and shrubs free of insects and disease. B. Pill in as necessary soil subsidence that may occur because of settling or other processes. Replace mulch materials damaged or lost in areas of subsidence. C. Apply treatments as required to keep plant materials, planted areas, and soils free of pests and pathogens or disease. Use integrated past management practices whenever possible to minimize the use of pesticides and reduce hazards. Treatments include physical controls such as hosing off foliage, mechanical controls such as traps, and biological control agents. 3.12 PESTICIDE APPLICATION A. Apply pesticides and other chemical products and biological control agents in accordance with authorities having jurisdiction and manufacturer's written recommendations. Coordinate applications with Owner's operations and others in proximity to the Work. Notify Owner before each application is performed. B. Pre -Emergent Herbicides (Selective and Non -Selective): Apply to tree, shrub, and ground - cover areas in accordance with manufacturer's written recommendations. Do not apply to seeded areas. C. Post -Emergent Herbicides (Selective and Non -Selective): Apply only as necessary to treat already -germinated weeds and in accordance with manufacturer's written recommendations. 3.13 CLEANUP AND PROTECTION A. During planting, keep adjacent paving and construction clean and work area in an orderly condition. B. Protect plants from damage due to landscape operations and operations of other contractors and trades. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. C. After installation and before Substantial Completion, remove nursery tags, nursery stakes, tie tape, labels, wire, burlap, and other debris from plant material, planting areas, and Project site. 3.14 DISPOSAL A. Remove surplus soil and waste material including excess subsoil, unsuitable soil, trash, and debris and legally dispose of them off Owners property. END OF SECTION 32 9300 PLANTING 32 9300 - 12 BERKENBILE LANDSCAPE ARCHITECTS 08/27/2019 I Reby Cary Youth Library 100% Construction Documents SECTION 33 4600 SUBDRAINAGE RO 10 —17014 PART 1 GENERAL 1.01 DESCRIPTION: A. This section specifies providing subway drainage systems except drainage sump pumping 4 systems. 1.02 QUALITY ASSURANCE: The following Codes, Regulations, Reference Standards, and Specifications apply to work included in this section: A. Codes and regulations of the jurisdictional authorities. B. Reference Codes and Standards -- Section 01090 1. AASHTO: M252. 2. ASTM: A48, B584, B271, C33, C131, C654, C700, D1785, D2729. f 3. FS: QQ --- B - 626 4 1.03 SUBMITTALS: Submit the following for approval: A. Product information for all products — perforated pipe, non — perforated pipe, inlets, atrium drains. Include complete catalog information for material and equipment. l PART 2 PRODUCTS 2.01 PLASTIC PIPE AND FITTINGS: A. Solid, non -perforated, polyvinyl chloride (PVC) pipe: ASTM D2729 or ASTM D1785. B. Polyethylene, corrugated pipe. 1. AASHTO M252. 2. INDIVIDULA LENGTHS NOT LESS THAN 10 FEET. C. Fittings: 1. Polyvinyl choloride: ASTM D2729 or ASTM D1785. i 2. Polyethylene, corrugated: AASHTO M252. D. Perforated drainage system as recommended by manufacturer or engineered wood fiber mulch i andlor as specified on the drawings. 2.02 CASTINGS: f A. Drainage Castings: 4 1. Drain inlets, cleanouts, floor and scupper drains. Fabricated from cast iron, ASTM A48, Class 25B with brass parts, Alloy Number 844; or ductile iron, ASTM A 536., Grade 60 —40 18. 2. Leaded red brass and leaded semi — red brass sand castings: ASTM B584, 3. Copper base alloy centrifugal castings: ASTM B271. SUBDRAINAGE 33 4600 - 1 i BERKENBILE LANDSCAPE ARCHITECTS 08/27/2019 Reby Cary Youth Library f 100% Construction Documents 4 RO 10 —17014 B. ❑rainage Casting Covers: 1. Cast Irion: ASTM A48, Class 30B. 2. Ductile Iron: ASTM A534, Grade 60 — 40 — 18. 3. Leaded red brass: FS QQ B — 626. 2.03 POROUS SUl3GRADE MATERIAL A. Coarse aggregate: ASTM C33, Size No. 67. B. Maximum percentage of wear: 45 percent when tested in accordance with ASTM C131 PART 3 — EXECUTION 3.01 EXCAVATION: Excavate to lines and grades shown in accordance with section 31 01 00, "Earthwork". 3.02 POROUS MATERIAL PLACEMENT: A. Place porous material for subgrade around main track drain and drain pipes and for trench backfill as shown. B. In rock excavation, place material only on stable rock surfaces. Do not place porous subrade material on excavated rock surface until surface has been flushed with water to remove fine dust and sludge. 3.03 i PLASTIC PIPE: A. Lay plastic pipe as specified for porous concrete pipe. ` B. Use cast iron, concrete, or vitrified clay pipe for last two feet at exposed termination points. Provide standard adapter fittings for connections between differing pie materials. C. Use nonpressure pipe for drainage. ' D. Plastic pipe may be used only if buried or encased in concrete. Its use is prohibited in exposed locations. E. Lay pipe to provide positive drainage. 3.04 INSTALLATION OF PIPE AND CASTINGS: E A. Install drainage piping to the lines and grades shown. Set inlets relative to finish grade as indicated on the drawings. B. Locate drainage castings and set to the finished floor elevation, slabs, or inverts. C. Install cleanouts at the locations shown or a minimum of every 50 linear feet. j 3.06 PROTECTON OF DRAINAGE SYSTEM: A. During the course of construction, maintain drainage lines free of debris and in undamaged condition. SUBDRAINAGE 33 4600 _ 2 BERKENBILE LANDSCAPE ARCHITECTS 08127/2019 I Reby Cary Youth Library 100% Construction Documents RO 10 —17014 B. Plug or close ends of completed runs of piping until the Owner's representative approves their use. C. Cover the inlet end of drainage piping used to convey water to wet wells at the existing drainage pumping stations with wire mesh screen. 3.06 CONNECTIONS TO SYSTEMS: A. Provide connection to existing storm sewer per NCTCOG standards, details and specifications. B. Connect playground subdrainage system to the drainage system for the wood fiber per manufacturer's requirements. 3.07 FIELD QUALITY CONTROL: A. Where drainage piping is located below inert slabs, conduct a ball, shuttlecock, or mandrel test to ensure that the line is free of obstructions subsequent to the placing of porous subgrade material over the line and prior to the placement of the concrete invert slab. B. Upon completion of the test and determination that the line is free of obstructions, plug, cap or otherwise close the open end or ends of the installed piping to prevent the entrance of debris into the lines. C. Immediately prior to final inspection of the work, remove debris from manholes, drain inlets, and floor scupper drains_ In the presence of the Contracting Officer, provide by one of the methods specified above that the piping is free of obstructions. 3.08 CLEAN - UP A. Daily removal of rubbish and debris caused by this work from the site. END OF SECTION 334600 SUBDRAINAGE 33 4600 - 3 BERKENBILE LANDSCAPE ARCHITECTS 08/27/2019 i, SOO %DOI /NOFDnUlSNOD UOJ 03l1SSI 9 k n C,9 '41=oM � o « W � EO l91 sexal uo� 'soli talsenve-� ]se s /[Jaigl tpoA /UBa AgaU 0 U C O O U o= O U O !G. LFJ W z C`1 z e � HIM ��a�rs�_t'a r�scz 9s" aggg s a8 gt g I gHIM �€�a3aaea Y 3 E33 I`ll 1 H49 n��� €8E fee S82 has 333 5 s I I 1 ] Q � I f b 3 I S 8 I 0 o i � � z f I $ 6 I Q to I w w d o F1 I 0 w } IF IZ 21 IU e 3 I "- w io � I�Ln 4 � IqI sG Y 11EE1E99 0 we -if sS 0- 14 3'' a 3 catr Z a�=a 3 � Hifis $d ig u q J INin9 La � 9 LU _g$ Lu g �i7S V l TI flaz al I . ii �J 9 .0 9 w'eie s�ee�ro�"��nn.m+.ea�'ru.+xiovn.n�.fv��m� aAe sure nvarxa�e�ou� =s SOD %0011 NouondisHoo aoA o�nssi I F F o = � s b. Y •an asseaue se � a l � 3 uses �Gea�t!-1 y;no), ti�� �Sga� '- � x o a z W y 1 � �; s €c� c s g agF 99 o Y o s H oilgg g I t. wziFfveanai �,¢�.na�aev v�+un.aa�.3wv r�ai.awosc arse wvo�sco�e�arma sa SaO %00 11 NOU00USNOO LIO-4 03nGGI in g has s -OAV JOISSOU81 ISn3 LSag sl� luejq!-1 qlnok eo AqaN v Lwom Ijoj Jo 11-0 liflph eg OR I � It2 Nail H M., MR fint L 1 1 Hm H RUN HIS mmm a g td� c k aQ 'OAVJOj=ue-I3su3[SHE s a 's'� MCI 0 .yam gtLL �j 3F's IGetq!-1 gjnoh ICIeo Aq2-d ax a H [ ssum c.. ovn .vrw tl N o a • m t— i wne eioe�oi N�,m ovr�s��x��wn oan.�3rni t�oe�asxmemu rrca>gin�a�a�v MO %0041 NOlMnU1SNOO uar o3f153! W l a9 3m d - a Q z O 6 SO49L sex61'y1fftUo3 "ant fslseouei 15c3 4S9£ w D: �q IL[eagl'I47nokfueDKge m 3 E 3 LIPOMlio.1doAn �zy a- ..£ ri?= W "i ass w '^ Pad s��si e E� 9x�3 a qxq5 ap $ 2 gyE :3r g k �" CO IE` ° PP �_ FFS qq5 �' it ' gg• y Y I kxs A aF M °F_ e r i' 3@@7 !$ 5 �3gxF Pg � IF to g{_ Fr= � ' 1� i s 94 i Fe§ 16M F I a ag � iF e ¢AI3 x- &'€ aF a� i c [ � yi S 9 Y>� �` a A�•- ■elRsS C�+" g � se- �a. � `�� � R ga�5 5iaY� P z 11 es: f V 11, xt�i ktiSi �� t �s pgggqa gq• x �;° A: : F eP 4ti Q aa° 19 gc R 1x��g�F�I 1H€6�IF C7 aap¢pigig [Ai6[{i3i{!{a Adze �E�P P pc EtE r y 3 F rya.`y`a p¢&l c5 1 jgaq �$6yI6y #°3 KIN, !/2 $i l0!,, ag LLI If 1"XUl F� � fie Se I�f 19§ S'� �g'� ei ggix g� @�i g � �y� i _q a F1 5�e }eA r� IF 4id 0 p o 4) p or I c, u a a aa Izloop� a s a � s� a o ® - RnN3AV fA3LA NIV1NnUYV LAMMfi\ 3nN3AVS3NAVH wIa o Fmc �F z As w'nu �lauai uwn,rw.e3r.�r�r�:+art�aFa:3�w slonawres µse moxsln�v�uurre ---� r 1N iwts[s¢xal%woMtloj"entl+atsoaslej,lsm SmH6 R 5 0 a u a o ,$ Ajeiq!"I 43noA /Geo Agee = s a y r� � G [K i i E ,� tit. a y® I W'Gltl �SgGIOtl�E1911oA4s�3 Mi V15reH�i oVR:IT3 fhf tlOLIVIN09CyjIA Yld HI�9FOI HLRGtl9 1 F LU „tG�A A R xax48 Y 1 �s scia:saatimouanaasNoaaoAaarsssi C0191 scxal •4iwM ilod ,.any JOISMUDI Sse9 158E NAl w = y FW b a n wa e dL Y aw sr� u�sasx F�I i gon0 ,. 1 Map � $3�� gg� Y c � o S s WaaB O � � I "$ � d � . � R R a 3a C z oa �" 03 t e C a w 99 Hf1:liIAVA1811LiNflbtY a 8� a. &'v uixw� lai tt pia--- �'"'• '— eL —ivvi xr' w u� ucua,S• ! ` �I JJIIB� f is a % 1 t5 f It 1 { \ t I Z F 8 E ! o�, !! rn ti li i a a �tli i d' i • '_sue "--" ..� • _ a �__ • _� • � • _ a -�._ . _ � � a .uYs°p - ]el . Q A„ a I � W'L[a el0L0O1+�rlgloggYp�{yv{SrY+G{eplaYe3Ml bl0ti911If19C tY18 m/pg{'p{B{OCRA j ©� G a a —Lu - --- eGO %0011 NOElonHjSNOa UO9 (03f]SSf -.—� E z COWL sexay 'yitoM Ito •-any ialse���'i 15� ME I F 4 t^ s o-LLi;kLU I k-q!l q;no k Rleo Aqo i la a c a o zg issF Ike l as i Q 3 ', I WYz -x H I,f- I IYII I III q�� I I� !I' 16L�'' 3 at a sa>e Qrs 3 3e& SSra 2ffi rng : s § s x , gag a 7R 19 x �a ^ 3 s€ r ""-o -- ST "ss �9 enae y H 7e kk x I $ �� �" � 91021 p$ gg- - T---- 3(1N3AVMMANIHINf1OW eu w 8 q b 0 0 000v�-) f ��..� w�, �• •:.•at�'wIWt�tir���k r� � w.�, _•ti `w yi. , ,,aa :9 'i d5 l7tl��ftli I� �o ®® nook � ('<.'•''o:••. \ 10 � 4 Q�i.'•��i,-•➢'.f � LEA 9j��� f ��i F% 4 I `�� � Q 1% ►�� �� f _� •� �1'ii �� �y i% V�: \ I�� �4 �1'1% a '. \` �I �� ! n �•. all -av�.",.o" = lea Sn� ���a.r2 P^ K �s;:t�^:•-,,e 't ��t� � "T:..•rf�,��r,���i- �_ b ; 9a' ��V{•tV iY'•� r9P f � 4o+Q00 na•±r• 1! `� fr►rr,,�.�wr+lr�f►irnr<�, -.,r�u��r�`i:�rrrk��:ir� � �I""�i to • �D • e e��� �� �e � w'nee£attbi+�.+cn ram�tn'ri�rxn oas':r.a,w e,onAwoee rae mra+e,a, e,o' n",,r j � e aP� x �7s cn 500 %DOL MOuanaisROO UOj aanssi I tole[ wxaj'4uafnliaj-aey M""Due11M3 Not — - f"u, IvO k AND ACION twoM voi jo Alto i I '- 31y3}S ! I SS + ]i51]5]533]S33 13337335] 3 I KEsa.s �MWO I � �+ I 9 y 9y I i� y3�y49i y3333i y333y3 I :y339ya 3y y ; �� 5. 8a,� •�'.I $3Ld:f • hLLLLLLLLh Lh�l 4bitlsf. I . II %A%Ax1 .I LL6LylL4LbLLhh as:t q I! 31 3r �i- ! 3etI _�E_A° I fey # i a�'il3�35'I, ' I:Se!#rrj s3 ;I 5i j.- AN S 3 1 ' 8 OQU W H ,� �Sa �,nQl�aooza a I M fill 4 5 o� °m� p y F- w .G 4 0 F 2 It C a d z w ir w A a r 0 w z w W wlliY!]U1r91�7�hpme3lRdl'✓+�q:ptQAhM1i IIOL 4d1NOBC1lla WYGY'9lyf alA[ A� 6110MOL I NounUISNODMOA ()Arlssl 1r N[qL si?xol'ql3oMljoj ,aAVjajsL,=q IsLil LSSS z IL vi Lou MU3 MON 0 uj to HID ;41jom liod jo Am Z. i l at It e m m mm m R i ff 0 VALOJ�,R mill, y a cc saa'.OUL r NOUOMISHOO UOJ (13MBI EOl9G sL'ray •4poM Lro�'any iaLseauH-� Is4� LS9E AMR11-1 L11nO k MeD IK 8H It i R Y $$gF $ 3fS3 rz rgp' SaaO MP 8.J go; �v ?; Foeg-$s I i-- �� Y�3; V� Rl gp$$ 3 5 !��" i gt F'1i s _1 §1z5"s y s5? $BED§ z tl i "Him 3F '� �Qp $§Irjilt- x$Mz? 1 & 8$g$B�� ��g�i 'It i s eE Si `s $ y'��3F Yy ygg$ slRlia a�asAa Oil flat pe g F 9 Yg 71 a3#�-g-E Sy Yi - $- ia aEj ¢,x 11 P[1 '0§-e $ 5i$ $36 y¢ a 1•aas6_�- al'1a16¢g4c453� 9i�ax E1ik B Ig•�gPg "gigwiliay{P�- "sp5 x., $--a��p �'�� g[yyfS#rA P1 �S $Si$$$IiE�y�t �y238112 Al�1it3�5��1 ��39 ��935i i$$e N Q — tl Ca � O Jug H 4 UI �m I' .II Z � LLJ Z ,.: b a c z a a m It c� z F 10 PNa13H1lOIIl � f V ? p ZZ yxy- F ti li 8 x CL - --' z z _ w S ---- LIN tIpL1�01 �+ex�sx�sa3 Nli Y�eeq�l epxee3MiiLOLIbIN09C W9 rvr p�.9 G�i BIWILN �F w e00%001l140110ntJISNOOkiodoanssi Z uj EOl9L sxxal'y1ro,N Uv'-any ralseoue-i Ise3 ME#sf A i rt +�eagflglnohAm'.)Agax m s i uljom:poa Jo fi!o Koul Cd 8 e z D z _- V Z 0: 0: Z_ a r ! o4-rn❑r �� a Q 8�10 n� a ag H CL I'! ¢ YYD ii O 8 Q kglog Y q ! d Z fl- _ J ti ww.o-x aa�.p, A' f i, � a�a R• [a d) W 0 C? Q IN, w'tlu7werroe �lxn•au.�3nw veu.,y�•rn:.erns �raelaolrmcrae ma+:9lmr eew�ue + E$ Jig xootlNor�naisvoo HoAaAnss�M dImw0 sexal'4uaHy Uoj •magrielSe�uel 7sE� 159E W <D fuelq!-1 y1no►ui A lino hqeM aul w 3,= gpoNab A! do o 3 a � a � o K� y W � agrg Q ih pL m 5s 5 1 $ f� agg u u n £Y 6 ba �i�g C op L oa#LL LL T as�g a qx �� pgpga J Q Lig Wl/W Y1011U1 RllRel ew,s44rj µ{Ylucry�ogys E31N�f3tllItl IN09c ryq IYd0Y9E�4610TR.9� MR g? d & 803 %60l! NOFL']fltilSIVQQ 8Q3 ©3flSSf Eli Ul S019L SKOC4110M Uvj `UAV 1alseouu-1 Ism LS9Es>fueAq€l yInok Amo Agog d a LLL sY dWOAAVO-440A!Ja a f 4� J .. --... W'L4tl e14L1�91�4egq ewger3 µl tllLagil epe:ee3µ�61011.OV10sCVd8 4Yl Ot�94b491QTflJB I ,R2pRm�m�� \!2» \{ m e+, �' mm _+rm_ _ �glp�DAm #OAA mw@ao ( |§§§§ //|;Km |& 9 •k! ! )|!| z . §/§I 2 ) ( 2 §§;\ k§■§ | z z 9 a 4 0430 %001 L NOIOnUISNOO UOJ 0311SS1 g A -' F nio a £O L9L sezal'41rohM1 iron •any ra]sv�unl ]sea ISse S 4 AUeign q}noA rUeo Aqaqj gvom PD-4 jo 40 f s t 5 65$Y6g8 PH ag 2fn !L gig- .11.1 9 1 9a$yELM = f z a 45 a""Jg „"°a` a ma ' HE �� �� �� �� � �€¢��� a n.�Ytx?,a Kra 2$y A�e i:g3, F ga $--V �°Ai y 5� -j :scree + u d s ' ! x9 1 P B . R w k I 1 I d a � - x •� n Ir II� 'o� f II r N 9 I f •fl m x _ $� r ti ml wuiCrratroi �+�p!3 aqu�e3 rni dMrp��P.�se9ryl��loctalMascple mrtsYsat slw�[ue rm'M sCID ADDI l NOFonui5NOO HO3 a3f}SSI E0{9Lse-1'411oMilo:I'OAV t=tju-I 1393158E mm 5 [>! "INIr oil is a im 0 IN � H s i--, f90 }—f C C o' m a u o� 5 f� I_n u�aim, !9 r+«lu o-laelaiungel.yly.•arn.'v✓r��an .aa+.3rnl rlscroluaxlxre Irrsrs reel seaaizle LEI! F s U>.i 2 a W W Y I�LI �.. Q Ee AIN � 12 i a. 4 O 0 O 5 jig 3 ,- :q 67 ° g93. w cvno oil 0 w e�& = wa wz a os sF C•ii6si"'' b d ii 91 piS l [{[{pp.. x`µp9 FB �m� 6'U d O 1 U as M a i d a i a i d a a a ♦� a� d A `�i i a 3i• 3� i i i i i a a e r a II i a i d d d r..rua eme5n�"u.�iw�=•ary vW.+°i•pu.a�ryta rtodmrcox ixe m�aoeat c�on� s s san %CO[ I NOIDnE shoo ao3 anssl N { .ti, n m •ry £0181 sexel'U MM 1103 •v4v j3juLOU¢l I., ls6£ � u Q � a�-; hie�g1741no�,A1a�![gaa g=a'�a as LU yyyyyy� z w�tla e�oeros uuml o�yos.aNd'vra.�xn+a.s:e3�elatl-tllbo-xxta nrcc:acm 6lWtUB All � I if ul, I I I i 1 L�'L1��0[lniNe��µpsv�µ�'ijfiary�ogpsrjanf pepll9YNA9C NYFl YNSVtC0Y 5[ob� i s sg PamI OR 'z� 50O OOL INOlDWISNoo Ho.A o3nssi PWOL sexal'ylioMlro:J •DAV JajRMMl 1a133 LS9E dleagrj tlanok Iueo Agaa yypm }aoi }o 40 ss log— '�S ;S O O ga 7 Z I I— FFF if <Ckgll ow sm MIIN[Ijra R 111 aY= �I / O ! S� (QO> F _ O O O O WLItl Y101101 tiWn�¢Sis�3/\f�V/Au4R ORu+r315'd>Io1lp1f11p9C Y�10 nvel�fE�0161ou1IlB - ` � �\� ■ | .� ! / \ ! � �ƒ _,__ __s,qll:j $ A $ soo %cot /mojonummoo Noy a3nssi g w o n ;S e E019L t"y seza�'yiiory�Eio1 -nny lalseaurry ise3 ESBEi IGe�4El yjnoA ICEi:� Rgaa �� �q �d Y E�� $ Q G 4 p yEi IF o 2. 4 d N 3i i f, �- ljji r trE��li#ti ;M;—rMIN 7i1l1it11E' g 5 35f x erg' 3 pF R cE s �F$ F tit g€ a Y �§Da 4 g C�£Ona�Oi�f'. P 6 �s L laJaxd.-exws+�J- Q v � � � 5 y� 2 a 8 s � §j R g� w� R 4' 4 §� � QQ � H 4 MA le L � g$ 5 e al F x $ NJ. g � m � u Z a � £ �!' a�E yy L$i���i9 Ozlil a� Cn 77 u` " �,}9."� a gm ���i"i Li4��� 66��9Y is ��a88S 3d d�3��u'���k����n�`wn E .3 w`tp,�X gg § 39s�`x bid>�$_ stir 23a.�� =gssa ��--d�, r a1.a gs.rzp tvL[8 Y102191 tiW��pVse9flLi�M�p!1 up�se3 MiiNLtb[NB@C wi@ RY IlKE0181pVL7A 5W %Do[ /NounUISNOD Ho-4 ognssf E019L M&I'ypOM IJOj'dhtllcDjSnOjM ISLA tgg£ AIejgl-) yinO k �JeO dgaa 4lJpM lion jo Alo 4) NCL 11�YlOLlb4 L•eN�•g4*r3!/t;tlF4cplY oy,4cc3hiL lloLlyl�p9f Npg 11YlI�Sf�0161W7 I EUL9L Mal 'gLJOM Lloj •anytaLDLJUDI Isea [999 Piz LWOWPOD040 �f f�X nic 7 3:: Q o H Eg z �.. C3 N f] O F- w u. w ir LL wlltlifq�t•1'/e�e%9u3Mib�tiegll a%snt)�YltlL1'011l09[rIB IYY9FSC01 b147 M \f«2! sao _Rmnu_mucu ainm _ _ j •§mo .| ..� 4 f l4,G�oAka �f B gom Aw@Ao ( ! §.|!k) rX o q LLLI } 2 ) k 2 � ] k k � �2§ m[ % d� S1N3VvYlNOf1Jf!lIESNOJ%OD4 s P`-5 = - °e E4L9L )C1'41FOM Irvj'any ialsMuaIls9 tSBE LU tiBjq! 1 41no k tied Aqatj a ` 41J0Mlt0zJt0A110 - <uoi io�rouav s¢ K %2-&I pqF Y gvu J4 3ffipp F s 3NOW 3rM �r 6yy 8 S LU 2- IL § F C g g Rd r IN 1 J � i o B Rg � � g tu Q 4: N CL. urviwnwr Lltl-3�a3Y1-10�9DJ'911WMSF+�+�g4tup{u6aas�, 44d BLT4%S 6t6LBfN S1NBM000 NoaonUJRNO�) %Oo1 Mt9L XL'LIWO M po_q'any JD1M=el ISC3 LS9E /aP1411 UgnoA keo I4ad WOM POJ ba Aft L���.1p 8 _ a_5 u 6 LU S i{ a dd w lob P BI° o e tr @ u tS to u A9 997190�9,9�3��E�i���J99 �� a. �igyyg4ggggg@ggg $$�IOR m ro NA Is.E 1 w 1,m 11 fit vi a z d ¢p r LU Lu 0 il W 1tPc56dno�Lla 3a13W -[OQ9p0E1M°��fhONlndLYLS�u��:� ayBY-L1-l16lOL99 � 9qq \/q\ »� }! @G m U ) §` � S_�� _c_. | »-_'M____A� _ | | :s|C.) �- \k( »� 9! * -1p� f E2 i dam. a gE| �|§ ) /! bA A cc � § 3 A| / / I § en ea n a B u r� � a spp?�pL ! NOIlOf1E11SNOp kiO� Q3pS51 WLgZ 8001'9POM Noj •OAV JOISEOM 18e3 lSn fueaq1143no), ALeo Aga8 vuaKuoi�o µ�afoa w3iOeav g � m pp -_� T1 x$ �� -81 le s ai g 9 t 3 1. s FU #� • m R Play � a age 8 5 Hm i ws F d ME k a s� o all �1 G d C �'�W-41 1N S11 O0f11/4 �9 °gs ss r.r � 6rvor C, �c y��:: coo %outtmoaonuisNoodo-qaenss! F-11 x EOLSL SexaA'4!]aµ lso�'ahy lel5entte'175Q�lSBE NElq!l y;no k Aron Aqa� d In A✓ O.1107mdVT J sM 96 " R Wxry EWO156'J—{0—L 1tl A'A ctlil✓G Y9 �g��$s4 LL , e e SiN3Wf130tlN011�l1H1SNO�bs6 ielsuOuel 15e3 i9K f � � ~Lz � z ( H Kuejgi7 Aliwej apis)se3 4 oM l�o� an�� d ` wmnvo�pnr�:xoi ��raxav a z i-T J E449Lsexal'y�iahy�ro�'•antlfaiseaue-�4se� lSBE 6£f� -9£Z (M) 53111NMV MISNI :ioviN0o o - fueaq!-1 q;nok Ann AgoN WAOAAVOJ10 AM HOW6TdWt+ZNt)S :-GCIOW CiI- O -iVM31"13HS)4MVd N091-10d •2dWSty M2 o 9t: a Ch LL to M1 w � J � Lp 44.E w U Z � J lL .ra LU m Z Q Sty 3i3 pp pp V N �a �-- 6xuw a= a1 HUE 1; ,� _ LL O c Oeuil .s mgSj LU 1? �_ gfl yy w £$ [q � a N J _ }J 7 H ¢ryocy ® ui J -- i { ❑ a --- z z F N w Q [0 0 T w F Li L pr$ Z _-------- - � � w w zee ��c `fix` s a ebb s M U? U FO ITT WORT .1,11 _. CITY OF FORT WORTH PROPERTY MANAGEMENT DEPARTMENT ADDENDUM NO. 3 Reby Cary Youth Library Request for Proposals Submittal Date: September 12, 2019 (NO CHANGE) The Request for Proposals for the "Project" noted above is hereby revised and amended as follows: 1. Questions from Bidders and answerstclarification from KAI Texas are included in Attachment No. 1. Refer to KAI Texas's cover sheet for detail information. (Attachment No. 1) 2. Lump -Sum Allowance — Include the sum of $250,000.00 for furniture as specified. This allowance includes material cost, receiving, handling, and installation, and furniture's dealer's overhead and profit. 3. The following Contractor(s) will be submitting Offers: a. Fete Durant & Associates, Inc. Kendall Jenkins -- Kienkins0petedurant.com Phone: 817.439.3213 -- Cell: 817.999.5532 Acknowledge the receipt of this Addendum No. 3 on your Proposal. ROGER VENABLES INTERIM DIRECTOR, PROPERTY MANAGEMENT DEPARTMENT Brian Glass, AIA Architectural Services Manager 817-392-8088, FAX 817-392-8488 RELEASE DATE: September 5, 2019 Addendum No.3 Page 9 of 1 CFW Library Department — Reby Cary Youth library September 2019 DATE OF ISSUE: 09/05/2019 ADDENDUM 3 Project: Reby Cary Youth Library KAI Texas Project No. 10 - 17014 Prepared By: KAI Texas 101 N. Zang Blvd., Suite 100 Dallas, TX 78208 Phone: 214.742.0400 Fax: 817.288.0952 1. This Addendum modifies the Contract Documents and is hereby made a part of the Proposal, Bidding and Contract Documents. II. Bidders must acknowledge receipt of this Addendum in the Bid Proposal Form. Failure to do so may subject Bidder to disqualification. Ill. All incidental work necessitated by this addendum as required to properly complete the work shall be included in the Bids, even though not specifically stated in the Addendum. Project Manual U dates Section # Description No Updates Drawin U dates Drawing # Descri Lion P-201 The previous revision provided for this drawing in Addendum #02 shall be retracted. The original 7/24/19 drawing is the correct information. Documents Description 09052019 Addendum #3 Questions from Bidders — Design Team Responses END OF ADDENDUM 3 Page 1 of 1 101 N. Zang Blvd. I Suite 100 1 Dallas, Texas 78208 1 214.742.0400 p I www.kaitexas.com Requests For Information- Bidders' Questions Project: Reby Cary Youth Library Issue Date: 09-05-2019 1) Reference spec section 23 7413: Paragraph 2.9A states "Control equipment and sequence of operation are specified in Division 23 Section "Instrumentation and Control for HVAC." However, this specification is not found in the project manual. Please provide. a) Spec section 23 0900 has been added. Refer to Addendum #2 2) Reference section 12 5000 Furniture: Please clarify if the furniture listed in this specification and shown on drawings sheets ID1-11 & lD1-12 are Owner Furnished and Contractor Installed (OFCI)or Contractor Furnished and Contractor Installed (CFCI) or if this list is simply for information. a) The furniture identified in the drawings and specifications is CFCI. 3) Reference section 12 9300: This specification and drawing L-5 references two playground equipment packages however it is not clear which one is to be the base bid, and which one is to be the alternate. Please clarify. a) Either one. Roth are acceptable vendors. 4) Specification 012300 issued with addendum #2 clarified the list of alternates however the proposal form was not updated to give a place to list the alternate values. Will a new proposal form be issued, or should we just write the alternates and their values at the bottom of the third page of the proposal after the addendum acknowledgements? a) Refer to updated proposal form in Addendum #3. 5) Per light fixture schedule on E-401: a. Please confirm there are no 54 —Lighted Bollards on the job. a) Correct. There are no lighted bollards on this project. b. Please clarify what light fixture "L3" is, as shown on E-101, but not shown on the schedule. a) This is a typo. This fixture should be labeled'S3' 6) Please confirm: c. All tele/data cabling and data jacks will be provided and installed by the Owner including WAPs? Rough in by GC? a) Correct. Rough -in shall be by GC. Cabling will be provided and installed by the Owner. d. All video surveillance will be furnished and installed by the City. GC only to provide back boxes and conduit. See Spec 28 200-4 under "Scope". a) Correct. e. Does the same apply to access control? Owner furnished and installed, rough in by GC? a) Correct. Rough -in shall be by GC. Access control equipment will be provided and installed by the Owner. 7) Is the video projector provided by the owner? a) Equipment will be provided by the Owner. 8) Specification 27 4116 states it's for the, "'texas Woman's University Fitness and Recreation Center." Is that just a typo? a) Correct. Please disregard this typo. 9) Per Addendum 2, are we only covering 5 windows? a) Correct. FORT WORTH, CITY OF FORT WORTH PROPERTY MANAGEMENT DEPARTMENT ADDENDUM NO. 4 Reby Cary Youth Library Request for Proposals Submittal Date: September 12, 2019 (NO CHANGE) The Request for Proposals for the "Project" noted above is hereby revised and amended as follows: 1. Questions from Bidders and answers/clarification from KAI Texas are included in Attachment No. 1. Refer to KAI Texas's cover sheet for detail information. (Attachment No. 1) 2. A revised Proposal dated 06 September 2019 is included as part of this Addendum No. 4. Refer to Attachment No. 2. (Attachment No. 2) Acknowledge the receipt of this Addendum No. 4 on your Proposal. ROGER VENABLES INTERIM DIRECTOR, PROPERTY MANAGEMENT DEPARTMENT By: Brian Glass, AIA Architectural Services Manager 817-392-8088, FAX 817-392-8488 RELEASE DATE: September 6, 2019 Addendum ido.4 Page 1 of 1 CFW Library Department — Reby Cary Youth Library September 2019 DATE OF ISSUE: 09/06/2019 ADDENDUM 4 Project: Reby Cary Youth Library KAI Texas Project No. 10 - 17014 Prepared By: KAI Texas 101 N. Zang Blvd., Suite 100 Dallas, TX 78208 Phone: 214.742.0400 Fax: 817.288.0952 1. This Addendum modifies the Contract Documents and is hereby made a part of the Proposal, Bidding and Contract Documents. H. Bidders must acknowledge receipt of this Addendum in the Bid Proposal Form. Failure to do so may subject Bidder to disqualification. Ill. All incidental work necessitated by this addendum as required to properly complete the work shall be included in the Bids, even though not specifically stated in the Addendum. Section # Description 012100 Allowances Drawin El dates Drawing # Description No updates Documents Description No updates END OF ADDENDUM 4 Page 1 of 1 101 N. Zang Blvd. I Suite 100 1 Dallas, Texas 78208 1 214,742.0400 p I www.kaitexas.com Reby Cary Youth Library RO 100% Construction Documents 10 - 17014 SECTION 012100 { ALLOWANCES PART 'I GENERAL i 1.01 SECTION INCLUDES A. Cash allowances. 1.02 CASH ALLOWANCES A. Costs Included in Cash Allowances: Cost of product to Contractor or subcontractor, less applicable trade discounts. B. Architect Responsibilities: 1. Select products in consultation with Owner and transmit decision to Contractor. C. Contractor Responsibilities: 1. Obtain proposals from suppliers and installers and offer recommendations. 2. Arrange for and process shop drawings, product data, and samples. Arrange for delivery. 1.03 ALLOWANCES SCHEDULE A. Section 10 1400: Include the stipulated sum of $15,000 for purchase and delivery of interor dedication plaque, and exterior building letter signage and graphic (as indicated on sheet A2-01),. B. Section 12 5000: Include the stipulated sum of $250,000 for purchase and delivery of interior furniture as indicated on sheet ID1-11, and ID1-12. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION ALLOWANCES 01 2100 - 1 OKA[ Texas 07/24/2019 PROPOSAL (Revised — 06 September 2019) T0: MR. DAVID COOKE CITY MANAGER ATTN: PURCHASING OFFICE 200 TEXAS STREET CITY OF FORT WORTH, TEXAS FOR: Reby Cary Youth Library 3851 East Lancaster Ave Fort Worth, Texas 76103 PMD2015-08 City Project No. CO2499 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 Work of Project — Building Systems and associated Site work Systems as defined in the Construction Documents. $ Base Proposal Calendar Days $ Owner's Contingency Allowance (7.5%) added to Base Proposal (This Allowance amount is not 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 Contingency Allowance Playground Area — Purchase and installation of a playground structure and swing structure, playground concrete edging, concrete ramp, playground surfacing (engineer wood fiber), and drainage system. $ Base Proposal Calendar Days $ Owner's Contingency Allowance (7.51/6) added to Base Proposal (This Allowance amount is not 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 Contingency Allowance Instruction to Offerors (Juty2019) — Revised Proposal Page 1 44 CFw PMD — Reby Cary Youth Library September 2019 Pavilion -- Purchase and installation of a 24' x 24' Poligon shelter, installation of a concrete slab, column footings, shelter footing, electrical conduits, concrete walk, one 8' handicap table, two 6' tables, two 6' CFW benches. Base Proposal Calendar Days $ Owner's Contingency Allowance (7.5%) added to Base Proposal (This Allowance amount is not 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 Contingency Allowance ALLOWANCES — Allowance No. i — Include the stipulated allowance sum of $15,000.00 for exterior building signage & graphics and a dedication plaque. Allowance No. 2 — Include the stipulated allowance sum of $250,000.00 for furniture as specified. i ALTERNATES -- Circle the applicable type of alternate being provided for each alternate including calendar days requiredd, ff no changes, please insert zero — " 0 i Alternate No. 1 — Substitute CMU walls with steel studs. Add or Deduct Alternate No. 1 $ Add or Deduct Calendar Days Alternate No. 2 — Substitute 10" depth vertical curtainwall mullions with 7.5" depth vertical curtain wall mullions. Add or Deduct Alternate No. 2 $ Add or Deduct Calendar Days Alternate No. 3 — Reduce overall quantity of landscaping site boulders by 50% Add or Deduct Alternate No. 3 $ Add or Deduct Calendar Days Alternate No. 4 — Substitute PVC membrane roofing at south building volume with reflective modified bitumen roofing. Add or Deduct Alternate No. 4 $ Add or Deduct Calendar Days 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 Instruction to Offerors (July2019) — Revised Proposal Page 2 of 4 CFW PMD — Roby Cary Youth Library September 2019 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 ADDITION of temporary metal casings for drilled pier shafts: 1. For 18" diameter piers: Add: $ per linear foot D. For INCREASE of drilled pier shafts, complete with drilling, excavation, concrete, and reinforcing: 1. For 24" diameter piers: ADD $ per linear foot E. For DECREASE of drilled pier shafts, complete with drilling, excavation, concrete, and reinforcing: 1. For 24" diameter piers: DEDUCT: $ per linear foot Note: Deduct price shall be minimum 66% of add unit price. F. For ADDITION of temporary metal casings for drilled pier shafts: 1. For 24" diameter piers: Add: $__ per linear foot 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 1985 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. 1_1 Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. 1_1 Non-resident vendors in (give state), are not required to underbid resident bidders. B. JT� Our principal place of business or corporate offices are in the State of Texas. Instruction to offerors (July2019) — Revised Proposal Page S of 4 Cr-W PMD -- Roby Cary Youth Library September 2019 i 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 Bands 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) am aware that I must submit information to the Director, Property Management Department, concerning the MBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSIVE. f Respectfully submitted, Company Name f By. Signature Address: Printed Name of Principal Title Street City Phone: i Fax: Email: Zip 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. 9: Addendum No. 10: I Instruction to Offerors (July2019) — Revised Proposal Page 4 of 4 CFW PMD — Roby Cary Youth Library September 2019 THIS COPY IS FOR: CONTRACTOR CITY SECRETARY SPONSORING DEPT PROJFCT i14ANAGER PMD FILE COPY THE CITY OF FORT WORTH, TEXAS REBY CARY YOMTE1 LIBRARY PMD2015-08 City Project No. CO2 99 � .T ' O .THO W--� BETSY PRICE MAYOR DAVID COOKE CITY MANAGER Steve Cooke Director, Property Management Department Manya D. Shoff Director, Library Department KAI Design March 2020 Instruction to Offerors (March 2020) CFW PMD — Reby Cary Youth Library Page I of 33 March 2020 NOTICE TO OFFERORS Proposals for the new Reby Cary Youth Library located at 3851 East Lancaster Ave in Fort Worth Texas will be received at the Purchasing Office, City of Fort Worth, 200 Texas Street, Fort Worth, 76102, until 1:30 P.M on Thursday, August 29, 2019, 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 10:00 A.M., Wednesday, July 31, 2019 at 401 W. 13th Street. The last day for questions from prospective Offerors is at 6:00 PM on Wednesday, August 21, 2019. The offers will be valid for NINETY (90) calendar days. Estimated construction cost is approximately U 800 000. There are several Alternates for this project. The Offeror will add a 7.5% Owner's 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. Refer to the evaluation matrix for the selection of the Best Value Offeror in the Instructions to Offerors. 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 goal is 15%. 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. Also, Refer to Section 2. MINORITY BUSINESS ENTERPRISE MBE BEST VALUE PROPOSAL in the Instructions to Offerors. 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, please notify the Project Manager or ArchitectlEngineer 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 copying and pasting the following link into your browser: httpsa/projectpoint. buzzsaw. com/f`ortworth.ov/Advertised/CO2499°/a20-%2ORebv%2OCary%2OYouth°/o20 L!brary?pub lic Contact the Project Manager, Alfonso Meza, at (817) 392-8274 or email Alfonso. Meza fortworthtexas. ov for assistance. For additional information contact KAI Texas Project Architect, Maurice Thames, AIA at (214) 742- 0400 or email mthamesO-kai-db.com Advertisement: July 25, 2019 August 1, 2019 Instruction to Offerors (March 2020) Page 2 of 33 CFW PMD - Roby Cary Youth Library March 2020 TABLE OF CONTENTS m PROJECT COVER PAGE a NOTICE TO OFFERORS o TABLE OF CONTENTS 0 INSTRUCTIONS TO OFFERORS a PROPOSALFORM CONFLICT OF INTEREST AFFIDAVIT a CONFLICT OF INTEREST QUESTIONAIRE (CIQ) a CONFLICT DISCLOSURE STATEMENT (CIS) ® TEXAS SALES AND USE TAX EXEMPTION CERTIFICATE a 2013 PREVAILING WAGE RATES i a WEATHER TABLE a GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION m CONSTRUCTION CONTRACT a PAYMENT BOND f p PERFORMANCE BOND 0 CERTIFICATE OF INSURANCE 4 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW a PROJECT SIGN I Instruction to Offerors (March 2020) Page 3 of 33 i CFW PMD — Reby Cary Youth Library March 2020 INSTRUCTIONS TO OFFERORS PROPOSAL_ REQUIREMENTS: The following requirements shall be used in the preparation of the response to this Request for Sealed Proposals: R 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 Offeror is 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. • Complete and submit the Conflict of Interest Affidavit form. (Also submit associated Form CIQ and Form CIS if required.) • 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 reinsures in the state of Texas 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 (60 points) — The lowest priced responsive Proposal will receive 60 points for this rating criterion. Nigher priced proposals will receive proportionally lower scores. When compared to the lowest price, the higher priced proposal will have its score reduced by one percent of the available points for every percent it is higher than the lowest price. The score will be rounded to the nearest whole number. 2. Proposed level of MBE participation (10 points). 3.' Proposed project schedule (5 points) -- Proposals should include a general schedule showing the amount of time necessary to complete the project, critical path, major phases of the work, and major impacts on the project. This is to demonstrate an understanding of the project and the most efficient justifiable time. The best schedule demonstrating the most complete understanding of the project will receive 5 points. All others will be graded accordingly. Instruction to Offerors (March 2020) Page 4 of 33 CFW PMQ — Reby Cary Youth Library March 2020 4. References/Experience (15 points) - References 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 Work in the City of Fort Worth (10 points) -- Points shall be awarded for experience working on similar projects within the city limits of the City of Fort Worth. Contractors with no experience in the City of Fort Worth will receive 5 points. Contractors demonstrating strong experience will receive more than 5 points. Contractors with poor examples may receive less than 5 points. 6. 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 MBE BEST VALUE PROPOSAL BUSINESS DIVERSITY ENTERPRISE (BDE) ORDINANCE MINORITY BUSINESS ENTERPRISE (MBE) PROVISION: All proposers shall note that the Business Diversity Enterprise Ordinance (Chapter 20, Article X of the Fort Worth Code of Ordinances, as amended) was adopted to ensure the full and equitable participation of Minority Business Enterprises (MBEs) in the procurement of services $50,000 or more. The Minority Business Enterprise (MBE) diverse goal on this proiect is 15%. Proposers must obtain MBE listing from the City of Fort Worth's Office of Business Diversity at (817) 392-2574 or email mwbeofficeC@fortworthtexas.gov. This will ensure that Competitive Sealed Proposal firms are acknowledging MBE firms currently certified by the North Central Texas Regional Certification Agency (NCTRCA) or the Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and accepted by the City of Fort Worth at the time proposals are submitted, in order for the participation to be counted towards the established diverse goals. The firms must be located in the City's six (6) county geographic marketplace that includes the counties of: Tarrant, Dallas, Denton, Johnson, Parker and Wise. A Minority Business Enterprise is defined as a business concern located in the Marketplace meeting the following criteria: is at least 51 percent owned by one or more minority persons, or, in the case of any publicly owned business, at least 51 percent of the stock is owned by one or more minority persons; and b. management and daily business operations are controlled by one or more mi. nority persons who own it. The business must be certified prior to recommendation of award in order for the participation to be counted towards the established goal. Instruction to Offerors (March 2020) Page 5 of 33 CFW PMD — Reby Cary Youth Library March 2020 Offerors must submit the best value utilization form within 5 business days of submitting their Best Value Proposal. If an Offeror is certified as a DBE, MBE, SBE or WBE firm, please be aware that the City's Ordinance does not allow a certified company to count itself towards the established goal; the goal represents subcontracting opportunities. If an Offeror (regardless of certification status or if a non- DIMISIBE), however, forms a joint venture with one or more MBEs, the MBE joint venture percentage participation will be counted towards the established goal. The appropriate City of Fort Worth Joint Venture form must be submitted for review and approval in order for it to be counted. The City of Fort Worth strongly encourages joint ventures. If Offeror failed to meet the stated MBE 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 MBE participation. Failure to submit the MBE participation information or the detailed explanation of the proposer's Good and Honest Efforts to meet or exceed the stated MBE goal, may render the proposal non- responsive. The MBE plan 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 sutra equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of 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 reinsures that is authorized and admitted as a reinsures in the State of Texas 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. 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. Instruction to. Offerors (March 2020) Page 6 of 33 CFVV PMD — Reby Cary Youth Library March 2020 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. 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 seven (7) copies of the following information to the Architectural Services Office, 401 West 13th Street, Fort Worth, Texas 76102 (phone number 817-392-2586), within five business days subsequent to bid opening (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 List of current projects & past projects built within the last 10 years, including owners' and architects' names with contact information for both current & past projects. o Proposed Subcontractors and Suppliers Project Schedule e Schedule of Values (Breakout by CSI Divisions) 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 a substitute. 10. DISCREPANCIES AND ADDENDA: 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 considered valid, 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. It is the Contractor'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 Instruction to Offerors (March 2020) Page 7 of 33 CFW PMD— Reby Cary Youth library March 2020 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. BID 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. 19. STATE FORM 1295 "CERTIFICATE OF INTERESTED PARTIES": Texas Ethics Commission regulations require that the business entity must fill out the Form 1295 on an electronic filing application on the Texas Ethics Commission website (www.ethics.state.tx.us). The business entity that wishes to enter into the contract must supply the completed, signed and notarized Form 1295 to the City. 20. Any oral communications are considered unofficial and non -binding with regard to this proposal. Instruction to Offerors (March 2020) Page 8 of 33 CFW PMD — Reby Cary Youth Library March 2020 PROPOSAL, (Revised — 06 September 2019) TO: MR. DAVID COOKE CITY MANAGER ATTN: PURCHASING OFFICE 200 TEXAS STREET CITY OF FORT WORTH, TEXAS FOR: Reby Cary Youth Library 3851 East Lancaster Ave Fort Worth, Texas 76103 PMD2015-08 City Project No. CO2499 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 Work of Project -- Building Systems and associated Site work Systems as defined in the Construction Documents. $_3,547,931.00 Base Proposal _273 Calendar Days $ Owner's Contingency Allowance (7.5%) added to Base Proposal (This Allowance amount is not 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 Contingency Allowance Playground Area — Purchase and installation of a playground structure and swing structure, playground concrete edging, concrete ramp, playground surfacing (engineer wood fiber), and drainage system. $_92,938.00 Base Proposal Run Concurrent Calendar flays $ Owner's Contingency Allowance (7.511/o) added to Base Proposal (This Allowance amount is not 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 Contingency Allowance Instruction to Offerors (July2019) — Revised Proposal Page 1 of 4 CFw PMe — Reby Cary Youth Library September 20f9 Pavilion -- Purchase and installation of a 24'x 24'Poligon shelter, Installation of a concrete slab, column footings, shelter footing, electrical conduits, concrete walk, one 8' handicap table, two 6' tables, two 6' CFW benches. $ 46,209.00 Base Proposal Run Concurrent Calendar Days $ Owner's Contingency Allowance (7.5%) added to Base Proposal (This Allowance amount is not 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 and of construction will be retained by the City of Fort Worth). Base Proposal plus Owner's Contingency Allowance ALLOWANCES — Allowance No.1 — Include the stipulated allowance sum of 115,000.00 for exterior building signage & graphics and a dedication plaque. Allowance No. 2 -- Include the stipulated allowance sum of $ 50,000.00 for furniture as specified. i ALTERNATES — Circle the applicable type of alternate being provided for each alternate including calendar days required if no changes, please insert zero — " 0 Alternate No. 1 -- Substitute CMU walls with steel studs. Add or Deduct Alternate No. 1 $ Accepted and Incorporated into Base Bid Add or Deduct Calendar Days _No change f Alternate No. 2 — Substitute 10" depth vertical curtainwall mullions. with 7.5" depth vertical curtain wall mullions. Add or Deduct Alternate No. 2 $ 7,367.00 Add Add or Deduct Calendar: Days ___No change Alternate No. 3 — Reduce overall quantity of landscaping site boulders by 50% Add or Deduct Alternate No. 3 $ Accepted and incorporated Into Base Bid_ Add or Deduct Calendar Days No change Alternate No. 4 — Substitute PVC membrane roofing at south building volume with reflective modified bitumen roofing. Add or Deduct Alternate No. 4 $ No Change in Price - Rejected` Add or Deduct Calendar Days No Change UNIT PRICES A. For INCREASE of drilled pier shafts, complete with drilling, excavation, concrete, and reinforcing: 1. For 18" diameter piers: ADD $ 50.00 per linear foot Instruction to Offerors (July2019) — Revised Proposal Page 2 of 4 CFW PMD — Reby Cary Youth library September 2019 B. For DECREASE of drilled pier shafts, complete with drilling, excavation, concrete, and reinforcing: 1. For 18" diameter piers: DEDUCT: $ 33.00 per linear foot Note: Deduct price shall be minimum 66% of add unit price. C. For ADDITION of temporary metal casings for drilled pier shafts: 1. For 18" diameter piers: Add: $ 40.00 per linear foot D. For INCREASE of drilled pier shafts, complete with drilling, excavation, concrete, and reinforcing: 1. For 24" diameter piers: ADD L66.45� per linear foot E. For DECREASE of drilled pier shafts, complete with drilling, excavation, concrete, and reinforcing: 1. For 24" diameter piers: DEDUCT: $_43.20^ per linear foot Note: Deduct price shall be minimum 66% of add unit price. F. For ADDITION of temporary metal casings for drilled pier shafts: 1. For 24" diameter piers: Add: $ 47.15 per linear foot 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 1985 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. L( Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. Ll Non-resident vendors in (give state), are not required to underbid resident bidders. B. 1-4 Our principal place of business or corporate offices are in the State of Texas. Instruction to Offerors (JufyM 9) -- Revised Proposal Page 3 of Q CFW PMD — Reby Cary Youth Library September 2019 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) am aware that I must submit information to the Director, Property Management Department, concerning the MBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSIVE. Respectfully submitted, FPI Builders, LLC Company Name } 1 L- C 1 By: _ '� Signature Kevin S. Drake Manager/Owner Printed Name of Principal Title Address: 2116 Wenneca Ave. Street Fart Worth, Texas 76102 City Zip Phone: 817-336-1161 Fax: 817-336-1164 Email: kevin@fpibuilders.com Receipt is acknowledged of the following addenda: Addendum No. 1: V Addendum No. 2: Addendum No. 3: V Addendum No. 4: Addendum No. 5: Addendum No. 7: Addendum No. 9: Instruction to Offerors (July2019) — Revised Proposal CPW PMb — Reby Cary Youth Library Addendum No. 6: Addendum No. 8: Addendum No. 10: Page 4 of 4 September 2019 BuBde-fic c ff Reby Cary Youth Library Base Bid Schedule of Values Ser.ii0ia Description- <N: Total Amount Wn 01-0000 General Conditions 388,397 01-5719 Temp Enviro Controls 2,034 02-4113 Site Demolition (with Excavation) 0 03-0516 Underslab Vapor Barrier (with Concrete) 0 03-3000 CIP Concrete 469,511 03-3500 Concrete Floor Finish (with Concrete) 0 03-4500 Precast Arch Concrete 18,507 04-2000 Unit Masonry 4,077 05-1200 Structural Steel Framing 246,266 05-1213 Arch Exposed Structural Steel (wf 05-1200) 0 05-2100 Steel Joist Framing (wf 05-1200) 0 05-3100 Steel Deck (wf 05-1200) 0 05-4000 Cold Formed Metal Framing 5,097 05-5000 Metal Fabrications 10,991 06-1000 Rough Carpentry 8,360 06-4100 Arch Wood Casework 29,447 06-8316 FRP Paneling 22,826 07-2100 Thermal Insulation (with Drywall) 0 07-2500 Weather Barriers 24,761 07-4213 Composite Metal Wall Panels (w107-5200) 0 07-4646 Fiber Cement Siding (with Drywall) 2,752 07-5200 Mod Bit Roofing 176,731 07-6419 PVC Roofing (w107-5200) 0 07-6200 Sheet Metal Flashing & Trim 4,587 07-7100 Roof Specialties (with Roofing) 0 07-7200 Roof Accessories (with Roofing) 0 07-9200 Joint Sealants 2,484 08-1113 HM Doors & Frames 17,336 08-1416 Flush Wood Doors (with 08-1113) 0 08-3100 Access Doors & Panels 1,007 08-3223 Sliding/Folding Glazed Doors/Walls 16,712 08-4229 Automatic Entrances ( with 08-4313) 0 08-4313 Alum Framed Storefronts 358,426 08-4413 Glazed Alum Curtainwalls (with 08-4313) 0 08-4600 Glazed Interior Wall Assemblies (w108-4313) 0 08-7100 Door Hardware 771 08-8000 Glazing ( with 08-4313) 0 08-8300 Mirrors ( with 08-4313) 0 08-9100 Louvers (Eliminated from Project by VE) 0 09-0561 Floor Preparation (with 09-3000) 0 09-2116 Gypsum Board Assemblies 277,283 09-2236 Lath (with 09-2400) 0 09-2400 Cement Plastering 5,637 09-3000 Tiling 66,111 09-5100 Acoustical Ceilings (with 09-2116) 0 09-6500 Resilient Flooring (with 09-3000) 0 09-6813 Tile Carpeting (with 09-3000) 0 09-7200 Wall Coverings (with 09-8414) 0 09-8414 Acoustic Stretched Fabric Walls/Ceilings 4,766 09-9000 Painting 31,793 10-1101 Visual Display Boards 4,588 10-1124 Tackable Wall Systems 1,565 10-1400 Signage 1,299 10-1500 Video Display Systems (By Owner) 0 10-2113 Plastic Toilet Compartments 2,866 10-2241 Operable Glass Partitions (with 08-3223) 0 10-2800 Toilet Accessories 4,761 10-4400 Fire Preotection Specialties 680 10-5240 Data & Key Storage Cabinet 409 10-5617 Wall Mounted Shelving (with 06-4100) 0 10-5723 Closet & Utility Shelving (with 06-4100) 0 10-7113 Fixed Sun Screens (with 08-4313) 0 10-7500 Flagpoles 3,792 10-8961 Thruwall Depositories 4,802 11-5213 Projection Screens (By Owner) 0 11-5223 Audiovisual Equipment 1,019 11-6816 Playground Inspection (In Option 1) 0 12-2400 Window Shades 841 12-3600 Countertops 1,060 12-5000 Furniture 249,497 12-9300 Site Furnishings 889 12-9313 Bicycle Racks 564 21-1000 Wet Fire Suppression 29,128 22-0000 Plumbing 121,304 23-0000 HVAC 170,182 23-0593 HVAC Test & Balance (with 23-000 HVAC) 0 23-0900 Instrumentation & Control (with 23-000) 0 26-0000 Electrical 265,783 26-8310 Fire Alarm System 10,142 27-1601 Premise Wiring Guide 0 27-4116 Audio Video System (By Owner) 0 27-4600 Electronic Communications (By Owner) 0 28-1300 Access Control (By Owner) 0 28-2000 Electronic Surveillance (By Owner) 0 31-1000 Site Clearing 65,214 31-2000 Earth Moving (with 31-1000) 0 31-3213 Soil Mixing Stabilization (with 31-1000) 0 31-6329 Drilled Piers (with 03-3000) 0 32-1313 Concrete Paving 32-1373 Concrete Paving Joint Sealants (w107-9200) 32-1723 Pavement Marking 32-3119 Decorative Metal Gates 32-3913 Surface Mount Metal Bollards 1 32-5200 Synthetic Turf (with 32-9300) 32-8400 Planting Irrigation (with 32-9300) 32-9200 Turf & Grasses (with 32-9300) 32-9300 Plants 33-1100 Water Utilities 33-3100 Sanitary Sewer Utilities 33-4100 Storm Drainage Piping ' 33-4600 Subdrainage (with 32-9300) 26,432 0 709 18,390 1,036 0 0 0 111,356 42,344 11,676 40,288 0 Sub Total 3,369,231 Insurance 23,692 Fee 118,749 P&P Bond 36,359 Total Base Bid $3,547,931 Playground Option 1 Schedule of Values 11-6816 Playground Inspection 1,700 12-9300 Site Furnishings 42,905 32-9300 Landscaping & Site Concrete 31,233 33-4100 Storm Drainage Piping 10,680 Sub Total 86,518 Insurance 612 Fee 3,486 P&P Bond 2,323 Total Option 1 92,938 Pavillion Option 2 Schedule of Values 12-9300 Site Furnishings 33,897 32-1313 Concrete Paving 9,120 Sub Total 43,017 Insurance 304 Fee 1,733 P&P Bond 1,165 Total Option 2 $46,209 Total Proposal Base Bid, Option 1, Option 2 $3,687,078 c c o o c _ 4- U 41 U c f' � 4r C:C Q O 3 •� C x E U O O O LnN O N C C 'L •L C O = N 'U Ln •U -0 C +' N -a O O a} Ma) y .b to bD � 'in C `� 1 O. Ln ry �' w — tr _a -0 -a a +n O B Ln ryi vi M d °; t Ln rn a3 m m r0 �* r0 c � to — c 'rQ vaj Q .� N 7 -0 Lu v �C i� CL L y.�' E z L L '� � .� L 41 V �) N 'rif a1 O (V L L ;L 41 U ra F.. 41 � � c a a� � 3 a� $ •a � cu � � c o a F= Q c c °c0 a v c o o rri _41 W D a, 3 3 a, o 3 41 j W � � °n > U io aj a) L LL. c LL c c ii d m U u — O 0) CI' O O O O 00 fV O O r/k O p N w O r-i 00 p O M a) H O rV U w O w �� e-i Ln rV crn i t1F -L l al ,U O tVF rJ� V} ih N Q O s Of Ln CD Ln r• O O to 0 0o N O n ca Ca cr d' IDN c7 rn �l 00 [] O i M c� H Q r� O Lfl to i}V e- Ln V} tfl- Vn QV} i/} Q7 W E _c o ro Q x .r+J W -ra r•0 L ul ai O Ln O m O O fD 4-1 03 cu +a 0 +� CL 0 U m ° r0 +, O 0 L U C N 1 C 41 RA J u CL_ru x o .� o 4 U a O --j o v E v, V) "0 O an u a V vi L ``" LL ra rn ro U ,, i7 ao a1 rn Q3 a� m ro N c ro M c roy 'rdo. O —�' sca co oi2f _r'►- Q ci i Ln o�L/ CL ItLo C O m m � 0) •?_C � �a00) � 41 Y _ � 4-0 L 41 10 OA r0 o? '� O 41 Uz7 a L v, 4-m �o (D E +' L yr L a E oO c- = M +E � U -n v CL J LL 2 — OUO N +1 O x ra n N O r � 0 0 °��o ra tiO C C O N C -igC) O Q of L a--� C X m 41 ,- 0 N O rf ti N f� _ 1 , L 01 ,� O al m r0 *+ r +' O O [� C Q7 0 ri7 O Q 0 O 4 L w t Ln t C x= c m ..t= ..c c m w ai at u dA 14 Cr� 0 N ._ N N a! � E U ai H a+ to ++ + — 4-1 w O c m rOo U vi O Ll N U i74.1 C '� IT1 •� U 4-a) 16 _C rU6 O LL O W ai p ri p C ai E O. � -0N ¢ 20,6 0U A5 G � 5 ZD UJ -0 Lu ua vL- V Q cr Q m rr N M co m c7 Ln CZ h 0O Ol O Wri M H nb � a ' wto 0 N tA H •� � a VI al •Q7 aJ � y a V 0 •� rl a N X U 0. O O O E O 6 p aJ E C N L a1 U aQ p Ln E a.. ' DL O 41 c •Ln 4- ro O 0 -0 0 0 to 0 •a! L. N fli C N C ++ of C� tn Y m 0 c i U 4- vs w a+ *' �- 00 f CJ i ro U a) tn Q) H O tp� 42 O_ W cn - X 7 MO O U .O _ ha E .0 m O to C CO m O C C t+ 3 41 O V u o1 -a .0 ro � N u a)tA L Q a� Ln v ro -a ° 4 C LL h C7 O d L!1 Lf} C? 0 0 O N M Ln N0000 Old] imVti lO, a000' N d H U f� s1 00 Cr Ln M {a) V {4wi a1 tn• t4 c-i V} N V} y N m 03 d N try " 12• V w rx x ca ; r i7 n a a a � o a o O 0 Ln 00 0 rr1 d Ln 00 C7 C] Ln t!Y N Ln ,It 00 C7 N M N lt; d 00 00 a lfl H I� rri rl .4 C6 d' V M G!" G V C ai W IA.to t!! c-i VT N K/? M N c-I tr)- if)- N to -' to to trf. to 0 x Q w oo 1 ° m to to 4- 4- ro CL v ru u O L ro u :D CL ro 3 X 4- O O O u of 7 a) cV C C m �• Cl)O O 4- O aJ V O C 4- C7 m u u °} M � W.