Loading...
HomeMy WebLinkAboutContract 42934� � �� .r■� ,�`��'�' ���� �: �: ��' SPECIFICATIONS AND � �,a� CONTRACT DOCUMENTS CI�(Y SECRE�6 ��� a Folt D.O.E. FILE CONTRACTOR'S BOI' GOLF COURSE RENOVATION AT: CONSTRUCTIQN'S COF"'� ROCKWOOD GOLF COURSE CLIEIVT DEPARTM�IVt PROJECT NAME ROCKWOOD PROJECT NUMBER #01741 IN THE CITY OF FORT WORTH a coeiq ���m� N � H� ` � s�'=- `' ;�t� .; , ,�* * �;�� - , , c�� s�c��T�� a��� COi�T�C� NOe � TPW NO. P243/541200/802490174184 TEXAS 0 u L BETSY PRICE TOM HIGGINS MAYOR INTERIM CITY MANAGER RICHARll ZAV.ALA, DIRECTOR PARKS AND COMMiJNITY SERVICES DEPARTMENT PARK5 AND COMMUNITY SERVICES DEPARTMENT PLANNING ANI) RESOURCE MANAGEMENT DIVISION FUNDING OF PROJECT BY CITY OF FORT WORTH GOLF ENTERPRISE FUND 2011 :��FI�aA,�. ������� �:.a� 1 � ��ar�c.�;�W�\� � F% �:�����Tk9, T)( l�� ._ _ ' � . , - � � � i � . . • j .l I I `I City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 12/6/2011 — Ordinance No. 19990-12-2011 DATE: Tuesday, December 06, 2011 REFERENCE NO.: **G-17457 LOG NAME: 80ROCKWOOD GC GOLF WORKS SUB.iECT: Authorize Execution of a Construction Contract with Golf Works, Inc., in the Amount of $508,289.89 for the Construction of a Six Hole Practice Course at Rockwood Golf Course and Adopt Appropriation Ordinance (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations by $493,142.00 in the Golf Gas Lease Capital Project Fund from gas related revenue; and 2. Authorize the execution of a Construction Contract with Golf Works, Inc., in the amount of $508,289.89 for the construction of a six hole practice course at Rockwood Golf Course. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the award of a construction contract to Golf Works, Inc., in the amount of $508,289.89 for the construction of a six hole practice course at Rockwood Golf Course including the installation of a new irrigation pump station and the dredging of the existing pond for increased water storage. The Parks and Community Services Department Golf Division currently has $493,142.00 in accumulated gas revenue from previously approved pipeline agreements. In accordance with the City's Financial Policy Statement these funds must be spent for capital improvements at Rockwood Golf Course. Additionally on June 7, 2011, (M&C G-17294) the City Council approved the acceptance of a monetary donation of $150,000.00 from the Wadsworth Golf Charities Foundation for construction of the six hole practice course at Rockwood Golf Course, of which the initial partial donation payment of $45,000.00 will be applied towards construction funding (the balance of the donation is scheduled for receipt in 2012 and 2013). Therefore the funds currently available for this project amount to $538,142.00. Construction will include site grading, irrigation and turf establishment of a six hole practice short course, installation of a new irrigation pump station and dredging of the existing pond to increase water storage capacity for irrigation for both the new practice course and the existing 18 hole course. The project advertised for bids in the Fort Worth Star—Telegr�_m__ on July 28, 2011 and August 4, 2011. On August 25, 2011, the following bids were received: Base Bid — Includes mobilization, clearing, site preparation, mass grading, drainage, soil preparation and grassing. Alternate 2— Line Item 1 Includes the purchase and installation of all irrigation equipment for the use of the new pump station. Alternate 3— Line items 1, 2 and 5 Include the purchase and installation of a new flowtronex pump station, the installation of a wet well and the installation of pump house foundation. It is recommended that the Base Bid amount of $241,653.89 and Alternates 2 and 3 in the amount of $266,636.00, together totaling $508,289.89, as submitted by Golf Works, Inc., be approved for award of contract. The contract time is 85 working days. In addition to the contract cost, associated contingency funding for construction inspection and change order contingency funding totals $29,852.11. M/WBE — Golf Works, Inc., is in compliance with the M/WBE Ordinance by committing to 19 percent M/WBE participation on the PACSD base bid price only. The City's goal on this base bid contract is 15 percent. The impact on the annual operation budget for the water well and the practice course will be $17,500.00 for repair and maintenance of the improvements. Construction is anticipated to commence in January 2012 and completed by May 2012. This project is located in COUNCIL DISTRICT 2 and will serve Fort Worth residents in ALL COUNCIL DISTRICTS. FISCAL INFORMATION: 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 Golf Gas Lease Capital Project Fund and the Golf Capital Projects Fund. FUND ,NT .RS: 1 ��.: �.i •� C�►I .�� : �.i •� � '_• ••• 11 :1 • •••1 11 ',�.1 : 11 . � 11 1:1 •1 1 1 ',� 11111 ' ' �.• .• :1 • •••1 11 .•� /1 ' • • 11 :1 �•1 � :1 ',�• :• :• ' ' ' 11 :1 ' '••1 11 ' • � 11 ' �► ► : .��� •� � U__�.�. � . � . . . . .1 � ' ' 1'! ! � 1. :.�� ��. � � u. �� i� . • • � : � 1� \ :1►• ► � •�� • � •�►_ :• - �• 0 •.� �• � • r� : C C• , � •�� • � •�►_ �� � • � 11 /:1 •1 1 1�� ' � ��• •• il • •��1 /1�� � C' '� •ur 1 ' • i� • . r. 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 RA.TES 6. WEATHER TABLE 7. VENDOR COMPLIANC� TO STATE LAW 8. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION 9. PROJECT DESIGNATION SIGN 10. TECHNICAL SPECIFICATIONS DIVISION 1- GENERAL REOUIltEMENTS 01100 - Summary of Work 01135 - Contract Time 01140 - Alternatives 01150 - Payment To Contractor 01300 - Submittals 01400 - Quality Control 01410 - Testing 01500 - Temporary Facilities and Controls 01640 - Substitutions and Product Options 01700 - Project Closeout 01800 - Contractor's Responsibility for Damage Claims DIVISION 2 - SITE WORK 02100 — Special Conditions 02200 — Stal�ing 02140 — Clearing & Grubbing 02300 — Rough Grading 02537 — Finish Grading 02545 — Drainage 02810 — Stone Rip-Rap 02840 — Green Construction 02845 — Tee Construction 02860 — Fiue Grading, Fertilizing & Grassing 02870 — Sodding 02930 — Irrigation 02931— Pump station 02932 — Irrigation Detail 11. CERTIFICATE OF INSURANCE 12. BIDDER'S STATEMENT OF QUALIFICATIONS 13. PERFORMANCE BOND 14. PAYMENT SOND 15. MAINTENANCE BOND 16. CONTRACT • • : � � ' Sealed Proposals for the following: PROJECT NAME: GOLF COURSE RENOVATIONS AT ROCKWOOD GOLF COURSE PROJECT NO. 01741 . FAC.: P243/5412001802490174180 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., August 25, 2011 and then publicly opened and read aloud at 2:00 p.m. in Council Chambers 2�d floor — N.E. corner af City Hall. Contract documents, including plans and specifications for this project may be obtained from Colligan Golf Design, 103 S. Mes- quite Streefi, Arlington, TX 76010. (817)543-2001. 1. Waqe Rates: All Bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of fihe State of Texas with respect to the payment of the pre- vailing wage rates, and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worfih City Code, Section 13-A-21 through 13-A-29) prohibiting discrimina- tion in employment practices. 2. Disadvantaged Business Enterprise Participation Goals: In accordance wifih the City of Fort Worth Ordinance No. 15550, �the City of Fort Worfih 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, SUBCON- TRACTOR / SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM and / or the JOINT VENTURE FORM ("Docu- mentation) 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 shall submit documentation to the Parks & Community Services De- partment, 4200 Souih Freeway, Suite 2200, ATTN: Carlos Gonzalez, Project Man- ager. Electronic submittal of M/WBE documentation will not be accepted. Failure to meet compliance shall render the bid non-responsive. The following list is provided to assist bidders in obtaining the services of M/WBE ven- dors qualified to provide such services/materials for this project. A listing of qualified M/WBE 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 clearing/grubbing grading/earthwork earthwork drainage concrete grassing The City's minimum M/WBE goal on this project is 15 % of the total dollar value of this contract. 3. Prime Bidder 4ualification 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 Bid- ders, and upon receipt of Bidder's Statement Of Qualifications form included in this construction documenfi. 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 re- spective portion of work on this project and be a member of the Golf Course Builders Association. • The Prime Bidder must provide a list the surety company(s) which issued bonds for projects listed above. Addifiionally, the Prime bidder shall list the surety com- pany 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 of a value not less than fifty percent (50%) of the project scope of work bid amount using its own organization work crews under its superintendence work and shall provide verification of such upon re- quest. 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 far 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 contracfiar's sole responsibility to verify they have re- ceived and considered addenda prior to submitting a bid. 5. Pre — Bid Conference: An optional pre-bid conference will be held with prospecfiive bidders at Rockwood Golf Course, 1851 Jacksboro Hwv, Forfi Worth Texas 76114, on Auaust 9, 2011 at 9:30an CDT. 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 fio 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 open- ing 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 : Carlos Gonzalez Project Manager (817) 392 - 5734 carlos.gonzalez@forlworthgov.org T.M. HIGGINS INTERIM CITY MANAGER MARTY HENDRIX CITY SECRETARY Advertisement Dates: Thursday July 28, 2011 Thursday Auqust 4, 2011 SPECIAL INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. BID SECURITY 2. PROPOSAL � 3. ADDENDA 4. PERMITS 5. AWARD 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 / WOMEN BUSWESS 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. 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 rein- surance 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 proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quated prices, the quanfiities shown in the proposal, and the application of such formulas or other mefihods 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 amounfi of the bid. � Until the award of the contract is made by the Owner, the right will be reserved to reject any or all prvposals and waive technicalities, to re-advertise for new pro- posals, 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 pro- posal forms or other parts of the Contract Documents will be considered as a�- proximate 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 quantifiies 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 tele- phone number indicated in the Notice to Bidders. Bids that do not acknowledge all applicable addenda will be rejected as non-responsive. (See Item G in the Proposal.) 4. PERMITS: The Contractor shall obtain all permits necessary for compiiance to the City of Fort Worth Building Code. Fees shall be waived for permit applica- tions. For a listing of anticipated project permits, refer to Div. I- General Re- guirements: Section 01100-3. 5. AWARD 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 to#al bid price and number af contract days allotted, as specified in the Proposal, and which is considered to be in the best interest of the City. Regardless of the Alternative chosen, the Confiractor 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, liq- uidated 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. 6. 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 shal) 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 ac- cepted 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 fihe prosecution of the work. C. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in fihe 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 Ser- vices Department projects ta insure the prompt, full and faithful perForm- ance of the general guarantee as set forth in Division 1, Section 01150 — I#em 1.14: Warranty In order for a surety to be acceptable to the City, the surety must meet the re- quirements of V. A. T. S Insurance Code, art. 7.19-1(c). Satisfactory proof of any such reinsurance shall be provided to the City as outlined in the Notice To Bid- ders. The City, in its sole discretion, will determine the adequacy of the proof re- quired herein. ., . _, _. No sureties will be �accepted by the City that are at the time in default or delin- �. quent on �any�bontls.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 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 dam- ages for late completion of projects. 8. EMPLOYMENT: All bidders will be required to comply wifih City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Secfiion 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 "Vernons 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. lf Federal Wage Rates are applica- ble to a project, the Contractor shall comply with all items idenfiified in the attached Contractor's Packefi. For further informafiion regarding this packet, contact the Intergovernmental Affairs / Grants Management Divi- sion, Finance Department at (817) 871-8365 or 871-8387 10 .FINANCIAL STATEMENT: A current certified financial statement shall be pro- vided 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 fio 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 (statufiory); 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 in- surance policy. B. Certificates of insurance shall be delivered to the City of Fort Worth, con- tract 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 confiracted project. C. Any failure on part of the City to request required insurance documenta- tion shall not cons#itute a waiver of the insurance requirements specified herein. 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 premium. 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 sfirength 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 insur- ance, 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 projecfi shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. 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 profiection 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 confiract administrator any known loss occur- rence which could give rise to a liabili#y claim or lawsuit or which could re- sult in a property loss. L. 1Ti� Contractor's liability shall not be limited to the specified amounts of insur- ance required herein. 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 responsibie Texas resident bidder by the same amaunt that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a compara- ble 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. "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a confiractor 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 fed- eral funds. The appropriate blanks of the Proposal must be filled out by all non-resident bid- ders in order for its bid to meet specifications. The failure of a non-resident con- tractor to do so will automatically disqualify that bidder. 13. 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 con- tracts. You may obtain a copy of the Ordinance from the Office of the City Secre- tary. 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 re- ceipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bid- der, now known as Contractor, a pre-construcfiion meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or exe- cuted 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: 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be perforrned by the M/WBE �rm 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 con- tract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure ac- countability for audit purposes. Reports are to be submitted monthly to the M/WBE Office, regardless of whether or not fihe M/WBE firm has been utilized. If there was no activity by an MNVBE in a particular month, place a"0" or "no participation" in the spaces provided, and provide a brief explanation. The Contractor shall provide the M/WBE O�ce 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. Oriqinal siqnatures 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 Contracfior wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Chanqe Form to the M/V11BE 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 fio 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 Con- tractor will provide the M/WBE O�ce with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. Ail forms are available at the M/WBE Office, 3rd floor - City Hall. For addi- tional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate in- formation regarding actual work performed by a Minority/Women Business En- terprise (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 substantiate 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 con- tract and/or initiating action under appropriate federal, state or local laws or ordi- nances relating fio false statements; further, any such misrepresentatian (other than a negligent misrepresentation) and/or commission of fraud 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, efic., 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 #he Forestry Office at 871-5705. All tree work shall be in compliance with pruning standards for Class II Pruning as de- scribed by the Natiorial Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negli- gence by the Contractor shall be assessed using the currenfi formula For Shade Tree Evaluation as defined by the International Society of Arboriculfiure. Pay- ment for negligent damage to public trees shall be made to fihe 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 usinq a commercial �runinq paint. This is the only instance when pruninq paint is recommended. 15. PRODUCT SUBMITTAL AND SUBSTITUTION OPTIONS: - All prospective bid- ders shall submit Bid Proposals which reflect specified products only. Product substitution of `Or Equal' products will be considered only after award of con- tract 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 con- sidered. The BIDDERS STATEIII�ENT OF QUALIFICATIONS shall be pro- vided to the City as outlined in fihe Notice To Bidders and as noted in the specifications for the purpose of evaluating the Prime bidder / subcontractors qualifications. � B. PRIME BIDDER / SUBC�NTRACTOR QUALIFICATIONS 1. Demonstrate experience as eifiher general or sub-contractor on a mini- mum 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 pra- jects 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 inde- pendent Cerfiified Public Accountant. 5. Name and qualifications for the sifie superintendence of the work. 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 lisfied 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 subsequen#ly desire to substitute a subcontractor, the Prime Bidder shall notify the Proiect Manager in writinq along with Letter Of Intent and experience qualifications for approval prior to commence- ment of construcfiion. 9. Prime General Contractor shall be a Certified Member of the Golf Course Builders Association. 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 ofiher firm to con- ducfi 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 Contracfi executed for this work the City will require your firm to be completely 100 per- cent responsible for fulfilling all aspecfis of the contract bonds. Other firms and employees that may be involved in their joint venfiure will be treated by the City under fihe contract as if they were employees or subcontractors of your firm. Other than those firms noted in the confiracfi as a part of the joint venture, no other firms will be allowed to participate in the joint venture with- out written consent from the City. 17. OZONE ALERT DAYS: The Contractor shall be required fio observe the follow- ing 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 Resaurce 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 nofi 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 motor- ized equipment prior to 10:00 a.m. If fihe 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 will be considered as a weather day and added onto the al- lowable weather days of a given month. 18. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compli- ance with Workers Compensation shall be as follows: A. Definitions: 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 statu- tory workers' compensation insurance coverage for the person's or entity em- ployees 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 projecfi until the contractor's/person's work on the project has been com- pleted and accepted by the governmental entity. � Persons providing services on the project ("subcontracfior" ir� 406.096) - in- cludes all persons or entities performing all or part of the services the contrac- tor has undertaken to perform on the project, regardless of whefiher that per- son has employees. This includes, without limitation, independent contrac- tors, 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 limita- tion, providing, hauling, or delivering equipment or materials, or providing la- bor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, of- fice supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classifi- cation 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 pro- ject, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental en- tity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificafie of cover- age 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 gov- ernmental 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 pro- ject, so the City will have on file certificates of coverage showing cover- age for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, ifi the coverage period shown on the current certificate of coverage ends during the duration of the pro- ject. E. The contractor shall retain all required certificates of coverage for the dura#ion of the project and for one year thereafter. G. The contractor shall notify the governmen#al entity in writing by certified mail or personal delivery, wifihin 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' Compensafiion Commission, in- forming 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 ifi 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 pro- ject, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the du- ration of the project; (3) provide the contractor, prior to the end of fihe coverage period, a new cer- tificate 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 pro- vide to the contractor: (a) a certificate of coverage, prior to the other person ar entity beginning z„work on the project; and (b) a new certi�cate 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 de- livery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any per- son providing services on the project; and (7) contractually require each person with whom it contracts, #o 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 enfiity that all employees of the contractor who will provide services on the project will be covered 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 selfi insured, with the com- mission's Division of Self-Insurance Regulation. The providing of false or mis- leading information may subject the confiractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure fio comply with any of these provisions is a breach of cantract by the contractor which entitles the City to declare the contract termi- nated if the contractor does not remedy the breach within ten days after re- ceipt 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' Compen- sation 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 popula- tion. 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 #his 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 sfiatus as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to re- ceive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's fiailure to provide coverage." . T, , '1S e,s,�y� r9' ' :� T0: FOR: PROPOSAL Mr. Tom Higgina IntarimCity Managar Fort Worth, Texas GOLF COURSE RENOVATIONS AT: Rockwood Golf Course P2q3 / 641200 / 802490174180 Pursuant to th� foregoing "Notioe to Btdders," ths undersigned has thoroughly examined the plans, spec�cations, and the site, understands the amount of wurk to be done, a nd he�eby proposes to do all the wnrk and furn(sh aA labor, equfpment, and materiels necessary to hdly complete al the work as provided in the plans and speeiFications, and subject to the inspecdon and approval of the Parks and Community Services Oepartment Director of the Cky of Fort Worth. The "approxfmats quantity" catapory (s (or information purposes onty, The Contrador shall be paid on the basis of actual installed quanbties on non lump sum items. Addkionally, the Contractor shali be aware that the Proposal contains both Lump Sum and Unit Priee items. If the bwsst bid reeeiwd exceeds the {unds budgeted kr Ifis proJect, ths City roserves the right to decrses� the quantities coMa(ned in any Irc�e rtem or to elirt�inate any specitic Ane items betore award of the corriract in order to bring the worlc within budget. 8y submitting a bid, the bidder acknowledges the City's right to adjust or eBminate line kems prbr to the award of contract. Furtlier, by submittfng a bld, the bidder agrees to honor each 11ne item bid price without racoursa to tlw City in tha ev�nt Ifna Rams ara adJusUd or oliminatad. Upon acceptance of thfs proposal by ihe City Council, the bidder is bound to executa a contract and furnish, H applicable, PeAormanoe, Payrr�ent, and Maintenance Bonds approved by the Ciry of Fort Worth for performing and completing ihe sald work wiyiln the ti�t� stated and for the falbwing sums, to wR: PROJ. NO.: 01741 DESCRIPTION OF ITEMS WITN BID PRICE WRITTEN IN WORDS PAY CPMS BID APPROX. DESCRIPTION OF ITEMS WITH BID PRICE WRITTEN UNIT �� NUMBER QUANTITY IN WORDS TOTAL PRICE AMOUNT 610 BASE BID ITEMS . ,�•= _ •� ���_.� - � _ _ i.� � � � ,. .�,� Furnish and Inatali Project Sign (Per 1• BIO-00504 1 EA s cifieations) ` �+�-� Doliars & Cents per EA $ 500. L� y'SOO. 8O SW3P Erosion Control Implementatton (See 2. BID-00100 1 LS 5� heets 2 3 0/� � —.i�- `U��,_ Dof�ars & Cents par LS $ S�. S SC� � Maintain SW3P Manual tlxough Project 3. N/ A 1 LS Complation j� 1�"� � `�n�u n "► ���� Doliars & Cents per LS S_ 3SQ. ,r]1 �,�59• �.j StaglnD Araa � Mobiaation (Sw shatts 2 of 4. BID-00124 1 LS 10 'q i,�,�� ,,,,� ¢' ' Dollars & — ce�a �� S. N/A �s s 1 t�5o_� s_ )3�So.� 1 LS Bonds (Per specfica ions) S—r`1'�".• n �."' �, ` � oollars & Cenb pe� lS S'7� 5 O�, m_ S%Sc]], o0 Sit� Preparatan-Oradi�ny�� ge Q ceg �ge� g• BID-00793 1 LS � she_ , e� ` o`�p�-r h�� �n1a�•� • Dollars & — Cenb per LS �• Nn/ A 1 LSp Clean rri ation Pond {See sheeta 3 of 10) {•v¢ �"'� ��4� '�' �� Dollars & —' Cents per I.g PROP�3Jl 1 s �5 5—= s���, � $ 5 Zi� 5 � s--�iL�e�— UNITI • TOTAL �� (02,�.� �,.�.�.��� � 1� ' � �� . PAY CPMS Bip APPROX. DESCRIPTI�N OF ITEMS IMITFi BID PRICE WRITTEN UNIT �� NUMBER QUANTtTY IN WORDS TOTAL PRICE AMOUNT 81D Ufy1T II - MASS GRnnwn rc ����statl � �ete� 1. N/A 2. N/A Strip and Replace Topsoi� (4"y (See sheets 3 5,000 CY of 10) --�-- ��„_Doliats & — I Y ur CAnts p�r CY S 3� Qy S ��.4Jr0- � 9,000 CY Cut and F1A (Bank Yards} (See sheeb 3 ot 10> ��� Dollars & '���� Certta per CY 3' N� A � �S Featu�e Shaping See she ts 3 of ia) f.,t,-��,�„a �.�iz� �ua� a �"� Cerns per LS UNIT 111 • DRA�NApE IFurntati �. �nstall Comulete) �• N/A 2• N/A 3. N1A 4. 5. e. 7. $. 840 LF 875 LF 930 LF Dralnags Py» - Corrugated Plastb 3mooth V1Mil - CCP (4" �ia.> (See sheeb 3 of 10> W��y�--- Doilars & '—L.id,iCc,Br_,_Certts per LF Drainage Pipe . Cortugated Plastfc Smooth WaU - CCP (8" Dia.} (See sheets 3 of 10) rti'�— Dollars & ;:ss► Cems per LF Dralnaga Pipa - Corrugatad Plastfc 8mooth Wall �P (8" Ofa.) (See sheeb 3 of 10} � ����� � � _„ Cerda per LF Dralnaye Pyx - Cortvyated Piastic 3mooth Wall - CCP (10" DiaJ (See sheeta 3 oi 10) 1 oou4� a —�c� • Q. �_Certts per LF Drainaga P�a - Corrugatad Plastic 8mooth �H - CCP�(36^ Dia.) (See sheeb 3 of 70) �t��Vv� Dolhrs 8 ������ Certts per LF s Z. 7.� s Z�, 3�1Z a� S LO •�_ S �,��, eO UNIT 11 • TOTA� �� � $� � l�//� 2� v��� s L_'�3 S y ," � N / A 33p LF N/A t00LF N/A N/A BID-00092 Drainago 3tructure - 12" Round Orats (Sas 21 EAn sheeta 3 oi 1) V%r. � DoUars 8 � Cerrim per EA Drafnaga 3tnicturo - Flar.d End 3tction (3a� ? EA � s eet 3 0 10) _ r-� 'LTnr '�� � r^ �o�hrs a Certta pet EA 50 TN �1pRap - Ins `(See sheeb 3 oi 10) �� � Dollars & Ce�s per TN 3`f�'7, 5� w�1,� s 3.5H _s�„���:q�i y y 2 �� � �� rw� s 5 . 3 � s ��T1�—.�2 �1 2�,3�,, y G � S �- SC� S . �I �7'�7.DO �11� S ��• 1� s �•� s -i�b. Z�._ s Z�62-aq s 3, o.� s$ 6$, oc� s u�.�a s 2;i.v�. o� UNIT III • TOTAL s� 3� 23���1 �% ��) '71 �"� PRGD03Al 2 I � P r M f D6V n��nvn ve�t,KIP710N OF ITEMS WITH BID PRICE WRITTEN UNIT TOTAL �� NUMBER QUAN?ITY IN WORDS — -- -- PRICE AMOUNT BID �IT IV - FEATUR� �ONSTRL�'npN fF� niah 8 Inihu ComnlatQl t 2. 3. 4. Green Oreinaqe - 4" peAorated Pipe (See N� A 2,380 LF shaat 8 ot 10) Dollars & ' v�__Cants por LF Green Oreinaqe - VentslCleanouts�Markets N/ A 24 EA �Se� sheet 8r of 10) �"�w � t ��� Ooliars & —� Cants par EA N! A 23,800 SF Gr�Construction - Mix (See sheat 8 of 10) Y"� Dollars & —" Cents per SF Green Construction - Pea C�avel (Trenches N l A 50 TN ` Ony� (Sea �sheet 8 of 10) � �� �e�1 c�►a+e�.. �oliats & Cants par TN � • _ - -_ t�. _.� '_ ... . � ., �. � �� Q 2. Soil Preparation - Fine debris �emoval, Ane grade and fertilize -Greens (See sheet 4 of N/ A 23,800 SF 10) � Dollars 8 --� W ��'�+ Cerrts per SF Soll Preparation - Fina debris removai, 8ne grade and (eRilize -Fai (See sheet 4 of N/ A 5.4 AC � 1)�y.�p'�hw►tc�,� ;,„L, 9 t ���st.T"���+.. Oollars & ' Cents per AC s. 9 Z a Z�Z 13. �1� a 2.5 , o� s_ 6 Cb. �.� S .3 • � S % � Lit7Ei. 'c3Cl S 2I 1. � S ic� _ Sc7� �, UNIT IV - TOTAL S % ,3 .�O S. 2,C� S�'I �7 �O , c� a L��� o,, §13�5i_� Soii Praparation - Fina d�bris ramovai, flno 3• N 1 A 1.0 AC grade` _and nfeRilize -Rouah (See sheet 4 of 10) �wv �c� Q�—�,�Ql7ti Doliars 8 Cerri�s per AC S�.� �1 .�p S Z� �. D� ---r— Grassing - Sod -qreens Surrounds(419) 4• N/ A 2,000 SY (See sheet 4 of 10) ��^`- Dollars & Cer�ts per SY S 3,� s�n� 1. ,� 1 Grassing - Sod - prainaae Inlets (419) (Sa• 5• N/ A 420 SY �eet 4 of 10) ��J Doliars & "f� Cerrts per SY Grossiny - Sprigging -Greens (Ses shest 4 ot 8. N/ A 23,80p SF 10) � Dollars 8 "�' ��y4._,__ Cenb per SF , C3rassiny - 3P�9fl�fl - Facways (419) (Se� �• N! A 4.9 ACn sheet 4 0110 ��ta��S.,.�l '1 �'F►���„y�S��rpoliars 6 Cer�ts per AC S 2, S� s 1 1��,� s � 3.� a 7, 1�c�. cY� s �?.�-o�s � Z,3�.3� ��� � '� _ � 1 DAV n��nvn utsvKIPT10N OF ITEMS WITH BID PRICE WRITTEN UNIT �TEIN NUMBER QUANTiTY IN WORDS TOTAL PRICE AMOUNT 81D Grassinq - Sprigging -Rouah (419) (See a• �N�/ A ` 1.0 C heet 4 of 10) ��"�� �tc�l+ �v�� �r.e.�w�1�.- <�...�, Ooliars & ""'- Cents per AC UNIT VI - FINISH OUT IFurni.h & Inatall omoletel N/ A 1 LS As•Bui� T�`^' Oollats & — 'Z-�+"' Cents pet lS ALTERNATE BID ITEMS 'Contractor shall edd or cfi/ete percentege ot bond assoclsted with esch Alternate ttem. S� 2"1, �J � L S 2.7. 2f� UNIT V- TOTAL � I-) C.�� '� �+—_�_ -. . . � i UNIT VI - TOTAL S 2,'J.��. � ALTERNATE 1- IRRIc3q7�ON SYSTEM USIN(3 EXIST1Na PUMP STATIGIM (F���i h S Inatall �••+ �e ) Purchase and Instaliation of ali Irrigation equipment in accordance with plans & specs N� R 1 �S �� (�Seej� heet 9 of 10) ��"�. ��'�a.,./�,�aa174iu'.�.�_Douarsa _ gs .-�. cern� pe► �s s�7 . O 3 7.co s 7��� Installatfon of Ciry purchase irriyation equipment in accordance with pians & specs Z' N� A 1 LS (See sheat 9 of 10) � H�'1Yw�.. �'a:�:�.�,�-��-., !, ✓�� '�pollars & � �✓� Cents per lS $ S . �a � , c� ALTERNATE 1 • TOTAL �,3, ALTERNATE 2- IRRIOATION SYSTEM USINO NEW PUMP STAl10N fFurnlsh & Insfaii Comnlet } Purchase and Instaliation of ail Irrigation equipment fn accordnncw with pians & specs �.���� 1�LS �(see s eet 10 q� to) ,�1 � ��w'� �'_ Doliars & Q-7 �q - �Cerrts per LS S D G� � G s � Instaliation of Clty purchase Irrigatbn Z N/ A equlpmerk in accordance with plans & specs � _ p� 1 LS 3�� shaat 9 of 10) ��-- �-° �4� 'i-��.