HomeMy WebLinkAboutContract 28301�o���o��
—�� _�
�
���
��� ���I': � I.'�y'; ; �
C�,�.�. �I�_�
�.�Lc�r����.��r�o�s
�1 NT�
�o��e�c� �c�c���rv�rs
��f�TR�1� i C.�f�'� ��i�Df��.��:: �:.�� T��
C��VS��I,��X��31V'� ��t''�FAR [�C]I�Tii �Cli�'JMEJ1�+liTY �Al�ii
�L.���VT [��P���i��h,l� ��la�s�: �i
��c��a���� � ����
F��r Nor�h ��n�r�t��:ity Yarl�
P�� �se j �
�r��.��c�r�vun����
���(;l��l ��O�f0�03D6�i1701 U
G�[� � f �41 �{}�1�18U�118�
1 �1
�HE C'�'�'Y [�la F�T�T V4�'�R`�'H
T�KA�
..
r �,,��� ���
•������:
�
c��� s��r���r��r ,�'-��.��
��rv�-���� �. -_- — ,,.
��,�,r, ��.
����
1��'�N�'F�T�I L. IiAl�l� G�RI' V4�.,fA�'I�S�N
N���C�� �'i7'Y iv��►IY�GE�t
�Z�,��AR�] �A.1�:#�����, T)I�tE�T(]R
PARi�S �i..�lD �011r�11'iU1�JI"i'� S�;�t�'1�E�
P,�1R1� AP+�D C'�IYIIvI[.71�1Y'�"Y S�!1�V1��� D�PAR7'I�Y�"1�+1T
��.�'�r��� ��r� ��.�ou�t�� ��t�.�v�►����;�v�' ��v�sro�
H�r����v� c�r r����c�r ��
�1T�f �� ��4�R�1' V4'�1�'l�i�
���
i��CA� 1'AT2105 �1�1�3 1���'T�.Di.1F`E DEPAR"�`I��F�Y'�'
��i�SUL'I"A'�I'�":
�arte�r �c Burgess, Inc.
�,4�i3 I�o. i}11����C{1
����'�;'�1���fY�',�,�;��{f�•���l�lrr� '
�(� (�,{�ww �_�f'"+�t.� �
:.�q�� t�'���4r�1lb�tk+sY�� I
�;:t.L� ti�+,,�,. �,�u� 'ili;:�� f
,r�ud�a� 2�, ?0��
IS��JE� FOIt B�D�
�
.
����y,. ,.-, ' �'�.4'�.�p0
o '' ' � • * �U
�_* ... .......... . . ........*o
� TF�OMAS C. I{#�A#�CR �
� .............................:...�.
�� �`•_ ���� : �
���'��'��`'�' � � S �.��'� ��' ��
4a�� +Qp�_`��t� ��a
��������
r
C'ity of �o�t �arth, 7'exas
� �1��� A�'1� �C���1��� ���t1��If1°����1i��1
DATE REFERENCE NUMF3ER LOC NAME � PA�E
't2/3/02 **��� g�`j� 80TLB 1 af 3
su�,��cr AWARD OF CONTRACT TO TLB CONSTRUCTf�N C�MPANY, fNC. FOR THE
CONSTRLJCTION �� FAR NORTH COMMUNlTY PARK, PHASE 11 IMPROVEMENTS
RECOMMENDATI�N:
It is r�commended that the City Cauncif authorize the City Manager to execute a contract with TLB
Construction.Campany; Inc. in the amount of $543,77v.12 for the construction of a youth baseball iield,
parking, in-line hackey rinW�asketbal! court, soccer practice field, and walkways for the Far North
Commur�ity Park.
DISCUSS�ON:
On January 25, 2000 (M&C G-12796}, the City Council autharized an application for a Texas Par[cs
and INildlife Departmen# (TPWD) grant for matching development fiunds of $500,ODD.Od. On Au�ust 31,
2001, TPWD awarded a$�00,000.00 Outdvor Recreation Grant for the park development.
The FY2001-2a02 General Fund budget allocated $158,0OO.OQ to the Soccer Field Management and
Devebpment Plan for Phase !I desigr� and constructian. Due to the multi-year nature of capital project
development and funding, on Sepiember 17, 2002 (M&G G-13738), the City Council authorized the
transfer of tk�at General Fund allocation ta a capital �rojects account in the Park Improvements Fund.
The combined TPWD grant and Soccer Fie[d Managemer�t and Devefopment Plan funding bring the
tota� available project funding to $658,OOO.DO.
Qn February � 2, 2002 (M&C C-18957), the City Council appraved ar► � award of coniract to Carter &
Burgess, Inc. in the amount of $69,100.00 for the d�sign anci preparation of canstruction �ocuments for
a baseball field, in-line hac�tey rink/basketball court ar�d parking lot impro�ements.
This project was adver�ised for bid an August 22 a�d 29, 2002. On September 19, 2a02, tf�e fal[av�ring
bids were rece�ved:
Bidder
TLB Construction Com�anv. Inc.
Car#er Co�struction Company
Nartnstar Cor�struction, [nc
Parks far Play
M. A. Vinspn Constr�ctiatl
Company
Sprinkle `N Sprout
Davis & Hawkins, Inc.
Base Bid
$497.235. � 2
$489, 6 � 3.95
$539, 841.00
$52�,377.43
$574,6$5.00
$578,468.40
$828,427.78
Deduct
Base Bid
Unit 6/Line 1
$ 5,56�.90
$13, 320.00
$13,320.0�
$13,253.40
$1 i,655.00
$ 6,800.00
$� 5,939.60
Add
Alternate Bid
Items 1 and b Total
$ 52.101.90
$ 75,880.�0
$ 41,fi60.00
$108,509.90
$ 64,34QA0
� ��,o�a.00
$ 9fi,974.00
$543, 775.12
$552,173.95
$568,181.00
$619, 633.93
$627,373.00
$646,918.40
$909,462.18
C`it}� of .F'o�t Worth, �'exas
a���� ��c� ���n��l �a��������;��
�ATE REFERENC� NIJMBER . 1�OG NAME PAGE
1?J3102 **�-193�� 8flTLB I 2 of �--
SUBJECT AWARD �F CONTRACT TO TLB CONSTRUCTION COMPANY, INC. FOR THE
GONSTRUCTION DF FAR N�RTH COMMUNITY PARK, PHASE II IMPROVEMENTS
The Base Bid consists of the installa#ion af a main entry roadway anc� expansion of the existing parking
lot inciuciing 4fi parking spaces; in-[ine hockey rinWbasketball court, and a youth basebaH field which is
to be fenced and irrigated, a laoped crushed limestone walking trail, and grading for one youth saccer
practice field. �
T�e recommended bid alt�rnates are:
� Bi� Alternate No. 1- 5-inch thicl� concrete trail in lieu of 6-inch thick crushed limestone paving;
� Bid Alternate No. 5- hydraulic seeding and temporary irrigation of all disturb�d areas.
It is recommended that the Base Bid minus Bid Unit Six, Line Item No. 1(6-inch thick crushed
limestone trail) in the amount ofi $491,673.22, ar�d the recommended Bid Alternate No. 1(5-inch thick
concrete trail in Iieu of 6-inch tl�ick crushed limestone pavin�) in the amou�t of $28,182.90, and Bid
A�ternate No. �(hy�raulic seeding of al! disturbed areas) in the amount of $23,919.00, far a tota! cost of
$543,775.12, as submitted by TLB Construction Company, Inc., be approved for avvard of cantract.
Tne contract time is se��nty (70) working days.
TLB Cor�structian Campar�y, Inc, is in compliar�ce with the City's 1VI/WBE Ordinanc� by cammitting to
17% M/WBE par�icipation. The City's goal on this projec# is 15°/p.
In� addition to ihe contract cost, associated contingency funding a�ailable for construction
inspectfon/administration and possibfe change orders is $21,075.�8 (3.8%) ancf $�6,313.00 (3.0%),
respectivel�+.
Construction is anticipated to commence in February 200�, and b� completed in July �003.
� These improvements will �ot require additionaf mair�tenance ar operating expenditures beyond what is
� currentfy budgeted.
Far Narth CommunEty Park is located in COUNCIL DISTRICT �.
, City of .�'ort �orth9 T'exas
���� ��� ��u�r��;� ���������t���
DATE RE�ERENCE NUMBER LOG NAME PAG�
12/31Q2 **��i �3�'q� 80T�B I 3 of 3
suB�ECT � AWARD �F C�NTRACT TO TLB CONSTRUCTION COMPANY, INC. FOR THE
CONSTRUCTION OF FAR NORTH COMMUNITY PARK, PHASE II iMPROVEMENTS
,� I
��
FISCAL INFORMATfON/CERTIFICATION:
The Finance Director certifies that funds are available in the current operating budge#s, as ap�ropriated,
of the Park [mpravements �und and the Grants Fund.
JP:k
� f 5uhmitted for City Manager's
, Oftice by:
Joe Paniagua
Ur➢gin�ting Department Head:
Richard Zavala
�.dditional Infarmafian Cantact:
Mike Ficke
I FUND I ACCOUNT � CENTER I AMOUNT
I {ta)
�
6140
57�4 I (fram)
G R76 547 204 0$03066170'E 4 $423,163.30
C188 5�41200 08018880D090 $120,611.82
5746
CITY SECR�TARY
�
APPROVED 12/03/02
I
�����
���
ADDE1�tDUlb� ��
,
FRO,��C�'� l�Ali��
F�� I�oet4 Cnr+�mu�ity ��r�
, ���se �i
I�OR
�'�►J� �tURTgI COM1�1C7�YTX ��►R�
�H�,SE II
PAO�ECT li'LT���It
GI�96I��x20010�fl30d�X i0i D
GGOIl�4X ZOa/0'�0�4a�
I1�1
��iE CI'il' @�' �'O�T VN()J�T'�i
T�7�i�
,;.ti��:�;� `�,
, s. .
��. �
- �
.���
iM
_ki� .r�~
D.O.E. �f0.
3$lD
ICEI�t1�lEi"II �.. ��� GARYi�. J�CKS0�1
1+�i���R CIT� �A►G�R.
I�YC�iIA,�.D �'�.�]LA, Di�tEC'�41�
P`ARI�S � GOi'b��iUNITY S�it'VICES
�,A,� ANIi CO1�PV�CT1�iITl� S]�RY�C�S A���T"l�fl�lidi
PL�II�ING Aiyiri RE�OU�� i�i1��kG1�1��1�1� ��'YSION
�'U1�DIl�t� O� �'RC]���T S�t
�I��' �� i�b�T ��ItTH
�rn
TI�I� PA� �D'��,��,IF� ��P�i`I'i�IEN�
COIVSULT�: �
C��4�+p dt ��r��sSi I��.
�&T� Fda. 0! 1���01 A
�e�ternb�r 1 �, 2062
�
� ���;, ... •�. ��q,r°o
� : F � � �O
._....... ...............,......
THOMAS G. KRAMER
,.,.,. ........................�.
�� 2D52 a a� �
�aQyD�F� r S'C�.'��:� �`��
�pa�4pE..A�q��
�• �°�°���.
�
I�DD�NDUM NUMBER �i
��r N+��fh Cammunity Park � Phass II
SeptemDer �53. 2�0�
i0 ALL BIDDERS:
Pl���e att�c� to your ��eeiffe�4f�hs. ihis ��d�ndum is he�eby made a pa�f of the
Contraaf Doaument� and is issu�d to madify, �xpl�ir� �r �arr�et t�� �rigin�} drawings
and/ar project manual. A c�py of the �re��iid 191Peeiing Repori is attac�ed far y�u�
infarmatian.
Pk���Ci f�A�UA�
'I). REF��2 T� PRO�Q�AL.
Replace propQsal in its entir�ty wifh �tta�Fr�d proposal_ ihr purpose af th�
revls9a� is to �dd new P�y It�m #�'I in Unit Tw� for the installation nf slEeves,
madify th� description vf �id Alter��t� Fiv�, a��d r��w �i� Alte�nate €�ghl, ch�nge
the number 4f working d�ys ta sev�r�ty �70) working days a�d re�rmat t�e
prtypvsal form to ir�cl�de prgject �n� pa�e number info►m�#ion �t th� 6attom af
each sheet. As � cl�rif�caiion, the sl��v�s i� �ay It�rri #�1 �r� to �e provided far
� f�ture use. Sl��ves required far #nstal�atian af irrig�tf�� systern will �ot ��
� m�asuP�� �r�d �r� Corl�fd��d subsidiary to the p�y iterr�s for IJnit Fiv� —
�rrig�tian,
�). R�F�R 'T� WAC� RAiES.
�lete wage rate �nfcrn�ation fn its er�Eiret� �r� r�pla�e with a#iach�d wag� rate
informatior�.
3). ����� ii� SP��I�IC�TI�N SECiION 011 �0 � iUMMAF�Y �F WO�i�
Add new paragraph at end of sectian as foII�W�:
Cor�tra�ior Sh�11 �rovid� a it�ffic contro� plan aceeptabl� to the �art IMarkl�
E7ep�riment of Cngin��ri�g �rior te t�i� �t�rt of wo�k. �OI! barricsdes, sigr�s, and
traffic handling shall confarm fo City of �ork Wo�th and ix�ot requlr�m�nts, Na
se�ar�tQ pay Item is �ravided. �'his work shall ��ns�ered s�bsidiary ta 1he
other wo�k. �
4)_ REF�R T� SPECIFICAi��I� S�GYI�N 011D0— SUMMARY b� W��F{.
Add new s�nt�nas fo last paragraptt ss follows:
"TFie ��ty is w�ivin� t�e r�quiremenE far payment of fee fnr Clty af �art Wort�
i�uilding pe�nit."
5). R���i� �0 SP�Gf��GA f ION S��iI�IV �27'Ia —��M�N f�R�A��I� ��45�
FDR TRA�IL.
Revisa ArtEcle 2.4 LA�OFZ�'�QRY MIX ��SIC3N, i��M �. to read:
Pag� 4
VLIi I!•LVV�. IL�1/11�� Vlf Il/ VIIV �•`�� IL// �� I/GI
�, ADDENDUM NUfVIB�f� 9
Far No�tl� Cc�mmunity P�rk tr Phase il
S��t�mber � 3� 2002
B. Str�r�th RequiPements: Unconfned campressiv� str��gti� of 900
psi �t �ev�n ��ys, with not I�ss tl��� 5% cement content.
6y. REFER i0 SPECI�LCAiIpN ���iION 9316�— fN�i�IN� �iOCi�EY �ASH�R �
��OARD SYST�M, �RTICI.E �.4 VINYI. �C1Ai�� ��NC1N�.
' Revis� s�ovrrd sent�nce t� read as fvilows:
One-inch �iameter PV� ca�t�� hvrf��nial members (top �nd botiomy shall ba
installed between the 2" cti�m�ter vertic�l supp�tfis �roVnd the entire rink
. .perir�eter.
�j. �EFEE� TO aPEGNFlCAiI�}N S�CTION Oa4�5 � Al"H��TiC FIELD �RASSING.
��l�te RrtiEl� 3.04 in its r�ntirety and insert r��w �rticl� 3.04 �5 follovVs:
3.�. So�
A. Defi�ltio�: ihi�c matting of grawing and living gr�s� �rr a�rm�ath
b�d fr�� oi Eo��ign m�t�ri�l, rocks larger ihan �ne-ir�eh in diam�t�r
and weeds.
B. Spevies: 41� iiiway �fybrid �ermuda.
C. I�st�ller @�alificativns: Utili�e snd installation campany with
d��urnented exp�rf�nce in t�� sllcees�fui in�tallation of I�rr�� Yoll
sed at a mir�imu�n of �0 I�rg� sports field proj�ct�.
�. the so� &�afl be fr�e af w�eds ar ur���sir��le foreign plants, la�ge
�tor�e�, roAt� a�r at��r ma#eriaks whic� r��g�� b� �e�tm�nt�1 to the
develapm��t �� ��� �o� �r ta future mslntenanc�, .
�. ��� sh�ll �� cut with approved sod �ultt��� �� t11�t �,ft�t it is
pf�c�d, but b�for� li is campacted, it shall F�ave a ur�itarm
thlckness af nat I�ss th�� O.i�r-fH�Ft.
F. Th� so� ����I b� eut and irls�hed in iarge rolls of un'rfnrrn widi�s,
nok iess.than 42 inch�s. Th� lengihs of roll�� so� sl�all be no4
I��s #heon �D fe�t.
�. �vd shall be uniform in coEor, I�af ��xt�rrs ��� sHo�t density,
H. 5�1 ��i�ll �a� F��rvesf8d, delfvered �nd laid withfn a pc�ripd vf �4
hours.
I. ihe �ad s#��I! �� e�t��ull� �laced by mac�iine and h�n� �tljusted,
edg�to-�dg� �vuit� �� ��p�f, ar�d wi#h stagg�red joi�t� in mw5
��r�ll�l wi�� th� eantours. �o not �tr�tci� or overlap so�.
Pag� 2
�!
��i ii cvut �c�-ri��n vir ��� vi�� .... �c�. . �r��
. �4�D�N��1M N�1M��� 1
Far Nortt� Communify Park � Phase il
5aptem�r � 3, �00�
J. "fhe sod s�all imm��i�t�ly be pressed firmly inta contact wit� the
sad b@d by rolEing wlth �pprflv�d ��u�p��nt tn �rovidr� a true and
e�e� surt�e�.
i�. �creened topsoil of �cceptable q�ality sha{l be us�d to fill aRl
cra�ks betw�en pads of sad, however� tt�e quantity of the top
dressing soil sha11 not be so great as ta srn�rti�er ihe gtass,
�. 7i1� suKace a# the sofl in th� sod �fter ��r�p�ctl�� �F��H �� flus�
with or just 5elow adj�cent pavEng,
M. Watr�r s�ded �e��s to a minirnum d�pth pf f�vr i��hes �ft�r
pian�ing.
D��VIP���
1). �t�F�f� i0 CDe1 COV�� Sb�Ei.
Tn� fror�t cov�r sheet will b� replaced with a revfsed cov�r sh�ei that 1nclud�s
; approv�l signatures. ih(� r�vis�d cov�r si�t i� availa�ls fa� viewing �t th�
_ Patks and Cammurtity Services Departm�nt vffice and w(II �� �r�vided to t��
. contractor awarded t�e project.
2). RE��F� 7'� St��1�T ��.0� —�A��FI��� �CC��SO�I��, ���AI� � YYPI�AL
���o�rr �►Y�ur.
, Modf�r ��neh layo�t �y in�reasing th� spaCe beiween bench�s frorn 2 f�gt io 3
feet. This space is intended �a accornmodate a wh���chair.
3). ����f� i� SH��T 63.01 —�R+��ION �bNTR�� P�AN.
Revise the limits of �1igh F1aw �ilt Fenr.e sauth of !n�lfn� Hock�y Rihk as shown
, on att�ched �k�tch #9. �
�). R�F LR T� S���T �.3.01 —�RD�ION CONTRC}� P�AN
R�vis� the legen� l�b�l for F9�F t� read "High �'low �iTt �enc�".
5). R��I�� T� Sb€�T G1.(l9 — RARKIN� �dT �AY�UT AND �IR��NS10N P�AN,
��rqit, �� - s� Cu�� aN� � 2� �Ur�r��.
Th� 8" crushed stan� flex b�s� ex����s �ey�nd �Fi� �ae�c �� cur�. No �irne�si��
is giv�r�. Ad� a dl���sia� t��# i��1i�s t��i tFi� tl�x b�se ��te�d� 6" �ya�rd the
��ck �i cupb simila� tn what is shown in Detall #21G1.01,
P�g� 3
�
�
u�i, �r c�vc ic �s7i��� u3r ��f �i�ru �rv.7c�� i� u�t�
AD��NDUM NIJM�I�� 1
�ar Narth Commur�iry ��r� - RHase II
Septernh�r 13, 200�
6). R�'��R T4 SF�f��Y C1.01 � PA�I�lN� L0� LAY�UT �NQ ��M�NS��N �l.AN.
�'I�r� �gt� at south side ���ntry drive at �each Street Should be Char�ged t4 t��d
"Caordinate r���np with existing power pal�."
7). F��F�R TO SH��i �1.01— PAR�tING LOi �,1��UT APl� �IM�NSI�N P��►N,
��ferer�ce �s rn�d� to pr�viding i�m�orary 6" As�h�lt �urb. ih� curb sF��ll b�
machine �xtr�aded and si�llar i� profile t� the tempar��y asphalt c�rr� install�d in
the �h�se �n� par�rn� lot �r��.
��. R�FEFi i� Sb��T C1.D'I �- pARK3NC3 �,OT. �AYOUT AND DI�ItENSI�N PLAN.
Ref�renc� is made to �roviding cancr�t� wf1�e� sto�s. G�r�cr�t� wi��el sto�s
sl��ll D� of � stanc��rd design s�milar in dimensian t� tha5e pp�vid�d in th� F�i��S�
Qrt� ��rking lot ���. Conc,�et� afi��i steps sFiafl i�e firmly s�c�red, uN�ss
otherwige noted. �
S}. REF�� i0 Sb��i G1.02 — PARKIf�� L�Y (�RA�71N� pLAN.
As a clanficafion, the �ntry drive is � center e��wned s$ction with �°/� �eoss-
sl�pes in each dlr�ctian.
1i?). Ft�F�R TO SFi��T �1.Q3
Revise th� drawi�g Gtle frorn d�rainage Area Ma�rp lo rea� "5tnrm ��ain�ge Pian
and B�t�il�",
11). I�EF�I� TO SH�ET C7A3 -� STORhdI 9RAIfVAC� P�AAM AN� �?�T�,�LS
�ontractor i� a�v�sed that th� propased 24p R�P starm ��ain wli� cross an
�xisting 4" IrPigatlon mainline an� corr�rol wi�es Qha# parall�l �each Sk�ei. Mak�
adjustm�nts tQ �rri�ation ma�nline and cor�troE wire5 as requi�d to const�uct
proposad starm dra3n. Na s���rats pay It�m is pro�id�d. This woek �hall �
cor��idered subsidiary td the pric�; bid for I�m �— Gnnneetivr� to �xisti�g Ir�l�t.
1�). R�F�R i4 SH��T C1.d3 — SiaRM DI�aIhIA�� PLAN AN� D�TAIL$
The cflntractar is a�vised tha# the prapos�d inl�t and storm dPai� pipe wilf ��
oor�stru�te� in the v�cir�ity of an exist�n� �leciric�l hand�ole as shown vn il� pian.
NP��e necessary a�J�stmen�s to h��dhafe as r�quif�� to construct inlet ar�
sto�m �l��in linea No se���ata �ay item i� prrnr�ded. ihi� wor� s�ll be
consi�er�� s��sidiary to t�e �rice 6id�far ft�� 6-- �4' R�e�s�� �ur6 I�let.
13). ����F� 70.SFi��`1' S-4 IN-��N� HOCF��Y RIfV� ��TA��5
A�ottom pipra r�il at the fanc� �t���� eb��e the d�s#�er�oard (batts�b��r�y
assembfy is indicated on d�tafls #1 and �. TF�� oth�er det�ils d0 ��t indicate �
�mge 4
�
v��� If� LUVL IL�JViin Vk! IJ/ VI'TU
ADa�NOUIIA MUMB�R 1
�ar North Comm�nity Par� - ��ase II
sept���er 1 �, �002
nv� 7L77 �� f/ L f
battom r�il, Fiow�ver, th� intent vf t�� ���uments is to �rpvide � bottnm �i�� raii
at �l[ fe�ce s�ctions Ivc�te� araund the d�sherb�ard �b�tt�����r�i) assembly.
�N� O� ADD�RlpUNi i�1
� �
�
� ,`,
���� �
�
�V�;,I,f� LVUL • I{,� lU�iri�'�� �� �� 1�1 V1'YU� �
'� �•• •�`., , �
• ' ,- � ,h
. i '�, .�,` �'•
•j i �`S�. .
;. ' : '�
�, i,''` � -
� �' .
�
�„�.�
. . i : �.�,
Y�C.` • �. �r f �
• • •� • • ,, ���.
���: . � � �
.- �� �
';•,r,;ti_:. .�. .
.,,•��,.�-
. ;,-;,
' � ,.1��
. {: :.�.;', ,.�. ..- - -; — �
• , , , e�.,;' �_, /
�t ',�'.f!: �_
�� �� : , �- �.=� __
~ '� i' •�: , ��' �
. ;;. '��' . r
.r`: ' ` �.: � , � l
�--- - - .:+� � : � fi�/J
��� : � � , �� �/
_,� - -- ; ' •�=-. ; - � '���
. . TM��+r� �•� : ""'�` ��-[[[+++���ll
' � , ��b �' ' , — . •. �,�— ~��
. . ,�.�� ' � Y�-�� • ! �' 4 ��++,�.ss'��
� �� �� �+ � �Wid ' � ' �
�*--�----� �,._ _--� :
� '� � /
� ���� � �' � . 1
f
.� ,�. �::
� � � l- -
� � - ��
, ,�, � %'�� _, -:� �.
� _ ' :�, �� � � �
. � _ ,
�.- --T-�- �1
, . _ , �. :,= /
; ,.,�.� �..�._.�A. .�•- �� � _ �
�.,� � �
/ I n'
/ /
' ��
� r
� r � ,,
�
r�
� � •'d
� �
� �
. � !� _ �
'
.�
�
U7� �
��
� ,. . , •� .
. f
� � ; �
e
i� • '` \�\\
y \
.� i q
♦ ��f � �� �
I .
�/ ' i '��'� �� • CC
4� �
��
_� �
�
,�� f
�!
� �
�.,,.�,.��...,..� t -;- . �.
.,.. ,. ,.. � t �r� / z�^t��
�.�---�,.—,�.,, : :..� ,-:,. , . -. ,�f � ' �/�--�l� �j�e.�.ol I!A L� J f
� . , , - � �1� �"�r""►�o.��p� � ��.Y % , � _ ...."�ir. �. � �T .���...� �V� �
�T • % � f �
1 � � �
� �
��� � ..
.:,����.���� �.t_.� ����� +��
`.,�,�.� - . .... � �.�+��at�--.`�'.o. --.����ttU�- L���I.
� �� ��+:���--..,_ ,����r�r� ��a�:���:.._ ��:�. . ._.
. -. __, . . . . .��_ .. , � � • .�'���Tb G.�'Mn�l�a"r��''�'�1� ' .
. - --. ' , 1�� �"� � �
,
�
� �
,
VLI� I1• [yV{ IL�lLllil
WA�S Aacum�rn Retri��ar
�S'�N��, SEC�SIDN 3°7[6gD�s5 o3/ailzaa� �c�s
fl�te: i7ar�1� �., 20�2
Gene��l 8��ision Nurt��r 'iXOZB045
Supexsede� Gerse�al Decisiar► l�o. TXO30Q45
SCa�e: TEXAS
COTistri�cC�O�i TYj9A:
H'�AVY
IiiGl�[F�1aY
Caunt�y R $�a j :
COLLiN G�►h'60N RO�KWA�,L
Ci,i�Y�AS JQi�T��Di �"A�i
��1oN iC�►�7FMl•!�i . irTI�Hi�'A '
�.L�aI a �Af�tICER �
li�P►VY ANfl H�@I�3WAY �ONS'�RVt�`�SOb�T P�O�T�L�'� �N 1r�g�H2�TA GOi�N'I'Y ANbY.
i3IG�dAY ��t3$5�1�UL'°�IODi PR0�7ECT5 aNbY �`Di� ��NING CDLJRTIES
Madific�t���a i�u�nber P�bZisa�i0f� �a��
0 03/pl/2o0z
CDUI�'�'Y I z es 1 s
(�bLLTN I�RA.YS�N
�AY,I.AS �'Ot�1�CN
A��7COL�i �.LiF'MAI�
�LLr6 Pk�K��
�U'tX304�A 03/26/199�
AIR i'Op� �lp�'���
x1SPT�Ais�' �TL��
7�1SPFi�+T 3I�OV�I,�R
����t�ax� �r� wEz�x�
G1�3i�Et,7T�T�
�oNCR�r� �aNa�x�R-paviN�
ca�rcx��r� �rNxsx��-���u����
�O�I��'8 �UHBEIi
Ele�ei���YiA1+I
FLAG��R
F4RiM �Z3�&��R�STR�TCTUR�S
FDRM LINER-pAVaN� & CUFtB
Fol�i s�rr�n-pAvaN� & �g
�'OR�'1 S�'�'T�R-STA.UCTUR�S
L.�OR1�R - 4�OMMQE�1
b�0'��a�`T'ILT'.�](
F7ECf[ANi C'
ox��R
s��avz���,
PA,�AITFR eS'3`�UCiii�S
eIP� L�L��}�,
�I�.9T�R
mSPi3p,I,T ni$i±t�$L�'OId 0���,'�OR
AaFii�'x' �A'iIIDTO Ml�►►C�iID7�',
Y1R40i� 0� �k1��PER UQ�RA'Y'OR
�������
IdOCIC4�ALL
����
warHa�a
�ap�s
� �.uo
9.��
B.BO
],1.51
ia.30
ra.so
9.83
8.84
15.�7
7.55
9��Z
9.00
9.24
9.OS
7,3�
�..�4
la.��
bo_a�
9.41
��.00
�.9�
11.�Q
io.2�
10,3D
�.�ra
io.7a
��l�ges
I� LVJLf
F�gc 1 a�3
�LI � I f� LVVL I L� �L1IYI
WAI� ,Document Retri�v�
CONCR�E� CURING MA�F�Y1�T� 9.25 �
G�NCR$Z°� �'TNLSI�ING MA,�HgN�: I7..13
CONCRfiTE p�ViNIG 3dTNT MAGFi�N� 34 .+52
�C�NCR�TE PAVrNG �70TNT S�AI,ER 9.00
�ON�R��`� �PAVaNG �Ak� �0 � 3 9
�ar������ PAVTNi� ���£AAt33�it ZO,so
s�=��°��M rnac�azu� a����R � . ,�a
cr��, �s��z.b, ��c�a�,
D���E�iC, DRAc3LIN�, �HOV�� 11.44
Fpt1NnAT3CN bRILL o�F.ItAT6�
��t10,�1I,�1� i�OCtN�'ED b0 � 00
�9Vl�A'TION ��$LI, Op�TUR
'TRUCK NiQUNTEA �l . B3
FRONT END LOA��� 9,g6
MIL&�l��i iHACFiINE p���►'1°��# �.62
�tIX�1L IO . 3 k�
MD'rAR C►1�ER 4PERATOA .
�'xNE G�R�� �1.97
�IOTO�t �+�� O��R��'OR .1a : 9�
PAVPM�PT'y �RKiNO , MAC$I� • 7 . 32
ROLLER, 8�°���, W1�EF3� p7�At3T-NIZX
f�AVEM�N�'S 9 , Q6
AOLLEIt, ST��L W�iEEL OTH�R
FI,A'iGTI3��L OR TAh9PaNG 8.55
�iOLT��R, �I��L�N1xil.3l�. SELF-PC�OP�LL�D @.48
5CR1�P�Ed, 9 . 6�
'r���4t�-�RA�1L�R. �'YP� ia.5�
°!`RAC'i�DR - pbTELif,1AT Y C 9. 2� S
�'�eirELEIwiG !"I�X�R 6.83 �
�P�N-BRIT,�„ B0�2iNG F�ACifiNE 12.Op
���rFot�CxN� S��EL s��R eAv�1�G 13.21
F����f�'ORC�NG a'��L S1�TT�R
5'E'�{3C'T17R�8 �� . � 3 .
s���� wo��R-s��vcx�par, �a . �a
ap��� $ax o������ ao . aa
wo�a� Z4N8 S�RZCA�� �.3�
'i`12UCK DR,�V�13-$TN13LE� 14aCT�F`
I�I�ii�' � . 96�
TRUC;K T1��R�5z�7Ci�Ia�'. A][Ie�'
t�AVlr 9. a2
�I�O�K ���V�R-TANf}�M 1�C��
��R+l I TRAa��� 6 . ? 9
TRUGK DRIV�R-L@w�OY/�'T�QAT 10.44
TRUCIC ��tiv�-'��,1rY�' 1��X � .47
TRuC7C ��YV'ER-W2NGH 9. aa
Vx�17AT0Y� O�Et�1TOR�FiAE�'� '1'Y�iP 7.32
�t��ER . . b � . 5 7
oo4or�����eeo�o�...w�.......�..����_..t-�-.�������oa�.__�����__�������e
Unliat�ti classi�ica�ia�is r�ee�ed for work nnt ir�clu��d wi�hi.xt
�he sGop� ax the classigi��eir��� l��ged may be added agee�
award o�s�y �s provxded ��s �h@ �ab�� s��d�rd� cont�act c�au�es
(29 Cn'It �.� Iaf {1} (v} } .
_o_ao.o_�,�__e__A��,_ee.._..---------_0000_......._�...��.
In �he X$s�fng ahove, th� ���J° desigtia�ior� inealie Chat ra��5
b�8��ti u.tlder tkldt �dOY�t1�1e� C�G i1�C reflecti co7��C�fveiy
baxgai�ed �rag� �d �xir�ge ��r��sfi� r��s�. O�her de�ignations
xr�dieae� �nfon� whoss x��e� hav� b��n ciatermined tt� be
pz��v�.xl ing .
4,�AGE A�'T�RMIi�YA'X'�O1+I APPEAI.� $120C���
�.) ��s ��ez� bees ar� a�i�i�.1 r3�ef�ion ia tihe marC��4 ��is �an
i. Lk/t1
�'�g� 2 of 3
. ,, . • . . , -
�LI� If�LVUL Il�1114Y1 Vlf I�l VI'tU iyv�YL77 �� c[ILr
WArS Documr�nt R�triev�l
�ei
* an ex�.e�ing pub�a���t� w�a�e der�erm�nataon
� a su�v�y Unde�'lYi�g � t�age det�r�ina�i�s
* a w�ge and �tous Davi�ion leeeer �et�fn� ge�th �
pasitaoa on a aag� de�ermination matL�x
^� a c�n�or�ance (add,���o�a� ela��ification and ra�e)
xuling
an �uiwey rex�,��� matters, initi�l eon�a��, ir,cludfr,� rea�uests
for sun�ma�ies of Bux�►�ys, �lxould rie w�th th� Wage and kipt�,r
t�egion,�� ����ce �ar the a�ga i� wi�i�h t�i� susv��r Was condu�tn�
�ecanse those itegion�l Q�t�c�s �ave re�ponsibil3ty for the
�aviB-1�aco� su�v�y pxogra�r. I� �Y�e zssponse fxom �his bnatz�al,
�oi�tiae� is nog �aeis�aetory, tt��n, �h� gxoees� d�se�i�ieti fn ��. j
and 3 . ! �i]ould �� fpllO�+ed,
wi�h x�gaxd ��a any o�hg� �a,���� �rot yet ripe $�r tiise fvsm�l
�ar��ess de�cxi�ed hex�, �u�taal cor����e. �1aould i�e• w��3y ei�e eranch
cf ��a��ructiaa� �age Aetermix�ak.ians. Wgit�� to: . .
�rax�C� �� Construct#px� w�g� 1����z�issa�ions
Waga �nd xoua �avi�iarc
U. s. �epartment of Labo�
200 �onstitu�Cban Av���sg, t1. W.
Wash�n9'ton, n. �, ZO�b�
�.) if �h� an��rex �o C�e qua�rior� in i,} i� yea, then a��
. intesses�ed pa��y (��ioee aff�cee�9 by the acgior�) car� requ�st
reva�w and re�o�sidt�r��ion ferom Lh� W�ge a� Hraur Admini,$tr�.tva
lSe� 29 C�z �►art �.9 s��� 29 C� Fare T1. w�i�� �a:
wag� aad Hour Adr�ini�eraear
U.S. Departmeat o€ ba�or
24G �nnst�tutio�n Aveau�, N. W,
W�r,$i��Enn, D. C. Z023�0
Ti1e �ecduest sho�lt� be ac�ompar�ied 5y ��gd� ��at�ment af tlse
istterest�� party� s pae; t�on a�d �y a�ny info�nnatior► (�+age pa�nenti
daea, prajeCt �escripticn, �ze� px�C�i�� ma�eri�l, e�c.) �ha� tR�
x�qu�m�or cnn��.��r� r�3.evane �o �he issue.
3.3 %g �he de�b�b�a o� th� A�r�iraieerator �a no� �sv�r�mle, an
ir�tcre�t�d �+arty m�y appeal df�xectly to �he lac��ai���a��ve �evi�t�
�eard (�o���rly th� wa�ge A�a�eal� �o�r�? . Wrf.�e ea: .
� Admi�i.i��raei.v� R�view �d�►�a1
� . ��. �epax�men�; af Faabar
2ao Coastaeu�i�a Av�aue, N, w.
�asr�sn���n, n. c, aaa�o
� . ) A�l €��ciaior�s by �!►o m�l�iz�i��x��ive xevie�r �o�rd ��� �i�ai .
�Y+7i3 OF GEIQ�RA7., D��ISIQl�i
P�g� 3 af3
�
���, ir. cvv� �c�JJtir� uir r�� �i�ru
�������4����5�
�Y�.�rcy� � c�i�r
��r���l� I�ll��t��� ��[���
���J��i: �AR NQ�iH �4iUIMUNI�Y
PARK-�HA��II
�R����� iV�.: �i�� � �11452.410
P��S�f�i: Se� Att��h�ed pr�n�id
M��lin� Atta�dan�e �ist
��i�: 5�pt�mber 1�, 2�02
Try� follawing is our und�rsta��iRg �f Qhe subJeet matter ca��rad in tE�is �neeting. �f this diff�rs
frt�m your w�tderstar�dinQ, ple�sr� notifj�, us Withln �ir►� workin� �a�►S.
M�ting �egan pr��npt�y at Z.Oa p�r. �ric Sesb�ck �f Par�s ��d Community Services
Dep�rtm�r�t (PACSC3) o�ne� the me�ting by r�viev�rinp the �ttac�� �reo�id Conference
Format F'aP�i. Yhe checEced (t�ms on the F��m were r��d �nd discuss�d. Mr. S��ioack nc�t�d
that n�w w�ge ra1� i��ormatian �Nd � revised p�op�sa�l ivrm wfll �e ir�clud�d in the Adden�um.
It w�� noted 4hat the grassir�� w�rk €or th� p�bj�t is s�t up it1 tYie b1�i �f�ernat� sectiv� of tMe
propasaf. Th� r.v�lra�t� wllf n�� t� t�� su� t� i�cl�sd� t�m�e�ry ir�g��an ���uir�d to
esta�lisFi grass, as �he �e�t at perm�r��r�y irr�gat�d �r��s is �imik�d i� the �asef��11 fiel� jn this
ph�se. No r�qu�st fo� subsiitutior�s has b�e� rec�div�d t�n ��y� pr�r to bid, sa bid praj� �s
�p�citi�d.
i�m K�'att�er with �ri�r ��ur��s� ���crib�d th� gen�r2�1 Idc�tiars of 4he site an� it� telationship
- ta adj���t r�sidential u�� �n� tn #h� ����� i P�r� 9rn���v�r�ents th�t �re s�e�er�ng eamplet]an.
Mr. Sa�b�ck i�licated t}t�t the contra�t�i would n��d #� c��sider if�at programm�ti us� �f li��
PNase �t ��rh �re� may�ta� star��g u�, parti�i��y in ttr� sp�ru�.
F�tr. Kr�mer n�ked that muc� ai th� �� Stre�t irnprov�rr�nt� w�r� �mplei�d !ollow'sng the
survey v+rdr� for this proJ�ct_ �� �idd�t� s�o�ld �i# ��te t� Yer�fy c�urr��t ear�litians. Tfi�
bidders were �dvi�� that a sail� r��1Grt has b��r� i��luder� in #p�� p��J��k mattu�T for ir�ormatior�
purp�es. �Ir. seebac� �at�d t�at th� �l��se 1 cornPa�r �roug�t up a 1� �f racl�y r�a�er���
wh�� irer�ching �rnd suggest+�d #R�f �e bidd�e► vf�i� tt�e Sik�.
The irnprov�m�nts peop�s�d in tfite Ph�se II conh�c! wer� summarf��d. fViP, K��mer dir��ted
��t�r�titm to th� �xp�rietice requir��ent� (lis#� �n �i�rl Sheat ��3} it�volving th� e�st�u�tion af
th� i�-I�ne hoc�tey rin� sl�. Yh� bidde�s wer� advi��d tha4 there is cu���tly a temp�r�ry �atch
pl�r�t l��ted �n � p�rkio� �f �e �ite. �he I�ca�on of ti�is ��ie� plant is r�ot s�own an #he pr�ject
�lans. �Ar. S��kaoc� advis�d th�t t�e batch pf��t wouf� be r�ved f�rn i�e site �r�� grour�d
�levatians r�stpr�� by 1he er�d of IV�v�ml�r 2Q02.
Mr. 7hnmr�s J�r�an v�►fih the Mi�t�ritylWam�r► �u�i��s Enterpris� �ffie�e indic�i��l t�iat th�
f�(W��C ga�l �ssi��� to the prc�]e�t i� 1b��. N� ec�ph�si�d Urie imp�ri��c� �f cnmplia�ce.
i�►e 144��lIlBE l�ttachm��t ��s w�re d�s�u��e�.
ih� fc�llewirx� s�rr�nari�es questions pr�s��t�� at the meeting. iM��e items we�� �ilscuss�d
��d �Fi6 �nsvuers to tf��s� qu�stfnns �r� nt�W provfdea. Al�p refer ta �'r�e Addend�am PaP lYems
repuir[ng � ch�ng� fa tl�� ��n�r��.
1. @: What is fhe pur�ose ��4�te w��th�rtabi� ir� �he project rn�r�u�l?
i�. ��is i� a wat�in� ��y contract. '1`�e w��tFi�r kable is � gun�� ta hefp plan for av��g�
�� w��,tt�r d�ys ��ah ��YI� � cantrad. il� w��th�r t�ble will �ot � used ta
detemnme �ur��er �f wa�klr�� d�ys,
�;�lob1D114571DOG�preDldreporLdal 1 9713f20�U�
J�i, II�LVUL 1L�1Ji�n Vf� IJJ VIYV ����T��� �� ����r
�����=�i���5�
2. Q. f�hat i� tf�e �nffclp�fed S��t dai� fo�"ltte profect end c�n the contr��t lertgt� b�
exter�ded ta b�iter �ccorrrmodate grassin� requir+�men�s?
A. `Phe �rrticipat�d st�r� �# �anst�uCti�n is .lanuary fi, 2003. The number of wo��ing days
tor the car�tract uv��l t� c�anged in tq� Add��dur� ts seventy �70) warkir�g days.
3. 4. Clarif�► th� �pplrcability of lt�t�► i� nf #he S�eclal Ins�cfi�ns to �i�d�rs r+�garding
Ozarte �lert Deys.
A. �oAow it►� specific�#�n requir�ments. Th� r,�t�tt'2►Ctor will I�e�� to u�� t�rt�ir judgm�nt
t� �e�in mafopi��d equipment wark b�fare 10:QU �.m. 0!� �esig�ted nwne �i�rk day�.
t�antractor is sti�l g�rmitt�d ta rroar� a required (i) hc�ur day fr�m 70:OQ �,�►. fo �:OD p.sn.
w�en heCessary.) In ad�iti�n, €ce�p in mind that the typic�l ��one Al�r4 ���s�n witFii�
th� f++���aplex �rea tuns irom �lay through �eptemh�r, as de�cria�d ir� item i5,
4. Q. What respanslbifiry wlll flte cantr�c4or have r�ela�tve fo hydroseeding #h� area
rmpacted by �h� batch plarrt?
A. �'h� bid item faP �y�traulic �+�dir�g requir�s �e cc�t���r tc �eed af! areas distu�be41
under khis eontract It is �li�ved t�t �st eF ih� �t�� disturb�� b�+ the b�teh plant f��E�
witFiin the ar�� to b� disturtt�� �y tF�is co�t���t. �ydrauli� S�edirtg of ���as autsi�e of
� the dis#.�rr�ed are� o� tF�I� contr�ct is r�ot includ��.
5. Q. Cl��rfy whici, sl�b s�bgrade �rep�ra�i�n r�qu�m�nks in t�� geot�chni�i engine�ei�g
�epor� wi!! appJy?
A_ P�� {�re�ar�t�r� �o� h�€tey f�t�Ftd2�tian slab is �Utlined � dP�wing �heet 5�2 a�nd as
desc�ib�d In �tion 6.1 �Ae#ive Clays ��ft frwPlac�'°. Yi�e pc�rfio� of the g�vtechnical
engineering r��� identifieal as 6.� �Rep�ac�mersf af Ac4iva S�ils" does no# apply,
B. 4. Sectiun 01 f QO P Sutr�mary vf Work i�dic$tes tiY�� fhs Cot�tl�►c#o�' sh�ll provide a!! ,
p�rrr,ifs arrd 1ic�nses a�d �ay a11 cf�arges ant� tees �!1 t�� City wraive th� r�quirement
for p�ymeraf of fee f�r cfiy oi�t�r� IN�� ��tldin� perm�s�
A_ TFre contr�ctc�r is r�pans��1� foe al{ fees, e�coe�t f�r �u1d��g Permit fe�s, uu�i�h will be
waiv�d_
The r���tin� concluded ai approximately 5:00,
������� �Y: Torn �t�mer
,�
,�
F�:U tib10 i 1 d 521D001p r�bi d rep o rtdat
s����o�
JLI� I!� LUVL IL�JYIIYI f11! 11J UI'tU iyv�'tL77 i, LJ/1!
