Loading...
HomeMy WebLinkAboutContract 25756 r a . -�i• Cpiy,A CITY SECRETARY SPECIFICATIONS D.O.E. FILE AND CITY SECRETARY CONTRACT DOCUMENTS CONTRACT NO �.��, CONTRACTOR'S BONDING CO. FOR —� CONSTRUCTION'S COPY CLIENT DEPARTMNLLING HILLS SOCCER COMPLEX City of Fort Worth, Texas PROJECT NAME: ROLLING HILLS SOCCER COMPLEX PROJECT NUMBER: C181/541200/080IW42020 PROJECT NUMBER: GG01/541200/0808080 D.O.E. NO. 2857 IN THE CITY OF FORT WORTH, TEXAS KENNETH L. BARR BOB TERREI.L MAYOR CITY MANAGER RICHARD ZAVALA, DIRECTOR PARKS AND COMMUNITY SERVICES PARKS AND COMMUNITY SERVICES DEPARTMENT r PLANNING AND RESOURCE MANAGEMENT DIVISION FUNDING OF PROJECT BY: CITY OF FORT WORTH DESIGN PERFORMED BY: THE LANDSCAPE ALLIANCE C"W2PERU 7320 RIVIERA DRIVE -0 _ FORT WORTH, TEXAS 76180 0 t Y � (817)577-8909 Fax (817)577-8909 City of Fort Worth, Texas Mayor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 3/28/00 **C-17962 80RANDALL 1 of 4 SUBJECT AWARD OF CONTRACT TO RANDALL & BLAKE, INC. FOR IMPROVEMENTS TO THE ROLLING HILLS SOCCER COMPLEX RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Randall & Blake, Inc. in the amount of $937,685.42 for improvements to the Rolling Hills Soccer Complex. DISCUSSION: The 1998 Capital Improvement Program (CIP) allocated $900,000.00 for the master plan design and phase one development of a multi-field soccer complex at Rolling Hills Park. On February 3, 1999 (M&C C-17256), the City Council approved an award of contract to The Landscape Alliance in the amount of $95,000.00 for the master plan design and preparation of phase one construction documents. On March 2, 1999 (I.R. 8176), the City Council was briefed on a "Soccer Field Management and Development Plan" that would reduce the city-wide deficiency of soccer fields. A key component in the plan was the development of additional fields at Rolling Hills Park. On May 10, 1999, the consultant contract was amended in the amount of $4,050.00 for additional irrigation and electrical work. In the Fiscal Year 1999/2000 General Fund budget, an appropriation of $64,030.00 was made for capital improvements to the Rolling Hills Soccer Complex. On December 7, 1999 (M&C G-12750), Community Development Block Grant (CDBG) funds in the amount of $160,470.00 was appropriated for soccer field improvements, therefore, the amount of funds allocated for design and construction of this project total $1,124,500.00. The project was advertised for bid on December 16 and 23, 1999. On January 13, 2000, the following bids were received: BIDDERS: Randall & Botanical, Joe R. Jones Creative 4 Blake, Technologies, Construction, PI Construction, Construction, Inc. Inc. Inc. Inc. Inc. Base Bid $722,021.47 $946,618.57 $858,464.00 $962,421.98 $1,181,660.00 City of Fort Worth, Texas Mayor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 3/28/00 **C-17962 80RANDALL 2 of 4 SUBJECT AWARD OF CONTRACT TO RANDALL & BLAKE, INC. FOR IMPROVEMENTS TO THE ROLLING HILLS SOCCER COMPLEX Bid Alternates BIDDERS: Randall & Botanical Joe R. Jones Creative 4 Blake, Technologies, Construction, PI Construction, Construction, Inc. Inc. Inc. Inc. Inc. BA-5a $ 22,934.00 $ 47,184.05 $ 73,466.00 $ 50,232.00 $ 60,000.00 BA-6a $ 22,934.00 $ 46,283.17 $ 66,345.00 $ 50,232.00 $ 60,000.00 BA-7a $ 26,292.00 $ 50,605.41 $ 69,979.00 $ 50,232.00 $ 60,000.00 BA-8a $ 22,934.00 $ 41,798.65 $ 65,954.00 $ 50,232.00 $ 60,000.00 BA-9a $ 26,292.00 $ 74,263.81 $ 78,735.00 $ 50,232.00 $ 60,000.00 BA-10a $ 11,431.47 $ 8,683.60 $ 7,201.00 $ 8,758.00 $ 10,450.00 BA-10b $ 6,810.65 $ 5,379.00 $ 5,448.00 $ 6,288.00 $ 4,000.00 BA-11a $ 11,431.49 $ 8,683.60 $ 7,201.00 $ 8,758.00 $ 10,450.00 BA-11b $ 6,810.65 $ 5,379.00 $ 5,448.00 $ 6,288.00 $ 4,000.00 BA-12a $ 11,431.49 $ 8,683.60 $ 7,201.00 $ 8,758.00 $ 10,450.00 BA-12b $ 6,810.65 $ 5,379.00 $ 5,448.00 $ 6,288.00 $ 4,000.00 BA-13a $ 11,431.49 $ 8,683.60 $ 7,201.00 $ 8,758.00 $ 10,450.00 BA-13b $ 6,810.65 $ 5,379.00 $ 5,448.00 $ 6,288.00 $ 4,000.00 BA-14a $ 11,431.49 $ 8,683.60 $ 7,201.00 $ 8,758.00 $ 10,450.00 BA-14b $ 6,810.65 $ 5,379.00 $ 5,448.00 $ 6,288.00 $ 4,000.00 BA-19 $ 3,067.27 $ 3,910.00 $ 8,720.00 $ 6,560.00 $ 3,000.00 TOTAL $937,685.42 $1,280,976.66 $1,284,908.00 $1,295,371.98 $1,556,910.00 The bid alternatives not recommended for award of contract are: BA-1 Fencing, $57,860.10 BA-2 Fencing, $ 9,582.70 BA-3 8-foot Concrete Paving, $47,880.00 BA-4 6-foot Concrete Paving, $10,530.00 BA-15a,b,c Lighting Field 7, $114,946.25 BA-16a,b,c Lighting Field 8, $116,203.10 BA-17a,b,c Lighting Field 9, $117,458.71 BA-18a,b,c Lighting Field 10, $118,716.79 i The base bid work consists of renovation of three existing fields (fields 4, 5 and 6), installation of four fields including grading, irrigation, turf establishment, concrete accessibility, drainage improvements, and fighting field 4. City of Fort Worth, Texas Mayor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 3/28/00 **C-17962 I 80RANDALL 3 of 4 SUBJECT AWARD OF CONTRACT TO RANDALL & BLAKE, INC. FOR IMPROVEMENTS TO THE ROLLING HILLS SOCCER COMPLEX The recommended bid alternates (BA-5a, BA-6a, BA-7a, BA-8a, and BA-9a) are the installation of five new fields with the improvements noted above. Bid alternates BA-10a, BA-10b, BA-11 a, BA-11 b, BA-12a, BA-12b, BA-13a, BA-13b, BA-14a, and BA- 14b are for concrete bleacher slabs and bleachers, for the additional five new fields, and BA-19 includes the installation of a water fountain. It is recommended that the base bid of $722,021.47, and the recommended bid alternates listed above in the amount of $215,663.95, submitted by Randall & Blake, Inc. totaling $937,685.42, be approved for award of contract. Contract time is 100 working days. Randall & Blake, Inc. is in compliance with the City's M/WBE Ordinance by committing to 24% M/WBE participation on the base bid amount of $722,021.47. The City's goal on this project is 22%. The project budget will be as follows: Construction Contract $ 937,685.42 Construction Phase Contingencies Department of Engineering Inspection (3.3%) $ 30,943.62 Parks and Community Services Department Administration (0.8%) $ 7,501.48 Change Orders (4.1%) $ 38,445.10 Total Construction Budget $1,014,575.62 Upon completion of the contracted work, the Transportation and Public Works Department will install lighting systems on one field (No. 7). Additionally, the Parks and Community Services Department will install the necessary soccer goals and fencing. These improvements will be funded from the remaining 1998 CIP Rolling Hills appropriations and future appropriations from CDBG funds. When completed there will be 4 premier fields (fenced, irrigated, lighted), 10 game only fields (fenced and irrigated) and 1 scheduled irrigated field. Additionally, there will be 3 practice fields. The net increase in fields will be 9 which is in accordance with the City Council endorsed "Soccer Field Management and Development Plan". The annual impact on the General Fund budget beginning FY 2000-01 for the nine new fields will amount to $215,000.00 as outlined in the Soccer Field Management and Development Plan. City o,f Fort Worth, Texas Mayor and Council Communication DATE REFERENCE NUMBER LOG NAME PAGE 3/28/00 **C-17962 80RANDALL 4 of 4 SUBJECT AWARD OF CONTRACT TO RANDALL & BLAKE, INC. FOR IMPROVEMENTS TO THE ROLLING HILLS SOCCER COMPLEX The Rolling Hills Soccer Complex is located in COUNCIL DISTRICT 8. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current operating budgets, as appropriated, of the Parks and Community Services Improvement Fund, the General Fund and the Grants Fund. LW:k I Submitted for City Manager's FUND I ACCOUNTI CENTER I AMOUNT CITY SECRETARY Office by: (to) Libby Watson 6183 Originating Department Head: Richard Zavala 5704 (from) Approved 3/28/00 GR76 541200 080206127780 $160,470.00 Additional Information Contact: GG01 541200 0808080 $ 6030.00 C181 541200 080181042020 $713,185.42 Richard Zavala 5704 CITY OF FORT WORTH PARKS AND CON24UNITY SERVICES DEPARTMENT PLANNING AND RESOURCE MANAGEMENT DIVISION ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS FOR THE ROLLING HILLS SOCCER COMPLEX PROJECT NO. C181/541200/080181042020 PROJECT NO. GG01/541200/0808080 Bid Opening Date: Thursday, January 13, 2000 The Contract Documents for the above referenced project are hereby revised and amended as follows: ITEM 1 - GENERAL Include Table of Contents as attached. ITEM 2 - PROPOSAL-BID ALTERNATES Add Bid Alternate BA-19 and replace Page 9 with attached. This Alternate includes the installation of one MDF 493 SM painted finish drinking fountain in location near irrigation controller northeast of Field 4 per attached sketch and detail. Contractor shall install 1" CPVC potable service line to fountain from existing meter with 1" ball valve in valve box near fountain to facilitate seasonal operation. Contractor shall also install a three cubic foot gravel sump for waste water. Drinking fountain shall be installed on 5' x 5' x 4" concrete reinforced slab per attached sketch and paving details included within plans. ITEM 3 —PLANS Sheet E1.05 Add the following note: "Contractor shall provide and install tight enclosure for new circuit breaker panels and contactors. Enclosure shall be sized for Base Bid panels plus all alternates whether installed at this time or in the future. Provide and install key switches on the side of enclosure. Contractor shall submit scaled drawing of enclosure, showing all equipment, for approval prior to fabrication." ITEM 4 — SPECIFICATIONS i Add Specification Section 05500 - Metal Fabrications per attached. ITEM 5 - SPECIFICATIONS Delete Specification Section 16500.2.1A2. There are no alternate field fixtures. Approved fixture is Wid elite per 2.1A.1. Acknowledge the receipt of this Addendum o our Proposal. By: vid Cr&k, Lan scap chitect/ Project Manager Release Date: January 10, 2000 CAWP6I\DAVIMADDENDU.NO2 4W a qW TABLE OF CONTENTS ® 1. NOTICE TO BIDDERS 2. SPECIAL INSTRUCTIONS TO BIDDERS 3. GEOTECHNICAL DATA 4. PROPOSAL S. CITY OF FORT WORTH M/WBE ENTERPRISE SPECIFICATIONS *• 6. PREVAILING WAGE RATES 7. WEATHER TABLE 8. VENDOR COMPLIANCE TO STATE LAW 9. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION 10. TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS Section 01010 - Summary of Work Section 01035 - Contract Time Section 01150 - Measurement and Payment Section 01300 - Submittals Section 01410-Testing Section 01500- Temporary Facilities and Controls Section 01640- Substitutions and Product Options .. Section 01700 - Project Closeout Section 01800- Contractor's Responsibility for Damage Claims DIVISION 2— SITE WORK Section 02100 - Site Preparation Section 02200 - Earthwork Section 02580 - Pavement Markings Section 02810 - Irrigation System Section 02830 - Chain Link Fencing Section 02870- Site Furnishings Section 02930 - Lawns- Hydromulching Section 02932 - Lawns - Plugging DIVISION 3— CONCRETE Section 03200 - Concrete Reinforcement Section 03300- Cast-in-Place Concrete Section 03370 - Cast-in-Place Concrete Piers DIVISIONS - METALS Section 05500 - Metal Fabrications DIVISION 16 - ELECTRICAL Section 16100 - Basic Materials and Methods Section 16400- Service and Distribution Section 16500 - Lighting 11. CERTIFICATE OF INSURANCE 12. BIDDER'S STATEMENT OF QUALIFICATIONS 13. PERFORMANCE BOND 14. PAYMENT BOND 15. MAINTENANCE BOND 16. CONTRACT ROLLING HILLS SOCCER COMPLEX ADDENDUM NO. I - ITEM I I JANUARY 10, 2000 BA-18b. LS Hardware and Fixtures for Electrical Facilities for Field 10: Per Lump Sum: Dollars and Cents $ $ BA-18c. 3 EA Light Pole, Base and Footing for Field 1.0.- Per 0:Per Each: Dollars and Cents $ $ BA-19. LS Install one MDF 493 SM drinking fountain per addenda 91. Per Lump Sum: Dollars and Cents $ $ BID SUMMARY BASE BID TOTAL S BID ALTERNATES TOTAL $ GRAND TOTAL $ w w w ROLLING HILLS SOCCER COMPLEX ADDENDUM NO. I - ITEM 2 - 9 - JANUARY 10, 2000 "X W w •. . `�J -i .y: L CD -O cam+ J z l•. w w ZO U H QQ lm�j0 O o :20U J Z CN t to cr '-' E o LLJ ZZ dQ .PJwQ r.. O < Z Q C Ln ......... OPP Q Q o � 0oW C-0 LLQ Cn 0 .� m z LL- N� X W 00 C.� O - ------ -- ROLLING HILLS SOCCER COMPLEX ADDENDUM NO. I - ITEM 2 JANUARY 10, 2000 MOOT°`P"Na'"" 4897 Winchester Memphis,TN 38118 roaJrr rams (901)794-4072 (800) 552-6331 Pax (901) 794-4272 493 S.Nl WATER HEIt3HTADJU8TED THRU HOLE IN MUSH BAR wrrH SCREWDRIVER 40"40" STANDARD ADULT HEIGHT D 11 r1"PVC PIPE n n 1f2" NYLON REINFORCED TUBIN0- 34-HANDICAP NEIGhi7 �; 1 ' CHILDRENS HEIGHT291 � ACCESS D OOR � J l)• fir;+:-�� +:�''J���j.r��'�� �-1•Y��,..rJ:f�~r 1' �+�``~'-'fvsr;-r��'fj• �'ic`T�Y�r�(�J.+��j �"1.L"/ '�~i7 rf�p'��•Y,y- ���-:�'::=y 1�.�,•,, .�.r���•'. :+ fes.+ �' � �- /T .1�r� �, �•ir�tr�� / ��,r. �• .rte)' ��._ir.�r>..%��•.�x�?• f (MEETS ADA REGULATIONS; 0 O 5V' HOLD a 14314"OD MOUNTW4 PLATE a W - J CL v. O N to y i z w . ui F- Q LL< I LL U z QV�L'1 N A O - o W V Q (WJE O v Z cam, p � z W W07CL LLI Q > 0[ z Q w z W �� Z w Q zz U9N Q } '2 m � 0 � z � zz v m z � d Q -1 � � O Q Q 1 110 ' Q o `u n O iL- IL 1 w �i�+>�I.I a�1W V+ sa(t�``�is�> a:'l1 1�� � s G .... • ... ., I i....:...: O 0 ?�#ems '• ..... ... . .•.. zILv r i• Ln _y ♦• v is' r mw SECTION 05500- METAL FABRICATIONS PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Electrical enclosure. -40 B. Related Work Specified Elsewhere: 1. Item 428, Metal for Structures, and Item 432, Structural Bolting, Standard Specifications for Construction, City of Fort Worth,Texas. 1.02 QUALITY ASSURANCE A. Standards and Codes: 1. American Welding Society Standard Code. 1.03 COORDINATION A. Coordinate with other trades where their work is affected by miscellaneous metals and metal fabrications. PART 2 - PRODUCTS 2.01 MATERIALS A. Miscellaneous Structural Steel: ASTM A-36: 1. Electrical enclosure fabrication shall conform with.existing on site enclosures. 2. Shop paint: Sherwin Williams galvanized iron primer, one(1) coat. 3. Use Boston Oxford Brown enamel by Sterling, two(2) coats. 2.02 FABRICATION-GENERAL A. Fabricate work true to shape, size and tolerances, as detailed, with straight lines, square corners or smooth beads; uniformly spaced and in true alignment; free from twists,kinks, warps, dents or other imperfections. B. Grind and dress edges and ends of metal smooth, with no sharp edges and with corners slightly rounded. C. Perform welding in accordance with AWS D1.1 and drawings. Neatly miter corner connections and fully weld. METAL FABRICATIONS 05500-1 ROLLING HILLS SOCCER COMPLEX ADDENDUM NO. I - ITEM 4 JANUARY 10, 2000 r D. Grind welds smooth. At sight exposed items, polish to uniform surface or radius. E. Construct connections and joints exposed to weather to exclude water.. F. Provide sufficient type, quantity and size of anchors for proper fastening of items. 2.03 FABRICATED PRODUCTS A. Electrical Enclosure (option). 2.04 FINISHES A. Shop Paint: Apply one (1) coat of specified primer in shop, 2.0 mils minimum dry film thickness. B. Enamel Finish: Apply two (2) coats,as specified under 2.01. PART 3- EXECUTION 3.01 INSPECTION AND PREPARATION A. Verification and Field Measurement: 1. Field measure related work and openings as required for proper fit. 2. Verify dimensions and take measurements at site before fabrication. 3. Approval of shop drawings shall not relieve supplier of responsibility of proper fit. 3.02 INSTALLATION A. Install items in accordance with approved drawings and manufacturer's instructions. B. Install plumb and level, anchored rigid and secure, and in true alignment with related and adjoining work. C. Field weld members in accordance with AWS D 1.1. Grind exposed welds smooth. Polish �. at sight exposed surfaces. D. Provide anchoring devices and fasteners as required for properly installing items. E. Upon completion, re-examine work and correct to insure that installation is firm, tight, anchored, in true alignment with neat fits, without distortions, unsightly fastenings, raw edges or protrusions. F. Touch up welded areas with shop paint. Use galvanized touch-up on galvanized items. END OF SECTION METAL FABRICATIONS 05500-2 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR PROJECT: ROLLING HILLS SOCCER COMPLEX PROJECT NO. C181/541200/080181042020 PROJECT NO. GG01/541200/0808080 DATE: DECEMBER 16, 1999 OWNER: CITY OF FORT WORTH PARKS AND COMMUNITY SERVICES DEPARTMENT 4200 SOUTH FREEWAY, SUITE 200 FORT WORTH, TEXAS 76115-1499 LANDSCAPE �E OF. TF ARCHITECT: THE LANDSCAPE ALLIANCE �.�P• • • • '-t'q� r GARY P. KUTELEK 7320 RIVIERA DRIVE A P KI)TILEK . .. . . . . . . . . . . . . . FORT WORTH, TEXAS 7618062 r • �. (817)577-8909 9Z0�;`�C/STEP�`•o�`�G C PEAV Gk SURVEYOR: CARSON-SALCEDO-MCWILLIAMS, INC. 6800 MANHATTAN BOULEVARD, SUITE 400 FORT WORTH, TEXAS 76120 (817)492-9868 ELECTRICAL o ENGINEER: MATEO CONSULTING ENGINEERS RICHARD MII,LER, P.E. 210 W. 6T" STREET, SUITE 1200 FORT WORTH, TEXAS 76102 (817)878-2700 e- W am NOTICE TO BIDDERS .. Sealed Proposals for the following: ROLLING HILLS SOCCER COMPLEX PROJECT NO. C181/541200/080181042020 PROJECT NO. GG01/541200/0808080 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Division Office until 1:30 p.m., January 13, 2000, and then publicly opened and read aloud at 2:00 p.m. in Council Chambers 2nd floor N.E. corner of City Hall. Plans, Specifications and Contract Documents for this project may be obtained at the Park Planning Section, Parks and Community Services Department, 4200 South Freeway, Suite 2200,Fort Worth,Texas 76115-1499. +• Documents will be provided to prospective bidders for a deposit of fifty($50)dollars per set,deposits shall be made in the form of a check or money order. The deposit will be refunded if the document is returned in good condition within ten (10) days after bids are opened. In the event a bidder requires more than two sets of construction documents, the deposit for all additional sets shall be non-refundable. These documents contain additional information for prospective bidders. ' All Bidders will be required to comply with Provision 5159a of"Vernon's Annotated Civil Statutes" of the State of Texas with respect to the payment of the prevailing wage rates, and City Ordinance No. 7278, as amended by City Ordinance No. 7400(Fort Worth City Code, Section 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. In accord with City of Fort Worth Ordinance No. 11923 as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women 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. In addition,the M/WBE UTILIZATION FORM,PRIME CONTRACTOR WAIVER FORM,and/or the GOOD FAITH EFFORT FORM (,,Documentation,,) 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 at the reception area of the Department of Engineering, 2nd floor, City Hall, and shall obtain a receipt. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. The following list is provided to assist bidders in obtaining the services of M/WBE vendors 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. i }r Services/materials for this project are as follows: demolition/site prep clearing/grubbing grading earthwork concrete flatwork concrete steel rebar irrigation systems chain link fencing site furnishings painting hydromulch grass sprigging The City's minimum M/WBE goal on this project is 22% of the total dollar value of this contract. The City will award one contract, with a combination of base bids and/or alternates which is most advantageous to the City. A pre-bid conference will be held with prospective bidders at the Parks and Community Services Department at Town Center Shopping Center,4200 South Freeway, Suite 2200,in Conference Room 1, on Wednesday, December 29, 1999, at 10:00 a.m. The City reserves the right to reject any or all bids and waive any or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of forty-nine (49) days from the day bids are opened. The award of contract, if made, will be within forty-nine(49)days after the opening of bids, but in no case will the award be made until all necessary investigations are made as to the responsibility of the bidder to whom the contract will be awarded. RICHARD ZAVALA, JR., DIRECTOR BOB TERRELL PARKS AND COMMUNITY SERVICES DEPARTMENT CITY MANAGER GLORIA PEARSON CITY SECRETARY By: AV161DCREEK, ANDSCAPE ARCHITECT PARKS A11TD COMMUNITY SERVICES DEPARTMENT 817-871-5745 Thursday, Dec. 16,1999 Thursday, Dec. 23, 1999 Fort Worth, Texas SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the Cit of P PY Y 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 bond, (1) the name of the surety shall be included on the current U.S. Treasury, or (2) the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth the total capital and surplus. 2 PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as maybe considered for the best interest of the Own.;r. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3, ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting Parks and Community Services Department telephone number indicated in the Notice to Bidders. Bids that do not acknowledge all applicable addenda may be rejected as non-responsive. (See Item G in the Proposal.) 4. AWARD OF CONTRACT: The Contract may not necessarily be awarded to the lowest bidder of the Base Bid. The City Engineer shall evaluate and recommend to the City Council the best bid based on the combined benefits of total bid price and number of contract days allotted, as specified in the Proposal, and which is considered to be in the best interest of the City. SPECIAL,INSTRUCTIONS TO BIDDERS - 1 - 7 EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. 8 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. 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering Director for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. 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 and Comprehensive General Liability (Bodily Injury) - $250,000 each person, $500,000 each occurrence; Property Damage - $300,000 each occurrence. The City reserves the right to request any other insurance coverages as may be required by each individual project. For worker's compensation insurance r requirements, see Special Instructions to Bidders - Item 16. 1 1. NON-RESIDENT BLDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of Fort Worth will not award this contract to a non-resident bidder unless ne r non-resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- rresident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in 1p this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. r "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner 3 has its principal place of business in this state. This provision does not apply if this contract involved federal funds. 4 The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so rwill automatically disqualify that bidder. 12 MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort ,. Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women SPECIAL INSTRUCTIONS TO BIDDERS -I- on AM c. Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. •If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis, the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. ON 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. •Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. PON •All forms are available at the M/WBE Office, 3rd floor - City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a N inority/Women Business Enterprise (M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MYWBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud 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. 13. PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to ,., the Contractor's operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored, after completion of the work, to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-Of-Way and designated alleys. This permit can be obtained b calling the Forestry_ Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National SPECIAL INSTRUCTIONS TO BIDDERS day will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS CONDENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions.- Certificate efinitions:Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in ' 406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as foodibeverage vendors, office supply deliveries, and delivery of portable toilets. B. The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.01 1(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The contractor shall obtain from each person providing services on a project, and provide to the City: (1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project, and �. SPECIAL INSTRUCTIONS TO BIDDERS -7- (7) contractually require each person with whom it contracts, to perform as required by paragraphs (l) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be 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 self-insured, with the commission's Division of Self-Insurance Regulation. Providing false of misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. . "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This ..� notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following a•► text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. -� This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer ' has provided the required coverage, or to report an employer's failure to provide coverage." END OF SECTION MM SPECIAL.INSTRUCTIONS TO BIDDERS -9- SOUTHWESTERN LABORATORIES ;=4 North Texas Region Geotechnicai Division Materials,environmental and geotechnical engineering,nondestructive,metallurgical and analytical serviees 2575 Lone Star Drive • P.O. Box 224227 • Dallas, Texas 75264 • 214/263-1133 t 'E June 23, 198 City of Fort Worth Parks and Recreation Department 2222 West Rosedale ( . Fort Worth, Texas 76110 .ii Attention: Ms. Sandra Chipley s Re: Subsurface Exploration Proposed Soccer Field Lighting Improvements p' Rolling Hills Park R Fort Worth, Texas SWL Report No. 87-599 Dear Ms. Chipley:. At your request, we have completed four (4) test borings at the above referenced site. These borings were made on May 27, 1987 at the approximate locations indicated on the attached Boring Location Diagram. The purpose of these borings was to determine the subsurface conditions at the site, evaluate the pertinent engineering properties of the subsurface materials and provide geotechnical design parameters for foundation support of proposed light supports at this site. A truck mounted rotary drilling rig was used to advance the borings and to obtain samples for laboratory evaluation. Samples were examined in our laboratory by a geotechnical engineer. Selected samples were subjected to standard tests under the supervision of this s engineer. The results of our testing program are presented on the attached Summary of Tests. The surficial soils encountered at this site are reasonably similar. Detailed descriptions of the various strata, their depths and thicknesses are given on the r[ HOUSTON • CALLAS • AUSTIN • BEAUMONT • CONROE • GALVESTON COUNTY • RIO GRANOE VALLEY • ALEXANORIA SAN ANTONIO 0 FORT WORTH 9 LEESVILLE • MIOLANO • MONROE 0 SHREVEPORT 9 TEXARKANA • SHERMAN SOUTHWESTERN LABORATORIES .