��1J� �c+w.���c�,�_"" Dollars & �+'e� Cants par LS • � ' 1 1i ' • � 41uI lCl�7, Pump Station Handling (Per irrlyation N/ A 1 LS S_�pe-cfica/tlo�ns) So� sh� t 10 gf 1 �� �o r �1�_ �ll.+T�' Ilars & Cents per lS Pump Statfon • Fbwtronsx PSI Pump Sfatlon 2. N/ / 1 LS (Per S eciflcat49nsy(See h 0 t 10} GkQ �Nc7nc�( �Sa�^� KJ►�../�._��.�lars & - �� 7 Cerrts per LS s l7� 7y� s /7S7y.� ALTERNATE 2- TOTAL S L S���l-��+i,..�� �.�r. ��C� �LZ�C�,.rtY`9 a y2, �92-w s `72. y9Z. � S � �1 �StmS m . (7J Paovosn� a � Z �, 1 DAV `�"��� "� n��isvn ut�C�RiPT10N OF ITEMS WITH BID PRICE WRITTEN UNIT TOTAL �T� NUMBER QUANTiTY IN WORDS PRICE AMOUNT BID Pump Statton - Metron, Inc. Pump Station 3' � A � �S (Per Spedficadons)(Se� sheet 0 ot 10j �N� �i�%,�{y Tr. p,r!_.�;�/ o;�� ir:�.�.:a-� Doilaro & �r0 Cents per LS s s Oo s �.5�� �lO Pump Station - Rain Bird Statfon (Per 4• N/ A 1�S Speci(i dons)(3e• he t 10 qf ��(C firtir�i4/ `k,�••,v�..--�y • � � !,..r ars & o� p p C•nts par LS S v/�I� S / Wet Well and Pump House foundadon (Per 5� N � A 1 LS Speciflcadons)(Se sh eh 10 of 0) Tc•+ %kauf�•,. '� � ; uor& CC" 7� Cents per LS S 0 � S �� � . sy Pump House Structure & Electrical (P r g• N/ A 1 LS CSpec'�ficadons)(See shegb) 10 of 1 Fy�'{y N7� ! ��/11 ars & '/ — �.�/'o Cenb per LS ��,lyq s 72,/y9 ALTERNATE 3• TOTAL S,i�=�G.LG � J. � BID - RECAPULATION UNIT I- MOBILIZATION, CLEARING AND SITE PREPARATION UN IT II - MASS GRAOING UNIT III - �RAINAGE UNIT IV - FEATURE CONSTRUCTION UNIT V- SOIL PREPARATION ANO GRASSING UNIT VI - FINISH OUT TOTAL BASE BID ALTERNATE 1- IRRIGATION SYSTEM USING EXISTINO PUMP STATION ALTERNATE 2• IRRIOATION 8Y8TEM USINO NEW PUMP 3TATION ALTERNATE 3- PUMP 3TATION (Add Add'Rional 15 Working Days) TOTAL AITERNATES TOTA� BASE +q��RNATE3 s.��� �02�/ � s Zib,95B,o� 5 2 3, Sa/ S 7 3 /S �/� � . �iD �ll.�.�a —�s, Q ,�����'l�.�TT,� ' . 2 % s S9,z53 00 S 100. S O. 00 s 5�9.��;0� �'�3��� o� �� � s 9'� l, 08��, �„> �i��i�`��.g� ��tWl ���� S PAY CPMS BIO APPRO%, DESCRIPTION OF ITEMS WITH BID PRICE WRITTEN UNIT �� NUMBER QUANTITY IN WORDS TOTAL PRICE AMOUNT BID A• This contract issuad by an organizadon that qual%ks for axamption pursuant to tha provisions ot Articia 20.04 (� of the Texas Limked Salea, Excise and Use Tax Act. B• The Contractor performing this conhact ma or consumed ln tha peAormance ot the contra tf byas ui g to his supplktr aneexempti` onicsrtiflcatetin I eu ofd the tax, said exemption certifk�ate compiyin9 wftb State Comptroiler's ruNng tax, said exemptbn oertiiicate eomptying wkh State Cotrptrolbr's ruling �t95-0.07, My such exemption certficate issued by tM Contractor in lieu of the tax shall be subject to the provisions of the State Comptro0er's ruNng *95.09 as amended to be elTediva October 2, 1968. C� Th� undarsignod assuras that its omp►oyoay and apppcants fot am lo organizatlon, subcontractor a e b P Y�T�o� and thos� of any hbor mp yment agency in either furnishing or referring employee applicants to the undersipned ar� not discriminated a�inst as prohibitad by fhe terms o( City Ordinance 727g, as amended by City ord(nance 7a00 (Fort Worth CAy Code Sectfons 13-A-21 through 13-A-29), prohibking discriminatlon in empbyment p►act(ces, �• The undatsipned agress to wmplet� all work eovered by thesa contract doeumants withln Seventj(_/Oj Workina Davn after the date for commencing work as set forth in the Nodce to Proceed to be issued by the Owner . (1.) If Aitarnato 3(Pump 3tatfon) is salactad, an additional Rftaan (18) Working Days wiA ba Addad to th� contract. E• Within ten (10) days of recetpt of notice o/ acceptance o/ this bid, tha undersigned will execute the fomial contract and will deYver applicab}q S re��ny��orthe ta(thful peAorrtrence of this contract. Ths attached deposit check in ihe sum ot IS Dollars (3 3 is to b�eome the propetty o} the City of Fort Worth, Texas, or the attechsd Bidder's Bond is to bt forfeRed in the event the contract and appNcable bonds are not executed within the Nme set forth, as Iiquidated damaqea for dsiay and additfonal work ceused thereby. F� In casa of ambiguity or lack of daamass in statin the most advarttageuua p�ice for constn�ction the eof o the Cityr or�too eject the �p� r�sa�es tha right to adopt G• Receipt is hereby acknowiedged of the /ollowing addenda; No.1 " No.2 ^ No.3 -' ..� No. 4 Respectfuqy submitted, c�a�� v�� �,,� . (Company Name} � B (Authorized S nature) -- �ac�: � � "LS � 1'1 Address; 3 6�wl� �'fi,�h� v^i'� �� S�c.'7"�i� --�--�-�_7�--� F � HC E-Mail (UV � � n�e� �O� C�Ow, Tel�phon�: �) L) � Z.1 ' it�r PROWj$,e6 , � � •- • � • M. SYSTEM DESIGN CHANGES No consideration will be given to any design changes until after the awarding of the contract. Shouid any changes be deemed necessary, after awarding of the contract, for proper installation and operation of the system, such changes shall be negotiated on a unit basis by the Irrigation Contractor with the Owner. N. MATERIA� 1. All materials supplied by the Irrigation Contractor shall be new without defect, stored, assembled, and installed in accordance with these specifications and the latest recommendations of the manufacturer. 7he Irrigation Contractor shall be responsible to insure that oniy materia�s approved are delivered to the job site. The Irrigation Contractor shall promptly remove any unapproved or defective materials from the job site. 2. The Irrigation Contractor shall be responsible to continually inspect the quality of all materials throughout the entire construction process, The irrigation Contractor shall immediately notify the Owner and Design Consultant if any stored or installed material is suspected of defects or poor workmanship. 3. The Irrigation Contractor shail furnish and provide all means to protect his work and materials during handling, storage, assembly, and construction prior to final acceptance by the Owner. irrigation Specifications Rockwood Goif Course � IPQ, LLC 4, General Contractor shali fill in the unit price for ail material listed below. ,� ,. , ti , 1. The Irrigation Contractor shall plan and coordinate the defivery, unloading, and storage of all materials in a timely manner to avoid delay in the work schedule, 2. The Irrigation Contractor shall assist the Owner or Design Consultant in inspecting materials delivered to the job site upon request by the Owner or Design Consultant. Materials shall be stored in an orderly manner such as to permit easy access for identification and inspection. 3. The irrigation Contractor shali protect his work and materials during storage, construction and pcior to acceptance by the Owner. The lrrigatio� Contractor shall promptly remove any used or damaged materials from the job site. 4. Due to the nature of material packing and varying delivering schedu�es, the Irrigation Contractor shall be alert throughout the entire project for continuing to examine and inspect all material to be used. P. MATERIAL AND EQUIPMENT SUBSTITUTION Ali equipment shali be supplied and instailed according to this specification and the instructions of the equipment and material manufacturers. Any deviation from these specifications shall require the written approval of the Owner or Design Consultant. Should the Irrigation Contractor desire to substitute materials or equipment other than lhat described in this specification, the following procedures shall be foliowed: 1. State in writing why the materiai substitution is desired (economics, availability, etc.). 2. Provide manufacturer's specifications for the proposed equipment and written description and list of how the proposed material substitution is equaf or better than the specified Irrigation Specifications Rockwood Goif Course 10 IPD, LL.0 O. MATERIA� DELIVERY, HANOLING, AND DELIVERY L FORT WpRTH ��,�,______ cifiy of Fort wortn Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF PQUCY If the total doliar value.of the contract is �25,004 or more, the M/WBE goal is applicabie. If the total. duilar value of the contract is less than $25,000, the M/UVBE goal is not aaplicable. POLICY STATEMENT It is the policy of tfie City of Fort Worth to ensure the full and equitab(e participation by Minority and Womerl Business Enterprises (MMlBE) in the procurement of ail goods and services to the City on a contractuai basis. Ai1 requlrements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance appiy to this bid. M/tNBE PROJECT GOALS The City`s MMIBE gpal on this projeCt IS 15 % of the total bld (Base bid applies to Parks and CommunityServices). COMPLIANCE TO BID SPECIFICATIONS On Gity contracts of $25,000 or more; bidders are required to compiy with the intent of the City's MMlBE Ordinance by either of the following; 1. Meet or exceed dtie above stated M/W8E goal, or 2• C3ood Faith Effort documentation, or, 3. Waiver dacumeniation, or, 4. Joint Venture. SUBMiTTAL OF REQUIRED DQCUMENTATION The 8pnllcabi� dnn�rnank .,,�.�a ti,. .---:.._ ��_ .. -- Any questions, please contact the M/WBE O�ce at (817) 392-6104. , . �. ; � � ,. I Rei�. 1 U VOS IFAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEINO CCINSIDERED NON RESPONSIVE TO SPECIFICATIONS Fo_���"'�"� H 5% Gifiy of Fort Worth Good Faith Effort Form � MNV/DB� DATE 4. � .� A�'TACHMENT 1 C "� Page 1 of 3 j -� J �J� :� � � � NON-MNV/DBE � � � 2� If you have failed to secure MNVBE participation and you have subcontracting andlor supplier opportunities or if your DBE particlpation is less than the City's project goai, you musi compiete this form. if the bidder's method of compliance with #he M/W8E gqal is based upon demonstration of a "good faith effo�t", the bidder will have the burden of correctiy and aecurately preparing and submitting the documentation required by the City. Gompiiance with each item, 1 thru 6 below, shall satisfy the Good Faith Effrsrt requiremerrt absent proof of fraud, intentional and/or kr�owing misrepresentatipn the facts or intentional discrimination by th� bidder. Failure ta complete this form, In its entirety wr`kh supporting documentation; and received by the Manag• ing Oepartment on or betore 6:00 p.m. five (Sj City pusiness days aiter bid opening, exclusive ctf bid open- ing date, will result in the bid being considered non-responsive to bid snecift�A+��n�. .) Please list each and every subcor�tracting and/or supplier oppqrtunityl for the completion pf this pro- 1ect, regardless of whether it is to be provided by a MNVBE or non-M/WBE, (DO N�T LIST NAMES OF F�RMS) On Gombined Projects, list each subconfracting and or supplier apportunity thcough the 2" tier, Rev. 05/30l03 ATTACHMENT 1C 2.) Obtain a current (not more than three (3) months old from the bid open date} list of M/WBE sub on�f � tractors andlor suppliers from the City's M/WBE O�ce. Yes __`,�___No Date of Listing / � 3.j Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Y2S {If yes, attach MlWgE rnail listing to include name of flrtn and address and a dated copy of letter mailed.) .�_,No 4.} pid you solicit bids fram M/WBE firrr�s, within the subcontracting and/or supplier areas previously Hsted� at leask ten calendar days prior to bid opening by telephone, exclusive of the day the b�ds are opened? Y�� !�f Yes. attach list to inciude name of N1ryygE 8rm, e son contacted, phone numbe� and date and tit l�e ot contact.) �_No NOTE: A facsimile may be used ta camply with either 3 or 4, but may not be used for both. if a facsimile is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax numbe� and docu- mentation iaxed. NOTE: tf the list of MlWBEs for a particular subcontracting/suppiier o�portunity is ten (10) ar less, the 6idder must contact the errtire list to be in aompiiance with questions 3 and 4. If the list of MNVBEs for a particula� subcontractinglsupplier apportunity is ten (10j or more, the bidder musE contact at least tvvo- thirds (2/3) of the tistwithin such area of opportunity, but not less than ten ta be in compiiance with ques- tions 3 and 4. S,} Qid you pravide plans and specifications to potential MJWBEs or infamiation regarding the location of plans and speci�cations in order to assist the MIWBEs? Yes �,_Na 6.) Submit documentation if M/WBE quotes were rejeeted. The documentatian submitted shouid be in the forms of an affidavit, include a detailed explanatia� of why the M/WBE was rejected and any sup- porting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute cancerning quotes, the bidder will provide for canfiderrtial in-camera aaeess to and inspec- tion of any relevant documentation by City persannei. Rev. 05/�0/03 ADDITIONAL INFORMATION: A7TACHMENT1C Page 3 of 3 Piease provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. �: _„�-' � � _ , .0 C7� The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examinatlon of any books, records and files held by their company that will substantiate the actual work performed on this con- tract, by an authorized officer or employee of the City, Any intentional and/or knowing misrepresentation of facts will be grounds for terminat- ing the cantract or debarment from City work for a period of not less than three (3) years and for initiating actian under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from par- ticipating in City work for a period of time not less than one (1) year. The undersigned cert�fies that the was/were contacted in good faith. It ment 1C will be contacted and the r City' M/VI/ pffice. Authorize, Slqnature Tit-L'�^LZ�,-- �� v������ Company Name �� St��.;�_ Q �-1�2 Address � ��� � �� U City/3tate/Lp information provided and the M/WBE{s) listed 1s understood that any M/WBE(s} Iisted in Attach- easons for not using them will be verified by the A��.� ��1�, Printed Slgn ure � ����riG Corrtact Name and Tltle (if differerrt) 5�L�3L1-�r� 5iL-3�z� -tS1G`� Phone Number Fax Numbe� �.'G�Q��_C1 w �NXS � v�c. �Y.,. Emailkddress �•�-�� Date Rev. 06l�0/03 FO I2T WO RT H City of Fort Worth Prime Confiractor Waiver Form ���`�� "/. /� ATTACHMENT 1B Page 1 of 1 ���'. � •J y� �✓� Failure to camplete this'form in its entirety and be received by the Manaainu DeaartmeM on or before 5:00 p.m., frve (5} Gitv busiiness days'aft�r bid apeninq, exclusive of the bid opening date, will r�sutt in tfte bid-beinq cnnsidered nan-responsive to bid spec�catians. _ Will you perForm this entire contract without subcontractors? YES If yes, please provide a detailed explanat(on that proves b�sed on the size and scope of this pro- NO ject, fhis isyour nonnal bu5iness practice and provide an operational profile of your business. Will you perForm this entire contract withaut suppliers? YES If yes, please provide a detailed explanation that proves based on the size anct scope of this pro- je�t, this is your normal business practice and provitle an inventqry profile of your business. N The �idde� furthe� agrees to provide, directly to tfie City upon request, compfete and accurate informafion regard- ing actual work performed by all suticontractors, including MMBE(s) on this contract, the payment therefore and any proposed changes to the original MMBE(s) arrangernents submitted with this bid. The bidderalso agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actuat work performed by the M/ttVBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentatior� of f�cis 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 conceming false statements. Any failure to camply with ttiis ordinance cre8tes 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. �1 � �IL�. Author' e Sf ature Printed Signature C���\L.. Title l.� 41� V �Of'1lS .� Company Name 3 6 � S�a�c�c,� �.�1. S��-�-ICT2. Address A�,s�tn,,., --� ��1� L City/5tate/Zip �Q ��„ ���,�r d�, Cantact Name (if diHerent) 5�L-3L1�$� S►L�3Ll-$1��1 Phone Number Fax Number C�re.m�.�,G�.o�� ' .., �K.• [A►�r� Email A�esa �•L_5 -zo�� Date Rev. 5l30103 If both answers to this form are YES, do no compiete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be compleied and a detailed explanation provided, if appiicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is oniy applicabie if h�t answers are yes. ,, -, � .. BIDDER'S STATEMENT OF QUALIFICATIONS Firm Name: _�q�� �%n�. k� �� Date Organized: 1- �, _ �cy �� O PARTNERSHIP I�1 CORPORATION Address: �(�t7 �Qnp ►.��r�s� K�, S�'e �' in� � CitY: ���,. State: Zip: '1�� Telephone Number: ��Z 3 Zl. g�� Fax Number: �► Z-'� L7- ��� Number of years in business under present name: 2,..3 �, ��,,,r. � Former name(s) of organization: _�( � q CLASSIFICATION: [�,General ❑ Building �Utilities EI� Earthwork ❑ Paving � Electrical � Plumbing ❑ HVAC ❑ dther LIST A MINIMUM OF THREE SIMII.,AR COMPLETED PROJECTS WITHIN LAST THREE YEARS PROJECT NAME AND LOCATION j 3� �� ��. ��_� �o�..� ���. �t _�`N �n.}o��o ^ l iG NAME /TELEPHONE NUMBER OF OWNER (.,:� � 0��5�„� ��,� a�� NAME /TELEPHONE NUMBER OF SURETY �,��,C � ;a„�� �� �9 �,' �� � �, , � OO� `�(O-C13� AMOUNT OF CQNTRACT '�_ �ITvp� �p� COMPLETION DATE ��,�� ��( v SCOPE OF WORK DESCRIPTION PROJECT �IA,� AND LOCATION�� �� �-k , � r�c„� rt„� S�s�� _��„�,�,tn`"�� a B[DDER'S STATEMENT OF QUALIFICATIONS -1- � 4 " IVANIE /TELEPHONE NUMBER OF O WNER��„��,,�' �� q1 � 61n0 �. �4. �Y S ' � I -. NAME /TELEPHONE NUMBER OF SURETY��'(Q r� ��v-�� -- � OO - 331 - �0�,,�,3 AMOUNT OF CONTRACT ¢"1 �-� n� C OMPLETION DATE IV ,,,,,,,,,i, _ 7 n�,-, SCOPE 4F WORK DESCRIPTION �r r; r, �� ��,� S�, , j.��} �'��_5���-t �� 11 G,+w� Sa6Le�- -k'o��,� PROJECT NAME qND LOCA V o� f�'� �j ' NAME /TELEPHONE NUMBER OF O WNER Z5 �- � 1-?�t 5� NA-ME /TELEPHONE NUMBER OF SURETY��,,r..,,� �; �_� .�; ��� �� --�� �/ g� gy�. a 3�3 AMOUNT OF CONTRACT � 1 �1 �� ,r COMPLETION DATE��� '�00� SCOPE QF WORK DESCRIPTIQN PROJECT NAl� AND LOCATION NAME /TELEPHONE NUMBER OF OWNER G� n �n-�I ��or' o Z...1 O�\ Z 75�1. N�� /TELEPHONE NUMBER OF SURETYT��� _,,,,=�c�G \ -�;,Q��. =1�,� Ca � �c� `�ro-�i3 �� AMOUNT OF CONTRACT � ��Qp p� C OMPLETION DATE_� � „� �, � SCOPE QF WORK DESCRIPTION PROJECT N�ME ANp LOCATION B[DDER'S STATE�tENT OF QUALIFICATIONS -?- . . � , NAME /TELEPHONE NUMBER OF OWNER NAME /TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION 2. LIST CONSTRUCTI4N SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERIENCE: m 3. LIST ALL LABOR SUBCONTRACTORS (attach additionai pages as needed) SUBCONTRACTOR NAME � r-,�-� � w-.�� N v�✓-S¢�-�, Zti�. TR.ADE 5 �c� � S /Jr-��6 PREVIOUS PROJECT EXPERIENCE / CONTACT NAME /TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME B[DDER'S STATELtENT OF QUALIFICATIONS -3- y • M -. TRADE 1'REVIOUS PRQJECT EXPERIEIVCE / CONTACT NA1�IE /TELEPHONE NUI�iBER A. B. C. SUBCANTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIElVCE / CONTACT NAME /TELEPHONE NUMgER A. B. C. SUBC4NTRACTOR NAME TRA.DE PREVIOUS PROJECT E;YPERIENCE / CONTACT Nf1ME /TELEPHONE NUMgER A. B. C. SUBC�NTRACTQR NAME TRADE BfDDER'S STATE�fENT OF QU.4LIFICAT[ONS -a- , s _ PREVIOUS PROJECT E�ERIENCE / CONTACT NAME /TELEPHONE NCTNIBER A. � B. C. Note 1. Section 8,1 of the Standurd Specificutions for Street and Storrn Drnin Construction for the City of Fort Worth witl be enforced. 2. The Prime Bidder selected for this project shall submit Letters Of Intent esecuted between the Prime Bidder and any and all subcontractors to be utilized on this project within five working days of being recognized as the overall qualified tow Prime Bidder by the City. Subsequent substitution of sub-contrActors must be upproved by the City. 3. Prime Bidder st�ull inctude financial statement in this submittal. B[DDER'S STATEhtENT UF QUALIFICATIONS -5- CITY OF FORT WORTH 2O09 PREVAlL1NG WAGE RATES �. 1 � � •L ♦ . . . . • .. ,..�. .. ' . . :. �..-:: :-::::.�.." __... .,.._„.........: :: ; .:.... .:�.�-.,._"'... : .... . . ... ... ! AC'Mechanic �S25.92 $1.01 $0.19 �0,83 $27.91' AC Mechanic H�tper �15.81 S0.00 $O.OD 50.30 516.7, 7 Acoustical Ceiling`Frlethanic $15.56 SD.57 $0.03 $0.12 �16.2b AcQustica! Ceiting Hetper $12,27 $0.19 $0.00 $0.00 $12.4b �Abestos Worker $0.00 $Q•00 50.00 50,00 S4•00 [iriCktayer/Seone M�son S18.54 $0.24 S�•�p $�.00 $18.78 Bricktayer%5tnne�)Nason Hetper $10:39 50.00 50.Op 50.00 $10.39 Carpenter $17.08 $1.62 SU.17 $d.81 $19.69 , ,. Carpenter'fietper $13.45 $0.75 $O.ng $0.71 51A.99 ., � :. � .:.:: Concrete �'inisher $13.97 $0.41 $0.04 $0.14 $1�1,55 Concrete Finjsher Ffet�er $12..14 ..$0.43 $n.04 $0.11 512.72 Gon.c��ke:Form Builder $14,03 SQ:67 $0.03 $0:15 $14.88 Concrete Form Buitder Helper $11.7Z $0.54 50.03 SQ:'10 $12,39 Dryy,+�tl Mechanic $16.10 S0.5b $D,OZ $0.30 $16.98 Drywall Helper $12:A3 50.33 $0.00 50.28 $13.05 , DryiNallTaper $15.00 $0.07 $0.00 50.00 $15.07 I�rywatt Taper Hefper $11 �50 $0.07 $0.00 $'0,00 $11.57 . �tectrician (Journeyman): $21.77 $1.08 $0.05 $Q.38 $23.25 [tsctrician Hetper 515.32 51.09 50�.05 $0.27 516.73 ' Etectronic Technician $2�;00 $0.00 $0.00 $0.00 SZ0.00 EleCfironic.l'echnician Helpe� $Q.00 $0.00 5�:00 $0.00 $0.00 _ F1oor �ayer(Carpet} $0.00� $0.00 $0.00 50.00 $0.00 .... .. . . ..... Ftoor Layer (Re.sitfen't) $18.00 $0.;00 $0:00 $0.00 S18.Q0 rloor Layer Hetper $1.0.�0 50:00 50.00 $p.d0 510.Q0 Gtazier $18.53 $1.92 $d.38 S0,71 $21.5' _.. . , Gta'zier. Helper 513.49 5�.7.Q $4.1tl 50,.35 5�5,13 ,., ,... .:. . . . ,.. , ... tnsulator S�G,59 $0,29 $0.12 $�.08 517:06 .. . Insulacp`r'Helper $11:2.1 50.36 Sd.'ii 50.13 S11,81 .. Labor�r Cotnmoii 570.47 SO.7d. $0:�6 $O.Of3 51•i.30 Labor'er S{(illeti 513,Z4 $0.48 SQ.Ob $0:12 $14.11 .. ' 0 $0.00 $17.00 l.ather S17.00 50.00 $0.0 Lai.her Helper $15.00 Sd,00 SO.OD $0:00 515,0� Metai 8uilding Assembler $16.00 51.56 $0.63 $0,00 $18.19 MeCal Building Assembt�r Hetper 512.OQ $1.56 50.63 $0.00 $14.19 Pairiter $12.57 $Q.69 $0.02 $0.09 513.3i Painter Helper $9.98 $0.61 $O.D2 SD.D9 $10.70 Pipefitter $21.1A $0.90 $0.13 $0,45 $22.59 Pipefikter Nelper $1A.92 $0.58 $0.11 $0.23 $15.82 Plasterer S17.2�4 $0,05 50,00 $p.UO $17.30 plasterer Wetper $12.85 $0.05 S0.12 50A3 $12.90 p���b�r $20.33 $0,69 $0.12 $0.�43 $21.56 Plumber Hetper $14.95 $0.95 $0.11 $q.d0 $16.42 Reiiiforcing Steel SeCter $13.01 $0.36 $0.07 S0.23 $13,67 Reinfiorcing Steel Setter Helper $�1.19 $0.25 $0.05 $0.16 $11.64 Roofer $16.78 $1.25 $0.23 $0.17 $18.�33 Roafer Helper $12.33 $1.25 S�•z3 _ $0.17 $13.98 Sheet M�tat Worker $17.49 50.97 $0.10 $0,51 $19.06 5heet Metal Worker Hetner $1�1.16 $1'.40 $Q.17 $0.44 $16,15 Sprinkter System Instatl�r 519.17 $1.68 $p.33 S0.33 $21.52 Sprinkler System inst�ller Helper �14.15 51.5Q 5n.00 $0.50 $16.07 5teel Worker Structur�t $19.28 S1.37 $Q.55 5�.12 521.32 Steel Worker Structurat Helper $13.74 $1.37 $0.39 $0,09 $15.59 Goncrete Pump $16.50 $0,00 $0.00 $0.00 518.50 Crane, Clamsheel, Backhoe, Derrick, D'Lii7e Shovet $17,81 $1.30 $Q.12 $p.2� $19.A8 Fnrktift $12.96 $0.42 $0.44 $0.08 $13.50 Foundation Dritl O�erator 522.50 50.�0 $O.OQ 50.00 $22.50 Front End Loader 513.21 $0.36 SQ.Ob S0.17 513.79 7ruck Driver $15.21 SO.G5 SQ•06 $0.19 $76.11 Welder St7.81 $0,92 50.12 S0,30 $19.15 Wetder Hetper $12.55 $0.75 $0•QO $0.33 S13.64 Com_pliance with and Enforcement of Prevailin�Wa e�ws (a) Dutv to pav Prevailin� Wa eg Rates. The contractor shall comply with all re- quirements 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) Penaltv 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 worlcer 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, pursu- ant to Texas Government Code 2258.023. � (c) Complaints of Violations and Citv Deternunation 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 malce an initial determination, before the 31St day after the date the City re- ceives the information, as to whether good cause exists to believe that the viola- tion occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's defiermination 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 prevail- ing wage rafies, such amounts being subtracted from successive progress payments pending a fmal 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 ac- cordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statu.tes) 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 detern�ination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the peti- tion 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 a11 parties and may be enforced in any court of competent jurisdiction. (e) Records to be Maintained. The contractor and each subcontractor shall, for a pe- riod of three (3) years following the date of acceptance of the work, maintain re- cords that show (i) the name and occupation oi each worker employed by the con- tractor in the construction of the work provided for in this contract; and (ii) the ac- tual per diem wages paid to each worlcer. The records shall be open at all reason- WEATH�R TABLE MONTH JANUARY FEBRUARY MARCH APRII� MAY JUNE JULY AUGUST SEPTEMBER OCTOBER NOVEMBER DECEMBER ANNUALLY AVER.AGE DAYS RAINFALL (1) 7 7 7 9 8 6 5 5 7 6 6 7 80 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 � 1 (1) Average normal number of days rainfall, 0.01" or more. (2) Average normal precipitation. (3) One inch (1") or more. * Less than one-half inch (1/2"). Unseasonable weather is deiined 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 CpMPLIANCE TO STATE LAW Section 2252.Oa2, Texas Government Code, provides that, in order to be awarded a contract as low bid- der, non-resident bidders (out-of-state contractors whose corporate otiices or principal piace 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 faiture 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, aze re- quired 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, aze not required to un- derbid resident bidders. I: Our principal place of business or corporate office is in the State of Texas. � Please Check or mark with an "X" BIDDER: �01� �„�orks �,.�. By: _ �ol� �o� � J.r�, Company (pleas� print)' 1 � � 1�� (please print) C.o����� (please print) Signature: Title: ����\�,� City / State ��,��;.� � Zip �� 1'HIS FORM MUST BE RETURNED WITH YOUR QUOTATIQN VENLIOR COMPLIANCE TO STATE LAW r� CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Rursuant to V.T,C.A. Labor Code §406.96 {20�0}, as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No. and Ciry of Fort Worth Project No, . �/r7 �// CONTRACTQR f �� / / `f �µ�. �� Gtf�'G By' � � Name: �flan�( �Yu� o—� Title: t" f`eS �``d�¢cn�- Date; 7i —�-' /�D12 STATE OF TEXAS § § COUNTY OF TARRANT § �1Befor me, the undersigned authority, on this day personally appeared ?.�n,���� , known to me to be the person whose name is subscribed to the fvregoing instrument, and acknowledged to me that he executed the same as the act and deed of for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this� day of �? , 20 � Z. Notary Publ�c in and or e,tate of � �� � Texas � �. �n► �: �o�s � � � . • � � � � � o � � � ����� .� o '� � � S� ,+-' .+-' �.' o O � � U c�.�.�,�,� � � � � � � ���H O"� �1 H � � .� ° � � o���� � a) . � +� � � � � � � � ���.��� � � � � .� .� o � '� � .� �O �� � . p � � .r�i� . � � � � � O � �' O �� rri U +-� ° � � a� $� . � � $,�„i i"'i ,--� ,� O � N bA � � r�'c�n �, � O � .O � � , � � ¢, •,-��, . � U � � � � Uv� 4� a�.� +�-' O .� � ��� � � C�j N � �" N � s�—� � � � e��3 O � .� � � � O � � �� � �{ U � � � F-+ '� U ' � *� O � � � � �� � � � � � � � � � � � � •� � � � ���� aA �+-' � o � � � -� ,� U � � � � N � 0 O � 0 � � � � � � O � � � � .� � .., � � � O '"+ +, �---{ � � w � .� � � � ��'" O � � ,� � � � � � � � U N �O � U N O � � � '� N � .-� � � � 0 rd .� O O � � � � O � � � � O U � � U � N � � O � N CC3 O � N .. � � � � � m � � � � � � � � � .� � � � � -�' � � � �� -, O � � � .� � '. � ,� � � � � �� � � � � � � � � ,o .� � +� 0 � � � � '-^� � 0 � 0 � � � .� � '� U � � � � '� � U �C N � .� � O � � � i/� bIJ � � O ''G � � � .� � � '� '� � � � � � � U o `� � o �� �� � � o ��„ � �, o ,,� �� � o w � � � .,� , o � � � � .� ai � a� � � � o � � ' v� � .� � � � � O � U � � :d "� U � � a� � � s.�., O a� �y � o O � O .,—� O � � .� � .� � �� � H � � � O � H � � � � � � � � .. � � O � � . • • � � � r O U o� � � � � o.o °' � � � � '� '` �o�o� .����o ��� �•� �� � o � � o a� . ;� v � � � a� . v' � �-'�., � '-� '� � � bA O O � � �� � aq � � '� � , � �o� �� U � � � � O • 0 't� � � � �, � ^ � o�.��� � .� � '� 'o ��� � � ����� � � N � U O p c�3 � � � '� ������ � � o •� •� � . � .,.� � � � � � '� � •� �� � �� � �? �'� � � a� � � 4j � � N ,� . � p a� -� E-+ � � � o � � 0 � N � � � � � 0 N O � � 0 � � M � � d- � � � O .,.., � .� 0 � � .O ri� � � 0 � rn N � 0 � � � N � � � � � �� � � 0 � � � � O O � � � . �'�" � � � � � � � O O .� � � 0 � � .� � � � � � 0 0 � � � � O � .� � a� , � � � � � '-� 4� � O � U o � ��� � �� � O O � ,—� � �� � '� a� � � � o °� �� � �. � N � � .� � � . � . • . . . � .. � � • � . . .. . • . • � � • . � • cc3 � � � � •� � •� U � � � O O w � �' �� � O '+ � • ° o z�° ;+� .,.., c� � � .� � � � ��� N O �.�., U � � � � .� p .O c�c3' �'~' U � � � .� O � �' N � � � � o � 0 � � U CC3 U O � � � � � � �A � .O � N cc3 � .� � � N � �,O � N.,-+.4� � � � � � r11 U 0 � O � '� �v -�c3� .� �—' N � �"' O � ,o � o ''� � . �'' � �., � � � � � � .,..,, � � � ��� � U � N O � � � � �� � O U �� � � .� o � ° .0 � v � �.,0•� �� O � O � � � � � O � � � � � � � �-+"' N � .O � �� o � �� � O U� '$-�'' O CC� � � � '� 1 N � � � O � � ''t� � ��-+ N � � �� ,� � o U � o� H � ° � s.Cc3-� ''--+ � �,� o �.., . � U O � � �U � � � � O � � � O � � � ,s' � � � � .4 � � � � � � � � � � � . r-, 4� � • ,"� H . r/� � '^�' � .� � v �U � .� � � � � � O �"� �, ��-+ ,� � �- � � � M i � O '� �d�'� cc3 � 0 � � .O � � O � � O � � � � � � � � � � .� � �' i 4' 44� �n 2 14" 3" 4� 82� 12� �� � 2e i 2n �2� 14� . R1" TYP. FUndin g Contractor: -Contractor's Name= - Questions on this Project Call: _ (817) 392 - xJOCX After Hours Call: (817) 392 - X;�CX = http://www.fortwor�hgov.org/projects = FONTS: FORT WORTH LOGO IN CHELTINGHAM BOLD ALL OTHER I.ETfERING IN ARIAL BOLD COLORS: FORT WORTH - PMS 288 - BLUE LONGHORN LOGO - PMS 725 - BROWN LETTERING - PMS 288 - BLUE BACKGROUND - WHITE BORDER-BLUE 1�IiP. 1� 4 1„ 4 12� 1" 2n in 2 1 �n in �1" 3n 4 NOTES: IF APPLICABLE TO THE PROJECT� CONTRACTOR SHA�L OBTAIN VINYL STICKER "CITY GAS LEP►SE REVENUE IN ACTION" / LOGO A? CDR SIGN AND ENGRAVING, 6311 EAST LANCASTER AVE (817-457-4684), PEEL AND PLACE IN FUNDING SECT(ON. PROJECT DESIGNATION SIGN Ct1Y OF FORT 1MOi�TH - t�ONNSTRUC110N STANDAi�D DRAWING NO. 1- H DATE: TECHNICAL SPECIFICATIONS DIVISION 1- GENERA.L REQUIREMENTS SECTION 01100 - SUIVIMARY OF WORK The Contractor shall supply all superintendence and shall perfortn all worlc and furnish all labor, equiprnent, materials and incidentals necessary and complete all worlc as described in the plans and specifications. All construction and other work shall be done by the Contractor in accor- dance with the best engineering and construction practices for the skill or trade involved. The worlc to be accomplished under these plans and specifications for: GOLF COURSE RENOVATIONS AT ROCKWOOD GC These plans and specifications were prepared by Colligan Golf Design for the Parks and Com- munity Services�Departrnent. The Parks and Communi.ty.Services will adininister the contract and furnish inspection. In addition to project performance stated above, the Contractor shall also be responsible for: 1. Setting all project layout dimensions and final finish grade elevations in accordance to plans. A11 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. Attend all project progress meetings as scheduled by the City and provide updated project schedules within 3 calendar days upon request by the City. 3. Obtaining all necessaxy permits applicable to this project through the City of Fort Worth Planning and Development Department — Development Division — Plans Exam. Permit fees sha11 be waived. An�broposed item below noted in either a. or b. and is part of the proJect scope shall xequire a pernut: The Contractor shall be responsible for obtaining permits when either water or electrical service is required for the project and give all notices necessary and incidental to the due and lawful prosecution of the work. 4. 