HomeMy WebLinkAboutContract 27413�'� R�r �� �� � ,
�
�f
���. . ,. ,, .F��DMh�� ��.
��?fi�1.���U�iIC��1"� �(�PY
��lEN� D�P�4FtTfi�l�l�"F
�ITY �E��i�T,�l�?l� r� r
, , ��k�TRA�T A!� , , � �� - t
� �, � ��,' � � � , �� + � . ' *r � �'-.�-�,���#,b
�����,�:
�; R: i: f �l.r.
�P���TI�A'F���+1�
l�l�l� t= _''i`! f ���1�.. �4_.� �''�:; f����'iD�C'+MG ��.
C��'Tr�.�c�T ��cvn��r�T� C C�I�STRU�TI��'� ��PY
Fo �
��.I�N�f D��A�;M���
��,�X�C� ���,��. ��,�.� — ��A.T �Al�l�
�l�i��.�V�M�i�T�
����.�:c-��r �.���t�
.A
��s�no 13eac� �ark
So�t R�r�,p �rr�prc}�•erneo�s
�}
�"HE �'i'�'Y �3F F�i�'�' V4�OI�'�'f3
TE�AS
1�F1�i1ti'T.'I"I� L. BAFtR
N'[ A'Y O1�
T�3C'F�AI�D 7.'�i�'1�x��, D�JI��'�`�1F�
s���.� ��T.� ������rrr�r�f s�x�zc�s
.�'i��,���'�' �i�}l�I��l�
C: 3 81 ���#I�I}{1��8[�X i31 p4909�
��t7�il�� l �211�1{1�Q3�i��3100
T� I,7��5�1���1U13�0Y 90l UUQ
Y�
�.Q.T`. �Ii�.
�3G9 �
�A�Y ,fACY�S�l�1
��'�'�' 11��A�AG�T�
Fa�� ��� �c�n�n��.T�a��•� ��c�r�F�c�s r����x�r�+��:�r i �����u��ll�;.������� �'����L`'�f«�
������+Tr��c� ��r} ���o�a�c� n���►r����c����v�e ��v�sr�� $f����ti5f �t,,���G�'�������'�
�`u�T�i�T� �r rr�c��r�:�:•r ��r
CiTY' Q�' F[lS��" i'�'C}i�TH
V+'Z7`k�� �I,�SXS"�'A1�1C� F�t�11+1
�r�x�.s �����s �T� ���z�nz�ir,��c ��p���r��rr�r
� �}� �
��.4I P�CI,TFiC`T �TD. �[���1 Rfr-Ot
. ��,t . �
�iYll' ' '�- � � '�l`��'����
. 'ti���'�:;'li-'!I��U�---�'�.,., ..
4�����
,
= �J F ��' �
�c�s}`�� �S'i',
t *'�
.
„i .... ... ........... ... .... �
� � .E3�' k(, �C]f�D �
,
............................ ....... �.....#
i .o �. $�C�;�7 :` ��
+���Q�;,;���r�T��''������ ,�
��%#�����ti�'���C�..
�� J�'�v� �a�1
�iiy of �ort �o�th, T'exas
� ���� �n�# ������� ��r�mc��;c�#���
DATE REFERENCE NLlMBER LOG NAM� PAGE
12118I01 ��� $9�`� , 80BEACH I 1 of 3
su�:�ECT AINARD O� CONTRAGT TO NORTHSl"AR CONSTaUCTION, INC. FdR THE
CONSTRIJCTION OF THE CAS{Na BEACH PARK BOAT RAMP lMPR4VENiENTS
RECOMMENDATI�N:
it is recammended that the City Council:
1. Adopt the attached appropriatian ordinance incr�asing estimated receipts and appropriations in the
Lake W`o�th Trust Fund by $90,053.�48; and
2. Authorize the City Manager to transf�r $9Q,053.48 from the Lake Worth Trust Fund to the Grants Fund;
and
3. Adopt th� attached appropriation ordinance increasing estimated receipts and a�propriations in the
Grants Fund by $90,053.48; and
�. Autharize the City Nlanager �o execute a contrac� with NorkF�star Canstruction, Inc. in the amount af
$297,960.[10 for construction of a parking lot, dock, and boat ramp improvements at the Casino ,
Beach Park.
� DISCUSSIaN:
On January 19, 1999 (M&C G-124�0}, the City Council authorized a grant application to the Texas
Parks and Wildiife Department (TP&WD} for boat ramp impravements at Casino Beach ParEc lacated at
Lake Worth. On August 26, 1999, the TP&11VD approved the application establishing a tot�! budget of
$266,666.00. �f this funding, $200,0OO.OD is from the TP&WD Boat Ramp P�ogram and $66,666.00,
which represents �he focal ma�ch, was allacated from the City's Lake Warth Trust Fund. Additionally,
$7,OOD.00 from the '1998 Ca�ital Impro�ement Pragram has been allacated for lighting.
This project was advartised for bid o� June 28 a�d .fuly 5, 2041. On Ju1y 26, 20�'�, the fol{owing bids
were received: '
BIDDERS
Northstar Cansfruction, Inc. �
M. A. Vinsan Construction Company, Inc.
G. C. Carter Cans#ruciion Campany
� A � �
. .
$2�7,960.0�
$298,845.OD
$3�6,222.54
ALTERNATIVE BID
$ 24,320A0
$ 29,98Q.D0
$ 35, 716.00
TOTAL
$322,280.Ofl
$328,825.00
$39'i,938.5d '
The low base b�d in tne amount of $297,960.00 exceeded available fiunds. Parks and Community Services
Departmant staf� reviewed the low bid and c�etermined that althaugh the bid exceeded #he engine�ring �
es�imate, rebiding of the project would not result in a bid within budget. Further, capon staff's request, the
co�sultant could na# provide an aiternative construction or design solution ti�at would meei minimum
acceptable s#andards. ,
Base bid wvrk will consist of concrete bc�af ramp, cour�esy dack witk� access bridge, asphalt road and
parking iat.
�
City o, f.�'ort Y�orih9 T'exas
- ���� ��d ��ur���� �a�r��r����t��n
�
DATE R��ERENCE NUME3ER LOG NAME I'AGE
� 21� g��� ��� ���7 � 80BEACH I 2 of 3
SLJB.]ECT AWARD OF CONTRACT TO NORTHSTAR CONSTRUCTi�N, INC. FOR THE
, CONSTRUGTION OF THE CASINO BEACH_PARK BDAT RAMP IMPROVEMENTS
It is recammended fhat the base bid in the amo�nt of $297,96D.00 submitted by Northstar Canstruction,
Inc. be approv�d for award of cantract. The contrac� time is CO working days.
.
MIWBE - Northsfar Constr�ction, fnc. is in compliance with the City's MIWBE �rdinance by committing
to 27% MIVVBE partici�ation. The City's goal on this project is 22%.
Project revenues ar� as fallaws:
Texas Parks and Wildlifie De�artment Grant
City of �ort Wor�h Lake Worth Trust Fund
City of Fort Worth Lake Wo�th Trust Fund
1998 Capital Improvement Program - Lighting
Consultant Fees
�Zoo,aoo.00
$ 6fi,B66.Q0
$ 90,053.48
$ fi,126.52
$ (33,60�.00)
intal Available l�unding $329,246.00
Th� project budget shall be as foHows:
Cansiructian Contract
Constr�ction Pnase Cantingencies
*DOE Ins�ection and '"PACSD Project Management (5.5%)
Change Orders (5%)
�'otal Cons�r�uciion �udge�
* Department of Eng�nsering
*'"Parks and Community Services Depar�me�t
$297,960.00
$ 16,388.00
$ 14.898.00
$3�9,2�fi.00
The annual opera#ing impact an the General Fund budg�i beginning FY2002-2003 wiil amount to
$2,500.40.
�
The Casino Beach Park is located i� CO�NCIL DlSTRICT 7.
C'ity of Fo� �Vor�h9 Texas
���� �nd ��un��d �,.����r��c�t;�n
I DAi� RE�ERENC� NUMBER LOG NAM� PAGE �
12/18/01 ��� ��0� ' 80BEACH ,- - 3 of 3
SIJBJECT AWARD OF CONTRA,CT TO NORTHSTAR CONSTRUCTION, INC. F'OR THE
CONSTRUCTION OF THE CASiNO BEACH PARK BOAT RAMP IMPROVEMENTS
FISCAL {NFORMATIONICERTIFICATION:
The Finance Director certifEes that upon a�pro�al ofi th� above recommendatio�s and adoption of the
attached appro��-iation ordinanc�s, funds will �e available in the capital budget, as appropriated, af the
Grants Fund.
JP:k
SuUmitted for City Manager's
Office by:
.Tae Paniagua
Originating Department Head:
Richard Zavala
Ac![�itional Information Cant�ct:
G34D
5704
CITY 5ECR�TA1tY
APPROVED 12118l01
ORD.# 14909 AND 14910
5
F[JND ` ACCOUNT � CENTER , AMOUIVT
(tQ}
�� �E�o aa�o�z o�3oo�so�aoo $ so,o��.as
1) F�7� 53807Q 03000190100Q $ 90,053.4$
2&3) GR76 47207D 08Q3Q653'1000 $ 90,053.48
3) GR76 � 5{various) 080306531D10 $ 90,053.48
(fram}
2) FE70 538070 030001901000 $ 90,053.48
4) C� B1 54'i 20� D8018'1049090 $ B,i 26.52
�) GR76 5 (various) 08030853101D $29D,960.00
Richard Zavala 57Q4 `
0.�4 ' ,
�
Fo����R���
I G, . ,r„ ,
I
�-- �. �-- - ,
�Ll�i�� ��PAR�'N9�[�T
SPECYFICATY4N5
�C�iv �f��-k�4.�.� � -..3��'� 1 �3t:��IDI�� ��o � A.ND �ONTRAC7t��'� �Qt�L71�1G ��. � .
CONTRACT DOC�IMENT�����.����.����,� ��PY
��E4S�RUC�'I��!`� �:�f�" FOR
��I��i �����1���� .
��
�A.SII�� �E�-1C� P� — � �AT �1lZP
��iPla��Il�El�i'�`�
�ROJEiCT !�AME
�asina Beacf� Park
Boat Ramp Improvernents
�N
T1�E C�TY �7F FQ�RT �VYaRTH
TEX�,S
�
.�
KENNETH L. BARR
MAYQR
CiTY ��CR�Y�[�y�
tio
, . ; r C�Ni�ACT NO. �..2i' ,� �MM�
- � �.
����������� � �:��
. • `�
� .,,,,.
[�.Q.�. Fl�.� � � ' :
,PRC}JECT �i UMBER
�'� �1/5412001080151049090
�R761541�00108030653100
� E7�1�4Z 200�013D019D10Q0
�
,
I ...4
..�
��
!
I �
FUNDING pF PRQJECT BY
CITY OF FORT WQRTH
WITH ASSISTANCE FROM
TEXA� PARi�.S AND WILDLIFE DEPARTMENT
����
R�CHARD ZAVALA, DIRECTUR
PARKS AND CUMMUlYITy SERVICES
�ARY .TAC'KSQN
�TTY� N4'�N1�G�R
PARKS AND COMMU�IITY SERVIC�S DEPARTII�ENT
PLANNIIYG AND RESpURCE MANAGEMENT DIVISION
DAI PROJECT NO. 2000186-01
�
�.O.E. i"10,.. .
�369 ""�`
C���BC9Q� �?��GG°3D -
�a�`�' ������i���
�� ���G�����C�o- ,
�:,r��; �
. d�_� �F r,���.
TbBY K. FORD �
-a', . 81037 .. ..- � �:
� �p'•• � p; �' �C, �.
� •c'•.� 1S3E �'' ♦ �
�� � ,G 4. • ��
f .....•��� �
�`+; ONA� � � _
•�� oa
I� �v�� ��/
� CITY �E FORT WORTH �" ` '; ` '; : , � . . '
PARI�S AND CO1�iMiJNITY SERViCES DEPARTMENT
PLANNIIVG AND RESOURCE MANACrEMENT DIVISIOI�
ADDENDt�M N4. 1
TO THE CONTRACT DdCUMENTS
FOR THE
CASiNO BEACH BOAT RAMP IMPRDVEMENTS
PROJ��T NO. C 181/5412Q0lU801$ ]. 4�}9090
D.Q.E. AT0.3369
TEXAS PARI�S ,AND WILDLIFE DE�'ARTMENT PRflJECT NQ. F�1ZD(A)
. I,
I �,
,�
i
�
Qri�inal Bid Opening Da�e: Thursday, July 19, 2001
1�Tew Bid �pening Date: Thu�day, July �6, �041
The Contract Docutnents for the abov� r�fexenced project are hereby revisec� and am�nd�d � fallow�:
ITEM 1-- SPECg'ICATiONS
NOTI�E TO $IDDERS
1. 'T'l�e bid apening date should �ae reviseci to indicate a duly 26, 20d1 l�id opening date.
ITEM 2 - SPECIFICATIONS
SPECiAL 1NSTRUCTIONS TO BiDDERS
10. INSURANCE: Within ten d�ys of receipt oinotice of award of contract, the Contra�tor mu�t provide,
along with exeeuted co:ntract documents ax�d apprapriate boncls, proofo�irasurance for Workers
Gomp�nsation and Cnrnprehensive General Liability {Bodi�y Injury) -$2SU,000 each person, $504,0�0
each occiurence; Properly Damage �$300,000 each occ�.urenee. The City �eserves the right #o request
any othap insurance cov�ages as may be �equired by each individval ppoject. For worker's cornpensati�n
insurance requirements, se� Spe�ial Instructions to Bidders � Item 16.
! ADDI'I'�ONAL INST T NCE REC?ZJIREiViENTS:
.z
������G�� i��C�G�{�
�
f A. The Cityr, its officers, employe�� at�d s��vants si�a.11 be endorsed as an �d��i� ��u�� o�
, I, Contractor's insurance policies excepting employer's liability insurance cove��������
warkers'�compensation insurance policy.
..�,
B. C�rtificates of insurance shall be de3ivered to the_City o�'Fart Warth, �ontract ad�nistrator in tl��
respective deparkment as specified in the bid documents, i Q00'�arockrr�orton Street, Fort WorkYt, T'X
76102, privr to commencement of work on tha �contracted p�oject.
C, Any €ailure on part of the City ta request required ins�ance da�urnenta�ion sha�l nat constatute a
waive:r of th� ir�surance xequirements speoified he:rein.
D. Each insurance policy shall �be endorsed to prvvide ttie City a minimum thirty days natice of
eancellation, non renewal, andlar material change in palicy terms or cov�rage. A.ten days notice
shall be acceptable in the e�ez�t vf nan-payment o�prernium.
E. Insurers must be a�tho�ed to do business in the 5tate af T�xas and have a curren# A.M. Best rating
of A: VII or equi�alent m�easwre of financial strength and salvency.
�'. Deductible limits, or se�f funded retentian limits, on eaeh policy must not �xcsed $l0,OQ0.Q0 per
occurrence unless otl�erwise approved by the City.
G, t�ther than woxk�x's compensation in.snranc�, in �ieu of traditianal ixrsurance, City may consider�
alternative ca�vez�age Qr risk treatment measures fhrough inswrance poals or risk r�ten#ion groups. Th.e
City must appra�e in writing any alternativ� coyerage.
H. Warkers' campe�asatian insurance palicy(s) covering employe�s emplQyed on the pro�ect sha1l be
endorsed with a waiver of subroga�tion pmviding rights af recovery in favor o�the City.
I. City shall not be responsible for the direct payment of insuran�e premium cc3sts fox con�ractor's
insura.nce.
" J. Conbractor's insurance policies �ha11 each be endorsed to provic�e that such insuranc� is primary
. protection and any self fiuxded or cammercial enverag� maintained by Cii.y shall nat be c�11ed upon
��
to contribute to lo�s recovery.
� K. In th� course af #he project, Contractor shall report, in a timely manner, to City's officially
designated contract adminiistratar any knawn loss occ�.ursnce which c�uld give rise to a liability
�� claim. or lawsuit or which could resu�t in a propez�ty iass.
L. Contra�ctn�'s liability shall nat b� �imited to th� specified amoun�s of i�suxance
required herein.
M. Upon the request of City, ConUractar sball provitie cvmple#e capies of all inswranee policies requ.ired
by these contrac# documents.
A�kna�
�;
Re�ease Date: �'uty 17, 2400
on youx �roposai.
hitect! Pxoj ect Manager
�:�wreiw,��+munnEian�r.taax
- CITY 4F. FORT WaRTH
� PAR�GS AND COMMUNfTY SER�7ICES UEPARTMENT
` P�,ANNING AND RES4URCE M�4NAGEMENT DNIS�4N
�, .
ADDENDUM NO. 2
� � � TO '�HE CONTRACT DOCUMENTS
` �aR �
,.
i CASINO BEACH BDAT RAMP IlII�PROVEMENTS
I` � PRQIE�T NO. C 181/541200I0$(] 1� l��9090
� � D.4.E. N0.33G9
,� TEXAS PARK� A1VD WILDLIFE DE�'AR'�'l1�NT PROJECT NO. F-1�D(A)
, Original Bid ���ning Date: �'hursclay, Julq 19, 20�1
�'� leTeva� Bid �pen�ng �Dat�: Thursday, J��y 25, 2�01
�
The Caniract Dncuments for the abave refer�nced project axe hereby revis�d and amende�. as follaws:
� I I`I'EM 1-- F�,.A.�S
,
; f Tl.eplace pl�n sheets �,3,4,5,6,i,8,9, & 13 of 13 with amended plans submitted with this Ac�dendum. Change�
' made to address issues regarding accessibility.
�,� Acknawlsdge th.e receipt of this
�_
� : � B�.
Da�vi�. C ek, Seniar Lar
� ` � R�le�e Date; �u�y 23, 20UU
�i
;I
�
a� your Prvposa�.
Architect/ Praject Managex
C,1wF611�AV I[�1AnAErroU NO2
t CITY DF FORT ��RTH
PARI�S AND C�MMUNITY SERVICES DEPARTMENT
pLA,NNING t�ND RESOURCE MANAG�MENT DIVISION
ADDENDUM N0. 3
TO THE CONTRACT DOCUMENTS
FOR T�iE
� � CASIl�TO BEACH BOAT R.AMY IlVIPROVEMENTS
� PRO�ECTNO. c�s�/s412ootasol�io49a�o
D.O.E. N0.3369
- TEXAS PARI{S A1�TD W�LDLiFE UEPARTMENT PROJECT NO. F-12D(A)
.� �riginal Bid Openin� Date: Thursday, �uly 19, ZQO1
' I 1W'ew $id Opeair�g Dat�: Thursday, July Zb, 20i11.
The Contract Documents fo�r the above re%r�nced project are hereby re��sed and ramended as follows;
• ITEM � — PLANS
; Sheet 3 a� 13- Nate #4, Delete over b" lime stab base.
Sheei 6 of � 3— Sawed Dummy Joint Deta.�l, Delete Prop " lime stabilized subgrad� @ 30 LB SY
' Sheet 6 af 13 -� Delete Expansion Joint "D"
AGknbwledge the receipt of t.�is Addendu�an your Propo�a�.
:
Re�ease Dat�: July 26, 2fl40
I �
�I
1
Architectl F.�oject Mana.ger
C:�� 11�:►VIDLAD66NDII.PS03
���������
__ . � .Sr..i
r ' ��'
SPECTFYCATIONS
AND
CONTRACT D4CUMENTS
FOR
C��Il�� ��ACl� PA�. - �OA.'�' 1�.M�
�l�IP1�OVE1�[EI�T'�'S
PROJECT NAME
Casino Seach Park
: Boat Ramp Improvem�nts
Fi7ND�NG OF PR�JECT BY
CYTY OF FORT WORTH
WITH ASSISTANCE FROM
TEXAS PARKS AND WILDLIFE DEPARTMENT
�,���
PROJECT NUMSER
C 1811�4120010801 Sl Q49090
GR76/541�00I080306�3X dd
FE7015412001Q134019U1004
IN
THE CITY OF FQRT WORTH
TEXAS
0�'`�4� N �o���
i
� �.�
��� �:�:
.•/ax+tys'
� i �
D.O.E. NO.
3369
KENNETH L. BARR GARY JACKSON
MAYOR CITY MANAGER
RICHARD ZAVALA, DIRECT4R
PARKS �ND COMNi[7NTTY SERV�CES
PARKS AND COMMUNITY SERVICES DEPARTMENT
PLANNING AND RESOURCE MANAGEMENT DIVISION
DAY PROJECT N�. 2000186-01
TABLE OF CONTENTS
1. NOTTCE TO BIDDERS
�. SPECIAL INSTRUCTIONS TO BIDDERS
3. GEOTECHNICAL STUDY
4. PROPQSAL
5. CITY OF �'ORT'�VORTH M/WBE ENTERPRISE SPECIFICATIONS
6. PREVATLING WAGE RATES
7. WEATHER TABLE
$. VENDOR COMPL�ANCE TO STATE LAW
9. CONTRACTOR COMPLIA.NCE WITH WORKER'S COMPENSATION
10. TECHNICAL SPECI�ICATIONS
DIVISTON 1 - GENERAI, REQUIItEM�NTS
SECTION 01010 - Summary of Work
SECTIDN d1035 - Contract Time
SECTION 01160 - Alternaiives
SECTTON 01150 - i'ayment To Contrac#flr
SECTION O1.300 - Submittals
SECTION 01400 - Quaiity Cantrol
SECTrON 41410 - Testing
SECTION fli500 - Teuaporary �'acilit�es and ControLs
SECTION 01640 - Substitutions and Product Op�ions
SECTION 017a0 - Praject Closeout
SECTYON O180Q - Contractar's Responsibility for Damage Claims
DIVISION 2 - SITE WORK
� Section 02100 - Site �'reparatian
Section D2240 - Earthwprk
� Section 02488 -- Docks and Boat Facilities
' Section 02546 - Boat Ramps
. Section Q25$4 -- Pavement Markings
I Section 0�930 — Lawus - Hydromr��ching
DiVISTON 3 - CONCRET�
Seciivn U3300 - Gast-in-P�ace Concrete
DIVISION 5 - METALS
Section 05SQ0 — Metal Fubricaiinn
Dl�'4'ISION '� � THERMAL & MOISTURE PROTECTION
5ection 079Z0 - Caulking and Sealants
DIVISION 9 — PAINTING
Section 49400 — Painting
TOC-1
TA.BLE �F CONTENTS (Continued}
DIVISION 10 — SIGNAGE
Section 1�426 — Signage and Graphics
DIVISION 16 — EL�CTRICAL
Sectipt� J 6010 — General Requirements for Electrical Work
Saction 1611i — Conduits
Section 161Z0 — Wires and Cables
Section 16122 — Wire Connection and Devices
Section 1b131— Pull and 'Junction Baxes
Section 16170 — Disconnect Switches
Section 1618Q — Overcurrent Pro#ective Devices
Section 16420 — Ele�tric Service �ntrance
Section I6421— Eiectric Meterin�
Sec#ion 1645D — Grounding
Section 1650p — Lighti�g
I1. CERTIFICATE �F INSURANCE
12. BIDDER'S STATEMENT OF Qi1ALIFICATIONS
13. PERFORMANCE BOND
14. PAYIVIENT BOND
15. MAINTENANCE BOND
16. CONTRACT
TOC-2
NCITICE TO BIDDERS
Sealed Proposals for the fallowing:
CASINQ SEACH PARK — BOAT RAMP IMPROVEMENTS
PROJECT NO. C1811541200IOSOl.1D�9090 & GR'�61�4] 2D0108430653100 &
FE701�41�001/0130019U1000 �
Addressed to Mr. Gary Jacksan, City Manager of the City of Fort Worth, Texas, will be recei�ed
at the Purchasing Division Office until 1:30 p,m., Thurs., Julv 14. 2001 and then publicly opened
and read aloud at 2:00 p.m. in Council �Chambers 2"d floor — N.E. corner of Ci�y Hall. Plans,
Specif cations and Contract Documents for this project may be obiained at the Park Planning
section, Parks azxd Canr�munity Services Department, 4200 South Freeway, Suite 2200, Fort
Worth, Texas 76115-1499. Documents will be provided to prospective bidders for a deposit of
$54 per set; deposits shall be made in the form of a check or maney order. Each prospective
bidder shall receive a deposit refund on the fizst two plan sets if the documents are returned in
good condi#ion witl�in 1Q days after bids are opened. Any additional pian seis shall require a non-
refi�ndable deposit. These documents contain additianal %n�'ormatian for prospective bidders,
All Bidders will be required to comply with Pravision 5159a of "Vernon's Annatated CiviI
' Statutes" of the State of Texas with respect ta the payment of the prevailing wage rates, and City
Ordinance No. 727$, as amended by City Ordinance No. 7400 (Fort VVor�h City Code, Section
13-A-2� through 13-A-29) prolubiting discrimination in emp]oyment practices. State Fun:ds
from the Texas Recreation and Parks Account Administered by Texas Parks and Wildlife
- Department are being used in thzs project.
In accard �vith City of Fort Warth �rdinance No. 11923, as amended by Ordinance No. 13471,
• the City of Fort Worth has goals for the participatian of ininority business enterprises and
women b�siness enterprises in. City contracts. A copy of the Oxdinance can be abtained from the
� M/WBE aff ce or frorn the Offics of the City Secretary.
�n additioz�, the M/WBE UTTLJZATION F�RM, PRIME CONTRACTOR WANER FORM,
andlor the GOOD FATTH E�'FORT FORM ("Documentation") rnust be received no later than
5:00 P.M., fi�ve city business days after t11e bid opening date, exclusive of the bid opening da�e.
- T�e bidder shall submit documentation at the reception area of the Department of En�ineering,
2°d floor, City Ha]�, and shall obtain a receipt. Such receipt shall be e�idence that the
docu.mentation was received by the City. Failure to comply shall render the bid non-responsive.
I
The faIlo�ving list is pravided ta assist bidders in abtazni.ng the services of M/WBE vendars
qualified to provide such services/materials for this project. A Iisifng of quali�i�d MJWBE
i vendors may be obtained at the City of Fort Worth MIWBE of�iee, 3rd floor City Hall.
NTB - 1
����+���•i: � � � ���
Serviceslmaf�ria3s for this nraiect are as follows:
demolition/site prep clearing/grubbing gradin.,,�/earthwork metal fabrication
paintzng concrete flatwark concrete baat docks
seeding stEel rebar site �urnishings
earthwork asphalt flexible base
The City's minimum M/WBE goal on this project is 22 % of the total dolXar value of this
contract.
The City will award one contract with a combination ofbase bids andlor alternates which is most
advantageous to the City.
A pre-bid conference will be held with prospective bidders at the Parks and Community Serviees
Offices Conference Room 2 on Thurs., Julv 5, 2QOJ., at 8:30 a.m. �
The City reserves the right to reject any or all bids and vcraive any or all formalities. AWARD
OF CUNTRACT: No bid may be withdrawn until the expiration of 55 days from the day bic�s
are opened. The awaxd of con.tract, if made, will be withi.n 55 days after the opening of bids, bui
in no case will the award be rnade until all necessary investiga�ions are made as to tfie
rssponsibility of the bidder to whom the contract wi.11 be awarded.
RICHARD ZAVALA, �R., DIRECTOR GARY TACKSON
PARKS AND COMMUNITY �ERV ICES DEPARTMENT CITY MANAGER
GLORIA PEA.RSON
CITY SECRETARY
By:
D id Cree , Se ar L dscape Architect
($I7} 871-57�45
Thursdav, June 2I. 2001
Thursdav, June 28, 2001
NTB-2
SPECIAL YNSTRUCTIONS TO B�DDERS
1. BID SECCTRYTY: Cashier's chec�C or an acceptable �idder's band payabie to the City of
Fort Worth, in an amauzit of not less than 5 percent of the largest passible total of the bid
submitted must accompany the bid, and is subject to forfeit in the event the successful
biddEr fails to ex�cute the contract docuznents within ten days after the contract has been
awa�rded.
To be an acceptable surety on �he bond, (1) the name of the surety sha1l be included on
the current U.S. Treasury, or (2} the sur�ty m�st have capital and surplus equal to ten
times the linlit of the bond. The surety must be licensed to do busin.ess in the state of
Texas. The amount of the bond shall not exceed the amount shown on the treasury list or
one-tenth the tatal capital and surplus.
2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be
tabulated on the basis of the quoted prices, the quantities shown iz� the proposal, and the
applicatian of such farmulas or o�her methods of bringirfg items to a.common basis as
may b� established in the Contract Documents.
The total obtained by taking the sum of the products of unit prices quoted and the
estimated quantifies plus any lump sum items and such other quoted amounts as may
eizter intv the eost of the completed pz'aject wi11 b� considered as the amount of the bid.
Until the award of the contract is made by the Owner, the right will be reserved tn reject
• any or all proposals and wai�e technicalities, to re-advertise for nevv proposals, or fo
_ proceed witl� the wox� in any manner as maybe considered for the best in.terest of the
Owner.
. The quantiiies of wark and materials to be furnished as may be lisfed in the proposal
forms or other parts of �he Contract Dacuments will be considered as approximate only
artd will be used for the purpose of compaxing bic�s on a tu�ifonn basis. Payment will ba
made ta the Contractor for only the actual quantities of work performed ar materials
furnished in strict accordance with the Contract Doctunents and Pla.ns. The quanizties of
work to be performed and matezials to be �urnished may be increased or decreased as
hereizza�ter pz-avided, without in any way invalidating the unit prices bid or any other
� requirements of the Contract Docurnents.
3. ADDENDA: Bidders are responsible for obtaining all addenda to the Coniract
Documen.ts prior to the bid receipt. In.%rmation regardin� the status of addenda may be
obtained by contacting Parks and Community SErvices Department telephane number
I indicated in the Notice to Bidders. Bids that do nat acknowledge all applicable addenda
maybe rejected as naz�-responsive. (�ee I�em G in the Praposal.) �
SIT�-1
SPECIAL INSTRUCTIONS TO BIDDERS
4. AWARD OF CONTRACT: The Contract may not necessarily be awarded to the Iawest
bidder of the Base Bid. The City Engineer shall evaluate and recc�mmend to the City
Council th� t�est bid based on the combined benefits of total bid price and number af
contract days allotted, as speci�'ied in the Proposal, and which is considered to be in the
best interest of the City.
Regardless of the Altemative chosen, the Contractor agrees to complete the Contracf
vwiihin the allotted number of days. If the Contractar �ails to complete ti�e work within
the number of days specif ed in the Coa�struction Documents, liquidated damages shall be
charg�d as autlined in General 1'rovisians, Item 8.6 Failuz-e to Complete Work an Tim�,
Found in the Standard St�ecifications for Street and Storm Drain Construction of the City
of Fort Worth, Texas.
5. PAYMENT. PERFORM,A.NCE AND MAINTENANCE BOND: The successful bidder
entering into a contract for the work wilI be required to give the City suz'ety in a sum
equal to the amount of the eantract awarded. The successfitl bidder shall be required to
fumish bonding as applicable in a sum equal ta the amount of the contract awarded. The
forrrt of the bond shall be as herein provided and the surety shall be acceptable to ihe
City. A11 bonds ftirnished hereunder shall meet the requirements of Chapter 225� of the
Texas Gov�rnment Code, as amended,
A. If the total contract price is $25,000 or less, payment to the contracior shall be
made in one lump sum. Paym�nt sha�l not be made for a period af 4S calendar
days from the date the work has been campleted and acc�pted by the Gity.
B. If the cantract amount is ii1 excess of $25,000, a Payment Bond shall be
executed, in the amount of the contract, solely for #h� protection af aIl clainiants
suppJying labor and material in the prosacution of the work.
C. Tf the contract amount is in excess of $IOO,OQO, a Performanee Bond shall be
executed, in the amount oi the connac# conditioned on the faithful performance of
the work in accordance with th.e plans, specifications, and cantract documents.
Said bond shali salely be for the protection of the City of Fort Worth.
Mainteraance Bond shall be requzzed for all Parks and Community Services Department
projects to insure the prom�t, fizll and faithful performance af the general guarantee as set
forth in Division 1, Section 01700-Project Closeout, Item 1.02.
In order for a stirety ta be acceptable ta the City, (1) �he name of the surety �hail be
included on the current U.S. Treasu�ry List af Acceptable Sureties [Circular 870], or (2)
tk�e surety must have capi�al and surplus equal to ien iimes tk�e am.ount of the bond. The
s�rety must be licensed to business in the stat� of Texas. The aznount of the bond shall
not exceed the amaunt shovun on the Treasuzy iist or l/IOth of the total capital and
surpl�xs. If reinsurance is requzzed, the company writing the reinsurance must be
authorized, accrediied or trusted to do business in Texas. "
SITB - 2
SPEC�AL INSTRUCTIONS TO BIDDERS
No sureties wzll be accepted i�y the City which are at th� ti�n� in defa�lt or delinquent on
any bonds or which are interested in any Iitigation against the City. Should any surety on
the contract be d�termined unsatasfactory at any time by the City, notice will be given to
the contractor ta that ��ect and the contractor shall immediately provide a new sur�ty
satisfactory to the City
6. LTOUIDATED DAMAGES: The Contractor's atten�ion is called to Part 1- General
Provisions, Item S, Parag�raph 8.6, Standard �t�ecifications for Strreet and Storm Drain
Car�struction of the City of Fort Worth, Texas, concerning liquidated damages for late
completion of projects.
7 ElVIPLOYMENT: All bidders will be required to comply with City Ordinance Na. 727$
as amended by City Ordinance No. 7400 {Fort Worth City Cade Section 13-A-21 through
13-A-29} prohibiting discrimination in employmeni practices.
. 8'' WAGE R.ATES: All bidders will be requir�d ta comply with provision 5159a of
"Vernons Annotated Civil S#atutes" o� the State of Texas with respect to the payment of
''� prevailing wage raies as established by the Ci.ty ai Fort Warth, Texas, and set forth in
� Contract Dacumenis for this project. Disregard if Federal Wage Rates are applicable to
this proj ect.
� 9. FINANCIAL STATEMENT: A current certified financial statement may be required by
the Department of Engineering Directar far use by �he CITY OF FORT WQRTH in
determining the successful bidder. This statement, if required, is to be prepazed by an
� independent Public Accountant holding a valid permit issued by an appropriate State
. . Licensing Agency,
10. INSURANCE: Within ten days of receipt of notice of award of contract, the Cont�actor
must provide, along wzth executed contract documents and appropriate bonds, proof' of
insuranee for Workers Corxipensation and Compr�hensive Generai Liability (Bodily
Injury} -$ZSD,000 each person, $500,000 each occurrence; Property Damage -$300,400
eacln occurrence. The City resErves the right to request any other insurance coverages as
may be required by each individual project, For worker's compensation insurance
requirements, see Special Instructians to Bidders - I�em 16.
11. NON-RESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Ci�il Statutes,
�� the City of Fort Worth will not avvard this contract to a non-resident bidder unless the
non-resident's bid is lower than the lowest bid submitted by a responsible Texas resident
, bidder by the same amount that a Texas reside�t bidder would be required to underbid a
non�r�s'rdent bidder to obtain a comparable contract in the state in which the non-
resident`s principal place of business is located.
"Non-resid�nt bidder" nleans a bidder whose principal place of business is nat in
this state, but excludes a contractor whos� ultima�e parent company af majority
:; owner has its principal place of business in this state.
SITB - 3
SPECIAL �NSTRUCTIONS TO BIDDERS
"T�xas resident bidder" means a bidder whose principal place of business is in this
state, and includes a contractar whose ultimate parent company or majonty owner
has its principal place of business in this stat�.
This provision does not app�y if this contract involved federal funds.
The appropriate blanks of the Proposal must be filIed out by all noza-resident bidders in
order £ax its bid to meet specif'ications. The failure of a nan-resident cantractor to do so
will automatically disquaIify that bidder.
12. MINORITY/WOMEN BUSINESS ENTERPRISE: Irr accordance wit�i Cifiy of Fort
Worth Ordinance No. 11423, as amended by Ordinance �l'a. 13471, the Ci� of Fort
Worth has goals for the participation of minazity business enter�rises and wamen
business ez�terprises ir► City contracts, You may obtain a capy of the Ordin.ance from the
Off ce of the City Secretary.
The M/WBE Utilization Farm, Prime Contractor Waiver Form and the Good Faith Effort
Form, as appltcable, must be submitted na la�er than five {5) Ciiy business c�ays after the
bid opening date, exclusive oi the bid apening date, The bidder shall submit the
documentation at �he reception area of ihe Department of Engineering ("Managing
Departznent"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall
r�nder your bid non-responsive.
Upan cantrac# execution between the City of Fort Worth and the successfiil bidder, naw
known as Contractar, a pre-construction mee�ing will be scheduled at which time the
Contzactor is required to submi� either Letters of Intent or exec�ted agireements with the
M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed
a�eem�nts shall include the Following znforina�ion:
1. Name of Contract
2. Name oFM/VJBE �'irm utilized
3. Scope of Work to be performed by ihe MIWBE fum
4. Monetary amount of work ta be per%rrned by the M/WBE firm
S. Szg�natures of all parties
A notice to proceed. wili no� be issued until the signed ietter(s) or executed
agreement(s) have been received.
Thraughout the duration o� this praject, #he City o� Fort Worth is requiz�ng that the
Contractar cantinue to adhere to tlae MIWBE Ordinan.ce by complying with the following
procedures:
• A M/WBE Partici�ation Report Form must be s�bmitted monthly until the contract is
completed. The first xeport will be due 30 days after commencement of work. The
monthly report MUST have an original signature to ensure accountability for audit
purpas�s.
SITB - 4
SPECIAL INSTRUC'I'IONS TO BYDDER5
� Reports are to be submitted monthly to the M/WBE Office, regardless of whether or
not the M/WBE firm has been u#ilized. If there was no activity by an MIV4rBE in a
particular month, place a ��0"' ar "no participafiion" in the spaces provided, and provide
a brief explanation.
o The Contractor shall provide the MIWBE Office proaf of t�avment to the MIWBE
subeontractars and suppliers anly. The M/WBE Office will accept the following as
pr�af of payment:
l. Copies af submitted invoices with front and back copies of canceled check(s}, OR
2. A notarized letter �xp�aining, 'rn detail:
a Subcontractor/supplier Scop� of VVork
b. Date when services were received from subcontracior/supplier
c. Amounts paid to the subcontractor/snpplier
d. 4ri�i�a1 si�natures frorn batl� parties must be included on this ietter.
��f the Contractor foresees a problem wxth submitting participation reports ancUor
proof of payment on a monthly basis, the M/WBE Office should be notified.
If the Cantractor wishes to charige or delete an MIWBE subcontractar or supplier, adhere
to the follawing:
Immed'zafely submit a Request for Anpraval of Chan�e Form to the MIW13E
Office explaining the request for the change or deletion.
2. If' the change aifects the committed M/WBE participation gaa1, state clearly how
and why in documentatian.
a. All requests for changes must be reviewed and pre-approved by the MIV�BE
Office. �
b. If the ContracYor makes cha.nge(s) prior to approval, th� change wi1S not be
considered when performing a post compliance revzew on thi.s prajec�,
�'C.Tpan the Contractor's successful completion of this project, az�d within ten days after
receipt of fnal payznent from the City of Fort Worth, The Confractor will pravide the
MIWBE Office with a Final Particina#ion Renort Farm �o reflect the ioial
participatian from ALL subcontractors/suppliers u�ilized on the project.
A11 forms �.re available at the M/WBE O�fice, 3rd floor - City Hall. For additional
informatian regarding compliance to th.e MIV�TBE Ordinance, call (817} 871-6104.
Upon request, Contractor aa ees to provide to Owner Complete and accurate informatian
re�arding actual work performed by a Minority/Women Business Enterprise {MIWBE}
SITB - 5
SPECIAL iNSTRUCT�ONS TO BIDDERS
on the contract and payment therefare. Contractor further ab ees to permit an a�dit ancUor
e�amination af any boolcs, records or faIes in its possession that will substantiate the
actual work performed by an MIWBE. The misrepresentation af facts (other than a
negligen� misrepresentation} and/or tha commission of fraud by ihe Contractor will be
grounds for termination of the co�iract az�d/or initiating actian under appropr�aie federal,
stat� or local laws or ordinances relating to false sfatements; furth�r, any such
misrepresentation (other than a negligent misrepresentation} and/or comrnission of fraud
will result on the Con�ractor being determined to be ir�responsible and barred from
participating in City work for a period of time of not less than three y�ars.
13. PROTECTTON OF TREES, PLANTS AND SO1L: AIl property alang and a�jacent to
tk�e Contractor's operations including lawns, yards, shrubs, trees, etc., shall i�e preserved
or restored, after completion af the work, to a condition equal or better than exisied prior
to start of wark.
By ardinance, the Contractor must obtain a permit from the City Farester befor� any
work (triz�zning, remo�al, ar root pruning) can be done on trees or shrubs gzowizag on
public property including street Rigbts-O%Way azid dasigr�ate.d alleys. This vermit can
be obtained bv catlin� the Forestry Office a� 87�-5738, AZI tree tivork sha�l be in
complianc� with pruning standards for Class II Pnining as described by th� Natianal
Arbozist Association. A copy oi these standa�c�s can be provided by calling the abo�e
number. Any damage to public trees due to negligence by the Contractar shall be
assessed usinb the current formula for Shade Tree Evaluation as defFned by the
International Society of A.rboriculture. Pay�xzent for negiigent damage �o gublic #rees
shall be made ta the City of Fort Worth and may be withheld fram fi�nds due the
Cantractar by the City.
To nrevent the s�read af the Oak Wilt fun.�us, all wounds on Live Qak and Red Oak trees
shall be imrnediatelv sealed usin� a cammercial t�n�nin� paint. This is the o�lv instancc
when t�ruzun� naint is recamm�nded. - --
14. BIDDER'S STATEMENT 4F OUALI.�'TCATIONS
A. QUALIFICATION OF BIDDERS: Bidd�rs shall be prepared to demanstrat� the
capability to perform the woz'k.
The B�dders' specifc experience, stability and history of performance on prajects of a
szmilar nah�re and sc�pe wvi11 he considered. The BIDDERS �TATElVf�NT OF
QUALIFTCATIONS inust be delivered ta the Project Manager ���zthin 48 �aurs of �he
request.
Locatian and responsive ability of the firm will be considered,
If your firm anticipates enterii�g intn a joint venture with any other iirrn to conduct all
or part of the performance required under the propased project, t�.at firm should be
speci�ed in your zesponse. Far each firm included in the joint venture, plEase provide
SITB-b
SPECTAL INSTRUCTYON� TO BTDDERS
the information ;required abo�e, Under the Contract exec�ted for this work the City
will require your firm to be completely 100 percent responsible for fulfilling all
aspects af the contract bonds. Othcr firms and employees that rr�ay �e involved in
their joinf venture will be treated by the City under the contract as if they were
employ�es or subcontractors of your fi�n. Oth�r than those firms noted in the
contract as a part of the join� venture, no other �irms will he allowed to participate in
the j oint venture without written conseni from the Ciiy.
I5. OZONE ALERT DAYS: The Contraetor shall be required to observe the following
guidelines relating to working on City c�nstzuction sites on days designated as "OZONE
ALEI�T DAYS". Typically, the Ozone Alert season within the Metrop�ex area runs fram
May throu�h Segtemher, with �:00 a.m. - 10:4Q a.rn. being critical ozone forming periods
each day.