=q North Texas Region Geotechnical Division p Materials,environmental and geotechnual engineering,nondestructive,metallurgical and analytical services 2575 Lone Star Drive • P.O. Box 224227 • Dallas, Texas 75264 • 214/263-1133 June 23, 198 City of Fort Worth Parks and Recreation Department 2222 West Rosedale Fort Worth, Texas 76110 Attention: Ms. Sandra Chipley g Re: Subsurface Exploration Proposed Soccer Field Lighting Improvements Rolling Hills Park Fort Worth, Texas SWL Report No. 87-599 Dear Ms. Chipley: At your request, we have completed four (4) test borings at the above referenced site. These borings were made on May 27, 1987 at the approximate locations indicated on the attached Boring Location Diagram. The purpose of these borings was to determine the subsurface conditions at the site, evaluate the pertinent engineering properties of the subsurface materials and provide geotechnical design parameters for foundation support of proposed light supports at this site. A truck mounted rotary drilling rig was used to advance the borings and to obtain samples for laboratory evaluation. Samples were examined in our laboratory by a geotechnical engineer. Selected samples were subjected to standard tests under the supervision of this engineer. The results of our testing program are presented on the attached Summary of Tests. The surficial soils encountered at this site are reasonably similar. Detailed descriptions of the various strata, their depths and thicknesses are given on the HOUSTON • GALLAS • AUSTIN + BEAUMONT• CONROE • GALVESTON COUNTY • RIO GRANGE VALLEY • ALEXANDRIA SAN ANTONIO • PORT WORTH • LEESVILLE • MIOLANO 9 MONROE 0 SHREVEPORT • TEXARKANA 0 SHERMAN SOUTHWESTERN LABORATORIES City of Fort Worth Ms. Sandra Chipley Page 3 June 23, 1987 Allowable values of 35,000 pounds per square foot in end bearing and 5,000 pounds per square foot in skin friction are recommended for shafts penetrating the bearing stratum a minimum of two (2) feet. Skin friction should only be considered for that portion of the shaft embedded in the gray limestone below any temporary casing and after a minimum penetration of one (1) foot. The shafts could experience tensile loads as a result of post construction heave in the clay soils and must contain sufficient vertical reinforcing steel to resist these forces. The magnitude of the loads is rather indeterminate and will vary with the in-situ moisture levels at the time of construction. They can be approx- imated at this site by assuming a uniform uplift of 1,200 pounds per square foot over the shaft perimeter for a depth of nine (9) feet. These uplift loads can be resisted by using an uplift skin friction of 2,500 pounds per square foot for portions of the shaft embedded in the gray limestones below any temporary casing and a minimum penetration of one (1) foot. In evaluating the resistance of the shafts to lateral loads, we recommend use of a uniform passive resistance of 9, 000 pounds per square foot across the cross sectional area of the shaft, for portions of the shaft situated in the gray limestone stratum. The clay soils and tan limestones above the gray limestone stratum will offer some resistance to lateral pressure, We recommend use of a uniform passive pressure of 1,500 per square foot, for portions of these shafts situated in the clays and tan limestones, below a minimum depth of eight (8) feet below the ground surface. Based on the groundwater conditions encountered, we anticipate the need for temporary casing for proper installation of the shafts. This casing should be seated in the gray limestone with all water and most loose material removed prior to extending the shafts. Care should then be taken that a sufficient head of plastic concrete is maintained within the casing during extraction. Complete installation of individual shafts should be accomplished in one (1) day's operation. SOLJTHWESTERN LABORATORIES City of Fort Worth Ms. Sandra Chipley Page 3 June 23, 1987 - Allowable values of 35,000 pounds per square foot in end bearing and 5,000 pounds per square foot in skin friction are recommended for shafts penetrating the bearing stratum a minimum of two (2) feet. Skin friction should only be considered for that portion of the shaft embedded in the gray limestone below any temporary casing and after a minimum penetration of one (1) foot. r- The shafts could experience tensile loads as a result of post construction heave in the clay soils and must contain sufficient vertical reinforcing steel to resist these forces. The magnitude of the loads is rather _ indeterminate and will vary with the in-situ moisture levels at the time of construction. They can be approx- imated at this site by assuming a uniform uplift of 1,200 pounds per square foot over the shaft perimeter for a depth of nine (9) feet. These uplift loads can be resisted by using an uplift skin friction of 2,500 pounds per square foot for portions of the shaft embedded in the gray limestones below any temporary casing and a minimum penetration of one (1) foot. In evaluating the resistance of the shafts to lateral loads, we recommend use of a uniform passive resistance of 9, 000 pounds per square foot across the cross sectional area of the shaft, for portions of the shaft situated in the gray limestone stratum. The clay soils and tan limestones above the gray limestone stratum will offer some resistance to lateral pressure, We recommend use of a uniform passive pressure of 1,500 per square foot, for portions of these shafts situated in the clays and tan limestones, below a minimum depth of eight (8) feet below the ground surface. Based on the groundwater conditions encountered, we anticipate the need for temporary casing for proper installation of the shafts. This casing should be seated in the gray limestone with all water and most loose material removed prior to extending the shafts. Care should then be taken that a sufficient head of plastic concrete is maintained within the casing during extraction. Complete installation of individual shafts should be accomplished in one (1) day's operation. f o (%) NIV81S N Ln (fsd) 3anSS38d 9NINIAN00 r + O (isd) LN O 1 H19N381S 3AISS36dW00 `: ori J 1 Ln NLr 14 W a _Q QY r. cz 0 0 O D \ J= -1 Cfi _ N co 7 Q 0 W CL 2 W J u•1 to O < J Ln Cl) ul to L R1 } V) [[co clir-iCD 4 ' W F- r- LU Q W _I Q 1 I 1 f 111 N _a C o � O e E Ov J ' C O y C1cl. � � E 1 � i � J }J W 00 Q a � VJO E v w LL, m > ro L O ~ ro T O cti u ro U U O U ri U +J U O $r c ro c � V] O 3 T � 3 - Ch (_. O E O '+ '7 O+ b it rl •,-� cy L+ U1 r-I to O W .C] •.� r--1 p •r+ i O uI C N IL O �G > 3 x 3 00 A. T w G ro O w 0 C O t� R1 m 3.+ ro $• cc s+ ,� Ga E-� U Q rr E-� c a L) z w �— .. F-- W N 00 cl1 s -C O V a i n i i i i CL ~ W W n N m n a W Z O >L yc [Z W m a 0 — J U 1 a7 d U ? L o J m 3 h I E o t C%) NIttLl1S N I Ln r (!Sd) j 3anSS38d 9NINIdN00 0 (;Sd) o � tn cn o H1JN381S 3AISS3JdW00 C' en s Vl ON N cn W �O Qa n WZo -.7 C:) 00 Z�� � J= r-1 vj .. F — N 00 -7 LJ p cn ri m Q C7 cn t-� N LU 4 N r4 N m Q W J un Ln D Q J an c`l L'1 . L ro � a t= ¢ N u1.4 C w H n0 Ir Z ti I-F\ 00 r/1 N Z pr C14 1-1 N W ' < iJ ¢ G O L a LL E < O al J > O Y �+ p E Y h-1 J = 011 `1 .n 0 � W oq a LL LL U) d O J •-+ G� }J 1+ } T R7 m 3 -a ro C u U ro U U O U U tJ U U O } C to ro C +1 vI O 3 T (D +J ; r 0 +1 E 0 -4 rn b r-4 -4 u I Q) 4-4 17 -,a -4 �] r 00 C. 7, l4 C ro O L O C � -W cc C13 ca A E� C7 A CO E� C t1� U Z _ � = H �+ ao O04 O a W i 1 t` i 41 z p W x m� O cn 0- V w 3 o m r-IC4 O O m Z t SwL Report No. 87-599 LOG OF BORING PROJECT: Proposed Soccer Field Lighting Improvements BORING NO. : 1 CLIENT: City of Fort Worth LOCATION : Fort Worth, Tx. DATE. 5/27/87 TYPE: Core CASED T0: GROUND ELEVATION : zLEGEND: WATER INFORMATION QOM c,+ �-" Z SAMPLE w a z 3 W X STANDARD PENETRATION Seepage at 8 dry at Completion CL wCL � co < <2O z V WATER (na.aM DESCRIPTION OF STRATUM Dark brown clay w/limy pebbles 5 Tan silty clay (limy) & tan limestone layers & limy pebbles 100/3/ Io Tan limestone w/clay layers 15 Gray limestone -w/shale seams below 16' L 20 t Boring terminated at 18' E�E *THD - Cone Penetrometer Test f. 25- -30- 35- 40- 45 530354045 50 SOUTHWESTERN LABORATORIES SwL Report No. 87-599 LOG OF BORING PROJECT: Proposed Soccer Field Lighting Improvements BORING NO. . 1 CLIENT : City of Fort Worth LOCATION : Fort Worth, Tx. DATE: 5/27/87 TYPE: Core CASED TO: GROUND ELEVATION : Z LEGEND: WATER INFORMATION w w �F-"- SAMPLE =w m a o Cr LO a X STANDARD PENETRATION Seepage at 8' ; dry at completion ►-w w w <z 3o z V WATER CL m = DESCRIPTION OF STRATUM Dark brown clay w/limy pebbles T 5 Tan silty clay (limy) & tan limestone layers & limy pebbles 100/3/ 10 Tan limestone w/clay layers r 15 Gray limestone -w/shale seams below 16 ' _ i 20 t Boring terminated at 18' 1�. 'THD - Cone Penetrometer Test 25 r i —30- -35- -40- r -45— _50--1 40 45 50 SOUTHWESTERN LABORATORIES C C pp— t SwL Report No. 87-599 LOG OF BORING PROJECT: proposed Soccer Field Lighting Improvements BORING NO. : 3 ' CLIENT: City of Fort Worth LOCATION : Fort Worth, Tx. DATE: 5/27/87 TYPE: Core CASED TO: GROUND ELEVATION: z LEGEND: WATER INFORMATION oo� W SAMPLE Seepage at 91 ; water at 6' at =w m a oEr Cl) a X STANDARD PENETRATION completion; water at 3' in 1 hr. F-w g z F- 3 CL LL N <z of Z `' V WATER N ' m c DESCRIPTION OF STRATUM a = Dark brown clay w/limy pebbles Brownish gray clay w/limy pebbles 5 Tan & gray clay w/limy pebbles [ Tan silty clay (limy) w/limy pebbles —IO • Tan limestone w/clay layers K 15 Gray limestone w/shale seams 20 100/z Boring terminated at 20' —25- "'THD - Cone Penetrometer Test 30 H40 4$ i ` 50 SOUTHWESTERN LABORATORIES SwL Report No. 87-599 LOG OF BORING PROJECT: Proposed Soccer Field Lighting Improvements BORING NO. : 3 CLIENT: City of Fort Worth LOCATION : Fort Worth, Tx. DATE: 5/27/87 TYPE: Core CASED T0: GROUND ELEVATION : z LEGEND: WATER INFORMATION a w m _ o w SAMPLE Seepage at 9' ; water at 6' at =w m as o Cr a X STANDARD PENETRATION completion; water at 3' in 1 hr. {' o vri w Oz WATER Z J w a a = DESCRIPTION OF STRATUM xDark brown clay w/limy pebbles TR- Brownish gray clay w/limy pebbles 5 Tan & gray clay w/limy pebbles Tan silty clay (limy) w/limy pebbles r 10 Tan limestone w/clay layers IS Gray limestone w/shale seams 100 1 F2O �i y Boring terminated at 20' ` 25 *THD - Cone Penetrometer Test -30- 35- 40- 45 035 4045 50 SOUTHWESTERN LABORATORIES ATTACHMENT 1A �. City of Fort Worth Page 1 of 2 Minority and Women Business Enterpri ,S�p�cifications w MBE/WBE UTILIZATIOIt N -'RIME COMPANY NAME BID DATE Gl8(/_54I o $OfetC4'Ld2-0 iI-I AZ Zn f-E(LL5 SOC_G=JZ CG ri ppi­6-SC Ca cm n1-15:412-00.10$ce OW ROJECT NAME PROJECT NUMBER -CITY'S MAVBE PROJECT GOAL: M/WBE PERCENTAGE ACHIEVED: " O ailure to complete this form, in its entirety with supporting documentation, and received by the Managing Department -Qn or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid eing considered non-responsive to bid specifications. 'he undersigned bidder agrees to enter into a formal agreement with the MBE and/or WBE firms for work listed in this chedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing -iisrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered ion-responsive to specifications. Company Name, Contact Name, Certified Specify All Contracting Specify All items to be Dollar Amount Address, and Telephone No. _ Scope of Work (') Supplied(*) z w Q F i u L oo aa`_, X N U Z 2 J.C. a 104 11S4Y,ro,..5 pl. t✓te� tum 3� —1__) A(_7 -1 0G' S�i�u % t X r1S Lb_,Vw4-t N/f 2 _ XA/G. T'•F'.1 hlitt '�. .. /�`�1 „l�.�r•�rv�ilh l'� s t� T 22vp A lit `w4�w ru�� z. 45 45a fQ,z.= wow's ITx vwt A� en 'Yet —(o is $ Mk.x:If f1 3D 1-7 �V Al Frac �- - o T S 11570-00 b5-3 M/wBEs must be located in the 9(nine)county marketplace or currently doing business in the marketplace at the time of bid. Specify all areas in which MWBE's are to be utilized and/or items to be supplied: 1 A complete listing of items to be supplied is required in order to receive credit toward the M/WBE goal. Identify each Tier level. Tier: Means the level of subcontracting below the prime contractor/consultant,i.e.,a direct payment from the prime contractor to a subcontractor is considered 1"tier,a payment by a subcontractor to its supplier is considered 2n°tier. i THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5) CITY BUSINESS DAYS AFTER BID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.612/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department ATTACHMENT 1A Page 2 of 2 City of Fort Worth Minority and Women business Enterprise SpecT�aeop MBE/WBE UTILIZATION Company Name, Contact Name, Certified Specify All Contracting Specify All Items to be ,O D6i)..arAmount Address, and Telephone No. T Scope of Work(') Supplied(') oo (cam, Tx -7 s Z`f? -� � `r t„ �..�...�.� ��t 1- � `-"''`-°•�-�'- F r�� �LTA -�= 5�r.�ra CM L4 t _ bidder further agrees to provide, directly to the City upon request, complete and accuratr_ information regarding ual work performed by all subcontractors, including MBE(s) and/or WBE(s) arrangements submitted with this bid. .a bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that ill substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or "ployee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the itract or debarment from City Work for a period of not less than three (3) years and for initiating action under Federal, :ate or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material ooach of contract may result in a determination of an irresponsible offeror and barred from participating in City work period of time not less than one (1) year. / AL and WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD byr rr 141- '' .thorized Signature Printed Signature - -Am 6or—rrocq — QST(,k�t aYz le Contact Name and Title (if different) Rk ,T ,-LC-4yt-) 1f 81-66&-s -mpany Name Telephone Number (s) gZ l f Som, r 0 /—y[> ddress Et —T— c� Fax Number UT L.�l Y i^ `�C '� 1 Z 11 Z- f /) -ty/State/Zip Code Date s THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00-p.m., FIVE (5) CITY BUSINESS DAYS AFTER BID i' OPENING, EXCLUSIVE OF THE BID OPENING DATE Rev.617/98 Pages 1 and 2 of Attachment 1A must be received by the Managing Department ATTACHMENT 113 City of Fort Worth Page 1 of 1 Minority and Women Business Enterprise Specifications Prime Contractor Waiver 14t;-J-S Prime Company Name Project Name"tl/�-'4I zopf6$016(0'tzmo I 1 eo 6t&I o t/��(Z'04 LA ce ago Bid Opening Date Project Number If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete.'tHis form in its>enfifety: and be received tiy?the�Managing Department-on or before 5:00 0:; five (5) City business days after bid openinq',:ezc�usive of tli`e tiid°opening'aafe; will result in the bid being considered non-responsive to bid..spe_cifications. Will you perform this entire contract without subcontractors? Yes _KNo If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of i your business. Will you perform this entire contract without suppliers? Yes X—No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) andlor WBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) and/or WBE (s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBE(s) and/or WBE(s) on this contract, by an authorized officer or employee of the City.Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) 9. years and for initiating action 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 participating in City work for a period of t' a not less than one (1) year. Authorized Signature Printed Signature )--lt-E A [k_C,1 Falk—k Lir-;r-lc t4 Title Contact Name (if different) R lk -Q A LL-: 13 e-�u� � T,�` ell `eQl - 666 i Company Name Contact Telephone Number (s) UO ►�' -2Log2 Q -Z'To C, Address Fax Number Authorized Signature Company Name Rev.612198 ATTACHMENT 1C Page 1 of 3 City of Fort Worth Minority and Women Business Enterprise GOOD FAITH EFFORT Prime Company Name Bid Date {� / GtS(JT�NZ00 080l9l g2_02d "L4, rT1 L�S �e�C�►=IL �C1"'� 6( 15: ;ZOO J&`p—*0Q0 Project Name Project N tuber If you have failed,to secure M/WBE participation and you have subcontracting-and/or supplier opportunities or if y your M/WBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City.. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure; to._comiplbte t6is form, ►n+ifs entirety with supporting documentat►on; and"rece►ved by .the Managing,bepa finent_on orbefore 5'OO:p.m:five (5) City f;usmess clays after b►d opening;exclusive of bid opening,date, MI[Fresult in.the bid being-considered n.on=responsive-to bid:specification's. 1.) Please list each and every subcontracting and/or supplier opportunity (DO NOT LIST NAMES OF FIRMS) which will be used in the completion of this project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (Use additional sheets, if necessary) List of: Subcontracting Opportunities List of: Supplier Opportunities _ `a 1c- la-3 7"r4c ttf D S tt OE 1' ■ ATTACHMENT 1C Page 2 of 3 2.) Did you obtain a current list of MIWBE firms from the City's M/WBE Office? The list is considered in compliance, if it is not more than 3 months old from the date of bid opening. Yes Date of Listing ! / No 3.) Did you solicit bids from MIWBE 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? Yes If yes, attach MIWBE mail listing to include name of firm and address and a dated :No copy of letter mailed. 4.) Did you solicit bids from MIWBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? \/ i`- Yes if yes, attach list to include name of MIWBE firm, ep rson contacted, No phone number and date and time of contact. NOTE: A facsimile may be used to comply 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 MIWBE name, date, time, fax number and documentation faxed. NOTE: If a SIC list of M/WBE is ten or less, the bidder must contact the entire list to be in compliance with questions 3 and 4. If a sic list of MIWBE is more than ten, the bidder must contact at least two-thirds of the list but not less than teh to be in compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential MfWBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? Yes No 6.) If MIWBE bids were received and rejected, you must: (1) List the M/WBE firms and the reason(s) for rejection (i.e., quotation not commercially reasonable, qualifications, etc.) and (2) Attach affidavit and/or documentation to support the reason(s) listed below (i.e.. letters, memos, bids, telephone calls, meetings, etc.) (Please use additional sheets, itnecessary,and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection =�'C®cthc 't situ-gyp C-� '4'a•c.. ���,�-�c.v� t(o C`rx( �.� t� �'�� TO ;L4 6µm -)-V tt .L�•sir�►�,Fob � s� d."' F,e•--�.� .J.� 22�[�' f��+�( t.-� s�''� �) .T--t 4S �, u,, �c72 k#1- �0 �. w ,1 r� zQ —�ti�t&-i,. -x--z f- C-ti�c tr.ot w- ATTACHMENT IC Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M1WBE participation on this project. 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 examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates 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. The undersigned certifies that the information provided and the MfVVBE(s) listed was/were contacted in good faith. It is, understood that any M/WBE(s) listed in aczent 1C will be contacted and the reasons for not using them will be verified by the s M BE Office. D6.a,r,,, Authorized Signature Printed Signature _ CLt%A �,� �R-J►•,.�I�C �irTT��GC�f E,rcrll�z Title Contact Name and Title (if different) Company Name Telephone Number(s) get E_ Sov�� �D Address Fax Number City/State/Zip Date v PROPOSAL TU: MR. 1305 TERRELL City Manager Fort Worth, Texas .PFOR: ROLLING BELLS SOCCER COMPLEX PROJECT NUMBER 0181/541200/080181042020 PROJECT NUMBER GGO1/541200/0808080 D.Q.E. NUMBER 2857 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans, specifications, and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Parks and Community Services Department Director of the City Df Fort Worth. .,The "approximate quantities" category is for information puMoses only. The contractor shall be paid on the basis Aactual installed quantities on non lump sum items. Additionally_ the Contractor shall be aware that the Proposal contains both Lump Sum and Unit Price items_ no f the lowest bid received exceeds the funds budgeted for the project, the City reserves the right to decrease the quantities contained in any line item or to eliminate any specific line items before award of the contract in order to firing the work within budget. By submitting a bid. the bidder acknowledges the City's right to adjust or eliminate ine items and agrees to honor without recourse its line item bid price. "1pon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish, if applicable, Performance, Payment, and Maintenance Bonds approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to-wit. UNIT & QUANTITY ITEM DESCRIPTION UNIT AMOUNT .� ITEM & UNITS PRICE UNIT ONE-SITE PREPARATION 1. LS Site Preparation and Earthwork Per Lump Sum: iwohund(t� "rBl- '0^o n h +WGh Dollars and t oa Cents $ to5$22-t 5W.loS 2. LS Imported Topsoil Per Lump Sum= E'"-seven jJIM nd �ve. hund(td Dollars and _ O°l�d Cents $8�5c�o S 87 ,eo . l - good 2S2'ON 6l 0 2,62, 202 f 3AU-1Hings I e,� bS:22 0�ib0i T UNITS & QUANTITY ITEM DESCRIPTION UNIT AMOUNT ITEM & UNITS PRdCE 3 LS Headwall and Drainage Improvements at existing 48" ^` Storm Drain Per Lump Sum: N�nt4�e�en 'tl+ouSar�d �hrce kvnd� six �SIX_ Dollars and y!i:�yo Cents 4. LS Relocate/adjust existing on-site utilities at Headwall/Drainage improvements. Per Lump Sum: hVAd red Dollars 00 na and D04 os? _ Cents $2, $��`�. 5 LS Ternporan• Silt Fence and Erosion Control Per Lump Sum: Fouf4ten*as_" dint hyndrfd `thir}U-Kine Dollars and ���i oo Ccnts $_ �� 3l $�, q a q 31 UNIT TWO - IRRIGATION AND LANDSCAPING 1. LS Irrigation Distribution System and Intallation of Irrigation improvement for Fields 4, 5, 6, 7, 8. Per Lump Sum: Six-y4 6( +16mnd ika �Ildro 6 ' Duf Dollars and , �Qo _ Cents S78$L04 3��• �8 2. LS Irrigation Distribution System and lntallation of Irrigation Improvement for Fields 9 and 10. Per Lump Sum: TWe' -h"D 'wDOsua hiv_ 61t&ed AmAj -+Wo Dollars and `i/JQIQ Cents S ZZ,qq2,910 Z2 99 2, y�P 3. LS Hydromulch Seeding. Per L"_ump Sim- e A um:en 1 si , S'-y*A Dollars and _ - o54�t� Cents $=�tQ�2�•O5$ �,OS 4, LS Temporary Irrigation as required to establish Hydromulch Seeding; Per Acre: SeVe '�kr.�Sa ��e�hut�tred -lweniy" iX_Dollars and _ foto ah - _Cents $ 7 7 .lol° $ 1?�•(0 1.1 �. EA Hybrid Bermuda Sprigging for Fields 4, 5, 6, 7, 8, 9, and 10: Per Each Field: �l_,ru ,4,,1 i 1Jur,C- Dollars and p0 LaOd �S�'oN 86L0 2,62,.X02 F 3AU-IHinoS .iea bS:Le 00/vo/i0 UNITS & QUANTITY ITEM DESCRIPTION UNIT AMOUNT ITEM & UNITS PRICE UNIT THREE - CONCRETE AND PARKING IMPROVEMENTS I SF Reinforced Concrete Pavement and Handicap Ramps: Per Square Foot: Fc v -I _ Dollars and - — — —�Slcuv .— Cents $ 2-S' $ Sb? .5-0 2 1 LS Pavement Markings and Handicap Parking Signs; Per Lump Sum: SeVt? �we►� —One Dollars and a?��Do Cents $ 121,3Z $ 4�l 2 .3Z UNIT FOUR - SITE FURNISHINGS �. LS Provide and install ne-w soccer goals for fields 7,8,9,10 S-:)ueA OUB S►rk hundred 60t--km Dollars o3 and 0_ _ Cents 6. LS Remove and reinstall existing soccer goals for fields 4, . Alf:* r Ft a0 _L. Dollars and � Cents $ 5 3 3., $ 5 33.11 UNIT FIVE - SOCCER FIELD LIGHTING 1, LS Underground Electric Wiring and Conduit for Field 4 Per Lump Sum: 5evevtly�4kr�- NnLws�r►d icl�reP Irwndted r�rtty AWO Dollars and °p�a�o ��Cents 2 1 LS Hardware and Fixtures for Electrical Facilities for Field —�— no 4 Per Lump Sum: .�T -( _r -� i-1�.•,�F./J Dollars and W Cents 05 7S�°v $ 45- , 3. 3 EA Light Pole, Base and Footing Per Each: 17�« rt�r� ✓ - .�( .Iwa •.lS� Dollars and _ o"4L CenEs $ - Z - 800d 2S2'ON 862,0 2,62, 20�: F 3AH-lHinos 18a bS-2,0 00/h0/i 0 " UNITS & QUANTITY ITEM DESCRIPTION UNIT AMOUNT ITEM & UNITS PRICE BASE BID RECAPITULATION UNIT ONE $ 35Z., 121v, Atb UNIT TWO $ 1 $ (0 1 4t tg. `t 15 � UNIT THREE $ 0(-7 or UNIT FOUR $ 9,5l(6�'7 UNIT FIVE S I b t;7-,ad6.00 BASE BID TOTAL $ 4� - 4 - 600d ESE'ON 86,0 L6L 202 F 3Ad1Hinos Iaa bS=L0 00ib0i10 UNITS & QUANTITY ITEM DESCRIPTION UNIT AMOUNT ITEM $c UNITS PRICE BID ALTERNATES BA-I 4770 LF Chain Link Fencing and Crates to enclose fields 1,2,3,4,5,6,7,8,9,10. Per Linear Foot; T.-C�„';r Dollars and '�It :: Cents $ 12.�.5 $ S_ + SC O. La BA-2 790 LF 6' Chain Link Fencing to enclose Fields 11, 12, 13,and 14 per plan: Per Linear Foot: Dollars and t w u—Cents $ 12..1. $ C1 S8 2, o BA-3 1330 LF 8' Reinforced Concrete Paving, Per Linear Foot: - Twig j`-1 -S i X Dollars and Cents $ ( ,� $ 47 880.00 BA-4. 390 LF 6' Reinforced Concrete Paving; —��" Per Linear Foot: SV_gf_rl Dollars 00 and 9:,/tuQ Cents $ $ jfl .00 BA-3a. LS Construct Soccer Field I I including topsoil, irrigation, sprigging: Per Lump Sum: Tw ftv(V_{wp-kwo%and nine. bundred 4kii-bi- 4 ve' Dollars oo ao and °o/ago Cents $ZZ_ q54. $ Z 34: BA-5b LS Install goals on Soccer Field 11: Per Lump Sum: Twoausand cine hUndred Dollars and 2.-1 ILDO Cents $ 2i15.Z,1 $ z, 151.�7 BA-6a. LS Construct Soccer Field 12 including topsoil, irrigation, spngging: Per Lump Sum: 7-wt4q-'l do -"Acw� rtine butdred ` Wrtj -aur Dollars and 0p/too Cents $ z2,43.00 $22.,134.00 BA-6b. LS Install goals on Soccer Field 12: Per Lump Sum: usnnd nAL hQj5dM -lP: - eyyen Dollars and 0 Cents $2115 7.Z7 $ 2, 8-1.L" low - S - Mod ESU ON 862,0 2.62, 20� <- DMU_lHinos I BJ V9:2,0 OO/VO/10 UNITS & QUANTITY ITEM DESCRIPTION UNIT AMOUNT ITEM Sr UNITS PRICE BA-7a. LS Construct Soccer Field 13 including topsoil, irrigation, sprigging. Z(A 292 °O Zl. 292,00 Per Lump Sum: i Twev►-4.1-Six -41�,snnd -Iwo lwrulre� n�naly�-{wa Dollars �6 Ali" F_(-� and - °��rrx� Cents $ BA-7b. LS Insta.11 goals on Soccer Field 13: Per Lump Sum: TwSeveA Dollars and 2'1/cov Cents $ , BA-8a. LS Construct Soccer Field 14 including topsoil, irrigation, sprigging: Per Lump Sum Twt -}wo,}�,ovsnrd nine hmidied W(-1v--60r Dollars and 00/11n Cents $ZZ334.°° $ 2 SA-Kb. LS Install goals on Soccer Field 14: Per Lump Sum: Two t,%Cusond ore �&Mdfed --SVeh Dollars and 21 00 Cents $ZZ; 157.Z') $ 2 15-h 21 BA-9a. LS Construct Soccer Field 15 including topsoil, irrigation, Mn sprigging: Per Lump Sum: ��tv► -Slk `t�Dv +WDx�ed vu,�g14— Dollars and �iot� _ Cents $Z(oL292-oo $2��ZQ,L'oc7 BA-9b, LS Install goals on Soccer Field 15: Per Lump Sum: Two wand DKE KMCVtd rh%--seven Dollars and Z"Ao n Cents �2a 15-7.�", $ 15-j,Z7 BA-IQa. LS Install Bleacher Slab/Players Bench Improvements per Plans at Fields 5/6 without Bleachers: Per Lump Sum: Elf-ver, and :hue homed tkjee y -omx Dollars and - 411t no Cents $ I 43 I,47 $ t'l x.431 4`1 BA-l Ob. LS Install Bleachers on Bleacher Slab per Plans at Fields 5/6: Per Lump Sum: Six ��ti-t hvnd�ed �ex� Dollars and Cents $ $lO,b5 TTOd SSS'ON 862,0 2,62, 202 f 3>id-HiAOS Te6 dS:2,0 00/b0/TO UNITS & QUANTITY ITEM DESCRIPTION UNIT AMOUNT ITEM & UNITS PRICE BA-1 la. LS Install Bleacher Slab/Players Bench Improvements per Plans at Fields 7/8 without Bleachers. Per Lump Sum: beuen 4o -Qe — e- Dollars and `'9rop Cents $.11.. 431.1 1119 $_11) 4 31.