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 Throcicmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas. GENERAL REQUIREIvIENTS -1- SECTION 01130 - PERNIITS 1. The Contractor shall be responsible for obtaining all permits applicable to this project through the City of Fort Worth Plannulg and Development Depart�ment — Development Division — Plans Exam. Permit fees shall be waived. A permit will be required for the following con- struction items: l. Building Pernut 2. Plumbin�Pernut 3. Electrical Pernut 4. Within two (2) Worlcing Days after the date of Forth Worth City Council award of contract, the project mat ing within ten (10) Working Days from the date of notiiication issuance. The Contractor shall provide copies oi the permit application at the meeting. Should the Contractor be unable to provide verification of pernut application due to delay af pernut appl For field inspection of a11 permitted items, the Contractor shall notify the Development Inspec- tor scheduling of inspections. SECTION O1135 - CONTRACT TIME l.l PROGRESS AND COMPLETION Upon receipt of a notification letter and the executed construction contract, the Contractor sha11 be responsible for scheduling a preconstruction conference, which shall be held no later than ten worlcing days from the date ofthe notifcation letter. At the time of the preconstruction conference , a construction start date sha11 be estab- lished and indicated in the Notice to Proceed (Worlc Order) is5ued by the Engineering Department. The Contractor shall begin the worlc to be performed under the contract on or before ten working days from the date the Worlc Order is issued. The Contractor shall carry the worlc forward expeditiously with adequate forces and shall complete it within the period of time stipulated in the contract. 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 exe- cuted 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 in- creases due to Change Order worlc, as stipulated in the City of Fort Worth Standard �ecification fox Street and Storm Drain Construction — Item No. 8.6 — Failure to Com- plete Worlc On Time: Pg. 27 - 28. Amount of Contract Liquidated Dama�es Per Dav $50,000 - $100,000 $154 GENERAL REQUIREMENTS -2- $100,001 - $500,000 $210 $500,001 - $1,000,000 $315 $1,000,001 - $2,000,000 $420 $2,000,001 - $5,000,000 $630 � In the event of a dispute regarding either final quantities or liquidated damages, the par- ties shall attempt to resolve the differences within 30 calendar days. SECTION 01140 - ALTERNATIVES T'he City reserves the right to abandon, without obligation to the contractor, any part of the pro- ject (subject to conditions set forth in Section 01150 - Payment to Contractor) or the entire pro- ject at any time before the Contractor begins any construction work authorized by the City. SECTION 01150 - PAYlVI�NT 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, sub- contracts, 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 oi the elements, or from any unforeseen difficulty which may be encountered in the prose- cution 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 expenses 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 worlc 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. 1.02 Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 1 st 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 re- tainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the worlc place which are to be incorporated into the worlc as a permanent part thereof, but which at the time of the pay estimate have not been so in- stalled. 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 prepa- ration of the pay estimate. 1.03 It is understood that the partial pay estimate amounts will be approxi.mate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistalce in any previous estimate. Payment of GENERAL REQUIREMENTS _3_ 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 sarne release the Cantractor of any of its responsibilities under the Con- tract Documents. � 1.4 The Citv reserves the ri�ht to withhold the pavment of an�paxtial estimate if the Contractor fails to�erForm the work in strict accordance with the specifications or other provisions of this Contract. 1.5 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 fnal 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 se (1973). 1.08 INCREASED OR DECREASED QU.ANTITIES: The Owner reserves the right to alter the quantities of the worlc to ba performed or to e�end or shorten the improvements at any time when and as found to be necessaty, and the Contractor shall perform the worlc 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. 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 con- sideration upon that portion of the worlc 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 in- validating any conditions or provisions of the Contract Documents. 1.09 PAYMENT FOR EXTRA WORK: Extra work performed by the Contractor, that is au- thorized 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 ac- cepted 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 worlc. Payment for extra worlc GENERAL REQUIREMENTS -4- will be made under one of the following types of "Change orders" to be selected by the City: A. Method "A". By wnit prices agreed upon in the contract or in writing by the Con- tractor 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 com- menced, subject to a11 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 worlc is completed, subject to all other condi- tions of the contract. In the event extra worlc is to be performed and paid for under Method "C", the actual field costs of the work will include the cost oi all worlctnen, foremen, timekeepers, mechanics and laborers worlcing 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, work- men'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 lcept and will recommend in writing the method of doing the work and the type and lcind of equipment to be used, but such e�rtra worlc 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 com- pensate him for profit, overhead, general supervision and field office expense, and all other elements of cost and expense not ernbraced within the actual field cost as herein specified. The Confractor sha.11 give the City Engineer access to all accou.nts, 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 e�ra worlc, 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 ox 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. GENERAL REQUIREMENTS -5- 1.12 TR.ANSPORTATION: No allowance or deduction will be made for any charge of freight rates. No allowance for transportation of inen, materials or equipment will be allowed. 1.13 ACCEPT.ANCE AND FIN.AL PAYMENT: The City, upon receipt of the Director's "Certificate of Completion" and "Final Estirnate" and upon receipt of satisfactory evi- dence from the Contractor that all subcontractors and persons furnishing labor or materi- als have been paid in fixll 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 oithe project. Bills Paid �davit 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) fmal 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 imal payment on one or more units which have been completed and accepted. On delivery of the final payment, the Contractor shall sign a writCen acceptance of the fi- nal estimate as payment in fitll for the worlc done. Al1 prior partial estimates shall be sub- ject to correction in the final estimate and payment. 1.14 WARRANTY: The Contractor sha11 be responsible for defects in this project due to faulty worlcmanship or materials, or both, for a period of two (2Zvears beg_u�rung as of the date that the final punch list has been completed and the �roiect accepted bv the Citv as of the date the fmal 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 these causes. SECTION 01300 — SCI3EDULE SUBMITTALS Prior to construction, the Contractor shall fiu�nish the Parks and Community Services Deparhnent 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 - QU.ALITY 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 ac- cepted or paid for. Final approval for the finished project shall be given by the Director of Engi- neering, City of Fort Worth. GENERAL REQUIREMENTS -6- The Contractor or a competent and reliable superintendent sha11 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, side- wallcs, buildings, vehicles, utilities, etc., in the area where the work is being done. The Contrac- tor 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 in- formation available from the owners af the utilities involved and from evidences found on the ground. The Contractor shall detezmine the exact location of all existing utilities and conduct his work to prevent interruption of service or damages. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE L1NES A warning sign not less than five inches by seven inches, painted yellow with blacic 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 warnuig sign shall read as foliows: "W.ARNING - UNLAWFUL TO OPER.ATE THIS EQUIPMENT WITHIN STX 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 bacichoes 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 1.1 GENERAL — The successful Prime Bidder / contractor shall provide product nomenclature data for both specified products and products to be considered as "Or Equal" substitutions. GENERAL REQUIREMENTS -7- Product substitution of `Or Equal' products will be considered onl.y 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: Carlos Gonzalez, Project Manager (81� 871-5734 Parks and Community Services Department 4200 S. Freeway Suite 2200 Fort Worth, Texas 76115-1499 A. Subrnittal 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 E�al' 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 P.re-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 c. Model or catalog designation d. Manufacturer's data 1. Performance and test data 2. Reference standards 3. Two (2) submittal copies of "Or Eaual" products provided to the Project Manager for consideration shall 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: ].. 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 malcing request for the use of "Or Equal" product substitution, the successful Bidder / Prime Contractor represents: GENERAL REQUIREMENTS -8- 1. That the Bidder / 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 / Contracfior will provide the same guarantee (or better) for substituted product or method specified. 3. That the Prime Bidder / Contractor will coordinate installation of accepted substitution into worlc, making such changes as may be required for worlc to be complete in all respects. 4. That the Prime Bidder / 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 have been received, reviewed� and approval provided by the Project Manager. SECTION 01700 - PROJECT CLOSEOUT 1.O1 CLE.AN - UP The Contractor shall malce final clean-up of fihe 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 con- crete, equipment and/or other rubbish. No more than five (5) days shall elapse after the completion of construction before the area is cleaned. Surplus materials shall be disposed of by the Contractor, at this own expense, and as directed by the Parks and Co�rununity Services Department. Cleaning of equipment by Contractor or Subcontractor, such equipment as cement mixers, ready-mix trucks, tools, etc., shall talce place in an area des- ignated by the Parlcs and Community Services Department. SECTION 01800 - CONTRA.CTOR'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 ofFcers, servants and employees, from and against any and all claims or suits for property loss, property damage, per- sonal injury, includin.g death, arising out o% 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 in.iury, dama�e or death is caused, in whole or in nart, by the nesli�ence or a1le�ed ne�li�ence of Owner, its of�cers, servants or emnlovees. Contrac- GENERAL REQUIREMENTS -9- tor likewise covenants and agrees to indemnify and hold harml.ess the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or de- struction to property of the Owner arising from the performance of any of the terms and condi= tions of this Contract, whether or not any such iniury or dama�e is caused in whole or in In the event Owner receives a written claim for damages against the Contractor or its subcontrac- tors 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 fram 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 worlc from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. �ND OF DIVISION GENERAL REQUIREMENTS -10- 0210� - SPECIAL CONDITIONS TABLE OF CONTENTS GENERA� MATTERS SCG.01 SCOPE OF WORK SCG.02 GOLF COURSE DESIGNER SCG.03 OWNER'S REPRESENTATIVE SCG.04 CORRESPONDENCE SCG.05 METHOD OF CORRESPONDENCE SCG.06 PERFORMANCE SPECIFICATIONS SCG.07 TRADE NAMES AND MA7ERIALS SCG.08 SPECIAL FABRICATION SCGA9 RISK SCG.10 DECISIONS ON DISPUTES SCG.11 RETAINAGE SCG.12 INSPECTION SCG.13 PERMITS SCG.14 PAYMENT SCHEDULE SCG.15 PRINTS FOR CONTRACTOR SCG.16 GUARANTY AGAINST DEFECTIVE WORK PRECONSTRUCTION MATTERS SCP.01 STAGING AREA SCP.02 FACILITIES TO BE PROVIDED BY CONTRACTOR SCP.03 STORING AND MOVING MATERIAL CONSTRUCTION MATTERS SCC.01 TIME ALLOTTED FOR STARTING & COMPLETION OF CONST. SCC.02 MAINTENANCE OF WORK FORCE SCC.03 CONTINUOUS SERVICE OF PERSONNEL SCC.04 WATCHMAN SCC.05 PROJECT MAINTENANCE SCC.06 PROTECTION OF WORK AND PROPERTY SCC.07 PROTECTION OF MATERIAL, TOOLS AND EQUIPMENT SCC.08 LANDSCAPE PROTECTION SCC.09 DUST PALLIATION SCC.10 PROPERTY LINES, MONUMENTS AND REFERENCE POINTS SCC.11 LINES AND GRADES SCC.12 EXISTING STRUCTURES SCC.13 EXISTING UTILITIES AND SERVICE LINES SCC.14 PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED SCC.15 HEALTH, SAFETY AND ACCIDENT PREVENTION+ SCC.16 FIRE PRECAUTIONS AND PROTECTION SCC.17 BURNING SCC.18 EROSION CONTROL 02100 - SPECIAL CONDITIONS SPECIAL CONDITIONS OF AGREEMENT Rockwood Golf Course Fort Worth, Texas GENERAL MATTERS SCG.01 SCOPE OF WORK The Work of this Contract includes the furnishing of ail materials, labor, equip- ment, toois, transportation, insurance, sales taxes, inciuding full time construc- tion superintendent and miscellaneous services required for fihe construction of a hybrid 3/6 hole practice course. SCG.02 GOLF COURSE DESIGNER Golf Course Designer shall be defined as: Colligan Golf Design 103 S. Mesquite Street Arlington, TX 76010 (817) 543-2001 (817) 459-4286 (fax) coliiqangolf(c�sbcqtobal.net All questions shall be directed to John Colligan. Contractor shall be aware that John Colligan shall make a maximum of thirty (30) visits to the site during con- struction, to direct and/or revise final shaping. Confiractor shall make every effort to cooperate with Designer to maximize his site visits. SCG.03 OWNER'S REPRESENTATIVE The following has been designated as Owner's Representative: Mr. Robert Chandler Pecan Valley Golf Course 6400 Pecan Valley Dr. Fort Worth, TX 76132 ($17j 249-1583 robert.chandlerCa�fortworthaov.orq Mr. Fred Larned Rockwood Golf Course 1851 Jacksboro Hwy. Fort Worth, TX 76114 (512) 912-6919 fred.larned(a�fortworfihqov.orq 02100 - SPECIAL CONDITIONS SCG.04 CORRESPONDENCE Ail correspondence to any party shall be copied to: Colligan Golf Design 103 S. Mesquite Street Arlington, TX 76011 ($17) 543-2001 (817) 459-4286 (fax) coilic�anaoif(c�sbcqlobal.net Mr. Robert Chandler Pecan Valley Golf Course 6400 Pecan Valley Dr. Fort Worth, TX 76132 (817) 249-1583 robert.chandler(a7fortworthqov.ora Mr. Fred Larned Rockwood Golf Course 1851 Jacksboro Hwy. Fort Worfih, TX 76114 (512) 912-6919 fred.larned(a�fortworthaov.ora SCG.05 METHOD OF CORRESPONDENCE Opinions, reports or decisions shall be issued in writing through special letter, regular reports, or other means as may benefit the project. All matters concerning any aspect of work covered by this contract may be issued by either Golf Course Designer ar Owner's Representative. Goif Course Designer's agreement with Owner does not allow him to issue opinions without consent of the owner. Thus, any correspondence produced by Golf Course Designer shall be considered the same as if issued by the Owner. � All correspondence of any nature issued by Owner and/or Golf Course Designer shali be considered as true and correct unless objection is noted in writing by any party within 72 hours of issuance. If such objection is made, review shall be made and ciarification or revision issued. SCG.06 PERFORMANCE SPECIFICATIONS in the performance of all work herein contemplated, the Contractor, his subcon- tractors and their subcontractors and any materiai suppliers are independent con- tractors with the authority to control and direct the performance of their relative portions of the work, under the authority of general contractor. It is further under- stood that the Golf Course Designer and Owner are only interested in the results obtained. All persons or business entities performing any work herein shall be and remain under the sole direction of the general contractor. However, it is agreed that the work shall meet with the approval af the Golf Course Designer and the Owner and be subject to the general right of inspeation of the satisfactoty completion thereof. All persons and business entities performing work under this contract shall be bound by the same terms and conditions contained in the contract documents with the generai contractor. 02100 - SPECIAL CONDITIONS SCG.07 TRADE NAMES AND MATERIALS See General Requirements SCG.OS SPECIAL FABRICATION All materials to be used in this contract are intended to be stock "off the shelf' materials commoniy found in the trade. In no case shall any materiai be consid- ered to be "specialiy fabricated" unless specifically agreed to by Owner prior to signing construction contract. This clause applies regardless of size or limits of ability of any Contractor, sub- contractor or material supplier that might require speciai efforts on his part to comply with this provision of the contract. SCG.09 RISK It is specifically agreed that the general contractor, any subcontractors or Eheir subcontractors material suppliers or any person or entity performing work under this contract undertakes such work at his own risk. All persons or entities are re- sponsible for means, methods, sequences and techniques of their respective work and represent that their work shall produce the �nal product or work de- scribed by these specifications and sought by Owner in a timely manner. SCG.10 DECISIONS ON DISPUTES � Any conflicts arising as a result of the plans and specifications or other condition of work will be resolved by the Owner and Designer as covered in the General Condifiions and Special Conditions. Appeals shall not hinder progress of work as directed. Written presentation of disputes will be made to the Designer within ten (�10) days of commencement of the dispute for decision. Any claim not presented within the time limifi shall be deemed to have been waived unless the claim is of a continuing character. After receipt by the Designer of notice thereof, such a claim will be reviewed and in accordance wifih the General Conditions. SCG.11 RETAINAGE The Owner will retain 10% of all periodic and final Contractor's request for pay- ment. This money will be heid for one month after final acceptance of the project by the Owner, to ciear liens and other encumbrances on the project. Neither the final payment nor any part of the retained percentage shall become due until the Contractor shall deliver to the Owner compiete release of all liens, financial obligations or claims from himself, subcontractors, suppliers of material or other agents acting on his behalf in connection with the work, arising out of the work and an affidavit that so far as he has knowledge or information, the releases include all the labor and materials for which a claim could be made or a lien could be filed. If any lien remains unsatisfied, after all payments are made, the contrac- tor shall refund to the Owner all monies thafi the latter may be compelled to pay in discharging such a lien, inciuding all costs and a reasonabie attorney's fee. 02100 - SPECIAL CONDITIONS The contractor will aliowed 5% of the construction contract for mobilization with a maximum initial draw of one-half of the mobilization line item. The balance will be paid at 50% of the projects completion. SCG.12 INSPECTION The word "Inspection", or other forms of the word, as used in the contract docu- ments for this pro)ect shall be understood as meaning the Designer will observe the construction on behalf of the Owner. The Designer wiii observe and check the construction in sufficient detail to satisfy himself that the work is proceeding in general accordance with the contract documents, but he will not be a guarantor of the Contractor's performance. SCG.13 PERMITS � Contractor shall obtain all necessary permits at its sole cost and expense. SCG.14 PAYMENT SCHEDULE Ail payment schedules and payment requests made by the Contractor shall be made in triplicate to: Colligan Golf Design 103 S. Mesquite Street Arlington, TX 76010 (817) 543-2001 (817) 459-4286 (fax) colliqanqoifCa�sbcqlobal.net SCG»15 PRINTS FOR CONTRACTOR The successful bidder will be issued construction prints by the Architect for con- struction. SCG.16 GUARANTY AGAINST DEFECTIVE WORK The Contractor shali indemnify the Owner against any repairs which may become necessary to any part of the work performed under the contract, arising from de- fective workmanship or materials used therein, for a period of one (1) year from the date of final acceptance of the work. Those items covered under guaranty for this project include all clearing grading, drainage, irr➢gation, cart path system, and other paving and feature construction. Grassing is not covered except as defined in the grassing section of the specifications. Pump station shall be guaranteed for two (2) years. 02100 - SPECIAL CONDITIONS PRECONSTRUCTION MATTERS SCP.01 STAGING AREA Contractor may use the parking lot in back of the Rockwood clubhouse as a stag- ing area, including the storage of consfruction materials. Exact location shall be approved by Owners representative. SCP.02 FACILITIES TO BE PROVIDED BY GONTRACTOR a) Water. Electricitv and Telephone The Contractor shall have�permission to use water and elec- tric service, including temporary connections, used by him or by Subcontractors during the progress of the work and until final acceptance. Consult Owner's representative for location of nearest tap. The Contractor shall provide and maintain telephone service with a telephone set in the Contractor's office. All costs in connection with such facilities shali be paid by the Contrac- tor. Contractor shall also have an answering machine and fax machine in the job trailer. b) Contractor's Office Contractor to provide a job trailer complete with air condition- ing, telephone, desk and drafting tabte, answering machine, fax machine and other necessary appurtenances. Goif Course Designer and Owner's representative shall have full access to the trailer for their own use in connection with the project. c) Restroom Contractor shall provide their own restroom facilities. SCP.03 STORING AND MOVING MATERIAL The Contractor shall be solely responsible for the safety and condition of his, and the various Subcontractors' materials and implements stored in or about the site. Should it become necessa�y during the construction to remove such materiais and implements to facilitate and maintain scheduled progress of the work, the Contractor shall remove said material and implements to some new location and such moving shall be done without additional charge. Should the Confiractor fail, refuse, or neglect to commence the work of said removal with due diligence, the Owner may cause the material or appliances to be moved, and the cost thereof shall be deducted and paid by the Owner out of monies which may be due or may become due to the Contractor. 02100 - SPECIAL CONDITIONS CONSTRUCTION MATTERS SCC.01 TIME ALLOTTED FOR STARTING & COMPLETION OF CONSTRUC- TION Contractor must start actuai construction �TBD�'(will�be'ideterm�ned*du�ina�p"r�{�'`B'ic ��„_�-.r:,,,�,_,. �Meetin�' , barring unforeseen delays beyond his control. Ali work includ�ng _punch list completion, clean up and as-builts shali be com- pleted by �TBD� Iwill�be�;deter:mined�dt�nina:P,re :Bid'�Meetin�, barring unforeseen de- lay beyond reasonable control of Contractor. . Intermediate target dates may be established through proper scheduling and agreed upon by Owner. SCC.02 MAINTENANCE OF WORK FORCE � At such fiime as actual construction has been started, the work will not be stopped or delayed without written permission of the Owner, excluding delays caused by adverse weather conditions. The Contractor shail maintain at all times sufficient equipment and personnei on the project, including project foreman, to produce satisfactory progress during the construction period. SCC.03 CONTINUOUS SERVICE OF PERSONNEL Contractor shall have provided a list of key personnel to provide actual work on this project. Such personnel shail include a generai foreman or foreman qualified in their respective areas, and one (1) experienced golf course shaper, Contractor must maintain all key personnel on the project throughout the dura- tion, unless permission for removal of such personnel is given by Owner and Golf Course Designer, or unless removal is dictated by death, disease or other involun- tary cause beyond the control of contractor. in the case of voluntary removal of personnel from the project sifie, Owner reserves the right to impose a penalty of $5,000.00 per key person, per occurrence, provided that occurrence is of signifi- cant duration and is reasonably deemed to delay the progress of or reduce the quality of the project. Owner's decision in this regard is final. SCC.04 WATCHMAN The Contractor shali provide such watchman's service as he deems necessary to protect his interests during the progress of construction. Any protection so pro- vided by the Owner shall not in any way relieve the Contractor of the responsibil- ity for the safety and condition of the work and materiai until the completion and acceptance thereof while Contractor is on job site. The Owner shail not in any way be liable or responsible for the damage or loss to the work or material due to trespass or theft while Contractor is on job site. SCC.05 PROJECT MAINTENANCE 02100 - SPECIAL. CONDITIONS The Contractor shail maintain, and keep in good repair, the improvements covered by these plans and specifications during the life of this contract. SCC.06 PROTECTION OF WORK AND PROPERTY The Contractor shall continuously protect the work and the Owner's property from damage, injury or loss arising in connection with operations under the Contract Documents. He shall make good any such damage, etc., except such as may be due to causes beyond the Contractor's control which would not reasonably be ex- pected to occur in connection with or during performance of the work, and not due to his fault or negiigence. The Contractor shail have full responsibility for re- viewing and checking for locations of all Underground Facilities. The Contractor shall protect all streets, course features, adjoining property, cart paths, light poles, hydrants and concealed or exposed utilities and if such items are damaged by the Contractor or subcontractors, shall make repairs at no cost to the Owner with replacements of the same type as the originals, or better. SCC.07 PROTECTION OF MATERIAL, TOOLS AND EQUIPMENT The Contractor shall provide protection for material, tools and equipment em- ployed in the work, including the tools of workmen. Except where otherwise ex- pressly stipulated, the Owner shall not be held to have incurred any liability for loss of, or damage to, material, toois, and equipmenfi of the Contractor, or of those empioyed by him, by contract or otherwise. SCC.08 LANDSCAPE PROTECTION � Care shall be exercised by the Contractor to protect all existing trees uniess re- moval thereof is agreed to in advance by Owner or shown on clearing plan. Trees damaged within the defined site area shail be replaced with species of comparable size and type without cost to the Owner. If this is not possible, equitable deduc- tion from contractor's contract price shall be made. For additional information in regard to this see technical specifications for clearing. Determination of value of trees shall be made in accordance with the latest edition of Guide for Establishina Values of Trees and Other Plants, prepared under contract by the Council of Tree and Landscape Appraisers for the international Society of Arboriculture. This clause applies to trees, which have been designated at any time to be preserved by Owner, or Goif Course Designer and which could reasonably be deemed as possible to protect. This clause shall not be enforced in areas where it could rea- sonably be derived that clearing or brushing operations called for provides poten- tial for damage to trees. SCC.09 DUST PALLIATION Throughout the entire construction period, the Contractor shall effectively dusfi- palliate the working area, unpaved roads used in the operations, and involved por- tions of the site when weather conditions create a nuisance to owners or adiacent land Owner's occupied propertv. Such pailiation shall include intermittent water- ing and sprinkling of such frequency as will satisfactorily allay the dust at all 02100 - SPECIAL CONDITIONS times for the duration of construction or in extreme cases, chemical treatment. Owner reserves fihe riahfi to request protective measures to protect his own prop- ertv and preserve the riahts of adiacent land owners. SCC.10 PROPERTY LINES. MONUMENTS AND REFERENCE POINTS Owner's surveyors shall provide property lines and corners, where reasonably necessary to insure work remains within established boundaries. Contractor shall locate golf course control points such as center parts of tees, greens and fair- ways. The Contractor shall protect all property corner markers and reference points, and when any such markers or monuments are in danger of being disturbed, they shall be properly referenced and if disturbed shall be reset at the expense of the Con- tractor. SCC.11 LINES AND GRADES The Contractor shall furnish proper stakes and shall set all lines and grades for the work, when and where needed and as shown on the plans. The Contractor shall protect and become responsibie for all such stakes or markers once given, until they are no longer needed. The Contractor shall furnish all assistance that the Designer and Owner may require in checking the Contractor's lines and grades. Such checking by others will in no way release fihe Contractor of his re- sponsibility for the correctness of the•stakes or the responsibility for checking to insure that the work is constructed to the lines and grades as shown on the plans. Contractor must completely satisfy Designer in establishment of grades in Feature Construction. SCC.12 EXISTING STRUCTURES See General Requirements SCC.13 EXISTING UTILITIES AND SERVICE LINES See General Requirements SCC.14 PUB�IC UTILITIES AND OTHER PROPERTY TO BE CHANGED In case it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until authorized by the utility company or approved by the Owner. The right is reserved to the Owner or public utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by the per- formance of this contract. 