�'XtE•�� CONFFR�PICE H'DRNIAT
NAM� U�' pRQ�EC'C:
� � �'ii'1�ur�; � I��-
ADH�tESSIN�A�CD 1V0. � ��"� � • �i �
DA%�, TIME AhtD LOGA'�AiV Wii�l� �IPS Al�� TO �� iS�CEIVFD: '
All bids qr� tn 6e tterned ieEo tl�� Pwe�ha�in� Ql�ce �e Is�1eP t4�nn 1:�f� p.m.,'Y'f�nrsdmy 9-�� •� _, t6e dAr 6ta s�� ea �e
o�efl�d. 'I'he �urehasin� Qi'�ct ia lacated on ttr� sontHtve,rt earn�� nflho ls�wer le�al of Git�y i�oll,'lOflO Thtockmorton 5troal. Hide
wtll bt puhlicly npened s�nd reu6 aloud ai Y;Q,9 p.uo. i� tt�e Co+cflci! CNa �nbers� Iad f��op, north iide olCiky �flll.
IIV'TA4�IUCTTUNB;
Identify the POles oFeach indivl4l�ol.
., y i x
. _;
� % � �r � �'
SiGN 31S15iI�.pT:
PtojeCt Mena�dt
A. C►. �. L�acmr
Y�10v� eacF� per�otl at �e coef'ereflCC �ign th� 5i� En �ltec�, idrs�ttiiyi�g �he pereon, COmp�y oc a$enaq, a�d hone ��tmbar.
Mr�lsc co�ies �t�d diStribute tn everyane 1�9 a�end�ce.
'�YAGE �AiT�3: (�t�FE13 `�'O S3°�Gi.FICAT10N5)
Clry f�nded prv}ects to fai=a+� the �r�vaili�g wa� r�ges set Uy City Gouacil.
' o�er. �'v�- �•l '
na�w�c a�tn�rvarrc�:
Nose: The NLIIVHE participacian goel �sign� ta s�c �soj�ct ie �.
8XD S�CYJRITY B4Nb$:
�/ Kequired far si1 cpnZ«►otorsibidde�s �egprdless pf �moe�t�t a� bed. Cgshie�s cl4eok or a�t ocaepta►ble �iddets �ond in arl
3'� a�ri�u�t of nat le$s kh�t 5�/a ui fhe w�nl R.tnaunt 6id m�sst sccosipenY esch �id pkopaqa. '
M�IN�'�MANC�t PAYi19E1i�i Al� PTRF019M11FiCE BO�S;
, y Only t�e guccessBul bldder must �Rly t!� bueeds, witli the fqllo�ing requi�ent5. at tlie tfcn�e tt�e sontcr�t !s aw�rded:
7��
M&THQ�f UF �wYM�PIT:
Cantracte ua�er �Z�.600 • Tf th� Uo�l contraat price is g25,006 w ic�s, payrrte�r� ta !bc oonitat[Or e��U i� n�tide ia oae
ly�itp surr� Paymq�tt sh�l! pot kre medc f4r s peaiqd 0� forty five (&5} oe�eudls days 60� tg� dste �Ete �vo[k i�3 br�in
cnmplated end ssc�pt�d �y t�te Ciry. D�Tralnt�Reutte Bond t� requlted, '
�g r.cts }n �a[,�e,as af 525.�OQ • R�ay�nenl Bofld is tei�uired er I4Q°i'o oT tE�e Contrc�t �flce. '!'�e aon�act si�ill �e �teld
Ad�irtessered �y Dapeaimenl oF �ii��ring iCot9sttvctio�s Secdo�. A bimo�n�hly cstirr�ite C� w,drk cue��i�ted well �c
aubeui� 6y foha can4a.�tar or !9e drafted �y tEte Ins�eclar ea the lst d�y �r�d 16ch day of eeci� �ontl9 thac war.k ie i�
progress. 7ke esii�� sh�It �e prnct��td 6y tire City oe� dte i0th day �td $3th dsy rc�p�ctively. Thc nutrd9�r uf dtsy9
charsed �eihsc thc prej� jpr �111gt C9timate periDd tspiil 6e dete�mi�ed �y the it�s�ctn�. 'I'ieis in�ormetion will be rEviewed
wielti shs cnntrar.tar pr'sat w bess►� tur{�ed in t'�r ���t, ��ire6,t�a.wiq ba p�,ed weit�►itf ls d�YA fallo�aing 17�re �d of th�
eati�natc periad, lrgs the a�propri�se rss�in�e. '
C�tr,�e�s ' exe�ss of Sl Db.0110 - 8ott� Pey�sent �� Perf4rmusxe �ond st�411 he exuu�cd i� the a�w�sni aE' t�se co�tt�c�
� condia�ned nq Nte faithf�sl perfa�m�nce UF ttl� Wa[k � 3aW�11Cf wi�h the �fa�s. spr�c�cativa� end 3II C4Aa'RCL
docmnenia- '1't�e P�yasetR Bond i� givee� salely fae tiie �rateckion �d use of paymeat �aad bee�efi�iRxics whn h�ve a die�ct
�[ coxtra�tua� reletian��ip �ri�h tfic pri�e con�rur or � subcanu�t�r to iugpqr �u61ic warlc, lsber ar �aLerr3al. '1'Fie
�� Petfor��ncc Band i� fnr e�e sole �roteaiioa af t�e �tty.
RE'�`,A.IiVACrE:
Fnr conYrac�s under �40D,OOQ'- A ten pereent {fQYo) ret�ina�e is s��li�d to �I p�ti�l payr��tg.
� F0� C0111�a4:ii 4v�� S4OU.�{1- A F►vg �rr.��} f i�/,.L r.�t.+iwn.� ir a,...1:.A t., .Fl �.�r:�� �.....,,e..�.
�tC. II.IUU! 11:94rM1 pl!-1��-61'i�
, FII+IA�. �A.YMEf��':
�
x$RMY'T5:
��
ivu,'�Lyy r. LD/1f
The re�aeneg� check witl be issueQ aRar �f�� �unchlist i� onm�leted. UpQa �ceptaace a� compEeted puacWi�t, H.�.B. wlll .
iasuc Finel P�yitlon! docucneat, received Gy Proj�t Menager, end proccased to I�iseal 5ervices �epestmcat foe jssdance ai
pay[�ent ahtck. '
�nr HiJD fvnded Prote�t s.- Cpntr�Ctnr elsg�[ �sttnt� t�� resppflsibEtit� tor obtnlrrir� t�e nec�ssary par[flits to osrry out tite
work. The contractor �hnll bear a�l cast far Ci�y �#�o�e Warch 6uilding �ern►ita, aiI nth� ��it3, fee8, ee�lfic�tt��
iespcetion srsd licenses. , �
For Citv ofFort Wo�it� �nded�roj�tt - Cor�tract6� shall e�umt the ce5pan�ibility #or ob[ainsng FLe s�eCe9sery p�t��t5 to
cffirty out l'tle work. Hd++�v�r �� C�ty ia wafvin� �ite re�uiret�tnt for payr�rrt of [ee tor CiCy nf Fo�R Wortti �viidisg
p�rmfts. ,
S1J�STYTCix'�O1V5 ANDP[tODUGT O�'lON6;
Addt�ss �ny �pproved su�stitutions th�c were eLeaTed hy th� Pro)eet M'�n�ger len (ID) dsyi ptiar to hid date.
Wtshin t�i�y (30? r,i4ys �Rer ��t� of ennit�o[� Frof ect �uta��cr will considar form�l r�q+�ests irom eanvaetor far
stt��tisd[ions of products io plasa of ti�osc 5peciiied. (Sea Snetinn 01ls4� of the s�sei�cotions)
COiV7ZCAC'� 'rIM�:
� St�ts �� number of dayi allawtd far thi� proj�ct tsrkirl i�dlCnAflr)
BAS� Bl�;
ALIE�NAYEr
�p '�� �.�� ���
� - � �4'C�' �r �-'"i� f - �
TO'1'AR,:
A"Working Day" is de�nad as �ny c8loadar dey thC �nntrector is not pr�rented by weattier or other circuFnst�ntes am
� under his cuntrol fra� parfo�man¢e fbr d Coetinuaus p�loQ oTol lea�t seve� (7j �ours beewern tha qo�rs of 9 sr�. a�,d
6 p.m., Mondoy � Friday (Sat. upon tequ�si - rnust hmw� �ppmval -idn 5�a�ulnys -No City �otidty9 unleaa req�es�ed).
Aw C��endad' Dar° is d�fi�ed as amr d�+ oF Ihe week or ranatls, Ad�us�nent ia �ade ii'r�+n d�ys disrin� � month a�cceed
the nor�al rai�s d�y aver�g� ior t#,at pedod.
A�YI1�W QF PL.+�PtS hl�� SP�Ct�'I�A7'i4NS:
A�DE3qIn�1M:
�
Locatiot� of projcc�. ' � �
Wurk �a be incl�dtd. �4�
'ryge QtNcigh6nrhood. '
'Eype o(�nii�, ,
5t�ging Au�A, �
Praiacti4tl q�f exssting features.
Quastiuns per�iatng w� lans, s�ecliucaticns, a�ndlas City ���ians.
I�form thoac in ettandenes jf an �ddsndu rr� will b� issaed, if 30, au�ine what is io ba inct�ded.
0
�J
� �
asl+�aed4ii(n��SP��Id �art{trOnee Fvrmplcp
1f�A1S PI�1�.'I`NI ��� �a�+t� ��� �
, ��� ��� w
a����� ��'f ��� � �r:� ��1+ �r'���'� '�. 3:���11 � � R
�i�i� �ue �y �.:�1 P�. �� C�r 7�1 �s�'�`�iIIl�1�A�1, ���E� ]�9 ��iD� _
ih�s�ecall���iQeer�azid��' 4
�
��gu� �r��� �� a.� �sa: ���� �� �]Hi�I�� �� ��►� i�o�an� •� A
� �� �
� � ,�� ��
' � 6�• �t! 5 � ,��
I, � ►�� ���--
� � i�.'.�'�A�+-� '���-r+-�,
' � � �`i��.oP�J.� ���►
� { �'�'�� �r�c�� �€�.
�— �b
� �j ��� F�l�t�t�a��
� � �
�
�
�� I
. �� `,
.
� � � �
.` �� .
� �� �
� ��
���
���,—
�� �� �
�a� ; �
.���
�
� C�� �l�ill�l� � �i9I�S� � 4.
i � _�.'��. � ,'t� ���,��a �-�`'e �` �
� � �
� � �o �� �
. �.v � �—��rr�r � �� � ����a �7r ���7�- 531-���,a.. �
r�i ; .� �a4�.,�,�� -�'��l7� s
. �L�3 `.� ��'� _.
�. � ��.9� �^�•" �.�+,,��.im��$'d i�o�'�a'�4-- �'��3�� dl�� {'
. � .,.c�� � _�=—� �
� � r,,Y . . ' � � , � �
� �A��C"��v���� �� _�7 °���- ��� s*l� ��� �
� . �.� A� 'F�'T h�m.�s S#'���' � Crl 3� ��1�='�"� 1� � g`
� - �� ,�r �.�
��,�.7�a� +� .. �� � �� . c
' �. �'� �n � '�'�.� ��i -'��-'r� i� • �? �'�'6���0�: �
�p � �
� �0�4���rA� aG.�+'v:er° , i i v.
� �
� -
I
,�
;, .
�
f
i
i
�
� �
_ `.
. i
�
;
9
�—�... I
�
�
��
i
�
I�
�
.�,.
�~
.�
ti
�
�
�'�:r��,�.�
...� ' "a . " _�,�,,.
�"__
��#� -. w
SPECIFICATIONS
AND
�`ONTRACT DDCCThIENTS
�'OR
f
FAR NORTH COMMUIYITY PARK
PHASE YI
PR4TECT NAME PROJECT NUMBER
Far North Community Park GR'�61�41�0010843�66170iQ
Phase II GGOIlS4120A10808085
IN
�
THE CITY OF FORT WORTH
TEXAS
�� �o�,�,
4 az;,. .�, �i'
O �
� + + yiy
�`�. .717{�
. � . ::+'+�
�, �
D.O.E. NO.
3810
KENNET�T L. BARR GARY W. dACKSON
MAYOR CITY MANAGER
. RICHARD ZAVALA, DIRECT�R
PARKS AND COMMUNITY SERVICES
PARKS AND COMMUNTTY SERVICES DEPARTMENT
PLANIv'iNG AND RES�URCE MANAGEMENT DIVISION
FUNDYNG OF PROJECT EY
CITY OF FORT V�ORTH -
AND �
TEXAS PARKS AND WILDLIFE DEPARTM�N'F
CONSULTANT:
C�arter & Burgess, Inc.
c&s No. axza��aio
August ��, 20U2
ISSUED FOR.BIDS
op� S� � - • • `xq�n*�Qo -
a,� . � . �a 0
a... :........................�....o:
0 TNOMAS G, KRAMER o�
0.... ....................... .�...p I
°a �'•., 2 0 52 �%� �
����u �AprSTER�.�;��'�d
�
..A��� �
��� 4�6� �
�s � �
TABLE OF CONTENTS
i. N�TICE TO BIDDERS,
2. SPECXAL �NSTRiTCTIONS TQ BIDDERS
3. GEOTECHNICAL STUDY
4. PROP05AL
5. CTTY OF FORT WORTH M/WBE ENT�RPRISE SPECIFICATIONS
6. CITY OF FORT W4RTH PREVA,�LTNG WAGE RATES or FEDERAL WAGE
RATES-CONTRACTOR'S PACKET
'�. WEATHER TABLE
8. VENDOR COMPLIANCE TO STATE LAW
9. CONTRACTOR COMPLIANCE WITH V1'ORKER'S COMPENSAT�ON
1U. TECHNICAL SPECIFICATIONS
DIVISION 1 - GENERAL REQiTIR�MENTS
SECTTON D1100 - Summary of Work
SECTION 01135 - Contract Time
� . SECTIDN 01140 - Alternatives
� SECTION Q1150 - Payment To Ca�►kractor
SECTION 01300 - Submittals
SECTION �IqUO - Quality Contral
, SECTION Q1410 - Testing
SECTION 015D0 - Temporary Facilities and Cantrols
'' SECTIUN Ol.G4p - Snbstitntions and Product Options
SECTION 01700 - Praject Closeout
i SECTION 01800 - Contractor's Responsibility for Damage Claims
, DIVISION 2 - SIT� WORK
� Sectio� 02200 - Site Pre�faration
' ' Section 0230Q - Earthwork
Section OZ485 - Atl�letic Fie�d Grassing
Section 0271D — Cement Treated Base — for Trail
' Section 0281D - Landscapg Irrigation System
Section D�830 - Chain Link Fencing
Section 428�0 - 5ite Furnishings
DTVISION 3 - CONCRETE
Section 03300 - Cast�in-Place Concrete
DIVISION'� - THERMAL & MOISTC7RE PROT�CTION
Section 07920 - Caulking and Sealan#s
DIVISION 10 — SP�CIALTIES
Section 1U420 — Plaques
' Section 10438 — Temporary 5ignage
DNISION 13 - SPECIAL CONSTRUCTION
� � Section 13125 — Eleachers
,Sect'rnn 13160 -- �n-Line �iockey llasher Board System
Table of Cantents — cbntinued
11. CERTI�'ICATE OF INSURANCE
12. BIDDER'S STATEMENT OF QUALIFICATIONS
13. PERFORMANCE BOND
14. PAYMENT BOND
1�. MAYNTENANCE BOND
16. CONTRACT
;�
o �.
�
, �,
,I
,�
�'
�o�ic� �r� ei����s
Sealed Proposals for the following:
FAR NORTH COMMUNITY PARK PHASE II
PROJECT NOS. GR7615412001080306817010 l GG1154120010808085
DOE N�. 38'f 0
Addressed to Mr. Gary W. .laekson, City Manage� of the City af Fart Wor�h, Texas, will
be received ai the Purchasing Division �ffice until 1:3Q �.m., Thurs., September 19,
2002, and then pub{icly opened and read aloud at 2:00 p.m. in Council Chambers 2nd
floor — N.E. corner of City Hall. Pfans, Specifications and Contract Documents for this
project may be obtained at the Par�C Planning section, Parks and Community Services
Department, 4200 South Freeway, Suite 2200, Fort Worth, Texas 76115-'f 499.
Doc�ments will be pro�ided to prospective bidders for a deposit of $50 per set; deposits
,shall be made �n the form of a check or money order. Each prospective bidder shall
receive a deposit refund on the first two plan s��s if the dacuments are returned in good
condition wifihin 10 days after bids are opened. Any additional plan sets sha11 require a
nan refundable deposit. These documents con�ain additional information for
prospectiv� bidders.
All Bidders will be required to comply with Provision 5159a of "Vernan's Annotated Ci�il
Statutes" of the State of Texas with respect to the paymenf of the prevailing wage rates,
and City Ordinance Na 7278, as amended by City Ordinance No. 7400 (Fort WortM Cify
Code, Section 13-A-21 through 13-A-29) prohibiting discriminat�on in empioyment
practices.
fn accord with City af Fort Worth Ordinance No. 11923, as amended by Ordinance No.
13471, th� Ci�y of Fort Wort� has goals for the participation of mir�ority business
enterprises and women business enterpris�s in City contracts. A copy of tf�e Ordinance
can be obtained from the MNVBE office or from the Office of the Ciiy Secretary.
1n adc�ition, the MIWBE UTILIZATION FORM, PRIME CONTRACTOR �IIIANER FORM,
andlor the GOOD FAITH EFF�RT FORM ("Docum�ntation"} must be received no later
than 5:00 P.M., five cifiy business days after the bid opening dat�, exclusi�e of the bid
opening date. The bidder sha[I submit documentation at the reception ar�a of th�
Department of Engineering, 2"d floor, City Hall, and shall obtain a receipt. Such receipt
snall be e�idence that the docum�ntation was recei�ed by th� City. Failure to comply
shall render the bid non-responsi�e.
The foilowing list is pro�id�c� fa assist bidders in obtaining the services of MIWBE
vendars qualified to provi�e such serviceslmate�ials '�or this project. A listing of qualified
MIWBE vendors may be obtained at the Gity af Fort Worth MNVBE office, 3rd floor City
Hall.
Serviceslma��rials for thjs proiect are as folfows:
demolitionlsite prep clearinglgrubbing in-Iine hackey rink system fencing
spriggir�g : coRcrete � irrigation asphalt ./
seeding Y` steel rebar site furnishings
earEhwork storm drainage flexible base •F
The City's minimum MIWBE goal on this project is 15 % of the to#al dollar �alue of
this contract.
�
The City will award one contract with a cambination of base bids andlor alternates
which is most ad�antageotas to tf�e City.
A p�e-bid conference will be held vwith prospective bi�ders at the Parks and Community
Services OfFices Conference Room A on Sepiember 12, 2000 at 2:00 p.m.
The Ci#y reserves the right to rejeet any or all bids and waive any or a11 formaliti�s.
�e1fi�AR� �� COR�iC�ACi: No bid may be withdrawn until the expiration of 55 days
firom the day bids are opened. The award of contract, if mad�, wili be within 55 days
after the opening of bids, but in no case will the award be made until all necessary
investigations are made as to th� responsit�ility af the bidder to whom the contract w�ll
be awarded.
,
RICHARD ZAVALA, JR., DIRECTOR
PARKS AND GOMMUNITY SERV[CES �EPARTMENT
:
Eric Seebock, Landscape Architect
(817) 871 �5742
�
,�
:�
;��
:�
Adver#is�ment:
Th�rsdav, AuQust 22. 2QQ2
Thursdav, Auqust 29, 2002
GARY W. JACKSON
CITY MANAGER�
GLORIA PEARS4N
CITY SECRETARY
.��
SPECIAL INSTRUCTIONS TO B�DDERS
1. BID SECLTRITY: Casluer's check or an acceptable bidder's baild payable to fihe City of
Fort Worth, in a�� an�ouni af z�ot Iess tkaan 5 percen.t of the largest possible total of the bid
submitted musi accompany the bid, and is subj ect to forfeit iri the eve�3t the successful
bidder fails to execute the contract documents within ten days aftea� the contract has becn
awarded.
To be an acceptable surety on the bo11d, (1) the name of the surety shall be i�.cluded on
the current U.S. Treasury, or (2) the surety must have capital arld surplus equal to ten
tim,es the Iimit of the bond. The surety rnust be licensed to do business in the state of
Texas. The aanou��t of t17e bond shall not exceed the amiount shown on the treasury Iist or
one-tentlz tl�e total capital and surplus.
2. PROP�SAL: After proposals 11ave been apened and read aloud, the proposals will be
tabulated on tl�e basis of the quoted p�ri.ces, the quan�ities shnwn in the proposal, and the
application of such formulas or other methods of bririging items to a common basis as
may be establishad in the Caiitract Docurnents.
The tatal ohtained by taking the sum of the products of unit prices quated and the
estimated quazltities plus any luznp suxia items and such other quoted amaunts as may
enter ilzto the cost of the coinpleted project will be considered as the amount of tl�e bid.
Until the award of the contract is rnade by the Owner, the right will b� reserved to reject
any or all proposals and waive technicalzties, to re-advertxse far new proposals, or to
proceed with the worlc in any mannar as inaybe considered for the best iiiterest of the
Owziez.
� The quantities of work and materials to be furnished a� may be Iisted i.n tl�e proposal
forms or other parts of the Contract Documents will be considered as a�a�roximate only
and will be used for the purpose of comparing bids on a uniforrn basis. Payment will be
� made to flae Coiltract�r for only the actual quantities of work perfonned or materials
furnished in strict accordance with tkxe Cantzact Dacuments and Plans. The quanti�ies of
� work to be perfornaed aa�d zn.aterials to be fuinished may be increased or decreased as
� hereinafter provided, without in any way invalidating the unit prices bid or any other
, requirements of th� Contract Docum�nis.
'' 3. ADDENDA: Bidders are responsible for obtaining all addenda to the Contract
, Documents pr�ar to the bid receipt. �fa�rrnatia�n regarding tY�e status af addenda may be
obtained by contaciing Parks and Community Services Depa�rtment telephonc number
�' indicated in the Notice to Bidders. Bids tl�at do not acl�lowledge all ap�licable addenda
rnay be reJected as non-respansive. (See Iter� G in the Proposal.}
� 4. AWARD OF CONTRACT: The Contxact may not �.ecessazily be awarded to the Iowest
bidder of �he Base Bid. The City Engineer shall evaluate and recommend to �11e City
� Council the best bid based an t11e coml�ined benefits of total bid price and number of
contract days alIotted, as specified in th.e Proposal, and which is considercd tv be in the
best interest of the City.
SPECIAL INS`I'RUCTI�NS TO BIDDERS
-1�
Regardless of the Alternative chasen, the Contrac#or agrees to complete the Cox�tract
within the allotted z�ur�n.ber of days. If the Contractor fa:ils to compleie the work within
the ��u�lber of days specified 'u� the Construciion Documents, liquidated darnages shail be
charged as outlined in General Provisions, Item 8.6 Failure to Complete Worlc on Time,
fow�d in the Standard Specifications for Street and Storm Drain Cozzstruction of tbe City
of Fort Worth, Texas.
PAYMENT, PERFORMANCE ANll MAliVTEN -�'tiTrE F�+OND: 'The successful bidder
entering into a contraci for the work will be required to give the City surety in a sum
equal to the amounf of the contract awarded. The successful bidder shall b� required to
�urnish bonding as applicable in a sum equal to the arnount of �he contract awarded. Tbe
form of tlze bond sha11 be as herein pravided and tl7e surefy shall be acceptable to the
Czty. All bonds furnished hereunder shall meei the requirements of Chapter 2253 of the
Texas Government Code, as amended.
A. If t11e total contract price is $25,000 or less, paymenY ta the cantractor shall be
made in one lurnp sum. Payinent shail not be rnade for a period of 45 calendar
days fxvm tbe date the woxl� k�a5 been com�pleted and accepted by tlie City.
B. If the contract arnc�unt is in excess of $25,000, a Paym�ent Bond shall be
executed, in tbe amount o�the contract, solely for the protection of all claimants
supplying labor and material in the prosecution of the work.
C. If the contract amount i5 in excess of $1�10,00Q, a Performance Bond shall be
executed, in the amount of the coniract condition�d on the faithful performance of
the tuork in accordance with the plans, speeifica�ians, and coniract dacuments.
Said bond shall solely be for the protection of the CiYy af Fort Worth.
Maintenance Bond shall be required for all Parks and Community Services Depaztrrxent
projects to insure the prampt, full and faithful pezformance of the general guarantee as set
forth in DivisiQn 1, Section 01704-Praject Closeout, Item 1.02.
�ii order for a surety to be acceptable to the City, (1) the name of the sureiy sha11 be
included on the current U.S. Treasury List of Acceptable Sureties [Circulax' 87�], or (2)
the surety must have capital and surplus equal to tez� times the amount of the bond. The
surety must be licensed to business in the state of Texas. The amoun� of the bond sha11
not exeeed the amount shov,�n on the Treasury list or 1/10th of the tptal capital and
stuplus. Tf reinsurance is required, the company writing the reinsurance must be
authoz�zed, accrediied or trusted to do business-in Texas.
No sureties will be accepted by the City wYuch are at the time in default ox delinquent on
any bonds or vahick► are interested iz� any litigation against the City. Shauld any surety on
ihe coniraci be determined unsafisfactory at any time by the City, natice wi11 b� given to
the contractor to that effect and the contractor shall immediately provide a new surety
satisfactory tti the Caty
5. LIOUIDATED DAMAGE�: The Contractor's attention is called ta Part 1- General
Provisions, Item S,1'aragrapl� 8.b, Standard Svecifications for Street and Storm Drain
Construction of the City of Fort Worth, Texas, concerrling liquidated damages foz late
corr�pletion of projects.
SPECIAL IN5TRLICTIDNS TO BIDDERS
_�Z_
7 EMPL�YMENT: Ali bidders will be required to coznply with City Ordinazace No. 7278
as arnended by City Ordinance No. 7400 (Fart Worth City Code Seciion 13-A-21 tksrough
13-A-29) prohibiting discrirnination in emplayment practices.
8 WAGE RATES: All bidders will be required to camply with provision 5159a of
"Vernans Annotated �ivil Statutes" of the State af Texas with res�ect ta the payment of
prevailing wage rates as established by the City of Fort Worth, Texas, and set farth in
Contract Documents foz this project. Bisregard if Federal Wage Rates are applicable to
this project, I�' ]���1��'�1 �'�g� ]l��h�s aa-� �pp�ic��l� �� a p�-�,�e��, t1�e C���a-�ct�r s�ia�Dl
cc�arnpll� wbtl� ��1 tt���s id��t��ed Iln ��e a�t��cl���l C��n�r�ct��-9s P���t�t. �"�� %nrtl�n��-
n�ff���at��n �egar�la�ng �h�is pa����9 ���t�►c� �h� ]C�t��g�verna�a�nt�l �f�n�s 1 �r�mis
]��v��ge�naeni YD'nvnsio�, ]�i���n�� �����inxn��n� �t (�ll7� ��ll-�36� �a- $7Il-�3�7
9. FTN.ANCIAL STATEMENT: A current eertifi�d financial statement znay be required by
the Depart�ment of E11g�n.eenng Director for use by the CITY OF F�RT WORTH in
determinin� the successful bidder. This statement, if'required, is to be prepared by an
independent Public Accountan.t hoiding a valid permit issued by an appzopziate State
Licensing Agency.
i0. J.NSLJRANCE: Within ten days of receipt ofnotice of award of.contract, the Contractar
must provide, along witb executed cantract dacux�.ents az�d appropriate bonds, proof of
insurailce for Workers Compensation and Camprehensive General Liabiiity (Bodily
Injury} -$250,0�0 each person, $500,00� each occurrence; Property Damage -$3d0,000
each occurrence. The City reserves the right to request any other insurance coverages as
may be zequired by each individual praject. For woxker's comp�nsation insurance
requirements, see Special Instructions to Bidders - Iiem 16.
ADDITZONAL INSUR.AN�E REC�UIREIVIENTS:
A. The City, its officers, employees and servants shali be endorsed as an additional
insured an Contractor's insurax�ce policies excepting employer's liabiiity insurance
coverage under Contractor's workers' compensation insu�razice palicy.
B. Certificates of insurance shall be delivered to t�e City of Fort Warth, contract
administrator in the respective departxnent as specified iza the bid docu3nents, 1a00
Throckmorton Street, Fort Worth, TX 76102, prior to commencement of war� on
the contracted proj ect.
C. Any failure on part of th� City to request required ir�urance documentation shall
not consiitute a waiver of the insurance requirements specified herein.
D. Each in.surance policy shall be endorsed to pxovide the City a minimum �hi.rty
days notzce of canc�llation, nan-renewal, an.dJor mater�al change in policy terms
or coverage. A ten days natice shaJ.l be acceptable in fihe even� of non-payment of
premlurn.
E. Insuzers must be authorized to do business in tkze State of Texas and have a
current A.M. Best rating of A: VII or equivalent measure of financial strength and
solvency.
Sf'ECIAL INSTitUCTIONS TO BIDDERS
�_3_
F. Deductible limits, or self-f�anded retention lim.its, on each policy must not exceed
$10,�00.OD per occurrence unless otherwise approved by t�ie City.
G. �ther than worker's compensation insurance, in Iieu ai tradi�ional insurance, City
may consider altez-native coverage or risk treatinent ineasures thraugl� insurance
pools or risk retention groups. The City must approve in writing any alternative
co�erage.
H. Worlcers' compensation insurauce policy(s) eovering employees employed on the
project shall be endorsed ruith a wai�ver of subrogation pzoviding rights of
recovery uz favoz a#�the City.
I. City shall not be responsible for the direci payment o�' insurance pramium costs
for contractar's znsuxance.
7. Contractor's insurance policies shall each be endorsed to provide that such
insuranc� is pi�imary protectian and any self-funded or corrunercial coverage
maintained by City shall not b� called upon to contribute to Ioss recovery.
K. In the course of the project, Contractor shaXl report, in a timely manz�er, to City's
officially designated contraci administrator any 1�awn loss oecurrence which
cfluld give rise to a Iiability claim or lawsuit or which cauld result in a property
loss.
L. Contractor's liabikity shall nat be limited to �he specified amounts af insurance
required herein.
M. Upon the request af City; Contractar shall provide complete copies of all
insurance policies required by these contract docurn�nts.
11. NON-RESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes,
the City of Fort Worth wi11 not award this contract ta a non-resident bidder unless t�e
non-resident's bid is lower than the low�st bid submitted by a respansible Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a
non-resident bidder to obtain a comparable contraci in the state in w�ich the non-
resident's principal place of business is located.
"Non-zesident bidder" means a bidder whose principal piace of business is not in
this state, but excludes a contractar whose ultimate parent cozn.pany of majority
owner has its przncipal place of Uusiness in this state.
"Texas resident bidder" means a bidder whose priz�cipal pkace of business is in this
state, and i�lcludes a contractar whose ultimate parent campany oz majority owner
11as its pruicipal place oi�usiness in this state.
Tlus pro�ision daes not apply if this contract invol�ed federal funds.
I ' SPECI.AL INSTRUCTId�1S TO BIllD�ItS
� f ' -4-
�
'I'he appropriate hlanlfs of the Proposal rnust be filled out by all nan-z'esid�nt bidders in
order for its bid to meet specifications. The failure af a non-resident con�xactar to do so
wi�l autarnatically disqualify that bidder.
12. MINORITYlWOMEN BU�ZNESS ENTERPRISE; In accordance with City of Fort
Worth Ordinance No. 11423, as amended by Ordinance No. 13471, the City of Fort
Worth has goals f�r tha partieipation of minority business enterprises a��d women
business enterprises in City contracts. You may ob�ain a eopy of the Ordinance from the
Off ee of the City �ecretary.
The M/V4�E Utilization Forrn, Prime Coniractar Waiver Form and the Good Faith Effort
Fonn, as applicable, must be submitted no later than five (5) Ciiy busin�ss days after the
bid opening date, exclusive of the bid opening date. The bidder sha11 submit the
docum�ntation at the rEception area of the Department of Engineering ("Managing
Departir�ent"}, 2nd floor, City Hall, and shal� obtain a receipt. Failure to cornply shall
render yaur bid z�on-responsive.
Upon contracf execution between the City of Fort Worth and the successful b.idder, now
lcnown as Coiitractor, a pre-construction meeting �nvill be scheduled at which time tl�e
Contraetor is req�zired to submit either Letters of Inten� or executed agreements with the
1VIfW�BE firm(s) ta be utilzzed on tkus praject. ,Such Letters of In�ent oz' executed
agre�menis shall include the following infonnation:
1. Name of Contract
2. Name af MIVJBE firrn ufilized
3. Scope of Work to be performec� by the M/�NBE firm
4. Monetary amount of work to be performed by the MIWBE firm
Signatures of all parties
� notice ta proceed will not �e issued until the signed letter(s) or executed
agree�ent(s) have heen received.
Through.out the duration of this project, the City of Fort V�orth is arequiring that ihe
Contractor conti��ue ta adhere to the MIWBE Ordinance by complying witkz the follovving
�rocedures:
• A MIWBE Participatian Repor� Form must be submit�ed monthly until the c�ntract is
campleied. The first report wi13 be due 30 days after co�encement ofwark. The
monthly report MUST have an original signature to ensure accountabilifiy for audit
purposes.
� Reports are to be subnnitted m�nthly fio tkxe M/WBE Office, regardless of whethez or
not the M/WBE firixx has bee�i utilized. Zf tliere was no activity by an M/WBE in a
particular month, place a"0" or "no participation" in the spaces provided, and provide
a brief explanaiion.
The Coi�tractor shall provide the MIWBE Office proof of taavment to the MIWBE
subcontraciars and suppliers only. The IVI/WBE Office will accepf the foliowzng as
}az-oof a�payment:
SPECIAL INSTRUCTIONS TO BIDDERS
, _S_ .
1. Copies of subruitted invoices with front and baGk copies af canceled check(s}, OR
2. A noiarized letter explaining, in detail:
a Subco��tractor/supplier Scope of Work
b. Date when services were received from subconfixactor/supplier
c. Arnau�ts paid to the subcontractor/supplier
d. Qri�inaI si�natures from boYh p�'kies must be included on this letter.
o Lf the Contractor faresees a problem witli subznitting participation rc�ports andlor
proof of payment on a monihly basis, the MJWBE Office should be natified.
If the Contractor wishes iv change or delete an MJWBE subcon�iractor or supplier, adhc�re
ta the following;
1. Irnmediately �ubmit a Request for Approval af Cha��e Form to the MIWBE
Office explaining the req�est for the change or deletion.
2. If the chax�ge affects the committed M/WBE participation goal, state clearly how
and why in documentation.
a. All requests for chaziges must be reviewed and pre-approved by the MIWBE
Office.
b. If the Contractor makes change(s) priar to approval, �he ehange will �ot be
considered w�en pezforniing a po`sfi cozx�pliance review on this project.
o Upon the Contractar's successfixl comgietion o£this project, and vwithin �en days after
receipt of final payment from the City of Fort Worth, The Contractar will provide the
MJWBE Qffice with a Final Particit�ation Report Form to reflect the total
participation from ALL subcontractors/�uppliers utilized on the projeci.
� � All fonns are available at the M/WBE Office, 3rd floor - City HaII. Far additional
�- infarmation regarding compliance to the MIWBE Ordina.nce, call (817) 87I-6104.
Upon reqt�est, Cantractor agrees io pravide t� Owner Complete and accurate information
regarding actual work perfarzned by a MinoritylWoznen Business Eilterpri�e (MIWBE)
on the contract and payment therefore. Contractor further agrees to pern�t an audit and/ar
exanr�ination of any bool�s, records or files in its possession that will substantiate the
actual work performed by an MlWBE. The misrepresentatian of facts (other than a
x�egligent misrapresentation} and/or the cornrnission of fraud by the Contzacto�' will be
grounds for ten�ninatio� of the contzacf and/or initiating action under appropriate federal,
state or loeal laws or ordinances relating to false statements; further, any such
misrepresentation (other tllan a negligent misrepresentation) and/ox commission of fraud
will result on the �ontractor being determined to be irresponsible and barred fronri
participating in City worlc for a period af time of not Iess than three years.
13. PROTECTION OF TREES, PLANTS AND SOIL: All property aloiig and adjacent to
the Contractor's operatians including lawns, yards, shriibs, trees, etc., shall be presezved
oz restared, after completion of the work, to a condition equal or better than existed prior
to start of work.
SPECIAL INSTRUCTiONS TO BIDDHRS
� _�..
By ordinamce, �l�e Contractor must obtain a pertnit from the City Forester before any
worlc (tru-runing, remaval, or root pruning} can be done on trees or shruYas growing an
public property including streefi.Rights-Of-Way azxd designated alleys. This pern7it can
be obtained hv callin� the Forestry Office at S_71_-5705. All tree vvork sha11 be in
compliance with prun.ing standards far Class II Pruning as described by tl�e National
Arborzst Association. A capy af these standards can be provided by calling the above
number. Any damage to public trees due to negligence by fihe Contractor shall ba
assessed using the current fortnula for Shade Tree Evaluafion as defined by the
Inteniational Society of Arboriculture. Payment for negligent damage to public trees
shall be inade to the City of Fort Worth and may be withheld from funds due the
Contractor by the City.
Ta prevent the st�read of the Qak Wilt fun�us, alI wounds on Live Oak and Red Oak trees
shall be ammediatelv sealed usin� a con�mercial pru.zun� paint. This is the o�lv instance
when �ru��in� paint is recommended.
14. BIDDER'S STATEMENT OF QUALIFTCATION�
A. QUALIFICATION OF BIDDERS: Bidders and all sub-contraciors ta be used by the
Uidder in the performance of �his project shall be prepazed to demonstrate the
capability to perform the work.
The Bidders' specific experience, stabilaty and history ofperformance on pro�ects of a
similar zaature and scape will be considered. The BIDDERS STATEMENT OF
QUALIFTCATIONS must be delivered ta the Project Manager within 48 hours of the
request. Additionally, the Bidder shall submii a STATEMENT OF
QUAL7FICATIONS upon request by the City on sub-con�ractors sel�cted by the
Bidder to perfonn specif c project tasks where qualification requirements for the
executian af such tasks are noted in the specifications.
Recommendation o� award of contzact sha11 be contingent upon the Bidder and / or
sub-contractors meeting such qualification requiz-ements.
Location and responsi�e ability af the firm will be considered.
iIf your firnn anticipates entering into a joint vent�re with any other �irm to conduct all
or part of the �erformance required under the praposed project, that firm should be
. speczfzed in your response. For each firm included in the joint venture, please provide
the uzforrnatian zequired aba�v�. Under the Contract exec�ted foz this work the City
� will require yaur �z-nn to be completely 100 percent responsible for fulfilling all
aspects of the contract bo�ds. Other firms and emplayees that may be invalved in
their joint venture will be treated by the City under the contract as if �hey were
�� e�nployees ar subconiractors of your iirm. Oiher than those fu7ns nated in the
, contract as a part af the j aint venture, no other firms will be allawed to participate in
:, the joint venture withoui written consent fram the City.
15. OZONE ALERT i�AY5: The Coiltractor shall be required to abse�ve the �ollowing
, guidelines relating ta working on City construction sites on days designated as "OZONE
ALERT DAYS". Typical.ly, the Ozone Alerk season within the Metxoplex area runs from
SPECIAL INSTRUCTIONS TO BIDDEltS
� -7-
May through Septexnber, with 6:40 a.m. - 14:40 a.m. l��ing critical ozone farming periods
eacll day.
The Texas Natural Resource Conservation Cam�nission (TNRCC) in coordination with
the National We�.f�ier Service, will issue the Ozone Alert by 3:00 p.m. on the afternoat�
prior to the alert day. On designa�ed Ozone Alert Days, ihe Cantracior shall bear the
xespnr►sibility of being aware that such days have been desi�ated Ozone Alert Days and
as such shall nat begin work until 10:00 a.rn. wl7enev�r construction phasing requires
substantial use of motorized equipmeni. However, the Contractor may begin work earlier
if sucl� work rninimizes the use of motorized equipment prior to I0:00 a.�_
If the Contractar is unahle to perform continuaus worlc for a period of at least seven hflurs
between fhe houzs of 7:40 a.m. - 6;a0 p.m., an a designated Ozone Alert Day, that day
wzll be considered as a weather day and added onto tlle allowable weather days of a given
month.
16. WORKERS C�MPENSATION INSLTRANCE COVERAGE: Contractars coxn.pliance
with Workers Compensation sha1l be as follows:
A. Def nitions:
Certi�`icate of caverage ("cErtificate") - A copy of a c�;rtificate of insurance, a
certificate of authority to self-insure issued by the commission, or a co�rerage
, agreernent (TWCC-S 1, TWCC-82, TWCC-83, or TWCG84}, showing statutory
workers' conapensatzan insuxance co�erage for the person's or entity employees
� providing services on a praject, for the duraiiflil of the project.
Duration of the project - includes the time frorn the beginning of the wark an the
' project Luitil the c�nh'actoz''s/person's worl� on the project has been cornpleted and
, accEpted by the governmental entity.
' Persons providing services on the project {"subcon.tractor" in 406.096} - includes all
pexsons or entities performing all or part of the services the contractaz has undertaken
to perform an the pzoject, regardless of whetl�er �that person has employees. This
' includes, wiihout iimitation, independani contractors, subcnntractars, leasing
companies, motor caxriers, owner-operators, employees of any such entity, or
employees of any entity which furnishes persons to provide services oz� the praject.
� "Ser�i�es" include, without Iimitation, providing, hauling, or delivering equipment ox
materials, or providing labor, transportation, ar other sezvice relat.ed to a project.
"Services" does not include activities unr�lated to the project, such as food/be�erage
vendors, office supply deliveries, and delivery of portable toilets.
B. Tk�e cantractor shall pro�ide cover�ge, based o� proper reporiing of classification
�� codes and payroll amounts and filing of any caverage agreements, which meets the
statutory requirements of Texas Labor Code, Sectian 401.011(�4) for aIl ernployees
, of the contractor providing services on the project, for the duration o�the project.
C. The Contractor must provide a certificate oFeoverage to the governmental entity prior
to bein.g awarded the contract.
SP�CIAL INSTRUCTIONS TO BI17flERS
� _g_
D. If t1�e cov�rage period shovvn on the contractor's current cerii�'icate of coverage ends
during the duz-ation af the project, the contractor must, prior to the end of the
coverage period, file a new certif cate of covarage with the governn�ental entity
showing that coverage has been extended.
E. The contractor shall obtain from eac� pc�rsan providing services on a proj ect, and
provide to the City;
�1) a certificate of coverage, prior to that person beginning woz'k an tbe project, so
the City will have on file certificates of coverage showing coverage for all
persons providing services on the prajeci, and
(2) no later than seven days after receipt by the contractor, a new certifzcate of
coverage showing exter�sion of coverage, if the coverage period shown on the
cuzxent ce�ificate af caverage ends during the duration of the proj �et.
�. The contractor shall retain all required certificates a� coverage for the duraiion of the
proj ect and for one year thereafter.
G. The contractor shall notify the governmental entity in wnting by certified mail or
. persanal delivery, v�ithin ten days after the contractor lcne�w or shauld have knov�n, of
any cha�ge that materially affects the provision of coverage of any persoii providing
services on the project.
H. The contractox shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
pro�icling services on the proj eet that they a�e required to be cov�;red, and stating haw
a persan may verify coverage and report Iacl� of coverage. �
I. The cnntractor shall contractually require each persoz� with wham it contracts to
provide services on a project, io:
' {1) pro�ide coverage, based on proper regorting on classification codes and payrall
� amounts and �ilang of any coverage agreements, which zr�.eets the s#atutory
, requirements of Texas Labor Code, �ection 401.011(44) for all of ifs employees
� pz'oviding services on the project, for the duration o�the pxoject;
(2} provide to the contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all ernployees
of the person providing services on the project, for the duration af the project;
(3) provide the contractor, prior to the end of the co�erage period, a new certificate
af coverage showing extension af ca�verag�, if the covera�e period shawn on the
curreilt certificate of coverage ends during the duratian of the proj ect;
(4} obtain fram each ather persvn or entity with whom it contracts, and provide to
the contractor: '
(a) a c�rtificate of coverage, prior to the oiher person or entity begi�ning work
on the proj ect; arid
SPECIAI. INSTRUCTIONS TO BIDDERS
' -9- .
(b) a new certificaie of coverage showing extensian of coverage, priar ta the end
of the coverage period, if the coverage periad shown on the current certificate
of coverage ends during the duration of the proj ect;
{S) retain all required certificates of coverage on file for t�e dut'ation of tbe prajecf
and for one year th�i•eafter.
(6) notify the governmental entity in writing by certified mail or personal deliv�ry,
within ten days after the person lcnew or should hawe l�own, of any change tha�
materially affects the provisian of covezage of any person providing services on
the project; and
(7} contractually require each person with whom it contracts, to perform as required
by paragraphs (1} -(7), wiih the certificates of coverage to be provided to �l�e
person �'or vvholn they are praviding services,
By signing this con#.ract or providing or causing to be provided a certificate oi
coverage, the contractor is representing to the governrnental entity that all ernployees
of the eontractor who will provide services on the project u�ill be covered by wQrkers'
compensation coverage for the duraiion of the project, that the coverage vvill be based
on proper reporting of classification codes and payrall arnounts, and thai all coverage
agreements will be filed with the appropriate i�surance carrier aar, in the case of a self
insur�d, with the coirunission's Division of Seli Insurance Regulation. Providing
false of misleading izxformation may subject the contraciaz ta administrative penalties,
criminal penalties, civil penalties ar other civil actions.
