Loading...
HomeMy WebLinkAboutContract 27245������i � � � � ��� ��Y SE���1`�A�ll � �.�.�. �ILE �1T1' ���R�T�,R1l ,�i � �C�h1TRA�T �1C1. � S°F 4�r_T�7F- �%y,�-� ����; ��''���..-�fi � � 4�'�C'� �� f',�`�'i(}�°� :�Nb C;�3�TR�1�'�r, �{�C'L�ML�f`Fs ��hITE2�.�:�k��''°"�. ��c��,�ii�!'�7C ��. r�r� �C��I�TR�S�TI��� ;`� �D�Y G���N� i3�f��Rll,�#��Y �� � F��(I.J�C"�' I� �i11��l� ;��?tiLMY f..AI�Fv �';��t� f3.�i..1. �i[�;L;i, Li[;IZ-!"[�G .4 � !� � C.l �LA!� �I !;: �� �,�'J 1'1��}V�171�:1V7'� �'�t(},�['7' f��i1•�Z3ri� C' 1 S���A i��?Q111�,'�� r� 1 U43f�4U I� 'j`f�E CiT`�' C}I� F�)�t�" Vk�'f�i�T�[ Tf ,l'A� i�.�.�. 1��1. 3359 I��;N�IET�! .L, i3A�R C�.4Ft�� .lA�!{�Cl�i ��:��-c�r� c,r��° �a���c�rr� Rl�]i_�1l��] Z�,�V.41�A. []IRF.C"�"{�!t _ . - .- P�iRI�� r�xl\� �'�1�4'���L1f�ilT�' S�';�1�1.C`.CS ���'�1'���I�i�''��, �:i�7��.;*:.41����'�.��,� i'' t� �'' M � I��� �'���'w%��{�I����� �� y � �- �, PA�.F�� ��]YD ���149��,'1VE'i'1' SF.T���'IC:�S DE��,�'�C�'I'�IL1tiT !�i�� �����:+��''���R ����� Pis,�1�l�!l��� AI�T� klj,�i)C:ItC'�: 1���.�1YA�Y�1�t���1T Qi1�i�E{-iri� ---- ���.�r�i�vc� �ii�� aFr�c�.�i�cT ���+ �i�r��� c�� r���r�� ���r���'����� ���1 � ��.��� � 0 F j�� ��� .r ���'"i �� �i����cs'��� � * � � * �� �. �: �..... �: * �� ; hhl�FiA�L}A� J�NE� � � ...............................�.,...� � �:� �55�� :'�, .� � t� o,.'�_��„�.__..,, ..•�i�.`� .� � ��� � � *� � C`ity of'.F'art �o��h, Texas �y�� �nd ���r��;� �����r��c�t�c�� DA�i"� R�FER�NC� NUMBER LQG NAME PAGE 101910'f ��� ���'� ���/�$�� 8QFIELD 1 of 4 s�s.�ECT AWARD �F CONTRACT TO G. C. CARTER CONSTRUCTI4N C01111PANY FOR THE CONSTRUCTION OF SANDY LANE PARK BALL FIELD, LIGHTING AND CHANNEL IMPROVEMENTS RECOMMENDATION: it is recammended that the City Council: 1, Adopt fhe attac�ed appropriation ordinance increasing estimated receipts and appropriatians in tE�e Capital Projects Reserve �un� by $240,Od0.00 from available funds; and 2. Autharize the transfer of $240,0OO.OQ from the Capital Project Reserve Fund to the Parks and Community Services Impro�ement Fund; and 3. Adopt the aftached a�propriation ordinance increasing estimated receipts and apprapriatia�s in the Parks and Cammunity Services Improvement F�nd by $240,OOQ.00 from avai[able #unds; and 4. Authorize the City Manager fo execute a contract wi�h G. C. Carter Construction Company fn the amount of $204,Fi26.26 for fhe construction of ball f�eld lighting and channel improvements at Sandy Lane Park. DISCUS5I�N: The 1998 Capital Impravement Program allocated $131,000.00 to replace the existing balE �ie�d lighting system at 5andy Lane Park. An additianal $240,000.0� was earmarked from the Capifal Projects R�s�rve Fund to address damage ta the ball field and retaining wa[I caused by substantial creek emba�kment erosion. The storm and erosion damage occurred on May 3, 1�99. Parks and Community Services Departmen# staff confirmed availabiliiy of Capital Projecf Reserve funds with the Budget Office on S�ptember 2Q, 20a0. Funds from the Capital Project Reserve for the repair af erosion damage v�ere identified in the process to fund unfunded ca�ital needs. On No�ember '10, 20�0 (M&C C-18276}, tF�e City Council approved awarcf of a confracf to Teague, Nalf and Perkins, Inc. far the design and preparation of co�struction documents for ball field lighting and embankment impro�ements, in the amount of $46,190.Q0. During the design phase, the consultant recommended t�at if the field were rotated, the retaining wall that was destroyed would not need #o be rebuilt, and the cast to r�solve the embankment erosion damage woul� be reduced. At tt�e schematic design phase, staff met with the Ryanwood Neighborhood Association and all of the homeawners who immed�ately abut t�e existing bal[ field to get their i�put on the praposed design. The propased designs were then amended to satisfiy their concerns. The �roject was advertised for bid on June 21 and 28, 2401. On July 12q 2001, the bids lis#ed below were received. �ity of'.�o�t Wo�th, .Texas �ry�� ��d ��c����Q �ar�r���������� DAT� R�F'ERENCE NUMBER LC]G NAME PAG� 10/9101 �a� �7�� ���1��� ` 80FIELD 2 of 4 Sl]BJECT AWARD OF CONTRACT TO G. C. CARTER CONSTRIJCTION COMPANY FOR THE C�NSTRUCTION O� SANDY L,ANE PARK BALL FIELD, L{GHTING AND CHANNEL IMPROVEMENTS The low base bid was $304,860.53 from G, C. Carter Construction Company. With amendmenfis as discussed be�ow, G. C. Carter Constructian Company's adjuste� bid was $2p�4,626.26. BIDDERS G. C. Car�er Construction Compar�v Cooper General Construction Ed A Wilson, Inc. M. A. Vinson Construction Com�any Mill�r Sierra Construction, Inc. Northstar Car�struction, Inc. Sports Facilities Construction Company AUI General Cor�struction Kraft Landscap� Ser�ice, Inc. 1:��6��:3i� $3�4,86Q.53 $326,949A0 $333,555.00 $329,482.50 $315,234,00 $354,799,00 $358,757.48 $389,f70.15 $506.048.9� �''3 $101,479.QQ $120,OOOAO $125,OOO.DO $914,000.00 $ 90,OOQ.00 $116,000.00 $ 98,120.00 $127,000.00 $186,3�4.00 �*2 ar�d 3 $1,244.73 � saa.oa $1,6Da.00 $1,485.00 $1,266.00 $� ,3Q0.00 $9,8Q2.00 $1,335A0 $1,484.00 T�TAL * Line Number *� Alternate Number $204,626.26 �2o7,s4s.oa $210,155.00 $216,567.50 �ZZs,�oo.oa $240,099.00 $262,439.48 $2�4,005.15 $321,178.9� With a base bid af $304,860.00 plus constructian contingency project (management, inspecfion and chang� ord�r allowances) funding ot $30,486.00, the total construction costs would be $335,346.00, exceeding the $316,586.81 in remaining project funds. For this reason, the ball fiefd lighting portion o� the project is recommended for deietion {base bid line Item Na. S ball field lighting would be deducted). The Parks and Community Services Department has arranged for the Transportation and Public Works Department to install the bafl fieid lighting, af a substantiaqy reduced cost, with the remaining project balance of $91,498.�0. � In addition, it is recammended that bid afternate No. 2 totaling $419 .27 (deletion of a 4-�oot fence} be deducted, allowing for the acceptance of bid aCternate No. 3 totaling $'1,656.00 which pro�ides for a 6- foot high outfield fence, a total bi� alternate amount of $1,244.73. G. C. Carter Construction Company provided the lowest base bid of $3a4,860.00, and the lowest bid with th� r�commended alternatives at $204,62fi.26. It is recomme�ded that G. C. Carter Construction Corr�pany's bid be approved for award of a contract. The contract time is 75 working days. The proposed expenditure addresses the nee�ed channel imprav�men�s while r�storing to use the ball field affected by th� erosion damage. The proposed solution does so in a manner that is at a reasanable cost and substantially less than tl�e estimated costs to replace the retain�ng wall. The original 1998 Capita[ lmprovement Pragram neecf for replacement on the bal[ field lighting system will also be addressed at a substantial sa�ings. C'i�y o� f'.�ort Y�orth9 �''exas _ A��1� A�� ����1�1� ���11�1i�1�1C�#1�� ❑ATE REFER�NCE NUMB�R I�OG NAM� PAGE 1019101 ��� $773 r��Vl��� 80FIELD I 3 of 4 SLfBJECT AWARD O� CONTRACT TO G. C. CARTER GONSTRUCTf�N COMPANY FOR THE CONSTRUCTION OF SANDY �.ANE PARK BALL FIELD, LIGHTING AND CHANNEL. IMPROVEMENTS _ MIWBE - G. C. Carter Construction Company is in compliance with the City's MIWBE Ordinance by committing �0 19% MIWBE participation. The City's' goal for fhis project is 17°/a. APPROPR1ATfONS AND PR�JECT EXPENDITURES SLlMMARY Total Project Funding Expenditures ta Dafe Design Services (Consultant) , Project Mar�agement (Engineering and Parks and Community Services) Remaining Funds Available Prio�- to Award of Construction Contract The project budget shall be as follows: Construction Contract Construction Phase Contingencies Parks and Community Services Project Ma�agement and Engineering Inspection Change Orders (5%) Total Construction Budget Remaining Project Funds {to be utifized ta install ball field lights) $371,000.00 $ 46,19D.00 $ 8, 223.39 $316,5$6.69 $204,626.26 $ 10,231.00 $ '� Q.231,Q0 $225,088.26 $ 91,498.04 This improvement will not require additional maintena�ce or operating expenditur�s beyond what is currenfly budgeted. Design, Administrat�on, and Inspection Services shall not exceed 20% on this project. The Sandy Lane Park is located in COUNCIL DISTRICT 4. C`ity o�..�o�t i�o�ih9 2'exas ����r �nd ������Q ���rr��n;c�tl�n L7AT� R�FERENCE NIJMBER LOG NAME PAGE 1019101 ��1��'�3 ���/���� 8Q�IELD 4 of 4 sug.��cT AWARD OF CONTRACT T4 G. C. CARTER C4NSTRlJCTEON C4MPANY FOR THE CONSTRUCTION OF SAN�Y LANE PARK BALL F[ELD, LlGHTING AND CHANNEL IMPROVEMENTS �15CAL INFORMATIONICERTIF'ECATION: The Finance Director certifies that upon approvai of the abo�e recomrnendatior�s and adoption of the attached appropriation ordinances, fur�ds will b� availsble in the current capital budget, as appropriated, of th� Parks and Cammunity Services Improvement Fund. After this transfer, the cash batance in the Capital Projects Reserve Fund wil� be $915,798.40, JP:k S��I�mitted 1'or City Manager's Ot'tice by: Joe Paniagua Origivatii�� Departmeni Head: Ricl7ard Zavaia Additronal Information Contact: GI40 5704 I FUND � �to7 I 3} C188 1) GC10 1) GC10 2&3) C188 3) C'E 88 (€tom} �4) C188 2) GC90 � ACCOUNT I CENT�R I AMOUnT 541200 D2�188700010 $244,DD0.00 �472001 D13010001000 $240,000.00 538070 Q13010D41000 $244,OQ0.00 472010 02D1887�0010 $24�,000.00 �a�2oa ozn�as7000�a �24o,aao.00 541200 08Q1887D0410 $2�4,626.26 538070 Q13D1D001000 $24Q,OOD.00 CITY SECR�TARY � � � � i � APPROVED 101Q9101 j oRn�rasia ORD# 14$11 l2�ndle Harwood 5743 07/12/01 09:�0 FAX 8'�1 �724 T � , �. c�� aF Fr woR� � oo�iooa CIiY O� FORT WORTH PARFtS P+N� COMMUI�ITY SERVICES D�PAR�M�N'T P�ANNIfVC� �4N� REsoRucE �/IANR��M�N� DIVis�oN /����R�aU�kA �1Q. �4 i0 YHE �ONTRACT D4�UM�t�iS F�R TH� . SA�DY ��lh �d�i� �A►LL FIE��, LI�bT'IN[� �R�D Cb�NR�E� i[�iPR01��Afl�i�i� PFi�J��i N�. �189I54120014�0��'1043Q4�0 D,O.�. N�. 3359 _ - —, . � �id Oper�i�g pata: Thu�sday, July '92. 200� T�e Cantrac� �ocuments fo� th� abov� referen�ed }�roject are hereby r�vis�d and amended as �ollows: i�°�IU� 9 - SP��I�I�A`�I�NS � CONSiRUCiION N�i'E ADC�I�'ION� SEEDING - D2934 � PRRT 2 � PRQDUCT� �.49 Add 4o exi�4ing paragraph as foilows: - �. WA�"��: ... shvu�d be aPplied �ar a mi�imum af t�ree w�eks ur�fiJ � un�fo�m sr��� �� �ur����� �� �.�r��r�s►��d, deflnQd �s G�v�wac�e of ��e�l�r�ci g1'��s �f ��'���ity oi �� p�rcent co�+era�e, _wi�h n� 8�r� s�c��� �r��ge� th�n nn� sc�u��e �ont, fi�e a� weeds, undesir�ble grass species, r�iseas�, and in�ects and pro;ect i� accepteci by ihe 4wr�er. C�NdUIT-�'l6'110 . ' ' ' ' PAR� 3 - �X€CUiION 3.Og CQAIDU�T 1NST�I.LATIQiV � 0 0 - - - �--�- - , ���4C�Q� �°�.����� ' �0�' ������"�� � "' � rr'.��� �� r I � � ,� f � � , -. ,l � . � a7/12/O] __.08:31 FAX 6�1 ���4 CITY OF FT 9YOR'�i r.a !., All wi�ng run�lhg under any canc�e#e, asphaEt or #he iike w�li n��c� be �laced ir� �onduit. CABION SiRUCTUR�� pA�ti 2 � �'RODUC�S � 2.01 (�A�1QNS — Ad� to �xisti�g ��ragraph as #ol�aws: . A. C�abion� shslf be of the size ana typ� calfed f�r on tt�e pl��s �nd m�nufactiured by GabiQ�s Mor�i� Ameri,�a, Inc., Da11as, 7ex�s 214-939-'i 11'� I���e��rri ln�, 9�llas, Yex�s 9�'2��36-29�'4. l'Y�14� �— Sb��T C5 — PARFt1NG LDT� ([�FI�LD AN� BL�ACHER 1��. �,� - 91M�NSiONAL CO{Vi�tOLl�►YOU� �LAN — R�pl�ce �etail 4 w9fh atiached deta� �aaring ihe same name and r�umber. 1i��d13 — SHE�T G$ -� �'�NG� L�ETAiLS �teplaee I]et�i15 with attachEd detail �eari�g n�w Rame BL€ACl��R PAD W��� T°HINCK€N�� ��G�C F4R �AC�STO� ��p DUGOU7 L�Vlil-� F�NC� PC�.. ��OTII�G, same number, r 17�14� � — SH��7 C� — �'�NC� 9�'TAILS Repl�ce D�tail 5 with at�ac�ed �et�il bea�ing same �ame and numb�e�. {�'�N1I � — SHEET C9 � iUIIS����ANE�US QETA�L.S �fiminate d��il 'i2 —�I�v�tlor� — Typical dugaut. Do nat priae as bid alt��nafc�, �cf�nawledge tFi� receipt o� this �ddend�r� on Proposal. By: ,/��,� __ David e�k� Lar�ds��tpe Arc�itgc�lProjecY Manage� Fteleas� 9ate: �July 1D, 2Q41 0 0 �nd o�Addendum No. 1 ��0 �/i '=i _T �� �� 0 � s `� �7/E2I01 09:3Y F� 87b 572� Cgi'Y 0� F'd' �0��� �00�/00� L. �lRl �i�¢�� �a��i�g ��tde� �ny r�rtcr���a �7S,�h�I� �P �V� (ik� IPVPtI$ P'���.*� � b� �I���d i� ��d�ait. ��a�R��4 STR�9C�`�1���� PA�i 2 -� �R�I��1��'� 2.�� f�A���N� - Add �� �x��#ing p��g�aph �s �v�l�ws; . �►. ������s sh�1� �a� o� the ��� ��d �yp� calC� f�r �� �� �I�n� ��d �� �������rr�d �y (3a�i�ns (�o�th A���ea, Ira�.t Dall�s, i�x�� �14�93� �� °� °0 7 �� �����f�rra 1��, �����s, ��x�� ����3�-���4. I��IVI 2 - ��EET �� - �A��Ik�� �O�", ��FB�E�.D �#�1� �L��,�HEP ��� �1����1����.. co���o�.lf�1r'o'r�i' ��►� ��p�ace ��i�i� ��vi4h ali�cl�aed d��ail bear��g ihe s�rv�� n��e ��ad r�u��er. �i�N� � - S�E�T �� � ����� �E�P►I�S R��lac� D����� 5 w6th �tt���a��i �e#�iI b���irog n�� r�acr�� �LE��N��t ��iD �V��F-! TF���I�i���l�� EDC� �OR �I�G�C�T�P �+N� '�LDGC��}T VVii�l �E�1('� POSi ����61�1�, ���n� �a�ori�er. I��bi � - �F�'��l' �� -� ��N�� DET'A�L� ��p��e� ��taf� � with �t��ch�d det�i� b���n� ��r�� �ar�� ��c� numb�r, I��IW� � - S���T �9 b �1AlS��EL�P►�1@�U� ���al�� Edirni�a��� det��i � 2 � �l�va�g�� - �gl�ical dugou4. �a �ao� ��ce �� �i� �l�em��e. A�k�ow3�ci�e th� re�i�� �� t�i� A�d�n�u�r� on �����ae. �yv _ � _ a�1c� �k� L�nd� �pe Ar��a�e�tlP��e�t I�a��g�� ������� ����: �J�oly 1�, 2�@� E�� ��d�dder�d�a� N�. i oYiiz�o� ,as:91.�1 57�d _ I .. 4� - I' �� �� � �1 � _ I CIfiY OF FT R'pRTH � ��� . � 1'-� I!�" � �" � �� �-"� 1/�" - - " - � �L��P� - � � 1r2��� _ � _� � a r � � �i � / � �n� ' '- . � � . . a. �. � � y �. ��a �%�� ;a . � - � . _�.,�4 � . , , 'a A . . . 4 {'i� r� ooaioos � ��� ���� � ���� ���� �V �� ���Hly1.G�� �i la�l. ^ • � • — ' '•' �d �., .. �Y u� �� o���o�r � i � ��� � � ��� ' � �� /F�id , � ����naaaQ� �a�rs���■ i ; �• , � IR�IIE� rrn r...� ■sr� f rrs a n s• ■r.s�� *r� r � �• ,._.•� , . . . '....�:tss',rr.rt:} .. ,. :.��l.sd:•....� ��:.�S4,t�i,d,Nrr• ; : f�9o� !� r1..f..,_.�.. ; • �i � -- �- � . _ . , „_._ , _. . — � 07/12f01 08:31., FAg .8� 8i24 CITY OF FT YP4R'iA �Op5/006 1.�. ,.. • -- • 1-S/IEI' 4Q.� �Alb : � �� � ��� d�` �' i�� �'� y T� �p/���[� �\,�t J� � RE V� '4 � I - �S �'� 4 �BP°[ �/� �arl�: ��our ���' �T�# r �4A[� �!'P�iG — ��,r�ort �r�c !�" �� a Ra c.�. r�� < �rr�� � �� ��-- ��x.v� $�� � e��* %r4a�� a c�fTi�A1� _ b�, —�.._ .�-sr�1 .. ,. .. ���;�,",�:.:`�: +�ti,�;:: r.�-^;� _.� ; a r, , , �:, i '�'�:JF'S:�; 'i',a:si.•�js '. c� ! "i� ': •���='.�'....�• 1r..3�� ':''`. ��i����� ' � _'_',_ . .._ '•;;.::��_�� r?•.� :: a' ': � � b � �l•,� � `f r, - ��' .^r'�* � �y � "�. �i: ..k�° � � G�'�i�.Sri� �:�; :�:�'•;� � � ,� �^K, :`: ``� � r�R.LY:,'�`� � � 0 = - ' l� 1]-; I - N ]�7! T1 't � � ��4I'2` I ' 1 f-1; ] - � � � r �' � .� � � .�,� --, �r � �� �Oi�r�a��Tt� � ��� � � �� � � �������d�ti ����s�Q�e j �Z` �e t � � ' � � �1 • �.��a ■H r ��/ l pf.R� sl��.� ■ f� V�• /�r�{ f .�:�' ����� r..E'�ifS�lifr=Jir�i�fra u ;rr�����°r�nr ;���iSj���i.��i�r�� , O�e�aooear.�ro � � Fi..,�=r....,, _ _ — - - .. _ . . _ ... . _ , . - — —J - -- � 07/i�/01 09:�1 FAX 8'�1 �i2� f� � I _ I I � 3 __ ; �� '� � ';� t K ,� ,��� ri' ' S i i � ��� ✓ �', =s , =, ti � � t� � � �_ery� u � �� v � � � � � Q06/408 i l I � � � �"�.: $�41H�� L,14t�tE Pi� �� �4 V��, .� � '��� �1�'a d� � i __ �����l1� � or�aotiai�i�� e���s���a' ��s�, u�at�w � � ., , . .. .. . , . : •.�rcr. :• •. •� �.. ,,. n..i�: rr��.,.. :r:�� �s ;�r ::• — "� ,, i �..ti� f�t.��.,� ..f�::� tJ�::�L41'�� . F.,-.��E ..._...,. _ . .... _.. ,.�� .... _ .. . ._ :-- _.... .�.-: _._.�.^.. . , - --,.. _,. . - -- -, - „ . . .......... . ..,, ._._._..,..--.'°-..,..-'�. , . CITY flF FT �YORTH � r Q�/1$/Ol 08:14 FAX �7x 5i24_.. _. ��TY UF FP �ORTH �]002f00� �1TY OF �p�tT'WORT�i PARIC5 AA1T3 COMAdtJNITY SERVICES AEPARTIViENT PI,AW�+IING �3 �ESUU�tCE A�1�TAGENIENT DIV1SI01�T �DDTNDUM AEO, Z �ro � co�r.�.c��noc��vrs Fo� r� SANDY �.�VE P�9RK BALL FLE�D, LIGI�CTING AND C�ANNE� IMPROVEA�NTS PROJECT NO. C181154I2443f480181�43�40 �?,4.E. NU.3359 Bid C��ng Date: �urss�jr, 3uly i�, 200� �e Cantre�ct Doetune�t� fnp t� above �eferenced pxo,�ect a� %�reby re�vised asd amend+ec� as follows: XT�A� 1 - SPEGI�'iCATtON'S SPECIA �L 11VSTRUC�ONS �"O BIDDFRS 1(�. INStTRAI�iCE: V6'it�hi�, ten da�s of pec�ipt oinotice of award of contract, tI� Contractox must prnvid�, along with execert�d contz�t docum�nts anc� apprc�pti�te bonds, �roof o#'�.sura�e far �hlorke�s Compen��rixo�n and Compr�l7ensave Geu+cral Liabs`tity {$odilY Ix�Jury} P��54,0(?� �aef� p�oa, $S(��,OOQ eac1� �ccu�rr�ncc; Prop�y bamage - S3�O,OOp �ch oc�urrea�e, fih� City x�escrves ti� �ight ta �qve�t. ai�y ati�er ins�ance cove�ages as may la� requi�ed by ea�h indi�idt�l p�ro�ect. �'or wa�ker's compensatian mswr�nce requi��nC�,.s� Spe�ial Ins%�uctinns to �idders - Ite�n 16. �ATTIONAL FIz15UTL�IVCE R.�OL�I�EI�idTS: A, Ttre City, xts afficers, employ�es and ssrvaats sht�l 6e e�do�d as au� a�dition�l inst�red on Cant�acior's irt>suraz�ce ��i�i�s ex�ti� �r�luye�'s 1i�l�ility i�e cov+er�c und� Co�tra�tor's workers' cart�ensauon iirEswranc� psrlicy. B. Cetii�a�es of �+���.� �eall be devve�ed �t► t1� City of Fo� Wo�th, contract adminisaratvr im the z�sp�c�iv� s��parGme�t as s�ified nn the bi� �a�mn�nts,100U Thxockm�rton Stre�t, �'or� Wa�, T� ?6102, �riof to cornm�n�rn�r�t ofwork ot� the cvrnractcd pro,��ct. C. .�ay �ur� nn ga�t af th� Ciry ta r�quest r�uired ittasur�ce documcntatiaa �,l not canstitu#� a waiver a�`#� ms�ua��e re�uue�nis s�citi� he�ein. D. �ac� ioasur�,c� p,uliey s}�li i�e endars�i to pYov�le th� Ci�► a mitum�un thirty days nots�e of c�nrx�l�at�o�, �a renewa� a�ad/or mater�� c�n�e iun pQli�y te�ans or ca�era�e. A� ci�ys nvtic� st�I! be acr.�ptabie in �}ie �vent of`nos��ayme�t of pr�nium. 09/12/41 08:16 FAX 871 6�24 CITY OF FT WORTH C�043/00� E. �z�surers m�st be au�ho�d to do b�smess in the St�te of Texas �nd have a current A.Ni, l�est pating of A: �L[ oar �q�ival�t m�� of S�nciat s#��t� a� soIv�r�cy. F, I�e�uct�b�e limits, ar ��=�rtded �et�mlo� li�oa�s, aa eacf� poi�y must not excc�d � 1�f,00D.00 � occw�r�c� te�ss oth�� �pgrove� hy ti�e City. G. ��r ti�an wn�k�r's car�peu�ation i�surance, irt li�u of t�a�i�io�l �n.ce, City �y c.vnsid� altefnati�ve coverage arr �is� t�eat��oR measu� t�ough �nsur�arlce poo]s or r� ret�ii4�i gxnupa The City �nust app�ove in writi� au� giterr�tivc cove�e. H. 'Wofke�s' co��tion insr�ce �o�icy{s) c+averi�g e��oyees �tnploye�d o� t�e pxajeot shall be endors�d �vith a waiv�e of s�ubr�n�ation providi� �i�lrts of ��very in fav�o� of t}ve City. I. City si�l1 t�ot � t�vtt,si`ble �or the di�e�t payntet�t a#` imsur�ce ps�miw�n costs for cant�a�c�or's in5�c�. Contra�Eor's insu�ance p��icies shai� each � e�arsed to pro�e that sttch +nc�+�*,�p is prim�ry p;t�tection � a�y seYf-funded ar camm���ci� cav��age m�int�ned by Cit�y shal� n�t � ca�i�. �nto contrs�u#e to Ioss t�cove�, K. It� the cvur� aftk�e project, Coat,ractof sba]i r��art, in a tir�Iy �namier, to Cit�s affici�lly desngaated cantract ad�mm�stratop any kn�wa ioss occwnrerjce w�ich cauld gi� �se to a liab�ity e#ai�r� a� lawsua# or v�r�i�� could gesult �u a pro�e�fiy loss. L• Con�actoe's li�bility si� not � iimi�ed to th� sp�c�fied affiounts of in��ce feq�ired hcrr�ir�. M. U�� the �t�uest ofCity, Cozitra�ctoe s�sll provide complet� co�ies of�ll t'as� pol�cies req�d by th� coa�°�ct do�rits. Acknowledge tl�e r�ceiipt vFthis �d��u3um oa yout I'Yo��l. By: D vid �ee3�, Senior La��scape �irc3si�et/ Proj�ct Managsr �elea�e X;�ter: Jt�ly 21, �OU(1 C1�rnas�n��7ry�AriDkNOv,[�tUe i� TABLE OF CONTENTS 1. NOTICE TO BIDDERS 2. SPECIAL INSTRUCTIQNS TO BIDDERS 3. PR4POSAL 4. CYTY OF FORT WORTH MIWBE ENTERPRISE SPECIFTCATI�NS 5. PREVAILING WAGE RATES 6. WEATHER TABLE '�. VENDOR COMPLIANCE TO STATE LAW S. CONTRACTOR COMPLI.ANCE W�TH W�RKER'� C�MPENSATION 9. GEOTECHNICAL REPORT 10. TECHNICAL SPECLFICATIONS D�V�S�UN 1- GENERAL REQUTREMENTS Sectian OlOIU - Sammary of Work Section 0103� - Contract Ti�ne Section a1104 - Aliernatives Section 01150 - Payment To Contractor Sec�ion 01300 - Subnaittals �ection 01400 - Quaiity Control 5ection 0141.0 - Tes�ing Section 01�00 - Temporary Facilities and Controls Section 016�0 - Substiiuiians and Product Options Section O1i00 - Praject Closeout Section 01800 - Contractor's Responsibility �'or Damage Claims �. D�VISION 2 - SITE W�RK C SecYion 021U0 - Site Preparativn ' Sectiar� 02200 - Earthwork Section 0�3�0 - Gabian Structures Sectian 0���0 - Infield Surfacing Section 0���1- In�eld Candi�ioner Section 0��80 - Paving Markfngs ' �ection 0�830 - Chain Link Fencing Section 028'�0 - Si�e Furnishings , Section Q�93Q - Seeding Section 02940 - Tur#' Sadding DIVISION 3 - CONCRETE Section 03300 - Cast-in-Place Concre#e Seetion U3SOQ - Drilled Piers �rc -�- DIVISION i- TNERMAL & M�ISTURE PROTECTION Section D'�920 - Caulking and Sealants DIVIS�ON 10 - SPECIALTIES Sectian 10430 � Exterior Signs DIVISION 16 - ELECTRICAL S�ction 16014 - Electrical Gene�ral Provisions � Section 1Gll0 - Canduit , Section 16120 - Wire a.nd Cable Sect�on 16400 — Switchgear � Section 1645a — Graunding and Bonding Section X6500 —Ballfeld L�ghting System 11. CERTIFICATE OF INSURANCE 1�. BIDDER'S STATEMENT OF Q�IALIFYCATIONS 13. PERFORMANCE BOND 14. PAYMENT BOND 1�. MAINTENANCE BOND 16. C�NTRACT � TC -2- R�O�1C� 1°� �1���RS 5ealed Proposais for the following: Sandy ��n� P�r� ��i! Fi�id, �ightiing �nd Cha�nnel 1mp�ovem�n�s ��OJ�CT R��. C'���15�'�ZO�IO�Dq�1b43040 Addressed to Mr. Gary Jackson, City Manager of the City of Fort Vllorth, Texas, will be received at the Purchasing Division Office un�if �:30 p.m., �h��s., Juiy �2, 20Q1 and then publicly opened and r�ad aloud at 2:OQ p.m. in Council Chambers 2"d �loor — N.E. corner of City Hall. Plans, 5pecificafions and Contract Documents for fihis project may be obtained at the Park �'lanning sec�ion, Parks and Community Services Department, 4200 5outh Freeway, 5u�te 2200, Fort Worth, Texas 76115�1499. Oocum�nts will be provided to prospecti�e bi�ders for a deposit of ��� p�p �e�; deposi#s shall be made in fihe fot�m vf a check or money arder. Each prospective bidder st�all receive a deposit refund on the first two plan sets ifi the documents are r�turned in goo� condition within 10 days after bids are opened. Any additivnal plan sets shall require a non-refundable deposit. These documents contain additional information for prospective bidders. All Bidders will be require� ta comply with Provision 5159a of "Vernan's Annotated Civi� Statutes" of the State of Texas with respect to �he paymen# of the �revailing wage rates, a�d City Ordinance No. 7�7�, as am�nded by City Ordinance No. 7400 (Fort Worth Ci#y �ode, Section 13-A-21 through 13-A-Z9) prohibiting discriminatian in employment � practices. �r� accord with City of F'ort Worth Ordinance No. 11923, �s amer�ded by Qrdinance No. � 13471, the ��ty of Fort Worth has goa�s for the participatian of minority business enterprises and women bus�r�ess et�terprises in City► contracts. A cvpy ofi the Ordinance can be obtained fr,om the N1NVBE office or from the Office of the City Secretary. In addition, the MIWBE UTIL[ZATlON FORM, PR1ME C4NTRACTOR WAIV�R FORM, ar�dlor the ��OA FAITH EFFORT FORM ("Documentation'") must �e rece��ed no later than 5:00 P.M., five city business days after the bid opening date, exclusiue o� the bid opening date. The bidder shal! submit documentaiion at th� reception area of t�e D�partm�n� af Engineering, 2"d floor, City Ha�l, and shall obtain a receipt. Such rece�pt sha�l be evidence fihat the documentation was receive�d by the City. Failure to comply shalt render the bi� non-responsi�e. The �ollowing list is providec� to assis� bidders in abtaini�tg the services of MIUVBE I vendo�s qualified fo pro�ide such serwices/mafierials for this project. A list�ng of �ualified MNVBE �e�dors may be obtair�ed a't the C�i�y of Fart Workh MIWBE offic�, 3rd floor Ci�y Hail. � Serrriceslmaterials fior this proiect are as follows,: site prepldemalition cfearinglgrubbing gradinglearfhwor� sodding concrete fiaiwork ball field equipment seeding steei rebar si�e furnishings fencir�glbackstop e�ectricai ba�l field lighfiing cree� bank sfiabilization (gabion �t�uctures} The City's minimum MIWBE goal on this �ro�ec# is '97 % of the total dollar value of this contract. The City wili award one contract with a combina#ion of the �ase bid andlor alternates which is most ad�antageous to fhe City. A pre-bid con#erence wilf be held with pros�ecti�e bi��ers at the Parks and Community Services Offices Con�erence Room 1 on �hur�day, Jun� 2�, 200'i, a� 90:00 a.m. The Ci#y resetves the right to rejecf ar�y or al! bids and waive any or ai! fo�malities. �,l�f„a,R� 6�' CONY�t�►CY: No bid may be withdrawn until the expiration of 55 days from the day bids are apened. The award of cvntract, if made, will be within 5� days after the opening of bids, but in no case will the award be made until a!I necessary inves#igations are made as to #he responsibility of the bidder to whom the contract will be awarded. RICHARD ZA1fALA, JR., DIRECT�R GARY �IACKSON PAR�CS AfVD COMMUNITY SERVICES QEF'ARTMENT ClTY MANAGER G��RIA PEARSON GlTY SECRETARY By: David Creek, Landscape Architect (8'i 7) 871-5734 Thursdav, June 14, 2001 Thursdav, .lune 2�. 20�9 Regaz'dless of the Alternative c�osen, the Contractor agrees to coinplete the Canfiract witilin the allotted number af days. If the Contractt�r fails to complete the work within the number of days specified i.n ihe Constraction Dacuments, liquidated damages shall be charged as outlined in General Provisions, Item 8.6 Failure to Coznplete Work on Time, found in the Standaz�d 5necifications for Street and Storm Dzain Consir�ictian, of the City of Fort Warth, Texas. 5. PAYMENT. PERFORMANCE 1�1�T� MAINTENANCE B�ND:, The successful bidder enterizag into a con�ract for the work will be required fo give the Ci�y surety in a sum equai to tY�e amount of iha cantract av�arded. The successfizl bidder shall be required to furnish banding as applicable in a sum equal �o the asnount of the coniract �.warded. The form of �he bond shall be as h�rein provided and the surety shall be accep�able to the City. All bands furnished hereuz�der shall meet thE requirement� of Chapter 225� of the Texas GovErnment Code, as a.znended. A. If the tota� coi�t�act price is $25,000 or less, payment ta the con�ractor shali be made in one lwmp sum. Payment sha11 not be made foz a period of 4S calend�.z days from the date the work has been coznpleted and accepted by the City. B. If ihe can.tract amount is in excess of $25,000, a Payment Bond sha�I be ex�cuted, in ihe amount of t,he contract, snlely for the protection of a11 claimants s�pplying Iabor and material in tk�e prosecution of the work. C. �f the contract amount is zn excess of � 100,aao, a Performance Bond sha.11 be execu�ed, in the anlount of the contract conditianed on the faithful performance of the wark in accordance with the plans, specifications, and contract dacuments. Sai.d bond shall solely be for �e protectian of ihe City of Fort Worth. Maintenance Bond shall be required for al� Parks and Cornmunity Services I)epartznent proj ects to insuze the prornpt, full and faithful performance of t�e general guarantee as sei �oz-th in Division 1, Section 01700-Project Clos�out, Item 1 A2. �n order for a surety to be acceptal�le ta the City, {1) the narne of the su.re�y shall b�e included on the current LT.S. Treasury List of Acceptable Sureties [Circular 870], or (2) the surety m�st have capital and s�uplus equal to ten times the amount of tkze bond. The surety must be licensed to business �in ihe state of Texas. T�.e amount of the bond shall not exceed the aznount shown on the Txeasury list or 1/t Oth of the iatal capital and surp�us. If reinsuranee is requixed, �he coinpany wxiting the reinsurance �ust be autliorized, accredited or trusted to do business in Te�as. No sureties will be accepted by th� City vuhich are (at the time bids are due) in default or delinquent on a.ny bonds or which aare interested ir� any litigatian against tk�e City. Shauld any surety on the cantraci be determined unsatisfactary at any iune by the City, notice will be given to the conYractor #o that effect and f.he contractor shal] immediately provide a new surety saiisfactory �o the City 6. LIOUIDATED DAMAGES: The COntxaCtOr}5 a�tention is called to Pari �- General Provisions, Item 8, Paragraph 8.6, Standard St�ecif�cations �'or 5treet a�nd St�rn1 Drain Construcfion of the City af Fart Worth, Texa,s, conceming Iiquidated damages for �ate completian of projects. SPECIAL INSTRUCTIONS TO �3IDDERS -2- 7 EMPLOYMENT: AIl biddeXs will be zequired ta corr�p�y with City ardinance Na. 7278 as amended by City Ordanaa�ce No. 7404 (Fort Worth City Code Section 13-A-21 through 13=A-29} prohibiting discrun�nation in employment pract�ces. S WAGE RATES: Ai1 bidders wzll be required to comply with provisian 5159a of "Vernons Annotated Civil Statuies" of the State of Texas with respect to ihe payment of prevailing wage rates as established by the City of Fort Warth, Texas, and set forth in Cantract Docum.ents for f:his project. Disregard if Federal Wage Rates are applicable to this project. 9. FINANCIAL STATEMENT: A cuz�rent certified financial statenaent may be requ�red by the Department of Engineering Director for use by the CifY OF FORT WORTH in deiermiiling t�e successful bidder. This statement, if required, is to be prepared by an independent �ublic Accountant holding a valid perc�t issued by an appropriate State Licensing Agency. � 10. INSURANCE: Within ien days of receipt af notice of award of contract, the Contractor �� must provide, along with executed contract documents and appropriate bands, proof of insurance �'or Workers Comp�nsaiion and Comprehensive G�nerai Liability (Bodiiy Inju�ry) -$250,000 each person, $SQ0,000 each occurrence; Property Damage -$300,OQ0 each occurrence. The City reserves the right to rec�uest any other insura.nce covera�es as may be required by each individual project. For worker's cornpensation insurance requirements, see Special Instructians to Bidders - Item 16. 11. NON-RESIDENT BIDDERS: Pursuant to Articla 601g, Texas Revised Civii Statutes, the City af Fort Wor�li will not award this contract ta a non-resident bidder unless the non-residen�'s bid is lower than tbe lawest bid submi�ted by a responsib�e Texas resident bidder by t�� same amount tllat a Texas resident bidder would be required to underbid a non�resident bidder to obiain a comparabla contract in the state in which the non- resident's pzincipal glace af business is located. "Non-resident bidder" means a bidder whose principal place of business is z�ot in this state, but excludes a contractor whose ultimate parent company or majority owner has its principai place of business in this s�ate. " "Texas resi�ent bidde�" means a bidder whose pzi�cipal p�ace of business is in this .� state, and includes a contractor whose ulti�xzate parent company or m.ajority owner has it� princi�al place of business in this sta�e. This pzoviszon daes not apply if this contract involved federal funds. The appropriate blanks of �he 1'raposal must be filled out by all non-resident bidders in ord�r for its bid to meet spec�fications. Tlae failur� of a non-resident contxactor to do so will auton�atically disqualify �hat bidder. 12. MINORTTY/WOMEN BUSINE�S ENTERPRI�E: In accordance wiih City of Fort Worih �rdinance No. 11923, as amended by Ordinance No. 13471, tlie City af Fort Worth has goals foz the participation af minarity business entezprises and women SPECIAL INSTRLJCTIONS TU BIDDE1tS -3- number. A��y damage to public tarees due to negligence by the Contxactor sha11 be assessed using the current forn�ula far Shade Tree Evalua.tion as definad by the International Society of Arbo�iculture. Payment for negligent da�aage to public trees shall be made to the Cit� af Fort Worth and may be withheld from funds du� the Cantractor by the City. � P To t�revent the sbzead of tk�e Oak Wilt funQus. all wc�unds on Li�ve Oak and Red Dak trees shall be immediaielv sealed �sin� a carnmercial prunin� vaiant. This is the anlv instance ,l when t�runine t�ainf is recommeiided. 14. BIDDER'S STATEMENT �F OUALXFICATIONS W A. QUALIFICATI4N �F BIDDERS: Sidders sha�l be prep�rec� to dernonst�ate the _ capability to perfarm �ne wark. � The Bidders' speci#ic experience, stability and history of �erfozx�lance on projects of a similar n�.ture and 5cope will be considered. The BIDDERS STATEMENT OF QUALIFIC,ATIONS must be delivered to the Project Manager withiri �8 hours n£ the rec�uest. Location �.nd responsive ability of the fixm wi11 be considered. If your fi.zm anticipates entering irato a joint venture with a.ny other �'irm ta conduct all d ar part af .the per��zxxlance require�l under the propased project, that firm shauld be specif ed in your response. Faz each firm included zn the joint �enture, please provide tl�e information required abave. Under the Contract executed for this work the City �e will require your firrn to be carnpletely 1�0 percent responsible for £ulfilling aIl aspects of ihe contract bonds, �ther firms and employees that may be involved in their joint venture will be treated by ti�e City undez the contract as if Lhey were ernployees or subcontractors of your �rm. Other tha.n those finns noted in the contraci as a part of the jaint venture, no other �irn�s wi11 b� allowed to participaie in ae the joint uenture without written consent from the City. 1it ZS. OZONE ALERT DAYS: The Cont�actar shall be required to observe the foilowing guidelines relating to warking on City con5truction sites on days designated as "OZONE n� ALERT DAYS". Typically, the �zone Alert season wiihin the Metroplex area ntns from May through Septerrabez, with 6:�0 a.m. - 70:00 a,m. being critical ozQne farming perio�s �� each day. The Texas Nahual Resource Conservation Cornmissian (TNRCC} ira coordination with j� �he National Weather Service, will issue the Qzane Alert by 3:OQ p.m. on the afternoon a� prior to the a.Iert day. On designated Ozone Aler� Days, ihe ContractQr shall bear the responsibility af l�eing aware thafi �uch days have been designated �zone Alert Dxys and as such sha11 not begin wor1� until 1 Q:04 a.m. whenever construction phaszng requiz�es �u substan�ial use of motorized equipment. However, the Contr�ctor may begin work earlier if such wtrrk minimizes the use of motarized equipment priar to 10:0{} a.m. If the Contractor i� unable to per%rm continuous work for a period of at least seven haurs hetween the hours of 7:00 a.m. - b:00 p.m., on a designated Ozone Alert Day, tha� day SPECIAL INSTRUCTIONS '�O B11�DERS -G- wi11 be considered as a weather day and added onto the allowable weather days of a given month, 16. WORKERS COMPENSATION INSUR.ANCE COVER�4GE_ Contrac�ors compliance with Workers Compensation. shall be as follows: A. Defmitions: Certificate of coverage {"certificate") - A copy of a certificate of insurance, a certificate of authority tn self-insure issued by the commission, or a cov�rage agr,eement {TWCC-81, TWCC-82, TWCC-83, or TWCC-84}, showing statutozy workers' cor�pensation insurance coverage for the person's or entity employees providing services on a project, for the duraiion of t�ie project. Duration of the project - i.