�5 BA-1 lb. LS Install Bleachers on Bleacher Slab per Plans at Fields 7/8: Per Lump Sum: Si�C -NnciSand a'--L+ 'yj,,yl&Kd �QA Dollars and 45/fnz) Cents $1� BA-12a LS Install Bleacher Slab/Flayers Bench Improvements per Plans at Fields 9/10 without Bleachers: Per Lump Sum: �A"ri +4 t=" 'four hvild d +Wr-6 –Dne Dollars and 14 ,/i00 Cents $ )) 13L $A 4 31. BA-12b. LS Install Bleachers on Bleacher Slabs per Plans at Fields 9/10: Per Lump Sum; Six *i Ws wed et Aldred Ten Dollars and VS��r�n Cents BA-13a. LS Install Bleacher Slab/Players Bench Improvements per Plans at Fields l l/12 without Bleachers: Per Lump Sum: C1euelt*lamw -Qpvr di --0VV, Dollars �4 and 49/1 W Cents '13A-13b. LS Install Bleachers on Bleacher Slab per Plans at Fields 11/12: Per Lump Sum: S;X A-iqtS V%d E,jg11't 4%U— 4h Dollars and co5�nn Cents 6S BA-14a. LS Install Bleacher Slab/Players Bench Improvements per Plans at Fields 13/14 without Bleachers: Per Lump Sum: 4tU �u,�c h„rd`e�l�W1�h�-ohe Dollars and 144/,too Cents $ 11+431 �9 S 11, BA-14b. LS Install Bleachers on Bleacher Slab per Plans at Fields 13/14: Per Lump Sum: kundlred -W-0- Dollars cis and casCents $ i - 7 - �Z Od SSS'ON 86L0 L62, S0S F �?it11Hinos I g6 bS:LO 00/V0/T o UNITS & QUANTITY ITEM DESCRIPTION UNIT AMOUNT ITEM & UNITS PRICE qM BA-I 51. LS Underground Electric Wiring and Conduit for Field T 23, 252.25 Per Lump Sum: �► o Twmky--i%fu .N,cw,a{wp kv,4Ar-vd :9- }WO Dollars and z5j Ioo Cents $ 230252. 25 BA-lab. LS Hardware and Fixtures for Electrical Facilities for Field T Per Lump Sum: Dollars 01i and �lto� Cents BA-15c. 3 EA Light Pole, Base and Footing for Field 7 Per Each: Dollars .� and ca, Cents $ Ih, an273 S BA-16a. LS Underground Electric Wiring and Conduit for Field 8: Per Lump Sum. -ren{, •H�d I%';V dyed r)ir►p Dollars � _ Cents $2 .tO$�� 11 and �r�o, ,.BA-16b. LS Hardware and Fixtures for Electrical Facilities for Field 8: PCr d Dollars oY � In and Cents BA-(6c. 3 EA Light Pole, Base and Footing for Field 8: P r ach. _ Dollars an � (u Cents BA-17a. LS Underground Electric Wiring and Conduit for Field 9: Per Lump Sum: AQvsgn6 s.mvi hjmAred sixk— our Dollars O. and _V400 Cents $25.70, ( $ 251_JU4 BA-171b. LS Hardware and Fixtures for Electrical Facilities for Field 9. on i2d u p Sum: ..,. w Xbllars �' Cents $ � $ h "MBA-17c. 3 EA Light Pole, Base and Footing for Field 9: Per ch: ailldu✓ 11arS ( 6j $ j v eats $ BA-18a. LS Underground Electnc Wiring and Conduit for Field 10.- Per 0:Per Lump Sum: _r,,,,,ek y_seve _ft n Dollars �` and , toe r Cents $21,022§ �$ 27;022.�� 4W 2IOd 2S2'ON 86LVG:L0 L0 00/70/i0 0 L6L �0� f ��itJ�HlfIOS I H2i BA-18b. LS Hardware and Fixttires for Electrical Facilities for Field 10: ' Pcrw Am�=�� Cents BA-18c. 3 EA Light Pole, Base and Foot'n for Field�ollars P Ea h: an is S IG, `5 S�� BA-19. LS Install one NLDF 493 SM drinking fowitain per addenda #1: ' Per Lump Sum: -Three '"i,,rxnd si c —Seven Dollars .� and 27li f Cents S 3�,DO 27 S 3�1�z-7 BID SUMMARY �aj2- va4 4, BASE BLD TOTAL S BID ALTERNATES TOTAL I 1 GRAND TOTAL s ROLLING HILLS SOCCER COMPLEX `'ADDENDUM NO. I - ITEM 2 - 9 - JANUARY 10, 2000 0 XILID 6ZL9 TL9 1W3 SZ:tT 00%OT.,TO bZLS TL8 i A. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. 13The Contractor performing this contract may purchase, rent or lease all materials, supplies, equipment used or consumed in the performance of the contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling tax, said exemption certificate complying with State comptroller's ruling 095-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling#93.09 as amended to be effective October 2, 1968- C. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractor or employment agency in either furnishing or rcfen-ing employee applicants to the undersigned are not discriminated against as prohibited by the tenns of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. D. The undersigned agrees to complete all work covered by these contract documents within One Hundred X10 ) working days after the date for commencing work as set forth in the written Work Order to be issued by the Owner and to pay not less than the Federal Wage Rates referenced within the project documents. E. Within ten (10)dais of receipt of notice of acceptance of this bid, the undersigned will execute the formal * contract and will deliver applicable Suren• Bonds for the faithful performance of this contract. The attached k*eWMRk in the sum of S 50t, - Dollars ($ _Solo ) is to become the property of the City of Fort Worth. Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and applicable bonds are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. F In the case of ambiguity or lack of clearness in stating prices in the Proposal. the City reserves the right to adopt the most advantageous price for construction rherof to the City or to reject the Proposal. G Receipt is hefeby acknowledged of the following addenda: No. 11 �+ No. 2 No. 3 No. 4 R,aSpectfulh submitted, ampany Name U. (Authorized Si tore) /h" kadress: 2 L �4 Scif l i�( f3L V r4ephone: _ 6,1") 4& Seal (if Corporation) STOa 292:'ON 862,0 2,62, 202 F �Nd-lHinos Ma SS:2,0 00ih0/T0 VENDOR COMPLIANCE TO STATE LAW The 1485 Session,of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non- resident bidders(out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount Iower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in �+�-��D�(give state), our principal place of business, are required to be, b,7, percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in CC tcrdO (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. Please Check or mark with an "X" BIDDER: By: 9—AW24 � t IKG Company (please print) EPA 1 'CtEsz— Signature: IL oi:m (please print) '� � Title: V I C,0— Pr S Id&A—City State Zip (please print) hwZ��k� ,Tom- Z(oc7R2 THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VENDOR COMPLIANCE TO STATE LAW GTOa SSS'ON 862.0 2.6L 202 F 3AU-1Hinos I gni SS:L0 00ib0i10 �QP0 MENr0,oy0 U.S.Department of Housing and Urban Development QI Office of Labor Relations *Uu * Texas State Office, Southwest 'oG 11111111 a� 1600 Throckmorton Street 9a�N DEV E�'Oe Post Office Box 2905 Fort Worth,Texas 76113-2905 July 15, 1999 ,r Ms. Deidra Emerson Fiscal IAGM City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Dear Ms. Emerson: Subject: Project Number: B99MC480010 Project Name : Rolling Hills Soccer Complex Proj . Location: Tarrant County Fort Worth, TX Enclosedis a copy of schedule of Wage Rates, Decision Number a. TX990046, of the Secretary of Labor, dated 03/12/99. This schedule must be made part of the contract documents for the subject project. Should you have further questions please let us know by calling Evelyn Drinkard at (817) 978-9355 Ext. 3350. Sinc rel , F rias E, F rgroL bor 1, ionficer Enclosures w v� General Decision Number TX990046 Superseded General Decision No. TX980046 State : TEXAS Construction Type: HEAVY County(ies) : JOHNSON PARKER TARRANT Heavy Construction Projects (Including Water and Sewer Lines) Modification Number Publication Date 0 03/12/1999 .s ---- ---------------- ----------- --------------- --------------------- ---- TX990046 Page: 1 4, COUNTY (i e s) : JOHNSON PARKER TARRANT PLUM0146B 05/01/1998 Rates Fringes PLUMBERS/PIPEFITTERS 18 . 98 2 . 79 ------------------ ------------------ ---------------------------- SUTX2047A 06/01/1990 Rates Fringes CARPENTERS 10 . 40 $3 . 64 CONCRETE FINISHERS 9 . 81 ELECTRICIANS 13 . 26 FORM SETTERS 7 . 86 LABORERS : Common 6 . 37 Utility 8 . 09 PAINTERS 10 . 89 PIPELAYERS 8 . 43 POWER EQUIPMNENT OPERATORS : Backhoe 11 . 89 3 . 30 Bulldozer 10 . 76 Crane 13 . 16 3 . 30 Front End Loader 10 . 54 Mechanic 10 . 93 Scraper 10 . 00 REINFORCING STEEL SETTERS 10 . 64 TRUCK DRIVERS 7 . 34 -- - -- ---- - ----- - - - ---- - ---- - - - --- - - ---- -- - ------- ------- - ------ - WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental . ---------------------------------------------------------------- ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5 . 5 (a) (1) (v) ) . WAGE DETERMINATION APPEALS PROCESS 1 . ) Has there been an initial decision in the matter? This can be . * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted ----------------- ------- - -------- - - -- ----- ------------- ------------ --- TX990046 Page : 2 because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2 . ) and 3 . ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to : Branch of Construction Wage Determinations Wage and Hour Division U. S . Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2 . ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 . 8 and 29 CFR Part 7) . Write to : Wage and Hour Administrator U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party' s position and by any information (wage payment data, project description, area practice material , etc. ) that the requestor considers relevant to the issue. 3 . ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U. S . Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4 . ) All decisions by the Administrative Review Board are final . END OF GENERAL DECISION ---- ---- ------- ----- ----- ----- ----- ----- ----- ----- ------------------ --- TX990046 Page : 3 OR WEATHER TABLE AVERAGE DAYS INCHES SNOW/ICE MONTH RAINFALL (1) RAINFALL (2) PELLETS (3) JANUARY 7 1.80 1 FEBRUARY 7 2.36 MARCH 7 2.54 APRIL 9 4.30 0 MAY 8 4.47 0 JUNE 6 3.05 0 JULY 5 1.84 0 AUGUST 5 2.26 0 SEPTEMBER 7 3.15 0 OCTOBER 6 2.68 0 NOVEMBER 6 2.03 0 DECEMBER 7 1.82 ANNUALLY 80 32.30 1 (1) Average normal number of days rainfall, 0.01" or more. (2) Average normal precipitation. (3) One inch 0") or more, * Less than one-half inch (1/2"). Unseasonable weather is defined for contract purposes as rain/snow days which exceed the average number of days or inches of rainfall in any given month. This table is based on information recorded at the former Greater Southwest International Airport, Fort Worth, Texas, covering a period of 18 years. Latitude 32° 50' N, Longitude 97° 03' W, elevation (ground) 537 ft. cn bb Ct U Cl. N U U • • p -� O O �, N cd � �, o 'CA _o o 3 O 4-4 ct O ct Ct �' o •> a� #, o o � 4-4 ct 4-4 cn -cn .° cn c v Ct • U U cn cn � ct .. O •� > •� E4-4 U cn �n •� U •cn cn o 3 c o cn cn O O .. ct 4 O O bIJ N QJ 's cn M U .cn Q. r--4Lt Q, v� : + sU', cn CA A� c� •cn 3 N ct cc3U U O $.. ct ct •�>., •O U 000 O - � by � � .� M � •c�i o bre ? ct ° > a� �, �, o p o a� ct bb -(j > ct gyp.. O o ch ct O > cn Ct Ct O U O r bb c� rr E •- ( I/ o.., •>Ctcn Q U U ISI c Ct $-- t ' ct Cncn ct O � aCA 4Z U ct p bA ct3 cnct cn > �. O4-� cn > cn U ct cNct .—� ct M ' ct ct ct3 N ct U N ° ,—� ct t O � U cc3 ct u cry Z3 ct A ct ° o u �4CAc � 7� C/) a� W � c W ct � N � t • ct � O oct oct CA Ct U Ct C/) ct U p ctCt .� O ct3 U' ctct ct �' U O � � cr ct pctct cn ct • ,� ! U ct3cr NC) CIO ct O s- z ct O ct cc3 U ct C) cr r ct3 C O � c� ct t TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS SECTION 01010 - SUMMARY OF WORK The contractor shall supply all superintendence and shall perform all work and furnish all labor, equipment, materials and incidentals necessary and complete all work as described in the plans and specifications. All construction and other work shall be done by the Contractor in accordance with the best engineering and construction practices for the skill or trade involved. y„ The work to be accomplished under these plans and specifications for ROLLING HILLS SOCCER COMPLEX, JOE B. RUSHING ROAD (MAPSCO 92 N,P) WORK INCLUDED A. Line and Grade Staking B. Demolition and Site Preparation C. Clearing and Grubbing D. Rough and Finish Grading E. Concrete Flatwork F. Chain Link Fencing and Gates G. Lighting and Electrical H. Irrigation Systems I. Grass Sprigging and Hydromulching J. Signage and Pavement Markings K. Site Furnishings These plans and specifications were prepared by The Landscape Alliance, 7320 Riviera Drive, Fort Worth, Texas 76180-8224, metro (817) 577-8909 in cooperation with Mateo Consulting Engineers, Inc., 210 West 6"i Street, Suite 1200, Fort Worth, Texas 76102, (817) 878-2700. The Department of Engineering will administer the contract and furnish inspection. I These plans and specifications were prepared by the Parks and Community Services Department. "Che Department of Engineering will administer the contract and furnish inspection. PP The Contractor/Engineering Department shall be responsible for construction layout, lines and and grades, to include setting of excavation stakes and finish grade stakes on 50' grid and at all horizontal / vertical change in direction. The contractor shall perform any additional desired survey at own expense. ' 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 i GENERAL REQUIREMENTS - I - Public Works Department , 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas. _ The contractor shall provide all permits and licenses and pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. The Contractor shall contact the City of Fort Worth's Development-Plans Exam Section for a determination of applicable permits or variances required for this project. SECTION 01035 - CONTRACT TIME 1.01 PROGRESS AND COMPLETION Upon receipt of a notification letter and the executed construction contract, the Contractor shall be responsible for scheduling a preconstruction conference, which shall be held no later than ten working days from the date of the notification letter. At the time of the preconstruction conference , a construction start date shall be established and indicated in the Notice to Proceed (Work Order) issued by the Engineering Department. The Contractor shall begin the work to be performed under the contract on or before ten working days from the date the Work Order is issued. The Contractor shall carry the work forward expeditiously with adequate forces and shall complete it within the period of time stipulated in the contract. 1.02 LIQUIDATED DAMAGES This project will be completed within the specified days allowed. Liquidated damages will be assessed if the project runs over the allotted time. SECTION 01100 - ALTERNATIVES The City reserves the right to abandon, without obligation to the contractor, any part of the project (subject to conditions set forth in Section 01 150 - Payment to Contractor) or the entire project at any time before the Contractor begins any construction work authorized by the City. SECTION 01150 - PAYMENT TO CONTRACTOR 1.01 SCOPE OF PAYMENT: The Contractor shall accept the compensation as provided in the contract in full payment for furnishing and paying for all materials, supplies, subcontracts, labor, tools and equipment necessary to complete the work of the contract; for any loss or damage which may arise from the nature of the work from the action of the elements, or from any unforeseen difficulty which may be encountered in the prosecution of the work, until the final acceptance of the work by the City; for all risks of every description connected with the prosecution of the work; for all 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 work according to the plans GENERAL REQUREMENTS -2- 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 5th day and 20 day of each month that the work is in progress. The estimate shall be processed by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net invoice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. 1.03 It is understood that the partial pay estimate amounts will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Payment of any partial pay estimates shall not be an admission on the part of the Owner of the �. amount of work done or of its quality or sufficiency or as an acceptance of the work done; nor shall same release the Contractor of any of its responsibilities under the Contract Documents. 1.04 The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this Contract. 1.05 For contracts of less than $400,000 at the time of execution, retainage shall be 10 -i: percent. For contracts of$400,000 or more at the time of execution, retainage shall be 5 percent. 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 sec (1973). 1 .08 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work �. GENERAL REQUIl2EMENTS 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 consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for _ any changes in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. 1.09 PAYMENT FOR EXTRA WORK: Extra work performed by the Contractor, that is authorized and approved by the City Engineer, will be paid for under "Change orders" made in the manner hereinafter described, and the compensation thus provided shall be accepted by the Contractor as payment in full for all labor, subcontracts, materials, tools, equipment and incidentals, and for all supervision, insurance, bonds and all other expense of whatever nature incurred in the prosecution of the extra work. Payment for extra work will be made under one of the following types of "Change orders" to be selected by the City: A. Method "A". By unit prices agreed upon in the contract or in writing by the Contractor and City Engineer and approved by the City Council before said extra work is commenced subject to all other conditions of the contract. .. B. Method "B". By a lump sum price agreed upon in writing by the Contractor and City Engineer and approved by the City Council before said extra work is commenced, subject to all other conditions of the contract. C. Method "C". By actual field cost of the work, plus 15 percent as described herein below, agreed upon in writing by the Contractor and City Engineer and approved by the City Council after said extra work is completed, subject to all other conditions of the contract. -F In the event extra work is to be performed and paid for under Method "C", the actual field costs of the work will include the cost of all workmen, foremen, timekeepers, —^ mechanics and laborers working on said project; all used on such extra work only, plus all power, fuel, lubricants, water and similar operating expenses, and a ratable proportion of premiums on performance and payment bonds, public liability, workmen's compensation and all other insurance required by law or ordinance. The City Engineer will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used, but such extra work will be performed by the Contractor as an independent contractor and not as an agent or employee of the City. The 15 percent of the actual field cost to be paid the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense, GENERAL REQUIREW-NTS - -4- and all other elements of cost and expense not embraced within the actual field cost as herein specified. The Contractor shall give the City Engineer access to all accounts, bills, invoices and vouchers relating thereto. ' 1.10 DELAYS: If dela is caused b specific orders given b the Cit to stop work, or the Y Y P g Y Y P Y performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the ' approval of the City Council; no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 1.11 CLAIMS AND DAMAGES: Any claims for extra work or for any other related matter or cause must be made in writing to the City Engineer within seven calendar days from and after the cause or claim arises. Unless such claim is so presented, it shall be held that the Contractor has waived the claim, and he shall not be entitled to receive pay thereof. 1 . 12 TRANSPORTATION: No allowance or deduction will be made for any charge of freight rates. No allowance for transportation of men, materials or equipment will be allowed. .. 1. 13 ACCEPTANCE AND FINAL PAYMENT: The City, upon receipt of the Director's "Certificate of Completion" and "Final Estimate" and upon receipt of satisfactory evidence from the Contractor that all subcontractors and persons furnishing labor or materials have been paid in full and all claims of damages to property or persons because of the carrying on of this work have been resolved, or the claims dismissed or the issues joined, shall certify the estimate for final payment after previous payments have been deducted and shall notify the Contractor and his surety of the acceptance of the project. On projects divided into two or more units, the Contractor may request a final payment on one or more units which have been completed and accepted. The final acceptance of the completed work will be by the Parks and Community Services Department and all guaranties covering the completed work and all maintenance I periods shall begin with the date of this acceptance. On delivery of the final payment, the Contractor shall sign a written acceptance of the final estimate as payment in full for the work done. All prior partial estimates shall be subject to correction in the final estimate and payment. I ^� GENERAL REQU REMENTS -5- SECTION 01300 - SUBMITTALS Prior to construction, the contractor shall furnish the Parks and Community Services Department a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time for clean-up. The Contractor shall submit to the Project Manager shop drawings, product data and samples required in specification sections. SECTION 01400 - QUALITY CONTROL The contractor will receive all instructions and approvals from the Director of Engineering and/or his assigned inspectors. The inspector will be introduced to the contractor prior to beginning work. Any work done at the direction of any other authority will not be accepted or paid for. Final approval for the finished project shall be given by the Director of Engineering, City of Fort Worth. The contractor or a competent and reliable superintendent shall oversee the work at all times. The superintendent shall represent the contractor in his absence and all directions given to him shall be binding as if given to the contractor. SECTION 01410 - TESTING All tests made by the testing laboratory selected by the City will be paid for by the City. In the event manufacturing certificates are requested, they shall be paid for by the Contractor. SECTION 01500 - TEMPORARY FACILITIES AND CONTROLS The contractor shall take all precautions necessary to protect all existing trees, shrubbery, sidewalks, buildings, vehicles, utilities, etc., in the area where the work is being done. The contractor shall rebuild, restore, and make good at his own expense all injury and damage to same which may result from work being carried out under this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the Owner to be accurate as to location and depth-, they are shown on the plans as the best information available from the owners of the utilities involved and from evidences found on the ground. The contractor shall determine the exact location of all existing utilities and conduct his work to prevent interruption of service or damages. SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet, shall be placed inside and outside vehicles such as cranes, derricks, power shovel, drilling rigs, pile drivers, hoisting equipment or similar machinery. The warning sign shall read as follows: GENERAL REQ[.TQ2EMENTS -6- "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." Equipment that may be operated within six feet of high voltage lines shall have an insulating cage-type guard about the boom or arm, except backhoes or dippers, and insulator links on the lift hood connections. When necessary to work within six feet of high voltage electric lines, the Contractor shall notify power company (TU Electric) 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 - SUBSTITUTIONS AND PRODUCT OPTIONS 1 .01 GENERAL Send submittals for Substitutions to: David Creek, Landscape Architect (817)871-5745 Parks and Community Services Department 4200 S. Freeway Suite 2200 Fort Worth, Texas 76115-1499 1.02 PRODUCTS LIST A_ Within ten (10) days after date of Contract, submit to Landscape Architect two (2) copies of complete list of all products which are proposed for installation. B. Tabulate list by each specification section. C. For products specified under reference standards, include with listing of each product: I. Name and address of manufacturer 2. Trade name J. Model or catalog designation 4. Manufacturer's data a. Performance and test data b. Reference standards 1.03 CONTRACTOR'S OPTIONS A. For products specified only by reference standards, select any product meeting standards, by any manufacturer. GENERAL REQUIREMENTS -7- B. For products specified by naming several products or manufacturers, select any product and manufacturer named. C. For products specified by naming one or more products, Contractor must submit request, as required for substitution, for any product not specifically named. 1.04 SUBSTITUTIONS A. During bidding, Landscape Architect will consider written requests from prime bidders for substitutions, received at least ten (10) days prior to bid date, requests received after that time will not be considered. B. Within thirty (30) days after date of Contract, Landscape Architect will consider formal requests from Contractor for substitution of products in place of those specified. C. Submit two (2) copies of request for substitution. Include in request: 1. Complete data substantiating compliance of proposed substitution with Contract Documents. 2. For products: a. Product identification, including manufacturer's name and address. b. Manufacturer's literature: (l) Product description (2) Performance and test data (3) Reference sta.:dards c. Samples, if required. — d. Name and address of similar projects on which product was used, and date of installation. D. In making request for substitution, Bidder/Contractor represents: 1. He has personally investigated proposed product or method, and determined that it is equal or superior in all respects to that specified. 2. He will provide the same guarantee (or better) for substituted product or method specified. 3. He will coordinate installation of accepted substitution into work, making such changes as may be required for work to be complete in all respects. 4. He waives all claims for additional costs related to substitution which consequently become apparent. E. 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. GENERAL REQUIREMENTS -8- .. SECTION 01700 - PROJECT CLOSEOUT 1.01 CLEANING The Contractor shall make final clean-up of the construction area, to the satisfaction of the Parks and Community Services Department, as soon as construction in that area is completed. Clean-up shall include removal of all construction materials, pieces of .. concrete, equipment and/or other rubbish. No more than 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 Community Services Department. Cleaning of equipment by Contractor or Subcontractor, such equipment as cement mixers, ready-mix trucks, tools, etc., shall take place in an area designated by the Parks and Community Services Department. 1.02 GUARA]vTEE .. The Contractor shall be responsible for defects in this project due to faulty workmanship or materials, or both, for a period of one (1) year from the date of final acceptance of this project by the Parks and Community Services Department. The Contractor will be •� required to replace, at his own expense, any part, or all, of this project which becomes defective due to these causes. SECTION 01800 - CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, !� personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. GENERAL REQUIREMENTS -9- The Director may, if he deems appropriate, refuse to accept bids on any other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. END OF DIVISION GENERAL REQUIREMENTS - 10- SECTION 02100- SITE PREPARATION P' PART 1 - GENERAL 1.01 WORK INCLUDED: A. Remove Existing Trees and Vegetation within construction area. B. All Demolition and Site Preparation is Subsidiary to Cost of Construction. C. Hauling of All Materials, Vegetation and Miscellaneous Debris Completely Off Site unless otherwise directed. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02200 - Earthwork B. Existing Conditions, Removal and Demolition Items. PART 2 — PRODUCTS 2.01 No products are required to execute this work, except as the Contractor may deem necessary. PART 3— EXECUTION 3.01 CLEARING AND GRUBBING. A. Clearing and grubbing shall consist of removing all natural and artificial objectionable materials from the project site or from limited areas of construction specified within the site. B. In general, clearing and grubbing shall be performed in advance of grading and earthwork operations and shall be performed over the entire area of earthwork operations. C. Unless otherwise specified on the plans, all trees and shrubs and all scrub growth, such as cactus, yucca, vines, and shrub thickets, shall be cleared. All dead trees, logs, stumps, rubbish of any nature, and other surface debris shall also be cleared. D. Buried material such as logs, stumps, roots of downed trees that are greater than one and one-half(1-1/2') inches in diameters, matted roots, rubbish, and foreign debris shall be grubbed and removed to a minimum depth of twenty-four (24) inches below proposed finished grades. E. Ground covers of weeds,grass, and other herbaceous vegetation shall be removed prior to stripping and stockpiling topsoil from areas of earthwork operations. Such removal shall be accomplished by "blading" off the uppermost layers of sod or root-matted soil for removal. Site Preparation 02100 - 1 3.02 UTILITIES: Contractor is responsible for protection of existing utilities noted on plans unless otheRvise noted. 3.03 MINOR DEMOLITION: There may be certain items on the site such as old building foundations, fences, and other undetermined structures and improvements that must be removed before construction can commence. Unless otherwise specified, such items become the property of the Contractor for subsequent disposal. 3.04 USE OF EXPLOSIVES: The use of explosives will not be permitted in site preparation -� operations. 3.05 BACKFILLING: All holes, cavities, and depressions in the ground caused by site preparation operations wi ll be backfilled and tamped to normal compaction and will be graded to prevent ponding of water and to promote drainage. I.n areas that are to be immediately excavated, the Architect/Engineer may permit holes, etc., to remain open. 3.06 DISPOSAL OF WASTE MATERIALS: A. Unless otherwise stated,materials generated by clearing,grubbing,removal,and demolition shall be known as"waste"or"spoils"and shall be removed from the site and disposed of by the Contractor. Similar materials may be unearthed or generated by earthwork operations or by subgrade preparation. Unless otherwise specified any merchantable items become the property of the Contractor. Excess soil excavation for project, if free of trash and deleterious materials, may be disposed of on site as directed by the City Inspector. ! .e END OF SECTION Site Preparation 02100 - 2 SECTION 02200 - EARTHWORK PART 1 - GENERAL 1.01 SCOPE:Work in this section includes furnishing all labor,materials,equipment,and services required to construct,shape,and finish earthwork to the required lines,grades,and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Provisions established within the General and Supplementary General Conditions of the Contract,Division 1 -General Requirements,and the Drawings are collectively applicable to this Section. B. Section 02100 - Site Preparation. C. Grading Plan: Refer to plan sheets. 1.03 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM D 422-Test Method for Particle-Size Analysis of Soils. 2. ASTM D 698 - Test Method for Laboratory Compaction Characteristics of Sol] Using Standard Effort(12.400 ft-Ibf/ft'). 1.04 SUBMITTALS A. Samples: Submit in accordance with SECTION 01340 - SHOP DRAWINGS, PROJECT DATA, AND SAMPLES. Submit a one gallon sample and material analysis results of imported topsoil from a testing laboratory indicating compliance with these specifications. Any topsoil delivered to the site which does not comply with the approved sample shall be re- tested at the Contractor's expense and replaced. B. Test Reports: 1. Submit copies of test reports in accordance with SECTION 01410 -MATERIALS TESTING AND LABORATORY SERVICES. 2. Submit copies of test reports for select fill material. No select fill material shall be delivered to the site until after the tests have been made and test reports confirmed. 3. Compaction Tests: Submit copies of compaction test reports. 1.05 QUALITY ASSURANCE A. Laboratory Control: Select fill material and imported topsoil, if required, shall be inspected and tested by an independent testing laboratory. 1. Testing laboratory shall make tests of the soil from the selected source to determine that it meets the specified requirements for select fill and imported topsoil. Earthwork 02200- 1 1.06 PROJECT CONDITIONS A. Temporary Sheeting: Shore and sheet excavations to protect utilities and to prevent cave-in. Maintain sheeting secure until permanent construction is in place. Remove sheeting as excavations are backfilled. B. Drainage: Provide for adequate surface drainage during construction to keep the site free of surface water without creating a nuisance in adjacent areas. C. Pumping: Keep the excavations free of water at all times by pumping or other means. This shall be the responsibility of the Contractor regardless of the cause, source, or nature of the water. D. Protection: 1. Property: Protect adjoining property, 'including improvements out-side the limits of the work. Protect walks, curbs, and paving from damage by heavy equipment and trucks. 2. Trees: Protect tops,trunks,and roots of trees on the site which are to remain. Box or fence trees vulnerable to damage during construction. Remove interfering branches with care and cover scars with tree paint. Do not permit fires, storage of materials or excavation within the branch spread of trees to remain. 1.07 METHOD OF PAYMENT: Earthwork is necessary and incidental part of the work. The total cost will be included in the Bid Proposal. Payment will not be made on a unit price basis. PART 2 - PRODUCTS 2.01 SOIL MATERIALS A. Topsoil: 1. Topsoil on the affected site areas shall be stripped,cleaned of grass,roots and debris to a depth of between 4" to 6", and stockpiled for later use. 2. Imported topsoil shall be required where scheduled and as required to achieve a minimum 6° depth planting bed for all lawn areas. a. Contractor shall haul and place imported topsoil obtained from off-site sources as necessary to construct the topsoil layer and various other details of the construction drawings. All costs related to such imported topsoil fill will be included in the contract price, and no additional or separate payment for imported fill will be due the Contractor. b. Topsoil shall be secured from an approved off-site location. It shall be fertile, friable, natural loam containing a liberal amount of humus and shall be capable of sustaining vigorous plant growth. It shall be free of stone lumps,clods of hard earth, plants or their roots,sticks,and other extraneous matter. Under no circumstances will topsoil be accepted unless it is free of the aforementioned contaminants. Contractor may use approved means of Earthwork 02200 -2 F Ftreating the topsoil to ensure its acceptability. Imported topsoil shall be rock free. C. The soil texture shall be classified as loam or sandy loam according to the "soil triangle" published by the United States Agriculture Department and the following criteria: 1) Sand (2.0 to 0.05 mm dia)(No. 10 sieve): Loam 25-50%; Sandy Loam 45-85%. 2) Silt(0.05 to 0.002 nun dia.)(No. 270 sieve): Loam 30-50%; Sandy Loam less than 50%. 3) Clay (smaller than 0.002 mm dia.)(Hydrometer Analysis): Sandy Loam less than 50 %. 4) Natural organic content: Not less than 1.5%. 5) pH of Soil: Not more than 7.6. 6) Soil texture shall be determined by utilizing processes as prescribed in ASTM D 422 using the No. 10 and No. 270 sieves and a hydrometer analysis. 3. Unsuitable Materials:Topsoil of unclassified fill will be declared as"unsuitable"by the Architect if, in his opinion,nay of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material: a. Moisture. b. Decayed or un-decayed vegetation. C. Hardpan clay, heavy clay, or clay balls. d. Rubbish. e. Construction rubble. f. Sand or gravel. g. Rocks, cobbles, or boulders. h. Cementitious matter. i. Foreign matter of any kind. 4. Unsuitable materials shall be disposed of as"waste"as specified in SECTION 02100 - SITE PREPARATION. 5. Wet Material:If fill material is unsatisfactory for use as embankment solely because of high moisture content, the Architect may grant the Contractor permission to process the material to reduce the moisture content to a usable optimum condition. B. Granular Fill: Clean gravel or crushed rock graded to produce a mixture passing 1'/4" sieve and retained on %" sieve. C. Free-Draining Fill: Coarse sand or sand and gravel mixture with less than 12%passing a No. 200 sieve, and a Plasticity Index less than 4. PART 3 - EXECUTION 3.01 EXAMINATION A. Establish extent of excavation by area and elevation, designate and identify datum elevation. Earthwork 02200-3 B. Set required lines and levels. C. Maintain bench marks, monuments and other reference points. 3.02 PREPARATION A. Before starting excavation,establish location and extent of underground utilities occurring in work area. B. Notify utility companies to remove and relocate lines which are in way of excavation. C. Maintain, reroute or extend as required, existing utility lines to remain which pass through work area. D. Protect and support utility services uncovered by excavation. •.. E. Remove abandoned utility service lines from areas of excavation; cap, plug or seal such lines and identify at grade. .., F. Accurately locate and record abandoned and active utility lines rerouted or extended on Project Record Documents. _ G. Upon discovery of unknown or concealed condition, discontinue affected work and notify Architect. H. Remove grass, weeds, roots and other vegetation from areas to be excavated, filled and graded. Fill stump holes and like small excavations with suitable material placed in lifts and thoroughly tainped. I. Scarify the subgrade soil in place to a depth of 6"and compact to between 95 and 100 percent _ of Standard Density, at or above optimum moisture content, in accordance with ASTM D 698. 3.03 EXCAVATION A. General: Excavate to the lines,grades and sections shown on the drawings. Allow space for the construction of forms. Excavate as required regardless of the condition or type of material encountered. 1. Cut areas accurately to the indicated cross-sections and grades. Take care to prevent excavation below the grades indicated. Any bottoms and slopes that are undercut shall be backfilled with earth fill and compacted. 2. Finish the excavating required for graded areas to a tolerance of 0.10 foot above or below the rough grade. B. Overcut planting and lawn areas to allow a layer of topsoil not less than 6" thick. Earthwork 02200 -4 C. Maintain excavations to drain and be free of excess water. Ponding of water on site will not be permitted. D. Exercise extreme care in grading around existing trees. Do not disturb existing grades around existing trees except as otherwise noted. When excavation through roots is necessary, and after review by Architect, perform by hand and cut roots with sharp axe. E. Fill over-excavated areas under structure bearing surfaces in accordance with Architect's direction. F. Do not allow construction equipment to create "pumping "of soils. G. Stockpile excavated clean fill for reuse where directed. Remove excess or unsuitable excavated fill from site. 3.04 WASTING A. Surplus excavated material not suitable or required for embankment fill and backfill may be wasted on site as directed by Architect. 3.0� FILL AND BACKFILL A. Filling: Construct compacted fills to the lines, grades and sections shown on the drawings. I. Complete stripping and wasting operations in advance of fill construction. 2. Deposit and mix fill material in horizontal layers not more than 8" deep, loose measurement. Manipulate each layer until the material is uniformly mixed and pulverized. 3. Fill material shall have a moisture content at or slightly above optimum, to achieve specified compaction. If fill is too wet, dry by aeration to achieve desired moisture content. If fill is too dry, add water and mix in by blading and discing to achieve desired moisture content. 4. Exercise care to prevent movement or breakage of walls, trenches, and pipe during filling and compaction. Place fill near such items by means of light equipment and tamp with pneumatic or hand tampers. B. Backfilling: 1. Do not backfill until underground construction has been inspected, tested and approved, forms removed, and the excavations cleaned of trash and debris. 2. Bring backfill to required grades by depositing material in horizontal layers not more than 8" deep, loose measurement. C. Retaining Wall Backfilling: 1. Place free-draining backfill in maximum eight(8) inch lifts and compact to a density ranging between 90 and 95 percent of Standard Proctor Density (ASTM D 698) at or slightly above optimum moisture. Do not over-compact backfill. Hand operated tampers or other light-weight compactors are preferred. Earl imork 02200 -5 Yi 2. Uppermost 12" to 18" of backfill material shall consist of sandy clay with a Liquid Limit in the range of 35 to 50, a Plasticity Index in the range of 20 to 30, and the amount passing a No. 200 sieve greater than 50 percent. 3.06 COMPACTION A. Compact each layer of earth fill and backfill thoroughly and evenly until there is no evidence of further compaction and a solid and uniform density is secured. 1. Equipment for compacting shall be sheepsfoot and rubber tired rollers or other compactors capable of obtaining the required density. Compact the fill with power tampers and by hand in areas not accessible to rollers. 2. Compact each layer of fill to the density listed below as a function of the location. .. The required density in each case is indicated as a percentage of the maximum dry unit weight determined using the standard compaction test ASTM D 698. 3. Compact select fill at perimetergrade beains to the density listed below at a moisture content between optimum and 4 percentage points above optimum (0 to +4). a. Material under paving ------------------------ 95 to 100%. b. Material under lawn areas --------------------- 85 to 90%. —F C. Material adjacent to grade beams ------------- 93 to 98%. 3.07 GRADING A. Grading Under Slabs: I. Grading Under Slabs on Grade: a. Shape and finish select earth fill to form the subgrade for concrete floor slabs and platforms on grade. Fine-grade the areas to the proper elevations and leave the compacted surfaces smooth, without waves and ruts. _ b. Furnish and place a 4"deep layer of sand under slabs and platforms. Spread sand loose and lightly compact with tampers to a smooth, level surface. B. Site Grading: Shape and finish earthwork to bring the site to the finish grades and elevations shown on the drawings. 1. Establish grades by means of grade stakes placed at corners of units, at abrupt changes of grade, and elsewhere as may be required. 2. Rough grade for walks, paaving, and site improvements to the subgrade elevations required. Soft and unstable material which will not readily compact when rolled or tamped shall be removed and the resulting depressions filled with stable material and re-compacted. 3. Finish grade to the finish contours and spot grades shown. Extend cuts and fills to feather out beyond the last finish contour or spot grade shown. Grade to uniform levels and slopes between points for which elevations are given, round off abrupt changes in elevation, and finish off smoothly. Finish grades shall slope away from paved surfaces to assure proper drainage. C. Grading Around Trees: Where grading is required within the branch spread of trees that are to remain, perform the work as follows: Earthwork 02200 -6 r l. When trenching occurs,the tree roots shall not be cut but the trench shall be tunneled under or around the roots by hand digging. 2. When the existing grade at a tree is below the new finished grade, and fill not exceeding 6" is required, clean washed gravel graded from l" to 2" size shall be placed directly around the tree trunk. The gravel shall extent out from trunk on all sides a minimum of 18" and finish approximately 2" above the finish grade at the tree. Install gravel before earth fill is placed. 3. Trees in areas where the new finish grade is to be lowered shall have re-grading work done by hand to elevation as indicated. Existing grades immediately surrounding the trunk shall not be altered except at the direction of the Architect. 3.08 PLACING TOPSOIL A. Prior to placing topsoil, scarify subgrade to a depth of 6". Following scarification, topsoil shall be spread in one 6"thick lift. Topsoil shall be compacted to the approximate density of undisturbed soil. If there is insufficient stockpiled topsoil from on-site sources to complete the work, bring in topsoil from off-site sources as needed. After topsoil has been placed, blade, roll lightly, and rake as required to comply with compaction tests. B. After placement of topsoil, Contractor shall eliminate all low or hollow places that would allow water to stand or pond during rainfall or during operation of lawn irrigation systems. The area shall be free of all natural debris and shall also be free of all clods and rocks which are 1/4" in size or larger. C. Finish surfaces shall be not more than 0.10 feet above or below established grade elevation. D. Provide uniform roundings at top and bottom of slopes and other breaks in grade. Correct irregularities and areas where water will stand. E. Uniformly distribute topsoil to required grades, feather back to where grades remain unchanged. F. Finish lawn and unpaved areas to I" below top of walk and curbs. 3..09 PROTECTION, CLEAN-UP AND EXCESS MATERIALS A. Protect grades from construction and weather damage, washing, erosion and rutting, and repair such damage that occurs. B. Correct any settlement below established grades to prevent ponding of water. C. At locations where lime, concrete or other foreign matter has penetrated or been mixed with earth, remove damaged earth and replace with clean matefial. D. Remove excess stockpiled material,debris,waste and other material from site and leave work in clean finished condition for final acceptance. Contractor is responsible for disposal of debris and excess materials. END OF SECTION Earthwork 02200 -7 SECTION 02580 - PAVEMENT MARKINGS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Provisions established within the General and Supplementary General Conditions of the Contract,Division l -General Requirements and the Drawings are collectively applicable to this Section. 1.02 SUMMARY A. Section Includes: Pavement marking on Portland Cement Concrete and HMAC Pavement. 1.03 REFERENCES A. Federal Specifications (FS): 1. FS -TT-P-115E Paint, Traffic, Highway, White and Yellow. 1.04 PROJECT CONDITIONS A. Environmental Requirements Apply paint when ambient temperature is 50'F or above,and relative humidity is below 85%. 1.05 QUALITY ASSURANCE A. Installer: Shall have a minimum of 2 years experience in the layout and stuping of parking lots. B. Job Conditions: Do not apply marking paint when weather is foggy or rainy,or ambient or pavement temperatures are below 40° F, nor when such conditions are anticipated during eight hours after application. 1.06 SUBMITTALS A. Submit manufacturer's product data and installation instructions. B. Substitutions: Submit in accordance with SECTION 01640-PRODUCT OPTIONS AND SUBSTITUTIONS. PART 2 - PRODUCTS 2.01 MATERIALS A. Traffic Paint: Fed. Spec. TT-P-I 15E, Type III alkyd-chlorinated rubber-chlorinated paraffin marking paint. Striping colors per plans and City requirements. Provide Premium PAVEMENT MARKINGS 02580-1 Chlorinated Rubber Base Paint as manufactured by Highway Signs & Paint, Inc. (phone 214-446-1605), or approved equivalent. B. Cleaning Solvent: VM & P Naphtha. 2.02 EQUIPMENT A. Applicators: Hand-operated push type marking machine or conventional airless spray equipment with guide lines and templates. PART 3 - EXECUTION 3.01 PREPARATION A. Surface Conditions: Clean and dry free from dirt, loose paint, oil,grease, wax, and other contaminants. B. Equipment Condition: Clean previously used paint and solvent from application equipment, using VM & P Naphtha. C Paint Stir contents thoroughly from bottom of container. Do not thin paint. Al D. Locate markings as indicated on Drawings. Provide qualified technician to supervise equipment and application of markings. Layout markings using guidelines, templates and forms. E. Allow paving to cure before painting as required by manufacturer of traffic paint. F. Allow protective coating to cure a minimum of 48 hours priorto application of traffic paint. 3.02 APPLICATION A. Using approved equipment, apply paint to a minimum thickness of 15 mils. Stripes shall be 4" wide. Marking edges of stripes and symbols shall be sharply outlined. END OF SECTION 1 PAVEMENT MARKINGS 02580-2 SECTION 02810 - IRRIGATION SYSTEM PART I - GENERAL 1.01 DESCRIPTION A. Work Included: 1. Piping, fittings, and miscellaneous accessories. 2. Valves, sprinkler heads, and controllers. 3. Testing, adjusting, and balancing. B. Related Work: 1. Trenching, Backfilling and Compacting: Section 02221. 2. Electrical requirements: Division 16. 1 .02 REFERENCE STANDARDS A American Society for Testing and Materials (ASTM) Publications: ASTM D 2241-89 Poly (Vinyl Chloride) (PVC) Pressure Rated Pipe (SDR Series) ASTM D 2466-90a Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40 .ASTM D 2564-91 Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings .ASTM D 2855 Standard Recommended Practice for Making Solvent-Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings B. Natural Electric Code C. City of Fort Worth Plumbing Code D. Standard Plumbing Procedures 1.03 SUBMITTALS: A. Shop Drawings: Indicate layout, circuiting, and installation details. 1.04 QUALITY CONTROL: 02810 - 1 A. Installer Qualifications: Project foreman shall have a minimum of five years experience in the Aft installation of irrigation systems similar to the work of this project. Foreman shall be present at all times during the installation of the irrigation system. B. Irrigation work shall comply with the City of Fort Worth Plumbing and Electrical Codes. C. All plastic pipe shall be certified by Manufacturer to have passed or be able to pass Anhydrous Acetone Immersion Test. D. Do not allow irrigation system work to be covered up or enclosed until all work has been inspected, tested, and approved by the Architect and local governing authorities. 1.05 SUBMITTALS: A. Product Data: Submit for Architect's approval: 1. Complete materials list. 2. Manufacturer's installation instructions which,when approved, shall become the basis for inspection and acceptance or rejection of installed work. 3. Shop drawings shall be prepared by a Licensed Irrigator. B. Certificate of Compliance: Indicating that all installed materials comply with the specified requirements. C. Extra Materials: Upon completion provide the Owner: 1. Three keys for valve locked-top. 2. Three valve couplers. 3. Three hose swivels. D. Record Irrigation Drawings: The Contractor is responsible to prepare two (2) copies of record drawings on blueline prints which shall show all deviations from the bid documents made during construction. The drawings shall indicate and show approved substitutions of ., size, material and manufacturer's name and catalog number. The drawings shall be delivered to the Owner's designated representative prior to final acceptance of work. These drawings shall be prepared by a Licensed Irrigator. 1.06 DELIVERY, STORAGE, AND HANDLING: A. Deliver materials to job site in Manufacturer's original unopened packaging. Transport plastic pipe on a vehicle long enough to allow pipe to lay flat without bending. B. Store materials off the ground, protected from weather and damage. Do not install items that 02810 - 2 become cracked, broken, or otherwise damaged or non-functional. In the event of damage, repair or replace at no additional cost to Owner. PART 2 - PRODUCTS 2.01 POLY VINYL CHLORIDE (PVC) PIPE AND ACCESSORIES: A. Pipe: ASTM D 2241, Type I, Grade 1 or 2, minimum hydrostatic design stress of 2,000 psi. 1. Minimum burst pressure: a All mains: ASTM D 2466 Schedule 40 b. 3/4 inch diameter and smaller: 315 psi. C, 1 inch diameter and larger: 200 psi. 2. Continuously and permanently mark with manufacturer, pipe size, IPS size, type of material, and code number. *� B. Fittings: ASTM D 2466 Schedule 40, Type I or II, socket type. C. Sleeves: ASTM D 2466, Schedule 40. D. Solvent Cement: ASTM D 2564. E. Risers: Rainbird, or other manufacturer approved by Architect. I. Lawn heads: Risers shall have flexible, damage-resistant rubber nipple below grade. 2. Quick coupling valves shall have multiple swing joint assembly nipples and elbows. As per details. 3. Swing joints: Swing joints shall be Lasco O-Ring Seal type. 2.02 VALVES: A. Wire and Splices: All wire shall be single strand solid copper, sized by the Contractor and shall be a minimum 14 gauge with Type OF insulation which is Underwriters Laboratory Um approved for direct underground burial when used in a National Electrical Code Class II Circuit (30 volts AC or less) as per Articles 725 and 300. Voltage drop shall be taken into consideration. All wire shall be color coded so that the common wire shall have white in insulation and the signal wires shall have red insulation. All wire connectors shall have a two- piece PVC housing which, when filled with resin epoxy and pressed together, forms a AL permanent, one-piece, moisture-proof wire splice. All connectors shall be U.L. listed, rated 600 volt, for PVC insulated wire. No wire nuts shall be allowed. No wire splices shall be buried. All wire connectors shall be 3M-DBY approved equal. All wire shall be considered low incidental to the cost of the project. 02810 - 3 B. Quick Coupling Valves: Brass or bronze body and parts able to withstand pressure of 150 psi without leakage, 1 inch female inlet, IPS with one-piece, single lug, single key with self- closing cover. C. Double Check Valve Assembly: A double gate valve, double check valve assembly exists on site as shown on the plans. D.. Electric Controller and Valves: Electric irrigation controller shall be capable of operating the stations as indicated on the drawings. Power source shall be standard 120 Volt 670 Cycle AC. Output for operation of companion solenoid actuated valves shall be 24 Volt 670 Cycle AC. Wiring to valves to be as hereinbefore specified (2.1.D). Electric remote control valves shall have brass bodies and covers and shall be globe-type diaphragm valves of normally closed design. Operation shall be accomplished by means of an integrally mounted heavy-duty 24-V AC solenoid complying with National Electrical .