Loading...
HomeMy WebLinkAboutContract 41649/ f O,fil',;Oj_TII ( I 1..:;, UC 10 s COPY l...Llt.1 1 DEPA T ENT G O. SPECIFICATIONS AN D C ONTRACT DOC UMENT S FOR CITY SECRETARY 4\ lay}i CONTRACT NO . - ROLLING IDLL S SOCCER COMPLEX AT HLETIC FIELDS AND P ARKING L O T I MPR OVEMENTS PROJECT NAME Rolling Hills Soccer Complex PROJECT NUMBER C 280/54 1600/808420 121 480 C 200/54 1600/8083 70 121480 IN THE CITY OF FORT WORTH TEXAS TP\V NO. 6519 MIKE J. MONCRIEF MAYOR DALE A. FISSELER P.E. C I TY MANAGER RJCHARD ZAVALA, DIRECTOR PARKS AND COMMUNITY SERVICES DEPARTMENT P ARKS AND C OMMUNITY SER VICES DEPARTMENT P LANNI NG AND RESOU RCE M AN AG EMENT DIV ISION FUNDING OF PROJECT BY C I TY OF F ORT WORTH 2004 CAPIT AL IMPROVEMENT PROGRAM JULY2010 OFFICIAL RECORD CITY S~CRETARY FT. WORTH; TX . ., • ./ Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 3/22/2011 DA TE: Tuesday, March 22, 2011 REFERENCE NO.: **C-24796 LOG NAME: 80ROLLING HILLS SOCCER COMPLX_PARKING & FIELDS SUBJECT: Authorize Execution of a Construction Contract in the Amount of $793 ,003 .85 with Raydon, Inc. for Parking Lot and Athletic Field Improvements at Rolling Hills Soccer Complex (COUNCIL DISTRICT 8) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Raydon , Inc. in the amount of $793,003.85 for parking lot and athletic field improvements at Rolling Hills Soccer Complex. DISCUSSION: The 2004 Capital Improvement Program (CIP) Proposition One : Street and Storm Sewer Improvements, allocated $5,050 ,000 .00 for parking lot and road replacement projects in area parks with $416,000 .00 allocated for the Rolling Hills Soccer Complex . Additionally , the 2004 Capital Improvement Program (CIP) Proposition Two: Parks, Recreation and Community Services Improvements, allocated $1 ,949 ,000 .00 for athletic field improvements with $477 ,000 .00 allocated to the Rolling Hills Soccer Complex . On January 4, 2011, (M&C G-17175) the City Council authorized the appropriation of $101 ,732.40 in gas well revenue to Rolling Hills Soccer Complex . The total of all funds available for improvements to this facility amount to $994,732.40. On June 9 , 2009, (M&C C-23579) the City Council authorized the City Manager to execute a contract with The Landscape Alliance in the amount of $76 ,600 .00 for design and preparation of construction documents This project was advertised for bid on September 2, 2010 and September 9 , 2010 in the Fort Worth Star- Telegram . On October 7 , 2010 , the following bids were received : BIDDER BASE BID BID ALT 1 BID ALT 16 TOTAL BID Raydon, Inc. $ 760 ,250 .70 $ 26 ,253.15 $ 6 ,500 .00 $ 793 ,003.85 Schmoldt Construction , Inc. $ 763 ,075.47 $ 19 ,802 .38 $ 16 ,115.00 $ 798 ,992 .85 CPS Civil , LLC $ 827 ,190 .60 $ 20 ,457 .00 $ 30,000 .00 $ 877 ,647 .60 Cooper General Contractors $ 838,418 .00 $ 22 ,502.70 $ 20 ,000 .00 $ 880 ,920 .70 Sports Field Solutions , LLC $ 861 ,575 .06 $ 23 ,784.67 $ 14 ,500.00 $ 899 ,859 .73 Northstar Construction , Inc . $ 862 ,670 .90 $ 22 ,911 .84 $ 2,400 .00 $ 887 ,982 .74 2L Construction $ 893 ,326.45 $ 20,457 .00 $ 25 ,000 .00 $ 938 ,783.45 Cole Construction $ 919,496 .20 $ 27 ,276 .00 $ 16 ,000 .00 $ 962,772 .20 DCI Contracting , Inc . $ 990 ,185 .50 $ 30 ,685 .50 $ 10 ,000 .00 $ 1,030 ,871 .00 The Fain Group , Inc . $ 1,000 ,711 .20 $ 32 ,731 .20 $ 10 ,000 .00 $ 1,043,442.40 C . Green Scaping , LP $1 ,001 ,113 .80 $ 30,480 .93 $ 27 ,000 .00 $ 1,058 ,594 .73 lrricon Construction $1 ,028 ,153 .55 $ 30 ,003.60 $ 17 ,300 .00 $ 1,075,457 .15 Cates Courtney & Roebuck , $ 1,029 ,177 .00 $ 30 ,685.50 $ 19 ,500.00 $ 1,079 ,362 .50 Inc . http://a pp s .cfwn et.or g/eco unci l/printmc .as p?id = 14 4 3 I &print=tru e&Doc Ty pe =Print 3/22 /2 011 ,. ~ / rage L. or L. Duininck, Inc. $ 1,073,449.05 $ 27,276 .00 $120,000 .00 $ 1,220,725 .05 JRJ Paving, LP $1 ,082 ,329.03 $ 25 ,666 .72 $ 40 ,684.38 $1,148,680.13 Ed A. Wilson , Inc. $1 ,087 ,048 .80 $ 33 ,072 .15 $ 25 ,000 .00 $1,145,120.95 Geotechnical Environmental $1 ,111,965.05 $ 27 ,992.00 $ 4 ,000 .00 $1,143,957 .05 Systems Dean Electric , Inc. $1 ,138,298 .89 $ 22 ,741 .37 $ 13,467.00 $1 ,174,507.26 Jonesplan of Texas, LLC $1 ,149,808.00 $ 27 ,276 .00 $ 25 ,000 .00 $ 1,202 ,084 .00 AUi Contractors , LLC $1,164,1 91 .60 $ 66 ,826 .20 $ 8,000.00 $1 ,239 ,017 .80 Mid America Golf & Landscape $ 1,341 ,575.56 $ 33,222 .17 $ 81 ,750.00 $ 1,456,547 .73 JDC Construction Co . $ 1,356 ,031 .80 $ 32 ,731 .20 $ 10,797.00 $ 1,399,560 .00 It is recommended that the Base Bid in the amount of $760 ,250 .70 , Bid Alternate 1 in the amount of $26 ,253 .15 and Bid Alternate 16 in the amount of $6,500 .00 for a total of $793,003 .85 , as submitted by Raydon, Inc ., be approved for award of contract. Base bid improvements include construction of a 220 space concrete parking lot, seven soccer fields and a cricket field . Bid Alternates 1 and 16 add concrete sidewalk and grading within an Oncor easement, respectively. In addition to the contract cost, associated contingency funding for construction inspection, project management and poss ible change orders is $43 ,100 .00 . Raydon, Inc . is in compliance with the City's M/WBE Ordinance by committing to 21 percent M/WBE participation . The City's goal on this project is 21 percent. Due to the fact that the fie lds slated for improvement currently exist, there will be no annual budget impact associated with this project. Construction is anticipated to commence in March, 2011 with completion in August, 2011 . Rolling Hills Soccer Complex is located in COUNCIL DISTR ICT 8 . FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated , of the Street Improvements Fund , the Park Improvements Fund and the Park Gas Lease Project Fund . FUND CENTERS: TO Fund/Account/Centers CERTIFICATIONS: er's Office b~ Originatin~ artment Head: Additional Information Contact: ATTACHMENTS FROM Fund/Account/Centers C200 541600 808370121480 C280 541600 808420121480 C282 541600 808420121480 Susan Alan is (8180) Richard Zavala (5704) Mike Ficke (5746) $334.318 .00 $356,953.45 $101,732.40 1. Accountin records 80ROLLING HILLS SOCCER COMPLX PARKING & FIELDS . df (CFW Internal) 2. Cprrected Rolling H FARs .gdf (CFW Internal) 3. Rolling_H M BE .PDF (CFW Internal) http://apps.cfwnet.org/ecouncil/printmc.asp?id= 1443 1 &print=true&DocType=Print 3/22/2011 ADDENDUM #1 Rolling Hills Soccer Complex September 20, 201 O TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify, explain or correct the original drawings and/or project manual. NOTICE TO BIDDERS Bid Opening Date has been changed to October 7, 2010. Sealed proposals shall be addressed to the City of Fort Worth, Purchasing Division, 1000 Throckmorton Street, Fort Worth, Texas 76102-6311 and received at the Purchasing Office until 1 :30 p.m:, Thursday, October 7, 2010. Bid Proposals will be publicly opened and read aloud at 2:00 p.m. in Council Chambers 2nd floor -N.E. corner of City Hall. BID PROPOSAL A new Bid Proposal is attached with revisions as follows: 1. Unit Two Item 1: Delete reference to Field 17. 2. Unit Two Item 4 : Add quantity of reference of 5. 3. Unit Three Item 1: Add quantity reference of 72,440 SF . All iime stabilization is ancillary .. ,, ... to this item. 4. Unit Three Item 2: Add quantity reference of 8. 5. Unit Three Item 4 : Add quantity reference of 3,901 SF . 6. Add Unit Three Item 5: Add 24 SY of gabions as line item . 7. Add Unit Three Item 6: Add 2,168 SF of decomposed granite as line item. 8. Unit Four Item 1 : Add quantity reference of 8 . 9. Unit Four Item 2: Add quantity reference of 6. 10 . Unit Five Item 1: Add quantity reference of 576.6 LF . 11 . Delete Unit Five Item 2 : This is referenced in Alternates as BA-11. 12 . Bid Alternate BA-1: Add quantity reference of 681 .9 LF. 13. Bid Alternate BA-2: Add quantity reference of 590 .6 LF. 14. Bid Alternate BA-11: Add quantity reference of 2395.5 LF. 15. Bid Alternate BA-16: Add quantity reference of 5. 16. Add Bid Alternate BA-17: Referencing Grading and restoration in ONCOR ROW. 17. Paragraph D: Delete reference to 70 calendar days and replaced w ith 100 working days. DRAWINGS 1. Sheet C1 :00 : Delete plan reference to east 1 O' walk as Base Bid. This walk is Alternate BA-1 . END OF ADDENDUM #1 Bid Opening Date : October 7, 2010 Acknowledge the receipt of this Addendum on your Proposal. By: Release Date: September 20 , 201 O PROPOSAL TO: MR. DALE FISSELER City Manager FOR: Fort Worth , Texas ROLLING HILLS SOCCER COMPLEX PROJECT NUMBER C280/541600/808420121480 PROJECT NUMBER C200/541600/808370121480 D.O.E. NUMBER 6519 Pursuant to the foregoing "Notice to Bidders ," the undersigned has thoroughly examined the plans , specifications , and the site, understands the amount of work to be done , and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Parks and Community Services Department Director of the City of Fort Worth. The "approximate quantities" category is for information purposes only. The contractor shall be paid on the basis of actual installed quantities on non lump sum items. Additionally, the Contractor shall be aware that the Proposal contains both Lump Sum and Unit Price items. __ :.· If the lowest bid received exceeds the funds budgeted for the project, the City reserves the right to decrease the quantities contained in any line item or to eliminate any specific line items before award of the contract in order to bring the work within budget. By submitting a bid, the bidder acknowledges the City's right to adjust or eliminate line items and agrees to honor without recourse its line item bid price. Upon acceptance of this proposal by the City Council , the bidder is bound to execute a contract and furnish, if applicable, Performance, Payment, and Maintenance Bonds approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums, to-wit: UNIT& ITEM QUANTITY & UNITS ITEM DESCRIPTION UNIT ONE -SITE PREPARATION 1. LS 2. LS Site Preparation and Earthwork per plans and s pecifications Per Lwnp Swn: _____________ Dollars and ____________ Cents Imported Topsoil per plans and specifications Section 02200 P er Lwnp Swn: _____________ Dollars and Cents ------------ - 1 - UNIT PRICE $ __ _ $ __ _ AMOUNT $ __ _ $ UNITS& ITEM 3. QUANTITY & UNITS LS ITEM D ESCRIPTION Temporary Silt Fence and Erosion Control per Sheet C 1.13 Per Lump Sum: Dollars and Cents UNIT TWO -IRRIGATION AND LAND SCAPING 1. LS Irrigation Distribution System and Installation of Irrigation Improvement for Fields 16, 19 & 20 per Sheet I 1.0 Per Lump Sum: Dollars and Cents 2. LS Hydromulch Seeding per plans and Specifications Section 02930 - Per Lump Sum: Dollars and Cents 3. LS Temporary Irrigation as requ ired to establish Hydromulch Seeding P er Lump Sum: Dollars and Cents 4. SEA Hybrid Bermuda Sprigging for Fields 16, 17, 19 20, and 21 Per Specifications Section 02932 Per Each Field: Dollars and Cents UNIT THREE -CONCRETE AND PARKING IMPROVEMENTS 1. 72,440 SF Reinforced Concrete Pavement for Parking Per Square Foot: Dollars and Cents 2 . 8EA Handicap ramps and landings associated with parking lot Per Each: Dollars and Cents - 2 - $ $ $ $ $ $ $ UNIT PRICE AMO UNT $ $ $ $ $ $ $ UNITS & ITEM 3 . 4. 5. 6 . QUANTITY & UNITS LS 3,901 SF 24SY 2,168 SF ITEM DESCRIPTION Pavement Markings and Handicap Parking Signs Per Lump Sum: Dollars and Cents Reinforced Concrete Walk West of Parking and associated with Parking Lot Per SF: Dollars and Cents Gabion Mattress's at Parking Lot as shown on plans . Per SY: Do ll ars and Cents Decomposed Granite installed in parking lot islands as shown on plans. Per SF : Dollars and Cents UNIT F OUR -SITE FURNISHINGS 1. 8EA Provide and install new soccer goals for fields 16, 17, 19 , 20. Per E ach: Dollars and Cents 2. 6EA Remove and reinstall existing soccer goals for fields 18, 21 , 22 . Per Each: Dollars and Cents 3. LS Install new Cricket Pitch Per Lump Sum: Dollars and Cents - 3 - $ $ $ $ $ $ $ UNIT P RICE .. AMO UNT $ $ $ $ $ $ $ UNITS & QUANTITY ITEM & UNITS UNIT FIVE -FENCING 1. 576 .6 LF ITEM DESCRIPTION Chain Link Fencing and Gates to enclose existing complex per Sheet C 1.11 & specifications Per Linear Foot: Dollars -------------and Cents ----------- ~; l .,... ~ ... - BASE BID RECAPITULATION UNIT ONE $ ____ _ UNIT TWO $ ____ _ UNIT THREE $ ____ _ UNIT FOUR $ ____ _ UNIT FIVE $ ____ _ BASE BID TOTAL $ ____ _ - 4 - $ UNIT PRICE --- AMOUNT $ __ _ UNITS & QUANTITY ITEM & UNITS BA-1. 681.9 LF BA-2 . 590.6 LF BA-3. LS BA-4. LS BA-5 LS BA-6 LS BA-7. LS BA-8 LS ITEM D ESCRIPTION BID ALTERNATES 10' Reinforced Concrete Paving; Per Linear Foot Dollars and Cents 6' Reinforced Concrete Paving; Per Linear Foot Dollars and Cents Install Bleacher Slab Improvements per Plans at Fields 15 / 16 without Bleachers Per Lump Sum: Dollars and Cents Install Bleachers on Bleacher Slab per Plans at Fields 15 /16 Per Lump Sum: Dollars and Cents Install Bleacher Slab Improvements per Plans at Field 17 without Bleachers Per Lump Sum: Dollars and Cents Install Bleachers on Bleacher Slab per Plans at Field 17 Per Lump Sum: Dollars and Cents Install Bleacher Slab Improvements per Plans at Fields 19/20 without Bleachers Per Lump Sum: Dollars and Cents Install Bleachers on Bleacher Sla bs per P lans at Fields 19/20 Per Lump Sum: Dollars and Cents - 5 - $ $ $ $ $ $ $ $ UNIT P RI CE -- -- AMO UN T $ $ $ $ $ $ $ $ UNITS & ITEM BA-9 BA-10 BA-ll BA-12 BA-14 BA-15 BA-16 BA-17 Q UANTITY & UNITS LS LS 2,395.5 LF 2EA LS LS 5EA LS ITEM D ESCRIPTION Install Bleacher Slab Improvements per Plans at Field 21 without Bleachers Per Lump Sum: Dollars and Cents Install Bleachers on Bleacher Slab per Plans at Field 21 Per Lump Sum: Dollars and Cents Chain Link Fencing and Standard Gates to enclose Fields 15, 16, 17, 19, 20, 21 Per Linear Foot: Dollars and Cents Install Polygon Portal with Gates at entry to soccer fields east and west of parking in lieu of standard gates Per Each: Dollars and Cents Install Irrigation on Soccer Field 17 Per Lump Sum: Dollars and Cents Install Irrigation on Soccer Field 21 Per Lump Sum: Dollars and Cents Install Hybrid Bermuda So lid Sod on Fields 16, 17, 19, 20, and 21 in lieu of Base Bid Sprigging. Per Each: Dollars and Cents Grading and Fence and Grass Restoration in ONCOR ROW per plans . Per Lump Sum: Dollars and Cents -6 - $ $ $ $ $ $ $ $ UNIT PRICE AMO UNT $ $ $ $ $ $ $ $ BID SUMMARY BASE BID TOTAL $ ____________ _ BID ALTERNATES TOTAL $ ____________ _ GRAND TOTAL $ ____________ _ -7 - A. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20 .04 (F) of the Texas Limited Sales, Excise and Use Tax Act. B. The Contractor performing this contract may purchase, rent or lease all materials, supplies , equipment used or consumed in the performance of the contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling tax , said exemption certificate complying with State comptroller's ruling #95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95.09 as amended to be effective October 2, 1968. C. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractor or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. D . The undersigned agrees to complete all work covered by these contract documents within one hundred (100) working days after the date for commencing work as set forth in the written Work Order to be issued by the Owner and to pay not less than the Federal Wage Rates referenced within the project documents. E. Within ten (10) days ofreceipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver applicable Surety Bonds for the faithful performance 0f this contract. The attached deposit check in the sum of$ Dollars ($ is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and applicable bonds are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. F . In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous price for construction therofto the City or to reject the Proposal. G. Receipt is hereby acknowledged of the following addenda: No. 1 No. 2 No . 3 No. 4 Respectfully submitted, (Company Name) By (Authorized Signature) Date:--------------- Address: -------------- ---- Telephone: _ _,__.,_ __________ _ Seal (if Corporation) -8 - ADDENDUM #2 Rolling Hills Soccer Complex October 4 , 201 O TO ALL BIDDERS : Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify, explain or correct the original drawings and/or project manual. BID PROPOSAL 1. Unit One Item 2: Delete reference to specification Section 02200. Specification reference is Section 02300. SPECIFICATIONS 1. Section 02300 , 2.01 A., 2 : Unit Three Item 2: Delete reference "for all lawn areas". Add reference "for all soccer fields and as otherwise required to supplement on site topsoil in other lawn areas to provides grades and surfaces required by plans and specifications . All non-athletic field areas will rece ive a minimum 4" surface of re-distributed or imported ---~ ··, · . topsoil." 2 . Section 02870 , 2.01 , B.: Delete soccer goal reference and add: B. Soccer Goals - 4" x 4 " A luminum Goals 24' W X 8 ' H X 9 '0 with white powder coated finish. Backstays and rear crossbars to be 2" 14 gauge white powder coated steel tubing. Nets shall be 3 mm. 1. Approved Products : BSN-VPI Sports No . STA248PO. 3 . Section 02870 , 2.02 , B.: Add alternate phone no . 1-800-527-0871 and website : TACVPlsports.com. END OF ADDENDUM #2 Bid Opening Date: October 7, 2010 Acknowledge the rece ipt of this Addendum on your Proposal. By: Release Date: October 4, 201 O ADDENDUM #3 Rolling Hills Soccer Complex October 5, 201 O TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify, explain or correct the original drawings and/or project manual. BID PROPOSAL 1. Bid Alternate BA-11 : Delete fence quantity reference of 2 ,395 .5 LF . Add quantity reference of 2,929 LF . DRAWINGS 1. Sheets C1 .03, C1 .04 , C1 .05, C1 .06: Delete third general note which states: "All disturbed areas within fence shall be sprigged with hybrid Bermuda per specs unless otherwise noted. Hydromulch alt. fields not accepted." Replace with : ... , "Fields 16, 17 , 19 , 20 and 21 shall be sprigged with Hybrid Bermuda. All remaining areas within and outside the fence shall be hydromulched." MISCELLANEOUS 1. The Geotechnical Report for this site has been uploaded to the City of Fort Worth Buzzsaw website for informational purposes. END OF ADDENDUM #3 Bid Opening Date: October 7, 2010 Acknowledge the receipt of th is Addendum on your Proposal. By : Jo Release Date : October 5 , 201 O ADDENDUM #4 Rolling Hills Soccer Complex October 6 , 201 O TO ALL BIDDERS: Please attach to your specifications. Th is addendum is hereby made a part of the Contract Documents and is issued to modify, explain or correct the original drawings and/or project manual. SPECIFICATIONS 1. Section 03300-2.05-A. Mix Design: Delete f irst sentence "The concrete shall contain not less than fi ve (5) sacks of cement per cubic yard." Add : The Concrete shall contain not less than six and one-half (6 112) sacks of cement per cub ic yard. 2. Section 03300 -2.05-C. Quali ty: Delete existing sentence . Add : The concrete shall be designed for a minimum compressive strength of three thousand five hundred (3 ,500) pounds per square inch at the age of twenty-eight (28) days. END OF ADDENDUM #4 Bid Open ing Date : October 7, 2010 Acknowledge the receipt of th is Addendum on your Proposal. By: Release Date : October 6, 201 O SPECIFICATIONS AND CONTRACT DOCUMENTS FOR PROJECT : ROLLING HILLS SOCCER COMPLEX PROJECT NO. C280/541600/808420121480 C200/541600/808370121480 TPW NO. 6519 DATE: SEPTE MBER 1, 2010 OWNER : CITY OF FORT WORTH LANDSCAPE PARKS AND COMMUNITY SERVICES D EPARTMENT 4200 SOUTH FREEWAY, SUITE 200 FORT WORTH, TEXAS 76115-1499 ARCHITECT : THE LANDSCAPE ALLIANCE GARY P. K UTILEK 951 W . PIPELINE RD ., SUITE 410 HURST, TEXAS 76053 (817) 589-8909 SURVEYOR: SPOONER & ASSOCIATES ERIC SPOONER, RPLS CIVIL 309 BYERS STREET, SUITE 100 EULESS, TEXAS 76039 (817) 281-2355 ENGINEER : HAMILTON DUFFY, PC KEITH HAMILTON, P.E . 8241 MID-CITIES BLVD ., SUITE 100 NORTH RICHLAND HILLS , TEXAS 76180 (817)268-0408 TABLE OF CONTENTS 1. NOTICE TO BIDDERS 2. SPECIAL INSTRUCTIONS TO BIDDERS 3. PROPOSAL 4. CITY OF FORT WORTH M/WBE ENTERPRISE SPECIFICATIONS 5. CITY OF FORT WORTH PREVAILING WAGE RA TES 6. WEATHER TABLE 7. VENDOR COMPLIANCE TO STATE LAW 8. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION 9. PROJECT DESIGNATION SIGN 11. TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS 01100 -Summary of Work 01135 -Contract Time 01140 -Alternatives 01150 -Payment To Contractor 01300 -Submittals 01400 -Quality Control 01410 -Testing 01500 -Temporary Facilities and Controls 01640 -Substitutions and Product Options 01700 -Project Closeout 01800 -Contractor's Responsibility for Damage Claims DIVISION 2 -SITE WORK 02200 -Site Preparation 02300 -Earthwork 02580 -Pavement Markings 02810 -Irrigation 02830 -Chain Link Fencing 02870 -Site Furnishings 02930 -Lawns -Hydromulching 02932 -Lawns -Sprigging 02935 -Lawns -Sodding DIVISION 3 -CONCRETE 03200 -Concrete Reinforcement 03300 -Cast-in-Place Concrete DIVISION 7 -THERMAL & MOISTURE PROTECTION 07920 -Caulking and Sealants 12. CERTIFICATE OF INSURANCE 13. BIDDER'S STATEMENT OF QUALIFICATIONS 14. PERFORMANCE BOND 15. PAYMENT BOND 16. MAINTENANCE BOND 17. CONTRACT NOTICE TO BIDDERS Sealed Proposals for the following : PROJECT NAME Rolling Hill s Soccer Complex PROJECT NU MBER C280/54l600/808420121430 C200/541600/808370121430 TPW NO. 6519 '----------------------------·-··---------' Addressed to the City of Fort Worth , Purchasing Division , 1000 Throckmorton Street , Fort Worth , Texas 76102-6311 and received at the Purchasing Office until 1 :30 p.m., Thursday, September 30, 2010 and then publicly opened and read aloud at 2 :00 p.m . in Council Chambers 2nd floor - N.E. corner of City Hall . Contract documents , including plans and specifications for this project may be obtained on-line by visiting the City of Fort Worth's Purchas i ng Division website at http ://www.fortworthgov.org/purchas ing/ and clicking on the project link. This link will take you to the advertised project folders on the City's Buzzsaw site , where the plans and cont ract documents may be downloaded , viewed and printed by interested contractors and/ or suppliers . For access to the plans and construction documents , please fill out the plan holder registration form available at the follow i ng City web site : www .fortworthgov .org/purchasing and click the Buzzsaw link . Please contact Joel McElhany , Project Manager, at (817) 392-5745 or at joel.mcelhany@fortworthgov.org for assistance . 1. Wage Rates: All Bidders w ill be required to comply with Provis ion 5159a of "Vernon's Annotated Civil Statutes " of the State of Texas with respect to the payment of the prevailing wage rates , and City Ordinance No . 7278 , as amended by City Ordinance No . 7400 (Fort Worth City Code , Section 13-A-21 through 13-A-29) prohibiting d iscrim inat ion in employment practices . 2. Disadvantaged Business Enterprise Participation Goals: In accordance with the City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the participation of disadvantaged business enterprises in City con t racts. A copy of the Ordinance can be obtained from the M/WBE Office or from the Office of the City Secretary . The b idder shall submit the DBE UTILIZATION FORM , SUBCONTRACTOR / SUPPLIER UTILIZATION FORM , PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM and/ or the JOINT VENTURE FORM ("Documentation) as appropriate and must be received no later than 5:00 P.M., five (5) City business days after the bid opening date , exclusive of the bid opening date . The bidder (a) shall submit documentation at the reception area of the managing department, Department of Engineering , 2n d floor , City Hall , and shall obtain a receipt in person . Such receipt shall be evidence that the documentation was received by the City . (b) Electron ic submittal of M/WBE documentation will not be accepted. Fa i lure to comply with (a) and (b) sha ll render the b id non-responsive . The following list is provided to assist bidders in obtaining the services of M/WBE vendors qualified to provide such services/materials for this project. A listing of qual ified M/WBE vendors may be obtained at the City of Fort Worth M/WBE office, 3rd floor City Hall . Services/materials for this project are as follows : demolition/site prep fencing site furnishings clearing/grubbing concrete seeding grading/earthwork stee l rebar sodding The City's minimum M/WBE goal on this project is 21 % of the total dollar value of this contract. 3. Prime Bidder Qualification Requirements: The City will evaluate all submitted bids based on criteria and qualifications to determine award of contract as noted in Item 14. - Bidder's Statement Of Qualifications -Special Instructions To Bidders , and upon receipt of Bidder's Statement Of Qualifications form included in this construction document. In general : • The Prime Bidder , as general contractor or sub-contractor, must demonstrate s imilar project scope experience on three (3) projects within the last three (3) yea rs . All subcontractors intended for use on this project shall also demonstrate similar project scope experience necessary to successfully perform on their respective portion of work on this project. • The Prime Bidder must provide a list the surety company(s) which issued bonds for projects listed above. Additionally, the Prime bidder shall list the surety company intended for use on this project. • The Prime Bidder must submit a current certified financial statement prepared by an independent Certified Public Accountant. • The Prime Bidder shall perform work its own organization and with the assistance of work crews under its superintendence work of a value not less than fifty percent (50%) of the project scope of work as per Section 8.1 of the standard specifications for Street and Storm Drain Construction for the City of Fort worth . Bidder's Qualifications are to be submitted and received by the Parks and Community Service Department Project Manager no later than 5 :00 P.M ., five (5) City business days after the bid opening date, exclusive of the bid opening date. 4. Bid Addendum: Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Proposal form . Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract documents . Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order to receive notifications regarding the issuance of addenda . It shall be the bidding contractor's sole responsib i lity to verify they have received and considered addenda prior to submitting a bid . 