Loading...
HomeMy WebLinkAboutContract 40040 C CITY SECRETARY C 6 co CONTRACT NO. Q*PKS 30�*Sgt.N TryE4S FORT WORTH CSPECIFICATIONS AND • FILE I CT DOCUMENTS C CONTRACT C SV�ii:Lic� r. PROJECT NUMBER T.P.W.. NO. C Rockwood Park Improvements C282 541600 802420085180 6267 IN .. iHOMA� D. GREEN THE CITY OF FORT WORTH r� ' 598 TEXAS E••`.' " ; C MIKE MONCRIEF DALE FISSELER MAYOR CITY MANAGER RICHARD ZAVALA, DIRECTOR PARKS AND COMMUNITY SERVICES DEPARTMENT PARKS AND COMMUNITY SERVICES DEPARTMENT PLANNING AND RESOURCE MANAGEMENT DIVISION ARC "` ••••t'° `•� !t FUNDING OF PROJECT BY ,;;,,•.,... . { t CITY OF FORT WORTH .... .....6- �� �F �{E�� ,c e CITY GAS LEASE REVENUE 3 £ '36 'cc JULY 2009 _ 7 1401°'1401°' }T I OF -f•P. OAK M-14e l' 75690 M&C Review y Page 1 of Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORT WORT I] COUNCIL ACTION: Approved on 3/2/2010 - Ord. No. 19062-03-2010 DATE: 3/2/2010 REFERENCE C-24120 LOG NAME: 80ROCKWOODCONSTRUCTION NO.. CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING: SUBJECT: Authorize the Execution of a Construction Contract with C.R. Reynolds, Inc., in an Amount of $2,184,851.42 for Ball Field and Park Improvements at Rockwood Park Ball Field Complex and Adopt Appropriation Ordinance (COUNCIL DISTRICTS 2 and 7) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations by $121,017.00 in the Park Gas Lease Project Fund from Gas Well Pipeline Easement Revenues; 2. Authorize the transfer of$121,017.00 within the Park Gas Lease Project Fund from the unspecified project to the Rockwood Park Ball Field Renovation Project; and 3. Authorize the City Manager to execute a Construction Contract with C.R. Reynolds, Inc., in the amount of$2,184,851.42 for ball field and park improvements at Rockwood Park Ball Field Complex. DISCUSSION: The purpose of this M&C is to award a construction contract and to appropriate gas pipeline easement revenues to be combined with previously allocated gas well bonus revenues and bond funds for ball field and park improvements at Rockwood Park Ball Field Complex. The 2004 Capital Improvement Program (CIP) allocated $1,949,000.00 for replacement of 13 competition athletic fields. Also, $1,315,000.00 was allocated for the replacement of 11 deteriorated ball field lighting systems. On December 11, 2007, (M&C L-14435) the City Council authorized a Pipeline Easement License Agreement in Rockwood Park and Golf Course in the amount of $324,830.63, of which $121,017.00 was allocated for park improvements with the remaining amount for golf course improvements. On May 13, 2008, (M&C G-16142) the City Council authorized adoption of an appropriation ordinance increasing estimated receipts and appropriations in the amount of$1,672,157.81 to the Park Gas Lease Project Fund for park improvements at Rockwood Park Ball Field Complex. The total of all funds available for improvements at Rockwood Park Ball Field Complex amounts to $2,649,485.81. On November 11, 2008, (M&C C-23168) the City Council authorized the City Manager to execute a Contract (City Secretary Contract No. 38078) with Huitt-Zollars, Inc., in the amount of$304,705.00 for design and preparation of construction documents for ball field and park improvements at Rockwood Park Ball Field Complex. The project was advertised for bid on August 27, 2009, and September 3, 2009, in the Fort Worth _Star-Telegram with bids opened on September 24, 2009, and tabulated as follows: ALTERNATE http://apps.cfwnet.org/council_packet/mc_review.asp?ID=12578&councildate=3/2/2010 3/11/2010 M&C Review 1 , Page 2 of BIDDER BASE BID BID TOTAL C.R. Reynolds, Inc. $1,965,779.42 $219,072.00 $2,184,851.42 Sports Constructors, Inc. $2,060,555.50 $261,625.00 $2,322,180.50 C. Green Scaping, LP $2,172,941.60 $199,496.40 $2,372,438.00 Northstar Construction, Inc. $2,149,021.00 $245,000.00 $2,394,021.00 Cole Construction, Inc. $2,229,302.00 $188,000.00 $2,417,302.00 Geotechnical Environmental Systems, Inc. $2,439,284.30 $267,200.00 $2,706,484.30 Mid-America Golf and Landscape, Inc. $2,534,140.56 $295,542.49 $2,829,683.05 Base Bid improvements include reconstruction of existing baseball fields, fencing, bleachers, irrigation, lighting, site grading, site amenities, asphalt parking lot and concrete walkways. Bid Alternate improvements include the striping of the existing parking lot and the construction of a large pavilion, playground structure and baseball batting cages. Base Bid Units recommended for approval are as follows: Base Bid Unit One - Site Work Items/Line Items 1-17, totaling $396,297.00; Base Bid Unit Two - Parking Lot/Line Items 18-21, totaling $109,586.30; Base Bid Unit Three - Site Amenities/Line Items 22-24, totaling $142,704.30; Base Bid Unit Four- Field One/Line Items 25-36, totaling $224,397.43; Base Bid Unit Five - Field Two/Line Items 37-49, totaling $229,288.58; Base Bid Unit Six - Field Three/Line Items 50-64, totaling $287,628.35; Base Bid Unit Seven - Field Four/Line Items 65-77, totaling $231,952.56; Base Bid Unit Eight - Irrigation System/Line Items 78-80, totaling $32,613.90; and Base Bid Unit Nine - Electrical/Line Items 81-84, totaling $311,311.00. Bid Alternate Units recommended for approval are as follows: Bid Alternate Unit One - Stripe Existing Parking Lot/Line Item A-1, totaling $1,812.00; Bid Alternate Unit Two - Large Pavilion and Concrete Slab/Line Item A-2, totaling $107,440.00; Bid Alternate Unit Two - Playground Structure/Line Item A-3, totaling $95,515.20; and Bid Alternate Unit Four- Twin Batting Cages/Line Item A-6, totaling $14,300.00. It is recommended that the Base Bid in the amount of$1,965,779.42 and Bid Alternate amount of $219,072.00, together totaling $2,184,851.42, as submitted by C.R. Reynolds, Inc., be approved for award of contract for a contract period of 200 working days. Associated design/construction administration, inspection and change order contingency funding totals $120,000.00. C.R. Reynolds, Inc., is in compliance with the City's M/WBE ordinance by committing to 28 percent M/WBE participation on the Parks and Community Services Department base bid price. The City's goal on this base bid Contract is 25 percent. The estimated annual operating budget impact with this project is $34,200.00. Construction is anticipated to commence in March 2010, and be completed by November 2010. Rockwood Park is located in COUNCIL DISTRICTS 2 and 7. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Park Improvements Fund and the Park Gas Lease Project Fund. http://apps.cfwnet.org/council_packet/mc_review.asp?ID=12578&councildate=3/2/2010 3/11/2010 M&C Review r I Page 3 of TO Fund/Account/Centers FROM Fund/Account/Centers 1) C282 446300 801929990100 $121,017.00 1) C282 541600 801929990100 $121,017.00 C282 541600 801929990100 $121,017.00 2) C282 446300 802420085180 $121,017.00 C282 541600 802420085180 $121,017.00 3) $1,672,157.81 C282 541600 802420085180 3) $80.365.61 C280 541600 802420085180 31 $311,311.00 C280 541600 802430085180 Submitted for City Manager's Office by: Charles W. Daniels (6183) Originating Department Head: Richard Zavala (5704) Additional Information Contact: Mike Ficke (5746) ATTACHMENTS 80ROCKWOODCONSTRUCTION Revised.doc http://apps.cfwnet.org/council_packet/mc_review.asp?ID=12578&councildate=3/2/2010 3/11/201 C ADDENDUM #1 IMPROVEMENTS AT ROCKWOOD PARK BALL FIELDS #1 - #4 PROJECT NO. CIP 00851 TPW NO. 6267 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. Add the Following Paragraph to Special Instructions to Bidders 18. 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 0'1640. Qi Delete SECTION 01640- Product Options in Division 1 of the TECHNICAL SPECIFICATIONS and substitute the following 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.18`of Special Instructions To Bidders. For approval of specified products and/`or consideration of product substitutions,send ' submittals to: Eric Seebock,Project Manager (817) 392-5742 Parks and Community Services Department 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/ 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/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 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: 1. They are indicated or implied on shop drawings or project data submittals without ' formal request submitted in accord with Paragraph 1.04. 2. Acceptance will require substantial revision of Contract Documents. D. Specified material shall not be ordered by the Contractor until such time product material submittals have been received, reviewed and approval provided by the Project Manager. Make the Following Clarification to Drawing C 11.0 The posts for the FIELD 2 backstop are six (6) inches in diameter. Make the Following Clarification to Drawing C 11.1 The gate Frames shall be 1-7/8 inch OD pipe rather than 2-7/8 Inch OD Pipe for Double Gate detail and the 4'Single gate detail Delete the PROPOSAL and replace it with the following PROPOSAL The proposal starts on the following page. Note modified Items are highlighted in yellow. The footer has been changed to indicate that it is addenda 1 The rest of this page is blank. END OF ADDENDUM #1 Bid Opening Date: Thursday, September 24, 2009. Acknowledge the receipt of this Addendum on your Proposal. !!!!! 1 By: Eric Seebock, Senior Landscape Architect Release Date: September 16, 2009 ADDENDUM #2 IMPROVEMENTS AT ROCKWOOD PARK BALL FIELDS #1 - #4 PROJECT NO. CIP 00851 TPW NO. 6267 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. Make the Following Clarification to Drawing C 1.0 Under the equipment list for the batting cage it is the intent to provide batting cages that are 55 feet long. This includes all components needed to provide complete and functional batting cages that are 55 feet long. ' Change the batting cages to Premium KVX 200:#42 12x14x55 END OF ADDENDUM #2 Bid Opening Date: Thursday, September 24, 2009. Acknowledge the receipt of this Addendum on your Proposal. !!!!! ' By. Eric Seebock, Senior Landscape Architect Release Date: September 17, 2009 ADDENDUM #3 IMPROVEMENTS AT ROCKWOOD PARK BALL FIELDS #1 - #4 PROJECT NO. CIP 00851 TPW NO. 6267 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. INFORMATIONAL ITEM Regarding the PROPOSAL- Bid Item 6: The Owner intent is that this is a lump sum bid item.,The contractor is responsible for seeding all disturbed areas after the successful bidder moves on site. The successful bidder should video the site immediately before moving on site to protect their interest', If a gasline contractor disturbs areas in the gasline land lease area and the successful bidder has not disturbed these areas the Owner will hold the gasline contractor'responsible for seeding these areas. The seeding mixture is covered in the specifications. Make the Following Clarification to Drawing C 1.0 Change the wording in the Equipment List table to indicate that the Picnic Tables and ADA Picnic Tables will be located in "Both Pavilions" instead of the "Small Pavilion". Add the following equipment to the Equipment list table. These items may be considered as approved equal items by the Owner Manufacture/ : Model/Catalog ' Location Item 'Supplier Number Description Field location ,Park Area ;Park benches KenCoat 40P061G Park Bench'6 feet long 1 Walkways Picnic Table KenCoat 1 OP06SM Picnic Table-6' In Pavilions ........_a..- _ _ -— - —--- I ADA Picnic Table KenCoat 15PHOSSM i Picnic Table-V ADA In-Pavilions Make the Following Clarification to Drawing C 4.0 Delete the reference in the middle of the sheet"Alternate Bid Proposed Portable maintenance Shed" and replace it with "Proposed Batting Cages" Add the Following Note and Clarification to Drawing C9.3 Add an Irrigation Controller#IS-R2A-RU-SS 24 Station AC IRRInet-M including appurtenance necessary to make the irrigation system complete and functional. On the drawings locaterthe Controller and cabinet on the Scoreboard Supports. Make the Following Change to Drawing C 11.0 Typical Fencing Layout Detail add the note-The 1-5/8' horizontal center rail is not used on ONLY the outfield fence and the outfield fence Corners Make the Following Clarification to Drawing C 11.2 Delete all references to vinyl coated fence fabric. Only galvanized fabric meeting the specifications will be used. Make the Following Clarification to Drawing C 11.7 Delete all Supplier and Equipment References to 'Park Bench-6', Picnic Table 8'ADA Picnic Table 6' and Deluxe Park Grill Refer to Drawing C1.0 and addenda for Equipment Add the Following Note to Sheet C11.7 Refer to the standard details added in this addendum to cover the references to "Mow Strip", " HC Accessible Ramp","Proposed Sub Drain 4'ADS Perforated Pipe w/Sock" and "500 Gallon Pre-Fab Concrete Catch Basin". In the Technical Specifications section 02860 Playground Equipment Make the following changes DELETE Part 2 Products and REPLACE it with the following: ' PART 2—PRODUCTS 2.01 Approved play component structures for each playground prototype option (see below) and ancillary equipment shall consist of equipment supplied by pre- approved equipment manufacturers/vendors noted below and as noted on the Equipment Schedule of the plans. 1. Prototype Option No. 1 ' A- Gametime - Model No. TFVINP403C (Total Recreation Products, Inc., 1- 800-392-9909) ' B -Playworld Systems—Model No. P24423F (The Playwell Group 1-800-726- 1816) C - Burke—Model No. 57-8 (Child's Play,Inc. 1-972-484-0600) 2.Prototype Option No. 2 A- Gametime—Model No. TFWNP503C B Playworld Systems-Model No. P24424C C—Burke—Model 36-11825 3. Prototype Option No. 3 A-Gametime'-Model No.TFWNP603C B -Playworld Systems—Model No.P23318B C-Burke—Model No. 56-8 Add The Standard Details Section Including the five details to the contract documents. This is included on the following pages Remove Sheets 4 6 8 10 13 and 15 in the Proposal and replace them with Sheets 4. 6, 8, 10, 13, and 15 dated September 21, 2009 The changes are highlighted in the sheets included after the standard details The rest of this page is blank 1 1 1 1 1 1 ' STANDARD DETAILS ROCKWOOD PARK IMPROVEMENTS 1 BID DATE 9/24/09 1 (The rest of this Sheet is Blank) i 1 1 1 1 1 1 1 1 LL Q ~� fib~+ {gyp v, a O N e Pte'°°•°II��'•:;d4,�1� N r , °_�� ��° I z • i I L C _ r Ai. ;Ld; z ` 0 W � °0 W N lL z -°° s N• t•Gj�r W m c O '!P°• °�°a ••`V _7 01 O V ifo•°i 0`s Q' C c7 Z cc MCC ¢ I- ? *CO ° zOCt z ILCD Cc: 0- C7 p O� aC p O z � QF- F-(<r w w 1 0 QwCC a~ > J �x cc W o 3 a z co OC ¢o U 00 tq M w 0 w W R: � W w U w 3dOIS i Z w U � NIN.0-.8 a q N r � ¢ 3 � 0 O Z LL O U U M Q LL , I i i ,.�v� S C9 i ••� 1� 5 0 LL i i(D N•J /a9 0. Wiz ro p OD / Yom. 4�: ir 'E).dNVN a3d Sd °:a LL�� .4 x uV ' Q HEM ' ¢ fr " - b" A Q P4 �. Q 1 Q0 x tu S ° Av ZcoZ U N Q m Z ' z I i d e ;2•� �W iW s�]�Oi C t e :(� n- .,O >-Jsd� E t 0 iz w O CC = OU 2 z U Cl) f- w I Z m Q th z � II � wa E- A (n m I I=I I Ii er O d -,j ' Z N I I-Il,I I I ( 0 ¢ �f .- ~ O O O 0 im ¢ cn fiL oCZ U Er A I. OZ o W m m¢ >~, A �° cno • ¢ � A I \\ ow ry g r N C{•�.�°a •.'e .a. U~ 0 Cq . .� 0-O r O° X o ..z "NI,W•y� Z Cn a dJCV E-z F- ' v3 w c w ¢w a0 f O _Z¢ ;p'm =(D O W Q LL(A ;JM mu-w w= N ►r OCO wOa" ¢m ti WOE i-f-w $ A u-O> i r uJ Z = t L6 :V) t • � l w co Cl) ire •—E z LL m ¢ ¢ _Q 0 LO, • J/O p U U r 2 [L0 ¢ I'F O� w z%o FL U. l W D O p LL b.: :Vl 6 . GJ O ` LL Oc�nuJ Cj F-- � wW m F � � � CC v o W w EC p'> c=n cc rr Z U. >- tYO 00 � o OF � a0 ¢ MLU ¢ � zap E a a La 0 �� a ¢ ¢ � o E 0 L� (rJ m LUQ w ¢ LJJ � oLU ¢ 0 m0 r � U 0 zUCn0 ? ¢ q 1 I. r I w ry N III 0 C� LU I IIIII , III a ° 11. o Q w V) Z 'NIW.,6 ,.E °0-3 00 X { 1 -_ _�♦♦\\\� in LLJO �• : :� N:�%o 0 a U y. A �y-� w O EL W U i i— �I I f—I f f III—I I�11-1 i I�I I- •� ' Q > 1J� I�I I l ��f I T1-111 i I I I I E} o F- 0 i I I F- II � WQ z t_.L Q p ° v awry m III, om °�T, III z 1 ¢a 0. o �� IIIII ° II -� I--- EE � Q Q 11 I I�I N W 1I- o I I I C--III I I I�11=I I I I_I I I—!' o 0 a i. - � LO T ❑ CL o ¢ WG w a = w $ q IL ¢ a Q ~ m ° m Z � q ° p ¢ U. w CO ° cr U CI) N w ° T J Ux a. Q T LL o 0 W� • iw:po z�Z%y :�•Oo v•GJ i r N is M F-O w V) t �t��` V) ZJ O z MU -� o O z Lao F- 0 U U Ld 3 x m � � o Od' o Z o ``' > >z awe J o F•w -- m O I 3do=sl Q V Z a ' LU W PQ Q w � am dwdd „4-,9 Z o _ C4 ' o- p _I � w o ^ � N! a F� � o ' _Q d Z U Li1 � Uw a 2 ppJO � � � m LLI LEI It ~ z N m ro C zo x � w0 � a p I O r as = y Na � < L) O J O_ Er UO Z �: E- A N F- W V) w 0 g a Z •�C 2J a0E- U) cJ a nm wQ oz � cn O a o c) f END OF ADDENDUM #3 Bid Opening Date: Thursday, September 24, 2009. Acknowledge the receipt of this Addendum on your Proposal. !!!!! By: Eric Seebock, Senior Landscape Architect Release Date: September 21, 2009 t ADDENDUM #4 IMPROVEMENTS AT ROCKWOOD PARK BALL FIELDS #1 - #4 PROJECT NO. CIP 00851 TPW NO. 6267 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. This Addenda reflects Clarifications to the Proposal Only. You ' do not need to change the wording on the proposal but just be aware of these changes in preparing your proposal. 1 For Bid Item Number 7 Change the word exiting to existing and he sheet from C10.1 to C10.2 2. For Bid Item 20 Change the curb dimension from 7 inches to 6 inches and add Sheet C11.6 to the sheet references 3. For Bid Item Number 21 Delete the reference to Sheet C1.4 4 For Bid Item A-1 Change Sheet-C10.1 to C10.2 END OF ADDENDUM #4 ' Bid Opening Date: Thursday, September 24, 2009. Acknowledge the receipt of this Addendum on your Proposal. !!!!! By: Eric Seebock, Senior Landscape Architect Release Date: September 23, 2009 dam' FORTWORTH 3 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR PROJECT NAME PROJECT NUMBER T.P.W..NO. Rockwood Park Improvements C282 541600 802420085180 6267 OF TE * .... ••• *•• j THOMAS D.•GREEN JAMES pA..Fllt.Ll�AiI~ •••••-•• ••••••........... °°' THE CITY OF FORT WORTH .p 80595��•" • ��'•• 598 •%` o,�••�'a,/ TEXAS E•'• 1bq ._ 17 e MIKE MONCRIEF DALE FISSELER MAYOR CITY MANAGER RICHARD ZAVALA, DIRECTOR PARKS AND COMMUNITY SERVICES DEPARTMENT PARKS AND COMMUNITY SERVICES DEPARTMENT ' PLANNING AND RESOURCE MANAGEMENT DIVISION z. �# •, // FUNDING OF PROJECT BY n C% + • * CITY OF FORT WORTH =:.NNNNN...NNNNN.� CITY GAS LEASE REVENUE NJAMES LEE HIGGINS JULY 2009 �•1f�,1��� �T 84366 .lei p t 0 ,t •VCENS Nb,�►S / f .. ................ 0���a� TABLE OF UUNTEIN-1 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 RATES 6. WEATHER TABLE 7. VENDOR COMPLIANCE TO STATE LAW 8. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION 9. PROJECT DESIGNATION SIGN 10. TECHNICAL SPECIFICATIONS DIVISION 1- GENERAL REQUIREMENTS-SECTIONS 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-SECTIONS 02140-Site Underdrains 02200-Site Preparation 02300-Earthwork 02510-Water Distribution 02520-Infield Surfacing 02521-Infield Conditioner 02537-Wood Fiber Playground Surfacing 02630-Storm Drainage 02635-GEO Textile Subsurface Drains 02741-Asphalt Paving 02751-Cement Concrete Paving 02810-Landscape Irrigation System 02820-Galvanized Chain Link Fence 02840-Turf Sodding 02845-Athletic Field Grassing 02860-Playground Equipment 02870-Site Furnishings 02930-Seeding DIVISION 3-CONCRETE/SECTIONS 03301-Miscellaneous Cast-in-Place Concrete DIVISION 7-THERMAL&MOISTURE PROTECTION/SECTION 07920-Caulking and Sealants DIVISION 9-FINISHES 0%14-Detectable/Tactile Warning Surfaces NOTICE TO BIDDERS Sealed Proposals for the following: PROJECT Improvements at Rockwood Park Ball Fields#1-4 PROJECT NO. C280 541600 802420085180 TPW NO. 6267 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., Thurs., September 24, 2009 and then publicly opened and read aloud at 2:00 p.m. in Council Chambers 2"d floor— N.E. comer of City Hall. Plans, Specifications and Contract Documents for this project may be obtained at the Park Planning section, ' Parks and Community Services Department,4200 South Freeway, Suite 2200, Fort Worth, Texas 76115-1499. Documents will be provided to prospective bidders for a deposit of$50 per set; deposits shall be made in the form of a check or money order. ' Each prospective bidder shall receive a deposit refund on the first two plan sets if the documents are returned in good condition within 10 days after bids are opened. Any additional plan sets shall require a non-refundable deposit. These documents contain additional information for prospective bidders. 1. Wage Rates: All Bidders will be required to comply with Provision 5159a of"Vernon's ' Annotated Civil Statutes" of the State of Texas with respect to the payment of the prevailing wage rates, and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Fort Worth City Code, Section 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. 2. Minority/Women's 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 minority business enterprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from the M/WBE Office or from the Office of the City Secretary. The bidder shall submit the MBE /WBE 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, 2"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) Electronic submittal of MWBE documentation will not be accepted. Failure to comply with (a) and (b) shall render the bid non-responsive. The following list is provided to assist bidders in obtaining the services of MMBE ' vendors qualified to provide such servicestmaterials for this project. A listing of qualified M/WBE vendors may be obtained at the City of Fort Worth M/WBE office, 3rd floor City Hall. Services/materials for this proiect are as follows: demolition/site prep clearing/grubbing grading/earthwork fencing install shelter sodding concrete electrical seeding steel rebar site furnishings irrigation earthwork asphalt flexible base playground pavement striping storm drain piping The City's minimum M/WBE goal on this project is 25% 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 similar project scope experience on three (3) projects within the last three (3) years. All subcontractors intended for use on this project shall also demonstrate similar project scope experience necessary to successfully perform on their 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 re ared b P P Y an independent Certified Public Accountant. • The Prime Bidder shall erform work its own p 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. Information regarding the status of addenda may be obtained by contacting the Project Manager. 5. Pre—Bid Conference: A pre-bid conference will be held with prospective bidders at the Parks and Community Services Offices Conference Room 1 on Thursday, September 10, 2009 at 2:00 pm. 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 withdrawn until the expiration of 70 calendar days from the day bids are opened. The award of contract, if made, will be within 70 calendar days after the opening of bids, but in no case will the award be made until all necessary investigations are made as to the responsibility of the bidder to whom the contract will be awarded. RICHARD ZAVALA, DIRECTOR DALE FISSELER PARKS AND COMMUNITY SERVICES DEPARTMENT CITY MANAGER MARTY HENDRIX CITY SECRETARY By: Eric Seebock Senior Landscape Architect/ Project Manager (817) 392-5742 Thursday, August 27, 2009 Thursday, September 3, 2009 - SPECIAL INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. BID SECURITY 2. PROPOSAL 3. ADDENDA 4. PERMITS 5. AWARD OF CONTRACT 6. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS ' 7. LIQUIDATED DAMAGES 8. EMPLOYMENT 9. WAGE RATES 10.FINANCIAL STATEMENT 11. INSURANCE 12.NON-RESIDENT BIDDERS 13. MINORITY/WOMEN BUSINESS ENTERPRISE 14.PROTECTION OF TREES, PLANTS AND SOIL 15. BIDDER'S STATEMENT OF QUALIFICATIONS ' 16. OZONE ALERT DAYS 17. WORKERS COMPENSATION INSURANCE COVERAGE SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten days after the contract has been awarded. To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas. In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. ' The City,in its sole discretion,will determine the adequacy of the proof required herein. 2. PROPOSAL: After proposals have been opened and read aloud,the proposals will be tabulated on the basis of the quoted prices,the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the award of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities,to re-advertise for new proposals,or to proceed with the work in any manner as maybe considered for the best interest of the 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 G in 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 General Requirements: Section 01100-3. SPECIAL INSTRUCTIONS TO BIDDERS - I - 5. AWARD OF CONTRACT: The Contract may not necessarily be awarded to the lowest Y Y 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 a a g 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. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 - General Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated 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 13-A-29)prohibiting discrimination in employment practices. 9. WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernon 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 STATEMENT: 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 shall be entitled to additional compensation equal to 110%of the additional premium cost. For worker's compensation insurance requirements, see Special ' Instructions to Bidders-Item 16. ADDITIONAL INSURANCE REQUIREMENTS: A. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation 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 76102, 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. SPECIAL INSTRUCTIONS TO BIDDERS -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 business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. F. Deductible limits, or self-f ended 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. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a 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 INSTRUCTIONS TO BIDDERS -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 "0" or "no participation" in the spaces provided, and provide SPECIAL INSTRUCTIONS TO BIDDERS -S- 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. i 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 of time of not less than three years. 14. PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored, after completion of the work, to a condition equal or better than existed prior to start of work. B Y 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 pnCmng_paint is recommended. 15. 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/ 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. 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. SPECIAL INSTRUCTIONS TO BIDDERS -7- 8. Submittal of Letters Of Intent for the use of specific subcontractors listed on the Bidders Statement Of Qualification form. The Prime Bidder shall submit such Letters of Intent to the City no later than five (5)working days upon being recognized as the overall qualified bidder by the City. Should the Prime Bidder 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 construction. The documentation required herein shall be received by the Project Manager of the Parks and Community Services Department no later than five (5)City business days after the bid opening date, exclusive of the bid opening date. Recommendation of award of contract shall be contingent upon the Bidder and/or sub-contractors meeting such qualification requirements. Location and responsive ability of the firm will be considered. If your firm anticipates entering into a joint venture with any 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 they 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. 16. OZONE ALERT DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "OZONE ALERT DAYS". Typically,the Ozone Alert season within the Metroplex area runs from May through September,with 6:00 a.m. - 10:00 a.m. being critical ozone forming periods each day. The Texas Natural Resource Conservation Commission(TNRCC) in coordination with i the National Weather Service, will issue the Ozone Alert by 3:00 p.m.on the afternoon prior to the alert day. On designated Ozone Alert Days, the Contractor shall bear the responsibility of being aware that such days have been designated Ozone Alert Days and as such shall not beg i n 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 prior to 10:00 a.m. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m. - 6:00 p.m., on a designated Ozone Alert Day, that day will be considered as a weather day and added onto the allowable weather days of a given month. 17. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: SPECIAL INSTRUCTIONS TO BIDDERS -8 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 been completed and accepted by the governmental entity. Persons providing services on the project ("subcontractor" in 406.096) -includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person has employees. This includes,without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include,without limitation, providing,hauling, or delivering equipment or materials, or providing labor,transportation,or other service related to a project. Services does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. d on proper reporting of classification B. The contractor shall provide coverage,base p p p g 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. SPECIAL INSTRUCTIONS TO BIDDERS -9- G. The contractor shall notify th e governmental entity in was ting by certified 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; (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 g 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' SPECIAL INSTRUCTIONS TO BIDDERS -10- compensation coverage for the duration of the project,that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self- insured, with the commission's Division of Self-Insurance Regulation. 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. "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 - 11- PROPOSAL TO: Mr. Dale A. Fisseler City Manager Fort Worth,Texas FOR: PARK IMPROVEMENTS AT: Rockwood Park Ballfields#144 C282 541600 802420085180 TPW NO.:6267 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 quantity"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 prior to the award of contract. Further, by submitting a bid,the bidder agrees to honor each line item bid price without recourse to the City in the event line items are adjusted or eliminated. 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: PAY JAPPROX.1 UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM UANTITY PRICE WRITTEN IN WORDS PRICE L AMOUNT BID UNIT ONE-Site Work Items Site Mobilization, Furnish and Install two Project 1. 1 LS Signs(per specifications)See Sheet C 2.0 Dollars& �� ��/,� �; Cents per $ Cis $ (� Furnish and demolish the existing facilities as shown in the plans and specifications.Stack City salvage material as directed by the City on 2. 1 LS Site.See Sheets C 3.1, C3.2,C3.3,C3.4, and C3.6 Dollars& �, Cents per $ $ J Furnish and Install complete,functional and maintain a SWPPP Erosion Control Implementation for the duration of the project. 3. 1 LS See The SWPPP Document and Sheets C7.2 Dollars& 5,r Cents per $ c . $ U L'irlll Rockwood Park Proposal Addenda No.1 September 16, 2009 1 PAY APPROX. UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Furnish, Install and Maintain Traffic Control Plan 4. 1 LS for the project as shown on the drawing C 2.0. Dollars& 4 Cents per $ ,�0c), Furnish and Install complete and functional Miscellaneous Traffic Control,Warning and ADA Signs as shown on Sheets C4.1,C4.2,and 5. 1 LS C4.5 Dollars& Cents per $ j�G7, $ � Furnish and Install complete and functional ' seeding of grass for all disturbed areas as 6. 1 LS shown in the Specifications Dollars& Cents per $ � , �� Furnish and Install Phase 1 Parking lot striping for the exiting parking lot and wheel stops per 7. 1 LS the plans on sheet C 10.1 and the Specifications Dollars& Cents per $ Furnish and Install a complete and functional Small Pavilion, inculding Foundation,Concrete Slab,subbase,structure,and picnic tables per C 8 1 LS the plans and Specifications.See Sheets C1.0, C4.2,S1.6,and A1.6 Dollars& Cents per Furnish and Install a complete and functional Most Dependable ADA Drinking Fountain ' including slab and drain system near Small 9. 1 LS Pavilion.See Sheet C4.2 Dollars& Cents per $ to Furnish and Install complete and functional site grading and fill for the site including clearing, ' 10. 11,000 Cu Yds grubbing and compaction for the site.See Sheets C6.1,C6.2,C6.3,C6.4,C6.5, and C6.6 Dollars& Cents per $ C�. $ 1 Rockwood Park Proposal Addenda No.1 September 16,2009 2 PAY APPROX. UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Furnish and Install complete and functional PE Drain pipe per the Plans and Specifications.See 11. 1 LS Sheet C7.1 Dollars& Cents per $ " $ Furnish and Install complete and functional prefabricated maintenance shed and concrete 12. 1 LS slab as shown in Plans and Specifications.See Sheet C4.4 and C1.0 Dollars& Cents per $ Furnish and Install complete and functional Vertical infiltration drains according to the Plans 13. 13 Ea and Specifications. See Sheets C4.3,C4.5 and C11.5 Dollars& 0c_� Cents per $`�`�� $ Furnish and Install complete and functional drainage swale crossing according to the plans 14. 2 Ea and specifications See Sheets C4.3 and C4.5 Dollars& ) a�= CC Cents per $ $ CFurnish and Install complete and functional drainage system with concrete pavement channels,subbase,trench drain,fence removal 15. 1 LS and replacement,temporary fencing,connecting piping and 12 inch SDR 35 pipe between the existing parking lot and the Golf Course.See Sheets C4.2,C7.1 and Sheet C 11.5 ' Dollars& CO, i` - ell Cents per $: i $ t' Excavate to finish grade the addition to the golf course pond and haul off unsuitable material. 16. 400 Cu Yds See Sheets C4.2,C7.2 and C10.8 Dollars& < c Cents per $ _ $ (j Furnish, implement and comply with a trench safet Ian for the entire project 17. 1 LS Dollars& Cents per $ Rockwood Park Proposal Addenda No.1 September 16,2009 3 PAY JAPPROX.1 UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM PUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID UNIT Two-Parking Lot Furnish and Install a complete and functional medium duty Asphaltic Concrete,subbase and lime stabilization for the new parking and drive (j 18. 1392 Sq.Yd. way leading to the parking lot.See Sheet C4.5 � Z. and C10.0 Dollars& i Cents per $ ��• $ Furnish and Install a complete and functional light duty Asphaltic Concrete, subbase and lime stabilization for the new parking and drive way 19. 960 Sq.Yd. leading to the parking lot.See Sheet C4.5 and ' C10.0 Dollars& Cents per $ $ z3� � ' Furnish and Install a complete and functional Seven(7)inch standard curb for the parking lot per the drawings and specifications.See Sheet 20. 750 Ft C4.5 and C10.0 Dollars& �? Cents per $ , �� $ �4� Furnish and Install a complete and functional Parking lot striping for the new parking lot, wheel stops per the plans and specification for C the new parking lot and furnish stripping and 21. 1 LS painting for the cross walks on Rockcress Drive, and entrance to the parking lot driveway.See Sheet C1.4,C4.5,C10.0 and C11.4 Dollars& Z ✓a J 131 � Cents per $ ' UNIT Three-Site Amenities Furnish and Install Concrete walkways and compacted subgrade for the six(6)foot walkway as shown on the plans and 22. 40,310 Sq. Ft specifications.See Sheets C4.1 thru 4.6 Dollars& Cents per $ Furnish and Install a complete and functional Concrete pedestrian Curbed ramps with Cast-in- place Armor detectable tile,cushion sand subbase and compacted subgrade as shown 23. 5 ea on the plans and specifications.See Sheets C4.1, C4.2,C4.5 C10.1 and C10.2 Dollars& f Cents per $ $ Rockwood Park Proposal Addenda No.3 September 21, 2009 4 PAY APPROX.1 UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Furnish and Install a complete and functional park benches ultraPlay model 940-P6"Fort Worth Bench with concrete slab, including sub 24. 6 ea grade preparation as shown on the plans and s ecifications.See Sheets C4.5 and C4.6 Dollars& Cents per $ UNIT Four-Field One Furnish and Install a complete and functional model 400SM Most Dependable Drinking 25. 1 EA Fountain including drain system at Field 1.See Sheets C4.1,C8.1 and C11.3 ' Dollars& Cents per $ S $ Furnish and Install a complete and functional 15 feet long team bench seats.2 per each dugout 26. 4 EA at Field 1.See Sheets C4.1 and C11.1 Dollars& Cents per $ Furnish and Install Concrete Mow Strips,for Field#1 in accordance with the plans and 27. 1 LS specifications.See Sheet C11.1 Dollars& Cents per $ Furnish and Install complete and functional ' Dugouts including fencing,gates,concrete slab, sub base,roofs,pole foundations and surface preparation,SYNLawn Artificial turf for dugouts 28. 2 Ea and dugout entrances on Field#1 in ' accordance with the plans and specifications. See Sheets C4.1 and C11.1 Dollars& Cents per $ J $ Furnish and Install a complete and functional bull pen with double gates,exterior fencing, pitcher's practice mound and synthetic home plate with batters box for Field#1 according to 29. 2 Ea the plans and specifications. See Sheets C4.1 and C11.1 Dollars& �� Cents per $ , / $ Rockwood Park Proposal Addenda No.1 September 16, 2009 5 PAY APPROX. UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Furnish and Install complete and functional water system relocations for the Park Department water system in accordance with 30. 1 LS the plans and specifications for Field#1.See Sheet C8.1 Dollars& 1 `' Cents per Furnish and Install a complete and functional 8 Foot High Fencing including posts, rails,fence fabric,gates,concrete footer post supports on Field#1 according to the plans and 31. 1052 Ft specifications.See Sheets C4.1,C11.0 and C11.1 Cents rper $ Furnish and Install a complete and functional yellow poly cap safe top including ties on top of the outfield fence for Field#1 according to the {� � 31A 570 Ft plans and specifications.See Sheets C1.0,C4.1 and C11.1 Dollars& Cents per $ Furnish and Install a complete and functional 10 Foot High Fencing including posts, rails,fence fabric,gates,concrete footer post supports on Field#1 according to the plans and C 32. 160 Ft specifications.See Sheets C4.1,C11.0 and C11.1 Dollars& � � �8 Cents per $ $_ 4, Furnish and Install a complete and functional 24 Foot High Backstop including posts,rails, ' fence fabric,concrete footer post supports on Z� 33. 85 Ft Field#1 according to the plans and Cj 11 specifications.See Sheets C4.1 and C11.0 Dollars& Cents per $ 1 SUE 0 $ Furnish and Install a complete and functional bike rack including,concrete pad,subgrade and footer supports for Field#1 according to 34. 1 LS the plans and specifications. See Sheets C4.1 and C11.3 Dollars& Cents per $ Rockwood Park Proposal Addenda No.3 September 21,2009 6 PAY APPROX. UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Furnish and Install complete and functional bleacher system with canopies,seating,scorers table,concrete slabs, subbase excavation, 35. 1 LS subbase installation and subbase stabilization in accordance with the plans and specifications for Field#1.See Sheets C4.1,S1.1 and A1.1 Dollars& Cents per $ I�? Furnish and Install complete and functional foul ball posts in accordance with the plans and specifications for Field#1.See Sheets C4.1,and 36. 2 Ea C11.3 Dollars& Cents per $ UNIT Five"Field Two Furnish and Install a complete and functional model 400SM Most Dependable Drinking 37. 1 EA Fountain including drain system at Field 2.See Sheets C4.2,C8.2 and C11.3 Dollars& Cents per $ Furnish and Install a complete and functional 15 feet long team bench seat.2 per each dugout at 38. 4 EA Field 2.See Sheets C4.2 and C11.1 Dollars& Cents per $ � Furnish and Install Concrete Mow Strips,for ' Field#2 in accordance with the plans and 39. 1 LS specifications.See Sheet C11.1 Dollars& � � �IU Cents per $ $ � Furnish and Install complete and functional Dugouts including fencing,gates,concrete slab, sub base, roofs, pole foundations and surface 40. 2 Ea preparation,SYNLawn Artificial turf for dugouts and dugout entrances on Field#2 in accordance with the plans and specifications. See Sheets C4.2 and C11.1 Dollars& / , ,l �'� 7 <1 Cents per $ Rockwood Park Proposal Addenda No.1 September 16,2009 7 PAY APPROX. UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Furnish and Install a complete and functional bull pen with double gates,exterior fencing, pitcher's practice mound and synthetic home 41. 2 Ea plate and batters box for Field#2 according to the plans and specifications.See Sheets C4.2 and C11.1 Dollars& Q Cents per $ 4)'7 , q $ T1 t Furnish and Install complete and functional water system relocations for the Park Department water system in accordance with 42. 1 LS the plans and specifications for Field#2 and the Small Pavilion Area.See Sheet C8.2 Dollars& Cents per Furnish and Install a complete and functional 8 Foot High Fencing including posts, rails,fence ��� fabric,gates,concrete footer post supports on 43. 1012 Ft Field#2 according to the plans and specifications.See Sheets 4.2,C11.0 and C11.1 �� Dollars& Cents per $ ; �l_ $C C Furnish and Install a complete and functional --VA VA- yellow poly cap safe top including ties on top of 44. 548 Ft the outfield fence for Field#2 according to they plans and specifications.See Sheets C1.0,C4.2 ' and C11.1 & Cents Cents per f $ J tFurnish and Install a complete and functional 10 Foot High Fencing including posts, rails,fence fabric,gates,concrete footer post supports on ti`s 45. 160 Ft Field#2 according to the plans and t� specifications.See Sheets 4.2,C11.0 and C11.1 �J Dollars& Cents per Rockwood Park Proposal Addenda No.3 September 21, 2009 8 PAY APPROX. UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Furnish and Install a complete and functional 30 Foot High Backstop including posts,rails, fence fabric,concrete footer post supports on 46. 78 Ft Field#1 according to the plans and specifications.See Sheets C4.2 and C11.0 1 Dollars& 7 7� Cents per Furnish and Install a complete and functional bike rack including,concrete pad,subgrade and footer supports for Field#2 according to 47. 1 LS the plans and specifications.See Sheets C4.2 and C11.3 Dollars& z' Cents per $ V a $ a Furnish and Install complete and functional bleacher system with canopies,seating,scorers table,concrete slabs,subbase excavation, subbase installation and subbase stabilization in 48. 1 LS accordance with the plans and specifications for Field#1.See Sheets C4.2,S1.1 and A1.2 Dollars Cents per $ P Furnish and Install complete and functional foul ball posts in accordance with the plans and specifications for Field#2.See Sheets C4.2,and 49. 2 Ea C11.3 Dollars& Cents per $ UNIT Six-Field Three Furnish and Install a complete and functional model 400SM Most Dependable Drinking Fountain including drain system at Field 3.See 50. 1 LS Sheets C4.3,C8.3 and C11.3 Dollars& ' c -2 Cents per $ ±l f�' $ -) Furnish and Install a complete and functional 15 feet long team bench seat.2 per each dugout at 51. 4 EA Field 3.See Sheets C4.3 and C11.1 Dollars& Cents per $ Furnish and Install Concrete Mow Strips,for Field#3 in accordance with the plans and 52. 1 LS specifications.See Sheet C11.1 Dollars& (� Cents per $ J ) $ ,�„ Rockwood Park Proposal Addenda No.1 September 16,2009 9 PAY APPROX.1 UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Furnish and Install complete and functional Dugouts including fencing,gates,concrete slab, sub base, roofs,pole foundations and surface preparation,SYNLawn Artificial turf for dugouts 53. 2 Ea and dugout entrances on Field#3 in accordance with the plans and specifications. See Sheets C4.3 and C11.1 Dollars& r ;, 06 Cents per $ Furnish and Install a complete and functional bull pen with double gates,exterior fencing, pitcher's practice mound and synthetic home 54. 2 Ea plate and batters box for Field#3 according to the plans and specifications.See Sheets C4.3 and C11.1 Dollars& Cents per $ 77/1 Furnish and Install complete and functional water system relocations for the Park Department water system in accordance with 55. 1 LS the plans and specifications for Field#3.See Sheet C8.3 Dollars& Cents per Furnish and Install a complete and functional playing surface for Field#3 including infield 56. 1 LS surfacing and sodding inside the ballfield fence line,See Sheet C4.3 Dollars& Cents per 1 Furnish and Install a complete and functional 8 Foot High Fencing including posts,rails,fence fabric,gates,concrete footer post supports on Q 57. 1020 Ft Field#3 according to the plans and ` a/ specifications.See Sheets 4.3,C11.0 and C11.1 Dollars& °J Cents per $ < $ I Furnish and Install a complete and functional yellow poly cap safe top including ties on top of the outfield fence for Field#3 according to the 5/ 58. 550 Ft plans and specifications.See Sheets C1.0,C4.3 and C11.1 Dollars& Cents per $ Rockwood Park Proposal Addenda No.3 September 21, 2009 10 PAY APPROX. UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Furnish and Install a complete and functional 10 Foot High Fencing including posts, rails,fence fabric,gates,concrete footer post supports on y� 59. 160 Ft Field#3 according to the plans and specifications.See Sheets 4.3,C11.0 and �,C C11.1 Dollars& - Cents per $ 5 j• _ $ Furnish and Install a complete and functional r" 24 Foot High Backstop including posts,rails, fence fabric,concrete footer post supports on t <j 60. 85 Ft Field#3 according to the plans and specifications.See Sheets C4.3 and C11.0 Dollars& Cents per Furnish and Install a complete and functional bike rack including, concrete pad,subgrade and footer supports for Field#3 according to 61. 1 LS the plans and specifications.See Sheets C4.3 and C11.3 Dollars& Cents per $ $ �• Furnish and Install complete and functional C bleacher system with canopies,seating,scorers table,concrete slabs,subbase excavation, 62. 1 LS subbase installation and subbase stabilization in accordance with the plans and specifications for Field#1.See Sheets C4.3,S1.1 and A1.3 G j Dollars& Cents per $ - $ ' Furnish and Install a complete and functional 16 Foot High Fencing with batter's Eye Screens _ including posts,rails,fence fabric,concrete footer post supports on Field 3according to the G 63. 40 Ft � plans and specifications.See Sheets C4.3 and �d C11.0 Dollars& f r � Cents per r $$c / tl $ • Furnish and Install complete and functional foul ball posts in accordance with the plans and specifications for Field#3.See Sheets C4.3,and 64. 2 Ea C11.3 Dollars& Cents per $ (i'1 0' $ Rockwood Park Proposal Addenda No.1 September 16,2009 11 PAY JAPPROX.1 UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM PUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID UNIT Seven-Field Four Furnish and Install a complete and functional model 400SM Most Dependable Drinking 65. 1 EA Fountain including drain system at Field 4.See Sheets C4.4,C8.4 and C11.3 Dollars& Cents per $ Furnish and Install a complete and functional 15 66. 4 EA feet long team bench seat.2 per each dugout at Field 4.See Sheets C4.4 and C11.1 Dollars& Cents per $ $ U Furnish and Install Concrete Mow Strips,for Field#4 in accordance with the plans and 67. 1 LS specifications.See Sheet C11.1 Dollars& CJ �fr� Cents per $ 1 f�• $ `� Furnish and Install complete and functional Dugouts including fencing,gates,concrete slab, sub base,roofs, pole foundations and surface preparation,SYNLawn Artificial turf for dugouts 68. 2 Ea and dugout entrances on Field#4 in accordance with the plans and specifications. See Sheets C4.4 and C11.1 Dollars& ppr C? � cU ��JC1rl.ii, Cents per Furnish and Install a complete and functional bull pen with double gates exterior fencing, pitcher's practice mound and synthetic home plate and batters box for Field#4 according to 69. 2 Ea the plans and specifications.See Sheets C4.4 and C11.1 Dollars& a Cents per Furnish and Install complete and functional water system relocations for the Park Department water system in accordance with 70. 1 LS the plans and specifications for Field#4.See Sheet C8.4. Dollars& r 1 a Cents per $ � � Rockwood Park Proposal Addenda No.1 September 16,2009 12 PAY APPROX, UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID a Furnish and Install a complete and functional 8 Foot High Fencing including posts, rails,fence fabric,gates,concrete footer post supports on Field#4 according to the plans and Z 71. 357 Ft specifications.See Sheets 4.4,C11.0 and C11.1 Dollars& t -7- =f Cents per $ �} ' $ Furnish and Install a complete and functional 10 Foot High Fencing including posts,rails,fence fabric,gates,concrete footer post supports on 72. 690 Ft Field#4 according to the plans and specifications.See Sheets 4.4,C11.0 and C11.1 Dollars& Cents per Furnish and Install a complete and functional yellow poly cap safe top including ties on top of .),,yA, the outfield fence for Field#4 according to the 73. 526 Ft plans and specifications.See Sheets C1.0,C4.4Li, and C11.1 Dollars& Cents per $ $ Furnish and Install a complete and functional 24 Foot High Backstop including posts, rails, fence fabric,concrete footer post supports on 74. 85 Ft Field#4 according to the plans and ( ` specifications.See Sheets C4.4 and C11.0 �. Dollars& Cents per $ Furnish and Install a complete and functional bike rack including, concrete pad, subgrade and footer supports for Field#4 according to 1 75. 1 LS the plans and specifications.See Sheets C4.4 and C11.3 Dollars& Cents per $ $ , Furnish and Install complete and functional bleacher system with canopies,seating,scorers table,concrete slabs,subbase excavation, 76. 1 LS subbase installation and subbase stabilization in accordance with the plans and specifications for ` Field#1.See Sheets C4.4,S1.1 and A1.4 ' Dollars& Cents per Rockwood Park Proposal Addenda No.3 September 21,2009 13 PAY APPROX. UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Furnish and Install complete and functional foul ball posts in accordance with the plans and specifications for Field#4.See Sheets C4.4,and 77. 2 Ea C11.3 Dollars& Cents per $') L r$ t7 L Unit Eight Irrigation System Furnish and Install complete and functional irrigation water system relocations for the Park Department irrigation water system in 78. 1 LS accordance with the plans and specifications for Field#1.See Sheets C9.1 and C9.4 ' Dollars& l �ti Ltd Cents per Furnish and Install complete and functional irrigation water system relocations for the Park Department irrigation water system in accordance with the plans and specifications for 79. 1 LS Field#2 and the Small Pavilion Area.See Sheets C9.2 and C9.4 Dollars& � ou 'L Cents per $ Furnish and Install a complete and functional Water Irrigation System for Field#3 with piping, valves,controller,wiring,sprinkler heads, 80. 1 LS sensors and fittings according to the plans and specifications See Sheets C9.3 and C9.4 Dollars& Cents per $c ' '�• $ UNIT Nine-Electrical ' Furnish and Install complete and functional electric scoreboard with remote control, 1 kVA transformer, disconnect switches, new conduit 81. 1 LS and wires and tie into the existing electrical system for Field#1.See Sheets C4.1,and E 2.1 Dollars& 'c C� Cents per Furnish and Install complete and functional electric scoreboard with remote control, 1 kVA transformer, disconnect switches,new conduit 82. 1 LS and wires and tie into the existing electrical system for Field#2.See Sheets C4.2 and E2.2 Dollars& C Cents per $ $ I Rockwood Park Proposal Addenda No.1 September 16,2009 14 { El - ' PAY APPROX. UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID electric scoreboard with remote control, 1 kVA transformer, disconnect switches, new conduit and wires and tie into the existing electrical system for Field#3. Furnish and Install complete and functional new field lighting with 83. 1 LS eight poles,eight lighting bases, lamps and tie into the existing Oncor pole mounted transformers for Field#3.See Sheets C4.3 and E 2.3 Dollars& 1l , Cents per Furnish and Install complete and functional electric scoreboard with remote control, 1 kVA transformer, disconnect switches, new conduit 84. 1 LS and wires and tie into the existing electrical s stem for Field#4.See Sheets C4.4 and E2.4 Dollars& ✓�tl o ' �; �'� Cents per Bid Altemate Item One Furnish and Install a complete and functional Phase 2 Parking lot striping for the exiting parking lot per the plans and specifications. A-1 1 LS See Sheets C4.2,and C10.1 Dollars& .