- to o ro O �i u Q ;,, M Q c4- a� a t-A.C14 -� �i o2f Q Ln 00 to LD O a v o c O o r-I .ro 00 G Q7 m O EL ° .� V OH O O E O 0o O N S i `� �^ "6 U w- 0 aJ = (D 0 E `� Q o o � 00L'i N 0 _m � a � 4'- N `-f a) 0 0 � 0 m�> CL 0 � C ro ro (? N Cal p- mEn a) CL N N a) m� � "a C j- of G ' j m O •i--i i••i L N •� aj I- N y f6 wm G O O p_ a L O L -0 `+- 2 Ll O - 4Ln of o °o ° v a M a� to o of -0 4- Li- tw 4- O ID,N C Q U tf :� C tT7 C E ° a) L ['0 Q ro ro 0 �x° L +, al t' L a� L ro +a , N yV.. Q L ? m L v •� •� •� 0 ql 4-1 N N no L.A U U f0 v] ice+ L s.. 0. 41 Q Q qJ aJ +� al — ti7 in O co ca L aJ q! N ro co O ri U t7 a "g w 7 X S `� av '� "= L p[ Z( u L ° t .Fr OL +- L 0 f0 E Y aj O of N (n •L (n w- Q Ln4-1 Q7 Q W o to N W ro m a L- Oa ° q i Q a) O V V O U 4, c0i U 0 cc o2S Q' `O ,- }, a _ U LL LL M LL rm 0C 0 LL Q Q m Q Q N m M "t Ln l0 l- 00 0) ro C3) 0) O H N M H H e-I rl H rl H H N N N N CONFLICT OF-I.NTERESTAFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may be downloaded from the website links provided below. http://www.ethics.state.tx.us/forms/CIQ.pdf littp://www.ethics.state.tx.us/forins/CIS.pd CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Company A9 ouv-Wr-$ z LG By:. le601-4 �. DRxer= (Please Print) 11K/ r-Cr4 Signature: Address I5-PP —k701 7 74-- 10Z Title: /fA�f-PiPR City/StatelZip (Please Print) Instruction to Offerors (March 2020) Page 12 of 33 CFW PMD — Reby Cary Youth Library March 2020 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICEUSEONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who pate Received has a business relationship as defined by Section 176.00i(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the retards administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. jJ Name of vendorwho has a business relationship with local governmental entity. 12, Check this box ifyou are filing an update toa previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. Name of Officer Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? F7 Yes F-1 No B. is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes No 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. 6 ❑Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 Signature of vendor doing business with the governmental entity hate Ir trcratjmrmtfdE @rpi (dl��ttrRf�2pbmmission www.ethics.state.N.us Page 13 Of 33Revised 11/30/2015 CFVv PMD -- Reby Cary Youth Library March 2020 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A com plete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes,legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code § 176.001 1-a :'Business relationship" means a connection between two ormore parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. 1 LOCAL GOVERNMENT CODE § 176.003(A)(2)(A) AND (13): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer ora family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,600 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the focal governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officerorafamily member ofthe officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (d) the local governmental entity is considering entering into a contract with the vendor. .2 LOCAL GOVERNMENT CODE F 176.006(A) AND (A-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, ora family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-I)Thecompletedconflict of interest questionnaire must bei led with the appropriate records administrator not later than the seventh business day after the later of (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the loco governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a focal government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. msiruction to utrerors (Marcn zuzu) Page 14 of 33 CFW PMD — Reby Cary Youth Library March 2020 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT i (instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. i h This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement in accordance with Chapter 176, Local Government Code. l 1 Name of Local Government Officer Office Held FORM CIS OFFICE USE ONLY Date Received Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. List gifts accepted by the local government officer and any family member, if aggregate value of the gifts accepted from vendor named in item 3 exceeds $100 during the 12-month period described by Section 176.003(a)(2)(B). Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift (attach additional forms as necessary) AFFIDAVIT I swear under penalty of poqury that the above statement is true and correct. I acknowledge that the disclosure applies to each family member (as defined by Section 176.001(2), Local Government Code) of this local government officer. I also acknowledge that this statement covers the 12-month period described by Section 176.003(a)(2)(8), local Government Code, Signature of Local Government Officer AFFIX NOTARY STAMP ! SEAL ABOVE Sworn to and subscribed before me, by the said this the day of , 20 _, to certify which, witness my hand and seal of office, Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Page 16 of 33 www.ethics.state.tx.us March 2020 Revised 11/30/2015 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A "local government officer" is defined as a member of the governing body of a local governmental entity; a director, superintendent, administrator, president, or other person designated as the executive officer of a local governmental entity; or an agent of a local governmental entity who exercises discretion in the planning, recommending, selecting, or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m. on the seventh business day after the date on which the officer becomes aware of the factsthat require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003, Local Government Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. PART 2 - INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer tiling this statement. 3. Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code. Enterthe name of the vendor described by Section 176.001(7), Local Government Code, if the vendor: a) has an employment or other business relationship with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code; b) has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B), Local Government Code; or c) has a family relationship with the local government officer as defined by Section 176.001(2-a), Local Government Code. 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code, and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a), Local Government Code. 5. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds $100. List gifts accepted during the 12-month period (described by Section 176.003(a)(2)(B), Local Government Code) by the local government officer orfamily member of the officerfrom the vendor named in item 3 that in the aggregate exceed $100 in value. 6. Affidavit. Signature of local governmentofficer. Local --Government Code „§.176.001(2-a): "family relationship" means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity, as those terms are defined by Subchapter B, Chapters . -- -- PART 3 - LOCAL GOVERNMENT CODE § 176„003(A)(2)(A): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Instruction to Offerors (March 2020) Page 16 of 33 CFW PMD — Peby Cary Youth Library March 2020 t ij I ;ice" OM39 (Back) tReeS-iLeJ Texas Sales and Use Tax Exemption Certification This certificate does natrequire a numberto be valid Name of purchaser, firm or agerrry City of Fort Worth, Texas Address (Street&number, P.O. Box ornoute number) PI -no (Amacode andnomber) 200 Texas Sheet 817392-8360 Ciry,swe,ZipCodo Fort Worth, Texas 76102 1, the purchaser named above, claim an exemption from payment of sales and use taxes (forthe purchase of taxable items described below or on the attached order or invoice) from: Seller. All Vendors Street address: City, State, ZIP coda: Description of items to be purchased or on the attached order or invoice: All items. Purchaser admowled es that this Certificate cannot be used for the purchase, lease or rental of a motor v hi I Purchaser claims this exemption for the following reason: Municipality, Govemmental EntLty I understand that I will be liable for payment of all state and local sales or use taxes which may become due for failure to comply with the piavisions of the Tax Code and/or all applicable law. lunderstandthatitiseonmfnaloffensetogive anexemption cardtieate to the sellerfortaxableltemsthatilmaw, atthe timeofpurchase, willbeusedinamannerofherthenthatexpressedln thisceitih'cate, onddependingonMeamountoftaxevaded, theoffensemayrange from a Class C misdameanor to a felony of the second degree. purchaser sign here � T111e Finance DirectorlCF Date SN- jv4q 2 A9BO � NOTE: This certificate cannot be issued for the purchase, lease, or rental of a motor vehicle. THIS CER71F1CATE DOES NOT REQUIRE A NUMBER TO BE VALID. Sales and Use Tax "Exemptton 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 (March 2020) Page 17 of 33 CFW PMD — Reby Cary Youth Library March 2020 r I 2013 PREVAILING WAGE RATES Commercial Construction Projects CLASSWCATION 1315SCRIPTICM Wage Rate AG Mechanic $ 25.24 AC Mechanic Helper 13.67 Acoustical Ceiling Installer $3 1 Acoustical Ceiling Installer Helper $0 1 Bricklayer/Stone Mason 1$ 5 Bricklayer/Stone Mason Trainee 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $2 1 Concrete Cutter/Sawer 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 00 1 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 Gayer 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Instruction to Offerors (March 2020) Page 98 of 33 CFW PMD — Reby Cary Youth library March 2020 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) $ 1300 Metal Installer Helper (Miscellaneous) �$ n Metal Stud Framer $ 16,12 i Metal Stud Framer Helper $ 12.54 $ Painter 16.44 Painter Helper $ 9.98 Pipefitter $ j 21.22 Pipefltter Helper $ 15.39 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 $ i 16.90 4 Roofer Helper $ 11.15 ` Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer 19.17 Sprinkler System Installer Helper $ 14.15 Instruction to Offerors (March 2020) Page 19 of 33 CFW PMD — Reby Cary Youth Library March 2020 $ Steel Worker Structural 17.00 Steel Worker Structural Helper $ 13.74 $ Waterproofer 15.00 Equipment Operators Concrete Pump 18.50 Crane, Clamshell, Backhoe, Derrick, D'Une 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 Z012) independently compiled I 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 Instruction to Offerors (March 2020) CFW PMD — Reby Cary Youth Library Page 20 of 33 March 2020 CITY OF FORT WORTH WEATHER TABLE Month lanuafy Average Days of Rain/Snowfice Inches of Rainfall 6 2.51 Februa 7 2.23 March 9 3.49 April --- 7 _ 2.97 - May 10 4_56 - - une 8 3.31 July 4 1.83 ugust S 1.88 September 5 2.34 - October 7 3.65 November 7 2.70 December _ 6 2.34 [Annually _ 81 33.81 (1) Mean number of days precipita#ion of 0.010 or more or IX snowfice (2) Average normal precipitation, in inches This table is based on information reported from Dallas -Fort Worth International Airport, Texas. Latitude 32 deg 54 min north, longitude 97 deg 02 min west, elevation (ground) 551 f - Average number of days of rain, snow, and ice days are based on records covering 21 years. Precipitation is based on recorded information front 1996 through 2016 period. This table is to be used as a baisis 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 snowlce days forthe contract duration, the contract will be adjusted by Change Order_ Fort Worth Weather Table 24April 2017 Instruction to Offerors (March 2020) Page 21 of 33 CFW PLAID — Reby Cary Youth Library March 2020 City of Fort Worth, Texas Property Management Department Faclfities Management GrouplArchitectural Services Division GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION LUMP SUM CONTRACT SECTION A DEFINITIONS, PROCEDURES AND INTERPRETATIONS A-1 CONTRACT DOCUMENTS: By the term Contract Documents Is meant all of the written and drawn documents setting forth or affecting the rights of the parties, including but not necessarily limited to, the Contract, Notice to Bidders, Proposal, General Conditions, Special Conditions, Specifications, Plans, Bonds and all Addenda, Amendments signed by all parties, Change Orders, written Interpretations and any written Field'Order for a minor change in the Work. A-2 ENTIRE AGREEMENT: The Contract Documents represent the entire agreement between the Parties, and no prior or contemporaneous, oral or written agreements, instruments or negotiations shall be construed as altering the terms and effects of the Contract Documents. Auer being executed, the Contract Documents can be changed only by a written Amendment signed by the Contractor and the Owner, or Change Order, or by a written Field Order for a minor change. A-3 WORK: By the term Work is meant all labor, supervision, materials and equipment necessary to be used or incorporated in order to produce the construction required by Contract Documents. A4 EXECUTION OF THE CONTRACT DOCUMENTS: The Contract Documents shall be executed in four originals, with all required attachments, including required bonds and insurance certificates, by the Contractor and the Owner in such form as may be prescribed by law and returned to the Owner within ten business days of notification to Contractor. Failure to execute contracts and provide required enclosures will be grounds for revocation of award and taking of Bid Bond. A-5 FAMILIARITY WITH PROPOSED WORK: Before filing a Proposal, the Contractor shall examine carefully the, plans, specifications, special provisions, and the form of contract to be entered into for the work contemplated. They shall examine the site of work and satisfy themselves as to the conditions that will be encountered relating to the character, quality and quantity of work to be performed and materials to be furnished. The filing of a bid by the bidder shall be considered evidence that they have complied with these requirements and has accepted the site as suitable for the work. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated by the plans will not be allowed. A-6 ONE UNIFIED CONTRACT: Insofar as possible, the Contract Documents will be bound together and executed as a single unified Contract. The intention of the Contract Documents being to provide for all labor, supervision, materials, equipment and other items necessary for the proper execution and completion of the Work. Words that have well -recognized technical or trade meanings are used herein in accordance with such recognized meanings. A-7 DIVISION OF WORK: The arrangement of Drawings and/or Specifications into Divisions, Sections, Articles, or other Subdivisions shall not be binding upon the Contractor in dividing the work among Subcontractors or Trades. A-8 INTERPRETATIONS: In the event of inconsistency in the contract documents, the following sequence for interpretation shall be used in order of precedence: Change Orders and/or Field Orders (by date of issuance); Addenda (by date of issuance); Drawings; Notes and dimensions on Drawings; Technical Specifications; Special Provisions; Supplementary General Conditions; General Conditions; and Construction Contract. The Architect will furnish such Interpretations of the Plans and Specifications as may be necessary for the proper execution or progress of the work. Such Interprelations shall be furnished at the instance of the Architect or at the request of the Contractor, or Owner, and will be issued with reasonable promptness and at such times and in accordance with such schedule as may be agreed upon. Such interpretations shall be consistent with the purposes and intent of the Plans and Specifications and may be effected by Field Order. In the event of any dispute between any of the parties to the Contract and the Architect or each other involving the interpretation of the Contract Documents, the evaluation of work or materials performed or furnished by the Architect Contractor, or any subcontractor or materialsman, or involving any question of fault or liability of any party, the decision of the Owner shall be final and binding. A-9 CORRELATION AND INTENT: In general, the drawings indicate dimension, locations, positions, quantities, and kinds of construction; the specifications indicate the quality and construction procedures required. Work indicated on the drawings and not specified of vice -versa, shall be furnished as though set forth in both. Work not detailed, marked or specified shall be the same as similar parts that are detailed, marked or specified. If the drawings are in conflict or conflict with the specifications the better quality or greater quantity or work or materials shall be estimated and shall be furnished or included. Dimensions on drawings shall take precedence over small-scale drawings. Drawings showing locations of equipment, piping, ductwork, electrical apparatus, etc., are diagrammatic and job conditions may not allow installation in the exact location shown. Relocation shall not occur without the Architects approval. General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page 1 of 27 CFW PMD — Reby Cary Youth Library March 2020 A-10 COPIES OF WORKING DRAWINGS AND SPECIFICATIONS: The Architect will furnish to Contractor electronic working Drawings and Specifications. Contractor shall pay the cost of reproduction for all other copies of Drawings and Specifications furnished to them. All Drawings, Specifications and copies thereof furnished by the Owner or the Architect are and shall remain the property of the Owner. They are not to be used on any other project and, with the exception of one Contract set for each Party to the Contract, are to be returned to the Owner on request at the completion of the work. A-11 MINORITY BUSINESS ENTERPRISE jMHQ POLICY: As of June 1, 2012, The City of Fort Worth has implemented Business Diversity Ordinance (BDO) to reflect the City's availability and disparity study findings and recommendations. During this transition period, interested Offerors must obtain an MBE listing from the MNVBE Office at 817-212 2674. This will ensure that the MBE listings reflect omy those currently certified by the North Central Texas Regional Certification Agency (NCTRCA) located in the six (6)-county geographic marketplace that have been accepted by the City. The City's geographic marketplace includes the counties of: Tarrant, Dallas, Denton, Johnson, Parker and Wise. Offerors are strongly encouraged to confirm that each MBE that it intends to use is located in the geographic marketplace that will be counted towards the established goal. The City of Fort Worth has goals for the participation of Minority Business Enterprises (MBE) in City contracts. Compliance with the policies designed to meet these goals is mandatory in order to be considered a responsive bidder. The City policy and procedures to be followed in submitting proposals are included. The City of Fort Worth MBE Program will take precedence over other subcontractor utilization programs on Block Grant and other federally funded Projects. A-12 AGE: In accordance with the policy ("Policy") of the Executive Branch of the federal government, Contractor covenants that neither themselves nor any of their officers, members, agents, employees, program participants or subcontractors, white engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither themselves nor their officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory equipment. Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City harmless against any claims or allega- tions asserted by third parties or subcontractor against City arising out of Contractor's and/or their subcontractors' alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. A-13 DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that themselves and any and all of their subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or any of their subcontractors. Contractor warrants it will fully comply with ADA provisions and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or their subcontractors' alleged failure to comply with the above -referenced laws concerning disability discrimination in the performance of this agreement. A-14 IMMIGRATION NATIONALITY ACT: City actively supports the Immigration & Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Vendor shall verify the identity and employment eligibility of all employees who perform work under this Agreement. Vendor shall complete the Employment Eligibility Verification Form (1-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request, provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall establish appropriate procedures and controls so that no services will be performed by any employee who is not legally eligible to perform such services. Vendor shall provide City with a certification letter that it has complied with the verification requirements required by this Agreement. Vendor shall indemnify City from any penalties or liabilities due to Violations of this provision. City shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. A-15 No Boycott of Israel. If Contractor has fewer than 10 employees or the Agreement is for less than $100,000, this section does not apply. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this Agreement, Contractor certifies that Contractor's signature provides written verification to City that Contractor: (1) does not boycott Israel, and (2) will not boycott Israel during the term of the Agreement. General Conditions of the Contract for Construction Lump Sum Contract (JuI2019) Page 2 of 27 CFW PMD — Reby Cary Youth Library March 2020 SECTION B IDENTITY OF ARCHITECT B-1 CONTRACT ADMINISTRATION: The Architect is the person or person lawfully licensed to practice architecture identified as such lr the Agreement. The Architect is retained by the Owner to prepare the construction documents and represent the Owner during the construction phase as directed by the Owner. B-2 DUTIES OF THE ARCHITECT: As used herein, the term Architect means the Architect or their authorized representative. Nothing contained in these Contract Documents shall create any privily of Contract between the Architect and the Contractor. B-3 ARCHITECT AS REPRESENTATIVE OF THE OWNER: The Architect will provide general administration of the Contract on behalf of the Owner and will have authority to act as the representative of the Owner to the extent provided in the Contract Documents unless changed in writing by the Owner. The Architect will be available for conferences and consultations with the Owner or the Contractor at all reasonable times. B-4 ACCESS TO JOB SITES: The Architect shall at all times have access to the Work whenever it is in preparation and progress. The Contractor shall provide facilities for such access so the Architect may perform their assigned functions under the Contract Documents. The Architect will make periodic visits to the Site to familiarize themselves with the progress and quality of the work and to determine if the work is proceeding in accordance with the Contract documents. On the basis of on -site observations, the Architect will keep the Owner informed of the progress of the Work and will endeavor to guard the Owner against defects and deficiencies in the Work of the Contractor. Based upon such observations and the Contractors applications for payments, the Architect will make determinations and recommendations concerning the amounts owing to the Contractor and will issue certificates for payment amounts. B-5 INTERPRETATIONS: The Architect will be, in the first instance, the interpreter of the requirements of the Plans and Specifications and the judge of the performance thereunder by the Contractor, subject to the final decision of the Owner. The Architect's decisions in matters relating to artistic effect will be final if consistent with the intent of the Contract Documents. B-6 AUTHORITY TO STOP WORK: The Architect will have authority to reject work that does not conform to the Plans and Specifications. In addition, whenever, in their reasonable opinion, the Architect considers it necessary or advisable in order to insure the proper realization of the intent of the Plans and Specifications, the Architect will have authority to require the Contractor to stop the Work or any portion thereof, or to require special inspection or testing of the Work whether or not such Work be then fabricated, installed or completed. B-7 MISCELLANEOUS Shop Drawings. Submittals and Samples: The Architect will review Shop Drawings, Submittals and Samples. Two copies of each approved Shop Drawing and submittal will be provided to the Owner by the Architect. Three copies will be returned to the Contractor. Change Orders: Change Orders, Owners Contingence Allowance forms, and Field Orders for Minor Changes in the work will be issued by the Owner through the Architect. Guarantees: The Architect will receive all written guarantees and related documents required of the Contractor. Upon completion of the project the Contractor shall provide the Owner three copies of each guarantee. Inspections: The Architect will conduct inspections for the purpose of determining and making their recommendations concerning the dates of substantial completion and final completion. The Architect will conduct the final acceptance inspection and issue the Certificate of Substantial Completion. Operation and Maintenance Manuals: The Architect will receive on behalf of the Owner one hard copy and two digital copies of all applicable equipment