5. Pre -Bid Conference: An optional pre-bid conference will be held with prospective bidders at the Parks and Community Services Department , 4200 South Freeway , Su ite 2200 , Fort Worth , Texas 76115-1499, Conference Room #2 on Tuesday, September 14, 2010 at 1 :30 p.m. 6. Award of Contract The City reserves the right to reject any or all bids and waive any or all formalities . The City will award one contract with a combination of base bids and/or alternates which is most advantageous to the City . No bid may be withd rawn until the expiration of 70 calendar days from the day bids are opened . The award of contract , if made , will be with i n 70 calendar days after the opening of b ids , but in no case will the award be made until a ll necessary investigations are made as to the responsibility of the bidder to whom the contract will be awarded . RICHARD ZAVALA , DIRECTOR PARKS AND COMMUNITY SERVICES DEPARTMENT By: Joel cElhany , Sen ior Project (817) 392-5745 Thursday, September 2, 2010 Thursday , September 9 , 2010 DALE A.FISSELER , P .E . CITY MANAGER MARTY HENDRIX CITY SECRETARY SPECIAL INSTRUCTIONS TO BIDDERS TABLE OF CONTEN TS 1. BID SECURITY 2. PROPOSAL 3 . ADDENDA 4. PERMITS 5. AW ARD OF CONTRACT 6 . PAYMENT, PERFORMANCE AND MAINTENANCE BONDS 7. LIQUIDATED DAMAGES 8 . EMPLOYMENT 9 . WAGE RATES 10. FINANCIAL STATEMENT 11. INSURANCE 12 . NON -RESIDENT BIDDERS 13 . MINORITY I WOMEN BUSINESS ENTERPRISE 14. PROTECTION OF TREES, PLANTS AND SOIL 15. PRODUCT SUBMITTAL AND SUBSTITUTION OPTIONS 16. BIDDER'S STATEMENT OF QUALIFICATIONS 17 . OZONE ALERT DAYS 18 . WORKERS COMPENSATION INSURANCE COVERAGE SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth , in an amount of not less than 5 percent of the large st possible total of the bid submitted must accompany the bid, and is subject to for fe it in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas . In addition , the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained rein surance for any liability in excess of $100 ,000 from a reinsurer that is authorized and admitted a s a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States s ecretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion , will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices , the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents . The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid . Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals , or to proceed with the work in any ma1U1er as maybe considered for the best interest of the Owner. The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans . The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract Documents prior to the bid receipt. Information regarding the status of addenda may be obtained by contacting Parks and Community Services Department telephone number indicated in the Notice to Bidders. Bids that do not acknowledge all applicable addenda will be rejected as non-responsive. (See Item Gin the Proposal.) 4. PERMITS: The Contractor shall obtain all permits necessary for compliance to the City of Fort Worth Building Code. Fees shall be waived for permit applications . For a listing of anticipated project permits, refer to Div. I -General Requirements: Section O 1100-3. SPEC IAL INSTRUCTION S TO BIDDE RS -I - 5. AWARD OF CONTRACT: The Contract may not necessarily be awarded to the lowest bidder of the Base Bid. The Parks and Community Services Department shall evaluate and recommend to the City Council the best bid based on the combined benefits of total bid price and number of contract days allotted, as specified in the Proposal, and which is considered to be in the best interest of the City. Regardless of the Alternative chosen, the Contractor agrees to complete the Contract within the allotted number of days. If the Contractor fails to complete the work within the number of days specified in the Construction Documents, liquidated damages shall be charged as outlined in General Provisions, Item 8 .6 Failure to Complete Work on Time, found in the Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas. 6. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less , payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work . C. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth . D. A Maintenance Bond shall be required for all Parks and Community Services Department projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Division 1, Section 01150-Item 1.14: Warranty In order for a surety to be acceptable to the City, the surety must meet the requirements of V. A. T. S Insurance Code, art. 7 .19-1 ( c ). Satisfactory proof of any such reinsurance shall be provided to the City as outlined in the Notice To Bidders . The City , in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City , notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City SPECIAL INSTRUCTIONS TO BIDDERS -2 - 7. LIQUID A TED DAMAGES: The Contractor's attention is called to Part l -General Provisions, Item 8 , Paragraph 8.6 , Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth , Texas , concerning liquidated damages for late completion of projects . 8. EMPLOYMENT: All bidders will be required to comply with City Ordinance No . 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through l 3-A-29) prohibiting discrimination in employment practices . 9 . WAGE RA TES: All bidders will be required to comply with provision 5159a of "Vernons Annotated Civil Statutes" of the State of Texas with respect to the payment of prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in Contract Documents for this project. Disregard if Federal Wage Rates are applicable to this project. If Federal Wage Rates are applicable to a project, the Contractor shall comply with all items identified in the attached Contractor's Packet. For further information regarding this packet, contact the Intergovernmental Affairs/ Grants Management Division, Finance Department at (817) 871-8365 or 871-8387 10 .FINANCIAL ST A TEMENT: A current certified financial statement shall be provided to the City as outlined in the Notice to Bidders for use by the CITY OF FORT WORTH in determining the successful bidder. This statement is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 11 . INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds , proof of insurance for Workers Compensation (statutory); Comprehensive General Liability ($1,000,000 per occurrence, $2 ,000,000 aggregate); and Automobile Insurance ($1,000,000 each accident on a combined single basis or $250,000 property damage/$500,000 bodily injury per person per occurrence. A commercial business policy shall provide coverage on "any auto ", defined as autos owned, hired , and non- owned). Additional lines of coverage may be requested . If such a request is made after bid opening , Contractor shail be entitled to additional compensation equal to 110% of the additional premium cost. For worker 's compensation insurance requirements , see Special Instructions to Bidders -Item 16. ADDITIONAL INSURANCE REQUIREMENTS : A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy . B. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76 102 , prior to commencement of work on the contracted project. C. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. SPECI AL INSTRUCTIONS TO BIDD ERS - 3 - D . Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal , and /or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. E. Insurers must be authorized to do busines s in the State of T exas and have a current A.M. Best rating of A : VII or equivalent me asure of financial strength and solvency . F. Deductible limits , or self-funded retention limits , on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. G. Other than worker's compensation insurance , in lieu of traditional insurance , City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the project, Contractor shall report, in a timely manner , to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M . Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 12 . N ON-RESIDENT BIDDERS : Pursuant to Texas Government Code, art. 2252 .002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state . SPECIAL IN STR UC TIONS TO BIDD ERS -4 - "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications . The failure of a non-resident contractor to do so will automatically disqualify that bidder. 13. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The MEB /WBE Utilization Form, Subcontractor / Supplier Utilization Form, Prime Contractor/Waiver Form and the Good Faith Effort Form and or the Joint Venture Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after the bid opening date, exclusive of the bid opening date . The bidder shall submit the documentation at the reception area of the Department of Engineering ("Managing Department"), 2nd floor, City Hall , and shall obtain a receipt . Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder , now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information : 1. Name of Contract 2. Name of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice to proceed will not be issued until the signed letter(s) or executed agreement(s) have been received. Throughout the duration of this project, the Contractor comply with the M/WBE Ordinance by complying with the following procedures: • A M/WBE Participation Report Form must be submitted monthly until the contract is completed. The first report will be due 30 days after commencement of work. The monthly report MUST have an original signature to ensure accountability for audit purposes. • Reports are to be submitted monthly to the M/WBE Office , regardless of whether or not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a particular month, place a "O" or "no participation" in the spaces provided , and provide SPECIAL INSTRUCTIONS TO BIDDERS -5 - a brief explanation. • The Contractor shall provide the M/WBE Office proof of payment to the M/WBE subcontractors and suppliers only. The M/WBE Office will accept the following as proof of payment: 1. Copies of submitted invoices with front and back copies of canceled check(s), OR 2. A notarized letter explaining, in detail: a Subcontractor/supplier Scope of Work b. Date when services were received from subcontractor/supplier c . Amounts paid to the subcontractor/supplier d. Original signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports and /or proof of payment on a monthly basis , the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion . 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation . a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b . If the Contractor makes change(s) prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth, The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office , 3rd floor -City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise (M /WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts ( other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal , state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than a negligent misrepresentation) and /or commission of fraud SPECIAL INSTRUCTIONS TO BIDDERS -6 - will result on the Contractor being determined to be irresponsible and barred from participating in City work for a period ohime of not less than three years. 14 . PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards , shrubs , trees , etc ., shall be preserved or restored, after completion of the work, to a condition equal or better than existed prior to start of work. By Ordinance, the Contractor must obtain a permit from the City Forester before any work (trimming, removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-Of-Way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5705. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 15. PRODUCT SUBMITTAL AND SUBSTITUTION OPTIONS: -All prospective bidders shall submit Bid Proposals which reflect specified products only. Product substitution of 'Or Equal' products will be considered only after award of contract is made to the successful Bidder / Prime Contractor. See Div. I -General Requirements -Section 01640. 16. BIDDER'S STATEMENT OF QUALIFICATIONS A. QUALIFICATION OF BIDDERS: Prime Bidder and all sub-contractors to be used by the bidder in the performance of this project shall be required to demonstrate experience necessary to successfully perform the proposed scope of work. The Prime Bidders' specific (1) experience, (2) stability and (3) history of performance on projects of a similar nature and scope will be considered. The BIDDERS STATEMENT OF QUALIFICATIONS shall be provided to the City as outlined in the Notice To Bidders and as noted in the specifications for the purpose of evaluating the Prime bidder / subcontractors qualifications. B. PRIME BIDDER I SUBCONTRACTOR QUALIFICATIONS 1. Demonstrate experience as either general or sub-contractor on a minimum of three (3) projects similar in scope within the last three (3) years. 2. Provide listing of surety company(s) which issued bonds for previous projects identified as demonstrated experience. 3. Provide name of surety company to be used for this project. 4. Provide a current certified financial statement as prepared by an independent Certified Public Accountant. 5. Name and qualifications for the site superintendence of the work. SPECIAL INSTRUCTIONS TO BIDDERS -7 - 6. Identify at least 50% of work which is to performed by the Prime Bidder with its own organization and work crews under its superintendence. 7 . All sub-contractors intended for use on this project shall also demonstrate similar project scope experience (three similar projects in scope within last three years) necessary to successfully perform their respective portion of work on this project. 8. Submittal of Letters Of Intent for the use of spe cific subcontractors listed on the Bidders Statement Of Qualification form. T he Prime Bidder shall submit such Letters oflntent to the City no later than fi v e (5) working day s upon bein g recogni zed as the overall qualified bidder by the City. Should the Prime Bidder subsequently desire to substitute a subcontractor, the Prime Bidder shall notify the Project Manager in writing along with Letter Of Intent and experience qualifications for approval prior to commencement of con struction . The documentation required herein shall be received by the Proj ect Manager of the Parks and Community Services Department no later than five (5 ) City business days after the bid opening date, exclusive of the bid opening date. Recommendation of award of contract shall be contingent upon the Bidder and / or sub-contractors meeting such qualification requirements. Location and responsive ability of the firm will be considered . If your firm anticipates entering into a joint venture with any other firm to conduct all or part of the performance required under the proposed project, that firm should be specified in your response . For each firm included in the joint venture , please provide the information required above . Under the Contract executed for this work the City will require your firm to be completely 100 percent responsible for fulfilling all aspects of the contract bonds. Other firms and employees that may be involved in their joint venture will be treated by the City under the contract as if the y were employees or subcontractors of your firm. Other than those firms noted in the contract as a part of the joint venture , no other firms will be allowed to participate in the joint venture without written consent from the City. B. PLAYGROUND INSTALLATION AS PRIME PROJECT SCOPE 1. For projects in which the construction of playground are a is the prime scope of work, bidders must be able to demonstrate the following . Failure to adequately demonstrate that the bidder meets these requirements may resu lt in a recommendation that the bid be rejected as non -responsive. 2 . The prime bidder shall submit such documents as are necessary to establish that the bidder has successfully and satisfactorily completed the construction and installation of at least three (3) playground facilities within the immediate past three (3) years for the state of Texas or other municipalities within the Dallas / Fort Worth metroplex , such work to have included grading, sub surface drainage, playground perimeter concrete edging, equipment and safety surface installation. The documentation shall also demonstrate that the bidder completed the projects within the contract time without the assessment of liquidated damages. 3 . If the prime bidder has not performed work for the state of Texas or municipalities within the Dallas / Fort Worth metroplex , the bidder may still be SP EC IAL JNS TRUCT IONS TO BID DE RS -8 - 17. 18. considered if it has completed three (3) park playgrounds within the last three (3) years for private entities which included work as noted in B . l . 4. The prime bidder in addition shall provide information that discloses or demonstrates the following: a. Name and qualifications for the s ite superintendence of the work . b . Knowledge in appropriate task s eque ncing . c. Intended staffing requirements to construct the work within the contract time allowed . OZONE ALERT DAYS : The Contractor shall be required to observe the following guidelines relating to working on City construction s ite s on days designated as "OZONE ALERT DAYS". Typically, the Ozone Alert se a son within the Metroplex area runs from May through September, with 6:00 a.m. -10:00 a.m. being critical ozone forming periods each day . The Texas Natural Resource Conservation Commission (TNRCC) in coordina tion with the National Weather Service, will issue the Ozone Alert by 3 :00 p.m . on th e a fternoon prior to the alert day. On designated Ozone Alert Days, the Contractor shall bear the responsibility of being aware that such day s have been designated Ozone Alert Days and as such shall not begin work until 10 :00 a .m . whenever construction phasing requires substantial use of motorized equipment. However, the Contractor may begin work earlier if such work minimizes the use of motorized equipment p r ior to l 0 :00 a .m . If the Contractor is unable to perform continuous work fo r a period of at least seven hours between the hours of 7 :00 a.m . -6:00 p .m ., on a designated Ozone Alert Day , that day will be considered as a weather day and added onto the allowable weather days of a given month. WORKERS COMPENSATION INSURANCE COVE RAGE : Contractors compliance with Workers Compensation shall be as follows : A. Definitions : Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82 , TWCC-83 , or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity employees providing services on a project, for the duration of the project. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has be en completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in [J 406 .096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes, without limitation, independent contractors , subcontractors, leasing companies, motor carriers, owner-operators , employees of any such entity, or employees of any entity which furnishes persons to provide services on S PEC IA L INSTRUCTIONS T O BlDD ERS - 9 - the project. "Services" include , without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food /beverage vendors , office supply deliveries , and delivery of portable toilets . B. The contractor shall provide coverage , based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code , Section 401 .011(44 ) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D . If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended . E. The contractor shall obtain from each person providing services on a project , and provide to the City : ( 1) a certificate of coverage, prior to that person beginning work on the project, so the City will have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage , if the coverage period shown on the current certificate of coverage ends during the duration of the project. E. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission , informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to : (1) provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; SPECIAL INSTRUCTIONS TO BIDDERS -10 - (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known , of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper repo11ing of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. The providing of false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties or other civil actions. K. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor which entitles the City to declare the contract terminated if the contractor does not remedy the breach within ten days after receipt of notice of breach from the City. SPECIAL INSTRUCTIONS TO BJDDERS - 1 l - "The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered , and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Texas Workers' Compensation commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population . The text for the notices shall be the following text, without any additional words or changes : REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." END OF SECTION SPECIAL INSTRUCTIONS TO BIDDERS -12 - PROPOSAL TO: MR. DALE FISSELER City Manager FOR: Fort Worth, Texas ROLLING HILLS SOCCER COMPLEX PROJECT NUMBER C280/541600/808420121480 PROJECT NUMBER C200/541600/808370121480 D.O.E. NUMBER 6519 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans , specifications , and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials neces sary to fully complete all the work as provided in the plans and specifications , and subject to the inspection and approval of the Parks and Community Services Department Director of the City of Fort Worth. The "approximate quantities" category is for information purposes only. The contractor shall be paid on the basis of actual installed quantities on non lump sum items. Additionally, the Contractor shall be aware that the Proposal contains both Lump Sum and Unit Price items . If the lowest bid received exceeds the funds budgeted for the project, the City reserves the right to decrease the quantities contained in any line item or to eliminate any specific line items before award of the contract in order to bring the work within budget. By submitting a bid, the bidder acknowledges the City's right to adjust or eliminate line items and agrees to honor without recourse its line item bid price. Upon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and furnish , if applicable, Performance, Payment, and Maintenance Bonds approved by the City of Fort Worth for performing and completing the said work within the time stated and for the following sums , to-wit: UNIT& ITEM QUANTITY & UNITS ITEM DESCRIPTION UNIT ONE -SITE PREPARATION 1. LS 2 . LS Site Preparation and Earthwork per plans and specifications Per Lump Sum: ~rJ.z...1-h,v.~J} /~ -51 'i °Tl'\OU. SC<-I)? 0 :k,v <-IV..,. /:i:i:<,H-2'21t <-cX 6+=t'1 -1-,v<-Dollars and rv o C ents Imported Topsoil per plans and sp ecifications Section 02200 Per !,ump Sum: o iO f.i :t-\A..:>D~i:> ~'&fh-+'1 0 ,,:>1;. 'T\,\oi.."7 a.~ 0 ,e._\.}'1,.,U H:l.(.!'J i2 tz e ,2 ~fc1 i..:: 1 .-Fc:,Lu?, Dollars and -C ents - 1 - UNIT PRICE AMOUNT UNITS & ITEM 3. QUANTITY & UNITS LS ITEM DESCRIPTION Temporary Silt Fence and Erosion Control per Sheet C 1.13 Per Lump Sum: . ~, Ju /4Jl;d · /J/t9t!Ti/ Dollars and IV(/ Cents UNIT TWO -IRRIGATION AND LANDSCAPING 1. LS 2. LS 3. LS 4. SEA Irrigation Distribution System and Installation of Irrigation Improvement for Fields 16 , 19 & 20 per Sheet I 1.0 Per Lump Sum: ft q.'t -J-ov.~ ~J,c:x.. l\,o C,t qh}:e e.JO Dollars and ~o c~~ Hydromulch Seeding per plans and Specifications Section 02930 ~r Lump Sum:,rs) -~ ,~v-1,a,u;, g e'<-l:tul\JC ~\)'Q ,,Jt '1 Dollars and #v D Cents Temporary Irrigation as required to establish Hydromulch Seeding Per Lll\11P ~tpi: '[k)?J()tl.( ~"7hcy;..70t,i.J J} Dollars and No Cents Hybrid Bermuda Sprigging for Fields 16, 17 , 19 20 , and 21 Per Specifications Section 02932 ,Y.er Each Field:~ _ """' h B;-,Jr,,,e..J.l-~ } i +t-l:\ Dollars and U? Cents UNIT THREE -CONCRETE AND PARKING IMPROVEMENTS 1. 72,440 SF 2 . 8EA Reinforced Concrete Pavement for Parking Per Square Foot: -an_d_.}h___._...,.~~z;-=<,;-=-~~------~:~:s Handicap ramps and landings associated with parking lot Per Each: 1 1 0 n f, -11i ,. hoot:/f2fP :1 f:t:1 and /JJQ Dollars Cents -2 - UNIT PRICE cP $ ?51/J -- cP $,9lD IB - $3~ ~ $/W AMOUNT oc> $.5LJ Ol8 ~ C,:J $ 2 43 1':)- ct? $ iow- UNITS & QUANTITY ITEM DESCRIPTION ITEM &UNITS 3. LS Pavement Markings and Handicap Parking Signs Per Lumy Sum:. J) ~ -t , i1e. /fVJvdu Dollars and ,JC) Ce nts 4 . 3,901 SF Reinforced Concrete Walk West of Parking and associated with Parking Lot Per SF=&. Dollars ·iz..- and t:-~-l--~ Cents I 5 . 24 SY Gabion Mattress's at Parking Lot as shown on plans. Per SY: e.,C\\(.\-~ -~1~<2...-Dollar s and K>O Cents 6. 2 ,168 SF Decomposed Granite installed in parking lot islands as shown on plans . Per SF : -rk~ Dollars and ·£~ Cents UNIT FOUR -SITE FURNISHINGS 1. 2. 3. 8 EA Provide and install new soccer goals for field s 16 , 17 , 19 , 20. 6EA LS Per Eac_Ir ---rv_~e_ H:~~,p ~);>LJQ.._"1-Jt1= b J~Dollars and ,-..,)0 Cents Remove and reinstall existing soccer goals for fields 18 ,21 ,22 . Per Each : ~ ....;_ f>t;k6.'.>~ c-S:? Dollars and ,t...:)C> Cents Install new Cricket Pitch Pe r Lump Sum: _.Lf'~,~~.....,___,'1---~..:...,')("---"J}.,__~~=~_=c...-"Q~-Dollars and 1-!>0 Cents -3 - UNIT PRICE $ 46CO ~e $ 2;6!1- $ 69~ $ 3'0 ~ $ /c{:() - AMOUNT 46CO c;D $ --3 so $ \ :hJ - $ 2 l 3(o uJ $ lo]lD ~ (;/!:) $ 3{.oCO -- UNITS & QUANTITY ITEM & UNITS ITEM DESCRIPTION UNIT FIVE -FENCING 1. 576.6 LF Chain Link Fencing and Gates to enclose existing complex per Sheet C 1.11 & specifications Per,.Line_~r:Ep.ot: - ~ ~Y. JULn.d'/ Dollars and V D Cents BASE BID RECAPITULATION UNIT ONE UNIT TWO UNIT THREE UNIT FOUR UNIT FIVE oO : fj,~~J t~ $ 2,lh rt lo'L <e $ ~ ~a?~ ${p2}, 'ID $ ?Jr\..-, L,1'"'\ JO BASE BID TOT AL ...JJ.12!d_ ~ - 4 - UNIT PRICE AMOUNT UNITS & QUANTITY ITEM & UNITS BA-1. 681.9 LF BA-2. 590.6 LF BA-3. LS BA-4. LS ITEM DESCRIPTION BID AL TERNA TES 1 O' Reinforced Concrete Paving; Per Linear Foot _~....._·l~1"'--t't""""!:'J-+-'-~-="-:"1 Cs~.'h.:=+-""------Dollars and F,~ Cents 6' Reinforced Concrete Paving; Per Linear Foot ~ :=r;;QA)\-'1 :....1-..b'R .e..<-Dollars and Cents ------------ Install Bleacher Slab Improvements per Plans at Fields 15/16 without Bleachers Per Lump Sum: n . .i,z 2:e~ -'/l 21 u }4 \M.:JtXtu9. Dollars and Cents Install Bleachers on Bleacher Slab per Plans at Fields 15/16 Per Lump Sum:, b'-.J -;-'k,\.L-:::><:&-Nc.P lkXJ l~c,Ui,J) :5\ 'l<f:'f • £1 y e... Dollars BA-5 LS BA-6 LS BA-7. LS BA-8 LS and Cents Install Bleacher Slab Improvements per Plans at Field 17 without Bleachers PerLumpS~: fui..,L4.. · Tk,~~...O Dollars and ------'--...o"--"'()'---------Cents Install Bleachers on Bleacher Slab per Plans at Field 17 Per Lump Sum: F r v c... ~..-....-~.....,cJl b::vc IJ-"-Nh cJ2 fji,-_.k,ke:. v Dollars i and .,..:)0 Cents Install Bleacher Slab Improvements per Plans at Fields 19/20 without Bleachers Per Lump Sum: D fez~~ -Yv' ..µ:2._ l+we-\ta , Dollars and 1., 2 l? Cents Install Bleachers on Bleacher Slabs per Plans at Fields 19/20 Per Lump Sum:,""'~ y)....,~...._.Q ·-, WO UJ.\.l(.?t-Q.z..Q 5 '>":!h F-°t v ~ Dollars and :k=? Cents -5 - UNIT PRICE AMOUNT cO /DZioS ·- UNITS & QUANTITY ITEM &UNITS ITEM DESCRIPTION BA-9 LS Install Bleacher Slab Improvements per Plans at Field 21 without Bleachers P~Lump~ J) Dollars n,;,µ.n. '#~ and ,vo Cents BA-10 LS Install Bleachers on Bleacher Slab per Plans at Field 21 ~umpS~~J} ~ h_l1ve. J __ ._ c5 f:S __ ;U Dollars and ~ Cents BA-11 / 2,395.5 LF Chain Link Fencing and Standard Gates to enclose Fields 15, 16, 17 , 19 , 20 , 21 ~a~ot: Dollars I UJBe 1:j. -J<Jl v-e.- and ,UQ Cents BA-12 ~ 2EA Install Polygon Portal with Gates at entry to soccer fields east and west of parking in lieu of standard gates Per Each: , JU tJ~n.t~x.;: ~j...