� Cents per $ t $ Bid Alternate Item Two Furnish and Install a complete and functional Large Pavilion,Structure, Foundation,Concrete Slab,subbase,two 6 foot picnic tables,and two A-2 1 LS ADA 8 foot picnic tables per the plans and specifications.See Sheets C4.5,S 1.5 and A1.5 Dollars& Cr Cents per $ I ~ '•_ '` $ �� Furnish and Install a complete and functional Play / ground structures,mow strip,ADA access Ramps,Safety surface,fiber play surface,sub-drain system,two 6 foot park benches,and compacted A-3 1 LS subgrade as shown on the plans and specifications. See Sheets C4.5 and C11.7and also the standard details Dollars& Cents per Furnish and Install a complete and functional electrical lighting for the New parking lot and A-4 1 LS playground.area See Sheet E2.5 Dollars& ff Cents per Rockwood Park Proposal Addenda No.3 September 21,2009 15 1 PAY APPROX. UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM UANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Bid Alternate Item Three Fumish and Install a complete and functional restroom covers, Foundation Slab,subbase preparation and compaction and soil A-5 3 Ea stabilization per the plans and specifications. See Sheets C4.1,C4.2,C4.5,S1.5 and A1.6 Dollars& ( - Cents per $L� PA Bid Alternate Item Four Fumish and Install complete and functional twin batting practice double cages including netting, concrete base,subbase,ground surface compaction and preparation,artificial turf A-6 1 Ea covering the concrete base, L protective ' screens mounting poles and base supports according to the Plans and Specifications. See Sheet C4.3 Dollars& Cents per $ .� is Bid Alternate Item Five Fumish and Install a complete and functional 16 Foot High Fencing with batter's Eye Screens including posts, rails,fence fabric,concrete A-7 40 Ft footer post supports on Field 1 according to the tans and specifications.See Sheet C11.0 Dollars& Cents per $ 1 Fumish and Install a complete and functional 16 Foot High Fencing with batter's Eye Screens including posts, rails,fence fabric,concrete A-8 40 Ft footer post supports on Field 2 according to the tans and specifications.See Sheet C11.0 Dollars& Cents per Fumish and Install a complete and functional 16 Foot High Fencing with batter's Eye Screens including posts,rails,fence fabric,concrete A-9 40 Ft footer post supports on Field 4 according to the tans and specifications.See Sheet C11.0 Dollars8 Cents per $ $ Rockwood Park Proposal Addenda No.1 September 16, 2009 16 PAY JAPPROX.1 UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM UANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID TOTAL BASE BID(UNIT ONE) $ , TOTAL BASE BID(UNIT TWO) $ TOTAL BASE BID(UNIT THREE) $ ' TOTAL BASE BID(UNIT FOUR) $ ? _ TOTAL BASE BID(UNIT FIVE) $ TOTAL BASE BID(UNIT SIX) $ -yi TOTAL BASE BID(UNIT SEVEN) $ TOTAL BASE BID(UNIT EIGHT) TOTAL BASE BID(UNIT NINE) $ � �1 u � ti �a7l TOTAL SASE SIB(UNITS ONE T•NINE) `ft'I 4 —*$ TOTAL BASE BID(UNIT ONE TO NINE) TOTAL BID(ALTERNATE ONE) $ ol ( 1 ` TOTAL BID(ALTERNATE TWO) $ f 4 351 Cum � TOTAL BID(ALTERNATE THREE) $ TOTAL BID(ALTERNATE FOUR) $ � w TOTAL BID(ALTERNATE FIVE) $ �',1 A. This contract issued by an organization that 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 Two Hundred Seventy (270)Workina Days after the date for commencing work as set forth in the Notice to Proceed to be issued by the Owner and to pay not less than the 2009 Construction Prevailing Wage Rates. Rockwood Park Proposal Addenda No.1 September 16,2009 17 PAY APPROX. UNITS DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM UANTITY PRICE WRITTEN IN WORDS I PRICE AMOUNT BID 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% G.A.B. Dollars(,s, 5% G.A.B. ) 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 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 thereof to the City or to reject the proposal. G. Receipt is hereby acknowledged of the following addenda: No. 1 09/16/09 No.2 09/17/09 No.309/21/09 No.4-0 q b3 G" _ Respectfully submitted, C.R. Reynolds, Inc. (Company Name) rL �MA ,/ Authoriz Signa ure) Date: September 24, 2009 Address: 714 N. Travis St. Sherman, Texas 75090 Telephone: 003 )891x3996 Rockwood Park Proposal Addenda No.1 September 16,2009 18 FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is$25,000 or more,the MiWBE goal Is applicable. If the total dollar value of the contract is less than$25,000,the MNVBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises(MNVBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MNVBE goal on this project is 25 %of the total bid(Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS I On City contracts of$25,000 or more, bidders are required to comply with the intent of the City's MNUBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal,or ®® 2. Good Faith Effort documentation,or; �1 3. Waiver documentation,or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department,within the following times allocated, in order for the entire bid to be considered responsive to.the specifications. t,,66. ine>d ¢t i aopate ;eetM�tp�oeeo`th�ien`►ndrtadtitt►r ;tkltirtr�rllb�a epr`io7pby m*w�r ot "'rp rtO,ade#�p ea dtejt id nfie tertYte ftCiiorii l 1. Subcontractor Utilization Form,if goal is received by 5:00 p.m., five (5) City business days after the bid ✓ met or exceeded: opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form,if participation is less than opening date, exclusive of the bid opening date. X stated al: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid .4 Utilization Form,if no M1WBE participation: opening date,exclusive of the bid opening date. ' 4. Prime Contractor Waiver Form,if you will received by 5:00 p.m., five (5) City business days after the bid ✓ perform all subcontracting/supplier work: opening date exclusive of the bid 2p2ning date. 5. Joint Venture Form,if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid ✓ to met or exceed goal. openi n g date exclusive of the bid opening date. ' FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE,WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, please contact the MIWBE Office at(817)392-6104. Rev. 11/1/05 ATTACHMENT 113 F.,ORTWORTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe C,R. REynolds, Inc. rime PROJECT NAME: I M/W/DBE I X NON-M!W/DBE BID DATE Rockwood Parklmprovements September 24, 2009 City's MlWBE Project Goal: PROJECT NUMBER 25% C280 541600 802420085180 If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. if the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if banswers are yes. ' Failure to complete this form in its entirety and be received by the Managing Department on or befog® 5;00 p five(5)City business days after bid oaenina exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications.. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this X NO project,this is your normal business practice and provide an operational profile of your business. lie Will you perform this entire contract without suppliers? YES If yes,please provide a detailed explanation that proves based on the size and scope of this project,this is your normal business practice and provide an inventory profile of your business. X NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information g regarding actual work performed by all subcontractors, including M/ BE(s) on this contract, the.payment ' therefore and any proposed changes to the original MNVBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MNVBEs on this contract, by an authorized officer or employee of ' the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three(3)years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a ' peria f time not less than one 1 ear. tLA-- Chris Reynolds ' Aut ed Sigrkure Printed Signature President ' Title Contact Name(if different) C.R. Reynolds. Tnr_ P/ 903-891-3996 / F/903-891-3997 Company Name Phone Number Fax Number ' 714 N. Travis St. chris@crreynoldsgc.com Address Email Address Sherman, Texas 75090 October 1, 2009 City/State/Zip Date Rev.5130103 am m= c0c M �� m � O�H Q M >� z'3 O � �-O 0 ac00 a3 c'v a � $ c3'a M z �- c9 v me v o o I � m dwc tv a mat s � Edi CM -4-03 Ea mo ss° fs � � c c00 a 8A c4) to � cmav ca .0 C. p.Air c � l0.c� p mID c •tL c 0-0 coo ° �" CL to m m uj On a 0 0 � y : C �A ca to ymj pmw t=q C c Q N c � 00 0 V �oc u >, °'ac cc � '� 4 `m i cc Rf ui � 6.0 Q.oc,02 mec +� ° aij cEy m o °= tcov 3�► c £m �Q-o � ga �•" To Q ° mm'c o � = 0 m c v0 V ❑ m t 69 ca a�t M= 1- OHFts ow- °oVM_° c=3 ° 0 � o ° ��3 N o = 7,mm� t � � 41 O a ,° o °� �.o a c� a D mEg ° c o-SE0 g H o.m �o c.p.0 ' m cEARv o m ° c sg t E o mt. m m c ° �, ora arc V a Qcc ,om0cc00 m � �8io .. o*3 Zoo c X00 io 2W 1 c O= M S�OV 'oC wta V V 4) t3 m Ccp.°cRy JJ3r +70 't- _ 036 = to 4)°. g m `� �u Ta o9 cc m i d c 0 c L m N o 3 N = +'p r � w C w O �+ _ Y� Aa Ciao ' m map ° SO SO. 02 1u g0Ul E am c,y om c..cpac gg 0 Q, E � Ato s cb �._° c3No mate► � mt°R VC HcC� d 0) .Eli �€,°�a s s;c�d-a cm�P, �t E�"g c�,�• r$s Lm�c ED A Am c m�E �mnl�s> m c�y m A•a m- w 6 c °_ •° o ° E °ff E COJ= m M m p _c 8.t mcy o Cr V p i o t E, -0= c� g v 0 40C c o V o UM.5o c 0 1 0U, m 04- ° w S.0� - E I m m CL E a 00 °= U. Is o c O �O > C I CIS w p p c Or m c =0 6 CL CL CL LO 1010 loo Q.E f p ca'a c 3 m 111 0 0 C M,a T m p°IM 0 rw O c c ° 3 V cC C Z cs £p w p , I Q W W E V fl �� - 4► £ m CL c £ Q $, S O ® 3 , m IL a a 40 Q c� M F o 0 Z y c W � QTY Y x Y x > Ua wroe a o W) Q) N w N N eA N w eA eV w C7 v err ++'� o c w w o c go o c w o c(a 0 Q pro~. Y x x x �uzw o° N c ° A c °o � p w °o � c caQw w E m 'w' w E � 44 E `Vw E IA CL OC l I IF-laI m z - m � 10 m �v m z m Sao,- m ti%E 1-0 _ yy ��Q-I�0 laIw m y 00 0 L) u LL `�- VZhO � �- VZ!-� a �- V .Z !-� e �• UZF-� a Q W H I m vm ' CL Q H CL e F— O H d 0 w U Ir •14 0 4J o -1 bo Z a ° 4 LL.O O �'' m o x U on L) �4 0 a 0 10- 0 u O o O O v O u ° ° ° n °V) U) O �4 O • O LL. w rn w O o w o �n U 0 a W .J � a z z o 3 00 0 3 0 3 00 ' o 0 0 0 U y u w to m a u P4 H Q v � a r4 >1 uu m J P+ "C U p �O 44 R1 O 4 G. •rI I- W d bD O N O N ?4 •rI R'+ N 4) ?4 O U) C V1 n O u q N U) cr) r I W u q al 41 q u ca v1 U C a u �4 r- cd w v >,DC q G r !!! r- U) N 0 O U) u P+ H H N 0 •rI ca X O U) ti).o x u G v Z cn � >•+ z cn �+ 00 t +W •rI W +J E-4 rn 0� 4 J a 0 o: u rn(4 H •-+ �.O N >1 w O N N N - cr) C)% •rI a +J cr) cr) I ,re00 G 00 r- u w >C O M D > v .o v .o O cn O rn rI ,x �+ Q N 9C 00 M 0 3 r-I a.J H •-+ -4 •ri 0 4.) x 0 ir) 01 U) U U) r-I 0) E+1 0() w 0 (3)4J O+j 0 I I N N CU 1 1 0 0 •'r-4 l U I I W rI U) ?4 4J I I a ?4 P Ln ir) W q U) O ^ N N F U L7 W +J N N X P; W cb F4 r- n (P U Z� rz Ocnrnrn r >4 cn 010 o, 0r CS) q x U) 0000 v �4 U O � ,t mq D Q O •Z N N N O N G. -t -t �, cn d d 1.J C •rl I I G. = cb M 1 I Vo G bN 0 -+ 3 00 I 00 I w U)Z +J O 1 1 41 > O _4 S 1 U o •r K W p U) � C > � �+ o SC 00 M M u O n n 0 C O •O -+ -+ G"+ O >4 -A -4 N a) n CC O O •rI o u 064-�ZT FQ 00 00 u N H N N •J ® H H > aN 01 S4 w 00 00 'b a Z a n. a a a ro R v t '� E0a E cc a = E0a a s° � Eoa v s° wE0 v z a n ULLu z aauu0z Q a �. ji z Q a � wa Eli Q M o f- M z N N i o v y a W —! N �ate+ N o g N g g/c 0 o C g N Q 0 0 u► w c w v!� G c r gso ,C � pr.. r rx A jzw °o g o o° g c o g o °o g c CL Q w m w E d w w ` eNn E m e'nn w E L >4 1 1 1 >41 1 1 1 11 1 CL m 4 O g ZI m I I ZI en�� IM z°I m a 00 a 1 O U v to v i =dmoUcio F- uIa m I gmUceio l^ Iam I =dA►am�U$F- to a x O p m m~x m~ o Uz . >• Uz >- Uz o >• z8 a� w H �L d 6 CL 0 OA _. i=- p m tL }. a o i0 0 ~ �► LU v O ZO .>� IL � IUL a `� m co a, LL m m � � 00 � C) a DO 0 W 00 co c °o y r a 00 can °N° F- u. 0 3 r-, � 0 o tL En M a i w ro a D m 3 IL: 3 z 3 z 3 z O o 0 0 0 c 00 00 i wN 2 F CL 44C x coo 40 44 � m �°� ct O LO o rn � o o G o o w � > r-Lr) " M b0 W O• G 4 G N u H � cn C td a 0 p t~ •H 3 Lr) H H 0 a) a) m> v �C CO a4 v r- x as ^ u .d •H .d bC i W a H a H •r•l a • G rJ CO H ly G r M , 4 q 4 > Lr) O 4 M , 4 t~ d rI O rn p cd ,o 4-J G cd 4 4 N �r) O G P4 ^ M U .L" �., M ,--r W En a >> Lr) d •r•I O •rl N LO U ,.y a �+ Q r•I cn H � rn w > H 00 H ca M .o a) u �y v +..r � E"1 0 U � G W I I a t~ ro I I H >, �+ I I r I C, b �+ I Lr) N h CO 04 ^ rl n •r•I G 9 P M M Cd Q � O �O �O i 0 = ZQ � ono u cncncn 3 Ox Coco a vx 3MM D F„• r-I u'1 M •rl rl RS u'1 Lr1 U b N N .b.J 1.r N N N z � +-r 1 1 4 ir) -4 1 1 C a) N G I I x H �0 4J I I w r-I O 1J 't a O a) Lr) r-1 N N O ,'� N ca N N U fn r- 4 n r� O U N cy) N �� � :l r� r� L4 O 4 n rN '0 C (0' O 00 00 � �m m Q Q1 d1 ® a M C7 ON ON b H Q1 w 00 00 �IL CL CL a �' -•°a =0 CL eta a .°c � EO a v cRE0 � � s° j� Eo v z Q au. wUZ a wUZ a au. wUZ a aawU i � d co 0 h U o Z cV N c N Y dN Va to V °o ,s °O ,p o° a °° Z tp N eA. N w N N w Q O y err o J w w c c w w. tw Oo 0 p cc R co C a Q Z W to ° O UNj O ° O c aaw w E w w w E w w E 1 1 1 A I I I A CL w cc a W� 0 I Z u'!t. mUr Im 01-0 I WOO Ip m DC I «CZ O e h 0 Im c I �Uh L° �m o W w H s =h m x m of.) 0 0 Uaz UUM LLJ Q CL m Q,r N -r CL u) � en �_- Q m ou co U) W 0 c Ix U. i.- a a) all � Z M a x �4 H LL V m bD " u LL m m 0 o � o � O Y U) .d GC u o co o u o a1 o O � o 0) ° q �n w ° U. H M U) 0 00 I� i 1 O LL •-+ U N M V O � �r N W 3 w i 'L f M N 3 z 3 z 3 z 3 z O o 'o 0 o c 'O 'o W rn a a< o. < a A a V W r w r w r w r w V1CL _m a ' � PP O� �d Lr1 A H 0 LL. 4-J H ^ O � � O � O W u v bD a: r- - 4-+ 0 fA J � E r. ^ O w U ^t~ 9 t ~ w 4) W IL 4-J N b0 H 3 cd u O •ri }4 }4 r. a) 0 N o U W CO -1 DC � v v v �Fi cn H E-H --+ r- +-J A DC O r r' a) O W U U r1 3 N O ca N O a U H O w H �4 r- .-4 P4 '� ) ^ .-r .-r H ::I •ri (1 U G ^ -4 N a Z 1- ::I H f\ N 4-j a) (14 N G"+ �4 Lf) �4 P-i •ri 'D N -4 f\a Q �4 4J -4 N a) •ri 4J p I 1 co 4-j cn a) Ln a) �4 O -4 Ti r Q U O �.a' I I CO U U) •ri ,-r ,4 4-I CO H ,4 > 4-J ,4 O -4 •ri rl p. a) Z �f1 �f1 O co > N N a) �3: U 3 I I Z M U t h W W ,T ,T 4-J O rl •ri I x W • �o r\ cd G al a) a I I cn U PQ > $4 -1 - W"D 00 C:) Qh co o +-+ 1 1 > -4 roar\ co r\ co W o 'dLnM ❑ N Z }4 rl •ri N N c •ri o F+ -4 '-+ _ �4 Ln •ri N a c 00 r-I 1 1 C K WO H .O r- p 1:4r- c90000 O a) 0 3 1 O C7 � cg00 O Qm N cn a1 D1 � CA a O c 14 rn rn Z� �, a d a CT) � a a m ai c .. _ � m c „ �+ E 0 •• aeE v O � cE V oscacE V 0 'tee O z Q du. WC°� z a�i u0z Q dtiWVz Q dwtU0 Q(Y) w o 0 O m c Z M = W U) 4 C 0 tv US aY Y Y J >; Q0. lz � u K z x A c c c m m Z ` � c c c � O o _ �. Y Y a� O 06 =Tv V E ZW y o a o 0 o p 3 a• Z dQW d E d w E a .6 U is o o = LL F- o� a ! 11 t1 o o wIz 1 z m 0 � OTC _ -0.1 m Q slpd'O s.�p •a c W F y rn ON wo 001- U } UzF t O } 8)zFo1 C c U. W z 00 c 0 ;a I ' J N F _' .a i Q �► � u IL a m z = w u M d F- 0 c ° m 17, aw � F- o 'o 17,w e i E � o OC as m .a 1 c p O o a on P LL C � Z a G1 O " a v wa � w o p LL m b LL F o E 0y 3c°ui ° C? 0 o mom F W W L o` FL o U. IL W 0 � �+ g _ '' Q ' � C F W U.. a v mt o u. wa r. o $ 0d w 0 o +- V .2 W Nu in ID A U. � m 110 n Lr) cv H i O io �N Ln r- v � v o G O N end O � rrn- 4�-+1 O >C �o 1 �o 1 U a'c n N Z m H W \ m �v n n ca y U)Z � O o 1 c E > U WD u � � O qZ H N CL rj P-i 3 N N m z a a m 3 .. -i m y �, �% H a d E,n H 'a ] c Q N .b c b .. i ai d m .1 t ii I _ 0 � = o a �+ E .. � E c � c x a o c E tea ' a -a r E0 a E z Q a LL. UiU Q 0. u. WU ATTACHMENT­IA Page 1 of 4 Fo`W°,R.TH city of Fort worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime C.R. Reynolds, Inc. PROJECT NAME: I M/W/DBE 1XI NON-MNV/DBE BID dockwood Park Improvements September 24,D 2009 City's"BE Project Goal: Prime's MNVBE Project Utilization: PROJECT NUMBER 25°k a$,? % C280 541600 802420085180 Identify all subcontractors/suppliers you will use on this project ' Failure to complete this form, in its entirety with requested documentation, and received by the 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 Offeror agrees to enter into a formal agreement with the MNVBE firm(s) listed in this 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 disqualification and will result in the bid being considered non-responsive to bidspecifications M/WBEs listed toward meeting the project goat must be located in the nine (8) 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 Iat tier, a payment by a subcontractor to its supplier is considered 2"d tier ' ALL M/WBEs MUST BE CERTIFIED 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 MinorityMomen Business Enterprise(MI BE). If hauling services are utilized, the prime will be given credit as long as the MNVBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MNVBE may lease trucks from another MNVBE firm, including MNVBE owner-operators, and receive full M/WBE credit. The MNUBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the MNVBE as outlined in the lease agreement. Rev.5130103 I ATTACHMENT 1A FORT WORTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-MNVBEs. Please list MNVBE firms first,use additional sheets if necessary. Certification N (check one) SUBCONTRACTORISUPPLIER T n e N T Detail Detail Company Name Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Pax r B B R 0 B E E C T E A Universal Fence 1 X Erosion Control 20,000.00 '' 2030 South Nursery %SWPPP Irving, TX 75060 214-492-1005 214-492-1,324 ' Ft. Worth Light and 1 X Traffic Control 1,250.00 Barricade Bluegrass Maintenance 1 X Landscape & 145,000.00 2142 Carlotta Dr. Irrigation Ft. Worth, TX 817-847-1459 817-847-4959 Texas Site Specialties 1 X Earthwork 110,000.00 1783 Hackberry Road ' Van Alstyne, TX 903-482-5658 903-482-9094 J-R Transport Contracto 2 X Trucking 30,000.00 2010 Century Center Bl d Irving, TX 972-445-1772 972-445-2216 All American Const. 1 X Site Utilities 34 000.00 Ask 2304 Sunshine Dr. Little Elm, TX 214-505-4373 469-362-9161 Rev.5130/03 ATTACHMENT 1A FORTWORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non-M/WBEs. Please list MANBE firms first,use additional sheets if necessary. Certification N (check one) o SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M yy C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r 6 B R O B E E C T E A American Striping 1 X Pavement Striping 18,000.00 11551 Ravenview Dallas, TX 75253 972-557-8565 972-557-4450 �UTtgm RuRcde Company 1 X Fencing 196,000.00' Burleson, TX 8171295-8811` 817-295-3761 10 Parker Const. 1 X Concrete 285,000.00 2005 Big Sky Drive Lewisville, TX 75007 903-277-4155 Pavecon 1 X Asphalt 85,000.00 3022 Roy Orr Blvd Grand Prairie, TX 75050 972-263-3223 972-263-6551 i Carey's Sporting Goods 1 X Sporting Goods 2,000.00 Morgan 1 X Portable Maint. S ed 10,000.00 Rev.5130/03 ATTACHMENT 1A FoRTWORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers,regardless of status;i.e.,Minority,Women and non4 WBEs. Please list MNUBE firms first,use additional sheets if necessary. Certification N (check one) o SUBCONTRACTOR/SUPPLIER T n N T Detail Detail Company Name i Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B R O B E E C T E A River City Sawing 1 X Sealants/ 11,000.00 101 East Dallas Rd Waterproofing Grapevine, TX 76051 Insite Amenities _ 1 X Site Amenities 28,000.00 9176 Hyde Rd Fort Worth, TX 817-236-5439 turdi-Steel 1 X Grandstands/ 362,800.00 Dugouts C&G Electric 1 X Electrical 237,000.00 1 4801 W. University Dr Denton, TX 940-566-0711 940-387-1172 i Rev.5130103 I ATTACHMENT 1A FORT e 4 of 4 x` T�H Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 509,000-00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 1,056,250.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 1,565,250.00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of ChangelAddition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor ' shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MNVBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. ' By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MAW/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit 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/contractors participating on the contract that will substantiate the actual work performed by the MNV/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 than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1)year. rjk:J�� Chris Reynolds Au Signature Printed Signature President Title Contact Name/Title(if different) C.R. Reynolds, Inc. P/903-891-3996 / F/903-891-3997 Company Name Telephone and/or Fax 714 N. Travis St. chris @crreynoldsgc.com Address E-mail Address Sherman, Texas 75090 October 1 . 2009 —City/stateizip Date Rev.5130103 Joint Venture Page t of 3 FORT WORTH CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered,use"NA"if applicable Name of City project: Rockwood Park Improvements ' A joint venture form must be completed on ugh project RFPBid/Purchasing Number: C280 546100 802420085180 ' 1.Joint venture information: Joint Venture Name: NA Joint Venture Address: NA (if applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be perthrmed by each firm comprising the Int venture M/WBE firm Non-M/WBE name: I NA firm name: NA Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2.Scope of work performed by the Joint Venture: ' Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: NA NA j Rev.5/30/03 Joint Venture Page 2 of 3 3.What is the percentage of MI"E participation on this joint venture that you wish to be counted toward meeting the project goal? NA 4.Attach a copy J of the joint venture agreement. NA . g 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: NA Ca p ital contributions,including NA equipment: ' Other applicable ownership interests: NA 6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: ® Financial decisions NA (to include Account Payable and Receivable): Management decisions: NA a. Estimating ----------------------------------------------- b. Marketing and Sales NA i ----------------------------------- -- c. Hiring and Firing of management NA personnel - -------- --------------------------------- d. Purchasing of major equipment NA and/or supplies Supervision of field operations NA _ The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MNVBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award,if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MNVBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's MMBE Ordinance. Rev.5/30/03 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore,the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits,interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of M/WBE firm Name of non-MIWBE firm NA NA Printed Name of Owner Printed Name of Owner ' Signature of Owner Signature ofOwner ` Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization ' State of Texas County of Grayson On this 1st day of October 72009 ,before me appeared NA and NA to me personally known and who,being duly sworn,did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public 5 Print Name Notary Public "" --gig —nature -'-'�� = Notary Pudic.Sate of Texas My Commission Expires Commission Expires ° "' � ��,,,,,,,a• March 10401 Rev.5130103 VENDOR COMPLIANCE TO STATE LAW Section 2252.002, Texas Government Code,provides that,in order to be awarded a contract as low bidder, non-resident bidders(out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas)bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in (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 office is in the State of Texas. Please Check or mark with an "X" BIDDER: E Chris Reynolds By: C.R. Reynolds, Inc. Company (please print) Signature: (please print) Title: President (please print) City/ State Sherman, Texas Zip 75090 THIS FORM MUST BE RETURNED WITH YOUR QUOTATION VENDOR COMPLIANCE TO STATE LAW HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator $10.06 Asphalt Distributor Operator $13.99 Asphalt Paving Machine Operator $12.78 Asphalt Raker $11.01 Asphalt Shoveler $ 8.80 Batching Plant Weigher $14.15 Broom or Sweeper Operator $ 9.88 Bulldozer Operator $13.22 Carpenter $12.80 Concrete Finisher,Paving $12.85 Concrete Finisher,Structures $13.27 Concrete Paving Curbing Machine Operator $12.00 Concrete Paving Finishing Machine Operator $13.63 Concrete Paving Joint Sealer Operator $12.50 Concrete paving Saw Operator $13.56 Concrete Paving Spreader Operator $14.50 Concrete Rubber $10.61 Crane,Clamshell,Backhoe,Derrick,Dra line, Shovel Operator $14.12 Electrician $18.12 Fla er $ 8.43 Form Builder/Setter,Structures $11.63 Form Setter,Paving&Curb $11.83 Foundation Drill Operator,Crawler Mounted $13.67 Foundation Drill Operator,Truck Mounted $16.30 Front End Loader Operator $12.62 Laborer,Common $ 9.18 Laborer,Utility $10.65 Mechanic $16.97 Milling Machine Operator,Fine Grade $11.83 Mixer Op erator $11.58 Motor Grader Operator,Fine Grade $15.20 Motor Grader Operator,Rough $14.50 Oiler $14.98 ' Painter,Structures $13.17 Pavement Marking Machine Operator $10.04 Pi la er $11.04 Reinforcing Steel Setter,Paving $14.86 Reinforcing Steel Setter,Structure $16.29 Roller Operator,Pneumatic,Self-Propelled $11.07 Roller Operator,Steel Wheel,Flat Wheel/Tamping Wheel/Tamping $10.92 Roller Operator,Steel Wheel,Plant Mix Pavement $11.28 Scraper Operator $11.42 Servicer $12.32 Slip Form Machine Operator $12.33 Spreader Box Operator $10.92 Tractor Operator,Crawler T $12.60 Tractor Operator,Pneumatic $12.91 Traveling Mixer Operator $12.03 Truck Driver,Lowboy-Float $14.93 Truck Driver,Single Axle,Heavy $11.47 Truck Driver Single Axle,Li t $10.91 Truck Driver,Tandem Axle,Semi-Trailer $11.75 Truck Driver,Transit-Mix $12.08 Wagon Drill,Boring Machine,Post Hole Driller Operator $14.00 Welder $13.57 Work Zone Barricade Servicer $10.09 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY . - AC Mechanic $21.69 Plumber $20.43 AC Mechanic Helper $12.00 Plumber Helper $14.90 Acoustical Ceiling Mechanic $15.24 Reinforcing Steel Setter $10.00 Bricklayer/Stone Mason $19.12 Roofer $14.00 Bricklayer/Stone Mason Helper $10.10 Roofer Helper $10.00 Carpenter $16.23 Sheet Metal Worker $16.96 Carpenter Helper $11.91 Sheet Metal Worker Helper $12:31 Concrete Finisher $13.49 Sprinkler System Installer $18.00 Concrete Form Builder $13.12 Sprinkler System Installer Helper $9.00 ' Drywall Mechanic $14.62 Steel Worker Structural $17.43 Drywall Helper $10.91 Concrete Pump $20.50 Crane,Clamsheel,Backhoe, Derrick,DLine Drywall Ta r $13.00 Shovel $17.76 Drywall Taper Helper $9.00 Forklift $12.63 Electrician(Journeyman) $20.20 Front End Loader $10.50 Electrician Helper $14.43 Truck Driver $14.91 Electronic Technician $19.86 Welder $16.06 Electronic Technician Helper , $12.00 Welder Helper $9.75 Floor Layer(Resilient) $20.00 Floor Layer Helper $13.00 Glazier $18.00 Glazier Helper $13.00 ' Insulator $14.78 Insulator Helper $11.25 Laborer Common $10.27 Laborer Skilled $13.18 Lather $16.10 Painter $14.83 Painter He4w $8.00 Pi fitter $18.85 Pi fitter Helper $12.83 Plasterer $17.25 Plasterer Helper $12.25 E i Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to_pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall,upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code,by a contractor or subcontractor, the City shall make an initial determination,before the 31"day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker,shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act(Article 224 et seq., Revised Statutes)if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph(c)above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11 th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. (e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show(i)the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and(ii)the actual per diem wages paid to each worker. The record shall be open at all WEATHER TABLE AVERAGE DAYS INCHES SNOW/ICE MONTH RAINFALL(1) RAINFALL(2) PELLETS(3) JANUARY 7 1.80 1 FEBRUARY 7 2.36 MARCH 7 2.54 APRIL 9 4.30 0 MAY g 4.47 0 JUNE 6 3.05 0 JULY 5 1.84 0 - AUGUST 5 2.26 0 SEPTEMBER 7 3.15 0 OCTOBER 6 2.68 0 NOVEMBER 6 2.03 0 DECEMBER 7 1.82 ANNUALLY 80 32.30 1 (1) Average normal number of days rainfall,0.01" or more. (2) Average normal precipitation. (3) One inch(1")or more. * Less than one-half inch(1/2"). Unseasonable weather is defined for contract purposes as rain/snow days which exceed the average number of days or inches of rainfall in any given month. This table is based on information recorded at the former Greater Southwest International Airport,Fort Worth,Texas,covering a period of 18 years. Latitude 32°50'N, Longitude 97°03' W,elevation(ground) 537 ft. cd 7:1 U p Cd a� • • p N •0 a) cd O ^ ' O CIS D .. r/ O •a 0 U o Cd U Ed r-4 .� 0 U 0 O o � 1 o O +, �_ T ` bA o v 0 ;-4 r. r- " Cd .,;:,4 .0 - 0 - > 0 C13 OU O � O U y O Cd 1 rA O O N C O N O 'O -� U Q4 C13 C14 OC13 Cd 04 p bA .,.., O "Cl O O aU O p O cd by U «3 ••-+ t�, c� -0 U U ul 4 _ cd kn - 0 0 oo P M � � 0 �j o k cd 4-a ,cn in W p + rn `/ bA U N r' O N rn V P.4 A � : cd +C4 Cnd i Ors-, � � � � � � •� � o cd cis cd ro cd N rn U U 0 W � o o� o � � d b "� o 0 OV o c� Cn O A pq r-4 Cd cd p E N O O O U cd n '� O •p p ,� ro cd O cd cn 0 u p.4 U Z •U �+ 0 +; ° ct3 cd Uro cd 0 En " r.4 cis cd a .-� p r—+ O O cd O0 �-' 'cl CI SCALE: NTS FILE NO 000 4a» �. FORT WORTH .­­ . , 4" 3" ________Project L1NE_* ­_ _..._­__1__._ 3» F _ 4'-6- 1-" ..... 2 __ ____._______ __ ontractor:____.___......_ _ 4» . _Contractor's Name.. 2-- a 1- ._. ___ FUNDED BY ==J i- i" 2004 CAPITAL IMPROVEMENT PROGRAM .. ;.:. IF NECESSARY 1i. City da��sease _ Revenue in Action In z -�_� Scheduled Completion Date_-_- 41. ,2- - ._ Year_ . ._. a i" FONTS: FORT WORTH LOGO IN CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS: FORT WORTH-PMS 288 LONGHORN LOGO-PMS 167 LETTERING-PMS 288 BACKGROUND-WHITE BORDER-BLUE FOS'PROJECT DEC G }��� r� r �f RO��ND ���, LI MAS I �l_7_V� 1 1 O 1 V PL�KS AND CCMMUM7� tj SIGN TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS SECTION 01100 -SUMMARY OF WORK The Contractor shall supply all superintendence and shall perform all work and furnish all labor, equipment, materials and incidentals necessary and complete all work as described in the plans and specifications. All construction and other work shall be done by the Contractor in accordance with the best engineering and construction practices for the skill or trade involved. The work to be accomplished under these plans and specifications for: Rockwood Park Improvements e t s These plans and specifications were prepared by 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 AU proposed item below noted in either a. or b. and is part of the project ' scope shall require a permit: a. Shelter /Bridge structure—Building Permit b. Water fountain—Plumbing Permit 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 REQUIREMENTS - 1 - 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. 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 carry the work forward expeditiously with adequate forces and shall complete it within the period of time stipulated in the contract. 1.02 LIQUIDATED DAMAGES This project 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. 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 I 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. I SECTION 01150-PAYMENT TO CONTRACTOR,PROJECT ACCEPTANCE & WARRANTY I 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, I subcontracts, labor, tools and equipment necessary to complete the work of the GENERAL REQUIREMENTS -2- 4 contract; for any loss or damage which may arise from the nature of the work from the action of the elements, or from any unforeseen difficulty which may be encountered in the prosecution of the work, until the final acceptance of the work by the City; for all risks of every description connected with the prosecution of the work; for all expenses and damages which might accrue to the Contractor by reason of delay in the initiation and prosecution of the work from any cause whatsoever; for any infringement of patent, trademark or copyright, and for completing the work according to the plans and/or specifications. The payment of any current or partial estimate shall in no way affect the obligations of the Contractor to repair or remove,at his own expense,the defective parts of the construction or to replace any defective materials used in the construction, and to be responsible for all damages due to such defects if such defects or damages are discovered on or before the final inspection and acceptance of the work. 1.02 Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 1 st day and 15th day of each month that the work is in progress. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate 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 M 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. Pay ment 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 GENERAL REQUIREMENTS -3- make the required payment to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. 1.07 Contractor hereby assigns to City any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 U.S.C.A. Sec. 1 et sec (1973). 1.08 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary,and the Contractor shall perform the work 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 I 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 I below, agreed upon in writing by the Contractor and City Engineer and approved by the City Council after said extra work is completed, subject to all other conditions of the contract. 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, GENERAL REQUIREMENTS -4- 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,or 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 Surety shall be required prior to final payment becoming due and payable. In the event that the Bills Paid Affidavit and Consent Of Surety have been delivered to the City and there is a dispute regarding (1) final quantities, or(2) liquidated damages,the City shall make a progress payment in the amount that the City deems due and payable. GENERAL REQUIREMENTS -5 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 beginning 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 M part or all of this project which becomes defective due to these causes. SECTION 01300-SUBMITTALS Prior to construction,the Contractor shall furnish the Parks and Community Services Department a schedule outlining the anticipated time each phase of construction will begin and be completed, including sufficient time for turf establishment(if applicable)and project clean-up. The Contractor sh all submit to the Project Manager shop drawings, p roduct data and samples required in specification sections. Refer to Section 01640— 1.02. SECTION 01400 QUALITY CONTROL The Contractor will receive all instructions and approvals from the Director of Engineering f 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 I paid for. Final approval for the finished project shall be given by the Director of Engineering, City of Fort Worth. The Contractor or a competent and reliable superintendent shall oversee the work at all times. r 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 I event manufacturing certificates are requested,they shall be paid for by the Contractor. SECTION 01500 -TEMPORARY FACILITIES AND CONTROLS The Contractor shall take all precautions necessary to protect all existing trees, shrubbery, sidewalks,buildings,vehicles, utilities, etc., in the area where the work is being done. The GENERAL REQUIREMENTS -6- Contractor shall rebuild,restore, and make good at his own expense all injury and damage to same which may result from work being carried out under this contract. ' The utility lines and conduits shown on the plans are for information only and are not guaranteed by the Owner to be accurate as to location and depth;they are shown on the plans as the best ' information available from the owners of the utilities involved and from evidences found on the ground. The Contractor shall determine the exact location of all existing utilities and conduct his work to prevent interruption of service or damages. ' SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ' A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet, shall be placed inside and outside vehicles such as cranes, derricks, power shovel, drilling rigs,pile drivers,hoisting equipment or similar machinery. The warning ' sign shall read as follows: "WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT ' WITHIN SIX FEET OF HIGH VOLTAGE LINES." Equipment that may be operated within six feet of high voltage lines shall have an insulating t cage-type guard about the boom or arm, except backhoes or dippers, and insulator links on the lift hood connections. ' When necessary to work within six feet of high voltage electric lines,the Contractor shall notify power company (TU Electric 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 OPTIONS ' 1.01 GENERAL For review and approval of products to be used on this project, send submittals to: Eric Seebock,Project Manager (817)392-5742 Parks and Community Services Department 4200 S.Freeway Suite 2200 ' Fort Worth,Texas 76115-1499 1.02 PRODUCTS LIST ' A. Within five(5)Working Days after commencement of work,the Contractor shall submit to the Project Manager two(2)copies of complete list of all specified ' products and submittals for review and approval. GENERAL REQUIREMENTS B. All specified manufacturer's products listed in the Equipment Schedule in the construction plans have been previously reviewed and approved in conformance to playground prototype designs approved for use in the City of Fort Worth. f C. All equipment specified(composite play structures, arch swings,buck-a-bouts, spring animals,whirls)which comprise the various playground prototype options has been designed to conform to both the Consumer Product Safety Commission (CPSC) guidelines and Americans With Disabilities Act(ADA)requirements and as such,no other product equipment shall be considered. C. For products specified under reference standards, include with listing of each product: 1. Name and address of manufacturer 2. Trade name 3. Model or catalog designation I 4. Manufacturer's data a. Performance and test data b. Reference standards D. Specified material shall not be ordered by the Contractor until such time product material submittals have been received,reviewed and approved by the project consultant and/or City. SECTION 01700-PROJECT CLOSEOUT 1.01 CLEAN-UP f The Contractor shall make final clean-up of the construction area, to the satisfaction of the Parks and Community Services Department,as soon as construction in that area is completed. Clean-up shall include removal of all construction materials,pieces of concrete, equipment and/or other rubbish. No more than five(5) days shall elapse after the completion of construction before the area is cleaned. Surplus materials shall be disposed of by the Contractor, at this own expense, and as directed by the Parks and Community Services Department. Cleaning of equipment by Contractor or Subcontractor, such equipment as cement mixers,ready-mix trucks, tools,etc., shall take place in an area designated by the Parks and Community Services Department. 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 GENERAL REQUIREMENTS -9- to be performed hereunder by Contractor, its officers, agents,employees, subcontractors, licensees or invitees,whether or not any such injury,damage or death is caused, in whole or in part,by the negligence or alleged negligence of Owner,its officers, servants or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract,whether or not any such injury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or(b)provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems appropriate, refuse to accept bids on any other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. END OF DIVISION GENERAL REQUIREMENTS -9- SECTION 02140 -SITE UNDERDRAINS PART 1 - GENERAL 1.01 SCOPE A. Work in this section includes furnishing all labor, materials, equipment, and services required to construct underdrains to the required lines, grades, and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02300 -Earthwork. B. Section 03301 —Miscellaneous Cast-in-Place Concrete PART2 - PRODUCTS 2.01 UNDERDRAIN PIPE A. Pipe and fittings shall be flexible, corrugated tubing manufactured of high-density polyethylene resins and conforming to ASTM Product Specifications F-405 and F-667. Drainage tubing shall be as manufactured by Advanced Drainage Systems (ADS), Inc., of Columbus, Ohio. The local manufacturing plant which will provide a list of suppliers is in Ennis,Texas -telephone(972) 878-9600. B. Perforated Pipe: Perforations shall be linear slots cut radially into the tubing wall between corrugations. Perforated pipe will be furnished complete with the Cerex nylon "Drain Guard" screen. The screen will completely surround the pipe and will have a lapped,welded longitudinal joint. C. Non-Perforated Pipe: Non-perforated pipe shall be used for collector lines which convey the water from perforated pipe to the concrete inlet or outfall. D. Fittings: All couplings,reducers, tees, ells,plugs, caps, and other fittings shall be non-perforated and shall be of the same manufacturer as the drainage tubing. A fitting shall be used at each pipe junction/termination,as appropriate. 2.02 FILTER MATERIAL A. Filter material for use in backfilling trenches over and around underdrains shall consist of 1 1/2"to 2" gravel washed free of organic or other deleterious matter. SITE UNDERDRAINS Section 02140 Page 1 2.03 FILTER FABRIC A. Filter fabric to line and lap over gravel filled subdrain trench shall be Mirafi 140N drainage fabric as manufactured by Celanese Corporation, (800)223-9811, or approved equal. PART 3 -EXECUTION 3.01 VERTICAL AND HORIZONTAL CONTROLS A. The Contractor shall establish or shall employ a licensed surveyor to establish all lines and grades necessary for each stage of the work described herein. B. Provide blue tops for reference in dressing trench bottoms at intervals not to exceed 30 feet along the centerline of each trench. I 3.02 UNDERDRAINS A. Trenches for underdrains shall be du after the sub I g grade is prepared. The excavation of each trench shall begin at its outlet and proceed toward its upper end. The trench must not be excavated below the proposed grade line. Trenches will be cleaned of all loose material and their bottoms will be dressed and fine graded to blue tops set as previously described. Trenches shall be lined with filter fabric and underdrain pipe shall be set on the trench bottom. All fittings shall be securely coupled and all open ends will be capped. The pipe shall be carefully covered with the gravel filter material and the filter fabric shall be lapped over the trench. B. Care shall be taken not to damage the pipe or its fabric filter screen. Underdrain pipe shall be connected to solid pipe joints and to outfall at the concrete I structure/collar as indicated in the plans. Care shall be taken not to loosen or cave-in the trench walls. Any such damage will be excavated and will be backfilled in mechanically tamped lifts not to exceed eight inches and will be re- constructed. 3.03 SETTLEMENT A. After the trench has been backfilled it shall be thoroughly soaked. This process shall be repeated two times allowing the backfill material to dry twenty-four hours before wetting again. END OF SECTION SITE UNDERDRAINS Section 02140 Page 2 SECTION 02200- SITE PREPARATION PART 1 - GENERAL 1.01 SCOPE: A. Work in this section includes furnishing all labor, materials, equipment and services required for clearing and grubbing, demolition, and removal and disposal of items as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02300 -Earthwork B. Existing Conditions,Removal and Demolition Items. PART 2 - PRODUCTS _ 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 of three inch (3") caliper or less (caliper is the diameter as measured twelve inches (12") above the ground) 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 inches (1-1/2") in diameter, matted roots, rubbish, and foreign debris shall be grubbed and removed to a minimum depth of twenty four inches (24")below proposed finished grades. SITE PREPARATION Section 02200 Page 1 E. Ground cover consisting 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. 3.02 PAVEMENT REMOVAL: A. Bituminous and concrete pavements shall be removed to neatly sawed edges. Saw cuts shall be full depth. If a saw cut in concrete pavement falls within three feet (3') of an en existing score joint, construction joint, saw joint, cold joint, expansion point, or edge, the concrete shall be removed to that joint or edge. All saw cuts shall be parallel and/or perpendicular to the line of existing pavement. If an edge of a cut is damaged subsequent to saw cutting, the concrete shall again be sawed to a neat,straight line for the purpose of removing the damaged area. B. Concrete curb and gutter shall be removed as specified above. No section to be replaced shall be smaller than thirty inches(30") in length or width. 3.03 UTILITIES REMOVAL: A. In general, those utilities on the site that are to be removed and that belong to the Owner shall be removed by the Contractor. The Owner is responsible for arranging the relocation or removal of other utilities owned by utility companies or other parties. 3.04 MINOR DEMOLITION: A. 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. 3.05 USE OF EXPLOSIVES: I A. The use of explosives will not be permitted in site preparation operations. 3.06 BACKFILLING: A. All holes, cavities, and depressions in the ground caused by site preparation operations will be backfilled and tamped to normal compaction and will be graded to prevent ponding of water and to promote drainage. Should any excavated hole or cavity be required to be left open over night, the Contractor shall be responsible to provide barriers and 1 or coverings to enhance on site accident prevention measures. SITE PREPARATION Section 02200 Page 2 3.07 DISPOSAL OF WASTE MATERIALS: A. Unless otherwise stated, materials generated by clearing, grubbing, removal, and demolition shall be known as "waste" or "spoils" and shall be removed from the site and disposed of by the Contractor. Similar materials may be unearthed or generated by earthwork operations or by subgrade preparation. Unless otherwise specified any merchantable items become the property of the Contractor. END OF SECTION SITE PREPARATION Section 02200 Page 3 SECTION 02300—EARTHWORK PART 1 - GENERAL 1.01 SCOPE A. Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 - Site Preparation. e B. Grading Plan: Refer to plan sheets. 1.03 METHOD OF PAYMENT: A. Earthwork is a necessary and incidental part of the work. The total cost will be included in the Bid Proposal. Payment will be made on a Lump Sum basis only. 1.04 SUMMARY A. Section Includes: 1. Preparing subgrades for slabs-on-grade,walks, and pavements. 2. Excavating and backfilling for buildings and structures. 3. Drainage course for concrete slabs-on-grade. 4. Subbase course for concrete walks and pavements. 5. Subbase course for asphalt paving. 6. Excavating and backfilling trenches for utilities and pits for buried utilit structures. 1.05 DEFINITIONS A. Backfill: Soil material or controlled low-strength material used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. EARTHWORK Section 02300 Page 1 L B. Base Course: Aggregate layer placed between the subbase course and hot-mix asphalt paving. C. Bedding Course: Aggregate layer placed over the excavated subgrade in a trench before laying pipe. D. Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill. E. Drainage Course: Aggregate layer supporting the slab-on-grade that also minimizes upward capillary flow of pore water. F. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. G. Fill: Soil materials used to raise existing grades. I H. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. I. Subbase Course: Aggregate layer placed between the subgrade and base course for hot-mix asphalt pavement, or aggregate layer placed between the subgrade and a cement concrete pavement or a cement concrete or hot-mix asphalt walk. J. Subgrade: Uppermost surface of an excavation or the top surface of a fill or backfill immediately below subbase, drainage fill, drainage course, or topsoil materials. May be lime stabilized. K. Utilities: On-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. _ PART 2-PRODUCTS 2.01 UNCLASSIFIED EXCAVATION: A. Unclassified excavation shall consist of all excavation, unless separately designated, within the limits of the work. Unclassified excavation includes all material encountered regardless of its nature or the manner in which it is to be excavated. 2.02 UNCLASSIFIED FILL A. Unclassified fill shall consist of all fill within the limits of the work. All suitable native materials removed in unclassified excavation, or similar imported materials, shall be used insofar as practicable as unclassified fill. Properly EARTHWORK Section 02300 Page 2 deposited, conditioned and compacted fill is hereinafter referred to as "earth dep P embankment." B. Rock: Minor quantities of rock not greater than four inches in greatest dimension are permissible in fill materials used to construct earth embankment. Minor quantities of rock of greater dimensions may be placed in the deeper fills in accordance with the State Department of Highways and Public Transportation requirements for construction of rock embankments, provided such placement of rock is not immediately adjacent to structures or piers. Also, rock may be placed in the portions of embankments outside the limits of the completed graded width where the size of the rock prohibits their incorporation in the normal embankment layers. 2.03 TOPSOIL A. On-Site Topsoil: Topsoil shall consist of an average depth of six inches (6") of native surface soil left in place after the ground cover of herbaceous vegetation and other objectionable matter has been cleared by "blading," as specified in Section 02200, "Site Preparation." Topsoil may be greater or less, than the upper six inches(6") in depth. 2.04 IMPORTED FILL A. Imported fill materials shall be used for the construction of earth embankment in the event that(1) the volume of unclassified excavation is less than the volume of fill required for earth embankment and/or (2) the condition of materials removed in unclassified excavation makes them unsuitable for use in the construction of earth embankment. B. The Contractor shall haul and place imported fill obtained from off-site sources as necessary to construct the embankment and various other details of the f construction plans. All costs related to such imported fill will be included in the contract price, and no additional or separate payment for imported fill will be due the Contractor. C. A sample of the proposed imported fill must be provided by the Contractor and be approved by the Owner. In general, imported material must be equal to or better than native material in quality and engineering characteristics. The Architect/ Engineer may also require the Contractor to provide a material analysis test of the proposed fill. EARTHWORK Section 02300 Page 3 2.05 SELECT MATERIALS A. Select materials shall be imported from offsite sources, unless they are available from specifically designated areas on the site as marked on the plans. Pe Y � p 2.06 UNSUITABLE MATERIALS A. Topsoil, select material, imported fill, or unclassified fill will be declared as '"unsuitable" by the Owner if, in his opinion, any of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material. 1. Moisture 2. Decayed or undecayed vegetation 3. Hardpan clay,heavy clay,or clay balls 4. Rubbish I 5. Construction rubble 6. Sand or gravel 7. Rocks,cobbles,or boulders 8. Cementious matter 9. Foreign matter of any kind B. Unsuitable materials will be disposed of as "waste" as specified in Section 02200. C. Wet Material: If fill material is unsatisfactory for use as embankment solely because of high moisture content, the Architect/Engineer may grant the Contractor permission to process the material to reduce the moisture content to a usable optimum condition. - 2.07 ACCESSORIES A. Warnin g Tape: Acid- and alkali-resistan t, polyethylene film warning tape I manufactured for marking and identifying underground utilities, 6 inches (150 mm)wide and 4 mils(0.1 mm)thick, continuously inscribed with a description of the utility;colored as follows: 1. Red: Electric. 2. Yellow: Gas,oil,steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. EARTHWORK Section 02300 Page 4 S.F. PART 3-EXECUTION 3.01 SITE PREPARATION: A. In general, "site preparation," as specified in Section 02200, shall be performed in advance of grading and earthwork operations and shall be completed over the entire area of earthwork operations. 3.02 TOPSOIL A. The removal and storage of topsoil shall occur after site preparation is complete and before excavation and embankment construction begin. Likewise, topsoil will be replaced after excavation and embankment construction are complete. B. Removal: Topsoil shall be stripped to an average depth of six inches (6") from areas where excavation and embankment construction are planned. Topsoil may be obtained from greater depths if it is uncontaminated by the substratum and it is of good quality, in the opinion of the Architect/Engineer. C. Storage: Topsoil shall be stored in stockpiles conveniently located to areas that will later receive the topsoil. Stockpiles shall be out of the way of earthwork operations in locations approved by the Owner or Architect/Engineer. Stored topsoil shall be kept separate from other excavated materials and shall be protected from contamination by objectionable materials that would render it unsuitable. D. Timing: Topsoil will not be replaced (deposited) until construction activities are complete that -would create undesirable conditions in the topsoil, such as overcompaction or contamination. Trenching for items such as electrical conduit and irrigation pressure lines must be complete before topsoil replacement may begin E. Replacement: Topsoil will be deposited in a single layer or lift. It will be placed, processed,compacted,and graded to leave a finished layer of topsoil not less than five inches in depth. Unless otherwise indicated, topsoil will be replaced over all areas of earthwork(including slopes),except where pavement is planned. F. Grading: Topsoil will be final graded to the elevations shown on the plans. Fine grading will be accomplished with a weighted spike harrow, weighted drag, tractor box blade, light maintainer, or other acceptable machinery. All particles of the finish grade shall be reduced to less than one inch in diameter or they shall be removed. All rocks of one inch or greater shall also be removed. Grading operations and equipment will be such that topsoil does not become overcompacted. Bulldozer blades and front-end loader buckets are not acceptable EARTHWORK Section 02300 Page 5 devices for topsoil grading operations. Final ; din g within five feet of constructed or installed elements shall be hand raked. G. Acceptability: Finished areas of topsoil are satisfactory if they are true to grade, true in plane, even in gradient (slope), uniform in surface texture, and of normal compaction. Areas of loose granular pockets or of overcompacted soils are not acceptable and will be reworked. Finished areas will e romote surface drainage g and will be ready for turfgrass planting. 