HomeMy WebLinkAboutContract 28449���T �� ��' H
���, ��;`'�..i'!''_'.i ��Cl , ' �; :. .
r� -� ' +
�.��" :;_�-
" ' l7�['��i��l.i1+i A.i�l�y� �_ 4�73Jf���++�-+�F� L�7■i/#17\./ V�/r
� ��� ��l't: . . , � . Ill\1.i
L��l A.1Lllk. J �V�lJ1F�1� i� . ����I.iL�r���JI�Iti7 �r�il
, , , , �, r��
� ! � '1, f D�P14RT1V���1T
'"'a"..-__ � : ,'I..
AT�IL�T�� I+ IEL� I11�PI����i��1��'� �►'T
Y��� A.�.�X..�]V�?���� .P.� ���,
�'��y of ��rt '��o�'�I�, Texas
P��.FF.�'�' �l�1�1�: A'�HL�`�'I{: �+�EL�I il���'i�{}�E�4'LL:I�''C�' A"!' HALLMAI�{ PAl�1{
�'R(}J�C:'!' l��Tl4��r+.R: C'18t�l5�#��0[�108�1888001��
- ���1l����ili11080]8.104��11U
i�.().�',.1��. 390]
I 1�`�
THF C'�T�l �:f+ �ORT �V��LT��, 'i�7�A��
FC����'�'H �v. !iA I�� ��1tY 1�f. .��1�:�{S�N
iV1A�{�E2 C'��' N�AiVA�r�1�
r�1ci�1F��r� ���v_��..�, �i�r��r�r�
�����s ��v�� ��n�m�u�r�,�����-�cr�s
���t[�.s �� ���[���'x s��v»�s ��:���t�`����r
Pi��1�T1vI1�C� A,1vD Rr��iU�t��:1�i1�1v1���1v�1�T n�v�����r
I"UND11�� OT` YRO,li?�'1` �3Y:
' �I� T ��4tfl���f7 Y �+'{ �� � �Yl{c�
�;� ,�r, n � y � ��' .
� ��� : � sr����' � . , �+ky,
�b��+' �`.k"h'�
_., ���k�i��
� �!�`� ti . `i:'...,
�YT�' [3F ��E_II�T V4'�RTIi
n�:�t�� P���rr�ixn�Ln a�:
��Ei� �r�n��c��� r�i�Ll.��vc:r�
95] 1�. PI['�Li�'� RD., SLITE 1�1D
ffL�R'�'�i','i`�'���5 7fiI��3
�st �}�����s���
til '' ;14'G+�I���I!���,�. li�+i;��ti'Sf'114���'J
�� ���r;�---��, '�j
�!.����u� t��'�.�.:��1 r '
�� r•� t�ul Y�
r1�''� � '�. ��.
.
�
������ �
��� ���� �����
�������
11913 Hwy 80 West
Aledo, Texas '�6UQ8
81'� 244 3622; F 817 2q4 8133
February 27, 2003
Mr, Douglas Rademaker, P.�,
Director Department of Engineering
City of Foirt Worth
1000 Tluockmoi�ton
Fort Worth, Texas 76102
RE: Athletic �'ield Improvements at Hallmark Park, DOE # 390i
Dear Mr. Rademaker;
In connection witl� the captioned, on lanuary 21, 2003, the Fort Worth City Cauncil authorized
the award of MG #C-194� i, to Ca�-�er Constructian Company. We hei•eby request your
apprfl�al to assign this contract to GC Cartes• Const�uction Company, LLC.
e,�dially,
.a
/ ���
.�, �
Cy thia Carter
President ��� PJI.��
��� j��
�
CITY OF FORT WORTH
PARKS AND COMMUNITY 5ERVICES DEPARTMENT
�LANNING AND RESOURCE iv�ANAGEMENT DIV�SION
ADDENDLTM N0. 1
� C? THE CONTRACT DOCUMENTS
FdR THE
ATHLETIC FIELD IMPROVEMENTS AT HALLMARK PARK
PR07EGT N0. C18815412001080188800100, C181/54�2D0/080I8�043010
D.O.E. N0.3901
,
Qriginal Bid Opening Date: Thursday, November 21, 20Q2 (unchanged}
� ThE Contract Dacuments for the above refezenced project are hereby revised and arnended as follows:
' �TEM 1 — PL.AN�
SHEETS, C1.00, C1,03, AND C1.05
These sheets ar� reissuec� ior c]asity. GraphiC quality of originaI plan sheets was paor and did not
adequately represent information provided on pIans. Na rnaterial changes have been made to these
sheets. . �
l
ITEM 2- SPECIFZCATIQNS SECTION 028I0 - IRRTGATION SYSTEM
Add 7nterspec specif cation pages 1 thru 4, related to software wd related service to be offered as an
alternate bid item.
; TTEM 3- PROPOSAi.. :�AGE 3, �4LTERNATE BID ITEIvIS
Add AIternate Bzd �tem BA- 10, relatedl to Interspec Software. Revised �roposal Page 4 is included
herein.
ITEM .4 - SPECIFICATIONS SECTION 02810 - TRRIGATION SYSTEM
Trrinet Hydrometer specifications call far Hydrometer to be Model Na. �S-BM-20DC, 2" Hydrometer
with 24 VAC solenaid. Specifications shall be revised to call for Hydrometer to be Model Na iS-BM-
20AC, 2" Hydrometer wit3� 24 VAC solenaid. �
�,
ITEM 5- SPECIFICATIONS SECTION 02$10, 2.02D - II2RIGATION SYSTEM
;, De�ete reference io E 202DC latching solenoids as manufactured by Trritrol Systerns to b� includea vvit}a
�'oro 252 valves. Toro 252 valves shall include standard s�lenoids nr�az�.ufactured by Toro for Model
� 252 valves.
�
;
�
Please call the Landscape Architect with any questian� or clarifications regarding tt�is addendum.
Acknowledgement of the addendum is required on the bid documents.
Landscape Architect: Tlae Landscape Alliance, Contact Gary Kutilek at $17- 589-8909.
Acknowledge the recei
By: /
Da id Creek, 5enior Landscape Architecd Praject Manager
Release Date: NovembEr 13, 2Q02I -
on your Proposal.
C:1WPfi ] 1pAVID1q1)�ENDU.N(72
I � � -
[7
SPECIF�CATIOIl1S Al�ID CONTRACT DOCUli�iEl�TT�
FOR
- PROrECT: ATALETIC FIELD TMPROVElVIENTS AT H�ALLIVIARK PARK
PROJECTNO. C188/54120D10801888Q100
C 18115 4120010 $ 0181043 O 10
D.O.E. NQ. 39Q1
DATE: SEPTEMBER 2002
OWNER: CZTY OF FORT WORTH
� PARKS AND COMMU1vITY SERVICES DEPARTMENT
� 4200 SOUTH �REEWAY, SUITE 2U0
� FORT WORTH, TEXAS 76115-1499
{817}871-570Q
LANDSCAPE
ARCHITECT: THE LAND5CAPE ALLIANCE
951 W. PIPELINE RD., SUITE 111D
HURST, TEXAS 76053
(817)589-8909
i
TABLE OF CONTENTS
i. NOTZCE TO BIDDERS
2. SPECIAL INSTRIICTIQNS TO BIDDERS
3. PROPOSAL
- 4. CI'iY OF F�RT WORTH MIWBE ENTERPRx�E SPECIFICATIONS
�. PREVAILING WAGE RATES
6. WEATHER TABLE
7. VENllOR COMPLYANCE T� STATE LAW
8. C�NTRACTOR COMPLIANCE W�TH WORKER'S COMPEI�SATIQN
9. TECHNICAL SPECIFICATION�
DIVISION 1- GENERAL REQUIREMENTS
� Section 01010 4 Suxnmary af Work
,�ection 0103� � Contract Time
Section O1I40 - Alternatives
� Seetian �1150 - Payment to Contractor
! Section 01300 e Subra�ittals
� Section 01400 - Quality Co�trol
Section O].410 � Testing
Sectian Q1500 � Temporary FaciIities and Confrols
' Section 01644 - Substitutions ar�d Product Options
Section QI�00 � Pro�ect Closeout
� Section 01800 � Contractor's Responsihility far Damage Claims
DIVISION �— S�TE WORK
Sectian 021pD � Site Preparation
� � Section 02200 � Earthwork
. Section 02810 - Irrigatian System
Sectinn 0�870 - Site Fe�rnishings
� � Secfian 0�930 - Lavvns � Hydramuichiung
- � DIVISION 3— CONCRETE
� , Section 03�00 - Cnncrete Reiaai%rcement
Section 0330fl � Cast�in�Place Concrete
1
; � DIVISIUN 7� THERMAL AND MOYSTT7RE PROTECION
Section 0792D - Chaull�ing and Sealamts
,
� , DIVISION 9 - FINISHES
Section 099�U � Painting
� 11. CERTIFICATE OF INSURANCE
13. BIDDER'S STATEMENT OF QUALIFICATI�NS
� 1.3. PERFORMANCE BOND
14. PAYMENT BOND
1�. MAINTENANCE BOND
16. CONTRACT
' 1
n�o�ic� �ro �t�n��s
Sealed Proposals for the following:
ATHLETiC FIELD IMPR�VEMENTS AT HALLMARK PARK
PROJ ECT N 0. C'f 8 8154 1 2 0 01�80'{ 88800'f d0
C 181154� 20010801811043010
DOE NO. 39D1
Addressed to Mr. Gary W. Jackson, City Manager of the Cifiy of Fort Worth, Texas, will
be received at th� Purchasing Division Office until 1:30 p.m., Thurs.,_No�ember 21 st
and then publicly opened and read afoud at 2:00 p.m. in Council Chambers 2"d floor —
N.E. corner of City Hall. Plans, Specifications and Contract Documents tor this project
may be obtained at �he Park Plannir�g sectian, Par�cs and Community Services
Department, �42Q0 5outh Freeway, Suite 2200, Fart Worth, `�exas 76115-1499.
Documents will be �rovided to prospective bidders for a deposit of $50 per set; depasifs
shali be made in the form af a check or money order.�Each �rospectE�e biddet shall
� recei�e a deposit refund on the first twa plan sets if the dacuments are ret�rned in good
R condition within 10 day�s after bids are opened. Any aaditional plan sets sY�al� require a
non refundable deposit. These documents contain additional information for
� prospeciive bidders.
All Bidders will be required to comply wifh Provision 5159a of "Vernan's Annota#ed Ci�i1
Statutes" of the Stafe a# �'exas with respect to the payment of the pre�ailing wage rat�s,
and Cifiy Ordinance No. 7278, as am�nded by City Ordinance No. 74oD {Fort worth CPty
Code, Section 13�A-21 througf� 13-A-29) prohibiti�g discrimination in employmerit
practices.
In accord with City of Fort Worth Ordinance No. 11923, as amended by 4rdinance No.
� � 3471, t�e City of Fort Worth has goals for the participat�on of minority business
enterprises and women business enterprises in City con#racts. A copy of the Ordinance
, can be o�tained from the MIWB� office or �rom the Office of the City Secretary.
In addifion, the MI1NB� UYIL17ATf�N FORM, PRIME C�N�RACTDR WANER F(�RM,
, andlor the GOOD FAIYH EFFORT FORM ("Documentat9on"} must be received no later
than �.00 P.M., five city business days after the bid opening date, exclusive of tF�e bid
' opening date. The bi�der shall submit dacumentation at the rece�tivn area of the
, Department of Engineering, 2"d floor, City Hall, and shail obiain a rec�ipt. Such receipt
s�all be evidence that the documentation was received by the City. �'ailure to comply
� shall render the bid non-responsive.
The follawi�g list is provided to assist bidders in obtaining the services ofi MIWB�
vendors quafified to �ro�ide such serviceslmateria�s for this project. A listing of q�alified
� MIWB� �endors may �e obtained at the City of Fort Worth MIWBE office, 3rd floor City
Hall.
° 5erviceslmate�iafs for this proiect are as follows:
demolitionlsifie prep clearinglgrubbing gradinglearthwork
� concret� steel rebar irrigation systems
seeding site furnishings painting
The City's minimum MIWB� gaal on #his project is 11 °10 0� the total dollar vaiue of
this contract.
�
�,
„
ihe City will award one cantract wit� a combination of base bids andlor alterna#es
which is most adr�antageous to the City.
A pre�bid conference will be �eld with pras�ective bidders at the Parks and Community
Services Offices Conf�rence Room on No�ember 7th at 10:00 a.m.
�he Ci#y reserves ti�e right to reject any or all bids and wafve any or al! formalities.
�lNAFiD ��' CONYFiACi. No bid may be withdrawn until the expirafian of 55 calendar
days from the day bids are opened. The award of contract, if made, will be withi� 55
caiendar days after th� opening of bids, but in no case will the award be made until all
necessary investigations are made as to the responsibili#y of #he bidder to whom the
contract will be awarded.
RICHARD ZAVALA, JR., DIRECTOR
PARKS AND COMMUNITY SERVICES DEPARTMENT
i�
DAVID CREEK
SENIQR LANDSCAP� ARCHITECT
(8�7) 8i1-871-5745
Thursdav, October 24, 2Q02
T�tursda�. October 31, 2D02
GARY 1N. JACKSON
CITY MANAGER
GLORfA PEARSON
CITY SECRETARY
SPECIAL II1ISTRUC'TYONS TO BIDDERS
1. BID SECLTRTTY: Casluer's check or an acceptabl� bidder's bond payable to ihe City of
Fart Wartb, in an amount of not less than 5 percent of #he largest possible total nf the bid
submitted must accompany tlie bid, and is subject to forf�it in the event the successfi�l
bidder fails to execute the contract d�cuments within ten days after the cantracf bas been
awarded.
To be an acceptable surety on the bond, {1} tke name of the surety �bau be included on
;- the current U.S. Treasury, or (2) the surety must have capital and surplus equal to ten
: times the limit af the bond. The surety must b� licensed to da husiness in �he s�ate of
Texas. The amoun� of the bond shall not exceed the arnount shawn on the treas�ry list or
4 one-tenth the total capifal and surplus.
2. PROPOSAL: After proposals have been opened and read alaud, the proposals will be
tahulated an the basis of the quoted prices, the quanti�ies shown in the proposal, and the
applicatian of such formuias or other rnethods of bringing items to a cammon basis as
may be established in the Contract Docurnents.
Tha total abtained by taking the sum of the products of unit prices quoted and the
estimated quantities plus any lump sum items and such vther quoted amoun�s as may
enter into the cost of the cornpleted p:roject will be cansidered as #he arnount of the bid.
Until the award of the contract is made by the Owner, the right wi11 be reserved to reject
any or all pro�osals and waive teehnicalities, #o re-advertise for new proposals, or to
�roceed with the work in any manner as rr�ayba cansidered for the best interest of the
4wner.
� The quantiti�s of wark and materials to be furnished as may be iisted in the proposal
forms or other parts of the Coniract Documents urill b� considered as annroxirnate only
and will be nsed fvr the purpose af comparing bids on a unifarm basis. Payment will be
' made ta the Cantractor �or anly the actual quant�ties of work performed or materials
furnished in strict accardance with the Contract Documents and Plans. T�e quat�tities af
work to be performed and materials to be furnishec� may be increased or decreased as
' hereinafter provided, without in any way invalidating the uni� prices bid ar any other
requirements of the Cflniract Documents,
' 3. ADDENDA: Bidders are responsible for abtaining all addenda to the Contract
Documents prior to th� bid receipt. Information regarding fhe status af addenda rriay be
obtained by contacting Parks and Community Services Depariment teIephane number
� indicated in the Notice ta Bidders. Bids that do not acknowledge all applicable add�nda
may be rejected as non-responsive. (See Item G in the Praposal.)
� 4. AWAR.D OF CONTRACT: The Con�ract may r�ot necessarily be awarded to the lowest
bidder of the Base Bid. The City Engineer shall evaluate and recommend to the City
. Council �he t��st bid based on the combined benefits of tatal bid price and number af
con�ract days alIotted, as specified in the Proposal, and which is considered to be in th�
� best i�terest of the City.
SPECIAL IN57RUCTIONS TD BIDDERS
-1-
Regardless of the Alternative chosen, the Caniractor agrees ta complet� the Contract
within the allotted number of days. If the Contractor fails to complete the work within
the nurnber of days specified in the Construction Documents, liquidated daumages shall �e
ehargec� as outlined izi General Provisions, Item 8.b Failwre ta Complete Work on Time,
faund in the Stanc�ara Specifications far Street and Stnrm Drain Construction, of the City
of Fort Worth, Texas.
5, PAYMENT, PERFORMANCE ANIa MAINTEN.ANCE BOND. Th� successful bidder
entering into a confract for the work will be required to give th� City surety in a sum
equal to tl�e amount of tb:e can�ract awarded. The successful bidder sha�l be required to
furnish bonding as applicable in a sum equal ta the amount of the contract awarded. The
form of the bond shall b� as herein provided and the surety shall be acceptable to the
City. A11 bonds furnis�ed hereunder shall rncet the requirements of Chapter 2253 of the
Texas Government Code, as amended.
A. If the total cantract price is $25,000 or less, payrnent to the contractor shall be
made in one lump sum. Payment sh�Il not be made for a period af.45 calendar
days from the date the work has been completed and accepted by the Czty.
B. If the contract arnount is in exc�ss of $25,OQ0, a Payment Bond shall be
executed, in the amount of t�e contract, solely for tk�e protection of aIl claiman�s
supplying labor and rnaterial in ihe prosecution of the work.
C, if the contract amouni is in excess of $100,000, a Perfarmance Bond sball be
executed, in the arnount of the con�ract conditioned on the faithful performance of
the wnrk in accaxdance with the plans, specifications, and contract documents.
Said bond shall solely b� for the protection of the Ci.fy of Fart Worth.
1Vlaintenaztce Bond shall be required far alI Parks and Cammunity Servic�s Department
projects to insure t�te prornpt, full and faith�u� perforrnance of the general guarantee as set
forth in Division �, Section 01700-Project Closaout, Item 1.02.
In oxder for a surety ta be accep�able to the Czty, (1} the narne of the surety 5ha11 be
included on the current.U.S. Trea�ury List of Acceptable Sureties [Circular $70], or (2)
the surety must have capital and surplus equal ta tez� times th�: amount of the bond. The
surei�r must be licensec� ta business in the state of Texas. The amount o�the bond shall
not exceed ihe amount shown on the Treasury list or 1/10th of th� total capital and
suzplus. If reinsuraz�ce is reqnired, the company writing the r�insurance must be
authoriz�d, accrediied or trusted to da business in Texas.
No sureties will be accepted by the City vvhich are at the time in default or delinquent on
any bonds or which are interested in any litigation against the Ciiy. S�ould any surety on
the con�ract be determined unsatisfactory at any tirne by the City, notice will be given to
the contractor to that effect and the contractor shall immediately provide a new surety
satisfactory to �he City
6. LIOUIDATED DAMAGES; The Contractor's attention is called to Part 1- Genexal
Provisians, Ytem S, Paragraph 8.6, Standarc� Snecifications far Street and �toz-�m Drain
Construction o� the City of Fort Worth, Texas, cancerning Iiquidated damages for late
cornpletion of pxojects.
SPECIEiI, dNSTRUCTIONS TO BIDDERS
-2-
7 EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278
as amended by City Ordinance Na 7400 (Fort Warth City Code Section 13-A-21 through
13-A-29) prohibiting discrimination in employrnent practices,
WAGE RATES : A11 bidders will be req,uired to comply with pro�risian S 159a af
"Vernons Annotated Ci�il Statutes" of the State of Texas vE+ith respect to the payment of
prevailing wage ratcs as established by the City a#'Fort Warth, Texas, an.d set fa:rt� in
Contract Dacuments for this project. Disregard if Federal Wage Rates are applicable to
this project. If Federal Wage Rates are applica�Ie to a project, the Conh-actor shall
comply with all items identified in the attached Contractoar's Packet. For further
informaYion regarding this packet, contact the Yntergovernmental Affairs / Grants
Management Division, Finance Department at (Sl'�} 8'�1-8365 Or 8'�1-��3$i
9. FINANCIAL STATEMENT: A curtent certified �nancial staternent may be required by
the Depariment of Enginee:ring Director for use by the CI'TY OF FORT WORTH in
determining the successful bidder. This statement, if requ�red, is tv b� prepared by an
independent Public Accountant holding a valid permit issued by an appzapriate State
Licensing Agency.
10. INSURANCE: Within ten days of receipt of notice Qf award of contract, the Contractor
must provide, along with executed contract documents and appropriate b.onds, proaf c�f
insurance fnr Workers Compensation and Comprehensive General Liability (Bodily
Injury) -$250,Q00 each person, $500,004 each accurrence; Praperiy Damage -$300,000
� each occurrence. The City reserves the right ia request any other insruance coverages as
� rriay be required by each individual proj ect. Fnr worker's comp�n�a�ion insurance
, requirements, see Special Instructions to Bidders -�tem 16.
� ADDITI�NAL INSURANCE REQUIREMENTS:
A. The City, its o�ficers, emplayees and servants shall be endorsed as an additional
' insured on Contractor's insurance policies excepting emplayer's liability insurance
coverage under Cont�actor's workers" comp�nsation insurance policy.
' B. C�rtificates of insurance shall be delivered to the City of Fort Warth, con�ract
�. admiuustrator in the respective degartment as specified in the bid documents,
�OUO Throckmortan Street, Fort Worth, TX 76102, prior to camm�ncement of
' work fln the con�racted project,
C. Any �axlure on part of ihe City to request requir�d insurance documenfation shall
' not constitute a waiver o�the insurance requirements speci�ed herein.
D. Each insurance palicy shall be endorsed ta provide the City a minimum thirty
� days notice of catacellation, non-renewal, and/or material change in pa�icy terms
oz coverage. A ten da�'s natice shall b� acceptable in the event of nan-payment af
premzum.
E. Insurers rnust he authorized to do business in the State af Texas and have a
, current A.M. Best rating of A: VII or equivalent measure af financial strength and
solvency.
SPECIAL INSTRUCTIONS TO BIDDERS
� -3-
F. Deductible liznits, or self-funded reten.tion limits, on each policy must not exceed
$10,000.00 per occurrcnce unless otherwise approved by tl�e Gity.
G. Other than worker's compensation insurance, in lieu of traditional insurance, City
may consider aiternative coverage ar risk treatment measures through insurance
pools or risk reten�ion gro�ps. The City must approve in writing any alternative
coverage.
H. Workers' co�pensatian inswrance policy(s) covering employees employed on ihe
project shalI be endorsed with a waiver of subrogation provzding rights of
recovery ir� �avor of the City.
I. City shall nat be r�sponsible for the dir�ct payment of insurance premiurn costs
iar eontractor's insurance.
r. Contractor's insuz'ance policies shall each be endorsed ia pravide that such
insurance is primary protection and any �elf-funded or corrimercial covarage
maintained by City �hall not be cailed upon to cozztribute to loss recovery.
K. In the course of the praj ect, Contractor shall report, in a tiznely manner, to City's
officially d�signated caniract administraior any l�own loss occtirrence whiela
could give rise to a liability claim or la�t+suif or which could result zzi a property
Ioss,
L. Contractor's liability shaIl �ot be limited to the specified amountis of insurance
requir�d herein.
M. Upan the request af City, Contractor sha�l provid� camplete capies af aIi
insurance palicies required by these contract documents.
11. NOI�I-RESIDENT BIDDERS: Pursuant to Artic�e 601g, Texas Revised Civil Statutes,
the City o£ Fort Worth will not a�vard �his cont�act to a non-resident bidder unless t�ae
non-resident's bid is lower than tbe lowest bid submit�ed by a zespoz�sible Texas resident
bidder by the same amaunt that a Texas resident bidder would be req�zired to underbid a
non-resident bidder to obtain a comparable coniract in the state in which ihe non-
resident's principal place of business is Iocated.
"Nan-resident bidder" rneans a�iddar whose principal place of busines� is not in
this state, but excludes a cantractor whose ultimate parent campany of majority
owner has its principal place of business in this state.
"Texas resident bidder" means a bidde:r who�e �rincipal place of business is in this
state, and includes a cont�ractor whose ultimate parent campany ar majority owner
has its �rincipal place of business in this stat�.
This pravision does not apply if this contract involved federal funds.
SPECIAT, INSTRUCTIONS TO BIDDERS
-4-
The appropriate blanks of the Pxaposal must he filled out by all non-resident bidders in
order far its bid to meet specifcatians. The failur� of a non-resident cont�actor to do so
will autamatically disqualify that bidd�r.
12. MINORITY/W4MEN BUSINESS ENTERPRISE: In accordance with City of Fort
Worth Ordinance No. 11923, as arnended by Ordinance Nfl. 13471, the City of Fort
Worth has goals for the participation of minority business enterprises and women
business enterprises in City con�racts. You may obtain a copy of the Ordinance from the
Office of the City Secreiary.
The MIWBE Ufii�ization Form, Prime Coniractor Waiver Form and the Gaod Faith Effort
�orm, as applicable, must b� subnuiCed no later than f ve {5) City business �ays after the
bid opening date, exclusive of the bid opening date, The bidder shall subrnit the
documentation at the reception area of the Department of Engineering ("Managing
Department"), 2nd £loor, City Hall, and shall obtain a receipt. Failure ta comply shall
render your bid nan-resgonsive.
Upan coniract exacutian between the City of Fort Worth and the successful bidder, now
knovun as Contractor, a pre-constraction meeting wi11 be scheduled at which time the
Contractar is required to submit either Letters of Intent or executed agreen�ents with �he
M/WBE firm{s) to be utilized on this project. �uch Letters of Intent vr executed
agreements shall include the following informativn:
1. Name of Contract
' 2. Na1ne of MIWBE firm utilized
� 3. Scape af Work to be perfarmed by the M/WBE fi�rm
4. Monetary amount of work to be perfarmed by the M/WBE firm
5. Signatures of aIl parties
A notice to proceed will not be issued until the signed letter(s) ox executed
agreement(s) have been received.
. Throughout the duration of this project, the City af Fort Worth is requiring that the
Contractor continu� to adhere �Co the M/WBE Orciinance by complying with the following
' procedures:
�A IViIWBE Particix�ation Renort Form must be submitted monthly until the contract
' i,s complet�d. The �irst repart will be due 3Q days after commencement of work. The
• m�ntlily report MLTST have an original signature to ensure accouritability far audit
purposes.
oReports are to be submitted monthly to the M/WBE Oi�ice, regardless of whether ar
, not the M/WBE firm has been utilized. If there was z�o activi�y by ar� M/WBE in a
particular month, place a"0" ar "no participation" in the spaces provided, and pravide
a bz�ef explanation.