~~ ...... ,OG~k.~ ~llars and ~,2 Cents BA-14 LS Install Irrigation on Soccer Field 17 Per hp Sum: 'Iv. -,.u_ Si ~ ~&uc~ f ,ci~e <l)ollars and t.'.>Q Cents BA-15 LS Install Irrigation on Soccer Field 21 Per Lumps~ C ' '\J)~h-~ it.. (1'11\.,~A.l)ollars and ~2 Cents BA-16 SEA Install Hybrid Bermuda Solid Sod on Fields 16 , 17, 19 , 20 , and 21 in lieu of Base Bid Sprigging. Per th: il\. Q ,- Dollars -,::'R',~t 7'-.,J 0\£.->e"Y ]:v4'1 Cents and ~ BA-17 LS Grading and Fence and Grass Restoration in ONCOR ROW per plans. Pe~ump~: ~-~-, '-''--~~J?Dollars and \(..;> O Cents - 6 - UNIT PRICE t,([) $Ytt0 $ t:O $65)t3 $ AMOUNT a) 4 CtlJ - a!',.> 5618·- $ -29 P!!-$ lc/]t./toC/ ~ to OD $ UW $ utcCD -- cO cJ:;) $ 961 $ --$ CJ/Ql8 r£) $!11s:tl. $ t '3G> 9ld8 - tP oU &YID .-$ \ K Y&O - ct? et"J $ to5CD $ (a>CO BID SUMMARY BASE BID TOT AL BID ALTERNATES TOTAL GRAND TOTAL - 7 - A. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise and Use Tax Act. B. The Contractor performing this contract may purchase, rent or lease all materials , supplies, equipment used or consumed in the performance of the contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling tax , said exemption certificate complying with State comptroller's ruling #95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95.09 as amended to be effective October 2, 1968 . C. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractor or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting discrimination in employment practices. D. The undersigned agrees to complete all work covered by these contract documents within one hundred (100) working days after the date for commencing work as set forth in the written Work Order to be issued by the Owner and to pay not less than the Federal Wage Rates referenced within the project documents . E. Within ten ( 10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver applicable Surety Bonds for the faithful performance of this contract. The attached deposit check in the sum of$ 5 h Dollars ($ is to become the property of the City of Port Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and applicable bonds are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. F. In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous price for construction therof to the City or to reject the Proposal. G . Receipt ~eby acknow~d of the follo~ addenda: No . 1 No. 2 No. 3 __Jfl2!__ No. 4 {;fj . Respectfully submitted , Date: JD -rz -JD Address : Pt) tt,t' lo] I 'HRtt~8L? laiJ&~ ~ 7kl/ty Telephone: ( ~}y JJ J-1./-/;o} Seal (if Corporation) -8 - F ORT W ORTH City of Fort Worth ATIACHMENT 1A Page 1 of 4 ~ ]J -L:.-JJA,·1:2i Rev Subcontractors/Suppliers Utilization Form ., "-----" r==-:c-=-::-=-:-::-=--:-::==-:--:--c-::-:=------------------------r--=c--c---c-c--------- PRI OMPANV NAME: Check applicable block to describe prime 1 .-(..} '1)0 ,u Jµ(- M/W/OBE NON-M/W/DBE City's M/WBE Project Goal: Prime's MIWBE Pro· t Utilization: 'Z . % 2.,2 .. l.,, % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, -i n its entirety with requested documentation , and received by t he Managing Department on or before 5:00 p.m. five (5) City business days after bid opening , exclusive of bid opening date, -will result in the bid being considered non-responsive to bid specifications. The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in t his utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of d isqualification and will result in the bid being considered non-respons ive to bid spe cific atio ns MJWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business In the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to its supplier is considered 200 tier ALL M/WBEs MUST BE CERTIFlED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT}, highway division . Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise {M/WBE). If hauling services are utilized , the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MNI/BE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease aqreement. Rev. 5/30/03 Fo RT WO RTH ~ 10 -12 -IOAu·I :.:::i \., J J ATTACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers. regardless of status; i.e .. Minority, Women and non-MM/BEs. Please list M/WBE firms first , use additional sheets if necessary . '-t I S UBCONTRACTOR/S U PPLIER • Company Name j Address 1 Telephone/Fax t l (< 0.. 'YYl -r ot:?l Certifi~tion : (check one) n r 1--1 M~, W-----r--~ r--=~--t M r B ' B T W E E R O B C 1 T E A f I i I ·1.,:z.,za c /l-7Z.,o,o «5 f. ,; '1Ml-l-oi-vi, C ,+~ ,TX" I xi ~l 1-1:51 -J e,c:; ~ f/1-75'CJ-;z. ;e;q / ·'je:,(YJ""> iv v l 1UJ ;11 ,lvf-~l {J o ~~ :I 3 lo'1 .,, :5"'1,,-?J 1 l\l, IY 6>7-Z$'~-Z "!,c):!, ct l.JO -le l/8 -71/0J L {}J, t-J,1 .J" w-f12.e '?7,t1~> Z.ffzk> "'1c,9u J.J ..o~ Dll ~~ll ,-,X" I J../lc/i-338 -~l'1 1 I I C/7Z -722 -It.,/ S'J ! CO"~L Ok. k }u:,w, A. I 1--~{,,(_ I 00 p . ~~ ~ l tHl C? Ji. C,. h ' C'}~. ljO if" -7"/1 -tJO !!J'{ tjt)i-7'1'7 -77 J 1 I I I ,r I I !x I ! I j fr y ' I I i I I I X , Detail Subcontracting Work t! Detail Supplies P urchased -· {k..bP~. / f:;EU.,;IO• fu.;kl G£.JYh , )()1 -f tZe£' JI !Jc? /'ii b 'ft-.U:..~1~· ,I.) C,he<-t~ --(J£i-. Dollar Amount 2.1283,, 97 l 50L/19, ~9 r,1pio ~ e;e, qgw -- Rev. 5/30/03 I I I ----- FORT WO RTH -~ Total Dollar Amount of MJWBE Subcontractors/Suppliers Tota l Dollar Amount of Non-M/WBE Subcontractors/Suppliers ATTAC HMENT · Page4 oi $ 2£}(o izo. oO TOTAL DOLLAR AM OU NT O F ALL SUBCONT RACTORS/S UPPLIERS $ ~ 1 C) 1 ...::..J 7 r; Zt./-~,, ~ The Contractor will not make additions, deletions, or substitutions to this certified list witho ut the prior approva of the Minority and Women Business Enterprise Office Manager or desig nee through the submittal of c Request for Approval of Change/Addition. Any unjustified change o r de letio n s hall be a m at e ri al breach 0 1 contract and may result in debarment in accord with the procedures outlined in the ordinance. The co ntractor shall submit a detailed explanation of how the requested change/addition or deleti o n will affect the co mmitted M/WBE g oal. If the detail explanation is not submitted, it will affect the fina l compliance determination . · By affixing a signature to this form , the Offerer further agrees to provide, d irectly to the City upon request, complete and accurate information regard ing actual work performed by all subcontractors, including M/VV/DBE(s) arrangements s u bmitte d w it h the bid . T he Offerer a lso agrees to allow an aud it and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals , officers; employees and applicable subcontractors/suppliers/contracto rs partici pat ing on t he contract tha t w ill substantiat e the actua l w o rk performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the · City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less th a n three (3) years and for initiating action under Federal , State or Local laws concerning false statements. Any fai lure to comply with th is ordinance and create a materia l breach of contract may result in a determination of an irresponsible Offeror and barred from participating in C~r:1:;;/anone(1) year Autho rized Signature ~yef ~461!'£ ~ Q (.}k\do ~ ---:£iuc_, Company Name (Jo fux k71 Address Printed Signature Contact Namemtle (if different) iJ 7-773 -t/ b O/ /f/7 Z~ -q/d,Y Telephone and/o r Fax / rt:L tdo n -b r i a-tv e 5/x·tlcJaL _ IV<. E-mai Address /('}·-/ &-IO Date Re v . 5/30/03 City of Fort Worth Minority and Women Business Enterprises .Spe~i-O ~,~~q n~ . ,1 L..; J AFFIDAVIT STATEMENT PROJECTNAME: f<oLu:06\ H>lLez 5a:c.-€~ C2m.1:JL£i C.. ZE!,0/ .5"4 11&.oo/ $08~/Z-CJ/ZI Ys?o ' PROJECT NO. C Zc:_q/?¥/tacn/~370Jl.,J <);i'O . f Ali ,W:Nf.t~Jy 13.'M,-J:T.Tf.trs·:c,oM:Pt~t~.p 1sFi,Rf\.¥I'J: WJ.TH.J~,BID, AT Blb OPENING,_·,: . SJIA1:;U R£Sl:ffiTdN.,THlS$1D:,B.EING CONS1DEREI}NON~RESP.ONSJVE TO : . . . f:l\"/_-·. ~~eWJEfu\ti.~~t~: 2:,~;_:~·~r:·_:}~_.-:":.::!:t~~2lc: _:.~~-.4&~~:;, -,~;;.;. .··t,,,.,.,. ~--~"~-;~/;.·,,:-·:3t~" · The undersigned bidder hereby certifies that it/he/she will comply with the City's M/WBE Ordinance and the specifications of this bid in the following manner: [check the most appropriate number(s)] l. i THE MBE/WBE PARTICIPATION WILL MEET OR EXCEED THE STATED GOAL, WILL COMPLETE MBE AND WBE UTILIZATION FORM 2. THE MBE/WBE PARTICIPATION WILL BE LESS THAN THE ST A TED GOAL, WILL COMPLETE GOOD FAITH EFFORT FORM. 3. NO MBE OR WBE PARTICIPATION, WILL COMPLETE GOOD FAITH EFFORT FORM. 4. NO SUBCONTRACT OR SUPPLIER OPPORTUNITIES AVAILABLE, WILL COMPLETE PRJME CONTRACTOR W AIYER FORM. Authorized Signature ltoJ~-r Yv\. f\1u~tL Title ·RAv oa2 r#vc_ Company Name eo. }k}>I lo 11 Address "Tuu~ tuvUilf. -,-)( . City/State/Zip Code 7 &;,tit;/ Printed Signature Contact Name and Title (if different) [3J7-77 3 -'llcDI Contact Telephone Number(s) 817--2 '10 ·-{/ 1 lo!)...-, Fax Number /tJ -/2 -/£) Date Bid Date: Project Name: Project DOE #: City Project #: MWBE Documentation_ Received Department of Engineering Ral /,rg lli 11.s CoSlO\ Project Manager. <-Joe_,\ me :G-1 h~ Forms submitted by: Name: _.E-.....n ..... a......_n ____ _., ..... ) .... m..i...;,.;.1_;.+v) _______________ _ Title: H:0 1:ec+ ab~ Company: fu~d()Q 7 \ ()C, . Slgnaturaorcnystaffmcelvlng: \~cjbh,~ "" . . : He>alth/ Total Avg. Hrly C lass,f 1cat1on Rate Welfare Pension Vac.nton Package AC Mechanic $25 .92 $1 .01 $0. l !i $0 .84: $27.91 AC Mechan ic Helper $15 .81 $0.0C $0 .0C $0 .30 $16. 77 Acoustical Ceiling Mechanic $15 .56 $0 .57 $0.03 $0 .12 $16 .26 Acoustical Ceiling Helper $12 .27 $0.19 $0.0C $0 .00 $12.46 Abestos Worker .so.oo $0.0C $0 .0C $0.00 $0.00 Bricklayer/Stone Mason $18 .54 $0 .24 $0.0C $0 .00 $18 .78 Bricklayer/Stone Mason Helper $10.39 $0.0C $0 .00 $0 .0C $10.39 Carpenter $17 .08 $1 .62 $0.17 $0.81 $19 .6S Carpenter Helper $13.45 $0.75 $0 .08 $0 .71 $14.9~ Concrete Fin isher $13 .97 $0.41 $0.04 $0 .1 A $14.55 Concrete Fin isher Helper $12.14 $0.43 $0 .04 $0 .11 $12 .72 Concrete Form Bu ilder $14.03 $0.67 $0 .03 $0 .15 $14 .88 Concrete Form Builder Helper $11. 72 $0.54 $0 .03 $0 .10 $12 .39 Drywall Mechanic $16 .1( $0.56 $0.02 $0.30 $16 .98 Drywall Helper $12.41 $0.33 $0.0C $0 .28 $13 .05 (t) Drywall Taper $15.0C $0.07 $0 .0C $0 .00 $15.07 Drywa l l Taper Helper $11 .5C $0.01 $0.0C $0 .00 $11.57 Electri c ian (Journeyman) $21.77 $1.0f so.o~ $0 .38 $23 .29 Electrician Helper $15.32 $1.0S $0 .05 $0.27 $16 .73 Electronic Technic ia n $20.00 $0 .0C $0 .0C $0 .0C $20 .00 Electron ic Technician Helper $0.00 $0.0C $0 .0C $0 .0C $0 .0C Floor Lay er (Carp et) $0.00 $0 .0C $0.0C $0 .0C $0.0C Floor Layer (Res ilient) $18 .00 $0.0C $0.0C $0 .0C $18 .0C Floor Layer He lper $10.00 $0 .0C $0.0C $0 .0C $10.0C Glazier $18.53 $1.92 $0.38 $0 .71 $21 .54 Glazier Helper $13 .49 $1.20 $0.10 $0 .35 $15.13 Insulator $16.5S $0.29 $0 .12 $0.08 $17.08 Insulator Helper $11 .21 $0.36 $0 .11 $0.13 $11.81 Laborer Common $10.47 $0.70 $0.06 $0.08 $11.30 Laborer Skilled $13 .24 $0.9f $0 .()(i $0 .12 $14.41 Lather $17.0C $0 .0C $0.0C $0 .0C $17 .0C Lather He l per $15.00 $0.0C so .oc $0 .0C $15 .0C Metal Building Assembler $16.0( $1 .Sf $0.63 $0.0C $18.1S Metal Building Assembler Helper $12.0C $1 .56 $0.6 $0.0( $14.1S Pa in ter $12 .57 $0 .69 so.o; SO .OS $13 .37 Painter Helper $9 .9S $0 .61 so.o; SO.OS $10.7( Pi pefitter $21 .14 S0 .9C $0 .13 $0.45 $22 .59 Pipe fitte r He l per $14.92 so.sa $0.11 $0.23 $15 .82 Plasterer $17.24 $0 .05 $0.0C $0.0C $17 .3C Plasterer Helper $12 .85 $0 .05 so.1; $0.43 $12 .9( Plumber $20.33 $0.69 so.1; $0.43 $21.56 Pl umber Helper $14 .95 $0 .95 $0.1 1 $0.0C $16 .42 Reinforci ng Steel Setter $13 .01 $0 .36 $0 .01 $0.23 $13 .67 Re i nforcing Steel Setter Helper $11 .19 $0.25 $0 .05 $0.16 $11 .M Roofer $16. 7S $1.25 $0 .23 $0.17 $18.43 Roofer Helper $12.33 $1.25 $0 .23 $0.17 $13 .9S Sheet Metal Worker $17.49 $0 .97 $0.1( $0 .51 $19 .06 Sheet Metal Worker Helper $14.16 $1.4C so.n $0.44 $16.15 Sprinkler System Installer $19 .17 $1 .68 $0.33 $0.33 $21 .52 Sprink ler System Installer He lper $14.15 $1 .50 $0 .00 $0 .50 $16 .07 Steel Worker Structural $19.2S $1 .31 $0 .55 $0 .12 $21 .32 Steel Worker Structural Helper $13.74 $1 .31 $0.39 $0.09 $15 .59 Concrete Pump $18 .50 $0 .0( $0.00 $0 .00 $18.5C Crane , Clamsheel , Backhoe , Derri ck, D'Line Shovel $17.81 $1.3( $0 .12 $Q.2A $19.4S Forklift $12.96 $0.42 $0 .04 SO.OS $13 .5C Foundation Drill Operator $22.5C $0 .0( $0.0C $0.0( $22.5( Front End Loader $13 .21 $0 .3t SO.Of $0.1i $13 .7S Truck Driver $15 .21 $0 .65 SO.Of $0.1\ $16.11 Welder $17.81 so.9; $0 .1 2 $0.3( $19 .15 Welder Helper $12.55 $0.75 $0 .0C $0 .33 $1 3.6,< WEATHER TABLE A VERA GE DAYS MONTH RAINFALL ( 1) JANUARY 7 FEBRUARY 7 MARCH 7 APRJL 9 MAY 8 JUNE 6 JULY 5 AUGUST 5 SEPTEMBER 7 OCTOBER 6 NOVEMBER 6 DECEMBER 7 ANNUALLY 80 (1) (2) (3) Average normal number of days rainfall, 0 .0 I" or more. * Average normal precipitation. One inch (1 ") or more . Less than one-half inch (1/2"). INCHES SNOW/ICE RAINFALL (2) PELLETS (3) 1.80 2 .3 6 * 2.54 * 4.30 0 4.47 0 3 .05 0 1.84 0 2.26 0 3 .15 0 2 .68 0 2.03 0 1.82 * 32.30 Unseasonable weather is defined for contract purposes as rain/snow days which exceed the average number of days or inches of rainfall in any given month. This table is based on information recorded at the former Greater Southwest International Airport, Fort Worth, Texas , covering a period of 18 years. Latitude 32 ° 50' N, Longitude 97 ° 03' W, elevation (ground) 537 ft. VE~'DOR COMPLIANCE TO ST ATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts o non-resident bidders. This law provides that , in order to be awarded a contract as low bidder, non- resident bidders (out-ot:state contractors whose corporate offices or principal place of business are outside of the State of Tex as) bid projects for construction , improvements, supplies or services in Texas at an amount Jower than the lowest Texas resident bidder by the same amount that a Texas reside n t bidder \vould be required to underbid a non-resident bidder in order to obtain a comparable contract in the State in \Vhich the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automaticall y disqualify that bidder. Resident bidders must check the box in Section B . A. Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached . Non-resident vendors in ___ (give state), our principal place of business, are not required to underbid resident bidders . B . Our principal place of business or corporate offices are in the State of Texas. ,X Please Check or mark with an "X" BIDDER: Company Address ~lfCiuv/l,UCtJZ1 IY, }/))i'tj- City State Zip By:'Bg.fo...~ ::Z>M-)t-~ (please print) Signature~ Title: {t?o:Jec-.-r d //&J.4t;c z-. (please print) 7 THIS FORM MUST BE RETURNED WITH YOUR QUOT A TION CONTRACTOR COMPLIANCE WITH WORKERS ' COMPENSATION LAW Pursuant to V.T.C.A Labor Code Section 406 .096 (2000), as amended , Contractor certifies that it provides workers ' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No . 6519 and City ofFort Worth Project Number C280/541600/808420121480 C200/541600/808370121480 Title .3--1 f --// Date ST A TE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared _______ _, known to me be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed ofRaydon, Inc. the purpose and consideration therein expressed and in the capacity therein stated. e RICK RILEY . MY COMM. ISSION l!XPIRES FEBRUARY 16, 2015 TO THE EMPLOYER/CONTRACTOR: Pursuant to Texas Worker's Compensation Commission Rule 110.110( d)(7), a contractor engaged in a building or construction project for a government entity is required to post a notice on each project site informing all persons providing services on the project that they are required to be covered by workers' compensation insurance. The notice required by this rule does not satisfy other posting requirements imposed by the Texas Workers' Compensation Act or other Commission rules. This notice must: (1) be posted in English, Spanish and any other language common to the employer's employee population; (2) be displayed on each project site; (3) state how a person may verify current coverage and report failure to provide coverage; ( 4) be printed with a title in at least 30-point bold type and text in at least 19-point normal type; and (5) contain the exact words as prescribed in Rule 110.110( d)(7) without additional words or changes . The notice on the reverse side meets the above requirements. Failure to post the notice as required by this rule is a violation of the Act and commission rules. The violator may be subject to administrative penalties. REQUIRED WORKERS' COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee. Call the Texas Workers' Compensation Commission at 512-440-3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage. COBERTURA REQUERIDA DE COMPENSACION PARA TRABAJADORES La ley requiere que cada persona trabajando en este sitio o proporciona servicios relacionados con este proyecto de construccion tiene que estar cubierto por aseguranza de compensacion para trabajadores. Esto incluye personas que pro9porcionan, cargan, entregan equipo o materiales o proporcionan mano de obrra, transportan, o cualquier servicio relacionado con este proyecto, sin considerar la identidad del patron o estado del empleado. Llame a la Comision Tejana de Compensacion para Trabajadores al 512-440-3789 para recibir informacion de los requerimientos legales de cobertura, para verificar si su patron le ha proporcionado la cobertura requerida o para reportar falta del patron en proporcionarle cobertu. 4'-6" L SCAL E: N,rp~ . 1 k.J FIL E NO. 0 00 Y..········----............. ___ .......... _ ................ -·-·--·--............................................................ ___ ........... 4' _._ ........ _. __ ._ ................ ____ .............. __ l ::: t-= Fo RT Wo RTH ::::::::::::::::::::::=.._"Iii. __ -::· 2 I I "---------- 3" 3 ...... 1-----------p · t r·t1 ~------roJec I e ____ ')L_ 1 .. C -2 ND LINE -·--·-.. ·---.-, 3 " --......... _ .................. . IF NE CE SS ARY ····-_/ 3" 1~" -i ----··--·----_____ Contractor: -~ 1 .. 2J"-i_Contractor's Name ___ ··-~ 4 ;--·-21 .. , i 4 ;: ~'.-.. ~=2004:CAPITAL ~~;~;YENTPROG~~1Jl. 1• _1;~ City Gas --cease · 1 ·, .. ~-=Rs ~~~~Uc~~~ A0 ct!~!!L 1 .. 12 -~---·-··· c e u e omp etlon ate ----·{----~1 ... 1~ .. ---{ _______ ·· .......... ··· ________ Year ______ ................ -.... ~---, 2 i---3~" 1" FONTS: NOTES: FORT WORTH LOGO IN CHEL TING HAM BOLD ALL OTHER LETTERING IN ARIAL BOLD CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION " / LOGO AT CDR SIGN AND ENGRAVING, 6311 EAST LANCASTER AVE (817-451-4684), PEEL AND PLACE AS SHOWN ABOVE. COLORS: FORT WORTH • PMS 288 LONGHORN LOGO· PMS 167 LETTERING • PMS 288 BACKGROUND • WHITE BORDER • BLUE f ) I~ C)J E: CrT I).1:j"1 crc.N1 ;A ,, .. ·,·roNr . _Ju ;r. }-\. .... ~IC'' N, T "-..) . .1' • CrrY OP fOllT WORT~. fl:XAS PAR KS AND COMM UNfTY SERVICES DEPT . TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS SECTION 01100 -SUMMARY OF WORK The Contractor shall supply all superintendence and shall perform a ll work and furnish all labor, equipment, materials and incidentals necessary and complete all work as described in the plans and specifications. All construction and other work shall be done by the Contractor in accordance with the best engineering and construction practices for the skill or trade in volved. The work to be accomplished under these plans and specifications for: ROLLING HILLS SOCCER COMPLEX ATHLETIC FIELDS AND PARKING LOT IMPROVEMENTS These plans and specifications were prepared by The Landscape Alliance for the Parks and Community Services Department. The Transportation & Public Works Department will administer the contract and furnish inspection. In addition to project performance stated above, the Contractor shall also be responsible for: 1. Setting all project layout dimensions and final finish grade elevations in accordance to plans. All such survey work shall be performed by a Registered Surveyor in the State of Texas and verification provided to the City that such survey work complies to plans and specifications . 2. Attend all project progress meetings as scheduled by the City and provide updated project schedules within 3 calendar days upon request by the City. 3. Obtaining all necessary permits applicable to this project through the City of Fort Worth Planning and Development Department -Development Division -Plans Exam. Permit fees shall be waived. The Contractor shall be responsible for obtaining permits when either water or electrical service is required for the project and give all notices necessary and incidental to the due and lawful prosecution of the work. 4. The applicable items contained in the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth, Texas, shall apply to this contract just as though each were incorporated in these documents . Where the provisions or specifications contained in those documents are contrary to this publication, this publication shall govern. In case of conflict between plans and specifications, the plans shall govern. A copy of the Standard Specifications for Street and Storm Drain Construction can be purchased at the office of the Transportation and Public Works Department , 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas. GENERAL REQUIREM ENTS - I - SECTION 01135 -CONTRACT TIME 1.01 PROGRESS AND COMPLETION Upon receipt of a notification letter and the executed construction contract, the Contractor shall be responsible for scheduling a preconstruction conference , which shall be held no later than ten working days from the date of the notification letter. At the time of the preconstruction conference , a construction start date shall be established and indicated in the Notice to Proceed (Work Order) issued by the Engineering Department. The Contractor shall begin the work to be performed under the contract on or before ten working days from the date the Work Order is issued. The Contractor shall can-y the work forward expeditiously with adequate forces and shall complete it within the period of time stipulated in the contract. 1.02 LIQUIDATED DAMAGES This project shall be completed within the specified days allowed , to include contract time specified at award of contract plus any additional contract time added through executed Change Orders . If project construction exceeds the allotted contract time , liquidated damages will be assessed on the total amount of contract, to include contract amount increases due to Change Order work, as stipulated in the City of Fort Worth Standard Specification for Street and Storm Drain Construction -Item No. 8 .6 -Failure to Complete Work On Time : Pg . 27 -28. Amount of Contract $50 ,000 -$100,000 $100,001 -$500,000 $500 ,001 -$1,000 ,000 $1,000,001 -$2,000 ,000 $2,000,001 -$5 ,000,000 Liquidated Damages Per Day $154 $210 $315 $420 $630 In the event of a dispute regarding either final quantities or liquidated damages , the parties shall attempt to resolve the differences within 30 calendar days. SECTION 01140-ALTERNATIVES The City reserves the right to abandon , without obligation to the contractor, any part of the project (subject to conditions set forth in Section 01150 -Payment to Contractor) or the entire project at any time before the Contractor begins any construction work authorized by the City. GENERAL REQUIREMENTS - 2 - SECTION 01150 -PAYMENT TO CONTRACTOR, PROJECT ACCEPTANCE & WARRANTY 1.01 SCOPE OF PAYMENT: The Contractor shall accept the compensation as provided in the contract in full payment for furnishing and paying for all materials , supplies, subcontracts, labor, tools and equipment necessary to complete the work of the contract ; for any loss or damage which may arise from the nature of the work from the action of the elements, or from any unforeseen difficulty which may be encountered in the prosecution of the work, until the final acceptance of the work by the City ; for all risks of every description connected with the prosecution of the work ; for all expenses and damages which might accrue to the Contractor by reason of del ay in the initi ation and prosecution of the work from any cause whatsoever ; for any infringement of patent, trademark or copyright, and for completing the work according to the plans and /or specifications. The payment of any current or partial estimate shall in no way affect the obligations of the Contractor to repair or remove , at his own expense, the defecti v e parts of the construction or to replace any defective materials used in the construction, and to be responsible for all damages due to such defects if such defects or damages are discovered on or before the final inspection and acceptance of the work . 1.02 Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 1st day and 15th day of each month that the work is in progress . Estimate s will be paid within 25 days following the end of the estimate period, Jess the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed . If such materials are included within a pay estimate, payment shall be based upon 85% of the net invoice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. 1.03 It is understood that the partial pay estimate amounts will be approximate only , and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate . Payment of any partial pay estimates shall not be an admission on the part of the Owner of the amount of work done or of its quality or sufficiency or as an acceptance of the work done; nor shall same release the Contractor of any of its responsibilities under the Contract Documents. 1.04 The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this Contract. 1.05 Retainage -For contracts of less than $400,000 at the time of execution, retainage shall be 10 percent. For contracts of $400,000 or more at the time of execution, retainage shall be 5 percent. The Contractor will receive full payment for work, less retainage, from the City, on each partial payment period. GENERAL REQUIR EMENTS -3 - Payment of the retainage will be included with the final payment after acceptance of the project being complete. 1.06 Contractor shall pay subcontractors in accord with the subcontract agreement within five business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payment to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. 1.07 Contractor hereby assigns to City any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States , 15 U.S.C.A. Sec. 1 et ~ (1973). 1.08 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than 25 percent of the contemplated quantity of such item or items . When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work ." No allowance will be made for any changes in anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. 