3.03 UNCLASSIFIED EXCAVATION A. All excavated areas shall be maintained in a condition to assure proper drainage at all times, and ditches and sumps shall be constructed and maintained to avoid damage to the areas under construction. B. Surplus Material: 1. Surplus excavation is that quantity of material that may be left over after the grading plan is executed, and all earthwork operations, including excavation, embankment construction, topsoil replacement, and final grading, are completed. Any other surplus material shall be disposed of as "waste" as specified in Section 02200. All such cost for removal shall be considered as incorporated into Earthwork costs C. Excavation in Rock: The use of explosives will not be permitted. Unless otherwise indicated on the plans, excavation in solid rock shall extend six inches (6") below required subgrade elevation for the entire width of the area under construction and shall be backfilled with suitable materials as indicated on the plans. _ 3.04 EARTH EMBANKMENT A. Earth embankment is defined as embankment composed of suitable materials removed in unclassified excavation and/or imported fill. The construction of embankment includes preparing the area on which fill is to be placed and the depositing,conditioning,and compaction of fill material. B. General: Except as otherwise required by the plans, all embankment shall be constructed in layers approximately parallel to the finished grade of the graded area, and each layer shall be so constructed as to provide a uniform slope as shown on the grading plan. Embankments shall be constructed to correspond to the general shape of the typical sections shown on the plans, and each section of the embankment shall correspond to the detailed section or slopes established by the drawings. After completion of the graded area, embankment shall be EARTHWORK Section 02300 Page 6 its finished section and a until the project is continuously maintained to g� P J accepted. C. Preparation: Prior to placing any embankment, all preparatory operations will have been completed on the excavation sources and areas over which the embankment is to be placed. The subgrade shall be proof rolled to detect soft spots, which if exist, should be reworked. Proof rolling shall be performed using a heavy pneumatc tired roller, loaded dump truck, or similar piece of equipment weighing approximately twenty five (25) tons except as otherwise specified for tree protection and areas inaccessible to vehicular compactors. Stump holes or other small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed, loosened ground, or surfaces roughened by small washes or otherwise, shall be restored to approximately its original slope by blading or other methods, and, where indicated on the plans or required by the Owner, the ground surface, thus prepared, shall be compacted by sprinkling and rolling. D. Scarification: The surface of all areas and slopes over which fill is to be placed, other than rock, shall be scarified to a depth of approximately six (6") inches to provide a bond between the existing surface and the proposed embankment. Scarification shall be accomplished by plowing, discing, or other approved means. Prior to fill placement, the loosened material shall be adjusted to the proper moisture content and recompacted to the density specified herein for fill. E. Benching: Scarification is normally adequate for sloping surfaces. However, in certain cases where fill is to be placed against hillsides or existing embankment with slopes greater than 4:1, the Owner may direct the Contractor to key the fill material to the existing slopes by benching. A minimum of two feet (2') normal to the slope shall be removed and recompacted to insure that the new work is constructed on a firm foundation free of loose or disturbed material. ' F. Depositing: Fill material shall be placed in horizontal layers or lifts, evenly spread, not to exceed eight (8") inches in loose depth before conditioning and compaction. Unless otherwise permitted, each layer of fill material shall cover the length and width of the area to be filled and shall be conditioned and compacted before the next higher layer of fill is placed. Adequate drainage shall be maintained at all times. G. Watering: At the time of compaction, the moisture content of fill material shall be such that the specified compaction will be obtained, and the fill will be firm, hard, and unyielding. Fill material which contains excessive moisture shall not be compacted until it is dry enough to obtain the specified compaction. EARTHWORK Section 02300 Page 7 H. Compacting: Each layer of earth fill shall be compacted by approved tamping or sheepsfoot rollers,pneumatic tire rollers, or other mechanical means acceptable to the Owner. Hand-directed compaction equipment shall be used in areas inaccessible to vehicular compactors. I. Grading: Embankments shall be constructed in proper sequence and at proper densities for their respective functions. All embankment serves in one capacity or another as subgrade (e.g., under topsoil, under concrete and asphalt pavement, under structures, etc.). Accordingly, the upper-layer of embankment shall be graded to within plus or minus 0.10 foot of proper subgrade elevation prior to depositing topsoil,and prior to the construction of pavements,slabs,etc. 3.05 DENSITY CONTROL A. Earth Embankment in General: Earth embankment shall be compacted in lifts at a ' minimum of ninety percent (90%) of Standard Density ASTM D698 with plus four percent (4%) or minus two percent (2%) percentage points of optimum moisture content. B. Earth Embankment Under Structures and Pavement: The top six (6") inches of natural earth comprising the subgrade for structural slabs or for areas of pavement shall be ninety five percent (95%) to ninety eight percent (98%) of Standard Density ASTM D698 with the moisture content at minus two percent(2%)to plus four percent(4%)of optimum moisture content. 3.06 MOISTURE MAINTENANCE: A. The specified moisture content shall be maintained in all embankments that are to function as subgrade for structures, areas of pavement, or for select embankment. After completion of the embankment, the Contractor shall prevent excessive loss of moisture in the embankment by sprinkling as required. Loss of moisture in excess of two percent (2%) below optimum in the top twelve inches (12") of the fill will require that the top twelve inches (12'1 of the embankment be scarified, wetted, and recompacted prior to placement of the structure, select fill or pavement. If desired, the Contractor may place an asphalt membrane of emulsified or cutback asphalt over the completed embankment and thus eliminate the sprinkling requirement. 3.07 TOPSOIL REPLACEMENT: A. Topsoil shall be carefully placed to avoid any displacement or damage to the subgrade. If any of the subgrade is rutted, damaged or displaced it shall be restored prior to placing topsoil. Topsoil shall be replaced as specified herein per Item 3.02. EARTHWORK Section 02300 Page 8 a a 3.08 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch .(25 mm). If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. B. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. C. Pile Foundations: Stop excavations 6 to 12 inches (150 to 300 mm) above bottom of pile cap before piles are placed. After piles have been driven, remove loose and displaced material. Excavate to final grade, leaving solid base to receive concrete pile caps. D. Excavation for Underground Tanks, Basins, and Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or minus 1 inch(25 mm). Do not disturb bottom of excavations intended as bearing surfaces. E. Excavations at Edges of Tree-and Plant-Protection Zones: 1. Excavate by hand to indicated lines, cross sections, elevations, and subgrades. Use narrow-tine spading forks to comb soil and expose roots. Do not break, tear, or chop exposed roots. Do not use mechanical equipment that rips, tears, or pulls roots. 2. Cut and protect roots according to requirements in Division 2 Section "Tree Protection and Trimming." - 3.09 EXCAVATION FOR WALKS AND PAVEMENTS ' A. Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations,and subgrades. 3.10 EXCAVATION FOR UTILITY TRENCHES A. Excavate trenches to indicated gradients, lines, depths, and elevations. 1. Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line. B. Excavate trenches to uniform widths to provide the following clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches(300 mm) higher than top of pipe or conduit unless otherwise indicated. EARTHWORK Section 02300 Page 9 3.11 BACKFILL A. Place backfill on subgrades free of mud,frost,snow,or ice. 3.12 UTILITY TRENCH BACKFILL A. Place backfill on subgrades free of mud,frost snow, or ice. 3.13 SUBBASE AND BASE COURSES UNDER WALKS A. Place subbase course on subgrades free of mud, frost, snow,or ice. B. On prepared subgrade, place subbase course under pavements and walks as follows: L. Place base course material over subbase course under hot-mix asphalt pavement. I 2. Shape subbase course to required crown elevations and cross-slope grades. 3. Place subbase course 6 inches or less in compacted thickness in a single layer. 4. Place subbase course that exceeds 6 inches in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches thick or less than 3 inches thick. 5. Compact subbase course at optimum moisture content to required grades, lines, cross sections,and thickness to not less than 95 percent of maximum dry unit weight according to ASTM D 698. 3.14 SUBBASE AND BASE COURSES UNDER PARKING LOT, PAVEMENT AND MAINTENANCE SHED SLAB. A. Prepare lime stabilized subgrade per the recommendations in the GEOTECH Report. B. On prepared subgrade, place subbase course under pavements and walks as follows: C. Place base course material over subbase course under hot-mix asphalt pavement or concrete pavement. D. Shape subbase course to required crown elevations and cross-slope grades. E. Place subbase course 6 inches or less in compacted thickness in a single layer. EARTHWORK Section 02300 Page 10 F. Place subbase course that exceeds 6 inches in compacted thickness in layers of P Y equal thickness, with no compacted layer more than 6 inches thick or less than 3 inches thick. G. Compact subbase course at optimum moisture content to required grades, lines, cross sections, and thickness to not less than 95 percent of maximum dry unit weight according to ASTM D 698. END OF SECTION EARTHWORK Section 02300 Page 11 D. Field Quality-Control Test Reports: From Contractor. E. Operation and Maintenance Data: For specialties to include in emergency, operation, and maintenance manuals. 1. Drinking fountains. 1.05 QUALITY ASSURANCE A. Product Options: Drawings indicate size, profiles, and dimensional requirements of piping and specialties and are based on the specific system indicated. B. Regulatory Requirements: g rY Re q 1. Comply with requirements of City of Fort Worth. Include tapping of water mains and backflow prevention. 2. Comply with standards of authorities having jurisdiction for potable- water-service piping, including materials, installation, testing, and I disinfection. C. Piping materials shall bear label, stamp, or other markings of specified testing agency. D. NSF Compliance: 1. Comply with NSF 14 for plastic potable-water-service piping. 2. Comply with NSF 61 for materials for water-service piping and specialties for domestic water. 1.06 COORDINATION r A. Coordinate connection to water main with utility company. PART 2 - PRODUCTS 2.01 PIPING MATERIALS A. Refer to the drawings. 2.02 COPPER TUBE AND FITTINGS A. Soft Copper Tube: ASTM B 88, Type K water tube,annealed temper. WATER DISTRIBUTION Section 02510 Page 2 B 16.18 cast-copper-alloy or ASME B 16.22, 1. Copper Fittings: ASME pp y wrought-copper, solder joint pressure type. Furnish only wrought-copper fittings if indicated. B. Hard Copper Tube: ASTM B 88,Type K water tube, drawn temper. 1. Copper Fittings: ASME B 16.18, cast-copper-alloy or ASME B 16.22, wrought-copper, solder joint pressure type. Furnish only wrought-copper fittings if indicated. C. Bronze Flanges: ASME B 16.24, Class 150, with solder joint end. Furnish Class 300 flanges if required to match piping. ' D. Copper Unions: MSS SP-123,cast-copper-alloy,hexagonal-stock body with ball- and-socket, metal-to-metal seating surfaces,and solder joint or threaded ends. 2.03 PVC PIPE AND FITTINGS A. PVC, Schedule 40 Pipe: ASTM D 1785. 1. PVC, Schedule 40 Socket Fittings: ASTM D 2466. B. PVC, AWWA Pipe: AWWA C900, Class 150, with bell end with gasket and spigot end. 1. PVC Fabricated Fittings: AWWA C900, Class 150, with bell-and-spigot or double-bell ends. Include elastomeric gasket in each bell. 2. PVC Molded Fittings: AWWA C907, Class 150, with bell-and-spigot or double-bell ends. Include elastomeric gasket in each bell. 3. Push-on-Joint, Ductile-Iron Fittings: AWWA C110, ductile- or gray-iron standard pattern or AWWA C153,ductile-iron compact pattern. 4. Mechanical-Joint, Ductile-Iron Fittings: AWWA C110, ductile- or gray- iron standard pattern or AWWA C153,ductile-iron compact pattern. 2.04 GATE VALVES A. AWWA,Cast-Iron Gate Valves: 1. Acceptable Manufacturers: a. American AVK Co.;Valves& Fittings Div. b. American Cast Iron Pipe Co.; American Flow Control Div. C. American Cast Iron Pipe Co.; Waterous Co. Subsidiary. d. Crane Co.; Crane Valve Group; Stockham Div. e. East Jordan Iron Works, Inc. f. Grinnell Corporation; Mueller Co.; Water Products Div. WATER DISTRIBUTION Section 02510 Page 3 l g. McWane, Inc.; Clow Valve Co.Div. (Oskaloosa). h. McWane, Inc.; Kennedy Valve Div. L McWane, Inc.;Tyler Pipe; Utilities Div. j. NI13COINC. k. United States Pipe and Foundry Company. 2. Nonrising-Stem, Metal-Seated Gate Valves: AWWA C500, gray- or ductile-iron body and bonnet; with cast-iron or bronze double-disc gate, bronze gate rings,bronze stem, and stem nut. a. Minimum Working Pressure: 200 psig. b. End Connections: Mechanical joint. C. Interior Coating: Complying with AWWA C550. 3. Nonrising-Stem, Resilient-Seated Gate Valves: AWWA C509, gray- or ductile-iron body and bonnet; with bronze or gray- or ductile-iron gate, resilient seats,bronze stem, and stem nut. a. Minimum Working Pressure: 200 psig. b. End Connections: Mechanical joint. C. Interior Coating: Complying with AWWA C550. 4. Nonrising-Stem, High-Pressure, Resilient-Seated Gate Valves: AWWA C509, ductile-iron body and bonnet; with bronze or ductile-iron gate, resilient seats, bronze stem, and stem nut. a. Minimum Working Pressure: 250 psig. b. End Connections: Push-on or mechanical joint. C. Interior Coating: Complying with AWWA C550. 5. OS&Y, Rising-Stem, Metal-Seated Gate Valves: AWWA C500, cast-iron or ductile-iron body and bonnet, outside screw and yoke, cast-iron double disc, bronze disc and seat rings, and bronze stem. a. Minimum Working Pressure: 200 psig. b. End Connections: Flanged. 6. OS&Y, Rising-Stem, Resilient-Seated Gate Valves: AWWA C509, cast- iron or ductile-iron body and bonnet, outside screw and yoke; with bronze or gray- or ductile-iron gate,resilient seats, and bronze stem. a. Minimum Working Pressure: 200 psig. b. End Connections: Flanged. B. Bronze Gate Valves: 1. Acceptable Manufacturers: a. Crane Co.; Crane Valve Group; Crane Valves. b. Crane Co.; Crane Valve Group;Jenkins Valves. C. Crane Co.; Crane Valve Group;Stockham Div. d. Grinnell Corporation. e. Hammond Valve. f Milwaukee Valve Company. g. NIBCO INC. h. Red-White Valve Corp. WATER DISTRIBUTION Section 02510 Page 4 Rising-Stem Gate Valves: UL 262 FM-approved bronze body 2. OS&Y, Rising app y and bonnet,outside screw and yoke, and bronze stem. a. Minimum Working Pressure: 175 psig. b. End Connections: Threaded. 3. Nonrising-Stem Gate Valves: MSS SP-80,Class 125,Type 1,bronze with solid wedge,threaded ends,and malleable-iron handwheel. 2.05 GATE VALVE ACCESSORIES AND SPECIALTIES A. Valve Boxes: Comply with AWWA M44 for cast-iron valve boxes. Include top section, adjustable extension of length required for depth of burial of valve, plug with lettering "WATER," bottom section with base of size to fit over valve, and approximately 5 inch diameter barrel. 1. Operating Wrenches: Steel, tee-handle with one pointed end, stem of length to operate deepest buried valve, and socket matching valve operating nut. 2.06 DRINKING FOUNTAINS A. Drinking Fountains. See Drawings B. Access to Internal Components: Panel in pedestal. C. Supply: 1/2 inch with ball,gate,or globe valve. D. Drain: Grid with 1-1/4 inch minimum waste and 2 inch minimum trap, and waste to drainage system. _ PART 3- EXECUTION ' 3.01 EARTHWORK A. Refer to Division 2 Section 'Earthwork" for excavating, trenching, and backfilling. 3.02 DRINKING FOUNTAIN INSTALLATION A. Install drinking fountains anchored to concrete pavement or to concrete block. WATER DISTRIBUTION Section 02510 Page 5 3.03 FIELD QUALITY CONTROL A. Piping Tests: Conduct piping tests before joints are covered and after thrust blocks have hardened sufficiently. Fill pipeline 24 hours before testing and.apply test pressure to stabilize system. Use only potable water. B. Domestic Water Hydrostatic Tests: Test at 1-1/2 times working pressure but not less than 150 psi for 2 hours. 1. Increase pressure in 50 psig increments and inspect each J oint between increments. Hold at test pressure for 1 hour; decrease to 0 psig . Slowly increase again to test pressure and hold for 1 more hour. Maximum allowable leakage is 2 quarts per hour per 100 joints. Remake leaking joints with new materials and repeat test until leakage is within allowed limits. 3.04 ADJUSTING A. Adjust drinking fountain flow regulators for proper flow and stream height. 3.05 CLEANING A. Clean and disinfect water-distribution piping as follows: 1. Purge new water-distribution piping systems and parts of existing systems that have been altered, extended,or repaired before use. 2. Use purging and disinfecting procedure prescribed by authorities having jurisdiction or, if method is not prescribed by authorities having jurisdiction, use procedure described in NFPA 24 for flushing of piping. Flush piping system with clean, potable water until dirty water does not appear at points of outlet. 3. Use purging and disinfecting procedure prescribed by authorities having I jurisdiction or, if method is not prescribed by authorities having jurisdiction, use procedure described in AWWA C651 or as described below: a. Fill system or part of system with water/chlorine solution containing at least 50 ppm of chlorine; isolate and allow to stand for 24 hours. b. Drain system or part of system of previous solution and refill with water/chlorine solution containing at least 200 ppm of chlorine; isolate and allow to stand for 3 hours. C. After standing time, flush system with clean, potable water until no chlorine remains in water coming from system. WATER DISTRIBUTION Section 02510 Page 6 d. Submit water samples in sterile bottles to authorities having jurisdiction. Repeat procedure if biological examination shows f evidence of contamination. B. Prepare reports of purging and disinfecting activities. C. After completing drinking fountain installation, inspect unit. Remove paint splatters and other spots, dirt, and debris. Repair damaged finish to match original finish. D. Clean drinking fountains, on completion of installation, according to manufacturer's written instructions. END OF SECTION WATER DISTRIBUTION Section 02510 Page . a SECTION 02520-INFIELD SURFACING PART 1 - GENERAL 1.01 DESCRIPTION A. Drawings, Standard General Conditions of Contract, Supplementary Conditions and Division-1 Specification sections, apply to work of this section. B. General 1. Furnish all labor, materials and equipment and services required to install clay infield in accordance with provisions of Contract Documents. 2. Completely coordinate with work of all other trades. C. Location of Work-Area within boundary of infield soil as shown on plans. PART 2 - PRO DUCTS 2.01 MATERIALS A. Provide sandlclay material for infields which conforms to the following: 1. Gradation 0% Retained on '/4" sieve 5% Retained on#30 sieve - 50% Retained on#50 sieve 60% Retained on#100 sieve 75% Retained on#200 sieve 25% Passing#200 sieve 2. Plasticity index(P.I.) P.I. shall be from 5 to 15, inclusive. 3. Organic content Organic Content shall be less than I%. 4. Color. Color shall be red or rust, subject to approval of the Owner 5. Upon request by the Contractor, the Owner will consider variances in the sand/clay gradation and P.I. However, variances detrimental to the quality of the work, as determined by the Owner, will not be allowed. INFIELD SURFACING Section 02520 Page 1 x PART 3 - EXECUTION 3.01 PREPARATION A. Provide a sample (5 gallon Bucket) of the clay for approval by the Owner and/or Engineer before any deliveries are made to the job site. If the first sample is not approved for use, the Contractor shall submit alternative samples until approval is granted. 3.02 DELIVERY A. The selected clay mix shall be delivered in truck beds which are clean of gravel and other foreign matter. Any clay delivered containing gravel or foreign substances will be rejected. 3.03 INSTALLATION A. The infield area shall be excavated to a depth of eight inches (8 )from the proposed finish grades shown on the plans and backfilled with eight inches(8")of the specified clay mix. B. The top of the clay shall be finished to V2 inch below the finish grade elevations shown on the plans. C. Place and compact clay infield material to 90%optimum density(ASTM D698). END OF SECTION i I INFIELD SURFACING Section 02520 Page 2 SECTION 02521 -INFIELD CONDITIONER PART 1 - GENERAL 1.01 DESCRIPTION A. Drawings, Standard General Conditions of Contract, Supplementary Conditions and Division-1 Specification sections, apply to work of this section. B. General 1. Furnish and install Infield Conditioner as an amendment to ballfield infield surfacing. 1.02 SUBMITTALS A. Provide manufacturer's published installation instructions. B. Provide 1 pound of each color for selection by Owner C. Provide one copy of each delivery ticket. PART 2 - PRODUCTS 2.01 MATERIALS A. Diamond Pro Infield Conditioner: Earthen Technologies, Dallas, Texas; (800) 228-2987. B. Color: As selected by Owner. ' C. Provide tons of infield conditioner per field as recommended by manufacturer and approved by Owner. PART 3 - EXECUTION 3.01 PREPARATION A. Complete installation of ballfield Infield Surfacing. B. Ensure that all site grading is complete. C. Completed infield should be 1/4" to 1/2" below finish grade INFIELD CONDITIONER Section 02521 Page 1 1. 4" diameter ADS perforated pipe with sock installed within the subgrade gravel trench as indicated on plans. D. Wear Mats 1. Product used shall be per playground equipment manufacturer's recommendation and meet ASTM F1292-91 playground surfacing standard for a drop height not to exceed 3.5 feet. Must be installed under all swings and slides to preserve warranty. Method of installation / anchorage shall be per manufacturer's recommendations. PART 3 - SPECIAL REQUIREMENTS 3.01 QUALITY CONTROL A. The Bidder will provide the owner or its designated contractor with all necessary licenses prior to start of construction in accordance with U. S. Patents. B. Supplier must provide test results for impact attenuation in accordance with ASTM F1292-93; Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment. Results must be provided for 4 new material and for 5-year-old material. C. Testing must show "g" ratings of not more than 155g for the 8" thick system, or 120g for the 12" system at 12' fall heights, and HIC values of less than 1,000 for both new and 8-year-old material. D. Product must be wheelchair accessible and meet the requirements of the 1990 Americans with Disabilities Act(ADA)in accordance with ASTM PS83-97. E. The Bidder will provide copies of flammability testing procedures and results using (i) Section 1500.44 of the Federal Hazardous Substance Act, Title 16, Chapter II, Subchapter C, for rigid and pliable solids, and (ii) 16 CFR Part 1630 Standard for the Surface Flammability of Carpets and Rugs (FF 1-70), Modified Procedure. Testing should be performed by an independent testing laboratory. F. The Bidder will provide copies of testing procedures and results of (i) new shredded wood fibre, and (ii) shredded wood fibre not less than five years old taken from an existing site, performed by an independent testing source using the ASTM F 1292-91 playground safety surfacing standard. G. The Bidder will provide at least three references of handicapped-accessible playgrounds that have been installed with said surface. WOOD FIBER PLAYGROUND SURFACING Section 02537 Page 2 3.02 WARRANTY A. All materials and labor under this Section shall be installed by a contractor authorized by the manufacturer. Safety surface shall be warranted for labor and materials for a period of no less than two years. Written warranty must be submitted by the manufacturer and the authorized installer. PART 4 - EXECUTION 4.01 PREPARATION A. Installer shall thoroughly examine the site and specifications, carefully checking the dimensions before starting work. B. Subgrade 1. The subgrade shall be graded a minimum of 1.5% (percent) — max. 2%. All roots, stones, and vegetation shall be removed. 2. The drainage matrix must be connected to the drainage system. 3. The first 6" of subgrade shall be compacted to at least 95 percent of the dry density, as determined by the provisions of AASHTO or T 205, as modified in 203.24. C. Application: 1. Wood fiber surfacing system with gravel and subdrain. Install per plans and specifications. _ a. Aggregate Drainage Material 1) Install subdrain trench per plan. 2) Cover subgrade with washed stone, 3/8" to 1/2" diameter, ' at a uniform depth of three inches. 3) Install drainage fabric over drainage aggregate, overlapping all seams by at least 12". Cut to fit around equipment as necessary and overlap seams as previously mentioned. 4) Install wood fiber safety surfacing at the depth indicated on plans (compacted). Contractor shall be responsible for applying additional material as required in order to maintain safety surface finish elevation and anticipated settling for a period of sixty (60) days following project acceptance. END OF SECTION WOOD FIBER PLAYGROUND SURFACING Section 02537 Page 3 SECTION 02630 -STORM DRAINAGE PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Pipe and fittings. 2. Non-pressure transition couplings. 3. Pressure pipe couplings. 4. Expansion joints and deflection fittings. 5. Backwater valves. 6. Cleanouts. 7. Drains. 8. Encasement for piping. 9. Manholes. 10. Channel drainage systems. 11. Catch basins. 12. Stormwater inlets. 13. Stormwater detention structures. 14. Pipe outlets. 15. Dry wells. 16. Stormwater disposal systems. 1.03 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: 1. Manholes: Include plans, elevations, sections, details, frames, and covers. 2. Stormwater inlets: Include plans, elevations, sections, details, frames, covers, and grates. C. Coordination Drawings: Show pipe sizes, locations, and elevations. Show other piping in same trench and clearances from storm drainage system piping. Indicate STORM DRAINAGE Section 02630 Page 1 interface and spatial relationship between manholes, piping, and proximate structures. D. Profile Drawings: Show system piping in elevation. Draw profiles at horizontal scale of not less than 1 inch equals 50 feet and vertical scale of not less than 1 inch equals 5 feet Indicate manholes and piping. Show types, sizes, materials, and elevations of other utilities crossing system piping. E. Product Certificates: For each type of cast-iron soil pipe and fitting, from manufacturer. F. Field quality-control reports. 1.04 DELIVERY, STORAGE, AND HANDLING A. Do not store plastic manholes,pipe, and fittings in direct sunlight. B. Protect pipe,pipe fittings, and seals from dirt and damage. C. Handle manholes according to manufacturer's written rigging instructions. D. Handle pipe and stormwater inlets according to manufacturer's written rigging instructions. 1.05 PROJECT CONDITIONS A. Interruption of Existing Storm Drainage Service: Do not interrupt service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary service according to requirements indicated: 1. Notify Owner no fewer than four days in advance of proposed interruption of service. 2. Do not proceed with interruption of service without Owner's permission. PART 2 - PRODUCTS 2.01 ABS PIPE AND FITTINGS A. ABS Sewer Pipe and Fittings: ASTM D 2751, with bell-and-spigot ends for gasketed joints. 1. NPS 3 to NPS 6 SDR 35. 2. NPS 8 to NPS 12 SDR 42. STORM DRAINAGE Section 02630 Page 2 B. Gaskets: ASTM F 477, elastomeric seals. 2.02 PVC PIPE AND FITTINGS A. PVC Cellular-Core Piping: PVC Cellular-Core Pie and Fittings: ASTM F 891, Sewer and Drain 1. P Series, PS 50 minimum stiffness, PVC cellular-core pipe with plain ends for solvent-cemented joints. 2. Fittings: ASTM D 3034, SDR 35, PVC socket-type fittings. B. PVC Corrugated Sewer Piping: 1. Pipe: ASTM F 949, PVC, corrugated pipe with bell-and-spigot ends for ' gasketed joints. 2. Fittings: ASTM F 949, PVC molded or fabricated, socket type. 3. Gaskets: ASTM F 477,elastomeric seals. C. PVC Profile Sewer Piping: 1. Pipe: ASTM F 794, PVC profile, gravity sewer pipe with bell-and-spigot ends for gasketed joints. 2. Fittings: ASTM D 3034, PVC with bell ends. 3. Gaskets: ASTM F 477,elastomeric seals. D. PVC Type PSM Sewer Piping: 1. Pipe: ASTM D 3034, SDR 35, PVC Type PSM sewer pipe with bell-and- spigot ends for gasketed joints. 2. Fittings: ASTM D 3034, PVC with bell ends. 3. Gaskets: ASTM F 477,elastomeric seals. E. PVC Gravity Sewer Piping: 1. Pipe and Fittings: ASTM F 679, wall thickness, PVC gravity sewer pipe with bell-and-spigot ends and with integral ASTM F 477, elastomeric seals for gasketed joints. 2.03 CONCRETE PIPE AND FITTINGS A. Reinforced-Concrete Sewer Pipe and Fittings: ASTM C 76 1. Tongue-and-groove ends and gasketed joints with ASTM C 443 rubber gaskets STORM DRAINAGE Section 02630 Page 3 2.04 CATCH BASINS t A. Standard Precast Concrete Catch Basins: 1. Description: ASTM C 478, precast, reinforced concrete, of depth indicated, with provision for sealant joints. 2. Base Section: 6-inch minimum thickness for floor slab and 4-inch minimum thickness for walls and base riser section, and separate base slab or base section with integral floor. 3. Riser Sections: 4-inch minimum thickness, 48-inch diameter, and lengths to provide depth indicated. 4. Top Section: Eccentric-cone type unless concentric-cone or flat-slab-top type is indicated. Top of cone of size that matches grade rings. 5. Joint Sealant: ASTM C 990,bitumen or butyl rubber. 6. Adjusting Rings: Interlocking rings with level or sloped edge in thickness and shape matching catch basin frame and grate. Include sealant recommended by ring manufacturer. 7. Grade Rings: Include two or three reinforced-concrete rings, of 6- to 9- inch total thickness,that match 30-inch-diameter frame and grate. 8. Steps: 1/2-inch steel reinforcing rods encased in ASTM D 4101, PP wide enough to allow worker to place both feet on one step and designed to prevent lateral slippage off step. Cast or anchor steps into sidewalls at 12- to 16-inch intervals. Omit steps if total depth from floor of catch basin to finished grade is less than 60 inches Pipe Connectors: ASTM C 923 resilient,of size required, for each pipe connecting to base section. 2.05 PIPE OUTLETS i A. Head Walls: Cast-in-place reinforced concrete,with apron and tapered sides. B. Riprap Basins: Broken, irregularly sized and shaped, graded stone according to NSSGA's "Quarried Stone for Erosion and Sediment Control." 1. Average Size: NSSGA No. R-3, screen opening 2 inches 2. Average Size: NSSGA No.R4, screen opening 3 inches 3. Average Size: NSSGA No. R-5, screen opening 5 inches C. Filter Stone: According to NSSGA's "Quarried Stone for Erosion and Sediment Control,"No. FS-2,No. 4 screen opening, average-size graded stone. D. Energy Dissipaters: According to NSSGA's "Quarried Stone for Erosion and Sediment Control," No. A-1, 3-ton average weight armor stone, unless otherwise indicated. STORM DRAINAGE Section 02630 Page 4 PART 3 - EXECUTION 3.01 EARTHWORK A. Excavation, trenching, and backfilling are specified in Division 2 Section Earthwork. 3.02 PIPING INSTALLATION A. General Locations and Arrangements: Drawing plans and details indicate general location and arrangement of underground storm drainage piping. Location and arrangement of piping layout take into account design considerations. Install piping as indicated, to extent practical. Where specific installation is not indicated, follow piping manufacturer's written instructions. B. Install piping beginning at low point, true to grades and alignment indicated with unbroken continuity of invert. Place bell ends of piping facing upstream. Install gaskets, seals, sleeves, and couplings according to manufacturer's written instructions for use of lubricants, cements, and other installation requirements. C. Install gravity-flow,non-pressure drainage piping according to the following. 1. Install non-reinforced-concrete sewer piping according to ASTM C 1479 and ACPA's "Concrete Pipe Installation Manual." 2. Install reinforced-concrete sewer piping according to ASTM C 1479 and iACPA's "Concrete Pipe Installation Manual." 3.03 PIPE JOINT CONSTRUCTION A. Join gravity-flow,non-pressure drainage piping according to the following: 1. Join non-reinforced-concrete sewer piping according to ASTM C 14 and ACPA's "Concrete Pipe Installation Manual" for rubber-gasketed joints. 2. Join reinforced-concrete sewer piping according to ACPA's "Concrete Pipe Installation Manual" for rubber-gasketed joints. ' 3.04 STORMWATER INLET AND OUTLET INSTALLATION A. Construct inlet head walls, aprons, and sides of reinforced concrete, as indicated. B. Construct riprap of broken stone, as indicated. C. Install outlets that spill onto grade, anchored with concrete, where indicated. STORM DRAINAGE Section 02630 Page 5 D. Install outlets that spill onto 1a, with flared end sections that match pipel where indicated. 1. Backfill around outside of rings with filtering material to top level of rings. 2. Install cover over top of rings. 3.05 FIELD QUALITY CONTROL A. Inspect interior of piping to determine whether line displacement or other damage has occurred. Inspect after approximately 24 inches) of backfill is in place, and again at completion of Project. 1. Submit separate reports for each system inspection. 2. Defects requiring correction include the following: a. Alignment: Less than full diameter of inside of pipe is visible between structures. b. Deflection: Flexible piping with deflection that prevents passage of ball or cylinder of size not less than 92.5 percent of piping diameter. C. Damage: Crushed,broken, cracked,or otherwise damaged piping. 3. Replace defective piping using new materials, and repeat inspections until defects are within allowances specified. 4. Reinspect and repeat procedure until results are satisfactory. 3.06 CLEANING A. Clean interior of piping of dirt and superfluous materials. Flush with water. END OF SECTION 02630 STORM DRAINAGE Section 02630 Page 6 SECTION 02635 GEOTEXTILE-SUBSURFACE D RAINS PART 1 - GENERAL 1.01 GENERAL A. This Special Technical Specification(STS) defines requirements for geotextile for subsurface drainage for City Streets. The design engineer may refer to this specification directly in the contract documents and may provide additional related specifications as required. 1.02 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install geotextile fabric. Use the geotextile in subsurface drainage applications for lining trenches, pavement edge drains, or blanket drains as specified or shown on the drawings. The geotextile shall provide a permeable layer of media, while retaining the soil matrix. 1.03 QUALITY STANDARDS A. DESIGN CRITERIA 1. The geotextile fabric shall be inert to commonly encountered chemicals, hydrocarbons, mildew and rot resistant, resistant to ultraviolet light exposure, insect and rodent resistant, and conform to the properties in the following table. _ 2. 'The average roll minimum value(weakest principle direction) for strength properties of any individual roll tested from the manufacturing lot or lots of a particular shipment shall be in excess of the average roll minimum ' value(weakest principle direction) stipulated herein. GEOTEXTILE-SUBSURFACE DRAINS Section 02635 Page 1 Test Requirements: Physical Properties Average Roll Minimum Value (Weakest Principle Direction)* Grab Strength 200 ASTM D-4632(Lbs.) Elongation at Failure* 50 ASTM D-4632(-/.) Mullen Burst Strength 320 ASTM D-3786(psi) u Permeability-k 0.1 1 (cm/sec.)ASTM D-4491 Water Flow Rate 150 (gal/min/ft)ASTM D-4491 AOS(095)mm,ASTM D-4751 0.3 Trapezoid Tear Strength* 60 ASTM D-4533(Lbs.) Puncture Resistance 80 ASTM D-4833 (Lbs.) B. PACKING AND IDENTIFICATION REQUIREMENTS 1. Provide the geotextile in rolls wrapped with protective covering to protect the fabric from mud, dirt, dust, and debris. The fabric shall be free of I defects or flaws which significantly affect its physical properties. Label each roll of fabric in the shipment with a number or symbol to identify that production run. C. SAMPLING AND COMPLIANCE REQUIREMENTS 1. A competent laboratory shall be maintained by the producer of the fabric at the point of manufacture to provide quality control in accordance with ASTM testing procedures. The laboratory shall maintain records of its quality control results and provide a manufacturer's certificate to the owner prior to shipment. The certificate shall include: a. Name of manufacturer b. Chemical composition GEOTEXTQ,E-SUBSURFACE DRAINS Section 02635 Page 2 C. Product description d. Statement of compliance to specification requirements e. Signature of legally authorized official attesting to the information required PART 2 - PRODUCTS 2.01 GEOTEXTILE: A. Non-woven fabric consisting only of continuous chain polymer filaments or yams of polyester, formed into a stable network by needle punching. PART 3 - EXECUTION ' 3.01 INSTALLATION ' A. Install the geotextile on the prepared subgrade or trench areas or other specified areas. The limits shall be as shown on the construction drawings. Construction vehicles shall not be allowed to traffic directly on the fabric. Overlaps, when necessary, shall be 36 inches minimum in horizontal drainage blanket applications and for end laps on trench drains. The top lap on trench drains shall be a minimum of the width of the trench or 12 inches, whichever is greater. For horizontal drainage blankets, use securing pins when necessary to insure proper anchoring of the fabric, with securing pins spaced at 5-to 10-foot centers. Securing pins shall be "Sod Pins" and shall be 3/16 inch steel bars, pointed at one end and fabricated with a head to retain a steel washer having an outside diameter of not less than 1% inches. The pin length shall not be less than 12 inches. U- shaped pins or staples are not an acceptable option and will not be allowed. END OF SECTION GEOTEXTILE-SURSURFACE DRAINS Section 02635 Page 3 1 SECTION 02741—ASPHALT PAVING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Hot-mix asphalt paving. 2. Pavement-marking paint. B. Related Sections: 1. Division 2 Section 'Earthwork" for aggregate subbase and base courses and for aggregate pavement shoulders. 2. Division 2 Section "Pavement Joint Sealants" for joint sealants and fillers at paving terminations. 1.03 UNIT PRICES A. Work of this Section is affected by Lump Sum. 1.04 DEFINITION ' A. Hot-Mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of terms. 1.05 SUBMITTALS A. Product Data: For each type of product indicated. Include technical data and tested physical and performance properties. 1. Job-Mix Designs: Certification, by authorities having jurisdiction, of approval of each job mix proposed for the Work. 2. Job-Mix Designs: For each job mix proposed for the Work. ASPHALT PAVING Section 02741 Page 1 i B. Shop Drawings: Indicate pavement markings, lane separations, and defined parking spaces. Indicate, with international symbol of accessibility, spaces allocated for people with disabilities. C. Material Test Reports: For each paving material. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: A paving-mix manufacturer approved by TXDOT. B. Installer Qualifications: Imprinted-asphalt manufacturer's authorized installer who is trained and approved for installation of imprinted asphalt required for this Project. C. Testing Agency Qualifications: Qualified according to ASTM D 3666 for testing indicated. D. Regulatory Requirements: Comply with materials, workmanship, and other I applicable requirements of TXDOT Specifications Item 340— 2004 Edition 5 for asphalt paving work. 1.07 PROJECT CONDITIONS A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp, if rain is imminent or expected before time required for adequate cure,or if the following conditions are not met: I 1. Prime Coat: Minimum surface temperature of 60 deg F. 2. Tack Coat: Minimum surface temperature of 60 deg F. 3. Slurry Coat: Comply with weather limitations in ASTM D 3910. 4. Asphalt Base Course: Minimum surface temperature of 40 deg F and rising at time of placement. I 5. Asphalt Surface Course: Minimum surface temperature of 60 deg F at time of placement. B. Pavement-Marking Paint: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 deg F for oil- based materials,and not exceeding 95 deg F. ASPHALT PAVING Section 02741 Page 2 PART 2-PRODUCTS 2.01 AGGREGATES A. General: Use materials and gradations that have performed satisfactorily in previous installations. B. Aggregates and Fillers: Comply with TXDOT Specifications Section 340—2004 Edition. 2.02 ASPHALT MATERIALS ' A. Comply with TXDOT Specifications Section 340—2004 Edition. 2.03 AUXILIARY MATERIALS A. Wheel Stops: Precast, air-entrained concrete, 2500-psi minimum compressive strength, 4-1/2 inches high by 9 inches wide by 72 inches long. Provide chamfered corners, drainage slots on underside, and holes for anchoring to substrate. 1. Dowels: Galvanized steel, 3/4-inch diameter, 10-inch minimum length. 2.04 MIXES A. Hot-Mix Asphalt: Dense, hot-laid, hot-mix asphalt plant mixes approved according to procedures in AI MS-2 and complying with the following requirements: TXDOT Specification 340—2004 Edition Mix`B". 1. Provide mixes with a history of satisfactory performance in geographical area where Project is located. B. Emulsified-Asphalt Slurry: Fog Seal. Comply with TXDOT Specification 315 — 2004 Edition. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that subgrade is dry and in suitable condition to begin paving. ASPHALT PAVING Section 02741 Page 3 B. Proof-roll subgrade below pavements with heavy pneumatic-tired equipment to identify soft pockets and areas of excess yielding. Do not proof-roll wet or saturated subgrades. 1. Completely proof-roll subgrade in one direction. Limit vehicle speed to 3 mph. 2. Proof roll with a loaded 10-wheel, tandem-axle dump truck weighing not less than 15 tons. 3. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Architect, and replace with compacted backfill or fill as directed. C. Proceed with paving only after unsatisfactory conditions have been corrected. D. Verify that utilities, traffic loop detectors, and other items requiring a cut and installation beneath the asphalt surface have been completed and that asphalt surface has been repaired flush with adjacent asphalt prior to beginning I installation of imprinted asphalt. 3.02 SURFACE PREPARATION A. General: Immediately before placing asphalt materials, remove loose and deleterious material from substrate surfaces. Ensure that prepared subgrade is ready to receive paving. 3.03 HOT-MIX ASPHALT PLACING AND COMPACTION A. Place in compliance with TXDOT Specification 340—2004 Edition. 3.04 COMPACTION A. General: Begin compaction as soon as placed hot-mix paving will bear roller weight without excessive displacement. Compact hot-mix paving with hot, hand tampers or with vibratory-plate compactors in areas inaccessible to rollers. 1. Complete compaction before mix temperature cools to 185 deg F. B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements. C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown rolling while hot-mix asphalt is still hot enough to achieve specified density. ASPHALT PAVING I Section 02741 Page 4 Continue compacted rolling until hot-mix asphalt course has been to the following density: 1. Average Density: 96 percent of reference laboratory density according to ASTM D 6927,but not less than 94 percent nor greater than 100 percent. 3.05 INSTALLATION TOLERANCES A. Pavement Thickness: Compact each course to produce the thickness indicated within the following tolerances: 1. Base Course: Plus or minus 1/2 inch. 2. Surface Course: Plus 1/4 inch,no minus. B. Pavement Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot straightedge applied transversely or longitudinally to paved areas: 1. Base Course: 1/4 inch. 2. Surface Course: 1/8 inch. 3. Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template is 1/4 inch. 3.06 PAVEMENT MARKING A. Do not apply pavement-marking paint until layout, colors, and placement have been verified with Architect. B. Allow paving to age for 30 days before starting pavement marking. C. Sweep and clean surface to eliminate loose material and dust. ' D. Apply paint with mechanical equipment to produce pavement markings, of dimensions indicated, with uniform, straight edges. Apply at manufacturer's recommended rates to provide a minimum wet film thickness of 15 mils. 3.07 WHEEL STOPS A. Install wheel stops in bed of adhesive as recommended by manufacturer. B. Securely attach wheel stops to pavement with not less than two galvanized-steel dowels embedded at one-quarter to one-third points. Securely install dowels into pavement and bond to wheel stop. Recess head of dowel beneath top of wheel stop. ASPHALT PAVING Section 02741 Page 5 i 3.08 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections. B. Thickness: In-place compacted thickness of hot-mix asphalt courses will be determined according to ASTM D 3549. C. Surface Smoothness: Finished surface of each hot-mix asphalt course will be tested for compliance with smoothness tolerances. D. In-Place Density: Testing agency will take samples of uncompacted paving mixtures and compacted pavement according to AASHTO T 168. 1. Reference maximum theoretical density will be determined by averaging results from four samples of hot-mix asphalt-paving mixture delivered daily to site, prepared according to ASTM D 2041, and compacted according to job-mix specifications. I 2. In-place density of compacted pavement will be determined by testing core samples according to ASTM D 1188 or ASTM D 2726. a. One core sample will be taken for every 1000 sq. yd. or less of installed pavement, with no fewer than 3 cores taken. b. Field density of in-place compacted pavement may also be determined by nuclear method according to ASTM D 2950 and correlated with ASTM D 1188 or ASTM D 2726. E. Replace and compact hot-mix asphalt where core tests were taken. F. Remove and replace or install additional hot-mix asphalt where test results or measurements indicate that it does not comply with specified requirements. 3.09 DISPOSAL I A. Except for material indicated to be recycled, remove excavated materials from Project site and legally dispose of them in an EPA-approved landfill. 1. Do not allow milled materials to accumulate on-site. END OF SECTION I ASPHALT PAVING Section 02741 Page 6 C SECTION 02751—CEMENT CONCRETE PAVEMENT FART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY ' A. Section Includes: 1. Driveways 2. Roadways 3. Parking lots 4. Curbs and gutters 5. Walks 6. Concrete mow strips 7. Concrete slabs for dugouts. 8. Concrete slabs for batting cages 9. Concrete slabs for maintenance shed 10. Walking trails B. Related Sections: 1. Division 2 Section "Pavement Joint Sealants" for joint sealants in expansion and contraction joints within concrete paving and in joints between concrete paving and asphalt paving or adjacent construction. ' 1.03 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash and other pozzolans, and ground granulated blast-furnace slag. 1.04 SUBMITTALS A. Product Data: For each type of product indicated. B. Concrete Mix Design CEMENT CONCRETE PAVEMENT Section 02751 Page 1 1. Design xtures: For each concrete paving mixture. Include alternate S'n P g design mixtures when characteristics of materials, Project conditions, weather,test results, or other circumstances warrant adjustments. 1.05 QUALITY ASSURANCE A. Ready-Mix-Concrete Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities" (Quality Control Manual - Section 3, "Plant Certification Checklist"). B. ACI Publications: Comply with ACI 301 (ACI 301M)unless otherwise indicated. I PART 2 - PRODUCTS I 2.01 FORMS A. Form Materials: Plywood, metal metal-framed plywood, or other approved Yv' P Y�'� � PP panel-type materials to provide full-depth, continuous, straight, and smooth exposed surfaces. 1. Use flexible or uniformly curved forms for curves with a radius of 100 feet(30.5 m)or less. I B. Form-Release Agent: Commercially formulated form-release agent that will not I bond with, stain, or adversely affect concrete surfaces and that will not impair subsequent treatments of concrete surfaces. 2.02 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60;deformed. I B. Joint Dowel Bars: ASTM A 615/A 615M, Grade 60 plain-steel bars; zinc coated (galvanized) after fabrication according to ASTM A 767/A 767M, Class I coating. I Cut bars true to length with ends square and free of burrs. C. Epoxy-Coated, Joint Dowel Bars: ASTM A 775/A 775M; with ASTM A 615/A 615M, Grade 60,plain-steel bars. D. Tie Bars: ASTM A 615/A 615M, Grade 60, deformed. CEMENT CONCRETE PAVEMENT Section 02751 Page 2 E. Hook Bolts: ASTM A 307, Grade A, internally and externally threaded. Design hook-bolt joint assembly to hold coupling against_paving form and in position during concreting operations, and to permit removal without damage to concrete or hook bolt. F. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing,supporting, and fastening reinforcing bars, welded wire reinforcement, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete of greater compressive strength than concrete specified, and as follows: 1. Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. ' 2. For epoxy-coated reinforcement, use epoxy-coated or other dielectric- polymer-coated wire bar supports. 2.03 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of same type, brand, and source throughout Project: 1. Portland Cement: ASTM C 150, gray portland cement or Type I/II. a. Fly Ash: ASTM C 618, Class C. B. Normal-Weight Aggregates: ASTM C 33, Class 4S, uniformly graded. Provide aggregates from a single source. 1. Maximum Coarse-Aggregate Size: 1-1/2 inches nominal. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C. Water: Potable and complying with ASTM C 94/C 94M. D. Air-Entraining Admixture: ASTM C 260. E. Chemical Admixtures: Admixtures certified by manufacturer to be compatible with other admixtures and to contain not more than 0.1 percent water-soluble chloride ions by mass of cementitious material. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M,Type B. 3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. 4. High Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type F. CEMENT CONCRETE PAVEMENT Section 02751 Page 3 5. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/C 494M,Type G.. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M,Type II. 2.04 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular, film forming, manufactured for application to fresh concrete. 