The Texas Natural Resou:rce Canservation Commission (TNRCC) in coordination with
; the National Weather Service, will issue the Ozone Alert by 3:00 p.m. on the af�ernaon
prior to the alert day. 4n designated Qzone Alert Days, the Contractor shall bear the
�� responsibility af being aware that such days have been desi�ated �zon� Alert Days and
: as such shall not begin wark until 10:00 a.m. whenever constnzction phasing requires
s.ubstantial use ofmotarized equipment. However, the Contractor may begin work earlier
if such work minimizes the use of motorized equipment prior to 14:40 a.rr�.
If the Contractor is unable to perform continuous work for a period of at least seven hours
between the hours oi 7:00 a.m. - 5:00 p.m., on a designated Ozone Alert Day, that day
will be cansidered as a weather day and added onto the allowable weather days of a given
month.
l fi. WORKERS COMPENSATION INSUR.�NCE COVERACrE: Contractors compliance
with Workers Compensation shali bE as follows:
A. Definitions:
Certificate of coverage ("certificate"} - A copy of a certificate of insurance, a
� certz£'icate of authority to self insure issued by the commission, or a coverage
. agreement (TWCC-8�, TWCC�82, TWCC-83, or TWCC-84), showing statutory
work�rs' compensation insurance coverage for the person's or �ntity employees
"' pro�iding services on a project, for the duxation of the project.
� Duratian of the project - includas the time from �he beginning of the vvork on the
� project until the contractor's/person's work on the proj�ct has been completed and
aceepted by the governmental entity.
�'ersons providing services on the project ("subcontractox" in ❑ 406.0�6) - includes
a.II persons or entities perforn�ing all or part of the services the contractor has
undertaken to perfarm on the project, regardless of whether that person has
�mpiayees, This ii�cludes, without linzitation, independent contractars,
SITB - 7
SPECIAL IN�TRUCTIONS TO BIDDERS
subcontractors, leasing cornpanies, mator car�ers, awner-�perators, employees of any
such entity, or employees of any entity which f�rnishes persons ta provide services on
th� project. "Services" includE, without limitation, providing, haulit�g, or delivering
equipmen� or materials, or providi�ng labor, transportation, or o�her service related ta a
project. "Services" does not include activiiies unrelated to the project, such as
food/beverage vendors, o�fice supply d�liveries, and delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of classificatio�
codes and payroll arnounts and filing of any coverage agreements, whach meets the
statutory requirernenfs of Texas Labor Code, Section 401.011(44) for all cmplayees
of the contractor providing services on #he project, far the duration af the project.
C. The Contractor must provide a certificate af cover�ge to the gavernmental entzty priar
to being awarded the contract.
D. If fhe coverage period shown an the contractor's cuzrent certificate of cov�rage ends
dur�ng the duration of the project, the contractor must, prior to the erzd of the
coverage period, file a new certificate of coverage with the govemmental entity
showing that coverage has been extended.
E. The contractor shall obtain from each person providing sarvices on a proj�ct, and
provide to the City:
(1) a certificate of coverage, prior to that person beginning worlc an the project, so
the City wilI have on file certificates of coverage showing coverag� for alI
persons pro�iding senrices on theproject; az�d
(2} no later than seven days after receipt by the contractar, a new certificate of
coverage showi.�g extension of coverage, if the coverage period shown an the
current certificate af coverage ends during the duration of #I�e proj ect.
F, The contractor shali retaira all required certificates af coverage foz th�e duration of the
proj ect and for one year thereafter.
G. The contractor shall notify the governmental en:�ity in writing by c�rti�ied r�ail or
personal delivery, wzthin ten days after the cantractor knew ar should have known, of
any change that materially affects the provision of coverage of any person providing
services an the project.
H, The contractor shall post on each project site a notice, in the �ext, form and manner
prescribed by the Texas Warkez-s' Compensaiion Commission, infarmzng all persons
providing services on the project that they are required to be cavered, and stating how
a person may verify covera�e and report laek of coverage.
L The contractor shall cozatractually requare each person. with t�vhaxzz it contracts to
pro�ide services on aproject, #o:
STTB - 8
SPECFAL INSTRUCTIONS TD BIDDERS
{1) provi�e coveraae, based on groper reparting an classificafiion codes and �ayroll
amounts and filing of any coverage agreements, which meets the statutvry
requi�emet�ts af T�xa� Labox Code, Section 401.011{44) £or all af its employees
praviding services on the project, for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is �eing provided fox ail employees
of the person providing services on the praject, far the duratian of the project;
(3) provide the contractor, prior to the end of �he coverage period, a new certifieate
of caverage showing extension of caverage, if the caverage period shown on the
current certificate of coverage ends during the duration af the project;
(4) obtain from each ather persan or entity with whom it contracis, and provide to
the contractor:
`:� (a) a certificate oi coverage, prior to the other person or entity beginning work
Qn the project, and
(b) a new certificate of coverage showing extension of ca�arage, prior to the end
of the coverage geriad, if the coverage period shown on the current certificate
of coverage ends during the duration af the project;
(5} retain all required certificates of coverage an file for the duration of the project
and for one year thereafter.
(6) notify the governmentaI entity in writing by certified mail or personal delivery,
wzthin ten days after the person knew ar should have known, of any change fha#
' materially affects the provision af coverage of any person providing services on
the project; and
(7) contractually require each person with whom it contracts, to perfornn as required
by paragraphs (1) -(7), with the certificates of coverage to be provided to the
person for whom they are pro�iding services.
7. By signing this contract or providing or causing ta be provided a certificate of
� cawerage, the contractar is representing ta the governmental entity that all emplayees
of the contracfor who wzll provide services vn �he project will be co�ered by workers'
compensation coverage for the duratian of the proj�ct, tlaat �he coverage will be based
on proper reporting of classzfication codes and payroil amounts, and that a11 coverage
a�reements will be filed with the appropriate insuranc� carrier or, in the case of a self-
insured, with the camrnission's Diuision of Self �nsuzance Regulation. Providing
false of misieading infrorr�aatinn may subject the contractar to administrative penalties,
cruninal penalties, civil penalties or oiher civil actions.
, K. The contractor's faiiure to cnmply with any of these provisions is a breacM of cantract
by the cantractor vvhich entitIes the City to declare the contract void if the contractor
SIT� - 9
SPECIAL INSTRUCTYONS TO BIDDERS
does not remedy the breach within �en days after receipt of notice of breac3� frorn t�e
City.
"Th� contractar shall post a notiee on each proj ect site infornung all persons
providing services on �he project that they are required #o be covered, and stating how
a person may verify current coverage a,nd report failure to provide coveraga. This
notice does nat satisfy other posting requirements imposed by the Texas Warker�'
Compensatian Aet or other Texas Workers' Co�pensation commission rules. This
natice must be printed with a tifle in at least 30 point bold Yype and text in at least 19
point normal typ�, and snall be in both Englisb and Spanish and any ather language
common to the worker population. The texf for the notices shalI be the following
text, without any additional words or changes:
REQUIRED WORKERS' COMPENSATTON COVER.AGE
"The lavv requir�s that each person working-on this site or providing services related
to this construction project must be covered by worlcers' compensation insurance.
This includEs persons providing, hauling, or delivering equipment or materials, or
providing labor or transportafian or other service related to the praject, re�ardless of
�he adentity of their employer or status as an employee."
"Call the Texas Workers' Comp�nsa#ioz� Commission at (512) 440-3789 to receive
iz�farmation on #he legai requixement for coverage, to verify tivhether your employer
has pravided the required caverage, or to repart azi employer's failure to provide
coverage."
END OF SECTTON
�
SITB - 10
iERJ4�-IYlAR, ►i�C.
�� Co�sulting — Geotechnical - Environmer,fal
9 � � Consiructian Materlals Tesling
GEOTECHNICAL INVESTiGAT�ON
CA51N0 �EACH IMF'ROVEMENTS
FORT WDRT�i, i�XAS
�
TMI REPORT NO. FE01-D12
�
DUNAWAYAND ASSOClATES
F�RT W�RTH, TEXAS
m
0
TERRA�MAR, INC.
DALLAS I FORT WORTH 1 HOUSTON 1 AUSTIN ! LONGVIEIN
MARCH �1, 200�i
%��� -�� �
`.
Consulting Engineers • Geotechnical • Environmental � CQnstruction Materials Testing
�ALLAS � FORT WORTN • HOUSTON • AUSTIiJ • LQNGViE"N1
March 21, 2001
TMl Repar� Na. FEO�-Q12
Dunaway and Associates
'1501 Merrimac Circle, Suite ��0
Fort Worth, T�xas 76'{07
A#tn: Mr. Toby Ford, P.E.
Re: Geotecnnicallnvest�gation
Casina 6eaeh lmprov�ments
Fort Worth, Texas
Gentlemen,
Submiti�d here is our geotechnical repart for the abov� referenced project. This repor� descri��s
the resu{ts of nur field and lahnratory investigations tog�kher with recomm�n�ations for the design
and construction of the referenced projee#. Tl�re� (3} bound capies 4� tF1E report have been
provid�d, a1o�g witn one (1) unt�oun� copy. �
We appreciate the apportunity to assist on this pro}ect and trust that our field
and eng�neering recommendations wi11 be o€ assistanc� in your design ef�orks
ca11 if the�e are questians, ar when we may be of furt��r se�vice.
Pes�ectfully,
TERRA-MAR, INC.
� `t,Gu.� ' (/
Leanel R�aiz , �.I.T.
Graduate �ngi�e�r
and laboratary data
. Do nat hesitate to
�.,•,••.-.��,�>
��'1,� •j•r ;,,SI
.� �
�� � ,."__ .
arrett E. Willi�ms, P.E. � � � � �
Vice Presid�nt
2�00 Gravel �rive, Bldg. 25, Fort 4Yorth, 7exas 75�t18 Phone: 817-2849363 Fax: 817-28494�0
7"ERI�-IYI�R, IPdC.
�,�� Consuiting — Geotechnicai - Environmenial
- ' ' Construcfion i�laterials'iesting
TA�LE O� CON�"ENTS
Paae
1,0 PROJECT D�SCRiPTION, PURP05E ANl7 SCOPE --------------------------------------------------------1
2.0 F�ELD AND LA,B�RATORY INVESTIGATIONS --------------------------------------------------------------- �
3.Q SITE AND SUBSURFACE CONDITIONS------------------------------------------------------------------------1
�- 1
3.1 Site Geo10 ----------------------------------------�___-----------------------------------
9 Y----------------------------
3.2 Subsuriace 5tratigraphy-----------------------------------._._._______-----------_____--_-------------------------- 2
3.3 Groundwater----------------------------------------------------------------------------------------------------------- 2
4. o LI G HS-P oLE FOUN DAi I oN REcO M M�N DAT I oN s-------------------------------------------------------- 2
4.1 General Cansiderati4ns -------------------------------------------------------------------------------------------- 2
�4.2 Dril[ed Pier Faunda4ion Recommendations ------------------------------------------------------------------- 3
4.2.� Pier Construc#ion Considerations-------------------------------------------------------------------------3
5.Q BOA`f RAMP------------------------------------------------------------------------------------------------------------- 4
6.0 PAVEM�N7 S7RlJCTURES ------------------------------------------------------------------=-------------------- 4
6.1 Pavement 5ubgrade Preparation--------------------------------------------------------------------------------�
6.2 P av e m e n t Se cti o ns -------------------------------------------------------------------------------------------------- �
B.3 Pavement Materiai Requirements ------------------------------------------------------------------------------- 5
6.4 Cracic and .loint Sealing -------------------------------------------------------------------------------------------- 6
` 7.0 GRADINGlFILL COMPACTION ------------------------------------------------------------------------------------6
� 8.0 FIE�D SUP�P.Vl510N AND d�NSlTY i�STING-------------------------------------------------------------- 7
9.0 LkMiTATIONS -----------------------------------------------------------------------------------------------------------7
1LLU5TRAil0�5
Fiaure No.
Planof Borings------------------------------------------------------------------------------------------------------------------1
Logof Borings -------------------------------------------------------------------------------------------------------------- 2- 3
Legendfa� Log of Borings----------------------------------------------------------------------------------------------------4
� _._---------------------------------------------- 5 - 8
5 i ev e An a lysis ------------------------------------------------------------
F i e I d a n d La bo ra t o ry P ro ced u re s--------------------------------------------------------------------------- A p p e n d ix A
Casino Beach Improvements
F E 01-012
March 2l, 2C91
,
�fi�f�-N1.�R, If�C.
•�,� y Consulling — Geotechnical - Envirnnmenial
� � " Constructian i�laierials Testing
9.0 PROJ�C� D�5CRIPTION, PU�,�OS� ANA SCO�'� •
This report presents the res�lts of a geotechnical engineering study for ti�e improvements at
Casino Beach on Lake Worin in Fort Wo�th, Texas. The improvements wili consist oE a two-lane
boat ramp, cour�esy dock, a minimum twenty car trailer parking space, area lig�ting, and
temporarylpermanent signage ai Casfno BeacY� at Lake Work�n in Fart War#t�, Texas.
Ti�is inves#igatiar� was ciesigned to explare subsurfac� conditions at the project site; and, f�am the
res�lts of the sxploration, to develop engineering parameters and r�commendations to be used in
the design and canstruct�on of the proposed project. �ur services inc[uded:
e providing a datailed descriptian of subsurface and gtoundwater conditions at the project
site, and iheir effect on design and construction, including a CIESCfIp�lOf} of #he sail
stratig�aphy, Uncferlying rock farmation, and any �ot�worthy geological canditior�s,
� providing recommendations for light pale foundation design and construction, including
aflowabl� bearing and lat�ral pressures and estimates of totai and differential settfements;
� providing recommendations for #he c�esign and construction of the sail-supported floor
slabs, ir�cluding esiimatcs of t�e potential vertica� ris� {PVR) for ex�ectEd conditions;
,.
� providing generai pavement structure recommendations, including paveme�t types,
thickness and material r�quirements, as weil as the requirements for #he stabilization o€
the pavament subgrade;
2.0 F1ELD AND LAB�RATORYINVFSTlGATIONS
�
a
z
�
Two borings w�re drifled at th� site on February 26, 2001 at the ap�raximate locations shotivn on
#hp Plan of Borir�gs, Figure �. 7h� results of the field an� laboratory t�sting procedu�es, afong
witf� #he soil classification in aecar�a�ce with the Unified Soil Classifica�ion 5ystem (USCS}, can
be foUnd at ti�e appropriate depths on the Logs ai Boring, Figures 2 and 3. A key to the
descript�ve terrns and symbols used on the borir�g fags is presented on Figure 4. A detailed
description of the various field and laboratary prncedures used in the drilling an� testing ofi the
samples can be found in the A�pendix.
3.0 SITEAND SUBSURFACE C�NDlT10N5
3,9 Site Geology
TF�e Dallas Sheet of the Geoloa'ic Atias af Texas indicates t�e site is located in a surface outcrop
o; the Pa1�xy Sand �nrmation. This formation primariky consists af san�5.
��s� 1 �� ;
Casino Beach Improvements
F E 01-012
Mfarch 21, 2001
3.� Subsurface Stratigraphy
i�RR.� -M,� R, lArG.
� �.� Consulting — Geptechnical - �nvironmentai
� �E Canstructinn lvlaierials Testing
The subgrade co�ditians encoUntered in the borings are presented on the l�ogs of Boring ;�n
Figures 2 and 3. Descriptions o� the various straEa and their depihs and t�rickness are given. A
bri�f summary of the stratigraphy indicated by t�� borings in given �elow, Note thak the deptf� on
all borings refers to t�e deptf� from the existing grade or ground surface pr�sent at the time of the
investigation, and that boundari�s between the various soiE types are approximate.
A six-inch sand and gravel base is present at the surface of eac� borir�g. The underlying surficial
sails consisted af dark brown ar�d brown sands extending ta deptha of 3 to 5 feek beEow exisiir�g
g�ade. Tan and fight brown sands were next encour�tered ir� t�re borings and extended to f�z
boring completion de�th af 25 feet. The sandy sails encauntered at fhis sit� were classified as
non-plastic soils and w�re ioos� ta medium �ense irt cansistency,
3.3 Groundwaier
Th� barings werc advanced with rotary drilling tachniqu�s �sing cantinuous f�ight augers. ?his
m�thod al)flws r�lativ��y accuratQ mEasurEment af s�epage during drilling. f�t tf�e time of this
inv�stigatian, Loring B-1 natGd graundwater seepage �uring drilling Qp�rGtio�ss �t a depth of 12
fe�t, and B-2 nated groundwat�r s��pag� during drilling operations at a dept�r af 8 feet. Th�
v��ater level after completion of drifling could not be determined d�e ta t�� caving nf the granul�r
rr�aterials at depki�s o� '�0 ar�d 7 f��� in Borings 8-1 and B-2 , respectively, WhiSe it is not passibl�
to accurately predict the magnitud� ofi s�bsuRace water fluctuation tY�at might occu� based upon
tY��se short-term observations it should b� recognized that groundwat�r conditions wili vary with
fluctuations in rair�fal5.
4.0 LlGNT�POLF FDUNDATIQN RECOMMENDATl�NS
4.1 Genera! Consid�rations
F�rea fightir�g and temporarylpermanenfi signage pal� structu�es are planr�ed. It is expected th�t
the light poles wilf b� suppor�ed on cast-in-place skraight-shaft drilled pier Toundatior�s,
Th� main desigr� consideration for thA lig�t pole four�dations is the pres��ce of groundwater �nd
caving of the sh�ft excavatior�. For the sak� af simplicity in cansfruction, and to lim3t costs, it is
recommenaad that the light pol� faur�dations be dasigned to r�ot extend below the grour�dwat�r
and it is strongly recomm�nd�d to use temporary steel casin� far drilling operatians.
p��z z �r �
Casino Beach Improvements
�� nt-o�2
March 21, 2d01
4.� Drilled Pier Faurrdation Recommendations
• i�RR.�-1�'IAR, lfdC.
- �� Consulting - Genlechnical - Environmental
, ' ' Ca�struction Materials Testing
0
Cast-in-place straight-shaft drilled pier foundations shoufd be utilized to support t�e concentrated
structural {oads �rom the fight poles. Recommendations and parameters for #he design af tne
drilled piers are o�tlined below. 5pecific r�commendations for th� construction and insiallation af
the drillecf piers are included in the fc�llowing section, and shal! be follar��ed during construction.
Piers must not exceed the maximum depth, or groundwster see�age into the excavations may
occur.
Bearing Stratum:
�Nlaximum Pier Depki�:
Allowable End Bearing Capacity:
Tan and �ight brown SAND
5ix (5) feet below existing gradas
2,5q0 Psf
: Harizarstal (Lateral) 5ubgrad? ModUius: �QO pci far cyclical wind loads, uniformly
distributed over the p�ojeci�d area of the shaft,
� neglecting the upper ti�ree (3} feei of the pier
. - sha�� ���ow the around�suriac� �
Tf�ese piers si�ouid �e reinforced for their t�ll d�pth with at I�ast d.�5 p�rcent reinforcing steel, by
� � cross-sectiona� ar�a.
�• lf s�africient lat�ra! resistance is not d�veloped in the zo�re abave the groundwater, it may b�
•� necessary to inst�ll the piers at a g�ea#er deptn, below thp �graun�water table, ft is anticipated
i. that temporary casing will b� required far pro�ar installation af the shafts. This a#Tice s�ould be
contacted for adciitional recommendations if �eeper piers to resist lateral loads arz necessary.
2
�
�1.2. 9 Pier Construcfion Consideratlons
A quakified engineering technician shauld perform detailed abservatians o� alE pier constructian to
provide for proper fo�ndation p�rfQrmanc� and guality construction. The engineering technician
shalf canfirm i�at t�e pi�rs are founded at �i�e proper depth in t�e sQeciTied bearing stratum, and
thai the pier excavation bot#oms are relatkvely clean and dry prior to concrete placement.
Pier shaft excavations shafl not remain op�n for more than faur hours prior to the p�acem�nt of
cancrete. For each pier, placpment of ste�l and concr�ete �hould ba compiet�d on the sam�
working day in which #he pier excavatio� w�s campleted. Concrete should be placed by the
tr�mi� mefhod, with no more tnan tan feet of free fall alfowed at any time. Concrete should l��
d�sign�d for �vorkahility during placement, wifh slumps i� the rang� o` five to �ix jnches. To
Pa,�� 3 c` 7
Casino Bea�h Improvements
FE 01.-012
Marcln 21, 2001
i�RR� -19�f.� R, 119��.
� s� Consuiting—Geotechnical-Environmental
- ' " Cons�ruction Materials Testing
provide a reasona�le talerance during construction, a concTete mix design sha�ld be used that
will pravide the design concrete strength using a seven inch slump.
�.0 � �AT RAMP
The boat ramp will be 2 lanes. T�e ramp shaufd be consiructed of a minimum 6 inch thick
Partland Cement Concrete section following the recommendatians provided in Section 6.0 for �
medium duty parking area. The subgrade soils ben�at� the ramp are anficipated to consist af
granular, non-co�es�ve sands, TY�e soils are �ighly erodable; th�refore, car� shoufd be taken to
protec# the perimzter edges �of the ramp against loss of support erosion due to wave action.
6.0 f'AVEM�N� STRUC7'UR�'S
fi.� Pavement 5ubgrade Preparation
The 5l]ffiClal 50115 are capable oF performing satisfactorily as pavement subgrades if they are
properly compact�d to a minimum of �5% af 5tandaTd procfor aUor sliahtly above the soil's
op�im�m moistur� cont�nt as det�rm�ned by ASTM D-698.
Particul�rly in an unconfined, saturated condition, sand� are subject to pumping. Mixing ti�ese �
materials v��ith Portland Cement could b� consid�red. Four #0 8 perc�nt c�ment shaufd improve
th� compaction cnaracteristics of these materials. For significant strength gai�s, F�igi�er
percentages of Portland Cement would be requir�d.
5ur#ace dra'inag� is critical to the parformance of this pavement. Water shoul� b� allowed to exit
the pavement surfac� q�sicicly, This can be accomplished by maintaining a# least 1% slope of the
finished grades and discharging the water infa drainage structures
should be performed in accardance with the tollowing procedu�es:
All pavemenf constructian
�
8.2 Pavemen� Sections
At ti�� time of this investigation, site paving plans or ve�icle traffic studi�s were not availa6le.
Therefore, several ri�i� and flexible pavement sections are presented �ased ar� our experience
wsth similar facilities for Light Duty Parking Areas, Medium Duty Parkino Areas, �a�d Medium to
Heavy Duty Drives. We und�rstand consideration is being given to �n hMAC pavement in th�
parking areas, in g�n�ras, the parking area� are classified accordi�g to thre� different type�.
Only the first two, ]ight-duty and medium-duty areas, arz cansidered app�apriata at tnis site.
Pa�a � of 7
Casino Beach lmprovements
F� Ol•fl12
Mar�h 2S, 2001
iEh7RA-J�?'�9R, IfdC.
-�� a Consulting — Gpoiachnica[ - �r�viro�mental
- . " Canslruction Materials Testing
Liahi-Dutv Paricina Areas are thos� lots and drives su�ojecte� almast exclusively to passeng��
cars, with an accasionai kight- to medium-d�ty #ruck t2 ta 3 par week). •
u
Medium-Dutv Parkinq Areas ar� thase lots sub}ected to a variety of light-d�ty vehicles to
medi�am-duty vehicles and an occas�onal �eavy-�uty venicle ('� to 2 per week}.
Medium to Heavv-Dufv Drives ara those drives subjected to a variety of fight to heavy-duty
vehides. These pavements include areas su�ject to significant trucks and trash vehicles.
Rigid pavements tend to provide better long-terr� perfarmance w�en subjected to significant slow
moving and turning traffic and also require less maintenance.
If asphaltic concrete pavement is used, we r�comm�nd a full depth aspha�tic concrete section having a
minimum total thickness of 5 inche� for fight-duty par4cing areas and 6 inches for mediurri-duty parking
ar�as. A minimum surface course thickness af 2 inches is recammended for asphalt3c concreie
pavements.
Consideration can be given to fhe substitution of a f�exible ioase material (TxDOT I#Ern 247, Grade A,
Type '1 or 2) for the asphaEt base course, A sUbstit�atian ratio of 2.5 inches o� flexible base far '1 incn o�
as�hal�ic bas� would be applicable. A minimum aspnalt ti�icknesses of 2 inches • sF�ould be
maintained, �
lf Portlar�d cem�nt concrete paveme�t is used, a minimum t�ic�cness cf 5 incnas o� concrete is
recommen�ed tor light duty parking areas, 6 inch�5 for medium-dury par'�cing areas, and 7 inches for
m�di�m to heavy-d�aty areas.
Periodic main#enance should be anticipated for minimum pavemen# thicknQss. TF�is �naintenance
shouid cansist of se�ling cracks and t�mely rzpair of isolated distressed areas.
fi.3 Pavement Material Requirements
Reinfarced Portland Ceme�t Concrete: Reinfarced Portland cement concrete pavement shotald
consist ot Por#land cement cancrete havi�g a 28-�ay comQressive strength of at ieast 3,500 psi.
T�e mix shau{d be designed in accardance with the ACI Code 318 using 3 to 6 percent air
e�t�ainment. The pavement should be adequately reinTorced with t�mperature s#eel and all
canstruction joints or expansior�lcant�actian joints should b� provided with load transfer dowels.
Th� spacing of the joints wiil d�pend primarily on tk�e type of �tze{ �s�d in #�e pavemenf. We
recommend using Na. 3 skee] rebar spaced at � 8 i�ches on cer�ter in both th� longit�d�nal and
transvers� directior�. Control joints farmed by sawing ar� recommend�d every �2 to 15 feet in
Faae 5 of 7
Casino Beach lmprovements
FE 01-012
hhareh 21, 2bQ1
i�'RRI�-,PYI.4R, lPsrC.
��s Consul;�ng — Geotachnical - �,nvironmenla�
� aII Constructian Mater'sals Testing
both the longitudinal and transverse directi�n. The cutting oF th�e jaints shauld be performed as
.
soan as the cor�crete has "set�up" enaugh to allow for sawing operations.
Hot Mix Asohaftic Concrete Surface Cnurse: HMAC Fine Graded 5urface Course - Item 3�Q, Type
D, Texas Depa�trnent o� Transp�rtation 5tandard 5pecifications fnr Canstr�ction and
Maintenance of Highways, Streefs, and Bridges, 'f993 Edition.
Hot Mix Asahaltic Cancrete BaSe Course� HMAC Fine Graded Surface Course - ltem 340, Type A
or S, Texas Departme�t of Transpartafion Stan�ard Specifications for Construciion and
Maintenance of Highways, 5treeis, and Bridges, 1993 Edition.
6.4 Crack and Joint 5ealing
1n order to minimize rairrwater infiltration thrnug'h the pavement surfac�, and fhereby minimizing
subgrade �oftening of the pavemenk subgra�es afl cracks and joints in t�e pavement should bc
sea{ed on a routine �asis aft�r cor�struction.
7.0 GRADJNG/�ILL COMPACTION
In preparing fn:. sitG for constructio�, all v�getation, organic saii, stumpsirootS or other uns�ritabl�
matarials (ir�ciuding brolc�n r�ck or concrete larg�r than 4 to 6 inches in maximum dimensian}
should be r�maved from any areas to receive new fifl.
The on-siie soils a�e suitable ior use as site fill. Imported fi�l materi�4s used for g�neraf sit�
grading should pteferably have a Liquid Limit less tf�an 40 percer�t an� should �e free a� organic
matker and dEbris, The fill shauld be placed and cflmpacted '[n lifts of 9 inc}�as �r less in foos.�
thickn�ss and b� compacted to at least 93°Jo af tt�e matE�ial's maximum 5tandard �Proctor dry
density, All clay fil] shaufd be compa�ted at a maisture cantenk within ti�e rang� of fl tQ �% above
af the optimum d�termined by k�e Standard Proctar test (ASTM-698).
All gradas shoutd b� adjust�d ta �rovide positive dra;nage away #rom the flatwdrk.
Paae s or 7
Casino Beach improvemenls
FE 01-Q]2
�vlarch 21, 2G01
rFRRa -M.a R, ��c.
�,g�:� Consulting — Geotechn+cal - E�vironmeRial
_ '. ' Consiruction Maierials Zesling
8.0 Fl�LD SU��E'F� V1SlON AND ��'NSITY T�STlNG
n
Many problems can be avoided or solved in the field if proper inspection and testing services are
provided. lt is recammende� that all drill�d shaft construciio�, site and subgrade pre�aration be
monitored by a qualiried engEneering technician. Density tests should be ��rformed to verify
�
compaction and moisture content of any earthwork. lnspection shnuld be performed prior to and
during cnncrefe placement aperat�ons.
9.0 L1MITATlONS
Th� recommendations pr�sented in this report are basad on a discr�te number of soil test
borings. AItY�ougt� our field personnel visual�y survey the site for surface features indicative of
variable s.,01I COCI{�i�k0il5, subsurtace conditions may be encountered that differ from these data I�
there is a naticeable cY�a�ge f�om the conditions reported herein, Terra-Mar s�oufd be natified
immediate[y #o r�view the effects they may nave on i�e design recommendations.
ihis study was conduct�d for th� excl�sive us� of Du�away and F,ssociates and their design
cons�lt�nts. The rzprodUction of this re�ort or any part tl�ereof, �n plans or ok�er documents
supplicd to persons other fhan the owner, s�ould bear language indicating that t�e informatian
contained therein is for gen�ral dnsign purposEs. A1l con#ractors re�erring to fhis geatechnical
report should dra�v his or �ar own conclusions for bidding puf�oses.
Page i ef 7
Casino Beach Im�ravements
FE 01-012
March 21, 2G07
'T�'Rf�-.1�?'AR, If��.
� > � Consulting — Gea#echnical - En�rironmen�al
_ ' ' Constructiort Materia�s 7esting
�
,
i
1LLUST'R�TlC�N�
�
�
f
3� � ,% �
�Q�� �� ;� je�Q� �.
����Q 0'� �' `� j� � �'
� ` � `� ...,_ � � �-
�
�
N�y��N
...- ..�,
I, 'I/���.
�+. : � � fi
✓�R' 'yi
j<<
✓
f
! •
O�!
��
��5`��
�
r � ��
:
� � � �
� I ! �
(y.l � �/
�i� ` � .
��� ` � ` �
�J�� �� $,� �.
f ` � �. �
(
. B�°� ` �-
. .. `w '� R�mF ' " (�
• `� '�
�f£� �
V`' �
` `` �' ``�\i+`t � � t t a��Cj7\(��
i4 � ��� fi � , gao (��
i �;
�, `A��•• ' �
:ti� ` t �' �
.�`� ,`4Q�t ,. � ,�
,......-,
�,o,,<<+�o^
0
i'
f
-��,
��
�Q�E f�
�+°
�.a
��<<n�3
Z���t`��
���Y� � �y �� \
���'�C� ��,���C����a5
C�ar�'p ,�,Sa�r.�� �� 2
�� Q�
��� ��' ��
%
�
�ot tD S�p�e
�
��
��
'����� $pt�'f��'
�`� p�a �\4���� 1
��
�OF��h�G L�G SYN[BOLS AND T��MS FOR S�IL
SOIL AND MATER[AL TYPES* SAMP�ER AND INQICATOR TYPES
�Clay ' Sha�ey Clay Thin Walled ^ Rock
�CH, C�) ' �.'' (CH, CL)' � 5helby iuba � Cora
�' � Silt ��: 5ilty Clay Standard 7HQ Gone
(MH, ML) � (CL, CH)' � penetrat'son � Penetrameter
� Sand ` 5andy Clay SuIk/Grab 5olid or Holtaw
f:;:__��__; :;� (5P, SW) �(CL, CH)" � Sample � Stem Auger
+ •'•c
�ti �%�' Gravel ; Clayey �-� Water level � Water Leve3 on the
"�s��k (GP, GW) ''' Sand (SC}` .., at Completior� ... Dake lndicatec!
r�j G'
Asphalt �•��,-�;?+, Cancrete � Depth to Ca�ing Boring
� Pavirg '•.'��ri;+',� �dVlrlg at Completion ��'�Continues
�
:ai
5r .
'Note: Dual symbals are �sed to tndicate 6orderline and mixed soil csassificalions
_ STRENGTH O� COHESIV� SO1L5
5oil Pocke# Penetrometer
Consistencv Readinq, tsf
Very Soft < a.25
5oft 0.25 to 0.5�
Firm 0.54 ta 1.00
Stitf 1.OD t0 2.0�
Very Stir 2.a0 to 4.00
Hard > 4,OQ
D�NSITY OF GRANIiLAR SOi�S
SPi Blows Relative
oer foot. N Qe. �sitv
0 to � Very �oose
4 ta 1 � Loase
'i0 to 30 M�dium bense
30 to 50 Dense
> 50 Very �ense
DESCRIPTIV� iERMS FOR SOi�.
DescTiotion Criteria
5trati ied Alternating fay�rs ❑f tr�aterial or color
with laysrs at least 114" thick
Laminated Alt�rnating layers of mat�ria! or color
with layers at feast 1I4" 4hick
F'sssured Breaks alang definite planes of fracture
N�ith fi#cl� resistanc2
Slickensided �racture planes a�pear polished or
glvssy, sometimes skriatad
Blacky Cahesi�e soil tha# can b� bsoken down
into smal4 hard angular lum�s
Calcareous Containing apprecia�Ee quankities of
caicium carbonate. (Re�ctive w'tth MCI)
Ferrous Co�taining appreciable quantities oi
ferrous oxidelran nadulcs andlor stains
Par�inp
Sram
i.ayEr
7race
F e�rr
Same
Numeraus
Dry
P�foisk
Very P�laist
WEt
lnclvsions
Inclusion < 116" thick
Inc�usion 1/d' to 3" thick
Inclusion � 3" thick
< 5% oi sampie
5% to 1�°1� ot sample
1 D°/4 to 25% of sample
25°/fl to 50'/0 of sample
Soil Moisture
�lo obvious water in sa�nple
Sample is �amp without excess water
Sample is damp and water is visible
Sampl� b�ars fre� water
SOIL GRAIN 51Z�
5oil Grain Size in �vtillineters
152 76.2 �9.1 4.7fi 2.�0 0.420 fl,G7=
Bou4ders � Cobbles � Gra�ei Sand l
� Caarse I �ine Coarse � Mediurr-i � Fine �
6' 3" 31-�" 10 4D 20�
v,5. Standarcf 5'�ev� 5i��
i,�f?R,4-f'L%4 R
Silt
D.002 j
�
Clay i �
270 I �
� �
FI�.��J��— }
GRASN Sl�E p1�T'R1BUTfON Y�ST R�P�R�
ASTM D4��-63
�ro�ect; Casino 8eacn ]mprov�ments
Fart Wo�Eh, 7exas
100 .
,�,��
5a ' �
80 �I�II
, �i
��I��
, .7Q
� ��I�II
T. so '�i �
�. =�; � ;
� �0 .��, l
L I�II�;
z � ,���
y •i
� ;�l��
;
so ,��i
':i���
z� ,
'�:���1
14 „i
G
;�► �
1400
Project No.: F�41-D�2
V S, Standa�d Skvr dFsninp In � 5 Slandard Sieve lJumCers Hytlrompter
lnches
� � � a � � o 0
'�7 �y {V
i i+—�-�.i i i�� .. ..,�....,...�........�.�.,�, Q � I� ,�� 1
I l�!l��!l� I�II1��+�� 1�;��!II� � iill II�1 �
I��� l I� I�'if� �� l�s�i1 � ��111 I �!
� � ,
� � ;����; � ►i��il �t� i'�:�!�� � l;�l� I �
I Y I
�� II 11 I Illil1.�� �i���l 1 i 1�1111� �
I I !� � � �,�,,; � i
� �il. � i � �����! � �'4, ��':''� � � ` ���� � � `
j� � ? � ! � I' � I I 1 I' �
�� � � I��� I i I ?lil�� � I � i�;,�! � ! � {�Ilk� k I •
i �', �� I�I �' I �I���I � I I i �> ? !'I�S �
I I I I� 1 ��1�l� ���±�!��; �� 4 t:�i��!<<1 i ���'.��i11 �� I
� , , � � ; ; ��, , , , �.• ; i � : ��� � � �,
� �� � � � � �f,�� i � � � ! i;;� � � 1 � t '�'=; �; � i � ��ii� I � � �
l I� I I� I lill l � I I� lill� � I I� 1��;E � l l!�� �►i�l I!;�
1 I� i 1 I 1 1�I�1 �� 1� i�i�!1 I l!���� I I I' 1�ill I I�
300 i0 1 0.1 D.Ot 0,001
Grain 5ize • mm
; l Legend ' 8oring No pepth
` �— B-9 2'-3.5'
� �---
� --0--
% Gravel % Sand °lo �200 LL
Q.0 9�,9 9,1 NIA
� Legend 8arinq No Repth Material Description
�� B-i 2'-3.5' Dark brown sand
I --Cr— �
� —J-- I
Pi
NIA
llSCS �
SW `
�
I
�
���������, I��.
F1GUF2� f�0.: 5
G�AiN S�Z� �1STRi�U�'i�� T'�ST R�PQRT
ASTM D��2-B3
Project: Casino 8each Imprqvements
Fort Worth, Texas
1 �30 .
Ilh�l, I
50 ���il
i'�i3
�o �����
;�;;�
��I �
7D I�i� I
� � ,�I I
� 60 f�
� �',�! �
� $� ';li� I
� "'' i
, u ,� III!i � I
� �Ili�+
� ' �
�o ; � � � �
zo ! I�I �
ii��
��������
,o � �
�,�! � �
0
�oao
Project No.: FE01-412
LJ.S. Slanda�d Smve Opening In 11 S, Sandard 9�eve Numbers Fiydrome!e�
Inches
'��P � m p p
�ry � �j � d �y � O O
N
i -�-�-�-�-�-c��_ i i
��� , � � , � � � • ; ._.�,ii , ` �� � � i l :�� � : � � . � i � ` � �
I I I `;��ia � i � �i�il�� i �I I'.` ��� . I`I:i� I I �
,j ; , � ��; � ; �.,,} --
� I � ����I � � �i�� �i i�! � I;�i�: � � ����,�I � �
I ;�i{I �
! � �,I11 � I � �I�I '` � I��I � � i ! liii� �
i! �� � � I �
�� I�f I I_ �_I I 1��I � l I;i � { �
I I fl� I`, f � ii �,' ; ��Ili
� I ii � I! � I` �,��i �
I �!' �� � i� ,�i; i :��i�
; I li�� I;� ,I I�i I��. I Ill;i I I �
.I�i �' � : '
��� � ►,��� ' �i � � I� �� ��� � � � lil�� � � �
: �
�
I� ��I�I � I i ��I� � I tyl�l�'� I i ��III�I I �
I ; ;I ; �
I I � �I .� � � �i,��� � �s',I � : ' � �a'i!� I
�i� � � ��,i�� ' i� I�� � � � � ���� �' � ' �����' �
���� �
�oo �o � a.� o.a� o,aos
Grain 5ize - rnm •
� Legend �oring No De�th % Gravel % Sar�d �%-; 200 ' LL
�"� �-2 3.5'-5' 1.0 89,5 � 9.5 NIA
� —o—
I �— �
4�.egend Boring No Qepth Ma#erial Description
�� B-2 3.5'-5' Brown and light brorrrn sand � �
---�-
I —O—
T���a-I���, liV�.
PE I
NIA i
USCS �
SW �
f
�IGUft� NO.: 8
�
l
�
Casino $each Im��ovements
FE 01-012
March 21, 2fl0t
�� �
����
��RR�-IY�1.�R, 114fC.
Consulting — Geotech�ical - �nvironmenla{
Construction Materials 7esting
�
,��P�NDSX
STANDARD FIELD AND �A�ORAT�RY
. 1NV�STiGATION PROCE�IIR�S
��F����X
Casi�o Beach lmpro�emenls
F�ot-a�z
h+larch 21, 2001
i�RRA-IYI�R, lMC.
:�.�,, �y Cansulting — Geotechnica! - fnvironmental
. ' ' Construction Materials Tesling
FlELD INVESTIGATiON PRDCEDURES
Tf�e barings for this invesiigatian were staked 9� the field by a Terra-PliaF staff engineer �sing
simple taping procedures from reference points noted on the site plan provided by tF�� ciient.
A field log of eacn boring was recorded du�ing fiefd drilfing operations. These field logs and soil
classifications w�re r�vievvedlverified by a geotechnica! engineer in the laboratary through visual
classi�ication. Samples were visUally Gassified accor�ing to color, textu��, predominant material
#ype, eonsistency and density. ResuEts from the laboratory-t�sting program aiong with ihe visual
classifica#ion of each sail strat�m w�re used in the determination of t�ne USCS classification for
each soi! sk�atum (ASTM D-2487). Finaliz�d borir�g logs are provided �n th� repori, as noted in
t�e tab�e of contents. f'lease note ti�at the linas of soil demarcation repr�sent ti-�e approximake
soil baundary between differing material fypes, and tf�at the act�al transition between t�e soil
strata in th� fiekd may k�e gradual.
Tr�ack moun�ed drilling equipment was used ta advance t1�e borings #o the com�letion dept�s
usir�g salid st�m aUger procedures. Soil sampEes were foil wrapped and sealed in plastic bags,
for mo'rsture control, and were marked ta idenkify th� boring number, sam�fe depth, and �ob
number. 5arnpleslco�es wiil �e stored for 90 days, and then discarded. Sampfing proce�ures
were performe� in accorda�ce witi� the following standards;
Standard Penetratian Test (5Pi1 and St�tit Barrel Samnlinq of Soils fASTM D-1586]
This sampfing method cansists of driving a 2-inch outside diameter split barrel sampler info the
soil strata using a 144-�ound harr�mer fr��iy tailing through a tiistance of 30 inches. The sampler
- is f�rs# seate� 6 inches into the sail #a be sampled, ancf is then driven an add9tionaf 12 inches in 8
inch increments, T�e number of hlaws required to drive the samp�er tne final 12 inches is then
known as �h� Standard Penetratio� Res9stance. The t'esults of the SP i tests are given in bEow
; counts per B inches on the boring fogs. This sampling metf�od is typical]y used ior sampling non-
coh�sive or low coh�sion soils, and gives a� indication of the rel�tiv� d�R51�y Of t�i� «1-51fL! 501IS,
� whicn can ther� be used to estimate allowa�le bearing capacities and pot�ntial elastic settEement
i avithin the soil mass
Samplinq i�v Auper Borinq Method "Grab Sampfe" fASTM D-'i4�21
This sampiing method consists OT sampling the soil samples hy removing representative soil
samples from the co�tinuous fiigY�t augers used to tlrill the boring, or by removing soil samples
from th� cuttings braught to the surface by the augers. T�is methad provi�es highly disturbed
samples that ar� appropriate for classification pu�pases on1y.
s
.�
h�pertor.�
�Casino E�ach Impfovements
FE OS-012
March 21, 2001
%EI�RA-M.414, ►14,C.
� � = ConsuEtiny — GeolechniGal - Environmental
� #� Conslruclian Materials Tesling
LABORATORY INVESTIGATION PR�CEDURES
iYte faboraiory testing' program was directed primarily toward the eva[uation of t�e physical and
��gineering c�aracteris#ics of the underlying site soils. identification tesks were performed to
classify the sail samples according to the Unified Soil Classificakian 5ystem (ASTM D-2487) by a
Geotechnical Engineer, unless otherw�se noted. The results o� this laboratory testing program
are shown at t�re a�Opropriate sample depths on ti�e boring logs, ar on the appropriate figures.
Unless noted, laboratory �rocedures were performed according to the foliowing standard
pracedures:
Moisture Content (ASTM �-22161
Natura[ moisture contents of tY�e soii samples (based on the dry weight af the soil) were
det�rmined for sefected sampfes at selected depths. Tnese moisturz ca�ter�ks are �seful in
delineating the dept� af ti�e zone of moisture change with an ir�crease in su�surface rte�fh, and
can be useful in locating the groundwater tahle. The moisture content can a�so be usefc�l in
analyzing and e�aluating the expansion pot�rttiaf andlor s�tear strength of soil samples, The
res�alts of fhe fest(s) are reported at kne appropriate c4epth(s} on the boring lag(s}.
Atterberp �.imits "Liauid and Piastic Limi#s" (ASTM D-43181
Tne Atterbe�g Limits are giver� as the particular moisture contents of fine g�ained soil materia[s
when ti�ey meet the requirements of a predefined test. In particular, the Plastic Limit (PL) is given
as ti�� approximate moisture cont�nt at which the soil material begin� to behave more like a
pEastic materia� than a semi-sofid mate�ial. 5imilarly, #he Liquid Limit (LL) is given as the moisture
content ai whici� t�e soiR material begins to behave more like a iiquid materi�l ti�an a plastic
matnrial. T�e ditTerence of th�se two #es# vaiues can then b� ca�culai�d, and is 'known as th�
Piasticity lndex (PI). Larger PI values indica#e an increased at�ility af the soil mat�rial to remain in
a plastic state with changes in the ma�sture content. T�e results of the tast(s) are reporta� at t�e
appro�riate dept�(s) an tY�e boring log�s).
ihe Atterberg Limits can then be Us�d in conjunciion with oth�r parametvrs ta cl�ssify the sail
accarding to th� tJnified Soil Glassification 5ystern (USGS). Th�se param4ters are also useful in
eval�ating the expansion potenkial of the iine graine� soil mat�rials wit� fluctuations in th�
maisture co�tent.
Percentaae Passinq the NUmber 20D 5ieve (ASTM D-114fl1
The amou�t of materia! passin� a Standard Number 2p0 sieve was determin�d by wet wash�r�g
ti�e maEerial ov�T a number 20D sieve �ested with a number 8 sieve (to protect the No. 200
mesh). The results of the test(s) are useful in fhe classificatian of if�e sa91 material, ar�d are shown
at the appropriate depth(s) on the boring log�s).
�,�.en�ix
i �,
�
TO: Mr. Gary Jackson
City Manager
City of Fort Worth
l OQ0 Throckmorton
Fort Worth, T�xas 76IO2
FOR CA51N0 SEACH PARK -- BOAT RAMP IMPROVEMENT5
f DOE N0. 3369
� TP&W NO. �-122D(A)
Pursuant to fihe foregoing "Natice to Bidders," the undersigned has thoroughly �xamined the plans,
specifications, and the site, understands the amount of work to be done, and herehy proposes to do aIl the
wark and furnish all labor, equipment, and materials necessary to ft�tly complete all the work as provided
in the pians and specificatians, and subject to the inspection and approval of the Parks and Comtnttnity
Service Department Director of the City af Fort Worth.
The "appraximate quantity" category is far information purposes aniy. The Contractor shall be paid on
the basis of actual installed quantities an nan lump sum items. Addiiionally, th� Contractar shall be
, aware that the Proposaj contains both Lurr►p Sum and Unit Price items.
If the lowest bid received exceecis the funds budgeted for the project, the City reserves the right �o
. decrease the quantities contair�ed in any Iine item or to eliminate any specific line items before award of
the contract in order to bring the work within budgat. By submitting a bid, t�e bidder acicnnwledges the
City's right to adjust or eliminate line itetns prior ta the award of contract. Fvrther, by submitting a bad,
I, the bidder agrees to honar each line item bid price without recourse to the City in tlne event line items are
adjusted nr eliminated.
�
i
Upnn acceptance of this proposal by �he City Council, the bidder is bound to execute a contract and
furnish, if applicable, Performance, Payment, and Maintenance Bonds approved by the City of Fort Worth
for performing and com�leting ihe said work within the tiume stated and for the foZlow�ng sums, to-wit:
PAY APPROX. , Q�SCRIPTIORI OF ITEAflS IJPEIi
I�C�IVa QiIAiVT17Y I WI7H BID PRIC�5 WRITTEN I�l WDiZdS V�►LU�
1. 1 L5 Concrete slab boat ramp
�I�� ��u�i�rb _ _ Dnllars
and 1`�=� Cents per LS I Lump Sum
2. i 1 L5 W ieser Concrete 51ab Boat Ramp
�t �'�'1Y F141� � ��7►I�1�� Dollars
a�d �O Gents per L5 Lump 5um
3. 1 L5 Courtesy DocklAccess Bridge
I �i� t�� �e�� ���d� _ Dollars
TOTAL
I VALU�
�
$ �„C�C�L��
�
����,,
and I�i� Gents per LS ' Lump Sum
4. 4,370 5Y 6" Hot Mix Asph2ltic Cancrete
�''C'��ti� Dollars ��
and I�� Cenis per SY $ ���
Paz!-0_Proposal.doc
Proposal-�
� ��r �a
$ r�� �+�� '
� „�-.T . ..� �.�- 0
PAY APPROX. � DESCRlPTI0A1 OF lYEl4A5 — IJIVI�' ^,—;�YAL �
IT�iiA I(�UAR9TITY WITH BED PRICES VIrRfTTEN IN WORDS I VALU� VD.Ll1E
5. 1 EA Permanent project plaque
��f�a+� rF��".a�.�6► Dpllars � ,�
� and �`�� Cents per EA $�� l'V' ) g �� fJ[R!
� L--�% �''� �.
oW
� ��� ��
W �J���
��/� %t���f01,� Doliars
and �� Cenis per EA $`' yVV� $ i f o��
1Q. i L5 Pavemenf markings per City requirements
I��'V�� �%��'���C3 Clollars �.,'
a�d �O Cents per L5 Lump 5um .� -�'�'�
11, 1 EA Site access gate i
r�� ��"-��:iA/6' Dotlars
and !�' Cents per EA $ � �� $ ���
12. 1 LS Temparary Silt Fence
�/d� �i��6���"1N� flollars �, �
and /'V'~ Cents per LS $�� $ j��
6. 1 LS Site lighting
„�lr��As�i �/er�" /I,i��'�+8� Dallars
I pr
and 1�t' Cents per LS Lump Sum
7. '{ LS Seeding by Hydromulcfi�ing
I ���� j/�60s�T�' Dollars
and �' Cents per LS Ls�mp Sum
8. 1 L.S Site preparation and earthwork
���� �Idq� ���1� Qol{ars
and IYd __ Cer�ts per L.S Lump Sum
3. 'E EA Temparary Project Sign
�---
13. 1 LS �rasion Contro! Mat
�I�dP�' 1�� tir+��'� Dollars
• and � vd Cenls per LS Lump Sum
14. 1 LS Crushed Stane
� 1 F�+�f� /f�e,dl�%� Dnllars
��d „�r� Cents per LS Lump 5um
i5. 1 EA Permanent Informaiion Sign
7y�� 7P5►pe�y�Rl� dollars
� and %�s� Cents per EA Lump Sum
16. 1 LS Miscellaneous Painting of Exposed Iron, 5teel and
Galvanized 5urf.
��E� � �r-�G ���b.`�C� Dollars
and �� Cents per L5 Lump S�tm
Pah� Pmposal.doc Proposal-2
�
$ �_
$ �'�, l?���
$ �o�. �
§ ,� nn�s�`�
f
�
�
�AY APPROX. DESCRIPilOR1 OF ITEl4A5 111VIT TOTAL
ITEM f�UAWTITY WITH BaCl PRIC�S WRlTTEN lW WOR�S VALU� VALlf�
47. fi20 5F 6' Concrete Sidewalk
�! � Dallars � � I -��
and -� Cents per SF $ $�� l� _
18. 1 LS Remove Existing Concrete Baat Ramp and Curbs �
�/�%'� �F�� �ollars I �
and /'�'� Cents per LS Lump 5um $�%�
19. � 'i LS Remove Exisling Wood Bolfards
� I������� Dollars �
and %'�F Cents per LS �ump 5um I$ �j [+��
20. 1 LS Poie Mounted Markers for Boat Ramp Delinealion �
�a�G ��i�� �d�t� Dollars
�� �
and - I� Cenfs per L5 Lump Sum $,�`� ����
21. 2 EA Handicapped Parking Signs
�"j�t� �`7tAi�� Dnllars
and /� Cents per EA $ ���� �� � ��
22. 2 EA liandicapped parking 8ym6ols
�/l� f'�Ski�i,v�i� Do{lars � I
�r� � ��,�,/�
and /� Cents per EA $��'� $ e=�RJ
IT�i�3 QUAPITITY WI7H BID PRICES WRITTEN 1N WORDS VALU� VALUE
1. 4 EA 2Q' Baat Ramp �.�ctension, graded installed
���' Dall s
23. 1 LS Handicapped Hand Rails I �
��'�A�.�H�6d�rd&� �� ����--�DolEars �I '�l �
and J`s� Cents per EA Lump Sum $�,� _'��'4"
�r ,
sugYorAi gas� gi� � ,��..� �'�(��� � .� ' .
PAY AP�ROX �ESCRI�TIOId OF ITEbflS lfi�17 TOTAL �
andY !�!�
2. 48 EA Curb Stops fnr Traffic Control
f '�
- - and ��
3. 4 EA Curved Pipe Bollard
�;1f ri41l�!ia�. r
and 1 �i�
SIiBTOTAL B1D ALTERWATES
�lPIAL �f� SUIVIiI�➢ARY
�ASE BrD
ar � �
Cents per EA $�� � v�'� $�� L/�
Qollars � �
CenlsperEA $ '�'�� $ �� {��)
Dallars �
,I- �� �� �p
Gents per EA $ �i �eR $ � � *�Q ��
$ ���! � ,� -., �
�
a-
�
[ Part�s_Pmposal,dac Proposal-3
l
�1
�I�
.�
�
A. This contract is issued by an organization which qualifies %r exemption pursuant to the
pro�isior►s of Article 20.04 (F) of the Texas Lirnited Saiss, Excise and Use T� Act.
B. The Contractor performing this contract may purchase, rent or lease all materials, supplies,
equipmant usad or consumed in the performance of the contract by issuing to his supplier an
ex�mption cerkificate in liev of the tax, said exemption certificate complying with State
Comptroller's ruling tax, said exetnption certificate camplying with State Comptroller's ruling
#95-0.07. Any sUc1� exemptivn certi�cate issued by the Contractar irt lieu af the tax shall be
subject to the provisions of t�e State Comptrolier's ruling #95.49 as a�nended to be effective
October 2, 1968.
C. The undersigned assures that its empiayees and applicants for employment and �hase of any
labor organization, subaontractor or employment agency in either furnishing or referring
�mployee appiicants to t4ie undersigned are not discriminated against as pro�ibited by the
terms of City Ordinance 7278, as amendeci by City ardinance 7400 (Fori Worth City Code
Sections 13-A-21 through 13-A-29), prohibiting ciiscrimination in ernployctaent practices.
D. The undersigned agrees to complete all work covered by these contract documents wi�hin
Si�v (6Q) Workin� Days after the date for co�nrnencing wark as set ftorth i� tl�e Notice to
Proceed to be issued by the Owner and to pay not less than the City of Fnrt Warth Bui�ding
and Consiruction Trades Frevailing Wage Rates Far 2000.
E. 1Nithin ten {10) days af receipt af notice of acceptance of this bid, the undersigned wiij execute
the fortnal cantraet and will deliver ap�iicable Surety Bonds for ihe faithful performance af
thzs contract. The attached depasit check in the sum af $_Doliars {$ ��� } is ta beconxe �he
property af the City of �ort Worth, Texas, or the attached Bidder's Bond is to be forfeited in
the event th� contract and ap�licable bonds are not executed within the time set forth, as
liquidated damages for delay and additional war� caused thereby.
F In the case of ambiguity or lac�c of ciearness in stating prices in the Proposal, the City reserves
the right ta adopt the inost advantageous price for canstruction thereof to the City or to reject
the proposal.
Addendum Na. 1 � �/��" Respectfully submitted,
Addendum Na. 2 � '�
Addendum Na. 3 0� � !�fJ�.�z's� ��bt�fp�ol. ��»
{SEAL) If bidder is Corporation By: �� �. ��
Nazne: ��4�. .l�i . �g'I�t�ICM
Tit�e: �� ���l�i6A�
,�
/►/� ���� ��.
� �e��av
�=�. d��:�r 71� ��I�j�
{Address & Telephone Number}
Pan�_Proposal.doc
Proposal-5
C��?
'��!!�
,
�
%I
��,
, I,
,�
,l
Ci� of Fort �a�th
�Ili�orify �nd IrV�r��� usin�s� �nterp�i�� Spe�ific�ti�r�� _
� � _ �, � � _� �' I�
�P�CIAL IN�i���T`I�NS �OR �1���R� �
! ! � � i � � �°-� �6
,����ie�,r�o� o� �v�icv � - -
. . _ _ _. . � �.���+�
Ifi the tntal dollar �alue of the contrac# is ��5,D04 ar more, the MIW�� goal is applrcp
�alue af the cantract is less tha� $2�,400, the Ni1WBE goal is not applicabie. `
�OLI�Y ST►4T�'N9EP1�
It is the policy of the Cify of Fort Worth ta ensure the full and e�uitable participation by M9noritylWamen Business
Enterprises {MIWBE) in the pracurement of all goods and services to the City on a contract�al basis. The objective of
the Palicy is to increase the use of MIWBE firms to a le�ef comparable to the a�ailability of M1WBEs that prouide
goods and services direcify or indirectly to the City. Afl requi�emenis and regulations stated in the City's current
Minority and Women Business Enkerprise Ordinance appfy to this bid.
A�I��� F��DJ�Ci GOALS
The City's MBElWBE goal on this project is % of the bas� bid val�e of ihe contract.
COMPLI�hC� �� �i� SPECI�ICAiIAfVS
On City contracts af $25,ODD or move, bidders are required to comply with the intenk of the City's MIWBE Ordinance
by either of the fallawing:
'[. I�eet or exceed the above stated MII�1�� goal, op;
2. Good Faith �fforfi documeretation, or;
3, Wlaive� documentation.
Sl�BN�IIiT Q� R�@LIIRFD C��CIli��A�i��l�ld
��— — - —
The appficahle documents must be received by the Managing Departmer�t, within fhe following times allocated, in
order for the entire bid to be considered responsive to the specifications.
1. MIWBE Utilizatian Form, if goaf
is met or exceeded:
2. Goo� Faith �ffart Form and MIWBE
the
Utilization Form, if participation is
less than stated gaal:
3. Good Faith EfFort Form if no
participation:
4. Prime Gontractor Wai�er F'orm
received by 5:00 p.m., five (�) City husiness days a�fter the
bid opening date, exclusive of the bid opening date.
received !ry 5:00 p.rr�., fi�e (�j City bqsiness days after
bid openir�g daie, exclusive of #he bid opening date.
recei�ed by 5:OD p.rr�., five (5) City ba�siness days after the
bid opening date, exclusive of the bid opening date.
receiver! by S:OQ p.m., fi�e (5} City business days after the
bid a�ening date, exclusive of the bid opening date.
�FAI�.UR� TO COMPLY Wli'H THE C1TY'S MlW�E ORI]1NANCE, WILL RESULT IN TM� BID BEING I
_ CONSI���tEO NON-RESPONSIVE YO S�EG�FICATIONS. �
Re�. 6119100
A7"fiACHR��Wi 1A
�age 1 of �
�I$. O� �OI`� �Oi'��1
�ino�i�y and IdV��m�n �u�ines� �nferpr�i�e �p�cific��i�n�
���l1f���� ���Lr�°►�10�
1�! O�°il'S�'i!� i�c�+1�T/,�u,��'�o� ���, �u�-Y �� f��� 1
PRI f COiY1PA1dY {�A E BID DA E
� � �-�►�� ���� �i�r ��r�� �i�t �raaolo�o��t �to4�,���t�J��l2o%�w�
PROJECT NAAAE PROJECT NIfMBER �,�i��l2��Ol�ol��l��a �eo
� CITY'S M/WSE PROJEC'C GOAL: .G ��A � � MlWSE PERCE4VTAGE ACHIEVED: � i0. � fo �
I�ailure ta complete this form, in its entirety with supporiing documentation, and r�ceived by the Managing
�?epartment on or before �:DO p.m. ��e (5] City business days after hid openir�g, exclusive of bid opening ciate, wi11
res�lt in the bid being consid�red �o�-responsive to bid specificatinns.
I. � .. . �
Tfie undersigned bidder agrees to enter inta a for�nal agreement with the MB� andlor W�E firms for wark listed in this
�� schedule, canditial�ed upon execution of a contract with the City af Fart Vllorih. Yhe intentianaf andbr �nowir�g
' misrepresenta#ian of fac#s is grounds for cnnsideratia� of disqualificatian and will result in the bid treing considered
nan-res�sonsive to speci�cations.
, � .. . - -- -- ••- - • - .„
. Gompany Name, Contact Name, Certi�ied Specify Ali Contracting T Specify All Items to be DoUar Amount
Address, and Telephone I�o. - _. � Scope of Wark [*) Suppliedt*) �+-- �
a F� �� i
_ .. V p 0 � �
u X � N �
z }" z
,
��
��
�l�+�a '� �s
�w+S�.A �'��� �� .
� I I C��r� �.
�irpE.o�Ht�� 4i'Y 'iC�o�y
�t�t��� a ,g�;�
J�rr+kl��a�p ��^r�f[-�G
��¢e+ic�s � ��
i J25 y�l. Rr �Y
�T. inlc7 �°PF1 � T� !'(� l ! �
�[7 a�2�4- 9�4fa
C �r�a �E.� �. --
� f�. �ox �� i
��t��.�50� � � �[�O�i
����2�5-��� I
��
+� ✓
� �
I�r�.�r (.�1��2� � A�P�t��
�pW��--� �Avinl�
�C.��'��.�c��
�L.�'�-Ti2.lc� �!!r�
�r����/ ����� � �
y�g r Ca�t�u r'�
�u
�l� f f�59 �T�
� 50
����� � �
� � �� ��� �
C�P�.� �� � �����p � -
MIWB�s must pe located 'sn the 9(ninej county marketpiace ar �urrently doing bussness in the marketplace at the time af hid.
("} Specify all areas in which FNWBE's ate to be utilize�,! andlor items to be supplied:
E`} A complete listing of items to be supplied is required in arder to receive credit toward the MlWBE goal.
("j Identifiyr each Tier le�el. 7ier: Means the level af su6cantracting helowthe prime cnntractorlcnnsulkant, i.e., a direct payment
from the prime contractor to a subcontractor is considered 'I9' tier, a�ayment by a subeontractor to
iks supplier is considered Z"tl tier.
7H�S �ORNQ AAiJS7 BE RECElVEQ BY THE iVIAi�AGSRIG DEPARTiI��R�T SY 5:00 p.m., FIVE (�) CfTY BLtSIIdESS �AYS �4FT�R BiD
OPEi�ING, �XCLUSIVE OI� i'H� B1D OPER11i�G pATE
i
Rev. 612198
�rr�ca���� ��
Page2of�
�1� �f �OI°� ��itf1
IVYir�o�ity and INomen u�iness �n��rpri�� �p��i�i���i�n�
M��IV��� U1°I�I��ilOid
Company Name, Contact Name, ��rt��ed Specify All Cantracting Specify A11 items to be Dollar Amaunt
Address, and Telephone No. � �� Scape of Work (*) Suppiieci(") ,�*
� pp � d
�
�� ya
2 �
The 6idder further agpees to ppovide, directly to the City upon request, comp�ete and accura#e informaiion regarding
actua� vsear� p�r�ormed by all s�bcontractors, inclut�ing ����s) andlar F,�il��(sj arrangements submitted with this bid.
The bidcieP also agrees to a��ow► an audi4 andloP examina�an nf any boaks, Pecoeds and files held by theip company
thai will substantiate the actual w►ar�k pe�Fo�med by the f9���(s) andlo� 1���(s) on this cont�act, hy an authorized
officer or em�loyee of the City. Any inteniional andlar knov�+�ng misrepresentation of facts will be grounds far
ter�ninating the cor�tract op ciebaemen# from City w►or�� for a p�riod of not less than thre� (3) years and far initi�#ing
action undeP �ederal, State or Local laws concePning false sta�ements. Any failur�e to aomply with this oPdinance and
creates a matepi�l breach of contr�act may pesuli in a tie#epminafiion of an i�esponsible of#e�o� and k�arred from
participating in City wopk #o� a pe�od of time not fess than one (9) year.
' A�L IV➢��s and F,{��� A�UST �I� C�R�I�I�� �Y �a� CI�Y ��FO�� CDNYRAC� AWARD
�� � P'7! -, ' ' - - - I �'� l ��� �. �T�!l�.t�.l�i'
Authorized 5ignatuee Printed Signature
. � �/reE ��sr���r� -�
Title Contact FVarne and Title (if siifferent)
. � �o�r`�ly��o2 �3�'R��rraAr � �Nc. �� � � �aC� `7 � 3 i E E7 . - - -
Company lVame Tel�phone i�umber (sj
'�09' � r��Hwop� � 1. � �� �a �� �O � 1�
� � Adciress �ax Numb�r
l�'i. �or�'r� � `7�� �4S �tar.,1P '� � � '�t�� L
CitylStatel�ip Code �ate
'" T�ifS FORI4fl ARUST 6E RECE�VEL7 �Y TME iYIAR�AGIf�G DEPARTME�Vf BY 5.OU p.m., F!1!E (5j CITY BLI51id�SS DAY5 AFTER BID
OPEfdING, EXCLUSiVE OF THE BID OPEWIPIG DA'TE
Rev. 612198
AiiACH���T7�
�age � of 1
Ciyt of Fori 1Nor�h
14�irroriFje and �'��en Busin��� �n��Pp�ise �peci�i.���ian�
Prirne C�nt��et�� �aiv�r
/ v�8i'F�'5y'F4� C.aKS�,�uc�rc�. �lt. �gl•�f� p�CN rI� �44� �W1P
�rime Compan� Name �- �Pojec� Name
�`u�r ZG f �oc�r .�t�rf�r�av%�or�r��o��
�id Opening Date �'�o�ect i�umber
lf b44h answ+e�s to this fapm ape Y�S, do no� comple4e AiTACH���lY �C{Goor� F'aith �fFor� Forrny.
All questions on fil�is fo�rn must be completed a�d a defailed explanation pr°o�ided, if applicable.
If fii�e answer to eitheP question is R�O, fhen you must complete Aii�1CHlRA�IVT 1�. This fot�m is
onfy applicable if both answers ape yes.
�ailure to complete this form in its entirety and be recei�ed by the Manaaina D�partment an ar
b�fore S:aO u.m.. fi�e f�l Cit�r business days after bid openinq, excluslve of the bid apening date,
will result in the bid being cansidered non-responsive to bid specifications.
. , _�
l�ilf you peeform this en�i�e cantracfi witho�f subcont�acto�s? Yes I�P�a
If yes, please p�ovEde a deiailed explanaiion fha� peodes based on fihe size and scope of
�his project, #his is your no�rmal business peactice �nd provide an opera4iona! pPo�ile� of
�our bu�iness.
�fllill you per�orm thi� eniire confr��cf r�+i�houfi supp�iePs? Yes V i�o
If y�s, ple�se pro�ide � defailed explana�ion ih�t proves based on the sige and scope of
this p�ojecf, 4his is your� nopmal busines� pracfcice and pror►ide an in�+engnry p�ngle of
yaur business.
� ihe bicfde� fu�he� agPees to p�ovide, directly to the City upon request, corn�le#e and accurate
. information regarding actual wor� peeforrmeci by all subcon#Pac#o�s, including i9dY��(s) andlor
1��E(sj on this cantract, ths payment #he�efo�e ancE sny ppo�osed changes to the ariginal �I��(s)
andloP ��� (s) arrangements submitted with this btd. '�he l�9dder aiso agress to allov+► an audit
andlor examination of any bovks, recorcis and files held by their coFrrpany that will substantiaie
the actual w�opk pe�foemed by the iP��E(s) andlop 1���(s) on this cont�act, by an authorized afificer
ar empfoyee of the City. Any inten�ional andlo� knn►eving mispeppesentation nf facts will be
g�nuncfs for� terminating the confi�act or dsbarmeni from Ci�y v�or�C for a period of no# less than
. fhree (3) yeaPs a�d fap initiating action und�r �ederal, State or �ocai lavv� concePning false
statements. Any iailupe to comply with this oedinance and creates a mate�ia! bpeacf� oi contract
may r�sult in a deterrr�ination of �n ie�esponsible offe�op and baeped fpam participating in City
wopk faP a periad oi time not less than one (1 j year.
(.� �� .
Authorizec! Signatu�e
U� p�srA��-�
Y itle
, I ►%R�fi1iA$ C.a^�Si�•�CTi'onl. ��,
Company Name 7f�/o�
�D� �J►iZCH�n/ool7 �-I�� � (•�o�
• �c3aress
�
��c�17"�Y�b �r ! • �����C
F�rinfed Sign��rure
Cantacg Name (i� di�erent)
��7- 3��-31ro
Contac# �"�lephone Numbe� (s)
d � 7 - 3�7 - o.�rd
�ax P�umber
, Authorized Signature
Company Wame
Rev. 612198
IAYiACl��A�PE�' 9C
F�ag� 1 of 3
�1� O� ��i� �OI'��'1
�inority �nd V�ern�n ���iness �nf�rpri��
�00� ��lil-a ��.�OR 1`
I V ol�.rt-�ssr�� �nrs�ur�-.on�� �
��irne Comp�ny Warrie
C��t�o �� ��� �.�,� ��.
�rojsct Plame
�,rt,.�' �� �CC30 �
�ici �ate
Cl�f S41?Ao�o��lSro�ro90
Proje NumbeP
If you have failed to secure MlWBE participation and yau ha�e subcontracting andlor sup[�lier opportunities nr if
your MIWBE participation is less than the City's pro;ect goal, you must cnmplete this farm.
If ti�e hidder's method of compliance ►naith the I�➢1l��Fc goal is based upon ciemo�sf�a�ion of a
"good �aifh e�or�", 4he bi�der w�ill have tFie burden o� correcfly and accueatefy p�epap�t�g and
submi�ing �he documenfia4ion required fay 4he Gi�. �vmpliar�ce wri�� e�ch item, 7 thru � below,
shall satisfy the Gnod Faith Effor� reqvi�em�n4 mbsen� p�oof of f�aud, intentiona►I aondlor knowing
misrepresenfiation ihe facts ar in4en4ional disceiminafiion i�y fihe bidder.
Failure ta c�mplete this form, in its entirety with supporting documentation, and recei�ed by the
Managing Department on �r before �:00 p.m. fi�e {�) City business days after bid opening, exclusi�e of
bid opening date, wifl res�lt in the bid ireir�g considerec! non-respansi�e to bid specifications.
4.) �lease list each anci e�ve�,r subcontrac#ing andlor suppli�r oppo�tunEty IDO WOi LISi WAff�lffES OI�
�1Ril�fS] which will be used in the coenpletion of this pPaject, r�ega�dless of whethep it is to be
prc►vided by a 14��� or non- i�l1��3�.
{Use adalitional she�ts, if rrecessary)
�est of: Subcontrac�ina Oupa�unities
, . �KC�t�A-�'ro�r I ���-r'71M�
List of: SIl!)qll�'P OpqD['�URItf�S
�L€GiT�f � Ia �
�aA-r �-�cp �sr�����t�f+!
�r P,� ���s ��a r�
AiTAGHM�A�T 1 C
Page 2 af 3
a.) Did you obtain a cuPeent lisi of MIIdVB� fi�ms from the Gity's %G➢I�VI�� Office? ih� list is considered in
compliance, if it is �ot more than 3 months aid from the date of hid apening.
��s
P�o
�ate of l�is�irag � 1 � ! ��
3.} Did you solicif bids from flNl�B� �irms, within fhe sut�cantracting andlor supplier areas previausfy
listed, af least ten calendar days prior to bid op�ning by mail, exciusi�e of fihe day the bids are
opened?
_,Ves If yes, aYtach 14l�IW�F inail listing to include name of fipm and add�ess and a dated
a�l�o copy of letter mailed.
4.) �id you solicit bids fporn IYONIa�� fi�ms, within the subcont�acting andlor� suppliep a�eas ppe�iousiy
listed, at least ten calendar days priar #o bid opening by telephone, exclusive of the day the bids are
opened7
�es lf yes, at4ach list to incl�de name of MII�Bf� fiPm, e�son contacted,
Na uhnne numbep and date and iime of contact.
NOT�: A facsimile may be used ta comply with either 3 or A�, but may not be used fnr bnih. if a facsimile
is used, attach the fax confirmation, which is to provide MIWBE name, date, time, fax number and
doeumentation faxed.
NOTE: 1f a S!C list of M1WBE is ten nr less, the bidder must contact the e�tire list to be in compliance
' with questions 3 and 4. If a sic [ist of MIWBE is mare than ten, the bidder must contact at least #wa-
thirds of the fist but not less than ten to be in compfiance with questions 3 and 4.
5.j D9d you provide pians and speci�ca#ions to p�tential fi�Y1W�Es or i�formation regarcfing the focatfon
oi plans and specifications in oPdep to assist the !V➢IWf��s?
�es
No
6.} If l9�IWB� bids wePe �eceived and �ejected, yo� mus#:
(1) List the RAlldd!!�� fi�ms and the r�ason(s) for rejection (i.e., quotatian not comme�cia[ly peasonable,
quaEifications, etc.) and
(2) Attach affida�it andlor documentation tn se�ppo�t the reason{s} listed helow {i.e.. let#ers, memos,
bids, ielephane calls, meetings, etc.)
(PJease use addifiona! sheets, !f necessary, and atfach.}
Company Wame Telephone Contact Person 5cope of Woek Reason fop
Rejection
ATTACF;[���1i 1C
�ag�3nf3
A�DIi10WAL. IAl�'DRI�+IAil�l�:
�lease pPnvide additianal in�ar�mation you feel will further explain your good and hones� effor�s �o obtai�
IV�IY��� pa�icipatian on this p�oject.
�
T°he bidde� �u�heP �g��ee� ta ��o�ide, direcfily to ihe �i�y upon �equest, compiefie and
acc�rate inform��ion reg�rding ac�u�l v�orrF� ���o�°med on �his con��ac�, �he p�ymen�
�khepeog and any p�oposed ch�nges io the origin�l a�rangemen�s submitked ►��th this bid.
Th� bidder also �gree� to a�lfovv an �udit andlo� examina�ion of any �o�f��, PecoPr�s �nd
iales h�ld by gheip camp��y th�t �+�aill substanfiiat� fihe �ctual �or� p�rFo�med on �his
cAn�r�c�, by an ��fihari�ed office� or� employ�e og the Cify.
., ,�ny i�ienicion�l andlor knoe�.+ing mi��ep��sen���ion of ��c�s rn,+ill be geound� �o�
fi�rminatEflg t�ie contpacfi �r d�b�rment frorn �i�� work for a period of nafi les� than ihree
�� �3) years and for ini�ia�ring ac�ion unde� FedeP�l, 5�afe o� Locai t�w�s �oneerning fa�se
� �tateenent�. Any �allure io comply v�i�h fihis ordin�n�� and creates a mafie�ia! breach o�
,.. con��ac� may resul� in � dete��nina�ion of �n i��e�ponsibl� o��e�op �nd h�rped f�om
p�rticip�ting in City work �or a period of �ime nofi le�s than one (1) ye�r.
ihe under�igr�ed c��ifie� �h�# the infopmatdon p�ovided a�� �he I�1l�I��(�y lisfied
� ►�aa�lvorere cont��t�d in good �aifh. If i� under�toocf thai �r�y �flIV�BL(s) lis4ed in
�� Aiiachmen4 � C►�ill be con�acte� and fihe re�son� �or no� usin� them �rill be ve�ifi�d by
�h� Ci4y's �dllldd�� �ffice.
: � ��� %6lLF�IA�[� �. �'7'��t�wtu��,'
Authoriaecf Signatu�e �rinted Signature
�C� �/��5/A�`�v�
'iitle
�
Contact Name and Yitle {if differentj
/ VD�YH�TA'o� �5�t��T1 Dev� 1.�.
Company t�ame
�`�i f�l�l�t�e��f�
�lddress
�. I*�IO�.r� � �%X ���0�
citylStat+el2ip
��?- ��� P 3110
Telephone Numbs��s)
�I� �3��7-�1�Ca
�ax Idumber
���Y �!, �oo �
Date `
j ���y of ��rt 1�1'��h
�UIL�I�� � �O�Si��l��'l�i� i�e4��S
Pr��aiiin� Vldag� �a��� �or 20�0
,
C�A��1Fl�/�iION�
Air Condi�ioning Mechanic
�Air Condition�ng MeGhanic Helper
�Acoustic Cei�ing fns�a�ler
Acoustic Ceiling Installer Helper
Asbestos Worker
� �ricklayerlStone Mason
� BricklayerlSfone Mason Helper
Carper�ter
Carpenter Helper
Concre#e Finisher
Concrete Finisher Helper
Concrete Form Builder -
Concrete Fvrm Builder Hefper
� Drywall Taper
Drywall iaper Helper
Electrician Journeyman
Elecfirician Helper
Elecf�onic Technician
� Electronic Technician Helper
F1oor Layer (Carpet}
F{oo�- Layer (Resi[ient}
� Floor Layer Helper
Glazier
Glazie�- Heiper
Insula�or
� Insulafor Helper
� Laborer Common
*2000
b�UR�Y
�i��
$1 �.98�
$10.75
$14.02
$10.88
$� 0.50
$17.21
$10.16
$13.92
$10.38
$12.68
$9.73
$� � .971
$9.42 �
$'f 'I .33
$8�.00
$17.46
$1i.30
$ � 2.50 �
�5.�� �
$17.00�
$16.00 �
$13.5�`
$15.02 �
$1Q.90}
$ � 2.04
$9.40
$7.85�
� Laborer Skilled
� Lather
� Lather Help�r
j Me�al Building Assembler
1 Me�al �uilding Assemb[er Helper
� Painter
� Painfer He{per
� P�pefitter
PipefEtier f�elper
P�asfierer
Plasferer helper
�Plumber
� Plumber Helper
Reinforcing Stee! Sefter
� Roo�er
� Roofer HeEper
� 5hee� Metal Worker
� Sheet Metal Worker Helper
Sheetrock Hanger
� Sheetrock Hanger Helper
� SprEnkler System Ins#aller
� Sprinkler �ysfem Installer Helper
� Steel Worker Structura�
� Steel Worker Structu�al Helper
Welder
Welder Helper
H�A1rY �C��JI�I�YLNi �P��,T'��5�
ICrane, Clamshell, �ackhoe, Der�rick, Dragtine, Shovel
� Forkl�ft Operator
Fo�ndation Drill Qperafor
� Front End Loader Operator
�Truck Driver
$� 0.35
$14.D0
$ � 1.00 �
$10.00�
$8.70 �
$12.83 �
$8.35 �
$17.60
$10.18
$16.00�
$1�.00i
$�6.9� �
$9.75
$10.4Q
$1 � .S7
$8.33 �
$14.4� �
$9.57
$12.45
$9.64
$16.87I
$10.13
$� 1.36
$8.$0
$14.70�
���.�41
��2.�0�
$9.63
$13.00
$1�.22�
�$10.3�
,�
CI��+ �� �'or� �`�r�h
bI�bIJVAY �F����) ��N�i�IJCYION
�rev�iling l���� �a��� For 20D0
C�A�SI�I��►TI�N�
Asphal� Raker
As�halt Shoveler
Batching Plant Weighe�-
Carpenter (Rough)
� Concrete Fi�isher-Paving
Concrete Fir�isher Helper {Paving)
Concrete �inisher�Structures
� �lagger
Form Builder-Structures
Form Setter-Pa�ing & Curbs
1 �orm Setter�Structures
Laborer-Common
Laborer�Utility
Mechanic
Servicer
� Pipe Layer �
: , Pipe Layer Hefper
„ �Asphalt Disfributor Operator
� Asphalt Pav�ng Machine �perator
Concre�e Paving Saw
Crane, Clamshell, Backhoe, Derrick, Dragline,
' � Shovel (� 1 'i12 CY)
Crane, Ciamshelf, Backhoe, Derrick, Dragline,
Shovel (� 1 � 12 CY)
� Front End Loade� (2 112 CY &�e5s}
Front End Loader (over 2 112 CY}
� Milfing Machine Operafor
� Mixer
� � � Motor Grader Operator (FEne Grade}
*20�0
b�URLY
�,i�s
$10.32
$9.75 �
$9.65
$13.fi4
$14.16
$9.70
$13.44
�7.oa
$13.44
$10.25
$9.75
$7.fi4
$8.64'
$93.�5�
$'i 0.13
$7.35
$6.75 I
$ � 1.4�
$11.09
$� 0.53 �
$'i O.DQ
$ � 1.52
$9.94
$9.3�
$8.00 I
���.aoj
$ � 2.31 �
Motor Grader Operator
Pavement Marking Machine
Roller, Steel Whee� Plant-Mix Pa�ements
Rol�er, Steel Wheel �ther �'iatwheef or
i'amping
� Roiler, Pneumatic, Self Prope[!ed Scraper
� Traveling Mixer
� Reinforcing Steel Seffer (Paving}
�Truck Driver�5ingle �1x[e (Lig�t)
�irucic Driver-Tandem A�cle Semi-TraiEer
�Truck Driver�LowboylFloat
�Truck Driver-Transit Mix
�Truck Dri�er�Winch
$13.75
$11.00
$9.88
$�2.'f2
$8.D2
$ � 0.00
$9.75 �
$8.00 �
$10.22 �
$'I 0.54 �
$10.63
$9.80 �
I �
.�
MONTH
7ANUARY
FEBRUARY
MARCH
APR.II�
MAY
7iJIVE
NLY
AUGUST
SEPTEMBER
4CTOBER
NOVEMBER
DECEMBER
ANNUALLY
WEATHER TABLE
AVERAGE DAYS INCHES
RAINFALL (1) RAINFALL (2)
7
7
7
9
8
6
5
5
7
6
6
7
1.80
2.36
2.54
4.30
4.47
3.05
1.84
2.25
3.15
2.68
2.03
1.82
:�
32.30
SNOWIICE
PELLETS (3)
1
*
�
0
0
Q
Q
0
0
0
0
*
1
(1) Averag� normal number of days rainfall, a.al" or mare.
{2) Average normal precipitation.
(3) 4ne in.c� {1") or mare.
* Less than one-half inch (112"},
Unseasonable weather is defined for contract purposes as rain/snaw days wkuch exceed the average
nurnbex of days or inches oirainfall in any given manth.
This table is based on information recorded at the farmer Greater Southwest T.n.ternational Airport, Fort
Worth, Texas, eavering a period of 18 years. Latitude 32°5D' N, Longitude 97°Q3' W, elevat�on (g�-ound}
537 ft.
WT - I
I
VENDOR COMPLIANCE TO STATE LAW
,
The 1985 5ession of the Texas Legislature passed House Bill 624 relative to the award of
contracts to non-r�sident bidders. This law provides that, in or�er to be awarded a contract as
low bidder, non-resident bidders {out-of-state contractars whose corporat� offices or principal
place flf business are autside of the State of Texas) bid pro�ects far constri.tction., impravernents,
supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the
same amount that a Texas resident bidder would be requir�d to underbid a non-resident bidder in
order to obtai�n a comparable contract in the State in which the non-resident's principal place of
business is located. The appropriate blanks in Section A must be filled out by al1 out-of state or
nan-resident bidders in arder for your bid fo meet specifications. The failur� of ont-of state or
non.-resident contractors to do so wili automatically disqualify that bidder. Resident bidders
must check the box in Sectian B.
A. Non-residen� vendors in (give statc:), our principal place of business, are
required to be percent lower than reszdent bidders by state law. A copy af the
statute is attached. •
Non-resident vendors in {give sta�e), our principal place of business, axe not
requir�d to underbid resident bidders.
B. Our principal place of business or �orporate offices are in �he State of Texas.
❑ Pl�ase Check or rnark with an"X"
,
�I�f •
(please print)
:
Company
(please print)
{please print)
City / Sta�e
Signature: _
Title:
Zip
THIS FORM MUST B� RETURNED WITH YQUR OUOTATI�N
VENDDR COMPLIANCE TO STATE LAW
CONTRACTOR COMPLZANCE WZTH
WORKER'S COMPENSATION LAW
Pursuant ta Article 8305-3.23 of Vernon's AnnQtated Civil Statutes, Contractar certifies that it
provides Workers' Compensation insurance co�erage for ali of its emp�oyees employed on City of
Fort Worth Project Nvmber .
���Yr��� ��carroiv� .�H��
CONTRACTOR
,. ,{ � / / _ �
.
�� ��������
Title
�.�,����� lll ��2
Dat�
STATE OF TEXAS
COUNTY OF TARRANT
BEFORE ME, the undersigned authonty, on this day persanally appeared ,ltnovcm
tn me to be the person whase name is subscribed to the foregoing instrument, and acknowledged to
me that he execu�ed the sama as the act and deed a£ fvr the �urpose and
cansideration th�rein expressed and in the capacity therein stated.
GIVEN iTNDER MY HAND AND SEAL OF OFFICE this day of , 2D_.
Notary Public in and far the State of Texas
a. Contrac�or agrees to provide ta the City a certii�icate showing that it k�as obtained a poliay of
� Worke�'s Compensation insurance covezing each af its employees employed on the project in
compliance with Sfate law. No Notice to Proceed v��ill be issued until the Contractor has complied
with t��.is section.
b. Confzactor ab ees to require each and every subconiractor wha wil� perfornn woxk on the praject
� to provide to it a certificate from such subcontractor stating that the subcontractnr has a policy af
Worl�er's Campensation Insurance cavering each employee eznployed on the projec#. Contractar
will not pernnit any subcontractor to perform work on the project unti] such cer�ificate has 6een
a�quired. Conti•actor shall prn��ide a copy of all such certif cate to the City.
Contractor Compliance-Worker's Cornpensation - 1
�� ��� ��������1�! ���������e
��rsuail�i t� Texas Wor�e�°s �orri�er�s���o�. ��n�n�ssno� R�le 1. � 0. � 1�(d�(7), �. ���t�-�c�or�
e�.gagec� i� a h��.alding o� c�rnst�.��.c���m� p���ec� f�r a g�ve�m�emt er��i�y ks ����nrec� t� p�s� a.
��iice om eac1� �r���pect snte �xn���n�rng a�1 �e�so�s provnd��g �e�vx�es �m the p�o�ect i�a�
�1rney ��e �equn�ed� to �e covered �by worlke�-s' ��xa�p��sa�ior� i�s��-ance. ��.e no�ice �eq���ed
by t�a�s ra��e c�o�s ��� sa�is�y ��I�e� �a�stang req�i..7re�me�ts i��p�sed by �Ihe Texas �T����exs°
Com�e��satior� Act �� o���� �o�.nssno� �u�es. T�.is �otice rn�st:
��} be �€��tec� i� �Er�g��sl�, S��r�is�: �.md any �t�aer �ang��ge c�rr���rn �o t�e errnp�oyex`s
earm���yee p�����.����;
�2�
�3j
be dns���.yecl o� each ��o�ec� snte;
s�a�e how � pe�son �Zay veri�'y c�rrremt cove�a.ge an.d� re�a�t f�����e t� px��ide
cove�age;
��� be pri��e�. wx�1� �. t�tl� �x� at �east 3�-poim�t bo�d �ype �.�.d iex� �n a� �e�.s� 1�-p���.�
�a��.� �e; ��d
�5� �on�ai� �I�e ex�.��
w��ds or c�.a�ges.
woxds �.s pr�s��nbed� ia� ]��1� �� O. l Il ��d)�7) u��tl�o�t ac�dli�io�al
i�.e notice orz fhe �-everse side �eets i�e aUove requireinents, �ay��e to �ost the �otice �s requ�red( �y ��ais
ru�e is a violation of ihe Act and c�mmiss�on ru�es. T'�e vio�ator rnay be subject to �.c��rnistra�ive .
penalties.
, � � , �'�-' � � I - , - � �' A - - I,
� ������
T�e ��.�vv �'���ir�s ���.t ��.�1� �erson wo�l�ix�� c�r� ����s site �r �x���dir�g
s�x-��ces ����a��� t� �:l�is Cons�x�C�io� ��o� e�� x��5� �e cov���d b� ��x'���I�s�
�o��e�s�.���r� ��s�r�.x�ce. �I'���S AIC�CI�.l,l�.�S ���S011S J�J�OV1Clli�i�, �.�.�.�l��g, ��
���.].V�1111� ��L1��iI�].��1� O�' ��.t�1�'�1�.�5� �� �����c�n�g �ab�� �� t�a�s�o�t�.t�o�. o�
�t1�z�� se�-vice ����.te�. to t�i� g��oj ec�, ��g�.�dl�ss of �1�� i�.����� �f �h.e��
ei�����e� �r sta�.iis as �.� �m��l����.
�a1� t��e T�x�.s �T�r1�e��Q ���.pe�s�.�io�. �o��ssio� a.� 5� 2-44��-37�9 t�
�ecenv� in�'��r�.�.t��r� �n �T�� ��g�.� req���re��.e�.� ��x �ov��a.ge, �� ve�i�y
�v�het�1�� y��� �r��loye� ��.s p�ov�d�d �1'�� �eq����� cov��age, or �o �ep�r�
�.n e��p�oy��°s ��.��r�re �o �r�v��� co�e��g�.
, � � ,
r , � � , �v
'� r� - - - - -' - �'' ��'
.i �` ,� � - -t � - '� � - � � - r � ��- ' �`, � -
�� ;
��. ��y 1 e��ier� c��e �ad�a ��e�s���. �r�.1b�.� �.r�do �n este sxtio � ��'���r��o�a.
S��iT1C��S Y���.C���I.�.C��S ��11 �5�:� ��'���C�O �� ��11S��ACC1�11 t�.��l.� ql�� �S$�.�'
���ie�-�o p�� �.s�gur�.�za de c��p��sac����. p�.r�. �r�.b�.��.d��es. Es�a
������.�e �e�s���.s q�e ��-��O�rc�an�.�, c�.xg�.n, en��ega� eq�i�� � rn��.�ex�iales
� �x��orc����.r� m��.�� de �1b��., �r�nsp���.n, � cualq��e� s��i��o
�el�.�io��.do ��� �st� �roye��o, s�� con�s�dle��.� �� �de�t�c�ad� ��� ��.i��� �
esta�o c��� e���ea�lo.
L��.r�� �. ��. Co�r�.xs��� �'e� �.r��. de C�r��e�s�.��o� ��.ra ��abaj a���-es a� 51 �-
�-4�-3789 ��.r�. �eci��� i���rrnl�.ci�m d� Tas ����.e��r��e�.�os lega��s de
c��e�t�.r�., ��.r�. vexi���a.� si s� ��.t�o� �e ��. pro�p�xc�o�.ad�o ��. co�ex-�i��.
���u.�r�d�. � ��.��. :�e���ta�� ��.1��. �.e� ��.�t��n er� �xo�por�����.�'�e c�b��.�
TECHIVICAL SPEC�FICATIONS
DXVISION 1- GENERAi� REQUIREMENTS
SECTION 01010 - SUMli�IARY OF WORK
The contractflr sY�ali supply all superintendence and shall perform all work and furnish all labor,
eq�.ipznent, materials and incidentals necessary and complete all vvork as described in the plans
and specifications. All construction and otk�er work shall be done by the Contractar in
accordance with the best engiu�.eering and construction practaces for the skiIl or trade involved.
The work to be accomplished under these plans and specification.s far Casi�o Beach Park Boat
Ramp �mprovements, 7500 Watercress Drive, Fort 'PVorth, Texas '1b135, Mapsco #45Q
includes:
A. Line and Grade Staking.
B. Demolition and Site Preparation.
C. Rough and Fiz�ish Grading.
D. Concrete Flatwork.
E. Concrete Boat Ramp.
F. Baat Docks.
G. Pipe Access Gate.
H. Lighting and Eiectrical.
I. Signage and Pa�ement Parking.
These plans and specifiea�ions were prepared far the Parks and Community Services Depa�ttment
by Dt�naway Associates, Inc., 1541 Merrima.c Circle, Suite 100, Fox� Worth, Texas 76107, (817)
335-1121, The Department of Engineering wi1� administer the contrac# and furnish inspection.
The Contractor shall be respansible for construction layout arxd stake Iines and grades in order ta
complete woxk as described in plans an.d specifications by a registered suzveyor.
ThE applicable items contained in the Standard Snecificaiions far Street and Siorm Drain
Construction for the City of Fort Worth, Texas, shall apply fo this contract just as though each
were incor�aarated in these documents. Where the provisions or specifications contained in ihose
documents are contrary to this publication, this publication sha11 go�rern. In case af conflict
beiween plans and speciiicatians, the plans shall gove�rn. A copy of the Standard Sneeifications
for Str�et and Stonm Drain Con:structic�n cai� be purchased at t�e office of the Tz�ansportation and
Public Works Department , 1000 Throekmorton Street, 2nd Floo�, Muzaicipal Building, Fort
Worth, Texas.
The contractor shall provide all permits and licenses and pay all charges and fees, and give a1I
ziotices necessary and incidental to the due and lawful prosecution o� the v�ro;rk. The Cantractor
sha�I contact �he City of Fort Worth's Developm�nt-Plan.s Exam Section for a deternunation of
applicable }�e�nrnits or variances requiz-ed for thzs project.
GEi�ERAL REQLJIREMENTS
-1-
SECTI�N 01035 - CONTRACT TYME
1.01 PROGRESS AND COMPLETION
Upon receipt of a noti�cation letter and the executed cons�ruction contract, the
Contractor shall be responsible for scheduling a preconstruction conference, which shall
he held no later than ten warking days from the date o�the noti�cation letter.
At the time of �he precanstruction conference , a construction start date shal� ba
established and indicat�d in the Notice ta Procaed (Work Order) issued by the
Engineering Department. The Contractor shall begin the work to be per£ormed under th�
confract an or hefore ten working days from the date the Work Order is iss�ea. The
Contractor shall carry the work forward expeditiously with adequate forces and shall
comglete it within the period of time stipulatec� in the cantzact.
1.02 LTQUIDATED DAMAGES
This praject will be completed within the specified days allov�red. Liquidated damages
will be assessed if the project runs over the allatted time.
SECTIQN 01�Q0 - ALTERNATI.VES
The City reserves the right to abandon, without abligaiion to ihe contractor, any part af thE
projec# (subje�t to conditions set %rth in Section 01150 - Payrnent to Contractor) ar the entire
project at any time before the Contractor begins any consfruction work authorized by the Ci�y.
SECTI�N 01150 � PAYMENT TO C�NTRA.CTOR
1.Q1 SCOPE OF PA'�MENT: Th.e Contractor shall accept the compensatian as provided in
the contract in fizli payment far fumishing and paying �or all materials, �upplies,
subcontracts, labor, toals atad equipment necessary to complete the work af �he
contract; �'or any loss or damage which may arise from the nature of the work from the
action of ihe elements, az' �rom any unforeseen di£ficulty which may he encou�tered in
the pros�cution of the work, until the final acceptanee of the work by #he City; for all
risks of eveiy description connected with the prosscution o� the wark; for all expenses
and damages which might accrue to the Cantractar by reason of delay in tlle 'rnitiati.on
and prosecution of the work from any cause whatsoever; for any infringeFnan# of patent,
trademark or copyright, and for completing ihe work according to tbe plans andlor
specificatians. The payment of any current or partial estimate sha11 in no way affect the
obligatians of the Contzactox ta repazr or remove, at his own expense, the defective
parts of th� construction or to replace any defective matenals used in the constraaction,
and to be respazzsible for all damages due to such defects if s�ich defects ar damag�s are
discovered on or before the £'inal inspection and acceptance of the work.
1.02 Partial pay estimates shali be submitted by tk�e Contractor or prepared by the City on
the Sih day and 20 day of each month that the work is rn progress. The estimate shall be
pracessed by the City on the 10th day and 25th day respectively, Estimates will be paid
GENERAL REQUIREMENTS
_2.
within 25 days following the end of the estimate period, less the appropriate retainage
as set ouf below. Pa.t-tiai pay estimatEs may include acceptable nonperishab�e materials
deliver�d to the wark place which are to be incorporated into the work as a permanen.t
part thereof, but `uhich at the time of the pay estirnate havc not been so instailed. If such
materials are included within a pay estimate, payment sha11 be hased upon 85% of the
net invoice value fhezeof The Contractor will furnish the Engineer sueh information as
may be reasonably ree�uested to aid in the v�r�fication ar the preparation of the pay
estimate.
1.03 It is understaod that the partial pay estimate amaunts will be a.pproximate only, and a11
partial pay estimates and payment of same will be subject to cor.rection in the esiimate
rendexed following the discovery of the mistake in any previous estimat�. Payment of
any partial pay estimates shall not be an admission on ihe part of the OwneX af the
amount of worl� done or of its quality or suff ciency or as an acceptance of the work
done; nor shall same release the Cantractox af any af its responsibilities under the
Contract Dacuments.
1.04 The City r�searves the nght to withhoid �he payment of any partial estirnate i�' the
Contractor fails to perform the work in sirict accardance wzth the speci�cations or other
provisions of this Contract.
�.45 For contracYs of less tI�an $4U0,000 at the time of execution, reiainage shall be 1Q
perce�t. For contracts of $�00,000 or more at the �ime o�' execution, retainage shall
be S �ercent.
I.06 Contractar shall pay subcan.tractars in accord wi�h the subcontract agr�ement within fzve
business days after receipt by Contractor of the payme:nt by City. Contractar's failure to
make the required paymeni ta subcontractors will autharize the City to w'rthhold future
gayments from the Contractor �ntil compliance with this paragzaph is accomplished.
1.07 Contractor hereby assigns to City any and aIl ciaims for overcharges associated with �his
contract which arise under the antitrust Iaws o� the United States, 15 U.S.C.A. �ec. 1 et
s� (1973).
I.08 INCREASED OR DECREASED QUANTITIES: The dwner reserves the right to alter
the quan�'rties oi #he �cnroz'k to be pez'fozmed or to extend or shorten the impro�ements at
any time when and as found to be necessary, and the Contractor shall perforrn the wark
as a�tered, increased or decreased at the un.it prices, Such increased or decreased quantity
shall not be more than 25 percent of ihe contemplated quantity of such item or items.
When such changes increase or decz'ease the original quantity of any item or items of
work to be doize or materials to be furnished by fihe 2S percent �r more, t�en either party
ta the contract shall upon written request �o the other party be entiiled to a revised
consideration �pon that portion of the work above or below ilie 25 percent of the original
quaz�tity stated in the proposal; such rei�ised conside�atian ta be determined by special
agreement ar as her�inafter pro�'rded for "Extra Work." No allowance wili be made for
GENERAL REQLJIREMENTS
-3-
any changes in anticipated profiis nor shall such changes be considered as waiving or
invalidating any conditions or provisians of the Cantract Docurnents.
1.09 PAYMENT FOR EXTRA WORK: Extra work performed by the Contracior, that is
authorized and approved by the City Engineer, wilI be paid far under "Change orders"
made in the manner hereinafter described, and the compensatian thus provided shall be
accepted by the Con�ractor as paymen� in full for all labor, subcontracts, maierials, tools,
equipment and incidentals, and for all sup�rvisian, znsurance, bonds and all other expense
of whatever nature incuz�ed in the prosec�tion of tl�e extra work. Payment far extra work
will be mad� under ane of the following types of "Ck�ange orders" ta be selected by thE
City:
A. Method "A". By uz�t prices agreed upon in the cont�ract or in writing �by the
Cantractor and Ciiy Engineer and approved by the City Council befor� said extra
work is commenc�d subject to alI ather conditions of the contract.
B. Mefhod "B". By a lump sum price agreed upon in writing by the Contractar and
City Engineer and approved by the City CounciI before said exixa work is
commenced, subject to aIl other canditians of the conixact. �
C. Method "C". By actual field cost of the work, plus 15 percent as described herein
below, aa eed upon in writing by the Contractor and City Engineer and approved
by the City Council after said extra work is completed, subject to ali otY�er
conditions of the contract.
Tn the �vent extra �vork is to be performed and paid for urzder Methad "'C", the acival
fie�d costs of the work will include the cast af all work�nen, foremen, timekeepers,
mechanics and laborers rrvorking an said project; all us�d on such extra wark only,
plus all power, fuel, lubricants, water azzd similar operating expenses; and a ratable
proportian a� premiums on performance and payment bonds, pu�lic lia�ility,
worltmen's compensatian and all other insurat�ce required by Iaw or ordinance. The
City Engineer will direct the form. in which the acco�nts of actual field cost will be
kept and will recornmend in writing the anethQd of doing the work and tbe type az�d
kind of equipment to be used, but such extra work vvill be performed by the
Contrac�ar as an independen.t contractor and not as an agent or employee of ihe City.
The 15 percent of the actual �'ield cost ta be �aid the Contzacfoz' shail cover anc�
compensate him �ar prof t, overhead, general supervision and field office expense,
and al1 other ele�nents af cost and expense not �mbraced within the actual field cost
as herein specified.
The Cantractar shall give the City En�ineer access io aIl accounts, bills, invoices and
vouchers xelating thereto.
l,10 DELAYS: If delay is caused by specific orders gi�en by the Ciiy to stap work, or by the
performance of extra work, or by th� failure of the Ciiy to pro�ide material or nece�sary
GE1�iERAL REQC3TREMENTS
-4- -
instr�.Fctions for earrying on the wvrk, then such deiay will entitle the Contracior to an
equivalent e�tension of time, his application for which s�all, however, be subject to the
approval of the City Council; no such extension of time shall release the Contractor or the
surety on his performance bond frorn all his obli�ations hereunder which shall rernain in
full �'orce until the discharge af the contract.
1.11 CLAIMS AND DAMAGES: Any claims for extra work or far any other reiated ma�ier
or caus� must be mad� in writing to the City Engin�er within seven calendar days from
and after the caus� or cla�m arises. Uziless such claim is sa pz-esented, it shall be held that
the Contractor has waived �he claim, and he shall not be entitled to receive pay thereo�:
1.12 TRANSPORTATION: Na allowance or deduction wi11 t�e made for any charge of freight
rates. No allor�ance for transportation of rz�en, materials or equipment will be allowed.
1.13 ACCEPTANCE AND FIl�IAL PAYMENT: The Ciiy, upan receipt of ihe Director's
"Ceriif cate of Completion" and "Final Estimate" and upon receipt of satisfactary
evidence fram the Cont�acto:r tbat all subco:�taractors and persons furnishing Iabor or
rnaterials ha�re been paid in full and all claims of �amages ta property a� gersons because
of the carrying on of this work have �een resolved, or the claims dismissed or the issues
jained, shall certify the estimate far fi�al payment after previaus payments have been
deducied and shall notify the Contractor and his surety of the acceptance of the praject.
On proj ects divided into two or m�re units, the Contractor may request a final payment
on an� or more uniis which have been completed and accepted.
The final acceptance of the completed work will occur at such time indicat�d abave and
all guaranties covering the campleted wark and all mazntenance periods shall begin wi�h
the date of ihis accepiance.
On delivery of the final paymen.t, the Cantractor sha11 sigzi a writ�en acceptance af the
- final estimate as payment in full for the work done. All prior partial estimates shall be
_ subject ta correction in thE final estimate and payment.
SECTiON 01300 - SUBNIITTALS
Prior to construction, the contractor shall furnish the Parks and Community Services Departmen.t
' a sch�dule outlining the anticipated t�me each phase of construction will begin. and be completed,
� including sufficient time for clean-up, Owner shall establish frequency of pro�ess meetings.
The CQntractor shall subnriit to the Praject Manager sho� drawings, product data and samples
requiz-ed in specification sections.
GEI�ERAL REQUIREMENTS
-5-
SECTION 0140� - QUALITY CONTROL
The con#ractor wz�l �eceive all instructior�s and approvals from the Directar of Engineeriz�.g
and/or his assigned inspectors. The inspector wi�I be introduced to the contractor pnor to
beginning work. Any work done at the direction of any other authority will noi be accept�d or
paid for. Final agpro�al for the finished project shall he given by fhe DirEctor of Engineerin�,
Cit� of �'ort Worth,
The contractor ar a competent and reliable superintendent shall aversee the work at aIl times.
The superint�ndent shali represent t�e contractor in his absence and aIl directions given to him
shall be binding as if gzven to the cantractor.
SECTION 014IU � TESTING
All fests made by the testing laboratory select�d by the City will be paid for by the City. In the
event manufacturing eerti�"icates are z'equested, they shal� be paid for by the Contractor.
SECTION 0150Q - TEMPQRARY FAC�LITIES AND CONTROLS
Thc cantracfar sha1l take all precautions neeessary to protect all existzng txees, shrubbery,
side�valks, buildings, vehicles, utilities, etc., in the area where the work is being done. The
cantractor shall rebuild, restore, and make good at his own expense all in�ury and damage to
same which may xesult from work beizag carried out undar tlus cantract.
The utility lines and conduiis shown on the �alans are for informatian only and are not guaranteed
by the Ovsmer to be accurate as to locatian and depth; they are shown on the plans as t�ie best
informatian available from the owners of the utilities involved and from evidences found on the
ground. The cantractor shall determine the exact Iacation of all e�isting utilities and conduct his
work to prevent interruption af servi.ce or damages.
SAF�TY RESTRICTIONS � WORK NEAR HIGH VOLTAGE LINES
A warning szgn not less than five inches by seven inches, painted yellow with b�ack Ietters that
are legible at twelve feet, sY�all be placed inside and outside vehicles �uch as cranes, derrzeks,
power shovel, drilling ri�s, pile drivers, hoisting equipzzaent or sirn'rlar rnachinery. The waruing •
sign shall read as follows: .
"WARNING - UNLAWFUL TO O�ERATE THIS EQUIPMENT
WITHIN SIX FEET OF HIGH VOLTAGE LINES."
Equipm.ent that may be operat�d witY�in six feet of high voltage lin.es shall have an insulating
cage-type guard about the boorn ar arm, except bacl:hoes ar dippers, and insulator links on the
Iift hood corulectians.
�'hen necessary to work withan six feet of.high �oltage electric Iines, the Contractor shall notify
power company {TU Electric} to erect tenlporary mechanical barriers, de-energize the line, ar
GEhERAL C.�C2UIREMENTS
-6-
raise or lower ihe line. The contractor shall maintain a Iog of all such conrespondence. The
Contractor is responsible for aiI costs incurred.
SECTTON 016�0 - SUBSTITUTIONS AND PRODUCT �PTIONS
IAI GENERAL
Send submittals for substztutions to:
David Creek, Seniar Landscape Architiect (81'�}8�1-�i��
' Parks and Community Services Departrnent
; 4200 S. Freeway Suite 2200
Fort Worth, Texas 76115-1499
I.G2 1PRODUC"�`� LIST
A. Within ten (10) days after date of Cantract, submit to Landscape Architect iwo (2)
copies of complete list of all praducts which are proposed for installation.
B. Tabulat� list by each specification section.
C. For products specified under reference standards, include with listing of each
product:
.. 1. Nanrze and addxess of rnanufach�rer
2. Trade name
' 3. Mod�l or catalog designation
. . 4. Man.ufacturer's data
a. Perfarmance and test data
' ' b. Reference standards
1.03 CONTR.ACT4R'S OPTIONS
�- A. Far producis specified only by reference standards, select any pradu.ct z�neeting
staz�dards, by any manufacturer,
�` B. For products specified by naming several products ox manufacturers, select any
pxoduct and maz�ufacturer named.
C. For products spEcified by n�ming one or znore products, Contractoz- must submit
, request, as required foz substitution, for any product not specifically named.
k ;[
GENERAL REQLiIltEMEiv`TS
-7-
1.04 SUBSTITUTTONS
A. During bidding, Landscape Architect will eonsider written requests from pnme
bidders far substitutions, received at least ten (10) da�s prior to bid date; requests
received af�er tha# time will not be considered.
B. Within thiriy (30) days after date of Contract, Landscape Architect will consider
forzn.al requests from Contractor for 5ubstitution of products in place of those
specified.
C. 5ubmit twa (2j copies of request %r substitution. Tncl�de in request:
1. Complete data substantiating compliance af groposed substi�ution with
Contract Documents,
2. For products:
a. Product identification, including maz�ufacturer's name and address.
b. Manufacturer's literature:
(1) Product description
{2) Performance and test data
(3) Reference standards
c. Sarriples, i£required.
d. Name and address of similar projects an whi.ch product was used, and date
of instal�ation.
D. Tn making request for substitutian, BidderlContractor represents:
1. He has personally investigated proposed product or methad, and determined
that it is equal or superior in alI respects to that specified.
2. He will pzovide the same guarantee (or better) for substifuted product or
method specified.
3, He wiil eaordina�e installaiion of accepted substitution into work, rnaking such
chazages as may be required for work to be complete in all z'especYs.
4. He waives all clairr�s for additional costs related to substitution which
carasequently become appa�rent.
E. Substitutions will not be considered if:
1. They are indicated ar implied on shop drawings or pro3ect data sut�rriittals
without formal request submitted in accord with Paragraph 1,04.
2. Acceptance will req�ir� substantial zevision af Contract Documents.
SECTION 0170U - PROJECT CLOSEOUT
1.01 CLEANIl�G
Contractor sha11 pick up debris on a daily basis, and shall be responsible for tha site
appearance within the praject area to include area up io the erosian fence. Con#ractoz
shall mow areas directed by owner.
GENERAL REQ[3IREMENTS
-s-
��
The Contractor shall make final clean-up of the const�ructian area, to the satisfaction of
the Parks and Corz�munity Services Department, as soon as constructian in that atea is
compleied. Clean-up shall inc�ude remaval of all construction xnaterials, pieces of
concrete, equi�ment and/ar other r�xbbish. No more than five (5) days shall elapse after
the completion of constructian laefore the area is clea.ned. Surplus materials shal� be
disposed oF by the Contractor, at this own expense, and as directed by the Parks and
Community Services Department. Cleaning of equipment by Contracfor or
Subcontractor, such equipmen.t as cement mixers, ready-mix trucks, tools, etc., shall take
place in an azea designated by the Par�Cs and ComFnunity Services Departrnent.
1.02 GUARANTEE
The Co�iractor shall be responszble for defects in this proj ect due to faulty wozkmanshi.p
or materials, or both, for a periQd of one (1) year frorri the date of final acceptance of this
project by �he City. (Refer tfl section 01150-Payment Ta Contractor, 1.13 Acceptance
And Final Payment} The Contractor will be required to replace, at his or�vn exp�nse, any
part, or all, of this project which becomes ciefective dus to these causes. Contractor shall
repair any electrical or irrigatian problems within 24 hours of notice.
SECTION 0�800 - CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAiIrrIS
Contractor covenants and agrees ta indemni�y City's �ngineer and architect, and their personnel
at the project site for contractor's sole negiigence. In addition, Cantrac�or cavenants and agrees
to indemni.fy, hold harmless atid defend., at its own expense, the Owner, its officers, servants and
enriployees, from and against any and all claims or suits iar property loss, praperty damage,
personal injury, including death, arising out of, �r alleged to arise out of, the work and services
to be perfornied hereunder by Contractor, its officers, ag�nts, amployees, subcontractors,
licensees or invitees, whether or uot a�av such iniurv, damage or dea�h is caused, in whole or
in part, bv t�e ne�fiQence or alle�ed ne�li�ence a�' Owner, its officers, servants or
emt�lovees. Contractor Iikewise covenants and agrees to indemnify a�nd hold harmless the 4wner
from and again.s� any and all injuri�s to Owner's offic�rs, servants and employees and any
damage, loss or destruction to property af the �wner arising fz-am the performance of any of the
�erm� and conclitions of this Contract, w�ether or not afl�T such iniur� ar dama�e is caused in
whole or in aart b� the neglige�uce or alle�ed ne�li�ence oi Ow�ter, its oificers, servants or
empfovee5.
In tYre event Owner receives a written cfaim for damages against the Cc�ntractor or its
- subcontractars prior to final payment, final payment shall not be made until Cantractor either (a)
;, submits to Owner satisfactary evidence t11at the c�aim has been settl�d and/or a re�ease from tUe
claimant involved, or (b) provides Owner with a leiter from Con#ractor's Iiability insur�nce
carrier that the claim has been referred to the insurance camier.
The Director may, if he deems appropriate, refiise to accept bids on any other City of Fort Worth
public v��ork fram a Contractar against whom a claian far damages is autstanding as a result of
work performed ut�der a City Contracf.
END OF DIVISI�I�
GENE�LAL, REQl1IR�MElv'7'S
-9-
I
SECTION O�1Qp - SITE PREPARATION
PART ] d GENERAL
1.Q1 SCQPE: Woz'k in thi.s section includes furnishing all labor, mat�rials, equipment and services
required for clearing and grubbing, demolitior�, and removal and disposal af items as sp�cified
herEin and on the plans.
I.4? RELA'TED W4RK SPECIFIED ELSEWHERE:
A. Section 02200 - Earthvvork
B. Existing Conditions, Removai and Demolition Items.
PART 2 — PRODUCTS
2.01 No praducts are required to execute this work, except as the Contractor may deem necessary.
PART 3 — EXECUTION
3.01 CLEARING AND GRUBBING:
A. Clearing and grubbing shall consist of rema�ing a11 natural and artifcial objectianable
materials from the project srte or from limited areas of constructzon specified within the
site.
B. In general, clearing and grubbing shall be perfazm�d in advance of grading and
earthwork opera�ions and shall be pezformed over the eniir� ar�a a� earthwork
operations.
' C. Un�ess otherwise specified on the plans, alI trees and shrubs o� three incl�es caliper at�d
,. Iess (caliper is the diameter as measured 12 inches above the giround} and all scr�b
growth, such as cac�us, yucca, vines, and shnzb thickets, sl�all be cleared. All dead
, trees, logs, stumps, rubbish of any nature, and other surface debris shall also �e cleared.
D. Buried m.aterial such as logs, stumps, roots of downed frees that are greater than one
and 1-1/2'} inches in diameters, matted roats, rubbish, and foreign debris s�aall be
� grubbed and remo�ed to a minimum depth of 2� inches below proposed finished grades.
E. Ground cavers oi weeds, grass, and other herbaceous vegetation shall be removed prior
� to stripping and s�tackpiling tapsoil from areas of earthwork operations. Such remo�val
shali be accomplished by "blading" off the uppermost iayers of sod or root-matted soil
for reinoval.
a �
3.02 PAVEME�TT REMOVAL:
•� A. Bituminaus and conerete pavements shall b� removed to neatly sawed edges. Saw cuts
shall be full depth. If a saw cut in concrete pavement falls within 3 feet of an en
SITE PREPARATIpN
q2100
-i-
existing scoze joint, construction join.t, saw joint, cold joint, expansion joint, or edge,
the concrete shall be removed to fhat joint or edge. Al1 saw cuts shall be paralleI and/or
perpendicular to the line of existing pavernent. Tf an edge of a cut is damaged
subsequent to sa�v cutting, the concrete shall again be sawed ta a zaeat, straight line for
the purpos� of removing the damaged area,
B. Concrete curb and guiter shall be removed as specified above. No section to be r�placed
shall be smaller than 3 4 inches in length or widih.
3.03 UTILITIES R.EMOVAL: In general, those utili�ies on the site that are to l�e removed and that
belang to the Owner shail be removed by the Contractor. The Owner is responsible foz
arranging the relocation or removal oF other utitities awned by utility companies or ofher
parti�s.
3,04 Tv1Il�IOR DEMOLITION: There zz�ay be certain iiems on the site such as old bui�ding
foundations, fences, and ot�ier undetermined structures and improvements that must be
removed befare cons�ruction can cammence. Unless othervvise speci�ed, such items beeome
fhe property of the Contractor for subseqt�ent disposal.
3.05 USE 4F EXPLQSIVES: The use of explosives will not be permitted in site preparatian
operatio��s.
3.Ob BACKFILLING: All hoi�s, cavities, and depressions in ih� �round caused by site preparaiion
operations will be backfilled az�d tamped to nozmai compaction and will be graded to prevent
ponding oF water and to promate drainage. In areas that are to be imm�diataly excavated, the
ArchitectlEngineer may permit holes, etc., to rema.in open,
3.47 DISPOSAL OF WASTE MATERIALS:
A. Unless otherwise stated, materials gen�rated by clearing, grubbin�, removal, and
demolition shall be laiown as "�vaste" or "spoils" and shall be removed from the site and
dispased o� by the Contractor. Sir�ilar rnaterials may be unearthed az' generated by
earthwork aperations oz' by subgrade preparafiion. Unless atherwise specified any
merchantable items become the property of the Contractar.
END OF SECTION
51TE PREPARA'�'fON
a�ioa
-z-
SECTION 0��00 - EARTHWORK
PART 1 -GENEItAI.I
1.01 SCOPE: Work in this section includes furt�shing all Iabor, materials, ec�uipment, and services
required to construct, shap�, and finish earthwark to the required lines, grades, and cross
sections as specified herein and on the plans.
1.Q2 RELATED WORK SPECIFIED ELSEWHERE
A. Section 02100 - Srte Preparation.
B. Grading Plan: Refer to plan sh��ts.
1.0�.: METHOD O�' PAYMENT: Earthwvrk is a n�cessary an.d incidental part of the work. The
total cost will be included in the Bid Praposal. Payrnent vvill not be made on a unit pricE basis.
PART 2 d PRODUCTS
2.Oi�� UNCLASS]F3ED EXCAVATI�N: Unclassified excavatian shall consist of all exca�ation,
unless separaieiy designated, within the limits of the work. Unclassi�"ied exca�ation includes
all material encountered regardless of its nature or the manner in which it is to be excavated.
2.Q2 UNCLASSIFIED FILL
A. Un.classified fill shall consist of all fill within the Iimits af the work. All suitable native
materials removed in unclassified excavation, az similar imported materials, shall be
used insofar as pzacficable as uz�cla�sified fill. Properly deposited, oonditianed, and
compacted fill is hereinaf#er referred to as "earth embankment."
B. Rock: Minor quantities of rock not greater than four inchEs in great�st dirnension are
' perm�ssible in fill materials used to construct earth embazikment. Minar quantities of
rock of gz�eater dimensions may be placed in the deeper fills in accordance with the
State Department af Highways and Public Transportation requirements for constructian
' o�' rock embankments, pro�ided such placernent of rock is not immediately adjacent to
structures or piers. Also, rock may be placEd in the porizons of embankments outside ,
the limits of the campleted graded width where the size of the rock prohibits their
� incorporation in the normal emhankment layers.
2.03 TOPSDII.
On�Si�e Topsoil: Topsoil shall consist of an average depth of szx inches of nati�ve surface soil
�eft in place after the ground cover of herbaceous vegetation and other objectionable matter has
bee;n cleared by "blading," as speci�'ied in Section 02100, "Srte Preparation." Tapsoil may be
greater ar less, tban the upper six inches in depth.
�Ait'iHWORK
02200
-3-
Z.o4 TMPQRTED FILL
A. Irr�ported fill materials shall be used for the construction of earth embankment in the
event that (I) the volume of unclassi�ied excavation is less than the volume of fll
required for earth embankment and/or (2} the condition af maiez�als removed in
unclassif ed excavaiion makes them unsuitable �bT U5� in the constr�xction of earth
embankment_
B. Th.e Contractar shall haul and place imported fill obtained fram off-site saurces as
necessary to canstruct the embankment and �arious other de�aiis of the constz�zcfiion
plans. AIl costs related to such imported fill will be included in the contract price, and
na additional or separate payment for imparted fill wall be due the Contractar.
C. A sample of the proposed zmported �lI must be provided hy the Contractaz and be
approved by th� Owner. In general, unported material must be equal to or be�ter than
native materiaZ in quality and engin�ering characteristics. The Architect/ Engineer may
also require the Contractor to provided a material analysis test of the proposed fil�.
2.05 SELECT MATERIALS
A.
��
C.
�
Select materials sha11 be imported fram offsite sources, unless they are availal�le from
specifically designated areas on the site as marked on the plans.
Cushion Sand: Clean fine sand, free from clay cl�amps, rocks, or other deleterio�s
material.
Playground Gravel: Gravel backfill for playground areas shall be washed "pea gravel",
clean and free of all foz'eign materials. Partic�e size af tk�e gzavel shall be 1/$" — 518".
Playground Sand: Sand backfill for sand dig areas sha11 be finE white sand graded with
the following sieve analysis lirnits:
Size Percent
No. 16
No. 30
No. SO
No, 100
Na. 200
2.06 UNSUITABLE MATEItLALS
Percent Passing
�an
98
62
17
0 -1
A. Topsoil, select rnaterial, iinported fill, or unclassif�ed fill will be declared as
"'unsuitable" by tk�e �wner if, in his opinion, any of the follov�ing conditions or matter
and particles are �resent to a degree that is judged detrimental to the proposed use of the
material.
1. Moisture
2. Decayed or undecayed vegeta#ion
3. Hardpan clay, hea�vy clay, or clay ba11s
�ARTHWOI�C
ozzoo
-z-
4. Rubbish
5. Constructian rubble
6. Sand or gravel
7. Rocks, cabbles, or boulders
S. Cementious matter
9. For�ign matter of any kind
B. Unsuitabie materials will be disposed of as °'waste" as speci#'ied in Section 02l 0a.
C. Wet Material: If filI material is un.satisfactory for use as embankment solely because of
high moisture content, �he Architect/Engineer may grant the Contractor permission to
process the material ta reduce the moisture cantent to a usable opiimurn condition,
I�\-�1�[c�_3�`��Ii� M�i]�I
3.01 ;�'SITE PREPARATION: Iri genural, "site preparation," as specif ed in Section 02100, shall be
>;performed in advance of grading and earthwa�k operations and shall b� completed over the
�ntire area of earthwork operations.
��I►�Y�]�Yfli�1
A. The remo�al and storage af tapsoil sha1l occur after site preparation is complete and
be�"ore excavation and embai�nent construction begin. Likewise, topsoil will be
replaced after excavatian and embankmen� canstruction are complete.
B. Remoual: Topsail shail be stri}�ped to an average d�:pth of six inches from areas where
excavation and embankment canstruction are planned. Topsoil may be obtained from
greater depths if it is uncontaminated by the substratum and it is nf goad quality, in the
opinion of the ArchitectlEngineer.
� C. Storage: Topsoil shall be stored in stockpiles conveniently located to areas that will
`' later receive the topsail, Stackpiles shall be oui of ihe way of earthwork operations �n
� locations approved by the Owner or ArchitactlEngineer, Stored topsoil shall be kept
separate from other e�cavated materials and shall be protected from contaminatian by
'� objectionable rnaterials that would render it unsuiiable.
D. Tirning: Tapsoil wiil not be replaced (deposited) until constnzction activities are
�� complete tl�at would create undasirable conditions in ihe fopsoil, such as
o�ercompaction or contamznation. Trenching far items such as electrical conduit and
; s irrig�iion pressure lines must be complete before topsoil replacement rz�ay begin.
� E. Replacement: Topsoil will be deposited in a single layer ox lift. It will �e placed,
., processed, eompacted, and Qraded to leave a finished layer of topsoil not less than five
inches in dep�h. Un.less otherwise indicated, topsoil will be replaced over alI areas of
earth�vork {including slopes}, excepi where pavement is planned.
EARTH W ORIC
022QQ
-3-
F. Grading: Topsoil will be finai gradefl to the elevations shown on the plans. Fine
grading will be aceomplished with a weighted spike harrow, weighted drag, tractor box
blade, li�h� maintainer, or other acceptable machinery. A11 particles of the finish grade
shall be reduced to less than one inch in diameter or th.ey shall be removed. AlI rocks of
one inch or greater shal� also be removed. Grading operations and equipment will be
such that topsail does not become overcompacted, Bulldozer blades and front-end
Iaad�r buckets are not accepta�le devic�s for topsoil grading aperations. Final grading
within fi�e feet of constzucted or installe� elernents shall be hand raked.
G. Acceptabi�ity: Finishec� areas of topsoil are satisfa�tory if they are tz-ue to grade, true in
plane, even in gradient (slope}, uniform in surface texfure, and of normal compaction.
Areas a�' laase granular pockets or af overcompa.cted soils are not acceptable and will
be reworked. Finished areas will promote s�rfaee drainage and will be ready for
turfgrass planting.
3.03 UNCLASSIFTED EXCAVATION
A. All excavated arEas shall be maintain�d in a condition to ass�re proper drainage at aIl
times, and d'z#ches and sumps shall be construcied and maintained to avoid damage to
the areas under construction.
B. Surplus Material:
1. ' Surplus excavation is that quanti#y ofr material that may be left o�er after the
grading plan is exee�ted, and a11 earthwork operations, including excavation,
embankment construction, tapsoi� replacemenf, and final grading, are
compl�ted. Any other surplus material shall be disposed of as "waste" as
specified in Sectian 02100.
2, At this Park, tha Architect/Engineer shall pem�it the Contractor to "wast�" the
surplus by canstructing additional eznbankment in an approved location. No
additional payment far such work wfluld be due that Contractor.
C. Excavation in Rack: The use of �xplosives will not be permitted. Unless otherwise
indicated on the plans, excavation in solid rock shall extend six inches below required
subgrade elevation for the entire width af the area under construction ant� shall be
backfil�ed with suitable mat�rials as indicated on the plans.
3.04 EARTH EMBANK_MENT
A. Eartk� embankment is defined as embankment composed of suitable materials removed
in unclassified excavation andlor imported� fiiL The constntction af embankment
includes pz'�paring the area on which fill is to be placed and the depositing,
conditioning, and compaction of fill material,
B. General: Except as othezwzse required by the plans, all embankmenE shall be
constructed in layers approximately parallel to the finished grade of the graded area, and
eack� layer shall be so constructed as io provide a uruform slope as shown �n the �rading
plan. Embazikrr�.ents shall be constructed to correspond ta the genezal shape of the
typicaI sections shown on the plans, and each section of the embankrtient shall
EARTH WORI4
ozzoa
-4-
correspond to the detailed section� or slopes established by the drawings. After
completion of the graded area, embankment shall be continuvusly maintained to its
finished section and grade until the pro�ect is accepted.
C. Preparation: Prior to placing any embanlar�ent, alI preparatary operations will �ave
been completed on �he excavation sources and areas over which the embankment is to
be placed. The subgrade s�all be proo�'rolled ta detect soft spots, which if exist, should
be reworked. Proof rolling shall be performed using a heavy pneumatc tired roller,
loaded dump truck, ar similar piece of equipment weighing approximately 25 tons
except as otherwise speci£'ied for tree protection and areas inaccessible to vehicular
campactors. Stump holes or other small excavations in the limits of the embankrnents
si�all be backfilled with suitable material and tharoughly tamped by approved m�ihods
befare comrneneing emban�.menf construction. The surface of the ground, including
piowed, loosened grottnd, or surfaces roughened by small washes or otherwise, shall be
restored to approximately its original slope by blading or other methods, and, where
indicated on tlae plans or required by the Owner, the ground surface, thus prepared, shall
be compacted by sprinkling ar�d rolling.
D: Scarificatzon: The surface of aIl areas and slopes over which fiii is to be placed, other
than rock, shall be scarified to a depth of approximately six inches to provid� a bond
between the existing surface and the proposed embankment. Scarificatian shall be
� accomplished by plowing, discing, or ather approved means. Prior to �ill placeme�t, the
loosened material shall be adjusted to the proper moisture content and recompacied to
the density specified herein far fill,
� E. Bench.ing: Scarificativn is norn�ally adequate for sloping surfaces, Howe�er, in certain
, cases where filj is to be placed against hillsades or existing ernbankment with slopes
greater ihan 4:1, the Owner may direct the Contractor to key tk�e fill material to the
• eaListing slopes by benching. A minimuin of tu+o feet normal to the slope shall be
_ removed and recompacted ta znsuz�e that the new work is constructed an a firm
foundatian free af loose or disturi�ed material.
F. Depasitzng: Fill material shall be placed in horizontal layers or lifts, evenly spread, not
to exceed eight inch.es in Ioose depth before conditioning and compaction. Unless
otherwzse permitted, each layer of fill material shall cover the length and width of fhe
azea to l�e filled and shall be conditioned and compacted before the next�higher layer of
fill is placed. Adequate draznage sha11 be maintained at all �imes.
G. Watering: A� the time of compaction, the moisture content of fill material shall be such
� that the specified corripac�ion will be obtained, and the fill will be f�'m, hard, and
� unyieldin�. Fill material v;Jhich contains excessi�ve moisfure shall not be compacted
- � uiltil it is dry enou;h to obtain the specified compaction.
H. Compacting; Each layez' of earth �'ilI shall be compacted by approved tarnping ar
sheepsfoot rollers, pneurnatic tire rollers, ar other mechanical means acceptable ta the
Owner. Hand-directed coanpaction equipment shall be used in areas inaccessible io
vehicuiar compactors.
EARTH�,VORK
D2200
-5-
�. Grading: Embankments shalI be constructed in proper sec�uence and at proper
densities for their respective functions. A11 embankm�nt serves in ane capacity
or another as subgade (e.g., under topsoil, under concrete and aspha�t pavemerzt,
under structures, etc.). Accordin�iy, the upper Iayer of embankrnent shall be
graded to within p�us or minus Q.10 faot of proper sub�rade elevafion prior to
depositing topsoil, and prior to the constr�ctio� of pavements, slabs, etc.
3.05 DENSITY CONTROL
A. Earth Embankment in General: Earth embankment shall be compacted in �ifts at a
minimum af 90 percent of Stazidard Density ASTM D698 with plus 4 p�rcent or minus
2 percentage points of optimum moisture content.
B. Earth Embankmexat Under Structures and Pavem�nt: T�e tap 6 inches of natural earth
comprising the subgrade for structural slabs or far areas of pavement shall be 95 percent
to 98 percent of Standard Density ASTM D698 with the moisture content at minus 2
percent to plus 4 p�rcent af optimum.
3.06 MOISTURE MAINTENANCE: The specified moisture confient shall be maintained in alI
embankinents that are to function as sub�'ade for structures, areas of pavement, or for select
embankment. After campletion of the embankment, the Contractor shall prevent excessive loss
of rnoisture in the embankment by sprinkling as required. Loss of moisture in excess of 2
percent below optimum in the top 12 znches of the fill wili require that the tap 12 inches of the
embankmenf be scarified, wetted, and recompacted prior to placement of the structuze, se�ect
fiiI ar pavement. If desired, the Contractor may place an asphalt membrane of emulsified or
c�tback asphalt over thE coznpleted embankment and thus eliminate the spz�inkling requirement.
3.08 TOPSOIL REPLACEMENT: Topsoil shall be care£ully placed ta avoid any displacement or
dama�e ta the subgrade. If any of the subg�rade is rutted, damaged or disp�aced it shall be
restored prior to placing topsail. Topsoil shall be replaced as specified herein per Item 3.02,
END OF SECTION
�_
EARTHWORK
oz2oa
-�-
f
SECTION 02488 — DQCKS AND BOAT FACILYTIES
PART 1 — GENERAL
1.01 DESIGN LOAD CONDITIONS
A. Vertical Laads
1.
�
f
5
6
��
�,
.,
Deadloads shall consist of the entire weight of the floating structure, including
utilities, gangways, dock boxes, and other accessori�s a�ad appurtenances,
Deck surface az�d structural frame live .load shall be equal to 50 PSF agplied to
the fizli surface area af the deck.
Substructure designed (ultimate strength) ta support full live load across a 3D'
span. Calcudated to be maximum wave, crest to cf•est, on most inland lakes.
K3
4. Bridges, ramps and walkways designed ta support SQ PS�'. Bridge handrails
shall be designed for a 200 pound load applied in any direction and at any point
along the handraii.
Flofation far covered docks shall be d�signad to suppart the deadload plus
applicable snowload applied to roof area.
Flotation far open docks shall be designed to support the deadload pl�s 30 PSF
to the deck area.
B. Horizontal Loads
1. A uniform horzzontal wiz�d loading from any direction shall be calculaied as 15
PSF on all projected surfaces, assuming 1�Q0% boat occupancy.
Stip Len�h
0-30'
35'
40'
50'
b0'
70'
80'
ioo�
Profile Height (Feet)
5'
6.5'
8'
9'
11.5'
12'
l 3'
14.5'
2. A l�orizontal Ioad due to impact on a finger dock shall be tl�e result of the largest
:, berthed craft noxznally using ihe adjacent slip striking the end o� t�e finger ten
degrees (10°) off the center line of the �nger dock. For purposes of calcujations,
the weight of the craft shall be 12 times the finger length squared (12L2). For
'• analysis of impact, craft speed shall be considered moving at a speed of 3 FPS.
DOCKS AND BOAT F.4CILTTIES
02488
-1
PA.RT 2 — PRODUCTS
2.fl1 MATERT�II,S AND CONSTRUCTI4N MINIMAL REQUrREMENTS
I,�
Steel Frames
12" box truss steel fra�nes shall be a�l welded trusses made from angles and rounds of
sufficient size and strengYh to withstand design stresses. Steel componen#s in structural
frames shall be natched and fztted prior io welding. Overlapping in corners wi11 not be
permit#ed. Side frames of box truss shall include notched angles znstalled �ertically
between the top and bottom chor�s at Each division (normally on either 3' or 4' centers).
All notched connections shall be welded bath on the znside and outside, and the outside
welds shall be ground smooth prior ta galvanizing,
�. A11 angle members shall be not less than 1 112" x 1 1/2" x 3/16" arigle after
fabrication. Truss deptlz shall be not less than 12".
2 All boliholes shall be standaz'd size� round hales to fit standard bolts. Holes may
be reamed to remove excess ga�vanizing an.d shall be coatad with spray
galvanizing.
3. AlI steel frames shall be not-dipped galvanized after fabrication in aecordar�ce
with ASTM 123. Field welding of gatvanized metals will not be allowed except
on minor eorsections abo�e water Ievel, which will b� treated vvith cold
gal�anized grocess.
:
4. The steal frames shall be desi�ed for field connection wfth Grade 5 galvaniz�d
bolts. Bolt d.iameter shall be 112". Connections shall be so designed ihat units
may be disconneeted and moved.
Flotatian - Polyethylene Encased Floats
Flotation shall consis� of premolded �olyethytene sheli with foamed in place
polys#yrene flotation. Flatatian uniis shali be of seamless, one-piece, rotatiozaal
molded structuz'e.
2. Medium Density Polyethylene Flaat
AIl medium density po�yethylene products shall meet the following staildards;
(1} Nomznal �hickness .1250 inches ARM �TD +/- 20%
{2) Density 0.940 GICM� ASTM D 1505
(3) Mel� inde�. (190/2.16) 3.5 G/lO 1VIin. ASTM D.1238
(4) ESCR, Cond. A, F 5a
100% LGE3.'A.L CO-630 >1 dOQ HRS ASTM D 1693
10% LGEPAL CO-G3d �80 HRS ASTM D 1693
(5) Flexural modulus
I°/a 5ecazat I17,000 PST ASTM D 79fl
DOCKS AND BOAT FACILiTCES
Q?488
_�
4.
5.
ASTM D 638
ASTM D 648
ARM STD-40"F
(-�40°F Impact)
3. The polyethylene flotation containers shall be completely filled with mod'z�ed
polystyrene expanded in place (0.9 1b./CF density.) Water absorption shall not
exceed five percent by volume.
(b} Tensile Strength
@ Yield, 2"1 Min. 2600 PSI
(7) Heat Distortion Temperature
@ 66 PSI 52°C
a(�-)264 PSI 40°C
(S} Low Temp. Impaci
118"Specimen 51 ft — lbs.
114" Specimen � 98
(9) Meets FDA requirements Yes
UV — Stabilized Yes
Flotation units shall be f rmly through-bolted to the bottam of khe frame with a
minimum of six bolts.
Flotation units shall be of fire resistant constructian.
C. Deck Material
2" x C" Treated Wood:
1. Lumber sha11 be 2" x 6" (nominal) Southern Pine Graded No. 1, �45,
confarming in ali specs to Sout�em Pine Inspec�ion Bureau as applicable. All
lumber and deck timbers sha11 be given preservative treatment. (C.C.A.) and
shall bear the quality mark of AWPA. Preservation retention shall be 4.4#ICF
minimum. Decking shall be attached to the frama on two-foot maximum
spacing as shown on the plans. Decking shall be a�tached with 5116" x 2 1/�"
flat Phillips Head, Type F, self-tapping screws with 4 miI zinc plating.
Concrete Panels:
1.
2.
3.
4.
Decking shali be removable concrete panel design with a nominal thickness of
I.5". Finish shall be non-ski.d exposed rock aggregate.
Concrete shall be reinforced with #b - 6" x 6" wi�z'e.
Corr�pressive strength s�all exceed 4,400 PSI at 28 days.
After installation decking �ariance shail not exeeed 118".
DOCKS AND BOA'I'�ACILiTI�S
D2488
-3
D. Anchorage
Anchorage shall be designe�f for the specific lacatfon and �pasure. Water level
fluctatation, water depth, rznd battom conditions and cantours shall deternzine the best
application. Anchorage shall be designed to resist the specifiea' loads at maximum
desi� water level.
Winch and Cable:
1. Winches: Winches shall be two-speet� geared winches with a sprina loaded
locking device. Drum to be 16" wide capable of holding 1 SO' of 5/8" cable. The
winch is so desi�ed that the locking device wi11 automaticatly hold the load
when cranking siops.
2. Cable; Each winch shall be supplied with a minimum a�' 25Q' of 518" galvanizec�
steel cable. Cable shall be 5/8" galvanized steel cable vvith fiber core.
3, Anchors: Lakeside anchors shall be concrete block design. Each cable shall
terminate at (2} 45001b, or {1) 90041b, concrete block anchor.
4. �Vinch Fairleaci: �airleads are so designed that they will rotate to reduce
chaffing and abrasian of cable.
Telescapic Anchorage System:
1. The telescopic anchorage system is designed to �rovide anchorage through
�luctuating water le�els up to 2S' ian. depth.
2. A1lchor frames shall be designed with 5" dianzetex pipe sleeves and str�ictural
bracing attached to the dock struct�.ir� to transmzt loads from the dock to the
anck�or. Frames sha�l be hot-dipped galvanized after fabrication.
3. Anchor pipes shall be drill stems, one at 4" x 14' and one at 3" x 2l'. Anchor
p'rpes shal� have a painted finish.
E. Fendering
1, 2" x 6" Treated Woad:
Wood fenderin� shall be 2" x 6" {nomiila�) 5outhern Yel�ow Pine Grade No. 1,
S4S, conforming in all respects to Souther� Ye1l�w Pine Tnspectian Bureau as
applicable. A11 lumber and deck timbers shall be gi�en pzese�-vative treatment
(C,C.A.) and shall bear the quality mark of AWPA. Fresarvation retention shall
be �.4#/GF minimum. Wood f�ndering shali be attacl�ed with 5/16" x 2 1/4" flat
Philiips Head, Type F, self tappin.g screws with 4 mil zinc plating,
DOCKS AND BOAT FACILITIES
024$S
-4
2. Vinyl Fendering
Minimum height of compression sec�ion sha�l be 2]./2" with 1" depth mznimum.
Vinyl fendering shall be attached with stainlass steel staples, as recommended by
manufacturer's speci�cations.
3. Column Bumpers
Molded polyethylene bumper
Manufactured from medium density polyethylene
F. Cleats
Dock cleats shall be l�olted to the dock structura� framework. Bolts shall be galvanized
steel. Cleats shall be "S" shaped and shall be constructed fram an alumin�n cornpound.
� G. Gangways
, 1. Gangways shall be steel truss with han�rails, hot-dipped galvanized after
� fabrication. Pivat connections to the dock sha11 be by pin or fifth wheel, with
` rollers provided on nne end. Handrails will be pro�ided o� both sides.
2. Gangways shall �e designed for vertical liveload of 54 PSF.
3. Wheels or rallers shall be heavy duty constructed of mfllded rubber or Uf�VIW
plastic and be non-seizing type due to rust or ice.
4. Additional flotation shall be add�d ta the fioating piers or gangways where
needed to support the cornbined pier and access gangway loads without
praducing undue distortion in the floating slructure.
H. Warranties
Manufaciured Materials - Five Year Limited Warranty
Permacase Flotation - Limited Ten Year Warranty
Concrete Decking - Ten Year Material Limitad Warranty .
� Super Span. Roofzng Painf - Twenty Year Manuf'acturer's Limited Warran�ly
2.02 DOCKS AND BOAT FACTLITIES
I. I, A. As per Plans and 5pecificatians
i 1. Approved Manufacturer;
Atlantic Meeco, Tnc.
1501 East Gene Stipe Boulevard �
McAiester, Oklahoma 745D1
918-423-6$33 1-800-627-4621
UOCKS ANA BOAT FACILITIES
42458
-5
B. Dock plans witl�.in contract documents are provided for infarmatian puzposes. Actual
fabrication, assembly, installation, and construction shall be per final shop drawings to
be provided by manufacturer
E}OCKS AND BOAT PACILITIES
024$$
-6
SECTIOI� 02��6 - BOAT RAIVIPS
PART 1— GENERAL REQUIREMENTS
1.1 DESCRIPTION
A. Include materials, fabrication, transportation, and erection a�precast components as
shawn on plan, inclucling:
] .Precast sectians.
2.Str�lctural design.
3,Cannection materials.
4.Transportation.
S.Erection and installation.
6.Tezr�porary iifting devices.ec
7.St�-uctural design approval from the governmental body with building code
authority.
B. Work installed by generaI contractor but furnished by pther contractor:
� 1.Keyway eye connectian
2.Miscellaneous metal in,serts.
1.2 REFERENCE STANDARDS
A. Arnerican Concrete Institute (AC�:
1. ACI 318 Building Code Requireinents far Reinforced Concrete.
B. American Socie�y for Testing and Materials (ASTM ):
�� 1. ASTM A36 Struciura� Steel.
�- 2. ASTM A185 Welded Steel ViTire Fabric for Concrete Reinforcement.
3. ASTM A123 Spec for Zinc (Hvt Galvanized) Coatings on Products Fabricated
from Rolled, Pressed and Forged Steel �hapes, Plates, Bars and Strip.
� 4. ASTM AG15 Deformed and Plain Billet — St�el Bars %r Concrete
, L Reiz�.forcement.
5. ASTM C33 Concrete Aggregates.
6, ASTM C�Sa Portland Cement.
13 QUALITY ASSURANCE
, �. A. Acceptable manufacturer shall be Wieser Concrete, 2$15 Riley Road, �'ortage, Wisconsin
53901 or pre-appraved equal.
� � 1.4 MATEI�TAL TESTING
A. Pro�,-ide ane compressive s�rength test per SO cubic yards of concrete deposited.
1.EacJn test shal� cansist of four (4) standard concrete test cylinders.
Baat Ramps 02546
1
a. Test one cylinder at precast panel transfer.
b. Test one cylinder at 28 days.
c. Rernaining two cylinders are spares to be used if the above tests fail.
I.5 SUBMITTAL:LS
A. Six (6) copies of shop drawing5, including:
1.Layout plan witk� identi#ication markings.
2.Fabrication details.
3.Reinforcing steel location.
4.Connection details.
S.Accessories and Iocations.
�.Anchorage details.
7.Professional Engineer's stamp of designer,
$.Location of erection pickup points,
B. Test data for compression testing of cylinders during manufacturing process.
C. Prior to submittal of shop drawings to Engineer, submit shop drawings to alI prime
contractors on proj ect for veri�"ication o� loading and dimensions. Drawings shall be
signed as being checked by each prirne cantractor on pro�ect.
D. When requested by Engineer, submit the fallowing:
l.Experience qualiFications.
2.NPCA Plant Certification
3.Previous cantracts with re�erences.
4.Design qualifications.
PART 2 — PRODUCTS
2.1 GENERAL
A. Structural shapes shall conform to general shape and size shown on plans.
B. Use steel or plastic lined forms.
C. Cl�re companents to design strength �riar to delivery.
2.2 MATERrAI'�S
A. Reinfozcing Bazs: ASTM A615, Grade 6Q.
B. Weld�d Wize Fabric; ASTM A18S. u
C. Cement: ASTM C150, type I, II or III,
Boat Ramps 02546
2
�
D. Aggregate: ASTM C33, 1 inch maximum.
1.Blast fumace slag and calcium chloride a�re z�ot permitted.
E. Miscellaneous Metals: ASTM A3b.
2.3 DES�GN CRITER�A
A. Design, manufacture, transport, and erection of precast concrete members and connections
shall conform to the following requirements:
I.ACI 318.
2.Members shaJl be designe� for the following laad conditions:
a. Live Ioad, uniforn3 and cancentrated.
b. D�ad Ioad.
c. Equipment Ioads.
d. Erection loads.
3.Concrete requirements:
a. Minimum compressive str�ngth of 25�0 psi at stripping of forms.
� b. Minim�m compressive strength of 5000 psi at 28 days.
c. Members exposed to freeze-thaw cycles.
1. Air cantent 4% percent ± 1 percent.
, , PART 3 — EXECUTTON
3.1 STEEL
A. Reinforcing SteeI
1.Lacate steel to rniss openings and imbedded items.
2.Chairs, spacers, and/or bar supports in contact�with forms shall be plastic tipped.
3.2 IlVIBEDMENTS AND ANCHORS
, I A. Cast Izfting anchors, imbedded charmel frames, hook and eye assemblies and other
� imbedded items requi:red on project into units during manufacture.
;`; B. Provide inserts for connections and anchors.
C. Al1 cast imbedded items to be hot dip galvanized after fabricatian in aecordance with
ASTM A�23. Minimum gal�vanized coating thickness shall be the greater of � to 7 mils
or 2 oz/sf.
K�C���I�y�
A. Pocks or voids caused by improper densification of concrete to form surface and air,
wa�er ar �'orm oiI pockets shall not exceed 31$ inch in diameter and '/4 inch in depth and
shall not occur iz� such concentration as to detrac� from the appearance of element.
Boat Ramps 0254b
3
B_ Excessive honeycambs caused by insufficient or improper vibratifln shall be cause of
rej ection.
C. Chips, cracks, spalls or other damage to formed surfaces may be patched if damage is of
such a nature as not ta reduce Ioad carrying capacity of inember.
D. Lines caused by joints in forms and othez form rnarks are acceptable.
E. Surfaces shall be fnished as detail�d in tY�e plans.
3.4 ERECTION
A. Lift and suppart units at support points shown on shop drawings during manu�'acture,
stockpiling, transpartation, and erection,
B. Do not exceed allowable str�sses during transportation and erection proc�dures.
C. Provide temporary sY�oring and bracing.
D. Provide metal anchozs, inserts, and other devices necessary for erection of units.
E. Accurately align units when installing.
3 , S DAMAGE
A. Any nnit which exl�bits damage ta surfaces, finish., corners or Edges which will be
exposed to view after setting in plaee or which are broken or cracked due to shrinkage,
temp�rature, transportation, handling or erection shall be replaced.
Boat Ranaps 0��46
4
I END PA�EL — LE�T
' (T'7'P OF 1)
I�Lti"WnY �Y� CONNCCTION STANDA%D PANEL — L�� T
(TYP O� 3) EY�S, TH;S END ONLY —
_ 1
+' �,,�--�� �� I----�• •I�--� `r_1 �--��'�-.-�1 �.� �R.-�. ^�--� 'f � �--�.r
` L_�_J �J �.��_J L__J LJ L_�_J L__J LJ L�._J L__J LJ L__.�
� c o a o_ o o ° p„ I
; 6, � ,� � �.� � , I� , � �_� � , , � -,- � �,� f , � . `_1 I_,� � __ �
,l�___.J L_J L__ ..l--a J LJ L_a L�a J LJ L Q ..L_ o J LJ L o .
E:���wnY �E_na a _ �
� �i�r o�i-�rr�s) f , � f :� � � ,� � I— � 1—' � � �_ � f ,� � `` � _ � �,� �
-�-- ��----J LJ L J•��L__J LJ L_ �� � L--J LJ L J�' L--J LJ L J•-
I Z'_1" ��- . - 1- .. '� r - - "�� - - ' .�-� " _ � " .
,f -- • � , -I �.�I � � ",' � ,`_ � � � � � ' � �,� � �,� � � ' " f , � (-_� � -I -.
�_�.J LJ L_ L__J LJ L_ L__J LJ L_ L__J LJ L_
r 9 r r fl r r '''""jr I r `� r �"j r
O
• I � I � I • 1 ^ a� I I I O •� p� I l � O i � I �.� I '
6 L_�_J L�J L_�_ L_�_J LJ L__ ,L__J LJ L.�_ ,L_-J LJ L.__
_ 9 p • p p d � ° �
r- -.- � r�_� � -.� � � - - � r � � -.� � � -.- --� � � � -.-- --� � -.- -� �,� � J.� �
,-J,-L___J LJ L__J. .�_'_J LJ L_._J.;.L__J L'J L__J•.-l___J LJ L�_J•-
� , . . . . . , �_ _ 1 . , � � _ • • - � • . � -;
� � -
I I1RD PANEi. �IGHT � END PA�lEL — R1GHT
S�AN� (TYP 0� 1)
� (�rF t3-r 3)
h
PLAN Vi E�I ���f��� �0������ � �
I �f
: pSi5 RILEY ROAp, PUI�TAGE, W� 53fldi
� �ao-- �s�- ��zo
F'REGAST i;hNG�� TE �QAT RAMPS
SAMP�E �AYpU7
GALVAI�ffZf6 CH.4NNEL FRAME
1 FC13R11�1R1', 7. fY�?t> ��nr. PYr;n?�nr.�t.,�
��
1Q
.'/ \ L ��fi �R���� P Ap���
�
�/ � � ���T\��
C,1 ��pN�Z�� �
�t� �� �
,�
�
i
i�� � � �
/
� � �` .
��� ��
3� � ��� ��� ���
�
x ��
� � X 'N�� t���'i
��� � � .�
,�
� �-
� r"
�+�
��
�N��F �� i���� pE-� �,�
�
a � �� Q�
�- � �
�� �
��,. � 4 �N
� � X _� ���
\ 3 X ��
� '�. �'��
� , � 1
� ' R��� �
�
� �'� ��-( �,,��
� ,� N��K
�
e'
�
\ 2�"
\
� �.
. $ 1 !�„
it f��
�
,�
\�
�� �1� �� �.� °��� �
���- �� N R�e 4
Q{
� X w''A ��,N � '`�
.. �,N�. � �1C� � � /
/
tn" /
�— 2,� -r
�9� a �, ���L
��
�� ���
�
C 6�.
n"
�
� �
�N
� � 5' ����
L C� � p 8
"4 r
� �
� QE� ��L
� �
� ������
�
��� p����� -�t 20
R��E'' ROT6. / ��r� .� ! � ��`?c,7
l�� L �
��15 �r{,jQ gC1�"� LS
� ����`R�X��� � ���
�p,N�1�R �� ��a��'�r�E�- t�x�'����
�����,q�tZ s�E�:•
�Y �(`,n�
A �-� l3�{����
, F'�C 6 x� Ffi3 ��`c ��
�r � C� N� � �1��� � � �/ 1
� .C� � � � 43
� �, . �,� �_/
/ ',
��
.-
i �
/
i
i
� /�
� p�NE�
� 1:' �5����0
r�
�� , t"
� p,\'�
�``� aE
F�,y`��`
/ , � U �'�1
�• s, � � �" ��4 ..
,��pq�c
�TM :� �`N�'`�
�. .i" � �� �� !V\�.�
�
, �
1
�
� / T�Nu��� � E�
1 h GC)P� �
i' /
� �-�� ii.���elh����� ��
fJ ��
�' f /
- � �
� /
� Q i� �
�-��� � � �, � o �
� � ��� �, �y`. G� �E" \
. � fl,� r � H���
1�l1 `�• a���� ����'�
� � � ��
T � � � C
�, -�d-«�l/� � �` � a �— � t,� ;c�.>--
� ��'
�
�; `.'////� !l,
1� r�
� "���
m
— `i,
i
��
� �j��� �TEE� E� ��}4i
� 1�� �E�- ���>
r �� c���F T �'\�' � �/ �' �
�j , � �E r �M�`�� { � h Z
��,,, . �t--���`��� � ��E �! lT''P � �
��1�= �� �
/ �� � �� 1 %�
f � ��v�� �.'
�� F �� ��RE� ° � �.�
. t�`� sta�. �
o �
� `
%
�
` �t�a
X � �2� ��a�.
�`
i
t��'�
/� �
1�� i ' /
i
i �
s
i /
' V� �✓ /_� A � 1 �2•
��' � �
�
g � A
� � � �-
� ^1„ $, p���``�y
z )
\ �. � FJ� X 3( r4"�
� � - ' Gs
�, � �w ~
C� ��2
� � ,
� �'" �-� �,r�
\ ���`r � �
� ' �,�
� _ �,
r
� 21�
�
L � 112�
�, �
l ��
C�R �1� @ TM � � �� �
��� �� �� �t�B �
�!1 � ���H /
g" 'td�.4�N R�0 � � f/'��
�1,��'�� tN E� � / � � g'
f�� ���jLd
� � �w f�,i
�� � A�E�
�
a"
�5
�
�.
$jEE` E�tt.
� 12„
0� �'
� �
�� �
� ��� ��L
E
� ������� :
1� � � �j
� FG�r��E '� `ZQ
a� �a��• �-.�'Z -,.,
��' �,�E , 3� zt��� �
�s�� f',�� tit>A4 �
. � t':':?t'a���"�� ��ti1E�- F�A��
F`�*f �`�� �,y�D �p � F1 A���� ��`�
�� ����Z�ti c���. �x���.�
% �. ;,r�nt�
r A FF Q�,� 11�R
i
,
�" X &" X 3/S" I.'LA1�
C1 k J.t9 � 5" I.ON(�
�6) 3,. M=" x 1/2" Qll�
AI�l�H�RS PER p�ATE
� —t _�
�..
� �_ �.,
3"
1� ^ —�� —�-#.. �
1J
PLAN
� 1 � ��.�
� � --
�
� 3, �.,
� �� — -1 1 /2
SECTf C3N
KEYWAY EYE CON NECTf ON dETAf L
GENERAL NOTES
ALL STEE� P�Ft ASTIa A36
ALL STEE� l'0 SE GALVANIZED
ALL REBAR PCR A5Th4 AC�15-960
ALL WIRE MESH PEi2 ASTM A1B5
REINFGfz�fNG STRENCTI-� = 6G KSf (GI2/1DE BC�)
CONCRETE STREf�fG1H = 5000 PSI (MIPl,�
CEMENT CON�EN� = 650 LQS./CY
AIR CONTENT = 4.5� - 7,5%
����C�G°� �o�r�����
7818 RILE7 R�A6, PORTAGE, WI 539�1
� �OV- ��L-��GO
�'R�CAST �ONGftETE SOA� RAMPS
DETAiLS �
�GA�VAiVIZED CHA�INEL FRAME
� F[����I�(iY, '��}I.)(1 FILF- �X17f:3{1hT_(lwq �
SECTION 02580 — PAVEMENT MARHINGS
PART1-GENERAL
1.01 RELATED DOCUMENTS
A. Pro�isions established within the General and Supplernentary General Condi�ions of the
Contract, Division 1— GeneraI R�quirements and the Drawings are collec#ively
applicable to this Sectian.
1.02 SUMMARY
A. Section Jncludes: Pavement markings on Portland Cernent Concrete Pa�ement.
1.03 REFERENCES
A, Federal Specificatians (FS):
I. FS — TT-P-115E Paint, Traffic, Highway, White and YellovU.
�
1,04, PR03ECT CONDITIONS
A. Enviranmenta� Requi�ements. Apply paint when ambient temperature is 50°F or above,
and relative humidity is below 85%.
' lA5 QUALITY ASSURANCE
A. Instalier: Shall have a minirr�um of 2 years experience in th� Iayout and siriping of
parking lots.
B. Job Conditians, Do nat apply marking paint when weather is foggy or rainy, ar ambient
�� or pavement temperatures are below 40°F, nor when such conditions are anticipated
� during eight houzs after applica#ion.
� t � 1.06 �UBMITT.ALS
; A. 5ubmit manufacturer's product data and insiallation instructions.
� B. Substitutions: Submit in accordance with SECTION 01640 — FRODUGT OPTTONS
, l AND SUBSTITUT�QNS.
PART � — PRODUCTS
2.01 NIATERIALS
A. Trafiic Paint: Fed. Spec. TT-P-lISE, Typ� III alkyd-chlorinated rubber-chlorinated
paraffin marking paint. Striping colors per plans and City requirements. �rovide
• PAVEMBNT MAT2.KlI�GS
02580
I -l-
Premium ChIoririated Rubber Base �'aint as manufactured by Hi�hway Signs &. Paint,
Inc. (Phone (214) 446-1605), ar approved equivalent.
B. Cleaning Solvent: VM & P Nap��ha
2.02 EQUIPMENT
A. Applzcators: Hand-a�erated push type marking machine ar conventional airiess spray
equipment with guidelines and templates.
PART 3 — EXECUTION
3,01 PREPARATTON
A. Surface Conditions: Clean and dry free from dirt, loose paizzt, aii, grease, wax, and
ather contaminants.
B. Equipment Condition: Clean previously used paint and solvent from application
eyuipment, using VM & P Naphtha:
C. Paint: Stir contents tkaorou�laly from battom of container. Do nat thin paint.
D. Locate markings as indicated on Drawings. Provide qualifi�d techaaician to supervise
equipmen.t and application of markings. Lay out markings using gui�elines, templates
and forms.
E. Allow pavzng to cure befor� painting as required hy manufactur�r of traffic paint.
F. Allow protective caaiing to cure a minimum of 48 haurs grior to application af traffic
paint.
3.02 APPLICAT��N
A. Using approved equipmeni, app�y paint ta a minimum thickness of 15 mils. Stripes
shall ba 4" wide. Mar�Cing edg�s of'stripes anei sym�ols shall be shazply outlined.
END OF SECTIQN
PAti'EMENi` MAS�ICINGS
02580
_�.
SECTTON 0�930 — LAWNS — T-IYDRO-MULCH�NG
PART 1 -�GENERAL
1.01 SUNIlv1ARY
A. Section Includes; Soil preparation, fertilization, planting, and oth�r r�quirements
regarding hydro-mulching operations to turfgrass areas as indicated on the plans.
B. Related S�ctions:
1. Section 02200 — Earthwork; topsoil.
G. Scope: It is the res�onsibility of the Contractor fo seed all disturbed areas of the site as
required herein.
1.02 SUBMITTALS
� •A. Product Data: Submit in accordance with Sectzon 0134Q. Submit a sarnple label or
spcciiications for each type of fertilizer.
1.03 QUALITY ASSUR.ANCE
, A. Establishment and Acceptance: Regardless of unseasanable climatic cc�nditions or oth�r
adverse canditions affecting pianting aperations and the growth of the grass, it shall be
'' the sole responsibility of the Contractor to establish a unifornl stand of grass. When
, adverse conditions such as drought, cold weather, high winds, excesszve precipitation,
, or other factors prevail to such an extent that satisfactory results are unlikely, the Owner
may, at his own discretaon, stop any phase af �e vvork until conditions change to fa�or
, the establishment of grass.
1. Uniform Stand of Grass: A unifonn stand wi�h complete co�erage of the
specifed grass shall be defined as not less than 1.50 gx'owing plants per square
foot for seeded areas.
B. Post Planting Maintenance: Maintenance shall begin immediately after each parti�n of .
grass area is planted. All planted areas will be protected and maintained by watering,
weedi.z�g, and replanting as necessary until receipt by Owner of Certificate of
Occupancy or as much longer as necessary to establish a uniform stand with complete
covera�e af the specified grass. Gzass shail be moved once a�veek hy tlae Cantractar
until final acceptance. All �rater equipment deemed necessary by the Contractor will be
provid�d by the Contractor. Contractoz will pay for all water required for wateri:ng.
� , i��o�� : : ►
A. Grass shal� be guaranteed by tltie Contractor for 30 days after the date of substantz�I
completion for the project, or attainxnent of the required stand of grass, which ever is
LAV4�i`TS -- HYDRO-Mi7LCHING
02930
-1-
later. During �his time, the Cantractor shall be r�sponsible for all watering, weeding,
mowing, fertilization, other maintenance as requzred, and replanting.
1. At the end of the 30-day warranty p�riod, the grass will he re-insp�cted by the
Ovcm�r and any defective areas w�Il tae repaired or replaced by the Contractor.'
2. The grass will be re-inspected in subsequent 30-day intervals as required until
a11 d�fective areas comply with subsection 3.01, D. All cos#s associated with the
iz�itial 3a-day warranty period an.d subsequent 30-day periods, if required, shall
be the responsibility of the Con#ractor.
PART 2 — PRODUCTS
2.OI MATERIALS
A. Bermuda Grass See�: Grass seed shall bE Cyraondon Dactylon (Com�non Bermuda
Grass). The seed s�all b� harv�sted within I�ear priar to planting; free of Johnsongrass,
field bind weed, daddler seed, and free of other .weed seed to the limits allawable under
the Federal Seed Act and applicable seed laws. The seed shall not be a mixfiure, The
seed shall be hulled, extra fancy grade, treated with fungicide, and ha�e a germination
and purity that will produce, after allowance for Federal S�ed Act tolerance, a pur� Ii�ve
seed conie�t of not less than SS%, using the £omnula; purity % times (germination °/a
tizz�es plus hard or sound seed °/fl}, Seed shall be labeled ir� accordance with U.S.
Department of Agriculture rules and reg�xlations.
B. FertiIizer: Fertilizer shall be a comrn.ercial product, uniform in composition, free
£lawzn.g, az�.d suitable fox application with approved equipment. Fertilizer shall be
delivered to fhe site in fully labeled original containers. Fertilizer which has been
exposed to high hurrtidity and moisture, has become caked or otherwise damaged
making it unsuitabic for use, will not be acceptable.
1. Initial Planting Application: Fertilizer for the initial planting application shall
be of an oz'ganic base contain.ing by weighi the following (or other approved)
percenta�es of nutrients: 1�-10-5 (N-P-K), also containing 10-� 5% sulfate and
traces of iron and zinc as required arad appraved by the Owner.
2. Post Planting Application: Fertilizer for the post planfing app�icatian will be a
chemical base fertilizer containing by weigkat the following percentages of
nutz�ents: 21-0-0 (N-P-K) ammonium sulfaie or the nitrogen equivalent of 33-0-
0 ammoruum nitrate,
C. Hydra-Mulch: Provide Conwed Hydro-Mulch. All nzulch will be man�factured frr�m
hardwoods only and will be refined specifically for lawn hydro-mLilch applications,
D. Topsoil shall be as described in Sec�ion 0220Q.
LAWI�TS - HYDRO-MULCHING
a�93o
-2-
PART 3 — EKECUTION
3.OI INSTALLATI4N
A. Soil Preparation:
1. Tillage: Tillage shall be accomplished to loosen the soil, destray existing
vegetation, and prepare an acceptable seed bed. All areas shall be tilled with
heavy-duty disc or chisel-type breaking plow, chisels set not more than 1 �-
inches apart. Initial �illage shall be dane in a crossing pattem for double
coverage, then fallowed by a disc harrow. Depth of tillage shall be 6-inches.
2. Cleaninb: All rocks and clods 3/4" in size or larger shall he rernoved from the
fine graded area. So�l shall be further prepared by the removal of dabris,
including building materials, rubbish, weeds, concrete chips and small piecea af
waod, regardless of size.
3. Fine Grading: After tilla;e and cle�nin�, all a.reas to be planted shall be leveled,
� fine graded, and drug with a weighted spike harrow or float drag. The required
result shall be the elirr�ination o£ ruts or depressions tl�a# would cause water ta
stand or pond immediately after rainfall or operation of the lawn irrigation
system, humps, and ob�ectionable sail clods. This shall be the final soil
preparation step to be completed before the cammencement af fertzlizing and
planting. �
B. Fertilizing:.
1. Initial Planting Application: The specified fertilizer shall be applied at the rate
� af 13 pounds per 1,000 square feet (800 pounds per acre).
, a. Timing: The initial plantinb application of fertilizer shall be appiied
after the sai.l preparation, but not more than 2 days prior to grass planting.
�' Fertilizer shall be applied o�er sod after planting, but nat rnore fihan 2 days Iater.
2. 1'ost Plantin� Applicatiozx: Thi.rty days after planting, grass areas shall receive
an app�icatian of 21-0-0 or 33-0-4 fertilizer at the rate af 9 pounds per 1,Q00
square feet (�00 pounds per acre). -
a. Timing: Th.e La�dscape ,Architect will detexmine i� it is too late in the
growing season for the post plan�ing application. In t�.e event that it is, the
application shall be made in the spring of the next year, or the cost of the
application shall became a credit due to the Owner.
3, Posi Pl�nting Maintenance: Areas wi�hout a uniform stand (complete coverage}
;, sha11 recai�e subsequent applications of ferfilizer, as described above, �very 30
days until a uniform siand is achie�ed.
LAw7.s - x�xa�cxn�G
o29sa
-3-
SECTIOI�T 03300 — CAST-II�T-PLACE C01�1CRETE
PART � � GEI�TERAL
1.01 SC�PE �F WORK
A. Concrete Sidewa�k
B. Concrete Handicap Ramps
C. Related work elsewhere: Section 07920 — Caulking and Sealan#s
1.02 QUALITY ASSURANCE
Reference Specifications: The work under this division of the Specifications shall
conform general�y to the requirem�nts of It�m 314 -"ConcretF; Pavement", Item 4Q6 -
"Concrete for Struct�ares", and Item 4I0 —"Concre�e Structures" of the City of Fort
Worth's Standard Snecifications for Street and Storm Drain Construction.
PART 2 � 1VIATERIALS
2.41 FORMS
Forms shall be of ample strength, adequa#ely braced, joine� neatly and tightly and set
exactly to es�ablished �ne and grade.
, 2.02 RE�NFQRCING MATERiALS
Reinforcing Bars: Reinforcing ba�s sl�all be Found deformed bars meeting the
� requirements of the current standard Specifications far Inte�rnediate Grade Billct 5teel
�. Concrete Reinfarcing Bars of the l�.S.T.M. Designatian A-61S. Reinforciug bars at the
time the concrete is placed shall be free fram rust, scale or ather coatings that will desfiroy
; or reduce the bond. General reinforcing bars shall be number three bars spaced 18 inches
�, an center in walks and I2 inches in slabs as shovvn o�a Plans.
2.03 CONCRETE MATERIALS
,I
A. Cement: Fortland cement shall rneet the requiremen�s of A.S.T.M. Specifications
Designatian C-150 and shall be Type 1..
B. Aggre�ates: Concrete a�gregates shall consist of gravel or crushed stone and
; � shali be free from any excess amount of salt, alkali, vegetative rnatter or other
` objectionabie materia�s. The aggregate sha�l be we11 graded from ii�ne to caurse
.� and the maximum size shail be one inch . Fine aggregate shall consist of sand
C. Water: �h7ater used in z�i�ing concrete shall be clean and free from deleterivus
amounts of acids, alkalies, vegetative �atter or organic material. The concrete
� sh�11 be mr�ced in an approved batch m�er. The mixing tune shail nat be l�ss
' than one minute after alI the batch materia�s are in the mixer. Cement cantent
casr-m►-P�.ac� coNc��
03300
-i-
shall be not less than fi�e sacks per cubic yard of cancrete atid sl�all have a
minimum 28 day compressive strength of3,000 psi.
D. Mixing: Transii mixed concrete shall meet all the reyuirements for concreie as
spec�ed above. Sufficient transi� mix equipment s}aall �e assigned exclusirvely ta
the project as required for eontinuaus pours at regular interva�s �without stopping
or inte�rupting. Concrete shalI not l� placed an the job after a period of 1 1/2
hours after the cen�ent has been placed in the mixer.
2.04 RELATED MATERIAL
A. Expansion Joint Filler: Expansinn joint ma�erzal sk�a�l be one inch clear heark
redwood with cap and paved cross section as shown on the pla.r� �
B. Dowels: Dawels for expansion jaints shall be number faw smooth rawnd steel
bars with e�pansion tubes as shown. on Plans. Dowels shall be placed eighteen
inches on center or as sho�m on Plans.
C. Curing Car�pound: The rnembranaus cuz�ing campavnd shail comply wrt�a the
re�uirements of A.S.T.M., Design�tiion C�349, Type 2, white pigmented.
D. PVC Sleeves: T�ie Contractar shall fuFnish and install four inch c�ass 200 PVC
pipe sleeves under concrete walk as shown an plans and details.
E. Caulking and Sealants — See Sectian Q7920
2.05 CONCRETE MTX DESIGN AND CONTR�L
A. Mix Design: The concrete shall contair► not Iess than fve sacks of cement per
cubic yard. Tatal water shall not exceed seven gallons per sack of cement. The
mix shaIl be unifarm and wvrkable. The arnount of course aggregate {dry-loose
volume) shall not be more t}Zan 85 percent per cubic yard of concrete.
The net arnount of water will be the amaunt added at th.e mixear plus the free wa�er
in the aggregate ar minus the amount af waier needed to coxr�pensate for
absorption by the aggregates. Free water or absorption determinations will be
based an the condition of the aggregates at the time used, The absorption �est will
be based an a thirty minute absarpt'ron period. Na wat�r allowanc� will be made
for evaporation after batchi.ug.
B. Slurnp: When gauged by the standard slump test, the settl�m�nt of the concrete
shaII nat be less than 3 inches nar more fil�an 5 inches, unless otherwise indicated.
C. Quality: Tl�e concrete shall be designed for a mix�i�um compressi�e strengih of
3,000 pounds per square inch at tY�e �ge of twenty-eight d�ys using a 5 sack mix.
CASi'-IN-PLACE CONCRETE
0330q
-2-
D. Control-Submittal: Withui a period af not less than ten days priar to the start of
concrete operations, ihe Contract�r sha.11 submit to the Eng�eer a design of the
concrrete mix propased to l� used together wzth samples af all mater�ia�s to be
incorpa�ated into the mix and a fu11 description o� the source c�f supply of eac�
material component. The design of the concret� mix sl�all cv�form wi#h the
pravisions and �imitation requirements of these spec�if cations. All material
samples suhmitted to the Engineer shall be sufficiently large #o permit laboratory
batcl�ing for the constructian of test beams to check tne adequacy of the design.
When the design m�c has been apppoved by the Engineer, there shaZl be no change
or deviation from the praportions thereaf or sources of suppiy except as
hereinafter provided. No concrete mav be nlaced on the iob site unfil the mix
desz�n has been annroved bv the En�ineer in w7ritit�� to the Contractnr.
P�RT 3 � EXECUTIOI�T
��=.
3;U1 REINFORCING
�Ietal reinforcing shall be accurate�y placed in accordance with the Plans and shall be
adequately secured in posrtion by concrete, rnetal, or p�astic chairs and spacers. Bar
splices shall overlap at Ieast fwelve incl�es. The re-bars shall be ber�t cold.
3.02 TQINTS
A. Expansion Joints: Expansion joint materials sl�all be i�talled perpendic�las to
the su.r�'ace. The bottam edge of the rnaterial shall e�ttend t� or �iightly below the
bottom edge of the slab and the top edge shal� be held appz�aximately 1/2 inch
below the surface of the sla�. The edge of joirrts shali be tooled with ari edging
,. tool havir�g a I/2 inch radius.
B. Contraction Joints: Cantraction Jo�nts sh�ll be 114 inch wide by 3/� inch deep,
toal�d joints placed on six foot centers, unless otherwise indicated. Contraction
joints will not be reqnired to be sealed. SawEd joints may be allowed only if
specifically appraved by the Engineer. Joints will be sawed as soon as sawing
� can be performed wi.thout stripping aggregate from the conerete, generally v�itk�n
twel�e to twenty-faur hours after pla.ceinent, and they shall �e completed before
uncantrolled cracking of the pavement takes place.
C. Construction Joints: Consfiruction joints shalj be instailed in all concrete wark at
the lacations shown on the Plans. Construction joints formed at the close af each
- day's work shall be located at an� of t�ie contra� jaints designate� an the Plans.
Joints may be constructed by use of wood or preformed metal bulkheads set true
ta the section of the fmished c�ncrete and cleaned and ailed. Surplus concrete on
' the subgrade shall be removed before resum�iz�g concreting operations.
3.03 PLACING CONCRETE
Placement of Concrete: The concrete sha�l be rapidly deposited on the subgrade
immediately after mixing is ct�mpleted. Subgrade and forms shal� be dampened prior to
� c�sr-na-P�,Ac� coNcx��
03300
-3-
placernent of the conarete. The concz`ete shall be transported, p�aced and spread in such a
ma�ner as to prevent segregation o� the aggregate or an excess amaunt of water and fine
ma�erials to be brought to tha surface. Na cancrete sha11 b� placed when tbe air
�emperature i� less than forty degrees Fa�u�enheit nor when the �emperature of the
concrete is eighty-five degree� Fahrenheit ox l�igher, withouf appmval of Construction
Inspector.
Placement shalt be carried an at such a rate that the cancrete is at all times piastic and
flaws readily into the space between the bars. Na concrete tY�a.t has partially lzardened or
tk�at has heen contaminated by foreign materia� shall be deposited in the wnrlc nor shall
retempered concrete be used. Each section af pavement befiween expansion and
construction joints shall be placed monoiithically.
All concrete shall be thoroughly compacted by sui#able mea.ns during the operation af
placing and sha.11 be tharoughly work�d aro�d reinfarcernent and embedded fixtures and
into the carners of �I�e forms. Special care shall he taken to preveni voids and
honeycom6ing. The concrete shail then be struck off and bul�-floated to the grade shown
on the P�ans before ble�d water has an oppc�rtunity to cal�ect on the surface.
3.04 FINI�HING
All concr�te shall be finished by experienced, qualified concret� finishers. All concrete
shall have a neat, round�d ed�e. Edging and jointing {radius described or� PIans) shaIl be
accoanplished wzth car� so as not to l�awe de�p irnp�essions in the concrete surface
adjacent ta edges and joints. After the concrete has been floated and has set sufficientlp
to supgart the weight of cement fznishers, a smaoih steel trowel will be used to produce
k�rd surface. The entir� surface wilI then be brushed wzth a stiff }�r�stls broam to produce
a z�niform te�ured finish. Ail edges and sides of concrete ea�posed to vitew shall be free
of warp and blemishes with a uniform te7tture and smaa�hness as described in Plans.
3.05 CiIRTNG
Curi.ng Compouz�d: Imtnediately after the finishing operations, the concrete shall be
completely coverec� w:it� a curing compound. The concrete surface s�all be lcept moist
between finishing opera�ions and the application of the curing compaut�d. The cu.ring
compound shafl be applied under pressure by means of a spray nozzl� at a rate no# to
exceed 20Q square feet per ga�lon. A minimum of 72 hours cuxing time will be required.
3.06 CONCRETE 'Vi�ALLS
A. Placing Concrete
1. Where tremies are used, or where the free drop is 5'-O" or mare, and
through reinforcemen�, use a dumping box ar board, mo�ing the concrete
therefrom by shovels or hoes. "
cAsr-�•r-r�,a�� coNc��
Q3300
-�-
2. Deposit concrete so thai the surface is kept level throughout, a minirrium
being permitted to flow from one pasition to another, and place as rapidly
as practicable after m�cing.
3. Do not use in this Work any cancrete not placed within 30 minutes after
leaving the mixer.
4. Thoroug�ly work concrete around reinforceme:�t and embedded fixtures,
and into cor�ers of forms, during placing operations.
S. Completely compact with #amping po�es and �y tap}�ing for�ns untii the
concrete is thoroughl� compact and without voids. Detezmine the nutnber
of tampers needed by the amount and method of placing concrete.
6. Exercise care to tamp concrete vigorously and tharoughly to obtain
maximum den�ity.
7. Use manuai tampers as well as mechanical vibrators.
a. Exercise care to direct the quick ha.ndling of �ibrators from one
•�- position to another.
b. Do not over-vibrate cancrete.
c. Do not anove concrete by use af vib�'ator.
B. Finishing
1. Ail forrned surfaces exposed to view shall have a smooth form fix�ish.
2. After concr�te has been properly placed and cured, sandblast finish if
indicated on the plans and per specification Section Q3354.
3.07 PROTECTIO�
After concrete is placed, finished and cured as required, permit no traffic therepn for
three days thereafter and further protect Yhe surface from damage due to other causes.
END OF SECTI4N
CAST-iN-PLACE CONCRETE
03300
-5-
SECTIOI� a��OD —1l�ETAL FASRICATIQI�TS
PART 1 - GEi�TERAL
1.01 RELATED DOCUMENTS
A. Provisions established within the General and Supplementary Conditions of the
Ca�tract, Division 1— General Requirem�nts, and the. drawings are collectively
applicable to this Sectian.
1, 02 SUMMARY
A. Section Includes: Miscellaneous metal work and related items.
� ,
�
1.03 REFERENCES
A. American Society for Testing and Materiais {ASTIV�:
1. ASTM A 3G — Specification far Struct�al Stee1.
2. ASTM A 123 — Specif catian for Zinc (Hot-Dip Galvanized) Caa�tiugs on Iron
and Steel Products.
3. ASTM A 153 —�pecification for Zinc Coating {Hot-Dip) on Iron and Steel
Hardware.
4. ASTM A 307 — Specificatian for. Carbon Steel Bolts and Studs, (60,000 psi
Tensile.
B. Federal �pac�cation {Fed. Spec.):
�. Fed. Spec. DOD-P-2103 5 A
2. Fed. Spec. FF-S-325 Shield Expansian, Nai1 Expa�nsian and Nail Drive Screw
(Devices Anchoring Masoz�ry).
I.Q4 SUBMITTALS
A. Shop Drawings; Subnut in accordance with SECTION 01340 — SHOP DRAWINGS,
PRODUCT DATA AND SAMFLES. Include detai�s on each metal fabrication,
including setting drawings far anchor bolts and other required anchors.
PART � — PRODUCTS
2.01 MATERIALS
A. Steel. ASTM A 36, shapes, plates and bars.
B. Threaded Fas�eners: A�TM A 307, Grade A, bolts and nuts.
C. Expansion BoIts: Fec�. Spec. FF-S-325, Group II, Type A, Class 1. Provide Hilti Kwik-
bolt or Ramset Trubalt stud anchors.
METAL �'ABCZICATIONS
05540
-i-
D. Galvanizing Repair Paint: High zinc dust content paint �or re-galvanazing welds in
gaIvanized steel, comply with Fed. Spec. DOD-P-21435A. Pravide Z.R.C. Coid
Galva:tuzing Compound. '
2.02 FABRICATION
�
I�
C�
Fa.bricate and assemble rnetal work in the shop to the g�reatest e�ent possible.
1. Metal surfaces shall be ciea.n and free af mill scale and rust pitting, wcll formed
to shape and size with sharp lines and angles. Shearing and put�ch�ng shall lea�e
clean true lines and surfac�s. Exposed ends and edges shall be milied smoath
with corners slightly raunded.
�V'eld shop connections to the e�tent pr�ctical� f1TlkSi1 EX}]O5�'{� WE�C�S smoath.
Weld joints shali �e flush
Cut, �1 or punch holes, da not make or �nlarge by burning. Provide holes
where required �or connecting the work of other trades.
Conceal fasten.iz�.gs where practical. Thickness a�meial and method of assemhly
and support shall give ample strength and rigidi#y.
Assemble parts so that joints are tigh�, members are zn good alignm�nt and the
�'mishec� work repraduces the drawing details as intended.
2.
�
4
5.
6. Stud Anchors:
equi�ment az�d
anchors used.
Shop Pair�ting:
Weld stud anchars #o mi�cellaneous shapes using welding
proced�res recomrnended by the rna.nufacturer of the stud
1. Carbon steel surfaces shall be cleaned, degreased and shop coated with a straight
alkyd, zinc chromate, r�,ist inhibitive paint applied by brush or spray. S#eel to be
encaseci in concre�e need not be painted.
2. Aluminum surfaces to be in direct contact wi#h concrete and �nasonry shall be
shop coated vvi� zinc chromate primer.
Galvanizinb: Provide a zinc coating for those i�ems �ind'zcated or s�ecified to be
galvanized, as follows:
]. ASTM A 153 for galvanizing iron and s�eel hardware.
2. ASTM A 123 for ga�vanizing rolled, pressed and for�;ed steel shapes, plates,
bars and strips 118" thick anc� heavier and for galvanizing assernbled steel
products.
METAL FABRICA`�IONS
D55n0
-2-
PART 3 — EX�CUTIDN
3.a 1 INSTALLAT�ON
A. Deiiver, stare and erect metal work in such manner that the parts are not damaged or
deformed. Install the work true to Iine, plunab, level, in praper alignment with other
work, and fr�e of sags, buckles and ath�r objectionable defects. Anchorage sI1a11 be
adequa#e to safely resisfi aIl stresses to v,+luch the work will norma.11y be subjEcted.
B. Touch-Up Painting: �mmadiately after erection, clean field welds, lmlted connectians
and abraded azeas of shap paint and paint e�osed areas witl� same mat�ria.l used for
shop pa.inting. Apply by brusb or spray to provide a minimum dry film thicknc;ss of 2.0
mils. For galvanized surfaces, apply galvanizing repair pa�t.
3.02 MISCELLANEOUS METAL SCHEDULE
�' A. Gene�al: Th� follawing is a general list of the metal work to be furnished nnder this
�ection of the specifications. Qther items of miscellaneous metal work shovvn a.nd nated
'� on tk�e drawings and not mentzoned elsewhere in the spaciftcations sha11 be furnished as
� , though specifically described hez'ein.
B. Pipe Rails: Hancirails and xailings of siant�ard black steel pipe with fittings as detailed.
Provide galvanized steel pipe at exterior applicatians.
1. Bend pipe to smaoth curves withou�. kinks. Make joints and conn�ctions flush
and smoath. Grind rough �dges and exposed welds smooth; dress to profile.
2. For iailings space the posts as shown b�t not more tlzari S-feet apart. W'eld posts
as detailed.
3. Rai�ings shall be designed and installed to me�t the T.A,S. requirement of
withstand:ing 250 �b% Pressure applied in any directian. at any paint on ihe railing.
4. Hanidrails shall be provided along bo��i sides af ramp segments. The in$ide rail
handrail an switchback or dogleg ramps shall always be cantinuous.
(a.) Rarnps in excess of 176 in (44'70 mrn} in width shall have intermediate
handrails spaced 176 in (4470 mm) on center maximum.
5. If handrails ar� nat continuons, they shall extend at least 12 in (305 mrn) beyonc� the
top and bottom nf the ramp segment and sha�l be paralle� with the flaor ox ground
surface �see Fig. 17)
6. The clear space beiween the handrail and t�.e wall shall be 1-- ",'� in (3$ nr�m).
7, Gripping su.rfaces shall be cflntinuous.
METAL FASRICAT[ONS
Q5500
-3-
$. Top of handrai� gripping suzfaces shall be mounted between 34 in and 38 in (865
mm and 965 mrn) abo�e ramp surfaces.
9. Ends of handrails shall be either raunded ar returned smoothly to flaor, wal�, or
gost.
10. Handra�i�s shalI not rotate within their fttings.
C. Gates: Provir�e gates of structural steel tubing of the sizes and spacin� as detailed.
Miter corners anc� weld all connectians.
1. Miter corners and weld cor�nectians.
2. Installation: Fence ta erected plumb and straight.
E. Miscellaneous Steel Shapes: Channels, vc�ide flange shapes, angles, plaies, tubing,
conneciions and bolts r�vhere shown and detai�ed on Drawings. Hot dip ga�vanize where
expos�;d to weather ox tou��iiag exterior masonry after fabrication.
�ND OF SECTION
�
METAI, FABRTCATiONS
455�0
-4-
i �
SECTION 0�9�0 - CAULKING AND SEALANTS
���������_�
1.OI DEFINITIONS:
A. The term "sealant" ar "sealing" shall refer to exterior joints expased to weath�r
i or interior joints exposed to moisture, Vt�hen "sealant" is used in an outside joint
� iri aluminum or steel frames, "sealan�" shall be required on the inside joint also.
B. The term "caulk" or'caulki:�g' {calking) shall refer to interior,�aints not normally
exposed ta weather ar maisture conditions.
_.
' 1.02 SUBMITTAL:
A. Subrni� ta Owner's representative manufacturer's literatwre, specificatian data,
and. colar chart for all maferials praposed for this project.
B. Identify their use and location.
1.03 GUARANTEE: The Contractor shall pravide the Tnspector a manufacturer's written
� guarantee on all joint sealin� materials. The manufacturer shall agree to provide any
,, replacerr�ent material free of charge to the City. Also, the Contractor sha11 provide t�e
Engineer a written warran�y on all sealed joints. The Contzactor shall agree to replace
'� any failed joints at no cost to the Ciiy. Bath warranties shall be for ane year after �'inal
- � acceptance of the campleted vvork �y the Enginear.
PART �-PRODUCTS
2.01 SEALANTS: As manufactured by Pecara or appro�ved equal.
' I A. Concrete-to-Concrete (Horizontal Joint): NR-201 with primer.
I B. Masonry-to-Masonry or Concrete-to-Concrete (Vertical): Dynatrol II
2.02 PRIMERS: Type as manufach�.red by manufacturer of sealing or cauiking mater�al and
carripl�tely compatible vvith compound.
I 2.03 JO]NT BACKTNG: Rods or tape in sizes and types as recommendec� by manufactuxer of
; sealina or caulkin; znaterial, and completely cazx�patible with compound.
CAULI�ING AND SEALANTS
079?0
-]-
PART 3 - EXECUTION
3.01 GENERAL:
A. Work shall be performed by experienced mecharucs skilled in execution of type
of work required and in application of specified materials.
B. Deliver materials to job site in original containexs with manufacturer's name and
bra:nd c�early marked �hereon.
e. When perimeter jaints araund frames that are to be caulked do not ha�e built-iri
stops or o�her means to prevent deptk� of compound from exceeding 1/2 inch,
pack joint with back-up materials of correct type and to the depth as necessary to
provide minimuzzi 3/8" and maximum 1/2" dcpth of compound.
D. Materials and methods shall be as speci�ed herein, unless they are contrary ta
approved r�anufacturer's directions or to appro�ed irade practice; ar unless
Con�ractor believes they wi11 not p:roduce a watertight job which he vvill
guarantee as required. Where any part of these conditions occur, Contractor
shall notify Ar�hitect in writing. Deviatzon from procedure specified will be
pez�n�itted on.ly upon Architect's approval and providing that work is guarant�ed
by Contractor as specified.
E. If, prior to begirming work, Conizactor does not noiify Architect iz� writing af
any proposed changes, it wi11 be asswmed that he agrees that materials and
meihods specified will produce results desired, and that he will furnish requir�d
guarantee.
3.02 PREPARATORY WORK:
A. Where wea�her molds, staff beads, etc,, da not form integral part of frame$ to be
caulked, but are removable, remove same prior to caulking, execute caulking,
replace molds, etc., and point.
B. Clean alI joints, etc., that are ta be caulked �r sealed, prior to executing work.
3.�3 PRIMING: When conditions of joints so require, or when types of materials used
adjacent to joints so require, or when compound manufacturer's recommendations so
r�quire, clean ar�d prime joints before starting caulking, Execute griming operations in
strict accardance with manufacturer's directions.
CAULKING A.�D SEALAt�ITS
07920
-2-
3.04 JOINT BACKING: Joint backing shall be znstalied in all joints to receive sealants.
Backing shall be sized to require 20% to SO% cornpression upon insertion, and shall be
placed so that sEalant depth is approximately 112 joint width. In joints n.ot of sufficient
deptY� to allow �acking, install bond breaking tape at back o£ joint.
3.05 APPLICATION: Appfy sealant and caulking material under pressure to fill joint
completeiy, a�lawing no air pockets ar voids. Tool the joint surface to compress fhe
compound into the joint.
3.06 THRESHOLDS: Place alI exterior door thresholds in a filI bed of sealant during setting
procedures.
� 3.47 CLEANING: Clean adjacent surfaces free of caulking and sealant and clean all work af
._ ,; other trades that has in any way been soiled by these operations. Finished work shall be
' left i�n a neat and clean condition.
END OF SECTION
� ,
CAULICING AND SEALANTS
07920
-3-
SECTI�N 09900 - PAINTING
PART I - GENERAI�
1.41 RELATED DOCLIMENTS
A. Provisions established within the General and Supplernentary Conditions �f the
Contract, Division 1— General Requirements, and the drawings are callectively
applicable to tb,is Section.
1 A2 SLiNiMARY
, � A. Sectioz� Tncludes: On-�he-job pain�ing and �nishing.
� 1. Included: Paint and f nish the foilowing materials, fiitings and
, equipment items which are expos�d to view inside and outside.
a. Tron, steel and galvanized me�al.
b. Bare and insulation covered piping azad ductvvork, conduit,
hangers, and primed metal swrfaces and factory-finish�d surfaces
of inechanicat and electricai equipment,
2. Not included: No painting is requized on the following:
a. Factary-finished light fi�tuures.
b. Archifeciural alumi.num and stainless steel.
c. Factory-f�shed picnic tabies, benches, and bollards.
d. Factory-finished shelter componen�s.
B. Related Seetians:
l.. Section 05500 — Metal Fabrications: shop prinaing of inetal fabricahons.
1.03 REFERENGES
A. American Socieiy far Testing and Materials (ASTM):
� 1. ASTM D16 — Defmitions of Terms Relating to Pain.t, Vamish, Lacquer
� and Related Products.
B. NACE (National Assaciation of Corrosion Engineers} — Ii�.dustrial Maintenance
Painfing.
PAINTING
09900
-1-
C. NPCA (1�Tatianal Paint arld Coatings Assaciation) Guide #o U.S. Go�ernment
Paint Specifications.
D. PDCA (Painting and Decorating Contractors of America} — Painting —
Archiiectural Specifications Manual.
E. SSPC (Steel Structures Pain�ing Council) — Steel Structures Painting Co�ncil) —
Steel S#ructures Painting Manual.
1.04 SUBMITTALS
A. Samples: Submit in accardance with SECTION 01340 — SHOP DRAWINGS,
PRODUCT DATA AND SAMPLES. Submit two 8%a x 11" samples of each
paini color scheduled on the calor schedule pre�ared by the Landscape
Architect. Samples shall be a heavy cardboard and shall be made with tk�e actual
mixed paints to b� used on the praject. Paint color shall be blue to match
shelter, tables and benches.
B. Paint Schedule; If painting materials other than those speci�ied aze praposed for
use, submit a camplete schedule of Yhe materials to b� substituted. This
sched�zle, in friplicate, shall be in the same form as the paint schedule included in
this sectian, and shall list materials by manufacturer, brand name and type for
each surface to bc f'rnished.
C. Close-ou� Schedule: Upon completion of work, furnish a fu1l schedu�e of paint
types and colars actually used and fozmu]as for each to the Owner.
1.05 QUALITY ASSUR.ANCE
A, Product Manufacturer: Company speciaiizing zn manufacturing quality paint
and finish products with 3 yeaxs experience.
B. Applicafiaz': Company specializing in com�mercia� painting and finishing wi� 2
years experience.
C. Product Labels: Include manufacturer's name, type of paint, stack number,
color and label analysis on label of containers.
D. Sin�le Source Responsihility, Provide primers and other undercoat paint
produced by sazx�.e manufacturer as �inal coats. Use only thinners appro�ed by
paint manufacturer, and us� only within recommended Iimits.
��rnrna�
0990Q
-2-
I j
E. Do not paint over code-required �abels, such as Underwriters' Labaratories and
Fac�ory Mutual, or ec�uipment identification, performance rating, �ame, or
nomenclature plates.
1.06 DELNERY, STORAGE AND HANDLING
A. Deli�sry: Deliver materiats in original cantainers with seals unbroken and Iabels
intact.
B. Starage: Contractor shall designate a specific space at the projeci site for storizzg
and mixing materials. Protect thzs space and repair all damage resulting from
nse. Do nat store kerosene nar gasalzne in #his space. Remove oily rags at the
end of each day's �rork.
1.07� PR07ECT CONDITIONS
A. Provide protection to maintain surface and ambient temperattires per
manufacturer's recommendations before, during and 48 �ours after application
of finishes, unless xequired otherwise 1ay manufacturez''s instructians.
B. Do not apply paint zn snow, rain, fog, or mzst; ar when the relative humidity
exceeds 85%; ar to damp or wet surfaees, unless otherwise pern�itted by the
paint manufacturar's printed instructions. Painting may be cantinued during
inclen�ent weather only if ihe areas and surfaces to be painted are enclased and
heated within �he temperai�re iimits specified during application and drying
periods of 24 hours between coats and 72 h,ours after final coat.
C. Pz'otection: Provide suf�cienf drop cloths to fully protect adjacent finished
work.
1.08 PRECAUTIONS
•� A. Paints, oils, thinners azad ather flanunable items shall be stored in approved
. containers when not in actuaI use durizag the paznting job. The fire hazard shall
be kept at a minimum.
B. Take precaution.s to protect �he public and construction workers during the
progress of the work.
�
C. Furnish a temporary fire extinguisher of suitable chemicais and capacity, Iocated
neax flammable zzaaterials,
PAIhTJNG
09400
-3-
1.09. MAINTENANCE
A. Extra Materials: Upon completion of the work, deliver ta Qwner 2 gaIlons of
each type and color of paint appli�d to interiar and exterior surfac�s. Pxavide
formula for custom match calors.
PART 2 — PRODUCTS
2.01 ACCEPTABLE MANUFACT'URERS
A. Provide paint as manufactured by the fallawing;
Coronado Paint Company or appr�ved equal.
B. Materials described ar� based an the specifications af ihe above listed
manufacturers, and are given to designate the quality of materials required.
Materials of best quality grade ar� representative o#' the standard of quality
required. Materials not disp�aying rnanufacturer's identzfication as a first line,
best-grade product wi11 not be acceptable.
C. Coltirs: The Lazadscape Architect wi�l prepare a color schedule. Regardless of
which brand of paint is selected far use, the Contractor shall intermix and blend
as required to obtain an exact match to each color on the color schedule.
PART 3 — EXECUTION
3.OI EXAMINATION
A. Verify that surfaces and substrate conditions are ready ta receive work as
instructed by the product manufacturer.
B. Examine sur�aces scheduIed ta be finished prior to cammencement of �vark.
Repart to Landscape Archit�ct any condition that n�ay potentially affect praper
application, �
C. Measure moisture content of surfaces using an electronic moist�re me�az. Do
not apply �'inishes u��less moist�re conten# of surfaces are belaw the
recoznniended maximun�s.
D. Test shop-applied primers for compatibility with subsequent cover materials.
E. Beginnin; of insallation means accepfance pf existzng sur�'aces and suhstrate.
PAIIv'TING
49900
-4-
3.n2 PREPARATION
A. Perform preparation and cleaning procedures in accordance with coating
manufactU.rer's instructions for each substrate condition.
B. Wash galvanized mefal surfaces with mineral spirzfs to remove residual grease
and oil.
C. Fill open joints, cracics and crevices on steel b�ck frames with metal putty and
sand srnooth before painting.
D. Remove hardware a�d accessor�es, plates, lighting fxtures and similar items
which are not to be f nish-painted or provide adequate surface-applied pratection
for these items in pIace.
� E. Uncoated steel and iron surfaces: Remnv� grease, scale, c�iret and rust. Where
heavy coatings of scale are e�ident, remave by wire brushing or sandblasting;
� , clean by washing with sol�ent. Apply a treatment of phasphoric acid solutian,
� ensuring weld joi�ts, bolts and nuts are similarly cleaned. Spot prime paint after
, � repairs.
3.03 APPLICATION
A. Workmanship shall be of the highest quality. Mix and use pain� materials in
accordance with the manufacturer's directions. Spread materials et�enly, flow
smoothly and brt�sh out wzthout sags or runs.
B. Provide fu�.isk� coats wliich are compatible with primer paints used. Provide
' bazrier coats over incompatible primers where required.
C. When undercoats, stains or other conditians show through final paint coat, apply
additional coats until paint film is of uniform color and sheen.
D. Between caats, sand enamel and lacquer fin.ish fln waod and iz�.etal surfaces to
produce a smooth, even finish. Use #220 grit sandpaper ar fzner.
E. Tint priming coats and undercaats to appraximate shade of final coat to assure
uniformity of color in the �'znish. Touch up suctian spots and "hot spots" befare
applyin� the last caat to produce an even zesuit in the f�ush coat.
�'. Exposed piping and candu.it in finished, viszble areas shall be painted the sazne
color as the surface a;ainsfi which it is installed, unless otherwise noted.
PAINTING
D9900
-5-
G. Do not paint over code-required labels such as Unde�-vvriter's Laboratories and
Factory Mutual, ar equipment identification, perfo:rzrzance rating, name or
nomenclature plates.
3.04 T�UCH UP AND CLEAN
A. Touching Up: 4n eompletion, carefully touch up a11 marred and damged spots
and work over ai� surfaces that hav� been repazred by other trades.
B. Cleaning: Remave spiIled, splashed and splattered paint fram all surfaces. Do
not mar surface finish of item being cleaned.
C. Reinstall t�e items removed under the pro�isions of paragragh above.
3.05 V,O.C. (VOLAT�LE ORGANIC COMPOUND) COMPLLANCE
Products listed in foliawing schedule and/or s�bstitutes proposed for use by Contractor
mus� be formulated to rneet all applicable ordinances and regulations regarding
maxim�m V.O.C. content. Utilize products which have been specifically formulated to
meet such requirements.
3.06 RE-P��INTING
A. Locatzons and Extent: The re-painting of existing surfaces shall be as £ollows;
1. Painted surfaces which have been rew�rked, cut inta or patched, wheiher
specifically designated on tha drawings or not.
B. CQ�4iS: Match existiz�g calozs of corresponding surfaces except where new
co3o�s are scheduled.
C. Preparation:
1. Clean surfaces to remo�e dust and dirt. Remove oil, gz-ease, wax and
other coniarninants which would inhibit paint bond.
2. Remove rust and loose and flaking paixat by scraping and sanding,
3. Sand hard glossy painted surfaces to b� painted, until dull or treat with
surface conditioner to promote adhesion of new caat of paint.
4. Prime bare areas with suitable primer in conformance with the paint
sc�edule for new work. �
�
PAII�TING
09900
-6-
D. Painting: Generally, apply one coat of finish paint over oId and new surfaces,
using the same materials schedul�d in the paint schedule for iike new surfaces.
3.07 PAINT SCHEDULE
A. The products listed below represeni top of the Iine products of each
manufacturer. These products are not presented as being equi�alent, as there are
too many vaFiables to match each praduct across the board. ManufactureF's
designation is:
�
CC Caron.ado Paint Company
B. Exterior Metal
5
1. Pipe guardrails, post an� cable systems, pipe gates, sheetpilings, and
� other exposed iron and steel.
1 primer coaf
�� Coronado Industrial Polyamide Epaxy Primer
2 fuush coats
Coronado Ind�xstrial Superthane Companent System
END OF SECTION
,�
i
i�
4 �
�
PAINTING
0990Q
-7-
SECTI�N 10426 — SIGNAGE AND GRAPHICS
PART I - GENERAL
1.01 RELATED DOCUMENTS
A. Provisions established within the General and Supplementary Conditians of the
Contract, Divzsion 1— General. Requiz'ements, and the drawings are collectively
applzcable to this Sectian,
1.02 SLJMMARY
A. Section Includes: Cost bronze plaques, aluminu�n frame/aluminum skzn
' permaz�ent in#'ormatifln signs, and temporary plywood groj ect signs.
B, Related Sections:
1. Section 03300 — Cast-in-P�ace Concrete.
2. Section �3350 — Sandblasting.
3. Section 055�0 — Metal Fabrications.
4. Section 09900 — Painting.
1.03 SUBMITTALS
A. General: Subrt�it in accordance wifih 5ection Q1300 Submittals.
. B. Tamplate: Submzt full size template dxawing for approval of bronze plaque
;� letter size, stock, spacing, anchorage devzces, �tc.
; � 1.04 QUALITY ASSURANCE
,
� A. AiI painted signane shall be provided by a single source with at least fzve yeazs
� experience successfully providin; signage of similar type and scope,
�
B. A11 cast elements shall be provided by a single source with at least five yeaxs
'� experience successfully providing casting� of � similar type and scope.
�
��
SIGNAGE AND GRAPHICS
10426
-1-
PART � — PRODUCTS
2.01 BRONZE PLAQUE
' A. Bronze plac�ue shall be cast of virgin igots, SS-5-5-5 standard U.S. monumental
bronze alloy. Casting shall be free of all pits and gas holes a.zid all letters shall
be sharp and hand tooled. Faces of rais�d lett�rs shall be satin finish and
background sha11 be leatherette finish and oxidizcd. Two protective caatings of
clear lacquer shall be sprayed on completed plaque. Plaque shall be cast as
detailed on drawings using "Heivetica" letter style and shall be mounted �o cast
in place concrete pedestal with flat head screws, coun�ersunk, with rosettes.
Furnish Landscape Architect with rubbing of actual pattern for approval prior ta
casting.
B. Exact wording ta be suppli�d by owner prior ta arderz�g.
C. Actual autside dimension to be 18-anchEs top/bottom and 12-inch sides,
D. Furnish rubbin� of actual pattein for appraval prior to casting.
2.02 PERMANENT INF�RMATIQN SIGN
A. �ign shall be fabricated with aluminum fra�nework and aluminurr� skin of .Q90"
thickness.
B. Si� and text shall be painted with colars as specz�ed and clear caated for
durability.
C. For exact wording and graphics see example Fncluded herein.
D. Shop drawings will be submitted for approval prior to sign construction.
E. Contact City Representative foz infozmation on lagos and seals,
2.03 TEMPQRARY PROJECT �IGN
A. Si�n shall be fabricated from a 4' x 8' sheet of 51$" exterior grade plywood.
B, �ign and teat shall be painted with colors as specified,
C. For exact wording and graphics see example included herein.
SIGT`AG£ A11D GRAPHiCS
10426
-�-
D. Contact City Representative far infarmation on logos, seals, and actual £unding
amounts.
PART 3 — EXECUTION
� 3.O l INSTALLATION
� A. P�aque:
i. Install plaque on cancrete base as shown on detail within specifications
' and in location as referenced on plans. Base shalI be iightly sandblasted
� ta provide a uni%rm appearance.
�
, B. Permanent Tnformation Sign:
, 1. Install on two 4" x 4" sq. metal pasfs per detail included hereir�.
Maunting hardware shall be located to a�oid canflicts with text and
� related sign information.
C. Temporary Project Sigz�:
� 1. Frame and iustall sign per detail included herein.
D. All signage and gt'aphics will be installed plumb and square and in compliance
with manufacYurer's instructions and industry standards.
;,
3.02 CLEANING
•� A. On eompletion, clean expased surfaces and leav� free of defects.
B. Do not use abrasives.
, 3.03 DAMAGE
' A. Any plaque or si� which is damaged or defaced priar to acceptance will be
I rej ected.
I
�
M����]�.��I#��i��l
SIGNAGE ANb GRAPHICS
]0426
-3-
/
�
��
i
� •
,`_ .,—
�
�
��'���
�� � ���
�� �''��� At�'�� �'� �,�',�
� ��,� �1T'� ��',��'`�
o�`�R ���.
p SE
TP� � �� p���" ����.
� � �`�` TN� . ��� �°E'�
-��-�.A` �aR ,�fi���.
�� ���
����1� �
. '�,�1,,�� �
� t��E
�[� �.�� . ���1�� .��,�
� �, � � ����,.
���� ��� �
`��� gY ��� ���
�s����° � ����
N o��.� Aoc��� �F � [j�
�$.7� p,L ` � j ����
� ��
f� P���1� � �� ��� [$a �' 1, FIS� L
�,�,i � 1 ��a�4�,��0� s�
l� �� �� ���-c
���
���� � �
75p/o
��Q%a
S�AT� F FQR'T ���T� ROJE�� �C',�''�
�ii'� � -�pTAL �' �Y PR����1 "�
T��pp�1� .�Q �GAL� $.
t��� �Z� �s 4 X
A�.���,� s
�'?�'�.i�..
.�
�— �
_�
_—
� —
.�
_�
_. � � � ..�'
�
�
��� - �� .
.
r
9' . 0 4 .�..
�--- � .
,�' . Q� ��.�-r'1 •
) ��t ,r--� � '
'���� .. A � �pACE
-`��r �"`-'��- ' `�1P. EaCN£ND 4f
�� _. �--' ,.,
. � g16H
' �r 7f; Y. ExTER10R A'�� r-------• _
� �� O.fiF.A. ('�-'�w�Qd
Y
'd :
_` .
� •
�' • , =r
f j__� �
� { �S�Kat� PAAu1�t�G
. —� I � �C„ `,. �„aRrEr� nouNo . � �"'
���� � $IGM � RCl�t + .
'O . �--^� �.�-
;1
�
v: s t� �Qt�G C,�til.
µac�+s�E eo�t
$ t� R{'•4
�QST
. . -,r�,`� ��``�`t' ,� I1 � � ��CTirJh�
, --_' � lr�� � p,-� 1 t� N
,�, ._ . S 1 G� E t- E
_ �..
'O _,, r.a�t4E
� 5�4t; � � -
' ��F1Mi5�j G�AQ�
� ����
�a , �
� � � ..tl, �'�.»
„
; r,_ ,__
�
_�
.�,
_.-----�---`
,,,
,
1�---
�Ra�� G����Ti��
. . ���
��� ��
� ��� �
-� �'�`" s��-� .
��� �Q�r �ro .
���
�
� 1
�
9
�
,
LAK� VIIaRTH �30A� RANiP PRQJ�CT
A�ED�RAL A!D IN SPORT FISH
R�STORATfON ACT PRO�f�CT
SPONSERE� BY
THE CITY �F FORT W�RTH
TEXAS PARK AND WILDLiFE DEPARTMENT
U.S DEPARTMENT OF INTERIORIFISH & WIf�DLIFE SERVICE
2001
KENNETH L. BARR GARY JACKSOIV
MAYOR � CiTY MAI�AGER
C�TY COUNSE� MEMBERS
JIM LANE CLYDE PICHT
CHUCK SILCOX .�EFF WENTWORTH
BECKY HASK�N RALPH MGCL�UD
EUGENE MCCRAY CATHY HIRT
RICHARD ZAVALA, DIRECTOR
PARKS AND COMMUNITY SERVICES DEPARTMENT
PARKS AND COMMUNITY SERVICES ADViSORY BOARD
LYNNE MANNY, CHAlR
CARLOS P. AYALA
� C�AY BRANTS
DAVID VASQUES
; W.G. W1LEY
ENGINEERS
DIJNAWAY ASSOCIATES, ENC.
1501 MERRIMAC CfR. STE. 'i00
FORT WORTH, TEXAS 7fi10i
CONTRACTORS NAME
BRONZE PLAQUE
NOT TO SCALE
(Actual size is 9 8" x 12")
KATHERINE RH�DES
BRAD BARNES•
YVONNEJOHNS�N
MARY A. KLEUSHER
gs+
�y `+�
� J/ .
�
n
— _ �'�
� �
,• ' �
. �
�
�
�.� �
.�� � I � .
I �p ./ � �
, .. � �Or1Y��� ���
� �'`rr���—r���%�(' FNd ,4�—,
"' � / .
, �.
.�, . � ...
�����`
� . .
���� . . r�t[
tlt �.I1� tt� -
� �rs .
� R ����'t
0
. i BR�NZE PI�.�QUE I1�I�U�T�G DET�.IL -
� A.I�TD ���I�TCRET�E BA.��
� NOT TQ SCALE
I .I
�
�
�IT�' o� FO�I�T �FVoIR�'Fi
Q�AKE W�Fi��l I�ARIC
(8.75" D1A) TP4V� SEAL
i
HOTIG'E:
gEFpR� LAl1NCFi�NG WA7�x CRP.FT. OBTAIN HOAT U5�
517G1C�R AT iA1CL` �FF1C�5 AT 7601 CJ1}iOHA �RIVt PORT
WOfZT11.1EX45
NO ALGOHOI�C BL`V�PJ�G� flN IAKL
FQR FUi�'FifR I�lFORAAA7ZON. PLF115E CAI.I. LAK� 4YORir[
luWT7AiG�lvfENT - (S 17} �37-6950.
'FO REPOfLT AN :ACCIi7ENT OR AN fMFRG�NGY CALL EOCALLV
911
FOR SAF� BOP7T�1G CAUR5� CAI.]_ l-000-792-I I I 2
THI5 E5 A PARTfA1 LE5TfNG OF BDATfNC'�JP4VG LAWS. FOR A
COMPLtTE 115T1NG CANTACT NEAiZFST TPWP Of`FIGE.
CAUT]OH
$ �,,�...,Qr�
NO WAKE
NO FISHiNG
DANGER
� 'C'�'c�; ,�
HAZAROQUS
S1iALlOW AREA
SQAT}NG LAtH5:
APPROVED LJF� JACIC�T FOK EACH PERSdN A90ARD.
CFiILDA.EN UiJ��R 131'tAFZS Og RiGL MU5T 4VCAI� UPt
,lAf�i EN MQTOR80AT5 UHOEK 26' WMIL� t1Ni7EI{WAY
GERTlF1CATC �P NUMB�R AS4ARD
�AEL VI�W ivfIRRORR7B5PRVER OVFR ! 31'EARS OF AG�
Wt11L� FOYV�bIG A 5F1�K
7X kUMBCK tufU9T BE DISPLAY�O
F11t� pCT1NGUf5HER R�QUlRfD [�](C�Pf F�R OPtTI BOATS
WITFipIlT 5TORAGC CAMPARTi4ltN15
NO PElZ50�V MAY OP�RATE MOTORHQA7 5� AS TO (�Ai�
A IIAZARDOUS WAKg OR WASii
YRfJPCR UGtiTS RL�UfR[a FOR NfGtiT pPCRATtON
80A71NG AGC1D�fT5 MU5T � RFPORT�B TOl�X�°t.� PIViJCS
fWD WIL�II� dEPAATM[NT
��i. -,. , �..:
����.
_.�
,. ..
�X�� ���� ��'� �`���I��
DE�PA�BT�'E�'t
PwC {,��T 5K1 lAWS1
PWG OP�RATORS 7 PP55�lG�FLS MU5T INfJ1R APPROV��
LiP� JACKLTS.
RMC 9HAiL NOT .111MP 7ti� WAKE DF ANO'ITi�R VC5St1
R�CRL�5,5LY OF� i1NNEC�SSAKlLY CLOSC TO 7tiAT Vl�S�L
PNC 5HALL NOT OP�RAT� 1MiHIN 50' OF fWOR}1ER �OAT,
PER50N OK PEAiF01i�4! IXG�PT AT FiFl1fJWAY SY��.
MU5T BC 19 Y�RS O� �4�GC TO OPCRA� PWC UtILE5.5
ACCOMPANim BY AN ADUL7 17 Y�ARS OR O[D�R
QPCRAl10�[ QP PV4C PR.OFi�I�iRD H�iVYttM 5U�E5�i AN�
SIJNRlSt
MAY NOT dPC#�ATC �4JC IH A MANN� 11iAT R�Q�11RL5 TFiE
OP�ATOR FO SHI�RVE AT 111E U5i P05818LE MOMEFff 70
AY01D GOLIJSIQN
�X NUIvlB�R MU5T BC Q�SF'LA1'�D
90AT5 _
KEEP Ol1T
orvER oowN
�
No eoars �+n�irr so'
BOATS Y�IITHlN 150' HEADWAY SREE6
PEI�l�C.A1�T�NT �NF'��1VIA'JCI�N S��N
NO� �O SCA�E
ACT�7AL SIZ]E 5'x8'
., ,. . .
�
, �
�7� �� ' -
�� N
. M � � ������
. �"r�-Ni�-� 1�T�r�! �(C�,1.
` . �� ��� .� rf t�
� �SC� �N i7 1��, .
.�, ��
�
t�
.�
-- � - -� . �.. .: . ._, _ _� �_ .. _ : _ . � , ��;'
- . .. . . . � t�� . : �
� �- E#- � t�, � -�-�" �.�.� . '� �P , . � �
.. �
� �Y.
��
� �cr�t�--�-1 � �N (r�..S�',..�. . �
�� . . . � � . . . . ' : �.
.� .�~ - -� . -- �-�. � . � � - �r.l
���� � � � . ������� � . .
� . . , �
f�il� � � �.���n� �- ' . 6 � � �
r �
. - Q . �� . ' � - d , '�''..�
' '� . ' � . � I
' r � . � � . . ��
. � .�� • � S • ' , ^ �
• . � - �
_ . ._ . :
�6 c�_0 , � � `�
�- . ' - . � , - �
������� . . • ��%!� ' �
' . � ��� . . .
P� N�' ]NFORMATT�N S�GN I�STALLATION
r��x �ro sc�� �
SECTION 16010 — GEIV'ERAL REQUIREMENTS FOR ELECTRICAL WORK
PART I - GENERAI�
1.01 SLTMMARY
A. Provide all labar, materials, supervision, tools, services, equigment and
r incidentals necessary �or complete and operational systems as specified under
� this division and as shown on tbe Contract Drawings.
,
1.02 DRAWINGS AND SPECIF'ICATIONS
A. Prior to submitting a bid:
�. ExaminE the Drawings.
2. Read the Specifications and other Contract Documents, inciuding
Add��da and referenced material.
3. Visit the site of the work.
' 4. �3ecozne informed prior to bidding as ta existing conditions and
. �inr�itations af the project.
B. Bring exceptions axad inconsistencies in Drawings, specifications, addenda,
� xeferenced materia�, other Contract Documen�s and siie conditions to the
,. attention of t�ie Engineer in writing s�ven days befare the bid apening; otherwise
be respansibi� for changes and additions ihat become necessary during
' � construction.
C. Tnterpretation or correction of tha Contract Do�uments will be made by
'' Addendum and will be mailed or delivered to each Contract Bidder of Record.
D. Location of rnaterial, equipment, devices and appliances shown in the Contract
Drawings are approximate and are subject �o such Fevisions as may be necessary
or desirable at the time the work is installed. Install the work in relation ta
� existing conditions and be responsible for the correctness of the work with
reference to finish elevations and surrounding conditians.
�l
GEATER4L REQUIREMENTS FOR ELECTRICAL WORK
16Q10
-3-
E. The accflmpanyin� Drawings do not indicate the existizxg electrical installations
other than to identify modifications and extensions thereto. Visit �he site and
ascertain the conditions ta be zn.et an�, the wark ta be accomplished in remo�ing
and modifying �he existing work, and in.stalling the new work. Failure to
compiy with this shall not COI15tIttltE grouz�ds for any additianaI payrnent in
connection with remouing or modiFying any part of the existing installations
and/or installin� any new or tenzporary wark under this Division.
1.03 CODES AND STANDARDS
A, Execute the work in accordaz�ce with local, state and national codes, ordinances
and regulations having jurisdiction ar aufharity aver the work. Make any and alI
adjustments required by these agencies �vithou# further cost to th� Owzxer, In
addition, con#'orm to the applicahle provisaons and recommendations of the
following standaz'ds:
1. Natianal Electrical Manu�'acturer As�ociation (NEMA)
2, American ,Sociaty far Testing and Materials (ASTM)
3. National Fire Protection Associatian (NFPA)
4. National Electrical Safety Code (NESC)
5. Institute of Electrical and Electronic En.gineers (IEEE}
6. Naiianal Eleci�rical Code (NEC)
7. Undezwriter's Labozataries (UI.,)
8. American National Standards Institute {ANS�
9. Uniform Buijding Code (LTBC}
I0. Occupational Safety and Hea1�h Ad�x�inistration (OSHA)
11. Americans with Disabilitie� Act (ADA}
12, Lacal utility companies
B. Execute t�e work in accordance with the most current codes and standards in
e�fect at the time of bidding.
GENBRAL REQUIREMENTS FOR ELECTRfCAL WOTtK
16010
.2.
C. Tn the event standards ar�d codes conflic� wifih each other, the most stringent
shall apply.
D. Confoz�mm ta National Electrical Code rules. Provide material and equipment
whicb is appraved by Underwriter's Labaratories, bears UL label and is
acceptable to Factory Mutual.
E. It zs specii'ically un.derstood, however, that in #hose instances where capacities,
sizes, etc., o� eiectrical equipment, devices or material as d�signated in these
�pecifications or on the Drawings are in excess of the minimum requiremenfs of
the National El�ctrical Code, such desigzzated capacities shall prevail.
PART 2 — PRODUCTS
2.01 SHOP DRAWINGS AND SUBMTTTALS
A. Submit Shop Drawings for all material furnished under this d'zvision of the work.
Refer to the General Requirernents for additional requirements. In addztion to
the quality of Shop Drawing copies required by the General Requirements,
' furnish one additional copy far tl�e Electrical Engineer's file. No material shall
,, be fabr�cated, delivered to the Jobsite, or installed which has not been approved
by the Engineer through Shop Drawing submitials.
' B. The submittals shall include sufficient descriptive material, such as catalog cuts,
diaa ams, and other data }�ublished by the manufacturer, as r�vell as evidence of
� f campliance with safety and performance standards, to demonstrate conformance
� to the specification requirements; catalog numbers alone will not be acceptable.
The dak� shall include the name and address of the nearest sezvice and
� � maxntena.�ca arganization that regularly stocks repair parts.
C, Delivery Shop Drawings ta the Engineer in suff cier�t t�e to avoid delay of the
proj ect. Allow a minimum of two weeks for the Engineer to review and return
the submittals. Division 16 submittals shall be su.bmitted at one time and shall
be bound together in one common binder or folder.
D. Before submitting Shop Drawings for revxew, examine them and verify that they
coF-rectly represent the material or equipment intended for this project. The
Contractor's review af Shop Drawings is nat intended to take ihe place of the
review of the Engzneer, and Shop Drawings which have not been reviewed by
the Engineer shall not be �sed in fabricating or installing any vaark.
GENERAL REQUiREMENTS FOR EI.ECTRiCAL WORK
16Q10
-3-
E. List deviations and exceptiQns from the specified equipment in writing. Failure
to do so will be cause far rejection of submittals. Contractor agrees that if
deviations, discrepancies, or conflicts hetween Shop Drawing submit�als and th�
Cantract Documents are discovered either prior to or after Shop Dravving
submittals are reviewed by the Engineer, the Contract Dacuments sha�l control
and shall be followed, unless deviations have heen specifically approved by the
Engineer.
F. The review of Shop Drawings or catalag data by the Engineer shall not relieve
the Contractor from responsihility for deviations fram plans and specifications
unless he has, iza writizag, specificaliy called atiention ta such deviatians at the
tinr�e of submission and has obtained the permission of the Engineer therean; nor
shall it relieve him from responsibility for error of any kind in Shop Drawings.
W�ien the Cantractor does call such devzations ta the at�entian of the Engineer,
he sha11 state in his letter whether ar not such deviations involve any extra cost,
Tf this is not mentioned, it will be assumed that no extra cost is involved far
making the change.
G. Contractar agr�;es that �hop Drawing submittals reviewed by the Engineer ar�
not change orders; that the purpose of Shop Drawing submittals by the
Co�tractor is to demonstrate to the Engin�er that �he Contractor understands the
design concept, that he demonstrates Ysis understanding by indicating which �
equipment and material he intends to furnish and 'u�stall and by de�aiJing the
fabrication and installation methods he intends to use.
2.02 STANDARDS FOR MATERIALS
A. Tt is the intention of these speci�cations to indicate a startdard of quality for a11
materials incarparated in this wark. Manufacturers names az�d catalog numhers
aze used ta designate the iterz� of equipment or mat�rial as a means of
establislung grade ai�d quality, Wk�ere severai manufacturers are narned, only
tbe named manufacturer's products will be considered and the Cantracfor's bid
shall be based on their product with the e�ception of the lighting fixtures and
poles where only the named manufactur�r's produc#s will be conside;red.
B. Where the phrase "or approved equal" or "ar equal" o:r "equal to" or "accepted
substitute" is used in these specifications, the names or name rnentioned are to
be used as a basis of quatity, Other manufacturers will be considered i� the
quality of the proposed material is equal to that of materials named, ira the
opinion of the Engineer. Such unnam�d manu�acfuxers' praducts will, however,
be considered as substitutions and shall not be used as a basis for bidding.
GE%IERAL REQUIREMEh'�S FOR EL�CTRICAL WORK
1G410
-4-
C. Basis of quality shall include r�aterial, warkmanship, weight, fuushes, gauges of
rnaterial, appearances capacity and per�'armanc�. Manufacturer's representation
.- as to availability of equipment, replacernent parts and service personnel in t�e
area will be a factor in considerafion of submittals.
D. All materials shall be fuliy warranted.
E. Fumish standard produe#s and manufacturers re�ularly engaged in production of
such equipment.
F. Furnish manu£acturer's laiest standard design.
G. All eq�.ipment shall conform to applicable IEEE, UL, ANSI andlor NEMA
Standards.
I
'` H. Obtain manufac#urer's recommendatiQns and instructions for aIl instalIed
,, equipment including iristallation instructions, prepara�ion cleaning, tests and
; �.
preservice checks, then ensuxe all have been performed prior to completion of
. work.
2.03 SUBSTITUTIONS
� A. Substitutions of equipment shall be approved by the Engineer prior to
. installatian. Substit�.ition of equi.pment shall be in accordance with Divisior� I o�
the specifications.
B. When alternate or substiilzte materials and equipment are used, the Contract�r
shall be responsihle for space requirements, confiwrations, pc;r#�ormance,
changes in bases, supports, stntctural rriembers and openi�gs in structure, an�
ather apparatus and trades that may be affected by fheir use.
G Contractor shall bear al1 add'ztional costs resulting from the use of substituted
materials. Such changes shall be at no additional cost to �he Ovvz�er.
PART 3 — EXECUTION
3.01 PERMITS AND FEES
�
� A. Sectiire and pay for all necessary permrts, licenses and inspection.s required by
I law for the compleiion of the Wark. Secure and pay for ali certificates af
appz'aval that are required and deliver thern to the En.gineer before final
acceptance of the Work.
GENERAL REQilIREMENJ'5 �'OR ELECI'R1CAL WORK
1G010
-5-
B. The contractor sha�l obtain a Cifiy of Fort Worth building permit. The Qwner is
r,vaiving the requirement far payment of fees far building perinit.
C. if any charges are made by a utility company in connectian with the work under
this di�isian, the Canfractor shall advise the Qwner, so that tne Own�r can pay
these charges. Ad�ise the Owner of these charges in a timely manner, so as not
to delay cor�truction on the project.
3.02 QUALITY ASSURANCE
A. Use adequat� quantities of skilled workmen who are trained and experienced in
ti�eir crafts and who are familiar with the specified requirements and methods
needed to perform the work in this divisian.
B. Insta�l rr�aterials and equipment based upon actual dimensions and canditians at
the project site. Field rneasure for mat�rials or ec�uipment requiring exact fi��.
C. Perforrn wozk in accordance �vith good commercial practice. The good
appeazance of the fixzished work shall be of equal importance rwith its operation.
3.03 PRODUCT DELNERY, STORAGE AND HANDLING
A. Follow the manufacturer's directions in the delivery, stora.ge and handJizag of
equipment and anaterials.
B. Equipment and materials shall be tightly covered and protect�d a;ainst dirt,
water, cher�ical or mechanicai injury and theft. Damaged equipment will not be
accepted.
C. After matezials are installed, protect the installation unfiil the work is completed
a��d accepted by the Owner.
3.04 CLEANiNG UP
A. Remove all shipping labels, dirt, paint, greasc: and stains from all equipment
under this division o� the Wozk. Remove debris as it accurnulates. Upon
cornpletian of tha Work, etean all electrical equiprnent and the entire electrical
installation in order ta present a first class electrical installation. No laase parts,
scraps, tools nor debris shall be �e� or� the premises.
GENERAL RSQUIREMEIrTS FOR ELECTRTCAL WORI� u
16010
-6-
3.05 FOUNDATIONS
A. Be respoza.szble for the installation. of st�el reinforced concrete piers for pole-
mounted lighting fixtures. Neatly chamfer tap edges and conform ia the
requirements of the other sections of the specifications describing this class of
work. Remove all form marks, buns and imperfections from a11 exposed
su�'faces for a neat and appealing appearance.
3.06 PAIlVTING
A. Maintain ori�inal factory finish on aIl xnaterial and equipment installed under
this division of the work unless specifically noted otherwise vvithin the Contract
Documents. Should the finish be marred in transi� or during installation, it shall
be fnished to present a neat, workmanlike appearance. Leave equipznen.t clean
and free from any grease, clirt and rust and in a suitable conditian for paint'rng.
3.07 EXCAVATION AND BACKFILLING
�A. B� responsib3e for aIl �xca�ating and }�ackfilling necessary far the installation of
- the work under this di�ision. Tnclude shoring and pumping in ditches to keep
; them in dry conditions until the work has �een instailed. Perform all shoring
required tfl pro�ect the excavation and safeguard emplayees.
S. Make excavations to the properr depth, with allowances made faz floor slabs,
forms, beams, etc. Compact tk3e ground under conduits before canduit� are
instaXled. Obtain approval of routing of excavation from tbe Engineer priar to
executing the work.
C. Install exteriar conduits with a mznimum af 34 :in�hes af cover below the
�"inis�ed grade, unless atY�erwise indicated.
D. Use selected soil for backfilling, free fram rocks and debris, pneumatically
tamped with 6-inch layers to secure a field dens�ty zatio of 90 percent as defined
by ASTM Designation D698-57T (Proctor Soil Compaction Test).
E. Remove fram the site excavated materials not suitable for �ackfill and not used
in the backfill.
F. Field check and verify the locations of all underground utilities, Avoid
'' disturbing these as far as possible. In the event existing utilities are danzaged,
�, � they shall be repaired to make their operation equal to before any trenching was
siarted.
I
l
GENERAL REQUIREMENTS FOR ELECTR3CAL WbRK
16Q10
-7-
G. Replace concrete, curbs, paving and other surface improvement� cut during
e�cavatia� to their ariginal condition. In a lim�-stabilized a�rea, the lime
stabilization sha11 be fully restored after the excavation i� complete.
3.08 IDENTIFICATION �F ELECTRICAL EQUIPMENT
A. Identify electrical equipment in accordance with the NEC, 1oca1 authorities and
in accordance with the requirements a�'the Contract Documents.
B. Use laminatad three-ply engraved plastic nameplates wifh black surface and
white interior core, at least I/I6-inc� �hick. Engraved let#ering shall be
condensed gothic at least �/4-inch high and properly spac�d £or legible and easy
reading. Attach plates ta equipment witb, ckaramium�plated screws, Adheszve
attachzuent is not acceptabl�. Tden�ify th� followzng itenns with en�aved
nameplates, located as foilows:
1. Each branch circuit panel — on paflel trim cover immediately above panel
door.
2. Each safet� switch — on outside of ca�ver.
C. Custom engraving on cover piates for items noted aba�e shall be equal to
custam engraving as performed by Hubbell, or accepted substitute,
D. Branch circurt panelboard director�es shal] be completely and properly
typewr;ttten�
E. Re�er to other sections of ihe specifications for canductax colar-coding
requirements.
3.49 LOCKIN� OF ELECTRICAL FACILITIES
A. Provide padlocks for exteri.or electricai faciliiies subj ect to unauthorized enf�-y.
B. �'urnish locics to match. Own.er's locki.ng systena. Key aIl locks alike.
C. Furnish Ownerr with fwo keys per �ack up to a quantity o�texn keys.
D. Jnsta111ocks immediately Etpol� installation of electrical facilify.
GE1�fERAL REQUIREMEIvTS FOR ELECTRICAL WORK
16010
-8-
,�
3.10 RECORD DOC�CJIVIENTS
�
A. Jab set: Promptly following receipt of the Owner's Notice to Proceed, secure
from the Engineer at no charge to #he Cantractor, one complete set o� aIl
Documents comprising the Cantract.
B. Final Record Documents: At a time nearing the completion of the work, secure
from the Engineer at nor charge ta the Contractor ane camplete set of sepza
transparencies of all Drawings in the Contract.
C. Maintenance of �ob Set: Immediately u�on receipt af the job set d�scrihed in
paragraph above, identify each af the Documents with the title, "RECORD
DOCUMENTS — 74B SET".
D. Preservatian:
i. Cansidering thc Contract cornpleiion iime, the probable . number of
occasions upon which the job sst must be taken out for the new entries
' and for exarnination, and the conditions under which these activities will
� be performed, dev'ise a suitable method for protectizxg the job set to the
approval af the Engiszeer.
2. Do not use the job set for any purpose except entry of new data and for
,, review by the Engineer, until start of transfer of c�ata to final Praject
Record Documents.
,. 3. Main�ain the job set at the site of Work as that siie is designaied by the
Engineer.
E. Making Entries on Drawings:
1. Using an�rasable colored pencil {not ink or indelible pencil), clearly
describe the change by graphic line and not as required.
2. Date aIl entries.
3. Call attentian to the entry by a`cloud' drawn around the area or areas
af%cted.
� �4. In the event of averlapping changes, use different colors for the
. _ o�erlapping changes.
GENERAL R�QIJIREMENTS FOIt �LECTRICAL WaRK
1G010
-9-
5. All equipment shall be clearly indicated zn its instailed Iocation.
Exposed items zz�ay be located to scale. Concealed items not readily
a�cessiUle, such as un.derground conduit, shall be located by dimensioa�.
F. Transfer of Data to Final Project Documenis:
1. Appraval of recorded �ata prior to transfer:
a. �'ollowing receipt of fihe transparencies described abo�e, and pnor
to beginning transfer of recorded data thereto, secur� the
Engineer's approval of all recorded data.
b. Make required revisions.
2. Transfer of Data to Drawings:
a. Ca�refully transfer change date skzovsm on tha job set of Record
Drawings to the corresponding tz'an.spazencies, coordinating the
changes as required.
b, Clearly indicate at each affected detail and ather drawing a full
description of changes made during construction, and tYie actual
location of items described above.
c. Call attention to each �ntry by drawing a`claud' around the area
or areas affected.
d, Ma�e changes neatly, consistently, and with the praper media to
assure langevity and clear reproduction.
G. Review and Submittai:
Submit the completed set of Project Recard Documents to the Engineer
as described abave.
2. Participate in review meeting as required.
3. Make required changes az�d promptly deliver the final Project Recard
Documents to the Engineer.
3.11 INST.ALLATION INSPECTIONS AND CERTIFICATE,S
A. 4btain time�y inspections af the insiallation �iy the canstituted authorities.
Remedy any deficiencies to the satis�action of ihe inspection aut�arity.
GEIVERAL R�QiJ112EMENTS FOR ELECTRICAL WORK
��aia
]4
B. Upon final completion of the Work, obtain certificates af acceptance from the
constituted authorities. Delzvery the certificates to the Engineer �`ar transmission
to the Owner.
3.12 OPERATIQN PRTOR TO ACCEPTANCE
A. When any equipmeni is operable, and it is to the advantage of the Cantractor to
operate the equipmeni, he may do so provided that he properly supervises the
operation and retains full responsibility for the equipment op�rated. Regardless
af whether or not the equipment has or has not been operated, clean the
equipment propexly, make required adjustrraen�s, and complete punchlist iterns
before �nal accepfiance by the Owner.
B. The dafe of acceptance by the Engineer, for beneficial use by the Owner, shall be
the be�inning date of the warranty periad.
3, I3 ACCE�TANCE OF THE WORK
A. The Work, when cornpleted, wi11 be accepted in a finished, perfect and
undamaged state only. Provide for pratection of the Work during its progress,
and if darnaged, do alI patching or replacing necessary io its full and satisfactory
completion.
3,14 WARRANTY
- A. Furnish w�ritten certi�cate, guazanteeing all mater�als, equipmenf and Ia�or to be
�: free of all defects �or a period o� ane year from the date of final acceptance by
the Qwner of the Work, and guaraniee that if any d��ects appear within the
� stipulated guarantee period, such t�ork shail be replaced vvithout chaxge.
B. This guarantee shai� be extended to include th� capacity az�d integrated
p�rformance o� all component parts of the various systems.
C. Lamp� for light fixtures shall be excluded from the guarantee requuezn.ents of
� this seetion.
�.
GENERAL 1�EQUIREMENTS FOR ELEC'I'RICAL WQRK
16014
-11-
3.15 �'TNALLY
A. It is the intention that th�is Specification is to provide a complete installation.
Include aIl accessary construction and apparatus n�cessazy to the aperation and
testzng of the work under this division. The omission af specif c refer�nce to
any part of the work necessary for such compietE installation shail not relieve
this Contractar from furriishing and installing such parts.
END OF SECTION
GENERA.L REQUIREMENTS FOR ELECTRICAL W�RK
16014
12
SECTION �,67.11 d CONDUITS
PART I - GENER_AI1
1.1 DESCRIPT`I0�1
A. Ref�r to Sectiori 16014: General Requirements for Electrical �Vflrk. �
B. Provide labar, materials, services, ec�uipment, and appliances required in conjunction
�vith the installatian of conduit systems as zndicated in the CQntract Documents.
1.2 SUMARY
A. Man�ifacturer's Data: Suhmit copies of manufacturer's specifications and product data
for products to be used.
PA.RT 2 � PRODUCTS . _ - �
2.1 �MATERIALS
A. Rigid Metal Conduit; Heavy-tivalI, mild steel tube with metailic corrosion-resistant
coating on interior and exterior, hot-dipped galvanized, free from defects and
manufactured in accordance with ANSI standards, and UL �isted.
B. RiQid Nonmetallic Conduit:
1. Direct buried - Schedule 9�0, UL Iiste�l.
2. Concrete encased - Schedule 20. UL listed,
C. Elbo�vs and Bends:
1. Rigid nonmetallic conduit systems - ri�id �ne�al canduit. .
2. Ot�er conduit systems - same material as the conduit ti��th which they are
installed. �
D. Bushin�s:
1. 1-114 inch and smalier - hi1�t-impact #hermasettin� phenolic insulation, 1�0 °
C.; 0. z.1G�ane}� Type A.
CO:�'DUITS
lGlli
-1-
2. 1-1/2 inch and larger - hot-dipped galvanized �vith thermasetting phenoiic
insulation, 150 ° C., O. Z,/Gedney Type B.
E. Accessories: Reducers, bustungs, «ashers, etc., shall be cadmium-plated, mall�able iron
of the fo�rns and dimensions best suited for the application.
F. Identifyin,a Tape for B�rizd Conc�t�its: 6 inches �vide, palyethy�ene, with printina
continotis alonQ tength of tape, Brady Identoline.
1. For buried electric potiver cor�duits- yellow with black Ietters.
PART 3 - EX.ECUTION
3.1 I�ISTALLATI�N
A. Size conduits as indicated on �he Contract Dra�vings and as required by the National
Electrical Code for the quantity and sizes o� wires to be installed �izl the canduit. Do not
use conduit sized less than 3/4-inch unless specifzed othenvise,
B. No more than one thre�-phase circuit rnay be placed in a single condu�t, unless
�pecifically noted on ihe dra�vin�s as such.
C. Conceal conduits from view in al� areas. Shauld it appear necessary to expose any
conduit;
1. Brin� it ta th� attention af th.e En�ineer immediaiely� and obtain En�ineer's
approval for �ocation of exposed conduit. y
?. Reazzanae �he �vork to facilitate an approved in,stallation.
D. �nstall canduits at elevations ta avaid interference wzth other work requinng =radin� o�'
pipin;; etc. Avoid crossin.a other work.
E. Reazn. reznove buzxs, and swab inside conduits before canductors are pulled in.
F. Cap or plug conduits tivith staz�rdazd manu�actured accessories as soon as the conduits
have been permanently installed in place. �
G. M�ke bends and ofifsets in 1 inch and smaller conduits ti�'ith approz�ed ben.dina de�•ices.
Da nat install conduits ���hich have had thzir ���alls cnished a�d d�formed and th�i�•
surface finish damaaed due to bendina. �'
CO\DUITS �
16111
-'-
H. ��rhere space cor�ditions prohibit the use of stanc�ard ells, elbati��s, and conduits, use cast
ferrous alloy fittings of such forms and dimensions as best required for the application.
I. Make conduitaoints rr�echanically tighk, electrically continuous, and tivatertight. Pitch
conduits in areas where moisture may subsequently be present in a manner to avoid
cr�ating moisture traps; where unavoidable, provide junction ba;c with drain fitting at
conduit low po.int. � �
J. Install insulated throat threaded hubs on conduits entering enclosures �vithout threaded
hubs.
K. Provide grounding of canduits, fittings and accessories. Refer tn ground'rng section of
specifications.
L. Feeder Circuits:
1. Instali rigid metal conduit in damp and �r�et locatians, in concrete slabs, and
where exposed in mechanical and electrical equipment rooms and crawl spaces.
2. Below grade, bury Schedule 40 nonmetallic conduit, �vhere permitted by the
authorities havira� ,�urisdiction. If not permitted, use rigid steel conduit in
accordance �vith installation requirements staced beIo�v. Abov� grade, use rigid
st�el conduit and for elba�vs arzd bends gzeater than 3 D° regardless of whether
canduit is above or below grad�. Wrap buried metal con�uif portions �vith .�20
inch thick se�f stickin3, anti-caxrasive PVC pipe wrapping tape, Wrap tape half-
__ lapped continuousiy around znetal portions.
E�'l7 OF SECTIOti
CO�DCiiTS
]blll
-3-
SECTIO�i 1b1Z0 — tiVIRE5 AND CABLES
PART 1 � GENERAL
� .1 SUMMAR�
A. Mar�ufacturer's Data: Submit c4pies of manufacturer's sp�cifications for produ�ts to be
used.
PART�-PRODUCTS
2.1 MATERZALS
A. Pro�ide conductors made of soft-dra�vn annealed copper with a conducti�ity not less �
than that of 98 percent pure copper.
. B. Utilize con�uctors with insulation rated at 600 volts and insulated with type'TH��N'
insulation in dry Iocations a�d type "TH�VN" in �vet locaYions. �Vire in fixture chann�ls
� and other special locations shall be as specifically rated for temperature in Article 300
� � in the NEC. �
C. Minzmurn wire sizes shall be in accordance with other requirements of the specificatians
� and as follows: For 20 ampere branch circuits �12 gauge, except that home runs �-eater
., than 50 feet from the panel to the first outlet box on 120/208 valt shall be �10 �au�e.
Where home runs are greater than 100 feet frorn the panel to the first outlet bo:�, on 277
�olt circuits wire shall be �10 gau�e.
D. All �r��ire shall be color coded. Mark conductors on each end with a 1 inch band of
calflred pressure-sensitive plastic tape or by the use of brilliant �vaterpx�of lacquer,
appliec� according to manufacturers instrEtctions. Colors £or each phas� az�.d th.e neutral
shall be eonsistent �hrou�hout the system in accordan.ce tivith the requirements af this
sectian.
E. Conductor sizes sho�m on the Con#ract Documents ar� sel�cted based upon use with
7�°C terrninations. Furnish terminations which are UL listed fd'r 75 C or derate
� conductors for use at 6D°C. Use of 90°C termin.ations is acceptable, but conductvr must
r be siz�d at the 7�°C rating. Do not use 90°C ratin� af conductors.
�t'IRES A�iD C:S,BLES
1612�
-1-
PART 3 � EXECUTION
3.1 GENERAL WIRING METHOD5
A.
B.
C.
D.
E.
1.
2.
3.
�.
3.2 PHASNG
A. �dentif�� �vire and cable fnr feeders and branch circuits for general po�ver and lightir�a
��,ith a�risible color code in aceordance «ith the requiremen�s of this section as folloti�,-s:
1201208 Valt
Place an equa� number of conductors for each phase, neutral and ground of a circuit in
same raceway or cable.
Sglice only in junction or outlet boxes.
Neatly train and �ace wirin� inside boxes and �quipment,
Pull all conductors into a race�vay at the same time. Use UL Iisted wire pullin� lubricant
%r pulling �4 gau�e and larger �.vires.
�Vhen inserting conductors in raceways, comply �vith the foilowin�:
Racetir�'ays shall first be installed as a campFete raceway system without
conductors. �
Do not install pull ��ires and conductors until the raeeway sys�em is in place.
Do not u5e cleaning agents and lubricants tiviuch have a deleterious effect an the
conductars. � :
Campletely and thoroughly swab racetivay system before installing conductars.
Phase A - Black
Phase B - Red
Phase C - Blue
Neutral - �Vhite
Graund - Green
277148d Volt
Phase A - Brown
I'has� B - Oran�e
Phase C - Yellaw
Neutral - Grey
B. Providz green or bar� grounding canductor identification for gr�undin� con.ductors.
Identification of all unarounded conductors at junction boszs. �vizes�;a;ys, and/or
terminatiozas may be by means of colored t=�pe or pain�in� �vhen calar-caded conductors
as spzcsfied above are not a�ailable. �
1�1�`[RES ,Atii� C.-S.BLES
lbi?�
.-+_
3.3 �1STALLATION
A. Instail conductors in a neat and �vorkmanlike manner to meet code requirements and
mal:e runs cantinuous without weld, splice, or joint betrveen boxes. Do not install �vires
in conduit unless the entire system of condu�t and outlet boxes is germanently in place.
Pull conduciors usin� a UL approved �vire �ubricar�t.
B. Provi�e condttctors continuous from outlet to outlet rvith no splices except at atttlets,
Leave sufficienf wire at all outlets to make connections tivithout strair►in�,
C. Deliver cable and �vire to the project in original packa;es. Conductors �vith insulatian�
shoavin� d�terioration �vithin one year after final completion and acczptance of the Work
' shail be rernoved and replaced at no cost to 4wner.
D.' Tharou�hly clean yvires before installing lugs and connectars.
E. Make splices, taps and terminatians to carry fulI ampacity of canduc�ors ti�xthout
perceptible temp�rature rise.
`� F. Terminate spare conductors �vith electrical tape.
G. Torque test conductor connections and ter�ninatians to manufacturer's recommend�d
values.
, H. Where more than three curr�nt-carrying conductors are installed in a raceway, �tse larger
_ size conductor and appropriate larger size race�vay to comply �vith Article 310 of �he
' ' Natianal Electrical Code.
I. ��i��re conductor is installed in an en�;-ironrnent ti�here th� ambient temperatur� «'i�f
�xce�d $6°F, use lar��r sxze conductor and appropriate larQer siz� rac��vay� to compl�•
��•ith �'ticle 3 i 0 of the National Electrical Code.
.i. Test all circuits for grour�ds. Liaht and test each lar�p. Prove and test energy available
at the load side of disconnect switches and at the final p�int af connection to driven
equipment. Make all necessary and reasonal�Ie tests as required by the� Architect to
prove the integrity of woric and leave the camplete electrical installation ready for
operation. �
Eh'D OF SECTIO�
14'1RE5 .�tiD C:'.5LE5
l6134
-s-
SECT�QN 16122 — tiYXi� CO��ECTIO�i Ai�1D DEVICES
PART �. - GENER.r�L
1.1 SUM�SARY
A. Manufacturer's Data: Submzt copies af manufacturer's specifications for products to be
used.
PA�tT 2 � PRODUCTS
2. i MATER�ALS
A. Malte cable and �vire conneciions for splicing or terminating �vith compression
de�orming type connecto�s as manufactured by Bumdy Carp., T�omas & Betts Co., Inc.,
Dossert Manufacturing Carp., ilsco Corp., or accepted substitu�e. Soldered connections
will nat be permitted. Twist-on insula�ed cannectars, of proper size, and resistant #o
vibration, may be used. Use twist-an cannectors as rnanufactured by Minr►esota Mining
. and Manufacturing Co., Tha�as & Betts Ca, Inc., Ideal Industries, Inc., or approved
eq�tal.
$. Insulate connections made with non-insulated connectors with three �ayers of plastic
tape, each layer bein; half iapped. Use No. 35+ plastic tape as xnanufactured by
Minnesota Mining and Marzufacturin� Co., or simiiar and equal plastic tape as
manufactured by Plymouth Rubber Co.
PART 3 - EkECUTSO�
3.1 �!*1STALLATI�N
��
A. Connections to all electrically aperated equipment a.re included in this contract, whethPs
or not specifically mentiflned. Graund equipment in an approved mann�r.
B. Before connecting equipm�nt, check th� nameplate data ajainst tY�e information sho4wn
on the Drati�in�s. Call an.y discrepancies to the attention ofthe Engineer.
END 4F SECTZO�
titi'1RE CO`'�iECTIDti .atiD DE1'lCES
16i??
-1-
SECTION 16131—PULL AND JUNCTIO� BOXES
� � PART 1 d GENERAL _
1.1 SUMMARY .
A. Manufacturer's Data: Submit copies af manufacturer's specifications for products to be
used.
PART2-PRODUCTS .
2.1 MATERIALS �
A. Exposed pull boxes or junction bo;ces installed outdoor shai! be �veather praof and shall
be pro�ided with watertight gasketed covers fastened with corrosion resistant scraws.
B. Pull Boxes and Junction Bo.c�s: Metal construction conformin� to 1�Tational Electrical
Cade, with scre4v-on or hinged cover.
PART 3 - EXECUTTQN �
� 3.1 INSTALLATION
A. Insta�l pull boxes and junction boxes ti�here required by the Nation�l Electrical Code and
' tirh�rever required to overcorn� mecha�-ucal difficul�ies, .
� B. Size pull boxes and junction boxes to best aneet the needs of the particular situation
' and/ax loc�tion and to comply zti•ith the Natiana! Electrical Cod�.
� G Coordinate the work in this sectior� �vith the �vork undez- ather divisions of #his
specification. ..
�
END OF SECTION
t
��
PULL A..\D lL�CTIpV BO\ES
161�i
-I- .
EI
SECTTO�' 16170 —DISC��ii�iECT S�VITCHES
PART 1 � GENT�RAL
1.1 DESCRIPTTON
A. Refer to Section 1b010: Gen�rai Requirements for Electrical bVork.
B. Furrush a11 Iabor, rr�aterials, ser�ices, equipment and appliances required in conjunctian
�vith installation of disconnect s�vitches as indicated in the Contract Dacuments.
1.2 SUBMITTALS
A. Manufach�rer's Data: Submit copies of manufacturer's specifications for products to be
used.
PART � � PRODUCTS
2.1 MATERIALS
A. �tu�nish fusible Class'R' or notLfusible disconnect switches of ampere rating as required,
ar as indicated on the Drawings. Fumish heavy-duty, quick-make, quick-break, three-
phas�, three-pale switches, unl.ess othez�vise nated. Use NEM.�4 3R for outdoar
e�aelosures. Pzovide enclosures witla interlockin� cavers, externally front operated
flange rnounted switch levers, and provisions fvr use of three saf�ty padlocks in the'�f�'
position. Provide horse�ower rated switches for motar cixcuits.
PART 3 - EXECUTION
3.1 INSTALLATION
A. See Section 16010 General Requirements for Electrical �Voxk paragraph: ideniification
of Electrical Equipment.
B. Install s�vitehes to comply tivith Nat�onal Electrical Code and caordinate the tivork �vith
the �vork under other divisions of the specifications.
END �F SECTION
ti1070RS, �[OTOR ST�,.R�'ERS :�tiD CO\TROLS
i6110
-1-
PART 3 a E�iECUTTOti
3.1 NSTALLATION
A, Instali overcurrent devices in accordanc� with the National Electrical Code. Coordinate
the �vork under this section with the work under ot�er divisions of the specificatians.
B. Fuses shaJl be installed in a�l sr��i.tches �s scheduled or nated on the Dra�vin�s, and shali
be Bussman, Ferraz Sha�vmut, Littl�fuse, Inc., or an appro�ed equal.
C. Unless othe�vise indicated, protective devices shall be rnounted ���ith top of cabinet or
enclosure d fe�t 6 inches above � ftnished grade properly align�d, and ad�quately
supported independently of the connecting race4vays. AIl steel shapes, etc., necessary
for the support of the eq�ipment shall be furnish�d and insialled tir,•h�re the �tre�cture is
not sui�able for mounting the equipment directly #hereon.
END OF SECT�ON
O�'�fiCURFtENs PROTECTIVE DE`�ICE$
1b15�
.�.
SECTION 1542Q — ELECTRIC SERVICE ENTRANCE
P,ART I - GENERAI.
1.01 SUMMA.RY
A. Refer to Sectian 16010 — General Requirements for Electrical Work.
B. Fwrn.ish all lahor, mat�rials, serviees, equipment and appliances requized in
conjtu�.ction with installatian of the electric service entrance as indicated i� the
Contract Documents.
�.02 C40RDiNATION
A. Electrical services shown on the drawings reflec# information obtained from the
electric utility company. �lerify all data with the electrical utility company and
install facilities in exact compliance wzth utility company requirements.
B. Refer to Section 16010 for d'u'ections eQncerning charges assessed by the electri.c
utility company.
PART � -- PRODUCTS
2.01 MATERI�LS
- �� A. Determine the work fhat will be provided by the el�ctric utility campany and
provide all other work required for a camplete installation of the eleciric service
� entrance.
,
$. Work shall include, but nofi be limited to, conductors, conduit, connectors,
supports, excavation and backfill.
C. Provide concrete work as required by the eleciric utility company.
D. Material shall be as specified in other sections of the specifca�ians and as
required by the electric utility company.
�l
ELEGTRiC SERVICE ENTR.ANCE
1G420
-1-
I ��
PART 3 — EX]ECUTION
Cc�ij��(.�� �L�11�[�]ji
A. Fully inspect the project siie io determine the scope and check for arry conflicts
ar nbstz`uction.s in installing the electrical s�rvice entrance. PerforFn work
necessary to accammodate conflicts a�d obstructions under this divisian.
B. Provide work in accordance with other sections of tha specifications, the
National Electrical Code, the NationaI Electrical safety Code and the Electric
u�ility compa.ny. Coordinate t�e wark under this section with the work under
other divisions of the speei�icatians.
END 4F SECTION
BLBCTRIC SER1�]G� E1�ITRANCE
16420 '"
-2-
SECTION 164Z1— ELECTRIC METERING
PART I � GENERAL
1.01 SUMMARY
A. Refer to Section 16010: General Requirements for Electrical ViTark.
B. Furnish a11 labor, rnaterials, services, equipxnent and appliances required in
conjunetion with installation of the electric service entrance metering as required
by the electric utility company and as indicated in the Contract Documents
1.02 SUBMITTALS
A. Manufacturers Data: 5ubmit copies of�anufacturers specifcatians fox products
used
PART 2 -- PRODUCTS
2.01 MATERIALS
A. Materials shall be as specified in ofiher sections of the specifications and as
requu'ed by the electric utility company. Furnish all materials xequired by power
company for electric metering.
PAR.T 3 — EXECUTI4N
3.01 TNSTALL�4TTON
A. Verify all worlc required for the installation o� electric metering with the electric
utility campany. Install a11 equipment furnished by povver company and fuzn.ish
othez material and labor as required by the power com�any to receive electric
service.
B. Coordinate the work under this section with the wark undex other divisions of
the specifications.
END OF SECTION
B�,ECTRIC M�TERING
i6a21
-1-
SECTiON 1b4�0 — GROUNDI�iG
PART 1 a GENERAL
1.1 SUMMARY
A. Refer to Section 16010: General Requirerr�ents for Eiectrical �VQrk.
B, Furnish all labor, matecials, services, equipment and apgliances required in canjunction
�vith the installation of a grounding system as indicated in the Contract Documents.
1.2 SUBMITTALS
A. Manufacturer's Data: Submit �apies af manufacturer's specifications for produc�s used.
PART�-PRODUCTS
2.1 MATERIALS
A. Provide a groundina system that includes all connections and testing of ground rods,
graur�d cables, ground buses, conduits, fittings, anchors, supports, thermite process
materials ar�d equipment, and other materials as required for a comple#e installa�ion.
B. Pro�ide ground cables composed of 5tran.dec� bare copper of 98 percent conductivity
encased in conduits abave grade, or buried to a depth not less than 12 inches below
�rade. Install as required to provide sufficient mechan.ical protection.
C. Provide Burndy Cor�., Type NE, Thomas & B�tts Co., Inc.. Catalo� No. 39� I. or
approve� equal, ground fittinas for bondina �-ound cable to its encasina conduit.
PART 3 - EXECUTION
3 .1 INSTALLATION
A. Ground el�etrical work in accordance �vith NEC Article 250, lacat codas as specified
herein, and as shown an the Dra���in�s.
B. Install ground cables con�inunus bens�een connec#ions. Splices wil! not be alla��'ed
except �s•here indicated on the i}ra��in�s. �Vhere grnund cables are not in metal�ic
enclasures, provide with slzeves of appraved nonmetal�ic material. �
GROLT\DItiG
10��0
-l-
CERTTFiCATE OF INSURANCE
�
TO: CFTY OF FORT WORTH Date: 121l9101
NAM1C OF PROJECT: CASINO BEACH PARK-BOAT RAMP IMPROVEIVI�NTS
NROJECT N UMBER: C1$1-5412�0-0$0181049090. GR'�6-541200-080306531UO, FEiO-54120U-0130019U1000
IS TO CERTII'Y Ti3AT : NORTHSTAR CONSTRIICTION. INC
is, at the date of t��is certificate, Insured Uy ihis Company with respect to the business o}�erations hereinafter described, for
the type of ins�n�a3�ce and accordance r�vith provisions of the standard policies used by this Company, and furiller
he�•einafter described. Exceptions to standard policy noted ou reverse side hereof.
TYP� O� INSURANCE
Po]ic� Effective Expires I�imits af Liability
Worlcer's Compansation
Comprehensive Gene�•al Bodily Injury:
Liability Insurance {Pu61ic Ea. Occuz'rence: $
LiaUility) Property Damage:
Blasting
Collapse of Building or
sh-Gicttilres adjacei�t to
excavat�ans
Dainage tQ Underground
Utilities
Builder's Risk
Comprehei�sive
Automabile LraUility
Cont�•actual Liability
� � Otl�e�•
Ea. Occurrence: $
Ea. Occurrer►ca: $
Ea.Occurrence: $
Ea.Occurrence: $
Bodily Injury:
Ea. Person: $
Ea. Occurrence: $
Praperty Damage:
Ea. Occurrence: $
Bodily In3ury:
Es.O�cuiYence: $
Property Damage:
Ea, Occurrence: $
. Locations covered:
, Descriptiqn of opera�ians covered:
Tlie above �olicies eitl��r in �IZe i�ody thereof or by apprapriate endorsement provided that they may not he changed or
; c�nccled Uy the insurer i�t [ess than five (5) days after the insur�d has received written natice of such change/or
� cmtcellation.
Where applicable local laws or regulations require rnore than �ive {5) days actual notice of change or caneella�ion to be
assured, khe ahove policies contain such special requirements, either in th� body thereof or by apprapriate endorsement
thereto attached.
A�encr�
� � Foi�t Wo��th A�ent
�
Ac[dress Title
CONTRAGTOR COMPI.IANCE WITH
WORI{ERS' COMPENSATION LAW
Pursuant to V.T.C.A Labor Code Section �06.09G, Coniractor certifies thai ii provides warkers'
compensation insurance coverage far a31 its employees employed on ciiy of Fort Worth ProjectNumber C181-
541200-OSQ181.049090, GR'�6-��1200�08Q306a3100,FE'�D-�41200-Q13Q01941000
NORTHSTAR CONSTRUCTION. INC
CONTRACTOR
Bq.�a�,G�,�_���
�C� � �a D�N T'
Title
V�1�6GLi4�..�i'�I ` G�� �
Date
STATE OF TEXAS �
COLTNTY OF TARR.ANT �
! BEFORE ME, the undersigned authority, on this day persoila�ly appeared � Gd. /��I��
lcnown to me be tlie person whose name is s�url�scrzbed to tha oiagoing inshument, and ack�►owledged to me #hat he
executed the sazne as the aet and deed of /vQ�� �7'�.G1t 5��t�M.�ar the putpose �nd considexation
� therein expressed and in the capacity ihezein stated.
GNEN jJNDERMY HAND AND SEAL OF OFFICE this ��� day of
� � A IVu ,p n,� zo o� . � � /l
,;
:�,
I ��
NANCY L. WHITAICER
COMMlS510N EXPIRES No ary Pub " iu and for
JUN'� 27, 2005 the State of exas
�
,�
�/�
� ��
jl'
1�
1
`� � ,
_ _ � -� ��r��i�i��������������� ���.__ . .
� ��,��r��r� i�������� �c�����v � a���ra�
� r����rrr� �����N� � ����r����°��� ���aY���
i�� c��ri��+c�Ye �e i�e��o A� ���rr�� �� ��r����rcx� ��6� �ra� c�a��� t�� �as� ��� � c�r�,��� r+������ 1i�119 G�ilRi;
A7� �f0�� t�[iT �iAA��d�� P�6i1��f� � ��'��� `�;E C�I�R6Yt�� Af��ii�Ci �Y'tH� i�l.f�,lE� ��� _ , ..,, , _ — —
� _ . . �i�6ii1"�NT��;��� _ " - - . . _ . ��� . �
t��anrr �1 F�d+trt�aa �t ��eur�9 !
�lar�� �c� J�dr���ni P�rriv4+aY4�a� il� 9�ra111lo�e t� I�etr�d _ _ -
_ e
f.�' ty di�1l1� �l1F� ' � �
. 1L1i�0 ThTG�O�A� � NQR�'HSTAR �UL+ISI�U��'�Of�1 � xf�G ;
Fk�o�.'T�'i�102 ��9-�z,�c�l9��p �N ;
� ��'. ifi[1�7��. 1 � 7f��0� �
Il�IR is t� g�trly �hml pnl�t� of ��sur�n�o flr�l� ta�l�a hav� !�n �r� 10 !hf 1���� �t� � � �t� �e �fflb� �i�Ay ���++ � � � �
,e1��tit�io��� �n�p «quln�emt, t�rm � �r��l#i� �f �s�o �nnt�t � �i� �•�
3iPlaln. � I�i�i�f�da fli��� �lF� �ll.i�diiC�'i1� hoCF�i� 1� �41��11� p�ll��t6P�►�It� � ��ti�fl8 � �tlGi� p�liu�tGi6 ,
�r��i�� i��i�i��1�� ��� �w��� . - - ....� _ ..... ., — _- ' �
_ _ .. �1P�Nw� ��p4�ti�n
�[1EE�1l6�ii�iAlo��1��Lb!l4�1biY1P �� - ��te_ 17s��e - . �
_ . _. _ _ - - -, _ _ . ��yoea4 #
1i .�p. . . $ _. ._ ,_, . - f
��I��II.LA�?{F��AT� UMiT IpiF�ms �� r- L�m�F9�i ��iic�a? -� E
_�i1� �, ��Mi�4.�1'� E��T{�3f��/��,�.�i����. _ _ _ _ k _ - . �-i
#�iE�I�LR�BJ1p�����tY��lR�i _ _ _ � � - - •- s
�4C�{ U����16� l� {�iT . ' $ _ . At�Y (�Ai� 6�S i
. _ ., _ - - • � -
�mr����ar�����Mre ._ �������N.
M� �a� uM�r _ _ . _, . �. � —� �tr�r� �, � , - ���Bn � !
�w�� ����w�ioi���ra � -- �� � � ��� _ . '
��u�w�� u�� . , �� . . — —`
�� _ - _ ;
y��rc�' co��r��� , s�T�O'�� � �r��e � ���!�L.� ���: � � . �►ao� ��t9�� :
��Dlt��'tF'��Y �v �Ib�YT �
��Itl�ii.�i�' -�LYlk!l��P �+t �4�� 6 � - ` . E��b R�1�l,�1�'w� t
l.IIuBl4i�' --- � „ _ F'AEJGY.�,1lIAf'� _ �
��3i]1��' ����F �v �IiB�14� , ^ __ _ _, _ .., , _ _ . _ . _ . � ��i��1101� ' �
_ , . . 0�80� x� 0 �g / �ii ���l� 1�/�Q12ocit . �ot� ���Qt��}� �
��r�ww����� ��a��e�� � . ��, _ �me� ,
_ - _ _ - - - - - - I:,'p�E1� _ - I
r�� ��f�. �� l�q�ef � � '
��nM•: 111ta �iilRli'�D At� �I �1�D AU�u r..�L1P IEi�k�AY Z _� �' . . �-- -� Q �.� __ _ � �JOCp j9GCt���df'___�__�i
• . _ �l+p� iti�iilG�6fV L�l[� , . �
Cis�c�� Auros Ci t���� �uios � � ` • �,, ��
_ P�—�'. . - , �N �
L%1�11i�9 PAi�AT� I�Q59gNf#�A MI?AB �� - � .,, .. . �p�'� _ ._ k
����#l�fJ�H� iHl� P�I�iS� 1��Nl�,it � �._ „ . _ __ , - _ _ �. � . �
�� � ; �e�h� �xi�ir�� . #
tlP,��W�U4 �t��L11fY [�oia ��k�
� � - . ��4 ���� �E�@,�il'# � [�MP�i'�l9 C��F�'f IQAd� i�dAPl�G�i16T� �
��H o����Na�� � � �
�
� . _ 1 � ! , - � -en13,r� � �trnllcu� , - - �
�I'!i� �l�h�11tl P�bllCq �� [}�!� ' r
ty� af P8llnyj 1�iu9� _ . . � . - _ _ �
_ _ _ _ � _ _ . _ _ . _ !
- . - • �
��S�F9ii+i1@�3 �F �P�R�Tlmhfa�RL[t�CAi#�F��1���l���'I#�BG'fi�{�d���lA �'I�R1�^_ ._ _ � _ � -- - - — � - - `
4
CiAid0�1.i.ATIf.t1�E - - - - - - - � , — - - _ - . — . . � � �
e �t1o! . .. � � ' �^-- I�le �
Nu�bar�l�9a+,' � •-�3� au+�t�.
Bhtae�la��y�tt6amE�ve�l�ri�od n�lt�aqbma��eall�l�lore!l�saxp�ratl�r+d�la,lFs�I�in�cnmp�nY�FllgneEa�varta�n+ailv,��tF�lntN�numb�rat;
da�v��r��d�ova� v�re(liafl �ali�a�+�ti� �eelil4e�l�F�el�or��rt��p�. ��+! I�pul'�ionr�M �h noR[o� �h�111t���nao�l1��11�n o� Il�b�lltYu�ar►y :
klnd u�a� tN� e��ar�16 i!� �flts�r r��r����tiv��. . _ - . �
h 1 �
PAYMENT BOND
#CC-32�.54
�rxr� sTAT� or T�c�►s �
t �OUNTY OF TA1tItAl�IT §
KNOW AL� IIY THESE PRESENTS: Tlaat we (1) NOR,��iSTAR CONSTRUCTION. INC a(2)
;+� `�'EXAS, lae��einafter celled Principal, aad {3) C[TM$�RLAND C�. � SURE'�� aorparation ocganized
and existing under tl�e Iaws oftlie State and fully authorized to transa�t business in thc State oiTexas, as 5urety, are
held and firmly botind unto the City of Fort Worth, a mut�icipal corpotation otganized and existir�g under the laws oF
ilie State of Texas, l�ereinat�er �al]ed Owner, and unto all person, firn�s, and cvrporations who may furnish makerials,
f�r or perfarm labor upan the building or impxovements hereinafter referred to in iUa penat sum af
'I'WO IiUNDRED NINETY-SEYEN THOUSAND NIN� HUIYDR�D SIXTY AND N�l10U ...........................
{$�97,9G0.00) Doilars in lawful money of the U�sited States, io be paid in �'ort Worth, Tarrank County, Texas, for ihs
}�nyinent af which sum wil� and truly be made, we hereby bit�d outse�ves, our heirs, executors, administrators and
siiccessors, joii�tly and severally, fitnnly to t�tese prese�fts.
'THB CONDITION OF THIS OBLIGATI�N is sucl� that whereas, 1lxe Principal entered into a certain
coritract witl� tE�e City of Fort �Vortl�, the Owner, d�ted the 18THday of DECEM�ER A.D, , 200 ti1, a cflpy of whicl�
is liereto attached ajid made a part hereof, for the construction of:: `
�AS1N0 �3EACH PAltK-B[lAT R�+�1biP IMPROVEMENTS
designated as Project No. {s) CI8I-SAIaqO-a80181049490. GR�6-�41200-0�03p6�3100. FE70-5412QU-
DI30D19Q100U, a cnpy o�' which is hereto attached, referred to and made a part hcreof as fally and to khe same exie�it
�s if capied at leifgth l�erein, suclti project and construction being herein��er referred tn as the "work".
NOW THEi�FORE, tl�e conditiot� of this obligation is such tiiat, if Qie Priucipal sha11 promptly make
p�ymeuk to all claimants as deiinsd in Texas Governnaent Code Section z253, supplying I�bor and tnaterials in the
prosecution of tl�c work pravided for in said Contra�t, then this obligakion shall be nuZl and �oid, otherwise it shall
reniain iu full i'arce and effect.
F10
'THE Y30NU [S MAD� AND ENTER�D is►to solely for the protection of all claiman�ts supplying labar a��d
mAterial iu tlia pros�cution af tlye work provided for in said Ca�itract, as cl�imants are de�ned in said ChapEer 2Z53,
7nd alj suc3� claiinaayts sUall havc a di�ect right of �ction under tlze bond as gtovided in Cha�ter 2253, Texas
Go�ernment Code.
PR�VIDED CURTH�R, kl�at if any legal actio�� be filed upon tliis bond, ►+enue s1�a111ie in Tarrant County,
State oF Texas, khat il�e said Sureky, for value received, hereby�stipulates and agrees that no change, extension of
lime, alteration or ncldition to tl�e terms of tlie contract or to tlie work to 6e performed thereunder or the apeci�catxon
�ccvnipanying l��e same s1�a11 in any wise affeck its obligation on chis bond, an� it does hereby waive natice af any
sncli claanga, extension of time, alteration or addikion ta Ehe terms af the cantract or to ihe work or the specificatinns.
PROVID�D FURTHER, t�iaf nv final setticment 6etween tlie Ow�aer and thc Contrackor shall a6ridge the
riglit ofany be�zeficiary hereunder whose claim shall be unsatis�ed.
Ii`d WITNESS WHEREOF, tl�is insttunnent is executed in 7 counterparts each one af wbich shall be deexned
an origi��al, tl�is the 18THday af DECEMBE�i. A.D., 2QQ1.
A7 T' T: �
�. ��.-��t
(Principal) Secretary
, � � �
� .,:..__- �
i �`
� / � W'skness s to !'rincipal
1—�0�� �j► r-t.�'t W �� i...4.r�e. �p
r �'r l�c,r 1-� r�� �1 �11C� V
Address
f A'fT�ST: � 1 � aM,�
f(.�"(//GG
L (Surety� Secretary
(S�AL)
I �1)
�z�
�
(3)
� �a}
t�ORTH5TAR CONSTR[TCTION. INC
�i Y: % �' ����Cf �[ .���
Title: �l%G'rE ���grD���
30913IRCHWOOD
TOR'T WORTH, 'iX �610� {SEAL)
(Address)
GiFMB�RLAND CASUALTY � 5�3RETY
Surety
BY: � �-
rney-in-fact) (5}
LEWIS HENDERSON
(Address)
�.2�5 Sou-�hridge Court, #1�1
Hurst, Texas 76053
(Address)
NOTE: Date vf Bond must nvt be prior to date
of cvntract
` ���
� W rtness a to 5urery
(5)
Correct Nanne vf Contractor
A Corporatioh, a Partn�rship or an
Individ�al, as case may be
Corr�ct name af Surety
If contractar is Partnership all
Partners should executc �3nnd
A true copy of Pawet of Attorney
shall be attached ko Band by
Attvrney-in-Fact..
(Address}
CITY (?F FORT WORTH, TEXAS
CONTRACT
STATE OF TEXAS
COUNTY OF TARR.ANT
KNOW ALL BY THESE PRESENTS:
That tl�is agreement, made an.d �ntered into this the ISTFI day of DECEMBER . A.D. 2401, by and
betwee�. t11e CITY OF FORT WORTH, a �nunicipal carporation of'C'airant County, Texas, organized and existing
under and by virhie af a special charter adopted hy the qualiiied �oters withi.n said City on the 11th day of
Deceilibe�•, A.D. 1924, under tlne authority of tlie Constitution oiTexas, and in aecordance vsrith a resolutian duly
passad at a regular ineeting bf fl�e City Council o£ said City, aiid the City of Fort Wo��th being hereafter termed
Owiler, and
NORTHSTAR CONSTRilCTION, INC, hereinafter cailed Contractor.
WITNESSE'I'H: That said parties have agr�ed as follows:
1.
That for and in consideration af khe payrnents and agreements k�ezea�after mentioned to be made and
peifoimed by the Ow�ei, and undar khe conditions expressed in tha bond bearing ewen date uerewitl�, the said
Cont�actor hereby agzees with tlie said Owner to commence and complete the construction of certain improvements
described as follows:
That the warlc Y;erein contemplated shall cansist of fiunishing a�l labor, too�s, appIiances and materials
necessary for the ennst�uctioa� and compietioa of said project in accordance wit� the Plans and Specifications
heiatdfore prepared by the Parks and Community Services Departn7ent of the City of Fort Worth and adflpted by the
City Gouncil of said City, as an independent cantractor, and whieh plans and specifieatians are incorporated herein
by refererlce.
The Cantractor hereby agrees and binds hin�seif to commence the construction of sai.d wark within ten
(10) days after being notiiied in writing ta dv so by the Department of Enginearing Dir�ctor of ti�e City of Fort
W ortli.
4.
Tl�e Go��iactor hereby agrees ta prosecute said work with reasonabie di�zgence after the commencement
tf�ereof and to fiilly coinplete and �inish the same ready for the inspection and apgror�al of the Department of
Engi�eering Director of �11e City of Fvrt Warth and the City Couneil of the City of Fort �Vorth within a period of
workin� days fiom the ti�ne of commencing said work; that said Conhactor sha11 be entitled to an extension of said
time fo� doing said work for such time as he may necessarily lose or be del.ayed by unavoidable accsdents caused by
unfoi�eseen matte�s over wluch said Contractox has no control, such as inclemency in the weather, acts of
Pravidence, Iabor sirikes and de�ivery of matei•ials, in all of which cases the negligence or carelessness of tha
Cont��acior is nat canhibuting to such delay.
Shouid the Coiitractor fail to begin the work �erein provided for �vitl�in the time herein fixed or to carry
an and complate t11e same accordi�g to the true �neani.ng of the intent and terms of said specificai�ans, then the City
shall have the z-ight to take cliarge of and coznplete the work in such a manner as it may deem prapez, and if, in the
campletinn tl�ereof, the cost to tfie said City shall exceed the contx-act price or prices set Forth in the said plans and
specificarions inade a pat� hereof, the Gonkractor shall pay said Cit� on demand in writing, setting forth and
specifying aii iten-uzed statement af the total cost thereof, said excess cast.
„
I
IN WITNESS WHEREOF, the City of Fort Warth has eaused fhis instrument to be signed in triplicate in
its name and oiY its behalf by tbe.City Manager and attested by its Secretary, with the corporate seal of the City of
Fort Woi�tl� atiacl�ed. The Contractor has executed this instniment through its duly authorized officers in three
countezparts with its coiparate seal attached.
Done in �'ort Worth, Texas, this the I8TH day af DECEMBER, A.D. 2001
o�
;�
It�COMMENDED BY:
��
9�� �,�.f''"-r-'ru ����'..�a
DEPARTMENT OF ENGINEERING
CITY O:
By:
APPROVED BY:
�
' '�
- � �. ,
PARK� AND COMML�ITY SERVICES
� � DIRECTOR
ATT
�.�
CI7�P SECRETARY
NORTHSTAR CONSTRUCTION, INC
CONTRACT'OR
By: � %� (f � �Cz�
Vlt� !�/�r�i
TrrL�
3�9 SIRGHWOOD
FORT V�t�RTH TX �610$
AI�DRES S
SEAL
APFROVED AS TO �ORM AND LEGALITY
''.
.�
r
A STANT CITY A Y
Navember 1960
Revised Noveinber 1982
Revised May 1486
Rev'rsed October J 989
' � �`�, .. _ �.�
Gor�t�ra�� I4u�l�a�iz��ion
��ti�
/�/� o ........,
� y������c�� �°?f�����
��� � �:��,����
�, �°�� _ � .�.
�U1VI�Lf���.AI�1�� ���iJ� 'L'�'� � �ET��'F� ���VIPAN'�
'f h141�'A, fLU1�I�1rt
Wa��'CIPAL; t�OR'1'f�IS'f'A1� [:�1�l�Ti�UCT IO_l� � INC .
��� �ill'Cj1W00C� I=C1F�. �r1�C)2'��1,
�4T�kf:Ef hiFDRi55] r �CI'fYS --
�:O[�TRAC'�- AI+��U NT: ��� 7, 9 b D. U 0
p�����t �r ��r�c��a���
EF1��C'i'IVI� E�A'���:: � - � - � �
�i'exYl� 7C��f1�;
iSrA1 r.i �ru� i= �i�l
1l�+fOU�I'�`�1=1�C1�lf]-:� i�}�.�6�.Q0
�nV��R l�,i�.� - � � _ ! � �+
KN{)I�k+ A]�L CNLN }3Y "C��.�,�; F[t���:s�!'it�: 171:1[ ClilllU7:f��F]�I C�1�LLii11�+ 3�e SLLF!',1�+ Ci}Ln�7:itt}', rl 44i1]�O�F�II^R �LII� Ofg�P.�25:LI ti1114ICK Cfj� 1�1YS 1}t tI1� 4['ufr
�1' F'ln�ida, ls��+�r�g i�s �rri��w:, �I nfi�ae in �!k City o[ T.��:i3,a� N1uri�;e, purs�t�nt ro Lhe G�Elawr^g i;^s>1u�iott, ad�r�rt�,� hy Iks; l�o�r+l nf I)�;:c�nrs o[ rlre sai.�
Carnpany nn �€�c ES�Ii day �kf 113wril. 1499, to wF�;
"I�esir]v��l� iki�� �IMe Paesiden� af d�� Cilfl:�7i4f3� SNS�I I�hV� aulh:�ri�y �u makc. CTCC4iI� �?:`� [�2'IkVE: 8 P{Fti4CY 4kI Altli.+���y �,rn�;ti«tin� ��
8[Infa�ey(s}•in-f'u��, su�:l� persn�Ls, t�il �ti�, nr �arperra[itrr�s zs nYay �►C ��iCete�i fenifl [ienc So liinc,
!3e it i��tr[ltiar R�sr,iw�ai. ki�at Ilte sigrtalusc uf IfhC P��Sidcr�3. 5r�ret;sry aotd ��e �exl {�E lffe Carits�h�n}� �t�ny b� �tl�Ctxc�� tn ba�y �u�h i'uwcr ul
MC4S�f2L•� i3f 3.'1}' CCf�FiIC'ifZS 7�l`�b?:^6 �kCft�;w bj' f8�'lilTl]iIi'� �nr� �ny such ptowc � so �xa�.s�tc� �r�;R cer���rJ f�y facse:.^,i�� sigr�nur� a�id !`�cs��mit� sea! sl:a::
lx v�Cid :klSil iFY6t�IN� LIPUII 9GYp �{}p11�I1V 111 LEiC iLILIfC Wat}I M'����t� �� 311�' I}OISS� 4f 04j1$l'filti �[}Y 1�1� tL•�e'IYRE 4� €l',C9LIfL1:�i PCt4C11f,i�+C$ I�i1{ilQf �IfY31 CtiCLIS1�fCS
{}!1 �l1�LCYL'L'fFl1� �ihi CS]liti1�16C��0il C{F :Crac[s ur sinNl3k �1.`f�OFliy tra� urr�ertaki�� Csr w�it;h il i5 iry�:t�cEred."
C�r�berlan� Casu�E�y 14 5�re[y Ca�flipar�y cic�rs E�w�'r�by n�xke, �crnxa���[e anc� a�poiTkr __ Lervi� Heoder-�an nr }C*r�n Qwfr��s _,
or .faekie ItedEes ar Nxatv �i+hi#,�kes
ir�; t�ue arr� �:�3vful ;�s�+�r�rey(s3-i,�-�:Zct. wr�h �irll guw�r ��:s! �uif�nrity I��reby cnn€eir�ecl in i�5 r«:*��. p1ac� and �ttiad_ �o sFgn. Gx��•�oie, :�k�bnwledgr a��d
{I�liver in i�s �cEssif. �u��l i�s a�f aod �ee:l. as follow�;
7'ha �rhligula�ar< <,f Ifte Cnm�any �h�ll nn� �xce�d {SZ,O[][},!:{Ki.�S1} da:15iS.
And to a,i��l {'�pF�f�,crlxit�E C'�suxYt�� 8E S�rc[y Cu�7�i�ixy �t�crel�y as Fully and �o �IiG ��rpac uxte,^.t as i!' su�:31 buncl or un�l�rE�kin� w�c si�ned by
[I7� duly aa�lutirifcd u��rr nf C'un73rre]aio�i Casu�l�y Sc SG�r�cly Cc}[Ms�sviy. e�ci a!1 thc acts of s�►id utluri1ey(�)•iati-fac� gur�uon� �o �h� �utlr�rri�y k�erein givert.
a�rd irarahy r.«i114d alFGl co�7f����scil.
LN WiTN�55 WfIL.I�i?[]i�, �:�si�tilrerli��tl Casua�aty & 4urc�y Coinpany Las cm�sed t�ese preficu�s ta be signe�# Ixy ��� af�ee� of the
Curnp�ny aud tls Corpc� ale S;�pl �a� i�c I�crc�o slijxc�.
��T� CifM�3� LANf] C 5�J L'i'Y & SUR Y L:OMPA�Y
� S�AL�� . � �� �
� � , ward 1_ - �n�cicl IV, f'E�std��pt
�
�7�'�
Si`A� [�1� FI.C)Ftl1)A 1
} S5
�DifN'i'Y {1F [�11.�..4f30�0U�t�j
Oai �E��� 15th day nt' A�rril, A,D, 199�. t�f[sre me �rsifnslly ca�nc ��Iv��r�1 J, I?.��Y^�.elJ !V, w r�r 9cna�w�M� wtut, Iscoa�g hy rn►: dul}� swr,r�a �Is�
depn� and say: ikbal he residefi in [iie Cc��iuy uf H�al�f�s�ros�gl�, ��y�c of �luroda: Iff�G lr� i.{ �J�k.SI�C11i iF�� �U]'CiI]!".i'��ir�il �.:�51ii�1Cjf eSc SLLfL'Cj+ Ca.]ill�l�]l}', ilkw
�€re�i�r��io�� d�.4vribed in 5��1 w]riclt exc����d il�e �h�+'e i��k�ru�rteni; �lti�u hc k1i{wws �l�� �eal nf sHid CU�4iU�lUfk� �lu�� tlre scal af�ae�l �ir lhG �:Ei:i
ins�rum�snls is su�l! Ct}K]x�ralc seal: lh�� ii wHs s�, �ifixed k��� «��rlcr of tlsc Bo.�nl uC Di��ce[ar� c�f sa�d cor�t�ru�io�r 7��f tlra� I7e 4ig�:ed �is namc. ri�cre�o
hy Ilkc 11�'Jer.
x##x .+aw� �q.aY�� �#�v9Ffy I�1R�4#3 ,l�r'y
� *� � ���,Co-mmissian # CC 75�BS7
''",i�i� � � �s�iir95 Au�usC��.2002
�� � �- � a�„a�� TM��u
w�ra=� �� aF � ATI �h}II{' g6MDI+�G C4„ INC,
�°�oao+� �'
,�,� C�-��� ��
��w�rl A�m 1 r� �
Y Y
My �a�nuflixsi�n c.x�i�es
�'I'A'I'� �; �'[.,OR�f1A► 1
) SS
C�iIUI�'1`�' OT 1Ti�.1.5R[]R�)�7C��Y}
I, �I14lIIblIGrt4lhi�, 5ecrc�ary of Curnberl�m�1 Cast��lty � 5urety (:ompxr.y, a f-�t;ritla� Co[po.*�!:�n, i)O HE�.�IiY ['I:R�I�C�� CIlCi [Fif iS1FCb;S�FN�
a�� a�ta�hcd POWl;R C)F� J1'f"J'[}i�N�Y rema��i� in fuil forc�.
�tt� .J�rr��ary �DU�
Signrd �rici 5e:�aed �t the Ci�y oF Tarr��rn, �3��d �h� � dav af � .,_,_�
`�r r�_ �
�"`'a '�i I .�l �{�''�� �'�i-��-
C�itii' S, [+�Secrcl:�r
� 5i:�1L � . �'
� ,�
��
T�rs �o�vn �rc���• v,�i� �arv���s �arr�r�Fi� ��r� c;��:ra �.��e�
PERFORMANCE BOND
TI-IE STAT� Ol� TEXAS
�l
i�
I
�
t�
.�
C:�i1NT� Or TARRANT
#CC-32154
KNOW ALL l3Y TH�S� PRESENTS: Tl�at we 1 NORTI� AR C9� �T`RU , IC}�, INC a 2
CORPORATION of TEXAS, �iereinaiier call Principal, and {3) ��MBERLAIVll C SURETY{ a
corporatian arganized a�1d existir�g under the Iaws of tlae State a�id fully authorized to transact business in the 5tate
oF Texas, as Surecy, are he�d and firmly bound unto the Cit}+ of rr,rt Worth, a rnunicipa[ cozporatiaa orga�izcci and
exiskia�g under the laws of the State af Texas, hereinafter called Owx�er, in t�e pe�nal sum of;
TW� HUNpRED NINETY-SEVEN THOUSAND NINE HllNDRED SIxTY AND NOf1D0 ...........................
f$297.960.Q01 Dottars i�x lawful money c�f the llnited States, to be paid in Fott Worth, Tartant Caunty, Texas, for
tlie pay�neut o[ wl�ich sum well and truly he made, we I�ereby bic�d onrselves, our heirs, executors, administratars
7i�ci successors,,jnintly and severally, firmly by ihese presents.
THE C�NBtTION C�F TI�IS of OBLIGATION is s�ch tliak Where�s, tlie Princi�al entered into a cert�i�
contract wit�t tlie City of Fart Worth, the Owner, dated tlie 18'THaf DECEMBER. �001 a copy of which is hereto
altaclied a�ad n�ade a part hereof, for ihe construction of:
CASIIVO BEACiI PARK-BDAT RAMP IMPROVEIWIENTS
desigisated as �roject No. (s) Cl�1-54120Q-O�D181049090. GR76-�41a00-D�D30G�310D, FE70-541200-
U13001901DD0, a copy o� w]�icla contract is hereby af#ached, referred to, and made a part hereof as fully and to the
s�me extent as if copied at length Itierein, such gro;�ect and construction being hereina#ter reFerred to as the "worlc".
NQW "TIIEREFORE, if tl�e Principaf shall well, truly, aitd Eaithfuliy per€orrn the work un accordence with
tl�e plans, s�ecificatiflns, and contract documents during the ariginal term tliereaf, �nd any extepsions theteof which
n��y be g���nted by the �wner, with or without notice to the Surety, anc� if he shall satisfy all ciaims and demands
ii�c«�•red iu�der sucli contract, and shall fully'indemnify and save harmless the Owner from all cvsts and damages
wliich it may suffer by xeason af failure to do sn, a�id sliall reimburse and tepay the �vuner al� outlay ar►d expense
whicli tlie Owner ui�y incur in making gaod any default, then this oialigatio�� shall 6e void; otherwise to remain in
full farce a�d effect.
PROV[D�D �URTHER, tl�al if any legal action filed upot� khis bvnd, venue shall lie in Tarrant Caunty,
State of'I'exas.
AND PROVIDED FURTHER, tl�at the said Surety, for vai�ce received, here6y stipulatas and agxees that no
e2�an�;e, axtensian of time, altetation ar additia� tn the terms o� the contrack or to khe wark to be perfor�ned
tl�ereunder or i�ie speci6cations accompanying the same sliall in any wise affect its obligatinns on tl�is bond, and it
does laereby waive notice of any such change, �xtension of fime, alteration or addition to the iern�s vf the eontract ot
io d1e work or to tf�e speciFcations.
IN WiTNESS WHEREOF, t�iis i�strument is executec� in '�caunterparts each one of whict� shall be d�emed
an o�•i�inaj, this the I�THofDECEMBER. 2001.
ATTEST:
�'��' ��
(Priucipal) Secretary
(S EAL)
NORTHSTAR CUNSTAUCTION. IPVC
PRIN 1PAL (4}
BY: !n� �. ���
Titie:_�� ���fU�K�
3U9 J3IRCHWOOD
�
�
r �,
� Witness as to Principal
� '�rr��ooe� � l�'o� `� ?�1�
Address
ATTEST: �� ��
� (Surety) Secretary �
(Sf�AL)
�oxa woRTx. TX i6108
Addressy
CUM�ERLAN� CASUAI;TY � SURETY
Sure
T3Y: �
LE� H ���"�ct) {5) �
1245 Southrid�e Court. #1D1, Hurst, Tx
(Address}
NO"I'E: Date of Bond must nat be
pri4r ta date of Canfract
(�)
�z}
(3)
(4)
� ��� �
/ f� � �. .
�
(5)
Correct Name of Conhactor
A Corporakion, a Partnershi� or an
Individual, as ease may be
Correct name of Surety
If cantractor is Partnarship a11
Partners should execute Band
A true copy of Pvwer oF Attorney
s1�all 6e attached tQ Bond by
Atfotniey-in-�act..
{Address)
MAINTENANC� BOND
T4'IE STATE OF TEXAS �
COUNTY OF TARRANT �
CC-32154
KN�W ALL BY THBSE P�iESENTS: Tl�at (1)�ORTASTAR CONST�O��LOPT, ll�TC as �'rincipal,
��clitig herein by and thrau h 2} MZ KE HE I ML I C its duly autharized �l P r e s a. d.en� and
��� CUMBERLAND CA� ��UK��l Y a corporakion organized undex t4�e laws oTthe State of�EEXAS. as
surety, do heceby acknawledge themselves t4 be held aud hvund to pay unto tlie City of �ott Worth, A Municipal
Cor�oration, ciiartered by virtue af Constitution and laws oi tl�e State of Texas, at Tart Worth, in Tartant County,
Texas the su�u af
'!'WO HUNDR�D NINET�-5EVEI�1 THOUSAND NWE HUNDRED 5IX'I'Y AND NOIl00 ............................
($29y.960.00j in lawful tnoney of the United States, fpr the payment of which sum well and fruly be raade unko said
City af Fart Wo3-tli and its successors, said Conkractor an� sureky do herehy bi�d themselves, iheir heirs, executors,
fidmii�istrators, assigns aud successars, jointiy and sevcrally. �
This obligation is canditioned, however; tliat,
WHEREAS, tlie Principal �ias entcred into a certaiu contract with the City af Fort Warkh, daEed t�►e
�8THd�y af DECEMBER 2001, t�e parformance of ti�e following described public wvrk and the co�nstruction vF
khe following described pu6�ic i�nproveme�ats:
CASII�iO BEACH PARK-BOAT RAMP IMPROVEM�NTS
� nll of sa�ne 6eing referred to herein and in said contract as the V41ork and b�ing designated as project Cl�l-�41204-
OSg,1�104909D. GR76-541200-0�03U55310Q, FE90�541200-013DD19010t10and said cvntract, including all of the
� S��eci(�ciitiollS, conditians and written i��skruments referred to tl�erein as coaitract documents being hcreby
,� incorporated heceiia by reference for aIl purposes and nnade a part hereof, the saine as if set out verbatinn herein; and ,
WH�REAS, iu said Conhract, Contractor binds itself to use sucly niaterials and to so canstruct the work that
� it will remain i�i good repair asid condition for and duri��g the period One (1} Year aiter the date of the �nal
�
accepkance of the work l�y the City; and
WHEREAS, said Conkzactor hinds �tself to maintain said work in good repair and conditian for said term of
Une (ll Year: and,
�
WHEREAS, said Contractor binds itseIf to repair or recoiisFzuct Ilie wor�C in whole ar in part at any time
within said period, if in the opir�ion of the Director oF tlne Water Qepartnient of kl�e City af Fort Wort�, it be
• necessary;and,
WFiEREAS, said Contractor bsnds itself, upan receiving notice of the need therefore ta repau' ot
reconskruct said work as �ierein provided.
NOW THEREFO�, it said Conttaetor shall keep and pert'orm its said agzeemeut to maintain, repair ar
recoststnict said work in acco�dance with all kl�e terms and conditians of said Contract, tl�ese_presents shall be null
�� ai�d void, and ha�e �io force ar effect. Otherwise kl�is Bond sliall be and remain iai full force and effect, and said City
s�iall h�ve and recvvar from the said Cantractor and its surety damages in the ptemises prescribed by said Contract.
'fh'ss obligation s1�a11 be continuing one and successive recoveries may 6e had 4�er�on for suecessive l�reaches until
tltie full att�oant hereof is e�austed.
WHEREAS, all parties covenant and agree t11at if a��y legal action be filed upon ttiis t�ond, venue shall lic ias
'C�►rrant County, Texas; a�td,
1N WITNESS WHER�OF, this rnstrnment is execuied in 7 counterpa�ts, each one of which shall be
de�med a�i va�iginal, dated DECEMBER �BTH. 2D01.
A' ' EST:
�,.. �,
(Princi�al) Secretary
(Seol}
PRINCIPA�. (4)
'f .
�f
�� `
W itness as ta Ptincipal
�� ������
�.1FJo���e ,"� K '� t�.l��
(Adciress)
ATTEST: ,
, d��i�r _1���
(Surety Secretary
NORTHSTAR C01�1STR[ICTION. INC
z � _��/ �' ;,�� � =�
'�'itle: �� �j�pi�r
309 BIRCHWOOD
TOR'I' WORTH TX i6I0�
(Address)
CUMBERLAND CASUALTY F� S�tRETY
Surat��
I3Y:
L`�W� S��-IEN�IER��ON
(Address)�.245 Southridg� Gt .
NOTE: Daie of Bond must not be priQr to HuT s'� , Tx
date of Contcack
(S�AL)
���
U W ttness as to Sureky
(1) Correct Name of Contractor
(2} A Cva-poration, a partncrship or an
Indivsdus�l, as case may be
(3) Correct name of 5urety
(4} Zf Gontracior is Partnership all
Partners shauld execute Bond
(5) A true copy of Power oiAttvrney
sliall be attached to Bond by
Attorney-in-Fact.
,�
���I� H���ERSOiV 1[�SIJI��N�� ���N�l�, IN�.
1��5 Saufh�idg� Court# �Oi
Hur��, TX 7�05�-�3�!
(s17) a��-3asa (a�x) zs�-��sa
FAX: (8q�y ���-9446
CITY OF F'ORT WORTH January 1.8, 2002
DEPT. OF LAW
1Q00 THROCKMORTON
FORT WORTH, TEXAS 76102 Re: (CLIENT) NORTHSTAR CONSTRUCTION
ATTN: MR GARY STE�NSERGER
����:
PER OUR DISCUSSION ENCLOSED IS THE ORZGINAL POWER OF
ATTORNEY FOR THE BOND RECENTLY TSSi3ED FOR NORTHSTAR
CONSTRUCTION.
IF THERE IS ANYTHING ELSE THAT YOi7 NEED ON THZS BOND
PLEASE LET ME KNOW,
FROM : THANK YOLT
KAREN (�WTNGS
REPLY.
CUI�EI�I.� C1�SlU�%,'1'i�' � S�ETI'' COl�[P�1l1Y'
TAMPA, FLORIDA
PO�R OF ATT�RI�7E�
PRINCIPA�,: NORTHSTAR CONS�'RUCTION, INC.
309 Birchwood
(GTY}
Fort Worth,
(STRHEi A�URFSS)
CONTRACT AMOUNT: �� 9 �� 9 6 0. 0 0
EFFECTIVE DATE 1" 9- 0 2
Texas 76�.(�8
(STATEJ (ZIP O�fi)
�:
��� f
AMOUNT OF BOND: $ 2 9 7. 9 6 D. 0 0 �
r��� ��..�':�: � 3 2 � 5 �
KNOW ALL MEN BY THESE PRPSENTS: 'fhat Cumberland Casuatty & Surety Company, a corporation duly organized under the laws of tlte State
of Florida, having its principal office in the City of Tampa, Plorida, pursuant to the follawing reso�ation, adopted by the Baard of Directots of the said
Campany on the 15th day of April, 1999, ta wit:
"Resolved, that We President of the Company shall havc authority to make, execute and deliver a Power of Attarney constituting as
attorney(s)-in-fact, such persons, firms, or corporations as may be selected from time to time.
Se it Further Resolved, thai the signature oF the President, 5ecretary and the 5esl of the Corispany may be affixed to any such Power of
Attorney ar any certifcste reiating kt�ereto by facsimile, and any such powers sa execuied and certified hy facsimile signature and facsimile seal shal!
be valid and hinding upon the Company in tite futura with respect to any bortd ar consents for the release af retained percentages andlor final estirnates
on engineering and conswction coRtracts or similar authoriiy or undertaking to whir.h it is attached."
Cum6er�and Casualty 8c Surety Campany does hereby make, constitute and appoint Lcwis Henderson or I{aren Owinga
or �ackie Hedges or Nmncv Whitaker
its true and lawfal attarney(s)-in-fact, witt� futl power and autharity hereby conferred in its name, place and stead, io sign, execute, acknowiedge and
deliver in its 6ehalf, and its act and deed, as follows:
The obligation of the Company shall nvt exceed ($2,OOD,QD0.00) dollars.
And to bind Cumberfand Casualty & 5urety Cnmpany there6y as fully and #o the same extenc as if such band Qr undertalcing was signed hy
the duly authorized officer of Cumberland Casualty & 5urety Campany, and all the acts of said attomey{s)-in-fact pursuant to the authoriCy herein givan,
and hereby rati�ed artd canfrmed.
IN WITNESS WI�ER�OF', Cumberland Casualty & 5urety Company has caused tbese presents to be signed by an of�cer uf the
Company and its CorParate Seal to be hereto atiixed.
CUMBE ND C SU LTY & SU COMPANY
�R� �
�a���
�� � ward J, en�ield IV, Preside�t
J T 4�
��
sT�T� o� ��,oRwa >
} 55
CaUNTY OF HILLSBOROUGl�
On this lSth day of April, A.D. 1999, befare me personally came Edward J, Edenfield 1V, to me known, who heing by me duly sworn did
depose and say; ihat he resides in the County of Hillsborough, State of Florida; that he is �resident of Cusnberland Casualty & Surety Company, tha
corparation descri6ed in and which executed the above instrument; that he knows the seal of said carparatian; tfiat the seal a�xed to the said
instruments is sueh corporate seal; that it was so afFxed by order of tl�e Board of Directors af said car�oration and that he signed his name, thereto
by like order.
��,,�r �+v,� ,��vaG� 8everly Ann Jerry
� �"� x° �Commissian # CC 758867
� �ue � <r ExplrBs AugUSt 2Y, 20Q2
s „�oR�Q � �Q� �� BONn�D THflU
p ATLANTIC BONUINR CO., INC.
'�ouow �
,� � �
�everly Ann ] �
My commission expires
STATE OF RLORIDA )
) �S
COUNTY OF HILLSBORtIUGH)
I, the undersigned, Secretary of G�mberland Casualty & Surety Campany, a Flnrida Corporation, DO HEREBY CERTIFY that the foregoing
and attached POWBR OF ATTbRNEY remains in full farce.
Signed and Sealed at the City of Tampa. Dated the ��' h day of J anua ry � Z 0 Q 2
/ r)
��p""s+�r� �` ,� � �1 ,
�g�,g, �� C,�r(i 5. ack, Secretary
� �. � r
3 ��
���
THIS BOND NOT VALID UNLESS PRIIVTED ON GREEN PAPER
C'ity of Fo�i Wor�h, T'exas
I��yo� a�d Cou�c��
C��nur���a��o�
DATE REFERENCE NUMBER L.OG NAM� PAGE
12/18/01 ��'� ���7 I $OBEACH � 1
SUBJECT AWARD �F CONTRACT TO NORTHSTAR CONSTRUCTION, INC. FOR
CONSTRUCTION OF THE CASIN� BEACH PARK B�AT RAMP IMPROVEMENT�
af 3
THE
RECOMMENDATION:
It is recommended thaf the City Council:
1. Adopi the attached appropriatian ordinance increasing es#imated receipts and appropriativns in the
Lake Worth Trust Fund by $9�,053.48; and
2. Au�horize the City Manager to transfer $90,D53.48 from the take Worth Trust Fund to the Grants Fund;
and
3. Adopt the attached appropriation ordinance increasing estimat�d r�ceipts and apprapriatians in the
Grants Fund by $9Q,053.48; and
4. Autharize the City Manager to execute a contract with Norkhstar Construction, Inc. in the amount of
$297,960.00 for construc#ion of a parking lot, dock, and bflat ramp improvements at the Casino
Beach Park.
DISCUSSfON:
On Jan�ary 19, 1999 (M&C G-12��4), the City Council authorized a grant application to the Texas
Parks and Wildiife Department (TP&WD) far boat ramp improvements ai Casina Beach Par� loca#ed at
Laf�e Worth. On August 26, 1999, the TP&VWD approved the application es#ablishing a total budget af
$266,866.00. Of this funding, $2QD,QD�.�a is f�om the TP&WD Boat Ramp Program and $66,666.Q0,
which represents the {ncal match, was allocated fram the City's Lake Worth Trust Fund. Addifiionally,
$7,000.00 from the 1998 Capital �mprovemen# Pragram has been allocatec� for lighting.
This project was ad�ertised far bid on June 28 and July 5, 200'[. 4n July 26, 20Q1, th� following bids
were recei�red:
BiDDERS BASE B{D ALTERNATIVE BID TOTAL
Nor�hstar Constructian, Inc. $297.9fi0.DQ $ 24,320.�0 $322,280.04
M. A. Vinson Construction Com�any, Inc. $298,845.00 $ 29,980.00 $328,8�5.00
G. C. Cart�r Canstruction Company $356,222.5a $ 35,7'f 6.00 $399 ,938.�d
The low base bid in the amount af $297,960.00 exceeded a�aila�le funds. Par{�s and Cammuniiy Services
�epartment staff reviewed the low bid and determined #hat a{though the bid excaeded the engineering
esiimate, rebiding of the project would not result in a hid within �udget. Further, upon staff s request, the
consultant could not pror�ide an alternative cons�ruction ar �esigr� solution that would meet minEmum
acceptable standards.
Base bid work will consist of concrete boat rarrip, courtesy dock with access bridge, asphalt roa� and
parking Eot.
It is recommended that the base bid in the amount of $�97,960.00 submitted by Northstar Canstruction,
Inc. be approved for award of contract. The contract time is 60 working days.
MIWBE - Northstar Construction, lnc. is in compliance with the City's MIWBE Ordinance by cammitting
ta 27% MIVVBE participation. T1�e City's goal on this projecfi is 22%,
Project revenues are as fol{aws:
Texas Par{�s and Wildlife Department Grant $2Q0,000.00
City of �ort Workh Lake Worih Trust Fund $ 66,666.00
City of Fort Worth La{�e Worth Trust Fund $ 9Q,053.48
�998 Capital Impro�emenf Program - Lighting $ 6,126,52
Cansultar�k Fees � (33,fi00.001
Total Ar�ailable �unding �3�9,��6.Q�
�'ity af 1�'ort Worth9 T`exas
_ �� - �_' � ��� � - - - �
������c�t���
�ATE REFERENCE NUMBER LQG NAME PAGE
12/18/01 �.1$�0� 8QBEACH 2 of 3
su�,��cT AVIIARD OF CONTRACT TO NORTHSTAR CONSTRUCTI�N, INC. FOR THE
C�NSTRl1CTION �F THE CASINO BEACH PARK BOAT RAMP IMPROVEMENTS
The project budget shall be as follows:
Construction Contraef $297,9fi0.00
Gonstruction Phase Contingencies
*DOE Inspectio� and *PACSD Project Management (5.5°/o) $ 16,388.0�
Change Orders (5%} $ 14,898.Q0
�o�a1 Consfrucfiion �udgefi �329,2��.DD
"' Department of Engineering
**Parks and Community 5ervices Department
The annual operating impact on the General Fund budget �eginning �Y2002-2a03 will amount to
$2,500.�0.
The Casino Beach Park is located in COUIVC�L D15TRICT 7.
F'ISCAL INF�RMATI�NICERTIFICATION;
The Finance Director certifies that upon approva! of the above recommendations and adoption vf the
attached appropriation ardinances, funds will be a�ailable in the capifal budget, as appropriated, of the
Grants Fund.
�P:k
Submitied for City Manager's
Qf�ice by:
.1oe Paniagua
Originatxng Departmen# Head:
Richxrd Zavala
Additional lnformatfan Cantact:
Richard Zavala
� �vrrn
� ��o�
� � � �E7o
6140 '1) FE70
2&3) GR76
� 3j GR76
57�4 I (fram)
2) FE7Q
4) C181
I 4) GR76
570�4 I
I ACCOil�1T I CENT�R I AMOil1VT
441012 013001901000 $ 90,053.�48
538070 030001901000 $ 90,453.48
472070 p8p306�31QOQ $ 90,053.48
5 (�arious} 080306531010 $ 90,D53.48
538070 030001901000 $ 90,053.48
54120D 480181049094 $ 6,126.52
5 (�arious) 480306531010 $290,960.00
CITY 5ECRETARY
�PFROVED i2/l$/OI
ORD.# 14909 AND 14910