1.09 PAYMENT FOR EXTRA WORK: Extra work performed by the Contractor, that is authorized and approved by the City Engineer, will be paid for under "Change orders" made in the manner hereinafter described, and the compensation thus provided shall be accepted by the Contractor as payment in full for all labor, subcontracts, materials , tools, equipment and incidentals, and for all supervision, insurance, bonds and all other expense of whatever nature incurred in the prosecution of the extra work . Payment for extra work will be made under one of the following types of "Change orders" to be selected by the City: A. Method "A". By unit prices agreed upon in the contract or in writing by the Contractor and City Engineer and approved by the City Council before said extra work is commenced subject to all other conditions of the contract. B. Method "B". By a lump sum price agreed upon in writing by the Contractor and City Engineer and approved by the City Council before said extra work is commenced, subject to all other conditions of the contract. C. Method "C". By actual field cost of the work, plus 15 percent as described herein below, agreed upon in writing by the Contractor and City Engineer and approved GENERAL REQUIREMENTS -4 - by the City Council after said extra work is completed , subject to all other conditions of the contract. In the event extra work is to be performed and paid for under Method "C", the actual field costs of the work will include the cost of all workmen , foremen , timekeepers, mechanics and laborers working on said project ; all used on such extra work only , plus all power, fuel, lubricants , water and similar operating expenses ; and a ratable proportion of premiums on performance and payment bonds , public liability, workmen's compensation and all other insurance required by law or ordinance. The City Engineer will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used, but such extra work will be performed by the Contractor as an independent contractor and not as an agent or employee of the City. The 15 percent of the actual field cost to be paid the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein specified . The Contractor shall give the City Engineer access to all accounts, bills, invoices and vouchers relating thereto . 1.10 DELAYS: If delay is caused by specific orders given by the City to stop work, o r by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall , however, be subject to the approval of the City Council ; no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 1.11 CLAIMS AND DAMAGES: Any claims for extra work or for any other related matter or cause must be made in writing to the City Engineer within seven calendar days from and after the cause or claim arises . Unless such claim is so presented , it shall be held that the Contractor has waived the claim , and he shall not be entitled to receive pay thereof. 1.12 TRANSPORTATION: No allowance or deduction will be made for any charge of freight rates . No allowance for transportation of men, materials or equipment will be allowed. 1.13 ACCEPTANCE AND FINAL PAYMENT: The City, upon receipt of the Director's "Certificate of Completion" and "Final Estimate" and upon receipt of satisfactory evidence from the Contractor that all subcontractors and persons furnishing labor or materials have been paid in full and all claims of damages to property or persons because of the carrying on of this work have been resolved , or the claims dismissed or the issues joined, shall certify the estimate for final payment after previous payments have been deducted and shall notify the Contractor and his surety of the acceptance of the project. Bills Paid Affidavit and Consent Of Sw-ety shall be required prior to final payment GENERAL REQUIREM ENTS -5 - becoming due and payable. In the event that the Bills Paid Affidavit and Consent Of Surety have been delivered to the City and there is a dispute regarding (1) final quantities , or (2) liquidated damages , the City shall make a progress payment in the amount that the City deems due and payable. On projects divided into two or more units , the Contractor may request a final payment on one or more units which have been completed and accepted . On delivery of the final payment, the Contractor shall sign a written acceptance of the final estimate as payment in full for the work done. All prior partial estimates shall be subject to correction in the final estimate and payment. 1.14 WARRANTY: The Contractor shall be responsible for defects in this project due to faulty workmanship or materials, or both, for a period of two (2) years begi1U1ing as of the date that the final punch list has been completed and the project accepted by the City as of the date the final punch list has been completed , as evidenced by a written statement signed by the Contractor and the City . The contractor will be required to replace, at own expense , any part, or all, of this project which becomes defective due to these causes . SECTION 01300 -SCHEDULE SUBMITT ALS Prior to construction, the Contractor shall furnish the Parks and Community Services Department a schedule outlining the anticipated time each phase of construction will begin and be completed , including sufficient time for turf establishment (if applicable) and project clean-up. SECTION 01400 -QUALITY CONTROL The Contractor will receive all instructions and approvals from the Director -Transportation & Public Works and/or his assigned inspectors . The inspector will be introduced to the contractor prior to beginning work . Any work done at the direction of any other authority will not be accepted or paid for. Final approval for the finished project shall be given by the Director of Engineering, City of Fort Worth. The Contractor or a competent and reliable superintendent shall oversee the work at all tim e s. The superintendent shall represent the Contractor in his absence and all directions given to him shall be binding as if given to the Contractor. SECTION 01410 -TESTING All tests made by the testing laboratory selected by the City will be paid for by the City . In the event manufacturing certificates are requested, they shall be paid for by the Contractor. GENERAL REQUIREMENTS -6 - SECTION 01500 -TEMPORARY FACILITIES AND CONTROLS The Contractor shall take all precautions necessary to protect all existing trees , shrubbery, sidewalks , buildings, vehicles , utilities, etc., in the area where the work is being done. The Contractor shall rebuild, restore , and make good at his own expense all injury and damage to same which may result from work being carried out under this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the Owner to be accurate as to location and depth ; they are show n on the plans as the best information available from the owners of the utilities involved and from evidences found on the ground . The Contractor shall determine the exact location of all ex isting utilities and conduct his work to prevent i nterruption of service or damages . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLT AGE LINES A warning sign not less than five inches by seven inches , painted yellow with black letters that are legible at twelve feet, shall be placed inside and outside vehicles such as cranes, derricks , power shovel , drilling rigs , pile drivers, hoisting equipment or similar machinery. The warning sign shall read as follows : "WARNING -UNLAWFUL TO OPERA TE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLT AGE LINES." Equipment that may be operated within six feet of high voltage lines shall have an insulating cage-type guard about the boom or arm, except backhoes or dippers, and insulator links on the lift hood connections. When necessary to work within six feet of high voltage electri c lines , the Contractor shall notify power company (TU Electric or the appropriate power supplier) to erect temporary mechanical barriers , de-energize the line, or raise or lower the line. The contractor shall maintain a log of all such correspondence. The Contractor is responsible for all costs incurred . SECTION 01640 -PRODUCT SUBMITTAL AND SUBSTITUTION OPTIONS 1.01 GENERAL -The successful Prime Bidder/ contractor shall provide product nomenclature data for both specified products and products to be considered as "Or Equal " substitutions. Product substitution of 'Or Equal' products will be considered only after award of contract as noted in item No .15 of Special Instructions To Bidders . For approval of specified products and/ or consideration of product substitutions , send submittals to: GE NE RAL REQUIREM ENTS -7 - Joel McElhany, Project Manager (817) 392 -5745 Parks and Community Services Depa1tment 4200 S. Freeway Suite 2200 Fort Worth, Texas 76115-1499 A. Submittal approval process of specified products and consideration of "Or Equal " products: 1. Product substitutions will be considered only after execution of contract between the successful Bidder/ Prime Contractor and the City. Only the successful Bidder I Prime Contractor may submit product submittals of specified and "Or Equal' products for approval and consideration for approval to the Project Manager and shall be required to be submitted at the scheduled Pre- Construction Conference meeting. Submittals for "Or Equal " product substitution not provided at the Pre-Construction Conference meeting will not be considered. 2 . Two (2) submittal copies of all specified products provided to the Project Manager shall include the following data: a. Name and address of manufacturer b. Trade name c . Model or catalog designation d. Manufacturer's data 1. Performance and test data 2 . Reference standards 3 . Two (2) submittal copies of "Or Equal" products provided to the Project Manager for consideration shall include the following data: a. Complete data substantiating compliance of proposed substitution with Contract Documents b . Product identification, including manufacturer's name and address. c. Manufacturer's literature: 1. Product description 2 . Performance and test data 3 . Reference standards 4. Examples , if requested. d. Name and address of similar projects on which product was used, and date of installation. B. In making request for the use of "Or Equal" product substitution, the successful Bidder I Prime Contractor represents: 1. That the Bidder / Contractor has personally investigated proposed product or method, and determined that it is equal or superior in all respects to that specified . 2. That the Prime bidder / Contractor will provide the same guarantee (or better) for GENERAL REQUIREMENTS - 8 - substituted product or method specified . 3. That the Prime Bidder/ Contractor will coordinate installation of accepted substitution into work, making such changes as may be required for work to be complete in all respects. 4 . That the Prime Bidder/ Contractor waives all claims for additional costs related to substitution if subsequently accepted by the Project Manager. C. Substitutions will not be considered if: l. They are indicated or implied on shop drawings or project data submittals without formal request submitted in accord with Paragraph 1.04. 2 . Acceptance will require substantial revision of Contract Documents. D. Specified material shall not be ordered by the Contractor until such time product material submittals have been received, reviewed and approval provided by the Project Manager. SECTION 01700 -PROJECT CLOSEOUT 1.01 CLEAN -UP The Contractor shall make final clean-up of the construction area, to the satisfaction of the Parks and Community Services Department, as soon as construction in that area is completed. Clean-up shall include removal of all construction materials, pieces of concrete, equipment and /or other rubbish. No more than five (5) days shall elapse after the completion of construction before the area is cleaned. Surplus materials shall be disposed of by the Contractor, at this own expense , and as directed by the Parks and Community Services Department. Cleaning of equipment by Contractor or Subcontractor, such equipment as cement mixers, ready-mix trucks, tools, etc., shall take place in an area designated by the Parks and Community Services Depa1iment. SECTION 01800 -CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for contractor's sole negligence. In addition , Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers , servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any GENERAL REQUIREMENTS -9 - damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such in jury or damage is caused in who)e or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and /or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may , if he deems appropriate, refuse to accept bids on any other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. END OF DIVISION GENERAL REQUIREMEN TS -IO - SECTION 02200 -SITE PREPARATION PART 1 -GENERAL J .0 I WORK JNCLUDED : A. Remove Existing Trees and Vegetation within construction area. B. All Demolition and Site Preparation is Subsidiary to Cost of Construction . C. Hauling of A ll Materials, Vegetation and Miscellaneous Debris Completely Off Site unless otherwise directed . 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02200 -Earthwork B. Existing Conditions, Removal and Demolition Items . PART 2 -PRODUCTS 2 .0 I No products are required to execute this work, except as the Contractor may deem necessary. PART 3 -EXECUTION 3.01 CLEARING AND GRUBBING : A. Clearing and grubbing shall consist of removing all natural and artificial objectionable materials from the project site or from limited areas of construction specified within the site. B . In general, clearing and grubbing shall be performed in advance of grading and earthwork operations and shall be performed over the entire area of earthwork operations . C. Unless otherwise specified on the plans, all trees and shrubs and all scrub growth, such as cactus, yucca, vines, and shrub thickets, shall be cleared . All dead trees, logs, stumps, rubbish of any nature, and other surface debris shall also be cleared . D. Buried material such as logs , stumps, roots of downed trees that are greater than one and one-half ( 1-1/2') inches in diameters, matted roots, rubbish, and foreign debris sh al I be grubbed and removed to a minimum depth of twenty-four (24) inche s below proposed finished grades. E . Ground covers of weeds, grass , and other herbaceous vegetation shall be removed prior to stripping and stockpiling topsoil from areas of earthwork operations. Such removal shall be accomplished by "blading" off the uppermost layers of sod or root-matted soil for removal. Site Preparation 02200 - I 3.02 UTILITIES: Contractor is responsible for protection of existing utilities noted on plans unless otherwise noted . 3 .03 MfNOR DEMOLITION: There may be certain items on the site such as old building foundations , fences , and other undetermined structures and improvements that must be removed before construction can commence. Unless otherwise specified, such items become the property of the Contractor for subsequent disposal. 3 .04 USE OF EXPLOSIVES : The use of explosives will not be permitted in site preparation operations . 3 .05 BACKFILUNG: All holes, cavities, and depressions in the ground caused by site preparation operations wi II be backfi I led and tamped to normal compaction and wi 11 be graded to prevent ponding of water and to promote drainage. In areas that are to be immediately excavated, the Architect/Engineer may permit holes, etc., to remain open . 3 .06 DISPOSAL OF WASTE MATERIALS: A. Unless otherwise stated, materials generated by clearing, grubbing, removal, and demolition shall be known as "waste" or "spoils" and shall be removed from the site and disposed of by the Contractor. Similar materials may be unearthed or generated by earthwork operations or by subgrade preparation . Un le ss otherwise specified any merchantable items become the property of the Contractor. Excess soil excavat ion for project, if free of trash and deleterious materials, may be dis posed of on site as directed by the City Inspector. END OF SECTION Site Preparation 02200 - 2 SECTION 02300 -EARTHWORK PART 1-GENERAL 1.0 I SCOPE: Work in this section includes furni s hing a ll labor, material s, equipment, and services required to construct, shape , and finish earthwor k to the requ ire d lines, g rade s , and cros s section s as specified herein and on the plans . 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Provisions established within the General and Supplementary General Condition s of the Contract, Division I -General Requirements, and the Drawings are collecti vely applicable to this Section . B . Section 02100 -Site Preparation . C. Grading Plan : Refer to plan sheets . 1.03 REFERENCES A . American Society for Testing and Materials (ASTM): I. ASTM D 422-Test Method for Pa1ticle-Size Analysis of Soils . 2. ASTM D 698 -Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 ,400 ft-lbf/ft3 ). 1.04 SUBMITTALS A. Samples : Submit in accordance with SECTION O l 340 -SHOP ORA WINGS , PROJECT DATA, AND SAMPLES. Submit a one gallon sample and material analys is res ults of imported topsoil from a testing laboratory indicating compliance with these specifications . Any topsoil delivered to the site which does not comply with the approved sample shall be re-tested at the Contractor 's expen s e and repla c ed. B. Test Reports: I . Submit copies of test reports in accordance with SECTION O 14 10 -MATERIALS TESTING AND LABORATORY SERVICES . 2 . Submit copies oftest reports for select fill material. No select fill material s ha ll be delivered to the site until after the tests have been made and test reports confirmed. 3 . Compaction Tests: Submit copies of compaction test repotts. 1.05 QUALITY ASSURANCE A. Laboratory Control: Select fill material and impotied topsoil, if required , shall be in s pected and tested by an independent testing laboratory . l . Testing laboratory shall make tests of the soil from the selected source to determine that it meets the specified requirements for select fill and imported topsoil. 2 . Earthwork 02300 - 1 1.06 · PROJECT CONDITIONS A. Temporary Sheeting: Shore and sheet excavations to protect uti I ities and to prevent cave-in. Maintain sheeting secure until permanent construction is in place . Remove sheeting as excavations are backfi I led . B . Drainage: Provide for adequate surface drainage during construction to keep the site free of surface water without creating a nuisance in adjacent areas . C. Pumping: Keep the excavations free of water at all times by pumping or other means. This shall be the responsibility of the Contractor regardless of the cause, source, or nature of the water. D . Protection : I. Propet1y: Protect adjoining prope11Y, including improvements out-s ide the I imits of the work. Protect walks, curbs, and paving from damage by heavy equipment and trucks . 2. Trees: Protect tops, trunks, and roots of trees on the site which are to remain. Box or fence trees vulnerable to damage during construction. Remove interfering branches with care and cover scars with tree paint. Do not permit fires , storage of materials or excavation with in the branch spread of trees to remain . 1.07 METHOD OF PAYMENT: Earthwork is necessary and incidental part of the work. The total cost will be included in the Bid Proposal. Payment will not be made on a unit price basis. PART 2 -PRODUCTS 2.01 SOIL MA TERTALS A . Topsoil: 1. Topsoil on the affected site areas shall be stripped, cleaned of grass, roots and debris to a depth of between 4" to 6", and stockpiled for later use. 2 . Imported topsoil shall be required where scheduled and as required to ac hieve a minimum 6" depth planting bed for all lawn areas . a. Contractor shall haul and place imported topsoil obtained from off-site sources as necessary to construct the topsoil layer and various other details of the construction drawings . All costs related to such imported topsoil fill wi II be included in the contract price, and no additional or separate payment for imported fill will be due the Contractor. b . Topsoil shall be secured from an approved off-site location . It shal I be fe11ile, friable, natural loam containing a liberal amount of humus and shall be capable of sustaining vigorous plant growth . It shall be free of stone Jumps, clods of hard earth, plants or their roots, sticks, and other extraneous matter. Under no circumstances will topsoil be accepted unless it is free of the aforementioned contaminants. Contractor may use approved means of treating the topsoil to ensure its acceptability. Imported topsoil shall be Earthwork 023 00 -2 rock free. c. The soil texture shall be classified as loam or sandy loam according to the "soil triangle" published by the United States Agriculture Department and the following criteria : I) Sand (2 .0 to 0.05 mm dia)(No. l O sieve): Loam 25-50%; Sandy Loam 45-85 %. 2 ) Silt (0 .05 to 0 .002 mm dia .)(No . 27 0 sieve): Loam 30-50%; Sandy Loam less than 50 %. 3) Clay (smaller than 0 .002 mm di a .)(Hydrometer Analysis): Sandy Loam less than 50 %. 4) Natural organic content: Not less than 1.5 %. 5) pH of Soil : Not more than 7 .6 . 6) Soil texture shall be determined by utilizing proces ses as prescribed in ASTM D 422 using the No . 10 and No. 270 sieves and a hydrometer analysis. 3 . Unsuitable Materials : Topsoil of unclassified fill will be declared as "un s uitable " by the Architect if, in his opinion, nay of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material : a . Moisture . b . Decayed or un -decayed vegetation . c . Hardpan clay, heavy clay , or clay balls . d. Rubbish . e. Construction rubble . f. Sand or gravel . g. Rocks, cobbles, or boulders. h. Cementitious matter. i. Foreign matter of any kind . 4 . Unsuitable materials shall be disposed of as "waste" as specified in SECTION 02100 -SITE PREPARATION . 5. Wet Material : If fill material is unsatisfactory for use as embankment solely because of high moisture content, the Architect may grant the Contractor permi ssion to process the material to reduce the moisture content to a usable optimum condition . B . Granular Fill: Clean gravel or crushed rock graded to produce a mixture passing 1%" sieve and retained on 1/.i " sieve. C. Free-Draining Fi II: Coarse sand or sand and gravel mixture with less than 12 % passin g a No . 200 sieve , and a Plasticity Index less than 4 . PART 3-EXECUTION 3.01 EXAMINATION A. Establish extent of excavation by area and elevation; designate and identify datum elevation . B. Set required lines and levels . Earthwork 02300 -3 C . Maintain bench marks, monuments and other reference po ints. 3.02 PREPARATION A. Before starting excavation, estab lish location and extent of underground uti I ities occurring in work area . B . Notify utility companies to remove and relocate lines which are in way of excavation. C . Maintain , reroute or extend as required, existing utility lines to remain which pass through work area . D. Protect and support utility services uncovered by excavation. E . Remove abandoned utility service Jines from areas of excavation; cap, plug or seal such lines and identify at grade. F. Accurately locate and record abandoned and active utility lines rerouted or extended on Project Record Documents. G . Upon discovery of unknown or concealed condition, discontinue affected work and notify Architect. H. Remove grass, weeds, roots and other vegetation from areas to be excavated, filled and graded . Fill stump holes and like sma ll excavations with suitable materia l p laced in lifts and thoroughly tamped . I. Scarify the sub grade soil in place to a depth of 6" and compact to between 95 and I 00 percent of Standard Density, at or above optimum moisture content, in accordance with ASTM D 698. 3 .03 EXCAVATION A. Genera l: Excavate to the lines, grades and sections shown on the drawings . Allow space for the construction of forms. Excavate as required regardless of the condition or type of material encountered . I . Cut areas accurate ly to the indicated cross-sections and grades. Take care to prevent excavation be low the grades indicated. Any bottoms and slopes that are undercut shall be backfilled with earth fill and compacted. 2 . Finish the excavating required for graded areas to a tolerance of0.10 foot above or below the rough grade . 3. B. Overcut planting and lawn areas to allow a layer of topsoil not less than 6" thick. C. Maintain excavations to drain and be free of excess water. Ponding of water on site will not Earthwork 02300 -4 be permitted. D . Exercise extreme care in grading around existing trees . Do not disturb existing grades around existing trees except as otherwise noted . When excavation through roots is necessary, and after review by Architect, perform by hand and cut roots with sharp axe. E . Fill over-excavated areas under structure bearing surfaces in accordance with Architect 's direction. F . Do not allow construction equipment to create "pumping "of soils . G. Stockpile excavated clean fill for reuse where directed . Remove excess or unsuitable excavated fill from site. 3.04 WASTING A . Surplus excavated material not suitable or required for embankment fill and backfill may be wasted on site as directed by Architect. 3 .05 FILL AND BACKFILL A. Filling: Construct compacted fills to the lines , grades and sections shown on the drawings . I. Complete stripping and wasting operations in advance of fill construction . 2. Deposit and mix fill material in horizontal layers not more than 8" deep, loose measurement. Manipulate each layer until the material is uniformly mixed and pulverized. 3 . Fill material shall have a moisture content at or slightly above optimum, to achieve specified compaction . If fill is too wet, dry by aeration to achieve desired moisture content. If fill is too dry, add water and mix in by blading and discing to achieve desired moisture content. 4. Exercise care to prevent movement or breakage of walls, trenches, and pipe during filling and compaction . Place fill near such items by means of light equipment and tamp with pneumatic or hand tampers . B . Backfilling: I. Do not backfill until underground construction has been inspected , tested and approved, forms removed , and the excavations cleaned of trash and debris . 2 . Bring backfill to required grades by depositing material in horizontal layers not more than 8" deep, loose measurement. C. Retaining Wall Backfilling: 1. Place free-draining backfill in maximum eight (8) inch lifts and compact to a density ranging between 90 and 95 percent of Standard Proctor Density (ASTM D 698) at or slightly above optimum moisture. Do not over-compact backfill. Hand operated tampers or other light-weight compactors are preferred . 2 . Uppermost 12" to 18" of backfill material shall consist of sandy clay with a Liquid Limit in the range of 35 to 50, a Plasticity Index in the range of 20 to 30, and the Earthwork 02300 -5 amount passing a No. 200 sieve greater than 50 percent. 3 .06 COMPACTION A. Compact each layer of earth fill and backfill thoroughly and evenly until there is no evidence of further compaction and a solid and uniform density is s ecured . I. Equipment for compactin g shall be s heepsfoot and rubber tired rollers or other compactors capable ofobtaining the required density . Compact the fill with power tampers and by hand in areas not accessible to rollers. 2. Compact each layer of fill to the density listed below as a function of the location. The required density in each case is indicated as a percentage of the maximum dry unit weight determined using the standard compaction test ASTM D 698 . 