Loading...
HomeMy WebLinkAboutContract 42668• CllV SECRET;./ ,...,.., ..... FILE :·---, "'=CRETARY ~ONiR.ACT NO . A1...'Pof> - CTOR'S BONDING CO. CONSTRUCTION'S :;tTIONS .-n.-11-1r..n111 RACT DOCUMENTS FOR PARKING RENOVATIONS AT FORT WORTH BOTANIC GARDEN PROJECT NAME PARKING RENOVATIONS AT BOTANIC GARDEN BETSY PRICE MAYOR PROJECT NUMBER C200/541200/807370171080 CITY PROJECT NO. 01710 IN THE CITY OF FORT WORTH TEXAS DOE NO. 6707 T.M. HIGGINS INTERIM CITY MANAGER RICHARD ZAVALA, DIRECTOR PARKS AND COMMUNITY SERVICES DEPARTMENT PARKS AND COMMUNITY SERVICES DEPARTMENT PLANNING AND RESOURCE MANAGEMENT DIVISION FUNDING OF PROJECT BY CITY OF FORT WORTH 2004 CAPITAL IMPROVEMENT PROGRAM GAS WELL LEASE FUNDS OFFICIAL RECORD CITY SECRETARY 1 > l 4 -1 '] 0 12 ;.Q.O ..l, " TX FT. vvuR1 , 2011 M&CReview Page 1 of 3 Official site of the City of Fort Worth, Texas CITY COUNCIL AGENDA FORT WORTH --....,.--- COUNCIL ACTION: Approved on 11/15/2011 -Ordinance No. 19974-11-2011 DATE: CODE: 11/15/2011 REFERENCE NO.: **C-25290 LOG NAME: C TYPE: CONSENT PUBLIC HEARING: 80BOTANIC GARDEN PARKING NO SUBJECT: Authorize Execution of a Construction Contract with McClendon Construction Co ., Inc ., in the Amount of $656 ,121 .17 for Parking Renovations at the Fort Worth Botanic Garden and Adopt Appropriation Ordinance (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council : 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations by $150,000.00 in the Park Gas Lease Project Fund; and 2. Authorize execution of a construction contract with McClendon Construction Co., Inc., in the amount of $656, 121.17 for Parking Renovations at the Fort Worth Botanic Garden . DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the execution of a construction contract with McClendon Construction, Co ., Inc., in the amount of $656 ,121.17 for Parking Renovations at the Fort Worth Botanic Garden (Botanic Garden) and to approve the appropriation of gas well revenues in the amount of $150 ,000.00. The 2004 Capital Improvement Program (CIP) Proposition One: Street and Storm Sewer Improvements, allocated $5,050,000.00 for parking lot and road replacement projects in area parks with $535,000 .00 allocated for the Botanic Garden. Additionally, gas bonus funds are being appropriated in the amount of $150,000 .00 . The total of all funds available for improvements to this facility amount to $685,000.00 . In 2005 , the City entered into a Lease Agreement for property adjacent to Deborah Beggs Moncrief Garden Center at the Botanic Garden (M&C L-14012), with Botanical Research Institute of Texas, Inc ., (BRIT) for the development of a new headquarters. As part of the construction of the new facility, BRIT constructed a new 258 space parking lot (north lot) that is being used jointly by BRIT and patrons of the Botanic Garden . At the core of the parking and sustainability design is the capture and reuse of storm water to sustain the garden and reduce water usage for irrigation . The City intends for this facility to serve as a demonstration project for best practices in the collection , handling and reuse of storm water runoff. On December 14 , 2010, (M&C C-24660) the City Council authorized the City Manager to execute a Community Facilities Agreement (CFA) with the BRIT. The CFA (City Secretary Contract No . 41815) engages BRIT to provide the construction plans and specifications for the south lot at the Botanic Garden that will visually compliment the north parking lot. http://apps .cfwnet.org/council_packet/mc_review.asp?ID=l5864&councildate=l l/15/2011 11/29/2011 M&CReview Page 2 of 3 The project was advertised for bid on July 28 , 2011 and August 4, 2011 in the Fort Worth Star- Telegram . On August 25, 2011 , the following bids were received : BID TABULATION Bidders Base Bid Bid Alternates 1 and 2 Total Mcclendon Construction Co ., Inc. $505,555.53 $150 ,565 .64 $656 , 121 . 17 2L Construction, LLC $527,834 .26 $153 ,920.14 $681,754.40 Cole Construction , Inc. $551,310.20 $199 ,004.30 $750,314.50 CPS Civil, LLC $605,986 .00 $160,065.60 $775,051 .60 Northstar Construction $579 ,812 .00 $202,526 .50 $782,338.50 The Fain Group, Inc. $581,375 .60 $214,574.70 $795,950.30 Raydon, Inc . $595,969.20 $220,379.90 $816,349 .10 DDM Construction $629 ,364.90 $193,721.00 $823 ,085 .90 AUi Contractors, LLC $668, 115 .30 $223,659.70 $891,775.00 The Base Bid work is to include demolition of an existing asphalt parking lot and lighting and the new installation of a concrete parking lot and lighting , subsurface drainage system , irrigation, landscaping, paver walks and a construction allowance. Bid Alternates No. 1 and 2 include demolition of the existing asphalt entry drive and the new installation of concrete paving . It is recommended that the Base Bid amount of $505,555.53 and Bid Alternates No . 1 and 2 in the amount of $150,565.64 together totaling $656,121.17, as submitted by Mcclendon Construction Co ., Inc ., be approved for award of contract. The contract period is 50 working days. Associated design/construction administration , inspection , testing and change order contingency funding totals $28,879 .00 . McClendon Construction Co ., Inc., is in compliance with the City's M/WBE ordinance by committing to 32 percent M/WBE participation on the base bid price. The City's M/WBE goal base bid contract is 15 percent. The impact on the annual operating budget will be $15,000 .00 . Construction is anticipated to commence in December 2011 and be completed in April 2012 . The Fort Worth Botanic Garden is located in COUNCIL DISTRICT 7 and is classified as a Citywide Special Use Facility. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Park Improvements Fund and the Park Gas Lease Project Fund. TO Fund/Account/Centers 1) C282 446100 801929966600 $150,000 .00 1) C282 541200 801929966600 $150,000 .00 Submitted for City Manager's Office by: Originating Department Head: FROM Fund/Account/Centers 2) C282 541600 807370171080 $150,000 .00 2) C200 541600 807370171080 $506,121 .17 Susan Alanis (8180) http://apps .cfwnet.org/council_packet/mc _review.asp?ID= 15864&councildate= 11/15/2011 11/29/2011 M&CReview Additional Information Contact: ATTACHMENTS 80BOTANIC GARDEN PARKING A02.doc Richard Zavala (5704) Mike Ficke (57 46) Page 3 of 3 http ://apps .cfwnet.org/council_packet/mc_review.asp?ID=l5864&councildate=l l/15/2011 11/29/2011 TABLE OF CONTENTS 1. NOTICE TO BIDDERS 2. SPECIAL INSTRUCTIONS TO BIDDERS 3. PROPOSAL 4. CITY OF FORT WORTH M/WBE ENTERPRISE SPECIFICATIONS 5. CITY OF FORT WORTH PREVAILING WAGE RATES 6. WEATHER TABLE 7. VENDOR COMPLIANCE TO STATE LAW 8. CONTRACTO,R COMPLIANCE WITH WORKER'S COMPENSATION 9. PROJECT DESIGNATION SIGN 10. GEOTECHNICAL REPORT 11. TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS 01100 -Summary of Work 01130 -Permits 01135 -Contract Time 01140 -Alternatives 01150 -Payment to Contractor, Project Acceptance & Warranty 01300 -Schedule Submittals 01400 -Quality Control 01410 -Testing 01500 -Temporary Facilities and Controls 01640 -Product Submittals and Substitution Options 01700 -Project Closeout 01800 -Contractor's Responsibility for Damage Claims DIVISION 2 -SITE WORK 02200 -Site Preparation 02140 -Site Underdrains 02300 -Earthwork 02545 -Interlock Pavers 02810 -Landscape Irrigation System 02900 -Plants 02910 -Landscape Edging 02920 -Temporary Tree and Plant Protection DIVISION 3 -CONCRETE 03300 -Cast in Place Concrete 03600 -Grouts 03700 -Mass Concrete DIVISION 16 -ELECTRICAL 16050 -Basic Electrical Materials and Methods 16060 -Grounding and Bonding 16075 -Electrical Identification 16120 -Conductors and Cables 16130-Raceways and Boxes 16521-Exterior Lighting TABLE OF CONTENTS-con't 12. CERTIFICATE OF INSURANCE 13. BIDDER'S STATEMENT OF QUALIFICATIONS 14. PERFORMANCE BOND 15. PAYMENT BOND 16. MAINTENANCE BOND 17. CONTRACT NOTICE TO BIDDERS Sealed Proposals for the following: PROJECT NAME : PARKING RENOVATIONS AT FORT WORTH BOTANIC GARDEN PROJECT NO.: C200/541200/807370171080 TPW (DOE NO.) 6707 Addressed to the City of Fort Worth , Purchasing Division , 1000 Throckmorton Street , Fort Worth , Texas 76102-6311 and received at the Purchasing Office until 1 :30 p .m., Thursday, August 25 , 2011 , and then publicly opened t he same day and read aloud at 2 :00 p.m., in Council Chambers 2nd floor-N.E . corner of City Hall. Contract documents , including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth 's Purchasing Division webs ite at: http://www.fortworthgov.org/purchasing/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site , where the plans and contract documents may be downloaded , viewed and prin t ed by interested contractors and / or suppliers. For access to the plans and construction documents , please fill out the plan holder registration form available at the following City web site : www.fortworthgov .org/purchasing and click the Buzzsaw link . Please contact Eric Seebock , Project Manager, at 817-392-57 42 or at eric.seebock@fortworthgov.org for assistance. 1. Wage Rates: All Bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of the prevailing wage rates , and City Ordinance No . 7278 , as amended by City Ordinance No . 7400 (Fort Worth City Code , Section 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. 2. Disadvantaged Business Enterprise Participation Goals: In accordance with the City of Fort Worth Ordinance No . 15530 , the City of Fort Worth has goals for the participation of disadvantaged business enterprises in City contracts. A copy of the Ordinance can be obtained from the M/WBE Office or from the Office of the City Secretary. The bidder shall submit the DBE UTILIZATION FORM , SUBCONTRACTOR / SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM , GOOD FAITH EFFORT FORM and/ or the JOINT VENTURE FORM ("Documentation) as appropriate and must be received no later than 5:00 P.M., five (5) City business days after the bid opening date , exclusive of the bid opening date. The bidder (a) shall submit documentation at the reception area of the managing department , Department of Engineering , 2nd floor , City Hall , and shall obtain a receipt in person. Such receipt shall be evidence that the documentation was received by the City. (b) Electronic submittal of M/WBE or DBE documentation will not be accepted. Failure to comply with (a) and (b) shall render the bid non-responsive. The following list is provided to assist bidders in obtaining the services of M/WBE or DBE vendors qualified to provide such services/materials for this project. A listing of qualified M/WBE or DBE vendors may be obtained at the City of Fort Worth M/WBE office , 3rd floor City Hall. Services/materials for this project are as follows : demolition/site prep concrete steel rebar electrical grading/earthwork seeding irrigation erosion control landscaping asphalt The City's minimum M/WBE or DBE goal on this project is 15% of the total dollar value of this contract. 3. Prime Bidder Qualification Requirements: The City will evaluate all submitted bids based on criteria and qualifications to determine award of contract as noted in Item 14. - Bidder's Statement Of Qualifications -Special Instructions To Bidders , and upon receipt of Bidder's Statement Of Qualifications form included in this construction document. In general: • The Prime Bidder, as general contractor or sub -contractor , must demonstrate similar project scope experience on three (3) projects within the last three (3 ) years. All subcontractors intended for use on this project shall also demonstrate similar project scope experience necessary to successfully perform on their respective portion of work on this project. • The Prime Bidder must provide a list the surety company(s) which issued bonds for projects listed above. Additionally, the Prime bidder shall list the surety company intended for use on this project. • The Prime Bidder must submit a current certified financial statement prepared by an independent Certified Public Accountant. • The Prime Bidder shall perform work its own organization and with the assistance of work crews under its superintendence work of a value not less than fifty percent (50%) of the project scope of work as per Section 8.1 of the standard specifications for Street and Storm Drain Construction for the City of Fort worth. Bidder's Qualifications are to be submitted and received by the Parks and Community Service Department Project Manager no later than 5:00 P.M., five (5) City business days after the bid opening date, exclusive of the bid opening date. 4. Bid Addendum: Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Proposal form . Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive . All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to reg ister as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered addenda prior to submitting a bid . 5. Pre -Bid Conference: An optional pre -bid conference will be held w ith prospective bidders at the Parks and Community Services Department, 4200 South Freeway , Suite 2200 , Fort Worth , Texas 76115-1499 , Conference Room #1 on Wednesday, August 11, 2011 at 2 :00pm. 6. Award of Contract The City reserves the right to reject any or all bids and waive any or all formalities. The City will award one contract with a combination of base bids and/or alternates which is most advantageous to the City. No bid may be withdrawn until the expiration of 70 calendar days from the day bids are opened. The award of contract, if made , will be within 70 calendar days after the opening of bids , but in no case will the award be made until all necessary investigations are made as to the responsibility of the bidder to whom the contract will be awarded. RICHARD ZAVALA , DIRECTOR PARKS AND COMMUNITY SERVICES DEPARTMENT By : ERIC SEEBOCK Project Manager (817) 392-5742 eric.seebock@fortworthgov .org Advertisement Dates : Thursday, July 28 , 2011 Thursday, August 4, 2011 T.M. HIGGINS INTERIM CITY MANAGER MARTY HENDRIX CITY SECRETARY SPECIAL INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. BID SECURITY 2. PROPOSAL 3. ADDENDA 4. PERMITS 5. AW ARD OF CONTRACT 6. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS 7. LIQUIDATED DAMAGES 8. EMPLOYMENT 9. WAGE RATES 10. FINANCIAL STATEMENT 11. INSURANCE 12. NON -RESIDENT BIDDERS 13. MINORITY I WOMEN BUSINESS ENTERPRISE 14. PROTECTION OF TREES, PLANTS AND SOIL 15. PRODUCT SUBMITTAL AND SUBSTITUTION OPTIONS 16. BIDDER'S STATEMENT OF QUALIFICATIONS 17. OZONE ALERT DAYS 18. WORKERS COMPENSATION INSURANCE COVERAGE SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded . 2. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas . In addition , the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law ; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied 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 proofrequired herein. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices , the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents . The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis . Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting Parks and Community Services Department telephone number indicated in the Notice to Bidders. Bids that do not acknowledge all applicable addenda will be rejected as non-responsive. (See Item Gin the Proposal.) 4 . PERMITS: The Contractor shall obtain all permits necessary for compliance to the City of Fort Worth Building Code. Fees shall be waived for permit applications. For a listing of anticipated project permits, refer to Div. I -General Requirements: Section 01100-3. SPEC IAL INSTRU CTIONS TO BIDDE RS - I - 5. AW ARD OF CONTRACT: The Contract may not necessarily be awarded to the lowest bidder of the Base Bid. The Parks and Community Services Department shall evaluate and recommend to the City Council the best bid based on the combined benefits of total bid price and number of contract days allotted, as specified in the Proposal, and which is considered to be in the best interest of the City. 6. Regardless of the Alternative chosen, the Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified in the Construction Documents, liquidated damages shall be charged as outlined in General Provisions, Item 8.6 Failure to Complete Work on Time, found in the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Maintenance Bond shall be required for all Parks and Community Services Department projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Division 1, Section 01150-Item 1.14: Warranty In order for a surety to be acceptable to the City, the surety must meet the requirements of V. A. T. S Insurance Code, art. 7.19-l(c). Satisfactory proof of any such reinsurance shall be provided to the City as outlined in the Notice To Bidders. 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 SPECIAL INSTRUCTIONS TO BIDDERS -2 - 7. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion of projects. 8. EMPLOYMENT: All bidders will be required to comply with City Ordinance No . 7278 as amended by City Ordinance No . 7400 (Fort Worth City Code Section 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. 9. WAGE RATES : All bidders will be required to comply with provision 5159a of "Vemons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. Disregard if Federal Wage Rates are applicable to this project. If Federal Wage Rates are applicable to a project, the Contractor shall comply with all items identified in the attached Contractor's Packet. For further information regarding this packet, contact the Intergovernmental Affairs / Grants Management Division, Finance Department at (817) 871-8365 or 871-8387 10 .FINANCIAL ST A TEMENT: A current certified financial statement shall be provided to the City as outlined in the Notice to Bidders for use by the CITY OF FORT WORTH in determining the successful bidder. This statement is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 11. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2 ,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto", defined as autos owned, hired, and non- owned). Additional lines of coverage may be requested. If such a request is made after bid opening, Contractor shall be entitled to additional compensation equal to 110% of the additional premium cost. For worker's compensation insurance requirements, see Special Instructions to Bidders -Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, 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. B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents , 1000 Throckmorton Street, Fort Worth , TX 76102 , prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. SPECIAL INSTRUCTIONS TO BIDDERS . 3 . D. Each insurance policy shall be endorsed to provide the City 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 premmm. E. Insurers must be authorized to do business in the State of Texas and have a current A.M . Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible limits , or self-funded retention limits, on each policy must not exceed $10 ,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City 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 City. I. City 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 City 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 City'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. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 12. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state . SPECIAL INSTRUCTIONS TO BIDDERS - 4 - 13 . "Texas resident bidder" means a bidder whose principal place of business is in this state , and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The MEB /WBE Utilization Form, Subcontractor / Supplier Utilization Form, Prime Contractor/Waiver Form and the Good Faith Effort Form and or the Joint Venture Form, as applicable, must be submitted no later than 5 :00 p. m. five (5) City business days after the bid opening date , exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: l. Name of Contract 2. Name ofM/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5 . Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not the M /WBE firm has been utilized. If there was no activity by an M /WBE in a particular month , place a "O" or "no participation" in the spaces provided , and provide SPECIAL INSTRU CTIONS TO BIDDERS - 5 - a brief explanation. • The Contractor shall provide the M /WBE Office proof of payment to the M /WBE subcontractors and suppliers only. The M /WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail : a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to the subcontractor/supplier d . Original signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following : 1. Immediately submit a Request for Approval of Change Form to the M /WBE Office explaining the request for the change or deletion. 2 . If the change affects the committed M /WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M /WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth , The Contractor will provide the M /WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional information regarding compliance to the M /WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M/WBE ) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books , records or files in its possession that will sub stantiate the actual work performed by an M /WBE. The misrepresentation of facts ( other than a negligent misrepresentation) 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 laws or ordinances relating to false statements ; further , any such misrepresentation ( other than a negligent misrepresentation) and/or commission of fraud SPEC IAL INSTRUC TION S TO BIDDERS -6 - will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three years. 14. PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns , yards, shrubs, trees , etc., shall be preserved or restored, after completion of the work, to a condition equal or better than existed prior to start of work. By Ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-Of-Way and designated alleys. This permit can be obtained by calling the Forestry Office at 817-392-5705. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 15. PRODUCT SUBMITTAL AND SUBSTITUTION OPTIONS : -All prospective bidders shall submit Bid Proposals which reflect specified products only . Product substitution of 'Or Equal ' products will be considered only after award of contract is made to the successful Bidder / Prime Contractor. See Div. I -General Requirements -Section 01640. 16 . BIDDER'S STATEMENT OF QUALIFICATIONS A. QUALIFICATION OF BIDDERS: Prime Bidder and all sub-contractors to be used by the bidder in the performance of this project shall be required to demonstrate experience necessary to successfully perform the proposed scope of work. The Prime Bidders' specific (1) experience, (2) stability and (3) history of performance on projects of a similar nature and scope will be considered. The BIDDERS STATEMENT OF QUALIFICATIONS shall be provided to the City as outlined in the Notice To Bidders and as noted in the specifications for the purpose of evaluating the Prime bidder I subcontractors qualifications. B. PRIME BIDDER I SUBCONTRACTOR QUALIFICATIONS 1. Demonstrate experience as either general or sub-contractor on a minimum of three (3) projects similar in scope within the last three (3) years. 2. Provide listing of surety company(s) which issued bonds for previous projects identified as demonstrated experience. 3. Provide name of surety company to be used for this project. 4. Provide a current certified financial statement as prepared by an independent Certified Public Accountant. 5. Name and qualifications for the site superintendence of the work. SPECIAL INSTRUCTIONS TO BIDDERS -7 - 6. Identify at least 50% of work which is to performed by the Prime Bidder with its own organization and work crews under its superintendence . 7. All sub-contractors intended for use on this project shall also demonstrate similar project scope experience (three similar projects in scope within last three years) necessary to successfully perform their respective portion of work on this project. 8 . Submittal of Letters Of Intent for the use of specific subcontractors listed on the Bidders Statement Of Qualification form. The Prime Bidder shall submit such Letters of Intent to the City no later than five (5) working days upon being recognized as the overall qualified bidder by the City. Should the Prime Bidder subsequently desire to substitute a subcontractor, the Prime Bidder shall notify the Project Manager in writing along with Letter Of Intent and experience qualifications for approval prior to commencement of construction. The documentation required herein shall be received by the Project Manager of the Parks and Community Services Department no later than five (5) City business days after the bid opening date, exclusive of the bid opening date. Recommendation of award of contract shall be contingent upon the Bidder and / or sub-contractors meeting such qualification requirements . Location and responsive ability of the firm will be considered. If your firm anticipates entering into a joint venture with any other firm to conduct all or part of the performance required under the proposed project, that firm should be specified in your response . For each firm included in the joint venture, please provide the information required above. Under the Contract executed for this work the City will require your firm to be completely 100 percent responsible for fulfilling all aspects of the contract bonds. Other firms and employees that may be involved in their joint venture will be treated by the City under the contract as if they were employees or subcontractors of your firm. Other than those firms noted in the contract as a part of the joint venture, no other firms will be allowed to participate in the joint venture without written consent from the City. 17 . OZONE ALERT DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "OZONE ALERT DAYS". Typically, the Ozone Alert season within the Metroplex area runs from May through September, with 6:00 a.m. -10 :00 a.m. being critical ozone forming periods each day. The Texas Natural Resource Conservation Commission (TNRCC) in coordination with the National Weather Service, will issue the Ozone Alert by 3:00 p .m . on the afternoon prior to the alert day . On designated Ozone Alert Days, the Contractor shall bear the responsibility of being aware that such days have been designated Ozone Alert Days and as such shall not begin work until 10:00 a.m. whenever construction phasing requires substantial use of motorized equipment. However, the Contractor may begin work earlier if such work minimizes the use of motorized equipment prior to 10 :00 a.m . If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a .m. -6:00 p.m ., on a designated Ozone Alert Day, that day SPECIAL INSTRUCTIONS TO BIDDERS -8 - 18. will be considered as a weather day and added onto the allowable weather days of a given month. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definition s: Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity . Persons providing services on the project ("subcontractor" in [ihffiade~6) all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling , or delivering equipment or materials , or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries , and delivery of portable toilets. B . The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 ( 44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the City: ( 1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and SPECIAL INSTRUCTIONS TO BIDDERS -9 - (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage . I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; ( 4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and SPECIAL INSTRUCTIONS TO BIDD ERS -10 - (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services . J. By signing this contract or providing or causing to be provided a certificate of coverage , the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be co v ered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts , and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. The providing of false or misleading information may subject the contractor to administrative penalties, criminal penalties , civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract terminated if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes : REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials , or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee ." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage." END OF SECTION SP EC IAL INSTRUC TIONS TO BIDDERS -11 - TQ: FOR: T . M. Higgins. Interim City Manager Fort Worth , Texas PARK IMPROVEMENTS AT: Project Name: FAC : DOE No.: PROPOSAL Parking Renovations at Fort Worth Botanic Garden C200/541200/807370171080 6707 'ursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans. specifications , and 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 -:ubject to the inspection and approval of the Parks and Community Services Department Director of the City of Fort North. T he "approximate quantity" ca tegory is for information purposes only. The Contractor shall be paid on the basis of actual installed quantities on non lump sum items. Additionally, the Contractor shall be aware that the Proposal :ontains both Lump Sum and Unit Price items . If the lowest bid received exceeds the funds budgeted for the project, the City reserves the right to decrease the quantities contained in any line item or to eliminate any specific line items before award of the contract in order to >ring the work within budget. By submitting a bid , the bidder acknowledges the City's right to adj ust or eliminate line terns prior to the award of contract . Further, by submitting a bid , the bidder agrees to honor each line item bid price ·thout recourse to the City in the event line items are adjusted or eliminated . · Jpon acceptance of this proposal by the City Council , the bidder is bound to execute a contract and furnish , if applicable , erformance, Payment, and Maintenance Bonds approved by the City of Fort Worth for performing and completing the aid work within the time stated and for the following sums , to wit : AY ITEM CPMSBID NUMBER APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICE WRITIEN IN WORDS UNIT PRICE JNIT ONE -PROJECT WIDE ITEMS (BASE BID) Furnish and Install Project Sign (Per 1. 810-00504 S !?f,cifications) } I T YI /Ltq V\ U ii\ d._M_ Dollars & 1 EA ------------Cents per EA $ 2 . BID-00100 SWPPP Erosion Control Implementation (See L ~heetsc4 0~1) ,; /_«rf'""-n, ,t,- [40"'-' Ji 1.4 f;i(l,IYJ Dollars & 1LS Cents per LS Traffic Control Plan Implementation (Per 3 . 810-00 181 Specificatio~ ~ h ~ (LA.l-P CA ~ /~ Dollars & Cents per LS $ 22, 6'V- 1 LS UNIT ONE SUB-TOTAL PROPOSAL TOTAL AMOUNT BID $ 2276-$ ______ _ 22-~"l)-$ ______ _ AY CPMS BID APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM NUMBER QUANTITY PRICE WRITIEN IN WORDS PRICE AMOUNT BID JNIT TWO -SITE IMPROVEMENTS (BASE BID) Removal & Haul Off of Asphalt Paving (See 4 . 40,368SF SheetC1 .~ Dollars & oR!. $32t.98~ Cents per SF $ e ,, vi ,., """'-". Removal & Haul Off of Fence-Post & Cable 5 . BID--00820 13 LF Fence (See Sheet C1 .00) S't.k. Dollars & ~ ott-7B~ /(lg Cents per LF $ $ Removal & Haul Off of Curb & Gutter (See 6. BID--00424 1240 LF Sheet C1 .00) ZS4Z~ Iµ.rc Dollars & 2~ 2:8BZ, -_. t: c',"f Cents per LF $ $ Removal & Haul Off of Ribbon Curb (See 7. 216 LF Sheet C1 .00) -rt»"V Dollars & 2~ Lf-32 -kW Cents per LF $ $ Removal & Haul Off of Concrete Walk (See 8 . BID--00529 575SF SheetC1 .00) ~v Dollars & {) '-.! 3 c;s--h t.' 'F:. Cents per SF $ $ ( Removal & Haul Off of Existing 10" Tree (See 9. BID--00183 1LS SheetC1.5" /,, / M~ ,-Pc..~ LX' vf,c Dollars & ~ 70-~ 70- Cents per LS $ $ Removal & Salvage of Existing Lightpoles & Removal and Haul Off of Lightpole Base (See 10. 2EA Sheet C1 .~) vii /. f ~ 9'o tJ -F.c 1.c IC !:::{ __ ,td I D liars & L-/ [;t) -µ..... Cents per EA $ $ Installation of Lime Stabilized Subgrade 11 . 25 ,130 SF Under 6" Pavement(See Sheet FW-1) cf, Ji; b .:rt Dollars & o~---(332/~ Cents per SF $ $ Installation of 6" Concrete Pavement (See 12 . BID--00451 23,847 SF Sheet C1 .02) 1:~c,, &i h ,N Dollars & 2 ?~-l~ S7 9.2.s .. Cents per SF $ -$ I • Installation of Lime Stabilized Subgrade 13. 17,300 SF Under ~avement(See Sheet FW-1) 0 Dollars& 0~ 9s-1.s--cf , J. b; JL u:e Cents per SF $ $ Installation of 7" Concrete Pavement (See 14. BID--00452 16,168 SF Sheet C1 .02) !ut~~ Dollars & 21.! '-./i~£7~ Cents per SF $ $ PROPOSAL 2 'AY CPMSBID APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL TEM NUMBER QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID 15. BID-00842 1530 LF Dollars & 3 0~ L..f~--9 d -Uo Cents per LF $ -$ Installation of New Wheel Stops (See Sheet 16. BID-00786 31 EA C1 .01) ..<;,~ ~ Dollars & ~o --!8C,d -Cents per EA $ $ Installation of Salvaged/Reinstalled Wheel 17 . BID-00832 22EA Stops (See ~1.01 ) Dollars & ;--ea F, ~ $ 6--33() -I EA $ jA.o Cents per Installation of Sign-HG Accessible Symbol per 18. BID-00502 6 EA _ ADA Si cificat7 ~i,~i,6 .00) r:::. l,.q U'£> l1 1.f. &c-. , Dollars & /I c,7) -6> 9tJd - ~ Cents per EA $ $ Installation of Walk-ADA Wheelchair Ramp 19. BID-01227 3EA ~ee Sheet,W -1) <lAf ~u ~ I.(~ Dollars & '-I~() -/2tJo -Cents per EA $ $ Adjust Existing Manhole to New Grade (See 20 . 1 LS Sheetf .O°}J ( r: { ~ Th /1.R.e U h , ,Dollars& 3~(.)-3.56-ti./ Cents per LS $ $ Existing Utilities Adjustment (See Sheet 21 . BID-00414 1LS C1 .~ h ( ~ T we y 6£ ~"" V h, ollars & $ 2 7dcJ _. Z,7~d- Cents pe r LS $ Installation of Pavement 5-lnch-Reinforced 22 . BID-00831 175 SF S-~lk (See ;;; C1 .01) Dollars & S'~ 9 t:, 2 .t,]! F l(L~ Cents per SF $ $ ( .. t 23. BID-00527 2 ,854 SF alk (See Sheet L 1003) Dollars & B~ $ 24-2~9 -Cents per SF $ Installation of Landscape (Metal) Edging (See 24 . 1,157 LF Sheet L 1003.).._ f-au ,-Dollars & l/ ';!:., $ Lf. t zB -~ Cents per LF $ Installation of Bioswale (See Sh~#,/,; 25. _ ~s h C3.00 and C6 .00) {;, j t I J,, t I t o v.& Ci t!,J vt ilflQ. _ U '1 ollars JC)! 76d -36,'i~d-Cents per LS $ $ ' 26 . BID-00177 1LS bk) Cents per LS $ o0 dd- $ 8cf2.) PROPOSA L 3 AY ITEM 27. 28 . 29 . 30 . 31 . 32 . 33 . 34 . 35 . 36 . 37 . CPMSBID APPROX. DESCRIPTION OF ITEMS WITH BID UNIT NUMBER QUANTITY PRICE WRITTEN IN WORDS PRICE 88 LF Installation of 12" RCP (See f heet C2 .01) 5'" t:.J .J.-1, e £~ !do Dollars & ( lb z_ l"-1 Cents per LF $ 187 LF lnstallatior 10" H.D .P .E. (See Sheet C2 .01) F o I.. ff d~ Dollars& l £../ 7 :;z... Cents per LF $ 424 LF ln~~onof I,/ 3 s---Cents per LF $ 1 EA ..!!!_st llat~f 15~ Diax_D~n (See Sheet I < /i kl 14 J tf ollars & !3So-L-i i:2 Cents per EA $ 3EA Installation of h.eanoutsz., /eet C2 .01 ) h 1N ,~ b Dollars& Cents per EA $ SCJo- BID-00822 1 LS lr.J Cents per LS $ 5() d - BID-00182 12 ~ lnstal:;z::.re-6 Inch ~i~?wamp .S e.,e~ '1 fa 1J U (tfc,,,..Qollars & ~ Cents per EA $ / 77S - BID-00182 12 ~ ;:iallaJ ofTree-3 Inch i per-Swamp ~ e,re V\ U ~e ''j {,t 6-,,_ ~Dollars & 785- 4' Cents pe r EA $ BID-00182 12 EA Ins allation of Tree-6 Inch Th,,,, !Joo-Cents per EA $ BID~801 r, {; LS -1/, Installation of La~scapi 'Z (S~ee~ 1l)5{ 4 '~"" rP D CA .,S_Q~ ./ ,{, /lU ti & ars & 2!:l~JQJ-Cents per LS $ ; LS UNIT TWO SUB-TOTAL PROPOSAL 4 TOTAL AMOUNT BID $ S°78C/- $ 137g9 - $ I lf. £ l/o -- $ 13 J-d - IS-oCJ -$ $ 3 (jcJ - $ 2.1, Jao- $ 7'l/2CJ - $ 1..s; t, ()() -- $ z~-Js-c -t g I , 'I.{,?)- $ Lfsi; I t>(;;t#~ ) L/S-~ 7 3o~:Y AY ITEM CPMS BID NUMBER APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICE WRITTEN IN WORDS UNIT PRICE NIT THREE -CONSTRUCTION ALLOWANCE (BASE BID) 1. 1LS Construction Allowance _F_orty_._-F_iv_e_T_h_o_us_a_nd ____ g~~:;s~r LS $45 ,000 UNIT THREE SUB-TOTAL TOTAL AMOUNT BID $45,000 $45 ,000 TOTAL BASE BID $ S65t ss~5-.! :5<> SB pg.f.3 ~NIT FOUR-CONCRETE PAVEMENT (ALT BID #1) 1. 24,413 SF 2 . 24,413 SF 3 . 24 ,413 SF Sheet C1 .00) Jtc, Dollars & '£"I'll'~ fu c..r Cents per Installation of Lime Stabilized Subgrade ¥ o Dollars& 7---;zs b1; ~ ~ Cents per Installation of 7" Concrete Pavement (See Sheet C1 .p2) SF $ CJ r,_J SF $ () (,_J_ IV> ~ Dollars & e~ F Cents per SF $ UNIT FOUR TOTAL NIT FIVE -CONCRETE PAVEMENT (ALT BID #2) 1. 10,809 SF Sheet C1 A)' Q Dollars & , Q {,_J S )x,nq ~td' Cents per SF $ 2 . 10,809 SF Cents per SF $ D~ 3 . 10,809 SF Installation of 7" Concrete Pavement (See T~h1 Dollars & 2 Cjo Cents per SF $ -- UNIT FIVE TOTAL UNIT SIX -PAVER SIDEWALK (ALT BID #3) 1. BID-00527 793 SF Installation of Paver Walk (See Sheet L 1003) E (e NE Dollars& .f.., -h Cents per SF \ $ I Is:!!, PROPOSAL 5 UNIT SIX TOTAL $ JS f&, 2.Jf 3 2. $ l'f. 8 9 I :.!- $ 7 6'"' /9 2 o.:f_ $ /05~ 7CJ8 ~ t $ l:,917 ?.f- $ ,s'ls~ $ .?IL 3<.f.(i, ~ $ Lf.'-1-85'7 ~ $ $ >AV ITEM CPMS BID NUMBER APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICE WRITTEN IN WORDS UNIT PRICE 31D-RECAP NIT ONE -PROJECT WIDE ITEMS (BASE BID) JNIT TWO -SITE IMPROVEMENTS (BASE BID) NIT THREE -CONSTRUCTION ALLOWANCE (BASE BID) TOTAL BASE BID (UNIT ONE, TWO, & THREE) UNIT FOUR -CONCRETE PAVEMENT (ALT BID #1) JNIT FIVE -CONCRETE PAVEMENT (ALT BID #2) UNIT SIX -PAVER SIDEWALK (ALT BID #3) :\. This contract issued by an organization that qualifies for exemption pursuant to the provisions of Artide 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. 3. The Contractor performing this contract may purchase, rent or lease all materials , supplies , equipment used or consumed in the performance of the contract by issuing to his supplier an exemption certificate in lieu of the tax , said exemption certificate complying with State Comptroller's ruling tax, said exemption certificate complying with State Comptroller's ruling #95-0 .07 . Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95.09 as amended to be effective October 2 , 1968. C . The undersigned assures that its employees and applicants for employment and those of any labor organization , subcontractor or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278, as amended by City ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. ). The undersigned agrees to complete all work covered by these contract documents within Fifty (50) Working Days after the date for commencing work as set forth in the Notice to Proceed to be issued by the G . Owner and to pay not less than the Federal Wage Rates . Within ten (10) days of receipt of notice of acceptance of this bid , the undersigned will execute the formal contract and will deliver applicable~ty Bonds for the faithfu l performance of this contract. The attached deposit check in the sum of ::, ~ Co (8 6 Dollars ($. ______ __, is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and applicable bonds are not executed within the time set forth , as liquidated damages for delay and additional work caused thereby. In case of ambiguity or lack of dearness in stating prices in the Proposal , the City reserves the right to adopt the most advantageous price for construction thereof to the City or to reject the proposa l. Receipt is hereby ackno~ the following addenda : ffiA .. No .1 ~ No.2 ~-3 ____ No.4 Respectfully submitted , McClendon Construction Co., Inc. P.O. Box999 (Company ~Na Burleson , "fl! 76697 ~&£UL ~ By (Authon ed S1 nature) ! Date : g (2 ~ f_!. I Address : Telephone : PROPOSAL 6 TOTAL AMOUNT BID $ $ $ 4f!J25~ If 5 S'i 710 5-}, . ~5,d6 d _.J I l'"o[" r --,S,-} $ .J C .:;, ' t2-2 s _./ • $ 10.>' 7()~ ~ ¥,:gs ?~ 9 119 ~ $ $ ATIACHMENT 1A FORT WORTH ---......----_ ; A. 1 J : 1 Page 1 of 4 City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime Mcclendon Construction Co, Inc I M/W/DBE I X I PROJECT NAME: NON-M/W/DBE BID DATE Parking Renovations at Botanic Gardens August 25, 2011 City's M/WBE Project Goal: I Prime's M/WBE Project Utilization: PROJECT NUMBER 15 % 24.1 % Proj 01710 Identify all subcontractors/suppliers you will use on this project Failure to complete this form , in its entirety with requested documentation , and received by the Managing Department on or before 5 :00 p.m. five (5) City business days afte r bid opening , exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule , conditioned upon execution of a contract with the City of Fort Worth . The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-respons ive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geograph ic area of Tarrant, Parker, Johnson , Collin , Dallas , Denton , Ellis , Kaufman and Rockwall counties . Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to its supplier is considered 2 nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the t ime of bid opening within the Marketplace , that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized , the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm , including M/WBE owner-operators , and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs , i ncluding owner-operators , but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev. 5/30/03 fORTWORTH --...,..--- v -I l A I J:.?. I ATIACHMENT 1A Page 2 of4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use add itional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name i N T C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A H J G Trucking, Inc 701 Denair St Topsoil Ft Worth , TX 76111 1 X X Sandy Loam $13 ,519 .00 817/834-7181 Rock 817 /834-8240 M E Burns Construction PO Box 783 Storm Drainage $28,968.00 Burleson , TX 76097 1 X X 817/447-0292 Fax 817/447-0207 Rubio Trucking 9000 Co Rd 513 Hauloff $23 ,789 .03 Alvarado , TX 76009 1 X X Trucking 817/829-3711 No Fax Ricochet Fuel Distributors 1201 Royal Pkwy Fuel $6 ,325 .00 Euless, TX 76040 1 X X 817/268-5910 Fax 817/282-7497 Texas Environmental Mgmt PO Box 369 Landscaping $87 ,949 .87 Justin , TX 76247 1 X X Irrigation 940/648-3640 940/648-3407 Rev. 5/30/03 J FORTWORTH ---...,....- -l I -• I JU f ATIACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e ., Minority, Women and non-M/WBEs. Please list M/WBE fi nns fi rst, use add iti onal sheets if necessary . Certification N (check one ) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax B B T D VII r R 0 B E E C T E A Ta rrant Concrete PO Box 6194 Ready-M ix $120,050 .00 FtVVorth , TX 76115 1 X Concrete 817 /926-6660 Southwest Const Services 11430 Newki rk St Silicone $4 ,969 .00 Dallas , TX 75229 1 X Joint Sea l 214/8 79-9948 Fax 214/545-5402 Barnsco , Inc 2609 VVillowb roo k Rebar Supplier $17 ,387 .00 Da ll as , TX 75220 1 X 214/352-909 1 Fax 214/379-034 1 Beall Lime Co 1100 VVest Pa rkway Hydrated Lime $18,480 .00 Euless , TX 76040 1 X Slurry 817 /835-4000 Gauntt Electric 3644 Ryan Avenue Lighting a nd $81 ,729.00 Ft VVort h , TX 76110 1 X Elect rica l 817/924-3951 817/923-5662 Paver Construction PO Box 660 Brick Pavers $20,751 .00 Cedar Hill , TX 75106 1 X 972/299-2246 972/299-2258 Re v . 5/30/03 J 1-,. , -I fORTWORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $ ATTACHMENT 1A Page 4 of 4 $160,550.90 $263,366.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $423,916 .90 The Contractor will not make additions, deletions , or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination. By affixing a signature to this form , the Offeror further agrees to provide , directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors , including M/W/DBE(s) arrangements submitted with the bid . The Offeror also agrees to allow an aud it and/or examination of any books , records and files held by their company . The bidder agrees to allow the transmission of interviews with owners, principals , officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal , State or Local laws concerning false statements. Any failure to comply with th is ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. ~ CU())Q{Zt2 Dan McClendon Authorized Signatu'fu-> Printed Signature President Title Contact Name/Title (if different) McClendon Construction Co, Inc 817/295-0066 Company Name Telephone and/or Fax PO Box999 dan@mcclendonconstruction .com Address E-mail Address Burleson, TX 76097 August 26, 2011 City/State/Zip Date Rev. 5/30/03 S15.81 $15.56 S12.27 so.oo S18 .54 so.oo so.oo S 18.78 $10 .39 $0.00 $0 .00 $10. 39 $17.08 $1.62 $0.17 $0 .81 $19.69 $ 13.45 so. 75 SO .OB $0 .71 $14 .99 $13.97 $0.41 $0.04 $0.14 $14 .55 $12.14 $0.43 $0.0 so.11 $12 .72 S14 .03 $0.67 S0 .03 $0.15 $14.88 Sll.72 S0 .54 S0.03 S0.1 Sl 2.39 S1 6.10 $0 .5 S0 .02 S0 .30 $16 .98 S12.43 $0. 33 S0 .00 $0 .28 $13 .05 S15.00 S0 .07 S0.00 $15 .07 $11. 5 S0.07 S0 .00 so. $11. 57 S21.77 Sl.08 SO .OS S0 .38 $23 .29 $15.32 Sl .09 $0.05 S0.27 $16 . 73 S20. $0.00 so . so .oo $20.00 $0.00 so.oo so.oo so .o so . S0 .00 so .o so .oo SO .DO Fl oor La yer 1Resilient) S0 .00 so .oo SO.OD $18 .0 Floo r Layer Helper Sl0.00 $0 .00 $0.00 SO .OD $1 0.00 Glazie r $18 .53 $1.9 2 so . 38 so. 71 S21.54 Glazier Helper $13.49 s 1.2 $0 .1 S15.13 Insulator S16 .59 S0.29 S17 .08 Insulator Helper s1 1.21 S0.11 S0.13 $11 .81 Laborer Common S10.47 S0.06 SO.O B Si 1. 30 Labo re r Sk ,lied $13 .24 $0.98 S0 .06 $0.12 $14.41 Lat he r $17. Lat her Helper S15 . Metal Building Assemble r S16.00 S1 .56 S0 .63 so .oo S18. 19 Metal Bu ilding Assembler Helper S12 .0C S1 .56 S0.63 so .oc S14.19 Painter S 12.57 S0 .69 S0.02 S0.09 S13. 37 Painter Helper S9.98 S0.6 1 S0 .02 S0.09 S10 .70 Pi pef1t t er S21. 14 S0.90 so . 13 S0.45 S22 . 59 Pipefitter Helper S14.92 S0 .58 so.11 S0.23 S 15.82 Plasterer S17.24 SO .O S SO.DO S0.00 S 17 .3( Plas terer Helper S12.85 SO .OS so. 12 S0.43 S 12. 9( Pl umber S20. 33 S0 .69 so. 12 S0.43 SZ 1 .56 Plumbe r Helper S14 .9 5 S0.9 5 so .11 SO .DO S 16.42 Reinforcing Stee l Setter S 13.01 S0.36 50.07 S023 S13 .67 Reinforcing Steel Seller Helper $11. 19 50 .25 SO.OS so . 16 S11 .64 Roofer S 16 .78 S1 .25 S0 .23 so. 17 S18.43 Roofer Helper 512. 33 51.25 50.23 so. 17 S 13.9 8 Sheet Metal Worker S17.49 S0.9 7 S0 .10 S0.51 S19.06 Sheet Metal Worker Helper S14 . 16 S1.40 S0.17 S0.44 $16. 15 Spr i nkler System Installer S 19 .17 S1 .68 S0 .33 S0 .33 52 1. 52 Sprinkler System Installer Helper S 14. 15 Sl .5( 50.00 so.so S16.07 St eel Worker Structural S19.28 Sl.37 50.55 50 .12 S21 .32 St eel Wo r ker Structural Helper 513.74 S1.37 50.39 S0.09 S15 . 59 Con crete Pump S18.50 50.0C so.oo S0.00 S18. 50 Crane, Clamsheel , Backhoe , Derrick, Dtine Shovel S17.81 sue so. 12 S0.24 $19.48 Forklift 5 12.96 $0.42 $0.04 SO.OB 513.50 Founda tion Drill Operator S22.50 so.oc 50.00 SO.DO $22. 50 Front End Loader S13.21 so. 36 S0.06 so. 17 $13.79 Truck Driver S15.21 S0.65 S0.06 so 19 S16.11 Welder Sl 7.81 S0.92 50.12 S0.30 $ 19 . 15 Welder Helper S12.55 so. 75 S0.00 S0 .33 S13.64 Compliance with and Enforcement of Prevailing Wage Laws (a) 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. (b) 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 its administrative costs, pursuant to Texas Government Code 2258.023. (c) 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 31 st 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 its 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. (d) 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 its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th 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 arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. ( e) 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. (f) 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 . (g) Posting of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous p lace at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . MONTH JANUARY FEBRUARY MARCH APRIL MAY JUNE JULY AUGUST SEPTEMBER OCTOBER NOVEMBER DECEMBER ANNUALLY WEATHER TABLE A VERA GE DAYS RAINFALL ( 1) 7 7 7 9 8 6 5 5 7 6 6 7 80 (1) (2) (3) Average normal number of days rainfall, 0.01" or more. Average nonnal precipitation . One inch (1 ") or more. * Less than one-half inch (1 /2 "). INCHES RAINFALL (2) 1.80 2 .36 2 .54 4.30 4.47 3 .05 1.84 2 .26 3.15 2 .68 2 .03 1.82 32.30 SNOW/ICE PELLETS (3) 1 * * 0 0 0 0 0 0 0 0 * Unseasonable weather is defined for contract purposes as rain/snow days which exceed the average number of days or inches of rainfall in any given month. This table is based on information recorded at the former Greater Southwest International Airport, Fort Worth, Texas, covering a period of 18 years. Latitude 32° 50' N, Longitude 97° 03' W, elevation (ground) 537 ft. VENDOR COMPLIANCE TO STATE LAW Section 2252.002, Texas Government Code, provides that, in order to be awarded a contract as low bidder, non-resident bidders ( out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located . The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in ______ (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in _____ (give state), our principal place of business, are not required to underbid resident bidders . B. Our principal place of business or corporate office is in the State of Texas. D Please Check or mark with an "X" BIDDER: By: _______________ Company (please print) Signature: ____________ _ (please print) Title: ---------------(please print) City / State---------------Zip ___ _ THIS FORM MUST BE RETURNED WITH YOUR QUOT A TION V ENDOR C OMPLIANC E TO STA TE LAW OT N RACrO I • • Pursuant to Texas Worker's Compensation Commission Rule 110.110(d)(7), a contractor engagoo in a building or construction project for a government entity is r~uiroo to post a notice on each project site informing al perrons providing services on the project that they are r~ui roo to be coveroo by workers' compensation insurance. The notice r~ui roo by this rule does not sati sy other posting r~ui rements imposoo by the Texas Workers' Compensation Act or other Commission rules. This notice must: ( 1) be postoo in English, Spanish and any other I anguage common to the empl ayer' s employoo population; (2) be displayoo on each project site; (3) state how a perron may verify current coverage and report failure to provide coverage; ( 4) be pri ntoo with a title in at I east 30-poi nt bold type and text in at I east 19-poi nt normal type; and ( 5) contain the exact words as pre:cri bed in Rule 110. 