•The Cantractor sha�l provide the MIWBE Office tiroof of navment to the MIWBE
suhcontractors and suppliers only. The MIWBE Office will accept the following as
, pxaof of payment:
SPECIAL IN5'I'RUCTTONS TO BIDDEItS
� -5-
1. Copies of submitted invoices with front and back copies of canceled check(s},
.
.� _�
2. A notarized letter explaining, in detail:
a Subconfractorlsup�lier Scope of Work
b. Date when services were received from subcontractorf�uppiiar
c. Amounts paid tn the subcontractorlsupplier
d. Original signatures from bath parties mus� be inc�uded on this letter.
�If the Contractor foresees a problem with submitting parkicipation reports and/or
proaf of payment on a monthly basis, the MIWBE Office should be noti�ed.
If the Contractar wishes to change ar delete an MIWBE subcontractor or supplier, adh�re
to the following:
1. Immediately submit a Rec�uest far Anpro�al af Chan�e Form ta the.I1�IWBE
Office explaining fhe reques� for the change or deletion.
2. If the change affect� the comrnitted M/WBE participation goal, state clearly haw
and why in dacuznentatian.
a. All requests for changes must be reviewed and pre-apgroved by the M/WBE
Off ce.
b, If the Cantractor makes change(s) priar to approval, the change will not be
cansidered when performing a post com�liance review on ihis praject.
•Upon the Contractar's successful completion of this project, and within ten days after
rec�ipt of final payment from the City of Fort Worth, The Contractor will pravide the
MIWBE Office with a Final Particination Reoart Farm to reflect the total
participation from ALL subcontractars/suppliers utilized an the project.
�All forms are a�aila�le at the MIWBE Office, 3rd floor - City Hall. For additional
information regarding carripliance to th� M/WBE Qrd'mance, ca11 {S 17) 871-6104.
Upon request, Cont�'actor agrees to provide ta Owner Complete and accurate information
regarding acival work performed by a Minorityl�V'omen Busin�ss Enterprise (M/WBE)
on the cont�act and payme�t therefore. Cantractor fiirther agrees to permit an audit and/ar
examin.at�on of any books, recards �r files in its possession thai wiZl �ubstantiate the
actual work performed by an M/WBE. The misrepresentatian oi facts (other than a
negligent misrepresentatian) antllor the commission vf fraud by the Contractar will be
grounds far teimination of the contract and/ar initiating a�tian undex appropriate federal,
state or Iocal Iaws or ordinances relating to false statements; further, ar�y such
rnisrepresentation (other than a negligent rnisrepresentation) and/or comtnission of fraud
will result on the Contracior �eing determined to be irresponsibl� and harred from
participating in City work for a period of time of nat Iess than ihree years.
13, PROTECTION OF TR.EES, PLANTS AND SOIL: All property along and adjacent to
tlae Contractor's operatians including lawns, yards, shrubs, trees, etc., shall be preserved
sPEci�, rrrsrRuc�rzoNs Ta �IDn��s
-6-
or r�stared, after completion af the work, to a condition equal or better than exi�sted prior
ta start af work.
By ordinance, the Cont�actox must obtain a permit from the City Forest�r before an�
work (trimming, removal, or root pruning) can be done on t�rees or s�rubs growing on
public property including sireef Rights-Of-V�ay and designated al�eys. This n�rrnit can
be obtained bv callin� the Forestry Office at 871-570�. A11 t�ee work shal� be in
complia�ce with pruning standards for Class II Pruning as described by the Na�onal
Arborist Association. A copy of these standards can be provided 6y calling the above
number. Any damage to public trees due to negligence by the Con�ractor shall, be
assessed using the current formula for Shade Tree Evaluatian as defined by tbe
InternationaI Svciety of Arbari�ulture. Payment for negligent damage to pubiic trees
sl�all be made to the City af Fort Warth and may be withheld from funds �ue the
Coniractor by tkxe City.
To nrevent the snread of the Oak Wi1t fun�s. all wol�nds on Live Oak and Red Oak trees
shall be immediatelv seaied usin� a carnmercial nruning naint. This is the onlv instance
wheu bruniz�� baint is recommended.
14, BIDDER'S STATEMENT �F DUALIFICATIONS
A. QUALIFICATION OF BIDDERS: Bidders and all sub-contractars to be used by the
� bidder in the performance af this project sha11 be prepared to demonstrate the
capability to perform the wark.
� The Bidders' specific experience, stability and histary o�performance on projects af a
, similar nature and scope will be considered. The BIDDERS STATEMENT OF
QUALIFICATIONS must be delivered to th� Praject Maiaager wxth�in �8 hours of the
� request. Additionally, the Bidder shall submit a STATEMENT OF
, QUALIRICATIQNS upon request by the City an sub-contractors s�lect�d by ihe
Sidder to gerform specific project tasks where quali�cation requiremenYs %r tbe
' execntion of such taslc� are noted in the specifications.
Recommendaiion af award of eontract shall be contingent upon the Bidder and I or
' sub-contractors meeting such qualification zequirements.
Locatian and responsz�ve ability of the fum will be considered.
, If your firm anticipates entering into a j oint veniure with any other firm ta conduct all
or part o� the performance requ�red under tbe proposed project, that firm should be
� specified in your response. For each firm included in the joint ��:nture, please
pra�ide ihe information required abav�. Under the Contxact executed for this work
, the City will require yaur firm to be cnmpletely 104 percent responsible for fulfilling
alI aspects of the contract bonds. Other firms and cmployees ihat may be involved in
iheir joint venture will be treated by the City under the contract as if they were
, employees or subcontractors of your firm. Other than those firms noted in the
cantract as a part of tbe joint venture, no other firrns will be allowed to participate in
the joint venture without written consent from the City.
�
SPECIAL INSTRUCTIONS TO BIDDERS
� _7_
I5. OZONE ALERT DAYS: The Contractor shall be requir�d to observe the fallowing
guidelines relating to worlcing on City construction sites on days designated as "OZQNE
ALERT DAYS". Typically, the Ozone Alert season within the Metraplex area runs from
May through Sep�ember, with 6:00 a.m. - 10:0� a.an, being critical ozone forr.ming periods
each day.
The Texas Natuz'al Resource Conse:rvation Commissian (TNRCC) in covrdination with
th� National VVeather Service, will issue the 4zone Alert �y 3:Q0 p.m. on the aft�rnoon
prior to the al�rt day. On designated Ozone Alert Day�, tkie CnntTactor shall bear the
responsibiiity af being aware that such days �ave been designated Ozone Alert Days and
as such shall not begin work until 10:00 a.m. whenev�r constTuction phasimg requires
substantial use of motorized equipment. Hvwever, the Contractor may begin work earlier
if such work minimizes the use o�motorized equiprnen� priar to 10:00 a.m.
If the Cantractor is unable to pex-form continuous wark for a period of at least seven
haurs betvveen the hours of 7:00 a.m. - 6:OQ p.m., on a designated Ozone Alert Day, that
day will be considered as a weather day and added onta the allowable weatl�er days of a�
giv�n month.
16. WORKER�S COMPENSATTON INSURANCE COVERAGE:, Coniractors compliance
with V4�arkers Compensation shall be as foXlows:
A. Dafinitions,
Certificate of coverage ("certificate") - A copy o� a certifica�e of insurance, a
certificate ai autl�ority to self insure issued by the cammission, or a covezage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84}, shawing statutory
workers' compensatit�n insurance caverage far th� person's or entity employees
pro�viding services on a project, for ih� duration of the groject.
Duratian of the project - rncludes the time from the beguuiing af the work on the
praject until the contractor's/person's work on t�e project has been campleted and
accepted by the governmental en�ity.
Persons providing seivices an ihe pro,�ect ("subcanttactor" in' 40b.096} - includes all
persons or entities performing a11 or part of tk�e services the ca:niractor �as undertaken
to perform a:n the project, regardless of whether that person has employees. This
incluaes, without limitatioz�, independent cont;ractors, subcontractars, leasing
companies, motor carriers, owner-operators, ernployees of any such entity, or
employees of any entity which �'urnishes persons to pravide services on the project.
"5ervices" includ�, without limi#ation, providing, hauling, or delivering equipment or
rnaterials, or providing lahor, transportation, or othe� service related to a project.
"�ervices" does not includ� activities unrelated to the project, such as faod/beverage
vendors, affice supply deliveries, and delivery oiportable toilets.
B. The coniractor shalI provide coverage, based on proper r�porting nf classification
codes and payroll amounts and filing of any coverage agreements, which meets thc
statutory requirements of Texas Labor Code, Section 401.011(44} for alI emplayees
of th� contractor pravidi,ng services on tk�e project, for the duration of the project,
sr�,cr.�t, nvs�ucTTarrs To �mn�Rs
-s-
C. The Contractar must provide a c�rti�caie of coverage to the governmental entity
prior to being awarded the contract.
D. If the caverage period shown on the contractor's current certificate of coverage ends
during the duration of the projact, the contractar must, prinr to the end of tihe
coverage period, f le a new certificate of coverage with the governmental entity
showing that coverage has been �xt�nded.
E. The contractor shall obtain from each person pro�iding services on a project, and
provide to the City:
(1) a certificate of coverage, prior to that person beginning work an the project, so
the City will have on fiie certificates of cv�erage showing coverage for all
persans providing services an. the praject; and
(2) na later than seven days after receipt by the contractor, a new certificate of
coverage showing extension. of coverage, if the caverage period shawn an the
current certificate of coverage ends during t11e duration of the project.
F. The contraetor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
G. The contractor sha11 notify the gavernmental entity in writing by certified mail ar
� personal d�livary, within ten days aftcr th� contractor kn�w or should have known, of
any change that materially affects the provision of coverage of any persan providizag
� services on the project.
H. The contractor shall post on each project si#e a notice, in the text, fo:rm at�d manner
� prescribed by the Texas Workers' Compensation Commission, informing a11 persons
providing services on the project tkxat they are requixed ta be covered, and stating how
a person may verify coverage and report lack of coverage,
I. The contractor shall contractualIy require each person with whom it contracts to
, provide services on a project, ta:
' {1) prflvide coverage, based on proper reporting on classification codes and payroll
amounts and filing of any coverage agreements, which meets �e statutory
requirements of Texas Labor Code, Section 401.011(44) for all of its empinyees
' providing services on the project, for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the project, a
� certificate of caverage showing that cavexage is be�ing pravided far alj
�mployees of the person providing services on the praject, for the duration of tb.e
proj ect;
(3) provide #he contractor, p:rior to the end of xhe caverage period, a new certificate
of coverage showing extension of coverage, if the coverage periad shown on the
current certificate of coverage ends durin� the duration of the project;
(4) obtain fram each other person or entaty with whom it c�nt�acts, and provide to
the cantractar:
SPECIAL INS'TRLTCTI�NS TO BIDDE�tS
-9-
(a) a certi�'icate af coverage, prior ta ti�e athe� persan or entity beginning woxk
on the project; and
(b) a new certificate af coverage showing extension of caverage, prior to the end
of the coverage p�riod, 'rf tihe coverage per�ad shawn on the cwrrent
c�rtifica�e of coverage ends dunng the duration of t�.e projec#;
(5) retain alI z'equired certificat�s of coverage on file fox the duration of the project
and for ane year ih�reafter.
(6) natify the governmental entiiy in writing �y certified mail ar personal delivery,
wit�in ien days after th� person knew ar shauld have I�zown, af any change that
materially affects the provisian of caverage af any person praviding services an
the groject; and
(7) cantractually require each person wiih whom if contracts, t� perforrn as r�quired
by paragraphs (1) -(7), with the certificates of coverage to be provided io t�ie
person for whom they are pro�iding services.
By signing this contract or providing or causing to b� pravided a certificate oi
coverage, the cantractor is representing to the governmental entity that all employees
af the contractar who will pro�ide ��rviees an the project witl be cavered by workers'
compensation coverage �`ox 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 he filed witl� the appropriat� inswrance carrier ar, in the case of a
self-insured, with the commission's Div�isian af Self-Insurance ReguIatian. Providing
false o�misleading information may subject the contractor ta administrativc
penalties, criminal penalties, civil penalties or other civil actions.
K. The eontractor's failure �o comply with any of these provisions is a breach of coniract
by the contractor which enti�les the City to d�clare the contract �oid if tkie contractar
does na� remedy �he breach within ten c�ays after receipt of natice o� breach from the
City.
"The contractar shall post a notice on each praject site informing all persons
providing services on the proj ect Yhat tkey are required xo be covered, and stating how
a person may verify cuz�'ent covera�e and report failure to provide coverage. This
notice does not sa�isfy other posting requiremen�s imposed by the Texas Wozkers'
Campensatian Act or other Texas Warkers' Compensation cornmission rules. T�lI5
notice must be printed with a title in at least 34 point bold type and text in at least 19
point �ozmal fype, and shall be in both Englis� and Spanish and any ather langnage
cammon ta the worker population. The text for the notices shall be the following
text, withaut any additional �vards or changes:
REQUIItED WORKERS' COMPENSATION COVERAGE
"The law requir�s that eac�. persan warking on this site or providing services related
to this construction proj ect must be covered by woxkers' compensation insu;ra:�ce.
This includes persons providing, haulimg, or delivering equipment ar materials, or
SPECIAL INS'd'RUCTIONS TO BIDDER3
-10-
providing labor or transportation or other service related to the project, regardless of
the identity of iheir �mployer or status as an employee."
"Call the Texas Workers' Campensation Commission at (512) 440-3789 to receiv�
information an the legal requirement for coverage, to verify whether your employer
has provided the rec�uired coverage, or ta report an employer's failure to provide
coverage."
END O� SECTION
�
•�L
.4
��
�
SPECIAL INS'CRUC'I'IONS TO BIDDERS
-11-
�``�'
� ,,�;
.�
,
.�
TO: MR. GA.R'� W. JACKSON
' City Manager
Fort Worth, Texas
� � FOR:
�
PROPOSAL
ATHLETIC FIELA �MPROVEIY�ENTS AT HALL,MARK PARK
PROJECT �BER Cf 881541�OOIOSOi88800100
PR�JECT NiJ1V1BE�t C181/541�OOIOSO181D43010
D.O.E. NUMBER 3901
Pursuant to the faregoing "Notice to Bidders," the undersigncd has thoraughly examined the plans, specifications,
and the site, t�nderstands the aznaunt of work to be dane, and hereby proposes to do all the work and furnish all
labor, equip�ent, and mate�rials necess�zy ta fully compl�te al] the work as provided in the plans and specifications,
and subject io t�ie inspection and approval of the Parks and Community Services Departme�t Direct�r of the City
af Fort W4rth.
Tl�e "approximate quantities" category is for informatian purposes only. The contractor shall be paid on the basis
of actual installed quantities on nan Zump sum items. Additionally, the Connactor shall be aware that the Proposal
contains both Lump 5um snd unit Pzice items.
If the lotivest bid received exceeds the funds budgeted for the project, the City reserves t�ae rig�t to decrease the
quantities contained in any Iine item or to eliminate any specific �ine items before award of the contz�act in order ta
bring the work within budget. By submitting a bid, the bidder acknowledges the City's right to adjust or eliminate
line items prior Co the award of contract. Further, by submitting a bid, the bidder agr�es to honar each line item bid
pnce w�ithout recourse to the City in the event Iine items are adjusted or eliminated.
�Upan acceptanee af this proposal by the City Cowncil, tbe bidder is bound ta execute a contract az�d fizrnish, if
applicable, Performanc�, Payment, and Maintenance Bonds approved by the City of Fort Worth for performin� and
completing tk�� said work within the time stated and for the following sumsz �o-wit:
�J
� � � PAY A.PPRO�.
ITE\i U1�iIT8
�
��
BAS� BID
DESCRIPTIaN OF ITEMS WITH BID PRICE UNIT
WRITTEN IN WORDS PRICE ����`T
U1�TT 0�1E - SITE PREPARATION
�
�
�
�
�
LS Site Prepara#ion and Earthwork
�'er Lump Sum:
.�r��i�e�u.�+atfl��r� Dollars
and �� Cenis
LS Temporary Silt Fence and Erosion Control
Per Lum� Sum: �``r- �� �'�i°'�"-�
_1��.�- Se.,�.+� _ Dollars
and _ ���q _ _ Cents
-1-
� LS ��,��
� LS $ �� �
-1 �� : ��;.�!iC �:—_��_,�,�.nd_.,.�..:,,..�u - —
,_ ._.
�.. , �' ," - -�*�,;�:••r����€,�� -�^= e. ,. _ � . i ,� . i. i � � u ��.. . -
PAY APPROX.
ITEII�i QUANTITY
DESCR�'TI01�1 OF ITEMS WITg BID PRiCE
WRITTEN IN WORDS
UNYT
PRICE
AMOUNT
UNIT TWO - IRRIGATiON AND LANDSCAPING
1. LS �rrigation Distribution System and Installation of
Irrigation Improvement for Valves I through I3,
Per Lump Sum: �„i��bpr� `�'}tvu�%,�p
�"v� ��`�`���y'Fvµ-�C Dollars
and � � ��,.,�,� Cents
$ L�
LTNI'1 'I'HREE - CONCRETE WALK AND BLEACHER PAD IMPROVEMENTS
1. 2208 SF Reinforced Concrete Bleacb,er Pads:
Per Square Faot;
�"l''��@� Dollars
and � �, Cents �
$ �a
?. 67 L� 6' Reinforced Concrete Walks;
Per Linear �oot:
�f "'����� Dollars
and F.�...� _ Cents
UNIT FOtiR - SITE FURNISHINGS
1. LS Remave, reinstall, and r�paint existing soccer and
football goals
Per Lum,p Sum:
�x��4• ��uc. l�u�t,a� �. �� r� Dollars
and ��, , Cents
BASE BID RECAPITULATION
UNIT ONE � �p ��"� �
UiYIT TW� $.�1 , i'��. '7'1
UNIT T�REE � `� �j�q, �
U'NTT F�LTR $ o'155CO
BASE BID TOTAL $ CB��)�, ��
-2-
$ � sp
$ LS
$�j�.��.�1
� �Z� �
� I �D(s ��
���
_� — _ � I�Rf1��AlI i�e"_' ' _ __ _— ,e.,�°'.�I�'�TCIa� __ .N.w.�..«-n....,..__..«.....
wLC�S?�iM��ry:a.e.�. -
PAY APPROX. DESCRIPTIOI�T OF ITEI�IS WITH BID PRICE U1'�IT
ITE1M Q�'ANTIT'Y Wi2ITTEPI IN WORDS PRICE AIVIOUNT
B�D ALTERT�iATES
BA- I , b00 LF
�BA,-2. 464 L�'
, �.
�I �I
BA-3. 4 EA
ii
BA-4. 2 EA
BA-5. LS
BA-6. LS
a
BA-7, LS
��
�
� BA�B. LS
�
��
I
��
�-
- - — .�
6' Reinfarced Concrete Walks;
Per Linear Fovt;
�V c+�x�eau Do�lars
and F� �'�,,� Cents
6' Reinforced Cancrete Paving;
Per Linear �oot;
i� i iv�� Dallars
and �. C-F� Ce�ts
Provide and Install Bleachers on Bleacher Slabs per
PIans;
Per Each:
�'il��..�� - ���� �:�� Dollars
and � ,�.,rs Cents
Provide and Install Two New Drinking Fountains
per Plans;
Per Each: s�u�+u `1'��sow�i
��itt�. }��+�arS� �ti�^6., Dollars
and �_�; v� � Cents
Provide and Install al� Inigatian Improvements re]ated to
Valves 14, 15, I6, and I7.
Per Luznp 5um: n
��.��� �.�L�. �u�Qb� CJtX� Dotlars
and i+.�0 Cents
Provide Temporary Irrigation as required to establish
Hydrorrzulch Seeding an all disturbed non-irrigated areas.
Per Lu�nap Sum�
���k.�s�� �u+a�Jus-� Dnllars
anc� 1•�8 Cents
1•.
�rovide and Install Irrinet Irrigat�on Contro�ler in lieu of
Base Bid Hunter Cor�troller.
Per Lump 5um: �17f� �c..r,�
� 1�.,�a,L1���S� `7��u �5� � Do2lars
and �+g,t�.d--� Cen#s
PrQvide Triang�e Blend Berm�da Hydro�mulch Seeding
per plans.
Per Lump Suzn�►���'`°°'���
�� ���� - r�+��- Dollars
and tfu�� �.-� Cents
_3_
-� —� —�� -
$ �� `�� $ � �.'���
� i9 � � �o��`�
� �
$ `�` $ I �'[� `�
$ ��5(a� $1 J�'9�1 �
� I�S
$ LS
�����
' J�►
$ LS $ i���o�
� �.s � )Z�t�� `�°
i� .
:i
�r
.�
� �,
.�
a�.
,�
��
,�
-._.. - - - - . — . _ _ _ ---._,---.�
p�Y APFROXs DE�CRYPT�ON OF IT�� � BID FRICE T�'NI�'
�r�� ��ra�.iv�z�rx ��ov�r�
w.��v n� �r��ns �c�
BA-9. I,S Provide Co�r�rnon B�uda HyYiramuloh �eed3n� p�
Plans, �
Fer Lump ��m
`l�n.._rt.�y �'uac� --- �/ll�wxQJ1�rQ , �1al�ar� �
and � _. Cet�ts $ L5 � J � �
B.�-1� L�, Pxovide Int�rspec Softwxu� for use wit��. I�rri�iGt
Cpntrr3l.lei �er specifiicaiions.
F�� Lump Sun�."']'u��t�' � F� ✓a� `�ke�,.sa�.x.4
�,�a��ut� �w �- A�n�r„� Da1l.ars �
aztd s��e� — — -, C�nts �_L� _ S�
BID 5U��lVIA1tY
�3AS� BID TQTAL
��D �LT�i�NA'x'ES TOTA.L
GRA�iD TC}TAL
fipfi�R�7t��]
-4�-
IiZ2i0,�, ,L3 3t� �.I.I�
S � � � �i
���J9i.�.
�� , � 3. -� t
.
�ZLS �m8 ��3 05�F� �n i-t Ti
�-i
��
.�
�
��
�I,
i 1t
I
A. This contract is issued by an organizatiQn which quaIafies far exemption pursuant to the provisians nf
Article 20A4 (F) of the Texas Limited Sales, Excise and Use Tax Act.
S, The Cantractor performing this contract may purc�ase, rent or lease alI materiais, supplies, equrpment
used or consumed in the perfora�ance af the contract by issuin� to his supplier an exemptian certificate in
lieu of tlie tax, said exemption certi#"icaYe complyi�g nvith State Comptroller's ruling tax, said exemption
certificate complying with State comptroller's ruting #95-0.07. Any such exemption certificate issued by
the Cantractar in iieu ofthe tax shall be sub,Ject to the provisions of the State Comptroller's ruling #9S,Q9
as amended to be effective OctoUer 2, 1968.
C. The undersigned assures t�at its employees and applicants for employment and tlaose of any labor
arganization, subcontractor or employment agency in either furnishing or refetring employee applicants to
the uncEersigned are not discriminated against as prohibitad hy the terms oF Gity Ordinance 7278, as
amended by City Ordinance 7400 {Fort Worth City Code Sections 13-A-22 through 13-A-29}, prahibiting
disc�irninatioz� in eznployment prac�ices.
D. The undersigned agrees to complete all work covered by these contract documents within Fariv-Five f45)
��'arkin� days after the da.te far con�mencing work as set forth in the written Work Order to be issued by
thc Owner and to pay not less than the Federal Wage Rates referenced within the project documents,
�' ,�
�
.�
�! {
aL
�
E, Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal
cantract and wil! del�ver applicable Surety Bonds for the Faithfiul performance of ihis contract. The
attachec� deposit check in the suzn of $ DalIars ($ � is to becorne the
praperty of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be farfeited ir� the event the
contract and applicable bonds are nat executed svithin the tirne set forth, as liquidated damages for defay
and additianal work eaused thereby,
In the case of ambib ity or lack of c[eam�ss in stating prices in the Pro�asal, the City reserves the ri�ht to
adopt the mosi advantageaus price for construction therof to the City ar to reject the Proposat.
G. Receipk is fiereby acknowledged of the fallowing addenda:
Itio. 1��lU2 No. 2 Na. 3 Na. 4
R�specttuli;.� sub�nitted,
�,
� � � ��s��i.u-�7��1 � .
(Cornpany �ame.}�
�� 1 ' � - � -
, �
By (A��thnrizeci 5i�nature}
�r .
'. ; � Date: � -
r
�Address:1191� 1�d�t.� � .l�/�t""�
��
�� �,� � `�X �l�
f
. �.Telephane: ��17)- �U�' ����'
��
�._�
I
�.
,-;�..�
-5-
r�.—. _�..�„r.�..�-0_.,,..�.., .-:. _ ...... _. .�,.�1.e......._ .,, ... _ _..... .., ._........ ....__ _....�:�,:�u..R..--
Seal (if Corparation}
�. , ; � .,
��
� AiT'A�bM�AEi 9A
�a9e 9 ag 2
�!� O� �Ciit'i���il
i�l�nori4�r �nd l�omen �usin��� Er�t��pr�ise �p��i�'i��%�,r�s�= ;-
iV���IIdV�� �IYl�i��TI�R� �.�ti�1�d���`��:If��/�F'���
� �' - _ . � l
PRIMECOMPANYNAhR�` _ +, . . ..•�� .�� 8i9[!AT€1 '! ^� i���f �� �� � ��
�` a.l� �- ;. �
�ROJECT NAM� PROJECT NUMBER
�.
��'1T1��C tIRrt71lR�' ti��Yl f• `. i � �TR!{�JI�F PFY2f'Ti.NTA TFVFiI• I
r —.�_�.L�� Failur�e to ^
�'�omp[ete this farm, .in its entiraty wit[� supporiing documentaiion, and �eceived by the f�anaging �epartmen# on or
��re�q�e �:00 �O.m. fi�e (�) City business days after bid opening, exclusive of bid opening dats, will eesult in the hid being
^ansideped nan-eespansive to hid s�ecifications.