K. The cantraetor's failzare to comply with any of these provisions is a breach af contract
by the cont�actaz which entitles the City to declare the contract vaid if the contractor
does not remedy ihe breach within ten days after receipt af notice of breach from the
City. '
"The contracior shall posi a notice on �ach project site inforn�ul� all persons
pro�iding services an the project that they are required to be cavered, and stating how
a person may verify current coverage and report failure to provide coverage. This
z�otice d�es not satisfy pther posting requirements impos�d by the Texas Workers'
Coinpen.satian Act or othex Texas Worlcers' Conapensation cammission rules. This
notice must be prir�ted with a�itle in at least 30 point bold type a.z�.d text in at least 19
point normal type, and shall �e in both English and S}�anish and any other language
common to the worker population. The text �or the notices shall be the following
text, without any additional words or changes:
REQUIRED WORKERS' COMPENSATZ�N C�VERAGE
"The law requiras that each person working on this site or providing services relafied
to this construction project must be covered by vvorl�ers' compensation insurance.
Tl�is includes persons pxoviding, hauling, or delivering equxpment or materials, or
providing labar nr transpartation or other service zelated fv the project, zegardless af
the identity o� their employer or status as an employee."
SPECIAL 1NSTRUCTIONS TO BIDDEKS
� -10-
"Call the Texas Workers' Compensation Commission at (512) 440-3789 �o receive
uzformation on the legal requirement for coverage, to verify whether your employer
has provided the required coverage, oz- ta zepart an ernployer's faalure to provida
cnverage."
,
�
END OF SECTI4N
SPECIAL INSTRUCTIONS TO B1DDE12S
� -11-
' ��OT�CWNICAL REPORi
FAR NORiH COMMUNiTY PARK �HASE II
NORTH BEACH 5�'RE�I' AND SHNER ROAD
FORi WORT�i, TEXAS
iMl REPOR7 NO. ❑E02-031
Prepared for
CART�R & BLJRGESS
FORT W�RTH, T�5
Prepared by:
) T�RRA-MAR, INC.
DALLASlFORT W�RTHIHOUST�NlAUSTINlLONGVIEW
_� f
MAY 28, 20fl2
! , DE02-�3i , i����f��►R
��������
�„ .�
Cpnsulting Engineers • Geotechnical � En�ironmentak • Construction Materials
DALLAS o FORT WORTH • HOUSTON � AUSTIN ° LONGYIEW
May 28, 2002
..� ,
i
-� ,
��'� 1
.
Mr. Tom Kramer
Carter & Burgess
777 Main 5traet, Suite 170�
Fork Wprth, Texas 76102
Re: G�ot�cl�nical R�pork
Far North Communifiy Park Phase II
N. Beach 5tre�t & ShFver Road
Fort Warth, Texas
TMI Repart No. DE02-031
Dear Mr. Kramer.
Phn: 817-735-800fl
Fax: 817-735-fii 48
The attached report pres�nts the results of the geotechnical investigation performed far the
aba�e referenced project. This study was authorized an March 19, 2002.
Slab on grade founda#ion design recommendations f�r the �ost-tensioned slabs, subgrade
preparation for the in line hockey slab, baske#ball caurt slab and skate sfab are presen#e� in
this repart. Par�ement design recommendations for the parking lots and dri�es are also
presented. In addition, this report inclu�es results of the field and Eaboratory investigations.
We appreciate the oppartuniiy to have been of assistar�ce an this project. If you have any
qu�stions or Ef we can be of further assistance, please da nat hesitatE tfl contac# us.
5incerely,
i�R�A M�4R, INC
� �
Pete�au, P.E.
Geotechnical Engine�r
Distributions: 3 capies
�.. ,,� -�r�
.
a
•..i..�....r�ei��a4�•
�� � �
•meir.�•.aoo��bn��W�
� ����a. :
.,�.� ;-
�.�� ro .
im G Abrams, P.E.
Manager, Geotechnical Services
990�0 �,hles ���e�-��ll�s1 Yex�ts i'S229 Ahotia; 9'�a-�88-8�00 Fa�X: 97�-488-80�0
��►��� o� coN��r���
����
1.0 1NTRODUCTION-----_-�-----------------------------------------------------------------------=-----------1
1.1 F'ROJECT DESCRiPTION ----------------------------------------------------------------------1-
1.2 �URP05E AN� SC�PE ------------------------------------------------------------------------1
2.0 FIELD I�IVESTIGATION ---------------------------------------------------------�----------------------- �
3.D LABORATORY TESTING ---------------------------------------------�-------------------_�____------- 2
4.� SUBSURFACE C�NDITI�NS --------------------------------------------------------------------�--- 2
4.1 501 L CONDITIONS ------------------------------------------------------------------------------- 2
4.2 GROUNDWATER CONDlT1�NS ------------------------------------------------------------ 3
5.a STIFFENED SLAB FOUNDATkDN D�SIGN R�CQMMENDATIONS ---------------------- 3
, 5.1 POTENTIAL VERTICAL MDVEMENTS----------------------------------------------------- 3
5.2 D E51 G N CO N S f D E RATI O NS ------------------------------------------------------------------ 4
5.3 POST-T�NSIONING DESIGN PARAMETERS ___________________________________________ q,
�.4 AL�OWABLE BEARING RE5ISTANCE----------------------------------------------------- �
6.0 SLAB SUBGRADE PREPARATION RECOMMENDATIONS_________________________________�
6.1 ACTIV� CLAYS LEFT IN-Pf..ACE----------__..-------------------------------------------.._--- 5
6.2 REPLACEMENT OF ACTIVE 501LS -------------------------------------------------------- 6
7.Q PAVILION FOUNDATION-------------------------------------------------------------------------------6
$.0 PAVEMENT DE51GN RECDMMENDATIONS ____________________________________________________ g
8.1 FLEXIBLE PAVEMENT SECTION------------------------------------------------------------ 7
8.2 R�INFORCED �ONCRETE PAVEMENT -------------------------------------------------- g
8.3 L1ME STABILIZATION---------------------------------------------------------------------------- 8
8.4 COMPACT�D PAVEMENT SUBGRADE-----------�______________________________________� g
8.5 D RAl NAG E------------------------------------------------------------------------------------------ 9
9.0 E ARTH W O R K G U I D ELi N E 5------------------------------------------------------------------------- � 0
9.1 SITE GRADING AND DRAINAGE ___________________..________________________________�____ � p
9.2 FI E LD S U P ERV! S I O N AN D D E N51TY TESTI N G------------------�------------------- 10
10.� LIMITATlONS --------------------------------------------------------------------------------------------- 10
�iGUR�S
�� T� }�IG[JR�
,
��
P LAN �� 8 O R I N GS ------------------------------------------------------------------------------------- -----1
L�GS OF BORINGS--------------------------------------------------------------------------------------------�-2
LEGEND - KEY TO LOG TERMS AND SYMBOLS---------------------------------------~-____________ �,
AF��ENDIX A
.'� L PLAN OF PREVIOUS BORINGS A1
LOGS 4F PRE1ilOUS BORINGS --------------------------------------------------------------------------A2
: �, �
'. �. oEoz-o3i , ����d���
,
� C�EQiECHNICAL RE���i
��4� NO.R I b GOlVIMlJNI`iY �ARK �bA�L 11
NO�i� ��AC� ��R���' AN� SHIV�R 1�41��
� 1�8R� W���i�, i�XAS
�1.D INTRODU�ilO�!
_� �
I� ,
I� .
�
:J ,
,..� ,
, _�
::� �
I=�� ,
I .:� ,
�
1.� P�o��c�r ��sc�i�r�o�
The Far North Commu�ity Park is located at the northeast comer of the intersection of Norkh Beach
Street and Shi�er Road, in nor�� Fart Warth, T�xas. The Phase li expansian of t�e park will
include basketball couris, skate board park, pa�ilior�, parking lats and dri�eways. The s�cat� bo�rd
park will include a co�crete slab with skate boarding struc#ures attached to the slab. No befow
grade slabs for the skate park are envisianed. The pavifion wiil be prefiabri�ated struc#ure.
�.� P�JR�OS� AN� SC0�1�
The purposes af this geotechnical inv�stigatian were fo:
0
1. �xpfore the subsurface conditions at the site and evaluate the pertinent engineering �roperties
of the subsurface materi�is.
2. Provide recomme�dations for slab-on-grade foundation design parameters for Post-Tensioned
slabs. �
3. Provide recommendations far estimated floor slab movements due to shrink/ swe�l of expansive
soils, and subgrade preparation recommendations for reducing slab mfl�ements ta about one
inch or 1ess. �
4. prov�de recommendations for design an� construction of parking lot pavement, both aspi�altic
concrete and reinforced cement concrete.
5. Provide site grading, drainage syst�m, and construction guidel9nes far ear#hwark op�ratians.
This report was prepared in general accordance with our proposal number PU2-� 527DE dated
February 27, 20�Z.
z.a �«�� irvv�sT�����c��
Tw� borings were drilled to depths of 16 to 2D feet ko explore su�surface condit9ons this study.
The number and laca#ion of the �orings were specified by the clie�t, The approximate bor�ng
locatio�s are s�own on the Plan of Borings, Fig�r� 1. The logs of borings are �resented in F�gures
2 and 3. A key to the descriptive terms and symbols used on the lQgs is presentEd on Figur� 4.
DE02-031 , PAG� 1 i�RF��1i���
i
"_ . ' � � , , - _ �
� Two barings were drilled in May 2001 at west and south sid� of the praject si#e for the Phase I park
� de�elopment. The appraxima#e focatio�s of the bor9ngs are prese�ted on Figure A1 in Appendix A.
} Logs nt the borings are pr'e5ented in Appendix A. Subsurfac� da#a in this previou� repart (TMI
�
� Report DEO�-030) was used to supplement su�sur�ace informatior� for this study.
� A�ruck-mounte� drill rig was used ta ad�ance the barings and to obtain sampkes for {aboratary
eva�uati�n. Undisturt�ed samples of coE�esive sflils were o6taineci at intermitten# interva}s with
� standard, fhin-waUed, seamless tube samplers. The samples were extruded in the fiefd, logged,
sealed, and packaged ta prot�ct them fram disturbance and maintaEn their in-situ moisture content
� until tested.
� The Texas Department af Transportation Penetrometer (TxDOT Cone) tests were used to e�aluate
bearing �raperties of the bedrock. This t�st consists of ineasur3ng tne penetration of a 3-inch-
diameter can� driv�n �y a 17Q-paund hammer falling a distance of 24 incF�es. The res�lts af the
� TxDOT Cone tests are recorded at the respecti�e testing depths on tne Logs of Borings.
��
�!
�
�
I
�.a ���a���o�v ����iN�
Laborafiory �ests were �erformed on representative samp{es to e�aluate the pertinent engineering
' properties of th� sails. These te5ts inefuded lEquid and plastics �imit�, dry unit weight, moisture
� content, hand penetrometer tests, and uncanfined compr�ssive strength tests. The labaratary test
� results are presented on the Logs af Borings.
. �.� su�su���c� �oNr�«�o�vs -
' �.1 SOI� C�NDI�'IONS
�� Descriptions of the su�surface conditions encount�re� in khe borings, including descriptions of the
various strata and their depths and thicicness, are �resented or� the Logs af Borings. A�tuaf conditians
�may vary from what is shown between bori�g locations. _A brief summary of the s#rat9graphy indicated
, by the borings is presented below. The depths discussed in the report are fe#erenced to #he �round
Isurface that was present at.the time the bor�ings were drilled. Boundaries between the various soil/
rock typ�s are approximate.
Tan ar�d dark brawn clay fiq was encountered tQ depths of about � to 4 feet below existing grade in
' Borings B-1 and B-Z. At Boring B-1, sandy clay fill was u�derfain by clays to a depth of about 7
feet. Shaley clay was e�countered below this deptt� range to a dept� af 15 fee#. Dark gray shale
� was encountered below a depth of � 5 feet to the boring #ermination d�pth of 16 feet.
�
DE02-03� . PAGE �
T�Eti���dl�E�
At Baring B-2, clay fill was underlain by tan Iimestone to a dept� af 12 feet. 5haley cfays were
present below this d�pth ta a deptn� of 17 #eet. Dark gray shale was enco�ntered below a depth of
17 feet in this boring to the boring termination de�th of 2� feet.
Clay fi[Is in bonngs are highly expansive soils with liquid limit of 61 percent and plasticity index of
40 percent. C1ay fills ex�ibited a s#9ff to �ery stiff cansistency with packet penetrometer readings
ranging from 2.4 ta 3.5 tsf. Clays and shaley clays in borings are highly expansive soils with liquid
limits ranging from 57 to 61 percent and plasticity irtdex of 37 percent. Th�se soils wiil shrink when
the sails dry from a wet condition and sw�l1 when they absorb water from a dry state. C1ays and
shaley clays are stiff to very stifif with p�cket penetrometer readings rangir�g from 3.5 ta 4.5 tsf and
an �r�confin�d compressive strengt� of 1.4 #sf.
�:� Although not encountered in the borings, CI15CO�tII7UQlJ5 �imesta�� layers or bo�lders have been
�ncauntered j�st beinw the surface during site grading and i�stallatian of landscape irrigation
.� systems. These discantinuous limestane layers may be present witfi�in the Phase II parlc
develapment area.
tb.� ��OUNDWAi�R CBN�I�tONS
The borings were advanced using hollow-stem auger drilling m�thods. This �nethad of boring
advancement allows the observation o# 9nit9al zones af seepage. Groundwater was encountered at
a d�pth of � 7 f�et during driliing at Boring B-2. Graundwater was nat encountered during and at
completion af drilling aperations at Boring B-1.
It should b� �oted that it is nat possible to accurateiy Predict the magnitude of subsurface water
fluctuations that might occur based upon short-term bbservations. The subsur�ace water
conditions will �e subject to change with variations in the amaunt of precipitation, evaporatian, ar�d
surface water runoff.
�.0 SiI��EN�� 5��� F�UN�Ai'I�N 9�S1GN ��CO[ilIM�N�AiIONS
5,i �Qi�N�I�L V���1��� M�V�M�N�'�
� Calculations were perform�d using liquid .and plastic limits and moisture content #ests to estimate
.:��, 1
the Potential Vertical R�se (PVR) ihe subgrade sofls. For the so�1 conditions at Bor�ng 6-1, the
�� I estima#ed PVR is 3 to 4-inches. At Boring B-2, the estimated PVR is 1.5 to 2 inches. The lawer PVR
�° at Boring B-2 is due to the thinner layer of active clay present at this i�cation.
D�Q2-031 PAGE 3 [�R���A�
,
i
�
�.� ���IC�N CONSIDER�iION�
The slabs for the proposed structures in basketnall court, in skate park, and in in-line skate nackey
areas may be s�pported on ground. Post-tensianed or conventionaify re9nforced beams and slab can
be used. Th� patential subgrade mo�ements can be re�uced by replacing #he active clays with low PI
select fill. T}�e fo�ndation shauld be d�signed by a structural engineer ta wi#f�stand tt�� estimated
�artical soil mouements.
The lateral extent of the shallQw limestane found in Boring B-2 is not known. We recommend that
#i�e in-line 5kate Park be designed based on the results o# Bonng B-2 and the in-iin� skate hockey
court be based �n the resulfis of Boring B-� . If test pits or shallow barings in ti�e in-line skate
hockey cou►i are mad� and t9nd limestone is present at de�th of 4 feet ar less, the recommended
d�sign values pro�ided #or Boring B-2 can be used far design of the 1�oc�cey slab.
ln addition, final site grading for the slabs could change the estimated PVR at Boring B-�. Cuts
� could remove active clays and reduce the �otentia] su�grade movements. Fifls could increase ti�e
, movements if on-site ciays are �sed.
5.3 �OSi��'�NSIONINC ��SIGN �ARAM�i�R�
Design criteria for a s�ab designed in accordance with the Posi-Tensior�ing Institute's (PTI} siab-on-
gra�e desig� me#hod has been devela�ed. PTl diff�rential movement {ym} estimates are
presented in Ta�le 1 for untrea#ed and treated subgrades with 3 feet of remaval and replacement
af the active clays with low Pl select fi�I. Recommendations for removaE and repiacement are
presen#ed in REport 5ectior� 6.0.
iA�L� 1-- ���T°-i�N510N�D SLA� D�S��N PA��M��'�RS
8aring B-1 Borir�g B-2
Edge Maisture Variation Distance, em
Estimated Differe�tial Movement, ym with
no subgrade treatment
Estimated Diff�rential Movement, ym with 3
feet subgrade treatment; Refer to Sectian
6.0
�. '
� �� DE02-031
�. ,
Center Lif# Edge Lift
5,7 feet 5.5 feet
Ceflter Lift Edge Lift
5.0 feet 5.0 feet
3.2 inches 2.4 Inches i.6 inches 1.2 Inches
1.6 inches 1.2 Inches 0.5 inches D.5 IncY�es
P A� E �4
iERl�d-�dl�►FZ
.1 The differentiaE so91 moverr��nts presented in Tabie 1 are applicable for weCl �rained sites where water
� is not allawed to pond next to the slabs, excessive irrigation wa#ering occUrs, and wF��re there is no
, feakage from water seNice lines. Under well-drained conditions, mnisture incr�ases within khe
su�porting soils and the resul#ing diff�rential founda#ion movements are much lower than differential
mo�eme�ts #hat can occur due to post-construct9on movemenis du� to lacaiized saturation caused by
firee water so�rces near or beneat� the slabs.
Shrinkage af the c{ays around the perimeter af thc slabs can also lead to differential movements and
slab cracking where the areas around the slab are nat ma�ntain�d in a moist condi#ion or large scnabs
ar trees are pl�nted next to the slabs. The performance of a slab faundation can be significantly
influencecf by landscaping maintenance, recessed IandscapEng addi#ions near tMe s�abs, water I�ne
leaks, any other free water sourees, and deep-raoted trees and shn�bs.
5.4 ALLOIMA�L� ��dRCNG R1�SiSTANCE
Grade beams foun�ed in tF�e existing clay soils, or in neway placed struc#ural compacted fill, are
recommended to be designed for a maximum nef al[owa�le soil bearing resistance of 2,0�0 pounds
per square foot (psf). The grade beams ar� recammended ta have a minimum width of 14 inchEs to
pravide a margin of safEty against a laca! or punching sheer faiiure of tl�e faundation sails.
fi.0 SL�� SC]�C�ADE PR�P�R,�iIQN RECOMM�.N���10N�
This section presents recommendations far preParation of #he ska#ir�g �nd t�asketball courks slab
su�grades. Recommendations are presented for slab subgrades withaut and with excavation and
replaceme�t pf the aetive cEays.
6.9 AC�'iVl� CLAYS �E� INn��AC�
Our recommer�dations far subgrade prepara#ian where the active clays are feft in-place are as
fallows:
:_� 1. Strip the surface of vegetation, scarify top 6 inches of exposed soil a�d process scarified soils
by adding water or warking to remove water as needed to achieve a�niform moisture cantent
.� between optimum and +3 percentage points af optimum as determined by ASTM D-698.
2. Th� subgr�de should b� compact�d ia at le�st 95 percent �f the standard Proctor densiiy
(ASTM D-698)..
;� 3. The fill plaeed ko create a level �ad should be compacted in horizontal loose lifts of 8 inches ar
less. Each lift sho�ld be processed to achie�e moisture content between 0 fo �-3 percentage
�raints of optimum. Eacn lift si�ould be compacted to at least 95 percent of the maximum dry
L� density as determined by standard P�octor density {ASTM D-B98).
, "
' DEO�-031 PAG� � i�1Z�oRA��
�4. �The subgrade shoufd be maintained at Ets placem�ent moisture content and d�ns9ty until kF�e
sla� is constructad.
6.2 R�PL�4C�IIfl�IVT OF AC�1V� SOIL�
Removal and repkacement of 3 feet of active clays is estimated to reduce potential differential slab
movements tn be less than 2.0 inches. Our recomme�dations for excavation and replacement
subgrade preparation are as follows:
1. Excavate ta a depth of three fieet below finish grade.or to top o# limestan� if shallower than 3
feet.
2. Scarify top 6 inches of e�ased soil after completion of �xcavation. The subgrade should be
compacted at a moisture content gre�ter than 2 percentage �oints above optimum to at least
95 percent of the standard Proctor density {ASTM D-698). Where limestane is present,
� subgrade compaction is not r�quired.
3. Fi1f with select f9lt to the finish grade. The select fill should consist of cfayey sand to sandy cfay
f�aving a liquid limit less than 40 and PI between 5 and 15 percent.
4. The sefect fill should be compacted 9n hnrizonta� �aase lifts af 8 inches or less. Eac� lifit should
be processed to achie�e moist�re conter�t between -2 to +2 percentage paints af aptimum.
Each lift should be compacted to at least 95 percent of the maximum dry density as
determined by standard Proctor density �ASTM D-698).
5. The sel�ct fill placement moist�re content ar�d density should be maintained until th� siab is
constructed. .
7.0 �A1��LION �'OUN�ATIOh
The pavilion is planned ta be a prefabricated structure that is �laced an a foundation cons#ructed at
the sita. The pa�iEion can be sup�orted on a stiffened slab. 5ince ii is nat known if shallow
limestone is �resent under th� pav9fion, we r�commend that the stiffened slab be designed based
an Baring B-1. If a tesi pit or borings ind9cate that limestone is present at a depth af 4 feet or less
belaw finished grad�, the stiffened slab can be designed based on the recommendatians far Bpring
B-2, T�e slab subgra�e sF�ould be prepared in accordance v�iih the recommar►dations En Report
S�ction 6.2, if it is desired to reduce potential mo�ements to less than 2 inches.
8.p �AV�MI�Ni D�51�N R1�COMMEND�►iION�
The parKing lots and drives are anticipated to be subjected to light automobile traffic and
occasional school buses. The pavement may be of flexible type (i.e., aspnaltic concrete), or of
rigid #ype (i.e., reir�fo�ced concrete). In the following sectians, recommendations far design and
canstruction of the two pavement section types are pres�nted. It should be noted that t�e
D�02-03'� , �AG� 6 '� ����eeM�e�
asphaltic concrete pavement requires more maintenance sffart ov�r the life span af the parking lot,
than does the reinforced concrete pavement.
' 8.1 FL�XI��� ��4V�M�NT SFCil9N
Two alternative flexible pa�ement sections for parking areas are presented in Table 2. The
� recommended Pavement sections for entrances tn tF�e parking area are present�d in Ta�le 3.
iA�LL� �- R1��OIV�M�N��D ���XI��� �AV�lIIiI�IVT S��T1ON IFV �A�KIN� AR�AS
PAVEMENT THICKNE55
PAVEMENTLAYER
Altemati�e 1 Altemative 2
, . —
Asphaltic Concrete Surface Caurse — TxDOT Typ� D 2 inchas 2 inches
Asphaltic Concrete Surface Course — TxDOT Type B - 2 i�ches
Crushed Stone Flexible Base — TxDOT Type A, Grade 2 6 inches 6 inches
Lime Stabilized Subgrade 6 inc�es
Compacted 5ubgrade -
Total Pavemen# Thickness '14 inches
6 inches
16 inches
�A��,� 3 � ��COMMI�ND�� F���X1B�� PAV�M�Ni �4Y �N��fANCES
PAVEMENT THICKN�55
PAVEMENT LAYER
Altemative 1 Altemative 2
Asphaltic Concrete 5urface Course -- TxDQT Type D 2.5 inct�es 2 inches
Asphaltic Concrete Surface Caurse — TxD�T Type 8 - 2 inches
Crushed Stone Flexible Base — TxDOT Type A, Grade 2 S ITICFIES 6 inches
Lime Stabiiized Subgrade
Compacted Subgrade
Total Pavement Thickness
I :�:,I
,�
�. �
� I C1C�12S
- 6 inches
16.5 inches � 6 inches
Asphaltic concrete pavement shaufd be placed in accordance with Iter� 340 nf TxDOT's Standard
Specification, 1995 edit9or�. The su�iace course asphaltic cancrete shauld comply with Type D and
B of Item 340. This includes requirements for indi�id�aa compacted lay�r thickness.
�E02-031 PAGE 7 T�R�-IVlAFt
�
.� . _
S
,
Th� �lexitale Base layer should conform ta ltem 247, Type A, G�ade 2 of the current edEtion af th�
TxDOT 5tandard Sp�cifEcations far Constructior� of Highwa�s, Streets, and 8ridges. The base
should be placed in maximum 6-9nch thick compac#ed lifts. The flexible bas� materiafs should be
compacted at -2 to +2 percentage paints of optimum moisture to a mi�imum of 98 perc�nt of the
moditied Proct�r density {ASTM D� 557}.
The pavement subgrade clays at ihe site are moderat�ly piastic and potentialiy expansive. Water
entering the pa�emen# subgrade may cause some heave anc�/ or subgrade softening resulting in
p�vement faifure. !t is therefore recommended that any cracks or �othoies in the pavement be
sealed or backfilled on a routin� basis. �
8.� FtFlM���G�D CONGRETF PAV�MFM'�
A 5-inch pavement sectiQn af reinfarced Por�land cement concrete over compacted subgrade is
recommended for the parking lat. Reinforced P�riland cement concrete pa�ement sf�Quld consist
of Partland cement concret� naving campressive strengths of at leasi 3,�00 psi at 28 �ays. The
concreie should be designed in accordance witt� the ACI Building Code 3� S using 4% to 6% air
entrainment. It is recommended that, as a minimum, -reinfarcement sie�l consist of No. 3 bars
placed on chairs at a maximum spac�ng nf 24 fnches each way.
The concrete should be saw cut at least one-e9ghth inch wide and 1.5 inc�es deep, or o�e-faurth
the pavement thickness, whichever is deeper, AI! saw cuts should be made an maximum 15 foot
c��ters (12 foot cent�rs are preferablej ir� both directiar�s as soon as possi�le att�r p{acement but
before shrinkage crack� occ�r. Joints shouid be instali�d araund light standards and drap inlets.
The joints should be sealed.
8.3 LIIV�� �iAgiLl�A�fON
� The surticial ctay soils are active and have a modera,te shrin�/swell potential. However, they react
with hydrated lime, which serves to improve their support value and pro�id� a firm, uniform
subgrade beneath tY�e pavement. We recommend lime stabilizatian afi the pavement subgrade ta
� impro�e pavement performanee and reduce f�iure maintenance. This app�ies to both asphaltic
cor�crete and r�inforced concrete pavement secretions.
.,�
:� .
eased on the liquid and plast9c limit tests, 6 percent hydrated 19me by dry weight (3p pounds per
square yard per 6-inch depth) si�auld be used to stabilize the exist9ng clay subgrade. The lime
should be thoroughly mixed and blended with the top 6 inches oi t�e subgrade (TxDOT Item 26Q).
The mixt�re compacted ta a minimum of 95 percent of maximum dry density as determined in
accordance with ASTM D 698, withir� 2 percentage poin#s of optimum moisture content. We
D�flZ-037
PAGE 8
i�R�-M�1i�
�
�- -
:.f
,
..�
� �
recommend that this fime stabilization ext�nd one foot beyond exposed pav�men# edges, if
possible, in order to reduce the effects of shrinkage during extended dry periods.
Sand shfluld be specifically pra�ibited beneath pa�emen# are��s during final grading (after
stabilizatian), since these more porous sails can allow wate� inflow, r�sulting in heave and strength
loss of subgrade soils. f# should be speeified that only lime stabilized soil wifl be allowed for fine
grading. After fine grading each area in preparation for paving, tha subgrade surface should be
lightly moistened, as needed, and recampac#ed to abtain a t�gh# non-yielding subgrade.
Project specificatians si�oukd allow a curing period between initial and final mixing af the lime/soil
mixture. After ini#ial mixing, tt�e lime tr�at�d subgrade should be fightly rolied and maintained ai
above tt�e soil's aptimum moisture cnntent until final mixir�g and compacti�n. We recommend a 3-
day curing periad for these sails. Th� following gradation requirements �re recommended far the
stabili�ed materials prior ta final campactian:
Minimum Passing � 314" Sieve
Minimum Passing No. 4 Sieve
Percen�
ioo
sa
All non-slaking aggregates retained on ttte No. 4 sieve should �e removed prior to testing.
The s#abilized subgrade shoufd be protected and moist cured or s�aled wit� a bituminous material
for a minimum of 7 days or �ntil tne pavement materials are.plaeeci. Pavement areas should be
graded to prevent ponding and infiltratian of �xcessive moisture on nr adjacent ta the pavement
areas_
�.4 COM4�ACiFD PA1��M�Ni SU�f�RAD�
Where the pavement s�abgrade will nat be {ime stabiliaed, the subgrade soiks shauld be stripped of
vegetation, scarified and moisture conditianed. The subgrade soils should be pracessed ta eith�r
raise or reduce the subgrade maistur� contents to within 2 ta +3 of the aptimum rrtoisture content as
determined by ASTM D-698, The moistur� condition subgrade should then be compacted t at {east
95 percent a# the maximum dry density as-determined by ASTM D-698.
�.5 �RAINAG�
Th� design af the pavement grading sho�ld car�sid�r the potentia� for differ�ntial ground movement
(due to future sail swelling/shrinkage), ln order to red�ce rainwater infiltration through the
DE02-031 � PAG� 9 i��F��1�A�
. .. . �
pavement surface, and thereby increase the seNice life af the pa�ement, al1 cracks and join#s in
the pavement snauld be sealed on a routine basis after construction. In addition, the ground
surrounding the parking lot should have positi�e drainage to drain rainwate�r away from the par�cing
1of. Curbs and s�oulders having pQsiti�e dfainage away from the parking fot are recommended to
reduce water infiltratian to the subgrade.
9.0 �A��bW�RI�C �UID�L1iV�S
�.1 SIT� �a�ADING A[V� DRl�INAC�
All grading shouf� provide positive drainag� away from the slabs and should prevent water from
ponding next to ihe slabs. Surface drainage gradients within 10 feet of the building should be
constructed. Two- percen# slopes are recommended where possible.
9.2 �l��l] SUi��RVISIQN AN9 ��NSIiY i�Si[NC
�9eld density and moisture content determinations should be on each lift of fill with a minimum of 1
test per lift per 3,000 square feet in the slab and 5,000 square feet in parking lot a�eas.
:� �or scarified and recompacted subgrades, a minimum of ane field der�sity and maisture content
determinati�n shouid be performed per every 3,000 square feet in the sfab areas and 5,OQ0 squar�
� feet in pa��ment areas. Supervision by the field techr�ician and the praject engineer is required,
� 5ame adjustments in tt�e test frequencies may b� required based upon the general fill types and
>� soil condifiio�s at the tim� of fill placament.
Many problems can be avoided or solved in t�e field if proper inspeetion and testing services are
�rovided. We recomm�nd that proofrolling, siie preparation, and a q�alifi�d engineering technlcia�
manitars foundation canstructio�. Terra-Mar, Inc. employs a group of experienced, well-trained
technicians for inspection and construction materials testing who would be pfsased to assist you on
this project.
'10.Q �CMIYAiIONS
� .- .
The professional services, which have been performed, the findings nbta9ned, and the
� recommenda#ions prepared were accompiisi�ed in accordance with currentiy accepted
geatechnical engineering princi�les and practices. Tne possib9lity always exists that the
�:� su�surface c�nditions at the site may vary somewhat from those enco�antered in the borings. The
.:,
,
�
D�0��39 , PAGE � 0 'T�1�1��14dY��
n�mber and spacing ofi borings were chosan in such a manner as to decrease tf�e possibility of
undiscover�d abnorma�ities, whife�cansidering the nature of loading, size, and cost af the project.
If there are any unusual canditions dififering significa�tly from those described herein, Terra-Mar,
1nc. should be notified to re�iew the effects an the periormance of the recommended foundation
system.
The rec�mmendations given in this report were prepared exclusive�y for th� use of Carter &
Burgess and their consultants. The information suppfied herein is applicable anly for the design of
the previously described development to be constructed at lacations indica�ed at this site and
should nat be used for any ather structures, locafions, or far any otF�er purpose. �urther,
subsurface conditians can change wit� passage of time. Recommendations contain�d h�rein are
nat cansidered applica�le for an �xt�nded p�riad after fihe completion date of this report. We
recommend our office be contacted for a review of the contents o# this report for consiruction
commencing more than one year a#ter completion of this repart.
A!I contractors refernng to this geotec�nical report should draw their own conciusions regarding
excavatians, trafficability etc. for bidding purpases. Terra-Mar, Inc. is not responsible for
conclusions, opinions or recommendations made by athers based on these data. This report is
intended to guide preparation of project speci#ications and should not be used as a substitute for
the pro�ect specifications.
Recommendations provided in this report are based on our understanding af information provid�d
by the Client abaut characteristics of the project. If the ClEent notes any deviation from the fac#s
about characteristics of the pro�ect, our office shfluld be c�ntacted immediately since this may
materially alter the recommenda#ions. .
� We will retain the sampVes acq�ired for this project for a period of 30 days subsequent to the
submittal date printed on the report. After this period, the samples will be discarded unless
otherwise notified by the awner in writing.
D E02-031 �
PAGE 11
i���a��l�
�������
D�02-03'i, i����h�R�
- - -- . : '. .- V - - -
� � : �
��v
r
%
. t
U
� I�
i,
� ��
�_
Y�
.� . ,
�~.' v� ��
,
,
I
/
�
�'1
PHASE I PARKING ,_,� / �
�NnER GQNSTRUC7 :0 � .� . . . . . . . l . . . . . . . . . . . • . . - -
� � f� � . �. . . �. .
.�
B-z - - � � �� ��� ::
_�.� - .� - � � . :
� �
— — � In-Line
� ^ = j Hockey
!
� � � �� . � � '� i
:�
:�
:-�.:.,.:,, . �., ..:.,-: -:���,�: , . , , .. :.+.....:.,�:...., . .
......... ..::.... ...... .:. :......... ... . . .... .. .., .,
� ` . .,r
r
LEGEND .
-� Approximate Boring Lacalion (this stsady)
o so iaa
{�} Approxirr�ate Boring Localion (pre�ious sludy) �E`�� �" '
APPROXI6fATE SGLE {IN FEET) NORTH
— - - — -. �
T���_�A� Far North Community Park F1GUR�
Phasell ��j1j Q� �Q�����
J� �,_ City of Fort Warth, Texas �
— = 1 � osa a,eies �ana
=--" pallas, TeKas 75229 ❑rawn � 17ate Revisad Scale Pro ecl No.
.�ig�z)4aa-Beon AKh# � 24MAY0� "_� 1 inCh = �OD feet I� l7E02-03'[ !_-•- -.�_. __
�
� r
. %
... .. /! .
f
- - -�
. �
i -� I � ,
, L�� OF �O�iNC� ��1
! f'roject: North Fort Worth Community Park, Pt�ase 11 �,
� Jate: 0�13012C�02 Ele�.: Location: �ee �igur� �
Depth to water at cornpletion of bo�ing: ��1
� .,
Project No.: DEQ2�U31
y
� ��epth to waterwhen checkeci: �UPing I��Il�ng was: �ryl'
� �epth to caving when checiced; was:
i E%EVATioW soi�.svMeo�s - - - .
OEPTFi SpMPLERSY�+IB�LS D�SCRiPTION �G LL PL P� -200 �D P.pEN IIMCON Strain Swell
� _� � n�i & FlELGTEST dA7A — -- � `�° '� 3� paf 1sf !sl "/, �6
� � i FILL - Very stiff tan & dar[c brawh CLAY w! limestone w 1° � � � � � � � � � � ' "i$ ' " " " " "' • • • • •
� - � ira�ments & calcareaus deposit�G}i� — — �r . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
, Stiff to very stiff tan & gray CLAY w! nalcareous daposits
I(�'H1 7� 5! 2U 37 1W.7 �.5 1.4 13.9
I 1 1
IF
�, � 4.5 I
f
:� _4 i
SB 1.5
� �. - w! t�in light brown limestone seam C� 5' �" +� I
_ Very stifi lighl brown shalev CLAY wl jron & rust slains � . � � � � � � � � � � � � � � � � � � � �
.� , -I� � �GH�
r � z� n x� �r
: g _ ��
��� �
�
R - 12 �
� � � � �
�
�I� �
�.s I
' ��z —DarkgrayS�iALE --------���__ ... .. .. .. .... .... ..... ...... ..... .....
�s ��'
I sovo.na•
.� I f
i I�
-ze
_ �� �
��i i _
,� -
��:� ;
� _24
f �
I,j �
L
I -E6
: �� - �
I � ' -
��Votes: Completion ❑epth: 16.�'
� I �
M'
FIGURE 2
— � TEFiRA-MAR, INC. . _. _... _ _ . y
i• — . ,. � .
L�{� O� �O�{N� ��2
��ro3ect; Narth Fart Worth Communi#y Parlc, Phase �l
�Jate: 0413012UO2 Elay.: Location: See �Igure '1
Depth to water at campletian of boring: Maist
8
!�Depth to water when checked: DUI'Ing D�llling was: 17'
� ,Depth to caving when checked: was:
IELklrqTfOW SOIL SYMBOLS p�p � p�, .200 �D p.pEN UhCON Sttain Swell
l� r oEpTH SnMP��,SrMeo�s DESCRIPTfON %� 96 p� % �■f ts1 9L %
,, � (1ee1) & FIEL� TEST OA7A �
J ` I
r� ! F{LL - Very stiff dark brown CLAY w/ root fibers, gravei 'f° . . . . . . ... . ... . . .'�5 . . . . . . . . .. .. . .
� - — & hmestone fragments (CH? - - - ! r - - - - . . . . . . . . .1
C FILL - Stiff tan GLAY w/ iron stains, calcareous nodules z' $' z' �o '�.' z� ��'.' ���a:° � I�
�� � - — & iimestone fragments (CHj - - - - -- - -! _ .2; . . . . . . . ... . . .. . . Z�. , . . . . . . . . . . . . . .
1 �4 swo.�s• Tan weathered LIMESTQNE_ _ ^ _ � � _ . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . I . . . . .
6NG.75• �, � ._ ., .r ,� �f '
- Tan LlMESTQN�
�_� � � -
�
,� � � -e
� 50+0.50'
50ro.75"
.� � �
�
� -1z — Very stiff tan & gray shalev CtAY (CH) � -' - � _ . .. . . . . . . . . . . . ..�. . .. . . . . . . . . . . .. � . . . .
,.� ' __
� _ -
.� �
�s �
�
�r
�' ! � � ! - 5eep�e @ 17' — — — ._ � , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
:� _ ____ � � � �-
�ark gray SHAI.�
� ==-=
� F = _ �� �
� -zu —
:� � P
i` r
I
: ;� . �
-24
I
; I'
I � L ll
� ^
� -28
;..� � �
li . ---
- �}' � Notes: Campletion Gle�th: Z0.0'
�I
I
�
. � t° � T _
TERRA-MAA, INC.
14
Project No.: aEQ�-031
�.s
tis
FIGURE 3
� �.
; T Sysnbol Desaription
►�����i
►�r�r��
►���r��
\-
�
�
�-
�
�:r�irw
:► �
■a��■
s�r.��
w�w�■
�����
����r
��i��
�����
■tf��
����■
FILL
cr,x�r
er�Y,
ahaley
SHALE
LZMESTONE,
w'eathered
Limestana
MY sc . s3,m2�o1 s
�: I' �
I
t ,;
�Patez tia3�1e
when checked
�1 `_ soi1. sam�Ier9
� � Thin WaI.Z
�' She�by Tube
:�
1
��
,. ; rrQtes:
�
�f�Y `�� ��G ����S � SYIV����S
5ymbol Descriptiori
� T�ID Co2'se
Perietration
Tes�
�I1. �xploratory borings were drilleci on dates indicated using truck
I maunted dzillirag equipme�rrt .
'�=1!
2. Water level obsezv�aticrxa are nated on borirag �,Dg9.
i� -
�F_ 3. Ftesults of testa conclucted ari sa,m�les recovered are reportied on the
boring logs. Abbreviations used aze:
�� DD = natural dry denai�y (pef) LL = iic;uid limit (�}
�� MC = natural maisture content (�s) P�, = plaats.c Iimit (�S)
Uncon.= uncon€ined compression (tsf) pI - pYasticity index
�, P.Pen.=-hand penetrameCer (tsf) -200 ; percent Qassing #2D0
F � 9�. Rack Cores
REC =(Recoveryj avm of care sample recovered rli�rided by leagCh
' of run, Expressed as perceritage.
,, R¢II ={Rock guality Desigr,�atiors) aum, of core sample reao�very 4"
or grea�er in lenQtih divided by the ruri, expressed �s
� perceritage, -
.�
, �IGURE A
- �— - — TERRA-MAFi, iNG. . _ . _
�', ■ � i� ,'� � �'',
��El��O�lS �OR�[�GS I��R �H14S� 1
DEO�-03� ��������
i ���' '�} �! Y"�' � , �-'fT. 5 �
�1 � � "�.'
s. I • ...�-- — -' — � �'K'y,i 9 '
r; ,' ^. _ t — ,
s �. � � —''14" � _ yti +Y�,
� •�. ,�--;-. — ���,,,�: _ • �
-��'i �~~ _ �p ��. _ — � I i [�n�- i
�� � _ � a� �` ��'"'—
;i ,"� I . �� �{ l��l � �-.�� � C �1 ~ ��
� �"� �` =•� '�"' `-- �
Cti � � � �. =J �' �� ••�� "�,,�
; �...• � .��
� ° �.�'
• �'� ;; • '�ga ' � �,�., '-' ✓r ' — • �
�, al 4 i 't.ti � �.. , � � �J��J , � • � `:
�, � �.�i��i ��.� � � - - � - � � �
; j; '�, �: ,.: �, � _=� ^ — �� � /
.��:. � ' � �•' ��a ^ •'� � � �. � �, �
��/ , � � � .� �`, g�� � .' �
t, ; `1,, ' ':� � �' '���� � � ��
I .'� � � � �� � � ��� � � �� � /
{ � y r^ � � .� �' — � .
1' I ':, f %� � �� �` � � � �' � ` � ' � . �2
. ; ' ;: ;' ' �.,.4 �,�. f � � � ...! �
' ;�' �; ':,! ��. �-�.,�� �,.�;�; -
/ yr• r
rvuu . /. -
/I �J ' •
, —
r � �J
- /� ,
, ' � ?:
.�
.
�
�
� '�
r ��� ; '�
� _ �
. 1`
�i � '��
� �' �' � .
I � �
A �_, � `
� � ��
Conna�tioq \ �.
`t4 5choal �
il
rl�{rl ' " " � � ��°}�'°�'s-' �` --�."� ' y
;' ; ri �E,�} ,� i t� ... - � � 4 i�(�� ; f � � ' �.
�, � • f I' � I �. JJ i �. �' _ � il�: 1 _ ` �
• � rl�_' �1� ..h., j� �. � � : Y5 4 s �
1 ! � .l- - �, ! � ' l �
.' , � i r i i ^ � . � , I � � " � � " � ' •, 1.im,u a ��- � . __ ' `� .
� ��� ' � - j Adult . � ! � � •• , � . • � Phasc l. � � � _ .
I � � ! ��
. i•• � f-�. I 5ocrer i� i � �, rw �.-- �,
f � �` i �o L�ts) ,���� � � �,1 1��' ti,'i�
r�y:•'� �� } � lil' � I • �� iI1 `wr�,� ���___. _
� M' � � � i . . . .
�; l, � � _ i � � 1i 4 � �� r .
�; `
�
; -,••��. � I -^�' � _ � � :-. -. � _i
,� , • �: �� - � -
; . , . � . �; ,�.r- J.:..`--
. : . : � �n ..� � , ", �` , � l� ..... � -�- .
� � �1P , ', . 4 �� �� �• �i '�� - , _ �+" ,
I' ,I +`I�� � � 1+ 1 ��q ; � ..:. .�. .� 1 ; ; .
i ' y' 1 � � �. �" �. .� —1 � � .« ; _�
� � ' �i�� ; J ` ; ' y i r �J ' � `'.r � � �'-� J�� --
' � { � 5 I 1 � ' 1� � ~ ` � � ` � y� -
� ��� i � , � � 3 �, � � :ri ' , �'�� ', 1 � 1 � 1 i � �, � � ' ;' �`� _. � � � 4 � , , �` ', �� —��
'� � f ` 14 !� }� l 4 I � � .I � 1 j y y 1 1 I,y ,f ` � ;�,;,j � • : � \ ` �� _ '
� � � s ,II i. � � f ', .� —=��
. ,�� �,'�., �, � . 1 � �+ ; A� �' � ; . � � ....., �fi '��-, �-; . �` _ :, :.,- -
�t1`1 ��:�} � ��� { I S�r ..�..`�,� . �� � � . •�
;, ; �;,:� ��� �� � f � � , � 4�„�� � �Na �.; �, ,��� �.I �� ;► �;��... ---� ::
' � � `� ,; � ' � i j �L; �1 . J �': , � . ' 1 ' � `.
�3 �, � 441� �, ��� � � � I ' � ' 1� �. � -� ..�. ` , I .�� _� .; �
. , 1 1 ; �t� : , a f i ` : �`, .� ' . ��-
I � I �I � i +I � � 1 + � ' I � ' �--+ - ` ��a t. � �
� 1~ � � ! f � / ;:�
j , � i } I �I � � �'� ^1 i � � • � �— �
! � j' ,i!-, � ! ! / i � ` ' l , � . 'I / ' � � r '_; � ~�[ ~ ` �
�t ' ! � � ItI W � � ` S � � { I � �r' ' hr�_.� .
� � 1 1 'f ` ' t � � 17 � 1 4 ' 1 � .C" i ` � ,�5 .` r , '
`'� ! ' � - I ' � �' ,�'. s-? �; .' l4 I � _ •'.. , .
��ar.k `Idoetifi �••,r+:.�.-. :� __i_� , ' ..�' ,c- '� d`��.-� .' i�v.-�_ ` � _ _�.__ .
