Loading...
HomeMy WebLinkAboutContract 16169 -71,,R CCFY FM1 s p ec�f ic a t ions and - :µ�c'ro;t'S �crmlx�� CO. contract documents CITY 7-CRETARY Southeast Service Center Irrigation System _ Fort Worth, Texas date : October 20, 1987 project no: 87008 the city of fort worth fort worth, texas CONITMU Bob Bolen • Mayor Douglas Harman • City Manager Gary L. Santerre , PE • Director Transportation & Public Works LASSITER AND ASSOCIATES .• �rracra wFtaoarn>v+tn rtira�wa taw uw t• . •.,.09393 f.OF CITY OF FORT WORTH, TEXAS CONSTRUCTION CONTRACT THE STATE OF TEXAS KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT § This agreement made and entered into this the day of �/i9.t/U�,2 y A.D. , 19 o S, by and between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11th day of December, A.D. 1924, under the authority vested in said voters by the "Home Rule" provision of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said city, and the City of Fort Worth being hereafter// termed Owner and _HeI r»n» I r,--i-qGtir» 5rJS em hereinafter calle Contractor. . WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, the said Contractor as an independent contractor agrees with the said Owner to commence and comp et the construction of certain improvements described as follows a ra/ lo ert/IC e i 2 ✓' G n 1 2. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools, appliances and materials necessary • for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Transportation and Public Works Director of the City of Fort Worth. Standard Contract Form 6 Revised August 8, 1983 C-1 a 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Transportation and Publ c Works Director of the City of Fort Worth within a period of*,h_ rT �..1 3a calendar days. S. If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract Documents within the time so kf stipulated, plus any additional time allowed as provided in the General Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $ ¢5. DD per calendar day, not 1 as a penalty but as liquidated damages. Should the amount otherwise due • the Contractor be less than the amount of such ascertained and liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 6. r Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to take charge of and complete the work in such a manner as it may deem proper, and if, in the completion thereof, the cost to the said Owner shall exceed the contract price or prices set *forth in the said Plans and Specifications and Contract Documents made a part hereof, the Contractor shall pay said Owner on demand in writing, setting forth and specifying an itemised statement of the total cost thereof, said excess cost. 7. Any changes in work required due to changed or unforseen conditions shall be coordinated with the Assistant Director, Department of Transportation and Public Works and a written Change Order duly negotiated and executed prior to performing changed work. 8. This contract may be terminated by the City of Fort Worth in whole, or from time to time, in part, whenever such termination is in the best interest of the City. Termination will be effected by delivering to the Contractor a notice of termination specifying to what extent performance of the work of the contract is being terminated and the effective date of termination. After receipt of termination the contractor shall: C-2 (a) Stop work under the contract on the date and to the extent specified in the notice of termination; (b) place no further orders or subcontracts except* as may be necessary for the completion of the work not terminated; (c) Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the notice of termination. ' After termination as above, the City will pay Contractor a proportionate part of the contract price based on the work completed; provided, however, that the amount of payment on termination shall not exceed the total contract price as reduced by the portion thereof allocable to the work not completed and further reduced by the amount of payments, if any, otherwise made. Contractor shall submit its claim for amounts due • after termination as provided in this paragraph within 30 days after receipt of notice of termination. The City shall review such request for termination payment and shall pay all or such portions thereof as are properly allowable under this paragraph not later than 30 days after receipt of such claim. In the event of any dispute or controversy as to the propriety or allowability of all or any portion of such claim under this paragraph, such dispute or controversy shall be resolved and be decided by the City Council of the City of Fort Worth, and the decision by the City Council of the City of Fort Worth shall be final and binding upon all parties to this contract. 9. The Contractor agrees to fully indemnify, save harmless and defend the Owner, it officers and employees from and against any and all costs or damages arising out of any real or asserted claim or cause of action against it or them of whatsoever kind or character and in addition from and • against any and all costs or damages arising out of any wrongs, injuries, demands or suits for damages, either real or asserted, claimed against it or them that may be occasioned by any act, omission, neglect or misconduct of the said Contractor, his agents, servants, employees. And the said Contractor further agrees to comply with all applicable provisions of the laws and building and construction codes of the City of Fort Worth, and the State of Texas, and with any regulations for the protection of workers which slay be promulgated by the Government, and shall protect such work with all necessary lights, barriers, safeguards, and warnings as are =: provided for in said Specifications and the Ordinance and Regulations of said. City. C-3 10. ' The Contractor shall procure and shall maintain during the life of this contract Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in an amount not less than $300;000 covering each occurrence on account of bodily injury, including death, in an amount a not less than $100,000 covering each person on account 'of bodily injury or death, and in an amount not less than $50,000 covering each occurrence on account of Property Damage. The contractor agrees to furnish City a certificate of insurance as proof that such insurance has been obtained and paid for. 11. The Contractor shall employ safe practices in handling materials and equipment used in performing the required work so as to insure the safety of his workmen, City employees and the public. • 12. The Contractor shall keep the premise free at all times from accumulation of waste materials or rubbish. At the completion of the work, the Contractor shall remove all his waste and rubbish from and about the work area, as well as his tools, equipment and surplus materials, and shall leave the area as clean and free of spots, stains, etc., as before the work was undertaken. 13. Contractor agrees to comply with all laws, Federal, State and Local, Including all ordinances, rules and regulations of theCity of f the tprorth. Texas State Sales Tax does not apply. Necessary permits will be obtained by the Contractor for performing this work; however, no fees shall be required to be paid by the Contractor for such permits. • 14. tSaid City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in one installment within 10 days upon final acceptance of the work by the Owner and receipt of invoice from the Contractor. The agreed upon contract amount shall be f k re e 4ko iLwe4g-4JIree no d ara ($ .23. 00 ) in luding alternates A11A • 15. F Contractor shall perform all work and services hereunder as an Independent contractor, and not as an officer, agent or employee of the City. Contractor shall have exclusive control of and the exclusive right to control the details of the work and services performed hereunder, and all persons performing same, and Contractor shall be solely responsible for C-4 �b `. and employees.he acts and omissions of its off icers agents ents Nothing g P Y herein shall be construed as creating a partnership or joint enterprise between City and the Contractor, its officers, agents and employees, and the doctrine of respondeat superior shall not apply. 16. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Transportation and Public -Works Director of said City of Fort Worth. 17. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part • hereof the same as if it were copies verbatim herein. 18. The Contractor agrees to warrant his work and materials provided in accordance with this Contract and the terms of the Special Provisions contained herein. Unless supplemented by the Special Provisions, the Contractor shall warrant all work materials, and equipment against defects for a period of one year from the date of final acceptance. The Contractor further agrees to bear all costs of making good all work which is found to be defective or not provided in accordance with the Contract Documents. Additionally, if the facility or contents are damaged due to defective materials or workmanship of the Contractor, the Contractor further agrees to bear all costs of repairing and/or replacing damaged items and components to bring such items back to at least their original condition. 19. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with reference to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with reference to and governing all matters affecting this Contract, and the Contract" agrees to fully comply with all the provisions of the same. 20. Should any action arise out of the terms and conditions of this contract, venue for said action shall lie in Tarrant County, Texas. r, C-S IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in 5116 ( (,) counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in 51X (6) s counterparts with its corporate seal attached. ZW Done in Fort Worth, Texas, this the 5- day of IL A.D. , 1985 . APPROVED: CITY OF FORT WORTH ��°� BY: . TAT ION AN PUBLICo- Y MANA ORKS DIRECTOR JI1 7 ATTEST: CONTRACTOR ~ CITY SECRETARY BY: C kv C �v N TITLE (SEAL) APPROVED AS TO FORM AND C !fVrl � �, f� - LEGALITY: ,,.4pDRESS CITY ATT EY Contract Authorization /Z /-z4� - Date C-6 1FTWj1M, . 