� Code, Class II Circuit. Solenoid coil shall be potted in epoxy resin within a plastic coated, stainless steel housing. Solenoids shall be completely waterproof, suitable for direct underground burial. A flow stem adjustment shall be included in each valve. The valve shall be able to be used with dirty water. The valve shall be able to compensate for pressure through the use of a pressure regulating device. Electric remote control valves shall be Toro 252 series valves. All ele,.Lric control valves shall be enclosed in a valve box. This valve box shall be properly supported and of sufficient construction that tractors and mowers crossing over the box will not push the box down and crush the pipe, valve, or box. E. Manual Control Valves: Manual valves greater than 2" shall be all brass, gate type with solid wedge disc and integral seats, and shall be rated at 200 pounds W.O.G. All valves shall have wheel handles unless cross handles are called for on the plan and shall be Ohio brass 1502 and 1502-X, NIBCO #22 and #33. All manual valves 2" and smaller shall be Speers compact design plastic ball valves produced from virgin PVC Type 1, Grade I with Viton "o" rings with Safe-T-Shear stem or approved equal. F. Valve Boxes: 1. Electric Valves: Boxes for electric valves 3" and smaller shall be Brooks 1419 Standard Series with snaplock cover or approved equal. 2. Wire splices: Boxes for wire splices shall be Brooks 70 Series with snaplock cover or approved equal. 3. Manual Valves: Shall be Brooks 70 series with snaplock cover or approved equal. G. Concrete Materials: Materials for concrete vaults, footings, and thrust blocking shall meet the requirements of the COG Standard Specifications Institute Item 7.4, Concrete for 02810 - 4 ^+ Structures. Al I concrete shall have a minimum compressive strength of 2,000 pounds per square inch at the end of twenty-eight (28) days. Concrete shall have a minimum of four(4) sacks (376 lbs.) of cement per cubic yard. 2.03 SPRINKLER HEADS: A. Manufacturer's standard unit ofcycolac plastic,guaranteed to indefinitely withstand corrosive action of soils and water used. B. Heads shall be designed to provide uniform coverage over entire area of spray shown on drawings at available water pressure and as follows: C. Rotary Heads: Rotary pop-up sprinklers shall be in-line combination type with positive drive by means of a water-driven gear motor. Nozzles shall be readily accessible without removing the upper head assembly. Rotary type pop-up spray heads shall be Hunter as designated on the plans. See plans for type of nozzle to be specified. D. Special Heads: Special heads not covered by these Specifications shall be furnished in accordance with the specifications and details shown on the plans. �., 2.04 AUTOMATIC CONTROL SYSTEM: A. Controller: New controllers used on this project shall be Toro LTC as referenced on plans. Existing controllers shall be reused on existing fields to be re-irrigated, as referenced on plans. B. Low voltage system manufactured expressly for control of automatic circuit valves of underground sprinkler systems. Provide capacity to suit number of circuits as indicated. 1. Control wire: LTL approved Type OF-600V, PVC jacketed, single conductor underground cable. 2. Wire gauge as required by length of run and controller manufacturer's specification. 3. Splices for underground control wiring shall be tL approved for direct burial. C. Control Cabinet: 1. Attach a typewritten legend inside each controller door indicating areas covered by each remote control valve. 02810 - 5 PART 3 - EXECUTION +' 3.00 GENERAL A. This part shall include the placing of all specified materials at the locations and elevations as shown on the drawings or as established by the Architect. The work performed hereunder shall conform in every respect to the Contract Documents, the applicable City requirements, the applicable local ordinances and sanitary codes, the regulations of the State Health Department, the regulations of the Occupational Safety and Hazardous Administration (OSHA) and the regulations of the Environmental Protection Agency (EPA). In the event that the Contract Documents do not adequately specify materials, methods of construction or workmanship of any portions of the proposed work, the North Central Texas Council of Government's (NCTCOG) Standard Specifications for Public Works Construction, as amended in the Contract Documents, shall apply. If the NCTCOG Standard Specifications do not adequately describe the requirements ofany portion of the work, the Standards of the Trade shall govern. B. The installation of the irrigation project shall be made by an individual or firm duly licensed under Article No. 8751 VTCS, titled "Licensed Irrigators Act", S.B. No. 259 as passed by , the 66th Legislature. The Contractor shall be specialized in commercial landscape irrigation installation and shall be approved by the Owner's designated representative. All work shall be supervised on the site by a licensed Irrigator by the State of Texas. 3.01 SYSTEM DESIGN I A. Design Pressures: City Water Supply pressure and as indicated on the drawings. B. Design location of heads is approximate. Make adjustments as necessary to avoid obstructions. C. Where piping, heads, valves, or other elements of the system are indicated under paved areas but running parallel or adjacent to planting areas, without indication of sleeves or other special accommodations, the intention is for the items to be installed in the planting area. D. Piping Layout: Piping layout is diagrammatic. Route piping around existing trees and shrubs in such manner as to avoid damage to plantings. Do not dig within the ball of newly planted trees or shrubs. In areas where existing trees are present, trenches will be adjusted on-site to provide a minimum clearance of four feet between the drip line of any tree and any trench. The Contractor shall notify the Owner's representative in writing of a planned change in trench routing from that shown on the drawing. E. Contractor's Responsibility: The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions, grade differences or 02810 - 6 discrepancies in equipment usage, static water pressure, or area dimensions exist that might not have been considered in the engineering. Such obstructions or differences shall be brought to the attention of the Owner's designated representative in writing before work commences. In the event this notification is not performed, the Contractor shall assume full responsibility for any revision necessary. 3.02 PREPARATION: A. Prior to start of irrigation work inspect site to verify that the system may be installed as indicated. Do not begin work until unsuitable conditions have been corrected. B. Verify location of existing underground utilities prior to start of trenching. C. Field verify all dimensions. D. Existing Utilities: 1. Locations and elevations of various utilities included with the scope of this work have been obtained from the most reliable sources available and should serve as a general guide without guarantee to accuracy. The Contractor shall examine the site and verify to his own satisfaction the locations and elevation of all utilities and availability of utilities and services required. The Contractor shall inform himself as to their relation to the work and the submission of bids shall be deemed as evidence thereof. The Contractor shall repair, at his own expense, and to the satisfaction of the Owner's designated representative, damage to any utility shown on or not shown on the plans. 2. Should utilities not shown on the plans be found during excavations, Contractor should promptly notify designated representative for instructions as to further action. 3. Contractor shall make necessary adjustments in the layout as may be required to connect existing stubouts, conduit locations, etc., should such stubouts or locations not be located exactly as shown, and as may be required to work around existing work at no increase in cost to the Owner. All such work will be recorded on as-built drawings and turned over to the Owner's designated representative prior to final payment. r3.03 PIPING SYSTEM: A. Trenching: Refer to Section 02221. All lateral piping shall be buried a minimum of 12 inches below finished grade. All main piping shall be installed with a minimum of 18" of cover. B. Carefully inspect all pipe and fittings prior to installation. Remove all dirt, burrs and reaming. C. Lay pipe on solid subbase with markings up, uniformly sloped, as indicated. Connect piping 02810 - 7 to building system in location indicated. 1. Slope circuit piping to drain valve at least 1/2-inch in 10 feet of run. 2. Seal all wall penetrations. 3. Restore damaged landscaping. D. All piping passing under paving or other slabs more than 6 feet wide shall be installed in Schedule 40 PVC sleeves. E. Make all piping joints with specified solvent cement. Joints shall set a minimum of 15 minutes prior to handling or moving, and 24 hours prior to filling with water. F. Centerload piping with a small amount of backfill to prevent arching and whipping under pressure. G. Backfill trenches in accordance with Section 02221 after all inspections and corrections have • been made and the system has been accepted by the Architect. H. PVC pipe shall not be installed when there is water in the trench, nor shall PVC pipe be laid when temperature of 40 degrees or below or when rain is eminent. PVC pipe will expand and contract as the temperature changes. Therefore, pipe shall be snaked from side to side of trench bottom to allow for expansion and contracting. I. Control Wire Installation: 1 All control wire less than 500 feet in length shall be continuous without splices or Joints from the controller to the valves. Connections to the electric valves shall be made within 18 inches of the valve using connectors specified in paragraph 2.1.D unless otherwise approved by the Owner's designated representative in writing. 2. All control wires shall be installed at least 18 inches deep in ditches in accordance with Details of the Irrigation Drawings. Contractor shall obtain the Owner's approval for wiring routing when installed in separate ditch. Control wires may be installed in a common ditch with piping; however, wires must be installed a minimum of 4 inches from piping as per Details of the Irrigation Drawings. 3. All wire passing under existing or future paving, sidewalk, construction, etc., shall be encased in a PVC or galvanized steel conduit extending at least 12 inches beyond ~" edges of paving, sidewalks or construction. 3.04 EQUIPMENT.- A. QUIPMENT:A. Circuit Valves: Install in valve box, arranged for easy adjustment and removal, buried deep enough that valve box lid will not protrude above grade. 1. Provide union on downstream side and ball valve on upstream side per details. 2. Adjust automatic control valves to provide flow rate of rated operating pressure for 02810 - 8 w. each sprinkler circuit. 3. Install a different colored valve wire from controller to each valve installed. D. Sprinkler Heads: Install in accordance with manufacturer written instructions. 1. Install lawn heads flush with finish grade, and no closer than 1-1/2 inches from walks, paving, and curbs. 2. Locate part-circle heads to maintain a minimum distance of 4 inches from walls and 2 inches from other boundaries, unless otherwise indicated. 3. Rotary Heads: Rotary pop-up heads shall be installed as per the Irrigation Drawings. Rotary pop-up heads shall be installed on a swing joint assembly. After the head height has been determined, a Schedule 80 PVC extension shall be added between the head and swing nipple in order to maintain a head height flush with grade until grass is established. Under the warranty, the Contractor must return after grass is established and adjust heads to proper grade. 4. Quick Coupling Valves: Quick coupling valves shall be installed with the top of the cover '/--,-inch below the finish grade. Quick coupling valve shall be installed on a swing joint assembly with a 1 inch Ball valve. A valve box shall be installed around the quick coupling valve. Under the warranty, the Contractor must return after grass is established and adjust heads and boxes to proper grade. 5. Thrust Blocking: All main line piping shall be installed with concrete thrust blocking. For thrust blocking of main line piping see Details of the Irrigation Drawings. E. Automatic Controllers: Install wiring in conduit from timer to point of direct burial. Set as directed by Owner. 1. Manual and Electric Valves: Manual and electric valves shall be sized and located where shown on plans. Top of valve boxes shall be flush with finished grade. The Contractor will be required to adjust after establishment of grass. Valve boxes shall be properly supported and of sufficient construction that tractors and mowers crossing over the boxes will not push boxes down and crush the pipe, valve or box. 2. Electric Controllers and Valves: a. Electric controller(s) shall be located as shown on the plans and shall be capable of operating the number of stations indicated on the plans. The Contractor shall install the size controller specified on the plans. b. Controller shall be located where shown on the plans and, if possible, oriented in such a manner as to allow the operator to view a maximum area of the irrigation system. C. The Contractor shall provide electrical service as required to controller location. All electrical work shall be done in accordance with all applicable codes and standard industry procedures. 115 Volt or larger services shall be installed a minimum 24" deep and shall be placed in PVC conduit. 02810 - 9 d. It will be the responsibility of the contractor to furnish and install the proper size wire on each of the low voltage circuits from the master control center to the various section automatic valves. Also see Section 2.I.D. e. Consideration will be given to each circuit for allowance voltage drop and economy consistent with accepted practices of electrical installation. Under no circumstances shall the voltage of any branch circuit be reduced more than ~~ proper due to length of run exceeding the maximum allowable for the wire size used. f. Remote electrical control valves shall be located and sized as shown on the plans. All electrical connection shall be made when the weather is dry with connection kits in strict accordance with manufacturer's recommended procedures. Contractor shall submit connection kit data as required under Section 1.3. F. Automatic Sensors: Provide freeze and rain protection by use of Weathermatic 9950 Rain- stat and Penn A-19 temperature sensor. Mounting locations will be approved by Landscape Architect. Each controller will be provided with a bypass switch box to allow a manual override of the sensors. 3.05 TESTING, ADJUSTING, AND BALANCING: A. Notify Architect a minimum of 48 hours prior to start of testing. Conduct all tests in presence of Architect. B. Flushing: 1. Prior to backfilling, with all control valves in place but before lateral pipes are connected, completely flush and test the main line and repair all leaks. 2. Flush out each section of lateral pipe before sprinkler heads are attached. C. Testing: Furnish all required personnel and equipment to accomplish testing as follows: I. Thoroughly bleed line of all air and debris. Fill and maintain line full of water for a minimum period of 24 hours immediately prior to the test. 2. After valves are installed, test all live water lines for leaks at a pressure of 150 psi for a continuous period of 2 hours, with all couplings exposed and with all pipe sections center loaded. 3. Correct all leaks and retest until system is accepted by the Architect. M D. Thoroughly clean, adjust, and balance all systems. 1. Final Adjustment: a. After installation has been completed, make final adjustment of sprinkler 02810 - 10 system preparatory to the Owner's designated representative's final inspection. b. Completely flush system to remove debris from lines by removing nozzle from heads on ends of lines and turning on system. C. Check sprinklers for proper operation and proper alignment for direction of throw. d. Check each section of spray heads for operating pressure and balance to other sections by use of flow adjustment on top of each valve. e. Check nozzling for proper coverage. Prevailing wind conditions may indicate that arc of angle of spray should be other than as shown on drawings. In this case, change nozzles to provide correct coverage and furnish record data to Owner's designated representative with each change. f. After system is thoroughly flushed and ready for operation, each section of sprinklers must be adjusted to control pressure at heads Use the following method, one section at a time: 1) Remove last head on section and install a temporary rise above grade. Install tee with pressure gauge attached on top of riser and reinstall head with nipple onto tee. 2) Correct operating pressure at last head of each section as follows: Spray Heads - 25 psi Rotary Heads - 3 5 psi Or as per manufacturer's recommendations 3) After replacing head, at grade, tamp thoroughly around head. g. The Contractor shall furnish all water necessary for testing, flushing and jetting unless noted otherwise. E. Demonstrate complete system to Architect and Owner's ,epresentatives: I . Show that all remote control valves are properly balanced and that all heads are properly adjusted for radius and arc coverage. 2. Instruct Owner's maintenance personnel in the operation and maintenance of the irrigation system. Include contents of the Owner's Manual, 3. Guarantee and Maintenance: go a. The Contractor shall guarantee material and workmanship for one year after installation including repair and replacement of defective materials, workmanship and repair of backfill settlement. Contractor shall provide '� maintenance for one year after installation. b. Maintenance shall include, but not necessarily be limited to, the following: OR 1) Adjustment of sprinkler height and plumb to compensate for settling. 2) Adjustment of head coverage as necessary. 3) Unstopping heads plugged by foreign material. 4) Adjustment of controller as necessary to insure proper performance. 5) Cleaning to insure heads pop-up and pop-down properly. 6) All maintenance necessary to keep the system in good operating order. r■ *** END OF SECTION *** 02810 - 11 SECTION 02830 - GALVANIZED CHAIN LINK FENCING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Provisions established within the General and Supplementary General Conditions of the Contract, Division I -General Requirements, and the Drawings are collectively applicable to this Section. 1.02 SCOPE A. Section Includes: Galvanized chain link fences, gates, and backstops. 1.03 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM A 153-82 (1987) Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware 2. ASTM A 392-84 Specification for Zinc-Coated Steel Chain-Link Fence Fabric 3. ASTM A 446/A 446M-87 Specification for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process, Structural (Physical) Quality 4. ASTM A 569/A 569M-85 Specification for Steel, Carbon (0.15 Maximum, Percent), Hot Rolled Sheet and Strip Commercial Quality 5. ASTM A 641-82 Specification for Zinc-Coated (Galvanized) Carbon Steel Wire 6. ASTM A 824-86 Specification for Metallic-coated Steel Marcelled Tension Wire for Use With Chain Link Fence 7. ASTM C 33-86 Specification for Concrete Aggregates 8. ASTM C 150-86 Specification for Portland Cement 9. ASTM F 567-84 Standard Practice for Installation of Chain Link Fence 10. ASTM F 669-81 (1985) Specification for Strength Requirements of Metal Posts and Rails for Industrial Chain Link Fence 11. ASTM F 900-84 Specification for Industrial and Commercial Swing Gates 12. ASTM F 1083-87 Specification for Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded, for Fence Structure B. Chain Link Fence Manufacturer's Institute(CLFMI) Publications: 1. Product Manual 1.04 SUBMITTALS A. Product Data: Submit in accordance with SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES. Include manufacturer's installation instructions. GALVANIZED CHAIN LINK FENCING 02830 - I PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Provide chain link fences and gates as manufactured by one of the following: Allied Tube and Conduit Corp. American Chain Link Fence Company American Tube Company Anchor Fence, Inc. Capitol Wire and Fence Co., Inc. Century Tube Corp. Cyclone Fence DivJIJSX Corp. 2.02 MATERIALS A. Steel Fabric: Comply with Chain Link Fence Manufacturer's Institute (CLFMI) Product Manual. Furnish one-piece fabric widths for fencing up to 12 feet high. All fencing shall have a knuckled selvage top and bottom. Wire size includes zinc coating. Provide 2 inch mesh, 9 gage (0.148 inch diameter) wire, typical. B. Galvanized Steel Finish: ASTM A 392, Class 1,with not less than 1.2 oz. zinc per sq. ft.of uncoated wire surface. C. Framing: Strength requirements for posts and rails shall comply with ASTM F 669. D. Pipe shall be straight, true to section,material, and sizes specified,and shall conform to the following '- weights per foot: NPZS in Outside Diameter Type 1 Type II inches (OD) in inches Steel Steel 1-1/4 1.660 2.27 1.84 1-1/2 1.900 2.72 2.28 -M 2 2.375 3.65 3.12 2-1/2 2.875 5.79 4.64 3-1/2 4.000 9.11 6.56 •.� E. Steel Framework, General. Posts, rails, braces, and gate frames. 1. Type I Pipe: Hot-dipped galvanized steel pipe conforming to ASTM F 1083, plain ends, �. standard weight(schedule 40)with not less than 1.8 oz. zinc per sq.ft. of surface area coated. 2. Type II Pipe: Manufactured from steel conforming to ASTM A 569 or A 446,grade D,cold formed, electric welded with minimum yield strength of 50,000 psi and triple coated with minimum 0.9 oz. zinc per sq. ft. after welding, a chromate conversion coating and a clear polymer overcoat. Corrosion protection on inside surfaces shall protect the metal from corrosion when subjected to the salt spray test of ASTM B 117 for 300 hours with the end .. point of 5 percent Red Rust. F. End, corner, and pull posts: 2 7/8" OD Type I or II steel pipe, 2 1/2" square steel tubing weighing 5.10 lbs. per in. ft., or 3 1/2" by 3 1/2" roll-formed sections weighing 4.85 lbs. per in. ft. GALVANIZED CHAIN LINK.FENCING 02830 -2 G. Line or intermediate posts: 2 3/8" OD Type I or [[ steel pipe, 2 1/4" by 1 7/10" C section weighing 2.70 lbs. per in. ft., or 2 1/4" by 1 7/10" galvanized steel H section weighing 3.26 lb. per. in. ft. H. Gate Posts: Furnish posts for supporting single gate leaf, or one leaf of a double gate installation, 4" OD Type I or I1 steel pipe. �. 1. Top Rail: Manufacturer's longest lengths, with expansion-type couplings, approximately 6 inches long, for each joint. Provide means for attaching top rail securely to each gate corner, pull, and end post. 1. Galvanized Steel: 1-1/4"NPS(1.66 inch OD)Type I or I1 steel pipe or 1-5/8" by 1-1/4" roll- formed C sections weighing 1.35 Ib. per ft. J. Bottom and Intermediate Rail: 1.66" OD schedule 40 galvanized steel pipe 2.27 lbs. per ft., with rail end clamps at each post. K. Tie Wires: 12-gauge (0.106 inch diameter)galvanized steel with a minimum of 0.098 oz. per sq. ft. of zinc coating of surface area in accordance with ASTM A 641, Class 3. L. Post and Line Caps: Provide weathertight closure cap for each post. Provide line post caps with loop to receive tension wire or top rail. M. Tension or Stretcher Bars: Hot-dip galvanized steel with minimum length 2 inches less than full height r offabric, minimum cross-section of 3/16 inch by 3/4 inch and minimum 1.2 oz. zinc coating per sq. ft. of surface area. Provide one bar for each gate and end post, and two for each corner and pull post, except where fabric is integrally woven into post. N. Tension and Brace Bands: Minimum 3/4 inch wide hot-dip galvanized steel with minimum 1.2 oz.zinc coating per sq. ft. of surface area. 1. Tension and Brace Bands: Minimum 12 gage (0.105 inch) thick. O. Concrete: Provide concrete consisting of Portland cement, ASTM C 150, aggregates ASTM C 33, and clean water. Mix materials to obtain concrete with a minimum 28 day compressive strength of 2500 psi. Use at least 4 sacks of cement per cu.yd., I inch maximum size aggregate,maximum 3 inch slump, and 2 to 4 percent entrained air. a. 2.03 GATES A. Fabrication: Fabricate perimeter frames of gates from metal and finish to match fence framework. Assemble gate frames by welding. Provide horizontal and vertical members to ensure proper gate operation and attachment of fabric, hardware, and accessories. Space frame members maximum of am 8 feet apart. 1. Provide same fabric as for fence. Install fabric with tension bars and bands to vertical edges and at top and bottom edges. lw 2. Install diagonal cross-bracing consisting of 3/8 inch diameter adjustable length truss rods on gates to ensure frame rigidity without sag to twist. B. Swing Gates: Comply with ASTM F 900. Fabricate perimeter frames of minimum 1.90 inch OD Type I or 1I steel pipe or 2.00 inch square galvanized steel tubing weighing 2.60 lb. per sq. ft. GALVANIZED CHAIN LINK FENCING 02830 - 3 C. Gate Hardware: Provide hardware and accessories for each gate,galvanized per ASTM A 153, and in accordance with the following: I. Hinges: Size and material to suite gate size, non-lift-off type, offset to permit 180°and 270° gate opening. Provide 1 1/2 pair of hinges for each leaf over 6 foot nominal height. 2. Latch: Forked type or plunger-bar type to permit operation from either side of gate, with padlock eye as integral part of latch. 3. Gate Stops: Provide gate stops for double gates,consisting of mushroom-type flush plate with anchors, set in concrete, and designed to engage center drop rod or plunger bar. Include locking device and padlock eyes as integral part of latch, permitting both gate leaves to be locked with single padlock. PART 3 - EXECUTION 3.01 INSTALLATION A. General: Install fence in compliance with ASTM F 567. Do not begin installation and erection before final grading is completed. B. Excavation: Drill or hand-excavate(using post-hole digger)holes for posts to diameters and spacings indicated, in firm, undisturbed or compacted soil. 1. Excavate holes for each post to minimum diameter recommended by fence manufacturer,but not less than 4 times largest cross-section of post. 2. Excavate hole depths approximately 3 inches lower than post bottom, with bottom of posts set not less than 36 inches below finish grade surface. C. Setting Posts: Center and align posts in holes 3" above bottom of excavation. Space maximum 10 feet o.c. Protect portion of posts above ground from concrete platter. Place concrete around posts and vibrate or tamp for consolidation. Check each post for vertical and top alignment,and hold in position during placement and finishing operations. Extend concrete footings 2 inches above grade and trowel to a crown to shed water. D. Top Rails: Run rail continuously through line post caps, bending to radius for curved runs and at other posts terminating into rail end attached to posts or post caps fabricated to receive rail. Provide expansion couplings as recommended by fencing manufacturer. E. Brace Assemblies: Install braces so posts are plumb when diagonal rod is under proper tension. F. Fabric: Leave approximately 2 inches between finish grade and bottom selvage. Pull fabric taut and tie to posts, rails, and tension wires. Install fabric on security side of fence,and anchor to framework so that fabric remains in tension after pulling force is released. G. Tension of Stretcher Bars: Thread through or clamp to fabric 4 inches o.c.,and secure to end,corner, pull, and gate posts with tension bands spaced not over 15 inches o.c. H. Tie Wires: Use U-shaped wire of proper length to secure fabric firmly to posts and rails with ends twisted at least 2 full turns. Bend ends of wire to minimize hazard to persons or clothing. 