installation, operation, and maintenance brochures and manuals required of the Contractor. B-8 TERMINATION OF THE ARCHITECT: In case of the termination of the employment of the Architect by the Owner, the Owner shall either assume the duties of the Architect through the Director of the Property Management Department, or shall appoint a successor Architect against whom the Contractor makes no reasonable objection. SECTION C OWNER C-1 IDENTIFICATION: By the term Owner is meant the City of Fort Worth acting herein by their duly authorized representatives in the manner provided by law. Authorized representatives include the City Manager, Assistant City Manager, and Director of the Property Management Department and members of the Facilities Management Division. A designated representative will be identified from within the Facilities Management Division to act as a point of contact for day-to-day contract administration. C-2 DUTIES OF THE OWNER: The Owner shall furnish surveys describing the physical characteristics, legal limits and utility locations for the site of the Work; provided, however, that the Contractor hereby covenants that they have inspected the premises and familiarized themselves therewith and that the locations of utilities and other obstacles to the prosecution of the Work as shown on General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page 3 of 27 CFW PMD — Reby Cary Youth Library March 2020 the Owners survey are for information only, are not binding upon the Owner, and the Owner shall not incur any liability for loss or damage by virtue of any inaccuracies or deficiencies in such surveys. The Owner shall secure and pay for title to the site and all necessary permanent or construction easements. The Owner will cooperate with the Contractor in the prosecution of the Work in such manner and to such extent as may be reasonable and shall furnish information under their control with reasonable promptness at the request of the Contractor. C-3 INSTRUCTIONS: The Owner shall issue all instructions to the Contractor through the Architect. C-4 ACCESS TO JOB SITE: The Owner shall at all times have access to the Work whenever it is in preparation and progress. The Contractor shall provide facilities for such access so the Owner may perform their assigned functions under the Contract Documents. C-5 PROGRESS INSPECTIONS: The Owner and Architect will make visits to the Site to familiarize themselves with the progress and quality of the Work and to determine if the work is proceeding in accordance with the Contract Documents. On the basis of on -site observations and reports concerning the progress and quality of the work, the Owner and Architect will approve and authorize the Contractors applications for payments. C-fi AUTHORITY TO STOP WORK: The City will have authority to reject work that does not conform to the Plans and Specifications. Whenever, in their reasonable opinion, the City considers it necessary or advisable in order to insure the proper realization of the intent of the Plans and Specifications, the City will have authority to require the Contractor to stop the work or any portion thereof, or to require special inspection or testing of the Work whether or not such Work be then fabricated, installed or completed_ The Contractor shall be responsible for the cost of special inspections and testing for work that is found not to comply with the plans and specifications. C-7 SUBSTANTIAL COMPLETION INSPECTION; Upon agreement of the Contractor and Architect that the Work is substantially complete, the Owner will schedule a Substantial Completion Inspection to be conducted by the Architect and attended by representatives of the Architect, Owner and Contractor. Items identified during this inspection as being incomplete, defective or deficient shall be incorporated into a punch list and attached to the AIA document G704, which is to be prepared by the Architect and signed by the Contractor, and accepted, approved and signed by the Owner. C-8 RIGHT TO AUDIT: Contractor agrees that the City shall, until the expiration of three 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. Contractor further agrees to include in all their subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three 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. Contractor agrees to photocopy such documents as may be requested by the city. The city agrees to reimburse Contractor for the costs of copies at the rate published in the Texas Administrative Code. C-9 TERMINATION AND SUSPENSION OF WORK: The Owner has the right to terminate the Project for any reason. If the project is terminated, the Contractor shall: a} Stop work under the Contract on the date and to the extent specified on 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 the work terminated by the notice of termination. After termination as above, the City will pay the 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 their claim for amounts due after termination as provided in this paragraph within 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. SECTION D CONTRACTOR D-1 IDENTIFICATION. The Contractor is the person or organization identified as such in the Contract. The term Contractor means the Contractor or their authorized representative_ D-2 INDEPENDENT CONTRACTOR: Contractor shall perform all work and services hereunder as an independent contractor, not as 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 the acts of General Conditions of the Contract for Construction Lump Sum Contract (Jul2019) Page 4 of 27 CFW PMD — Reby Cary Youth Library March 2020 their officers, agents, and employees. Nothing herein shall be construed as creating a partnership or joint enterprise between City and the Contractor, their officers, agents and employees, and the doctrine of respondent superior shall not apply. D-3 REVIEW OF CONTRACT DOCUMENTS: The Contractor shall carefully study and compare the Agreement, Conditions of the Contract, Drawings, Specifications, Addenda and modifications and shall at once report to the Owner and to the Architect any error, inconsistency or omission they may discover. The Contractor shall do no work without approved Submittals, Drawings, Specifications and Interpretations. D-4 SUPERVISION: The Contractor shall supervise and direct the Work, using reasonable skill and attention. They shall be solely responsible for all construction means, methods, safety, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract Documents. D-5 LABOR AND MATERIALS: Unless otherwise specifically noted, the Contractor shall provide and pay for all labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation and other facilities and services necessary for the proper execution and completion of the Work. The Contractor shall at all times enforce strict discipline and good order among their employees, and shall not employ on the Work any unfit person or anyone not skilled in the task assigned to them. D-6 COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE RATE Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258_ Such prevailing wage rates are included in these contract documents. Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset their administrative costs, pursuant to Texas Government Code 2268.023. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 315r day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of their initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes their initial determination pursuant to paragraph (c) above, If the persons required to arbitrate under this section do not agree on an arbitrator before the t 1th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbilration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. Records to be Maintained. The Contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the Work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. Posting of Wage Rates. The Contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Subcontractor Compliance. The Contractor shall include in their subcontracts and/or shall otherwise require all of their subcontractors to comply with paragraphs (a) through (g) above. On projects where special wage rates apply (e.g. Davis -Bacon) the Contractor agrees to meet all requirements of such programs. D-7 WARRANTY: The Contractor warrants to the Owner and the Architect that all materials and equipment furnished under this Contract will be new unless otherwise specified, and that all work will be of good quality, free from faults and defects, and in conformance with the Contract Documents. All work not so conforming to these standards may be considered defective. If required by the Architect or the Owner, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page 5 of 27 CI=W PMD — Reby Cary Youth Library March 2020 Prior to occupancy of the Project by the Owner, the Contractor warranties and obligations to correct defective Work exclude remedy for damage or defect caused by (i) abuse by the Owner's separate contractors, or (ii) modifications made by the Owner or the Owner's separate contractors. After occupancy of the Project by the Owner, the Contractor warranties and obligations to correct defective Work exclude remedy for damage or defect caused by (i) abuse, (ii) modifications not executed by the Contractor, (ill) improper or insufficient maintenance, (iv) improper operation, (v) normal wear and tear, or (vi) normal usage. The warranty provided in this Section shall be in addition to and not in limitation of any other warranty or remedy provided by law or the Contract Documents. D-8 TAXES: The Contractor is exempt from State Sales Tax on material incorporated into the finished construction, Excise and Use Tax. 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. D-9 LICENSES, NOTICES AND FEES: The Contractor shall obtain all Permits, Licenses, Certificates, and Inspections, whether permanent or temporary, required by law or these Contract Documents. The City of Fort Worth Building and Trade Permit fees are waived_ Separate permits may be required for each work location. If the Contractor allows any permit to expire, they shall be responsible for all renewals including any associated fees. The Contractor shall give all Notices and comply with all Laws, Ordinances, Rules, Regulations and Orders of any public authority bearing on the performance of the Work. If the Contractor observes or becomes aware that any of the Contract Documents are at variance therewith in any respect, he shall promptly notify the Architect and Owner in writing and any necessary changes will be made. If the Contractor performs any Work knowing that it is in violation of, or contrary to, any of such Laws, Statutes, Charter, Ordinances, Orders or Directives, or Regulations without furnishing Notice to the Architect and Owner, the Contractor will assume full responsibility therefore and bear all costs attributable thereto. D-10 CASH ALLOWANCES: The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents. These allowances shall cover the net cost of the materials and equipment delivered and unloaded at the site, and all applicable taxes. The Contractor's handling costs on the site, labor, installation costs, overhead, profit and other expenses contemplated for the original allowance shall be included in the Contractor Sum and not in the allowance. The Contractor shall cause the Work covered by these allowances to be performed for such amounts and by such persons as the Owner may direct, but they will not be required to employ persons against whom they make a reasonable objection. If the cost, when determined, is more than or less than the allowance, the Contract Sum shall be adjusted accordingly by Change Order which will include additional handling costs on the site, labor, installation costs, field overhead, profit and other direct expenses resulting to the Contractor from any increase over the original allowance. D-11 SUPERINTENDENT: The Contractor shall employ a competent superintendent and necessary assistants who shall be in attendance at the Project site during the progress of the Work. The superintendent shall be satisfactory to the Owner. The superintendent shall represent the Contractor and all communications given to the superintendent shall be binding as if given to the Contractor. Important communications will be confirmed in writing. Other communications will be so confirmed on written request in each case. D-12 RESPONSIBILITIES FOR EMPLOYEES AND SUB -CONTRACTORS: The Contractor shall be responsible to the Owner for the acts and omissions of all employees and all Sub -contractors, their agents and employees, and all other persons performing any of the Work under a contract with the Contractor. D-13 FAILURE TO COMMENCE WORK: Should the Contractor fail to begin the Work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the Work and complete same in accordance with the Contract Documents or to take charge of and complete the Work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifica- tions made a part hereof, the Contractor and/or their Surety shall pay said City on demand in writing, setting forth and specifying an Itemized statement of the total cost thereof, said excess cost. ❑-14 PROGRESS SCHEDULE: The Contractor, immediately after being awarded the contract, shall prepare and submit for the Architect's and Owner's approval, an estimated progress schedule for the Work. The progress schedule shall be related to the entire Project and indicate critical path. This schedule shall indicate the dates for the starting and completion of the various states of construction and shall be revised as required by the conditions of the Work, subject to the Architect's approval. It shall also indicate the dates for submission and approval of shop drawings and submittals as well as the delivery schedule for major pieces of equipment and/or materials. The Contractor shall submit an updated progress schedule to the Architect and Owner at least monthly for approval along with the Contractor's monthly progress payment requests. D-15 DRAWINGS AND SPECIFICATIONS AT THE SiTE: The Contractor shall maintain at the site for the Owner one copy of all Drawings, Specifications, Addenda, approved Shop Drawings, Change Orders, and other Changes and Amendments in good order and marked to record all changes made during construction. These shall also be available to the Architect. The Drawings, clearly marked to record all changes made during construction, shall be delivered to the Architect upon completion of the Work. The Architect will prepare, and provide to the Owner, one complete set of reproducible record drawings of the Work. General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page B of 27 CF1N PMD — Reby Cary Youth Library March 2020 D-16 SHOP DRAWINGS AND SAMPLES- Shop Drawings are drawings, diagrams, Illustrations, schedules, performance charts, brochures and other data which are prepared by the Contractor or any Subcontractor, manufacturer, supplier or distributor, and which illustrate some portion of the Work. These may be provided in an electronic format acceptable to the Architect. Samples are physical examples furnished by the Contractor to illustrate materials, equipment or workmanship, and to establish standards by which the Work will be judged. Three copies of all physical examples shall be provided. The Contractor shall review, approve, and submit, with reasonable promptness and in orderly sequence so as to cause no delay in the Work or in the work of any other contractor, normally within the first 90 days of the work, three copies of all shop Drawings and Samples required by the Contract Documents or subsequently by the Architect as covered by changes or amendments. Shop Drawings and Samples shall be properly identified as specified, or as the Architect may require. At the time of submission the Contractor shall inform the Architect in writing of any deviation in the Shop Drawings or Samples from the requirements of the Contract Documents. By approving and submitting Shop Drawings and Samples, the Contractor thereby represents that they have determined and verified all field measurements, field construction criteria, materials, catalog numbers and similar data, and that they have checked and coordinated each shop drawing given in the Contract Documents. The Architect's approval of a separate item shall not indicate approval of an assembly in which the item functions. The Architect will review and approve Shop Drawings and Samples with reasonable promptness so as to cause no delay, but only for conformance with the design concept of the Project and with the Information given in the Contract Documents. The Architect's approval of a separate item shall not indicate approval of an assembly in which the item functions. The Contractor shall make any corrections required by the Architect and shall resubmit the required number of corrected copies of Shop Drawings or new Samples until approved. The Contractor shall direct specific attention in writing or on resubmitted Shop Drawings to revisions other than the corrections requested by the Architect on previous submissions. The Architect's approval of Shop Drawings or Samples shall not relieve the Contractor of responsibility for any deviation from the requirements of the Contract Documents unless the Contractor has informed the Architect in writing of such deviation at the time of submission and the Architect has given written approval to the specific deviation. Architect's approval shall not relieve the Contractor from responsibility for errors or omissions in the Shop Drawings or Samples. No portion of the Work requiring a Shop Drawing or Sample submission shall be commenced until the Architect has approved the submittal. All such portions of the Work shall be in accordance with approved Shop Drawings and Samples. Payment for Shop Drawings will not be made until they are approved by the Architect or City. D-17 SITE USE: The Contractor shall confine operations at the site to areas permitted by law, ordinances, permits and the Contract Documents and shall not unreasonably encumber the site with any materials or equipment. Until acceptance of the Work by the City, the entire site of the Work shall be under the exclusive control, care and responsibility of the Contractor. Contractor shall take every precaution against injury or damage to persons or property by the action of the elements or from any other cause whatsoever. The Contractor shall rebuild, repair, restore and make good at their own expenses elf injuries or damages to any portions of the Work occasioned by any of the above, caused before acceptance. D-18 CUTTING AND PATCHING OF WORK: The Contractor shall do all cutting, fitting or patching of their Work that may require making several parts fit together properly, and shall not endanger any Work by cutting, excavating or otherwise altering the Work or any part of it. D-19 CLEAN UP: The Contractor at all times shall keep the premises free from accumulation of waste materials or rubbish. At the completion of the Work the contractor shall remove all their waste materials and rubbish from and about the Project as well as all their tools, construction equipment, machinery and surplus materials, and shall clean all glass surfaces and leave the Work "Broom - clean" or equivalent, except at otherwise specified. In addition to removal of rubbish and leaving the buildings "broom -clean", Contractor shall clean all glass, replace any broken glass, remove stains, spots, marks and dirt from decorated work, clean hardware, remove paint spots and smears from all surfaces, clean fixtures and wash all concrete, tile and terrazzo floors. If the Contractor fails to clean up, the Owner may do so, and the cost thereof shall be charged to the Contractor. D-20 COMMUNICATIONS: The Contractor shall forward all communications to the Owner through the Architect. D-21 CONTRACTOR REQUIREMENTS ON FEDERALLY FUNDED PROJECTS: Contractor shall observe and comply with the requirements of the City of Fort Worth Fiscal Department, Intergovernmental Affairs and Grants Management as outlined in the Supplemental Conditions contained in the Project Manual. SECTION E SUBCONTRACTORS E-1 DEFINITION: A Subcontractor is a person or organization that has a direct contract with the Contractor to perform any of the Work at the site, The term Subcontractor is referred to throughout the Contract Documents as if singular in number and masculine in gender and means a Subcontractor or their authorized representative. General Conditions of the Contract for Construction Lump Sum Contract (Ju12G19) Page 7 of 27 CFW PMD — Reby Cary Youth Library March 2020 Nothing contained in the Contract, Documents shall create any contractual relation between the Owner and the Architect and any subcontractor or any of their sub -subcontractors or materialmen. E-2 AWARD OF SUBCONTRACTS: The Contractor shall furnish a list of the names of the subcontractors or other persons or organizations (including those who are to furnish materials or equipment fabricated to a special design) proposed for such portions of the Work as may be designated in the bidding requirements, or if none is so designated in the bidding requirements, the names of the Subcontractors proposed for the principal portions of the Work. Prior to the award of the Contract, the Architect shall notify the successful bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any person or organization on such list. Failure of the Owner and Architect to make an objection to any,person or organization on the list prior to the award of this Contract shall not constitute acceptance of such person or organization. If, prior to the award of the Contract, the Owner or Architect has an objective to any person or organization on such list, and refuses to accept such person or organization, the apparent low bidder may, prior to the award, withdraw their bid without forfeiture of bid security. If such bidder submits an acceptable substitute, the Owner may, at their discretion, accept the bid or he may disqualify the bid. If, after the award, the Owner or Architect objects in writing to any person or organization on such list, the Contractor shall provide an acceptable substitute. The Contractor shall not make any substitution for any Subcontractor or person or organization that has been accepted by the Owner and the Architect, unless the substitution is also acceptable to the Owner and the Architect. E-3 TERMS OF SUBCONTRACTS:. All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate agreement between the Contractor and the Subcontractor (and where appropriate between Subcontractors and Sub - subcontractors) which shall contain provisions that: 1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; 2. Require that such Work be performed in accordance with the requirements of the Contract Documents; 3. Require submission to the Contractor of applications for payment under each subcontract to which the Contractor is a party, in reasonable time to enable the Contractor to apply for payment; 4. Require that all claims for additional costs, extensions of time, damages for delays or otherwise with respect to subcontracted portions of the Work shall be submitted to the Contractor (via any Subcontractor or Sub -subcontractor where appropriate) in the manner provided in the Contract Documents for like claims by the Contractor upon the Owner; 5. Waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by the property insurance, except such rights, if any, as they may have to proceeds of such insurance held by the Owner, and, 6. Obligate each Subcontractor specifically to consent to the provisions of this Section All of the provisions set out in this section shall be deemed to have been included in every subcontract, and every subcontract shall be so construed and applied as to the Owner and the Architect, whether or not such provisions are physically included in the sub- contract. E-4 MINORITY BUSINESS ENTERPRISE (MBE): Should the base proposal be $50,000 or less, the requirements of this section do not apply. As of June 1, 2012, The City of Fort Worth is implemented a new Business Diversity Ordinance (BDO) to reflect the City's availability and disparity study findings and recommendations. During this transition period, interested Offerors must obtain a MBE listing from the M1WBE Office. This will ensure that MBE listings reflect only those currently certified by the North Central Texas Regional Certification Agency (NCTRCA) located in the six (ti)-counfv geographic marketplace that have been accepted by the City. The City's geographic marketplace includes the counties of Tarrant, Dallas, Denton, Johnson, Parker and Wise. Offerors are strongly encouraged to confirm that each MBE that it intends to use is located in the geographic marketplace that will be counted towards the established goal. In accordance with City of FortWorth Diversity Business Ordinance (BDO) No 20020-12-2011 (the "Ordinance"), the City of Fort Worth sets goals for the participation of Minority Business Enterprises (MBE) in City contracts. Ordinance No 20020-12-2011 is incorporated in these General Conditions by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the Ordinance shall be a material breach of contract. Prior to Award: The MBE documentation required by the procurement solicitation must be submitted within five city business days after the proposals are opened. Failure to comply with the City's Business Diversity Ordinance, or to demonstrate a "good faith effort", shall result in a bid being considered non -responsive. During Construction: Contractor shall provide copies of subcontracts or cosigned letters of intent with approved MBE subcontractors and or suppliers prior to issuance of the Notice to Proceed. Contractor shall also provide monthly reports on utilization of the subcontractors to the MiWBE Office and the designated representative identified from within the Facilities Management Division. Contractor must provide the City with complete and accurate information regarding actual work performed by an MBE on the contract and proof of payment thereof. Contractor further agrees to permit an audit and/or examination of any books, records or files in their possession that will substantiate the actual work performed by an MBE. The misrepresentation of facts and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state, or local General Conditions of the Contract for Construction Lump Sum Contract (Jui2019) Page 8 of 27 CFW PMD — Reby Cary Youth Library March 2020 laws or ordinances relating to false statement. An Offeror who intentionally and/or knowingly misrepresents material facts shall be determined to be an irresponsible Offeror and barred from participating in City work for a period of time of not less than three (3) years. The failure of an Offeror to comply with this ordinance where such non-compliance constitutes a material breach of contract as stated herein, may result in the Offeror being determined to be an irresponsible Offeror and barred from participating in City work for a period of time of not less than one (1) year. The Contractor may count toward the goal any tier of MBE subcontractors and/or suppliers. The Contractor may count toward their goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the MBE participation in the joint venture for a clearly defined portion of the work to be performed. All subcontractors used in meeting the goals must be certified prior to the award of the Contract. Change Orders: Whenever a change order affects the work of an MBE subcontractor or supplier, the MBE shall be given an opportunity to perform the work. Whenever a change order is $50,000 or more, the M/WBE Office Coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the Contractor shall: 1. Make no unjustified changes or deletions in their MBE participation commitments submitted with the bid/proposal or during negotiation, without prior submission of the proper documentation for review and approval by the MNVBE Office. 