4., . ISSUE DATE(MM/DD/YY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS Davis-Poston & Assoc. , Inc. NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P 0 Box 271183 Dallas, Texas 75227 COMPANIES AFFORDING COVERAGE COMPANY A LETTER COMPANY B INSURED LETTER Heidman Irrigation Company COMPANY 2301C Central Drive Suite 576 LETTER C Bedford, Texas 76021 COMPANY LETTER COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS,AND CONDI- TIONS OF SUCH POLICIES. TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS L DATE(MWDD/YY) DATE(MM/00/YY) GENERAL LIABILITY GENERAL AGGREGATE $ i non COMMERCIAL GENERAL LIABILITY PRODUCTS COMP/OPS AGGREGATE —$ i nnn CLAIMS MADE OCCURRENCE CG, 800222 1 1/16/8 7 11/16/88 PERSONAL&ADVERTISING INJURY $ OWNER S&CONTRACTORS PROTECTIVE EACH OCCURRENCE $ FIRE DAMAGE(ANY ONE FIRE) $ gn MEDICAL EXPENSE(ANY ONE PERSON) $ AUTOMOBILE LIABILITY ANY AUTO csL $ ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (PER PERSON) $ HIRED AUTOS BODILY INJURY NON-OWNED AUTOS ACCIDENT) $ GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY EACH AccRECATE OCCURRENCE $ $ OTHER THAN UMBRELLA FORM STATUTORY WORKERS'COMPENSATION $ (EACH ACCIDENT) AND 1 A EMPLOYERS'LIABILITY Binder 12/31/87 12/31/88 Is gon (DISEASE-POLICY LIMIT) 1$100 ,DISEASE-EACH EMPLOYEEI OTHER DESCRIPTION OF OPERATIONS)LOCATIONSi VEHICLES RESTRICTIONS/SPECIAL ITEMS OPERATIONS OF THE NAMED INSURED . . • City of Ft. Worth SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX 1000 Throckmorton PIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO Ft. Worth, Texas 76102 MAIL 10 DAYS VR[TTE', NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO MAIL CH NOTICE SHALL 'MPOSE NO OBLIGATION OR Abtn: Herman Crow ABIL Y OF ANY KIND PON T E COMPANY ITS AGENTS OR REPRESENTATIVES AUTHO IZE REPR S AT E cam MAGUREIGE+y City ACCOUNTING-Z + / City of Fort �'�Y Worth,orth, exas rRANSPORTATICNIPUBLIC ay✓ or and Council Communication A&T6R ADMINISTRATION DATE REFERENCE SUBJECT: AWARD OF CONSTRUCTION CONTRACT PAGE NUMBER FOR AN IRRIGATION SYSTEM FOR THE 1 12/22/87 **C-10720 SOUTHEAST SERVICE CENTER Iof RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute a contract with Heidman Irrigation Systems for $3,623.00 to furnish and install an irrigation system for the landscaping at the Southeast Service Center. DISCUSSION An irrigation system has been requested to prevent loss of the landscaping around the administration building at the Southeast Service Center. • Plans and specifications were prepared by Lassiter and Associates under the terms of their miscellaneous architectural services contract. RECEIPT OF BIDS The project was advertised for bids on November 5 and November 12, 1987; and a Notice to Bidders form was mailed to 20 firms that specialize in irrigation systems. Ten firms obtained plans and six bids were opened on November 19, 1987. The bids are tabulated as follows: CONTRACTOR BID Heidman Irrigation Systems $3,623 Turf Masters Irrigation 4,036 Main Three and Associates 4,346 Phillips Landscaping Service 4,881 . HydroTech of Texas 5,687 Randall and Blake, Inc. 7,728 The low bid was below the architect' s estimate of $5,000. FINANCING Sufficient funds are available in General Fund 01, Account No. 20-50-02, Building Maintenance, to finance this project. The expenditure will be made from Index Code 234401 . DAl :wmc2 APPROVED BY CITY_ COUNCIL DEC 22 1�g7 SUBMITTED FOR lHt-_W, DISPOSITION BY COUNCIL: ,' �F\ '�?%"' E S S E D BY CITY MANAGER'S i - OFFICE BY: K, --�ti ❑ APPROVED .�.- ORIGINATING [ OTHER (DESCRI b.swr,%ncy @ttha DEPARTMENT HEAD: Gary Santerre Qk FQF: I'll' �+TY'"RETARY FOR ADDITIONAL INFORMATION ONTACT: G. Santerre 7960 DATE C SOUTHEAST SERVICE CENTER IRRIGATION SYSTEM FORT WORTH, TEXAS PROJECT NO. 87008 ADDENDUM NO. ONE NOVEMBER 12, 1987 ITEM NO. 1 • The Contractor shall arrange for the tap to the water line and the water meter installation . The Contractor shall also pay for all associated fees . ITEM NO. 2 Delete all references to thrust blocks on the plans and in the specifications . END OF ADDENDUM NO. ONE • TABLE OF CONTENTS PAGE Notice to Bidders----------------------------- NTB-1 to NTB-2 Special Instructions to Bidders--------------- SIB-1 to SIB-2 ' Form of Proposal------------------------------ P-1 to P-4 • Form of Contract------------------------------ C-1 to C-6 ' Certificate of Insurance---------------------- C-7 to C-8 Independent Testing Laboratory Services------- ITLS-1 to ITLS-9 Wage Rates------------------------------------ WR-1 to WR-5 Weather Table--------------------------------- WT-1 Special Provisions: Section 02751-Underground Irrigation System--- 02751-1 to 02751-16 DRAWINGS: Drawing 1 - Site Plan & Details--------------- Sheet No. 1 • i C f_l NOTICE TO BIDDERS Sealed proposal for the Irrigation System at the Southeast Service Center for the City of Fort Worth, Texas, addressed to Mr. Douglas Harman, City Manager of the City of Fort Worth, Texas will be received at the office of the City Manager until 11: 00 a.m. and then publicly opened and read aloud. Contract Documents, Drawings, Specifications and Bid Documents • for this project may be obtained at the Office of the Transportation and Public Works Director, 1000 Throckmorton Street , 2nd Floor, New Municipal Office Building, Fort Worth, Texas 76102, upon a deposit of � , Q Q _ per set. All Bidders will be required to comply with Provision 5159a of "Vernon' s Annotated Civil Stautes" of the State of Texas with respect to the payment of the prevailing wage rates, and City Ordinances No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code, Sections 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. The City of Fort Worth has goals for the participation of minority and women owned business enterprise in City contracts. • Compliance with the policies designed to meet these goals is ' mandatory in order to be considered responsive bidders. The Scope of Work consists of all material and labor for the complete installation of the irrigation as identified in the Contract Documents. A Pre-Bid Conference will be held at 10: 00 a. m. , 1YQy � 9 -4282, in the Transportation and Public Works Department Conference Room. All bidders are encouraged to attend the Pre-Bid Conference. The City reserves the right to reject any and/or all bids and waive any and/or all formalities . No bid may be withdrawn until NTB-1 the expiration of forty-five days from the date bids are opened. Douglas Harman City Manager Oc 720,36/2 29 /987 l /Y©VIEA-1 3 ER 5� /98 7 Ruth Howard City Secretary • i NTB-2 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 five (S) per cent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the lJ contract has been awarded. 2. PRE-BID SITE INVESTIGATION: Prior to filling a bid, the bidder shall examine the site of the work and the details of the requirements set out in these specifications to satisfy himself as to the conditions which will be encountered relating to the character, quality, and quantity of the work to be performed and materials and equipment • required. The filing of a bid by the bidder shall be considered evidence that he has complied with these requirements. 3. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal. 4. WAGE RATES: Not less than the prevailing wage rates established by the City of Fort Worth, Texas, and set forth in Contract Documents must be paid on this project. S. FINANCIAL STATEMENT: A current certified financial statement may be required by the Transportation and Public Works Director if required for use by the CITY OF FORT WORTH in determining the successful MM bidder. This statement, if required, is to be prepared by an independent Certified Public Accountant or Independent Public • Accountant holding a valid permit issued by an appropriate State Licensing Agency. 6. EXPERIENCE RECORD: Following opening of bids and determination of the apparent low bid, the successful low bidder may be required to submit a current experience record to the Transportation and Public Works Director in order to determine bidder qualifications for performing specified work. 7. DISCREPANCIES AND ADDENDA: Should a bidder find any discrepancies in the drawings and specifications, or should he be in doubt as to their meaning, he shall notify the City at once, who will then send a written addendum to all Bidders concerned. Oral instructions or decisions, unless confirmed by addenda will not be considered valid, legal or binding. No extras will be authorized because of failure of the contractor to include work called for in the addenda on his bid. M. SIB-1 8. RIGHT TO AUDIT: (A) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine any directly pertinent books, documents, papers and records of the contractor involving transactions relating to this contract. (B) Contractor further agrees to include in all his subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor, involving transactions to the subcontract. The term "subcontract" as used herein includes purchase orders. 9. LIQUIDATED DAMAGES: The deduction for liquidated damages shall be set • according to the latest revision to the City of Fort Worth Standard Specifications for Construction, Specification Item 8.6 as shown below and will be reflected on page C-2 of these contract documents when this contract is executed. Amount of Contract Liquidated Damages per Day $ 15,000 or less $ 45 $ 15,001 to $ 25,000 $ 63 $ 25,001 to $ 50,000 $105 $ 50,001 to $ 100,000 $154 $ 100,001 to $ 500,000 $210 $ 500,001 to $ 1,000,000 $315 $ 1,000,001 to $ 2,000,000 $420 $ 2,000,001 to $ 5,000,000 $630 $ 5,000,001 to $10,000,000 $840 • Over $10,000,000 ay80 O PROPOSAL TO: Mr. Douglas Harman City Manager - Fort Worth, Texas City of Fort Worth, Texas FOR: Southeast Service Center Irrigation System • for the City of Fort Worth, Texas Pursuant 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, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Transportation and Public Works Director of the City of Fort Worth. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and if the contract amount exceeds $25, 000. 