�ncludes the time frorri the beginning of tY�e work on the ._ project until the c�ntractor'slperson's work on the pxoject has been co�pleted azzd accepted by the go�ernmentaI entity. • Persons providing se�rvices on the project ("subcontractor" in, 406.Q96) - includes all persons or entities perforzning all or part of the seivices the conixactor has undertaken to perfozm on the project, regardless af whether tlia# person has employees. This includes, wifihout limitation, independent contractars, subcontractors, leasing companies, motor carriers, awner-operators, employees of any sueh entity, or employees o#` any entity which furnzshes persons to �ro�ide services on the project. , "Services" include, wiihout limitation, providing, hauling, or delivering equiprnent or materials, or providing labor, transportation, ar other service relaied to a praject. "�ervices" does not include activities unrelated to the project, such as foad/beverage � vendors, office supply deliveries, and delivery af portable toileis. B. The contractor shal� pravzde caverage, based on proper repnrting of class�catian eodes aud payroll amounts and filing af any coverage agreements, which me�ts the statutory requirements of Texas Laboz Code, 5ection 401.O1I{44) for all employaes of the contractor provic�ing services on ihe project, for the duration of the project. C. The Contractor must pravide a certificate af co�erage to ihe governmental entity p�ior to being awarded the contract. D. If the covez-age period shown on the contractor's current certificate oi coverage ends during the duxation of ihe projec�, the contractaz must, priar to the end of the coverage period, file a new certifcate of eoverage with the governmental entity shawing that coverage has been extended. E. The contractoz shall obtain fro�n each pexson praviding services on a project, and provide to ihe City: (1} a certificate o� co�erage, priar to that person beginning work an the pro�ect, so the City� will have on file certificates of coverage showing coverage for all persons pro�iding services on tY�e project; and SPECIAL INSTRUCTIONS TO BIDDBRS -7- (2) no later than se�en days after receipi by fhe coz�tz�actar, a new certificate o� eoverage showing exteission of coverage, if the couerage period shown on the current certificate of coverage ends during the duration of the project. F. The con�ractor shall retain all required certificates of coverage for the duration of the proj ect and for one year thereafter. G. Th� cantra.ctor shal� notzfy the go�ernmental entity in wrztang by certified n�ail or personal delivery, with.in ten day� after the coniractor knew az- should have known, of any change that materially affects the provision o� coverage of any person providing services on the projeci. H. The contractor shall po�i on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensatian Cammission, infornling aIl persons providing services on the project that they are required to �e co�ered, and stating how a persan xnay verify coverage and report lack of coverage. I. The contractor shall cdntractually requzre each person with whann it contracts to pro�ide seFvices on a project, to: (1) pravida coverage, based on proper reporting an classification codes aud payroll amounts and iiling of any coverage agreements, which meets the statutory requirernents of Texas Labar Code, Section 401.01 I(44) far all of ifs employees praviding ser�ices on the project, �or the duration of the pzoject; (2) provide to the contrac�nr, prior to that person beginnin� work on the projeci, a certificate of ca�verage showing tl�at co�erage is being prtivided far alf employees of ihe person providing services on �e project, for the duratian of the project; (3) provide the contz�actor, prior to the end of the coverage period, a new cerkificate of coverage shawing extensian of coverage, if t1�e coverage period shown on the current certificate of coverage ends during tihe duration of the project; (4) obtain frcam each athe� person or entity with whom it contracts, and pro�ide to the contractar: (a) a c�rti�icate of coverage, prioz to the other person or entity beginning work on �he project; and (b) a new certi�tcate of cnverage showing extension of caverage, priaz to �he end of the coverage periad, if ihe coverage period sho�vn on the cuzrent certificate of coverage ends during the duration of the proj ect; (5) ratain a11 required certiircates o�' coverage on file for the duration of tk�e project and for one year thereafier. (6) notify the gavernmental entity in writing by ceriified zxiail or personal delivery, within ten. days after the person knew or shouid ha�e known, of an� change that materzally affects th� provision of coverage of any person providzng services on the project; arid SPECIAL, INSTRUCTIONS TQ BIDDERS -8- (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) -(7), with the certifieates of coverage to bE provided to the person far vvhofn they are providing services. J. By signing this contract or providing or causing to be provided a ceriificate af coverage, the contracior is representing to the governmental entity that a� employees of the contractar who wil� provzde services on the project will be covered by workers' compensation coverage far the duration of ihe project, that the coverage wi11 be based on proper reporting of classification cades and payroll amounts, and that all coverage agreements will be filed with the a�propriate insurance carrier or, in the case of a self- insured, with the commission's Division of 5elf-Insurance Regu�ation. Providing false of misleading information may subject t�ie coz�tractor to administzative penalties, crimival }�enalties, civil penalties oz other ci�il actions. K. The contractor's fa.ilure to eomply with any of these provisions is a breach of contract �� by the contractor which entitles the City to declare the contract void if tlle contractor does not remedy ihe breach within ten days after receipt of notice af breach from the City. "The contractor shall post a notiee on each project site infarining all persons provzding services on the project that they are requir�d to be covered, and stating how a person may verify c�rrent coverage azad report �ailure ta provide coverage. This , noiice does not satisfy other pos�ing requiremen�s impased by the Texas Workers' Compensation Act or other Texas Workers' Compensaiion commission rules. This notice must �e printed vcxith a title in a�t least 30 point bald type and text in at leas� 19 . point normal ty�e, and shall be in bath English and 5panish and any other language cammon to f.he worker population. The text for the notices shall be the following text, without any additional words ar changes: REQUIRED WORKERS' COMI'ENSATION COVERAGE "The law requires that each person working on this site ar providing services related to this construct�on project must be covered by workers' compensation insurance. This includes persans providing, hauling, or delivering equipment nx materials, or pr�viding Iabor or transporta.tion ar other service related to the project, zegardless of the identiiy of their employer oz- status as an employee." "Call the Texas Workers' Compensat�on Commission at {512} 440-3789 to rec�i�e information on the legal requirement �or coverage, to verify whether your employez has provided the requi�ed coverage, or to report an ernployer's failure to provide covera.�e." END OF SECTION SPEClALI1�iS'I'RUCTIC7NS'I'O BIDDB�tS -9- � �P � TO: MR. GARY 7ACKSON City Managar Fort Warth, Texas �ROPosAL FOR: CONSTRUCTIDN Alv`D INSTALLATION OF IMPI�OVEMENTS FOR: �� SANDY LANE �ARK BALL FIELD, LIGHTIIVG AND CHANNEL IMPROVEMENTS PROJECT NO. C18IIS4120Q/0801810�3040 �� �� �� Pursuant to the foregoing "Natice to Bidders," the undersigned has thoroughIy examinecE the plans, specifications, and the site, understanc�s the amount of work to be done, and hereby proposes to do all the work and furnzsh all labor, equipment, and materials n�cessary to fully complete all the woric as provided in the plans and specificatians, and subject ta the inspection and approval of the Parks ar�d Community Service Department Director af the City oiFort Warth. The "approximate quantity" cate�;ory� is for infarmation puz-poses onty. The Contractor shal! be paid on t�e basis of act�ai iz�stalled quantities on nan lump sum items. Additionally, the Contractoz' shall be aw�re that the Proposal contains both Lump Sum and Unit Price items. If fhe lawest bid recei�ed exceeds the funds budgeted far the project, the City resetves the ri�ht ta decrease the quantities contained in any liz�e item or to eliminate any specific line items before award of the contract in order ta brin; the work within budget. By submitting a bid, the bidder acknowl�dges the City's right to adjust or eliminate line items prior to the awaxd of contract. Further, by submitting a bid, the bidder a�rees ta honor each �ine item bid price without recourse to the City in the event line items are adjusted or eliminated. � llpon 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 appraved by the City of Fort V�'orth for perfo�ing and completing the said work within the time stated and for the following sums, to-wit: PAI' TTE117 ��' f i � 1 � BASE BID APPRoa. DESCRIPTION OP ITEMS WITH Q�`�1vTtT5 gID PRICE WIaITTEN I:V WORDS 1 LS Site Preparation and I}emolitian (includin� removal and delivery af light fixtures and controls to Owner, removal and haulin�-off of existing light poles, backstop, duqouts, fencing, cor�crece, trees, vegetation and all other misc debris) @ �u�+��� ��`-"^� ��7 }�-w�c,Qn� ��� Doliars & Cents per � luznp surn 1 LS Erosion Control. con�:plete in place � �.,��Q `�,�fz,-�� - �, �,r poliars R, i7NIT PRICE LS � Cents �er �� 1LkI11�7 5U1T1 � I.5 PROPOSAL -1- TOTAL A�'IOU�T BID s j �] f '7�L� � - ��j :' « ,--t-� �� _._ ...-- - � - - .. .. _. - ._._ - -- - �- � pqy �rrRox. DESCR[PTION OF 1TEMS WITH UNIT T�TAL ITEM Q��NT�T�� BID PRIC� WRTTTEN IlV WORDS PRICE AM�UNT BID � - ---_ -_ — - -- --- � --. -- - 3. ] L5 Remova] of Existin� �.nfield Maieria] �?a � '-���a� j.��,,,,,��} Dollars & Cents per � � �ca lump �um $ L5 $ � � �'0 4. l LS Site Grading (inc�uding stripping and stockpiling topsoii, cutting and fi�lin� per plan, replacing topsoil, establishing finished grade and disposing af any excess tnateria] @ `��,�� jr.� r�.-�t�,,�c� Dollars & Cents per �o �u�� Su� � 5. 395 CY Gabion Structures far Creek Bank Slahilizatian (including excavation, compaction and fill as necessary) camplete in place @ p�,,�,,,�,��� ,�.,�k - �.,i Dollars & �� LS � �a'� ,�C�C'J � 11,�.��e.�-� CY ts per $ � � � �o � � I � J� � �a G 7 l LS Hydromulch Seeding for Disturt�ed Areas of Site (ineluding daily watering, maintenance and manage��nent of seecied areas as neeessary, until fina! acceptance), camplete in place a.,T���'1'�'��-� �'1��z��c�seQ� �i�l�.�� -��ve... DQllars & Cents per ,�p lump sum � ]?? 5 SY Turf Saddita� �or Distur}�ed Areas of Site u/ 5lopes in Excess of S"/o (including daily watering, maintenance anci mana`e�nent of sodded are�.s, as n�cessary. until final acceptance), complete in p�ace � ' j �,t���,.., Dollars c�. --t l� � ` �1 V �.� LS Cznts p�r square $ � �.� yard � P�UFOSAL _�_ � ����� � � �� �� � i�s }�"" �'.— — ' �+r-r..-.-'�i�`i� i��_.a':131�.'.�.v:�:YF.r.,"�11��.�:'=:c.+f:. R'�.i:%s:�qa1.'nia7YZ�;d��ei:�F.�na¢,:s:ra�e���.znw�..,_.s�.�....�� ..:...... .....�. i�i1W PAY Ar�Rox. i?ESCRIPTlON OF ITE11�S Vi'ITH I.TEM Q��"'�TIT�' ---SID PRICE V4'R.�TTEN I� 'VVORDS 8 � � � 1? 1 L� Electrical Li�ht Fixtures, Poles, Foundations, Canduit, Wiring, Panels and D'�- C °�1 B�� c•°�iu�c�,�c�.Ce � ��e 1�ux� r4 ,`�,�,v-!� J��,►,., � Dollars & Cents per tJ� Iump sutn l LS Infie;ld Skin Surfacing Material — 8" Gampacted D�pth (including Conditioner) coz�lplete in place @ ��'�'����1� __�r2�� Dal�ars & Cents per t� lump sum I(1] U SF �" Thick Concr�te Sidewaiks (includin� excavatian and subgrade preparatiaz�) campleCe in pIac� @ "�rs�7 Dallars 8�. Cents per ,�..��,rv�� sq. foot l EA Concrete Handicap-Accessible Rarnp at Parkin� Lot (includin� excavation and sub�rade preparation) comp�ete in place ci� Y�'��e�� �� Dollars & Cents p�r � each ���� 5� �'�z" Thick Cor�cret� Bleacher and Du;.*out Pads (incf�din� eacai°ation, s�b�rade pr�paration, �rade transition at c�u+out opening & thickened edQe alan� backstop and du�out �rrade beazn) ~ l ] � UNIT TUTAL .' PRICE A�wlOi71�'T S�D � � LS Ls �� � � l,�c� � , coinp ete in p ace @ �,z�� DoIlars & I�� " Cents per �,� �,yz.�-� _ .�L�r�.. -- . s�. foot � � , � '�` 1 i. 4? LF' �" � Inte�ra3 Concrefe Curb (includin� curb � ° hei�nt transition) at BIeacher Pad � � cc��nplete in place � � �•.�.�e�� Dnllars & Cents per I� �� ���,za.� rQ�c � 1,5� I � �'ROP05AL -3- � .L - �1 L��:�. .rs :�r.u:..i: tf� ���,°^t ��,s�� .. 0 $ lQ� ��]�� �a � E � 1[�,C�Ud � �� �� � � � � ��S � ._ $ ��gC� z� � �� �� .. _: ppy A[�PRox. DESCRIPTI�N OF ITEMS WITH UNIT T07'AL ITEM Q��NTITY g�D PRICE WRITTEN IN WORDS PRICE AMOUNT BID l�' 15 16 492 LF' 6-Foot High Foul Line Fence (including poles, rails, footin�s, foundations, fabric, misc. hardware, etc.) complete in place@ ``�-�,�,�-��„� Dollars & Cents per ���-1.r�� — �� linear foot $ � �i � � 480 LF 4-Foot Hi�;h Out#ield �'ence (including poles, rails, footings, foundations, fabric, misc. hardware, etc.) complete in place@ `��r,.� Dollars & Cents per Zc�, `��.,,��,,� �- � �,,...�..,, linear foot � �Q � 60 LF 18-Foot High Backstop Fen:c� (including poles, rails, footin�s, foundations, fabric, misc. hardware; etc. concrete footing, �rade beam and %ul line markers) co�npjete in place �r �� � $ $ � $ �#R 3� . �'° p�ue., �,c�rQ ��,,,c-,� Dollars & Cents per sm -�,,.��,,� �-�tiv-�, lin�ar foot $�, �SJ $ j��, � � 17, S(} LF 10-Foot High Dugout Fence w/ Qpenings (includin� poles, rails, footin�s, foundatians, fabric, misc, hardware, etc. concrete footing, and �rade beam) cair�plete in place @ '`1'�1,c,�� �v��- Dollars & Cents per �z,�.s�-� -� �iLv�.. linearfoot $ �3�] �'� � ,�] ✓(�i � 18 l 12 LF 8-Foot Hi�h Posts / 6-Foat High Dugout �'ence w/ Openin�s (including poles, rails, footings, foundatior�s, fabric, in�sc. �jardware, etc.) complete izi place � ���`j,�,�,g�," Do�lars & Gents per a � �,� � linear foot � ] � � PRUPUSAL � C� 80 —� � �4- I ! - - - - . N �.�'��„�,., ,_.,:. :�� ... , __ -- -- - . __ . ._ _ - - - . _. PAY A�PRox. DESCRIPTION OF ITEMS WiTH UNxT ^ TOTAL ITEV7 f__Q�ANTIm� g�D PRICE WRiTTEN IN WORDS PRICE AMOUNT BID l9 �� 2i �� 23 �q ] EA I EA 3 EA 4 EA ] LS r ��3�. �'� � �a� `'� r � '� �1�� z � � '7'� � � s ��,1��� . °� � ����a, �s. ��� �`� � l Z3 Z . �' c��u�nr�t� .��i,,. � � Dollars & J Cents per ElP9 � � � d�(�1 r, w-a lump sum $ �''j,�] � � 12-Foot Wide x 4-Foot High Maintenance Ga�e ����`� cw.�- Dollaz�s & Cents per .54.t5�.t.�h•�,w��� eaeh 12-Foot �lide x 6-Foot High Maintenance Gate @ .�� u�uu�rQt.ac� �,�u�u.s,�.� �-�i N Dallars & Cents per ��.�er�c�.� -.'�.;-,}� each 5 Rov�� x 15-Foot Long Non-Elevated Bleacher Units {includin� vandal- proof anchorin� to bleacher pad) complete in place @ �s"�crn� ��c�.s�� .�,�� � Dallars & Cents per ,�,Jv.st. each 15-Foot Long Dt��ou# Team Beztehes (incfuding vandal-proof�ncharing to dugaut pad) complete in place @. -+�t/lr�z .�� �'� �yZ��- Dollars & Cents per w��� � each Ground Anchor Mounts for lnfield Bases, complete in place c[,ii l EA Handicap Parking Si�n Assembly (includin� posts, foatings, �isc. hardu•are, etc.) comp6ete in place @ �.�__��,�wr:Q�r4 1tu�c� � Doilars & Cents per � each YROPOSAL -5- � 1 K���' � 1 75rCG� ,t _ �, �, i I� , �- � :, � �- � I� I �. . �� �. �� G � � 1 • - ---- - �. , PAY A�P�zoX. -- DESCRIPTTON OF ITEMS rJVITH UNIT- --_ TOTAL ITEM QUANTITY g�D PRICE WRITTEN IN WQRDS PRIC� .4N1�ilNT BID zs 26 1 EA Relocation af Existing Handicap Parking Sign Assembly (including removal and re-installation, disposal af existing concrete footin� and new hardware, as necessary} complete in place @ px.� �n.u,�c,�„a��„�� _ � �,, � DaiIars & Cents per � � c� each � � �� •_ 1 L� i'avement Markin� and Striping (including eradicatin� existin� markin�s, as necessary) complete in place c�r S�v�,,� au�,,�x.�c� Dollars & � Cents per ,� p Iump sum $ LS � 1�,.� � $ �� TOTAL $ 3 BASE BID � _�Q�. �, -� ALTERI�ATE BID ITEMS c� $' Bid Alternate Na. I- Ded�ct for each Bleacher Uz�it (max. of thr�e (3} in Base Bid) $,-Tj J�Q , �7 Bid ,4lternate No. ?- Deduct one (1) ]� ft. wide x 4 ft. high maintez�ance gate $ �, �], TOT.�L DEDUCT ALTER'�ATE BID AMOUNT ��'�� J.�� Bid Al�ernate No. 3- Add for additional cost of fuzx�ishing materials and installing a � 6 ft. hin� outfield fence in lieu of � R. hi�h outfi.eld fence, complete in place. $ %�g�j [� —` Bid Alternate No. 4- Add for furnishina materials and installin� infield bases, home plate and gitchin� rubber, coinplete in place. $ ��J � 4� Bid 41t�rnate No. 5- Add for furnishing materials and installin� two foul �ine poles, �s complete in place � �_ �t � �'i Bid .�.lternate Na. 6- Add for f'urnishin� materials and installing dugout s�aed r�ofs � (2 ea - 1 C1'x40"), romplete in place. y $ �� � D TOTAL ADD ALTER\ATE BID AMDUI�T ��!j ��} ,�- � PE20PUSAL -6- I_ __ - ��t];;C.f�..iv."'.'.i�. i� . ..�...., .. i � I � �5 � �r 1 � �' � 'f , �� . 1 �. , '� .l f � �� _ . ', i �� � A. This cantract is issued by an nrganization which quatifies far exempti,an pursuant ta the provisions of Article 20.04 (F} of the Texas Limited 5a1es, Excise ar�d Use Tax AcC. �3. The Contractor perfo�ning tE�is contract may purchase, rent or lease all materials, suppties, eq�ipment used or consumed in the performance of the contract by issuing to his supplier an exemption certificate in lieu oi the t�x, said exemption certific�te comglying with St�te Comptroller's rulin� tax, said exem�tion certificace complying with State Cramptro4er's ruling #95-0.07. Any su�h exemption certificate issued by tt�e Cantractor in [ieu of the tax shal� be suhject to tl�e provisions af the 5tate Cornpt�oller's ruling #95.09 as arnended to i�e effective October 2, 19h8. C. ThE undersigned assures that its employees and appIicants �'or empioyment and tfaase of any labor organization, subcontractar or employment a�eney in either furnishing or referring employee appiicants ta the undersigned are not discriminated a�ainsi as �rohibited by the terms of City Ordinance 7278, as amended by City ordirrance 74�(l (Fart Worth City Code Sections ]3-A-2] through 13-A-29), prohibiting discriminatton in emplayment pE-acti ces. D. The undersigned a�rees to com�letc all work cov�red by these contract dacuments within Seventv-�'ive (75} �'1'orkine Days afte� the date tor con�mencing work as set forth in the Notice to Proceed ta be issuec! by the Owner and to pap nof fess [han the City af Fort 1Warth Building an�l Coflstruction Trades Prevailin� Wape Races For 2000. E. W ithin ten ( l Q) days of receipt oi' notice of acceptance of this bid, the undersignecf will execute the forma] contract and wiiJ deliver applicable Surety Bonds for the faitt�fa] performance of this contract. The attached deposrtt check in the sum af � r7oilars {$ ) is to become the property of the City of Fort Worth, Texas, or the attaci�ed 8idder's Bond is to be forfeit�d in the e�ent the contract and applicable bonds are not executed ��ithin the time set forth, as liyurdated d�msges for delay and additianal work caused thereby. �� F I � _� II G � In the case of ambi��uity ar lack of cieamess in stating pri�es in the Pro�asa�, tt�e City reserves the right to adnpt che mcssi acivantageous price for constnictian thereof ta the City or t4 reject the proposa�. Receip# i� hereby acknn�ledged of the folltiwing addenda; No. ���F No. 2�_Z�_Na. 3 No. 4 Respeetfully subzrutted, ; _. '��'l�� C.���Tf�1,�fC.Tlv�tJ � (Com�an��'�Iarne) IL � . ,, , � ,. By (Autl�or? ed Si:rnarurej r � Date: �_ 1� ��� � ddress: j ��'113 i..��.. � �J�S� f-�G.. , t� c' . -7'.� x �AS �7l,���' i Telephone� (�r"J ) ��1� - ,31a ���-. � SE.4�, (iFcorporation) PFtUi'OSAE, -7- ���_� - - ��, :s;��.:,.` }� � _._ ���-�;,,_.:,:. t:���.r�� ���.�:�,._�_. .---___- �it of For$ !�lor�h fVl�norify and �lomen �usiness �nfierpr�se Speci�ica��ans S��G�AL IR��7��IC`fl��� FOR �I���R� APPLICAT}ON O�' POLICY, �If the totai dollar value of the contract is $25,Q00 or mare, the MIWSE goal is applicable. If the total doliar� value af the contract is less than $25,040, the MIWBE goal is r�ot applicabls. POLiCY STATEMENT It is the policy of the City of Fort Wo�th ta ensure th� fuH and equitable parkicipation by MinoritylWomen Susiness Enterprises (MIW B�) in ti�e procurement af all goods artd services to the City on a contractual basis. 7he objective of the Policy is to increase the use af MIWBE firms to a level cornparable to the availability of M/WBEs that provide goods anci services diractly or indirectly to the City. All requirements and regulatians stated in the City's eurrent Minority and Women Business Enterprise Ordinance apply to this bid. h11WBE PROJECT GOALS ih� City's MBEIWBE goal on this praject is 17 _% af the base bid vaEu�: af the contract. COMPLIANCE T� BID SP�CI�ICATIONS, On City contrac#s of $25,OOQ or more, bidders ar� required ta comply with the intent of the City's MIW BE Ordinance by either of the following: 1. Meet or exceed the abo�e stated MIWBE goal, or; 2. Good Faith Effort documentation, or; 3. Waiver documentation. SUBMITTAL OF REQUiRED �OCUMENTATlON, The applicable documents must be received by the Managing Department, within the following times allocated, in oroer for the entire bid to be considered responsive to the specificatio�s. 1. MIWBE Utilizatian Forrn, i� goal is met or exceeded: � Good Faith Effort Form and MIWBE Utiiization Form, if participation is i�ss than stated goal: �. Good Faitfi� Effo�t Form if no �articipation: t. Prime Contractor Waiver Form: recei�ed by 5:a0 p.m., five (5j City business days af#er the bid opening date, exclusive of the bid opening date. received by 5:Q0 p.m., five (5) City business days after the bic! opening date, exclusive of the bid apening date. received by 5:00 p.m., five (5) City business days after fhe bid opening date, exclusive of the bid opening date. received by 5:00 p.rn., five {5} City b�siness days after the bid opening date, exclusive af the bid opening date. �AILUR� TO COMPLY WlTH TFiE CIiY'S MNVBE ORDINANCE, WlLL RESULT 1N TH� BiD BEIIVG � C�NSIDERED NON-RESPONSlVE TD SPECI�ICAT10iJS. _ Any questions, please cor�tact the MIWBE Dffice at {817) $71-6'104. REv. sr�siao f � � �!t O�C �'Of"� �OI"�i1 N�inoriiy and �Ivmen �usine�s f�nterpri�e ����c�fi�ations fl�YB�I��� UifLl�,�i'10N�'':,+�t�: :} ;�.+ • � � _ ,._ � _ _ _ _ _ , .- ,, � �� ATTACHMENT 1A Page 9 of 2 � . �c��r. C���c���n '��.�n,� `�' '�� �-�a �b±� � r �OMPANY N M� SlQ AT� � � SC��t1c� �.nk- - - - �l� � ��"y c �oo �d�t�lf�l�4�3��Fa ECT NAME PRQJECT NLlMBER { r u 1+�/WSE PEI2CENTACE ACHIEI'ED: I-� ►1 �i'BE YRD3�CT COAL: 17 /a � I � � 4.. �11ure to compfete this farm, in its entirety with su}�porking documentat9on, and rec�i�ed by the Managing Department ;�r hefore 5:00 p.m, five (5} City business days after bid ap�ning, exciusive of bid oper�ing ciate, will result in the hid � considered non-responsive to t�id s�ecifcatians. _ yt� �undersigr�ed bidder agrees ta enter into a formal agreement with tl�e MBE andlor WB� firms for work iisted in this ���dule, conditianed upon exec�tion oi a contract with the City af Fort Warth. The intentinnal andlor knowing isrepresentatian nf facis is grounds far consideration of disqualification and will resuit in the bid being cansidered �r--responsive ta specifications. _ _ ,I . _ _ , - Company Name, Cantacf T�ame, Certified � Specify AI{ Contract�ng Specify AN Items to be Dailar Amaur�t Address, and Tetephone No. - Scope of Work (") SuppEied{') ,�,; i a �... y ' V � .1 � ao �d � X � �n r- � z ~x �_ � � �? C.�-"�i9 L'ti`1 �-C{��-�. - W g � t�►1C � ''�-� _ _ �wr-s A�coSb Y� �dL� 4o r ,-t� . ` t��d . . _ !.. .�:a, � a���---.. _ . _ ��-'���es�+�,�� �l��i� ��__ _ ���e���.C. s., --- ;, TK � �V-tt�a �� IyvL���- l $� � t��+�c[? �i�; ��(3a ���,� � r r1�c�r t c� rl d �,; ��-c+�,�"�, h�����. i � ._. . . hyd�o �w It�h -- �-- ^ S �'i�# �'e�c� ►r ;� ✓ �� ir� � DR ��t aa��P�b� � - - -- - - - - � � rc��1� , �� ��v1S ��I'�IY�� ��C -�' � F� �� i 1 ���; � . .✓ � - �V1�� t6 `�!� ��.n,`�� j � 'i l�oc� � . '� �m� ��ra �Y���� ,��_. M'W� s musk be located in the 9�nine} count or 1 �i� ��c�.�.�, u �l 1-,..ke�,�o y�r� i c � ( 5�k __ �', ��n. k� � Isr _ 1�,�3�. c� i � . {` �l- �� ���a . business in the marketplace at the time of bid. � �— ; f+ �Pecify all areas in which MWBE's are ta be utilizeci andlflr items to be suppfied: *!� A complete 4'isting of items to be supplled is required in order to receive credit taward tha M1WBE goal. fdentify �aC}� Tfer �evej I _ i TVer: Means tha 1eve1 of subcontracting beiow the prime contractarlconsultant, i.e., a direct payment from the prime contractor to a subcontractor is considerad 15t tier, a payment by a subcvntractor ta iks supptier is considered Z"d tier. r��s FORIVI MUST �E RECE[VED SY TH� MAhlAG{1�G D�PARTMENT BY 5:00 p.m., FIVE (5} CITY BUSINESS ❑AYS AFTER B1D �' � OPENING, EXCLUSN� OF THE BIl] OPEhiII�G �ATE Red. 612198 ' J Pages 1 and 2 of Attachment 1A must be received by the Managing Department � � �r� "F�.ee.�- -$;i.^'E3}.;a ''��.."�� _•`_ . iiPa"F�AY� ATTACHMENT 1A Page 2 of 2 �it o� �'or� l�do�th �, }. . � ; r Ii�Yinority and 1N'omen �usiness �r���r,�r�i��;���.�ativns :, II���I�B� U`fl�l����'ll���, ;,;�, � 11� Company Name, Contact Name, _CertiFed Specify All Contracting ,� Specify All Items to be Do�lar Amount pddress. and Telephone Na. — Scope of Work (*) Supplied("") �: � Q N _i U y � O � Q N X N � Z ~ Z he bidder further agrees to provi�ie, directly to the City upon request, eomplete and accurate information regarding ctuaf work performed �y all subcantractors, including MBE(s) andlar W6E(s) arrangements submitted with thf� t�id. he bidder afso agrees �a allow an audii andlor examination of any books, records and files held by their company that riEl substantiate t�e actual work �erformed by the MBE(s) andlor WB�(s) on this co�tract, by an autt�oriz�d officer or rnplayee of the City. Any intentional andlor khowir�g rnisrepresentation of facts will be grounds for ferminaEEng the ontract or debarment frorrt City work for a period of not less than three (3) years and far initiating action under Federal, �tate or Local laws concerning false statements. Any failure to carrtply with this ordinance and creates a material �reach af contract may resutt in a determination of an irresponsibie offeror and harred from participating in City work ar a pariod of time not less than one (1) year. �� BE and WB�s MUST BE CERTIFIED BY ME CITY B�FDR� CONTRACT AWARD J ` ` �. � �� �c���e� wth4riz 'gnature Printe� Signature - �'�S EcLC�� :�itle Contact Name and T'itie (if differer�t) _��'� 1 �� Vl.��'U�`�"_lf� �l � �Y1`��n � �j i ri �I �4 4 -��c�l �. i�Company Name TeEephone Numi�er (s) � i3 i�� 8� ����- � �n-a44-g��� �Iddress Fax Numbe � ��c��, �V. � "�.(o��� ����� la ► ,ity'StatelZip Code Date .L TH15 FORM MUS7 SE RECEIVED BY iH� MANAGING DEPARTMENT BY 5:00 p.m., FIVE (5) CITY BUSINESS DAYS AFTER Bld pP�NING, �XCLUSIVE OF TFiE 81D �PENlNC� �ATE � Rev. 612f98 Pariac 1 anr� 2 nf Attachment 'I A mus# be received by the Managing Department � � �� ATTACHMENT 1B Page 9 of fi �I'� O'� �O�"� �O?'��'1 iVlinoriiy and IJVamen �usiness �n�erprise �pecificafiions Prime �on�rac�or I�Vai�er �r'�.(� "�� i i� ri�� C'tx>�i� � In�Ci.�! y �it r�t•�; rnil �G. (` � prime Corrzpany Name Project Name -- � ►aj�� ��g� �s���la���������a Bid 0 enin� Date Pro'ect Numher P 1 If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith �ffort Form). All questions on this farm must he cornpleted and a detail�d explanatian provided, if applicable. If the answer ta either questian is NO, then yQu must compiete A7'iACHMENT 1C. This form is only applicable ii both answers are yes. Failure to complete tttis form in its �ntirety and be received by the ManaQinc� Department on or before 5:�0 p.m., five (5) City business days after bid npeninq, exckusive of the bid opening date, will result in the bid being considered non-respansive ta �id specificatiohs. Will you perform this entire con#ract without subcontractors? Yes No If yes, please provide a detailed explanation that pro�es t�ased on the size and scope of this project, this is your normal business practice and provic�e an operatianal �ro#ile of your business. Will you per#orm this entire contract wi�hout suppliers? Yes V No If y�es, please provide a detailed explanation that proves based on the size and scape of this praject, this is your normal business p�actice and provide an inventory profile of your business. The bidder #urther agrees to pr�vide, directly to the City upon request, complete and accurate information regarding act�al work perFormed by all subcontractors, includi�g MBE(s) andlor WB�(s) on this contract, th� payment there�'ore and any propQsed changes to the originaE MBE(s� andlor WBE (s) arrangements submitted with this k�id. The bidder also agrees to a�law an audit ancilor exami�ation of any books, records and files held by their company that wiil substantiate the actual work performed �y the MBE(s) andlor WB�(s) on this contract, by an autharized officer or employee oi the City. Any intentional andlor knnwing misrepresentation af facts will be grounds for terminating ih� con#ract or debarment from Ciiy work for a period of not less than three (3) years a�d for initiating action under Federal, State or Loeal faws caracerning false statemen#s, Any failure #o comply with this ardinance and creakes a material breach of contract rrsay res�lt in a determinatian of an irresponsible offeror and barred from participating in City wor� for a period of time not less #han one {1) year. � , � Authp ed Signature ���sr�e�n+ C� �1�.��.. C� �- � �- printed Signature Title Contact lVame (if di#ferent) �r �-k,r �,�t�uc'� �an� r���y � �'� � a��4� 3 6 � � Com�aany Name Contact Telephane Number (s) � Iq. I�� � � `� � � � '� �4'-� - � � �� Ad ress �ax Numk�er I�o��f � '`��� AutF�orize� Signature Company Name Rev. 612198 �� ��I A7'TAGHMENT 1C Page 1 of 3 Cifiy of �or� �lor-�h Minoriiy and I�Iomen �usiness �n�erprise GOO� �AITi� ��'�OI�� � C'-�e-� ��ns�:ru�� �o� � m�in� Prime Company Name � �, Lan� �c�.0 � Projec# a� �l►��o� Bid Date G ��i .��I�c��D�olSlo+�.��rD Projec Number �lf you have faiied to secure IIf1WBE participatEon and you have subcontrac#ing andlor supplier opportunities or if your MlV41BE participation is less than the City's praject goal, you must complete this form. If the �idder"s methad of compliance with the MIWBE goal is based upon demonstration of a ��goad faith effort", t�e bidder will have the burden vf correctly and accurately preparing and submi#ting the documentai�on required by the City. Comp[iance with each item, 1 thru fi below, shal! satisfy the Good Faith Eff�r# requirerrien# absent praof of fraud, intentional andlor knawing rr�isrepresentation the facts or intentiona! discrimina#ion by the bidder. Failure to complete this form, in its ent9rety with su�pnrtirig documentation, and received by the Managing Department on or i�efore 5:00 p.rr�. iive (a) City business days after bid flpening, exclusive of bid opening date, will result in the hid being consiciered non-responsive ko bid specifications. 1.) Please list each and every subcontracting an�klor su�pfier o�portuniiy (DO [�OT LfST lVAM�S OF FI_.RMS} which will be used in the compketian of this project, regardless of whether it is ta be provided by a MIWBE or nan- MIWB�. {Use additional sheets, if neeessary) � List of: 5ubcontractinq 4ppnrtunities ���� � kec�c�c�l List of: Suppli�r Opportunitie� ��� �c� � �r � � n '��s �e � .S �. �u�h4 �1 � ��� s�+ �� l 1 MCi.�e r�� � Rev. 6I2198 A,TTACHMENT 1 C P�ge 2 of 3 � �_� 2} pid you obtain a curreni list of MIWBE iirms from the City's M1WBE Office? The list is considerec! in corrtp�iance, if it is not more than 3 mon#hs ald from ti�e date of bid opening. v Yes �]ate of l.isting �! a D!�_ ��lo � 3,� picE you solicit bids from MIWBE firms, w�thin the subcontracting andlor supplier areas previously fisted, at least ten calendar days prior to bid opening by mail, exciusive of the day the bids are vpened? v/ Yes If yes, attach MlWBE mail listing to in�lude name of firm and address and a dated No copy af letter mailed. 4, f Did you solicit bicis from M1WBE firrrrs, within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive af the day the bids are opened? �Yes !f yes, attach list to include name of MIWBE firm, ep_ rson contacted, Na phone number and date and time of cantact. NOTE: A facsimife may be used to compfy with eith�r 3 or 4, but may nat be used far bath. If a facsimile is used, attach ti�e fax confirmation, which is to prov'tde MlWBE name, daie, time, fax r�umber and documentatinn faxed. NOTE: !f a SIC list of MNVBE is ten or less, the biclder must cantact the en#ire list to be in co�mpliance with questions 3 and 4. If a sic list af M1WBE is more than ten, the bidder musi contact at least two-thirds of the Eist but not [ess than ten io be in compliance with questions 3 anci 4. 5. j Did you provide plans and specifications ta patential MIWBEs or information regarding t�e location af p[ans and specifications in order to ass9st the MIWBEs? '� Yes No 6.� If M1WBE bids were receivec! and rejected, ynu must: (� ) List the MIWBE firms and the reasor�(sj for rejection (i.e., quotation not commercialky reasonable, qualificatians, etc,) and � (2) AYtach affidavit andlor documentation ta support the reason(s} listed below (i.e.. fetters, memas, bids, telephone ealls, meetings, etc.) (Please use addifio�a! sheets, i(necessary, and attach.J Company Name Telephane Contact Person �� Scope af Work � A�QITIONAL INFORMATION: Reasonfor � Rejectian Rev. 612198 ATTACHMENT 1C Page 3 of 3 please pravide additiana) informatian you feel will further explain yaur gaod and honest efforts ta obtain M�yyg� participatian on this project. �� Q. . �� u��1 _n�-1 ,� � C���y e l�:-�� c cu. �n '-� b,� t�r1 `�-�'1 c��Y �U h t c h �� fV� ,�� 'f.3T `-���. ����C:� r �C.7.) '�'� lCi.�'� �c�C�1 �Y'�fr� `�{ � � � � i� F� ,� �� � �� � �Q.- ��� Q��-'�C� � � U � ��v�o�r �t-�� ���-��c 4 ��-k-�en , �.�CkG}�7 �l�`� � ��� � � � � .. �L-� �t ` ��� �,�-C I �? �o �' The bidder fur�her agrees fo prov�de, directiy to the City upon request, eompleie and aGcurate ir�formation regardir�g actual work per-formed on this contract, the paymer�t thereof and any proposed changes to tt�e ariginal arrangements submitted wi#h this bid. The bidder afso agrees to al{ow an audit andlar examination of any books, records and files hefd by their com�any ihat will substantiate the actual wark per�ormed on th�s contract, by an authorized officer or employee of the City. Any 4ntentiona! andlor �Cnowing misrepresen�ation of facts will be grounds for terminating the contract or debarment from City wor�C for a period of not less than three (3) years and for initiating ac#ion ur�der Federal, State ar Loca1 laws concerning fals� statement�. Any failure to comply with fhis ordinance and creates a materiai breach ofi contrac� may result in a determination of an ircesponsibse offerar and barred from participating in City work for a period of time not less than or�e (1} year. The undersigned certifies tha# ihe informat'ron provided and the MIlWB�(s� �isted waslwere confacted in good faith. I# is understood that any �fl1W��(s} listed in Attacl�menfi 1 C will be co�tacted and fihe reasons for not using them will be verified by th City's �E U�FFice. � �� r(�r��ll lr.� ��rae � _ Aukhor ed 5ignature Printed Signature �i"PStr-� P�fl� --- Title �� �� � � CoRtact Name and Title {if different) �r�r �e � G� ��� cvc�4 LO�, C� �• Company I�ame T . _ I 1 `1 � � �{,t} � �_ V�J — Address � `f' � C�, �( , �f��� � —. c�ryrsk,�tetz��, �� �- �'�l'-1-J�c�� Tel�phone Number(s} �,�.ayy-g�33 Fax Number `��i�_l�� _ Date Rev. 612198 � �i�y �� ��r� 1i�o��h BUi��ll�� � �ONSTRUCii�N i�A��� F'r�vailin� '��g� ����� �'or 2�80 ���eS�1�lCATI�N� Air Conditioning Mechan�c Air Conditioning Mechanic Helper Acoustic Ceiling Installer Acous�ic Ceiling Ir�stailer �leiper Asbestos Worker Bricklayerl5tone Mason BricklayerlStone Mason Helper Carpenter Carpen#er Helper � Concrefe Finisher Concrete Finisher Helper Concrete Fo�m Builder Concrete Form Builder Helper � � Drywall Tape� Drywall Taper Helper Electrician �ourneyman Electrician Helper Electronic Technician Electronic Technician Helper I Floor Layer (Carpet) Floor Layer (ResElient} I Floor Layer Helper Clazier Glazier Helper Insulator Insula#or Helper Laborer Common Laborer S�Cilled Lather L�ther Heiper Metal Building Assembler *'�00� HO�I�LI� �i�s � $ $ $ $ $ $ .$ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ - $ $ $ $ $ $ 15.98 'i �.75 14.02 10.88 � 0.50 17.21 1 �.'I 6 13.92 10.38 12.68 9.73 'I 1.97 9.42 � � .33 8.DD '17.46 � 1.30 12.54 8.50 'f 7.00 16.00 13.50 15.02 i 0.90 12.04 9.40 7.85 '{ 0.3� 14.00 11.00 � o.00 , "Source Is Forl Worth Chapter Associated General Coniractors 6l1101 � Me#al Building Assembler Helpe� Painter Painter Helper Pipefitter Pipefiitter Helper Plasterer Plasterer helper Plumber Plumber Helper Rein�'orcing SteeE Setter Roofier Roofer Helper Sheet Metal Worker 5heet Metal Worker Helper Sheetroc� Hanger Sheetrock Hanger Helper Spr�nkler System fnstaller Sprinkler System �nstal�er Helper Steel Wor�er Structural 5teel Worl�er Structural Helper Welder Welder Helper H�A1iY ���I���t�Y OP�R�T��� Crane, Clamshell, �3ac6�hoe, D�rrick, �ragline, Shovel Forklift Operator � Foundation Drill Operator �ronf End Loader �perafor __ Truck Driver "5ource is Fort Worth Chapter Associated General Contractors 611101 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ 8.70 12.83 8.3� 17.60 �o.