3 . Compact select fill at perimeter grade beams to the density listed below at a moisture content between optimum and 4 percentage points above optimum (0 to +4). a . Material under paving ------------------------95 to l 00%. b. Material under lawn areas---------------------85 to 90%. c. Material adjacent to grade beams-------------93 to 98 %. 3 .07 GRADING A. Grading Under Slabs: 1. Grading Under Slabs on Grade: a. Shape and finish select earth fill to form the subgrade for concrete floor slabs and platforms on grade . Fine-grade the areas to the proper elevations and leave the compacted surfaces smooth, without waves and ruts . b . Furnish and place a 4" deep layer of sand under slabs and platforms. Spread sand loose and 1 ightly compact with tampers to a smooth , level surface. B. Site Grading: Shape and finish earthwork to bring the site to the finish grades and elevations shown on the drawings. 1. Establish grades by means of grade stakes placed at corners of units, at abrupt changes of grade, and elsewhere as may be required . 2 . Rough grade for walks, paaving, and site improvements to the subgrade elevations required . Soft and unstable material which will not read ily compact when rolled or tamped shall be removed and the resulting depressions filled with stable material and re-compacted . 3. Finish grade to the finish contours and spot grades shown . Extend cuts and fills to feather out beyond the last finish contour or spot grade shown . Grade to uniform levels and slopes between points for which elevations are given , round off abrupt changes in elevation, and finish off smoothly . Finish grades shall slope away from paved surfaces to assure proper drainage. C. Grading Around Trees : Where grading is required within the branch spread of trees that are to remain, perform the work as follows : I. When trenching occurs, the tree roots shal I not be cut but the trench shall be Earthwork 02300 -6 tunneled under or around the roots by hand digging. 2 . When the existing grade at a tree is below the new finished grade, and fill not exceeding 6" is required , clean washed gravel graded from l" to 2" size shall be placed directly around the tree trunk. The gravel shall extent out from trunk on all sides a minimum of 18" and finish approximately 2" above the finish grade at the tree. Install gravel before earth fill is placed. 3 . Trees in areas where the new finish grade is to be lowered shall have re-grading work done by hand to elevation as indicated . Existing grades immediately surrounding the trunk shall not be altered except at the direction of the Architect . 3.08 PLACING TOPSOIL A. Prior to placing topsoil , scarify subgrade to a depth of 6". Following scarification , topsoi 1 shall be spread in one 6" thick lift . Topsoil shall be compacted to the approximate density of undisturbed soil. If there is insufficient stockpiled topsoil from on-site sources to complete the work, bring in topsoil from off-site sources as needed . After topsoil has been placed, blade, roll lightly, and rake as required to comply with compaction tests. B. After placement of topsoil, Contractor shall eliminate all low or hollow places that would allow water to stand or pond during rainfall or during operation of lawn irrigation systems. The area shall be free of all natural debris and shal I also be free of al 1 clods and rocks which are W ' in size or larger. C. Finish surfaces shall be not more than 0.10 feet above or below established grade elevation . D . Provide uniform roundings at top and bottom of slopes and other breaks in grade. Correct irregularities and areas where water will stand . E. Uniformly distribute topsoil to required grades ; feather back to where grades remain unchanged. F. Finish lawn and unpaved areas to l" below top of walk and curbs . 3 .. 09 PROTECTION, CLEAN-UP AND EXCESS MATERIALS A. Protect grades from construction and weather damage, washing, erosion and rutting, and repair such damage that occurs. B. Correct any settlement below established grades to prevent ponding of water. C. At locations where lime , concrete or other foreign matter has penetrated or been mixed with eatth, remove damaged earth and replace with clean material. D. Remove excess stockpiled material, debri s, waste and other material from site and leave work in clean finished condition for final acceptance. Contractor is responsible for disposal of debris and excess materials . END OF SECTION Earthwork 02300 - 7 SECTION 02580 -PAVEMENT MARKINGS PART 1 -GENERAL 1.0 J RELATED DOCUMENTS A. Provisi o n s established within the Genera l and Supplementa ry General Conditions of the Contract, Division I -General Requirements and the Drawings are collectively applicable to this Section. 1.02 SUMMARY A. Section Includes : Pavement marking on Portland Cement Concrete and HMAC Pavement. 1.03 REFERENCES A . Federal Specifications (FS): 1. FS -TT-P-l lSE Paint, Traffic, Highway, White and Yellow. 1.04 PROJECT CONDITIONS A. Environmental Requirements Apply paint when ambient temperature is 50°F or above, and relative humidity is below 85 %. l .05 QUALITY ASSURANCE A. Instal !er: Shall have a minimum of2 years experience in the layout and striping of parking lots. B . Job Conditions: Do not apply marking paint when weather is foggy or rainy, or ambient or pavement temperatures are below 40° F, nor when such conditions are anticipated during eight hours after application. 1.06 SUBMITTALS A. Submit manufacturer's product data and installation instructions. B . Substitutions: Submit in accordance with SECTION O 1640 -PRODUCT OPTIONS AND SUBSTITUTIONS. PART 2 -PRODUCTS 2.01 MATERIALS A. Traffic Paint: Fed. Spec. TT-P-l 15E, Type III alkyd-chlorinated rubber-chlorinated paraffin marking paint. Striping colors per plans and City requirements . Provide Premium Chlorinated Rubber Bas e Paint as manufactured by Highway Signs & Paint, Inc. (phone PAVEMENT MARKINGS 02580-1 214-446-1605), or approved equivalent. B . Cleaning Solvent: VM & P Naphtha. 2 .02 EQUIPMENT A. Applicators : Hand-operated push type marking machine or conventional airless spray equipment with guide lines and templates. PART 3 -EXECUTION 3.01 PREPARATION A. Surface Conditions: Clean and dry free from dirt, loose paint, oil, grease, wax, and other contaminants . B. Equipment Condition: Clean previously used paint and solvent from application equipment, using VM & P Naphtha . C. Paint: Stir contents thoroughly from bottom of container. Do not thin paint. D. Locate markings as indicated on Drawings. Provide qualified technician to supervise equipment and application of markings . Lay out markings using guide lines, templates and forms. E. Allow paving to cure before painting as required by manufacturer of traffic paint. F. Allow protective coating to cure a minimum of 48 hours prior to application of traffic paint. 3 .02 APPLICATION A. Using approved equipment, apply paint to a minimum thickness of 15 mils. Stripes shall be 4" wide. Marking edges of stripes and symbols shall be sharply outlined . END OF SECTION PAVEMENT MARKINGS 02580-2 SECTION 02810 -IRRJGATION SYSTEM PART I -GENERAL 1.01 DESCRJPTION A. Work Included: 1. Piping, fittings, and miscellaneous accessories. 2. Valves, sprinkler heads, and controllers . 3. Testing, adjusting, and balancing. 1.02 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM) Publications: ASTM D 2241-89 Poly (Vinyl Chloride) (PVC) Pressure Rated Pipe (SOR Series) ASTM D 2466-90a Poly (Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40 ASTM D 2564-91 Solvent Cements for Poly (Vinyl Chloride) (PVC) Plastic Pipe and Fittings ASTM D 2855 Standard Recommended Practice for Making Solvent-Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings B. Natural Electric Code C . City of Fort Worth Plumbing Code D. Standard Plumbing Procedures 1.03 SUBMITTALS : A. Shop Drawings : Indicate layout, circuiting, and installation details . 1.04 QUALITY CONTROL: A. Installer Qualifications: Project foreman shall have a minimum of five years experience in the installation of irrigation systems similar to the work of this project. Foreman shall be present at all times during the installation of the irrigation system. B. Irrigation work shall comply with the City of Fort Worth Plumbing and Electrical Codes. 02810 -1 C . All plastic pipe shall be certified by Manufacturer to have passed or be able to pass Anhydrous Acetone Immersion Test. D . Do not allow irrigation system work to be covered up or enclosed until all work has been inspected, tested, and approved by the Architect and local governing authorities . 1.05 SUBMITTALS : A. Product Data: Submit for Architect's approval : 1. Complete materials list. 2. Manufacturer's installation instructions which, when approved , shall become the basis for inspection and acceptance or rejection of installed work. 3 . Shop drawings shall be prepared by a Licensed Irrigator. B . Certificate of Compliance: Indicating that all installed materials comply with the specified requirements. C . Extra Materials : Upon completion provide the Owner: 1. Three keys for valve locked-top. 2. Three valve couplers. 3. Three hose swivels. D . Record Irrigation Drawings: The Contractor is responsible to prepare two (2) copies of record drawings on blueline prints which shall show all deviations from the bid documents made during construction. The drawings shall indicate and show approved substitutions of size , material and manufacturer's name and catalog number. The drawings shall be delivered to the Owner's designated representative prior to final acceptance of work . These drawings shall be prepared by a Licensed Irrigator. 1.06 DELIVERY, STORAGE, AND HANDLING: A. Deliver materials to job site in Manufacturer's original unopened packaging. Transport plastic pipe on a vehicle long enough to allow pipe to lay flat without bending. B. Store materials off the ground, protected from weather and damage. Do not install items that become cracked , broken, or otherwise damaged or non-functional. In the event of damage, repair or replace at no additional cost to Owner. 02810-2 PART 2 -PRODUCTS 2 .01 POLY VINYL CHLORIDE (PVC) PIPE AND ACCESSORIES : A. Pipe: ASTM D 2241, Type I, Grade 1 or 2, minimum hydrostatic design stress of 2,000 psi . 1. Minimum burst pressure: a All mains: ASTM D 2466 Schedule 40 b. 3/4 inch diameter and smaller: 315 psi . c. 1 inch diameter and larger : 200 psi. 2 . Continuously and permanently mark with manufacturer, pipe size, IPS size, type of material, and code number. B . Fittings: ASTM D 2466 Schedule 40, Type I or II, socket type . C. Sleeves : ASTM D 2466 , Schedule 40. D . Solvent Cement: ASTM D 2564. E . Risers: Rainbird , or other manufacturer approved by Architect. 1. Lawn heads : Risers shaJJ have flexible , damage-resistant rubber nipple below grade. 2 . Quick coupling valves shall have multiple swing-joint assembly nipples and elbows. As per details. 3. Swing joints: Swing joints shall be Lasco 0-Ring Seal type . 2.02 VALVES : A. Wire and Splices : All wire shall be single strand solid copper, sized by the Contractor and shall be a minimum 14 gauge with Type UF insulation which is Underwriters Laboratory approved for direct underground burial when used in a National Electrical Code Class II Circuit (30 volts AC or less) as per Articles 725 and 300. Voltage drop shall be taken into consideration. All wire shall be color coded so that the common wire shall have white insulation and the signal wires shall have red insulation. All wire connectors shall have a two-piece PVC housing which, when filled with resin epoxy and pressed together, forms a permanent, one-piece, moisture-proof wire splice. All connectors shall be U.L. listed, rated 600 volt, for PVC insulated wire. No wire nuts shall be allowed. No wire splices shall be buried . All wire connectors shall be 3M-OBY approved equal. All wire shall be considered incidental to the cost of the project. B . Quick Coupling Valves: Brass or bronze body and parts able to withstand pressure of 150 psi without leakage, 1 inch female inlet, IPS with one-piece, single Jug , single key with self- closing purple cover. C. Double Check Valve Assembly: A double gate valve, double check valve assembly exists 02810 -3 on site as shown on the plans . D.. Electric Controller and Valves: Electric irrigation controller shall be capable of operating the stations as indicated on the drawings. Power source shall be standard 120 Volt 670 Cycle AC. Output for operation of companion solenoid actuated valves shall be 24 Volt 670 Cycle AC . Wiring to valves to be as hereinbefore specified (2 .1.D). Electric remote control valves shall have brass bodies and covers and shall be globe-ty pe diaphragm valves of normally closed design. Operation shall be ac complished by means of an integrally mounted heavy-duty 24-V AC solenoid complying with National Electrical Code, Class II Circuit. Solenoid coil shall be potted in epoxy resin within a plastic coated , stainless steel housing. Solenoids shall be completely waterproof, suitable for direct underground burial. A flow stem adjustment shall be included in each valve. The valve shall be able to be used with dirty water. The valve shall be able to compensate for pressure through the use of a pressure regulating device . Electric remote control valves shall be Rainbird PEB series valves. All electric control valves shall be enclosed in a valve box. This valve box shall be properly supported and of sufficient construction that tractors and mowers crossing over the box will not push the box down and crush the pipe , valve, or box. E. Manual Control Valves: Manual valves greater than 2" shall be all brass , gate type with solid wedge disc and integral seats , and shall be rated at 200 pounds W . 0. G . All valves sh a ll have wheel handles unless cross handles are called for on the plan and shall be Ohio brass 1502 and 1502-X , NIBCO #22 and #33 . All manual valves 2" and smaller shall be Speers compact design plastic ball valves produced from virgin PVC Type 1, Grade 1 with Viton "o" rings with Safe-T-Shear stem or approved equal. F. Valve Boxes: 1. Electric Valves: Boxes for electric valves 3" and smaller shall be Brooks 1419 Standard Series with snaplock cover or approved equal. 2 . Wire splices: Boxes for wire splices shall be Brooks 70 Series with snaplock cover or approved equal. 3. Manual Valves : Shall be Brooks 70 series with snaplock cover or approved equal. Provide purple covers for all quick coupler valves. G . Concrete Materials: Materials for concrete vaults, footings , and thrust blocking shall meet the requirements of the COG Standard Specifications Institute Item 7.4 , Concrete for Structures. All concrete shall have a minimum compressive strength of 2 ,000 pounds per square inch at the end of twenty-eight (28) days . Concrete shall have a minimum of four ( 4) sacks (376 lbs .) of cement per cubic yard . 02810 - 4 2 .03 SPRINKLER HEADS: A. Manufacturer's standard unit of cycolac plastic, guaranteed to indefinitely withstand corrosive action of soils and water used. B. Heads shall be designed to provide uniform coverage over entire area of spray shown on drawings at available water pressure and as follows: C. Rotary Heads: Rotary pop-up sprinklers shall be in-line combination type with positive drive by means of a water-driven gear motor. Nozzles shall be readily accessible without removing the upper head assembly. Rotary type pop-up spray heads shall be Hunter as designated on the plans. See plans for type of nozzle to be specified. D. Special Heads: Special heads not covered by these Specifications shall be furnished in accordance with the specifications and details shown on the plans. 2 .04 AUTOMATIC CONTROL SYSTEM: A. Controller: New controller used on this project shall be Interspec IRRlnet-M #IS-R3A-RU - SS as referenced on plans. The existing controller shall be delivered to the City at it's Rolling Hills maintenance compound for reuse at another site, as referenced on plans. B. Low voltage system manufactured expressly for control of automatic circuit valves of underground sprinkler systems. Provide capacity to suit number of circuits as indicated. 1. Control wire: UL approved Type UF-600V, PVC jacketed, single conductor underground cable. 2. Wire gauge as required by length of run and controller manufacturer's specification. 3. Splices for underground control wiring shall be UL approved for direct burial. C. Control Cabinet: 1. Attach a typewritten legend inside each controller door indicating areas covered by each remote control valve. 02810 - 5 PART 3 -EXECUTION 3.00 GENERAL A. This part shall include the pl acing of all sp ecified materials at the loc a tions and elevations as shown on the drawings or as established by the Architect. The work performed hereunder shall conform in every respect to the Contract Documents , the applicable City requirements , the applicable local ordinances and sanitary codes , the regulations of the State Health Department , the regulations of the Occupational Safety and Hazardous Administration (OSHA) and the regulations of the Environmental Protection Agency (EPA). In the event that the Contract Documents do not adequately specify materials , methods of construction or workmanship of any portions of the proposed work, the North Central Tex as Council of Government's (NCTCOG) Standard Specifications for Public Works Construction, as amended in the Contract Documents , shall apply. If the NCTCOG Standard Specifications do not adequately describe the requirements of any portion of the work, the Standards of the Trade shall govern . B. The installation of the irrigation project shall be made by an individual or firm duly licensed under Article No . 8751 VTCS, titled "Licensed Irrigators Act", S.B . No . 259 as passed by the 66th Legislature. The Contractor shall be specialized in commercial landscape irrigation installation and shall be approved by the Owner's designated representative. All work shall be supervised on the site by a licensed Irrigator by the State of Texas . 3.01 SYSTEM DESIGN A. Design Pressures: City Water Supply pressure and as indicated on the drawings . B . Design location of heads is approximate . Make adjustments as necessary to avoid obstructions. C. Where piping, heads , valves, or other elements of the system are indicated under paved areas but running parallel or adjacent to planting areas, without indication of sleeves or other special accommodations, the intention is for the items to be installed in the planting area. D . Piping Layout: Piping layout is diagrammatic. Route piping around existing trees and shrubs in such manner as to avoid damage to plantings . Do not dig within the ball of newly planted trees or shrubs. In areas where existing trees are present, trenches will be adjusted on-site to provide a minimum clearance of four feet between the drip line of any tree and any trench. The Contractor shall notify the Owner's representative in writing of a planned change in trench routing from that shown on the drawing. E. Contractor's Responsibility: The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that obstructions , grade differences 02 810 - 6 or discrepancies in equipment usage, static water pressure, or area dimensions exist that might not have been considered in the engineering. Such obstructions or differences shall be brought to the attention of the Owner's designated representative in writing before work commences. In the event this notification is not perf01med, the Contractor shall assume full responsibility for any revision necessary. 3.02 PREPARATION: A. Prior to start of irrigation work inspect site to verify that the system may be installed as indicated . Do not begin work until unsuitable conditions have been corrected . B. Verify location of existing underground utilities prior to start of trenching. C . Field verify all dimensions. D. Existing Utilities: l . Locations and elevations of various utilities included with the scope of this work have been obtained from the most reliable sources available and should serve as a general guide without guarantee to accuracy. The Contractor shall examine the site and verify to his own satisfaction the locations and elevation of all utilities and availability of utilities and services required . The Contractor shall inform himself as to their relation to the work and the submission of bids shall be deemed as evidence thereof. The Contractor shall repair , at his own expense, and to the satisfaction of the Owner's designated representative, damage to any utility shown on or not shown on the plans . 2 . Should utilities not shown on the plans be found during excavations , Contractor should promptly notify designated representative for instructions as to further action. 3 . Contractor shall make necessary adjustments in the layout as may be required to connect existing stubouts, conduit locations, etc., should such stubouts or locations not be located exactly as shown, and as may be required to work around existing work at no increase in cost to the Owner. All such work will be recorded on as-built drawings and turned over to the Owner's designated representative prior to final payment. 3.03 PIPING SYSTEM: A. Trenching: All lateral piping shall be buried a minimum of 12 inches below finished grade. All main piping shall be installed with a minimum of 18" of cover. B. Carefully inspect all pipe and fittings prior to installation. Remove all dirt, burrs and reaming. C . Lay pipe on solid subbase with markings up, uniformly sloped, as indicated. Connect piping 02810 -7 to building system in location indicated. 1. Slope circuit piping to drain valve at least Y2 -inch in 10 feet of run. 2 . Seal all wall penetrations. 3. Restore damaged landscaping. D. All piping passing under paving or other slabs more than 6 feet wide shall be installed in Schedule 40 PVC sleeves. E . Make all piping joints with specified solvent cement. Joints shall set a minimum of 15 minutes prior to handling or moving, and 24 hours prior to filling with water. F. Center load piping with a small amount of backfill to prevent arching and whipping under pressure . G. Excavation, Trenching and Backfill: 1. The Contractor shall perform all excavation to the depth indicated on plans and specifications. The banks of trenches shall be kept as nearly vertical as practicable. Trenches shall be wide enough to allow a minimum of 4" between parallel pipelines or electrical wiring. Where rock excavation is required, or where stones are encountered in the bottom of the trench that would create a concentrated pressure on the pipe, the rocks or stones shall be removed to a depth of 6" minimum below the trench depth indicated. The over depth rock excavation and all trench excavation shall be backfilled with loose, moist earth or sand, thoroughly tamped. Whenever wet or otherwise unstable soil that is incapable of properly supporting the pipe is encountered in the trench bottom, such shall be removed to a depth and length required, and the trench backfilled to trench bottom grade as hereinafter specified, with course sand, fine gravel, or other suitable material. Material unsuitable for backfilling shall be wasted as directed by the Owner's representative. 2. All excavations ans backfill shall be unclassified and covered in the base bid. No additional compensation will be allowed for rock encountered. 3 . Restore all surfaces, existing underground installations, etc., damaged or cut as a result of the excavations to their original conditions. H. PVC pipe shall not be installed when there is water in the trench, nor shall PVC pipe be laid when temperature of 40 degrees or below or when rain is eminent. PVC pipe will expand and contract as the temperature changes. Therefore, pipe shall be snaked from side to side of trench bottom to allow for expansion and contracting. I. Control Wire Installation: 1. All control wire Jess than 500 feet in length shall be continuous without splices or joints from the controller to the valves . Connections to the electric valves shall be made within 18 inches of the valve using connectors specified in paragraph 2.1.D unless otherwise approved by the Owner's designated representative in writing. 02810 -8 2. All control wires shall be installed at least 18 inches deep in ditches in accordance with Details of the Irrigation Drawings . Contractor shall obtain the Owner's approval for wiring routing when installed in separate ditch. Control wires may be installed in a common ditch with piping; however, wires must be installed a minimum of 4 inches from piping as per Details of the Irrigation Drawings . 3. All wire passing under existing or future paving, sidewalk, construction, etc ., shall be encased in a PVC or galvanized steel conduit extending at least 12 inches beyond edges of paving, sidewalks or construction. 3.04 EQUIPMENT: A. Circuit Valves: Install in valve box, arranged for easy adjustment and removal , buried deep enough that valve box lid will not protrude above grade. 1. Provide union on downstream side and ball valve on upstream side per details . 2 . Adjust automatic control valves to provide flow rate of rated operating pressure for each sprinkler circuit. 3. Install a different colored valve wire from controller to each valve installed . D. Sprink ler Heads: Install in accordance with manufacturer written instructions. 1. Install lawn heads flush with finish grade, and no closer than 1-1/2 inches from walks , paving, and curbs. 2. Locate part-circle heads to maintain a minimum distance of 4 inches from walls and 2 inches from other boundaries , unless otherwise indicated . 3. Rotary Heads: Rotary pop-up heads shall be installed as per the Irrigation Drawings. Rotary pop-up heads shall be installed on a swing-joint assembly. After the head height has been determined, a Schedule 80 PVC extension shall be added between the head and swing nipple in order to maintain a head height flush with grade until grass is established . Under the warranty, the Contractor must return after grass is established and adjust heads to proper grade . 4 . Quick Coupling Valves: Quick coupling valves shall be installed with the top of the cover 'Ii-inch below the finish grade . Quick coupling valve shall be installed on a swing-joint assembly with a 1 inch Ball valve. A valve box shall be installed around the quick coupling valve . Under the warranty, the Contractor must return after grass is established and adjust heads and boxes to proper grade. 5. Thrust Blocking: All main line piping shall be installed with concrete thrust blocking. For thrust blocking of main line piping see Details of the Irrigation Drawings. E. Automatic Controllers: Install wiring in conduit from timer to point of direct burial. Set as directed by Owner. I. Manual and Electric Valves : Manual and electric valves shall be sized and located 02810 -9 where shown on plans. Top of valve boxes shall be flush with finished grade. The Contractor will be required to adjust after establishment of grass. Valve boxes shall be properly supported and of sufficient construction that tractors and mowers crossing over the boxes will not push boxes down and crush the pipe, valve or box. 2. Electric Controllers and Valves: a. Electric controller(s) shall be located as shown on the plans and shall be capable of operating the number of stations indicated on the plans. The Contractor shall install the size controller specified on the plans . b. Controller shall be located where shown on the plans and, if possible, oriented in such a manner as to allow the operator to view a maximum area of the irrigation system. c. The Contractor shaJJ provide electrical service as required to controller location. All electrical work shall be done in accordance with all applicable codes and standard industry procedures . 