I
��'he undePsigrhd bidder agrees fio enter inFo a fopmal ageeement wifh the l4fiB€ andlor IAdB� �rms #oe woP�c Eis#ed in tnis
chedule, candit'rqned upon exec�tion of a�nnfpact with tt�e City of �orfi I�lorth, ihe intentional andlo� knowing
+ f�iseepresentation of facts is geounds fo� conside�ation af disquafification and will pesu[t in t1�e bid heing conside�ed
�� on-Pesponsi�e ta specifiCatior�s.
}any Name, Cor�tact Name,
Iress, and Telephone No.
... . .. '_ � �; ..
1 a
Certified
a r
U Q
a o
i' X
LS f„
Z
-.� �'c.�k . , ; !._. . ...__. _.
_ _,
.. f _ . e.
Specify All Contracting
Scope of Woric (*)
� ��S��J� �� � ( �� { j � 1 �`
ry ..�
r
•- j [
�
_ __ r .
5p�cify Afl Items to be
Supplied(')
� � 1 �' �l Ev1 cs�
T c . --_
Doflar Amount
�4 � ��� .
.t , . . .
'�' II MIWBEs m ust be located in the S{ninej county marketplace or currently daing business in the marketplace at the time of bid.
ih
;�"j Specify al� arEas in which AeWB�'s are to he utilized andlar ltems to be su�pfied: �
�) A complete Ilsfing of items to be supplfed is required in order to receive credit toward the MIWBE goal. �
I a
��{�•} Identify each Tier level. Tier: Means the level oi subcontracting be�ow #he prime contractorlconsultant, i.e., a direct payment
� — from the pr9me contractor to a subconkrackor is considered 1" tier, a payment hy a subcontractor to
its supplier'rs considered 2ntl tier.
� .�
�
� 7H15 FORM MUST BE RECEIVE� BY THE MA�lAGING �EPARTMENi BY 5:00 p.m., FIV� (5) CiTY BUSINES5 flAYS AF'��E2 BID
OPENING, �XCLIlSIVE DF THE BID OPENI�IG pATE
I F2eY, 6I2198
L �ages 1 and 2 of Attachment 1A must be receiWed b�I the Managing �epartment
�
`� Company Name, Canta�t iVame,
�` Address, and Telephone No.
_� �
�
�
�
l;
! -� -
�, ._.__. . ... �.. ... ......-_...�
�
f � - _._ _ ,� ___..
I _ --
. � _" . _
I�� "" _ _ �.,.
cert�iied " 5peclfy All Contractirsg
5cope of 11Voek (`y
AT'iA�F�M�f��" 1�4
��c�e 3 �f �
5pecify A_II Iter�s to be - 9ollar l�mount �
Supplied(")
-a
r� �`�;
�� .
� � _.
L.r il h
f.�� 1 '' ,
f0 { -
�
�. .�
� ,.
O
V �
� O
}- n
z �
�—
�
'u
m
Q.
�
7�e bidder further agress to provide, direcily tq the City upon request, camplete and accurate informa�tian regarding
��actual work perFormed by all suhcontractars, includin� MB�(s) endlor WB�(s} arrangements submitted with this bid.
,;,ihe bidder alsa agrees to allow an audit andlor examination of any books, recnrds and files held by tt�eir corr�pany that
�will s��star�tiate the actual work pertormed !ay #he M8E(s} andlor W8�(s) on t�is contracf, by an authorized officer or
l employee of ihe City. I�ny intentional andlor �Cnowing misr��resenta#ion of facts will be grounds for term9nating the
� TH�S FORM Ml�Si BE RECEIVEO BY TFtE MANAGING ��PA�t�MENT BY 5:00 p.m., FfVE (5) CITY BlJ51NES5 DAYS AFTER BIi7
�OP�I�ING, EXCLUSIV� OF THE BID OPENING DA7�
� Rev. 612198
'� � , �
Pag�s 1 and 2 of Attachment 1A must be received by the Manag�ng Departrr�ent
+�'
��a
I�� • ' �l9�r4bRA1��� 1iR
- �age 4 �f 2
�: �, ",or�4rac4 0� debarme�t from �ifiy work for a perio� �# ��t I�ss tflar� 4f�ree (�) ysar�s an� f�e ini4i��ir�g act�o� u�der ��tleral,
��� �4a�e eP Loe�! laws concerning false siaterne�4s. ��y faifupe t� cornp[y wi4h �ltis �pdin�nee anci cre�tes a matePia[
� reach vf contract may result in � determinafion o� an irpesponsif�le oiferoP an� baPrred fpom pa�ticipating in �ity waric
��or a pe�iad of Yime not less than ane (1) ye�p.
�i I " 4 . A��iNB�s and WB�s �fUS`i �� C�RTIFi�D �Y ZH� GIiY ���.�R� COWiR�►Ci AWARD
. L .a y� � -Z s- •_ - .
�� 'ze �Signature Printed Signature
�'I�i� • �� '
i Title Cantact Name and Title (if differentj
�� � ` '
c �_U`Y�::C�`.L'� ��
i:, p�ny Name � Telephone Number (s) :,
iI . , -�. �'�4 � � �. _ ti �. . _ . ,
r4dd ess � Fax Number
i� t.'�J _ i � " 4� ; - • � �# - =L� _ _
Ci#yl5tatelZip �ode Date
��
:._�
��
= ��:_
.�
��
�-•n
V
� '�
��
. )
�
�;�
�„ ,
•r_.•
n--- F�-0
Ia�6 �.3
r,. •
.��.- �y� �
v � "(�
'w
4�.'
�
K� ;
THIS FQRM MUSi B� RECEIVE� BY TH� MANAGING DEPARTMENT BY 5:00 p.m., �IVE (5) CITY B�SI�lE55 aAYS AFTER BID
� OPENING, EXCLlfSNE OF THE BI� OPENING DAT�
Pages 1 and 2 ot' A#tachment '�A tnust be recei�ed by the Nlanaging Department
Rev. fi12196
�i�� �� Fa� IIV�rr�h
�IJIL�[hlC� � CO�I�iR��iI�N T�D�S
Predailir�� IAla�e �at�� �'�� �000
,
,
�
;,
��000
CL�►SSI�I�AiI�NS �ouR��
���s
Air Conditioninq Mechanic
Air Cond�tioninq Mechanic Helper
Acoustic Ceiling lnstaller
Acoustic Cei�ing 1ns�a[�er Helper
Asbestos Worker
�ricklayerlStone Mason
�ric�layerlStone Mason �elper
Carpenter
Carpenter Helper
Concrete Finisher
Goncrete �inisher Helper
Concrete �orm Builder
Concrete Form �uilder Helper
�rywall Taper
Drywal{ Taper belper
�lectrician Journeyman
�lectrician i�elper
�lecfronic iechnician
�lectronic T'echnician �lelper
Floor �ayer (Carpet)
Floor Layer (Resilient)
Floor �ayer belper
�laz�er
Glazier Helper
Insulator
Insulator Helper
�aborer Common
�
$
$
$
$
$
$
$
$
�
�
�
$
$
�
�
$
�
$
$
$
$
$
$
$
$
�
'{ 5.9�
10.��
14.��
10.��
10.5D
� 7.2�
10.16
13.9�
1 D.38
12.6�
9.73
� � .9�
�.42
11.33
�.OD
1 �.4�6
11.30
'f 2.�0
�.5�
1 �.OD
16. DO
13.50
1 �.0�
10.90
1 �.�4
9.40
7.85
�Laborer Common
�Laborer Skilled
� Lather
�Lafher Helper
�iVletal SuiIding Assembler
�Nietal �uilding Assembler He�per
�Painter
�Painter I�lelper
� P i petitte r
�P�pe��tter Helper
� Piasterer
�P�asterer heiper
� �Iumber
�Plumber Helper
� Reinforcing �fieel 5etter
� Roofer
�Roofer Helper
�Sheet il�etal Worker
Sheet Metal Worker Helper
Sheetrock I�lanqer
�Sheetroc�c Hanger �lelper
Sprinkler System �nstaller
Sprink�er Sys#em installer belper
Stee! Worker .Strucfiural
Stee! Wor�Cer �tructural Helper
Welder
Welder Helper
H��411Y �QUI�NIENT
����i���
Crane, Ciamsf�elf, �ackhoe, �erric�,
�ragline, Shovel
rork�ift Operator
Foundation Drill �pera�or
$
$
$
$
$
$
$
$
$
$
$
�
$
$
�
$
$
$
$
$
$
�
�
$
�
�
$
�
$
�
7.8�
10.35
14.00
11.00
10.D0
�.70
1�.�3
�.35
1 i.60
10.�8
16.�0
11.00
16.91
9.i5
10.4D
11.��
8.33
14.45
9.5i
12.45
9.64
16.�7
10.13
� 1.36
�.�o
'54.�0
1 'f .74
1 �.50
9.63
'13.00
�
�,
;�
,�
Front �nd �oader �pera#or
Truck Driver
� "� � .��
$ 10.31
�i�y �� ��r� Wor�h
I-OIGHIi��e�' �He�dy} C�R.��YF:U�iI�N
�r�dailing I�ag� ��t�� �ar �0�0
� .., .... -- --- . _.. —_.. __ ._.. .
��000
�1����1F1�,�►T{�NS F��U�LY
����
Asphalt Raker $ 10.32
Asphal# Shoveler $ 9.75
�atching Plant Weigher $ 9.65
Carpenter (Rough} $ 13.64
Concrete �inisher�Paving $ 10.16
Concrete �'inisher He�per (Paving) $ 9.�'0
Concrete FinisheroStructures $ 13.44
�lagger $ 7.00
Form Builder-Structures $ 13.44
Form Setter�Pavin� & Curbs $ 10.25
�orm Setter�Structures $ 9.75
Laborer�Common $ 1.64
Laborer-U�ility $ �.64
�liechanic $ 13.��
Serv�cer $ 1 �.13
Pipe Layer � 7.35
Pipe �ayer Helper $ 6.75
Asphalf Distributor �perator $ 1 �.4�
Asphalt Pa�in� Machine Operator $ 11.09
Concrete Pav�ng Saw $ 10,�3
Crane, Glamshell, �ac�Choe, Derrick,
Dragline, Shovel (� 1 '[12 CY}
Crane, C�amshell, Bac�hoe, i]errick,
Dragline, Sho�ei (� 1 11� CY)
Front End Loader (2 112 CY & less}
Front �nd �oader (over � 11� CY}
� � o.00
$ 11.�2
$ 9.94
$ 9.3�
�Mill�ng iVlachine Qperator $
�Mixer $
�iVlotor G�ader Operator (Fine Grade) $
�iVlotor Grader Operator $
�Pavement Mar�Cing Nfachine $
IRoller, Steel Wheel Plan��Mix
Pavements $
Rol[er, Steef Wheel Other �latwhee! or �
Tampinq
Roller, Pneumatic, Self-PropelCed
Sc�aper $
�iravelin� Mixer $
�Reinforcing Steel Setter (Paving} $
�Truc�C Driver�Single Axle (�.i�ht) $
�Yruc� �river-Tandem Axle Semi�Yrailer $
�iruck Driver��owboylFloat $
�Truck Driver-Transit hllix $
��ruck Driver--Winch $
I
�.00
'f 1.�0
'I2.31
13.75
11.00
•::
1�.��
8.02
10.QQ
9.75
�.OD
10.22
1 �.54
1 �.63
9.80
5ource Is AGC of Texas
{Nwy, H�y, Utllities 4
�
WEATHER TABLE
��
M�NTH
JANUARY
FEBRUARY
MARCH
APRIL
MAY
JCJNE
NLY
AUGUST
SEPTEMBER
OCTOBER
NOVEMBER
DEGEMBER
AVERAGE DAYS
RAINFALL (1)
INCHES
R.AINFALL (2}
i.�a
2.36
2.54
�.30
4.47
3.05
1.84
2.26
3.15
2.58
2.03
1.$2
SNOWIICE
�ELLETS (3)
�
*
�
0
Q
0
0
�
a
0
0
�
� ,
i �
7
7
7
9
8
6
5
5
7
6
6
7
ANN C�ALLY 80 32.30 1
(1) Average normal number of days rainfall, 0.01" nr more.
(2} Averaga normal precipitation.
(3) One incb (1") ar rnore.
* Less than one-half inch (1/2").
Unseasonable weather is deiined for contract purposes as rain/snow days which exceed the average nurnber
af days or inches of rainfall in any git+�n month.
This table is based on information recorded at the former Greater Southwest Interna#ional Airport, Fort
Worth, Texas, covering a period of 1$ years. Latitude 32° 50' N, Longiti.�de 97° 03' W, eIevation (g�round)
537 ft.
� ,_�
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bi11620 relative to the award of cantracts to
non-residen� bidders. This law pro�ides that, in order to 6e awarded a contract as low bidder, nan-
resident bidders (out-of-state contra�tors whose �orporate offices ar principal place of business are
outside of the State of Texas) bid proj ects for consiruction, impravements, supplies or services in Texas
at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident
bidder wauld he required ta underbid a non-resident bidder in arder to obtain a comparable contract in
the State in which the non-residez�t's prineipal place of b�siness is located. The apprapriate blanks in
Sectian A must be �lled o�xt by all out-of-state or non-resident bidders in arder for your bid to meet
specifications. The �ailure of out-of-staie or non-resident contractors to do so will automatica�ly
disquaIify that bi�der, Resident bidders must check the box in Sec�ion B.
A. Non-r�sident vendors in (gave state), our principal place of business, are required to be
percent lawer than resident bidders by state lavtr. A copy Qf the statute is attached.
Non-resident vendors in (give state}, our principaI place o� business, are nat required to
underbid resident bidders.
B. Qur principal place of business or corparate ofiices are in the State of Texas.
� Please Check or mark with an "X"
BIDDER:
%r sr��.ueT►d.� �.
Company
/ � .t+�.��
_�,ddress .
!�/�� 7�x� 7G��U�
City State Zip
, , _.
� R _'
By: '�. '_:�, _ � � �
(p]ease �nnt)
t �`,
Signature ��Y ��`1
� -
� �
Title: � .-� � .�• � . �
(please print)
THIS F�RM MUST BE RETURI�ED WITH YOUR OUOTATION
�� `��� ��P��Y �� �./���7�1�A���I��
P�s�a.�.t to 'Texas "�"V�rl�er°s C��n�e�asati�x� Co�i�s�.orn l��le ]. � 0.114�d1)�7j, a c�ntxac�or e�gag�d nn
�. b�il�i.r�g �� c�ms����Ilo�. �p�o��c� f�r �, g�ve�ent ex���ty ns ��q�i�ed to �ost a�.o�i�� on ��.c� p��je�t
si�e �r��'o�i�g a�l ��rs��s ��ovie�i�g se�vi�es or� ihe pr���c� that tfiey a�-e �ec���r�c� t� be ��ve�ed� �y
vvm�ke�s° ��xmpensat�om. i�s��.�ce. T�ae r��ti.ce �e��i�ed by ��is ��� da�s no� satis�y ���� post�r�g
�eq��rr�zmen�.s nrr��p�s�d� 1by tl�e Tex�.s �t1'��kers° Co��erns�.��o� .�ct a� 0�1��� C�x�.iss�v� �l�s. '�'l�is
no�ice r��st:
��}
(2)
��)
���
�� ��sted i�a E�.g�is1�, S��.x�is1� ar�� �.�.y o�e� 1�.xA.g��ge c�x�mon t� t�.e en���oye�°s er�p�oye�
�opt�l�.�i�n;
b� dns�p��yed �rn �ac�i �pzoje�t si��;
st�.�e 1�ov� a�e�s�r� x��y ve�i�'y c�r�er�� c�ve��g� ax�d �epo�t �a�1�x� �� �r�vi�e c�ve�ag�;
lbe p��n�e� w��� �. t�t1e �� �� least 30-�on�n� ���dl ty�e ��c� �ext � �� 1�as� 19�g��int ��r��.�1 �y��; �d �
(5} cor���.�� �'ne �x�.ct �rv��dts �.s p�es��ibed �n F��n�e 1 � 0. � l 0�d�j�7) w�t�o�� �dldb���r��.� �vor�s �r c�.�.�ges.
T`�e no��c� o� �l�e xe���se sAc�� rr�ee�s �1�� above �e��nre�.er�ts. Fail�re to post th�e no���e �.s re��uAred �y
thIls �le is �. vi���.�i�r� o�'�I�e .�ct ��d con�r��ssi��a xa�les. 7�e viol�.�o� �ay be s�b� ec� to adra�i��str���ve
per��.l��es.
. � . � � �� - - - � �
�� r � � � J , .
- - , �
� ��� ���
The lavv req����s �,�.�.t �ac� p��so�. �v�rl�ix�g ��x t�.�s s��� or pxov�d���g sex�i�es �ela�ed�
�o ���s �o�st�����x� p��j ��� ��.s� �e ��v��'ed by �rv��l�erse ��rr���nsa���� ir�s�.ra.�ce.
Tl�ns n��l���s �erso��s �a�ovnd�n��, ��.��ix�g, �� d��l���xi�g �����p��e�� o� m��.����.�s, or
���vidi�g ��.1bo� ox ��.�s�or��.t��n �x ���.e� se��c� ����.t�d� �o �he p�o� e�i, �ega���ess
of �he �der��ity �f �l�eix er��loy�� �x s��.i�s as �.� ��.��oy��.
��.11 t�e '�'ex�.s Wo�1��x's° ��rrn���s�.txo�. ����.�ss�o�. a� 5�2-4��-37�9 t� re�e�ve
i�.�'�r��.���r� �n t�� l�g�.� req�����en� fo� co��r�.ge, to �re��iC-� �u�i�t�.�r yo�.� er�plo���
1�as p�ov�dl�� ��.� r�q����d ��v�r�.ge, �r� t� �ep��t �r� er�.�lo���°s fa.�l�� t� �xo�r�de
cove��.ge.
�- ' I� � � i, ' ,' I� � �.
�.: �. � J �- - - - -
- - --
�1 ` � _ �� �_�' � ' � '- '--�' � '-�
L,�. �ey �ec���er� q�y� �a��. p��s�x�a �r�.baj �.�d� ��� es�e s���� � �p��po���o��. se�i�ios
re��.�io�a.dl�� c�n es�� proy�cto de c�mst�cc�.�r� t�e�e qa�� �st�.x ��lbie�t� p��
�.s�g���.r�z�. d� co����s�.��o� ��.r�. t�abaj �.�.���s. Es�o ��c���e pe�s�n�.s q��
�xo9�a�x��o��an, ca�g�.r�, en�re��.r� ec���p� o��.te�x�.��s o�xo�po�c�o��.r� ��.�� �� ���'�.,
�-a�s��rtan., � cualq�ie� sexv�c�� r�1��.c�.o�.�.�lo co� �s�e p�'o�r���o, s�m consider�.r �.�.
id��tn�a�. ��� ��.t��n � �s��.do �.�I �rrx��px�a�o.
L�a�me �. ��. �o�mis�o� Te��.na de Co��p�ns�.���� �p�.ra Tra.��.��.d�r�s a15�2-�4Q--37�9
��.�a �ec�bn� i���rn��.cio�. de �os x�e��.e�.r��.e��os ���a��s d�� ���b��`a, �a�a v����'icar
si s� p�.�o� 1� h�. �ro��rcio��.do 1�. c��ext�.���. �equ.���a ���.��. repo�a.x f�.��� de1
�a.�rc�r� er� p�o�a�rc�o��.x�� cob��ta�.
TECHNICAL SPECIFICAT�Oi�iS
DIVISION � � GENERAL REQCTYI2E11zE1�TTS
SECTYON O1.100 - STJNIlVIARY OF WORK
The Contractor shalI supply all superintendence and shall perform all work and �urnish all labor,
equipment, materials and incidentals necessary and complete all work as described in the plaz�,s
and specifications. All construction ar�d ather work shall be done i�y the Contractor in
accoxdanc� with the besf engineering and construction practices for the skill or trade involved.
The work to be accomplished under tk�ese plans and specifications %r: Athle�c Fieid
Improvements at Hallmark Park, Sycamore Scha�l Road (Mapsco 104H) ineludes:
Line and grade staki.ng, demolition and site preparation, clearing and �rubbing
rough and f�ish grading, concrete flatwork, irigatlion syst�ms, grass
hydromuYching, and site furnishings as per construction documents.
These plans and specifications were pr�pa�red by the The Landscape Alliance, 951 W. Pipeline
Rd., Suite 111D, Hurst, Texas 76053, metro (817) 589-$949. The Department of Engineering
will administer the contract and furnisb inspection.
� In ad�iition to project performance stated above, the Contractor shall also be responsi�le for:
1. Setting alI project layout dimensions and final finish grade elevations in accardance to glans.
AIl such survey work shall be perfvrmed by a Registered Surveyor in the State af Texas and
� verification provided to tb�e City thai such survey work camplies to plans and specifications.
2. Att�nd all pxoject progress meetings as scheduled by the City and provide updated praject
� schedules within 3 working days upon request by the City.
The applica�le items cantained in the-Standard Snecificatitins for Sfree� and Starm Drain
Constnzction for the City of Fort Warih, Texas, shall apply to this coniract just as though each
. were incarporated rn these documents. Where the provisions ar specificatians con�ined in those
documents are contrary #o this publication, this publication shall govern. In case of conflict
b�tween plans and specifications, the plans shall govem. A copy of the Standard Snecifications
� for Street and Storm Drain Construction can be purchased at tk�e office of t�e Transportation and
Public VVorks Departm�nt , 1000 Throckmorton Street, 2nd Floor, Mtu�icipal Building, Fort
Worth, Texas.
The Contractor shall provide all permits and licenses and pay aIl charges and fees, and give all
na�iees necessary and incidental to the due and lawful prosecution of the work. The eontractor
� shall contaci the City of Fort Warth's Develapment-Plans Exam Section iar a de�etmination of
applicable permits nr variances required for this project.
G�NERAI, RBQUIREMENTS
�
-1-
SECTION Ox135 - CONTRACT TIME
1.p1 PROGRESS AND C4MPLETION
U�on receipt of a notafication letter and the executed construction contract, the
Contractor shall be respansible for sch�duling a precoz�sf�ructian conference, which shall
be h�ld no later than ten workiz�g days frorn the date af the notification letter.
At the time of �he preconsiruc�ion confer�nce , a construction �tart date sha1l be
established and indicated in the Notice to Proceed (Wark Order) issued by th�
Engineering Department. The Contractor shall begin the work to be perfarrned under the
contract an or before ten working days from the date the Work Order is issued. The
Cantracior shall carry t�e work forward expeditiously with adequate forces and s1�aZ1
completa it within the period of time stipulated in the contract.
1.02 LiQUIDATED DAMAGES
This pra,�ect wi11 be completed vtrithin the specified days allowed. Liquidated damages
will t�e assessed if t17.e project runs over the allo�ted time.
SECTION 01140 � ALTERNATIVES
The Ciiy reserves the right to abandon, w;ithout obligation to the cantractor, any part af the
project (subject to conditions set forth in Sectian 01I50 - Payrnent to Contractor) or the entire
project at any time befare the Contractor begins any consiructian work authorized by the City.
SECT��N 0115D d PAYMENT TO CONTRACTOR
1.01 SCOPE OF PAYMENT: The Co�at�actor shall accept the cornpensation as provided in
the contract in full payment for furnishing and pa�ing for alI materials, supplies,
subconiracts, labar, tools and equipment necessary to complete the work af the
contract; for any loss or damage which may arise from the nature of the work from the
action af the elements, or fram any unforeseen difficu�ty whicb may be encountered in
the prosecutian of the wark, until t�e f nal acceptanca of the work by the City; for all
risks of every description connected with the prosecution of the work; far aIl expenses
and damages which might accrue to the Contractor by reasan of delay in the initiatian
and prosecution of the work from any cause whatsoever; for any infringement of
patent, trademark or copyright, and for cornpleting the work according to the plans
and/or specifications. The payment of any current or partial estimate shall in no way
affect the obligations of �he Contr�ctar to repa�r or remove, at his own expense, the
defective parts of the construction or ta replace any defective materi.als used in the
construction, and to be respansible for all damages due to such defects if such defects
or damages are disco�ered on ar before the final inspection and acceptance of the wark.
1,02 Partial pay estimates shall be submitted by the Contractor or prepared by thE City on
the lst day and 15th day of each monih that t�e work is in progress. Estimates will be
paid wi�hin 25 days following the end of the estimate period, �ess �he apgrapriate
GENERAL REQUIRSIvIENTS
-2-
retainage as set out belnw. Partial pay estimates may include acceptable nonperis}aable
materials deli�ered to the work place which are to be incorporated inta the wark as a
permanent part thereof, but which at the time of the pay estamate have not been so
installed. If such materiais are included within a pay estimate, payment shall be hased
upon 85°/a af the net invoice value tb.ereof, The Contractor will furnish the Engineer
such information as may be reasonably req�ested to aid in the v�rification or the
preparatian of #he pay estimate.
1.03 It is understood that the partial pay estimate amounts will be appraximate only, and all
gartial pay estima�es and payment of same wiIl be subject ta correction in the estimate
rendered following the discovery of the mistake in any previous estimate. Payment of
any partial }�ay estimates shall not be an admission on the part of the Owner of the
amoun� of wark done or of its quality or sufficiency or as an acceptance of the work
c�one; nor sha11 same release �he Contractor of any of its responsibilities under the
Contract Docnments.
, 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 wxth the specificatians or other
provisions o� this Contract,
LQ� For cantrac#s of less than $400,000 at the time of ea�ecution, retaina�e shall be 10
percent. Far contracts af $400,004 or more at the time of execut�on, retainage shall
� be � percent.
1.0� Contractar shall pay subcontractors in accord with the subconiraci agreement within five
� business days aft�r r�ceipt by Cantractar of the payment by City. Contractor's failure to
, � make the required �ayment to subcontractors will authorize the City ta withhold future
payments from the Contractor until compIiance with this paragraph is accomplished.
1.07 Contractor hereby assigns �o City any and all claims for overchazges associated with this
contract which arise under �e anti�ust Iaws of the Un.ited States, 1 S U.�.C.A. ��c. 1 et
se� (1973).
1.08 Il*TCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter
� the quantities af th� work to be perforrned ar #o ex#end or shorten the improvements at
any time when and as found to be necessary, and the Contractor shall perform the work
as altered, increased or decreased at the unit priees. Such incraased or decxeased quantity
� shall nat b� more than 25 percent af the cnntempIated quantity of such :item or items.