110( d)(?) without addi ti ona words or changes. The notice on the reverse side meets the roove r~uirernents. Fa lure to post the notice as r~uiroo by this rule is a violation of the Act aid commission rules. The violator may be subjoct to cdmi nistrative penalties. REQUIRED WORKERS' COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the l~al requirement for coverage, to verify whether your empl ayer has provi doo the requi roo coverage, or to report an empl ayer' sf ai I ure to provide coverage. COBERT URA REQUERI DA DE COMPENSACION PARA TRABAJADORES La ley r~uiere que ca:ia perffina trabajando en est:e sitio o proporciona servi ci os rel aci onados con est:e proyocto de const:rucci on ti ene que est:ar cubi erto par aseguranza de compenScei on para trabaj adores. Esto incluye perffina5 que pro9porcionan, cargan, entregan ~uipo o material es o proporcionan mano de obrra, transportan, o cualquier servi ci o rel aci onado con est:e proyedo, sin consi derar I a i denti doo del patron o est:cdo del empl eajo. Llame a la Comision Tejana de Compensacion para Trabajadores al 512-440-3789 para rocibir informacion de las r~uerimientos legales de cobertura, para verificar si su patron le ha proporcioncdo la cobertura r~uerida o para reportar falta del patron en proporcionarle cobertura. 4'-6" S CALE: NTS F IL E NO. 000 ~-----------4' -----------------1 %=:==FORT WORTH . 1-" 4 .J 1 n r 4 sl" 2 ---------------~ 3 " s·-{ __ Project Title ---'><~ 1 .. s·-{ 2ND LINE -----'I< >c----l F -NE-CE-SSA-AY _ _/_ ~ 3 " j:~ ___ Contri~t~~!:Name __ J/i ~- --------'l,c~ 2~" ,.__ ______ FUNDED BY ______ ___ {-1" 2004 CAPITAL IMPROVEMENT PROGRAM ---t= 1. ~.. --City Gas [,(!'0.Se 1·a· 1~" ~~·=-~~~~~~p ~:Jo~~e0 '!1_ i~. 1~" Year _ ~2 FONTS: FORT WORTH LOGO IN CHEL TINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS : FORT WORTH -PMS 288 LONGHORN LOGO -PMS 167 LETTERING • PMS 288 BACKGROUND • WHITE BORDER· BLUE 1" NOTES: 3~" 4 CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION" I LOGO AT CDR SIGN AND ENGRAVING , 6311 EAST LANCASTER AVE (817-451-4684), PEEL AND PLACE AS SHOWN ABOVE. PROJECT DES I GNATION SIGN CITY OF FORT WORTH, TEXAS PARKS AN D COMMUN IT Y SE RVICES DEPT . TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS SECTION 01100 -SUMMARY OF WORK The Contractor shall supply all superintendence and shall perform all work and furni sh all labor, equipment, materials and incidentals necessary and complete all work as described in the plans and specifications. All construction and other work shall be done by the Contractor in accordance with the best engineering and construction practices for the skill or trade involved. The work to be accomplished under these plans and specifications for: PARKING RENOVATIONS AT FORT WORTH BOTANIC GARDEN These plans and specifications were prepared by Hart, Gaugler & Associates for the Parks and Community Services Department. The Transportation & Public Works Department will administer the contract and furnish inspection . 1. In addition to project performance stated above, the Contractor shall also be responsible for setting all project layout dimensions and final finish grade elevations in accordance to plans. All such survey work shall be performed by a Registered Surveyor in the State of Texas and verification provided to the City that such survey work complies to plans and specifications . 2. The Contractor shall also be responsible for attending all project progress meetings as scheduled by the City and provide updated project schedules within 3 calendar days upon request by the City. 3. The applicable items contained in the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth, Texas, shall apply to this contract just as though each were incorporated in these documents. Where the provisions or specifications contained in those documents are contrary to this publication, this publication shall govern. In case of conflict between plans and specifications , the plans shall govern. A copy of the Standard Specifications for Street and Storm Drain Construction can be purchased at the office of the Transportation and Public Works Department , 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth , Texas. GENERAL REQUIREM ENTS - I - SECTION 01130 -PERMITS Applicable to this project __ Not applicable to this project 4. The Contractor shall be responsible for obtaining all permits applicable to this project through the City of Fort Worth Planning and Development Department-Dev elopment Division -Plans Exam. Permit fees shall be waived. A permit will be required for the following construction items: 1. 2. 3. 4 . Within two (2) Working Days after the date of Fort Worth City Council award of contract, the project manager shall electronically notify the Contractor to proceed with permit application. Upon City issuance of the Notification of Executed Contracts, the Contractor is required to schedule the pre-construction meeting within ten (10) Working Days from the date of notification issuance. The Contractor shall provide copies of the permit application at the meeting. Should the Contractor be unable to provide verification of permit application due to delay of permit application, the City will not consider a delay in issuance of the Work Order (Contract start date) or allow for additional Work Days to the Contract. For field inspection of all permitted items, the Contractor shall notify the Transportation Public Works Construction Inspector, who in tum will be responsible for notification and scheduling of inspections with the Development lnspector(s). SECTION 01135 -CONTRACT TIME 1.01 PROGRESS AND COMPLETION Upon receipt of a notification letter and the executed construction contract, the Contractor shall be responsible for scheduling a preconstruction conference, which shall be held no later than ten working days from the date of the notification letter. At the time of the preconstruction conference , a construction start date shall be established and indicated in the Notice to Proceed (Work Order) issued by the Engineering Department. The Contractor shall begin the work to be performed under the contract on or before ten working days from the date the Work Order is issued. The Contractor shall carry the work forward expeditiously with adequate forces and shall complete it within the period of time stipulated in the contract. GEN ERAL REQUIREM ENTS -2 - 1.02 LIQUIDATED DAMAGES This project shall be completed within the specified days allowed , to include contract time specified at award of contract plus any additional contract time added through executed Change Orders . If project construction exceeds the allotted contract time, liquidated damages will be assessed on the total amount of contract, to include contract amount increases due to Change Order work , as stipulated in the City of Fort Worth Standard Specification for Street and Storm Drain Construction -Item No. 8.6 -Failure to Complete Work On Time: Pg. 27 -28. Amount of Contract $50 ,000 -$100 ,000 $100 ,001 -$500 ,000 $500,001 -$1,000,000 $1,000 ,001 -$2 ,000,000 $2,000 ,001 -$5,000 ,000 Liquidated Damages Per Day $154 $210 $315 $420 $630 In the event of a dispute regarding either final quantities or liquidated damages, the parties shall attempt to resolve the differences within 30 calendar days. SECTION 01140 -ALTERNATIVES The City reserves the right to abandon, without obligation to the contractor, any part of the project (subject to conditions set forth in Section 01150 -Payment to Contractor) or the entire project at any time before the Contractor begins any construction work authorized by the City. SECTION 01150-PAYMENT TO CONTRACTOR, PROJECT ACCEPTANCE & WARRANTY 1.01 SCOPE OF PAYMENT: The Contractor shall accept the compensation as provided in the contract in full payment for furnishing and paying for all materials, supplies, subcontracts , labor, tools and equipment necessary to complete the work of the contract; for any loss or damage which may arise from the nature of the work from the action of the elements, or from any unforeseen difficulty which may be encountered in the prosecution of the work , until the final acceptance of the work by the City ; for all risks of every description connected with the prosecution of the work ; for all expen ses and damages which might accrue to the Contractor by reason of delay in the initiation and prosecution of the work from any cause whatsoever; for any infringement of patent, trademark or copyright, and for completing the work according to the plans and/or specifications . The payment of any current or partial estimate shall in no way affect the obligations of the Contractor to repair or remove, at his own expense, the defective parts of the construction or to replace any defective materials used in the construction , and to be responsible for all damages due to such defects if such defects or damages are discovered on or before the final inspection and acceptance of the work. GEN ERAL REQUIREM EN TS -3 - 1.02 Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 1st day and 15th day of each month that the work is in progress . Estimates will be paid within 25 days following the end of the estimate period , less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85 % of the net invoice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. 1.03 It is understood that the partial pay estimate amounts will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Payment of any partial pay estimates shall not be an admission on the part of the Owner of the amount of work done or of its quality or sufficiency or as an acceptance of the work done; nor shall same release the Contractor of any of its responsibilities under the Contract Documents. 1.04 The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this Contract. 1.05 Retainage -For contracts of less than $400,000 at the time of execution, retainage shall be 10 percent. For contracts of $400,000 or more at the time of execution, retainage shall be 5 percent. The Contractor will receive full payment for work, less retainage, from the City, on each partial payment period. Payment of the retainage will be included with the final payment after acceptance of the project being complete. 1.06 Contractor shall pay subcontractors in accord with the subcontract agreement within five business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payment to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished . 1.07 Contractor hereby assigns to City any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States , 15 U .S.C.A. Sec. 1 et ~ (1973). 1.08 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items. G ENERAL REQUIREM ENTS - 4 - When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. 1.09 PAYMENT FOR EXTRA WORK: Extra work performed by the Contractor, that is authorized and approved by the City Engineer, will be paid for under "Change orders" made in the manner hereinafter described, and the compensation thus provided shall be accepted by the Contractor as payment in full for all labor, subcontracts, materials, tools, equipment and incidentals, and for all supervision, insurance, bonds and all other expense of whatever nature incurred in the prosecution of the extra work. Payment for extra work will be made under one of the following types of "Change orders" to be selected by the City: A. Method "A". By unit prices agreed upon in the contract or in writing by the Contractor and City Engineer and approved by the City Council before said extra work is commenced subject to all other conditions of the contract. B. Method "B". By a lump sum price agreed upon in writing by the Contractor and City Engineer and approved by the City Council before said extra work is commenced, subject to all other conditions of the contract. C. Method "C". By actual field cost of the work, plus 15 percent as described herein below, agreed upon in writing by the Contractor and City Engineer and approved by the City Council after said extra work is completed, subject to all other conditions of the contract. In the event extra work is to be performed and paid for under Method "C", the actual field costs of the work will include the cost of all workmen, foremen, timekeepers, mechanics and laborers working on said project; all used on such extra work only, plus all power, fuel , lubricants, water and similar operating expenses ; and a ratable proportion of premiums on performance and payment bonds, public liability, workmen's compensation and all other insurance required by law or ordinance. The City Engineer will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used, but such extra work will be performed by the Contractor as an independent contractor and not as an agent or employee of the City. The 15 percent of the actual field cost to be paid the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein specified. GENERAL REQUIREMENTS - 5 - The Contractor shall give the City Engineer access to all accounts, bills , invoices and vouchers relating thereto. 1.10 DELAYS: If delay is caused by specific orders given by the City to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 1.11 CLAIMS AND DAMAGES: Any claims for extra work or for any other related matter or cause must be made in writing to the City Engineer within seven calendar days from and after the cause or claim arises. Unless such claim is so presented, it shall be held that the Contractor has waived the claim, and he shall not be entitled to receive pay thereof. 1.12 TRANSPORTATION: No allowance or deduction will be made for any charge of freight rates. No allowance for transportation of men, materials or equipment will be allowed. 1.13 ACCEPTANCE AND FINAL PAYMENT: The City, upon receipt of the Director's "Certificate of Completion" and "Final Estimate" and upon receipt of satisfactory evidence from the Contractor that all subcontractors and persons furnishing labor or materials have been paid in full and all claims of damages to property or persons because of the carrying on of this work have been resolved, or the claims dismissed or the issues joined, shall certify the estimate for final payment after previous payments have been deducted and shall notify the Contractor and his surety of the acceptance of the project. Bills Paid Affidavit and Consent Of Surety shall be required prior to final payment becoming due and payable. In the event that the Bills Paid Affidavit and Consent Of Surety have been delivered to the City and there is a dispute regarding (1) final quantities, or (2) liquidated damages, the City shall make a progress payment in the amount that the City deems due and payable. On projects divided into two or more units, the Contractor may request a final payment on one or more units which have been completed and accepted. On delivery of the final payment, the Contractor shall sign a written acceptance of the final estimate as payment in full for the work done. All prior partial estimates shall be subject to correction in the final estimate and payment. 1.14 WARRANTY: The Contractor shall be responsible for defects in this project due to faulty workmanship or materials, or both, for a period of two (2) years beginning as of the date that the final punch list has been completed and the project accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the Contractor and the City. The contractor will be required to replace, at own expense, any part, or all, of this project which becomes defective due to GENERAL REQUIREMENTS -6 - these causes. SECTION 01300-SCHEDULE SUBMITTALS Prior to construction , the Contractor shall furnish the Parks and Community Services Department a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time for turf establishment (if applicable) and project clean-up. SECTION 01400 -QUALITY CONTROL The Contractor will receive all instructions and approvals from the Director -Transportation & Public Works and/or his assigned inspectors. The inspector will be introduced to the contractor prior to beginning work. Any work done at the direction of any other authority will not be accepted or paid for. Final approval for the finished project shall be given by the Director of Engineering, City of Fort Worth. The Contractor or a competent and reliable superintendent shall oversee the work at all times . The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. SECTION 01410 -TESTING All tests made by the testing laboratory selected by the City will be paid for by the City. In the event manufacturing certificates are requested, they shall be paid for by the Contractor. SECTION 01500-TEMPORARY FACILITIES AND CONTROLS The Contractor shall take all precautions necessary to protect all existing trees, shrubbery, sidewalks, buildings, vehicles, utilities , etc., in the area where the work is being done. The Contractor shall rebuild , restore , and make good at his own expense all injury and damage to same which may result from work being carried out under this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the Owner to be accurate as to location and depth ; they are shown on the plans as the best information available from the owners of the utilities involved and from evidences found on the ground. The Contractor shall determine the exact location of all existing utilities and conduct his work to prevent interruption of service or damages. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet , shall be placed inside and outside vehicles such as cranes , derricks , power shovel , drilling rigs , pile drivers , hoisting equipment or similar machinery. The warning sign shall read as follows: GENERAL R EQ UIREME NTS -7 - "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." Equipment that may be operated within six feet of high voltage lines shall have an insulating cage-type guard about the boom or arm , except backhoes or dippers, and insulator links on the lift hood connections. When necessary to work within six feet of high voltage electric lines, the Contractor shall notify power company (TU Electric or the appropriate power supplier) to erect temporary mechanical barriers , de-energize the line , or raise or lower the line. The contractor shall maintain a log of all such correspondence. The Contractor is responsible for all costs incurred. SECTION 01640 -PRODUCT SUBMITTAL AND SUBSTITUTION OPTIONS 1.01 GENERAL -The successful Prime Bidder / contractor shall provide product nomenclature data for both specified products and products to be considered as "Or Equal " substitutions. Product substitution of 'Or Equal' products will be considered only after award of contract as noted in item No.15 of Special Instructions To Bidders. For approval of specified products and / or consideration of product substitutions, send submittals to: Eric Seebock, Project Manager (817) 392-5742 Parks and Community Services Department 4200 S. Freeway Suite 2200 Fort Worth, Texas 76115-1499 A. Submittal approval process of specified products and consideration of "Or Equal" products: 1. Product substitutions will be considered only after execution of contract between the successful Bidder / Prime Contractor and the City. Only the successful Bidder / Prime Contractor may submit product submittals of specified and "Or Equal ' products for approval and consideration for approval to the Project Manager and shall be required to be submitted at the scheduled Pre- Construction Conference meeting. Submittals for "Or Equal" product substitution not provided at the Pre-Construction Conference meeting will not be considered. 2 . Two (2) submittal copies of all specified products provided to the Project Manager shall include the following data: a. Name and address of manufacturer b. Trade name GEN ERAL REQ UIREM ENTS -8 - c. Model or catalog designation d. Manufacturer's data 1. Performance and test data 2. Reference standards 3. Two (2) submittal copies of "Or Equal" products provided to the Project Manager for consideration s hall include the following data: a . Complete data substantiating compliance of proposed substitution with Contract Documents b. Product identification, including manufacturer's name and address . c. Manufacturer's literature: 1. Product description 2. Performance and test data 3. Reference standards 4 . Examples , if requested . d. Name and address of similar projects on which product was used , and date of installation. B. In making request for the use of "Or Equal" product substitution, the successful Bidder I Prime Contractor represents: 1. That the Bidder I Contractor has personally investigated proposed product or method, and determined that it is equal or superior in all respects to that specified . 2 . That the Prime bidder / Contractor will provide the same guarantee ( or better) for substituted product or method specified. 3 . That the Prime Bidder I Contractor will coordinate installation of accepted substitution into work, making such changes as may be required for work to be complete in all respects. 4. That the Prime Bidder I Contractor waives all claims for additional costs related to substitution if subsequently accepted by the Project Manager. • C . Substitutions will not be considered if: 1. They are indicated or implied on shop drawings or project data submittals without formal request submitted in accord with Paragraph 1.04. 2. Acceptance will require substantial revision of Contract Documents. D. Specified material shall not be ordered by the Contractor until such time product material submittals hav e been received, reviewed and approval provided by the Project Manager. · GENE RAL REQUIR EMENT S -9 - SECTION 01700 -PROJECT CLOSEOUT 1.01 CLEAN -UP The Contractor shall make final clean-up of the construction area, to the satisfaction of the Parks and Community Services Department, as soon as construction in that area is completed. Clean-up shall include removal of all construction materials , pieces of concrete , equipment and/or other rubbish . No more than fi ve (5) days shall elapse after the completion of construction before the area is cleaned. Surplus materials shall be disposed ofby the Contractor, at this own expense , and as directed by the Parks and Community Services Department. Cleaning of equipment by Contractor or Subcontractor, such equipment as cement mixers , ready-mix trucks, tools, etc., shall take place in an area designated by the Parks and Community Services Department. SECTION 01800 -CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the project site for contractor 's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss , property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents , employees , subcontractors, licensees or invitees , whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged nee:ligence of Owner, its officers, servants or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner 's officers , servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems appropriate , refuse to accept bids on any other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. END OF DIVISION GENE RAL REQ UIR EMEN TS -10 - SECTION 02200 -SITE PREPARATION PART 1 -GENERAL 1.01 SCOPE : Work in this section includes furnishing all labor, materials, equipment and services required for clearing and grubbing , demolition, and removal and disposal of items as specified herein and on the plans . 1.02 RELATED WORK SPECIFIED ELSEWHERE: A . Section 02300 -Earthwork B . Existing Conditions , Removal and Demolition Items. PART 2-PRODUCTS 2 .01 No products are required to execute this work, except as the Contractor may deem necessary. PART 3-EXECUTION 3 .01 CLEARING AND GRUBBING : A . Clearing and grubbing shall consist of removing all natural and artificial objectionable materials from the project site or from limited areas of construction specified within the site. B. In general, clearing and grubbing shall be performed in advance of grading and earthwork operations and shall be performed over the entire area of earthwork operations . C. Unless otherwise specified on the plans , all trees and shrubs of three inch (3 ") caliper or less (caliper is the diameter as measured twelve inches (12") above the ground) and all scrub growth, such as cactus, yucca, vines , and shrub thickets , shall be cleared. All dead trees, logs , stumps, rubbish of any nature , and other surface debris shall also be cleared . D. Buried material such as logs, stumps, roots of downed trees that are greater than one and one half inches (1-1/2") in diameter, matted roots, rubbish, and foreign debris shall be grubbed and removed to a minimum depth of twenty four inches (24 ") below proposed finished grades. E. Ground cover consisting of weeds, grass , and other herbaceous vegetation shall be removed prior to stripping and stockpiling topsoil from areas of earthwork operations. Such removal shall be accomplished by "blading" off the uppermost layers of sod or root-matted soil for removal. 3.02 PAVEMENT REMOVAL: A. Bituminous and concrete pavements shall be removed to neatly sawed edges. Saw cuts shall be full depth. If a saw cut in concrete pavement falls within three feet (3') of an en existing score joint, construction joint, saw joint, cold joint, expansion joint, or edge , the concrete shall be removed to that joint or edge. All saw cuts shall be parallel and/or perpendicular to the line of existing pavement. If an edge of a cut is damaged subsequent to saw cutting, the concrete shall again be sawed to a neat, straight line for the purpose of removing the damaged area. B. Concrete curb and gutter shall be removed as specified above . No section to be replaced shall be smaller than thirty inches (30 ") in length or width. SITE PREPARATION 02200 -1- 3.03 UTILITIES REMOVAL: In general, those util ities on the site that are to be removed and that belong to the Owner shall be removed by the Contractor. The Owner is responsible for arrang ing the relocation or removal of other utilities owned by utility companies or other parties. 3.04 MINOR DEMOLITION : There may be certain items on the site such as old bu ilding foundations , fences , and other undetermined structures and improvements that must be removed before construction can commence. Unless otherwise spec ified , such items become the property of the Contractor for subsequent disposal. 3 .05 USE OF EXPLOSIVES: The use of explos ives will not be permitted in site preparation operations . 3.06 BACKFILLING : All holes , cavities, and depressions in the ground caused by site preparation operations w ill be backfilled and tamped to normal compact ion and will be graded to prevent ponding of water and to promote drainage . Should any excavated hole or cavity be required to be left open over night, the Contractor shall be responsible to provide barriers and / or coverings to enhance on site accident prevention measures. 3.07 DISPOSAL OF WASTE MATERIALS : Unless otherwise stated , materials generated by clearing , grubbing , removal , and demolition shall be known as "waste" or "spoils" and shall be removed from the site and disposed of by the Contractor. Similar materials may be unearthed or generated by earthwork operations or by subgrade preparation . Unless otherwise specified any merchantable items become the property of the Contractor. 3 .08 STORM WATER MANAGEMENT PRACTICES : During the progress of work , the Contractor shall maintain existing storm water eros ion and silt control measures in place at the site and shall provide additional erosion control barriers , silt fences and other techniques in accordance with best management practices. END OF SECTION SITE PREPARATION 02200 -2- SECTION 02140 -SITE UNDERDRAINS PART I • GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials , equipment, and services required to construct underdrains to the required lines , grades , and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE : A. Section 02300 -Earthwork. B. Section 03300 -Cast-in-Place Concrete PART 2 -PRODUCTS 2.01 UNDERDRAIN PIPE: Pipe and fittings shall be flexible, corrugated tubing manufactured of high-density polyethylene resins and conforming to ASTM Product Specifications F-405 and F-667. Dra inage tubing shall be as manufactured by Advanced Drainage Systems (ADS), Inc ., of Columbus , Ohio . The local manufacturing plant which will provide a list of suppliers is in Ennis , Texas -telephone (972) 878-9600. A . Perforated Pipe : Perforations shall be linear slots cut radially into the tubing wall between corrugations . Perforated pipe will be furnished complete with the Cerex nylon "Drain Guard" screen . The screen will completely surround the pipe and will have a lapped , welded longitudinal joint. B. Non-Perforated Pipe : Non -perforated pipe shall be used for collector lines which convey the water from perforated pipe to the concrete inlet or outfall. C . Fittings : All couplings , reducers , tees , ells , plugs , caps , and other fittings shall be non- perforated and shall be of the same manufacturer as the drainage tubing. A fitting shall be used at each pipe junct ion/termination , as appropriate . 2 .02 FILTER MATERIAL: Filter material for use in backfilling trenches over and around underdrains shall consist of 1 1/2" to 2" gravel washed free of organic or other deleterious matter. 2.03 FILTER FABRIC : Filter fabric to line and lap over gravel filled subdrain trench shall be Mirafi 140N drainage fabric as manufactured by Celanese Corporation , (800) 223-9811, or approved equal. PART 3 -EXECUTION 3.01 VERTICAL AND HORIZONTAL CONTROLS: A. The Contractor shall establish or shall employ a licensed surveyor to establish all lines and grades necessary for each stage of the work described herein. B. Provide blue tops for reference in dressing trench bottoms at intervals not to exceed 30 feet along the centerline of each trench . 3.02 UNDERDRAINS : Trenches for underdrains shall be dug after the subgrade is prepared . The excavation of each trench shall begin at its outlet and proceed toward its upper end. The trench must not be excavated below the proposed grade line . Trenches will be cleaned of all loose material and their bottoms will be dressed and fine graded to blue tops set as previously described . Trenches shall be lined with filter fabric and underdrain pipe shall be set on the trench bottom. All fittings shall be securely coupled and all open ends will be capped. The pipe shall be carefully covered with the gravel filter material and the filter fabric shall be lapped over the trench . SITE UNDERDRAINS 02140 -1 - Care shall be taken not to damage the pipe or its fabric filter screen. Underdrain pipe shall be connected to sol id pipe joints and to outfall at the concrete structure/collar as indicated in the plans . Care shall be taken not to loosen or cave-in the trench walls. Any such damage will be excavated and will be backfilled in mechanically tamped lifts not to exceed eight inches and will be re-constructed . 3.03 SETTLEMENT : After the trench has been backfilled it shall be thoroughly soaked . This process shall be repeated two times allowing the backfill material to dry twenty-four hours before wetting again . END OF SECTION SITE UNDERDRAINS 02140 - 2 - SECTION 02300 -EARTHWORK PART 1 -GENERAL 1 .01 SCOPE: Work in this section includes furnishing all labor, materials , equipment , and services required to construct, shape, and finish earthwork to the required lines, grades , and cross sections as specified herein and on the plans . 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 -Site Preparation. B. Grading Plan : Refer to plan sheets . 1.03 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work . The total cost will be included in the Bid Proposal. Payment will be made on a Lump Sum basis only. PART 2 -PRODUCTS 2 .01 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation , unless separately designated, within the limits of the work . Unclassified excavation includes all material encountered regardless of its nature or the manner in which it is to be excavated. 2 .02 UNCLASSIFIED FILL A. Unclassified fill shall consist of all fill within the limits of the work . All suitable native materials removed in unclassified excavation, or similar imported materials, shall be used insofar as practicable as unclassified fill. Properly deposited , conditioned, and compacted fill is hereinafter referred to as "earth embankment." B. Rock : Minor quantities of rock not greater than four inches in greatest dimension are permissible in fill materials used to construct earth embankment. Minor quantities of rock of greater dimensions may be placed in the deeper fills in accordance with the State Department of Highways and Public Transportation requirements for construction of rock embankments, provided such placement of rock is not immediately adjacent to structures or piers . Also , rock may be placed in the portions of embankments outside the limits of the completed graded width where the size of the rock prohibits their incorporation in the normal embankment layers . 2 .03 TOPSOIL On-Site Topsoil : Topsoil shall consist of an average depth of six inches (6 ") of native surface soil left in place after the ground cover of herbaceous vegetation and other objectionable matter has been cleared by "blading ," as specified in Section 02200 , "Site Preparation ." Topsoil may be greater or less , than the upper six inches (6'') in depth. 2 .04 IMPORTED FILL A. Imported fill materials shall be used for the construction of earth embankment in the event that (1) the volume of unclassified excavation is less than the volume of fill required for earth embankment and/or (2) the condition of materials removed in unclassified excavation makes them unsuitable for use in the construction of earth embankment. B . The Contractor shall haul and place imported fill obtained from off-site sources as necessary to construct the embankment and various other details of the construction plans. All costs related to such imported fill will be included in the contract price , and no additional or separate payment for imported fill will be due the Contractor. EARTHWORK 02300 - 1 - C. A sample of the proposed imported fill must be provided by the Contractor and be approved by the Owner. In general , imported material must be equal to or better than native material in quality and engineering characteristics. The Architect/ Engineer may also require the Contractor to provided a material analysis test of the proposed fill. 2.05 SELECT MATERIALS A. Select materials shall be imported from offsite sources , unless they are available from specifically designated areas on the site as marked on the plans . 2.06 UNSUITABLE MATERIALS A. Topsoil, select material, imported fill, or unclassified fill will be declared as "'unsuitable" by the Owner if, in his opinion, any of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material. 1. Moisture 2 . Decayed or undecayed vegetation 3 . Hardpan clay , heavy clay, or clay balls 4. Rubbish 5. Construction rubble 6 . Sand or gravel 7 . Rocks, cobbles, or boulders 8 . Cementious matter 9 . Foreign matter of any kind B. Unsuitable materials will be disposed of as "waste" as specified in Section 02200 . C. Wet Material: If fill material is unsatisfactory for use as embankment solely because of high moisture content , the Architect/Engineer may grant the Contractor permission to process the material to reduce the moisture content to a usable optimum condition . PART 3 -EXECUTION 3.01 SITE PREPARATION: In general , "site preparation," as specified in Section 02200 , shall be performed in advance of grading and earthwork operations and shall be completed over the entire area of earthwork operations . 3.02 TOPSOIL A. The removal and storage of topsoil shall occur after site preparation is complete and before excavation and embankment construction begin. Likewise , topsoil will be replaced after excavation and embankment construction are complete . B. Removal : Topsoil shall be stripped to an average depth of six inches (6 ") from areas where excavation and embankment construction are planned . Topsoil may be obtained from greater depths if it is uncontaminated by the substratum and it is of good quality, in the opinion of the Architect/Engineer. C. Storage: Topsoil shall be stored in stockpiles conveniently located to areas that will later receive the topsoil. Stockpiles shall be out of the way of earthwork operations in locations approved by the Owner or Architect/Engineer. Stored topsoil shall be kept separate from other excavated materials and shall be protected from contamination by objectionable materials that would render it unsuitable . D. Timing : Topsoil will not be replaced (deposited) until construction activ ities are complete that would create undesirable conditions in the topsoil , such as overcompaction or contamination. EARTHWORK 02300 - 2 - Trenching for items such as electrical conduit and irrigation pressure lines must be complete before topsoil replacement may begin . D. Replacement: Topsoil will be deposited in a single layer or lift. It will be placed , processed , compacted , and graded to leave a finished layer of topsoil not less than five inches in depth . Unless otherwise indicated , topsoil will be replaced over all areas of earthwork (including slopes), except where pavement is planned . F. Grading : Topsoil will be final graded to the elevations shown on the plans. Fine grading will be accomplished with a weighted spike harrow , we ighted drag, tractor box blade , light mainta iner, or other acceptable machinery. All particles of the finish grade shall be reduced to less than one inch in diameter or they shall be removed . All rocks of one inch or greater shall also be removed . Grading operations and equipment will be such that topsoil does not become overcompacted . Bulldozer blades and front-end loader buckets are not acceptable devices for topsoil grading operations . Final grading within five feet of constructed or installed elements shall be hand raked. G . Acceptability: Finished areas of topsoil are satisfactory if they are true to grade , true in plane , even in gradient (slope), uniform in surface texture , and of normal compaction . Areas of loose granular pockets or of overcompacted soils are not acceptable and will be reworked. Finished areas will promote surface drainage and will be ready for turfgrass planting. 3.03 UNCLASSIFIED EXCAVATION A. All excavated areas shall be maintained in a condition to assure proper drainage at all times , and d itches and sumps shall be constructed and maintained to avoid damage to the areas under construction . B. Surplus Material : 1. Surplus excavation is that quantity of material that may be left over after the grading plan is executed, and all earthwork operations , i nclud i ng excavation , embankment construction , topsoil replacement , and final grading , are completed. Any other surplus material shall be disposed of as "waste" as specified in Section 02200 . All such cost for removal shall be considered as incorporated into Earthwork costs C. Excavation in Rock: The use of explosives will not be permitted . Unless otherwise indicated on the plans , excavation in solid rock shall extend six inches (6 ") below required subgrade elevation for the entire width of the area under construction and shall be backfilled with suitable materials as indicated on the plans. 3.04 EARTH EMBANKMENT A . Earth embankment is defined as embankment composed of suitable materials removed in unclassified excavation and/or imported fill. The construction of embankment includes preparing the area on which fill is to be placed and the depositi ng, condition ing , and compaction of fill material. B. General : Except as otherwise required by the plans , all embankment shall be constructed in layers approximately parallel to the finished grade of the graded area , and each layer shall be so constructed as to provide a un iform slope as shown on the grading plan. Embankments shall be constructed to correspond to the general shape of the t ypical sections shown on the plans , and each section of the embankment shall correspond to the detailed section or slopes established by the drawings. After completion of the graded area , embankment shall be continuously maintained to its finished section and grade until the project is accepted. EARTHWORK 02300 -3 - C. Preparation : Prior to placing any embankment , all preparatory operations will have been completed on the excavation sources and areas over which the embankment is to be placed . The subgrade shall be proof rolled to detect soft spots , which if exist , should be reworked . Proof roll ing shall be performed using a heavy pneumatc ti red roller , loaded dump truck , or s imilar piece of equipment we ighing approximately twenty five (25) tons except as otherwise specified for tree protection and areas inaccessible to vehicular compactors . Stump holes or other small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction . The surface of the ground , including plowed , loosened ground , or surfaces roughened by small washes or otherwise , shall be restored to approximately its original slope by blading or other methods , and , where indicated on the plans or required by the Owner, the ground surface , thus prepared , shall be compacted by sprinkl ing and rolling . D. Scarification : The surface of all areas and slopes over which fill is to be placed , other than rock , shall be scarified to a depth of approximately s ix (6 ") inches to provide a bond between the existing surface and the proposed embankment. Scarification shall be accomplished by plowing , discing , or other approved means . Prior to fill placement , the loosened material shall be adjusted to the proper moisture content and recompacted to the dens ity specified herein for fill . E. Bench ing : Scarification is normally adequate for sloping surfaces. However, in certain cases where fill is to be placed against hillsides or existing embankment with slopes greater than 4 :1, the Owner may direct the Contractor to key the fill material to the existing slopes by benching . A minimum of two feet (2 ') normal to the slope shall be removed and recompacted to insure that the new work is constructed on a firm foundation free of loose or disturbed material. F. Depositing : Fill material shall be placed in horizontal layers or lifts , evenly spread , not to exceed eight (8 ") inches in loose depth before conditioning and compaction. Unless otherwise permitted , each layer of fill material shall cover the length and width of the area to be filled and shall be conditioned and compacted before the next higher layer of fill is placed . Adequate drainage shall be ma intained at all times . G . Watering: At the time of compaction , the moisture content of fill material shall be such that the specified compaction will be obtained , and the fill will be firm , hard , and unyielding. Fill material wh ich contains excessive moisture shall not be compacted until it is dry enough to obtain the specified compaction . H. Compacting : Each layer of earth fill shall be compacted by approved tamping or sheepsfoot rollers , pneumatic tire rollers , or other mechanical means acceptable to the Owner. Hand- directed compaction equ ipment shall be used in areas inaccessible to vehicular compactors . I. Grading : Embankments shall be constructed in proper sequence and at proper densities for their respective functions. All embankment serves in one capacity or another as subgrade (e .g ., under topsoil , under concrete and asphalt pavement , under structures , etc.). Accord ingly, the upper layer of embankment shall be graded to within plus or minus 0.10 foot of proper subgrade elevation prior to depositing topsoil, and prior to the construction of pavements , slabs , etc . 3.05 DENSITY CONTROL A. Earth Embankment in General : Earth embankment shall be compacted in lifts at a minimum of ninety percent (90%) of Standard Density ASTM D698 with plus four percent (4 %) or minus two percent (2%) percentage points of optimum moisture content. B. Earth Embankment Under Structures and Pavement: The top six (6'') inches of natural earth comprising the subgrade for structural slabs or for areas of pavement shall be ninety five EARTHWORK 02300 -4 - percent (95%) to ninety e ight percent (98%) of Standard Density ASTM D698 with the moisture content at m inus two percent (2 %) to plus four percent (4 %) of opt imum moisture content. 3.06 MOISTURE MAINTENANCE : The specified moisture content shall be maintained in all embankments that are to function as subgrade for structures , areas of pavement, or for select embankment. After completion of the embankment , the Contractor shall prevent excessive loss of moisture in the embankment by sprinkling as required . Loss of moisture in excess of two percent (2 %) below optimum in the top twelve inches ( 12") of the fill will require that the top twelve inches ( 12 ") of the embankment be scarified , wetted , and recompacted prior to placement of the structure , se lect fill or pavement. If desired , the Contractor may place an asphalt membrane of emulsified or cutback asphalt over the completed embankment and thus eliminate the sprinkling requirement. 3.08 TOPSOIL REPLACEMENT: Topsoil shall be carefully placed to avoid any displacement or damage to the subgrade . If any of the subgrade is rutted , damaged or displaced it shall be restored pr ior to placing topsoil. Topsoil shall be replaced as specified herein per Item 3.02 . END OF SECTION EARTHWORK 02300 - 5 - SECTION 02545 -INTERLOCKING CONCRETE PAVERS PART 1 · GENERAL 1.01 SCOPE: Work in this section shall include all labor, materials, equipment, tools, etc ., and services necessary to install interlocking concrete pavers and related accessory items as required by the deta ils shown on the drawings. 1.02 TESTS : Testing shall not be required . 1.03 SAMPLES AND SUBMITTALS: A. Submit certified test results by an independent testing agency indicating that the pavers meet the National Concrete Manufacturers Association standards for strength , durability, and size. B. The Contractor shall furnish a one square foot sample of the specified paver style and colors for approval by the Owner. 1.04 RELATED WORK SPECIFIED ELSEWHERE : A. Section 02200 -Earthwork. B. Section 03300 -Cast-In-Place Concrete. 1.05 DELIVERY AND HANDLING : Pavers shall be delivered and unloaded at the job site on pallets and bound in such a manner that no damage occurs to the product during handling, transporting and unloading . Broken or chipped pavers will not be accepted and shall be disposed of off the Project site at the Contractor's expense . PART 2 -PRODUCTS 2.01 MATERIALS: A. Manufacturer: Interlocking concrete pavers shall be as manufactured by Pavestone Co., Grapevine . Texas, (817) 481 -5802; or approved equal. B. Pavers for Lake Como Park: 1. Shapes : Paver shapes shall be 4 1/8" x 8 5/16" Holland Stone 11 as indicated on the plans , or equal. 2. Thickness: Pavers shall be 2 3/8" thick. 3 . Color: Pavers to be as selected by Landscape Architect. C. Material Requirements: 1. Cement: All units shall contain portland cement and shall conform to ASTM C 150. 2. Aggregates : Aggregates for each unit shall conform to ASTM C 33, normal weight concrete aggregate, gradation per manufacturer's directions . 3. Coloring , air-entrainment admixtures , water reducing agents, etc ., shall comply with the applicable ASTM designation , where applicable . INTERLOCKING CONCRETE PAVERS 02545 - 1 - 4. Strength : The average compressive strength of all units shall be 8 ,000 psi with no indiv idual unit strength less than 7 ,200 psi , as tested in accordance with ASTM C 140 . 5. Absorption : The average absorption shall not be greater than 5 percent with no individual unit greater than 7 percent. 6 . Defects : All un its shall be free of defects , cracks , chips , etc ., or w ill be rejected by the Arch itect/Engineer. All un its rejected shall be removed from the site . 7. Sand Bedding Course: The sand used for bedding or laying shall be a graded , clean washed sharp sand with 100 percent pass ing a three -eights inch sieve and a max imum of 3 percent passing a No . 200 sieve , commonly known as manufactured concrete sand . MASON SAND SHALL NOT BE USED . PART 3 -EXECUTION 3.01 The Contractor for the installation of the interlocking pavers shall be experienced in paver installation. 3.02 MANUFACTURER'S REPRESENTATIVE : A representative of the manufacturer shall be present at various intervals of paver ins tallation and preparation and shall approve the methods of the various steps of the installation of the pavers . A . Subgrade: The subgrade shall be compacted as specified per Section 02200 -Earthwork . B. Concrete Base: The concrete base must be prepared as indicated on the plans and as specified per Section 03300 -Cast-i n-Place Concrete. The finished base surface must be approved by the Owner's representative before the placement of the sand bedding course. C. Sand : The uncompacted sand laying course shall be spread evenly over the subgrade and then screeded to a level that will produce a one inch maximum thickness when the pavers have been placed and vibrated . After completion of sand leveling , the leve ling bed shall be protected from any damage or disruption of any k ind . D. Installation of Pavers: The interlocking concrete pavers shall be laid in such a manner that the specified pattern shall be maintained throughout and joints between pavers shall not exceed one-eighth inch . Joints between ends and/or edges and expansion joint material shall not exceed one-quarter inch. String lines shall be used to keep all pattern lines straight and true . 1. Gaps which occur at the edge of the paver area shall be filled with a standard edge paver or with pavers cut to fit. Cutting shall be accomplished to produce a neat clean edge where pavers abut concrete paving , dividers or curbs . 2. A masonry saw shall be used for cutting all pavers unless otherwise approved by the Owner's representative . 3 . Pavers shall be vibrated into the sand bedding or laying course using a vibrator capable of 3,000 to 5 ,000 psi compaction force with the surface of the pavers clean and the joints open. The vibrating process shall be repeated as necessary to bring pavers to their final level and to compact the underlying bedding course and force sand up into the joints . 