�s- 16.0� 11.�0_ 16.91_ 9.75 10.40 11.87 8.33 14.45 9.5� 12.4� 9.64 � 5.87' - ��.�3 � 1.36 8.80 14.70 � 1.74 � 2.50_ 9.63 13.00 � 1.22 � o.�� 2 Cifiy of �ort IIV�r�h bf��l�d`e4Y �be�vy) COR�Si1�lJG�ION �r��ailing lf�a�� Ra�e� ��r 20�� '�20D0 CL�►SSI�ICA�I�N� Aspha[t Raker As�halt Shoveler Batching Plan# Weigher Carpenter {Rough) Concrefe Finisher-Pa�ing Concrete Fin�sher Helper (Paving) Concrete Finisher-Structures Flagger Form Builder-Structures Form Setter-Paving & Curbs Form Se#ter-Structures Laborer-Common Laborer-Ufiiity Mec�anic Servicer Pipe Layer Pipe Layer Helper Asphalt Distributor Operator Asphalt Pa�ing Machine Operator Concrete Pa�ing Saw Crane, Clamshell, Backhoe, Derrick, Drag�ine, Shovel (� � 112 CYj Cra�e, Clamshell, Backhoe, Derrickc, Dragline, Shovel (� 1 112 CY} Front End Loader (2 1I2 CY & less) �ront End Loader (o�er 2 112 CY) Milling Machine Operator Mixer Motor Grader Operator (Fine Grade} Motor Grader Operator _ Pa�ement Marking Machine Roller, Steel Whee! Plant-Mix Pavements b�UR�Y ���� $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 10.32 9.75 9.6� 13.�64 10.16 9.70 13.44 7.00 13.44 10.25 9.75 7.64 8.64 13.25 10.�3 7.35 6.75 11.45 . 1'�.09 9 0.53 $ '[ 0.00 $ 11.52 $ $ $ $ $ $ $ $ 9.94 9.32 8.OD 11.00 12.31 13.75 11.40 9.88 Source is AGC of Texas (Hwy, Mvy, Utili#ies Inciustrial Brench) fi111Q1 Roller, Steel Wheef Q#�er Flatwhee! or Tamping $ Roller, Pneumatic, Self Propelled Scraper Traveling Mixer Reinforcing Steel Setter (Paving) Tr�ack Driver-Single Axfe (Light} Truck Dri�er-Tandem Axle Semi-Trafler Truck Driver-Lawboy]Float Truck Driver�Transit Mix Truek Driver-Winch Source is AGC of Texas (Hwy, Hvy, Utilities Industrial Branch) 611101 $ $ $ $ $ $ $ $ 12.12 8.0� � � 0.00 9.75 8.00 10.22 � 0.54 � 0.63 9.80 E I MONTH JANUARY FEBRLTARY MARCH APRIL MAY J LJNE TC.]LY AUGUST SEPTEMBER OCTOBER NOVEMBER DECEMBER � ANN UALLY WEATHER TASLE AVERAGE DAYS TNCHES RAINFALL (1) RAiNFALL (2) 7 1.8 7 2.36 7 2.54 9 4.3 8 4.4? { 3.OS 5 1.84 S 2.26 7 3.15 6 2.b8 � Z.o3 7 1.$2 80 32.30 �NOWIICE PELLETS (3} 1 � * Q 0 0 0 0 Q Q a � 1 (1 } Average norn�al number af days rainfall, OA I" ar rnore. {2} A�erage normal precipi�ation. {3) Qne inch {1") or mare. * Less ihaa� ane-half inch (1/2"). Unseas�nable weather is defined far contract purposes as zain/snow days which exceed the a�erage number of days or inches af rainfall in any gi�en month. This table is based on information recarded at the formez Gxeaier SoutY�west Tziternational Airport, Fort Worth, Te�as, covering a period o� 1$ years. Latitude 32°50' N, Lon.gitude 97°03' W, elevation (ground) 537 ft. WT - 1 �L � ��� �'lld.l������������L�.d. �� ��� �P�rs�.�r�.m� �� �'exa.s VVor�er°s ���a��ens�.��o� �omv�iss�am ]E���e � 1 �. l. �. a�d��(7�, �. can�tx�cto� e�gage� i.n� �. b�A�d�i�g �r c��a-s�c�io� ��ojec� fo� a gover�e�t emt��y i� �eq�.i.�ed t� �Oost a. �o���e �� eack� p�ojec� si�e �'or�rai�g a�l �e�s�r�s ��ov�d�i�g �e�vices on th�e pro�ec� ���.� ��iey are xe�u�red to be cove�ed by worl�exs' �on��Oe�sa.���m ins�r�.�ce. �'�e n����ce �ec��xa�edl lby tl�is r��e cYoes �o� s��isfy ��1�e� �p�s�im:g req�n�e�ex��s i�posed� �hy the Tex�s �Nor�e�s' �orm�ensa�no� A�� o� o�1�er ��r�nn.�ssn�� n-�les. T�is m��ice �ri�xs�: (� �) be ��s�ed i.�n Emglisl�, Sp�.m1ns� a�d any other �amg�.�.ge com�on� �� �l�e e�plloye�-'s e�p�oyee ����1�.��or�; �2} be �ispl�.yed �� ea�c1� pr��ect snte; �3� sta.�e ]�ow �. pe�sorn r�ay verify c�rre�� cover�ge a�d re�pon� f�.il�a.xe �o prov�c�e cover�.ge; (4�� �e p���.�e� wn�1� �. ���le nx� �.� �eas� 3�-�oi.a�t 1b��d� �ype a�dl �ext in �.t 1e�.s� 19-pai�t r��r�:a.l �ype; �nd� �5) con�aA� ��e ex�c� words as p�escribe� nrn I��.�e 11� 4.1� � O�d)�7) w���o�xt ad�dnt��rn�.l words �� �1�a.nges. �'he not�ce o� the revexse sxde meets i�n.� above requn�ements. ]Eailure to �osi ihe motbce as requirec� by this ru�e is a violatio� of �he Act and cor�missio� z-u�es. 'T�e violaior an�y be subject to adxxa�nisf�'ative pema�ii�s. � , .'�% ���- � 1 I� _�_ �.- � ,-�-� - � �.' �.� � �����•" ' �'�e l��.w requl��es �h�.� ��.clh ���s�n wo�kix�g on ����s s�te �x p��vidi�g �e�nc�s �ela��� t�� t�ns c�nst�����n p��j e�t x��.st b� ��ve�e�. �y w�rke�sQ c�r����s�.ti�r� i�.su��.nce. �"his i�.c��des �pe�-s�r�s �a��vid�.�g, ��.�l�g, �r de��v�ring �q��p�n��t o� ��.�����.�s, �� p�ov�d�ng lab�r oi^ t�a�rns��rt�.���n o� o��er s��i�e ��l�.�ed�. �o t�e p�co� e��, �ega��.�ess ��' t�� ��en�i� �� tl�eix �x�.���ye�r o� s��.�is as ar� er���oy�e. ��.�� �he �'ex�.s W�r�ers° �or�.���s�.���n ����ss��n a� 51�-�40-37�9 t� r�c��ve �����.t�o� �� ���e �ega�� re�uir�r�e��� ��� cover�.g�, t� veri�y �v�et�.�� yo�r e�����yer ha.s p�o��d�d tl�� �eq���red ��ve�ag�, o� �o �ep�r� �.� e�rm.p�o�e�°s �a�.�l�.xe �o ��'�v��e c�ve��.ge. COBERTURA REQUERIDA DE COMPENSACION PARR TRABAJADORES La ley requiere que cada persona trabajando en este sitio o proporciona servicios relacionados con este proyecto de construccion tiene que estar cubierto por aseguranza de compensaci.on para trabajadores. Esto incluye personas que pro9porcionan, cargan, entregan equipo o Ynateriales o proporcionan mano de obrra, transportan, o cualquier servicio relacionado con este proyecto, sin considerar la identidad del patron o estado del empleado. Llame a la Comision Tejana de Compensacion para Trabajadores al 512- 440-3789 para recibir informaci.on de los requerimientos legates de cobertura, para verif car si su patron le ha proporcionado la cobertura requerida o para reportar falta del patron en proporcionarle cobertu i���A M�l�'� I,�le _- ' Consulting — Geotechnical - Environmental - ' Construction Materials Testing �����CHNICA�.INV�Si[GAil01� SAFVUY LAf�I� �ARK IMPFtQV�M�NiS IV��A�OWB�OOK 9RN� APl�7 SANDY LAN� �QRi WOR��I, ��XAS iNfl R�P�FiT N0. I�E4a-0�3 �'O i��6GU� f�A�� �N� P�Rf�lNS, INC. FOFtT WORTH, Y�XA.S � i�RF�A-M�R, ING. DALL�S I�ORi WOR�'H I HDUSTOf� 1 AUSTIN 1 LONGV{�W ���RUARY 21, 2001 T��i�ol[�1�4,d�, i�l� — - � Consulting — Geotechnical - Enviranmental = T - Construction Materia�s Testing ��►��� o� �oN��n��� & E 1.6 PROJ�C7 !]�SCRIPTION, PURPOSE AND SCOPE----------------------------..____________________________ � 2.0 FIEL[] AND LABORATORY INVESTIGATIDI�S ---------------------------.,._-------------------------------_--1 3.0 SITE AND SUBSURFACE COND1TfON5 ________________________w__-_--------------------------_---------------2 3.1 5iia Gealt�gy-------------------------------------------------_-------____.__-------------_______---..____________....---2 3.2 Subsurface Stratigraphy-------__-_-�-------------------------------------------------------------------------------2 3.3 Graundwater----------------------------------------------------____________._-------------------_---------__..__-------2 4.0 EROSIONCONTROLATCRE�K------------------------------------------------_______________.___________._----3 4.� Description of the Sank Erosion and Likely Causes --------------------------------------------------------- 3 4�.2 Erosion Control Recommendations---___ti---------------------..__----------------_----______._____________M---4 A.3 Slope Reconstruction Procedure�____________________________________------___---------------------------------_4 . 4.3.1 Fikl 5{opes ------------------------------------------------------------------------------------------------------- 4 4.3.2 Filter Fabric-------_.�_____________________________----__.________------------____________-------___------------5 4.3.3 Scour Protection-----------------------------------------------------------------------------------------------5 4.4 General Considerations of Slope Stability Enhancame�ts and Erosion Control ---------------------- 5 5.0 LIGHT-POL� FOUNDATI�N RECOMMENDATIONS--------------------------------------------------------- 6 - 5.1 General Gonsiderations--------------------------------------------------------------------------------M____----- 6 52 Drilled PEer �'oundation Recornmendations -------------------------------------------------------------------- 6 5.2.1 Pier Cons#ruckion Co�sid�ratEons ____________________�-------------_--------------------------___--------7 6.0 MaNOl.1THIC, SLAB-ON-GRADE--------------------------------------------------------------------------------8 7_0 RETA]�11NG WALLS ---------------------------------------------------------------------------------------------------8 7.1 E.a#erai �arth Pressures-------------------------------------------------------------------------=------------------- 9 7.2 Wall Back�ill Materia[ Requirements --------------------------------------------------------------------------- 10 8.0 GRADINGIFILL COMPACTION---------------------------------------------------------------------------------t- �D �.� lJtilities ---------------------------------------------------------------------------------------------------------------- 11 9.� F1ELD SUPERVISION AND D�N51TY TESTlNG_______________________________________�__..____..___...__....__.. � 1 10A L[MITATIONS lL.LUSTRATiONS 1 'I Fipure No. �lan af Borings ------------------------------------------------------------------------------------------------------------------1 Logof Borings -----------------.._----------_____----------.____-------------------_..__-------------_-----__.______.___----- 2- 3 Legertdfor Log af Borings -----------------------------------�-------___._-----------------__---------------------------------4 FreeSwell Results--__..-..----------------------------------------..�._.___-------------_----_-----------------�_______.._________� Fie1d and Laboratory Procedures --------------------------------------------------------------------------..--App�ndix A Sandy Lane Park i�Ml Raport No. �Eo1-o83 February 21, 2001 �'���-��.4�� 1�9�. � ��� Consulting -- Geotect�nical - �nvironmenlal - � - Gonstruction Niaterials Testing 9A �ROJ�C� L]�SCRIPiION, PURPOS� ANA SCOF'� This repor� presents the results of a geofechnical engineering study for.tF�e improvements of the exi5ti�g baseball �eld and creelc bank stabi[ization in the area of a failed retaining wall at Sandy Lane Park in Fo�t Warth, Texas. The baseball #ield impravements wiil cor�sist of dugou�s, a backstap, b{eachers, and will alsQ include light pole structures. Sandy Lane Park is focated nartheast ot fhe intersectian at Meadowbrook Drive and Sandy Lane in Fort Vilorth. The creek is located on the south sid� of the park. Tl�is inv�stigation was designed to ex�lore subs�trface conditions at the project site; and, from t�e r�sults of #�e ex�loration, to c�evelop engineering parame�ers and recommendations ta be used in the design and construction af the proposed project. Our servic�s included: � � praviding a detailed description of subsurfa�e and groundwater conditions at the project site, a�d their effect on design and construction, including a d�scription of the sail �� sfrafigraphy, underlying ro�k formation, and any �oteworthy geological conditions; ��� � providing an evaluafiion of the existing bank incl�ding the s#rength characteristics and . external stabiliiy; : � providing r�commendations far the reconfiguratian of the eroded bank, including parameters and sp�cific�fiions far the design and construction of recommended � improvements; � � providing recommendaiiQns for possible optians to be used to cantrol erosion o� the � recanfii�ured slop�s, including an evaluation of #i!! materials; • providing rscommendations for all geotechnicak material specificatiar�s, including siie preparation procedures and specific constructian requirements; � providing recommendations for fight �ole faundation design and construction, including allowable bearing and laieral pressures and estimates of totaf a�d differential settlements;_ � pravi�ing recommendafions far the design and constructian of tne soil-suppor�ed floor siabs, including estimates nf the potential veri9caE rise (PVR) for expected conditions. Z,D FI�LA ,�lIV� LABUR�IT��Y fNV,��'T��,QT101V5 Two borings were drilled a� the sife on January G, 200� at the approximate focations shown on the Plari of Barings, Figure 1. The results af the field and laboratory festing procedures, along with the - soil ciassificatEon in accardance with the Unifie� Soil Classificafion System (USCS), can bs found at the appropriate deptt�s on the Logs af Sorings, Figu�es 2 and 3. A key to the descriptive terms ancf symbols us�d on the boring logs is presented on Figure 4. The results of the swell tests can Page 1 of 92 Sandy Lane Park TMI Repo�t Na. FE01-Q83 �epruary 21, 2001 ���i�6al�'fYd�y �lY�i �� Consulting — Geotachnicai - Environmental �� Constructian Materisls Tesiing be found on Figure 5. A detailed description of �he various field and laboratory procedures used in the drilling and testing of ihe sam�les can be found in the App�ndix. 3.0 �i��' AIVD SC1��U�FA�� �Ci1V�l�lC�1V5 3. � �fte %ec�lr�r��r Tne Daflas Sheet of the Geolaaic Atlas of Texas indicates the site is located in a surface o�tcrop of fihe Woodbine Formation o# fhe Upper Cr�taceous Age. This formatiar� in its unweafi�ered state cansists primarily of sandy shale, cemented sands and occasionally sandstone. These deposifs ge�erally weather tn form inter�edded layers of c1ay, sandy clay, silt and sand. With respect to the soils engineering properties; the more clayey portians of these deposi#s generaliy exhibit same shrinking and swelfing with variations in their moisture content, �nd are also slightly to moderately corrosive. The soils typicaliy exhibit slow to moderate permeability. 3.� 5ubsurface S�rafigraphy Baring B-1 was drilled in the ar�a of the retaining wall failure, just south of t�e existing baseball feld. In �eneral, th� surface stra#�graphy in this area consisted of firm #o very stiff sandy clay soils fo a depth of 23 feet. The sar�dy clay soils were then und�rlain by very hard dark gray s�aley clay. The boring was terminated in the shal�:y clay at a depth of 25 feet. The sandy clays pr�sent at this site had Liquid Limits (LL) of 28 to 34 percent and Plasticity Indices (PI) af 16 to 29, classify as CL by the USCS; and were firm to i�ard in consister�cy, The su�surface stratigraphy at Borir�g B-2 consists �f seven feet of reddish brown, fan and gray Sandy clay. Olive brown and gray clay was then encount�red extending to olive brown and gray shal�y ciay at a depth of 13 f�et, Dark gray shaley clay was next present in the bo�ing and �xter�d�d to termina�ion at a de�t� of 2� feet, The sa�dy clays in E3oring B-2 had a i.L �f 26 percent and a PI a# 'S 3; CI�SSI�y �S C� bj� �}1G' USCS; and wer� very stiff to hard i� consistency. 7he c�ays encountered with depth had a L1� of 56 percen# and a PI of 38; classify as CH by the USCS; and were hard in consistency. 3,3 Graundwafer The borings were advanced with rotary drifling techniq�tes using contin�ous flight augers. This methfld allaws relafively acce�rate measurement of seepage durir�g dr�ll9ng. At the time o� this Page 2 of 12 � Sandy Lane Park TMI F2epart No. FE01-083 February 21, 2001 ��'��nl�`'.�f�r i�I� _ _= ConsulUng — Geotechnical - EnvironmentaE _� Canstruefion Materials Tesiing investigation, Boring B-1 noied groundwater seepage during drilling operatians at a depth of �8 feet, and a water level o# 20 fe�t after c�mpletion af dr�lling. No seepage was encountered in Baring B-2; however, while it is nat possib�e to accurately predict the magnitude of subsurfac� water fluctuation t�at mignt occur based upon these short-term observations it s�ould be recognized that graundwater concfitions will vary with fiiuctua#ions in rainfaU. 4.0 �RO�1�1� COhfTR�L �'T �1���1� The creek is located at the south end of the �ark, flowing west to east in direction and extends well beyond the park. The water level of the creek v+ias very low a# the time of the inv�stigation. W�st of Sar�dy Lan� the creek is concrete lined on the bottom and sides_ East of Sandy Lane the creek banks are less than 5 feet above the creek bottam and the sides appear relativeiy stable. The creek bank hetghts becom� greater progressing east an� also become steeper. ln the area of the existing bas��all fi�ld tne creek bank h�ights are approximafely 10 feet high with near vertical slop�s. Evidence Qf significant erosion and bank instabifiiy are present along the creek banks at and east of the �aseball fields. The erosian is more evident on the north side where no trees are preseni. Rock is visible in �f�� creek bottom east of the baseba[I fields. A concrete retaining.wa�l is �resent on the north side of the creek in the area of ihe bas��all field. We ur�derstand a portion of the wall failed abo�t one year ago. The failed portian of #he wall remains in the creek. The remai�ing par�ions vf the wal! are s�pparted by a cantinuous footing that is severa! fee# above the bottam af the creek. 4.� Description of fhe �ank �rosion and br�tely Causes As previously discussed, s9gnificant bank erosion was abserved to have occurred on the north bank of the creek, in i�e vicinity af and easi af the existing baseball fiefd. The water flaw has caused erosian of the sandy clay soifs of th� lower creeft bank, causing the cre�k bank to underga pragressive shallow-black failures, !n �he area of the retaining wall erosional �orces undermined #he sails supporting a portian of the waN consequently.resulting in faiiure af a porlion of ihe wall. _ Another seco�dary potenfial failure mechanism could be the buildup ofi hydrostatic pressures wiihi� the soil mass after heavy rains and rapid drawdown e�ents si�ce fhese soils cansist of sandy clay. Soils of this type are gen�raily susc�ptible to rapid drawdnwn effects after high water Page 3 0(12 Sandy Lane Park 7M1 Repo�t No. FE01-D83 February 21, 2Q01 T���-1[�,c�14, dd��. _��� Cansu�#ing — Geotechnical - �nvirnnmental � r � Construction Materials Testing events awing to their te�dency #o absorb water rapidly under hydra�lic head, but to drair� rather slawly due to their clay and silt corrstituents. 4.2 �rosion Contro! Recommendaiions W� und�rsta�d erosion protectian will be provided for the existing creek only in the general vicinity of the existEng basebafl field with no pratecfion provid�d easi of the baseball fi�ld. Er�sian protection m�sst serve to limit fhe am��nt af scour that could accur a# #h� base of th� slopas. Reconstruction o# the baseball field is anticipa�ed to prnvide a slop� of �bout 2H:1 V on the t�arth side of the creek bank. Based on slope stability charts using empirical vaiu�s for fhe materials �r�countered in Boring B-1 a€acto�- of safety greatar thar� 1.5 is estimafed far a 2H:1 V slope. Whike a 2H:�V slope is cor�sidered stable for a long term condition erosional forces of the creek a� th� toe of the slope will result in progressive shallow-block failures as discussed aba�e. Car�sequently, erosion protection will be provided on the reconstructed slope. Severai materials are available for erosion protection including riprap materiaf, gabion structures and articulati�g mats. We understand articulating mats�are desired at this site. Articulating mats are open or closed blocks cab{ed together long�tudinal�y with poiyester, galvanized steel ar stainless st�ef cables. Based on our understanding of the pro�ect elements and the geom�try of the creek we recommend the use of ,�rmorflex S�andard Ciass Open 8locic, Class 40 or equivalen# atop a woven geotextile. This recammendation is based on a side s{ape of 2H:TV. The anchor system m�st be adequately ancho�ed at #he to� o� the slope as recommended by� the manufact�r�r and instalfad belaw the scflur depth to prevent erosion beneath the a�kic�lating mat. 4.3 �lope Recanstrucfion Proce�ures ihc cr��k banks should be r�-grad�d vvith a�mooth fra�-�sition into existirrg grades �eyand the limits o� f�e erosion pratected sl�pes fo �revent erosian adjacent to t�� �rasion pro#ectior� system. Faifure to pro�ide a transitior� will resul# 9n erasion at each end of th� erasion pratection syst�m and ultimately failure af t�e erosion protection sysfem. The slopes s�ould be resnaped as faflaws: 4.3.7 Fill Slopes 1. AI{ vegetation, inclu�ing roots one inch in diameter or greater, �ebris, rock, concr�te and asphaltic cement pieces greater #na�n six ir�cY�es in dimension sho�tld be remaved from fhe site. Any soft, .loose or organic soils shou�d �e carefully remov�d from areas a# the base of the Page 4 pt Y2 Sandy l.ane Park '�MI Report Nn. FEOi-D83 February 2�, 2fl09 '�����1�1��4y Il1l� _ � Cor�sulting -� Gootechnlaal - �nvironmental , Construction Materials 7esting slope which are to receive fill. Major excavation in this area should be avaided, as sfope instability could result. 'I � 2. Th� expased slopes should be �xcavated �o dense or firm materials and spoEls stockpile� at the site. The spoils may be used as compacted fill provided they are free of organic or unsuitable material. During tt�e removal of soft or �nsuitable materials, ti�e siopes should be maintained at a slope ratio o� 1:� or �fatker at alf tim�s, �ver� if excavaiion of suiiabie materials is required a# the top of the slope. Because of the loose, granular nat�re ofi snme soils which may be encount�red, and the presence of groundwater abave the toe af the slope, flaiter slo�es will 19kely �e required for excavation safety r�asons. The cor�tractor should corisult OSHA excavation safety guidefines prior ta b�ginning th� excavation pracess, an� shoufd com�ly with all applicable regulations. 3. Where the slope is ste�per thar� 5 to �(horizontal to vertica{), the subgrade shoufd be benched a minimum width of 3 fest. Benches shauld �e a typical height of about 3 feet and sha�ld be slightly ir�clined in#o the sfope. 4. Si�e �xcavated sandy ckays with a iiquid limit of 40 percent ar less, and a plasticity index in �he range of 4 to 2a may b� used as filf. They �hould be placed in horizantal compacte� lifts nat exceeding eight inches in fhickness. The fill should be compacied to at least 95 percent of Standard Prflctor maximum dry density (ASTM D-69$), at a moisture content ir� the range of two percent below to two percent above optimt�m. The slapes si�oUld be slightky averbuilt, #hen cut to grade to achiev� a unifarm surFace. 4.3.2 Filter Fabric /� s��table woven monofilament geotextile filter fa�ric such as Mirafi Filter Weave 700 or equivaler�t shouid be �laced along the interface between the blocks and the subgrade or bacicfilf materiaks. 4_3.3 Scaur Protectiorr D�pending u�an �he cond�tions observed during canstr�ction, if may be desirable to protect the law�r portion of the f�{ock s#ructure from scour by p9acement of rip rap. A. consciantious maintena�ce pra�ram snould be implemented ta identify and carrect any poten#ial scour problems. 4.4 �eneral Considerations of Slope Stability �nhancements and Erosion Contro! The following irnportant factors should be consid�red c�uring the design of #he eros�on con#ral structures. � Elevated grou�dwater Isvels were hat noted in tF�� creek bank soils during drilking, however, after periods of rainfall or elevated creek water levefs it s1�ould be expec#ed that the groundwat�r levels in the sandy soils will be elevafed by some degree. � Ex�reme care should be taken when aperating equipm�nt n�ar the cr�ekbank, since soifs may slo�gh from beneath equ9pment without warning. The slo�e regrading operation should be monitored by the geotechnical er�gineer. Some adjustm�nt to #fi�e recommended procedures may be necessitated by site conditions. Page 5 of 12 Sandy Lane Park TMI Repori No. F�01-083 February 21, 2001 ��p16��61+1'°ID�IJ�tl�i i/❑dr — = � Consulting — Geotecl�nical - Environmental Construction Materials Testing � The creek bank sails are primarify low plasticity sandy clays. Slo�e failures in these soils will likeky be r�anif�sted as shallow spoor�-shaped rotational slides or "block" failuras, with the base of the slides lying near the �oe of the bank slope. Same of #hese failures cauld occur during construction. � Im�rovement af the slope s€�o�ld b� Telatively free from the prablems associated with �la�em�nt of fifl or erosion control blan}��ts below water, except during high wate� events. All construc#tan planninr� should con�ider the patential �or flooding af tha cor�strt�ction area during hig� water e�ents ar�d following maderate #o heavy rainfalls. Depending upon #he ernsion control method selEcted, cons�ructiar� at the toe of the slope may require the instii�ation of dewatering procedures or isolation of the construction area fram the river ffnw, using m�ans and m�tha�s s�lected by the contractor � Planning shou�d consider that sofit saturated soils may be encounter�d throughout the project area during constructior�. Any soft areas encoun�ered may require th� canstruction of temporary working pads in order to allow €or the su�port af heavy constr�ctian machinery. p The design of all channel improvements shoukd consider the potential for and pratection against long-term scour underneaih any of th� erosion contral �lements d�ae to flowing water from bo�h tF�e creek and surficial runaff from f�e creek bank. �. a ����Y �ca�� ��u��� rlan� ��c�n�M�nr�� �►oMs �.� G�neral Cansiderafr�ns Several light pale structures �re plann�d for t�e baseball field. It is expected tt�at tf�e lighf poles will be supported on cast-in-place straight-shaft driiled pier foun�ations. The main design consideration far ii�e light pols fioundations is the presence of groundwat�r at the project site d�e to the presence af the nearby creek. A water kevel of abou# 17.5 feet belaw axisting grade was rr�easu�ed in Boring 8-1 in t�e vicinity of the creek. For the sake afi simpficity in canstruction, ar�d to limit casts, it is recommended that the lig€�t pole foundations be desigr�ed to r�ot extend below t�e gr�undwater. �'.� �rille� Pier �oundatian Recommer�c�a�iorrs Cast-in-place straight-shaft drifled �ier foundations should be utilized to support the co�centrated structural Inads f�om the light poles. Recammendations and parameters for tf�a design of tY�e dril{ed piers are ouflined below. 5pecific recammendations for the car�structio� and instaCiation of th� drilled piers are included in the following s�ction, and shall be followed during construction. Fiers must not exceed tr�e maxim�m depth, or groundwater se�page into �he excavatio�s may occur. Page 6 of �2 Sandy Lane Park iMl Fteport EVo. FED1-083 February 29 , 2001 Bearing 5tra#um: Maximum Pisr Depth: AUowable End Bearing Capacity: �l��d�p11�i4,�,� IiV�C — _ =s Consulting — Geotechnical - �nvironmental � = - Construction Materials iesting Hard olive brawn and gray CLAY Twelve ('f 2) feet balow existing grades �,500 �sf Horizontal (Latera!) Subgra�e Mo�ulus: 5D0 pci for cyclical wind ioads, uniformly distributed over the projected area o� the shaft, neglecting the up�er three {3} feet af the pier shaft below the ground surfac� Ti�es� piers should b� reinforced for their fulk d�pth with at least 0.75 p�rcent reinforcing steel, by cross-seciional area. The design should consider the passibifity of upward mavements of the pier shaft associated with seasonal swefling of the subgrade sails. lt is estimated thai total upward ��r�ical movements could be on the order of two (2) inches, althaugh it is expected tF�at movements of much a lesser magnitude are more likefy to occur. lf suff�cient fateral resistance is not �eveloped in the zone above tY�e groundwater, it may be necessary to install the piers at a greater depth, below the groundwater table. It is antici�ated that temporary casing will be required for proper instaifation �f the shafts. This office snould be contacted for addiiional recommendations if deeper piers to resist lateral loads are necessary. 5.2. 9 Pier Construction Consideratians A qualified engineering technician should perform detailed observatians of a1I pier constructian to provEde for prap�r foundation per�ormance and quality construction. The engina�ring techr�iciar� shal! confirm that t�e pi�rs ar� founded a# the proper depth in the specified �earing stratum, and that the pier excavation bottoms are refatively clear� and dry prior #o concrefe placement. li is not expecfed that temporary casings will be required in th� pier construction proc�ss. Pier sF�aft excavations shall not remain apen for more than four haurs prior to the �lacement of concrete. For eacF� pier, placement af stee� and cancrete should be completed on the same warking day in which the pier excavation was comp[eted. Concrete s�ould be �laced by the tremie rrie#�od, with n� more �ha� ten feei of free fiali allowed at any time. Concre#� sYrould be designed for workahi�ify during placemenf, with slurrps in the range of five to six inches. To provide a reasonable ioleran.ce during constructior�, a concrete mix design should be used that wili provide th� design cancrefe sfrengfh using a seven inch slum�. � Page 7 af 12 Sandy Lar�e Park ��,��q��� /�� 7M1 Report No. FE�1-083 s Febru�ry 21, 200'{ ==� Consulting — Geatechnicai - Environmental - T - Canstruction Materials 7esting �he waU. Drains should be praperly fiEt�r�d to minimiz� the po#entia! for erosion through fhese drains, and lor �i�e plugging of drain lines. � � lNall �ackfrll Maferial Requirements Granular Wall Backfiil; All firee draining granular wall backfiii material si�auld be a crushed stone, sandlgraves mixture, or sandlcrushed sfone mix#�re. The material should hav� fess fhan 3 percent �assing the No. 2a0 sieve, and less t�an 30 percent passing the No. 40 sieve. `fhe minus No. 40 sieve material should be non-plastic. Select Fill Behind Walls: A�I wall select backfil] shauld consist af clayey sand andlor sandy clay material with a plasticity index �etween 4 ar�d � 5, with a Iiquid limit not exceeding 3� percent. The seEect fill should �e placed in maximum eEght incn lifts ar�d compacted to between 95°/fl and 1 d0% Standard Practar density (AS7M DB98) within a moisture range of plcas to minus thrEe (3) percent of the optimum moisture. Compactinn within fve feet of the walks should be accomplished using hand compaction equi�ment and sha[�Id be compacted between 9a% �nd 95°/fl of the Standard Proctor �ensity. On-Siie Cla� Bacicfill: For wall backfil[ areas with site-excavated materials, ar similar imported materials all oversized fragments [arger than four inches in maximum dirnens9on should be removed from the backfill mater�afs prior to ptacement. ihe backfill sl�ould be fr�e of all arganic and deleterious materials, and st�ould be placed in maximum 8 inc� compacted lifts at a minimum of 95% Standard Proctar density (AS7M D-698) witnin a moisture ran�e af plus to rninus three (3) percent of optimum moi�ture. Compaction within five feet of the walls should b� accomplished tasing hand compaction equipment, and shou{d be between 90% and 95% of the Standard Proctor Density. �.o ��A�rnr�i��L�, ���r��crrona !� pr�paring f�e site fnr construction, all vegetation, organic soil, st�mpslraots or ofher unsuEtabie materials (inclu�ing broken rock ar concr�te [arger tt�an 4 to 6 inches ir� maximtam dimension) should be removed from any areas to receiv� n�w fill. Tne or�-site soils are s�aitabie tor use as siie fili. 1m�orted fifl materia{s used fo� general s9te grading should pre#erably ha�e a Liquid �imit less than 4D percent a�d should be fire� af organic Page 10 of 92 Sandy Lane Park �,�,��tl���' ���. 7M1 Report No. FE01-083 �'ebrUary 21, 2001 __ = Consulting — Geotechnica! - Environmental _ - ` Gonstruction Materials �esting matter and debris. The fill should be plaeed and compacied i�n lifis af 9 inches or less in loose thickness and be cam�acted to at least 93% of fE�e material's maximum Standard Pracfor dry densify. All clay fill shauld b� campacted at a moisture content witfi�in the range of Q to 4% above of the o��imum determined by tF�e Standard Proctor test (ASTM-698). All grades shoul� be adjusted to provide positive drainage away firam the flatwark. 8.1 Ufilifies Care should be taken thst utiliky cuts are not left o�en for extended periods, and that the cuts are praperly backfilled. Bacicfilling should bs accomplished with properly compacted on-site soils, rather than granular materials. A pasi#iv� cut-off at the buildir�g fine is recommended �o help prevent wat�r fram migrating in th� utikity trench backfiil. 9.0 F1E�D �UP�RV151OfV AIVD ��AISI?'Y i�Si1N{� Many problems can be avoided or solved in the field ifi prop�r insp�ct9on and testing services ar� pravided. I# is recommended that alI drilled shaft canstruction, footing excavations, proafrolling, site and subgrade pr�paration be monitored by a�uali�ied er�gineering technician. Density tests should be pertormed to verify �om�ac#ion and moisture co�tent af any earthwork. Inspectior� should be �erFormed priar to and during concrete Qlacement operations. �o.a �IMfiA�'fdNS 7he recommendations presenied in this report are based an a discrete number of soif test borings. Although our field personnel visually survey the site for surface features indicative of variable soil '' canditions, subsurface canditians may be encountered ihat d9ffer from these data. If tnere is a noticeabie change from the cvr�ditions reported herejn, Terra-Mar shou{d be notifi�d immediately to review the effects they may have on the design recommendatians. , This study was conducted for ti�� �xclusive use of Teague Na11 and Perkins, lnc. and t�eir design consultants. The reprodu��ian �ofi this report or any part thereof, in plans or other docume�ts supplied to persons other than the owner, shauld bea�- language indicating that the information cantained therein is for generaE design purposes. All contractors refierrir�g to this geotechnical report shauld draw his ar her own conc�usians for bidding purposes. Page 'f 7 0( 92 Sandy Lane f'ark ,��.�� ��� ���. TMl Report No. F�01-083 � Feb�uary 21, 2001 =¢ Consuiting — Geotechnical - En�irorsmental �YT= Canstruction Materials Tesking IL,LUSi�i�ON� Lo� o�. �o���� . BOR�NG B�� Project: Sanciy Lar�e �ark Date: 01-OB-U� Elev.: Depth to water ai completion of boring: 24' . D�pth fo water wi�en checked: �nd of �ay Depth to ca�ing when check�d: NIA ELEVATiON! SOIL SYMBOLS � was: � 7.5' was: N1A ��P7H I SAMPI.ER SYrv1BOl.5 DESCRIPT�ON �"�� �L P� p� `2a0 Q.D. ' P.PEN UNCON. +: (feet) 4 & FlEL� TEST DATA % °/a % °/a pCt ' tsf i5f �i � �:: :.� � Firrri brawn and reddish brawn SANnY �a - - - - - - - - � � � � T _ _ � 7� _ _ _ _ _ _ ; . , CLAY, wltraces of arganics o.75 - � — — —�C�� ._ _. _/ 1'8 -------------110.8 0.75 Q.7fi - � Firm brown, reddish brown and olive o.75 � . � brown SANDY CLAY ,� 40 3r3 13 21 89 6.75 . � -5 / � ; �' (CL} � � Stiff to very stiff dark brown SANDY - is - - - _ _ _ _ _ _ _ _ _ -� �3,4 - 1.75 - - 1.0 � � CLAY - �o �1 � � . � / � ' � � . �/ �' ' " � 15 29 13 16 9.5 � �C�.} . �{PfT�i �0 VE� 5t1� t8n, �7ibWf1 Sfld fl�IVB 14` 28 � 12_ _ 16_ __- 115.2� 2.25 ��.29- - - z� b�owr� SANDY CLAY w! gravel and : iron nodules � �� — � i � . � . / �� - zo � � - � . � � 0.5 �C�.} � VeryharddarkgraySHAL�YCLAY �-�----"f�--------------�--- {�}-{� 4.5+ � - 2 5 — — — — — — — — --- — — — - 34 - 35 i � Nfltes: Campie�9on Depih: 2�' Seepage @ 18' , . �_ TERRA-MAR, INC. � Project No.: Fg40-083 Location: 5ee �igure 9 FIGIJRE NO.: 2 LOC O� �QRING - . BORING B-2 : = Project: Sandy Lane Park Project No.: �EDO-083 � Date: 0�-05-01 E1e�.: Locafion. See Figure'i - Depth to water at completion of boring: bry Qepth to water when checked: ��d of Aay was: �ry Depth to ca�ing when checked: NIA . was: NIA ELEVATION! SO]L SYMSOLS MC LL PL -200 D.D, P.PEN UNCON. j I �EPTH � SAMPLER 5Yh1fBOL5 DESCRiPiION PI (f00t) & FI�I.D TEST DATA % °/a % °/a pCi t5f ksi i. --�—�--- —_.. .. ._. _— _ ----• � � ° �f . : Very stiff to hard reddish brown, tan� _ � W � - � - - � - J - - '' � 3.5 - �� and gray SANDY CLAY wltraces af a.s+ : . � � , argarncs 4 5+ . � B 26 13 i 3 52 4.5+ / 4.5+ , � . —9 � � . / , � �C�� . � �^ � Hard oiive brawn and gray CLAY wl -- - - - - � - - 4,$* - � � _ � . " �;, kraees of sand and silt I 'y' r��� A� S3 56 18 38 4.5+ " 10 L�':' � : - � �i ..� 1 � � ��� - - - (CH}_ _ -- _ --__--- ---------�--------------- � � Hard light alive brown and gray I / SHA�.�Y CLAY a.s* - is / � / ., - / - / ; - / i , . / / z0 113.D 4.5+ 5.57 / — 2v / I � q - // . : // - //J / �J / - / // �,7 : // CIl J � � � ' Hard dark gray SHALEY CLAY � � - J - � � - - 4.