� When such changes increase or decrease the original quantity of any item or items af
wark to be dane or materials to be fumished by the 25 percent or more, th�n either party
to the coniraci sla.all upon writt�n request to the other party be entitled to a revised
� consideration upon that partian of the work above or below the 25 percent of the original
quantity stated in the proposal; such revised cflnsideration to be determined by special
agreement or as hereinafter provided for "Extra VVork." No allowance will be raade far
' any changes in anticipated profits nor shall such changes be considered as waiving or
invalidating any conditions or provisions o� the Contract Documents.
��
Cx�NERAL R�QUIREMENTS
-3-
I.09 PAYMENT FOR EXTRA WORK: Extra wark performed by the Contractor, that is
autharized and approved by the City Ez�g�ineer, will be paid for under "Change orders"
made in the manner hereinafter described, and the compensatian thus provided shaIl be
accepted by tlae Cantxactor as payment in £u1I for all labor, snbcontracis, materiaIs, tools,
eyuipment and incident�ls, and for all supervisian, ix�surance, bands and all ather exp�nse
of whatever nature incurred in the pxosecu�ion of the ext�a work. Payment for ex�ra work
wilZ be made under one af the foIlowing types of "Change orders" to be selected by the
City:
A. Me#hod "A". By unit prices agreed upon in the contaact or in writing by the
Contractor and City Engineer and appraved by the City Council before said extra
work is comrnenced subject to all other conditions af t�ie contract.
B. Method "B". By a liunp sum price agreed upon in writing by the Cantractor and
City Engineer and approved by the City Cauncil before said extra wark is
commencad, subject ta al1 other condztions of the contract.
C. Method "C". By actual f eId cost of th� work, plus I S percent as descrihed herein
be�ow, agreed upan in writing hy the Contractor and City Engineer and approved
by the City Council after said extra work is completed, subject ta al� other
canditions of the contxact.
In the event extxa wark is to be performed and paid fox under Method "C", the actual
field costs a� tlae work will include the cost of all wvrkmen, foremen, tirnekeepers,
mechanics and laborers working on said project; all nsed on such extra wark only,
plus all power, fu�l, lubricants, water and simila;r operating expenses; and a ratable
proportion a�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 af actual fiald cast will be
kept and will recarnmend in writing the metb,od af doing the work and the type and
ldnd of equipment to be used, but such extra work wiIl be per%rmed by the
Contractor as an independent contractor and nvt as an agent or employee of the City.
The 15 �ercent of the actual field cost ta be paid thc Coni�actor shall cover and
eomp�nsate him �ar profit, overhead, general supervision and itald offic� �xpense,
and ali otk�er elements of cost and expense not embraced within thc actual field cost
as herein specified. �
The Contractor shall give the City Engineer access to all accounts, bills, invoices and
vouchers relating thereto.
I.10 DELAYS: If delay is caused by specific ardcrs gi�en by �he City to atap work, or by the
perfarnnance of extra work, or by the failure of the City to provide material or necessary
instructions far carrying on the warlc, then such delay will eniitle the Contractor to an
equivalent extension of time, his applicatian for which sk�all, however, be subject ta the
G�]�TERAL REQUIREMENTS
-4-
approval of the City Council; no such extension of tirne �hall release the Contraetor or
the s�raty on his performance bond fram aIl his obligations �ereunder which shall rernain
in full %rc� until the discharge of the contract.
i.l l CLAIMS AND DAMAGES: Any claims for extra worl� or for any other zelated matter
o;r cause must be made in writing to the City Engineer within seven calendar days from
and after the cause or claim az7ises. Unless such claim is so presented, it shall be held that
the Contractor has wai�ed the claim, and he shall nat be entitled to receive pay thereof.
1.12 TRANSPORTATTON: No allawance or deduction will be made far any cbarge of freight
rates. No allowance for transportation of inen, materials or equipment will be allowed.
1.13 ACCEPTANCE AND FINAL PAYMENT: The City, upon receipt of the Di�rector's
"Certificate of Completion" and "Fina1 Estimate" and upon receipt of satisfactory
evidez�ce from the Contractor t�at all subcontractors and persons furnishing labar or
materials have been paid in full and all claims of damages to property or persons
because af the carrying on af this work have been resolved, or the claims dismissed or
the issues join�d, shall certify the estirnat� for final paymeni after previous payments
have been deducted and shalI natify the Contractor and his surety of the acceptance nf the
proj ect.
�n pxojects divided inta twa or more units, the Contractor may request a final payment
� on one or more units which have been complet�d and accepted.
,
On delivery o� the final payrnent, the Coniractor shall sign a written acceptancc oi the
' £'�.al estimate as payment in full fo:r the work dane. AIl prior partial estimates shall be
, subject to correction in the final estirnate and paymcnt.
The project shall be deemed accepted by �he City of Fart Worth as af the date that the
final punch list has been completed, as evidenced by a written statement signed by both
the con�ractor and the City, The warranty period shall begin as of the date that the final
punch lis� has been completed.
� SECTIOI� 41300 o SL1BIi�IITTALS
Prior to construction, the Contractar sball furnish the Parks and Community Ser�rices
� Departrnent a schedule outlining the anticipated tame each phase of canstruction will begin and
he connpleted, including su�cient time for turf establishment (i�applicable) and project ciean-
up.
� The Contractor shall submit to the Project Manager shop drawings, product data and samples
required in specificaiion sections. Refer to Secrion 01640 —1.02.
GENERAL REQUIREMENTS
� -5
SECTION 01400 a QUALITY COI�TTROL
The Contractor will receive all instructions and approvals from the Dzrector oiEngineering
and/or }us assigned inspectors. The inspector will be introduced to the contractar prior to
beginning work. �1ny work done at the directian o� any other authority will not be accepted or
paid for. Finai approval for the finished project shall be given by the Directar of Engineering,
City of Fort Worth.
Th� Cont�actor or a competent and re�iable superintendent shall oversee the work at all times.
The superintendent shall represent the Contractor in his absence and ali directions giv�n to hirn
shall be binding as if given to the Cont7ractar.
SECTION 014x0 d TESTING
Al� tests made by the testing lab�ratozy selected by the City will be paid fnr by the City. In ihe
event manufacturing certi�icates are requested, they shall be paid for by the Caniractor.
SECTION 01�00 - TEMPORARY FACILITIES AND CQNTROLS
The Cantractor shaIl take alI precautions necessary to protect all existing trees, shrubbery,
sidewa�ks, buildings, vehicles, utilities, etc., 'vn the area where the wark is be�ng done. The
Contractar shall xebuild, res#ore, and make good at his own expense alI injury and damage ia
satna which may result from work heing carried out under this contract.
The utiIity lines and conduits �hawn on the plans are for informa�ion only and are z�ot guaranteed
by the Owne:r to be accurate as to lacation and depth; �hey are sho�vn on the plans as the best
information available from the owners of the utrlities in�olved and from evidences �aund on the
graund. The Contractar shall deterniine the exact loeation of all existing uY�ilities and canduct his
t�vork to prevent inter�ruption of servic� or damages.
SAFETY RESTRYCTYDNS - WORK NEAR HIGH VOLTAGE LINES
A warning sign not less than fi�e inches by seven inches, painted yellow with black letters ihat
are legible at twelve feet, shall be placed inside and outside vehicles such as cranes, derricks,
power sho�el, drilling rigs, pile drivers, hoisting eq�tigment or simila,r machinery. The waming
sign shall read as follo�vs:
"WARNING - UNLAWFLTL TQ OPERATE THIS EQUIPMENT
WITHIN SIX FEET OF HIGH VQLTAGE LINES."
Equipment that rriay be aperated within six fect o�'3zigh voltage lixles shall bave an insulating
cage-type guard about t�e boom or arm, except bacichoes or dippers, and insulator links on the
lift hood connectians.
When necessary ta work within six feet of high voltage electric lines, the Contracior sha11 notify
power company (TLJ E�ectric or the apprapriate pawer supplier} to erect iemporary mechanical
G�i�E�i.AL REQUIREMENTS
-�-
b�rriers, de-energize the �ine, oz raise or lower the line. The contractor sha�l maintain a 1og of all
such correspondence. Th� Contractor is responsible �or all cos�s incurred.
SECTION 01640 - SUBSTITUTYONS AND PRODUCT OPTIQNS
1.02 GENERAL
Far consideration af product substitutions, send submittals to:
David Creek, Senior Landscape Architect (Sl'�) 8i1.��745
Parks and Community Services Dapartme:nt
4200 S. Freeway Suite 2200
Fort Worth, Texas 76115-1499
1.p2 PRODUCTS LIST
A. Within fve (5) Working Days after commencement of wark, the Cantractor shall
submit to the Landscape .Axchitect two (2) copies o£ complete list of ail specified
products and subrnittals for review and agproval.
B. Tabulate Iist by each specification sectian.
C. For products speci�ed under reference standards, include with listing af each
�roduct:
�� 1_ _ Name and address of rnanufacturer
2. Trade name
3. Model or catalog c�esignatian
4. Manufacturer's data
, a. Performance and test data
b. Reference st�ndards
D. Speci�ed material shall not be orde:red by the Cantractor until such time product
material submittaIs have been received, reviewed and approved by the project
consultant and 1 ar City.
1.03 CONTRACTOR'S OPTIONS
A. For products specified only by reference standards, select any product which meets
such standards from any manufacturer.
B. Far products specified by narning several products or manufacturers, select any
praduct and manufacturer named.
GENERAI. REQU3REMENTS
-7-
C. For products specified by naming one or more products, the Contractor must
submit request, as r�quired foz substitution, far any product not specifically
named.
1.04 SUB�TITU'T�ONS
A. Dunng bidding, the Landscape Architect w�ll consider vvritten requests from Prime
Bidders onlv (bidders submit�ing Bid �rnposals for the constructiara a� all work)
for substitutions wbich a.re received at least fifteen (1 S) Waz'king Days prior to bid
date, exclusive of �he l�id opening date; requests receiv'ed after that tirne will not be
cansidered�
B. Within thirty (3�) calendar days after date of Contra,ct execution, the Projeci
Manager will consider formal requests from Contractor for substitution of proc��tcts
in place of those specified.
C. Submit two (2) copies of request for substitution. �nclude in r�quest;
1. Complete data substantiating compliance of proposed substitution with
C�ntract Documents.
2. For products:
a. Product identification, including manufacturer's name and address.
b. Manufacturer's literature;
{1) Praduct description
{2) Performance and test data
(3) Reference standards
c. Samples, if z'equired.
d. Name and address of similar projects on which product was used, and date
of installat�an.
D. In making request far substitution, the Prirne Sidder / Contractor repr�sents:
1. That the Prime Bidder I Contractar has personally investigated proposed
product or metUod, and deterrnined that it is equai or superiox in alI re�pecis to
that specified.
2. That the Prime bidder 1 Con�ractor will provide the same guarantee (or better}
%r substituted prnduct or method specified.
3. That the Prime Bidder / Cantractor will coordinate installation of accepted
substitu�ion into work, maki�g such changes as may be required %r wark to be
complete in all respects.
4. That the Prime Bidder / Coniractar waiv�s al1 claims foz' additional cflsts
related to substitution which �onsequentl� becoma apparent.
�. Substitutions will not be cansidered if:
1. They are indicated or implied on shap drawings ar project data submittals
without formal reqt�est snbznitted in aceard with Paragraph 1.04.
2. Acceptance vc�ill rec�uire substantial revision of Cantract Documents.
GENERAL REQUIREMENTS
-8-
3. Substitution requests submitted with less tban fifteen {15) Workirng Days
prior to bid opening date, exclusive of the t�id opening date or after thirty (30)
calendar days from the date of the executed contract.
F. 8hould the Contractor instal� any material and ! ar equipment which is non-
specified, failed to submit �the appropriaie submittals for review and did not
receive approval fram the City prior to instalIation, all such material and !�r
equipment shall be removed by the Con�ractor and install specified equipment
and / or material at no additional expense to the City.
SECTION 0170Q � PROJECT CLOSEOUT
1.01 �LE�NING
The Contractor shall make final clean-up of the const�uction area, ta the satisfaction of
tiae Parks and Community Services Department, as soan as construction in �hat area is
compieted. Clean-up shalI include remo�al of all constructian materials, pieces af
concrete, equipment andlor other rubbish. Na more than five (S} days shall elapse after
the completion of consiruction before the area is cleaned. Suzplus materiaIs shal� be
disposed of by the Con�ractor, a# this own expense, and as directed by ihe Parks and
Community Services Department. Cleaning ofequipment by Contractor or
Subcontractor, such equipment as cement mixers, ready-mix trucks, tools, etc., shall take
place in an area designa#ed by the Parks and Community Services Department.
1.02 WARRANTY
The Contractar shall be responsible far defects in ihis project due to faulty workmanship
or materials, or both, for a period of two {2) years fram the date that the final punch list
has been completed. Refer to Section O 1150-Payment To Contractor —1.13/ Acceptance
And Final Payment. The Contractor will be requir�d to replace, at his own cxpense, any
part, or ai1, of this project which becomes defective due ta t�ese causes.
SECTION 01�00 � CONTRACTOR'S RESPONSiBILITYFOR.DAMAGE CLAIMS
Contractor covenants and agrees to indemnify City's engineex and architect, and t�eir pexsonneI
at the project site for con�ractor's sole negligence. In addition, Contractor cavenants and agraes
to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and
emplayees, fram and against any and all clairns or suifis for pxoperiy 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 Contxactar, its officers, agents, employe�s, subcontractors,
licensees or invitees, whether or not aav such iniur�, dama�e or death is caused, in whole or
in qart, bv t�e ne 1�'r Pnce or aile�e� d ne�ence of Qwner. its afircers. servants ar
emDlovees. Contractor likewise covenants and agrees to indemnify and hald harmless the Owner
from and against any and alI injuries ta Owner's officers, servants and employees and any
damage, loss ar destruction to property of tha Owner arising fram the performanee of any of the
terms and conditions of this Contract, whether or nof any such injury or dama�e is ca�sed in
GENERAL �Qi]IREMENTS
-9-
whole or in Aart bv the negligence or alle�ed negli�ence of Owner, its o�'f cers, servants or
emnlavees.
In the event Owner receives a wnitten claim for damages agaznst the CQntractor or its
subcontractors priar to final payment, fnal paymen� shall not be made until Contractor either (a}
submits ta Owner sarisfactory evidence that the claim has been settled andlor a release frorn the
claimani involved, or (b) provides Owner witk� a letter from Contractor's Iiability insurance
carrier that the claim has been refex'red to the instuance carrier.
The Directar may, if he deems appropriate, refuse to accept bids on any ather City of Fort Worth
public warl� from a Contractar against whom a claim far damages is outstanding as a result of
work performed under a City Con�ract.
END OF DIVISION
GENERAL REQLJTREMENTS
-10-
SECTION 0�100 � SITE PREPARATION
PART 1- GENERAL
1.01 WORK INCLUDED:
A. Re�ove E�cis�ing Trees and Vegetation within constructian area.
B. AlI Dernolition and Site Preparation is 5ubsidiary to Cost of Constntction.
C. Hauling ofAll Materials, Vegetation and Miscallaneaus Debris Compl�tely Off Site unless
othervvise directed.
1.02 RELATED WORK SPEGIFIED ELSEWHERE:
A. 5ection 02240 - Earthwork
B, Exisiing Conditions, Remaval and Demo�ition Items.
PART � — PRODUCTS
2A1 No pzoducts are required to execute this work, except as tha Contractar may deem necessary.
PART 3 — EXECIITYON
3.01 CLEARING AND GRUBBING:
A. Clearing and grubbing shall cansist of remaving 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 sha11 he perfarmed in advance oigrading and earthwork
ope�atiQns and shall be perfarmed over the entire area af earthwork operations,
G Unless otherwise specified on the plans, all trees and shrubs and a11 scrub grovvYh, such as
cactus, yucca, vin.es, a�d shrub thickets, sb�all be cleared. All dead trees, logs, stumps,
rubbish nf any nature, and other surface debris shall also be cleared.
D, Buried material such as logs, stumps, roots oi downed trees that are greater than one and
ane-half {1-I12'} inches in diameters, matted roo�s, rub�ish, and foreign dehris sha1l be
grubbed and removed to a minimum depth of twenty-faur (24) inches belaw proposed
Fnished grades.
E. Ground covers of weeds, grass, and other herbaceous vegetation shall be removed prior
to stripping and stockpiliz�.g tapsoil frozn areas of eartl�wark aperations. Such removal
shall be accomplished by "blading" off the upperrnost layers a£ sod or roat-matted soil for
removal.
Site Pzeparatian
a2iao - i
3.02 UTILITIES; Cantractor is responsible for pratectzon of existing utiliti�s noted on pFans unIess
otherwise noted.
3A3 MINOR DEMOLITION: There may be certain items on tha site such as old building foundations,
fences, and other undetermined 5tiUCLlIT�S and improvements tb,a# zxaust be rerno�ed before
construction can eommence. Unless otherwise speciiied, such items become the prop�rty of the
Cantractor for subsequent disposal,
3.04 USE OF EXPL05NES: Tha use of explosives will not be permitted in si#e preparatian
aperations.
3.05 BACKFILLING: All holes, cavities, and depressions in the ground caused by site prepazatian
operations will be backfilled and tamped ta normal compactian and will be graded to prevent
ponding of water and to pramate drainage. In areas that are to be immediateIy excavated, 4he
Arc�itec#IEngineer may permit hales, etc., ta remaiu open.
3.06 DISPO�AL OF WASTE MATERIALS:
A. Unless otherwise stated, nna#erials generated by clearing, grubbing, removal, and
demolition shall be known as "waste" or "spoils" and shall be zeznoved fi-onn the site and
disposed of by the Contractor. Similar materials znay be unearthed or generated by
earthwor� operations or by suhgrade preparatian. Unless otherwise specified any
merchantable items become the properiy of the Contractor. Excess soil excavation for
pzoject, if free of t�ash and deleteriaus materiaFs, may be disposed of on site as directed
by the City Inspector.
END OF SECTION
5ite Preparatian.
02IQ0-2
sECTION ortiaa p E�T�rwo�
PART 1 - GENERAL
1.01 SCOPE: Work in this section inc�udes furnishing a11 labor, mat�rials, equipment, and services
required to construct, slaape, and finish ea.rthwozk to the required lines, grades, and cross sections
as specified herein and on the plans.
1.42 RELATED WORK SPECIF�ED ELSEWHERE:
A. Provisions established withiri the Genez'al and Supplementary General Conditions af the
Cnntract, Division 1- General Requirements, and the Drawings are collectively applicable
to this Section.
B. S�ction 02100 - Site Preparatian.
C. Grading Plan: Ref�r to plan sheets.
1.03 REFERENCES
, � A. Arnerican Society for Testing and Materials (ASTl1�:
I. ASTM D 698 - Test Method for Laboratory Com:pactian Characteristics of Soi�
Using Standard Effort (12,q�00 ft-lbflft3).
1.04 SLTBMTTTALS
A. Test Reports:
]. , Submit copies of test reports in accordance with SECTION 01410 - MATERIALS
TESTING AND LABORATORY SERVICES.
2. Compaction Tests: Submit copies of compaction test reports.
1,05 QUALIT'Y ASSURANCE
A. Laboratory Cantrol: Select fill material and imported topsoil, if requirsd, shall be inspected
and testad by an independent testing Iabaratory,
1. T�sting laboratary shall make tests of the soil froz� the selected source to deterxnine
that it meets the spacified requirements for selec# �i11 and imported tapsail.
1.06 PR07ECT CONDITIONS
A. Temporary SJ�eeting: Shore and sheet exca�ations to protect utilities and to prsvent cave-in.
Maintain sheeting secure until pernnanent construction is in place. Remove sheeting as
excavations are backfilled. �
d� B. Drainage: Provide foz adequate surface drainage during construction to keep the site free af
surface water without creating a nuisance in adjacent areas.
Earthwork
o22aa - i
C. Pumping: Keep the excavations free of water af all fimes by pumping or other means. This
shall be the responsibility afthe Conix'actor regardless of the cause, saurce, or nature of the
water.
D. Protection:
1. Prnp�rty: Protect adjoiningproperty, including improvements out-side the limits of
the wark. Protect wallcs, 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 vul�erable to damage during constructzon, Remove interfering
branches with care and covar scars witi� tree paint. Do not pertnit �ires, storage of
rrtaterials ar excavation within the branch spread of trees to remain.
I.07 METH4D QF PA�'MENT; Earthwork is necessary an.d incidental part of�e wark. The total costwill
be included in the Bid PraposaI. Payment will not he rnade on a unii price basis.
PART2-PRODUCTS
2.01 SQIL MATERIALS
A. Topsoil;
1, Tnpsoil on the affected site areas shall be stripped, cleaned of grass, roots and
debris to a depth of bet�veen 4" to b", and s#ockpiied for later use.
2, Un.suitable Materials: Topsozl af unclassified fi11 vtirill b� declared as "unsuitable"
hy the Architect if, �n his opinion, any of the following conditions or matter and
particles are pre�en# #o a degree that is judged detz�znental to the proposed use oftha
material:
a, Moisture.
b. Decayed nr un-decayed vegetation.
c. Hardpan clay, heavy clay, or clay balls.
d. Rubbish,
3.
4.
e. Constructian rubble.
f, Sand or graveI.
g. Rocks, eobbles, or boulders. J�
h. Cernen�itious matter.
i. Foreign matter of any kind,
Unsuitable materiats shall be disposed of as "waste" as speciFed in SECTION
02104 - SiTE PREPARATION,
Wet Material: If fiil material is unsatisfactozy for use as embankment solely because `
of high moisture content, the Architect zx�ay girant the Cantractor pernussion to
process the material to reduce the moisture content to a usable optimum conditian.
B. Granular Fill: Clean gravel or cr�shed rack graded ta produce a mixture passing 13/q" sieve
and retained on `/n" sieve,
C. Free-DrazningFill: Coarse sand or sand and gravel mixture wifh less than 1 Z% passing a No.
Earthwork
aa2oo - 2
200 siev�, arid a Plasticity Index less than 4.
PART 3 � EXECTJTION
3.U1 EXAMINATION
A. Establish extent nf excavatian by area and elevation; designate and identify datutrn elevation,
B, Set required lines and levels.
C. Maintaizi laench marks, moniunents and other reference points,
3.02 PREPARAT'ION
A. Before starting excavation, es�ablish locatian and extent ofunderground utilities occuning
in work area.
B. Notify utili#y companies to remove and relocate lines which are ir� way of excava�ion.
C. Maintain, reroute or axtend as required, existing utility lines to remain which pass through
work area.
D. Protect and suppart utility services uncnvered by excavatzon.
E, Remove ahandoned uiility serv�ice lines from areas of excavation; cap, plug or sea� such
lines and identify at grade.
F. Accurateiy tocate and record abandoned and active utility Iines rerouted or extended on
Project Record Documents.
G. Upon discavery of unknovcm or can��aled condition, discontinue affected work and notify
Architect.
H. Remove grass, weeds, roots and othar vegetation from areas to be excavated, filled and
graded. Fill stump holes and like small excavations with suitable material placed in lifts and
fhoraughly tamped.
I. 5carify the subgrade soi� iu�, place to a depi� of 6" and compact to between 9S and lOQ
percent of Standard Density, at or abo�e opfiirnum moisttire content, in accordance with
ASTM D b98.
3.U3 EXCAVATION
A. General: Excavate to the lines, grades and sections shawn on the drawings. Allow space for
ihe construct�on of farms. Excavate as required regardless of the condition or type ai
material encountered.
I. Cut areas accurately to the indicated cro�s-sections axzd grades. Take care to
�artkswark
02200 - 3
�;
prevent e�ccava#ion below the grades indicated. Any bottoms and slopes that a.re
undercut shall be ba�kfilled with earth fill at�d compacted.
2. Finish the excavating reqUired for graded areas to a toleranoe of 0.10 foat above or
belaw the rough gz-ade.
B. Overcut planting and lawn areas to allow a layer of topsoil not less than 6" thick.
C. Maintain excava�ions to drain and be free of excess water. Ponding of water on site will nat
be permitted.
D, Exercise extreme care in grading around �xisting trees. Do not dist�rb elcisting grades
around existing trees except as otherwise nated. When excavation fhrough roots is
necessary, azzd after review by Architect, perform by hand and cnt roots with sharp axe.
E. Fill over-excavated areas t�nder struciure bearing surfaces in accordance with Arclutect's
directian.
F. Do not allow construction equipment to create "pumping "of soils.
G. Stockpile exca�ated clean fill for reuse where directed. Remove excess or unsuitable
excavated �11 from site.
3.04 WASTING
A. Surplus excavated material nat suitable ar required for embankment fi11 and backfill will be
xemaved fram the site,
3,Q5 FILL AND BACKFILL
A. Filling: Construct compacted fills ta the lines, grades and sections shawn on the drawings.
1. Complete stripping and wasting operations in advance of fi�1 construction.
2. Deposit and mix fill material in horizontai Iayers not more than 8" deep, loose
measurement. Manipu�ate �aeh layez u�ntil the rnatarial is uniformly mixed and
pulverized.
3. Fill material s�all have a rnoistuze content at or slightly abov� nptimum, to achieve
speciiied campaction. If fill rs too wet, dry by aerati�n to achieve desired moisture
cantent. T� �Il is tao dry, add water and mix in by blading and discing ta achieve
desired moisture content. '
4, Exercise care to prevent movement or breakage of walls, trenches, and pipe during
filling and compactinn. Place fill near snch iterns by �neans of Iight aquipment and
tamp with pneumatic or hand taznpers.
B. Backfilli.z�.g:
1, Do not ba�kfilI until underground constrtiction has been inspected, tested and
appraved, forms removed, and the exca�ations cleaned of trash and debris.
2. Bring backfill ta required grades by depositing material in harizontal layers nat
mor� tb.an 8" deep, loose measurement.
Earthwork
02200 - 4
3.Ob COMPACTION
A. Compact each layer of earth fill and backfiil thoroughly and ev�nly until there is no
evidence of further compaction and a solid and uniform densiiy is secured.
1, Equipment for cornpacting shall be sheepsfoot and rubber tired rollers ar other
compactars capable af abtaining the req�zired density. Coznpact the fili with power
tampers and by hand in areas not accessible to roljers.
2. Compact eack� layer of fill to the density listed below as a function of the locatian.
The required density in each case is indicated as a percentage of the maximuxn dry
unit weight determined using the standard compaction test ASTM D�98.
3. Campact select fill at perimeter grade beams to the density listed below at a
moisture content between optimum and 4 percentage }�oints above optimum (0 to
-�4).
a. Material under paving ------------------------ 95 to 100%,
b. Material under lawn areas ------____..__________ g� to 4Q%.
c. Material adjacent ta gz'ade beams ------------- 93 to 98%.