1. Maximum Spacing: Tie fabric to line posts 12 inches o.c. and to rails and braces 24 inches o.c. GALVANIZED CHAIN LINK FENCING 02830 -4 r 1. Fasteners: Install nuts for tension bands and hardware bolts on side of fence opposite fabric side. Peen ends of bolts or score threads to prevent removal of nuts. J. Gates: Install gates plumb, level,and secure for full opening without interference. Install ground-set items in concrete for anchorage. Adjust hardware for smooth operation and lubricate where necessary. *** END OF SECTION *** GALVANIZED CHAIN LINK FENCING 02830 - 5 SECTION 02870 -SITE FURNISHINGS PART 1 - GENERAL 1.01 DESCRIPTION Furnish and supply all labor,equipment,materials and incidentals necessary to assemble, install and otherwise construct park equipment as listed under Products. 1.02 RELATED WORK A. Section 03300 -Cast-in-Place Concrete. 1.03) QUALITY ASSURANCE A. All equipment shall be free of sharp edges and corners, or extremely rough surfaces. B. All materials shall be new and conform to all standards as specified. C. The bidder shall be responsible for defects in equipment due to faulty materials or manufacturing, damage or loss. D. Metal shall be straight or at design radii or bends,without kinks, and shall be true to shape. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Protect from inclement weather: wet, damp, extreme heat or cold. B. Store in a manner to prevent warpage and/or bowing. C. Give all manufacturer's labels and installation instructions to the Landscape Architect. 1.05 JOB CONDITIONS The contractor shall be responsible for protection of unfinished work and shall be responsible for the safety of park users utilizing unfinished equipment. PART 2 - PRODUCTS 2.01 PARK EQUIPMENT A. Bleachers - 5 Row, 15' Long Bleachers: I. Approved Products: Miracle No. 1045-I. Color shall be blue or red per site plan instructions. SITE FURNISHINGS 02870-1 B. Benches-8',Inground Players Benches. Color shall be blue or red per site plan instructions. 1. Approved Products: Miracle No. 124027. Color shall be blue or red per site plan. C. Soccer Goals - 4" x 4" Steel Goals 24'W x WH x 10'D. 64" square steel wlute goal face. Heavy wall Flo-coated galvanized steel tubing side wings and bottom rear crossbar. 1. Approved Products: BSN Sports No. STSNCAAS. 2.02 SUPPLIERS A. Miracle Recreation Equipment Company is represented by: Harper & Associates P. 0. Box 838 Allen, Texas 75013 1-800-982-8973 B. BSN Sports is represented by: BSN Sports P.O. Box 7726 Dallas, Texas 75209 1-800-527-7510 PART 3 - EXECUTION 3.01 INSTALLATION A. Fasteners: All nuts and bolts shall be upset and tack welded to prevent disassembly. B Manufacturer's Installation Instructions: The contractor shall follow the manufacturer's installation instructions unless otherwise stated. C. Set all benches, tables and bollards level. END OF SECTION SITE FURNISHINGS 02870-2 SECTION 02930 - LAWNS - HYDRO-MULCHING PART ] - GENERAL 1.01 SUMMARY A. Section Includes: Soil preparation,fertilization,planting,and other requirements regarding hydro- mulching operations to turfgrass areas as indicated on the plans. B. Related Sections: r1. Section 02200 -Earthwork; topsoil. C. Scope: It is the responsibility of the Contractor to seed all disturbed areas of the site as required herein. 1.02 SUBMITTALS: A. Product Data: Submit in accordance with Section 01340. Submit a sample label or specification for each type of fertilizer. 1.03 QUALITY ASSURANCE: A. Establishment and Acceptance: Regardless of unseasonable climatic conditions or other adverse conditions affecting planting operations and the growth of the grass, it shall be the sole responsibility of the Contractor to establish a uniform stand of grass. When adverse conditions such as drought,cold weather,high winds,excessive precipitation,or other factors prevail to such an extent that satisfactory results are unlikely, the Owner may, at his own discretion, stop an% phase of the work until conditions change to favor the establishment of grass. I. Uniform Stand of Grass: A uniform stand with complete coverage of the specified grass shall be defined as not less than 150 growing plants per square foot for seeded areas. TB. Post Planting Maintenance: Maintenance shall begin immediately after each portion of grass area is planted. All planted areas will be protected and maintained by watering, weeding, and replanting as necessary until receipt by Owner of Certificate of Occupancy or as much longer as necessary to establish a uniform stand with complete coverage of the specified grass. Grass shall be mowed once a week by the Contractor until final acceptance. All water equipment deemed necessary by the Contractor will be provided by the Contractor. Contractor will pay for all water required for watering. 1.04 WARRANTY: A. Grass shall be guaranteed by the Contractor for 30 days after the date of substantial completion for the project,or attainment of the required stand of grass,which ever is later. During this time, the Contractor shall be responsible for all watering, weeding, mowing, fertilization, other LAWNS -HYDRO-MULCHING 02930-1 maintenance as required, and replanting. I. At the end of the 30-day warranty period,the grass will be re-inspected by the Owner and any defective areas will be repaired or replaced by the Contractor. 2. The grass will be re-inspected in subsequent 30-day intervals as required until all defective areas comply with subsection 3.01, D. All costs associated with the initial 30- day warranty period and subsequent 30-day periods,if required,shall be the responsibility of the Contractor. PART 2 - PRODUCTS .a 2.01 MATERIALS: A. Bermudagrass Seed: Grass seed shall be Cynondon Dactvlon(Common Bermudagrass). The seed —F shall be harvested within I year prior to planting; free of Johnsongrass, field bind weed, doddler seed,and free of other weed seed to the limits allowable under the Federal Seed Act and applicable seed laws. The seed shall not be a mixture. The seed shall be hulled, extra fancy grade, treated with fungicide, and have a germination and purity that will produce, after allowance for Federal Seed Act tolerance, a pure live seed content of not less than 85%, using the formula, purity % times (germination %times plus hard or sound seed%). Seed shall be labeled in accordance with U.S. Department of Agriculture rules and regulations. B. Fertilizer: Fertilizer shall be a commercial product, uniform in composition, free flowing, and suitable for application with approved equipment. Fertilizer shall be delivered to the site in fully labeled original containers. Fertilizer which has been exposed to high humidity and moisture,has become caked or otherwise damaged making it unsuitable for use, will not be acceptable. 1. Initial Planting Application: Fertilizer for the initial planting application shall.be of an organic base containing by weight the following (or other approved) percentages of nutrients: 15-10-5 (N-P-K), also containing 10-15%sulfate and traces of iron and zinc as required and approved by the Owner. 2. Post Planting Application: Fertilizer for the post planting application will be a chemical base fertilizer containing by weight the following percentages of nutrients: 21-0-0(N-P- K) ammonium sulfate or the nitrogen equivalent of 33-0-0 ammonium nitrate. C. Hydro-Mulch: Provide Conwed Hydro-Mulch. All mulch will be manufactured from hardwoods only and will be refined specifically for lawn hydro-mulch applications. D. Topsoil shall be as described in Section 02200. ,.a .. LAWNS- HYDRO-MULCHING 02930-2 PART 3 - EXECUTION 3.01 INSTALLATION A. Soil Preparation: 1. Tillage: Tillage shall be accomplished to loosen the soil,destroy existing vegetation,and prepare an acceptable seed bed. All areas shall be tilled with heavy duty disc or chisel- type breaking plow, chisels set not more than 10" apart. Initial tillage shall be done in a crossing pattern for double coverage, then followed by a disc harrow. Depth of tillage shall be 6". 2. Cleaning: All rocks and clods 3/4" in size or larger shall be removed from the fine graded area. Soil shall be further prepared by the removal of debris,including building materials, rubbish, weeds, concrete chips and small pieces of wood, regardless of size. 3. Fine Grading: After tillage and cleaning, all areas to be planted shall be leveled, fine graded, and drug with a weighted spike harrow or float drag. The required result shall be the elimination of ruts or depressions that would cause water to stand or pond immediately after rainfall or operation of the lawn irrigation system, humps, and objectionable soil clods. This shall be the final soil preparation step to be completed before the commencement of fertilizing and planting. B. Fertilizing: 1. Initial Planting Application: The specified fertilizer shall be applied at the rate of 18 pounds per 1,000 square feet (800 pounds per acre). a. Timing: The initial planting application of fertilizer shall be applied after the soil preparation,but not more than 2 days prior to grass planting. Fertilizer shall be applied over sod after planting, but not more than 2 days later. 2. Post Planting Application: Thirty days after planting, grass areas shall receive an application of 2 1-0-0 or 33-0-0 fertilizer at the rate of 9 pounds per 1,000 square feet (400 pounds per acre). a. Timing: The Landscape Architect will determine if it is too late in the growing season for the post planting application. In the event that it is, the application shall be made in the spring of the next year, or the cost of the application shall become a credit due to the Owner. 3. Post Planting Maintenance: Areas without a uniform stand (complete coverage) shall receive subsequent applications of fertilizer, as described above, every 30 days until a uniform stand is achieved. C. Planting. I. Hydroseeding: Following soil preparation, Bermudagrass seed, fertilizer, mulch, and water shall be mixed together and applied to the planting area in the following quantities LAWNS -HYDRO-MULCHING 02930-3 and rates using conventional "Hydro-Mulch" equipment as manufactured by the Bowie Machine Works: ITEM RATE PER ACRE Grass Seed 110 pounds Fertilizer 800 pounds Water As needed Wood Fiber Mulch Minimum as needed to achieve marking of seeded areas a. Timing: Under no circumstances shall grassing operations occur in planting periods other than the following: April 15 to August 30 of the year of project substantial completion. If grassing operations cannot be accomplished during these periods the Contractor shall establish an interim stand of winter rye grass, then remove the rye and provide specified grass during the next period in the following year. D. Acceptance of grass for the purpose of establishing the date of Substantial Completion and subsequent re-inspection shall be based on the following minimum requirements: 1. Grass must indicate weed-free uniform, healthy, and vigorous growth, devoid of discoloration and signs of dehydration. 2. The grade shall be free of low or hollow places so that water shall not stand or pond during rains or irrigation operation. 3. Grass shall be firmly rooted so that sections cannot be removed. E. Protection: No heavy equipment shal I be moved over the planted lawn area unless the soil is again prepared, graded, leveled, and replanted. Protect all paving surfaces, curbs, utilities, plant materials,and any other existing improvements from damage by heavy equipment. Any damages shall be repaired or replaced at no cost to the Owner. F. Erosion Control: Throughout the project and the maintenance period for grass, it is the Contractor's responsibility to maintain the topsoil in place at specified grades. Topsoil and grass losses due to erosion shall be replaced by the Contractor until establishment and acceptance is achieved. G. Clean Up: Contractor shall remove excess material or debris brought onto the site or unearthed as a result of hydro-mulching operations. *** END OF SECTION *** LAWNS -HYDRO-MULCHING 02930-4 am SECTION 02935 - LAWNS - SPRIGGING PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: Lntersprig all areas to be planted with Texas Certified Hybrid 419 Bermuda at the rate of three hundred fifty (350) bushels per acre. 1.02 SUBMITTALS A. Certification of Texas Hybrid 419 Bermuda sprig variety. 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING A. Bermuda Sprigs: 1. Sprigs shall be harvested within twelve (12) hours prior to planting. 2. Sprigs shall not be allowed to dry out prior to planting. 1.04 JOB CONDITIONS A. Planting: Only during suitable weather conditions. B. Protect and maintain areas until project is complete. PART 2 - PRODUCTS 2.01 MATERIALS: A. Bermuda Grass Sprigs: The sprigs planted, three hundred fifty (350)bushels per acre, shall be of the type specified, Texas Hybrid 419 Bermuda. PART 3 - EXECUTION 3.01 SPRIG BED PREPARATION A. As prepared in Section 02100, Site Preparation. 3.02 SPRIG INSTALLATION i A. Mechanical sprigging to be performed by a grass sprigging machine able to apply three hundred fifty (350) bushels of Bermuda grass per acre. B. Perform all necessary steps to insure the sprigs will take root. LAWNS-SPRIGGING 02935-1 C. Fields: Keep moist, by daily water application, if necessary: 1. For a minimum of ten(10) days-, or 2. Until sprigs have rooted in soil. 3.03 MAINTENANCE AND MANAGEMENT A. Includes protection, replanting, maintaining grades, repair of erosion damage. B. Replanting: 1. Replant areas where a stand of grass is not present in a reasonable length of time. 2. A"stand"shall be defined as live grass plants occurring from sprigging at the rate which does not create bare spots greater than one-fourth(1/4) of a square foot. C. Maintaining Grades: I. Repair erosion damage promptly. 2. Ruts, ridges, tracks and other surface irregularities shall be corrected. 3. Replant all damaged areas prior to acceptance. *** END OF SECTION *** LAWNS-SPRIGGING 02935-2 wo SECTION 03200— CONCRETE REINFORCEMENT PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Provisions established within the General and Supplementary Conditions of the Contract, Division 1 - General Requirements, and the Drawings are collectively applicable to this Section. 1.02 SUMMARY A. Section Includes: 1. Reinforcement with accessories for the cast -in-place concrete. �+ 2. Reinforcing steel bars, welded steel wire fabric and fibrous reinforcement for cast-m- place concrete. 3. Support chairs, bolsters and spacers, for supporting reinforcement. B. Related Sections: 1. Section 02370 - Cast-in-Place Concrete Piers 2. Section 03300 - Cast-in-Place Concrete 1.03 REFERENCES A. American Concrete Institute (ACI): 1. ACI 3318 - Building Code Requirements for Reinforced Concrete. B. American Society for Testing and Materials (ASTM): 1. ASTM A 185 - Specification for Steel Welded Wire, Fabric, Plain, for Concrete Reinforcement. 2. ASTM A 615 - Specification for Deformed and Plain Billet-Steel Bars for Concrete �J Reinforcement. C Concrete Reinforcing Steel Institute (CRSI): I. CRSI Manual of Standard Practice , latest edition. 1.04 SUBMITTALS A. Shop Drawings: Submit in accordance with Section 01640 PRODUCT OPTIONS. Drawings shall show the size, length, form and position of bar reinforcing and accessories. B. Certification: Submit a letter certifying that the reinforcing bars comply with specified standard for grade. 1.05 QUALITY ASSURANCE CONCRETE REINFORCEMENT 03200-1 A. Standard: Reinforcement shall meet the requirements of ACI 318. 1.06 DELIVERY AND STORAGE A. Stack reinforcing steel in tiers and mark so that each length, size, shape and location can be readily determined. Exercise care to maintain reinforcement free of dirt, mud, paint or rust. B. Store materials and accessories on dunnage and under protective sheeting. PART 2 - PRODUCTS 2.01 MATERIALS A. Reinforcing Bars: ASTM A 615, Grade 60 deformed billet steel. -� B. Reinforcing Fabric: ASTM A 185, welded steel wire fabric in flat sheets. C. Tie Wire: 16 gauge annealed steel wire. D. Accessories: Anchors, dowels, spacers, chairs, bolsters and other devices for supporting and fastening reinforcement and normally considered as accessories to the concrete work. 2.02 FABRICATION A. Fabricate reinforcing bars to conform to the required shapes and dimensions, with fabrication tolerances complying with the CRSI Manual. B. In case of fabricating errors, do not straighten or re-bend reinforcement in a manner that will weaken or injure the material. PART 3 - EXECUTION 3.01 INSTALLATION A. Placing Steel: I. Place reinforcement in accordance with CRSI" Placing Reinforcing Bars" and ACI 318, with provisions of ACI 318 governing. 2. Assemble reinforcing steel in the forms, wired and fastened securely. Bending shall be done cold. Bars with kinks or bends not detailed shall be rejected. 3. Clean reinforcing steel of loose rust,null scale,grease,dirt and other coatings which will reduce or destroy bond with the concrete. A thin film of tight rust will not be objectionable. 4. Position, support and secure reinforcement to resist displacement by formwork, construction and concrete placing operations. 5. Locate and support reinforcement by metal chairs,runners,bolsters,spacers and hangers. 6. Place reinforcement to obtain minimum coverages for concrete protection. CONCRETE REINFORCEMENT 03200-2 7. Arrange,space and securely tie bars and bar supports together with the specified tie wire. 8. Set wire ties so twisted ends are directed away from exposed concrete surfaces. 9. Support reinforcement and fasten together to prevent displacement by construction loads of placing concrete. 10. Over formwork, use metal or plastic bar chairs and spacers to support reinforcement. 11. Where concrete surface wil l be exposed to weather in finished structure,use noncorrosive or corrosion protected accessories within 1/2" of concrete surface. 12. Where successive mats of reinforcing fabric are continuous, overlap welded wire fabric so that overlap measured between outermost cross wires of each fabric sheet is not less than spacing of cross wires plus 2". 13. Bars having splices not shown on shop drawings will be subject to rejections. 14. Do not bend reinforcement after being embedded in hardened concrete. 15. Do not allow bars to be in contact with dissimilar materials. END OF SECTION CONCRETE REINFORCEMENT 03200-3 SECTION 03300— CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.01 SCOPE OF WORK A. Concrete Paving B. Concrete Foundations and Footings C. Cast-In-Place Concrete Piers 1.02 QUALITY ASSURANCE �+ A. Reference Specifications: The work under this division of the Specifications shall conform generally to the requirements of Item 3 14 - "Concrete Pavement", Item 406 - "Concrete for Structures", and Item 410 — "Concrete Structures", and "Concrete Drilled Piers" of the City of Fort Worth's "Standard Specifications for Street and Storm Drain Construction",except as otherwise specified. Delete Measurement and Payment. B. Related Sections: 1. Section 02370 - Cast-In-Place Concrete Piers 2. Section 03200 - Concrete Reinforcement PART 2 - MATERIALS 2.01 FORMS A. Forms shall be of ample strength, adequately braced,joined neatly and tightly and set exactly to established line and grade. 2.02 REINFORCING MATERIALS A. Reinforcing Bars: Reinforcing bars shall be round deformed bars meeting the requirements of the current standard Specifications for Intermediate Grade Billet Steel Concrete Reinforcing Bars of the A.S.T.M. Designation A-615. Reinforcing bars at the time the concrete is placed shall be free from rust, scale or other coatings that will destroy or reduce the bond. General reinforcing bars shall be number three bars spaced eighteen inches(18")on center in walks and twelve inches (12") in slabs as shown on Plans. 2.03 CONCRETE MATERIALS A. Cement: Portland cement shall meet the requirements of A.S.T.M. Specifications Designation C-150 and shall be Type 1. B. Aggregates: Concrete aggregates shall consist of gravel or crushed stone and shall be free from any excess amount of salt, alkali, vegetative matter or other objectionable materials. The aggregate shall be well graded from fine to course and the maximum size shall be one inch(1 Fine aggregate shall consist of sand and it shall be clean, hard, durable and free of lumps. CAST-IN-PLACE CONCRETE 03300-1 C. Water: Water used in mixing concrete shall be clean and free from deleterious amounts of acids, alkalies, vegetative matter or organic material. The concrete shall be mixed in an approved batch mixer. The mixing time shall not be less than one(1)minute after all the batch materials are in the mixer. Cement content shall be not less than five(5)sacks per cubic yard of concrete and shall have a minimum 28 day compressive strength of 3,000 psi. D. Mixing: Transit mixed concrete shall meet all the requirements for concrete as specified above. Sufficient transit mix equipment shall be assigned exclusively to the project as required for continuous pours at regular intervals without stopping or interrupting. Concrete shall not be placed on the job after a period of one and one-half hours (1-1/2) after the cement has been placed in the mixer. 2.04 RELATED MATERIAL A. Expansion Joint Filler: Expansion joint material shall be one inch (I") clear heart redwood with cap as shown on the plans B. Dowels: Dowels for expansion joints shall be number five smooth round steel bars with expansion tubes as shown on Plans. Dowels shall be placed eighteen inches(18")on center or as shown on Plans. C. Curing Compound. The membranous curing compound shall comply with the requirements of A.S.T.M., Designation C-309, Type 2, white pigmented. D. PVC Sleeves: The Contractor shall furnish and install four inch (4") class 200 PVC pipe sleeves under concrete walk as shown on plans and details. 2.05 CONCRETE MIX DESIGN AND CONTROL A. Mix Design: The concrete shall contain not less than five(5)sacks of cement per cubic yard. _ Total water shall not exceed seven(7)gallons per sack of cement. The mix shall be uniform and workable. The amount of course aggregate (dry-loose volume) shall not be more than eighty-five (85%) percent per cubic yard of concrete. The net amount of water will be the amount added at the mixer plus the free water in the aggregate or minus the amount of water needed to compensate for absorption by the aggregates, Free water or absorption determinations will be based on the condition of the aggregates at the time used. The absorption test will be based on a thirty (30) minute absorption period. No water allowance will be made for evaporation after batching. B. Slump: When gauged by the standard slump test, the settlement of the concrete shall not be less than one and one-half(1-1/2") inches nor more than five (5") inches. C. Quality: The concrete shall be designed for a minimum compressive strength of three thousand (3,000) pounds per square inch at the age of twenty-eight (28) days. D. Control-Submittal: Within a period of not less than (10) days prior to the start of concrete CAST-IN-PLACE CONCRETE 03300-2 r roperations.the Contractor shal I submit to the Engineer a design of the concrete mix proposed to be used together with samples of all materials to be incorporated into the mix and a full description of the source of supply of each material component. The design of the concrete mix shall conform with the provisions and limitation requirements of these specifications. All material samples submitted to the Engineer shall be sufficiently large to permit laboratory batching for the construction of test beams to check the adequacy of the design. When the design mix has been approved by the Engineer,there shall be no change or deviation from the proportions thereof or sources of supply except as hereinafter provided. No concrete may be placed on the job site until the mix design has been approved by the Engineer in wntmg to the Contractor. PART 3 - EXECUTION 3.01 REINFORCING Metal reinforcing shall be accurately placed in accordance with the Plans and shall be adequately secured in position by concrete, metal,or plastic chairs and spacers. Bar splices shall overlap at least twelve inches (12"). The re-bars shall be bent cold. 3.02 JOINTS A. Expansion Joints: Expansion joint materials shall be installed perpendicular to the surface. The bottom edge of the material shal I extend to or slightly below the bottom edge of the slab and the top edge shall be held approximately one-half inch('/z")below the surface of the slab. The edge of joints shall be tooled with an edging tool having a one-fourth inch ('/a") radius. B. Contraction Joints: Contraction joints shall be one-fourth (1/4") wide by three-fourths inch (3/4") deep, tooled joints placed on six foot (6') centers, unless otherwise indicated. Contraction joints will not be required to be sealed. Sawed joints may be allowed only if specifically approved by the Engineer. Joints will be sawed as soon as sawing can be performed without stripping aggregate from the concrete, generally within twelve (12) to twenty-four (24) hours after placement, and they shall be completed before uncontrolled cracking of the pavement takes place. C. Construction Joints: Construction joints shall be installed in all concrete work at the locations shown on the Plans. Construction joints formed at the close of each day's work shall be located at any of the control joints designated on the Plans. Joints maybe constructed by use of wood or preformed metal bulkheads set true to the section of the finished concrete and cleaned and oiled. Surplus concrete on the subgrade shall be removed before resuming concreting operations. 