00, furnish Performance and Payments Bonds approved by the City of Fort Worth for performing and completing the said • work within the time stated and for the following sum, to wit: 1 ) Provide all work, including all equipment, materials and services required for SOUTHEAST SERVICE CENTER IRRIGATION SYSTEM, Fort Worth, in accordance with these specifications and drawings for the total sum of: BASE-PROPOSAL (Drawing and Specifications) ___-- THREE -J'UUSANp-UY-UW1ER-1WEXTY-1'EgFEL-AE I 2-�ML1CIOLhs-------------------- L.J Dollars ($__ 3623.00 -----) P-1 The City reserves the right to accept or reject any and all bids or any combination thereof proposed for the above work. The undersigned agrees that should any additional work be authorized by the Owner, the following percentages will be added to material and labor costs to cover Contractor' s overhead and profit : 1) Allowance to Contractor for overhead and profit for extra work performed by undersigned's own forces shall not exceed --------25--%. • 2) Allowance to Contractor for overhead and profit for extra work ' performed by a Subcontractor and supervised by the undersigned shall not exceed - 8 ----%. 1 The undersigned further agrees that, from the compensation otherwise to be paid, the Owner may retain the sum of $_ 4,9,Q Q for each calendar day after the date established for substantial completion of the work, which sum is agreed upon as the proper measure of liquidated damages which the Owner will sustain per day by the failure of the undersigned to achieve substantial completion of the work on or before the date stipulated in the Contract. This sum is not to be construed in any sense a penalty. • This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20. 04 (F) of the Texas Limited Sales, Excise and Use Tax Act. ' The Contractor performing this contract may purchase, rent, lease all materials, supplies, equipment used or consumed in the performance of this by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller' s ruling *95-0. 07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller' s ruling *95-0. 09 as amended to be effective October 2, 1968. The undersigned assures that its employees and applicants for P-2 employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance Q 7400 (Fort Worth City Code Section 13A-21 through 13A-29) prohibiting discrimination in employment practices. The undersigned agrees to complete all work covered by these contract documents within -_ THIRTY _________ calendar days from and after the date for commencing work as set forth in the Iwritten work order to be issued by the Owner, and to pay not less • than the Prevailing Wage Rates as established by the City of Fort Worth, Texas. Within ten ( 10) days receipt of notice of acceptance of this bid, the undersigned will execute the formal contract . The undersigned also agrees to deliver approved Surety Bonds for the faithful performance of this contract . The attached deposit check in the sum of _QNE UIMRER F.TcuTy T1dQ...... Dollars ($_182.110------____-) is to become the property of the City of Fort Worth, Texas , or the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth as liquidated damages for delay and additional work caused thereby. • ' Respectfully Submitted: --- -V-L-C---d - - ----------- (SEAL) By__ HEIDMAN IRRIGATION ________________ Address: 2301-C CENTRAL DR. STE 576 ` BEDFORD, _ 76021 __________ --------------- - N U�G c �rr1 "l J P-3 Receipt is acknowledged of the following addenda: Addendum No. 1 ACKNOWLEDGED Addendum No. 2 Addendum No. 3 • • P-4 I CCERTIFICATE OF INSURANCE TO; Date CITY OF FORT WORTH Project No. TEXAS Type of Project rl THIS IS TO CERTIFY THAT . (Name and Address of Assured) is, at the date of this certificate, insured by this Company with respect to the business operations hereinafter described, for the type of insurance and in accordance with the provisions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy No. Effective Expires Limits of Liability Workers' Compensation Public 1 person $ Liability 1 Accident$ Contingent 1 Person $_, Liability 1 Accident$ Property Damage Builder's Risk • Automobile Other The foregoing Policies (do) (do not) cover all sub-contractors. Locations Covered: Descriptions of Operations Covered: ' C-7 In the body thereof or by appropriate The above policies, either i y endorsement, provide that they may not be changed or cancelled by the Insurer in less than five days after the insured has received written notice of such change or cancellation. or When applicable local laws or regulations require more than five days' actual notice of change or cancellation to the assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. (Name of Insurer) sy • Title a; • I C-8 5..1 L„J INDEPENDENT TESTING LABORATORY SERVICES A. GENERAL Employment of Laboratory: a. This section is intended to set the minimum testing requirements for this project and will be superseded by related sections re- quiring additional or more extensive testing. b. The Contractor shall select and pay for the services of an independent testing laboratory to perform inspections and tests of construction systems and materials. C. Employment of testing laboratory shall in no way relieve the • Contractor of any obligation to perform the Work in accordance with the requirements of the Contract Documents. 2. Laboratory Reports: a. Promptly submit a written report of each test and inspection, and other reports and certifications specified under individual tests; one copy each to the Architect/Engineer, Owner, Contractor. Each report shall include: (1) Date issued. M (2) Project title and number. (3) Testing laboratory name, address and telephone number. (4) Name and signature of laboratory inspector. • (S) Date and time of sampling or inspection. (6) Record of temperature and weather conditions. (7) Date of test. (8) Identification of product and specification section. (9) Location of sample or test in the Project. (10) Type of inspection or test. (11) Results of tests and compliance with Contract Documents. (12) Interpretation of the test results, when requested by the Architect/Engineer. 3. Laboratory Quality Assurance: F a. Meet the "Recommended Requirements for Independent Laboratory Qualification", published by American Council of Independent r ITLS - 1 L_ Laboratories 1725 R Street Northwest, Washington, D.C. 20006, O.S.A. 1 4. Laboratory Responsibilities: a. Cooperate with the Architect/Engineer, owner and the Contractor; provide qualified personnel after due notice. b. Perform specified inspections, sampling and testing of materials and methods of construction: (1) Comply with the specified standards. If not specified, comply with the latest standards of the American Society for Testing and Materials or other recognised authority approved by the Architect/Engineer. (2) Ascertain compliance of materials with the requirements of • the Contract Documents. C. Promptly notify the Architect/Engineer, and the Contractor of observed irregularities or deficiencies of work or products. d. Perform additional tests as required by the Architect/Engineer to verify compliance and acceptability of previously rejected work. e. Laboratory shall not: (1) Release, revoke, alter or add to the requirements of the Contract Documents. • (2) Approve or accept any portion of the Work. (3) Perform any duties of the Contractor. . 5. Contractor's Responsibilities: a. Before start of Work, submit testing laboratory name, address, and telephone number, and names of full-time registered engineer and responsible officer. b. Cooperate with the laboratory personnel and provide access to the Work. C. Make available to the laboratory, at no cost , samples of all materials to be tested. d. Advise the laboratory of the identity of the material sources and instruct the suppliers to allow inspection by the laboratory. e. Provide the laboratory with the concrete mix design proposed for the work and any other materials mixes which require control by the testing laboratory. ITLS - 2 f. Furnish copies of products teats reports as required. S. Furnish will test certificates showing the heat number of all the [ structural steel to the Architect/Engineer. ` h. Furnish incidental labor and facilities: (1) To provide access to work to be tested. (2) To obtain and handle samples at the project site or at the source of the product to be tested. (3) To facilitate inspections and tests. (4) For storage and curing of test samples. (5) To make repairs to construction from which sample is taken. • i. Notify the laboratory sufficiently in advance of operations to allow for the laboratory assignment of personnel and scheduling of tests. j. Employ and pay for the services of a separate, equally qualified independent testing laboratory to perform additional inspections, sampling and testing required: (1) For the Contractor's convenience. (2) When initial tests indicate Work does not comply with the Contract Documents to reestablish the conformance to the Contract Documents of all materials and labor which have been rejected and/or replaced. k. Remove and replace at the Contractor's expense any work which is • rejected as a result of tests performed by reason of failure to conform to the requirements of the Contract Documents. 6. Reference Standards: a. ACIL: American Council of Independent Laboratories, 1725 K Street Northwest, Washington D.C. 20006, U.S.A. b. ACI: American Concrete Institute, P.O. Box 19150, Detroit Michigan 48219, U.S.A. (1) 211.1-81 - Standard Practice for Selecting Proportions for Normal, Heavyweight, and ?lass Concrete. c. AISI: American Iron and Steel Institute, 1000 16th Street Northwest, Washington, D.C. 20036, U.S.A. d. ASTM: American Society for Testing and Materials, 1916 Race Street, Philadelphia, Pennsylvania 19103, U.S.A. ITLS - 3 (1) A 36-81 - Structural Steel. (2) A 325-82 - High-Strength Bolts for Structural Steel Joints. (3) A 490-82 - Heat Treated Steel Structural Bolts, 150 ksi Minimum Tensile Strength. i (4) A 570-79 - Hot-Rolled Carbon Steel Sheet and Strip, Structural Quality. (5) A 615-82 - Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. (6) C 31-69 - Method of Making and Curing Concrete Test Specimens in the Field. (7) C 39-81 - Test Method for Compressive Strength of . Cylindrical Concrete Specimens. (8) C 143-78 - Test Method for Slump of Portland Cement Concrete. (9) D 698-78 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures Using 5.5-1b (2.49-kg) Rammer and 12-in. (305-mm) Drop. i (10) E 164-81 - Recommended Practice for Ultrasonic Contract Examination of Weldments. (11) E 317-79 - Recommended Practice for Evaluating Performance Characteristics of Pulse Echo Ultrasonic Testing Systems. (12) E 587-82 - Recommended Practice for Angle-Beam Examination • by the Contract Method. . e. AWS: American Welding Society, Inc., P.O. Box 351040, 550 LeJeune Road, Miami, Florida 33135, U.S.A. (1) D1.1-83 - Structural Welding Code Steel. f. RCSC: Research Council on Structural Connections, c/o Prof. Edward R. Estes, Department of Civil Engineering Technology, Old Dominion University, Norfolk, Virginia 23508, U.S.A. B. SPECIFIC TESTS, INSPECTIONS AND METHODS REQUIRED 1. Compacted Soils, Structural Fill and Backfill: a. Obtain samples of soil proposed for use: (1) Test for suitability. ITLS - 4 (2) Establish optimum moisture/density relationship in accordance with ASTM D 698. b. Perform in-place density and moisture tests for each lift of soil compacted. Such tests shall be made not less frequently than one (1) test for every 59000 sq. ft. Retest, after further compac- tion, soil which has been compacted to less than the required density. 