3.07 GRADING
A. Grading iTnder Slabs;
1. Grading Under 51abs on Grade:
a. Shape and fuush select earth fill to £orm the subgrade for concrete floor
s1aUs and platforzns on grade. Fine-gi�ade the areas to the proper elevatinns
and leave tiie compacted surfaces smooth, without waves and ruts.
b. Fumish and place a 4" deep layer of sand under slabs and pZatforms.
Spread sa.n.d Ioose and �ightly compact vc�ith tampers to a smooth, level
surface.
S. Site Grading: Shape and fmish earthworkto bring the site to the �nish grac��s and elevations
shown on the drawings.
1. Establisi� grades by zneans of grade stakes placed at eomers of units, at abrupt
changes of grade, and elsewhere as may be required.
2. Rough grade for walks, paaving, and site ixx�provements ta the subgrade elevations
required, Soft and unstable material which wi�l not readily compact when rolled or
tamped sha11 be removed and the resulting depressions filled with stable rr�aterial
and re-compacted.
3. Finish grade to the finish contours and �pat grades shown. Ext�nd cuts and fills to
feather aut beyond the last �nish contour or spot grad� shawn. Grade to unifortn
levels and slapes between points for va�hich elevations are given, round off abrupt
� changes zn elevation, and finish off smaothly. Finish grades shail slope away from
paved surfaces to assure praper drainage.
G. Grading Around Trees: Where grading is required within the branch spread of trees that are
to remain, perform the work as follows:
' 1. When trenching occurs, the tree raots shall nat be cut but the trench shall be
tunneled under or around the raats by hand digging.
2. Wheu the e�astizag grade at a tree is below the new finished grade, and �ill nat
Earthwork
42200 - 5
exceeding 6" is required, ciean washed gravel gz'aded from 1" to 2" size shall be
placed directly around the tree irunk. Tne gravel sha11 extent out from trunlc on all
sid�s a minimum oi I 8" and finish approxiz�ately 2" above the fmish grade at �e
tree, Install gravel before earth fill is placed.
3, Trees iui areas where the nev�r finish grade is to be �owered sball have re-gr�ding
wor�C done by hand to elevation as indicated. Existing grades immediately
su�rrounding the tz�unk sball not be altered except at the direction of the Architect.
3.Q$ PLACING TOPSOIL
A. Priar to placing iopsoil, scarify subgrade to a depth of 6". Follawing scarifieation, topsoil
shall be spread in one 6" thick lift. Topsoil shall be coznpacted to the approximate density
�f unt�sturbed soil. After iopsoil has been placed, blade, roIl lightly, and rake as required
t4 comply with compaction tests.
B, After placement of tapsoil, Contractor shall e3iminate all low ar hollow places thai �vould
allow water ta stand or pond during raivafall or during operation of lawn irrigation systems.
The srea shalI be free vf all natural debris and shall also be free of all clods and roeks which
are 3/a" in size or larger.
C. Fznieh su�rfacas shall be not rnore than 0.10 feet ab4ve or below established grade elevation.
D, Provide uniform roundings at top and bottom of slopes and ot�er breaks in grade. Correct
irregularities and areas where water will stand.
E. Uniformly distrihute topsoil to required grades; feather back to where grades remain
unchanged.
�'. Finish lawn and unpaved areas to 1" belovv top of wallc and curbs.
3..09 PROT�CTIQN, CLEAN-UP AND EXCESS MATERIALS
A. Protect grad�s from construction and weather damage, washing, erosion and rutting, and
repair such damage that accurs,
B, Carrect any settlement below established grades to prevent ponding af water.
C. At lncations where Iime, concrete or other foreagn matter has penetrated or been mixed with
earth, remove damaged earth and replace with clean m.aterial,
D. Remove excess stackpiled n�aterial, debris, waste and other material from sife and leave
work in clean �nished condition %r �nal acceptance. Contractor is responsi6le for disposal
of debris and exeess materials.
END OF' SECTIQN
Earthwork
02200 - 6
�ECTJON 02�10 e IRRIGATIOl�i SYSTElVI
� �
i �
PART 1 � GENERAL
1,OI DESCRII'TrON
A. Work Tncluded:
1. Piping, �ttings, and miscellaneous accessories.
2. Valves, sprinkler heads, a�d con#rollers.
3. Testing, adjusting, and balancing.
B. Related Work:
1. Trenching, Backfilling and Compacting: Section 02221.
2. Electrical requirements: Division 16.
1,02 REFERENCE STANDARDS
rt A. American Society for Testing and Materials {ASTM) Publications:
ASTM D 2241-89 Poly (Vinyl Chloride) (PVC) Pressure Rated Pipe (SDR 5eries)
�� ASTM D 2466-90a 1'aly {Vinyl Chloridej {1'VC) Plastic Pipe Fittings, Schedute 40
ASTM D 2564-91 Solvent Cements for Po1y (Vinyl Chloride) {PVC) Plastic Pipe and
a;
F'' Itt1IIg5
ASTM D 2855 Standard Recommended Practice for Making Solvent-Cemen#ed
� roints wit� Poly (Vinyl Chloride) (PVC} Pipe and Fittings
B. Naturai Eiectric Code
C. City Qf Fort Worth Plumbzng Code
D. Standard Plumbing Procedures
1.Q3 SUBMITTALS:
� t A. Shop Drawings: Indicate layout, circuiting, and installation details.
' i A4 QUALITY CONTROL:
02810 � 'f
�
A. Izastaller Qualifications: Project foreman shall have a minimum of �ve years experience in
the installation af irriga�ioz� sysiems similar to the work of this project. Foreman shall be
present at a11 times during the installatian o� the irrigation sys�em.
B. Irri�ation work shall comply with tke City of Fort Worth �lumbing and Electrical Codes.
C. All plastic pipe sha11 be certified by Manu�acturer ta have passed or be able to pass
Anhydrous Acetone Tmmersion Test.
D. Do nat allow irrigation system wark to be covered up or enclosed until alI work has been
inspecied, tested, and approved by the Architect and lacal governing authorities.
1.05 SUBMITTALS:
A. Product Data: 5ubmit for Architect's appraval:
1. Camplete materials list.
2. Manuiacturez's instailation instructions which, when approved, shall become the
basis far inspection and aceeptance ar rejection af installed work.
3. �hog drawings shall be pregared by a Licez�sed �rrigataz.
B. Certificate nf Compliance: Indicating �hat all installed materials camply with t�ie specified
requirernents.
C. Extra Materials: Upon completion provide the Owner:
1. Threa keys for valv� locked-top.
�.. Three val�e couplers.
3. Three hose swivels.
D. Recard Irriga�ion Drawings: The Contracior is responsibl� ta prepare two (2) copies af
record drawings on bluelina prints which shall show all deviations from the bid documents
made during construction, The drawings shall indica�te and show appro��d substitttii�ns o�
size, material and mazzu£acturer's name and catalog number. The drawings shall be delivered
to the Qwner's designated representative prior to fi�zaal acceptance of work. These drawing�
shall be prepared by a Licensed Irrigator.
1.06 DELNERY, STORAGE, AND HANDLING:
A. Deliver materials to job site in Manufacturer's original unopened packaging. Transport
plastic pipe on a vehicle lang enough to allow pipe to Iay flat without bending,
B. Store zza.aterials off the ground, protected frona weather and dazz�age. Do not install items tbat
a281 a - 2
become cracked, �roken, ar otherwise damaged or non-functional. In #he event of damage,
repair oar replace at no additionai cost to Qwner.
PART 2 � PRODUCTS
2.01 POLY VINYL CHLORIDE (PVC) PIPE AND ACCES�ORIES:
A. Pipe:
- 1. Minimum burst pressure:
a AlI mains and laterais: ASTM D 246G Schedule 40
2. Continuously and permanently mark with manufacturer, pipe size, ]PS size, type af
material, and code number.
B. Fittings; ASTM D 2456 �chedule 40, Type T or II, sacket type.
C. Sleeves: ASTM D 2466, Schedule 40.
D. Solvent Cement: ASTM D 256�.
E. Risers: Rainbird, or other manufacturer approved by Architect.
1. Lawn �ieads: Risers shall have fle�ble, damage-resistant rubber nipple below grade.
2. Quick coupling valves shall have flexible nippies and elbows. As per d�tails.
3. Swing jaints: Swing joints shall be �pears O-Ring Seal type.
2.02 VALVES:
A. Wire and Splices: All wire shall be single strand salid copper, sized by the Contractor and
shail be a minimum 14 gauge with Type UF insulatian wluch is Underwriters Laboratory
approved for direct undergrounc� burial when used in a National Electrical Code Class II
Circuit (3d volts AC or less) as per Articles 725 and 300. Voltage drap �hall be taken into
consideratian. All wire sha11 be color coded so that the common wire shall have white
insulation and the signal wires sha11 have red insulatian. All w7ire connectors shall ha�e a
twapieca PVC housing which, when filled with resin epoxy and p:ressed together, forms a
permanent, one-piece, moisture-proofwi:re splice. All connectors shall be U.L.listed, rated
6�0 voit, for PVG insulated wire. No wire rnuts sha11 be a1lQwed. No �vire splices shall be
buried. AII wire connectors shall be 3M-DBY approved equal. All wire shall be considered
incidental to �e cost of the project.
B. Quick CoupIing Valves: Brass ar bronze body and parts able to withstand pressure of 150
psi withaut �eakage, 1 inch female inlet, IPS with one-piece, single lug, single key with salf-
clasing caver.
02890 - 3
C. Dou�Ie Check Valve Assembly: A douhle �ate va�ve, double check valve as�ernbly exists
on site as shown on the plans.
D.. Electric Controller and Valves, Electric iz�igation contraller shall be capable af operating
the stations as indicated on th� dzawings.
Power source shall be standard 120 Valt 67Q Cycle AC. Output for operation of companion
solenaid actua�ed valves shall be 24 Volt 670 Cycle AC.
Wiring to valves to be as hereinbefore specified (2,1.D).
Electric r�mote conirol valves shall bave brass bodies and covexs and shall be globe-type
diaphragm val�es of normally closed design. Operation shall be accomplished by means of
an integrally mounted heavy-duty 24-V AC salenoid complyzng with National Electrical
Code, C�ass II Circuit. Solenoid coil shall be poited in epoxy res�n within a plastic caated,
stainIess steel housing. Solenoids shalI be completely waterproof, suitable far direct
underground burial. A flow stem adjustmen� sb.a11 be included in each valve. Tk�e valve shall
b� able to 3�e used with dirty water. The valve sha11 be able ta compensate for paressure
through the use of a�ressuxe regulating device, Elactric remote control valves shaIl be Toro
252 series valves wiih E 202 DC latching solenoids as manufactured by rrritro2 Systerns.
All eiectric conirol valves shall be enclosed in a valve bax. Tkiis vaIve box s�aIl be properly
supported and of sufficient constnzction �hat tractors and rnowers crossing over the box will
t�ot push the bax down and crush tk�e pipe, valve, or box.
E. Manual Contral Valves: Manual valves greater than 2" shall be aIl brass, gate type with soIid
wedge disc and integral �eats, and shall be rated at 2Q0 gounds W.O. G. All valves shall have
wheel handles unless crass handles are cailed �or on the plan and shall be Ohio i�rass 1502
and 1502-X, NIBCO #22 and #33. All manual valves 2" and smaller shall be Spears
compact design plastic ball valves produced fram �irgin PVC Type 1, Grade 1 wiih Viton
"o" rings with Safe-T-Shear stem or approved equal.
�. Valve Boxes:
1. Electric Valves: Boxes for electric valves 3" and smaller shall be Braok� �419
Standard �eries with snaplock cover or appro�ad aqual.
2. Wire splices; Box.es for wire splices shall be Braoks 70 Series with snapIock cover
or approved equal,
3. Manual Val�es: �hall be Brooks 70 series with snaplock cover ar approved equal.
G. Concrete Materials; Materials for concrete �vaults, �'ootings, and thr�st blocking shall meet
the requirernents of the COG Star�dard Specifications Institute Item 7.4, Concrete for
Structures. AIl 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 (3761bs.) of cement per cubic yard.
02810 - 4
2.03 S�R]NKLER HEA.DS:
A. Manufacturer's standard unit of cycolac plastic, guaranteed to indefinitely withstand
corrasive action of soils and water used.
B. Heads shall be designed to provide uniform co�erage over entire area of spxay shawn on
drawings at available water presswre and as follows:
C. Rotary Heads: Rotary pop-up sprinklers shall be in-line combination type with positive drive
by means af a water-dri�en gear motor. Nozzles shall be readily accessible without
removing the up�er head assembly. Rotary type pop-up spray heads shall be Hunter as
desigz�ated on the plans.
See plans for type of nozzle to be specified.
5
D. S�ecial Heads: Special heads not cavered by these Speci£'ications shall be furnished in
accordance with the speciftcations and details shown on tbe plans.
2.04 AUT�MATIC CONTROL SYSTEM:
, A. Controller: New controllers used on this project shall be Hunter ICC - PED 200QM 20
Station Controller referenced on plans.
B. Low voltage system manufactured expressly for cantrol of automatic circuit valves of
undergraund sprinkler systems. Provide capacity to suit number of circuits as indieated.
,
1. Control wire: UL appmved Type [TF-b00V, PV� jacketed, single conductor
underground cable.
2, Wire gauge as required hy length of run and eantroller manufacturer's specification.
3. Splices for underground caniral wiring shall be UL appraved far. direc# burial.
C. Control Cabinet:
�. Aitach a iypewrit�en legend inside each controller door indicating areas
covered by each remote control valve.
PART 3 � EXECUTION
3,00 GEhiERAL
A. This part sha11 include the �lacing of all spccified materials at the locations and elavations
as shown on the drawings or as established by the Architect.
028 � D - 5
The work performed bezeunder shall con�orm in every respect to the Cantract Documents,
the appiicable Ciiy requirements, the applicable Iacal ordinances and sanitary codes, the
regulations vf the State Health Deparimen.t, the regulations of the Occupational Safety and
Hazardous Administration (OSHA) a�d the regulatians af the Environmenta� Protection
Ag�ncy �EPA}. In the event that the Contract Documents do not adequatel� specify
materials, methods of construction ar workmanship of atay portions of the prapased wc�rk,
t�.e Narth Central Texas Couxzcil of Govemment's (NCTCOG) 5tandard Speci�'ications far
Public Works Construction, as amended i�t� the Contract Dacuments, shall apply. If the
NCTCOG Standard Specifications do not adequately des�ribe the requirements of any
partion of the work, the Standarrds af the Trade shall govern.
B. The installation of the irrigation p:roj ect shall be made by an individual or �'irm duly licensed
under Article No. 8751 VTCS, ti�led "Licensed Irrigators Act", S.B. No. 2S9 as passed by
the fi6ih Legislature. The Contractor shall be specialized in commercial landscape zrrigation
installation and shall be approved by the Owner"s designated z'epresentative. All wark shall
be supervise� on the site by a license� Irrigator by the State of Texas.
3.01 SYSTEM DESIGN
A. Design �ressures: �ity Water Supply pres�ure and as indicated on the drawings,
B. Design location of heads is approxi.mate. Make adjustments as necessar� to avoid
obstructions.
C, Whe:re piping, heads, valves, or o�her elements of ihe system are indicated under paved areas
but zunnzn.g parallel or adjacent to planting areas, vvithout indication of slee�ves or oiher
specia� accommodations, the intention is for th� it�ms tc� be ix►stalled 'vci the planting axea.
D. Piping Layout: Piping layaut is diagrammatic. Route piping around existing trees and
shrubs in such manner as tt� avaid d.amage to plantings. Do not dig within the ball nf newly
planted trees or sl�rubs. In areas where existing trees are preseni, trenches will be adjusted
on-siie to provide a minimum clearance o�four feet between the tirip line of any tree and any
trench. The Contractor s1�aI1 notify the Ownez''s repres entative in writing of a planned change
in trench r�uting from that shown on the drawing.
E. Cnntractor's Responsibility; The Coniractor shall nat wiljfully install the irrigation system
as shown on the drawings when it is obvious in the field that obstractions, grade differences
or discre�ancies in equipment usage, static water pressure, ar area dimensions exist that
might not have been considered in the engineering. Such abstn�ctions ax differenc�s shall
be braught to the attention of ihe �wner's designated r�presentati�e in writing before work
commences. In tk�e event this notification is nat perfarmed, the Contractar sha1l assume full
responsibility for any revision necessary.
02810 � 6
3.02 � PREPARATION:
A.
B.
C.
D.
Prinr to start a� i�z�ri.gation work inspect site to verify t�at the �ystem rnay be instailed as
indicated. Da not begin wark until uz�suitable canditions have been corrected.
Verify location of exzsting underground ntilities priar to start of trenching.
Field v�rify aIl dimensions.
Existing Utalities:
1.
2.
3.
Lvcations 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 Coniractor shall examine the site
and verify to his own satisfaction the lacations and eIevatian of all utilities and
availability of utiiities and services required. The Contractor shall inform himself as
to their relation to the work and the submission af bids shall be deemed as evidence
fhereof. The Cont�acfor shall repair, at his own expen.se, aaad to the satis�'action of the
Owner's desigr�ated representativ'e, damage to any utility shown an or not sl�own on
the plans.
Should utilitzes not shown ora the plans be found during excauations, Contractor
should prornptly notify designated rep:resentative for instructions as to further action.
Contractor shall make necessary adjustments in the layaut as may be requirecl to
connect existing stubouts, eanduit loca�ians, etc., should such stubauts or ]ocations
nat be located exact�y as shawz�., and as may be required to work around existing
woz'k at no increase in cast tv the Owner. A11 such work will �e recorded on as-buiZt
drawings and turned over ta ihe O�vner's designated representative prior to final
payment.
3.03 PIPING SYSTEM:
A. Trenching: Refer to Section 02221. All Iateral piping sha11 be buried a minimum nf 12
� 1 inches below iinished grade. All main piping shall be installed with a minimum aF 18" of
� cover.
B.
�
�
C
Carefully inspect all pipe and fittings priar to installation. Remave all dirt, burrs and
reaming.
Lay pipe on solid subbase with markings u�, uniformly sloped, as indzcated. Connect piping
to building system in location indicated.
1. Slope circuit piping to drain valve at least %Z-inch in 10 feet of run.
2. �eai all wall penetrations.
3. Restore darnaged landscaping.
o2s � a - 7
D. AlZ piping passing under paving or other slabs more than b feet wide shall be installed in
Schedule 40 PVC sleeves.
E. Make aI1 piping jaints witY� specified solvent cerrient. Joints shall set a minimum of 15
minutes prior to handling or rnoving, and 2� hours pr�or to filling with water.
F. Centerload piping with a smaXl amount of backfilf to prevent arching and whipping under
pressure.
G, Backfill trenches in accordance with Sectian 02221 a$er ail inspectians and correctians ha�e
be�n made and �he system has been accepted by the Architect.
H, PVC pipe shall not be installed when �here is water in the trench, nor shall PVC pipe be laid
when temperature of 40 degre�s or beiow or when rain is eminent, PVC pipe wi11 expand
and contract as ihe t�mpexature cIaanges. Therefore, �i�e shall be snaked from sidc to side
oftrench bottorn to allow for expansion and contracting.
I. Control Wire Installatian:
1. All control wire less than 500 feet in length shall be continuous without splices ar
joints frorn the controller ta the vaives. Connections to the electric valves sball be
made within 1 S inches of the valve using connectors specified in paragraph 2.1.D
unless otherwi�e approved by the Owner's desi�ated representative in writing.
2. AIl conirol wires shall be i�zlstalled at least 1 S inches deep in ditches in accordance
with Details of the Irrigatian Dz'awings. Contractor shall obtain the Owner's approval
for wiring routing wh�n installed in separate ditch. Can�rol wires may be installed
in a cammon diich with piping; however, w;ires rnust be installed a minimum of 4
inches from piping as per Details of the Irrigaiion Drawing,�.
3. Al1 w�re passing under existing or future paving, sidewaIk, construction, etc., sbal]
b� encased in a PVC or galvanized steel conduii e�tending at Ieast 12 inches beyand
edges of paving, sidewalks or canstruction.
3.04 EQUTPMENT:
A. Circuit Valves: Install in �alve box, arranged for easy adjustment and removal, buried deep
enough that valve box lid will not protzude above grade.
1, Provide union on dawnstream side and ball valve on upstream side per details.
2. Adjusf automatic control va��es to provida flow rate of rated operating pressure for
each sprinkler circuit.
3. Install a dzfferenti coIored valve wire from cantroller to each val�e installed.
B. Sprinkler Heads: Tnstall in accordance with rnanufacturer written iz�stz�uctions.
I. T.nstall lavvn Iaeads flusb with finish grade, and no closer than 1-1/2 inches fram
028'f 0 - $
walks, paving, and curbs.
2. Locate part-circle heads to rnaintain a minim�tn distanc� of 4 inches from waIls and
2 inch�s from ather boundaries, unless otherwise indicated.
3. Rotary Heads: Rotary pop-up heads shall be installed as per the Irrigatian Drawings.
Rotary pop-up heads sha13 be installed on a swing joint assembly. After the head
heigh# has been determined, a Schedule 80 PVC extensian sha�l be added between
the head and swing nipple in order to maintain a head height flush with grade until
grass is established. Under the warranry, ihe Contractor musi retuin after grass is
asta�lished ar�d adjust heads to proper grade,
4. Quick Coupiing Valves: Quick coupling valves shall be installed with the top of the
cover %z-inch belaw the finish grade. Quick coupling valve shall be installed on a
swing joint assembly witli a 1 inch BaII valve. A valve ba�. shall be installed
around the quick coupling valve. Under the wazranty, the Contractor must rreturn
after grass is established and adjust heads and boxes to praper grade.
5. Thrust Blacldng: A1S main line piping s�all be installed with concrete thrust
blocking. For thrust blocking of main l;m.e piping s�e Details of the Irrigation
Drawings.
E. Automatic Cantrollers: Install winng in canduit from timer to point of direct burial, Set as
directed by Ovvnez'.
�. Manual and Electrie Valves: Manual and electric valves s�aall be sized and located
where shown on plans. Top of valve boxes shall be flush with finished grade. The
{' Contractor wiil be required to adjust after establi5hment of grass. Valve boxes shall
� b� properly supported and of sufficient construction that �ractars and mowers
_, crossing av�r the baxes will not push hoxes down and cnxsh the pipe, valve or box.
2. Electric Controllers and Va3ves:
,, a. Electric controller(s) shall be located as shown an the plans and shall be
capable of operating the number af statians indicated on the plans. The
`' Contractor sha11 install the size controller specif ed on the plans.
` b. Cantroller s1aa11 be lacated where shown on the plans and, if possible,
�� oriented in such a manner as ta allow the operator to view a maximum area
� af the irriga�ion system.
�
c. The Contractor shall provide electrical service as required to controller
location. All electrical �vork shall he done in accordance with all applicable
codes and standard industry procedures. 11 S Volt or larger services shall be
installed a minimurn 24" deep and shall be placed in PVC conduit.
�, d. It will be the responsibility af the contractor to fiirnish and install the proper
size wire on each of the low voltage circuits fram the mast�r control center
to the �arious section automatic valves. Also see Section 2.1.D.
�
e. Cansideration will be given ta each circuit for allowance voltage drop and
. � o�s�a-s
econorny consistent with accepted practic�s of eleclrical installation. Under
na circumstances shal� the voltage of any branch circuit be reduced more than
proper due to leng#h of run exceeding th� maximum allawable for the wire
size used.
£ Remote electrical control valves shall t�e located and sized as shown on the
plat�s. A11 electrical connection shall be made when the weather is dry with
connection ki�s in strict accordance wifh manufaciurer's recaznmended
procedures. Contractor sha�l subrnit cannection kit data as required under
Section 1.3.
F. Automatic Sensors; Provide freeze and rain pratection by use of Weathermatic #954 Rain-
stat and Penn A-I9 ternperatu�re sensor. Mounting locations wi�l b� approved by Landscape
Architect. Each can�roller will be provic�ed with a bypass 5witch box to allow a manual
avemde oithe sensars.
3.05 TESTING, ADJUSTING, AND B,AL,ANCING:
A. Natify Architect a minimum of 48 haurs prior io start of testing� Canduct ali tests in
presence of Architect.
B. Flushing:
1. Prior to backfill:ing, with all control valves in placa �ut be�'are lateral pipes are
cannected, cornpletely flush axid test the main line and repair all l�aks.
2. Flush out each seciion of lateraI pipe before sprinkler heads are attached.
C. Testing; Furnish �11 required personnel and equipment to accomplish t�sting as �ollows:
1. Thoroughly bleed l�ne of a11 air and debris. Fi11 and maintain line full of water for
a miraimum period of 24 hours irnmediately prior to the test.
2. A#�er valves are installed, test all live water lines for leaks at a pressure of 100 psi far
a continuous p�riod of2 hours, with all couplings exposed and with all pipe sections
center loaded, �
3. Correct all Ieaks and retest until system is accepted by t�e Architeci.
D, Thoroughly clean, adjust, and balance all systems.
1. Final Adjustment:
a. After installation has been campleted, make �'inal adjustment of sprinkler
system preparatory to the Owner's designated representative's �nal
inspection.
b. Cozx�pletely flush system to remove debris frorn lines by removing nozzle
from heads a� ends of lines and ttuning on system,
c. Check sprinklers for proper operation and proper alignment far direction af
a�$�o - �a
throw.
d. Check each section oispray heads far operating pressure andbalance 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 tlrawings.
In this case, change nozzles to provide correct coverage and fumish record
da�a to Owner's designated representative with each chang�.
£ After system is thoraughiy flushed and ready faz op�ration, each section oi
sprinklers must be adjusted to controi pxessure at k�eads Use the following
method, one section at a time:
� 1) Remove last head on section and instal3 a tcmporary rise abo�e grade.
Install fee wit1� pressure gauge attached on top of riser and reinstall
; head with nipple onta tee.
2) Correct aperating pressure at last head of eacla sectian as fallows:
, Spray Heads - 25 psi
Rotary Heads - 35 psi
� Or as per manufacturer's recommendations
-� 3) After replacing head, at grade, tamp thoroughly around head.
g. The Cantractor shall f�rnish all water necessary for testing, flushing and
jetting unless noted otherwise.