115 Volt or larger services shall be installed a minimum 24" deep and shall be placed in PVC conduit. d. It will be the responsibility of the contractor to furnish and install the proper size wire on each of the low voltage circuits from the master control center to the various section automatic valves. Also see Section 2.1.D . e. Consideration will be given to each circuit for allowance voltage drop and economy consistent with accepted practices of electrical installation. Under no circumstances shall the voltage of any branch circuit be reduced more than proper due to length of run exceeding the maximum allowable for the wire size used. f. Remote electrical control valves shall be located and sized as shown on the plans. All electrical connection shall be made when the weather is dry with connection kits in strict accordance with manufacturer's recommended procedures. Contractor shall submit connection kit data as required under Section 1.3. F . Automatic Sensors: Provide freeze and rain protection by use of Weathermatic #950 Rain- stat and Penn A-19 temperature sensor. Mounting locations will be approved by Landscape Architect. Each controller will be provided with a bypass switch box to allow a manual override of the sensors. 3.05 TESTING, ADJUSTING, AND BALANCING: A. Notify Architect a minimum of 48 hours prior to start of testing. Conduct all tests in presence of Architect. 02810 -10 B. Flushing: l. Prior to backfilling, with all control valves in place but before lateral pipes are connected, completely flush and test the main line and repair all leaks. 2. Flush out each section of lateral pipe before sprinkler heads are attached. C. Testing: Furnish all required personnel and equipment to accomplish testing as follows: l. Thoroughly bleed line of all air and debris. Fill and maintain line full of water for a minimum period of 24 hours immediately prior to the test. 2. After valves are installed , test all live water lines for leaks at a pressure of 100 psi for a continuous period of 2 hours, with all couplings exposed and with all pipe sections center loaded. 3. Correct all leaks and retest until system is accepted by the Architect. D. Thoroughly clean, adjust, and balance all systems. 1. Final Adjustment: a. After installation has been completed, make final adjustment of sprinkler system preparatory to the Owner's designated representative 's final inspection. b. Completely flush system to remove debris from lines by removing nozzle from heads on ends of lines and turning on system. c . Check sprinklers for proper operation and proper alignment for direction of throw. d. Check each section of spray heads for operating pressure and balance to other sections by use of flow adjustment on top of each valve. e. Check nozzling for proper coverage. Prevailing wind conditions may indicate that arc of angle of spray should be other than as shown on drawings. In this case, change nozzles to provide correct coverage and furnish record data to Owner's designated representative with each change. f. After system is thoroughly flushed and ready for operation, each section of sprinklers must be adjusted to control pressure at heads Use the following method, one section at a time: 1) Remove last head on section and install a temporary rise above grade. Install tee with pressure gauge attached on top of riser and reinstall head with nipple onto tee. 2) Correct operating pressure at last head of each section as follows: Spray Heads -25 psi Rotary Heads -35 psi Or as per manufacturer's recommendations 3) After replacing head, at grade, tamp thoroughly around head. g. The Contractor shall furnish all water necessary for testing, flushing and jetting unless noted otherwise. E. Demonstrate complete system to Architect and Owner's representatives: 02810 -11 1. Show that all remote control valves are properly balanced and that all heads are properly adjusted for radius and arc coverage. 2. Instruct Owner's maintenance personnel in the operation and maintenance of the irrigation system . Include contents of the Owner's Manual. 3 . Guarantee and Maintenance: a . The Contractor shall guarantee material and workmanship for one year after installation including repair and replacement of defective materials, workmanship and repair of backfill settlement. Contractor shall provide maintenance for one year after installation. b. Maintenance shall include, but not necessarily be limited to, the following : 1) Adjustment of sprinkler height and plumb to compensate for settling. 2) Adjustment of head coverage as necessary . 3) Unstopping heads plugged by foreign material. 4) Adjustment of controller as necessary to insure proper performance. 5) Cleaning to insure heads pop-up and pop-down properly . 6) All maintenance necessary to keep the system in good operating order. *** END OF SECTION *** 02810 -12 SECTION 02830-GALVANIZED CHAIN LINK FENCING PART 1 -GENERAL J .0 l RELATED DOCUMENTS A. Provisions established within the General and Supplementary General Conditions of the Contract, Division l -General Requirements, and the Drawings are collectively applicable to this Section. 1.02 SCOPE A. Section Includes : Galvanized chain link fences , gates, and backstops . 1.03 REFERENCES A. American Society for Testing and Materials (ASTM): l. ASTM A 153-82 (1987) Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware 2 . ASTM A 392-84 Specification for Zinc-Coated Steel Chain-Link Fence Fabric 3 . ASTM A 446/A 446M-87 Specification for Steel Sheet, Z inc-Coated (Galvanized) by the Hot-Dip Process, Structural (Physical) Quality 4 . ASTM A 569/A 569M-85 Specification for Steel, Carbon (0 .15 Maximum , Percent), Hot Rolled Sheet and Strip Commercial Quality 5. ASTM A 641-82 Specification for Zinc-Coated (Galvanized) Carbon Steel Wire 6. ASTM A 824-86 Specification for Metallic-coated Steel Marcel led Tension Wire for Use With Chain Link Fence 7. ASTM C 33-86 Specification for Concrete Aggregates 8. ASTM C 150-86 Specification for Portland Cement 9 . ASTM F 567-84 Standard Practice for Installation of Chain L ink Fence IO. ASTM F 669-81 (1985) Specification for Strength Requirements of Metal Posts and Rails for Industrial Chain Link Fence 11. ASTM F 900-84 Specification for Industrial and Commercial Swing Gates 12. ASTM F 1083-87 Specification for Pipe, Steel , Hot-Dipped Zinc-Coated (Galvanized) Welded, for Fence Structure B. Chain Link Fence Manufacturer's Institute (CLFMI) Publications: 1. Product Manual 1.04 SUBMITTALS A. Product Data: Submit in accordance with SECTION O 1340 -SHOP DRAWINGS , PRODUCT DATA, AND SAMPLES. Include manufacturer's installation instructions . GALVANIZED CHAIN LINK FENCING 02830 -I PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Provide chain I ink fences and gates as manufactured by one of the fol lowing: 2 .02 MATERJALS Allied Tube and Conduit Corp. American Chain Link Fence Company American Tube Company Anchor Fence, Inc. Capitol Wire and Fence Co ., Inc . Century Tube Corp. Cyclone Fence Div./USX Corp. A . Steel Fabric: Comply with Chain Link Fence Manufacturer's Institute (CLFMI) Product Manual. Furnish one-piece fabric widths for fencing up to 12 feet high. All fencing shall have a knuckled selvage top and bottom. Wire size includes zinc coating. Provide 2 inch mesh, 9 gage (0 .148 inch diameter) wire, typical. B . Galvanized Steel Finish: ASTM A 392, Class I, with not less than 1.2 oz. zinc per sq . ft . of uncoated wire surface. C. Framing: Strength requirements for posts and rails shall comply with ASTM F 669 . D. Pipe shall be straight, true to section, material, and sizes specified, and shall conform to the following weights per foot: NPZS in Outside Diameter Type 1 Type II inches (OD) in inches Steel Steel l-1/4 1.660 2 .27 1.84 l-l/2 1.900 2.72 2 .28 2 2.375 3 .65 3.12 2-1/2 2 .875 5.79 4.64 3-1/2 4 .000 9.11 6 .56 E. Steel Framework, General: Posts, rails, braces, and gate frames. I . Type I Pipe: Hot-dipped galvanized steel pipe conforming to ASTM F I 083 , plain ends, standard weight (schedule 40) with not less than 1.8 oz. zinc per sq . ft . of surface area coated . 2. Type II Pipe: Manufactured from steel conforming to ASTM A 569 or A 446, grade D , cold formed , electric welded with minimum yield strength of 50,000 psi and triple coated with minimum 0.9 oz. zinc per sq. ft. after welding, a chromate conversion coating and a clear polymer overcoat. Corrosion protection on inside surfaces shall protect the metal from corrosion when subjected to the salt spray test of ASTM B 117 for 300 hours with the end point of 5 percent Red Rust. F. End, corner, and pull posts: 2 7/8" OD Type I or II steel pipe, 2 1/2" square steel tubing weighing 5.10 lbs. per in . ft., or 3 1/2" by 3 1/2" roll-formed sections weighing 4 .85 lbs . per in. ft. GALVANIZED CHAIN LINK FENCING 02830 -2 G. Line or intermediate posts: 2 3/8" OD Type l or II steel pipe, 2 1/4" by 1 7/1 O" C section weighing 2.70 lbs. per in. ft ., or 2 1/4" by I 7/10" galvanized steel H section weighing 3.26 lb. per. in. ft. H. Gate Posts: Furnish posts for suppo11ing single gate leaf, or one leaf of a double gate installation , 4 11 OD Type I or II steel pipe . I. Top Rail: Manufacturer's longest lengths, with expansion-type coup.lings, approximately 6 inches long, for each joint. Provide means for attaching top rail securely to each gate corner, pull , and end post. I. Galvanized Steel : 1-1/4 11 NPS ( 1.66 inch OD) Type I or II steel pipe or 1-5 /8" by 1-1 /4 11 roll- formed C sections weighing 1.35 lb. per ft. J. Bottom and Intermediate Rail: I .66 11 OD schedule 40 galvanized steel pipe 2 .27 lbs. per ft ., with rail end clamps at each post. K. Tie Wires : 12-gauge (0.106 inch diameter) galvanized steel with a minimum of 0 .098 oz. per sq. ft. of zinc coating of surface area in accordance with ASTM A 641 , Class 3 . L. Post and Line Caps: Provide weathertight closure cap for each post. Provide line post caps with loop to receive tension wire or top rail. M. Tension or Stretcher Bars: Hot-dip galvanized steel with minimum length 2 inches less than full height of fabric, minimum cross-section of3/16 inch by 3/4 inch and minimum 1.2 oz. zinc coating per sq . ft . of surface area. Provide one bar for each gate and end post, and two for each corner and pull post, except where fabric is integrally woven into post. N. Tension and Brace Bands: Minimum 3/4 inch wide hot-dip galvanized steel with minimum 1.2 oz. zinc coating per sq . ft. of surface area. 1. Tension and Brace Bands: Minimum 12 gage (0.J 05 inch) thick. 0. Concrete : Provide concrete consisting of Po111and cement, ASTM C 150 , aggregates ASTM C 33, and clean water. Mix materials to obtain concrete with a minimum 28 day compressive strength of 2500 psi . Use at least 4 sacks of cement per cu . yd., I inch maximum size aggregate , maximum 3 inch slump, and 2 to 4 percent entrained air. 2 .03 GATES A Fabrication: Fabricate perimeter frames of gates from metal and finish to match fence framework . Assemble gate frames by welding. Provide horizontal and vertical members to ensure proper gate operation and attachment of fabric, hardware, and accessories. Space frame members maximum of 8 feet apart. 1. Provide same fabric as for fence. Install fabric with tension bars and bands to vertical edges and at top and bottom edges. 2. Install diagonal cross-bracing consisting of 3 /8 inch diameter adjustable length truss rods on gates to ensure frame rigidity without sag to twist. B. Swing Gates: Comply with ASTM F 900. Fabricate perimeter frames of minimum 1.90 inch OD Type I or IT steel pipe or 2 .00 inch square galvanized steel tubing weighing 2 .60 lb. per sq . ft. C. Gate Hardware: Provide hardware and accessories for each gate, galvanized per ASTM A 153, and GALVANIZED CHAIN LINK FENCING 02830 -3 in accordance with the following: 1. Hinges: Size and material to suite gate size, non-lift-off type, offset to permit 180° and 270° gate opening. Provide 1 1 /2 pair of hinges for each leaf over 6 foot nominal height. 2. Latch: Forked type or plunger-bar type to permit operation from either side of gate, with padlock eye as integral part of latch. 3. Gate Stops : Provide gate stops for double gates, consisting of mushroom-type flush plate with anchors, set in concrete, and designed to engage center drop rod or plunger bar. Include locking device and padlock eyes as integral part of latch, permitting both gate leaves to be locked with single padlock. PART 3 -EXECUTION 3.01 INSTALLATION A. General: Install fence in compliance with ASTM F 567. Do not begin installation and erection before final grading is completed . B. Excavation : Drill or hand-excavate (using post-hole digger) holes for posts to diameters and spacings indicated, in firm, undisturbed or compacted soil. 1. Excavate holes for each post to minimum diameter recommended by fence manufacturer, but not less than 4 times largest cross-section of post. 2. Excavate hole depths approximately 3 inches lower than post bottom, with bottom of posts set not less than 36 inches below finish grade surface. C . Setting Posts: Center and align posts in holes 3" above bottom of excavation . Space maximum 10 feet o.c. Protect po1tion of posts above ground from concrete platter. Place concrete around posts and vibrate or tamp for consolidation. Check each post for vertical and top alignment, and hold in position during placement and finishing operations. Extend concrete footings 2 inches above grade and trowel to a crown to shed water. D . Top Rails: Run rail continuously through line post caps, bending to radius for curved runs and at other posts terminating into rail end attached to posts or post caps fabricated to receive rail. Provide expansion couplings as recommended by fencing manufacturer. E. Brace Assemblies: Install braces so posts are plumb when diagonal rod is under proper tension. F. Fabric : Leave approximately 2 inches between finish grade and bottom selvage . Pull fabric taut and tie to posts, rails, and tension wires. Install fabric on security side offence, and anchor to framework so that fabric remains in tension after pulling force is released . G. Tension of Stretcher Bars: Thread through or clamp to fabric 4 inches o.c ., and secure to end, corner, pull, and gate posts with tension bands spaced not over 15 inches o .c. H. Tie Wires: Use U-shaped wire of proper length to secure fabric firmly to posts and rails with ends twisted at least 2 full turns. Bend ends of wire to minimize hazard to person·s or clothing. l . Maximum Spacing: Tie fabric to line posts 12 inches o .c. and to rails and braces 24 inches o.c . I. Fasteners: Install nuts for tension bands and hardware bolts on side of fence opposite fabric side. GALVANIZED CHAIN LINK FENCING 02830 - 4 Peen ends of bolts or score threads to prevent removal of nuts . J. Gates : Instal I gates plumb, level, and secure for full opening without interference . Instal I ground-set items in concrete for anchorage . Adjust hardware for smooth operation and lubricate where necessary . *** END OF SECTION *** GALVANIZED CHAIN LINK FENCING 02830 -5 SECTION 02870 -SITE FURNISHINGS PART 1-GENERAL 1.0 I DESCRJPTION Furnish and supply al I labor, equipment, materials and incidentals necessary to assemble , in s tall and otherwise construct park equipment as listed under Products . 1.02 RELATED WORK A . Section 03300 -Cast-in-Place Concrete . 1.03 QUALITY ASSURANCE A . All equipment shall be free of sharp edges and corners, or extremely rough surfaces. B . Al! materials shall be new and conform to all standard s as specified. C. The bidder shall be responsible for defects in equipment due to faulty materials or manufacturing, damage or loss. D. Metal shall be straight or at design rad ii or bends, without kinks , and s hal I be true to shape . 1.04 PRODUCT DELIVERY , STORAGE AND HANDUNG A . Protect from inclement weather: wet, damp , extreme heat or cold. B . Store in a manner to prevent warpage and /or bowing . C. Give al I manufacturer's labels and installation instructions to the Landscape Architect. 1.05 JOB CONDITIONS The contractor shall be responsible for protection of unfinished work and shall be responsible for the safety of park users utilizing unfinished equipment. PART 2 -PRODUCTS 2 .0 I PARK EQUIPMENT A. Bleachers - 5 Row, 15' Long Bleachers: I. Approved Products: SturdiSteel #515 2CL -aluminum/galvanize finish. SITE FURNISHINGS 02870-1 B. Soccer Goals -4" x 4" Steel Goals 24' W x 8' H x 10'0. 64" square steel white goal face . Heavy wall Flo-coated galvanized steel tubing side wings and bottom rear crossbar. 1. Approved Products: BSN Sports No. STSNCAAS. 2 .02 SUPPLIERS A. Sturdisteel Equipment Company is represented by: Sturdisteel P. 0 . Box 2655 Waco, Texas 76702-2655 1-800-433-3116 B. BSN Sports is represented by : PART 3-EXECUTION 3 .0 I INSTALLATION BSN Sports P.O. Box 7726 Dallas , Texas 75209 1-800-527-7510 A . Fasteners : All nuts and bolts shall be upset and tack welded to prevent disassembly . B . Manufacturer's Installation Instructions: The contractor shall follow the manufacturer's installation instructions unless otherwise stated. C. Set all equipment level. END OF SECTION SITE FURNISHINGS 02870 -2 SECTION 02930 -LAWNS -HYDRO-MULCHING PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: Soil preparation , fertilization, planting, and other requirements regarding hydro-mulching operations to turfgrass areas as indicated on the plans. B. Related Sections: 1. Section 02200 -Earthwork; topsoil. C. Scope: It is the responsibility of the Contractor to seed all disturbed areas of the site as required herein . 1.02 SUBMITT ALS : A. Product Data: Submit in accordance with Section O 1340. Submit a sample label or specification for each type of fertilizer. 1.03 QUALITY ASSURANCE: A. Establishment and Acceptance: Regardless ofunseasonable climatic conditions or other advers e conditions affecting planting operations and the growth of the grass , it shal I be the sole responsibility of the Contractor to establish a uniform stand of grass . When adverse conditions such as drought, cold weather, high winds, excessive precipitation, or other factors prevail to such an extent that satisfactory results are unlikely, the Owner may, at his own discretion , stop any phase of the work until conditions change to favor the establishment of grass . 1. Uniform Stand of Grass: A uniform stand with complete coverage of the specified grass shall be defined as not less than 150 growing plants per square foot for seeded areas. B. Post Planting Maintenance : Maintenance shall begin immediately after each portion of grass area is planted. All planted areas will be protected and maintained by watering, weeding, and replanting as necessary until receipt by Owner of Certificate of Occupancy or as much longer as necessary to establish a uniform stand with complete coverage of the specified grass . Grass shall be mowed once a week by the Contractor until final acceptance. All water equipment deemed necessary by the Contractor will be provided by the Contractor. Contractor will pay for all water required for watering. 1.04 WARRANTY: A . Grass shall be guaranteed by the Contractor for 3 0 days after the date of substantial completion for the project, or attainment of the required stand of grass, which ever is later. During this time, the Contractor shall be responsible for all watering, weeding, mowing, fertilization , other maintenance as required, and replanting. LAWNS -HYDRO-MULCHING 02930-1 l. At the end of the 30-day warranty period, the grass will be re-inspected by the Owner and any defective areas will be repaired or replaced by the Contractor. 2 . The grass will be re-inspected in subsequent 30-day intervals as required until all defective areas comply with subsection 3.01 , D. All costs associated with the initial 30- day warranty period and subsequent 30-day periods, if required, shall be the responsibility of the Contractor. PART 2 -PRODUCTS 2 .01 MATERIALS: A. Bermudagrass Seed: Grass seed shall be Cynondon Dactylon (Common Bermudagrass). The seed shall be harvested within 1 year prior to planting; free of Johnsongrass, field bind weed, doddler seed, and free of other weed seed to the limits allowable under the Federal Seed Act and applicable seed laws. The seed shall not be a mixture . The seed shall be hulled, extra fancy grade, treated with fungicide, and have a germination and purity that will produce, after allowance for Federal Seed Act tolerance , a pure live seed content of not less than 85%, using the formula ; purity% times (germination % times plus hard or sound seed %). Seed shall be labeled in accordance with U.S. Department of Agriculture rules and regulations. B. Fertilizer: Fertilizer shall be a commercial product, uniform in composition, free flowing, and suitable for application with approved equipment. Fertilizer shall be delivered to the site in folly labeled original containers. Fertilizer which has been exposed to high humidity and moisture, has become caked or otherwise damaged making it unsuitable for use, will not be acceptable. I. [nitial Planting Application : Fertilizer for the initial planting applicat ion shall be of an organic base containing by weight the following ( or other approved) percentages of nutrients: 15-10-5 (N-P-K), also containing 10-15% sulfate and traces of iron and zinc as required and approved by the Owner. 2. Post Planting Application: Fertilizer for the post planting application wi II be a chemica I base fertilizer containing by weight the fol lowing percentages ofnutrients : 21-0-0 (N-P- K) ammonium sulfate or the nitrogen equivalent of 33-0-0 ammonium nitrate. C. Hydro-Mulch: Provide Conwed Hydro-Mulch . All mulch will be manufactured from hardwoods only and will be refined specifically for lawn hydro-mulch applications . D . Topsoil shall be as described in Section 02200. LAWNS -HYDRO-MULCHING 02930-2 PART 3 -EXECUTION 3.01 INSTALLATION A. Soil Preparation: I . Tillage : Tillage shall be accomplished to loosen the soil , destroy existing vegetation , and prepare an acceptable seed bed . All areas shall be tilled with heavy duty disc or chisel-type breaking plow, chisels set not more than 1 O" apart. Initial tillage shall be done in a crossing pattern for double cove rage, then followed by a disc harrow . Depth of ti II age shall be 6". 2 . Cleaning: All rocks and clods 3/4" in size or larger shall be removed from the fine graded area . Soil shall be further prepared by the removal of debris, including building materials, rubbish , weeds, concrete chips and small pieces of wood, regardless of size. 3 . Fine Grading: After tillage and cleaning, all areas to be planted shall be leveled , fine graded , and drug with a weighted spike harrow or float drag. The required result shall be the elimination of ruts or depressions that would cause water to stand or pond immediately after rainfall or operation of the lawn irrigation system, humps, and objectionable soil clods. This shall be the final soil preparation step to be completed before the commencement of fertilizing and planting. B . Fe11ilizing : 1. Initial Planting Application: The specified fertilizer shall be applied at the rate of 18 pounds per 1,000 square feet (800 pounds per acre). a. Timing: The initial planting application of fertilizer shall be applied after the soil preparation, but not more than 2 days prior to grass planting. Fertilizer shall be applied over sod after planting, but not more than 2 days later. 2 . Post Planting Application : Thirty days after planting, grass areas shall receive an application of 21-0-0 or 33-0-0 ferti lizer at the rate of 9 pounds per 1,000 square feet ( 400 pounds per acre). a . Timing: The Landscape Architect will determine if it is too late in the growing season for the post planting application. In the event that it is , the application shall be made in the spring of the next year, or the cost of the application shall become a credit due to the Owner. 3. Post Planting Maintenance: Areas without a uniform stand (complete coverage) shall receive subsequent applications of fertilizer, as described above, every 30 days until a uniform stand is achieved. C. Planting: 1. Hydroseeding: Following soil preparation, Bermudagrass seed, fertilizer, mulch, and water sh al I be mixed together and applied to the planting area in the following quantities and rates using conventional "Hydro-Mulch" equipment as manufactured by the Bowie LAWNS -HYDRO-MULCH1NG 02930-3 Machine Works: ITEM Grass Seed Fertilizer Water RA TE PER ACRE 110 pounds 800 pounds As needed Wood Fiber Mulch Minimum as needed to achieve marking of seeded areas a . Timing: Under no circumstances shall grassing operations occur in planting periods other than the fol lowing: April 15 to August 30 of the year of project substantial completion. If grassing operations cannot be accomplished during these periods the Contractor shall establish an interim stand of winter rye grass, then remove the rye and provide specified grass during the next period in the following year. D. Acceptance of grass for the purpose of establishing the date of Substantial Completion and subsequent re-inspection shall be based on the following minimum requirements: 1. Grass must indicate weed-free uniform, healthy, and vigorous growth, devoid of discoloration and signs of dehydration . 2. The grade shall be free of low or hollow places so that water shall not stand or pond during rains or irrigation operation. 3. Grass shall be firmly rooted so that sections cannot be removed. E . Protection: No heavy equipment shall be moved over the planted lawn area unless the soil is again prepared, graded, leveled , and replanted . Protect all paving surfaces, curbs, utilities, plant materials, and any other existing improvements from damage by heavy equipment. Any damages shall be repaired or replaced at no cost to the Owner. F . Erosion Control: Throughout the project and the maintenance period for grass, it is the Contractor's responsibility to maintain the topsoil in place at specified grades. Topsoi I and grass losses due to erosion shall be replaced by the Contractor until establishment and acceptance is achieved. G. Clean Up: Contractor shall remove excess material or debris brought onto the site or unearthed as a result of hydro-mulching operations. *** END OF SECTION *** LAWNS -HYDRO-MULCHING 02930-4 SECTION 02932 -LAWNS -SPRIGGING PART 1 -GENERAL 1.01 DESCRIPTION A. Work Included: Intersprig all areas to be planted with Texas Ce11ified Hybrid 419 Bermuda at the rate of three hundred fifty (350) bushels per a c re . 1.02 SU BMITT ALS A . Certification of Texas Hybrid 419 Bermuda sprig variety . B . Submit a sample label or specification for fertilizer. 