�� - - � � � _ ; -z� —'� - - - _ _ �CH} - - - - - �---------------�----------- --- ' ' — 30 i - � — 35 ------... � Nates: ��mpletion aep4h: 25' No Seepage �ncountered FIGURE NO.: 3 ..,� , , T�RRA-MAR, INC. , _ , � �O�1NG L(�C� S�'M���� Ai�d T'�RI�1� �D� �OiL SOIL AND MAT�RIAL TYR�S* SRMP�.�R ,P�ND �NDICATOR iYPES �C1ay � Shaley Clay tCH, CL) (CH, CL),. Silk 5iliy Clay (MF#, ML) � (CL, CH)' Sand 5andy Ciay :: (S�, SW) � iCL, CH�. P �. d �?,:; s:�ys;e, Gravel ��.:.:; Clayey ' ,+, (GP, GW) ::�:: ": Sand (5C)` a �' Asphalt ��=''�:��� ConCrete oa d a.v Paving �• d paving �Thin Walaed Shelby Tube �5tandard Penetration �BuIklGrab Sarnple � Rock Core �TH� Cane Penetrometer Solid or Hoilnw Stem Auger � Water level _�_ Water Level on ths — at Completion — Dafe Indicated � Depth to Caving ��Boring at Completion Continues `Note: Dua! symbals ara used to indicate borderline and mixed soil classifications STRENGTH O� COHESIVE 501L5 Soil Pocket Penetrometer Consistenc� Readina. tsf Very Svit < 0.25 Soft �.25 io 0.50 Firm 0.50 io 1.00 5�iff 1.00 to 2.D0 Very Stiff 2.00 to 4.00 Hard � 4,00 D�scriotio� Stra#ified Laminated Fissured Slickensided Blocky Calcareous �errous DENSITY �� CRANULAR SOIL5 5PT Blows Relative . oer foot. N e sit . Q to 4 Very Loose 4 to � 0 Loose 10 io 30 Medium Dense • 30 ta 50 Dense > 50 Very perss� ❑�scRi��rEr�� r��Ms �o� ��i�. Criteria Altemating layers af material or color with layers at least 114" thick AI#ema#ing layers aF inaterial or color with layers at least 114" thick Breaks along definits planes af #racture with lit#le resistance Fracture planes appear �olished or glassy, sometimes striated Cahesi�e soil that can be broken down into small hard angular lumps Containing appre�iable quantities o# caic9um carbanate. (Reactive with FiCk) Confaining apprsciable quantities pf ferrous oxicieliron nndules andlor stains Parting Seam Layer Trace Few Some Nurnerous Dry Mois# Very Moist Wet Inclusions Inclusion � 1!S" thick Inclusion 'l18" to 3" thick lnclusiqn � 3" thick � 5% o� sample 5% ta 10% af sample 10% to 25°Io of sample 25% to 50% of sample Soil Moisture No ob�ious water In sampie . Sample is damp withaut exces5 water Sample is damp and water is visible Sample bears free water ___ SOIL GRAIN S�Z� Soil Grain Size i� MIllimeters 152 76.2 19.1 4.7$ 2.Oa 0.420 0,074 Baulders Cobbles I Gravel 5and I 1 � Coarse � Fine Coarse J ivledium J F'ine � 6' 3" 31�" 10 40 20D U.S. Standard Sieve 51ze Silt a.0�2 ; Clay 270 , ��i�F�A�lY1�i'� • — — FiGURE 4 �R�� �i�i'�LL ���� ��E�!]��� Project [�ame: Sandy Lake Park Improvements �'roject No.: F�00-083 �ocatian: Far� Worth, Tex�s 7est [Vo. _ _._.�_ - Boring Number , Depth, ft lnitial Dry Density, pcf lnitial Moisture Cantent, °/a , Final Moisture Content, % � Liquid Limit Pkas�icity Index Init�al Penetrometer Reading, tsf �� Fina! Penetrometer Reading, tsf O�erburden Swell Pressure, ksf '�/B1'tIC�� SWe��, % . ,l � , I . . . . _ . . . . _ . -- _.--� y 1 . , $-2 3'-4' 111.4 7.6 16.7 2B 13 � �.5+ 9.5 0.490 0.6 i���I���/4�� f��. FIGUR� ND.: � Sandy Lane Park TMI Report Nn. FE01-083 �ebruary 21, 2001 -''�,}��� � ����-�.�� o�c :��:� -� � _— Consulting — Geotechnical - Environmenta! t ' Construction Materials 7est9ng �T"��I�O��ii � � ,� �YANbAR� FI��D AND LABOR�iO�Y �[NV�SiIGAYION �ROC��L11��S Appendix Sandy L�ne Park TMI RepQr� No. FE01-OS3 �ebruary 21, 2D0� ����a�s��, f�IC. _ - _� Consvlting — Gootechnical - EnvironmentaE r - - Construction Materials Testing �'iE�D iNV�STiGATI�N PRaCE�1JR�S �' I� The bnrings for this investigation were staked in the field by a Terr�-Mar staff engineer using simple ta�ing procedures from refarence poi�ts noted on the site plan provide� by the client. A fieid log af each boring was record�ed during fiefd drilling operatians. These field logs ar�d soil classif{cafions ware reviewedlverified by a geotechnicaa �r�gineer i� the laborafory through �isual classificatiot�. �amples w�r� visuaily cias5ifiec� according to c�lor, textur�, predominant materia] type, consistency and density. Resuffis from the labora#ory-testin� program aiang witi� the vis�al classification of each soil stratum were used in the determination of the USCS classificatian for each so91 stratum (ASTM D-2487), Finalized boring logs are pravid�d in the report, as noted in the table of contents. Please note that fhe HnEs of soil demarcation represent the approximate soil boundary between differir�g material types, and that the actual transition befiween the soil strata in the fie{d may be gradual. Truck mounfed drilling equipment was used to advance the btrrings ta the completion depths using sofid stem auger procedures. 5oil samples were fnil wrapped and sealed in plas�ic bags, for maisture control, and were marked to identify the boring num�er, sample depth, and job number. Sampleslcnres will be stared for 90 days, and then discarded. 5ampling procedures were performed in accordance with th� followi�g standards: Thin Walied "Shelbv" �ube Sam�alina (ASTM D-1587'1 This sampling method consists of pusf�ing thin walled stee! tu�es, with an approximate 3 inch outside diameter, inta the soil to be sam�led using pressure provided F�ydraufically by the drilling rig, or manually by the field technicians. This sampfing methad is typically used on cohesive sail samples, and prod�ces samples that are relativ�ly undisiurbed an� suitable for shear strer�gth testing, consalidation testing, permeability tesfir�g, and ir�-situ d�nsity approximatian. �am�dina bv Auaer �orirta CVCeth�d "Grai� Samnle" ��:�TM i]�14521 This sampfang method consists of sampling the so91 samples by removing representative soil sam�les from th� continuaus flight augers used to dri�i the boring, or by removing soil samples from the cuttings braught to the surface by the augers_ Tnis method pra�ides highly disturbed sampfes that are appropriate for classificatian purPoses only. Appendix Sandy Lane Par� TM� Report Nfl. F�01-083 February 21, 2001 I S�l11'��1�'I/�pl:3 �YeFJw - s Consulting — Geotechnical - Environmental = ' ' Construction IVlatenals Tasting L�BORAiORY INV��T1C�,ilON �ROG��UR�S The labaratory tasting pro�ram was directed primarily toward the evaluation of #he p�ysical and engineering characteristics of the underlying sit� soils. Identificat9on tests were performed to classify the soil samples aecording to the Unified Soil Classification System (ASTM D-2487) by a Geatechnical Engineer, unless otherwise noted. The results o� this laboratory testing program are shown af the apprapriaf� sam�l� depths on ff7e boring 1oc�s, or on the appro�riate figur�s. Ut�less noted, laboratory proc�dures were performed according to the fa[lowing standard procedures: f�aisture Cc,ntenf (�S'1'M ae22�61 Na#ural masture contents of the soil samples �based on the dry weight of the soil} were defe�'mined for selected samples af selected depths. T�ese moisture contents are useful in delineating the depth o� t�e zone of moist�re change wit� an increase in subsurface depth, and can be useful in locating the grflundwater tabl�. The moisture content can also bs usef�l in anaiyzing and e�aluating the �xpansion patential andlor shear strength of soil samples. The results of the test(s) are reported at the appropriate depth(s) on the boring log(s). Atterberq Limifs "Liquid and Plasiic Limits" (ASTM D-4318} The Atterberg Limifs are given as the partic�far moisture contents of fir�e grained soil materials when they meet the r�quirements flf a predefir�ed test, fn particular, the Plastic Limi� (P�) is gi�en as the approximate moisture content at which the soil material begirts to beha�e more like a plastic material than a semi-solid materiak. 5imilarly, the L.iquid Limit {LL) is given as the moisture cantent ai which the soil ma#erial begins to behave mare like a Eiquid material tnan a piastic material. The difference of ti�ese fwo test values can then 6e calculated, and is known as the Plas�tcity Index (P1}. Larger PI values indfcats an increased ability of ihe soil materiai to remain in a plastic state with changes in the maisture content, The results of the test�s} are reported at the appropriate deptt�(s) on the �oring log(s). The Atter�erg Ljmits can then be us�d in conjunctior� with other parameters #o classify the soif according to �he Unified Soif Classification System {USCS). T�ese parameters a�e also useful in evaluating the expansio� poientia� af the fine grained soii materials with fluctuatfons in the moisture content_ [�ock�f P����rrrm�t�� 5hear Sfiren�ih �valuafion A small hand h�id penetrometer device was �sed in �he labaratory to evaluate the shear s�rength of relatively undisturbed cohesive soil samples. In this tes�, the fiat tip of the �evice is placed on a flat portion of fhe undisturbed sampfe. A constant pressure is then appiied until the device per�etrates the sample a predetermined amount. The approximate shear strength develope� is #hen read on the side of the cievice in to�s per square foat, and is reported at #he appropriate deptf� or� the boring log(s). This test is valuab{e in developing re�ative correlations of the cansistency of soils across the si�e, and can also be used as an i�dication of th� in-situ moist�Te content relati�e to other sampies. llnconfined Comnressive Strenath af Soil SamQlss (AS�M D-21661 The unconfined Gampressive strengih testing D� tll� 50lI sample(s} was performed in orr�er �o evaluafe the undrained shear strength of tl�e sail material(s). For tE�is test, a sample wEth a minimum length to diameter ratio of 2:1 was used whenever possible in order to r�duce end effects during �testing. tf the ratio was less than 2, a correetion was applied according ta standa�ds listed in the ASTM manual. The results of the unconfined compressive sirength test is useful in App�ndix Sandy Lane park 7M1 Report No. F�01-083 �ebruary 21, 2001 �� . r����n�r��, ��e. — _- = Consulting -- Geotechnical - Environmental = ' ' Constrvction Nlaterials Testing evaluating the sf�ear sfirength af sail materials in undrained canditions and can aisa be used to determine the amaunts of cohesion present. The results of the tesf(s) are report�d at the ap�ropriate de�th(s) on the bor�ng log(s�. �'ree 5well Tests A firee swell test(s) was performed to evaluate tt�e swelling potential and restraining swell pr�ssure of an un�isturbed clay soil sp�cimen(�), when exposed to a free water saurce. In thi� test, the soil sample(s) is allowed to swell freeEq ur�der tE�e exEsting averburd�n pressure (based an the samp�� deptn of the soil specimen). T�e results of the swe11 tesi(s} are presented in the farm ofi chart(s) as noted on the Table of Contents. Appendix TECHNICAL SPEC�FICATIQNS DIVISIQN i - GENERAL REQ[JIREMENTS SECT�ON 01010 - �UNIlVIA�tY OF WORK The contractor sha11 supply all superintend�nce and shall perform all work and furanisk� all Iabor, equipment, materials and incidentals necessaxy and shall compl�te all work as described in thc plans and specifications. A11 construction and other work shall be done by the Contractox in accardance with the best engineerir�g and construction practices for the skill or tzade involved. The work to be acco�plished under these plan� a.zzd specifications %r SANDY LANE PARK BALL FI�LD, LIGHTING AND CHANNEL IMPROVEMENTS, (MAPSCO #SOC) includes: T�.e derr�aIitian of the existin� ball field faciliti�s and related 'unnrovements aa�d the construction and/or installation of facilities, epninment and im�r�ovements for a new ball fiejd i.e., site pre�aration, �radin�. eleetrical laght t�oles and li�hiin�, concrete bleacher pads, concrete du�out nads, chain Link fencin�, du�auts, backstov, HC accessible ramp, co�.crete sidewalks, du�out bench�s, bleacher units and new HC parkin�. The sco�e of work also includes the consf�ruction and installation of �abion stxuctures for creek bank stabilization. Th.ese plans and specifications were pr�pared for the Parks and Gommunity Services Department by Tea�ue Nall and Perkins, Inc. The Department af Engineering will ac�uunister ihe con�ract and furnish inspectian. The Contractor shall be respozasible fnr construction layout and stake lines and grades in arder to cornplete work as described in plans and specifications. All sucl� work shall be performed by a registered surveyor to insure accuracy of all field layou� and grade work. The agplicable itezns contained in the Standard Specifications foz Street and Storm Dzain Construction for the City of Fart Warth, Texas, shall apply to this contract just as though each �vere incorporated in these documents. Where the provisions or specifications contained in those c�ocuments are contrary to ihis publ�catian:, this publication sha1l govern. In case of conflict between plans ar�d specifications, ihe plans shall govern�. A co�y of the Sta.ndard Specifications �oz Stzeet and Storm Drain Construetion can be purchased at ihe affice nf the Transportation and Public Works Depariment, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas. The contracior shall provide all permits and licenses and pay all charges and fees, and g�ve all notices necessary �x�.d incidental to the due and lawful proseeu�ion of the work. The Contz�act�r shall contact the City of Fart Warth's Development-Plans Exam Section for a deterrnination of applicabie permits or variances required far this project. GENERAL REQUIREM�NTS -1- SECTI4N 0103� - CONTRACT TIME 1.01 PROGRESS AND CQMPLET��N Upon rec�ipt of a notification Ietter and the executed constxuction contract, the Cantractor sk�all be respon.sible for schaduling a preconstruction conference, which shall be held no laier than ten working day� from the date of the notification letter. At the tinte of the preconstruc�ion conference, a construction start da.te shall be established and indicated in the Notice to Proceed (Work Order} issued by ilie En.gineering Depart�nent. The Gontractor shall begin the wozk to be performed under t�e contxact on or before ten working days fram the date the Work Order is issued. The Contractor shall carry the vvork fo�-ward expeditiously with adequate forces and shall complete it within t�ie period a�time stipulated in the contract. 1.02 LIQUIDATED DAMAGES Tlais project wilI be completed within ihe specified days allowed. Liquidated damages will be assessed if the proj ect runs avez �.e allotted time. SECTT(}N UI100 - ALTERNATIVES The City reserves the right to abandon, w�thout abligation to the contractor, any part o� tk�e projeci {subject to conditio� set fnrtk� in Section 0115� - Payment ta Contractor} or the ex�tire project at any time bef�re �he Contractar �egin� any construction work aui:horized by the City. SECTION 01150 - PAYMENT TO CONTRACTOR 1.01 SCOP� OP PAYMENT: The Contxactor sllall accept the compensation as prnvided in the eontract in �ull payment far furnishing and payin� for a11 materials, supplies, subcontracts, labor, toa�s a.nd equipment necessary to complet� the work of the contract; for any Ioss or damage which may arise from the nature o� the work from the action o� the elez�lents, or from any unforeseen difficulty which may be encountered in the prosecution of the work, until the fnal accept�.nce af the work by the City; for alI risks of every description connected vvith tlie prasecution af the work; far a11 expenses and damages which might accrue to fi�e Ca��tractor by reason of delay in th� initiation and proseeution of the work from any cause whatsoever; for any�infringement aipatent, trademark or copyright, and fox coinpleting the work according to the p�ans andlar specifications. The pay�nent of any current or partial estimate shall in na way affect the obligatians af the Contractor to repair c�r remove, at his o�n expense, the defective parts of th� consiruction or to replace any defective materials used in the construction, and to Y�e responsible �'or all da�nages due to such defects if such defects ar da.mages are disco�ered on ar before the final inspection and acceptance o� ihe wcark. GENEItAL REQUIILEMENTS -2- 1.02 Partial p�y estimates shali be submztted by the Contracto�r or prepated by �ze City on the Sth day and 20th day of each month that the work is in progress. The estimate shall be processed by the City an the 10th day and 25th day respectively. Estimates will be paid within 25 days �allowing the end of tk�e estimate pexiad, less the appropriate retainage as set out below. Partial pay estirnates may include acceptab�e nonperishable materials delivered to the work place which are to be incorporated into the work as a pe�-manent part thereof, but which. at the time af the pay estirr�ate �ave not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of ihe net invoice value thereai The Contractor will furnish tlie Engineer such infozmatian as may be zeasonably requested ta aid in the �eri£'ication or the preparation of the pay estimate. ].03 It is understood that the partial pay esiimate an�ounts wi�l be approximate only, and all partia] pay estimates and payment of same will be subjec# to correction in the follawing estimate rendered aiter the di�cavery o� th.e mistalce i�n any previous estimate. Payment of any partia.i pay estimates sha11 not be an adrnission on the �art of the Owner of the , amount of work done or of its quality or suff eiency or as an acceptance of the work done; nor shal� same release the Gontiractor of any of its responsibilities under the Contract Documents. 1.44 The City reserves the righi to withhold the payment of any partial estimate if the � Contractor fails to perform the wor�C in strict accordancE with the specifications or other � provisions of this Contract. I.O� For contracts of less �han �400,OOQ at ihe iime of executian, retainage shall be 10 percent. For con�x-acts af �4U0,000 or more af the time of execution, reiaxnage shall � �e 5 percent. 1.06 Contractor shall pay subconiraciors in a.ecord wiih the subconiract agreement within five ' business days after recaipi by Contractor of the payment by City. ContractQr's failure ta malce the required paym�nt to subcontractors wiil authorize the City to withllold future I payrnents from the Cantractor until compliance with this paragrapb is accomplished. 1.07 Contractor hereby assigns to City any and all ciaims for overchaxges associated with this contract which arise under the antitrust laws of the United States, 15 U.S.C.A. Sec. 1�t se {1973}. �.0$ INCREASED OR DECREASED QUANTiTIES: The Owner xeserves the right to alter the quantities of tile work to be performed or to extend or shorten the izn.pravements at any time when and as found to be necessary, and the Contractor shall perform the wark as altexed, increased or decreased at the un�t prices. Such increas�d or decreased quarktity sha11 not be xnare fha.n 25 percent o� the conternplated quantxty a� such ite�nn or items. When such changes increase or decrease the ariginal quantity of any item or items of waxk to be done or maierials to be iurnishe.d by the 25 percent or more, then eit�er pa.z-�y to the contracfi shail upon writien request to the a�her party be entitled to a revised consideration upon tha.t portian of the work above or below the 2S percenfi of the origina.l GENERAL REQLiIREMENTS -3- quantiry stated in tl�e proposal; such revised con�ideration to be determinEd by speczal agreeznent or as hereinafter provided for "E�ctra Wark." No allowanc� �vvi11 be n�.ade for any changes in anticipated profits nor shall such chaziges be considered as waiving or invalidating any candations or provisions of the Contract Documents. 1.09 FAYMENT FOR EXTRA WORK: Extra work per�ormed by the Contrac�or, ihat is authorized and approved by �he City Engineer, will be paid far under "Change Qrders" made in the manner hereinafter described, and th� compensaiion thus provided shall be accepted by t�e Contractor as payillent in full far a�l labar, subcantracts, nlaterials, tools, equipment and zncidentals, and for alI supervision, insurance, bonds and all other expense of whatev�r nature incurred in the prosecution of ihe extra work. Paymeni for extra work will be �nade under one of the following type� of "Change orders" to be seiected by fhe City, A. Method "A". By unit prices agreed upon iz� the contract ar in vvziting by the Contractor a.Md City Engineer and appraved by the Caty Council before said extra work is conunenced subject �o all other conditions af the contract. B. Method "B". By a lump �um price agreed upon in writing by the Co�itractor and City Engineer and approved by the City Council t�efore said exfira work is commenced, subject to aiI other conditions of the contract. C. Metk�od "C". By actual field cost of the work, plus � 5�ercent as d�scribed herein below, agreed upon in writing by the Contractor and City Engineer and appro�ed by the City CounciI after said extra work is comgIeted, subject to a11 other conditions of tl�e contr�ci. In the event �xtza work �s to be performed and paid far under Method "C", the actual �'ield costs af the work wiil include the cast of a1I workmen, foremen, timekeepers, z�nechanics and laborers workir�g on said proj�ct; all used on such extt-a wark oniy, plus all power, fuel, lubricants, water and sirnilaz operating expenses; and a ratable proportion of premiums on performance and payment bonds, public liabi�ity, workmen's compensation and aIl athez insurance required by Iaw or ardinance. The City Engineer will direct the �o� izx which the accounts of actual field cost will be kept and will recammend ia� writing the me�hod of doing the wark and the type and kind of equipment ta be used, but such extra work will be perforn�ed by the Contractor as an independent con#ractor and not as an agent or emplayee of tYie City. The 15 perceni of the actual field cost to be paid the Contracfiaz s�all cover and canzpensate him for pro�rt, averhead, general, supervision and field office expense, and all other eleinents of cost and ex�ense not embraced within the actual fie]d cost as herein specified. The Cantractor shall give the Ci#y Engineer access to all accounts, bills, invoices ax�� _ vouchers relating thereto. G�r���L ��uz�rvr��v�rs -4- 1.14 DELAYS: If delay is caused by specific arders gzvez� by �he City to stop work, nr by the performance af exfira work, or by ihe iai�uz�e of the City to provide znaterial ar z�ecessary instructio:ns for carrying on the work, then such deSay will entitle the Contractar to an equivalent extension of time, his applicatian far whicb shaJl, however, be subject ta t�.e approval oithe Ci�y Council; no such extension of iime shall release the Contractor or the suxety on his performance bond fram all his obligations hereunder which shalI ramain in fu11 force until the discharge of the contract. �.11 CLAIMS AND DAMAGES: Any claims far 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 aft�r the cause or claim arises. U:�less such claim is so presented, it shall be held that the Cantracior has wai�ed the claim, and he sliall nof be entitl�d to receive pay �hereo% , i.12 TRANSPORTATION: No allourance or deduction will be made for any charge of freight rates. Na allowance for trar�sportation of inez�, �aterials or equipment will be allowed. ., 1.13 ACCE�TANCE AND FINAL �AYMENT: The City, upon reeeipt of the Director's "Certificate of Completion" and "Final Estimate" and upon receipt of �atisfactory ' e�idence from the Contractor that all subcon#ractors and persons furnishing la�or Qr . materials have been paid in full and all claizns of daamages to property or �erson.s because � of �he carrying on of tb.is wark have been resolved, or ihe claims disrnissed or the issues joined, shali certify the estimate for final payment after previous payments have been ., deduct�d and shall notify the Contractor and his sureiy o# the acceptance of the praject. On prajects divided into two or more units, the Contractor may request a final payment on one or more units �vhich have been co�npleted and accepted. The fi.nal acceptan.ce of the campleied work will lae by the Pazks and Communiiy Services Departnient and all guaxanties coverin� �ha eompleted work and all maintenance periods shall beg'rn with the date of this acceptance. On delivery of the �inal payment, the Cantzactor shall sign a written acceptance af the fmai esfiir�nate as payznent in full %r �e woxk dane. All prior partial estiunates sha11 be subject to correction in the fnal estimate and payment. SECTION 0�300 - SIIBMITTALS Prior ta consir�ctzon, the contraetor shall funnish tbe Pa�rks axxci Cammunity Services Department a schedule outlining the a3aticipate� t�e each pha�e of constr�iction will begin az�d be completed, including sufficien� time for clean-up. The Contractor shall submit to the Project Maz�ager shop drawings, product data and sarr�ples required in specification sections. GENEAAL REQUIREMENTS -5- SECT�QN p14p0 � QUALITY CONTROL The contractor will recei�re aI1 izzstxuctions a�d approvals frorn ti�e Di.zector of Engineering and/or his assigned inspectors. The inspector will be introduced to the contractor prior tn beginning work. Any vvork done at the direction of any other authority will not be accepted ar paid for. Final approval �ax the finished project shall be given by the Dizector of En�ineering, City of Fort Worth. The contractor or a compe�ent and reli�.ble superin�endent shall oversee the wark at all �imes, The superintendent shall represent fhe cont�actar in his absence and aIl directions given to him shall be binding as if given to tlze contractor. SECTION 01410 - TESTING All tests made by the testing laboratory selected by the City will be paid for by the City. In the event manufacturing certificates are requested, they sha11 be paid for by the Contzactaz. SECTTON 01�00 - TEMPQRARY 1�ACILITIES AND CONTR4LS The contractor shall take al1 precautions necessary to prote�t alI exisiing trees, shrubbery, sidewalks, buildings, �ehicles, utilities, etc., in t�ie area vvhere th� work is beizag done. The contractor shall rebui_ld, restare, and make good at his own expense alI injury and damage to same, vv�ick� zn.ay result from work being carried o�t uzrder this contract. T`he utility lines and conduits showr� on the pla.ns are for information only and are not guaranteed by the Owner to �e accurate as ta lflcation and depth; they are shown on tk�e plans as the best information a�ailable from the owners of �he utilities involved az�d frarn evidences found on the ground. The contractor sha11 deternzine the �xact location of all existin.g utiiities and conducf his wark ta �revent inten�ption of service or darnages. SAFETY RESTRICTIQNS - WORK NEAR HIGH VOLTAG� LINES A wa�-ning sign not Iess �han five inches by seven inches, painied yellow witb black letters that are legi�le at twel�e feet, shall be plaeed insid� and outside vehicles such as cranes, derricks, power shovel, drilling zigs, pi3e drivers, hoisting equipment ar sirn.iiar nlachinery. The warning sign shall read as follows: "WARNTNG - UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." Equipment ihat may be operat�d within six feet �f high �oltage Iines shall have an insulating c�.ge-type guard about the boom or arm, except �ackhoes or dippers, and insulator links on the lift hood corinections. _ GE7*IERAL REQUIREMBNTS -6- When necessary to work wiihin six feet of high valtage electric Iines, the Coniracior shall notify power cou�pany {TXU Eleciric) to erect tempor�ry mechanic�l barriers, de-energize the Iine, or raise or lower the line. Ti�e contractar shall maintain a Iog of all such correspondence. The Contractflr is responsible for all costs incurred. SECTI�N 01640 - SUSST�TUTIONS AND PRODUCT OPTIONS 1.01 GEI�TERAL Send submittals for substitutions to: David Creek, La�ndscape A'rchit�ct ($�i)$'�1-�'i34 Parks and Cam�unity Services Department � 4200 S. Freeway Suite 2200 ' Fort Worth, Texas 7b115-1499 1.Q2 PRODUCT� LIST A. Within ten (10} days after date of Contract, submit to Landscape Architect two (2) copies of complete Iist of all products which are proposed for installatian. B. Tabulate list by eac� specification section. C. For products specified under reference standards, include with �isting of each product_ 1. Name and address of manufaciurer 2. Trade name �• 3. Model ar catalog designa�aion 4. Mar�ufacturer's data a. Performance and test data b. Reference standards I.43 CONTRACTOR'S OPTIQNS A. For products specified only by reference standards, select any product meeting standards, by any manufacturer. B. Fnr products specifi�d by nan�ing sevezal products ar ma,nufacturers, select any product az�d maa�ufacturer naix�.ed. C. �'or products specifiEd by nansing one or niore products, Contractar rnust subniit reque5fi, as req�ired far sut�stiiution, for any product not sgecifically named. GENBRAL, REQUiREMENTS -7- 1.04 SUB,STITUTIONS A. During bidding, Landscape Architect will consider written requests from prime bidders for substitutions, received at least ten (10) da.ys prioz to bid date; requests received after that time will not be considered. B. Wzfh�in thirty (30) days after date of Contract, Landscape Architect will consider formal requests from Contractoz- £ar substitution Of pTD[�11Ct5 in place of thase specifiad. C. Sul�mit t�vo (2} copies of request for substitutiQn. Include in request: I. Complete data substanliating campliance of proposed Sil�]StItClti�T1 vcrith Can�ract Documents. . 2. For products: a. Product identification, including manufacturer'� name and address. b. Manufacturer's 1'zteratUre: (1) Praduct description {2) Perforn�ance and test data {3) Reference standards c. Sampies, if required. d. Narrie and addres� of simi�ar projects on which product was used, and dat� of installation. D. In making request for substitutian, BidderlContractor represents: l. He has personally in�estigated proposed product or metbod, and determixied that it is equal or superiar in all respects to that specified. 2. He will pro�ide the san�� guarantee (ar bettex) for substituted product or method specified. 3. He will coordinat� installatian of accepted su�stit�tion into work, making such changes as rriay be required for v,�ork to be complete in a11 resp�cts, 4. He w�ives all c�aiur�s for additional eosts related io substitution, which consequently becanae apparent. E. Substitutions will not be eonsidered if 1. They are indicated or impiied on shop drawings or project data subrnittals wii;hout fornTal request submitted in accord with Paragraph 1.04. 2. Acceptance will require substantial revision o� Contract Documents. GENERAI_. REQUIREMENTS -S- SECT�ON O1'�00 - PRO�ECT CLOSEOIIT 1.01 CLEANING The Contractor sha.11 make final clean-up of the consfruction area, to the satisfaction of the Parks and Community Services Depariment, as soQn as construction in that area is completed. Glean-up sha11 include rezx3oval of all canstruction materials, pieces af concrete, equipn7ent andlor other rubbish. Na more �han five {S) d�ys shall elapse after the completioi� of construction before the area is cleaned. Surplus materia.ls shalI be disposed of by the Cantzactar, at thzs own expense, and as directed by the Parks and Communiiy Services Department. Cleaning af equipment by Contractoz or Subcontractor, such equipment as cement mixers, ready-mix trucks, tools, etc., shal] take place in an area designaied by the Parks and Cornmunity Services Departn.�zent. 1.02 GUARANTEE The Contractor sha11 be responsible for defects in this projeet due fo faulty warkmanship or materials, or both, for �. period af one (1) year from the date of final acceptance of this project by the Paarks and Cammunity Services Department. The Confxactor will be required to replace, at hi� own expense, �ny part, or a]l, of this project which becomes defective due io these causes. SECTI4N O1SOU - CONTRACTOR'S RESPONSIB�LITY FOR DAMAGE CLAIMS �� Contractor co�enaaits �nd agrees to indemnify City's engineer and architect, aand theiz personnel at the project site for contractor's sole negligence. In addition, Confixactar covenants and agrees to indemnify, hold harmless and de%nd, at its owz� expense, the Qwner, its officers, servants and • employees, from and against any and all claims or suits for praperty loss, property damage, � personal injury, ir�cluding deaih, arising out of, or aileged to arise out o£, the work and services to be perforxned hereuttder by . Contractar, its afficers, agents, employees, subcontractors, Iicensees or invitees, whetiher or �ot any st�ch iniury, dama�e or de�th is caused, in whole or � in par�, bv �he ne�li�ence or all��ed ne�li4ence of Owner, ifs afficers, servants or emUloyees. Contractor likewise covenants az�d agrees to zndemnify and hnld harmless th� Owner. r from and against any and all injuries to Otivner's officers, servaa�.ts ar�d employees a�nd an.y .� da�zage, lass or destruction to property of the Owner arising from tize perfoz-z�a�ce of az�.y of the terr�s and conditaons of this Cantract, whether or nat anv such iniury or dama�e is caused in ` whole or in nart bv the negli�enee or alle�ed ne�li�ence of Owner, its o�ficers, servants ar � emplo�ees. In the event Owner recei�ves a written claim for damages against the Contractor ar its subcontractors prior to final payxnent, final payrnent shall not be made until Coniractor eiiher (a} submits to Owner satisfactory evidence that the claim has been settled andlor a release from the claixnazat 'vrivo�ved, ar {b) provides Owner with a letter from Contractor's liabi�ity insurance carrier that the claim has been referted to the insurance carrier. GENERAL REQUIREMENTS _9.. The Director may, if he deems apprapriate, refizse to accept bids on any other City of �'ort Warth public work fram a Contxactar against whom a claim for darnages is outstanding as a result of work perfa�ed under a Ciiy Contract. END OF DIVISIQN G�NERAL REQUIRENIBIVTS -10- SECTI4N 0210Q � SITE PREPARATION PART 1 - GENERAI, 1.41 SCQPE: Work in this section includes furnishing all labor, m�a.terials, equipment and services required for si�e preparatian, cleaaring and gruhbing, demolition, removal and disposal of items as sp�cifi�d herei.n a.nd on �he plans. 1,02 RELATED WORK/DOCUMENTS: A. : Section 02200 - Earthwork Existing Site Conditzans and Demalition Plau; Creek Bank Stabilization Plar�; Site Gradi.zig Plan & Erosion Control Plan (Re%r to plan shee�s) 1.03 PR07ECT CONDIT`IONS: A. Existing Conditians: Tl�e site is an exisiing ball iielci covered generaIly with grass and vegetation, existing fencing and concrete slabs. Contractor shall visit the site and verify the nature and extent of site preparation work required. B. Protection: Cant�'actar sha11 be respansi�le for the protection of adjoining praperty and zrnprove�ents ouiside the limits of the work. Protect existing paving and utili�ies froin damage b� equipment and tn�cks. Repaiz' daznage to pa3rking IoY and lawn areas if ' damaged due to wark per�ozmed on the project. Repairs shall be ta a condition equa.l to or better than the condition of areas before work �began. 1.04 REGtJLATORY REQUIREMENTS: /;.� , B C. Conform to applzcable buildin� code for disposal of debris. Coordinate clearing work with owner and utility companies. Conform with applicable portxons of OSHA, including 1926.644 1.05 METHOD OF PAYMENT: Wark performed as described in this section shall be measured and paid for under the appropriate pay itern (ar items} listed in the Proposai. Wl�ere wark • described in this seciion is called far on the plans ar is requi.red in order to cornplete the prQject, but not specif cally includad in the proposal as a pay item, tkien such work shall be performed as a subsidiary or incidental part o�'the contraci. _ The Proposal includes tlle following pay Items related to this section: � � � �ite Preparation and Demolition Ezosion Cantral Remaval of Existing Infielci Mat�rial SITE PIZEPARATION oziao -1- PART 2 — PRODUCTS 2.01 No products are required io execute this work, except, as the Contractor may deem necessary. PART 3 — EXECUTION 3.01 PREPARATI�N: A. Verify that axisting planf lzfe ax�d features designated to remain are tagged or iden�ified. Install temporary woaden fence barricades around trees to remain. Prune trees that remain to minimize sbock. B. Locate and identify utilities intended to remain. 