� y_•_�._, ,�i�c-a' .7�I".: ��' J� � - � ' �, � .. `rr��
�1CSCI1[2 fs� , _i--�' , . � .� . " . � °.�.— �� �
,,'� i'` y! +�'x„ ............`.`-• , • ; , . , _ _... ...�:... . . . _�:... � '°^Fuiure-- -��aiu�e 1��'- ! - -��,� " . _
� .
, �.. .,� ..: ..... ...........»........_ .• '
. i . . � . . ._ ._�...- �cx5n'-- � �
:4aR�x51
' ; '«ivE= aOSC�� 1
�RDF�i'eG .q:��{'-C.'-rde
. '
� ' �' ' _ _ _ 1 '
LEGEND Q �� 2�
-� Approximate Bori�g tocabon
AaPROx�LiATE 5G►tE (w FEEn NQRTH
! T�RRA-NiAR North Fo�t Worth Community Park ` �IGURE
Fort Wortht Texas �'�� �F ���IIV�S
�3`'� 1705f) AEin Lane � �
��� �ailaa. iex� 75229 prawn Cy Date Rensed Sc.�a Projeti Na.
�s�z1 aae-eaoo AKH T� 21 MAY�� � -- 1 inch = 200 feel J_ DEfl'1-03p � .R
�
L�� OF �Of�l�l� �-�'�
Project: Norti� Font Worth Cnmmurtity �ar� Project No.: D�09-03D
flate: 51�5109 Elev.: B�6 ft�-1� Locatian: See F�g+ure 1
[7epth to water a# completivn of boring: Dry
depth ta water whett checked: D�ring Drill'lt7g was: �ry
Depth io caving when checked: NIA was; NIA
� ELEYI�TI�% ' SUIL9TR1SOL5 � tlC � LL � Pl � �•Z�a . pd P.PEII 11�Op SVs�ln _
GEPTX I SAIEPLERSTqB�kB DESCRIPTION x x% p� % pn ,� ,r %
._ _ Ifr�l _ 6 FIBLO TESr UAiA _
'�4 � r Stiff to hard dark gray CLAY wl mots {CH) — — ^ r — _ . . . . . . . . . . . . . . •;.�,. _ . . . . . . . .
675 — � � e2 • ta �� ta
+Medium stiff bl'owrilsh grdy CLAY {Cl-I) ^ � r � s�� ' io' ' 'o:i ' 'tis:o'
�— 3 rt �it s.a o.� �tt
s��— � Very s#iff ma�led yeliow & light brovm CIAY (CFi) .� r — _ . . . . . . I . . I . . . . . . . . . . . . . . . � .
— � io 'I I
_B \
� I
6fi9— I I
—9
686—
� �2
��
�. �J
6B0 —
�-18
&57—
wrir�� �
r�Y��
Y^��/�
� �
22 , 16E.1 l0 I 1i I 7.1
TanweatheredLIMESTbNE ^--�---------r_ .. .. . .. .. ... ..... �....
� —21
654 —
Notes: Completion Depth: 1�.0'
FIGIfRE A2
TERRA—MAR, INC.
'. �
� L�G O� �Oi�1R�� �-�
�_ Praject Norih �ort Worth Community �ark Project Na.: D��1-�3D
� bate: a�105101 Elev,: 679 ft¢1- .. Lncakion: � See �'igure 1
t
Depth to water at completion of baring: Dry
1 Depth to water when checked: Cluring ��iliing was: �ry
� De�th ta. caving when checked: NIA was: h41A
- ' ELEYA710W 901L SYi�BOl9 1iL LL � pi � �•2a6 � �0 p,PEN � 11ACpM SSrdn
� oearx Sh16P�ER3YlE8013 DESCRIPTION K% x P� x p,� �,� � %
,:� �_ if..u_ � ��n resr o�r�► _ � � � — T � — — — — — -- — — � � � _, . . . . . . . . . . . . . . . . . . . . . .
�� Sfiff brownish gray CLAY wJ roots (CH) �'�'s
s�e— ' Stiff light brown CLAY w! some gravel-size calcareous r. _ . . . . . . . . . . . . . . . . . . . . . . . . .
�:{ fragmerits {CH) '
- r � �oa5 to �.a e.o
_3 / zt ' 2.s �
, ��'�
� s�5— � Sfiff grayish light brown CIAY (CH} � — — -- — — r — _ . . . . . . . . . . . . .+:rs. . . . . . . . . .
I',:� - �Very stiff brolhm to flght brown fi5sul� � (CNj— — — � 'd 'si �i 'ss . . . ;,3.i ' is ' I 'tis ' ' �.i'
:� -s
6rz— �
. `
� �
-s —Very stiff to hard grayis� broum fissured CLAY (CHj — — — zs . - . I . . . . io�.� �:.s+' � � �,:s"' ' z4�
;� fi69— \
- � I I
.� \ �
.� . .
"12 I
666— � ���
,� � ' I
- \ 2Q 4.5h
� \ � ,
.� �-1$ \ 19010.'!3' � . . . . . . li . . . . . ..... ....
.� s�— 17arkgrayLIMESTONEr—�r._.--------_._ . . . . .
�-18
.��
ssa—
� I I,- .. .
- •—�,� 100f0.9Y
:.� �r]— I
i I�otes: Completion Dept�: �1.0'
�
�
- FIGl1RE A3
�'. � - -- , 'I"ERRA-MAR, I�JG. ,.— ---
!(�Y �� LOG Y��M� � SYI�I�O��
Symbol Desc�ipt�.on
Strata svmbols�
CI�Y
nw►iiR� �- • -
�ruw�s�
rrri��rr = -
��Rlf■
/All�a
/�i�!7/!lY
�1r1��1�
����■
�����
����i
����!
���l�
SQil Sa�lers
, �'t►in Wall
Shelby 'tuhe
� Asager
� T� Cone
Penatration
Test
�
Nates'
1. Sxplo7ratory horinga were dril.led an dates indicated using truck
mounted dsilling equipmexst.
2. Sdates level abservations are noted oa bo7Ci,�t►g ],ogs.
3. I2esultis of tests condttnted on samples recavered are x'eported on the
boriag logs. 31b3�reviatl,ons usad are:
pT] = natural dxy density (pc£) LL = liquid limit (�}
MC = natural moiature qontent (8) PI, � plastia limit (�y
Vncan.= uneonfi�ed co�session (bafj PT = plastiaity inde�c
P. Pen. = hand pe.netra�me�ez (tsP) -2D�� = pereel�t passing #2p0
4. Rock Cares
REC ={Reaavery) sum o£ core sample 1Ceawered d3.vi.ded by ].ength
of run, expressed as percentage,
R�p =(Roa]c Quality nesignation) sum cf core sample secavery 9'+
o= greater in lenc�h divided by the xvn, exp,ressed as
pescentage_
FIGUR� A4
- T�RFiA-MAR, IIVC.
VLIr I1� LUVL tL�lVllrl VII 1.11 VI'tU
PRD�USAL
TOt MR. GA,RY W, JACK50N
eit�+ M�na�ez
Trar� Wo�t1�, Texas
�yv 'rc�7 i. �icr
Fp�: CONSTRUCTION' AND �1riSTAL�,AiION O� �q,�TC IMPROVE�IV'TS FDR:
FAR Np�tTH C�MMUNi'P�' pARK PHA�� �
PI�OIECTNQS. � GR76f541200/0$43pb61iQ10/GGO1/5412Q�/0808085
DOE N0. 3 S 14
,!
,
�irsuant to 4he fnregoang "N�tice to Bicldez�s," tl�e 1�ndarsigned has thorou�hly exarnined the p]at�s, SpGGY�Cat�biiS�
and th� site, u�dersta�ds the amo�t of work ta be dox�e, ar�d i��rei�y propt�s�s ta da aIl t�e work and fumish ai�
]al�ar, equipment, az�d materEal� riecess�cy to fu11y complete all the work as #�rovided s� �hd pi�s and specxfica�io�s,
�r�d su�ject to th� inspection �nd agprova� of the P�rks �r�d Cozrimur�ity Service Dep�rrmetst pirre�tot° of thc City af
Fort Wnrth.
The "approxi�nata qtaa�tity" e�iegory is far infor�i�tior� pu�as�s only. '�e Contractnr sk�all be paid an the basie af
actual i�ta�l�€ quar�titees on �on lump sum iterns. Additionally, rhe Contractor sha11 be aware that ttte Praposal
cor�tains both Lurnp Surr� �n� ilnit Price it�ms.
1�t1�e ]owe�c bxa� rac��ved oxce�ds t�e fu�ds l�ud�etr.ci fQr the p�oject, the City �eservcs �e eigt�t to �ecrease tS�e
qu��titi�s cox�tained in e��y line item or tti �linninate any speaa�C liae items be%�e aw�rd of Che coe3raGt in orde� to
�g t�s� ►�vOrk wit�i� bud��#. By submitting a hid, the t►idd� acknawled$�s ti�e Cit�r's righ# to adjust or a]i�nir�ate
lit�e items p�io�' to the $vu'ard of ca�tt��t. F�rt}��r, by subr�it�Cing a bid� thc �id�r a�rees ta haraax eaC� �ine it�m 1�id
price �►ithout �eco�rse to th� Ciry ir� the e�►ent lir►e itez�s are adjusted 4r elirriir�ated.
U�an acc�ptance oft�is pr�sal hy the City Cou�cil, thc bidd�x �s b�und to �xecutp a eon�act a�d �'��$]�� ��
a�plicable� Perfa�mance, Paym�t, and Ma�inten�nce Bonds approved �y the City of Fart Worth for perfnrn�ing end
cofnpl�Eing the said work within the t�rnc stated and €or the following surns, to�vuit;
Prop�nsal —��r N�rlh Camm�r�ity �artc �hase II �E�$ 011�b2
Addendum {Vo. 1 Pag� 9
� L-
. � :
��s� �g�
��� ���o�. ���c��x�o� �� ����t� w��r�: �x�
; ���� Q��ra���°g ��c� ���� �� �oa��s
' ��Y`T O�� - �IT���i�{
I 1 1 LS Erosion Controi, Including SWP�'P
_ Comp�.iance (a�
. ' i-i�e�usa,� ���c �u��,��i►��r� � ��ki�o���� �
� �` Cer�ts per �,�
. 2 I LS Site preparation (r�
T`I�'jl,}'y �` IJ�a�1c�TDa��il�lnCt.s�4. LV� �� Dollars &
J 0Q Cents per LS
i�
� � 3 1 LS Earthwork, Includit�g Fir�e Grading �a,
� i �I�� t.l �� ��ISMi � �����j. �u� Dollars &
I � �� Cents per LS
��
TOTAL UNlT ONE
- - �i�� r�„S��CI, ��`�JV�'����� Fi`�������'S �b
. � �,1; Cents per LS
L
�
i T,J�Ta�.' '�°�O - �tA��A�i / ���Ii�'C
�+ 1 1,470 LF b" Concrete Cuxb With 12" Gutter na,
� I 1`d�,tr�F't- �f Dollars 8�
� �i -- —
g � Cents per LF
-�. 2 460 LF 6" Temporary Asphalt Curb (a7
� �Pi�f� u1 Dollars Ss
. �,
�� Cents per LF
3 3,965 SY 6" Crushed Stone Flexible Base {�a,
�'��� narX�� a�
. � � � Cents per SY
4 3,460 SY 2" HMAC - Surface, 'I�cDOT Type D(a;
� \l�. Dollars &
� � � Cents per SY
5 3,4fi0 SY 2" HMAC - Basc, `t�DOT'I�pe B(a�
� � �,�}�, Dollars 8G
� r.�. � Cents per SY
u���
��c�
� 5,635.05 $
5Ai $
� 22,780.00 � 22,780.Ofl
� 5s,�4o.00 � ��,sao.00
$ 95,758.05
$ 14. S 1 �
� 11.39 �
$
�
�o��.
�ovx�
�a�
5,638.05
_. � � r,
?.. S.�'760.29
5,239.4Q
� � �
].9,�'�i":��
5.41 $ .L�,,� �� ��
�
5.4i $ 18; ?�:4�
} �
� �
,�
� ��� ���o�. ������d�a o� Y���s ��� �a�
� ���� Qu��xg� ��ac� ��r� a�a �o���
; — --
����
P�C�
�o�� !
�ov��
�g�
� EA 2Q' Recessed Curb Inle�(a��� i�� ��► �� 1�
�' �V�, �S�C7l-'n � � �� T k""'� o112u' 8a �' �C��, CJO
,��-� Cents per EA $ � , ' ` -��
180 LF 24" RCP Pipe �
DS�I°.'�±u�hi1�A, �+'�'.� '�.i��Dollars &c
� � Cents per LF � 158.00 �
1 EA Connection to Existirig Inlei
�I l� 11\ll �5 �'1�.�.��i ����o laz�s &
�-� Cents per EA � 2,169.54 �
4 �A Curb 12amps (�a,
Tu� �kl�.�r�xr��, �.�` �i..� Fa,a.+' Doll�� �
►y� � �.i Cents per EA $ 284.75 $
1 LS Parking Lot Striping and Handicap Symbols (a�
�' j � }} UN�Pe� � I'�r"}�y �'�U�C Dollars &
c�� �,) Cents per LS $ 654.93 �
7 EA Accessihle Parking Signs [a�
�c��' „�.,(1�r��. F�+�►�-� n► RL Dollars &
� ` � Cents per EA $ 449.91 $
5 EA �al�rage 8� Re-use Cancz�ete Whe�lstops (a;
��� -'��Cy DoIlars &
�} �p� Ce�.ts per EA � 22.78 $
52 EA
132 LF
15 400 SF
Provide Concrete Wheelstops (a3
'Tl�i� � ��u � D�ii�s �
� +� Cents per EA �
RemEove Temporary Asphalt Curh (a�,
' � � p Dollars &
� Cents �er LF �
Sawcut & Rernave Asphalt Paving [;
� �u Dallars &
� Y- Cents per SF �
1 ,�i
� � ��� ��
�ao�.UU
2� a�B:�"l
2,159.54
1,139.00
654.93
3, l 4�.3�4
113.90
34.17 � 1,'776.84
2.85 $
2.$5 �
37�,�?-
,
} .
Zyra77.V�y
��� .r���o�. ���c����ox o� ����� ens�� �a�
���� Q������ ��c� w���t� i� �o�s
� TO'��
iT���' �'IOiT�T'�
��c� �g�
- I6 1 EA Can.crete Entrance Apron, Including sidewa�k
I replacemen� (a� � -� � r�,�
'r� '�;`��rrPe ��c�'c�� � �pol�s 8�
, �-�� Cents per EA $ 2,323.56 �
17 244 SF Remave Can.crete Sidewalk (a�
. '�' ��p� Dollars &
I Q 9 Cen:ts per SF � 3.99 �
. � 18 1 LS 5awcut and Remave ConGrete Curb and Paving
� for Entrance Apron (a; �.��,
��� �C9�St�\� L�'e.��� �i'C� � Dolla�rs &
, , � � Cants per L,5 � 1,139AQ �
�� 19 2 EA Conerete Aprons - Parking Lat (�a,
� � ��yxj i'�[�iJ�S�aAG �u��Prs�, ��� Dollars &
' �' Cents per EA $ 2,904.45 �
.l
20 1 LS Remove E�istirtg Rip Rap (a�
� �y�e �['�P�, ��r�� t1 Dollaz�� &
� Gents per LS $ 113.90 �
21 4 EA 4" Schedule 40 PVC 5leeve, 4d' long, Ca�ped
" at �ac�. End with 18" Minimum� Cover (a7,
�'u70 I��c,'��� ' �i�'��ri{ `�%i`�-Dallars &
�� J Cents per LS $ 273.36 $
TOTAL UNTT TVilO ��"'����i� '�a�_ ��,�
. � Q�tiw�k�,��'9�"'i�,�_ Dallars & � �d� ��-�..� 1
�, n�
J � � � Cen�s per EA $ �
� r one t�u�,�. ��r��`i��tr� ��► �u►�.we�,`��1 �- �
� � c�a� ���� � B��F'I�&� DF�LO�����
.�.
I 1 610 SY 5" Thick Concrete Sidewalks / Pavimg {a�
� Dallars &
� i �' �y
J Cents per SY � 30.4Q �
t ��
� 2 �F30 5Y Cnncrete Pavang ai Dugonts & Behind Backstop
i �
� �'1_tl�(�� � �l � Dollars &
- ' �� Cents per SY � 22.75 �i
2,323.55
9;'$: � �
1,139.00
�,sos.�a
113.90
1,093.44
18.5a:;:�5
�?,�3(i.71
I .
�
' �A�i' ���0�. ��Cl�`�g0�' O�° a'L`��� �`�� ��D
. , ���� Qii��g�� ��c:� ������' x� �����
�
��TY�
PREC�
1 EA Baseball Backstop 20' Height With Hood atxc�
curb (a� �. • }�, r
i� + �►� � e�n�_�oir�s s�
h����
�'� j Cents per EA $
i LS Chain Link Fencing, at Dugouts Including
Openings and Shade F'rame (� �.
Tv�c��'ho��r�. �.r -�iu��� �-c�ur� Doir�a &
Cents per LS $
4 EA 3.5` Wide x 6' High Chain Link �ence Gates at
Du�outs (a�
'�'�1}Q -�;c]�.p�i��, ll�i�ll�.t � �h� Doll�s s�
U# c�'
�% Cen.ts �er EA $
2 EA 12' V4lide x 6' Hi�h Chain F.ink Fence
Maintenatace Gatcs (a�
�e� `�a�re� � 'x � �.,�1.,-� no��s &
Ce�ts pex EA $
624 LF 6' High Chain Link Fex�cing (a�
1 i��c"� fl Doliars &
� e�.' Cents per LF $
3 EA 5 Row x 15' Bleachers
�p�
t
� ��ars�
°�O'i�
�����
��
13, i3�F.95 $ 13,134.95
2,448.$5 � 2,448.85
529.64 � ��Y8.54
��s.s3 �
13.04 �
�
_ ��� _
�;�'-i.�s
8, L3�:9�
�'�� �� Cents per EA $ 3,123.82 � 9,3`T 1.46
4 EA Soecer Field Corner Markers (a3
������ �� Dollars &
a�F Cents per EA �
6 EA $' Ler�gth Player's Bench�s
�C� �A �. �� �'Et.� '�I a lars 8s
� � J Cents per EA �
TOTAL UNIT THREE �� X
�1�1-�t� St?.U�.'(1 l�bu�d,bl� ��u�i" i�tl�11ck1� Doilars 8s
J � '� Cents per EA �
65.34 $
�43.12 �
67,405.13
273.36
_ �
2.(L5$:�i'4
r
i �
� �
! _ . - --- --
��� �����. ���������o� �� ����� ��� ���
�`���i Qi]'���`�� �€t��� �t���� � Wo��
,
' r��� �o� - �-�E�� xoc��� ����
����
P�iC�
4 EA $' Len�ih I'Iayer's Senclnes (u�
�-h'C�. '� P"�u �1�E'. Dollars &
i � .J Cents per EA $
1,89� SY Post-Tensioned Concrete Slab for In-�ine
Hockey Rink, Inciuding vapor barriers and
4" granular base (u;
_ T��r� ��n �.. Dn��� �
�� Cents per SY $
1 L� In-Line Hackey Dasher Board� With Upper
Fencing �a, :� �,� e�
�• y o ars 8a
S Q��� ���a������� �+u�� � Cents per LS $
�
2 EA i0' Wide Ir�-Line Hockey Equipment Gate With
Upper Fertcing (; ����� �e
- �ne 'C���, n.�, t=c�.r �lu��r�
343.12 �i
31.22 :�
1,37,�iib
59,OQ5.78
76,653.56 � 7b,653.5�
��r Cents p�r EA � I,423.75 �
2 EA 3' Wide Ira-Line Hockey Access Gate With
Upper ��ncing (a�
S i•�t �u`tt�c� � 1�1Q��`� � Dollars &
� � � Cents per EA �
1 LS Line Striping/Pain�ing - 2 Basketball Courts and
1 [n-Line Hackey Rink (�a,
� ' �.;. �+9.'1`C�C`P�e. ��l�'`�� �1�13 Dollars &
� � �v �3 Cents per L5 �
4 EA Sasketball Goal Sets (a�
l�.ti��"'� �v.� +C� . ��\Y.� ��L1�U Dollars &
i� Cen�s per EA $
620.7'6 �
882.73 $
� j �'��1,5� ��
y-�_r�'�, - -
�
1,24�.�1
882.73
872.19 � 3,488.76
�o���
,�o��
���
I
'� .
f �9�q�r
I���I
� 8
�
�
�0��
�����. ii�SG���O�I A�' ����� ��E� �i� iT�iIT �fJ'C�'�`�
Qi��'�x'��i �'�C� R'�Y��F� ��' �OC�RI3� ��iC� ���
2 EA �n-�ixze Hockey Goals Witkx l�ets (a7
�- �t� ����� �-j-�,`�A� Doliars &
�S Cents per EA $ �12.55 � 1,025.10
I
TOTAL UNIT FOUR ,A�y,e�, �,���.�y�t `
� �1� ��v�� r��..r� � i �t �.o,��.� �"e'�"`'i�ollars 8� 1 �-1 i� , �..1 '� : �3
L.� � Cents per EA � �8
;r
� �TN�T �`%� - �iGl��I��:
1 2 EA. Relocafe 2" Water Meter and Vau�t a(�,
�. +�[�C�. �'OU��.i�, �'11�- �'Cf����L.�o�a�rs�`8�
� � Cent� �er EA
2 2 EA Relocate Dauble Clzeck and B x a��
. p� •�� �,�, %��e. ��u�� fi��, Se����s $�
� � � Cents per EA
�� 3 1 I.S Relocat 3" Flow Meter/Master Valve anc�
. Related Wzrix and Box (�a,
. ` �'�,�CiU�y� ��-?tl �iT�.'�1��Dollars 8a
�� Cents pex I.S
. � 4 1 LS Sore and Insia114" Diameter Schadule 40
Sleeve for Wiring at Existing T'ark Entrar�ce
Drave
- � � �� � r�`"'`� "�'ol�a� &
�
�p� Cents per LS
', 5 1 I.S irrigation Sysiem (c� _�[ j1� ��� S��
13���� � I\t�'�� �.� Cl "�i lr��l� Dallars &
�� i- � � Cents per LS
�� 6 1 LS �" Domestic Water System Including
. Valves anci Fittings (�a, � ,�
�. .�� i� ��s �.��h� ����'��ib � �
����
Cents }�er LS
� 1,571.$2 �
� i,��i.sa �
$ I,708.50 �
� 1,139.00 $
3,143.64
3,143.64
1,7a8.50
1,139.00
� i7,���.ss � ��r,�s�.ss
� 6,8�4.00 $ 5,S34.Od
�
TOTAL UNIT FIVE ��� �1.7�� V�_
� i�'� ��'!�5-' ��i��, �� C��9�� Doilars &
� �, Cents per EA � 33,765.66
I
� �AY ��btU�. ��3���a0� U� Y�`��� '�'�`H ��I)
���� @'�1�''�I�Y ��C� �i'�'�`��i Il�' �]YO���
�IY'� �� - �%�CEY��1��Q�Si ��T� ��'�i1L'�%�S
� 1 1, � XO SY Construct Trail "A° With 6" Thick
� Crushed Limestone (a�
� ��� •�, Dollars 8v
. � � j Cents per SY $
I
I
� Z 6 EA PVC Drainage at Walk Including Concrete
. S�a (a�C
j� ��'..13�.L� 1-`��9� CQs� �t3�r� Dollars &
�g Cents per EA $
3 1 L5 Stub-ug af Conduits For Scoreboard [c�
. ,. 'l� c��, L[' �1t'�.�tf� Dollars &
01��,
� � Q Cents per LS $
I
I' 4 1 EA Temporaxy Project Sign (a7
� '�av�.� l�u.�.f'Q� � i'�y ��11�_ Dollars 8s
� � � Cents per �A �
5 1 EA Park Plaque {�a,
� Oi� �[x������1. �A.i�tS�.C�, � �Y`�-Doliars 8v
' �� Cents per LA $
! 6 128 SY Sail Retention �lariket (a�
- ° � � � noii�� s�
� Cents �er SY �
r
TOTAL UNIT SFX
� �..�e�.�'� �,��.
. , � ��\.�. `~�j-�..,, ,��� � �1,�. Dollars
�•�',,,� � � Cents per LS �
.�
LTNIT ONE - SITEWC}RK
UNIT TWO � ROADWAY / PARKING
UNIT THREE - BALLFIELD DEVELOPMENT
UNIT FOUR - IN-LINE HOCKEY RINK
UNIT FIVE � IRRTGATION
UI�IT SIX - MISCELLANEOUS �ITE AMENITIES
`�O�'� �A#�� �I�
���
�%�G�
5.01 �
TO��
�1(�U��
�E�
5,,���.88
740.35 $ 4,442.10
113.90 $
455.60 �
1,651.55 �
1.20 $
,��,�79. I1
�. ].3.90
455.6D
1,651.55
1 �.�.u8
. _ �.� ____. �,1�
$ 96,7�8.05 -�-�
� 7_�R�'7 1417i �-ID,� I -
$ 67,406.1�
� , • 14-1o�31h. �� 7"[3
� 33,765.66
$ 12,379.11
� �►'-� �9�,-�-�''�. �.�3 �
� � � �I� Ex�,T1�RIi�AT�S
I i, . """�
�A� ���4�. �E�C�P�i�Id O� g�'��S il�ET� �i� iil��`�
. �'��� Q'[J�1T'��`E'� ��G� ��`T T`��T �� �i0�l� P�C;�
�
�I� A%,TL�1ZIiTAT� OF,i�
I ALT # 1 1, � 10 SY Cost to Constxuct Trail "A" Wzih 5" Thick
, Cancrete Parring In Lieu Of 6" Thick Crushcd
� Limestone Paviing @
� t_�,i@11'� `�� V'�• Dollars &
, , _�� Cezlts per SY $
�I� 1�L�,'Y'�RY��1TE TWO
� AL'1' # 2 1, I1Q SY Casi ta Canstruct Trail "A" With 6" Cement
� Treated Base i�n Lieu of 6" Thiek Crushed
_ Limestone Paving (a;
� � Dollars &
'�� q f cen�s per SY $
�'
�I� 1�11LT�R�7l1'�`E TH�E
!,
_ ALT # 3 400 SY Cost to Construct Trail "S" With 6" Thick
�,
j
' � BI� A�,',��K�1fAT� ]�`OUR
i ALT # 4 400 SY
�
�
�I� �IdT�RiiTATE �iE�
•r
I
Cru�hed Limestone Paving [n;
�' i a�, Dollazs &
� � Cents per SY �
Cost to Construet Trail "B" With 6" Thicl�
Geznent Treated Base (�a,
��U� '-��� Dollars &
O C� Cents per SY $
� ALT # 5 1 LS Cost %r Hycl�rauluc Seecli.ng (Yuma Bermuda) of
All Disturbed Ar�as, including basebaIl fieid.
Including Teinporary irrigation and Maintenance
: � Period (a� [ •�.R�:s� i�1 [��Vl
`T'�Q,���'L� ��Ov�:SC'�i�ci ����' Dollar� 8b
� �-�� Gents per LS �
�Oi�
.�0�1 `�
�IH
25.39 � 28,181.02
0.91 �`i 1,Q11,43
5.01 � 2,Q04.64
17.09 � 6,834.DQ
23,919.Q0 $ 23,9I9.OQ
�
�
i � �
��� ���o�. ��sC����o� o� ����s ��� ���
E'�`�� Qi]'r���Y�� ���� �IT�`��' I� �9�S
, _ .,.- •--
�
i
� �i� AL"�`Biti�A'�� l�IX
i
�
ALT � 6 4,765 SY Gosi to Sprig Baseball Field Wiih Tifway 4 i�
�, Bermuda in Lieu Of Hydxaulic 5eeding (�a,
, p Dollars &
g � Cents per SY �
'�
� ]�I� AL�T;�R147AT� S�VEN
� ALT #'i 1 LS Cost For Fertilizatian nf Areas To Be Gxa�sed,
Pre and Past Plantitig A ,,l,�i �a,It' s
. � �� ��Rt� �1��� �'�'"'�oi ars '�.��1
^ f.�n Cent� per LS �i
I
. '' SI�] AL'Y'�R1P�ATE �II�rH'�.'
'f
I. ALT # 8 4,765 SY Cost to Sad Baseball k'ield with Tifway 4I9
Bermuda sn Lisu af Hydraulic Seeding (a7
, "�`�� Dollars &
. I �. C� Cents pear SY �
1
�
.�
r
j�
0
u
iJN%fi
��YC�
�o��
�����
�I�
o,�� ��z�'1,�9
� $ > > .
1,822.4b � 1,822.40
2.10 � 9,986.30
0
A. This contract is issued hy an arga��ization rvhich qualifies for exerription pe�rsuant to the provisions ofArticle 24.Q4
(F) vF the Texas Limited Sales, Excise and Use Tax Act.
B. The Contractor performing this contract may purchase, rent or lease all zz�ateri.als, supplies, equipment used ar
consunled in the perfarmance pf the contract by issuing to his supplier an exemption certiiicate in liau of the tax,
said exenzption certificate complying witl� State ComptrolIer's ruling tax, said exemption certificate complying with
State Comptroller's ruling #95-0.07. Any such ex�xnption certiiicate issued by the Contractor in lieu of fhe tax slzalE
be subject to the provisions of ihe State Compiroller's ruling #95.09 as amended to be effective October 2, 1968.
C. The undersigz�ed assures that its employees and applicants for empIoyment and those of a.ny labor organization,
subconiractor or employment ageney in either fun�.ishing or referring employee applicants to the uncfersigned are not
discriminated against as prol�ibited by the terms af City Ordinance 7278, as a�ended by City ardinance 7�00 {Fort
Worth City Code Sections 13-A-21 through 13-A-29), prol�ibiting discrimination in employment pzactices.
D. The undersigned agrees to complete all work covered by these contract documents within
� Sixtv (60) Workin� Days - should Base Bid and Bid Alternative Nos. 1-5 be accepted or
Fiftv (50� Workin� Days - for Base Bid and if accepted, Bid Alternate NQs. 1-2
after the date for co�nencing work as set forth in the Notice #a Proceed to be issued by the Owi�er az�d to pay nat
less tlian the City of Fort Worth Building and Construction Trades Pre�ailing Wage Rates Far 2�00.
E, Within ten {10} days nf receipt pf notice of acceptar�ce of �is b'rd, the undersigned will execute the formal contract
and will deIiver applicable Surety Bnnds for the faiihful perfprmance of this contract. The attached deposit check in
the sum of $�Dollars {$ ��- l� ) is to became tlie property of the City af Fort Wartl�,
Texas, or the attached Bicider's Boizci is to be farfeited in the event the contract and applicable bonds are not
axecuted within �Iie time set fortla, as liqt�idated damages for delay and additianal work caused tliereby.
�
G.
In the case of ambiguity or lack oi clearness in statirzg prices in the ProposaI, tE�e City reserves the right to adapt the
most advantageous price for construction thereof to the City or to reject tiie proposal.
Receipt is hereby ackr�owvledged of tlle following addenda:
Na. 1 � No. 2' No. 3 No.4
Respectfull�r subn�itted,
� �. � �.o �.���ru��,� n Ca--,- ��e ,
(Company Name)
��
By (Authoz�i.z�'d Signature) t
D ate:
Address:
��.�J�.Y`!��_'(` � � _ � aZC� `�
P. c7.�Ox �-4-� �
!'IQ�S^�1P1� � �Q����`�
Telephone: (�� � ) 1.�. � ?j- L� � ` �
!.. �
o°
� ,rt�`��Q,� .' ! i�'� E,'Aa
����•�s'0��•� J
� .•� 3
tl �V �..�
U
� m � �o�.o n
� Y• P.7��.4r � f �
SEAL (if corporation)
L..�
�i� of Forfi vrth� �
N�in�rity and I1Vomen �usin�$�s�,� `�,��'�-��i�ser�pecifica�ians
S�'��1�4L �N�T'RU���`���1��]'�C,R�
�
APPLICATlON OF POL�CY
�If #he total dollar �afeae of the contract 9s $25,D00 or more, the M1WBE g�a{ is applicable. If the total dollar�
value of the cantract 9s less than $25,000, the M1WBE goal is not applicabie. _
POL.iCY STATEM�AIT .
� It is the pollcy of the Ciky of F.ort Worth to ensure the fu11 and equitable participation by MinoritylWomen 8usiness
�nYerprises (MIWBE} in th� procurement of all goods and services to kh� City art a contractua! basi�. The objective
� of the Policy is to increase the use of MIWBE firms to a level camparabke to the avaiiability of MIWB�s that provide
� ,gaods and services directly or indiractly to the City. All requirem��ts and regulations stat�d in the City's current
Minority and Wamen Business Enterprise Ordinance apply to this bici.
M1WBE PROJECT GOALS
The City's MB�IVIJBE goal an this praject is f� °!o of the base bid value of the contract.
COMPL.IANCE TO BID SPECI�ICATlONS,
On City cantracts of $25,000 or rnore, bidders are required to com�ly with the intent of the City's M/WBE Ordinance
by either of the foUowing:
� 1. Meet or exceed the above stated MIWBE gaal, or;
2. Good F'aith Effort dacumentation, or;
� 3. Waiver documeniation.
�SUBMITiAL OF REQUIRED D�CU111�ENTA1'IDN,
,_ The applicable documents musf be received by th� Managing Department, within t�e following times allocated, in
arder fnr the enfire bid to be considered responsive to the specifications.
�: -
;i .
�+ �
, .
, ,�
� -.
I ��
j
� __ - -
���
�
1. MIWBE Utilizatian Form, if goal
is met or exceeded;
2. Good Faith EfFor# Form and MIWf3E
Uti[ization �arm, if �ariicipation is
less than stated goal:
3, Good Faifh Effort Farm 9f no
participation:
4. Prime Contrac#or Waiver Form
FAILURE TO COMpLY WITH THE CITY`S MIWBE ORdINANCE, WILL RESULT IN TH� BID BEING
� CONSID�REb HON-RESPON5IVE TD SP�CIFICATIQNS.
recelved by 5;00 p.m., five (5) City husiness days after fhe
bid opening date, excl�si�e o# the bid openir�g tfate.
received by 5:00 P.m., fi�� (5} City busines� days after the
bEd opening date, exclusive of the �id opening date.
recei�ed hy 5:OD p.m., five (5) City bvsiness days after the
bid opening date, exciusive of the bid opening date,
received hy 5:00 p.m., fi�e (5) City business days after the
bid opening date, exclusive of the bld opening date.
Any questians, please contact the MIWBE Office ai (&17) 877-6104.
Re�, fi1i9100
�'.
k�
� ATTAC�i M �N7 1 A
• Page '! of 2
' �� �,I� O� �Ot'f �OI'Lil
' i IVlinority and l�omen �usiness �nterprise Specifications
f f� N1��1VV�� UiI�C�A�IOiV
� � 1 �,� � Y�C�u,�' ^p. ���_
,' i; -ZiNiE COh1iPANY NAfNE ,��� �k ��/ BID �A'i� �//�/
����� �1UN f�`f7C d Z
� OJECT HAME PROJ6C�T Nl1M8ER �z00/�pC�O�.�
��C�ol, r
ITY'S M/V1'BE PROdECT GOAL: �5�� � � Ir'I1WBE PERCEhT'ACE ACHIEVED; ��� �
�e 6�. .
� �ailure io com�lete this form, in its entireiy wikF� supporting documentation, and received by the Managing Department
�� � or before 5:00 p.m. five (5) City business days after bid opening, exclusive of hid opening date, will result in the 6id
�, { ing consicEered nan-responsive ta bid speeifieations.
� he under•signed bidder agrees ta enter into a formal agreement uvith the MBE andlor WB� firms for work list�d in this
hedule, conditioned upon execution of a contract with khe City of Fort Worth. 7he intentional ancElor knowing
�misrepresentation of facis is grounds for consideration of disqualificatEan and wi[I result in the f�id being considered
, non-res�onsive to specificatio�s.
G �
" Company Hame, Contact Name, Certified Specify AEl Contracting S�ecify A11 Items to be Dollar Amount
Address, and Telepf�one No. „ 5cope of Work (") 5upplied(�) ,�,�
� oa m v
. �: +- Q� c��
U
z x
�
.�RA�u�..�.so,�.s...������ � ��y,�cT � sr r� 37� c� � �
. . �,Ta� �,�.��1�s�Ma�....�.�v.�.....Q. �
. ��II _!Ypx .���--.I�.�o�K..t�_�.. �' ,
�
� ���ii) N�� o� �
_ �., ..!_dY�.rEc� __� 7�.3 ____ � 1 �R��cw SyST� /�' � I ; ll �. �'
; i' /�al.f��1#� ,��!%0 5 �A.Y.�:�.�...�....,. �
� .�.�._ Zoo�f W.,...�?��c.iTT �.
, ,.�,_ Gr��-��.,�.T�_ 7��Y 7 . �
�f�J�) 7g� �
�
� E,��:!�,�L�f�,A!_.-.as�l��. �p,.�.. �'
; �_ - ..w r��....._.�.�__.._._.�. �
�
� �. �! l�r _,...1�# �!.�l.lLr.E `.� �L _ �
L�
-- �_9.�f_.�'..�.�..�.:..�'z s' 3
E^ �� .,. ��9_7..��..s.�7.. �.. gS�s', - - � .�
�
�RK�-� �ar sTr�1P�,�.
/�.�. Srbi�4�d
w!':�ra sraPs
l�' �Sa�.�'
, �� M1WSEs must 6e lacated In the 9(nine} county marketplace or currently doing quslness in tt�e marketplace at the time of bid.
�, E
� J�') Specify al� areas in which MWBE's are to be utilized andlor fterns to be supplied:
{*) A comp�ete listing of items to be supplied fs required ln order to receive credlt toward the MlWBE goaE.
!.
I� �`*} Identif}I each 7ier level. Tier: Means the level of subcontracting below the prime contractorlconsulEant, I.e., a direct payment
� from the prime contractor to a sutacorttracfor is considered 15� tier, a payment by a sut�con#ractor to
its supplier is cansidered 2"d tier.
�� ��
t ��I
TH15 F'ORM MUST �E R�CEIVEb BY THE MANAGING DEPARiM�NT BY 5:00 p.m., FfVE (5) CITY BUSINESS bAYS AFi�R BID
OP�NING, EXCLUSIVE O� 7H� BID QPENING DAT�
Pages 1 and 2 of Attach�nent 1A must Eae received by the Managing Department
Rev. 6I2198
�,
� , '
�..
- (;I� Oi� �01� �01"�h
1�1Yinori�y and Women �us[nes� �nterprise Speci�icafions
f �� .
Company Name, Contact Name,
Address, and Tele�hone 1�0.
r� L fb GG �0��/�
..�-��}T!} e_
r r_. �z 7� �X.�►�Y..,1��......�. .�Ls.. � .,
. q
,..�.a.._�2�.��,,...�X �.rz z w..�,.a�.
� � .�..�.�'�.:� ^���__ �:3��_-= _ __�.
f
_ ...._._.�''..�y...T�..�......,��� C�.��,
, �. �n� _��_� ���....
��vitt S..s�.J�,,. �.....:�,.�'° � !�
� (gl%) Z4s-gF���
r
C,FN r,�.t,. _ s _,��;. � � �-
�- ..�.� �x zQ 7 �
_ ... f� 1�( 7 �P ��f � .,...,
d
Ly.� �....�&�._�-s' �.
r ,�! ii 3f7� � �.51�
f
�11l1��I�V�� UiiLl�►TfON
Certified Specify AlI Contracting Specify Al� Items to be
Q �? Scope o� Wqrk (ij S�pplfed(*)
V 00,, .
� �
� �_
�
�
�
�
�
3
N
�
�
�
�k� ��r-s
d�
a .v
N 1"
�,�
A7TACHMENT 1A
Page2of2
Dollar Amount
�g� : . b�
��� "��z,136 `.�
�S� `�r34'. Yu
-� he bidder furE�er agrees to pro�ide, directly fo the City upon request, complete and accurate information regarding
ctuaE work performed by a!I subcontractors, incfuding MBE(s) andlor WB�(s) arrangements suEsmittecf with t�is bid.
� I"he bidder� also agrees io allow an audit andlor examir�ation of any books, records and files held by their company that
i[I subsiantiate the actual work performed by �he MBE(s) andlor WB�(s} on this contract, E�y an au#harized officer or
' mployee of the City. Any intent[ona! andlor knowin� misrapresenfation ofi facts wil� be grounds for terminatiRg the
-.;ontract or debarment from City work for a period of nof less than ihree (3) years ar�d for initiating action �nder Federal,
� State or Loca1 laws concerning false statements. Any failure to compEy with this ordinance and creates a material
k reaci� of con�ract may eesult in a determination af an 9rres�ons9ble afferor anc! harr�� fr�m partic;pa#ing in Cit;� worlc
�-k�r a period of time not less #han one ('1) y�ar.
- ALL, MBE�an�B�s MUST B� C�RTIFI�D BY TH� CITY BEFORE CONTRACT AWARD
{-_ �• �' .
' �.�.� ���,.� 1� �1� c �
� - uthorize�atf� ure Printed SignatJre
�
�' ���� �� _ �
' itle � CQntact Name and Title (if different)
`TL� ���c�.E.' �- . %vU � � i 7 �' 7�' - � �i ��-.
� - ompany Name '
- ,�?G' l3�� �s��
Address
4���ti �.5��16�► _ � �
� =�itylStatelZip Code '
� .�
.�
�� � ��
�sr� �.� �r'iac�
��� �E7�t3a.,� �K1-r
Tele�hone Number (s)
� a'� �'� yl �-�z��-
�ax N�mber
�_ `�3� � �
Date - -
THlS FORM MUST gE FtECEIVED BY THE MAHAG[NG DEPARTM�NT BY 5:00 p.m., FIVE (5) CITY 6USINESS �AYS AFTER BID
OPENING, EXCLUSNE OF THE S1D OPENING pAT�
Pages 1 and 2 of Attachment 1 A must be received by the Managir�g Department
Rev. 612138
Cit�+ o� F��t ��r��
�U�LDIN� � �OI���I�U�ii�N ���4D��
�rerr�ilin� l�Va�� ��t�s I��r 20�0
�L�S�i���AT�ON�
�►ir �anditioning Mechanic
Air Conditioning iViechanic Helper
Acoustic Ceiling Instal[er
Ac�nustic Ceiling Insfial[er �elper
As�estos Worker
�rick[ay+erlStone Masan
BricklayerlStone Mason Helper
�arpenter
Carpenter Helper
Concre�e Finisher
Concrete �'inisher Helper
�oncrete Form �uilder
�oncrete �orm �uilder F�elper
�rywall Taper
�rywa�l iaper �lelper
�lectrician Journeyman
�lec�rician Helper
Electronic �'echnician
�lecfironic `Techn�cian Helper
Floor �ayer (Carpet}
Floor Layer (Resilient)
�Ioor Layer Helper
Glazie�
�lazier Helper-
Insu�afior �
insufa�o� i�elper
Laborer Gommon
Laborer Skil�ed
�aiher
�ather F�elper
Nietal �ui�ding Assembler
"saurce is Fart Warth Chapter
Associated Ganerai Contractors
07J14I2000
�
*�000
H�U�l�Y
�i�s
$ 15.98
$ 10.�5
� 14.02
$ 10.88
$ 1 �.�0
$ � 7.21
� � 0.16
$ 13,92
$ 10.38
$ 12.68
$ 9.i3
$ 1�.97
$ 9.42
$ 1'I,33
� s.00--
$ 17.45
$ 11.30
$ 1 �.50
� 8.5Q
� 17.a0
$ 16.00
$ 13.5�
$ 1 �.02
$ 10.90
$ � �.04
$ 9.40
$ 7.��
$ 10.35
$ � 4:00
$ � 1.D0
$ "� 0.00
1
�Metal Bui�ding Assembler Helper �
f f'ainter
Painter Helper
Pipefitte�-
�ipeftfer belper �
P�aste�e�
, 1 Piasterer helper
� P�umber �
� �iurnber Welper
j Fiein�orcing S�eel Setter
Roofer
Rvofer Helper
��hee� Metal Wor[�er
Shee� iVletal Worker �lelper
_ �heetroc� Hanger
Shee��ock Fr�anger Helper
Sprinkler System insfialler
Sprinkler System [nsta�ler Helper
S�eel Worker Structural
S�ee; .Worker �tructural Helper
Welder
Vllelder �ielper �
�IE�!!Y �Q�I���R� I' ���i�i���
C�ane, Cl�m�hell, ��ckhoe, �er�ic�, Dr�gline, �hovel
For�slift �perator �
�oundation �rill �p�rator ,
�ront �nd Loade� �perator
�ruck �river
'Source is Fort Worth Chapter
Associated General Contractor�
az��a�aaoo
$ �,YO
$ � �,�3
$ 8.3�
$ 17.60
$ 10.1$
$ 16.0�
$ � 11.00
$ 16.9�
$ 9.75
$ � 0.40
$ 1 � .8�'
$ 8.33
$ � 4,4�
$ 9.5�
� 9 2.�5
$ 9.64
$ 16.87
� �o.��
� � 1.36
$ 8.80
$ 14.70
$ 11.7�
$ 12.50
$ 9.63 �
- � � �,00
�� � 'l .22
$ 1 �.31
2
,
- - �it� �� �'v� �o�h
HI�HIIVAY {He��) ��N��RU��ION
- --�re��ilir�� ���� Ra��s ��� 2�0�
m
�L���I�l��`Tl�N�
Asphai� f�aker , . �
A►sphaffi Shov�jer
Batching �lant �Illeigher
Carpenter (Rough}
Concrete �inisher-Paving
Concrete Finisher Helper (Paving)
Concrete �inisher-Structures �
Flagger -
�'orm �uiide��Struc�ures
Form Setter�Paving & Curbs
Form Setter�Structures
�aborer-Gommon
Laborer�Utility
Mechanic
Servicer
Pipe �aye�
Pipe Layer He�per
Aspha�t �istributor Operator
Rsphalf Paving �Ilachine �perator�
Concrete Paving 5aw
Crane, Clamshefl, �ackhoe, ��rr�cl�, Dragline,
Shovel (� � 112 CY}
Crane, Clamshell, �ackhoe, �errick, Dtagline,
Shovel" (� "I 112 CY) -
Front �nd Loader (� 112 CY & less}
�'ront �nd �oader (ove� � �12 CY) �
Miiling Machine Operator
Mixer
Motor Grader Operator (�ine Grade)
Moto� �rader Operafior
Pavement i111arking R�iachine
Roller, S�eel Wheel P�ant�Mix �avements
�`2000
H�URLI�
����
_� ._. � 0.3�
$ 9.75_
$ 9.65
$ 13.64
$ 1�D.�6
$ 9.70
$ � 3.44
$ 7.D0
$ "� 3.44
$ � 1 D.25
$ 9.l�
� 7.s4
$ 8.64
$ 13.25
$ 10.13
$ 1.3�
$ 6.75
$ 'i 1.4�
$ 1'1.09
$ 10.53
$ 10.00
$ 11.�2
$ 9.94
$ 9.32
$ 8.00
$ 11.00
$ � �.3�1
$ 13.75
� 1 �.�0
$ 9.8�
Snurce is AGC of 7ex�s
(Hwy, Hvy, UGIftles fndustrial Branch)
$12812UO2 � �
Roller, Steel Wheel Other �latwheel or Tamping $
Roller, Pneumatic, Self-Propelled Scraper $
�raveling Mixer ,� $
�?�inforcing Steel Setter (Pavtng) $
iruck �riverpSingle Axle (Light) $
�ruck Dri�erdiandem P�c�e SemipTrailer $
�ruck �ri�er-Lawboy/l�loat $
�ruc�C Driver-iransifi iVlix $
iruck Driver-Vllinch $
Saurce is AGC of Texas
(Flwy, Hvy, Utili�es Industrial Branch}
srzsr�ooz
1�.12
$.02
� o.00
9,75
8.00
'10.��
1 �.54
1 D.63 �
9.50
2
WEATHER TABLE
MONTH
7ANUARY
FEBRUARY
MAkCH
' �x�
MAY
7IJNE
NLY
AUGUST .
SEFTEMBER
OCTOBER
NOVEIdIBER
DECEMBER
AVERAGE DAYS
RATNFALL (1)
�
�
7
9
8.
6
5
5
7
6
6
7
INCHES
R.A]NFALL (2)
1.SD
z.�s
2.54
4.3�
4.4`�
3.Q�
1.84
z.zs
3.I.5
2.68
2.n3
1.52
SNDW/SCE
PELLETS (3�
1
*
*
a
0
0
0.
0
0
0
U
�
ANNUALLY 8Q 32.3 p X
Y
(i} Average nozmal numher of days rainfall, O.al" or more.
(2) Avezage normal precipitation.
{3} One inch (1") or more. � .
# Less thaa on�-half inch (].!2").
L]nseasonable vveather is defined for contract purposes as rainlsnow days wl�ich exeeed the average number
❑f days or iaaches of rainfali in any given mon,th. .
This table is based an i�z�fozmation recorded at #he £ormer Greater Sauth�cvest Internationa.l Ai�Part, �'°�
W�rt� Texas, covering a period of 18 years. Latitude 32° SD' N, Langitude 97° 03` W, elevation (gra�nd)
537 �t. � . .
VENDOR COMPL�ANCE TO STATE LAW
Th.e l 98S Session of the Texas Legislature passed House Bi11624 z'elative to the award of contracis to
non-resident bidders. This law pravides that, in order to be awarded a contract as 1ow bzdder, non-
resident bidders (out-o%state contractors whose corparate offices or principal place af business ar�
outside of the State ofTexas) bid projects for construction, improvements, supplzes or services in Texas at
an arnount lower than the lowest Texas ;resident bidder by the sam� amount that a Texas resident bidder
would be rec}uired to underbid a nan-resident bidder in arder to obtain a comparable contract in the State
in rn�hich the nan-resident's principal place of business is �ocated. The appropriate blanks in �ection A
rnust be filled out by all out-of-state or non-resident bidders in order far your bid to meet specifications.
The failu�re of out-of-state or non-resident contractors to do so �vill automatically disqualify that bidder.
Resident t�idders must che�k the box in Sectian B.
A. � Non-resider�t vendors in {give state}, aur principal place of business, are required to
be percent lower than resident bidders �y state law. A copy of the stafiute is
attached.
,
Non-resident vendors in (give state}, our prir�cipal piace of business, are not required
to underbid reside�t bidders.
, B. Our principal place of business or corporate offices are irn the State o� Texas.
� Please Check oz mark with an"X"
BIDDER:
,�
, : (please printj
, (please print)
- (please �rint)
� � City / State
�,
By: Company
Signature:
Title:
Zip
THIS FORM MUST BE RETURNED WITH YOUR OUOTATICSN
,
VEND�R COMPLIANCE TO STATE LAW
CORlTRACTOR COMPI�IAAlC� WlTF�
WORK��S' CONfP�NS�ATlON �i4W
Pursuant ta V.T.C.A. Labor Code �406.96 (2000), as amended, Contractor cer�ifies that
it provides workers' compensation insurance co�erage for a!I of its employees employed
on City of Fort Worth Department of Engineering No. and City af Fort
Worth Praject No. .
CONTRACTOR
By:
Name:
Title:
Date:
STATE OF TEXAS §
§
� COUNTY �F TARRANT - §
Befare me, the unders9gned authority, on� this day personally appeared
; known to me ta ba the person whose name �s subscribed to the
foregaing instrument, and acknovuledged to me that he executed the same as the act
and deed of fiar the purposes and
consideratian therein expressed and in tF�e capacity th�rein stated.
Given Under My Hand and Seal of Office this day of . 20
Notary Public in and for the 5tate of
Texas
�� u�r��L� ���i�����1��b \�������
���su�� �o �ex�s VlTorke�'s Co�mpensatiom ����ssi�n Ru�e 1 ��.114(d)�7�, �
c�r�t�act�r e�rngaged ina a. ����di�ag o� c��s�rruc�i�ra p���pect fo� a g�ve��.e�t e�.tnty y�
�eq�i�ed �o post a m�.otice �m e�cl� p���ec� sn�� i�nfo�x�i�.g ��� �erson�s p�ovndi�g s�rv�c�s
��a ��.e p���ect �1��.� �ey a�e �eq��nyed� �� be cove�e� �y w��l�exs' ��r�pe�sa��o�a xnsu���.c�.
T`�e m�tice x�q�ixed 1by tl�is rwale do�s �aat satisfy o����� �pas���g ����.n�e�e�a�s nr�posed �y
t%e '�'exas W�rkers' �orm�p�r�s����m 1��� or ���er �o�iss��m ��es. �'I�15 Il1�$1C� I�i1�S�:
(1} b� �oste� �n �Erng�Ash, Spa��s�� �.r�dl a�.y ���e� �amg�age cor��xa�� �� �e e�np�oye�'s
en�a�loyee �opa�l�tio�;
�2) be cl�s��aye� o� e�c� p�-�jec� sn��;
�3) s��� h.ow a p��so� �ay v�rify ca��r�mt �ove�ag� �r�d� ��po�� f�.n�a��e �o provid��
c�verage;
(4) �be �a�im�e�. witl� a �it�e �x� a� 1eas� 3�-�o�r�t �bo�� ty�e ��i �ex� �n at ��a.st �9-��ian�
����na� ty�e; a.�d
�5) cor���i� ��e ex�c� w��d.s �.s �pr�s��ibed i�i l�u�� 11�.1� l��d��7) w����w.� a.dc�n�n�ma.1
wo�ds �r cl��ges.
'�'�e r���ice or� �lae �eve�se sAde �ee�s t%e above �ec��irera��ra�s. ]Fa�a��e to post �e �otnce as �eq�i�ed by
�is n�.ie �s � viola.�ior� o� �e Ac� a�d eo�ssian �.�es. '�`I�e vg�flator �a.y be s��bjec� to �d�st�a��ve
�e�alties.
i*r � �r ' 1 I, � - I�. � �i � ,
�-' �
�� e �����
`���e ��.vU requixes �h�.t eac� �oe�s�n ������g o� ��is sn�e o� �r�vi�i�.g
sex-�ices xe�at�� �o t��s co�st�.��n�n pr�� �c� r��st �b� .�ove�e� by wo�ke�s°
� ��rx�.p��s�.���n ��s�.r�.n�e. T'r11S � 111C��AC�eS �77��5��5 ��OiT1a.111�, �a��i�.g, o�
�.el�v����.g e��.i�r�e�t o� rm��e���.�s, oY �rovxding l�.bo� or t��.1�.spo�'c�.ti�n o�
o�he� se����� �e1�.�ed�. �o �1�e ����e��, �eg�.rdl�ess of ��.e i�l�r���� of ��.eix�
e���oyer o�c si�.t�.s �.s a� e�p�oye�.
���1 t�h.� T�x�� Wo�'1�e�s 9���.��r�s�.�io� �o�.iss�o� a.� 5��-4�4�w3'��9
�o rece�.ve ir�for�at�o�. o� �1�e ��gal �e��i�er����. f�r c��r��a.g�, t� ve��fy
vvY�e�.�er yo�r �m.��oyer 1�as pro��ded t1�e xec���r�d �ove���e, or �o �e�ox�.
� �nnp�oy�r ° s ��.il�x�� to p�ov�de �o�er�.g� .
� ' ': ' �' , �' '� - ' '= - -1 `_ �1�
..>
� ,� � ' ' ' _ ,� � ' -� - ' - -' ► -� ► . - -� �, -� > >
�La. l�y r���iere ��n� c�d��. �e�s��� �xabaj ��o en �ste s�tio o�p�o�o���ona.
s�rvic�os .�elac�.on���os con� �s�e pr�y�ct� �e c�r�str�cc�o� �ne�e que est�.r
c�bie�t� ox �.seg��c��. c�� ��r����saci�� �p�.r�. ��a.b�.j�.�.��es. �Est�
p .
i�.�la�y� ��rs��as c�ue pr�9popc�on�.r�, �axg�.�, �x���'e�� e���po �
��.�:�ri��es � pxop��cnor��x� ��.�o �� o��r�., t��sport�, o c�alqu����
se������ �'��acxo��dlo co� es�� pr�y�ct�, s��. co�s�de�a� �la ��le�t�d�ad �.��
���.��r� � �st��o ��1 en�p�e�.�o.
L.1a�.n� a�a �o���i�� �'ej�.n:�. d� Co�pen�s��iorn p�.��. Tx�.�b�.�a.dor�s a1
512-4�40-378� pa�c� r�c�b�� �i�o�m�.c�o� �� ��s �eq���nnaier��os �eg��es de
�o1be��ra, ��� �re�i��ca.r si s� patro� l� h�. propo��c�or��.d�o l�. c�lb�rt�.�a.
re�ue�i��. � par�. rep�rt�.r f�.���. ��� p�.�x�� e� ����o�c�omar�e co��rta�
TECHNkCAL SP�C1FlCAT10NS
DIVISION 1 � GEN�RAL REQUIREIVIEN�S
SECTION 01'C00 m SUMMARY OF WORK
The Cantractar shall supply a1l superintendence and shalf perform all work and �urnish all labor,
equipment, materials and incidentals necessary and complate all work as described in the plans
and specificatians. All construcf�an and other work shall be don� by the Contractor in
accordance wiih the best engineering and canstructian practices for the skill or trade involved.
The work to be accamplish�d under these �fans and specifications for: Far Norfih Cammunity
Park Phase II (Mapsco No. 36d�!} i�cludes:
Erosion control, siorm drainage, site grading, aspha[t pa�'rng, �urbing, baseball
, fiefd, in�line hockey rin�, fencing, wal�cs, grassing antt parLt amenities as per
construction documents.
These plans and specificatians were prepared by Carter & Burgess, Inc. The Department af
Engineering will administer the cantract and furnis� inspection.
In addifian to project perFormance siated above, the Contractor shall alsa be respor�sible far:
1. Setting all project layaut dimensians and final finisfi� grade ele�ations in accordance fo
plans. A11 such survey work shal{ be performed by a Registered 5urveyor in the State of
Texas and verification pro�ided to tF�� City that st�ch survey work complies to plans and
specification5.
2. Attend all projeci progress meetings as sci�e�uled by the City and pro�ide updated project
sch�dules withir� 3 working days upon request by the City.
The applicable items contained in the Standard Soecifications for Street and Storm Drain
Construction for the City of Fort Worth, Texas, shalf apply to this contraci jusf as though each
were incorporated in these documents. Where the �rovisions or specifications contained in
those docum�nts are contrary to t�is publication, this publication shall govern. �n case of
conflict between plans and specifications, the plans shall govern. A copy of tf�e 5tandard
- Specifications for Street and 5torm Drain Construction can be purchased at fhe office of #he
" Transportation and Public Works ❑epartment , 1400 Throckmorton Street, 2nd Floor, Municipal
, Building, Fort Warth, Texas.
- The Contracfor shal! provide al1 permits and licenses and pay all charges and fees, and give all
notEces necessary and incid�ntal ta t�e due and lawful prosecution of tY�e work. The Contracfor
shall contact the Cify of Fort Wor�h's Deve[opment�Plans Exam Section far a determination of
; applicable permits or variances required for this project.
C&B �1 � 452 —1 —
8f22142 Issued for Bids General Requirements
SECTION 0113� � CONTRAG7 iIM�
1.01 PROGRESS AND G�MPLETION
Upon receipt of a notification le#ter and the executed construc�ian contract, the
Cor�tractor shall be responsibie for scf�edulin� a preconstruction conference, which shall
be held no later than ten working days from the date of the notificafion letier.
At the timE af the preeonstr�ction conference , a construction start dafe shall be
estab{ished and indicated in the Notice to Proceed (Work Order) issued by the
Engineering Department. The Confractor sna11 begin the wark to be performed under
the contract on or befiore ten working days from the date the Work Order is issued. The
Contractar shall carry f�e work farward expeditiously with adequate forces and shafl
complete it within the period of time stipulated in tne contract.
1.02 LIQUIDATED. DAMAGES
This project wifl be compfeted within the specified days a�lowed. L.iquidated damages
will be assessed if the project runs over the allotted time.
SECYIOi� 0'i 140 o ALiERNA'i"IVES
The City reserves th►e right to abandan, without obligation to the contractar, any part of the
project (subject to cor�ditions set for�h in Section 01150 - Payment to Contractor) or the entire
project at any time before the Contractor begins any construction work auihorized by the City.
SEC�10N 01150 � PAYMENT YO CONT�tACTOR
1.�9 SCOPE OF PAYMENT: The Contractor shall accept the compensation as provided in
the contract in full payment for furnishing and paying fa� all materials, supplies,
subcontracts, labor, tools and equipment necessary to complete the work of the
contract; for any foss ar damage which may arise from the nature of the work from the
action ofi the elements, or from any unforeseen difficulty which may be encfluntered in
the prosecutian of the work, until the final acceptance of the work by the City; for all
ris�Cs of every description connect�d with the prosecution of the work; for a1l expenses
and damages which might accrue to the Contractor by reason ofi d�{ay in the initiation
and prosecution of the wark from any cause whatsoever; for any infringement of
, patent, trad�mark or copyright, and for completing the work according to the plans
andlor specificatians. The payment of any current or partial estEmate shall in no way
affec# the of�ligations of the Contractor to rep�air ar remove, at his own expense, the
defecti�e parts of fhe construction or to replace any defective materiafs used in the
' construction, and to be responsible'for all damages due to such defects if such defects
• or damages arE discovered on or before the final inspection and acceptance of the
work.
1.02 Partial pay estimates shall be submitted by the Contractar or prepared by the City on
t�e 1st day and 15th day of each mon#� that the work is in pragress. �stimates will be
� paid within 25 days following the end of the�estimate periad, less the appropriate
retaEnage as sef out below. Partial pay estimates may include acceptable
nanperishable materials delivered #a the work place which are to be incorporat�d info
C&B 011452 — 2 —
� 8122102 Issued for Bids Genera! Requirements
the vuork as a permanent part thereof, but which at the tim� of if�e.pay estimate have
not been so installed. if such materials are included within a pay estima#e, payment
shaH be based upon 85% nf the net invoice value the�eof. The Cor��ractar will furnish
the Engineer such information as may be reasonably requested t� aid in the
verifiication or tne preparation of the pay �siimate.
9.03 If is ur�derstood that the partial pay estimate amounts wiil be appraximate oniy, and all
partial pay estimates and payment of same will be s�bject to correction in the estimate
rendered following the discovery af the mistaf�e in any previnus est�mate_ Paym�nt of
any partial pay �stimates shall not be an admissidn on the part of tf�e Ov�ner of the
amount of work done ar of its quality or sufficiency or as an acceptance of the wark
done; nor shall same release the Contractor ot any of its responsibilities under th�
Contracf Documents.
,1.04 The City reserves the right to withhold ti�e paymeni of any partial estimate if the
Contractar fails to perform the work in strict accordance with the speci�cations or other
provisions of this Contract.
� 1.05 For cQntracts of less than $�400,OQU at the time of ex�cution, retainage sha11 b� 10
percent. �or contracts of $40D,OOD or more at tne time o# execution, retainage
shall be 5 percenf.
, 1.06 Contractor shall pay subcontractors in accord with the subcontract agreernent withir�
five business days after r�ceipt by Cantractor of �he payment by City. Confractor`s
� failure to make th� r�quired payment to subcontractors wi11 authorize the City ta
withhold future payments from the Co�tractor until compliance wfth this paragraph is
� accomplished.
. 1.07 Contractor ��reby assigns to Cify any and all claims far avercharges associated with
this co�tract whicY� arise under the antiirust laws of the United States, '[ 5 U.S.C.A. Sec.
. 1 et se (1973}.
1.08 INCREASED OR DECREASED QUANTiTIES:_ The Owner reserves the right to alter th�
quantities of fhe work to be perfarmed or to extend or sF�orten the impro�ements at any
time when and as faund to be necessary, and tFre Ca�tractor shall perform the work as
. altered, increased ar decr�as�d at �he unit prices. Sucn increased or decreased
quantity shall not be more than 2� percent of the contempla�ed qua�tity of such iiem or
' items. When such changes increase or decrease the original quantity of any item or
, items of work to be cione or materials ta be furnished by the 25 �ercent or more, then
ei#her party �o th� contract shall upon written request io the other party be entitfed to a
r�vised considerati�n upon that portion of the work abave or below fhe 25 percent of the
arigina! quantity stated in the proposal; such revised con�ideratifln to be determined �y
� special agreement or as hereinafter pro�ided for "Extra Work." No allowance will be
� made for any changes ir� anticipated profits nor shall suci� changes be considered as
waiving c�r invalidating any conditians or provisions o# the Contract Dacuments.
1.09 PAYMENT FOR EXTRA WORK: Extra wflrk�pertormEd by the Contractor, that is
authorize� and appraved by �he City Engin��r, will be paid for under "Change orders°
�' made in the man�er hereinafter described, a�d i�e campensation thus pravided shall �e
, accepted by the Contractor as payment in full for all labor, subcontracts, materiais, taols,
equipment and incid�ntals, and for all supervision, ins�rance, bonds and all other
� c&aa�1452 -a-
8122102 Issued for Bids General Requiremenis
expense ofi whatever nature incurre� in the prasecution af the �xtra work. Payment.for
extra wor�C wi11 be made under one of the following types af "Change orders" ta be
selec�ed by the City:
A. Method "A". By unit prices agreed upon in tF�e canfract ar in writing by the
Contractor and City Engineer and appraved by th� City Counc�l be#ore said extra
work is commenced subject to all other conditions of the con�ract.
B. Metf�od "B". By a lump sum price agreed upon in writing by the Contractor and
City Engineer and approved by the City Council befar� said e�ra wor�C is
commenced, subject to all ofher condi#ions of fhe contract.
C. Method "C". By actual field cast of the work, plus 15 �ercent as described herein
below, agreed upan in writing by the Contractor and City Enginee� and approved
by the City Cauncil after said e�ctra work is cvmpleted, sub3ect to al1 o#her
conditions af the contract.
!n the event extra work is to �e performed and paid far under Methad "G", the actual
field casis of the work will include the cost of alE workmen, foremen, timekeepers,
mechanics a�d labor�rs wflrking on said project; all �sed on sucn extra work only,
plt�s all power, fuel, lubricants, waier and similar operating expenses; and a ratable
proportian of �remiums on performance and payment bonds, public liability,
workmen's compensatian and all other insurance required by faw or ordinance. The
City Engineer wiH direct tha form in which the accounts af actual field cast will be
kept and will recommend in writing the method of doing the work and the type and
kind of equipment t� be used, but such extra work will be performed by the
Contractar as an ir�dependenf contractor and not as an agenk or employee of t�e
City.
The 15 percent of the acfual field cost ta be paid the Contractor shafl caver and
compensate him far pro�it, overhead, general supervisian a�d field office ex�ense,
and all other elements af cost and expense n�t embraced withEn the actual field cost
as herein specified.
The Contractor sha11 gi�e the City Enginser access to a11 accounfs, bills, invoices and
, vouch�rs relating thereto. �
' 1.10 D�LAYS: If delay is caused by specific orders given by the City to stop work, or by the
,, performance of extra work, or by the failure ofi ihe City to pravide material or necessary
� ins�ructians for carrying on the work, then such delay will entitle the Contractor to an
equivalent extension of time, his applicatian for w�ich shall, however, be subject to the
�, appraval of the Ci#y Cauncif; no such extension of time shall release th� Contractor or
fhe surety bn his perFormance �and from ali his obligations hereunder which si�all remain
� in full fflrce until the discharge of the contract.
'' 1.11 CLAIMS AND DAMAGES: Any claims for extra work or f�r any other related matter or
cause rnust be made in writing to the Cit� Engineer within seven calendar days from and
after the cause or claim arises. Unless such claim is so presented, it sF�all be held that
� th� Contractor has wai�ed the claim, and he shall not be entitled to receive pay khereaf.
.�
f C&B 011452 — 4 —
� 8122IQ2 Issued for Bids General Requirements
1.12 TRANSPORTATION: No allowance or de�uction will be made for any charge of freight
rates, No allowance for transportation of inen, materials or equipment will be allov�ed.
1.13 ACCEPTANC� AND FINAL PAYMENT: The City, upan receipt of the Director's
"Certificate of Completion" and "Finai Estimate" and upon rec�ipt of satisfactory
evidence from the Contrac�or that all subcant�actors and persons furnishing labor or
materials have been paid in full and all claims of damages to proper�y or persons
because of the carrying an of this work have been resol�ed, or the claims dismissed or
the issu�s joined, shall certify the estimate for final payment after previous }�ayments
have been deducted and sha11 notify the Contractor and his surety af the acceptance of
t�e project.
4n projecfs divided into two or more units, the Contractor rnay request a final payment
on one or more units which have been corr�pfeted and accepted.
� On delivery of the final payment, the Contractor shall sign a written acceptance of the
�• final estimate as paymgnt in full for the work done. All prior partial �stimates shall be
subject to correc�ion in the final estimate and payment.
The project shall be deemed accepted by the City of Fort Warth as of the date #hat the
final punch list has been completed, as ev9denced by a written statement signed by both
the contractor and the City. The warranty period shall begin as of the date that the final
punch list has been completed.
S�CTI�IV 01300 - SUBMl1�ALS
, Prior ta canstruction, the Contractor shall furnish the Parks and Commt�nity Services
- Department a schedule outlining th� anticipated time each phase of construction wil! begin and
b� completed, including sufFicient time far turf es�ablishment (if applicable) and project clea�-up.
The Contractar shall submit to the Project Manager shop drawings, product data and samples
required in specification sections. R�fer ta S�ctior� 09840 — 9.02.
SEGTI�AI 014U0 � QUALIiY CONTROL
The Contractar wifl receive all instructions and approvafs fro�n the Director of Engineering
andlor his assigned ins�ectors. The inspectar will be introduceci to th� contracfor prior ta
beginning work. Any work done at the direction of any other authority will nat be accepte� or
pai� for. Final approval fior fhe finished project shall b� given �y the Director of Engineering,
City of Fort Worth.
The Contractor or a campetent and reliable superintendent shall oversee the work at all times.
The superintendent shall represent the Contractor in his absence and ali directions given to him
shal! be binding as if given to #he Contracto�.
C&B 011452 — 5 —
8/22102 issued far Bids General fiequirements
SECiION U1490 � T�STlNC
All tests made by the festing labaratory selected by the City wi[l be paid for by the City. In the
event manufacturing certificates are requested, th�y shall be paid for by the Contractor.
SECTION 0'150D W TEIItiPORARY FACILITI�S AND COIVTROLS
� The Cantractor shakl take all precautions necessary to protect all existing trees, shrubhery,
sidewalks, buildings, vehicles, utilities, etc., in the area whsr� tne work is being done. The
Contractor shall rebuild, restore, and make good at his Qwn expense all injury and damage to
,, same which may result from work being carried out under this contract.
' The utility lines and canduits shown on th� plans are for informatian only and are nat
, guaranteed by the Owner to be accurate as to locafion and depth; tF�ey are shown on the plans
� as tf�e best information available from the owners of the utilities invalved and firom evEdences
faund on the gra�and. The Cantractor shall determine the exact locatian of alf existing uiilities
and conduct his work to �reve�t interruption of service ar damages.
SAFETY RESTRICTIONS � WORK NEAR HIGF; VOLYAGE L.INES
' A warning sign not less than five inches by seven inches, painted yellaw with black iatters that
are leg�ble at twelve fee#, shall be placed inside and outside vehicles such as cranes, derricks,
pawer shovek, drilling rigs, pile dri�ers, hoisting equipment or similar machinery. The warning
sign shall read as follows:
"WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT
WITHIN SlX FEET OF HIGH�VQLTAGE LINES."
Eq�tipment that may be operated within six feet of high voltage lines shall f�ave an 9nsulating
cage-type guard a�out the baorn or arm, except baclthoes or dippers, and insulator links on t�e
lift haod connections.
When necessary fo wark within six feet of high valtage electric lines, ihe Cantractor shall notify
power company (TU Electric or the appropriate paw�r supplier) ta erect temporary mechanical
barriers, de-energize tha line, or raise or lower the line. The contractor shall maintain a lag of all
such correspondence. TF�e Contractor is respo�sible for a!I casts incurred.
c&B a��4s2 -s-
8122102 Issued for Bids General Requirements
SECTION 01G40 � SUBSI"ITUTIONS AND PR4DUCT OPTfONS
1.�1 GENERAL
Send submittals for substitutians to:
�ric Seebac�, Projecf Manager (81�) 8�1-�742
Parks and Community Services Deparfinent
, �}20p S. Freeway Suite 2200
For� Worth, Texas 76115-1499
1.02 PRODLiCTS L15T
A. Within five (5} Working Days after commencement ofi work, the Contractor shall
,, , submit to the Project Manager two (2} cop9es of complete list of all specift�d
' products and submittals for review and approval.
B. Ta�ulate lisi by each specification section.
C. Far products specified under reference standards, ir�clude with listing of each
product:
., 1. Name and adclress of manufacturer
2. Trade name
�� 3. Model or eatalog designation
; 4. Manufac#ur�r's data
a. Performance an� test data
- b. Reference standards
D. Specified material shall �rot be ordered by the Contractor until such time praduct
material submittals have been received, re�iewed and approved by the project
eonsulta�t and I or City.
1.03 CONTRACTOR'S OPTIONS
A. For pro�ucts specified onfy by reference standards, sekect any �roduct wnich
meets such standards from any manufacturer.
B. Far products specified by naming severaf produets or manufacturers, select any
product and manufacturer named.
C. For praducts specified �y naming ane or mare products, the Cantractor must
submit request, as required for substitution, for ar�y prflduct not specifically
named.
� 1.04 SUBSTITUTIONS
� A. During bidding, the Praject Manager will consider written requests from Prime
Bidders oni {bidders submittEr�g Bid Proposals for fhe construction of al1 wark) for
` substitutions which are received at least ten (1 D) Working �ays prior io bid date;
requests received after that fime will not be considered.
�
C&B 011452 � 7 —
` 8122102 Issued for Bids General Requirements
B. Within thirty (30} calendar days after date of Contract execuiion, the Project
Manager will consider formal requests from Cantractor for substituiion of products
in place of tnose specifieci.
C. Submit two (2) capies of request for substitution. Include in request:
1. Camplete data substantiating campliance of proposed substitution with
Can#�act Documen#s.
2. For products:
a. Product identificatian, including manufacturer's name and addr�ss.
b. Manufacturer's literature:
(1) Product description
(2) PerFormance and test data
(3} Referenc� standards
c. Samples, �f required.
, , d. Name and address of similar projects an which product was used, and
date of installation.
D. In making request for substitution, the Prime Bidder 1 Contractar represents:
1. That the Prime Bidder 1 Contractor has personal[y investigated proposed
, - product or method, and determined that it is equal or superior in all respects ta
that specified.
` 2. That the Prime bidder 1 Contractor will provide the same guarantee (or better}
, for substituted product or method specified.
3. Thaf the Prime Bidder 1 Contractor will coordinate installation of accepted
� substitution inta wark, making such changes as may be required for work ta �e
� complete in all respects.
4. That the Prime Bidder 1 Contractor waives all ckaims for additional costs
related to substitution whic� consequently become apparent.
E. Substitutions wili not be considered if:
1. They are indicated or implied on shop drawings or project dafa submittals
without formaf request submitted in accord with Paragraph 1.04.
, 2. Acceptance wili require substantial revision of Contract D�cuments.
F. 5hould the Contractor install any maferiaf and 1 or equipmenf which is
non-specified, failed tv sut�mit the appropriate subr�Ettals for review and
�did not recei�e approval from the City priar to installatian, a11 such material
and 1 or equipment shall be removed by fhe Confractor and install spec�fied
equipmenf and I or material at no additianal expense to the City. .
C&B 011452 — g --
8/22102 Issued for Bids General Requirements
SEC710N 01740 � �ROJECT CLOSEOUi
1.0� CLEANING
The Contractor sha11 make final clean-up of the construction area, to the satisfaction af
the Parks and Comrnunity Services pepartment, as soon as construction in that ar�a is
completed. Clean-up shall include removal of all construction maferials, pieces of
conc�ete, equiprnent andlor ather rubbish. No more #han five (5) days si�all elapse after
the completion of canstruction befflre the area is cleanecl. 5�tr�lus materiais sf�all be
disposed of by the Cantracior, at this own expense, and as directed by the Parks and
Community Services Department. Cleanir�g of equipment by Contraciar or
Subcontraetor, such equipment as cement mixers, ready-m�x iruc�cs, toois, efc., shall
take �lace in an area d�signated by the Parks and Community Services Depar�ment.
,1.02 WARRANTY
The Contractar shall be respansible #ar defects in this project due to faulfy workmanship
or materials, or both, for a periad of one (1)-year from the date that the final punch list
has besn campleted. Refier io Sectian �1150-Payment To Contractor — 1.� 31
Acceptance And Final Payment. The Contractor will be requ�red to replace, at his own
expense, any part, or all, ofi this proj�ct which becames defecti�� ciue ta these causes.
SECTION 01800 e CONTRACYOR'S R�SPOiVSIB1LITY FOR DAMAGE CLAIIV�S
Contractor covenants and agrees to indemnify City`s engineer and arch�tect, and their personne!
� at the project site far contractor's sole negligence. In addifion, Contractor cov�nants and agrees
� ta indemnify, hold harmless and defend, at its Qwn expense, the Owner, its officers, servants
and �m�loyees, from and against any an� all claims nr suits for property 1oss, property damage,
personal injury, including death, arising out of, or alleged ta arise auf of, the work and services
. ta be performed hereunder by Contractor, its �fficers, ager�ts, employees, subc�ntractors,
licensees or invitees, whether or not an� such iniurv� damaqe or de�th is caused, in whole
' or in part, by the ngqliqence or alleqed neq{iqence a� Owner, its officers, s�r�ants or
, employ�es. Contractor likewise covena�ts and agrees to indemnify and Y�old harmless the
. Owner from and against any and all injuries to Owner's officers, servants and er�-iployees and
� any damage, lass or clestruction to praperty of the Owner arising from the pertormance af any of
the terms and conditions of this Confract, whefher ar not an� such iniury ar damaqe is
' caused in whole or in Aart bv the nealiaence or alleaed nealipence ofi Owner, i#s officers,
servants or emt�lovees.
]n tf�e event Owner r�ceives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Cont�acfo� either (a)
submits to Owner satisfactory �vid�nce that the claim has been settled andbr a release fram
the claimant involv�d, or {b) pro�ides Owner with a letter #rom Contractar's liability insurance
carrier that the cfaim has been referred to the insurance carrier.
The Directar may, if he deems apprapria#e, refuse to accept bids on any other City of Fort Warth
public work fram a Contrac�ar against wham a claim for dama�es is outstanding as a result of
work perfarmed under a City Contract. ,
�N� OF �NiSIDN
C&� Q11452 —S—
8122102 Issued for Bids General Requirements
SECTION 02200
SIT� PREPARATION
PART 1 - GENERAL
1.01 SCOPE: Work in khis section includes fumishing a!! labor, materials, eauipment and services
required far elearing and grubbing, demolition, and removal and disposal of items as s�ecified
herein and an the plans.
1.02 RELATED W�RK SPECIFiED ELSEWHERE:
A. Section 02300 - Earthwork
PRRT 2 — PRODUCTS
2.01 No products are re�uir�d to execut� this wark, except as ihe Contractor may deem necessary.
PART 3 — EXECUTION
3.01 CLEARWG AND GRUBBING:
A. Clearing and grubbing shall cor�sist of remaving all natural and artificial abjec#ionable
materials from the project site or from limited areas of construction specified wifhin the
site.
B. In general, clearing ar�d grubbing shall be perFormed in advance af grading and
ea�thwork operations and sha11 be performed over the entire area of earthwo�k
� - operations.
C. Unless otherwise specified on the plans, all trees and shrubs of three inch (3"} caliper
ar less (caliper is tf�� diam�ter as measured twelve inches (92") above the ground) and
alf scrub growth, such as cactus, yucca, vines, and shrub thickets, shall be cleared. All
dead trees, logs, stumps, ru�bish of any nature, and other surFace de�ris shall also be
cleared.
D. Buried material such as logs, stt�mps, roots of downed trees that are greater than one
and one haff inch�s (�-112") in diameter, matted roots, rubbish, and foreign debris shall
be gr�bb�d and removed to a minimum depth ofi twenty four inches (24") below
proposed fin�sned grades.
E. Graund co�er consisting of w��ds, grass, and other herbaceous vegetation shall be
removed priar to stripping and s#ockpiling topsoil from areas of earthwork operafiions.
S�ch remo�al shall be accamplished by "blading" off the uppermost layers of sod or
roat-mat�ed soil for removal.
�
C&B 041452 02200 -1
8I2,2IO2 Issued far Bids 5ite Preparstion
3.02 PAVEMENT REMOVAL:
A. Bi#umir�ous and concrefe pavements shall be removeci to neatly sawed edges. Saw
cuts shall be fuil depth. lf a saw cut in cancrete pavement falls within three feet (3') of
an existing score jo�nt, construction jaint, saw jaint, co{d jaint, expansian joint, or edg�,
the concrete shali be removed fo that joint or edge. All saw cuts �hall b� parallel
andlor perpendicular to the line of existing pavement. If an edge of a cut is dama�ed
subsequent to saw cutting, the concrete shall again be �awed fo a neat, straight line for
the purpose of removing the damage� area.
B. Concrete curb and gutter shall be removed as specif�ed above. No section #o be
replaced shall be smaller than thirty inches {3p") in fength or width.
3.03 UTILITIES REMOVAL: in general, thase uiilities on the site that are to be rernaved and that
belang to the Owner shall be removed by the Contractar. The Owner is responsibl� for
arranging the re�ocafion or removal of other ufilities owned by utility companies or ather
• parties. �
3.04 MINOR DEMOLITiON: There may be cerkain items on tf�e site such as old building
� foundations, fences, and other undetermined structur�s and improvem�nts tf�at must be
remaved be#ore constructinn can commence. Unless otherwise specified, such items become
° the prop�rty of the Contractor for subsequent disposal.
3.05 U5E OF EXPL�SIVES: The use of explosives will not be permifited in site preparation
° operations.
� 3.06 BACK�ILLiNG: All hofes, ca�ifies, and depressions in the graund caused by site preparation
. operatians wiil be backfilled and tamped ta normal compaction and will be graded to prevent
ponding of water and to promot� drainage. 5hould any exca�ated hole or ca�ify b�
� required to be left open o�er night, fihe Cantractor shall be responsib[e to pro�ide
; barriers and 1 or coverings to enhance on site accident pre�ention measures.
� 3.07 DISPOSAL DF WASTE MATERIALS:
A. Unless atherwise staied, materials generated by clearing, grubbing, removal, and
� demolifion shall be known as "wast�" or "spoils" and shaU be removed from th� site
= and di�posed of by the Contractor. Sjmilar materials may be unearthed or generated
' by earthwork operations or by subgrade pre{�aration. Unlsss atherwise speci�ed any
, merchantable items become the property of the Contrac#or.
,
END OF SECTION
�
G&B Q11452 02200 - 2
8122102 Issued for Bids Site Preparakion
sECTioN a�3oo
EARTHWORK
PART 1 -GENERAL
1.01 SCOPE: Work in this section includes fu�nisning ail la�or, materials, equipment, and service5
required to construct, shape, and finish ear�hwork to the �equired lines, grades, and cross
sections as specified herein and on the plans.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. 5ectian 022QQ - Site Preparation.
B. Gradir�g Plan: Refer to pian sheets.
1.03 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work. The total
cost will be incfuded in the Bid Proposal. Payment will be made on a Lump Sum basis only.
PART 2 - PRODUCTS
2.01 UNCLASSlFIED EXCAVATION: Unclassified excavation shall consist of all excavation,
un{ess separately designated, within the limits of the work. Unclassified excavation includes
all material encauntered regardless of its nature or the manner in which it is to be excavated.
2.02 UNCLASSIFIED FILL
A. Unclassified fil3 shall consist of all fi11 withir� the limits of the work. All suitable native
�� maieriaks rema�ed in unclassified excavaiian, ar similar imported materials, shall be
used insofar as practicable as unclassifi�d fill. Properly deposited, conditioned, and
cornpacted fill is hereinafter referred to as "eartl� embankment."
B. Rock: Minor quantities of rock not greater than four inehes in greatest dimensi�n are
� permissi�le in f�il materials useci to construci earkh embankment. Minor qua�tities of
rock of greater dimensions may be placed in the deeper fills in accordance with the
� Stafe D�partm�n# of Hig�ways and Public Transportaiion requirements for constructio�
� of rock embankments, provided such placement af rock is nat immediately adjacent to
structures ar piers. Also, rock ma�r be placed in the �ortions of embankments outside
the limits of the cflmpleted graded width wi�ere the size of the rock prohibits their
, inco�poration in the normal embankrr�ent layers.
2.03 TOP5011. �
On-Site Topsoil: Topsoil s�all consist of an average depth of six incY�es (6") of nati�e surface
soil left in pEace after the ground cover af herbaceous vegefation and other objectionable
matter has been cfeared by "blading," as specif�ed in Section 0220Q, "Site Preparation."
Topsoil may be great�r ar I�ss, than the upper six inch�s {6") in depth.
C&B 011452 02300 - 1
81221D2 Issued for Bids Earthwork
2.�4 IMPORTED FILL
A, Imported fill materials shall be us�d for the construction of earth embankment in the
event that (1} the volum� of unclassified �xcavation is fess t�an the volume of fill
required for earth embankrneni andlor (2) the cflr�ditian of materials removed in
unclassified excavation makes them unsc�itabEe far use in the construction of earth
embankment.
B. The Contractor shall haul and place imported fill obfained from off-site sources as
necessary to construct the embankment and various other details of the cons�ruction
plans. All costs related to such imported fill will be included in the contract price, and
no additional or separate paymer�t far imported fifl will be due the Cantractor.
C. A sample of the pro�osed imported fill must be pra�ided by the Contractor and be
approved �y the Owner. In genera{, imparted .material must be equai to ar better than
native material in quality and �ngin�ering characteristics. The Archi�ectl Engineer may
alsa require the Contractor ta provided a material analysis test ofi the proposEd fill.
2.05 SELECT MATERIALS
A. Select materials shall be imported from ofFsit� sources, unless fhey are available fram
specifically designated areas on th� site as markeck an the plans.
2.06 UNSUITABLE MATERIAL,S
A. To�soil, select material, imported f�ll, ar unclassiiied fill wil{ be declared as "'unsuitable"
by the Owner if, in his opinion, any of the fiallowing conditions or matter and particles
are present tfl a degree that is judged detrimental to the proposed use of the material.
'I. Moisture
2. Decayed or undecayed vegetation
, 3. Hard�an clay, heavy clay, or clay balls
4. Rubbish
5. Construction ru�ble
, 6. Sand or gravel
7. Rocks, cobi�fes, or baufders
� 8. Cementious matter
9. Foreign matter of any kind
, B. Unsuitable materials will be disposed af as "waste" as specified i� Secfion 0220Q.
C. Wet Maierial: lf fill material is unsatisfaciory for use as embankment salely because of
`, high moist�re content, the Architectl�ngineer may g�-anfi the Contractor permission to
process the material ta reduce the moisture cantent to a usable aptimum condition,
�
CB�B 011452 02300 - 2
8122102 Issued for Bids � Earthworfc
PART 3 - EXECUTION
3.01 SITE PREPARATION: In general, "site preparation," as specified in Section 022a0, shall be
performed in advance of grading and ear�hwork operations and s�all bs completed aver the
entire area of earthwork operations.
3.02 TOPS�II.
A. �The removal and storage of topsoil shall occur after site preparation is camplete and
befare excavatian and embankment construction begin. �ikewise, topsoil will be
replaced afte� excavation and embankment construction are complete.
B. Remflval: Topsail shall be stripped ta an average degth of six inches (B"} from areas
where excavaiian and embankment construction are planned. Topsoil may be
obtaine�i from great�r depths i# it is uncoritaminated by the $ubstratum and it is o# good
quality, in the opinion of the Architectl�ngineer.
C. Starage: Topsail shall be stared in stocicpiles convenienify locatec� ifl areas t�at will
{ater receive the topsoil. Stockpiles shall be out of tF�e way of earthwark operatians in
locatians approved by t[�e �wner or ArchitectlEngineer. Stored topsoil shall b� kept
separate frflm ather excavated materials and shall be protected from contaminatit�n by
objectionable materials that wnuld render it unsuitable.
D. Timing: Tapsoil wifl not be rEplaced (de�nsited) until canstruction activities are
complete that wauld create undesirable conditions in the topsoil, such as
overcompaction or contamination. Trenehing for items such as electrical conduii and
, irrigatian pressure lines must be complete b�fore topsail replacement may begin.
, D. Replacement: TQpsoil will be deposited in a single layer or lift. .It will be placed,
processed, campacted, and graded to leave a finished layer of topsail nat less than five
' inches in depth. Unless otherwise indieated, topsoil wiA be replaceci ovef a!I areas af
earthwork (including slopes), except where �avement is planned.
F. Grading: Topsoil will be fir�al grad�d to the elevations shown on t�e plans. Fine
grading will be accompiished with a weighted spike harrow, weighted drag, tractor box
blade, light maintainer, ar other acceptable machinery. A{I parficles of the finish grade
� shall be reduced to less than one inch in diameter or they shall be removed. All rocks
of one inch or greate� shall also be ramaved. Grading op�rations and equipmeni will
' be such that topsoil does not become o�ercompacted. Bulldozer blades and front-end
. loader buckets are nQt acc�ptabie d�vices far topsoil grading operations, �inal
grading witi�in fiv� feet of constructed or insta�led elements shafl be hand raked.
, G. Acceptability: Finished areas of topsail ar� satisfac�ory �f they are «ue to grade, tr�e in
plane, even in gradient (slope), uniforrn in surface textt�re, and of normal compaction.
Areas of loose granular pockets or of overcompacted sojls are not acceptabie and will
be reworked. Finished. areas will pramote surfac� drainage and wi11 be ready for
' turfgrass plan#ing.
�
C&B 011452 02300 - 3
B1221�2 Issued for Bids Earthwork
3.03 UNCLASS{FIED EXCAVATI�N
A. Ali excavated areas sf�aU be maintained in a conditian #a assure proper drainage at all
times, and ditches ar�d sumps st�ail be constructed and maintained to av�id damage to
the areas under consiruction.
B. Surplus Material:
1. Surplus excavation is that quantity �i rnateria� �hat �nay �e left over after the
grading plan is executed, and all eartnwork operations, i�cluding excavation,
embankment canstructian, topsoil replacement, and fi�al grading, are
completed, Any other surplus material shall be disposed of as "waste" as
specified in Section 0220a. All such cost for removal shall be cansidered as
incorporated into Earthwork casts
C. Excavatio� in Rock: The use of expiosives will nat be permi�ted. Unless otherwise
indicated an the plans, exca�ation in solid rock shall extend six irrches (6") below
required subgrade elevatian far the entire width of the area under constr�ction and
shall be bacicfilled wit� suitable materials as inc�icated on the plans.
3.04 EARTH EMBANKMENT
A. Earth embankm�nt is defined as embankment composed af suitable materials
- removed 9n unclassified exca�ation andlor imported fill. The construction of
, embankment includes prepar�ng the area fln which fill is to be placed and the
deposi#ing, co�ditioning, and campaction of fill material.
B. General: Except as atherwise required by the pfans, all embankment shall be
� constructed in layers approximately paraffel to ti�e finished grade af the graded area,
. and each lay�r shall be so constructed as to provide a uniform skope as shown on the
� grading plan. Embankments shall be canstructed ta correspond ta the general shape
' of the typical secfians shown on the plans, and eacF� sectio� af the embankment shall
correspond to the detailed section or slop�s established by the drawings. After
compietion of the graded area, embankment shall be con#inuously maintai�ed to its
finished sectian and grade until the project is accepted.
� C. Preparation: Prior to plac�ng any embankment, all preparatory operations will have
. been completed on the excavaiion sources and areas over vwhich the embankment is
ta be placed. The subgrade shall be proof rolled to detect sofk spots, wh[ch if exist,
should be rewflrked. Prot�f roiling shall be performed using a heavy pneumatc tired
roller, loaded dump truck, or similar piece o� equiprner�t weighing approximately twenty
five (25} tons except as atherwise specified fnr tree protection and areas inaccessibl�
to vehicular co�npac#ors. Stump holes or other small excavations in the limits of the
� embanKments shall be backfilled with suitable material and thoroughly tamped by
� appraved methac�s before commencing embankment construction. The surFace afi the
ground, inclu�ing plowed, loosened graund, or surfaces roughened by small washes or
atherwise, shall be restored to approximaiely its original slope by blading or other
' methvds, and, where indicated on the plans or required by the Owner, the graunc!
surface, thus prepared, shall ae compacted by sprinkling and rolling.
° D. Scarification: Tl�e surtace of all areas and slo�es o�er whic� fil! is to be placed, other
than rack, shall be scarified to a depth af approximately six (6"} inches to provide a
�ond between the exis#ing surface and the proposed embankment. Scarification shafl
" ca�� a� �4�z oz3oo - a
8122/02 Issued for Bids
Earthwork
be accomplished by plowing, discing, or other approved means. Prior to fill placement,
�he loasened material shall be adjusted to the proper moisture content and
recompacted to the de�sity specified herein for fill.
E. Benching: Scarification is normally adequate for sloping surfaces. Hawever, in certain
cases where fill is to be placed against hillsides or existing embankment with slopes
greater than 4:1, the �wner may direct the Cantractar to key the fill material ta the
existing slopes by benching. A minimum of two fieet {2') nor�nal to ihe slope shall !�e
removed and recompacted to insure that the new work is constructed on a firm
faundation free af loose or disturbed material.
F. Depositing: Fiil materia! shall be placed in harizontal layers ar lifts, evenly spread, not
to exeeed eight {8") inches in ivase depth before conditioning and compaction.
Unless otherwise permitted, eac}� layer of fill �naterial shal[ ca�er the ler�gth and width
of the area to be filled and sha1E be candifioned and compacted before the next higher
layer ofi fill is plac�d. Adequate drainage shall be maintain�d at all times.
G. Watering: At the time of campactian, the moisture content af fill materia� shall be sue�
that the specified compactian will be obtained, and the fill will be firm, hard, and
unyielding. Fill material vvhich contains excessive moisture sF�all not be compacted
until it is dry enough to obtain the specified compaction.
H. Compacting: Each layer of earth fill sha11 be compacted by approved tamping or
shee�sfoot rollers, pneumatic tire rollars, or other mechanical means acceptable to the
Owner. Hand-directed compaction equipment shall be used ir� areas inaccessit�le to
vehicular compactors.
1. Grading: Embankments shall be constructed in p�oper sequence and at proper
densities for their respective functi��s. All embankment serves in one capacity
or another as sulagrade (e.g., under �opsail, under concrete and asp�aEt
pav�ment, under structures, etc.}. Accordingly, the upper layer of embankment
shall be graded to within plus or minus 0.10 foat af proper subgrade elevation
prior to depos�ting topsoil, and prior to the canstruction of pavements, slabs,
etc.
3.05 DENSITY CONTROL
A. Earth Embankment in General: Earth embankment shall be compacted in lifts.
Embankment materials shall be processed to either raise or reduce the moisture
can#ents to with —2 to +3 percentage paints af the optimum moisture content as
determined by ASTM D-fi98. The maisture conditioned subgrade shall be compacted
to a# least 90 percent of the maximum dry density as deter.mined by ASTM D-698.
B. Earth Em�ankment Un�er Struct�res a�d Pavement: The top six {6") inches of natural
earth comprising the subgrade for structural slabs or far areas af pavement shal[ be
processed ta either raise or reduce the moisture contents to with —2 to +3 perc�ntage
points of the optimum moisture content as deiermined by ASTM D-698. The moisture
conditioned subgrade shall be compacted to at least 95 percent of the maximum dry
density as determined by ASTM D-698.
C. Earth Embankment Under In-line Hockey Rink: In accordance with structuraE plans a�d
geotechnical report recommendations.
C&B D19452 D2300 - 5
8122102 Issued for Blds Ea�thwork
3.06 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all
embankments that are to functian as subgrade for struciures, areas of pavement, or for select
�mbankment. After compEetion of the emban4cment, the Contractar shail prevent excessive
{oss af moisture in the e�nbankment by sprinkling as required. Loss of maisture in excess af
two percent (2%) b�lo►ry optimum in the tap twelve inches (12"} of t�e fill will require that the
top twelve inches (92") of the embankment be scarifi�d, wetted, and recam�acted priar to
placement of the structure, select fill or pavement. lf desired, the Canfractor may place an
asphalt membrane of emulsified or cutback asphal# over the completed embankment and thus
eliminate the sprinkEing requirement.
3.08 TOPSOIL REPLACEMENT: Topsoil shall be carefully placed to avoid any displac�ment or
damagE to the subgrade. If any of the subgrade is rutted, damaged or displaced it shall be
restored prior to placing topsoil. Topsoil shall be replaced as specified herein per Item 3.02.
END OF SECTION
:,
�,
C&B Q11452 D2300 - 6
8122102 Issued far Bids
Earti�work
6 �
SECTION p248�
ATHLETIC FIELD GRASSING
PART 1 - GENERAL
1.01 DESCRIPTION
The work of this section consists of removaf of stones, sticks, roots and other
debris from all �nished graded araas to he grassed; soil preparation, fertilization
and sprigging, seeding and sod installatio� #or al� areas d�signated to be
grassed, regardless of existing soil conditions.
1.02 SUBMITTALS AND TESTING
A. Seed
Seed sha11 be labeled in accordance with t�e United States Department af
Agriculture under the Federal Seed Act, AOSA, and state seed laws. Each seed
caritainer sha{I bear the date of the last germination, wF�9ch date shal! be within a
period of six manths prior to commencement of the targeted planting operaiions.
Seed that has become damaged in transit or in storage wil! not be acceptable.
The type and minimum p�rcentage-by-weight of pure live seed shall be as
fal lows: �
Purity 98 percent
Li�e 5eed 90 percent
Crap Se�d 0 percent
Weed Seed 0 percent
Eact� {ot of saed shall be subject to sampling and testing at the discr�tion af the
Praject Manager.
n� At the request of the Praject Manager a 50-gram {�I8 Ib.) sample of each seed
type and seed lot shail be sent to a� in�ependent registered se�d fab for testing.
Sampfing and testing will t�e in accordance with the latest Rules and Regulations
�; under the �ederal 5eed Act, AOSA and state seed laws.
B. Fertilizer
The fertilizer shakl be delivered to the site in bags or ather con�enient containers,
each fully labeled, confarming to applicable state fertilizer faws, and b�aring the
name, trade name ar trademark, and the warranty of the producer.
C Sprigs I Sod
�, All sprigs and sad shall be freshly cui and in excellent uiable conditi�n upan
arrival atjobsite. T�fway 419 sprigs shall be furnished in lengths no greater i�an
� four (4) inches. No dead fop growth from previous growing seasons shall be
C&B 011452 02485 - 9
8122102 Issued far Bids A#hletic Field Grassing
�
E. Certificates
F
�
I }
C
�
inclUded with live sprigs. All sprig and sod material shall be abtained from
sources within t1�� North Central Texas area. The contractor wikl be responsible
for providing submit�als to the City as to the source of sprigs and the praviding
vendar. Vendflrs outside the North Centrai Texas area will not be considered.
Soil Tests
Well in advance ofi soil preparation, Contractor shalf submif representative soil
samples fram each athletic field ta an appro�ed agricultural or agronomic
laboratory for te�ting to determine the need far soil reaction ar other specific
fertility adjustments. The results of such tests shall be provided to the praject
manager for a determination if fertilization speci�cations are applicable per
2.Q1.A.2 of this sectian. Costs for testing as weil as speci�c reaction a�d fert�liiy
requirements differing from those specified shall l�e borne by Contracior.
Manufacturer's certification that seed and mulch meet specification requirements.
File al4 results and certificates with the Owner priar to the final acceptance.
Maintenance Instructions
Submit to the Dwner prior to fhe final acceptance.
Test Reports
Submit certification of fertikizer anafysis.
°' 1.03 R�I.ATED WORK SPECIFI�D ELSEWHERE
a,
,,
A.
��
Landscape Irrigation System
Earthwork
�
9.04 QUALITY ASSURANCE
A. Reference Standards
f:�
1. Official Methad ot Analysis of ths Associatio�n of Official Analytical
C�lEt'1'115t5.
2. American Sad Producers Association {ASPA), latest edition.
Saurce Quality Control
9. Owner reserves the right to inspect and approve the so�lsprigs before it is
cut at the source of the sodlsprigs.
C&B 011452
81221p2 lssued for Bids
02�k85 - 2
Athletic Field Grassing
2. Inspection of sod at the sa�rce does nat preclude the right of rejecfion at
the job site.
3. Coniractor shall submit name of grass supplier and nursery location with
Bid Documents. �f supplier is nflt a recognized supp{ier of grass, as noted
harein, Project Manager may requir� an inspection of the nursery. All
expenses related to such an in�pection are th� responsibility of the
Gontractor, includi�g Per Diem fees far the Praject Manager.
C.
Seed shall be purchased firom a reputable seed company such as the foliowing ar
approved equal:
The Scotts Company
1419 � Scottslawn Road
Marysville, OH A3040
1-800-5�43-0006
Northrup King, Co.
P.O. Box 959
Minneapokis, MN �5�440
fi 12-593-7333
D. Sprigs 1 sdd shall be purchased from a reputable grass nursery such as the
following or approved equal:
, Turfgrass America
911 E. HWY 377
Grandbury, TX 760�48
(817) 279-8504
- E.
F
�
Compost shall be purchased from a reputab4e sou�ce such as #he foflowing or
appro�ed equal:
Whittles�y Landscape Supply
9405 Dessau Raad
Austin, Texas
(�12) 836-7423
Lofts, Inc.
P.O. Box 146
Bound Broak, NJ 08845
201-35�-8700
Seeds West, Inc.
Roll, Arizona
520-783-2050
Garden Vi11e Lanclscape SuQply
7561 �ast Evans Road
San Antonio, Texas
(210) 615-6� 15
Turf HydroSeed 1 Sprigging 1 Sodding Instal{ation Qualifications
The Contractor and 1 or Sub-Contractor shalf:
1. Ha�e their princ9pal place afi business focated i� the State of Texas and
shall provide documentation o# such if requesied by the Owner.
2. Have successfully completed no less than ten {10) large athietic field t�rf
installatians, five {5) within the NorEh Central Texas area, with at Eeast fi�e
of the turf installatians matching the �redominanf turf installation
requirements for this project (sprigging, sociding ar hydroseeding, in ti�e
las� five years.
C&B 011452 02485 - 3
8122102 Issued for Bids Athietic Field Grassing
3. Pra�ide references for each project incfuding the name, acidress,
teiephane number, and confact person for the Owner and Consultant.
p►tiach lisi of nrojects to Coniractor's [�ualifications 5taternent and
enclose with bid.
1.05 D�I.IVERY AND HANDL{NG
A. Seed shall be furnished in s�aled standard containers unless exception is
granted in writing by the contracting agency, Seed delivered #o the jab site sfi�afl
be storeci in a cool, dry, dark lacaiion until ready for use. Protect all ma#erials
fram deterioration during delivery and storage.
B, The Contractor shall provide and plant the grass sprigs by shredding the grass at
' the time of harvest and by deiivering it to the jab site and ha�ing it planted in the
, , graund within twenty-four (24} hours after.it has baen harvested.
� 1.06 J4B CONDITIONS
A. No grassing 9s ta be done until the irrigation system in the area to be grassed has
been pro�en to be operable and reliable.
B. All finished grades shall be appro�ed by Project Manager pria� to grassing. If
grassir�g is done prior to grade approval the grassing is subject to remo�al and
� replacernent once unacceptable grad�d areas have been re�ised. The grass
replacement shall �� done with new grass material at no additianal cost to the
' Owner.
C. Environmentaf Requirements
1.
2.
3.
4_
5.
6.
7.
Sprigging shall be perFormed b�tween May 15 and Augus# 1 or as
approved by Owner.
Frozen sod or sprigs may not be used nor shall sod or sprigs be placed an
frozen grou�d.
In times o# dr�ught, sp�cial pro�isions must be made ta prevent the drying
of the sod or sprigs. All provisions shall be approved by the Qwner and all
such assaciated costs bome by the cantracior.
Do not sod or sprig when soil is excessively wet or dry,
Seed between calendar dates fram April 1� to August 1 or wher� sail
temperatures are cansistently above B5 degrees.
Do not seed when excessively wef or dry.
Do na# �erform seeding or hydromulching when wind exceeds 15 rnph.
D. Protection
Restrict foot and vehicular traffic from grassed areas affier installation unfil fnal
insp�ction ar�d acceptance.
C&B Q11452 02485 - 4
8122/02 Issued for Bids Athletic Field Grassing
�
�
1.07 GUARANT�E
A. Substantial Completion
Grassing shall be appra�ed as being in accordance with specifcations upon
achievemen# of a campEete stand of grass as approved by the Owner. A stand of
grass is defined as follows:
�- Hydraulkc Seeding: Full coverage per square foat of �igorously growing
plants.
Sprigs: Full coverage af tY�e soil by vigorousiy growing, fully
rooted and viable t�rF.
I ' B. Maintenance Period
I' ' 1. Maintain newly grassed areas until entire project is accepted by the
� . Owner.
2. An}� grassed areas thai become eroded, damaged or any ar�as of grass
'' that fail to become established satisfactarily due to material or installation
; methods used, such areas shall be reseeded, resprigged or resodding to
the extent deemed necessary to insure substantial completEan at no
� additiona! cost to the Owner.
3. Repair consiruction related damage to other plants or lawns during the
' maint�nance periad at no additianal cost to the �wn�r.
- 4. Maintenance s�alf consist of, t�ut nat be limited to:
a. Weeding
b. Waiering (see 2.05)
c. Mowing and Edging (see 3.01-F.)
d. S�raying
e. Fertilizing
I f. Repair of Erosion Damage
C. Guarantee Period
The Ciiy sha11 assume responsibility of turf upon successful completion of project
final inspection compliance i'tems.
� PART 2 - MATERIA�.S
1
2.D1 SOf� AMENDMENTS -
� ` Fertilizer
' I 1. Pre-Plant: Basic fertilizer for areas to be grassed shall be a Lesco 18-24-
, 12 or a}�proved equal. Unless amended by soil reports, the quantity of
applicatian shall be 320 Ibs. per acre.
C&B 019452 024&5 - 5
8122102 Issued for Bjds Athletic Field Grassing
�
s �
�
2. Post-Plant: Second application of the aforementioned, Lesco 18-24-'i2,
sha11 be applied inres (3} weeks after planting.
2.02 SPRIGS
All sprigs shall be cerkified as to gen�tic purity and b� free from pests and
disease. All sprigs shall come from a nursery approved by the Pro�ect Manager.
�
Athletic Fields: 419 Tifway � Hybrid Bermuda
Rate: 130 U.S. bushels {1.24 cu ft) Per acre
2.03 HY�RALILIC SEEDWG
A. Seed
�' � 1. Species: Certified Yuma �- Improved Turf Type Bermuda Grass of 98%
_ pu ri�y.
2. Percent of Live S��d: 90%.
` 3. Cfean, dry, new crop seed.
�. 4. Free af all we�cis.
B. Mulch
- 1. Maximum Moisture Content ............................................10% " 3%, VTM-47
2. Cellulose Fiber Conteni ...................................... 98.6% " 2%, ASTM D-586
�
3. Ash Content ...................................................... 0.8% d 0.2%, ASTM D-586
4. PH ...................................................................................................4.Sb0.5
, 5. Minimum Water Halding Capaci�y .........................90% MINIMUM, VTAII-4fi
6. Mulch shal! be dyed green with a biodegradable dye that does not inhibit
- plant growth.
7. Wood fiber mulch shall be packaged in units nQf exceeding �00 Ibs. The
� I package shall contain current labeks, the manufacturer=s name and the
, net weight.
2,D4 WATER
A. Water will be a�ailable fhrough the project irrigation system. The grassing
I .operations shouid not be eommenced uniil the irrigation syst�m is completely
operational.
. B. �he con#ractor shall also be responsible for all additional temporary
� irrigation necessary for the establishment of all turF areas identifietf in the
project scope that are �og within projec� irrigation limits. The cost for
. temporary irrigation will not be paid for separately, but shall be considered
ancillary to tF�e bid item for hydraulic seeding.
�
.�
C&B R11452 024$b - 6
8122102 Issued for Bids Athletic Fie1d Grassing
�
�
PART 3 - EXECUTION
3.0'I PREPARATION I INSTALLATIDN 1 ESTABLISHEMENT 1 MAINTENANCE
A. All stones 314 inch and larger, sticks and raots over 'f12 inch in diameter and 6
inches long, and any ot�er lumps or debris larger than 314 inch o�curring within
the tap 1 inch of soil which become visible during soil preparation, grassing, or
speci�ed grow-in p�riod s�all be removed. Areas where the soil, either existing
or imparted, has been severely compacted by traffic shail be disced to a depih afi
4 inches to loosen the sail. Areas, which have not been hea�ily compacted, shall
b� disced ta a depth of 2-3 ir�ches �a loosen sail and create a friable condition for
seeding. Existing grasses and weeds may be disced under and killed as long as
they do not interfere with producing a smooih and friable seedbed. All areas to
be grassed shail be smoothed with a pipelmat drag combination to level high
spats and fill fow spots simultaneously. All depressions, which da not drain, shall
be eliminated to avoid standing water. Al[ eroded and silted areas shall be
restor�d to the praper f9nish�d grade.
B. Fertilizer
1. . Pre-Plan#: apply fertilizer twice. The first applicatian shall be performed in
a na€th-sauth direction. Po�t—Plant: the second application sha11 be
perfarmed in an east-west direction and applied thre� (3) weeks after
planting. Both fertil�zer appfications shall be performed at a rate of 320 Ibs.
Per acre.
2. Disc the first fertiiizer applieation into the soii to a depth of iwo (2") incf�es
to faur (4°) inches.
C. Contractor shall outline all areas to be grassed with stakes ar wire flags. Outiines
shall be adj�sted andlor appro�ed by Project Manager prior to grassing.
D. Install sod, spr�g or seed as specifi�d.
E. Turf Establishment
Watering — Water to local 9ndustry�standard rates for successful turf
establishmenfi
F. Mowing
1. When grass reaches two inches (2"} in height, maw to 1 to 1-112 inches in
height.
2. Do not cut more than 30% of grass leaf in singke mowing.
3. Remove grass clippings and dispose of off site.
4. Resprig, resod and reseed alE bare spots not ha�ing uniform stand of
grass in accardance to 1.07.A-Substantial Com�letion
G. Maintenance — Refer to 1.07.B of this Seciifln
C&B 011452 02485 - 7
8/22102 Issued for Bids At�letic �ield Grassing
��
Owner prior to installation. Soc� shall be m�chanically rolled to insure adherence
to soil with no undulations.
3.�5 INSPECTEON 1 ACCEPTANCE 1 GUARANTEE
The Owner shall evaluate a�l grassed areas approximately twenty-o�e {21 } days
after installation of seed, sprigs, plugs ar sod to determine whether a satisfactory
stand of grass appears fikely. The Owner shall be the sole iudqe as to
acceptabi[i�r of arass establishmen# in accordance to 1.07-A. -B. -C.
3.06 CLEANING
Perform cleaning during installation af #he wark and upon comp{etion of ihe work.
Remo�e firam site al{ excess materials, debris, and equi�ment. Repair damag�
resulting from grassi�g operations.
END QF SECTION
� ' CB�B D11452 02485 - 9
8122102 lssued for Blds Athletic Fisld Grassing
' ? �p ,�
SECTION 02710
CEMENT TREATED BASE -- FOR TRAIL
PART 1 - GENERAL
1.1 DESCRIPTION
A. Construct trail u�ilizing full-depth Cement Treated Base. See bid alternate
iter�ns in propasal fnr additional infarmation.
B. Cement Treated Base (CTB) shall consist o� aggregate, cement and
water uniformly mixed in a central plant, transported to the project,
spread, compacted, shaped, finished, and cured in accordance with these
specifications.
PART2-PRODUCTS
2.1 CEMENT
A. Portland Cement — ASTM G150 (Type I) ar Portland-Pazzolan- ASTM
C595 (Type IP).
2.2 WATER
A. Wat�r shall be free from subs#ances del�terious to the hardening of the
CTB.
2.3 AGGREGATE
A. Flex Base in accordance with TxDOT Standards.
B. SaUrce: T�! Bridgeport Stane Qlant.
2.�} LABORAT�RY MIX DESIGN
A. Test results shall be submitted by the supplier of fhe CTB material to the
Engine�rlArcY�itect fior appraval.
B. StrengtY� Requirements: llnconfined compressive strengths, 900 psi —
seven days. �
2.5 CEMENT TREATED BASE — SUURC� OF SUPPLY
A. TXI Cement Treated Materials: Attn: Dan Richwine 972.471.221'f.
2.6 MOCKIJP
A. Prepare 6' wide and 10' long mockup of CT8 trail 'For approval af finished
surface. Acceptable mockup may b� incorporated into the work.
C&B 091452 02710 - 1
8122102 Essued for Bids
Cement Treated Base — For Trail
PART 3 - EXECUTION.
3.9 PREPARATION
A. Grade and shape as required to receive the CTB.
B. Process subgrade soils to rais� o� lower moisture contents io within —2 to
-�3 of the optimum moisture content as determined by ASTM D-698.
Compact moisture canc4itioned sui�grade to 95% of the maximum dry
densify as determined �y ASTM D-698. Soft or yiefding subgrade shall
� be corrected and made stable before construction proceeds.
3.2 CENTRAL MIXING PLANT
, , A. The aggregatE, cernent and water shall be mixed in a pug mill at an
appra�ed source of su�ply. The plant shall be equipped with feeding and
mefering devices that will add the aggregate, cement and water into the
mixer in the specified quantities to praduce a mixture that will meet o�
� exceed the mix design criteria as stated above. The aggregate and
cement shall be mixed sufficiently to prevent cement balis from forming
when the mix water is ac�ded. The mixing time shall be sufficiEnt to
assure an i�timate, uniform mixture af aggregate, cement and water. The
, percentage af maisture in th� aggregate, at the time of cement
applicatior�, sha11 be th� amount fhat assures a unifarm and intimate
; mixture of aggregate and cement during mixing operations. It shall not
exceed the specified moisture conte�t required for adequate compaction.
. B. The mixture shall be hauled to the paving area in trucks having beds
cleaned of deletariot�s material.
3.3 PLACEMENT AND COMPACTION
A. Place on a moistened subgrade in a unifflrm layer by an appro�ed
method o# spreading that will deposit the required quantity per lineal foot,
without segregation, to praduce a uniformly compacted base confarming
tv the grade and cross-section.
B. No CTB mixture shall be placed when �he subgrade is frozen or when the
air temperature is less than 40 degrees F in the shada.
C. Compaction shall start as soon as possibfe after spreading. T�e elapsed
time between the adc�ition of waier ta the CTB mixture and tne start of
compaction shal! not exceed sixty (60) minutes under normal conditians.
�. At the start of compaction, the percentage of moisture in the m�xture shali
not be more than one percentage point belaw or two percentage points
abo�e the specifie� optimum moistura canteni, and shall be less than ihat
quantity which will cause the CTB mixture fo �ecome unstabfe during
compaction and finishing. The specified optimum rnoisture content and
density shall be determined in the field by a I�loisture Density Test.
AASHTO T9 34 or ASTM ❑558, on re�resentafi�e samples of CTB
C&B 011452 0271 p- 2
81221D2 lssued for Bids Cement Treated Base — For Trail
.�
mixture abtained from the area prior to cornpactian. Prior to campactian,
th� mixture shal! be in a Ioase condition for its ful! �epth. Th� lose
mixture shall then be. compacted uniformly to the specified d�nsity.
During compactian operatians, initial shaping may be �equired to obtain
unifarm compactian and required grade and cross-section.
3.4 �'INISHING
� A. When initial compaction is comple#ec{, #he surface of the CTB shall be
sl�aped to the required lines, grades and cross-sectian. The moisture
content of the surface material shail he maintained at noi less than its
r� specified optimum moisture content during finishing operations.
�' B. !f any re-shaping of tf�e surFace is necessary, it shafl be lightly scarifted to
., , remove any compaction planes, scales or smoath surfaces left by
' equipment. Finaf compaction shall then be cantinued untii unifarm and
� adequa�e density is obtained.
C. The CTB shall be uniformly compacted to a minimum of 96% of maximum
density.
D_ Compactian and finishing shall be done ir� such a manner as to produce,
in not longer t�an �wo hours, a smaoth, dense surface free of compactian
planes, cracks, ridges or loose material.
3.5 CURING
A. After the CTB has been finished, it shall be pratected against drying fior
seven days by the applieation of an approved curing material. The
finisl�ed CTB shall be kept continually moist until the curing material has
been placed. The curing material shalf be a�plied as soon as possible,
but not later than at tne end of each day's construction.
3.6 CONSTRUCTl�N JOWTS
A. At the end of each day's constructian a traverse constructior� joir�t shall ba
formed by cuttir�g back inta the completed work to form a full depth
vertical face.
3.7 MAINTENANCE
A. Maintain the CTB in gaod condition until afl work nas hEe� completed and
accepted, Maintenance shall include immediate r�pairs of any defects
that may occur. This work shall i�e done by the Contracfor at his awn
expense and repeated as often as may be necessary to lceep the area
confinuously intact.
B. Faulty work shall be corrected.
C&B 011452 02710 - 3
8122102 Issued for Bids CementTreaied Base— For7rail
C. Any Vow areas shall be remedied by repkacing the material for tne full
depth of treafiment rather than by adding a thin layer of CTB to the
completed work.
3.8 CONSTRUCTI�N QUALlTY CONTROL PROGRAM
A. Es�ablish the field moisture density curve in accordance with ASTM D558
or AASHTD T134 (Sfiandard Compacti�e Effort}. �
B. The field-density of the compacte� CTB mixture shall be determined by
any of the following: 1) Nuclear Method ASTM D2922; 2) Sand Cane
Method ASTM D�556, or 3) Water Ball�on Method ASTM D2�B7.
C. Where strength of CTB material is sp�cified, compliance shall be
determined by testing a set of three unconfined cylinders mold�d from a
repres�ntative sample of �tncompacted CTB material taken within �ane
ha�tr �rom the additian of mixing water to the CTB materiaL S#rengths of
CTB material shalf be determined by compressi�e tests at seven (7) days
in accordanc� with ASTM D1633, Paragraph a5, "Test 5pecimens".
Paragraph 5.1.9, Method A specifies mald size. Specimens will be
malded in accordance with ASTM D558 Method B.
�
END O� SECTION
�
�
CB�B 011452 02710 - 4
8122102 Issued for Bids � Cement Treated Base -- For Trail
SECTION �2810
LANDSCAPE IRRIGATION 5Y5TEM
PART 1 - GENERAI.
Drawings, Standard General Conditions of Coniract, 5pecial Co�ditions and
Division-1 specificafion sections, apply to wor4c of this sectian.
� .1 DESCRIPTION
Landscape irrigation syst�m components and installaiion procedures.
1.2 LlC�NSED IRRIGATOR
Installation of the irrigation system shall be under th� supervision af a licensed
irrigator in the State of Texas.
� .3 STANDARDS
A. ASTM D1785 (ANSI B72.i): 5�andard Specification for Pofy (Vinyl
Chloride} (PVC) I'lasiic Pipe, Schedules 40, 8D, and 120.
B. ASTM D22�1 (ANSI B72.2): Standard Specification fior Poly (Vinyl
Chlaride) (PVC) Plastic Pipe (SDR-PR).
C. ASTM D2466: Standard Specification for Poly {Vinyl Chloride (PVC)
�� Plastic Pipe Fittings, Schedule A�O.
D. ASTM D2564 �ANSI B72.16): 5tandard Specification for Solvent
Ceme�ts for Poly {Viny{ Chlaride) (PVC) Pipe and �ittir�gs.
"' E. ASTM D2855 (ANSI K6�.55): Standard Recommended Practice for
Making Solvent-Cem�nted Joints with Poly {Vinyl Chioride) (PVC) Pipe
and Fitt9ngs.
1.4 EQUAL MATERIALS
A. It is not the intent of these specifications to limi# materials to the product
of any particular manufacturer. Where definite materials, equipment
andlor fixiures have been specified, it has been done to set a definite
standard and a reference for comparison as to guality, application,
physicai conformity, and other characterisfics. It is not ihe �ntention of the
Owner or the Consultant to discriminate against or pre��nt any dealer,
jobber or manufacturer from furnishing materials, equipment, andlor
fixtures, which meet or e�ceed the characteristics of #he specified i#ems.
Substitution of materials shall nat be made witY�out priar written approval
fram tf�e Owner and the Cansultant. Refer to SECTION 01630 - Product
Optians, �qual Material and 5ubstitutions.
C&S 011452 o2a� o - �
8122/02 Issued far Bicis La�dscape Irrigation System
�. Design criteria and water pressure must be carefuily cQnsidered when
selecting equipment. Only equ9pment that performs as specified will be
COnSI{��f�d.
.�
1.5 LOCATI�N OF AND pAMAGE TO EXlSTING UTILITIES
The Contractor is responsible for locating underground obstacles. Exercise
caution to prevent damage to existing facilities during the progress of tY�e wark,
taking care fo locate same, where possible, in advance of the actual work. The
4wner's representative wili rer�der all assistance passible to tF�e Contractor in
determining the locatian of existing utifities .by making available such maps,
r�cords and other infarmation as may be accessible to him, when requ�sfed to
do so, but the accuracy of such informatian will not be guaranteed. Th�
Cantractar shall be responsible for repairs resulting from damage to exist�ng
utilities resulting fram his operations. Shoulcf fhe Gontractor, in the layout of
work, encaunter any pip�, underground utility, or s#ructure, th� location of which
has not b�en furnished to him by the Owner, he sha11 bring such conditions to
the attention of the Owner's representative for his determination of the me#hod fo
be used ta remove ar bypass such obstructions.
1.6 WATER SIJPPLY
Malce connections to the existing water line at the location shown on the plans.
1.7 WORK1�iAN5HIP
lnsfall equipment i� accordance with t�e recommendations of the manufacturer
and tl�e best standard practice for this typE of work. Care must be taken to keep
the inside of the pipes clean and free of djrt, rock, cutting, etc. Flt�sh all systems
clean prior to installing sprinkler heads,
1.$ CODES AND PERMfTS
Install afl wark according to applicable codes and ordinances of the City and the
National El�ctrical Code. Obtain and pay for all required permits.
1.9 WEATHER PR4TECTION
Protect and maintain al! work, materials and fixtures fram weather damage. A!I
new work likely to be damaged shai! be covered or oth�rwise protected.
1.'i0 SITE CONDITIONS
Befar� ardering materials or b�ginning wark, verify dimensions of existing and
new work. Any differenees found shall be submitted to the Owner's
representativ� #or consideration before proce��ing with wark. Na exira
compensation will be alfowed because af differences �etwe�n actual dimensions
and measuremer�ts indicated on the plans. Pfans are diagrammatic and
appraximate.
C&B 011452 02810 - 2
8122102 Issued for Bids Landscape Irrigatian System
1.91 PROTECTION AND SAF�TY
A. 5end proper notices, make all necessary arrangements and perform
other services required for the care, protectian and maintenance of public
�tilities, and services, including fire plugs, tel�phone and telegraph poles
and wires, and all other items of this nature an or abou� the site,
assuming a!I responsibility and paying all costs for which the Owner may
be liable.
B. Construct and main�ain necessary temporary drainage and provide
pumping, as required, to keep excavatians free of water.
C. Provide all shoring, bracir�g and sheeting as required by OSHA
Regulations and for #he pro�er execution flf the work. All shoring, bracing
and sheet9ng shall be removad from the site when the work is completed.
D. Fires are not permitted.
'' E. All work shall be pertormed in accordance with the r�ational "Occupational
, , Safety and Healtn Standards" (�SHA).
1.12 SUBMITTALS
Using hard cover 3 ring notebooks, provide not less than three (3) copies af
complete brachures describing equipment and materials, incfuding names of
;: manuf_acYurer's catalog numbers, trade names, insfructions for setti�g,
� connecting and operation, technical data and any special informatio�r requested.
Un{ess resubmission is required, two wi{f �e retained and one returned after
�_
being re�iewed. 1f resubmissian is required, one cor�ect�d copy an� one origina�
copy will be returned after being reviewed. 1f resubmission is requ�re , one
, corrected copy and one original copy will be returned and one will be retained.
�ne approved copy sfi�all be in the file of the Contractor's representative at the
� project site.
1.13 RECORD PRINTS
A. Pro�ide and keep a comple#e up-tadate a Record Set af b1ue-line prints
� wY�ich shaf! be corrected daily and show ever� change from the original
,. plans and specifications and the exact locations, sizes and kinds of
equiprner�t. Prints for this purpose may be obtained from th� Owner's
� representative at cost, This set af drawings shall be kept on the site and
� shal! be used only as a record set.
�_
B. These drawings shall also serve as work progr�ss sheeis and shall b�
#i�e basis f�r measur�ment and payme�t for work comple#�d. Make neat
'- and f�gibie annotations thereon daily as the wor�C proceeds, showing the
�
' C&B 011452 azs� o- s
81221D2 Issued for 8ids Landscape Irrigstion System
work as actually installed. These plans shall be available at all times for
inspection and shall be kept in a locatian designated by the Consultant
C. Before fihe date of the final inspection, transfer all information from the
reco�-d prints to an azalid sepia, provided by the Consultant. AI1 wflrk
sha11 �e neat, in ink, and s�bject to the approval of the Cansultant.
D. Dimensian from two (2) permanent points of reference, building corners,
sidewalks, or road intersections, etc., the lacation of the following items:
�.
2.
3.
4.
5.
6.
7.
8.
9.
1 Q.
Cor�nection to existing water lines.
Connection to existing electrical power.
Gate val�es.
Routing of irrigatian pressure lines (dimension maximum 1D0'
along routing).
Remote cantrol �alves.
�Routing af contral tubing.
Quick coupling valves.
Manual drain val�es.
Routing of irrigation lateral lines (with a change of twa {2) feet
eact� way},
Other related equipment as directed by the Owner's
representative. •
E. Prior to the date af the final inspection, the cor�tractor shall deliver fhe
corrected and completed sepias to the Cor�sulfant for appro�al. Delivery
of the sepias will not relieve the r�sponsibility of furnishing r�quired
information that may be omitted frorn the prints.
1.14 CONTROLLER CHARTS
�
B.
C
The Consultar�t shall approve the record prints befare the contrvller
charts are prepared.
Provide one cantroller chari far each autornatic contraller.
The chart shall show the area contralled by the autamatie controller and
shal[ be the maximum size, which the controller door will allow.
D, The chart is to be a reduced plan of the actual approved in-pface system.
E. The chart snall be a photo-static copy of blue-line azalid print and a
differEnt color sF�all be used to indicate the ar�a of co�erage for �ach
sfatinn.
F. When completed and approved, the chart shall be hermetically sealed
between two pieces of piastic, each piece being a minimum of 20 mils.
'' G. These cha�ts shall be compl�ted and appro�ed by the Consuliant prior to
final inspection of t�e irrigation system.
' ' C&B 011452 a2s�o - a
8122102 issued for Bids Landscape lrrigation System
1.15 IRRIGATION CONTRACTOR`S R�SPONSIBIL{TY
'' A. Prior to submittal of the bid, the Contractar shall acquaint himself wifh all
matters and conditians concerning the site and existing conditions.
B. Coordinate work wit�t the other #rades so that all �hases of the work may
be prape�ly coardinated witho�t delays or damage to any parts of the
work.
C. The Con#ractor shall be responsible far al1 slea�as and chases under
pa�ing, through walls, etc., unless o#nerwise noted on plans.
1.1fi CHANGES IN THE WORK
A_ ;Jlinor changes, such as h�ad locations and controNer iocations
adjustments, wh9ch do nat invol�e extra cost and are cansistent with the
purpose af ihe work may be ordered by the Owner's representativ� and
no claim for an addition to the contract sum ar time schedule will be
considered.
1.17 FINAL INSPECTION
,, A qualified person �uly autharized in writing to represent the lrrigation Contractar
�ha!! be �resent at fhe finaf inspection to demonstrate the systems and prove the
performance of tf�e equipment. Prior to this inspection, aA work under this
division shail have been completed, test�d, balanced and adjusted and in final
� � operating conditian.
1.1$ GUARANTEE
�
A. Guarantee the satisfactory operat�on of the entir� system, to the ext�nt
possible under the scop� of the work included in this contract. The entfre
systern shall �e guaranteed to be complet� and work prope�ly for a
per9od ofi one year from date of final acceptance. Repair any defects or
replace any defective paris found or occurring v�itf�in tl�at year, free of
expense to the Owner.
B. lnclude a copy of the guarantee form in the Operation and Maintenance
Manual.
1.19 MISCELLANE4U5 SERVICES OF IRRIGATI�N CONTRAGTOR
A. Train at least iwo (2} of the Owner's employees in the operation and
� maintenance af the system. This shall include the operation of the
;� controllers and valves, how tn most efFectivefy use the system, and
maintenance on a1l equipment including tYte removal and rep�acement of
r valve and contraller companents.
�
�
C&8 D11452 02810 - 5
8/22102 Issued for Bids Landscape Irrigation Sysiem
B. Provide two (2) quick coupling valve keys and two (2) sets af automatic
controller keys for each controfler. This equipm�nt shall be turned over
ta the Owner upan final acceptance of the work �y the Owner.
C. Provide a wa�ering program to th� Owner showing the scheduling or
sequencing of the valves, including wF�ich val�es may be run
simultaneousfy, and a desirable timing pragram for each controller. The
controllers shall be scheduled to prevent an excessive amount af nead
loss in the system. The program shall include sugges�ed operating time
for new planting and established growtn.
D. Operation and Maintenance Manuals - Prepare and deliver to the
Consuktar�t, within ten calendar days prior to completiorr of construction,
two hard co�er. three rina binders containina tl�e foVlowina information:
Index sheet stating Contractor's address and telephone number,
list of equipmer�t with name and addresses af local manufacturer's
representative.
2. Catalog and parts sheets on each praduct ar�d equipment type
installed undEr this cantract.
3. � Guaraniee statement.
4. Complete operating and mair�tenance instruc�ion on all major
equipment.
�_�0 SITE QR FIELD V151TS BY THE CONSULTANT
�' A. The Consultant will visit tY�e site once to examEne materiafs far type, size
.. and character specified. The Consultant will also visit the site once to
examine the installation and opera#ion of the syst�m.
B. Shauld additional trips be required due to rejaction of materials or
impraper or inadequate completian of the work, the costs of addit9onal
krips will be paid for by the Cantractor. Such costs will include fhe
Cans�ltant's tirr�e, travel and other miscellaneous related expenses.
C&8 011452 Q281 D- 6
81221d2 Issued for Bids Landscape irrigation System
PART 2 � MATERfALS
2.1 GENERAL
All mater{als and accessories shaH be of neuv and unused material. Any s�ction
of pip� found to be defective before or aft�r installafion snall be replaced wifh
new pipe. All new irrigation eguipment shall be essentially ihe standard pr�duct
of the manufacturer. All new equipm�nt furnished shall ha�e in-service
performance records sufficjent ta v�rify published capabilities.
2.2 I'1PE AND FITTINGS
A. PVC Pressure Main Line and Fittings:
�. Pressure main line piping shall be Schedule 40 PVC, Main line
piping less than three (3) inches in diameter sha�l have soivent
welded joints. Main line �iping greater than three (3) inches in
diameter sha11 be JM Ring-Tite gasketed bell joint pipe, or
approved equal.
2. Pipe shall be made from NS� appraved Type I, Grade I PVC
campound conforming to ASTM resin spec�ficaiian D178�. Ali
pipes must meet the requirem�nts of Federal Specificatian S-21-
7a. '
3. PVC solvent-weld fittings shall be Schedule 40, 1-2; II-1 NSF
appraved conforming the ASTM test procedure D2466.
4. Solveni cement and primer for PVC solvent-weid pipe and fittings
�` shall be of type and installation m�thods prescribed by the
. . manufacturer.
`' 5. All PVC pipe must bear the foflnwing markings:
. . a. Manufacturer''s name.
� � b. Nominal pipe size.
c. Schedule or class.
� d. Pressure rating in RSI.
� e. NSF (National Sanitation Foundatian) approval.
f. Date of ex#rusion.
,, �. AI1 fittings shall �ear the manufacturer's name of t�-ademarlc,
material designation, size applicable 1PS schedule and N5F seal
� of approval.
�� B. PVC Non-Pressure Lateral Line Pipin�:
1. Non-Pressure bu�ied lateral line piping 3I4" in �iameter and above
shall be 5chedule 40 PVC with sol�ent-weld joints. Laterals 112"
in diame#er shall be Schedule 44 PVC with solvent-weld jaints.
' � C&B 0'i'1452 02810 - 7
8122102 Issued for Bids Landscape Irrigation System
�
2. Pipe shall be made from N5F appravec{, Type l, Grade I PVC
compound conforming to ASTM resin specification D1785. All
pipes must meet the requiremenis of Federal Specif�ca#ian PS-21-
70 with an appropriate standard dimensian ratio.
3. �xcept as noted in paragraphs abov�, pipe and fittings for PVC
non-pressure fateral line piping will be the same as far solvent-
weld pressure main line pipe and fittings as set forth in "PVC
Pressure Main Line Pipe and �ittings" above. �
2.3
2.4
,
ISOLATION BA�.L VALVES
All baq �alves shall be thermoplastic manufactured to ASTM F'f 970 and
constructed fram PVC Type I, ASTM D 1784 CEII Classifcation 1245� or CPVC
Type IV, ASTM D 1784 Cell Classification 23447. A!I O-rings shal! be EPDM or
genuine VitanO. All valves shall ha�e 5afe-T-ShearO stem with O-ring stem
s�al. All handfes shal! be polypropylene. All unior� nuts shall ha�e Buttress
threads. All seal carrEers shall be 5afe-T-Blocked0. A{I vafves shall be certified
by NSF International for use with potable water. All 112" - 2" valv�s shall be
pressure rated ta 235 psi f�r water @ 73° F. AI1 2'/z" — 4" and ali ffanged va�ves
shall �e raied to 150 psi for water @ 73° F,GATE VALVES
REMOTE CONTROL VALVES
� The remate cantrol valves shall be of the type shown on the drawings, and shall
be electrically operat�d, normally clased diaphragm type valves. Valves shal[ be
' slow opening and closing. Valves sl�all have a manual flaw confro! an� manuaf
, bleed plug.
� 2.5 QUICK COUPLING VALVES
' Tne quick coupling valves shall be of the typ� anc! size shown on the drawings.
2.6 R�MOTE CONTROL WIRE
A. Connections between the automatic controllers and the remote control
valves shall be made with direct burial copper wire AWG-U.�. 600 volt.
� Pilot wires shall be different color wire for each automatic cantroHer.
Common wires shall be white with� a different color stripe for each
= cnntroller. Install in accardance wit� autamat�c cantr�ller manufacturer's
, specificatians and wire chart. In na case shal! wire size be less than
AWG #14 U.F.
, B. All wire shall be installed according to local electrical codes and must
bea� UL appraved {Type L1F) for direct underground burial.
,
' c8�g o� 14sa a�s� o- s
8122102 Issued for sids Landscape lrrigation 5ystem
2.7 CONTROL WIRE SPLICES
Cantral wire splices shall be made with 3M-DBY wire connectors and sealant, or
an approved equal. Connectors shall be of the proper size to match the wire.
2,8 VALVE BOXES
Valve boxes for remote control val�es and isolaiion valves s�all be of type and
size as shown in details.
2.9 ROTARY POP-UP HEADS
Pra�ide rotary pop-up heads as indicated on the drawings. Rotary pop-up �eads
shall be installed in a cyclolac case. Heads shall pap-up until the nozzle is a
, minimum of 2" above ground level. All internal parts shall �e removable from
above graund. 5ee the IRRIGATiON LEG�ND on t�e plans for the performance
data.
2.10 HYDROMETER
The Hydrome#er shalf be a combination �lectrically activated valve and flow
' meter and sized as shown on the drawings. The Hydrometer shall be
, manufactured by Arad Lid. and be distributed by Interspec, LLC.
:�
�.
Contact for Intersaec, LLC.:
David Peters
523 W. Camp Wisdom Road
Duncanville, Texas 75116
Office: (972) 709-0741
PART 3 - INSTALLATION
i'�������?
�� � � � -� � �
3.1 GENERAL
A. Provide a complete and property func�io�ing automatic irrigafion system
as indicated herein and on the Drawings.
B. Unless ofherwise speeified or shown on the plans, fhe consiruction of
irrigation lines shall include excavation and backfill, the furnishing,
installing and testing or irrigation pipe and fittings, and electricai
conductors and all ather work in accordance with the plans and
specifications. The irrigation system installation shall be caordinated with
ather construction activities.
C. All valvas and ofher irriga�ian equipment shall ba located in planting
Iareas, uniess othe�wise not�d an the Drawir�gs.
c�B a� 1a�z o2a�o - s
8122102 Issued for Bids Landscape Irrigation System
�
.i
3.2 PIPE AND FITTfNGS
A. PVC pipe, couplings and fittings shall be handled and installed in
accordanc� with the manufacturer's recommendations. Each pipe length
shall be properly spaced in jointing to allaw for expansion and
contraciion. Piping will be snaked in trench as shown in the trenching
details. If necessary, stakes are to be used to make pipe snake in
trench. A11 stakes are to be removed, as fhe trenct� is backfill�d.
B. Afl laterals shaf! be installed with 12" minimum cov�rage over pipes at
finish grade and all main ]ines with at least 18° minimum coverage. All
lines shall have a minimum clearance of 6" from each other and from
lines of other trades. Pipe shall lie on a minimum 2" sand sub-base.
Paralle! iines shail not be install�d directly over or�e anoiher.
C. Ir�stali concrete thrust blacks as indicated on the detai�s in the drawings.
Bfocking s�all be a m�nimum of 1.5 C.F. each. Set concrete blocking
against undisturbed ear�h.
D. The interior of the pi�e shall be thoro�gF�ly cleaned af all foreign matter
before being lawered into the trench, and shall be kept clean during
� laying aperaiions by means of lugs or otl�er ap�raved methods. Ti�e pipe
; shall nat be laid in water, or when trench Qr weather conditions are
unsuitable for the work. Wafer snall be kept aut of the trench urrtil tf�e
joints are completed. When wark is not in progress, open ends af pipe
and fittings shall be securely closed so that no trench waier, earth or
' other substance wi11 enter the p�pes or fittings. Any p�pe that has the
grade or joint disturbed aft�r being installed shali be taken up and
relayed. Fittings at ben�s in the pape, ar�d at the end ofi fines shall be
' firmly wedged against the vertical face of the trench by means of
, cor�crete thrust blocks.
� E. Joints in a11 screwed fittings shall be made by applying teflon iape on
male threads. Use of pipe join� com�ound or similar substance is
� prohibited.
�. Aft�r ins�allafion, fhe lines will be flushed until they are free of rocks, dirt,
debris, etc., before fhe heads are instafled.
G. Pipes andlor sleeves placed underground and not immediately connected
#o other pipes shall be capped or plugged to prevent water and dirt from
entering the pipe. Sleeves for wires shalE be capped or sealed with
mastic tape after wires have be�n insta{led.
3.3 GATE AND REMOTE CONTR4L VALVES
A. Install all new �a1�es as indicated o� the plans or as may be re�uired for
the proper control of fhe piping systems in which they are incorporated.
' � Valves shall �e set vertically. Valves shall be set as shown on the
drawings and as appraved by the Ow�er's representative.
�
� C&B 011452 028'f 0- 10
81221Q2 Issued for Bids L.a�tdscape Irrigation System
r�
B. Contro! valves shall be adjusted to give the correct pressure at the spray
' head.
C. Teflon tape is to be used fln all male threads when installing valves.
D. A�'11 valve boxes are to be lefi in a clean condi�ion, providing ready access
ta vaSves.
,
3.4 QUICK COUPLING VALVES
Quick coupling valves sf�all be installed in a verk�cal position as shown in the
details and at iocations sh�wn on the plans.
__ , 3.5 R�MOTE CONTRO�. W IRE
A. Connect�ans between the automatic controllers and the remate controi
�al�es shall be made with �irect burial copper wire AWGU.�. fi00 �olt.
Pifot wires shall be different calor wire far each a�tomatic controller.
Common uvires shall be white wEth a different calor stripe for each
controller. Install in accordance with valve manufacturer's specifications
and wire chark. fn no case s�all wire size be less than AWG #�4 U.�.
B. A{I wire shal{ be installed according to IQcal efectrical codes and must be
insuiated with PVC and bear UL appraved (Type UF} for direct
, underground burial.
3.6 CONTROL WIRE SPLICES
' A. Only make wire spiicEs in valve boxes or junction boxes approved by the
. . Owner's representat�ve.
' B. "N�" Wire Splices will be permitfed between the "existing and
, proposed" hydrameters and the controller. Cantractor shall install a single
run of new wire from the existing h�ydromet�r servi�g Phase 1 to the
• � existing Irrinet controller.
` � 3.7 VALVE BOXES
�. .
Valve baxes shall be installed in an accessible place as shawn on plans. All
`� �alve box covers, valve boxes, etc. shall be placed so the edges are parallel or
;, perpendicular to adjacent hard edges. Top af all baxes shall be 1" above fir�isF��d
grade. Top surface of �oxes shal! be installed so that a smooth surface is
- created in relation ta existing grade.
�_, �
3.8 IRRIGATION HEADS
Irrigation heads shall be installed in plumb pasitian at intervals not to exceed
"' those shown and in the approximate location and configuration showr� on the
p{ans. Head swing joints, risers and flexible connectors shall be as shown on the
' ' C&B 011452 02810 - 11 "'
8/221p2 lssued for Bicis Landscape Irrigatian 5ystem
s
defails. All nipples shall be the minimum length required to aliaw irrigation head
adjustment mo#ior� without including load on the supply pipe. Irrigation heads
shall be installed as detailed on the plans.
3.9 HYDROMETERS
The Hydrameters shall b� installed as per manufacturer's specifications and
recommendations. lnstallation of Hydrometers will include any programming,
scheduling or start-up procedures with the existing cantroller and t1�e newly
instalied hydromeiers necessary by a representative af Arad Ltd. or lnterspec,
LLC.
3.10 TRENCH EXCAVATION AND BACKFILL
A. The Cantractor shall perform a11 excavafion to the dept� indicated in
these specifications and �lans. All axcavated material no# re�uired for fi�l
or backfill shal{ be remo�ed firom the site. The banks of trenches shall be
ke�t as nearly vertical as practicabl�. Trer�ck�es shall be wide enough ta
permit proper placing of pipe. Where rock excavafion is required, or
where stones are encountered in the bottam of the trench, tha rock or
- stones shall be rerno�ed to a depth of faur (4) i�ches minimum below the
, trench deptl� indicated. The over-depth rock exca�ation and al{ excess
trench excavation shall be backfilled with loose, moist earth or sand,
� � thoroughly campacted. Whenever soil, which is wef ar otherwise
incapable of supporting the pipe is encountered in the trench boftom,
such soil shall be removed to a depth and length required and the french
� backfille� to trench bottam grade as hereinafter specified, with coarse
sand, fine gravel or other suitable materiai.
,, B. Bottom of trench grade shali be continued past ground surface �eviations
� to avoid air pockets and lo�v colfection poir�ts in line. The minimum cover
` specifications shall govern regardless of variafions in ground surFacs
,, profile and occasional de�per excavatian required at banks and ather
#ield conditians. Excavation shall be suc1� that a uniform trench grade
+� � variation will occur in all cases where variations are necessary. In no
case sha11 the angle of deflection from ane pipe length #o another exceed
' � � 5 degrees.
I C. Trench excavation s�all cansist af the satisfactory remova! and
` disposition of al1 materials, and shall include all shoring and sheeting
;, required by state and local regulafEons to protect �he excavatian and to
safeguar� employees.
D. During �xcavation, materials suitable far backfilling shall be stockpiled �n
an orderly manner a sufficient distance back from edge af trenches to
avoid overloading and prevent slides ar cave-ir�s. No exca�ated
,
materials sha{I be placed wit�in or permitted to fall upon roadways.
' C&B 011452 02810 - 12
8122102 Issued for Bids l.andscape Irrigafion 5ystem
E. The trenches shall be carefully backfilled with the excavated materials
approved for backfilling, consisting or earth, loam, sandy clay, sar�d, o�
other approved materials, free firam large clods of earth ar stone. Rock,
broken concrete or pavements and large boulders shall not be used as
backfill maferial. The backfil! shall be tharoughly compacfed and evensd
off with the adjacent soil level. Any mate�ials not suitabie for backfill shall
be removed.from the site and disposed of.
F. Select fill dirt or sand sha11 be used if soil conditions are rocky. 1n rocky
areas the trenching depth shall be faur inches below normal trench
depths to allow for this bedding. The #ill or dirt or sand shal! b� used in
fillEng four �nches above t1�e pipe ar wires. The remaind�r of fhe backfill
shall contain no lumps or rocks larger ihan one inch. The top six incl�es
of backfill shall be free of rocks, subsoil or trash,
' f G. Backfill shall be placed in layers; the thickness of the layers shall depend
,. or� the nature of the material and the metnod of compactian used.
Compaction shalf be accomplished in such a manner as to assure that
° there will be no future subsidence.
H. Any trenches improperly backfilled, or where settlement occurs, shall b�
reopened to the depth required for compaction, ti�en filled and campacted
with the surface restored to the required grade and lef� in a completed
surface condition as described above.
All excavaiion and backfil! shall be unclassified and covered in the base
bid. No additional charges will be alfowed for rack �ncountered.
3.� 1 LEAK TEST
A. When the main line or sectians af the main line, laterals, swing joints and
�alves have been installed, the system (or section) wil{ be tl�oroughly
flus�ed. The sy�tem (or seciion} will then be pressurized far 8 hours at
the operating pressure.
B. All joints and connections shall be pressure tested and checked for lealcs
prior to backfilling.
C. All lateral lines, from the control val�e to the spray f�ead, shall be tested,
for an operating period of 8 hours by capping the pipe at the sprinkler
head and pressurizing the pipe. �
D. Any leakage found wil! be repaired and reteste� far another 8-hour period
prinr to backfilling_
3.12 CLEANING AND FLUSHING SYSTEM
After pipe, fittings, and valves have been instalfed and connections made to the
wafe� source, flush pipes several times until free of all rocks, dirt, trash, pipe
shavings or debris b�fore installing heads. After the pipe has b�ert thoro�ghly
C&B 011452 02810 - 13
8122l02 Issued for Bids Landscape Irrigation Sysiem
flushed, s�ar� installing the heads with the wat�r running, beginning with the one
nearest the valve and wflrking toward the ends of the laterals #orcing the water
and any debris left in t�e pipe out the last �ead cannection. After the heads
have been installed the system is to be operated several times before final
inspection. The heads shall alsa be cleaned or replaced if necessary befare final
ins�ection.
3,13 PLANT MATERIALS
WF�ere it is necessary ta excavate acijacent ta plant materials, the Con#ractor
shalE use al[ possible care to avoid injury to plants and plant roots. �xcavatian in
areas w�ere two (2) inch and larger roots occur sf�all be done by hand. All roots
twa {2) inches and larger in diameter, except directly in the path of p9pe or
canduit, shall be tunneled under and shall be heavify wrapped with burlap to �
prevent scarring or excessi�e drying. Where a trencher is run close to plants
having roots smaller than two (2) inches in diameter, the wal! of the trench.
adjacent to the tr�e shall be hand trimmed, making clean cuts through. Rants
one (1) inch and larger in diameter shalf be painte� wi#h fwo caats of Tree Seal,
or equal. Tr�nches adjacent to plant should be closed within twenty-four (24)
hours; and wherE this is not possible, the side of the trencY� adjacent to the plant
shall be kept shaded wit� burlap or canvas. No trenching shall occur within 8' of
existing t�-ees if heads occur c[oser than 8' to an existing tree, the lateral trenc�
shalf be cut radia{ to the trunk.
3.14 TEMPORARY REPAIRS
The Dwner reserves tF�e right to make temporary repairs as necessary to keep
ihe irrigation system eguipment in operating conditifln. The ex�rcis� of thjs rig�t
by the Owner shall not relieve the Cantractor of his responsibilitiEs under the
terms of ihe guarantee as herein specified.
3.15 CLEANUP
A. Make fiinal cleanup of all parts of the work before final acceptance. This
cleanu� shall include removal of all construction materials and
e�uipment, and in general leaving t�e site in an orderiy and finished
appearance.
B. T1�e Contractor shall also remove from the site any rock or extra soil
result�ng fram this contract an� he shall restore tne site ta its original
condition or better. �
END OF SECTION
C&B 011452 02810 - 14
8122102 Issued fpr Bids Landscape lrrigation System
SECTION p2830
CHAIN LWK FENGING
PART 1 - GENERAL
1.1 SECTI�N lNCLUDES
A. F�rnis� anc4 install chain link fence and gaies for fencing, dugouts and backstops as
shown on Drawings.
� .2 SUBMITTALS
, A. Furnish sho� drawings on fencing and gates. Submit samples an each camponent
part. -
1.3 QUALITY ASSl1RANCE
A. Fencing components shall conform to Chain Link �er�ce Manufacturer's Institute
(CLFMI) Product Manual (Siandard Guide for Metallic Coated Chain Link Fence and
� Fabric).
PART2-PRODUCTS
� , ,
2.1 F�NCING
A. Chain link of overall heights shown an Drawings when erected.
2.2 FABRIG
A. Afl chain link fabrfc shall be the size called fior and s�al1 be afuminum or galvaniz�d
caated steel chain Cink wire which shall stand a minimum tensile strength of 90,OQ0
- psi based upon cross sectional area of wire.
1
'' B. 6 foot higt� �fencing shail be No. 1'l gauge wire waven in a 2-inch mesh and all
.: fencing shall have knuckled sel�age,
�� C. . Wire Coaiing: Aluminum coating shall be a rriinimum of .40 aunce per square foot
of wire surface conforming ta ASTM A428-58 or galvanized coating shall be a
� minim�m of 2 v�nces per square foot o# wire surface conforming tfl ASTM A392
� Class II, Hot Dip Process after weaving.
' D. Fabric Test: Submit a manufacturer's certified test r�sult that zinc eaating material
,, is a minimum of 2 ounces p�r square foot of wire or that the aiuminum coating is a
minimum of .40 ounca per square foat of wire.
C&B 011452 Q2830 - 1
8122102 Issued for Bids Chain Link Fencing
i
2.3 TOP, B4TTOM AND MIDDLE RAII�
A. Fencing, 6 feet high: �,66 inch autside diameter galvanized pipe weight 1.35
paunds per foo#, with outside slee.�e type couplings at least 7 inches long, one
coupling in e�ery 5 ta have spring to take up expansion and c�ntraction of rail.
Fabric ti�d to rails every 24 inches with No. 9 gauge aluminum tie wires.
2.4 BRACES
A. 318-inch gak�anized rod trusses from line post back to the terminal post complete
with truss tightener.
2.5 PkPE
� A. Conform ta CLFMI specifications for Type I round posts: hot dipped galvanized with
a minirnum average zinc coating of 1.8 ozJsf ineeting ASTM F-1083 for standard
weight (Sched�le 40) gafvanized pipe. Pipe �rovided in following nominak sizes
shall meet following CLFMI specifications for Type � Pipe:
Nominaf
Pipe Size
(inches)
2 inches
3 inches
4 inches
2.6 LINE POSTS
Ou�side
Diameter
{inches}
1.90
2.875
�.ao
Weight
Per Foot
(Ibs}
2.72
5_79
9.'[ 0
A. All line posts shall conform to the specifcations and canditions as shown an
' Drawings.
i,
B. 6-foot fence shall have 2 inch diameter nominal Schedule 4Q, galvanized fine posts.
C. Spacirtg of line posts shall not exceed 'f 0 ft. on center.
D. Posts shall 1�e equ9pped with hot dipped malleable galvanized iran ar pressed steel
cap of manufacturer's design. A!I caps shall match.
, �,
I �,
E. Line posts to be equipped with No. 9 gauge aluminum wire t9es on 14-inch centers.
2.8 TERMINAL POSTS
A. End corner and pull posts for 6-foot fencing sF�all be 3-inch ga[�anized pipe as
, specified. Posts to be equipped with 114-inch by 314-ir�ch tensian bar, #11 gauge
by 1-inch wide tension bands and 3!$-inch diameter carriage bolts and nuts; bands
on approximately 14-inch centers. Posts to be equipped with hot dip galvanized
malleable cast iron or pressed steel cap of manufacturer's design.
C&B D11452 OZ$30 - 2
8122102 Issued for Bids Chain Link Fencing
2.7 SWING GATE FRAM�
A. Raund tubular members, welded at all corners. W�lded joints shall be coated in
accordance with Practice A 780, employing a zi�c rich paint.
� 2,$ GATE POSTS �
A. For Gate Fabr�c He�ght of 6 feet or less and a Gate Leaf Width up to fi feet: 3-inch
galvanized pipe as specified.
2.9 GATE FABRIC
, A. Same type as used in adjoining fence co�structian. Securely attach ta frame at
intervals not exceeding 15 inches.
2.10 GATE HINGES
A. Structurally capable of supporting the gate leaf and allow t�e gate to open and close
� without binding.
B. Permit the gate to swirig a full 180 degrees.
2.'{ 1 SENGLE GATE LATCH
•� A. Capable of retaining the gata in a closed position and include pravision for a
pa�lock.
� � 2.12 BACKSTOP
' A. Backstop framing shall have connectians as showr� an Drawings and shall car�form
�, to the siz�, dimensions and ma�erials shown on Drawings.
� 2.13 C4NCRETE POST FOOTINGS AND EDGING
'' A. All concrete used shall be 3,000 psi at 28 days using 5 sacks of cement per cubic
.. yard of rrtix with a maximurrE of 7 gallons af water per sack. Concret� work shall
cQnform to Sectior� Q3300.
2,14 TOLERANCE
�= A. Standard mill tolerance on all framewark m�mbers and cha�n link fabric wilf apply.
, ; PART 3 - EXECUTION
3.1 I NSTALLATION
C&B D11452 02830 - 3
8/22IO2 Issued for Bids Chain Linic Fencing
A. I�stall fence by skilled and experienced fer�ce erectors and on lines and grades as
shown on Draw�ngs. All posts shall be set plumb, and as indicated on Drawings.
" Top rails shall run with fin�sh grade with no discernabie humps, valleys, or ber�ds.
3.2 COORDINATION
A. Coordinate work as to lacation of posts and timing of post pfacement. All post
foatings shali be 4 inches below finished concrete surtace or finish grade, as
applicable.
3.3 WEI.DING
A. Afl welds shall be flush ar�d free of sharp edges, spurs, we�ding flux, etc., and shall
conform to AWS "Code for W�lding in Building Constructian." All welds shall be
coated with cold ZRC galvanizing compaund_
3.4 FABRIC
A. Place fabr'rc on inside of bas�t�all field.
END OF S�CTiON
�
.6
G&B 011452 02830 - 4
8122102 Issued for Bids Chain Link Fencing
�
SEGTION 02870
SkTE FURNISH[NGS
PART I - GENERAL
1.01 DESCRIPTfON
Furnish and supply all labor, equipment, materials and incidentals necessary to
•• assemble, install and otherwise construct park equipment as listed under praducfs.
1.02 RELATED WORK
A. Section 03300 - Cast-in-Place Concrete.
, B. S�etion 07920 - Caulking and Sealants
� 1.03 QiJA�ITY ASSIJRANCE
� A. Afl equipment shaf! be free of sharp edges and corr�ers, ar extremely raugh
surfaces.
B. AI{ materials shall be new and conform ta all standards as specifisd.
C. The bidder shall be responsible for defects in equipment due to faulty materials
; or manufacturing, damage or loss.
�� D. Metal shall be straight or at design radii or bends, without kinks, and shall be tr�e
� to sha�e.
'' E. Codes and 5tandards: Ali "accessible" site furnishings shail comply with ti�e
.. current Texas Accessibilitv Standards (TASy of the Architectural Barriers Act,
Article 9102, Texas Civil Statutes (512) 453-3211.
.,
�
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
�� A. Protect from incl�ment weat�er: wet, damp, extreme heat or cold.
�� B. Store in a manner io prevent warpag� and/or bowing.
1 �
1.05 JOB CONDIT[ONS
,, A. The contractor shall be responsible for �rotectian of unfinished wor�c and shal! be ,
r�sponsible for the safery of park users utilizing unfi�ished equipment.
�
C&B 011452 o�a7o - �
8122102 Issued for Bids Site Furn9shi�gs
PART 2 - PRODUCTS
' 2.1 PLAYERS BENCHES
A. Benct� with back — 8' length, surface mounted with manufacturer sup�lied
expans�on anc�or bolts. "Tuff Clad" ex�anded metal bench with PVC coating,
Model P1$42 as manufactured by GameTime ar approve� equal. Colors io be
selected by Owner. �pti�/ �� s�'' �
v
�l��� ,���./
PART 3 - EXECUTION �I �
3.01 INSTALLATION
_ , A. Fasteners: All nuts and balts shall be upset and tack welded to prevenf
disassembly_
B. Manufacturer's Instalfation Instructions: The Contractor shall foflow the
manufactur�r's installation instructions and give the Landscape Architec# the
instructions for fi{ing, �anless otherwise stat�d. Set furnis�ings level and plumb.
� �
END OF SECTION
C&B D11452 0287p - 2
81221D2 Issued for Bids Site Furnishings
SECTION 03300
CAST-IN-PLACE CONCRETE
PART � - GENERAL
1.01 SCOP� OF WORK
A. Concrete Sidewalk
� B. Concrete Handicap Ramps
C. Concrete Walls and Faotings
D. Related work �lsewhere: Secfion 07920 — Gaulking and Sealants
1.02 QUALETY A55URANCE
Reference Specifications: The work under this division af the Specifications shall
� � canform gen�rally to the requirements of ltem 314 -"Cancrete Pavemenf", ltem 406 -
"Concrete for StructUres", and Item 41 D—"Concrete 5tructures" of the City of Fort
Worth's Standard Specifications for Strest and St�rm Drain Construetion.
�,
PART 2 - MATERlALS
� 2.01 FORMS
Farms sh�ll be of ample sir�ngth, adequately braced, joined neatly and kightiy and set
exactly to established line and grade.
2.02 RE{N�ORCING MATERIALS
Reinforcing Bars: R�infarcing hars shall be raur�d deformed bars meeting the
r�quirements of the current standard Specificatians for Intermediafe Grade Billet Sieel
Concrete Reinforcing Bars of the A.S.T.M. Designation A-61 �. Reinforcing bars at the
time the concret� is placed shall be free fram rust, scale or other coafings that will
destroy or reduce the bond. General reinforcing bars sF�a[I be nwmber three bars spacec�
18 9nches on center in walks and 92 inches in slabs as sY�own on Plans.
2.03 CO�ICRETE MATERIALS
A. Cament: Portland cement shall meet #n� requirements of A.S.T.M. Specifications
Designation C-150 and sha[I be Type 1.
B. Aggregates; Cancrete aggregates shal{ consist o�F gravel or crushed stor�e and
shai! �e free from any excess amount�of salt, allcali, v�getative matter or other
objectionable materials. The aggregate shall b� well graded from fine to course
and the maximum size shall be one inch . Fir�e aggregate shall consist of sand
C. Water: Water used in mixing concreie shall be clean and free from deleterious
amaunts of acids, alkalies, vegetative matter or organic rr�aterial. The concrete
shall be mixed in an approved batch mixer. The mixing time shall not be less
than one minute after all tF�e batch materials are in the mixer. Cement cantent
shall be not {ess than five sacks per cubic yard of concrete and shall have a
minimum 28 day compress�v� strengih of 3,000 psi.
C&B D11452
81221D2 Issued for Bids
03300 - 1
Cast-in-Place Concrete
d. Mixing: T�ansit mix�d concrete shall meet al1 the requirements for ca�crete as
specified above. Sufficient transit mix equipment shall be assigned �xclusively fo
the project as required for continuous pours at r�gular intervals wit�out stopping
or interrupting. Concrete shall not be placed on the jab after a periad of 1 112
�ours after the cement has been placed in the mixer.
2.04 RELATE[3 MATER{A[.
A. �xpansion Joint Filler: Expansian joint material �hall be one inc� clear heart
redwood vvith cap and paved cross section as shown an the plans
B. Dowels: Dowels for expansion joints shall bE number four smooth raund steel
bars with expansion tubes as shown on Plans. Dowels shal! be placed eighteen
inches on center or as shawn on Plans.
C. Curing Compound: The membranous curing compound shall camply with th�
requirements of A:S.T.M., Designation G309, Type 2, white pigmented.
�. PVC 5leeves: The Contractor shall furn�sh and i�stall fflur inch class 200 PVC
�ipe slee�es under concrete walk as shown on plans and details.
E. Caulking and Sealants — See Section 47920
2.0� CONCRETE MIX DESIGN AND CONTROL
A. Mix Design: The concrefe shall cflntain not less than five sacks of cement per
�� cubic yard. Tatal wa�er shall nat exc�ed se�en gal{ans per sack of cement. The
rnix shal[ be uniform and workab�e. The amount of course.aggregate (dry-loose
�� volume) shall r�ot be more than 85 percent per cubic yard of concrete.
The net amount of water will be the amount ac{ded at the mixer plus the free
wat�r in the aggregafe flr minus the amount of water needed fo c�mpensate for
absorptian by the aggregates: Free water ar absorption determinations will be
based on the car�ditian of the aggregates at �he time used. Tha absorption test
wil] be based an a thirty minute absarption period. No waYer allowance will be
made for evaporation after batch�ng.
B. Slump: When gauged by the standard slump test, the settlement of #he concr�te
sf�all nat be less than 3 ir�ches nor more than 5 inches, unless otn�rwise
indicated. .
C. Quality: The concrete shall be designed for a minimum compressive strengfih of
3,000 pounds per square inch at the age of twenty-eight days using a� sack mix.
�
C&B 011452 033D0 - 2
8122102 lssusd for Bids Cast-in-Place Concrete
D. Con�rol-Subrnit�al: Within a period o� not less than ten days prior to the stark of
concreie �peratians, the Contractar shall submit to the Engineer a design af the
concrete mix proposed to be used tagether with samplas of all materials ta be
incor�orated inta the mix ar�d a full description of fhe source of supply of eacF�
material component. The design of the concrete mix shall conform with th�
pravisions and limitation requirements of these specifications. All r�ateriai
samples submitfed ta the Engineer shall be sufficiently large to permit labnratory
batching far the construction af t�st beams to chsck the adequacy af t�e design.
V11hen the design mix has been approved by the Engineer, ther� shall be no
Ghange or deviatiori from the propor�ians t}�ereof or sourees of supply except as
hereinafter �ravided. No concrete mav be r�laced or� the iob sife until the mix
desiqn Fras been appraved bv the Enaineer in writinq to fhe Contractor.
PART 3 - EXECUTI�N
3.�1 REINFORCING
Meta! reinforcing shall be accuratefy placed ir� accordance with the Plans and shall be
adsquately secured in position by concrete, metal, or plastic chairs and spacers. Bar
splices si�all overiap at least twelve inches. The re-bars shaH be ben# cold.
3.02 JOINTS
A. Expansion Joir�ts: Expansfon joint materials snall be installeci perpendicular to
tF�e surFace. The bottom edge of the material shall �xtend to or slightly below the
bottom edge of the slab and the top edge shall be held appraximately 112 inch
below the s�rfac� of the slab. The edge ofjoints shall be tooled with an edging
_ tool having a'[I4 inch radius.
,, B. Contraction Joints: Cantraction joints shall be 114 inch wide by 1 inch deep,
tooled joinfs placed an six foot cen#ers, unless otherw9se indicated. Contractian
� jaints will not be required ta be sealed. Sawed joints may be allowed only if
� specifically appr�ved by the Engineer. Joinfs will be sawed as soon as 5awing
can be performed wi�hout stripping aggregate from the concrete, generally wifhin
twelve to twenty-four F�ours after placement, and they shall b� completed befare
uncantrolled cracking of the pavement takes place.
C. Constru�tion Joints: Construction joints shall be instalked in all concrete worl� at
the locations shawn on the Plans, Construction joints formed at tne close af
each day's work shall bE located a# any of the con�rol joints designated on the
Plans. Joints may t�e consfructed by use of wood or preformed metal bulkheads
set true to the section of the finished concrete and clsaned and oiled. Surplus
concrete on the subgrade shall be rerr�oved before resuming concreting
operations.
��
�
� � C&B 011452 Q33�0 - 3
8122102 Issued for Bids Cast-in-Plaes Goncrete
3.03 PLACING CONCRETE
Placement �f Concrete: Tha concrete shall be rapidly deposited on the subgrade
immediately after mixing is completed. Subgrade and fiorms shall be dampened prior to
�lacement of the concrete. The cancreie shall be transported, placed and spread in
suc� a manner as to prevent segregation of the aggregafe or an excess amount of water
and fine rriateriais to 1�e �rou�hk to the surface. No concrete shall be placed when the
air femperature is less than forty degrees Fahrenheit nar when th� temperature of the
concrete is eighty-five degrees Fahrer�heif or higher, without appro�al a� Canstruc#ion
ins�ector.
Placemenf shall be carried on at such a rafe that the concrete is at al1 times plastic ancf
flows readity into the space between �he bars. Na cor�crete that has parkiaHy hardened
or tnat has been cantaminated by foreign mat�rial shall be deposiied jn the work nor
shall retempered concrete be used. Each secfion of pavement between expansion and
construction joinis shall be plac�d monalithically,
All concrete sha11 be thoroughly compacted by suitable �neans during the operation of
placing and shakl be thoraughly worked around reinfarcement and emb�dded fixtures
� and into the corners of the forms, Special care shall be taken to prevent voids and
honeycombing. The concret� shall fhen be struck ofF and bull-floated to the grad�
shown on the Plans before bleed water has an apportunity to collect an the surface.
3.0�4 �INISHING
All concrete shall be'finished by experienced, qualified concrete finishers. A!1 cnncrete
shall have a neat, rounded edge. Edging and jointing {radius described on Plans) shal{
�, be aceompli�hed with care so as not to leave.deep im�ressians in the concrete surface
� adjacent ta edges and joints, After the concre'te has been floated and has set sufficiently
ta support the weight of cement finishers, a smooth stEel trowel will be used to produce
� I�ard surFace. The entire surtace wil{ then be brushed with a stif# bristle broam to
produce a uniform tex#ured finish. All edges and sides of cancrete exposed to view shal�
be free of warp and bl�mishes with a uniform texture and smoathness as described in
� P{ans.
3.05 CURING
� Curing Compound: Immediately after the finishing operations, the concrete shall be
campletely covered with a curing compound. Ti�e concrefe surface shall be kept moist
� between finishing operations and the application of the curing compaund. The curing
campaund shali be applied under pressure by means of a spray nazzfe at a rate n�t to
exceed 2D0 square feet per gallon. A minimum af 72 hflurs curing time will be required.
3.OG CONCRETE WA�.LS
� � A. Placing Cancrete �
1. Where tremies are used, or where the firse drop is 5'-O" or more, and
:� through reinforcement, use a dumping box ar board, moving the concrete
;_ therefrom iay shoveEs or hoes.
2. De�osit concrete so that the surface is kept I�ve� throughout, a minimum
being permitted to flow fram one pasition to anather, and place as rapidly
, I as practiicable afiter mixing.
3. Do nat �se in this Work any concrete not placed within 34 minutes after
� lea�ing the mixer.
C&B 011452 03300 - 4
8122102 Issued fior Bids Cast-in-Place Concret�
4. Thoraughly work concrete around reinfarcement and �mbedded fixtures,
and into corners of forms, durin� placing operations.
5. Completely campact with tamping pal�s ar�d by tapping forms until the
� concrete is thoroughly campact and without voic�s. Determine the number
�f tampers needed by the amoun# anc� method of placing concrete.
6. Exercise care to tamp concrete vigorausly and tharaughly to obtain
max�mum density.
7. Use manual tampers as well as mechanical vibrators.
a. Exercise care to direct the qu9ck handling of vibrators from one
` position to anot�er.
b. Do not over-�ibrate concrete.
� c. Da nnt mave concrete �y use of vibrator.
B. Finishing
1, AI! formed surfaces exposed ta �iew shall have a smoo#i� farm �inish.
�. 2. After concrete has beEn properly placed and cured, sand6fast fin�sh if
indicated on fhe plans and per specification Section 03354.
R 3.07 PROTECTlON
After concrete is placed, finished and cured as required, permit no traffic #herean �or
three days thereafter and further pratect tl�e surfaee fram damage due to other causes.
EN� OF SECTION
�
C&B 0114�2 03300 - 5
8122102 lssued for Bids Cast-in-Place Concrete
SECTION 07920
CAULKING AND SEALANTS
PART I - GENERAL
1.01 DEFINITIONS:
A. T�e term "sealant" ar "sealing" shakl refer to exterior joints exposed to weatf�er
or inierior joints exposed to moisture. When "sealant" is used in an outside
joint in aluminum or steel frames, "sealant" shall be requ�red on the inside j�int
also.
, B. The term "caulk" or'caulking' (calking) shall �efer to interior joints not normally
exposed to weather gr moisture conditions.
1.02 SUBMITTAL:
A. 5ubmit to Owner's representative manufacturer's literature, specification data,
and. color chart for all materials proposed for tF�is project.
B. Identify their use and locatian.
'' 'f .03 GUARANTEE: The Contractor shall provide the lnspec#or a manufacturer"s written
,� guarantee on all joint sealing materials. The manufacturer shall agree to provide any
replacement material free of charge ta the City. A1so, the Cantractor shall provide the
- Engineer a wr�tten warranty an all sealed joints. The Contractar shall agree to replace
any failed �oints at no cost ta the Ci#y, Bot� warranties shalf be for one year after final �
� acceptance af the eomplete� work by the Engineer.
PART 2-PRODIJCTS
� 2,01 SEALANTS: As manufacfiured by Pecor� or approved equal.
�� �
A. Concrete-to-Concrete (Horizontal Joinf}: NR-201 with primer.
�- � B. Masonry-ta-Masonry or Concrete-to-Concrete {Vertical): Dynatrol il
2.a2 PRIM�RS: Type as manufaet�red by manufacturer of sealing or caulking material and
d, completely compatible with compound.
2.03 JD1NT BACKING: Rods or tape in sizes and types as �ecommended by manufacturer
,, af sealing or caulking maferial, and completely eompatible witf� compound.
C8�6 011452 07920 - 1
81221D2 Issued for Bids Caulking and Sealants
PART 3 - EXECUTION
3.D1 GENERAL:
A. Woric sha11 be performed by experienced mechanics skilled in ex�cutton of type
of work required and in application of specified materiafs.
B. De1[ver materiaEs ta job site in origir�al containers with manufacturer's name and
brand clearly marked ther�an.
C. When perimeter joints aro�nd frames that are to be caulked do not have built-in
stops or other means to �revent depth of eompound from exceeding 112 inch,
pack joint with back-up materials af eorrect type and to th� depth as necessary
to provide minimum 318" and maximum 112" d�pth of compound.
D. Materials and methods shall be as specified herein, unless ihey are contrary to
approved manufacturer's directions ar to approved trade pracfice; or unless
Contractor f�elieves they will not produce a watertight job which he will
guarantee as required. Where any �ar� af �hese conditions accur, Contractor
shafl notify Architect in writing. �eviation from procedure specified will �e
permitted only upon Architect's appra�al and providing that wark is guaranteed
' by Cantractor as speci�ied.
E, lf, prior to beginning work, Contractor does not notify Architect in writing af an�y
; proposed changes, it will be assumed that he agr�es that mate�ials and
, methods specifi�d wil� produce results desired, and that he w�ll furnish req�ired
guarant�e. �
3.02 PREPARATORY WORK:
A. Where weather malds, staff beads, etc., do not form integral part of frames to
be eaulked, but are removable, remove same priflr to caulking, execute
caulking, replaca molds, etc., and poir�t.
B. Clean al! joints, etc., that are to be caulked or seal�d, prior to executing work.
, 3.03 PRIMING: Wher� conditions of joints sa require, or wher� iypes of materials used
adjacent to joints so require, or when compou�d manufacturer's recommendations so
� require, clean and prima joinis before starting caulking. Execufe priming operations in
strict accordance with manufacturer's directions.
;. 3.Q4 JOINT BACKING: .loint backing shall be installed in all joints to receive sealants.
Backing shall be sized to require 20% to 50% compression upon insertion, ancf shall
be placed so that sealant depth is approximately � 12 joint width. In joints not of
o, sufficient depth to allow backing, install bond breaking tape at back of jofnt.
3.05 APPLICATION: Apply sealant and caulfcing material under pressure to fill joir�t
cQmpletely, allow�ng no air pockets or voids. Too1 the �oint surface to compress the
compound inta ihe ja�nt.
C&B 011452 0792D - 2
8122102 Issued for Bids Caulking and 5ealanfs
�
3.06 THRESHOLDS: Place all exterior door thresholds in a fill bed of sealant during setting
procedures.
3.07 CLEANING: Cl�an adjacent surfaces free of caulking and sealant and clean all wo�k of
other trades that has in any way b�en soiled by tF�ese operations. Finished work shall
be left in a neat and clean conditian.
END OF SECTION
�
C&B 0'E 1452 �792Q - 3
8/22102 Issued for BEcis Caulking and Sealants
, _�
SECTION 10420
PLAQUES
PART 1 - GENERAE.
1.1 SECTION INCLUDES
A. Permanant Bronze Plaque
1.2 RELATED S�CTIONS
A. Section Q3300 - Cast-ln-Place Cancrete.
1.3 SUBMITTALS
A. Shop Drawi�gs: Indicate plaque styles, lettering font, foreground and
backgraund coiars, locations, overaEl dimensions of each plaque.
'� .4 QUALITY ASSl1RANC�
A. Manufacturer Qualifications: Company specializing in manufacturing products
specified in this saction wiff� minimum five years dacumented experience.
1.5 PR�-INSTAL.LATION CONFERENCE
A. Review location �f plaques wiih owner prior to installatian.
1.6 DELIVERY, STORAGE, AND HANDI.ING
A. Handle plaques in order not to damage or mar surFaces at signs or adjacent
finish surfaces as applicable.
B. Prevent cantact with material that may cause corrosion, discoloration or staining.
C. Store plaque mat�rial in a safe, dry, abo�e-ground
1.7 SEQUENCING AND SCHEDULING
A. Coordinate installation with adjacent finish materials in manne� not to destroy
adjacent surfaces �
PART 2 - PRODUCTS
� 2.1 PLAQUE MANIJFACTURER
A. Southwell Campany, San Antanio, TX ar appro�ad equa[_ (8D4) 950-SQ68
C&B 011452
$122102
10424 - 1
Plaques
� ,
d,
� a �
2.2 BR�NZE PLAQUE
A. Bronze plaque cast of virgin ingQts (85-5-5-5 standard U.S. Brvnze Allay).
B. Casting free of pits and gas hales.
C. Flush bevel border and raised letters: satin #inish.
D. Backgrour�d: leatherette texture, dark oxide color.
E. Concealed stud mounted.
�'. C�em�cally cleaned and sprayed with tw� caats o# ciear acrylic lacquer.
2.3 FABRICATI�N
A. Make join#s, miters, and connections tight and free of noticeable fractures.
B. Fabricate to fully conceal fasteners.
PART 3 - EXECUTION �
3.1 EXAMINATION
A. Verify that areas are ready to re�eive plaques. Verify proper location of cast-in
anchors.
B. Not�fy AIE in writing of unacc�ptable conditions in surfaces or substrates.
C. Commencement of installatian indicates acceptance of cor�ditions.
3.2 INSTALLATI4N
A. fnstall plaques in accordance with manufacturer's instruciions, Avo9d warps,
buckles, distarkions, opening u� of joints, ar overstressing of welds fasteners.
B, Locate and instalf plaques in locations as indicaied on Drawings in accordance
with approved shop drawings
C. Plaque Installatian: Set plaque an concrete �ase and secure with concealed
anchars. Secure joint between module and base. Er�sure that ur�it is square,
Ie�eE, and plumb.
C&B 011452
8/22102
10420 - 2
Plaq�es
3.3 CL.�ANING
A. At completion of installation, clean exposed surfaces in accordance with
manu#acturer's instructions.
3.4 PROT�CTION
A. Protect installed pla�ues fram damage and vandalism until acceptance by
Owner.
3.5 SP�CIFICATION ATTACHMENTS
A. Plaqu� Detail: see attachment following sectian.
END OF SECTION
,�
,,
:,
C&B 011452
8122102
1042Q - 3
Plaques
N6TF5�
1. F I NAL WORD I iVG OF TEXT SHAL�. BE DETERM I NED
BY 7ME C I 7Y DF FORl' WORTFi.
2. LAYOUT AHD ARTWDRK BY CONTRACTOR.
i
- ?.
ti
� �
I �
1
1
— �
0
�
PLAN VIEW
:
� ,
� �
2� -4„
V
.
�, z. _a„ �
FAR NORTH
COMMUNITY PAR��
�
SPONSDTiHb HY T'H6
CTTY O�` �QRT WORTH
RAISED LETTERS
wrr� Fz�rronafl ASSISTANCH THRdUGEI 'TI� � FOIdT� T IMES R4MAN
TEXAS PARKS AND
WTLDT.]'FE DEPART'MFNF J/4" WIDE B�V�A�.EQ EDGE
�
._
---- -- --�BRONZE PLAQU� -
MOUNTED TO 12"
THICK CONCRETE BASE
eRaNt� P�aQUE -
MOUNTED 70 �2"
THECK CONCRE7E 6ASE
�1" X 1" CHAMFER
r GROUNa LINE
♦... • . • . . . . -�. �
�A�• 4, . .�1.�����-. . P -�.• �. �
,�� ,' , '�-"" .,�� "d� 6�.-'.-.�4�'i ��:,? '�...-ti •�.:q�*n ,0�' V � — — �
'�o.'°.'a"o.'�.',ti.:e. .-b,,°•,�.;o:° .�,.�; ',:a:,p;.�..p:a.
�0`�4� �e_=�e .; :••,'w�: �d,'•�� 9; a4:a�� ;;.;�". �4 BAIRS �
.�..�- . p. ,• `..C.••;A,'. '.D•. , �.�G.' .P '- '.'p..' ryu CL.R.
�p•.e:n.:�;,'a.��.'; �p,•,'Q:o.fa•�,'a,•p' ��•,'o:u•rp;,o' c
.;'p �.A ,�� .:p ;,p'.;.. �: .: p �p :., .'p;.p �.,.: P,. .� � : � '\ "O � .
`���.c}n��: ���6, ��s�:� .i= r`�f�j"n
� • ,D. .� .�- : p. .i .� - • `'�
•p;. •►' . . . '4:. . . 'A: '►' .
�\ . \� . . . ..`,`� .,. ��\� � � .\,, ,. � ,\ . ` �,
����'�`��'�\���`������ ������ .
�. � _
COMPACTEd
SEGT I ON suacRao�
� P�RMAN�N� P�RK P�C�U�
N.T.S.
�..o
f. ..... ,.
SECTIDN 10430
TEMPORARY SIGNAGE
I Y
PART 1 - GENERAL
1.1 SECTkON iNCLUDES
A. Temparary Canstructian Sign
1.2 RELATED SECTIONS
A. Section 03300 - Cast�ln-Place Co�crete.
1.3 SUBMITTALS .
A. Shop Drawings: Indicate sign styles, lettering fant, foregrourid and background
colors, locations, averall dimensions ofi each sign.
1.4 QUALITY ASSURANCE
A. Manufact�rer Qualifications: Compar�y specializing in manufacturing products
specifi�d in this sec�ion with minimum five years documented experience.
1.5 PRE-INSTALLATION CONFERENCE
A. Review location of signs with owner prior to installation.
1.6 DELIV�RY, STORAGE, AND HANDLING
A. Handle signage ir� order nat to damage or mar surFaces of signs or adjacent
finish surfaces as applicable.
B. Prevent cor�tact with material that may cause corrosion, �iscolora#i�n or staining.
C. Store signage mat�rial in a safe, dry, above-ground
1.7 SEQUENCING AND SCHEDULING
A. Coordinate installa#ion with adjacent firiish materials ir� mann�r not to destroy
adjacent surfaces
PART2-PRODUCTS
2.1 TEMPORARY SIGN
A. Painted sign on exterior plywood by a prafessional sign painterlfa�ricator.
B, Single sided sign face 4 feet x fi feet.
C&B 41 '! 452 1 D43p -'i
g�2��p2 Temporary Signage
�
0
C. Mount on (2) 4"x4" waod posts. AIlow for a minimum ground clearance of 4 feet
io sign.
D. Sign face: white paint with bfu� border and lettering in PM5 288.
E. Font: Pr�ject title, descriptive text and completion date to b� Heivetica.
F, City of Fort Worth fago is available in a vectar format from the City of Fort Wor�h
R�prographics Department. All copy is in PMS 28$.
PART 3 - EXECLJTION
I . <3.1 EXAMINATION
A. Verify tha� areas are reacfy to recei�e signage.
B. Notifiy owner in writing of unacceptabfe conditions in surfaces or subs#rates.
C. Commencemant af installation indicat�s acceptance of condit�ons.
3.2 INSTALLATION
A. Install signs in a�cordance with gaod construction practices. Avoid warps,
buckles, distortions, opening up of joints, or overstressing of fasteners.
• B. Locate and install temporary sign in locatian as indieated on Drawings in
accorda�ce with approved shop drawings
, C. Temporary Direct Burial Instal�afians: Bore required holes to diarneter at leas�
four times as large as largest post cross-section and to minimum depth of 36
incE�es be{ow-grade. Backfill around post and ensure unit is $quare, lev�l, and
plumb.