3.03 PLACING CONCRETE Placement of Concrete: The concrete shall be rapidly deposited on the subgrade immediately after mixing is completed. Subgrade and forms shall be dampened prior to placement of the concrete. The concrete shall be transported, placed and spread in such a manner as to prevent segregation of the r CAST-IN-PLACE CONCRETE ■ 03300-3 aggregate or an excess amount of water and fine materials to be brought to the surface. No concrete shall be placed when the air temperature is less than forty degrees Fahrenheit (40° F) nor when the temperature of the concrete is eighty-five degrees Fahrenheit(85° F) or higher, without approval of Construction Inspector. Placement shall be earned on at such a rate that the concrete is at all times plastic and flows readily into the space between the bars, No concrete that has partially hardened or that has been contaminated by foreign material shall be deposited in the work nor shall retempered concrete be used. Each section of pavement between expansion and construction joints shall be placed monolithically. All concrete shall be thoroughly compacted by suitable means during the operation ofplacing and shall be thoroughly worked around reinforcement and embedded fixtures and into the corners of the forms. Special care shall be taken to prevent voids and honeycombing. The concrete shall then be struck off and bull-floated to the grade shown on the Plans before bleed water has an opportunity to collect on the surface. 3.04 FINISHING Finishing Concrete: All concrete shall be finished by experienced, qualified concrete finishers. All concrete shall have a neat, rounded edge. Edging and jointing (radius described on Plans) shall be accomplished with care so as not to leave deep impressions in the concrete surface adjacent to edges and joints. After the concrete has been floated and has set sufficiently to support the weight of cement finishers, a smooth steel trowel will be used to produce hard surface. The entire surface will then be brushed with a stiff bristle broom to produce a uniform textured finish. All edges and sides of concrete exposed to view shall be free of warp and blemishes with a uniform texture and smoothness as described in Plans. 3.05 CURING Curing Compound: Immediately after the finishing operations, the concrete shall be completely covered with a curing compound. The concrete surface shall be kept moist between finishing operations and the application of the curing compound. The curing compound shall be applied under pressure by means of a spray nozzle at a rate not to exceed two hundred square feet(200 sq. ft.) per gallon. A minimum of seventv-two hours (72)curing time will be required. END OF SECTION 1 CAST-IN-PLACE CONCRETE 03300-4 r rSECTION 03370- CAST-IN-PLACE CONCRETE PIERS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Provisions established within the Conditions of the Contract and Division 1 - General Requirements are collectively applicable to this Section. 1.02 SUMMARY A. Section Includes:Concrete piers,including drilling,reinforcing, casing,and placing concrete. B. Related Sections: 1, Soil Investigation Data: Geotechnical Data 2. Section 0 14 10 - Matefials Testing and Laboratory Services. 3. Section 03200 - Concrete Reinforcement. 4. Section 03300 - Cast-In-Place Concrete. 5. Typical Pier Detail - refer to structural drawings. 1.03 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM A 36/A36M - Specification for Carbon Structural Steel. 2. ASTM A 252 - Specification for Welded and Seamless Steel Pipe Piles. 1.04 INSPECTION A. Data Reports:The City of Fort Worth shall log each drilled shaft by recording the following information: 1. Date and time excavation started; 2. Shaft diameter as constructed; 3. Bottom of penetration as constructed; 4. Bottom of casing (if casing is used) (in relation to sea level); 5. Comments on water conditions; 6. Date and time excavation completed; 7. Date and time concrete placed, 1.05 QUALITY ASSURANCE A. Tolerances: 1. Center line of the top of the drilled shaft shall be within 3" of the plan location. 2. Drilled shaft shall be plumb to within 1'/z" the first 10' plus 1%of the depth greater than 10'. CAST-IN-PLACE CONCRETE PIERS 03370 - 1 1.06 BID PRICES A. Piers: Bids shall be based on drilling to depth as shown on typical pier detail in the structural drawings. Bids are inclusive of drilling, casing as required, reinforcing, and concrete for depths as shown on typical pier detail. B. Penetrations shall be drilled to depths shown on structural dralvvings and shall be included in the contractor's bid. PART 2 - PRODUCTS 2.01 MATERIALS A. Reinforcement shall meet the requirements specified in SECTION 03200 - CONCRETE REINFORCEMENT. B. Concrete shall meet the requirements specified in SECTION 03300 - CAST-IN-PLACE CONCRETE with the exception for the following slump requirements", -� 5" to 6" for dry shafts 6" to 8" if casings are used. C. Casing: ASTM A 252, Grade 2 or ASTM A 36. D. Pier Sleds: Provide "CentralIgner" sleds and Hijacker pier bolsters as manufactured by Pieresearch, Arlington, Texas (phone 817 265-0980) or equivalent. PART 3 - EXECU ►ION 3.01 PERFORMANCE A. Drill ing: Drill foundation shafts with a power auger dulling machine designed for the purpose. Locate accurately and drill to the size and depth. B. Cleaning: Machine clean the bottoms of shafts of loose material and debris. De-water the shafts. Shafts shall be inspected by the City representative before concrete is placed. C. Reinforcing Steel: 1. Form a cage as a structural element to maintain its shape and proportion throughout the placing of concrete and extraction of casing. 2. Install pier sleds so that reinforcing remains in position without displacement while the concrete is placed. Sled spacing and attachment shall be in accordance with sled manufacturer's recommendations. 3. Block reinforcing steel up off the bottom at least 3" with pier bolsters and fasten in place without any contact with the sides of the shaft. D. Placing Concrete: Place concrete in each pier shaft not later than 8 hours after drilling and CAST-IN-PLACE CONCRETE PIERS 03370 - 2 r rcleaning of the pier hole is completed. . Concrete shall be placed using a clean"tremie". In no event shall concrete strike the sides of the excavation or the reinforcing cage. Placement by the "Free Fall"method may be implemented only at the direction of the Owner's on-site representative. 2. Vibrate or"rod"only the top 10'of concrete. Do not vibrate concrete of 6"slump or higher. I E. Casing: . If caving soil or flowing water is encountered, use a casing to prevent caving and to exclude water. Casing shall be temporary type, to be withdrawn as the concrete is placed. 2. If a temporary casing is used, withdraw casing as concrete is placed so that bottom of casing remains below top of concrete throughout placing operation or until top of concrete reaches stable soil free from seepage. Do not rotate casing during withdrawal. 3. The requirement for casing of piers and the quantity of casing required for each pier, if any,shall be determined by the City representative at the project site during the pier drilling operation. 3.02 FIELD QUALITY CONTROL A. Inspection and Evaluation: The City of Fort Worth shall provide inspection at the project site during the drilling of shafts, installation of reinforcing steel, and placing of concrete in pier shafts. Inspection shall include recording and reporting the information required in this specification. r END OF SECTION. r r r r CAST-IN-PLACE CONCRETE PIERS 03370-3 r r rSECTION 07920 - CAULKING AND SEALANTS PART I - GENERAL 1.01 DEFINITIONS: A_ The term "sealant" or "sealing" shall refer to exterior joints exposed to weather or interior joints exposed to moisture. When"sealant"is used in an outside joint in aluminum or steel frames, "sealant" shall be required on the inside joint also. B. The term "caulk" or 'caulking' (calking) shall refer to interior joints not normally exposed to weather or moisture conditions. 1.02 SUBMITTAL: A. Submit to Owner's representative manufacturer's literature, specification data, and. color chart for all materials proposed for this project. B. Identify their use and location. 1.03 GUARANTEE: The Contractor shall provide the Inspector a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for one year after final acceptance of the completed work by the Engineer. PART 2-PRODUCTS 2.01 SEALANTS: As manufactured by Pecora or approved equal. A. Concrete-to-Concrete (Horizontal Joint): NR-201 with primer. B. Masonry-to-Masonry or Concrete-to-Concrete (Vertical): Dynatrol 11 2.02 PRIMERS: Type as manufactured by manufacturer of sealing or caulking material and completely compatible with compound. 2.03 JOINT BACKING: Rods or tape in sizes and types as recommended by manufacturer of sealing or caulking material, and completely compatible with compound. PART 3- EXECUTION 3.01 GENERAL: A. Work shall be performed by experienced mechanics skilled in execution of type of work required and in application of specified materials. B. Deliver materials to job site in original containers with manufacturer's name and brand clearly marked thereon. CAULKING AND SEALANTS 07920-1 oft C. When perimeter joints around frames that are to be caulked do not have built-in stops or other means to prevent depth of compound from exceeding 1/2 inch,pack joint with back-up i materials of correct type and to the depth as necessary to provide minimum 3/8" and maximum 1/2" depth of compound. D. Materials and methods shall be as specified herein, unless they are contrary to approved manufacturer's directions or to approved trade practice; or unless Contractor believes they will not produce a watertight job which he will guarantee as required. Where any part of these conditions occur, Contractor shall notify Architect in writing. Deviation from procedure specified will be permitted only upon Architect's approval and providing that work is guaranteed by Contractor as specified. -- E. If, prior to beginning work, Contractor does not notify Architect in writing of any proposed changes, it will be assumed that he agrees that materials and methods specified will produce •• results desired, and that he will furnish required guarantee. 3.02 PREPARATORY WORK: A. Where weather molds, staff beads, etc., do not form integral part of frames to be caulked, but are removable, remove same prior to caulking,execute caulking,replace molds,etc.,and point. B. Clean all joints, etc., that are to be caulked or sealed, prior to executing work. 3.03 PRIMING: When conditions of joints so require,or when types of materials used adjacent to joints so require, or when compound manufacturer's recommendations so require, clean and prime joints before starting caulking. Execute priming operations in strict accordance with manufacturer's directions. 3.04 JOINT BACKING: Joint backing shall be installed in all joints to receive sealants. Backing shall be sized to require 20%to 50%compression upon insertion,and shall be placed so that sealant depth is approximately 1/2 joint width. In joints not of sufficient depth to allow backing, install bond breaking tape at back of joint. 3.05 APPLICATION: Apply sealant and caulking material under pressure to fill joint completely, allowing no air pockets or voids. Tool the joint surface to compress the compound into the joint. 3.06 THRESHOLDS: Place all exterior door thresholds in a fill bed of sealant during setting procedures. 3.07 CLEANING: Clean adjacent surfaces free of caulking and sealant and clean all work of other trades that has in any way been soiled by these operations. Finished work shall be left in a neat and clean condition. " END OF SECTION CAULKING AND SEALANTS 07920-2 r rSECTION 16100 - BASIC MATERIALS AND METHODS rPART 1 - GENERAL 1.1 DESCRIPTION A. Work Included: The work in this section includes all labor and material necessary for complete installation of electrical systems, including: L Power wiring and control wiring. 2. Miscellaneous basic materials. B. Related Work Specified Elsewhere,- 1. lsewhere:I. Division 1, General Provisions. 2. Section 02221, Trenching and Backfilling. 3. Section 16400, Service and Distribution Equipment. 4. Section 16500, Lighting. 1.2 QUALITY ASSURANCE A All work and equipment shall meet the following requirements: I. National Electrical Code. 2. City of Fort Worth Electrical Code. 3. Underwriters Laboratories. B. The Contractor shall obtain a City of Fort Worth building permit. The Owner is waiving the requirement for payment of fees for building permit. The Contractor shall obtain and pay for all other required permits, fees, certificates, and inspections or licenses as well. 1.3 PRODUCT HANDLING A. Follow the manufacturer's directions completely in delivery, storage and handling of equipment and materials. B. Tightly cover and protect equipment and materials against dirt,water,chemical or mechanical injury, and theft. PART 2 - PRODUCTS 2.1 MATERIALS A. Wire and Cable: 1. Direct burial, branch circuits and feeders, code type, UF, USE, or THHW 310. Basic Materials and Methods 16100- 1 2. Wire and cable color coding: In accordance with National Electrical Code, Article 210-5. Use colored tape on 46 or larger conductors. 3. Branch circuits and feeders, other than direct burial: Type THWN. B. Wire and Cable Connections: 1. Connections for Branch Circuits: a. Make with wire joints, one piece nylon, self-insulated. b. Water-tight connectors for direct burial, as specifically designed for that purpose. 2. Connections for Feeders: a. Connectors to suit condition. b. Smooth joint with insulation compound and insulate with two (2) layers of one quarter (1/4) lapped plastic tape. C. Water-tight connectors for direct burial. C. Conduit: 1. Hot Dipped Galvanized Rigid Steel Conduit: a. Underground conduit shall be the approved type for direct burial. b. Bushings shall be used at ends of all underground conduit. 2. Plastic Conduit: a. Underground shall be Schedule 40 PVC. D. Junction and Pull Boxes: 1. Where shown, or required, provide junction or pull boxes to facilitate pulling, splicing, taping or nesting of conductors. 2. Adequately size to suit purpose. 3. Construction in accordance with National Electrical Code. 4. Securely fasten to structure independent of conduit. 5. Boxes shall be accessible. 6. Exterior or underground boxes: Cast, water-tight. 7. Boxes for use with galvanized steel conduit: Steel galvanized inside and outside. E. Equipment Accessories: 1. The Contractor shall furnish all equipment accessories, connections and incidental items necessary to complete work, ready for use and operation by Owner. 2. Provide additional motors, controllers, fittings, and other equipment as required. PART 3 - EXECUTION Basic Materials and Methods 16100 -2 3.1 COORDINATION OF WORK A. General I. Install electrical work in cooperation with other trades installing interrelated work. 2. Before installation,make proper provisions to avoid interferences. Changes required in the work of the Contractor caused by his neglect to do so shall be made by him at his own expense. 3. Insure that items furnished fit space available with adequate room for proper operation and maintenance. 4. Make field measurements to ascertain space requirements, including those connections. 5. Furnish and install such sizes and shapes of equipment that, the drawings and specifications. 6. Coordinate proper location of rough-in and connections by other trades. B. Utilities, Regulations, Meters: I. Locations and elevations of utilities have been obtained from utility maps or other sources and are offered as general guide only, without guarantee as to accuracy. 2. Arrange with authorities and utility companies for service connections; verify locations and arrangements; pay all charges, including arrangements for cutting and patching pavements, sideNvalks. etc. Existing metering points shall be retained. I C. Interferences: 1. Adjust locations of conduit, equipment and fixtures to accommodate work to interferences anticipated or encountered. 2. Determine exact route and location of each conduit prior to installation. 3. Right-of-Way: Lines which pitch shall have right-of-way over those which do not pitch. For example, condensate and plumbing drains shall normally have night-of- \\,a\. 4. Lines whose elevations cannot be changed shall have the right-of-way over lines whose elevations can be changed. 5. Make offsets and changes in direction in conduit and as required to maintain proper head room and pitch of sloping lines whether or not indicated on drawings. 3.2 INSTALLATION A. General: I. Install all equipment in accordance with manufacturer's recommendations. 2. Equipment shall bear ASME, UL or other specified labels. 3. Support work and equipment plumb, rigid and true to line. 4. Provide foundations, bolts, inserts, stands, hangers, brackets and accessories for proper support whether or not shown on drawings. B. Branch Circuits: Install branch circuits as sized on plans. Basic Materials and Methods 16100 -3 C. Grounding: Effectively and permanently ground all conduit work, and other electrical equipment wired for and connected by the Electrical Contractor in strict accordance with the National Electrical Code. 1. Service entrance panels shall be grounded to TU ELECTRIC service neutral and also to a three-fourth inch by ten foot(3/4" x 10")copper rod extending above pad inside control cabinet. D. Conduit: Extend conduits as shown on drawings. Bond circuits to form continuous circuit. 1. Make field bends and offsets uniform and symmetrical without flatteding. All field bends shall be code radius. 2. Use factory elbows where possible. 3. All underground conduit shall be water-tight. 1 4. Join with couplings and fittings. Where a water-tight joint is required,apply red lead to male thread. 5. Cut conduits with a hacksaw. Remove burrs and sharp edges. 6. Do not use running threads. 7. In damp locations, install conduit, fittings and cast boxes to prevent moisture from entering conduit system. 8. Cap or plug conduit ends during construction. 9. Clean conduits after installation with a mandrell and wire brush prior to pulling conductors. 10. Leave two hundred pound (200 Ib.)test nylon pull wire in empty conduits. 11. Provide plastic insulating bushing on all conduits and all tubing connections. 12. Connectors and Couplings: a. Concrete tight set screw type EMT box connectors and couplings. b. Connectors shall have insulated throats. 13. Install Rigid Conduit: a. In or under concrete slabs or grades. 14. Provide two (2) locknuts where two inch (2")or larger conduits join panelboard or equipment. 15. Neatly tie all wiring in panels and junction boxes with nylon cable ties. 16. Minimum Conduit Size: One-half inch ('/2") unless otherwise noted. E. Miscellaneous Devices: Flush mount and pain to match surrounding finish - starters, pilot lights, controller, pushbuttons and similar devices located in finished spaces. 3.3 FIELD QUALITY CONTROL A. Inspection: 1. Owner's representative will inspect all systems when each is ready for testing. 2. Notify Owner's representative twenty-four(24) hours prior to this time. Basic Materials and Methods 16100 -4 3. Make corrective action before systems are concealed. B. Equipment Start-Up and Testing: 1. Instruct Owner's operating personnel during start-up and separate operating tests of the system. 2. Test feeder conductors clear of faults, high resistance connections and megger test same at 600 volts D.C. Test results below 30 megohms shall be cause for rejection of the wiring installation. Replace and retest all such rejected conductors. 3. Measure ground resistance from system neutral connection at service entrance to convenient ground reference point using suitable ground testing equipment. Resistance shall not exceed 10 ohms. 4. Prove operation of each item of equipment to the satisfaction of Owner's representative. 3.4 CLEAN AND ADJUST A. Restore damaged painted surfaces of electrical equipment to its original condition. B At the completion of the work,thoroughly clean and polish fixtures,equipment,and materials and turn over in a condition satisfactory to Owner's representative. �l END OF SECTION Basic Materials and Methods 16100-5 SECTION 16400 - SERVICE AND DISTRIBUTION EQUIPMENT PART I - GENERAL 1.1 DESCRIPTION A. Related Work Specified Elsewhere: 1. Division I, General Provisions 2. Section 16100, Basic Materials and Methods. 1.2 QUALITY ASSURANCE A. Codes and Standards: All equipment shall meet the following requirements: 1. National Electrical Code. 2. Cite of Fort Worth Electrical Code. 3. UndeiAvriters Laboratories. PART 2 - PRODUCTS 2.1 MATERIALS A. Enclosures: I. Code gauge sheet steel. 2. Type required by National Electrical Code for environment encountered. 3. Control box to be fabricated according to plans and specifications and Section 05500. B. Disconnect Switches: I. One, two or three poles as required with rating as indicated on drawings. 2. Non-fused shall be general duty. Fused shall be heavy duty. 3. Capable of being padlocked in off position. 4. Approved manufacturers: a. Square D b. General Electric C. Westinghouse C. Panelboards: I. Mains, lugs and ranch circuit breakers as scheduled on drawings. Service and Distribution Equipment 16400 - 1 2. Arrange circuits to maintain designed phase balance. 3. Minimum interrupting capacity as noted on drawings. 4. Locking doors. PART 3 - EXECUTION 3.1 PREPARATION A. Arrange with authorities and utilities for service connections. 1 Power supply shall be TU ELECTRIC service underground. 2. Service shall be 480/277 volt, three phase, four wire. B. Verification of Dimensions: Verify all proposed equipment will fit space provided. 3.2 INSTALLATION A Install all materials and equipment in accordance with manufacturer's recommendations. B. Mounting Height: 1. Installed at heights indicated on drawings. 2. Locate all main disconnects to allow easy operation of devices by a 5'-6' man. END OF SECTION Service and Distribution Equipment 16400 - 2 r rSECTION 16500 - LIGHTING rPART 1 - GENERAL r1.1 DESCRIPTION A. Work included: Soccer field/security lighting for Rolling Hills Park. B. Related Work Specified Elsewhere: 1. Division I, General Provisions 2. Section 16100, Basic Materials and Methods ^^ 3. Section 16400, Service and Distribution Equipment 1.2 SUBMITTALS A. Manufacturer's Literature: Provide complete photometric data. B. Product Data or Shop Drawings: 1. Indicate ballast type, voltage and temperature limits. 2. Indicate fixture, body materials, weight and dimensions. 1.3 GUARANTEE A. Soccer field, 'park drive, and parking lot fixtures and ballasts shall be guaranteed by the manufacturer for three (3) years. PART 2 - PRODUCTS 2.1 MATERIALS A. Lighting Fixtures: 1. Soccer field Fixtures (Base Bid Item): See schedule on drawings. a. Die cast aluminum alloy construction. b. Integral heat dissipating fins to provide a minimum of 1,875 square inches of radiating surface, excluding the ballast enclosure. C. Body shall be coated after fabrication with a corrosion resistant aluminum paint. d. Non-corrosive stainless steel screws. e. Segmented anodized reflectors, replaceable in whole or in part. Lighting 16500 - 1 ow f. Prewired socket with a grip type mogul base receptacle. g. Thermal and shock resistant flat tempered glass lens. h. One piece Basketed frame mounted with a minimum of twenty (20)screws. i. Lampable from bottom only, without necessity for removal or dismantling of fixture lens or lens frame. j. Lamp secured top and bottom k. Regulating type ballast. 1. Capable of operating metal halide lamp rated at 1500 watts output. 2. Drawn aluminum alloy housing. 3. Core and coil assembly encapsulated in non-melt resin. 4. Capacitor on the outside. 5. External from fixture and mountable on a common mast fitter. 6. U.L. listed for Class H. 1. Approved product:Widelite FM-1500-B-480v; Widelite FM-1500-C-480v (for security light); or approved equal. 2. Soccer field Fixtures (Alternate Bid Item): a. Fixtures shall be heavy duty type with reflector assembly and ballast housing designed as a single unit. b. Reflector and ballast assembly shall be free of asbestos or any other polluting agents. C. Fixtures shall have a balanced weight distribution with swing-over reflector design for ease relamping and servicing from the rear behind unit. d. Fixtures shall have an airjackct between ballast housing and socket housing to provide cooler fixture operation. e. Reflectors shall be Alzak finished aluminum for maximum efficiencv with a baked-on polyester finished outer housing to protect the inner reflector r from possible sever weather such as high winds and hail. f. Fixtures shall have thermal shock and impact resistant hinged glass lens in a stainless steel form with four (4) snap-on stainless steel clamps. A one- piece silicon rubber gasket shall seal between the lends door assembly and reflector. g. Fixtures shall have a memory locking device to allow accurate return to pre- aimed position after servicing. Swing-over shall be accomplished withoutthe use of tools by means of a built-on locking wrench. h. Fixture socket shall be heavy duty porcelain, mogul base with heavy gauge brass nickel-plated, double lamp-grip screw shell and spring-loaded center contact. L Fixture shall have zinc electroplated rugged steel trunion. Crossarm bracket shall be malleable iron, chromate sealed, epoxy finished. j. Fixture ballast shall be Class H insulated\, U.O. tested CWA type, capable of operating metal halide lamp rated at 1500 watts output. Ballast housing shall be weatherproof aluminum with epoxy finish,complete with cord grip. Lighting 16500 - 2 �` k. Fixtures and ballast shall comply with U.L. Standard 1572. 1. Approved Product:Appleton G-SM 95 IUM-48; G-SM 951H-MT(security light). B. Lamps: 1. To operate in approved fixtures (metal halide). 2. Approved Manufacturers" a. General Electric b. Westinghouse C. Light Poles: I. Soccer field Poles: a. Shaft: 1. One-piece construction, "Cor-Ten" self-weathering steel. 2. Minimum dimensions:Nine and one-half(9-1/2")inch diameter base (50,000 PSI); four (4") inch diameter top; wall thickness 0.430 inches. 3. Three and one-half(3-1/2")inch teen mounted at top to receive four (4") inch slipfitter. 4. Continuous weld inside and out to secure shaft to base plate ( two (2" ) inch minimum plate thickness at 50,000 psi minimum yield). b. Hand Hole: I. Located twelve (12") inches above base. 2. Minimum size five by seven (5" x 7") inches. 3. Cover plate. C. Grounding Lug: 1. One-half by thirteen ( %" x 13") inches UNC. 2. Welded inside hand hole. d. 1. "Y Hook. C, Steps: 1. To begin at eighteen (18') feet above base. 2. Begin with (1) pair opposite each other. 3. End with three (3) pair, eighteen (18") inches on center, opposite each other. 4. Alternate steps eighteen (18") inches on center between top and Lighting 16500 -3 bottom pairs. 5. Top steps to be located eighteen (18") below platform door. f. Anchor Bolts: 1. Two by seventy by six (2" x 70" x 6") hook bolt with one (1) flat bolt with one (1) flat bolt and two (2) hex nuts each. 2. Minimum eight (8") inch length threads. g. Footing Template: 1. Provide template same size as required for bolt circle. h. Safety Cable: 1. To begin six(6") inches below first set of steps. 2. To end inside safety platform. 3. Attached to pole at three (3) points: bottom, middle, top. i. Safety Belt and Porta-Clamp: 1. To be furnished to Park and Recreation Department. j. Brackets: 1. Three (3") inch square tubing. 2. Forty-Five(450) degree corners to simplify wiring. 3. Two (2") inch tenons to mount light fixtures. 