1. Products: Subject to compliance with requirements, provide one of the following: a. Axitn Italcementi Group, Inc.; Caltexol CIMFILM. b. BASF Construction Chemicals, LLC; Confilm. C. ChemMasters; Spray-Film. d. Conspec by Dayton Superior; Aquafilm. e. Dayton Superior Corporation; Sure Film Q-74). I f. Edoco by Dayton Superior;BurkeFilm. g. Euclid Chemical Company(The), an RPM company; Eucobar. h. Kaufinan Products,Inc.; VaporAid. i. Lambert Corporation; LAMBCO Skin. j. L&M Construction Chemicals, Inc.; E-CON. k. Meadows, W. R., Inc.; EVAPRE. 1. Metalcrete Industries; Waterhold. m. Nox-Crete Products Group;MONOFILM. n. Sika Corporation, Inc.; SikaFilm. o. SpecChem,LLC; Spec Film. P. Symons by Dayton Superior; Finishing Aid. q. TK Products,Division of Sierra Corporation;TK-2120 TRI-FILM. I r. Unitex; PRO-FILM. S. Vexcon Chemicals Inc.; Certi-Vex EnvioAssist. B. Clear Waterborne Membrane-Formin g g Compound:Curin C ound: ASTM C 309, I P Type 1, Class B,dissipating. I 1. Products: Subject to compliance with requirements, provide one of the following: a. Anti-Hydro International, Inc.; A-H Curing Compound #2 DR WB. b. ChemMasters; Safe-Cure Clear. C. Conspec by Dayton Superior. d. Dayton Superior Corporation; Day-Chem Rez Cure Q-11-W). e. Edoco by Dayton Superior. f. Euclid Chemical Company (The), an RPM company; Kurez W VOX. CEMENT CONCRETE PAVEMENT Section 02751 Page 4 g. Kaufman Products, Inc.; Thinfilm 420. h. Lambert Corporation;AQUA KURE-CLEAR- i. L&M Construction Chemicals,Inc.; L&M CURE R. j. Meadows, W. R., Inc.; 1100-CLEAR SERIES. k. Nox-Crete Products Group; Resin Cure E. 1. SpecChem, LLC; PaveCure Rez. m. Symons by Dayton Superior; Resi-Chem Clear. n. Tamms Industries, Inc., Euclid Chemical Company (The); TAMMSCURE WB 30C. o. Vexcon Chemicals Inc.; Certi-Vex Enviocure 100. C. White, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 2, Class B, dissipating. 1. Products: Subject to compliance with requirements, provide one of the following: a. Anti-Hydro International, Inc.; A-H Curing Compound #2 WP WB. b. ChemMasters; Safe-Cure 2000. C. Conspec by Dayton Superior. d. Dayton Superior Corporation; Day-Chem White Pigmented Cure (J-10-W). e. Edoco by Dayton Superior; Resin Emulsion Cure V.O.C. (Type Il). f. Euclid Chemical Company (The), an RPM company; Kurez VOX White Pigmented. g. Kaufinan Products,Inc.; Thinfilm 450. h. Lambert Corporation; AQUA KURE-WHITE. i. L&M Construction Chemicals, Inc.; L&M CURE R-2. - j. Meadows, W. R, Inc.; 1100-WHITE SERIES. k. SpecChem, LLC; PaveCure Rez White. ' 1. Symons by Dayton Superior; Resi-Chem White. m. Vexcon Chemicals Inc.; Certi-Vex Enviocure White 100. 2.05 RELATED MATERIALS A. 3/4"Redwood with Polyethylene bond breaker tape. B. Expansion joint sealer—silicone type NR-201 AS. CEMENT CONCRETE PAVEMENT Section 02751 Page 5 2.06 CONCRETE MIXTURES A. Prepare design mixtures, proportioned according to ACI 301, for each type and strength of normal-weight.concrete, and as determined by either laboratory trial mixtures or field experience. 1. Use a qualified independent testing agency for preparing and reporting proposed concrete design mixtures for the trial batch method. 2. When automatic machine placement is used, determine design mixtures and obtain laboratory test results that meet or exceed requirements. B. Proportion mixtures to provide normal-weight concrete with the following properties: 1. Compressive Strength(28 Days): 3500 psi(24.1 MPa). I 2. Maximum Water-Cementitious Materials Ratio at Point of Placement: 0.45. I 3. Slump Limit: 5 inches,plus or minus 1 inch. C. Add air-entraining admixture at manufacturer's prescribed rate to result in normal- weight concrete at point of placement having an air content as follows: 1. Air Content: 4-1/2 percent plus or minus 1.5 percent. D. Cementitious Materials: Limit percentage by weight of cementitious materials other than portland cement according to ACI 301 requirements. 2.07 CONCRETE MIXING A. Ready-Mixed Concrete: Measure,batch, and mix concrete materials and concrete I according to ASTM C 94/C 94M. 1. When air temperature is between 85 and 90 deg F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION I 3.01 EXAMINATION A. Examine exposed subgrades and subbase surfaces for compliance with requirements for dimensional, grading, and elevation tolerances. CEMENT CONCRETE PAVEMENT Section 02751 Page 6 B. Proof-roll prepared subbase surface below concrete paving to identify soft pockets and areas of excess yielding. C. Proceed with installation only after unsatisfactory conditions have been corrected. See Geotech Report by Mas-Tex for recommendation. 3.02 PREPARATION A. Remove loose material from compacted subbase surface immediately before placing concrete. - 3.03 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form-release agent to ensure separation from concrete without damage. 3.04 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for fabricating, PY g placing, and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond- ' reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. 3.05 JOINTS A. General: Form construction, isolation, and contraction joints and tool edges true to line, with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline unless otherwise indicated. 1. When joining existing paving, place transverse joints to align with previously placed joints unless otherwise indicated. 2. Use smooth steel dowel No.5—24 inch long 18"O.C. B. Construction Joints: Set construction joints at side and end terminations of paving and at locations where paving operations are stopped for more than one-half hour unless paving terminates at isolation joints. CEMENT CONCRETE PAVEMENT Section 02751 Page 7 1. Continue steel reinforcement across construction joints unless otherwise indicated. Do not continue reinforcement through sides of paving strips unless otherwise indicated. 2. Provide tie bars at sides of paving strips where indicated. 3. Butt Joints: Use bonding agent at joint locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 4. Keyed Joints: Provide preformed keyway-section forms or bulkhead forms with keys unless otherwise indicated. Embed keys at least 1-1/2 inches into concrete. 5. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or coat with asphalt one-half of dowel length to prevent concrete bonding to one side of joint. C. Isolation Joints: Form isolation joints of preformed joint-filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, other fixed objects, and where indicated. 1. Locate expansion joints at intervals of 36 feet unless otherwise indicated. 2. Redwood will be used as expansion material. 3. Extend joint fillers full width and depth of joint. 4. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 5. Furnish joint fillers in one-piece lengths. Where more than one length is required,lace. 6. During concrete placement, protect top edge of joint filler with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Contraction Joints: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least 1%2"of the concrete thickness, as follows: 1. Sawed Joints: Form contraction joints with power saws equipped with I shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch wide joints into concrete when .cutting action will not tear, abrade, or otherwise damage surface and before developing random contraction cracks. a. Tolerance: Ensure that sawed joints are within 3 inches either way from centers of dowels. 2. Doweled Contraction Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or coat with asphalt one-half of dowel length to prevent concrete bonding to one side of joint. Dowels are No. 5 smooth bars 24 inches long— 18"O.C. CEMENT CONCRETE PAVEMENT Section 02751 Page 8 E. Edging: After initial floating, tool edges of paving, gutters, curbs, and joints in concrete with an edging tool to a 1/4-inch radius. Repeat tooling of edges after applying surface finishes. 3.06 CONCRETE PLACEMENT A. Before placing concrete, inspect and complete formwork installation,steel reinforcement, and items to be embedded or cast-in. B. Remove snow, ice, or frost from subbase surface and steel reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at time concrete is ' placed. Do not place concrete around manholes or other structures until they are at required finish elevation and alignment. D. Comply with ACI 301 requirements for measuring, mixing, transporting, and placing concrete. E. Do not add water to concrete during delivery or at Project site. Do not add water to fresh concrete after testing. F. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. G. Consolidate concrete according to ACI 301 by mechanical vibrating equipment supplemented by hand spading,rodding, or tamping. 1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, or ' side forms. Use only square-faced shovels for hand spreading and consolidation. Consolidate with care to prevent dislocating reinforcement dowels and joint devices. H. Screed paving surface with a straightedge and strike off. I. Commence initial floating using bull floats or darbies to impart an open-textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading surface treatments. J. Curbs and Gutters: Use design mixture for automatic machine placement. Produce curbs and gutters to required cross section, lines, grades, finish, and jointing. CEMENT CONCRETE PAVEMENT Section 02751 Page 9 K. Slip-Form Paving: Use design mixture for automatic machine placement. Produce paving to required thickness, lines,grades, finish,and jointing. ,f 1. Compact subbase and prepare subgrade of sufficient width to prevent displacement of slip-form paving machine during operations. L. Cold-Weather Placement: Protect concrete work from a or h sical damage g reduced strength that could be caused by frost, freezing, or low temperatures. Comply with ACI 306.1 and the following: 1. When air temperature has fallen to or is expected to fall below 40 deg F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 deg F and not more than 80 deg F at point of placement. 2. Do not use frozen materials or materials containing ice or snow. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in design mixtures. M. Hot-Weather Placement: Comply with ACI 301 and as follows when hot-weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated in total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water-soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog-spray forms,steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots,or dry areas. I 3.07 FLOAT FINISHING A. General: Do not add water to concrete surfaces during finishing operations. B. Float Finish: Begin the second floating operation when bleed-water sheen has disappeared and.concrete surface has stiffened sufficiently to permit operations. Float surface with power-driven floats or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots and fill low spots. Refloat surface immediately to uniform granular texture. CEMENT CONCRETE PAVEMENT Section 02751 Page 10 1. Burlap Finish: Drag a seamless strip of damp burlap across float-finished concrete, perpendicular to line of traffic, to provide a uniform, gritty ttexture. 2. Medium-to-Fine-Textured Broom Finish: Draw a soft-bristle broom across float-finished concrete surface perpendicular to line of traffic to provide a uniform,fine-line texture. 3. Medium-to-Coarse-Textured Broom Finish: Provide a coarse finish by ' striating float-finished concrete surface 1/16 to 1/8 inch deep with a stiff- bristled broom,perpendicular to line of traffic. ' 3.08 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive ' cold or hot temperatures. B. Comply with ACI 306.1 for cold-weather protection. C. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and ' during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete but before float finishing. D. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. E. Curing Methods: Cure concrete by curing compound as follows: 1 - 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. ' b. Continuous water-fog spray. C. Absorptive cover, water saturated and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover, placed in widest practicable width, with sides and ends lapped at least 12 inches and sealed by waterproof tape or adhesive. Immediately repair any holes or tears occurring during installation or curing period using cover material and waterproof tape. ' 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas that have been subjected to heavy rainfall within three hours after ' initial application. Maintain continuity of coating, and repair damage during curing period. ' CEMENT CONCRETE PAVEMENT Section 02751 Page 11 3.09 PAVING TOLERANCES A. Comply with tolerances in ACI 117 and as follows: 1. Elevation: 3/4 inch. 2. Thickness: Plus 3/8 inch,minus 1/4 inch. 3. Surface: Gap below 10-foot- long, unleveled straightedge not to exceed 1/2 inch. 4. Alignment of Tie-Bar End Relative to Line Perpendicular to Paving Edge: 1/2 inch per 12 inches of tie bar. 5. Lateral Alignment and Spacing of Dowels: 1 inch. 6. Vertical Alignment of Dowels: 1/4 inch. 7. Alignment of Dowel-Bar End Relative to Line Perpendicular to Paving Edge: 1/4 inch per 12 inches of dowel. 8. Joint Spacing: 3 inches. 9. Contraction Joint Depth: Plus 1/4 inch,no minus. 10. Joint Width: Plus 1/8 inch, no minus. 3.10 PAVEMENT MARKING A. Do not apply pavement-marking paint until layout, colors, and placement have been verified with Architect. B. Allow concrete paving to cure for a minimum of 28 days and be dry before starting pavement marking. C. Sweep and clean surface to eliminate loose material and dust. D. Apply paint with mechanical equipment to produce markings of dimensions indicated with uniform, straight edges. Apply at manufacturer's recommended rates to provide a minimum wet film thickness of 15 mils. 1. Apply graphic symbols and lettering with paint-resistant, die-cut stencils, firmly secured to concrete surface. Mask an extended area beyond edges of each stencil to prevent paint application beyond stencil. Apply paint so that it cannot run beneath stencil. 2. Broadcast glass beads uniformly into wet markings at a rate of 61b/gal.. 3.11 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections. CEMENT CONCRETE PAVEMENT Section 02751 Page 12 B. Testing Services: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain at least one composite sample for each 5000 sq. ft.or fraction thereof of each concrete mixture placed each day. a. When frequency of testing will provide fewer than five compressive-strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2. Slump: ASTM C 143/C 143M; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231, pressure method; one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air temperature is 40 deg F and below and when it is 80 deg F and above, and one test for each composite sample. 5. Compression Test Specimens: ASTM C 31/C 31 M; cast and laboratory cure one set of three standard cylinder specimens for each composite sample. 6. Compressive-Strength Tests: ASTM C 39/C 39M; test one specimen at seven days and two specimens at 28 days. a. A compressive-strength test shall be the average compressive strength from two specimens obtained from same composite sample and tested at 28 days. C. Strength of each concrete mixture will be satisfactory if average of any three consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. D. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28- day tests. E. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. CEMENT CONCRETE PAVEMENT Section 02751 Page 13 i i F. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths,or other requirements have not been met,as directed by Architect. J G. Concrete paving will be considered defective if it does not pass tests and inspections. I H. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. I. Prepare test and inspection reports. 3.12 REPAIRS AND PROTECTION A. Remove and replace concrete paving that is broken, damaged, or defective or that I does not comply with requirements in this Section. Remove work in complete sections from joint to joint unless otherwise approved by Architect. B. Drill test cores, where directed by Architect, when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory paving areas with portland cement concrete bonded to paving with epoxy adhesive. C. Protect concrete paving from damage. Exclude traffic from paving for at least 14 days after placement. When construction traffic is permitted, maintain paving as clean as possible by removing surface stains and spillage of materials as they occur. I D. Maintain concrete paving free of stains, discoloration, dirt, and other foreign material. Sweep paving not more than two days before date scheduled for Substantial Completion inspections. END OF SECTION CEMENT CONCRETE PAVEMENT Section 02751 Page 14 SECTION 02810 -LANDSCAPE IRRIGATION SYSTEM PART 1 - GENERAL 1.01 GENERAL A. Drawings, Standard General Conditions of Contract, Special Conditions and Division-1 specification sections, apply to work of this section. 1.02 DESCRIPTION A. Landscape irrigation system components and installation procedures. 1.03 LICENSED IRRIGATOR A. Installation of the irrigation system shall be under the supervision of a licensed irrigator in the State of Texas. 1.04 STANDARDS A. ASTM D1785 (ANSI B72.7): Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80,and 120. B. ASTM D2241 (ANSI B72.2): Standard Specification for Poly (Vinyl Chloride) (PVC)Plastic Pipe(SDR-PR). C. ASTM D2466: Standard Specification for Poly (Vinyl Chloride (PVC) Plastic Pipe Fittings, Schedule 40. D. ASTM D2564 (ANSI B72.16): Standard Specification for Solvent Cements for Poly(Vinyl Chloride)(PVC) Pipe and Fittings. E. ASTM D2855 (ANSI K65.55): Standard Recommended Practice for Making Solvent-Cemented Joints with Poly(Vinyl Chloride)(PVC)Pipe and Fittings. 1.05 EQUAL MATERIALS A. It is not the intent of these specifications to limit materials to the product of any particular manufacturer. Where definite materials, equipment and/or fixtures have been specified, it has been done to set a definite standard and a reference for comparison as to quality, application, physical conformity, and other characteristics. It is not the intention of the Owner or the Consultant to discriminate against or prevent any dealer, jobber or manufacturer from furnishing materials, equipment, and/or fixtures, which meet or exceed the It LANDSCAPE IRRIGATION SYSTEM Section 02810 Page 1 i characteristics of the specified items. Substitution of materials shall not be made without prior written approval from the Owner and the Consultant. Refer to SECTION 01630-Product Options,Equal Material and Substitutions. B. Design criteria and water pressure must be carefully considered when selecting equipment. Only equipment that performs as specified will be considered. 1.06 LOCATION OF AND DAMAGE TO EXISTING UTILITIES A. The Contractor is responsible for locating underground obstacles. Exercise caution to prevent damage to existing facilities during the progress of the work, taking care to locate same, where possible, in advance of the actual work. The Owner's representative will render all assistance possible to the Contractor in determining the location of existing utilities by making available such maps, records and other information as may be accessible to him, when requested to do so, but the accuracy of such information will not be guaranteed. The Contractor I shall be responsible for repairs resulting from damage to existing utilities resulting from his operations. Should the Contractor, in the layout of work, encounter any pipe, underground utility, or structure, the location of which has not been furnished to him by the Owner, he shall bring such conditions to the attention of the Owner's representative for his determination of the method to be used to remove or bypass such obstructions. 1.07 WATER SUPPLY A. Make connections to the existing water line at the location shown on the plans. 1.08 WORKMANSHIP A. Install equipment in accordance with the recommendations of the manufacturer and the best standard practice for this type of work. Care must be taken to keep the inside of the pipes clean and free of dirt, rock, cutting, etc. Flush all systems clean prior to installing sprinkler heads. 1.09 CODES AND PERMITS A. Install all work according to applicable codes and ordinances of the City and the 1 National Electrical Code. Obtain and pay for all required permits. 1.10 WEATHER PROTECTION A. Protect and maintain all work, materials and fixtures from weather damage. All new work likely to be damaged shall be covered or otherwise protected. LANDSCAPE IRRIGATION SYSTEM Section 02810 Page 2 ' 1.11 SITE CONDITIONS A. Before ordering.materials or beginning work, verify dimensions of existing and ' new work. Any differences found shall be submitted to the Owner's representative for consideration before proceeding with work. No extra compensation will be allowed because of differences between actual dimensions ' and measurements indicated on the plans. Plans are diagrammatic and approximate. ' 1.12 PROTECTION AND SAFETY A. Send proper notices, make all necessary arrangements and perform other services required for the care, protection and maintenance of public utilities, and services, including fire plugs, telephone and telegraph poles and wires, and all other items of this nature on or about the site, assuming all responsibility and paying all costs ' for which the Owner may be liable. B. Construct and maintain necessary temporary drainage and provide pumping, as required,to keep excavations free of water. C. Provide all shoring, bracing and sheeting as required by OSHA Regulations and for the proper execution of the work. All shoring, bracing and sheeting shall be removed from the site when the work is completed. D. Fires are not permitted. E. All work shall be performed in accordance with the national "Occupational Safety and Health Standards" (OSHA). 1.13 SUBMITTALS A. Using hard cover 3 ring notebooks, provide not less than three (3) copies of complete brochures describing equipment and materials, including names of manufacturer's catalog numbers, trade names, instructions for setting, connecting and operation, technical data and any special information requested. Unless resubmission is required, two will be retained and one returned after being ' reviewed. If resubmission is required, one corrected copy and one original copy will be returned after being reviewed If resubmission is required, one corrected ' copy and one original copy will be returned and one will be retained. One approved copy shall be in the file of the Contractor's representative at the project site. ' LANDSCAPE IRRIGATION SYSTEM Section 02810 Page 3 1.14 RECORD PRINTS A. Provide and keep a complete up-to-date a Record Set of blue-line prints which shall be corrected daily and show every change from the original plans and specifications and the exact locations, sizes and kinds of equipment. Prints for this purpose may be obtained from the Owner's representative at cost. This set of drawings shall be kept on the site and shall be used only as a record set. B. These drawings shall also serve as work progress sheets and shall be the basis for measurement and payment for work completed. Make neat and legible annotations thereon daily as the work proceeds, showing the work as actually installed. These plans shall be available at all times for inspection and shall be kept in a location designated by the Consultant. C. Before the date of the final inspection, transfer all information from the record prints to a sepia mylar,provided by the Consultant. All work shall be neat, in ink, and subject to the approval of the Consultant. I D. Dimension from two (2) permanent points of reference, building corners, sidewalks,or road intersections,etc.,the location of the following items: 1. Connection to existing water lines. 2. Connection to existing electrical power. 3. Gate valves. 4. Routing of irrigation pressure lines (dimension maximum 100' along routing). 5. Remote control valves. 6. Routing of control tubing. 7. Quick coupling valves. _ I 8. Manual drain valves. 9. Routing of irrigation lateral lines(with a change of two(2)feet each way). 10. Other related equipment as directed by the Owner's representative. E. Prior to the date of the final inspection, the contractor shall deliver the corrected and completed sepias to the Consultant for approval. Delivery of the mylars will not relieve the responsibility of furnishing required information that may be omitted from the prints. 1.15 CONTROLLER CHARTS A. The Consultant shall approve the record prints before the controller charts are prepared. B. Provide one controller chart for each automatic controller. LANDSCAPE IRRIGATION SYSTEM Section 02810 Page 4 C. The chart shall show the area controlled by the autocratic controller and shall be the maximum size,which the controller door will allow. D. The chart is to be a reduced plan of the actual approved in-place system. E. The chart shall be a photo-static copy of blue-line ozalid print and a different color shall be used to indicate the area of coverage for each station. F. When completed and approved, the chart shall be hermetically sealed between two pieces of plastic,each piece being a minimum of 20 mils. G. These charts shall be completed and approved by the Consultant prior to final inspection of the irrigation system. 1.16 IRRIGATION CONTRACTOR'S RESPONSIBILITY A. Prior to submittal of the bid,the Contractor shall acquaint himself with all matters and conditions concerning the site and existing conditions. B. Coordinate work with the other trades so that all phases of the work may be properly coordinated without delays or damage to any parts of the work. C. The Contractor shall be responsible for all sleeves and chases under paving, through walls, etc.,unless otherwise noted on plans. D. Irrigation sleeves to be installed under pavement areas, whether indicated on plan or not. 1:17 CHANGES IN THE WORK A. Minor changes, such as head location and controller location adjustments, which ' do not involve extra cost and are consistent with the purpose of the work may be ordered by the Owner's representative and no claim for an addition to the contract sum or time schedule will be considered. 1.18 FINAL INSPECTION i A. A qualified person duly authorized in writing to represent the Irrigation Contractor shall be present at the final inspection to demonstrate the systems and prove the performance of the equipment. Prior to this inspection, all work under this division shall have been completed,tested, balanced and adjusted and in final operating condition. LANDSCAPE IRRIGATION SYSTEM Section 02810 Page 5 i 1.19 GUARANTEE l A. Guarantee the satisfactory operation of the entire system, to the extent possible under the scope of the work included in this contract. The entire system shall be guaranteed to be complete and work properly for a period of one year from date of final acceptance. Repair any defects or replace any defective parts found or occurring within that year, free of expense to the Owner. B. Include a copy of the guarantee form in the Operation and Maintenance Manual. 1.20 MISCELLANEOUS SERVICES OF IRRIGATION CONTRACTOR I A. Train at least two (2) of the Owner's employees in the operation and maintenance I of the system. This shall include the operation of the controllers and valves, how to most effectively use the system, and maintenance on all equipment including the removal and replacement of valve and controller components. I B. Provide two (2) quick coupling valve keys and two (2) sets of automatic controller keys for each controller. This equipment shall be turned over to the Owner upon final acceptance of the work by the Owner. C. Provide a watering program to the Owner showing the scheduling or sequencing of the valves, including which valves may be run simultaneously, and a desirable timing program for each controller. The controllers shall be scheduled to prevent an excessive amount of head loss in the system. The program shall include suggested operating time for new planting and established growth. D. Operation and Maintenance Manuals - Prepare and deliver to the Consultant, within ten calendar days prior to completion of construction,two hard cover, three I ring binders containing the following information: 1. Index sheet stating Contractor's address and telephone number, list of equipment with name and addresses of local manufacturer's representative. 2. Catalog and parts sheets on each product and equipment type installed under this contract. 3. Guarantee statement. 4. Complete operating and maintenance instruction on all major equipment. 1.21 SITE OR FIELD VISITS BY THE CONSULTANT A. The Consultant will visit the site once to examine materials for type, size and character specified. The Consultant will also visit the site once to examine the installation and operation of the system. LANDSCAPE IRRIGATION SYSTEM Section 02810 Page 6 d additional trips be required due to rejection of materials or improper or B. Should �l inadequate completion of the work,the costs of additional trips will be paid for by the Contractor. Such costs will include the Consultant's time, travel and other miscellaneous related expenses. PART 2 - MATERIALS 2.01 GENERAL A. All materials and accessories shall be of new and unused material. Any section of pipe found to be defective before or after installation shall be replaced with new pipe. All new irrigation equipment shall be essentially the standard product of the manufacturer. All new equipment furnished shall have in-service performance ' records sufficient to verify published capabilities. 2.02 PIPE AND FITTINGS A. PVC Pressure Main Line and Fittings: 1. Pressure main line piping shall be Schedule 40 PVC. Main line piping less than three (3) inches in diameter shall have solvent welded joints. Main line piping greater than three (3) inches in diameter shall be JM Ring-Tite gasketed bell joint pipe,or approved equal. 2. Pipe shall be made from NSF approved Type I, Grade I PVC compound conforming to ASTM resin specification D1785. All pipes must meet the requirements of Federal Specification 5-21-70. 3. PVC solvent-weld fittings shall be Schedule 40, 1-2; II-1 NSF approved conforming the ASTM test procedure D2466. 1 4. Solvent cement and primer for PVC solvent-weld pipe and fittings shall be of type and installation methods prescribed by the manufacturer. 5. All PVC pipe must bear the following markings: a. Manufacturer's name. b. Nominal pipe size. C. Schedule or class. d. Pressure rating in PSI. e. NSF (National Sanitation Foundation)approval. f. Date of extrusion. 6. All fittings shall bear the manufacturer's name of trademark, material designation, size applicable IPS schedule and NSF seal of approval. B. PVC Non-Pressure Lateral Line Piping: LANDSCAPE IRRIGATION SYSTEM Section 02810 Page 7 1. Non-Pressure buried lateral line piping 3/4" in diameter and above shall be Schedule 40 PVC with solvent-weld.joints. Laterals 1/2" in diameter shall be Schedule 40 PVC with solvent-weld joints. 2. Pipe shall be made from NSF approved, Type I, Grade I PVC compound conforming to ASTM resin specification D 1785. All pipes must meet the requirements of Federal Specification PS-21-70 with an appropriate standard dimension ratio. 3. Except as noted in paragraphs above, pipe and fittings for PVC non- pressure lateral line piping will be the same as for solvent-weld pressure main line pipe and fittings as set forth in "PVC Pressure Main Line Pipe and Fittings" above. 2.03 AUTOMATIC CONTROLLERS I A. Automatic controller shall be of type and size shown on the plans. B. The Owner's Representative shall approve the final location of automatic controller prior to installation. C. The 120 volt electrical power hook up for the automatic controller shall be provided by the Contractor. The cost for such electrical hook up shall be considered as included in the bid cost for irrigation installation. D. Controller shall be housed in a metal locking weatherproof cabinet as indicated on plans. 2.04 GATE VALVES A. Gate valves shall have bell or spigot ends, flanges or screw joints as required for the piping in which they are installed. All gate valves shall be manufactured of brass conforming to the AWWA Standard C-500, or to Federal Specification WW-V-58,Class B. Gate Valves shall be designed for a minimum water working pressure of 120-psi. Gate valves shall have a clear waterway equal to the full nominal diameter of the valve and shall be opened by turning counterclockwise. 2.05 REMOTE CONTROL VALVES A. The remote control valves shall be of the type shown on the drawings, and shall be electrically operated, normally closed diaphragm type valves. Valves shall be slow opening and closing. Valves shall have a manual flow control and manual bleed plug. LANDSCAPE IRRIGATION SYSTEM Section 02810 Page 8 2.06 QUICK COUPLING VAL VES A. All quick coupling valves shall be a one piece, I inch in size, single lug brass or bronze unit with a self-closing locking metal cover or as noted on plans. Valves shall be guaranteed to withstand 125-psi pressure without leaking. 2.07 BACKFLOW PREVENTER A. The backflow prevention device shall be of the type and size shown on the Drawings. The backflow preventer will be installed at location(s) shown on the drawings. Install backflow preventer in accordance with local codes and ordinances. ' 2.08 REMOTE CONTROL WIRE A. Connections between the automatic controllers and the remote control valves shall tbe made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be different color wire for each automatic controller. Common wires shall be white with a different color stripe for each controller. Install in accordance with automatic controller manufacturer's specifications and wire chart. In no case shall wire size be less than AWG#14 U.F. B. All wire shall be installed according to local electrical codes and must bear UL approved(Type UF) for direct underground burial. 2.09 CONTROL WIRE SPLICES A. Control wire splices shall be made with 3M-DBY wire connectors and sealant, or an approved equal. Connectors shall be of the proper size to match the wire. Only make wire splices in valve boxes or junction boxes approved by the Owner's trepresentative. 2.10 VALVE BOXES A. Valve boxes for remote control valves and isolation valves shall be of type and size as shown in details. 2.11 ROTARY POP-UP HEADS A. Provide rotary pop-up heads as indicated on the drawings. Rotary pop-up heads shall be installed in a cyclolac case. Heads shall pop-up until the nozzle is a minimum of 2" above ground level. All internal parts shall be removable from above ground. See the equipment schedule on the plans for the performance data. LANDSCAPE IRRIGATION SYSTEM Section 02810 Page 9 2.12 SPRAY POP-UP HEADS A. Pop-up spray heads shall be the type as shown on plans with a 1/2" female inlet. The nozzle shall have the angle of trajectory specified on the equipment schedule, and a screw adjustment for regulating the spray radius. See the Equipment Schedule on the plans for the performance data. I 2.13 SWING JOINT NIPPLES A. All swing joint nipples shall be made of polyvinyl chloride, Schedule 40,threaded pipe. Fittings at swing joints shall be schedule 40 PVC threaded elbows. PART 3 - INSTALLATION 3.01 GENERAL A. Provide a complete and properly functioning automatic irrigation system as 1 indicated herein and on the Drawings. B. Unless otherwise specified or shown on the plans, the construction of irrigation lines shall include excavation and backfill, the furnishing, installing and testing or irrigation pipe and fittings, and electrical conductors and all other work in accordance with the plans and specifications. The irrigation system installation shall be coordinated with other construction activities. C. All valves and other irrigation equipment shall be located in planting areas, unless otherwise noted on the Drawings. 3.02 PIPE AND FITTINGS I A. PVC pipe, couplings and fittings shall be handled and installed in accordance with ' the manufacturer's recommendations. Each pipe length shall be properly spaced in jointing to allow for expansion and contraction. Piping will be snaked in trench as shown in the trenching details. If necessary, stakes are to be used to make pipe snake in trench. All stakes are to be removed, as the trench is backfilled. B. All laterals shall be installed with 12" minimum coverage over pipes at finish grade and all main lines with at least 18" minimum coverage. All lines shall have a minimum clearance of 6" from each other and from lines of other trades. Pipe shall lie on a minimum 2" sand sub-base. Parallel lines shall not be installed directly over one another. LANDSCAPE IRRIGATION SYSTEM Section 02810 Page 10 indicated on the details in the drawings. Blocking C. Install concrete thrust blocks as nd sated g S shall be a minimum of 1.5 C.F. each. Set concrete blocking against undisturbed earth. D. The interior of the pipe shall be thoroughly cleaned of all foreign matter before being lowered into the trench, and shall be kept clean during laying operations by means of lugs or other approved methods. The pipe shall not be laid in water, or when trench or weather conditions are unsuitable for the work. Water shall be kept out of the trench until the joints are completed. When work is not in progress, open ends of pipe and fittings shall be securely closed so that no trench water, earth or other substance will enter the pipes or fittings. Any pipe that has the grade or joint disturbed after being installed shall be taken up and relayed. Fittings at bends in the pipe, and at the end of lines shall be firmly wedged against ' the vertical face of the trench by means of concrete thrust blocks. E. Joints in all screwed fittings shall be made by applying teflon tape on male 1 threads. Use of pipe joint compound-or similar substance is prohibited. F. After installation, the lines will be flushed until they are free of rocks, dirt, debris, etc.,before the heads are installed. G. Pipes and/or sleeves placed underground and not immediately connected to other pipes shall be capped or plugged to prevent water and dirt from entering the pipe. Sleeves for wires shall be capped or sealed with mastic tape after wires have been installed. 3.03 AUTOMATIC CONTROLLERS A. Controllers shall be installed at locations shown on the.plans or as directed by the Owner or Owner's representative. Controllers shall be installed as shown in the details on the plans. B. All electrical wiring and connections shall be installed according to the local City and National Electrical Code. 3.04 GATE AND REMOTE CONTROL VALVES A. Install all new valves as indicated on the plans or as may be required for the proper control of the piping systems in which they are incorporated. Valves shall be set vertically. Valves shall be set as shown on the drawings and as approved by the Owner's representative. B. Control valves shall be adjusted to give the correct pressure at the spray head. LANDSCAPE IRRIGATION SYSTEM Section 02810 Page 11 C. Teflon tape is to be used on all male threads when installin valves. P g D. All valve boxes are to be left in a clean condition, providing ready access to valves. 3.05 QUICK COUPLING VALVES A. Quick coupling valves shall be installed in a vertical position as shown in the a details and at locations shown on the plans. C 3.06 BACKFLOW PREVENTER A. Backflow preventer shall be installed as shown on drawings and in accordance with local codes and ordinances. 3.07 REMOTE CONTROL WIRE A. Connections between the automatic controllers and the remote control valves shall be made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be different color wire for each automatic controller. Common wires shall be white with a different color stripe for each controller. Install in accordance with valve manufacturer's specifications and wire chart. In no case shall wire size be less than AWG#14 U.F. B. All wire shall be installed according to local electrical codes and must be insulated with PVC and bear UL approved (Type UF) for direct underground burial. 3.08 CONTROL WIRE SPLICES A. Control wire splices shall be made with 3M-DBY wire connectors and sealant, or an approved equal. Connectors shall be of the proper size to match the wire. B. No control wire splices will be permitted between remote control valve boxes and controllers. 3.09 VALVE BOXES A. Valve boxes shall be installed in an accessible place as shown on plans. All valve box covers, valve boxes, etc. shall be placed so the edges are parallel or perpendicular to adjacent hard edges or edge of field. Top of all boxes shall be 1" above finished grade. Top surface of boxes shall be installed so that a smooth 1' LANDSCAPE IRRIGATION SYSTEM Section 02810 Page 12 surface is created in relation to existing g rade. Boxes shall be a minimum of 7' — 0"from edge of field. 3.10 IRRIGATION HEADS A. Irrigation heads shall be installed in plumb position at intervals not to exceed those shown and in the approximate location and configuration shown on the plans. Head swing joints, risers and flexible connectors shall be as shown on the details. All nipples shall be the minimum length required to allow irrigation head adjustment motion without including load on the supply pipe. Irrigation heads shall be installed as detailed on the plans. 3.11 TRENCH EXCAVATION AND BACKFILL A. The Contractor shall perform all excavation to the depth indicated in these specifications and plans. All excavated material not required for fill or backfill shall be removed from the site. The banks of trenches shall be kept as nearly vertical as practicable. Trenches shall be wide enough to permit proper placing of pipe. Where rock excavation is required, or where stones are encountered in the bottom of the trench, the rock or stones shall be removed to a depth of four (4) inches minimum below the trench depth indicated. The over-depth rock excavation and all excess trench excavation shall be backfilled with loose, moist earth or sand, thoroughly compacted. Whenever soil, which is wet or otherwise incapable of supporting the pipe is encountered in the trench bottom, such soil shall be removed to a depth and length required and the trench backfilled to trench bottom grade as hereinafter specified, with coarse sand, fine gravel or other suitable material. B. Bottom of trench grade shall be continued past ground surface deviations to avoid air pockets and low collection points in line. The minimum cover specifications ' shall govern regardless of variations in ground surface profile and occasional deeper excavation required at banks and other field conditions. Excavation shall be such that a uniform trench grade variation will occur in all cases where variations are necessary. In no case shall the angle of deflection from one pipe length to another exceed 5 degrees. C. Trench excavation shall consist of the satisfactory removal and disposition of all materials, and shall include all shoring and sheeting required by state and local regulations to protect the excavation and to safeguard employees. D. During excavation, materials suitable for backfilling shall be stockpiled in an orderly manner a sufficient distance back from edge of trenches to avoid overloading and prevent slides or cave-ins. No excavated materials shall be placed within or permitted to fall upon roadways. LANDSCAPE IRRIGATION SYSTEM Section 02810 Page 13 I E. The trenches shall be carefully backflled with the excavated materials approved for backfilling, consisting or earth, loam, sandy clay, sand, or other approved materials, free from large clods of earth or stone. Rock, broken concrete or pavements and large boulders shall not be used as backfill material. The backfill shall be thoroughly compacted and evened off with the adjacent soil level. 'Any materials not suitable for backfill shall be removed from the site and disposed of. F. Select fill dirt or sand shall be used if soil conditions are rocky. In rocky areas the trenching depth shall be four inches below normal trench depths to allow for this bedding. The fill or dirt or sand shall be used in filling four inches above the pipe or wires. The remainder of the backfill shall contain no lumps or rocks larger than one inch. The top six inches of backfill shall be free of rocks, subsoil or trash. G. Backfill shall be placed in layers; the thickness of the layers shall depend on the I nature of the material and the method of compaction used. Compaction shall be accomplished in such a manner as to assure that there will be no future subsidence. H. Any trenches improperly backfilled,or where settlement occurs, shall be reopened to the depth required for compaction, then filled and compacted with the surface f restored to the required grade and left in a completed surface condition as described above. I. All excavation and backfill shall be unclassified and covered in the base bid. No additional charges will be allowed for rock encountered. 3.12 LEAK TEST A. When the main line or sections of the main line, laterals, swing joints and valves have been installed, the system (or section) will be thoroughly flushed. The system(or section)will then be pressurized for 8 hours at the operating pressure. B. All lateral lines, from the control valve to the spray head, shall be tested, for an operating period of 8 hours by capping the pipe at the sprinkler head and pressurizing the pipe. C. Any leakage found will be repaired and retested for another 8-hour period prior to backfilling. 3.13 CLEANING AND FLUSHING SYSTEM A. After pipe, fittings, and valves have been installed and connections made to the water source, flush pipes several times until free of all rocks, dirt, trash, pipe N LANDSCAPE IRRIGATION SYSTEM Section 02810 Page 14 shavings or debris before installing heads. After the pipe has been thoroughly flushed, start installing the heads with the water running, beginning with the one nearest the valve and working toward the ends of the laterals forcing the water and any debris left in the pipe out the last head connection. After the heads have been installed the system is to be operated several times before final inspection. The heads shall also be cleaned or replaced if necessary before final inspection. 3.14 PLANT MATERIALS A. Where it is necessary to excavate adjacent to plant materials, the Contractor shall use all possible care to avoid injury to plants and plant roots. Excavation in areas where two (2) inch and larger roots occur shall be done by hand. All roots two (2) inches and larger in diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall be heavily wrapped with burlap to prevent scarring or excessive drying. Where a trencher is run close to plants having roots smaller than two (2) inches in diameter,the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts through. Roots one (1) inch and larger in diameter shall be painted with two coats of Tree Seal,or equal. Trenches adjacent to plant should be closed within twenty-four (24) hours; and where this is not possible, the side of the trench adjacent to the plant shall be kept shaded with burlap or canvas. No trenching shall occur within 8' of existing trees if heads occur closer than 8' to an existing tree, the lateral trench shall be cut radial to the tnuik. 3.15 TEMPORARY REPAIRS A. The Owner reserves the right to make temporary repairs as necessary to keep the irrigation system equipment in operating condition. The exercise of this right by the Owner shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified. 3.16 CLEANUP A. Make final cleanup of all parts of the work before final acceptance. This cleanup shall include removal of all construction materials and equipment, and in general leaving the site in an orderly and finished appearance. B. The Contractor shall also remove from the site any rock or extra soil resulting from this contract and he shall restore the site to its original condition or better. END OF SECTION LANDSCAPE IRRIGATION SYSTEM Section 02810 Page 15 SECTION 02820 —GALVANIZED CHAIN LINK FENCE PART 1 - GENERAL 1.01 SECTION INCLUDES A. Galvanized coated chain link fencing and accessories for sports field and security use. 1.02 GATES AND RELATED SECTIONS A. Section 02741 Asphalt Paving B. Section 03301 Miscellaneous Cast-In-Place Concrete 1.03 SUBMITTALS A. Shop drawings: Layout of fences and gates with dimensions, details, and finishes of components, accessories, and post foundations. B. Product data: Manufacturer's catalog cuts indicating material compliance and specified options. 1.04 SPECIAL WARRANTY A. Provide Manufacturer's standard 12 year limited warranty. See Manufacturers Warranty for full details. PART 2- PRODUCTS t2.01 MANUFACTURER A. Products from qualified manufacturers having a minimum of five years experience manufacturing galvanized coated chain link fencing will be acceptable by the architect as equal, if approved in writing, ten days prior to bidding, and if they meet the following specifications for design, size gauge of metal parts and fabrication. B. Obtain chain link fences and gates, including accessories, fittings, and fastenings, from a single source. Approved Manufacturer: Master Halco, Inc. , ILI 4000 W. Metropolitan Drive, Suite 400 Orange, CA 92868 GALVANIZED CHAIN LINK FENCE Section 02820 Page 1 Phone(800)229-5615 Fax(714)385-0107 Site:www.fenceonline.com E-mail: wec0fenceonline.com J 2.02 MATERIALS l A. Posts,gate frames,braces, rails,stretcher bars,truss rods and tension wire shall be of steel. Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands and other parts shall be of steel, malleable iron, ductile iron or equal except that post tops,rail end,ties and clips may be of aluminum. B. Galvanized wire: Zinc coated Wire,ASTM A 392 - 1.2oz/sf. C. Size: Helically wound and woven to height drawing. 2 inch x 2 inch Mesh D. Selvage of fabric 0.5 inches at top and 0.5 inches at bottom. 2.03 STEEL FENCE FRAMING A. Steel pipe - Type I-A: ASTM F 1083-06, standard weight schedule 40; minimum yield strength of 30,000 psi (205 MPa); sizes as indicated. Hot-dipped galvanized with minimum average 1.8 oz/ft2(550 gW) of coated surface area.. B. Steel pipe - ASTM F 1083-06, standard weight schedule 40; high strength grade of minimum strength of 83,000 psi sizes as indicated. Hot-dipped galvanized with minimum average 1.8 oz/ft2(550 gW) of coated surface area. i End, Gate and Corner Post: 2-7/8""od Line(intermediate)Post: 8 feet high 2 -3/8"od Line(intermediate)Post: 10 feet high 2 - 7/8"od Rail and Braces: 1-5/8" od Back Stop: 4" od Line Post Supporting Batter's Eye 8 - 5/8"od Gate Post 4"od 2.04 ACCESSORIES A. Chain link fence accessories: ASTM F 626 Provide items required to complete fence system. Galvanize each ferrous metal item and finish to match framing. Fittings should match Master Halco specifications. B. Post caps: Formed steel or cast malleable iron weather tight closure cap for tubular posts. Provide one cap for each post. Cap to have provision for barbed wire when necessary. "C" shaped line post without top rail or barbed wire GALVANIZED CHAIN LINK FENCE Section 02820 Page 2 supporting arms do not require post caps. (Where top rail is used, provide tops to permit passage of top rail.) C. Top rail and rail ends: Pressed steel per ASTM F626, for connection of rail and brace to terminal posts. D. Top rail sleeves: 7" expansion sleeve with a minimum .137" wire diameter and 1.80" length spring, allowing for expansion and contraction of top rail. E. Wire ties: 9 gauge steel wire for attachment of fabric to line posts. Double wrap 13 gauge for rails and braces. Hog ring ties of 12 gauge for attachment F. Brace and tension bands: Pressed steel, minimum 300 degree profile curvature for secure fence post attachment. At square post provide tension bar clips. 1 G. Tension bars: One piece lengths equal to 2 inches less than full height of fabric with a minimum cross-section of 3/16" x 3/4". Provide tension bars where chain link fabric meets terminal posts. H. Tension wire: Galvanized coated steel wire, 6 gauge, diameter wire with tensile strength of 75,000 psi. I. Truss rods & tightener: Steel rods with minimum diameter of 5/16". Capable of withstanding a tension of minimum 2,000 lbs. J. Barbed wire: Class 3, zinc coated steel wire double-strand, 12-1/2 gauge twisted line wire with galvanized steel,4 point barbs spaced approximately 5"on center. ® K. Nuts and bolts are galvanized. ■ 2.05 SETTING MATERIALS ' A. Concrete: Minimum 28 day compressive strength of 3,500 psi (20 MPa). PART 3 -EXECUTION 3.01 EXAM INATION A. Verify areas to receive fencing are completed to final grades and elevations. B. Ensure property lines and legal boundaries of work are clearly established. GALVANIZED CHAIN LINK FENCE Section 02820 Page 3 3.02 CHAIN LINK FENCE FRAMING INSTALLATION A. Install chain link fence in accordance with ASTM F 567 and manufacturer's instructions. B. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30°or more. C. Space line posts uniformly on center. I D. Concrete set terminal posts: Drill holes in firm, undisturbed or compacted soil. Holes shall have diameter 4 times greater than outside dimension of post, and depths approximately 6" deeper than post bottom. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. Set post bottom 36" below surface when in firm, undisturbed soil. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts. E. Drive Anchor posts: With protective cap, drive post 36" into ground. Slightly Y below ground level install drive anchor shoe fitting. Install 2 diagonal drive anchors and tighten in the shoe. F. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. G. Bracing: Install horizontal pipe brace at mid-height for fences 6' and over, on each side of terminal posts. Firmly attach with fittings. Install diagonal truss rods i at these points. Adjust truss rod,ensuring posts remain plumb. H. Tension wire: Provide tension wire at bottom of fabric. Install tension wire before stretching fabric and attach to each post with ties. Secure tension wire to fabric with 12 gauge hog rings 24"oc. I. Top rail: Install lengths, 21'. Connect joints with sleeves for rigid connections for expansion/contraction. J. Center Rails: (see drawings). Install mid rails between posts with fittings and accessories. K. Bottom Rails: Install bottom rails between posts with fittings and accessories. 3.03 CHAIN LINK FABRIC INSTALLATION A. Fabric: Install fabric on security side and attach so that fabric remains in tension after pulling force is released.Leave approximately 2" between finish grade and GALVANIZED CHAIN LINK FENCE Section 02820 Page 4 bottom selvage. Attach fabric with wine ties to line posts at 15" on ce nter and to rails,braces, and tension wire at 24"on center. B. Tension (stretcher) bars: Pull fabric taut; thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15" on center. 3.04 ACCESSORIES A. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. B. Fasteners: Install nuts on side of fence opposite fabric side for added security. 3.05 CLEANING A. Clean up debris and unused material, and remove from the site. END OF SECTION GALVANIZED CHAIN LINK FENCE Section 02820 Page 5 SECTION 02840-TURF SODDING PART 1 - GENERAL 1.01 DESCRIPTION A. Work Included: This work includes all labor, materials and equipment for soil preparation, fertilization, planting and other requirements regarding turfgrass sodding shown on the plans. B. Related Work Specified Elsewhere: Section 02300,Earthwork. 1.02 REFERENCE STANDARDS A. For exotic plant materials: American Joint Committee of Horticultural Nomenclature, Second Edition, 1942. B. For native materials 1. Manual of the Vascular Plants of Texas by Correll and Johnston 2. Check List of Vascular Plants of Texas by Hatch 3. Flora of North Central Texas by Shinners and Moller 1.03 SUBMITTALS A. Samples, certificates and specifications of sod, fertilizer, compost, soil amendments or other materials may be requested by the Project Manager. B. All delivery receipts and copies of invoices for materials used for this work shall be subject to verification by the Project Manager. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Sod: Harvesting and planting operations shall be coordinated with not more than forty eight hours elapsing between the harvesting and planting. B. Fertilizer 1. Unopened bags labeled with the analysis. 2. Conform to Texas Fertilizer Law. TURF SODDING Section 02840 Page 1 1.05 QUALITY CONTROL A. The contractor who plants the sod is responsible for supervision of his crew, while planting the sod and maintaining the sod until the project is accepted by the City. PART2 - PRODUCTS 2.01 SOD A. The sod shall be "Common Bermuda" and shall consist of stolons, leaf blades, rhizomes and roots with a healthy, virile system of dense, thickly matted roots throughout the soil of the sod for a thickness not less than one inch. Sod shall be alive, healthy and vigorous and shall be free of insects, disease, stones and undesirable foreign materials and grasses. Sod shall have been produced on growing beds of clay or clay-loam topsoil. The sod shall not be harvested or planted when its moisture condition is so excessively wet or dry that its survival will be affected. If sod is stacked, it shall be kept moist and shall be stacked roots-to-roots and grass-to-grass. B. The sod shall be cut in strips four feet wide, or as called for on plan, to be laid parallel with the contours. 2.02 FERTILIZER A. All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis. B. All fertilizer shall be in acceptable condition for distribution and shall be applied uniformly over the planted area two weeks after sodding. C. All fertilizer shall have an analysis of 3-1-2 or as designated on the plans. The fertilizer rate shall be 45 pounds of nitrogen per acre. 2.03 WATER A. The water shall be furnished by the Contractor and shall be clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. The amount of water will vary according to the weather variables. Generally,the sod should be soaked one time per day for three weeks or until established. Soaking is mandatory after spreading the fertilizer. TURF SODDING Section 02840 Page 2 2.04 COMPOST A. All compost material is to be totally organic and decomposed for at lease nine months. All compost is to be clean and free of fungus, disease, live plants, seed, excessive cotton lint and any harmful chemicals. "New Life Soil Conditioner" or "Perma Green Compost", as specified below or an approved equal, shall be used. Raw organics are not acceptable. 1. For soil with an alkaline pH condition: Use "New Life Acid Gro" (acid pH)soil conditioner as produced by Soil Building Systems of Dallas, or an approved equal. 2. For soil with an acidic pH condition: Use "Perms Green Compost" by Texas Earth Resources, Inc. of Dallas, or "New Life Natural Grower" (ph 8.0 to 9.0)by Soil Building Systems, Inc., of Dallas. 3. Sample and Specification Submittal: Submit a producer's specification and a quart sample of the compost proposed for the Project Manager's approval. PART 3 -EXECUTION 3.01 GENERAL A. All turfing operations are to be executed across the slope, parallel to finished grade contours. 3.02 SOIL PREPARATION A. Scarify subgrade to a depth of three inches (3") before depositing the required topsoil. B. Tillage shall be accomplished to loosen the topsoil, destroy existing vegetation and prepare an acceptable sod bed. All areas shall be tilled with a heavy duty disc or a chisel-type breaking plow, chisels set not more than ten inches apart. Initial tillage shall be done in a crossing pattern for double coverage, then followed by a disc harrow. Depth of tillage shall be five inches. A heavy duty rototiller may be used for areas to be planted with sod. C. Cleaning: Soil shall be further prepared by the removal of debris, building materials,rubbish, weeds and stones larger than one inch in diameter. D. Fine Grading: After tillage and cleaning, all areas to be planted shall be topdressed with one-half inch compost and then shall be leveled, fine graded, and drug with a weighted spike harrow or float drag. The required result shall be the TURF SODDING Section 02840 Page 3 elimination of ruts,depressions,humps and objectionable soil clods. This shall be the final soil preparation step to be completed before planting. 3.03 PLANTING A. Prior to laying the sod, the planting bed shall be raked smooth to true grade and moistened to a depth of four inches, but not to the extent causing puddling. The sod shall be laid smoothly, tightly butted edge to edge, and with staggered joints. The sod shall be pressed firmly into the sod bed by mechanical roller so as to eliminate all air pockets, provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Following compaction, compost shall be used to fill all cracks between sods. Excess compost shall be worked into.the grass with suitable equipment and shall be well watered. The quantity of compost shall be such that it will cause no smothering or burning of the grass. 3.04 FERTILIZING A. Twenty-one days after planting,turfgrass areas shall receive an application of 3-1- 2 fertilizer at the rate of 45 pounds of nitrogen per acre. Water well after application to prevent burning as per requirements indicated in Part 2 — 2.03 [ Water END OF SECTION f 1 l TURF SODDING Section 02840 Page 4 0 0 SECTION 02845 ATHLETIC FIELD GRASSING PM PART 1 - GENERAL 1.01 DESCRIPTION A. The work of this section consists of removal of stones, sticks, roots and other debris from all finished graded areas to be grassed; soil preparation, fertilization and sprigging, seeding and sod installation for all areas designated to be grassed, regardless of existing soil conditions. 1.02 SUBMITTALS AND TESTING A. Seed 1. Seed shall be labeled in accordance with the United States Department of Agriculture under the Federal Seed Act, AOSA, and state seed laws. Each seed container shall bear the date of the last germination, which date shall be within a period of six months prior to commencement of the targeted planting operations. Seed that has become damaged in transit or in storage will not be acceptable. The type and minimum percentage-by-weight of pure live seed shall be as follows: Pity 98 percent Live Seed 90 percent Crop Seed 0 percent Weed Seed 2 percent 2. Each lot of seed shall be subject to sampling and testing at the discretion of the Project Manager. 3. At the request of the Project Manager a 50-gram (1/8 lb.) sample of each seed type and seed lot shall be sent to an independent registered seed lab for testing. Sampling and testing will be in accordance with the latest Rules and Regulations under the Federal Seed Act, AOSA and state seed laws. B. Fertilizer 1. The fertilizer shall be delivered to the site in bags or other convenient containers, each fully labeled, conforming to applicable state fertilizer laws, and bearing the name, trade name or trademark, and the warranty of the producer. C. Sprigs/Sod ATHLETIC FIELD GRASSING Section 02845 Page 1 1. All sprigs and sod shall be freshly cut and in excellent viable condition upon arrival at jobsite. Tifway 419 sprigs shall be furnished in lengths no greater than four (4) inches. No dead top growth from previous growing seasons shall be included with live sprigs. All sprig and sod material shall be obtained from sources within the North Central Texas area. The contractor will be responsible for providing submittals to the City as to the source of sprigs and the providing vendor. Vendors outside the North Central Texas area will not be considered. D. Soil Tests 1. Well in advance of soil preparation, Contractor shall submit representative I soil samples from each athletic field to an approved agricultural or agronomic laboratory for testing to determine the need for soil reaction or other specific fertility adjustments. The results of such tests shall be provided to the project manager for a determination if fertilization specifications are applicable per 2.01.A.2 of this section. Costs for testing as well as specific reaction and fertility requirements differing from those specified shall be borne by Contractor. E. Certificates 1. Manufacturer's certification that seed and mulch meet specification requirements. F. File all results and certificates with the Owner prior to the final acceptance. G. Maintenance Instructions 1. Submit to the Owner prior to the final acceptance. H. Test Reports 1. Submit certification of fertilizer analysis. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Landscape Irrigation System B. Earthwork 1.04 QUALITY ASSURANCE A. Reference Standards ATHLETIC FIELD GRASSING Section 02845 Page 2 1. Official Method of Analysis of the Association of Official Analytical Chemists. 2. American Sod Producers Association(ASPA), latest edition. B. Source Quality Control 1. Owner reserves the right to inspect and approve the sod/sprigs before it is cut at the source of the sod/sprigs. 2. Inspection of sod at the source does not preclude the right of rejection at the job site. 3. Contractor shall submit name of grass supplier and nursery location with Bid Documents. If supplier is not a recognized supplier of grass, as noted herein, Project Manager may require an inspection of the nursery. All expenses related to such an inspection are the responsibility of the Contractor, including Per Diem fees for the Project Manager. C. Seed shall be purchased from a reputable seed company such as the following or approved equal: The Scotts Company Lofts, Inc. 14111 Scottslawn Road P.O. Box 146 Marysville, OH 43040 Bound Brook,NJ 08805 1-800-543-0006 201-356-8700 Northrup King, Co. Seeds West, Inc. P.O. Box 959 Roll, Arizona Minneapolis, MN 55440 520-783-2050 612-593-7333 D. Sprigs / sod shall be purchased from a reputable grass nursery such as the following or approved equal: Turfgrass America 911 E. HWY 377 Grandbury, TX 76048 (817)279-8504 E. Compost shall be purchased from a reputable source such as the following or approved equal: %ittlesey Landscape Supply Garden Ville Landscape Supply 9405 Dessau Road 7561 East Evans Road Austin, Texas San Antonio,Texas (512) 836-7423 (210) 615-6115 ATHLETIC FIELD GRASSING Section 02845 Page 3 i F. Turf Hydroseed/Sprigging/Sodding Installation Qualifications 1. The Contractor and/or Sub-Contractor shall: a. Have their principal place of business located in the State of Texas and shall provide documentation of such if requested by the Owner. b. Have successfully completed no less than ten (10) large athletic field turf installations,five(5)within the North Central Texas area, with at least five of the turf installations matching the predominant ! turf installation requirements for this project(sprigging, sodding or t hydroseeding, in the last five years. C. Provide references for each project including the name, address, telephone number, and contact person for the Owner and Consultant. d. Attach list of projects to Contractor's Qualifications Statement and I enclose with bid. 1.05 DELIVERY AND HANDLING A. Seed shall be furnished in sealed standard containers unless exception is granted in writing by the contracting agency. Seed delivered to the job site shall be stored in a cool, dry, dark location until ready for use. Protect all materials from deterioration during delivery and storage. B. The Contractor shall provide and plant the grass sprigs by shredding the grass at the time of harvest and by delivering it to the job site and having it planted in the ground within twenty-four(24)hours after it has been harvested. 1.06 JOB CONDITIONS A. No grassing is to be done until the irrigation system in the area to be grassed has been proven to be operable and reliable. B. All finished grades shall be approved by Project Manager prior to grassing. If grassing is done prior to grade approval the grassing is subject to removal and replacement once unacceptable graded areas have been revised. The grass replacement shall be done with new grass material at no additional cost to the Owner. C. Environmental Requirements 1. Sprigging shall be performed between May 15 and August 1 or as approved by Owner. ATHLETIC FIELD GRASSING Section 02845 Page 4 2. Frozen sod or sprigs may not be used nor shall sod or sprigs be placed on frozen ground. 3. In times of drought, special provisions must be made to prevent the drying of the sod or sprigs. All provisions shall be approved by the Owner and all such associated costs borne by the contractor. 4. Do not sod or sprig when soil is excessively wet or dry. 5. Seed between calendar dates from April 15 to August 1 or when soil temperatures are consistently above 65 degrees. 6. Do not seed when excessively wet or dry. 7. Do not perform seeding or hydromulching when wind exceeds 15 mph. D. Protection 1. Restrict foot and vehicular traffic from grassed areas after installation until final inspection and acceptance. 1.07 GUARANTEE A. Substantial Completion 1. Grassing shall be approved as being in accordance with specifications upon achievement of a complete stand of grass as approved by the Owner. A stand of grass is deemed as follows: Hydraulic Seeding: Full coverage per square foot of vigorously growing plants. Sprigs: Full coverage of the soil by vigorously growing, fully rooted and viable turf. B. Maintenance Period 1. Maintain newly grassed areas until entire project is accepted by the Owner. 2. Any grassed areas that become eroded, damaged or any areas of grass that fail to become established satisfactorily due to material or installation methods used, such areas shall be reseeded, resprigged or resodding to the extent deemed necessary to insure substantial completion at no additional cost to the Owner. 3. Repair construction related damage to other plants or lawns during the maintenance period at no additional cost to the Owner. 4. Maintenance shall consist of, but not be limited to: a. Weeding b. Watering(see 2.05) C. Mowing and Edging (see 3.01-F.) d. Spraying ATHLETIC FIELD GRASSING Section 02845 Page 5 i e. Fertilizing f. Repair of Erosion Damage C. Guarantee Period I 1. The City shall assume responsibility of turf upon successful completion of project final inspection compliance items. PART 2 -MATERIALS 2.01 SOIL AMENDMENTS A. Fertilizer 1. Pre-Plant: Basic fertilizer for areas to be grassed shall be a Lesco 18-24- 12 or approved equal. Unless amended by soil reports, the quantity of application shall be 320 lbs. per acre. 2. Post-Plant: Second application of the aforementioned, Lesco 18-24-12, shall be applied three (3) weeks after planting. 2.02 SPRIGS A. 11 sprigs shall be certified as to genetic purity and be free from pests and disease. All sprigs shall come from a nursery approved by the Project Manager. 1. Athletic Fields: 419 Tifway @ Hybrid Bermuda 2. Rate: 130 U.S. bushels(1.24 cu ft) Per acre 2.03 HYDRAULIC SEEDING A. Seed 1. Species: Certified Yuma — Improved Turf Type Bermuda Grass of 98% purity. 2. Percent of Live Seed: 90%. 3. Clean, dry,new crop seed. 4. Free of all weeds. B. Mulch 1. Maximum Moisture Content......................................... 10% " 3%, VTM-47 2. Cellulose Fiber Content.....................................98.6% " 2%, ASTM D-586 3. Ash Content.....................................................0.8% V 0.2%, ASTM D-586 4. PH ...................................................................................................4.8 V 0.5 ATHLETIC FIELD GRASSING Section 02845 Page 6 E"1 M 5. Minimum Water Holding Capacity ...................90%MINIMUM, VTM-4 6. Mulch shall be dyed green with a biodegradable dye that does not inhibit plant growth. 7. Wood fiber mulch shall be packaged in units not exceeding 100 lbs. The package shall contain current labels, the manufacturers name and the net weight. 2.04 WATER A. Water will be available through the project irrigation system. The grassing operations should not be commenced until the irrigation system is completely operational. The contractor shall also be responsible for all additional temporary irrigation necessary for the establishment of all turf area identified in the project ' scope. PART 3 - EXECUTION 3.01 PREPARATION/INSTALLATION/ESTABLISHEMENT/MAINTENANCE A. All stones 3/4 inch and larger, sticks and roots over 1/2 inch in diameter and 6 inches long, and any other lumps or debris larger than 3/4 inch occurring within the top 1 inch of soil which become visible during soil preparation, grassing, or specified grow-in period shall be removed. Areas where the soil, either existing or imported, has been severely compacted by traffic shall be disced to a depth of 4 inches to loosen the soil. Areas, which have not been heavily compacted, shall be disced to a depth of 2-3 inches to loosen soil and create a friable condition for seeding. Existing grasses and weeds may be disced under and killed as long as they do not interfere with producing a smooth and friable seedbed. All areas to be grassed shall be smoothed with a pipe/mat drag combination to level high spots and fill low spots simultaneously. All depressions, which do not drain, shall be eliminated to avoid standing water. All eroded and silted areas shall be restored to the proper finished grade. B. Fertilizer 1. Pre-Plant: apply fertilizer twice. The first application shall be performed in a north-south direction. Post —Plant: the second application shall be performed in an east-west direction and applied three (3) weeks after planting. Both fertilizer applications shall be performed at a rate of 320 lbs. Per acre. 2. Disc the first fertilizer application into the soil to a depth of two (2") inches to four(4") inches. ATHLETIC FIELD GRASSING Section 02845 Page 7 C. Contractor shall outline all areas to be grassed with stakes or wire flags. Outlines shall be adjusted and/or approved by Project Manager prior to grassing. D. Install sod, sprig or seed as specified. E. Turf Establishment 1. Watering — Water to local industry standard rates for successful turf establishment F. Mowing I 1. When grass reaches two inches (2") in height, mow to 1 to 1-1/2 inches in height. 2. Do not cut more than 30%of grass leaf in single mowing. J 3. Remove grass clippings and dispose of off site. 1 4. Resprig, resod and reseed all bare spots not having uniform stand of grass in accordance to 1.07.A-Substantial Completion G. Maintenance—Refer to 1.07.B of this Section 3.02 SPRIGGING A. All areas indicated in Grassing Plans shall be sprigged to the type and rates specified herein. B. Approved large tractor-pulled planting equipment will be used on large, level, athletic field areas. This equipment shall contain Coulter blades or similar devices for pushing the sprigs at least 1-1/2" into the friable topsoil bed. A farm disk shall not be used to incorporate sprigs. C. Areas too steep or irregular for the use of large planting equipment shall be grassed by hand broadcasting the sprigs and using a smaller, walk-behind planter to incorporate the sprigs into the prepared soil. D. Sprigged areas shall be watered within forty-five (45) minutes of installation of sprigs. E. Sprigs shall be kept moist until they are rooted. Do not keep sprigs too wet. F. Presence of algae on soil is indicator that soil is too wet. Once sprigs green up, modify watering schedule for optimum growth. 3.03 HYDRAULIC SEEDING A. Hydraulic Seeding ATHLETIC FIELD GRASSING Section 02845 Page 8 1. Apply hydromulch material with an approved spray applicator equipment suitable for the seed,mulch and stabilizer specified. 2. Apply materials at the following rates or as approved by the Landscape Architect. ' a. Mulch with Tackifier 1,600 pounds per acre(36.75 lbs/1000 sf). b. Yuma Bermuda Grass: 2-lb/1000 sf. C. Tackifier: as specified my manufacturer. ' 3. Water all hydromulched areas to a minimum depth of 4 inches. B. Seed Establishment 1. Watering 2. Keep soil moist during seed germination period. ' 3. Supplement rainfall as required until a stand of grass is established 3.04 SOD A. Install specified sod per industry standards. Finish grade must be accepted by Owner prior to installation. Sod shall be mechanically rolled to insure adherence to soil with no undulations. 3.05 INSPECTION/ACCEPTANCE/GUARANTEE A. The Owner shall evaluate all grassed areas approximately twenty-one (21) days after installation of seed, sprigs, plugs or sod to determine whether a satisfactory stand of grass appears likely. The Owner shall be the sole judge as to acceptability of grass establishment in accordance to 1.07-A. -B. -C. 3.06 CLEANING A. Perform cleaning during installation of the work and upon completion of the work. Remove from site all excess materials, debris, and equipment. Repair damage resulting from grassing operations. END OF SECTION 1 ATHLETIC FIELD GRASSING Section 02845 Page 9 SECTION 02860-PLAYGROUND EQUIPMENT PART 1 - GENERAL 1.01 DESCRIPTION A. This section shall include all materials, labor,tools, equipment, transportation and supervision required for the installation of new playground equipment. 1.02 RELATED WORK A. Section 02140—Site Under drains B. Section 02537-Engineered Wood Fibar Playground Surfacing C. Section 02870- Site Furnishings D. Section 03301 —Miscellaneous Cast-In-Place Concrete 1.03 QUALITY ASSURANCE/PRODUCTS A. Codes and Standards: 1. All equipment and materials shall comply to the following standards: a. U. S. Consumer Product Safety Commission (CPSC) ASTM Designation F1487 (Standard Consumer Safety Performance Specification for Playground Equipment for Public Use) 1 b. International Play Equipment Manufacturers Association(IPEMA) 2. All equipment shall be new and conform to equipment standards as noted in Part 2—2.02. 3. The Bidder shall be responsible for defects in equipment due to faulty ' material or manufacturing, damage or loss. B. Submittals: 1. Submittals must be received and approved by the Project Manager prior to ordering equipment. Refer to General Requirements — Section 01640 — 1.02. 2. Submittals Prior to Construction - Submit manufacturers' documentation of product compliance with CPSC and ASTM F 1487 Standards including: a. All paints and other similar finishes must meet the current CPSC Regulation for lead in paint (0.06 percent maximum lead by dry weight). PLAYGROUND EQUIPMENT Section 02860 Page 1 b. Regardless of the material or the treatment process, the g P manufacturer shall ensure that the users of the playground r equipment cannot ingest, inhale, or absorb any potentially IL hazardous amounts of substances through body surfaces as a result of contact with the equipment. C. Submittals must be received and approved by the Project Manager L prior to ordering equipment. Refer to General Requirements — Section 01640— 1.02 3. Submittals Prior to Project Acceptance — Contractor shall submit all manufacturers' literature to the Project Manager prior to acceptance of the project. L 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Protect from inclement weather: wet,damp, extreme heat or cold. B. Store in a manner to prevent warpage,bowing or damage. C. All construction material such as subsurface drain gravel and play surface material may not be delivered to the site until installation of such material. (, L D. Operation and Maintenance Manuals — Prepare and deliver to the Owner within ten(10) calendar days prior to completion of construction; two(2)hard cover and three (3) ring binders containing the following information: 1. Index sheet stating Contractor's address, telephone and fax number, e-mail address and listing of equipment with the name and addresses of the local equipment manufacturer's representative. 2. Catalog and parts sheets on each product and equipment type installed under contract 3. Guarantee Statement. 4. Complete operating and maintenance instruction on all major equipment. I 1.05 JOB CONDITIONS A. The Contractor shall be responsible for the protection of unfinished work and shall be responsible for the safety of the park users utilizing unfinished gquipment. B. The Contractor shall be required to submit a Safety Plan indicating the use of temporary construction fencing, signage and barriers necessary to prevent park users from utilizing unfinished equipment for Owner approval at the Pre- Construction meeting. At any time during construction non compliance to the Safety Plan or any other safety hazard is found to exist on the construction site, PLAYGROUND EQUIPMENT Section 02860 Page 2 f L t The Contractor shall be required to correct any and all non compliance issues and /or safety hazards immediately within the same day of notification. C. All cost incurred be the Contractor to insure compliance to this specification shall be subsidiary to the cost of purchase and installation of equipment. ' PART 2 - PRODUCTS 2.01 GENERAL ' A. Approved play component structures for each playground prototype option (see below) and ancillary equipment shall consist of equipment supplied by pre- approved equipment manufacturers / vendors noted below and as noted on the Equipment Schedule of the plans. 1. Prototype Option No. 1 ' a. Gametime - Model No. TFWNP403C (Southwest Parks and Playgrounds, Inc. 1- 800-433-5347) b. Playworld Systems — Model No. P24423F (The Playwell Group ' 1-800- 726-1816 C. Burke—Model No. 57-8 (Child's Play, Inc. 1-972-484-0600) 2. Prototype Option No. 2 a. Gametime—Model No. TFWNP503C b. Playworld Systems- Model No.P24424C 3. Prototype Option No. 3 a. Gametime—Model No. TFWNP603C b. Playworld Systems—Model No.P23318B C. Burke—Model No. 56-8 PART 3- EXECUTION i3.01 GENERAL A. All items shall be supplied by Contractor and installed as per manufacturer's recommendations. 3.02 FALL ZONES A. Contractor shall verify all fall zone clearances onsite prior to installing the equipment. Notify the Landscape Architect of any conflicts or discrepancies. The Contractor will be required to remove and reinstall any mow strips /hardscao at own expense and at no additional contract time if fall zone discrepancies are found and require remedy ' PLAYGROUND EQUIPMENT Section 02860 Page 3 3.03 CONCRETE FOOTINGS: A. The finished grade of all concrete footings shall be set a minimum twelve inches below the finish grade of surfacing material. 3.04 FASTENERS: A. All nuts and bolts shall be upset and tack welded to prevent disassembly on all equipment that is not installed with specialized fasteners. 3.05 INSTALLATION SEQUENCING: A. The Contractor will not be allowed to deliver on site and install any playground equipment until gradework, mow strip, subsurface drainage and all other hardscape items have been installed and approved by the Project Manager. The Contractor will be required to remove any equipment from the site at own expense and at no additional contract time if found to be in non-compliance to this specification note. END OF SECTION PLAYGROUND EQUIPMENT Section 02860 Page 4 Q SECTION 02870- SITE FURNISHINGS PART 1 - GENERAL RM 1.01 DESCRIPTION A. Furnish and supply all labor, equipment, materials and incidentals necessary to assemble, install and otherwise construct park equipment as listed under products. 1.02 RELATED WORK A. Section 03301 —Miscellaneous Cast-in-Place Concrete B. Section 07920 - Caulking and Sealants 1.03 QUALITY ASSURANCE A. All equipment shall be free of sharp edges and corners, or extremely rough surfaces. B. All materials shall be new and conform to all standards per specified product or approved equal (see Division I — Section 01640 / Substitutions And Product Options C. The bidder shall be responsible for defects in equipment due to faulty materials or manufacturing,damage or loss. D. Metal shall be straight or at design radii or bends, without kinks, and shall be-true to shape. E. Codes and Standards: All "accessible" site furnishings shall comply with the current Texas Accessibility Standards (TASI of the Architectural Barriers Act, Article 9102,Texas Civil Statutes(512)453-3211. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Protect from inclement weather: wet,damp,extreme heat or cold. B. Store in a manner to prevent warpage and/or bowing. 1.05 JOB CONDITIONS j A. The contractor shall be responsible for protection of unfinished work and shall be responsible for the safety of park users utilizing unfinished equipment. SPCE FURNISHINGS Section 02870 Page 1 i i PART 2 - PRODUCTS 2.01 Equipment q pment as specified on plans or approved eaqual. PART 3- EXECUTION 3.01 INSTALLATION A. Fasteners: All nuts and bolts shall be upset and tack welded to prevent disassembly. B. Manufacturer's Installation Instructions: The Contractor shall follow the manufacturer's installation instructions and give the Landscape Architect the instructions for filing, unless otherwise stated. Set benches and picnic tables level. END OF SECTION SITE FURNISHINGS Section 02870 Page 2 SECTION 02930 -SEEDING PART 1 -GENERAL 1.01 DESCRIPTION A. Work Included: Seeding of grass seed or wildflower seed, as specified on th e plans. B. Related Work Specified Elsewhere: Section 02300, Earthwork. 1.02 REFERENCE STANDARDS A. Standardized Plant Names 1. For exotic plant materials: American Joint Committee of Horticultural Nomenclature, Second Edition, 1942. 2. For native materials a. Manual of the Vascular Plants of Texas by Correll and Johnston b. Check List of Vascular Plants of Texas by Hatch c. Flora of North Central Texas by Shinners and Moller B. Texas Highway Department: Standard Specifications for Construction,Item 164, "Seeding for Erosion Control"and Item 180, "Wildflower Seeding". 1.03 SUBMITTALS A. Seed - 1. Vendors' certification that seeds meet Texas State seed law including: ' a. Testing and labeling for pure live seed(PLS) b. Name and type of seed 2. If using native grass or wildflower seed,seed must have been harvested within one hundred(100)miles of the construction site. 3. All seed shall be tested in a laboratory with certified results presented to the City, in writing,prior to planting. 4. All seed to be of the previous seasods crop and the date on the container shall be within twelve months of the seeding date. 5. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. B. Fertilizer 1. Unopened bags labeled with the analysis SEEDING Section 02930 Page 1 2. Conform to Texas fertilizer law 1.04 JOB CONDITIONS A. Planting Season: The season varies according to species(see Part 2 -Products). Do not seed when soil is excessively wet or dry or when wind exceeds ten(10) miles per hour. B. Schedule After All Other Construction and planting is complete. C. Protect and Maintain Seeded Areas 1. From erosion 2. From traffic and all other use i 3. Until seeding is complete and accepted 1.05 QUALITY CONTROL The contractor who plants the seeds, whether the general contractor or a subcontractor, is responsible for daily supervision of his crew, and for the planting and maintaining of seedlings until acceptable, viable growth is achieved and the project accepted by the City. l PART 2—PRODUCTS 2.01 MATERIALS L A. Seed I All seed shall be planted at rates based on pure live seed(PLS=purity x germination)per acre. Substitution of individual seed types due to lack of availability shall be made only I by the City at the time of planting. The Contractor shall notify the City,prior to bidding, of difficulties locating certain species. Only those areas indicated on the plans and areas disturbed by construction shall be seeded. Prior to seeding,each area shall be marked in the field and approved by the City. Any adjustment of area location by the City shall be considered incidental and shall not entitle the Contractor to additional compensation. Weed seed shall not exceed ten percent(10%) by weight of the total of pure live seed(PLS)and other material in the mixture. Johnsongrass and nutgrass seed shall not be allowed. The seed shall be clean,dry and harvested within one year of lantin . P g SEEDING Section 02930 Page 2 1. Non-native crass seed shall consist of: If planted between Apri1.15 and September 10: Lbs./Acre Common Name Scientific Name Egfily Germination 25 Bermuda(unhulled) Cynodon dactylon 85% 90% 75 Bermuda(hulled) Cynodon dactylon 95% 90% Substitute the following if planted between September 10 and Apra 15: 220 Rye Grass Lolium multiflorum 82% 80% 40 Bermuda(unhulled) Cynodon dactylon 84% 85% 2 Native grass seed -The seed shall be planted between February 1 and October 1 and shall consist of: Lbs. PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis *These grasses are not to be planted within ten feet of a road or parking lot or within three (3) feet of a walkway. 3 Wildflower seed -All wildflower seeds are to be hand broadcast, (see 3.02,A). The seed shall be planted between March 5 and May 31 or between September 1 and December 1 and shall consist of: Lbs.PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden-Wave Coreopsis basalis 1 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida SEEDING Section 02930 Page 3 Lbs. PLS/Acre Common Name Botanical Name 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifda 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea *These wildflowers are not to be planted within ten feet of a road or parking lot or within three feet of a walkway. 4. Temporary erosion control seed When specified on the plans,temporary control measures shall be I performed. These measures shall consist of the sowing of cool season 1 plant seeds and the work and materials as required in this section. B. Mulch 1. Mulch should be designed for use with conventional mechanical or hydraulic planting of seed, either alone or with fertilizer. 2. Mulch should be wood cellulose fiber produced from virgin wood or recycled paper-by-products(waste products from paper mills or recycled newspaper). 3. Mulch should contain no growth or germination inhibiting factors. I 4. Mulch should contain no more than ten percent(10%)moisture,air dry weight basis. 5. Additives shall include a binder in powder form. . 6. Material shall form a strong moisture retaining mat. C. Fertilizer 1. All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis. 2. All fertilizer shall be in acceptable condition for distribution and shall be applied uniformly over the planted area. 3. Analysis of 16-20-0, 16-8-8,or as designated on the plans. Fertilizer rate: a. No fertilizer is required for wildflower seeding. b. Where applying fertilizer on newly established seeding areas- 100 pounds of Nitrogen per acre. C. Where applying fertilizer on established seeding areas- 150 pounds of Nitrogen per acre. SEEDING Section 02930 Page 4 , at no cost to the Owner, b means D. Water: Shall be fianushed by Contractor, y of temporary metering/irrigation,water truck or by any other method necessary to achieve viable, acceptable stand of turf as noted in 3.04.B.2. of this specification. The water source shall be clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. The amount of water will vary according to the weather variables. Generally,an amount of water that is equal to the average amount of rainfall plus one half inch(1/2")per week should be applied for approximately three weeks or until project is accepted by the City. E. Erosion Control Measures 1. For seeding application in areas up to 3:1 slope,use cellulose,fiber or ' recycled paper mulch, (see 2.01,B. Mulch and 3.03). 2. For seeding application in areas 3:1 slope or greater, use the following soil retention blanket(Follow the manufacturer's directions): "Curlex P" from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington,Texas 76001, 1-800-777-SOIL. 2.02 MIXING Seed,mulch, fertilizer and water may be mixed provided that: 1. Mixture is uniformly suspended to form a homogenous slurry. 2. Mixture forms a blotter-like ground cover impregnated uniformly with grass seed. 3. Mixture is applied within thirty(30)minutes after placed in the equipment. PART 3—EXECUTION 3.01 SEEDED PREPARATION A. Clear Surface of All Materials, Such As: 1. Stumps,stones, and other objects larger than one inch. 2. Roots,brush,wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Tilling 1. In all compacted areas till one inch(V)deep. 2. If area is sloped greater than 3:1, run a tractor parallel to slope to provide less seed/water run-off. 3. In areas near trees: Do not till deeper than one half(1/2") inch inside "drip line" of trees. SEEDING Section 02930 Page 5 I C. Watering: Soil should be watered to a minimum depth of four inches within forty I eight(48)hours of seeding. I 3.02 SEEDING ` A. If Sowing Seed By Hand 1. Broadcast seed in two directions at right angles to each other. 2. Harrow or rake lightly to cover seed. 3. Never cover seed with more soil than twice its diameter. 4. For wildflower plantings,scalp existing grasses to one (1")inch, remove grass clippings,so seed can make contact with the soil. B. Mechanically Seeding(Drilling): I If mechanically seeding(drilling)the seed or seed mixture,the quantity specified shall be uniformly distributed over the areas shown on the plans or where I directed. All varieties of seed,as well as fertilizer,may be distributed at the same time provided that each component is uniformly applied at the specified rate. Seed shall be drilled at a depth of from one quarter inch to three eighth inch(1/4"- 3/8")utilizing a pasture or rangeland type drill. All drilling is to be on the contour. After planting,the area shall be rolled with a roller integral to the seed drill,or a corrugated roller of the"Cultipacker" type. All rolling of slope areas shall be on the contour. 3.03 MULCHING i A. Apply uniformly after completion of seeding in areas up to 3:1 slope. Mulch may .� be applied concurrently with fertilizer and seed,if desired. B. Apply at the following rates unless otherwise shown on plans: 1. Sandy soils, flat surfaces-minimum 1,500 tbs./acre. 2. Sandy soils,sloping surfaces-minimum 1,8001bs./acre. 3. Clay soils, flat surfaces-minimum 2,5001bs./acre. 4. Clay soils, sloping surfaces-minimum 3,000 lbs./acre. 5. "Flat"and"sloping" surfaces will be shown on the plans if not visually obvious. C. Apply within thirty(30) minutes after placement in equipment. Keep mulch moist, by daily water application, if necessary: 1. For approximately twenty-one (2 1)days,or SEEDING Section 02930 Page 6 2. Until seeds have germinated and have rooted in soil, (see 3.04.B.2.)and project has been accepted by the City. I 3.04 MAINTENANCE AND ACCEPTANCE A. Includes protection, replanting, maintaining grades and immediate repair of erosion damage until the project receives final acceptance. Refer to Part 2—2.01 — D. for watering requirements to be executed by the contractor. B. All areas requiring revegetation shall have 100%established stand coverage prior to City acceptance. C. Replanting 1. Replant areas where a stand of grass or wildflowers are not present in a reasonable length of time, as determined by the City. 2. A"stand" shall be defined as: a. Bermuda/Rye grasses: Full coverage per square foot established within two to three(2-3)weeks of seeding date on a smooth bed free of foreign material and rocks or clods larger than one inch diameter. b. Native grass and wildflowers: eighty percent(80%)coverage of growing plants within seeded area within twenty-one days of seeding date on a smooth bed free of foreign material and rocks or clods larger than one inch diameter. END OF SECTION - SEEDING Section 02930 Page 7 fl SECTION 03301 -MISCELLANEOUS CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes cast-in-place concrete, including reinforcement, concrete materials, mixture design, placement procedures, and finishes. 1.03 SUBMITTALS A. Product Data: For each type of product indicated. B. Other Action Submittal: 1. Design Mixtures: For each concrete mixture. 1.04 QUALITY ASSURANCE A. Ready-Mix-Concrete Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. ' B. Comply with the following sections of ACI 301 (ACI 301M), unless modified by requirements in the Contract Documents: 1. "General Requirements." 2. "Formwork and Formwork Accessories." 3. "Reinforcement and Reinforcement Supports." 4. "Concrete Mixtures." 5. "Handling, Placing, and Constructing." C. Comply with ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." MISCELLANEOUS CAST-IN-PLACE CONCRETE Section 03301 Page 1 PART 2 - PRODUCTS 1 2.01 FORMWORK A. Furnish formwork and formwork accessories according to ACI 301 (ACI 301M). 2.02 STEEL REINFORCEMENT A. Recycled Content: Provide steel reinforcement with an average recycled content of steel products so that postconsumer recycled content plus one-half of preconsumer recycled content is not less than 25 percent. B. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. C. Plain-Steel Wire: ASTM A 82/A 82M, as drawn. I D. Plain-Steel Welded Wire Reinforcement: ASTM A 185/A 185M, fabricated from I as-drawn steel wire into flat sheets. E. Deformed-Steel Welded Wire Reinforcement: ASTM A 497/A 497M, flat sheet. 2.03 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source throughout Project: 1. Portland Cement: ASTM C 150,Type I, Type II, Type I/II. a. Fly Ash: ASTM C 618, Class C or F. B. Normal-Weight Aggregate: ASTM C 33, graded, 1-1/2-inch nominal maximum aggregate size. C. Water: ASTM C 94/C 94M. 2.04 ADMIXTURES A. Air-Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. MISCELLANEOUS CAST-IN-PLACE CONCRETE Section 03301 Page 2 a 494M Type B. 2. Retarding Admixture: ASTM C 494/C yp 3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. 4. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type F. 5. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M,Type II. 2.05 RELATED MATERIALS ' A. Vapor Retarder: Plastic sheet, ASTM E 1745, Class A or B. B. Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber. 2.06 CURING MATERIALS ' A. Evaporation Retarder: Waterborne, monomolecular film forming; manufactured for application to fresh concrete. B. Absorptive Cover: AASHTO M 182, Class 3, burlap cloth or cotton mats. C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap- ' polyethylene sheet. D. Water: Potable. E. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B. 2.07 CONCRETE MIXTURES ' A. Comply with ACI 301 requirements for concrete mixtures. B. Normal-Weight Concrete: Prepare design mixes, proportioned according to ' ACI 301, as follows: 1. Minimum Compressive Strength: 3000 psi at 28 days. ' 2. Maximum Water-Cementitious Materials Ratio: 0.45. 3. Cementitious Materials: Use fly ash, pozzolan, ground granulated blast- furnace slag, and silica fume as needed to reduce the total amount of ' portland cement, which would otherwise be used, by not less than 40 percent. 4. Slump Limit: 8 inches for concrete with verified slump of 2 to 4 inches ' before adding high-range water-reducing admixture or plasticizing admixture,plus or minus 1 inch. ' MISCELLANEOUS CAST-IN-PLACE CONCRETE Section 03301 Page 3 I 5. Air Content: Maintain within range permitted by A I 30 1. Do not allow air content of trowel-finished floor slabs to exceed 3 percent. 2.08 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M, and furnish batch ticket information. 1. When air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.01 FORMWORK A. Design, construct, erect, brace,and maintain formwork according to ACI 301. 3.02 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 3.03 VAPOR RETARDERS A. Install, protect, and repair vapor retarders according to ASTM E 1643; place sheets in position with longest dimension parallel with direction of pour. 1. Lap joints 6 inches and seal with manufacturer's recommended adhesive or joint tape. 3.04 STEEL REINFORCEMENT A. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. MISCELLANEOUS CAST-IN-PLACE CONCRETE Section 03301 Page 4 3.05 JOINTS �! A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Locate and install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. C. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness,as follows: 1. Grooved Joints: Form contraction joints after initial floating by grooving ' and finishing each edge of joint with groover tool to a radius of 1/8 inch. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch- wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. D. Isolation Joints: Install joint-filler strips at junctions with slabs-on-grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 1. Extend joint fillers full width and depth of joint, terminating flush with finished concrete surface,unless otherwise indicated. ' - 3.06 CONCRETE PLACEMENT A. Comply with ACI 301 for placing concrete. ' B. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. ' C. Do not add water to concrete during delivery, at Project site, or during placement. ' D. Consolidate concrete with mechanical vibrating equipment. 3.07 FINISHING FORMED SURFACES A. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tie holes and defective areas repaired and patched. Remove fins and other ' projections exceeding 1/2 inch. ' MISCELLANEOUS CAST-IN-PLACE CONCRETE Section 03301 Page 5 I.- Apply to concrete surfaces not exposed to public view. PP Y P B. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projections exceeding 1/8 inch. 1. Apply to concrete surfaces exposed to public view. C. Rubbed Finish: Apply the following rubbed finish, defined in ACI301, to PP Y g smooth-formed finished as-cast concrete where indicated: 1. Smooth-rubbed finish. D. Related Unformed Surfaces:. At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.08 FINISHING UNFORMED SURFACES A. General: Comply with ACI 302.1 R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or darbies to form a uniform and open-textured surface plane before excess moisture or bleedwater appears on surface. r 1. Do not further disturb surfaces before starting finishing operations. C. Scratch Finish: Apply scratch finish to surfaces indicated and surfaces to receive I concrete floor topping or mortar setting beds for ceramic or quarry tile, portland cement terrazzo, and other bonded cementitious floor finishes, unless otherwise indicated. D. Float Finish: Apply float finish to surfaces indicated,to surfaces to receive trowel finish, and to floor and slab surfaces to be covered with fluid-applied or sheet waterproofing, fluid-applied or direct-to-deck-applied membrane roofing,or sand- bed terrazzo. E. Trowel Finish: Apply a hard trowel finish to surfaces indicated and to floor and slab surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or another thin film- finish coating system. MISCELLANEOUS CAST-IN-PLACE CONCRETE Section 03301 Page 6 a: F. Trowel and Fine-Broom Finish: Apply a partial trowel finish, stopping after second troweling, to surfaces indicated and to surfaces where ceramic or quarry tile is to be installed by either thickset or thin-set methods. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. G. Nonslip Broom Finish: Apply a nonslip broom finish to surfaces indicated and to exterior concrete platforms, steps, and ramps. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. 3.09 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and with ACI 301 for hot-weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. D. Curing Methods: Cure formed and unformed concrete for at least seven days by one or a combination of the following methods: 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: ' a. Water. b. Continuous water-fog spray. C. Absorptive cover, water saturated and kept continuously wet. ' Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. 2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with ' moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than seven days. ' Immediately repair any holes or tears during curing period using cover material and waterproof tape. 3. Curing Compound: Apply uniformly in continuous operation by power ' spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial ' MISCELLANEOUS CAST-IN-PLACE CONCRETE Section 03301 Page 7 application. Maintain continuity of coating and repair damage during curing period. 4. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 3.10 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections. B. Tests: Perform according to ACI 301. I 1. Testing Frequency: One composite sample shall be obtained for each day's pour of each concrete mix exceeding 5 cu. yd. but less than 25 cu. yd., plus one set for each additional 50 cu. yd. or fraction thereof. 2. Testing Frequency: One composite sample shall be obtained for each 100 cu. yd. or fraction thereof of each concrete mix placed each day. 3.11 REPAIRS A. Remove and replace concrete that does not comply with requirements in this Section. END OF SECTION I MISCELLANEOUS CAST-IN-PLACE CONCRETE Section 03301 Page 8 SECTION 07920 - CAULKING AND SEALANTS PART 1 - GENERAL 1.01 DEFINITIONS: A. The term "sealant" or "sealing" shall refer to exterior joints exposed to weather or ' interior joints exposed to moisture. When "sealant" is used in an outside joint in aluminum or steel frames, "sealant" shall be required on the inside joint also. ' B. The term "caulk" or 'caulking! (calking) shall refer to interior joints not normally exposed to weather or moisture conditions. 1.02 SUBMITTAL: A. Submit to Owner's representative manufacturer's literature, specification data, and. color chart,for all materials proposed for this project. B. Identify their use and location. 1.03 GUARANTEE: A. The Contractor shall provide the Inspector a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also, the Contractor shall provide the Engineer a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for one year after final acceptance of the completed work by the Engineer. PART 2 - PRODUCTS ' 2.01 SEALANTS: A. As manufactured by Pecora or approved equal. 1. Concrete-to-Concrete(Horizontal Joint): NR-201 with primer. ' 2. Masonry-to-Masonry or Concrete-to-Concrete(Vertical): Dynatrol H ' 2.02 PRIMERS: A. Type as manufactured by manufacturer of sealing or caulking material and ' completely compatible with compound. CAULKING AND SEALANTS Section 07920 Page 1 2.03 JOINT BACKING: A. 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. I C. When perimeter joints around frames that are to be caulked do not have built-in stops or other means to prevent depth of compound from exceeding 1/2 inch,pack joint with back-up materials of correct type and to the depth as necessary to provide minimum 3/8" and maximum 1/2" depth of compound. D. Materials and methods shall be as specified herein,unless they are contrary to approved manufacturer's directions or to approved trade practice; or unless Contractor believes they will not produce a watertight job which he will guarantee as required. Where any part of these conditions occur, Contractor shall notify Architect in writing. Deviation from procedure specified will be permitted only upon Architect's approval and providing that work is guaranteed by Contractor as specified. E. If,prior to beginning work, Contractor does not notify Architect in writing of any proposed changes, it will be assumed that he agrees that materials and methods specified will produce results desired,and that he will furnish required guarantee. 