1.03 PRODUCT DELIVERY, STORAGE AND HANDLING A. Bermuda Sprigs: I. Sprigs shall be harvested within twelve ( 12) hours prior to planting. 2. Sprigs shall not be allowed to dry out prior to planting. 1.04 JOB CONDITIONS A. Planting: Only during suitable weather conditions. B. Protect and maintain areas until project is complete . PART 2-PRODUCTS 2 .01 MATERIALS : A. Bermuda Grass Sprigs: The sprigs planted, three hundred fifty (350) bushels per acre, shall be of the type specified , Texas Hybrid 419 Bermuda. B . Fertilizer: Fertilizer shall be a commercial product, uniform in composition , free flowing, and suitable for application with approved equipment. Fertilizer shal l be delivered to the site in fully labeled original containers. Fertilizer which has been exposed to high humidity and moisture, has become caked or otherwise damaged making it unsuitable for use, will not be acceptable . I. Initial Planting Application : Fertilizer for the initial planting application shall be of an organic base containing by weight the following (or other approved) percentages of nutrients: 15-10-5 (N-P-K), also containing l 0-15% sulfate and traces of iron and zinc as required and approved by the Owner . 2. Post Planting Application: Fertilizer for the post planting application will be a chemical base fertilizer containing by weight the following percentages of nutrients: 21-0-0 (N-P-K) ammonium sulfate or the nitrogen equivalent of 33-0-0 ammonium nitrate . LAWNS -SPRIGGING 02932 -1 PART 3 -EXECUTION 3 .01 SPRIG BED PREPARATION A. Soil Preparation : 1. Tillage: Tillage shall be accomplished to loosen the so il , de s troy exi s ting vegetation , and prepare an acceptable seed bed . All areas shall be tilled with heavy duty disc or chisel-type breaking plow, chisels set not more than IO" apart . Initial ti Uage shal I be done in a crossing pattern for double coverage, then followed by a disc harrow . Depth of tillage shall be 6". 2 . Cleaning: All rocks and clods 3/4" in size or larger shall be removed from the fine g raded area. Soil shall be further prepared by the removal of debris , in c luding building materials, rubbish , weeds, concrete chips and small pieces of wood , regard less of size . 3. Fine Grading: After tillage and cleanin g, all areas to be planted shall be leveled , fine graded , and drug with a weighted spike harrow or float drag . The required result shall be the elimination of ruts or depressions that would cause water to stand or pond immediately after rainfall or operation of the lawn irri gation system , humps, and objectionable soil clods. This shall be the final soil preparation step to be completed before the commencement of fertilizing and planting. B . Fertilizing: 1. Initial Planting Application: The specified fertilizer shall be applied at the rate of 18 pounds per l ,000 square feet (800 pounds per acre). a . Timing: The initial planting application of fertilizer shall be applied after the soil preparation, but not more than 2 days prior to g ras s planting. 2 . Post Planting Application : Thirty days after planting, g rass areas shall receive an application of2 l-0-0 or 33-0-0 fertilizer at the rate of 9 pounds per l ,000 square feet (400 pounds per acre). a. Timing: The Landscape Architect will determine if it is too late in the growin g season for the post planting application. In the event that it is , the application shall be made in the spring of the next year, or the cost of the application shall become a credit due to the Owner. 3 . Post Planting Maintenance: Areas without a uniform stand (complete coverage) shall receive subsequent applications of fertilizer , as described above, every 30 days until a uniform stand is achieved . 3 .02 SPRIG INSTALLATION A . Mechanical sprigging to be perfonned by a grass sprigging machine able to apply three hundred fifty (350) bushels of Bermuda grass per acre. 8 . Perform all necessary steps to insure the sprigs will take root. LAWNS -SPRJGGING 02932-2 C. Fields: Keep moist, by daily water application, if necessary: 1. For a minimum often (lO) days; or 2. Until sprigs have rooted in soil. 3 .03 MAfNTENANCE AND MANAGEMENT A . Includes protection , replanting, maintaining grades, repair of erosion damage. B. Replanting: 1. Replant areas where a stand of grass is not present in a reasonable length of time . 2. A "stand" shall be defined as live grass plants occurring from sprigging at the rate which does not create bare spots greater than one-fourth ( 1/4) of a square foot. C. Maintaining Grades: l. Repair erosion damage promptly . 2. Ruts, ridges, tracks and other surface irregularities shall be corrected. 3. Replant all damaged areas prior to acceptance . *** END OF SECTION *** LAWNS -SPRIGGING 02932-3 SECTION 02935 -LAWNS -SODDING PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: Grass sodding in areas where indicated on the plans. B. Related Sections : I. Section 02200 -Earthwork; topsoil. 1.02 DEFINITION OF TERMS A. Grass area shall mean al I areas to be grassed with sod . B. Materials shall mean all items such as topsoil, fertilizer, herbicide, and grass needed to accomplish the grassing. 1.03 QUALITY ASSURANCE A . Inspection of Grass Sod and Materials: Grass sod is subject to inspection and approval at the place of growth or upon delivery, for conformity to specification requirements as to quality and variety. Such approval shall not impair the right of inspection upon delivery at the site during the progress of work or right to rejection due to damage suffered in handling or transportation. Rejected grass shall be removed immediately from the site. Materials are subject to inspection and approval upon delivery. 1.04 WARRANTY A. Grass shall be guaranteed by the Contractor for 30 days after the date of substantial completion for the project, or attainment of the required stand of grass, which ever is later . During this time , the Contractor shall be responsible for all watering, weeding, mowing, fertilization, other maintenance as required, and replanting. 1. At the end of the 30-day warranty period, the grass wil I be re-inspected by the Owner and any defective areas will be repaired or replaced by the Contractor. 2. The grass will be re-inspected in subsequent 30-day intervals as required until all defective areas comply with subsection 3 .0 I, E. Al I costs associated with the initial 30-day warranty period and subsequent 30-day periods, if required , shall be the responsibility of the Contractor. PART 2-PRODUCTS 2 .0 I MA TERJALS A. General: All materials and grass sod shall be of first grade quality, be in prime condition when Lawns -Sodding 02935-1 installed and when the project is accepted . Any commercial processed or packaged material shall be delivered to the site in the original unopened containers bearing the manufacturer's guaranteed analysis. B. Topsoil: Reference Section 02200 . C. Fertilizer: 1. 16-4-12 or 15-5-10 fertilizer with iron and sulfur, shal I be a commercial grade, pelleted or chip type, uniform in composition, dry and free flowin g . 2 . Fertilizer shall be delivered to the site in the original unopened containers and bear the manufacturer's guaranteed analysis . Any fert i lizer that becomes caked or dama ge d , making it unsuitable for use, will not be acceptable. D . Herbicide : "Roundup". E. Pre-Emergent Herbicide: "Surflan" or "Betasan". F. Grass Sod : All grass sod shall be 100% Texas Hybrid 419 Bermuda, be fully mature, well maintained grass, with a good strong root system free of all other grasses, contain no weeds, be evenly cut with conventional sod-cutting machine to 3 /4" thickness. All grass shall be from the same growing ground and delivered to the project site in prime condition. G . Water: Suitable water for the execution of this work including maintenance shall be furnished by the Contractor. The Contractor shall be responsible for furnishing his own labor, hose and ho s e connections from the outlets where the water will be furnished, if permanent irrigation system is not yet operable. PART 3 -EXECUTION 3 .01 INSTALLATION OF SOD A . Under no circumstances shall installation of sod occur in planting periods other than the following: April I to September 3 0 of the year of project substantial completion. If installation of sod cannot be accomplished during these periods the Contractor shall establish an interim stand of winter rye grass, then remove the rye and provide specified grass with associated requirements for maintenance as required in article 3.03 , during the next period in the following year. B. Soil Preparation: Remove all Johnsongrass roots and weeds by hand digging or by spraying with Herbicide ten ( l 0) days prior to beginning soil preparation work. Should it rain the day grass and weeds are sprayed, those areas which do not show evidence of chemical reaction in three (3) days shall be re-sprayed . C. Tillage and Grading: I. Tillage shall be accomplished to loosen the soil, destroy existing vegetation, and prepare an acceptable bed . All areas shall be tilled with heavy duty disc or chi se l-type breaking pl ow, chisels set not more than IO" apart. Initial tillage shall be done in a crossing pa ttern for double coverage, then followed by a disc harrow . Depth of tillage shall be 6". The finished Lawns -Sodding 02935-2 surface shall be I" below proposed finish grade. 2. Cleaning: Al I rocks and clods 3/4" in size or larger shall be removed from the fine graded area. Soil shall be further prepared by the removal of debris, including building materials, rubbish, weeds, concrete chips and smal I pieces of wood, regard less of size. 3. Fine Grading: After tillage and cleaning, all areas to be planted shall be leveled, fine graded, and drug with a weighted spike harrow or float drag . The required result shall be the elimination of ruts or depressions that would cause water to stand or pond immediately after rainfal I oroperation of the lawn irrigation system, humps, and objectionable soi I clods . This shall be the final soil preparation step to be completed before the commencement of fertilizing and planting. 4. Laying of Sod: All areas to receive sod shall be prepared and finish graded in accordance with these specifications. Areas to receive sod shall be moist but not muddy . Sod shall be delivered to the site fresh and shall be laid immediately upon receipt. Sod shall be laid green side up with tight fitting staggered joints and shall be watered within an hour after being laid . Sod which shows evidence of going through a "heat", is discolored or dehydrated shall be removed from the project site. After sodding, the finished surface shall be free of depressions . D. Pre-emergent Herbicide and Fertilizer Applications : 1. All grass areas shall have pre-emergent herbicide applied at the rates recommended by the manufacturer. Use a broadcast spreader when applying the granular form of pre-emergent. 2. Apply fertilizer with a broadcast spreader at the rate of two pounds per l 00 square feet. Apply fe1tilizer immediately after grass installation and repeat the application at 6-week intervals until accepted by the Architect. E . Acceptance of grass for the purpose of establishing the date of substantial completion and subsequent re-inspections shall be based on the following minimum requirements: I. Grass must indicate weed-free uniform, healthy, and vigorous growth, devoid of discoloration and signs of dehydration. 2 . The grade shall be free of low or hollow places so that water shall not stand or pond during rains or irrigation operation. 3. Grass shall be firmly rooted so that sections cannot be removed. 4. Grass joints shall be tight fitting and shall show evidence of elimination . 3 .02 GRASS REPLACEMENTS A. All replacements shall be grass of the same type as specified on the drawings. Replacement grass shall be furnished and planted as specified under paragraph: Installation of Sod . The cost shall be borne by the Contractor except for those replacements resulting from civil disobedience, acts of neglect on the part of others, physical damage by animals, improper Owner maintenance, vehicles, Lawns -Sodding 02935-3 fire, or losses due to curtailment of water by local authorities or to "Acts of God". Floods, tornadoes, winds of hurricane force, hail, exceptional or untimely freezes are not normal and the damage they do cannot be calculated in a bid. 3 .03 MAINTENANCE A. During Grass Operations: I . Maintenance shall begin immediately after grassing is stated and shall continue until the work is substantially completed and accepted . Grass shall be watered, maintained and protected until accepted by the Architect in writing. 2. Settled grass shall be reset to proper grade position and dead grass removed . Defective work shall be corrected as soon as possible after it becomes apparent and weather and season permit. Upon completion of grassing and prior to substantial completion, the Contractor shall remove from the site excess soil and debris, and repair any damage to structures, resulting from grassing operations. 3. All lawn areas shall be mowed as required to maintain a maximum height of 2" until accepted by the Architect. B . Maintenance Program: Contractor shall supply the Owner's representative with a year's written recommended maintenance program . Owner's representative must approve the maintenance program before final payment is made to the Contractor. 3.04 SITE MAINTENANCE A. The Contractor shall at all times maintain the site in a neat and orderly condition free from trash and waste construction materials. Unattended construction materials, equipment and trash shall be left in such a manner that they do not constitute fire hazards or become or cause nuisance or dangers due to forces of nature such as rain and wind. Existing improvements, as designated by the Owner's representative, whether on the construction site or adjacent property, shall be protected in place and shall be provided with adequate access. Paved area shall be cleaned of all mud and debris resulting from grassing operations. 3.05 FINAL CLEANUP A . After completion of the work required under the contract and before acceptance of the work, the Contractor shall at his own expense clean up the site of the work and any and all property used during grassing operations to the satisfaction of the Owner's representative . B. Contractor shall remove and dispose of all excess materials resulting from his work and shall repair, replace or restore to the satisfaction of the Owner's representative all property of any type or nature which has been moved, damaged or altered in any way by his operations including existing slopes. He shall return all roadway surfaces to their original condition and appearance. C. All ditt and debris shall be removed from paved surfaces by washing or sweeping as necessary. Ditches, culverts and drainage structures adjacent to and downstream from the work site, shall be inspected and cleaned of all material and debris resulting fro his operations . Ditches shall be re- Lawns -Sodding 02935-4 shaped if necessary. All new facilities shall be cleaned of dust, dirt, spilled concrete, oil and other substances as directed by the Owner's representative. D. All work and storage areas shall be graded so that they drain. Grades shall be smooth, evenly sloped surfaces, matching or equivalent to that existing when work was started. 3.06 DISPOSAL OF WASTE MATERIAL A . All waste material shall become the property of the Contractor and shall be disposed of by the Contractor at local landfill operations in accordance with applicable ordinances and regul ations . -END OF SECTION 0293 5 - Lawns -Sodding 02935-5 SECTION 03200 -CONCRETE REINFORCEMENT PART 1 -GENERAL 1.0 I RELATED DOCUMENTS A. Provisions established within the General and Supplementary Conditions of the Contract, Division I -General Requirements, and the Drawings are collectively applicable to this Section . 1.02 SUMMARY A. Section Includes : 1. Reinforcement with accessories for the cast -in-place concrete . 2. Reinforcing steel bars, welded steel wire fabric and fibrous reinforcement for cast-in- place concrete. 3. Support chairs, bolsters and spacers , for supporting reinforcement. B. Related Sections: 1. Section 02370 -Cast-in-Place Concrete Piers 2. Section 03300 -Cast-in-Place Concrete 1.03 REFERENCES A. American Concrete Institute (ACI): 1. ACI 3318 -Building Code Requirements for Reinforced Concrete. B . American Society for Testing and Materials (ASTM): 1. ASTM A 185 -Specification for Steel Welded Wire , Fabric, Plain, for Concrete Reinforcement. 2. ASTM A 615 -Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. C. Concrete Reinforcing Steel Institute (CRSI): 1. CRSI Manual of Standard Practice , latest edition . 1.04 SUBMITTALS A. Shop Drawings: Submit in accordance with Section O 1640 PRODUCT OPTIONS . Drawings shall show the size, length, form and position of bar reinforcing and accessories. B. Certification: Submit a letter certifying that the reinforcing bars comply with specified standard for grade. 1.05 QUALITY ASSURANCE A. Standard: Reinforcement shall meet the requirements of ACI 318 . CONCRETE REINFORCEMENT 03200-1 1.06 DELNERY AND STORAGE A . Stack reinforcing steel in tiers and mark so that each length, size, shape and location can be readily determined . Exercise care to maintain reinforcement free of dirt, mud, paint or rust. B. Store materials and accessories on dunnage and under protective sheeting. PART 2 -PRODUCTS 2 .01 MATERIALS A. Reinforcing Bars : ASTM A 615, Grade 60 deformed billet steel. B. Reinforcing Fabric : ASTM A 185, welded steel wire fabric in flat sheets. C. Tie Wire : 16 gauge annealed steel wire . D . Accessories: Anchors, dowels, spacers, chairs , bolsters and other devices for supporting and fastening reinforcement and normally considered as accessories to the concrete work. 2 .02 F ABRJCA TION A. Fabricate reinforcing bars to conform to the required shapes and dimensions, with fabrication tolerances complying with the CRSI Manual. B. In case of fabricating errors, do not straighten or re -bend reinforcement in a manner that will weaken or injure the material. PART 3 -EXECUTION 3.01 INSTALLATION A. Placing Steel : 1. Place reinforcement in accordance with CRSI "Placing Reinforcing Bars" and ACI 318, with provisions of ACI 318 governing. 2. Assemble reinforcing steel in the forms, wired and fastened securely . Bending shall be done cold. Bars with kinks or bends not detailed shall be rejected. 3. Clean reinforcing steel of loose rust, mill scale, grease, dirt and other coatings which will reduce or destroy bond with the concrete. A thin film of tight rust will not be objectionable . 4. Position, support and secure reinforcement to resist displacement by formwork, construction and concrete placing operations. 5. Locate and support reinforcement by metal chairs, runners , bolsters , spacers and hangers. 6 . Place reinforcement to obtain minimum coverages for concrete protection. 7. Arrange, space and securely tie bars and bar supports together with the specified tie wire. CONCRETE RETNFORCEMENT 03200-2 8. Set wire ties so twisted ends are directed away from exposed concrete surfaces . 9. Support reinforcement and fasten together to prevent displacement by construction loads of placing concrete . 10. Over form work, use metal or plastic bar chairs and spacers to support reinforcement. 11 . Where concrete surface will be exposed to weather in finished structure, use noncorrosive or corrosion protected accessories within 1/2" of concrete surface. 12. Where successive mats ofreinforcing fabric are continuous, overlap welded wire fabric so that overlap measured between outermost cross wires of each fabric sheet is not less than spacing of cross wires plus 2". 13 . Bars having splices not shown on shop drawings will be subject to rejection s. 14 . Do not bend reinforcement after being embedded in hardened concrete . 15. Do not allow bars to be in contact with dissimilar materials . END OF SECTION CONCRETE REINFORCEMENT 03200-3 SECTION 03300-CAST-IN-PLACE CONCRETE PART 1 -GENERAL 1.0 I SCOPE OF WORK A. Concrete Paving B. Concrete Foundations and Footings C. Cast-In-Place Concrete Piers 1.02 QUALITY ASSURANCE A . Reference Specifications : The work under th is division of the Specifications shall conform generally to the requirements ofltem 314 -"Concrete Pavement", Item 406 -"Concrete for Structures", and Item 410-"Concrete Structures", and "Concrete Drilled Piers " of the City of Fort Worth's "Standard Specifications for St reet and Storm Drain Con struction", except as otherwise specified . Delete Measurement and Payment . B . Related Sections: l . Section 02370 -Cast-In-Place Concrete Piers 2 . Section 03200 -Concrete Reinforcement PART 2 -MATERIALS 2 .01 FORMS A. Forms shall be of ample strength, adequately braced ,joined neatly and tightly and set exactly to established line and grade. 2 .02 REINFORCING MATERIALS A. Reinforcing Bars: Reinforcing bars shall be round deformed bars meeting the require ments of the current standard Specifications for Intermediate Grade B illet Steel Concrete Reinforcing Bars of the A.S .T .M . Designation A-615 . Reinforcing bars at the time the concrete is placed shall be free from rust, scale or other coatings that wi 11 destroy or reduce the bond . General reinforcing bars shall be number three bars spaced eighteen inches (18") on center in walks and twelve inches (12") in slabs as shown on Plans. 2.03 CONCRETE MATERIALS A . Cement: Portland cement shall meet the requirements of A.S .T.M. Specifications Designation C-150 and shall be Type I. B . Aggregates: Concrete aggregates shall consist of gravel or crushed stone and shall be free from any excess amount of salt , alkali , vegetative matter or other objectionable materials . The aggregate shall be well graded from fine to course and the maximum size shall be one inch (l "). Fine aggregate shall consist of sand and it shal I be clean, hard , durable and free of lumps. CAST-IN-PLACE CONCRETE 03300-1 C . Water: Water used in mixing concrete shall be clean and free from deleterious amounts of acids, alkalies, vegetative matter or organic material. The concrete shall be mi xed in an approved batch mixer. The mixing t ime shall not be le s s than one(!) minute after all the batch materials are in the mixer. Cement content shall be not Jess than five (5) sacks per cubic yard of concrete and shall have a m inimum 28 day compressive strength of 3,000 psi . D . Mixing: Transit mixed concrete shall meet all the requirements for concrete as spe c ified above . Sufficient transit mix equipment shall be assigned exclusively to the project as required for continuous pours at regular intervals without stopping or interrupting. Concrete shall not be placed on the job after a period of one and one-half hours ( 1-1 /2) after the cement has been placed in the mixer. 2 .04 RELATED MATERIAL A. Expansion Joint Filler: Expansion joint material shall be one inch ( l ") clear heart redwood with cap as shown on the plans B . Dowels: Dowels for expansion joints shall be number five smooth round steel bars with expansion tubes as shown on Plans. Dowels shall be placed eighteen inches ( 18") on center or as shown on Plans . C. Curing Compound: The membranous curing compound shall comply with the requirements of A.S .T .M ., Designation C-309, Type 2 , white pigmented . D . PVC Sleeves : The Contractor shall furnish and install four inch (4") class 200 PVC pipe sleeves under concrete walk as shown on plans and details . 2 .05 CONCRETE MIX DESIGN AND CONTROL A. Mix Design : The concrete shall contain not Jess than five (5) sacks of cement per cubic yard. Total water shall not exceed seven (7) gallons per sack of cement. The mix shall be uniform and workable. The amount of course aggregate (dry-loose volume) shall not be more than eighty-five (85%) percent per cubic yard of concrete. The net amount of water will be the amount added at the mixer plus the free water in the aggregate or minus the amount of water needed to compensate for absorption by the aggregates . Free water or absorption determinations will be based on the condition of the aggregates at the time used . The absorption test will be based on a thirty (30) minute absorption period. No water allowance will be made for evaporation after batching. B. Slump: When gauged by the standard slump test, the settlement of the concrete shall not be less than one and one-half (J -1/2") inches nor more than five (5") inche s . C . Quality: The concrete s hall be designed for a minimum compressive strength of three thousand (3 ,000) pounds per square inch at the age of twenty-eight (28) days . D. Control-Submittal : Within a period of not less than (10) days prior to the start of concrete operations, the Contractor shall submit to the Engineer a design of the concrete mix CAST-IN-PLACE CONCRETE 03300-2 proposed to be used together with samples of all materials to be incorporated into the mix and a ful I description of the source of supply of each material component. The design of the concrete mix shall conform with the provisions and limitation requirements of these specifications . All material samples submitted to the Engineer shall be sufficiently large to permit laboratory batching for the construction oftest beams to check the adequacy of the design . When the design mix has been approved by the Engineer, there shall be no change or deviation from the proportions thereof or sources of supply except as hereinafter provided. No concrete may be placed on the job site until the mix design has been approved by the Engineer in writing to the Contractor. PART 3 -EXECUTION 3.01 REINFORCING Metal reinforcing shall be accurately placed in accordance with the Plans and shall be adequately secured in position by concrete, metal, or plastic chairs and spacers . Bar splices shall overlap at least twelve inches (12"). The re-bars shall be bent cold . 3 .02 JOINTS A. Expansion Joints: Expansion joint materials shall be installed perpendicular to the surface . The bottom edge of the material sha11 extend to or slightly below the bottom edge of the slab and the top edge shall be held approximately one-half inch (W') below the surface of the slab. The edge of joints sha11 be tooled with an edging tool having a one-fourth inch (W') radius. B. Contraction Joints: Contraction joints shall be one-fourth ( 1 /4 ") wide by three-fourths inch (3/4") deep, tooled joints placed on six foot (6') centers, unless otherwise indicated . Contraction joints will not be required to be sealed. Sawed joints may be allowed only if specifically approved by the Engineer. Joints will be sawed as soon as sawing can be performed without stripping aggregate from the concrete, generally within twelve (12) to twenty-four (24) hours after placement, and they shall be completed before uncontrolled cracking of the pavement takes place. C. Construction Joints: Construction joints shall be installed in all concrete work at the locations shown on the Plans. Construction joints formed at the close of each day's work shall be located at any of the control joints designated on the Plans . Joints may be constructed by use of wood or preformed metal bulkheads set true to the section of the finished concrete and cleaned and oiled. Surplus concrete on the subgrade shall be removed before resuming concreting operations. 