2. Bored and Belled Caissons: Perform full-time inspection at the project L site during the drilling of shafts, casings (if used) installation of reinforcing steel, and placing-of concrete in pier shafts. f3. Concrete: a. Laboratory technician shall: (1) Inspect concrete placement . a. visually check steel for size, amount, placement and cleanliness. (2) Make slump cone tests, and test cylinders as specified below for control of the concrete consistency. (3) Obtain samples of aggregates that the Contractor proposes to i use and test for compliance with the specifications. (4) Review the contractor's proposed mix design to verify the required strengths and durability. Inspect the materials the Contractor proposes to use in the project. (5) Review the amount and type of the admixtures that the Contractor proposes to use. • (6) Perform the appropriate laboratory tests, including but not necessarily limited to compression tests of the concrete cylinders and slump tests of the concrete, to substantiate the proposed mix designs. Submit the test results clearly indicating the, mix proportions that the Contractor intends to use. (7) Inspect and test the materials during all concrete work for compliance with the specifications and the mix requirements. (8) Review the consistency of the mix design for each concrete placement. b. Cylinder tests: (1) Provide a minimum of one (1) test of 4 cylinders each on each day fresh concrete is placed. ITLS - 5 P (2) If any one placement e xceeds SO cubic yards, P rovide an additional test of 4 cylinders for each SO cubic yards, or any portion thereof placed. i (3) Mold and cure test cylinders in accordance with ASTM C 31. (4) Perform compression tests of concrete cylinders in accordance with ASTM C 39. (a) Test to failure one cylinder of each test at 7 days and two at 28 days. (c) Mark each cylinder to indicate the location of concrete from which the specimens are taken. (S) Perform slump tests in accordance with ASTM C 143 for each • batch of concrete from which test cylinders are made. (a) Test for percentage of entrained air. 4. Asphalt Paving and Base: a. Base course: (1) Review Contractor's proposed materials and mix proportions. (2) Obtain samples and test for compliance with specifications. (3) Inspect and test materials and mix proportions during full production, and make minor adjustments or proportions as necessary. (4) After further compaction, retest base courses which have been compacted to less than the required density. b. Asphalt wearing surface: (1) Review Contractor's proposed materials and mix proportions . (2) Obtain samples and test for compliance with specifications. (3) Inspect and test materials and mix proportions during full production, and make minor adjustments or proportions as necessary. (4) Perform density and stability tests to ensure compliance " + with specifications. 17. S. Laboratory Tests for Structural Steel: a. Testing: (1) Tests of welding: The laboratory shall visually inspect all — field welding. The laboratory shall comply with all ITLS — 6 F regulations of the governing local codes and shall certify in writing, upon completion of the work, as performed in accordance with the construction documents and all applicable ordinances. r (a) Qualifications of welders: Verify the certification of each welder on the job, and his qualifications for the particular positions in which he will work on the structure. Requalification of welders may be required if the welder's work indicates a need. All welders shall hold current and valid certification for the particular positions in which he is and/or will be working. (b) Continuous inspection of welds: Inspect all field welded connections by visual, ultrasonic, or other approved nondestructive tests. • (c) Visual inspection: Required for all field fillet welds, intermediate passes, and completed welds. (d) Ultrasonic testing: Required for shop and field butt welds, full penetration welds, partial penetration welds and groove welds as described in ultrasonic testing paragraph. (2) Ultrasonic testing: (a) Perform complete ultrasonic testing according to AWS D1.1, as amended, ASTM E 164, ASTMS E 587 by a specially trained, qualified technician, who shall operate the equipment, examine the complete weld and maintain a record of all welds examined, defects found and disposition of each defect. All defective welds • shall be repaired and all costs, including retesting, of defective welds shall be borne by the Contractor. (b) Initially, all welds requiring ultrasonic testing shall be tested at the rate of 100 percent of the first 21 welds for each welder in order to establish the qualifications of each individual welder. If rejectable defects occur in less than 5 percent of the welds tested, the frequency of testing may be reduced to 25 percent of the welds for each welder. If the rate of rejectable defects increases to 5 percent or more, 100 percent testing shall be re-established until the rate is reduced to less than 5 percent. Calculate the percentage for each welder independently. fielders who consistently have a rejectable weld rate of 5 percent or greater, shall be removed from the work. (c) When ultrasonic indications arising from the weld root can be interpreted as either a weld defect or the backing strip, remove the backing strip at the expense of the Contractor, and if no root defect is indicated y ITLS - 7 on this retest and no significant amount of the base FM and weld metal have been removed, the joint needs no LJ further repair or welding. If a defect is indicated, it shall be repaired. _ (d) When ultrasonic testing indicates a possible weld defect which would require repair, the Contractor may at his option and expense, elect to perform radio- graphic testing of the weld to ascertain if the weld defect exists and requires repair before performing any corrective measures. (e) Questionable root indications that prove not to be defects shall not count against the welder to increase the test rate. (f) The ultrasonic instrumentation shall be calibrated by • the Technician to evaluate the quality of the welds in accordance with AWS Dl.l as amended. (g) All welds examined visually which indicate the possibility of having defects shall be tested. This testing is not included in the number of welds to be tested out in paragraph (b) above. (3) Testing of high strength bolted connection: (a) Perform periodic checks of high strength steel bolt con- nections in the field. The subcontractor performing the steel erection shall maintain, at all times during the erection, a manual torque wrench, and shall provide a laborer and scaffolding as required for the testing and in- spection work to be performed by the testing agency. The • testing agency shall also inspect the calibrated, manual or power torque equipment intended for use in performing the high strength bolting operations. (b) Perform testing in accordance with the methods and pro- cedures specified in Sections 5 and 6 of the specifications for "Structural Joints Using ASTM A 325 or ASTM A 490 Bolts" as approved by the RCSC: Research Council on Structural Connections of the Engineering Foundation, dated August 14, 1980. Tests and inspection of steel decking: (1) The laboratory shall provide inspection of the fastening of the steel decking by a trained, qualified technician, who shall main- tain a record of all inspections. All defective work shall be repaired and all costs including re-inspection shall be borne by the Contractor. ITLS - 8 Lr 6. Sprayed-on Fireproofing: Q a. Field test and inspect the sprayed-on fireproofing which is applied to the structural framing including inspection of all substrate and the testing of applications for the following: (1) Thickness. I (2) Density. (3) Bond. (4) Resistance to cracking. i • Q • D ITLS - 9 I F CITY OF FORT WORTH APPROVED STANDARD WAGE RATES Li BUILDING CONSTRUCTION RATES FORT WORTH, TEXAS JUNE 1, 1986 Recommended j Trade/Craft Standard Rates 1. Bricklayers 5 Stone Masons Bricklayer $ .71 6 Precast Erector 52 .5 Helper/Laborer S.52 _ 2. Carpenters $ 8.27 Acoustical/Drywall 8.71 Finish 8.27 • Form 7.57 • Rough 5.07 Helper/Laborer f3. Cement Masons $ 6.88 Finish 5.50 Rough/Form Setter 5.07 Helper/Laborer 4. Electricians $ 9.59 Electrician 5.07 Helper/Laborer 5. Elevator Constructors $ 8.64 Mechanic in Charge Mechanic 52 5. Helper/Laborer 5.52 6. Floor Covering Workers Journeyman/Craftsman $ 8.71 Helper/Laborer 5.07 7. Glaziers $ 7.25 Journeyman/Craftsman Helper/Laborer 5.07 S. Insulators/Asbestos Workers $ 6.27 Journeyman/Craftsman Helper/Laborer 5.07 9. Iron Workers $ 7.25 Structural Rebar 6.27 Helper/Laborer 5.07 Boilermakers 9.59 Helper/Laborer 5.07 L WR-1 L li Recommended Trade/Craft Standard Rates 10. Laborers $ 5.52 Skilled 5.07 Unskilled r • 11. Lathers $ 7.57 Journeyman/Craftsmen 5.52 Helper/Laborer 12. L.W. Concrete Roofdeck Workers $ 6.88 Pumpman 5.54 Tankman 5.54 Hoseman 6.88 Finisher 5.07 Laborers 13. Metal Building Assemblers $ 7.25 • Journeyman/Craftsmen 5.07 Helper/Laborer 14. Millwrights $ 7.25 . Journeyman/Craftsman 5.07 p; Helper/Laborer 15. Painters $ 7.57 Craftsmen (brush spray) Craftsmen (tape float) 8.71 Helper/Laborer 5.52 16. Plasterers $ 8.71 Journeyman/Craftsmen Helper/Laborer 5.52 17. Plumbers 8 Pipefitters $ 9.59 • Plumbers Pipefitter 9.59 Welder 8.71 Helper/Laborer 5.07 Air Conditioning Mechanic 9.59 • 18. Power Equipment Operators Operator (Crane, Cherry Picker) $ 7.04 Operator (Tampers, Mixers) 6.08 :I 19. Roofers Journeyman/Craftsmen $ 8.71 as Helper/Laborer 5.01 20. Sheet Metal Workers Journeyman/Craftsmen $ 8.75 Helper/Laborer 5.07 WR-2 t Re c omme nde d Trade/Craft Standard Rates �I 21. Sprinkler Fitters $ 9.59 Journeyman/Craftsmen 5.07 L ' Helper/Laborer 22. Sound/TV b Alarm $ 7.97 Chief Technician 7.25 Sr. Journeyman/Craftsmen 6.27 Journeyman/Craftsmen E, 23. Terrazzo Workers $ 8.71 Journeyman/Craftsmen . 