3.02 EROSION CONTR�L: Ezosion control devices shall be installed and mainta�ined by tk�e Contractor in accordance with the Erosion Control P�an provided herein andlnr as n�ay be necessary fa control erosion on and around the project site. 3,03 CLEARING AND GRUBBING: A. In general, clearing and grubbing sha�l be perfornsed in advance of grading and earthwark operations and shall be performed over the entire area of earthwork operations. Clearing and grubbing shall consist ofremaving all natural and artificial objectionable rnaterials frarn the project site or f�om Iuruted areas o� construction specified within the site. B. Unless oiherwise speci�ed on the plans, existing trees and shrubs shall be preserved and protected and all scrub grow�th, such as cactus, yucca, vines, az�d shru� thickets, shal.l be cleared. All dead trees, logs, stuxnps, rubbish af any nature, and other surfac� debris sha11 also be cleared. In particular, all debris, Qbsiructions and vegetatian along the north chanr�el bank and in the existing creek bed {frorn toe to toe of channei) within the limits af tb.e proposed channel work shall be cleared and removad frorn the site. C. Buried maieria� such as logs, stumps, roots of downed trees that are greaier than ane and 1-1/2') ir�ches in c�iameters, matted zoots, zubbish, and foreign debris sl�all be grubbed and ren�oved to a minimum depth of 24 ix�ches be�ow proposed finished grades. D. Grouud covers of weeds, gzass, aaid other herbaceous vegetation shall be removed prior to strip�ing and stockpiling topsoil fram areas of earthwork operations. Such removal shail be accomplished by "blading" off the uppermost layers of sod or root-mattec� so�l for removal. 3.04 PAVEMENT/FLATWQRK REMOVAL: A. Bit�zminous and concrete pavements ar sla�s shall be remaved i.o neatly sawed edges. Saw cuts sha11 ba fu�I d�pth. I�'a saw cut in �oncrete pavement falls within 3 feet of an existing score joir�t, construction joint, saw joint, cold jaint, expansion joint, or edge, �he concrete shall be removed to that joint or edge. Al� saw cuts shall be parallel andlor SI'1� PRE,PARATION 0210Q -Z- perpendicular to the line of existing pavenient. If ati edge of a cut is damaged subsequent to saw cutting, the cancrete shall again be sawed to a n�at, siraight line for the purpose of r��naving the damaged area. B. Concreie curb and �tter shall be removed as s�ecified above. No section to be repIaced shall be smaller than 3� inches in length or widt.h. 3.05 UTILITIES REM4VAL: Tn general, those utilities an the site thaY are noted to be ren�aved, if any, and that be�ong to the Dwner shall be renioved by ihe Contractor. The Owner is resporasible for arranging the relocation or removal of other utiliiies owned by utilit� campanies or other parties. 3.06 MIN4R DEMOLITION: There xx�ay be certain items on the site such' as old building faundations, retauung walls, chain link fences, post and cable fences, backstops, dugouis, miscellaneous aquipment, and other undetermined .struciures and imprnvements that must be removed before construction can comrnence. Unless otherwise specified, such items become the prape�ty o�'�he Contractor �'or subsequent disposal. A. Demolition work sha11 be executed in an orderly and care.ful manuer wit�i due cansideration for �eighbors and the public. B. All demolitian �ark shall be accom.piished in a manner tha� provides for the safety of the public and all worianen and provides far ihe protection of all property not to be wreck�d ar demolished. Methods of procedure shall be as approved by the Landscape ' Architect. C. Wrecking and demolition sha11 consist of the dismantling and complete removal of a11 � strueiures, it�nls and obstructions as shawr� or� the dra'wings or called out in t�ese • specificatians. Any exxsting rubbish, trash and junk sb.all also be removed and the site left clear af such materials. � D. All items called for on the drawings in be r�maved and relocatEd shall be removed and stored until such time as they are to be installed in tl�eir new location. These items are assumed to be i�n gaod �perating candition at �ne tinne the caratract zs signed, and shail � re�nain the property of the Owner. These items shall be properly protected by the contrac�or and remaved by him, complaie,� including all appurtenances and reinstalled in iheir new locaiion in good arder with any modiiications called for by the drawings. 3.47 REMOVAL OF EXISTING INFIELD MATER�AL: The existing infield material shall be excavated az�d hauled off in advance of grading and earthwork operatians. 3.08 USE O�' EXPL05IVES: Th.e use of explosives will not be permitted in site preparation operaiions. 3.09 BACKFILLTNG: All holes, cavities, and depressions in the �round caused by site preparation operations will be backfilled and tamped ta normal campaction and wilI loe graded ta prevent - ponding of watex a.nd ta pzomote drain.age: In areas ihat are to be iiximediately excavated, th� ArchitectlEngineer m.ay pez�x�.it holes, etc., to remain open. SI'I'E pREPARATION Q21�0 -3- 3.1 Q DISPOSAL OF WASTE MATERIALS: A. Unless otherwise siated, existing trash, debris, aba.nda�ed �acilities and/or equipment, fences, cancz-ete, extracted plant l�zfe aa�d other m�terials generated by clearing, grubbing, removal, and denlolition shall be known as "wa�ie" or "spoils" and shali be removed from the site and dispased of by the Cantractor. Sunilar xn.aterials may be unearthed or generated by earthwork operatio�s ar by subgrade preparation. Unless otherwise specified any merchantahle items become the property of the Contractor. B. Burning debris on-site wil� not be permittec�. END OF SECTION siTE pu��,�xAria�v 02104 -4- SECT�ON 02200 - EARTHWORK PART1-GENERAL 1.01 �COPE: Work in this section includes fiirnishing all iabor, materials, eguipment, a.nd servic�s required to cor�sta-uct, shape, and iinish earthvwork to the required Iines, gra.des, and cross sections as spec��ed herein and on the plans. 1.02 RELATED WORK 1 DOCUMENT5 A. Section 02100 — Site Preparatian. B. Sectian 02520 -- Infield Surfacing C. Section 02521 — Infield Conditioner D. Site Grading Plan and Creek Bank Sta.bilization Plan (Refer to plan sheets) 1.03 METHOD OF �AYMENT: Work performed as desc�ibed in this section shall be measured and paid for under the appropriate pay item (or items) lisied in the Proposal. Where work described in this section is cailed for on the plans or is required in order to coinplete the project, but not sp�cific�.11y included in the proposal as a pay item, then suck� work shall be performed as a. subsidiary or incidental part a�the cont�ract. The proposal includes the following Pay Iterns related to this section: � Site Grading PART � - PRODUCTS 2.01 LTNCLASSIFIED EXCAVATIQN: Unclassified excauation shal� consist af all exca�ation, �� unless separately designated, within fhe limits of #he work. Llnclassified excavation includes all material encountered regardless of its nature or the ma.nner in which it is to be excavated. 2.02 LTNCLASSIFIED FILL ,, A. Unclassified fill shall canszst af all fill within ihe l�its of �he work. All su�table native material� removed in unclassified excava�ion, or similar iixaported materials, shall be used insofar as practicable as unclassified fill. Properly deposited, conditionad, and , compacted fill is hereinafter referred to as "earth embar�kment." B. Rock: Minor quantities of rock n.ot greater than four inches in greatesfi dimension are permissible in fill materials used to cor�st�ct earth embanl�nent. Minor quantities ni rack of greater dimensions may be placed in the deeper fills in accordance with the State De�artxnent of Hi.ghways ary.d Public Transpartation zequirements foz construction of roek embanknzents, providec� such placement of rock is not im�nediately adjacEnt to structures or piers. Also, rock may be placed in the portions of embankments outside � � EART�iWORK 0226Q -1- the Iirnits of the carnpleted graded wid#h where the size vf the rock prohibits their incorporatian in the normal embankment layers. 2.�3 TOPSOIL On-Site TopsoiL• Tapsoil shall cansist af an a�erage depth of six inches of native s�face soil Ieft in place after tk�e ground cover of herbaceous vegetation and other objectionable matter has been cleared by "blading," as specified in Sectidn a2100, "Site Preparation." Topsoil may be greater or less, than the upper si� inches in depth, 2.04 iM�'QRTED FILL A. Imported fill materials shall be used for the constr�ction of earth embankment iz� the event tllat (1 }�he volurne of unela�sified �xcavati.on is less than the volume of fill required far ear� emba.nknient and/or {2) the c�ndi�ion of materials reniaved in unclassified excavation makes them unsuitable for use in tkxe construction of earth embankmeni. B. The Contractor shall hau� and place imported fill obtained from off-sit� sourc�s as necessary t� construct the embankment and various other d�tails of the consir�ction plaaas. A11 costs related to such importad filt will be included in the cantract price, and na ac�ditional ar separate payment for imparted fill will be due the Cozitractor. C. A saxnple of the proposed in�parted fill inust be provided by the Contractor and be approved by the Own.er. �n general, imported material must be equal to or better than native n.iaterial in quality and engineEring characteristics. The Archztect/ Engineer may also require the Contractor to provided a nna�erial analysis test of the proposed iill. 2.05 SELECT MATERiALS A. Select materials shall be unported frorn offsite sources, unless �hey are available from specificall�r designaied areas on the site as marked on the plans. B. Cushion Sand: Clean fin� sand, free frozn clay clumps, rocks, or other deleterious material. C. Skinned Ir�field Soil: Mix shall he according to Section 0252� Infield Surfacing and Section 02521., In.field Conditioner. Place in a unifarm ininimurn, ei�it fi$"} inch thickness over the skinued infield area and where indicaied on the drawings. 2.06 UNSUTTABLE MATERIALS A. Tdpsoil, seIecf z�naterial, imported fill, or u��cla�sified fill will be declared a� "'uns�itable" by the Owner if, in�his opizuon, any of the follawing conditions or matter and particles are present ia a degzee that is judged detrimental to tlie proposed use af the material. - 1. Maisture 2. Decayed or undecayed vegetaiion 3. Hardpaan clay, heavy clay, ox ciay balls � �.vi�-rwo�x 422op -2- 4. Rubbish 5. Construction rubble 6. Sand or gravel 7. Rocks, cobbles, or boulders S. Cementious matier 9. Fareign ma�ter of any kind B. Unsuitable materials will be disposed ofas "waste" as specified in Section 021flp. C. Wet Material: If f 11 material is unsatisfactory far use as embankinent solely because af high nlaisture content, the Arcl�itectlEngineer maq grant the Contractor permission ta process the material to reduce the moisture content to a usable aptimum eonditian. PART 3 - EXECUTTON 3.01 SITE PREPARATION: In general, "site preparation," as specified in Section 42100, shall be gerfnrmed in advance o�' gradii�g and earthwark operatians and shall be completed over the e�ztzre area of eartl�wark aperations. 3.Q2 T�PSOIL EXCAVATION, STORAGE & REPLACEMENT A. Topsoil shall be excavated from areas to be further excavated, zegraded ar fiiled. The removal and storage of topsoil shall occur after site preparation is c�m�lete and �eforE excavation and embankmeni canstruction begir�. Likewise, topsoil will be replaced after excavation and embankzzient canstructian aze complete. B. Removal: Topsoil shall be stripped to an average depth of six inches from areas where excavatian and embankment construction are planned. Topsoil inay be obtained from gz�eater depths if it is uncoz�taminafed by the substratum and it is of gaod quality, in the opinion of the A�chitecilEngineer. C. �tarag�: Topsoi� shall be stared in stockpiles conveniently located to areas ihat will later receive the topsoiL Stockpiles shall be out of the way of earthwcark ap�rations in locations a�praved by tl�e Owner.or AschitectlEz�gineer. �tored topsoil shall be ke�� separate from other excavated materials and shall be protected froz�n. cantaxn.ination by objectionable rnaterials that would rerider it unsuitable. Erosion cantrol shall ba installed around perimeier of stockpiles(s) and maintained during the work. ' D. Ti�aing: Topsoil will not be replaced {depasited) until constructifln activities are compleie that would create undesirable conditions in �e topsail, such as avercompaction ar coniamination. Trenching far items such as electrical conc�uii and irrigatian pressure lines must be complete befare topsail replacem�nt may begin. E. Repiacement: Topsoil will be deposited in a single layer or lift. It will be placed; processed, compacted, and graded to leav� a finished Iayer o�topsoil not Iess than five inches in depth. Unless otherwise indicated, tapsoil will be replaced over all azeas of earthwork (inc�uding slopes), except where the skinned area of a. ball field will i�e . constructed. Topsoil shall be carefi�lly placed to avoid any displacement or damage to EA1tT�TW012K 022fl0 -3- the subgrade. If any of the subgrade is �utted, dama�ed or displaced it sha�l be re�tored prior to placing topsail. F. Grading: Topsoil will be final gzaded to the elevations sho�vr� an the plans. Firie grading will be accornplished wit� a weighted spike harrow, weighted drag, �ractor bax blade, light maintainer, �ar other acceptable machinery. All pa��icles of the finish grade shall �e reduced to less than ane izach in diameter or ihey shall be rernoved. All rocks of one inch ar greater shall alsa be removed. Grading operations and equipment will be such that topsoil does not become overcon�pacted. Bulldozer blades and frant-end loader buckets are not accepta.ble devices for topsail grading operat�ons. Final grading wiihin five feet of constructed or installed elements shall be hand raked. G. Acceptability: Finished areas of iopsoil are satisfactory if they are true ta grade, xrue in plane, even in gradient {slape), �niform in surface texture, and of nornial compaction. Areas ofloase gzanular pockets or ofovercampact�d snils are noi acceptable and will be rewarked. Fi�ished areas will gxomote surface dtainage and vc�ill be ready for turfgrass planting. 3.43 UNCLASSIFIED EXCAVATION A. All excavated areas shall be mainta.ined in a condition to assure proper drainage at aIl times, and ditches a.zid surnps shall be cons#�ucted and maintained to avoid datnage to ihe areas under construetioi�. B. Surplus Material: i. 5urp�us excavatian is that quantity a� material that may be left over after the g�ading plan is executed, and all earthworl� �per�tians, uicluding excavation, embankment construction, topsoil replacement, and final grading, axe completed. Any other surplus material sha11 be disposed of as "vvaste" as specified in Sectian 02100. 2. At �his Parlc, the Architect/Engineer shall permit ihe Cantractor to "waste" the surplus by constructir�g additional embankment in an approved ]ocation. No additio�lal paymen.t �ar such waz'k rvauld be due �lie Cantractar. C. Excavation in Rock: The use of explosives �viil not be penrr�itted. U�less otlae�wise indicated �on the plans, excauation in solid rock shall extend six incY�es below required subgrade elevation for ihe entire width of the axea under constructian and shall be backfilled with suitable materials as indicated on the plans. 3.04 EARTH EMBANKMENT A. Earth embanlcn�ent is dafined as enlbanl�ment conlposed of suitable xnateriais removed in unclassified excavatia� ancUor imported fill. The constraction of embankmeizt includes preparing the area on v,�hich fill is ta be placed and the c�epositing, conditioning, and campaction af fill material. B. General: Except as otherwise required by the plans, all enzb�nkment shall be constructed in layers approxiznately paxallel ta the finished grade of tbe graded axea, and Eartrxwo�uc ozaoo -4- each lay�r s�all be so const�cted as to provide a uniform slope as shown on the grading plan. Embankinen.ts shall be constructed to correspond to the general shape o�the typical sactions shown on the plans, and each sectian of ihe embankment shall correspond to the deta.iled sectian oz slopes established by the drawings. After cornpleiion af the graded area, emba.nk�.nent shall be eontinuously maintained ta its finished section and grade uniil the projec# is accepted. C. Prepaara�zon: Priar to placing any embankment, a1I preparatory operaizons will have been comp�eted an fi11e exca�ation sources and a.reas aver which tk�e embankment is to be placed. The subgrade s}aall be proof ralled 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 25 tons except as otherwise specified for tree protection and areas inaccessible to vehicular compactors. Stump holes ar other smal� excavations in the limits of the embankments shal� be backfilled witk� suitable maicrial and thoroughly tamped by approved methads before commencing embankment constructian. The surface of the graund, including plowed, ioosened ground, or surf'aces raughened by small washes ar otherwise, shall be restored to approxitnately i�s origi.z�al slope by biading or ather methods, and, where indicafed on the plans or required by the Owner, the ground surface, thus prepared, shall be compacted by sprinkling and rolling. D. 5cari�cation: The surface afall areas and slopes over w�ich �ll is to be placed, other than rack, shall be scarified to a dept�i of approximately six inches to provide a bond between ihe existing surface and tk�e proposed embankment. Scarificatzon shall be accomplished by plawing, discing, or ather approved means. Priar to fill placement, the looseiied material sha11 be adJusfied to the proper moisture content and recompacted to the density specified herein for fili. E. Benching: Scariiication is normally adequate far sloping surfaces. Hovvever, in certain cases where fill is to be placed against hillsides or existing embaz�nent with slopes greater t�aan 4: l., the Contractor sha11 key the fill material to ihe exisiing slopes by benching. A�inimum of three feet normal to the slope shall be removed and recompactad to in.sure that the new work is canstructed an a firm foundation free of loose or disturbed material. F. Depasiting: k`ill material shall be placed in horizontal layers or 1ifts, evenly spread, r�at to exceed eight inches in loose c�epth before conditioning and compaetion. Unless otherwise permit�ed, each layer af fiil material shall cover the Iength and width o�the area to be fi�led and shall be conditioned and compacted befor� the next bagher Iayer of f ll is pla.eed. Adequate drainage shalI be maintained afi aIl times. G. Watering: At the time of compaction, ihe moisture content of fill maierial shall be such that the specified compaction will be obtained, and �he fi11 will be firm, hazd, and unyie�ding. Fill rnaferial which cantains excessive nzoisture shall nat be compacted uniil it is dry enough to obtain the speciiied compaction. . H. Compacting: Each layer of earth fitl shall be coxnpacted by appraved tan�ping or sheepsfoa� roIlers, pneumatic tire rollers, or other mechanical nleans acceptable to the EARTH W ORK 02200 -5- Owner. Hand-directed cozxipactian equipn�ent shall be used in areas inaccessible to vehicular compactors. I. Grading: Ern�ankments shall be constructed in proper sequence and at propar densities for their r�spective functians. All embankment serves in ane capaciiy or another as subgrade (e.g., uxzder tapsoil, under eancrete a.nd a.sphalt pavement, under structures, etc.). Accordin�ly, the upper layer of em�ankment shall be graded to wi�hin plus or minus 0.10 fnot of �roper subgrade elevation prior to depasiting topsoil, and prior to the construction ofpavements, slabs, etc. 3.05 DENSITY CONTROL A. Earth Embai�la�nent in Genera.l: Earth emba.nkrnent shall be compacted in lifts at a min'rmum of 90 percent of �tandard D�nsity ASTM I7698 with plus 4 percent or minus 2 percentage points of optirnum moisture content. B. Eart.� Er.nban�ieni Under Structures a.nd Pavement: The to� 6 inches of natural �artb comprising the subgrade for structural slabs or for areas ofpavement shall ba 9S percent to 98 perceni of Sta�ndard Density ASTM D698 with the moisture cantent at minus 2 percent to plus 4 percent of optimum. . 3.06 MOISTURE MAINTENANCE: The specified moistur� content shall be mairttained in a11 era�laankinents that are to function as subgrade for siructures, areas af pavemeni, ar for select emba�kment. After completion of the emban]�r�:ent, the Coz�tractor s�iall prevent excessive loss of moisture in tl�e embankrnent by sprinkling as required. Loss of moisfiure i� excess of 2 percent belaw optimum in the top 12 inches of the fill will require that the iop 12 inches of the eznba��ki.�.aent be scarified, �v�tted, and recoLnpacted prior to p�acement af the structure, select iill or pavement. If desired, the Cantractoz nnay place an asphalt rnembrane of emulsi�ed or cutbac�k asphalt over the completed embankment and thus eliminate the s}�rinkiing zequirenzent. ENb OF SECT��N EARTHWORK 02200 -6- SECTIQN 02320 -- GABIQN STRUCTURES PART 1-GENERAL 1.01 SCQPE: Work in ihis seetion includes furnishing all labor, materials, equipment, and services required to construct, sb.ape, and finish gabion structures �ox creek bank stabilization to the ' required Ii�aes, grades, and erass sections as specified herein and on the plans. 1_42 DESCRIPTI4N Gabion structures consist of rectangular, com�artmented wire baskets filled with stone used to build earth retaining and erosion contarol sf.ructures, such as: retaining walls, ebannel linings, slope pro�ectian, headwalls far pipes, weirs, az�d flexible aprons. 1.03 RELATED WORK / DOCUMENTS A. Section 02100 — Site Preparaiion. B. Section 02204 — Earihwork C. Site Grading P1a,n and Creek Bank Stabilization Plan (Re%r to plan sheets) 1.04 METHOD OF PAYMENT: Work performed as described in this section shall be measured and paid for under the appzapriate pay item (or ite�s) Iisted in the Proposal. Wh.ere work described in ti�is sectior� is called for on the plans or is required in order to complete the project, but not specifically included in the proposa.l as a pay item, then such wark shall be perfaz�ed as a subsidiary or inci�ental part o�'the contract. Tlze proposal i.n.cludes the fallowing Pay Items related to this sectian: � Gabion Struciures for Creek Bank 5tabilization PART � - PRODUCTS 2.01 G�BIONS: A. Gabions shall be of �e size and iype called for on the plans and as manufactured by Gabions North America, Inc., Dallas, Texas 214-931-1111 ar approved �qual. B. Gabions sha11 consist of uniform hexagonal shaped wire mesh wo�en in a double twist pattern with openings approximate�y 3 11a" x�4 1/�". The mesh shall be fabricated in such a maz�ner as to be non-raveling and designed ta provide the required flexibility and strength. G Gabians shall be of single unii construction that when assembled will form a rectanguIar gahion with thiekness of 1$" or 36" as shawn on the p�ans. The base, end ar�d sides aze to be either woven into a single unit, or one edge of ihese members connected to �ie base section of the unit in such a manner that strength and flexibility at tl�e point of coz�nection is approxima�ely equal to that of the mesh. Where the length af �he gabian exceeds its horizontal width, �Yie gabion is GABIOI� STRUCTIJ�S 0232p -1- divided into compartrnents of approximately equal size by diaphragms, using the same rnesl� a�d gauge as ihe body of the gabion, into cells whose langth does not exceed the horizontal width. Tl�e diaphragms shall be secured in praper position o� th� base in such a mann�r thaf no additional t�ring is necessa�y. D. All perimeter edges of the wire mesh shall have a�ea�viex s�lved�e wire woven into the mesh panel. .P�11 cut edges oi th.e mesh sh�ll be securely attached to a selvedge wzze by a m.inimum of two complete turns to he wire mesh around the selvedge wire. 2.OZ W�RE AND CDATINGS: A. AII wire used in the construction of gabions, including tie wire shall be equal to or exce�d Feder�l Speciiication QQ-W-46�h, wire, steel, cas�bon, including the following sp�cified requirement: Finish 4, Class 3 w�ight of zinc coating. B. �ire used in the consiructian af gal�anized gabions, sk�all zxaeet the �oliowing diameters: Me�1i Wire Nom�na10.118" ± 0.004" ar approximately U.S. 1� gauge Selvedge Wi�re Nominal O.I SO" ± 0.004" ar appzoximately U.�. 9 gauge Tie Wire Nomina10.086"± O.Q04" or approximately LT.S. 13 %z gauge C. PVC coated gabians sl�all be used for all installations and shall rneet all requirements af galvanized gabions, except wire diameter for the mesh wire shall be approximafely 0.106" ± 0.00�". Wire diameter �oz seJvedge wire shall be appxoximately Q.134" ± O.QQ4". The wall thickne�s of one side £az- the PVC caatixxg sha�l be not less than Q.014". D. All testin� of wire diameters shall be prior ta fabrication. E. Tie wire shall be suppiied for sec�arely �ast�ning all edges of the gabion baskets ar�d diaphragms. Tie wire shall be included in suffcient quantity for typing all gabian baskets in accordance with the s�ecifications. No other wire except af the type supplied with tk�e gabions shall be used. No clips, rings, or fasteners made of wire other than the tie wire fumi�hed witl� ihe gab�ons may be used. �. Gabions furnished by inanufacturer shall be of uniform si�ze and subject io dimension tolerance li�nit of ± 5%. The gabiax�s shall be certified by a notarized sworn a�f da�it of rna.�nufacturer showing compliance wiih specification requirement. . 2.43 GABION ROCK: A. The rock (gabion stane) shaJ� be ha�-d, duxable, well g�raded 3" to 8" in size as speci�ied and approved by the engineer. Priar to placing the rock, samples shall be delivered to the site and shall be approved for gradation and appearar�ce. B. Following ins#allation, all rock shail receive a spray applica"tion. of coloriziz�g dye (colar selected by ihe �Owner). Dye shall be af a manufacture reconunended by gabion masiufacturer. GABION S'I'RUCTUItES 02324 _�,_ i PART 3 - EXECUTIQN 3.01 GENERAL A. The gabic�ns shall be pla.ced in accordance with the size and type as shown on ihe plans. PVC coated gabio�s shall be used. The placernent shall be in close conformity io the line aald grade shown on the plans and cross-sections and shali be in strict accordance with these specifications. Camplete instruction, including pi�otos of coxrect a�d incarrect canstruction methods sha11 be provided by the gabion b�.sket zzaanufacturer. 3.02 GABION AS�EMBLY A. Gabions are assembled by iirst unfolding the bask.ets on a hard flat surface ar�d stamping out a�l kinks. Fald up ihe front, bacl� and end panels and fasten together with the projecting lteavy gauge selvedge wire by twisting it around the selvedge vvire di t.b,� o�er panel i�vo (2) complete turzis. Fold the diaphragms up and secure in the sa.me m�s�nez. Tie all diaphragms and end panels to the sides of the �abion by �.he spe�ifiec� tying method. 3.03 TYING METHOD A. All iying of gabions in each step nf cansiruction shall be dane in the following maauaer. Cut a leng�h of tie wire approximately S' long, secure the wire at one end by looping and twisting tog�thez, fihen proceed typing with double loops (made at the same point} every 5" apart, pulling the gask�t pieces tightly togethex. Secure the end of the wire by aga.in ]oopizzg and twisting. Na ather v�ire except of the type suppli�d witl� the g�bions shall be used. No elips, rings and ot�ier fastening devices made of other tk�an the tie wire furnished with the gabians may be usetl. Special attention sha11 be given that alI gabions are tzed in this manner. �'roper tyin� of the gabians at all steps in canst�action is critieal to the performanc� of the f nished gal�ian structuze. � 3.04 SUBGRADE PREPARATTON A. Afte� excavation to grade has be�n per�'oxmed and compaction of the existing soil to a depth af 12" has been accomplished, gabion p�ace�nent may begi�. 3.05 GABI4N PLACEMENT A. After thc gabions have been assembled, �e gabions shall �hen �e �laced in positian exnpty a�d shall be tied tflgeth�r, each io its neighbor along all cc�ntaciing edges in oxder to form a con�inuous cannecting structural unit. Gabi�ns 3' high, that are to be placed in a straight row, are to be s�z�tched in the fol�awing manner before beang tied to the ad�acent gabic�ns. Tie together app�oximately �00' of gabions and �`ill one gabion cell on the end to hold the row in place or tie the end gabion to an existing gabion already f lled and then stretcla the row oigabipns with a com-a-long ar ather suitab�e means until the row of gabions is stretched su£ficientiy to remave all ku�ks. Do not overstretch. A fram� or ather suitable means shall be used to avoid deformatio� of �e end cell when sfiretching ihe gabions. �hile maintaining tensian, tie the raw of gabions to its neighbor along all cantacting edges. GABION STRUCTURES 02320 -3- B. When �ie assembl�d em}�t� gabions have been installed, the gabians shall then be iilled in the f�ll�wing n�a�ner; 1. The gabions may be fil�ed by machine b�t shall be filled in 12" ]ayers. Care shall be tal�en when placing the rack into the gabions to insure that the gabions are not cTa.maged ar bent. Edges of gabions and diaphragms may be protected by tying s�eel reinforcenlent to ihe gabions or other suitable zneans. 2. �ufficieni hand rnanipulatian faz the roc� shall be pez'formed in each 12" layer of rock to minimized voids and resuit in a maximum density of tlie rock ian the gabion. It is critical to the performance of the finished gabion structure that tke gabions are filled to their maa�imurn with the �oids in the gabian miniulized by n�anipulation of the rock. C. In gabions that are 3' lligh, a looped inner tie wire shall be install�d in each cell connecting to froi7t and back faces and any unsupported face every 12" o� v�rtical heighi. Individual cells may not be filled more than 12" above any adjacent ceIl unless looped inner tie wires run in both directions. Care shall be taken tl�at the individual cells do nat bulge outward and t�1at the rows are straight, level and ha�e square corners. 3.06 CLOSIl�TG THE GABIONS A. When each gabion has been f lled to its maxirnum, which is slightly higher than the sides, and surface leveled wiih a�niniznum an�o�nt of voids. The lids sha11 be pried dawn and over with a ba� or lid closing �oal until the edge of the lid and the edge of the basket are together. It should require a light str�tching in order to bring the two gabion pieces together. The heavy projecting wire on tke lid shall then be twisted around the heavy wire an the sides two (2) co�nplete turns and the lid shall be tied to the sides and tops af the c�iaphragms in �he sarne manner as the baske�s are asseanbled. The lids of the gabions shall alsa be tied together, each to its neighbor along a11 canta.cting edges to insure the �az�nation of a contiinuous connecting stractural �u�it. Sp�cia� aitentian shall be gi�en thai all projecting shazp ends of wire are turned in. 3.09 CUTTNG THE GABION5 A. Gabions may be cut to form curwes or bevels. Re-tying shall be in a rx�anner to �raduce a closed cell and ze-fying of the gabion shall be in the same manner as the asse�nbly. Excess znesh wire shall be cut off or be tightly and nea�ly laced dovvn. 3.10 Measurernent of gabian structure shall be number of cu.bic yards� of g�.bion rock requ�red ta fiIl the gabions to the maximum density and having a minimum of voids. END OF SECTION GABION STRUCTYTRES 02320 -4- SECTION 02520 INFIELD SURFACING I��T�Tilt � _e�►i�:7��i1 1.41 SCOPE A. General 1. Furnish alllabor, m.aterials and equipment and services required to install clay infield in accordance w'rth provisians of Contract Dacuments. 2. Completely coorriinate with wark of all other trades. B. Location �f Wark — Area within boundary of infield soil as shawn on ' plans. 1.02 RELATED WQRKIDQCUMENTS A. Section 02200 Eart�work B. Section 02521 Infield Conditioner C. Site Gradi.x�g Plan and Inf e1d/Bleacher Area Grading Plan (Refer ta plan sheets) 1.43 SUBMITTALS ,. Pravide a sam�le {5 gallon bucket) of the clay for approval by the Landscape Archiiect before any deliveries are made ta the j ab site. If the first sample is not - approved for use, the Contractor sk�all submit aIternative saanples until approval is granted. 1.Q4 METH4D OF PAYMEI�TT: Work performed as described in thzs section shall be measured and paid for under the appropriate pay item (or itezns) listed in the Froposal. Where work described i�n thzs seciion is called for on the plans or is required in order to complete tl�e project, but not speeifically included in the proposal as a pay item, then such work sha11 be performed as a subsidiary or incidental pari of the coniraci. The proposal iricludes the �o�lowing Pay Items ralated ta �his section: � Infield Skin Surfacing Material— $" Campacted Depth. _ 1NFIELD SURFACTNG oaszo -i- A. Diamond Pro It�field Conditioner: Earthen Technologies, Dallas, Texas; (800) 228-2987. B. Color: As selec�.ed by Owner. C. Pro�ide quantity (tons) of infieid conditioner per field as recommended by manufacturez and approved by Qwner. PART 3 �- EXECUTTON 3.01 PREPARATION A. Camplete installatzon ��bail field Tnfield Surfacing. B. Ensure that all site grading is complete. C. Compieted infield shouid be '/4" to �/2" below fi�ish grade. 3.02 DELNERY Deli�er Infield Conditioner in tarp eovered trai�ers. Provide Owner with copy af delivery ticket for each load. Delivery tickets shall show empty and loaded weight of truck for each load. 3.03 IN STALLATION A. Evenly distribute Infield Conditioner over all prepared infield areas at a depth of'/a inch to '/� inch. B. Incarporate Infieid Conditianer into infield surfacing in accordance with manufacturer's published instructions. END OF SECTIOI�T INFIELD CONDITION�R 02521 -2- :� sECTxorr o�.�so PAVEMENT MA�KINGS PART 1- GENERAL 1.01 SCOPE Section Inc�udes: Fun�ishing all Iabor, materials, equipment and oiher iz�.cidentals, as necessary to place pavement markings on existing pavement. 1.02 RELATED VJORKID4CUMENTS A. Existirag Site Conditions and Demolit;or� Plan; J�a�rleing Lot, In�ield & Bleacher Area Dimensional Contzol/Layout Plan; Miscellaneous Details (refer ta p�an sheets}'. I.Q3 REFERENCES A. Federal S�ecification (FS): FS - TT-P-115E Paint, Traffic, Highvcray, �.ite and Yellow. 1.04 PROJECT C4NDITIONS A. Enviroz�menial Reclu�rerz�.ents: Apply paint when ambient tempexature is S��F. or above, and relative humidity is below 85%. B. Eradicate �xis�ting m.arking paint by sand blasting or power washing. Use the best meihod ia prevent daa�age to ihe existing paveinent. Paint over ta hit�e the marks if these meihods are toa damaging. 1.05 QUALITY A� SUR�NCE A. Installer: Shall have a rr��mum of 2 years experience in l:he layout and striping of parl�i�g �ots. - B. 701� Canditions: Do not apply marking paint wb.en weather is foggy ox r.ainy, or ambient or pave�nent temperatures axe below 40 degrees F., nor �vhe� such conditians are anticip�.ted during eight ha�s after application. 1.Q5 SUBMITTALS A. Submit manufacturer's product data and installation instructions. B. Substitut�ons: Su�init in accordance with SECTI4N Q1640 — SUBSTITUTIONS � AND PR�JDUCT OJ?TIOI�IS ]..07 METHOD OF PAYMENT: Work performed as described 'an ihis section sk�al] be measured and paid £or under the appxaprzate pay itein (or items) listed in tl�e Proposal. PAVEMENT MARKINGS 02580 - 1- Where �work described in t11i� sectian is called for on tlle plans or required in order to complete the praject, but n.ot specifically included in the pzoposal as a pay item, then such work shall be perfoz•med as a subsidiary or incidental p� of the contract. The praposal iazcludes th� following k'ay Items related to this secti�n: � Pavement Ma3rkings & Striping PART � - PRODUCTS 2.01 M.4TERIALS A. Traffic Paint: Fed. Spcc. TT-P-115E, Type III alkyd-chlorinated rubh�r-chlorinated paraffin rnarking paint. Striping calors per plans and city requirements. Provide Premium Chlorinated Rubber Base Paint as manufactured by Highway Si�s & Paint, Tnc. {phone 21� 446-1605), ar appraved equivalent. B. Clearvng Solvent: VM & P Naphtha. 