3 .03 PLACING CONCRETE Placement of Concrete: The concrete shall be rapidly deposited on the subgrade immediately after mixing is completed . Subgrade and forms shall be dampened prior to placement of the concrete. The concrete shall be transported, placed and spread in such a manner as to prevent segregation of CAST-IN-PLACE CONCRETE 03300-3 the aggregate or an excess amount of water and fine materials to be brought to the surface . No concrete sh al I be placed when the air temperature is less than forty degrees f ahrenheit ( 40° F) nor when the temperature of the concrete is eighty-five degrees Fahrenheit (85 ° F) or higher, without approval of Construction Inspector. Placement shall be carried on at such a rate that the concrete is at all times plastic and flows readily into the space between the bars. No concrete that has partially hardened or that has been contaminated by foreign material shall be deposited in the work nor shall retempered concrete be used . Each section of pavement between expansion and construction joints shall be placed monolithically. All concrete shall be thoroughly compacted by suitable means during the operation of placing and shall be thoroughly worked around reinforcement and embedded fixtures and into the corners of the forms . Special care shall be taken to prevent voids and honeycombing. The concrete shall then be struck off and bull-floated to the grade shown on the Plans before bleed water has an opportunity to collect on the surface. 3 .04 FINISHING Finishing Concrete: All concrete shall be finished by experienced, qualified concrete finishers. All concrete shall have a neat, rounded edge. Edging and jointing (radius described on Plans) shall be accomplished with care so as not to leave deep impressions in the concrete surface adjacent to edges and joints. After the concrete has been floated and has set sufficiently to support the weight of cement finishers, a smooth steel trowel wil I be used to produce hard surface. The entire surface will then be brushed with a stiff bristle broom to produce a uniform textured finish . All edges and sides of concrete exposed to view shall be free of warp and blemishes with a uniform texture and smoothness as described in Plans . 3 .05 CURING Curing Compound: Immediately after the finishing operations, the concrete shall be completely covered with a curing compound . The concrete surface shall be kept moist between finishing operations and the application of the curing compound . The curing compound sh al I be applied under pressure by means of a spray nozzle at a rate not to exceed two hundred square feet (200 sq. ft .) per gallon . A minimum of seventy-two hours (72) curing time will be required. END OF SECTION CAST-IN-PLACE CONCRETE 03300-4 SECTION 07920 -CAULKING AND SEALANTS PART I-GENERAL 1.01 DEFTNITIONS: A. The term "sealant" or "sealing" shall refer to exterior joints e x posed to weather or interior joints exposed to moisture. When "sealant" is used in an outside joint in aluminum or s teel frames, "sealant" shall be required on the inside joint also . B. The term "caulk" or 'caulking' (cal king) shall re fer to interior joints not no1mally exposed to weather or moisture conditions . 1.02 SUB MITT AL: A. Submit to Owner's representative manufacturer's literature, specification data, and . color chart for all materials proposed for this project. B. identify their use and location . 1.03 GUARANTEE: The Contractor shall provide the Inspector a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints . The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for one year after final acceptance of the com p leted work by the Engineer . PART 2-PRODUCTS 2.01 SEALANTS: As manufactured by Pecora or approved equal. A . Concrete-to-Concrete (Horizontal Joint): NR-201 with primer. B. Masonry-to-Masonry or Concrete-to-Concrete (Vertical): Dynatrol H 2 .02 PRJMERS: Type as manufactured by manufacturer of sealing or c a ulking material and completely compatible with compound . 2 .03 JOINT BACKTNG : Rods or tape in sizes and types as recommended by manufacturer of sealing or caulking material , and completely compatible with compound. PART 3-EXECUTION 3.01 GENERAL: A. Work shall be performed by experienced mechanics skilled in execution of type of work required and in application of specified materials. B. Deliver materials to job site in original containers with manufacturer's name and brand clearly marked thereon . CAULKING AND SEALANTS 07920-1 C . When perimeter joints around frames that are to be caulked do not have built-in stops or other means to prevent depth of compound from exceeding 1/2 inch , packjoint with back- up materials of correct type and to the depth as necessary to provide minimum 3/8" and maximum 1/2" depth of compound. D . Materials and methods shall be as specified herein, unless they are contrary to approved manufacturer's directions or to approved trade practice; or unless Contractor be) ieves they will not produce a watertight job which he will guarantee as required. Where any part of these conditions occur, Contractor shall notify Architect in writing . Deviation from procedure specified will be permitted only upon Architect's approval and providing that work is guaranteed by Contractor as specified. E. If, prior to beginning work, Contractor does not notify Architect in writing of any proposed changes, it will be assumed that he agrees that materials and methods specified will produce results desired, and that he will furnish required guarantee. 3 .02 PREPARATORY WORK: A. Where weather molds, staff beads, etc., do not form integral part of frames to be caulked, but are removable, remove same prior to caulking, execute caulking, replace molds, etc ., and point. B. Clean all joints, etc., that are to be caulked or sealed, prior to executing work . 3 .03 PRIMING: When conditions of joints so require, or when types of materials used adjacent to joints so require, or when compound manufacturer's recommendations so require, clean and prime joints before starting caulking. Execute priming operations in strict accordance with manufacturer's directions . 3 .04 JOINT BACKING : Joint backing shall be installed in all joints to receive sealants . Backing shall be sized to require 20% to 50% compression upon insertion, and shall be placed so that sealant depth is approximately 1/2 joint width. In joints not of sufficient depth to allow backing, install bond breaking tape at back of joint. 3 .05 APPLICATION: Apply sealant and caulking material under pressure to fill joint completely, allowing no air pockets or voids. Tool the joint surface to compress the compound into the joint. 3 .06 THRESHOLDS : Place all exterior door thresholds in a fill bed of sealant during setting procedures. 3 .07 CLEANING: Clean adjacent surfaces free of caulking and sealant and clean all work of other trades that has in any way been soiled by these operations. Finished work shall be left in a neat and clean condition. END OF SECTION CAULKING AND SEALANTS 07920-2 ~ COMM E NT S/REMARKS General Liability , Auto Liability , Umbrella Liability , Workers Compensation : Blanket Waiv er of subrogation as required per written contract OFREMARK COP YRI GHT 2000, AMS SERVICES INC . PERFORMANCE BOND THE ST A TE OF TEXAS § KNOW ALL BY THESE PRESENTS : COUNTY OF TARRANT § That we (1) Raydon, Inc. as Principal herein, and (2) Clonfio f Q faJ QQS1rn/fr. ~corporation organized under the laws of the State of (3) I 11 1 v'.W i.s , and who ik authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: Seven Hundred Ninety-three Thousand, Three Dollars and 85/100 ........................... .. Dollars ($793,003.85) for the payment of which sum we bind ourselves, our heirs , executors, administrators, successors and assigns, jointly and severally, firmly by these present. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the __ of MAR &·2 2911 , 2011 a copy of which is hereto attached and made a part hereof for all purposes, for the construe 10n o : RoIJing Hills Soccer Complex NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void ; otherwise, to remain in full force and effect. PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended , and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein . IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this _ dMff _2_2_·2_0_1_1 __ ...._2 ____ 01'-=1. ATTEST: (Principal) Secretary ~:::~ o,,c: BY:~?£}_ (SEAL) ATTEST: Secretary NOTE : Title : /)d.5/~ I P.O. Box 671 Breckenridge, TX 76424 {!,iJ () ·ha w hJ f.M KLLfrt CA; . Surety BY: l)onn (),.I le ese_ Nam~(Ji-Ul (Attorney-in-fact) Address: 3 00 I ,Sn. T~uultlw~ llbi Le.4e-1 TX 1 q b oz.. Telephone Number: ,:g,s-t,qs. O d)..;). ;;- (I) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety ' Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. ...... PAYMENT BOND THE ST A TE OF TEXAS § § KNOW ALL BY THESE PRESENTS : COUNTY OF TARRANT § That we (I) Raydon. Inc. as Principal herein, and (2)&a h o efJ-h:J (!tlSM l '1J; {!_,a. a corporation organized and existing under the laws of the State of (3) ;t:/1/a ~, :S , as surety, ;e held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Seven Hundred Ninety-three Thousand. Three Dollars and 85/100 ............................. Dollars {$793,003.85) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns , jointly and severally, firmly by these presents : MAR 2~S, the Principal has entered into a certain written contract with the Obligee dated the __ day of _______ A.O. , 2011 , which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length , for the following project: Rolling Hills Soccer Complex NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH , that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void ; otherwise , to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended , and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety have executed this instrument. MAR 22 2011 SIGNED AND SEALED this __ day of ______ , 2011. Rayd~onlc. PRIN P L 4 ---J BY : ~ -=-----~~=--~~-----~---- ATTEST: (Principal) Secretary Nam tS P ~ Uv >M, ~ ATTEST: Secretary (SEAL) . Title : 7)~/~ 7 P.O. Box 671 Breckenridge. TX 76424 (!Mb't1 MW (!/JA ual ftt {!jJ . SURETY By : /JM11/J...,, /l,..ese.. - Name:~ {2!Aft Attorney in Fact Me ~y. &rlttNI Address : t10 0 I c'JO , 7.fpUtJWJ«y /l6 Jme. Zt 7c/i~J-: NOTE : Telephone Number: ,ici{S-/fl$. t7 ck1 J-: l . Correct name of Principal (Contractor). 2 . Correct name of Surety . 3. State of incorporation of Surety. Telephone number of surety must be stated. In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. MAINTENANCE BOND THE ST A TE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS : rJ.~ & That Raydon, Inc. (Contractor), as principal , and ~OQIJnettfa j f!a5 UJ,lt '¢orpo;ation organized under the laws of the State of "J/ , (Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas the sum of Seven Hundred Ninety-three Thousand, Three Dollars and 85/100 ............................. Dollars ($793,003.85) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs , executors, administrators , assigns and successors , jointly and severally. This obligation is conditioned, however; that, WH MIJ(i.:i.aiPl,.<;.;~ntractor has entered into a written Contract with the City of Fort Worth , dated the __ day of l. ZUl I 2011 copy of which is hereto attached and made a part hereof, the performance of the following described public improvements: Rolling Hills Soccer Complex the same being referred to herein and in said contract as the Work and being designated as project C280/541600/808420121480 C200/541600/808370121480 and said contract, including all of the specifications, conditions , addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof, and , WHEREAS , in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of Two (2) Years after the date of the final acceptance of the work by the City ; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) Years; and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period , if in the opinion of the Director of the Water Department of the City of Fort Worth, it be necessary; and , WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said work in accordance with all the terms and conditions of said Contract, these_presents shall be null and void , and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and the City shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF, MXft i t tJl1is executed in .2._counterparts , each one of which shall be deemed an original, this __ day of ______ __. A .O. 2011. ATTEST: (SEAL) Secretary • Raydoo. Inc. ~ c •• ;;;;~,Jf[;) By:~ 56£:?.ezz:s; Nartie: ~ Title: /Jff.5/~ r BY: IJMfJ a.. f ees e Nam~c?~ . /p~t Title: @JJC/l""f ~ /11) . '"qoo; So. !LfJM()11J'!Ut Bhilene . l TX zq 6 ~~ Address ' POWER OF ATTORNEY APPOINTING INDIVIDUAL AlTORNEV-IN-FACT Know All Men By Tllue Presents, That Continental Casualty Company, an Illinoi s in suranc e company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), me <lul;y o rganiz«l and existing insuran ce companies having their principal offices in the C ity of C hicago, and St ate of Ill inois, w,d lhllt they do by virtue of the signatures and seal s herein affo.ed hereby make, constitute and appoint Connie Wright, Steve Senter, Tammy Christan, Teresa Nett, Miles WIiiis, Ruby Kemp, Pbyll~ Hollenbeck, Donna Reese, Peter Lauve, Michelle Robbins , Individually of Abilene, TX , their true and lawful Anomey(s)-in·F~1 with full power lllld authority hereby conferred to sign, seal and execute for and on their behalf bonds. undertakin&S and other obligatory instruments of similar nature • In Unlimited Amounts - wtd lo bind them thereby as fully and to the same ex.tent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed . This Power of Attorney is made and executed pursuant to and by authority of the By-Law and RC$01utions, printed on the reverse hereof, duly adopted. as indicated , by the Board s of Directors of the insurance: companies. Ia Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals lo be hereto affixed on this 24th day of Augu st, 2009. Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company ot' Reading. Pennsylvania · Senior Vice President State of lllinois, County of Cook, S5 : On this 24th day of August, 20()1), before me person ally came Jacquelyne M . Belcastro to me known , who, being by me duly sworn, did depose and :say; that she rcsid<.:5 in the City of Chicago, State of Illinois; that ,he is. a Senior Vice President of Continental Ca.sunlty Company, oo Illinois insurance company, National Fin: Iosunwce Company of Hartford, an Illinois insurance company, &111d Americwi Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed lhe above instrument; that she knows the seals of said insurance companies; that the scab affixed to the said iJl5trumcnt are .s uch corponrte &eals ; that they wet"c ,,;o affixed pursuant to aulhority given by the Boards of Directors of sa id insurance companies and 1hat she signed her name thereto pursuant to like authority , and acknowledges same to be the acr and deed of said Insurance companies. My Commission Expires September 17 , 2013 CERTIFICATE (, Mary A. Ribikijw:Jkis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, Nationa.1 Fire Insurance Company of Hartford, an Illinois in surance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby cmlfy that the Power of Attorney herein above set forth is still in force, and further certify that the By~Law and Resolution of the Board of Directors of the insumnce companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this_/ (7 'f1t.,_ day of _111._u(!)J • cx_OI I . form .F6853 -5/2009 Continental Casualty Company National Fire Insurance Company of Hartford ~ American Casualty Company ofReadiug, Pennsylvania ~ ~a~, MaryA.ika is Assistant Secretary Authorizing By-Laws aod Resolutions ADOPTED BY THE BOARD OF DIRECTORS Of C..'ONTINENTAL CASUALTY COMPANY : Thi$ Power of Anomey i5 m11UC an! ciu::cuo:xi pursuant to and by nuthcrity o(thc followin& By-Law duly adopted by tm Bomnl of Directors of the Company. "Article IX--Executlon or Documents Seclion J. Appointmcnl of Attorney-in.fact. The Chaimlllll of the Board of Directors, the Prcllident or any Executive, Senior or Group Y-ICC President may, from lime lo time, appoint by written certificates attomeys-io-fact to act in behalf of the Company in the ~lion of policies of iuunmoe, boods, underukings and other obligatory instruments or like natim:. Such auomcy3-io-fact, subject to the limitations set forth in their respective ccrtiticat.es of authority, shall have full power to bind the Company by lhcir $igrnllure &Uid ~ail.ion of any such instruments lllld to attach lhe seal of the Company lhererto. The Chairman of the Board of Di.rectors, the Prc:iidenl or any Executive, Senior or Group Vice President or the Board of Din:ctur.i. may, at any time, n:vo~ cul power ud 1uubority proviou5¥ given to my lltlomey-in-fact." This Power of Attorney is signed and sealed by f~ile under and~ the authority of the following ltsolution adopted by the BoardofDirectoB of the Company 111 a meeting <lily called tud held on !he 11" day of February, 1'1J3. "Resolved, that the signatun: of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of 11t1umcy granted pursuant to Section 3 of Artide IX of the By -Lows, and the ~ignaturc of lhe s«rctary or ISi Ass~t Secretary and the seal of lhc Company may be alflxed by facsimile lo any certificate of any such power 1111d any power or certificate bearing such facsimile signarurc and seal shllll be valid 1111d binding on the Company. Any such power so exccul.cd arul scaled and certified by ccrtificale so executed aud 11Caied shall, with respect to any bond or undertaking to which it is attacht'.tl, continue to be valid and lindina Oil lhc Company." ADOPTED BY 11-IE BOARD Of DIRECTORS OF AMERJCAN CASUAL TY COMPANY OF READING, PENNSYLVANIA : This Power of Attorney is made and executed pul'SUIJlt lo lllld by authority of 1hc following By-Law duly adopted by the Board of Directors of the ColJl))lllly . "Article VJ-----Ei:ec:ution or Documents Section 3 Appointment of Atlomcy-in-fact. The Chairman of the &ard of Direct.ors, die President or anyExi:tUtive or Senior Viee President may, rrorn time to time, appoint by written ocrtlfu:ates attonu:ys-in-fal:l lO act in behalf of the CQillpany in the e1Cecution of policies of iosunnce, bonds, undertakings iind othcc obligatory instruments of Ii" nature. Such 11ttomcy9---in-f1ct, subject to the limitations set forth in their respective certificates of authority. shall have full power IQ bind the Colllplllly by their signature and execution of any sud! inslnllnents and to attach the seal of the Company thereto. The President or any Extcutive, Senior Vice President or !he Board of DircclOOJ may at llDY time rcvoe all power and authority previously given to 811)' attorney-in-fact ." This Power of An.omey is signed aod sealed by faairnil.e under and J the authority of the following ~solution adopted by the Board of Direct.on of\M Company at 11 meeting duly called imd held on the 11" day of Febnwy, 1S93. "Rcl!olvcd, that the ,ignature of the "Pre1lident °' any Executive, Senior or Group Vice President and lhc seal of the Company may be afflXed by fac:iimile oo any power of attorney granted pursuant to Section 2 of Article: VI of the By-Laws, and the signlllW"e of !he Secretary or ~ Anbtant Sem:tary and the seal of the Com!)llll.y may be affixed by facsimile to any certificate of any sw:h power and 111y power or certificate bearing such facsimile si,nlltW'C and seal shall be valid and binding on lhc Company. Any such power so executed and sealed and certified by ccrti1kate so executed and sealed shall, with respect to any bond or un<krtaking lo which it is attached, continue to be valid and tinding oa the Cmipany." ADOPTED BY Tiffi BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD : This Power of Attorney is made and executed pursuant to and by wlhority of the following By-Law duly adopted by lbc Board of Directors of the Company . .. Article Vil-Execution of Documeats Section 3. Appointment of Attorney-in-Fact. The Chavman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by written ceitificatcs artorney,-in-fact to aa in behalfofthc Company in the execution of policies of insucance, bonds, undertaking.a 111d other obligatory instrwnents or like nature. Such 8Uomeys-in-fact, subject to the limi!Dtions set forth in lheir respective certificates of authority $ball hove lull power to bind the Company by their sip11~ and eJtccution of any such instruments and to attach the xGJ of &he Company then:to. The Chairman of the Boan! of Dircclor3, lbc Presidcnl or any Executive, Senior Vice President or the Board ofDirccton, may, at any dme, revoke all power and authority pre,.!OusJy given to any attorney-in.fact." 'lbia Power of Attomcy is signed end sealed by facsimile under and lJ the aulhorily oflbc fullowing lflolutioo adop1cd by the Board ofDircciors ofthc Company at a meeting duly calh:d lJ1d held on the 11" day of February, 191.3 . .. RESOLVED: Thal the signature ~ the President, an Exccueive Vici: lffsident or 1111y lenlor OI' Group Via: fusident and the ~ta! of the Insurance Company may be affixed by ~irnile oo any power of attorney granted puniuant to the Resolution adopted by this Board of Directors on February 17, 1993 1111d the signul\R of a Secretary or 111 Assimnt SecretaJy lllld the seal of the Insurance Company may be atroo:d by facsimile lo any certificate of 1111y such po~. and any power or ~rtificate bearing svch f.aosimile signatw-e and :teal shall be velid and binding on the Insurance Company. Any such power :so executed and ,caled and oertified by oertifJeatc so executod 111d acalcd, shall with respect lo 11J1Y bond or undertaking to which it i, a.ttached, continue to be 11iilid aod binding on the Insurance Canpany.'' STATE OF TEXAS § § COUNTY OF TARRANT § KNOWN ALL BY THESE PRESENTS: MAR 22 2011 This Contract is made and entered into this the __ day of ,2011 , by and between the City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton , Parker, and Wise Counties , Texas , hereinafter referred to as "Owner", by and through Charles W. Daniels, its duly authorized Assistant City Manager, and Raydon, Inc. , hereinafter referred to as "Contractor", by and through its duly authorized representative. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows : Rolling Hills Soccer Complex 2. That the Contract Documents shall consist of the written, printed , typed and drawn instruments which comprise and govern the performance of the work. Said Contract Documents include the notice to bidders , instructions to bidders, proposal , plans , specifications, notice of award, special provisions, general provisions , work order(s), this Contract, and the payment, performance, and maintenance bonds. The Contract Documents shall also include any and all supplemental agreements approved by the Owner which may be necessary to complete the work in accordance with the intent of the plans and specifications in an acceptable manner, and shall also include the additional instruments bound herewith. 3. That the work herein contemplated shall consist of furnishing as an independent contractor all labor, tools , appliances and materials necessary for the construction and completion of said project in accordance with the Contract Documents prepared through the Parks and Community Services Department of the City of Fort Worth, which the plans and specifications of the Contract Documents are hereto attached and made a part of this Contract the same as if written herein. 4 . The Contractor hereby agrees and binds itself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 5. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to full y complete and finish the same ready for the inspection and approval of the Parks and Community Services Department of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 70 Calendar Days from the time commencing said work. If the Contractor should fail to complete the work as set forth in the Plans , Specifications , and Contract Documents within the time so stipulated , plus any additional time allowed as provided in the General Conditions , there shall be deducted from any monies due or which may thereafter become due him , a per day charge of $315 per Working Day as stipulated in these contract documents , not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficiency. 6 . Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans , Specifications , and Contract Documents, then the Owner shall have the right to either demand the Surety to take over the work and complete same in accordance with the Plans, Specifications , and Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the Contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing , setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 7. Contractor covenants and agrees to indemnify , hold harmless and defend , at its own expense , the Owner, its officers , servants and employees , from and against any and all claims or suits for property loss , property damage , personal injury , including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents , employees, subcontractors , licensees or invitees , whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against an y and all injuries to Owner's officers , servants and employees and any damage , loss or destruction to property of the Owner arising from the performance of an y of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment , final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved , or (b) provides Owner with a letter from Contractor 's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may , if deemed appropriate , may refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX 8. Owner agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the Contractor hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total Contract amount shall be Seven Hundred Ninety-three Thousand, Three Dollars and 85/100 ............................. Dollars, ($793,003.85). 9. It is further agreed that the performance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by Contractor without the written consent of the Owner. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas , a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this Contract is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the parties hereto have made and executed this Contract in multiple originals the day and year first above written, in Fort Worth , Tarrant County, Texas. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH ~ () (1 . I ~~ J \_jJ?1../v'l..0 Sbsan l}lanis A~sistant City Manager RECOMMENDED: ard Zavala, Director and Community Services APPROVED AS TO FORM AND LEGALITY: Doug Black Assistant City Attorney P.O. Box671 Breckenridge TX 76424 TITLE ~r-111'.G,,,,o~e- ATTEST: City Secretary AUTHORIZATION M&C L-o). l} 1°J l,c Approval Date: 3L:io:.l I I OF FICIAL RECORD CITY SECRETARY FT. WORTH, TX