24. Tilesetters $ 8.71 Journeyman/Craftsmen • Ell* • r 7 WR-3 { CITY OF FORT WORTH, TEXAS Prevailing Wage Rates for Streets, Drainage and Utility Construction June 1, 1986 prevailing Prevailing Rate Classification Rate Classification $ 7.50 Crane, Clamshell, Backhoe S 9.70 Air Tool Operator 7.50 Derrick, Dragline, Shovel Asphalt Raker Asphalt Shoveler 6.40 (1 1/2 CY b Over) 10.75 7.85 Foundation Drill Oper. Hatching Plant Weigher 7.90 Truck Mounted Carpenter Rough Carpenter Helper, Rough 6.40 Foundation Drill Oper. Helper x. 8 .50 Front End Loader 55 Concrete Finisher (Pav) Concrete Finisher Helper (Pav) 6.45 (2 1/2 CY 6 Less)8.05 Front End Loader 9.00 Concrete Finisher (Strs) Concrete Finisher Helper (Str) 6.80 .00 Mixer (16 � 2 1/2 CY) Less) 7.25 Concrete Rubber 11.50 • Electrician Mixer (Concrete Paving) 8. 15 Form Builder (Strs) 8.05 Motor Grader Opr. ,Fine Grade 9.35 Form Builder Helper (Strs) 6.45 Motor Grader Operator 9.00 - Roller, Steel Wheel 7.65 Form Liner (Paving & Curb) 8.05 Ro (Plant Mi Form Setter (Paving b Curb) 7.55 x Pavement) 7.25 Form Setter Helper (P b C) 6.30 Roller, Steel Wheel 5 (Other Flatwheel Or Tamping) 7.5 Form Setter (Stns) 6.55 Form Setter Helper (Stns) 6.05 Roller, Pneumatic Laborer, Common 5.51 (Self Propelled) 7.w0 Laborer, Utility 6.30 Scrapers (17 CY S Less) 8.10 Lineperson 6.81 Scrapers (Over 17 CY) 7.50 Mechanic 9.80 Tractor (Crawler Type) 7.55 (150 HP b Less) Oiler Oiler r 8.00 Tractor (Crawler Type) 8.60 Piledriver 8.50 (Over 150 HP) 6.40 Pipelayer 7.40 Tractor (Pneumatic) Pipelayer Helper 6.10 (80 HP b Less) g.10 • Tractor (Over 80 HP) ' POWER EQUIPMENT OPERATORS: Traveling Mixer 8.00 Trenching Machine, Heavy 10.00 Asphalt Distributor 7.35 Reinforcing Steel Setter 7.20 8.05 (Paving) Asphalt Paving Machine 6.15 Reinforcing Steel Setter 8.75 Broom or Sweeper Oper. Bulldozer, 150 HP or less 8.25 (Structures) 8.45 Reinforcing Steel Setter 5.65 Bulldozer, Over 150 HP 1 (Helper) Concrete Paving Curing Mach. 9.75 Concrete Paving Fin. Mach. 7.10 Steel Worker, Structural 7. 15 Concrete Paving Joint Sealer 7.00 Sign Erector Concrete Paving Long. Float 7.25 Spreader Box Operator 6.35 Concrete Paving Saw 7.75 Concrete Paving Spreader 7.50 TRUCK DRIVERS: Paving Sub Grader 9.00 Slipform Machine Operator 9.00 Single Axle, Light 6:90 Crane, Clamshell, Backhoe 8.50 Single Axle, Heavy Derrick, Dragline, Shovel Tandem Axle or Semitrailer 7.30 (Less than 1 1/2 CY) Lowboy Float 8.35 WR-4 Prevailing Prevailing Classification Rate Classification Rate MISCELLANEOUS: Transit Mix 7.00 Winch 7.90 f Welder 9.35 Prevailing Rate Determined as provided for in Davis—Bacon Regulations. Sec. 1.2 Definition The "prevailing wage" shall be the wage paid to the majority (more than 50 percent) of the laborers or mechanics in the classification on similar projects in the area during the period in question. If the same wage is not paid to a majority of those employed in the classification, the "prevailing wage" shall be the average of the wages paid , weighted by the total employed in the classification. t WR-5 WEATHER TABLE J AVERAGE DAYS INCHES bb SNOW/ICE ., MONTH RAIN (1) RAINFALL (2) PELLETS (3) JANUARY 7 1.80 1 FEBRUARY 7 2.36 � MARCH 7 2.54 APRIL 8 4.30 0 • MAY 8 4.47 0 JUNE 6 3.05 0 JULY 5 1.84 0 AUGUST 5 2.26 0 SEPTEMBER 7 3.15 0 OCTOBER 5 2.68 0 NOVEMBER 6 2.03 DECEMBER 6 1.82 ANNUALLY 77 32.30 1 (1) Mean number of days rainfall, 0.01" or more. (2) Average normal precipitation, in inches (3) Mean number of days 1.0 inch or more. * Less than one-half inch. This table is based on information reported from Dallas-Fort Worth Regional Airport, Texas. Latitude 32' 54' N. longitude 97' 02' W, elevation (ground) 551 ft. Means are based on records covering a period of 27 yearn. Normal• based on record for the 1941-1970 period. ,� WT-1 10238.00 Y! . SECTION 02751 UNDERGROUND IRRIGATION SYSTEM PART 1 - GENERAL 1.1 RELATED CONDITIONS 1.1.1 The General Conditions and any Supplementary or Special Conditions or Provisions which are part of the Contract Documents are a part of this Division to the same extent as if written herein in full , and the Contractor shall ob- serve all the requirements thereof insofar as they are applicable to his work. 1.2 SCOPE 1.2.1 The objective of these plans and Specifications is to provide a complete and functioning automatic irrigation system in every way. The work covered by • these plans and Specifications consists of providing all labor, material , equipment, fees, permits, taxes, transportation and services required for all work as described in the plans and Specifications. The Contractor is respon- sible for installing a complete working irrigation system. 1.3 QUALITY ASSURANCE 1.3.1 Provide the Architect/Engineer with manufacturer's certification showing irrigaton system meets or exceeds the minimum requirements as specified. 1.4 REFERENCE STANDARDS 1.4.1 Except as modified by this Specification, conform to the applicable pro- visions and recommendations of the following standards: 1. American National Standards Institute (ANSI) • 2. Factory Mutual (FM) ' 3. Hydraulic Institute 4. National Electrical Code (NEC) 1.5 LICENSED IRRIGATOR 1.5.1 Installation of the irrigation system shall be under the supervision of a superintendent or foreman currently licensed as a Licensed Irrigator in the State of Texas. 1.6 EQUAL MATERIALS 1.6.1 It is not the intent of these Specifications to limit materials to the product of any particular manufacturer. Where definite materials, equipment and/or fixtures have been specified by name, manufacturer or catalog number, it has been done so as to set a definite standard and a reference for comparison 02751-1 L:1 i as to quality, application, physical conformity, and other characteristics. It is not the intention to discriminate against or prevent any dealer, jobber or manufacturer from furnishing materials, equipment, and/or fixtures which meet or exceed the characteristics of the specified items. Substitution of mate- rials shall not be made without prior written approval from the Owner and the Landscape Architect. 1.6.2 Design criteria and water pressure must be carefully considered when selecting equipment. Only equipment that performs as specified will be con- sidered. 1.7 LOCATION OF AND DAMAGE TO EXISTING UTILITIES 1.7.1 The Irrigation Contractor is responsible for locating underground obsta- cles. The Contractor shall exercise caution to prevent damage to existing facilities during the progress of the construction work, taking care to locate Ssame, where possible, in advance of the actual work.. The Landscape Architect will render all assistance possible to the Irrigation Contractor in the matter of determining the location of existing utilities by making available such maps, records and other information as may be accessible to him, when requested to do so, but the accuracy of such information will not be guaranteed. The Irrigation Contractor shall make good all damage to existing utilities result- ing from his operations. Should the Irrigation Contractor, in the layout of his work, encounter any pipe, underground utility, or structure, the location of which has not been furnished to him by the Landscape Architect, he shall bring such conditions to the attention of the Landscape Architect for his de- termination of the method to be used to remove or bypass such obstructions. 1.8 WATER SUPPLY 1.8.1 Connections shall be made to the existing water line at the location shown on the plans. Water meters are to be furnished and installed by the City • of Fort Worth. The pipe from the meter to the backflow preventer shall be of the same type as the service line to the meter and all connections shall be ' made horizontally and at right angles. 1.9 WORKMANSHIP 1.9.1 Equipment shall be installed in accordance with the recommendations of the manufacturer and the best standard practice for this type of work. Care must be taken to keep the inside of the pipes clean and free of dirt, rock, 7 cutting, etc. All systems shall be flushed clean prior to installing any L sprinkler heads. 1.10 CODES AND PERMITS 1.10.1 All work shall be installed according to applicable codes and ordinances of the City of Fort Worth and the National Electrical Code. Any permits re- quired shall be obtained and paid for by the Irrigation Contractor. 02751-2 O 1.11 WEATHER PROTECTION 1.11.1 The Irrigation Contractor shall provide protection against weather, so as to maintain all work, materials and fixtures from injury or damages. All new work likely to be damaged shall be covered or otherwise protected as re- quired. 1.12 MEASUREMENT a 1.12.1 Before ordering any material or doing any work, the Irrigation Contrac- tor shall verify all measurements of any existing and new work and shall be responsible for their correctness. 1.12.2 Any differences which may be found shall be submitted to the Landscape ' Architect for consideration before proceeding with any work. No extra compen- sation will be allowed because of differences between actual dimensions and . measurements indicated on the plans. Plans are diagrammatic and approximate. All valves and other irrigation equipment shall be located in planting areas. All piping shall be located along edges of planting areas except where infea- sible to do so. 1.13 PROTECTION 1.13.1 The Irrigation Contractor shall send proper notices, make all necessary arrangements and perform all other services required for the care, protection ' and maintenance of all public utilities, including fire plugs, telephone and telegraph poles and wires, and all - other items of this character on or about the site, assuming all responsibility and paying all costs for which the Owner may be liable. 