3.02 PREPARATORY WORK: A. Where weather molds, staff beads, etc.,do not form integral part of frames to be caulked,but are removable,remove same prior to caulking, execute caulking, replace molds,etc.,and point. B. Clean all joints, etc.,that are to be caulked or sealed,prior to executing work. CAULKING AND SEALANTS Section 07920 Page 2 3.03 PRIMING: A. 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: A. 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: A. 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: A. Place all exterior door thresholds in a fill bed of sealant during setting procedures. 3.07 CLEANING: A. 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 f CAULKING AND SEALANTS Section 07920 Page 3 i i i t i i i i i i i i i i r i w SECTION 09614-DETECTABLE/TACTILE WARNING SURFACES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general sections for specifications ecifications and supplementary conditions. g 1.02 DESCRIPTION A. Furnishing and installing Detectable/Tactile Warning Surfaces.Not recommended for asphalt applications. 1.03 SUBMITTALS A. Manufacturer's literature describing products,installation and maintenance. B. Submit samples of the tile type proposed for use. C. Maintenance instructions for each type of tile and accessory as required. 1.04 QUALITY ASSURANCE A. Provide Detectable/Tactile Warning Surfaces and accessories as produced by a single manufacturer with a minimum of three (3)years experience manufacturing detectable/tactile warning surfaces. B. Detectable/Tactile Warning Surfaces must comply with the Americans with Disabilities Act. C. Vitrified Polymer Composite (VPC)Detectable/Tactile Warning Surfaces shall be ' an epoxy polymer composition employing aluminum oxide particles in the truncated domes. "Armor-Tile" product as manufactured by Engineered Plastics Inc.,Tel: 800-682-2525, or approved equal. 1. Dimensions:Detectable/Tactile Warning a. Surfaces shall be held within the following dimensions and tolerances: b. Length and Width 24x48 nominal C. Face Thickness: 0.1875 +/-5%max. d. Warpage of Edge: 0.5%max. 2. Water Absorption-ASTM D 570-98 less than 0.05%. 3. Slip Resistance-ASTM C 1028-96 greater than 0.80. ' 4. Compressive Strength-ASTM D 695-02a greater than 28,000 psi. ' DMCTABLEtrACME WARNING SURFACES Section 09614 Page 1 5. Tensile Strength-ASTM D 638-03 greater than 19,000 psi. 6. Flexural Strength-ASTM D 790-03 greater than 25,000 psi. 7. Chemical Stain Resistance-ASTM D 543-95 no discoloration or staining. 8. Abrasive Wear-ASTM D 2486-00 less than 0.060 after 1000 cycles. 9. Wear Resistance-ASTM C 501-84 greater than 500. 10. Fire Resistance-ASTM E 84-05 flame spread less than 15. 11. Impact Resistance-ASTM D 5420-04 greater than 550 in.lbf/in. 12. Accelerated Weathering - ASTM G 155-05a for 3000 hrs. ❑E <4.5 the color 33538,no fading or chalking. 13. Freeze Thaw - ASTM D 1037-99 no cracking, delamination, or other defects. 14. Salt Spray-ASTM B 117-03 for 200 hours no deterioration. 15. AASHTO HB-17 single wheel HS20-44 loading no failure @10,400lbs. 1.05 DELIVERY, STORAGE AND HANDLING A. Detectable/Tactile Warning Surfaces shall be suitably packaged or crated to prevent damage in shipment or handling. B. Detectable/Tactile Warning Surfaces shall be delivered to location at building site for storage prior to installation. 1.06 SITE CONDITIONS A. Environmental Conditions and Protection: Maintain minimum temperature of 40°F in spaces to receive Detectable/Tactile Warning Surfaces for at least 24 hours prior to installation, during installation, and for not less than 24 hours after installation. B. The use of water for cleaning and dust control shall be contained,not to come into contact with the general public. 1.07 GUARANTEE A. 0964Detectable/Tactile Warning Surfaces shall be guaranteed in writing for a period of five years from date of final completion. The guarantee includes defective work,breakage, deformation,and loosening of tiles. DETECTABLEMACTILE WARNING SURFACES Section 09614 Page 2 PART 2 - PRODUCTS ' 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to,the following: B. The Vitrified Polymer Composite (VPC) Detectable/Tactile Warning Surface Tile specified is based on "Armor-Tile" product manufactured by Engineered Plastics Inc. (800-682-2525). C. Color: Color shall be homogeneous throughout the tile. Federal Color Number Brick Red No. 22144, 2.02 MATERIALS ' A. Color matched, flat head drive anchors 1/4" diameter x 1-1/2" long. Armor- DriveTM anchors as supplied by Engineered Plastics Inc. B. Armor-BondTM Adhesive as supplied by Engineered Plastics Inc. C. Armor-Sea1TM Perimeter Sealant as supplied by Engineered Plastics Inc. PART 3- EXECUTION 3.01 INSTALLATION A. Cast In Place: Pour and float concrete, set tile by tamping down into concrete until all air voids are removed, edge around the perimeter, cut off protective plastic sheet B. Surface Applied Installation: Grind substrate, remove dust on tile and substrate, apply adhesive to back of tile, drill into concrete, install fasteners, clean tile surface,apply perimeter sealant. C. Modular Paver: Box out or saw cut concrete, lay agravel or mortar bed, tamp paver onto substrate, place 3/8" diameter foam rope at bottom of all joints, apply joint sealant. ' D. Directional Tile: Grind substrate 3/16" deep, 6" wide, saw cut two 3/4" deep grooves, remove dust on tile and substrate, apply adhesive to back of tile, drill into concrete,install fasteners,clean the surface, apply perimeter sealant. DETECTABLEJTACTILE WARNING SURFACES Section 09614 Page 3 E. Guidance Tile: Pour and float concrete, set tile by tamping down into concrete until all air voids are removed, edge around the perimeter. 3.02 CLEANING AND PROTECTING A. Protect tiles against damage during construction period to comply with manufacturer's specification. B. Protect tiles against damage from rolling loads following installation by covering with plywood or hardwood. C. Clean tiles by method specified by manufacturer not more than four days prior to date scheduled for inspection. END OF SECTION i :i i i i DETECTABLE/TACTILE WARNING SURFACES Section 09614 Page 4 SECTION 13125-PERMANENT GRANDSTANDS PART 1 - GENERAL 1.01 SYSTEM DESCRIPTION A. Provide labor, material, equipment and supervision necessary to complete installation of permanent steel grandstand and canopies including the following: 1. Steel Substructure t2. Decking System 3. Roof Framing and Sheets. 1.02 QUALITY ASSURANCE A. Manufacturer Qualifications: Manufacturer must have ten years of experience in the manufacture of bleachers and grandstands. Welders must be AWS and CWB certified. B. Installer Qualifications: Experienced in the proper installation of grandstands. C. Source Quality Control:Mill Test Certification. 1.03 SUBMITTALS ■ A. Manufacturer's Product Data: Submit manufacturer's descriptive product data for project. B. Shop Drawings: Manufacturer to submit shop drawings sealed by a registered professional engineer and schedules for type, location, quantity, and details of ' steel and aluminum components required for project. C. Certificates: 1. Insurance Certificate 2. Bid Bond D. Seat Sample: Submit one 18-inch seat sample. E. Color Sample: Submit one sample chip each of manufacturer's full standard color line for initial selection of roof colors. Submit three 8" x 10" samples of each of four selected roof materials. PERMANENT GRANDSTANDS ' Section 13125 Page 1 1. 1.04 SITE CONDITIONS A. Soil Test: Furnished by Owner. 1.05 BUILDING CODES A. Comply with the International Building Code, 2003 edition with City of Fort ^ Worth amendments. B. Comply with the Texas Accessibility Standards (TAS) and the Americans with Disabilities Act. 1.06 WARRANTY A. Permanent Grandstand shall be under manufacturer's warranty for a period of one year from the Date of Substantial Completion. The Grandstand shall be warranted to be free from defect in materials and workmanship in the course of manufacture and installation. Warranty may exclude defects resulting from abnormal use in service, and accidental or intentional damage. PART 2 -PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Southern Bleacher Company. B. Subject to compliance with requirements of this Section, products of other manufacturer's may be submitted and installed with City of Fort Worth's. approval. 2.02 PERMANENT STEEL GRANDSTAND A. Product Description 1. Horizontal Beam Design: (See drawings.) Columns and beams shall be fabricated of wide-flange steel beams with miscellaneous steel angles and plates for connections and bases. 2. Stringers: Stringers shall be fabricated of wide-flange steel beams with steel angle riser and deck supports and shall be placed at 6 feet on center. Joints shall be shop welded. Stringer assemblies shall be galvanized as complete units. 3. Aisles: PERMANENT GRANDSTANDS Section 13125 Page 2 U a. Aisles with seating on both sides shall have 34 to 38 inch high anodized aluminum handrails with intermediate rail at rM approximately 12 inches below the main handrail. b. Handrails shall have rounded ends and be discontinuous to allow access side-to-side of rail through a space 22 inches (min.) to 36 inches(max.). C. Intermediate steps shall provide equal rise and run throughout aisle. d. Each main and intermediate step shall have aisle nosing with nonskid black powder-coated finish or other paint system meeting AAMA 603.8-92 specifications with a hardness rating of 2H and riser closure with clear anodized finish. 4. Decking: a. Rise per row 14 inches, depth per row 28 inches. b. Each seat 16 inches above its respective tread. C. Decking Arrangement 1) Closed Deck Aluminum Arrangement ' d. Seating Selection 1) Aluminum Bench Seat 2) 2 x 10(standard), Die#62380 with height of 1 1/2' . e. Joint Sleeve Assembly. 1) Pair of aluminum sleeves to insert in flat plank to maintain true alignment in joining together two plank pieces. Splice cover is unacceptable between two plank pieces joined in a straight line. 5. Guardrails: To be at rear and all sides of bleachers. Railing to be anodized aluminum with end plugs at ends of straight runs and/or elbows at corner. All guardrails shall be secured to galvanized steel angle posts by galvanized fasteners. Railing shall be not less than 42 inches high, measured vertically above leading edge of tread, adjacent walking surface or adjacent seat. Guardrails on sides and back shall include 9-gauge galvanized chain link fencing fastened in place with galvanized fasteners ' and aluminum ties. 6. Handicap provision: a. Provide wheelchair spaces in locations and quantities as indicated on the plans. b. Riser area adjacent to wheelchair spaces to have intermediate risers so 4-inch sphere cannot pass through opening. 7. Roof Framing and Sheets: a. Provide steel roof framing and bar joists with column locations as shown on the plans. Provide galvanized anchor bolts for installation in the concrete foundation. b. Roof shall slope as indicated on the plans. C. Roof sheets shall be 26 gauge prefinished R-Panel paneling as manufactured by MBCI, Signature 200 color series, or equal. PERMANENT GRANDSTANDS Section 13125 Page 3 d. All fasteners shall be pre-painted same color as exterior paneling. B. Materials/Finishes 1. Substructures: a. Structural shapes shall meet one of the following ASTM specifications: A36,A36/A572 grade 50,A572 grade 50, A529-50, or A500 grade B. b. Shop connections shall be seal welds. C. After fabrication, all steel shall be hot-dipped galvanized to ASTM A-123 specifications. d. All field joints shall be bolted with galvanized fasteners. e. Paint on raw steel is unacceptable. Field welding is unacceptable. 2. Extruded Aluminum: a. Seat Planks, Stanchions, Riser Planks Railings: Extruded aluminum/alloy, 6063-T6; Clear anodized 204R1, AA- MI OC22A31, Class II. b. Tread Planks: Extruded aluminum alloy, 6063-T6 mill finish. C. Joint Sleeve Assembly: Extruded aluminum alloy, 6063-T6, mill finish. 3. Accessories: a. Channel End Caps: Aluminum alloy 6063-T6, clear anodized g 204R1,AA-Ml 0C22A31, Class H. b. Hardware: 1) Bolts,Nuts: Hot-dipped galvanized or mechanically galvanized. 2) Hold-down Clip Assembly: Aluminum alloy 6005A-T6, p mill finish. r 3) Structural Hardware: Equal to or greater than hot-dipped galvanized ASTM-A307. No connections utilizing high- strength bolts are classed as slip critical. C. Aisle Nose and Stair Nose: Aluminum alloy, 6063-T6, nonskid black powder-coated finish or other paint system meeting AAMA 603.8-92 specifications with a hardness rating of 2H. Optional: Specify Color. C. Fabrication: 1. Design Load: a. Live Load: 100 psf gross horizontal projection. b. Lateral Sway Load:24 plf seat plank. C. Perpendicular Sway Load: 10 plf seat plank. d. Live Load of Seat and Tread Planks: 120 plf. e. Guardrail: Per 2003 International Building Code. f. Windload: 90 MPH per 2003 IBC. PERMANENT GRANDSTANDS Section 13125 Page 4 2. All manufactured connections to be shop welded. a. Manufactured by certified welders conforming to AWS Standards. PART 3 - EXECUTION 3.01 INSTALLATION A. All work shall be performed by technicians experienced in bleacher seating installation. B. Construct project as per approved shop drawings. 3.02 FIELD QUALITY CONTROL A. Foundation: Provide anchor bolts and template for installation. Hot-dipped galvanized anchor bolts shall be secured in the concrete footings. Concrete shall 1 attain working strength of 3,000 psi. 3.03 CLEAN-UP AND ADJUSTMENT A. Clean up all debris caused by work of this section. B. Replace any sections damaged during installation, touch-up any galvanized sections with zinc-rich paint as needed. END OF SECTION ' PERMANENT GRANDSTANDS Section 13125 Page 5 f t' G b N V E M t t SECTION 16051 - COMMON WORK RESULTS FOR ELECTRICAL PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY ' A. Section Includes: 1. Electrical equipment coordination and installation. 2. Common electrical installation requirements. 1.03 COORDINATION A. Coordinate arrangement, mounting, and support of electrical equipment: 1. To provide for ease of disconnecting the equipment with minimum interference to other installations. 2. To allow right of way for piping and conduit installed at required slope. 3. So connecting cables, wireways will be clear of obstructions and of the working and access space of other equipment. 1 B. Coordinate installation of required supporting devices. PART 2 - PRODUCTS NOT USED ' PART 3 - EXECUTION 3.01 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION A. Comply with NECA 1. B. Measure indicated mounting heights to bottom of unit for suspended items. COMMON WORK RESULTS FOR ELECTRICAL Section 16051 Page 1 C. Equipment: Install to facilitate service, maintenance, and repair or replacement of 1 components of both electrical equipment and other nearby installations. Connect 1 in such a way as to facilitate future disconnecting with minimum interference with other items in the vicinity. D. Right of Way: Give to piping systems installed at a required slope. END OF SECTION L COMMON WORK RESULTS FOR ELECTRICAL Section 16051 Page 2 SECTION 16060- GROUNDING AND BONDING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. r1.02 SUMMARY A. Section Includes: Grounding systems and equipment. 1. Underground distribution grounding. 1.03 SUBMITTALS ' A. Product Data: For each type of product indicated. B. Informational Submittals: Plans showing dimensioned as-built locations of grounding features specified in "Field Quality Control" Article, including the following: 1. Ground rods. C. Qualification Data: For qualified testing agency and testing agency's field ' supervisor. PART 2 - PRODUCTS 2.01 CONDUCTORS A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise ' required by applicable Code or authorities having jurisdiction. B. Bare Copper Conductors: ' 1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. ' 3. Tinned Conductors: ASTM B 33. 4. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. ' GROUNDING AND BONDING Section 16060 Page 1 C. Bare Grounding Conductor and Conductor Protector for Wood Poles: 1. No. 4 AWG minimum, soft-drawn copper. 2. Conductor Protector: Half-round PVC or wood molding; if wood, use pressure-treated fir, cypress, or cedar. 2.02 GROUNDING ELECTRODES A. Ground Rods: Copper-clad steel 3/4 inch by 10 feet in diameter. PART 3 - EXECUTION 3.01 APPLICATIONS A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for No. 6 AWG and larger unless otherwise indicated. B. Underground Grounding Conductors: Install bare tinned-copper conductor, No. 6 AWG minimum. 1. Bury at least 24 inches below grade. 2. Duct-Bank Grounding Conductor: Bury 12 inches above duct bank when indicated as part of duct-bank installation. C. Isolated Grounding Conductors: Green-colored insulation with continuous yellow stripe. On feeders with isolated ground, identify grounding conductor where visible to normal inspection, with alternating bands of green and yellow tape, with at least three bands of green and two bands of yellow. D. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 2. Underground Connections: Welded connectors except at test wells and as otherwise indicated. 3. Connections to Ground Rods at Test Wells: Bolted connectors. 4. Connections to Structural Steel: Welded connectors. 3.02 GROUNDING OVERHEAD LINES A. Comply with IEEE C2 grounding requirements. GROUNDING AND BONDING Section 16060 Page 2 B. Secondary Neutral and Transformer Enclosure: Interconnect and connect to grounding conductor. ' C. Protect grounding conductors running on surface of wood poles with molding extended from grade level up to and through communication service and transformer spaces. 3.03 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS A. Comply with IEEE C2 grounding requirements. 3.04 EQUIPMENT GROUNDING A. Install insulated equipment grounding conductors with all feeders and branch circuits. 1. Feeders and branch circuits. 2. Lighting circuits. B. Metal Poles Supporting Outdoor Lighting Fixtures: Install grounding electrode and a separate insulated equipment grounding conductor in addition to grounding conductor installed with branch-circuit conductors. 3.05 INSTALLATION A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. 3.06 LABELING A. The label or its text shall be green. END OF SECTION GROUNDING AND BONDING ' Section 16060 Page 3 f f r e 1 F i i i t s 0 i i w SECTION 16120 - CONDUCTORS AND CABLES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this ' Section. ' 1.02 SUMMARY A. This Section includes the following: ' 1. Connectors, splices, and terminations rated 600 V and less. 1.03 SUBMITTALS A. Product Data: For each type of product indicated. B. Qualification Data: For testing agency. 1.04 COORDINATION A. Set sleeves in cast-in-place concrete, masonry walls, and other structural components as they are constructed. PART 2 - PRODUCTS 2.01 CONDUCTORS AND CABLES A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, ' but are not limited to,the following: 1. Alcan Products Corporation; Alcan Cable Division. ' 2. American Insulated Wire Corp.; a Leviton Company. 3. General Cable Corporation. 4. Senator Wire& Cable Company. 5. Southwire Company. B. Copper Conductors: Comply with NEMA WC 70. ' CONDUCTORS AND CABLES Section 16120 Page 1 C. Conductor Insulation: Comply with NEMA WC 70 for Types THHN-THWN. PART 3 - EXECUTION t 3.01 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG C and larger. B. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. 3.02 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Feeders Underground: Underground feeder cable,Type UF. _. B. Branch Circuits Underground: Underground branch-circuit cable conduit, Type UF. 3.03 INSTALLATION OF CONDUCTORS AND CABLES A. Conceal cables in PVC buried 24"below grade. 1. Use PVC vinyl laminated electrical conduit marking tape with a polypropylene film buried 12" above buried electrical PVC. B. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. C. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips,that will not damage cables or raceway. D. Install cables parallel and perpendicular to surfaces of exposed structural members,and follow surface contours where possible. 3.04 CONNECTIONS A. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use I those specified in UL 486A and UL 486B. CONDUCTORS AND CABLES Section 16120 Page 2 B. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. 3.05 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS A. Fire-Rated Assemblies: Install sleeves for penetrations of fire-rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall. 3.06 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections and prepare test reports. B. Perform tests and inspections and prepare test reports. ' C. Tests and Inspections: _ 1. After installing conductors and cables and before electrical circuitry has been energized, test service entrance and feeder conductors, and conductors feeding the following critical equipment for compliance with requirements. a. Panel M 2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. D. Test Reports: Prepare a written report to record the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Test results that do not comply with requirements and corrective action taken to achieve compliance with requirements. E. Remove and replace malfunctioning units and retest as specified above. END OF SECTION CONDUCTORS AND CABLES Section 16120 Page 3 C I C Q { E SECTION 16140- WIRING DEVICES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: I. Receptacles, receptacles with integral GFCI, and associated device plates. 1.03 DEFINITIONS A. GFCI: Ground-fault circuit interrupter. 1.04 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: List of legends and description of materials and process used for premarking wall plates. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Manufacturers' Names: Shortened versions (shown in parentheses) of the following manufacturers'names are used in other Part 2 articles: 1. Cooper Wiring Devices; a division of Cooper Industries, Inc. (Cooper). 2. Hubbell Incorporated; Wiring Device-Kellems(Hubbell). 3. Leviton Mfg. Company Inc. (Leviton). 4. Pass & Seymour/Legrand; Wiring Devices & Accessories (Pass & Seymour). WIRING DEVICES Section 16140 Page 1 2.02 WALL PLATES A. Single and combination types to match corresponding wiring devices. 1. Plate-Securing crews: Metal with head color to match late finish. g P 2. Material for Damp Locations: Thermoplastic with spring-loaded lift cover, and listed and labeled for use in "wet locations." B. Wet-Location, Weatherproof Cover Plates: NEMA 250, complying with type 3R weather-resistant thermoplastic with lockable cover. PART 3 - EXECUTION 3.01 INSTALLATION A. Comply with NECA 1, including the mounting heights on drawing. I B. Coordination with Other Trades: C. Conductors: 1. Do not strip insulation from conductors until just before they are spliced or terminated on devices. 2. Strip insulation evenly around the conductor using tools designed for the purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded wire. 3. The length of free conductors at outlets for devices shall meet provisions of NFPA 70, Article 300, without pigtails. 4. Existing Conductors: a. Cut back and pigtail, or replace all damaged conductors. b. Straighten conductors that remain and remove corrosion and foreign matter. C. Pigtailing existing conductors is permitted provided the outlet box I is large enough. D. Device Installation: 1. Replace all devices that have been in temporary use during construction or that show signs that they were installed before building finishing operations were complete. 2. Keep each wiring device in its package or otherwise protected until it is time to connect conductors. 3. Do not remove surface protection, such as plastic film and smudge covers, until the last possible moment. WIRING DEVICES Section 16140 Page 2 4. Connect devices to branch circuits using pigtails that are not less than 6 inches in length. 5. When there is a choice, use side wiring with binding-head screw terminals. Wrap solid conductor tightly clockwise, 2/3 to 3/4 of the way around terminal screw. 6. Use a torque screwdriver when a torque is recommended or required by the manufacturer. 7. When conductors larger than No. 12 AWG are installed on 15- or 20-A circuits, splice No. 12 AWG pigtails for device connections. 8. Tighten unused terminal screws on the device. 9. When mounting into metal boxes, remove the fiber or plastic washers used to hold device mounting screws in yokes, allowing metal-to-metal contact. E. Receptacle Orientation: 1. Install ground pin of vertically mounted receptacles down, and on horizontally mounted receptacles to the left. 3.02 FIELD QUALITY CONTROL A. Perform tests and inspections and prepare test reports. 1. Test Instrument for Convenience Receptacles: Digital wiring analyzer with digital readout or illuminated LED indicators of measurement. B. Tests for Convenience Receptacles: 1. Line Voltage: Acceptable range is 105 to 132 V. 2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is not acceptable. 3. Ground Impedance: Values of up to 2 ohms are acceptable. 4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943. 5. Using the test plug, verify that the device and its outlet box are securely mounted. 6. The tests shall be diagnostic, indicating damaged conductors, high resistance at the circuit breaker, poor connections, inadequate fault current path, defective devices, or similar problems. Correct circuit conditions, remove malfunctioning units and replace with new ones, and retest as specified above. END OF SECTION WIRING DEVICES Section 16140 Page 3 f i E SECTION 16145-LIGHTING CONTROL DEVICES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section include s the following lighting control devices: 1. Lighting contactors. 1.03 DEFINITIONS A. LED: Light-emitting diode. B. PIR: Passive infrared. 1.04 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show installation details for occupancy and light-level sensors. 1. Interconnection diagrams showing field-installed wiring. C. Field quality-control test reports. D. Operation and Maintenance Data: For each type of product to include in emergency,operation, and maintenance manuals. 1.05 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. LIGHTING CONTROL DEVICES Section 16145 Page 1 PART 2 - PRODUCTS C 2.01 LIGHTING CONTACTORS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: C. Basis-of-Design Product: Subject to compliance with requirements, provide the product indicated on Drawings or a comparable product by one of the following: I. Allen-Bradley/Rockwell Automation. 2. ASCO Power Technologies, LP; a division of Emerson Electric Co. I 3. Eaton Electrical Inc.; Cutler-Hammer Products. 4. GE Industrial Systems; Total Lighting Control. _ 5. Grasslin Controls Corporation; a GE Industrial Systems Company. 6. Hubbell Lighting. 7. Lithonia Lighting; Acuity Lighting Group, Inc. 8. MicroLite Lighting Control Systems. 9. Square D; Schneider Electric. fi 10. TORK. 11. Touch-Plate, Inc. 12. Watt Stopper(The). D. Description: Electrically operated and mechanically held, combination type with i fusible switch, complying with NEMA ICS 2 and UL 508. 1. Current Rating for Switching: Listing or rating consistent with type of load served, including tungsten filament, inductive, and high-inrush ballast (ballast with 15 percent or less total harmonic distortion of normal load current). 2. Fault Current Withstand Rating: Equal to or exceeding the available fault current at the point of installation. I 3. Enclosure: Comply with NEMA 250. 4. Provide with control and pilot devices as indicated on Drawings. LIGHTTNG CONTROL DEVICES Section 16145 Page 2 PART 3 - EXECUTION e3.01 CONTACTOR INSTALLATION A. Mount electrically held lighting contactors with elastomeric isolator pads, to ' eliminate structure-borne vibration, unless contactors are installed in an enclosure with factory-installed vibration isolators. 3.02 WIRING INSTALLATION A. Wiring within Enclosures: Comply with NECA 1. Separate power-limited and ' nonpower-limited conductors according to conductor manufacturer's written instructions. B. Size conductors according to lighting control device manufacturer's written instructions, unless otherwise indicated. ' C. Splices, Taps, and Terminations: Make connections only on numbered terminal strips in junction, pull, and outlet boxes; terminal cabinets; and equipment enclosures. D. Label contactors with a unique designation. ' END OF SECTION LIGHTING CONTROL DEVICES ' Section 16145 Page 3 i f f C E I 1 i SECTION 16442—PANELBOARDS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: 1. Lighting and appliance branch-circuit panelboards. 1.03 SUBMITTALS A. Product Data: For each type of panelboard, switching and overcurrent protective device, transient voltage suppression device, accessory, and component indicated. Include dimensions and manufacturers' technical data on features, performance, electrical characteristics,ratings, and finishes. B. Shop Drawings: For each panelboard and related equipment. 1. Include dimensioned plans and details. 2. Detail current, and voltage ratings. 3. Include wiring diagrams for power, signal, and control wiring. C. Panelboard Schedules: For installation in panelboards. ' 1.04 COORDINATION A. Coordinate sizes and locations of concrete bases with actual equipment provided. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 3. 1.05 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Keys: Two (2) spares for each type of panelboard cabinet lock. PANELBOARDS Section 16442 Page 1 2. Circuit Breakers Including GFCI and Ground Fault Equipment Protection r (GFEP) Types: Four(4) spares for each panelboard. 3. Fuses for Fused Switches: Equal to 10 percent of quantity installed for each size and type, but no fewer than three of each size and type. 4. Fuses for Fused Power-Circuit Devices: Equal to 10 percent of quantity I_ installed for each size and type, but no fewer than three of each size and type. r PART 2 - PRODUCTS 2.01 GENERAL REQUIREMENTS FOR PANELBOARDS Ir A. Fabricate and test panelboards according to IEEE 344 to withstand seismic forces C defined in Division 16 Section "Vibration and Seismic Controls for Electrical Systems." B. Enclosures: Steel strut channel support frame-mounted cabinets. 1. Rated for environmental conditions at installed location. a. Outdoor Locations: NEMA 250, Type 3R. 2. Finishes: a. Panels and Trim: galvanized steel, factory finished immediately after cleaning and pretreating with manufacturer's standard two- coat, baked-on finish consisting of prime coat and thermosetting topcoat. C b. Back Boxes: Galvanized steel. C. Fungus Proofing: Permanent fungicidal treatment for overcurrent protective devices and other components. 3. Directory Card: Inside panelboard door, mounted in transparent card holder. C. Incoming Mains Location: Bottom. D. Phase,Neutral, and Ground Buses: 1. Material: Tin-plated aluminum. 2. Equipment Ground Bus: Adequate for feeder and branch-circuit equipment grounding conductors; bonded to box. 3. Isolated Ground Bus: Adequate for branch-circuit isolated ground conductors; insulated from box. E. Service Equipment Label: NRTL labeled for use as service equipment for panelboards or load centers with one or more main service disconnecting and f overcurrent protective devices. PANELBOARDS Section 16442 Page 2 2.02 LIGHTING AND APPLIANCE BRANCH-CIRCUIT PANELBOARDS A. Basis-of-Design Product: Subject to compliance with requirements, provide Hennessy Products,Inc,. Model M. B. Panelboards: NEMA PB 1, lighting and appliance branch-circuit type. C. Mains: Circuit breaker. D. Branch Overcurrent Protective Devices: Plug-in circuit breakers, replaceable without disturbing adjacent units. E. Contactors in Main Bus: NEMA ICS 2, Class A, mechanically held, general- purpose controller,with same short-circuit interrupting rating as panelboard. F. Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike. G. Column-Type Panelboards: Narrow gutter extension, with cover, to overhead junction box equipped with ground and neutral terminal buses. 2.03 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Square D B. Basis-of-Design Product: Subject to compliance with requirements, provider comparable product by one of the following: 1. Hennessy Products, Inc. C. Molded-Case Circuit Breaker (MCCB): Comply with UL 489, with series- connected rating to meet available fault currents. 2.04 ACCESSORY COMPONENTS AND FEATURES A. Accessory Set: Include tools and miscellaneous items required for overcurrent protective device test, inspection, maintenance, and operation. PANELBOARDS Section 16442 Page 3 PART 3 - EXECUTION 3.01 INSTALLATION L A. Install panelboards and accessories according to NECA 407. 3.02 IDENTIFICATION A. Identify field-installed conductors, interconnecting wiring, and components; provide warning signs complying with Division 16 Section "Electrical Identification." END OF SECTION PANELBOARDS Section 16442 Page 4 aSECTION 16461 -LOW-VOLTAGE TRANSFORMERS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following types of dry-type transformers rated 600 V and less, with capacities up to 1000 kVA: 1. Distribution transformers. ' 1.03 SUBMITTALS _ ' A. Product Data: Include rated nameplate data, capacities, weights, dimensions, minimum clearances, installed devices and features, and performance for each type and size of transformer indicated. B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 1. Wiring Diagrams: Power, signal, and control wiring. 1.04 DELIVERY, STORAGE,AND HANDLING A. Temporary Heating: Apply temporary heat according to manufacturer's written instructions within the enclosure of each ventilated-type unit, throughout periods during which equipment is not energized and when transformer is not in a space that is continuously under normal control of temperature and humidity. PART 2 -PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: LOW-VOLTAGE TRANSFORMERS ' Section 16461 Page 1 L B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. ACME Electric Corporation; Power Distribution Products Division. 2. Challenger Electrical Equipment Corp.; a division of Eaton Corp. 3. Controlled Power Company. 4. Eaton Electrical Inc.; Cutler-Hammer Products. 5. Federal Pacific Transformer Company; Division of Electro-Mechanical Corp. 6. General Electric Company. 7. Hammond Co.; Matra Electric, Inc. 8. Magnetek Power Electronics Group. 9. Micron Industries Corp. 10. Myers Power Products,Inc. 11. Siemens Energy& Automation,Inc. 12. Square D; Schneider Electric. 2.02 GENERAL TRANSFORMER REQUIREMENTS A. Description: Factory-assembled and-tested air-cooled units for 60-Hz service. P rY B. Cores: Grain-oriented, non-aging silicon steel. C. Coils: Continuous windings without splices except for taps. a 1. Internal Coil Connections: Brazed or pressure type. 2. Coil Material: Aluminum. 2.03 DISTRIBUTION TRANSFORMERS A. Comply with NEMA ST 20, and list and label as complying with UL 1561. B. Provide transformers that are constructed to withstand seismic forces specified in Division 16 Section "Electrical Supports and Seismic Restraints." C. Cores: One leg per phase. D. Enclosure: Ventilated,NEMA 250, Type 3R 1. Core and coil shall be encapsulated within resin compound, sealing out moisture and air. E. Transformer Enclosure Finish: Comply with NEMA 250. 1. Finish Color: Gray LOW-VOLTAGE TRANSFORMERS Section 16461 Page 2 F. Taps for Transformers Smaller Than 3 kVA: G. Wall Brackets: Manufacturer's standard brackets. H. Fungus Proofing: Permanent fungicidal treatment for coil and core. I. Low-Sound-Level Requirements: Minimum of 3 dBA less than NEMA ST 20 standard sound levels when factory tested according to IEEE C57.12.91. 2.04 SOURCE QUALITY CONTROL A. Test and inspect transformers according to IEEE C57.12.91. B. Factory Sound-Level Tests: Conduct sound-level tests on equipment for this Project. ' PART 3 -EXECUTION 3.01 EXAMINATION - A. Examine conditions for compliance with enclosure- and ambient-temperature requirements for each transformer. B. Verify that field measurements are as needed to maintain working clearances required by NFPA 70 and manufacturer's written instructions. C. Examine concrete bases for suitable mounting conditions where transformers will be installed. D. Verify that ground connections are in place and requirements in Division 16 ' Section "Grounding and Bonding" have been met. Maximum ground resistance shall be 5 ohms at location of transformer. ' E. Proceed with installation only after unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Construct concrete bases and anchor floor-mounting transformers according to manufacturer's written instructions. 3.03 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections and prepare test reports. LOW-VOLTAGE TRANSFORMERS ' Section 16461 Page 3 1 B. Manufacturer's Field Service: Engage a factory-authorized service representative { to inspect, test, and adjust components, assemblies, and equipment installations, including connections. Report results in writing. C. Perform tests and inspections and prepare test reports. I 3.04 CLEANING A. Vacuum dirt and debris; do not use compressed air to assist in cleaning. END OF SECTION f` i f{ I LOW-VOLTAGE TRANSFORMERS Section 16461 Page 4 SECTION 16521 -EXTERIOR LIGHTING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section Includes: ' I. Exterior luminaires with lamps and ballasts. 2. Poles and accessories. 1.03 DEFINITIONS A. CCT: Correlated color temperature. B. CRI: Color-rendering index. C. HID: High-intensity discharge. D. LER: Luminaire efficacy rating. E. Luminaire: Complete lighting fixture, including ballast housing if provided. F. Pole: Luminaire support structure, including tower used for large area illumination. ' G. Standard: Same definition as "Pole" above. 1.04 STRUCTURAL ANALYSIS CRITERIA FOR POLE SELECTION A. Dead Load: Weight of luminaire and its horizontal and vertical supports, lowering devices, and supporting structure, applied as stated in AASHTO LTS-4- M. B. Wind Load: Pressure of wind on pole and luminaire and banners and banner arms,calculated and applied as stated in AASHTO LTS-4-M. EXTERIOR LIGHTING Section 16521 Page 1 a I. Basic wind speed for calculating wind load for poles exceeding 49.2 feet in height is 90 mph . a. Minimum Design Life: 50 years. 2. Basic wind speed for calculating wind load for poles 50 feet high or less is 100 mph. a. Minimum Design Life: 25 years. 1.05 SUBMITTALS A. Product Data: For each luminaire, pole, and support component, arranged in order of lighting unit designation. Include data on features, accessories, finishes, and the following: 1. Physical description of luminaire, including materials, dimensions, effective projected area, and verification of indicated parameters. 2. Details of attaching luminaires and accessories. I 3. Details of installation and construction. 4. Luminaire materials. 5. Photometric data based on laboratory tests of each luminaire type, complete with indicated lamps,ballasts, and accessories. a. Manufacturer Certified Data: Photometric data shall be certified by manufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for Energy Efficient Lighting Products. 6. Ballasts, including energy-efficiency data. 7. Lamps, including life, output, CCT, CRI, lumens, and energy-efficiency data. 8. Materials, dimensions, and finishes of poles. 9. Means of attaching luminaires to supports, and indication that attachment is suitable for components involved. 10. Anchor bolts for poles. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to I other work. 1. Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection. 2. Anchor-bolt templates keyed to specific poles and certified by manufacturer. 3. Wiring Diagrams: For power, signal, and control wiring. C. Pole and Support Component Certificates: Signed by manufacturers of poles, certifying that products are designed for indicated load requirements in AASHTO LTS4-M and that load imposed by luminaire and attachments has been EXTERIOR LIGHTING Section 16521 Page 2 included in design. The certification shall be based on design calculations by a professional engineer. D. Qualification Data: For qualified agencies providing photometric data for lighting fixtures. E. Field quality-control reports. F. Operation and Maintenance Data: For luminaires and poles to include in emergency, operation, and maintenance manuals. G. Warranty: Sample of special warranty. 1.06 QUALITY ASSURANCE ' A. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by manufacturers' laboratories that are accredited under the National Volunteer Laboratory Accreditation Program for Energy Efficient Lighting Products. B. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by an independent agency, with the experience and capability to conduct the testing indicated,that is an NRTL as defined by OSHA in 29 CFR 1910. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. D. Comply with IEEE C2, "National Electrical Safety Code." E. Comply with NFPA 70. 1.07 DELIVERY, STORAGE, AND HANDLING ' A. Store poles on decay-resistant-treated skids at least 12 inches above grade and vegetation. Support poles to prevent distortion and arrange to provide free air tcirculation. B. Retain factory-applied pole wrappings on fiberglass and laminated wood poles until right before pole installation. Handle poles with web fabric straps. C. Retain factory-applied pole wrappings on metal poles until right before pole installation. For poles with nonmetallic finishes, handle with web fabric straps. EXTERIOR LIGHTTNG Section 16521 Page 3 1.08 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace products that fail in materials or workmanship; that corrode; or that fade, stain, perforate, erode, or chalk due to effects of weather or solar radiation within specified warranty period. Manufacturer may exclude lightning damage, hail damage, vandalism, abuse, or unauthorized repairs or alterations from special warranty coverage. 1. Warranty Period for Luminaires: Five years from date of Substantial Completion. 2. Warranty Period for Metal Corrosion: Five years from date of Substantial Completion. 3. Warranty Period for Color Retention: Five years from date of Substantial Completion. 4. Warranty Period for Poles: Repair or replace lighting poles and standards that fail in finish, materials, and workmanship within manufacturer's standard warranty period, but not less than three years from date of Substantial Completion. PART2 - PRODUCTS 2.01 MANUFACTURERS A. Produc ts: Subject to compliance with requirements, provide product indicated on Drawings. 2.02 GENERAL REQUIREMENTS FOR LUMINAIRES A. Luminaires shall comply with UL 1598 and be listed and labeled for installation in wet locations by an NRTL acceptable to authorities having jurisdiction. B. Lenses and Refractors Gaskets: Use heat- and aging-resistant resilient gaskets to seal and cushion lenses and refractors in luminaire doors. C. Luminaire Finish: Manufacturer's standard paint applied to factory-assembled and -tested luminaire before shipping. Where indicated, match finish process and color of pole or support materials. ' D. Factory-Applied Labels: Comply with UL 1598. Include recommended lamps and ballasts. Labels shall be located where they will be readily visible to service personnel, but not seen from normal viewing angles when lamps are in place. 1. Label shall include the following lamp and ballast characteristics: EXTERIOR LIGHTING Section 16521 Page 4 a. "USES ONLY" and include specific lamp type. b. Lamp type, wattage, bulb type (ED 17, BD56, etc.) and coating (clear or coated)for HID luminaires. C. ANSI ballast type (M98, M57, etc.)for HID luminaires. d. CCT and CRI for all luminaires. ' 2.03 BALLASTS FOR HID LAMPS A. Comply with ANSI C82.4 and UL 1029 and capable of open-circuit operation without reduction of average lamp life. Include the following features unless otherwise indicated: 1. Ballast Circuit: Constant-wattage autotransformer or regulating high- power-factor type. 2. Minimum Starting Temperature: Minus 22 deg F. 3. Normal Ambient Operating Temperature: 104 deg F. 4. Ballast Fuses: One in each ungrounded power supply conductor. Voltage and current ratings as recommended by ballast manufacturer. B. Auxiliary, Instant-On, Quartz System: Factory-installed feature automatically ' switches quartz lamp on when fixture is initially energized and when momentary power outages occur. System automatically turns quartz lamp off when HID lamp reaches approximately 60 percent of light output. 2.04 HID LAMPS A. Metal-Halide Lamps: ANSI C78.43, with minimum CRI 65, and CCT color temperature 4000 K. 2.05 STEEL POLES A. Poles: Comply with ASTM A 500, Grade B, carbon steel with a minimum yield ' of 46,000 psig; one-piece construction up to 63 feet in height with access handhole in pole wall. 1. Shape: Round, tapered. 2. Mounting Provisions: Butt flange for bolted mounting on foundation. PART 3 - EXECUTION ' 3.01 LUMINAIRE INSTALLATION A. Install lamps in each luminaire. EXTERIOR LIGHTING t Section 16521 Page 5 1. B. Fasten luminaire to indicated structural supports. r 1. Use fastening methods and materials selected to resist seismic forces defined for the application and approved by manufacturer. C. Adjust luminaires that require field adjustment or aiming. For Baseball field. 3.02 POLE INSTALLATION A. Alignment: Align pole foundations and poles for optimum directional alignment of luminaires and their mounting provisions on the pole. B. Clearances: Maintain the following minimum horizontal distances of poles from surface and underground features unless otherwise indicated on Drawings: 1. Water, Gas, Electric, Communication, and Sewer Lines: 10 feet. 2. Trees: 15 feet from tree trunk. C. Concrete Pole Foundations: Set anchor bolts according to anchor-bolt templates furnished by pole manufacturer. Concrete materials, installation, and finishing requirements are specified in Division 3 Section "Cast-in-Place Concrete." D. Foundation-Mounted Poles: Mount pole with leveling nuts, and tighten top nuts to torque level recommended by pole manufacturer. 1. Use anchor bolts and nuts selected to resist seismic forces defined for the application and approved by manufacturer. 2. Grout void between pole base and foundation. Use nonshrink or expanding concrete grout firmly packed to fill space. 3. Install base covers unless otherwise indicated. 4. Use a short piece of 1/2-inch- diameter pipe to make a drain hole through grout. Arrange to drain condensation from interior of pole. E. Poles and Pole Foundations Set in Concrete Paved Areas: Install poles with minimum of 6-inch- wide, unpaved gap between the pole or pole foundation and the edge of adjacent concrete slab. Fill unpaved ring with pea gravel to a level 1 inch below top of concrete slab. F. Raise and set poles using web fabric slings (not chain or cable). 3.03 CORROSION PREVENTION A. Aluminum: Do not use in contact with earth or concrete. When in direct contact with a dissimilar metal,protect aluminum by insulating fittings or treatment. EXTERIOR LIGHTING Section 16521 Page 6 B. Steel Conduits: Comply with Division 16 Section "Raceways and Boxes." In concrete foundations, wrap conduit with 0.010-inch- thick, pipe-wrapping plastic tape applied with a 50 percent overlap. 3.04 GROUNDING A. Ground metal poles and support structures according to Division 16 Section "Grounding and Bonding." I. Install grounding electrode for each pole unless otherwise indicated. 3.05 FIELD QUALITY CONTROL A. Inspect each installed fixture for damage. Replace damaged fixtures and components. B. Illumination Observations: Verify normal operation of lighting units after installing luminaires and energizing circuits with normal power source. I. Verify operation of photoelectric controls. C. Illumination Tests: I. Measure light intensities at night. Use photometers with calibration referenced to NIST standards. Comply with the following IESNA testing guide(s): a. IESNA LM-5, "Photometric Measurements of Area and Sports Lighting Installations." b. IESNA LM-64, "Photometric Measurements of Parking Areas." D. Prepare a written report of tests, inspections, observations, and verifications indicating and interpreting results. If adjustments are made to lighting system, ' retest to demonstrate compliance with standards. END OF SECTION EXTERIOR LIGHTING Section 16521 Page 7 l l f r f f N N Y i N SECTION 16526 -EXTERIOR ATHLETIC LIGHTING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes lighting for the following outdoor sports venues: 1. Baseball fields. ' B. Related Sections: 1. Division 16 Section "Lighting Control Devices for automatic and remote control of lighting, including time switches, photoelectric relays, and multipole lighting relays and contactors. 1.03 DEFINITIONS A. CV: Coefficient of variation; a statistical measure of the weighted average of all relevant illumination values for the playing area, expressed as the ratio of the standard deviation for all illuminance values to the mean illuminance value. B. Delegated-Design Submittals: Documents, including drawings, calculations, and material and product specifications prepared as a responsibility of Contractor to obtain acceptance by Owner and authorities having jurisdiction. ' C. Illuminance: The metric most commonly used to evaluate lighting systems. It is the density of luminous flux, or flow of light, reaching a surface divided by the ' area of that surface. 1. Horizontal Illuminance: Measurement in foot-candles, on a horizontal surface 36 inches above ground unless otherwise indicated. 2. Target Illuminance: Average maintained illuminance level, calculated by multiplying initial illuminance by LLF. ' 3. Vertical Illuminance: Measurement in foot-candles, in two directions on a vertical surface, at an elevation coinciding with plane height of horizontal measurements. t EXTERIOR ATHLETIC LIGHTING Section 16526 Page 1 D. LC: Lighting Certified. r E. Light Trespass: Light spill into areas and properties outside the playing areas, t which is either annoying or unwanted. f F. LLD: Lamp lumen depreciation, which is the decrease in lamp output as the lamp ages. G. LLF: Light loss factor, which is the product of all factors that contribute to light loss in the system. H. Luminaire: Complete lighting fixture, including ballast housing if integral. I. UG: Uniformity gradient; the rate of change of illuminance on the playing field, expressed as a ratio between the illuminances of adjacent measuring points on a uniform grid. 1.04 PERFORMANCE REQUIREMENTS A. Facility Type: Recreational or social facility. B. Illumination Criteria: 1. Minimum average target illuminance level for each lighted area for each sports venue and for the indicated class of play according to IESNA RP-6. C. Illumination Criteria: 1. Minimum Average Target Illumination: 50 fc infield, 30 fc outfield. D. Illumination Calculations: Computer-analyzed point method complying with IESNA RP-6 to optimize selection, location, and aiming of luminaires. 1. Grid Pattern Dimensions: For playing areas of each sport and areas of ' concern for spill-light control, correlate and reference calculated parameters to the grid areas. Each grid point represents the center of the grid area defined by the length and width of the grid spacing. 2. Spill-Light Control: Minimize spill light for each playing area on adjacent and nearby areas. a. Prevent light trespass on properties near Project as defined by City of Fort Worth. 3. Luminaire Mounting Height: Comply with IESNA RP-6, 60'. 4. Luminaire Placement: Luminaire clusters shall be outside the glare zones defined by IESNA RP-6. E. Baseball Fields: EXTERIOR ATHLETIC LIGHTING Section 16526 Page 2 1. IESNA RP-6, Class of Play: III. 2. Speed of Sport: Fast. 3. Grid Pattern Dimensions: 20 by 20 feet. F. Lighting Control: Manual, low voltage, or digital; providing the following functions, integrated into a single control station,with multiple subcontrol stations as indicated: 1. Control Station: Key-operated master switch, manual push-button controls, and system status indicator lights. G. Electric Power Distribution Requirements: 1. Electric Power: 480 V;three phase. ' H. Maximum Total Load: 100 A. 1. Maximum Total Voltage Drop from Source to Load: 5 percent, including voltage drops in branch circuit, subfeeder, and feeder. PART 2 - PRODUCTS 2.01 LUMINAIRES,LAMPS, AND BALLASTS A. Luminaires: Listed and labeled, by an NRTL acceptable to authorities having jurisdiction, for compliance with UL 1598 for installation in wet locations. 