D. Temporary Support 1ns#allaiions (Con�ractor's Option): Fabricate support
members and provide adequafe sand bag counter wsights to ensure that sign is
' stable and adequately.supported. E�sure that sign is sc�uare, level and pfumb.
�
3.3 REMOVAL
A. Remove temporary signs at th� corr�pletion of the pro�ect. Repair all impacted
surFaces. Topsail and seed all disturbed areas.
3.4 PROTECTION
A. Protect installed signs from damage a�d vandalism �ntil project completion.
C&� 011452
si2zioz
� oa3a - z
Ternporary Signsge
3.5 SPECIFiCATI�N ATTACHMENTS
A. Temparary Sign Face Graphic: see attachm�nt following sectian.
,�
+ r
END OF SECTION
�
C&B 011452
8/22102
1 D430 - 3
Temporary Signage
_ r . _ . � . . , , � ,. , . - � - - -
�������T��
-� �r , ��.�..-
_t � ��,�
��r�
� �.� N����i C or�:m����t � �.�1�� ]P��.s � �I
�
Caty o�' ]��� W�r�h �c� Texas �a.��s �nd Wnld���'e ]Depa.ri�n.ent Acquisi�b�� a�d Deve�oprr,en�
C�ra.�t ]P�o�ec� 50-002�6
� ��o�osec� �`�.cilA�ies ix�c��d�e:
�i �'��.i�, �.t�a�etic �'ie�ds, ix�l��e sk�.�e/b�.sl�etba�� c��rt
Scl�e���ed C��p����or� ��1� 2403
$1,�000,0�0 �� f�ds f�r ��is �'hase �f ��.� �proj e�� a���cated tl�ro�g� �. 50% 11��.�ch �n
ft�.md�im.g �ss�stance �ror� ��e Te��s l�e�r��tioa� ���1 P�rl�s A.ccv�n�t �r�d �. 50% x�.�.ich
� f�om tl�e � 998 ��.�pi��.l I���ave�er�� P�ogr�r�
e
.�
.�
�l,
,�
SECTION '13�25
BLEACHERS
- �
PART 9 -GENERAL �
1.01 SECTfON INCLlJDES:
A. Design, fabrication and installation of continuaus angfe frame bleachers.
B. Pravide guardrail system above wt�eelchair accessible spaces to match appearance af
existing bleachers installed in Phase 1 Construction.
1.02 R��ERENCES
A. ASTM A36 - Specification for Structura� Steel.
B. ASTM A'I23 - Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steei
Products.
C. ASTM A307 - Specificatian for Carbon Steel Bolts and Studs, 60,400 psi Tensile.
D. Texas Accessibiliiy Standards (TA5).
1.03 SUBMITTALS
A. Shap Drawings: 5ubmit shap drawings sealed by a Texas registered prafessional
engineer indicating location, size, details and quantity of a!I steel, aiuminum, and wood
components.
'i.04 QUALITY ASSURANCE
A. Codes and Standards: Desi�n, fabricatian, and instalEation shall be in accordance with
applicable codes, regulations, and handicap requirements. Comply with 20a0
international Building Cod�. -
B. Manufacturer Quali�cations: Minimum 10 years experience in the design and
manufacturer of bleach�rs.
C. Manufacturer Instafled Quaiifications: Employ persons trai�ed and experienced in th�
installation of bleachers. �
� - - � - -
D. Welders: AWS certified. ' � ' '
PART 2 - PRODUCTS
2.01 MANLJACTURER
A. Sturdisfeel Compa�y, P.O. Box 2655, Waco, Texas 767a2-2655. Phon�: (800} 433-
3116, Fax (254) 666-4472. Or approved equaL
C&8 011452
8122IO2 fssued for Bids
93925 - 1
Bleachers
�
2.02 C�NTINUOUS ANGLE FRAME BLEACHERS
, .
A. Size: Length and number of rows as indicatec! an plans.
B. Design: Des[gn shall b� in accordance with American Institute of Steel Construciion
and Specifications for Alumir�um Structures.
C. Design �oads: Comply with folfowing laads, unless lacal codes are mare stringent.
1. Li�e Load: 100 pfs grass horizonfal projection.
2. Per�endicular Sway Load: 'i0 plf of seat plank.
3. Lateral Sway Load: 24 pff afi seat plank.
�4. Wind Laad: 3{1 psf vertical projection.
5. Live Loac� far 5eat and Tread Planks: 120 plf.
6_ Guardrail Loads:
a. Vertical: 140 plf.
b. Horizontal: 50 plf.
D. SF�op Connections; Welded and capabie of carrying stress put upon them.
�. Welding: AVtIS Standards.
F
G.
Framework: Space pre-fabricaied angle bleacher �rames at six (6) foot intervals and
cannecf by crossbraces.
Rise and Depth �imensions:
1. Vertical Rise and H�rizantal Depth per Row: 8 incl�es by 24 inches.
2. Seat Abave its Respecti�e Tr�ad: 17 inches.
H. Riser: Nominal 1 by 8 mill aluminum plank. Size ris�r such that opening between the
seat and #reads is less than 4 inches where treads are more than 30 inches abave
grade. �
I. Seats: Nominal 2 by 10 anad9zed aluminum plank, with 2 by 90 end caps.
, J. Treads: Naminal two 2 by 10 mil] aluminum plank with 2 by 10 end caps.
� ,I,
,
� �,
K. Guardrail: Each Gne with er�d plugs at er�ds of straight runs and elbaws at corners.
Secure to angl� rai� rise�s by fasteners.
1. Back and 5ide Top Rails: 42 fnches abave its adjacent seat.
2. Non-Ele�ated: 5, 9 0, 15, or 20 Row Units: 2-line guardrail with chain link fence
enclosure at back and above row 2 at sides.
L,
M.
MudsiRs: 2 inch by 8 inch tr�ated lumber, drilled for field bolting. Nat required for siab
or concrete runners.
Handicap Provision: Incorporate wh��lchair spaces within bleacher system in
accordanee wi#h local cade requirements and Texas Accessibility Standar�s.
C&B 011452 'i 3125 - 2
81221D2 lssued for Sids BEeachers
1
i
� i
2.03 MATERIAE.S
A. �ramework:
1. Galva�ize� Steel: ASTM A36. Hat-dipped galvanized after fabrication in
accordance with ASTM A123.
2. Aluminum: Aluminum AI1oy 6069-T6, mill finish.
B. Extruded Aluminu�n:
'f. Set and Riser Planks: Extruded aluminum alloy 8D63-T6, clear anodized 204R1,
AA-M10C22A31, Class 11.
2. Tread Planks: Extruded alumin�m allay 6063-T6, mill finish.
C. Guardrail: Aluminum anodized pi�e, 1.66 inches OD.
D, Chain Link: 9 gauge galvanized steel, Knuckle-Knuckle.
E. Accessories:
1. Steel Bolts and Nuts: ASTM A307 galvanized.
2. Hold-Down Cl�p Assembly: Alurninum alloy 6Q63-T6_
3. Channel End Caps: Aluminum alloy 6063-T6, clear anodized 204R1, AA-
M90C22A31, Glass I!.
PART 3 - EXECUTION
3.D1 INSTALLATION
A. lnstall cantinuous angle frame bleachers camplete in accordance wifh manufacturer's
written instructians and approved shop drawings.
END OF SECTION
I ,
C&� 0'f 1452 13125 - 3
81221Q2 Issued for Bids
Bleachers
SECTiON 13160
!N-LINE HOCKEY DASHER BOARD SYSTEM
PART 3 - GENERAL
1.01 S�CTI�N {NCLUDES
i A. �ection includes praviding one camplete in-line hockey dasher baard syst�m.
B. All components si�all bs pre-engineered and pre-fabricated prior to defi�ery to the
job site.
C. Manufacturer shall install system. Tfi�is shal! include providing factory-trained
, � personnel to direct installation work.
'f.02 RELATED SECTIONS
�
� A. Refer to Structural Drawings for In-Line Hackey Slab.
I , K 1.03 RER�FERENCES
A. USA Hockey In-Line Official Play�ng Rules, latest edition.
1.04 SUBMITTALS
A. Product Data.
�, B. Shap Drawings: Pravide complete shop drawings, customized fior the speeifc
installation. Detailed construction methods, materials used an� installa#ion
procedures shall be clearly noted.
C. Closeout Submittals: lr�clude specifics for praject record dQcuments, operatian
- and maintenance data and warranty information:
�. Operation and Maintenanc� Data: 5ubmit damage pr�vention
'' pr�cedures, maintenance procedures, recammended maintenance
., materials, repairing surface, and suggested schedule for cleaning.
�2. Warranty: 5ubmit manufacturer's warrant and ensure forms have been
completed in Owner's name and registered with manufacturer.
� 1.Q5 QUALITY ASSURANCE
�
A. Manufacturer shall have documented experience in the design, manufacture and
installa�ion af no less than_ twenty (2p) succ�ssfully complefed dasher baard
projects.
B. All components i�corporated into the system must have a successful field
perfarmance record for a minimum of five {5) years.
C. Manufacturer must have proper representation in the jab region to provide
prompt service to the Owner if and wh�n required.
C8�B 011452 13160 - 1
81221p2 Issued for Bids In-Line Hockey Dasher Board System
1.06 DELIVERY, STORAGE AND HANDLING
A. Protect system components from damage or sailin� during shipment and
starage.
1.D7 SEQIJENCING
A. Coordinate canstruction flf slab with dasher board system requirements.
� .08 WARRANTY
A. Pra�ide three-year manufacturer's warranty f�r system perFormance. Failures
caused by accident, abnormal ar non-recommendec� pracfices do not apply.
PART 2 - PRODUCTS
��� 1 Sv� � �`� ti� , ��, {,,� ��
�• ., c��;�
��.. �-, .�, � � �
2.01 MANUFACTURERS
r,�� '.)��
.�
A. "BafterBoard" system as manufactured by Burley's Rink Supply, lnc. (BRSj,
Johnstown, PA, 1.800.428.7539, or approved equal. �> �'��� �`' '� "�'�'��
��Z� 1� } S.,r�,'`�
2.02 MATERlALS � , } , � '' � k
4
A. Dasher Board Panels
1. One piece panels manufactured in nominal 10' sections. Use non-standard
ler�gth panels �nly where rink dimensions require.
2. BatterBoard resin campos9te alloy shall be thermally, and UV stable. The
material shall remain free from warping, swelling, rotting, or corrosion over
the entire life of the praduct. The BatterBoard alloy shall be impervious to
atmosph�ric conditions and sa�id whtite in color. The BatierBoard alloy shall
contain n� less than 80% gEass reinforcing mass volume.
3. Tensile strength of the alloy shail be na less than 30,000 psi ir� accordance
with ASTM D638. Coefficient of Thermal Expansion shall be n� more than
2.9 � 10 � in accordance with ASTM D696. Linear thermal expansion shall
� not exceed O.OQ25" per 8'-0" linear feet of BatterBaards subject to a 75
degree � temperat�re change.
4. BatterBoard panel shall be ane completely integrated �art, including all
horizantal structural members located outside the panef, as well as the panel
itself. Each panel will have six horizontal integrally-maldec! structural
m�mbers, evenly spaced on the 42" high panel for s#rength. Each struct�ral
member will be 2" wide by 114" thick, running continuousiy or� the entire
system. The ta� member will b� configured in a"U" shape providing a
finished, int�grated handrail. One member loca#ed 8" from the tap of the
panel, and one member lacated 8" �rom the battom of the panel, will feature a
2" wide x 114" "T" flange, which runs con#inuously and is integrally molc�ed
with th� respecti�e structural meml�er. BatterBoard par�els attach to. each
other and t� the support member by means of the "T" structural member and
special BatterBoard mour�ting clips.
C&B 01'1452 13180 - 2
8122IO2 Issued fqr Bids In-l.ine Hockey Dasher Board 5ystem
E. Fusion l.aminaied Kickplate
Kickplate integral to panel. Two-part epoxy resin fusion lam�nated directly to
panel. Fabricate to pro�ide a consistent uniform color, 8" high around entire
playing surface.
2. Color: as selected by the owner.
2.3 GATES
A. Gaie locations and sizes are shown on the drawings. Na threshold for gates
unless specifically noted.
B. Gates are to �e manufactured fram 1-112" x 1-112" steel tubufar inserts. All
firaming shall be fiUlly welded at all i�tersecting jaints and vented internally for
effecti�e internal and external galvanizing after fabrication. All frames are to be
equip�ed with horizontal bolt tabs which caincide with each horizflntal s#ructural
support member of the one piece BatterBoard panel. Each tab of the steel doar
framing will be balted to the BatterBoard horizontal alloy materiai with the use of
a�116" UNC x 1" hex bolts, 5/1B" SAE washers, and 5116" UNC hex lack nuts.
Th� material which faces the door framing shall be the same material as the
BatterBoard framing.
C. Hinges o� personnel gates shall be remo�able, full-length, stainless steel hinges
bolted to both the door and dasher frame for simple adjustment.
D. Equipment gates shal[ have two (2) heavy-duty, strap hinges per gate. Hinges
shall b� bolted to the dasher frame and gate to permit field adjustment.
Equipment gates shall have a sliding bar cfosure manufactured ftom 2" x 2" x 14
ga. rectangular steel tubing with a rem�vable, large-grasp handle for easy
aperatian. Equipment gates shall be manufactured from the same material as
standard BatterBoard �anels.
E. Fabricated katch assemblies shall be welded for strength. Spot welc�ir�g an
#abricated ma#erials shall not be acceptabl�. All man and player gates are to be
supplied with a hea�y-duty, dvuble lift-latch clasure which self-iatches when ihe
doar clos�s. Minimum accepted steel component thickness shall be 114". All
latches must have a large-grasp handle for ease of operation for persons
wearing hockey gla�es. The handle shall be welded in a vertical pasition for
simple use. Single lift latches shall r�ot be acceptable.
2.4 VINYL COATED FENCING
A. Fencing shall be supported by means of a 2" diameter Schedule 40 steel pipe
support attached ta the dasher at a nflminal 5'-0" on center. Each pipe support
shall extend from the base of fhe dasher to the full height of the fencing. Each
fence support shal! be attached wikh �rrvo (2) BatterBoard mounting clips in the
same fashian pre�iously described for vertical support posts.
B. At ciaor sections, a special plate shall be welded to the 2" pipe support so that fhe
support may be maunted to the gate withaut interference with fhe operation o�
the gate.
C&B 011452 13160 - 4
8122102 Issued for BidS In-Line Hockey Dasher Board System
C. Special corner support sleev�s sF�all be made ta ailovv the fencing to turn corners
at box areas, as required.
D. Chain iink fence fabric shall b� PVC coated, 1" x 1" mesh, 0.148" diameter (9
gauge). A 1" diameter PVC caated top horizontai member sf�all be installed
between the 2" diameter vertical supporks araund the entire rink perimeter.
Fence fabric shall be installed in maximum 50'-0" leng�hs and pulled tightly wiih a
tension bar at each end of each fence section. Fencing shall be installed in frant
of the 2" diameter pipe su{�ports, so that fhe fencir�g appears continuous fram the
rinlc proper. PVC caated metal fasteners sha11 be used to attacF� the fence to th�
�ertical and top horizontal members. Fasteners wiH be laca�ed at a minimum af
'i'�0" on cen#er along both horizontal and �ertical pipe supp�rt pasts.
E. The bot#om af the fence fabric sha�l extend a minimum of �� befow the handrail
level for safety.
F. Atl fasteners and components used to assembl� the fencing system shall be
installEd in such a fashion that no sharp or dangerous surfaces are exposed to
the rink side of the dashers. Components shall be turned so tF�at they are
exposed to tt�� back side of the boards. Any �oint where the fence must be cut
to fit, there shalf be no sharp wi�e ends exposed. The cut wire si�all be remaved
from the fabric. Height of fencing shall be 5 feet or� rink �nds and 3 feet on rink
sides.
2.5 ACCESSORIES
A_ Goals: Provide Pra StylE Goal Frame Package as supplied by Burley's Rink
Supply inciuding gaal frame, net, fenders and net pratectors.
2.6 LINE MARKING PAINT
A. lJtilize epoxy paint suifable for permanent line stripping on exterEar cancrete
surfaces. Refer to plans for locations and colors.
PART 3 - �XECUTION
3.� PREPARATI�N
A. Coordinate slab construction with dasher board system requirements.
B. Layout work in strict accordance to appro�ed shop drawings.
C. Coardinate installatian of basketbail goals with system requirements and layout.
3.2 INSTALLATION
A. Cor�fiorm to manufacturer's procedures and instruciions.
B. Pravide manufacturer's on-site installation services.
3.3 AD.lUSTlNG
C&B Q� 1452 13160 - 5
81221a2 Issued for Bids In-Line HacCcey Dasner Board System
� ��
C�NTRACT�R COMP�IANCE WITH
WORKERS' COMF'�NSATI4N LAW
�ursuant to V.`f.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it
provides wor�cers' compensation insurance coverage for all of its employees employed on City
of Fort Worth Department o# €ngineering No. 3�10 and City of �ort Worth Proj�ct No.
GR�fi/541 �00/0�03�fi6� 70� O/�G09/5�12�0/0�0����.
��� Cvns��uction Co., In�.
CONiRACiOR
�y:
omVr�y �� c
l�r�estdent
Yitle
�ecemk�er� 9 2, 2002
Date
SYATE �F iEXAS §
C�UNTY OF TARRANT' �
i� ��FOR�., M�, the undersigned authority, on this day p�rsona�ly appeared iomm�
�IacE�, known �to me to be the person whose name is subscribed #o the foregoing instrument,
and acknowledged to me that he �x�cuted the same as the act and deed of Presid�n� of i�.�
j Cons�ru�fi�n ��.. In�. for the purposes and consideration thereit� expressed and in the
; I. capaciiy therein s�ated. -�
,
'� GIVEN UNDER MY HAND AND S�AL 4V� O��I is 92fh day of Dee�mber, �082.
. � � ., � -��-
�' �, �� �.
� �, � L ��(�- ,C. . - '��', L L'�. .� �
� ,,. �,r,,�„�. No�a �ublic in�nd for the ate of iexas
�.�: rY
;'��a� p�'�� SNERYI. A. KLllTTS
; � � Notary Public
; u� � STATE OF TEXAS
q� �' My Comm, Exp. 04111120Q4
�'"�.jx.TANC➢V � WVVWIVV�SY�a�1
PERFOR11�iA�TCE BOND
Bond No.1036763'i4
THE STATE �F TEXAS §
§ KNOW ALL 6Y THESE PRESENTS:
COIJNTY OF TARRANT §
That we, {1) TLB Construc�ion Co.. Inc,, as Principal herein, and (2) Travelers
Casualtv aad Suretv Comnan� of America a corporat�oan organized under the laws of the State
of {3) Connecticut, and wha is authorized ta issue surety bond� in the Sfate of Texas, Surety
harein, are held and fiu�mly bound unto the City of Fort Worth, a mu,nicipal carpara�.an located in
Tarrant and D�nton Counties, Texas, Obligee herein, in ihe sum of Five Hundred Fortv-Three
Thousand Seven Hundred Seventv-Five and 1�/14{1 Dallars ($�43,775.12� for the payment of
-whi�ch sum we bind ourselves, our he�rs, execntors, administra�nrs, succe�sors and assi�s,
jointly and severally, firmly by these presents.
WHEREAS, Principal has entered into a cer�ain written contract with the Obligee dated
the 3ra day of December. 2002, a copy of which is attached hereto and made a part hereof for all
purposes, for the canstruction of
Canstrt�ct�nn of Far North Commnnitv Park. Phase II Imnrovement. .
Proiect 1�Tos. GR`�6/541.�4010�030661701�: GGO1/541200/4�O�OSS: D.O.E. No. 3810
NOW, THEREF�RE, the condition of this obligation is s�ch, if the said Principa,l sha11
faithfulty perform th� work in accordance wifh the plans, specifications, and contract documents
and shall fully indemnify and hold harmless fihe Obligee fram all costs and damages which
�bligee may suffer by reason of Principal's default, ar�d reitnburse and repay Obligee for a11
autlay and expense that Obligee may incur in making good such default, then this abligation
shall be void; atherwise, ta remain in fu11 force and effect.
PR4VIDED; HOWEVER, that this bond is executed pursuant to Chapter 2253 of the
Texas Gov�rnment Code, as amen.ded, and all liabilities on this bond sha11 be determined in
accordance with the provisions of such statute, to the same extent as if it were copied at length
herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the
Surety have executed this instrument.
�
SIGNED and SEALED this 3rd day of December, 2Q02.
pa�i��u��,��
ATT ST. ���� W V I f ��a
. ���`. . a,� �.
. +.��� ,•�p��.!� �p*
. ,.�
' �,t'�:;
(Principal) Sec�etary � � � o�
a �� ��:
o r�T �,C? .
��r'�' �r.r►�. .
o .
{SEAL) M �
i •� '•,.....•`'� • e`
o•r•fRFA����a4����a
�J .
Witness as to Principa!
ATTEST:
Secretary
TLB Construction Co.. Inc.
PRINCIPAL.
By.
Name: Tommv L. Black
Title: President
Addr�ss: P.O. Box 441
Mansfield. Texas 760fi3
Tra�e�ers Casualty and Sure�y
Comoanv af �ica
SURETY ,
gy: �,c�� � � .�' , .
_ � � �
Name: Shervl A. Klutts
Attorney in Fact
(S E a L) Address:
� Hartford. Connecticut 06183-9[}62
�� �.l_���1,��� ��� ;�-
� i ness as ta Surety Telephone Number: 800-842-0612
Ar�drea �Jetherton
NOTE: (1) CorrEcf name of Principal (Contractor).
(2) Correct name of Surety.
(3) State of incorparation of Surety
Telephone number oi surety must be stated. In addition, an original copy of
Power of Attarney shall be attached to Bond �by the Attorney-in-F'act.
The ciate of bond shall not be prior to date of Cantract.
TRA�E�R,S CAS�i.4�LTY AN� SUR�TY C�ASPAIETY U�' A1�E�ICA
'iI�A��� CAST]AL�Y �PiA 5t1��Y CO�k'�.�Y
� FAR14ffi'�G��Ql� CA5uA��'T�f CO�VIPAf�TY
Hmrk%r�d,_Cn��oct[e�et 06183-9ikf2 � .
�VEL$RS C�SAAL'�Y � �'�'Y COAi�APiY U]@' XLL�II�TOIS
� Fiap�rpW�, IIli�ioia �U�G�4S51 � .
pow��� oF ��ox��� � c�R�c�� o� Au�so�rr� �� �x�o���s� �-�ac�
I�y{}�► ,�L pER,��RI'� �. TSESE fl�SEliiT�, �� ����s c�u�.,� �► s��r co�r�� o�
A1V+I�RICA, i'RA.�L�� CASIJ�,TY Ai�� �UR�� �UR�APT%' and FARA�TGTOF� C�ve�.TY CO1�,ai1oTY,
vorga�rations duly organize� ur►da� tiac laws of the Statc of Connecticut, and �a�ing th� �rincipal offices in khe City of Hartford,
Caunty of H�rtfn�d, State of Coiu�ecticut, and TRAVEI.�ld,5 C�5i1'AL'I'�' � 5UR�TY CQl�YP�i,otY OF ILLIl�OLS, a
corp�axation duly organi�ed und�p the laws of thc Stat� of illinois, and �having its �rimcipai officc in th� City of Nagerviil�, CQunty af
DuPa�c; 5tate af Iliiuois, (hereinaft�r thc KComp�nie,�") t�a#h ma�; consti#utod and ap}�ainte.�, and do by th�s� }�t�esents mat�,
con�titute and ap�int: �ahg A. l�lep, ��e�yl A. ]Kl�tts, �. ���rvey or.�obn A. I�Iill�p, II�* �.
af F�. Vi�ortb, TI�, thei� t�ue and tawful Attorney(s)�in �act, with full �w�T anci �utha�ity h�reeby cosf€rr�d to sign, �x�ite and
acknawled,ge� at any pfac� within th� L]nite� States, or, ii the fnllowing �ine � fill� in, witln�n. the area th�rPe designated
� foliowin� ins#�ment(s): �
by hisTher snle signa� an� ac�, airy a�nd al! t�nds� recagnizances, eontr�acts of indemnity, �nd other� writings ahligatory in the
nature c�f a�nd, pa�ogniz�nce,. ��onditioual un�ng an�any, and gfl•�ansents incident the�to
�d te I�ind t1�e Comp�r��s;, the�ehx: �s fWly aa� to th�.same:e�tcnt�r�� ii t�e .p�me wer€ stgaed b�r th� d�ly �u#horiz�d �o�cerrs
ot the Car�p�nies, �nd �!l t�c �ct� ag s�id� Atto�ney(g)-ia��aet, p��snt to ti�e �tgority .�i�rein �ve�, �ee h�r�e6y ratiffe�. and
�on�i9med. . � .
'Thi� a�intin�nt is made under and bp authoriiy of the followir�g 5tanding R�esalutians of said Companiea, w�iich RGsol��ions are
now. ia full fa�cce and effisct:
VO'I�D: 31�at the Chasisaan, the President, any Vice Chsiralan, eny H�cecutive �'ice P'r�sid�ent, aay Senior Vica Presid�t, any Viee President, any
Secand Vice Pm.sid,�r►L, the Treas�er. any A�xtant T�aaurer, th� Co�rat� ;5�eretary nr suy A�siata�►t Secratacy may appoint Att�s-in-Fact
au� Agents ta�aet' for stzd�i� b��sif of the compariy end �nay girr� sueh appaintee su�h.suthority as his or h�,r c.arkifsc�t� oF authoriiy snay presctii.s�
ta si� wit�the Company'� nsme and seal wit�n.t�� Campany's a�aE �atl�, t�cogaizances, coni�acta of'snd�mnity, aztd other writings obligatory in
the ni�tare nf a basfd, �ce, ar cbnditionnl �mdertalc�g,� as�d any. of s�id i�fficcr� nr the Haand of Dir�ctora �t any t� may remove any such
appvinte� �nd revake #he pow�e givett him ar �ter. .
VOTLD: Thet the Cheirrner�, t� Pr�sid�ent, any Vice CS�a'sz�nan, �ny Executive Vic� Presid�nt, any 5enior Vice Fresidcnt ox any Vic� Presic�ent
may detcgate all ar aary pert of tl�e iaa�going authority to ane ar � offir.cra or emplayees of thig Comgany. Panvided that e� such del�gadnn is
in writiug and s cnpy thetcaf i� filed�fn #h� ofiic� of the Secset�. . _ �
VQTED: 'i'hst e�ny hond. �ngn'sxa�nae. coatract of indeuu►ity, a� writiag ohligatory� ut the Satttre af n b�nd, ,�ecagnizence, or oonditinnal
�vnd�akin� ehe111� valid a�d bindittg upan tiie Compsny when (e) sig�.iny:the Preaic�cnt; any Vice Chairman, sn�y� �xecutive Vic� Fr�eaident,•aaY
� Seaiar V�re Presidest ar'a�►y ?Vitce �re�id�at; �sy Seaaitt� Vic� Presid�t, tia�� Trcaeu�eir, aay Ikssi�tsnt '�-rassurer. #he Cor�sarate,Ssaretary or �y
Aasistant Secretgry as�d duly �ttested and seeled witta th� Campaay's asal6y. e, �e�cetary. n� Assist�.nt Secseta�', ar (b). duly executed (uinder sesl, if
�4��) �Y �� or �nore AtWr�teys-ia Fset. aad Agcnts pt�rsuar�t ta .tl�e power �res�rils�d in his aX' $er ce.�tificate or #heir ce�ificates af aush.ority �r
1�y arse,or awre Company officecs peuaua�t to a written delegatinn af �utharity. � '' '�
T�fs Powe� �t Attorr�ney and Cert�icste of �1ut�or,it3r ia aign�d �c� �ale� by %csi�ilc under �aad by �ut��rity of tT�c folidwing
St�n�B Resolu�o� vot�d by the, -Roa+r�� of �i�tors � of TRA�LERS � GASII�Li`� .�ND SiTRET'jC COiWiPe�'Y� •:OF
�RICA� �'RA`�LERS CASIIAI.T`� ARA ��TY C4h�LP�"�, FAIt�GT41� CA�,SiI!!L'TY CO11�P� und
'i'RAVELERS C�UAI.`�Y � SURETY COIi+�� UF ILLY1�idUI�, w�ric� Res�l�ataon � nflw ize g�ll for�ce and eifect:
VQTED: That the signattue of eecb of the following nfficers: President� suy bcecutiv� Vic� Presideut� any Saniar Vice President, any Vice
President, any Assistaz►t Vice President, any Secretary, any As�istan# S�retary, end the seal of th� Coinpsny may h� ai%xed bjr faasimil� to any
pawer of attnmey or tp any certificatc relatin� th�eW appointing Aesident Vio� Ptesidents, R�sideut.4asistant Secret�ries tir Att9ineys-in k'act for
purposes oaly of executing end att�stiag bon3s and unde�ta�iungs and ather vv�i'tinga obli�atpry in the nature tlnereof, end eay anch pawer nf atttaarney
or certi�'ica#e bEaring snch faeaiunile aigt�ature or facsimile s�al s19a11 be valid and binding u�n th� Caznp�y and eny such pow�er so executed and
certit'ied by such facsimile signature and fecsimile s�al shall be v�1,id and l�inding upon thc Comp�ty in the futare with respext to any �nzid or
tu�dertaking io whic$ it is attactied.
rA��T sorin
Bond No.10367G374
THE STATE OF TEXAS §
§ KNOW ALL BYTHESE�PRESENTS:
COUNTY OF TARRANT §
That we, (1) TLS Constry�tion Co.. Inc., as Princi�al herein, and (2} Travelers
Casualtv and Suretv Comuany a#' America, a corporation organized and existing under the
laws of the State of (3} Connecticut, as surety, are held and �irmly bound unto th� City of Fort
Worth, a municipal carparation located in Tarrant and Denton Counties, Texas, Obligee herein,
in the amount of Five Hundred Fortv�Three Thousand. Seven Hundred Seventv-Five and
1�/lU0 Dollars {$543.9'�5.1�1 %r the payment whereof, the said Principal and Surety bind
themselves. and their he�rs, executors, adrninistrators, successor� and assigns, jointly and
severally, firmly by these presents:
WHEREAS, the Principal has entered into a certain written contract .with the Obligee
dated the 3rd day of Deeember. 2D02, which contract is hereby referred to and made a part
herevf as if fully and to the same extent as if copicd at length, for the %llowing project:
Construction af Far liTorth Commu�i#v Park, Phase II Imnrovements.
Proiect 1�Tas. GR96/�41�00/08030bb1701.0: GGO1./541200108Q�U�5: D.O.E. No. 3�10
NOW, THEREFORE, THE C�NDITION OF THIS OBLIGATION IS SUCH, that if ihe
said Principal sha11 faithfully �make paym.ent to each and every claima�t (as defined in Chapter
2253, Texas Government Code, as arnended) supplying labor or rnaterials in the prosecutian of
the wark under the contract, then thi� obliga�aon sha11 b� void; atherwise, ta remain in �ull foxce
and e�£ect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond sha11 be determined in
accordance with the provisions oi said statute, to the same e�tent a� if it were copiecl at length
herein.
i�
R � � '�
0
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and #he
Surety have executed this instrument.
SIGNED and SEALED this 3rd day of December, 2002.
A EST:
���
M
( rr cipal� Se�retary
(SEAL)
``6^� .
."•�,��U�� T�� �'••
; ��� .�p�POq,q j;. �'� :
� �,,�� �►�� :
� , �.p.� �:
@ ��
e�; ��� . `:
G •
m �
+��Poa'@ .....•l�;�n6e`a•
�s�f
�� ��
Witness as to Principal
ATTEST:
Secretary
TLB Cons#ructian Ca. Inc.
PRINCIPAL
By: �
Name: Tommv L Blacic
Title: President
Address:
P.O. Box 744
Mansfield. Texas 76063
Travelers Casualty and Surety
Com�anv of erica
SUR�TY,�
By: "� �� �. �
� ` (� .
Name: Shervl A. Klutts
Attorney in Fact
(S E A L} Address:
.
Hartford. Connecticut 06183�9062
" i�� �1 ��.1�,� �[ 4 �L'�—o-.
,-�itness as to Surety Telephone Number. 8a0-842-0612
Andrea N�tf�erton
NOTE: (1) Cnrrect name of Principal (Contractor).
(2} Correct name of 5urety.
(3) State of incorporation of Surety
Telephflne num�er of surety must be stated. fn addition, an ariginal copy of
Power of Attorney s�all be aftached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior ta ciate ofi Contract.
��i��°�w��c� �o��
�and No. �03676374
THE STATE OF TEXAS §
§
C�UNTY OF TARRANT §
KNOW ALL BY THESE PRESENTS:
7hat i�B Cor�sfruc�ion �o.. Inc. ("Contractor"}, as principal, and i�avelers Casual�v and
Suretd Companv of �►meric�. a carporation organized under the laws of the State of Connec�icut,
("Surety"), do hereby ac�nowledge themsel�es to be he[d and bound to pay unto the City of Fort Worth,
a Municipal Carporation chartered by virtue of Gonstituiion and laws of the State of Texas, ("City") in
Tarrant County, Texas, the sum of �ive Fiundred �ortr►�ihree Thousand. Seven bundred Se�enfd�
'• �ive and 1211 L10 Dollars
(���3.1��.12}, lawful money of the United States, for payment of which sum well and truly be made
� unto said City and its successors, said Contractor and Surety do hereby bi�d themsef�es, their h�irs,
executors, administrators, assigns and successors, jointly and severally.
This obligation is condifioned, F�orn�ever, that:
WHEREAS, said Caniractor has #his day entered into a written Contract with the City of Fort
Workh, dated the 3r�d of Decembe�, 20a2, a copy o� which is hereto attached and made a part hereof,
fo� the performance of the following described public improvements:
Cons4rucfion ofi �ar iVorfih Communifie+ Pari�. Phase II Imurovemenfs
the same being referred to herein and in said eontract as the Work and being designated as project
number{s} �R781��fi�0010803066�70�0. �G0�91g4�9�0010�0�0�5: D.O.�. [Vo. 3��90 and said c�ntraci,
including all of the specifications, conditions, addenda, change orders ar�d written instruments referred
io therein as Contract Dacuments being incarporated herein and being made a part hereof; and,
WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct
the work fhat it will remain in gaod repair �nd condition for and during a period of after the date ofi the
final acceptance af the worl� by the City; and
WH�REAS, said Contractor binds itself to maintain said work in good repair and
condition for said term of 9 vear; and
WHEREAS, said Contractor binds itself to repair ar reconstruct the Work in whole or in
part at any time within said period, if in the opinion of the Director of the City of Fork Warth
Department of Engineering, it be necessary; and,
TRA��RS CA,SUALTY AND SURJ�iY COM�ANY �k� A19?ERICA
i°�.�VV�I�RS"CASQ��f � SU,�ET�' CDA9P�iFdY
� F�C��O1V C�SUAL�'Y COAZPAN"�' . r,
.. . 1��rci�rd�;Gasr�e6tic�t Qb18�-91�� . .
.. x'RAYE�RS CA5i1'ALTY AF�? S�iY �QA�� pF ILLXNDIS •�.
� . l�fi�p�rvWe� �i�oi� GQ��6�-$�3� ' � � '
POW�3� OF A'T'iOR1�Y t�PdD CERTIA`IC.4'1'� Q�' Ai]Z�O�� �F AT°I°UR��(3)�il�i �'�►G"�
ICPiOV4� e�� �E�501�� �7l TSE�E ��S���g, '�g�.+�� �.�,�;RS ��1AA�TY � �iT�'1"�t COri�� �ia'
AI�h�ICA, 'I�i�Y.�� �CA�5IT�►'I'�' AP3� �a�I��X C�1�Ai�X and F.�R1�IIl�G�URi C�IIAL�'Y COI�ANY,
co�orations duly o�ganfzed �.�nd� tho l�ws of the Stat� af Const�ctic�t, and 6aving th�i��pr�incipal affices in th,� City of Hart£ard�
Caunty of Hartfa�, State o.f Gonr►ecfibvt, aad �`1'R�`V�i.ERS CASl7AL'I"fi' �T� Si7RTTY CO�F'�i�TY OF II.LIl�OI�, a
corpopation duly o�ganixe�d und�� #h� laws o� ti� State of rilinoi,s� an� �havin� it� pr�incipal offcc in the City �f Nag��i[e, Cou3nty a�
T�uPa$�; State of Illiiiois� (het'einaR�r the "Cnn�p�u�e�"} ha#h madc,' c,onstitt�ted aud appainted, an� da by thc� �rese�t� m�e,
cnnsiit�te and appaint: �'ohg A.1V+iitle�°� 5he�1 c� Y�l�tts, l�.R $arvey or �o�.�. l�%�lI��, I�.* * '.
of F�. Warth, �i, thcir t�� an� ]awtui AttaYney(s) in-Fact, with fiill �wee and autharity h�by 6nnfcr� to sig�, e�c�ito and
acknawledg�, at atry �Iac� withi� the Vnite� States, or, if the folIrnving lin� i�e fill�d in, within the area th� deSlgnated
the �ollowi�g ins#ri.un�nt(�};
�3► hisf�xer s�Ie s�gnatnre and act, a$y amd all �rion�s, re6ogaizances. contra�ts of ind�mnity, and ath�° w�i.tiz�gs obligato�g+ in th�
nai��e of a ba�€d. �ognizauce,. or ennditiongi ua��reak�n,g an�azry, and all•�on�nts inci�ent th�Yeto -
a�d t� �i�d t�e Campan��g;,�he�e�i�: �,��t�ly. �nc� tu th�.s�e:c�tent•aa if ��xe:��e rr�e� �ig,�e� bg tfae d�Iy autho�d �oifi�cera
of fii�e Coar�panies, end �il tgc sc� og �&i� Aftdrney(�)tli�ol�aei, p�rsg�n4 to t�ie �u#�iarity.�i�rcia gi�era� a� I�ereby �a'tified.�ad
�on#��ci. �. . . - • . .
T1ti� �p�aintia�nt is �d� unc�er and by authority af th� following 5taading R�solution�s o� sai� Com�iea� wtiicb ResoiWiians ar�
naw in iial! iara� an$ �ffe6t: � .
VO'TSD: That the Chaitrnan, s�e Presid�nt� anY Vic�s C�ir�. any �tive Vice Pre�idcnt, aay 3eniorr Vica I'residen#� any Vics Pe�sident, sny
Second Vice Pm.sident, �u Tr�esut+�e� � A9SF6�lilit TT�81S�'&Cr the �po��t,� S�etary � sny As�i�tant Se.c�rerarY �Y aPP�� Atta�Ya-in Fact
and Agea#s to�sct' far a�d�o� behalf of the compexiy snd may giv� �uch sppainte� sur,h,aut�a�ity a8 his ar her ce�ti�icat� of ar�thority snay pr�sctxb�
bo siga with th� C.om�a�y'� a�me and seal vuith.�e Cv:npany'� �es! 1�anc�, t�cogniza�cea, contracts afinde�raity. and oiher v�riitinga abligakary ise
th� aat� of ��nd. re�og�izanc�. ar conditional uadcrtaknp�; �nd �, of s�d 'qffir,e� a� t�e Hoard of Diredors at �ny time may eemave eay guah
a�Point� at� revnke the povv� �i�m I�isn o� �r. .
V01'ED: 'Fhat ti� Chaitman, ihe Pr��ident� any Via� Gheirmas4 �y �c�cutiv� Vic� Pr�siden� aay 3enioY Vic� �'resi�ees►t o� any Vic� President
I S1
•�Y delegate'sll ar at�y pac# oP tkte ibpegaiag arathority �o ane or mone office�s ar �aploye�s of thi� Comi�any, Provided tkiat e.sch s� de3�gatiun is
in writing �nd a copy thcreof ie �led ia t1� nt�ce of th� �ccr�tary. . ,.
VOTED: That. �y band,� i�ca8ai�te� contract af insle�ity� ne writiang obligatar,y� i�n tii� natur� of g bmnd, .reca�►ae, or i�orzditionel
�8 s�ll 1� ��nd bindiag npdn t�ie Com�Y w#�ea La) sigt� .bJ►; t� P.r�esident;; e�ny V€ce Chafrman, e�y. Ex�cutive Yic�e President,.anY
• 5enior Viee P�de�t a�en�! ?V'i�a �r�ict�lt; �y Secosid Vic� Fz'eszde�t, t�' Tre�stu'es{, �euY +4ssi�� '�'�essures', the Eoip�rste,S�Y ��Y
A$s'sstant Serx�r a�d �u1y �ttested end seal�d witi► th� Company'� seai by. � Secr�tary.o� �Qssist�nt Secretaryr. or (�).dialy cxecuted (umcl�r �seal, if
�u�ea} b� one t� tna�e Att�ome�rn-in �'tct, ��4gents purb�t to .tl� pa�r g�ea�ribtd in hf � o�r h�r �caie or t�sair ce�yti�icates �oE' authority or
bY ane;nr mpre Conapeay affccera pursuaut bq a writtea delegati�n of sutharity,. .' ., .. .
Tlxia Pow�r of Aftor,��y �d Ge�cat� oi Authorit�r i� ���ned aad aealed by f�c�ile�isndeae s�nd by �ut�►arity of �fi� faI��rring
St�ndira� R�sol�Nos vot�d by �,he. -Bo�ur�� af �fr~�ctor�a • of TRAV�L�RS ��S�T�LTY� e�A SU��'Y COMP�Ri�C• :UF
AA�iERIC�►, �V�LFR5 CASII�'i'�' �D . SUR�TY CO�1;'�', . FAR�'GTD11T CASi1�'1`Y CDI%YPANY and
�'itA�I,ERS Ce�U�.T'fi' APTB SURE1`i� CU1V�P.�I� OF I�.IJFrAIS, w�o�ich Reco��tion ia now f� f� %r�ce and ef%ct:
VOT�D: T,hat tlfe �ignatiue af each of the fallowis�g officess: Presiden� anq i�accsutive Vica President, any Senicr Vice President, any Vice
Presiclea�t, sny A�sistant Vice 1'residenfi, any Secr�rax�r, sny Assiataat 5�ta�Y, an�d tk� ses! af t� Company tnay b� aff'u� by facsimile to any
power of attom�y or to any certificate ielating th�nneta appointing Resident Vic� Presideata, Residc:�t Aasistant S�cretaries or A.ttoiaeys-in Fsct i'nr
P��a oniy of executing aad stteatiag boa�cis and wtd�ertakings and ot� writings alaligatory ua tktc taatar� t�creaf; am� eay auc1� powee of attniYiey
ar certifscste bs:axing snch facsimile signature � facsirnil� a�a1 s1�a11 be valid and binciing upos tt� Cva�uY snd any sach powe�r so executed and
certified by suc$ facsimil� signatur� and faasisnile seal sha11 be vaiid anci bi�din� upoa the ��m�y ��� {�� ,�� ��t ta aa�y �ond or
tsndertakir�g to which it is stteched,
��������5�
�ll�O�TAIlT7C 1l��7['���
TO OBTAII� j�TF01�1VIATI01� OR MAKE A COIi'IPLAINT:
You may contact Travelers Casualty & Surety Company of America, Travelers Casualty
& Surety Company, Travelers Indemnity Campay, Standard Fire Insurance Company
andlor Far�ington Casualty Company for information or to make a complaint at:
Travelers Bond
Attn: Claims
15Q0 Market Street
Wesf Tower, �uite 2900
Philadelphia, PA 19102
(267) 675-3130
(267) 575-31 a2 Fax
You may contact the Texa� Deparhnen# of Insurance to obtain the infarmation on
companies, coverages, rights or complaints at:
Texas Deparhnen� of Insurance
P.Q. Box 149104
Austin, TX 7 87 i�4-9104
(8(}0) 252-3439
ATTACH THIS NOTICE TO YOLTR BOND. This notice is for information only and
does not became a part ar a condition af the attached document and is given to comply
with Sec�ion 2253-021, Governrnent Code, and Section 53.202, Property Code, effective
September 1, 2001.
� IN WITNESS WHEREOF, the City ofFort Worth has caused this instrument to be signed in iriplicate in
its name and an its behalf by tha City Manager and attested by its Secretary, with the corporate seal of tt�e City of
Fart Warth attached. The Contractor has executed this instrument through its duly authorized oi�cers in three
�; counterparts with its co�porate seal attached.
Done in Fart Worih, Texas this the 3rd day of December , A.D., 200� .
' � AECOMI��ND�D BY:
a� //J�
' �r+� /y 9
I D�PARTMENT OF ENGINEERING
DIltECTOR
� I CTTY OF FORT ORT
' BY: �
�' CI GEA
i TLB CONSTRUCTION CO., INC.
� CONTRACTOR
BY:
T�vIIv1Y L. BLACK
- APPROVED BY: .
` _4t - � —��
�PARKS ANDZ�OMM[JNITY SERVICES
+ DIRECTOR
A7'��ff�ST: ,
i
'r
' *�-T� SECRETAI�Y
�� � l � I �
Co�trac� ,�u�l�a��:�.��,i,��
� SEAI.
-- - �� � � ��-_ , „.._
n��� -�-
PRESIDENT
TITLE
' � P.O. BOX 441, MANS�'IF,�,D, ��.��063,
ADD�S��''' ''', ,' ��4f ...'>
. , , ,.�•��,, � •
. � - ` O r•v,� s �
I ��' � f
` � ' •�.+ � �.
_ �o� � o
, November 1960 = m , ,�J r��"�, , �� ^
a
• - Revised November 19�2 `
'' '� .
Revised May 1986 y'.� � ""' � �i`�
' � Revised October 1989 ,• � f f p a,,.�' ��
�
'q�ORM AND LEGALITY
/
CITY ATTORNL�Y
E
�� �
. �