2.42 EQUTPMENT A. Applicatars: Hand-operated p�sh type marking machine or canventional airless spray equipmeni with guide lines and templates. PART 3 - EXECUTIdN 3.a1 PREPARATION A. Surface Co:nditions: Clean and dry free from dirt, loose }�aint, oil, grease, wax, and other contaminants. B. Asphali 5urfaces: Allow asphaltic concrete to cure a minimum of 4$ hours prior to application of marking paint. C. Equipnlent Conditian: Clean previously used paint and solvent froin apglication equipmenfi, using VM & P Naphtka. D. Paini: Stir contents thoroughly frorn bottom af container. Do not thin paint. E. Locate markin,�s as indicated ar� Drawings. Provide qualzfied technician to super�ise equipment and application of markings. Lay out markings using guide lines, tenzplates and forn7s. F. Allow paving to cure before painting as r�quired by nzanufacturer af traffic paint. G. Al1ow protective caating ia cure a nzinimum of 48 bours prior to application of taraf�c paint. PAVEMEIrIT MARKTNGS azssa - 2- 3.02 APPLICATION A. Using approved equipment, app�y paint to a zninimum thickness of 15 mils. Stripes shall be 4" wide. Marking edges of'strzpes and symbols shall be sharply outlined. END OF SECTION � I� PAVEMENT MARKINGS 02580 - 3- SECTION 42830 - GALVANIZED CHAIN LINK FENCrNG PART 1 -GENERAL 1.01 SC�PE: This section covers the fi�rnishing af all labor, materia�s, equiprrient and other incidentals as necessary to install all chain link fencing ar�d gates per the plans. 1.fl2 SUBMITTALS: 5hop drawings shall be furnished on all fencing and gates to be installed, and the Contractor shall subrxiit sanzples o� each component part of the various fencing if so required by the Owner. 1.03 RELATED WORK/DOCUMENTS A. Section 03304 — Cast-In Place Concrete B. �ite Layaut Plan; Feaace Deta.ils; Miscella.rleous Deta.ils (Refer ta plan sheets.} 1.04 METHOD OF PAYMENT: Wark perfortned as described in this section s�all be measured and �aid for under the apprapriaie pay item (or items} Iisted in �he Proposal. Where work described in this section is called for on the plans or required in order �o corz�plete the projeci, but not specif cally included in the proposal as a pay item, then such work sha11 be performed as a subsidiary or incidental p�-t af the con�ract. The propasal includes the following Pay Items related to this s�cti�n: d 6-Foot High Foul Line �'ence � 4-Foat High Outfield Fence � 1$-Foot High Back�top Fence � 1 a-Foot High Dugout Fence w/ Openings II 8-Foot High Pasts/6-Faot High Dugout Fence w/ Qpenaz�gs � 12-Faot Wide Maintenance Gates � Bid Alternaie No. 2 d Bid Alterzzate No. 3 � Bid Alternate Na. 6 PART 2 - PRODUCTS 2.01 FABRIC: A. A11 chain Iink fabric shall be zinc or aluminum coafed steel wire wi�h a minimtam tensile strength of 75,000 psz. 1 Zinc-coated: Minimum _ 1.2 ounces of zinc coating per square foot of caated surface area {ASTM A392). CHATN LiNK FENCE 02830 -]- 2. Aluinuium-coat�d: Miniix�.� �.40 ounces of aluminum caating per square foot of coated suzface area (ASTM A491). B. Fabric sball be helically �vound and interwoven into a diamond mesh in the following gauges and mesh sizes determined by measuring the clear distance between pa�allel sides o.f tkae rr�esh. Site Fencing: Lor�ver 10' of Backstop: Upper 8' of Backstop: Dugouts {a]I sides): Foul LinelOutfieid: C. D. Tnstall No. 6 gau�e — 2" dian�ond mesh fabric Insiall No. 9 gauge — 2" diamond mesh fabric Install No. 9 gauge — 2" diamond 3raesh fabric Install No. 11 gauge — 2" di�rnar�d mesh fabric AlI fabzic shall have knuckled top and bottorn selvage. The Contractor sllall subrnit a rnanu�actuz�er's certified test result that the zinc and alurni�rzum coatings meet speci�ed standard�. �IY_���7.`�.'� A. : All fence posts shall be Schedule 40 steel pipe. Terminal posts shall be defined as end, pull, corner aiid gate posts, and line posts defined as tY�e vertfcal posts instailed between terminal posts. C. All pasts shall be hot-dip zinc caated oY1 a11 surfaces after fabrication with a minzmurn af 1.8 o�znces of zi�c per square foat of coated surface area, con%nning to ASTM A120. 0 E All posts shall collforrn to ihe fallowing sizes as called for on the plans: 6" o.d. 4" o.d. 3" o.d. 2 1/2 " o.d. 13.661bs. per foot 9.I 1 lbs. per foot b.83 lbs. per faot 5.691bs. per foat Spacing for line pasts shall be as shown on the plans {maximum spacing 10' O.C.) � F. All exposed ends of fence posts shall be fztted witt� a forrned steel, malleable iron, ar alumin.unn hot-dip galvaauzed alloy cap, All line posts shall be fitted with a cap suitable for passage of the cantinuous top rai1. All termirzal posts shall be capped with. a domed tenninai top. 2.�3 R.ATLS: CHA1N L�NK �'E1�ICE 0283� -2- A. All chain link fencing shall have a 1-5/$" o.d. (2.27 lbs. pez foot}, continuous tap rail. Outside sleeve-type cauplings 7" Iong, spaced at 2D'ma3cimurn intervals, of the same ix�.af.eriai as the rail shall be used to allow fox expansion and cantraction. E�ery fif�.h coupling shall have a spring to take up rail expansion or cantraction. B. Intermediate and bottam rails shail be 1°/a" o.d. {2.27 lbs. per foot), ar�d will be ins#alled as shown on the plans and attached tv the line and tenminal posts with galvanized end, corner, and line zail clamps. C. AlI rails shall be Schedule 40 steel pipe hot-dip zinc coated after fabrieation �vith a minimurn of 1.8 ounces of zinc per square foot of coated surface ar�a. , 2.04 WIRE TIES: Wire ties shall Y�e used to at�ach fence fabric to rails and line posts. Wire gauge size shall not �e less than gauge of the fence fabric. Spacing far vvire ties along � rails shall not be greater than 24" anc� shall not exceed 75" when attaching to Iine posts. � Ties shall be alu�rainum or zinc coated steel. 2.05 TENSION BARS: A11 fence fabric shall be bed io tez�inal posfs with tension bars az�d tension bands. AIl �ensian bars shall be galvanized steel strip J./4" thick and 314" wide. Tension bar shall be threaded through th� chain link fabric and attached to the terminal post with I" wide, No. 11 gauge, tension bands at 15" ir�tervals or less. Tension bands shall be closed with a 318" x 1-1/4" galvanized carriage halt and nut. 2.06 TRUSS RODS: A three-eighths {3/s") inch dia�neter galvanized steel truss rad and tightener will be installed between tbe termixial post and tl�e adjace�t line pasts. 2.07 GATES: A. Gate fraznes shall bs constr�xcted of 2" o.d., Schedule 40 steel pip� secured at corners with malleable iron or pxessed steel ells, riveted with four rivets p�z e11. Fz�ame shall be hot�dip zinc caated after fabrication. B. Welded gate frames are unacceptable. C. Internal bracing shall be 318" diameter galvanized truss rods with tighteners. D. Hin.ges shall be pressed steel or malleable iron. Bot�om. hinge �hall be a ba11 and socket type. All gates shall allow for a one hundred eighty (180) degree swing. E. Gaies shall be equigped with a fork type laich with lock keeper and lack keeper guide. CHA1N LINK FENCE (i2830 -3- 2.08 �'ITTINGS: AJ.� fittings to be hat-dip zinc coat�d malleable cast iz�on ox pressed steel confornaing to ASTMA153. Hot-dip �inc coating shall be 1.2 ounccs of zinc per square £oot of caate�3 area. 2.09 CO�iCRETE POST F�OTINGS: All concreie used sha11 confa�n to �ection 03300 - Cast-In-�lace Coiicreie. 2.Ia METAL ROOFINCz AT DUGOUT SHADE COVER5: Factor� finished metal r00%g shall provide 36" wide net coverage having 1'/a" high major ribs at 12" on centez, and twa minar ribs between znajar ribs, in continuous par�ei lengths aver the dugout areas. Panels shall be �5 ga. zinc-aluminu�n coated s�eel panels in manufacturer's standard color{s). Colors shall be as selected by �he Ownez. Provide a zninirnum of two di£�erent colors in a silicon polyest�r over epoxy primer, minimum thickrzess Q.85 to 1.0 zxiill. Include all assaciated trim, sealants, flashings, and fasteners. Finish shall have manufacturer's 20 yeaz limited warranty. 2.11 FASTENERS: Install nzetal rpofing panels to marine plywood suia�trate over 15# building pap�r with zinc-alumiz�um self drilling screws, #12x 3/4°' far wond in calors to match the metal panel pai�nt finish. Screw fasteners shall ha�e washers. PART3-EXECUTION 3.01 ERECTION: All fencing shall be insialIed by skilled and e�cperienced fence erectors to the lines and grades shown on the drawings. 3.Q2 COORDINATION: Fence erectors sha11 eoordinate work with the concrete su�contractor for the placeinent and locaiion of fence post footings on the site and vaid forms in the terzni� court and water tank slah. Fence post erectors shall coordinate with the Owner and General Contractar in 1pcating all existing underground utilities priax to dri�Iing ho1e� for fence post faotings. 3.Q3 FABRIC: All fa.bric shall be placed on the inside of the field, 3.04 FASRIC CLEARANCE: AIl fence fabric shall have a one-half to three-faurths {1/2"-3/4") inch c�earance fro�n the bottom of t.he fence fabric to tha �nish grade. Fence fabric shalZ extend abo�e the top of top ra.il no more than vne (I'} znch, 3.05 DUGQLIT SHAD� COVEKS: Dugout shade cavers, if required, shalZ be attached to the galvanized steel fraz�zing by the manufactr�rer's installation per�onnel. Submit shap drawings showing trim, flashings and attaehments at aIl eav�s, rakes and panel laps. Install metal raof fasteners at 12" o�a center beside each majar rib and 12" an center along tha length of the panels. At eaves, install fasteners at 7" ora center, an either side of �ach rriajor r.ib. - CHAIN I.I1dK FENCE 02830 -4- 3.06 CLEANUP: Upon completion of the fer�ce installa�ion, any splattered cancrete sha11 be removed from fence posts, aIl wire ties and fence hazdware shall be picked up, and all excess fence fabric and ec�uipmen� removed from the canstruction site. END 4F SECTTiON �� �� C�-IAIN L1NK FENCE 02830 -5- SECTI�N 028i4 � 5TTE FURNISHINGS PART I - GENERAL 1.Q1 SCOPE Furrjish and supply all labar, equi�mant, matexiais and incidentals necessary to assemble, install and otherwise construct park and ball �'ield equipment as listed under products. 1.Q2 RELATED WORKIDOCUMENTS A. Section 03300 - Cast-in-Place Concrete. B. Section 07920 - Caulking and Sealants C_ Siie Laynut Plan; Parking Lot, Infield & Bleacher Area Dimensional �, CantrollLayout Pla�; Fence Detai�s (re�er to plan sheets) 1.43 QUAL�TY ASSURANCE A. AIl equipment shall be free of sharp edges and corners, or exfzemely rou�h surfaces. B. All matErials shall be new and conform to all stanciards as specified. -D. The bidder shall be responsible for defects in equipment due ta faulty materials or manufactuzing, damage or loss. � E. Metal shall be straight or at design radii or bends, without kinks, and shall be true • to shape. E. Cades and Standards: AIl "accessible" site furnishings sliali comply with the � c�z'ent Texas Accessibilitv Standarc�s (TASI of ihe Architectlu'al Barriers Act, Article 9102, Texas Civil �tatutes {512) 453-321 i. ' L04 PRODUCT DELNERY, STOR.AGE AND HANDLING A. Protect frnm incleme�t weather: wet, da�np, extreme heat or cold. B. �tore in a nr�anner to prevent warpage and/ar bowing. 1.05 JOB CONDITIONS The cantractor shall be rrespansible �or pzotection of unfinished woz-k and shall be responsible for the safety of park usexs utilizing unfinished equipment. SITE FL1RN[SHINGS 02870 -1- 1.06 METH�D OF PAYMENT: Work performed as described in this sectio� shall be measured and paid far under fihe appropria.te pay item (or iterns) listed in ihe Proposal. Where work described in this section is called for on the plar�s or required in arder to compXete t�ie project, but nat specifical�y inc�uded in the proposal as a pay 'rtem, then such work sha11 be performed as a subsidiary or incidenta� �art of the contract. The propos�l includes the following Pay Items related io tka.is section: � S-Row � 15-Faot Long Non-Elevated Bleacher Units � 1 S-Faot Long Dugout Benches � Graund Anchor Mountis �or Infield Bases � Bid Alternate No. 1— Deduct Bleacher Unit � Bid A.lternate No. �l — Infield Bases, Hoine Fla�e &�itching Rubber � Sid Alternate No. 5-� Foul Line Po1es FART � - PRflDUCTS 2.01 Base Bid: DUG�IIT TEAM BENCHES — Fuznish and install 15' long benches, galvaniz�d-steel surface mounted fraz�e w12" x 1p" aluminum bench seat. Quantity: 4 Colar: To be selected by Owner Product: Standard T�an� Bench Model SSBG-15 Manufaciured By: All Sta�- Bleachers Available Froz�: Hunter Kriepshield P.O. B�x 250677 Plana, TX 75026-0677 (800) 451.4138 2.�2 Base Bid: BLEACHER UNITS -- Fwrnish and install S�Row x I S-Foot Long, "ADA accessible", non�elevated unit w/ double handicap cutouts, ai�.urnzn�m tube framing, P alu�nznum seating, semiclosed deok arra�lgement, chain link guardrail syst�m and side guardr�i� clpsure plates. Quantity: 3 Ca�or: To be selected by Owner Product: 5-Row x 1 S-Foot Long Bleacher Unit Ma.nufaciured Sy: Ail Star Bleachers Avai�able Fram: Hunter Knepshield P.O. Box 26�677 Plano, TX 75026-Q677 ($OQ) 451.413 8 SITE FURI�FT5I-�INGS D2$70 -2- 2.03 Base Bid: GROUND ANCHDR MOUNT� — Furnzsh and install ground anchor mounts for in�"ield bases. Quanti�y: 3 Praduct: Graund Anchor Mounts IvTanufacture�d By: Hollywood Bases, Trxc. {or approved equal) Availal�l�; �rom: Recreation Equipment Unlimited, Inc. P.4. Box 47D0 Pittsburgh, PA 15206 (412) 7313000 ,` 2.04 A1tErnate Bid; INFIELD BASES, HOME PLATE & PITCHING RUBBER — Furn.ish and install infield bases for lst, 2"a & 3`d base; 3" solid rubber home plate and 4" solid rubber pitching rubber. Quantity: A cnrnplete set for 1 field Produc�: Infield Bases, Hon1e Plate & Pitching Rubber Manufactured By: Hollywoad Bases, Inc. (or approved equal) Ava.ilab3e k'ram: Recreatian Equiprnent.Unlimited, Inc. _ �.0. Box 4700 Pittsbargh, PA 15206 (�412} 731.34}OQ 2.a5 Alternate Bid: FOUL POLES — Fl.u�nish and instail one pair (2 each} of 20-foot higk� foul poles {schedule 40 gal�aniz�d pipe} w/ #11 knuckle mesh and a powder-coated yellow finish. Quantity: Praduct: Manu�actured By: Available From: I pair {2 each) Foul Poles Mod�l No. 1273 PW Athletic Company The Playwell Group, Inc. 2750 Northaven Rd., Suite 1 fl3 Dallas, TX 75229 (972} �88.9355 STTE FURNI9HINGS �2870 ,. 3 _ PART 3 - EXECUTION 3.01 INSTALLATION A. Fasteners: All nuts and bolts shall be upset �d taek �elded to preveni disassenZbly. B. Manufacturer's InstaJlation Instructions: The Cantractar shall follow the manufact�irer's installation instructions and give the Landscape Architect ihe instn�ctions far filing, unless othexwise stated. Set benches �eve1 and tru� to Iine, parallel with fen�zng or pa�zng edges. END OF �ECTION SITE FURNTS�-IINGS . 42870 -4- SECTION 0293Q - SEEDING PART 1- GENERAL I.Q1 SCOPE A. Work Tncluded: Furnish a1I labar, equipment, materials and incidentals necessary for sail preparation, fertilizai�on, watering, maintenance, rnanagen�ent and planting of grass seed or wildflower seed, as specified on the plans. 1.02 RELATED W�RI�/DOCUMENTS A. Section 02220, Earihwork. B. Section 02940, Twrf Sodding C. Site Gradiz�g Plan & Creek Bank Stabilization P1an (Refer to plan sheets} 1.03 REFERENCE STANDARDS A. Standardized Plant Narr�.es 1. For exotic pla�nt materials: American .Toint Committee af Hortic�ltural Nomenclature, Second Edition, 1942. 2. For native maierials a. Manual of the Vascular Plants af Texas by Carreli and Johnston b. Check List of Vascular Plants of Texas hy Hatch c. Flora of North Centraj Texas by Shi�ners and Maller B. Texas Highway Department: 5tandard Specification.s far Consiruction, I�em 164, "�eeding for Erosian Cantrol" and Ite�n 180, "Wildflower Seeding". 1.04 SUBMITTALS A. Seed 1. �endors' certification that seeds nneef Texas Sta�e seed law including: a. Testing and labeling for pure live seed {PL5} b. Name and type of seed 2. If using native �rass or wildflower seed, seed n�ust have been ba�.vested wifhin 100 miles a� the construction site. 3. All seed shall be tested in a labaratory vvith certified results prese�ted to the Project Manager, iva writing, przar to planting. 4. Al.l seed to be of the previaus season's crop a�id the date on the container shall be within twelve montl�s of the seeding date. S. Each spaeies of seed shall be supplied in a separate, labeled container �or accepiance by�the Project Manager. SBEDINU 02930 -1- S. Fertilizer I. Unopened bags labeled wi� the ana]ysis 2. Canform to T�xas fertilizer law 1.05 JOB CONDITIONS A. Planting Season: The season v�aries accordixig to species (see Part 2- Praducts}, Do not seed whera soil is ex�cessively wet or dry or when wind �xceeds 10 miles p�r hour. B. Schedule After All Other Constructian and Plantzz�g Is Complete. C. Protect and Maintain Seeded Areas i. From erosion 2. From iraffic aaad alI otk�er use 3. Until seeding is coinplete aand accepted 1.06 QUALITY CONTROL A. The contractor who plants the seeds, whether the general coniractor or a subcon�ractor, is responsible for daily supervision of his czew, while plauting ihe s�ed azld maintaining the seedlings uzatil the project is accepted by ihe City. 1.07 METHQD OF 1'AYMENT: Work perfanneri as described in t.his section shall be measured and paid �or unde� the ap�ropriate pay ite�-� {or items) Iisted in the Pxaposal. Where work described in this section is called for an the plans ax required in oxder to complete the pr�ject, but not specifically included i�x the propcasal as a pay item, then such w�rl� sh�l be performed as a subsid'zary or incidental part af the contract. The proposal includes the followizzg Pay Items related to tk3is sec�ion: ■ Hydro-Muich Seeding Fox Disturbed Areas of Site PART � — PRODUCTS 2.01 MATERIALS A. 5eed All seed s11a11 be planted at rates based on pure live seed {PLS = purity x germination) per acre. Substitutian of individual seed types due to lack of availability shall b� �ade only by the Projeci Iblanager at the tinn.e of planting. The Cantractar shall natify the Projeet Ma,r�ager, prior to bidd�ng, af clifiiculties locati�ag certain species. �nly those areas indicated on the plans and axea� disturbed l�y canstruction shall be seeded. Prior to seeding, each area shall be ma�ked xn the field and appraved b� the Project Managez. Any ac�justment of aarea s�EDmc 0293U -2- location by th� Pro}ect Manager shall be considered incidental and shall nat entitle the Con�ractor to additianal compensation. Weed seed sha11 nat exceed 10 percent by� weight of the total of pure live seed (PLS).and other m.atezia] in the mixture. 3ohnsongrass and nutgrass seed shall not be allowed. The seed shall be clean, dry and haivested vvithin one year of planting. 1. Non-native grass seed shall consisfi af �f planted between April l.� and September 14: Lbs./Acre Coinman Name 5cientific Name Puri 25 Bermuda (unhulled) Cynodon dactylon 85% 75 Bermuda (hulled) Cynodon dactylon 95% Sabstitute the following if planted betweez� September � U and April 1�: Germinati on �a��o 90% 220 Rye Grass Lolium t�ultiflorum 82% SO°!o 40 Bermuda {unhulled) Cynodon dactylon 84% 85% 2 Native �trass seed - The seed shall be planted between February 1 and Octaber 1 and shali consis� of: Lbs, PLS/Acre Common Name Botanical Name 16 Green Sprangletop Leptach.ioa dul�ia 40 Sideoats Grama* Bou�eloua curtipendula 64 Little Bluesiem* Sch.izachyrium scoparium 200 Suffalograss L�uchlae dactylaides 4p Indian Gzass* Sorghast��um avenaceuna Ib Big Top Lovegrass� Eragrostis� hirsuta 16 Weeping Lavegrass EYagrasti.r curvula SO Ganada Wild Rye* Ely�us canadensis var. canadensis *These g-rasses are not to be planted within ten feet of a xaad ox parking Iot or wiihin thzee feet of a walkway. 3 W�dflowex seed - All wildflower seeds are ta 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 10 Foxglove* 2D Lancelea� Careopsis SO Bluebonnet 10 Pink Evening Pz-iznrose 14 Puiple Coneflower* SEEDING p2930 -3- Botanical Name Pensternan cobuea Cor�opsis Ianceolata Lupinus texensi� Denothcra speciosa Echinacea pur�purea 2D lQ 3 10 10 Indian Blanket Mexican Hat Maa�inutlian Sunflower* Wir�ecup Lemon Mint'� Gaillardia pulchella Ratibicla columna�is Helianih�s maxim.iliana Callirhae involucrata N�onarda ciir�iodora *These wildflawers ar� not to be plaz�ted withi.n ten feet of a road or parkixzg lot or wzthin three feei of a walkway. f:3 � 4. Temparary erosaon contral seed When �peci�ed on the plans, temporary control rneasuzes shall be perfozgied. Th.ese measures sha11 consist of th� sawing of cool season plant seeds and the work and materials as required in this section. Mulch 1. Mulch should be desig�ed for use with coilveniional mechanical or hydraulic planting of seed, ciiher alone or with fertiiizer. 2. Mulch should be woad cellulose fiber produced frorn virgin wood or recycled paper-�y-products (waste products frorn paper znills or recycled newspaper). 3. Mulch should contain no growth or gertnination inhibi�ing �actors. 4. Mulch should can�ain no more than 10 perceni moisture, air cl�y weight basis. 5. Ac�ditives shall include a binder in powdEr foxm. 6. Material shall form a sirang �nQisiure-retaining �.at. Fertilizer 1. A11 fertilizer sha11 be delivered in bags or canta.iners clearly la�eled sho�ving the anaZysis. 2. AIl fertilizer shall be in. acceptab�e cond'ztion for distribution and s1�aI1 be �pplied unifarxnly o�er the planted area. 3. Analysis of 16-20-Q, 16-8-$, or as desi.gnated on the �lans. Fertilizer rate: a. No fertilizer is requirad for wildflawer seeding. b. Where applying f�rtilizer on z�ewly established seed'zng areas - I OD pounds c. of Natzo�en pex acr�. Where applying fertilizer on established seeding areas - 1�0 pounds of Nitrogen p�r acre. D. Water: ShaIl be furnished hy the Contractor and shall be clean and free of industrial wastes ar other substances harmful to the gernlination of the seed or to the growth af the vegetatian. The ainouni o� water will vary according to the weather variables. Generally, an amount of water f11at is equal to the average amaunt of rain�all plus 1/2" pe�r week should be applied for a rninimum of three weeks or until grass is unifarmly established and prpject is accepted by �he Owr�ez, whichever is longer. 1. Contracior shall convey, transport and pay for all watei• required durizig the gernlina�ion period fraan an approved source. �. Erosion Control Mea�ures 1. For seeding application in areas up to 3:1 slape, use cellulose, fiber ar recycled paper �anulch, {see 2.OY, B, Mulch and 3.03}. S�.EDING 0293D -4- 2. For seeding application in areas 3:1 slape or greatez, use the following soil retantion blanket (Follow the manufacturer's directions}: "Curlex I" from Amezican Excelsior, 900 Ave. H Easi, Post Difice Box 5624, Arlingion, Texas 76001, 1-800-777-50IL. 2.42 MTXJNG Seed, mu�ch, fertilxzer and water may be mixed pzovided tha.t: 1. Mixture is uniformly suspended to form homogenous slurry. 2. Mixture forms a blotter-like ground caver impregnated uniformly with gras� seed, 3. Mixture is applied wzthin 30 minutes after placed in. the equipment. PART 3 — EXECU'T�ON 3.01 PREP�tATION FOR SEEDING A. Clear Surface af All Materials, Such As: 1. Stumps, stones, and other objects larger than ane inch. 2. Roats, brush, wire, stal��s, etc. 3. Any objects that may inierfere wi�li seeding or �.xf.aintenance. B. Til�ing 1. In all compacted aateas till one inch deep. 2. If area is sloped greater than 3:1, run a tractor parallel to slope to provide less seedlwater run-off. 3. Tn areas n�ar trees: Do n.ot tzll deeper than 112 inch inside "drip line" of trees. C. Water�ing: Soil should be watered to a minimwn depth of four inches within 48 hours af seeding. 3.02 SEEDING A. If Sowing Seed By Hand 1. Broadcasi seed in two directions at right aa�gles to each otber. 2. Harrow ox rake lightly to cover �eed. 3. Ne�er cover seed with mare soil than twice its diameter. 4. FQr wildflower plan�ings, scalp exisiing gra�ses to on.e inch, rernove grass clippzngs, so seed can make contacfi with the sail. B. Mechanically Seeding (Dril�g}: Tf �echanically seeding (drilling} the seed or seed mixture, the quaniity specified shal! be uniformly distributed over the areas shown on the plans or where directed. AJ.1 varieiies oiseed, as well as fertilizer, may be distributed at the same time provided that each componen.t is uniformly appiied at the specified rate. Seed sha.11 be drilled at a depth of from 1/4 inch to 318 inch utilizing a pasture nr rangeland type drill. All drilling is to be - on the contour. Afier }alanting, the area sl�ail be rolled with a rolSer iniegral to the seed d.rill, or a corrugated roller of the "G�ltipa.cker" type. A11 rol�ing of slope areas sk�all be on the contour. SEEDING 02930 -5- 3.03 MULCHING A. Apply uniforrrzJy after completion of se�ding in areas up io 3:1 slope. Mulcb znay be applied concurrent�y with fertilizez and seed, if desired. B. A�p1y at the following xates unless atherwise shown on plans: 1. Sandy soi�s, flat surfaces - minimu�n 1,SQ0 IbsJacre. 2. Sandy soils, sloping surfaces - minimun� 1,8001bsJacre. 3. Clay soils, flat siu-faces - xx�inimum 2,SOO 1bsJacre. 4. Clay soils, slaping surfaces - minimum 3,000 l�s.lacre. 5. "Flat" and "sloping" surfaces will be shown on tlae plans if not vzsually oh�vious. C. Agply wii�iin 30 �ninutes after placement in equipnlent. Keep mulch maist, by daily water appiication, if necessa�y: 1. For a minunum of twenty-one days, or 2. Until seeds have gerxninated ar�d hav� roated in soil, {see 3.04, B) and praj ec� has been accepied by the Owner. 3.p4 MAINTENANCE AND MANAGEMENT A. �icludes pratection, rep�anting, maintaining grades and iminedzate repair of erasion da�nage until the project recei�es final acceptance. B. Replanti�g I. Replant axeas wh�re a stand of grass ar wildflowers are not present in a reasanable length of time, as datermim.ed by the Landscape Architect. 2. A"stand" shall be defu3ed as: a_ Bermuda/Rye grass�s: Faurteen �owing plants per square inch established within. two weeks of seeding date on a smooth bed free of foreign maierial and rocks or clods larger than one inch diame�er. b. IvTative grass a.z3d wildflowers: 80% percent covexage of gr'o�ving piants vrithin seeded area within twenty-nne days of seeding daie on a smooih bed free af foreign materzal and rocks or clods larger than ane inch diaxneter. c. T�aving no bare spots greater than six inch square. END OF SECTION 3��DING 02930 _6_ SECTION 02940 - TURF SODDING PART 1- GENERAL 1.01 SCOPE A. Work Includ�d: Furnish a11 labor, materials, +�quipmerifi and incidenta.ls necessary for soil preparation, fertilization, watering, main�enance, management and planting of iurf�rass sadding as specif ed andlor shown on tlie plans. 1.02 RELATED WORKJDOCUMENTS A. 5ection 02220, �arthwork. B. Section 02930, Seeding C. Sxte Grading Plan and Creek Stabilization Plan (Refer to plan sheets) 1.03 REFERENCE �TANDARDS A. For exotic plant materials: American Joint Committee of Horticultural Nomenclaiur�, Second Edition, 1942. B. For native materials a. Manual of the Vasc�lar Plan�s of Te�as by Conrell a,nd Johnston b. Check List of Vascular Piants o� Texas by Hatch c. Flora of North Central Texas by Shinners anc� Moller 1.44 SUB�ITTALS Samples, certificaies and speci£ications af sod, fez-�zlizer, eonipost, sail amend�nents or other n-�aterials may be requested hy the Project Iv�axaager, AlI deli�ezy receipts and copies of invoices for materials used for this work �hall be subj �ct to verification by the Projec� Maz�,ager. 1.05 PRODUCT DELNERY, STORAGE AND HANDLING A. Sod: Harvesting and planting operations shall be caordinated with not more than forty eight hours eXapsing between the hatvesting aa�d plan�ing. B. Fertil.i�er 1. Unopened bags labeled with the analysis. 2. Conform to Texas Fertilizer Law. 1.Od QUALITY C�NTROL The cor�tractor who plants the sod is responsible far supervision of his crew, while plaxafing tk�e sod az�d maintaini�g ihe sod un�il the praject is accepted by the City. 1.07 METHOD OF PAYMENT: Work performed as described in this sectian sha1Z t�e measured ar�d paid for wlder the appropriate pay itern (or items} listed in the Proposal. Where wark desczibed in ihis section is cal1�d for on the plans or required in ordar to cornplete the praject, but not Tux� �oDD�G 02940 -1- specifical�y inclt�ded in ihe proposal as a pay item, thez� such wor� shall be perforn7ed as a subsidiary or incidental part af the contract. The proposai includes tbe following Pay I�enis reiated to this section: d Turf Sadding for Disturbed Ar�as of Site w/ Slopes in Excess of 5%. PART 2 — PRODUCTS 2.01 SOD A. The sod sha11 be �uchlae dactylo�c�es ("Prairie" Buffalograss) and shall consist of stolon�, leaf blades, rhizomes and raots with a healthy, virile system of dense, thickJy matted roots throughout the soil of ihe sod for a tivckness not less than one inch. Sod shall be alive, healthy and vigorous and shall be fxee of insects, disea�e, stones and undesirable fareign materials azad�grasses. Sod sha�l have been praduced on grow�ng beds of clay or elay-loam topsazl. The sod shall not be hazvested or planted when its moisture cQndition i� so excessi�ely wet oz dry tha� its survival will be affected. If sad is sta.aked, it sha11 be kept moist and shall be stack�d roats-io-raots and grass-to-grass. B. The sod shall be cut in stri.ps four �'eet wide to be laid parallel with the contours. 2.42 FERTILIZER A. AlI fertilizer shall be delivexec� in bags or containers clearly labeled showing the analysis. B. All fertilizer shal� be in accepta�le candxtian for distzibution ar�d sha11 be applied uniformly over the planted a.rea two weeks afLer sadding. G. All ferti�izer shall have axi analysis of 3-I-2 ar as designaied on. the plans. The �'ertilizer rate shall be 45 pounds of a�itrogen per acre. 2.Q3 WATER The water shall be furnished by the Contractor and shaIl be clean and free of industriai wastes or other substazices harn.zful to the germination of t�e seed or to ihe grau�th of the vegetation. The arnownt of water will vary accflrdin� to the weathex variables. Generally, the sod should be soaked ane time per day foz a�inimum af three �,veeks or un�il established and accepted by the C}vvner, vvb.ichever is longer. Soaking is mandatory after spreading the fertilizer. 2.04 COMPOST All coinpost inat�rial is to be totally organic and decomposed for at lease nine rnonths. All coznpost is ir� be clean azid free of fungus, clisease, li�ve plants, seed, e�ccessive cotton lint and any harmful ch�micals. "New Life Soil Cond�tioner" ar "1'erma Green Compast", as specified belovcy ar an �.pproved equal, shall be used. Raw organics are not acceptable, A. Foz soil with an alkaline pH candition: Use "Ne�w Life Acid Gxo" {acid pH} soil condztioner as pradueed by Soil Building Systems of Dallas, or an a�proved equal � TURF SODDING 4294U -2- B. For soil witn an acidic AH condition. Use "Perma Green Compost" by Texas Earth Res�uzces, Inc. of Dallas, or "Nevsr Life Natural Grower° (ph 8.0 to 9.0) by Soil Building Systems, Tr�c., of Dallas. C. Sample and Specification Subnlitta�: Submit a producer's specification and a quart sample of the compost proposed for the �roject Manager's approval. PART 3 - EXECUTTON � 3.01 GENERAL AlI turfmg opera�ions are to be executed across khe slope, parallel to fmished grade contours. 3.02 S�IL PREPARA.TION A. �cazify s�bgrade to a depth of three inches before depositing the required topsoil. B. Tillage shalX be accamplished ta loosen the tngsoil, destroy existiung vegetatian and prepare an acceptable sc�d b�d. All areas shall be tilled wiih a heavy duty disc or a chisel- rype breaking plow, �hisels set no� zx�ore ihan ien inches apart. Initial tillage shall be done in a crass�ng pattern. for doubie coverage, thex� followed by a disc harrow. Depth nf tillage shall be five inche�. A�ieavy duty rototiller may be used %r areas ta be planted with sod. C. Cleaning: Soil shall be further prepared by the r�moval of debris, building materials, rubbish, weeds and stones laa-ger than one inch in diazneter. D Fine Grading: After tillage and cleaning, all areas to be planted shall be topc�ressed with one-half inch compost and then shall be leveled, fine graded, and drug wi�a a weigl�ted spike harrow or flaat drag. Tlie required result snall be the eliminatio:n of ruts, depressions, huzngs and ob�ectianable soil clods. Tl�is shalj be the ftnal soil preparation step to be ca�pleted before pianiing. 3.03 PLANTING P�ior ta layiz�g the sod, the planti�z�.g bed sha.11 be raked sz�r�ooth to frue grade at�d moistened to a depth of four inck�es, but not to ihe extent cau�ing puddling.. The sod shall be Iaid smoothly, tightly butted edge to edge, and with staggered joints. The sod sha11 be pressed fumly into the sod bed by xolling or by hand tamping with aa� approved tarnper so as ta elim�nate aIl air pockets, provide a true and even surface, and insure knitiin� without displacement of the sod or defozmation of the surfaces af sodded areas. �'ollowing compaction, compost shall be us�d to fill all cracks betvveen sods. Excess compost shali be �orked 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.Q4 � FERTILTZING Tvventy-one days after planting, turfgrass areas shall recei�ue a� applicaiion of 3-1-2 �ertilizer at the rate c�f 45 pounds of nit�ogen per acre. Water well after application to prevent burning. END OF SECTION TURF SDDDING 02940 -3- SECTI�N 03300 — CAST-IN-PLACE CONCRETE PART1-�ENERAL 1.01 SCOPE — Furnish all labor, matexials, equiprrient anci incidentals necessary for the consiruction of the follo�wing improvements as specified and/or shown on the plans: A. Concrete Sidewalks B. Concreie Hat�dicap Ramps C. Concrete Bleacher Pads D. Concr�te Dugout Pads � . E. Concrete Curbs and Footings 1.02 RELATED WORK/I)OCiTMENTS: � A. Section 07924 — Caulking and Sealart�s B. Site Layout Plan, Site Gradi.z�.g Plan, Infield and Bleacher Area Gxading Plan & • I Dirnensional Controlll,�yout, Fence Details and 1Vliscellaneous Details (Refer to plan sheets) 1.03 QUALITY ASSURANCE Reference Specif cations: The work under this di�ision of the Specifications shall confoz-m generally to the requ�'emer�ts of �tem 314 -"Concrete Pa�ement", Item 406 - "Concrete for Structures", and Item �10 �- "Concre�e Structures" of tlie City of Fort Worth's Standard Specificaiions for Street and Storm Drain Construc�ion., 1.0� METHOD OF PAYMENT: Work performed as described in this section shall �ae measured and paid for under the appropriate pay itezn. (or items) listed in the Proposal. Where work described in this section is called for on ihe plans or required in arder to complete the project, but not specifically included in the proposal as a pay itern, the�. such wark shall be perfornaed as a su6s�diary or incidental part of the coniract. The proposal includes the following Pay Items related tn this section: � 5' Thick Concrete Sidewalk� � Concrete Handicap-Accessible Ramp at Parking Lot � 5'/2" Thick Concrete Bleacher and Dugout Pads 0 6" Integral Goilcrete Curb at Bleacher Pad PART � - MATERIALS 2.01 FORMS Forins shall be af arnple strength, adequately braced, joined neaily and tightly and set ex.actly io established line and grade. 2.02 REINFORCING MATERIALS CAST-IN-PLACE CONCRE'I'� Q33Qfl -1- Rein�'orcing Bars: Reinforcing bar� shall he raund deformed bars meeting the requirements of �.e current standard Specifications for T�iterm�diate Grade Billet S�eel Cancrete Remforc�ng B�s of the A.S.T.IvI. Design�tion A-61 S. Reinforcing bars at the time the concrete is placed shall be free from rust, sca�e car ather coatings that will destroy ar reduce �he bond. General reinfflrcirig bars shall �ae nt�mber three bars spaced I 8 inches on center in v�a.�ks and 12 znches in slabs as shawn on Plans. Pier reinforcing per pians. 2.Q3 CONCRETE h�IATERIALS A.. Cement; Portland cement shall meet the requirernents af A.S.T.