4 . Following v ibration , clean sharp sand , with part icle sizes zero inch to one-e ighth inch with 30 percent retained on a one -eighth inch sieve , shall be applied over the paver surface , allowed to dry, and vibrated into the joints with additional vibrator passes and brushing necessary to completely fill the joints . INTERLOCKING CONCRETE PAVERS 02545 -2 - 5-All surplus material shall then be swept clean from the surface of the pavers and all surplus construction material shall be removed from the site . Care should be exercised so that other construction act ivit ies within the area shall not damage the completed paver installation . Any pavers damaged shall be removed and replaced by the Contractor at his expense . E. The final surface of the finish paver areas shall be uniform and true. Pavers which are depressed or raised to such a degree that , in the opinion of the Owner's representative will cause a hazard w ill be subject to removal and replacement prior to final acceptance . F. Guarantee: All interlocking concrete paver materials and workmanship shall be guaranteed for a period of one year . During the guarantee period any pavers or other items which show to be defective shall be replaced with new material at no expense to the Owner. END OF SECTION INTERLOCKING CONCRETE PAVERS 02545 - 3 - SECTION 02810 -LANDSCAPE IRRIGATION SYSTEM PART 1 --GENERAL 1.1 SCOPE: A. Furnish all work and materials, appliances, tools , equipment, facilities , transportation, and services necessary for and incidental to performing all operations in connection with the installation of underground sprinkler irrigation system complete , as shown on drawings and/or specified herein . When the term "Contractor" is used in this section , it shall refer to the irrigation Subcontractor. 1 .2 QUALITY ASSURANCE: The following Codes, Regulations , Reference Standards, and Specifications apply to work included in this section : ASTM: 02241, 02464, 02466 , and 02564. 1.3 WARRANTY AND MAINTENANCE : A . The Contractor shall warranty material and workmanship for one year after final acceptance including repair and replacement of defective materials, workmanship, and repair of backfill settlement. B. Maintenance during warranty shall include, but not necessarily be limited to , the following: 1. Adjustment of sprinkler height and plumb to compensate for settlement and/or plant growth. 2 . Backfilling of all trenches . 3 . Adjustment of head coverage (arc of spray) as necessary. 4. Unstopping heads plugged by foreign material. 5 . Adjustment of controller as necessary to insure proper sequence and watering time. 6. All maintenance necessary to keep the system in good operating order. Repair of damage caused by vandals , other contractors or weather conditions shall be considered extra to these specifications . C . Warranty and maintenance after final acceptance does not include alterations as necessitated by re-landscaping, re-grading, addition of trees or the addition, and/or changes in sidewalks , walls, driveways , etc. D . Maintenance shall continue for one month after final acceptance . 1.4 SUBMITTALS: A. The Contractor shall submit shop drawings or manufacturer's "cut sheet" for each type of sprinkler head, pipe , controller, valves, check valve assemblies , valve boxes, wire, conduit , fittings, and all other types of fixtures and equipment proposed to install on the job. The submittal shall include the manufacturer's name, model number, equipment capacity, and manufacturer's installation recommendation, if applicable, for each proposed item . B. No partial submittal will be accepted and submittals shall be neatly bound into a brochure and logically organized . After the submittal has been approved , substitutions will not be allowed except by written consent of the Landscape Architect. C . Shop drawings shall include dimensions, elevations, construction , details, arrangements , and LANDSCAPE IRRIGATION SYSTEM 02810 -1 capacity of equipment, as well as manufacturer's installation recommendations . 1.5 "APPROVED EQUAL" SUBSTITUTIONS: Several items in this section and on the plans are specified by a manufacturer's brand name and catalog number, followed by the phrase "or approved equal". This is not intended to unduly restrict competitive procurements or bidding , but is done to assure a minimum standard of qual ity which is believed to be best for the item specified and to match existing equipment. 1.6 CODES/PERMITS: A. All work under th is section shall comply with the provisions of these Specifications , as illustrated on the accompanying drawings , or as directed by the Owner and shall satisfy all applicable local codes , ordinances, or regulations of the governing bodies and all authorities having jurisdiction over this Project. B. Installation of equipment and materials shall be done in accordance with requirements of the National Electrical Code , City Plumbing Code , and standard plumbing procedures . The drawings and these Specifications are intended to comply w ith all the necessary ru les and regulations; however, some discrepancies may occur, the Contractor shall immediately notify the Landscape Architect in writing of the discrepancies and apply for an interpretation . Should the discovery and notification occur after the execution of a contract, any additional work required for compliance with the regulations shall be paid for as covered by these Contract documents . C. The Contractor shall give all necessary notices , obtain all permits , and pay all costs in connection w ith his work ; file with all governmental departments having jurisdiction ; obtain all required certificates of inspection for his work and deliver to the Owner. D . The Contractor shall include in the work any labor, materials , services , apparatus , or drawings in order to comply with all appl icable laws , ordinances , rules , and regulations whether or not shown on the drawings and/or specified. E . The installation of the irrigation system shall be made by an individual or firm duly licensed under Article No. 8751 VTCS, T itled "Licensed lrrigators Act", S.B. No. 259 as passed by the 66th Texas Legislature . 1.7 EXISTING UTILITIES : A. Locations and elevations of various utilities included with the scope of this work have been obtained from the most reliable sources available and should serve as a general guide without guarantee to accuracy. The Contractor shall examine the Site and verify to h is own satisfaction the locations and elevation of all utilities and availability of utilities and services required. The Contractor shall inform himself as to their relation to the work and the submission of b ids shall be deemed as evidence thereof. The Contractor shall repair at his own expense , and to the satisfaction of the Owner, for damage to any utility shown or not shown on the plans. B . Should utilities not shown on the plans be found during excavations , Contractor shall promptly notify the Owner for instructions as to further action . C . Contractor shall make necessary adjustments in the layout as may be required to connect to existing stub-outs , should such stub-outs not be located exactly as shown and as may be required to work around existing work , at no increase in cost to the Owner. All such work will be recorded on record LANDSCAPE IRRIGATION SYSTEM 02810 -2 drawings and turned over to the Owner prior to final acceptance . 1.8 RECORD DRAWINGS: A. Record d imensioned locations and depths for each of the following : 1. Point of connection . 2. Sprinkler pressure line routing (provide dimensions for each 100 lineal feet (maximum) along each routing , and for each change in directions). 3. Gate valves. 4. Sprinkler control valves (buried only). 5. Control wire routing . 6. Other related items as may be directed by the Landscape Architect. B. Locate all dimensions from two permanent points (buildings , monuments, sidewalks , curbs , or pavements). C. Record all changes which are made from the Contract drawings , including changes in the pressure and non -pressure lines . D . Record all required information on a set of blackline prints of the Contract drawings. Do not use these prints for any other purpose. E. Maintain information daily. Keep Contract drawings at the Worksite at all times and available for review by the Owner's representative . F. When record drawings have been approved by the Owner's Representative , transfer all information to a set of reproducible mylars us ing permanent Ind ia ink . Changes using ball -point pen are not acceptable. Make dimensions accurately at the same scale used on original Drawings, or larger. If photo reduction is required to facilitate controller chart housing , notes or dimension must be a minimum 1/4 inch in size. G. Reproducible mylars will be furnished by the Owner cost for printing and handling . 1.9 CONTROLLER CHARTS: A. Do not prepare charts until record drawings have been approved by the Owner's representative . B. Provide one controller chart for each automatic controller affected . 1. Chart may be a reproduction of the record drawing , if the scale permits fitting within the controller door. If photo reduction prints are requi red , keep reduction to maximum size possible to retain full legibility. 2. Chart shall be blackline print of the actual system , showing the area covered by that controller. C . Identify the area of coverage of each remote control valve , using a distinctly different pastel color, drawn over the entire area of coverage. D . Following approval of charts by the Owner's representative , they shall be hermetically sealed LANDSCAPE IRRIGATION SYSTEM 02810 -3 between two layers of 20 mil. thick plastic sheet. E. Charts must be completed and approved prior to final acceptance of the irrigation system . 1.10 OPERA TING AND MAINTENANCE MANUALS: A. Prov ide ind ividual bound manuals detailing operating and maintenance requirements for irrigation systems . B. Manuals shall be delivered to the Owner;s representative for review and approval no later than 10 days prior to completion of work. Revise manual as requ ired . C. Provide descriptions of all installed materials and systems in sufficient de tail to permit maintenance personnel to understand , operate , and maintain the equipment. D. Provide the follow ing in each manual : 1. Index sheet, stating Irrigat ion Contractor's name , address , telephone number, and name of person to contact. 2. Duration of guarantee period. 3. Equipment list prov id ing the following for each item : a. Manufacturer's name . b. Make and model number. c. Name and address of local manufacturer's representative . d . Spare parts list in detail. e. Detailed operat ing and maintenance instructions of major equ ipment. 4. Recommended programs for watering by season . 1.11 CHECKLIST: A. Provide a signed and dated checkl ist , and deliver to the Owner's representative prior to final acceptance of the work . B. Use the follow ing format: 1. Plumb ing permits : if none required , so note . 2. Material approvals : approved by and date. 3. Pressure line tests : by whom and date . 4. Record Drawings: received by and date. 5. Controller charts : received by and date . 6. Materials furnished : received by and date . 7. Operation and maintenance manuals : received by and date. 8. System and equipment operation instructions: received by and date . 9. Manufacturer's warranties if required : received by and date . 10 . Written guarantee : received by and date . 11 . Lowering of heads in lawn areas: if incomplete , so state . 1.12 ELECTRIC POWER: Electric power is existing at the ex isting controller location . LANDSCAPE IRRIGATION SYSTEM 02810 -4 1.13 WATER FOR TESTING : Unless noted 9therwise on the plans or elsewhere , furnish all water necessary for testing , flushing , and jetting. 1.14 BORINGS , SLEEVES AND ELECTRICAL CONDUITS : Sleeves and electrical condui ts are the responsibility of the Irrigation Contractor to install prior to pav ing or related construction and should be installed as noted on the drawings and specifications . Contractors shall be respons ible for locating all sleeves and conduits at no additional cost to the Authority. Borings under exist ing paving will be required where noted on the drawings and shall be prov ided at no additiona l cost to the Owner. Borings shall be a m inimum of 18 inch depth and new pipes shall be incased in Class 200 sleeves . 1.15 SPARE PARTS : The Contractor shall supply the Owner with five spray heads, one for each head designated on the plan . The Contractor shall supply one additional key and hose swivel for the quick coupler. PART 2 --PRODUCTS 2.1 GENERAL: Unless otherwise noted on the plans, all materials shall be new and unused. The irrigation equ ipment catalog numbers used for reference in these Specifications are to establish minimum quality standards and may be substituted with an "approved equal" as outlined in Paragraph 1.5 of this section. 2 .2 POLYVINYL CHLORIDE PIPE (PVC PIPE): PVC pipe manufactured in accordance with ASTM Standards noted herein . A. Marking and Identification : PVC pipe shall be continuously and permanently marked with following information : Manufacturer's name , size , type of pipe , and material , SOR number, Product Standard number, and the NSF (National Sanitation Foundation) Seal. B. PVC pipe fitt ings : Shall be of the same material as the PVC pipe specified and compatible with PVC pipe furnished . Solvent weld type shall be Schedule 40. C . PVC Pipe : Shall be Class 200 solvent weld , SDR-21 , PS 22-70 for all sizes 3/4 inch to 3 inches . All 1/2 inch pipe shall be solvent weld SOR-13 .5, Class 315. Mainline pipe size 4" and larger shall be PVC o-ring gasket type with ductile iron fittings by Harco Industries . D. Flex ible PVC Risers (Nipples): All flexible PVC nipples shall be made from virgin PVC material , and shall comply w ith ASTM D2287 , shall be tested at 200 P.S .I. static pressure for 2 hours and have a quick burst rating of a minimum 400 P.S .I. Flexible PVC pipe nipples shall be factory assembled only. E. Pipe sleeves : Shall be Class 200 solvent weld , SDR-21 , PSD 22-70 for all sizes 3/4 inch to 2 inches ; all 1/2 inch pipe shall be solvent weld SDR-13 .5, Class 315 ; and located as shown on drawings . LANDSCAPE IRRIGATION SYSTEM 02810 -5 2.3 SWING JOINTS: Swing joints shall be 0-ring seal type , Lasco or approved equal. 2.4 WIRE AND SPLICES : A. All valve wire shall be single strand solid copper, minimum 14 gauge with type UF insulation which is Underwriters Laboratory approved for direct underground burial when used in a National Electrical Code Class II Circuit (30 volts AC or less) as per Articles 725 and 300 . Voltage drop shall be taken into consideration . B. All connectors shall be UL listed , rated 600 volt, for PVC insulated wire . No wire splices shall be buried. C. All wire connectors shall have a two-piece PVC housing which, when filled with resin epoxy and pressed together , forms a permanent, one-piece, moisture-proof wire splice. 2.5 QUICK COUPLING VALVES: A. Quick coupling valves shall be composed of a bronze cast body with a purple , ( NP ) cover. B. The valve shall accept a single lug 3/4 inch bronze valve key for operation . C . Provide one coupler and one hose swivel ell for every five quick coupling valves shown on the plans. 2 .6 MANUAL VALVES: A. Manual valves 2-1/2 inches and smaller shall be all brass, globe type with composition disc rated at 150 pounds W .O.G. Manual valve size 4" and larger shall be Kennedy cast iron type. B. All valves shall have wheel handles unless cross handles are called for on the plan . 2.7 VALVE BOXES: A. A box shall be provided for all valves. B. Valve boxes shall be made of high-strength plastic suitable for turf irrigation purposes. C . Boxes shall be suitable in size and configuration for the operability and adjustment of the valve . D. Extension sections will be used as appropriate to the depth of piping. E . All valve box covers shall bolt down or have locking mechanisms and shall be colored green or black as selected by the Contracting Officer. 2 .8 POP-UP SPRAY, BUBBLERS AND ROTARY HEADS: A. Sprinkler heads are specified on the drawings. Spray heads shall have a minimum 4 inch pop-up . LANDSCAPE IRRIGATION SYSTEM 02810 -6 B. The sprinkler body and all related parts shall be plastic cycolac or polycarbonate. They shall have a spring retraction for positive return action of the pop-up nozzle . C . The spring for retraction and the adjustable nozzle screw shall be made of corrosion resistant materials . 2 .9 DRIPPERLINE WITH PRESSURE COMPENSATING EMITTERS Dripperline shall be of nominal sized one-half (1/,") inch low density , ultra-violet-resistant, linear polyethylene tubing with internal pressure-compensating , continuous self-cleaning , integral drippers at a specified interval. The tubing shall be brown in color throughout and shall conform to an outside diameter (O .D.) of 0 .66 " and an inside diameter (1.D .) of 0.56". The dripperline shall be capable of a discharge rate of 0 .4, 0 .6 , or 0.9 gallons per hour (GPH) between operating pressures of 7 -70 psi for each individual dripper. The individual continuous self-cleaning , pressure compensating drippers shall be welded to the ins ide of the tubing wall. The drippers shall be constructed of three individual pieces: A. A black-colored dripper containing a filtration system on the inlet side , compensation cell , and recessed chamber with a water outlet, B . A hard plastic diaphragm retainer with color denoting discharge rate , with chamfered edges and a recessed groove in the center extending the full length of the d iaphragm and , C . A flexible elastomer diaphragm that allows pressure to build up within the chamber to purge sediment or other debris that may not have been captured by the disc filter. Dripper spacings shall be available in the following on-center i ntervals -12", 18", and 24 ". 2 .9 .1 BARBED INSERT FITTINGS All barbed insert fittings shall be constructed of molded , ultra-violet-resistant , black colored plastic having a nominal inside dimension (I.D.) of 0 .24" Each fitting shall have a minimum of two ridges or barbs per outlet with a raised barb nearest the fitting outlet. All fittings shall be of one manufacturer and shall be available in one of the following end configurations: • barbed insert fittings , • male pipe threads (MPT) with barbed insert fittings , or • female pipe threads (FPT) with barbed insert fittings . 2 .10 ELECTRIC REMOTE CONTROL VALVES : A. Electric remote control valves shall have plastic bodies and covers and shall be globe-type diaphragm valves of normally closed design. The valves are specified on the drawings . LANDSCAPE IRRIGATION SYSTEM 02810 -7 B. Operation shall be accomplished by means of integrally mounted heavy-duty 24-V DC solenoid complying with National Electrical Code , Class II Circu it. Solenoid coil shall be potted in epoxy resin w ithin a plastic coated sta inless steel housing . Solenoids shall be completely waterproof, suitable for direct underground burial. C . A flow stem adjustment shall be included in each valve . PART 3 --EXECUTION 3.1 INSTALLATION , GENERAL: A. Design Pressure : This irrigation system has been designed to operate with a min imum static inlet water pressure as indicated on the drawings. The Contractor shall take a pressure reading prior to beginning construction. If the pressure reading is 5% less than above , the Contractor shall notify the Owner's Representative. B. Contractor Responsib ility: The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions , grade differences or discrepancies in equipment usage , area dimensions or water pressure exist that might not have been considered in the engineering . Such obstructions or differences shall be brought to the attention of the Owner's Representative in writing . In the event this notification is not performed , the Contractor shall assume full responsibility for any rev ision necessary. C. Staking : Before installation is started , place a stake or flag where each sprinkler is to be located , in accordance with drawing . Staking shall be approved by the Landscape Architect before proceeding. D. Piping Layout: Piping layout is diagrammatic. Route piping around existing trees and root zones in such a manner as to avoid damage to plantings . Do not dig with in the ball of newly planted trees or shrubs . E. In areas where trees are present , trenches will be adjusted on site to provide a minimum clearance of four times the trunk d iameter of the tree (at its base) between any tree and any trench . F. All material and equipment shall be delivered to the Worksite in unbroken reels , cartons or other packaging to demonstrate that such material is new and of a quality and grade in keeping with the intent of these Specifications . 3.2 EXCAVATION AND TRENCHING : A. The Contractor shall perform all excavation to the depth indicated in these Specifications and Contract drawings . The banks of trenches shall be kept as nearly vertical as practicable . Trenches shall be wide enough to allow a minimum of 4" between parallel pipelines or electrical wiring. Where rock excavation is required , or where stones are encountered in the bottom of the trench that would create a concentrated pressure on the pipe , the rock or stones shall be removed to a depth of six (6) inches m inimum below the trench depth indicated. The over depth rock excavation and all excess trench excavation shall be backfilled with loose , moist earth or sand, thoroughly tamped . Whenever wet or otherwise unstable soil that is incapable of properly supporting the pipe is encountered in the trench bottom , such shall be removed to a depth and length required , and the trench backfilled to trench bottom grade as LANDSCAPE IRRIGATION SYSTEM 02810 -8 hereinafter specified, with course sand , fine gravel or other suitable material. B. Bottom of trench grade shall be continued past ground surface deviations to avoid air pockets and low collection points in the line. The minimum cover specifications shall govern regardless of variations in ground surface profile and the occasional deeper excavation required at banks and other field conditions. Excavation shall be such that a uniform trench grade variation will occur in all cases where variations are necessary. C. Trench excavation shall comprise the satisfactory removal and disposition of all materials , and shall include all shoring and sheeting required to protect the excavation and to safeguard employees. D. During excavation , material suitable for backfilling shall be stockpiled in an orderly manner a sufficient distance back from edge of trenches to avoid overloading and prevent slides or cave-ins. Material unsuitable for backfilling shall be wasted as directed by the Owner's Representative. When excavated material is of a rocky nature and the topsoil or any other layer of excavated material is suitable for pipe bedding and backfill in the vicinity of the pipe , such material shall be separately stockpiled for use in such bedding and pipe backfill operations , unless satisfactory imported material is used. E. All excavations and backfill shall be unclassified and covered in the basic bid . No additional compensation will be allowed for rock encountered . F . Restore all surfaces , existing underground installations , etc ., damaged or cut as a result of the excavations to their original conditions in a manner acceptable to the Owner's Representative. 3.3 PIPE INSTALLATION: A. Sprinkler Mains : Sprinkler mains are that portion of piping from water source to electric valves . This portion of piping is subject to surges since it is a closed portion of the sprinkler system . Sprinkler mains shall be installed in a trench with a minimum of 18 inches of cover. B. Lateral Piping: Lateral piping is that portion of piping from electrical valve to sprinkler heads. This portion of piping is not subject to surges since it is an "open end" portion of the sprinkler system . Lateral piping shall be installed in a trench with a minimum of 12 inches of cover . 3.4 PVC PIPE AND FITTING ASSEMBLY: A. Solvent: Use only solvent recommended by manufacturer to make solvent-welded joints following standards noted herein. Thoroughly clean pipe and fittings of dirt , dust, and moisture with an approved PVC primer before applying solvent. B . PVC to Metal Connection: Work metal connections first. Use a non-hardening pipe dope such as Permatex No . 2 or "Teflon" tape on threaded PVC to metal joints. Use only light wrench pressure . C. Threaded PVC Connections: Where required, use threaded PVC adapters into wh ich pipe may be welded . D. Remove lumber, rubbish, and rocks from trenches. Provide firm , uniform bearing for entire length of each pipeline to prevent uneven settlement. Wedging or blocking of pipe will not be permitted . Remove foreign matter or dirt from inside of pipe before welding , and keep piping LANDSCAPE IRRIGATION SYSTEM 02810 -9 clean during and after laying pipe . E. PVC pipe shall not be installed where there is water in the trench , nor shall PVC pipe be laid when temperature is 40 deg . For below or when rain is imminent. PVC pipe will expand and contract as the temperature changes . Therefore, pipe shall be snaked from side to side of trench bottom to allow for expansion and contraction. 3.5 HYDROSTATIC TESTS: Pressure Test: After the pipe is laid, the joints completed, and the trench partially backfilled, leaving the joints exposed for examination, the newly laid piping or any valved section of main pressure line piping shall , unless otherwise specified, be subjected for four hours to a hydrostatic pressure test of normal city water pressure . Each valve shall be opened and closed during the test. Enclosed pipe , joints , fittings, and valves shall be carefully examined during the partially open trench test. Joints showing visible leakage shall be replaced or remade, as necessary. Cracked or defective pipe , joints , fittings, or valves discovered in consequence of this pressure test shall be repeated until the test results are satisfactory. All replacement and repair shall be at contractor's cost. 3.6 CONTROL WIRE INSTALLATION : A. All control wire less than 500 feet in length shall be continuous without splices or joints from the controller to the valves . Connections to the electric valves shall be made within 18 inches of the valve us ing connectors specified in Paragraph 2.4 of this section, unless otherwise approved by the Owner's Representative in writing. B. All control wires shall be installed at least 18 inches deep . Contractor shall obtain the Owner's Representative's approval for wire routing when installed in a separate ditch . Control wires may be installed in a common ditch with piping; however, wires must be installed a minimum of 4 inches below or to one side of piping. C . All wire passing under existing or future paving , sidewalk, construction , etc ., shall be encased in PVC Schedule 40 conduit extending at least 2 feet beyond edges of paving , sidewalks , or construction. 3.7 POP-UP SPRAY, BUBBLER HEADS : A. Provide heads and nozzles as specified and install in locations as shown on the Contract Drawings. B. Pop-up spray heads shall be installed on "flex" pvc as detailed on the Contract drawings. Rotary heads shall be installed on a double swing joint connected to the lateral pipe as detailed on the drawings . C. Heads shall be installed with underside of flange flush with the finished grade . D. Contractor will be required to adjust heads as necessary after establishment of grass or other plant material. 3.8 DRIP EQUIPMENT: A.. Dripperline can be installed in one of the four following methods : Over-excavation : Over-excavate the entire area to a depth of 2" to 4" below finish grade. Plant all LANDSCAPE IRRIGATION SYSTEM 02810 -10 specimen trees and shrubs 15 gallon size and larger , then place dripperline at the row spacing interval indicated on the plans . Pipe Pulling: Where ground disruption is to be m inimized , pneumatic tire , pipe-pulling machinery shall be used. Potholes shall be used at the ends of each run for making connection to supply and exhaust headers of rigid PVC pipe or polyethylene pipe . Trench ing : Hand or mechanically trench to the p ipe depth ind icated on the plans or in these specifications and backfill flush with finish grade . Avo id mechanically trench ing w ith in the dripl ine of existing trees . Hand-trench around existing tree roots when roots of 2" and larger are encountered . Remove all rock 1 W ' and larger when excavating and remove from site . Do not backfill trenches with rock that will come in d irect contact with tub ing or rigid PVC piping. B. Placement of Rigid PVC Pip ing: Install pipe in a serpentine (snaked) manner to allow for expansion and contraction in trench before backfilling . Install pipes at temperatures ove r 40 ° F. Pipe markings shall face upward out of the trench whenever possible. C . Dripperline : Dripperline can be installed with the water outlets facing up , down , or sideways . In irregular areas , some water outlets could end up too close to fixed improvements and may have to be capped off with~ dripper plug ring . D. Cover: Install underground piping horizontally and as evenly as possible to a maximum depth of 4", unless otherwise specified. (Typical pipe depth is 2" shrub beds , 4 " in turf unless periodic aeration is anticipated , and then pipe depth should be lowered to 6".) E. Barbed Insert Fittings : Connect dripperl ine to barbed insert fittings by pushing the tubing on and over both barbs of the fitting until the tubing has seated against another piece of tubing or has butted against another portion of the barbed fitting. For water pressures in excess of the 30 psi , or the maximum stated system pressure for the dripperline , whichever is less , use stainless steel clamps as noted in paragraph 3 .2.4 , "Pipe Clamping " on all barbed fittings .6. Pipe F. Clamping : When design-operating pressure exceeds 30 ps i , or maximum stated system pressure for the dripperline, whichever is less , stainless steel pipe clamps shall be used . Slip clamps over tub ing before slipping tubing over barbed insert fitting . Place clamp between the f first and second ridge of the barbed fittings and cr imp the "ear" of the clamp tightly. Crimp the "ear'' twice to ensure proper seating . 3 .8 QUICK COUPLING VALVES: A. Quick coupling valves shall be installed with the underside of flange flush with the finished grade . B. Quick coupling valves shall be installed on a swing joint assembly as detailed on the drawings . C. Under the warranty, the Contractor shall return after grass is established and adjust valves and valve boxes to proper grade. 3.9 MANUAL VALVES: LANDSCAPE IRRIGATION SYSTEM 02810 -11 A. Manual valves shall be s ized and located where shown on the Contract drawings . B. Va lve boxes shall be adjusted to be flush with finished grade . The Contractor will be required to adjust after establishment of grass . C. Valve boxes shall be properly supported and of sufficient construction that tractors and mowers crossing over the boxes will not push boxes down and crush the p ipe , valve , o r box . 3.10 VALVE AND VALVE BOX PLACEMENT: A. All manual , electric , and quick coupling valves shall be in boxes as specified in Paragraph 2. 7 of th is section , and shall be set with a minimum of six (6) inches of space between their top surface and the bottom of the valve box. The base of the box shall be filled with pea gravel as B. Valves shall be fully opened and fully closed to ensure that all parts are in operating condition . C . Valve boxes shall be set plumb , vertical , and concentric w ith the valve stem. D . Any valve box which has moved from this required position so as to prevent the use of the operating wheel of the valve shall be reset by the Contractor at his own expense. 3.11 ELECTRIC REMOTE CONTROL VALVES : A. Remote control valves shall be located and sized as shown on the plans. All electrical connections shall be made when the weather is dry with connection kits as specified in Paragraph 2.4 of this section in strict accordance with manufacturer's recommended procedures . All remote control valves shall be installed in a horizontal position , in accordance to the manufacturer's published installation instructions. B. It shall be the responsibility of the Contractor to furnish and install the proper size wire on each of the low voltage circuits from the master control center to the various electric remote control valves . C . Consideration shall be g iven to each circuit for allowance of voltage drop and economy consistent with accepted practices of electrical installation. Under no circumstances shall the voltage of any branch circuit be reduced more than proper due to length of run exceeding the maximum allowable for the w ire size used . 3.13 BACKFILL AND COMPACTION : A. After system is operating and required tests and inspections have been made , the trenches shall be carefully backfilled with the excavated materials approved for backfilling , cons isting of earth , loam , sandy clay, sand , gravel , soft shale , or other approved materials , free from large clods of earth or stone . Rock , broken concrete , or pavement, and large boulders shall not be used as backfill material. The backfill shall be thoroughly compacted and evened with the adjacent soil level. B. Compact trenches in areas to be planted by thoroughly flooding the backfill. Compact all other areas by flooding or hand tamping . The jetting process may be used in areas when flooding . C . Backfill for all trenches , regardless of the type of pipe covered , shall be compacted to a minimum of 90% density. LANDSCAPE IRRIGATION SYSTEM 02810 -12 D. Any trenches improperly backfilled, or where settlement occurs, shall be reopened to the depth required for compaction, then refilled and compacted with the surface restored to the required grade and left in a completed surface condition as described above . E. Specifically tamp backfill under heads and around the flange of heads for one foot (1 ') by a suitable means after trench backfill has dried from flooding to prevent heads loosening in the ground. 3.14 FINAL ADJUSTMENT : A. After installation has been completed , make final adjustment of sprinkler system prior to Owner's Representative's final inspection . B. Completely flush system to remove debris from lines by removing nozzle from heads on ends of lines and turning on system . C. Check sprinklers for proper operation and proper alignment for direction of throw. D. Check each section for operating pressure and balance to other sections by use of flow adjustment on top of each valve . E. Check nozzling for proper coverage. Prevailing wind conditions may indicate that arc or angle of spray should be other than as shown on drawings. In this case, change nozzles to provide correct coverage and furnish record data to Owner's Representative with each change. F. After system is thoroughly flushed and ready for operation , each section of sprinklers shall be adjusted to control pressure at heads. Use the following method , one section at a time : 1. Remove last head on section and install a temporary riser above grade . Install tee with pressure gauge attached on top of riser and re -install head with nipple onto tee. 2. Correct operating pressure at last head of each section as follows : Spray Heads -30-35 psi. 3. After replacing head , at grade , tamp thoroughly around head. 4 . Drip zone valve pressure regulating devices shall be set at not to exceed 40 psi. 3.15 CLEAN-UP: A. The Worksite shall be thoroughly cleaned of all waste materials and all unused or salvaged materials, equipment, tools , etc . B. After completion of the work , areas disturbed shall be leveled and the Worksite shall be raked clean and left in an orderly condition . END OF SECTION LANDSCAPE IRRIGATION SYSTEM 02810 -13 SECTION 02900 -PLANTS PART I -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract , including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section . 1.02 DEFINITIONS A. Backfill : The earth used to replace or the act of replacing earth in an excavation . B. Duff Layer: The surface layer of native topsoil that is composed of mostly decayed leaves , twigs , and detritus. 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, moles , and mice), unwanted plants (weeds), fungi, bacteria , and viruses. G. Planting Soil : Standardized topsoil ; existing, native surface topsoil; existing , inplace 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. H. 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 . I. 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 . J. Subsoil : All soil beneath the topsoil layer of the soil profile , and typified by the lack of organic matter and soil organisms . K. 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 DESCRIPTION OF WORK A. General This section specifies requirements for landscaping as shown on drawings and as specified herein. B. Related Sections Section 02810: LANDSCAPE IRRIGATION SYSTEM PLANTS 02900 -1- 1.04 QUALITY ASSURANCE A. Source Quality 1. Provide plant materials conform ing grading code , for quality and size. Use only nursery-grown stock. 2 . Plants: subject to review by Landscape Designer at place of growth or storage yard and upon delivery for conformity to specifications . Such review shall not preclude right to review and of rejection during progress of work . B. Requirements of Regulatory Agencies 1. Perform work in accordance with all laws , codes and regulations required by authorities in furnishing , transporting and installing materials . 2. Certificates of inspection required by law for transportation shall accompany invoice for each shipment of plants . File copies of certificate with Landscape Designer after review of material. C . Continuous Superintendence 1. Have one person responsible for work specified in this section continuously on job site throughout installation. 2. Pesticide Applicator: State licensed , commercial. 1.05 SUBMITTALS A. Samples 1. Soil amendments with analysis prior to materials being brought on job site . 2. Submit photos of plants, 15 gallons and larger, from other than local nurseries , with person standing next to trees for scale. Label photo with following information: a . Botanical and Common Name b. Name, Location and Phone Number of Nursery c . Size of Container d. Trunk Height to Lowest Branching e . Caliper at 3'-0" from ground B. Invoices Copies of invoices for soil amendments, fertilizers and materials specified herein . Invoice shall contain job site name, job site address , contractor's name , materials delivered , quantities delivered and date . C. Soil Testing 1. Imported fill : provide soil analysis from composites of borrow area prior to delivery on job site . 2. Existing soil : provide soil analysis of representative samples from 2 locations on the job site , as determined by Landscape Designer. PLANTS 02900 -2- 3. Imported topsoil : provide soil analysis performed by a certified testing laboratory prior to delivery to job site. Identify source location, percentages of silt , clay, sand, organic matter, pH, mineral and plant nutrient content of soil. Soils unsuitable for planting will be rejected. 4. Provide soil analysis expressed in parts per million including the following: a. Organic Content b . Nitrogen c. Phosphorous d. Potassium e. Magnesium f . Calcium g. Sodium h. Sulfur i. Zinc j . Manganese k . Copper I. Iron m . Boron n.pH o. ECe Analysis: performed by certified testing laboratory. Soils deemed unsuitable for planting will be rejected. 5. Suitability of soil and chemical deficiencies will be determined by Landscape Designer. Deliver test results to Landscape Designer. 6. Soil under previous building or parking areas: tests at surface and six inches below grade by germinating radishes or annual rye grass. If germination fails , remove sterilized soil and place topsoil. 7. Test for percolation : dig a minimum of three, 3'-0" deep holes in planting areas and fill with water. Record amount of time it takes for water to percolate. Deliver results to Landscape Designer. 1 .06 DELIVERY, STORAGE AND HANDLING A. Furnish standard products in manufacturer's containers bearing original labels showing quantity, analysis and name of manufacturer. B. Deliver plants in closed trucks or wrap specimens to prevent windburn. Windburned plants will be rejected . C. Provide protection for plants and products from weather conditions or other adverse conditions. D. Deliver plants with legible identification labels . Label trees, bundles of containers of like shrubs, and groundcover plants. Use durable waterproof labels with water resistant ink which will remain legible for at least sixty (60) days. E. Lift plants by container only. Plants with broken limbs, loose root balls, or loose trunks will be rejected. F. Provide 48-hour advance notification of delivery schedule so material may be reviewed upon arrival at job site . Remove unacceptable material from the job site immediately. G. Deliver pesticides and soil fumigants to job site in original unopened containers. Containers that do not have legible label that identifies Environmental Protection Agency and State registration number, and manufacturer's registered uses will be rejected. Poison may be used only with approval. H. Do not store soil sterilant and pesticides with other landscape materials. Store in I ocked separate structure or vehicle. PLANTS 02900 -3- 1.07 JOB CONDITIONS A. Existing conditions: base bids on following conditions: 1. That existing ground elevations will be brought to elevations indicated on grading plan. 2. That no pipes or artificial obstructions, other than those indicated will be encountered . Notify Landscape Designer if unforeseen obstructions are encountered . 3. That soil unsuitable for plant growth will be encountered and will be removed to depth of 6 inches. B. Coordination Coordinate and cooperate with other Contractors to enable work to proceed as rapidly and efficiently as possible . C. Cleanup 1. Keep areas clean , neat and orderly. 2. Clean paved surfaces at the end of each day. 3. Remove deleterious materials and debris prior to Maintenance Period. 1.08 SUBSTITUTIONS A. Locate plants as soon as job is awarded. 1. Inform Landscape Designer of unavailable plants at least two weeks prior to anticipated planting. 2. Be prepared with suggested available alternates and price difference. B . Landscape Designer will select substitutes. 1.09 GUARANTEE A. Plants 15 gallons and larger for one (1) year after Final Acceptance. Replace dead plants and plants not in vigorous, thriving condition as soon as weather permits and on notification by Landscape Designer. Replace plants which have partially died, thereby damaging shape , size or symmetry. B. Replace with same kind and sizes as originally planted , at no cost to client. Provide one (1) year guarantee on replacement. Protect irrigation system and other piping, conduit or other work during replacement. Repair damage immediately at no cost to client. C . 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 . b . Structural failures including plantings falling or blowing over from natural disasters. PLANTS 02900 -4- 2 . Warranty Periods from Date of Substantial Completion: a . Trees, Shrubs, Vines, and Ornamental Grasses less than 15 gallon in size : six months. b . Ground Covers , Biennials, Perennials, and Other Plants : Six months. PART II -PRODUCTS 2 .1 TOPSOIL A. Provide topsoil which is fertile, friable , natural loam , surface soil , reasonably free of subsoil , clay lumps, brush , litter, roots, stumps , weeds and stones larger than 5cm in any dimensions . Because some herbicides are non-selective and have a long residual life in the soil, it should be determined if the topsoil to be used was recently treated with herbicide , the herbicide material , rate of application and number of times applied should be determined before the soil is delivered. If the herbicide material is one that will affect the growth of grass , the soil will be rejected . B . All topsoil shall be tested as outlined in Section 02900 1.3 Quality Assurance. C . Use of Sterilants -the landscape contractor shall assume full responsibility for a[ly loss or damage to site arising from improper use of sterilants or due to his failure to allow sufficient time to permit dissipation of toxic materials, whether or not such sterilants are specified herein . D. Soil Amendments 1. Ground Limestone -Containing not less than 85% of total carbonates and ground to such fineness that 50% will pass through a 100-mesh sieve and 90% will pass through a 20-mesh sieve. (Meshes/lineal inch) 2. Aluminum Sulfate -Commercial grade . 3 . Organic Material -Decomposed Rice Hulls or Compost -weed and seed free . 4 . Bone meal -Commercial , raw , finely ground ; 4% nitrogen and 20% phosphoric acid . 5 . Superphosphate -Soluble mixture of treated minerals; 20% available phosphoric acid. 6 . Sand -Clean, washed sand, free of toxic materials . 7 . Perlite -Conforming to National Bureau of Standards PS 23 . 8 . Vermiculite -Horticultural grade, free of toxic substances . 9. Mulch -Premium grade pine bark 1 - 1 '1/2" diameter, furnish in bags or bulk . Southland Pine Bark Soil Conditioner or approved alternate (Southern Imports (336) 294-4521 ). 2 .3 LIGHTWEIGHT SOILLESS MEDIA A. System Description : Stalite premixed Intensive Green Roof Media containing the components below: Estimated weight of 50% Stalite 3/8 " Expanded Slate: 10% Sta lite Fines : 25% USGA Root Zone Sand : 15% compost 1 cubic foot saturated (not drained) ................. 91 to 96 pounds per cubic foot 1 cubic foot tamped damp: ............................. 68 to 72 pounds per cubic foot PLANTS 02900 -5- 1 cubic foot tamped , wet and drained : ............. 78 to 81 pounds per cubic foot B. ACCEPTABLE MANUFACTURERS AND SUPPLIERS Carolina Stalite Company, Chuck Friedrich, RLA , ASLA PO Box 1037 Salisbury, NC 28145 (800) 898-3772 C . PRODUCTS a. Stalite Intensive Green Roof Media Stalite 3/8 " Expanded Slate 50%* Stalite Fines 10% USGA Root Zone Sand 25% Approved Compost 15% b. The Structural Fill shall be Stalite 5/16" graded Expanded Slate Lightweight Aggregate. c. 3/8 " -#8 Stalite Rotary Kiln Expanded Argillitic Slate (5/16 ") 1. ASTM C29 Unit Dry Weight loose (55 lb./cf to 65 lb./cf) 2 . ASTM C127 Specific Gravity: 1.45 to 1.80 ,SSD 3 . ASTM C330 : ASTM Gradation 3/8" -#8 size 3/8 " -#8 Sieve Size % Passing 1/2" 100 3/8 " 80 -100 #4 5 -40 #8 0 -20 #160-10 4. Absorption (ASTM C127) No more than 12% 5 . The expanded slate must contain no clay lumps or any organic impurities . 6 . Fine Fraction Sieve Size % Retained #4 0-3% #8 15-30% #16 45-60% #30 60-70% #50 75-83% #100 83-86% Fine Material 2.78-3 .32 % passing #100 d -USGA Root Zone Sand 1. Grain Size Distribution (ASTM C136-95A) Sieve Size % Retained on Sieve 2 .00 mm <3% 1-2 mm 10% max PLANTS 02900 -6- 0.5 -1 mm 45% max .25 -.5 mm 35% -75% .15 -.25 mm 15% max .05-.15 mm 5% max e-Organic Component 1. Humus material shall have an ash content of no less than 8 percent and no more than 40 pe rcent. 2. The pH of the organic matter shall be between 5.5 and 7.5 3. The salt content shall be less than 10 millimho/cm at 25 degrees C, (Ece<10) on a saturated paste extract. 4. Boron content of the saturated extract shall be less than 1.0 part per million . 5. Silicon content (acid -insoluble ash) shall be less than 30 percent. 6. Types of acceptable composted products can be derived from the following feed stocks: manures , mushroom composts , straw , alfalfa , yard wastes , low in salts , low in heavy metals , free from weed seeds , free of pathogens and other deleterious materials . 7 . Composted wood products are conditionally acceptable (stable humus must be present). 8 . Sludge-based materials are not acceptable including municipal sewage sludge bio -solids . 9 . The organic amendment must have a Carbon/Nitrogen ratio of <25:1. 10. The compost shall be aerobic without malodorous presence of decomposition products . 11 . From 75 to 100 percent organic amendment particles shall pass the 2.0 mm sieve size and from 50 to 80 percent shall pass the 1.0 mm sieve. 12 . Maximum total permiss ible pollutant concentrations (heavy metals) in the organic amendment shall not exceed the following parts per million (dry weight) concentrations for constituents listed . Arsenic: 20 Cadmium: 15 Chromium : 300 Cobalt 50 Copper 100 Lead 200 Mercury: 10 Molybdenum: 60 Nickel 100 Selenium 30 Silver: 10 Vanadium: 50 Zinc : 250 13. From 45 to 65 percent moisture measured via wet-we ight basis . 14. Free of stones , deb ri s , plant material. PLANTS 02900 -7- 15 . Organic amendment must test between 5 to 8 on Solvita Maturity Test D. INSTALLATION 1. The contractor shall obtain necessary approvals before placing the material. 2 . The paving contractor shall use adequate numbers of skilled workmen who are thoroughly trained in the necessary crafts and are completely familiar with the specified requirements and methods needed for proper performance of the work in this section. 3. The contractor must provide access for and cooperate with the testing laboratory. 4 . Adequacy of the final compaction of all elements requiring compaction shall be determined in the field, by the engineer, to achieve the minimum specified compaction level. 5. Compaction of fine fill : a . Adequacy of the final compaction shall be determined in the field by the engineer to achieve compaction b. The Structural Fill shall be placed in approximately one foot uniform lifts over drainage board over the specified area of project and compact each lift. c. Use of portable vibratory plate compacting machine (Recommended). Place fill in horizontal lifts not exceeding 12 inches of compacted depth . Use a minimum of two passes, of not less than 10 seconds per pass , before moving the vibratory plate to the next adjacent location. Additional passes may be required and should be determined in the field by the engineer to insure stability of the layer. Continue placing and compacting 12 " lifts until the specified depth is reached . d. Use of vibratory steel roller for larger areas. For large spaces, a vibratory steel roller weighing no more than 12 tons static weight can be used . Horizontal lifts should not exceed 12" compacted. The minimum number of passes is two and maximum number is four. Additional passes may be required and should be determined in the field by the engineer to insure stability of the layer. 6. Place the growing media directly on the surface of the fill, no fabric is necessary. 2.4 FILTER FABRIC A. Product #US 670 manufactured by U.S . Fabrics, Inc. A woven calendared monofilament filtration geotextile made of 100% polypropylene yarn with a percent open area of 4-6%. Or approved equivalent as manufactured by: U. S. Fabrics, Inc. 3904 Virginia Ave. Cincinatti, OH 45227 Phone: (513) 271-6000 2.5 GEOFOAM FILL A. Provide termite resistant lightweight expanded polystyrene geofoam which has been manufactured and installed to withstand loads of planted material and soilless media and to maintain performance criteria stated by manufacturer without defects, damage or failure. PLANTS 02900 -8- B. American Society for Testing and Materials (ASTM}: ASTM D 6817 -Standard Specification for Rigid , Cellular Polystyrene Geofoam . a . Expanded Polystyrene Block : R-Control Perform Guard Geofoam . Expanded polystyrene block shall be "R-Control Perform Guard Geofoam " as manufactured by an R-Control Building Systems Licensed Plant Facility. b. The EPS Block shall conform to ASTM D-6817 and shall be of a type and density appropriate to the installation, as approved by the landscape designer, architect , and structural engineer. C. Treatment -All EPS blocks shall be treated by the manufacturer with a tested and proven termite treatment for below grade applications and comply to all of the requirements of the ICC ES EG239 - Evaluation Guideline for Termite-Treated Foam Plastics. The termite treatment agent shall be an EPA registered material labeled for use with Foam Plastic . D. AFM GeoGripper Plates: GeoGripper plate shall be used to restrain Geofoam from moving laterally in layer over layer applications. The GeoGripper plate shall be manufactured by AFM R-Control Building Systems . The plate shall be made of galvanized steel with two-sided multi-barbed design capable of piercing geofoam. Each plate shall be capable of a lateral holding strength of 60 lbs . It is the responsib ility of the designer/applicator to determine the load requirement of the project for determining the number of AFM GeoGripper Plates needed. However, two plates for each 4 ' x 8' section of EPS block is a minimum recommendation. E. Manufacturer: R-Control Build ing Systems . 211 River Ridge Circle , #102 , Burnsville , MN 55337 Telephone: (800)255-3908 , (952) 474-0809 Fax : (952) 474-2074. F. Substitutions made only at the approval of landscape designer, architect, and structural engineer. 2.6 PLANT MATERIALS A. Quality -Provide trees , shrubs , and other plants of size , genus species and variety shown and scheduled for landscape work and complying with recommendations and requirements of ANSI Z60.1 "American Standard for Nursery Stock", latest edition or approved equivalent. B. Plants 1. Provide plants typ ical of their species or variety with normal , densely developed branches and vigorous , fibrous root systems. Provide only sound , healthy, vigorous plants free from defects , disfiguring knots, sun scald injuries , frost cracks, abrasions of the bark , plant diseases , insect eggs , borers , and all forms of infestation. All plants shall have a fully developed form without voids and open spaces . Plants held in storage will be rejected if they show signs of growth during storage. Dig balled and burlapped plants with fi rm , natural balls of earth of sufficient diameter and depth to encompass the fibrous and feeding root system necessary for full recovery of the plant. Provide ball sizes complying with the latest ed ition of the "American Standard fo r Nursery Stock" or approved equivalent. Cracked or mushroomed balls will not be acceptable . 3 . Container grown stock shall not be pot bound or loose in the container. Plants specified by container size shall have a fully developed root system related to the si ze of the container. 4 . Plants planted in rows shall be matched in form. PLANTS 02900 -9- 5. Plants larger than those specified in the plant list may be used when acceptable to the Landscape Designer, at no additional cost. 6. If the use of larger plants is accepted , increase the spread of roots or root ball in proportion to the size of the plant. 7. The height of the trees , measured from the crown of the roots to the top of the top branch, shall not be less than the minimum size in accordance with the caliper of tree indicated on the Plant List and its corresponding height per ANSI Z60.1-2004 . 8. No pruning wounds shall be present with a diameter of more than 2.5cm and su ch wounds must show vigorous bark on all edges . 9. Shrubs and small plants shall meet the requirements for the container or rootball size indicated on the Plant List and corresponding spread and height in ANSI Z60.1 -2004. 10 . The measurements for height shall be taken from the ground level to the average height of the top of the plant and not the longest branch in accordance with ANSI Z60.1-2004 . 11 . Single stemmed or thin plants will not be accepted. 12. Side branches shall be generous , well-twigged , and free from dead wood , bruises , or other root or branch injuries . C. Deciduous Trees 1. Provide trees of height and caliper scheduled , or shown , and with branching configuration recommended by ANSI Z60.1 for type and species required. Prov ide single stem trees except where special forms are shown or listed. Trees that have the main trunk forming a "Y" shape are not acceptable. 2 . Provide balled and burlapped (B&B) deciduous trees . D. Groundcover 1. Provide plants established and well rooted in removable containers or integral peat ·pots and with not less than minimum number and length of runners required by ANSI Z60 .1 for the pot size shown or listed . 2.7 MISCELLANEOUS LANDSCAPE MATERIALS A. Anti-Desiccant 1. Emuls ion type, film-forming agent designed to permit transpirat ion but retard excessive loss of moisture from plants . Deliver i n manufacturer's fully identified containers and mixed and applied in accordance with manufacturer's instructions . B. Pre -Emergent 1. Granular application of weed control compound "Preen " or approved equal. C . Tack ifier 1. Liquid concentrate diluted with water , forming a transparent , 3-dimensional, film -like crust , permeable to water and a ir, and contain ing no agents toxic to seed germ ination . PLANTS 02900 -10- D. Stakes and Guys 1. Provide stakes and deadmen of sound new hardwood , treated softwood, or cedar , free of knot holes and other defects . Provide wire ties and guys of 2-strand , twisted, pliable galvanized iron wire not lighter than 12 ga. With zinccoated turnbuckles not less than 15cm in length. Provide not less than 1.5cm d iameter reinforced black rubber hose, cut to required lengths , to protect tree trunks from damage by wires. F. Water 1. Free of substances harmful to plant growth. Hoses or other methods of transportation to be furnished by contractor. G. Drainage Mat and Waterproofing 1. Products : MM 6125-FR , Hydroflex RBII, Hydrodrain 300 . No substitutions unless approved by landscape designer and architect. a. All components must be obtained as a single-source from the membrane manufacturer to ensure total system compatibility and integrity. Manufacturer: American Hydrotech, Inc. 303 East Ohio Street Chicago , Illinois 60611-3318 800-877-6125 or 312-337-4998 FAX : 312-661-0731 Web Site: http://www.hydrotechusa.com b. Prefabricated Drainage Course (If required, consult Hydrotech) A composite drainage system consisting of a three-dimensional , crushproof, drainage core and a filter fabric. -American Hydrotech , Inc., Hydrodrain D 300 c. Surface Conditioner: Asphaltic surface conditioner for concrete surfaces meeting ASTM 041 -American Hydrotech, Inc ., Surface Conditioner d . Separation/Root Barrier Protection Course : a 160-mil (4 mm) thick polyester reinforced , modified asphalt sheet with granular surface and root inhibiting additive. -American Hydrotech , Inc ., Hydroflex o RB II e. Water Retention Mat (If required , consult Hydrotech): Non-woven, synthetic fiber mat capable of retaining additional moisture for potential use by vegetation. -American Hydrotech, Inc ., Moisture Mat 4 . Quality Assurance : The Roofing/Waterproofing Contractor shall demonstrate qualifications to perform the work of this Section by submitting the following documentation : Certification or license by the membrane manufacturer as a locally based , authorized applicator of the product the installer intends to use , for a minimum of five (5) years . List of at least three (3) projects , satisfactorily completed within the past five (5) years, of similar scope and complexity to this project. Previous experience submittal shall correspond to specific membrane system proposed for use by applicator. a. Installation and application as specified by manufacturer. The Application of the membrane shall not commence nor proceed during inclement weather . All surfaces to receive the membrane shall be free of water, dew, frost , snow and ice. PLANTS 02900 -11- b. Application of membrane shall not commence nor proceed when t he ambient temperatu re is below 0°F (-17 .?°C). c. Preparation and application of membrane must be conducted in well ventilated areas . d. Over its service life , do not expose membrane or accessories to a constant temperature in excess of 180 °F (82 °C) (i.e ., hot pipes and vents or direct steam venting , etc .). e. Adhes ives contain petroleum distillates and are extremely flammable . Do not brea t he vapors or use near an open fire . Do not use in confined areas without adequate vent ilation . Consult container or packaging labels and Material Safety Data Sheets (MSDS) for specific safety information. f . Do not allow waste products (petroleum , grease , oil , solvents , vegetable or mineral oil , animal fat , etc .) to come in contact with the roof membrane. Any exposure to foreign materials or chemical discharges must be presented to membrane manufacturer for evaluation to determine any impact on the roof membrane assembly performance. 5 . Warranty : Upon completion of the work, the cont ractor must supply the owner with a single-source warranty of U .S . origin direct from the manufacturer. Each warranty varies in scope and terms . Contact Hydrotech for exact warranty terms and conditions to meet the specific project requirements. PART Ill -EXECUTION 3.1 INSPECTION A . Examine proposed planting areas and conditions of installations. Notify Construction Manager and Landscape Designer immediately of any unsatisfactory condit ions . Do not start planting work until unsatisfactory conditions are corrected . 3.2 PREPARATION A. Time of Planting 1. Evergreen material -Plant evergreen materials while dormant or in Spring before new growth begins. If project requirements requ ire planting at other times , plants shall be sprayed with ant i-des iccant prior to planting operations 2 . Deciduous Material a. Plant deciduous materials in a dormant condition. If deciduous trees are planted in-leaf, they shall be sprayed with an anti-des iccant prior to planting operation . b. Planting times , other than those indicated , must be approved by the Landscape Designer. c. Planting shall be performed only by experienced workmen familiar with plant ing procedures under the supervision of a qualified supervisor. d . Layout indiv idual tree and shrub locations and areas for multiple plant ings . Stake locat ions and outline areas and secure Landscape Designers acceptance before start of planting work. Make minor adjustments as necessary. F. Excavation for Trees PLANTS 02900 -12- 1. Excavate pits and beds with vertical sides and with bottom of excavation slightly raised at the center to provide proper drainage. 2. For balled and burlapped (B&B) trees, make excavations at least two times the width of the ball diameter and equal to the ball depth, plus following allowance for setting of ball on a layer of compacted backfill. 3. Fill excavations for trees with water and allow to percolate out before planting . If proper drainage does not occur, notify Construction Manager and Landscape Designer. 3.3 PLANTING A. Planting Trees 1. Set balled and burlapped (B&B) stock on layer of lightly compacted planting soil mixture, plumb and in center of pit or trench with top of ball at same elevation as adjacent finished grades (slightly higher if settling is anticipated). Remove bur lap from top and sides of balls, retain bottoms. Remove wire basket from ball of trees and save . When set, place additional backfill around base and sides of ball , and work each layer to settle backfill and eliminate voids and air pockets. When excavation is approximately 2/3 full , water thoroughly before placing remainder of backfill. Repeat watering until no more is absorbed . Water again after planting final layer of backfill. No filling will be permitted around trunks or stems . Do not use frozen or muddy mixtures for backfilling. 2 . Set container grown stock as specified for balled and burlapped stock . Remove cans with an approved can cutter: remove wooden box . 3 . Dish top of backfill to allow for mulching and retention of water. 4. Apply anti-germination/weed control in recommended amounts prior to mulching. 5. Mulch pits, trenches and planted areas. Provide not less than the following thickness of mulch immediately after planting . Thoroughly water mulched areas . After watering, rake mulch to provide a uniform finished surface. a. Provide 3-inch thickness of mulch for trees. b. Provide 2-inch thickness of mulch for groundcovers. 6. Apply anti-dessicant using power spray to provide an adequate film over trunks, branches stems , twigs and fol iage . 7. Groundcover is to be treated with anti-desiccant in the first winter growing season. B. Planting Groundcover 1. Space Plants a. Space groundcover plants in accordance with indicated dimensions . Adjust spacing as necessary to evenly fill the planting bed with the indicated quantity of plants. Plant to within 60 inches of the trunks of trees and shrubs. b. Space groundcover not more than 12 inches o.c. unless otherwise indicated on plant schedule . c . Mulch area between groundcover plants : place not less than 2 inches thick. PLANTS 02900 -13- 2. Prune a. Unless otherwise directed by the Landscape Designer, do not prune ; only prune to remove injured or dead branches if any exist. b. Remove and replace excessively pruned or mis-formed stock resulting from improper pruning . C. Staking and Guying 1. Stake/guy all trees immediately. 2. All work shall be acceptable to Landscape Des igner. 3 .5 MAINTENANCE A. Begin maintenance immediately after planting. B. Maintain trees, shrubs and other plants until final acceptance but in no case less than the following period : 60 days for trees shrubs and ground cover. C . Maintain trees, shrubs , and other plants by pruning , cultivating and weeding as required for healthy growth . Restore planting saucers. Tighten and repair stakes and guy supports and reset trees and shrubs to proper grades or vert ical position as required . Restore or replace damaged wrapping . Spray as required to keep trees and shrubs free of insects and disease . Re-set settled plants to proper grade and position . Remove dead material. Water trees , plants , ground cover beds with in the first 24 hours of init ial planting and not less than twice per week until final acceptance. 3.6 CLEANUP AND PROTECTION A. During landscape work , keep pavements clean and work area in an orderly condition. B. Protect landscape work and materials from damage due to landscape operations , operations by other contractors and trades and trespassers. Mainta in protection during installation and maintenance periods . Treat , repair , or replace damaged materials resulting from plant ing operat ions. Remove from site all excess materials , soil , debris and equipment. 3.7 INSPECTION AND ACCEPTANCE A. When the landscape work is completed , including maintenance , the Landscape Designer w ill , upon request, make an inspection to determine acceptability. Provide notification at least 10 working days before requested inspection date . B. Planted areas will be accepted provided all requirements , including maintenance, have been complied with and plant materials are alive and in healthy, vigorous condition . C. Where inspected landscape work does not comply with requ irements , replace rejected work and continue specified maintenance until re-inspected by Landscape Designer and found to be acceptable . Remove rejected plants and materials promptly from project site. D. Upon final acceptance , the Owner w ill assume plant maintenance . END OF SECTION PLANTS 02900 -14- SECTION 02910 · LANDSCAPE EDGING PART 1 GENERAL 1.01 SUBMITTAL$ A. Product Data : Catalog cuts , specifications and installation instructions for steel edging . B. Samples : 12 inches long, full section of edging . PART 2 PRODUCTS 2.01 STEEL EDGING A. Steel Edging : Standard commercial-steel edging , rolled edge, fabricated in sections of standard lengths, with loops 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 include, but are not limited to , the following : a. Border Concepts , Inc. b. Collier Metal Specialties, Inc . c. Russell , J . D. Company (The). d. Sure-Loe Edging Corporation . 2. Basis-of-Design Product: Subject to compliance with requirements, provide Border Concept's Steel Edging or comparable product by one of the following: a . Collier Metal Specialties , Inc. b . Russell , J. D . Company (The}. c. Sure-Loe Edging Corporation . 3. Edging Size : 1/4 inch wide by 5 inches deep 4. Stakes : Tapered steel , a minimum of 15 inches 5. Accessories: Standard tapered ends , corners, and splicers. 6. Finish: Unfinished . Paint Color: no paint. PART 3 EXECUTION 3.01 EXAMINATION A.Examine areas to receive exterior plants for compliance with requirements and conditions affecting installation and performance . B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Protect structures , utilities, sidewalks, pavements , and other facilities , and lawns and existing exterior plants from damage caused by planting operations. LANDSCAPE EDGING 02910 -1- B. Provide 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. 3 .03 INSTALLATION A . Install steel edging true to line and grades indicated. Set top of edging flush with finished grade . B. Drive steel stakes through slots punched in steel edging . Set top of stake 1/2 inch min below top of edging . C. Patch asphalt cut for installation of edging and/or reseed lawn areas. Restore such areas to their original condition. 3.04 CLEANUP AND PROTECTION A. During planting, keep adjacent paving and construction clean and work area in an orderly condition. 3.05 DISPOSAL A. Disposal : Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris , and legally dispose of them off Owner's property. END OF SECTION LANDSCAPE EDGING 02910 -2- SECTION 02920 · TEMPORARY TREE AND PLANT PROTECTION PART 1 · GENERAL 1.01 SUMMARY A. Section includes general protection and pruning of existing trees and plants that are affected by execution of the Work , whether temporary or permanent construction . 1.02 DEFINITIONS A. Protection Zone: Area surrounding individual trees , groups of trees, shrubs, or other vegetation to be protected during construction, and as indicated on drawings outside of the critical root zones of all trees to remain and labeled as protected . 1.03 DESCRIPTION OF WORK A. General This section specifies requirements for landscaping as shown on drawings and as specified herein . B. Related Sections Section 02810 : LANDSCAPE IRRIGATION SYSTEM Section 02900 : PLANTS 1.04 SUBMITTALS A. Product Data : For each type of product indicated. B. Samples : For each type of protection zone fencing and protection-zone signage . C . Tree Pruning Schedule : Written schedule detailing scope and extent of pruning of trees to remain that interfere with or are affected by construction . D. Cert ification : From arborist , certifying that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged. E. Maintenance Recommendations: From arborist , for care and protection of trees affected by construction during and after completing the Work . F. Existing Conditions: Documentation of existing trees and plantings indicated to remain , which establishes preconstruction conditions that might be misconstrued as damage caused by construction activities . 1.05 QUALITY ASSURANCE A. Arborist Qualifications: Certified Arborist as certified by ISA, licensed arborist in jurisdiction where Project is located , current member of ASCA , or registered Consulting Arborist as designated by ASCA. B . Preinstallation Conference : Conduct conference at project site . TEMPORARY TREE AND PLANT PROTECTION 02920 -1- 1.06 PROJECT CONDITIONS A. The following practices are prohibited within protection zones : 1. Storage of construction materials , debris , or excavated material. 2 . Parking vehicles or equipment. 3. Foot traffic. 4 . Erection of sheds or structures . 5. lmpoundment of water. 6 . Excavat ion or ot her digging unless otherwise indicated. 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated . B. Do not direct veh icle or equipment exhaust toward protection zones. C . Prohibit heat sources , flames , ignition sources , and smoking within or near protection zones and organic mulch . PART 2 -PRODUCTS 2.01 MATERIALS A. Protection-Zone Fencing : Fencing fixed in pos ition and meeting the following requirements. 1. Plastic Protection-Zone Fencing : Plastic construction fencing constructed of high-density extruded and stretched polyethylene fabric w ith 2-in c h maximum opening in pattern and supported by tubular or T- shape galvanized-steel posts spaced not more than 6 feet apart . High-visibility orange color , nonfading. 2 . Height of Fencing : at least 3 feet in height. 3. Gates : Swing access gates matching material and appearance of fenc ing, to allow for maintenance activities w ithin protection zones . B. Protection-Zone Signage : Shop-fabricated , rigid plastic or metal sheet w ith attachment holes prepunched and reinforced; legibly printed with nonfading lettering , attached to fencing at 15 foot intervals. Fencing signage shall state "Tree Protection Area" and shall remain in place throughout all grading and construction activ ities. PART 3 -EXECUTION 3.01 EXAMINATION AND PREPARATION A. Erosion and Sedimentation Control : Examine the site to verify that temporary erosionand sedimentation-control measures are in place . Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. B . Protect tree root systems from damage caused by runoff or spillage of nox ious materials while mixing , placing, or storing construction materials. Protect root systems from ponding , eroding , or excessive wetting caused by dewatering operations . 3 .02 PROTECTION ZONES A. Protection-Zone Fencing: Install protection-zone fencing along edges of protection zones in a manner that w ill prevent people from easily entering protected area except by entrance gates . TEMPORARY TREE AND PLANT PROTECTION 02920 -2- 1. Posts: Set or drive posts into ground one-third the total height of the fence without concrete footings . Where a post is located on existing paving or concrete to remain , provide appropriate means of post support acceptable to Architect/Engineer. 2 . Access Gates : Install if needed at direction of Owner's Representative . B. Protection-Zone Signage : Install protection-zone signage in vis ibly prominent locations in a manner approved by Architect/Engineer. C . Repair or replace trees , shrubs , and other vegetation indicated to rema in or be relocated that are damaged by construction operations , in a manner approved by Architect/Engineer. D. Maintain protection-zone fencing and s ignage in good condit ion as acceptable to Arch itect/Engineer and remove when construction operations are complete and equipment has been removed from the s ite . 3.03 EXCAVATION A . General: Excavate at edge of protection zones and for trenches indicated within protection zones according to requirements in Divis ion 31 Section "Earth Moving ." B. Trenching near Trees: Where utility trenches are required within protection zones , hand excavate under or around tree roots or tunnel under the roots by drilling , auger boring , or pipe jacking . Do not cut main lateral tree roots or taproots ; cut only smaller roots that interfere with installation of utilities. Cut roots as required for root pruning . C . Do not allow exposed roots to dry out before placing permanent backfill. 3 .04 ROOT PRUNING A . Prune roots that are affected by temporary and permanent construction . Prune roots as follows : 1. Cut roots manually by digging a trench and cutting exposed roots with sharp pruning instruments ; do not break, tear , chop , or slant the cuts. Do not use a backhoe or other equipment that rips , tears , or pulls roots . 2. Temporarily support and protect roots from damage until they are permanently covered with soil. 3 . Cover exposed roots with burlap and water regularly . 4 . Backfill as soon as possible according to requirements in Division 31 Section "Earth Moving ." B. Root Pruning at Edge of Protection Zone: Prune roots by cleanly cutting all roots to the depth of the required excavation . C . Root Pruning within Protection Zone: Clear and excavate by hand to the depth of the required excavation to minimize damage to root systems . Use narrow-tine spading forks , comb soil to expose roots, and cleanly cut roots as close to excavation as possible . 3 .05 CROWN PRUNING A. Prune branches that are affected by temporary and permanent construction . Prune branches as follows : TEMPORARY TREE AND PLANT PROTECTION 02920 -3- 1. Prune trees to remain to compensate for root loss caused by damaging or cutting root system . Provide subsequent maintenance during Contract period as recommended by arborist. 2. Pruning Standards : Prune trees according to ANSI A300 {Part 1 ). 3. Cut branches with sharp pruning instruments ; do not break or chop . 4 . Do not apply pruning pa i nt to wounds. B. Chip removed branches and spread on site around existing trees to rema in. 3.06 REGRADING A. Lowering Grade : Where new finish grade is i ndicated below existing grade around trees, slope grade beyond the protection zone . Maintain existing grades within the protection zone . B. Raising Grade : Where new finish grade is indicated above ex isting grade around trees , slope grade beyond the protection zone . Maintain existing grades within the protection zone . C . Mi nor Fill within Protection Zone : Where ex isting grade is 2 inches or less below elevat ion of finish grade , f i ll with topsoil. Place topsoil in a single uncompacted layer and hand grade to required fi nish elevations . 3.07 FIELD QUALITY CONTROL A. Inspections: Engage a qualified arborist to direct plant-protection measures in the vicinity of trees, shrubs , and other vegetation indicated to remain and to prepare inspection reports. 3 .08 REPAIR AND REPLACEMENT A. General : Repair or replace trees , shrubs , and other vegetat ion indica ted to remain or be relocated that are damaged by construction operations , in a manner approved by Architect/Engineer. · 1. Have arborist perform the root cutt ing , branch prun ing , and damage repa ir of trees and shrubs . 2. Treat damaged trunks , limbs , and roots according to arborist's written instructions . 3. Perform repairs within 24 hours. 4 . Replace vegetation that cannot be repaired and restored to full-growth status , as determined by Architect/Engineer. 3 .09 DISPOSAL OF SURPLUS AND WASTE MATERIALS A . Disposal : Remove excess excavated material , displaced trees , trash and debris END OF SECTION TEMPORARY TREE AND PLANT PROTECTION 029 20 -4- SECTION 03300 -CAST -IN-PLACE CONCRETE PART 1 -GENERAL 1.01 SCOPE OF WORK A. Concrete Sidewalk B. Concrete Handicap Ramps C. Picnic Table Slabs D. Playground Edging E. Concrete Walls and Footings 1.02 QUALITY ASSURANCE Reference Specifications : The work under this division of the Specifications shall conform generally to the requirements of Item 314 -"Concrete Pavement", Item 406 -"Concrete for Structures", and Item 410 -"Concrete Structures" of the City of Fort Worth's Standard Specifications for Street and Storm Drain Construction. PART 2 -MATERIALS 2.01 FORMS Forms shall be of ample strength , adequately braced , joined neatly and tightly and set exactly to established line and grade . 2.02 REINFORCING MATERIALS Reinforcing Bars: Reinforcing bars shall be round deformed bars meeting the requirements of the current standard Specifications for Intermediate Grade Billet Steel Concrete Reinforcing Bars of the A.S .T .M. Designation A-615 . Reinforcing bars at the time the concrete is placed shall be free from rust, scale or other coatings that will destroy or reduce the bond. General reinforcing bars shall be number three bars spaced 18 inches on center in walks and 12 inches in slabs as shown on Plans . 2.03 CONCRETE MATERIALS A. Cement: Portland cement shall meet the requirements of A.STM. Specifications Designation C-150 and shall be Type 1. B. Aggregates: Concrete aggregates shall consist of gravel or crushed stone and shall be free from any excess amount of salt, alkali , vegetative matter or other objectionable materials. The aggregate shall be well graded from fine to course and the maximum size shall be one inch . Fine aggregate shall consist of sand C. Water: Water used in mixing concrete shall be clean and free from deleterious amounts of acids , alkalies, vegetative matter or organic material. The concrete shall be mixed in an approved batch mixer . The mixing time shall not be less than one minute after all the batch materials are in the mixer. Cement content shall be not less than five sacks per cubic yard of concrete and shall have a minimum 28 day compressive strength of 3 ,000 psi. D. Mixing : Transit mixed concrete shall meet all the requirements for concrete as specified above . Sufficient transit mix equipment shall be assigned exclusively to the project as required for continuous pours at regular intervals without stopping or interrupting. Concrete shall not be placed on the job after a period of 1 1/2 hours after the cement has been placed in the mixer . CAST-IN-PLACE CONCRETE 03300 -1 - 2 .04 RELATED MATERIAL A. Expansion Joint Filler: Expansion joint material shall be one inch clear heart redwood with cap and paved cross section as shown on the plans B. Dowels: Dowels for expansion joints shall be number four smooth round steel bars with expansion tubes as shown on Plans. Dowels shall be placed eighteen inches on center or as shown on Plans . C. Curing Compound : The membranous curing compound shall comply with the requirements of A.S.T.M., Designation C-309 , Type 2, white pigmented . D . PVC Sleeves : The Contractor shall furnish and install four inch class 200 PVC pipe sleeves under concrete walk as shown on plans and details . E. Caulking and Sealants -See Section 07920 2 .05 CONCRETE MIX DESIGN AND CONTROL A . Mix Design : The concrete shall contain not less than five sacks of cement per cubic yard. Total water shall not exceed seven gallons per sack of cement. The mix shall be uniform and workable. The amount of course aggregate (dry-loose volume) shall not be more than 85 percent per cubic yard of concrete . The net amount of water will be the amount added at the mixer plus the free water in the aggregate or minus the amount of water needed to compensate for absorption by the aggregates. Free water or absorption determinations will be based on the condition of the aggregates at the time used. The absorption test will be based on a thirty minute absorption period. No water allowance will be made for evaporation after batching . B. Slump: When gauged by the standard slump test , the settlement of the concrete shall not be less than 3 inches nor more than 5 inches, unless otherwise indicated . C. Quality: The concrete shall be designed for a minimum compressive strength of 3 ,000 pounds per square inch at the age of twenty-eight days using a 5 sack mix. D. Control-Submittal : Within a period of not less than ten days prior to the start of concrete operations, the Contractor shall submit to the Engineer a design of the concrete mix proposed to be used together with samples of all materials to be incorporated into the mix and a full description of the source of supply of each material component. The design of the concrete mix shall conform with the provisions and limitation requirements of these specifications . All material samples submitted to the Engineer shall be sufficiently large to permit laboratory batching for the construction of test beams to check the adequacy of the design. When the design mix has been approved by the Engineer, there shall be no change or deviation from the proportions thereof or sources of supply except as hereinafter provided. No concrete may be placed on the job site until the mix design has been approved by the Engineer in writing to the Contractor. PART 3 -EXECUTION 3 .01 REINFORCING Metal reinforcing shall be accurately placed in accordance with the Plans and shall be adequately secured in position by concrete , metal , or plastic chairs and spacers . Bar splices shall overlap at least twelve inches. The re-bars shall be bent cold. CAST-IN-PLACE CONCRETE 03300 - 2 - 3 .02 JOINTS A. Expansion Joints : Expansion joint materials shall be installed perpendicular to the surface. The bottom edge of the material shall extend to or slightly below the bottom edge of the slab and the top edge shall be held approximately 1/2 inch below the surface of the slab . The edge of joints shall be tooled with an edging tool having a 1/2 inch radius. B. Contraction Joints : Contraction joints shall be 1/4 inch wide by 3/4 inch deep , tooled joints placed on six foot centers, unless otherwise indicated . Contraction joints will not be required to be sealed . Sawed joints may be allowed only if specifically approved by the Engineer. Joints will be sawed as soon as sawing can be performed without stripping aggregate from the concrete , generally within twelve to twenty-four hours after placement, and they shall be completed before uncontrolled cracking of the pavement takes place . C . Construction Joints: Construction joints shall be installed in all concrete work at the locations shown on the Plans . Construction joints formed at the close of each day's work shall be located at any of the control joints designated on the Plans . Joints may be constructed by use of wood or preformed metal bulkheads set true to the section of the finished concrete and cleaned and oiled . Surplus concrete on the subgrade shall be removed before resuming concreting operations . 3 .03 PLACING CONCRETE Placement of Concrete : The concrete shall be rapidly deposited on the subgrade immediately after mixing is completed . Subgrade and forms shall be dampened prior to placement of the concrete . The concrete shall be transported, placed and spread in such a manner as to prevent segregation of the aggregate or an excess amount of water and fine materials to be brought to the surface . No concrete shall be placed when the air temperature is less than forty degrees Fahrenheit nor when the temperature of the concrete is eighty-five degrees Fahrenheit or higher, without approval of Construction Inspector. Placement shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the space between the bars. No concrete that has partially hardened or that has been contaminated by foreign material shall be deposited in the work nor shall retempered concrete be used . Each section of pavement between expansion and construction joints shall be placed monolithically. All concrete shall be thoroughly compacted by suitable means during the operation of placing and shall be thoroughly worked around reinforcement and embedded fixtures and into the corners of the forms . Special care shall be taken to prevent voids and honeycombing . The concrete shall then be struck off and bull-floated to the grade shown on the Plans before bleed water has an opportunity to collect on the surface . 3 .04 FINISHING All concrete shall be finished by experienced , qualified concrete finishers. All concrete shall have a neat , rounded edge . Edging and jointing (radius described on Plans) shall be accomplished with care so as not to leave deep impressions in the concrete surface adjacent to edges and joints . After the concrete has been floated and has set sufficiently to support the weight of cement finishers , a smooth steel trowel will be used to produce hard surface . The entire surface will then be brushed with a stiff bristle broom to produce a uniform textured finish . All edges and sides of concrete exposed to view shall be free of warp and blemishes with a uniform texture and smoothness as described in Plans . CAST-IN-PLACE CONCRETE 03300 - 3 - 3 .05 CURING Curing Compound : Immediately after the finishing operations , the concrete shall be completely covered with a curing compound . The concrete surface shall be kept moist between finishing operations and the application of the curing compound . The curing compound shall be applied under pressure by means of a spray nozzle at a rate not to exceed 200 square feet per gallon . A minimum of 72 hours curing time will be required. 3 .06 CONCRETE WALLS A. Placing Concrete 1. Where tremies are used , or where the free drop is 5'-0" or more , and through reinforcement, use a dumping box or board , moving the concrete therefrom by shovels or hoes . 2 . Deposit concrete so that the surface is kept level throughout, a minimum being permitted to flow from one position to another, and place as rapidly as practicable after mixing. 3 . Do not use in this Work any concrete not placed within 30 minutes after leaving the mixer. 4 . Thoroughly work concrete around reinforcement and embedded fixtures , and into corners of forms, during placing operations . 5 . Completely compact with tamping poles and by tapping forms until the concrete is thoroughly compact and without voids. Determine the number of tampers needed by the amount and method of placing concrete . 6 . Exercise care to tamp concrete vigorously and thoroughly to obtain maximum density. 7 . Use manual tampers as well as mechanical vibrators. a. Exercise care to direct the quick handling of vibrators from one position to another. b. Do not over-vibrate concrete . c . Do not move concrete by use of vibrator. B. Finishing 1. All formed surfaces exposed to view shall have a smooth form finish. 2. After concrete has been properly placed and cured , sandblast finish if indicated on the plans and per specification Section 03350. 3 .07 PROTECTION After concrete is placed , finished and cured as required , permit no traffic thereon for three days thereafter and further protect the surface from damage due to other causes . END OF SECTION CAST-IN-PLACE CONCRETE 03300 - 4 - SECTION 03600 · GROUTS PART 1 · GENERAL 1.1 RELATED DOCUMENTS 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 the following : 1. Expansion and contraction joints within cement concrete pavement. 2. Joints between cement concrete and asphalt pavement. B. Related Sections include the following : 1. Division 03 Section "Concrete Paving" for constructing joints in concrete pavement. 2. Division 03 Section "Asphalt Paving" for constructing joints between concrete and asphalt pavement. 1.3 SUBMITIALS A. Product Data: For each joint-sealant product indicated . B. Product Certificates: For each type of joint sealant and accessory, signed by product manufacturer. C. Qualification Data: For Installer. D. Compatibility and Adhesion Test Reports : From sealant manufacturer, indicating the following : 1. Materials forming joint substrates and joint-sealant backings have been tested for compatibility and adhesion with joint sealants . 2. Interpretation of test results and written recommendations for primers and substrate preparation needed for adhesion . E. Product Test Reports : Based on evaluation of comprehensive tests performed by a qualified testing agency , for sealants. 1.4 QUALITY ASSURANCE A. Installer Qualifications : An employer of workers trained and approved by manufacturer. B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer. GROUTS 03600 -1- C . Product Testing : Obtain test results for "Product Test Reports" Paragraph in "Submittals" Article from a qualified testing agency based on testing of current sealant products within a 36- month period preceding the commencement of the Work. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation , color , expiration date , pot life, curing time, and mixing instructions for multicomponent materials. B. Store and handle materials to comply with manufacturer's written instructions to prevent their deterioration or damage due to moisture, high or low temperatures , contaminants , or other causes. 1.6 PROJECT CONDITIONS A. Do not proceed w ith installation of joint sealants under the following conditions : 1. When amb ient and substrate temperature conditions are outside limits permitted by joint- sealant manufacturer. 2. When joint substrates are wet or covered with frost. 3. Where joint widths are less than those allowed by joint-sealant manufacturer for applications indicated . 4 . Where contaminants capable of interfering with adhesion have not yet been removed from joint substrates. PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Available Products : Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products listed in other Part 2 articles. 2.2 MATERIALS, GENERAL A. Compatib i lity : Provide joint sealants , backing materials , and other related materials that are compatible with one another and with joint substrates under conditions of service and application , as demonstrated by joint-sealant manufacturer based on testing and field experience . 2.3 COLD-APPLIED JOINT SEALANTS A . Single-Component Urethane Sealant for Concrete : Single-component , pourable, coal-tar- modified , urethane formulation complying with ASTM C 920 for Type S; Grade P; Class 25; Uses T , M, and , as applicable to joint substrates indicated , 0. 1. Available Products: GROUTS 03600 -2- a. Sonneborn , Div . of BASF .; Sonolastic SL 1. B. Type NS Silicone Sealant for Concrete : Single-component , low-modulus , neutral-curing , nonsag silicone sealant complying with ASTM D 5893 for Type NS. 1. Available Products : a. Crafco Inc .; RoadSaver Silicone . b. Dow Corning Corporation ; 888. C. Type SL Sil icone Sealant for Concrete and Asphalt: Single-component, low-modulus , neutral- curing , self-leve ling silicone sealant complying with ASTM D 5893 for Type SL. 1. Available Products : a . Crafco Inc .; RoadSaver Silicone SL. b. Dow Corning Corporation ; 890-SL. 2.4 HOT-APPLIED JOINT SEALANTS A. Elastomeric Sealant for Concrete : Single-component formulation complying with ASTM D 3406 . 1. Available Products : a. Crafco Inc.; Superseal 444/777. b. Meadows , W.R., Inc .; Poly-Jet 3406. B. Sealant for Concrete and Aspha lt: Single-component formulation complying w ith ASTM D 3405. 1. Available Products: a . Koch Materials Company; Product No . 9005 . b . Koch Materials Company; Product No . 9030. c. Meadows , W . R., Inc.; Sealtight Hi-Spec. 2.5 JOINT-SEALANT BACKER MATERIALS A. General : Provide joint-sealant backer materials that are nonstaining ; are compatible with joint substrates , sealants , primers , and other joint fillers ; and are approved for applications indicated by joint-sealant manufacturer based on field experience and laboratory testing . B. Round Backer Rods for Cold-and Hot-Applied Sealants: ASTM D 5249 , Type 1, of diameter and density required to control sealant depth and prevent bottom-side adhesion of sealant. C. Backer Strips for Cold -and Hot-Applied Sealants : ASTM D 5249 ; Type 2; of thickness and width required to control sealant depth , prevent bottom-side adhesion of sealant , and fill remainder of joint opening under sealant. D. Round Backer Rods for Cold-Applied Sealants: ASTM D 5249 , Type 3, of diameter and density required to control sealant depth and prevent bottom-s ide adhesion of sealant. GROUTS 03600 -3- 2.6 PRIMERS A . Primers : Product recommended by joint-sealant manufacturer where required for adhesion of sealant to joint substrates indicated , as determined from preconstruction joint-sealant-substrate tests and field tests. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants , with Installer present , for compliance with requirements for joint configuration , installation tolerances , and other conditions affecting joint- sealant performance . 1. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints : Clean out joints immediately before installing joint sealants to comply with joint-sealant manufacturer's written instructions . B. Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint- sealant manufacturer, based on preconstruction joint-sealant-substrate tests or prior experience . Apply primer to comply with joint-sealant manufacturer's written instructions . Confine primers to areas of joint-sealant bond ; do not allow spillage or migration onto adjoining surfaces. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint-sealant manufacturer's written installation instructions for products and applications indicated , unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated . C. Install backer materials of type indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability . 1. Do not leave gaps between ends of backer materials. 2. Do not stretch , twist, puncture , or tear backer materials . 3. Remove absorbent backer materials that have become wet before sealant application and replace them with dry materials. D. Install sealants using proven techniques that comply with the following and at the same time backings are installed : 1. Place sealants so they directly contact and fully wet joint substrates . 2. Completely fill recesses provided for each joint configuration . 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. GROUTS 03600 -4- 3.4 3.5 E. Tooling of Nonsag Sealants : Immediately after sealant application and before skinning or curing begins , tool sealants according to requirements specified below to form smooth , uniform beads of configuration indicated; to el iminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. F. G . A. A. 1. Remove excess sealants from surfaces adjacent to joint. 2 . Use tooling agents that are approved in writing by joint-sealant manufacturer and that do not discolor sealan ts or adjacent surfaces . Provide joint configuration to comply with joint-sealant manufacturer's wr itten instructions , unless otherwise indicated. Provide recessed joint configuration for silicone sealants of recess depth and at locations indicated . CLEANING Clean off excess sealants or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products in which joints occur. PROTECTION Protect joint sealants during and after curing period from contact with contaminating substances and from damage result ing from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion . If, desp ite such protection , damage or deterioration occurs , cut out and remove damaged or deteriorated joint sealants immediately and replace with joint sealant so installations with repaired areas are indistinguishable from the original work . END OF SECTION GROUTS 03600 -5- SECTION 03700 -MASS CONCRETE PART 1 · GENERAL 1.1 RELATED DOCUMENTS 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 . Section Includes: 1. Driveways . 2 . Roadways . 3. Parking lots. . 4 . Curbs and gutters . 5. Walks. 8 . Related Sections : 1. Division 03 Section "Cast-in-Place Concrete" for general building applications of concrete . 2 . Division 03 Section "Grouts" for joint sealants in expansion and contraction joints within concrete paving and in joints between concrete paving and asphalt paving or adjacent construction. 1.3 DEFINITIONS A. Cementitious Materials : Portland cement alone or in combination with one or more of blended hydraulic cement , fly ash and other pozzolans , and ground granulated blast-furnace slag. 1.4 SUBMITTALS A. Product Data : For each type of product indicated . 8. LEED Submittals : 1. Product Data for Cred it MR 4.1 and Credit MR 4.2 : For products having recycled content, documentat ion indicating percentages by weight of postconsumer and preconsumer recycled content. Include statement indicating costs for each product having recycled content. 2. Design Mixtures for Credit ID 1.1: For each concrete mixture containing fly ash as a replacement for portland cement or other portland cement replacements . For each design mixture submitted , include an equivalent concrete mixture that does not contain portland cement replacements , to determine amount of portland cement replaced . C. Other Action Submittals : MASS CONCRETE 03700 -1- 1. Design Mixtures : For each concrete paving mixture . Include alternate design mixtures when characteristics of materials , Project conditions , weather , test results , or other circumstances warrant adjustments. D. Material Certificates : For the following , from manufacturer: 1. Cementitious materials . 2 . Steel reinforcement and reinforcement accessories . 3. Admixtures. 4 . Curing compounds . 5. Applied finish ma ter ials . 6. Bonding agent or epoxy adhesive . 7. Joint fillers. E. Field quality-control reports . 1.5 QUALITY ASSURANCE A. ACI Publications: Comply with ACI 301 (ACI 301M) unless otherwise indicated . B. Preinstallation Conference: Conduct conference at Project site . 1. Review methods and procedures related to concrete paving , including but not limited to , the following : a . Concrete mixture design . b. Qual ity control of concrete materials and concrete paving construction practices . 2 . Require representatives of each entity directly concerned with concrete paving to attend , including the following : a. Contractor's superintendent. b. Concrete paving subcontractor. 1.6 PROJECT CONDITIONS A. Traffic Control : Maintain access for vehicular and pedestrian traffic as required for other construction activities . B. Pavement-Marking Pain t: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 deg F (4.4 deg C) for oil-based materia ls 55 deg F (12 .8 deg C) for water-based materials , and not exceeding 95 deg F (35 deg C). PART 2 -PRODUCTS 2.1 FORMS A. Form Materials : Plywood , metal , metal-framed plywood , or other approved panel-type materials to provide full-depth, continuous , straight, and smooth exposed surfaces. MASS CONCRETE 03700 -2- 1. Use flexible or uniformly curved forms for curves with a radius of 100 feet (30.5 m) or less. Do not use notched and bent forms. B. Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain , or adversely affect concrete surfaces and that will not impair subsequent treatments of concrete surfaces . 