1. Doors, Frames, and Other Internal Access: Smooth operating, free from light leakage under operating conditions, and arranged to permit relamping ' without using tools. Arrange doors, frames, lenses, diffusers, and other pieces to prevent their accidental falling during relamping and when secured in operating position. Doors shall be removable for cleaning or ' replacing lens. 2. Exposed Hardware: Stainless-steel latches, fasteners, and hinges. 3. Spill-Light Control Devices: Internal louvers and external baffles ' furnished by manufacturer and designed for secure attachment to specific luminaire. 4. Lamps for Baseball field Luminaires: Metal halide,rated 1500W. ' B. Ballast Mounting: At location of associated luminaires unless otherwise indicated. t EXTERIOR ATHLETIC LIGHTING ' Section 16526 Page 3 l 2.02 SUPPORT STRUCTURES A. Support-Structure Wind-Load Strength: Poles and other support structures, brackets, arms, appurtenances, bases, anchorages, and foundations shall comply with AASHTO LTS-4-M and shall be certified by manufacturers to withstand L winds up to 100 mph without permanent deflection or whipping. B. Support-Structure Seismic Strength: Poles or other support structures, brackets, arms, appurtenances, bases, anchorages, and foundations shall be designed to prevent separation of components or fracture of poles, luminaire supports, or pole foundations during a seismic event. C. Mountings, Fasteners, and Appurtenances: 1. Corrosion resistant, compatible with support components, and which shall not cause galvanic action at contact points. a. Steel Components: Hot-dip galvanized after fabrication, complying with ASTM A 123/A 123M. b. Mounting Hardware Fasteners: Hot-dip galvanized, complying I with ASTM A 153/A 153M, or minimum 18-8 grade stainless steel. 2. Accommodate attachments and wiring of other indicated systems. D. Concrete for Pole Foundations: 3000-psi, 28-day minimum compressive strength. Concrete, reinforcement, and formwork are specified in Division 3 Section "Cast- in-Place Concrete." PART 3 - EXECUTION 3.01 INSTALLATION I A. Use web fabric slings (not chain or cable) to raise and set structural members. Protect equipment during installation to prevent corrosion. B. Install poles and other structural units level,plumb, and square. C. Except for embedded structural members, grout void between pole base and foundation. Use nonshrinking or expanding concrete grout firmly packed in entire void space. Use a short piece of 1/2-inch- diameter pipe to make a drain hole through grout. Arrange to drain condensation from interior of pole. Nonshrink grout is specified in Division 5 Section "Metal Fabrications." D. Install pole pads at all poles inside playing field boundaries and when located within 20 feet of the field boundary. EXTERIOR ATHLETIC LIGHTING Section 16526 Page 4 E. Extend cast-in-place bolted base foundations 36 inches above grade,minimum. F. Install controls and ballast housings in cabinets mounted on support structure at 1 least 10 feet above finished grade. END OF SECTION 1 i 1 1 1 EXTERIOR ATHLETIC LIGHTING 1 Section 16526 Page 5 f f C F E F i 1 1 ROCKWOOD DARK IMPROVEMENTS 1 CITY OF FORT WORTH TEXAS 1 MAS TEK PROJECT NO: E09-0206 MARCH 20, 2009 1 1 PRESENTED W. HUITT-ZOLLARS, INC. FORT WORTH,O R H, TE SAS PRESENTED BY: MAS-TEK ENGINEERING&ASSOCW TES, INC 5132 Sharp SLrwt- Da/laa TOMS 78247 1 � I � i i I I. 41% 41K MAs-TEK Engineering & Associates, Inc. March 20, 2009 Mr. James L. Higgins Project Manager Huitt-Zollars, Inc. 500 West 7t' Street, Suite 300 Fort Worth, Texas 76102 Phone:(817) 335-3000 ext. 10228 Email: jhiggins @huitt-zollars.com Re: Geotechnical Investigation Rockwood Park Improvements City of Fort Worth, Texas Mas-Tek Report No. E09-0206 Dear Mr. Higgins: Please find enclosed our report summarizing the results of the geotechnical investigation performed at the above referenced project. We trust the recommendations derived from this investigation will provide you with the information necessary to complete your proposed project successfully. We thank you for the opportunity to provide you with our professional services. If we can be of further assistance, please do not hesitate to contact us. Sincerely, MAS TEK ENGINEERING &ASSOCIATES, INC. of TF'yt: � . ,4 g '•:f MU el D. Roland, .E. � Geotechnical Consultant 1j►ICFIA�!_IDN' 3 Farrow — Ma . , P:+.E. Senior Geotechnical Consultant Geotechnical Consulting & Materials Testing I 5132 Sharp Street Dallas,Texas 75247 972 709-7384 TABLE OF CONTENTS PAGE 1.0 INTRODUCTION— 1 1.1 PROJECT DESCRIPTION.............................................................................1 1.2 PURPOSE AND SCOPE ...............................................................................I 2.0 FIELD INVESTIGATION ---- ----------------- •---- 3.0 LABORATORY TESTING --------- 4.0 SITE AND SUBSURFACE CONDITIONS -- ------------------------- 4.1 GENERAL SITE CONDITIONS .....................................................................2 4.2 SUBSURFACE CONDITIONS.......................................................................2 4.3 GROUNDWATER CONDITIONS...................................................................3 5.0 ANALYSES AND RECOMMENDATIONS- 3 5.1 SOIL MOVEMENT.........................................................................................3 5.2 BELLED PIER FOUNDATION SYSTEM........................................................4 5.2.1 LATERAL RESISTANCE.............................................................6 5.3 DRILLED SHAFT SOIL INDUCED UPLIFT LOADS.......................................6 5.4 DRILLED SHAFT CONSTRUCTION CONSIDERATIONS.............................6 5.5 STRUCTURAL DETAILING...........................................................................7 5.6 GRADE BEAMS.............................................................................................7 5.7 CONCRETE FLOOR SLABS AND FLATWORK SENSITIVE TO MOVEMENTS................................................................................................8 5.7.1 STRUCTURALLY SUPPORTED FLOOR SLAB..........................8 5.7.2SLAB-ON-GRADE FLOOR SLAB................................................9 5.8 FLAT WORK CONSIDERATIONS...............................................................10 6.0 PAVEMENT RECOMMENDATIONS—— 1 6.1 SUBGRADE. PREPARATION ......................................................................11 6.2 RECOMPACTED PAVEMENT SUBGRADE................................................12 6.3 DRIVE APPROACHES................................................................................13 6.4 PAVEMENT SECTIONS..............................................................................13 6.5 PAVEMENT CONSIDERATIONS................................................................14 7.0 STORM WATER LINE CONSTRUCTION---------------------------- -____15 7.1 TRENCH EXCAVATIONS............................................................................15 7.2 OPEN CUTS................................................................................................16 7.3 TRENCH BRACING.....................................................................................16 7.4 DEWATERING............................................................................................16 7.5 CONSTRUCTION CONSIDERATIONS.......................................................17 8.0 EARTHWORK GUIDELINES _____17 8.1 SITE GRADING AND DRAINAGE...............................................................17 8.2 UTILITY TRENCH EXCAVATION................................................................18 8.3 PROOFROLLING AND SUBGRADE. PREPARATION.................................18 8.4 ON-SITE CLAY FILL PLACEMENT IN PAVEMENT AND LANDSCAPING AREAS..............................................................................18 8.5 ON-SITE CLAY FILL PLACEMENT IN BUILDING AREAS..........................19 8.5.1 MOISTURE CONDITIONING PRIOR TO COMPACTION .........19 8.5.2QUALITY ASSURANCE REQUIREMENTS...............................19 8.6 SELECT FILL PLACEMENT IN BUILDING AREAS.....................................20 9.0 FIELD SUPERVISION 20 10.0 LIMITATIONS -20 MAS-TEK ENGINEERING E09-0206 l ILLUSTRATIONS { FIGURE PLAN OF BORINGS --------------------_---- ------------_---------------__ LOGS OF BORINGS ----------_ _____ _______ _w 2 thru 14 LEGEND - KEY TO LOG TERMS & SYMBOLS---------- - ------------------15 SWELL TEST RESULTS------------ RECOMMENDED SLOPE RATIOS FOR OPEN TRENCH CUTS ---------------____ _ _17 DESIGN OF TRENCH BRACING-LATERAL EARTH PRESSURE--------------------_____18 APPENDIX APPENDIX-MEASURES TO MINIMIZE DEEP-SEATED SWELL I i N _r I MAS TEK ENGINEERING E09-0206 GEOTECHNICAL INVESTIGATION ROCKWOOD PARK IMPROVEMENTS CITY OF FORT WORTH, TEXAS 1.0 INTRODUCTION 1.1 PROJECT DESCRIPTION The project consists of improvements to the existing Rockwood Park located adjacent to and west of University Drive in Fort Worth, Texas. The improvements will consist of new canopies at the dug outs and back stops, new tall ball field light poles, a new pavilion, new parking and a shallow storm drain system. Final grading plans are not available at this time. For the purpose of this investigation, we have assumed that the new structures will be constructed near existing grade and that cuts and fills required to achieve final grades will be minimal (2 feet or less of cut and/or fill). 1.2 PURPOSE AND SCOPE The purposes of this geotechnical investigation were to: 1) explore the subsurface conditions at the site, 2) evaluate the pertinent engineering properties of the subsurface materials, 3) provide foundation recommendations for the proposed structures, 4) provide recommendations for subgrade stabilization and slab-on-grade construction for the new pavilion, 5) provide comments and recommendations for site grading and drainage and 6) provide subgrade preparation and pavement thickness recommendations. This report was prepared in general accordance with Mas-Tek Engineering's Proposal P08-0615E dated ' June 19, 2008. 2.0 FIELD INVESTIGATION The field investigation consisted of drilling five (5) test borings (Borings B-1 thru B-4 and B- 13) to depths of 25 feet in the vicinity of the proposed canopies, drilling four (4) test borings (Borings B-5 thru B-8) to depths of 25 feet in the vicinity of the proposed tall ball field light poles, drilling one (1) test boring (Boring B-9) to a depth of 25 feet in the vicinity of the new pavilion, drilling one (1) test boring (Boring B-10) to a depth of 15 feet in the vicinity of the new storm drain and drilling two borings (Borings B-11 and B-12) to depths of 5 feet in new pavements areas. IMAS-TEK ENGINEERING E09-0206 PAGE 1 A truck-mounted auger drill rig was used to advance these borings and to obtain samples for laboratory evaluation. The borings were located at the approximate locations shown on i the Plan of Borings (Figure 1). The results of the boring program are presented on the Logs of Borings, Figures 2 thru 14. A key to the descriptive terms and symbols used on the logs is presented on Figure 15. 3.0 LABORATORY TESTING Laboratory tests were performed on representative samples of the soil to aid in classification of the soil materials. These tests included Atterberg limits tests, moisture content tests, percent passing #200 sieve, and unit weight determinations. Hand penetrometer tests were performed on the clay soil samples to provide indications of the swell potential and the foundation bearing properties of the subsurface strata. Unconfined compression tests were performed on selected samples to provide foundation properties of the bearing stratum. To provide additional information about the swell characteristics of these soils at their in-situ moisture conditions, absorption swell tests were performed on selected samples of the clay Y soils. The results of our testing program are presented on the Logs of Borings, Figures 2 through 14 and on the Swell Test Results, Figure 16. 4.0 SITE AND SUBSURFACE CONDITIONS 4.1 GENERAL SITE CONDITIONS The project site is located within the existing ockwood Park located I 9 adjacent to and west of University Drive in Fort Worth, Texas. See Plan of Borings (Figure 1) for site configuration and location. The project site consists of existing baseball fields and parking. 4.2 SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings, including descriptions of the various strata and their depths and thickness, are presented on the Logs of Borings. Note that depth on all borings refers to the depth from the existing grade or ground surface present at the time of the investigation. Boundaries between the various soil types are approximate. I MAS-TEK ENGINEERING E09-0206 PAGE 2 4.3 GROUNDWATER CONDITIONS The borings were advanced using continuous flight auger methods. Advancement of the borings using these methods allows observation of the initial zones of seepage. ' Groundwater seepage was encountered in the structural borings at depths ranging from 14 to 17 feet during drilling. Shallower groundwater levels are possible after periods of heavy ' rain. It is not possible to accurately predict the magnitude of subsurface water fluctuations that ' might occur based upon short-term observations. The subsurface water conditions are subject to change with variations in climatic conditions and are functions of subsurface soil ' conditions and rainfall. ' 5.0 ANALYSES AND RECOMMENDATIONS ' 5.1 SOIL MOVEMENT The subsurface exploration revealed the presence of active clay soils. The clay soils will have a moderate to high shrink/swell potential depending upon the soil moisture condition at the time of construction. It should be noted that the majority of the site soils were in a dry condition at the time of our field investigation. Potential Vertical Rise (PVR) calculations were performed using swell test results, pocket penetrometer readings, and moisture content tests to estimate the swell potential of the soil. Potential Vertical Rise (PVR) values based upon the current soil moisture conditions and ' current grades have been estimated to range from 3.5 inches (at Borings B-1 and B-4)to 6+ inches (at the remaining structural borings). These estimates are anticipated "active zone" swell. In a dry condition, the soil swell PVR could exceed 6+ inches in all areas. In addition, the potential for additional "deep-seated" swell exists at this site. The assumed "active zone" ' swell values are upward soil movements that could occur due to typical seasonal moisture changes and soil swelling within the upper ten (10) feet as measured from finished floor grade. The deep-seated swell values are additional upward soil movements that could occur ' due to moisture changes and soil swelling below a typical ten (10)foot deep"active-zone". Deep-seated swell could occur due to groundwater fluctuations or free water sources such as ponding water conditions, percolation of water in landscaped areas, leaking sprinkler MAS-TEK ENGINEERING E09-0206 PAGE 3 l lines and/or leaking utility lines that are not detected and repaired in an expedient manner. f The potential for additional deep seated swell ranging from 1 to 3 inches exists at this site as indicated on the Swell Test Results (Figure 16) of this report. At most sites, the risk of deep seated swell is not a high risk due to the low probability of deep water percolation below 10' depths. If the risk of additional deep-seated swell is not desired, structural floors should be used in areas sensitive to movement. The depth of [ excavation and moisture conditioning recommended in Section 5.7.2 of this report could be increased by a few feet to reduce the deep seated swell potential. Measures to minimize deep seated swell associated with free water sources are provided in the Appendix to this report. 5.2 BELLED PIER FOUNDATION SYSTEM The proposed canopies, tall ball field light poles and pavilion may be supported by drilled belled shafts. The belled piers should be founded within the bearing stratum and at the depths below the existing -ground surface as provided in Table 1 below. f C TABLE 1. RECOMMENDED BELLED PIER FOUNDING DEPTHS BORING STRUCTURE BEARING STRATUM FOUNDING NUMBER DEPTH B-1 Canopy Very stiff to hard light brown clay 15 feet B-2 Canopy Very stiff to hard light brown clay 14 feet B-3 Canopy Very stiff light brown clay 13 feet B-4 Canopy Very stiff to hard brown clay 14 feet B-5 Tall Light Pole Very stiff dark brown clay 15 feet B-6 Tall Light Pole Very stiff to hard brown & light 14 feet brown clay B-7 Tall Light Pole Very stiff to hard dark brown clay 14 feet B-8 Tall Light Pole Stiff dark brown clay to brown 11 feet very sandy clay B-9 Pavilion Stiff brown clay to very sandy 13 feet clay 8-13 Canopy Very stiff to hard brown clay 15 feet * The piers to be located within the vicinity of Boring B-8 should not be over- drilled over 6 inches due to the presence of water bearing sand and clayey MAS TEK ENGINEERING E09-0206 PAGE 4 sand below depths of 12 feet. Note: If a sand layer is penetrated as verified by Mas-Tek, the pier hole should be thoroughly cleaned and concrete placed to create a concrete plug extending 6 inches above the top of the sand stratum under the direction of a Mas-Tek engineer. Then, after the concrete has set (minimum 24 hours), the pier should be belled on the surface of the concrete plug. Adjustments in the belled pier depth will be required based on the depth of fill in the building pad. A bell to shaft ratio in the range of 2.5:1 to 2.75:1 is recommended. In areas where moisture conditioning is not performed to reduce the potential of "active zone" soil swell, a bell to shaft ratio of 2.75:1 should be used for all piers. It should be specified that the belling tool be at least 1 inch smaller than the drilled shaft diameter to minimize sloughing along the drilled shaft as the belling tool is used. The recommended allowable bearing capacity values for the belled piers are provided in Table 2. ' TABLE 2. ALLOWABLE BEARING CAPACITY VALUES BORING FOUNDING ALLOWABLE BEARING STRATUM BEARING NUMBER DEPTH CAPACITY B-1 Very stiff to hard light brown 15 feet 5,000 psf clay ' B-2 Very stiff to hard light brown 14 feet 5,000 psf clay B-3 Very stiff light brown clay 13 feet 5,000 psf B-4 Very stiff to hard brown clay 14 feet 5,000 psf ' B-5 Very stiff dark brown clay 15 feet 5,000 psf B-6 Very stiff to hard brown & light 14 feet 5,000 psf brown clay B-7 Very stiff to hard dark brown 14 feet 5,000 psf clay ' &g Stiff dark brown clay to brown 11 feet 3,000 psf very sandy day ' B-9 Stiff brown clay to very sandy 13 feet 4,000 psf clay 8-13 Very stiff to hard brown clay 15 feet 5,000 psf MAS-TEK ENGINEERING E09-0206 PAGE 5 The above allowable bearing capacity values contain factors-of safety of 3.0 based on the results of geotechnical borings drilled to date. Belled piers should be subject to settlements of one inch and differential post construction shrink /swell movements of about 0.75 inches. 5.2.1 LATERAL RESISTANCE The piers may be designed to resist lateral wind load forces using an allowable passive resistance value of 150 psf per foot of depth (linearly increasing with depth). A lateral modulus value of 200 kcf may also be used. Lateral resistance should not be counted on within the upper 3 feet of each pier shaft. 5.3 DRILLED SHAFT SOIL INDUCED UPLIFT LOADS I All piers will be subject to uplift loads as a result of swelling within the overlying clays. The underreamed shafts should have a base to shaft diameter ratio between 2.5 to 1.0 and 2.75 to 1.0 to provide anchorage to resist potential uplift loads induced by soil heave in the overlying clays. In areas where moisture conditioning is not performed to reduce the potential of"active zone" soil swell, a bell to shaft ratio of 2.75:1 should be used for all piers. The piers should have sufficient continuous vertical reinforcing steel extending to the bottom of the piers to resist the computed net uplift loads (uplift less dead load). I The magnitude of the uplift loads varies with the shaft diameter, soil parameters, free water sources, and the depth of the active clays acting on the shaft. The uplift pressures can be approximated at this site by assuming a uniform uplift pressure of 1,500 pounds per square foot acting on the shaft perimeter for a depth of 12 feet. In areas where moisture conditioning is not performed to reduce the potential of "active zone" soil swell, the uplift pressure should be increased to 2,500 psf. 5.4 DRILLED SHAFT CONSTRUCTION CONSIDERATIONS Groundwater seepage was encountered in the structural borings at depths ranging from 14 P 9 9 to 17 feet during drilling. Shallower groundwater levels are possible after periods of heavy rain. Excessive groundwater seepage is not anticipated during the drilled pier operations. However, it is imperative that the drilling, belling and concrete and steel placement be performed in an expedited manner (within 2 hours) in order to minimize water seepage and caving issues. MAS-TEK ENGINEERING E09-0206 PAGE 6 Note: If minor water seepage is occurring, the pier steel and concrete should be placed immediately. The contractor should schedule the work to where drilling and belling does not start until the concrete is on-site and ready to be poured. The steel and concrete should be placed as soon as the belling is completed. If excessive amounts of groundwater seepage are encountered or if caving occurs, a Mas-Tek Engineer should immediately be contacted for recommendations. Concrete used for the shafts should have a slump of 6 inches plus or minus 1 inch and ' placed in a manner to avoid striking the reinforcing steel and walls of the shaft during placement. Complete installation of individual belled piers should be accomplished within a ' 2-hour period in order to help prevent deterioration of bearing surfaces. The drilling of individual shafts should be excavated in a continuous operation and concrete placed as soon as practical after completion of the drilling and belling. Belled piers should be _ concreted as soon as possible after belling at this site (within 2 hours) in order to reduce the risk for caving and excessive seepage. If seepage is detected, see note above. We recommend that Mas-Tek Engineering be retained to observe and document the drilled pier construction. The engineer, or his representative, should document the shaft diameter, underream diameter, depth, cleanliness, plumbness of the shaft, and the type of bearing material. Significant deviations from the specified or anticipated conditions should be reported to the owner's representative and to the structural engineer. The drilled pier excavation should be observed to verify the bottom of the hole is belled properly and dry and thoroughly cleaned of cuttings after completion. ' 5.5 STRUCTURAL DETAILING Belled piers at this site will be subjected to differential movement caused by post- ' construction shrink/swell movements. Vertical crack control joints should be used along the full height of all walls to control cracking associated with differential foundation movements. ' Isolation joints should be used between the belled piers and adjacent flatwork in order to minimize distress caused by differential movements between the belled piers and ground ' supported flatwork. ' 5.6 GRADE BEAMS Grade beams supported by piers should be constructed over a void space. A minimum void ' MAS-TEK ENGINEERING E09-0206 PAGE 7 space of 4 inches should be provided between the bottom of these members and the subgrade assuming excavation and moisture conditioning is performed per Section 5.7.2 of this report. Ten (10) inch void spaces with permanent retainer forms should be used if structural floors are used. Structural cardboard forms are one acceptable means of providing this void beneath these members. Care must be exercised during concrete placement to avoid collapsing the cardboard void boxes. The cardboard carton forms should not be allowed to become wet or crushed prior to concrete placement. The exterior portions of the grade beams along the perimeter of the buildings should be carefully backfilled with on-site clayey soils unless specified otherwise below. The backfill soils should be placed at moisture contents between +2% to +5% percentage points wet of optimum. The fill should be compacted to 95 percent of maximum dry density as determined in accordance with ASTM D-698 (Standard Proctor). 5.7 CONCRETE FLOOR SLABS AND FLATWORK SENSITIVE TO MOVEMENTS Ground supported slabs and flatwork are to be constructed beneath the new canopies and for the new pavilion. Potential Vertical Rise (PVR) values based upon the current soil moisture conditions and current grades have been estimated to range from 3.5 inches (at Borings B-1 and B-4) to 6+ inches (at the remaining structural borings). These estimates are anticipated "active zone" swell. In a dry condition, the soil swell PVR could exceed 6+ inches in all areas. There is also a potential for additional "deep-seated" swell at this site (see Section 5.1 of this report). Due to the potential for slab movements, the pavilion floor slab and other flatwork slabs sensitive to movements either should be structurally supported and suspended above the site soils or should consist of a slab-on-grade that is placed on 18 inches of select fill over I moisture conditioned and compacted fill soils. Note: If ground supported slabs are placed (or if existing slabs remain) below the proposed canopies and pavilion and excavation and moisture conditioning is not performed per Section 5.7.2 (and structural floors are not used per Section 5.7.1), then large differential upward slab movements should be anticipated. For this case, an expansion joint (isolation joint) should be provided between the slab and the columns and foundations to allow unrestrained upward movements of these slabs. 5.7.1 STRUCTURALLY SUPPORTED FLOOR SLAB Due to the potential for slab movements, one method of eliminating the effects of soil movements in areas sensitive to movement would be the use of structurally supported floor MAS TEK ENGINEERING E09-0206 PAGE 8 Q MM slabs suspended above the underlying soils. The void space created (minimum of 10 inches using permanent retainer forms) between the bottom of the floor slab and the subgrade will serve to reduce distress resulting from swell pressures generated by the clays. If a structural floor is used, the void space should be drained. Any crawl space should be ventilated. A suitable vapor barrier should be used below all floor slabs. If a structurally supported floor slab is used, structural cardboard forms could be used to provide the required voids beneath the floor slab. If carton forms are used, care should be taken to assure that the void boxes are not allowed to become wet or crushed prior to or during concrete placement and finishing operations. Masonite placed on the top of the carton forms should be used to reduce the risk of crushing of the carton forms during concrete placement and finishing operations. As a quality control measure during construction, "actual' concrete quantities placed should be checked against "anticipated" quantities. Significant concrete"overage"would be an early indication of a collapsed void. 5.7.2 SLAB-ON-GRADE FLOOR SLAB Site preparation work will be required in order to lower the potential soil movements below ground supported slabs and flatwork. Recommendations for site preparation work to reduce the anticipated "active zone" soil movements to on the order of one (1) inch are presented below. It should be noted that there is potential for additional "deep-seated" swell at this site (see Section 5.1 of this report). 1. Excavate to depth of 9 feet below the existing -ground surface or 10 feet below final pad grade, whichever is deeper. Excavations should extend 2 feet beyond building lines or 2 foot beyond adjacent sidewalks and entry areas, whichever is greater. We ' recommend that Mas-Tek Engineering review the excavation plan for compliance with this report prior to construction bidding. 2. After excavation has been performed, the upper 10 inches of existing subgrade soil should be scarified and compacted as specified below in Item 3. 3. Fill to within 18 inches of final pad grade using on-site moisture conditioned soils. On-site clay soils can be used as fill within the building pad if the clay soils are moisture conditioned as specified below. On-Site Clay Soils: On-site clay and sandy clay soils having a Pt of 38 or less can be placed in the building pad as long as the clay soils are compacted between +5% to +8% above optimum moisture content to a minimum of 92% Standard Proctor density (ASTM D698). MAS-TEK ENGINEERING E09-0206 PAGE 9 Note: These "targeted" moisture contents are subject to compressive strength and soil swell verifications and adjustment per Section 8.5.2 of this report. 4. Fill to final pad grade with a minimum of 18 inches of low PI select fill. The material L used as select fill should be a very sandy clay to clayey sand with a plasticity index between 4 and 12. The fill should be spread in loose lifts, less than 9 inches thick, and uniformly compacted to a minimum of 95 percent of ASTM Standard D 698 between-2 and +2 percentage points of the soil's optimum moisture content. 5. The upper 18 inches of fill in unpaved areas near the building should consist of compacted on-site clay to minimize water infiltration into the select fill (compact in 6 inch lifts at+1% to +4% above optimum to 95%ASTM D 698). 6. Moisture condition of completed pad must be maintained until all slabs are in place. This will be particularly important along the building perimeter where clay soils will possibly be exposed after excavations for grade beams or tilt wall panels. The use of 6 inches of select fill above exposed clay excavations would reduce moisture losses - during prolonged dry weather conditions. All work should be performed in accordance with the Earthwork Guidelines (Section 8.0) of this report. re p A polyethylene moisture barrier is recommended below slab-on-grade floor slabs where floor coverings, treated or painted floor surfaces will be applied with products which are sensitive to moisture or if products stored on the building floors are sensitive to moisture. Procedures for installation of vapor barriers are recommended in ACI 302. 5.8 FLAT WORK CONSIDERATIONS Provisions should be made for post-construction differential upward movement of adjacent flat work. Site grading plans should include provisions for the effects of soil movements on access and entry slabs and adjacent sidewalks. To prevent potential tripping hazards, access and entry slabs should be elevated above the adjacent sidewalks and pavement slabs. If a structural supported floor slab is used, we recommend that all access and ent ry slabs also be structurally supported on drilled shafts and suspended above the active clays by a minimum 10 inch void space. To prevent potential tripping hazards, these access and entry slabs should be elevated above adjacent sidewalks and pavement slabs and provided with transition slabs over a 10 inch void space that are hinged at grade beam connections and provided with toe beams at connections to adjacent flatwork. All void spaces should be MAS-TEK ENGINEERING E09-0206 PAGE 10 drained. We recommend that Mas-Tek Engineering be retained to review the project drawings and specifications to ensure compliance with the geotechnical report. 6.0 PAVEMENT RECOMMENDATIONS We assume that only occasional heavy to medium truck traffic will be present on the drive areas and that only automobile traffic will be used in the parking pavements. The following recommendations are based upon these assumed conditions. 6.1 SUBGRADE PREPARATION The surficial clay soils are active and have a moderate to high shrink/swell potential. Clay I soils react with hydrated lime, which serves to improve their support value and provide a firm, uniform subgrade beneath the paving. The subgrade should be proof-rolled prior to liming. - If lime stabilization is performed, 6 to 7 percent hydrated lime by dry weight (32 to 37 pounds per square yard per 6-inch depth) should be used to stabilize the existing clay subgrade. The actual lime requirement will depend upon the actual subgrade soils exposed at final grade and should be determined at the time of construction. The lime should be thoroughly mixed and blended with the top 6 inches of the subgrade (TxDOT Item 260) and the mixture compacted to a minimum of 95 percent of maximum dry density as determined in accordance with ASTM D 698, within 2 percentage points of the soil's optimum moisture content. We recommend that this lime stabilization extend 1 to 2 feet beyond exposed pavement edges, if possible, in order to reduce the effects of Ishrinkage during extended dry periods. ISand should be specifically prohibited beneath pavement areas during final grading (after stabilization), since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils. It should be specified that only lime stabilized soil will be allowed for fine grading. After fine grading each area in preparation for paving, the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight Inon-yielding subgrade. IProject specifications should allow a curing period between initial and final mixing of the lime/soil mixture. After initial mixing, the lime treated subgrade should be lightly rolled and maintained at or to 5 percentage points above the soil's optimum moisture content until final MAS TEK ENGINEERING E09-0206 PAGE 11 z' mixing and compaction. We recommend a 3-day curing period for these soils. The following gradation requirements are recommended for the stabilized materials before final ` compaction: Percent Minimum Passing 1 3/4" Sieve 100 Minimum Passing No. 4 Sieve 60 All non-slaking Mas-Tekregates retained on the No. 4 sieve should be removed before testing. The stabilized subgrade should be protected and moist cured or sealed with a bituminous material for a minimum of 7 days or until the pavement materials are placed. Pavement areas should be graded to prevent ponding and infiltration of excessive moisture on or adjacent to the pavement areas. 6.2 RECOMPACTED PAVEMENT SUBGRADE If subgrade stabilization is not performed, the upper six-(6) inches of subgrade soil should be compacted at -2 to +2 percentage points of optimum moisture to a minimum of 95% Standard Proctor density (ASTM D 698). The subgrade should be proof-rolled prior to subgrade compaction. Only on-site soil (comparable to the underlying subgrade soil) should be used for fine grading the pavement areas. After fine grading, the subgrade should again be watered if needed and re-compacted in order to re-achieve the moisture and density levels discussed above and provide a tight non-yielding subgrade. Sand should not be allowed for use in fine grading the pavement areas as discussed previously. The subgrade moisture content and density must be maintained until paving is completed. The subgrade should be watered just prior to paving to assure concrete placement over a moist subgrade. Due to the presence of expansive clay soils, post construction upward pavement movements should be anticipated. Inspection during construction is particularly important to insure proper construction procedures are followed. MAS-TEK ENGINEERING E09-0206 rl PAGE 12 6.3 DRIVE APPROACHES Water should not be allowed to pond in drive approaches prior to paving. Density tests should be performed on the subgrade soils in each drive approach prior to fine grading in preparation for paving to verify compliance with project specifications. 6.4 PAVEMENT SECTIONS Tables 3 and 4 present the recommended pavement sections for this project: TABLE 3. LIGHT DUTY PAVEMENT SECTION AUTOMOBILE TRAFFIC ONLY (Automobile Parking Stalls) PCC SECTION 5 inches Portland Cement Concrete 6 inches Scarified and Compacted Subgrade i * A lime stabilized subgrade could be used to improve performance, and reduce maintenance. TABLE 4. MEDIUM DUTY PAVEMENT SECTIONS MEDIUM DUTY PAVEMENT (Auto Drive Approaches and High Density Travel Lanes with Occasional Truck Traffic) IPCC SECTION 6 inches Portland Cement Concrete I6 inches Scarified and Compacted Subgrade " For less than 25 heavy truck repetitions per week (20-year design life). A lime-stabilized subgrade would improve performance, reduce maintenance, and increase the capacity for heavy truck traffic by about 35%. The use of a lime stabilized subgrade is not required by design but would improve performance, reduce maintenance, and increase capacity for heavy truck traffic by about 35% as indicated above. The concrete in automobile traffic only areas should have a minimum 28 day compressive strength of 3,000 psi. In truck drive areas, the concrete strength should be increased to 3,600 psi for improved performance and increased serviceable life. Concrete quality will be important in order to produce the desired flexural strength and long term durability. MAS-TEK ENGINEERING E09-0206 PAGE 13 Assuming a nominal maximum aggregate size of 1 inch to 1 3/8 inches, we recommend that the concrete have entrained air of 5 percent (t 1%) with a maximum water cement ratio of 0.44. Proper joint placement and design is critical to pavement performance. Load transfer at all longitudinal joints and maintenance of watertight joints should be accomplished by use of tie bars. Control joints should be sawed as soon as possible after placing concrete and before shrinkage cracks occur. All joints including sawed joints should be properly cleaned and sealed as soon as possible to avoid infiltration of water. Our previous experience indicates that joint spacing on 12 to 15 foot centers have generally performed satisfactorily. It is our recommendation that the concrete pavement be reinforced with No. 3 bars placed on chairs on approximately 18-inch centers in each direction. We recommend that the perimeter of the pavements have a stiffening curb section to prevent possible distress due to heavy wheel loads near the edge of the pavements and to provide channelized drainage. 6.5 PAVEMENT CONSIDERATIONS It is recommended that provisions be made in the contract to provide for proofrolling in nx areas where the subgrade will support new pavements. It is also recommended that an item be included for removal and replacement of soft materials, which are identified by this procedure. Proofrolling can generally be accomplished using g a heavy (25 ton or greater total weight) pneumatic tired roller making several passes over the areas. Where soft or compressible zones are encountered, these areas should be removed to a firm subgrade. Wet or very moist surficial materials may need to be undercut and either dried or replaced with proper compaction or replaced with a material which can be properly compacted. Any resulting void areas should be backfilled to finished subgrade in 6 inch compacted lifts compacted to 95 percent of maximum dry density as determined by ASTM D 698 at -2 to +2 percentage points of its optimum moisture content. Achieving the required field density s y dependent upon the adequate pulverization of the clay fill materials, the magnitude of compaction energy and the maintenance of field 0 . !J MAS-TEK ENGINEERING E09-0206 PAGE 14 moisture near optimum. All joints and pavements should be inspected at regular intervals to ensure proper performance and to prevent crack propagation. The soils at the site are active and differential heave within paving areas could potentially occur. The service life of paving may be reduced due to water infiltration into subgrade soils through heave induced cracks in the paving section. This will result in softening and loss of strength of the subgrade soils. A regular maintenance program to seal paving cracks will help prolong the service life of the paving. The life of the pavement can be increased with proper drainage. Areas should be graded to prevent ponding adjacent to curbs or pavement edges. Backfill materials, which could hold water behind the curb, should not be permitted. Flat pavement grades should be avoided. 7.0 STORM WATER LINE CONSTRUCTION 7.1 TRENCH EXCAVATIONS It is understood that open cut trench excavations will be performed along the entire alignment of the new storm water line. It is understood that trench depths will typically be on the order of 12 feet or less below the existing ground surface. As indicated on the Boring Logs, soil conditions consisted primarily of clay soils. The clay soils are jointed and fissured. For trench excavations less than five feet in depth and in stable clay soils, trench excavation may be cut near vertical in accordance with OSHA regulations. For excavations to any depth in unstable soil (sand, gravel, soft clay, non-compact fill, and submerged soil), or where seepage, or sloughing is observed, it will be necessary to employ either sloped excavations or temporary bracing. For excavation to depths in excess of five feet, it will be necessary to employ either sloped excavations or temporary bracing, regardless of the soil conditions encountered, General guidelines for the design of these two alternatives are discussed in the following sections. 1 I MAS-TEK ENGINEERING E09-0206 PAGE 15 7.2 OPEN CUTS Recommended slope ratios for the respective soil conditions are presented graphically on Figure 17. Trench excavation to depths of less than five feet in unstable soil conditions should be cut back in a similar manner as described above. It should be recognized that free standing slopes will be less stable when influenced by groundwater or saturated by rain. Surcharge loads, such as those resulting from excavation spoil, or equipment, should be placed no closer than two feet from the crest of the slope, or in accordance with OSHA regulations. Vehicle traffic should be maintained at least five feet from the edge of the crest. Excavation may encounter non-compact fill soils placed during previous construction of underground utilities. If encountered, these fill soils should be sheeted, shored, and braced, or laid back on slopes no steeper than 1.5 (H): 1(V). The contractor will need to take measures to avoid undermining and damaging the existing underground utilities. - 7.3 TRENCH BRACING Where site limitations require excavations to have vertical side walls, an internal bracing system will be necessary. Bracing may consist of timber or steel shoring or manufactured steel trench braces. The lateral pressure distribution to be used in the design of trench bracing may be determined as presented on Figure 18. It should be recognized that pressures are not included from hydrostatic pressures, surcharge loads, or traffic live loads at trench side walls, dynamic loads, and vibration, which if present, must be included in bracing design. In lieu of a shoring system, a trench shield consisting of a prefabricated rigid steel unit adequate to withstand anticipated lateral pressures may be used. 7.4 DEWATERING ; Groundwater seepage was encountered at depths ranging from 14 to 18 feet below the existing ground surface. Groundwater levels should be anticipated to be encountered at relatively shallow depths in some areas after periods of heavy rain. In areas where groundwater is encountered, a system of ditches, sumps and/or well points, and pumping will be required to provide groundwater control. The design of the actual dewatering system required is the contractor's responsibility. This includes the control of tail-water flow through i J previous backfilled sections. MAS-TEK ENGINEERING E09-0206 PAGE 16 Lj 7.5 CONSTRUCTION CONSIDERATIONS The following guidelines are presented to aid in the development of the excavation plans: • Surface areas behind the crest of the excavations should be graded so that surface water does not pond within 15 feet of the crest, nor drain into the excavation. • Heavy material stockpiles should not be placed near the crest of slopes per OSHA requirements. Similarly, heavy construction equipment should not pass over or be parked within 5 feet of the crest. ' • The crest of slopes should be continually monitored for evidence of movement or potential problems. Freestanding slopes will become less stable when influenced by groundwater or saturation by rain. 8.0 EARTHWORK GUIDELINES 8.1 SITE GRADING AND DRAINAGE All grading should provide positive drainage away from the proposed structure and should prevent water from collecting or discharging near the foundations. Water must not be permitted to pond adjacent to the structures during or after. construction. Otherwise, differential soil swell movements, and resulting differential foundation movements could exceed the estimates contained within this report. Leave outs for drilled shafts or around the perimeter of the structures should not be allowed to collect and hold water. These leave outs should be pumped out as needed. Surface drainage gradients should be designed to divert surface water away from the buildings and edges of pavements. Surface drainage gradients of sidewalks, pavements, and landscaping, within 10 feet of the buildings should be constructed with maximum slopes allowed by local codes. Provisions should be made for post-construction differential upward movement of adjacent flat work. Site grading plans should include provisions for the effects of soil movements on access and entry slabs and adjacent sidewalks. MAS-TEK ENGINEERING E09-0206 1 PAGE 17 +�t The roofs should be provided with gutters and downspouts to prevent the discharge of rainwater directly onto the ground adjacent to the building foundations. Downspouts should discharge directly onto well-drained areas or drainage swales, if possible. Roof downspouts and surface drain outlets should discharge into erosion-resistant areas. Water permitted to pond in planters, open areas, or areas with unsealed joints next to the structures can result in excessive slab or pavement movements as indicated in this report. Exterior sidewalks and pavements will be subject to some post construction movement as indicated in this report. These potential movements should be considered during preparation of the grading plan. Flat grades should be avoided. Where concrete pavement is used, joints should also be sealed to prevent the infiltration of water. Since some post construction movement of pavement and flat work may occur, joints particularly around the building should be periodically inspected and resealed where necessary. 8.2 UTILITY TRENCH EXCAVATION Trench excavation for utilities should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth. Fill placement in trenches should be performed as specked below. t 8.3 PROOFROLLING AND SUBGRADE PREPARATION Prior to placing fill, the exposed subgrade in areas to receive fill should be stripped and proofrolled using a fully loaded dump truck. Soft areas should be undercut and replaced with compacted on-site soils. The surface should then be scarified to a depth of 8 inches and recompacted to a minimum of 95 percent of the maximum density as determined by ASTM D 698 between optimum to +3 percentage points of its optimum moisture content. 8.4 ON-SITE CLAY FILL PLACEMENT IN PAVEMENT AND LANDSCAPING AREAS The on-site surficial clays may be used for general grading and filling. The fill materials should be free of surficial vegetation or debris. Clay materials should be spread in loose lifts, less than 8 inches thick and uniformly compacted to a minimum of 95 percent of the maximum density as determined by ASTM D 698 (Standard Proctor) between optimum to +3 percentage points of its optimum moisture content. MAS-TEK ENGINEERING E09-0206 PAGE 18 8.5 ON-SITE CLAY FILL PLACEMENT IN BUILDING AREAS On-site clay soils may be used as fill in building areas. All fill should be placed and compacted in maximum 10-inch lifts. Prior to fill placement, the subgrade should be proofrolled and compacted to a depth of 10 inches. See Section 5.7.2 of this report for specification requirements. C C 8.5.1 MOISTURE CONDITIONING PRIOR TO COMPACTION Each layer shall be leveled with approved equipment. After spreading, each layer shall be thoroughly manipulated by plowing, discing, or other approved methods of the full depth of the layer being placed to insure uniform density and moisture distribution for proper compaction. The moisture content at the time of compaction shall be within the range I specified in these special provisions. If the material is too dry, it shall be moistened by watering before and during manipulation, to properly condition the material for compaction. If the material is too wet, the compaction operation shall be delayed until the moisture Icontent has been reduced to within satisfactory compaction range. - Because of time of completion limitations, thoroughly processing of the on-site clay soils will be required during manipulation if the moisture content is below optimum at the time of placement. Each fill lift should be processed until the soil mixture is free of large clods to allow uniform moisture distribution and uniform compaction within the entire fill lift. This is particularly important if highly plastic clay soils are to be used as fill in the building pads. The amount of processing and reworking required to achieve uniform moisture conditions can be reduced by pre-wetting the onsite soils prior to placement. 8.5.2 QUALITY ASSURANCE REQUIREMENTS As a quality control measure, pocket penetrometer (P.P.) Tests shall be performed with each field density test during construction as further verification that proper moisture conditioning is being achieved within the clay fill soils. A penetrometer reading between 1.2 and 1.8 tsf will indicate that proper moisture conditioning is being achieved. Similarly, P.P. tests should be performed on each Proctor Compaction Point in the laboratory for correlation and verification of the desired P.P. range with respect to Proctor moisture, density and swell (with verification that volumetric swell is less than 1% at the targeted moisture content). Prior to construction, it should be confirmed that the "targeted moisture contents" recommended in Section 5.7.2 will result in an average volumetric swell of less lthan 1% within the upper 10'. This swell testing should be performed in conjunction with all proctor compaction testing. If the targeted moisture contents result in an average swell of MAS-TEK ENGINEERING E09-0206 1 PAGE 19 ,,pry ?ewe over 1% or in a P.P. value outside the range indicated above, MAS-TEK should be contacted to determine if the intent of the geotechnical design is being achieved with respect to required swell reduction and bearing capacity. 8.6 SELECT FILL PLACEMENT IN BUILDING AREAS The material used as select fill should be a very sandy clay to clayey sand with a plasticity index between 4 and 12. The fill should be spread in loose lifts, less than 9 inches thick, and uniformly compacted to a minimum of 95 percent of ASTM Standard D 698 between -2% and +2 percentage points above the soil's optimum moisture content. The upper 18 inches of fill in unpaved areas near the building should consist of compacted on—site clay to minimize water infiltration into the select fill (compacted in 6 inch lifts at +1% to +4% above optimum to 95%ASTM D698). 9.0 FIELD SUPERVISION Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that all pier excavations, footing excavations, proofrolling, site and subgrade preparation, subgrade stabilization and pavement construction be .monitored by a qualified engineering technician. Density tests should be performed to verify compaction and moisture content of any earthwork. Inspection should be performed prior to and during concrete placement operations. 10.0 LIMITATIONS The professional services, which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the test borings. The number and spacing of test borings were chosen in such a manner as to decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Mas-Tek Engineering & Associates, Inc. should be notified to review the effects on the performance of the recommended foundation system. The recommendations given in this report were prepared exclusively for the use of client, their client, and their consultants. The information supplied herein is applicable only for the MAS-TEK ENGINEERING E09-0206 PAGE 20 ° t� design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. We will retain the samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. I I J I MAS-TEK ENGINEERING E09-0206 IPAGE 21 1 9 FIGURES R' r lip B B-7 tT B=13 B-8 14-e0' rt� B--2 �•� '-� s �i t�`��s 4 ter; _ �,�g r�'�f�� .