1.13.2 The Irrigation Contractor shall construct and maintain all necessary temporary drainage and do all pumping necessary to keep excavations free of • water. 1.13.3 The Irrigation Contractor shall provide all shoring, bracing and sheet- ' ing as required for safety and for the proper execution of the work; and have same removed from the site when the work is completed. 1.13.4 Fires shall not be built on the premises except by the express consent of the Owner and City Fire Marshal . 1.13.5 All work shall be performed in accordance with the national "Occupa- tional Safety and Health Standards." 1.14 SHOP DRAWINGS AND SAMPLES 1.14.1 After checking and verifying all field measurements, the Irrigation Contractor will submit to the Landscape Architect for approval a sepia trans- parency and two prints of each shop drawing. These will be reviewed and checked for design and materials only and then the sepia shall be returned to the Irrigation Contractor. The prints will be retained as record copies. If T, 02751-3 resubmission is required, the sepia shall be corrected as indicated and the same procedure shall be followed. When approval is received, the Irrigation Contractor shall make sufficient prints from the sepia to meet the needs of the Owner and the work. Not less than one such print shall be in the file of the Irrigation Contractor's Representative at the job. 1.14.2 The Irrigation Contractor shall provide not less than three copies of complete brochures describing equipment or materials, including names of manu- facturers, catalog numbers, trade names, instructions for setting, connecting and operation, technical data and any special information requested. Unless resubmission is required, two will be retained and one returned after being reviewed. If resubmission is required, one corrected copy and one original copy will be returned and one will be retained. One approved copy shall be in the file of the Irrigation Contractor's Representative at the job. 1.15 RECORD AND "AS-BUILT" PLANS • 1.15.1 The Irrigation Contractor shall provide and keep up-to-date and complete "as-built" record set of blue line Ozalid prints which shall be corrected daily and show every change from the original plans and Specifications and the exact "as-built" locations, sizes and kinds of equipment. Prints for this purpose may be obtained from the Architect at cost. This set of drawings shall be kept on the site and shall be used only as a record set. 1.15.2 These plans shall also serve as work progress sheets and shall be the basis for measurement and payment of work completed. The Irrigation Contractor shall make neat and legible annotations thereon daily as the work proceeds, showing the work as actually installed. These plans shall be available at all i times for inspection and shall be kept in a location designated by the Land- scape Architect. 1.15.3 Before the date of the final inspection, the Irrigation Contractor shall • transfer all information from the "as-built" prints to an Ozalid sepia, pro- cured from the Landscape Architect. All work shall be neat and subject to the ' approval of the Landscape Architect. 1.15.4 The Irrigation Contractor shall dimension from two permanent points of reference, building corners, sidewalk, or road intersections, etc., the loca- tion of the following items: 1. Connection to existing water lines. 2. Connection to existing electrical power. 3. Gate valves. 4. Routing of irrigation pressure lines (dimension maximum 100 feet along routing) . 5. Remote control valves. 02751-4 L..i 6. Routing of control wiring. 7. Routing of irrigation lateral lines (with a change of two feet each 1 way) . .1 8. Other related equipment as directed by the Landscape Architect. 1.15.5 Prior to the date of the final inspection, the Contractor shall deliver _ the corrected and completed sepias to the Landscape Architect for approval . Delivery of the sepias will not relieve the Contractor of the responsibility of furnishing required information that may be omitted from the prints. F' 1.16 CONTROLLER CHART ' 1.16.1 As-built plans shall be approved by the Landscape Architect before con- troller chart is prepared. • 1.16.2 Provide one controller chart for each automatic controller. 1.16.3 The chart shall show the area controlled by the automatic controller and shall be the maximum size which the controller door will allow. 1.16.4 The chart is to be a reduced plan of the actual approved as-built sys- tem. 1.16.5 The chart shall be a black line or blue line Ozalid print and a dif- ferent color shall be used to indicate the area of coverage for each station. 1.16.6 When completed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being a minimum of twenty mils. 1.16.7 These charts shall be completed and approved by the Landscape Architect • prior to final inspection of the irrigation system. 1.17 IRRIGATION CONTRACTOR'S RESPONSIBILITY 1.17.1 The Irrigation Contractor shall acquaint himself with all matters and conditions concerning site and existing conditions. Any practical criticism or exception regarding features of the work presented, in writing, with the Pro- posal will be considered at that time. If no criticism or exception is given with the Proposal , it shall be assumed that the Irrigation Contractor agrees that the project, as outlined in the plans and Specifications, can be completed satisfactorily. After a contract to perform the work has been signed by the Irrigation Contractor, it shall then be the Irrigation Contractor's respon- 7 sibility to provide satisfactory work that will meet the full intent of the f' Contract Documents. 1.17.2 The Irrigation Contractor shall be responsible for coordinating his work with the other trades so that all phases of the work may be properly coordinated without delays or damage to any parts of the work. 02751-5 1 1.17.3 The Irrigation Contractor shall be responsible for all sleeves and chases under paving, through walls, etc., unless otherwise noted on plans. 1.18 CHANGES IN THE WORK 1.18.1 The Owner may, without invalidating the contract, order additional work or alterations to the contract. 1.18.2 Any changes shall be requested in writing and the contract sum shall be adjusted according to the unit cost bid submitted by, the Contractor. Any ex- tension of time due to additions in work shall be adjusted at the time of the change order. 1.18.3 Minor changes, such as head locations and controller locations, which do ' not involve extra cost and are consistent with the purpose of the work may be ordered by the Owner and Landscape Architect and no claim for an addition to • the contract sum or time schedule will be considered. 1.19 FINAL INSPECTION 1.19.1 A qualified person duly authorized in writing to represent the Irriga- „ . tion Contractor shall be present at the final inspection to demonstrate the ll systems and prove the performance of the equipment. Prior to this inspection, all work under this division shall have been completed, tested, balanced and adjusted and in final operating condition. 1.20 GUARANTEE 1.20.1 The Irrigation Contractor shall guarantee the satisfactory operation of the entire system, to the extent possible under the scope of work included in this contract, and the skills performed by him. The entire system on which work is to be performed shall be guaranteed to be complete and work properly • for a period of one year from date of acceptance, and he hereby agrees to re- pair or replace any defects occurring within that year free of expense to the Owner only on that work performed by the Irrigation Contractor and covering materials furnished by him. 1.20.2 A copy of the guarantee form shall be included in the Operation and Maintenance. Manual . 1.21 SERVICES OF IRRIGATION CONTRACTOR 1.21.1 The Irrigation Contractor shall train at least two of the Owner's em- ployees, who will be maintaining the irrigation system, in operating and main- taining the system. This will include the operation of the controllers and valves, how to most effectively use the system, maintenance on all equipment including the removal and replacement of valve and controller components. 1.21.2 The Irrigation Contractor shall provide two sets of automatic controller keys for each controller. This equipment shall be turned over to the Owner at the completion of the job. 02751-6 1.21.3 The Irrigation Contractor shall provide a watering program to the Owner showing the scheduling or sequencing of the controller. The controller shall be scheduled so as not to cause an excessive amount of head loss in the system. The program shall include suggested operating time for new planting and estab- lished growth. 1.21.4 The Irrigation Contractor shall provide the Owner a minimum of two copies of the parts list and manufacturer's catalog showing performance, weight, quality and functions of each item of equipment and each important material which he proposes to furnish under this Specification, e.g., con- troller, valves, heads, pipe, check valve, wire, double check valve assembly. 1.22 MATERIAL AND EQUIPMENT STORAGE 1.22.1 The Irrigation Contractor shall be permitted to store equipment and materials on the site, in a location designated by the Owner. The Irrigation • Contractor will be completely responsible for all damages and/or losses to the irrigation materials and equipment stored on the site. Security for such mate- rials and equipment will be furnished by the Irrigation Contractor. PART 2 - MATERIALS 2.1 GENERAL 2.1.1 All materials and accessories shall be of new and unused material . Any section of pipe found to be defective before or after laying shall be replaced with new pipe. All new irrigation equipment shall be essentially the standard product of the manufacturer. All new equipment furnished shall have in-service performance records sufficient to verify published capabilities. Irrigation systems shall be designed to operate efficiently at the pressure, flow and dia- meter of coverage indicated on the plans. 