02100 - SPECIAL CONDITIONS SCC.15 HEALTH, SAFETY AND ACCIDENT PREVENTION See General Requirements SCC.16 FIRE PRECAUTIONS AND PROTECTION (a) The Contractor shall take necessary precautions to guard against and eliminate possible fire hazards and to prevent dam- age to construction work, building materials, equipment, tempo- rary field offices, storage sheds, and public and private property. The Contractor shall be responsible for providing, maintaining and enforcing the following conditions and requirements during the entire construction period: (1) Fire Inspection The Contractor's superintendenfi in charge shall inspect the entire project at least once each week to make certain that the conditions and requirements are being adhered to. (2) Extinguishers Contractor shall provide and maintain in working order dur- ing construction portabie fire extinguishers, the number and location of which to be as required by applicable Codes or the requirements of public authorities having jurisdiction. In the absence of such requirements, provide not less than four fire extinguishers conveniently located for proper protection. Fire extinguishers shall be either a 2-1/2 gallon capacity water type gas cartridge expelled unit or 5-gallon capacity pump type protected from freezing by use of calcium chlo- ride. Extinguishers shall meet approval of Fire Underwriters' Laboratory and shall be inspected at regular intervals and re- charged as necessary. In areas of flammable liquids, asphalt, or electrical hazards, extinguishers of the 15-pound carbon dioxide type or 20 pound dry chemical type shall be provided. (3) Combustibie Materials Oil soaked rags, papers, and other highly combustible mate- rials shall be removed at the ciose of each day's work, and more often where necessary, and piaced in metal containers with tight hinged lids. (4) Gasoline and Benzine Combustible materials shall not be poured into sewers, man- holes, or traps, but shall be disposed of, together with flam- mable or waste material subject to spontaneous combustion. 02100 - SPECIAL CONDITIONS Appropriate and lawful arrangements shall be made for stor- ing these materials. (b) When pubiic authorities or codes impose regulations relating to fire prevention and controi, such regulations shall be considered as minimum requirements and not requirements in lieu of those set forth above. SCC.17 BURNING Contractor may not exercise on site burning. SCC.18 EROSION CONTROL Before work, Contractor will provide and sign Pollutian Controi Pian Form, indicating intent to campiy with plan stated therein. Contrac- tor shall be fuliy responsible to city, state, and federal agencies for compliance with environmental and erosion regulafiions. 02100 - SPECIAL CONDITIONS TECHNICAL SPECIFICATIONS Table of Contents Secfiion Section Staking........................................................................................ 02200 Clearingand Grubbing ................................................................... 02140 RoughGrading ............................................................................. 02300 FinishGrading ............................................................................. 02537 Drainage..................................................................................... 02545 StoneRip-Rap ............................................................................. 02810 GreensConstruction .................................................................... 02840 TeeConstruction ......................................................................... 02845 Fine Grading, Fertilizing & Grassing .............................................. 02860 Sodding..................................................................................... 02870 Irrigation................................................................................................ 02930 02810 — STONE RIP RAP SECTION 2200 STAKING (A) SCOPE OF WORK: The work to be covered in these specifications includes the establishment of bench marks for reference, the location of lines and grades for all im- provements (secondary staking), and the maintenance of such staking for reference and inspection purposes by the Golf Course Designer. (B) EQUIPMENT: The Contractor shall maintain on the job sufficient equipment of the types needed to complete all wark in accordance with the requirements of this specificativn within the contract time. (C) OPERATIONS: (1)Control Points - These shall be supplied by Contractor previous to construction. (2)Grade Stakes - These must be accurately rneasured into place us- ing a tape, and solidly set at least 1' into the ground. All tees, greens, sand traps, ponds, mounds and other features, etc., shali be staked and grade marked as on the plans, as may be appropriate and necessary. Contractor shall place enough stakes to ensure that the construc- tion accurately follows the design plans. Stakes shall be placed in such a manner as to convey true plan shape of features. Emphasis in staking shall be upon staking criti- cal inside and outside points of curves to distinguish shapes, rather than staking at 0°, 45°, 90°, etc. Similariy, stakes shail be set at all critical changes in elevation such as fiops of mounds, saddles, top and bottom of decks, toe of slopes, center of swales, etc. In the rough grading phase, grade stakes shali be set so that the bulidozer operator can assume a more or less constant grade be- tween any two stakes. (3)Establishment of Benchmarks: (a) All secondary staking shall be referenced to established benchmarks. These benchmarks shall be maintained in an identifiable manner throughout the job. (b) Contractor shall establish local benchmarks in the foilow- ing order of preference: 2200 - STAKING 1. Where accurate topographic data is known, Contrac- tor shaU tie benchmark back to known reference point established by the Owner. 2. Where topographic data is inconsistent, Contractor shall establish his own benchmark, selecting a critical point that conveys the relationship of proposed im- provements to existing conditions. The most critical point is typically an existing or proposed drainage aufi- let elevation, or property line, which cannot change elevation. The improvements can then be staked maintaining the general contours, pipe gradients, etc. 3. Where topographic data may be inconsistent and where proposed improvements are not critically re- lated to drainage outiets or properly lines, the Contrac- tor may establish a local reference point which best al- lows the construction to follow the intent of the plans. 4. In establishing suah a reference point, Contractor may consider fihe intended relationship or balance of cut and fills, but precedence shall be given to estab- lishing drainage, general contours, and goifer's sight- lines as may be indicated or intended on the pians. (4) Protection and Replacement of Stakes - Ail stakes shall be pro- tected against loss or movement, once set, and stakes which have been knocked down, lost or loosened shali be reset immediately. Control points shall be continuouslv maintained. Contractor may be required by Golf Course Designer to immediately replace lost con- troi paint during inspection for reference. Contractor shall establish repiacement reference points for each control point in the following manner: (a) Contracfior shall place two replacement reference stakes for each control point. The two additional stakes shali be lo- cated in areas out of the planned work area, or adjacent to trees to be saved, so that they will not be disturbed. They should be located so that the two stakes and control point form a straight line. (b) Contractor shail measure from the cantrol point to the re- placement reference stakes. This distance shali be clearly marked on the reference stake so that the line and distance to the control point can be quickly established. 2200 - STAKING (D) (E) INSPECTION AND ACCEPTANCE: All stakes, both for location and for grading and benchmarks, shall be sub- ject to inspection following staking and prior to construction to insure ac- curacy of construction. The Contractor shall notify the Golf Course Designer in ample time for in- spections to be made before construction starts. Any changes desired in location or grade shall be requested and approval obtained from the Golf Course Designer or the Owner before construction begins. Work con- structed to incorrectiy located or grade marked stakes, where stakes have nofi been approved may require reconstruction to correct locations and ele- vations at Contractor's expense. MATERIALS: (1) Control Points - Center of tee, center of the green, and turning point stakes shali be metal fence post stakes covered with 4" or 6" PVC irrigation pipe. Pipe shall be spray-painted according to the fol- lowing color code: Tee Dogleg Point Green Blue Orange Green Each control point shall be marked as to identity, e.g., 3 Tee. (2) Grade Stakes - Stakes for outlining and grade marking edges of tees, greens, sand traps and fairway cuts, filis and outlines, pond outlines, etc., may be ordinary building lath approximately 3' long. (3) Plastic Ribbon - Plastic colored ribbons shall be attached to the tops of stakes showing the edge of features. A consistent system of flagging shail be employed so that Golf Course Designer and the Owner may quickiy ascertain the meaning of various stakes. Contractor shall use the following system, or revised system if ap- proved by Designer and if maintained consistentiy, throughout the duration of the project: Topsoil Stripping Greens Tees Sand Bunkers Pond Edge Pond Bank Mound/High Point Swale Striped Flagging (any color, plus white) Green Light Green Yellow Blue Solid Blue and Solid White Blaze Orange or Red White 2200 - STAKING Saddle of Ridge or Crown Tree to be Saved Miscellaneous, Clearing Solid Red and Solid White Blaze Yellow Consistent Color as Necessary Edge END OF SECTION 2200 - STAKING SECTION 02140 CLEARING GRUBBING AND BRUSHING (A) SCOPE OF WORK: The work includes performing all operations in connection with removing existing trees, stumps, roots, shrubs, brush, stone piles, fence and fence posts, poles, debris, piles, bouiders, or any other features shown on the plans to be removed. (B) OWNER'S EQUIPMENT: The Contractor shall maintain on the job that sufficient equipment of the types needed to complete all work in accordance with the requirements of these speciflcations within the contract time. (C) OPERATION: (1) Clearina - Where it is so indicated on the plans, existing trees, shrubs, or brush, which are shown to be removed, shall be cut down or removed from the site by Contractor. Existing trees or shrubs, which are to be saved or transplanted, will be noted on the plans. (2) Grubbina - All tree and shrub stumps and roots shall be grubbed and removed from fairway and rough areas by Contractor where grassing will be done. All excavation from grubbing shall be back- filled and compacted with fill soil to within six (6) inches of sur- rounding grades and the top six (6) inches backfilled with topsoil to the finished grades shown on the grading plan. (3) Brushinq - Generaliy, enough material shall be removed so that maintenance equipment can mow between and under trees. As a minimum, eight (8) feet shail be left befinreen remaining trees to achieve this.goal. Large clumps of trees, which couid be construed as having multiple stems, so closely grouped as to have a single canopy, may remain. Trees under 30' tall shall be limbed up 10' from ground. Trees over 30' tali shall be limbed up 15' from ground. After brushing, Contractor shall restore smooth grade, free from de- bris, suitable to begin grassing operation. This may include hauling in additional topsoil to restore grade flush to trees in a condition ex- actly as it was before brushing. (4) Clean-ua - Clearing contractor shall remove aii stumps, bushes, branches and the like. Generally, all debris that cannot be cleared with normal seedbed preparation machinery shall be removed. This would include all sticks, branches, etc., greater than 3" in diameter or 3` in length. 2140 - CLEARING, GRUBBING & BRUSHING Contractor shall restore grade to a smooth grade with positive pitch for surface drainage. (5) Disposal of Debris: (a) Trees Debris and Sod - All material removed from the site can be disposed of on site at a location shown on plans and/or approved by Owner. Bury pits for clearing shall not be located under any critical features such as cart paths, roads, tees, greens and their shoulders, bunkers, fairways, and any existing or proposed underground irrigation, drainage, or util- ity lines. Pits are best located under proposed mounds in the rough. Any area in which burying has been done shall be mounded at least sufficiently to allow for future settling. (b) Burning of trees, debris and sod is not permitted. (c) Protection of Trees to Remain: 1. Protection of specimen trees shall include snow fencing erected just outside the dripiine of tree. When smaller trees are to be removed beneath a specimen to remain, they shall be removed by hand. 2. The Contractor shall specificaliy notify every opera- tor of machinery and equipment to positively refrain from damaging either trunks or limbs of trees, which are to remain. When felling trees, these shall not be al- lowed to break branches of adjoining trees. 3. Contractor shall repair all damaged trees at his own expense and in a manner satisfactory to the Goif Course Designer. Such repair will include tree surgery and protective painting. Payment to Owner for dam- age of specimen trees to remain shall be based on formula determined by the latest edition of "Guide for Establishing Values of Trees and Other Plants:, pre- pared under contract by the Council of Tree and Land- scape Appraisers for the international Society of Ar- boriculture. (6) Disposai of Hazardous Substances - Unless ofiherwise specified, Owner and Golf Course Designer have no knowledge of hazardous or toxic substances on site. Should Contractor discover any such substance he shall notify Owner's representafiive immediately to de- termine course of action. If hazardous substances to be removed are indicated in the clearing plan, Contractor shall comply with all instructions issued and all ap- piicable codes, laws, regulations and directives from local officials. 2140 - CLEARING, GRUBBING & BRUSHING (7) Other Clearina - Contractor shall also be responsibie for, and shall include in clearing bid, the foliowing miscellaneous items of clearing: (a) Intentional Trees to be Saved - In the "saved" trees clear- ing phase, Golf Course Designer may have designated specimen trees to be preserved pending final design of hole. Should Golf Course Designer subsequently determine that such tree(s) adversely affect play, aesthetics, or drainage af- ter grading operations, Contractor shall be obligated to re- move up to ten (10) such trees wifhout change in contract price. (b) Trees that die or weaken durina construction operations, whether due to construction operations or natural causes, and if in work areas designated on plan. (c) Trees for misceilaneous structures such as cart paths, shelters or pump stations that are indicated on the plan or specifications, whether or not exact location has been deter- mined. (8) Maintenance of Cieared Areas - Contractor shali periodically re- move weeds and vegetation from all cleared areas. in no case shall the area become overgrown, (D) INSPECTION AND ACCEPTANCE: (1) Ail work under this Section is subject to inspection by Owner and/or Golf Course Designer. (2) Contractor shall maintain an accurate record of bury pits to in- clude on as-built drawings. (E) MATERIALS: None (F) ADDITIONAL INFORMATION: (1) Bury pit, tree protection details are shown in the construction de- tail section of the plans. (2) Clearing plan indicates preferred bury pit Iocations. Additional or alternate Iocations to be approved by Golf Course Designer. (3) All burning will be done in accordance with state and local regu- lations. Superheating is allowed, subject to daily permit. (4) Clearina in wetlands - All clearing in wetiands shall be by hand only. No grubbing shall be aliowed. All trees shall be removed by 2140 - CLEARING, GRUBBING & BRUSHING hand only. No machinery shall be allowed in wetiands for the pur- pose of clearing. ERl� OF �E�TION 2140 - CLEARING, GRUBBING & BRUSHING SECTION 02300 ROUGH GRADING (A) SCOPE OF WORK: The work consists of performing all operations in connection with rough grading of grounds as shown on the plans, including stripping and repiac- ing topsoil; and the furnishing of additionai new topsoil or fill, if and as re- quired. Items to be rough graded may include green, sand traps, tees, fairways, roughs, grass bunkers, car� paths, ponds, creeks or streams, roads, walks, parking areas, and building sites as may be shown on the plans. (B) EQUIPMENT: The Contractor shall maintain on th� job sufficient equipment for the types needed to compiete all work in accordance with the requirements of these specifications within the contract time. Contractor shall estabiish sufficient maintenance facilities for all earthwork equipment. All maintenance operators shall comply with applicable envi- ronmental standards, (C) OPERATIONS: (1) Striaaina Existina Veaetation - Existing turf and other low vegeta- tion shall be removed from all areas to be graded, This material shall be removed in such a manner thafi the underiying topsoil is not removed. The material generated in this process may be buried under mounds or in pits as approved by the Golf Course Designer. (2) Strippina of Topsoil - Topsoil shall be removed from all areas shown on the plans to be graded. It shall generally be stripped to a depth of six (6) inches. When less than six (6) inches of topsoil can be stripped from areas to be graded, the Contractor shall make up any deficiency by strip- ping additional areas as approved by the Golf Course Designer, at no additional cost to the Owner. Under approval of the Golf Course Designer, the Contractor may be permitted to strip topsoil to a depth greater than six (6) inches. (3) Stockpilina of Topsoil - All topsoil is to be kept free from sub- soii, sod and debris. Ali existing rubbish, stones, roots, dead trees, stumps, etc., encountered in the stripping operation shail be re- moved from the soil. Sod shall be stripped before stripping of top- soil. 2800 - ROUGH GRADING Stoakpiles shall not be located in areas that impair vision from tee to green af golf hole. Desianer must at all times be able to see the en- tire_ctolf hole durina inspection trips to ascertain that construction is followinq the intent and obiectives of the alans. (4j Feature Construction: (a) Where grades are established as shown on the grading plan, the surface of the ground is to be brought by cutting or filling, as the case may be, to a subgrade uniformly six (6) inches below the finished grade and shall be satisfactorily compacted. On areas of the putting green surface only, the sub-grade shall be uniformly graded sixteen (16) inches be- low the finished grade and shali be well compacted. Where filling is necessary to complete the sub-grade, the fill used shali be a good quality fill taken from approved areas on the site, when available. (b) Establishina Surface Drainaqe - On areas where grading is necessary but where grades are not established ali depres- sions shall be filled, and the area shall be graded in smooth sweeping grades to points of established grades approved by the Golf Course Designer. In all areas, grading shall be performed to insure positive sur- face drainage. (c) Borrow Areas - All borrow areas musfi be approved by ei- ther a representative of the Owner or the Golf Course De- signer. Areas where soil has been removed as borrow areas, if any, shall be graded smooth sa that they drain naturally and wili not hold water on completion of the course. Topsoil shall be re-spread over the areas to a depth of four (4) inches and graded smooth. Said area shall then be disced, harrowed, fertilized, and seeded in accordance with seeding specifica- tions for rough. After subgrade has been finished, it shall be approved by the Golf Course Designer before any topsoil is re-spread. (d) Addifiional Fiil and Topsoii - If additional fiil is required to bring the subgrade to the proper grade after compaction and after all usable fiil has been utilized, fiil shall be supplied, spread, and graded by the Contractor. Cost of additional fill shall be as agreed on a unit price basis reflecting cost of pur- chase to Contractor. Furnished fill, when required, shali be a 2300 - ROUGH GRADING good quality material, as close to native material as possible unless ofiherwise approved, free of debris of any kind and shall be of a iype suitable for the purpose intended and satis- factory to the Golf Course Designer. � If additional topsoil is required after existing topsoil has been respread, and ali possible areas on the golf course property or adjacent thereto have been stripped, to insure the place- ment of at least six (6) inches of topsoil over the subgrade, same shali be supplied, spread and graded by the Confiractor. Cost of additionai topsoil shall be as agreed on a unit price basis in bid line item found the Aiternaies Schedule. Fur- nished topsoil, when required, shall be a good quality topsoii, similar to native topsoil, free of lumps, sod, stones, or debris of any kind and satisfactory to the Golf Course Designer. (e) Placement of Excess Fill - If grading operations result in an excess of topsoil or fiil material, Contractor shall dispose of that fiil vn site at the direction of Golf Course Designer. (fl Ledqe Rock or Boulders - If the Contractor encounters ledge rock or large boulders in his excavation work: 1. The Contractor shall notify the Golf Course Designer who will make reasonable effori to adjust grades andlor design in the field to eliminate or minimize problems associated with this condition. 2. If problem cannot be eliminated, fihe Cantractor shall be allowed extra payment as subject to applicable pro- visions in the Special Conditions seciion of the speci- fications. (5) Realacinq Topsoil - On the surface of the finished subgrade, six (6) inches of good loamy topsoii shall be placed so that the finished grade, after compaction, shall be equal to the finished grade shown on the grading plan. In al! areas where required fill is six (6) inches or less over an area to be graded, topsoil shall be placed over the existing grade to the total depth. Said areas shaii be disced before topsoil is placed. Topsoil on green shoulders shall "feather out" from 16 inches at green base down to 6 inches at base of shoulder slope, giving mounds, banks, and shoulders of green an average of 9 inches of topsoil in mosfi areas. 2300 - ROUGH GRADING (D)' INSPECTION AND ACCEPTANCE: All grades and materials furnished for rough grading operations shall be subject to inspection by the Owner andlor Golf Course Designer. After es- tablishment of the proper subgrade, the Golf Cours� Designer shail inspect and check the grading for proper elevation. The Contractor shall furnish ali assistance necessary to check grades at no expense to the Golf Course Designer or the Owner. No respreadina of topsoil will be allowed until after subaradina is in- spected and approved. To be accepted, rough grading shall bring ail grades to within one tenth (0.1) of a foot of the finished grades shown on the plans, or as directed by Golf Course Designer. Topsoii spreading is subject to random depth and quality checks by Owner andlor Golf Course Designer. Shouid either suspect any pattern of defi- cient quality or quantity of topsoil, further testing may be instituted. Final grading is subject to inspection direcfily after a rainstorm. Areas fihat are slow to drain will be noted on a print of the grading plan and Golf Course Contractor shali be responsible for re-grading andlor adding drain- age pursuant to item 3-b of this section. (E) MATERIALS: All topsoii and fill necessary for the job will be obtained from areas on the goif course property or immediately adjacent thereto unless the Owner agrees to purchase more or better quality material elsewhere. In this case, a Change Order must be executed prior to furnishing any material. (1) Topsoil- Stripped topsoil for use shall be the best quality avail- able on the site and satisfactory to the Golf Course Designer. Pur- chased topsoil, if and as required, shall be a good quality native topsoil, free of lumps, sod, stones or debris and similar to existing topsoil on site of any kind and satisfactory to the Golf Course De- signer. (2) Fill - Furnished fill shaii be a good quality clay, free of debris of any kind and shali be of a type suitabie for the purpose intended, similar to existing material on site and satisfactory to the Goif Course Designer. (F) ADDITIONAL INFORMATION: (1) Unclassified Excavation Ail excavafiion is considered unclassified except ledge rock, which is deemed unlikely. Any pumping, de-watering or use of specialized equipment or other incidental work encountered in excavation is to 2300 - ROUGH GRADING be considered incidental to the cost of construction and included in the bid price. Additional compensation shall not be allowed. (2) Topsoil for Tees Contractor shall make special effort to save and place best possible topsoil on tees. END OF SECTION 2300 - ROUGH GRADING SECTI ,ON �025370 (A) SCOPE OF WORK: yFINISH GRADING �,.,, � The work consists of performing all operations in connection with Finish Grading of all golf course design features once adequate fill has been properly put in place during mass grading operations. Items included in Finish Grading may include greens, tees, mound com- plexes, fairways, sand or grass bunkers, cart paths, ponds, creeks or streams, roads, walks, parking areas, and building sites as may be shown on the plans to be included in this contract. (B) EQUIPMENT: The Contractor shall maintain on the job sufficient equipment (including maintenance facilities) of the types needed to complete ail work in accor- dance with the requirements of these specifications within the contract time. .This will generally include a variety of large and small bulidozers (equipped with six way blades), grading tractors and other equipment as job conditions and preference of Contractor may indicate. Contractor shall establish sufficient�maintenance facilities for all earthwork equipment. All maintenance operators shall comply with applicable envi- ronmentai standards. (c) OPERATIONS: Finish Grading shall consist of producing final finish grades for ail areas as may be designated on the plan or as directed by the Golf Course Designer. Finish Grading Contractor's responsibilities include, as a minimum: (1) Coordination of mass grading phase as described in the Mass Grading section of the specifications. Finish Grading Contractor shall, if difFerent from Mass Grading Contractor, coordinate his ac- tivities with those of Mass Grading Contractor to achieve final result. Finish Grading Contractor shail first build ail features to his interpre- tation of Golf Course Designer's plans, following grading plans as closely as possible. After consultation with Golf Course Designer, Finish Grading Contractor shall be obiigated to make any changes requested by Golf Course Designer. After completing these changes, finish shapers shall expect one more "final touch up", (green, tee, fairway landing area) pending degree of satisfactory completion, generaliy not exceeding 8 hours per area. (2) Finish Grading Contractor assumes responsibility for establish- ment of final grade to accomplish design objectives inctuding: 2537 - FINISH GRADING (a) Positive drainaqe of all areas except those listed as pre- served or undisturbed. (b) Creation of smooth harmonious arades for maximum ar- tistic effect. It is inherent in golf course design to make a cer- tain number of field changes to take maximum advantage of natural features of each site. Additionally, many desirable shaping features such as naturally varying shapes, concave and convex slopes, etc. are impossible to draw accurately and more easily accomplished by an experienced shaper, working in conjunction with the designer on field visits. (c) Maintenance of shot values and concepts as defined by the golf course designer. (d) Colligan Goif Design retains certain architectural freedom normally enjoyed by working with select, experienced bidders with respect to minor adjustments to grades, green shape and elevations, etc. Bidders recognize this as a normal evo- lution of the design and creation of a quality golf course and as such having including any associated costs in their Bid proposal. If the Contractor feels any major change is an addi- fiional pay item, he should follow the procedure for such as outiined in the specifications. (e) Shapina for feature maintenance. Unless indicated as steep bank on plan, or otherwise directed by the Golf Course Designer, all constructed slopes shaii be mowable by con- ventional equipment. Special care shall be taken to blend tops of mounds and transitional slopes to prevent mowers from scalping or missing areas. (D) INSPECTION AND ACCEPTANCE All Finish Grading is to be approved by the Owner and/or Golf Course De- signer area bv area upon completion. No topsoil shall be spread over golf course features until approval is given. Any topsoiling of features prior to approval of Finish Grading may be ordered removed by the Golf Course Designer in order to complete shaping operations. Contractor shall give Golf Course Designer timely notice of pending com- pletion of preliminary shaping. Contractor is comaletelv responsible for scheduling and hiring of shapers to meet schedule and yet allow reason- able time for architectural changes. For his part, Go{f Course Designer or his representative shall make his best effort to reasonably meet inspection schedules as requested by Contractor. Additionaliy, he wili make his "best effort" to avoid repeated changes or major changes not inconsistent with general plans, not clearly necessitafied by field condition and/or Contractor misinterpretation. 2537 - FINISH GRADING Contractor should be aware, however, it is impractical for the Golf Course Designer to visit often to approve single features. Due to the importance of the shaping phase, however, the Goif Course Designer will maintain full ar- tistic con#roL (E) MATERIALS No materials needed to compiete work covered in this section. (F) BASIS FOR CHANGE ORDERS The goif course grading plans will show general grading in as much detaii as applicable and possible, given accuracy of information provided to Goif Course Designer. The plans shall also show limits of grading (all areas to be cleared) to allow the Contractor to estimate total area to be finish graded. The plans may aiso show supplemental notes to clarify Designer's intent beyond what is clear on fihe actual grading plan. Change orders will be considered oniy for specific areas on a unit basis of acres. No change order shall be considered for finish grading/shaping un- til the following conditions have been met: 1. Contractor has made good faith effort to perform operations listed under C-1, C-2 in this section. 