�rI. Specifications Designation C-1 SO and shall be T}�e 1, B. Aggregates: Cancrete aggrega�es shall consist of gra�el or cz-ushed stone and shall be free from any excess amaunt nf salt, alkali, vegetati�e maiter or other objeatianable materials. T�e aggregate shall be well graded from fine to course and tlne maxinzw�. size shall be one incla . Fine aggrega�e shall cansist of sand C. Water: Water u5ed in mixing conczete shall be cleaxi and free from deleterious a�ounts af acids, alkalies, vegetia�ive n�atter ar organic material. The concrete shall be mixed in an approved bateh mixer. T'he mixing time shall n�t be less than one nlinute after alI th� batch materials are in ihe ,mixer. Cement content sha�l be not Ies� than fi�e sacks per cubie yard of coz�creie and shall have a minunum 28 day carnpressi�e srrength of 3,OOQ psi. D. Mixing: Transit mixed concreie shall meet all the requirements for concrete as specified above. Sufficient transit mix equipment shall be assigned exclusively to the project as required for cantinuous pours at regulaz� inter�vals without stopping or interrupting. Concrete shall not be p�aced on the job after a period af 1 112 haurs after the cem�nt has been placed in the xn:zxer. 2.44 REL�TEA MA.TERI�L A. Expansion Joint �iller: Expansion joint znaterial shall be one inch clear heart redwood with cap and paved cross section as shovtim on #he plans B. Dowels; Dawels far expansion jaints shall be nurx�ber faur smooth round steel bars with expansion tubes as shown on Plans. Dowels shall be placed eighteen inches an center or as shawn on Plans. C. Cuxing Compound: The membranous curing campound s�iall cornply with the requirernents of A.5.T.M., Des'rgnation C-309, Type 2, white pigmented. D. PVC Sleeves: The Contractar shall furnish and install £our inch class 200 PVC pzpe sieeves under conerete walk as shown on plans and details. E. Caulking and Sealants — See Section �792� CAST-IN-PLAC� CQNCI�TE 03304 -2- 2.05 CONCRETE MIX DESIGN AND CONTROL A. Mix Design: The concrete shall contaaul not less than five sacks of cement per cubic yard. Tota1 water sha11 not exceed seven gallons per sack of cement. The mix shall be uniform and w�rkable. The amount of course aggregat� {dry-loose volume) shail not be more than 85 percent per cubic yarc� of concrete. The net amaunt of water will be tk�e amouni added at the mixer plus �e free water in the aggregate or minus �he amount of water needed to compensate for absorption by the aggtegates. Free water or absorptian determinations will be based on the condition of t.�e aggregates at the time used. The absarption test wi13 be baaed on a thirty minute absorption period. No water allowance wiIl be made %r evaporation after batching. B.� S1ump: When gauged by the standard slump test, the settlernent of the concrete sha1l not be lass than 3 inches nar more than 5 inches, uniess otherwise indicated. C. Quality: The concr�te sha.11 be designed for a mininr�um compressive strength of 3,00� pounds per square inch at the age of twenty-eight days using a 5 sack mix. D. Control-Submittal: Within a period oinot less than t�n days priar �o the.start of concrete operations, the Contractor shall submit to khe Engineer a design of the concrete mix proposed tn be used toge#hez wzth samples af all materials to be incorporated into the mix and a full descripiion of �he source of supply of each material co�npai�ent. The desigm of �he concrete mix shall eonfornn with the provisions and limitation requirements of these speci£'ications. All material samples submitted to the Engineer shall be sufficiently large to permit laboratory batching for the construction of test bea�ns to check the adequacy a� t�ia design. When the design mix has been. approved by �he Engineer, fhere shall be no change ox deviatian from the proportions thezeo� ar sources o£ supply except as hereinaft�r provided. No conerete mav be placed on the iab site until the mix, desi� bas been apnroved bv the Ensineer in vvritin� to the Contractor. PART 3 - EX�CUTION 3.O1 REINFORCING Metal re'vnfor�ing shall be accurately placed in accordance with tbe Plans and shall be adaquately secured in position by cancrete, metal., ar plastic chaizs and spacers. Bar splic�s sha11 overlap at least twelve inches. The re-bars shall be bent cold. 3.02 30TNTS A. Expansion Joints: Expansipn jo�nt materials shall be install.ed perpendicular ta the surface. The bottom edge of the mat�rial shall extend to or slightiy beiaw the bottom edge of the slab and the top edge shall be held approximately I/2 ineh below the surface of the slab. The edge of jaints sha11 be tooled with an edging tool havin.g a ll2 inch radius. CAST-IN-PLACE COI�ICRETE 433a0 -3- � B, Coi�.tractivn Joints: Contraction joints shall be 1/4 inch wide by 3i4 inch deep, taaled joints placed on s� foat centers, unles� otherwise indicated. Contraction joints wiXI not be required to be sealed. Sarved joints r.nay �ae allowed anZy i� speci.fically approved by the Enganeer. Jaints wi];l be sawed as soon as sawizlg ca,� be perfarrned without strippulg aggregate from the concrete, generally within twelve to twenty-four ho�rs after placenlent, and they s�all be eompleted before uncantrallad cracking of the pavement takes p]ace. C. Construction Joints: Construction joints sha.�l b� installed in all concrete wark at the locatzans shown o� the Plans. Construction joints farmed at the close af each day's work shall be lacated at any of the control j oints designated on the Pla�s. Joints znay be constructed by use of �voad ar preformed metal bu�klieads set trfae ta the section Qf th.e finished concrete and cleaned and oiled. Surplus concrete on ihe subgrade shal� be removed before resuzning concreting aperaiions. 3.03 PLACING CQNCRETE Placement of Cancrete: The cancreie shall be rapidly deposzted on the subg�rade imrnediately after mixing is completed. Subgrade and faz�xis shali be dazn.pened prior to placement of the concre�e. The concrete shall be transported, placed arad spread in such a manner as to prevent segregation af the aggregate or an excess amouz�t of water and firie matexials to be brought to the surface. No concrete shall be p�aced when �he aiur temperature is Iess tha.n forty de�rees Fahrenheit nor whez� the iemperature of the concrete is eighty-five degrees Fahrenheit or higher, without appraval of Constructzon Insp�ctox. Placernent shall be carried an at such a rate t�at the concrete is at all tur�es plastie and flov�s readily zz�to the space between the bars. Na cancrete that has partia.ily hardened ox that has been contarninated �y �oreign material shall be deposited in the work nor shall reiempezed canerete be used. Each section of pavement between expaxj.sion and con�truction joints shall be placed monolithically_ All cai�crete shall be thoroughlq coxnpacted by suitable means durin� the operation oi placin� and shall be thoro�ghly woxked araund reinforcement and embedd�d fixiures and inta t�ie corners af t.he forms. Special care sh.a�l be taken to preven# voids arad honeycombing. The cancrete shall tlzen be strucl� off and bull-floated ta the grade shawn on the Plans before blaed vvater has an appartunity to col�eci on the sur�a�e. 3.Q4 FINISHING All concrete shall be finished by experienced, qualified concrete fnisher�. All concrete shall h�a�e a neat, rounded edge. Edging and jointing (radius described on Plans} shall be accomplished wit11 care sa as not ta leave deep impressians in the concrete surface adjacerat to ec�ges and joznts. After the concrete has been floated and has set suf�ciently to suppart the weight of cenlent �nishers, a sn�ooth steel trnvvel will be us�d to produce hard surface. The entare surface wzll ihen be b�shed �ith a stiff bristle broom ta prod�ce a uniform texiured finisb. All edges and sides of concrete expased ta view shali be free of warp and blenzishes with a uni%rnn texture and s�oothness as descri�ed in Plans. CAST-IN-PLACE CONCRETE 033D0 -4- 3.QS CURING Curing Compaund: Immediate�y after the fuushing operation�, ihe concrefie shall be completely covered with a curing compound. The concrete surface shall be kept moist betweeza fznishing operations and the application of the curing compound. The curing compound shall be applied under pressure by �neans of a spxay nozzle a� a raie not to exceed 200 square feet per ga.11on. A minimum of 72 haurs curing time will be required. 3.U6 CONCRETE Vt�ALLS A. Placing Concre�e 1. Where tremies �re used, or where �e free drop is 5'-O" ar more, and thraugh reinforcement, use a dumping box or board, moving the concrete therefram by shavels or haes. 2. Depasit concrete sa that the surface is kept level througho�it, a mznimum being permitted to flaw fram one positian �a another, and place as rapidly as practicable af�er mixing_ 3. Da not use in this Work any cancrete not placed within 3� r��inutes after leawing the mixex. 4, Thoroughly wark cancrete around reinforcenient and ernbedded fixtures, and into cornexs of forms, during placing operatians, � S. Compl�tely compact with tampizig poles and by tapping :forms unt�l the cdncrete is thoroug111y compact and without voids, Deteimine tUe number of tampers needed by the annount and method of placing cancrete. 6. Exercise care to tamp concrete �i�orausly and thoroughly t�a obtain max.imum density. 7. Use manual tampers as well as mechanical vibrators. a, Exercise care to direct the quick handlizlg af vibratars from one position to another. b. Do nat over-vibrat� concrete. c_ Dn not move eoncrete by u�e of vibrafior. S. Finishing 1. Al1 farsned surfaces expased to view shall have a smooth form finish. 2. A#�er cancrete has been properly placed and cured, sandbla�t finish if indicated an �he plans and per specificatian Section 03350. 3.07 PRC3TECTYUN After concrete is placed, fin.ished and cuired as required, pem�it no traffic thereon for three days the�-�after and �urther protect the surface frc�rn damage due to oiher causes. END OF SECTIDN CAST-IN-PLACE CONCRETE 0330D -S- SECTION 03500 DRILLED PIERS PART 1— GENERA.L 1.�I SCOPE A. Furnish all Iabor, mat�rials, ser�ices and equi�sment as required in cox�junct�on wz�h or properly inaidenta� to dzilling of piers as desc�ibed herein andlor shown on tlle Drawings. 1.02 RELATED WDRK/DOCUMENT� A. Section l 65Q4, Ballfield Lig�ting System B. Ballfield Lighting Plan and Ballfield Lighting Details (Refex to plan sheets.) 1.03 CODE� A,N1J STANDARDS A. The work described in this Sectian, unless atherwise noted on ihe Dxawings, or herein specified, shall be governed by the Iatest editions o£ the following codes or speci�ications. l. AGI 3�1, "Specifications foz Struct�ral Concrete fnrBuildings". 2. ACI 304, "Recoinrnended Practice �or Measuring, Mixirlg, Transporting and Plaeing Concrete". 3. ACI 305, "Hot Weather Concreting". 4. ACI 306, "Gold Weather Concreting". 5. ACI 31 l, "ACI Manual of Concrete Inspectian". {. ACI 31$, "Builcling Code R�quirements for Reinfarced Concreie". 7. AGI 336.1, "Standard Specification for the Canstruction of End Bearin.g Drilled Piers". 1.0� METH�D �F PAYMEI�T: Work performed as described in this section shall be measured and paid for under the appropriate p�y itern (or items} Iisted in the Praposa.l. Where wark described in this section is called for on the plans or required in order to complete the project, but x�ot specifically ir�cluded in the praposal as a pa� item�, then such wark shall be performed as a subsidiary or incidental pari of the contract. The proposal includes the fol�owing Pay Iteins related to this section: � Electrical Light Fixtures, Pales, Foundations, Conduit, Wiring, Panels and Control Baxes DRILL.ED PIER� 03500 -1- PAR.T 3� — PROD UCTS 2.1 MATERTAL� A. Rein.fozcement: Refer to Saction 0330�0. B. Concrete: Refer to S�ction 03300. PART 3 — EXECUTI4N 3,1 DRILLING A. Schedule pier drillnig so pier.s will be fzlled with concrete i�runediately after c�rilling. Fill each pier with concrete withiza four (4) hours after completinn of clrzlling of sarzie. B, Dril� piers with pawer auger �'oundaiion drilling rig desigmed far tha� purpose. Locate piers to wifi.hi.n one inch (1"} maximum tolerance horizontaZly in any direction. Drill piers to size and d�pth shown, vertfcally, with ma.ximunl acceptable talera�ce fram phunb ta any sha8, measured in center o£ shaft, not ta exceed ane u�ch (1 ") in any ten feet {10') with a ma.xim.um of two inches (2"). Piers drzlled outside of maxirnum tolerance will be rejected. C. If cavzng ar substantial amounts of ground water are encountered, use casiz�gs to prevent caving and exclude water. Lnstall casir�g snfficient c3istance into hearing strata to iz��ure waieriiglit seal. D. Dril1 piexs on.ly tQ the maximusn depth sho�rn an the drawin�s to �revent seepage fran2 grQund water. The bearing stratum is hard alive brown and gray clay, appraxanlately 12 £i. bel4vv e�zsting grade. �.� PUMPING AND CLEANING A. After pier hales have been clrilled to praper �epth arad cutting ec�ge of casing zs seated, if required pump water ou�. B_ C1ean bottom of pier excavatiQns af loose material axid fQreign �natt�r and receive apprawal of Testing; Laboratory �before depositzng concrete. 3.3 FIELD QUALITY CQNTROL A. Testi�.g Laboratazy services shall be in accordance with Section 4IG�10. B. Soils Testing Labozafory shall make cantiz�uous i.nspections of p�er driiling operations ta deternvne tY�at proper bearing stratu�n is abtained and I�RiLLED PIBRS 0350Q -2- utilized for bearing and that shafts are properly clean and dry before placing concrete. C_ F'urnish com.plete pier log, sho�ring the diameter, tap and bottom elevations of each pier, casing required ox not required, actual penetratiaz� into bea.riz�g stratum, elevation of top of beazing s�atum, reinforcemeni and any and all obsexved irregula3rities, deficiencies or deviatio�s from the Cantract Documents. 3.4 PLACING REINFORCZNG STEEL AND CONCRETE A. Do n.at place steel or concrete until pier holes have been inspected and approved by Testing Laboratory. B. Maintain ininvnuzn three inch {3") clearance between bottom of excavation and sides af excavatian az�d z'einforcement. C. Provide steel dowels as detailed or scheduled. Secure reinforcerrient, including dowels, zn place, free of contact wiih sades of excavations. D. Trexnie concrete placed ir� excavations where concrete fall would be greater than 8'-0". 3.5 REMOVAL OF CASINGS . A. Prior to breaking seal betwean temporaiy casing and underlying strata, � static i�ead of plastic concrete shall be suffieiently above ground water - head io pre�vent water and caving soils £rom entering hole during r�mo�al , of casing. Once seal has been broken, temporary casing may be slowly � removed in a �ertical direction (no rotation permitted) while additianal - concrete is placed fo top of casing. 3.b IMPROPER IN�TALLATION A. The cost af any atsd ali changes due to ir�praper installation af dxilled piers shall be paid by the Contractor. This shall include Engineer's additional services made necessary by such failure, as well as costs for labor and rnaierials. END �F SECTIUN ���.z,�n rrExs o3sao -3- SECTION d7920 - CAi.1LKING AND SEALANTS PART I - GENERAL 1.0� DEFINITIQNS: A. The term "sealant" ar "sealing"' shall rafer io extezaor jaints exposed to wea�her or interior joints e�posed fio moisture. When "sealant" is used in an ou�side joint ir� alunvnum or steeI frames, "sealant" shall be required o� the inside joznt a�so. B. The term "cauZk" ar'caulkir�g' (calking) sball refer to znterior joints noi normally exposed to weathez or nnoisture condi�ions. I.02 SCOPE: F�misb a1I Iabor, materials, equipment and incidentals necessary for caul�g and sealing all interior and e�terior jaints. 1.43 RELATED WORKJDOCUMENTS: A. Section 0283�, Chain Link Fence B. Section 02870, Site Furnishings C. Section 033D4, Cast-in-Piacc Cancrete 1.04 SUBMITTAL: A. Submit to O�vner's represer�ta.tive manufacturer's Ii�erature, specification da,ta, and calor chart for all materials proposed fo� this project. B. Identif}+ t.Yleir use and loca�tian. I.05 GUARANTEE: The Cantractar shall provide th� Inspector a manufacturer's written guarantee on all �oint sealing materials. The manufacturer shall agree ta provide any replacement material free of charge io the City. Alsa, the Contractor shall provide the Eng'rrieer a written waxzan.ty on all sealed joints. The Contract�r shalI agree to replacti: any failed joints at no cost to the City. Both warranties shall be for ane year a�ter fina] a.cceptance of the completed work by tI�e Engineez. 1.06 METHOD OF PAYMENT: Work performed as described in this section shall be zneasured and paid far under the appropriate pay item (or items) Iisted in the ProposaZ. • Where work described in this sectio� is called foz on the plans ar required in arder ta eomplete the project, but not specifically included in the proposal as a pay item, then such work shall be perfarmed as a subsidiary ar incidental part of the cantract. CAULKING AND SEALANTS 0792D -1- PART �-PRODUCTS 2.01 SEALANTS: As manufactured by Pecora ox ap�rov�d equal. A. Concrei�-to-Concrete (Horizontal J'oint): NR-201 with primer, B. Masonry-ta-Masanry or Concrete-ta-Concrete {Verticai}: Dyna�rol II 2.02 PRIMERS: Type as rnanufactured by manufacturer of sealing or caulking material and completely compatible with compound. 2.d3 70INT BACKING: Rods ar tape in sizes and types as re�ommended by manufacturer of sealing ar caulking material, and coxnpletely coznpatihle with sealaz�t cornpound. PART 3 - EXECUTION 3.01 GENERAL: A. Work shall be performed by experienced mechanics skilled �n execution of type ofwork requirec� and in application of specified materials. B. Deli�er maierials to job site in original containers v�ith manu�actuxex's name and brand clearly marked thereon. C. When perirneter jaints axound frames that are to be caulkced do not have built-in stops or ather mea.ns to prev�nt depth o� compound from exceeding 1/2 inck�, pack j aint with back-up nnaterials of correct type and to the depth as necessary to provide minin2um 3/8" and ma.�imum 1/2" depth nf compound within the �oint. D. Materials aald methods shall be as speci�ed herein., unless they are conirary to approved manufaetiarer's directians or to approved trad� practice; ar unless Cor�tractor belae�res they will not produce a watertight job �hich he will guarantee as required. When any of these conditions accur, Contractor shall notify Architeet in writing. Deviation from procedure specified vvill be pernlitted only upon Architect's approvai and pro�iding that work is guaranteed by Contractor as �pecifiad. E. If, prior ta beginn.ing work, Contractar does noi notify Architect in writing af any proposEd changes, it will be assumed ihat he agrees that materials and methods specified will produce results desired, and that he will furnish required guaraniee. CAULHING AND SLALANTS 07920 -2- 3.02 PREPAI2ATORY WORK: A. Where weather malds, sta.ff beads, etc., do not %rm integral part of frames to be caulked, but az'e removable, remove same priar to caulkiz�g, execuf.e caullcing, replace rnolds, aic., and point. B, Clean all joints, etc., that are to be caulked or sealed, prior to executi.ng work. 3.03 PRTMING: When conditions of joints so require, or when types of �naterials used adjacent to joints so require, or when compound �nanufacturer's recommendations so require, clean axxd prime joints be%re starting caullcing. Execu�e priming operations in strict accordance with manufacturer's directions. 3.04 JOINT BACK�NG: 3oint backing s�a11 be installed in all joi�nts ta receive sealants. Backing shall be sized to require 20% to SQ% compression upon insertiQn, and shall be placed so that sealar�t depth is approxiznately 112 joint wid�h. In joints nat of sufficient depth io alltiw backiz�g, install bond breaking iape at back of joint. 3.05 APPLICATION: Apply sealant and caullcing maierial under pressure tn fill joint campletely, allowing no air pockets or voids. Tool the joint�surfa.ce to cornpress the compound into the joint. 3A6 THR.ESHOLDS: Place all exteriox door thresholc�s in a fll bed of sealant duri�ng setting pracedures. 3A7 CLEA1vING: C�ean adjacent surfaces fr�e of caulking and sealant and clean all work of other trades that has in any way been sailed hy these operations. Finished wark shall be left in a neat and clean conditian. END OF SECT��I�I CAULKING AND SEALAN'I'S 07920 -3- SECTION 15010 - ELECTRICAL - GENERAL PROVISIONS �ART 1 - GENERAi, 1.01 RELATED CONDITIONS The General Canditaons and any Supplementary ar Specia! Canditions or Provisions which are part o£the Contract Documents are part of this D�visian ta the same extent as if written herein in fitll, and the Cantractor shall observe all the requirements thareaf ir►sofar as they are apglicable to his work. �.�2 SCOPE A. The Contractor shall furz�ish aIl skilled rnechaziics, craftsmen, labar, s�pervision, equipment, materials, tools, costs and services necessary to compfetaFy install all e�ectrical work called far on the drawings andlor specified herein. B. It is the intent and meaning of the Contract DocuFnents that the Contractor shal] provide an electrical installation that is cornpleta with all items and appurtenances necessary, reasonably incidentai, or custor�iarily incl�ded, �v�n though each and every i�em is nat specificaliy called aut or shaysm. � 1.03 RELATED WORI� SPECIFIED ELSEWHERE A. All other Secti�ns of Division 16 B. Mechanical: Division �5 1.04 SUBMITTALS A. In accordance wi�th the Get�ara� Coz�ditzons, and before starting instaIiatian, the Contractor shal� submrt to the En�ineer for approval, lists af rnaterials, fixtures, and equipment to be incorporated i n�he work. If depariures from the contract drawings are de�med necessary by the Coniracror, details of sucb departur$s, including changes in�related portions ofthe pra,�ecf and the reasons therefor, shall be submitted with #he drawings. Where such departures require piping ar equipmentto be supported atherwise than shown, the details submitted shaIl include loadings and types and kznds of frames, brackei�.s, stanchions, or ather supports necessary. Approved departures sha11 be made at na additianal cost to fhe, Owner. The lists vf materials and equipment shaf] be supported by sufficient descriptzve material, such as catalogs, cuts, diagraFns, and other data published by the manufacturer, as well as evidence af campliance with safety and perfoznnance standards, to demonstrate confarnlarsce to �e Specification requirements; cataiog numbers alone shaIl nat be acceptable. Tiie data shall inc�ude siye name and address a�the nearest sarvice and mainte�anc� organization tha� regularly stocks� repair parts. L�LEC'TRiCAI. - GEi�ERAL P120VfSIONS Z60I0 -1- SECTTON i611Q - COI'�DUIT PART I - GEN�RA�. 1.01 SCOPE A The Contractor st�al! furnish all equi�ment, materiaEs, labor, supervision and services necessary for or incidenta� to the ir�sta�lation of all nec�ssary conduit, raceway, outlet boxes, puil and j�nction boxes as shown or indicated on the tirawings andlaz as sgecified herein. B. Applicable requirements of the General Conditions and all 5upplementary ar Speciaf Condations or Provisions sha�l apply to all work required for this section. 1.02 RELATED WORK SPECIFIED ELSEWHERE Section 16010 - Electrical - General Pravisions 1.03 QUALITY ASSLTRANGE Provide the Engineer with manufacturer's certi�icate showing materials rneet or exceed #he minunum requireme�nts as specified. 1.44 REFERENCE STANDA.RDS Except as modified by this Specification, confarm to the applicable provisions and reconnrnenda#ions af the latest edit�ons vf the follawing standards: Natioz�al Electrical Code {NEC} Natianal Electrical Manufactu�rer's Assaciation {NEMA) PART 2 - PRODUCTS 2.01 CONDU'IT, TUBING AND FLE�SLE CONDUIT A. Hot dipped galvanized r�gid s�eel cond�zit shall be Natianal Electric, Allied or Pittsburgh Stanc�ard. B, Scheciule 40 PVC shall b� Carlon or appxoved equal. 2.02 JUNC'I'ION AND PULL S��S � Where shown or required, juncti.on or pull boxes si�all be provicied to facilitate pulling, splic�ng, taping ar nesting of conductors. Suc� boxes shall be of adee�uate size #.o suit the puzpose canstz-ucted ix� accorctar►ce with the National Electrical Code. 2.03 DUTLET BQXES A. Outlet boxes s�all be zinc�oated or cacimium-piated sheet steel suitable for the conditions of each outiet. Boxes located in the concrete, damp places, or exposed to tize weather sha�l be CONDLm' I6110 -I- cast metal with tb.readed hubs. Each box shal] have sufficient vol�me to accommodate the number of conductors entering the box in accordancs with the requirements of the Nationa{ �{ectrical Code. B. .�Zaceptacle baxes shall be apQroxirr�atety four inches by two inches (4" X 2"} PART 3 - EXECUTTON 3.01 CONDUIT TiNSTALLATI�N A. Extend conduits from tt�e sezvice�entrance to the panels, and thence to the lighting circuits as showsl on the plans. B. A[l undesground canduit shall be watertight. C. Cut conduiis with a hacksaw; rema�e burrs and sharp edges. D. Do not use rutuiing threads. E. �n damp locations, install canduits, fritin,gs azzd cast boxes in such a manner as to prevent moisture from. entering ihe conduit system. F. Cap or plug conduit ends durinig construction. Cr. Clean conduits after ins�aliaf.ion vvit� a mandsel and wire bzush prior to pulliz�g conciuctors. H. Provide plastic insulating bushing on aII conduits and in all �bing connections. I. Ir�stall galvan�ed rigid steel conduit where exposed to the weather and vvhere buriecl conduits rise above grade or slab. J. Buried cond�'sts shall be Schedule 40 PVC �with a separate grounding conductar, K. All wiring in paz�els and juncCian boxes shall be neatIy tied wi�th nylan cable ties. END OF SECTION CONDUTT I611fl -2- SECTION I6IZ0 - WIRE AND CABLE PAR'Z' 1 - GE]"�ERAL 1.OT SCOP� - A. Tl�e Contractor shali furnish alI equipment, rr�atar�als, iabar, supervision and services necessary for ar incidental to the installation of all necessary materials as show� or indicated ' on the drawings and/or as spacified herein. B. Applicai�]e requirements o€the General Canditians and all Supglementary or �pecial Cond.itians or Provisions shall apply ta all work required for this section. I.02 RELATED WORK SFECIFIED ELSEW�-IERE A. Section I6010 - Eleetrical - Genera] Provisions ' B. Sectzon 16110 - Conduit 1.fl3 QU.ALCTY ASSUR.ANC� A. Provide the Engineer with manufacturer's certificate si�a.wing mater�als �rneet or exceed the minimum requirements as s}�ecified. 1.04 RLFERENCE STANDARDS Except as modified by this Specification, ccsnform to �he applicable pr�visions and reco�nmendations of the latest er�rtions of the fotlowing siandards: National EIectrical Code (NEC) National Electrzcal Manufacturer's Association (NEMA} PART �. - �RODTJCTS 2.01 WIRE AND CABLE A. �stall Code Type THWN or TH.�-�1 copper for panel feedars. B, Tnstall Code Type THWN or THf�T capper for li�iing circuits. C. Wire sha11 be Anar,onda, Sauthwzze or Triangle. D. All wire and cable shail be color coded in accordance with the %llowing tables. Use colored tape or� Number Six or iarger can�uctors. WIl2E AND CABLE 16i20 -1- 480 Va�t Svatem Pk�ase A - Browsi Phase B - Oran$e Ground - Green E. All cor►ductors shall be copper. 2.42 WIRE AND CABLE CONNECTIaNS A. Cotu�ections for branch circuits shall be made witi� wire jaints. Use one piece nylon seif insulated Bc�chauan B-cap connectors, Thor�as & Betts °Pi�y" wire,�oints. B. ConnectEons for feedars at distribution paiaels and s�itehboards shall be bolted compression type coz�.nectors to suit th� candition. Smooth the joint with insulatizig compound asid insulate wrth two Iayers ar one-fot�tth lapped plastic tape. � rAR�r s - �x�cU��aN 3.01 INSTALLATTON All t�ire and cable shall be installed per the Na�ianal Electrical C�de. END �F SECTION WII�E AND CABLE 16120 _Z_ �E�C i�ICDAI �6�� - SVV�T�CH�GE�4,IZ P�R'T 1 - G�PdER,�� � .O 1 SCOPE A. The Cantractar shall furnish all ec�uipment, matenaEs, labor, supervision and services necessary for or incidental to the installation of all necessary rrcateriaIs as shawr� or indicated on the drawangs and/or as speci�ied herein. B. Applicable requirerr�ents of the General �Conditions and all Suppiementary or Special Conditians ar ProvisiQns shal] apply to alj wark required £or th€is section. 1.02 RELATED W��tK SPECIFIED ELSE'aA1HERE A. Section ] b010 - ElecCrical - Gsneral Provisions B. Section ]6120 - V�ire and Cab]e 1.d3 �UALI'F'Y ASSURAN�E Provide the En�ineer with manufacturer's certificate showin� materiais meet or exceed the nlinimtzm requiremeuts as specifie�cl. I.44 RE�'ERENCE ST�AR�S Except as madified by this Spe.�ificatzoz�, conform to the app�icable provisions and recommendataons af the latest editions of the foil�wing stiandards: Institute of Eledrical and Electronic Engineers (iEEE) Natianal Electrical Cade (T�1E�) National Electrical Yb�anufacturer's Association (PdEPd1A) Underwriters' Laboratories {UL) ��T 2 - Pl��ID�JCT� 2_0�. Ei�C�.�SURES A. All enclosures shaIl' be constn�.cked of code gauge sheet steel. B. Panel wiring gutters shail be fumished in accarda�ace w�h UL standards and �.rticle 373�6 of the National Electrica] �ade. C. Enclosures shall be of the type raquired by the 1�Tationa] Electrical Code for the environment ancauntere.d. SWTI'CHGEAR 16400 -I- 2.02 LOCKIIVG PRO�IISI�NS Ail panelboards si�all have locking doors. 2.�3 LUGS Ail squipment shall have campression type lugs ofthe required size ta accept the conductors indicated on tlae drawings. 2.04 CIRCUTT BREAKERS A. Molded case circurt breakers shall have over-center, trip-free, ton�,gie-type ogerating mechanisms with quick-make, quick-break acCion and positi�e hand]e iz�dicaiian. Two and three-pole breakers shall be common triP. Each circuit breaker shall have a permanent trip unit corrtaining individual thermal and magnetic trip elerr�ents in each pole. The cucuit break�r shalI be constructed to accorr�modate the supply cannections at either end_ Circuit breaker operating handles shaIl assume a center position when tri.pped. All breakers shall be calibrat� for operation in an ambient temperature of 4� degrees C. B. Circuit breakers shall ba suitable for mounting and operating in azzy position. Circuit bzeakars mo�ted irz paneibaards and svv�tchboards shal] be bolt-on type. C. The cireuit breaker cantacts shall be of the high pressure butt-type and shall be made o£ silver-alloy znat�rial. Arc chutes shall be providetl to confazi.e, cool and quench the arc drawn at interr�zption. I}. Circuit brealcers mounted in indivi�u�l enclosures shall have easi�y accessible pressure te�ninals to accept conductor siz�s cammansearate with the breaker ampere ratings. E. The znterrupting ratzng ofthe cizcurt breaker shall be at Ieast equal to the ava'rlable short- cucuit currerrt at the Iine tern�inals of the breaker. F. Circuit breakers sha13 be Square D, or approved �qual. 2�5 P�ELB0I�IDS A. Panelboards shall be equipped with tharnnal-rnagnetic moIded case circuit breakers with frame and trip rafiings as shown on the schedule. B. Bus bar connections Lo the brancb circuit breakers shall be the "distributed phase" or "phase sequence" type. All cunrent-carr}�ing parts ofthe bus assembly shall be plated. Main ratings shall be as shoe�an in the paneiboard schedule or on the plans. C. TerminaIs far feeder canductors to the pane�board mains and neutral shall be UL listed as suitxble �or the type of canductor specifiec3. Tezrn�als for branch circuit wiring, batkz breaker and neutraI, sha�I be UL listed as suitable £or the type of conductor specified. S WTTCHGF'.AR � 6aoa -2- D. Panelboarci eircuit numbering shaii be such t1�at starting �t the top, odd numbers shall be used in sequence down the left-hand side and even numbers shall be used in sequence dawn the right-l�and side. E, The panelboard bus assemb�y shall be endosed in a steel cabinet. The size of ihe wiring gutters and gauge of steel shall be in accordance wi� NEMA Standacds Pu6lication Na. PBI- 1977 and UL Staridard No, 67 far panelboards. The bax shall be fa�r�catecf frorn gafvanized steel or equfvaleni rtrst-resistant sieel, F. Fronts shall include doors and shali have flush, stainless steel, cylindsr tumbler-type focks with catches and spring-loaded door pulls, The flush �oc�C shall not protrude beyond the front of the door. All panelboard lacks shali be keyed akike_ Fronts shall have adjustable indicating trim clamps which shaIl be completely concealetI when the doors are closed. Doors shall be rnounted by compieiely concealed s#eel hinges. Fronts siiall nat be reznovable with daor in ti�e locked position. A circuit diractory frame and card wi#h a clear pEastic cavering shall be provided on the inside of the door. The directary card siaall provide a space at leasC one-fourth inet� high by three inches long (114° X 3") or equivalent �or each circuit. The direc-�ory shall be typed to identify the load fed by each circuit. Fronts si�all be of code gauge s�cel. G. Each panejboard, as a complete unit, shall have a short circuit rating equal to or greater than fhe integrated equipment rating shown on the panelbaard scheclule or on the plans. Panelboards shaIl he marked vvith their maximum short-circuit curr�nt rating at the supply voltage and shall be UL listed. H. Frovide panelboards with main and neutra] b�ses fype minimum 98 percent conductivity rectangular copper bars provided with bolted type Sugs as necessary. Busses sha11 be driIled to fit the connec�ors; fhe c��unectors shall be interchangeable. Provide bnses, coinz�ectors and ternvnals silver plated to a rEunimurn thiclmess of O.00S inch. The plating s�all confarm to the requirements of FS QQ-S-365B. K. All terminal lugs shall be prevented fxom turning per NEMA Siandard PBi-1971 and shall be suitable for ihe conductor materia� and size. L. Panelboards sh.all not exceed 78 inches in hei�ht or 20 inches in width. M. Cabinet fronts, trims and surface-mounted boxes shall be finished in ANST No. b l or No. 49, gray enamel over a rust-inhibitive prirner, Cabinets shalL be surf'ace or flush mounting as indicated on tt�e rirawings. N. Shall be Square D, or approved ec�ual. SWITCHGEAR 164D0 _3_ 1.04 PRODUCT STORAGE AND HANDLING: Prokect fix.fiures delivered to the job site from the entrance of water and dust at all tirnes. Replace damaged fixtvres. PART 2 - PRODUCT� 2.01 GEN�RAL A_ Provide lighting systerns to meet or exceed the mizaimurn requirements of'these specifications. B. Thepole-mo�snted li�kzting systems will eventually be maintair�ed bytl�e Owner by use of a bucket truck, Do nat provide pole steps, ca,�e, or safety climbing equipment. C. The lighting systems must meet the performance criteria set forth in paragraph 2,02, and Submittal documents s�porting the same must he provided with tt�e bid. Award o£the bid shalf be �made basec� on the Submitta� dacuments 2.02 LIGHTING PERFORMANC� A. The system manufacturer shall provide e�uipment to meet or exceed the following perFormance criteria: Li�ht I.evels; a, The znainta�ned average horizontaI £not candla minimum IeveI will �e calculated using 150Q watt metal haiide lamps and fixtures. The lighting manu£acturer will account for the approprzate tiit factar and laznp lumen depreciai�on factor utilizin� the lamp manu�acturer's published lamp specif cation data, which niust accompany the Subnnit�al documents. b. T�emanitainedaveragehorizontaifootcandleIevelsshallbecalculatedbycomputer- generated point-by-poirzt using the fol�owing lumen depreciation equation. The equa�ion must appear on the point-by-paint wiih the words, "this point-by-point was generated using the following luzx�en loss equation." �) 100 hour Iumen output of t3�e lamp 2) X<�� �ppropriate hot ballast Ioss factor> 3) X�the appropriate laznp tilt factor> 4} X<the appropriate lamp Iumezi �oss factor> 5) X<a ciirt loss factor of .95> 6) = design lumen outp�t for point-by-paizit light scan to achieve average maintained light I�vels c. The appropriate loss faciors for each of #he above shall be as per the component manufacturer's published specificatio�z data and shall accom�pany the Su6mittal documents. � Example: The k�ot ballast Loss must b� as per the ba7last manuiacturer's published per�armance data. If the ballast output is less than 1500 watts when hot, then. the appropriata loss factor must be applierl. Even if the lass is 0%, the data must BALLFfELI� LTCr�-I`I`QrIG SYSTEM 1650� -z- accoinpany the Submittal docume�ts to support same, Any deviation from the above shall be grounds for rejec�ion. �2. Light Quantity: Maintained average iight leveis read 36" above the playing surFace shall meet or exceed the foilawing: infield = 3Q fc, Outfield = 2Q fc. 3. Light Quality: Ttte uni£ormity ratios fram tz�aximum to minimum liglit fevels shall not exceed the fallawzn�_ Infield/Qutfield =�.0 - 1.�. 4_ �z�ure Aiming: The system sha�I be delivered to the job site readyfpr factory aiming. An aiming dia�ram shall also accompany the system to ver�fy aimin� and shall b� consistent v�ith the IES sports lighting guide. 