2.2 PIPE AND FITTINGS • 2.2.1 PVC Pressure Main Line Pipe and Fittings: ' 1. Pressure main line piping for sizes two inches shall be PVC Class 200 with solvent welded joints. 2 Pipe shall be made from NSF approved Type 1, Grade 1 PVC compound conforming to ASTM resin specification 1785. All pipe must meet requirements as set forth in Federal Specification PS-21-70. 3. PVC solvent-weld fittings shall be Schedule 40, 1-2, 11-1 NSF approved conforming to ASTM test procedure D2466. -� 4. Solvent cement and primer for PVC solvent-weld pipe and fittings shall be of type and installation methods prescribed by the manufacturer. 5. All PVC pipe must bear the following markings: 02751-7 a. Manufacturer's name. b. Nominal pipe size. c. Schedule or class. d. Pressure rating in PSI . e. NSF (National Sanitation Foundation) approval . f. Date of extrusion. 6. All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable IPS schedule and NSF seal of approval . 2.2.2 PVC Non-Pressure Lateral Line Piping: 1. Non-pressure buried lateral line piping shall be PVC Class 200 with solvent-weld joints. �. 2. Pipe shall be made from NSF approved, Type I, Grade II PVC compound conforming to ASTM resin specification D1785. All pipe must meet requirements set forth in Federal Specification PS-21-70 with an appropriate standard dimension ratio. 3. Except as noted in paragraphs above, be the same as for solvent-weld pressure main line pipe and fittings as set forth in "PVC Pressure Main Line Pipe and Fittings" above. 2.3 AUTOMATIC CONTROLLERS t2.3.1 Automatic controllers shall be of type and size shown on the plans. ' 2.3.2 Final location of automatic controllers shall be approved by the Owner and the Landscape Architect prior to installation. 2.3.3 Controller shall be wall-mounted type heavy steel locking weatherproof case or as noted on plans. 2.4 GATE VALVES t2.4.1 Gate valves shall have bell or spigot ends, flanges or screw joints as required for the piping in which they are installed. All gate valves shall be manufactured of Class D cast iron or brass conforming to the AWWA Standard t C-500, or to Federal Specification WW-V-58, Class A. Gate valves shall be designed for a minimum water working pressure of 150 psi . Gate valves shall have a clear waterway equal to the full nominal diameter of the valve and shall ' be opened by turning counterclockwise. Valves two and one-half inches and smaller shall be all brass and shall conform to Federal Specification WW-V-54, Class B. 02751-8 2.5 REMOTE CONTROL VALVES 2.5.1 The remote control valves shall be electrically operated, normally closed, diaphragm type, brass valves with heavy duty 24 volt, 60/50 cycle sole- noids. Valves shall be slow opening and closing. Valves shall have manual flow control and manual bleed plug. 2.6 BACKFLOW PREVENTER 2.6.1 The backflow.preventer shall be factory assembled with two spring-loaded brass check valves, two brass gate valves and test cocks for field testing. It shall be a Febco Model 805, or an approved equal . The backflow preventer shall be installed in accordance with the City of Fort Worth. 2.7 120V ELECTRIC CONDUCTORS • 2.7.1 Conductors shall be 600 volt insulated copper, THW, or approved equal . Conductor shall be sized to provide no more than 12 volt drop and in no case smaller than No. 12 AWG. 2.7.2 All wire shall be installed according to local electrical codes and must be insulated with PVC and bear UL approval (Type UF) for direct underground burial. 2.8 120V ELECTRIC SPLICE KITS 2.8.1 Splice kits shall be approved for 600 volts. Kits shall be "Scotch-Loks" connectors, or approved equal . 2.9 120V ELECTRIC CONDUITS 2.9.1 Conduit shall be rigid galvanized steel and Schedule 40 PVC plastic. • Conduit shall be of size as shown in the National Electrical Code with a minimum of three-fourths inch. ' 2.10 120V ELECTRIC CONDUIT ADAPTERS 2.10.1 Adapters shall be of an approved type for rigid metal to plastic connections. t2.11 REMOTE CONTROL WIRE 2.11.1 Connections between the automatic controllers and the remote control valves shall be made with direct burial copper wire AWG-UF 600 volt. Install 1 in accordance with valve manufacturer's specifications and wire chart. In no case shall wire size be less than #14. 2.11.2 All wire shall be installed according to local electrical codes and must be insulated with PVC and bear UL approval (Type UF) for direct underground burial . 02751-9 2.12 CONTROL WIRE SPLICES 2.12.1 Control wire splices shall be made with RainBird Pen-Tite wire con- nectors and sealant, or -an approved equal . Connectors shall be of the proper L size to match the wire. 2.13 VALVE BOXES U2.13.1 Boxes for double check valve assemblies shall be precast concrete, Brooks, or approved equal , and sized as per City of Fort Worth specifications. Covers shall be cast iron, designed for traffic loading. 2.13.2 Valve boxes for gate valves shall be precast concrete with cast iron cover, height adjustment as required, or approved equal . . 2.13.3 Valve boxes for remote control valves shall be precast concrete with cast iron cover, height adjustment as required, or approved equal . 2.14 SPRAY POP-UP HEADS Q 2.14.1 Pop-up spray heads shall be the type as shown on plans with a one-half inch female inlet and pop up two inches (minimum) when in use. The nozzle shall have the normal angle of trajectory and a screw adjustment for regulating the spray radius. See the Equipment Schedule on the plans for the performance data. 2.15 ROTARY POP-UP HEADS M2.15.1 Rotary pop-up heads shall be installed in a cycolac or cast metal case. Heads shall pop up until the nozzle Js a minimum of two inches above ground level . If cast metal cases are used, they shall have a vinyl or plastic coating. Heads shall have three-fourths inch female inlet and all internal • parts can be removed from above ground. See the Equipment Schedule on the plans for the performance data. ' 2.16 FLEXIBLE CONNECTIONS 2.16.1 Flexible connections for use as risers for heads with pipe inlets less than one inch shall be flexible PVC hose, as manufactured by Spears Manufac- turing, Sylmar, California, or approved equal . This heavy wall hose meets or exceeds Schedule 80 PVC wall thickness and is used for riser application. All :e hose complies with ASTM D-2287 and has been tested in accordance with ASTM ' D-1598. 2.17 LIGHTNING PROTECTION 2.17.1 Lightning protectors shall be General Electric Model TLP-175, or approved equal . 02751-10 PART 3 - INSTALLATION 3.1 GENERAL 3.1.1 Unless otherwise specified or shown on the plans, the construction of irrigation lines shall include excavation and backfill , the furnishing, in- stalling and testing of irrigation pipe and fittings, and electrical conductors and all other work in accordance with the plans and Specifications. 3.2 PIPE AND FITTINGS 3.2.1 PVC pipe, couplings and fittings shall be handled and installed in ac- cordance with the manufacturer' s recommendations. Each pipe length shall be properly spaced in jointing to allow for expansion and contraction. Piping will be snaked in trench as shown in the trenching details. If necessary, • stakes are to be used to make pipe snake in trench. All stakes are to be removed after trench is backfilled. 3.2.2 Install concrete thrust blocks as necessary at direction changes, size changes, terminations and valves. Blocking shall be a minimum of 1.5 cubic feet each. Set concrete blocking against undisturbed earth. 3.2.3 The interior of the pipe shall be thoroughly cleaned of all foreign mat- ter before being lowered into the trench, and shall be kept clean during laying operations by means of plugs or other approved methods. The pipe shall not be laid in water, or when trench or weather conditions are unsuitable for the work. Water shall be kept out of the trench until the joints are completed. When work is not in progress, open ends of pipe and fittings shall be securely closed so that no trench water, earth or other substance will enter the pipes or fittings. Any pipe that has the grade or joint disturbed after laying shall be taken up and relaid. Fittings at bends in the pipeline and at ends of lines shall be firmly wedged against the vertical face of the trench by means of con- crete thrust blocks. ' 3.2.4 Joints in all screwed fittings shall be made by applying teflon tape on male threads. 3.2.5 After installation, the lines will be flushed until they are free of rocks, dirt, debris, etc., before the heads are installed. 3.2.6 Pipes and/or sleeves placed underground and not immediately connected to F shall be capped or plugged to prevent water and dirt from entering the pipe. Sleeves for wires shall be sealed with mastic after wires have been installed. 3.3 AUTOMATIC CONTROLLER i 3.3.1 Controller shall be installed at location shown on the plan or as di- rected by the Owner or Landscape Architect. Controller shall be installed as shown in the detail on the plan. 02751-11 I C 3.3.2 All electrical wiring shall be installed according to the local city and national codes. 3.4 GATE AND REMOTE CONTROL VALVES 3.4.1 Install all new valves as indicated on the plans or as may be required for the proper control of the piping systems in which they are incorporated. Valves shall be buried deep enough so that the valve box lid will not protrude above the ground. Valves shall be set vertically. Valves shall be set immedi- ately behind the curb or adjacent to walks when possible or as shown on plans to allow workers to reach them from a paved area. 3.4.2 Control valves shall be set to give the correct pressure at the spray head. 3.4.3 Teflon tape is to be used on all male threads when installing valves. • 3.5 BACKFLOW PREVENTER 3.5.1 Backflow preventer shall be installed as shown on details and in ac- cordance with the City of Fort Worth. 3.6 120V ELECTRICAL 3.6.1 All electrical work shall be in compliance with the National Electrical Code and local codes which apply. 3.7 120V ELECTRIC CONDUCTORS 3.7.1 Conductors shall be installed in rigid conduit above grade and in PVC below grade. Splices shall be made in pull boxes only. 3.8 120V ELECTRIC SPLICES ' 3.8.1 Conductors shall be cleaned before splices are made. Splices shall be in strict accordance with the kit manufacturer's recommendations. 