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