E. Demonstrate complete system to Aschitect and Owner's representati�es:
' l. Show that all remote control valves are properiy balanced and that all heads are
� prapexly adjusted for xadius aud axc coverage.
�. Instruct Owner's maintenance personnel in the operation and maintenance of the
' irrigation system. Include confents of the O�+ner's Manual.
� � 3. Guara�tee and Maintenance:
. a. The Contractor shall guarantee material a�d warkmanship for one year after
installation including repair and replacement of defective materials,
"' workmanship and repair of backiill settlement. Contractar shall provide
. maintenance for one year after installation.
b. Maintenance shall include, but nat necessarily be limited to, the following:
�� 1) Adjustment of sprinkler height and plumb to corr�pensate for settling.
•� 2) Adjustment of head coverage as necessary.
3) Unstopping heads plugged by fareign material.
4) Adjustment of controller as necessary to insure proper performance.
�' 5} Cleaning to insure heads pop-up and pop-down pr�perly.
, 6} All main�enance necessary ia keep the system in good operating
order.
*** END OF SECTION ***
02810 - 1 �
�rrinet -- Trunked Radio Satellite Controller
Bidding� Specifications
The satellite controller shall be:
o Madel No. IS-].2A-TBW-RN-SS;; a 32 station
lrrinet controller, with ,Secondazy Surge protection, and remote capabiliti�s, insiall�d in a
stainless steel cabinet with the �ollowing opiion;
a Portable Keyboard I Display; Modal No. IS-.KT
Tl�e satellite � stan.d-alone controller shall be capable of iwo-way comniuriication with the
Irrinet Control Center f ICC (Compuierized Base Station). Tt shall recei��, store, and sez�d
aIl commands generated by the central. It shall self-initiate cammunicatzon to t�e central
(polling or interrogation not required} for r�porting alarnxs, faiI�res, c�az�.ges made at the
satellite, and chan�es in the status of certain sensors. Tt shall upload on requesx �rom the
� central satellite stat�xs, program content and accumulation tabl�s.
� The satellite / stand-alone controller shall be a 4-inpuis (sensars), I6-station, (outputs)
�� cantral unit. Expandable to �2-izzputs, and 48 outpuis Througb the addition of the AC
mixed Il0 madule.
' Each station shaIl be capable af timing in increments of Minutes-Seconds ox
Hours-Minutes as well as in the ease where the volumetric control feature is used metering
water in.volumetric incr�men�s of 1, 10, 100,1000 ar I0,000 gallons. Each statian may have
1- 98 cycIes, with the option af an infinite number of "looping" cycles.
The sateilitelstand alone controller shall alsa support izriganon by time and include the
� checking of the flow rates per program.
i I
,
The satelliielstand alone canixoller shall suppart t�.e ability to combine multiple flow meter
inputs and derive a"virtuaI"main line met�r (the sum of all phy�ical meters' flow rates).
The sa�ellite/stand alone contraller shall be capable of deli�ering .50 amperes (holding) at
24 VAC per station.
The satellite/stand alone controller shall be capable of operatiz�g as many as two hundred
(200) progranri lines r�vith fifty (SQ) main lines each with capacity for si� (6) stations
� programm�d simultaneously.
The satellitelstand alane cantroller shall be capable of operating any stations that are not
assigned to main lines as auxiliary devices. These outputs may be combined with irrigaiion
valve stations on the same prograr�(for booster pump selection) as wal� as comple�ely
independenfily on their own prograrn lines.
Programs with onIy auxiliary outputs shall not be affected by a percentage
increase/deczease to the water budgeting factor.
The satellite shall have ninety-nine {99) passzble programs. Each pzogram shall have:
o up to 48 cycles, ox izkfinite when 99 is entered.
o up to 6 statian assigned.
o nozninal flow rate expected (vo�uznetric opera�ion)
0 o}�tian of fertilizer injection control, with pre-watering and pzoportional control.
a a start candition,
o a wait condition.
o a stap condition.
o a stop time.
o choice of day interval (1-99} or individual days.
The satellit�lstand alone controller shall provide globai percentage incr�ase or decrease per
main line, frorn an� (1) to nine hundred ninety�niz�e (999) percent, in an� (1) percen#
increments.
The satellite/stand alone controller sball pravide wat�r management reporting by eitb.er the
central or in a stand-alon� con�guration. Reports shall incIuc�e;
a status of each program (High Flow, Low Flow, Unopened, Wai�ing, Tn Progxam,
Stopped)
o water remaining in each progxaxn. •
o actual flaw rate.
o cycIes rernaining and next start tima.
o Actual Water Factor �'or each program.
Tl�e sateIlite/stand alorae contraller-shaIl provide software support faz' 254 outputs. 99�
main lines, and 99 prograxris.
The satellite/stand alone cantroIler s�all provide randorn assignment of the physical outputs
and inputs to fhe l�gical station and input names used in the sa�.ware programrning process,
The satellite/stand alone controller shalI provide both the radio communications data-link
and software to support remate inguts and outputs installed on 5corpio remot� tertninal
units,
Irrinet 2
The satellite/stand alone cantrollez' shalI provide random access �apability to assign any
station to any pzagram as well as combining stations (up to �ix} on a program. Autaxz�.atic
protection shall prevent mixing stations from different main linEs on a single program line.
All stations shall be able to be turned oa�Joff znanually from th� keyboard/display terminal
unit (option IS-KT).
The satellitelstand aione controll�r shall be able to communicate via Motorola MCS2000
Trunked radio with the �CC central computer. Additionally, up to five (5) satellites may be
linked together via 2�wire communication cable and one of the units shali provide the radio
Iink ia the central.
The sateIlitelstand alone coniroller sha�l provide a read-aut of current sensor inputs status.
The satellite/stand alone cantraller shall pza�ide internal H.V. surge pratection for each of
the 24 VAC iieId wire outputs. Satellite inputs shall also incorporate surge protection.
� The satellitelstand alon� cantroller shall include an opnonal keyboard-c�isplay ternunal unit
that includes a 2-Iine, dot matri�c liquid crys#al display and function-keys for menu driven
operation. It shall have alpha-numeric d�'tsplays of descriptive Englis�i �nenus, with built-in
'' HELP as a dedicated key on the unit that calls up context-sensitive help screens, The
hardware shall be dedicated in fu�ction as the terminal, arid shall have no an-ba�d RAM
(Random Access Memory).
The safiellitelstand alone controller shal� pravide status read-outs from Light Emitting
Di.odes (LEDls) located on the face af each madul�. �
The Central Processing Unit (CPU) module shall pravid� the follawing status LED's
, ; POWER FAIL
REMQTE FAIL ..
" RESET FAIL
_ , IRRIGATTNG
Si-OP
� � BATTERY LOW
� � TERMINAL
,,
FLOW ALARM
LEAK ALARM .
' UNOPENED ALARM
. . �LOW ALARM
CENTRAL COMMUNICATION TX, RX, CM
`' REMOTE COMMUNICATION TX, RX, CM
Tmnet 3
Each v0 module shall provid.e the following status T�ED's:
MODULE DIAGNaSTIC FATLURE.
CLOCK FAILURE ,._.
OUTPUTS (1-16)
INPUTS {1-4)
The satellitelstand alone Controller sha11 be F.C.C. type accep#ed and Iisted.
The satellite/stand ala�e con#roiler shall ha�re 11 7VA� 6Q160 Hz input, and 24 VAC 50160
�Tz output to up to 4& stations for operating 2�# VAC solanoids.
Tbe controller shall be manufacturedlassembled by Motarola and lnterspec, LLC.
0
Irrinet 4
Hydrometers
Bidding Specifications
The Hydxometer shall be a caml�ination electrically activated va�ve an.d a flow meter that is
capable of installatian above or below grade.
The valve will be available in the folIowing configurations: J", 2", 3", 4", b", S"
The valve m�st be available with a standard 24 VAC or a 12 VDC latching salenoid.
The register will be driven by the impeller through a dry magnetic coupling. The impeller
will he the onIy coanponent in contac� with the water,
TI�e register will be hermeticaIly sealed with stainiess steel capsule and a hardened plastic
lens. The z'egister will include a totalizer to display ihe measuz'ed volurne of water as well as
a z'otating leak detection indicator.
The ouiput wi11 be through a Reed Switch Type Proximity Sensar / dry contact switch. The
switch will be enclased in a vacuum-sealed glass tube that locks with a bayonet fit, inta a
sealed caviiy in the register. The quantity o� switch closure varies with meter size. The
definition must be available in 1, 10, or 100 gallons per Pulse closure anc� will be defir�ed
by the customer when placing an order.
The output af this unit must be completely compatible witl� the Motorola MIR 5000
Imgation Central Control System.
Th� Hydrometer will be:
Model No. IS-BM-20 DC; 2" Hyc�rometer with 24 ,VAC solenaid.
Adding the suffix DC will designate a DC Iatching solenoid in lieu of a 24 VAC solenoid.
Adding �he suffx PR will designate the addition of a pressure-regulating module ta
reg�xlate the discharge pressure throug� the. valve.
The Hydronr�eter shall be manu�actured by Arad Ltd. and be distributed by lnters�ec, LLC.
�
SECTION 028'�0 �SITE FURNISHINGS
�
PART 1 ti GENERAL
1.01 DESGRIPTION
Furnisk� and supply all labor, equipment, materials and inci�entals necessary to assemble, install
and otherwise construct park equipment as listed under Products.
l A2 RELATED WORK
A, Section Q3300 - Cast-in-Place Concrete.
• •• 1 A3 QTJALITY ASSURANCE
A. All equipment shall be free of sharp edges and corners, or extrenne3y rough suriaces.
B, AIl materials shall be new and conform to all standards as specified.
_ C. The bidder shail be responsible for defects in equipment due to faulty materials or
manufacturing, damage ar loss.
D. Metal shall be straight or at design rad'u' or bends, withaut kinks, and shall be true to shape.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLTNG
A. Protect fram inclement weather: wet, darnp, exireme heat or cold,
,,
B. Store in a manner to Qre�eni warpage andlor bowing.
� � C. Give aIl manufacturer's lahels az�.d installatian instructions to the Landscape Architeet.
1.05 JOB CONDITIONS
The contractoz shall be zesgonsible for protection af wnfinished work and shall be responsible for
the safety oipark users utilizing unfinished equipment.
E � PART 2 � PRODUCT�
2.a1 PARK EQUIPMENT
A. Bleachers - Accessible5 Row, 15' Long Ble�chers:
'� I. Approved Products: #515-BG2CL by StuzdiSteel.
B. Drinking Fountains - Accessible steel type
SITE FLIRNISHINGS
02870-1
1. Approved Products: Most Dependable Fountain # 493 SM, green painted finish.
2.02 SUPPLIERS
A. Sturdisteel
1'. O. Bax 2655
Waca, Texas 76702
800-433-3116
B. Most Dependable Fountains
4597 Winchester
Memphas, TN 3 S 118
1-800-552-6331
PART3-EXECUTION
3,01 INSTALLATION
A, Fasteners: All nuts and bolts shall be upset and tack welded to pre�ent disassembly.
B. Manufacturer's Installation Instructions: The contractar shalI follow the manufacturer's
installation instructions unless othervvise stated.
C, Set all benches azzd fountains Ier�el.
END O�' SECTION
SITE FURNISHINGS
02870-2
,�
SECTION U�93Q - LAWNS � HYDRO�MULCHING
PART 1 � GENERAL
1.01 SUMMARY
A. Section Includes: Soil preparation, fertilization, planting, and other requiremants regazding
hydro-mulching operations to turfgi�ass areas as indicated on the plans.
B. Related Sections:
1, Section 02200 - Earthwark; topsoil.
C. Scope: It is the responsibility of the Contractor to seed all di sturbed areas af the site as required
herein.
1.02 SUBMITTALS:
A. Product Data: Submit in accordance with Section 0134Q. �ubmit a sample 1abe1 or specification
for each type af fertilizer.
1.03 QLTALITY ASSURANCE:
A. Establishment a�d Aeceptance: Regardless ofunseasonable clianatic conditions or other adverse
conditioz�s af£eating planting operations and the growth of the grass, it sk�all be the so�e
responsihility of the Cnntractor to establish a uniform s#and of grass. When adverse conditions
such as drought, cold weather, high wiz�ds, excessive precipitation, or nther factors prevail ta
snch an extent that satisfactory results are unlikely, the Owner may, at his own discretian, stop
any p�Zase o� the work until conditians change to favor the establislunent of grass.
1, Uniform Stand of Grass: A uniform stand with camplete caverage of �he specified grass
shall be defined as nof less than 150 growing plants per square foot far seeded areas.
B. Post Planting Maintenance: Maintenance shall begi�n �mmediately after each portion oi grass
area is planted. All planted areas vtrill be protected and maintained by watering, weeding, and
replanting as necessary until receipt by Owner of Certificate of Occupancy oz as much langer
as n�cessary to establish a uniform stand with complete cov�rage of the specified grass. Grass
shall be mowed once a week by t�e Cantractor until final acceptance. All water equipment
' deemed necessary by the Cont�ractoz will be provided by the Contractor. Contractor will pay for
� aIl vvater required for watering.
1.04 WARR.ANTY:
� A. Grass shall be guararzteed by the Contractor for 30 days after tha date of substantzal completion
£or the pro,��ct, or attain�ment of the required stand of grass, which ever is later. During this tizxae,
the Contractor shall be responsible far aIl watering, weeding, mnwing, fertilizatian, other
' zxiaintenance as r�quired, and replanting,
I.AWNS - HYDRO-M[ILCHING
' a2930-I
At tlie end of the 30-day warranty period, the grass wzll be :re-inspected by #he Ovvner
and any defective areas will be repaired or replaced by the Contractor.
2. The grass vaill be re-inspected in subsequent 30�day intervals as required until all
de%ctive areas comply with subsection 3 A 1, D. All costs associated with the initia130-
day warra�ty period and subsequent 30-day periods, if required, shall he the
xespansibiIity of the Contractor.
PART 2 - PRODUCTS
2.01 MATERIALS:
A, Bermudagrass Seed: Grass seed shall be `Triang�e Blend' Bermudagrass ,Cynondon dactylon
sp. and Cornmon Bermudagrass, Cyrzodon dactylon in locations as referenced an plans. The
seed shall be harvested within 1 year prior to pIanting; free of �ohnsongrass, �eld bind weed,
doddler seed, and free of other weed seed to the limits allowable under the Federal Seed Act and
applicable seed Iaws. The seed shalZ n�t be a mixture. The seed shall be hulled, extra fancy
g�rade, t�reated with fungicid�, and have a gernunation and purity that will praduce, after
allowanc� for Federal Seed Act toleraz�ce, a pure live seed enntent of not less than 8S%, using
tlie formula; purity % times {gernunation % times plus hard or sauz�d seed %). Seed shall be
labeled az� accordance with U.S. Department of Agriculture nzles and regulatinns.
B. Fertilizer: FertiIizer shalI be a ca�nnercial product, uni%rm in composition, free flowing, and
suitable for application wit� appro�ed eqr�ipment. Fertilizer shal� be de�ivered to the site in fully
Iabeled original containers, Fertilizer v�rhich has been exposed tfl high humidity and moisture,
has become caked or otherwise damag�d maldng it unsuitable for use, vc+ill not be acceptable.
1. Initial Planting Application: Fertilizer �or the initial planting application shall be of az�
organic base containing by vueight the follawing {or other approved) percentages af
nutrients: 15-IO-S {N-P-K), also containing 1Q-IS°/n sulfate and traces of iron and zinc
as required and appraved by the Owner,
2. Post Flanting Application: F'ertilizer fox t}ze past planting application will be a chenaical
bas� fertilizer containing by wei.ght the follovving percentages of nutrients: 21-0-0 (N-P-
K) ammonium suffate or the z�uitragen equivalent of 33-0-0 ammoniutn nitrate.
C. Hyriro-Mulch: Provide Convved Hydro-Mnlch. All mulch wit] be rnanufactured frnm
hardwoads anly and will b� refined specifically for 3awn hydro-znulch applications.
D. Topsoil sha11 be as described in Section 02200, -� •
LAWNS - HYDRO-MULCHING
p293Q-2
PART 3 - EXECUTION
3.01 INSTALLATION
A. SoiI Pxeparatian:
Tillage: Tillage shall be accoznplished to loasen the soil, destroy existing vegetatinn,
and prepare an acceptable seed bed, All areas sba�l be tilled with heavy duty disc ar
chisel-type breaking plow, chisels set nat more than 10" agart, Initial tillage shall be
done in a crassing pattern for double caverage, then folIowed by a disc l�arrow. Depth
of tillage shall be 6".
2. Cleaning: All rocks and clods 3/4" in size ar larger shall he removed from the iine
gradad area. Soil shall be further prepared by the removal of dehris, including building
materials, rubbish, weeds, concrete chips and small pieces of wood, zegardless of size.
3, Fine Grading: After tillage and cleanin�, a11 areas to be planted shall b� leveled, fine
graded, and drug with a weighted spike harrow or float drag. The reqe�ired result shall
be the elirninatzan of ruts or depressions tk�at wauld cause water to stand or pond
immediately after rainfall or operation of the la�wn irrigation s�stern, humps, and
objecfionable soil ciods. This shall be the fmal soil preparation step to be completed
�efore the commencement of fertilizing and plant�ng.
B. Fertilizing;
Inifiaal Planting Application: The specif ed fertiiizer shall he applied at the rate of 18
pounds per 1,000 square feet (800 pounds per acr�).
a. Timing. The initial planti�g application of fertilizer shall be applied a$�r tlae
soil preparation, but not more that� 2 days prior to grass planting. Fertilizer
shall be appiied over soc� after planting, but nat more than 2 days later.
2, Post Planting Applicatian: Thirky days after planting, grass areas shall receive an
applicatian a£21-0-D oz 33-0-0 fertilizer at the rate of9 pouz�ds pez 1,OQQ square feet
(400 pounds per acre},
a. Timing: The Landscape Architect will determine if it is ioo late in the growing
season for the post planting application. �n the event that it is, the application
shall be made in the spring of the next year, or the cast of the application shalI
b�came a credit due to the Owt�er.
3, Post Planting Maintenance: Areas without a uniform stand (complete coverage} shall
receive suhsequent applications of fertilizer, as deseribed above, every 30 days until a
uniforxn stand is achieved.
C. Planting:
Hydroseeding: Following soil preparation, Berm�dag�rass seed, fertilizer, �aaulch, and
wa�er shall Y�e mixed together and applied to the planting area in the following quan�ities
and rates using conventional "Hydro-Mulch" equipment as manufactured by the Bowie
LAWNS - HYDRO-MULCHTNG
02930-3
Machine Works:
�
TTEM
Grass Seed
Fertilizer
Watar
Wood Fiber Mulch
RATE PER ACRE
110 pounds
800 pounds
As needed
Minimum as needed tu achieve marking af
seeded areas
a. Timing: Under no cucumstances shall grassing aperations occur in planting
periods ofher than the following; Apxil 15 to August 3Q of the year of project
s�bstantial completion. If grassing operations cannot be accomplished during
these periads the Gontractor shall establish an interi.m stand ofwinter rye grass,
then rema�e the rye and provide specified grass during the next period in t1��
follawing year.
Acceptazace of grass for the purpose of establishing the date of Sui�stantial Completion and
subsequent r�e-inspection shall be �ased on the followang �nznimuzm
requirements:
2
�
Grass must indicata weed-free uniform, healthy, and vigorous girowth, devaid of
discoloration and signs of dehydration.
The grade shall be free of low or hollow places so that water shall not stand or pand
during rains or irrigation operation.
Grass shall be iirmly roated so that sectians cannot be removed.
E. Protection; No hea�vy eq�ipment shall be moved over the planted lawn area unless the soil is
again prepared, graded, leveled, and replanted. Protect all paving surfaces, curbs, urilities, plant
znatexials, az�.d any other existing impro�ements from damage by heavy equipzx�ent. Any
damages sha11 be repaired or replaced at no cost to the Owner,
F, Erosion Cnntrol: Throughout the project and the maintenanoe period for grass, it is the
Contractor's responsibility to maintain the topsozl in pIace at specified grades. Topsail and grass
losses due ta erosion shall be replaced by the Cont�ractar until esta�lishment and acceptance is
achieved. �
G. Clean Up: Contractor shall remove excess material or debris brought onto the site or �nearthed
as a result of hydra-mulching operations.
�*� Eivn oF sECTroN �**
LAWNS - HYDRO-MULCHING
02930-4
SECTTON 03�U0 — CONCRETE REINFORCEMENT
PART 1- GENERAT,
' lAl RELATED DOCiJMENTS
A. Provisions established witk�in the General and 5upplementary Conditions of the Contract,
r Divisian 1- General Requirements, and th� Drawings are colle�tively applicable to this
Section.
� x.a� su�mr.�►.xY
A. Section Includes:
•� 1. Reinforcement with accessories far the cast -in-place concrete.
2. Reinfarcing steel bars, welded steel wire fabric and fibrous reznfaxcc,nent far cast-in-
place concrefe. �
, 3. Support chairs, holsters and spacers, for supparting reinforcement.
� ' B. Related Sections:
, 1. Section 02370 - Cast-in-Place Cancrete Piers
2. Section 03300 - Cast-in-Place Concrete
1.03 REFERENGES
� A. Arnerican Concrete Institute (ACI):
I. ACI 331 S- Building Cod� Requirements far Reinforced Concrete.
�� B. American Society for Testing and Materials (ASTM}:
1. ASTM 1-1, 185 - Speci�cation for Steel WeIded Wire, Fabric, Plain, for Concrete
� ' R�inforcement.
.� 2. ASTM A 615 - Specification for Defarmed and Plain Billet-Steel Bars for [;oncrete
Reinforcement. _
�, C. Concrete Reinforcing Steel Institute (CRSI):
1. CRSI Manual oi Standard Practice , latest edition.
, 1.44 SUBMITTALS
' A. Shop Drawings: Submitin accordancewith Section O1b40 PRODi7CT OPTIONS. Drawings
, sb.all shaw the si�e, length, form and position of bar reinforcing and accessories.
• B. Certification: Subrnit a Ietter certifying that the reinfarcing hars comply with specified
��
standard for grade.
i.05 QUALITY ASSURANCE
' A. Siandard: Reinforcement shall meei the requirements of ACI 318.
ICONCRETE RETNFORCEMENT
` ' 03200-1
1.06 DELIVERY AND STORAGE
A. Stack reinforcing steel in tiers ar�d zx�arlc so that t;ach length, size, shape and location can be
readily deterzn.zned. Exercise care to rnaintain reinforcement free o�' dirt, anud, paint or rust.
B. Store materials and accessaries on dunnage az�.d 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 W�re; 16 gauge arm.ealed steel wzre.
D. Accessories: Anchors, dowcls, spacers, chairs, bnlsters and other devices for supporting and
fastening reinforcement and normally considered as accessaries to the concrete work.
2.02 FABRICATION
A. Fabricate reinforcin.g bars to canfarnx to the required shapes azxd dzz�u.ensions, with fabrication
tolerances complying v►+ith the CRSI Manual.
B. In case of fabricating errars, do nat straighten or re-bend reinforcement in a manner that will
weaken ox injure the r�aaterial.
PART 3 � EXECUTrON
3.01 INSTALLATION
A. Placzng Steel:
1. P1ace reinforcement in accordance with CRSI " Placing Rainforeing Bars" and ACI 31$,
with provisions af ACI 318 goveming,
2. Assemble reinforcing ste�i in the fflrms, wired and fastened securely. Bending shall be
done cold. Bars with lcinks or bends not detaiied shall be rejected.
3. C1ean reinforcing steeI of loose rust, xmill scale, grease, dirt and other coatings which
will reduce or destroy bond with the concrete. A thin film af tight rust wiIl not be
nbjectionable. 4. Position, support and secure rein.foxcement to resist displaeement
by form�vork, constructian and concrete placing operations.
S. Locate and suppart reinforcement by metal chairs, runners, bolsters, spacers and
hangers.
6. Place reinforcement to obtain minimum caverages for concr�te pro�ectiQn.
7. Arrange, space and securely tie bars and bar supports together with the specified #ie
wire.
C�NCRETE REINFORCEMENT
0320Q-2
8. Set wire ties sQ twisteti ends are directed away from expased concrete surfaces.
9. Suppartreinforcementandfastentogethertopreventdisplacementbycanstructionloads
of placing concrete.
14. Over formwork, use metal or plastic baz� chairs and spacers to support reinforcement.
1 L Where concrete surface will be expos�d to weather in finished structure, use
noncorrosive or corrosion protected accessories within 1/2" of concret� surface.
12. Where successive mats ofreinforcing fabric are cantinuaus, overlap welded wire fabric•
� so that overlap measured be4ween avtermost cross wires of each fahric sheet is not less
than spacing of cross wizes plus 2".
13. Bars having splices not shown on shop drawings �vill be subjact to rejections.
14. Do not bend reinforcement after being embedded in hardened concrete.
15. Do nof allow bars to be in contact with dissimilar materials.
END OF SLCTION
,�
,
��
CQNCRETE REINFORC�MENT
� 03200-3
�ECT�ON �33U0 — CAST-IN•�PLACE C4NCRETE
PART ]. � G�NERAL
1.01 SCOPE OF WORK
A. Concrete Paving
B. Cancrete Foundatians and Footings
1.02 QUALITY ASSUR.ANCE
A. Reference Specifications: The wark w�,der tlaas division af the Specifications shall conform
generally to the requirements oF Item 314 -"Concrete Pavez�zent", Item 40& -"Concrete for
Structures", and Item 410 —"Concrete Struciures", and "Concrete Drilled Piers" of the City
of Fort Worth's "Standard Specifications for Street and Storm Drain Construction", except
as otherwise specified. Delete Measurernent a�d.Payment.
B. Related Sections:
1. Section 03200 - Concrete Reinforcement
PART Z - MATER�ALS
2.01 FORMS
A. Fozms shall be of ample strength, adequately braced, joined neatly az�d tightly and set exacfly
to established line and grade.
2.Q2 REINFORCING MATERIALS
A. Reinforcing Bars: Reinforcing bars shall be round deformed bazs m.eetimg the xequirements
of the current standard Specif ca�ions for Intermediate Grade BiZlet SteeI Cancrete
Reinforcing Bars of the A.S.T.M. Deszgnation A-61S. Reinforcing bars at the time th�
concrete is placed shall be free from rust, scale or other coatings that will dest�ay or reduce
the bond. Gen.eral reinfarci�zig bars shall be number three bars spaced eighteen inches ( I8")
on center in waZks and twelve inches (12") in slabs as shown on Plans.