2. If substantial subcontracting andlor supplier opportunities arise during the term of any contract when the Contractor represented in their bid/proposal to the City that it alone would perform the subcontracting/supplier opportunity work, the Contractor shall notify the City before subcontracts for worts andlor supplies are awarded and shall be required to comply with subsections of the Ordinance, exclusive of the time requirements stated in such subsections. 3. The Contractor shall submit to the M/WBE Office for approval an MBE REQUEST FOR APPROVAL_ OF CHANGE FORM, if, during the term of any contract, the Contractor wishes to change or delete one or more MBE subcontractors or suppliers. Justification for change of subcontractors may be granted for the following: 1. An MBE's failure to provide Workers' Compensation Insurance evidence as required by state law; or 2. An MBE's -failure to provide evidence of general liability or other insurance under the same or similar terms as contained in the Contract Documents with limits of coverage no greater than the lower of 1) the limits required of the Contractor by the City; or 2) the limits contained in the Contractor's standard subcontract or supply agreements used on other projects of similar size and scope and within the Contractor's normal business practice with non -MBE subcontractors/sub consultant's or suppliers; or 3_ An MBE's failure to execute the Contractor's standard subcontract form, if entering a subcontract is required by the Contractor in their normal course of business, unless such failure is due to: a) A change in the amount of the previously agreed to bid or scope of work; or b) The contract presented provides for payment once a month or longer and the Contractor is receiving payment from the City twice a month; or c) Any limitation being placed on the ability of the MBE to report violations of the Ordinance or any other ordinance or violations of any state or federal law or other improprieties to the City or to provide notice of any claim to the Contractor's surety company or insurance company. d) Mediation shall be a consideration before the request for change is approved. 4. An MBE defaults in the performance of the executed subcontract. In this event, the Contractor shall: a) Request bids from all MBE subcontractors previously submitting bids for the work, b) If reasonably practicable, request bids from previously non -bidding MBEs, and c) Provide to the MMIBE Office documentation of compliance with (a) and (b) above. 5. Any reason found to be acceptable by the MNVBE Office in their sole discretion. Within ten days after final payment from the City the Contractor shall provide the MIWBE Office with documentation to reflect final participation of each subcontractor and supplier, including non -MBEs, used on the project. E-5 PAYMENTS TO SUBCONTRACTORS: The Contractor shall pay each Subcontractor, upon receipt of payment from the Owner, an amount equal to the percentage of completion allowed to the Contractor on account of such Subcontractor's Work. The Contractor shall also require each Subcontractor to make similar payments to their subcontractors. General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page 9 of 27 CFW PMD — Reby Cary Youth Library March 2020 If the Owner refuses to issue a Certificate for Payment for any cause which is the fault of the Contractor and not the fault of a particular subcontractor, the Contractor shall pay that Subcontractor on demand, made at any time after the Certificate for Payment would otherwise have been issued, for their Work to the extent completed, less the retained percentage. The Contractor shall pay each Subcontractor a just share of any insurance monies received by the Contractor, and they shall require each Subcontractor to make similar payments to their Subcontractors. The Owner may, on request and at their discretion, furnish to any Subcontractor, if practicable, information regarding percentages of completion certified to the Contractor on account of Work done by such Subcontractors. Neither the Owner nor the Architect shall have any obligation to pay or to see to the payment of any monies to any Subcontractor. E-5 SUBCONTRACTOR REQUIREMENTS FOR ECONOMIC DEVELOPMENT ADMINSTRATION EDA FUNDED PROJECTS: The Contractor will cause appropriate provisions to be inserted in all subcontracts to bind subcontractors to FDA contract requirements as contained herein and to 15 CFR 24 or OMB Circular A-110, as appropriate. Each subcontractor must agree to comply with all applicable Federal, State, and local requirements in addition to those set forth in this section. No subcontractor will be employed on this Project, except as specifically approved by the City, who is contained in the listing of contractors debarred, ineligible, suspended or indebted to the United States from contractual dealings with Federal government departments. The work performed by any such contractor or subcontractor will be ineligible for reimbursement wholly or partially from EDA grant fluids. All subcontracts in excess of $10,000 shall Include, or incorporate by reference, the equal opportunity clause of Executive Order 11246. All subcontracts must contain a nondiscrimination clause. Each subcontract must contain a requirement for compliance with the Davis -Bacon and related acts. Each subcontractor must submit weekly each weekly payroll record and a weekly statement of compliance. These documents will be submitted to the prime contractor who will compile them and submit to the City. The subcontractor can satisfy this requirement by submitting a properly executed Department of Labor Form WH-347. Each subcontract with every subcontractor must contain a clause committing the subcontractor to employment of local labor to the maximum extent possible. All subcontractors who employ more than 50 employees, and is a prime or first tier subcontractor, and has a subcontract or purchase order of $50,000 or more must submit a completed Standard Form 100 (Compliance Report) by March 30 of each year. Subcontractors performing work in areas covered by published goals for minorities will be required to report monthly on Form CC- 257. SECTION F SEPARATE CONTRACTS F-1 OWNER'S RIGHT: The Owner reserves the right to award separate contracts in connection with other portions of the Work. When separate contracts are awarded for other portions of the Work, "the Contractor" in the Contract Documents in each case shall be the contractor who signs each separate contract. F-2 MUTUAL RESPONSIBILITY OF CONTRACTORS: The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and coordinate work with theirs. If any part of the Contractor's Work depends for proper execution or results upon the work of any other separate contractor, the Contractor shall inspect and promptly report to the Owner any apparent discrepancies or defects in such work that render it unsuitable for such proper execution and results. Failure of the Contractor to inspect and report shall constitute an acceptance of the other contractor's work as fit and proper to receive their Work, except as to defects which may develop in the other separate contractor's work after the execution of the Contractor's Work. Should the Contractor cause damage to the work or property of any separate contractor on the site, the Contractor shall, upon due notice, settle with such other contractor by agreement, if he will so settle. If such separate contractor sues the Owner on account of any damage alleged to have been so sustained, the Owner shall notify the Contractor who shall defend against such suit at the . Contractor's expense, and if any judgment against the Owner arises therefrom, the Contractor shall pay or satisfy such judgment and shall reimburse the Owner for all attorney's fees, court costs and expenses which the Owner has incurred in connection with such suit. F-3 CUTTING AND PATCHING UNDER SEPARATE CONTRACTS: The Contractor shall do all cutting, fitting or patching of work that may be required to fit it to receive or be received by the work of other contractors shown in the Contract Documents. The General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page 10 of 27 CFW PMD — Reby Cary Youth Library March 2020 Contractor shall not endanger any work or any other contractors by cutting, excavating or otherwise altering any work and shall not cut or alter the work of any other contractor except with the written consent of the Architect. Any costs caused by defective or ill-timed work shall be borne by the party responsible therefor. F-4 OWNER'S RIGHT TO CLEAN UP. If a dispute arises between the separate contractors as to their responsibility for cleaning up, the Owner may clean up and charge the cost thereof to the several contractors as the Director of the Project Management Department shall determine to be just. SECTION G MISCELLANEOUS PROVISIONS G-1 CONFLICT OF LAWS: The law of the place where the site is located shall govern the Contract. The Contractor must familiarize themselves and strictly comply with all Federal, State, and County and City Laws, Statutes, Charter, Ordinances, Regulations, or Directives controlling the action or operation of those engaged upon the work affecting the materials used. The contractor shall indemnify and save harmless the City and all of their officers and agents against any claim or liability arising from or based on the violation of any such Laws, Statutes, Charter, Ordinances, Regulations, or Directives, whether by themselves, their employees, agents or subcontractors. G-2 GOVERNING LAWS: 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. G-3 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In performing their duties under the Statutes of the State of Texas and the Charter and Ordinances of the City of Fort Worth in connection with this Contract, or in exercising any of the powers granted the Owner herein, the officers, agents and employees of the City of Fort Worth are engaged in the performance of a governmental function and shall not incur any personal liability by virtue of such performance hereunder, except for gross negligence or willful wrong. G-4 COMPLIANCE WITH LAWS: Contractor agrees to comply with all laws, Federal, state and local, including all ordinances, rules and regulations of the City of Fort Worth, Texas. Materials incorporated into the finished Project are not subject to State Sales Tax. The Owner is responsible for obtaining the Building Permit. The Contractor and the appropriate subcontractor are responsible for obtaining all other construction permits from the governing agencies. Contractor shall schedule all code inspections with the Code Inspection Division in accordance with the permit requirements. 1uilding, plumbing, electrical and mechanical building permits are issued without charge. Wafer and sewer tap, impact & access fees will be paid by the City. Any other permit fees are the responsibility of the Contractor. G-5 INDEMNIFICATION, Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at their own expense, the Owner, their officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of or alleged to arise out of, the work and services to be performed hereunder by Contractor, their officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injUM damaicle or death is caused in whole or in part, 6 the ne !i ence or allegednegliaence ofOwner: theirafficers. servants, oramnloyeas. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or no _Ray such injury or damage is caused !n, whole or in part by the negkyRnce oralleaed nepkcrence of Owner, their officers servants or employees - In the event Owner receives a written claim for damages against the Contractor or their subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate, refuse to whom a claim for damages is outstanding as a result of work performed under a City Contract. G-6 SUCCESSORS AND ASSIGNS: Except as provided in Paragraph E-2, this contract shall be binding upon and insure to the benefit of the parties hereto, their Successors or Assigns. Contractor shall not assign or sublet all or any part of this Contract or their rights or duties hereunder without the prior written consent of the Owner. Any such purported assignment or subletting without the prior written consent of Owner shall be void. G-7 WRITTEN NOTICE: Written Notice shall be deemed to have been duly served if delivered in person to the individual or member of the firm or to an officer of the corporation for whom it was intended, or if delivered at or sent by registered or certified mail to the last business address known to them who gives the notice. G-8 SURETY BONDS: Surety Bonds are required on all City contracts in excess of $25,000. The Contractor agrees, an the submittal of their Proposal to make, execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the Contract and for the payment to all claimants for labor and/or materials furnished in General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page 11 of 27 CFW PMD — Reby Cary Youth Library March 2020 the prosecution of the Work, such bonds being as provided and required in Article 5150 of the Revised Civil Statutes of Texas, as amended, in the form included in the Contract Documents, and such bonds shall be 100 percent of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. Bonds shall be made on the forms furnished by or otherwise acceptable to the City. Each bond shall be properly executed by both the Contractor and the Surety Company. Bonds required by the City shall be in compliance with all relevant local, state and federal statutes. To be an acceptable surety on the bond the name of the surety should be included on the current U. S. Treasury List of Acceptable Securities (Circular 5701, and must be authorized to do business in Texas. Sureties not listed in Circular 570 may write performance and payment bonds on a project without reinsurance to the limit of 10 percent of their capital and surplus. Such a surety must reinsure any obligation over 10 percent. The amount in excess of 10 percent must be reinsured by reinsurers who are duly authorized, accredited, or trusteed to do business in the State of Texas. Should any surety for the contracted project be determined unsatisfactory at any time during same, the Contractor shall immediately provide a new surety bond satisfactory to the City. If the contract amount 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. G-9 OWNER'S RIGHT TO CARRY OUT THE WORK: if the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents or fails to perform any provision of the Contract, the Owner may, without prejudice to any other remedy they may have, enter the site and make good such deficiencies. In such case an appropriate Change Order shall be issued deducting from the payments then or thereafter due the Contractor the cost of correcting such deficiencies, including the cost of the Architect's additional services made necessary by such default, neglect or failure. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contract shall pay the difference to the Owner. G-10 ROYALTIES AND PATENTS: The Contractor shall pay all royalties and license fees. they shall defend all suits or claims for infringement of any patent rights and shall save the Owner harmless from loss on account thereof and shall be responsible for all such loss when a particular design, process or the product of a particular manufacturer or manufacturers is specified; however, if the Contractor has reason to believe that the design, process or product specified is an infringement of a patent, they shall be responsible for such loss unless they promptly give such information to Owner. GA TESTS: If the Contract Documents, Laws, Ordinances, Rules, Regulations or Orders of any public authority having jurisdiction require any Work to be inspected, tested or approved, the Contractor shall give the Owner timely notice of their readiness and the date arranged so the Architect may observe such inspection, testing or approval. The Owner shall bear all costs of such inspection, tests and approvals unless otherwise provided. If after the commencement of the Work, the Owner determines that any work requires special inspection, testing or approval not included above, the Architect, upon written authorization from the Owner, will instruct the Contractor to order such special inspection, testing or approval, and the Contractor shall give notice as required in the preceding paragraph. if such special inspection or testing reveals a failure of the Work to comply (1) with the requirements of the Contract Documents or (2) with respect to the performance of the Work, with Laws, Statutes, Charter, Ordinances, Regulations or Orders of any public authority having jurisdiction, the Contractor shall bear ail costs thereof, including the Architect's additional services made necessary by such costs; otherwise the Owner shall bear such costs, and an appropriate Change Order shall be issued. The Contractor shall secure certificate of inspection, testing or approval, and three copies will be promptly delivered by them to the Architect. The Architect will review the certificates and forward one copy of each with their recommendations) to the Owner. If the Owner wishes to observe the inspections, tests or approvals required by this Section, they will do so promptly and, where practicable, at the source of supply. Neither the observations of the Architect or the Owner in their administration of the Construction Contract, nor inspections, tests or approvals by persons other than the Contractor shall relieve the Contractor from their obligations to perform the Work in accordance With the Contract Documents. G-12 INTERRUPTION OF EXISTING UTILITIES SERVICES: The Contractor shall perform the Work under this Contract with a minimum of outage time for all utilities. Interruption shall be by approved sections of the utility. In some cases, the Contractor may be required to perform the Work while the existing utility is in service. The existing utility service may be interrupted only when approved by the Owner. When it is necessary to interrupt the existing utilities, the Contractor shall notify the Owner in writing at least ten days in advance of the time that they desire the existing service to be interrupted. The interruption time shall be kept to a minimum. Depending upon the activities at an existing facility that requires continuous service from the existing utility, an interruption may not be subject to schedule at the time desired by the Contractor. In such cases, the interruption may have to be scheduled at a time of minimum requirements of demand for the utility. The amount of time requested by the Contractor of existing utility services shall be as approved by the Owner. G-13 LAYING OUT WORK: The Contractor shall verify dimensions and elevations indicated in layout of existing work. Discrepancies between Drawings, Specifications, and existing conditions shall be referred to the Architect for adjustment before work General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page 12 of 27 CFW PMD -- Reby Cary Youth Library March 2020 affected is performed. Failure to make such notification shall place responsibility upon Contractor to carry out work in satisfactory workmanlike manner at the Contractor's sole expense. The Contractor shall be held responsible for the location and elevation of all the construction contemplated by the Construction Documents. Prior to commencing work, the Contractor shall carefully compare and check all Architectural, Structural, Mechanical an Electrical drawings; each with the other that in any affects the locations or elevation of the work to be executed, and should any discrepancy be found, they shall immediately report the same to the Architect for verification and adjustment. Any duplication of work made necessary by failure or neglect on their part to comply with this function shall be done at the Contractor's sole expense. G-14 MEASUREMENTS: Before ordering any material or doing any work, the Contractor shall verify all measurements at the site or at the building and shall be wholly responsible for the correctness of same, No extra charge or compensation will be allowed on account of any difference between actual dimensions and dimensions indicated on the drawings. Any difference that may be found shall be submitted to the Architect for consideration and adjustment before proceeding with the project. G-15 EXISTING OVERHEAD OR UNDERGROUND WORK: The Contractor shall carefully check the site where the project is to be erected and observe any existing overhead wires and equipment. Any such work shall be moved, replaced or protected, as required, whether or not shown or specified at the Contractors sole expense. Attention is directed to the possible existence of pipe and other underground improvements that may or may not be shown on the Drawings. All reasonable precautions shall be taken to preserve and protect any such improvements whether or not shown on the Drawings. Location of existing underground lines, shown the Drawings are based on the best available sources, but are to be regarded as approximate only. Exercise extreme care in locating and identifying these tines before excavation in adjacent areas. G-16 ALIGNMENT OF JOINTS IN FINISH MATERIALS: It shall be the responsibility of the Contractor to make certain in the installation of jointed floor, well and ceiling materials that: 1. Preserve and protect the rights of the Owner and the Architect under the Contract with respect to the Work to be performed under the subcontract so that the subcontracting thereof will not prejudice such rights; 2. Place joints to relate to all opening and breaks in the structure and be symmetrically placed wherever possible. This includes heating registers, light fixtures, equipment, etc. If because of the non -related sizes of the various materials and locations of openings, etc., it is not possible to accomplish the above, the Contractor shall request the Architect to determine the most satisfactory arrangement. The Contractor shall establish centerlines for all trades. 0-17 INTEGRATING EXISTING WORK: The Contractor shall protect all existing street and other improvements from damages. Contractors operations shall be confined to the immediate vicinity of the new work and shall not in any interfere with or obstruct the ingress or egress to and from existing adjacent facilities. Where new site work is to be connected to existing work, special care shall be exercised by the Contractor not to disturb or damage the existing work more than necessary. All damaged work shall be replaced, repaired and restored to original condition at no cost to the Owner. G-18 HAZARDOUS MATERIAL CERTIFICATION: It is the intent of the contract documents, whether expressly stated or not, that nothing containing hazardous materials, such as asbestos, shall be incorporated in to the project. The Contractor shall exercise every reasonable precaution to ensure that asbestos -containing materials are not incorporated into any portion of the project, including advising all materials suppliers and subcontractors of this requirement. The Contractor shall verify that components containing lead do not contact the potable water supply. G-19 LOCATION OF EQUIPMENT AND PIPING: Drawing showing location of equipment, piping, ductwork, etc. are diagrammatic and job conditions may not always permit their installation in the location shown. When this situation occurs, it shall be brought to the Architect's attention immediately and the relocation determined in a joint conference. The Contractor will be held responsible for the relocating of any items without first obtaining the Architect's approval. They shall remove and relocate such items at their own expense if so directed by the Architect. Where possible; uniform margins shall be maintained between parallel lines and/or adjacent wall, floor or ceiling surfaces. G-20 OVERLOADING: The Contractor shall be responsible for loading of any part or parts of structures beyond their safe carrying capacities by placing of materials, equipment, tools, machinery or any other item thereon. No loads shalt be placed on floors or roofs before they have attained their permanent and safe strength. G-21 MANUFACTURER'S INSTRUCTIONS: Where it is required in the Specifications that materials, products, processes, equipment, or the like be installed or applied in accordance with manufacturers instructions, direction or specifications, or words to this effect, it shall be construed to mean that said application or installation shall be in strict accordance with printed instructions furnished by the manufacturer of the material concerned for use under conditions similar or those at the job site. Six copies of such instructions shall be furnished to the Architect and their approval thereof obtained before work is begun. General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page 13 of 27 CFW PMD — Reby Cary Youth Library March 2020 G-22 CLEANING UP: The Contractor shall keep the premises free from accumulation of waste material or rubbish caused by employees or as a result of the Work. At completion of work, the General Contractor shall, immediately prior to final inspection of complete building, execute the following final cleaning work with trained janitorial personnel and with material methods recommended by the manufactures of installed materials- 1 . Sweep and buff resilient floors and base, and vacuum carpeting. 