3.9 120V ELECTRIC CONDUIT 3.9.1 Conduit and fittings, above and below grade, shall be installed in a man- ner to prevent moisture from entering system. Conduits shall be free of burrs and sharp edges. Conduits shall be cleaned before cable is installed. 3.10 REMOTE CONTROL WIRE r 3.10.1 Control wire shall be direct buried except under streets, drives or large paved areas where it will be in conduit. Control wire may be placed in the same trench with the irrigation pipe as shown in the detail on the plans. Control wires must be bundled together a maximum of every 10 feet. Slack shall be left in the wires including one complete loop at all valves and all sharp bends in the trench. 02751-12 3.10.2 No rock will be allowed within four inches of the wires when back- filling. 3.11 CONTROL WIRE SPLICES 3.11.1 Splices shall be in strict accordance with the kit manufacturer's recommendations. Wires shall be cleaned before splices are made. Splices at control valves shall be left exposed in the valve boxes. 3.11.2 Field splices between the automatic controller and electrical control a valves will not be allowed without prior approval of the Landscape Architect. 3.12 VALVE BOXES 3.12.1 Valve boxes shall be installed in an accessible place as shown on plans . with top one inch in lawn and two inches in shrub area above finished grade. Box shall be level . Box shall sit on a 12-inch layer of gravel . Box shall be at right angle to the main line. 3.13 IRRIGATION HEADS 3.13.1 Irrigation heads shall be installed in plumb position at intervals not to exceed those shown and in the approximate location and configuration shown on the plans. Head swing joints, risers and flexible connectors shall be as shown on the details. All nipples shall be minimum length required to allow irrigation head adjustment motion without inducing load on the supply pipe. Irrigation heads shall be installed as detailed on the plans. 3.13.2 Spray heads shall have a spray configuration and shall be adjusted as not to throw water on the walks, pavement or buildings. 3.14 LIGHTNING PROTECTORS • 3.14.1 A lightning protector shall be installed at the controller and grounded to a grounding rod with the 115 VAC common wire with a #12 OF wire. 3.15 TRENCH EXCAVATION AND BACKFILL 3.15.1 The Contractor shall perform all excavation to the depth indicated in these Specifications and plans. All excavated materials not required for fill or backfill shall be removed from the site. The banks of trenches shall be kept as nearly vertical as practicable. Trenches shall be wide enough to per- mit proper placing of pipe. 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 four inches minimum below the trench depth indicated. The overdepth rock excavation and all excess trench excavation shall be backfilled with loose, moist earth or sand, thoroughly tamped. Whenever wet or otherwise soil that is incapable of supporting the pipe is encountered in the trench bottom, such soil shall be re- moved to a depth and length required and the trench backfilled to trench bottom 02751-13 grade as hereinafter specified, with coarse sand, fine gravel or other suitable material . 3.15.2 Bottom of trench grade shall be continued past ground surface deviations to avoid air pockets and low collection points in line. The minimum cover spe- cifications shall govern regardless of variations in ground surface profile and the occasional deeper excavation required at banks and other field conditions. 3.15.3 Excavation shall be such that a uniform trench grade variation will oc- cur in all cases where variations are necessary. In no case shall the angle of deflection from one pipe length to another exceed five degrees. 3.15.4 Trench excavation shall comprise the satisfactory removal and disposi- tion of all materials, and shall include all shoring and sheeting required to protect the excavation and to safeguard employees. . 3.15.5 During excavation, materials suitable for backfilling shall be stock- piled in an orderly manner a sufficient distance back from edge of trenches to avoid overloading and prevent slides or cave-ins. 3.15.6 The trenches shall be carefully backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy clay, sand, 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 mate- rials. The backfill shall be thoroughly compacted and evened off with the adjacent soil level . Any materials not suitable for backfill shall be removed from the site and disposed of. 3.15.7 Selected fill dirt or sand shall be used if soil conditions are rocky. In rocky areas the trenching depth shall be four inches below normal trench depths to allow for this bedding. The fill dirt or sand shall be used in filling four inches above the pipe or wires. The remainder of the backfill • shall contain no lumps or rocks larger than one inch. The top six inches of backfill shall be free of rocks, subsoil or trash. 3.15.8 Backfill shall be placed in layers; the thickness of the layers shall depend on the nature of the material and the method of compaction used. Com- paction shall be accomplished in such a manner as to assure that there will be no future subsidence. 3.15.9 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. 3.15.10 All excavation and backfill shall be unclassified and covered in the basic bid. No additional fee will be allowed for rock encountered. p 02751-14 I 3.16 LEAK TEST 3.16.1 When the main line or sections of the main line, laterals, swing joints and valves have been installed, the system (or section) will be thoroughly flushed. The system (or section) will then be pressurized during a 24-hour period to the operating pressure. 3.16.2 All joints and connections shall be pressure tested and checked for leaks before they can be covered up. 3.16.3 Lateral lines, from the control valve to the spray head, shall be tested { by capping the pipe at the sprinkler head and pressurizing the pipe to opera- ting pressure for 24 hours. 3.16.4 Any leakage found will be repaired and retested for another 24-hour period before any backfilling occurs. • 3.17 CLEANING AND FLUSHING SYSTEM 3.17.1 After pipe, fittings, and valves have been installed and connections made to the water source, flush pipes several times until free of all rocks, dirt, trash, pipe shavings or debris before installing heads. After the pipe has been thoroughly flushed, start installing the heads with the water running, beginning with the one nearest the valve and working toward the ends of the laterals forcing the water and any debris left in the pipe to be forced out the last head connection. After the heads have been installed, the system is to be used several times before final inspection. The heads shall also be cleaned or replaced if necessary before final inspection. 3.18 EXISTING PLANT MATERIALS 3.18.1 Where it is necessary to excavate adjacent to existing plant materials, • the Contractor shall use all possible care to avoid- injury to plants and plant roots. Excavation in areas where two-inch and larger roots occur shall be done ' by hand. All roots two inches and larger in diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall be heavily wrapped with burlap to prevent scarring or excessive drying. Where a ditching machine is run close to plants having roots smaller than two inches in diameter, the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts through. Roots one inch and larger in diameter shall be painted with two coats of Tree Seal , or equal . Trenches adjacent to plant should be closed within 24 hours; and where this is not possible, the side of the trench adja- cent to the plant shall be kept shaded with burlap or canvas. 3.19 TEMPORARY REPAIRS 3.19.1 The Owner reserves the right to make temporary repairs as necessary to keep the irrigation system equipment in operating condition. The exercise of this right by the Owner shall not relieve the Contractor of his responsibili- ties under the terms of the guarantee as herein specified. 02751-15 7 W 3.20 CLEANUP 3.20.1 The Contractor shall make final cleanup of all parts of the work before final acceptance. This cleanup shall include removal of all construction ma- terials and equipment, and in general preparing the site in an orderly and finished appearance. 3.20.2 The Contractor shall also remove from the site any rock or extra dirt that resulted from this contract and he shall restore the site to its original condition or better. 3.21 MAINTENANCE 3.21.1 The entire irrigation system shall be under full automatic operation for a period of seven days prior to any planting. O END OF SECTION • 02751-16 City of Fort Worth, Texas d Mayor and council Communication DATE REFERENCE SUBJECT: AWARD OF CONSTRUCTION CONTRACT PAGE NUMBER FOR AN IRRIGATION SYSTEM FOR THE 1 12/22/87 **C-10720 SOUTHEAST SERVICE CENTER 1 o -__ RECOMMENDATION It is recommended that the City Council authorize the City Manager to execute a contract with Heidman Irr_iy ation._Systems_ for $3,623.00 to furnish and install an irrigation system for the landscaping at the Southeast Service Center. DISCUSSION An irrigation system has been requested to prevent loss of the landscaping around the administration building at the Southeast Service Center. Plans and specifications were prepared by Lassiter and Associates under the terms of their miscellaneous architectural services contract. RECEIPT OF BIDS The project was advertised for bids on November 5 and November 12, 1987; and a Notice to Bidders form was mailed to 20 firms that specialize in irrigation systems. Ten firms obtained plans and six bids were opened on November 19, 1987. The bids are tabulated as follows: CONTRACTOR BID ` Heidman Irrigation Systems $3,623 Turf Masters Irrigation 4,036 Main Three and Associates 4,346 Phillips Landscaping Service 4,881 HydroTech of Texas 5,687 Randall and Blake, Inc. 7,728 The low bid was below the architect' s estimate of $5,000. FINANCING Sufficient funds are available in General Fund 01, Account No. 20-50-02, Building Maintenance, to finance this project. The expenditure will be made from Index Code 234401 . DAI:wmc2 APPROVED BY CITY COUNCIL DEG 22 199T SUBMITTED FOR I n CITY MANAGER'S C DISPOSITION BY COUNCIL: I// �/I PROCESSED BY OFFICE BY: it ❑ APPROVED j71 7 ORIGINATING [ OTHER (DESCR ) DEPARTMENT HEAD: Gary Santerre City secretary O h Y SECRETARY city of Port Wn FOR ADDITIONAL INFORMATION G. Santerre 7960 CONTACT: DATE