2. Final approval of finish grading/shaping operations has been given, and subsequent operations have begun on specific area in question to the degree that disturbance of such work is necessary. Or S. Golf Course Designer directs shaping operation in an area not clearly labeled for topsoil stripping and grading, and if said opera- tions can be practicaliy accomplished wifihout additional topsoil stripping. END OF SECTION 2537 - FINISH GRADING SECTION 025450 DRAINAGE (A) SCOPE OF WORK: This work shall include the furnishing of all labor, materials, tools, equip- ment, and machinery necessary for ciearing and removing from the site of the work wherever located, all obstructions, trees, stumps, brush vegeta- ' tion, woods and debris; and all earth, rock and other materials to be exca- vated. The replacement of topsoil after backfilling is completed; the fur- nishing, placing and maintaining of all sheeting, shoring and bracing nec- essary to protect the work and adjacent properties, to support the sides and ends of the excavation and to support all adjacent structures above ' and below the ground. The installation and operation of all pumping, bail- ing and draining necessary to keep the excavation free from seepage wa- ter, water from sewers, drains, ditches, creeks and other sources, and to provide for the uninterrupted flow of sewers and surface waters during ,' progress of the construction; the removai, after the completion of the work, of ali sheeting, shoring and bracing not necessary to support the sides of the excavation. The satisfactory disposal of excess and unsuitable materi- ' als not required or which cannot be used for backfilling; compacting and refilling after settlement of all excavated areas, in such a manner that the end result is complete and a functioning whole. (B) EQUIPMENT: The Contractor shall maintain on the job sufficient equipment of the types needed to compiete all work in accordance with the requirements of these specifications within the contract time. (C) OPERATIONS: (1) Stakinq Contractor is responsible for maintaining the proper location and grades of all drainage pipe; anv such deviations mav aiter the de- sianed conduit capaciiv or contribute to scouring or silting of pipe. Where applicable, or such as situations where inaccurate topogra- phy may necessitate changes to the drainage system, the drainage plans may show a minimum and maximum slope for each class of pipe to be used. The Contractor shall furnish and place in position as directed by the Golf Course Designer ail necessary batter boards, string lines, plummets, graduated poles, etc., required in establishing and main- taining the lines and grades. (2) Excavation 2545 - DRAINAGE In general, ali excavation shall be made in open cut from the surface of the ground and shall be no greater in width ar depth than is nec- essary to permit the proper construction of the work in accordance with the plans and these specifications, All excavation shall be to the line and grade as provided by the plans, or by the Owner's Engi- neer or other authorized representative, if specified. The Contractor shall abide by ail applicable federal, state andlor lo- cal laws governing excavafiion work. The entire foundation area in the bottom of all excavation shall be firm, stable, and at uniform density as nearly as practicable. Unless necessary, materials shall not be disturbed. The final cleaning off and preparing of the founda- tion area shall be done immediately prior to the placing of the em- bedment materials or structures. (a) Trench Bottom Elevation. All trenches for installation of storm drain lines shall be excavated to a point below the bar- rel of the pipe for the type of embedment specified. (b) Trench Overcut: Should the Contractor excavate below the plan trench bottom grade shown on plan, he shall backfili with approved material, consolidated and compacted to meet fihe Owner's approval. If the Contractor elects to over cut the trench and use gravel and drain pipe as an under drain in lieu of or in conjunction with pumping, draining, or well pointing, the additional work shall be considered as incidental work; and additional com- pensation shall not be allowed. Where the character of the foundation material is such that a proper foundation cannot be prepared a� the elevation shown on the plans, then, when directed by the Owner, the Contrac- tor shall deepen the excavation to where a proper foundation entirely satisfactory fio the Owner can be prepared. Such ma- terials removed shall be replaced with other material satisfac- tory to the Owner and thoroughly compacted in place to the finish grade elevation in a manner satisfactory to the Owner. (3) Excess Trench Width: When the maximum trench width is not maintained to a point of one foot above the top of the pipe, the Con- tractor shail provide at his expense the next higher class of embed- ment; or embedment as directed by the Owner which shall provide adequate support. The maximum trench width shall be equal to the outside diameter of the pipe installed plus 24 inches. (4) Shorina and Sheetinq: When necessary to prevent caving or un- duly hazardous working conditions, or to comply with existing laws, trench walis shall be appropriately braced; or sheeted and braced. Where bracing and sheeting and bracing are used, and trench width 2545 - DRAINAGE shall be increased accordingly, shall be considered as incidental work and shall not be paid for as a separate item. In wet, saturated or flowing soits materials where it is necessary to instali tight sheet- ing or cofferdams, wood or steel sheet piling of a design and type generally recognized within the construction industry shall be used. Ali sheeting, shoring and bracing shall have sufficient strength and rigidity to withstand the pressure exerted to maintain the sides of the excavation property in place and to protect all persons or prop- erty from injury or damage. When excavations are made adjacent to existing buildings or other structures, or in paved areas, particular care shall be taken to adequately sheet, shore and brace the sides of the excavation to prevent undermining of, or settiement beneath the structures or pavement. The removal of all sheeting, shoring and bracing shatl be done in such manner as not to endanger or damage either new or existing strucfiures, private or public properties; and so as to avoid cave-ins, or sliding of the banks. All holes or voids left by the removal of the sheeting, shoring or bracing shall be immediately and compietely filled and compacted with suitable materials. If, for any reason, the Contractor, with the approval of the Owner, elects to leave in place ihe sheeting, shoring or bracing, no payment shail be allowed far such material left in place unless ordered by the Owner to be left in place. (5) Dewaterinq: The Contractor shall remove all water from any source, which may accumulate in the excavation. The embedment or pipe shali not be installed in water. Pumping, bailing and drain- ing, under drains, ditches, etc., shall be considered as incidental work and shall not be paid for as separate items; but their cost shall be included in such contract prices as are provided for in the con- tract. (6) Lavinq Embedment: All embedment shall be Class "B" Embed- ment or better. Embedment consists of crushed stone cradle and cap. After the trench has been cut to a depth below the barrei of the pipe a distance of three inches minimum (six inches minimum in rock), the bedding shall be brought up to a point slightly above the grade with rock cuttings or crushed stone, standard gradation. A trough shall be scooped out to grade and fihe pipe laid and jointed as speci- fied. (7) Lavinq Pipe: Ail pipe is to be laid in a dry, firmiy bedded trench prepared in accordance with the specifications above. Ail aiaes shall be laid on a minimum of fihree (S) inches of approved araded stone. 2545 - DRAINAGE Uniess otherwise authorized by the Golf Course Designer and/or Owner, the laying of pipe on the prepared foundation shail be starfied at the outlet or downstream end with the spigot or tongue end of the pipe joint pointing downstream. Laying shall proceed to- ward the inlet or upstream end with each abutting section of pipe properly matched, true to the established lines and grades. Approved facilities shall be provided for hoisting and lowering the section of pipe over the sides of the trench. The ends of the pipe shall be carefuliy cleaned before the pipe is placed in the trench. As each length of the pipe is laid, the open end shall be protected to prevent the entrance of earth or bedding material. The pipe shall be fitted and matched so that when laid in the prepared bedding, it shall form a smooth, uniform conduit. When elliptical pipe with circular reinforcing, or circular pipe with elliptical reinforcing is used, the pipe shail be laid in the trench in such a positian that the markings "top" or "bottom" shall not be more than five degrees from the verfii- cal plane through the longitudinal axis of the pipe. (8) Jointin : All joints must be made in accordance with the guide- lines of the manufacturer. The Golf Course Designer must approve any alternate methods of jointing pipe. (9) Backfillina: Backfill procedure is that procedure required to re- turn trenches or excavated areas to a condition satisfactory to the Owner. The methods of backfiiling to be used shall vary with the width of trench, the character of the materials excavated, the method of ex- cavation, the type of conduit and the degree of compaction required. The placing of backfill shall not begin until the pipe structure has been properly bedded and jointed and until approval has been given by the Owner. The excavation shall be backfilled only with approved material. Backfill consists of two major cafiegories; (a) embedment; and (b) trench backfill material, as follows: (a) Embedment is the material upon which the pipe rests. The embedment backfill shall consist of crushed gravel. The ma- terial shall be placed on top of the crushed stone base in uni- form layers on either side of the pipe to a point 3" above the pipe and compacted to at least 90 percent of maximum den- sity. Moisture content shall be within minus 2 to plus 4 of op- timum. Tamping can be done with hand or mechanical equipment, depending upon field conditions. Compaction of filis by puddling or jetting is not recom- mended, except where supervised by qualified soils engineer. 2545 - DRAINAGE (b) Trench backfill material is the material required to fill the trench from the top of the embedment to ground elevation. Compacfiion of all backfill material shali be performed in a manner that shali not crack, crush and/or cause the installed pipe to be moved from the established grade and/or align- ment, as shown on the plans. Excavated material may be used in the trench backfili, provided that all hard rock and stones having any dimensions greater than six inches in di- ameter, debris and roots larger than two inches are removed. (c) Contractor shall use a vibratory packer on all trenches deeper than 24". Compaction will be done in 12" lifts. (10j Protection of Drainaae Structures: Contractor shali protect ail inlets from silt as shown in construction details. Contractor shall protect all pipe and structures from heavy loads or other conditions, which might crush or damage pipe. (D) INSPECTION AND ACCEPTANCE: All material of whatever nature used in installing the drainage system shall be subject to inspection and approval by the Golf Course Designer and/or Owner. All drain lines and structures may be inspected for workmanship and flow grades before any backfilling occurs. The Golf Course Designer or the Owner may make inspection as soon as possible after the work has been installed and is ready to be backfilled. Backfilling operations may be ceased until final inspection has been made and the Golf Course Designer or the Owner has given approval of the work. Pipe shall be subject to rejection on account of failure to conform to any of the specification requirements. All rejected pipe shall be piainly marked by the Golf Course Designer and shall be replaced by the Contractor with pipe which meets the requirements of these specifications. Rejected pipe shall be removed immediately from the work site. 2545 - DRAINAGE (E) MATERIALS: (1) MAJOR DRAIN LINES Corrugated piastic pipe (CPP). All pipe or this type shall conform to the current specifications for ADS N-12 IB-ST and N-121B-WT Smooth Wall Corrugated 4"- 36" diameter drainpipe, or equal meeting AASHTO Specification M-294. (2) AREA DRAINS All area drains are NDS surface drainage structures: (a) 8" Round Drain NDS #10 (Black). (b) 12" Round Drain NDS #1240 (Black). {c) 18"Round Drain NDS #1511 (Black). Distributed by: National Drain Supplies 2455 Teller Road Newbury Park, CA (805) 498-3653 Local Rep.: Horizon Supply (972) 466-1600 or approved equal (3) BUBBLERS 12" Bubbler — NDS # 1200 Catch Basin with NDS # 1212, 12" Square Grate. Distributed by: National Drain Supplies 2465 Teller Road Newbury Park, CA (805) 498-3653 Local Rep.: Horizon Supply (972) 466-1600 or approved equal Contractor shall modify catch basins to bubbler drainage structure as per construction details. (4) FLARED END SECTIONS (CPP) ADS plastic flared-end sections as shown on Construction Detail Sheet. END OF SECTION � 2545 - DRAINAGE SECTION 02810 STONE RIP RAP (A), SCOPE OF WORK: The Contractor shall furnish all labor, materials, fiools, and equipment nec- essary for hauling and properiy piacing stone rip rap at the locations and fio the limits indicated on the Drawings or as directed by the A/E. The rip rap and bedding shall be keyed into surface such that the surface of the completed rip rap approximately coincides with that of the general ground surface. ��.:���1�1 I :7 i►i I �� �i� The Contractor shali maintain on the job sufficient equipment for the types needed to complete all work in accordance wifih the requirements of fihese specifications within the contract time. {C) OPERATIONS: Construction - The rip rap need not be compacted but shall be placed to grade in a manner to insure that the larger rock fragments are uniformly distributed and the smaller rock fragments serve to fill the spaces between the larger rock fragments in such a manner as will result in well-keyed, densely placed, uniform layers of rip rap of the specified thickness. Hand placing wiil be required only to the extent necessary to secure the results specified above. The Contractor's placement techniques will be subject to the approval of the Owner and/or Golf Course Designer. (D) INSPECTION AND ACCEPTANCE: All materiai of whatever nature used in installing the rip rap system shall be subject to inspection and approval by the Golf Course Design and/or Owner. Ali drain lines and structures may be inspected for workmanship and flow grades before any backfilling occurs. Inspection may be made by the Golf Course Designer or the Owner as soon as possible after the work has been installed. (E) MATERIALS: 1. Rip Rap — Material used to line man-made stream channels and pipe ends shall be 6" to 12" in diameter. ifi shall be native limestone. 2. Stone shall be of the size and/or weight shown on the Drawings and free from ciay, caked stone dust, or other objectionabie materials. 02810 — STONE RIP RAP 3. The individual rip rap rock fragments shall be dense, sound and re- sistant to abrasion and shall be free from cracks, seams and other defects that would tend to increase unduly their destruction by wa- ter and frost actions. 4. Samples of the proposed rip rap material will be furnished to the AIE for approval. 5. Rip rap shall be reasonably well graded with a maxirnum particle size and a predominance of rock firagments as indicated on the drawings. The percentage of rock fragments smaller than 6 inches shali not exaeed an amount which will fill the voids in the larger rock fragments. Material passing the number 4 sieve (sand size or smaller) shall be less than 5 percent, by weighfi, of the total rip rap material. 6. Filter bedding for the rip rap shall be crushed stone, well graded, meefiing the requirements for ASTM D 448, No. 357 stone. END OF SECTI4N 02810 — STONE RIP RAP SECTION 02840 GREENS CONSTRUCTION (A) SCOPE OF WORK: The work shall commence after the inspection and approval of the sub- grade by the Golf Course Designer and may consist of furnishing and plac- ing of subsurface drainage, pea gravel layer, a coarse sand layer, topmix, soil amendment and fertilizer, fumigation, and establishment of final grades in preparation for grassing as to provide for greens built to current USGA specifications, as is further enumerated in this section. The bid form may provide for elimination or modification of some aspects of USGA recom- mended construction techniques, in which case applicable specifications listed herein are deleted. These greens are designed to be constructed utii- izing the California profile. (B) EQUIPMENT: The Contractor shall supply and maintain on the job sufficient equipment of the types needed to compiete all work in accordance with the requirements of these specifications within the contract time. (C) OPERATIONS: (1) Gr_ adinq - The grading of each green shall conform to contours shown on each Green Detail Sheet and any subsequent field or- ders issued by Golf Course Designer. The subgrade shall be brought to a uniform depth of sixteen (16) inches betow the �n- ished grade of the green surface itself, while all the remaining surrounding subgrade witl be brought to a uniform depth of nine (9) inches below the finished grades shown to aliow for topsoii and for sand in the sand traps. Subgrade of the green shall be cut to ensure positive surface drainage and shall be cut to the exact contour of the proposed finish grade, less 16". Such grade shall be established and ap- proved before subsequent greens construction operations com- mence. Contractor shall cut openings in green dish edge afi low points in such a manner as to provide positive drain outlets for the green until subdrainage is in piace. (2) Tile Drainaqe - Tile drainage operations shail consist of the fol- lowing operations: a. Staging and layout b. Trenching, clean up and removal of spoil c. Bedding and backfilling d. Laying of pipe e. Protection of pipe 2840 - GREENS CONSTRUCTION f. Installation of 14 gauge wire Staaina and Lavout 1. Contractor shali plan storage of pea gravel and other materials in a location or locations that shall provide easy access to the green with no damage to green shoulders, irrigation system or other construction. 2. Contractor shall minimize damage to previously cut green dish edge by use of small machinery, running boards to protect finish subgrade, and other appropri- ate means. 3. Contractor shall take delivery of oniy clean pea gravel for use in subsurface drainage and the 4" pea gravei layer. Once on site, he shall take all necessary meas- ures to prevent contamination from mud, silt and blow- ing dust. Just prior to beginning the drainage operations at a specific green, Confiractor shall prepare a storage area for material to be put on that green. One method is to strip o#f 6-12" of existing topsoil to create a storage area. Enough excess gravel shall be placed in the storage area so that gravel will not have to be scraped directly off the subsoil to place in the green. Upon completion of operations, spoil gravei may be covered up with topsoil previously removed. Alternate methods are acceptabie so long as the mate- rial remains absolutelv clean. Contractor shall lay out tile pattern utilizing the guide- lines suppiied in the typical tile detail supplied in the construction details. In no case shali parallel in line spacing of laterais exceed 15 feet. Owner and/or Golf Course Designer reserves the right of approval of all tile layouts, Contractor shall contact Golf Course Designer after tile patterns are estab- lished for the first hole for general consultation as to objectives. 2840 - GREENS CONSTRUCTION Trenchinq Upon approval of layout for tile, Contractor shall trench for drain tile. Trenches shail be to a minimum depth and width of 8" as shown on the tile drain detail included in the construc- tion drawings. Spoil from the trench is to be removed from the green. Spe- cial care shall be taken to restore the edge of trench, remov- ina the ridqe of soil typically left by the trenchers adjacent to the trench so that water mav flow freelv into the drains. After all trenching, clean-up and subsequent tile laying opera- tions, the green floors shall be dry, stable, smooth and free from ruts, tracks and depressions to ensure positive water flow to the nearest drain tile. Contractor shall continuousiy check all trenches to ensure that a minimum 1% grade is es- tablished for all tile, that grade is more or less consistent and that there are no humps or hollows in the trench profile which would impede flow. Use of level or transit is mandatorv. Beddinq All drainpipe shail be laid on a minimum of 'I" of clean, ap- proved pea gravei. The bedding shall conform to the bottom edge of the pipe. No bedding shall be placed or pipe laid unless the trench is to final grade and bottom is smooth and free from clods and debris. After laying pipe, gravel shall be added to the sides of the pipe (at least to midline) by hand to ensure that true grade, alignment and jointing of the drain tile is not disturbed. After pipe is secure in its location, a larger mechanical machine may lay additional gravei. Contractor shall keep gravel clean at all times. Contractor may heap gravel above pipe if subsequent pea gravel opera- tions are to be delayed for any reason. Contractor shall plan his operation to fully compiete tile and pea gravei layer operations for each green before the end of the workday. 2840 - GREENS CONSTRUCTION Lavina Pipe Pipe shall be laid generally according to the following speci- fications: (1 j Work shall progress from the low point of the green to the high point of the green. (2) Contractor shall foilow all of manufacturer's rec- ommendations for preparation, cleaning, laying and jointing of pipe, unless these specifications require a higher degree of care. (3) All connections and fittings shall be manufactured to be compatible with drain tile and shall be of equal or greater strength, durability, and overall quality. Profiection of Pipe Contractor shall protect ali drain tile from contamination by dust or silt. Preferable method is to follow tile drain installa- tion immediately wifih the pea gravel layer. Interface Barrier Afi the completion of the green floor grading operations, the Contractor shall, as part of the operation, trim the edge of the green dish. The green dish shall be trimmed as near as verti- cal as possible, taking into consideration the nature of the soil material. The edge shall be smooth, continuous, and free from protrusions and jagged edges. All spoil from this opera- tion shall be removed from the green. A 30 mii. thickness PVC plastic barrier shali be installed the entire perimeter of the green. It shail be placed and held ver- tically with strength supports, including stakes, sod staples or similar device through subsequent pea gravel, coarse sand and topmix placement operations. Its depth shall exactly correspond to green cavity depfih. Its top shail be firirnmed fiush with the surrounding finished grade. It shall not be disturbed in subsequent operations. if disturbed, it shall be replaced as before. Contractor shall place a 14 gauge direct burial irrigation wire behind plasfiic barrier and the existing green dish, which shail be used to locate original mix edge in future. It shall tie to- gether in a small valve box. Contractor shall install a small 2840 - GREENS CONSTRUCTION voltage source as described in material section in this valve box. (3) Pea Gravel Laver — No Gravel Layer wiil be required in this con- tract unless required by Owner. A smooth, even, four-inch (4") layer af approved and washed pea gravel, free from silt and other fines, shall be placed over finished subgrade of the green dish. Care shall be taken to maintain the subgrade and to prevent ruts from machinery, which may disturb water flow to the drain fiiles. The pea gravel layer must conform to the green subgrade ex- actly; (with a tolerance of �1/2). Care must be taken not to fill in the valleys or to be shallower in the ridges. Work is to be accomplished by hand or with small tractor or ma- chine such as "Bobcat", or equivalent. Boards shall be used to prevent rutting. Contractor may establish 4" pea gravel depth by placing "biue top" grade stakes every 10-12', by placing 4" boards on end (2 x 6 boards ripped fio exact 4" width) as a guide to firactor, or by other approved method. Continuous monitoring of depth to achieve accuracy is mandatory. Finai grade shall be hand raked to a smooth harmonious grade. (4) Coarse Sand Laver - Is only required if the Owner accepts an ad- ditive aiternate. A srnooth, even, two (2) inch coarse sand layer as specified shall be piaced over the 4" pea gravel layer. Depth of coarse sand layer may be established by a pattern of "blue top" grade stakes every 10-12', or by using 2" PVC pipe as a guide to backdragging with a rake. _ All work to be done with small tractor andlor by hand at option of the Contractor. Continuous monitoring of depth of material is mandatory. Final grade shali be hand raked to a smooth harmo- nious grade. (5) Suaplv and Placement of Greens Topmix - This operation shall consist of procurement, mixing, random testing, placement and fine grading of approved topmix. (a) Procurement Contractor shall ensure adequate quantities of sand from approved supplier shall be available in a timely manner, 2840 - GREENS CONSTRUCTION (b) Mixin 1. Topmix shali be mixed off site. Mixing shall utilize "mechanical biending process" specifically designed for USGA topmix production as supplied by: 2. Loader mixing is not allowed as a substitute. 3. Topmix may be mixed at the sand plant. 4. Mixture shall consist of 95% approved sand and 5% approved organic material by volume, or approved rate as determined by soil testing and approved by Owner. 5. The one-third sand, organic material and amendments shall be thoroughly mixed to a uniform blend free from pockets of organic material. This mixture shall be placed on top of the lower two-thirds of the sand in the green dish. 6. Amendments - Amendments, as listed in this section, shall be pre-blended into the mix.: 1) One pound of 0-20-10 per CY of mix 2) Milorganite at 2.7 Ibs. per CY of mix 3) Scotts "Step" package at .621bs per CY of mix (c) Random Testinq 1. All greens mix shali be stored and mixed afi least one month prior to first scheduled placement. 2. Contractor shall test (randomlv spaced) 12 truckioads of mix for conformance to USGA Specifications. Test resuit wiil be provided to Golf Course Designer with copies to Owner's representative. All costs for such testing are to be considered incidental and inciuded in the bid and unit price for topmix. 3. if any test shows failure to conform to USGA stan- dards (above and beyond what may already have been known from previous samples when specified by Goif Course Designer or Owner) Contractor shall immedi- atelv order a stop to topmix production untii determi- nation of cause can be made and Goif Course De- signer and Owner's representative shall be notified of the problem immediately. 2840 - GREENS CONSTRUCTION 4. Production may resume pending remedy of situation satisfactory to Owner. � 5. All tests shall be done by a laboratory approved by Owner's representative, or in lieu of such approval, a lab which conforms to testing methods recommended by the USGA for putting green construction. (d) Placement of Topmix 1. Contractor shall place fourteen inches or enough of approved topmix into the green dish, to allow enough for settlement of twelve (12) inches until sufficient mix to blend the edges of the green to surrounding bank. Topmix material shall be moist when spread to dis- courage mitigation into the gravel and to assist in firm- ing. 2. Placement shall be made by dump trucks to the edge of greens, pushed in with small buildozers (D-4 or equivalent), so that in no case is the machine too heavy that it sinks in the sand and/or damages drain tiles. The bulidozer shall work continuously on top of the just placed topmix, to avoid disruption of the grade of the 2" coarse sand layer and/or 4" pea gravel layer. Continuous monitorying of topmix depth is mandatory. 3. Finai grade shall be established by small tractor, sand pro with drag mat, and/or roiler. All pockets and de- pressions shall be removed from green, including those afi the green edge caused by inadequate quantity of sand and subsequent settling. Use of transit or level to check final grades for positive pitch is manda- to_yt . 4. Contractor may establish grades with "blue top" grade stakes at intervals of 10-12'. (6) Fumiaation — None in this contract. (7) Soil Amendment - None required in this contract except as noted in grassing specification. (8) Establishment of Finished Grade Before starting preparation of the green surface for seeding, the Contractor shall reset all green, green sand trap, and grass bun- 2840 - GREENS CONSTRUCTION ker grade stakes, rechecking all grades to make certain that all green undulations are as shown on the plans and an exact pro- portion and contour of sublayers in green construction. (D) INSPECTION AND ACCEPTANCE: All phases of greens construction are subject to inspection by the Golf Course Designer and/or Owner. Testing procedures may inciude visual in- spection of final grades and quality of greens mix, and both random sam- pling and testing of the greens mix to ensure its conformity to USGA speci- fications, and placement to proper depth and contour. Any greens mix not conforming to the USGA specifications, or those speci- fications stated on the plans, is subject to rejection by the Golf Course De- signer andlor Owner's representative. (E) MATERIALS: (1) Drain Tile - ADS N-12 4", drain tile meeting specification ASTM F- 405, perforated or solid as plans may dictate. Fittings shall be as per manufacturer's recommendation. (2) Pea Gravel -"3/8" USGA Drainage Gravel" as supplied by: (a) Turf Materials Tony Campagna Rowlett,TX 75030 972.412.3425 Samples to be supplied by contractor. All gravel to be clean and free from silt (3) Greensmix —"90/1 Q Superior Play" as supplied by: (a) Turf Materials Tony Campagna Rowiwtt, TX 75030 972.412.3425 (b) 5% Organic — Dakota Peat moss (4) Connection Markers/Air Vents/Clean-Outs (a) NDS 8" Round Grate, (green) P/N #20 (b) 6" ADS N-12 Drain Pipe - Bushings, fittings as necessary to create 6" vertical risers. 2840 - GREENS CONSTRUCTION (5) Interface Barrier Eagle Golf & Landscape 2761-G Saturn St. Brea, CA 92621 (714) 524-8598 (714) 524-6195 Fax (6)14 Gauge Wire - Material should be: A.W.G. #14 UL-UF Control Wire as manufactured by Paige Electric or equal. END OF SECi'IOiV 2840 - GREENS CONSTRUCTION SECTIDN 028450 TEE CONSTRUCTION (A) SCOPE OF WORK: The work shail commence after the inspection and approval of the sub- grade by the Designer and may consist of furnishing and placing of subsur- face drainage, a topmix or soil amendment and fertilizer, fumigation, and estabiishment of final grades in preparation for grassing. (B) EQUtPMENT: The Contractor shall maintain on the job that sufficient equipment of the types needed to complete all work in accordance with #he requirements of these specifications within the contract time. (C) OPERATIONS: (1) Gradinq - The grading of each tee shall conform to the contours shown on appropriate grading plans or as directed in fieid by the Golf Course Designer. The subgrade of the tee and alt shoulders shali be brought to a uniform depth of six (6) inches below the finished grade of the tee surface itself. Tees require one percent (1%) surface drainage. In order of pref- erence, the foliowing directions of drainage shall be established. (a) Front to Back (b) Right to Left (c) Left to Right (d) Back to Front (Only aliowed on steeply sloping tee sites.) Drainage should preferably be awav from existing or proposed cart paths or traffic patterns. (2) Topsoii: Contractor shall apply six (6) inches of topsoil to all shoulders of the tee. Topsoil shall be loamy, loose, and friabie, the best available on site. (3) Soil Amendments - None required, except as noted in grassing specifications. (4) Fumiaation - No fumigation required in this contract. (5) Establishment of Finai Grades - Before starting preparation of the tee surface for grassing, the Contractor shall recheck all sur- face grades to insure that all areas have positive surface drain- age. All final grades may be subjecfi to checking by Golf Course Designer or Owner's representative. 02845 - TEE CONSTRUCTION A final drag of the tee surface shall be made to create a true, even seedbed with positive drainage prior to planting. (6� Preparation of Soil and Grassinq - Consult Grassing specifica- tions, (D) INSPECTION AND ACCEPTANCE All phases of tee construction are subject to inspection by the Golf Course Designer and Owner's representative. Testing procedures may include visuai inspection of final grades and quality of tee mix. END OF SECTION 02845 - TEE CONSTRUCTION SECTION 02860 FINE GR.