2. Dust all metal and wood trim and similar finished materials. 3. Clean all cabinets and casework. 4. Dust all ceilings and walls. 5. Dust, and if necessary wash, all plumbing and electrical fixtures. 6. Wash all glass and similar non -resilient materials. 7. All hardware and other unpainted metals shall be cleaned and polished and all equipment and paint or decorated work shall be cleaned and touched -up if necessary, and all temporary labels, tags, and paper coverings removed throughout the buildings. Surfaces that are waxed shall be polished. 8. The exterior of the building, the grounds, approaches, equipment, sidewalks, streets, etc. shall be cleaned similar to interior of buildings and left in good order at the time of final acceptance. All paint surfaces shall be clean and unbroken, hardware shall be clean and polished, all required repair work shall be completed and dirt areas shall be scraped and cleared of weed growth. 9. Clean all glass surfaces and mirrors of putty, paint materials, etc., without scratching or injuring the glass and leave the work bright, clean and polished. Cost of this cleaning work shall be borne by Contractor. 10. Cleaning, polishing, scaling, waxing and all other finish operations indicated on the Drawings or required in the Specifications shall be taken to indicate the required condition at the time of acceptance of all work under the Contract. 11. Burning: Burning of rubbish on the premises will not be permitted. G-23 DUST CONTROL: Precaution shall be exercised at all times to control dust created as a result of any operations during the construction period. If serious problems or complaints arise due to air -borne dust, or when directed by the Architect, operations causing such problems shall be temporarily discontinued and necessary steps taken to control the dust. G-24 FIRE PROTECTION: The Contractor shall at all times maintain good housekeeping practices to reduce the risk of fire damage or injury to workmen. All scrap materials, ruboish and trash shall be removed daily from in and about the building and shall not be permitted to be scattered on adjacent property. Suitable storage space shall be provided outside the immediate building area for storing flammable materials and paints, no storage will be permitted in the building. Excess flammable liquids being used inside the building shall be kept in closed metal container and removed from the building during unused periods. A fire extinguisher shall be available at each location where cutting or welding is being performed, Where electric or gas welding or cutting work is done, interposed shields of incombustible material shall be used to protect against fire damage due to sparks and hot metal. When temporary heating devices are used, a watchman shall be present to cover periods when other workmen are not on the premises. The Contractor shall provide fire extinguishers in accordance with the recommendations and NFPA Bulletins Nos. 10 and 241. However, in all cases a minimum of two fire extinguishers shall be available for each floor of construction. G-25 CUTTING AND PATCHING: Wherever cutting and removal of portions of the existing work is indicated, such work shall be neatly sawed or cut by Contractor in a manner that will produce a neat straight line, parallel to adjacent surfaces or plumb for vertical surfaces. Care should be exercised not to damage any work that is to remain. At no time shall any structural members be cut without written consent from the Architect. G-26 PROJECT CLOSEOUT Final Inspection. Record Drawings: Attention is called to General Conditions Section entitled, "Substantial Completion and Final Payment". Maintenance Manual: Sheets shall be 8 M" x 11", except pull out sheets may be neatly folded to 8'/ "x 11". Manuals shall be bound in plastic covered, 3 ring, loose leaf binder with title of project lettered on front and shall contain: General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page 14 of 27 CF VV PMD — Reby Cary Youth Library March 2020 1) Name, address and trade of all sub -contractors 2) Complete maintenance instructions; name, address, and telephone number of installing Contractor, manufacturer's local representative, for each piece of operative equipment. 3) Catalog data on plumbing fixtures, valves, water heaters, heating and cooling equipment, temperature control, fan, electrical panels, service entrance equipment and light fixtures. 4) Manufacturer's name, type, color designation for resilient floors, windows, doors. concrete block, paint, roofing, and other materials. Submit two digital electronic copies and one hard copy of Maintenance Manuals, prior to request for final payment. Operational Inspection and Maintenance Instruction: The Contractor shall provide at their expense, competent manufacturer's representatives to completely check out all mechanical and electrical systems and items covered by the Drawings and Specifications. This requirement shall be scheduled just prior to and during the initial start-up. After all systems are functioning properly the representatives shall instruct maintenance personnel of the Owner in the proper operation and maintenance of each item. G-27 GUARANTEE AND EXTENDED GUARANTEE: Upon completion of the Project, prior to final payment, guarantees required by technical divisions of Specifications shall be properly executed in quadruplicate by subcontractors and submitted through the Contractor to Architect. Delivery of guarantees shall not relieve Contractor from any obligation assumed under Contract. The Contractor shall guarantee the entire Project for one year. In addition, where separate guarantees, for certain portions of work, are for longer periods, General Contractor's guarantee shall be extended to cover such longer periods. Manufacturer's extended warrantees shall be included in this contract. Guarantees shall become valid and operative and commence upon issuance of Certificate of inspection and Acceptance by Owner. Guarantees shall not apply to work where damage is result of abuse, neglect by Owner or their successor(s) in interest. The Contractor agrees to warrant their work and materials provided in accordance with this contract and the terms of the Technical Specifications contained herein. Unless supplemented by the Technical Specifications or the manufacturer's normal extended warrantees, 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 that 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 cost of repairing and/or replacing damaged items and components to bring such items back to at least their original condition. G-28 RECORD DRAWINGS: Upon completion of the Work and prior to application for final payment, one print of each of the drawings accompanying this specification shall be neatly and clearly marked in red by the Contractor to show variations between the construction actually provided and that indicated or specified in the Contract Documents. The annotated documents shall be delivered to Architect. Where a choice of materials and/or methods is permitted herein and where variations in the scope or character of the work from the entire work indicated or specified are permitted either by award of bidding items specified for that purpose, or by subsequent change to the drawings, the record drawings shall define the construction actually provided. The representation of such variations shall conform to standard drafting practice and shall include supplementary notes, legends and details which may be necessary for legibility and clear portrayal of the actual construction. The record drawings shall indicate, in addition, the actual location of all sub -surface utility lines, average depth below the surface and other appurtenances. G-29 CONSTRUCTION FENCE: The Contractor shall provide a substantial chain -link construction fence around all or a part of the site. The fences and gates must be maintained throughout the construction period. Remove the fences and gates upon completion of the Project and restore the site to the required original or contract condition. G-30 PRODUCT DELIVERY. STORAGE, HANDLING: The Contractor shall handle, store and protect materials and products, including fabricated components, by methods and means which will prevent damage, deterioration and loss, including theft (and resulting delays), thereby ensuring highest quality results as the work progresses. Control delivery schedules so as to minimize unnecessary long-term storage at project site prior to installation. G-31 REMOVAL OF SALVAGED MATERIAL: The Contractor shall remove salvaged material and equipment from the Project site and dispose of it in accordance with the law. Equipment or material identified in the Specifications or Plans for Owner salvage shall be carefully removed and delivered to the Owner at any location in within the City limits as directed by the City. G-32 MANUFACTURER'S REFERENCE: Catalog, brand names, and manufacturer's references are descriptive, not restrictive. Bids on brands of like nature and quality will be considered. Contractor shall inform the City of any substitutions intended for the project within 5 business days of bid opening. Failure to inform the City of substitute projects will obligate the Contractor to provide the specified material if awarded the contract. Within 14 days after bid opening and upon request of the 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. SECTION H CONTRACT TIME General Conditions of the Contract for Construction Lump Sum Contract (Jul2019) Page 15 of 27 CFW PMD — Reby Cary Youth library March 2020 H-1 DEFINITIONS The Contract Time is the period of time allotted in the Contract Documents for completion of the Work and is the number of calendar days elapsing between the date of commencement and the date of Substantial Completion plus additional days assessed for failure to complete punch list items from the Final Inspection in a timely manner and additional weather days beyond what is allotted in the contract. The Date of Commencement of the Work is the date established in the Notice to Proceed. See attachment "A" for a sample Notice to Proceed. The Date of -Substantial Completion of the Work or designated portion thereof is the Date certified by the Architect with the approval of the Owner that construction is sufficiently complete, in accordance with the Contract Documents, so the Owner may occupy the Work or designated portion thereof for the use for which it Is Intended. Final acceptance of the completed work or any portion thereof can be made only by the Owner, and no other form of acceptance will be binding upon the Owner. A Calendar Da v constitutes 24 hours of time and is any one of the seven days of a week, including Sunday, regardless of whether a "Working Day" or not, and regardless of weather conditions or any situation which might delay construction. An extension of contract time shall be in accordance with this Section. Extensions of time will be as recommended by the Architect with final approval by City of Fort Worth. A Working Dav is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of work for a continuous period of not less than seven hours between 7:00 a.m. and 6:00 p.m. However, nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturdays if he so desires. Legal holidays for the City of Fort Worth are defined as being New Year's Day, Independence Day, Labor Day, Thanksgiving Day, and the day after Thanksgiving, Christmas Day, Memorial Day and Martin Luther King Jr. Day. H-2 PROGRESS AND COMPLETION: All the time limits stated in the Contract Documents are of essence to the Contract. The Contractor shall begin the Work on the date of commencement as defined in this Section. He shall carry the Work forward expeditiously with adequate forces and shall complete it within the Contract Time. H-3 CONSTRUCTION WORK: Noise created by construction work within three hundred (300) feet of an occupied residential structure involving the erection, excavation, demolition, alteration, or repair of any building, structure, or flatwork is prohibited as follows: Before 7:00 a.m. or after 8.00 p.m. Monday -Friday Before 9.00 a.m. or after 8:00 p.m. Saturday -Sunday H-4 DELAYS AND EXTENSIONS Of TIME: If the Contractor is delayed at any time in the progress of the Work by any act or neglect of the Owner or the Architect, or by any employee of the Owner, or by any separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor's control, or by any cause which the Architect determines may justify the delay, then the contract time may be extended by Change Order for such reasonable time as recommended by the Architect and approved by the Owner. When the Contractor is delayed due to abnormal weather conditions, the weather table provided as WT-1 in these Contract Documents shall be used as the basis for providing a fair and equitable adjustment of the contract time. All claims for extension of time shall be made in writing to the Architect no more than fifteen days after the occurrence of the delay; .otherwise they shall be waived. If no schedule or agreement is made stating the dates upon which written interpretations shall be furnished, then no claim for delay shall be allowed on account of failure to furnish such interpretation until fifteen days after demand is made for them, and not then unless such a claim is reasonable. H-5 NO DAMAGE FOR DELAY: No payment, compensation or adjustment or any kind (other than the extensions of time provided for) shall be made to the Contractor for damages because of hindrances or delays from an cause in the progress of the work, whether such hindrances or delays be avoidable or unavoidable, and the Contractor agrees that they will make no claim for compensation, damages or mitigation of liquidated damages for any such delays, and will accept in full satisfaction for such delays said extension of time. SECTION I PAYMENTS AND COMPLETION 1-1 CONTRACT SUM: The Contract Sum is stated in the contract and is the total amount payable by the Owner to the Contractor for the performance of the Work under the Contract Documents. 1-2 SCHEDULE OF VALUES: Before the first Applicable for Payment, the Contractor shall submit to the Architect a Schedule of Values of the various portions of the Work, including quantities if required by the Architect, aggregating the total Contract Sum, divided so as to facilitate payments to Sub -contractors, prepared in such form as specified or as the Architect and the Contractor may agree upon, and supported by such data to substantiate correctness as the Architect may require. Each item in the Schedule of Values shall include proper share of overhead and profit. This Schedule, when approved by the Architect and the Owner, shall be used as a basis for the Contractor's Applications for Payment. General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page 16 of 27 CFW PMD — Reby Cary Youth Library March 2020 1-3 PROGRESS PAYMENTS: On the first day of each month after the first month's work has been completed, the Contractor will make current estimates in writing for review by the Architect and Owner of materials in place complete and the amount of work performed during the preceding month or period and the value thereof at the prices contracted for as shown on the approved Schedule of Values and Progress Schedule. If payments are to be made on account of materials or equipment not incorporated in the Work but delivered and suitably stored at the site such payments shall be conditioned upon submission by the Contractor of bills of sale or such other procedures satisfactory to the Owner to establish the Owner's title to such materials or equipment or otherwise protect the Owner's interest including applicable insurance and transportation to the site. The Contractor warrants and guarantees that title to all Work, materials and equipment covered by an Application for Payment, whether incorporated in the Project or not, will pass to the Owner upon the receipt of such payment by the Contractor, free and clear of all liens, claims, security interests or encumbrances hereinafter referred to as "liens"; and that no Work, materials or equipment covered by an Application for Payment will have been acquired by the Contractor, or by any other persons performing the Work at the site or furnishing materials and equipment for the Work, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. The Contractor shall prepare each application for payment on AIA Document G702, "Application and Certificate for Payment", and attached thereto AIA Document G703, "Continuation Sheet", to indicate the progress made to date and the period or month for which payment is requested for each Item listed in the Schedule of Values. A copy of the revised monthly work progress schedule must be attached before the pay request can be accepted. 1-4 CERTIFICATES FOR PAYMENT: If the Contractor has made Application for Payment as above, the Architect will, with reasonable promptness but not more than seven days after the receipt of the Application, prepare a Certificate of Payment, with a copy to the Contractor, for such amount determined to be properly due, or state in writing reasons for withholding a Certificate, The issuance of a Certificate for Payment will constitute a representation by the Owner, based on the Architect's observations at the site and the data comprising the Application for Payment, that the Work has progressed to the point indicated; that the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole upon Substantial Completion, to the results of any subsequent tests required by the Contract Documents, to minor deviations from the Contract Documents correctable prior to completion, and to any specific qualifications stated in the Certificate); and recommendations to the Owner that the Contractor be paid in the amount certified. In addition, the Architect's approval of final payment assures the Owner that the conditions precedent to the Contractor's being entitled to final payment as sot forth in this Section have been fulfilled. After the Architect has issued a Certificate for Payment, the Owner shall approve or disapprove some within ton days after it has been delivered to the Owner. For contracts less than $400,000, Owner shall pay 90% of the approved estimate to the Contractor within seven days after approval, and the remaining 10% of each such estimate will be retained by the Owner until Substantial Completion. For contracts in excess of $400,000, the Owner will retain only 5% of each estimate until Substantial Completion. No Certificate for a progress payment, nor any progress payment, nor any partial or entire use or occupancy of the Project by the Owner, shall constitute an acceptance of any Work not in accordance with the Contract Documents, or relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall promptly remedy any defects in the Work and pay for any damage to other work resulting therefrom that shall appear within a period of one year from the date of final acceptance of the Work unless a longer period is specified. 1-5 PAYMENTS WITHHELD: The Architect may decline to approve an Application for Payment and may withhold the Certificate in whole or in part if in their opinion they are unable to make the representations to the Owner as provided in this Section. The Architect may also decline to approve any Applications for Payment or, because of subsequently discovered evidence or subsequent inspections, may nullify the whole or any part of any Certificate for Payment previously issued to such extent as may be necessary in their opinion to protect the Owner from loss because of: t) Defective work not remedied; 2) Claims filed or reasonable evidence indicating probable fling of claims; 3) Failure of the Contractor to make payments properly to Subcontractors, or for labor, materials or equipment; 4) Reasonable doubt that the Work can be completed for the unpaid balance of the Contract Sum; 5) Damage to another contractor; S) Reasonable indication that the Work will not be completed within the Contract Time; or 7) Unsatisfactory prosecution of the Work by the Contractor. When such grounds for the refusal of payment are removed, payment shall be made for amounts withheld because of them. The Owner reserves the right to withhold the payment of any monthly estimate, without payment of Interest, if the Contractor fails to perform the Work in accordance with the specifications. 1-6 LIQUIDATED DAMAGES: The parties agree and acknowledge that actual damages are uncertain and difficult to ascertain because the Project relates to construction for a municipality. Normal damages of lost rent or profit are not applicable in this General Conditions of the Contract for Construction Lump Sum Contract (.lu12019) Page 17 of 27 CFW PMD -- Reby Cary Youth Library March 2020 circumstance because the City is a municipality and the Project will not receive rent and the City will not have lost profits. Therefore, the parties agree that because City's actual damages are too difficult to ascertain that the liquidated damages stated below are reasonable and a correct representation of actual damages to the City. The parties also agree that the liquidated damages called for in this contract are not a penalty but an agreed upon damages calculation by two sophisticated parties, The deduction for liquidated damages shall be as follows: Amount of Contract Liquidated Damages per Day $15,000 or less $45 $15,001 to $26.000 $63 $25,001 to $50,000 $105 $50,001 to $100,000 $154 $100,000to $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 1-7 FAILURE OF PAYMENT: If, without fault on the part of the Contractor, the Architect should fail to issue any Certificate for Payment within seven days after receipt of the Contractors Application for Payment, if the Contractor's Application for Payment, or if, without fault on the part of the Contractor, the Owner should fail to approve such estimate or to pay to the Contractor 90% or 95% (as applicable) of the amount thereof within the period of time specified, then the Contractor may, upon seven (7) days additional written notice to the Owner and to the Architect, stop the Work until. payment of the amount owing has been received. 1-8 SUBSTANTIAL COMPLETION AND FINAL PAYMENT: Prior to the request for final payment, the Contractor must meet aif provisions for Project Closeout. When the Contractor determines that the Work is substantially complete, the City shall inspect the project with the Contractor and the contractor will prepare a "Preliminary Punch List", When the Architect, on the basis of a subsequent inspection, determines that the Work is substantially complete, they then will prepare a Certificate of Substantial Completion (G704) which, when approved by the Owner, shall allow the Contractor to request a Certificate of Occupancy which will establish the Date of Substantial Completion. The Certificate of Substantial Completion shall state the responsibilities of the Owner and the Contractor for maintenance, heat, utilities, and insurance, shall set forth the remaining work as a "final punch IfsC. The Contractor shalt complete the remaining work listed therein within 30 calendar days. When the Certificate of Occupancy has been issued, the retainage may be reduced to 4%. Upon completion of the work listed on the final punch list to the satisfaction of the City of Fort Worth, the retainage may be reduced to 2.5%. Should the Contractor fail to complete all contractual requirements of the contract, including submittals and final pay request within the fixed time, the contract time will again commence. Should the Contractor fail to complete the work within the contract duration, liquidated damages will be assessed Upon receipt of written notice that the Work is ready for final inspection, the City will conduct a joint inspection and certify completion of the final punch list by cosigning it with the Contractor, The Contractor shall submit the following items to the City prior to requesting final payment: 1) Contractor's Affidavit of Payment of Debts and Claims (G706) stating that all payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which the Owner or their property might in any way be responsible, have been paid or otherwise satisfied, 2) Consent of Surely to Final Payment (G707), if any, to final payment, 3) Contractor's Affidavit of Release of Liens (G706A), and, 4) Other data establishing payment or satisfaction of all such obligations, such as receipts, releases, and waivers of liens arising out of the Contract, to the extent and in such fonn as may be designated by the Owner. 