5. T7�e lighting systems shali satisiy the requirements of this specification, Additional fixtures may be added to achieve the design parameters. 6. Allow far field adjustment in the lacaticm; af tl�e pales oi 15 feet with no add�tianal cost to the Owner. B, Mounting structures: l.� Lighting Fixture Racks: The lighting racks sha11 be constructed primarily oftubular steef. No holes or peneCrations shall be aIIowed after the galvanizing, ?. Steel Po3es: a. T3�e poles shaII be manu£actured of steel and shall be erected on anchor boIt foundations. b. Tiie steel pole shal� be designed to provide a minimum motu�fing height ofnoi less than 6Q £eet ta the top of tha hi�hest f�xtures, Tlze polas shall be manufactured by a reputabiE steeI paie manufacturer with a mip.imum of five (5) years experience in the manufacturing of sinvlar siea] structures. The pales shal� be designed and manufactured to vvithstand constam wiud velocities of 8fl mph v�ri� an additional gust £actor of 1.3. T�is dssign must be �ertified by a licensed professional structural engiu�eer in the state of Te�cas, who shall be employed b�+ the pole manufacturer. 3. Welding Certificates: Al1 we�ds os3 poles shali be performed hy certified welders wha med or ex�:ed Arnexi�an Welding Society D I.1 Structural WElding Coda for �shielded metai arc weiding. � C. Warranty: The system manufacCurer shall provide a warranty of at ieask five (5) years covering aII componerzts ofthe sysCem excepfi lamps and fuses. The first year of the �avarranty shall be parts and labor ta re�t.ify any problems in the aperatian of tha system under normal conditions. The followi�g four years shall be to replace any defecti�e parts to t�ae ovcmer. This includes, but is not lirnited to, the zeplacem�exzt af goles, pole v�riring, inter�tal components to fihe gole, electrical ganels, cross-arms, internal wiring, laallasts. Capacitors reflectors, ar►d lenses. 2.03 A.PPRO�ED IvIANUFACTUR.ER5 Approved manuiacturers s�all be as %llows: Widelite BALLFJ�I.D LTGIIZ�G SYSTEM 16500 _3.. PA�tT 3 - EXECUTIQN 3.01� 1NSTALi.,4TION A. .Orient lighting structures as shown on manufacturer s drawicEgs. B. Adjust all luminaries to the satisfaction ofthe engineer and manufacturer. C. Coordinate exact loeation of lighting struccure with manufacturer prior to rouuuh-in. 3 A2 CLEANUP A. Leave a[I t�xtures and poIss ifn clean condition, free of dirt and defect. B. Fitl and coznpact all trench war�C. C. Remove aIl r�Iated trash and packing materials. D. During constn,�ction, keep site in neat ari.d cjean condit�on. E. At �he com.pletion o£ tb.e projeci, all grass surfaces shall be placed back into the original condition. Furnish and insiall new grass sad an all trenches. END QF SEC'T�01�1 BALLF]ELD LIGHTING SYSTEM 165�0 -4- SECTION i0430 — EXTERIOR SIGNS 1�:1:71 li Q ��7�i1 1.01 SC�PE: Wozk in this seetion includes al.l labar, materials, equipment, and services required to cansfruct and in�tall the signs at the parking lot, as specified and shawn on , , the plans. 1.02 RELATED WORKIDOGUMENT� A. Sectian 03340 - Casi-in-Piace Concrete. B. Parking Lot, Infield & Bleacher Area Dimensional ContrallLayout Plan (Refer to plan sheets.) 1.03 SUBMITTALS: Subm.it shop c�xawings to Pr�ject Manager �ar review prior to fabrication. 1.04 METHQD Q� PAYMENT: Work perforzned as described in this section shall be measured and paid foz under the appropriate pay item (ar items) listed in the Proposal. Where work described in this section is called for on the plans or required in order to caxnplete fhe proj ect, but noi speczfically included in the proposaI as a pay it�xn, then such work shall be performed as a suhsidiary or incidenf.al part of the contract. The proposal incl�des the following Pay Items r�lated io this section: tt Handicap Parking Sign As�err�bly � Relocation o�'Exist�ing Handieap Parking 5ign Assembly PART 2-PRODUCTS �.01 Meta� Signs: Fabricatiop af �igzzs available from, bui not limited to: Sa-So {Sargent-Sowel�, Inc.) 1185 108`� St. Grand Prainie, TX 75050 (972) 647.15.25,or equal Fabrication of signs ayailable fram, but not limited to: Fort Worth Sign & Supply, Inc. (817) 927-5521, az equal EXT�RIQR SIGNS 1043q ..y_ 2.02 PQSTS, FASTENERS, AND FOOTINGS: By Contxac�ox or his agent. Relocate/salvage �igns and pasts where indicated on the plans. Where posts .ar si�ns cannot be salvaged, prot�ide new materials. Refez ia drawing details �or materials. 2.03 Accessihle Parking Signs: Reflective 0.08" aluminum, ASTM B 209, alloy b061 T6, degreased and etched. Sign faces shall be fully �eflectorized with materials conforming ta Mil. Spec. M�L-R-�3b89A. 2.04 Accessible Loading (Van Accessible) Sign: Reflective O.d8" aluminusn aluminunn, 1�STM B 209, alioy 6061 T6, degreased and etched. Sign faces shall be fully reflectorized with materiais coz�fo�nn.ing �o Mi�. Spec. MIL-R-].36$9A. PART 3 - EXECUTION 3.01 GENERAL: Work shall be performed by experienced tradesman; skilled in this type work. Sarnples of similar work or re�exences znay be requested by the Proj ect Iv�anager. 3.02 SETTING POSTS: Remove all loose and fareign materials from fhe sides and bottoms of holes, and moisten sail przor to p�acixzg concrete. Center and align posts in holes. Place concrete around posts in a continuous pour, and vibrate or tamp foz consolidation. Check each posi for vertical alignment, and hold in position during placement ar�d fznishing aperations. Trowe� fi�ish tops of footings, and slope or dome to direct water away from posts. 3.03 SIGNS: Attach signs to posts with bolt�, vuashers,nuts and clamp�. 3.04 CLEAN: Clean exposed s'rgn faces and galvanized surfaces, and leav� free o� defects. Use no abrasives and leave pavement and graded areas clean and free of debris. END QF SECTION EXTETZI012 SIGNS 30430 -2- BIDDER'S STATEMENT OF QUALIFICATIONS Firrn Narr�e: Date Organized: ❑ PARTNERSHiP ❑ CORPORATION Address: City: State: Telephane Nuznber: Fax Number: Number of years in business under present n�me: Former name(s) of organization: Zip: , CLASS7F'ICATION: 0 Genera.l ❑ Builciing ❑ Electrical ❑ Plumbiug ❑ HVAC . ❑ Utilities ❑ Earthwark ❑ Paving ❑ Other 1. LIST QF SIMILA.R COMPLETED PROJECTS � AMOUNT TYPE OF DATE NAME and TELEPHONE NUMBER OF - 4F CONTRACT WORK COMPLETED QWNER 2. LI5T OF SIMILAR �ROJECTS UNDER CONSTRUCTIQN OR LTNDER CONTRACT AMQUNT TYPE OF DATE NAME a.rzd PHONE NUMBER OF QWNER OF CONTRACT WORK COMPLETED BIDA�R'S STATEMENT OF QUALIFICA7'iONS -]- 3. LIST SURETY BONDS IN FORCE ON ABOVE TNCOMPLETE WORK (LIST 2): DATE OF TYPE OF AMQ�TNT OF NAME AND TELEPHONE NUMBER OF CONTRACT BOND BOND ST]RETY 4. LIST CONSTRUCTION SYTPER]NTENDENT'S NAME AND CQNSTRUCTION EXPERTENCE: �� � BIDDER'S STATEMENT OF QUALiFICA'I'IpNS -2- i CONTRACT4R COMPLIANCE WITH WORT�EltS' COMPENSATION LAW I � i Pursuant ta V.T.C.A Labor Code Section 406.096, Contractar certifies that it provides warlcers' compensation instirance coverage foz• a11 its employses exnployed on ci#y o:f Fart Worth Project Number C181- Q8018104304� G.C, CARTER CUNSTRUCTION COMPANY CONTRACTOR i ' . _ �Y� , _ _ . '� + Title , �� Date I � STATE OF 'I'E�AS COUNTY OF 'I'ARIZANT � � BEFORE ME, the undersigne�l authority, on this day persanally appeared �. _ __, lalown to me be tl�e person whose name is subscribed to the foregoing instrument, and acknowleaged to me that he ex�c�ited t1�e same as the act and deed of � � �,_ fox the purpose and cansideration therein expressad and in t1�e capacity therein stated. GNEN LJND�R MY I�AND AND SEAL OF OFFICE this day of .. ..t . zo � . - .- ' ��afa nsalawFkN.�:i>r�ai�— ro�*AYP�a�, BELINDA M. RE�� � �� N�iARY !'UBLIC ' � S1'AT� �� 1'EXA� ' �''� of �� My Camm. Exp. 08-23-2U45 ' �All S� �p ,. L AUTl�' . il I T �� r��:�..�.�� Notaty I'ublic zn an for the State of Texas � � f ���� � OC�'-l7-f�l �N:,i3 1�]��� A,� i�,W. ��;P'i, ENG4��.�1ii��� rrl�l �����. �1! �Il �I�S� r. � Bond #SA449� T�E STp+,�� OF T�XA� CQllN�'X C3� Ti �1RFGANT P�RFQRMANCE BCINE] § I�GNQV+1 ALL ItiiEN LiY �`HES� PRBS�N�'S: T��t we (l) G.C. CARTi�R CONSTf317CTIOI+I G �A Y a E2) _�'i]A'F[]t��TYt7i�' ai liAS, hereinaRer ca11 Frinci}a�4.. and (31�'.� S�a�.es Fi.c1e1'�.tv c� Q r��'�Yocporatio� o��anized and e:cisting uttder th� taws of the Statc and fisily autilari�.ed to uansact �as�ness itt th� �tace 4f'�oxas, a5 �urety, are held a�nd �rmiy bound unto the City of Fart �4'otEh, a t�uz�icipal eorparat�or� ar�aniz�d and existin� und�r the laws of the S�te of Texas, hereinafter caited Ownex, in t�,e �Senal sv�n �� T124'4 H�FJIV��t�U 1��UR xH(�USAIY�X I�U��TDR�i� T1Y�N�'Y-S1.X AND �6l100 ............................, �53�Q�i.6�G.Zfi)1�otksCs iz� �aw�'ul .m�t�ey af th«� United States, to E�e pai� in Pprt i'Vorttt, 7'arrsnt Gour►tyr Texas, for th� pa�nent af whicfr sum we11 ar3d truly be made, we hereby bind ourselves, aur heirs, execurors, ed�nitti�trat�r� and succ43snrs, �omtly and sev�ral�.y, f"rrmly bg� these pres�'tsts. TFC� CC1NOtTtON f7F THIS n�: OBLiGRTIQN is such that Whereas, the f'rurtc�p�t entered in�o a cert�in ce�tttract with tha C"�ry af k�art We�,tkh, t,i�� pti;�ner, dated t�e �vf pCTt]$�R. �UOi a cop}r �if which is har�ko attach�rl �nd nlade g patt hezeof, f4rth� cn�sstructian aF: C.04STRUCT14ti O� SAhrDY L�A�� FARK �Ai�l, Fi�;T,D. LiGH`Y'ING QYD �I��a.i���Y., �i4.�Q�t��EI���N�'S desi�nated a> Fruject �o. (s} C�.15-D80181D�3�1�0, a ca�y of u•hich contracE is heteby attached, r�#'�rred to, ar�d made � p�ut h�reaf as fuIly and ta the sarne extent as if cupied at lengtl� h�rein, Euch �ro3ect and toi�str�zction being �,�rainafiar referred to as ih4 "u�ork", ` � i�1011,' 7HEREFOFiE, if tlie Prineipa! shall w��ll, trulr, ai�d fa!tk�fl�lir• perfdrm t?te worl� in accprdance r��itil � tit� ptan9, SpzGi�lCBl�pY13, aqct COr1LrdCt �iotum�nts duFing fhe origirEa! teCm theraof, and any extei�sions thcreof z��hich may be granted by the E?��n2r, t4'IL4� or �vii"�Qut noti�a tv tY�a SurEty, and if t�o st►all Sstisfy a11 c�aim� and �am.ands �incU�red ur�dar sUch cantra�r, a�tid sh�Il fu1}y indem�alf� aa�d .�ati'e lk�rtlatess the O��et £r4rt� �II eosts an�i, damag�s � �vhich it m�y suffer bv reason of failure t4 do so, �nd shall r�irnburs� and repay the C�wner all outlay and exp�nse ' �wliich the Owner may incur in maising good any defauSt, than this obtigatian shafl ba void; atherwise to remain in full farce and e1�Fect. OCT-i7-�1 WE� 10:07 A� �.Vl, b�FT, ��IGIPIEERII�G FA� ri�. $17 $7l 7854 F, 3 Bc�3 �4.91 � ,PAYMF,�}�JT BONL� 3HE SiATE �F 'I'E}CAS � cot,�rX a� T���►x�r g KNOW A�L ��N 8Y TH�SE PRT�EN"T`5: Thac we (�} G.C, �A.�T1�R C�NS'i'RUCTYU CU !V s(i) �� of �rker CountY, TX �,,.,. hereinafter �alled Prineipal, �nd {3� ik�i ta�s Fidelitv & tv C�ya carp�Xatto�t oxgat��zed a�d exisCing under �e 1�ws Qf th� St�ce ��l ancl �ully aut4aorized to iransact b�sis�ss in i1�a State �f Texaq, a� Surety, $�e held and frrriiy bour�d unto the City oF �ar2 W4r.��i, � muni�.ip�{ cprpbzdtio�a ar��i�ized and exssting nndex the �aw� o�f the 5late af Te�cas, t�ereinaf�tr tatl�d Owt�er� at�d unta all �ersan, firms. as�d cozpc�rations wha m�y fvrnish t�aterla�s, �qr ¢r �er�'�rrr� fabor upon 'the building or in�proti•crnei�ts her�in�fter r�ferr�d to trt Lhe Fenai su�ni af TtY� HUND�EL7 FQUft TF�OUSAND, SI�C �iUiV DREi� TV1(Fj�iTY-�iX Avl� �511 UO........� ...................... r�X04,6�6.16) Dallars in lawful r�zoney of t!�¢ Un�ted States, tv be paid in Fort Worth, �'arrant Coumty, '�'exas, for t#�s payment af v�hich sum will and truly be made, tive hereby bind aursetves, our heirs, executors, adr�linlslY�l4f5 a��{ strtreeasors� Jaintiy and sevc�tally� f�mtiy to ���rese pr�s�stt�. 'C"HL CC7:�iDlTfON C7F THiS 43�L�IGATtON is such titat sviiereas, th� Prine)�Sal rntered �rttcs a certain cantract svitI� the City of F�r� W'arth, tl�e Oti�y�er, dated th� �day aF C)CTQBER A.I7. r�40J., a cop}� af ui�ich is k:ereta attacYred and made a part herenf far the rar�3ixuctior� af:; �OAVSTR�iCT��N (7F SANI�Y LAN� PA� B�►LL_TIE�.�7. LIGHTING AND C�,NNEL r}ti���tvv�n��:�rr, �- - - � desi�nated ns Proj�ct ;�o. (s) CliS-080181443�4U, � copy of ��hich is hereto attached, referred to �nd R�a�e ��sai•t hereaf as fii�Fv �ynd to the sarr�e. exsent as �f eo�ie� ac l�,ngEh h�re��, such p�oject artd consttv�tic�r► 6eirig h�refnztfker rP�essed ta as th� "��s�rk''. NC3�V TH,�R�FtJRE, t�e cvnditiun �f this ok�l[�atian is suth �hat, If C�'t� �rinci�+at shal� pramptly rrtake payment to aff clasniants as datrr,ed in T2xas Govorn�nent Co�i� Section ?253; s�ppfy�.r�� l�bor and mat�riaEs ir� t�e pros�cutiti�n of t�e n�ork pruvid�d fcsr tn s�tid Contraet, then this abkigati4ri s�ai� �e rn�l] ar.d voic�, at�ena•ise it sha�f re�xaain in fu}l £nree �n� eFfert. - F1Q Q��T-4�-�1 b[DPS 9:35 Av1 F,'f�. DEP��, E�[�sI�IEERI�fc� �A�t ii4, $17 87I 7�5� P, 5 '[�i� SariCi [S MAD� AND EN�`ERED �nta salaly for the Qrateetfon of ail aiaiz�nants supplying lsbar and rnatcrEal ir� the �roserukion af the work prav�d�ci far in s�id Contract, as a�aimants are dc�ed in said C�Zapter 2233, and atl such �claimants shall hsve a direct right �f aGlinn unc3er the go�x� as grav3ded !n Cha�� 2253, Texa� �over�srrt�nt Cnd'e, PR��fI7]F.D FURTHER, that tf any legal action bz ��a8 upon this bond, venue shall ]ie in Tarrar�t Cou�ty, State t�f't'ex�s, that the saici Su�-�ty, fot' Ve71�i� FECBtV�CI, h��eby stipulates �nd $gree5 that �o �itange, cxicr�sfasz o� time, alterativn vr additian #o the terms af the c:r�ntract or to tt�� w�k tQ be perFornti�d $�e��eu�,d�r ar thc spcc'��icaiion accom�anyin� Che same shall in anv wise affect its ot��igation a� z�2is bond, s�d it dQes h�r�by w'�iv� not�c� of an}� su�h ch�inge, extEnston af t�rnti, aSe�rat'son ar �dd{tian ta t3�e ecrms of the epncrac� ar to thc wozk or the 3�eci���ti ans. PRovIdEl] Ft1RTHER, that no final �etticn��ne b�ttiveen th� C}v��ner and t3�e Cnntraator shall a�iridga the t°iQht af any bene�icia�y Inexeuniier whose claim shall be u�satisfied, o� :! IN tiV1TNF.SS �V�i�.R.Et��', this instrumat�t is executed iti 6 epunt�rparts e�ch or1� oP�vhich shall be dt��ned an vri4stic�I, this t� �'�.day oi' t�C'�'QBFR, .A.L7., 2001. AT1'EST: G.C. _�RTER CD.N+TRUCTIO;�t C[�"�S�'�NY k GiF L [4) �Y: " � — , � iicle: ��'-�'�t �.Q�� [Priticipai} 5ecr�tary �r. �!�''..,,(�,.,�.f "` " VS'itness �� ta PrincF}�a! Addres; .�T�'E5�": (5uretyj Secretary � S�A [.) -.� . ��L6�',�Q�L.z���, �.. '44�itn�ss as to Surety a z�f� xwx so `va�sr �U�Qa. Tx �rryu,� csEa�.� iA�dress) lk�i.t.�3 ta'�es Fi lity & Q�ar�tY �Y �l1fEtY', B � � (�C� �N�i St�ei. C�Z7Ss (Attorney-in-f�ct} (?) 7�71 I.ar�r, T��hita Fails. 'I�d �.�„-�4 �,�ddress) {Add.ess) h07E: I��tx of Band m��st not be priar to data of cnntract (1) Carrcct Name af �onttactor (?) A Cor�nratian, a F�rtnershig or an lndivid�al, as casY nra��'b� (3} Cat:�ct t��rn� af �u.a.�y {�i) ]f e.o�t�actar is Paruisrshi{� all �artners should. zxecute �3ond {S} A true c�py a�Pou�er a£Att�rney sh��i be attached to Rond by Actorney-in Fact.. 701 I�, kTichita Fa]1s, 'IX 763�1-6824 (Address) O�T-�7-01 WED ll):07 AP� F�, W, DEPT, E�IG1NEFk�PiG FR� M0. $t`l $7I 7��� F`. 4 :. . ..�. . MAINTENANC� B�N T�X� STA�TE O� T��AS � GQUNT� �D.F'�ARR.ANT � �,NpW Ai.� 4�1�N �Y �'4-t�SE FEtESENiS; That (1) G,,C. CART�R CONSTRU�'�ON_C� Al�I1( as Pxsncipa[, acta�g herain by and ihrot�gh {Z) iis du�y �uth�ar,i��c4 s�sd (3,�it�. States Fide�ity ��rantY,�cos�scsrntic�n vrgan�zed undet the la�v:� af ths Stat� a.f T�X.A,"►. ag �i�rety, dn ��reby ack�Zotiv)edge tht�rnaelves ta be l�ead �d bau�,d tp pay untn t�,e �iry of k'art Worch, A Mut�icipa� CbrparatiQ�, ch&rtered 6y virtue qf Constitution and lawa af the $tate of Texas, at Fon Warlh, in Tan•ant Cauniy, Texas the surn of TVYi� ��lNp��b �'Oii� T�OiJSAE�iD SYX �UNDR�la'�'1�VEN'�Y-�iX AND �61100 ...................�........... {520�3,625,26� ��� la�vful i�i�c��y af tha Unit�d States, for the �ayment of 4vhi�i� sur;� �vell and truly b� made uata saici �iiy u�' k'ar� Warth a�,c� i�s successors, said �antractor at�d surat3+ do h�re4�y 6fnd th�mselves, t.��ix heirs, executoX$, adrrtin€stxato�s, �si�r�s atrd suce�sSQts, j�it�tly a�r�d s�v�r�1Fy, This obtigatian Es canditianed, �ow�ver; that, Vb'f{�iiEAS, �e Prirt�i�af }�as er�tered i�rto ��ertain contract ti�ith the City of Fort Worth, dated the 97H day of aCT�3AER �UUl. ihe petfarmarl;ce pf thB toilowing d�scrt'6ed pub(ic ti�ark and th� construction af tht fallotivi�t� descr[bed pnbYie irnprc�re�e.�es: COI�ISTIRUC'�14�Y OF 5,�►%III$' LAi�E YriRK SAL�. FIELII. L7Gf�i]�iG ANU CHA�f�iFL i�43Y4iOV�f�tEi1�1`S _ --- - •� —� alt of s�n,e 6eing refe��red to f,erein and ir. said contract as the Work atzd heing de5ignat�d es projecc 1 6, p$O�ii!!3�#3(AtOand said corttract, irzcfuding a!1 0� th� specificatians, conditions and w�ritten instr�mants referred to i�1CFE3fl EIS CQTtt�'dCt (�OGUC[1eF;tS 6C'�C��' �eC��J}� �mc�rporated h�rei� by re�'erence for at� porpos�s and nfac�z a pactk►ereoF, tne sam� as if sex out verbati�n her•ein; and , Vb'HER�AS, in said Gantracr, Contrac,ar bfnds I�S�I�IO ii58 SllGI] iri�T�J'i��5 �CI FO Ss7 C4�15ttGCtthe WOtkt}lclt lt wift rrm�in ir1 gofld Pepair flnd Cot'�tlltien tor an�! during th� ptCl4� ane {li kear afte� tt�a date of the fttta! �Cc�.pt�rt�e 6� th� �vttk by t's�e C:'rt;e�; and WF�EREAS! said Contra�tor binds its�if to maintaln sa'td �ti�ork in goad re�+�ir an� cc�tad'sYicsn for said term af Or�e (1l Yc�; and, 1�'�iE�EA5, said Cor�trdctar bind'> icself to rzpaFr or reconstruct tha �rnrk in whole or in part st any time ���ithin said perivd, it' in the opinior� of" th�e L]irectvr of the V4�ater Uepartrnent at't%e C:ity af �'art W'ort6, it be recessary: and, ��VI-��RE��S. �ai� Con[ractar birnis i[self, upon receivin,� natic� af tl�e nesd therafvre to re�sair or reconstruct said wqrk as h�resn provid�:d. ;` �����' � POWER OF ATTORNEY Scaboard Surety Company Cinited Slates Fidelity and GuarAoty Company St. Paul Fire and Marine InsurAnce Company �'icfelity aod Guaranty Insurance Company St. Pavl f:uardian [nsurance Company Ficlelity and Guaranty Insux•ance Underwrite�•s, Inc. St.Pau1 Mercury Insurance Co3npany Pa�ver of Attorney No. ZOZgO Certiticate Nu. KNOW ALL 1VI�N BX THESE PR�SENTS: That Seaboard Surely Company is a corporation duly or�anized under tlie laws of the Stake of Ne�v York, and that 5t. Pt��l Fire and Mttrine insurance Company, 3t. Pau] Guardian Tnsurance Company and St. Paul Mercury Tnsurance Cornpany ar� corparations duly organi�ed under [lie laws of tlie 9tatc of IViinnesota, and [hat United STates Fideliky 2nd Gua�-anry Campany is a corporation duly organized under the laws af the S�ale oP IVEaryland, and that Fidelity and Guaranry Insurar�ce Company is a corporalion duly organizetl under the laws of tl�e State of Ivwa, and that Fidelity and Gu�ranty Insurance Underwriters, Ine. is a corporation duly m•g�nized under the laws of the 5tate of Wisconsin {hereria eollectively caUect tlre "Comf�anres°), and that the Coinpanies do hereby make, consti[tite and appninC Donal Boley, Steve Deal and Staci Grross Wichita Falls Texas of the City of , 5tata , their Irue and lawful Attomay(s)-in-Fact, each in tl�eir separate capacity if morc than Qne is named above, tn sign its name as surely lo, and to executc, seal and acknowledge any and all bonds, undcrtakings, contracts and other written insirumenYs in the n�ture thereof on l�ehalf of tlte Cornpanies in their business of guaranteeing the fidelity of persons, guarattteeing the performance of contracts and executing or guaranleeing bonds and undertakings required or p�rmitted in any actions ar proceedings allowed by iaw. iN WI'I`NESS VQH�REOF, the Companies have caused this insu•umen+ iiF IrG �ignes� niisi seaE�+l:th+s lSt �tay ot' Decern�er , 1999 . � Seaboard 5urely Company � lauted States Fidelity and Guaranty Campsny f� 5t. P�ul Fire and Niarine Insur��=ct l:o�r.,:att� �'idelity and Guaranty Insurance Cornp$nq F � St Paul Guardian Insuranir i.u�npan� � F'idetity and Cuaranty Insurance Underwriters, Inc. St. Paul Mercury Insurance Co!!rpiiiFy � i .I � �S�r�Elr � �"�xa,. �� �Y� �TM. �NSp �P�....... 99ti '�'0 V,r' � '"�.9 � � a � � fr * �,�o.roReiF"� ar�.�'coaeoRerE.r� '� I �lQORAORAIfO 1927� ��°anr „� s;€ ... io� � r`�0�°� �a iB77 196 �y s* �r�SEALf�on 3r.�S8AL.'r in i � �EpF�� ��S � ,�}g,..A � +sy-•;."A'� �A1�F�� � 1�� ! ' C I �� � � � State of Maryland City of Baitimore i'HOMAS E. HiJ]BRP.GTSE, Assistanl Secretary I �! On [his i5t day of Deccmber , 1999 , before me, the undersigned officer, personally ap�ieared John �. Phinney and � Thomas E. Huibregtse, who acknawledged themselves to be the Vice E'l�esident and Assistant Secretary, respeciively, of SeaUoard Surety CQ�np�ny, St. Paul Fu•a and � Marine Inssu•ance Company, St. Pau[ Guardian Insuranca Campa�ry, $t. Paul Mercury Insuranca Company, TJnited States Fidelity aud Guaranty Company, Fidelity and �` Gutu�anty Insurance Company, and Fidelity and Guaranty insurance Underwriters, Ine.; and that the seals afGxed to the foregoing instru�nent are �he cvrpor�te seals of isaid Companies; a�id that they, as sucl�, 6eing atitharized so to do, executed the foregoing instrument for the puiposes thereui contained by signing the aames oC the I corporations hy themselves as duly authorized office3�s. In Witness Wherevf, l hereunro set my hand �nd official sa11. i� 1. My Commission expires the 13th day af 7uly, 2002. 86203 Rev. 7-2a4fl Printed in ll.S,A. m�'G�P �S�y� Q� ��rAR� � y pU$IIQ � �ORE o�tr � ��-,�,� � o',p.�.- REBECCA EASLEY-ONOKALA, Nota�y YuUlic CITY OF FORT WORTH, TEXAS CON'1'RACT STATE OF TEXAS CDUN'T'Y OF TARRANT KNOW ALL BY THESE PRESENTS: Tlzat this agreemen�, made and entered inta t3�is the 9t� day of October . A.D. 200�, by and between tl�e CITY OF FORT WORTH, a r�unicipal coipora�ion of Tarrant County, Texas, ozganized and ezcisting under and by vitt�ie of a special charter adopted by the qualified voters vuithin said Ciry on i:Y►e l lth day of Decembar, A.D. 1924, under tlie authority of the Constitutian of Texas, and in accordance with a resolution duly passed at a regular nieeting of fk�e �ity Council of said City, and ihe City ofFort Worth being hereafter termed Owner, and G.C. CARTER CONSTRT7CTION COMPANY, hereinafter called Contractar. WITNESSETH: That said parties have agreed as follows: That far and in conszderation of the payments and agreements herei�after me�.ioned to be rnade and perforrned by the Owner, and under the conditions expressed in the hond bearing even date herewith, tl�e s�id Conteactor heieby agrees with the said Owner to commence and complete the consieuction of certain improverz�ents described as follows: SANDY LANE PARK BALL F[ELD, LrGHT1NG ANll CHANNEL YMPRUVEMENTS That the wark hel�ein contemplatefl s1aall consist of furnishing all labor, tools, appliances and materia.ls necessary far tlie constxuctian and completion of said project in accordance with the Flans and Specificarions Iie�•etofore prepared by the T'arks and Community S�rvices Department of the Ciiy of Foxt Worth and adopted by tbe City Council of said Cify, as an independent contractor, and whicli plans and speci�catioaas are ineorporated herein by reference. T'he Cantractor hexehy agrees amd binds himself ta commence the constructian of said work �zthin ten (� d) days afte�• being notii�ied in writing to do sa by the Department of Engineering ]�irector of the Czty of Fart Worth. 4. The Cont�actor hereby agrees to prosecute said work with reasonable diligence after the eornmencement thereof and to fuSly carr�plete and finish the same ready fos the inspection and approval of the Depaztment of Engineering Duector oifhe City of Foi�t Worth and tlie City Council of the City of �ax-t Worth within a period oi'%S was-kin� days from the t��ne oi eommencing said work; that said Coniractor shall be enia�led to an extension of said time for dasng said wark for such time as he may necessarily lose or be delayed by unavoidal�le accidents caused by unforeseen matters over which said Contractor has no conirol, such a� inclemency in the r�reather, acts of Piovidence, laboi sirikes and de�ivery of materials, in all of wk�ich cases the xzegligenee or car�lessness of the Coniractor is not cant�7buting to such delay. S��oi�ld the Caxitractor fail ta begin the wor� lierein provided for within t�e time herein fixed or to carry oti and complete tl�e saine according to the ttue meaning of the intent and tenm.s of said specifzcationa, then the Ci .ty shall ha�e the rigl�t to take charge of and complete the work in such a zr�anner as it may deem proper, and if, in the coi-��pletion tliereof, tl�e cost to the said City shall exceed the contract pxics or prices set forth in the said plans and spec�catians made a part hereof, the Conlractor shall pay said City on dernand in w�•iting, setting forth and specifying an iteinized statement of the total cost thereof, said excess cost. �I�'�' �1F �'Q][8�' VV��3'l�, TE� �`�1�iTRACT 5TATE OF TEXAS COUNTY O�' TARRANT KNOW ALL BY THESE PRE5ENTS: Tl�at this agreement, rnade and entezed into this the 9t1� day of O���lbev- . A.D. 20Q1 by and batween the CITY OF FORT WORTH, a municipal cor�orati.an of Taz�rant County, '�'exas, nrganized and existing under and by virtue of a speciai charter adopted by the qualiiied voters witiun said City an the 11th day of Decemher, A.D. I 924, under the authority of the Consiitution of Texas, and in accardance w�ith a resolution duly passed at a re�laz �neeting of the City Council of said City, and the City of Fort Worth being heieafter termed Owner, and « C�mt��m�n>, hereinafter called Cantzactor. VdITNESSETH: T�at said parties have agreed as follows: Tl�at far a.nd ru consideraiion of the payments and agreements hezeinafter mentione� to be made and performed by t��e Owner, and under the canditions expressed in the bond l�earing even date herewit�, t1�e said Contractor hereby agt-ees with the sazd Owner to commence at�d complete tlie construction of certain impxovements described as follows: CONST1�iJ�']['T�311�T �� S�X A�'i�E 1P[�RI� B�L 1FIE]L]D, LIIGIH�'IN� 1�1�T]D C�N�i�l[, II�R��'E�1�7'� z. That the worTc herein contemplated shall consist af furnislung all labor, tools, appliances and materials necessary far the construct�ion and completio�n oi said project in aceordance wi#h tU.e Plans and Specifications heretofore prepa�red by the Parks and Community Services Dapartment of the Cit}r of Fort Worth and adopted hy the Ciry Council nf said City, as azi independent contractor, and which plans and specificat�ons az�e incorporated herein by reference. 3. 'T11e Contractor hereby agrees and binds himself to commence the constructzan vf said wark wzthin ten (10) days aftez being noti�ied in writing to do so by the Depart�ent of Engineering Directar of the City of Fort Worth. The Cantractor her�k�y agrees Yo prosecute said work with reasonable diligence after dae comrnencement thereof and to �ully �omplete and finish t�e same ready for the inspection and appro�al of the Deparfznent af Engineering Director o#'the City of k'ort Worth and the City Cnuncil of the City of Fort Worth within a period af 75 fva�-kita� �ays from the time af comt�encing said work; that said Con#ractox shall be entitled to an extension of said tirne for doing said work for such tiFne as he may necessarily lose or be delayed by unavoidable aceidents caused by unforeseen matters over whzch said Contractor has no ennfrol, such as inclemency in the weather, acts o� Pravidence, laboi strikes and delivery of maierials, in all af which cases the negligence or carelessness of the Contractor is not contributing to such delay. 5. Shauld the Cantractor fail to l�egin the wor�C herein provided foz within fhe time herein fixed or to carry on and complete the same accarding to the irue meaning of tk►e intent and terms of said specifications, then ths City shall ha�ve the riglzt to take charge af and camplete the work in such a manner as it rnay deem proper, and if, in the completion thereof, the cost to ihe said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Cont�actor shall pay said City on demand in writin.g, setting forth and specifying an itemized statennent of the total cost thereof, said excess cost. C'ity o, f '�'o� �o�h9 T'�c� ���� �r�� ����n�[ �„��m�r����t;�n .iE RE�'ERENCE NUMBER LOG NAME PAG� 10I91Q1 C�1�7�'3 R�l�15�D I $OFIELD � 1 of 4 suB.��cr AWAR� OF CONTRACT TO G. C. CARTER C4NSTRUCTION C�I�PANY FOR THE GONSTRUCTION O�' SANDY LANE PARK BALL FIELD, LIGHTING AND CHANNEL EMPR�VEMENTS RECOMMENDA7'iON: !t is recommended ihat t�e City Council: 7. Adopt the attached apprapr�ation ord�nance increasing estima�ed receipts and appropriatrons in the Capital Pro;ec�s Reserve Fund �y $240,D00.00 from available funds; and 2. Authorize the transfer of $24�,OD0.00 #rom #he Capiial Project Reserve Fund ta the Parks and Community Services Improvemertt Fund; and 3. Adopt the atfached appropriation ardinance increasir�g estima#ed receipts and appropriations in the Parks and Gommunity Serv�ces Impro�ement Fund by $240,��0.00 from a�ailable f�a�ds; and 4. Authariz� tl�� City Martager to execute a contract with G. C. Carter Construc#ion Company in t�e amour�t of $204,626.26 for the construct�on of bal� field lighting and channel improvements at Sandy Lane Par�. .ISCUSSION: The '1998 Cap�tal Improvement Program allocate� $131,OOQAO to replace the existing ball fieEd Iighting system at Sandy Lane Park. Ari additionat $240,OOa.00 was earmar�ed from the Capital Projects Reserve Fund to address damage to the ball field and reiain�ng wall caused by substantial cr�ek emban�sment erosion. The storm and erosion damage occurred on May 3, �999. Parks and ^.ommuni#y Services Department staff confi�med availability of Capital Praject Resen+e funds with the sudge# Offic� on September 20, 2�00. Funds from the Capital Project Res��ve for the repair of erosion damage were identified in the process to fund unfunded capitai needs. On No�ember 10, 2000 (M&C G18276}, the City Counci] appro�eci award of a contract to Teague, Nal! and Perkins, lnc. for tF�e design and preparation of construction dacuments for ba11 field fig�ting and embankment improvements, in the amount of $46,�90.00. During t�e d�sign phase, #he consultant recommended that if the field were rotated, #he re�aining wall that was des#royed would not need to be rebuilt,� and the cost to resol�e the embantcment erosion damage would be reduced. �It the schematic des9gn phase, staff inet with the RyanwoQd Neighbori�ood Association and all of the homeowners who immedia#e�y abu� the existir�g ball fie�d to get tF�eir input on the proposed design. The proposed designs wer� then amended to �atisfy their concems. The project was advertised for bid on June 21 and 28, 2D01. Or� Juty 12, 2d0'#, the b9ds listed below were received. �'r%y of �ort �a�t�i, �'�ec�� ���� �IM1� ���fl�� ���t111l��11����1� DAT� REF'ERE'NCE lVUMB�R LOG NAME PAGE � 019IU� -��1 �'�l� R�I/ISI�D SOFIELD I 2 of 4 SUBJECT AWARD O�' CONTRACT TO G, C. CARTER CONSTRUGTION CQMPANY FOR THE C�NSTRUCTION OF SANDY LANE PARK BALL �IELD, LIGHTING AND CHaNNEL IMPROVEMENTS The low base bid was $3�4,860.53 from G. C, Carter Cvnstruction Company. With amendments as cliscussed below, G. C, Cart�r Construction Company`s adjusted bid was $204,626.26. BIDDERS G. C. Carte� Construction Com�anv Cooper Gene�al Constructiort Ed A Wilson, Inc. M. A. Vinson Construction Campany NEi11er 5ierra Construction,• Inc. Narthstar Constructfon, inc. Spor�s Faciiities Construction Campany AUI Generaf Constructian Kraft Landscape Service, Inc. * Line Number *'` Alternate Number BAS� BID $304,860.53 $326,949A{] $333,555.40 $329,482.50 $315,234.a0 $3�4,799.00 $358,757.�8 $389,670.15 $506 A48.95 *$ $10'I ,479.U0 $'! 20,0�0.00 �� 2�,000,oa $114,QC�Q.00 $ 90,000.04 �� � s,000.ao $ 98,120.OQ $127,000.40 $186,354.00 '�*2 and 3 $9 ,244.73 � �oa.aa $�,��o.00 ��,�s�.oa $1,266.QQ $1,300.00 $7 ,802,00 $1,335.OQ $1,484.00 TOTAL $204.fi2626 $207,849.00 $2'i 0, 9 55.Q0 $216,987.50 $226,50�.04 $240,099.00 $262,439.4$ $264,�05.15 $321,'} 78.95 WitF� a base bid of $304,860.OD plus construction cantingency project {managemer�t, inspectian and change order a!lowances) fu�ding of $30,486.{�0, the total co�struction casts would be $335,346.OQ, excee�ing the $3� 6,5S6.fi1 i� remaining project funas. F'or t�is reason, the ball field lign�ing portion vf the project is r�commended �or dele�ion �(base bid line Item No. 8 ba{I field lighting wauld be decluct�d). The Parks and Cammunity Services Department has arranged for the Transportat�on and Public Works Qepartmer�t ta install the ball field lighting, at a substaniial�y reduced cost, wi�h #he remaining project i�alance of $91,498.00. (n additEor�, it is recommended that bid aiternate No, 2 totaling $411.27 (deletian of a�-foot fence) be deducted, ai]owing for the acceptance af bid alternate No. 3 tot�Iing $'f ,fi56.00 wnich prnvides for a 6-. foot high out�ieid fe�►ce, a iotal bid �Iternate amount of $1,244.73. G. C. Carter.Construetion Company pro�id�d the lowesi base bid of $3�4,880,00, and the Ivwest b'td with the recommended alt�r�natives at $204,626.26. It is recommended #hat G. C. Carter �onstruction Company's bid be apprave� for award of a contract. The contract time is 75 wo�king days. The propos�d expenditure addresses th� needed chann�i impro�ements while restoring to use the ball field affected by the erosion damage. The proposed solution does so in a manne� fiY�at is at a r�asonable cost and substa�tially less than the estimated costs ta replace the retaining wa11. The original 1998 Capita� Improvemer�t Program need far replacemen� an �the ball fieid lighting system wil! also be addressed at a substanti�l sa�ings. `, � C'iiy of �o�t �'o��a, T'e.�cas � ar ��� ��ur��il ����tt�ni���i�n � 1'E R�FERENCE NLJMB�R LOG NAME PAGE � QI9101 �o� $�'7$ ���/I��� I 8DFIEL.D I 3 of 4 suB.��cT AWARD OF C�IVTRACT TO G. C. CAFtTER CONSTRIJCTlON COMPANY FOR iHE C�NSTRUCTION OF SAfVDY L.ANE PARK BAlL. FIELD, L.lGHTINC AND CHANNEL IMPROVEMENTS _ M/WBE F�. C, Carter Consfruction Company is in comp�iance with the City's MISNBE Ordinanc� by committing to 19% MI'WBE participation. The Ci�y's' goal for this project is 17°1a. APPR4PRIATIONS AND PROJECT EXPENDITURES SUMMARY 7otal Project Funding Exp��ditures #a Date Desigr� Se�vices {Cor�sultant} Project Mar�agemEnt (Eng�neerir�g and F'ar�Cs and Community Services) Remaining Funds A�ailabie P�ior to Award of �onstruction Contract The project budget sha11 be as folCows: Cons�ruction Contract Constructiar� Pnase Continge�cies Parks and Community 5ervices Project Management and Engineering lnspection Change Orders (5%) Tota! Cor�s#ructioR Budget Remaininc� Project Funds {to be �riilized to install ball fiel� ligh#s} $371,000.00 $ �6,190.OQ $ 8,223.39 $316,586.69 $2Q4,626.26 $ '10,231.00 $ 1 Q,231.Q4 $225,�88.26 $ 91,498.C14 This im�rovement wilC not require additiona� maintenance or operatir�g expenditures beyond w�at is currer�tly iatadgeted. Design, Administration, and Inspection Services shali not exceed 2U% on this project. The Sar�dy Lane �'ark is located in COUNCIL �ISTRfCT 4. ��� of �o� �'or�h9 T'�a� ���� �111l� ���111�` ���'1111�1i1�f�1�1�11 DATE REFERENC� NIJMBER LOG NAME PAG� 1019101 ��� �773 R�l�1S�� 80�IELD � 4 of 4 sue��c`r AWARD OF CONTF2ACT T4 G. C. CARTER C�NSTRUCTION COMPANY FOR THE CONSTRUCTION OV� SANDY LANE PARK BAL� FIELD, LIGHTiNG AND CHANNEt IMPROVEMENTS FiSCAI. IN�'ORMATI�NICERTIFICAI"14N: The Finance Director certifies thaf upon a��ravaf of the above recommendations and adaption of the attached approp�iation ordinances, funds wifl be available in the current capita! budget, as appropriafe�l, of the Parks and Community Services Im��ovem�nt Fund. After ti�is transfer, the cash balar�ce in the Ga�ital Projects Reserve Fund will be $915,798.00. JP:k � Submitted Yor City Manager's Office by: Joe Paniagua Originating Department Head: Ricbard Zavala Addit3onal Information Contact: Randle Harwoad 6140 5'�04 5743 FC7ND � ACCOUNT � C�NT�.R � AMOUNT (to) 3jC188 541200 42018$70Q010 $240,000.00 1) GC1d �17200i 0130'l0009000 $240,U00.00 1) GC10 538D7D 0930�400100d $240,000.00 2&3) C188 472010 02U18870�Q1U $24�,000.00 3) G488 5412D0 020188700D10 $244,400�D0 {fram} 4}C188 541200 0801887U0430 $204,626.26 2) GC10 538070 01341000'10�0 $24a,004A0 ih � �,� �., �`�. �������;� �`Y' �� CITY 3ECRETARY A���av�� CI`�Y C�(�NG1L 0 CT .a� 20�j � �a������� {�.ry z+-�retary a[ the C: - •° �' � ` Wnrth, Te��� I � ; ,;.,.. .,, � � f-� , _-;,�':`,i�, t��i„��'�y :�,.^,._'��.;