�►DING, FERTILIZING AND GRASSING (A) SCOPE OF WORK: The work consists of furnishing the required materials, equipment and la- bor needed to remove any sticks, roots, or stones from the topsoii of the finished graded areas prior to the Owner's fertilizing and sodding of areas designated on plans and specified herein. The Contracfor shall fertilize and seed greens per specifications. (B) EQUIPMENT: The Contractor shall maintain on the job that sufficient equipment of the types needed to complete all work in accordance with the requirements of these specifications within the contract time. (C) OPERATIONS: (1 j Greens• (a) Fertilizina - Fertilizer shall be delivered to the site in bags or other convenient containers, each fuliy labeled, conforming to appiicable state fertilizer laws, and bearing the name, trade name or trademark, and the warranty of the producer. Fertil- izer shall be stored in a weatherproof storage place in such a manner that it will be kept dry and its effectiveness wiil not be impaired. Fertilizer shall be worked into the soil profile at a depth not to exceed 2 inches with Roseman landscape rakes or an approved equal. (b) Seed Bed Preparation - The surface shall be smoothed and roiled until a fine uniform seedbed is obtained. There shall be no areas on the surface of the green where water will not drain off. The top one (1) inch of the seedbed shall then be lightly loosened ready for grassing. (c) Grassinq: 'I. Contractor shall accurately mark the green's edge using wire flags, approximately 10' to 15' apart. 2. Contractor is responsible for probing the greens mix, in random areas, to insure a consistent depth as shown on the plans. 3. Contractor is responsible for applying the seeds at the specified rate using hand planting; insuring that seed is spread evenly. 2860 - FINE GRADING, FIRTILIZING & GRASSING (2) Fairways and Rouahs: (a) Weed Removal - Prior to grassing Contractor shall mechanically remove weeds. Where Bermudagrass or other persistent perennial plants exist, Contractor shall apply "Round-Up" all-purpose week kil- ler to affected areas two weeks prior to grassing. If needed, in the opinion of the Goif Course Designer, a second application shall be applied not less than five (5) days prior to seedbed preparation be- gins. (b) Seedbed Preparation - All sticks, roots, stones or other debris left on the surface of the finished rough grade shali be completely re- moved by the Contractor using a Harley Rock Picker, or equivalent, and other such equipment and hand tools as may be necessary. All stones of 112" and above in size shall be removed from the seedbed. Following such removal, the Contractor shall loosen all areas to be grassed either by plowing, tiiling, or disking the soii to a depth of six (6) inches. Where subsurface rock is present, contractor shall disc to a maximum of 4". Further disking, or use of spring toofih or spike tooth harrows shall finely divide following this loosening operation, the surface of the soil, until all seedbed areas are safiisfactory to the Golf Course De- signer. The surface of all areas to be grassed, after final working, shall con- form to the finished grades shown on the Grading Plan. When grades are not established in areas to be grassed, all depressions shail be filled and the resulting grade shall be smoath and continu- ous. Area to be grassed shall also be finished graded to meet any walks and adjoining surfaces after compaction in a uniform manner so no water pockets or ridges are left. The Contractor shall use a surveyor's level where necessary to make certain that there are positively no fairway areas which do not have perfect surface drainage. (c) Soil Amendments - Amendments shall be determined by soil analysis and shall be incorporated infio the soil to a depth of at least 4 inches by disking, harrowing or other acceptable method within 24 hours following application. NOTE: When an amendment is re- quired it wili be applied prior to application of fertilizer. See materi- ais section for required amendment. 2860 - FINE GRADING, FIRTILIZING & GRASSING (3) Tee Surfaces: (a) Seedbed Preaaration - Specifications for fairway preparation shall apply. Handwork is mandatory. (b) Soil Amendments - See Fairway Specifications. (4) Banks and Shouiders: (a) Seedbed Preparation - Specifications for fairway preparation shall appiy. Debris removal and finish work shall be accom- plished with small machinery such as "rock-hound" or equivalent. (5) Brushed Heads - Bank and shoulder specifications appiy. Contractor may be required to bring in topsoil to restore brushed areas to grade. Final grade shall avoid pockets. (6) Miscellaneous Areas - All areas #o be grassed under ihis contract have been covered in green or fairway grassing specifications. (E) INSPECTION AND ACCEPTANCE (1) The Golf Course Designer will inspect the finished fine graded areas be- fore fertilizing, and grassing can be commenced. The Contractor shail notify the Golf Course Designer several days in advance that certain areas will be ready for this inspection so that no delays will be occa- sioned in the performance of the work. (2) General Material Specifics (a) Ali seed shall be labeled in accordance wifih the United States Department of Agriculture and Regulations under the Federal Seed Acfi and AOSA. Seed shall be furnished in sealed standard contain- ers uniess exception is granted in writing by the contracting agency. Seed, which has become damaged in transit or in storage, will not be acceptable. The type and minimum percentages-by- weight of pure live seed shall be as follows: Purity Pao trivialis Live Seed Poa annua Weed Seed Crop Seed 97% 0% 90% 0% 0% 0% The Owner's Representative and/or Designer shall be furnished with signed copies of the vendors statement certifying that each con- tainer of seed delivered is fully labeled in accordance with the Fed- 2860 - FINE GRADING, FIRTILIZING & GRASSING eral Seed Act and AOSA and compiy with the standards as set above. At the request of the Designer a 50 gram (1/8 Ib. sample) of each seed type* and seed lot shall be sent to an independent regis- tered seed lab for testing. If, during or after completion of the fertilizing or grassing opera- tions, a check of the quantities of fer#ilizer and seed or sprigs used indicates that the minimum rate of application has not been met, the Golf Course Designer will require the distribution of additional quan- tities of these materials to make up the application specified. (b) The w�ork of fertilizing and grassing will�be accepted by the Goif Course Designer upon completion of each area if it complies with the specifications for grassing and fertilizing as set forth herein. (F) MATERIALS: All materials to be used in the process of fine grading, fertilizing and grass- ing shall be new and without flaws or defects and of quality as outlined in the specifications. The Goif Course Designer and/or Owner shall have the option to reject any seed; sprigs or fertilizer which fails to meet the rec- ommended specifications. The materials for fine grading, fertilizing and grassing shali include: (1) Fertilizers: (a) Greens - Greens shall receive two cross-applied applications of 1:2:1 agricultural grade fertilizer at a ratio of 45 pounds of nitro- gen per acre, each application. In addition, milorganite shall be used as a seed carrier at a rate of �100 paunds of milorganite per thousand square foot of green, as a seed carrier. (b) Fairways, Tees, Rouqhs - Shall receive two cross-applied appii- cations of 1:2:1 agricultural grade fertilizer at a ratio of 45 pounds of nitrogen per acre, each application. In the event new turf doesn't respond contractor shall be obligated to make one additional application to such areas. (c) Other amendments for greens Scotts "Step" Package Specifications for Bidding Nutrient Sources: S Calcium ammonium sulfate, ferrous sulfate Fe Ferrous suifate, ferric oxide Ca Calcium ammonium sulfate, dolomite Mn Manganese oxide Zn Zinc oxide 2860 - FINE GRADING, FIRTILIZING & GRASSING Cu Copper oxide Mo Sodium molybdate Step: Sulfur (10.97 percent) from ferrous sulfate and calcium ammonium sulfate; iron (9 percent) from ferrous sulfate and ferric oxide; calcium (6.08 percent) from calcium ammonium sulfate and dolomite; manganese (2.6 percent) from manga- nese oxide; magnesium (2.23 percent) from dolomite; zinc (1.3 percent) from zinc oxide; copper (0.5 percent) from cop- per oxide; and molybdenum (0.026 percent) from sodium mo- lybdate, Particle size: 10+25 mesh (0.7-2.0 mm) Net weight: 501bs. (22.68 kg) Coverage: New greens construction: Incorporation: 0.62 Ib. product per cubic yard Surface application: 5001bs. product/A and roto-till to 6 inches deep Bulk density: 75 Ibs./cu. ft. Stock no.: 83113 (�i) Grasses• Note: All bushels shall be US bushels measured at 1.24 cubic feet per bushel (a) Greens - TiffDwarf Bermudagrass. Rate: 15 bushels per 1000 SF (b) Tees - Premier Bermudagrass Rate: 20 bushels per 1,000 SF (c) Fairways - Premier Bermudagrass Rate: 600 bushels per acre (d) Mounds, - Tifton 10 Bermudagrass at a rate of 600 Bu/Ac. (e) Roughs - Tifton 10 Bermudagrass at a rate of 600 Bu/Ac. (fl Shaded Areas -These areas will be seeded with a mixture of Tall Fescue. Tail Fescue shall be a blend of three cultivars (33% by weight each) from the varieties listed. Aztec Tali Fescue Guardian Fescue Wrangler Fescue Grass shall be obtained thru: 2860 - FINE GRADING, FIRTILIZING & GRASSING Trinity Turf Nursery Todd Henry 940.367.3981 mobile 940.686.2000 office END OF SECTION 2860 - FINE GRADING, FIRTILIZING & GRASSING SECTION 02870 SODDING (A) SCOPE OF WORK The section of the specifications consists of suppiying and furnishing the required materials, equipment and labor required to receive delivery of sod, store temporarily as necessary, transport to sodding sites and install upon the topsoii of finish graded areas (as described in the fine grading and fer- tilizing section), together with the finish and cleanup work as may be re- quired to perform and complete project. (B) EQUIPMENT: The Contractor shall supply and maintain in good working order on the pro- ject sufficient equipment of the types needed to complete all work in ac- cordance with the requirements of this specification and within the con- tract time. Equipment shall be of the character to negotiate sloped mounds and other slopes as may be designed by Goif Course Designer, and be equipped with fioat tires or other tires that are specifically designed to minimize damage to prepared soil areas. (C) OPERATIONS: 1) The sod laying operation shall consist of the foliowing phases: a) General b) Soil Preparation c) Sod Delivery d) Sod Installation e) Maintenance and Protection (a) General It is the responsibility of the contractor to prepare a staging area for each major area to receive sod. These areas are to be coor- dinated with Owner's representative to ensure minimum damage to the areas of the golf course not being sodded. Owner's repre- sentative shall approve delivery routes into each staging area. Sodding shali be planned so that no traffic shail cross newiy sodded areas after initial irrigation has begun. After an area has been sodded, all equipment shall be moved to the next site or removed from the project without disturbing already completed work. (b) Soil Preparation 1. Preparation of Soil - All areas to be sodded shall have been generally prepared as designated in the fine grading section of these specifications. Sodding contractors shall be responsi- ble for maintaining andlor restoring finish grade disturbed in 2870 - SODDING the course of sodding operations prior to installatian of sod. All areas to receive sod shall be satisfactory to Owner's repre- sentative. Grade shall be smooth and harmonious with no de- pressions, which might impede drainage. Ail clods and debris shall be removed immediately prior to installation of sod. Special attention shall be paid to areas where sod shall be laid adjacent to cart paths and greens surfaces or other critical ar- eas. Enough soil material must be removed so that after in- stallation of sod, the finish grade shall be flush to the adjacent surface. No drainage water shall be blocked. Where necessary, Contractor shall use surveyors' level to make certain that all areas to be sodded drain adequately. Before instaliing any sod whatsoever, Contractor shali satisfy himself that water is available for watering sod through irriga- tion system or other means. in no case shali sod be laid in an area where suitable water sources are not available. 2. Soil Amendments - Amendments shall not be required as a part of this contract. Note: if and when soil amendments are required by these specifications, they shall be applied prior to the application of fertilizer. See Materials section for required amendments, if any. 3. Fertilizinq - Ferfiilizer shall be applied in the amounts and man- ner as prescribed in the fine grading specifications. Fertilizer shall be applied on the same day immediately prior to sod in- stallation as is practical (c) Sod Delivery Contractor and supplier shali take all measures necessary to de- liver sod to the site in viable condition. Immediate cutting expe- dited trucking schedules, proper handling, including tarping, and other measures as required shall be taken. Owner's representa- tive shali inspect sod immediately upon delivery at site or as soon thereafter as practical. Owner's representative prior to de- livery shall reject any sod in obvious sign of distress. Sod shall be delivered to fihe project site within 24 hours after be- ing cufi, unless circumstances beyond Contractor's control make it necessary for sod to be placed in temporary storage. In this case, permission shall be obtained from the Owner's representa- tive. Sod shall be laid the same day of delivery. If weather conditions prevent this, sod shall be stored, protected from wind and rain 2870 - SODDING until the earliest available time for laying. In no case shall sod remain in storage on site longer than three (3) days. Sodbed shall be slightly moistened. Sod shall be delivered in tight roils and shall be kept slightiy damp for its protection and to facilitate handling. Sod shall be carefully unloaded from the truck, and in no case shall dumping or dropping from the deliv- ery vehicle be permitted. Failure to meet these delivery specifications may result in rejec- tion of sod if in the opinion of the Owner's representative, viabil- ity is questionable. The area to be sodded shali be delineated and agreed upon by Contractor and Owner's representative. Where quantity esti- mates have been provided for each area of sod to be laid, such delineation shall fiake this into account. In no case shall addi- tional sod be laid for the sole convenience of the Contractor. It is the Contractor's responsibility to piace exactiy the amounfi of sod required at each area, and carefully move excess to the next area. Sodding of additional areas for the sole convenience of the Contracfior shail in no case give rise to a claim for additional payment. (d) Sod Installation The first roll of sod shall be laid in a straight line. Subsequent rolis shall tightly abut the first roll, and shall have staggered joints for additional strength. All sides shall tightly abut the ad- jacent strip, pushed together tightly enough to ailow for naturai shrinkage. However, there shall be no overlap, and when such overlap happens accidentally, sod shall be neatly trimmed to form a tight joinfi. Contractor shali replace any sod that is off-color, dried out or failed has to take root by neatly cutting or patching new areas of sod as described above. Contractor shall take care not to dam- age sod to remain from previous installation. Immediately after lying of sod, it shail be rolled with a heavy-duty roller of common type. Rolling shall be done when and where the soil and sod are stable enough to prevent slippage and other types of damage. � (e) Maintenance and Protection All areas sodded as designated on these plans andlor delineated by Owner's representative shall be watered within one half hour of installation by the Contractor. Owner's representative shall continuously monitor them. Contractor is responsible for all as- 2870 - SODDING pects of newly sodded areas until Owner accepts each specific area. No air drying of root shall be allowed. All sod situated on the edges of the area to be sodded shall have a soil lip raked over their roots to minimize air-drying. Where joints of sod separate, due to shrinkage or other factors, these joints shall be top dressed with a loose, friable soii mate- rial similar to the native soil. Where gaps become too large #or top dressing, new sod shall be neatly patched in to open areas. All cuts shall be smooth, even and angular. No jagged edges shall be allowed. � (D) INSPECTION AND ACCEPTANCE Acceptance of sod will not occur until after installation in the campleted project and assurance that the sod is viable, and functioning as intended according to these specifications. All materials of whatever nature used in sodding operations shall be subject to inspection and approval by Owner's representative at all times during the procurement period and installation operations. The Owner's representative until a minimum of one week will not make final acceptance of sod after installation or at such time when it is determined that sod meets these specifications and is satisfactory to Owner. The burden of proof concerning compliance with these specifications rests completely with the Contractor and the Sod Suppiier. If Owner's represen- tative is not completely satisfied of sod supplier's ability to deliver sod meeting these specifications in a timely manner, he shall have the right to designate an alternate sod supplier. If Owner's representative chooses fo designate alternate sod supplier, original suppiier shall have all rights and remedies available in these contract dacuments. However, the time limit for providing proof of ability to meet specifications, shall be a maximum of three (3) days from such decision to designate alternate sod supplier if sodding operations are imminent, and as provided in the special and Gen- erai Conditions earlier in the project. (E) GRASSING DATES: Approved sodding dates are as follows: May 1, 2011 — July 30, 2011 (F) MATERIALS: 'i) All materials to used in the process of fine grading, fertilizing and sod- ding, shall be new and without flaws or defects of any kind and of the quality outlined in these specifications. The Owner's representative shall 2870 - SODDING have the option to reject any sod, fertilizer or amendments which, in his opinion, fail to meet the recommended specifications or are otherwise unsatisfactory for the project. 2) The materials for the fine grade, fertilizing and sodding shall include: a) Soil Amendments - No soii amendments are required as par# of this contract. bj Fertilizer -1:2:1 Agricuitural grade fertilizer at a ratio of 45 pounds of nitrogen per acre. c) Sod Suppliers - In securing potential sod suppliers, the contractor shall endeavor to provide a sod that meets the following qualifica- tions: 1) Sod Tvpe — a. Tee and Fairway - Sod shall be Premier Bermudagrass sod found at: Trinity Turf Nursery b. Rough — Sod shall be Tifton-10 Bermudagrass as found at: Trinity Turf Nursery c. Tee - Sod shall be Premier Bermudagrass as found at: Trinity Turf Nursery. 2) Certification - Certification of sod shall be required as a part of this contraat. 3) Contract Growina - Unless specifically agreed to in advance by Owner, contract growing is not 4) Sod Evaluation bv Owner - As soon as practical after signature of the Contractor, the Contractor shall provide the Owner the name of his potential sod suppiier(s). Owner's representative shall make an evaluation of such supplier's ability to perform under the specifications of this project. As a part of this ters: a) Sod shail be strongiy rooted sod, dense and mature at the time of inspection, in vigorous condition, free of debris, weeds or undesirable grasses. b) Sod shall be of the type designated under turf type in this section, and shall contain a minimum of 99% of the specified turf fiype. If sod is required to be certified, appropriate certifi- cation papers shall be available at time of inspection. c) Sod shall be grown within 100 miles of the project site, unless otherwise agreed to by Owner's representative. 2870 - SODDING d) As far as is practical, sod shaii be grown on soil similar in character to that which exists on the site. In no case shall sod be accepted that his grown on soil�detrimental to the fu- ture growth of sod once installed, in the opinion of the Owner's representative. � e) Supplier shall satisfy Owner's representative that a mini- mum of 110% of the required quantity of sod under the condi- tions outlined above is available. Unless otherwise stipulated by Owner's representative, all sod shall come from vne sup- plier. In no case shail Owner's represen#ative be required to accept sod from a supplier that is acquired from a secondary sod supplier without his expressed permission. 5) Desiqnation of Sod Suppiier - At Owner's sole convenience and opfiion, Owner's represenfiative may designate a certain portion of sod from proposed supplier or others (if Contractor's pro- posed supplier has been rejected), to be set aside and reserved for harvest in connection with fihis project. In such event, Owner's representative shall have the right to in- spect the sod in the nursery from time to time prior to harvest- ing, and shali have the right to reject the sod at any time prior to harvesting if it falls below minimum specifications outlined here, or in any other way becomes unsatisfactory for use. Once designated, sod supplier shall maintain the sod in such fashion as may be required by Owner's representative. Sod shail be subject to all cultural practices proposed for the project, including minimum fertility rates (at least sufficient to maintain color and vigor), weed controi using proper chemical techniques where necessary, pest controi, regular cutting afi fairway height, and protection from hazard including freeze and flood. 6) Undesianated Sod Supplv - in the event that Owner does not designate such field of a sod supplier, it shall be the Contractor's responsibility to provide acceptable sod meeting these specifica- tions at time of delivery. (G) PAYMENT Payment for sod shall be made on the basis as described on the bid form. Additional payments shall be made on an agreed to unit price basis in � cases where Owner's representative has designated additional areas for sodding and additional such areas have been duly noted by the Contractor prior to placement. In the event that the Owner directs Contractor to change sod suppliers at any time or for any reason, Contractor shali be entitled to a differential in price (up or down) directly corresponding to the difference in cost of pro- 2870 - SODDING curing sod from new source. In his pre-construction submittals, Contrac- tor shall designate the portion of his unifi price attributable directiy to sod supplied, including applicable taxes, delivery charges, etc. If and when sod suppliers are changed, exact unit price of new supplier shall be duly noted. Unit prices supplied to Owner shall reflect only the direct cost of sod sup- plier and shall not be adjusted to include risk or any other factor not di- rectly associated with supplier's cost. Trinity Turf Nursery Todd Henry 940.367.3981 mobile 940.686.2000 office END OF SECTION 2870 - SODDING � r, 'r.. ( � : t• � y .•� � { 1,..,. �� �'��'�:.��. �`����ti;t��:���`�� �`��rt;��s���;,;���:��° lk�;r-' •• •. ...,. �`A�JI���l3,Y4?i..:. ����...<.,�,�;`��:�:��..�. • � e,.,,•, �.� ✓x...•„o� �; ;��: ���;�ifki,�J,�d�E�1Cat10�1Q; i.<-:._ � �. �. i q.. .2'�. r,u��,s � T:�.�::.:.,�. ,4 �������'�i���.���s� :��t�iI�'�'k`#.�!iti`a��:._ .,::� ..: :-:.. • ,::._�.::.. .,�: _., . � �.��!��3a}�y.2�',;:�.0,�!� ; :r;����:;��a:: � � � m � � u . ,_.,.a:. ::� . . . ._ . _ �:..,.; o�r} ��or��� �����.��� ra�� e�:����1'F(�.l�T�,��� :.1.d: ;:�+: E?1��;�,I;w�:���i.�R�1L-.��?`�GI.F[�A?rl�}N�° z�E��FisF1�, '�1�;, �:.�� ;�:C�: �tn; :1?!'!A �'.�r :i)EFCNIT�aNv: '�,'i. �;,� �::;: �4j� .I�ired:� �y; �I'1������0�1 5�������t�4[lS; ' Rockwobd-���.sdtf �'r�ur���. 3 �,Rez� i�i_,�; .��,r :°Manufaat%�rer'�`:rhst�ilafi�on�,�hsi��ic�ib�s" shali b'ert�ie most�'�urr�nf ins�ail�ti�n iiisiruetiia�i�' :�U�ila�%'.fr'Q�Fi�t�i'e�'rr��i�� �uf�.�tuY�r.��x�tFi`a�'�iiiier:o�.Prw�t�ll'ati�'ria<. . � . . . . ..... . :. .. �. , ..... _ :. ...... !';C:;��� :�`C;QF!.�'r;'l���ll1(:��Ft��: '�,i i Y:IYLj �'�;: � 7 ) f 1�! t' I'� i �:.'i " � �.. . .. :��:� �Thi� fi`rl"��ya���;i�iti::C3��.tra:��a��;: .h:�i:l :�es�� <��iaiY"r��^':�rr�, adJ�.i�.' �ii'�: u�'�fau�ui:�a: � � i�rreY��'ia��ft'i�a •?� . �•� �, ,; ». r=�� �,. ��_ ;•,� , ,'�:ys���� �a; :t�i�� ;kh�� �s��er���� �a���'a�l�itt �,d� t�"�� r.�,sR�.r.�t�i f'[� Y_i�o;�t ��i�i�,�1�1 �;f fif�x 1h'�lii���� �, �.Y� t,�a��r�tr��n.rsV�a'ip.r..��'�•ta�e.�,��,��l.,�t��',x`�1.�w,.����►t���5i'�i�;�.r►,�.i �a��ut� �aj��,r:Ft�n��.��o's�I���.r,'[k���.� ,n...- . .. .. �h��:cl�:.,� ;�: :'� �tiorn+ and;r �ona�r' �`t' tl :�r'.} ., . �. � ;� r_„ v , �`''' :�"'�,.� . . � ��:�.?!.........,.� . . � ;�,. �,.,a._.�►.��:Ip. ,�r,�,,�ii; neW: �p:!��C► ;;�..,..�l:�t;�;r :'���;`� w�.�.l.� ,i�rl:G[l��i�,9� .�.1� :�t1���:k��; ;;c�;rnp:�n;eri����,rid;��ruotu„r;.�;�'.f,a;unc�ati,��rY� ?�.,: ; `'� �th�:'1:.:4" �iI i�. :l.T'� :�1•: i:f. � :IA�:� fe1' <I . : f:: n � � �...4T � .ii`:' �::� �o�tst�uc�i�ri ;tif�:. ' p:��;�e%gi1����ed>>�rt,etai "b�'.jif; rn �me��iil9a'th�,`n7i�i�nu�t ;'r.e ��"ui;emeitit�`�?aft .. .,. :tFia�`sp���fl'���brt�ar�d �II�Gi�code�;a','ri���eq4��.,�?ten#sb� -. ._.,,, .....,..,. ..r....„r.. . �;�..�1 .. ..... ...... .�-.,. ��..:, ;(�l'avf'tl�r:fii'i�l ����:�iiil����iai�.'�.ahydrlt,��n�'<f���i:i'r.'ei;GP�s'suki��rie�e`'r��.eld�1'ri���iri�;4:ihal�i�ih;� �IC� �Ai�t���:iid�el�.rfri:��at:?xbi�tin'���; alVe"s":.,s�"rfrilil. "r�� .. ,- ,,�� �:�.. >� �: .,�,;`y ,r � � ':he�'ds�,el:e:c#r��:�[;�plices:;<a'rid,,al'1s;olfife�tuk�st, :iriol.tad�r�;; �t,�k'�dns�r, te`�s, f��ru�iays����,�K our�r rou�r�;�:��uci��'�rie��,� bui�ke.��edg��. �nd4��irieV�' �r � _ � « „c�i;ti;�a�ki:. . , . � . 1 ._l�, j .b1� . "': ^ .. : ", 4,:�. si3O:., '��:r:F�tr�C�:s.t��is���::,, � -e.��Ym�t��� t��t�;::�rtd -'r�:ui:�� �r�� t•`: .���;:CYiei�;cair�'r .l:.t. s.';s �tri>.:fo�,� .:�:, .. . _ . .t'� . .. . . . .. � c� .t . .. .... , .�` .p ;R � .�,:� ,� Y. ;��a��,er�i.r+���1tQt�����'�>i:�i"P�i���yir►�,�1.(��'i.z�r►�rai:t�;;pp��ra��;o.�� . . '`�..�ir. '; Irri�gai�o��;�:�p:�c't��cat�o��; ;;: . , ���,., .. :_ . . �R`�;cl�wo'Ad:,�,alP;;��i�t�.%��; �4 `lP,i�' L'L�� :� . - . _ .>i...,� ....:. �: ;i;;, `Tr��J:�h'��X�Y��,ran4en.d;��.�:��f�.:��.�;k?:�:�.4��j1�:��am.p.��t,��n: 2: ��:�pl`up{rk��w�'(`'�'��i��� �I� ,�.irr��n. � �ater p�f,`r'"i'' ��'.yp�� ��;kater: �'tl n� r�� `�7�m. '�. ��I ��.��►(�'� :� . tiJtc (��nnp� �e � i .....£: ,..��:•,�Tfj�:� ...f�T ...7'.� :i:ri},.:•� .,n.�i�. .�;x:..��::t�.�' ,i�.7's,:l�e/.:.xf.•7:iwaY-• z•�•!,n`tt'�.�.�Y.2...�7�:._ .;�S��i�.,..47{i+S'•��:�.�..?17:.n�.y`.',F.,.;�c�`�..•� �� ' 'l '�� �� �^ F� � '�- SY tl � �` <:- ;',ii���,a1.:��i?j5:�fashra�t �dead er� �c���ip�����a�l'!�`et;������e,����J��ned�,�Y.;sa�a+�C!tirY��ld:;a�er�en�'� , , ..,. �• i cy r ti, ��� �� s a,�yr, r 1 •,i ,.i �r �. r . ..... . `��i�l��r���r��?�,`�;,����:�:����.�l�d;�i� ��har�►�:�<�r,i���!.�,����!����� .,,... ..,.,,, t "x•, .:•,. _�: ::,.•_,.,••���:�,..�,�� •.}��.,- -�:�., :,,�:.,,-_ „".;•• �;��,r•�:n�•: :-�:.,,,.,,-v.4, .,y.:�•�: : ����,ry'.�;,°.1�ry ��+'��x� �a' . #�.:n.�'�-'j ��ha� ��.q� us�]d+;f��. ali'�,m in,.�nd�:�(a}era�j: f��'�j.es� /,�.uti ,n"�t �:`�t:ar,' ;a���a; •� s �1 :� ,�,7;�t` • �r 1�.�.K fi� ,.�....,�..�;..�ru?:.� ina-:.i'�+r..nne.., L.n.._ :.�:,..-Vi�=.,:.:4v.,.�;:.i?,�...aa'•i�:�1aC�..-.�t�,i•.«,.���.'�l.i�.,n�im�....r.��a_� o�_t E�..i<+ Pf ic<H.� i� rnj. iR 1�� �'��!�!t��u�►a��;�i;�a�r�'��t�i���, °�l�s,� p.�fi�:IC�I��;�i;:�� ;5�.��Spe'�i'a,f ��I�'i�t�u�kio�i�';tr�'��id��r,�#A� . . .. ..... ... ::.., . .<.. ..... :�.:.��.,:. . .. . , _. �I�G ;GHAN��S`�IN:fiH��S�i�P��Q:�'W�RK, ��e��:C`�rie'r;����l�e:qul��:rfi�irl�st i:U8� !;F� YE�N't��IGt/G`�C�����C�F�iN:t��Ri�; ., :i��;, :�t;, J:1Yi� ��I:IGt ........:.:...,. ,fi:,,.. :,�`.:�, ;�; �'..N��� �.������e�iar�:fi�s�r�,c���.r.�t.���#o;;�it���r�;#�� �:.W;: ;$�N:�.��.�,�':f��U��;A�t��i'��i : �; ;1;;7,� �.�: � fi/VC�:��f;,��tiR;C� `� �,: �rial��i =�vGitt�t� =:riatlfi��#i'di:� ���a ;.t�i'e:� �fifii�'c�r� ��k�.e� �4i�i`E�,�: si;tG►�.;,��r� l rrig��o�'�p��ificat�Q��: 'Roc{��!o'�ct� ,���'Qlf�:'iaurs5,'�, �;� ;fF?L�; LLC3; ,�.��:. .{,. `.3i:, ;, �:�.,< � ��r�: �„; .�,? :�:,: '�i,,, 9S„ ��.Uii i��%�V G:L7�ntTFt!?�;�;j";DR:lkV11J �iG`�' '�:.,: �''1 tl'C� lit{r� LI'::��? �,; f�e;,prou��l�'d.: Irr?gat"�jon, ����#fi'��t�o�►s; ROCt�;V�OACJ;�Q1P �`r�urs�; :�C IFII; L!:`,C; ' �� »1...f� ���l�i. ' ��. � 1.�.. ..4( .��;. .,}.. ' ..•�Y ; it� I 'J �''�V�� , i 4��� 1 :,•�1' �'��.1.4 ::'!� ..`.. �(.�'M1�W�.�(f�...` ���e.i�f�,l �d�sl��ii�ien#�effr��s �r tb �,� rr��c�e��c�5 1� ur, r#h' . Xr g�t��'r� �a ��i�r� s�� ��. i�, a�hC��r�d�� �n���, m.ai.tatatr',r�d. .carn�iii'Gnen�a.r;:�� ta` ;tF�� �•'.cor;irse'. �oti�tFta.citi.�i� r�.»�: :p ani):ri�, .'.�Q�4e��T��i�{+ _. �TFS� ;•.ir�i�'�#i'i��fi:.>`�dfitra�foz� �st��tl� �:a�i"a:a� ,+sittli:e�f� ::vir".o�k�i'��.,,�ftti�; �.��'$.;'i ��1;� pt11�t:C0�a `0�'' �U, p r � �.:..., , :�:�s�`i�ra�'I..y::aricl;��i�t�ll�tr�ri:<;�,�p:e'ri�k��e�i'a�i�b'r�;��dUh�:s;�;f.aY���59fi:��'u�'�e`a►`�A�tf�ia;:su�kei�1�; ,.It�� `7'h� cis� o`�'unquali��i�..p,ex�4orts �o,ParF�r.r�,�r�Pti����r�,�qutrin9r�de�qu�te}..qualtfi,��tr`Q�t�'l'�:; `suffi�e�en�rca�s'�ef�'r th��p�rh�� i�,e���ke�tli� t r�n,. ;f��r�,tj7e;t�sri��n��to� ��f�fh� crr�t actar. ��,..,...,., .. .,�.,�_ ... : ... . ... �,,.�, ., ..,.,.',$�,..•�... .. ,.,,... . ,. . . �,�.,..,... 1; �:�:, :,.,�.:)- •.,:•• ....:::.:::..:,.,.:,, .�•:,�:,,:..,,..,-.,:,�,.,. •,,,e: a„ ,u,.,,,:,,.;;,.:..;;..., :�,:•• :•:,.�:;,�.,;, � ,•,,.•;.� ';A�r::'r.�qu�rp h��`f��Cl;:���lr�ert���:;ii;ri � a�a��sti�l.l;be`;qri�si#e;a�-�I� titt'i�� �y�ir�'g4,ir.i�sfallatron ,r,.:...�.....�....C'��1"d . .�-�.....:��.���,...,���:•....�...:..,i,���. .�,.._, . .. ��...� �..r... . .�,i._.._.�•.c:,,:v..u-.a,��.... -:,K; ;�(�i���t�i�`�I�-��T1�NDAi�'�'�_: . .... ..._ ..-........ �. .1..• _,.. .9 . . . .. . . "l�:tt ���1Nh�;nj;�i�Fii����'peci.fi�ait _... .._... .,.__.......,.. ��.. _... :.:�:..,,��,: �?�;;: ; _,� :��: ;�U�n�lf 1.�T:1;;��,tJ I�.C�:���:�;Q�;11 TR`l��;fi; }� �::,,.. i!I;e- ;Nla�t�ifaetia�ec�s:�A�i;p�:av�if���i� e��.en�y; " .... ..._ ...r�..... _ ...... . ......_,�:�r.�:..._... .._ . �:��'. P�bwid`ei �y�ih►.�l�ten�:��i�ffr�a�►a�n fro�i�'�iY��;���Utiioki�e.t�: I�Cigatio'� �Dis�tri�iaf�r���o�� �h".� -� ��.e'Qi��i.�f�r �aKid; ; �aro:p'e��` in���A�ti�ii� � �a'�i:d� ;;�to`u�.dir'i� �o��� �tie� :c�n�`(:� �a�'�i� :�:ofhe� s��vrir��o�r�riis:;offh�; ��ri�r�l��i's#�:trti.: ' ;,.; .,, . . ,, ,,., t . ,.. .. . � tN ., .._. . ;.. ��,,: h���a.�tr;u�t��r:x:R.`��or�i�':��:�'q�stt,u�ti�ri,��d'�'� :'d:rrii.r.i��tr�t�, _�, .. .� .. . ��� �. . .,...- � rk��; :��; � ��b�; ,_ � ::�'p'ri.nki.�r�hea�: �f��i� ° es; .�; ,ra�tr,��r��=,��:�: `Pip'� �'tout(��yc�al��e� rEleot,�iea� �out�rig ��'spl'r�e�� `�tll �ii��;d�ops'wr� not���gGanfi#yj l�ll op�f�i'rrai�o'r.�oth�rr��[p�sYti�,i�o�ti`or�s �t��i'atii�rr���i�e:�li�c�atiari�; .. . � . :����ialty;vatv�sj} aii�"r:efeas�;; dr'•�in;,: ci�e�k;��reiriate�:�:antta� :���; y pa:i ur• � tl�' `IN`tFi ;�achr ��.�:;:{r�.� u :�h `I ► at��Cr;;,Car:i�r:�ctibr•. s.���ll° � rov�da�,=tvv'o. � ;�e.ts�,;af . ..). , ... I , ,.. ��.. Y. qr ,�SSti �r ,}.,�.,�:.... � .......... ... ...% _ R � t � ;�,_ .,.. . , . . . .. v. �eprodt���lans o� th�� aurrent, '�nn�t��e� work�ii��� 't�r�wings, .r�f(,�ciing th�e; �r,ogr�ss, �� the irr�tailation, a�ver�d by,th,�'.pay;K�que�fis: ° irri�i�on S��ci�i��tio�►�, R�qkv�c��c�,�c�lf��'�ur��e�. '� tP�; L,L`�;s :17i`t'Y'dii.rj�:':�'�i"fJlt� 1't'hIg'''d'ti`�k.Ci'd1�i�i��f't��h�; 3�:,, �Gbn;�.�C�i;.,�a� ���e:eai��(��.:�,�p;�,;�.i,:�l;fi�,l�a'����1�.� ., . .. ... . ........ ,... .. . .�.. �. ;, ;�,j �b�; ,,;, ,.:... F,.: ,. . , �, ., , ..� .�� „ ��); C341.fi ;�au..rs� ����i�r��;; �is: ;yu;�ll� ��4 ;frrfg;��i'qn�;:�i�t��?�t� :a.Ger,7ii�,�ttd.�����P� �.:.�, ��.��.Ss ,..:� m�?p�.�t��r��l�iir,em�:.ri;�r r:.. �;t.� �i�;fiimr�rrY,��ol;f`:;'G�,�����..,auX�s�;;���ture��;(r�G1�!,�1;�� :,��.��. ���'� ! �C��;; r,����. ��'' �;�.��;; .��r�r, .u,� . . . _ . ,�„ . (�� `:n'���;:i�iu��r�:�rr���������c.�m�ari�r,��t�r�a ����ue��;i:i��.�u��� �: , . ��� � �, ��^ . r .�:�; ,t.��� :����� �, ;;,�7:; :��;j.; �..i -, ;����t :tiZ: ;���; :e� :� �i.�: :ree��a; xt�:�, (Crlgd�br�t��a��f ff'c�tio�,►s� ,F�oc�wQb.�i;�.�'o[�;.`..44r.!�se� :':� ���:�?, �L�; fi'oC%a�c�pt�b:l.��, ..,. � . �. y y.., _ .. : r. t:� 4� ( tr��. �J �+, � C� � ?