2.03 CONCRETE MATERIALS
A. Cement: Portland �ement shall meet the requirements of A.S.T.M. Specifications
Designatinn C-15D and sha11 be Type 1.
B. Aggregates: Concrete aggregates sball consist af gravel or crtished stone and shall be free
from any excess amount of salt, alkali, vegetative matter or oth�r objectionable mate�ials.
The aggregate shall be well graded from fine to course and t�e maximuzxi size shall be one
inch {1"). Fine ag�regate s1aa11 eansist of sand and it shall be clean, hard, durable and free
of lumps.
C. Water: Water used in mixing concrete shall be clean and free from deleteriaus amonnts of
acids, alkal�es, vegetative matter or organic material. The concrete sha11 be mixed in an
CAST-IN-PLACE CONCRETE
Q3304-1
approved batch �nn.zxer. The mixing time shall not be less than one (1) minute after alI the
batch matexials are zn the mixer, Cement content shall be not less �an five {5} sacks per
cubic yard of concrete and shall have a rr�inimum 2$ day compressive strength of 3,000 psi.
D. Mixing: Transit r�ixed concrete shall meet a11 the requirements for concrete as specified
above. Sufficient traz�sit znix equipment sha11 be assigned exclusively to the project as
required far continuaus pours at regular intervals without stopping or interrupting, Concreie
shall not be placed on the j ob after a period of one and ane-half hours (1-1/2) af�er the cement
has been placed in the mixer.
2.0�4 RELATED MAT�RIAL
A. Expansion Joint Fi11er: Expazasion j oint material shall 6e one inch (1 ") clear l�eart redwood
with cap as shown on the plans
B, Dowels: Dovvels for expansion }oints shall be number five smooth round steel bars with
expansion tubes as shown on Plans. Dawels shall be placed eighteen inc�es (1$") on cenier
or as shown on Plans.
C. Curizzg Campound: The membranous curing compound shall comply with the requirernents
aiA.S.T.M., Designation C-309, Type 2, white pigm.ented.
D, PVC Sleeves: The Contxactor shall furnish and instaIl four inch (4") class 200 PVC pipe
sleeves under concrete walk as shown on plans and details.
2.fl5 CONCRETE MIX DESIGN AND CONTROL
A. Mix Design; The concrete shall contain not less than five (5} sacks af cement per cubic
yard. Total wa#er sha11 not exceed seven (7) gallans per sack of cem.ent. The mix shall be
uniform and workable, Tne atnount a� course aggregate (dry-loose �olutne) shall not be
rnore #hau eighiy-five (85%� percent per cubic yard of concrete.
The net amount of water will be the amount added at the mixer plus the free wa�er in the
aggregate or minus the amount of water needed to compensate for absorptian hy the
aggregates. Free water or absorption deternunatioz�s will be based an the condition of the
aggr�gates at the time used. The absorption test will be ba�ed on a thirty (30) minnt�
absorption period. No water allowance will be made for evaporation after batching.
B. 51ump: When gauged by tbe standard slump test, the settlement of the cancrete shall not be
less than one and one-half (1-1/2") inches nor more than five {5"} iz�ches,
C. Quality: The cancrete shall be designed for a zxunimum compressive streng� af three
thousand {3,000} pouz�.ds per square inch at the age of #weniy-eig�t (28) days.
D. Control�Submitfal: Within a periad of not less than (10) days priar ta the start of concrete
operations, the Contractor shall submit ta the Engineer a design af the concrete mix
proposed
CAST-IN-PLACE CONCR�TE
0330D-2
to be used together with samples of all materials to be ivacarporated into the mix and a full
description of th� saurce af supply ofeach znaterial co�nponent. The design af the concrete
mix shall cnnform with the provisions at�d limitation requirennents of t�zese specifications.
All material sampl�s submitted to the Engineer sha1S be sufficiently large to permit
laboratory batc�ir�g for the constrc�ctian of test b�ams to ch�ck the adequacy of the design.
When the design mix has been approved by t�e Engineer, there shall be no change or
deviation from the proportions t��reof or sources of suppiy except as hereinafter provided.
No concrete may be piaced an the j ob site until the mix design has been approt�ed by the
Engineer in writing to the Contractor.
PART 3 - EXECUTION
3.Q1 REINFORGING
;� Meta] reinforcing shall ba accurately placed �in, accardance with the Plans and sJhall be adequately
' secured in position by concrete, meta�, ar plastic chairs and spacers. Bar splices shall overlap at least
twelve inches (12"). The re-bars shall be hent cold.
3.02 JOINTS
A. Expansion 7oints: Expansion j oint materials shall be install�d perpendicular to the surface,
Tha bottom edge of the ma.terial shall extend to or slightly below the bottom edge afthe s3ab
'' and the top edge shall be held appraximately ane-half inch {%a") below the surface of the
slab. The edge of joints shall be tooled with an edging taal having a one-fourth inch ('/a")
radius.
B. Contraction Joints: Connaction j oints shall be one-fourih (114") r�+ide by three-fourths inch
(314"} deep, taoled j oints placed on six foot (fi') centers, unless atherwise indicated.
' Contraction joiz�.ts will not be required to be seaIed. 5awed joints may be allowed only if
specifrcally approved by the Engineer, 3oints wiIl be sawed as soon as sawi�ng cau be
performed withot�t stripping aggregate fro�nn the concrete, generally wifhin i�+elve (12) to
• twenty-four (24) hours after pZacement, and they shall be completed before uncontrolled
cracking of the pavement takes place.
., C. Constnicrion Joints: Gonstruction joiz�ts shall be installed in all concrete work at the
locations �hown on the Plans. Construction joints farmed at the ciose of each day's vvork
� shali l�e located at any o#' the cor�trol joints designated on the Plans. 7aznts may be
;_, constructed by use of waod or preformed metal bulkheads set tnze to the section of the
finished concrete and cleaned and oiled. Surplus concre#e on the subgrade shall be removed
' ' before resuming �oncretin� operations.
3.03 PLACING CONCRETE
Placement of Conczete: The concrete shall be rapidly deposited an the sub�ade immediately after
�� mixing is completed. Subgrade and forms shall be dampenad prior to placefnent af the concrete.
� The concrete shall be transported, placed ausi spread in such a manner as to prevent seg�regation af
the aggregate ar an excess amount of water and �ne materials to be broughf to the surface. No
�- � cc�ncrete sha11 be placed when the air temperature is less than forty degrees Fahrenheit (4D° F} nor
CAST-IN-PLACE CONCRETE
+ ' 0334Q-3
when the temperature of the concrete is eighty-five degrees Fahrenheit (SS° F) or higher, wi#haut
approval of Consiruction Inspec#or.
�lacement shall be cazried on at such a rate that the concrete is at all times plastic and flows readily
into the space between the baxs. I�Io concrete that has parfially hardened or that has been
contamin�ted by foreign material sha11 be depasited in the wark nor shall retempered concrete be
used. Each section of pavement between expansion and constructi.on joints shall be placed
nnonalithically,
All concrete shalI be thoroughly compacted by suitable aneans during the aperation of placing and
sbaIl be thoroughly worked around reinforcement and embedded fixtures and into the corner� af the
fornns. Special care shali be taken to prevent voids and honeyca�nbing. Tk�e concrete shall then be
struck off and bull-floated to the grade showz� on the P1ans before bleed water laas an opportunity
t� cnllect on the su�rface.
3.04 FIN�SHING
Fiaaiskung Concrete; All concreCe shall be finished by experienced, qualified concrete finishers. All
concrete shall have a neat, rounded edge, Edging and joizating (radius described on Plans} sha11 be
accomplish�dwiih care so as not to leave deep impressions in the concrete surfa�e adjacent to edges
and joints. After the concrete has been floated and has set sufficiently to support th� weight of
cement finishers, a smooth steel trowel will be used to praduce hard surface. The entire surface will
then be brushed vt+i#h a stiff bristle broam to praduce a uni#'o�n textured i2nish. AlI edges and sides
of concrete exposed to view shall be free af warp and ble�nishes with a uniform texfure and
smoathness as described in P1ans.
3.05 CUR7NG
Curing Compound: �ediately after the fu�ishing operations, the cancrete shall be comp�etely
covered with a curing cornpound. The concrete surface shalI be kept moist between finishing
operatians and the application of the curing compound. The curing coxnpound shaI1 be applied under
pressure by means of a spray nozzle at a rate not to exceed two hundred square fe�t (200 �q. �t.) per
gallon. A miniznum of seventy-two hours {72} curing time wilI be required,
END OF SECTiON
CAST-IN-PLACE CONCRETE
03300-4
SECTION Oi9�0 � CAULKIN� AND SEALANTS
PART I � GENERA.L
1.01 DEFINITIONS:
'; 4 A. The term "sealant" ar "sealing" shall refer to exterior joa�ts expased to weather az interior
joints exposed to moisture. �Vlaen "sealant" is used in an outside j oint in aluminum or steel
�- framas, �"sealant" shall be required an the inside joint also.
B. The term "caulk" or'caulking' {calking} sha13 refer to interior joints not nnrmaIly e�posed
to weather or rnoistu�re conditions.
1.02 SUBMITTAL:
A. Submit to Owner's representative xnanufacturex's literature, specificatian data, and. color
chart far all matarials proposed for this praject.
B. Identify their use and location.
1.03 GUARANTEE: Th.e Contractar shall provide the inspector a manufacturer's writ�en guarantee on
all joint sealing materials. The manufacturer shall agree ta provide any replacement material free
of charge to the City. A�so, the Contraetnr shall provide the Engineer a rvritten war�ranty on all
sealed joints. The Contractor shall agree �o ceplace any failed joints at na cost ta the Cify. Both
warranties shaIl be for one year after final acceptance of the completed work by the Engineer,
PART �-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 II
, 2.Q2 PRIMERS: Type as manufactured by manufacturer of sealing ar caulking material and completely
compatib3e with compound.
�, 2.03 JDINT BACKING: Rods or tape in sizes and types as recommended by manufacturer of sealing
or caulking naaterial, and compleiely compatibl� with compound.
�
PART 3 � EXECUTION
3.01 GENER.AL:
� A. Work shall be p�rformed by experienced mechanics skilled in execution of type of work
required and 'zn application of specified materiaIs.
' B. Deliver materials to job site in ariginaI containers with manufacturer's name and brand
, clearly marked therean.
CAULKING AND S�ALANTS
07920-1
C. When perimetex joints around frames that are to be caulked do not have b�ilt-in stops or
othermeans ta prevent depth of compound from exceeding 1/2 inch, pack joint with back-
up materials of correct fype and to the depth as necessary ta pravide minimum 3/S" and
maximum 112" depth of compound.
D. Materials and znethods �ha11 be as speciFied herein, unless they are con�ary to appro�ved
manufacturer's directions or ta approved trade pxactice; ar unjess Conixactar believes they
will not produee a watertight j ob which he will guarantee as required. Where any part of
these conditions occur, Cantractor sha11 no�fify ArcIutect in writing. Deviation firozn
procedure specified will be permztted only upon Architect's approval and providing that
work is guaranteed by Cant�actar as specified.
E, If, prior to beginning work, Contractor does not natify Architect in writing af any pzaposed
changes, it will be assumed that he agrees that materials and methods specified wi11
produce results desixed, azzd tk�at he will furnisb required guarantee.
3.42 PREPARATORY WORK:
A. Where weather molds, staff beads, etc., do not form integral part of frames to be cauliced,
but are removable, remo�e same griar to caulking, execute caulking, replace molds, etc.,
and point.
B, Cleau all joints, etc., that are to be caulked or sealed, prior �o executing vvork.
3A3 PRIMING: Whencanditionsofjaintssorequire,arwhentypesofmaterialsusedadjacenttojoints
so require, or when compaundmatxufacturer's recamrnendations so require, clean and prirne joints
before starting caulking. Execute priming operations in strict accordance with manufacturer's
directions.
3,04 JOINT BACKING: Joint backing shall b� installed in all jaints to receive sealants. Backing shall
be sized to require 2Q% ta 50% campression upan insertian, and shall be plaCed so that sealaz�t
depth is approximately 112 joint width. In joints not of suf�cient dep� �o allow backing, install
bond breaking tape at back of jaint.
3.05 APPLICATION: App�y sealant and cauiking material under pressure to fill joint completely,
allowing no air pockets or voids. Toal the joint surface to compress the compound into the joint.
3.06 THRESHOLDS : Plaee all exteriar doar threshalds in a fill bed of sealant during setting procedures,
3.07 CLEANING: Clean adjacent surfaces free of cauiking and seaIant and clean alI work of athex
trades �hat bas in any way been soiled by these operatians. Finished wark sha11 be left zn a neat
and elean condition.
END OF SECTION
CAULKING AND SEALANTS
07920-2
SECTION p49Q0 - PAINTING
PART 1 � GENERA.L
1.01 RELATED DOCUML�NTS
A. Provisions established witlun the Generaj and Supplementary Conditions of the Cantract,
Division 1- General Requirements, and the drawings are collectively app�icable to this
Sectian.
1.02 SUMMARY
A. Sec�ian Includes: On-the-joh painting and finishing.
•� 1. Inc]uded: Paint and finish tha foliawing materials, fttings and equipment items
whic� are exposed tv view inside and outside.
a. Iron, steel and galvaruzed metal associated with existing goals.
b. Bare and insulation covered piping and d�ctwork, canduit, hangers, and
primed metal surfaces and faetary-finis�ed st�rfaces of inechanical and
eiectrical equipment.
2. Not included; No painting is required on the following:
a. Factory-finished light fixtures.
b. Architectural a�uminum and stainless stet�l.
c. Factory-fin.ished picnuc tables, benches, and botlards.
d. Factory�finished shelter components.
1.Q3 REFERENCES
A. Ameriean Society f�r Testing and Materials (ASTII�:
1. ASTM D16 - Defnitions oi Terms Relating to Paint, Varnish, Lacquer and
, Related Products.
B. NACE (Nationai Association af Corrosion Engivaeers} - Indusfrial Maintenance P�nting.
C. NPCA (National Paint and Gaatings Association) Guide to U.S. Gover�.ent �aint
` �pecifications.
D. PDCA (Paint�ng and Decorating Contractors of America) - Painting - Archifiectural
Specifications Man�al. '
,
E. S�PC (Steel Structures Painting Counczl) - Steel Structures Painting Manual.
1.�4 SUBMITTALS
A, Samples: Submit in accordance with SECTION 013�40 - SHOP DRAWINGS, PRODUCT
PAIN�ING
09900-1
� . s
DATA AND SA1I�LES. Submit two 8'/z° x 11" saznples of each paint color scheduled
on the colar schedule prepared by the Landscape Architect. Samples shall be on hea�y
cardboard and s�aaIl be madc wiih the ac�ual mixed paints to be used an the proj ect. Paint
color shaIi be rvhite.
B. Paint Schcdule: If painting znaterials ather than those speci%ed are proposed for use,
svbmit a complete schedule of the materiais to be substituted. This schedule, in triglicate,
sball be in the saxt�e form as the paint schedule iur�cluded in tlus section, and sk�all list
materials by manufacturer, brand name and type for each surface to be fini�shed.
C. Clase-aut Schedule: Upon completion ofvtirork, fumish a full schedule of paint types and
colors actually used and formulas far each fo t�e Owner.
1.OS QUALITY ASSURANCE
A. Product Manufacturer: Company speczalizing in manufacturing quali#y paint and finish
products with 3 years experience.
B. Applicator: Cox�apany sp�cializing in commer�ial painting and finishing rvith 2 years
experience,
C. Product Labels: Include manufacturer's namc, type of paint, stocknumber, colar and label
analysis on Iabel of containers.
D. Single Source Responsibility: Provide primers and other undercaat paint produced by
same rr�anufacturer as final coats. Use only �hi.nners approved by paint manvfacturer, and
use only within recommended limits.
E. Do not paint vver code-xequired labels, such as Underwriters' Laboratories and Factory
Mutual, or equipment identification, perfa�atice rating, name, or nomenclaiure plates.
1.06 DELIVERY, STORAGE AND ��ANDLING
A. Delivery: Deliver znaterials in original containers wi�. seals unbroken and Iabels intact.
B. Storage: Contractor shall designate a specific space at the pr�ject siie for storing and
mixing materials. Protect t}us space and repair all damage resulting from use. Do not
staze kerasene nor gasoline in thrs spaca, Remo�e Qily rags at the end af each day's vtrark.
1.�7 PRO7ECT CONDITIONS
A. Provide pratection to maintain surface and ambient temperatures per manufacturer's
recommendations before, durin� and 48 hours aft�r application of finishes, unless required
otherwise by ananufacturer's instructions.
B, Do not apply paint in snow, rain, fog, ar mist; or when the relative humidity exceeds 85 %;
or to damg or wet surfaces, unIess otherwise permitted by the paint manufacturer's printed
instructions, Painting rnay be cantinued during incFement weather only if the areas and
PAINTING
0994Q-2
surfaces to be paint�d are cnclosed and heated within the temperature �irnits specified
during application and drying periads of 24 �aUrs betweez� coats and 72 haurs after �nal
coat.
C. Protection: Provide suff cient drop claths to fully protect adjacent finished work.
1.08 PRECAUTIONS
A. Paints, oils, thinners and oth�r flammahie items shall be stared in appcaved containars
when not in actual use during the pain#ing job. The fize hazaz�d shall be kept at a
ininimuzn.
�
B. Take precautions to protect th� public and construction workers during th� progress of fhe
work.
C. Furnish a temporary fire extinguisher of suitable chemicals arad capacity, lacated near
flammable materials. �
1 A9 MAINTENANCE
A. Extra Material�: Upon corzipletion of the work, deliver to �wzaex 2 gallans of each type
and color of paint applied to interior and exterior surfaces. Prvvide formula for custom
I��tC� COIOTS.
PART2�PRODUCTS
2.01 ACCEPTABLE MANUFACTURES
i, A. Pro�ide paix�t as mauufactured by the followiu�g:
Coranado Paint Company or approved equal.
i �
B. Materials described are based Qn the specifications ofthe above listed rrzanufact�zrers, and
are given to designate the quality of materials required. Materials of best quality grade are
�, zepresentative of the standard of quality required. Ma�erials nat displaying
manu£acturers's identification as a first line, best-grade product wili not be acceptable.
;, C. Colars: The Landscape Architect will prepare a color scbedule. Regardless of whzch
brand of paint is sel�cted for nse, the Contractor shail intermix and blend as required to
� obtain an exact match to each color on the color schedvle.
,
PAINTING
' 09900-3
PART3�EXECUTION
3.OI EXAMINATION
A. Verify that surfaces and substrate canditions are ready to receive work as instructed by tlxe
proc�uct manufacturer.
B. Examine surfaces scheduied to 6e finished priar to carnmencement oF work, Report to
Landscape Architect any condition that xnay potentially affect proper application.
C. Measure moisture cantent af surfaces using an electronic moisiure meter, Do not apply
finishes unless nnaisture cantent of sur£aces are below the recomznended znaximums.
D. Test shop-applied primers for compatibility with subsequent cover materials.
E, Beg�iz�z�.iz�.g of in�tallation zxieans acceptance of existing surfaces and substrate.
3,02 PREPARATION
A. Perform prepazation and cleaning procedures izx accardance with coaiing manuiacturer's
instructions for each substrate condition.
B, Wash galvanized rzietal surfaces with mineral spirits to remove residual grease and oil,
C. Fili open joints, cracks and crevices on steel buck frar�aes with metal putty and sand
smooth before painting.
D. Rezz�ove �ardware az�.d accessaries, plates, lighting fixtures and similar items which are not
to be finish-painted ar }�rovide adequate surface-appIied protection for these items in place,
E. Uncoated steel and iron surfaces: Remove grease, scale, dirt and rust. �here heavy
coatings of scale are evident, remove by wire brushing or sandblasting; clean by vvashing
with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts
and nuts are similarly cleaned. Spot prime paint a#�er repairs.
�. Shop primed steel snrfaces: Sa�nd and scrape to remove loose primer and rust. Feather
edges to make touch-up patches inconspicuous. Clean surfaces with salvent. Prime bare
steel suxfaces.
3,03 APPLICATION
A. Workmanship shall be of the highest qnality, Mix and use paint materials in accord wit�
#he rr�anufacturer's direetions. Spread materials evenly, flow smoathly and brush out
without sags or runs,
B. Provide �inish coats whicb. are connpatible with primer paints used. Providc barrier coats
over incom;patible primers vvhere required.
P.AINTIl*iG
099Q0-4
C. When underctiats, stains or other conditions show through final paint coat, apply
additional coats until paint �i�m is of uta�iform color and sh�en.
D, Beiween coats, sand erzam,el and lacquer finish on wood and metal surfaces to produce a
smooth, even fiinish. LTse #220 grit sandpaper or finer.
E. Tint prinniu�g coats an.d undercoats to approximate shade of final noat to assure uniformity
af color in the finish. Touch up suction spots and "hot spots" befoze applying the Iast coat
to produce an even result in the finash coat.
F. ExpQsed piping and conduit in fznished, visihle areas shall be painted the same calor as the
suxface against which it is installed, unless otherwise noted.
G. Do nvt paint over code-required labels such as Undexwriter's Laborataries and Factory
Mutua�, or equipment identificatian, performance rating, name or nornenclature plates.
3.04 TOUCH UP AND CLEAN
A. Touching Up: 4n completzon, ca�refully touch up all marred and damaged spots and work
ovar all surfaces that have been repaired by ather trades.
B. Cl�aning: Remove spill�d, splashed and splaitered paint from all surfaces. Do not mar
surface finish of item being cleaned.
C. Reinstall the iterns removed under the provisions of paragraph above.
3.05 V.O.G (VOLATILE ORGANiC C4MPOUND) COMPLIANCE
Products listed in fallovving s�hedule and/or substitutes pr�posed for use by Contraetar must be
formulated to meet aIl applicable ordinances and regulations regarding maximum V.O.C. content.
Utilize products which have �een sgecially formulated to meet such requirements.
3.06 RE-PAINTING
A. Locatians and Extent: The re-painting of eacisting surfaces shall be as follows:
1. Painted surfaces which have been reworked, cut into or patched, whether
specifically designated on the drawings or not.
B. Golors: Match existing colors of corresponding surfaces except �vhere new colors are
scheduled.
G. Preparation:
1. Clean suriaces ta remove dusf and dirt. Remove oil, grease, wax and ather
coniaminants which wauld inhibit paint bond.
2. Remove rust and loase and flaking paint by scraping and sanding.
PATNTING
09900-5
3. Sand hard glossy painted suz-faces to be painted, until dull or treat �vith surface
conditioner ta promote adhesion of new coat oipaint.
4. Pzz�ne bare areas with suitahle primer in conformance with the paint schedule for
new work.
D. Yainting: Generally, apply ane coat of finish paint over ald and ne� surfaces, using th�
sanne �aterials scheduled in tl�e paint schedule far like new suriae�s.
3.07 PAINT SCHEDiJLE
A. The products lis#ed belaw represen# top af the line products of each manufacturer. T'I1�5E
products are not presented as being equi�alent, as there are too rnany variahles to maich
each product across the board. Manufacturer's designation is:
CC Coronada Paint Company
B. Exteri4r Metal
1. Fipe guardrails, post and cable systema, pipe gat�s, sheetpiiings, and other
exposed iron and sieel.
1 primer coat
Coronado Industrial Polyamide Epaxy Pruner
2 finzsh coats
Coronado Tndustrial Supert�ane Component System
END OF SECTION
PAINTIIwTG
09900-6
BIDDER'S STATEli�ENT OF QUAL�FICATIONS
Firm Name:
Date Organi,zed:
❑PARTNERSHIP ❑CORPOR.ATrON
Addr�ss:
City: State: Zip:
Tel�phone Nurnber: Fax Number:
Number of years in business under present name:
Former name{s) of or�anization: _ __
CLASSIFICATION: ❑ General ❑ Building ❑ Electrical ❑ P�umbing ❑
HVAC
❑ Utilities ❑ Earthwork ❑ Paving ❑ Other
1. LIST OF SIlViILAR C�MPLETED PROJECTS:
AMOUNT OF TYPE OF DATE NAli�IE and TELEPHONE NUMBER
CONTRACT WQRK COIVIPLETED OF OWNER
2. LIST OF SIMILA.R PROJECT UNDER CONSTRUCTION OR UNDER CONTRACT:
.AMOUNT OF TYPE OF DATE NAME and TELEPHONE
CONTRACT WORK COIVIPLETED NL]MBER OF OWNER
BIDDER'S STATEMENT OF QLIALIFICATIONS
-I-
3. LTST SURETY BONDS IN FORCE 4N ABOVE INCOMPLETE WORK {LIST 2):
DATE OF TYPE OF AMOUi�TT OF NAME and TELEPHONE
CONTRACT BOND BOND NUIMSER OF SURETY
1
4. LIST CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTIOEXPERTENCE.
��
BIDDER'S STATEMENT DF QUALIFICATIONS
-2-
`� ������ ��
- -- - - - - ---
�
�
THE STATE OF TEXAS
C4UNTY OF TARRAN'T'
PERFORMANCE BQND
§
§
§
Bond # 553208
KNOW ALL BY THESE PRESENTS:
iku�ed Sfia�
�'hat we, (1) QC C�rtpx Consi�tion C�1Y, �, as Principal herein, and (2) Fid�litv an� C•�aranty
��, a corporation organized under the laws of the State of (3) �ryland , and who is authorized to
issue surety bonds in th� State of Texas, Surety herein, are held and %rmly bound unto tt�e City of Fort Worth, a
municipal corporatian iocated xn Tarrant and Denton Counties, Texas, Obligee herein, in the sum of ONE
H[]NDRED TWENTY-EIGHT THOLtSAND SEVEN HUNDRED FI�'TY-THREE AND 9'7/100 ........................
Dollars ($128,i53.9i) for the payment of which sum we bind oursel'ves, our heirs, executors, administrators,
successors and assi�ns, jaintly and severally, frmly by tt�ese presents.
WHEREAS, Principal has er�tered into a certain writte� contrac[ with the ObIigee dated the 215� day of
ann r, 2003, a copy of which is attached hereto and made a part hereof fox all purposes, for the construction af
ATHLETIC FIELD IMPROVEMENTS AT HALLMARK PARK
N4W, THEREFORE, the condition af this abligation is such, if the said Principal shaIl faithfuily perfarm
the wark in accordance with the plans, speci�catians, a�d contr��t documents and shall fully indemnify and hold
harmless the Obli�ee from all costs and damages which Obligee may s�ifer by reason of Principal's default, and
reimburse and regay Obliaee for all outlay and expense that ObG�ee may incur in making good such default, ti�en
this obligation shall be vaid; otherwise, ta remain in ful! %rce and effect.