2.2 STEEL REINFORCEMENT A. Recycled Content: Provide steel reinforcement with an average recycled content of steel so postconsumer recycled content plus one-half of preconsumer recycled content is not less than 25 percent. B. Plain-Steel Welded Wire Reinforcement: ASTM A 185/A 185M, fabricated from as-drawn galvanized-steel wire into flat sheets . C . Deformed-Steel Welded Wire Reinforcement: ASTM A 497/A 497M, flat sheet. D. Epoxy-Coated Welded Wire Reinforcement: ASTM A 884/A 884M, Class A, plain steel. E. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420); deformed. F. Galvanized Reinforcing Bars : ASTM A 767/A 767M , Class II zinc coated, hot-dip galvanized after fabrication and bending; with ASTM A 615/A 615M, Grade 60 (Grade 420) deformed bars. G. Epoxy-Coated Reinforcing Bars : ASTM A 775/A 775M or ASTM A 934/A 934M; with ASTM A 615/A 615M, Grade 60 (Grade 420) deformed bars . H. Steel Bar Mats : ASTM A 184/A 184M; with ASTM A 615/A 615M , Grade 60 (Grade 420), deformed bars ; assembled with clips. I. Plain-Steel Wire : ASTM A 82/A 82M, as drawn galvanized. J. Deformed-Steel Wire : ASTM A 496/A 496M . K. Epoxy-Coated-Steel Wire : ASTM A 884/A 884M, Class A coated, plain deformed. L. Joint Dowel Bars : ASTM A 615/A 615M, Grade 60 (Grade 420) plain-steel bars; zinc coated (galvanized) after fabrication according to ASTM A 767/A 767M , Class I coating . Cut bars true to length with ends square and free of burrs . M. Epoxy-Coated, Joint Dowel Bars: ASTM A 775/A 775M ; with ASTM A 615/A 615M , Grade 60 (Grade 420), plain-steel bars . N. Tie Bars : ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. 0. Hook Bolts : ASTM A 307, Grade A (ASTM F 568M , Property Class 4 .6), internally and externally threaded. Design hook-bolt joint assembly to hold coupling against paving form and in position during concreting operations , and to permit removal without damage to concrete or hook bolt. P. Bar Supports : W .H.C. Products Inc. Series "G" or Aztec "E-2 " with sand plates . MASS CONCRETE 03700 -3- Q . Epoxy Repair Coating : Liquid , two-part , epoxy repair coating , compatible with epoxy coating on reinforcement. R. Zinc Repair Material : ASTM A 780. 2.3 CONCRETE MATERIALS A. Cementitious Material : Use the following cementitious materials , of same type , brand , and source throughout Project: 1. Portland Cement: ASTM C 150 , gray or wh ite portland cement Type I. Supplement with the following : a. Fly Ash: ASTM C 618 , Class C or Class F. B. Normal-Weight Aggregates : ASTM C 33 , Class 4S , un iformly graded . Provide aggregates from a single source. 1. Maximum Coarse-Aggregate Size : 1 inch (25 mm) nominal. 2. Fine Aggregate : Free of materials with deleterious reactivity to alkali in cement. C. Exposed Aggregate: Selected , hard , and durable ; washed ; free of materials with deleterious reactivity to cement or that cause staining ; from a single source , with gap-graded coarse aggregate as follows : 1. Aggregate Sizes : 3/8 to 5/8 inch, ( 10 to 16 mm) nominal. 2. Aggregate Source , Shape , and Color D. Water: Potable and complying with ASTM C 94/C 94M . E. Air-Entraining Admixture : ASTM C 260 . F. Chemical Admixtures : Admixtures certified by manufacturer to be compatible with other admixtures and to contain not more than 0 . 1 percent water-soluble chloride ions by mass of cementitious material. 1. Water-Reducing Admixture: ASTM C 494/C 494M , Type A . 2 . Retard ing Admixture: ASTM C 494/C 494M , Type B. 3. Water-Reducing and Retarding Adm ixture: ASTM C 494/C 494M , Type D . 4 . High-Range , Water-Reducing Admixture : ASTM C 494/C 494M , Type F. 5. High-Range , Water-Reducing and Retarding Adm ixture : ASTM C 494 /C 494M , Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M , Type II. 2.4 CURING MATERIALS A. Absorptive Cover: AASHTO M 182 , Class 3, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq . yd. (305 g/sq . m) dry or cotton mats . B. Mo isture-Reta ining Cover: ASTM C 171 , polyethylene film or white burlap-polyethylene sheet. C . Water: Potable . MASS CONCRETE 03700 -4- D. White, Waterborne , Membrane-Forming Curing Compound : ASTM C 309 , Type 2, Class B, dissipating . 1. Products : Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to , the follow ing : a. Anti-Hydro International, Inc .; A-H Curing Compound #2 WP WB . b. ChemMasters; Safe-Cure 2000. c. Conspec by Dayton Superior; D.O.T. Resin Cure White DSSCC White Resin Cure . d. Dayton Superior Corporation; Day-Chem White Pigmented Cure (J-10-W). e. Edoco by Dayton Superior; Resin Emulsion Cure V.O .C . (Type 11). f . Euclid Chemical Company (The), an RPM company ; Kurez VOX White Pigmented . g. Kaufman Products, Inc .; Thinfilm 450 . h. Lambert Corporation; AQUA KURE -WHITE . i. L&M Construction Chemicals, Inc.; L&M CURE R-2. j. Meadows, W .R., Inc.; 1100-WHITE SERIES. k. SpecChem , LLC; PaveCure Rez White . I. Symons by Dayton Superior; Resi-Chem White . m. Vexcon Chemicals Inc.; Gerti-Vex Enviocure White 100. 2.5 RELATED MATERIALS A. Joint Fillers : ASTM D 1751, asphalt-saturated cellulosic fiber or ASTM D 1752 , cork or self- expanding cork in preformed strips. B. Slip-Resistive Aggregate Finish: Factory-graded, packaged , rustproof, nonglazing , abrasive aggregate of fused aluminum-oxide granules or crushed emery aggregate containing not less than 50 percent aluminum oxide and not less than 20 percent ferric oxide ; unaffected by freezing, moisture , and cleaning materials . C . Bonding Agent: ASTM C 1059 , Type II , non-redispersible , acrylic emulsion or styrene butadiene . D. Epoxy Bonding Adhesive: ASTM C 881/C 881 M, two-component epoxy resin capable of humid curing and bonding to damp surfaces; of class suitable for application temperature , of grade complying with requirements, and of the following types : 1. Types IV and V, load bearing, for bonding hardened or freshly mixed concrete to hardened concrete . 2.6 PAVEMENT MARKINGS A. Pavement-Marking Paint: Alkyd-resin type , lead and chromate free, ready mixed , complying with AASHTO M 248, Type N; colors complying w ith FS TT-P -1952 . 1. Color: White, Yellow, Blue , as indicated . B. Pavement-Marking Paint: Markings in public right-of-way and cross walks to be reflectorized extruded thermoplastic pavement marking material. 1. Color: White , Yellow , Blue, as indicated . MASS CONCRETE 03700 -5- 2.7 WHEEL STOPS A. Wheel Stops : Precast, air-entrained concrete, 2500-psi (17 .2-MPa) minimum compressive strength, 4-1/2 inches (115 mm) high by 9 inches (225 mm) wide by 72 inches (1820 mm) long. Provide chamfered corners and drainage slots on underside and holes for anchoring to substrate . 1. Dowels: Galvanized steel , 3/4 inch (19 mm) in diameter, 10-inch (254-mm) minimum length . 2.8 CONCRETE MIXTURES A. Prepare design mixtures , proportioned according to ACI 301 (ACI 301 M), for each type and strength of normal-weight concrete, and as determined by either laboratory trial mixtures or field experience. 1. Use a qualified independent testing agency for preparing and reporting proposed concrete design mixtures for the trial batch method . 2 . When automatic machine placement is used , determine design mixtures and obtain laboratory test results that meet or exceed requirements . B. Proportion mixtures to provide normal-weight concrete with the following properties : 1. Compressive Strength (28 Days): 4500 psi (31 MPa), 4000 psi (27 .6 MPa), 3500 psi (24.1 MPa), 3000 psi (20. 7 MPa). 2. Maximum Water-Cementitious Materials Ratio at Point of Placement: 0 .50 . 3. Slump Limit: 4 inches (100 mm), plus or minus 1 inch (25 mm). C . Add air-entraining admixture at manufacturer's prescribed rate to result in normal-weight concrete at point of placement having an air content as follows : 1. Air Content: 3 percent plus or minus 1.5 percent for 1-inch (25-mm) nominal maximum aggregate size . D. Chemical Admixtures: Use admixtures according to manufacturer's written instructions . 1. Use water-reducing admixture, high-range, water-reducing admixture , high-range , water- reducing and retarding admixture, plasticizing and retarding admixture in concrete as required for placement and workability. 2. Use water-reducing and retarding admixture when required by high temperatures , low humidity , or other adverse placement conditions. E. Cementitious Materials : Limit percentage by weight of cementitious materials other than portland cement according to ACI 301 (ACI 301 M) requirements as follows: 1. Fly Ash or Pozzolan: 25 percent. 2.9 CONCRETE MIXING A. Ready-Mixed Concrete : Measure , batch , and mix concrete materials and concrete according to ASTM C 94/C 94M and ASTM C 1116/C 1116M . Furnish batch certificates for each batch discharged and used in the Work . MASS CONCRETE 03700 -6- 1. When air temperature is between 85 and 90 deg F (30 and 32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes ; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes . B. Project-Site Mixing : Measure, batch , and mix concrete materials and concrete according to ASTM C 94/C 94M . Mix concrete materials in appropriate drum-type batch machine mixer. 1. For concrete batches of 1 cu . yd . (0 .76 cu. m) or smaller, continue mixing at least 1-1/2 minutes , but not more than 5 minutes after ingredients are in mixer , before any part of batch is released . 2. For concrete batches larger than 1 cu . yd . (0 .76 cu . m), increase mixing t ime by 15 seconds for each additional 1 cu . yd . (0 .76 cu . m). 3. Provide batch ticket for each batch discharged and used in the Work , indicating Project identification name and number, date , mixture type , mixing time , quantity, and amount of water added . PART 3 -EXECUTION 3.1 EXAMINATION A. Examine exposed subgrades and subbase surfaces for compliance with requirements for dimensional , grading , and elevation tolerances . B. Proof-roll prepared subbase surface below paving to identify soft pockets and areas of excess yielding. 1. Completely proof-roll subbase in one direction and repeat in perpendicular direction . Limit vehicle speed to 3 mph (5 km/h). 2. Proof-roll with a pneumatic-tired and loaded , 10-wheel , tandem-axle dump truck weighing not less than 15 tons (13.6 tonnes). 3. Correct subbase with soft spots and areas of pumping or rutting exceeding depth of 1/2 inch (13 mm) according to requirements in Division 31 Section "Earth Moving ." C. Proceed with installation only after unsatisfactory conditions have been corrected . 3.2 PREPARATION A. Remove loose material from compacted subbase surface immediately before placing concrete. 3.3 EDGE FORMS AND SCREED CONSTRUCTION A. Set , brace , and secure edge forms , bulkheads , and intermediate screed guides to required lines , grades , and elevations . Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form-release agent to ensure separation from concrete without damage . MASS CONCRETE 03700 -7- 3.4 3.5 A. B. C. D. E. F. G . A. STEEL REINFORCEMENT General: Comply with CRSl's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond-reducing materials. Arrange , space , and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. Install welded wire reinforcement in lengths as long as practicable . Lap adjoining pieces at least one full mesh, and lace splices with wire . Offset laps of adjoin ing widths to prevent continuous laps in either direction . Zinc-Coated Reinforcement: Use galvanized-steel wire ties to fasten zinc-coated reinforcement. Repair cut and damaged zinc coatings with zinc repair material. Epoxy-Coated Reinforcement: Use epoxy-coated steel wire ties to fasten epoxy-coated reinforcement. Repair cut and damaged epoxy coatings with epoxy repair coating according to ASTM D 3963/D 3963M . Install fabricated bar mats in lengths as long as practicable . Handle units to keep them flat and free of distortions. Straighten bends , kinks , and other irregularities , or replace units as required before placement. Set mats for a minimum 2-inch (50-mm) overlap of adjacent mats. JOINTS General: Form construction, isolation, and contraction joints and tool edges true to line, with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline unless otherwise indicated. 1. When joining existing paving, place transverse joints to align with previously placed joints unless otherwise indicated . B. Construction Joints: Set construction joints at side and end terminations of paving and at locations where paving operations are stopped for more than one-half hour unless paving terminates at isolation joints. 1. Continue steel reinforcement across construction joints unless otherwise indicated . Do not continue reinforcement through sides of paving strips unless otherwise indicated . 2. Provide tie bars at sides of paving strips where indicated. 3. Butt Joints : Use bonding agent at joint locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 4 . Doweled Joints : Install dowel bars and support assemblies at joints where indicated . Lubricate or coat with asphalt one-half of dowel length to prevent concrete bonding to one side of joint. C. Isolation Joints : Form isolation joints of preformed joint-filler strips abutting concrete curbs, catch basins, manholes, inlets , structures, other fixed objects , and where indicated . 1. Locate expansion joints at intervals of 150 feet unless otherwise indicated. 2. Extend joint fillers full width and depth of joint. 3. Terminate joint filler not less than 1/2 inch (13 mm) or more than 1 inch (25 mm) below finished surface if joint sealant is indicated . MASS CONCRETE 03700 -8- 3.6 4. Place top of joint filler flush with fin ished concrete surface if j oint sealant is not indicated . 5. Furnish jo int fillers in one-piece lengths . Where more than one length is required , lace or clip joint-filler sections together. 6 . Du ring concrete placement, protect top edge of joint f iller with metal , plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D . Contraction Joints : Form weakened-plane contraction joints , sect ion ing concrete into areas as ind icated . Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness , as follows , to match jointing of existing adjacent concrete paving: E . A. B. C. D. E. F. G . 1. Sawed Joints : Form contraction joints with power saws equ ipped with shatterproof ab rasive or diamond-rimmed blades . Cut 1/8-inch-(3 -mm-) wide joints into concrete when cutt ing action will not tear , abrade , or otherwise damage surface and before developing random contraction cracks . a. Tolerance : Ensure that sawed joints are within 3 inches (75 mm) either way from centers of dowels . 2. Doweled Contraction Jo ints : Install dowel bars and support assemblies at joi nts where indicated . Lubrica te or coat with asphalt one-half of dowel length to prevent concrete bonding to one side of joint. Edging : After initial floating , tool edges of paving , gutters , curbs , and joints in concrete with an edging tool to a 1/4-inch (6-mm) radius. Repeat tooling of edges after applying surface finishes. Eliminate edging-tool marks on concrete surfaces. CONCRETE PLACEMENT Before placing concrete , inspect and complete formwork installation , steel reinforcement , and items to be embedded or cast-in . Remove snow , ice , or frost from subbase surface and st eel re inforcement before placing concrete . Do not place concrete on frozen surfaces . Moisten subbase to provide a uniform dampened condition at time concrete is placed . Do not place concrete around manholes or other structures until they are at required finish elevation and alignment. Comply with ACI 301 (ACI 301 M) requirements for measuring , mix ing , transporting , and placing concrete. Do not add water to concrete during delivery or at Project site . Do not add water to fresh concrete after testing . Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. Consolidate concrete accord i ng to ACI 301 (ACI 301 M) by mechanical vibrating equipment supplemented by hand spading , rodd i ng , or tamping. 1. Consol idate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies , reinforcement , or side forms . MASS CONCRETE 03700 -9- Use only square-faced shovels for hand spreading and consolidation . Consolidate with care to prevent dislocating reinforcement dowels and joint devices. H. Screed paving surface with a straightedge and strike off. I. Commence initial floating using bull floats or darbies to impart an open-textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading surface treatments . J . Curbs and Gutters : Use design mixture for automatic machine placement. Produce curbs and gutters to required cross section, lines, grades , finish, and jointing . K. Slip-Form Paving: Use design mixture for automatic machine placement. Produce paving to required thickness, lines , grades, finish, and jointing . 1. Compact subbase and prepare subgrade of sufficient width to prevent displacement of slip-form paving machine during operations . L. Cold -Weather Placement: Protect concrete work from physical damage or reduced strength that could be caused by frost , freezing, or low temperatures . Comply with ACI 306 .1 and the following : 1. When air temperature has fallen to or is expected to fall below 40 deg F (4.4 deg C), uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F (10 deg C) and not more than 80 deg F (27 deg C) at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt , or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in design mixtures . M. Hot-Weather Placement: Comply with ACI 301 (ACI 301 M) and as follows when hot-weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F (32 deg C) at time of placement. Chilled mixing water or chopped ice may be used to control temperature , provided water equivalent of ice is calculated in total amount of mixing water . Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water-soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete . 3. Fog-spray forms , steel reinforcement , and subgrade just before placing concrete . Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.7 FLOAT FINISHING A. General : Do not add water to concrete surfaces during fin ishing operations. 8 . Float Finish : Begin the second floating operation when bleed-water sheen has disappeared and concrete surface has stiffened sufficiently to permit operations . Float surface with power-driven floats or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots and fill low spots . Refloat surface immediately to uniform granular texture . 1. Burlap Finish : Drag a seamless strip of damp burlap across float-finished concrete , perpendicular to line of traffic, to provide a uniform, gritty texture. MASS CONCRETE 03700 -10- 2 . Medium-to-Fine-Textured Broom Finish: Draw a soft-bristle broom across float-finished concrete surface perpendicular to line of traffic to provide a uniform , fine-line texture. 3 . Medium-to-Coarse-Textured Broom Finish : Provide a coarse finish by striating float- finished concrete surface 1/16 to 1/8 inch (1.6 to 3 mm) deep with a stiff-bristled broom , perpendicular to line of traffic . 3.8 SPECIAL FINISHES A. Slip-Resistive Aggregate Finish: Before final floating , spread slip-resistive aggregate finish on paving surface according to manufacturer's written instructions and as follows: 1. Uniformly spread 25 lb/100 sq. ft. (12 kg/10 sq . m) of dampened, slip-resistive aggregate over paving surface in two applications. Tamp aggregate flush with surface using a steel trowel , but do not force below surface. 2 . Uniformly d istribute approximately two-thirds of slip-resistive aggregate over paving surface with mechanical spreader, allow to absorb moisture , and embed by power float ing. Follow power floating with a second slip-resistive aggregate application , uniformly distributing remainder of material at right angles to first applicat ion to ensure uniform coverage , and embed by power floating . 3. Cure concrete with curing compound recommended by slip-resistive aggregate manufacturer. Apply curing compound immediately after final finishing . 4 . After curing , lightly work surface with a steel wire brush or abrasive stone and water to expose nonslip aggregate. 3.9 CONCRETE PROTECTION AND CURING A . General : Protect freshly placed concrete from premature drying and excess ive cold or hot tern peratures . B. Comply with ACI 306 .1 for cold-weather protection. C. Evaporation Retarder : Apply evaporation retarder to concrete surfaces if hot , dry, or windy conditions cause moisture loss approaching 0.2 lb/sq . ft . x h (1 kg/sq. m x h) before and during finishing operations . Apply according to manufacturer's written instructions after placing , screeding, and bull floating or darbying concrete but before float finishing . D. Begin curing after finishing concrete but not before free water has disappea red from concrete surface. E. Curing Methods: Cure concrete by moisture curing , moisture-retaining-cover curing ,curing compound or a combination of these as follows: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials : a. Water. b. Continuous water-fog spray. c. Absorptive cover , water saturated and kept continuously wet. Cover concrete surfaces and edges with 12-inch (300-mm) lap over adjacent absorpt ive covers . 2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover , placed in widest practicable widt~, with sides and ends lapped at least 12 inches (300 mm) and sealed by waterproof tape or adhesive . Immediately repair any holes or MASS CONCRETE 03700 -11- tears occurring during installation or curing period using cover material and waterproof tape . 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions . Recoat areas that have been subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating , and repair damage during curing period . 3.10 PAVING TOLERANCES A. Comply with tolerances in ACI 117 and as follows : 1. Elevation: 3/4 inch (19 mm). 2. Thickness: Plus 3/8 inch (10 mm), minus 1/4 inch (6 mm). 3. Surface: Gap below 10-foot-(3-m-) long, unleveled straightedge not to exceed 1/2 inch (13 mm). 4. Alignment of Tie-Bar End Relative to Line Perpendicular to Paving Edge : 1 /2 inch per 12 inches ( 13 mm per 300 mm) of tie bar. 5. Lateral Alignment and Spacing of Dowels : 1 inch (25 mm). 6 . Vertical Alignment of Dowels : 1/4 inch (6 mm). 7. Alignment of Dowel-Bar End Relative to Line Perpendicular to Paving Edge: 1/4 inch per 12 inches (6 mm per 300 mm) of dowel. 8. Joint Spacing : 3 inches (75 mm). 9 . Contraction Joint Depth: Plus 1/4 inch (6 mm), no minus . 10. Joint Width: Plus 1/8 inch (3 mm), no minus. 3.11 PAVEMENT MARKING A. Do not apply pavement-marking paint until layout , colors , and placement have been verified with Engineer. B. Allow concrete paving to cure for a minimum of 28 days and be dry before starting pavement marking . C. Sweep and clean surface to eliminate loose material and dust. D. Apply paint with mechanical equipment to produce markings of dimensions indicated with uniform, straight edges . Apply at manufacturer's recommended rates to provide a minimum wet film thickness of 15 mils (0.4 mm). 1. Apply graphic symbols and lettering with paint-resistant, die-cut stencils , firmly secured to concrete surface. Mask an extended area beyond edges of each stencil to prevent paint application beyond stencil. Apply paint so that it cannot run beneath stencil. 3.12 WHEEL STOPS A. Install wheel stops in bed of adhesive applied as recommended by manufacturer. B. Securely attach wheel stops to paving with not less than two galvanized-steel dowels located at one-quarter to one-third points. Install dowels in drilled holes in the paving and bond dowels to wheel stop . Recess head of dowel beneath top of wheel stop . MASS CONCRETE 03700 -12- 3.13 A. B. C. D. E. F. G . H . 3.14 A. B. C. D . FIELD QUALITY CONTROL Testing Agency: Owner will engage a qualified testing agency to perform tes ts and inspections. Strength of each concrete mixture will be satisfactory if average of any three consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test val ue falls below specified compressive strength by more than 500 psi (3.4 MPa). Test results shall be reported in writing to Engineer, concrete manufacturer, and Contractor within 48 hours of testing . Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement , name of concrete testing and inspecting agency, location of concrete batch i n Work , design compress ive strength at 28 days , concrete mixture proportions and materials , compressive breaking strength , and type of break for both 7-and 28-day tests. Nondestructive Testing : Impact hammer, sonoscope , or other nondestructive device may be permitted by Engineer but will not be used as sole basis for approva l or rejection of concrete. Additional Tests: Testing and inspecting agency shall make addit iona l tests of concrete when test results indicate that slump, air entrainment, compressive strengths , or other requ i rements have not been met, as di rected by Engineer. Concrete paving will be considered defective if it does not pass tests and inspections. Additional testing and inspecting, at Contractor's expense , w ill be performed to determine compliance of replaced or additional work with specified requirements . Prepare test and inspection reports . REPAIRS AND PROTECTION Remove and rep lace concrete paving that is broken , damaged , or defective or that does not comply with requirements in this Section. Remove work in complete sections from joint to joi nt unless otherwise approved by Engineer. Drill test cores , where directed by Engineer, when necessary to determ ine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory paving areas with portland cement concrete bonded to paving with epoxy adhesive . Protect concrete paving from damage . Exclude traffic from paving for at least 14 days after placement. When construction traffic is permitted , maintain paving as clean as possible by removing surface stains and spillage of materials as they occur. Maintain concrete paving free of stains , discoloration, dirt , and other foreign material. Sweep paving not more than two days before date scheduled for Substant ial Completion inspections. END OF SECTION MASS CONCRETE 03700 -13- SECTION 16050 · BASIC ELECTRICAL MATERIALS AND METHODS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section . 1 .2 SUMMARY 1.3 1.4 1.5 1.6 A . This Section includes the following : A. B. C. A. A. A. 1. Electrical equipment coordination and installation . 2 . Sleeves for raceways and cables. 3. Sleeve seals. 4. Common electrical installation requirements . DEFINITIONS ATS: Acceptance Testing Specifications. EPDM : Ethylene-propylene-diene terpolymer rubber. NBR: Acrylonitrile-butadiene rubber. SUBMITTALS Product Data : For each type of product indicated. QUALITY ASSURANCE Test Equipment Suitability and Calibration : Comply with NETA ATS , "Suitability of Test Equipment" and "Test Instrument Calibration ." COORDINATION Coordinate arrangement , mounting , and support of electrical equipment: 1. To allow maximum possible headroom unless specific mounting heights that reduce headroom are indicated . 2 . To provide for ease of disconnecting the equipment with minimum interference to other installations. 3. To allow right of way for piping installed at required slope . 4 . So connecting raceways, cables, wireways, cable trays , and busways will be clear of obstructions and of the working and access space of other equipment. B. Coordinate installation of required supporting devices and set sleeves i n cast-in-place concrete , masonry walls, and other structural components as they are constructed. C. Coordinate location of access panels and doors for electrical items that are behind finished surfaces or otherwise concealed . Access doors and panels are specified in D ivision 8 Section "Access Doors and Panels." D . Coordinate electrical testing of electrical, mechanical , and architectural items , so equipment and systems that are functionally interdependent are tested to demonstrate successful interoperability. BASIC MATERIALS AND METHODS 16050 -1- PART 2 -PRODUCTS 2 .1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists , the following requirements apply to product se lection : 1. Available Manufacturers: Subject to compliance with requ irements , manufacturers offe ring products that may be incorporated into the Work include , but are not limited to, manufacturers specified. 2 .2 SLEEVES FOR RACEWAYS AND CABLES A . Steel Pipe Sleeves : ASTM A 53/A 53M , Type E , Grade B, Schedule 40 , galvanized steel, plain ends . B. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe ," equivalent to ductile-iron pressure pipe , with plain ends and integral water-stop , unless otherwise indicated . C . Sleeves for Rectangular Openings : Galvanized sheet steel with minimum 0.052-or 0 .138-.inch th ickness as indicated and of length to suit application . D. Coordinate sleeve selection and application with selection and application of fire-stopping specified in Division 7 Sect ion " Fire-stopping and Fire-sating ." 2.3 SUPPORTING DEVICES A. Material: Cold-fo rmed steel , with corrosion-resistant coating acceptable to authorities having ju- risdiction. B. Metal Items for Use Outdoors or in Damp Locations : Hot-dip galvanized steel. C. Slotted-Steel Channel Supports: Flange edges turned toward web , and 9/16-inch -diameter slotted holes at a maximum of 2 inches o.c ., in webs . D. Slotted-Steel Channel Supports: Comply with Division 5 Section "Metal Fabrications" for slotted channel framing . 1. Channel Thickness : Selected to suit structural loading . 2. Fittings and Accessories: Products of the same manufacturer as channel supports. E. Nonmetallic Channel and Angle Systems : Structural-grade , factory-formed , glass-fiber-resin channels and angles wi t h 9/16-inch-diameter holes at a maximum of 8 inches o.c., in at least one surface . 1. Fittings and Accessories : Products of the same manufacturer as channels and angles . 2 . Fittings and Accessory Materials : Same as channels and angles , except metal items may be stainless steel. F. Raceway and Cable Supports : Manufactured clevis hangers , riser clamps , straps , threaded C- clamps with retainers , ceiling trapeze hangers , wall brackets , and spring-steel clamps or click- type hangers. G. Pipe Sleeves: ASTM A 53 , Type E, Grade A , Schedule 40 , galvanized steel, plain ends . BASIC MATERIALS AND METHODS 16050 -2 - H. Cable Supports for Vertical Conduit: Factory-fabricated assembly consisting of threaded body and insulating wedging plug for non-armored electrical cables in riser condu its . Plugs have number and size of conductor gripping holes as required to suit individual risers . Body con- structed of malleable-iron casting with hot-dip galvanized finish . I. Expansion Anchors : Carbon-steel wedge or sleeve type . J. Toggle Bolts : All-steel springhead type. K. Powder-Driven Threaded Studs : Heat-treated steel. 2.4 SLEEVE SEALS A. Description : Modular sealing device , designed for field assembly , to fill annular space between sleeve and raceway or cable . 1. Available Manufacturers : a . Advance Products & Systems , Inc . b. Calp ico , Inc . c. Metraflex Co. d. Pipeline Seal and Insulator, Inc . 2. Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable . 3. Pressure Plates : Plastic. Include two for each seal ing element. 4 . Connecting Bolts and Nuts: Carbon steel with corrosion-resistant coating of length required to secure pressure plates to sealing elements. Include one for each sealing element. PART 3 -EXECUTION 3.1 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION A. Comply with NECA 1. B. Measure indicated mounting heights to bottom of unit for suspended items and to center of un it for wall-mounting items . C . Headroom Maintenance : If mounting heights or other location crite r ia are not indicated , arrange and install components and equipment to provide maximum possible headroom cons istent with these requirements . D. Equipment: Install to facilitate service , maintenance , and repair or replacement of components of both electrical equipment and other nearby installations . Connect in such a way as to facilitate future disconnecting with min imum interference with other items in the vicinity . E. Right of Way: Give to raceways and piping systems installed at a required slope. 3 .2 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS A. Electrical penetrations occur when raceways , cables , wireways , cab le trays , or busways penetrate concrete slabs , concrete or masonry walls , or fire-rated floor and wall assemblies . BASIC MATERIALS AND METHODS 16050 -3- 3 .3 B. Coordinate sleeve selection and application with selection and application of fi re-stopping specified in Division 7 Section " Fire-stopping and Fire-safing." C. Concrete Slabs and Walls : Install sleeves for penetrations unless core-drilled holes or formed openings are used . Install sleeves during erection of slabs and walls . D. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening . E. Rectangular Sleeve Minimum Metal Thickness : F. G . H. I. J . K. L. M . N . 0 . A. B. 1. For sleeve cross -section rectangle perimeter less than 50 inches and no side greater than 16 inches , thickness shall be 0 .052 inch . 2. For sleeve cross-section rectangle perimeter equal to , or greater than , 50 inches and 1 or more sides equal to, or greater than, 16 inches , thickness shall be 0.138 inch . Fire-Rated Assemblies: Install sleeves for penetrations of fire-rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction.of floor or wall. Cut sleeves to length for mounting flush with both surfaces of walls . Extend sleeves installed in floors 2 inches above finished floor level. Size pipe sleeves to provide 1 /4-inch annular clear space between sleeve and raceway or cable unless sleeve seal is to be installed . Seal space outside of sleeves with grout for penetrations of concrete and masonry and with approved joint compound for gypsum board assemblies. Interior Penetrations of Non-Fire-Rated Walls and Floors: Seal annular space between sleeve and raceway or cable , using joint sealant appropriate for size , depth , and location of joint. Refer to Division 7 Section "Joint Sealants" for materials and installation. Fire-Rated-Assembly Penetrations : Maintain indicated fire rating of walls , partitions , ceilings , and floors at raceway and cable penetrations. Install sleeves and seal raceway and cable penetration sleeves with firestop materials . Comply with Division 7 Section " Fire-stopping and Fire-safing." Roof-Penetration Sleeves : Seal penetration of individual raceways and cables with flexible boot-type flashing units applied in coordination with roofing work . Aboveground, Exterior-Wall Penetrations : Seal penetrations using sleeves and mechanical sleeve seals . Select sleeve size to allow for 1-inch annular clear space between pipe and s leeve for installing mechanical sleeve seals . Underground , Exterior-Wall Penetrations : Install cast-iron "wall pipes" for sleeves . Size sleeves to allow for 1-inch annular clear space between raceway or cable and sleeve for installing mechanical sleeve seals. SLEEVE-SEAL INSTALLATION Install to seal underground , exterior wall penetrations . Use type and number of sealing elements recommended by manufacturer for raceway or cable material and size . Position raceway or cable in center of sleeve . Assemble mechanical sleeve BASIC MATERIALS AND METHODS 16050 -4- seals and install in annular space between raceway or cable and sleeve . Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal. 3.4 FIRESTOPPING A. Apply fire-stopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly. Fire-stopping materials and installation requirements are specified in Division 7 Section" Fire-stopping and Fire-safing ." 3.5 FIELD QUALITY CONTROL A. Inspect installed sleeve and sleeve-seal installations and associated firestopping for damage and faulty work . END OF SECTION BASIC MATERIALS AND METHODS 16050 -5- SECTION 16060 -GROUNDING AND BONDING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes grounding of electrical systems and equipment. Grounding requirements specified in this Section may be supplemented by special requirements of systems described in other Sections . 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Product Data : For the following: 1. Ground rods. C. Qualification Data : For firms and persons specified in "Quality Assurance" Article . D. Field Test Reports: Submit written test reports to include the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Results of failed tests and corrective action taken to achieve test results that comply with requirements. 1.4 QUALITY ASSURANCE A. Testing Agency Qualifications: Testing agency as defined by OSHA in 29 CFR 1910.7 or a member company of the International Electrical Testing Association and that is acceptable to authorities having jurisdiction. 1. Testing Agency's Field Supervisor: Person currently certified by the International Electrical Testing Association to supervise on-site testing specified in Part 3. B. Electrical Components, Devices, and Accessories : Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction , and marked for intended use . 1. Comply with UL 467 . PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following : 1. Grounding Conductors, Cables, Connectors, and Rods : GROUNDING AND BONDING 16060 -1- 2.2 A. B. C. D. E. a. Apache Grounding/Erico Inc . b. Boggs , Inc. c. Chance/Hubbell. d. Copperweld Corp . e. Dossert Corp . f . Erico Inc.; Electrical Products Group . g . Framatome Connectors/Burndy Electrical. h. Galvan Industries , Inc. i. Harger Lightning Protection , Inc . j . Hastings Fiber Glass Products , Inc. k . Heary Brothers Lightning Protection Co . I. Ideal Industries , Inc. m . ILSCO. n. Kearney/Cooper Power Systems. o. Korns : C. C. Korns Co.; Division of Robroy Industries . p. Li ghtning Master Corp . q. Lyncole XIT Grounding . r. 0-Z/Gedney Co.; a business of the EGS Electrical Group . s . Raco , Inc.; Division of Hubbell. t. Robbins Lightning , Inc. u. Salisbury: W . H. Salisbury & Co . v . Superior Grounding Systems , Inc. w. Thomas & Betts , Electrical. GROUNDING CONDUCTORS For insulated conductors , comply with Division 16 Section "Conductors and Cables." Equipment Grounding Conductors : Insulated w ith green-colored insulation . Grounding Electrode Conductors : Stranded cable . Underground Conductors : Bare , tinned , stranded , unless otherwise indicated. Bare Copper Conductors: Comply with the following : 1. Solid Conductors: ASTM B 3. 2. Assembly of Stranded Conductors : ASTM B 8. 3. Tinned Conductors: ASTM B 33 . F. Copper Bonding Conductors : As follows : 1. Bonding Cable : 28 kcmil , 14 strands of No . 17 AWG copper conductor , 1/4 inch in diameter. 2. Bonding Conductor: No. 4 or No . 6 AWG , stranded copper conductor. 3. Bonding Jumper: Bare copper tape , braided bare copper conductors , term inated with copper ferrules ; 1-5/8 inches w ide and 1/16 inch thick. 4 . Tinned Bonding Jumper: Tinned-copper tape, braided copper conductors, terminated with copper ferrules ; 1-5/8 inches wide and 1 /16 i nch thick . G. Grounding Bus : Bare , annealed copper bars of rectangular cross section , with insulators. 2.3 CONNECTOR PRODUCTS A. Comply w ith IEEE 837 and UL 467; listed for use for specific types , sizes , and combinations of conductors and connected items. GROUNDING AND BONDING 16060 -2- B. Bolted Connectors: Bolted-pressure-type connectors, or compression type . C. Welded Connectors : Exothermic-welded type, in kit form, and selected per manufacturer's written instructions. 2.4 GROUNDING ELECTRODES A. Ground Rods: Copper-clad steel. B. Ground Rods: Sectional type; copper-clad steel. 1. Size : %" diameter by 10'-0" in length . PART 3 -EXECUTION 3.1 APPLICATION A. In raceways , use insulated equipment grounding conductors. B. Exothermic-Welded Connections : Use for connections to structural steel and for underground connections, except those at test wells . C. Equipment Grounding Conductor Terminations : Use bolted pressure clamps . D. Grounding Bus : Install in electrical and telephone equipment rooms, in rooms housing service equipment , and elsewhere as indicated . 1. Use insulated spacer; space 1 inch from wall and support from wall 6 inches above finished floor, unless otherwise indicated . 2. At doors, route the bus up to the top of the door frame , across the top of the doorway, and down to the specified height above the floor. E. Underground Grounding Conductors: Use tinned-copper conductor, No. 2/0 AWG minimum , unless otherwise shown . Bury at least 24 inches below grade or bury 12 inches above duct bank when installed as part of the duct bank . 3.2 EQUIPMENT GROUNDING CONDUCTORS A. Comply with NFPA 70 , Article 250, for types, sizes, and quantities of equipment grounding conductors, unless specific types, larger sizes , or more conductors than required by NFPA 70 are indicated. B. Install equipment grounding conductors in all feeders and circuits . C. Nonmetallic Raceways : Install an equipment grounding conductor in nonmetallic raceways unless they are designated for telephone or data cables. D. Common Ground Bonding with Lightning Protection System : Bond electrical power system ground directly to lightning protection system ground ing conductor at closest point to electrical service grounding electrode . Use bonding conductor sized same as system grounding electrode conductor, and install in conduit. GROUNDING AND BONDING 16060 -3- 3.3 INSTALLATION A. Ground Rods : Install at least three rods spaced at least one-rod length from each other and located at least the same distance from other grounding electrodes . 1. Drive ground rods until tops are 2 inches below finished floor or final grade , unless otherwise indicated. 2 . Interconnect ground rods with grounding electrode conductors . Use exothermic welds, except as otherwise indicated. Make connections without exposing steel or damaging copper coating. B. Grounding Conductors : Route along shortest and straightest paths possible, unless otherwise indicated. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage . C . Bonding Straps and Jumpers : Install so vibration by equipment mounted on vibration isolation hangers and supports is not transmitted to rigidly mounted equipment. Use exothermic-welded connectors for outdoor locations , unless a disconnect-type connection is required; then, use a bolted clamp . Bond straps directly to the basic structure taking care not to penetrate any adjacent parts. Install straps only in locations accessible for maintenance. 3.4 CONNECTIONS A. General : Make connections so galvanic action or electrolysis possibility is minimized. Select connectors , connection hardware , conductors , and connection methods so metals in direct contact will be galvanically compatible. 1. Use electroplated or hot-tin-coated materials to ensure high conductivity and to make contact points closer to order of galvanic series. 2. Make connections with clean, bare metal at points of contact. 3. Make aluminum-to-steel connections with stainless-steel separators and mechanical clamps. 4. Make aluminum-to-galvanized steel connections with tin-plated copper jumpers and mechanical clamps. 5. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of mo isture to contact surfaces. B. Exothermic-Welded Connections: Comply with manufacturer's written instructions . Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable . C. Equipment Grounding Conductor Terminations : For No. 8 AWG and larger, use pressure-type grounding lugs. No. 10 AWG and smaller grounding conductors may be terminated with winged pressure-type connectors . D. Noncontact Metal Raceway Terminations: If metallic raceways terminate at metal housings without mechanical and electrical connection to housing , terminate each conduit with a grounding bushing . Connect grounding bushings with a bare grounding conductor to grounding bus or terminal in housing . Bond electrically non-continuous conduits at entrances and exits with grounding bushings and bare grounding conductors, unless otherwise indicated . E. T ighten screws and bolts for grounding and bonding connectors and terminals according to manufacturer's published torque-tightening values . If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 4868. GROUNDING AND BONDING 16060 -4- F. G. 3 .5 A. Compression-Type Connections : Use hydraulic compression tools to provide correct circumferential pressure for compression connectors . Use tools and dies recommended by connector manufacturer. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on grounding conductor. Moisture Protection: If insulated grounding conductors are connected to ground rods or grounding buses, insulate entire area of connection and seal against moisture penetration of insulation and cable . FIELD QUALITY CONTROL Testing: Engage a qualified testing agency to perform the following field quality-control testing : 1. After installing grounding system but before permanent electrical circuitry has been energized, test for compliance with requirements . 2 . Test completed grounding system at each location where a maximum ground-resistance level is specified , at service disconnect enclosure grounding terminal , and at ground test wells . Measure ground resistance not less than two full days after the last trace of precipitation, and without the soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. Perform tests , by the fall -of-potential method according to IEEE 81 . 3. Provide drawings locating each ground rod and ground rod assembly and other grounding electrodes , identify each by letter in alphabetical order, and key to the record of tests and observations . Include the number of rods driven and their depth at each location and include observations of weather and other phenomena that may affect test results . Describe measures taken to improve test results. a . Equipment Rated 500 kVA and Less : 10 ohms . b. Equipment Rated 500 to 1000 kV A: 5 ohms . c . Equipment Rated More Than 1000 kVA: 3 ohms . d . Substations and Pad-Mounted Switching Equipment: 5 ohms. e. Manhole Grounds: 10 ohms . 4 . Excessive Ground Resistance : If resistance to ground exceeds specified values, notify Architect promptly and include recommendations to reduce ground resistance. 3.6 GRADING AND PLANTING A. Restore surface features , including vegetation, at areas disturbed by Work of this Section. Reestablish original grades, unless otherwise indicated . If sod has been removed , replace it as soon as possible after backfilling is completed. Restore areas disturbed by trenching, storing of dirt, cable laying , and other activities to their original condition. Include appl ication of topsoil , fertilizer , lime , seed, sod , sprig, and mulch. Restore disturbed paving as indicated . END OF SECTION GROUNDING AND BONDING 16060 -5- SECTION 16075 -ELECTRICAL IDENTIFICATION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract , includ ing General and Supplementary Conditions and Divis ion 1 Specification Sections , apply to this Section. 1.2 SUMMARY 1.3 1.4 1.5 A. This Section includes the following : A. B. C . A . B. C . A. 1. Identification for raceway . 2 . Identification for conductors and communication and control cable. 3. Equipment identification labels. 4. Miscellaneous identification products. SUBMITTALS Product Data: For each electrical identification product indicated . Identification Schedule: An index of nomenclature of electrical equipment and system components used in identification signs and labels. Samples: For each type of label and sign to illustrate size, colors, lettering style , mounting provisions, and graphic features of identification products. QUALITY ASSURANCE Comply with ANSI A 13 .1 and ANSI C2 . Comply with NFPA 70 . Comply with 29 CFR 1910 .145. COORDINATION Coordinate identification names, abbreviations, colors, and other features with requirements in the Contract Documents, Shop Drawings , manufacturer's wiring diagrams , and the Operation and Maintenance Manual, and with those required by codes , standards, and 29 CFR 1910 .145. Use consistent designations throughout Project. B . Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied . C . Coordinate installation of identifying devices with location of access panels and doors . D. Install identifying devices before installing acoustical ceilings and similar concealment. PART 2 -PRODUCTS 2.1 RACEWAY IDENTIFICATION MATERIALS A. Comply with ANSI A 13.1 for minimum size of letters for legend and for minimum length of color field for each raceway. ELECTRICAL IDENTIFICATION 16075 -1- B. Color for Printed Legend: 1. Power Circuits: Black letters on an orange field . 2 . Legend : Indicate system or service and voltage, if applicable . C. Self-Adhesive Vinyl Labels : Preprinted , flexible label laminated with a clear , weather-and chemical-resistant coating and matching wraparound adhesive tape for securing ends of legend label. D. Snap-Around Labels: Slit , pre-tensioned , flexible , preprinted , color-coded acrylic sleeves, with diameter sized to suit diameter of raceway it identifies and to stay in place by gripping action. E. Snap-Around, Color-Coding Bands: Slit, pre-tensioned, flexible , solid-colored acrylic sleeves , 2 inches long , with diameter sized to suit diameter of raceway it identifies and to stay in place by gripping action . F. Self-Adhesive Vinyl Tape: Colored , heavy duty, waterproof, fade resistant; 2 inches wide ; compounded for outdoor use. 2 .2 CONDUCTOR AND COMMUNICATION-AND CONTROL-CABLE IDENTIFICATION MATERIALS A. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide. B. Marker Tapes : Vinyl or vinyl-cloth , self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process. C. Aluminum Wraparound Marker Labels : Cut from 0.014-inch-thick aluminum sheet, with stamped, embossed , or scribed legend , and fitted with tabs and matching slots for permanently securing around wire or cable jacket or around groups of conductors. D . Metal Tags : Brass or aluminum, 2 by 2 by 0.05 inch, with stamped legend , punched for use with self-locking nylon tie fastener . E. Write-On Tags: Polyester tag, 0.015 inch thick , with corrosion-resistant grommet and polyester or nylon tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2.3 UNDERGROUND-LINE WARNING TAPE A. Description: Permanent, bright-colored , continuous-printed, polyethylene tape. 1. Not less than 6 inches wide by 4 mils thick. 2 . Compounded for permanent direct-burial service . 3. Embedded continuous metallic strip or core. 4 . Printed legend shall indicate type of underground line. 2.4 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910 .145 . ELECTRICAL IDENTIFICATION 16075 -2- B. Self-Adhesive Warning Labels : Factory printed , multicolor, pressure-sensitive adhesive labels , configured for display on front cover , door, or other access to equipment , unless otherwise indicated . C. Baked-Enamel Warning Signs : Preprinted alum inum s igns , punched or drilled for fasteners , with colors , legend , and size required for application . 1/4-inch grommets in corners for mounting. Nom inal size , 7 by 10 inches . D. Metal-Backed , Butyrate Warning Signs : Weather-resistant , nonfad ing , preprinted , cellulose- acetate butyrate signs with 0.0396-inch galvanized-steel back ing ; and with colors , legend , and size required for applicat ion . 1/4-inch grommets in corners for mounting . Nominal size , 10 by 14 inches . E. Warning label and sign shall include , but are not limited to, the following legends : 1. Multiple Power Source Warning : "DANGER -ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES ." 2 . Workspace Clearance Warning : "WARNING -OSHA REGULATION -AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES ." 2.5 INSTRUCTION SIGNS A. Engraved , laminated acrylic or melamine plastic , minimum 1 /16 i nch thick for signs up to 20 sq . in . and 1/8 inch thick for larger sizes . 1. Engraved legend with black letters on white face . 2. Punched or drilled for mechanical fasteners . 3. Framed with mitered acryl ic mold ing and arranged for attachment at appl icable equipment. 2.6 EQUIPMENT IDENTIFICATION LABELS A. Adhesive Film Label : Mach ine printed , in black , by thermal transfer or equ ivalent process. Min imum letter height sha ll be 3/8 inch . B. Adhesive Film Label with Clear Protective Overlay: Machine printed , in black , by thermal transfer or equ ivalent process. Minimum letter height shall be 3/8 inch . Overlay shall provide a weatherproof and ultraviolet-resistant seal for label. C . Self-Adhesive , Engraved , Laminated Acrylic or Melamine Labe l: Adhesive backed , with white letters on a dark-gray background . Minimum letter height shall be 3/8 inch . D. Engraved , Laminated Acrylic or Melamine Label : Punched or drilled for screw mounting . Dark- gray letters on a white background . Minimum letter he ight shall be 3/8 inch . E. Stenc iled Legend : In non-fading , waterproof, black ink or paint. Minimum letter height shall be 1 inch . 2.7 MISCELLANEOUS IDENTIFICATION PRODUCTS A. Cable Ties: Fungus-inert, self-extinguishing , 1-piece , self-locking , Type 6/6 nylon cable ties. 1. Minimum Width : 3/16 inch . 2 . Tensile Strength : 50 lb , minimum. 3. Temperature Range : Minus 40 to plus 185 deg F. 4 . Color: Black , except where used for color-coding . ELECTRICAL IDENTIFICATION 16 075 -3- 8 . Paint: Paint materials and application requirements are specified in Division 9 painting Sections . 1. Exterior Ferrous Metal : a . Semigloss Alkyd-Enamel Finish : Two finish coats over a primer . 1) Primer: Exterior ferrous-metal primer. 2) Finish Coats: Exterior semigloss alkyd enamel. 2. Exterior Zinc-Coated Metal (except Raceways): a. Semigloss Alkyd-Enamel Finish: Two finish coats over a primer. 1) Primer: Exterior zinc-coated metal primer. 2) Finish Coats : Exterior semigloss alkyd enamel. 3. Interior Ferrous Metal : a. Semigloss Acrylic-Enamel Finish : Two finish coats over a primer. 1) Primer: Interior ferrous-metal primer. 2) Finish Coats: Interior semigloss acrylic enamel. 4 . Interior Zinc-Coated Metal (except Raceways): a. Semigloss Acrylic-Enamel Finish: Two finish coats over a primer. 1) Primer : Interior zinc-coated metal primer. 2) Finish Coats: Interior semigloss acrylic enamel. C. Fasteners for Labels and Signs: Self-tapping , stainless-steel screws or stainless-steel machine screws with nuts and flat and lock washers. PART 3 -EXECUTION 3.1 APPLICATION A . Accessible Raceways and Metal-Clad Cables, 600 V or Less , for Service, Feeder, and Branch Circuits More Than 20 A: Identify with orange self-adhesive vinyl label. 8 . Branch-Circuit Conductor Identification : Where there are conductors for more than three branch circuits in same junction or pull box, use color-coding conductor tape . Identify each ungrounded conductor according to source and circuit number. C . Conductors to Be Extended in the Future: Attach write-on tags to conductors and list source and circuit number. D. Auxiliary Electrical Systems Conductor Identification : Identify field-installed alarm , control , signal , sound, intercommunications , voice , and data connections. 1. Identify conductors , cables , and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. ELECTRICAL IDENTIFICATION 16075 -4 - 2. Use system of marker tape designations that is uniform and consistent with system used by manufacturer for factory-installed connections . 3. Coordinate identification w ith Project Drawings, manufacturer's wiring diagrams , and Operation and Maintenance Manual. E. Locations of Underground Lines: Identify with underground-line warning tape for power , lighting , communication , and control wiring and optical fiber cable . Install underground-line warning tape for both direct-buried cables and cables in raceway . F. Warning Labels for Indoor Cabinets , Boxes , and Enclosures for Power and Lighting : Comp ly with 29 CFR 1910 .145 and apply self-adhesive warning labels . Identify system voltage with black letters on an orange background . Apply to exterior of door, cover, or other access . 1. Equipment with Multiple Power or Control Sources: Apply to door or cover of equipment including , but not limited to , the following : a. Power transfer switches. b. Controls with external control power connections . 2. Equ ipment Requir ing Workspace Clearance According to NFPA 70 : Unless otherwise indicated , apply to door or cover of equipment but not on flush panelboards and similar equipment in finished spaces. G . Instruction Signs : 1. Operating Instructions: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation . H. Equipment Identification Labels : On each unit of equipment, install unique designation label that is cons istent with wiring diagrams , schedules , and Operation and Ma intenance Manual. Apply labels to disconnect switches and protection equipment , central or master units , control panels , control stations , terminal cabinets , and racks of each system . Systems include power, lighting, control , commun ication , signal , monitoring , and alarm systems unless equipment is provided with its own identification . 1. Labeling Instructions : a. Indoor Equipment: Engraved , laminated acrylic or melamine labe l. Unless otherwise ind icated , provide a single line of text with 1/2-inch-high letters on 1-1/2- inch-high label ; where 2 lines of text are requ i red , use labels 2 inches high . b. Outdoor Equipment: Engraved , laminated acrylic or melamine label. c. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor . 2. Equipment to Be Labeled : a. Disconnect switches. b. Enclosed circuit breakers. c. Contactors . d. Remote-controlled switches , dimmer modules , and control devices . ELECTRICAL IDENTIFICATION 16075 -5- 3 .2 A. B. C . D . E. F. INSTALLATION Verify identity of each item before installing identification products. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. Apply identification devices to surfaces that require finish after completing finish work . Self-Adhesive Identification Products: Clean surfaces before application , using materials and methods recommended by manufacturer of identification device. Attach non-adhesive signs and plastic labels with screws and auxiliary hardware appropriate to the location and substrate. System Identification Color Banding for Raceways and Cables : Each color band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact , side by side . Locate bands at changes in direction, at penetrations of walls and floors , at 50- foot maximum intervals in straight runs, and at 25-foot maximum intervals i n congested areas . G. Color-Coding for Phase and Voltage Level Identification , 600 V and Less : Use the colors listed below for ungrounded feeder and branch-circuit conductors. 1. Color shall be factory applied. 2. Colors for 208/120-V Circuits: a. Phase A : Black. b. Phase B: Red. c. Phase C : Blue . d. Neutral : White 3 . Colors for 480/277-V Circuits : a. Phase A: Brown . b . Phase B: Orange . c. Phase C : Yellow. d. Neutral : Gray 4 . Field-Applied , Color-Coding Conductor Tape: Apply in half-lapped turns for a minimum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwi nding . Locate bands to avoid obscuring factory cable markings . H . Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of conductor or cable at a location with high visibility and accessibility. I. Underground-Line Warning Tape : During backfilling of trenches install continuous underground-line warning tape directly above line at 6 to 8 inches below finished grade . Use multiple tapes where width of multiple lines installed in a common trench exceeds 16 inches overall. J. Painted Identification : Prepare surface and apply paint according to Division 9 painting Sections . ELECTRICAL IDENTIFICATION 16075 -6- END OF SECTION ELECTRICAL IDENTIFICATION 16075 -7- SECTION 16120 -CONDUCTORS AND CABLES PART 1 -GENERAL 1.1 1.2 1.3 1.4 A. A. A. B. A. RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. SUMMARY This Section includes building wires and cables and associated connectors, splices , and terminations for wiring systems rated 600 V and less. SUBMITTALS Product Data: For each type of product indicated. Qualification Data : For testing agency. QUALITY ASSURANCE Testing Agency Qualifications: Testing agency as defined by OSHA in 29 CFR 1910.7 or a member company of the International Electrical Testing Association and that is acceptable to authorities having jurisdiction . B. Electrical Components , Devices, and Accessories: Listed and labeled as defined in NFPA 70 , Article 100 , by a testing agency acceptable to authorities having jurisdiction, and marked for intended use . C. Comply with NFPA 70 . PART 2 -PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection : 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to , the manufacturers specified. 2 .2 CONDUCTORS AND CABLES A. Available Manufacturers: 1. American Insulated Wire Corp.; a Leviton Company. 2 . General Cable Corporation. 3. Southwire Company. B. Refer to Part 3 "Conductor and Insulation Applications" Article for insulation type, cable construction, and ratings. CONDUCTORS AND CABLE 16120 -1- C. Conductor Material: Copper stranded or solid conductor for No . 10 AWG and smaller , stranded for No. 8 AWG and larger. D. Conductor Insulation Types: Thermoplastic , rated at 75 °C . minimum . 2.3 CONNECTORS AND SPLICES A. Available Manufacturers: 1. AFC Cable Systems , Inc . 2 . AMP Incorporated/Tyco International. 3. Hubbell/Anderson . 4 . 0-Z/Gedney; EGS Electrical Group LLC. 5. 3M Company ; Electrical Products Div ision . B. Description: Factory-fabricated connectors and splices of size , ampacity rating, material , type, and class for application and service indicated. PART 3 -EXECUTION 3.1 CONDUCTOR AND INSULATION APPLICATIONS 3.2 A. Exposed Feeders: Type THHN-THWN, single conductors in raceway. B. Feeders Concealed in Ceilings, Walls , and Partitions : Type THHN-THWN , single conductors in raceway. C . Feeders Concealed in Concrete , below Slabs-on-Grade, and in Crawlspaces : Type THHN- THWN , single conductors in raceway. D. Exposed Branch Ci rcuits , including in Crawlspaces : Type THHN-THWN , single conductors in E. F. G. H. I. J . K. A. raceway. Branch Circuits Concealed in Ceilings , Walls , and Partitions: Type THHN-THWN , single conductors in raceway . Branch Circuits Concealed in Concrete and below Slabs-on-Grade : Type THHN-THWN , single conductors in raceway. Underground Feeders and Branch C ircu its : Type UF insulated conductors in raceway . Cord Drops and Portable Appliance Connections : Type SO , hard service cord . Fire Alarm Circuits : Type THHN-THWN , in raceway. Class 1 Control Circuits : Type THHN-THWN , in raceway . Class 2 Control Circuits : Type THHN-THWN , in raceway. INSTALLATION Conceal cables in finished walls , ce ilings , and floors , unless otherwise ind icated. CONDUCTORS AND CABLE 16120 -2- 3.3 B. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation . Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values . C . D . E . F. G. A. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips , that will not damage cables or raceway. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible . Support cables according to Division 16 Section "Basic Electrical Materials and Methods ." Seal around cables penetrating fire-rated elements according to Division 7 Section " Fire- stopping and Fire-safing." Identify and color-code conductors and cables according to Division 16 Section "Electrical Identification." CONNECTIONS Tighten electrical connectors and terminals according to manufacturer's published torque- tightening values . If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 4868. B. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than un-spliced conductors . C. Wiring at Outlets : Install conductor at each outlet , with at least 12 inches of slack. 3.4 FIELD QUALITY CONTROL A. Testing: Engage a qualified testing agency to perform the following field quality-control testing : 1. After installing conductors and cables and before electrical circuitry has been energized , test for compliance with requirements. 2. Perform each electrical test and visual and mechanical inspection stated in NET A ATS, Section 7.3.2 for all feeder circuits. Certify compl iance with test parameters. B. Test Reports : Prepare a written report to record the following : 1. Test procedures used . 2. Test results that comply with requirements. 3. Test results that do not comply w ith requirements and corrective action taken to achieve compliance with requirements. END OF SECTION CONDUCTORS AND CABLE 16120 -3- SECTION 16130 -RACEWAYS AND BOXES PART 1 -GENERAL 1 .1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract , including General and Supplementary Conditions and Division 1 Specification Sections , apply to this Section . 1.2 SUMMARY 1.3 1.4 1.5 A. Th is Section includes raceways , fittings , boxes , enclosures , and cabinets for electrical w iring . B. Related Sections include the fol lowing: A. B. C . D . E . F. G . A. A. 1. Division 2 Section "Utilities Trenching , Backfill , and Compaction" for exterior ductbanks , manholes , and underground utility construction . 2. Division 7 Section " Firestopping and Firesafing "for firestopping materials and installation at penetrations through walls , ceilings , and other fire-rated elements. 3 . Division 16 Section "Basic Electrical Materials and Methods" for supports , anchors , and identification products . DEFINITIONS EMT: Electrical metallic tubing. ENT: Electrical nonmetallic tubing. FMC: Flexible metal conduit. IMC : Intermediate metal conduit. LFMC : Liquidtight flexible metal conduit. LFNC : Liquidtight flexible nonmetallic conduit. RNC : Rigid nonmetallic conduit. SUBMITTAL$ Product Data : For surface raceways , wireways and fittings , floor boxes , hinged-cover enclosures , and cabinets. QUALITY ASSURANCE Electrical Components , Devices , and Accessories: Listed and labeled as defined in NFPA 70 , Article 100, by a testing agency acceptable to authorities having jurisdiction , and marked for intended use . B. Comply with NFPA 70 . 1.6 COORDINATION A. Coordinate layout and installation of raceways, boxes, enclosures , cabinets , and suspension system with other construction that penetrates ceilings or is supported by them , including light fixtures, HVAC equipment , fire-suppression system , and partition assemblies. RACEWAYS AND BOXES 16130 -1- PART 2 -PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where subparagraph titles below introduce lists , the following requirements apply for product selection : 1. Available Manufacturers : Subject to compliance with requirements , manufacturers offering products that may be incorporated into the Work include, but are not limited to, the manufacturers specified. 2.2 METAL CONDUIT AND TUBING A. Available Manufacturers: 1. Alflex Inc. 2. Anamet Electrical , Inc .; Anaconda Metal Hose. 3. Electri-Flex Co . 4 . Grinnell Co./Tyco International ; Allied Tube and Conduit Div. 5. LTV Steel Tubular Products Company . 6. Manhattan/CDT/Cole-Flex. 7. 0-Z Gedney; Unit of General Signal. 8 . Wheatland Tube Co . B. Rigid Steel Conduit: ANSI C80.1 . C . IMC: ANSI C80.6 . D. EMT and Fittings : ANSI C80 .3. 1. Fittings: Compression type . E. FMC: Zinc-coated steel. F. LFMC: Flexible steel conduit with PVC jacket. G. Fittings: NEMA FB 1; compatible with conduit and tubing materials . 2.3 NONMETALLIC CONDUIT AND TUBING A. Available Manufacturers : 1. American International. 2. Anamet Electrical , Inc.; Anaconda Metal Hose. 3. Arnco Corp. 4. Cantex Inc. 5. Certainteed Corp .; Pipe & Plastics Group. 6 . Condux International. 7. ElecSYS, Inc. 8. Electri-Flex Co . 9. Lamson & Sessions ; Carlon Electrical Products. 10. Manhattan/CDT/Cole-Flex . 11. RACO ; Division of Hubbell, Inc . 12 . Spiralduct, lnc./AFC Cable Systems , Inc. 13. Thomas & Betts Corporation . RACEWAYS AND BOXES 16130 -2- B. RNC : NEMA TC 2 , Schedule 40 and Schedule 80 PVC. C. LFNC: UL 1660. 2.4 METAL WIREWAYS A. Available Manufacturers: 1. Hoffman . 2. Square D. B. Material and Construction: Sheet metal sized and shaped as indicated, NEMA 1. C . Fittings and Accessories : Include couplings , offsets , elbows , expansion joints , adapters , hold- down straps , end caps , and other fittings to match and mate with wireways as required for complete system . D. Select features, unless otherwise indicated , as required to complete wiring system and t o comply with NFPA 70 . E. Wireway Covers: Hinged type . F. Finish: Manufacturer's standard enamel finish . 2.5 SURFACE RACEWAYS A. Surface Metal Raceways: Galvanized steel with snap-on covers . Finish with manufacturer's standard prime coating. 1. Available Manufacturers: a. Airey-Thompson Sentinel Lighting ; Wiremold Company (The). b. Thomas & Betts Corporation. c. Walker Systems , Inc.; Wiremold Company (The). d. Wiremold Company (The); Electrical Sales Divis ion. B. Types , sizes , and channels as indicated and required for each application , with fittings that match and mate with raceways. 2.6 BOXES, ENCLOSURES , AND CABINETS A. Available Manufacturers: 1. Cooper Crouse-Hinds ; Div. of Cooper Industries , Inc. 2. Emerson/General Signal ; Appleton Electric Company. 3. Erickson Electrica l Equipment Co . 4. Hoffman. 5. Hubbell, Inc.; Killark Electric Manufacturing Co . 6. 0-Z/Gedney; Unit of General Signal. 7. RACO ; Division of Hubbell, Inc. 8. Robroy Industries , Inc.; Enclosure Division. 9. Scott Fetzer Co.; Adalet-PLM Division. 10 . Spring City Electrical Manufacturing Co. 11. Thomas & Betts Corporation. 12 . Walker Systems , Inc.; Wiremold Company (The). 13. Woodhead , Daniel Company; Woodhead Industries, Inc . Subsidiary. RACEWAYS AND BOXES 16130 -3- B. Sheet Metal Outlet and Device Boxes : NEMA OS 1. C. Cas t-Metal Outlet and Device Boxes : NEMA FB 1, Type FD , with gasketed cover . D. Floor Boxes : Cast metal , fully adjustable , rectangular. E. Small Sheet Metal Pull and Junction Boxes : NEMA OS 1. F. Cast-Metal Pull and Junction Boxes : NEMA FB 1, cast aluminum with gasketed cover. G. Hinged -Cover Enclosures: NEMA 250 , Type 1, with continuous hinge cover and flush latch . 1. Metal Enclosures: Steel , finished inside and out with manufacturer's standard enamel. 2. Nonmetallic Enclosures : Plastic , finished inside with rad io-frequency-resistant pa int. 2.7 FACTORY FINISHES A. Finish: For raceway , enclosure , or cab inet components , prov ide manufacturer's standard Grey paint applied to factory-assembled surface raceways , enclosures , and cabinets before shipping . PART 3 -EXECUTION 3.1 RACEWAY APPLICATION A. Outdoors: 1. Exposed: Rigid steel or IMC. 2. Concealed : Rigid steel or IMC. 3. Underground , Single Run: RNC. 4. Underground , Grouped: RNC . 5. Connection to Vibrating Equipment (Including Transformers and Hydraulic , Pneumatic , Electric Solenoid , or Motor-Driven Equipment): LFMC . 6. Boxes and Enclosures: NEMA 250 , Type 3R. B. Indoors: 1. Exposed: Rigid Steel Conduit. 2 . Concealed: EMT . 3. Connection to Vibrating Equipment {Including Transformers and Hydraulic , Pneumatic , Electric Solenoid , or Motor-Driven Equipment): FMC ; except use LFMC in damp or wet locat ions . 4 . Damp or Wet Locations : Rigid steel conduit. 5 . Boxes and Enclosures : NEMA 250 , Type 1, except as follows: a. Damp or Wet Locat ions : NEMA 250 , Type 4 , stainless steel. C. Minimum Raceway Size : 3/4-inch trade size . D. Raceway Fittings: Compatible with raceways and suitable for use and location . 1. Intermediate Steel Conduit: Use threaded rigid steel conduit fittings , unless otherwise indicated . E. Do not install alum inum conduits embedded in or in contact with concrete . RACEWAYS AND BOXES 161 30 -4- 3.2 A. B. C . D . E. F. G . INSTALLATION Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping. Complete raceway installation before starting conductor installation. Support raceways as specified in Division 16 Section "Basic Electrical Materials and Methods." Install temporary closures to prevent foreign matter from entering raceways. Protect stub-ups from damage where conduits rise through floor slabs. Arrange so curved portions of bends are not visible above the finished slab . Make bends and offsets so ID is not reduced. Keep legs of bends in the same plane and keep straight legs of offsets parallel, unless otherwise indicated . Conceal conduit and EMT within finished walls , ceilings , and floors , unless otherwise indicated. 1. Install concealed raceways with a minimum of bends in the shortest practical distance , considering type of building construction and obstructions , unless otherwise indicated . H. Raceways Embedded in Slabs: Install in middle 1/3 of slab thickness where practical and leave at least 2 inches of concrete cover. 1 . Secure raceways to reinforcing rods to prevent sagging or shifting during concrete placement. 2. Space raceways laterally to prevent voids in concrete. 3. Run conduit larger than 1-inch trade size (ON 27) parallel or at right angles to main reinforcement. Where at right angles to reinforcement , place conduit close to slab support. 4. Change from nonmetallic tubing to rigid steel conduit before rising above the floor. I. Install exposed raceways parallel or at right angles to nearby surfaces or structural members and follow surface contours as much as possible. 1. Run parallel or banked raceways together on common supports . 2 . Make parallel bends in parallel or banked runs . Use factory elbows only where elbows can be installed parallel ; otherwise , provide field bends for parallel raceways . J . Join raceways with fittings designed and approved for that purpose and make joints tight. 1. Use insulating bushings to protect conductors. K. Tighten set screws of thread-less fittings with suitable tools. L. Terminations : 1. Where raceways are terminated with locknuts and bushings, align raceways to enter squarely and install locknuts with dished part against box. Use two locknuts, one inside and one outside box. 2. Where raceways are terminated with threaded hubs , screw raceways or fittings tightly into hub so end bears against wire protection shoulder. Where chase nipples are used, RACEWAYS AND BOXES 16130 -5- 3 .3 align raceways so coupling is square to box; tighten chase nipple so no threads are exposed . M . Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength . Leave at least 12 inches of slack at each end of pull wire. N . Telephone and Signal System Raceways , 2 -lnch Trade Size (ON 53) and Smaller: In addition to above requirements , install raceways in maximum lengths of 150 feet and with a maximum of two 90-degree bends or equivalent. Separate lengths with pull or junction boxes where necessary to comply with these requirements . 0 . Install raceway sealing fittings at suitable , approved , and accessible locations and fill them with UL-listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a fin ish similar to that of adjacent plates or surfaces. Install raceway sealing fittings at the following points : 1. Where otherwise required by NFPA 70 . P. Stub-up Connections: Extend conduits through concrete floor for connection to freestanding equipment. Install with an adj ustable top or coupling threaded inside for plugs set flush with finished floor. Extend conductors to equipment with rigid steel conduit; FMC may be used Q . R. S . T. A. 6 inches above the floor . Install screwdriver-operated , threaded plugs flush with floor for futu r e equipment connections . Flexible Connections: Use maximum of 72 inches of flex ible condu it for recessed and semi- recessed lighting fixtures ; for equipment subject to vibration , noise transmission , or movement; and for all motors . Use LFMC in damp or wet locations . Install separate ground conductor across flexible connections. Surface Raceways: Install a separate , green , ground conductor in raceways from junction box supplying raceways to receptacle or fixture ground term inals. Set floor boxes level and flush with finished floor surface . Install hinged-cover enclosures and cabinets plumb. Support at each corner . PROTECTION Provide final protection and maintain conditions that ensure coatings , finishes , and cabinets are without damage or deterioration at time of Substantial Completion. 1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 2 . Repair damage to PVC or paint finishes with matching touchup coati ng recommended by manufacturer. 3.4 CLEANING A. After completing installation of exposed , factory-finished raceways and boxes , inspect exposed finishes and repa ir damaged finishes . END OF SECTION RACEWAYS AND BOXES 16130 -6- SECTION 16521 -EXTERIOR LIGHTING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provis ions of the Contract, including General and Supplementary Conditions and Divis ion 1 Specification Sections , apply to th is Section. 1.2 SUMMARY 1.3 1.4 A. This Se ction includes the following : 1. Exterior lum inaires with lamps and ballasts. 2 . Luminaire-mounted photoelectric relays . B. Related Sections include the following : A. B. C . D. E. A. 1. Division 16 Section "Interior Lighting" for exterior luminaires normally mounted on exterior surfaces of buildings. DEFINITIONS CRI : Color-rendering index. HID : High-intens ity d ischarge . Lumina ire : Complete lighting fixture , including ballast hous ing if provided . Pole : Luminaire support structure , including tower used for large area illumination. Standard : Same definition as "Pole" above . SUBMITTALS Product Data: For each lum ina ire , pole , and support component , arranged in order of lighting un it designation . Include data on features , accessories , finishes , and the following: 1. Physical description of luminaire , including materials , d imens ions , effective projected area , and verification of ind icated parameters . 2 . Details of attaching luminaires and accessories . 3 . Details of installation and construction . 4 . Luminaire materials. 5 . Photometric data based on laboratory tests of each luminaire type , complete with indicated lamps , ballasts , and accessories. a. For indicated luminaires , photometric data shall be certified by a qualified independent testing agency. Photometric data for rema ining luminaires shall be certified by manufacturer . b. Photometric data shall be certified by manufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for Energy Efficient Lighting Products . 6 . Photoelectric relays. 7. Ballasts , including energy-efficiency data . EXTERIOR LIGHTING 16521 -1- 1.5 8 . Lamps, including life, output, and energy-efficiency data. 9. Materials , dimensions , and finishes of poles. 10. Means of attaching luminaires to supports , and indication that attachment is suitable for components involved . B. Shop Drawings: 1. Design calculations , certified by a qualified professional engineer, indicating strength of screw foundations and soil conditions on which they are based. 2 . Wiring Diagrams: Power and control wiring . C. Samples for Verification : For products designated for sample submission in Exterior Lighting Device Schedule . Each sample shall include lamps and ballasts. D . Pole and Support Component Certificates : Signed by manufacturers of poles , certifying that products are designed for indicated load requirements in AASHTO L TS -4 and that load imposed by luminaire has been included in design . E. F. G. H. A. Qualification Data: For agencies providing photometric data for lighting fixtures . Field quality-control test reports . Operation and Maintenance Data : For luminaires and poles to include in emergency, operation , and maintenance manuals . Warranty: Special warranty specified in this Section. QUALITY ASSURANCE Lumina ire Photometric Data Testing Laboratory Qualifications : Provided by manufacturers' laboratories that are accredited under the National Volunteer Laboratory Accreditation Program for Energy Efficient Lighting Products . B. Electrical Components , Devices, and Accessories : Listed and labeled as defined in NFPA 70 , Article 100 , by a testing agency acceptable to authorities having jurisdiction , and marked for intended use. C. Comply with IEEE C2 , "National Electrical Safety Code ." D. Comply w ith NFPA 70 . 1 .6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace products that fail in materials or workmanship ; that corrode ; or that fade , stain , perforate , erode , or chalk due to effects of weather or solar radiation within specified warranty period. Manufacturer may exclude lightning damage, hail damage , vandalism , abuse , or unauthorized repairs or alterations from special warranty coverage . 1. Warranty Period for Lumina ires: Five years from date of Substantial Completion. 2 . Warranty Period for Metal Corrosion : Five years from date of Substantial Completion . 3 . Warranty Period for Color Retention: Five years from date of Substantial Completion. 4 . Warranty Period for Lamps: Replace lamps and fuses that fail within 12 months from date of Substantial Completion ; furnish replacement lamps and fuses that fail within the second 12 months from date of Substantial Completion . EXTERIOR LIGHTING 16521 -2- 1. 7 EXTRA MA TE RIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents . 1. Lamps: 10 for every 100 of each type and rating installed . Furnish at least one of each type. 2 . Glass and Plastic Lenses , Covers , and Other Optical Parts : 10 for every 100 of each type and rating installed . Furnish at least one of each type . 3 . Drivers: 10 for every 100 of each type and rating installed . Furnish at least one of each type. 4 . Globes and Guards: 10 for every 20 of each type and rating installed . Furnish at least one of each type. PART 2 -PRODUCTS 2 .1 MANUFACTURERS 2 .2 A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection : B . In Exterior Lighting Device Schedule where titles below are column or row head ings that introduce lists, the following requirements apply to product selection: A. B. C. D. E. F. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include , but are not limited to , manufacturers specified . LUMINAIRES , GENERAL REQUIREMENTS Luminaires shall comply with UL 1598 and be listed and labeled for installation in wet locations by an NRTL acceptable to authorities having jurisdiction. Comply with !ESNA RP-8 for parameters of lateral light distribution patterns indicated for luminaires. Metal Parts: Free of burrs and sharp corners and edges. Sheet Metal Components : Corrosion-resistant aluminum, unless otherwise indicated. Form and support to prevent warping and sagging . Housings: Rigidly formed , weather-and light-tight enclosures that will not warp , sag , or deform in use. Provide filter/breather for enclosed luminaires . Doors, Frames, and Other Internal Access : Smooth operating , free of light leakage under operating conditions , and designed to permit relamping without use of tools . Designed to prevent doors , frames , lenses , diffusers , and other components from falling accidentally during relamping and when secured in operating position . Doors shall be removable for cleaning or replacing lenses. Designed to disconnect ballast when door opens . G . Exposed Hardware Material : Stainless steel. H. Plastic Parts: High resistance to yellowing and other changes due to aging , exposure to heat , and UV radiation . EXTERIOR LIGHTING 16521 -3- I. Light Shields : Metal baffles, factory installed and field adjustable, arranged to block light distribution to indicated portion of normally illuminated area or field . J . Reflecting surfaces shall have minimum reflectance as follows, unless otherwise indicated : 1. White Surfaces: 85 percent. 2. Specular Surfaces: 83 percent. 3. Diffusing Specular Surfaces: 75 percent. K. Lenses and Refractors Gaskets : Use heat-and aging-resistant resilient gaskets to seal and cushion lenses and refractors in luminaire doors. L. Luminaire Finish : Manufacturer's standard paint applied to factory-assembled and -tested luminaire before shipping . Where indicated , match finish process and color of pole or support materials . M. Factory-Applied Finish for Steel Luminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 1. Surface Preparation : Clean surfaces to comply with SSPC-SP 1, "Solvent Cleaning ," to remove dirt , oil , grease , and other contaminants that could impair paint bond. Grind welds and polish surfaces to a smooth, even finish . Remove mill scale and rust, if present, from uncoated steel , complying with SSPC-SP 5/NACE No . 1, "White Metal Blast Cleaning ," or SSPC-SP 8 , "Pickling ." 2 . Exterior Surfaces : Manufacturer's standard finish consisting of one or more coats of primer and two finish coats of high-gloss, high-build polyurethane enamel. a. Color: Dark Bronze, as approved by the Architect. N. Factory-Applied Finish for Aluminum Luminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 1. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes . 2. Class I, Color Anodic Finish : AA-M32C22A42/A44 (Mechanical Finish: medium satin; Chemical Finish : etched, medium matte; Anodic Coating : Architectural Class I, integrally colored or electrolytically deposited color coating 0.018 mm or thicker) complying with AAMA611. a. Color: Dark Bronze, as approved by the Architect. 2 .3 BALLASTS FOR HID LAMPS A. Comply with ANSI C82.4 and UL 1029 and capable of open-circuit operation without reduction of average lamp life . Include the following features, unless otherwise indicated: 1. Ballast Circuit: Constant-wattage autotransformer or regulating high-power-factor type. 2. Minimum Starting Temperature: Minus 22 deg F. 3. Normal Ambient Operating Temperature: 104 deg F. 4. Ballast Fuses: One in each ungrounded power supply conductor. Voltage and current ratings as recommended by ballast manufacturer. EXTERIOR LIGHTING 16521 -4- PART 3 -EXECUTION 3.1 3.2 A. 8. C . A. 8. LUMINAIRE INSTALLATION Install lamps in each luminaire . Fasten luminaire to indicated structural supports. Adjust luminaires that require field adjustment or aiming . Include adjustment of photoelectric device to prevent false operation of relay by artificial light sources. FIELD QUALITY CONTROL Inspect each installed fixture for damage. Replace damaged fixtures and components. Illumination Observations: Verify normal operation of lighting units after installing luminaires and energizing circuits with normal power source . 1. Verify operation of photoelectric controls. C. Illumination Tests : 1. Measure light intensities at night. Use photometers with calibration referenced to NIST standards. Comply with the following IESNA testing guide(s): a. IESNA LM-64, "Photometric Measurements of Parking Areas ." b. IESNA LM-72, "Directional Positioning of Photometric Data ." D. Prepare a written report of tests , inspections, observations , and verifications indicating and interpreting results . If adjustments are made to lighting system, retest to demonstrate compliance with standards . END OF SECTION EXTERIOR LIGHTING 16521 -5- IBTX Risk Services \afeh \lanagcmcnt • I luman Resource'> .... en ire-.• Bu,inrs, ln,urnnl'c • Pl·rsonal lnsurancr Fmplo) cc Benefits• Surct Bond.,•\\ cnlth ,1mrngcmcnt • Lxcrutl\ c Planning October 22, 2010 Why We Are Using the Latest ACORD 25 Certificate of Liability Insurance In September 2009, ACORD revised the ACORD 25 Certificate of Insurance form. One of the major changes was the removal of the cancellation notice provision. For the following reasons, we are unable to issue an older edition of this form, modify the current form, or complete a proprietary form you provide: • Notice of cancellation is a policy right, not an unregulated service . No insurer shown on this certificate is able to provide the cancellation notice you desire by endorsement. For example, the insured can cancel immediately, so it would be impossible for the insurer to give you the notice you request. State law also grants the insurer the right to cancel for reasons such as nonpayment with less notice than you require. • For the reason just cited, if our agency were to issue a certificate that provides the cancellation notice you request, we would do so with the full knowledge that it would be impossible to actually give that amount of notice under certain circumstances. As such, the certificate could be alleged to constitute a misrepresentation or fraud which could subject our agency and staff to serious civil and criminal penalties. • If a certificate purports to provide a policy right different from that provided by the policy itself, then the certificate effectively purports to be a policy form . Policy forms must be filed and approved by our state department of insurance. Use of nonfiled policy forms is illegal and could result in legal sanctions distinct from the assertion that the certificate is fraudulent. • Under the ACORD Corporation's licensing agreement, the prior editions of superseded forms can be used for one year from the time the new forms are introduced. Beginning in September 2010, this is another reason we cannot use an older edition of the ACORD 25. Doing so would violate ACORD's licensing agreement and, as a copyrighted document, federal copyright law. • Likewise, we are unable to modify the new certificate to add a notice of cancellation. ACORD forms are designed to be completed, not altered. ACORD's Forms Instruction Guide says that a certificate should not be used "To waive rights ... To quote wording from a contract ... To quote any wording which amends a policy unless the policy itself has been amended." In addition, our insurance company contracts only allow us to issue unaltered ACORD forms. • We are often asked to issue proprietary certificates provided by the certificate requestor. Again, our insurance company contracts only allow us to issue unaltered ACORD forms. Many proprietary certificates include broad, vague or ambiguous language that may or may not be incompliance with state laws, regulations, and insurance department directives. Therefore, we cannot issue any proprietary certificates that have not been reviewed by our state insurance department. You may be interested in how the City of Atlanta, Georgia is now reportedly dealing with this issue based on a very detailed study they conducted in 2008. http://tinyurl.com/26guax8 We appreciate your understanding of the legal restrictions on our ability to fully comply with your request. Please feel free to contact your Producer or Account Manager if you have any questions or concerns. 1:ilS \\ c I h,n,111g \ustrn, I\. "'8"':i(, I •ill !· rec 800 880-(,(,89 I a 2 lfl.<,%.8.t I .t :•nil BeJinrtl I· i.ks, Road,# -t:iti Hur,t, I'\. "<•O:i3 loll 1-rn 800."105120 ht\ 817.299.3890 :;~2& 11,rn,m,in. -.um l 00 !,an \111nnio, I\. 782.t<J foll I l"CI' 800.880.6689 I a, 210 t,%.8.tl.t ATTACHED TO POLICY NO: CPP2051702 0 NAMED INSURED : McClendon Construction Company, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM All of the terms, provisions, exclusions, and limitations of the coverage form apply except as specifically stated below. SECTION II -WHO IS AN INSURED is amended to include as an insured any person or organization. called an additional insured in this endorsement: 1. Whom you are required to add as an additional insured on this policy under a written contract or agreement relatino to your business: or · 2. The written contract or agreement must require additional insured status for a time period during the term of this policy and be executed prior to the "bodily injury", "property damage", "personal injury", or "advertising injury" giving rise to a claim under this policy. If, however, "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing within 30 days from such commencement and with customers whose customary contracts require they be named as additional insureds. we will provide additional insured status as specified in this endorsement. 3. If the additional insured is: (a) An individual, their spouse is also an additional insured. (b) A partnership or joint venture, members, partners, and their spouses are also additional insureds. (c} A limited liability company, members and managers are also additional insureds. (d) An organization other than a partnership, joint venture or limited liability company, executive officers and directors of the organization are also additional insureds. Stockholders are also additional insureds, but only with respect to their liability as stockholders . {e} A trust, you are an insured. Your trustees are also insureds, but only with respect to their duties as trustees. The insurance provided to the additional Insured is lim ited as follows: 1. That person or organization is only an additional insured with respect to liability arising out of: (a) Premises you own, rent, lease, or occupy , or (b) Your ongoing operations performed for tfia adaitional insured, unless the written contract or agreement requires •your work" coverage (or wording to the same effect) in which case the coverage Qrovided shall extend to "your work" for that additional insured. Premises, as respects this provision, shall include common or public areas about such premises if so required in the written contract or agreement. Ongoing operations, as respects this provision, does not apply to ubodily injury" or "property damage" occurring after: (1} All work including materials, parts or equipment furnished in connection with such work on the project (other then service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc., 2002 CG 70 85 03 04 Page 1 of3 (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 2. The limits of insurance applicable to the additional insured are the least of those specified in the written contract or agreement or in the Declarations for this policy. If you also carry an Umbrella policy, and the written contract or agreement requires that the additional insured status also apply to such Umbrella policy, the limits of insurance applicable to the additional insured under this policy shall be those specified in the Declarations of this policy. The limits of insurance applicable tu the addilium:11 im;ured are inc.;lusive of and nol in addition to the limits of insurance shown in the Declarations. 3. The additional insured status provided by this endorsement does not extend beyond the expiration or termination of a premises lease or rental agreement nor beyond the ttmn of tllis pulit;y. 4. Any person or organization who is an Insured under the terms of this endorsement and who is also an insured under the terms of the GENERAL LIABILITY EXTENSION ENDORSEMENT, if attached to this policy, shall have the benefit of the terms of this endorsement If the terms of this endorsement are broader. 5. If a written contract or agreement as outlined above requires that additional insured status be provided by the use of CG 20 10 11 85, then the terms of that endorsement, which are shown below, are incorporated into this endorsement as respects such additional Insured, to the extent that ::;uct1 terms du nut restrict 1,;uv1::nc1ge otherwise provided by this endorsement: ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket Where Required by Written Contract or Agreement that the terms of CG 20 10 11 85 apply. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that Insured by or for you. Copyright, Insurance Services Office, Inc., 1984 CG 2010 11 85 The insurance provided to the additional insured does not apply to "bodily injury", "property damage", "personal Injury", or "advertising Injury" arising out or an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including but not limited to: 1. The preparing, approving, or faiJing to prepare or approve maps, drawings, opinions, reports , surveys, change orders, design specincaUons; and 2. Supervisory, inspection, or engineering services. Any coverage provided in this endorsement is excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent, or on any other basis unless the written contract or Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc. 2002 CG 70 85 03 04 Page 2 of3 agreement rAquirAs th;:it this insurance be primary, in which case this insurance will be primary without contribution from such other insurance available to the additional insured . Includes copyrighted material of Insurance Services Office, Inc ., with its permission. Copyright Insurance Services Office, Inc., 2002 CG 70 85 0304 Page 3 of 3 ATTACHED TO POLICY NO: CPP2051702 0 3 NAMED INSURED, McClendon Construction Company, Inc. (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. e. If you report an "occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by the Coverage Form, failure to report such an uoccurrence" to us at the time of the "occurrence» shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence" to us as soon you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim . f. You must see to it that the following are done in the event of an actual or anticipated "covered recall" that may result in "product recall expensen : (1) Give us prompt notice of any discovery or notification that "your producr must be withdrawn or recalled. Include a description of "your producr and the reason for the withdrawal or recall; (2) Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from defects that could be a cause of loss under the insurance. 16. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Item O. -Repre:sentation:s i~ deleted and replaced with the following: 6. Representations By accepting this policy. you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. We will not deny coverage under this coverage part if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in the description of any premises or operations Intended to be covered by the Coverage Form as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. 17. BLANKET WAIVER OF SUBROGATION Item 8. -Transfer of Rights Of Recovery Against Others To Us -is deleted and replaced with the following: 8. If the insured has rights to recover all or part of any payment we have made um.fer U1is Coverage Form, those rights are transferred to us . The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. However, if the insured has waived rights to recover through a written contract. or if "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form . 18. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Paragraph 2.b. of A. Cancellation of the COMMON POLICY CONDITIONS is deleted and replaced with the following: b. 60 days before the effective date of the cancellation If we cancel for any other reason . Under SECTION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9. When We Do Not Renew is deleted and replaced with the following: 9. When We Do Not Renew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code , we may not refuse to rsnew this policy solely because the policyholder is an elected nffir.ial. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc., 2004 CG 70 6310 05 Page 7 of 9 NAMED INSURED: Mcclendon Construction Company, Inc . POLICY NUMBER: CPP 2051702·03 COMMERCIAL GENERAL LIABILITY CG 0205 0196 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES -AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the following : COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: 1. Name: 2. Address: SCHEDULE ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS ENTERED INTO A WRITTEN CONTRACT WHICH REQUIRES WRITTEN NOTICE OF CANCELLATION AS PER CERTIFICATES ON FILE WITH THE COMPANY 3. Number of days advance notice: 30* (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsements .) .. EXCEPT IN THE EVENT Of CANCELLATION FOR THE NON~PAYMENT OF PREMIUM FOR WHICH 10 DAYS NOTICE SHALL BE GIVEN. CG 02 05 01 96 Copyright, Insurance Services Office, Inc., 1994 Page 1 of 1 D POLIC Y N U MBER: CA 2051 70103 03 COMMERCIAL AUT O CA02 44 06 04 T HI S EN DORS EMENT CHA NG ES THE POLI C Y. P L EASE REA D IT CAR EF ULLY. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMEN T Thi s endorse ment modifies insu rance provided under the following : BUSINESS AUTO COVERAGE FORM GARAGE COV ER AGE FORM MOTOR CARRIE R COVERAGE FORM TRUCKERS COVERAGE FORM With resp ect to cove rage provid ed by th i s endorsement, th e provisions of the Coverage Form apply unless modi - fied by the en dorseme nt. This endorsemen t changes the policy effe ctive on lhe inception da te of lhe policy untess anoth er date i s Indicated below. Endorsement Effective: 01 /3 1/2011 Named l ns urcd:MCCLENDON CO NSTRU CTION co . ' me. SCHEDULE Number of Days' Notice 30 Name Of Pers on O r O rganization ANY PERSON OR ORGANIZATION WI1'H WHOM THE NN-IED INSURED H/\S ENTERF.D INTO l\. l·/RITTEN CONTRACT R!::QUIRING WR I TTE N NOTICE OF CANCE:LL7-\T ION PER CERTIFICATES ON FILE WITH Address COMPANY. EXCEP'l' 10 Dl\YS NOTICE SHAL L 13E GIVEN FOR NON-PI\YMENT If thi s policy is canceled or materfally changed to reduce or restrict coverage, w e w ill ma il notice o f cancella tion or cha nge to th e person or organ ization narn d in l he Sche dule. We will give the number of day's notice indicated in th e Sct1C<JU[C . CA 02 44 06 04 © ISO Properties. In c ., 2003 Page 1 o f 1 D ATTACHED TO POLICY NO : CA 20 517010 303 NAMED INnURED : McClendo n Con~t ructio n Company , Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement. the provisions of the Coverage F.orm apply unless modified by thP. P.nrlorsement_ The premium for this endorsement is $ _$~2~0~0~. o~o"------- 1. BROAD FORM INSURED SECTION II " LIABILITY COVERAGE, A.1. Who Is An Insured is amended by the addition of the following: d. Any organlzaClon you newly acquire or form, other than a partnership, Joint venture or limited llablllty company, and over which you maintain ownership or a majority interest, will qualify as a Named Insured. However, (1). Coverage under this provision is afforded only until the end of the policy period; (2) Coverage does not apply to "accidents" or "loss" that occurred before you acquired or formed the organization; and (3) Coverage does not apply to an organization that is an "insured" under any other policy or would be an "insured" but for its termination or the exhausting of its limit of insurance. · · , e. Any "employee" of your:s u:~ing: (1) A covered "auto" you do not own, hire or borrow. or a covered "auto" not owned by the "employee" or a member of his or her household, while performing duties related to the conduct of your business or your personal affairs; or (2) An "auto" hired or rented under a contract or agreement in that "employee's" name. with your permission, while performing duties related to the conduct of your business. However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered ··auto" rented from you or from any member of the "employee's" household. f. Your members, if you are a limited liability company, while using a covered "auto" you do not own, hire or borrow and while performing duties related to the conduct of your business or your personal affairs. g. Any person or organization with whom you agree in a written contract, written agreement or perm it, to . provide insurance such as is afforded under this policy, but only with respect to your covered "autos". This provision does not apply: (1) Unless the written contract or agreement is executed or the permit is i ssued prior to the "bodily injury" or "property damage"; (2) To any person or organization included as an insured by an endorsement or in the Declarations: or (3) To any IP.ssor of.";u1tos" unless: (a) The lease agreement requires you to provide direct primary insurance for the lessor; (b) The "auto" is leased without a driver; and (c) The lease had not expired. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc .• 2005 CA 7118 OS 08 Page 1 of6 Leased "autos" covered under this provision will be considered covered "autos" you own and not coveted "autos" you hire. h. Any legally incorporated organization or subsidiary in which you own more than 50% of the voting stock on the effective date of this endorsement. This provision cioP.s not ;ipply to "bodily injury'' or "property damage" for which an "insured" is also an insured under any other automobile policy or would be an insured under such a policy, but for its termination or the exhaustion of its limits of insurance, unless such policy was written to apply specifically in excess of this policy. 2. COVERAGE EXTENSIONS -SUPPLEMENTARY PAYMENTS Under Section II -LIABILITY COVERAGE, A.2.a. Supplementary Payments, paragraphs (2) and (4) are deleted and replaced ns follows: (2) Up to $2,500 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident'' we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION II • LIABILITY COVERAGE, B. EXCLUSIONS, paragraph 5. Fellow Employee is deleted and replaced by the following: "Bodily injury" to any fellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business. However, this exclusion does not apply to your "employees" that are officers or managers if the "bodily injury" results from the use of a covered "auto" you own, hire or borrow. Coverage is excess over any other collectible insurance. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION Ill -PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: If any of your owned covered "autos" are covered for Physical Damage, we will provide Physical Damage coverage to "autos" that you or your "employees" hire or borrow, under your name or the "employee's" name, for the purpose of doing your work. We will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto" shown in the Declarations, Item Three, Schedule of Covered Autos You Own, or on any endorsements amending this schedule. · · B. Under SECTION Ill • PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extensions. paragraph b. Loss Of Use Expenses is deleted and replaced with the fo[(owing: b. Loss Of Use Expenses Page 2 of 6 For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver, under a written rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision, only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; · (2) Specified Causes of Loss, only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision, only if U1e Declaralions indi<.:ale U1c1l Culli~ior1 Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $30 per day, to a maximum of $2,000. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office, Inc., 2005 CA 7118 OS 08 (1) Wear and tear. freezing, mechanical or electrical breakdown. However, th i s exclusion does not include the discharge of an airbag. (2) Blowouts. punctures or other road damage to tires. 8. GLASS REPAIR-WAIVER OF DEDUCTIBLE Section Ill -PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following : No deductible applies to glass damage if the glass is repaired rather than replaced . 9. COLLISION COVERAGE -WAIVER OF DEDUCTIBLE Under Section Ill -PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following : When there is a loss to your covered "auto" insured for Collision Coverage, no deductible will apply if the loss was caused by a collision with another "auto" insured by us. · 10. KNOWLEDGE OF ACCIDENT Under SECTION IV -BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Loss, paragraph a. is deleted and replaced by the following: a. You must see to it that we are notified as soon as practicable of an "accident", claim, "suit" or "loss". Knowledge of an "accident", claim. "suit'' or "loss" by your "employees" shall not, in itself, constitute knowledge to you unless one of your partners, executive officers, directors. managers, or members (if you are a limited liability company) has knowledge of the "accident'', claim, "suit" or "loss". Notice should include: (1) How, when and where the "accident" or "loss" occurred; (2) The "insured's" name and address: and (3) To the extent possible, the names and addresses of any injured persons and witnesses. 11. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Under SECTION IV -BUSINESS AUTO CONDITIONS, A. Loss Conditions paragraph 5. Transfer Of Rights Of Recovery Against Others To Us is deleted and replaced by the following: 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to or for whom we make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing after "accident'' or "loss" to impair them . However, if the "insured" has waived rights to recover through a written contract, or if your work was commenced under a letter of intent or work order, subject to a subsequent reduction in writing with customers whose customary contracts require a waiver. we waive any right of recovery we may have under this Coverage Form. · · 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV -BUSINESS AUTO CONDITIONS, B. General Conditions, paragraph 2. Concealment, Misrepresentation Or Fraud is amended by the addition of the following : We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in your representations as soon as practicable after its discovery. This provi sion does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright Insurance Services Office. Inc., 2005 Page 4 of 6 CA 7116 05 06 WO Rl (ER S COMP ENSAT ION AND EMPLOYERS LIAB ILI TY IN SURANCE POLICY TE XAS NOTICE OF MATERIAL CHANGE ENDOR SE M ENT WC 42 06 0 1 (Ed . 7-84 1 This endorsement applies on l y to the insurance provided by the policy bccouse Texas is shown in l tom 3.A . of the In fo rmation Pago. l n t he event of cancellation or o t her mat er ial change of tho policy, we will mai l advance notice to the pe rson or organ i zation named in the Sc h edu le. T ho number of days advance notice is sh own in t he Sched ule. This endorsomont sh all not opera te direc tl y or indirec tl y to benefi t anyone not named in the Schedule. S chedule l . Num ber of doys odvonce notice: 30 • EXCEPT IN T H E EVE NT OF C A NCELL A TION FOR NO N-PAYMENT OF PRE MIUM F O R W H IC H 1 0 DAY S S H ALL B E G IVEN. 2. No ti ce will be mailed to: ANY PERSON OR ORGANIZAT ION WITH WHOM THE NAMED INSURED HAS ENTERED INTO A WRITTEN CONTRACT WHICH REQUIRES WRITTEN NOTICE OF CANC ELLAT ION This en dorse ment changes th o po li cy to wh ich it is attached and is effective on tho doto issued unless otherwise st ated. nho Information bolow is required only when this cndorsemerit Is issued subsoqucnt to prepara tion of the policy.) Endorsomont Effoct ivo 01 /3 1 /2 011 Polic y No . WC-2051704 Insured ndo n Co nstruc tio n Co mpany , Inc . In surance Compuny Amerisure Mutua l Ins Co WC 42 0 6 01 (Ed. 7 -8 41 Countcrsiyncu by Endorscmon t No. th,1 Form, & Sotv ices Reorder 14 -4856 WORl<ERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT WC 42 03 04 A (Ed. 1-00) This ondorsement applies only to the ins urance provided by the policy bocauso Texas is shown in Item 3.A. of the Informati on Page. We have the ri~ht to recov er our payments from anyone liable for an injury covered by t his policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are requ i red by a written contract to obtain this waiver from us. This en dorsement shall not operate directly or indirectly to benefit an yone not named in tile Schedule. The premium for this endorsement is shown in the Schedule . Schedule 1. { ) Specific Waiver Name of person or organization (XI Blanket Waiver Any person or o,ganization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium The premium charge for this endorsement shall be 0.020 percent of the prem ium developed on payroll in connection with work performed for the above person{sl or organization(sl arising out of the operations described. 4. Advance Premium This endorsement changes the pol ic y to which it is attached and is effe ctive on the date issued unless otherwise stated . (The information b elow is required only whon this endorsement is issued subsequent to preparatio n of the po licy .] Endorsement Effoclivo Ol /3 1/2011 Policy No. WC-2051704 Endorsement No. Ins ure d ndon Construction Company, Inc. lnsurenco Company Amerisure Mutual Ins Co. Countoroignod by l . I J CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date~ NAME OF PROJECT: Parking Renovations at the Fort Worth Botanic Garden CITY PROJECT #: 01710 IS TO CERTIFY THAT: McCiendon Construction Co., Inc. is , at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described , for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described . Exceptions to standard policy noted on reverse side hereof. TYPE OF IN SURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury : Liability Insurance (Public Ea . Occurrence: $ Liability) Property Damage: Ea. Occurrence: $ Blasting Ea . Occurrence : $ Collapse of Building or structures adjacent to Ea. Occurrence : $ --- excavations Damage to Underground Utilities Ea. Occurrence : $ Builder's Risk Comprehensive Bodily Injury : Automobile Liability Ea. Person : $ Ea . Occurrence :$ Property Damage: Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea . Occurrence : $ Property Damage: Ea. Occurrence: $ Other Locations covered : ----------------------------------- Des c rip ti on of operations covered :----------------------------- The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5 ) days after the insured has received written notice of such change/or cancellation . Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached . The City, 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 worker 's compensation insurance policy . Agency Insurance Co .: ___________ _ ~Fo=rt~W~o=rt~h~A~g=en=t'-~~~~~~~~~~~~ By __________________ _ Address Title ------------------------------------ CONTRACTOR COMPLIANCE WITH WORKERS ' COMPENSATION LAW Pursuant to V.T.C .A Labor Code Section 406.096 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No. 6707 and City of Fort Worth Project Number 01710 DAN McCLENOON, PRESIOENT Title u (11 f:u Date STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared -r:::b.n U£<:levdov, known to me be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed ofMcClendon Construction Co., Inc. the purpose and consideration therein expressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this \l~y of . 2011. JULIANNE LEWIS MY COMMISSION EXPIRES April 25, 2015 ~ .. J the State of Texas PERFORMANCE BOND Bond No . TXC 100004 THE STA TE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (I) McClendon Construction Co11 Inc, as Principal herein, and (2) Merchants Bonding Company a corporation organized under the laws of the State of (3) Iowa and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and finnly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: Six Hundred Fjxty-six Thousand One Hundred Twenty-one and 17/I00 .......................................... ,. ... 111111111111111'" Dollars ($656,121.17) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these present. WHEREAS, Principal has entered into a certain written contract with the Obligee date ____ _.. ..... 20 __ 1 __ 1 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of: Parking Renovations at the Fort Worth Botanic Garden NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perfonn the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold hannless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default. and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this_ day 'J 1 5 201' .2011. A1TEST:~. ~ vy nnc,pa Secretary (SEAL) Witness as to Principal BY: --i-:r"'"""""'o:;.>,<J.___,,re;c..~....._..-'-"'-=~~-- Title: DAN McCLENDON , PRESIDENT PO Box 999 Burleson, TX .1fil!2Z Merchants Bonding Company Surety ~/ / d,,, // BY:/~~ Name: l:iichael D. Hendrickson (Attorney-in-fact) Address: 2100 Fleur Drive Des Moines, IA 50321 (SE ~ K &mc:Q Telephone Number: ( 515 ) 243-8111 Witness as to Surety Colleen Romo NOTE: (I) Correct name of Principal (Contractor). (2) Correct name of Surety . (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. --- / PAYMENT BOND Bond No. TXC 100004 THE STATE OF TEXAS § § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT Merchants Bonding Company That we (I) McClendon Construction Co., Inc.as Principal herein. and A (2) a corporation organized and existing under the laws of the State of(3) Iowa as surety. are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Six Hundred Flxty-slx Thousand One Hundred Twenty-one and 17/100 ................... ,.,..m ....... ._ .......... Dollars {$656,111.17) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written conlract with the Obligee date l ~ 1 of A.O. , lli!. which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Parking Renovations at the Fort Worth Botanic Garden NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER. that this bond is executed pursuant to 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, to the same extent as ifit were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this_ day of NOV 1 5 2 Q 1k -- AlTEST: , (SEAL) P0Box999 Burleson, TX 76097 Witness as to Principal Merchants Bonding Comgany Surety ~/ BY:,~k-- Name: Michael D . Hendrickson (Attorney-in-fact) Address: 2100 Fleur Drive Des Moines, IA 50321 (SEA t)c -:---- -~J:<Oh-::e Telephone Number: ( 515) 243-Bl 71 Witne ss as to Surety Colleen Romo NOTE: (I) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. THE STA TE OF TEXAS COUNTY OF TARRANT MAINTENANCE BOND § § KNOW ALL MEN BY THESE PRESENTS: Bond No . TXC 100004 Merchants That Mcclendon Construction Coll lnc.(Contractor), as principal, and Bondi n g Com p any • a corporation organized under the laws of the State of Iowa (Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas the sum of Six Hundred Flxty-si:I Thousand One Hundred Twenty-one and 17/I00 ................... ..,111 ... .,..1 .............. Dollars ($65§.121.17) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators , assigns and successors, jointly and severally. This obligation is conditioned, however; that, WHE S said Contractor has entered into a written Contract with the City of Fort Worth, dated the _day of U!.Lcopy of which is hereto attached and made a part hereof. the perfonnance of the following described public improvements : Parking Renovations at the Fort Worth Botanic Garden the same being referred to herein and in said contract as the Work and being designated as project 01710and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof, and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period ofafter the date of Two Cl} Years after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (l) Years; and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it be necessary; and, WHEREAS, said Contractor binds itself. upon receiving notice of the need therefore to repair or reconstruct said work as herein provided . NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said work in accordance with all the tenns and conditions of said Contract, these_presents shall be null and void, and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and the City shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF, this instrument is executed in !_counterparts, each one of which shall be deemed an original, this_ day of f . 2011. ATTEST: (SEAL) Secre~ ATTEST: (SEAL) ' 4:::::( '~ =i~:@·mz2 Name: ~ Title: DAN McCLENDON , PRESJDfNI Merchants Bonding Company Surety ::.,~~ Title: Attorney-in -Fact 2100 Fleur Drive Des Moines, IA 50321 Address ./ MERCHAN ~ BOND I NG COM PANY IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll-free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies , coverages , rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. 0 . Box 149104 Austin , TX 78714-9104 Fax : (512) 475-1771 Web : http://www.tdi.state.tx.us E-mail : ConsumerProtection@tdi.state .tx .us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concern ing your prem ium or about a claim you should contact the agent first. If the dispute is not resolved , you may contact the Texas Department of Insurance . ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (1/09) .. '." ~ MERCHAN~ NATIONS~ BONDING COMPANY BONDING COMPANY POWER OF ATTORNEY Bond No . TXC 100004 Know All Persons By These Presents , that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa , and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas (herei n collectively called the "Compa nies"), and that the Companies do hereby make , constitute and appoint Bryan K. Moore, Pat J. Moore, Gary Wayne Wheatley , Joseph Hal Clayburne, Michael D . Hendrickson, Rich ard A . Dea l , Betty J. R ee h , Jennifer J. Clark of San Antonio and State of Texa s their true and lawful Attorney-in-Fact , with full power and authority hereby conferred in their name , place and stead , to sign , execute , acknowledge and deliver in their behalf as surety any and all bonds, undertakings , recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: THREE MILUON ($3,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies , and all the acts of said Attorney-in-Fact, pursuant to the authority herein given , are hereby rat ified and confirmed . This Power-of-Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23 , 2011 and adopted by the Board of Directors of Nations Bonding Company on August 27 , 2011 . "The President , Secretary , Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact , and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto , bonds and undertakings , recognizances , contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond , undertaking , recognizance, or other suretyship obligations of the Company , and such signature and seal when so used shall have the same force and effect as though manually fixed ." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1st day of November , 2011 . STATE OF IOWA COUNTY OF POLK ss. ······· .• ~ D 1,v•. •• 0 ······· Q·· : ~-·~\\P0,9_/. 0 .. :(/):·~ ~-·-o! · z ·--o -o· • • : =s:. :. <?:-.. 2003 ..... b .: • '('". . •-4 • • • • />,Ai "it ~~ .•. .......... • •· ,;G-c·o··. • ~~ ....... ,.(J,,o •• :~.-~\\PO-i9,1·,1"~·. •. ,;,, ........ ..L. • (,);~ 1'1"· • :~:--o-o:-• :«!.··. 1933 .:~: -~-:'::'I : • ~--~c::.-• •. ~it·-... ··\"\ •• . . . {:{ ... . ..... MERCHANTS BONDING COMPANY (MUTUAL) NATIONS BONDING COMPANY ,,~7~ President On this 1st day of November , 2011 , before me appeared Larry Taylor , to me personally known , who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY ; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors . In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa , the day and year first above written . MARILYN BOYD \ Commission Number 10012 0 • My Commission Expires w November 4, 2013' Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss . I, William Warner , Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY , do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies , which is still in full force and effect and has not been amended or revoked . this In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on day of NOV 1 5 2011 --·--..... ·_ .. · -~';"-·~ ~-· -.. ...... . ;;-: -:_ .,. Secretary STATE OF TEXAS § § COUNTY OF TARRANT § CITY SECRETARY A:.'7 t-\:;Q CONTRACT NO. ____ ,_L,,>U __ o __ KNOWN ALL BY THESE PRESENTS: This Contract is made and entered into this the day of NOV 1 5 201,1 , by and between the City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas , hereinafter referred to as "Owner", by and through Charles W. Daniels, its duly authorized Assistant City Manager, and McClendon Construction Co., Inc., hereinafter referred to as "Contractor", by and through its duly authorized representative . WITNESS ETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, 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 : Parking Renovations at the Fort Worth Botanic Garden 2. That the Contract Documents shall consist of the written, printed, typed and drawn instruments which comprise and govern the performance of the work. Said Contract Documents include the notice to bidders, instructions to bidders, proposal, plans, specifications, notice of award, special provisions, general provisions, work order(s), this Contract, and the payment, performance, and maintenance bonds. The Contract Documents shall also include any and all supplemental agreements approved by the Owner which may be necessary to complete the work in accordance with the intent of the plans and specifications in an acceptable manner, and shall also include the additional instruments bound herewith. 3. 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 Contract Documents prepared through the Parks and Community Services Department of the City of Fort Worth, which the plans and specifications of the Contract Documents are hereto attached and made a part of this Contract the same as if written herein. 4. The Contractor hereby agrees and binds itself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Departme · · the City of Fort Worth. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 5 . The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of SO Working Days from the time commencing said work. If the Contractor should fail to complete the work as set forth in the Plans, Specifications , and Contract Documents within the time so stipulated, plus any additional time allowed as provided in the General Conditions , there shall be deducted from any monies due or which may thereafter become due him, a per day charge per Working Day as stipulated in these contract documents , not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency. 6. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications, and Contract Documents , then the Owner shall have the right to either demand the Surety to take over the work and complete same in accordance with the Plans, Specifications , and 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 specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing , setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 7. Contractor covenants and agrees to indemnify, hold harmless and defend , at its own expense, the Owner, its officers, servants and employees , from and against any and all claims or suits for property loss , property damage , personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents , employees , subcontractors , licensees or invitees , whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage , loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor 's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if deemed appropriate , may refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 8. Owner agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the Contractor 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 Six Hundred Fixty-six Thousand One Hundred Twenty-one and 17 /100 .......................................................................................................... Dollars, ($656,121.17). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by Contractor without the written consent of the Owner. 10 . The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this Contract is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF , the parties hereto have made and executed this Contract in multiple originals the day and year first above written, in Fort Worth, Tarrant County, Texas . RECOMMENDED: By:~~~===-~~~:::_ __ ic ard Zavala, Director P ks and Community Services APPROVED AS TO FORM AND LEGALITY: Assistant City Attorney ~£lilill PO Box 999 Burleson TX 76097 TITLE OAN McCLENDON, PRESIOfNT ATTEST: AUTHORIZATION M&C l -2 52 7 0 Approval Date : I / . J 7 · / ( OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH, TEXAS PARKS AND COMMUNITY SERVICES DEPARTMENT ADDENDUM NO. 1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR PARKING RENOVATIONS AT FORT WORTH BOTANIC GARDEN ' PROJECT NAME PARKING RENOVATIONS AT BOTANIC GARDEN CITY PROJECT NO. 01710 PROJECT NUMBER C200/54l200/807370171080 BID SUBMITTAL DUE DATE: Thursday, August 25, 2011 ADDENDUM NO. 1 ISSUED: Tuesday, August 9, 2011 DOE NO. 6707 The Specifications , Contract Documents and Drawings for the above mentioned project are revised and amended as follow s: A. NOTICE TO BIDDERS I. Clarification : PRE-BID CONFERENCE will be on Wednesday, August IO ; 2011 B. CONTRACT DOCUMENTS I . Insert Section IO -Geotechnical Report prepared by CMJ Engineering, Inc ., Report No. 1526-10-0 I on September I , 2010. C. SPECIFICATIONS I. Replace Specification "Section 02900 -Plants" with attached. A-I D. BID PROPOSAL 1. Removed "Removal and Haul off of Concrete Sidewalk", 662 SF. 2. Added "Removal and Haul off of Concrete Sidewalk", 57 5 SF . 3. Removed "Removal and Haul off of Curb & Gutter", 1,440 LF 4. Added "Removal and Haul off of Curb & Gutter", 1,240 LF. 5. Removed "Removal and Haul off of Light Pole Piers", 2 EA. 6. Added "Removal and Salvage of Existing Lightpoles and Removal and Haul off of Lightpole Base", 2 EA. 7. Added "Installation of Lime Stabilized Subgrade under 6" Pavement", 25 ,130 SF . 8. Added "Installation of Lime Stabilized Subgrade under 7" Pavement", 17 ,300 SF . 9. Removed "Installation of 6" Curb & Gutter", 1,529.50 LF. 10. Added "Installation of 6" Curb ", 1,530 LF. 11. Removed "Installation of Salvaged Wheel Stops", 22 EA. 12. Added "Installation of Salvaged/Reinstalled Wheel Stops", 22 EA. 13. Removed "Installation of Handicap signs", 6 EA. 14. Added "Installation of Sign-HC Accessible Symbol per ADA Specifications", 6 EA. 15. Removed "Installation of Accessible Pedestrian Ramp", 3 EA. 16. Added "Installation of Walk-ADA Wheelchair Ramp", 3EA. 17. Removed "Relocate Existing Utilities", 1 LS. 18. Added "Existing Utilities Adjustment", 1 LS. 19. Added "Installation of Pavement 5-inch Reinforced Sidewalk", 175 SF 20. Removed "Installation of Sidewalk", 2,854 SF. 21. Added "Installation of Paver Walk", 2,854 SF. 22. Removed "Installation of Pavement Markings", 1 LS. 23. Added "Installation of Pavement Marking-Striping & Handicap Symbol", 1 LS. 24. Removed "Installation of Irrigation", 1 LS 25. Added "Installation oflrrigation System w/ Control", 1 LS. 26. Added "Installation of Fence-Post and Cable", 1 LS . 27. Added "Installation of Tree -6-Inch Caliper Swamp Maple ", 12 EA. 28. Added "Installation of Tree -3-inch Caliper Swamp Maple", 12 EA. 29. Added "Installation of Tree -6-inch Caliper Lacy Oak", 12 EA. 30. Added "Installation of Lighting & Electrical Service ", 1 LS. 31. Removed "Unit Three -Segment 'B' (Alternate Bid #1 )" 32. Removed "Unit Four -Segment 'C' (Alternate Bid #2)" 33. Removed "Unit Five -Segment 'D ' (Alternate Bid #3)" 34. Removed "Unit Six -Construction Allowance (Base Bid)" 35. Added "Unit Three -Construction Allowance (Base Bid)" 36. Added "Unit Four-Concrete Pavement (Alternate Bid #1)" 37. Added "Unit Five -Concrete Pavement (Alternate Bid #2)" 38 . Added Unit Six -Paver Sidewalk (Alternate Bid #3)" A-2 This Addendum No. 1, forms part of the Specifications and Contract Documents for the above referenced project and modifies the original Specifications and Contract Documents of the same. Acknowledge your receipt of this Addendum No. 1 by completing the requested information at the following locations : (1) In the space provi ded on the signature page of the Proposal (2) Indicate in uppercase letters on the outside of your sealed bid envelop : "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. l" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal. Failure to acknowledge receipt of the Addendum No. 1 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification . RECEIPT ACKNOWLEDGED By: _____________ _ Company: ________________ _ A-3 CITY OF FORT WORTH Richard Zavala DIRECTOR Parks and Community Services Department By: _______ _ Eric Seebock Project Manager NOTICE TO BIDDERS Sealed Proposals for the following: PROJECT NAME: PARKING RENOVATIONS AT FORT WORTH BOTANIC GARDEN PROJECT NO.: C200/541200/807370171080 TPW (DOE NO.) 6707 Addressed to the City of Fort Worth, Purchasing Division, 1000 Throckmorton Street, Fort Worth, Texas 76102-6311 and received at the Purchasing Office until 1 :30 p.m., Thursday, August 25, 2011, and then publicly opened the same day and read aloud at 2:00 p.m., in Council Chambers 2nd floor -N.E. corner of City Hall. Contract documents, including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchasing Division website at: http://www.fortworthgov.org/purchasing/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed and printed by interested contractors and / or suppliers. For access to the plans and construction documents, please fill out the plan holder registration form available at the following City web site: www.fortworthgov.org/purchasing and click the Buzzsaw link. These plans and specifications will be available on Buzzsaw after 2:00PM on Friday August 29, 2011. Please contact Eric Seebock, Project Manager, at 817-392-57 42 or at eric.seebock@fortworthgov.org for assistance. 1. Wage Rates: All Bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of the prevailing wage rates, and City Ordinance No. 7278, as amended by City Ordinance No. 7 400 (Fort Worth City Code, Section 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. 2. Disadvantaged Business Enterprise Participation Goals: In accordance with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of disadvantaged business enterprises in City contracts. A copy of the Ordinance can be obtained from the M/WBE Office or from the Office of the City Secretary. The bidder shall submit the DBE UTILIZATION FORM, SUBCONTRACTOR / SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM and I or the JOINT VENTURE FORM ("Documentation) as appropriate and must be received no later than 5:00 P.M., five (5) City business days after the bid opening date , exclusive of the bid opening date. The bidder (a) shall submit documentation at the reception area of the managing department, Department of Engineering, 2nd floor, City Hall, and shall obtain a receipt in person. Such receipt shall be evidence that the documentation was received by the City. (b) Electronic submittal of M/WBE or DBE documentation will not be accepted. Failure to comply with (a) and (b) shall render the bid non-responsive. The following list is provided to assist bidders in obtaining the services of M/WBE or DBE vendors qualified to provide such services/materials for this project. A listing of qualified M/WBE or DBE vendors may be obtained at the City of Fort Worth M/WBE office, 3rd floor City Hall. Services/materials for this project are as follows: demolition/site prep concrete steel rebar electrical grading/earthwork seeding irrigation erosion control landscaping asphalt The City's minimum M/WBE or DBE goal on this project is 15% of the total dollar value of this contract. 3. Prime Bidder Qualification Requirements: The City will evaluate all submitted bids based on criteria and qualifications to determine award of contract as noted in Item 14. - Bidder's Statement Of Qualifications -Special Instructions To Bidders, and upon receipt of Bidder's Statement Of Qualifications form included in this construction document. In general: • The Prime Bidder, as general contractor or sub-contractor, must demonstrate similar project scope experience on three (3) projects within the last three (3) years. All subcontractors intended for use on this project shall also demonstrate similar project scope experience necessary to successfully perform on their respective portion of work on this project. • The Prime Bidder must provide a list the surety company(s) which issued bonds for projects listed above. Additionally, the Prime bidder shall list the surety company intended for use on this project. • The Prime Bidder must submit a current certified financial statement prepared by an independent Certified Public Accountant. • The Prime Bidder shall perform work its own organization and with the assistance of work crews under its superintendence work of a value not less than fifty percent (50%) of the project scope of work as per Section 8.1 of the standard specifications for Street and Storm Drain Construction for the City of Fort worth. Bidder's Qualifications are to be submitted and received by the Parks and Community Service Department Project Manager no later than 5:00 P.M., five (5) City business days after the bid opening date , exclusive of the bid opening date. 4. Bid Addendum: Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive . All addenda will be made available on-line with the contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole responsibility to verify they have received and considered addenda prior to submitting a bid. 5. Pre -Bid Conference: An optional pre-bid conference will be held with prospective bidders at the Parks and Community Services Department, 4200 South Freeway, Suite 2200, Fort Worth , Texas 76115-1499, Conference Room #1 on Wednesday, August 10, 2011 at 2:00pm. 6. Award of Contract The City reserves the right to reject any or all bids and waive any or all formalities. The City will award one contract with a combination of base bids and/or alternates which is most advantageous to the City. No bid may be withdrawn until the expiration of 70 calendar days from the day bids are opened. The award of contract, if made, will be within 70 calendar days after the opening of bids , but in no case will the award be made until all necessary investigations are made as to the responsibility of the bidder to whom the contract will be awarded . RICHARD ZAVALA, DIRECTOR PARKS AND COMMUNITY SERVICES DEPARTMENT By: ERIC SEEBOCK Project Manager (817) 392-5742 eric.seebock@fortworthgov.org Advertisement Dates: Thursday, July 28 , 2011 Thursday, August 4, 2011 T.M . HIGGINS INTERIM CITY MANAGER MARTY HENDRIX CITY SECRETARY GEOTECHNICAL ENGINEERING STUDY SOUTH PARKING LOT RECONSTRUCTION FORT WORTH BOTANICAL GARDENS FORT WORTH, TEXAS Presented To : Botanical Research Institute of Texas, Inc. September 201 O PROJECT NO. 1526-10-01 C~ ENGINEERING, INC. September 1, 2010 Report No . 1526-10-01 Botanical Research Institute of Texas, Inc . c/o The Projects Group, LP .. 420 Throckmorton, Suite 91 O Fort Worth, Texas 76102 Attn : Mr . Brandon Elms Dear Mr . Elms: GEOTECHNICAL ENGINEERING STUDY SOUTH PARKING LOT RECONSTRUCTION FORT WORTH BOTANICAL GARDENS FORT WORTH, TEXAS 7636 Pebble Drive Fort Worth, Texas 76118 www.cmjengr .. com Submitted here are the results of a geotechnical engineering study for the referenced project This project was performed in accordance with CMJ Proposal No . 10-3252 The geotechnical services were authorized by Mr. Brandon Elms . Engineering analyses and recommendations are contained in the text section of the report . Results of our field and laboratory services are included in the appendix of the report .. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project We appreciate the opportunity to be of service to you and your consultants . Please contact us if you have any questions or if we may be of further service at this time . Respectfully submitted, ........ ,,,"'""''•, .... t. 0 F T •,, CMJ ENGINEERING, INC. _.--;~} ........... /J/1i, Texas Firm Registration No . F-9177 j' * '-,_..··· * ··· .. [*'\ arrett E . Williams P . E . resident Texas No . 52525 .. .. .. ,, &*: \*1 -.... : .......................... :: .... \ ,: GARRETT E. WILLIAMS i ~ ....................................... - \ ,.),, ~ 52525 A /e,:: 1 , . /l , 'r L'o <.. V• (;,., • ", ,:·-~· Gtsrr:~ ~-··~v; ·-·· L, ··~'"'· . : :·· .. ·-.... ····r."'" ... , .. -. ·' )"'l i~ ,.. ... ·,,,,, ·.if,;.\ ............. 9 .. ,. f'O 'l,\\'\\"';,~~,,,"' copies submitted : (2) Mr. Brandon Elms; The Projects Group, L.P . (email & mail) Phone(817)284-9400 Fax (817) 589-9993 Metro (817) 589-9992 TABLE OF CONTENTS Page 1 0 INTRODUCTION------------------------------------------1 1 .1 Project Description-------------------------1 1 .2 Purpose and Scope -----------------1 1 .3 Report Format------------------------------------1 2 0 FIELD EXPLORATION AND LABORATORY TESTING ----------------------2 2 .1 Field Exploration-------------------------------------2 2 .2 Laboratory Testing ------------------------------------2 3 0 SUBSURFACE CONDITIONS --------------------------3 3 .1 Soil Conditions ------------------------------------3 3.2 Ground-Water Observations 4 .0 PAVEMENTS 3 4 4 . 1 General --------------------------------------4 4.2 Pavement Subgrade Preparation-----------------------------------4 4.3 Pavement Sections-------------------------------5 4.4 Pavement Material Requirements-------------------------6 4 . 5 Pavement Considerations----------------------------------7 5 .0 EARTHWORK------------------------------------------------------7 5 .1 Site Preparation----------------------------------7 5 .2 Placement and Compaction -------------------7 5 .3 Excavation ---------------------------------------8 5 .4 Erosion and Sediment Control -----------------------------9 6 .0 CONSTRUCTION OBSERVATIONS----------------------------9 7 .0 REPORT CLOSURE--------------------------------------10 APPENDIX A Plate Plan of Borings -------------------------------------A 1 Unified Soil Classification ----------------------------------A2 Key to Classification and Symbols-----------------------------------------A 3 Logs of Boring -------------------------------A.4 -AS 1.0 INTRODUCTION 1.1 Project Description The project, as currently planned, will consist of reconstruction of the parking lot on the south side of the main entrance for the Fort Worth Botanical Gardens . Plate A.1, Plan of Borings, presents the approximate locations of the exploration borings . 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general paving and subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, develop recommendations for the type or types of pavement subgrade preparation and stabilization, and provide pavement thickness information .. To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction . The design is currently in progress and the locations and/or elevations of the structure could change . Once the final design is near completion (BO-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc . be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 7 . All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they appear .. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur . Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf}, pounds per square foot (psf), pounds per cubic foot (pcf}, and pounds per square inch (psi). Report No .. 1526-10-01 CMJ ENGINEERING, INC.. 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were explored by two (2) vertical soil borings . Borings 8-1 and B-2 were drilled to 10 feet below existing grade . The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A.1 . The boring logs are included on Plates A.4 through A.5 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3 . Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings . The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection . The tube is pushed into the soil by the hydraulic pulldown of the drilling rig .. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture .. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0 .25 inch . The results of these tests, in tsf, are tabulated at respective sample depths on the logs . When the capacity of the penetrometer is exceeded, the value is tabulated as 4 .. 5+. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings . In addition to the classification tests (liquid limits and plastic limits), moisture content, unit weight, and unconfined compressive strength tests were performed . Results of the laboratory classification tests, moisture content , unit weight, and unconfined compressive strength tests conducted for this project are included on the boring logs . The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice . Report No . 1526-10-01 CMJ ENGINEERING, INC. 2 3 .0 SUBSURFACE CONDITIONS 3.1 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphies encountered in the borings are discussed below . Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate . The borings were drilled in a paved area consisting of 1 .5 to 2 inches of asphalt Dark brown to brown clays with calcareous nodules underlaid the asphalt. Boring B-2 was terminated in this stratum at a depth of 10 feet. Tan and gray clays were then encountered in Boring B-1 at a depth of 9 feet and continued to boring termination at a depth of 10 feet. The various clays encountered at the site had tested Liquid Limits (LL) of 69 and 71 and Plasticity Indices (Pl) of 46 and 47 and are classified as CH by the uses . The various clayey soils were generally stiff to hard (soil basis) in consistency with pocket penetrometer readings of 2.5 to over 4 .. 5 tsf . Tested unit weight values were 95 and 96 pcf, and unconfined compressive strengths were 3,930 and 4,020 psf . The Atterberg Limits tests indicate the clays encountered at this site are highly active with respect to moisture induced volume changes .. Active clays can experience volume changes (expansion or contraction) with fluctuations in their moisture content . 3.2 Ground-Water Observations The borings were drilled using continuous flight augers in order to observe ground-water seepage during drilling . All boreholes were dry at completion of drilling operations . Fluctuations of the ground-water level can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed . During wet periods of the year seepage can occur in joints in the clays . The possibility of ground-water level fluctuations should be considered when developing the design and construction plans for the project. Report No 1526-10-01 CMJ ENGINEERING, INC. 3 4.0 PAVEMENTS 4 .1 General The surficial clays encountered consist of highly plastic clays . These soils are subject to loss in support value with the moisture increases which occur beneath pavement sections.. They react with hydrated lime, which serves to improve and maintain their support value . Treatment of these soils with hydrated lime will improve their subgrade characteristics to support area paving . Lime treatment is recommended for all subgrade areas to support concrete paving, and also to improve performance of Portland cement concrete paving . Surface drainage is critical to the performance of this pavement. Water should be allowed to exit the pavement surface quickly . This can be accomplished by maintaining at least 1 percent slope of the finished grades and discharging the water into drainage structures . All pavement construction should be performed in accordance with the following procedures .. 4.2 Pavement Subgrade Preparation Prior to lime stabilization or compaction, the subgrade should be proofrolled with heavy pneumatic equipment. Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described in Section 5 . The subgrade, stabilized or unstabilized , should be scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 95 percent of ASTM D 698 near -2 to +4 percentage points of the optimum moisture content determined by that test. It then should be protected and maintained in a moist condition until the pavement is placed . We recommend a minimum of 7 percent hydrated lime be used to modify the clay subgrade soils . The amount of hydrated lime required to stabilize the subgrade should be on the order of 30 pounds per square yard for a 6-inch depth . The hydrated lime should be thoroughly mixed and blended with the upper 6 inches of the clay subgrade (TxDOT Item 260). The hydrated lime should meet the requirements of Item 264 (Type A) in the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges, 1993 Edition . Lime treatment should extend beyond exposed pavement edges to reduce the effects of shrinkage and associated loss of subgrade support . We recommend that subgrade stabilization extend to at least one foot beyond pavement edges to aid in reducing pavement movements and cracking along the curb line due to seasonal moisture variations after construction . Each construction area should be shaped to allow drainage of Report No .. 1526-10--01 CMJ ENGINEERING, INC 4 surface water during earthwork operations, and surface water should be pumped immediately from each construction area after each rain and a firm subgrade condition maintained . Water should not be allowed to pond in order to prevent percolation and subgrade softening, and lime should be added to the subgrade after removal of all surface vegetation and debris .. Sand should be specifically prohibited beneath pavement areas, since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils (lime stabilized soil will be allowed for fine grading) After fine grading each area in preparation for paving, the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non-yielding subgrade . 4.3 Pavement Sections The project will include the construction of parking lots and/or drives .. At the time of this investigation, site paving plans or vehicle traffic studies were not available .. Therefore, several rigid and flexible pavement sections are presented for a 20-year design life based on our experience with similar facilities for Light Duty Parking Areas, Medium Duty Parking Areas, and Medium to Heavy Duty Drives .. In general, these areas are defined as follows . Light-Duty Parking Areas are those lots and drives subjected almost exclusively to passenger cars, with an occasional light-to medium-duty truck or bus (2 to 3 per week) Medium-Duty Parking Areas are those lots subjected to a variety of light-duty vehicles to medium-duty vehicles and an occasional heavy-duty truck or bus (1 to 2 per week). Medium to Heavy-Duty Drives are those drives subjected to a variety of light to heavy-duty vehicles . These pavements include areas subject to significant bus and truck traffic or trash vehicles .. We recommend that rigid pavements be utilized at this project whenever possible, since they tend to provide better long-term performance when subjected to significant slow moving and turning traffic . If asphaltic concrete pavement is used, we recommend a full depth asphaltic concrete section having a minimum total thickness of 5 inches for light-duty parking areas and 6 inches for medium-. duty parking areas A minimum surface course thickness of 2 inches is recommended for asphaltic concrete pavements . Report No . 1526-10-01 CMJ ENGINEERING, INC 5 If Portland cement concrete pavement is used , a minimum thickness of 5 inches of concrete is recommended for light-duty park ing areas , 6 inches for medium-duty parking areas , and 7 inches for medium to heavy-duty areas .. A California Bearing Ratio or other strength tests were not performed because they were not within the scope of our services on this project. A subgrade modulus of 100 psi was cons idered appropriate for the near-surface soils . If heavier vehicles are planned, the above cross sections can be confirmed by performing strength tests on the subgrade materials once the traffic characteristics are established . Periodic maintenance of pavement structures normally improves the durability of the overall pavement and enhances its expected life . The above sections should be considered minimum pavement th icknesses and higher traffic volumes and heavy trucks may require thicker pavement sections . Additional recommendations can be provided after traffic volumes and loads are known .. Periodic maintenance should be antic ipated for minimum pavement thickness . This maintenance should consist of sealing cracks and timely repair of isolated distressed areas . 4.4 Pavement Material Requirements Reinforced Portland Cement Concrete : Reinforced Portland cement concrete pavement should consist of Port land cement concrete having a 28-day compressive strength of at least 3 ,500 psi.. The mix should be designed in accordance with the ACI Code 318 using 3 to 6 percent air entrainment. The pavement should be adequately reinforced with temperature steel and all construction joints or expansion/contraction joints should be provided with load transfer dowels .. The spacing of the joints will depend primarily on the type of steel used in the pavement. We recommend using No . 3 steel rebar spaced at 18 inches on center in both the longitudinal and transverse direction . Control joints formed by sawing are recommended every 12 to 15 feet in both the longitudinal and transve rse direction . The cutt ing of the joints should be performed as soon as the concrete has "set-up" enough to allow for sawing operat ions . Hot Mix Asphaltic Concrete Surface Course : Item 340 , Type D, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets , and Bridges, 2004 Edition . Report No. 1526-10-01 CMJ E NGINEERING, I NC. 6 Hot Mix Asphaltic Concrete Base Course: Item 340, Type A or B, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2004 Edition . 4.5 Pavement Considerations The design of the pavement drainage and grading should consider the potential for differential ground movement due to future soil swelling of up to 4 .5 inches . In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs all cracks and joints in the pavement should be sealed on a routine basis after construction 5.0 EARTHWORK 5.1 Site Preparation The subgrade should be firm and able to support the construction equipment without displacement Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be reworked to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative . Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. 5.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness . The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors . The fill material should be uniform with respect to material type and moisture content Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift . Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer . Report No.1526-10-01 CMJ ENGINEERING, INC 7 The on-site soils are suitable for use in site grading . Imported fill material should be clean soil with a Liquid Limit less than 60 and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris .. The fill material should be compacted to a minimum of 95 percent of the maximum dry density determined by the Standard Proctor test, ASTM D 698 . In conjunction with the compacting operatlon, the fill material should be brought to the proper moisture content The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges . For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (wlthin the recommended range) in order to consistently achieve the recommended density . Field density tests should be taken as each lift of fill material is placed . As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended .. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet A minimum of 2 tests per lift should be required .. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer . Each lift should be compacted, tested, and approved before another lift is added .. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained . The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations . 5.3 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction . Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Report No . 1526-10-01 CMJ ENGINEERING, INC 8 Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water . Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes . Trench safety recommendations are beyond the scope of this report . The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations . 5.4 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities . All applicable ordinances and codes regarding erosion and sediment control should be followed . 6.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions . In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings . However, quite often during construction anomalies in the subsurface conditions are revealed . Therefore, it is recommended that CMJ Engineering , Inc . be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and , when necessary, to recommend alternative solutions to unanticipated conditions .. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condit ion, and other such subsurface related recommendations should be considered as preliminary . It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract Report No . 1526-10-01 CMJ ENGINEERING, INC 9 directly with the project geotechnical engineer . This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer . 7 .0 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials . The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actua l samples taken . Therefore, these boring logs contain both factual and interpretive information . Laboratory soil classification tests were also performed on samples from selected depths in the borings . The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed . It is not implied that these logs are representative of subsurface conditions at other locations and times . Wrth regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall , temperature and other factors . Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed . If, during construction, different subsurface conditions Report No . 1526-10-01 CMJ ENGINEERING, INC. 10 from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary . If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations. structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse Further, it is urged that CMJ Engineering, Inc . be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report . In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such otherfield observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil , surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc . should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report . The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface conditions for purposes of determining difficulty of excavation , trafficability, etc . are responsibilities of the contractor .. This report has been prepared for the exclusive use of Botanical Research Institute of Texas, Inc . for specific application to design of this project The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality . No other warranty, expressed or implied, is made or intended . * * * * Report No. 1526-10-01 CMJ ENGINEERING, INC. 11 ' ~:·, ---1 ___ J BOTANIC GRADEN BOULE..__V_A_R_D ________ -J C ~ LEGEND : ~ Bonng Loco tion CJ ~ ~ B-2 CJ PLAN OF BORINGS PARKING LOT RECONSTRUCTION FORT WORTH BOTANICAL GARDENS FORT WORTH , TEXAS N j B-1 Not To Scale CMJENGINEERING, I NC. CMJ PROJECT NO . /526 -/0-0/ Major Divisions .~ C: Grp Sym. Typical Names Well-graded gravels , gravel- GW sand mixtures , little or no fines Laboratory Classification Criteria Cu=~-gre ater than 4: Cc= --~~~ 2 --between 1 and 3 ~I D10 D10 x D60 ~0~1--------------------Cl)C/)E I .Q Q) t5 .~ Q) e (I) N '+-Q) GP Poorly graded gravels, gravel sand mixtures, little or no fines ~-~ [ Cl) Cl) (I) Not meeting all gradation requirements for GW e..J 'iii (I) Q) > Q) ai ~ .!!! > > ro fll Q) e 8 '<t-----------------i a:g~ r 0 "0-----------,,---------- iii CD-ci (/)'E Q) 8 ~ z l g GM Silty gravels, gravel-sand-silt . -~ ·:tCl I ?: 0 -~ Liquid and Plastic limits ~ : ·~ b I " , · p I Liquid and plastic limits N ro ~ .c ro en mixtures ~ g;: ~ ~£j.!!!~ :,Q) : o-e ow A'. line or : !l> plotting in hatched zone I -greater than 4 m----------1 be:~:~li~=~~:e:re C: (I) ct1 = .c o-(1) ~ "O Q) Q) ei c: ro § :;; t?>ro 5l ;:: .... Q) ro -0 ct1 £ (I) iii <;::: -------------~ ~ ai 5o NO > ~ GC Clayey gravels, gravel-sand--~ ~ ~ t clay mixtures 'i~ ~ Cl Cl) i----t----+---11------------tE; ~ .!!! 7(i E (I) e a> (I) gf SW Well-graded sands gravelly ::: ~ ~ ~ sands, little or no fines ~ ~ roe e!c: .!:!? (I) c: Cl 0 ~ Liqu id and Plastic limits requiring use of dual Cl> above "A" line with P .I .!~ t th 7 ~m~~ : ci5 grea er an :~~--------~~--------: o 1 c:q Dso (D30)2 Cu=----gre at er than 6: Cc=----------between 1 and 3 D,o D,o x Dso c:~ -------------u~ 0 g ~ ~ i Poorly graded sands; ffi ~-j ~ ~ ~ ··~ 2. SP gravelly sands, little or no -g gi [ii ~ Not meeting all gradation requirements for SW o E Q) £ ~ > fines ~ ,E e a5 . \ ffi ~ ~ *~-----1-----------io o g_ ii 1------------,.----------:~: -ct1 .... -~ Q) Lt) ..-~ £ •Yg'q° Q -, - Cl) • .... ai ~ c: c: a5 Liquid and Plastic limits (]) o fll c: ci.., ct1 ro o. o :_o zc: ~ 5 SM Silty sands, sand-silt mixtures ~ a3 ui £ :5 N below "A" line or P I less Liquid and plastic limits ,S t:: E a> ~ :i: (I) ~ ..--th 4 Q) > Q) 1ii 0 0 N ci z C: ro .i= .!!l. t: ·-Q) 0-(/) "ffi -o E ~ <I) iii -~ .... _ 9> .~ Q) .... C: 2 ·-t1l LL E 0 .... <ii .c C co :S ~ 0 5 ~ £ .c ro ...... ~ ~ g ~ o ,g an plotting between 4 and - J .!!! ~ 1---------------g_ g ; ...J ~ Lt) 1-----------1 are borderline cases C: ro £ ~ 0 5 (I) iii i;:: <ll Cl ro requiring use of dual ~ ·5 c: c -o Liquid and Plastic limits ~ ro ~ SC Clayey sands , sand-clay § 'g ~ above "A" line with p I symbols en 2: mixtures 2 [ ~ greater than 7 $ ~~~ 0 Lt) C: co V) ..c: >-11) ... u2 11) "O Q) C: L.. ro e> u, ;4: :: E en :.: "O ·s O" d >, .~ -C: (I) ..c: ro = .52l Cl Q ::c ... w 0 ML CL Inorganic silts and very fine sands, rock flour, silty or clayey fine sands , or clayey silts with slight plasticity Inorganic clays of low to medium plasticity, gravelly clays, sandy clays, silty clays , and lean clays OL Organic silts and organic silty clays of low plasticity 60.----t-----t"----t-------r~-r--------t------t------r-----+--/---,, / 5-fll--+--+---+---+--+-----t---+--t/--,,'--+---i CH / 40l---+---+---+--.--+---t---h'/ '--+--t---1 ~ / ! 30,~___,f-----,f---f----t---t----,1'---+----+---t---1 Inorganic silts, micaceous or :g _/ diatomaceous fine sandy or l . '?" OH a, d MH MH silty soils , elastic silts •'7 2' CH OH Inorganic clays of high plasticity , fat clays Organic clays of medium to high plasticity , organ ic silts Pt Peat and other highly organic soils CL 0 10 20 30 40 50 60 Li quid Lim it Plasticity Chart 70 80 90 UNIFIED SOIL CLASSIFICATION SYSTEM PLATEA.2 U •••• • • SAND SILT HIGHLY PLASTIC CLAY • • • • • SANDY • SILTY CLAYEY CONGLOMERATE Shelby Tube Auger Split Spoon Rock Core .:r-ERMS DESCRIBING CONSISTENCY, CONDITION 1 AND STRUCTURE OF SOIL ·ne Grained Soils (More than 50% Passing No . 200 Sieve) Descriptive Item Penetrometer Reading, (tsf) s~ 0 .0~1 .o Firm 1 0 to 1 .5 Stiff 1 5 to 3 .0 Very Stiff 3 Oto 4 5 Hard 4 5+ C.oarse Grained Soils (More than 50% Retained on No 200 Sieve) Penetration Resistance Descriptive Item (blows/foot) 0 to 4 4 to 10 10 to 30 30 to 50 Over50 Soil Structure Very Loose Loose Medium Dense Dense Very Dense Relative Density Oto 20% 20 to 40% 40 to 70% 70 to 90% 90 to 100% Contains appreciable deposits of calcium carbonate; generally nodular Having inclined planes of weakness that are slick and glossy in appearance Composed of thin layers of varying color or texture Containing cracks, sometimes filled with fine sand or silt Cone Pen No Recovery alcareous ~ckensided .1 :;iminated ssured nterbedded Composed of alternate layers of different soil types, usually in approximately equal proportions RMS DESCRIBING PHYSICAL PROPERTIES OF ROCK Hardness and Degree of Cementation 3ry Soft or Plastic Soft • 'oderately Hard ard Very Hard Can be remolded in hand; corresponds in consistency up to very stiff in soils Can be scratched with fingernail Can be scratched easily with knife; cannot be scratched with fingernail Difficult to scratch with knife Cannot be scratched with knife -oorly Cemented or Friable Easily crumbled "mented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials . ,egree of Weathering 1eathered tremely Weathered Rock in its natural state before being exposed to atmospheric agents Noted predominantly by color change with no disintegrated zones Complete color change with zones of slightly decomposed rock Complete color change with consistency, texture, and general appearance approaching soil :EY TO CLASSIFICATION AND SYMBOLS PLATE A.3 0 al C, z ii': 0 CD LL 0 C, 0 ...J Project No . I Boring No Project South Parking Lot Reconstruction 1526-10-01 8-1 Fort Worth Botanical Gardens -Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling, dry at completion Completion I Completion Depth 10.0' Date 8-2-10 Surface Elevation Type Auger: B-47 er 0 VJ 0 Q) 0 .c .0 a. ... ci N Cl. E E o .!: 0 > C\l Stratum Description . -0 z 0 Q) Cl) Cl) -C\l 0 ~ ~ ~~. o,;;>:: :,I! CJ~ 0 C: D 0 -Iii ~~ 0 3: C: u., ti~ (.) VJ > 0 l:l .!! crE "'E ' w .9. Q)~ a: a: CD Cl... I-a.. Cl) ::i ::i a: ::i I ASPHALT, 1.5" thick I 3.5 I--CLAY dark brown w/ calcareous nodules very stiff 3.0 69 21 I--3.0 L- CLAY , brown w/ calcareous nodules very stiff to 4 .0 I--hard 4 .0 -5- - - --4 .5+ I-- I-, CLAY, tan and gray , hard 4 .5+ '-10--------------------------- I LOG OF BORING NO . 8-1 CMJ ENGINEERING INC~ C -'· -l c~ ~ ;:er ~ ~"' 0 ~ Q) " .g :G~ ... -2:· ::i ::i C: OQ C: ... "Cl -Q) :.:; X 8 0. C: VJ Q) <JI- ""<Ii E ::i -C: C\l "Cl Oo C: ..0 :§8~ a:..!: ::;E (.) ::>..J l 48 31 - 29 96 4020 18 u I -~ l l l L t [ l [ [ L L PLATE A.41 L \if N IN -Project No . I Boring No. Project South Parking Lot Reconstruction 1526-10-01 8-2 Fort Worth Botanical Gardens -Fort Worth, Texas CMJ ENGJ 'EERING C Location Water Observations .. See Plate A.1 Dry during drilling, dry at completion Completion I Completion -Depth 10.0' Date 8-2-10 Surface Elevation Type ..,.,, Auger: B-47 ii'. 0 "' 0 Q) 0 ci'.i: .c .c a. o .[ N a. E E 0 ';f?. ~ii'. "'C Q ci- ~ >,. l\l Stratum Description .-a z 0 ~ &1~ Q) U) -ni >, Q) -Cl (/) ';f?. ~ u. Q) Ol;;::: ~ u';f!. ts ~c 2:: ;:; <i= Q) (I) 0 "ui a::: U.: C 0 Cl~ C "-"'C -Qi :'2 -~ ~;t:: :;::; X -Q) o a.c C) Cl S: C , gi a; (I) Q) ,,,_ u E::, ::,·--c :1: (/) \ w a ..Q Q) (/) l\l .-rrE ..!!! E l\l "'C Oo C .C coo a::: a::: Ill a. t-Q. (/) ::::i ::J a. ::J a: ..E ~(.) :::l....J :::i (.) a. ... _ =I ASPHALT, 2" thick ,r 3.0 CLAY, dark brown, w/ calcareous nodules, very stiff 3.0 26 95 3930 -3.5 71 25 46 26 -CLAY brown stiff to very stiff 3.5 ._--2.5 23 >-5- I-- I--3.0 ~~ - I--4.0 >-10-~------------------------ w -u - J --_., i ....; u r; ~ -u --, .. . 5 ii ' w -; ::. t..) -;: ' ~ ~ ":! J ~ (I) l1. 0 ~ LOG OF BORING NO . B-2 PLATE A.5 ) J SECTION 02900 -PLANTS PART I -GENERAL 1.01 RELATED DOCUMENTS A . Drawings and general provisions of the Contract , including General and Supplementary Conditions and Division 01 Specification Sections , app ly to this Section. 1.02 DEF INITIONS A. Backfill : The earth used to replace or the act of replac ing earth in an excavation . B. Duff Laye r: The surface layer of native topsoil that is composed of mostly decayed leaves, tw igs, and detritus. C. Finish Grade: Elevation of finished surface of planting soil. D. Manufactured Topsoil : Soil produced off-si te by homogeneously blend ing 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 , rodentic ides , and molluscicides. It also includes substances or mixtures intended for use as a plant regulator , defoliant, or desiccant. F. Pests: Living organ isms that occu r 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 , moles , and mice), unwanted plants (weeds), fungi , bacteria, and viruses. G. Planting Soil : Standardized topso il; existing , native surface topsoil ; existing , inplace surface soil ; imported topsoil ; or manufactured topsoil that is modified with soi l amendments and perhaps fertilizers to produce a soil mixture best for plant growth . H. Root Flare: Also called "trunk flare ." The area at the base of the plan t's stem or trunk where the stem or trunk broadens to form roots ; the area of trans ition between the root system and the stem or trunk. I. Subgrade : Surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting so il is placed . J. Subso il: All soil beneath the topsoil layer of the so il profile , and typified by the lack of organic matter and soil organisms . K. Surface Soil: Soil that is present at the top layer of the existing soil profile at the Project site . In und isturbed areas , the surface soil is typically topsoil; but in disturbed areas such as urban env ironments , the surface soil can be subsoil. 1.03 DESCRIPTION OF WORK A . General Th is section specifies requirements for landscaping as shown on drawings and as specified herein. B. Related Sections Section 02810: LANDSCAPE IRRIGATION SYSTEM PLANTS 02900 -1- 1.04 QUALITY ASSURANCE A. Source Quality 1. Provide plant materials conforming grading code , for quality and size . Use only nursery-grown stock . 2. Plants : subject to review by Landscape Designer at place of growth or storage yard and upon delivery for conformity to specifications . Such review shall not preclude right to review and of rejection during progress of work. B. Requirements of Regulatory Agencies 1. Perform work in accordance with all laws , codes and regulations required by authorit ies in furn ishing , transporting and installing materials . 2. Certificates of inspection required by law for transportation shall accompany invoice for each shipment of plants . File copies of certificate with Landscape Designer after review of material. C . Continuous Superintendence 1. Have one person responsible for work specified in this section continuously on job site throughout installation . 2. Pesticide Applicator: State licensed , commerc ial. 1.05 SUBMITTALS A. Samples 1. Soil amendments with analysis prior to materials being brought on job site . 2 . Submit photos of plants, 15 gallons and larger, from other than local nurseries , with person standing next to trees for scale . Label photo with following information : a. Botan ical and Common Name b. Name , Location and Phone Number of Nursery c . Size of Container d . Trunk Height to Lowest Branching e. Caliper at 3'-0" from ground B. Invoices Copies of invoices for soil amendments, fertilizers and materials specified herein . Invoice shall contain job site name , job site address, contractor's name , materials delivered, quantities delivered and date. C. Soil Testing 1. Imported fill : provide soil analysis from composites of borrow area prior to delivery on job site . 2. Existing soil : provide soil analysis of representative samples from 2 locations on the job site , as determ ined by Landscape Des igner. 3. Imported topsoil : provide soil analysis performed by a certified testing laboratory prior to delivery to job site . Identify source location , percentages of silt , clay , sand , organic matter, pH , mineral and plant nutrient content of soil. Soils unsuitable for planting will be rejected . PLANTS 02900 -2- 4. Provide soil analysis expressed in parts per million includ ing the following : a. Organic Content b. Nitrogen c. Phosphorous d. Potassium e. Magnesium f. Calcium g. Sod ium h. Sulfur i. Zinc j . Manganese k. Copper I. Iron m . Boron n.pH o . ECe Analysis: performed by certified testing laboratory. Soils deemed unsuitable for plant ing will be rejected . 5. Suitability of soil and chemical deficiencies will be determined by Landscape Designer. Deliver test results to Landscape Designer. 6. Soil under previous building or parking areas : tests at surface and six inches below grade by germinating radishes or annual rye grass . If germination fails , remove sterilized soil and place topsoil. 7. Test for percolation : dig a min imum of three, 3'-0" deep holes in planting areas and fill with water. Record amount of time it takes for water to percolate . Delive r results to Landscape Designer. -1 .06 DELIVERY, STORAGE AND HANDLING A. Furnish standard products in manufacturer's containers bearing original labels showing quantity , analysis and name of manufacturer. B. Deliver plants in closed trucks or wrap specimens to prevent windburn . Windburned plants will be rejected . C. Provide protection for plants and products from weather conditions or other adverse conditions . D. Deliver plants with legible identification labels . Label trees , bundles of containers of like shrubs, and groundcover plants . Use durable waterproof labels w ith water resistant ink which will remain legible for at least sixty (60) days. E. Lift plants by container only . Plants with broken limbs, loose root balls, or loose trunks will be rejected . F. Provide 48-hour advance notification of delivery schedu le so material may be rev iewed upon arrival at job site. Remove unacceptable material from the job site immed iate ly . G. Deliver pesticides and soil fumigants to j ob site in original unopened containers . Containers that do not have legible label that identifies Environmental Protection Agency and State registration number, and manufacturer's registered uses will be rejected . Po ison may be used only with approval. H. Do not store soil sterilant and pesticides with other landscape materials. Store in I ocked separate structure or vehicle . PLANTS 02900 -3- 1.07 JOB CONDITIONS A. Existing conditions: base bids on following conditions : 1. That existing ground elevations will be brought to elevat ions indicated on grading plan. 2. That no pipes or artificial obstructions , other than those ind icated will be encountered . Notify Landscape Designer if unforeseen obstructions are encountered . 3. That soil unsuitable for plant growth will be encountered and will be removed to depth of 6 inches . B. Coordination Coordinate and cooperate with other Contractors to enable work to proceed as rapidly and efficiently as possible. C . Cleanup 1. Keep areas clean, neat and orderly . 2. Clean paved surfaces at the end of each day. 3. Remove deleterious materials and debris prior to Maintenance Period . 1.08 SUBSTITUTIONS A. Locate plants as soon as job is awarded . 1. Inform Landscape Designer of unavailable plants at least two weeks prior to anticipated planting. 2. Be prepared with suggested available alternates and price difference . B. Landscape Designer will select substitutes . 1.09 GUARANTEE A. Plants 15 gallons and larger for two (2) years after Final Acceptance . Replace dead plants and plants not in vigorous, thriving condition as soon as weather permits and on notification by Landscape Designer. Replace plants which have partially died, thereby damaging shape , size or symmetry . B. Replace with same kind and sizes as originally planted , at no cost to client. Provide one (1) year guarantee on replacement. Protect irrigation system and other piping , conduit or other work during replacement. Repair damage immediately at no cost to client. C. 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 . b. Structural failures including plant ings falling or blowing over from natural disasters . 2. Warranty Periods from Date of Substantial Completion: PLANTS 02900 -4- - a. Trees, Shrubs, Vines, and Ornamental Grasses less than 15 gallon in size: Two (2) years. b. Ground Covers, Biennials, Perennials, and Other Plants: Two (2) years. PART II -PRODUCTS 2.1 TOPSOIL A. Provide topsoil which is fertile, friable, natural loam, surface soil , reasonably free of subsoil , clay lumps , brush , litter, roots, stumps, weeds and stones larger than 5cm in any dimensions. Because some herbicides are non-selective and have a long residual life in the soil , it should be determined if the topsoil to be used was recently treated with herbicide, the herbicide material, rate of application and number of times applied should be determined before the soil is delivered. If the herbicide material is one that will affect the growth of grass, the soil will be rejected. B. All topsoil shall be tested as outlined in Section 02900 1.4 Quality Assurance. C. Use of Sterilants -the landscape contractor shall assume full responsibility for any loss or damage to site arising from improper use of sterilants or due to his failure to allow sufficient time to permit dissipation of toxic materials, whether or not such sterilants are specified herein . D. Soil Amendments 1. Ground Limestone -Containing not less than 85% of total carbonates and ground to such fineness that 50% will pass through a 100-mesh sieve and 90% will pass through a 20-mesh sieve. (Meshes/lineal inch) 2. Aluminum Sulfate -Commercial grade. 3. Organic Material -Decomposed Rice Hulls or Compost -weed and seed free . 4. Bone meal -Commercial, raw, finely ground ; 4% nitroger:i and 20% phosphoric acid . 5. Superphosphate -Soluble mixture of treated minerals; 20% available phosphoric acid. 6 . Sand -Clean, washed sand, free of toxic materials. 7. Perlite -Conforming to National Bureau of Standards PS 23 . 8. Vermiculite -Horticultural grade, free of toxic substances. 9. Mulch -Premium grade pine bark 1 - 1'1/2 " diameter, furnish in bags or bulk. Southland Pine Bark Soil Conditioner or approved alternate (Southern Imports (336) 294-4521 ). 2.2 FILTER FABRIC A. Product #US 670 manufactured by U .S. Fabrics, Inc. A woven calendared monofilament filtration geotextile made of 100% polypropylene yarn with a percent open area of 4-6%. Or approved equivalent as manufactured by: U.S. Fabrics, Inc. 3904 Virginia Ave. Cincinatti, OH 45227 Phone: (513) 271-6000 PLANTS 02900 -5- 2 .3 PLANT MATERIALS A. Quality - Provide trees , shrubs , and other plants of size , genus species and variety shown and scheduled for landscape work and complying with recommendations and requirements of ANSI 260 .1 "American Standard for Nursery Stock", latest edition or approved equivalent. B. Plants 1. Provide plants typical of their species or variety with normal , densely developed branches and vigorous , fibrous root systems . Provide only sound , healthy, vigorous plants free from defects , disfiguring knots , sun sca ld injuries , frost cracks , abrasions of the bark, plant diseases , insect eggs , borers, and all forms of i nfestation . All plants shall have a fully developed fo rm without vo ids and open spaces . Plants held in storage will be rejected if they show signs of growth during storage . 2 . Container grown stock shall not be pot bound or loose in the container. Plants specified by container size shall have a fully developed root system related to the size of the container. 3. Plants planted in rows shall be matched in form . 4 . Plants larger than those specified in the plant list may be used when acceptable to the Landscape Designer, at no additional cost. 5 . If t he use of larger plants is accepted , increase the spread of roots or roo t ball in proportion to the s ize of the plant. 6. The height of the trees, measured from the crown of the roots to the top of the top branch, shall not be less than the min imum size in accordance with the cal i per of tree indicated on the Plant List and its corresponding height per ANSI 260.1-2004. 7 . No pruning wounds shall be present with a diameter of more than 2.5cm and such wounds must show vigorous bark on all edges . 8. Shrubs and small plants shall meet the requirements for the container or rootball size indicated on the Plant List and corresponding spread and height in ANSI 260.1-2004. 9. The measurements for height shall be taken from the ground level to the average height of the top of the plant and not the longest branch in accordance with ANSI 260 .1-2004. 10. S ingle stemmed or thin plants will not be accepted. 11 . Side branches shall be generous , well-twigged , and free from dead wood , bruises , or _other root or branch injuries . C . Deciduous Trees 1. Provide trees of height and caliper scheduled , or shown , and with branching configuration recommended by ANSI 260.1 for type and species required. Provide single stem trees except where special forms are shown or listed. Trees that have the main trunk forming a "Y " shape are not acceptable. 2. Provide balled and burlapped (B&B) deciduous trees . PLANTS 02900 -6 - D. Groundcover 1. Prov ide plants established and well rooted in removable containers or integral peat pots and with not less than minimum number and length of runners required by ANSI Z60 .1 for the pot size shown or listed. 2.4 MISCELLANEOUS LANDSCAPE MATERIALS A. Anti-Des iccant 1. Emulsion type , film-forming agent des igned to permit transpiration but retard excessive loss of moisture from plants . Deliver in manufacturer's fully identified containers and mixed and applied in accordance with manufacturer's instructions. B. Pre-Emergent 1. Granular application of weed control compound "Preen" or approved equal. C . Tackifier 1. Liquid concentrate diluted with water, forming a transparent , 3-dimensional , film-like crust , permeab le to water and air, and containing no agents toxic to seed germination . D. Stakes and Guys 1. Provide stakes and deadmen of sound new hardwood , treated softwood , or cedar, free of knot holes and other defects . Provide wire ties and guys of 2-strand, tw isted , pl iable galvanized iron wire not lighter than 12 ga. With zinccoated turnbuckles not less than 15cm in length . Provide not less than 1.5cm diameter reinforced black rubber hose , cut to required lengths , to protect tree trunks from damage by wires . F. Water 1. Free of substances harmful to plant growth . Hoses or other methods of transportation to be furnished by contractor. PART Ill -EXECUTION 3.1 INSPECTION A. Examine proposed planting areas and conditions of installations . Notify Construction Manager and Landscape Des igner immed iately of any unsatisfactory cond itions . Do not start planting work until unsatisfactory conditions are corrected . 3.2 PREPARATION A. Time of Planting 1. Evergreen material -Plant evergreen materials while dormant or in Spring before new growth begins. If project requirements require planting at other times, plants shall be sprayed with anti-desiccant prior to planting operations 2. Deciduous Material a. Plant deciduous materials in a dormant condition . If deciduous trees are planted in-leaf, they shall be sprayed with an anti-desiccant prior to planting operation . PLANTS 02900 -7- b. Planting times , other than those indicated, must be approved by the Landscape Designer. c. Planting shall be performed only by experienced workmen familiar with planting procedures under the superv ision of a qualified supervisor. d. Layout individual tree and shrub locations and areas for multiple plantings . Stake locations and outline areas and secure Landscape Designers acceptance before start of planting work. Make minor adjustments as necessary. F. Excavation for Trees 1. Excavate pits and beds with vertical sides and with bottom of excavation slightly raised at the center to provide proper drainage. 2. Fill excavat ions for trees with water and allow to percolate out before planting . If proper drainage does not occur, notify Construction Manager and Landscape Designer. 3.3 PLANTING A. Planting Trees 1. Set container grown stock as specified for balled and burlapped stock . Remove cans with an approved can cutter: remove wooden box . 2. Dish top of backfill to allow for mulching and retention of water. 3. Apply anti-germination/weed control in recommended amounts prior to mulching. 4 . Mulch pits , trenches and planted areas . Provide not less than the following thickness of mulch immediately after planting. Thoroughly water mulched areas. After water ing , rake mulch to provide a uniform finished surface. a. Provide 3-inch thickness of mulch for trees. b. Provide 2-inch thickness of mulch for groundcovers . 5. Apply anti-dessicant using power spray to provide an adequate film over trunks, branches stems, twigs and foliage. 6. Groundcover is to be treated with anti-desiccant in the first winter growing season . B. Planting Groundcover 1. Space Plants a. Space groundcover plants in accordance with indicated dimensions . Adjust spacing as necessary to evenly fill the planting bed with the indicated quantity of plants. Plant to within 60 inches of the trunks of trees and shrubs. b. Space groundcover not more than 12 inches o .c. unless otherwise indicated on plant schedule . c . Mulch area between groundcover plants : place not less than 2 inches thick . PLANTS 02900 -8- 2. Prune a . Unless otherwise directed by the Landscape Designer, do not prune; only prune to remove injured or dead branches if any exist. b . Remove and replace excessively pruned or mis-formed stock resulting from improper pruning. C . Staking and Guying 1. Stake/guy all trees immed iately. 2 . All work shall be acceptable to Landscape Designer. 3.4 MAINTENANCE A. Begin maintenance immediately after planting. 8 . Maintain trees , shrubs and other plants until final acceptance but in no case less than the following period : 60 days for trees shrubs and ground cover. C. Ma intain trees , shrubs , and other plants by pruning, cultivating and weeding as required for healthy growth . Restore planting saucers . Tighten and repair stakes and guy supports and reset trees and shrubs to proper grades or vertical pos ition as required. Restore or replace damaged wrapping. Spray as required to keep trees and shrubs free of insects and disease . Re-set settled plants to proper grade and position . Remove dead materia l. Water trees, plants, ground cover beds within the first 24 hours of initial planting and not less than twice per week until final acceptance. 3 .5 CLEANUP AND PROTECTION A. During landscape work , keep pavements clean and work area in an orderly condition . B. Protect landscape work and materials from damage due to landscape operations, operations by other contractors and trades and trespassers . Ma intain protection during installation and maintenance periods. Treat, repair, or replace damaged materials resulting from planting operations . Remove from site all excess materials , soil , debris and equipment. 3.6 INSPECTION AND ACCEPTANCE A . When the landscape work is completed , including maintenance , the Landscape Designer will , upon request , make an inspection to determine acceptability. Provide notification at least 10 working days before requested inspection date . B. Planted areas will be accepted provided all requirements , includ i ng maintenance , have been complied with and plant materials are al ive and in healthy , vigorous condition. C. Where inspected landscape work does not comply with requirements, replace rejected work and continue specified maintenance until re-inspected by Landscape Designer and found to be acceptable. Remove rejected plants and materials promptly from project site. D. Upon final acceptance , the Owner will assume plant maintenance . END OF SECTION PLANTS 02900 -9- TO:' FOR: T. M. Higgins. Interim City Manager Fort Worth, Texas PARK IMPROVEMENTS AT : Project Name: FAC: DOE No.: PROPOSAL Parking Renovations at Fort Worth Botanic Garden C200/541200/807370171080 6707 Pu_µant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications , and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, eq1.1ioment, and materials necessary to fully complete all the work as provided in the plans and specifications, and sut :t to the inspection and approval of the Parks and Community Services Department Director of the City of Fort w h. Th "approximate quantity" category is for information purposes only. The Contractor shall be paid on the basis of act •I installed quantities on non lump sum items . Additionally, the Contractor shall be aware that the Proposal co ins both Lump Sum and Unit Price items. If tl1::. lowest bid received exceeds the funds budgeted for the project, the City reserves the right to decrease the qu. tities contained in any line item or to eliminate any specific line items before award of the contract in order to bri the work within budget. By submitting a bid, the bidder acknowledges the City's right to adjust or eliminate line items prior to the award of contract. Further, by submitting a bid, the bidder agrees to honor each line item bid price with"ut recourse to the City in the event line items are adjusted or eliminated . Up acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish, if applicable, Performance, Payment, and Maintenance Bonds approved by the City of Fort Worth for performing and completing the sai.l work within the time stated and for the following sums, to wit: CPMS BID APPROX. DESCRIPTION OF ITEMS WITH BID UNIT NUMBER QUANTITY PRICE WRITTEN IN WORDS PRICE UNIT ONE -PROJECT WIDE ITEMS {BASE BID) Furnish and Install Project Sign (Per 1. BID-00504 1 EA Specifications) Dollars & Cents per EA $ SWPPP Erosion Control Implementation (See ') BID-00100 1 LS Sheets C5.00 & 5.01) Dollars & Cents per LS $ Traffic Control Plan Implementation (Per I. BID-00181 1 LS Specifications) Dollars & _ .... Cents per LS $ UNIT ONE SUB-TOTAL --PROPOSAL TOTAL AMOUNT BID $ $ $ $ PAY CPMS BID APPROX. DESCRIPTION OF ITEMS WITH BID ITEM NUMBER QUANTITY PRICE WRITTEN IN WORDS UNIT TWO -SITE IMPROVEMENTS (BASE BID) 4 . 40 ,368 SF 5 . B ID-00820 13 LF 6 . BID-00424 1240 LF 7. 216 LF 8. BID-00529 575 SF 9 . BID-00183 1 LS 10. 2 EA 11. 25,130 SF 12. BID-00451 23,847 SF 13. 17,300 SF 14. BID-00452 16,168 SF Removal & Haul Off of Asphalt Paving (See Sheet C1 .00) Dollars & Cents per Removal & Haul Off of Fence-Post & Cable Fence (See Sheet C 1.00) Dollars & Cents per Removal & Haul Off of Curb & Gutter (See Sheet C1 .00) Dollars & Cents per Removal & Haul Off of Ribbon Curb (See Sheet C1 .00) Dollars & Cents per Removal & Haul Off of Concrete Walk (See Sheet C 1.00) Dollars & Cents per Removal & Haul Off of Existing 10" Tree (See Sheet C1 .00) Dollars & Cents per Removal & Salvage of Existing Lightpoles & Removal and Haul Off of Lightpole Base (See Sheet C1 .00) Dollars & Cents per Installation of Lime Stabilized Subgrade Under 6" Pavement(See Sheet FW-1) Dollars & Cents per Installation of 6" Concrete Pavement (See Sheet C1 .02) Dollars & Cents per Installation of Lime Stabilized Subgrade Under 7" Pavement(See Sheet FW-1) Dollars & Cents per Installation of 7" Concrete Pavement (See Sheet C1 .02) PRO POSAL 2 Dollars & Cents per SF LF LF LF SF LS EA SF SF SF SF UNIT TOTAL PRICE AMOUNT BID $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ PA CPMS BID APPROX. IT I NUMBER QUANTITY BID-00842 1530 LF 16 . BID-00786 31 EA BID-00832 22 EA 18. BID-00502 6 EA 3. BID-01227 3EA 1 LS 21 . BID-00414 1LS 2. BID-00831 175 SF 3. BID-00527 2 ,854 SF 24. BID-00177 1 LS 25. 88 LF 3. 187 LF DESCRIPTION OF ITEMS WITH BID PRICE WRITTEN IN WORDS Installation of 6" Curb (See Sheet C1 .01) Dollars & Cents per Installation of New Wheel Stops (See Sheet C1 .01) Dollars & Cents per Installation of Salvaged/Reinstalled Wheel Stops (See Sheet C1 .01) Dollars & Cents per Installation of Sign-HG Accessible Symbol per ADA Specifications (See Sheet C6.00) Dollars & Cents per Installation of Walk-ADA Wheelchair Ramp (See Sheet SW-1) Dollars & Cents per Adjust Existing Manhole to New Grade (See Sheet C1 .00) Dollars & Cents per Existing Utilities Adjustment (See Sheet C1 .00) Dollars & Cents per Installation of Pavement 5-lnch-Reinforced Sidewalk (See Sheet C1 .01) Dollars & Cents per Installation of Paver Walk (See Sheet L 1003) Dollars & Cents per Installation of Pavement Marking-Striping & Handicap Symbol (See Sheet C1 .01) Dollars & Cents per Installation of 12" RCP (See Sheet C2 .01) Dollars & Cents per Installation of 10" H .D .P.E . (See Sheet C2.01) PROPOSAL 3 Dollars & Cents per LF EA EA EA EA LS LS SF SF LS LF LF UNIT TOTAL PRICE AMOUNT BID $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ PAY CPMS BID APPROX. ITEM NUMBER QUANTITY 27 . 424 LF 28. 1 EA 29. 3 EA 30. BID-00822 1 LS 31 . BID-00182 12 EA 32 . BID-00182 12 EA 33 . BID-00182 12 EA 34 . BID-00801 1 LS 35 . BID-00800 1LS 36 . 1 LS DESCRIPTION OF ITEMS WITH BID UNIT PRICE WRITTEN IN WORDS Installation of 6" Perforated H .D .P .E . (See Sheet C2 .01) Dollars & Cents per Installation of 15" Dia. Grate Drain (See Sheet C2 .01) Dollars & Cents per Installation of Cleanouts (See Sheet C2 .01) Dollars & Cents per Installation of Fence-Post & Cable (See Sheet C1 .01) Dollars & Cents per Installation of Tree-6 Inch Caliper-Swamp Maple (See Sheet L 1005) Dollars & Cents per Installation of Tree-3 Inch Caliper-Swamp Maple (See Sheet L 1005) Dollars & Cents per Installation of Tree-6 Inch Caliper-Lacy Oak (See Sheet L 1005) Dollars & Cents per Installation of Landscaping (See Sheet L 1005) Dollars & Cents per Installation of Irrigation System w/ Control (See Sheet IR-1) Dollars & Cents per Installation of Lighting & Electrical Service (See Sheet E-1002) PRO POSAL 4 Dollars & Cents per PRICE LF $ EA $ EA $ LS $ EA $ EA $ EA $ LS $ LS $ LS $ UNIT TWO SUB-TOTAL TOTAL AMOUNT BID $ $ w- $ $ $ $ $ $ $ $ $ p IT CPMS BID NUMBER APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICE WRITIEN IN WORDS UNIT PRICE UNIT THREE -CONSTRUCTION ALLOWANCE (BASE BID) 1 LS Construction Allowance _F_o_rty~--F_iv_e_T_h_o_us_a_n_d ____ Dollars & ___________ Cents per LS $45 ,000 UNIT THREE SUB-TOTAL TOTAL AMOUNT BID $45 ,000 $45 ,000 TOTAL BASE BID ...:.$ _____________ _ u FOUR-CONCRETE PAVEMENT (ALT BID #1) Removal & Haul Off of Asphalt Paving (See 24,413 SF Sheet C1 .00) Dollars & Cents per SF $ Installation of Lime Stabilized Subgrade 2. 24,413 SF Under 7" Pavement(See Sheet FW-1) Dollars & Cents per SF $ Installation of 7" Concrete Pavement (See I. 24 ,413 SF Sheet C 1.02) Dollars & Cents per SF $ UNIT FOUR TOTAL Ut FIVE -CONCRETE PAVEMENT (ALT BID #2) Removal & Haul Off of Asphalt Paving (See 10,809 SF Sheet C 1.00) Dollars & -----------___________ Cents per SF $ 10,809 SF - 3. 10,809 SF UN SIX -PAVER SIDEWALK CAL T BID #3) 1. BID-00527 793 SF Installation of Lime Stabilized Subgrade Under 7" Pavement(See Sheet FW-1) Dollars & Cents per Installation of 7" Concrete Pavement (See Sheet C1 .02) Dollars & Cents per Installation of Paver Walk (See Sheet L 1003) Dollars & ----------- SF $ SF $ UNIT FIVE TOTAL ___________ Cents per SF $ PROPOSAL 5 UNIT SIX TOTAL $ $ $ $ $ $ $ $ $ $ PAY ITEM BID-RECAP CPMS BID NUMBER APPROX. QUANTITY UNIT ONE -PROJECT WIDE ITEMS (BASE BID) UNIT TWO -SITE IMPROVEMENTS (BASE BID) DESCRIPTION OF ITEMS WITH BID PRICE WRITTEN IN WORDS UNIT THREE -CONSTRUCTION ALLOWANCE (BASE BID) TOTAL BASE BID (UNIT ONE, TWO, & THREE) UNIT FOUR -CONCRETE PAVEMENT (ALT BID #1) UNIT FIVE -CONCRETE PAVEMENT (ALT BID #2) UNIT SIX-PAVER SIDEWALK (ALT BID #3) UNIT PRICE A. This contract issued by an organization that qualifies for exemption pursuant to the provis ions of Article 20 .04 (F) of the Texas Limited Sales , Excise and Use Tax Act. B . The Contractor performing this contract may purchase , rent or lease all materials , supplies , equipment used or consumed in the performance of the contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling tax, said exemption certificate complying with State Comptroller's ruling #95-0 .07. Any such exemption certifi cate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95 .09 as amended to be effective October 2, 1968. C . The undersigned assures that its employees and applicants for employment and those of any labor organization , subcontractor or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 , as amended by City ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices . D. The undersigned agrees to complete all work covered by these contract documents within Fifty (50) Working Days after the date for commencing work as set forth in the Notice to Proceed to be issued by the Owner and to pay not less than the Federal Wage Rates . E. Within ten (10) days of receipt of notice of acceptance of this bid , the undersigned will execute t he formal contract and will deliver applicable Surety Bonds for the faithful performance of this contract. 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 applicable bonds are not executed within the time set forth , as liquidated damages for delay and additional work caused thereby . F. In case of ambiguity or lack of clearness in stating prices in the Proposal , the City reserves the right to adopt the most advantageous price for construction thereof to the City or to reject the proposal. G. Receipt is hereby acknowledged of the following addenda: No. 1 No. 2 Respectfully submitted , (Company Name) By (Authorized Signature) Date: Address: Telephone: ---- PROPOSAL 6 No . 3 No .4 ---- TOTAL AMOUNT BID $ $ $ $ $ $ $ FoRTWoRTH ~ CITY OF FORT WORTH, TEXAS PARKS AND COMMUNITY SERVICES DEPARTMENT ADDENDUM NO. 2 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR PARKING RENOVATIONS AT FORT WORTH BOTANIC GARDEN PROJECT NAME PARKING RENOVATIONS AT BOTANIC GARDEN CITY PROJECT NO. 01710 PROJECT NUMBER C200/541200/807370171080 BID SUBMITTAL DUE DATE: Thursday, August 25, 2011 ADDENDUM NO. 1 ISSUED: Tuesday, August 9, 2011 ADDENDUM NO. 2 ISSUED: Monday, August 22, 2011 DOE NO. 6707 The Specifications, Contract Documents, Bid Proposal and Drawings for the above mentioned project are revised and amended as follows : A . SPECIFICATIONS l . Replace Specification "Section 02545 -Interlocking Concrete Pavers " with attached . B. BID PROPOSAL 1. Added "lnstallation of Landscape (Metal) Edging", 1,157 LF. 2 . Added "Installation of Bioswale", I LS. A -I - - - - C. DRAWINGS 1. Clarification: a. Sandy loam soil should not be added or used on this project except in the bioswales. b . Trees should be protected with a dark green netting material to better blend with the existing landscape area during construction. c. Omit the 4, Northern-most, Lacy Oak trees near the walk paths at the building. d. Omit the 3 following plants from the rain swell planting area: i. Asclepias tuberosa, Butterfly Milkweed ii. Oenothera speciosa, Pink Evening Primrose iii. Panicum virgatum , Switchgrass e. Irrigation piping, storm drain piping and electrical piping must be in separate trenches. f. Install the contraction joints as shown on C 1.02. g. Pavement reinforcing shall be in accordance with the Geotechnical Report and Sheet FW-1 (#3 @ 18" O.C.E.W.) h. Contraction joint dowel bars shall be 5/8" diameter by 18 " long smooth dowel bars @ 18 " O.C. This Addendum No. 2, forms part of the Specifications and Contract Documents for the above referenced project and modifies the original Specifications and Contract Documents of the same. Acknowledge your receipt of this Addendum No. 2 by completing the requested information at the following locations: (I) In the space provided on the signature page of the Proposal (2) Indicate in uppercase letters on the outside of your sealed bid envelop: "RECEIVED AND ACKNOWLEDGED ADDENDUM NO. 2" (3) Execute acknowledgement below and submit signed copy with your proposal at the time of bid submittal. Failure to acknowledge receipt of the Addendum No. 2 could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED By: ______________ _ Company: _______________ _ A-2 CITY OF FORT WORTH Richard Zavala DIRECTOR Parks and Community Services Department By: _______ _ Eric Seebock Project Manager PAY ITEM CPMS BID NUMBER APPROX. QUANTITY DESCRIPTION OF ITEMS WITH BID PRICE WRITTEN IN WORDS UNIT PRICE ,t..NIT THREE -CONSTRUCTION ALLOWANCE (BASE BID) 1 . 1 LS Construction Allowance _F_o_rty~--F_iv_e_T_h_ou_s_a_n_d ____ ~:~~~sp!r LS $45 ,000 UNIT THREE SUB-TOTAL TOTAL BASE BID $ TOTAL AMOUNT BID $45 ,000 $45 ,000 ---------------- IT FOUR -CONCRETE PAVEMENT (ALT BID #1) 1 2 . 3 . 24 ,413SF SheetC1 .00) 24,413SF 24,413SF Dollars & ----------- ___________ Cents per SF Installation of Lime Stabilized Subgrade Dollars & -----------Cents per SF Installation of 7" Concrete Pavement (See Sheet C1 .02) Dollars & -----------___________ Cents per SF $ $ $ UNIT FOUR TOTAL UNIT FIVE -CONCRETE PAVEMENT (ALT BID #2) 1 . 10 ,809 SF Sheet C1 .OD) 2 . 10 ,809 SF 3 . 10,809 SF ! 'NIT SIX -PAVER SIDEWALK (ALT BID #3) 1. BID-00527 793 SF ___________ Dollars & ___________ Cents per SF Installation of Lime Stabilized Subgrade Dollars & -----------Cents per SF Installation of 7" Concrete Pavement (See Dollars & -----------Cents per SF $ $ $ UNIT FIVE TOTAL Installation of Paver Walk (See Sheet L 1003) Dollars & -----------Cents per SF $ PROPOSAL 5 UNIT SIX TOTAL $ $ $ $ $ $ $ $ $ $ PAY ITEM CPMS BID NUMBER APPROX . QUANTITY DESCRIPTION OF ITEMS WITH BID PRICE WRITTEN IN WORDS UNIT PRICE ID-RECAP UNIT ONE -PROJECT WIDE ITEMS (BASE BID) \JIT TWO -SITE IMPROVEMENTS (BASE BID) UNIT THREE -CONSTRUCTION ALLOWANCE (BASE BID) TOTAL BASE BID (UNIT ONE, TWO , & THREE) ''NIT FOUR -CONCRETE PAVEMENT (ALT BID #1) NIT FIVE -CONCRETE PAVEMENT (ALT BID #2) I INIT SIX -PAVER SIDEWALK (ALT BID #3) A . This contract issued by an organization that qualifies for exemption pursuant to the provisions of Article 20 .04 (F) of the Texas Limited Sales , Excise and Use Tax Act. The Contractor performing this contract may purchase , rent or lease all materials , supplies , equipment used or consumed in the performance of the contract by issuing to his supplier an exemption certificate in lieu of the tax , said exemption certificate complying with State Comptroller's ruling tax , said exemption certificate complying with State Comptroller's ruling #95-0 .07 . Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the prov isions of the State Comptroller's ruling #95 .09 as amended to be effective October 2 , 1968 . The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractor or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 , as amended by City ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices . The undersigned agrees to complete all work covered by these contract documents within Fifty (50) Working Days after the date for commencing work as set forth in the Notice to Proceed to be issued by the Owner and to pay not less than the Federal Wage Rates . E. Within ten (10) days of receipt of notice of acceptance of this bid , the undersigned will execute the formal contract and will deliver applicable Surety Bonds for the faithful performance of this contract . The attached 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 applicable bonds are not executed within the time set forth , as liquidated damages for delay and additional work caused thereby . In case of ambiguity or lack of clearness in stating prices in the Proposal , the City reserves the right to adopt the most advantageous price for construction thereof to the City or to reject the proposal. Receipt is hereby acknowledged of the following addenda : No . 1 No .2 Respectfully submitted , (Company Name) By (Authorized Signature) Date: Address: Telephone : ---- PROPOSAL 6 No . 3 No . 4 ---- TOTAL AMOUNT BID $ $ $ $ $ $ $