� t' �+1.. �, i• � 7 g f ::!fiCi:c� ��.u�`=r'r.l'�Y�� :;Q��;:, :�Y�' ��i '�; �... U.i"'.iri�n�; .a'ritl:. '�e�c�i'n(� u�;� ����,' tki�' ')r��'" �ii�ii. °+.M:� ;���7�IV►"; `:��1�.{V�' � C=1�1Nfi�� , _ . I - n -��Y,•a �4'Y: 1...� •....e�� ..,aa:'S '_" tI:L:��a.c:^�a;c:� :�N;:� 1Vt�T�RIA�:� ':`!'�u r�� �. ��_. ��� Irrig�i�ons�p�cifi'G�tio��. �oc�V���c�;�Qlf �,�?"�ur�e; �:� !'Ri��, LL�3; .::: , � .,,, ;.,.: .:., - - . . . . _ i,,.,:� . . . , . ..�. .. . , : 4;:, :>���i�C�l:;����itt�r:��r°�i'i�il.l�.illG�iii,�;tl��'i�.ur�i�;p��c�,fd��'ali;;il���ri�(�:i sk. ;��b'�la�t;=> } ;. ���. i�L�. :�':��a'f.. ::.'� .:' �r �.:'��� _.�;� 'tSfk�T� .F.t�A�;::R:.��;�iVERY; �M�lh;t7.�1�l�;,�k1�:Q'.G?�.1;I�J�R'`� ��'j�, ��.I�I! rPti�����.l��.a, � ir,i.�,� �I1Y►� �nP ��.1�f�j:� ���1�:4 �. ��,I�dii �...�.� l l�r^m rt �t � �, �t. '�rM . �7''r,'?� '�«. P's,: �IV1AT���Ai1. ANC�.:E.GlUIPM�NT;S.i:J,B,S��T11T�.Q�V;�. Irrl��tj'or,i �,���ifi�`G�tio��� . Ft�'c�W��d����,f,�o�t'�� �0` ��;.pq�;:L`,�t�; , , �.. .: .,.u.::.�..::: � •.; : . . .:.: :..: . .. .... ,.. , .. .,,:;: :.� . _ - ,; � ...... .. . : .., r .,; . ... �• ,-., t ��;�n:; :$�eke,,i�t�Uiiri#i:r�i�g�v+rhy tj�e;material;�s�i.�st�tuta�n �s�,desir�:d;;(e;�onarn��.�'au'a�i`a�ilityY;�te:,;�� °�:;, ,P,�ovide„rnanufaetur�r's,,spe���icati'nn���,fQr;Xiie propos,��,;e�uip�neh�,.,�i���wt�tt`e�i,d��a�'iptjori`. ;;eq�i�pmenf�;� F �r �t .,,1. p 2,, ��:,r L.:Mry 1 e� 1 , - • .<.�T••,.., V�.. ,�k:, ;:at�mrQ h"'� 'w �"Y�} Yf �r�'`(°��li µet`� ��:' =-�Q.v+i('I � _'%t1�":;b,, s('��7 :��a(�15(�i � ':":'t,,:,tlie: �ac�''a :1'.1 " r�ar�ria �e-�af'tFte� �;f�'+ - i•,s11,.��'P.....L :rl':tit:t:�3�,n?�;,:r�.;5 rC'�� s ..:c!C�.i.;i.i.tr:'.7�t.� a�A;:7,�,�t .....i;:...,s.l,��,l�: ,...., ..._�s:�',.''�F•'.�,...r.v'rc... !^�::.,�.. ... ..-...,... :ij.:.•e' j�,... i� 4'i, � . '���11��.�;�ent�,� 4:.�� ,�R�c�G..`v.'.'�; '�;ft'�ri� ,a�i�i�i� � �t��` ,D.��9,�ri�J �x�.dkis�t�a�i'fk ���iritfeii- �°a�pro�at� -�`f�r �t�� ��r`�pas���, i"�ufkisti�i�t�aha;� . . � ty�.�n.r.�:.,y,•,7t.�l�:.i'-r'1;�� .z�iv:-s•.i;,�:�:pu••.�v«•�•..,�:���:W,. �.;, 1'(�Q R f�.�p:ll Rl N�:� `�i�?�1�3;��:V�I�AT��.�� :1::,< '��?,s� ;`;J;n;�-�a1'i��:;�(��IC?I�'(�,N�,�,���„'; �:';,�: �lisi ��'i ;� {:� :�����:s���'�a��r:�;T:�l� �`i�;��r��,��; .�':�: �'T: ,•t ' ' ' i"�4u;.r:� cr.j�:( �} ':}'t>.PM^ e;,F-RyC�SG �;ar, �r£. ":-Rrr:r:l•a•.:lYy� - /y /�- M:+� ;A� ry:p�r.wt.: ' <r.r�H'rC��;::y�:r�( ... .... r.J. ... �., pu.. y� M ��/ /� /y } y� � { �y /� }� p p �y � ��t � R �� I�A�1 YN�'� ���.i7 ('���G �'i C+IE.+�4l�r`��1�(�p%ItS'G �r Vil:�(�, t�Q�'�'}�M G�{ ; P�-.� ��yw� �� {' V\1{����1 i. „ :�{ir`''� l .r(n� . �,�:49' �j{f'4'jr.t 1 F � r�yc,. t -.d.��q;i.i.,4 Li(•:Ti: r.f.�. �Y ..m7 �,Y•�`:.�....... . �.rn.. �.iyMY!.,..:�1,>c: ��r l df al_ r.it srn�te�(�I �r�K��l ;b��:�l���t�,�s��tfi;�i 1 r�i���i:d�F�;�br�tc�cEa�� ���f � ..t.r}�.: .. .::I. : �1� .; �,��;� _ :�•y,<� ���•, ��:. ATh� I�rig�t�a�t��dn�'�cfat`�sla�il��tott�i���trasl�►,:�ebris��dt�oth�1; c5��i6u5;�nsui�at�te max�rtaf� : , ... ..� .. . :... � .� . . .... .. . .. . ... ....... ... . .. .....�F. .,,. .wi�i�'�Fi�:�x�e�s;�b"eck�it-:;_ - . %i�CfiQ:EN:�S;REACTi,��;t�1:; :�;��, . :2} Th� lrri�ati,orr �ahfxact�r,rysh�,l� str,i�r�FWitFr�rY� a�ll� re�so�a�I� �and reauired r�ear�s�4ct pra�itles . , � � . . . . .. . . .. . . ;�: saf�l�r�r�.�f,l.��rpn,m���.., � frrtga��n Sp�ciflc�t�on�, �,f�c��kwoAd;�o1f Cou e! "�� - , ...... ,... . .�. , .. !`�..�: :.�:�: CP,,L?'; L �`Q; ��{�� . . �i : �,va;� IR�;1'n��r�.�t��%�TEsr�.`1 , � ,,,_ -�;�. � • '� " ti; ;., ` - �.:.•: .< �. f.. t ` l• i� ' �!:� .;�'r�a��iii�;, �i'��;�i���' �.f �p�.ii�t�e�t�ri���ia�'` �.iXS�:_�����f�iii�.�,'g �n's.#�.fie:tl"s��'�q4���i�i�.i�ts�,ctl.l,�.����:rn�tl:�x ,. - , _.., ,. ..._. ,, . _ . , _ . ,_..,:.,., , : , ..: �,. �. %�'��7d�tY.i�:r'��R�pi"��,��nt�tiVe_�,pY%bG:tasla:��. .11iin'� Q`�::t���i'c�ie��� _..., � _ t` `�, t�i:t �' i! �"�5.. ��r � L'\��C� Y� hc�� f.. � j� �. ��Yr, �,F.. ..m'� 1. •�:�f:�-�.. v .� � `�r��f�:� ,it! •���., � :tS����3. .����t�.. �tl���'� ��-o., �# �;�. .i�a'rd� �1�,; . : �. „ �:t,: . t`� ,.��Q � .��i�+�, t.�. ��,�. n� ... _ .._ w, .,�7��: �� „ .�� .,��,.., � . ...., .«a,.� � ..�pl... ��n...� ... ... �. ..�n`� . . .. ,... .. _ . .... � �;��. i p •.i.• ( �. "c 4F 4'.}r� 51 ' i�.�.�t ��: T t . ���rr1 �.a.' o.: :�'� n�ca��tar4?s : II r� :m�ti���t�� ;Ytes�;;a�d:th;e���w;a,r� � : ;�c�o:�d�n�����r�it �. k�:s, �.... � ...�t� ;�;,...,'�t �!, .►�t.....�:. ... ......_....,.�`t�, ;p��....g�; . . ��, , � .. , .. ,1� 11, _... ... ,. ,... . _:.f�,, �...r � ..a ...t.. ..,, , �ti., c... ., .�. , z.�pe;�if���#�a�;;s�n�...i,h., ��c�,rd�,n,r��� ;y+�i#� ��a.ppt!���I�� ��'A���� x�g�_l.a#�`�..ni� ,;!�n!� �a�e.pt�:a; �pra��i��.��4?�4fhe; i,h��a��!�!.. ,C.■ Y j�..�„r :.�,;,,,,,,,,,,],;R,�,;!1.,;:y11.;«„�i.L.,�,...,.;}„ �.;.,., rtn,;�::7.r:,:qcee<�.�+.{,.sa•::a, .C�.S�.. ����.:,:c; •} �f�^t }vt9��'+1; ::c;��j��wr�(, ��� ';�.-t�!�,.,,;,�;•u...,���( �z]��i,�x. i(�7 A.,::�. rr-r Yt..�r,F;; !1J4?�I � , I��, +�����CYniT�]w'�t�lllj,l�.1 ;��7 5'k;�Yl':.a�� �� �' i.IL/��''� ���x '4F':"S}�Y`�:7:7+ i�!"�.4�„It i1J,�''';5�5*�1'��r�',�I�I,�US T�7.�,! :�3:1:'di S1ti r� `��LI��'. i t v,,.re 7:.r,-� a•� v:,ud•.n �-.. S , ,�'r;�,r��r.�c�.ar,,:: +>�:r.,'�M.l.",'��al;d` 11,�.2t,' }F3�.,N,GiliRf���"':/,�{I.'��j ': �i�� . �a�y+> iG:'U ;i�4r. :�'�.t� ;�,�;., � ��.�: ��I�� ;� -x�;:,.:��.:-::•:...... t...r� :.:::...............:��;,:. `��/V;� �PA1`M��VT�:A�1�D�:i��;fJ�INR��; �1;.;.. ::��:e::�.en�rai;�Fte;q�c�i;K:�m�a�t.s,::Se�t��,��,,0� ��:�"�0��;: 02 . �.:... :, ., ; ., `..,_ t.,.; �x. �5��::�e.r�ral;!.,R�.quir,emen�s;S;e:cti'Qrr;;q��a1:5�1;�,;�; 3�.,, TF��i.i���iio}r� �Rnt���t�r isf p,;o�.,r�s�,a��ibf�,far;�n�+: r�amac��,;,caused. pY p�he,,,r�,du�in��'th��, : .,,., . . . _. . �.si�. clay ma�ni�r�ar��e�,c�t�:e�s..pe�lo�t ' irri�a��an;�pe,c�fi�atian�, lPI� L`,I�' �,, Ro�l��i��i4�?��',��¢��`�4����: ?��: . .. .► ` .4?_ i�ts; ta�; t��:i�tiastu;f���;��Ci�j:e�����'�,ii���i�s ��Yall'.�:i`,�:qi�%e�•tti� �ir�"�r,'e'��ililfi'�:�it�ins;5�1��1�wf���i�� `.�ti�:;r►ot�:d:;:pr��r�.ss�.o�'�a:�h`�lii���::1t�'�r :�• , : .. . 1, . . �,�, �� . �,�� F��riuil�terihl�el.�?��'r:ist�ili:��Yait.�,�a:a'�Sf11.l�ds ; +� -i v r r :r ti a�y..•r , .. • , (�� >�p��k�`�;'�:f�a���fK����ti�`,f�.'I.i�,;+��.�r�����ti.�ii :.. ,: :�.:.. ,1�, (�j�,,,,f r�+� y.�y� ,�, , 1�,..,, .,�,,,�y �,,.}.�.. ., „> ,.�.., ��� `A�?�ra:�e,�rS,s,4.k+.�i�lfUCi1 ��,����I,.Rc!�� t�d?t.`x� ���`�!;�i���.���� �F7�;;�1�1,•et;'�l,"',r; ,�;e,l'��.f:�,�.f:�.i,f�l; �.? .� ,,{ � �..::..•.., �,•� ' ' �;, i��i��ri��� i,•=. � 5 t o > v,���.��.;1 - i� ��y :Yh���.t�.�i�n�-.!���.���Qn;::t�;a�;:�;��nxcQn.�j:t�:e�. ���;I.,P:�.,f:4.�a;:� Rb�kwa�d �t���G��tu���� ��` IRR�' L � , . . _ . ... �, G..�., .. �.. �.,�s...., . .. .� ..l�S�; ... t ..,.:..... J : ; .. :',I�:� '!':/�i,�� i l�;*' 11iN�t;.;�.,:::�!4Li.,., ���,...;;1,', ! ',1. `',l�l. .,..... . . ..,.�<;,. �... _ , r,...� .. ,..,,_ .. ... ,., .....,� ... ;�:A; :���I��I� '�t�}�+ �z��, t�,r 1 a r r r t t�:�Yi� :�f�� ��`.:. �;::;. ;�:,� ;�::; IrrlgaiJan�Sb��n�fi'c�tl.,a�� ;Rt��ki�ioA.�ir��'Qtfs',�..�`a.�;ur��,: ;1��i l;P,G�; ��L�., i:. " �:I�?. �.. 5� ;`I � i�. . ,�(d:r.� t 1��•...•:�.;•tr• i7o• i :i��`'�;` :�h�a(l;;� , �;f � e � ��n�'�in��'�:t��,�i'y �� �' i''r:. rri rtt� 4�F=:�A��(U�:;t' � ,ti ;�1�:n' � +ivi `ii; � �.� � . ,... ���. :���....�: ��,...��,:�_�.,..,.�..��.���::��..q�...�._..�...., ..... .... ..............�.4_. ....... ...�. _..�� a.... ;.�:�T�?l:��t�.n�a�ri��s,r,ef�re,nc�d�;t�;re.r�i�n���, ... ... �MaR� �t� ;�`�.�an�i; .:in� � �.�I�fiall:� : au�;� rninimu ,ess.ur��:c{a �::r tin � ; .,'1'.6 ��:;: •.si., .� , : �,. . . . ...,..,.. �:p.p ............:..!.�.....�. ...,.:... �. ..... . ..:............,�sl?I'..,.._..,,..,.,.�.......5.......�,..:,.9,...... �... �,..p.. .. V�• ::r: rr�- •i,�• ' :ur.e. :•��;a•, `ar, - : r. nc:'� '7� s ' .:csn :.n.:yr - �:ur. ar1:�.v a�+t � 1, ��:r�. �all��sl'�av����t�:� ,.:�ite� ;cori� rdi'E:w �.,��,at-�i� tl��:,:ki ; ' eG al� b'..:1 °Fad�' .o��i;��"'s,•�hal .�3�>�; J,f•� .Ifi'.i � •.Ip�.,.,� .�'. ..t.. ..Ir., .a �:a., �.,�p�,Y. �,. .e.�.Vu•�:.: :..:,�'.. ...!1.9,... .,I`: ' ' ;'r�l%iit. 9y+t)de�?::;.>;:ti: •r!'•.-� tw ,r4 t� � t ' 4 � �`4� �+ � � �. r l �E i'' � i 1 �`r � �t !j s::�i �ncj,ti� �1` �r,�aJ��ser irr4's��e ���,�hav,� a re�s�,�� cl�ss ,.r�i�ng �a�' � 2"�, R��, io„ g�ea, e�1 Aur���s�� rii�l���SrQ�II�B.�+�V�iiEI,C . .r. r. �� . ....�. . .��� ~�� :.��� .�:' ..�. �'�' _ ..� ; .i... -",�,-. .,,�., r'�, : „'�. �� �1�... �(il`2''�z� ;di�;�.t�al��n s���d ��e��-end f�texa`i��r:p`�:pip�,r.ui��;;�:hali.�t�t�l�x�,satU'eitif::ini�Id: pi��:a.ri'd�. fttfings:ta>:�l�t�i�nat�,tki���:t�eed?:far;.�h.r.�t���li��tssv,_ , ,. . ; ,r � � � ; : . � ,: �•,-... ,� �.. ,•.:. i �' �� vi '+ ,.� �-'. �a. �' ti .. :•�� iA�.�n ;flttiil�,� ;SFtC�(1 ���A'�:;i�.ize.�,�'.��5�„ XI'1.�� F1l3,i1Y;ti��� :}�.(��q �ir� �� �s �`�:�i'.fi.e�l. °tN;itf,i � ;t�;.��.:,;.'�.".�•.'`:: l�1...�"�i , � �� + , �p � ��. . �! > „ �oc�um�'t.�,ts�� 9��,�r�n�u�r.�lc� fi�in�� ��,�����b,�, r�.t�:�; ,�Q��3;�.�� ��i �: �;�'°` T.i1� �F�: � or;��,; �.: ,A�", $ i�� � C � �, ;��h�dui��� ���.' �ir�ti���tsipn�� �r�� ,wait #hCbl�n�,s�, rne.,e.,�%��� �t%�,; :���r1l���en�; , u�� ��"�'fti11� ���U"��14"t4��l��f � ���;tr �t��U81'i# 1AC,L',�t� ,�I�Itt�,aG"„ •'.5„ilcl��J��f�;?i�l,r`�,C1.��U,UtGC,C�,t����?�'�<<:.�,��',.,'��G��,�i`, ������,��x. �ln�..��,�.ARraved �aqua�l� � . .. .,t.:. ��fd'� r.•_ 'tr " ..yi. _ ::�� �v.U,o•..� " -:4'y :}� ci' .'f` :,i ..''. �3� �F'�`�r �" ..jri'�'°a.l'� ioii ori`..2%: `n�� rria i`er-� ��ei°a - �`i -'�tiii"'s�. �s �I�t"rif�:vit� ii;ss.�._i'�r�e te°�s witY�: ,.�,,, , 4?�. �.�,Ff.,,,, Sz...l..�#.;�.: ��..;d`:�; .I.,,,,. �,.. ...1 ��p.:�....,...�„t , Q.. �.: . �:,,,� ..�,., ,, J�-J• (�/� j�_y..�.;su;" .1- `.t:;{ri.{,'.}. 3>.�_ -� ..d.: ,t. ,.,�l,y'S� .;., ,icstia •i•j• - iti;: '�rrrtii'•`� `�l:;s;Si,p .Mv,;a�,}••ir31^} <: �. .. % ; r,: . .` . �� „ . S:, � ... E°�� :`r:. d�;�sha e;;"sed:� ; �:R:'���,'� � , :�e-�. e'�:s���j`^(ay .;���� ;a �p ':�%Y-��i;� �"�I�;or�: r� e.r° 'T=aTr..6�G�_. 41;':•��•.� �.r:r.;�.�}r.�r..s:,�.;� ;!1.;:�,;. , �z:�'-�,�, ;��,�',�.,,��r.. �c;�e:}f:;ar.S�..>�; ...�..�3', �::~.;:c r� .,;G;!� ;::i:v ;.C��;;;'f?i;,F,;c F..'� y ;at;?��: mee�} s�il��;Ce�ru�����l��l��� a�c:�r'dir��, �fa� ��TM l7���! $�'��}�,�; rn�,�;�c�41,c�d� ,b�y ,t'LA�,C�h': ; �itti.n�s;; Vj;ia�s�i���p��a�t��� �quat; . .. _ . . _ .., . . _ . .. .. Lrt '4S'.: y�i .• y iw•..it.r� t ��J•l:..iY�e •r.t�. �i'f 5: .i��..�I�.n V"�..�Y :•C � ..� ic�:t�c.� '.�•, i �t .k.. t� r•!� �.. �;��r �t�d bY,xl�rte;,'U�M,m�t�lia��on,:orl��f� t�r�d ���q�►� i�t�i'a �pip<�.li��sa sbtveiit;u�ele};��'r:;vi��. ..vi.: � 1� �' '`r Y t ..�t�� �. 1� �� S f r � ti( it� � z t .� � SF �! tv � � �Ye�ixows,�rit�,1���E���'�a�`��rsNa�[Uae�us�ds J`�i'k��.ip'�C;�.,ser�ric�e �Ibow�jssk��it�beurats� �or��1�", ;�s�,qr'��e�f��k�r�� r��'�f �I���'� u��e�rf`en�s���a��di►i�:t�t�Sfi���i D.G7�4?��Sf'�n�nUfa�tur'�c���`y. �LAvC�t.�.ttki��'�; li��:4;oi�.apprti.ir��`ri'e.q�taG., � _ � _ .�.: . _. ., . . ... 5k-: ;P;1I��TM�1`��;����t�t�;s�(�U.xi�h�;b�-ii�s'tl�iri:�ii�ji,:f�rr�iy�i���i�'i�iff�ur':a#��in;� . . �::, -r,q v i� � � ' i iti'i�:. i c�; :� �rfr�4 'r`, �6:�: ���,d[�ir��i�>���r��7f� :�ndt a,lean,�����d'�t��.s:;tr���t'yf4!'�:i�ii,�lc�t�g, {����,'��p��;�ri:C���i:tt111��r'��►��! txte�tt< .��T`M���p��i���.�c����D ���5��$'�!} ��'ol���kF��1'Yi�n�.s:k�ri`,i��:.�1:����.t'l.��f.t�is������r�li. ;�iii#t��`tri:;�oi ,fi���r��a�:m,�na�tr��� �f��� f��,.���.:�.�nU���ture:�;., ,: , ; r _ � .�a y� .. ,,-.. p ;.,, '�i� >��,, `� {� s`it;r ,ea `�e�7ri� • � f��,s : if; be . � ; uf� eture � ;:fY�m .;T.. �,ry '>;�;; i�� acea.rd�rr.c: :�u�t#h,�`, � �.T�l� ��'�� ,..1.� :4:.;.�:M.�n.•�n.},.,�..�� � �..i'���.���n._.,�.�.Y..� ��., ...�..l7.:qi:��:71`:._ ..��..�:� ,�.7.�.,-.�i'tt��;i�. .� . ,c�:•��.:5;.:.� ..Y_,,. . .,'.�:' ' :�i �,�r.. 2����;�`ar �����l�l,�<8��thre����:�pk�st�� P�p�if�tt�i�g_s,ti,rth�c�!�P..pI�;�:���ll. �et ��n�f��tu�e+� qy: .�{�v�'. ,i�,�'� ����Ct�r�1,i �11C�,01���7�TA�C6f��iiCjC1��1E .. ., ..,., `,8�,: Du��f�; ��,q��>r�i�pi�� sha�it'h� �m�ct�factur�d,by ..T,�re i-latnrigtt5�?;Cbr}�orati�n,(HARG�)',or: , ,... ... . _ . . .. ._.. .. ;���ro��,t� ,,�qu�al�, :,`C?`; '�A�K�'`;��1'I;�ING��: , ;, ,z � x�: �.;� -- - - �,; - :r,-� - � .�. <A U".,..�i° : ine. �t3ct-:alf� �o"'�tl;�l"a'fi'`�XaG:� ".�-: =`i��`e>��:u� `s�:sh�a (�:ui Iiz��'`"�skei�''�'i��':;�" �`�:�-fiftin�,.s� :'1, i r� n�� �� � �t � �+P� �� r n ,,...I.. ...i �;. P , h...ri�;�!P.;r.. ..9u., .:,- �,: � � � .. � ,t, .. ' �.. r . � ... .. . . .........„.,�� .:'. . '_.:. . 'r... .: :.. .�:^�.�.,. ,. tn:atic�w:for� therr`ttai �nd�:sail.rrovem�ilt reliefi: 2�.; �'�.��:;g�s.�i,��ustt�tin�:type fiii�ing,.s�;�'ia�r bb u�ed on��ftnia�n�(i�i{��'�'an�l'�n�a�:�nc�'id�ii�-1`i�iffitich:� �2�"�)`���i� Iine��G�ntrr�u�us pi�e��Ur'�)�ax�ail����in,t�Gfdi���tioi��,�M�nge+su�M a��tinr�,�t�w�i�ta< a�cl��t�n��haif (2�w5S, torcy fu� �4�) �r►a ��ine�y,��iegre� (904)s`,C�t���'; t�e�,,.y:ei�� f'-t�� g��lt�x: tY'p�sf�itrn�� �h�l.t';�s �a.ted fdr 2(riU, �i�ir�`�ir� me�i �II, r���iremerit�y���rdin�, t4 1��TM: D�17�,4 att�, :�tl���d; �i.rY, a��p�tlaric�:swith�,l�STh!1: ti'I_59,��. T..�1� �i�iittgs sh'ail Fi.�� mai�.u�a���l`ed; �K'�HA�CQaox �pprai�e�.r;�qu�l, . ,, _ . , .. , . : .. . ��,:. : ? , �I7 �ati � �.Lir:n.�:=�[iir� s!st'i�ai ;;b:�,�u '�.d:-fo� ,: �`re��:�i'rtc; `;' r�:d�`:I�r• �e�`�' �iatr��t: t�� ��i :�-:c.on . ectia .�s= :�. �. � �, ,..._., . . _ �............��..,�.. . .,� .. ... � . .... th . .. . ,.h��:{�..i�;�.._.... , � . ...n. . � � p� �� =;f`dri=�lt�,�ha��� ;ofi �ih�ctians str�h �s �vent'j��two ��t� ,o,n� hal��(2�'�S)'�, �Clrtyrfiv���(45) a;rt�i mrr��, degr�� �90��7)�{t�rns, t��s,�e��, Fittin,gs si��l! be a� d�ctile ir�,�,, g�de 8q �5 ��;in, �ccard�ni�e wltt� �A�TM A 6�6 �i�t�ngst shai( h�v� mechi�nr�a1 jam� ar push. on Jo�nt�; wft,�a gas,k�}�i m�.e�in�, A��TI� �F 47'��. Ft�flhg�, �h�U'��,b,e,a�. .manufa�t�r�d+��b�r.Hl�R�,C� ar� Irr;i��i�an; Sbecl�l;��,tro��: Rocl�wo�ad,�'�If�"�ut'��:;; 1� [PD, LLG :��{3�r;�7i�,k.',�d; 8.�,t���� �:� ���,.;_.�,.. '.��"75:c :�0,1�`�;W;li'�iti�I.TS���'i']t ;:��f�C►i�.�J.�.G;5tf8;�1��1 .. � .G,��, ,`:,`,'�t;: :�M 1% t"'"_�c:. � c:>,"i.e:..t.:_:1:i:1�c:t:� l;�� �C��P�t;�l�+J1V.�� ,•°�rt ^:�.t,�.: -.e�,�_:. �: •.:1(: ,�r''ii...�i .F....i' •::� ri4. .i�,:..; �� _ �t?,e.�;:;:F;� . ... . i. ��C ..,..... . ;1��,; fklC�j'�,����I�g� S.h�.it,;b�:;�'Gkt�,;f�t�r.��:k�.'ar.��:�l�:�tra�.�'�t:�i.�#?�;.h��d:�:;�r.,i�.Yi1':���0.$1.�6��; rt��'attstanr��=:0: x�,�ji�� .... 5, �.'u� �� U �•i.l g�.: ;�- 'y: �,:e• ��. �.. j: ;o'd �'�t�-� ��; :c�� � ��i`. �:rn�a' :�'r�om , � � ��a� i- r�� ,ua , t;si�.� x ;�. �'rs �-� r�i . �. ��s�., � .;�,. :�:�.; , A�' .��� �� ;� � ,�...,.. ��m.�;�hu�...:d�,::,.. ,�:�.: ,?�r�� �d', ;�. h � . � 1 Y � 7 �� j ,`�;a�r?�I�r�t�fi�,'�'�,��.�'i�fi;4������t��i Shal�l b�,ti�_R';�'C1�rarrt 3'4�si���g°f:�,�'•�,7��Q;;�4'�i,'!�'; :'.h�)� F�bri��Xe�d �itting��sh��l;(��am���t����►r�4�A�'C9(4� �r���ur� ,�,�I�s�, ��id �nd;s�i�il� � � m,���{,��om a�,?'�G'� �ip� ,tfr rn��ie �K�;m �7,'I,��r�s�� op� C�iF,� `�al��,�?��ri.f., m��e��rortl, ����/,3��,��resln,vititFrends�mac�irred�k�EC�f� ���I, .:r.. . . � ., . _,.� • _ �_ :. _ .. ...... . .. . . . .... . .... . . .. .. _ . ;C�� �i'i�il:��:QR �i`1�:tir'yf�ii�t�e��'`�ri 's��il: �'�S�:DR,:�1:h: :�r:�u:tFii�ke�� �. :,:: :, : � �flarig:es..�t::�i., riut-`pet�ttitte:d': "ITi���` m�d.e; IrrigaiPan �b��ifi`c�t�Qn�. , ,R�ci�wo�d�,,��,��lf C�pur��:,; 75° IPQ; �LL�3} ;�: :si��i�u�����'��;A��; `1.}; rQ,iffG'`I'eFt�:jt�rp�, :;�'�,, �. �..: w� � ;,J;; w ;' '2�:. �AiL��41�f,p�;���u��::�:r���ttati.k�j�'�sprthkt�l'<H��d."s.�halt ���'"#�;ct�'r:y�iset"-:1���#1:i�:,:n11�'r.iuf�'aiilrar�:�s: �speci���l� i'r�b�l'ri�ic�;�n�'.a�t<t�'r:.�ii��r,s�,�� `.�j1UlN��;J;Ckl1�1',r�: ,�y„ ���� �N'' ;<s"` ,.i � '""�5 "'�I :; �,�e�m�'�"uP�ct�ired �'':;L%a'�i3Y` : ai'rl�t�irtl���_�r'�� � >'i�o{'rr�;�'�e°�"u�I� :���,� .._eihi.,.'4iriti�_joii��{.r�?n:...��.b�,. .�.�!�,.:._,.:,:..,...._�.. ,,:�',.__�_„�, .:�t:��.r�:.�.._ .�,� .,.� ,�P... ,......,.��q:�.:,-,.. ��:r:E��:��i��TaQru;���:v��, ; � S,� ;l.�:.i� I A'�•vY�� {G�i�' ',�y�`�i"���1:���t Lea,' f.Y��`y��cll�����a��:!N���Y�..�'�F`f� ���n��i �AUrt��.Afi�l'��-���:��:�: .�R;:E;Ai �Rr����:�A���;�rA�:,��� . :���� :.�.-. . �._:;..� :..:...:. :..:::::...:�.:�,: .,.,: GREEN��& T���;15�:L�:1.TIO�N'�VALUE� ?i :,, 2;;�; Irrig��ion Sbe,�i�'��t�o�ts: ,. .. � , lPD:; L`t�LC; R�cku�_r,pbd,,.��, elf� C'oUCc,��: :1'6' f�r�gat�on. �Qrttrac��r sh�l,l s�aPRly, (�wn.er;;u4!�tli,�!Y�►,.(Z�;';Ise:.ys �or' ,ope�a#lan of`ttre,, isAol�tian: valv���. . . . _ . _ ���; �k�,(�;k��,i�;�.�1:�'4.�����'��. S? .. _ _ �... . .. _�:;:�. ''t',,; `^k: � ��.� ':I�(!:%�i�N�;.!`��,'ir�'�'i!AlN4,�, `'�,'U�:�:;:{�;'�;+�� .R��: ' l�►L,L�R�ii ��� �1l�.`� �.. � a^,;'� : ; � ,,�v ^ �� � � y • r,,,... v,.,.,�, �:y,,• { •�. ;�f.r' . a : u�a( : ; ,h _ �t��.�t 'i' � e as�all �t, . a:'i . ��[�:��2'; ��, � r,o �� � :�:'"� �r s '�b:al P�;�t�l� .r N:IB��;�M�:d'" ;;`I'.:, ,,r:, �,Nr,�I,.�,__....�,��...�....�.:�;�!..�..,. .._.��.�!..�.n,....�;�...���....n.._.���b;�..�.._.._..� .............�.s�... .....,�.�....,.....��...� ��SQ;ar�;�Rp�4�����a.q�a1�., „ . �..... 'j},����/jj�� (.j�����I�li�''<�'C3�'-':,���, �+'k•I�Y �Vl!i,�a.:.,..•.;:�...�;�4T�..:' , '`�1��i.. i�n�4� �2i,, . .; ,�;.;, ;°�N;�,,: ;�'a"�'��;f�I:1;�;;GC�.t�1T1�'�J`�;l::�Fi� ti��:� 'Tk'r�, R�'irr`�;B9rd:�ay'�.teri�:��ki�ll�::utili�ei�'=R"�iiri :�freit;IV(�d�l� PAa�E���X='S�� ��".C7;,: :ta�RC�3,ll.(�I [�I.N�'� ;, .. .i� t, t �° •• ' ii� . .I '�.. ,:.r ' �:tin � � �t�'r - cii�tti , �s��'sfi (I �'���rti��de ��ti'i� b���' ,�:�rn� .Cii' .nic��' i�p � ''"� � roU ; � rad, . .., � r4 . . ,. ' �ki#i�, ._... . .. ±.� .. .. .. ...... :w . ...�. . .� .... . �. _...�... ... . l. ._. ��.t�► . .�diti� ... ,. ,��. ; . ...�I I` � ;.G ....,..... . �. . � g.... . �; . .... ... ;�I;�.eti'i:p�:;,; _..� t �::, .., ,�� ;.�'; � ' Irri��t��n��p�c�fic�tiqn.�: � Rt?Ck�vo�d,Go1f �c�UCS�;f ��'� i;h?L"�; t�l:G; l�IC:qui�lt!:ca.ii�l'e�.u�C��'s: s1��II�b��To�t�''�Ma��(�474 a4`°��i��;��iii�'Bir'� IUI���k,6a;C�; �fEfe�i'�i�"��'ir�ii�il� �'�li�i���:,�i`id:�if�`'ret�a�������i�i�� ��.qi�.ir� az:���E'sL;�w�,��:9,'��f;�:e�"�i�i��'uC�'r"'���la{'%t�x`�:k�oa��, :Uiiift`i `p:ui�;���'::�d�[`�i?:,, :G�'i��n'�:�tici�'s:Yci:�S;;tUl�a:f��l.r"fd�'t9�`I:3��r�Arni��eK,:�#7���`W��`,W1�Yit"�x��h5i:�'tS�, ::a`�hl`i'e,��'�?,��ty!.�, �Tl�i'� Tora:��y`stem,�s�l�lC�ut�lize`a'`Tarrs:Mpd�1��VP �C�.�-XX Q�'�,`Pt�q�>� !C'�� ,;Y;Y:�:1?1i{;E�i�[�';„�0�;�'�L;,�t!:iJJY ,.... , ... ..:,t,•o-a.:•-•tr.•.., .....: n�.. . ...g• ;��i��t�qlli�`�:G�� �Fq`-: ;C:QNTF�C�L'9't/VtFt�� :�,E�.� r��:; :Y!l,t; +���� �r< `idib .6t,: :�,, r'�r,>.,.;.na, �r...:::. �r�:ic�ila��;;<�� �,�,.,;i :r., ;:.e�� ° `d`iri�t'� a ` �`n�.�:•;C4C�i� ��I�..,S'�s '`�itl;t�" :�l�r�ck"`��:a "iC'c`�""�ir.,:.��i�;i��,:��., ; �. •�!l�,� .�� .. �.._.,:.�.� �i.�,.�.rp., ��: 1�! � ,•:�.t,.�... �:..... �,.,,.;<�?: r•�r.:•�?,:; w��•, ,.,,. � r�C�'���ts ��,.�r:r.:.;.,.m.y.�....:..��ray•r:...�..�.:.... ._.,....,•.:::..... .�•:..�r��.�:::. ...,:'.r_� :�-:•:,v�:,�s . ........... .r� � ��;<: �.r. d�c ,,:�.r.;;:..C�:,.�::::.=::': -:UVi� ��c1�,�; sftir"��'oth� ��i ���oi;i�ror �i'i'd�� �co"�'ir�on� �24: '�%�I� 'ifi�i°cls�� �orifi3rm� _�� � r� � , � � :,...,.,... ,N�cAi�'m�l�d�fio��::of�`i�ie;��oi'itW:�(t��i°.i.'�anii�a�fll��"r':t�<'���i'r:e�tPr�fi'�i�'rgau:�{el dfi.'�i'r;`�;�.�i? , . , ,:.:,.. � � �a.ciequai'�;fb.�s�c0;�ah:�iki� distar�d:er�frt�mi��fih�;�i��i�rtaUe'r.';�i%�lf�i'r:''°.tii���ri�ttr_�tl��� �►f�.�al't'ts�Y .-•r ;�i���'�Y�`�t���rtYiuika�i�.�tii��j� Thd��iire�'��uq��fi�h���i� �'4f �'oit-actSrri n4��FYa11`��#�'�� les: :... .. .�., _ �. _ d. ...:... �, '�2=t�au��,ii� siz�� _ r.___...�--,� . _. a '���I,1 ��' �, ; :;,��,'��tib�r .:;. ��;C��1�kC9�.) �• , ;:�t:�; �W1��'.G�;?�I�11��;�;��QN�' ��:3"'. �;'..r: :;�� �?`pl(�.�R�`CI\�,1�... ;'i,`,;;, �;�11;;;vyirir%9 l�;iga��an S�i�citi,��iio��, ,F��ck,w,or�d.;�'a1f:;C;�u.!'��L ; j`�;; l.PC�; LLC;. "T:' THI�lJ�T'�S��t�C{�� s9:�,, 'Tlr�;"Us.C':�[�:c �ii'i�rii�url�i �; �pr�►h.il�i��si��: .�. ;2,,, �:�; :. �'�'Ti 15:;� ?iU.pa; �. � � V' ;�i�.Ci�.l�i� '1:;�; ,. �: � ;�T;��: ;I,N�:;NI:�`1;.::.:,�;C ,;��;,, :1?�> ;r�r���Zri��Pl�ce�;:°�t`i'rie?`���'��s�'x�:,`�k:ti��ii''li'��i�: ' I:1��; 'r�"fr pr���as�,5 :�o�n�re�� %.i�t��.ks ti�i�� Fla � ,l�olot;. _ __.... .... _ . .. __.. _ .. '.S :tmkl�r�M��el(Np��zie' 1+�hfY��� '""` ��tai`r�`:B)td;i7Q0v,�;To'tn�83'4�:ora r.;av�d;��' uai ,., .'; ; ._. . .. ; .. � ;�fe.ilaw_..._..._. _ ,�Ra.ii�,;f�ir` : :. � ,'T�.-r4:8�5:;ora�_-r�vetl:;e:�� u�l�:.V=��..:.:.:.., - ---�--�-- -- �. r �I.�:: :r,� , :Pirii�. .... .. . fl�aitr,��r�l:. .Q0'�ok:'�bro �5�iar a . .r;a�ted�e �iia[{i.. . .. .. ;.. 2�.,, 'Ti7'�; ��r�ntr.:a�tar'shalG als� pr�vide Vuoo'den [ath� stali'�s �r�F s�k�' cliasei�s to m�rk th� �hea�d': � �I�catiar���after:c�'rr�pletiian,�f,�th+�5��iiilifsi��fif�gging�,ta,i'r��iri�talnti�ie�,�ln'oaEib�:< `: , Irri��i�on ��ecifi;c�tio��: RaCls�r,o�ad,���,IP��"�a�i►'��,: ��9; lR.�l�i LLQ} �EIQ.P���Cisf�ru;:�Z�l:��tl:;pi'p�;�d���,:n�t'r:��quiY�;::th�.usti'r':�a:0:C1<��'ow�::aihti;r��ti��i'n�s ���ep�.i�hi�r�= ;cti:��e:�,'tlt5�i':f�t;��?1i�,rp,i�n'g.�� .... `� .. ; �I�;, ;;�.t P/ki�;���I�th�r��,;h����1�t�;:.LF1�'i'1�]N �P�CI.�I�C�ttQ�N��� t��t�E;E:�I'�: '�'+.1 . '�tfi :rt.��� �Ui� ,:.: t :���� ;:�'z ;Ii�;��E'�T1;Qt� ::1;:;. ��C:: '�7�FSTlN���'/�G1L�l�'(ES;,�l1TIL:i1'IE�.:RND��:STFtU'��'URE�S ,,..:. :.1�::; UUh'���a� :theF Canti��C. Qbc,ume;hts�,;may i�ndi�ai� �th� presen��,, g�rier�l Idcatiorr ar:. eXis#�lic�;:of s�m� facil�t�s u#�lity or stYu�cu�s wikliia th� b�ui��a� o�=#h�;��b si��, rr�itl,r�r, .. ':tti:� i�wr��� ��r ���tgr1 C�1��1�1t'�nt :�s�ur�es. any, r��$��n�i��llt�r qr the; c�mple��t��s�,.o.r:; ....... :: . �.: �:ac��kau�: o:���r��h: ih:���mat�o.tt � 1 .J 'G'�:: i �rig�fton���:ecr�i��t7op�, F�toct�?Nv�a:d;,.���G�olf;��u,.1��; 20: tPD; LLQ; ���.� ��',�, �;�..,; , , �..,,���, ,�:o�:� ��:ra;.i�i.::.�:: �'ir� .t: S ' '� ;`r �• Z j. .r •f • �.;,� ;�;.w�� :�,:�..e.;,,W�s,ig�;'��;�rrs:4�I�r�ti�.��i;ali'��k!�t�r�<;i�;��t1�n,«i�,�il',;:���tii:�i(�r-:h:�:�d�.,, ... . J ��x;� `�,���IIft�T;ia�,�►CCpil�rs�:;°�(U�1G�:"G�upl��'� �(r r��s����,�!alk•��;��dr�ij:�+;r��I..veS; �'4;i �+�,1 :`7.4l, �,��»J,�,,k � e � ;.���?1;�;��:�''1tUA�"�,R. �:YST�M:; ;�'�.. �:,, °7�i'� ::structii���:> � -'Q ir�•�';.,u,:. z._ rK:: , „ ;.,�.. ... „y _ •�-i :.�.. • � • .< .y ���:� G��;M�P�I�rG�C�F q�,STA�4�D�� L��A`r_I,o.N�;; �i ,, ... . `,'(�„ pe'r�eldp�rren�.�,af��°�s�-st�{��c�'z �rawi�'g�-i�ri�'�lu��d. in��•ih�3:��A�;�;,bf::tii:e D'��rgC1 ��nMs�jlt�n�•, ��ru���s;�.r.u�rid�drt�y t��,t�w.rier.. . :. : :. Irr1g�i�on �u���tf(��t�o�t�: � `Ro���ra'�d':�o�f���oui��, 2`l; IPQ; `LLC; :.k} .t �r _i; �a -;. i. `To��:m�in�,�,i.r�,;;��rii�kle�-;�e�c�,�'�.'�Z��f,:��r�:.fi��:,a�m.�.i,e�to� �4f�:the yvir�,�.:��, 'jC1'�.r�t��:��i�n��r:a�itar;? :shai'in t�ilswaa' �rr��i� e,��:St�K�'��,,�s�nj �l�ti e,h��.d.,�l,bc #i n�.; � „ ,. l.,.... �,..�.,. �.... t�r,.:.:,.... �. m�. h. . � 4,..... �'�`;,; �X����i�Ti�l:l�:A�ID XR�i�CMI[���, ,.. ,� ..... ��«.. > . ... .. .., � ,.,, , ,, ,.�„ �i;. � �;:;; 'T�'�ri�h"�5�-,��r°�'�.�!�:�z;:skS��l�l�;b� . _ .. ,.. ... r , �«t::�i� , :_tif`���1��1����� a�=ai`fi�ii�ftik�'r�i ;��i.��fi�:.ci�ptN��:a'�;:eig(���en�.i'r'r��i'a�<<(fi8''}�:: B:dt��im;'.'a.f:�:tr�l;t`�h� � �r.� .,•. `.�:., ���. � 'H::,: B;AG:tCFILI�� `'( :; �:;, Irr��af�o� ape��fia�t�on��: ;Roci�wQA.d;,�a1f�'�ur��, 22` IF?.1�; LLQ;; �'�,�„?{� , :4�;, 5t:,. ,...,..., ,:. ,. ,'I: ;�ap�:Ft���Lk���i�1T; .. . ... ,. �..: :-, . o.: , :.t.,. i:�.;. „_ npr•..t�, �, � '���;: � ` iif:'•�e�;�!�� ; . fc3".: a�t;t;z_r,:.h-�:t;: c..ti:,:ati �.<l:ti :F'�[Pt�l.�'��ANC% ��tT�1N:Gu ,`�:�::, ��� ��r;� ��n:� �"r;; ���:�� � �:;: t��%� ;ki;efa'i;��i Fle `t ?f' sionY � �.: all�� b� se.- 'oi�; �t�. �: '. �D�P� �� i� an � :�om �: :e ����s�: T , �� �he�t j��G io ��';� ..,.. a ._�.. ..h.._,, .,�) :u.....,d� �t�!a J1,...�i....h.,.�, �., . �.; ;.�-�?., .�.; ..�,..�t,.r�..._r �.. h,. ..�.....rt� . ' j .., y ' ' ` � � " '''" ' ` �e.� i e.n�..�:o�er� ars� ::,and �, �,,�r�e;d�ur.es :;sh:.����+�b. i,tn� �f��:�I` =ca.m lian��: ���rith..�tl�:. �`'I;a#��.t� ,..,q!� Pm, F l� � � � �C , � r � 1 4 , t� � ,, . �;re�n,r►�rrret�datii�r�s,�.���, r`Kt,stru��!q�ts��;o� �tie, W�P�,.�i�e,:and;�fliting ma�yfa�tuG�C�}. �AnYw ' (rr�ga��on'�b.���fi��t�o�.�; �F;q�li�v�,c�b�,;�Qlf�,��'.�?�1'",�,�;. �� �IR�Di�; ���C; • r .1: •, :.e • F�iti.•� �:����,�tr�1��.I���::��.;��1�i�lCy°�aa���I���dr:�G�:��.i1�.��;�:h�ll �.ki'�;':�.g�.�tX�:1��[:tiini�t�:u;m.:, �':� ;�:5, Aif'Kar`�btibot�dts�ddi��,sh�ilr�e�ins�llediacc'ordmg,t�r'th'e��Fullawi►fi�,in�fi'u�t�ari�k .. .. .. ., ., �..._.. ._. .... .. ....._ .... .,.... ... ...... _ ;:�j, �; ;��� ;'�� :�i:,r;i�sHw'�,i�;; :�a:,:. ; IL:. :�lf�iNU;�l�'�[JiR�ItNJURL1lES�� ,:,,, :��::; `�'�; ��1vMala�ai;�� :�.�;a:�i��i.s`. ����'r�: :�;�f�[)l:y:1;T��:AN� ,��f�. '�<� ;:�::;. 'SUUII.�l�`,;l,O;(tVl'� ,1;:.. �': �1�n' ar��a ;�valir��,;;# frri�i�ort �p.ec��c�tio��: Roc{�wob�; �olf;�'oi�r�;�„ 2� ,Qrair��:v�1v,e,,s,�s��'1.13 f,F,Q; L�:,G} �ondu�� Q►` sleeve; iFistaila4r��i shal( be � coordiii�rted�f �v�iiiii.. 'other tr.ades; :�s :r�:�ui'r.e�l .toi. f.aciliC��e'�a `.smo:tifC� �c�ri:stru�k��rr�s�.q.uen��:� c....4.:t,:•ie.p . M11�I;�Cef��::i'� . ._...-.,...s:�. '�:(��,,, T.HR.IJ.�T''gLa'�;{<� ; �.. '� :Lif ��f} ;3�:r >�, , �..5p ;�`;� � �n ,! :6{�r� ''�Iti'r::uis�1.�Cc��lt����all�k�i"�k�furrri�#=��a�t�st;:a;E��i�li�ai:if`itli�t'u��'��,'�i�Y:i�ki?ti�i`�i(�t 's:W�ri'��:�S�c'att"�t��:sa�� �YlBG�s���C��:�•tei�-l�Cf�.U� ti�{��;.S�l�fi�i.�tit :51��t�� ci�'tfFi�: �ul���e::ar����ari'•`�t]�t��iilCii�tlir�ie'�ik)if:���t�:S ;tN��N:= � ^ � t� n t � . .` ;. .r I%•i.. I IQ. �1J,1 $ �r ,T , ��,; �:k1.�1P� ;�..�ut� i�ti4.�l.?i�it����,/},,, �,.{ipiri,�1, ����rir�%�'ori'�k'i.� rlo1:i�:� tf �u'�q i'r:.. r #. .t!�s� ��1���� �,:�����t� :at�; :.LY,LJ{�(1�1�!A4�f�1`4�.���.���+!!!,4,���.�'.1',l, F �F!���I;IY>� , . i .� I / . �r ''�. ;�;': ;��;b:I;NT;�����`I�IhIT� ;:ix;: ��,, :31:. �:C�.:� ;WAI�V�;'.B'(:���.����,�, ��:'::. IRl�i�o���p�cific�t�o��� . ,f�bckwhpd;��pf�r�`�Ur��; �5; ;IP'Q; Ll;r�; rr_...� . •. .., . �� .. . t .. � .,.. .. ,.: : . . ; ,, . � .r },�-� t:'T1,..i�:i�t� _.1.�_�. k��.,�hal.( �c�x� . i����ru��;�� ,,. �°:�ri:rigu�#ri4re��>:ii�',� �.�� :Y� :�,. �,,,,,r�° ,'.,a �.' ' �':�C��nifra"�to'�-s ;'�(��II����'r� ; o', `"� �- , ��;,, .�;��,�,r- � p�� �:,a'.� .,,. ,,,�...,,., . - :.._�: ,,.,. .s., ��:� '�}}9 h���.�l; <<„h. ,�f:�.,����t r��� l.�.f �i,. �,mt�i � ��;���k�,oii;;,fo;�an:ng;rca�;��ity; %�QI':�53 'lr 1�1� ��f �j u� f� i�t: .. �V it iU i tl A� r�li f . , r . .. ...,.a... . �.s,,..�i� e ia`�wa1�Y�ir�s�ir�;anac�e��i�'a��,t�t'ust����:��:K%surfa����r�� '�tNfa�" �;���a�e���t �tiust:�bl'ac�sr:ai�s.im �'Fa�tic�C' rtie�Pi'a"ieal�th�'r.'usf'�:'restra'infsF'�rii�:'�;�:b��u���d::`��n:� n h .,,, . ,: :_i� :�: .._., _..a Y� _ . � .,....: .. � li'�:u.:af,}��naret���'tE���s%��lbak�� • . �. _ , . .: . : _ _ :: . :. . . , . : . . � ::�s� , •l :•9•i +� � _ . � i {'9 �r.i<� - �.��C-. r.� •�:i�. : vi "��.�y^ �z�,. �. �.e:•. �..ia:4.•. :�:: �V'�rv,'Q �`}�oxe�,���tl be �e��s:'[]� arell� ��ttl. a�'y� �`enf.�:vir�ij(.j'� t, s�-'b���sfku�fu :�s:c� 'd'�G�r���:"�a �ie; _: •l� :s:i`i1r:.-i. Y„u. .��y ,t:�../o IJ:i: i:f:.=:: - •� n:•.��iY�:•:':�.:.. .t..::S::.`:;.�� ���i��:.i ,::�:. .......��.....:�':.. �.. ��M1�:��:.'.�._...i�T:�:.`.�ti:... �;qo���;�;�:re:��a';�e:�ii�rie�( ��i�,�;��1';�`,erlj�+,: CL�ANUF�: � . A., �:'�:, A�i:warl�'�p;iro�t��es's�.�; tkie�frr��at�on���:�i�#'��cto:r.Shalk,;m'a�In��ii���U�cleak�..war{�;�n�iirvri�r"e'r'i�:;r�ti; :�1��{c�rn�l�te.d hoi:�.�� ` � ;T��:��T��i�'i ;1�:� ���,; �p�r�arrijar����:���s�;� ;��; �; F(%e�;��ier�bi kh� �li'ri���i'an ,�, r�iv`en�t�Yi�€ }� y � � �. .il. �� � , t..�. ..: ��•., i • f a� :r�� b�'' `I'''ij,��',;::�i�t�.'b� G,",b�'i t h�c�`I) '� ;� � b� #�1� �a�",' � fU�� tTi-� l"�tiqt;!'i=���'-, �; �a ,, pf� ��r� �s.... ,;�� k�� h� � �s� � ,r , 4��z� �� t�� �,, �J � , tkz.:` � �?.�t�orm�r��e� �T�st �r��;#h��,t,��ti�f�r�o� �cnmpJet,"�r� s��;tit� �u�te� �:i�„t,� V�hi��t�V�t�, :�?��r�r����s� �;h�.;aat�� ��� ��rnpJ�tt,o.,ci ;s�all ��r�raxf�;�t��� �;��t�r,r�rr� ;��tt�� ���ntr��x: ���wai.[.r,a��':�'.�.��o�::, . . . �, ,; 'T. :A�G:��:l�.��4�;�� �f.', (CC����UCI' �`�'E�-'C�1�(�'s�,��p�1.,R`.t.l �,R�CI�WQA;t�;,(a'b�fa;��'t��.t��; ?� CPD� I:LG; . y,� . :������'� �� P ' � M`R� �� ��lTl:t��l �`PE�f FI��i�T"�'�?'�1� ;P;l;ItUIF�'.a``,,�,"�A.'ii'I.t`:��,N;����?E��FI�'A'�"t;t'�{V5� r:� �:.; trr�gai(�pi�y."st�m?. ... ... . . ,... � .... . �.,.:..... :;�ia"�t�ii+�a.+A'�;:ti��1�7`C�iu�e :-;E��'ii�_1N�t��`ilij''Ce��s� , :;'II�,I;�E�! ::., '�!�{:'}.y �}, ry� !": ` �- ., ..� � � ..� �•_-:,.,..........__.,..,,.,:.......,._,.,� ........... ..-.-.--.. ,..,........r,...... _,�.:......_..r..__,.;.,.....,........,,,,:...,.�...:.,.,.........y�t ��,.. . Ctl�l:'1 :�Y�..!�'f��i.�.F.�.1;1F!'C�`..ATI 1dJ, .[�1..^ti, ......y�..�:.�......c.,...:....�.�.:�...ti�.....�.ir.:.�..y:.::..ccY:':����Y�. 'u'ut.i::u��r�.c.�.i.u���•4.r�..:�..y�i•��'.4 ni:^•.P��•_•� � , . . . . . . ,'G���1` t' �''•1����::'ii'iiiiii�V::w'rYY.wi;"�i YYS��lW4i 'Y.��4'iY'i`�i'�.v'Pats•��t'+'.c�c�.:`.:.�:r.:.r.7v�'.•.¢!:.�Mt:f'.:�%•a.v..r.4+ �i.i'i4.i'.ir:ii�) V i,+:r'I1YYi,Y,1'w� tYL'CijY4i'G;�i;�'�t��' , ��a1y:,:!... •.s,.:,.;..:�.��:�.yyy:�...t:,yyy'q:�<r:� �i,:as•{�;... �._r..,......,...Fr........,.s,,....i......e ...................».....,....,�i..,......,..............a�,_,?.!.".....r....�.....i.,�L ........_ ..�a..........,,....o;�� J r'`.�:R.'�.��Y'f; ,�� �.� � i'i1��ki' '�`iYi itiY� '�V' Ai+'�' �'i+�i1"�iriAYP'�ti' `�i"i 4£ii. ii'��fY���riLilii"4Yi�Y'�`i'i�';1' 1 iYi1Yi1j,"'i' yi' 'L(iG4�i.'rY�� . . . • �� �'� � . . . ....�.. . :.,.. ,...�.._...�.....,...._...��.�:........r,.Yr.�:.k,T......_..r.r..,...,k,.....+s...i.....e._...�......,.....�r,...�'rS��.,.r.,9...�,_ ..................a...............9...........r.,rr..r.r..,....r...._.i Y ] 1+ /� 'j'7 . ) j''�(��'�(� �Y {� !�� - r. i.. - �.�.,:.�.�.•_.a...,..,..,,. ;( r � %� '+d � � _ �j�� �:�/.��t "t�����✓ {�i�y �. �� �"��i��{�i�Yl�:. �'� i��jx'iYi1�iM�YiRi�i1�?�YiiifiC'GYi'��i;�� �ilil'�iYiG`i����YG'ii�'�Lyw���s���wiirH'1��iiiiii�i+i?i1��i�i' ) .�.,.. :_�•'.... � �a���....�� ��,!.::,.�.::a:r. .: �:US:L:�i: ; t:n:.:tn+: _ ��b:`!r..::•..._:Soc�1c:,:�... _ �lnroa��t....,.x.v:.!�::_�.•.�,:...... .�.....�.:::;��:4:;.-snu:�:.:..._.._�.n:�...J.�!:iUtr.��;,1•t.r7::..:Q:x;z�. :�:f R! : �•k 1 t�k i:Qr F � i�i �t. ... ,j�:� (+' ��l ;i;�;}`'. ;:N� �:1� `,��.�Yi �••..:.�c; �;IC',l`:. �L7i�. 7:4i�s ,, _. : , . , ,. .. . . � ..,,.._.....,. . . _......, . ... . .,.: . _ , � ..r. � F p � �� `fl . rI 4:,..,:.T,,..,.:....:.,,,,.:.:<�;-:_-,:M.:::...;,.,,A�.�::..,,.-...;.,;.,,.., ...._ . . _- . .. . .,UM..�+.H,.. t�$'�`5. ... �1...� �1_.. ... '� .,,. ..... .........::..,...n,:•.,..::. _. �� . � � . . ,c�. .. ......�.. . .•..�.,._-..._.a,.,�.iTrie�W.,t,c; ar._sr,•,�......i,!•.:;t.v.al.ri�t..�..{�ir�a�.;'rii?:r��::1.�r�.�i�k:Y��..:;t�wei��n.N..��.ti#�::ey' 7. ..:..,t,:..•..•r.r.....L_.r�.:uct.� .,.�.......:•...-....e,.,......�..n ............. an.__:.. . 'fda_:.:: ...r.:_,.a.�.,nu... :.�n.._ . ...r....,�. , su.., , ..,....L: .......��mS1.:_. ':1� , =A; ;I�;i��T�' �l�i����'���.f�IC;A'-�':�l�1�;a; � ,... .. ;�;�I;s��I�i?��;�. ��;�:, :�:��; ��: �'�_. ,�B`; ;�:.C(�P�;:t�'�:�:Yltt;C�.R�C; . :�;-�; �.: �3��;; :�:" il; :;�: Pum� S�'a�ia�,�p��t�aatiar�s (�o�c�tintnad;'Golf,�o�rs� ��� IPQ� ;�.1�GY :i?'�F.pi: �(ER'T[�A� 'fl�RBli,+lE; E'Ut11la ;S.T:niTtQ(+1:. ;C7.���,�21w�Ti;Qt�I ::n�29�Q4;�IRRCq�tTIC�N��p��•I�f�l�°1'1:C,JfU� fkrigat�o»���:s�ei�iY, �.R�.�It�va�d�:C�(��.��u�i�- ;�i��������� :I.NpF�X; ;l: ��Al��"��fi'�::���rt'ERA � ��'rCIFi` �=`'/� I ' �'<,.,....:.. ..,r, � :.� ...., .. �. ;�� ... ..,....�,...i..i ..n.,.,..�......r..��a.-...5�,!:5,.�:?...�•i�R�.��.........,....,.,..!?!�.rV!:!t•'.4l.'q•fYRMg>:ly�Y,S!3'••......Y�a�..,..�TR!:�tl�..w.y�,.v�h!S•••.....)..,.:.JY,!.,.t.f!�fi�...v .. . a: �• . . ... r. . . ,/k� C�N�R/�1L, , � , �.i � ,. �1. 1;+ r t. +' � _ _' : ., • � � � . _ 3 � � �, „+; ��� i t ,+ ,�. ,,.r, + i'_�`'�. i�X D�FU�IIT[t3N�:iiYiYYiSRtiYYiiS�i�Y��1��b1i'i'iiw��li���iqY�Vlai✓Q�SC� 1liil �Y���u��raa��Av��S�as✓�M�UwY�YA wr.M✓v�V��I�W'1i1uVi.t���Y11✓1������ ,:.`�'i i{:^����� :�iY;�F.:2 � {��' [� '�''.�li!(�(�,, (� ['�J��� - _ _ i" :i��Y �,F1�;���::1"��/�1'Y.li.$�•����i /.>�'�ta �'w'1':r���uw�.r�n��itiv��ur.r���..��ili��ns'i7::���n�re�«��c.i1'��i�l'i:rii�i:a.iiJ:..:r.... '^i�i'. . '! .1 .. A....,.,.�:...�.>. ..�,._� _ ..� ::c. ....,.;s,..:.�;t.