PROVIDED, HOWEVER, that this bond is executed Qursuant to Chapter 2253 of the Texas Gavernment
Code, as amended, and all liabilities an this bond shall be deterrnined i❑ accardance with the provisions of such
statute, to the same extent as if it were copied at length herein.
TN WTTNESS WHEREOF, the duly avthorized representatives of the Principai and the Surety have
executed this inst�ument.
THE STATE aF TEXAS
CDUNTY OF TARRANT
PAYMENT BOND
§
§
�
Bond # 553208
KNOW ALL BY THESE PRESENTS:
Lk�i..ta3. States
That we, (1} � ��' ����dn ��Y> � , as Principal herein, and (2) �'��tY � �'�tY
�}Y, a corporation organized and existing undar the laws �f the State of (3) Maryland , as surety, are
he�d and �rmly bound �ato the City of Fort Worth, a municipal carporation located in Tarrant and Denton Counties,
Texas, Oblig�e herezn, in the arr►ount of ONE HUNDAED TWENTY-EIGHT THOUSANb SEVEN Hi7NDRED,
FI�TY-THREE AND 9i/100 ........................... Dollars ($128,'753.97) for the payment whereof, the said Principal
and Surety bind themselves and their heirs, executars, adnninistrators, successors and assigas,,�ointly and se�erally,
f�rmly by these presents: '
WHEREAS, the Principal has entered into a certain wz�tten contract with the 061igee dated the 215� day of
anuar , 2003, which cantract is hereby referred to and made a part hereof as if fully and to the same extent as ii
copied at length, for the following praject:
ATHLETIC FIELD IMPROVEMENTS AT HALLMARK PARK
NOW, THEREFORE, THE CONDITION O� THTS OBLIGATION �S SUCH, that if the said Principal
shall faithf�lly make payment to each and every claimant (as defined in Chapter 2253, Texas Go�ernment Caae, as
amended) s�pplying labor or materials in the prosecution oi the work under khe contraet, then this obligation shall be
�oid; otherwise, to remain in f�Il force and effect.
PROVIDED, HOWEVE�, that this bond is executed pursuant to Chapter 2253 of the Texas Government
Code, as amended, and all liabilities on this 6ond shall be determined in accordance with the provisions of said
statute, to the same extenk as if it were copied at length herein.
�
NiAfNT'�NANC� �OND �iond # SS3208
THE STATE OF TEXAS §
§
COUNTY OF TARRANT §
KNOW ALL BY TH�SE PRESENTS: �� ���
, Ti�at _ _� � �s�-r-�► �Y, � ("Coniractor"), as principal, and k�.c3�litv �d. Q�ty
_ �mAa�Y , a corporation organized under the laws of the State af Maryland ,("Suret�'j, do
. hereby ac�cnowledg� themselves to be held and bound to pay unta tY�e City of �'ort Worth, a Municipa!
Carporation chartered by virtue of Constitution and laws of th� State ot Texas, ("City") in Tarrant
County, Texas, �he sum of ON� WUNDR�� iWFNl°Y-�ICHi THDUSAND S�VEN HUNDR€D FI�Y-
iFDRE� �11�D 9I/f00.. ....... . ................._... .. . ................ Dollars
($128.�53.97), lawf�l money ofi the United States, far payment vf which sum we11 a�d truly be made
unto said City and its successors, said Contractor and Starety do hereby bind themselves, their heirs,
executors, adr�inistrators, assigns and successars, jaintfy and severally.
� This obligation is conditioned, however, thai:
' WHEREAS, said Co�tractor has this day entered ir�to a written Con#ract with the City of Fort
Wo�th, dated i�e 21ST of Januarv, 2003, a copy of which is hereto attached and made a part hereof, for
the performance of the followir�� described public improvements:
ATHLFcTIC �IFcLD 1MPROVEiVYENiS �►T HALLMARF� PARK
the sam� baing referred to herein anc� in said contract as the Work and being designated as project
number(s) C18'9-QSU18i0430'10/Ct88dQ8018880fl100 and said contract, including all of tt�e
k specifications, cor�ditions, addenda, change orders ancE written instruments referred to therein as
Contract Documents being incor}�orated herein and being made a part hereof; and,
WHEREAS, in said Ccantract, Contractor �inds itself to use such materials and ta so construct
the work that it will remain in good repair and condition for and during a period of after the date of the
final accep�ance of tt�e work by the City; and
WHEREAS, said Contractar binds itself to maintain said work in goad repair and
condition for said term of two {2} �ears ; an�
WHEREAS, said Cantractar binds itseif ta repair or reconstruct the Work in whol� or in
part at any time within said periad, if in the opinion of the Director af the Ciiy af Fort Worth
Department of Engineering, it be necessary; and,
WHEREAS, said Contractor binds itself, upon recei�ing notice o# tf�e need therefore io
repair or reconstruct said Work as herein provided.
NOW THEREFORE, if said Contractar shall keep and perform i#s said agreement to
maintain, repair or recanstruci said Worfc in accordance witi� all the terms and conditions of said
Cantract, these presents shall be nulf and vo�d, and have no farce or effect. Otherwise, this
Bond shall be a�d remain in full force ar�d effect, and the City shall have and recove� fram
Contractor ancf Surety damages in the premises as prescribed by said Contract.
This obliga#ion shall be a continuing �ne and successive recoveries.may be had herean
far successive breaches untiE the full amount hereof is exhausied.
IN WITNESS WHEREOF, this instruanent is executed in 6 counterparts, each oi which shaTl be deemed an
original, this 21s� day of Jan�ar�, A.b. 2003.
ATT�ST:
(SEAL)
Secretary
GC Garter Construction Com�any, LLC
Contractor
B : � �.n�
y ,�
G
Name: �" � v� �f -�c � ct L' c� r�-���
Title: �v��s i c� ��i �f
ATTEST:
(S E A L}
��C�,� ���1
� 5ecretary
Uni�ed �tates
Fidel.ity and Guaranty Company
Surety
�y: �a�� ��,�
Name: Staci, Grass
Tiile: Attoxney�in�Fact
8144 Wa7.nu� Hzll Lane, Sui�a 440
I]allas, TX 75231
Address
�f � — -
eS����
POWER OFATTORNEY
Seaboard Sarety Coinpany
St. Paul Fire and Marine Insurance Camgany
St. Paul Guardian Insurance Company
St. Paul Mercury Insurancc Company
Unifed States H'idelity and Guaranfy Company
YSdelity and Guaranty Insurance Company
Ftidelity and Guaranty Insnrnnce Underwri#ers, Inc.
Power of Attorney No. 2�290 Certii'icate IYo.
�600�06
KNOW ALL MEN BY THESE PRESL�'N'I'S: 'Chat Seabaard Surety Company is a corporation duly arganized under the laws of the State of New York, and that
5t. Paul Fire and IVfarirne Insw'anne Company, 5t. Paal Guardian Insurance Cvmpany and St. Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of IVlinnesota, and that ilneted States Fidelity and Guaran[y Company is a corporation duly organized under the laws of the State oF Maryland, and
that Fidelity and Crnaranry Insurance Carnpany is a corporation duiy organized under the laws pf the State of Towa, and fhat Fideliry and Guaranty Insur�nce YJnderwriters,
lnc. is a carppration duly oeganizad under the taws af the 5tate of Wisconsin (herein eotlectively called [he "Cornpanies'), and that the Companies da hereby make,
constitute and appoint
Donal Boley, Steve Deal and Staci Gross
��of the City of �iC��2 �3ll5 , State TEXdS , their true and lawful Attorney(s)-in-Fact,
I
:,' each in their separate capacity if more than one is named above, to sign its name as s�rety to, and to execute, seal and ac[cnowledge any and all 6onds, undertakings,
contracts aiid other written instruments in the natnre tkeregf on behalf of Eha Companies in Eheir business oi guaranteeing the fidelity of persons, guaranteeing the
�� performance of coiuracts and execnting or guaranteeing bonds and undertakings renwred or p�rrr�rtted in �nv actions or proceedings allowed by ]aw
,_ IIY WITNESS WHEREOF, the Companies have caused this instrument tr� �e s��,r.�i r�i�+ �ea!�;i il��,; 6� day of December 2p�2
`� 5eaboard Surety Company �;nited 5tates Tidelity and Guaranty Company
� S� Paul Flre and Marine Insurahcc C'ompanv Cidei�ty and Guaranty lnsnrance Company
St. Paui Guardian Tnsuranee {'umpan.y Fidelity and Guai•anty Insurance ilnderwriters, Inc.
St. Paul 11'dercury Insurance C'�u: na�r��
1 � �
^a�ylE�, i1A 6 � ��T�..fp,SVA .ri 1N4b9qy �yy1Y� � �
�_.I � q }a��4
� * l���P...p����� Z¢�A4�R4+�Sn} ^F� � ��
Zg27 i! '� i 888L $ ���� '�977 PETE� W. Ct�RMAN, Vice President
��� �Se�L��,o 3;;� .� �i ,�Q ��$ �951
3 N�F' �s�F� m '� 13.'AN�a }a•..� �.. 4�S? S�'�
��!` `� � �^•.......�'� � MN � � `
i ll , � �'�
5tate of Marylaud
City of Saltimare THOMAS E. HUIBREGT5E, Assistant Secretary
� I� On this fi� day of Dec,e�i7ET , ���2 , before me, the undersigned officer, peisonally appeared Peter W. Carman and
Thomas E. Huihregtse, virho �cknowledged themselves tn be flie Vice President and Assistant 5ecretary, respectively, nf 5eaboard Surety Company, St. Paul Fn�e and
Marine Insurancc Company, St. Paul Guardian Insurance Company, 5t. Paul Meivury Insurance CompaRy, [3nited States Fidelity and Guaranty Company, Fidelity and
'�j I Guaranty Insuranec Company, and FideGty and Guaranty Ins�uac�ce Underwriters, Ine.; and that the seals affixed ta Yhe fotegoing instrurnenY are the corparate seals of
�I said Companies; and that they, as sucu, being authorized so ta do, executed the foregning instrnmeut for the purposes therein conYained 6y signing the nauaes of the
`� corporations by tliamselves as duly authorized officers.
.� !
�.c�'p��`y�
e
Tn R'itness Wltereof, I heretu�tq set my hand and ofFicial seal. � p 8�fch �
<�
My Commissiou expues the lst day of Tul�; 2QD6. +t� o
Rf CiT'� �
�
, II
�
`��- �,�.d�.� - �,a.�.
REBBCCA EAST�EY-OAI�KALA, Notary Public
882D3 Rev, 7-2002 Printed in U.S.A.
1
This Power vf Attornay is granted under and hy the authority of tlie following resalutious adopted by the Boards of Direeto3•s of Seahoarci Surery Company, St. Paul
Fire and Ma��ine Liswauce Company, St. Paul Guardian Insurance Company, St. Paul 1�+Fercury Hisurance Company, United States �ide[ity and Guaranty Company,
Fidelity and Guaranty Insvrauce Com[aany, and Pidelity aud Guaranty Insurattce Underwriters, Inc. on Septemher 2, 1998, which resolutions are now in full fprce and
effect, reading as foliows:
RESOLVEp, that in cawaection with the fidelity and snrery insuraiice business of 87e Company, all bonds, undertakings, contracts and other instruments relating
to said 6usuiess may Ue signed, execute�, and acicnowledged 6y persons or entities appvinted as Attorney(s)-in-Fact pursuanY to a Fower of Attorney issued in
accardance witl� these reso[utions. 5aid Pqwer{s} pf Attorney fur and on beha[f of the Cvtrtgany may and sha[I be executed in tl�e neme and on behalF of the
Company, either by the Chaivnart, or the President, or any Vice President, or an Assistaat V3ce President, jointly witli the 5ecretary or an Assistant 5ecretary,
under their respective designations. 'Che signature of such Officers may be engi•aved, printed ar lithographed. The signature of each of t[ie foregoing officers and
the seal of the Company may be affixed hy facsimile tv any Power of Attorney or tp any certificate relating tlaereto appointing Attorney(s)-in-Fact far pu3'poses
only of executing and attesting honds and undertakings and other writings ohligatory in the nature thereof, and suhject to any l'unitations set foith therein, any
such Power oFAttor�tey or certificate bearing such facsirnile signature or facsimile sea3 shall be valid and hinding upon the Company, and any sucl� power so
etceauted and cartified by such iacsimi[e signature and faesunile seal shaEl he valid and binding upon tlie Company with respect to any bond or undertaking io
which it is valEdly attached; and
R�SOL�D FUR'FH�R, that Attorney{s)-in-FacY sE�all have tha powar and authority, and, in any case, subject to the tenns and limitations of the Power of
Attorney issued tham, to axecute and deliver on behalf of thc Company and to attach the seal of the Company to any and all bonds avd undertakings, and other
writings oUligatory in the nature thareof, and any such instrument executed by such Atrorney(s)-in-Fact shall be as binding upan tlie Company as if sigrted Uy an
Executive Dfficer and sealed and attested to 6y tl�e Secretary of the Company.
I, Thomas E. I-iuibregtse, Assistant 5ecretary of Seaboard Surety Campany, 5t Paul Fu•e and Marine Insurance Company, St. Paul Guardian insurance Company,
�t, Paul IVlercury Insurance Company, [Jnited States Fidelity and Guaranty Companq, Fidelity and Guaranty Insurance Company, and Fidelity and Guaranry Insurance
Underwriters, Inc. do herebp certify that the above and foregoing is a true and correct copy of the Powe�� of Attorney eaceauted by said Companies, which is in full force
and effect and has not been revoked.
IN TESIT1VIOiVY WI[�REO�, I hereunto set my hand this 21 �� day of January
, zoa3 .
� ��
/ • '
'�"' �y,r� �Mtr
51ti1F1Y , 41RE��4 O.\�K..�:MSV9 ��l Pi.Ms(�yq,D
'� * Qt 9 j�OFP0�14f�Y 4•�pTRA�.liS` � � I
�' '�927� � � � � W �� �, � � "j�"°� � 19iJ � � �r�n
"56AG 6' tl4S88L�g � � �
y . o a y�..� 1j � Y'� ��'
��OFNEN� `2t�c d4.' AN� �13�'
Thomae E. Hui6regtse, Assistar�t Secref�ry
To verify lGe arrlheuticity of fl�is Po�ver ofAtlar�rey, cali 1-800-42J-3880 a:ed �sk �'or tke Po�uer afAtfol•uey clerk. Please refer ta the Porver n,f'Rttorsey nruxber, tlre
abave-luer»ed ifadividurrls «r�d fhe rletrrils of tke bosul to �vhielr ll¢e�a�ve� !s ultreclee�.
�
���������y
IMP�RTANT NOTYCE:
To obtain inf4rination or make a co�npIaint:
You may contact the Texas Depar�ment of insuranc� to obtain infarmation on corripanies,
coverages, rights or complaints at:
1-800-25�-3439
You may write t�e Texas Department oiInsurance at:
P.O. Box 19�9104
Austin, TX 78714-910�
FAX # 1-512-475-1771
Your notice of claim against the attached bond may be gi�+en to the surety campany that i�sued .
the bond by sending it to the fallowing address:
Mailing Address: St. Faul Surety Claim
P.O. Box 4689
Federal Way, ViJA 980b3-4689
: Physical Address: St, Paul Surety Ciaim
• - 31919 First Avenue South
; - Suite 100
' ' F'ederal Way, WA 98003
You may also contact the St. Paul Surst� Claim offce by telephone at:
Telephone Nurziber: 1-253-945-1545
` PREMIUM OR C�AIlVI DISPUTES;
I If you have a dispute concerning a premium, yau should contact the ag�nt firs�. If you have a
; dispute concerning a cI�im, you should contact th� company first. Iftlie disputa is not resoIved,
you may contact the Texas Dapartment of Insurance.
I ATTACH THIS NOTICE T� YOUR BQND:
.l
,� This notice is for information anly and does not become a gart ar conditfon of the attached
� doc�ment.
�
cz� o� �oxT wox�rx, xExas
CONTRACT
STATE OF TEXAS
COUNTY {}F TARRANT
KNOW ALL BY THESE PRESENTS:
That this a� eement, made and entered into this the 215T day of Tanaarv, A.D. 2003, by az�d between
the CITY �F PORT WORTH, a municipal corporat'ron of Tarrant County, Texas, organized anci existing under and
by virtue of a special charter adopted by tl�e quali�ed vaters within said City on the I lkh day of December, A.D.
I924, under the authority of t�he Constitutian 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 terz�ned Owner, and
CART�R CONSTitUCTION COMPANY hereinafter called Con[ractor.
WTTNESSETH: That said parties have agreed as follows:
1.
That far and in consideration of the payments and aa e�ments hereinafter mentioned to be made and
performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said
CO[ItC�CkOi bereby &a ees with the said Owner ta commence and cornplete the construction of certain impra�ements
described as follows: �
2.
That the work herein contemplated shaIl consist af furnishing all labor, taois, appliances and macerials
necessary for the construction and completion of said project in accprdance with the Pla�s and Specifications
heretofore prepared by the Parks and Community Serviees Department af the City of Fort Worth'and adopted by the
City Council of said City, as an indegendertt conlractor, and which plans and specifications are incatparafiad herein
by referenCe.
3.
The Contractor hereby agrees and binds himself to commence the construetion of said work within ten
(10) days after being notified in writing to dd so by the Depaxtment of Er�aineerina Directdr of the City of Fc�rt
Worth.
4.
The Contractor hereby aa ees to prosecate said wnrk with reasonable diligence after the commencement
th�ceof and to fully complete and �nish the same ready for the inspection and approval of the Department of
Engineering Director of the City oiFort Worth and the City Council of the City of Fart Worth within a period oi
45 workin� days from the time nf con�mencing said rvorlc; that said Coniractor shall be entitled to an extension of
said time for doing said work for such time as he may necessarily lose or be deiayed 6y unavoidable accidents
caused by unforeseen rriatters over which said Contractor has no control, such as inclemency in the weather, acts of
Providence, labor strikes and dalivery of materials, in alI of which cases the negligence or carelessness of the
Coz�tractar is nat contrihuting to such deiay.
5.
Shouid the Cantractor faiI to beoin the work herein provided for v�+ithin the time herein fixed or to carry
on and complete the sarne aecording to the true meaning of the intent and terms of said specifications, tf�en the City
shall have the right to take charge of and compl�te the work in such a manner as it may deem proper, and if, in the
completio� thereaf, the cost to the said City shall exceed the contract price or prices set farth in the said plans and
speci�cations made a part hereof, the Contractor shall pay said City on demand in writing, setting forth and
s�ecifying an itemized statement of the Eotai cost thereQf, said excess cost.
6.
ContracCor covenants and agrees to indemnify City's engineer and archite�t, and their personnel at the
project site foi Contractor's sole negli�ence. In adciition, Cantractor covenants and agrees Ea indemnify, �old
harmless and defend, at its own expense, the Owner, its of�cers, servants and employees, fram and against any and
all claims or suits for property loss, property dama�e, personal injury, including death, arising out af, vr alleged to
arise out of, the work and services tn be performed hereunder by Contractor, its oi�cers, agents, employees,
s�bcontractors, licensees or in�itees, whether or not anv such in'urv, dama�e or death is caused, in whole or in
part, bv the ne�ligence or allesed nesli�ence of Owner1 its of�cers, servants, or emplo ees. Contractor likewise
covenants and agrees to indemnify and hoid harmless the Uwner from and against any and a�l injuries to Owner's
Officers, servants and ennglayees and any dama�e, loss or destruction to property ai t�e Owner arising from the
performance of any of the terms and conditions of this contract, whether o�r not an:v such in.i�ry or dama�e is
cansed in whole or in nart bv the ne�li�ence or alle�ed ne�li�ence oi Owner, its off'icers, servants or
emnlovees.
In the event OwRer �eceives a written claim for damages against the Contraetor or its subcontractors
prior Eo final payment, fi�ai payment shall not be made �antil Contractor either (a} submits to Owaer satisfaetary
evidence that the clsim has been settled and/or a release from the claimant invol�ed, or (b) provides Owner with a
letter from Contractor's liabiliky insurance carrier that the claim has been referred to the insuranee carrier.
The Direetor may, if he deems it appropriate, refuse to accept hids an other City of Fort Worth pnblic
work from a Contractor against whom a claim for dama�es is outstanding as a result of work performed under a City
Contract.
7.
The Contractor abrees, on the executiun of this Contract, and before beginning work, to make, execute
and deliver to said City of Fort Worth good and sufficient surety 6onds for the faithful performance of the terms and
stip�lations of the contract, indvding the exhibit attached hereto and made a part k�ereaf and such bonds shall he I44
percent of the total conEract price, and the said surety shall be a surety company duly and legally authorized to do
husiness in the 5tate of Texas, and acceptable Ea the City Council of the City of Fort Worth.
8.
Said City agrees and binds icself to pay, and the said Contractor a� ees to receive, for all of the aforesaid
work, and for all additions thereto or deductions therefrom, the price sho�vn on the proposaI submi[ted 6y the
successful bidder hereto attached and made a part hereof. .
9.
It is further aa eed that the perfarmance of this Contract, either in who�e ar in part, shall not be sublet ar
assigned to anyone else by said Contractor v�ithout the written consent of the Departrnent of Engineering Direetor of
said City of Fart Worth.
10.
The Contractor aa ees to pay at least the minimum wa;e per hour for all labor as Ehe same is classified,
pramuigated and set out by the City of Fort Worth, Texas, a copy of vs+hich is attached hereto and made a pazt hereaf
the same as if it were copied �er6atim herein.
11.
it is mutually ab eed and understood that this agreement is made and entered into by the parties hereto
with reference to the existing Chazter and �rdznances of the City of Fart Warth and the laws of the State of Texas
with reference to and governing all matters affecting this �ontract, and the Contractor aa ees to fully comply with
all the provisions of the same.
, ' _. - •
�''i�yv � f �'ort �6Vorth9 T`exas R �
���� ��d �����;� ���������t;�n
DAT� R�FERENCE NLJMBER LOG NAME PAGE
1/2�103 **C_19�41 I SOHALLMARK � 1 af 2
SUBJ�CT AWARD OF CONTRACT TO �ART�R ��I��TRU�TI�N ��EV�P,��!'� FOR ATHL�T�C
FIELD IMPROVEMENTS AT HALLIVIARK PARK _
RECOMMENDATION: �
It is recommended that the City Cauncil authorize fhe City Manager to execut� a contract with Carter
Construction Company in the amount of $i28,753.97 for athletic field improvemer�ts at HalEmark Park.
DISCUS510N:
A tatal af $128,553.97 is a�ailabfe for the renovation of aihle#ic facilities at Hallmark Park in accordanee
with the Soccer Fi�ld Management and Development Plan. �
TF�is project was ad�er�ised for bic! an October 24 and 31, 2002. �n November 21, 2a02, the �allowing
bids were received: �
BID TABULATION -
Bidder
Carter Canstruction Com�aanv
Century Ser�ices
B.T. Constructian, Inc. '
M. A. Vinson Canstruction Campany, Inc.
Land Constructors, In�.
5prinkle N Sprout I�rigation/�.andscape, Inc.
J&J 5prin�Cler & Landscape, Inc.
Eagleton Canstruction,. Ir�c.
:�f�:�['I
$62.412.77
$50,136.50
$84,717.30
$98,082.fl0
$95,897.30
��a,�2�.aa
$84,515.50
$96,097.94
Alternate Bic{ Items
$ fi6.341.20
$ 97,304.00
$ f5,020.Od
$ 52,700.00
$ 59,202.00
$102,270.00
$ 86, 500. DO
$12fi;500.00
Tatal
$128.753.97
$147,436.50
$149,737.30
$150,782.00
$155,Q99.30
$i 60,793.Q0
$171,016.5D�
$222, 597.94
The contract time is forty-five worl�ing days. The construction cvnt�act is antEcipated to commence in
March 2003 and to 6e compfeted in June 2003. �
Base Bid work will consisf of site grading and installation of an irrigation_sys#em and concrete bleacF�er
pads. Bid alternate work will. include additional irrigation system expansion, remote irrigation controller,
software for remote irrigation cantro[lers {which will serrre ti�9s and ather fields in the park system), and
grassing (s�e attached).
:r
, � �a
City of .F'o�t i�Yorth, Texas ��
� �� ��td! �u����l ��������t��� ���� � --
� � �
DATE R�FERENCE NUMB�R LOG NAME . F'Ai��. �- .�, �
�/21103 **�--� 944�� 80HALLMARK I 2 of 2
suB.��cT AWARD OF CONTRACT TO CARTER CONSTRUCTION COMPANY FOR ATHLETIC
FIEL.D IMPR4VEMENTS AT HALLMARK PARK . �
It is reeommended that �he Basa Bid in the amaunt of $62,412.77, and the bid alternates listed on the
attached, tataling $6fi,34� .20, togetner totaling $128,75�.97, as sc�bmitted by Carter Constructian
Company be approved for award af contract.
[n addition ta the contract cast, associated contingency fiuncEing for consiruction inspection
/administration and possible change arr�ers amount to $5,179.40 {4%) and $5,179,00 (4%) respectively.
Car�er Canstruction Company is in compliance wiih the City's MIWBE Ordinance by committing to 13%
M/WBE par�icipatian. The Gity's goal an this project is 1�%. .
Ti�ere will be no annual budget impact assaciated with this project.
Hallmark Park is [ocated in COUNCf� DISTRICT 6.
FISCA� lNFORMATION/CERTIFICAT�ON:
The FEnance ❑irecior cer�ifies that funds are available in th� current capEta� budget, as appro�riated, of
the Park lmprovemenfis Fund and the General Fund. �
���
�
.,..
'
y..
5ubmitted for City Manager's
�ffice by:
7oe Paniagua
Originating Departcnent Head:
ltichard Zavala
Additional InFormafion Contact:
Richard ZavaIa
6140
5704
5704
FUND I ACCOUNT � CENTER I AMOUNx'
(ta)
(fram�
C188 541240 08018$80Q10Q $101,437.97
GGDi 541200 0808085 $ 27,318.00
CITY 5ECRE'1"ARY
APPROVED 1/2i/03 -