5) Contractors Warranty 6) Statement that all outstanding work has been completed 7) Issuance of the Final Certificate of Substantial Completion 8) Final acceptance by the City of Fort Worth. If any Subcontractor, materialman or laborer refuses to furnish a Contractor's Affidavit of Release of Liens, the Contractor may, at the election of the Owner, furnish a bond satisfactory to the Owner to indemnify them against any right, claim or lien which might be asserted by such Subcontractor, materialman or laborer. If any such right, claim or lien remains unsatisfied after all payments are made. The Contractor shall refund to the Owner all monies that the latter may be compelled to pay to discharging such right, claim or lien, including all costs and reasonable attorney's fees. The Contractor may then request final payment. The acceptance of final payment shall constitute a waiver of all claims by the Contractor except those previously made in writing and still unsettled. General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page 18 of 27 CFW PMD -- Reby Cary Youth Library March 2020 The Contractors one-year warranty will commence upon Substantial Completion of the Project. Trees will be warranted for a period of two -years per City ordinance. Prior to the expiration of the one year warranty there will be a walk through attended by the Owner, Architect, and Contractor to identify any items that need to be addressed. These items will be agreed upon by all parties and the contractor will complete the work within 30 days. The designated representative of the City of Fort Worth will make final acceptance and no other form of acceptance will be binding upon the Owner. 1-9 FINAL PAYMENT FOR UN -BONDED PROJECTS: Final payment will not be made for a period of 30 calendar days and until all requirements have been met, with the exception of Consent of Surety for Final Payment. SECTION J PROTECTION OF PERSONS AND PROPERTY J-1 SAFETY PRECAUTIONS AND PROGRAMS: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. The Contractor shall designate a responsible member of their organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor`s superintendent unless otherwise designated in writing by the Contractor to the Architect. J-2 SAFETY OF PERSONS AND PROPERTY: The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to: (1) All employees on the Work and all other persons who may be affected thereby; (2) All the Work and all materials and equipment to be incorporated therein, whether in storage on or -off the site, under the care, custody or control of the Contractor or any of their Subcontractors or Sub -contractors; and (3) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. Until acceptance of the Work, it shall be under the charge and care of the Contractor, and they shall take every precaution against injury or damage to the Work by the action of the elements or from any other cause whatsoever, whether arising from the execution or from the non -execution of the Work. The Contractor shall rebuild, repair, restore and make good, at his own expense, all injuries or damages to any portion of the Work occasioned by any of the above, caused before completion and acceptance. The Contractor shall comply with all applicable Laws, Ordinances, Rules, Regulations and Orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. They shall erect and maintain, as required by existing conditions and progress of the Work, all reasonable safeguards for safety and protection, including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the Work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. All damage or loss to any property referred to in the preceding paragraphs caused in whole or in part by the Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, shall be remedied by the Contractor, including damage or loss attributable to faulty Drawings or Specifications and acts or omissions of the Architect or anyone employed by them or for whose acts they may be liable, and not attributable to the fault or negligence of the Contractor or anyone claiming through the Contractor for such damage or loss. The Contractor shall not bad or permit any part of the Work to be loaded so as to endanger safety. J-3 HARD HATS: Hard Hats will be required at all construction sites included in this Contract from start to completion of work. Each Contractor, employee and visitor at any construction site included in the Contract will be required to wear a hard hat. The Contractor shall enforce the wearing of hard hats by Contractor, employees and visitors. Contractor shall provide hard hats for use by the consulting Architects and Engineers and visitors, J-4 EMERGENCIES: In any emergency affecting the safety of persons or property, the Contractor shall act at their discretion to prevent threatened damage, injury or loss. Any additional compensation or extension of time claimed by the Contractor on account of emergency work shall be determined as provided in Changes in the Work. J-6 SAFE WORK PRACTICES: The Contractor shall employ safe practices in handling materials and equipment used in performing required work so as to insure the safety of their workmen, City employees and the public. The Contractor shall keep the premise free at all times from accumulation of waste materials or rubbish. At the completion of the work, the Contractor shall remove all their wastes and rubbish from and about the work area, as well as their tools, equipment and surplus materials and shall leave the area as clean and free of spot, stains, etc., as before the work was undertaken. J-6 TRENCH SAFETY: The Contractor shall be responsible for all design and Implementation of trench shoring and stabilization to meet regulatory requirements. If the Proposal requires, the Contractor shall include a per -unit cost for trench safely General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page 19 of 27 CFW PMD— Reby Cary Youth Library March 2020 measures in their bid. If not included in the Proposal, the Contractor shall include a cost for trench safely measures for all trenches over 5 feet in depth in their Schedule of Values. SECTION K - INSURANCE K-1 INSURANCE REQUIRED: The Contractor shall not commence work under this Contract until they have obtained all insurance required under this Section and such insurance has been approved by the City of Fort Worth, nor shall the Contractor allow any Subcontractor to commence work to be performed under this Contract until all similar insurance of the Subcontractor has been so obtained and approved. The City of Fort Worth will be listed as an "additional insured" on all policies except Worker's Compensation. K-2 WORKERS' COMPENSATION INSURANCE 1) General: a) Contractor's Worker's Compensation Insurance. Contractor agrees to provide to the Owner (City) a certificate showing that it has obtained a policy of workers compensation insurance covering each of their employees employed on the project in compliance with state law. No Notice to Proceed will be issued until the Contractor has compiled with this section. b) Subcontractor's Worker's Compensation Insurance. Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of workers compensation insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificates to the Owner (City). c) By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the City that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the Texas Worker's Compensation Commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. d) The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the City to declare the contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the City. 2) Definitions - a) Certificate of Coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self -insure issued by the Texas Workers' Compensation Commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC- 84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. b) Duration of the Project. Includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the City. c) Persons providing services on the project ("subcontractor" in section 406.096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 3) Requirements: a) The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401A11(44) for all employees of the Contractor providing services of the project, for the duration of the project. b) The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. c) If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the City showing that coverage has been extended. d) The Contractor shall obtain from each person providing services on a project, and provide to the City: I) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and if) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page 20 of 27 CFW PMD — Reby Cary Youth Library March 2020 e) The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. f) The Contractor shall notify the City in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. g) The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. h) The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: i) provide coverage, based on proper reporting on the classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas labor Code, Section 401.011(44) for all of their employees providing services on the project, for the duration of the project; ii) provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; iii) provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, If the coverage period shown on the current certificate of coverage ends during the duration of the project; iv) obtain from each other person with whom it contracts, and provide to the Contractor: (1) a certificate of coverage, prior to the other person beginning work on the project; and (2) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; v) retain all required certificates of coverage on file for the duration of the project and far one year thereafter. vi) notify the City in writing by certified mail or personal delivery, within fen (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and vii) contractually require each person with whom it contracts, to perform as required by paragraphs ha) - vii), with the certificates of coverage to be provided to the person for whom they are providing services. 4) Posting of Required Worker's Compensation Coverage: a) The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19-point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project Must be covered by worker's compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee". Call the Texas Worker's Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." K-3 LIABILITY INSURANCE: The Contractor shall procure and maintain during the term of this Contract such Liability insurance as shall protect them, the City of Fort Worth and any Subcontractor performing work covered by this Contract, from claims of damage which may arise from operations under this Contract, including blasting, when blasting is done on, or in connection with the Work of the Project, whether such operations be by themselves or by any Subcontractor or by anyone directly or indirectly employed by either of them and the limits of such insurance shall be not less than the following: 1) Automobile Liability: $1,000,000 each accident or reasonably equivalent split limits for bodily injury and property damage. Coverage shall be on "any auto" including leased, hired, owned, non -owned and borrowed vehicles used in connection with this Contract. 2) Commercial General Liability: $1,000,000 each occurrence. Coverage under the policy shall be as comprehensive as that provided in a current Insurance Services Office (ISO) policy form approved for use in Texas and the policy shall have no exclusions by endorsement unless such are approved by the City. 3) Asbestos Abatement Liability Insurance: When the Project specifically requires the removal of Asbestos Containing Materials, the Contractor, or subcontractor performing the removal, shall be required to maintain Asbestos Abatement Liability Insurance as follows: $1,000,000 per occurrence; $2,000,000 aggregate limit. The coverage shall include any pollution exposure, including environmental impairment liability, associated with the services and operations performed under this contract in addition to sudden and accidental contamination or pollution liability for gradual emissions and clean-up costs. General Conditions of the Contract for Construction Lump Sum Contract (Jul2019) Page 21 of 27 CFVV PM❑ -- Reby Cary Youth Library March 2020 K 4 BUILDER'S RISK INSURANCE: Unless stated otherwise in the Proposal or invitation, the Contractor shall procure, pay for and maintain at all times during the term of this Contract, Builder's Risk Insurance against the perils of fire, lightning, windstorm, hurricane, hail, riot, explosion, civic commotion, smoke, aircraft, land vehicles, vandalism, and malicious mischief, at a limit equal to 100% of the Contract Sum. The policy shall include coverage for materials and supplies while In transit and while being stored on or off site. If specifically required in the Instructions to Bidders, the policy shall include coverage for flood and earthquake. Different sub -limits for these coverages must be approved by the City. Consequential damage due to faulty workmanship and/or design performed by the Contractor or their agents shall be covered. Upon completion of the Work, the Contractor shall notify the City of Fort Worth in writing before terminating this insurance. K-5 PROOF OF CARRIAGE OF INSURANCE: The Contractor shall provide a certificate of insurance documenting the Property Management Department, City of Fort Worth as a "Certificate Holder", and noting the specific project(s) covered by the Contractor's insurance as documented on the certificate of insurance. More than one certificate may be required of the Contractor depending upon the agents and/or insurers for the Contractor's insurance coverages specified for the project(s). K-6 OTHER INSURANCE; RELATED REQUIREMENTS 1) The City of Fort Worth shall be an additional insured, by endorsement, on all applicable insurance policies. 2) Applicable insurance policies shall each be endorsed with a waiver of subrogation in favor of the City of Fort Worth. 3) Insurers of policies maintained by Contractor and their subcontractor(s), if applicable, shall be authorized to do business in the State of Texas, or otherwise approved by the City of Fort Worth, and such shall be acceptable to the City of Fort Worth insofar as their financial strength and solvency are concerned. Any company through which the insurance is placed must have a rating of at least A:VII, as stated in current edition of A. M. Best's Key Rating Guide. At the City's sole discretion, a less favorable rate may be accepted by the City. 4) Deductible limits on insurance policies and/or self -insured retentions exceeding $10,000 require approval of the City of Fort Worth as respects this Contract, 5) The City of Fort Worth shall be notified in writing a minimum of thirty days prior to an insurer's action in the event of cancellation or non -renewal in coverage regarding any policy providing insurance coverage required in this Contract. 6) Full limits of insurance shall be available for claims arising out of this Contract with the City of Fort Worth. 7) The Contractor shall provide certificates of insurance to the City prior to commencement of operations pursuant to this Contract. Any failure on part of the City of Fort Worth to request such documentation shall not be construed as a waiver of insurance requirements specified herein. 8) The City of Fort Worth shall be entitled, upon request and without incurring expense, to review the insurance policies including endorsements thereto and, at their discretion, to require proof of payment for policy premiums. 9) The City of Fort Worth shall not be responsible for paying the cost of insurance coverages required herein. 10) Notice of any actual or potential claim and/or litigation that would affect insurance coverages required herein shall be provided to the City in a timely manner. 11) "Other insurance" as referenced in any policy of insurance providing coverages required herein shall not apply to any insurance policy or program maintained by the City of Fort Worth. 12) Contractor shall agree to either require their subcontractors to maintain the same insurance coverages and limits thereof as specified herein or the Contractor shall provide such coverage on the Contractor's subcontractors. SECTION L CHANGES IN THE WORK L-1 CHANGE ORDER: The Owner, without invalidating the Contract, may order Changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Sum and the Contract Time being adjusted accordingly. All Such Changes in the Work shall be authorized by Change Order, and shall be executed under the applicable conditions of the Contract Documents, A Change Order is a written order to the Contractor signed by the Contractor, owner and the Architect, issued after the execution of the Contract, authorizing a Change in the Work or adjustment in the Contract Sum or the Contract Time. The Contract Sum and the Contract Time may be changed only by Change Order. Any changes in work required due to changed or unforeseen conditions, or by request of either the Contractor or the City, shall be coordinated with the Director, Property Management Department. A change order must be written and duly negotiated and executed prior to performing changed work. The cost or credit to the Owner resulting from a Change in the work shall be determined in one or more of the following ways: General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page 22 of 27 CFW PMD — Reby Cary Youth Library March 2020 1) by mutual acceptance of a lump sum property itemized, including the allowance to Contractor for overhead and profit stipulated in the original contract proposal; 2) by unit prices stated in the Contract Documents or subsequently agreed upon; or 3) by cost and a mutually acceptable fixed or percentage fee If none of the methods set forth herein above is agreed upon, the Contractor, provided they receive a Change Order, shall promptly proceed with the Work involved. The cost of such work shall then be determined on the basis of the Contractor's reasonable expenditures and savings, including a reasonable allowance for overhead and profit as indicted in the original contract proposal. In such cases, the Contractor shall keep and present, in such form as the Architect shall prescribe, an itemized accounting together with appropriate supporting data. Pending final determination of cost to the Owner, payments on account shall be made on the Architect's Certificate of Payment as approved by the Owner, If after the Contract has been executed, the Architect, requests a price proposal from the Contractor for a proposed change in scope of the work, Contractor shall process such proposal within seven days of receipt and return the price quote to the Architect in writing. The Architect shall review the price quotation and if approval is recommended, forward the proposed change order request and price proposal to the Owner for approval. if approval is not recommended, the Architect will attempt to negotiate with Contractor to revise the proposal to a figure which is fair and reasonable and forward it on to the Owner for approval. If the negotiations do not result in an equitable solution, the Architect shall prepare a cost-plus type Change Order with a price -not -to -exceed figure for approval by the City and require specific documentation to be provided by Contractor in accordance with the paragraph above. Contractor is advised that according to City of Fort Worth Charter, that, the City Council must approve all Change Orders and Work Orders which results in an increase in cost of the contract amount by over $100,000. Normal processing time for the City Staff to obtain City Council approval, once the recommended change order has been received at the City, is approximately thirty days. Owner and Contractor shall endeavor to identify Change Order items as early in the Construction process as possible to minimize their impact on the construction schedule. If unit prices are stated in the Contract Documents or subsequently agreed upon, and if the quantities originally contemplated are so changed in a proposed Change Order that application of the agreed unit prices to the quantities of Work proposed will create a hardship on the Owner or the Contractor, the applicable unit prices shall be equitably adjusted to prevent such hardship. If the Contractor claims that additional cost or time is involved because of (1) any written interpretation issued pursuant to Section A, (2) any order by the Architect or Owner to stop the Work pursuant to Section B, where the Contract was not at fault, or (3) any written order for a minor change in the Work, the Contractor shall make such claim. L-2 CLAIMS FOR ADDITIONAL COST OR TIME: If the Contractor wishes to make a claim for an increase in the Contract Sum or an extension in the Contract Time, they shall give the Architect written notice thereof within a reasonable time after the occurrence of the event that gave rise to such claim. This notice shall be given by the Contractor before proceeding to execute the Work, except in an emergency endangering life or property in which case the Contractor shall proceed in accordance with Section J. No such claim shall be valid unless so made. Any change in the Contract Sum or Contract Time resulting from such claim, if approved by the Owner, shall be authorized by Change Order. L-3 OVERHEAT] ALLOWANCES FOR CHANGES: Should any change in the work or extra work be ordered, the following applicable percentage shall be added to Material and Labor costs to cover overhead and profit: 1. Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed fifteen percent J15%1. 2. Allowance to the Contractor for overhead and profit for extra work performed by a Subcontractor and supervised by the Contractor shall not exceed ten percent lg% . L-4 MINOR CHANGES IN THE WORK: The Architect shall have authority to order minor changes in the Work not involving an adjustment in the Contract Sum or an extension of the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes maybe effected by Field Order or by other written order. Such changes shall be confirmed in writing by the Architect and shall be binding on the Owner and the Contractor. L-5 FIELD ORDERS: The Architect may issue written Field Orders which interpret the Contract Documents, or which order minor changes in the Work without change in Contract Sum or Contract Time. The Contractor shall carry out such Field Orders promptly. SECTION M UNCOVERING AND CORRECTION OF WORK M-1 UNCOVERING OF WORK: If any Work should be covered contrary to the request of the Owner, it must be uncovered for observation and replaced, at the Contractor's expense. If any other work has been covered which the Owner has not specifically requested to observe prior to being covered, the Architect or the Owner may request to see such work and it shall be uncovered by the Contractor. If such Work be found in accordance with the Plans and Specifications, the cost of uncovering and replacement shall, by appropriate Change Order, be charged to the Owner. General Conditions of the Contract for Construction Lump Sum Contract (,iu12019) Page 23 of 27 CFW PMD — Reby Cary Youth Library March 2020 If such work be found not in accordance with the Plans and Specifications, the Contractor shall pay such costs unless it is found that this condition was caused by a separate contractor employed by the Owner. M-2 CORRECTION OF WORK: The Contractor shall promptly correct all work rejected by the Architect or Owner as defective or as failing to conform to the Plans and Specifications whether observed before or after Substantial Completion and whether or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected Work, including the cost of the Architect's additional service thereby made necessary. If, within one year after the Date of Substantial Completion or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents, any of the work is found to be defective or not in accordance with the Contract Documents, the Contractor shall correct it promptly after receipt of a written notice from the Owner to do so, unless the Owner has previously given the Contractor a written acceptance of such condition, describing same specifically and not generally. The Owner shall give such notice promptly after discovery of the condition. All such defective or non -conforming work under the preceding paragraphs shall be removed from the site where necessary and the work shall be corrected to comply with the Contract Documents without cost to the Owner. Defective or non -conforming work shall be completed in a timely manner. The Contractor shall respond and/or repair any work that is deemed an emergency by the City within 24 hours. The Contractor shall respond and/or repair any other defective or non -conforming work within three working days. The Contractor shall bear the cast of making good all work of separate contractors destroyed or damaged by such removal or correction. If the Contractor does not remove such defective or non -conforming work within a reasonable time fixed by written notice from the Owner, the Owner may remove it and may store the materials or equipment at the expense of the Contractor. if the Contractor does not pay the cost of such removal and storage within ten days thereafter, the Owner may upon ten additional days' written notice sell such work at auction or at private sale and shall account for the not proceeds thereof, after deducting all the costs that should have been borne by the Contractor including compensation for additional architectural services. If such proceeds of sale do not cover all costs that the Contractor should have borne, the difference shall be charged to the'Contractor and an appropriate Change Order shall be issued. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Owner. If the Contractor fails to correct such defective or non -conforming work, the Owner may correct it in accordance with Section G. The obligation of the Contractor under this Section shall be in addition to and not in limitation of any obligations imposed upon them by special guarantees required by the Contract Documents or otherwise prescribed by law. M-3 ACCEPTANCE OF DEFECTIVE OR NON -CONFORMING WORK: If the Owner prefers to accept defective or non- conforming work, he may do so instead of requiring removal and correction, in which case a Change Order will be issued to reflect an appropriate reduction in the Contract Sum, or, if the amount is determined after final payment, it shall be paid by the Contractor. SECTION N TERMINATION OF THE CONTRACT N-9 TERMINATION BY THE CONTRACTOR. If the work is stopped for a period of 30 days under an order or any court or other public authority having jurisdiction, through no act or fault of the Contractor or a Subcontractor or their agents or employees or any other persons performing any of the work under a contract with the Contractor, or if the work should be stopped for a period of 30 days by the Contractor for the Owner's failure to make payment thereon as provided in Section I, then the Contractor may after the end of such period of 30 days and upon seven additional days' written notice to the Owner, terminate the Contract. N-2 TERMINATION BY THE OWNER: if the Contractor is adjudged as bankrupt, or if they make a general assignment for the benefit of their creditors, or if a receiver is appointed on account of their insolvency, or if the Contractor refuses, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials, or if they fall to make prompt payment to Subcontractors or for materials or labor, or fails to comply with all Laws, Statutes, Charter, Ordinances, Regulations or Orders of any public authority having jurisdiction, or otherwise is guilty of a substantial violation of a provision of the Contract Documents, then the Owner, on their own initiative that sufficient cause exists to justify such action, may, without prejudice to any rights or remedy and after giving the Contractor and their surely, if any, seven (7) days' written notice, terminate the employment of the Contractor and take possession of the site and of all materials, equipment, tools, construction equipment and machinery thereon owned by the Contractor and may finish the work by whatever method they may deem expedient. In such case the Contractor shall not be entitled to receive any further payment until the Work is finished. If the costs of finishing the Work, including compensation for the Architect's additional services exceed the unpaid balance of the Contract, the Contractor shall pay the difference to the Owner. The City of Fort Worth may terminate this contract 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: General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page 24 of 27 CFW PMD — Roby Cary Youth Library March 2020 A) Stop work under the Contract on the date and to the extent specified on 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 the work terminated by the notice of termination. After termination as above, the City will pay the 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 a claim for amounts due after termination as provided in this paragraph within 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. SECTION O SIGNS The Contractor shall construct and install the project designation sign as required in the Contract Documents and in strict accordance with the Specifications for "Project Designation Signs." This sign shall be a part of this Contract and shall be included in the Contractor's Base Bid for the Project. The Contractor may install their company sign and shall allow the Architect to install their company sign. No other signs will be allowed. SECTION P TEMPORARY FACILITIES P-1 SCOPE: The Contractor shall fumish, erect, and maintain facilities and perform temporary work required in the performance of this Contract, including those shown and specified. P-2 USE OF TEMPORARY FACILITIES: All temporary facilities shall be made available for use by all workmen and subcontractors employed on the project, subject to reasonable directions by the Contractor as to their proper and most efficient utilization. P-3 MAINTENANCE AND REMOVAL: The Contractor shall maintain temporary facilities in a proper, safe operating and sanitary condition for the duration of the Contract. Upon completion of the Contract, all such temporary work and facilities shall be removed from the premises and disposed of unless otherwise directed or specified hereunder. P-4 FIELD OFFICES AND SHED: The Contractor is not required to provide a temporary field office or telephone for projects under $1,000,000. Contractor shall equip the Project Superintendent with a pager and provide 24-hour contacts to the City. The Contractor shall provide a temporary field office building for themselves, their subcontractors and use by the Architect and Owner. For construction contracts with a bid price in excess of $1,000,000.00, the Contractor shall provide a separate field office for the City's field representative (but the separate office may be in the same structure). The buildings shall afford protection against the weather, and each office shall have a lockable door, at least one window, adequate electrical outlets and lighting, and a shelf large enough to accommodate perusal of the project drawings. Openings shall have suitable locks. Field offices shall be maintained for the full time during the operation of the work of the Contract. During cold weather months, the field offices shall be suitably insulated and equipped with a heating device to maintain 70 degree Fahrenheit temperature during the workday. During warm weather the offices shall be equipped with an air conditioning device to maintain temperature below 75 degrees F. Upon completion of the work of the Contract, the Contractor shall remove the building from the premises. In addition to the drawing shelf, provide for the City field representatives office: one desk, four chairs, plan rack and a four drawer filing cabinet (with lock). Each office shall contain not less than 120 square feet of floor space. The Contractor shall provide and maintain storage sheds and other temporary buildings or trailers on the project site as required for their use. Location of sheds and trailers shall be as approved by the Owner, Remove sheds when work is completed, or as directed. P-5 WIRELESS CONNECTION: The Contractor shall provide and pay for wireless Internet connection (VVIFI) for the City and Architect. P-6 TOILET FACILITIES: The Contractor shall provide proper, sanitary and adequate toilet facilities for the use of all workmen and subcontractors employed on the project. P-7 UTILITIES: Contractor shall make all necessary arrangements and provide for temporary water and electricity required during the construction. Contractor shall provide and install temporary utility meters during the contract construction period. These meters will be read and the Contractor will be billed on this actual use. The Contractor shall provide all labor and materials required to tap into the utilities. The Contractor shall make the connections and extend the service lines to the construction area for use of all trades. Upon completion of the work all utility lines shall be removed and repairs made to the existing lines. Only utilities at existing voltages, pressures, frequencies, etc. will be available to the Contractor. General Conditions of the Contract for Construction Lump Sum Contract (JUI2019) Page 25 of 27 CFW PMD — Reby Cary Youth Library March 2020 Wafer. Provide an ample supply of potable water for all purposes of construction at a point convenient to the project or as shown on the Drawings. Pipe water from the source of supply to all points where water will be required. Provide sufficient hose to carry water to every required part of the construction and allow the use of water facilities to subcontractors engaged on the work. Provide pumps, tanks and compressors as may be required to produce required pressures. Electric Service. Provide adequate electric service for power and lighting to all points where required. Temporary, electric service shall be of sufficient capacity and characteristics to supply proper current for various types of construction tools, motors, welding machines, lights, heating plant, air conditioning system, pumps, and other work required. Provide sufficient number of electric outlets so that 50 foot long extension cords will reach all work requiring light or power, Lighting Supply and maintain temporary lighting so that work of all trades may be properly and safely performed, in such areas and at such time that day -lighting is inadequate. Provide at least 0.75 watts of incandescent lighting per squgr4e foot and maintain a socket voltage of at least 110 volts. Use at least 100-watt lamps. In any event, the lighting intensity shall not be less than 5 foot candles in the vicinity of work and traffic areas. P-8 HEATING: Heating devices required under this paragraph shall not be electric. The Contractor shall provide heat, ventilation, fuel and services as required to protect all work and materials and to keep the humidity down to the extent required to prevent corrosion of any metal and to prevent dampness or mildew which is potentially damaging to materials and finishes. All such heating, ventilation and services shall be provided and maintained until final acceptance of all work. In addition, the Contractor shall provide heat ventilation prior and during the following work operations as follows: a) At all times during the placing, setting and curing of concrete provide sufficient heat to insure the heating of the spaces involved to not less than 40 R b) From the beginning of the application of drywall and during the setting and curing period, provide sufficient heat to produce a temperature in the spaces involved of not less than 55 F. c) For a period of seven (7) days previous to the placing of interior finish materials and throughout the placing of finish painting, decorating and laying of resilient flooring materials, provide sufficient heat to produce a temperature of not less than 60 F. P-9 TEMPORARY CONSTRUCTION, EQUIPMENT AND PROTECTION: The Contractor shall provide, maintain, and remove upon completion of the work all temporary rigging, scaffolding, hoisting equipment, rubbish chutes, ladders to roof, barricades around openings, and all other temporary work as required to complete all work of the Contract. Contractor shall coordinate the use and furnishing of scaffolds with their sub -contractors. The Contractor shall provide, maintain, and remove upon completion of the work, or sooner, if authorized by the Owner, all fences, barricades, lights, shoring, pedestrian walkways, temporary fire escapes, and other protective structures or devices necessary for the safety of workmen, City employees, equipment, the public and property. All temporary construction and equipment shall conform to all regulations, ordinances, laws and other requirements of the authorities having jurisdiction, including insurance companies, with regards to safety precautions, operation and fire hazard. The Contractor shall provide and maintain pumping facilities, including power, for keeping the site, all times, whether from underground seepage, rainfall, drainage of broken lines. The Contractor shall maintain provision for closing and locking the building at such time as possible to do so. If this is not feasible, maintain a night The Contractor shall provide and maintain all barricades or enclosures, required to protect the work in progress from outside elements, dusts, and other disturbances as a result of work under this Contract. Such protection shall be positive, shall meet the approval of the Owner and shall be maintained for the duration of the construction period or as required to provide for the protection as specified. P-10 PROJECT BULLETIN BOARD: The Contractor shall furnish, install and maintain during the life of the project a weather - tight bulletin board approximately 3 feet high by 5 feet wide having not less than two hinged or sliding glass doors with provisions for locking. The bulletin board shall be mounted where and as approved by the Owner, in a prominent place accessible to employees of the Contractor and sub -contractors, and to applicants for employment. The bulletin board shall remain the property ofthe Contractor and shall be removed by them upon completion of the Contract work. The following information which will be furnished by the City to the Contractor shall be posted on the bulletin board and shall be maintained by the Contractor in easily readable condition at all times for the duration of the Contract. a. The Equal Opportunity Poster and Notice Nondiscrimination of Employment (Standard Form 38). b. Wage Rate Information Poster (Form SOL 155), with the Contract Schedule of minimum wage rates as required by the Davis -Bacon Act. C. Safety Posters. SECTION Q VENUE Should any action arise out of the terms and conditions of this contract, venue for said action shall lie in Tarrant County, Texas. General Conditions of the Contract for Construction Lump Sum Contract (JU12019) Page 26 of 27 CFW PMD — Reby Cary Youth Library March 2020 FORT WORH Attachment "A" Date: NOTICE TO PROCEED Contractor Address Phone: (xxx) xxx-xxxx Project Name: Gentlemen: Pursuant to the provisions of City Secretary Contract Number xxxxx this is your authority to proceed on the referenced project on date:, Prior to commencing work, it will he necessary for you to contact James Diestel; Const—taction Superintendent, who will be, 6' charge of subject project, 'and Tnake`arrangehients with him tomspect project construction. Hu maybe contacted at`!(817) 392-80.72 . Sincerely, James Diestel Construction Superintendent Cc: MJWBE Office File PROPERTY MANAGEMENT DEPARTMENT FACILITIES DIVISION THE CITY or FORT WORTH * 401 WEST 131" STREET * FORT WORTH, TExAS 76102 (817) 392-2586 * FAx (817) 392-8438 General Conditions of the Contract for Construction Lump Sum Contract (Ju12019) Page 27 of 27 CFW PMD — Reby Cary Youth Library March 2020 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 24=h day of March A.D., 2020, 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, hereinafter called OWNER, and FPl Builders LLC of the City Of Fort Worth County of Tarrant , 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 Reby Cary Youth Library 3851 East Lancaster Ave Fort Worth, Texas PMD2015-08 City Project No. CO2499 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 $3,897,514.00 _ including the Base Proposal ($3,687,078.00), Owner's Contingency Allowance ($210,436.00), and Alternates (for Alternates enclosed refer proposal). 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: o Statutory limits. Instruction to offerors (March 2020) Page 22 of 33 CFW PMD — Reby Cary Youth Library March 2020 d Employer's liability: v $100,000 disease each employee. • $500,000 disease policy limit. m $100,000 each 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. o 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: m $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. 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 (March 2020) Page 23 of 33 CFW PMD — Reby Cary Youth Library March 2020 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, 200 Texas Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. C. 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 A.M. Best rating ofA:Vll 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. 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 Bond 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. Construction shall not start without a "Notice to Proceed". The Notice to Proceed shall not be issued without bonds in place. 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 Condi- tions, there shall be deducted from any monies due or which may thereafter become due him, the liquidated damages outlined in the General Conditions, not as a penalty but as liquidated damages, the Contractor and their Surety shall be liable to the Owner for such deficiency. Instruction to Offerors (March 2020) Page 24 of 33 CFW PMD — Roby Cary Youth Library March 2020 IMMIGRATION NATIONALITY ACT: City actively supports the Immigration & Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Vendor shall verify the identity and employment eligibility of all employees who perform work under this Agreement. Vendor shall complete the Employment Eligibility Verification Form (1-9), maintain photocopies of all supporting employment eligibility and identity documentation for all employees, and upon request, provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Vendor shall establish appropriate procedures and controls so that no services will be performed by any employee who is not legally eligible to perform such services. Vendor shall provide City with a certification letter that it has complied with the verification requirements required by this Agreement. Vendor shall indemnify City from any penalties or liabilities due to violations of this provision. City shall have the right to immediately terminate this Agreement for violations of this provision by Vendor. No Boycott of Israel. If Contractor has fewer than 10 employees or the Agreement is for less than $100,000, this section does not apply. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this Agreement, Contractor certifies that Contractor's signature provides written verification to City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the Agreement. Instruction to Offerors (March 2020) Page 25 of 33 CFW PMQ — Reby Cary Youth Library March 2020 Executed effective as of the date signed by the Assistant City Manager below. I FORT WORTH: City of Fort Worth i i By: Name: Jay Chapa Title: Deputy City Manager Date: r Approval Renended: Name: step ( aK Title: Direct r P perty Management Dept. Attest: Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: 0a6xyl Name: Brian Glass Title: Architectural Services Manager Approved as to Fo. and Legality: Approved John B. Strong IV Title: Assistant City Attorney Contract Authorization: sy: M&C: M&C 20-0199 Name: Mary J. K er Y�,j Q, N0, ,P4()3q.03 -,2Da0 Title: City Secretaty, CONTRACTOR: I=PI Builders, LLC =2' By: & Name: Kevin S. Drake Title: Manager Date: 3 -3©- 20 OFFU SAL RLcCUk ITT WORTH" 'TX Instruction to Offerors (March 2020) Page 26 of 33 CFW PMD -- Reby Cary Youth Library March 2020 Bond# 2302506 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS; COUNTY OF TARRANT § That we, FPI Builders, LLC , known as "Principal" herein,. and North American SpecialtySpecialiy Insurance Qompap�y a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are hold and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of, Three Million Eight Hundred Ninety-seven Thousand Five Hundrod Fourteen Dollars 3 897 v14.00 , lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, forthe 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 24111 day of March _ , 2020, which Contact is hereby referred to and inade a part hereof for all purposes as if fully set forth herein, 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 Reby Cai-X Youth Library located at 3851. East Lancaster Avenue. Fort Worth, Texas A02015-08, C'tty Project Na. CO2499Z, NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such 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 bond shall be determined in accordance with the provisions of said statute. instruction to Offerors (March 2020) age 27 of 33 CFW PMD— tteby Cary Youth Library March 2020 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 24th day of March. 12020. PRINCIPAL: FPI Builders LLC ATTEST: BY: — Signature Kl� (Principal) Secretary Witness as to Principal VP -A Name and Title Address: 2116 Wenneca Avenue Ft Worth, TX 76102 SURETY: North American Specialty Ingtirance Combany i ATTEST: B 1--Q) Signature (Surety) Secretary la444A--� Witness as to Surety Tracy Tucker, Attorney -in -Fact Name and Title Address: 685 John B Sias Memorial PkhT #215 Ft Worth, TX 76134 Telephone Number: 817/336-8520 c�Q •'��'' OFF. f SEAL I Oi�4 Texas. *Note: If signed by an officer of the Surety, there must be on 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. Instruction to Offerors (March 2020) CFW PMD — Roby Cary Youth Library Page 28 of a3 March 2020 Bond ## 2302506 PERFORMANCE BOND THE STATE Or' TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, FPI_Builders, LLC , known as "Principal" herein and North American Specialty Insurance Company , 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, Three Million Eight hundred Ninety -Seven Thousand Five Hundred Fourteen Dollars (.S3.897,514.00), 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, our 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 24111 day of March , 2020, which Contract is hereby referred to and made a part hereof for all purposes as if fully 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 Roby Cary Youth Library- located at 3851 East Lancaster Averru.e., Fort Worth, Texas (Proiect PMD2015-08, City Py iect No. CO2499), NOW, THEREFORE, 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 Carders, 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 pant of the City, then this obligation shall be and become 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 amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. Instructlon to Offerors (March 2020) Page 28 of 33 CFW PMD — Reby Cary Youth Library March 2020 ff IN WITNE88 WHCRXOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the z4th day of March , 2020. TTEST: �� (Principal) Secretary Witness as to Principal Witness as to Surety PRINCIPAL; -FPI Builders LLC BY g-�— OA-t-- Signature gut�I 5, 0121,'-AMP- Name . and Title "Il det Address: SURETY; kQ rrrrrrrr � j O�',P C3 SEA �b f kt:Texas North American S ecialty Insurance_ Company BY; Signature Tracy Tucker, Attorney -in -Fact Name and Title Address: 685 John B Sias Memorial. Pkwy #215 Ft Worth, TX 76134 Telephone Number: 817/336-8520 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract fi-om the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its maiiing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. Instruction to Offerors (March 2020) CFW PMD — Reby Cary Youth Library Page 30 of 33 March 2020 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OFF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Kansas City, Missouri and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Kansas City, Missouri, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri does hereby make, constitute and appoint: W. LAWRENCE BROWN, TRACY TUCKER, KEVIN J. DUNN, STEVEN TUCKER, AND ROBERTA H. ERB JOINTLY OR SEVERALLY Its true and lawful Attorneys) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or pennitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTI IER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." By Steven . n erson, error ree r-osr cnt o as ngton International Insurarrc0 Company & Senior Vice President or North American Speelalty Insurance Company & Senior Vice President offWWeessttport Insurance Corporalion By Mike A. Ito, Senior Vice President of Washington International insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Weslporl Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 26 day of February , 20 19 North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook ss: On this 26 day of February 201 before me, a Notary Public personally appeared Steven P, Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. =COM�M11WDn SEAL linniti r M. Kenny, Notary Public 1 _. I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 24th day of March 20 20 Jeffrey Goldberg, Vice President & Assistant Secretary or Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary or Westport Insurance Corporation North American Specialty Insurance Company !Washington International Insurance Company Westport Insurance Corporation CLAIMS INFORMATION IMPORTANT NOTICE ADVISO IMPORTANTE In order to obtain information or make a complaint: You may contact Jeffrey Goldberg, Vice President - Claims at 1-800-338-0753 You may call Washington International Insurance Company and/or North American Specialty Insurance Company's and/or Westport Insurance Corporation toll -free number for information or to make a complaint at: 1-800-338-0753 You may also write to Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation at the following address: 1450 American Lane Suite 1100 Schaumburg, IL 60173 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. Para obtener informacion o para someter un queja: Puede comunicarse con Jeffrey Goldberg, Vice President - Claims, al 1-800-338-0753 Usted puede Ilamr al numero de telefono gratis de Washington International Insurance Company and/or North American Specialty Insurance Company's and/or Westport Insurance Corporation para informacion o para someter una queja al: 1-800-338-0753 Usted tambien puede escribir a Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation al: 1450 American Lane Suite 1 100 Schaumburg, It. 60173 DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el Washington International Insurance Company and/or North American Specialty Insurance Company and/or Westport Insurance Corporation. UNA ESTE AVISO A SU POLIZA Este aviso es solo para proposito de infromacion y no se converte en parte o condition del documento ad j u nto. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for ail of its employees employed on City Project, Reby Cara Youth Library located at 3851 East Lancaster Avenue, Fort Worth, Texas (Project PMD2015-08, City Proiect No. CO2499). 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: Et I Sidi t-pEq- ; L. t C- By: i` OIAl f Company (Please Print) 21 t6 V/ E7JtJF C- LE Signature: 'z--- L: Address t WdRTIV TK 1 b t Off, Title: A '016E City/State/Zip (Please Print) i THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § f 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 acknowledged 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 SEAT, OF OFFICE this (cay of &, 2020. o`z`RVFu.,� MARSHA t..'TURNER $�Q ���S Notary Public, State of Texas W �: Comm. Expires U4-24-2021 q�Fof� ,tc Notary ID 13i099407 Notary Public in and for the State of Texas Instruction to Offerors (March 2020) CFW PMD — Reby Cary Youth Library Page 32 of 33 March 2020 4.-0„ CENTERLINE OF ' SIGN, LOGO & TEXT INFORMATION rOj Ct Title Architect: Architect's Name Contractor: Contractor's Nears FUNDED BY (List Bond Fund, etc.) SCHEDULED COMPLETION DATE YEAR SIGN COLOR & FONT: BACKGROUND - WHITE BORDER - 5116"WIDE, 3"RADIUS CORNERS, PMS 288 (BLUE) TEXT - HELVETICA or ARIAL, PMS 288 (BLUE) FORT WORTH LOGO COLORS & FONT: PORT WORTH - PMS 288 (BLUE), CHELTENHAM BOLD LONGHORN LOCO - PMS 726 (BROWN) PROJE-`CT DE1,310- NATION SKIM Instruction to Offerors (March 2020) Page 33 of 33 CFW PMD — Reby Cary Youth Library March 2020