�ti .. .,.�, :,,,...� � ,.. - -- � . .._ , :.,,.:,,...,. ::..:. ,R- ,.J.. , F��iYM�l�11" AI�lC)FF��Al1��C��.�t•k���...... ... ,�.. , , . . .. ... . .. �, .. ,t .: .:�, ,....,..� : , r. `�� ..... rr ¢rt "..�. tR:'::'.i'v Ja'C':'Siw..`i'acY.'s.D�:9r:,:'v�:Y: E.:,YS;�;':'r;:^.'fi'?Y0'c:•l.:iwYix.::f1:"v.i::.i':Yii::`saiY7:P� 'I��,f�Tti.j�.;:.;lltl�lT��`lA� �F'���'IFiCAT�Q�l;�:.,,.�;�,.n..�.� ... �w���_� , -.,.y,., _... ..,, �:,� �.�. .. ,..-� r , . , . ,.. ..t,�� 3: . . , , ..�,.. ..,. „ ,:c--.. , _. ..,,_ ..a.,a . ., ..,... �� .. ;�:, ':f�x : ��;`� '�T�i� -.IJ�i _�^ :,�7�r, ��w . ..,..• ,. , . ,..� :,,:,.-..,�.-,.,.:, :.,�-:..,,.,..,� ....... ....::.,,.�:.:,., ,:::,..,,.,:::..,,,:.,� . �TR{�1: �:�M�iTER�IAL:S..,�,.:f....��.�...........;...�.............,Y......�.�..�;s.::�,..,...:�..<<:,� ::................:::�:•:....�:».:.::, .. ;P�R:r,il� ��.lN��`'���,.A�f)�t�:��PE;�1Fic�TloNs.t�....T:...,���.��........ �� �......_. .,.._�����,..�:.......,.,�.�.... .,...�.,,._..;r2o: GENER_ . _ ,. n in,�a.\i °.' y.�...;....n:.r:� <.a:�..,,. ..... �..-.,v:�. .. �..� ..... . . ..y.. ..t ... . . ,.. ��Y. 1 AL' 1r:....r...1...:�T'..r...i,:�?::a�i�25'r✓'vii�'r;.o..Y.:lat...tli•7Jr::7.:�Yi:�.J::::..:•::}:��i;�'sP..r:•i4i1"3'i`r.i`Y:a�.•.:'."r':'.�rY:i':��Yt.�.a:it�lJ., i... ..., ...,. .. . _....... - - - 8, N� '�i. l�L� ,:ll:R ����,N�hl»Rt�T �L��Cpi�l�'�it;� : �.� !� �!:: '� t �A�C�I�AN?��;:;� ,. � i} .. - ...: . :-> �,.,.: ,�.:.-.�.. . , . . .._ , _... ..... � _ .._, . * .:1::.+...>... . . . _ ... �R�-.�:; :2�.,; �1;; �C:,4 't�f'�€f�Nl��:;F!:RI;E�Q:'`:ITEi1%i��; j1,;,: ��Fr�:mium�'l'e'fficieircy�riiAti�i's,, ' �Ci;:�; ;SIISMITTi4L�� 1:��;: `The 'm�'s °m� .n'uai '�Gtir�riof shall� scipp�y, a� eomplet�:? 's'e�d ofS�'i mp.;stationr�, Th� st�b7`n`itt�i;>,`d�fe�rPbr to� .�urtYQ.�:curves: �echn��al'?'da�: �;�i��i ��rtifi�af� �r;iufa�tiit:e�!s=5.11.4L�: li'�ti :n'g;: tF�aii :n''"n.''�>�ii'iillion` ��11�i's4 PUmp����tl'a� �peGt�aatipr�,s , �to�ckWo�d'Golf'G�urs� ��� IP[�,, `LL;G� ';�� ;�`;�.�_,�a.,�f11V�s� ;'f;�ii :�%;; �F�� V1ti�R,.:.J��1TI,E:�`�; , �;<:,.. � ;;':C�M�. :t���%%11.ii'',5� ,�.���, .f�i �4r H;;�. {�UIV1Pf,wTATIUN.��}UI�ILt/�;TIpN�.p11�11;�N��,'�C�N�c�x�Qr1:�:IG.U�4TIC�N 1:�:,. :;P`Um��,���ati`'a�,;5p��cif%aatia,r�,� ';;R9�c�Y!!ood;'G,aif �nu�s;� +4� iF�p,;��'LGi f� µ y.� (f�J�^� M1�'`, (�1.. _ �,//�y;+�y �iY',�!i�El(�'`�������C;s; i'��4L;���.�,F: „Y,!'/ :�::;i °+�.G�C��,�C:���,M,.��...`,3.���$Rti�B�H���.,$I1Gl�l�;'% �..I��w :;A: `♦• ;��'yy1�ta`k��;�cr���'� .:�F: � �'![ 1:.1..h;..v�t��.....(1. 1 :1?U.1�t���C��ti`S.�T�'I��C���C;fi%7�1.�.1��,� , , x .;. . _ . . ., :��. �.�, :6�w��-Eri��i�;�:��.�;;Nt��at� Buil'di'ri�'� , . �,:,. i�r;i i`t',:f'Y. . jy -� �_ ' Y + 1, . 1 `,i �}3, :�.�_`�i�ll;��•�'�4�1�I;tl�����i�,�?t'`��!i'3j'A,'V..�I,t t; , . ��i:�: `;�:�iit�irr�Yfl.o�C;;'p1a�t,S.,.... �, r�.. �c�: ;�:t7'�:!}i1y�!fl�IQlli,p�;d��"V�11��1�C�1Lf� ��ri: 1��N�+ i*������w�lt��p�.��t�d�a�s� �'f�7'h:�: aw�iS1.��GiI1� r�rTd fl'i/i �` ���' � �:t ;��:�: �����r�t���:�wst� io�����,��s�� �v�t�#���tio�i� i�et�s .�;-�: s•.�li_ild,l,it.�,CCt�S8`'9,4C�j.D.,11' �]';-r: Qxoor �ta��i��r� ����;d���� `�Yj: 3�,f_r,u.��.t�r��� d���g.r►. ,��.:r;t��'r_aa: ;;�:;. � t�t�li};Yi%n�,r.,. ��3���i�in �C` n�i ca:r:. �i.'� i�=: �� ,� .� :� �...�.: . �;uiildir�� �ea�ss��;te��`,;iri;�.�i��dlt��:����1� ;�Ct�r1� _ .;,,. �:��.t?.�p��, a�d �i�.r?"�:�;�bS����!��ot�:���fo�t�t':�i��1:Ca��er=:I���ns�;�;Ft�: Pt�mp; Si�tia�: �P,�rcif%gatians Ra�li+nrood,'�alf �ours� ;�; iP[�,11:L;�Y :SNOI:t;�t/i�:�' ?,q �I i �`'E J� , `�? I :�=� � ,�.. , :.1-� ;E :�/y.;; '��w i d I� ...�� il i �,,�i �� .i'�i Ij F'• � �' .. '� 4" "�.�','�^'� .� '',�' fl �' �' �' � �'' V.' � �nr,i�rn5t�t� li II 4��u � i� W.� Y.t-�':F: s+� ,�. ��r �� "��;:.�.p; :�� :��� ;p;.;L� ,R-. •rni ��li�(l��N'�T'��,=1, ���I�;�.�1�� :��� ��� :.�� . ; _ _._ � ---___� ,� - �� .. 4{ �4:ii.,. ' � ) i �� ii,}! �� ;�� ;;�,# . �� . . . �� r � � . . .. � �; '} � M�r'� '�:� �: ���;���� :,� ����� `' °{?; ���i�r:�4�:� ;I _��w��`���(�.:��n?i�t��; � -".���;oN:t�nl�daN���,�Tai��� : �snoy��lNn� s o� �;o (,�. '� �' i� �� ;� I; .� I: �: .`� �.;� ,�u� :3 :•' 7 i': "� ' .9 ��' '+.� �9: ,�, a :t�• ;. Iv 1. .��u.v.. „i '� i. `� � ,Vi :iu . �� , ,w (' ;�. �' <�� �� ���� ��� ��:ti ::gaoas�� �u�w�,;���ssocX�a����y 'SYQv.f15f"' ••' ' RiL7,AawM r�u�,�n��������Q��� , ���r 3 . S�K��'li�9;U1���Ifl�t��''r`a,"-,'_�'�----"�- , .: ��� � �{ �,.��} �� ���W� �v��;�n�s�a4sg,T�� ti ' j , _ , ;. ; „ v� �, F � , � r � �I��{NQ��'l�j��td'� HtllfnJQ79d�p�5i�S�tS� t' ; ���� pr ,� , , � '17uNi1�'IFi4VaCCHfi1!XCf/�: •;..✓! _ .. ... i .. _. ,.. .. . �'/�,. :;NO�.����;;SSQ�l.1.?s , �' .���:: ��i a� .� 'oS :z: .. u:.aurinavwi.+�. ;�� 1 n �� �! � �A W �'� ,� Tv � � �. �. t � ;� :��:�t, `a� :� , `� E �� �'�` �� "�� ' ..� 1'��'i .`� ;;� �' 4� e ' J� +�., �� �:. :�::�� 4 i _ �l� ���s ... '�:�`1 �,: ,:�,:. ,��.t :;L �z 1�i ���� �.� ; �-�p,,d`�'�( iar. '� I� �: ':� _� .. i: � •cg:. ; �l:?:,,,+ ,+� ;�y�f t��«, �;� �, <�����. `i 7;� ;� ;� ;� :'.���� :� ; �,� •_ -��'. :� .,�:�I��'. �.,� �j �. :�:�;��'�, �, • ��� 1�{ �I�. � '; `���?yF.u�f is`': t S� ,�� `• ' ; ;4��; �j� :`y�:. , j I�,i{'1� ,;� , s� � ' ; ��,'�; � ��'�` ��_ 1`�i�.��': �f7'�i������i -_ -i :� 1 _..i :- ':if.��:: ` •.'.iF'..r �1: �t �: r�i - - - - ' ?L•i•4::.�.�•'n.li.. �U 'd��i - ����rF jtrt i�:����i..``! ATI�:�I ��a.ET�11.1�(�.��:. ',1`��i t�;�,f�n '1 ��f��4���.i;.:I��.� .,. _ ....... r.r�•�:1�: '� ;• . �.. :Ro�klivclaid�:C3ci��'.CaUt�s�- 'Fort':ti��i�f��;;T:.�iXai�: . ;Tt�i.�;f�il:�w�ri;�;��t�ili:�iraytci�ri�sr��t:��fi.i�:�lfird��a ' ;, �,�. ;; = �����m ;'<�/ <aJ ta ,.�:�.� � �;j�i,t:u �_. :�_:��:�� :;;,rc i.-� u? � �z� � ;�;>�t `�','�.�, ..�� `�� .� . :�;::. �:;: ::;._:: ;,:,,�,r,� , 'L.. 4 r.;-,,;, r.C7!Csi::- ..� �:,� r: ,� ,� '`. �.:�; ;� ���• .- L� : I �4' . :C� �R:S �.'Oi:r:A 'A}.�:0 ;U,.:: r,,� ;� �;X �"U Cp"!� : t���iSP ''Oi' O w �'t�� '� »�'S, j%Q: :Q),f:,� :;•�� � � �,�, ;� �i �""J ii�;;.�; �. �'��i�i �s� � �` � ;..,.=... : ,...�,; =�� ;� E�;�,� �'. ,_� � � � ;;�: ;�. '�:_:..;.�:: ,�, ;�.;�� -�: � ; �;� i�: ._..:a ��v<��� � ---_..._:a.:__..._.� , .,� — '� j . : �"�"';;;� ` , ..t i . - ,a ;t ' � F's 't . t �r iS c.. . 1 % :•(�( ;-�� � f �,4i 'i'k � 7 ; ��: :G•.:. r�� .; ui! ��';' ':�'.a� �i�.1 'r�4•,r,ia `%�;i�' ;Np"''�ii '' � i :� i�a:,`�}}��. :�rtN 1 ,� �'riti'I"' , ;,� =�i��ny i :�-,'� 'b1' il'� �'� � "� `,- ,� ��ti'-` . . �, .:,+.,-`;.,���� " � .:�.:-.�.._i: ;�;�� ;'� .� `I � ,I 3� R'f .�: �� :.� :;�. :� ;� �'t� � '.�� ;�.. ,� � � � ��� M1 ���:�,: r,�� ':t:��-���� -, ,� '�-fi ;:,��� .�.. .. �.., ;i,, -�. .'1'�r � 3:' F�ii��i'F� ��r�:'.f :���.��,���� . �J� � :�:::.�. .... �_,. :`,',.,,,.,�'�it 2. �t i ' .� :��i�<-rr:._ '7i:i I� 1 � ;�A;; :l :�� ;:� ;�f; ; 'G �r! ,,� � :0�� ;al,: _ �:3�? '�' "�, :S! �� � �a � � �a � � � � :� � r��"' ; ;;�o � �q„� ' ;�h,°",y,'�*:4t :� ��' ��N .;.�:; :�;-.,,�, .�:�., ;,� rn,�����. � '�° :�; ;� ���,.��, i�'� �. �:� ' .;i�;�' _, �. 3; �-��'�, , ; _. ,�,:. � �. ,; ,� '.-" t �,:., ;f3;�1� :-:.��: '�:�; > ���� ��'. ;.� ''�:;� :� .��! ,� � �.;�; `�" �'� '� '0� :,�,,;a ;� :«+ : � � � �' -� ':� �'-� :� :� :� •�cu"�+• c:: ��V "�'��' '°' ;� '�.,' .. ��� �-.:.. _ -.�, :_x .,,.,.. ..... . _ _.. "'.,..„,c-,.�.�_:::.. .: ..,`_"`',^�,7,,:� :,...''^..----:c:•+.i:_� �� __...,.. . . :;T� .�,.. ! ';� � ;tJJ :�� E� .C� � :� � �:a � � � U � ,C� � � r� � :� iV�y.� yi�i�U% �� ...<�o�:;� :,�:;�,:��: „._,,�, .��-�.��� . . -_:� -�:��;�. ��.��;�� ���:� :�:. � : . .: ��:��� ... ;; ,.: ��,; :��� . .,�,:-'-- - � ��a:. . ;.Q ;; �� ;i �� �i ;,�, ,��.�; .! ,,���� ;� �� :.� ,.���: ::::, ���; .' ;.�, �fj ,� :� :�,; � . :�� o� ::� �;.�� ':� � �a � ,� � d � � 'ci. �, 5-�,: i: +;�j L�,a� .,�„Cl'�t � rJ �;x.lt �.'�i+.:,�;�. '"�,,C l��'•'�` ry, .15�;� ��"' i t.� -- `;�`�:�' � . t� .. �1�. ;�,;',j�.ji :�. Y '' ' .:� , ::�.��� � .. • fI�1 ..' ��. .:..... ��� � �� •'�� �y\`i �'r t :���: .;.�, . �;�; `'o `,�: <o�;;cu �' '�' �'' ; �',��; 'a�: : o -.c�: :e:�`�ii i� :� Ui �� :� �. .j?i�; .•'� ►�i�7. i:t�a_,. .: '�� :� �• ,'�� ��.� :� : �� � ...;:� ,.�CCx � `�. �;�' ,' � �-��: :;C? ; �, ;.: �: ;;-�'. :-� n�: :����, ;�l�i: i,�l�;�` �;:•: �;. � o,. � '�?,� y(���� &j....,i*j1� ,,�,!�,�, � �: , ... , :�...;�. t ��,•�L'�..i � � :� ���.�'�� : �", �� .:i�:::: -� �,�; _ :'Q:,'��"'� `' , �.-=�� ....� ` �:% �,fd:�;i:::�-:� €:� �� ;� � � :� ,� °Q � � � � ,� ,;� � � � �� " "� C� � :� %� .����y i ';+�� , ;'���4!. i� � �� t _�.;�;�",�,�� s , ; ti.i'..-;�;? ,�1�,`���'�.i,,, �� `�r'�.�"���;;�' �vI � : t�'� _...,. �r ;;-�` i,�'I'�'� �'-s �-�—y < �'i j�<t_J':.,� � : i'� ^� i ���� i t:-,,y`�.��'.r', � ;i� � P'I'�.� ir�. � iF.:r �,4 ���� ;: � � c,� .�I 'i � Y� � T :��� `; � �, ;� ;a ±� i '� �: _;r�i, '��,� ''.�'•'_.r_� 'rco;� '? ��1�°_. Y�' ;a; ��,,; `_� ;� :.�:";��,.� �;y;�,�s.i;.,Y � ;��,�n�a ��� ; :;�`;�� �.�� ,��� ... a � • �� ' ,�:n-.:: �a �i .i:��<;�;, ;t�``' °� ;.... ,.:.,:•�: :,�,G.,-:.�; '% � :' ^`�_ 1 � � .;I � '�'.i �' },� Q. ::� ' ar.'+�. �, :�,'.'�1Y ;j i� ��� •��� i .�� !�::fU� �� � :� � ';� �1 � �► � �� i a ��:�� ' �;;� .; �' 'i � � � � .��� ` :`^�' � Q ,, � { r� :i�yi�� S�''.a., �`�� i,id� ;! � � ;"!. '',��."'l. i C �i I .�� ' ��� :��� � I `O� ��fi ;�' ;m67=; �:�, :�L,,.; � ,� ;�; I i�f� iE��i i �.:' >i �.� .� ''+,t.� � .. vy'� ,^,a,''�, �. .� ,. +:, .:. . ;Jo:'` �'• `-� • ;� �; i ?IfNf,: i ' �1: ?� ��.'f j �•, �'� � . t ' : '�;E ;`m`.i ;�j ;�:. . . E�:; ; '�� '�,��-� . ',•,-:� ��s � mi il; � o � ;;pi ;'a'° '+'.M�; i'� ��;. �;�� � ti�ii ;.,.-..:. ,;�,,, �, �" '�+' ��`'j 1� j.:- � �:(U. .�! 1 4 i�`r; ; t �; • ��. 1 :�yj �t�i� 1�',�w�� `��� ':�i fi Y+: tJfi .,� '�`�?�t :�'i= 'ti',i �..�,.. ,;!�r..�� R:.,;. •�t;�,♦i�'''� ..�. ,:.�,� � .t. �i/ � �.�li�P i� ;:%_1,,; sJ( . �,�; �'( !¢e"'A` 'I �� 'I •� J ��� �� �: ;�i ''�'a, c� ;:.:_.. : > ;�;F ; �� � ;� ; _, ; ;�:a �� : : � �,`�';`.��i __ `t : i ;� I� i, � � �' y ''`�: � � ; �"` � � y >� � � � �� � i� �� � a i `� , ��' '��=;� ,`�;:�,,;�� ,,:, :�:� ",�� � . �:;� . ,;�;: ;;,..,. �����nk.��'i� . . ��: �� �.;�:, .:�� .�. ;:� '�"':s����;:�'�''` ,�;:.:. . �� ' � r ',c%'�1;: .-..:. 1 �E�� �� ��y ' �i \M.• � r.� ' � �:��� �� �.��� !i�t C�!, ..��} � ,, ''?yY�-Si i ','� �ali'"{ �' _. iMM� � i� �� . r�� � 1� � �:� � � � 1� � � +l'^.l _� , �_��`�� ;;..:`.N.�tu �;�� ��:°-� �'�-;� ; .�;�-, �:� ;�;�. :�'��,'� ' '�'' . . �;�t;:�� ��;'� ...�`,, .;i� ... 4 �. ��j ,:7i�:. �'n�� l '/ '�`. (^� ^'�� ',.`J��,:.....•- � ����,;j �- . ���+7 �i _, Q r'rs �., �;S � .��r � ,�•' � i .��' � �.. . � :�• �� QK V � � —� Yj •�N%i�Y :� �:1 ��. �.l m �� . :(�`�� (���'� �:�n � . ,�.�,•.T.:i��t} :rii:� 'Y�{'.�` ,; �L'F_� p`�: ,77..,p �� :� ��'. � �� ;�r�i;'� ';ii!" :� 0���.��?;� ::�`,.���,,�.,,..g ;,.'�{N"s�«O, J ���'���'�� iE +•y' 'cu.s m .rof t'�' ;� J� ` ` ..�:�.,�:� � � �'� � i,�1� c7 . � ���t� % ,;—:,;�N;, . cs5 ..o..�::�.,: ;�, �';a;� �a�p' L7• `��� �4;'f�,t.�j; 'j7:`iCi}�:fl ��: '�i; t�c,��;`� $i �; �:�ti:ur 1,�;�:.:, :.- !.'�•'�II /' �� ,�,�,��t� �(��'�,'��.r.F�� :�•'� {, � �. �� � ��;�: , , _ �. �, J; ;.;;;: ; ;:,��a i � 3 ��<', ;, �,Y't ;i�✓!.-.-.+,.J;.. ., 1 .}�i cr: ;4.: ��;�, ;'yC '•i�i ;.-e,:- ;! � � i.r� � �:�` � (t] ;.cc� i � S�� j � ��� ;` t",� j ;�::y 5. ! iVM� � ��7!� V � � ! � � 'R� ;;N,, .tii�; "�� •743G� i,i%c"��.t-r.i. P�':R.i' c Wt; �'�� �• �� � r �j:,�F �',� Np sQ'C!- �� V�:�'; '��`� P�iC:t '�;,,�•. �;5 �i L•':1 i0: �G, N�: r: �i';'�, t �':,�,�,: �.� � :� ��' ;�.;;E:;��' ;.ci.� o^: c�. a, `•��� '�';: c`r; �:i�::`�?; �.w.r: . i .. - � Y+ . .< : I '., , :•` csr � ,,. . wS '.r:; �� , �, : i� i .�. .'m I :� '� � ��i i ,� � :`p ; t� ;:va S� ',''r-,J,..� '.;'O : �� � _: ,'�= ;;��� .�;,.. �:�.0 "t�j�� :.;;:'�u:i, �... ..—, .�.�.�;� ;;��� .r.. ,:o: ,,��;�,�� : �-n„ ;n:�: �,�. �� . ;`�''� '�; `� �: �::. �. �;'r .:�,,";,;,,,;� ,.';. �' �� . f1�`;. i:�iL :!,;........_ Q� � � � �y,� ��i✓. � � � � � :� :�,;ffi __�;� ; : ��'�`' � �:� :�; ,�:`,� �{ �:;,'.. +�„ .:��. .�� � m;,,�. �� U.:. � Lp� :;�,:: ��: ;� ;s � �:� �:i: ,:�, .� ��;<;�:�::� ;�. :� : ��as. �� ;�:'� �':�' .;.�.. t :�� -� ...� .;�r :��� :.�4; � �t.��, .`� �ti , 'a�.- 1 . �: �mn;-;_� � �;� � ;:�� �. o;: � ,:�; : �� ::>q,,: :�,�: : JI• '•,�i3� 1 -ab 'al![ Q:ij � ;mj' �? �a�:: ,,. _i I i �. ! �:: :c 'c°_h',;;%': ,�� ��: �"c`t�,a!: �j; il��' (.�:! � . ��� ���� `4�.;�`�;: s ,� .,��..�.�, •r�:� :��:.3:?{F ��'���IW �"�i� ��� ��.� ���� .'. . :� 3' ' .`�fl",.,��;,',� t�. 5 i..'- , � i �, i �:�.'�' :.':::'.: �'� :i�ll �. I �:4 �;GJ::� a� ,� `-;t[f csi; 's:l: .;�� . ;�t ..�;I � � ;°:� ` �, c� ^,;�: �i � � � � �Q�.y ��'!. � � � � ��""' Bond No. CNB-13877-00 PI;(tFC7(Ztv1ANCE l3(�N7� 'S"t-4�, S'I't1Tf: (7I� 't'�XAS � KNC)W AL� F3Y "1'HI�SC PRf3Sl:t�l'C'S: C(�U1VTY t�F TaI21�,�1N'C § That wc (1} Golt' 4Vorks, Tnc, as T'rincipal ber�.in, and (2j Insurors Indemnity Companv , a eorporation ar�anizecf ��ncler t}ic l��ws oF tl�e 5tate of (3) _ Texas ,�nd who is �utiiariced tu issae su�-�ty hrmds in the State c�i" Texas, Surety hc:rciii, are held and firmly bo�md unta the C:ity oi' F'c�rt Worth, a n�unieipal cc�rporati�n lcscateci ics Tast•astit and Dentofl �ount�ies, Taxn:�, tabtigee herein, in thc sum of: i+ive 3[undred �.14�bf 1'housand Tsva I-[undred Ciehlv-nine ��►id 89/1b0. Doliars (,�508,28').A� for the paymant ofwtuch suti� ive �ind our;;elvcs, our heirs, exc;cutors, a��ministrators, su�cesson and assigns, jointly and severally, �irntlV by tt�ese present. bVI1['sK(3A5, ['rincipat �as enierec� into a ce�iain wr}ttcn cc,ntract �vith tite Ot�ligee dated the 6t° af Uccember, 2011 a copy oC which is hcreto attaehed and rnade a p�rt hereo(' fo�' all purposcs, fc�r thc c��cislruction of: Six S1utc f'raetice t'cTursc at Ftocitwoc�d Colf Cciursc NOW 7'iIBt2(��FO�t£s, t(re conclition �f lhis obli�alion is suc(�, if �the said Pripcipal shail falthf�ily perfortn t1�e v��rk in ace��vdat��e rvith Yhe plans, speeificaiicsns, and contract c�oeuinents and shall fully indcmnify and ho(d h�rini�ss the Obligce 6�oin all cosrs and damagcs �vhich Obligee inay suft:cr hy reas�n of Principal's default, and reiinburse �n�l repay nbli�;ee tc�r dl1 nutlay and c�pense tR��t t�l�4igee �TSay �n�:u�� in �t�aScin� gc��id such defat�it, ti�en this oUligation shall be vnid; uther�vise, tc� ��eanain in full force and effect, PRC�VIllEL�, NOWEVL�:IZ, thaf this bond is executed pursuant tc� Chapfer ?.253 of th� 'Cex�s Ciovernment C:ode, as amesided, ;;nd �11 4saUilities ofti this bt+nd shu11 be determined in acc��d�nce �vith the �rcivisions af such statute, [-u t�he sa�ne extant as i f it ��ere c�pied at leugth herein. !N WITNESS WNEREC7F, the duly authoriza�i representalives nf ih� Principal arid the Sw�eky have execuled this ittstrument. S[GNL;D t\NT� SGALEL) this bth day af Uecemher,2� (1. Ci �� T �rrrs�r: (Principalj Secretary P� � �S EA L) 11�itness as io Principai A"CTrS'1': Secrctary {SEAL) Witness as to ,Surcty NC�' S'�.: Colf'�Vorf�s lnc. ('R1NCli'rtL f�Y; � _ � "T'itfe:__^�`S 4_— - — 3Fi6U Stpneridgc Rd., STE F-102 Aust�'ri, TX 7874( Insurors Indemnity Compan� Sureiy - --- — l3 Y : � ���- _ � Name: Sammy K, Paddy, Jr� (�ltiorney-in-facO Address: PO Box 2683 Waco, TX 76702 _ ---- ---- 'i'elepbonc Numbci•; 254-759-3701 ( I ) Corre�l n�tne oi ['rincipal (Contraclor). (2j Con�ect iiain� oFSurciy. (3) Sfatc of incorpura(ion of Surety 'I'elephone: numbcr o( succty mu;;l bc slated, ]n addition, an original co��y oPPawer uf Atfc�mey shall Ue atlachcd to E3nnd by thc Attqrney-in-Pact. '1'he d��te of thc bund shall not be priur tu date oYConiract, Bond No. CNB-13877-00 Yr1XMrN`I' I30ND TI-tC: S'1'A7'G OI� 'I'�;Xt�S COUNTY OF"I'AItTtAN7' �t � 1CNC�W AL,L BY `t`liE;SE PI21?SC3N't'S: � "('l�at we (l) Gu1C Wari.s, lne.as T'rincipal I�ereir�, and (2) Insurors Indemnity Company a ��� curpc�rtitipn ur�anired �nd existing undcr the Ir�vrs of the State of (3) Texas _, as surety, are hel�i artid Li1•m4y �� bound unto tlac Gity o�Fort 4Vr�i�th, a ir�unieip:�l corpt>i•ati«rt located in Tairu��t and Dentou Countics, Tex�s, dbli�ee her�in, in thu z�mount c7F �"ive FCtlndreci �:i �ht Thoasanc� `T'wo f-tuntlred t;i�hty-ttine and 89/lUt� .......................................�,.....,,..l�allass S5SU8t289.89� fUr ti�a }��yment tivhere�f, the saici Principal ancl Surety bi�d thaii�selves anci theu• heirs, exeGutc�rs, ad�ninistrators, succcsst�rs nnd assigns> jointly ar�d severally, Rnnly by these presenis: WHCREAS, thc Prineipal ti��s entcrcd into a eert�in �vrittcn cuntract �viti5 the Ol71i�e� dated the Gtl� day of !)eeember tt.l?, , 201 l, tivl7icl� c<>ntrac� i� hereby reterred to and tttacie a pact herec�f a5 if f�st4y and tc> tl�e s�me extE•n� as ii`copi�d �t length, Cor the fulluv�in� proje�t�: 5ix Hole }'rsicfi�e Coursc at Itt�clt►va��ci Gu1f Co�irsc Nt7t�V, '['l-IE?ItEFt7RG, T(I� CQNDITICIT� �F `i'1-IIS OE3L[Gl1'I"I(JN IS SUC'H, 1h�t� if ihe said Princi��l shall faithfully matce p�ymersi ic� eack� anc! every clait�jant (a5 defined in C�hapter 2253, Tcxas Gnvercnne,nt Ce,dc, as amended) supplying labur or materiais in tl�e pr�secution �f the work uncter tlye cuntract, then this obligati�n shall 6e ��oid; other�yis�, t�� rcmaia in fulf farce and etiect, ['1tC?VIC3f:D, HOWGV1sI�, tltal lhis b�nd is ex�Gute'd pursuant to Ghapter 2253 c�P Ihe '('exas Ciaverntrlent Cc�de, as ainended, �nrl ail liahilities nn tJ�is �and shall he dctern�incd itz accasdas�ce with i1�e �sovisir�itis of said Stahile, lo lhe saitle e.�terll as if il tivere copied at Ic;ngth hcrein. IN W{TNi.SS WSi��f�04�, the dafy <�utf�c�rized r�:preseniakives nf the Principa) and the Surety have executed this instru�nent. �1GNLD AN[� 5Bt1LEl7 this Gtl� day of Ucccmber, 20I1. 1 I � I r � I q A'I"l'1;5'I': (Principal) Scc:relary (SF.Ai,) _ - — - — ---- -- Witness ;�s to Prii�ci��al ��������,51,: Secretary (S t :A L} Wih�ess as lo SureLy Gnif Worirs, tnc. PRlNC1PAL �� BY; .-� � �+ • N�ine: � .v. lA, ----�V�,�t�� -- --- _ . . -- - --- 'ritle� li �l. 3660 Siurierid�c Rcl., ST� 1'-102 Aiistin,'f'X 7R7=16 Insurors Indemnity Company SIJRI;T'4' . � ay; `�= \�`?�- � Name: Sammy K. Paddy, Jr. Attu�ney in 1'act nddress: PO Box 2683 Waco, TX 76702 Tclephone Nu�nbcr: 254-759-3701 N OTl:: 1. Corrcct naulc of Principal (Conlractor). 2. Corrcct namc of Surcty. 3. Statc of incorporation of Sut�ety. � 7'eleE�hone number ofst�rcly niust bc statcd. 1n addition, an original copy of Po�ver of �ttomey � shall be at(ac}led tu Bond by thc Atiorncy-in-Pact. '1'he date of bond shall not 6e prior to d�te af Contract. Bond No. CNB-13877-00 �tAINTI�NANCE I30�ID TIIP STATE C7I� TE;CAS COt1N'1'Y OF TAI:1�1N"C KNOtiV ALi� Ivf��7l�Y "f(It:SE; E'REfiC'I�lTS; 'I'hat Golf Worlrs, Inc.(C�mtrackor), �s prihcipal, and Insurors Indemnity Companya carporation organize� under the la�vs ��C the Slate of Texas ,(Surety}, dn hereby t�cknowledge thcroselves to be (�c;ld and baund to pay tu�to ttte C;iry af Fart Wortl�, � Municip�l C;arpur�ation chartered hy virtuc of Constitution and laws oF ihe Statc of Tc;�as, ("Gity") in T�rrrant Couni�y, 'I'e�as the sum of Five Hundred L�i�tH 'T'housand Twc� Hundred �ieiifv-oinc and 8�(1(lQ ..................................................Da!(acs (:�S08,xS9.8�1) lawf'ul ti��oney nf tho tSn'sted States, for paymenf af which sum well and trulX be madu unto saici City an�l its suc�ce:ssors, said C'oniractor �nd Surety do hereby bind thsmselvcs, iheir heu•s, executor�, administratdrs, assfgn� and s�c�essors, jointly and severally. '1'his obiigation i� co�ditjoned, hUwever; that, WF(L-:EtL�S, said Gontractar has eniered intcr a writtcn Contract tvith Hir: City nf C�prt W�rth, dated the Gt4d:�y of Deeembcr 2�1 ] copy oF which is hereto attachecl �nel m�de a part [�ereof; fhe perform�nee af the followin� described public im��raveinenis: Sis, Hotc Pr�ctice Coursc ai �tacicwand Ca1f Course the sFjme Ueing reFeired ta hereiti and in said ic>trtrac:t as th� Wori< �nd l�eing designated as �re�j�ect G17�l�ntl said contract, inc.luding all of the spccifications, conditions, addenda, change ordcrs and written in�trumcnts referred ta therein as Coniract Ducuments beine inc<�r��c�ral�d {aeruin and madc a part hereuf, and, WIISItt;A�, in said Contract, Cc�ntrac�or binds its�if t� use such materials and to so �onstruci the �vorl< thal it �vill rer7�ain in gop�1 repaia• and �ondiiiot� fot� and during a pe,riod e�f after tile d�te of Two f21 Yeat•s aftcr tlie d�fe aCthe finai acccptanee cif the worl< by the City; ancl WL-II?REAS, said Contraetor biitds itself t�a maint�in s�iJ work iu �ood repair and condition fc�r said teran of 'I'wo (2) Ye�rs; ar►d, W[I�TtEAS, said ranh�actor binds itself to repair ur reconsteuct tlie �voi•k in «�hnle ar in part at any limc witl�in said pericrd; if in the opinion oC the Director aC the Water L�epartment oF the City af Fort Worih, it ba neeessary; �nd> WI-IEREnS, said Cc�ntraci�oi• binds itsclF; upoti t'�ceiving n�lice of the need therefore to re�air o� reconstruct said work as herein prauided. NOW T[IrR�F'URI?, if said Contractor shal) Iceep anci perf�rrn its said agreement to maint��in, repair or rec�nsh�uct sai�i worlc in accardance with a11 thc; te�•ir�s and conditivns af said Contract, these_presenks st��ll be nu(( and void, and have no forcv or cffect. Othcrwisc this 13ond sl�all be and remain in ft�ll farec and effect, and the CitV shnll have z�nd recovar fro�n tl�e Czmtractor and Surety d�mages in Che pren�ises pre��ribed by said Gontrac:t. Tl�is obligation shall be continuing onc and succcssive recoveries rnay be had hereon for successive breaches uniil the full ainount hc�cof is exhausted. fi�I WTTNESS Wi-IECtL�J}�, this instrument is executed in b countc�•pa��ts, each one of which shaU be decmed an originaf, t1�is Gtlt day of I�eccrnber. A.D. 2011. n�r��esT: (sr;�i,a Secretary AT'CrST: (S GA Lj Secrc:tary GoIF�Vor(cs, lnc. C�ntractar I3y: t�l3me: ' Title: ___ y.i`�►S_, Insurors Indemnity Company Surcty [3 Y: �.=.',-^�.,_ \(--��_ ; �-� � � Namc: Sammy K. Paddy, Jr. 'I'iile; Attorney-in-Fact PO Box 2683 Waco, TX 76702 Addrosti l_1 1 l �I`�TSLIRQR� �1�II�EN�NIT�' _.__ _ ___ — �' � . r��r,��rrr!�t�:' POWEi� OF AT"Tt�RN�Y c�f INSURORS INDENINITY C{��IIPAN`Y UWac�, Texas KNQW ALL PERSONS BY THESE PRESENTS: Number: CNB-13877-00 That INSURORS INDEMNITY COMPANY, Waco, Texas, organized and existing under the laws of the State of Texas, and authorized and licensed to do business in the State of Texas and the United States of America, does hereby make, constitute an� appoint Sammy K. Paddy, Jr. of the City of Aus[in, State of TX as Attorney in Fact, wifih full power and authority hereby conf�rred upan him to sign, execute, acknowledge and deliver for and an its bEhalf as Surety and as its act and deed, all of the following cl�sses of �Jaeum�nt, to-wit: indeninily, Surety and Undertakings that may be desired 6y contract, or may be given in any action or proceeding in any caurl af law or equity; Indemnity in all cases where i�demnity m�y be aawfufly given and with Fufl pow�r and authc�rity to execute con�Pnts �n� w�iv�rs t� rnndify nr r..h�nc,�e or extend any band or docum�nt executed for this Company. _ f �, Att�st: �-�.� � k,;_ tv„ ,. -'"�, ',:} , _�_ 1: +._ S ) l � . g. .. Tammy Ti�perman Secretar�l INSUR�JRS IhlDEMNITY �MPANY ' f�J r� ' < �r���: � � f ��/' ' >' ��l^-r���f ,' gY:y =":.'���`,%, t'�ti%'��,�i-r— ;(-�`t � f r;.. ,. �, . f .�''x �--- Tl�oyrias�. Chase, Jr, Cha,irmar�+ n� d�Et� State c�f Texas County of Mc�enn�n On the 8th day af July, 2C10�, betore me a Notary Pubhc in the State of Texas, personaily appeared ihomas G. C1�a�e, Jr. and Tammy Tieperman, wha being by me duly sworn, acknowledged that they execuk�d the above Pawer of Attarney in their capacities as Chairman and Chief Executive Of�icer, and Corporate Secretary�, respectively, of insurors Indernnity Company, and acknawledged said Pc,wer af Attomey to be the voluntary act and deed of ihe Campany. I /), )`1�j I 6��AG60R�A+dhhb6}idAddAd4AApPA06iqdp f � / / /, J�j� y`}S7' ,±,� . .y SHERFlI WNIT�HOUSE �� v v v�% v����'«.l.t� �: � No�ory Pubi�c Notary Public, Staie of Texas �� srare oF rexas ';v�;,� My Comm Exp 05121t2619 r���l�a�svv�oaa4rsinrqsaqsewtt.�•o• Insurors Indemnity Company cert'rfies that this Power of Attomey is granteci under and by authority of the fc�liowing resolutions of ihe Company adopted by the Baard of Directors �vn July 8, 2009: �ESOLV�D, that all bo�ds, undertakings, contr�cts or other obligations rnay be executed in the name af the Company by persons appnir�ted as Attorney i� Fact pursuant ta a Power af Attorney issueci in accordance with these �esoluiians. Said Paw�r of Aliorney shall be executed in the name and on behalf af the Carr►pany either by the Chairman and CED or the Presid�nt, u�der their respective designati�n. The si�nature af such officer and the seal of the Company may be affixed by facsirnile to any Pawer of Attorney, and, unless subsequentiy revoked and subjecf lo any limitation set iorth therein, any such Power of Attomey or certificate bearin� such facsimile signaiure and seal shall be valid and binding u�on the Cornpany and any such power sa executed and cerlified by iar,similP signature and seai shall be v�lid and binding upon lhe Company with respect lo any bond or undertaking tr� which ik is validly �ttached. RESOLVFD, lhat Attarneys in Fact shail have the power a�d auiharity, subject to ihe tPrms and limitations of ihe Power of Attorney issued to them, to exequte ar�d deliver on behalf of the Com�any and ta atiach ihe seal of the Company to any and all bonds and undertakings, and any s��ch instrument executed by such Aktomeys in Fact shafi be binding upon the Campany as if si��ned by an Executive O(iicer and �ealed and attested ta by the Secretary or Assistant Secretary uf Uie Company. I, 7�rnmy Tieperman, Secreiary of Insurors Indemnity Company, du hereby certify that the foregoing is a true excerpt from the Resolutions af the said Company as adopted by its Board of Dfrectars an July 8, 2009, and that this Resolution is in full force and eEFect. I ce�tify that lhe faregoing Power of Attom�y is in (uil force and effect and has noi been revoked, In Witness Whereof, I have set my hand and the seal of INSURORS INDEMNfTY CUMPANY on ihis 13th �j�y �( Februar , 2012 . � � � - -- .- �- --, ��,, )<�., ..-t '� . j.{.�qv..i,-�t_ _ Tammy Tiepe'rman, Secretary ; NOTE: I� YOU HAVE ANl' QUESTION R�GAFtDING TNE VA�IDITY OR V�lORDING OF THIS POWER QF AITORNEY, PLEASE CALL 8C10 933 7444 UR WRITE T�� US AT P, d. BOX 2683, WA�C�, TEXAS 76702-2683 OR EMAIL US Al� INSLIRCJRS I EN�NITY P.O. Box2683 • 225 South Fifth Street • Waco, Texas 76702 2683 � www.insurorsindemnity.com • 254-759 3700 • Fax 254-755-6399 �:�%��i�li�j�Li%1 IMPORTANT NOTICE - AVISO IMPORTANTE To obtain information or make a complaint: You may call Insurors Indemnity Company's toll-free telephone number for information or to make a complaint at: Para obtener infarmacion o para someter una queja: Usted puede llamar al numero de telefono gratis de Insurors Indemnity Company's para informacion o para someter una queja al 1-800-933-7444 You may also write to Insurors Indemnity Company at: P.O. Box 2683 Waco, TX 76702-2683 Or 225 South Fifth Street Waco, TX 76701 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.O. Box 149104 Austin, TX 78714-9104 Fax:512-475-1771 Web: http://�vww.tdi.state.tx.us E-mail: Coi7sumerFrotection �utdi.state.tx.us 1-800-933-7444 Usted tanbien puede escribir a Insurors Indemnity Company: P.O. Box 2683 Waco, TX 76702-2683 O 225 So�ifl1 Fifth Street Waco, TX 76701 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberhiras, dei•echos o quejas al f�:i1Z1a►.I.7►IIG��3`7 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax:512-475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection cr,tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you shotild contact the agent or the company frst. If the dispute is not resolved, you may contact the Texas Department of Insurance. DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concemiente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de infonnacion y no se convierte en parte o condicion del documento adjunto y esta dado para acatar con Section 2253.021 Government Code y Section 53.202, Property Code efectivo, Septiembre 1, 2001. STATE OF TEXAS § § COUNTY OF TARRANT § KNOWN ALL BY THESE PRESENTS: This Contract made and entered into this the 6th day of December,2011, by and between the City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton, Parker, and Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner") and Golf Works, Inc., ("Contractor"). Owner and Contractor may be referred to herein individually as a"Party" or collectively as the "Parties." 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, 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: FOR: 2. That the work herein contemplated shall consist of the Contractor 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 prepared by or on behalf of the City of Forth for the Parks and Community Services Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth, which Plans and Specifications and Documents are hereto attached and made a part of this Contract the same as if written herein. � 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 Parks and Community Services Department of the City of Fort Worth. Six Hole Practice Course at Rockwood Golf Course 4. '�, The Contractor hereby agrees to prosecute said �vork with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and - approval of the Parks and Community Services Department of the City of Fort Worth and the City Council of the City of Fort Worth �vithin a period of 85 Workin� days. 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, the sum of $(3� per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. 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. � 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,_ w1:etlier or not anv such inlurY, dama�e or deat/i is caused, in w/:o% or in part, bv tlre neQliFence or alleQed neg/i�ence of Owner. �ts of�cers, servants, or emplovees 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, wl:etfier or not a� suc% iniirry or damaFe is caused in wl:ole or in part bv tlie nePliQence or a!lePed neP/«ence of Owner, [ts o%�cers. servants or emploVees 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, 7. �,,,f:9�O �?� , F��\ , The Contractor agrees, upon the execution of this Contract, and before beginning work, to make, execute � and deliver to City of Fort Worth the follo�ving bonds in the name of the City of Fort Worth in a sum � s_ � equal to the amount of the Contract. All bonds furnish 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 ►nade for a period of 45 calendar days from the date the work has been completed and accepted by the Owner. 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 tlle Contract a►nount is in e;ccess 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 Owner. ,� �• A Two-year Maintenance Bond in the Name of the Owner is required for all projects to insure the prompt, full and faithful performance of the general guarantee contained in the Contract Documents. 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 Five Hundred Ei ht Thousand Two Hundred Ei h-nine and 89/100 ................................................. ..................................Dollars, ($508,289.89). 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. Any request for any sublease or assignment shall be made in writing and submitted to the Director of the Parks and Community Services Department. 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 �vith references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in 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 Ll executed this instrument through its duly authorized officers in 6 counterparts with its corporate seal attached. L CITY OF FORT WORTH '�%��/�- Douglas W. Wiersig, P.E. ��s�e�:Txanspoxtation-Publie-Works usa Alanis ss� �, �- C, � vY�,�n�e,� RECOMMENDED: By: Rich r Zavala, Director Parks nd Community Services APPROVED AS TO FORM AND LEGALITY: � Assistant City Attorney Jy `[ V Golf Works, Inc. 3660 Stoneridge Rd., STE f-102 Austin TX 78746 TITLE �� r•. ATTEST: _� ��� ---�, City Secreta`iy ;;- �'�-S�U- /��"YS�Z�� �'r°�,�oo °�� � U � t �O a�o � � � $' � c� p� �.`° Date � � ° � � ��o � � u°�rya0000 AUTHORIZATION a����°���� M&C ��. �- c `� � Approval Date: I�l_ �� � � � OR� oFF1ClA ���'T��°� CITY �a�,�H� TX � �� � � L� ��