•"tom, '�`s.. � _ K nrtp:i•'1":'1'1';tfic ilY.'',.p3.0ut11 1 -:{} 25r�t ' • ••D PARK PLAN OF BORINGS MAS-TEK FORT WORTH, ENGINEERING LOG OF BORING B-1 Project: Rockwood Park Improvements -Fort Worth, Texas Project No.: E09-0206 Date: 02/20/2009 Elev.: Location: See Figure 1 Depth to water at completion of boring: 21 North: East: Depth to water when checked: end of day was: 17' Depth to caving when checked: was: ELEVATIOW SOIL SYMBOLS DEPT' SAMPLER SYMBOLS DESCRIPTION MC LL PI -200 DD JP.PEN uNCON saeln feel 8 FIELD TEST DATA % % % % pd lsf ksf % ° Dark brown CLAY FILL 4.5 Reddish brown SAND FILL 1.75 Dark brown CLAY 1.75 1.75 22 51 17 34 1.75 5 225 20 3.0 19 112 3.75 7.1 15.0 ,0 Light brown CLAY 15 19 4.5+ -seepage at 17'during drilling 20 -trace sand 22 110 2.75 5.0 10.0 2s 4.5+ Boring terminated at 25' 30 35 Notes: Proposed Canopy FIGURE: 2 MTE, INC. LOG OF BORING B-2 Project: Rockwood Park Improvements - Fort Worth,Texas Project No.: E09-0206 Date: 02/20/2009 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry North: East: Depth to water when checked: end of day was: 16' Depth to caving when checked: was: ELEVATIOW SOIL SYMBOLS MC LL PL 1-200 DD P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION % % % P' % pd tsf ksf % feel &FIELD TEST DATA 0 Dark brown CLAY w/calcareous nodules (FILL) 3.5 17 4.5++ 4.5++ 4.s++ 13 4.5++ 5 4.5++ Brown CLAY 17 55 19 36 113 4.5++ 4.5++ 10 _ I Light brown CLAY 16 112 4.s+ 17-2 85 is — -seepage at 16'during drilling 3.0 20 -trace sand 1 a.s+ 25 Boring terminated at 25' 1 30 I 35 Notes. Proposed Canopy FIGURE: 3 P PY MTE, INC. LOG OF BORING B-3 Project: Rockwood Park Improvements -Fort Worth,Texas Project No.: E09-0206 Date: 02/20/2009 Elev.: Location: See Figure 1 Depth to water at completion of boring: 21' North: East: Depth to water when checked: end of day was: 15' Depth to caving when checked: was: ELEVATIOW SOIL SYMBOLS °E� SAMPLER TEST DESCRIPTION % % % PI % � P.IV u 1W sl% ° Dark brown CLAY FILL 3.0 — - 23 2.25 4.25 Brown CLAY w/trace sand 4.5++ — - 5 t4 4.5++ 4.5++ Light brown CLAY w/trace sand 17 52 18 34 4.5++ 10 4.5++ 17 112 325 5.9 15 11.3 -seepage at 15'during drilling 20 4.0 2.25 25 Boring terminated at 25' 35 Notes: Proposed Canopy FIGURE---]:4 MTE, INC. LOG OF BORING B-4 Project: Rockwood Park Improvements -Fort Worth,Texas Project No.: E09-0206 Date: 02/20/2009 Elev.: Location: See Figure 1 Depth to water at completion of boring: 22' North: East: Depth to water when checked: end of day was: 16' Depth to caving when checked: was: ELEVATIOW SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL PI -200 DD P.PEN UNCON Strain feet b FIELD TEST DATA % % % % pd tsf ksf % ° Dark brown sandy CLAY (FILL) Dark brown CLAY w/sand —2:F-56 - 2.0 2.0 21 2.75 5 4.5 16 4.5+ 10 00, Dark brown &tan CLAY w/light brown sand seams 4.5+ Brown CLAY w/trace sand i 15 4.5++ 15 — -seepage at 16'during drilling 3.5 20 Brown sandy CLAY 1.75 25 Boring terminated at 25' J 30 35 Notes: Proposed Canopy FIGURE: 5 MTE, INC. LOG OF BORING B-5 Project: Rockwood Park Improvements - Fort Worth,Texas Project No.: E09-0206 Date: 02/20/2009 Elev.: Location: See Figure 1 Depth to water at completion of boring: 22' North: East: Depth to water when checked: end of day was: 17' Depth to caving when checked: was: ELEVATIOW SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL -200 DO P.PEN UNCON Strain feet &FIELD TEST DATA % % % % pd t5f kd % f ° Dark gray CLAY 3.2 24 3.1 4.5++ 4.5++ 18 4,5++ 5 4.5++ 18 4.5++ 19 63 21 42 109 4.5++ 10 Dark brown CLAY 20 107 325 5.8 7.4 15 -seepage at 17'during drilling 3.4 20 44�� Brown sandy CLAY 3.5 25 Boring terminated at 25' f 30 35 Mq Notes: Tall Ball Field Light Pole FIGURE:6 MTE, INC. LOG OF BORING B-6 Project: Rockwood Park Improvements - Fort Worth,Texas Project No.: E09-0206 Date: 02/20/2009 Elev.: Location: See Figure 1 Depth to water at completion of boring: 21' North: East: Depth to water when checked: end of day was: 16' Depth to caving when checked: was: ELEVATIOW SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % x % PI -% P.PEN UtkgON Strain (feet) b FIELD TEST DATA — % 0 Dark brown very sandy CLAY 4.5+ (FILL) 17 a.s+ -2"sand layer at 2'to 3' 4.5++ Dark brown CLAY w/trace sand 4.5++ Is 4.5++ 5 4.5++ f14 4.5++ 4.5++ 10 Brown &light brown CLAY 1s sT 1s 38 11a a ++ 1s -seepage at 16'during drilling Light brown &tan CLAY w/trace sand a.s zo Brown very sandy CLAY 2J5 zs Boring terminated at 25' 30 1 35 1 Notes: Tall Ball Field Light Pole FIGURE: 7 MTE, INC. I LOG OF BORING B-7 Project: Rockwood Park Improvements - Fort Worth,Texas Project No.: E09-0206 Date: 02/20/2009 Elev.: Location: See Figure 1 Depth to water at completion of boring: 19' North: East: Depth to water when checked: end of day was: 16' Depth to caving when checked: was: ELEVATIOW SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL I PL pI 1-200 DO P.PEN UNCON S.W. feet 6 FIELD TEST DATA % % % % Pd tsf kst % ° Brown sandy CLAY a-5+ — — 14 4.0 4.5++ Dark brown CLAY 4.5++ 1s 4s++ s Dark brown CLAY w/trace sand 4•5++ 17 63 21 42 4.5++ 10 4.5++ 4.5++ 15 seepage at 16'during drilling Reddish brown CLAY w/trace sand zo 4.25 t t Brown clayey SAND — — — zs Boring terminated at 25' 30 3s Notes: Tall Ball Field Light Poles FIGURE: 8 `= MTE, INC. LOG OF BORING B-8 Project: Rockwood Park Improvements -Fort Worth,Texas Project No.: E09-0206 Date: 02/2012009 Elev.: Location: See Figure 1 Depth to water at completion of boring: 19' North: East: Depth to water when checked: end of day was: 14' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION % % % f�1.2%0 d P.t5f uNd s%In feet &FIELD TEST DATA 0 Dark gray CLAY 2.4 23 325 4.5++ Dark brown CLAY w/trace sand 4.5++ 14 4.5++ 5 4.5++ I16 4.5++ 17 113 4.5++ 23.0 7.4 10 Brown silty and very sandy CLAY to silty clayey SAND w/sand layers -seepage at 14' during drilling 15 32 17 15 74 111 1.25 2.2 6.4 1s — 20 69 20 Brown silty SAND f zs t t Boring terminated at 25' 30 35 Notes: Tall Ball Field Light Poles FIGURE: 9 IMTE, INC. LOG OF BORING B-9 Project: Rockwood Park Improvements-Fort Worth,Texas Project No.: E09-0206 Date: 02/2012009 Elev.: Location: See Figure 1 Depth to water at completion of boring: 22' North: East: Depth to water when checked: end of day was: 16' Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS 0_0 DEPTH ���n DESCRIPTION % % % PI '� � p•�N urksf Strain% ° Dark brown CLAY 3.1 - - 23 3.3 4.5++ — — Dark brown & brown CLAY 16 52 18 34 114 4.5-++ 4.5++ 5 15 4.5++ Brown CLAY w/calcareous nodules 17 54 18 36 114 4.5++ 4.5+ 10 Brown very sandy CLAY to clayey SAND 17 32 16 16 113 2.0 3-0 11-.3 15 -seepage at 18'during drilling 3.6 20 Brown CLAY - - 3.3 25 Boring terminated at 25' 35 Notes: New Pavilion FIGURE: 10 MTE, INC. J LOG OF BORING B-10 Project: Rockwood Park Improvements -Fort Worth,Texas Project No.: E09-0206 Date: 02/20/2009 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry North: East: Depth to water when checked: was: Depth to caving when checked: was: ELEVATION SOIL SYMBOLS DEPTH SAMPLER SYMBOLS MC LL PL 1-200 DD P.PEN UNCON Strain DESCRIPTION x x x PI % pd tsf ksf x feet b FIELD TEST DATA ° Dark brown very sandy CLAY 4.5++ Dark gray CLAY 25 2.6 4.5++ 4.5++ 15 52 16 34 4.5++ 5 4.5++ ' Brown CLAY t7 4.5++ — — I a.s+ 10 16 52 17 35 4.5++ 15 Boring terminated at 15' 20 i I 25 I I 30 I 35 Notes: New Storm Drain FIGURE: 11 MTE, INC. LOG OF BORING B-11 Project: Rockwood Park Improvements -Fort Worth,Texas Project No.: E09-0206 Date: 02/2012009 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry North: East: Depth to water when checked: was: Depth to caving when checked: was: ELEVATK" SOIL SYMBOLS DEPTH SAMPLER SYMBOLS DESCRIPTION "� PI P.PEN U►4cON Stain teat &FIELD TEST DATA % % % % Pd td kd % ° Dark brown CLAY 2.4 25 57 to 39 2.2 4.5++ 4.5++ 4.5++ 5 Boring terminated at V to 15 20 25 30 35 Notes: New Parking FIGURE: 12 MTE, INC. LOG OF BORING B-12 Project: Rockwood Park Improvements -Fort Worth,Texas Project No.: E09-0206 Date: 0212012009 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry North: East: Depth to water when checked: was: Depth to caving when checked: was: ELDERW SAMPLER SYMBOLS DESCRIPTION % % % 1-200 DD PPEN UNsf Strain feet b FIELD TEST DATA % % % Pt % % o Dark brown CLAY 29 5 >s se z.2 2.0 2.8 4.5++ 4.5++ 5 Boring terminated at 5' 10 i 15 20 I I 25 30 I 35 Notes: New Parking FIGURE: 13 MTE, INC. LOG OF BORING B-13 Project: Rockwood Park Improvements- Fort Worth,Texas Project No.: E09-0206 Date: 02/20/2009 Elev.: Location: See Figure 1 Depth to water at completion of boring: 23' North: East: Depth to water when checked: end of day was: 17' Depth to caving when checked: was: ELEVATIOW SOIL SYMBOLS DEPTH ETA DESCRIPTION "x'� % % a 1-2DO P•P u CON So-Wn &FIELD TEST° Dark brown CLAY 2.6 22 2.9 3.3 Dark brown& brown CLAY 4.5++ - - 14 55 18 37 4.5++ 5 4.5++ 14 4.5++ 10 Brown CLAY 4.5++ - 15 17 113 4.5+ 12.3 6.9 -seepage at 17'during drilling 3.75 Light brown very sandy CLAY - - - z.o 2s Boring terminated at 26 30 35 a Notes: Proposed Canopy FIGURE: 14 MTE, INC. KEY TO LOG TERMS & SYMBOLS Symbol Description Strata symbols CLAY El Sandy CLAY, sandy SAND, clayey CLAY & I SAND Silty SAND Misc. Symbols Water table at boring completion Soil Samplers Thin Wall Shelby Tube Notes: 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 1 3. Results of tests conducted on samples recovered are reported on the j boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit (�) MC = natural moisture content M PL = plastic limit M Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 1 4. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. FIGURE:15 MTE, INC. SWELL TEST RESULTS 7 1 ATTERBERG 1 BORING DEPTH UNIT ER IN-SITU FINAL "/� IVO L1MRS. 1111E?tS 'tJRE MQSTURE LOAD vT1EAL (FEET) 1NE1fHt " GON'1`ENT CONTENT tpS� - L 1`L PL PI B-2 7-8 112.5 55 19 36 16.8 20.4 938 4.4 B-5 9-10 109.3 63 21 42 18.9 21.5 1,188 3.3 B-6 14-15 113.6 57 19 38 16.1 19.3 1,813 3.6 B-9 3-4 114.0 52 18 34 15.5 21.2 438 7.4 B-9 7-8 114.3 54 18 36 17.2 20.3 938 4.1 PROCEDURE: 1. Sample placed in confining ring, design load (including overburden) applied, free water with surfactant made available, and sample allowed to swell completely. 2. Load removed and final moisture content determined. SWELL TEST RESULTS ROCKWOOD PARK IMPROVEMENTS FORT WORTH,TEXAS MAS TEK ENGINEERING E09-0206 Date: 03/18/09 FIGURE 16 I RECOMMENDED SLOPE RATIOS IShort Term Long Term Bedding under 8 hours over 8 hours cut SOIL/ ROCK H V H V Z ft. Sand, clayey sand, gravelly sand, and/or soft clay (hand 1-'/z 1 2 1 0 penetrometer of 0.5 to 0.9 tsf) Submerged soils from which water is seeping 1-'/z 1 2 1 0 IStiff to hard clay above existing groundwater level 1 1 1 1 0 H H I _ �v V� , I ' max I In accordance with the best interpretation of OSHA regulations, submerged soil P 9 � 9 I is defined as water bearing granular soils, jointed clay soils, or fractured rock (tan fractured weathered limestone, or fractured gray limestone) from which groundwater is seeping. INOTE: Recommended slope ratios may be subject to reduced stability under the influence of groundwater or saturation by rain. Recommended slope ratios are designed for safety only of temporary excavations and are not designed to prevent limited sloughing during construction. Rockwood Park RECOMMENDED FIGURE City of Fort Worth SLOPE RATIOS 17 DATE: March 20,2009 PROJECT NO: E09-0206 I' LATERAL EARTH PRESSURES FOR INTERNALLY BRACED EXCAVATIONS (For excavations terminating in stiff to hard clay) Ground Surface H/4 H ' H/2 Excavation 4 Bottom HI/4 sh = kgH WHERE: s,,= Lateral Earth Pressure, psf. g = Saturated Unit Weight of Soil; Use 130 pcf for Stiff to Hard Clay H = Height of Excavation (ft.) k= Earth Pressure Coefficient, Use 0.30 for Stiff to Hard Clay NOTES: 1) If water is not allowed to drain from behind shoring or bracing, full hydrostatic pressure must be considered. 2) Surcharge loads and traffic live loads, if present, must also be considered. Rockwood Park LATERAL EARTH FIGURE City of Fort Worth PRESSURES DATE: March 20,2009 PROJECT NO: E09-0206 � - APPENDIX i MEASURES TO MINIMIZE DEEP-SEATED SWELL 1 APPENDIX MEASURES TO MINIMIZE DEEP SEATED SWELL In order to reduce the risk of excessive upward ground movements caused by soil swelling associated with free water sources, the following measures should be taken during design and construction: • The use of superior contractors and utility line materials accompanied with Quality Control inspection and testing of all utility line installations including automatic sprinkler systems installed after construction. • Sprinkler lines should not be installed near the structure. Instead, the system should be designed so that the lines themselves are as far away from the structure as possible. Sprinkler heads should be used with a capacity to direct water toward the structure from distances of several feet. • Utility under-drains with impervious t5arriers along the trench bottom may be used as an additional safeguard to minimize post-construction upward movement caused by water percolation into the deeper clay soils. • Elevated landscape beds over impervious lining should be used in lieu of recessed beds to prevent ponding water conditions near the structure. • Positive drainage should be provided. Surface drainage gradients within 10 feet of the building should be constructed with maximum slopes allowed by local codes. • Roof gutters should be used to direct roof runoff away from the structure in the most direct manner. Downspouts should not be allowed to discharge into landscaped areas located near the building. Downspout extensions should be used to facilitate drainage from the structure. • Rapid repair of any utility leak including water lines, sewer lines, sprinkler line, sprinkler heads. • Trees and deep rooted shrubs should be located no closer to the structure than one- half their ultimate mature height to reduce foundation settlement effects caused by 1 moisture absorption of the root systems. • If the risk of additional deep-seated swell is not desired, structural floors should be used. The depth of excavation and moisture conditioning could be increased a few 1 feet if it is desired to reduce the potential for additional deep seated swell. 1 l MAS-TEK ENGINEERING E09-0206 I MAS TEK Engineering &Associates, Inc. April 13, 2009 Mr. James L. Higgins Project Manager Huitt-Zollars, Inc. 500 West 7h Street, Suite 300 Fort Worth,Texas 76102 I Phone:(817)335-3000 ext. 10228 Email: jhiggins @huitt-zollars.com Re: Supplemental Report to Geotechnical Investigation Rockwood Park Improvements City of Fort Worth, Texas Mas-Tek Report No. E09-0206-02 Dear Mr. Higgins: Mas-Tek Engineering previously performed a geotechnical investigation (Mas-Tek Report No. E09-0206 dated March 20, 2009) for the above project. Concrete pavement sections were provided based upon the assumptions that only occasional heavy to medium truck traffic would be present on the drive areas and that only automobile traffic would be used in the parking pavements. The concrete pavement sections recommended are as follows: AUTOMOBILE TRAFFIC ONLY (Automobile Parking Stalls) PCC SECTION 5 inches Portland Cement Concrete 6 inches Scarified and Compacted Subgrade MEDIUM DUTY PAVEMENT (Auto Drive Approaches and High Density Travel Lanes with Occasional Truck Traffic) IPCC SECTION 6 inches Portland Cement Concrete I6 inches Scarified and Compacted Subgrade Geotechnical Consulting & Materials Testing 5132 Sharp Street Dallas,Texas 75247 972 709-7384 Supplemental Report to Geotechnical Investigation - Rockwood Park Improvements ) City of Fort Worth, Texas Mas-Tek Report No. E09-0206-02 Mns-T Engineering April 13, 2009 &As sociates,Inc. We understand that the design team is considering using asphalt pavements in lieu of using concrete pavements. We recommend that the following HMAC pavement sections be used: AUTOMOBILE TRAFFIC ONLY(Automobile Parking Stalls) HMAC SECTION 2 inch Type C Surface Course I 3 inch Type D Binder Course 6 inch Lime-Stabilized Subgrade or - 3 inch Type C Surface Course 6 inch Crushed Stone Base (or crushed concrete) 6 inch Lime-Stabilized Subgrade i MEDIUM DUTY PAVEMENT(Auto Drive Approaches and High Density Travel Lanes with Occasional Truck Traffic) PCC SECTION 3 inch Type C Surface course 12 inch Crushed Stone Base (or crushed concrete) -two 6-inch rifts 8 inch Lime-Stabilized Subgrade All asphaltic concrete construction should comply with requirements of TxDOT, Item 340 (2004 Edition). Pavement base should consist of crushed stone flex base or crushed I concrete compacted at or above optimum to 95% Modified Proctor density(ASTM D1557). The base materials should comply with TxDOT Item 247, Type A, Grade 1, or equal. The base materials should be placed in 4 to 6 inch thick layers. If you have any questions, please give us a call. Sincerely, MAS-TEK ENGINEERING &ASSOCIATES, INC. 1 D. Roland, P.E. e ical Consultant op* I .MtEt{pELOAIN 96.' -S Mark J. Farrow, P.E. � � t I Senior Geotechnical Consultant ' 1 — MAs-TEK Engineering &Associates, Inc. ' July 1, 2009 ' Mr. James L. Higgins Project Manager ' Huitt-Zollars, Inc. 500 West 7h Street, Suite 300 Fort Worth, Texas 76102 ' Phone:(817)335-3000 ext. 10228 Email: jhiggins @huitt-zollars.com Re: Supplemental Report to Geotechnical Investigation Rockwood Park Improvements City of Fort Worth, Texas Mas-Tek Report No. E09-0206-03 Dear Mr. Higgins: Mas-Tek Engineering previously performed a geotechnical investigation (Mas-Tek Report No. E09-0206 dated March 20, 2009) for the above project. Belled pier recommendations were provided in this report to support the proposed pavilion. In conjunction with the belled pier foundation system, either a structurally supported slab that is suspended above the clay soils or a slab-on-grade placed on a select fill cap over moisture conditioned day soils in order to limit the"active zone"PVR to 1 inch was recommended. I We understand that the pavilion will be an open air structure that can potentially take more I soil swell movements. We understand that the design team desires alternative recommendations as follows: 1. Reduce the "active zone"soil swell to 2 inches for a slab-on-grade in conjunction Iwith a belled pier foundation system. 2. Provided recommendations for a Post-Tensioned Foundation System in lieu of the Ibelled pier foundation system. ITEM#1 Site preparation work will be required in order to lower the potential soil movements below ground supported slabs and flatwork. Recommendations for site preparation work to reduce the anticipated "active zone" soil movements (soil swell within upper 10 feet) to two (2) Inches are presented below. It should be noted that there is potential for additional "deep- seated"swell at this site(see Section 5.1 of the original report). Geotechnicai Consulting & Materials Testing 5132 Sharp Street Dallas,Texas 75247 972 709-7384 - a Supplemental Report to Geotechnical Investigation , — Rockwood Park Improvements City of Fort Worth, Texas Mas-Tek Report No. E09-0206-03 NAt-Tw E"siewers July 1, 2009 s"' s'Inc. Page 2 1. Excavate to depth of 7 feet below the existing ground surface or 8 feet below final pad grade, whichever is deeper. Excavations should extend 2 feet beyond building lines or 2 foot beyond adjacent sidewalks and entry areas, whichever is greater. We recommend that Mas-Tek Engineering review the excavation plan for compliance with this report prior to construction bidding. 2. After excavation has been performed, the upper 10 inches of existing subgrade soil should be scarified and compacted as specified below in Item 3. 3. Fill to within 18 inches of final pad grade using on-site moisture conditioned soils. On-site day soils can be used as fill within the building pad if the day soils are moisture conditioned as specified below. On-Site Clay Soils: On-site day and sandy day soils having a PI of 38 or less can be placed in the building pad as long as the day soils are compacted between +5% to +8% above optimum moisture content to a minimum of 92% Standard Proctor density(ASTM D698). Note: These "targeted" moisture contents are subject to compressive strength and soil swell verifications and adjustment per Section 8.5.2 of the original report. 4. Fill to final pad grade with a minimum of 18 inches of low PI select fill. The material used as select fill should be a very sandy day to clayey sand with a plasticty index between 4 and 12. The fill should be spread in loose lifts, less than 9 inches thick, and uniformly compacted to a minimum of 95 percent of ASTM Standard D 698 between-2 and +2 percentage points of the soil's optimum moisture content. 5. The upper 18 inches of fill in unpaved areas near the building should consist of compacted on-site day to minimize water infiltration into the select fill (compact in 6 inch lifts at+1% to+4%above optimum to 95%ASTM D 698). 6. Moisture condition of completed pad must be maintained until all slabs are in place. This will be particularly important along the building perimeter where day soils will possibly be exposed after excavations for grade beams or tilt wall panels. The use of 6 inches of select fill above exposed day excavations would reduce moisture losses during prolonged dry weather conditions. All work should be performed in accordance with the Earthwork Guidelines (Section 8.0) of the original report. Note: An expansion joint (isolation joint) should be provided between the slab and the r columns and all foundations to allow unrestrained upward movements of these s. slabs. Supplemental Report to Geotechnical Investigation K Rockwood Park Improvements City of Fort Worth, Texas Mas-Tek Report No. E09-0206-03 MAS-11K I July 1, 2009 &Assocbt",km Page 3 IITEM#2 ' A slab-on-grade foundation system may be used at this site. Site preparation work will be required in order to lower the potential soil movements. Recommendations for site preparation work to reduce the anticipated "active zone" soil movements (soil swell within I upper 10 feet) to 3.0 inches are presented below. It should be noted that there is potential for additional"deep-seated"swell at this site (see Section 5.2 of the original report). 1. Excavate to a depth of 6 feet below the existing_around surface or 7 feet below final I pad grade, whichever is deeper. Excavations should extend 5 feet beyond building lines or 2 feet beyond adjacent sidewalks and entry areas, whichever is greater. We recommend that Mas-Tek Engineering review the excavation plan for compliance Iwith this report prior to construction bidding. - 2. After excavation is performed, the upper 10 inches of existing subgrade soil should be scarified and compacted as specified below in Item 3. 3. Fill to within 18 inches of final pad grade using on-site moisture conditioned soils. On-site clay soils can be used as fill within the building pad if the day soils are moisture conditioned as specified below. On-Site Clay Soils: On-site day and sandy clay soils having a PI of 38 or less can be placed in the building pad as long as the clay soils are compacted between +4% to +7 above optimum moisture content to a minimum of 93% Standard Proctor density(ASTM D698). Note: These "targeted" moisture contents are subject to compressive strength and soil swell verifications and adjustment per Section 8.5.2 of the original report with the exception the pocket penetrometer should range from 1.3 to 2.0 tsf and the average swell should be less than 1.5%. 4. Fill to final pad grade with a minimum of 18 inches of low PI select fill. The material used as select fill should be a very sandy clay to clayey sand with a plasticity index between 6 and 14. The fill should be spread in loose lifts, less than 9 inches thick, and uniformly compacted to a minimum of 95 percent of ASTM Standard D 698 between—2 and +2 percentage points of the soil's optimum moisture content. 5. The upper 18 inches of fill in unpaved areas near the building should consist of compacted on—site day to minimize water infiltration into the select fill (compact in 6 inch lifts at+1% to +4%above optimum to 95%ASTM D 698). 1 6. Moisture condition of completed pad must be maintained until all slabs are in place. This will be particularly important along the building perimeter where clay soils will 1 i I Supplemental Report to Geotechnical Investigation Rockwood Park Improvements r- City of Fort Worth, Texas Mas-Tek Report No. E09-0206-03 MAS-TM FOOMM�K Awodate%hm &July 1, 2009 Page 4 possibly be exposed after excavations for grade beams or tilt wall panels. The use of 6 inches of select fill above exposed day excavations would reduce moisture losses during prolonged dry weather conditions. All work should be performed in accordance with the Earthwork Guidelines (Section 8.0) of the original report. A polyethylene moisture barrier is recommended below all floor slabs where floor coverings, treated or painted floor surfaces will be applied with products which are sensitive to moisture or if products stored on the building floors are sensitive to moisture. Procedures for installation of vapor barriers are recommended in ACI 302. The slab-on-grade foundation system may be post-tensioned or conventionally reinforced and should be designed by a structural engineer to withstand the estimated potential soil movements as discussed. Grade beams-founded in properly compacted moisture conditioned fill soils may be designed using an allowable soil bearing pressure of 1,200 pounds per square foot. We recommend a minimum width of 10 inches for the beams to provide a margin of safety against a local or punching shear failure of the foundation soils. Note 1: A Mas-Tek geotechnical engineer or a qualified engineering technician should f observe the footing excavations prior to placing concrete. The foundation bearing area should be level or suitably benched. It should be free of loose soil, ponded water, and debris prior to the inspection. Note 2: Probings should be made by a Mas-Tek Engineer below all load bearing beams and footings to verify adequate bearing capacity of the supporting soils (to verify the load bearing beams and footings are not underlain by a localized soft wet zone within the moisture conditioned fill). Design requirements for post-tensioned slab-on-grade foundations are indicated below for building pads prepared in accordance with this supplement report. Design criteria for a slab designed in accordance with the Post-Tensioning Institute's (PTI) slab-on-grade design method have been developed. The edge moisture variation distances (e,) for center lift and edge lift conditions were derived based on a Thomthwaite Index ranging from 0 to 20 for the project site. The edge moisture variation distances are based upon the PTI Manual criteria and are provided in Table 1. PTI differential movement (y,,,) is indicated in Table 2. Note: PTI Design Requirements have changed (effective January 1, 2009). Design requirements are provided below based on the 2005 PTI Third Edition. Supplemental Report to Geotechnical Investigation — Rockwood Park Improvements City of Fort Worth, Texas NA* Mas-Tek Report No. E09-0206-03 &Assowtos,Inc. ' July 1, 2009 Page 5 ' TABLE 1. RECOMMENDED EDGE MOISTURE VARIATION DISTANCES(e,,,) 2005 PTI Third Edition Center Lift Condition e = 6.0 feet Edge lift Condition em = 5.0 feet TABLE 2. RECOMMENDED PTI DIFFERENTIAL MOVEMENTS(y,)* ' 2005 PTI Third Edition Design PVR 4.0" Center Lift Condition y, 3.5' Edge Lift Condition yn 2.0" Note 1: Beam depths should not be less than 29 inches. Beam spacings should not exceed 11 feet. Note 2: The design values indicated above are based upon the following: site preparation work being performed as specified above; no trees (existing or new)located within 22'of foundation. The Post-Tensioning Institute PTI method in (PTI) corporates numerous design assumptions associated with the derivation of required variables needed to determine the soil design criteria. The PTI method of predicting differential soil movement is applicable only when site moisture conditions are controlled by the climate alone on a well-graded site (i.e. no improper drainage, water leaks or free water sources). Under these conditions, moisture increases within the supporting soils and the resulting differential foundation movements are much lower than differential movements that can occur due to post-construction movements due to localized saturation caused by free water sources near or beneath the structures. The performance of a slab foundation can be significantly influenced by landscaping details, maintenance, recessed landscaping details, additions near the structures, water line leaks, pool leakage, any other free water sources, as well as by deep rooted trees and shrubs. Supplemental Report to Geotechnical Investigation — Rockwood Park Improvements OV City of Fort Worth, Texas Mas-Tek Report No. E09-0206-03 &As Engineering Associates,Inc. July 1, 2009 Page 6 The moist soil condition should be maintairicd within 5 feet of the foundation during prolonged-periods of dry weather. Trees should not be allowed within 22 feet of the structure ire order to minimize settlements caused by ground shrinkage associate with moisture absorption of the tree roo#-sys ten s. Note: In order to accommodate differential foundation movements, it is recommended that closely spaced vertical joints be; provided along all walls to control cracking' associated with.differential foundation movement: It should.be recognized that a post-tensioned or conventionally reinforced slab=on-grade foundation.system placed at this site will be subjected'to some`differential rrrovements as indicated above. Belled preys could be used below the slab-on-grade foundation beams tq reduce settlement.: ON improve foundation pefiormance For this application; ttie .piers.-should not be structurally" connected .to the'bearrs: The slab on-grade foundation should be allowed' to move freer upward as soil swelling;ocours If yogi have any questions, please give us a call. Sincerely,', MAS TEK:ENGINEERING &ASSOCIATES;INC. Al ck ael D Rola ; P.E. 4�.,,. N POET ti �.. hnical C nsultant ..: :�,. ,,�....: MAi�x J. f.AR R .:. ...:..Mark J Farrow, P.E. Principal Y . ACORQ. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 3/4/2010 PRODUCER Phone: (972) 770-1600 Fax: (972) 376-8131 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION McQueary Henry Bowles Troy, LLP ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 8144 Walnut Hill Lane, 16th Floor HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Dallas TX 75231 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA:Em to ers Mutual Casualty Com 21415 C. R. Reynolds, Inc. INSURER B:Travelers Lloyds Company 1262 714 North Travis Sherman TX 75090-4986 INSURERC: INSURER D: INSURER E: COVERAGES THE POLICI$S OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD1 POLICY EFFECTIVE POLICY EXPIRATION L R POLICYNUMBER / LIMITS A GENERAL LIABILITY ID9207411 2/25/2010 2/25/2011 EACH OCCURRENCE $1,000, 000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurence $100,000 CLAIMS MADE Fx7 OCCUR MED EXP(Anyone person) $5, 000 X Cnntract.ual PERSONAL&ADV INJURY $1, 000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG $2,000,000 POLICY X PRO- LOC A AUTOMOBILE LIABILITY 1E9207411 2/25/2010 2/25/2011 COMBINED SINGLE LIMIT ANY AUTO (Ea accident) $1,000,000 ALL OW NED AUTOS BODILY INJURY $ X SCHEDULEDAUTOS (Per person) X HIREDAUTOS BODILY INJURY $ X NON-OWNEDAUTOS (Per accident) PROPERTYDAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANYAUTO EAACC $ OTHER THAN AUTO ONLY: AGG $ A EXCESSIUMBRELLA LIABILITY 1J9207411 2/25/2010 2/25/2011 EACH OCCURRENCE $10,000: 000 X I OCCUR F]CLAIMS MADE AGGREGATE $10,000,000 DEDUCTIBLE $ X RETENTION $10,0 00 $ A WORKERS COMPENSATION AND 1H9207411 2/25/2010 2/25/2011 X ORY LIMITS ER EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $j 000,000 OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $1, 000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 B OTHER QT6604236L125 2/25/2010 2/25/2011 Equipment: Contractors Equipment Leased 0 Rented E ui ment: All Risk - $100,000 per Item Including Theft $250,000 per Occ. $1,000 Deductible DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS he Certificate Holder is named Additional Insured under General Liability (Form CG7193.1 01 06-including completed operations) and Umbrella Liability (Follow Form) and is provided with a Waiver of Subrogation under General Liability (Form CG7555 11 04) , Workers' Compensation (Form WC420407 03 02) and Umbrella Liability (Follow Form), but only when required by written contract with the Insured. The General Liability policy is primary and non-contributory to that of he Additional Insured. For Leased/Rented Contractors Equipment, Blanket Loss Payee (Form CMT 804) applies, as the Certificate Holder's See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER City Of Fort Worth WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE 1000 Throckmorton CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO Fort Worth TX 76102 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25(2001/08) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001/08) DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES / EXCLUSIONS /SPECIAL PROVISIONS interest may appear under written agreement with the Insured. *10 Days Notice of Cancellation applies for non-payment of premium Re: Ball Field and Park Improvements at Rockwood Park Ball Field Complex Project No. 0282-802420085180 Certificate Holder includes: The City, its officers, employees and servants ACORD,M CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 3/4/2010 PRODUCER Phone: (972) 770-1600 Fax: (972) 376-8131 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION McQueary Henry Bowles Troy, LLP ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 8144 Walnut Hill Lane, 16th Floor HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Dallas TX 75231 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA:Travelers Lloyds Company 4 1262 C. R. Reynolds, Inc. 714 North Travis INSURER B: Sherman TX 75090-4986 INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' POLICY NUMBER POLICYEFFECTIVE POLICY EXPIRATION LTR NSR / AT LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE (RENTED PREMISES S Ea occurence) $ CLAIMS MADE F7 OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ _ GENERALAGGREGATE $ GEN'LAGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $ POLICY PRO LOC JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO (Ea accident) $ ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTYDAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANYAUTO OTHERTHAN EAACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR F—I CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND WC STATU- OTH- EMPLOYERS'LIABILITY TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ OTHER A QT6604236L125 2/25/2010 2/25/2011 Limits: Builders' Risk $10,000,000 Project All Risk $2,000,000 Wood Frame Proj Deductible: $2,500 $100,000 Offsite/Transit DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS he Certificate Holder is named Additional Insured/Loss Payee for Builders Risk (Form CMT 08 07), as their interest(s) may appear under written agreement with the Insured. *10 Days Notice of Cancellation applies for non-payment of premium Re: Ball Field and Park Improvements at Rockwood Park Ball Field Complex Project No. C282-802420085180 Certificate Holder includes: The City, its officers, employees and servants CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER City Of Fort Worth WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER 1000 Throckmorton NAMED TO THE LEFT. Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE ACORD 25(2001/08) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25(2001/08) CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date: NAME OF PROJECT: Ball Field and Park Improvements at Rockwood Park Ball Field Complex PROJECT NUMBER: C282-802420085180 IS TO CERTIFY THAT: C.R.Reynolds,Inc. is,at the date of this certificate,Insured by this Company with respect to the business operations hereinafter described,for the type of insurance and accordance with provisions of the standard policies used by this Company,and further hereinafter described. Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance(Public Ea.Occurrence: $ Liability) Property Damage: Ea.Occurrence: $ Blasting Ea.Occurrence: $ Collapse of Building or structures adjacent to Ea.Occurrence: $ excavations Damage to Underground Utilities Ea.Occurrence: $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea.Person: $ Ea.Occurrence:$ Property Damage: Ea.Occurrence:$ Bodily Injury: Contractual Liability Ea.Occurrence: $ Property Damage: Ea.Occurrence: $ Other Locations covered: Description of operations covered: The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five(5)days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five(5)days actual notice of change or cancellation to be assured,the above policies contain such special requirements,either in the body thereof or by appropriate endorsement thereto attached. 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 worker's compensation insurance policy. Agency Insurance Co.: Fort Worth Agent By Address Title 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.6267 and City of Fort Worth Project Number C282-802420085180 C.R.Re olds Inc. CO CT By: President t Title March 5, 2010 Date STATE OF TEXAS § COUNTY OF X)UHMM § dR YSON BEFORE ME,the undersigned authority,on this day personally appeared Chris Reynolds , known to me be the person whose name is subscribed to the foregoing instrument,and acknowledged to me that he executed the same as the act and deed of C.R.Reynolds.Inc.the purpose and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 5 day of ,.M EBECCA ANN ENDERS � ' c Notary Public.State of Texas Notary Public in and for r f; MY Commission Expires the State of Texas `�% '►1;t�° March 10,2011 BIDDER'S STATEMENT OF QUALIFICATIONS Firm Name: Date Organized: ❑ PARTNERSHIP ❑ CORPORATION Address: City: State: Zip: Telephone Number: Fax Number: Number of years in business under present name: Former name(s) of organization: CLASSIFICATION: ❑ General ❑Building ❑ Electrical ❑ Plumbing ❑HVAC ❑ Utilities ❑Earthwork ❑ Paving ❑ Other LIST A MINIMUM OF THREE SIMILAR COMPLETED PROJECTS WITHIN LAST THREE YEARS PROJECT NAME AND LOCATION NAME/TELEPHONE NUMBER OF OWNER NAME/TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE ' SCOPE OF WORK DESCRIPTION PROJECT NAME AND LOCATION NAME/TELEPHONE NUMBER OF OWNER NAME/TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE BIDDER'S STATEMENT OF QUALIFICATIONS -I- SCOPE OF WORK DESCRIPTION 3 PROJECT NAME AND LOCATION NAME/TELEPHONE NUMBER OF OWNER NAME/TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION PROJECT NAME AND LOCATION NAME/TELEPHONE NUMBER OF OWNER NAME/TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT COMPLETION DATE SCOPE OF WORK DESCRIPTION PROJECT NAME AND LOCATION NAME/TELEPHONE NUMBER OF OWNER NAME/TELEPHONE NUMBER OF SURETY AMOUNT OF CONTRACT ` COMPLETION DATE SCOPE OF WORK DESCRIPTION BIDDER'S STATEMENT OF QUALIFICATIONS -2- 2. LIST CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERIENCE: r 3. LIST ALL LABOR SUBCONTRACTO RS (attach additional pages as needed) SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE/ CONTACT NAME/TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE/ CONTACT NAME/TELEPHONE NUMBER A. B. C. BIDDER'S STATEMENT OF QUALIFICATIONS -3- SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TRADE ' PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TRADE PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER A. B. C. Note 1. Section 8.1 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort Worth will be enforced. 2. The Prime Bidder selected for this project shall submit Letters Of Intent executed between the Prime Bidder and any and all subcontractors to be utilized on this project within five working days of being recognized as the overall qualified low Prime Bidder by the City. Subsequent substitution of sub-contractors must be approved by the City. 3. Prime Bidder shall include financial statement in this submittal. BIDDER'S STATEMENT OF QUALIFICATIONS -4- t� EXECUTED IN SIX(6) COUNTERPARTS BOND#929478726 11FRI ORNIANt F BOND THE SIN t F 01 TFXAS K'�O1'` ALL BV� f HF:S} PRFS}V�T`~ CC���.11' OF'T.4RRr�'�T § That we (I I C.R. Reynolds. Inc. as Principal herein. and (2) Continental Casualty Company corporanon organized under the laws of the State of (+) Illinois _ and who is authorized to issue surety bonds in the State of-l-exas,Surer herein,are held and firmly hnnnd .into the Ctt% of Fort Worth. a municipal corporation located in Tarrant and Denton Counties.Texa.. Obligee herein in the suer of Two Million One Hundred Eighty-four Thousand Eiaht Hundred Fifts-one and 42:100......................... Dollars(52.184,851.42)for the payment of which suer+ce bind ourseaes. our heir;.exec.inor,. ,rdn rlvitrator.. successors and assigns.joinik and s(+emlly. firmix h% these present. WHEREAS. Principal has entered into a certain writtcn comr,!ct +vitlt the Ohi!aee dated the 5th t,; March 2010 a copy ni\vhich rs hereto attached and made it pan hereof iitt all purr-,- for the cnrtctrrrctior c,; Ball Field and Park Improvements at hock-mood Park Hail Field Corn Ile\ NOS',` THERFFORE. the condition of this obhLation is such. if the said I'r!ncipal shat; faithfull} perfnrn, the work in accordance with the plans, specifications, and contract documents and ,.hall tL lv mdemnifv and hold !r harmless the Ohlteec from all costs and damaszec which Obligee tna% softer h+ reason c,?' {'rincrpal`s dctault, and reimburse and repo) Obligee for all outla; and expense that Obligee ma} incur in mak-mu frnod Such c1cfault, then th;s obligation shall be void.otherwise.to remain in Cull force and effect. PROVIDED. HOWEVER, that this bond is executed pursuant to ( hapte! 2_25 of'the 1 exas Goveinrnery Code. as amended. and all liabilities on this bond shall be determined in accordance with the provisions of such 'i statute.to the same extent as if it+yore copied at length herein IN WIT\FSS 11 HER"`OF, the du!, uuthorrzed rr;rc,etaaticc; of the Principal ;:nd tltc Sure!. have executed this instrument. SIGNED AND SFALI:D this, 5th dax of March 2011). 5T (p,inurmoIRnetirr., rmN - - `s[w, 14 N. Tm`*St. � Sherman.TX `;090 wimco,us to Principal (Ir �C4 Name Kae er due,Attorney N� 'I TFS 8144VVanutHiULanm Suite 1600 �uu��� *' ' - ���� 75231 ' lc1cphuucNumber: _ NO ]1'.: ~= (|) Coirect numuo[Phnuipd(Cvnnuctor) (2) Correct nam*of5uot, (]) Stm, of incorporation ofxvnn> Telephone number o/mnuymunbcymxd. |uaJu.uvn.a,o,i�iou\ cvp ^�i'o",,n/�^nomrd/uU be attached*Bond!,,, the�,,tomo-in-Fac/. N� TbL date(if the hmodd`d\not hc prior m dale ofCon�c*, d: EXECUTED IN SIX(6) COUNTERPARTS BOND#929478726 PA YNI FnT It0ND 1 FI! STATE OF (01,;N l)' 01- TARIZAV Thai we i l f C.H. Re.nolds, Incas Principal herein. and 't Continental Casualty Company cotporanon organized and existing wider the laws of the State of(-,)Illinois` -as surer , are held ,uui tlrmi. bi>und 111110 the Cit\ of Fort North.a municipal corporation located in Tarrant and Denton COUntiCS- Texas.ONI.�Cc herein, in the amount of Two Million One Hundred Fights-four Thousand Eiuht Hundred Fifh-one_ and 421100.........................Dollars (52,184,851.42) for the payntcn; . licroof. the said Principal and Surctw hind themselves and their heirs, executors. administrators, successors and assigns. ioultly and severally. firml% hr. the,;-- ' presents. Wl IFRFAS. the Principal hac entered intV a ceit:tirt\written contract ww'ill[i th.e Oj like dated the 5th d, March A.D. . 2010,which contract is hcrch_w retcn-ed to and made a pa;t hereof as it lull\ and t(V thr s:n)lV cstcri; as ifcopied at length. tor the follomm-, project Ball Field and Part:Improvements at Rockwood Park Hall Field Complex NOW. THFREFORE. f lit-. CONDITION OF THIS 0131.1GATIO\ 1'� SI C'If. that :t L`:e saia PlillLITMI shall faithfully make payment to each and ever,, claimant (as defined Chapte1 „4� . 1 eras 0oventment Code as amended)supplyut labor or materials in the prosecution of the,,work under tile contract,the❑117is ohli;auon shsi! he void.othc:\vi.c.to remain in full lorce and effect. ` PROVIDED. HOPI FV i=.R. that this hoed is executed pursuant io Chapter 235., of the Fexas (iovernntcnt Code, as ainended. and alt I1.111ilities on this bond shall he determined in accordance ww iil� it t provi-,ions of said st3tut;,.to tile same extent ns if it\were cop;ed at Ietal-11 herein. IN WITNESS WHEREOF, the del\ authorized representatives o1' the Principal and the Surct) have executed this instrument SIGNED AND SEALED this 5th da\ (it March ,2010. C.R. Re colds. Inc. Pn PRINC Rh . , icipal I Nam c: hile 0,I-AL) -14 *%.TraN is St. % Sherman.TX _j 1l nne,s as to Principal Y Conti al Cpsu t Company SUR _t Kae erclue, Attorney-In-Fact Scr an nwo Attornc. in Fact (SI Address 8144 Walnut Hill Lane, Suite 1600 Dallas, Texas 75231 tness as to Surety 'I clenhonc Number 972-770-1600 NO I'L. I (orrec, name ofllruwmal�coniracror) Correct name of'StlretN. State of incorporation of Suret,. 'I ClephOle number of surety trust be stated. In addition.an original copy' Power of Attorn, shall be attached to Bond hx the Attorncv-in-Fact The date of hond shall not be pnor to dale OfCQMTad. EXECUTED IN SIX (6) COUNTERPARTS BOND#929478726 TILE S\l F OF IFXA' � COl N 1 Y OF TARRA\? KV)11 ALL qtr\ BY l HLSL MLSIA IS. That C.R. Reynolds, 1nc.(Co:ttractorl. as nrinc!pa!, and Continental Casualty Comp-a or:,t,r,,, organized tinder the laws of the State of Illinois ,(Surety). do hcrch, acknot,ledge Ilic m;elves tr be held and hound w ra, unto the Cite of Fort �k onh.a 'vlun!cipa!Corporator.chartered b; \innc of Constitution;,net lass of the liaw of it-vi, (C t, l in l arrant Count.. rexa, the sun-, of Tti,o Million One Hnndred F_i_`hLN-four Thousand Ei<aht Hundred (iftv one and 42;1(10.........................I)ol{a > (ti2.181.RE t.421 la. r t more\ of th; 1`nired Sla'e fo,. pa,mcnt of which mini well and truly be made unro said Cit, and its successv.s. said Cnntrecwr ancf hu,ci, do hcrch, hind themselves 11wir heirs.executon,administrators,ai5,_rs and successurr,, tointl, and sccerali, ' I his obhLalion is conditioned, however,thal. WHEREAS.said Contractor has entered into a written Contract ,vith the Cw. of•1 or tk orth,sated the 5th da, t,f-March 2010 cop, of„hich is hereto attached and made it pnrl hereof. the per!or-lancc of the tulluwine described public improvements Ralf Field and Park Improvements at Rockwood Park Ball Field Comp!cA the s;utle being referred to herein and in said contract is the \' oil, and bet,` dominated as proiecr C•282- 802420085180and said contract, including all of the specifications. conditions. addends:. change orders and written insti u;ncnt,referred to therein as Contract Do;umews beimc incorporated herein and made a part Hereof,and, WAIERE.AS. in said Contract,Contractor bind, Ilse!fto u,_ ;uc!! matcr;als and to sco construe• the work that it„ill remain in good repair and condition for and dimm, a period ol'after the date of"h so (2) Years after the date of the final acceptance of the work b, the City:and WHEREAS,said Contractor binds itself to maintain said work in uood rep,iir and condition for sell(] icrm of WHEREAS, said Contractor binds itself to repair or reconstruct the work. in „huic eel in part at am time „ithin said period. if in the opinion of'the Director of the Water Department of file Cn% of Dort Worth, it be necessar,:and. WHEREAS. said Contractor birds itself. upon receiving notice flf the need therefore to repair e! reconstruct said„ork as herein provided N(l\k I HEREFOttF., if said Contractor shall keep and perform , >aid a_reenwi w maintain. repair n reconstruct said ,kork in accordance ,,ith all the terns and condition, of said C or ides ihesc_prc;ent shalt hC nul and,old. and have no force or effect. C)therwisc This Bnnil shall be and rerun,, m ful! ior,.e and effect. and the tit, ,;hall hive arid recover from the Contractor and Sorel, damages in the premises prescribed 11% said Contract This obligation shall bt: confining unto and sneccssivc rcco,ene; man he had hereon fitt successnc• breaches until the full amoun, hereof is exhausted. IN WITNESS WHEREOF.. this instrument is executed in 0 counterparts. each one of ,chich sisal! be deemed an oriumal.this 5th da, of March -A.D. 2010. ,A FIE-SI . SSE VI C.R. Re-.w ld,,. Inc. /�/ Contractor ('�� - -L�� -—------ - - - - - f3� Secretart �i3•`1C--- AF1FS1 tSE.AL) Continental C_ asuaIt Company tiuret Sccretar �;,,,,• Kae Perdue 1 i v Attorney-In-Fact 8144 Walnut Hill Lane, Suite 1600 Dallas, Texas 75231 972-770-1600 - --- - Addres IMPORTANT NOTICE TO OBTAIN INFORMATION OR MAKE A COMPLAINT: 3 You may contact C N A Surety for information or to make a complaint at: C N A Surety 333 South Wabash Chicago, IL 60604 (312) 822 5000 Toll Free (877) 672 6115 Fax (312) 755-7276 You may contact the Texas Department of Insurance to obtain information on companies, coverages, right or complaints at: Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 (800) 252 —3439 Fax: (512) 475-1771 Web: http://www/tdi.state.tx.us Email: ConsumerProtection @tdi.state.tx.us ATTACH THIS NOTICE TO YOUR BOND. This notice is for information only and does not become a part or a condition of the attached document and is given to comply with Section 2253.021(f), Government Code, and Section 53.202, Property Code, effective September 1, 2001. POWER OF ATTORNEY AFFOINIING INDIVIDUAL AI I U"LT-11N-rAIL I Know All Men By These Presents,That Continental Casualty Company,an Illinois insurance 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"),are duly organized and existing insurance companies having their principal offices in the City of Chicago,and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint Kae Perdue,John D Fulkerson,Donnie D Doan,Tom P Ellis III,Debbie Smith,Vena DeLene Marshall,Individually i ' of Dallas,TX,their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their 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 Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness Whereof the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be ' hereto affixed on this 25th day of August,2009. Continental Casualty Company National Fire Insurance Company of Hartford i dWPOPAre ,�c�ort� x American Casualty Company of Reading,Pennsylvania WRYY 31. SEAL l CQ 'C� QD . Ja yne 0.Relcastro Senior Vice President State of Illinois,County of Cook,ss: On this 25th day of August,2009,before me personally came Jacquelyne M.Belcastro to me known,who,being by me duly swom,did depose and say: that she resides in the City of Chicago,State of Illinois;that she is a Senior Vice President of Continental Casualty Company,an Illinois insurance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company described in and which executed the above instrument;that she knows the seals of said insurance companies;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that she signed her name thereto pursuant to like authority,and acknowledges same to be the act and deed of said insurance ' companies. WON F MpNI.r�om"M m � pxu�l My Commission Expires September 17,2013 Eliza Price Notary Public CERTIFICATE I,Mary A.Ribikawskis,Assistant Secretary of Continental Casualty Company,an Illinois incnrance company,National Fire Insurance Company of Hartford,an Illinois insurance company,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania insurance company do hereby certify that the Power of Attorney herein aboKer;Zf rth is still in f rce,and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the is still inn tepm y whereof I I�ghyregt@to affixed subscribed my name and axed the seal of the said insurance companies this day of CU.rJJ t Continental Casualty Company National Fire Insurance Company of Hartford *s American Casualty Company of Reading,Pennsylvania WRY 1t. $FAL. �J i _,,�p � • ip7 ,� lI�MtF`�'• Mary A.qika&is Assistant Secretary Form F6853-5/2009 STATE OF TEXAS § § KNOWN ALL BY THESE PRESENTS: COUNTY OF TARRANT § MAR 0 2 2010 This Contract is made and entered into this the day of , 2010 , 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 C.R. Reynolds, 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: i Ball Field and Park Improvements at Rockwood Park Ball Field 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, 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. �1 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. 5. 4".. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 200 Working 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 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. i 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 any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such 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_isoutstanding as a result of work performed under a City Contract. .t' 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 Two Million One Hundred Eighty-four Thousand Eight Hundred Fifty-one and 42/100.......................................................................................................Dollars, ($2,184,851.42). 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. t� CITY OF FOR WORTH ( n actor Entity Name) i &4L Ch rles W. Daniels C. .Reynolds,Inc. Assistant City Manager 714 N.Travis St. Sherman TX 75090 TITLE RECOMMENDED: B y: ATTEST: Ric and Zavala, Director Park and Community Services Marty He rtx City Secretary APPROVED AS TO FORM AND foil as T000a � � LEGALITY: )--z, O ) p�a�oa o o Date F►�000° S�d O O O AUTHORIZATION °oc 000° �d ICY 1000000 4.oa�� M&C Amy J. Ramsey Approval Date: Assistant City Attorney d r