4. Four by eighteen (4" x 18"" inch slopfitter to fit securely over pole tenon; two (2) set screws and one (1) thru bolt. k. Platform: 1. Bolt to bracket at each corner with one-half (%2") inch bolts and nuts. 2. Door opening: eighteen by twenty-four(18" x 24") inches: to slain shut upon entering and clearing door. 3. No. 9 (#Q wire mesh flooring. 4. Framework: one and one-half by one and one-half(1-1/2" x 1-1/2") inch angle iron. 1. Finish: 1. All poles and platforms to be "Cor-Ten" self-weathering steel. All hardware to be hot-dipped galvanized per ASTM A-123. 2. Finish three(3) certified copies stating finish. Lighting 16500 -4 19 1 m. Fixture Mounting Height: I. Sixty (60') feet. n. Approved Product: 1. Millerbernd - All A, B, C poles to be No. 16-60FP. "^ PART 3 - EXECUTION 3.1 INSTALLATION A. Wiring Connections: I. Use approved solderless connectors in making connections in wiring within fixtures or in connecting fixture wiring to wiring of structure. B. Lighting Fixtures: ,,. 1. Install fixture as recommended by manufacturer's instructions. 2. Mount at heights and spacings as indicated on drawings or specified. 3. An authorized representative of the light fixture manufacturer shall supervise fixture aiming and other adjustments as required at the job site. C. Ballasts: 1. Mount on common mastfitters as to present an integrated assembly with fixture. D. Light Poles: I. To be installed according to manufacturer's recommendation. 2. See Appendix A for Light Pole Footing details and specifications as designed by licensed structural engineer. 3. Contractor to be aware of subsurface condition on site when designing footings. Where underground concrete slabs or pipe occur, Contractor to bore through the above mentioned items down to necessary depths required for footings. Contractor to encase footing pieces (leaving casing in place) to insure concrete does not bleed into any cavities. 4. Contractor shall prepare and spot paint all damaged surfaces. 3.2 CLEANING A. Clean all fixtures prior to final inspection. END OF SECTION Lighting 16500 - 5 BIDDER'S STATEMENT OF QUALIFICATIONS Firm Name: Date Organized: ❑PARTNERSHIP E]CORPORATION Address City: State: Zip: Telephone Number: Fax Number: Number of years in business under present name: Former name(s) of organization: CLASSIFICATION: ❑ General ❑ Building ❑ Electrical ❑ Plumbing ❑ HVAC ❑ Utilities ❑ Earthwork ❑ Paving ❑ Other 1. LIST OF SIMILAR COMPLETED PROJECTS: T ,1MOUNT OF TYPE OF DATE NAME and TELEPHONE NUMBER CONTRACT WORK COMPLETED OF OWNER 2. LIST OF SIMILAR PROJECT UNDER CONSTRUCTION OR UNDER CONTRACT: AMOUNT OF TYPE OF DATE NAME and TELEPHONE CONTRACT WORK COMPLETED NUMBER OF OWNER BIDDER'S SI A"I PAENT OF QUALIFICATIONS - 1 - 3. LIST SURETY BONDS IN FORCE ON ABOVE INCOMPLETE WORK (LIST 2): DATE OF TYPE OF AMOUNT OF NAME and TELEPHONE CONTRACT BOND BOND NUMBER OF SURETY 4. LIST CONSTRUCTION SUPERINTENDENT'S NAME AND CONS TRUCTIOEXPERIENCE. BIDDER'S STATEMENT OF QUALIFICATIONS - 2 - CERTIFICATE OFN_IJRANCE ' TO. CITY OF FORT WORTH Date_ 03/28/00 —' NAMEOFPROJF-Ct: Rolling Hills Soccer Complex PROJECT NUMBER: C181/541200/080181042020 & GGO1/541200/0808080 IS TO CERTIFY THAT: Randall & Blake, Inc. is,at the date of this certificate,Insured by this Company with respect to the business operations hereinafter described,for the type of insurance and accordance with provisions of the standard policies used by this Company,and farther hereinafter describes Exceptions to standard policy noted on reverse side hereof, E INNCE Pali Effective Expires Limits Liab—iliTy Worker's Compensation 2311000647 1 1 Statutory ComprehensiveGeneral 660-784F8700T T99 Aggregation Liability Insurance(Public Ea,Occurrence: S 2_,2,00 Liability) 7/3/99 7/3/00 a: Ea.Occurrence: $1.000.00( Blasting Ea. Occurrence-, S Collapse of Building or structurm adjacent to Ea.Occurrence: S_- excavations Damage to Underground Lhilities Ea. Occurrence: 5 Builder's Risk Comprehensive Bodily Inj ury. Automobile Liability Es.Person: S Ea.Occurrence:S Property Dmmga: Ea.Occurrence;S Bodily Injury: Contractual Liability $a Occturencc: S Property Damage: Ea.Occurrence: S Other Locations covered: CO, CA, AZ, NM, OK. TX & UT _ Description of operations covered: Environmental/Landscape Contra or The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five(5)days after the insured has received written notice of such changelor cancellation. Where applicable local laws or regulations require tante than five(5)days actual notice of change or cancellation to be assured,the above policies contain such special requirements,either in the body thereof or by appropriate endorsement thereto attached. Agency Lockton Companies of Colorado 1 M=A cM Wiiiism O'Connell By ` Address 4500 Cherry Creek Dr. S. #4 0 Title Chairman Denver, CO 80246-1532 10:34 APR 04, 2000 ID: LOCKTON COMPANIES TEL N0' 303-753-2099 #353287 PAGE: 2/3 LIOCKTON IN l.uu_rnw'ni oh,I, Delivered via Fax April 4,2000 Ms. Sara Lonisso City of Fort Worth Engineering Department 1000 Throckmorton St. Fort Worth,TX 76102-63 I 1 Re: Insurance Coverage for Randall&Blake,Inc. Ms. Lorusso: This letter is in response to your telephone conversation with Randall &Blake, Inc. regarding insurance coverages. The insurance requirements in the City's agreement with our client specifically asked for Workers' Compensation and General Liability coverages. There is no mention for any other coverages. Thus we responded as required using your form. Our client has in force the following coverages: Commercial General Liability $2,000,000 General Aggregate $2,000,000 Products- Comp/Op Agg. $1,000,000 Personal&Adv [njury $1,000,000 Each Occurrence $100,000 Fire Damage $5,000 Medical Expense Commercial Automobile Liability $1,000,000 Combined Single Limit Excess Liability $4,000,000 Each Occurrence $4,000,000 Aggregate Workers' Compensation Statutory Employers' Liability $100,000 $500,000 $100,000 ,`.,:t�ifi(r!'r,�:�i tii;t knv:r..:���'_':'«~ri��l��i t i i i•'�R'��F�\:I i�i 1 i�1._'�}d') Ikli•.,nrr,.ti'v0(Ilk-'m rcklkw:;—,d, 4X;1lLYrva.('11,;2.2,,)i�) 10:35 APR 04, 2000 ID: LOCKTON COMPANIES -TEL NQ: 303-753-2099 #353287 PAGE: 3/3 LOCKIXM Irl-4n.m„:nalKl,k'II:Ll",Ilk III `j•cii.!11,:, All policies except the Workers' Compensation expire on 7/3/00. The Workers' Compensation policy expires on 1/l/01. I hope this will suffice in lieu of another certificate of insurance. If you have any questions or concerns,please contact me at 303-753-2079. Sincerely, L KION CO AVMS G� Sally B dict Account Administrator i.:X,i r,\ 11031 iv.)1.20, I FAX'lti'i1 i.)l x +) {4'{I�19lt' (,[•I�i�1.{1C!R�.�iti�!411�'�+"Uth 1,~0a,Wi 1.4'llw C,CON�221-9i.l CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: NAME OF PROJECT: PROJECTNUMBER: IS TO CERTIFY THAT: a is,at the date of this certificate,Insured by this Company with respect to the business operations hereinafter described,for the type of insurance and accordance with provisions of the standard policies used by this Company,and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance(Public Ea.Occurrence: $ Liability) Property Damage: Ea.Occurrence: $ Blasting Ea.Occurrence: $ Collapse of Building or structures adjacent to Ea.Occurrence: $ excavations Damage to Underground Utilities Ea.Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea. Person: $ Ea.Occurrence:$ Property Damage: Ea.Occurrence: $ Bodily Injury: >• Contractual Liability Ea.Occurrence: $ Property Damage: Ea.Occurrence: $ 1P Other Locations covered: Description of operations covered: pip The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be assured,the above policies contain such special requirements,either in the body thereof or by appropriate endorsement thereto attached. Agency 1P Fort Worth Agent By Address Title d* CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406.096,Contractor certifies that it provides workers' compensation insurance coverage for all its employees employed on city of Fort Worth Project Number C181/541200/080181042020,GG01/541200/0808080 RANDALL&BLAKE,INC. CONTRACTOR By_ `i✓L,t,L 4 (ce, Pres tkzt- Title /t Ito Date STATE OF TEXAS " COUNTY OF TARRANT § �.. BEFORE ME,the undersigned authority,on this day personally appeared r{G ^ known to me be the person whose name is subscribed to the foregoing instrument,and acknowledged to me that he executed the same as the act and deed of_�,.�—�217' for the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this �2a0 day of . 2000 Notary Public in the State of Texas qP P0 PERFORMANCE BOND Bond #929140056 THE STATE OF TEXAS § 4 COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That we (1) RANDALL & BLAKE, INC. a (2) CORPORATION of TEXAS, hereinafter call Principal, and (3)Continental Casualty Company a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and finely bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas,hereinafter called Owner,in the penal sum of: NINE HUNDRED THIRTY SEVEN THOUSAND SIX HUNDRED EIGHTY FIVE AND 42/100............... ($937,685.42)Dollars in lawful money of the United States,to be paid in Fort Worth,Tarrant County,Texas,for the payment of which sum well and truly be made,we hereby bind ourselves,our heirs, executors,administrators and successors,jointly and severally,firmly by these presents. THE CONDITION OF THIS of: OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the 28thof Marcha copy of which is hereto attached and made a part hereof,for the construction of: 2000 IMPROVEMENTS TO THE ROLLING HILLS SOCCOR COMPLEX designated as Project No. (s) 0181/541200/080181042020, GG01/541200/08080801 a copy of which contract is hereby attached,referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred to as the"work". NOW THEREFORE, if the Principal shall well, truly, and faithfully perform the work in accordance with the plans, specifications, and contract documents during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default,then this obligation shall be void;otherwise to remain in full force and effect. r r r F1 PROVIDED FURTHER, that if any legal action filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN WITNESS WHEREOF, this instrument is executed in 6 counterparts each one of which shall be deemed an original, thins the 29thof March 2000 AT FE RANDALL&BLAKE,INC. (Principal)Secretary PrCIP 4) BY: Title: P(e�lhtjt (SEAL) 821 E.SOUTHLAKE BOULEVARD SOUTHLAKE,TX 76092 i (Address) CONTINENTAL CASUALTY COMPANY Witness as to Principal Surety 4901 So. Windermere Street 90 Littleton, Address CO 80120 BY: Vj A�• _ (Atto -in-fact) (5) Debbie Poppe Sur �1�'X CNA Plaza — Chicago, IL 60685 (Address) (SEAL) NOTE: Date of Bond must not be prior to date of Contract (1) Correct Name of Contractor (2) A Corporation, a Partnership or an Individual, as case may be (3) Correct name of Surety (4) If contractor is Partnership all Partners should execute Bond (5) A true copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact.. Witness as to rely 4500 Cherry Creek Drive So. , X6400 (Address) Denver, Colorado 80246 F2 MAINTENANCE BOND Bond #929140056 THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That (1) RANDALL & BLAKE, INC.as Principal, acting herein by and through (2) A Corporation its duly authorized Corporation and (3) Continental Casualty Company a corporation organized under the laws of the State of TEXAS, as surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, A Municipal Corporation, chartered by virtue of Constitution and laws of the State of Texas, at Fort Worth, in Tarrant County, Texas the sum of NINE HUNDRED THIRTY SEVEN THOUSAND SIX HUNDRED EIGHTY FIVE AND 42/100.................. ($937,685.42) in lawful money of the United States, for the payment of which sum well and truly be made unto said City of Fort Worth and its successors, said Contractor and surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors,jointly and severally. This obligation is conditioned,however;that, WHEREAS, the Principal has entered into a certain contract with the City of Fort AM UiNg performance of the following described public work and the construction of the following described public improvements: IMPROVEMENTS TO ROLLING HILLS SOCCER COMPLEX of same being referred to herein and in said contract as the Work and being designated as project C181/541200/080181042020, GG01/541200/0808080and said contract, including all of the specifications, conditions and written instruments referred to therein as contract documents being hereby incorporated herein by reference for all purposes and made a part hereof, the same as if set out verbatim herein; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during the period One (1) Year after the date of the final acceptance of the work by the City;and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of One(1)Year; and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth, it be necessary; and, WHEREAS, said Contractor binds itself, upon receiving notice of the need therefor to repair or reconstruct said work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said work in accordance with all the terms and conditions of said Contract, these presents shall be null and void,and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and said City shall have and recover from the said Contractor and its surety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. WHEREAS, all parties covenant and agree that if any legal action be filed upon this bond, venue shall lie in Tarrant County,Texas; and, IN WITNESS WHEREOF, this instrument is executed in 6 counterparts, each one of which shall be deemed an original,dated March 29, 2000 ATTEST: (Prial)S re (Seal) RANDALL&BLAKE,INC. PRINCIPAL(4) BY: ((� n Title: Vice— e5ikQ,k]C 821 E.SOUTHLAKE BOULEVARD SOUTHLAKE,TX 76092 (Address) Witness as to Principal ' 4901 So. Windermere STreet CONTIN TTAL CASUAaY COMPANY Littleton, CO 80120 (Address) BY: ATTEST- - (Attome -fact)(5) Debbie Poppe CNA Plaza — Chicago, IL 60685 (Address) ure N* NOTE: Date of Bond must not be prior to date of Contract (SEAL) (1) Correct Name of Contractor go (2) A Corporation,a partnership or an Individual, as case may be (3) Correct name of Surety (4) If Contractor is Partnership all Partners should execute Bond (5) A true copy of Power of Attorney shall be attached to Bond by T. Attorney-in-Fact. Witi6ghs as to Surety 4500 Cherry Creek Drive So. , 9400 Denver, CO 80246 F6 PAYMENT BOND Bond #929140056 THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That we (1) RANDALL & BLAKE, INC. a (2) Corporation of Texas, hereinafter call Principal, and (3) Continental Casualty Compan,ya corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety,are held and firmly bound unto the City of Fort Worth,a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all person, firms, and corporations who may furnish materials, for or perform labor upon the building or improvements hereinafter referred to in the penal sum of NINE HUNDRED THIRTY SEVEN THOUSAND SIX HUNDRED EIGHTY FIVE AND 42/100............... ($937,685.42)Dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County,Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our heirs, executors, administrators and successors,jointly and severally, firn-ly to these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the 28th day of Marcl-A.D. , 2000,a copy of which is hereto �* attached and made a part thereof, for the construction of:: IMPROVEMENTS TO ROLLING HILLS SOCCER COMPLEX Project No. (s) C181/541200/080181042020, GG01/541200/0808080 a copy of which is hereto attached, referred to and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred to as the"work". NOW THEREFORE, the condition of this obligation is such that, if the Principal shall promptly make payment to all claimants as defined in Article 5160,Revised Civil Statutes of Texas, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. F10 J THE BOND IS MADE AND ENTERED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Article 5160, and all such claimants shall have a direct right of action under the bond as provided in Article 5160 of the Revised Civil Statutes. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration of addition to the terms of the contract or to the work to be performed thereunder or the specification s accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any Esuch change, extension of time, alteration or addition to the terms of the contract or to the work to the specifications. pe PROVIDED FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in 6 counterparts each one of which shall be deemed an original, this the 29thday of MarcltA.D., 2000. FRANDALL&BLAKE,INC. TTES "CIPAL(4) BY: I 't.(.l(.' 4r, va Title: Ui Ce- ! �c°S 10 4A L (Principal)Secretary 821 E.SOUTHLAKE BOULEVARD SOUTHLAKE,TX 76092 (SEAL) (Address) �OCONTIDJgNTAL CASUA4TY COMPANY Witness as to Principal &ALI 4901 So. Windermere Street BY: Littleton, CO 80120 (Alto -in-fact)(5) Address Debbie Poppe rATT : (Address) (Su � CNA Plaza — Chicago, IL 60685 (Address) (SEAL) NOTE: Date of Bond must not be prior to date of contract on (1) Correct Name of Contractor (2) A Corporation,a Partnership or an Individual, as case may be (3) Correct name of Surety (4) If contractor is Partnership all Partners should execute Bond (5) A true copy of Power of Attorney shall be attached to Bond by . �� Attorney-in-Fact.. Witness as to ur 4500 Cherry reek Drive So. , X6400 Denver, CO 80246 ess r rCITY OF FORT WORTH, TEXAS CONTRACT STATE OF TEXAS § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF TARRANT § gg nnn That this agreement,made and entered into this the o- 8 2, .).20 ,by and between the CITY OF FORT WORTH,a municipal corporation of Tarrant County,Texas,organized and existing under and by virtue of a special charter adopted by the qualified voters within said City on the 11 th day of December,A.D. 1924, under the authority of the Constitution of Texas,and in accordance with a resolution duly passed at a regular meeting of the City Council of said City,and the City of Fort Worth being hereafter termed Owner,and RANDALL&BLAKE,INC.,hereinafter called Contractor. WITNESSETH:That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner,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: IMPROVEMENTS TO ROLLING HILLS SOCCER COMPLEX THE TOTAL BID CONTRACT PRICE INCLUDES BASE BID,BA-5a.BA-6a,BA-7a,BA-8a,BA-9a,BA- 10a,BA-10b,BA-11a,BA-11b,BA-12a,BA-12b,BA-13a,BA-13b,BA-14a,BA-14b,BA-19,AS SHOWN ON THE MAYOR AND COUNCIL COMMUNICATION DOCUMENT r 2 That the work herein contemplated shall consist of furnishing all labor,tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications heretofore prepared by the Parks and Community Services Department of the City of Fort Worth and adopted by the City Council of said City, as an independent contractor,and which plans and specifications are incorporated herein by reference. r 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten(10) rdays after being notified in writing to do so by the Department of Engineering Director of the City of Fort Worth. 4. r The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering Director of the City,,PPf Fort Worth and the City Council of the City of Fort Worth within a period of ONE HUNDRED (100)workine dayTrom the time of commencing said work;that said Contractor shall be entitled to an r extension of said time for doing said work for such time as he may necessarily lose or be delayed by unavoidable accidents caused by unforeseen matters over which said Contractor has no control,such as inclemency in the weather, acts of Providence, labor strikes and delivery of materials, in all of which cases the negligence or carelessness of the rContractor is not contributing to such delay. ! At wv �( 'lam ,�., 5 ��- / S�aO tt . r Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said specifications,then the City shall have the right to take charge of and complete the work in such a manner as it may deem proper,and if,in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and r specifications made a part hereof,the Contractor shall pay said City on demand in writing,setting forth and specifying an itemized statement of the total cost thereof,said excess cost. CONTRACT )FRIC G�'_1 i���MID - I - r 6. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to �r indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In �[I addition, Contractor covenants and agrees to indemnify,hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss,property damage, personal injury, including death,arising out of,or alleged to arise out of,the work and services to be performed hereunder by Contractor, its officers, agents, employees,subcontractors, licensees or invitees, whether or not any such injury,damage or death is caused, in whole or in part,by the negligence or alleged negligence of Owner, its officers, servants,or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers,servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this contract,whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers,servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final y payment, final payment shall not be made until Contractor either(a)submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved,or(b)provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate,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. The Contractor agrees, on the execution of this Contract,and before beginning work,to make,execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful performance of the terms and stipulations of the contract, including the exhibit attached hereto and made a part hereof and such bonds shall be 100 percent of the total contract price, and the said surety shall be a surety company duly and legally authorized to do business in the State of Texas, and acceptable to the City Council of the City of Fort Worth. 8. Said City agrees and binds itself to pay,and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom,the price shown on the proposal submitted by the successful I, bidder hereto attached and made a part hereof. I 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 said Contractor without the written consent of the Department of Engineering Director of said City of Fort Worth, 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 agreement is made and entered into by the parties hereto with reference to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with reference to and governing all matters affecting this Contract,and the Contractor agrees to fully comply with all the provisions of the same. 031PRIA FEND CONTRACT Pt vg lm, M. IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in triplicate in its name and on its behalf by the City Manager and attested by its Secretary,with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in three counterparts with its corporate seal attached. MAR 2 8 2000 Done in Fort Worth,Texas, this the day of ,A.D.20 RECOMMENDED BY: APPROVED BY: � A�R�I M�EN�T OF ENGINEERING A4e g `�1 PA7AND COMMUNNY SERVICES DIRECTOR DIRECTOR CITY T WORTH ATTEST: / e By: CI MANAGER CITY TARY RANDALL&BLAKE,INC. CONTRACTOR By: SEAL Otte Pre S tek.-t TITLE 821 E.SOUTHLAKE BOULEVARD row SOUTHLAKE,TX 76092 ADDRESS APPROVED AS TO/FORM AND LEGALITY ASSIS NT CITY ATTORNEY November 1960 Revised November 1982 Revised May 1986 Revised October 1989 contract Authorization . _ � C70 Date CONTRACT fa X10 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called`the CCC S.:rety Companies'). are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois ..id that they do t virtue of the signature and seals herein affixed hereby make, constitute and appoint William M. O'Connell, Jr. Sarah Finn, Sue Wood, Debbie Poppe, Shelley Czajkowski, Deborah A. Ray, Celeste T. Moore-Helms, Individually of Denver, Colorado their true and lawful Attorneys)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Laws and Resolutions, printed on the reverse hereof,duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 15th day of March 1 2000 CONTINENTAL CASUALTY COMPANY U1SUR4'MC` �oF°➢°`"'°° NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA +� +ronirp CC p s `�1WwWTt JULY 71. 44 � SEAL •r `.��� � 1902 �~ �y_ 1847 HAND • i� Marvin J. Cashion Group Vice President State of Illinois, County of Cook, ss: On this 15th day of March 2000 , before me personally came Marvin J.Cashion, to me known,who, being by me duly sworn,did depose and say: that he resides in the City of Chicago, State of Illinois, that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument', that he knows the seals of said corporations', that the seals affixed to the said instrument are such corporate seals',that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. 'OFFICIAL SEAL • • DIANE FAULKNER � µwry PuWb. Stats of Minds • • My CommWsiont Exairss 9117/01 ; My Commission Expires September 17, 2001 Diane Faulkner Notary Public CERTIFICATE I, Mary A. Ribikawskis,Assistant Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD,and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this 29th day of March 2000 CONTINENTAL CASUALTY COMPANY c''` 'kr� %14 444E, °A"'°"4 NATIONAL FIRE INSURANCE COMPANY OF HARTFORD �y AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA to >?� ti 2 a lUL9Y�11• O U SEAL i 1897 HAND • Mary A. Ribikawskis Assistant Secretary (Rev 1011/97) Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article IX--Execution of Documents Section 3. Appointment of Attorney-in-fact.The Chairman of the Board of Directors,the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority,shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto.The Chairman of the Board of Directors,the President or any Executive, Senior or Group Vice President or the Board of Directors, may,at any time, revoke all power and authority previously given to any attomey-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. 'Resolved, that the signature of the President or any Executive,Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company.Any such power so executed and sealed and certified by certificate so executed and sealed shall,with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company.' ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article VI—Execution of Obligations and Appointment of Attorney-in-Fact Section 2. Appointment of Attomey-in-fact.The Chairman of the Board of Directors,the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority,shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attomey-in-fact.' This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company,Any such power so executed and sealed and certified by certificate so executed and sealed shall,with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. 'RESOLVED: That the President, an Executive Vice President,or any Senior or Group Vice President of the Corporation may, from time to time, appoint, by written certificates, Attomeys-in-Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such Attomey-in-Fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The President,an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Atto mey-in-Fact.' This Power of Attomey is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "RESOLVED:That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power,and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed and sealed,shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation