HomeMy WebLinkAboutContract 40040D O.E. FILE
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
CONTRACTOR'S BONDING CO.
CONSTRUCTION'S COPY
:n 'fl111.'\tt;sr:::.1'l1"1'M'"1~ENT
Rockwood Park Improvements
PROJECT NUMBER
C282 541600 802420085180
IN
THE CITY OF FORT WORTH
TEXAS
T.P.W .. NO.
6267
MIKE MONCRIEF
MAYOR
DALE FISSELER
CITY MANAGER
RICHARD ZAVALA, DIRECTOR
PARKS AND COMMUNITY SERVICES DEPARTMENT
PARKS AND COMMUNITY SERVICES DEPARTMENT
PLANNING AND RESOURCE MANAGEMENT DIVISION
FUNDING OF PROJECT BY
CITY OF FORT WORTH
CITY GAS LEASE REVENUE
JULY 2009
, fl ,~Al ~ OFFICIAL RECORD # /t~F'~~,, CITY SECRETARY M~~ *~' FT. WORTH, TX
,~ •~,----~------l ~
b 'e.Lt..~.i.a. •..t •••••.••• , ·~
,. ~· I t"'. PARMA ,_
'~21 ··,~~
R/20/1J1 ~ .. ~
M&C Review -; Page 1 of 3
Official site of the City of Fort Wo rth , Texas
CITY COUNCIL AGENDA
COUNCIL ACTION: Approved on 3/2/2010 -Ord. No. 19062-03-2010
DATE: 3/2/2010 REFERENCE C-24120
NO.: LOG NAME: 80ROCKWOODCONSTRUCTION
CODE: C TYPE: NON-PUBLIC
CONSENT HEARING: NO
SUBJECT: Authorize the Execution of a Construction Contract with C .R. Reynolds, Inc., in an
Amount of $2,184,851.42 for Ball Field and Park Improvements at Rockwood Park Ball
Field Complex and Adopt Appropriation Ordinance (COUNCIL DISTRICTS 2 and 7)
RECOMMENDATION:
It is recommended that the City Council :
1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations by
$121 ,017.00 in the Park Gas Lease Project Fund from Gas Well Pipeline Easement Revenues;
2 . Authorize the transfer of $121,017.00 within the Park Gas Lease Project Fund from the unspecified
project to the Rockwood Park Ball Field Renovation Project; and
3. Authorize the City Manager to execute a Construction Contract with C.R. Reynolds, Inc., in the
amount of $2,184,851.42 for ball field and park improvements at Rockwood Park Ball Field Complex.
DISCUSSION:
The purpose of this M&C is to award a construction contract and to appropriate gas pipeline
easement revenues to be combined with previously allocated gas well bonus revenues and bond
funds for ball field and park improvements at Rockwood Park Ball Field Complex.
The 2004 Capital Improvement Program (CIP) allocated $1,949,000.00 for replacement of 13
competition athletic fields. Also, $1,315,000.00 was allocated for the replacement of 11 deteriorated
ball field lighting systems. On December 11, 2007, (M&C L-14435) the City Council authorized a
Pipeline Easement License Agreement in Rockwood Park and Golf Course in the amount of
$324 ,830.63, of which $121,017 .00 was allocated for park improvements with the remaining amount
for golf course improvements. On May 13, 2008, (M&C G-16142) the City Council authorized
adoption of an appropriation ordinance increasing estimated receipts and appropriations in the
amount of $1,672,157 .81 to the Park Gas Lease Project Fund for park improvements at Rockwood
Park Ball Field Complex.
The total of all funds available for improvements at Rockwood Park Ball Field Complex amounts to
$2 ,649,485.81.
On November 11, 2008, (M&C C-23168) the City Council authorized the City Manager to execute a
Contract (City Secretary Contract No . 38078) with Huitt-Zollars , Inc., in the amount of $304,705.00 for
design and preparation of construction documents for ball field and park improvements at Rockwood
Park Ball Field Complex .
The project was advertised for bid on August 27, 2009, and September 3, 2009, in the Fort Worth
Star-Telegram with bids opened on September 24, 2009 , and tabulated as follows :
ALTERNATE
http://apps.cfwnet.org/council _packet/me _review.asp?ID= 12578&councildate=3/2/2010
fORTW'ORTH
~
3/11/2010
M&C Review
BIDDER
C.R. Reynolds, Inc.
Sports Constructors, Inc.
C. Green Scaping, LP
Northstar Construction, Inc.
Cole Construction, Inc.
Geotechnical Environmental Systems, Inc.
Mid-America Golf and Landscape, Inc.
BASE BID
$1,965,779.42
$2,060,555 .50
$2,172,941 .60
$2,149,021.00
$2,229,302.00
$2,439,284.30
$2,534,140 .56
BID
$219,072 .00
$261,625.00
$199,496.40
$245,000.00
$188,000.00
$267,200.00
$295,542.49
TOTAL
$2,184,851.42
$2,322,180.50
$2,372,438 .00
$2,394,021 .00
$2,417,302 .00
$2,706,484.30
$2,829,683 .05
Base Bid improvements include reconstruction of existing baseball fields, fencing, bleachers ,
irrigation, lighting, site grading, site amenities, asphalt parking lot and concrete walkways. Bid
Alternate improvements include the striping of the existing parking lot and the construction of a large
pavilion, playground structure and baseball batting cages .
Base Bid Units recommended for approval are as follows:
Base Bid Unit One -Site Work Items/Line Items 1-17, totaling $396,297.00;
Base Bid Unit Two -Parking LoULine Items 18-21, totaling $109,586 .30;
Base Bid Unit Three -Site Amenities/Line Items 22-24, totaling $142,704.30 ;
Base Bid Unit Four -Field One/Line Items 25-36, totaling $224,397.43;
Base Bid Unit Five -Field Two/Line Items 37-49, totaling $229,288 .58;
Base Bid Unit Six -Field Three/Line Items 50-64, totaling $287,628 .35 ;
Base Bid Unit Seven -Field Four/Line Items 65-77, totaling $231,952 .56;
Base Bid Unit Eight -Irrigation System/Line Items 78-80, totaling $32,613.90; and
Base Bid Unit Nine -Electrical/Line Items 81-84, totaling $311,311 .00 .
Bid Alternate Units recommended for approval are as follows:
Bid Alternate Unit One -Stripe Existing Parking Lot/Line Item A-1, totaling $1,812.00;
Bid Alternate Unit Two -Large Pavilion and Concrete Slab/Line Item A-2, totaling $107,440.00;
Bid Alternate Unit Two -Playground Structure/Line Item A-3, totaling $95,515 .20; and
Bid Alternate Unit Four -Twin Batting Cages/Line Item A-6, totaling $14,300 .00 .
It is recommended that the Base Bid in the amount of $1,965,779.42 and Bid Alternate amount of
$219,072.00, together totaling $2,184,851.42, as submitted by C .R. Reynolds, Inc., be approved for
award of contract for a contract period of 200 working days .
Associated design/construction administration, inspection and change order contingency funding
totals $120,000 .00.
C.R . Reynolds, Inc., is in compliance with the City's M/WBE ordinance by committing to 28 percent
M/WBE participation on the Parks and Community Services Department base bid price. The City's
goal on this base bid Contract is 25 percent.
The estimated annual operating budget impact with this project is $34 ,200 .00 .
Construction is anticipated to commence in March 2010, and be completed by November 2010 .
Rockwood Park is located in COUNCIL DISTRICTS 2 and 7 .
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above
recommendations and adoption of the attached appropriation ordinance, funds will be available in the
current capital budget, as appropriated, of the Park Improvements Fund and the Park Gas Lease
Project Fund.
http://apps .cfwnet.org/council_packet/mc _review .asp?ID= 12578&councildate=3/2/2010
Page 2 of 3
3/11/2010
M&C Review
TO Fund/Account/Centers
1) C282 446300 801929990100 $121.017 .00
1) C282 541600 801929990100 $121.017 .00
2) C282 446300 802420085180 $121.017 .00
Submitted for City Manager's Office by:
Originating Degartment Head:
Additional Information Contact:
ATTACHMENTS
80ROCKWOODCONSTRUCTION Revised .doc
FROM Fund/Account/Centers
21
C282 541600 801929990100 $121.017 .00
~
C282 541600 802420085180 $121.017.00
~
C282 541600 802420085180 $1 ·672 · 157 ·81
~
C280 541600 802420085180
~
C280 541600 802430085180
Charles W . Daniels (6183)
Richard Zavala (5704)
Mike Ficke (5746)
$80.365.61
$311.311.00
http://apps.cfwnet.org/council _packet/me _review.asp?ID= 12578&councildate=3/2/2010
Page 3 of 3
3/11/2010
ADDENDUM #1
IMPROVEMENTS AT ROCKWOOD PARK BALL FIELDS #1 -#4
PROJECT NO. CIP 00851
TPW NO. 6267
TO ALL BIDDERS:
Please attach to your specifications . This addendum is hereby made a part of the
Contract Documents and is issued to modify, explain or correct the original drawings
and/or project manual.
Add the Following Paragraph to Special Instructions to Bidders
18. PRODUCT SUBMITTAL AND SUBSTITUTION OPTIONS: -
All prospective bidders shall submit Bid Proposals which reflect specified products only.
Product substitution of 'Or Equal' products will be considered only after award of contract is
made to the successful Bidder/ Prime Contractor. See Div. I -General Requirements -
Section 01640 .
Delete SECTION 01640-Product Options in Division 1 of the
TECHNICAL SPECIFICATIONS and substitute the following
SECTION 01640 -PRODUCT SUBMITTAL AND SUBSTITUTION OPTIONS
1.01 GENERAL -The successful Prime Bidder/ contractor shall provide product nomenclature
data for both specified products and products to be considered as "Or Equal" substitutions.
Product substitution of 'Or Equal' products will be considered only after award of contract as
noted in item No .18 of Special Instructions To Bidders.
For approval of specified products and I or consideration of product substitutions, send
submittals to:
Eric Seebeck, Project Manager (817) 392-57 42
Parks and Community Services Department
4200 S. Freeway Suite 2200
Fort Worth, Texas 76115-1499
A. Submittal approval process of specified products and consideration of "Or Equal" products:
1. Product substitutions will be considered only after execution of contract between the
successful Bidder/ Prime Contractor and the City . Only the successful Bidder/ Prime
Contractor may submit product submittals of specified and "Or Equal' products for approval
and consideration for approval to the Project Manager and shall be required to be submitted at
the scheduled Pre-Construction Conference meeting . Submittals for "Or Equal " product
substitution not provided at the Pre-Construction Conference meeting will not be considered .
2. Two (2) submittal copies of all specified products provided to the Project
Manager shall include the following data :
a. Name and address of manufacturer
b. Trade name
c . Model or catalog designation
d . Manufacturer's data
1. Performance and test data
2 . Reference standards
3 . Two (2) submittal copies of "Or Equal " products provided to the Project
Manager for consideration shall include the following data :
a. Complete data substantiating compliance of proposed substitution with
Contract Documents
b. Product identification, including manufacturer's name and address.
c . Manufacturer's literature:
1. Product description
2. Performance and test data
3. Reference standards
4. Examples, if requested .
d. Name and address of similar projects on which product was used , and date
of installation.
B. In making request for the use of "Or Equal" product substitution , the successful
Bidder / Prime Contractor represents :
1. That the Bidder / Contractor has personally investigated proposed product or
method, and determ ined that it is equal or superior in all respects to that specified .
2. That the Prime bidder/ Contractor will provide the same guarantee (or better) for
substituted product or method specified.
3. That the Prime Bidder / Contractor will coordinate installation of accepted
substitution into work , making such changes as may be required for work to be
complete in all respects .
4 . That the Prime Bidder/ Contractor waives all claims for additional costs
related to substitution if subse~uently accepted by the Project Manager.
C. Substitutions will not be considered if:
1. They are indicated or implied on shop drawings or project data submittals without
formal request submitted in accord with Paragraph 1.04.
2 . Acceptance will require substantial revision of Contract Documents .
D. Specified material shall not be ordered by the Contractor until such time product
material submittals have been received, reviewed and approval provided by the
Project Manager.
Make the Following Clarification to Drawing C 11.0
The posts for the FIELD 2 backstop are six (6) inches in diameter.
Make the Following Clarification to Drawing C 11.1
The gate Frames shall be 1-7/8 inch OD pipe rather than 2-7/8 Inch OD Pipe for Double Gate
detail and the 4'Single gate detail
Delete the PROPOSAL and replace it with the following PROPOSAL
The proposal starts on the following page. Note modified Items are highlighted in yellow .
The footer has been changed to indicate that it is addenda 1
The rest of this page is blank.
END OF ADDENDUM #1
Bid Open ing Date: Thursday , September 24, 2009.
Acknowledge the receipt of this Addendum on your Proposal. !!!!!
By :
Eric Seebeck, Senior Landscape Architect
Release Date: September 16, 2009
ADDENDUM #2
IMPROVEMENTS AT ROCKWOOD PARK BALL FIELDS #1 -#4
PROJECT NO. CIP 00851
TPW NO. 6267
TO ALL BIDDERS:
Please attach to your specifications. This addendum is hereby made a part of the
Contract Documents and is issued to modify, explain or correct the original drawings
and/or project manual.
Make the Following Clarification to Drawing C 1.0
Under the equipment list for the batting cage it is the intent to provide batting cages that are 55
feet long. This includes all components needed to provide complete and functional batting
cages that are 55 feet long.
Change the batting cages to Premium KVX 200 #42 12x14x55
END OFADDENDUM #2
Bid Opening Date: Thursday, September 24, 2009.
Acknowledge the receipt of this Addendum on your Proposal. !!!!!
By:
Eric Seebeck, Senior Landscape Architect
Release Date: September 17, 2009
ADDENDUM #3
IMPROVEMENTS AT ROCKWOOD PARK BALL FIELDS #1 -#4
PROJECT NO. CIP 00851
TPW NO. 6267
TO ALL BIDDERS:
Please attach to your specifications . This addendum is hereby made a part of
the Contract Documents and is issued to modify, explain or correct the original
drawings and/or project manual.
INFORMATIONAL ITEM
Regarding the PROPOSAL-Bid Item 6 : The Owner intent is that th is is a lump sum bid
item. The contractor is responsible for seeding all disturbed areas after the successful
bidder moves on site. The successful bidder should video the site immediately before
moving on site to protect their interest. If a gasline contractor disturbs areas in the
gasline land lease area and the successful bidder has not d isturbed these areas the
Owner will hold the gasline contractor responsible for seeding these areas . The seeding
mixture is covered in the specifications.
Make the Following Clarification to Drawing C 1.0
Change the wording in the Equipment List table to indicate that the Picnic Tables and
ADA Picnic Tables will be located in "Both Pavilions" instead of the "Small Pavilion ".
Add the following equipment to the Equipment list table . These items may be considered
as approved equal items by the Owner
: Manufacture/ : Model/Catalog
Location Item Supplier Number Description Field location
Pa rk Area ' Park benches I KenCoat l 40P061G l Park Bench 6 feet long Walkways
::::=::~~:::::::::::::::::::! Picn ic Table ! ___ __!S~_t!_Gg_9.t _____ !;-__ 10_P_0_6S_M __ l __ P_ic_n __ ic_T_a_b_le_-_6_' _.,._l_n_P_a_v_ili_on_s_,
I ADA Picnic Table I KenCoat I 15PH08SM 1 Picn ic Table-8' ADA In Pavilions
Make the Following Clarification to Drawing C 4.0
Delete the reference in the middle of the sheet "Alternate Bid Proposed Portable
maintenance Shed" and replace it with "Proposed Batting Cages"
Add the Following Note and Clarification to Drawing C9.3
Add an Irrigation Controller #IS-R2A-RU-SS 24 Station AC IRRlnet-M including
appurtenance necessary to make the irrigation system complete and functional.
On the drawings locater the Controller and cabinet on the Scoreboard Supports.
Make the Following Change to Drawing C 11.0
Typical Fencing Layout Detail add the note-The 1-5/8' horizontal center rail is not used
on ONLY the outfield fence and the outfield fence Corners
Make the Following Clarification to Drawing C 11.2
Delete all references to vinyl coated fence fabric . Only galvanized fabric meeting the
specifications will be used .
Make the Following Clarification to Drawing C 11.7
Delete all Supplier and Equipment References to "Park Bench-6', Picnic Table 8'ADA,
Picnic Table 6' and Deluxe Park Grill". Refer to Drawing C1 .0 and addenda for
Equipment
Add the Following Note to Sheet C11.7
Refer to the standard details added in this addendum to cover the references to "Mow
Strip", "HC Accessible Ramp", "Proposed Sub Drain 4' ADS Perforated Pipe w/ Sock"
and "500 Gallon Pre-Fab Concrete Catch Basin".
In the Technical Specifications section 02860 Playground
Equipment Make the following changes
DELETE Part 2 Products and REPLACE it with the following :
PART 2 -PRODUCTS
2.01 Approved play component structures for each playground prototype option (see
below) and ancillary equipment shall consist of equipment supplied by pre-
approved equipment manufacturers / vendors noted below and as noted on the
Equipment Schedule of the plans.
1. Prototype Option No. 1
A -Gametime -Model No. TFWNP403C (Total Recreation Products, Inc., l-
800-392-9909)
B -Playworld Systems -Model No. P24423F (The Playwell Group 1-800-726-
1816)
C -Burke -Model No. 57-8 (Child's Play, Inc. 1-972-484-0600)
2. Prototype Option No. 2
A -Gametime -Model No. TFWNP503C
B -Playworld Systems -Model No. P24424C
C -Burke -Model 36-11825
3. Prototype Option No. 3
A -Gametime -Model No. TFWNP603C
B -Playworld Systems -Model No. P23318B
C -Burke -Model No. 56-8
Add The Standard Details Section Including the five details to
the contract documents.
This is included on the following pages
Remove Sheets 4, 6, 8, 1 O, 13, and 15 in the Proposal and
replace them with Sheets 4, 6, 8, 1 O, 13, and 15 dated September
21,2009
The changes are highlighted in the sheets included after the standard details
The rest of this page is blank
STANDARD DETAILS
ROCKWOOD PARK IMPROVEMENTS
BID DATE 9/24/09
(The rest of this Sheet is Blank)
HC ACCESSIBLE RAMP
FACE OF MOW STRIP------......1
BACK OF MOW STRIP·--------l
NTS
'HUITT-&lJARS --.....-..,-.. ,.,.... --------
STANDARD DETAIL FOR SHEET
Cl 1.7
6'-0"
=.:::i-_,.._--4" THICK CONC. RAMP W/MEDIUM BROOM FINISH
1/8" DEEP GROOVES; 1/4"-3/4" WIDE; 3/4"-2" APART
OR PER TDLR STANDARDS
RAMP TO BE PAINTED
CONTRASTING COLOR
CURVE RETURNS/TRANSITIONS@ 12 :1 SLOPE TYP.
DOWELED EXP. JOINT (TYP.)
IMPROVEMENTS AT ROCKWOOD
PARK BAU FIELDS #1-#4
ADDENDA #3
q/'1.1 J £fJ
' ,,,
--..... 'l-··········!. C: .f-••
.:'0 .. ·• * "• .. "'1J'lf# ""'*l .... ,,
* • • * 'I
·····························~ ~JAMES LEE HIGGINS~ I.···,·······················~···" ,, ~·· 84366 :~"
' 1-:! •• :4;.:
111 O,r.~ •• <1cENS~<J/~'<J_: 't 'S · "• •• c,' ' s,········~ -:-,,, ONAL t.~-
\''''"" Huitt-Zollars. Inc .
Firm Registration No . F-761
BENCH
s• THICK CONCRETE SLAB
EXPANSION JOINT
NTS
HUITT-20..IAR.) --_.,.,_ ..... ... ,..._,_,... ---.... -
6'
STANDARD DETAIL FOR SHEET
Cll.7
PARK BENCH
5'-0"
VARIES 6"
IMPROVEMENTS AT ROCKWOOD
PARK BALL FIELDS #1-#4
ADDENDA #3
~~~~~-~.~--.-----·
,, , at11/~
--~ OF ,,{" · ""~ :-········!.~+ '• c,.•· * .. _..,, A .• •• U' ,, .... • • * 0: ~ ~' ,, ·························*···~ ,JAMES LEE HIGGINSI ~ ... , ....................... , ... -,,
,,~:-. 84366 l,f:ct
?'Qo • 'V"' If ~;:•.f 1CENS£.~ •• ·~~'<,.:' ti Ss •••••••• •:.w.c, --
1\\ 10NAL "t.'--_-
\\."''"""" Huitt-Zollars, Inc .
Firm Registrotioo No . F-761
MOW STRIP
FILTER FABRIC SEPA
ON TOP OF GRAVEL-
OVERLAP EDGES 12"
GRAVEL (3/8" TO 1/2w
WASHED STONE)
MEDIUM BROOM FINISH CONCRETE
12"
C".lffi::::::: :
l FOUR #4 REBAR, CONT.
COMPACTED SUBGRADE SLOPED WITH
1% POSITIVE DRAINAGE TO PIPE
NOTE : SAW JOINTS 1/4" W . X 1 1/2" D. AT 6' O.C. AND ALL TANGENTS
NTS
HUITT-2DLIARS -· -···· ... ---_,_ ----... _
STANDARD DETAIL FOR SHEET
Cl 1. 7
·----------------
IMPROVEMENTS AT ROCKWOOD
PARK BALL FIELDS #1-#4
ADDENDA #3
. ....
I
C\I
NTS
SUBGRADE DRAIN
3" DEPT OF o/a" TO~" DIA.
WASHED STONE
HUl1T-2UIARS ,
TOP OF SAFETY SURFACE MATERIAL
FIBER PLAYGROUND SURFACE (AS SPECIFIED)
FILTER FABRIC SEPARATOR , TOP OF GRAVEL
OVERLAP EDGES 12"
NOTE:
CONTRACTOR TO FIELD LOCATE
SUB-DRAIN/CATCH BASIN FOR
OWNER APPROVAL , PRIOR TO
INSTALLATION.
,,,,,,\ff (illdt.
n t OF r. \I ::.:= .... ~~·· _,_ .. * .. ,., ' ,. -,,J.• ·.U'' ;*/ .... ,,
0 • • 0
jAM.ES 0 °CEE°0HiGGiNS~
I. •••,•••••••••••••••••••••••z•••i'
,,, ~-... 84366 ltt! --..,.....,_ ... ,..... ----.......................
STANDARD DETAIL FOR SHEET
C11.7
IMPROVEMENTS AT ROCKWOOD
PARK BALL FIELDS #1-#4
ADDENDA #3
,, 0-",;•. t..,c.,.,NstQ /~\: •... -s·· I; •"c,' I s ········~ ..., .. I\\ 10NAL 'C..'--_-
\'\.'\.''"''-Huitt-Zollars, Inc.
firm Registration No. F'-761
--·---·----
500 GALLON
CATCH
PRE-FAB
BASIN
1' DIA. CON. PROTECTOR RING
FILTER FABRIC SEPARATOR
NTS
HUITT-XlJARS --.....,.,_ .. ,...... ----------
STANDARD DETAIL FOR SHEET
CJJ.7
4" A.D.S . SOLID PVC PIPE W/CAP
0
·' ...
5'-4~
IMPROVEMENTS AT ROCKWOOD
PARK BALL FIELDS #1-#4
ADDENDA #3
'-........_ _______________ ~ ........_ _____________ ___,
--------------------------,---... ----. ---. ·--,.---
-~J:~o?
--..... 'r'-:.-·······!.~+•t -"···· * ·-.. -1\$'•, I)... •• •• ,,
Q • • ~ 'I.
·····························~ JAMES LEE HIGGINS~ ~ •••\••·····················,···" I ~-._ 84366 ::~t I~• • ...,#I
I •• 0
~;: •• ~Cf. NSt-~.<~<c,; .:'
I s.s ········~'t\c, --'\\ 10NAL ~ --
\'\'\.''-''' Huitt-Zoll ors, Inc .
F'irm Registration No . F' -761
ADA RAMP FINISH
SEE SHEETS C 10. 1 AND C 10.2 FOR
RAMP LOCATION AND ORIENTATION
ADA RAMP FINISH TO BE APPLIED
ON SLOPED WALKWAY BEHIND 0"-6"
CURB TRANSITION
0
I
<.O
i
24" X 48 " CAST IN PLACE
ARMOR -TILE DETECTABLE WARN ING
MODEL NO.
ADA-0-2448-1
COLOR BRIGHT RED
NTS
HUITT-Il.IARS --_,_ eoo.,... .... lwlllWtl\T_,_. ---.... _
ADDITIONAL DETAIL FOR SHEETS
CJ0.1 & CJ0.2
..... -·---,--·-----------··-·-·-·············-·
SURFACE
6' -0 " WIDE SIDEWALK
DOWELED EXP . JOINT
-r----MEDIUM BROOM FINISH
~-~ RAMP TO BE PAINTED
CONTRASTING COLOR
IMPROVEMENTS AT ROCKWOOD
PARK BALL FIELDS #1-#4
ADDENDA #3
END OF ADDENDUM #3
Bid Opening Date : Thursday , September 24, 2009 .
Acknowledge the receipt of this Addendum on your Proposal . !!!!!
By:
Eric Seebeck, Senior Landscape Architect
Release Date: September 21, 2009
ADDENDUM #4
IMPROVEMENTS AT ROCKWOOD PARK BALL FIELDS #1 -#4
PROJECT NO. CIP 00851
TPW NO. 6267
TO ALL BIDDERS:
Please attach to your specifications . This addendum is hereby made a part of
the Contract Documents and is issued to modify , expla in or correct the original
drawings and/or project manual.
This Addenda reflects Clarifications to the Proposal Only. You
do not need to change the wording on the proposal but just be
aware of these changes in preparing your proposal.
1. For Bid Item Number 7 Change the word exiting to existing and the sheet from
C10.1 to C10.2
2. For Bid Item 20 Change the curb dimension from 7 inches to 6 inches and add
Sheet C11 .6 to the sheet references
3. For Bid Item Number 21 Delete the reference to Sheet C1 .4
4. For Bid Item A-1 Change Sheet C10.1 to C10.2
END OF ADDENDUM #4
Bid Opening Date : Thursday , September 24 , 2009 .
Acknowledge the receipt of this Addendum on your Proposal. !!!!!
By:
Eric Seebock, Senior Landscape Architect
Release Date : September 23 , 2009
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
PROJECT NAME PROJECT NUMBER
Rockwood Park Improvements C282 541600 802420085180
IN
THE CITY OF FORT WORTH
TEXAS
T.P.W .. NO.
6267
MIKE MONCRIEF
MAYOR
DALE FISSELER
CITY MANAGER
RICHARD ZAVALA, DIRECTOR
PARKS AND COMMUNITY SERVICES DEPARTMENT
PARKS AND COMMUNITY SERVICES DEPARTMENT
PLANNING AND RESOURCE MANAGEMENT DIVISION
FUNDING OF PROJECT BY
CITY OF FORT WORTH
CITY GAS LEASE REVENUE
JULY2009
TABLE OF CONTENTS
1. NOTICE TO BIDDERS
2. SPECIAL INSTRUCTIONS TO BIDDERS
3. PROPOSAL
4. CITY OF FORT WORTH M/WBE ENTERPRISE SPECIFICATIONS
5. CITY OF FORT WORTH PREVAILING WAGE RATES
6. WEATHER TABLE
7. VENDOR COMPLIANCE TO STATE LAW
8. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION
9. PROJECT DESIGNATION SIGN
10. TECHNICAL SPECIFICATIONS
DIVISION 1 -GENERAL REQUIREMENTS -SECTIONS
01100-Summary of Work
01135 -Contract Time
01140 -Alternatives
01150 -Payment To Contractor
01300 -Submittals
01400 -Quality Control
01410 -Testing
01500 -Temporary Facilities and Controls
01640 -Substitutions and Product Options
01700 -Project Closeout
01800 -Contractor's Responsibility for Damage Claims
DIVISION 2 -SITE WORK -SECTIONS
02140 -Site Underdrains
02200 -Site Preparation
023QO -Earthwork
02510 -Water Distribution
02520 -Infield Surfacing
02521-Infield Conditioner
02537 -Wood Fiber Playground Surfacing
02630 -Storm Drainage
02635 -GEO Textile Subsurface Drains
02741-Asphalt Paving
02751 -Cement Concrete Paving
02810 -Landscape Irrigation System
02820 -Galvanized Chain Link Fence
02840 -Turf Sodding
02845 -Athletic Field Grassing
02860 -Playground Equipment
02870 -Site Furnishings
02930 -Seeding
DIVISION 3 -CONCRETE/ SECTIONS
03301 -Miscellaneous Cast-in-Place Concrete
DIVISION 7 -THERMAL & MOISTURE PROTECTION/ SECTION
07920 -Caulking and Sealants
DIVISION 9-FINISHES
09614-Detectable/Tactile Warning Surfaces
12.
13.
14.
15.
13125 -Permanent Grandstands
DIVISION 16-ELECTRICAL
160Sl -Common Work Results for Electrical
16060-Grounding and Bonding
16120 -Conductors and Cables
16140-Wiring Devices
16145 -Lighting Control Devices
16442 -Panelboards
16461-Low Voltage Transformers
16521-Exterior Lighting
16526 -Exterior Athletic Lighting
GEOTECHNICALSTUDY-INCLUDE
CERTIFICATE OF INSURANCE
BIDDER'S STATEMENT OF QUALIFICATIONS
PERFORMANCE BOND
16. PAYMENT BOND
17. MAINTENANCE BOND
18. CONTRACT
. \
• I
~. '
.. ,
• I
1 '
NOTICE TO BIDDERS
Sealed Proposals for the following:
PROJECT
PROJECT NO.
TPWNO.
Improvements at Rockwood Park Ball Fields #1-4
C280 541600 802420085180
6267
Addressed to the City of Fort Worth, Purchasing Division, 1000 Throckmorton Street,
Fort Worth, Texas 76102-6311 and received at the Purchasing Office until 1 :30 p.m.,
Thurs., September 24, 2009 and then publicly opened and read aloud at 2:00 p.m. in
Council Chambers 2nd floor -N.E. comer of City Hall. Plans, Specifications and
Contract Documents for this project may be obtained at the Park Planning section,
Parks and Community Services Department, 4200 South Freeway, Suite 2200, Fort
Worth, Texas 76115-1499. Documents will be provided to prospective bidders for a
deposit of $50 per set; deposits shall be made in the form of a check or money order. ..
Each prospective bidder shall receive a deposit refund on the first two plan sets if the
documents are returned in good condition within 10 days after bids are opened . Any
additional plan sets shall require a non-refundable deposit. These documents contain
additional information for prospective bidders.
1. Wage Rates: All Bidders will be required to comply with Provision 5159a of "Vernon's
Annotated Civil Statutes" of the State of Texas with respect to the payment of the
prevailing wage rates, and City Ordinance No. 7278, as amended by City Ordinance
No. 7400 (Fort Worth City Code, Section 13-A-21 through 13-A-29) prohibiting
discrimination in employment practices.
2. Minority / Women's Business Enterprise Participation Goals: In accordance with
the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the
participation of minority business enterprises and women business enterprises in City
contracts. A copy of the Ordinance can be obtained from the M/WBE Office or from the
Office of the City Secretary. The bidder shall submit the MBE / WBE UTILIZATION
FORM, SUBCONTRACTOR/ SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM and/ or the JOINT
VENTURE FORM ("Documentation) as appropriate and must be received no later than _
5:00 P.M., five (5) City business days after the bid opening date, exclusive of the bid
opening date. The bidder (a) shall submit documentation at the reception area of the
managing department, Department of Engineering, 2nd floor, City Hall, and shall obtain a
receipt in person. Such receipt shall be evidence that the documentation was received
by the City. (b) Electronic submittal of MWBE documentation will not be accepted.
Failure to comply with (a) and (b) shall render the bid non-responsive.
The following list is provided to assist bidders in obtaining the services of M/WBE
vendors qualified to provide such services/materials for this project. A listing of qualified
M/WBE vendors may be obtained at the City of Fort Worth M/WBE office, 3rd floor City
Hall.
Services/materials for this project are as follows:
demolition/site prep clearing/grubbing
install shelter sodding
seeding steel rebar
grading/earthwork
concrete
site furnishings
fencing
electrical
irrigation
No bid may be withdrawn until the expiration of 70 calendar days from the day bids are
opened. The award of contract, if made, will be within 70 calendar days after the
opening of bids, but in no case will the award be made until all necessary investigations
are made as to the responsibility of the bidder to whom the contract will be awarded.
RICHARD ZAVALA, DIRECTOR
PARKS AND COMMUNITY SERVICES DEPARTMENT
By:
Eric Seebock
Senior Landscape Architect / Project Manager
(817) 392-5742
Thursday, August 27, 2009
Thursday, September 3, 2009
DALE FISSELER
CITY MANAGER
MARTY HENDRIX
CITY SECRETARY
SPECIAL INSTRUCTIONS TO BIDDERS
TABLE OF CONTENTS
1. BID SECURITY
2. PROPOSAL
3. ADDENDA
4. PERMITS
5. AWARD OF CONTRACT
6. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS
7. LIQUIDATED DAMAGES
8. EMPLOYMENT
9. WAGERATES
10. FINANCIAL STATEMENT
11. INSURANCE
12. NON -RESIDENT BIDDERS
13 . MINORITY I WOMEN BUSINESS ENTERPRISE
14. PROTECTION OF TREES, PLANTS AND SOIL
15. BIDDER'S STATEMENT OF QUALIFICATIONS
16. OZONE ALERT DAYS
17. WORKERS COMPENSATION INSURANCE COVERAGE
SPECIAL INSTRUCTIONS TO BIDDERS
1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of
Fort Worth, in an amount of not less than 5 percent of the largest possible total of the bid
submitted must accompany the bid, and is subject to forfeit in the event the successful
bidder fails to execute the contract documents within ten days after the contract has been
awarded.
To be an acceptable surety on the bid bond, the surety must be authorized to do business
in the state of Texas. In addition, the surety must (1) hold a certificate of authority from
the Untied States secretary of the treasury to qualify as a surety on obligations permitted
or required under federal law; or (2) have obtained reinsurance for any liability in excess
of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of
Texas and is the holder of a certificate of authority from the Untied States secretary of the
treasury to qualify as a surety on obligations permitted or required under federal law.
Satisfactory proof of any such reinsurance shall be provided to the City upon request.
The City, in its sole discretion, will determine the adequacy of the proof required herein.
2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be
tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the
application of such formulas or other methods of bringing items to a common basis as
may be established in the Contract Documents.
3 .
4.
The total obtained by taking the sum of the products of unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the award of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
proceed with the work in any manner as maybe considered for the best interest of the
Owner.
The quantities of work and materials to be furnished as may be listed in the proposal
forms or other parts of the Contract Documents will be considered as approximate only
and will be used for the purpose of comparing bids on a uniform basis. Payment will be
made to the Contractor for only the actual quantities of work performed or materials
furnished in strict accordance with the Contract Documents and Plans. The quantities of
work to be performed and materials to be furnished may be increased or decreased as
hereinafter provided, without in any way invalidating the unit prices bid or any other
requirements of the Contract Documents.
ADDENDA: Bidders are responsible for obtaining all addenda to the Contract
Documents prior to the bid receipt. Information regarding the status of addenda may be
obtained by contacting Parks and Community Services Department telephone number
indicated in the Notice to Bidders. Bids that do not acknowledge all applicable addenda
will be rejected as non-responsive. (See Item G in the Proposal.)
PERMITS: The Contractor shall obtain all permits necessary for compliance to the City
of Fort Worth Building Code. Fees shall be waived for permit applications. For a listing
of anticipated project permits, refer to General Requirements: Section 01100-3.
SPECIAL INSTRUCTIONS TO BIDDERS
- 1 -
5. A WARD OF CONTRACT: The Contract may not necessarily be awarded to the lowest
bidder of the Base Bid. The Parks and Community Services Department shall evaluate
and recommend to the City Council the best bid based on the combined benefits of total
bid price and number of contract days allotted, as specified in the Proposal, and which is
considered to be in the best interest of the City.
6.
Regardless of the Alternative chosen, the Contractor agrees to complete the Contract
within the allotted number of days. If the Contractor fails to complete the work within
the number of days specified in the Construction Documents, liquidated damages shall be
charged as outlined in General Provisions, Item 8.6 Failure to Complete Work on Time,
found in the Standard Specifications for Street and Storm Drain Construction of the City
of Fort Worth, Texas.
PAYMENT. PERFORMANCE AND MAINTENANCE BONDS: The successful bidder
entering into a contract for the work will be required to give the City surety in a sum
equal to the amount of the contract awarded. The successful bidder shall be required to
furnish bonding as applicable in a sum equal to the amount of the contract awarded. The
form of the bond shall be as herein provided and the surety shall be acceptable to the
City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the
Texas Government Code, as amended.
A. If the total contract price is $25,000 or less, payment to the contractor shall be
made in one lump sum. Payment shall not be made for a period of 45 calendar
days from the date the work has been completed and accepted by the City.
B. lfthe contract amount is in excess of$25,000, a Payment Bond shall be
executed, in the amount of the contract, solely for the protection of all claimants
supplying labor and material in the prosecution of the work.
C. If the contract amount is in excess of $100,000, a Performance Bond shall be
executed, in the amount of the contract conditioned on the faithful performance of
the work in accordance with the plans, specifications, and contract documents.
Said bond shall solely be for the protection of the City of Fort Worth.
D. A Maintenance Bond shall be required for all Parks and Community Services
Department projects to insure the prompt, full and faithful performance of the
general guarantee as set forth in Division 1, Section O 1150 -Item 1.14: Warranty
In order for a surety to be acceptable to the City, the surety must meet the requirements of
V. A. T. S Insurance Code, art. 7.19-l(c). Satisfactory proof of any such reinsurance
shall be provided to the City as outlined in the Notice To Bidders. The City, in its sole
discretion, will determine the adequacy of the proof required herein.
No sureties will be accepted by the City that are at the time in default or delinquent on
any bonds or which are interested in any litigation against the City. Should any surety on
the contract be determined unsatisfactory at any time by the City, notice will be given to
the contractor to that effect and the contractor shall immediately provide a new surety
satisfactory to the City
SPECIAL INSTRUCTIONS TO BIDDERS
-2-
7. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1 -General
Provisions, Item 8, Paragraph 8.6, Standard Specifications for Street and Storm Drain
Construction of the City of Fort Worth, Texas, concerning liquidated damages for late
completion of projects.
8 . EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278
as amended by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through
13-A-29) prohibiting discrimination in employment practices.
9. WAGE RATES: All bidders will be required to comply with provision 5159a of
"Vemons Annotated Civil Statutes" of the State of Texas with respect to the payment of
prevailing wage rates as established by the City of Fort Worth, Texas, and set forth in
Contract Documents for this·project. Disregard if Federal Wage Rates are applicable to
this project. If Federal Wage Rates are applicable to a project, the Contractor shall
comply with all items identified in the attached Contractor's Packet. For further
information regarding this packet, contact the Intergovernmental Affairs/ Grants
Management Division, Finance Department at (817) 871-8365 or 871-8387
10 .FINANCIAL STATEMENT: A current certified financial statement shall be provided to
the City as outlined in the Notice to Bidders for use by the CITY OF FORT WORTH in
determining the successful bidder. This statement is to be prepared by an independent
Public Accountant holding a valid permit issued by an appropriate State Licensing
Agency.
11. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor
must provide, along with executed contract documents and appropriate bonds, proof of
insurance for Workers Compensation (statutory); Comprehensive General Liability
($1,000,000 per occurrence, $2,000,000 aggregate); and Automobile Insurance
($1,000,000 each accident on a combined single basis or $250,000 property
damage/$500,000 bodily injury per person per occurrence. A commercial business
policy shall provide coverage on "any auto", defined as autos owned, hired, and non-
owned). Additional lines of coverage may be requested. If such a request is made after
bid opening, Contractor shall be entitled to additional compensation equal to 110% of the
additional premium cost. For worker's compensation insurance requirements, see Special
Instructions to Bidders -Item 16 .
ADDITIONAL INSURANCE REQUIREMENTS:
A. The City, its officers, employees and servants shall be endorsed as an additional
insured on Contractor's insurance policies excepting employer's liability insurance
coverage under Contractor's workers' compensation insurance policy.
B. Certificates of insurance shall be delivered to the City of Fort Worth, contract
administrator in the respective department as specified in the bid documents, 1000
Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on
the contracted project.
C. Any failure on part of the City to request required insurance documentation shall
not constitute a waiver of the insurance requirements specified herein.
SPECIAL INSTRUCTIONS TO BIDDERS
-3-
D. Each insurance policy shall be endorsed to provide the City a minimum thirty
days notice of cancellation, non-renewal, and/or material change in policy terms
or coverage. A ten days notice shall be acceptable in the event of non-payment of
premium.
E. Insurers must be authorized to do business in the State of Texas and have a
current A.M. Best rating of A: VII or equivalent measure of financial strength and
solvency.
F. Deductible limits, or self-funded retention limits, on each policy must not exceed
$10,000.00 per occurrence unless otherwise approved by the City.
G. Othei: than worker's compensation insurance, in lieu of traditional insurance, City
may consider alternative coverage or risk treatment measures through insurance
pools or risk retention groups. The City must approve in writing any alternative
coverage.
H. Workers' compensation insurance policy( s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of
recovery in favor of the City.
I. City shall not be responsible for the direct payment of insurance premium costs
for contractor's insurance.
J. Contractor's insurance policies shall each be endorsed to provide that such
insurance is primary protection and any self-funded or commercial coverage
maintained by City shall not be called upon to contribute to loss recovery.
K. In the course of the project, Contractor shall report, in a timely manner, to City's
officially designated contract administrator any known loss occurrence which
could give rise to a liability claim or lawsuit or which could result in a property
loss.
L. Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
M. Upon the request of City, Contractor shall provide complete copies of all
insurance policies required by these contract documents.
12. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the
City of Fort Worth will not award this contract to a non-resident bidder unless the non-
resident's bid is lower than the lowest bid submitted by a responsible Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a
non-resident bidder to obtain a comparable contract in the state in which the non-
resident's principal place of business is located.
"Non-resident bidder" means a bidder whose principal place of business is not in
this state, but excludes a contractor whose ultimate parent company of majority
owner has its principal place of business in this state.
SPECIAL INSTRUCTIONS TO BIDDERS
-4-
"Texas resident bidder" means a bidder whose principal place of business is in this
state, and includes a contractor whose ultimate parent company or majority owner
has its principal place of business in this state.
This provision does not apply if the project is funded in whole or in part with federal
funds.
The appropriate blanks of the Proposal must be filled out by all non-resident bidders in
order for its bid to meet specifications. The failure of a non-resident contractor to do so
will automatically disqualify that bidder.
13 . MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort
Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of
minority business enterprises and women business enterprises in City contracts. You may
obtain a copy of the Ordinance from the Office of the City Secretary.
The MEB/WBE Utilization Form, Subcontractor/ Supplier Utilization Form, Prime
Contractor/Waiver Form and the Good Faith Effort Form and or the Joint Venture Form,
as applicable, must be submitted no later than 5:00 p . m. five (5) City business days after
the bid opening date, exclusive of the bid opening date. The bidder shall submit the
documentation at the reception area of the Department of Engineering ("Managing
Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall
render your bid non-responsive.
Upon contract execution between the City of Fort Worth and the successful bidder, now
known as Contractor, a pre-construction meeting will be scheduled at which time the
Contractor is required to submit either Letters of Intent or executed agreements with the
M/WBE firm(s) to be utilized on this project. Such Letters oflntent or executed
agreements shall include the following information:
1. Name of Contract
2. Name of M/WBE firm utilized
3. Scope of Work to be performed by the M/WBE firm
4. Monetary amount of work to be performed by the M/WBE firm
5. Signatures of all parties
A notice to proceed will not be issued until the signed letter(s) or executed
agreement(s) have been received.
Throughout the duration of this project, the Contractor comply with the M/WBE
Ordinance by complying with the following procedures:
• A M/WBE Participation Report Form must be submitted monthly until the contract is
completed. The first report will be due 30 days after commencement of work. The
monthly report MUST have an original signature to ensure accountability for audit
purposes.
• Reports are to be submitted monthly to the M/WBE Office, regardless of whether or
not the M/WBE firm has been utilized. If there was no activity by an M/WBE in a
particular month, place a "O" or "no participation" in the spaces provided, and provide
SPECIAL INSTRUCTIONS TO BIDDERS
-5-
a brief explanation.
• The Contractor shall provide the M/WBE Office proof of payment to the M/WBE
subcontractors and suppliers only . The M/WBE Office will accept the following as
proof of payment:
1. Copies of submitted invoices with front and back copies of canceled check(s), OR
2. A notarized letter explaining, in detail:
a Subcontractor/supplier Scope of Work
b. Date when services were received from subcontractor/supplier
c. Amounts paid to the subcontractor/supplier
d. Original signatures from both parties must be included on this letter.
• If the Contractor foresees a problem with submitting participation reports and/or
proof of payment on a monthly basis, the M/WBE Office should be notified.
If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere
to the following:
1. Immediately submit a Request for Approval of Change Form to the M/WBE
Office explaining the request for the change or deletion.
2. If the change affects the committed M/WBE participation goal, state clearly how
and why in documentation.
a. All requests for changes must be reviewed and pre-approved by the M/WBE
Office.
b. If the Contractor makes change(s) prior to approval , the change will not be
considered when performing a post compliance review on this project.
• Upon the Contractor's successful completion of this project, and within ten days after
receipt of final payment from the City of Fort Worth, The Contractor will provide the
M/WBE Office with a Final Participation Report Form to reflect the total
participation from ALL subcontractors/suppliers utilized on the project.
• All forms are available at the M/WBE Office, 3rd floor -City Hall. For additional
information regarding compliance to the M/WBE Ordinance, call (817) 871-6104 .
Upon request, Contractor agrees to provide to Owner Complete and accurate information
regarding actual work performed by a Minority/Women Business Enterprise (M/WBE)
on the contract and payment therefore. Contractor further agrees to permit an audit and/or
examination of any books, records or files in its possession that will substantiate the
actual work performed by an M/WBE. The misrepresentation of facts ( other than a
negligent misrepresentation) and/or the commission of fraud by the Contractor will be
grounds for termination of the contract and/or initiating action under appropriate federal,
state or local laws or ordinances relating to false statements; further, any such
misrepresentation ( other than a negligent misrepresentation) and/or commission of fraud
SPECIAL INSTRUCTIONS TO BIDDERS
-6-
will result on the Contractor being determined to be irresponsible and barred from
participating in City work for a period of time of not less than three years.
14. PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to
the Contractor's operations including lawns, yards, shrubs, trees, etc., shall be preserved
or restored, after completion of the work, to a condition equal or better than existed prior
to start of work.
By Ordinance, the Contractor must obtain a permit from the City Forester before any
work (trimming, removal, or root pruning) can be done on trees or shrubs growing on
public property including street Rights-Of-Way and designated alleys. This permit can
be obtained by calling the Forestry Office at 871-5705. All tree work shall be in
compliance with pruning standards for Class II Pruning as described by the National
Arborist Association. A copy of these standards can be provided by calling the above
number. Any damage to public trees due to negligence by the Contractor shall be
assessed using the current formula for Shade Tree Evaluation as defined by the
International Society of Arboriculture. Payment for negligent damage to public trees
shall be made to the City of Fort Worth and may be withheld from funds due the
Contractor by the City.
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak ancfRed Oak trees
shall be immediately sealed using a commercial pruning paint. This is the only instance
when pruning paint is recommended.
15. BIDDER'S STATEMENT OF QUALIFICATIONS
A. QUALIFICATION OF BIDDERS: Prime Bidder and all sub-contractors to be used
by the bidder in the performance of this project shall be required to demonstrate
experience necessary to successfully perform the proposed scope of work. The Prime
Bidders' specific (1) experience, (2) stability and (3) history of performance on
projects of a similar nature and scope will be considered. The BIDDERS
STATEMENT OF QUALIFICATIONS shall be provided to the City as outlined in
the Notice To Bidders and as noted in the specifications for the purpose of evaluating
the Prime bidder / subcontractors qualifications.
B. PRIME BIDDER/ SUBCONTRACTOR QUALIFICATIONS
I. Demonstrate experience as either general or sub-contractor on a minimum of
three (3) projects similar in scope within the last three (3) years.
2. Provide listing of smety company(s) which issued bonds for previous projects
identified as demonstrated experience.
3. Provide name of smety company to be used for this project.
4. Provide a current certified financial statement as prepared by an independent
Certified Public Accountant.
5. Name and qualifications for the site superintendence of the work.
6. Identify at least 50% of work which is to performed by the Prime Bidder with its
own organization and work crews under its superintendence.
7. All sub-contractors intended for use on this project shall also demonstrate similar
project scope experience (three similar projects in scope within last three years)
necessary to successfully perform their respective portion of work on this project.
SPECIAL INSTRUCTIONS TO BIDDERS
-7-
8. Submittal of Letters Of Intent for the use of specific subcontractors listed on the
Bidders Statement Of Qualification form. The Prime Bidder shall submit such
Letters oflntent to the City no later than five (5) working days upon being
recognized as the overall qualified bidder by the City. Should the Prime Bidder
subsequently desire to substitute a subcontractor, the Prime Bidder shall notify the
Project Manager in writing along with Letter Of Intent and experience
qualifications for approval prior to commencement of construction.
The documentation required herein shall be received by the Project Manager of the
Parks and Community Services Department no later than five (5) City business days
after the bid opening date, exclusive of the bid opening date.
Recommendation of award of contract shall be contingent upon the Bidder and / or
sub-contractors meeting such qualification requirements.
Location and responsive ability of the firm will be considered.
If your firm anticipates entering into a joint venture with any other firm to conduct all
or part of the performance required under the proposed project, that firm should be
specified in your response. For each firm included in the joint venture, please provide
the information required above. Under the Contract executed for this work the City
will require your firm to be completely 100 percent responsible for fulfilling all
aspects of the contract bonds. Other firms and employees that may be involved in
their joint venture will be treated by the City under the contract as if they were
employees or subcontractors of your firm. Other than those firms noted in the
contract as a part of the joint venture, no other firms will be allowed to participate in
the joint venture without written consent from the City.
16. OZONE ALERT DAYS: The Contractor shall be required to observe the following
guidelines relating to working on City construction sites on days designated as "OZONE
ALERT DAYS". Typically, the Ozone Alert season within the Metroplex area runs from
May through September, with 6:00 a.m. -10:00 a.m. being critical ozone forming periods
each day.
17.
The Texas Natural Resource Conservation Commission (1NRCC) in coordination with
the National Weather Service, will issue the Ozone Alert by 3:00 p.m. on the afternoon
prior to the alert day. On designated Ozone Alert Days, the Contractor shall bear the
responsibility of being aware that such days have been designated Ozone Alert Days and
as such shall not begin work until 10:00 a.m. whenever construction phasing requires
substantial use of motorized equipment. However, the Contractor may begin work earlier
if such work minimizes the use of motorized equipment prior to 10:00 a.m.
If the Contractor is unable to perform continuous work for a period of at least seven hours
between the hours of7:00 a.m. -6:00 p.m., on a designated Ozone Alert Day, that day
will be considered as a weather day and added onto the allowable weather days of a given
month.
WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance
with Workers Compensation shall be as follows:
SPECIAL INSTRUCTIONS TO BIDDERS
-8-
A. Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the commission, or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity employees
providing services on a project, for the duration of the project.
Duration of the project -includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in. 406.096) -includes all
persons or entities performing all or part of the services the contractor has undertaken
to perform on the project, regardless of whether that person has employees. This
includes, without limitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner-operators, employees of any such entity, or
employees of any entity which furnishes persons to provide services on the project.
"Services" include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or other service related to a project.
"Services" does not include activities unrelated to the project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
B. The contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401.011(44) for all employees
of the contractor providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior
to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project, the contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended.
E. The contractor shall obtain from each person providing services on a project, and
provide to the City:
(1) a certificate of coverage, prior to that person beginning work on the project, so
the City will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
E. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
SPECIAL INSTRUGnONS TO BIDDERS
-9-
G. The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within ten days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person providing
services on the project.
H. The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify coverage and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to
provide services on a project, to :
(1) provide coverage, based on proper reporting on classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all of its employees
providing services on the project, for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all employees
of the person providing services on the project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the roject;
( 4) obtain from each other person or entity with whom it contractS., and provide to
the contractor:
(a) a certificate of coverage, prior to the other person or entity beginning work
on the project; and
(b) a new certificate of coverage showing extension of coverage, prior to the end
of the coverage period, if the coverage period shown on the current certificate
of coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter.
( 6) notify the governmental entity in writing by certified mail or personal delivery,
within ten days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(7) contractually require each person with whom it contracts, to perform as required
by paragraphs (1) -(7), with the certificates of coverage to be provided to the
person for whom they are providing services.
J. By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all employees
of the contractor who will provide services on the project will be covered by workers'
SPECIAL INSTRUCTIONS TO BIDDERS
-10-
compensation coverage for the duration of the project, that the coverage will be based
on proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance carrier or, in the case of a self-
insured, with the commission's Division of Self-Insurance Regulation. The providing
of false or misleading information may subject the contractor to administrative
penalties, criminal penalties, civil penalties or other civil actions.
K. The contractor's failure to comply with any of these provisions is a breach of contract
by the contractor which entitles the City to declare the contract terminated if the
contractor does not remedy the breach within ten days after receipt of notice of breach
from the City.
"The contractor shall post a notice on each project site informing all persons
providing services on the project that they are required to be covered, and stating how
a person may verify current coverage and report failure to provide coverage. This
notice does not satisfy other posting requirements imposed by the Texas Workers'
Compensation Act or other Texas Workers' Compensation commission rules. This
notice must be printed with a title in at least 30 point bold type and text in at least 19
point normal type, and shall be in both English and Spanish and any other language
common to the worker population. The text for the notices shall be the following
text, without any additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related
to this construction project must be covered by workers' compensation insurance.
This includes persons providing, hauling, or delivering equipment or materials, or
providing labor or transportation or other service related to the project, regardless of
the identity of their employer or status as an employee."
"Call the Texas Workers' Compensation Commission at (512) 440-3789 to receive
information on the legal requirement for coverage, to verify whether your employer
has provided the required coverage, or to report an employer's failure to provide
coverage."
END OF SECTION
SPECIAL INSTRUCTIONS TO BIDDERS
-11 -
TO: Mr. Dale A. Fisseler
City Manager
Fort Worth , Texas
FOR: PARK IMPROVEMENTS AT:
PROPOSAL
Rockwood Park Ballfields #1-#4 C282 541600 802420085180 TPW NO.: 6267
Pursuant to the foregoing "Notice to Bidders ," the undersigned has thoroughly examined the plans , specifications, and
the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor,
equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and
subject to the inspection and approval of the Parks and Community Services Department Director of the City of Fort
Worth.
The "approximate quantity" category is for information purposes only . The Contractor shall be paid on the basis of
actual installed quantities on non lump sum items. Additionally, the Contractor shall be aware that the Proposal
contains both Lump Sum and Unit Price items .
If the lowest bid received exceeds the funds budgeted for the project, the City reserves the right to decrease the
quantities contained in any line item or to eliminate any specific line items before award of the contract in order to
bring the work within budget. By submitting a bid , the bidder acknowledges the City's right to adjust or eliminate line
items prior to the award of contract. Further, by submitting a bid , the bidder agrees to honor each line item bid price
without recourse to the City in the event line items are adjusted or eliminated.
Upon acceptance of this proposal by the City Council , the bidder is bound to execute a contract and furnish, if applicable ,
Performance, Payment, and Maintenance Bonds approved by the City of Fort Worth for performing and completing the
said work within the time stated and for the following sums , to wit:
PAY
ITEM
APPROX. UNITS
UANTITY
DESCRIPTION OF ITEMS WITH BID
PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAL
AMOUNT BID
UNIT ONE -Site Work Items
Site Mobilization , Furnish and Install two Project
Siqns (per specifications) See Sheet C 2 .0 1. 1 LS Dollars &
Cents per
Furnish and demolish the existing facilities as
shown in the plans and specifications. Stack
City salvage material as directed by the City on
2 . 1 LS Site. See Sheets C 3 .1, C3 .2 , C3 .3 , C3.4 , and
C3 .6
Dollars &
Cents per
Furnish and Install complete, functional and
maintain a SWPPP Erosion Control
Implementation for the duration of the project.
3. 1 LS See The SWPPP Document and Sheets C7 .2
and C11 .8 .
Dollars &
Cents per
Rockwood Park Proposal Addenda No.1
September 16, 2009
'
'
$ 7 0. (Ii)' Ot $ /() ooo . ()(J
'
$ 'ii ';J :i'J. 0 CJ $.:q ,~.oc.1
I
,,
31 3):;· ()d
()c; f)/, 3 ,5J.
-;..,,· '--o;;j) -JP£ $·,~j. $~-A r lt.). ,
r .
PAY APPROX.I UNITS DESCRIPTION OF ITEMS WITH BID
ITEM QUANTITY PRICE WRITTEN IN WORDS
Furnish , Install and Maintain Traffic Control Plan
4 . 1 LS for the project as shown on the drawing C 2 .0 .
Dollars &
Cents per
Furnish and Install complete and functional
Miscellaneous Traffic Control , Warning and
ADA Signs as shown on Sheets C4 .1,C4.2 ,and
5 . 1 LS C4 .5
Dollars &
Cents per
Furnish and Install complete and functional
seeding of grass for all disturbed areas as
6 . 1 LS shown in the Specifications
Dollars &
Cents per
Furnish and Install Phase 1 Parking lot striping
for the exiting parking lot and wheel stops per
7. 1 LS the plans on sheet C 10.1 and the Specifications
Dollars &
Cents per
Furnish and Install a complete and functional
Small Pavilion, inculding Foundation , Concrete
Slab , subbase , structure .and picnic tables per
8. 1 LS the plans and Specifications. See Sheets C1 .0 ,
C4 .2, S1 .6 , and A 1.6
Dollars &
Cents per
Furnish and Install a complete and functional
Most Dependable ADA Drinking Fountain
9 . 1 LS
including slab and drain system near Small
Pavilion . See Sheet C4.2
Dollars &
Cents per
Furnish and Install complete and functional site
grading and fill for the site including clearing ,
10. 11 ,000 Cu Yds grubbing and compaction for the site. See
Sheets C6 .1, C6 .2 , C6 .3 , C6.4 , C6.5 , and C6 .6
Dollars &
Cents per
Rockwood Park Proposal Addenda No .1
September 16 , 2009
UNIT TOTAL
PRICE AMOUNT BID
$ ..9)0(J~ $~d00 .0
(!
$ ~ iso.00 $~:B~l ()?
'
$ Sl(:\ °?)L\ lu, .,o $ 'YO ?:/-/{_p '<J,
I
'
$ ld.50.00 $ 7J:x;.dd
l
$ '~~ 51 /. ~'o 35J1/, <v
$
I
$ In ooo. oc. $ { 0 OCt))d,
$ /0. ~ i) $ I iO {Joa. ro .
2
PAY APPROX.I UNITS DESCRIPTION OF ITEMS WITH BID
ITEM QUANTITY PRICE WRITIEN IN WORDS
Furnish and Install complete and functional PE
Drain pipe per the Plans and Specifications. See
11 . 1 LS Sheet C?.1
Dollars &
Cents per
Furnish and Install complete and functional
prefabricated ma intenance shed and concrete
12 . 1 LS slab as shown in Plans and Specifications. See
Sheet C4.4 and C1 .0
Dollars &
Cents per
Furnish and Install complete and functional
Vertical infiltration drains according to the Plans
13. 13 Ea and Specifications. See Sheets C4 .3 , C4.5 and
C11 .5
Dollars &
Cents per
Furnish and Install complete and functional
14 . 2 Ea
drainage swale crossing according to the plans
and specifications See Sheets C4 .3 and C4 .5
Dollars &
Cents per
Furnish and Install complete and functional
drainage system w ith concrete pavement
channels, subbase, trench drain , fence removal
LS and replacement , temporary fencing , connecting 15 . 1 piping and 12 inch SOR 35 pipe between the
existing parking lot and the Golf Course . See
Sheets C4 .2, C?.1 and Sheet C 11 .5
Dollars &
Cents per
Excavate to finish grade the addition to the golf
course pond and haul off unsuitable material.
16 . 400 CuYds See Sheets C4.2 , C?.2 and C10.8
Dollars &
Cents per
Furn ish , implement and comply with a trench
safety plan fo r the entire proiect
17 . 1 LS Dollars &
Cents per
Rockwood Park Proposal Addenda No .1
September 16 , 2009
UNIT TOTAL
PRICE AMOUNT BID
-q)O o<J $ '""") }, , __. <jy) o=.,
$~.,. I
I
I•
(!)O 1 l., :<ii/), c)C $ ,u 3/0 . $
I
11
$5 ~.od $ 7.f ~6.ocv
'
1-·
$ 330i 0
C) $ [p(.od.oo
l,
1,.
IL.
,·
$d7 Cf ~Jo 'uu I• $ :J ( 1 L{ 0 ' ()()
'
t
t.)6
$ I I . ,,,, $ 4 ,L/OD. <'u
"
$ ~ 9:JD. od
gd
I/ $ S:,<{60.
3
PAY APPROX. UNITS
ITEM UANTITY
UNIT Two -Parking Lot
18 . 1392 Sq . Yd .
19 . 960 Sq . Yd.
20. 750 Ft
21 . 1 LS
UNIT Three -Site Amenities
22 . 40,310 Sq . Ft
23 . 5 ea
DESCRIPTION OF ITEMS WITH BID
PRICE WRITTEN IN WORDS
Furn ish and Install a complete and funct ional
medium duty Asphaltic Concrete , subbase and
lime stabilization for the new parking and drive
way leading to the parking lot. See Sheet C4 .5
and C10 .0
Dollars &
Cents per
Furnish and Install a complete and functional
light duty Asphaltic Concrete, subbase and lime
stabilization for the new parking and drive way
leading to the parking lot. See Sheet C4 .5 and
C10 .0
Dollars &
Cents per
Furnish and Install a complete and functiona l
Seven (7) inch standard curb for the parking lot
per the drawings and specifications . See Sheet
C4 .5 and C10.0
Dollars &
Cents per
Furnish and Install a complete and functional
Parking lot striping for the new parking lot ,
wheel stops per the plans and specification for
the new parking lot and furnish stripping and
painting for the cross walks on Rockcress Drive ,
and entrance to the parking lot driveway . See
Sheet C1.4 , C4 .5 , C10 .0 and C11.4
Dollars &
Cents per
Furnish and Install Concrete walkways and
compacted subgrade for the six (6) foot
walkway as shown on the plans and
specifications . See Sheets C4.1 thru 4.6
Dollars &
Cents per
Furnish and Install a complete and functional
Concrete pedestrian Curbed ramps with Cast-in-
place Armor detectable tile , cushion sand
subbase and compacted subgrade as shown
on the plans and specifications. See Sheets
C4 .1, C4.2 , C4.5 C10 .1 and C10 .2
Dollars &
Cents per
Rockwood Park Proposal Addenda No .3
September 21 , 2009
$
UNIT
PRICE
l.{J. l 'S
$ ~7. q 5
$ lS, '-i O
$ J 93L ,si>
I
$ 3, /)
"f c)d
$ I l,,:5o,
I
TOTAL
AMOUNT BID
10 i 11-· £,b
$d~
./
$ 3/p ~J),oo
$ 11 ~56 -0
c)
$Jt31,
sa
I
69--
, 1..&/t1lP
$ ~
$~.::J ,5a ,-
4
PAY APPROX.I UNITS DESCRIPTION OF ITEMS WITH BID
ITEM ~UANTITY PRICE WRITTEN IN WORDS
Furnish and Install a complete and functional
park benches ultraPlay model 940-P6 "Fort
Worth Bench with concrete slab, including sub
24 . 6 ea grade preparation as shown on the plans and
specifications. See Sheets C4 .5 and C4.6
Dollars &
Cents per
UNIT Four -Field One
Furnish and Install a complete and functional
model 400SM Most Dependable Drinking
Fountain including drain system at Field 1.See 25 . 1 EA Sheets C4 .1, C8 .1 and C11 .3
Dollars &
Cents per
Furnish and Install a complete and functional 15
feet long team bench seats. 2 per each dugout
26 . 4 EA at Field 1.See Sheets C4.1 and C11.1
Dollars &
Cents per
Furnish and Install Concrete Mow Strips, for
Field #1 in accordance with the plans and
27. 1 LS specifications . See Sheet C 11 . 1
Dollars &
Cents per
Furn ish and Install complete and functional
Dugouts including fencing , gates, concrete slab,
sub base , roofs , pole foundations and surface
preparation , SYN Lawn Artificial turf for dugouts
28 . 2 Ea and dugout entrances on Field # 1 in
accordance with the plans and specifications.
See Sheets C4 .1 and C11 .1
Dollars &
Cents per
Furn ish and Install a complete and functional
bull pen with double gates, exterior fencing ,
pitcher's practice mound and synthetic home
plate with batters box for Field #1 according to
29 . 2 Ea the plans and specifications . See Sheets
C4.1and C11 .1
Dollars &
Cents per
Rockwood Park Proposal Addenda No .1
September 16 , 2009
UNIT TOTAL
PRICE AMOUNT BID
,-.
I
$ \ J~(u. ~Q $ 1 '117. i30
I'
,.,
$ ~-J loJ. 5'0 $ ~j(p:J.f'O
J -/
:J. 7~01/)() 6'd
$ $ l, 000. .
$ ~9/Q.tfO $ <.{0{0. <-/O
I '
$ l~D~~/0 $ 30109{.p.t,e
.
,,
'
$ .~} 77 / .'1°
1 ..
$ )5<-f3.1/>
5
PAY APPROX.I UNITS DESCRIPTION OF ITEMS WITH BID
ITEM ~UANTITY PRICE WRITTEN IN WORDS
Furnish and Install complete and functional
water system relocations for the Park
Department water system in accordance with
30 . 1 LS the plans and specifications for Field #1 .See
Sheet C8 .1
Dollars &
Cents per
Furnish and Install a complete and functional 8
Foot High Fencing including posts , rails, fence
fabric , gates , concrete footer post supports on
Field # 1 according to the plans and
31 . 1052 Ft specifications . See Sheets C4 .1, C 11.0 and
C11 .1
Dollars &
Cents per
Furnish and Install a complete and functional
yellow poly cap safe top including ties on top of
the outfield fence for Field # 1 according to the
31A 570 Ft plans and specifications . See Sheets C1 .0 , C4 .1
and C11 .1
Dollars &
Cents per
Furnish and Install a complete and functional 10
Foot High Fencing including posts , rails , fence
fabric , gates, concrete footer post supports on
32 . 160 Ft
Field # 1 according to the plans and
specifications . See Sheets C4 .1, C11 .0 and
C11 .1
Dollars &
Cents per
Furnish and Install a complete and functional
24 Foot High Backstop including posts , rails ,
fence fabric , concrete footer post supports on
33 . 85 Ft Field # 1 according to the plans and
specifications . See Sheets C4 .1 and C11 .0
Dollars &
Cents per
Furnish and Install a complete and functional
bike rack including , concrete pad, subgrade
34 . 1 LS
and footer supports for Field # 1 according to
the plans and specifications . See Sheets C4 .1
and C11 .3
Dollars &
Cents per
Rockwood Park Proposal Addenda No .3
September 21 , 2009
UNIT TOTAL
PRICE AMOUNT BID
$ 3 300. () 0
$ 3. 3?6'. (}"~
-,
gt2>
_1,0, ,1 o7 V ·~~
~IJ~ -$3:) 7 J d,<fl $~ idJP
~
q, 'bo ~" i------
t.(1 .
$ D,i~ $ ~
$ ~~. JI) $,~ l(,~l.P, o,
J
o5-
4 "1..S ""(\'t, I'--
\
$ I 7D,<o1 $rw--s . 3
$ \. $'i ~/c $ J, 5 sc;. ~
6
PAY APPROX.I UNITS DESCRIPTION OF ITEMS WITH BID
ITEM QUANTITY PRICE WRITIEN IN WORDS
Furnish and Install complete and functional
bleacher system with canopies , seating , scorers
table . concrete slabs, subbase excavation ,
35 . 1 LS subbase installation and subbase stabilization in
accordance with the plans and specifications for
Field #1 .See Sheets C4 .1, S1 .1 and A 1.1
Dollars &
Cents per
Furnish and Install complete and functional foul
ball posts in accordance with the plans and
36 . 2 Ea
specifications for Field #1 .See Sheets C4.1,and
C11 .3
Dollars &
Cents per
UNIT Five -Field Two
Furnish and Install a complete and functional
model 400SM Most Dependable Drinking
37 . 1 EA Fountain including drain system at Field 2 .See
Sheets C4 .2, C8 .2 and C11 .3
Dollars &
Cents per
Furnish and Install a complete and functional 15
38 . 4 EA
feet long team bench seat. 2 per each dugout at
Field 2 .See Sheets C4 .2 and C11.1
Dollars &
Cents per
Furnish and Install Concrete Mow Strips, for
Field #2 in accordance with the plans and
39 . 1 LS specifications .See Sheet C11.1
Dollars &
Cents per
Furnish and Install complete and functional
Dugouts includi ng fencing , gates, concrete slab ,
sub base, roofs , pole foundations and surface
40 . 2 Ea preparation , SYN Lawn Artificial turf for dugouts
and dugout entrances on Field # 2 in
accordance with the plans and specifications.
See Sheets C4 .2 and C11.1
Dollars &
Cents per
Rockwood Park Proposal Addenda No .1
September 16, 2009
UNIT TOTAL
PRICE AMOUNT BID
I
$ IDLo.3:5'), l{O , $1Dl.o 35J. ~0
/
~
$ ;J (_p~{l 60 $ S Joo:'o'
$ 1. (pc{.).~<) $ 3 lt,D:). so
,
'
$~ 156,{)() $ l I, ()(j0.6il
.
$ Y .1 JO. l{o $ t.f .110. l}(j
$ \5, o<-{i/0
$ 3 o Jrl &. cP
7
PAY APPROX.I UNITS DESCRIPTION OF ITEMS WITH BID
ITEM QUANTITY PRICE WRITTEN IN WORDS
Furnish and Install a complete and functional
bull pen with double gates, exterior fencing ,
pitcher's practice mound and synthetic home
41 . 2 Ea plate and batters box for Field #2 according to
the plans and specifications . See Sheets C4 .2
and C11.1
Dollars &
Cents per
Furnish and Install complete and functional
water system relocations for the Park
Department water system in accordance with
42 . 1 LS the plans and specifications for Field #2 and the
Small Pavilion Area . See Sheet CB .2
Dollars &
Cents per
Furnish and Install a complete and functional 8
Foot High Fencing including posts , rails , fence
fabric , gates , concrete footer post supports on
43 . 1012 Ft Field # 2 according to the plans and
specifications . See Sheets 4 .2 , C11 .0 and
C11 .1
Dollars &
Cents per
Furnish and Install a complete and functional
yellow poly cap safe top including ties on top of
44 . 548 Ft the outfield fence for Field # 2 according to the
plans and specifications. See Sheets C1 .0 , C4.2
and C11 .1
Dollars &
Cents per
Furnish and Install a complete and functional 10
Foot High Fencing including posts , rails , fence
fabric, gates, concrete footer post supports on
45 . 160 Ft Field # 2 according to the plans and
specifications . See Sheets 4 .2 , C11 .0 and
C11 .1
Dollars &
Cents per
Rockwood Park Proposal Addenda No .3
September 21 , 2009
UNIT TOTAL
PRICE AMOUNT BID
$~i7J ,CfD $ er. 74 j.~0
$ ~. Jc10 . 1>6 $13/)6. (jd .
"')'\ "'("".
g t;D
.1~ -3q '
I~ $Jq.o5 -,
-v' """'-
tbo
"1(;6 ·
~.16 $~
'-v\ 'fl\.
V
~3'b1 I
$ 33,tat $~
I
8
PAY APPROX.I UNITS DESCRIPTION OF ITEMS WITH BID
ITEM AUANTITY PRICE WRITTEN IN WORDS
Furnish and Install a complete and functional
30 Foot High Backstop including posts , rails ,
fence fabric , concrete footer post supports on
46 . 78 Ft Field# 1 according to the plans and
specifications . See Sheets C4 .2 and C11 .0
Dollars &
Cents per
Furnish and Install a complete and functional
bike rack including , concrete pad , subgrade
47 . 1 LS
and footer supports for Field # 2 according to
the plans and specifications . See Sheets C4 .2
and C11 .3
Dollars &
Cents per
Furnish and Install complete and functional
bleacher system with canopies , seating , scorers
table , concrete slabs, subbase excavation ,
subbase installation and subbase stabilization in
48 . 1 LS accordance with the plans and specifications for
Field #1.See Sheets C4 .2, S1 .1 and A1 .2
Dollars &
Cents per
Furnish and Install complete and functional foul
ball posts in accordance with the plans and
49 . 2 Ea
specifications for Field #2 .See Sheets C4 .2 ,and
C11.3
Dollars &
Cents per
UNIT Six -Field Three
Furnish and Install a complete and functional
model 400SM Most Dependable Drinking
50 . 1 LS
Fountain includ ing drain system at Field 3.See
Sheets C4 .3 , C8.3 and C11 .3
Dollars &
Cents per
Furnish and Install a complete and functional 15
feet long team bench seat. 2 per each dugout at
51 . 4 EA Field 3 .See Sheets C4 .3 and C11.1
Dollars &
Cents per
Furnish and Install Concrete Mow Strips , for
Field #3 in accordance with the plans and
52. 1 LS specifications . See Sheet C11 .1
Dollars &
Cents per
Rockwood Park Proposal Addenda No .1
September 16 , 2009
UNIT TOTAL
PRICE AMOUNT BID
-y\ 'Y"'-"
" C i 'b
I t,1011 '
$JO'S,"?~ $~
'
$j Otf i, :JD $ :) D'-f_ g. 'JO
~ \ oi OOlP .'8 ° $ /0&,cxt,. $
'
:) t( od $ • lo a. $ 5 d 1>0.°0
$ 3 iqa, oc
$ 3) f{O , <)U
$ ~ 75D,M $ I I DO<J~00
I
Ii
0~
$ c{.q/0,6() Y..1/d, $
9
PAY APPROX.I UNITS DESCRIPTION OF ITEMS WITH BID
ITEM QUANTITY PRICE WRITIEN IN WORDS
Furnish and Install complete and functional
Dugouts including fencing , gates, concrete slab ,
sub base , roofs , pole foundations and surface
preparation , SYN Lawn Artificial turf for dugouts
53 . 2 Ea and dugout entrances on Field # 3 in
accordance with the plans and specifications.
See Sheets C4 .3 and C11 .1
Dollars &
Cents per
Furnish and Install a complete and functional
bull pen with double gates, exterior fencing ,
pitcher's practice mound and synthetic home
54 . 2 Ea plate and batters box for Field #3 according to
the plans and specifications. See Sheets C4.3
and C11 .1
Dollars &
Cents per
Furnish and Install complete and functional
water system relocations for the Park
Department water system in accordance with
55 . 1 LS the plans and specifications for Field #3 .See
Sheet C8 .3
Dollars &
Cents per
Furnish and Install a complete and functional
playing surface for Field #3 including infield
56 . 1 LS surfacing and sodding inside the ballfield fence
line , See Sheet C4.3
Dollars &
Cents per
Furnish and Install a complete and functional 8
Foot High Fencing including posts , rails , fence
fabric , gates, concrete footer post supports on
57 . 1020 Ft Field # 3 according to the plans and
specifications . See Sheets 4 .3 , C11 .0 and
C11 .1
Dollars &
Cents per
Furnish and Install a complete and functional
yellow poly cap safe top including ties on top of
the outfield fence for Field # 3 according to the
58 . 550 Ft plans and specifications. See Sheets C1 .0 , C4.3
andC11 .1
Dollars &
Cents per
Rockwood Park Proposal Addenda No.3
September 21 , 2009
UNIT TOTAL
PRICE AMOUNT BID
$ 1< CJ{'b,Do $ __1}, {ff{_p. O"
$ ~ 77/. 90 $ 1. S'Y 3~ eei
$ .'\J CO, oo $ ~ ~o<'.i~ ....
$ t.f J :f q 3, '?o $ ~ I Set 3. 70
.I
-f\ 'fl\
~o ./ i \). ,.
?-~
$d7,
57 $ .
-{\'(A.
~~ ~~~ {'
()/h3 ~1
$ $
10
PAY APPROX.I UNITS DESCRIPTION OF ITEMS WITH BID
ITEM QUANTITY PRICE WRITIEN IN WORDS
Furn ish and Install a complete and f unctional 10
Foot High Fencing including posts, ra il s , f ence
fabric , gates , concrete footer post supports on
59 . 160 Ft Field # 3 according to the plans and
specifications . See Sheets 4 .3 , C11 .0 and
C 11 .1
Dollars &
Cents per
Furn ish and Install a complete and functiona l
24 Foot High Backstop includ ing posts, rails ,
60 . 85 Ft
fence fabric , concrete footer post supports on
Field # 3 according to the plans and
specifications. See Sheets C4 .3 and C 11 .0
Dollars &
Cents per
Furnish and Install a complete and functiona l
bike rack including , concrete pad , subgrade
61 . 1 LS
and footer supports for Field # 3 according to
the plans and specifications . See Sheets C4.3
and C 11.3
Dollars &
Cents per
Furn ish and Install complete and functiona l
bleacher system w ith canopies , seating , scorers
table , concrete slabs, subbase excavation ,
62 . 1 LS subbase installation and subbase stabil ization in
accordance w ith the plans and specifications for
Field #1 .See Sheets C4.3 , S 1.1 and A1.3
Dollars &
Cent s per
Furn ish and Install a complete and functional
16 Foot High Fencing with batter's Eye Screens
including posts, rails , fence fabric , concrete
63. 40 Ft footer post supports on Fie ld 3according to t he
plans and specifications . See Sheets C4.3 and
C11 .0
Dollars &
Cents per
Furnish and Install complete and functional foul
ball posts in accordance w ith the plans and
64 . 2 Ea
specifications for Field #3 .See Sheets C4 .3 ,and
C 11.3
Dollars &
Cents per
Rockwood Park Proposal Addenda No .1
September 16 , 2009
UNIT TOTAL
PRICE AMOUNT BID
' ..,. ...
Ill! ?'I
53'6?-
")_l>
33,lv 1 $ 5.-3ef.3 ~ $
/
-i\y\
lloS: '31 ~ D'J~,I' I I
-
$1~3 $ ' ..... ,... \., ()
u::.-K-
•.•
av L~iY. ,silf. ocJ $ $ ,.
:)L{O 1JJ1t'5d~ \~ '6) .
.... ' -,,., . ' ., -.....11\
$ ,_
J -
I , A r~;i, '"'""'---(
I . V ,
,µ'D ;
if) ~"/ '(' '-s·~ ) --ri
$ J67.iD3 $~0"
$ J u,(;{ t)."' $ ~ :)7)0, o<>
11
PAY
ITEM
APPROX. UNITS
UANTITY
UNIT Seven -Field Four
65 . 1 EA
66 . 4 EA
67. 1 LS
68. 2 Ea
69 . 2 Ea
70 . 1 LS
DESCRIPTION OF ITEMS WITH BID
PRICE WRITIEN IN WORDS
Furnish and Install a complete and functional
model 400SM Most Dependable Drinking
Fountain including drain system at Field 4 .See
Sheets C4.4, CB.4 and C11 .3
Dollars &
Cents per
Furnish and Install a complete and functional 15
feet long team bench seat. 2 per each dugout at
Field 4 .See Sheets C4.4 and C11 .1
Dollars &
Cents pe r
Furnish and Insta ll Concrete Mow Strips, fo r
Field #4 in accordance w it h the plans and
specifications .See Sheet C1 1.1
Dollars &
Cents per
Furnish and Install complete and functional
Dugouts incl uding fencing , gates , concrete slab ,
sub base, roofs , pole foundations and surface
preparation , SYNLawn Artificial turf for dugouts
and dugout entrances on Field # 4 in
ac cordance with the plans and specifications .
See Sheets C4.4 and C11 .1
Dolla rs &
Cents per
Furnish and Install a complete and funct iona l
bull pen with double gates exterior fencing ,
pitche r's practice mou nd and synthetic home
plate and batters box for Field #4 according to
the plans and specifications . See Sheets C4.4
andC11 .1
Dollars &
Cents per
Furnish and Install complete and functional
water system relocations for the Park
Department water system in accordance w ith
the plans and specifications for Field #4 .See
Sheet C8.4 .
Dollars &
Cents per
Rockwood Park Proposal Addenda No .1
September 16, 2009
UNIT
PRICE
$ 5' :_;6a. o0
-,
$:) 1~0, ocJ
I
$ '-I q /0. ~D
$ JS, Dlf.1>1<)<)
$377/,v
$ ~360~ oo
I
1,.
Ii
I;
y
l
TOTAL
AMOUNT BID
$ ~ 5'():). 6()
$ 1( o6a
$ '-{9 /0, c.f O
'
$ ()Q01i.~
$ 71 5'<{3, ?JO
$ 3.3)6 (j()
I
12
PAY APPROX.I UNITS DESCRIPTION OF ITEMS WITH BID
ITEM QUANTITY PRICE WRITIEN IN WORDS
Furnish and Install a complete and functional 8
Foot High Fencing including posts, rails , fence
fabric, gates, concrete footer post supports on
Field # 4 according to the plans and
71 . 357 Ft specifications . See Sheets 4.4 , C11 .0 and
C11.1
Dollars &
Cents per
Furnish and Install a complete and functional 10
Foot High Fencing including posts , rails , fence
fabric, gates, concrete footer post supports on
72. 690 Ft Field # 4 according to the plans and
specifications . See Sheets 4.4, C11 .0 and
C11 .1
Dollars &
Cents per
Furnish and Install a complete and functional
yellow poly cap safe top including ties on top of
the outfield fence for Field # 4 according to the
73. 526 Ft plans and specifications . See Sheets C1 .0 , C4.4
and C11 .1
Dollars &
Cents per
Furnish and Install a complete and functional
24 Foot High Backstop including posts , rails ,
fence fabric, concrete footer post supports on
74 . 85 Ft Field # 4 according to the plans and
specifications . See Sheets C4.4 and C11 .0
Dollars &
Cents per
Furnish and Install a complete and functional
bike rack including , concrete pad, subgrade
and footer supports for Field # 4 according to
75 . 1 LS the plans and specifications . See Sheets C4.4
and C11 .3
Dollars &
Cents per
Furnish and Install complete and functional
bleacher system with canopies, seating , scorers
table , concrete slabs , subbase excavation ,
76 . 1 LS subbase installation and subbase stabilization in
accordance with the plans and specifications for
Field #1 .See Sheets C4.4 , S 1.1 and A 1.4
Dollars &
Cents per
Rockwood Park Proposal Addenda No .3
September 21 , 2009
UNIT TOTAL
PRICE AMOUNT BID
,yl Y"\
~ 'V
iJ..,'-/ o0
$ 3i. 75 1~'7 $
f
$ 3~ '~L/ $d~,~ 1J,bo
,'\ y/\_
(/).,O, ub
$ 1./1 $/~ -
-3;,
I J..,Sq3 r-{\
~
$ I ::5 i 1)1 ,:i:1;t6:3 $
'
$ I 51/-/, oo $ , ,'S~'i dd
I
\ \0 ,coo . Oo
~ $ \Io, Qoo. o.i ,!1"7/~
13
PAY APPROX.I UNITS DESCRIPTION OF ITEMS WITH BID
ITEM QUANTITY PRICE WRITTEN IN WORDS
Furnish and Install complete and functional foul
ball posts in accordance with the plans and
77 . 2 Ea
specifications for Field #4 .See Sheets C4.4 ,and
C11 .3
Dollars &
Cents per
Unit Eight Irrigation System
Furnish and Install complete and functional
irrigation water system relocations for the Park
Department irrigation water system in
78 . 1 LS accordance with the plans and specifications for
Field #1 . See Sheets C9 .1 and C9.4
Dollars &
Cents per
Furnish and Install complete and functional
irrigation water system relocations for the Park
Department irrigation water system in
accordance with the plans and specifications for
79 . 1 LS Field #2 and the Small Pavilion Area . See
Sheets C9 .2 and C9.4
Dollars &
Cents per
Furnish and Install a complete and functional
Water Irrigation System for Field #3 with piping,
valves , controller, wiring , sprinkler heads,
80 . 1 LS sensors and fittings according to the plans and
specifications . See Sheets C9 .3 and C9.4
Dollars &
Cents per
UNIT Nine -Electrical
Furnish and Install complete and functional
electric scoreboard with remote control , 1 kVA
transformer, disconnect switches, new conduit
81. 1 LS and wires and tie into the existing electrical
system for Field #1.See Sheets C4 .1,and E 2 .1
Dollars &
Cents per
Furnish and Install complete and functional
electric scoreboard with remote control , 1 kV A
transformer, disconnect switches , new conduit
82 . 1 LS and wires and tie into the existing electrical
system for Field #2.See Sheets C4 .2 and E2 .2
Dollars &
Cents per
Rockwood Park Proposal Addenda No.1
September 16 , 2009
UNIT TOTAL
PRICE AMOUNT BID
:) l_pL(O l)-1 $~ ;}<//J. 01;1
$ l •
$ I .~JO.z0 I ,ZJ6 , O<i $ ., I
1;
$ \ qJ500 $(115.00
l
$J, 131./6.0.0
$d9 3&t 1(}
J ,J
\?,d-~~:o t \ d ,)'-{$, CJ(>
''.J).fl .... ~
$,1
,. $ II !UV• L ./ ' I
$It.{ 311. 00 $ I Llf, 3?1. ~
14
PAY APPROX.I UNITS DESCRIPTION OF ITEMS WITH BID
ITEM QUANTITY PRICE WRITIEN IN WORDS
~ ·-""' '"' "·-----'t"·-•-Ull'"-1 '"°'' -•·-U,.01
electric scoreboard with remote control , 1 kVA
transformer, disconnect switches, new conduit
and wires and tie into the existing electrical
system for Field #3. Furnish and Install
complete and functional new field lighting with
83 . 1 LS eight poles , eight lighting bases, lamps and tie
into the existing Oncer pole mounted
transformers for Field #3 .See Sheets C4 .3 and
E 2.3
Dollars &
Cents per
Furnish and Install complete and functional
electric scoreboard with remote control , 1 kV A
transformer, disconnect switches , new conduit
84 . 1 LS and wires and tie into the existing electrical
system for Field #4.See Sheets C4.4 and E2 .4
Dollars &
Cents per
Bid Alternate Item One
Furnish and Install a complete and functional
Phase 2 Parking lot striping for the exiting
parking lot per the plans and specifications .
A-1 1 LS See Sheets C4.2 ,and C10 .1
Dollars &
Cents per
Bid Alternate Item Two
Furnish and Install a complete and functional
Large Pavilion , Structure , Foundation , Concrete
Slab, subbase, two 6 foot picnic tables, and two
A-2 1 LS ADA 8 foot p icnic tables per the plans and
specifications . See Sheets C4.5 , S 1.5 and A 1.5
Dollars &
Cents per
Furn ish and Install a complete and functional Play
ground structures , mow strip , ADA access
Ramps .Safety surface , fiber play surface, sub-drain
system, two 6 foot park benches, and compacted
A-3 1 LS subgrade as shown on the plans and specifications .
See Sheets C4 .5 and C11 . 7and also the standard
details
Dollars &
Cents per
Furnish and Install a complete and functional
electrical lighting for the New parking lot and
A-4 1 LS !playground. area See Sheet E2 .5
Dollars &
Cents per
Rockwood Park Proposal Addenda No .3
September 21 , 2009
UNIT TOTAL
PRICE AMOUNT BID
$ dld,0 )014? $ ::J7JO~,
$ \d, \.939, oO $1:),LP3i,M
'
$ \ i1).'6° J ~6 $)1'/ '
$ IO 7 L{L(L{, $ I() 7 j '-(lfC{, ()3
I ,
q5 -,s Jo $ q 5515. :;)C $ :) , . ,
$ .2> 1. 4 (JtJ .cx: <: ,h) $ 7 '7/ ocJ j ,
15
., .
PAY
ITEM
APPROX. UNITS
UANTITY
Bid Alternate Item Three
A-5 3 Ea
Bid Alternate Item Four
A-6 1 Ea
Bid Alternate Item Five
A-7 40 Ft
A-8 40 Ft
A-9 40 Ft
DESCRIPTION OF ITEMS WITH BID
PRICE WRITTEN IN WORDS
Furnish and Install a complete and functional
restroom covers , Foundation Slab , subbase
preparation and compaction and soil
stabilization per the plans and specifications.
See Sheets C4 .1, C4 .2 , C4.5 ,S1.5 and A1 .6
Dollars &
Cents per
Furnish and Install complete and functional twin
batting practice double cages including netting ,
concrete base , subbase, ground surface
compaction and preparation, artificial turf
covering the concrete base, L protective
screens mounting poles and base supports
according to the Plans and Specifications. See
Sheet C4 .3
Dollars &
Cents per
Furnish and Install a complete and functional
16 Foot High Fencing with batter's Eye Screens
including posts, rails, fence fabric, concrete
footer post supports on Field 1 according to the
plans and specifications . See Sheet C11 .0
Dollars &
Cents per
Furnish and Install a complete and functional
16 Foot High Fencing with batter's Eye Screens
including posts, rails, fence fabric, concrete
footer post supports on Field 2 according to the
plans and specifications . See Sheet C11.0
Dollars &
Cents per
Furnish and Install a complete and functional
16 Foot High Fencing with batter's Eye Screens
including posts, rails, fence fabric, concrete
footer post supports on Field 4 according to the
plans and specifications . See Sheet C11.0
Dollars &
Cents per
Rockwood Park Proposal Addenda No.1
September 16 , 2009
UNIT
PRICE
$d:) 3lf7.~ ,
1({306. c)
$
I
$ cl 73 . Cfo
$ .;J ]3 . Ct_()
$]73.9 ()
TOTAL
AMOUNT BID
fo
o o4 l 1)
$·~-
$ /L{30d. dd
$ /09~. C){.)
$1() I 9'S'lo • ()c.
$ 10/tsu. 0d
16
, . .
PAY
ITEM
UNITS
UANTITY
DESCRIPTION OF ITEMS WITH BID
PRICE WRITIEN IN WORDS
TOTAL BASE BID (UNIT ONE)
TOTAL BASE BID (UNIT TWO)
TOTAL BASE BID (UNIT THREE)
TOTAL BASE BID (UNIT FOUR)
TOTAL BASE BID (UNIT FIVE)
TOTAL BASE BID (UNIT SIX)
TOTAL BASE BID (UNIT SEVEN)
TOTAL BASE BID (UNIT EIGHT)
TOTAL BASE BID (UNIT NINE)
TOTAL BASE BID (UNITS ONE TO NINE)
TOTAL BASE BID (UNIT ONE TO NINE)
TOTAL BID (ALTERNATE ONE)
TOTAL BID (ALTERNATE TWO)
TOT AL BID (AL TERNA TE THREE)
TOTAL BID (ALTERNATE FOUR)
TOTAL BID (ALTERNATE FIVE)
UNIT
PRICE
A. This contract issued by an organization that qualifies for exemption pursuant to the provisions of Article
20.04 (F) of the Texas Limited Sales , Excise and Use Tax Act.
B. The Contractor performing this contract may purchase , rent or lease all materials , supplies , equipment used
or consumed in the performance of the contract by issuing to his supplier an exemption certificate in lieu of
the tax , said exemption certificate complying with State Comptroller's ruling tax , said exemption certificate
complying with State Comptroller's ruling #95-0.07 . Any such exemption certificate issued by the Contractor
in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95.09 as amended to be
effective October 2 , 1968.
C. The undersigned assures that its employees and applicants for emp loyment and those of any labor
organization , subcontractor or employment agency in either furnishing or referring employee applicants
to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 ,
as amended by City ordinance 7 400 (Fort Worth City Code Sections 13-A-21 through 13-A-29), prohibiting
discrimination in employment practices .
D. The undersigned agrees to complete all work covered by these contract documents within Two Hundred Seventy
(270) Working Days after the date for commencing work as set forth in the Notice to Proceed to be issued by the
Owner and to pay not less than the 2009 Construction Prevailing Wage Rates .
Rockwood Park Proposal Addenda No .1
September 16 , 2009 17
I
..
E.
F.
G.
PAY APPROX . UNITS
ITEM UANTITY
DESCRIPTION OF ITEMS WITH BID
PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAL
AMOUNT BID
Within ten ( 10) days of receipt of notice of acceptance of this bid , the undersigned will execute the formal
contract and will deliver applicable Surety Bonds for the faithful performance of this contract. The attached
deposit check in the sum of 5 % G .A. B. Dollars($ 5 % G .A. B.
is to become the property of the City of Fort Worth , Texas , or the attached Bidder's Bond is to be forfeited in
the event the contract and applicable bonds are not executed within the time set forth , as liquidated damages
for delay and additional work caused thereby .
In case of ambiguity or lack of clearness in stating prices in the Proposal , the City reserves the right to adopt
the most advantageous price for construction thereof to the City or to reject the proposal.
Receipt is hereby acknowledged of the following addenda :
No.1 09/16/09 No.2 09/17/09 No .309/21/09
Respectfully submitted ,
C.R. Reynolds, Inc. ;..
(Company Name) --' ---
lk,b,1.1
Date: September 24, 2009
Address: 714 N. Travis St.
Sherman, Texas 75090
Telephone : @03 ) 891 3996
Rockwood Park Proposal Addenda No.1
September 16, 2009 18
FORTW"ORTH ---•9• ~ City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total dollar value of the contract is less than $25,000, the M/WBE oal is not a licable.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid .
M/WBE PROJECT GOALS
The City's M/WBE goal on this project is _____ 2=5 __ % of the total bid (Base bid applies to Parks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following:
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department, within the following times allocated in order if ~f it~,t:,:~rsro~ed res ii to fue s ecijif ~'.:'"' ' · '";~t:, .'.i((~;;Q; . · .... ~
1. Subcontractor Utilization Form, if goal is received by 5:00 p.m ., five (5) City business days after the bid
met or exceeded: openina date, exclusive of the bid ooening date.
2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if participation is less than opening date, exclusive of the bid opening date.
stated goal :
3. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) City business days after the bid
Utilization Form, if no MNVBE participation: opening date, exclusive of the bid opening date.
4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid
perform all subcontractino/suoolier work: opening date, exclusive of the bid opening date.
5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid
to met or exceed ooal. opening date, exclusive of the bid opening date.
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the MJWBE Office at (817) 392-6104.
Rev. 11/1/05
/
X
{..
/
./
FORTW'ORTH ,_ ·w· ,---City of Fort Worth
Prime Contractor Waiver Form
ATTACHMENT 1B
Page 1 of 1
PRIME COMPANY NAME: Check applicable block to describe
C ,R. REynolds, Inc. 1>rime
PROJECT NAME: I M/W/OBE I XI NON-MIW/OBE
BID DATE
Rockwood Park Improvements September 24, 2009
City's M/WBE Project Goal: PROJECT NUMBER
25% C280 541600 802420085180
If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1C. This form is only applicable if .both answers are yes.
Failure to complete thi$ form in its entjrety and be received by the Managing Department on or befofe
s:oo p.m., five (5} City business days after bid opening, exch,1sive of the bid opening date, will result in the
bid being considered non-responsive to bid ·specifications., ·
-
Will you perform this entire contract without subcontractors? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this X NO project, this is your normal business practice and provide an operational profile of your business.
Will you perform this entire contract without suppliers? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business. X NO
The bidder further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the . payment
therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder
also agrees to allow an audit and/or examination of any books, records and files held by their company that will
substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of
the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or
debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State
or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from participating in City work for a
perio f time not less than one 1 ear.
Chris Reynolds
Aul Printed Signature
President
Title Contact Name (if different)
Company Name
C.R. Rijyna]ds, Inc, Pl 903-891-3996 I F/903-891-3997
Phone Number Fax Number
714 N. Travis St. chris@crreynoldsgc.com
Address Email Address
Sherman, Texas 75090 October 1, 2009
City/State/Zip Dale
Rev. 5/30/03
FORT'WORTH w·
PRIME COMPANY NAME:
PROJECT NAME:
PROJECT NUMBER:
CITY OF FORT WORTH
Disadvantaged Business Enterprise
C.R. Reynolds, Inc.
Rockwood Park Improvements
C280 541600 802420085180
I CITY'S DBE PROJECT GOAL: Q5 %
Please read the following statements prior to executing this form.
A .;HMENT 1A
Page 1 of 3
Schedule of Subcontractors/Suppliers
DDBE
BID DATE : September 24, 2009
! Prime's DBE GOAL COMMITMENT: ;JS, 7 %
Bidders/Offer<>rs must provide information on all prospective subcontractor(s)/suppliers who submit bids/quotations in support of this solicitation. Failure to complete this
form, in Its entirety with supporting documentation, and received by the Managing Department on or before 5.:00 p.m. five (5) City business days after bit opening, exclusive
of bid opening date, will result in the bid being considered non-responsive to the bid specifications.
The bidder further agrees to provide, directly to the City upon request, complete and accurate Information regarding actual work performed by all subcontractors, including
DBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will
substantiate the actual work performed by the DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation
of facts will be grounds for terminating the contract or debarment fr<>m City work for a period of not less than three (3) years and for initiating action under Federal , State or
L.ocal laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an
irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year.
Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i .e. a direct
payment from the prime co_ntractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd.tier. The prime contractor is
responsible to provide proof of payment of all tiered subcontractors identified as a DBE and counting those dollars towards meeting the contract committed goal.
Prime contractors must also provide the previous year's annual gross receipts of all subcontractors/suppliers listed on the utilization form. This information may be
expressed in the dollar ranges provided that column.
Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If
the. materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or
supplies are purchased from a DBE neither a manufacture nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement
of. the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the prime contractor is
responsible to identify the amounts to be used toward the committed DBE goal.
If hauling services is utilized, separation of dollars for haul-in and haul out Is required. In addition, the prime will be given credit for utilizing a DBE hauling firm as long as
the DBE owns and operates a least one fully licensed and operational truck used on the contract The DBE may lease trucks from another DBE firm, including DBE owner-
operated and receive full DBE credit The DBE may lease trucks from non-OBEs, including owner-operators, but will only receive credit for the fees and commissions
earned by the DBE as outlined in the lease agreement Note: Be mindful of the 60% rule.
Rev . 5-30-03
FORT'WORTH e·
CITY OF FORT WORTH
ATIACHMENT 1A
Page 2 of 3
SCHEDULE OF SUBCONTRACTORS/SUPPLIERS
Check this box D if any subcontractor/supplier is a Sole Source and identify by writing sole source by the subcontractor/supplier name.
NAMES AND ADDRESSES OF
SUBCONTRACTORS/SUPPLIERS
Name: Custom Fence Company
P. 0. Box 967
Address: 401 North Rudd
Burleson, TX
Phone: 817 -295 -8811
Fax: 817 -295-3761
Email: c u stomfence@sbcglobal .net
Contact Person: DeWm,me Dodgin
Name: Universal Fence Company
Address: 203 0 South Nursery
Irving , TX 75060
Phone: 214-492-1005
Fax: 214-492-1324
Email: denny@uni versalef encecompan
Contact Person : Dennv McFarland
Name: Texas Site Specialties, Inc
Address: 1783 Hackberry Road
VanAlstyne, TX
Phone: 903-482 -5658
Fax: 903 -482-9094
Email: ric @texassite .net
Contact Person : Ric Linne bur
Name: Bluegrass Main t enance
2141 Carlotta Drive Address: 76177
Phone:
Fax:
Ft. Worth, TX
817-847 -1459
817-847 -4959
Email: dlomas@bmi-tx .com
Contact Person : Derek Lomas
TYPE OF WORK TO BE PERFORMED
Type of Work: Fencing
$ AMOUNT: $196,000
Type of Work: Erosion Control
$ AMOUNT : $20,000
.com
Type of Work: Earthwork
$AMOUNT: $110,000
Type of Work: Landscape/irrigation
$AMOUNT: $145,000
Specify
Tier
1
1
1
CERTIFIED DBE
FIRM
Yes .x_ No_
Certified By:
NCTRCA .x_
TXDOT --Other __ please
attach DBE certification
Yes L No_
Certified By:
NCTRCA JL__
TXOOT
PREVIOUS YEAR'S
ANNUAL GROSS
RECEIPTS ( check onel
_ less than $SOOK
X. $SOOK to $2M
_ $2M to$SM
_ more than $SM
K.. less than $SOOK
_ $SOOK to $2M
_ $2M to$5M
Other __ please $SM
attach DBE certifi cation -more than
Yes_ No.JL
Certified By:
NCTRCA __
TXOOT
_ less than $SOOK
_ $SOOK to $2M
_ $2M to$SM
Other __ please $
attach DBE certification x... more than SM
Yes_ No..x_
Certified By :
NCTRCA _
TXDOT
_ less than $SOOK
_ $SOOK to $2M
_ $2M to$5M
Other __ please $
attach DBE certifieation X.... more than SM
Rev. 5-30-03
FORT WORTH -
CITY OF FORT WORTH
SCHEDULE OF SUBCONTRACTORS/SUPPLIERS
ATTACHMENT 1A
Page 2 of 3
Check this box D if any subcontractor/supplier is a Sole Source and identify by writing sole source by the subcontractor/supplier name.
NAMES AND ADDRESSES OF
SUBCONTRACTORS/SUPPLIERS
Name: All American Cons t ruc t ion
2304 Sunshine ~rive
Address: Lit t le Elm, TX 75068
Phone:
Fax:
Email:
214 -505-4373
469-%2-9161
Contact Person : Jeff Dean
Name: American Strip ing Compnay
Address : 115 51 Ravenview
Dal l as , TX 75253
Phone: 972 -55 7-8565
Fax: 972 -557 -4450
Email:
Contact Person: William Richmo nd
Name: Pave con
Address: 3022 R~y Orr Blvd .
Grand Prairie, TX 75 05 0
Phone:
Fax:
972 -2 6 3-3223
9 72 -263 -6 55 1
Email: d i ck@ p avecon.com
Contact Pelni-off: Dick Anderegg
Name:
Address:
Phone:
Fax:
Email:
Ins ite Ame n i t ies
91 76 Hy d e Road
Fort Wor t h , TX
817 -236 -5439
817 -236
Contact Person :
TYPE OF WORK TO BE PERFORMED
Type of Work: Site Ut :i)ities
$ AMOUNT: $34,00 0
Type of Work: . Paveme n t Markings
$AMOUNT: $8,000
Type of Work: Asphal t & Lime
$AMOUNT: $8 5 ,000
Type of Work: M . . . . isc . sit e ameni t ies
$AMOUNT: $28 ,0 0 0
Specify CERTIFIED DBE PREVIOUS YEAR'S
Tier FIRM ANNUAL GROSS
1
1
1
1
Yes_ No~
Certified By:
NCTRCA __
TXDOT
RECEIPTS ( check one)
X... less than $SOOK
_ $500K to $2M
_ $2M to$5M
Other __ please $
attach DBE certification -more than SM
Yes L No_
Certified By:
NCTRCA lL_.
TXDOT
Other __ please
attach DBE certification
Yes_ No..!_
Certified By:
NCTRCA __
TXDOT
K.. less than $SOOK
_ $SOOK to $2M
_ $2M to$SM
_ more than $5M
_ less than $SOOK
_ $SOOK to $2M
_ $2M to$5M
Other __ please $
attach DBE certificati on x_ more than 5M
Yes_ Noi_
Certified By:
NCTRCA __
TXDOT
_ less than $SOOK
x_ $SOOK to $2M
_ $2M to$5M
Other __ please $
attach DBE certification -more than SM
Rev. 5-30-03
FORT-WORTH ·e
CITY OF FORT WORTH
SCHEDULE OF SUBCONTRACTORS/SUPPLIERS
ATIACHMENT 1A
Page 2 of 3
Check this box D if any subcontractor/supplier is a Sole Source and identify by writing sole source by the subcontractor/supplier name.
NAMES AND ADDRESSES OF
SUBCONTRACTORS/SUPPLIERS
Name: J -R Transport Contractors
Address: 2010 Century Center Blvd.
Phone:
Fax:
Email:
Suite N , Irving ,TX 75062
972 -445-1772
972 -445 -2216
Contact Person : Jose Romero
Name:
Address:
Phone:
Fax:
Email:
River City Sawing
701 East Dallas Road
Grapevine, TX 76051
817 -421 -2121
817 -421-2107
Contact Person : S t efanie McColl~y
Name: Parker Construc t ion
Address: 2005 Big Sky Drive
Lewisville , TX 75007
Phone: 903 -277 -4155
Fax:
Email: scar . paa::k @verizon .net
Contact Person : A.W. Parker
Name: C & G Electrical
Audress: 4801 W. University Dr .,
Phone :
Fax :
Email:
Bldg. 10 2 , Denton , TX
940 -566-0711
940 -387-1172
Contact Person : David Moore
TYPE OF WORK TO BE PERFORMED
Type of Work: Trucking
$ AMOUNT : $30 ,000
Type of Work: Sealant s
$ AMOUNT: $11 , 000
Type of Work: Concrete, turnkey
$ AMOUNT : $285,00 0
Type of Work: Electrical
$ AMOUNT: $ 23 7 , 000
Specify
Tier
2
1
1
1
CERTIFIED DBE PREVIOUS YEAR'S
FIRM ANNUAL GROSS
RECE I PTS ( check onel
Yes L-No_ x.._ less than $500K
Certified By: _ $500K to $2M
NCTRCA ~ _ $2M to$5M TXDOT
Other __ please more than $5M attach DBE c;o,tilication -
Yes _ NoJL K.. less than $SOOK
Certified By:
NCTRCA __
TXDOT
_ $SOOK to $2M
_ $2M to$5M
Other __ please
attach DBE certification -more than $SM
Yes L No_
Certified By :
NCTRCA X
TXDOT -
Other __ please
attach DBE certfficatJ on
Yes_ No..x_
Certified By :
NCTRCA _
TXDOT
_ less than $500K
L $500K to $2M
_ $2M to$5M
_ more than $5M
_ less than $500K
_ $SOOK to $2M
_ $2M to$5M
Other __ please
attach DBE certification L more than $SM
Rev. 5-3 0-03
FORT"WORTH . w
NAMES AND ADDR ESSES OF
SU BCONTRAC TORS/SUPPLIERS
Name: Sturdisteel Comp a ny
Address: P. 0. Bo x 2655
Waco, TX 76702
Phone: 254-666-5155
Fax: 254-666-447 2
Email:
Contact Person : Robe r t Grappe
Name :
Address:
Phone:
Fax:
Email:
Contact Person:
CITY OF FORT WORTH
SCHEDULE OF SUBCONTRACTOR/SUPPLIERS
TYPE OF WORK TO BE PERFORMED Spec ify CERTIFIED DBE
Tier FIRM
Type of Work : Grandstands, dugout covers Yes -NoJL
Ce rtified By :
1 NCTRCA --TXDOT --$AMOUNT : $36 2 ,800 Other __ please
attach DB E certification
Ty pe of Work:
Yes No --
Certified By:
NCTRCA --$AMOUN T: TXDOT --Ot her please
attach DBE certificati on
ATTAC HM EN T 1A
Page 3 of 3
PREVIOUS YEAR 'S
ANNUAL GROSS
RECEIPTS ( check one)
_ less tha n $500K
-$500K t o $2M
x_ $2M to $5M
-more tha n $SM
_ less t han $500K
_ $SOOK to $2M
_ $2M to$5M
-me>re than $5M
The undersigned b idder agrees to enter into a formal ag r eement w ith the DBE firms for work listed i n this schedule, conditioned upon execution of a
contract w ith the Ci ty of Fort Worth. The intenti onal and/or knowing misrepresentation of facts Is grounds for consideration of disqual ification and will
result in the b id bei ng consider ed non-responsive to b id specifications.
UST BE CERTIFIED BY THE CITY OF FORT WORT H PRIOR TO A RECOMMENDATION FOR AWARD TO THE CITY COUNCIL.
Authorize
Presiden t
Title
C .R. Re ynolds , I n c .
Company Name
7 14 N. Travi s S t.
Address
Sh e rm a n, Te xas 75090
City/State/Zip Code
Chris Rey nold s
Printed Signature
Contact Name and T itle (if different)
P /903-891-3996 / F/903-891-3 997
Phone Number
chris@crreynold s gc.com
Email Address
October 1 1 2009
Date
Fax Number
Rev . 5-30-03
PRIME COMPANY NAME:
C.R. Reynolds, Inc.
PROJECT NAME:
6ockwood Park lmQrovements
J_City's M/WBE Project Goal:
I 25%
ATIACHMENT1A
Page 1 of 4
City of Fort Worth
Subcontractors/Suppliers Utilization Form
Check applicable block to describe prime
I MJ'/1//DBE I X I NON-MIW/DBE
BID DATE
September 24, 2009
Prime's MJWBE Project Utilization: PROJECT NUMBER
~i~7 % C280 541600 802420085180
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The · intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to
its supplier is considered 2nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE).
If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The
M/WBE may lease trucks from non-M/WBEs 1 including owner-operators, but will only receive credit for the
fees and commissions earned by the M/WBE as outlined in the lease aQreement.
Rev . 5/30/03
FoRTWORTH
~
ATIACHMENT 1A
Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-MIWBEs.
l.._, Please list M/WBE firms first, use additional sheets if necessary.
1------------~T--C_e_rt_lfi-ca_t_lo-n-~N~--------T"""--------r---------;
SUBCONTRACTOR/SUPPLIER
Company Name
Address
Telephone/Fax
Universal Fence
2030 South Nursery
Irving, TX 75060
214-~92-1005
214-492-1,324
Ft. Worth Light and
Barricade
Blugg~ass Maintenance
2142 Carlotta Dr.
Ft. Worth, TX
817-847-1459
817-847-4959
Texas Site Specialties
1783 Hackberry Road
Van Alstyne, TX
903-482-5658
903-482-9094
(check one) 0
T t---.-._.-::-:-N-r--::T,-t n
i C X M
e M W T D W
r B B R O B
E E C T E
A
Detail
Subcontracting Work
1 X Erosion Control
7 SWPPP
1 X Traffic Control
1 X Landscape &
Irrigation
1 X Earthwork
J-R Transport Contracto 2 X
2010 Century Center Bl' d
Irving, TX
Trucking
972-445-1772
972-445-2216
All American Const.
2304 Sunshine Dr.
Little Elm, TX
214-505-4373
469-362-9161
1 X Site Utilities
Detail
Supplies Purchased Dollar Amount
20,000.00 i/
1,250.00
145,000.00
110,000.00
30,000.00 v
34,000.00
Rev . 5/30/03
' i
-
~
u-'
ATTACHMENT 1A
Page 3of4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i .e ., M inori ty, Women and non -M/WBEs.
Please list M/WBE fi r ms first, use add it ional sheets if necessary.
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name i N
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D V,
Telephone/Fax r B B R 0 B E E C T E
A
American Striping 1 X Pavement Striping 8,000.00 v
11551 Ravenview
Dallas, TX 75253
972-557-8565
972-55 7-4450
~tlft~~ KS~ae Company 1 X Fencing 196 ,ooo .oo /
Burleson, TX -·
817 295-8811 ;
817-295-3761
Parker Const. 1 X Concrete 285 ,ooo .oo v'
2005 Big Sky Drive
Lewisville, TX 75007
903 -277-4155
.
Pavecon 1 X Asphalt 85,000.00
3022 Roy Orr Blvd
Grand Prairie, TX 75050
972 -263-3223
972-263-6551
Carey's Sporting Goods 1 X Sporting Goods 2,000 .00
Morgan 1 X Portable Maint. S ned 10,000 .00
Rev. 5/30/03
I
FORTWORTH
~
ATTACHMENT 1A
Page 3of4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i .e ., Minority, Women and non-M/WBEs.
I
SUBCONTRACTOR/SUPPLIER
Company Name
Address
Telephone/Fax
River Clty Sawing
701 East Dallas Rd
Grapevine, TX 76051
Insite Amenities
9176 Hyde Rd
Fort Worth, TX
817-236-5439
V .l /
'turdi-Steel
Please list M/WBE firms first, use additional sheets if necessary.
Certification N
(check one} 0
Ti--~-..--....-=-1 n
i N T
e M W C X
r B B T D
E E R 0 C T
A
1
1
1
Detail
M Subcontracting Work
VI
B
E
X Sealants/
Waterproofing
X
X Grandstands/
Dugouts
Detail
Supplies Purchased
Site Amenities
C&G Electric 1 }( Electrical
4801 W. University Dr
Denton, TX
940-566-0711
940-387-1172
Dollar Amount
11,000.00
28,000.00
362,800.00
237,000.00
Rev. 5/30/03
....,.
FORT WORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
$
$
509,000.00
1,056,250.00
ATTACHMENT 1A
Page4 of 4
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 1,565,250.00
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including
M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an . audit and/or
examination of any books, records and files held by their company . The bidder agrees to allow the
transmission of interviews with owners, principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City . Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal , State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offeror and barred from participating in
City work for a period of time not less than one (1) year.
AJl~~
President
Title
C.R. Reynolds, Inc.
Company Name
714 N. Travis St.
Address
=-S_h_er_m_a_n..:.,_Te_x_a_:;s_..;..7.;;;..50"'"'9;;....;0'------------8.
-City/State/Zip
Chris Reynolds
Printed Signature
Contact Name/Title (If different)
P/903-891-3996 I F/903-891-3997
Telephone and/or Fax
chris @crreynoldsgc.com
E-mail Address
Qcrtr obe w, l • 2009
Date
Rev . 5/30/03
FORT"WORTH "-, ·w a .-"'
Name of City project:
CITY OF FORT WORTH
Joint Venture Eligibility Form
All questions must be answered; use "NA" if applicable.
Rockwood Park Improvements
Joint Venture
Page 1 of 3
A joint venture fonn must be completed on ~ project
RFP/Bid/PurchasingNumber: C280 546100 80 2420085180
1. Joint venture information:
Joint Venture Name:
Joint Venture Address:
(lf applicable)
Telephone:
Cellular:
NA
NA
Facsimile: E-mail address:
Identify the firms that comprise the joint venture:
Please attach extra sheets if additional space is requ.irad to provide detailed explanations of work to be performed by each firm comprising the
·oint venture
M/WBE firm Non-M!WBE
name: NA firm name: NA
Business Address : Business Address :
City, State , Zip : City, State, Zip :
Telephone Facsimile E-mail Telephone Facsimile
Cellular Cellular
Certification Status: E-mail address
Name of Certifying Agency:
2 S . f k rti cope o wor pe orme dbthJ"tV t •v e OIO en ure:
Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE:
NA NA
Rev. 5/30/03
Joint Venture
Page 2 of3
3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward
meeting the project goal? _N_A _________ _
4. Attach a copy of the joint venture agreement. NA
5. List components of ownership of joint venture: (Do not complete if this information is de scribed in joint venture agree me nt)
Profit and loss sharing: NA
Capital contributions, including NA equipment:
Other applicable owriership interests: NA
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions NA+
(to include Account Payabl e and Receivable):
Management decisions: NA
a . Estimating
--~--------------------------------------------b . Marketing and Sales NA
-----------------------------------------------C. Hiring and Firing of management NA
personnel
-----------------------------------------------d. Purchasing of major equipment NA
and/or supplies
Supervision of field operations NA
The City's Minority and Women Business Enterprise Office will review your joint venture submission and
will have final approval of the M/WBE percentage applied toward the goal for the project listed on this
form.
NOTE:
From and after the date of project award , if any of the participants, the individually defined scopes of work or the dollar
amounts/percentages change from the originally approved information, then the participants must inform the City's
M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and
may result in debarment in accord with the procedures outlined in the City's M/WBE Ordinance.
Rev . 5/30/03
Joint Venture
Paae 3 of3
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the tenns and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein.
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process.
The undersigned agree to permit audits, interviews with owners and examination of the books, records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concern ing false
. statements or willful misrepresentation of facts .··--·····-···_--·-----------·--·-·------------·-···-------------------·-·······-····
Name ofM/WBE firm Name ofnon-M/WBE firm
NA NA
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
..
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
Date Date
Notarization
State of_T_e_x_a_s _________________ County of_G_r_a_,y:...s_o_n ___________ _
On this 1st day of October --------------20 ~ before me appeared
NA and NA ------------------------------------------
to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public 7,e,bc C,.Q AO O G:id.&r S
Print Name .
Rev. 5/30/03
VENDOR COMPLIANCE TO STATE LAW
Section 2252 .002 , Texas Goverrunent Code, provides that, in order to be awarded a contract as low
bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of
business are outside of the State of Texas) bid projects for construction, improvements, supplies or
services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a
Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable
contract in the State in which the non-resident's principal place of business is located. The appropriate
blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to
meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically
disqualify that bidder. Resident bidders must check the box in Section B.
A. Non-resident vendors in ______ (give state), our principal place of business, are required to
be percent lower than resident bidders by state law. A copy of the statute is
attached.
Non-resident vendors in _____ (give state), our principal place of business , are not required
to underbid resident bidders.
B. Our principal place of business or corporate office is in the State of Texas .
• ~ Please Check or mark with an "X"
BIDDER:
Chris Reynolds
(please print)
(please print)
(please print)
City I State Sherman, Texas
By :C.R. Reynolds, Inc.
Siwmture: Gu ~ I
Title : President
Zip 75090
THIS FORM MUST BE RETURNED WITII YOUR QUOTATION
VENDOR COMPLIANCE TO STATE LAW
Company
HEAVY & HIGHWAY CONSTRUCTION
PREVAILING WAGE RA TES 2008
Air Tool Operator
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weimer
Broom or Sweeper Operator
Bulldozer Operator
Camenter
Concrete Finisher, Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete paving Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber
Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator
Electrician
Flagger
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, T ruck Mounted
Front End Loader Operator
Laborer, Common
Laborer, Utility
Mechanic
Milling Machine Operator, F ine Grade
Mixer Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Rough
Oiler
Painter, Structures
Pavement Marking Machine Operator
Pipelayer
Reinforcing Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Propelled
Roller Operator, Steel Wheel, Flat Wheel/Tamping
Roller Operator, Steel Wheel, Plant Mix Pavement
Scraper Operator
Servicer
Slip Form Machine Operator
Spreader Box Operator
Tractor Operator, Crawler Type
Tractor Ooerator, Pneumatic
Traveling Mixer Onerator
Truck Driver, Lowboy-Float
Truck Driver, Single Axle, Heavv
Truck Driver, Single Axle, Light
Truck Driver, Tandem Axle, Semi-Trailer
Truck Driver, Transit-Mix
Wagon Dri11, Boring Machine, Post Hole Driller Operator
Welder
Work Zone Barricade Servicer
$10.06
$13 .99
$12.78
$11.01
$ 8.80
$14.15
$ 9.88
$13 .22
$12 .80
$12.85
$13.27
$12.00
$13.63
$12.50
$13.56
$14.50
$10.61
$14 .12
$18.12
$ 8.43
$11.63
$11.83
$13 .67
$16.30
$12.62
$ 9.18
$10.65
$16.97
$11.83
$11.58
$15.20
$14.50
$14.98
$13 .17
$10.04
$11.04
$14.86
$16.29
$11.07
$10.92
$11.28
$11.42
$12.32
$12.33
$10.92
$12.60
$12.91
$12.03
$14.93
$11.47
$10.91
$11.75
$12.08
$14.00
$13.57
$10.09
Classification
AC Mechanic
AC Mechanic Helper
Acoustical Ceilim! Mechanic
Bricklayer/Stone Mason
Bricklayer/Stone Mason Helper
Carpenter
Carpenter Helper
Concrete Finisher
Concrete Form Builder
Drywall Mechanic
Drywall Helper
Drywall Taper
Drvwall Taper Helper
Electrician (Journeyman)
Electrician Helper
Electronic Techn i cian
Electronic Technician Helper .
Floor Layer (Resilient)
Floor Layer Helper
Glazier
Glazier Helper
Insulator
Insulator Helper
Laborer Common
Laborer Skilled
Lather
Painter
Painter Helper
Pioefitter
Pipefitter Helper
Plasterer
Plasterer Heloer
2008 PREVAILING WAGE RATES
CONSTRUCTION INDUSTRY
I !
I I
! Hrly Rate I Classification
$21.69 Plumber
$12.00 Plumber Heloer
$15 .24 Reinforci nl! Steel Setter
$19.12 Roofer
$10.10 Roofer Helper
$16 .23 Sheet Metal Worker
$11.91 Sheet Metal Worker Helper
$13.49 Sprinkler System Installer
$13.12 Sprinkler System Installer Helper
$14.62 Steel Worker Structural
$10.91 Concrete Pump
Crane, Clamsheel, Backhoe, Derrick , D'Line
$13.00 Shovel
$9 .00 Forklift
$20.20 Front End Loader
$14.43 Truck Driver
$19.86 Welder
$12.00 Welder Helper
$20.00
$13.00
$18.00
$13.00
$14.78
$11.25
$10.27
$13.18
$16.10
$14 .83
$8.00
$18.85
$12.83
$17 .25
$12.25
I
!
I I Hrly Rate
$20.43
$14.90
$10 .00
$14.00
$10 .00
$16 .96
$12.-31
$18.00
$9 .00
$17.43
$20.50
$17.76
$12 .63
$10.50
$14.91
$16 .06
$9 .75
Compliance with and Enforcement of Prevailing Wage Laws
(a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all
requirements of Chapter 2258, Texas Government Code (Chapter 2258),
including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter
2258. Such prevailing wage rates are included in these contract documents.
(b) Penalty for Violation. A contractor or any subcontractor who does not pay the
prevailing wage shall, upon demand made by the City, pay to the City $60 for
each worker employed for each calendar day or part of the day that the worker is
paid less than the prevailing wage rates stipulated in these contract documents.
This penalty shall be retained by the City to offset its administrative costs,
pursuant to Texas Government Code 2258.023.
( c) Complaints of Violations and City Determination of Good Cause. On receipt of
information, including a complaint by a worker, concerning an alleged violation
of2258.023, Texas Government Code, by a contractor or subcontractor, the City
shall make an initial determination, before the 31st day after the date the City
receives the information, as to whether good cause exists to believe that the
violation occurred. The City shall notify in writing the contractor or
subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the v iolation.
( d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged
violation of Section 2258.023, Texas Government Code, including a penalty owed
to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq., Revised
Statutes) if the contractor or subcontractor and any affected worker do not resolve
the issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to paragraph ( c) above. If the persons required to arbitrate
under this section do not agree on an arbitrator before the 11th day after the date
that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration. The
decision and award of the arbitrator is final and binding on all parties and may be
enforced in any court of competent jurisdiction.
( e) Records to be Maintained. The contractor and each subcontractor shall, for a
period of three (3) years following the date of acceptance of the work, maintain
records that show (i) the name and occupation of each worker employed by the
contractor in the construction of the work provided for in this contract; and (ii) the
actual per diem wages paid to each worker. The records shall be open at all
I
reasonable hours for inspection by the City. The provisions of the Audit section
of these contract documents shall pertain to this inspection.
(f) Pay Estimates. With each partial payment estimate or payroll period, whichever
is less, the contractor shall submit an affidavit stating that the contractor has
complied with the requirements of Chapter 2258, Texas Government Code .
(g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a
conspicuous place at the site of the project at all times.
(h) Subcontractor Compliance. The contractor shall include in its subcontracts
and/or shall otherwise require all of its subcontractors to comply with paragraphs
(a) through (g) above.
MONTH
JANUARY
FEBRUARY
MARCH
APRIL
MAY
JUNE
JULY
AUGUST
SEPTEMBER
OCTOBER
NOVEMBER
DECEMBER
ANNUALLY
WEATHER TABLE
AVERAGE DAYS
RAINFALL ( 1)
7
7
7
9
8
6
5
5
7
6
6
7
80
(1)
(2)
(3)
Average normal number of days rainfall, 0.01" or more.
Average normal precipitation.
One inch (l ") or more.
* Less than one-half inch (l/2").
INCHES
RAINFALL (2)
1.80
2.36
2.54
4.30
4.47
3 .05
1.84
2.26
3 .15
2.68
2.03
1.82
32.30
SNOW/ICE
PELLETS (3)
1
*
*
0
0
0
0
0
0
0
0
*
Unseasonable weather is defined for contract purposes as rain/snow days which exceed the average number
of days or inches of rainfall in any given month.
This table is based on information recorded at the former Greater Southwest International Airport, Fort
Worth, Texas, covering a period of 18 years. Latitude 32° 50' N, Longitude 91' 03' W, elevation (ground)
537 ft.
TO THE EMPLOYER/CONTRACTOR:
Pursuant to Texas Worker's Compensation Commission Rule 110.110( d)(7), a contractor
engaged in a building or construction project for a government entity is required to post a
notice on each project site informing all persons providing services on the project that
they are required to be covered by workers' compensation insurance. The notice required
by this rule does not satisfy other posting requirements imposed by the Texas Workers'
Compensation Act or other Commission rules. This notice must:
(1) be posted in English, Spanish and any other language common to the employer's
employee population;
(2) be displayed on each project site;
(3) state how a person may verify current coverage and report failure to provide
coverage;
( 4) be printed with a title in at least 30-point bold type and text in at least 19-point
normal type; and
(5) contain the exact words as prescribed in Rule 110.110(d)(7) without additional
words or changes.
The notice on the reverse side meets the above requirements. Failure to post the notice as required by this
rule is a violation of the Act and commission rules. The violator may be subject to administrative
penalties.
REQUIRED WORKERS' COMPENSATION
COVERAGE
The law requires that each person working on this site or providing
services related to this construction project must be covered by workers'
compensation insurance. This includes persons providing, hauling, or
delivering equipment or materials, or providing labor or transportation or
other service related to the project, regardless of the identity of their
employer or status as an employee.
Call the Texas Workers' Compensation Commission at 512-440-3789 to
receive information on the legal requirement for coverage, to verify
whether your employer has provided the required coverage, or to report
an employer's failure to provide coverage.
COBERTURA REQUERIDA DE
COMPENSACION PARA TRABAJADORES
I
La ley requiere que cada persona trabajando en este sitio o proporciona
servicios relacionados con este proyecto de construccion tiene que estar
cubierto por aseguranza de compensacion para trabajadores. Esto
incluye personas que pro9porcionan, cargan, entregan equipo o
materiales o proporcionan mano de obrra, transportan, o cualquier
servicio relacionado con este proyecto, sin considerar la identidad del
patron o estado del empleado.
Llame a la Comision Tejana de Compensacion para Trabajadores al 512-
440-3789 para recibir informacion de los requerimientos legales de
cobertura, para verificar si su patron le ha proporcionado la cobertura
requerida o para reportar falta del patron en proporcionarle cobertura.
r-
1
4'-6"
I
SCALE: NTS F'ILE NO 000
,----·····-····-··-·-····--·-···--·---········-····-·······-·····-···----··-···--·····--4· .. -·· ---------····-------····-·····-·-··-··-··-·---··----· .. --···· . f
-·-··._----·········" -······· ··-···-··1
. -3"
t P. · . t T ··t I ·------· 3" ........ . . '' . . . . . . __ _____________ ro1ec I e ___ ----·-----~ __ 1. ,:: ;==-~~~~ ~CJ)traltl Nr· ·--=-·= . -~-=~:1 . :·
2 ~·--".-"''"'-···--··--·----·-·····-··· on CO ·---·--·-----·--·-:_,,""""":,1, .. 4 ...•
t -f C . t t·· . ' N . r ~-{ ·····--on rac ors · ame .. ___ ,
1• -~ "FUNDEOBY ___ _: -4 ~J· ~: ~-=:E -2004 CAPITAL IMPROVEMgNIPROGRt,M_,=="-~~ i· r . . . &,;-------------. i·
1•1 I City Glls Litiise
4
1 l'IRevenue in Actio~ "'"°' ~ 1, 1t · f ~==-=scheduled Cyompletion _Date _==---:~-~:~ 4 J·
12 -"--_______________ :..________ ear _ _ .. _ .. __ \.
·-3~·
L ----'-----------~
FONTS:
FORT WORTH LOGO IN CHEL TINGHAM BOLD
ALL OTHER LETTERING IN ARIAL BOLD
COLORS:
FORT WORTH • PMS 288
LONGHORN LOGO • PMS 167
LETTERING • PMS 288
BACKGROUND • WHITE
BORDER • BLUE
PROJECT DESIGN1\TION
S IG f~
1" -
PAH KS AN D COMM UNlF
SERVJCES DE:P'!'.
TECHNICAL SPECIFICATIONS
DIVISION 1 -GENERAL REQUIREMENTS
SECTION 01100 -SUMMARY OF WORK
Tue Contractor shall supply all superintendence and shall perform all work and furnish all labor,
equipment, materials and incidentals necessary and complete all work as described in the plans
and specifications. All construction and other work shall be done by the Contractor in
accordance with the best engineering and construction practices for the skill or trade involved.
The work to be accomplished under these plans and specifications for:
Rockwood Park Improvements
These plans and specifications were prepared by the Parks and Community Services
Department. Tue Transportation & Public Works Department will administer the contract and
furnish inspection.
In addition to project performance stated above, the Contractor shall also be responsible for:
1. Setting all project layout dimensions and final finish grade elevations in accordance to plans.
All such survey work shall be performed by a Registered Surveyor in the State of Texas and
verification provided to the City that such survey work complies to plans and specifications.
2. Attend all project progress meetings as scheduled by the City and provide updated project
schedules within 3 calendar days upon request by the City.
3. Obtaining all necessary permits applicable to this project through the City of Fort Worth
Planning and Development Department -Development Division -Plans Exam. Permit fees
shall be waived. Any proposed item below noted in either a. orb. and is part of the project
scope shall require a permit:
a. Shelter / Bridge structure -Building Permit
b. Water fountain-Plumbing Permit
The applicable items contained in the Standard Specifications for Street and Storm Drain
Construction for the City of Fort Worth, Texas, shall apply to this contract just as though each
were incorporated in these documents. Where the provisions or specifications contained in those
documents are contrary to this publication, this publication shall govern. In case of conflict
between plans and specifications, the plans shall govern. A copy of the Standard Specifications
for Street and Storm Drain Construction can be purchased at the office of the Transportation and
Public Works Department, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort
Worth, Texas.
GENERAL REQUIREMENTS
- 1 -
The Contractor shall be responsible for obtaining permits when either water or electrical service
is required for the project and give all notices necessary and incidental to the due and lawful
prosecution of the work.
SECTION 01135 -CONTRACT TIME
1.01 PROGRESS AND COMPLETION
Upon receipt of a notification letter and the executed construction contract, the
Contractor shall be responsible for scheduling a preconstruction conference, which shall
be held no later than ten working days from the date of the notification letter.
At the time of the preconstruction conference , a construction start date shall be
established and indicated in the Notice to Proceed (Work Order) issued by the
Engineering Department. The Contractor shall begin the work to be performed under the
contract on or before ten working days from the date the Work Order is issued. The
Contractor shall carry the work forward expeditiously with adequate forces and shall
complete it within the period of time stipulated in the contract.
1.02 LIQUIDATED DAMAGES
This project shall be completed within the specified days allowed, to include contract
time specified at award of contract plus any additional contract time added through
executed Change Orders. If project construction exceeds the allotted contract time,
liquidated damages will be assessed on the total amount of contract, to include contract
amount increases due to Change Order work, as stipulated in the City of Fort Worth
Standard Specification for Street and Storm Drain Construction -Item No. 8.6 -Failure
to Complete Work On Time -Pg. 27. In the event of a dispute regarding either final
quantities or liquidated damages, the parties shall attempt to resolve the differences
within 30 calendar days.
SECTION 01140-ALTERNATIVES
The City reserves the right to abandon, without obligation to the contractor, any part of the
project (subject to conditions set forth in Section 01150 -Payment to Contractor) or the entire
project at any time before the Contractor begins any construction work authorized by the City.
SECTION 01150-PAYMENT TO CONTRACTOR, PROJECT ACCEPTANCE &
WARRANTY
1.01 SCOPE OF PAYMENT: The Contractor shall accept the compensation as provided in
the contract in full payment for furnishing and paying for all materials, supplies,
subcontracts, labor, tools and equipment necessary to complete the work of the
GENERAL REQUIREMENTS
-2-
contract; for any loss or damage which may arise from the nature of the work from the
action of the elements, or from any unforeseen difficulty which may be encountered in
the prosecution of the work, until the final acceptance of the work by the City; for all
risks of every description connected with the prosecution of the work; for all expenses
and damages which might accrue to the Contractor by reason of delay in the initiation
and prosecution of the work from any cause whatsoever; for any infringement of patent,
trademark or copyright, and for completing the work according to the plans and/or
specifications. The payment of any current or partial estimate shall in no way affect the
obligations of the Contractor to repair or remove, at his own expense, the defective
parts of the construction or to replace any defective materials used in the construction,
and to be responsible for all damages due to such defects if such defects or damages are
discovered on or before the final inspection and acceptance of the work.
1.02 Partial pay estimates shall be submitted by the Contractor or prepared by the City on
the 1st day and 15th day of each month that the work is in progress. Estimates will be
paid within 25 days following the end of the estimate period, less the appropriate
retainage as set out below. Partial pay estimates may include acceptable nonperishable
materials delivered to the work place which are to be incorporated into the work as a
permanent part thereof, but which at the time of the pay estimate have not been so
installed. If such materials are included within a pay ·estimate, payment shall be based
upon 85% of the net invoice value thereof. The Contractor will furnish the Engineer
such information as may be reasonably requested to aid in the verification or the
preparation of the pay estimate.
1.03 It is understood that the partial pay estimate amounts will be approximate only, and all
partial pay estimates and payment of same will be subject to correction in the estimate
rendered following the discovery of the mistake in any previous estimate. Payment of
any partial pay estimates shall not be an admission on the part of the Owner of the
amount of work done or of its quality or sufficiency or as an acceptance of the work
done; nor shall same release the Contractor of any of its responsibilities under the
Contract Documents.
1.04 The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or other
provisions of this Contract.
1.05 Retainage -For contracts of less than $400,000 at the time of execution, retainage
shall be 10 percent. For contracts of $400,000 or more at the time of execution,
retainage shall be 5 percent. The Contractor will receive full payment for work,
less retainage, from the City, on each partial payment period.
Pay ment of the retainage will be included with the f"mal payment after acceptance
of the project being complete.
1.06 Contractor shall pay subcontractors in accord wtth the subcontract agreement within five
business days after receipt by Contractor of the payment by City. Contractor's failure to
GENERAL REQUIREMENTS
- 3 -
make the required payment to subcontractors will authorize the City to withhold future
payments from the Contractor until compliance with this paragraph is accomplished.
1.07 Contractor hereby assigns to City any and all claims for overcharges associated with this
contract which arise under the antitrust laws of the United States, 15 U.S.C.A. Sec. 1 et
seq (1973).
1.08 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter
the quantities of the work to be performed or to extend or shorten the improvements at
any time when and as found to be necessary, and the Contractor shall perform the work
as altered, increased or decreased at the unit prices. Such increased or decreased quantity
shall not be more than 25 percent of the contemplated quantity of such item or items.
When such changes increase or decrease the original quantity of any item or items of
work to be done or materials to be furnished by the 25 percent or more, then either party
to the contract shall upon written request to the other party be entitled to a revised
consideration upon that portion of the work above or below the 25 percent of the original
quantity stated in the proposal; such revised consideration to be determined by special
agreement or as hereinafter provided for "Extra Work." No allowance will be made for
any changes in anticipated profits nor shall such changes be considered as waiving or
invalidating any conditions or provisions of the Contract Docwnents.
1.09 PAYMENT FOR EXTRA WORK: Extra work performed by the Contractor, that is
authorized and approved by the City Engineer, will be paid for under "Change orders"
made in the manner hereinafter described, and the compensation thus provided shall be
accepted by the Contractor as payment in full for all labor, subcontracts, materials, tools,
equipment and incidentals, and for all supervision, insurance, bonds and all other expense
of whatever nature incurred in the prosecution of the extra work. Payment for extra work
will be made under one of the following types of "Change orders" to be selected by the
City:
A. Method "A". By unit prices agreed upon in the contract or in writing by the
Contractor and City Engineer and approved by the City Council before said extra
work is commenced subject to all other conditions of the contract.
B. Method "B". By a lwnp sum price agreed upon in writing by the Contractor and
City Engineer and approved by the City Council before said extra work is
commenced, subject to all other conditions of the contract.
C. Method "C". By actual field cost of the work, plus 15 percent as described herein
below, agreed upon in writing by the Contractor and City Engineer and approved
by the City Council after said extra work is completed, subject to all other
conditions of the contract.
In the event extra work is to be performed and paid for under Method "C", the actual
field costs of the work will include the cost of all workmen, foremen, timekeepers,
mechanics and laborers working on said project; all used on such extra work only,
GENERAL REQUIREMENTS
-4-
'C"}
•• I
' l
• l
plus all power, fuel, lubricants, water and similar operating expenses; and a ratable
proportion of premiums on performance and payment bonds, public liability,
work.men's compensation and all other insurance required by law or ordinance. The
City Engineer will direct the form in which the accounts of actual field cost will be
kept and will recommend in writing the method of doing the work and the type and
kind of equipment to be used, but such extra work will be performed by the
Contractor as an independent contractor and not as an agent or employee of the City.
The 15 percent of the actual field cost to be paid the Contractor shall cover and
compensate him for profit, overhead, general supervision and field office expense,
and all other elements of cost and expense not embraced within the actual field cost
as herein specified.
The Contractor shall give the City Engineer access to all accounts, bills, invoices and
vouchers relating thereto.
1.10 DELAYS: If delay is caused by specific orders given by the City to stop work, or by the
performance of extra work, or by the failure of the City to provide material or necessary
instructions for carrying on the work, then such delay will entitle the Contractor to an
equivalent extension of time, his application for which shall, however, be subject to the
approval of the City Council; no such extension of time shall release the Contractor or the
surety on his performance bond from all his obligations hereunder which shall remain in
full force until the discharge of the contract.
1.11 CLAIMS AND DAMAGES: Any claims for extra work or for any other related matter
or cause must be made in writing to the City Engineer within seven calendar days from
and after the cause or claim arises. Unless such claim is so presented, it shall be held that
the Contractor has waived the claim, and he shall not be entitled to receive pay thereof.
1.12 TRANSPORTATION: No allowance or deduction will be made for any charge of freight
rates. No allowance for transportation of men, materials or equipment will be allowed.
1.13 ACCEPTANCE AND FINAL PAYMENT: The City, upon receipt of the Director's
"Certificate of Completion" and "Final Estimate" and upon receipt of satisfactory
evidence from the Contractor that all subcontractors and persons furnishing labor or
materials have been paid in full and all claims of damages to property or persons because
of the carrying on of this work have been resolved, or the claims dismissed or the issues
joined, shall certify the estimate for final payment after previous payments have been
deducted and shall notify the Contractor and his surety of the acceptance of the project.
Bills Paid Affidavit and Consent Of Surety shall be required prior to final payment
becoming due and payable. In the event that the Bills Paid Affidavit and Consent Of
Surety have been delivered to the City and there is a dispute regarding ( 1) final quantities,
or (2) liquidated damages, the City shall make a progress payment in the amount that the
City deems due and payable.
GENERAL REQUIREMENTS
-5 -
On projects divided into two or more units, the Contractor may request a final payment
on one or more units which have been completed and accepted.
On delivery of the final payment, the Contractor shall sign a written acceptance of the
final estimate as payment in full for the work done. All prior partial estimates shall be
subject to correction in the final estimate and payment.
1.14 WARRANTY: The Contractor shall be responsible for defects in this project due to
faulty workmanship or materials, or both. for a period of two (2) years beginning as of
the date that the final punch list has been completed and the project accepted by the City
as of the date the final punch list has been completed. as evidenced by a written
statement signed by the Contractor and the City. The contractor will be required to
replace, at own expense. any part. or all, of this project which becomes defective due to
these causes.
SECTION 01300 -SUBMITTALS
Prior to construction, the Contractor shall furnish the Parks and Community Services Department
a schedule outlining the anticipated time each phase of construction will begin and be completed,
, I
including sufficient time for turf establishment (if applicable) and project clean-up. · ,
The Contractor shall submit to the Project Manager shop drawings, product data and samples
required in specification sections. Refer to Section 01640-1.02.
SECTION 01400 -QUALITY CONTROL
The Contractor will receive all instructions and approvals from the Director of Engineering
and/or his assigned inspectors. The inspector will be introduced to the contractor prior to
beginning work. Any work done at the direction of any other authority will not be accepted or
paid for. Final approval for the finished project shall be given by the Director of Engineering,
City of Fort Worth.
The Contractor or a competent and reliable superintendent shall oversee the work at all times.
The superintendent shall represent the Contractor in his absence and all directions given to him
shall be binding as if given to the Contractor.
SECTION 01410 -TESTING
All tests made by the testing laboratory selected by the City will be paid for by the City. In the
event manufacturing certificates are requested, they shall be paid for by the Contractor.
SECTION 01500 -TEMPORARY FACILITIES AND CONTROLS
The Contractor shall take all precautions necessary to protect all existing trees, shrubbery,
sidewalks, buildings, vehicles, utilities, etc., in the area where the work is being done. The
GENERAL REQUIREMENTS
' -6-
Contractor shall rebuild, restore, and make good at his own expense all injury and damage to
same which may result from work being carried out under this contract.
The utility lines and conduits shown on the plans are for information only and are not guaranteed
by the Owner to be accurate as to location and depth; they are shown on the plans as the best
information available from the owners of the utilities involved and from evidences found on the
ground. The Contractor shall determine the exact location of all existing utilities and conduct his
work to prevent interruption of service or damages.
SAFETY RESTRICTIONS -WORK NEAR IDGH VOLTAGE LINES
A warning sign not less than five inches by seven inches, painted yellow with black letters that
are legible at twelve feet, shall be placed inside and outside vehicles such as cranes, derricks,
power shovel, drilling rigs, pile drivers, hoisting equipment or similar machinery. The warning
sign shall read as follows:
"WARNING -UNLAWFUL TO OPERA TE THIS EQUIPMENT
WITHIN SIX FEET OF HIGH VOLTAGE LINES."
Equipment that may be operated within six feet of high voltage lines shall have an insulating
cage-type guard about the boom or arm, except backhoes or dippers, and insulator links on the
lift hood connections.
When necessary to work within six feet of high voltage electric lines, the Contractor shall notify
power company (TU Electric or the appropriate power supplier) to erect temporary mechanical
barriers, de-energize the line, or raise or lower the line. The contractor shall maintain a log of all
such correspondence. The Contractor is responsible for all costs incurred.
SECTION 01640 -PRODUCT OPTIONS
1.01 GENERAL
For review and approval of products to be used on this project, send submittals to:
Eric Seebock, Project Manager (817) 392-5742
Parks and Community Services Department
4200 S. Freeway Suite 2200
Fort Worth, Texas 76115-1499
1.02 PRODUCTS LIST
A. Within five (5) Working Days after commencement of work, the Contractor shall
submit to the Project Manager two (2) copies of complete list of all specified
products and subrnittals for review and approval.
GENERAL REQUIREMENTS
-7-
B. All specified manufacturer's products listed in the Equipment Schedule in the
construction plans have been previously reviewed and approved in conformance to
playground prototype designs approved for use in the City of Fort Worth.
C. All equipment specified ( composite play structures, arch swings, buck-a-bouts,
spring animals, whirls) which comprise the various playground prototype options
has been designed to conform to both the Consumer Product Safety Commission
(CPSC) guidelines and Americans With Disabilities Act (ADA) requirements and
as such, no other product equipment shall be considered.
C. For products specified under reference standards, include with listing of each
product:
I. Name and address of manufacturer
2. Trade name
3. Model or catalog designation
4. Manufacturer's data
a. Performance and test data
b. Reference stancfards
D. Specified material shall not be ordered by the Contractor until such time product
material submittals have been received, reviewed and approved by the project
consultant and / or City.
SECTION 01700 -PROJECT CLOSEOUT
1.01 CLEAN -UP
The Contractor shall make final clean-up of the construction area, to the satisfaction of
the Parks and Community Services Department, as soon as construction in that area is
completed. Clean-up shall include removal of all construction materials, pieces of
concrete, equipment and/or other rubbish. No more than five (5) days shall elapse after
the completion of construction before the area is cleaned. Surplus materials shall be
disposed ofby the Contractor, at this own expense, and as directed by the Parks and
·.·,
. '
Community Services Department. Cleaning of equipment by Contractor or · 1
Subcontractor, such equipment as cement mixers, ready-mix trucks, tools, etc ., shall take
place in an area designated by the Parks and Community Services Department.
SECTION 01800 -CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS
Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel
at the project site for contractor's sole negligence. In addition, Contractor covenants and agrees
to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and
employees, from and against any and all claims or suits for property loss, property damage,
personal injury, including death, arising out of, or alleged to arise out of, the work and services
GENERAL REQUIREMENTS
-8-
to be performed hereunder by Contractor, its officers, agents, employees, subcontractors,
licensees or invitees, whether or not any such injury, damage or death is caused, in whole or
in part, by the negligence or alleged negligence of Owner, its officers, servants or
employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner
from and against any and all injuries to Owner's officers, servants and employees and any
damage, loss or destruction to property of the Owner arising from the performance of any of the
terms and conditions of this Contract, whether or not any such injury or damage is caused in
whole or in part by the negligence or alleged negligence of Owner, its officers, servants or
employees.
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor either (a)
submits to Owner satisfactory evidence that the claim has been settled and/or a release from the
claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance
carrier that the claim has been referred to the insurance carrier.
The Director may, ifhe deems appropriate, refuse to accept bids on any other City of Fort Worth
public work from a Contractor against whom a claim for damages is outstanding as a result of
-work performed under a City Contract.
END OF DIVISION
GENERAL REQUIREMENTS
-9-
SECTION 02140 -SITE UNDERDRAINS
PART 1 -GENERAL
1.01 SCOPE
A. Work in this section includes furnishing all labor, materials, equipment, and
services required to construct underdrains to the required lines, grades, and cross
sections as specified herein and on the plans.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Section 02300 -Earthwork.
B. Section 03301 -Miscellaneous Cast-in-Place Concrete
PART 2 -PRODUCTS
2.01 UNDERDRAIN PIPE
A. Pipe and :fittings shall be flexible, corrugated tubing manufactured of high-density
polyethylene resins and conforming to ASTM Product Specifications F-405 and
F-667. Drainage tubing shall be as manufactured by Advanced Drainage Systems
(ADS), Inc., of Colwnbus, Ohio. The local manufacturing plant which will
provide a list of suppliers is in Ennis, Texas -telephone (972) 878-9600.
B. Perforated Pipe: Perforations shall be linear slots cut radially into the tubing wall
between corrugations. Perforated pipe will be furnished complete with the Cerex
nylon "Drain Guard" screen. The screen will completely surround the pipe and
will have a lapped, welded longitudinal joint.
C. Non-Perforated Pipe: Non-perforated pipe shall be used for collector lines which
convey the water from perforated pipe to the concrete inlet or outfall.
D. Fittings: All couplings, reducers, tees, ells, plugs, caps, and other fittings shall be
non-perforated and shall be of the same manufacturer as the drainage tubing. A
fitting shall be used at each pipe junction/termination, as appropriate.
2.02 FILTER MATERIAL
A. Filter material for use in backfilling trenches over and around underdrains shall
consist of 1 1/2" to 2" gravel washed free of organic or other deleterious matter.
SITE UNDERDRAINS
Section 02140
Page 1
2.03 FILTER FABRIC
A. Filter fabric to line and lap over gravel filled subdrain trench shall be Mirafi
140N drainage fabric as manufactured by Celanese Corporation, (800) 223-9811,
or approved equal .
PART 3 -EXECUTION
3.01 VERTICAL AND HORIZONTAL CONTROLS
A. The Contractor shall establish or shall employ a licensed surveyor to establish all
lines and grades necessary for each stage of the work described herein.
B. Provide blue tops for reference in dressing trench bottoms at intervals not to
exceed 30 feet along the centerline of each trench.
3.02 UNDERDRAINS
A.
B.
Trenches for underdrains shall be dug after the subgrade is prepared. The
excavation of each trench shall begin at its outlet and proceed toward its upper
end. The trench must not be excavated below the proposed grade line. Trenches
will be cleaned of all loose material and their bottoms will be dressed and fine
graded to blue tops set as previously described. Trenches shall be lined with filter
fabric and underdrain pipe shall be set on the trench bottom. All fittings shall be
securely coupled and all open ends will be capped. The pipe shall be carefully
covered with the gravel filter material and the filter fabric shall be lapped over the
trench.
Care shall be taken not to damage the pipe or its fabric filter screen. Underdrain
pipe shall be connected to solid pipe joints and to outfall at the concrete
structure/collar as indicated in the plans. Care shall be taken not to loosen or
cave-in the trench walls. Any such damage will be excavated and will be
backfilled in mechanically tamped lifts not to exceed eight inches and will be re-
constructed.
3.03 SETTLEMENT
A. After the trench has been backfilled it shall be thoroughly soaked. This process
shall be repeated two times allowing the backfill material to dry twenty-four hours
before wetting again.
END OF SECTION
SITE UNDERDRAINS
Section 02140
Page2
, l
. l
. I
. I
. l
SECTION 02200 -SITE PREPARATION
PART 1 -GENERAL
1.01 SCOPE:
A. Work in this section includes furnishing all labor, materials, equipment and
services required for clearing and grubbing, demolition, and removal and disposal
of items as specified herein and on the plans.
1.02 RELATED WORK SPECIFIED ELSEWHERE:
A. Section 02300 -Earthwork
B. Existing Conditions, Removal and Demolition Items.
PART 2-PRODUCTS
No products are required to execute this work, except as the Contractor may deem necessary.
PART 3 -EXECUTION
3.01 CLEARING AND GRUBBING:
A. Clearing and grubbing shall consist of removing all natural and artificial
objectionable materials from the project site or from limited areas of construction
specified within the site.
B. In general, clearing and grubbing shall be performed in advance of grading and
earthwork operations and shall be performed over the entire area of earthwork
operations.
C. Unless otherwise specified on the plans, all trees and shrubs of three inch (3")
caliper or less (caliper is the diameter as measured twelve inches (12") above the
ground) and all scrub growth, such as cactus, yucca, vines, and shrub thickets,
shall be cleared. All dead trees, logs, stumps, rubbish of any nature, and other
surface debris shall also be cleared.
D. Buried material such as logs, stumps, roots of downed trees that are greater than
one and one half inches (1-1/2") in diameter, matted roots, rubbish, and foreign
debris shall be grubbed and removed to a minimum depth of twenty four inches
(24") below proposed finished grades.
SITE PREPARATION
Section 02200
Page 1
E. Ground cover consisting of weeds, grass, and other herbaceous vegetation shall
be removed prior to stripping and stockpiling topsoil from areas of earthwork
operations. Such removal shall be accomplished by "blading" off the uppermost
layers of sod or root-matted soil for removal .
3.02 PAVEMENTREMOVAL:
A. Bituminous and concrete pavements shall be removed to neatly sawed edges .
Saw cuts shall be full depth. If a saw cut in concrete pavement falls within three
feet (3 ') of an en existing score joint, construction joint, saw joint, cold joint,
expansion joint, or edge, the concrete shall be removed to that joint or edge. All
saw cuts shall be parallel and/or perpendicular to the line of existing pavement. If
an edge of a cut is damaged subsequent to saw cutting, the concrete shall again be
sawed to a neat, straight line for the purpose of removing the damaged area.
B. Concrete curb and gutter shall be removed as specified above. No section to be
replaced shall be smaller than thirty inches (30") in length or width.
3 .03 UTILITIES REMOVAL:
A. In general, those utilities on the site that are to be removed and that belong to the
Owner shall be removed by the Contractor. The Owner is responsible for
arranging the relocation or removal of other utilities owned by utility companies
or other parties.
3.04 MINOR DEMOLITION:
A. There may be certain items on the site such as old building foundations, fences,
and other undetermined structures and improvements that must be removed before
construction can commence. Unless otherwise specified, such items become the
property of the Contractor for subsequent disposal. ·
3.05 USE OF EXPLOSIVES:
A. The use of explosives will not be permitted in site preparation operations.
3.06 BACKFILLING:
A. All holes, cavities, and depressions in the ground caused by site preparation
operations will be backfilled and tamped ·to normal compaction and will be graded
to prevent ponding of water and to promote drainage. Should any excavated
hole or cavity be required to be left open over night, the Contractor shall be
responsible to provide barriers and / or coverings to enhance on site accident
prevention measures.
SITE PREPARATION
Section 02200
Page2
, I
, I
' l
. '
3.07 DISPOSAL OF WASTE MATERIALS:
A. Unless otherwise stated, materials generated by clearing, grubbing, removal, and
demolition shall be known as "waste" or "spoils" and shall be removed from the
site and disposed of by the Contractor. Similar materials may be unearthed or
generated by earthwork operations or by subgrade preparation. Unless otherwise
specified any merchantable items become the property of the Contractor.
END OF SECTION
SITE PREPARATION
Section 02200
Page3
SECTION 02300 -EARTHWORK
PART 1 -GENERAL
1.01 SCOPE
A. Work in this section includes furnishing all labor, materials, equipment, and
services required to construct, shape, and finish earthwork to the required lines,
grades, and cross sections as specified herein and on the plans.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Section 02200 -Site Preparation.
B. Grading Plan: Refer to plan sheets.
1.03 METHOD OF PAYMENT:
A. Earthwork is a necessary and incidental part of the work. The total cost will be
included in the Bid Proposal. Payment will be made on a Lump Sum basis only.
1.04 SUMMARY
A. Section Includes:
1. Preparing subgrades for slabs-on-grade, walks, and pavements.
2. Excavating and backfilling for buildings and structures.
3. Drainage course for concrete slabs-on-grade.
4. Subbase course for concrete walks and pavements.
5. Subbase course for asphalt paving.
6. Excavating and backfilling trenches for utilities and pits for buried utilify
structures.
1.05 DEFINITIONS
A. Backfill: Soil material or controlled low-strength material used to fill an
excavation.
1. Initial Backfill: Backfill placed beside and over pipe in a trench, including
haunches to support sides of pipe.
2. Final Backfill: Backfill placed over initial backfill to fill a trench.
EARTHWORK
Section 02300
Page 1
B. Base Course: Aggregate layer placed between the subbase course and hot-mix
asphalt paving.
C. Bedding Course: Aggregate layer placed over the excavated subgrade in a trench
before laying pipe.
D . Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill.
E. Drainage Course: Aggregate layer supporting the slab-on-grade that also
minimizes upward capillary flow of pore water.
F. Excavation: Removal of material encountered above subgrade elevations and to
lines and dimensions indicated.
G.
H.
I.
Fill: Soil materials used to raise existing grades.
Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs,
mechanical and electrical appurtenances, or other man-made stationary features
constructed above or below the ground surface.
Subbase Course: Aggregate layer placed between the subgrade and base course
for hot-mix asphalt pavement, or aggregate layer placed between the subgrade and
a cement concrete pavement or a cement concrete or hot-mix asphalt walk.
J. Subgrade: Uppermost surface of an excavation or the top surface of a fill or
backfill immediately below subbase, drainage fill, drainage course, or topsoil
materials. May be lime stabilized.
K. Utilities: On-site underground pipes, conduits, ducts, and cables, as well as
underground services within buildings.
PART2-PR0DUCTS
2.01 UNCLASSIFIED EXCAVATION:
A. Unclassified excavation shall consist of all excavation, unless separately
designated, within the limits of the work. Unclassified excavation includes all
material encountered regardless of its nature or the manner in which it is to be
excavated.
2.02 UNCLASSIFIED FILL
A. Unclassified fill shall consist of all fill within the limits of the work. All suitable
native materials removed in unclassified excavation, or similar imported
materials, shall be used insofar as practicable as unclassified fill. Properly
EARTHWORK
Section 02300
Page2
. \
. I
( \
,-1
r l
:.1
•· I
deposited, conditioned, and compacted fill is hereinafter referred to as "earth
embankment."
B. Rock: Minor quantities of rock not greater than four inches in greatest dimension
are permissible in fill materials used to construct earth embankment. Minor
quantities of rock of greater dimensions may be placed in the deeper fills in
accordance with the State Department of Highways and Public Transportation
requirements for construction of rock embankments, provided such placement of
rock is not immediately adjacent to structures or piers. Also, rock may be placed
in the portions of embankments outside the limits of the completed graded width
where the size of the rock prohibits their incorporation in the normal embankment
layers.
2.03 TOPSOIL
A. On-Site Topsoil: Topsoil shall consist of an average depth of six inches (6") of
native surface soil left in place after the ground cover of herbaceous vegetation
and other objectionable matter has been cleared by "blading," as specified in
Section 02200, "Site Preparation." Topsoil may be greater or less, than the upper
six inches ( 6") in depth.
2 .04 IMPORTED FILL
A. Imported fill materials shall be used for the construction of earth embankment in
the event that (1) the volume of unclassified excavation is less than the volume of
fill required for earth embankment and/or (2) the condition of materials removed
in unclassified excavation makes them unsuitable for use in the construction of
earth embankment.
B. The Contractor shall haul and place imported fill obtained from off-site sources as
necessary to construct the embankment and various other details of the
construction plans. All costs related to such imported fill will be included in the
contract price, and no additional or separate payment for imported fill will be due
the Contractor.
C. A sample of the proposed imported fill must be provided by the Contractor and be
approved by the Owner. In general, imported material must be equal to or better
than native material in quality and engineering characteristics. The Architect/
Engineer may also require the Contractor to provide a material analysis test of the
proposed fill.
EARTHWORK
Section 02300
Page3
2.05 SELECT MATERIALS
A. Select materials shall be imported from offsite sources, unless they are available
from specifically designated areas on the site as marked on the plans.
2.06 UNSUITABLE MATERIALS ·
A. Topsoil, select material, imported fill, or unclassified fill will be declared as
'"unsuitable" by the Owner if, in his opinion, any of the following conditions or
matter and particles are present to a degree that is judged detrimental to the
proposed use of the material.
1.
2.
3.
4.
5.
6.
7.
8.
9.
Moisture
Decayed or undecayed vegetation
Hardpan clay, heavy clay, or clay balls
Rubbish
Construction rubble
Sand or gravel
Rocks, cobbles, or boulders
Cementious matter
Foreign matter of any kind
B. Unsuitable materials will be disposed of as "waste" as specified in Section 02200.
C. Wet Material: If fill material is unsatisfactory for use as embankment solely
because of high moisture content, the Architect/Engineer may grant the
Contractor permission to process the material to reduce the moisture content to a
usable · optimum condition.
2.07 ACCESSORIES
A. Warning Tape: Acid-and alkali-resistant, polyethylene film warning tape
manufactured for marking and identifying underground utilities, 6 inches (150
mm) wide and 4 mils (0.1 mm) thick, continuously inscribed with a description of
the utility; colored as follows:
1.
2.
3.
4.
5.
Red: Electric.
Yellow: Gas, oil, steam, and dangerous materials.
Orange: Telephone and other communications.
Blue: Water systems.
Green: Sewer systems.
EARlHWORK
Section 02300
Page4
, I
• I
: I
' 1
. 1
. '
' I
. I
·1
PART 3 -EXECUTION
3.01 SITE PREPARATION:
A. In general, "site preparation," as specified in Section 02200, shall be performed
in advance of grading and earthwork operations and shall be completed over the
entire area of earthwork operations.
3.02 TOPSOIL
A. The removal and storage of topsoil shall occur after site preparation is complete
and before excavation and embankment construction begin. Likewise, topsoil
will be replaced after excavation and embankment construction are complete.
B. Removal: Topsoil shall be stripped to an average depth of six inches (6") from
areas where excavation and embankment construction are planned. Topsoil may
be obtained from greater depths if it is uncontaminated by the substratwn and it is
of good quality, in the opinion of the Architect/Engineer.
C. Storage: Topsoil shall be stored in stockpiles conveniently located to areas that
will later receive the topsoil. Stockpiles shall be out of the way of earthwork
operations in locations approved by the Owner or Architect/Engineer. Stored
topsoil shall be kept separate from other excavated materials and shall be
protected from contamination by objectionable materials that would render it
unsuitable.
D. Timing: Topsoil will not be replaced (deposited) until construction activities are
complete that ..would create undesirable conditions in the topsoil, such as
overcompaction or contamination. Trenching for items such as electrical conduit
and irrigation pressure lines must be complete before topsoil replacement may
begin.
E. Replacement: Topsoil will be deposited in a single layer or lift. It will be placed,
processed, compacted, and graded to leave a finished layer of topsoil not less than
five inches in depth. Unless otherwise indicated, topsoil will be replaced over all
areas of earthwork (including slopes), except where pavement is planned.
F. Grading: Topsoil will be final graded to the elevations shown on the plans. Fine
grading will be accomplished with a weighted spike harrow, weighted drag,
tractor box blade, light maintainer, or other acceptable machinery. All particles of
the finish grade shall be reduced to less than one inch in diameter or they shall be
removed. All rocks of one inch or greater shall also be removed. Grading
operations and equipment . will be such that topsoil does not become
overcompacted. Bulldozer blades and front-end loader buckets are not acceptable
EARTHWORK
Section 02300
Page5
devices for topsoil grading operations. Final grading within five feet of
constructed or installed elements shall be hand raked.
G. Acceptability: Finished areas of topsoil are satisfactory if they are true to grade,
·true in plane, even in gradient (slope), unifonil in surface texture, and of normal
compaction. Areas of loose granular pockets or of overcompacted soils are not
acceptable and will be reworked. Finished areas will promote surface drainage
and will be ready for turfgrass planting.
3.03 UNCLASSIFIED EXCAVATION
A. All excavated areas shall be maintained in a condition to assure proper drainage at
all times, and ditches and sumps shall be constructed and maintained to avoid
damage to the areas under construction.
B. Surplus Material:
1. Surplus excavation is that quantity of material that may be left over after
the grading plan is executed, and all earthwork operations, including
excavation, embankment construction, topsoil replacement, and final
grading, are completed. Any other surplus material shall be disposed of as
"waste" as specified in Section 02200. All such cost for removal shall be
considered as incorporated into Earthwork costs
C. Excavation in Rock: The use of explosives will not be permitted. Unless
otherwise indicated on the plans, excavation in solid rock shall extend six inches
( 6") below required subgrade elevation for the entire width of the area under
construction and shall be backfilled with suitable materials as indicated on the
plans.
3.04 EARTH EMBANKMENT
A. Earth embankment is defined as embankment composed of suitable materials
removed in unclassified excavation and/or imported fill. The construction of
embankment includes preparing the area on which fill is to be placed and the
depositing, conditioning, and compaction of fill material.
B. General: Except as otherwise required by the plans, all embankment shall be
constructed in layers approximately parallel to the finished grade of the graded
area, and each layer shall be so constructed as to provide a uniform slope as
shown on the grading plan. Embankments shall be constructed to correspond to
the general shape of the typical sections shown on the plans, and each section of
the embankment shall correspond to the detailed section or slopes established by
the drawings. After completion of the graded area, embankment shall be
EAR1HWORK
Section 02300
Page6
-• I
continuously maintained to its finished section and grade until the project is
accepted.
C. Preparation: Prior to placing any embankment, all preparatory operations will
have been completed on the excavation sources and areas over which the
embankment is to be placed. The subgrade shall be proof rolled to detect soft
spots, which if exist, should be reworked. Proof rolling shall be performed using
a heavy pneumatc tired roller, loaded dump truck, or similar piece of equipment
weighing approximately twenty five (25) tons except as otherwise specified for
tree protection and areas inaccessible to vehicular compactors, Stump holes or
other small excavations in the limits of the embankments shall be backfilled with
suitable material and thoroughly tamped by approved methods before
commencing embankment construction. The surface of the ground, including
plowed, loosened ground, or surfaces roughened by small washes or otherwise,
shall be restored to approximately its original slope by blading or other methods,
and, where indicated on the plans or required by the Owner, the ground surface,
thus prepared, shall be compacted by sprinkling and rolling.
D. Scarification: The surface of all areas and slopes over which fill is to be placed,
other than rock, shall be scarified to a depth of approximately six (6") inches to
provide a bond between the existing surface and the proposed embankment.
Scarification shall be accomplished by plowing, discing, or other approved
means. Prior to fill placement; the loosened material shall be adjusted to the
proper moisture content and recompacted to the density specified herein for fill.
E. Benching: Scarification is normally adequate for sloping surfaces. However, in
certain cases where fill is to be placed against hillsides or existing embankment
with slopes greater than 4:1, the Owner may direct the Contractor to key the fill
material to the existing slopes by benching. A minimum of two feet (2') nermal
to the slope shail be removed and recompacted to insure that the new work is
constructed on a firm foundation free of loose or disturbed material.
F. Depositing: Fill material shall be placed in horizontal layers or lifts, evenly
spread, not to exceed eight (8") inches in loose depth before conditioning and
compaction. Unless otherwise permitted, each layer of fill material shall cover
the length and width of the area to be filled and shall be conditioned and
compacted before the next higher layer of fill is placed. Adequate drainage shall
be maintained at all times.
G. Watering: At the time of compaction, the moisture content of fill material shall
be such that the specified compaction will be obtained, and the fill will be firm,
hard, and unyielding. Fill material which contains excessive moisture shall not be
compacted until it is dry enough to obtain the specified compaction.
EARTHWORK
Section 02300
Page7
H . Compacting: Each layer of earth fill shall be compacted by approved tamping or
sheepsfoot rollers, pneumatic tire rollers, or other mechanical means acceptable to
the Owner. Hand-directed compaction equipment shall be used in areas
inaccessible to vehicular compactors.
I. Grading: Embankments shall be constructed in proper sequence and at proper
densities for their respective functions. All embankment serves in one capacity or
another as subgrade ( e.g., under topsoil, under concrete and asphalt pavement,
under structures, etc.). Accordingly, the upper ·layer of embankment shall be
graded to within plus or minus 0.10 foot of proper subgrade elevation prior to
depositing topsoil, and prior to the construction of pavements, slabs, etc.
3.05 DENSITY CONTROL
A.
B.
Earth Embankment in General: Earth embankment shall be compacted in lifts at a
minimum of ninety percent (90%) of Standard Density ASTM D698 with plus
four percent (4%) or minus two percent (2%) percentage points of optimum
moisture content.
Earth Embankment Under Structures and Pavement: The top six (6") inches of
natural earth comprising the subgrade for structural slabs or for areas of pavement
shall be ninety five percent (95%) to ninety eight percent (98%) of Standard
Density ASTM D698 with the moisture content at minus two percent (2%) to plus
four percent (4%) of optimum moisture content.
3.06 MOISTURE MAINTENANCE:
A. The specified moisture content shall be maintained in all embankments that are to
function as subgrade for structures, areas of pavement, or for select embankment.
After completion of the embankment, the Contractor shall prevent excessive loss
of moisture in the embankment by sprinkling as required. Loss of moisture in
excess of two percent (2%) below optimum in the top twelve inches (12") of the
fill will require that the top twelve inches (12") of the embankment be scarified,
wetted, and recompacted prior to placement of the structure, select fill or
pavement. If desired, the Contractor may place an asphalt membrane of
emulsified or cutback asphalt over the completed embankment and thus eliminate
the sprinkling requirement.
3.07 TOPSOIL REPLACEMENT:
A. Topsoil shall be carefully placed to avoid any displacement or damage to the
subgrade. If any of the subgrade is rutted, damaged or displaced it shall be
restored prior to placing topsoil. Topsoil shall be replaced as specified herein per
Item 3.02.
EARTHWORK
Section 02300
Page8
I I
. I
, I
. l
. I
' l
' 1
,. l
. I
, I
• I
3.08 EXCAVATION FOR STRUCTURES
A. Excavate to indicated elevations and dimensions within a tolerance of plus or
minus l inch (25 mm). If applicable, extend excavations a sufficient distance
from structures for placing and removing concrete formwork, for installing
services and other construction, and for inspections.
B. Excavations for Footings and Foundations: Do not disturb bottom of excavation.
Excavate by hand to final grade just before placing concrete reinforcement. Trim
bottoms to required lines and grades to leave solid base to receive other work.
C. Pile Foundations: Stop excavations 6 to 12 inches (150 to 300 mm) above bottom
of pile cap before piles are placed. After piles have been driven, remove loose
and displaced material. Excavate to final grade, leaving solid base to receive
concrete pile caps.
D. Excavation for Underground Tanks, Basins, and Mechanical or Electrical Utility
Structures: Excavate to elevations and dimensions indicated within a tolerance of
plus or minus l inch (25 mm). Do not disturb bottom of excavations intended as
bearing surfaces.
E. Excavations at Edges of Tree-and Plant-Protection Zones:
l. Excavate by hand to indicated lines, cross sections, elevations, and
subgrades. Use narrow-tine spading forks to comb soil and expose roots.
Do not break, tear, or chop exposed roots. Do not use mechanical
equipment that rips, tears, or pulls roots.
2. Cut and protect roots according to requirements in Division 2 Section
"Tree Protection and Trimming."
3.09 EXCAVATION FOR WALKS AND PAVEMENTS
A. Excavate surfaces under walks and pavements to indicated lines, cross sections,
elevations, and subgrades.
3.10 EXCAVATION FOR UTILITY TRENCHES
A. Excavate trenches to indicated gradients, lines, depths, and elevations.
l. Beyond building perimeter, excavate trenches to allow installation of top
of pipe below frost line.
B. Excavate trenches to uniform widths to provide the following clearance on each
side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12
inches (300 mm) higher than top of pipe or conduit unless otherwise indicated.
EARTHWORK
Section 02300
Page9
3.11 BACKFILL
A. Place backfill on subgrades free of mud, frost, snow, or ice.
3.12 UTILITY TRENCH BACKFILL
A. Place backfill on subgrades free of mud, frost snow, or ice.
3.13 SUBBASE AND BASE COURSES UNDER WALKS
A. Place subbase course on subgrades free of mud, frost, snow, or ice.
B . On prepared subgrade, place subbase course under pavements and walks as
follows:
1. Place base course material over subbase course under hot-mix asphalt
pavement.
2. Shape subbase course to required crown elevations and cross-slope grades.
3. Place subbase course 6 inches or less in compacted thickness in a single
layer.
4. Place subbase course that exceeds 6 inches in compacted thickness in
layers of equal thickness, with no compacted layer more than 6 inches
thick or less than 3 inches thick.
5. Compact subbase course at optimum moisture content to required grades,
lines, cross sections, and thickness to not less than 95 percent of maximum
dry unit weight according to ASTM D 698 .
3.14 SUBBASE AND BASE COURSES UNDER PARKING LOT, PAVEMENT AND
MAINTENANCE SHED SLAB.
A.
B.
C.
D.
Prepare lime stabilized subgrade per the recommendations in the GEOTECH
Report.
On prepared subgrade, place subbase course under pavements and walks as
follows:
Place base course material over subbase course under hot-mix asphalt pavement
or concrete pavement.
Shape subbase course to required crown elevations and cross-slope grades.
E. Place subbase course 6 inches or less in compacted thickness in a single layer.
EARTHWORK
Section 02300
Page 10
, I
. '
• I
' I
,. I
' I
F. Place subbase course that exceeds 6 inches in compacted thickness in layers of
equal thickness, with no compacted layer more than 6 inches thick or less than 3
inches thick. .
· G. Compact subbase course at optimum moisture content to required grades, lines,
cross sections, and thickness to not less than 95 percent of maximum dry unit
weight according to ASTM D 698.
END OF SECTION
EARTHWORK
Section 02300
Page 11
D. Field Quality-Control Test Reports: From Contractor.
E. Operation and Maintenance Data: For specialties to include m emergency,
operation, and maintenance manuals.
l. Drinking fountains.
1.05 QUALITY ASSURANCE
A. Product Options: Drawings indicate size, profiles, and dimensional requirements
of piping and specialties and are based on the specific system indicated.
B. Regulatory Requirements:
l.
2.
Comply with requirements of City of Fort Worth. Include tapping of water
mains and backflow prevention.
Comply with standards of authorities · having jurisdiction for potable-
water-service piping, including materials, installation, testing, and
disinfection.
C. Piping materials shall bear label, stamp, or other markings of specified testing
agency.
D. NSF Compliance:
l.
2.
Comply with NSF 14 for plastic potable-water-service piping.
Comply with NSF 61 for materials for water-service piping and specialties
for domestic water.
1.06 COORDINATION
A. Coordinate connection to water main with utility company.
PART 2-PRODUCTS
2.01 PIPING MATERIALS
A. Refer to the drawings.
2.02 COPPER TUBE AND FITTINGS
A. Soft Copper Tube: ASTM B 88, Type K water tube, annealed temper.
WATER DISTRIBUTION
Section 02510
Page2
·. I
' I
. '
'. I
• I
, I
: !
. 1
I I
'I
; '
, I
. !
: l
• 1
• I
1. Copper Fittings: ASME B16.18, cast-copper-alloy or ASME B16.22,
wrought-copper, solder-joint pressure type. Furnish only wrought-copper
fittings if indicated.
B. Hard Copper Tube: ASTM B 88, Type K water tube, drawn temper.
1. Copper Fittings: ASME B16.18, cast-copper-alloy or ASME B16.22,
wrought-copper, solder-joint pressure type. Furnish only wrought-copper
fittings if indicated.
C. Bronze Flanges: ASME B16.24, Class 150, with solder-joint end. Furnish
Class 300 flanges if required to match piping.
D. Copper Unions: MSS SP-123, cast-copper-alloy, hexagonal-stock body with ball-
and-socket, metal-to-metal seating surfaces, and solder-joint or threaded ends.
2.03 PVC PIPE AND FITTINGS
A. PVC, Schedule 40 Pipe: ASTM D 1785.
1. PVC, Schedule 40 Socket Fittings: ASTM D 2466.
B. PVC, A WW A Pipe: A WW A C900, Class 150, with bell end with gasket and
spigot end.
1. PVC Fabricated Fittings: AWWA C900, Class 150, with bell-and-spigot
or double-bell ends. Include elastomeric gasket in each bell.
2. PVC Molded Fittings: A WW A C907, Class 150, with bell-and-spigot or
double-bell ends. Include elastomeric gasket in each bell.
3. Push-on-Joint, Ductile-Iron Fittings: A WW A Cl 10, ductile-or gray-iron
standard pattern or A WW A Cl 53, ductile-iron compact pattern.
4. Mechanical-Joint, Ductile-Iron Fittings: A WW A C 110, ductile-or gray-
iron standard pattern or A WW A Cl 53, ductile-iron compact pattern.
2.04 GATEVALVES
A. AWWA, Cast-Iron Gate Valves:
1. Acceptable Manufacturers:
a. American AVK Co.; Valves & Fittings Div.
b. American Cast Iron Pipe Co.; American Flow Control Div.
c. American Cast Iron Pipe Co.; Waterous Co. Subsidiary.
d. Crane Co.; Crane Valve Group; Stockham Div.
e. East Jordan Iron Works, Inc.
f. Grinnell Corporation; Mueller Co.; Water Products Div.
WATER DISTRIBUTION
Section 02510
Page3
2.
3.
4.
5.
6.
g. McWane, Inc.; Clow Valve Co. Div. (Oskaloosa).
h. Mc Wane, Inc.; Kennedy Valve Div.
i. Mc Wane, Inc.; Tyler Pipe; Utilities Div.
J. NIBCOINC.
k. United States Pipe and Foundry Company.
Nonrising-Stem, Metal-Seated Gate Valves: AWWA C500, gray-or
ductile-iron body and bonnet; with cast-iron or bronze double-disc gate,
bronze gate rings, bronze stem, and stem nut.
a. Minimum Working Pressure: 200 psig.
b. End Connections: Mechanical joint.
c. Interior Coating: Complying with A WW A C550.
Nonrising-Stem, Resilient-Seated Gate Valves: AWWA C509, gray-or
ductile-iron body and bonnet; with bronze or gray-or ductile-iron gate,
resilient seats, bronze stem, and stem nut.
a. Minimum Working Pressure: 200 psig.
b. End Connections: Mechanical joint.
c. Interior Coating: Complying with A WW A C550.
Nonrising-Stem, High-Pressure, Resilient-Seated Gate Valves:
A WW A C509, ductile-iron body and bonnet; with bronze or ductile-iron
gate, resilient seats, bronze stem, and stem nut.
a. Minimum Working Pressure: 250 psig.
b. End Connections: Push-on or mechanical joint.
c. Interior Coating: Complying with A WW A C550.
OS&Y, Rising-Stem, Metal-Seated Gate Valves: AWWA C500, cast-iron
or ductile-iron body and bonnet, outside screw and yoke, cast-iron double
disc, bronze disc and seat rings, and bronze stem.
a Minimum Working Pressure: 200 psig.
b. End Connections: Flanged.
OS&Y, Rising-Stem, Resilient-Seated Gate Valves: AWWA C509, cast-
iron or ductile-iron body and bonnet, outside screw and yoke; with bronze
or gray-or ductile-iron gate, resilient seats, and bronze stem.
a Minimum Working Pressure: 200 psig.
b. End Connections: Flanged.
B. Bronze Gate Valves:
1. Acceptable Manufacturers:
a. Crane Co.; Crane Valve Group; Crane Valves.
b. Crane Co.; Crane Valve Group; Jenkins Valves.
c. Crane Co.; Crane Valve Group; Stockham Div.
d. Grinnell Corporation.
e. Hammond Valve.
f. Milwaukee Valve Company.
g. NIBCOINC.
h. Red-White Valve Corp.
WATER DISTRIBUTION
Section 02510
Page4
I ·1
. I
. I
' I
; ?
' I
·-)
2. OS&Y, Rising-Stem Gate Valves: UL 262, FM-approved bronze body
and bonnet, outside screw and yoke, and bronze stem.
a. Minimum Working Pressure: 175 psig.
b. End Connections: Threaded.
3. Nonrising-Stem Gate Valves: MSS SP-80, Class 125, Type 1, bronze with
solid wedge, threaded ends, and malleable-iron handwheel.
2.05 GATE VAL VE ACCESSORIES AND SPECIAL TIES
A. Valve Boxes: Comply with A WW A M44 · for cast-iron valve boxes. Include top
section, adjustable extension of length required for depth of burial of valve, plug
with lettering "WATER," bottom section with base of size to fit over valve, and
approximately 5 inch diameter barrel.
1. Operating Wrenches: Steel, tee-handle with one pointed end, stem of
length to operate deepest buried valve, and socket matching valve
operating nut.
2.06 DRINKING FOUNTAINS
A. Drinking Fountains. See Drawings
B. Access to Internal Components: Panel in pedestal.
C. Supply: 1/2 inch with ball, gate, or globe valve.
D. Drain: Grid with 1-1/4 inch minimum waste and 2 inch minimum trap, and waste
to drainage system.
PART 3 -EXECUTION
3.01 EARTHWORK
A. Refer to Division 2 Section "Earthwork" for excavating, trenching, and
backfilling.
3.02 DRINKING FOUNTAIN INSTALLATION
A. Install drinking fountains anchored to concrete pavement or to concrete block.
WATER DISTRIBUTION
Section 02510
Page5
3.03 FIELD QUALITY CONTROL
A. Piping Tests: Conduct piping tests before joints are covered and after thrust
blocks have hardened sufficiently. Fill pipeline 24 hours before testing and apply
B.
test pressure to stabilize system. Use only potable water. ·
Domestic Water Hydrostatic Tests: Test at 1-1/2 times working pressure but not
less than 150 psi for 2 hours.
1. · Increase pressure in 50 psig increments and inspect each joint between
increments. Hold at test pressure for 1 hour; decrease to O psig . Slowly
increase again to test pressure and hold for 1 more hour. Maximum
allowable leakage is 2 quarts per hour per 100 joints. Remake leaking
joints with new materials and repeat test until leakage is within allowed
limits.
3.04 ADJUSTING
A. Adjust drinking fountain flow regulators for proper flow and stream height.
3.05 CLEANING
A. Clean and disinfect water-distribution piping as follows:
1.
2.
3.
Purge new water-distribution piping systems and parts of existing systems
that have been altered, extended, or repaired before use.
Use purging and disinfecting procedure prescribed by authorities having
jurisdiction or, if method is not prescribed by authorities having
jurisdiction, use procedure described in NFPA 24 for flushing of piping.
Flush piping system with clean, potable water until dirty water does not
appear at points of outlet.
Use purging and disinfecting procedure prescribed by authorities having
jurisdiction or, if method is not prescribed by authorities having
jurisdiction, use procedure described in A WW A C65 l or as described
below:
a. Fill system or part of system with water/chlorine solution
containing at least 50 ppm of chlorine; isolate and allow to stand
for 24 hours.
b. Drain system or part of system of previous solution and refill with
water/chlorine solution containing at least 200 ppm of chlorine;
isolate and allow to stand for 3 hours.
c. After standing time, flush system with clean, potable water until no
chlorine remains in water coming from system.
WATER DISTRIBUTION
Section 02510
Page6
. I
. I
. l
. r
d. Submit water samples in sterile bottles to authorities having
jurisdiction. Repeat procedure if biological examination shows
evidence of contamination.
B. Prepare reports of purging and disinfecting activities.
C. After completing drinking fountain installation, inspect unit. Remove paint
splatters and other spots, dirt, and debris. Repair damaged finish to match
original finish.
D. Clean drinking fountains, on completion of installation, according to
manufacturer's written instructions.
END OF SECTION
WATER DISTRIBUTION
Section 02510
Page7
SECTION 02520 -INFIELD SURF ACING
PART 1 -GENERAL
1.01 DESCRIPTION
A. Drawings, Standard General Conditions of Contract, Supplementary Conditions
and Division-I Specification sections, apply to work of this section.
B. General
1. Furnish all labor, materials and equipment and services required to install
clay infield in accordance with provisions of Contract Documents.
2. Completely coordinate with work of all other trades.
C. Location of Work -Area within boundary of infield soil as shown on plans.
PART 2 -PRODUCTS
2.01 MATERIALS
A. Provide sandlclay material for infields which conforms to the following:
1. Gradation
0% Retained on W' sieve
5% Retained on #30 sieve
50% Retained on #50 sieve
60% Retained on #100 sieve
75% Retained on #200 sieve
25% Passing #200 sieve
2. Plasticity index (P.I.)
P.I. shall be from 5 to 15, inclusive.
3. Organic content Organic Content shall be less than 1%.
4. Color. Color shall be red or rust, subject to approval of the Owner
5. Upon request by the Contractor, the Owner will consider variances in the
sand/clay gradation and P.I. However, variances detrimental to the
quality of the work, as determined by the Owner, will not be allowed.
INFIELD SURF ACING
Section 02520
Page 1
PART 3 -EXECUTION
3.01 PREPARATION
A. Provide a sample (5 gallon Bucket) of the clay for approval by the Owner and/or
Engineer before any deliveries are made to the job site. If the first sample is not
approved for use, the Contractor shall submit alternative samples until approval is
granted.
3.02 DE.LNERY
A. The selected clay mix shall be delivered in truck beds which are clean of gravel
and other foreign matter. Any clay delivered containing gravel or foreign
substances will be rejected.
3.03 INSTALLATION
A. The infield area shall be excavated to a depth of eight inches (S")from the
proposed finish grades shown on the plans and backfilled with eight inches (8") of
the specified clay mix.
B. The top of the clay shall be finished to Yi inch below the finish grade elevations
shown on the plans.
C. Place and compact clay infield material to 90% optimwn density (ASTM D698).
END OF SECTION
INFIELD SURF ACING
Section 02520
Page2
-,
' I
SECTION 02521 -INFIELD CONDITIONER
PART 1 -GENERAL
1.01 DESCRIPTION
A. Drawings, Standard General Conditions of Contract, Supplementary Conditions
and Division-1 Specification sections, apply to work of this section.
B. General
l. Furnish and install Infield Conditioner as an amendment to ballfield
infield surfacing.
1.02 SUBMITT ALS
A. Provide manufacturer's published installation instructions .
B. Provide l pound of each color for selection by Owner
C. Provide one copy of each delivery ticket.
PART 2 -PRODUCTS
2.01 MATERIALS
A. Diamond Pro Infield Conditioner: Earthen Technologies, Dallas, Texas; (800)
228-2987.
B. Color: As selected by Owner.
C. Provide tons of infield conditioner per field as recommended by manufacturer and
approved by Owner.
PART 3 -EXECUTION
3.01 PREPARATION
A. Complete installation of ballfield Infield Surfacing.
B. Ensure that all site grading is complete.
C. Completed infield should be 1/4" to 1/2" below finish grade
INFIELD CONDITIONER
Section 0252 l
Pagel
l. 4" diameter ADS perforated pipe with sock installed within the subgrade
gravel trench as indicated on plans.
D. Wear Mats
l. Product used shall be per playground equipment manufacturer's
recommendation and meet ASTM F1292-91 playground surfacing
standard for a drop height not to exceed 3.5 feet. Must be installed under
all swings and slides to preserve warranty. Method of installation /
anchorage shall be per manufacturer's recommendations.
PART 3 -SPECIAL REQUIREMENTS
3.01 QUALITY CONTROL
A.
B.
C.
D.
E.
F.
The Bidder will provide the owner or its designated contractor with all necessary
licenses prior to start of construction in accordance with U. S. Patents.
Supplier must provide test results for impact attenuation in accordance with
ASTM Fl292-93; Standard Specification for Impact Attenuation of Surface
Systems Under and Around Playground Equipment. Results must be provided for
new material and for 5-year-old material.
Testing must show "g" ratings of not more than 155g for the 8" thick system, or
120g for the 12" system at 12' fall heights, and HIC values of less than 1,000 for
both new and 8-year-old material.
Product must be wheelchair accessible and meet the requirements of the 1990
Americans with Disabilities Act (ADA) in accordance with ASTM PS83-97.
The Bidder will provide copies of flammability testing procedures and results
using (i) Section 1500.44 of the Federal Hazardous Substance Act, Title 16,
Chapter II, Subchapter C, for rigid and pliable solids, and (ii) 16 CFR Part 1630
Standard for the Surface Flammability of Carpets and Rugs (FF 1-70), Modified
Procedure. Testing should be performed by an independent testing laboratory.
The Bidder will provide copies of testing procedures and results of (i) new
shredded wood fibre, and (ii) shredded wood fibre not less than five years old
Ween from an existing site, performed by an independent testing source using the
ASTM F1292-91 playground safety surfacing standard.
G. The Bidder will provide at least three references of handicapped-accessible
playgrounds that have been installed with said surface.
WOOD FIBER PLAYGROUND SURFACING
Section 02537
Page2
' l
: I
' \
. I
·,
'l
1
. I
'f
. \
• l
'\
3.02 WARRANTY
A. All materials and labor under this Section shall be installed by a contractor
authorized by the manufacturer. Safety surface shall be warranted for labor and
materials for a period of no less than two years. Written warranty must be
submitted by the manufacturer and the authorized installer.
PART 4-EXECUTION
4.01 PREPARATION
A. Installer shall thoroughly examine the site and specifications, carefully checking
the dimensions before starting work.
B. Sub grade
1. The subgrade shall be graded a minimum of 1.5% (percent) -max. 2%.
All roots, stones, and vegetation shall be removed.
2. The drainage matrix must be connected to the drainage system.
3. The first 6" of subgrade shall be compacted to at least 95 percent of the
dry density, as determined by the provisions of AASHTO or T 205, as
modified in 203.24.
C. Application:
1. Wood fiber surfacing system with gravel and subdrain. Install per plans
and specifications.
a. Aggregate Drainage Material
1) Install subdrain trench per plan.
2) Cover subgrade with washed stone, 3/8" to 1/2" diameter,
at a uniform depth of three inches.
3) Install drainage fabric over drainage aggregate, overlapping
all seams by at least 12". Cut to fit around equipment as
necessary and overlap seams as previously mentioned.
4) Install wood fiber safety surfacing at the depth indicated on
plans (compacted). Contractor shall be responsible for
applying additional material as required in order to
maintain safety surface finish elevation and anticipated
settling for a period of sixty (60) days following project
acceptance.
END OF SECTION
WOOD FIBER PLAYGROUND SURFACING
Section 02537
Page3
SECTION 02630 -STORM DRAINAGE
PART 1-GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general prov1s10ns of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
1.02 SUMMARY
A. Section Includes:
1. Pipe and fittings.
2. Non-pressure transition couplings.
3. Pressure pipe couplings.
4. Expansion joints and deflection fittings.
5. Backwater valves.
6. Cleanouts.
7 . Drains.
8. Encasement for piping.
9. Manholes.
10. Channel drainage systems.
11. Catch basins.
12. Stormwater inlets.
13. Stormwater detention structures.
14. Pipe outlets.
15. Dry wells.
16. Stormwater disposal systems.
1.03 SUBMITT ALS
A. Product Data: For each type of product indicated.
B. Shop Drawings:
1. Manholes: Include plans, elevations, sections, details, frames, and covers.
2. Stormwater inlets: Include plans, elevations, sections, details, frames,
covers, and grates.
C. Coordination Drawings: Show pipe sizes, locations, and elevations. Show other
piping in same trench and clearances from storm drainage system piping. Indicate
STORM DRAINAGE
Section 02630
Page 1
D.
interface and spatial relationship between manholes, piping, and proximate
structures.
Profile Drawings: Show system piping in elevation. Draw profiles at horizontal
scale of not less than l inch equals 50 feet and vertical scale of not less than l
inch equals 5 feet Indicate manholes and piping. Show types, sizes, materials,
and elevations of other utilities crossing system piping.
E. Product Certificates: For each type of cast-iron soil pipe and fitting, from
manuf~turer.
F. Field quality-control reports.
1.04 DELIVERY, STORAGE, AND HANDLING
A. Do not store plastic manholes, pipe, and fittings in direct sunlight.
B. Protect pipe, pipe fittings, and seals from dirt and damage.
C. Handle manholes according to manufacturer's written rigging instructions.
D. Handle pipe and stormwater inlets according to manufacturer's written rigging
instructions.
1.05 PROJECT CONDITIONS
A. Interruption of Existing Storm Drainage Service: Do not interrupt service to
facilities occupied by Owner or others unless permitted under the following
conditions and then only after arranging to provide temporary service according
to requirements indicated: ·
1. Notify Owner no fewer than four days in advance of proposed interruption
of service.
2. Do not proceed with interruption of service without Owner's permission.
PART 2 -PRODUCTS
2.01 ABS PIPE AND FITTINGS
A. ABS Sewer Pipe and Fittings: ASTM D 2751, with bell-and-spigot ends for
gasketed joints.
1. NPS 3 to NPS 6 SDR 35.
2. NPS 8 to NPS 12 SDR 42.
STORM DRAINAGE
Section 02630
Page2
-I
-}
• I
B. Gaskets: ASTM F 477, elastomeric seals.
2.02 PVC PIPE AND FITTINGS
A. PVC Cellular-Core Piping:
1. PVC Cellular-Core Pipe and Fittings: ASTM F 891, Sewer and Drain
Series, PS 50 minimum stiffness, PVC cellular-core pipe with plain ends
for solvent-cemented joints.
2. Fittings: ASTM D 3034, SDR 35, PVC socket-type fittings.
B. PVC Corrugated Sewer Piping:
1. Pipe: ASTM F 949, PVC, corrugated pipe with bell-and-spigot ends for
gasketed joints.
2. Fittings: ASTM F 949, PVC molded or fabricated, socket type.
3. Gaskets: ASTM F 477, elastomeric seals.
C. PVC Profile Sewer Piping:
1. Pipe: ASTM F 794, PVC profile, gravity sewer pipe with bell-and-spigot
ends for gasketed joints.
2. Fittings: ASTM D 3034, PVC with bell ends.
3. Gaskets: ASTM F 477, elastomeric seals.
D. PVC Type PSM Sewer Piping:
1. Pipe: ASTM D 3034, SDR 35, PVC Type PSM sewer pipe with bell-and-
spigot ends for gasketed joints.
2. Fittings: ASTM D 3034, PVC with bell ends.
3. Gaskets: ASTM F 4 77, elastomeric seals.
E. PVC Gravity Sewer Piping:
1. Pipe and Fittings: ASTM F 679, wall thickness, PVC gravity sewer pipe
with bell-and-spigot ends and with integral ASTM F 4 77, elastomeric
seals for gasketed joints.
2.03 CONCRETE PIPE AND FITTINGS
A. Reinforced-Concrete Sewer Pipe and Fittings: ASTM C 76
1. Tongue-and-groove ends and gasketed joints with ASTM C 443 rubber
gaskets
STORM DRAINAGE
Section 02630
Page3
2.04 CATCH BASINS
A. Standard Precast Concrete Catch Basins:
1.
2.
3.
4.
5.
6.
7.
8.
Description: ASTM C 4 78, precast, reinforced concrete, of depth
indicated, with provision for sealant joints.
Base Section: 6-inch minimum thickness for floor slab and · 4-inch
minimum thickness for walls and base riser section, and separate base slab
or base section with integral floor.
Riser Sections: 4-inch minimum thickness, 48-inch diameter, and lengths
to provide depth indicated.
Top Section: Eccentric-cone type unless concentric-cone or flat-slab-top
type is indicated. Top of cone of size that matches grade rings.
Joint Sealant: ASTM C 990, bitumen or butyl rubber.
Adjusting Rings: Interlocking rings with level or sloped edge in thickness
and shape matching catch basin frame and grate. Include sealant
recommended by ring manufacturer.
Grade Rings: Include two or three reinforced-concrete rings, of 6-to 9-
inch total thickness, that match 30-inch-diameter frame and grate.
Steps: 1/2-inch steel reinforcing rods encased in ASTM D 4101, PP wide
enough to allow worker to place both feet on one step and designed to
prevent lateral slippage off step. Cast or anchor steps into sidewalls at 12-
to 16-inch intervals. Omit steps if total depth from floor of catch basin to
finished grade is less than 60 inches Pipe Connectors: ASTM C 923
resilient, of size required, for each pipe connecting to base section.
2.05 PIPE OUTLETS
A. Head Walls: Cast-in-place reinforced concrete, with apron and tapered sides.
B. Riprap Basins: Broken, irregularly sized and shaped, graded stone according to
NSSGA's "Quarried Stone for Erosion and Sediment Control."
1. Average Size: NSSGA No. R-3, screen opening 2 inches
2. Average Size: NSSGA No. R-4, screen opening 3 inches
3. Average Size: NSSGA No. R-5, screen opening 5 inches
C. Filter Stone: According to NSSGA's "Quarried Stone for Erosion and Sediment
Control," No. FS-2, No. 4 screen opening, average-size graded stone.
D. Energy Dissipaters: According to NSSGA's 0 Quarried Stone for Erosion and
Sediment Control," No. A-1, 3-ton average weight armor stone, unless otherwise
indicated.
STORM DRAINAGE
Section 02630
Page4
-,
. -,
I l
-l
PART 3 -EXECUTION
3.01 EARTHWORK
A. Excavation, trenching, and backfilling are specified in Division 2 Section
"Earthwork."
3.02 PIPING INSTALLATION
A. General Locations and Arrangements: Drawing plans and details indicate general
location and arrangement of underground storm drainage piping. Location and
arrangement of piping layout take into account design considerations. Install
piping as indicated, to extent practical. Where specific installation is not
indicated, follow piping manufacturer's written instructions.
B. Install piping beginning at low point, true to grades and alignment indicated with
unbroken continuity of invert. Place bell ends of piping facing upstream. Install
gaskets, seals, sleeves, and couplings according to manufacturer's written
instructions for use of lubricants, cements, and other installation requirements.
C. Install gravity-flow, non-pressure drainage piping according to the following:
1. Install non-reinforced-concrete sewer piping according to ASTM C 1479
and ACPA's "Concrete Pipe Installation Manual."
2. Install reinforced-concrete sewer piping according to ASTM C 14 79 and
ACP A's "Concrete Pipe Installation Manual."
3.03 PIPE JOINT CONSTRUCTION
A. Join gravity-flow, non-pressure drainage piping according to the following:
l . Join non-reinforced-concrete sewer piping according to ASTM C 14 and
ACPA's "Concrete Pipe Installation Manual" for rubber-gasketedjoints.
2. Join reinforced-concrete sewer piping according to ACPA's "Concrete
Pipe Installation Manual" for rubber-gasketed joints.
3.04 STORMWATERINLET AND OUTLET INSTALLATION
A. Construct inlet head walls, aprons, and sides of reinforced concrete, as indicated.
B. Construct riprap of broken stone, as indicated.
C. Install outlets that spill onto grade, anchored with concrete, where indicated.
STORM DRAINAGE
Section 02630
Page5
D. Install outlets that spill onto grade, with flared end sections that match pipe,
where indicated.
1. Backfill around outside of rings with filtering material to top level of
·rings.
2. Install cover over top of rings.
3.05 FIELD QUALITY CONTROL
A. Inspect interior of piping to determine whether line displacement or other damage
has occurred. Inspect after approximately 24 inches) of backfill is in place, and
again at completion of Project.
1. Submit separate reports for each system inspection.
2. Defects requiring correction include the following:
a. Alignment: Less than full diameter of inside of pipe is visible
between structures.
b. Deflection: Flexible piping with deflection that prevents passage
of ball or cylinder of size not less than 92.5 percent of piping
diameter.
c. Damage: Crushed, broken, cracked, or otherwise damaged piping.
3. Replace defective piping using new materials, and repeat inspections until
defects are within allowances specified.
4 . Reinspect and repeat procedure until results are satisfactory.
3.06 CLEANING
A. Clean interior of piping of dirt and superfluous materials. Flush with water.
END OF SECTION 02630
STORM DRAINAGE
Section 02630
Page6
SECTION 02635 -GEOTEXTILE-SUBSURFACE DRAINS
PART I-GENERAL
1.01 GENERAL
A. This Special Technical Specification (STS) defines requirements for geotextile for
subsurface drainage for City Streets. The design engineer may refer to this
specification directly in the contract documents and may provide additional
related specifications as required.
1.02 WORK INCLUDED
A. Furnish labor, materials, equipment and incidentals necessary to install geotextile
fabric. Use the geotextile in subsurface drainage applications for lining trenches,
pavement edge drains, or blanket drains as specified or shown on the drawings.
The geotextile shall provide a permeable layer of media, while retaining the soil
matrix.
1.03 QUALITY STANDARDS
A. DESIGN CRITERIA
l. The geotextile fabric shall be inert to commonly encountered chemicals,
hydrocarbons, mildew and rot resistant, resistant to ultraviolet light
exposure, insect and rodent resistant, and conform to the properties in the
following table.
2. 'The average roll minimum value (weakest principle direction) for strength
properties of any individual roll tested from the manufacturing lot or lots
of a particular shipment shall be in excess of the average roll minimum
value (weakest principle direction) stipulated herein.
GEOTEXTILE-SURSURF ACE DRAINS
Section 02635
Page 1
Test Requirements:
Physical Properties Average Roll Minimwn Value
(Weakest Principle Direction)*
Grab Strength
ASTM D-4632 (Lbs.)
Elongation at Failure*
ASTM D-4632 (%)
Mullen Burst Strength
ASTM D-3786 (psi)
Permeability -k
(cm/sec.) ASTM D-4491
Water Flow Rate
(gaVmin/ft2) ASTM D-4491
AOS(095) mm, ASTM D-4751
Trapezoid Tear Strength*
ASTM D-4533 {Lbs.)
Puncture Resistance
ASTM D-4833 {Lbs.)
200
50
320
0.1
150
0.3
60
80
. B. PACKING AND IDENTIFICATION REQUIREMENTS
l. Provide the geotextile in rolls wrapped with protective covering to protect
the fabric from mud, dirt, dust, and debris. The fabric shall be free of
defects or flaws which significantly affect its physical properties. Label
each roll of fabric in the shipment with a nwnber or symbol to identify that
production run.
C. SAMPLING AND ~OMPLIANCE REQUIREMENTS
1. A competent laboratory shall be maintained by the producer of the fabric
at the point of manufacture to provide quality control in accordance with
ASTM testing procedures. The laboratory shall maintain records of its
quality control results and provide a manufacturer's certificate to the
owner prior to shipment. The certificate shall include:
a. Name of manufacturer
b. Chemical composition
GEOTEXTILE-SURSURF ACE DRAINS
Section 02635
Page2
c. Product description
d. Statement of compliance to specification requirements
e. Signature of legally authorized official attesting to the information
required
PART 2 -PRODUCTS
2.01 GEOTEXTILE:
A. Non-woven fabric consisting only of continuous chain polymer filaments or yams
of polyester, formed into a stable network by needle punching.
PART 3 -EXECUTION
3.01 INSTALLATION
A. Install the geotextile on the prepared subgrade or trench areas or other specified
areas. The limits shall be as shown on the construction drawings. Construction
vehicles shall not be allowed to traffic directly on the fabric. Overlaps, when
necessary, shall be 36 inches minimum in horizontal drainage blanket applications
and for end laps on trench drains. The top lap on trench drains shall be a
minimum of the width of the trench or 12 inches, whichever is greater. For
horizontal drainage blankets, use securing pins when necessary to insure proper
anchoring of the fabric, with securing pins spaced at 5-to 10-foot centers.
Securing pins shall be "Sod Pins" and shall be 3/16 inch steel bars, pointed at one
end and fabricated with a head to retain a steel washer having an outside diameter
of not less than 1 % inches. The pin length shall not be less than 12 inches. U-
shaped pins or staples are not an acceptable option and will not be allowed.
END OF SECTION
GEOTEXTILE-SURSURF ACE DRAINS
Section 02635
Page3
SECTION 02741-ASPHAL T PAVING
PART 1-GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provtstons of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
1.02 SUMMARY
A . Section Includes:
1. Hot-mix asphalt paving.
2. Pavement-marking paint.
B . Related Sections:
1. Division 2 Section "Earthwork" for aggregate subbase and base courses
and for aggregate pavement shoulders.
2. Division 2 Section "Pavement Joint Sealants" for joint sealants and fillers
at paving terminations.
1.03 UNIT PRICES
A. Work of this Section is affected by Lump Sum.
1.04 DEFINITION
A. Hot-Mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of
terms.
1.05 SUBMITT ALS
A. Product Data: For each type of product indicated. Include technical data and
tested physical and performance properties.
1. Job-Mix Designs: Certification, by authorities having jurisdiction, of
approval of each job mix proposed for the Work.
2. Job-Mix Designs: For each job mix proposed for the Work.
ASPHALT PA YING
Section 02741
Page 1
B. Shop Drawings: Indicate pavement markings, lane separations, and defined
parking spaces. Indicate, with international symbol of accessibility, spaces
allocated for people with disabilities.
C. Material Test Reports: For each paving material.
1.06 QUALITY ASSURANCE
A. Manufacturer Qualifications: A paving-mix manufacturer approved by TxDOT.
B. Installer Qualifications: Imprinted-asphalt manufacturer's authorized installer
who is trained and approved for installation of imprinted asphalt required for this
Project.
C. Testing Agency Qualifications: Qualified according to ASTM D 3666 for testing
indicated.
D. Regulatory Requirements: Comply with materials, workmanship, and other
applicable requirements of TXDOT Specifications Item 340 -2004 Edition 5 for
asphalt paving work.
1.07 PROJECT CONDITIONS
A. Environmental Limitations: Do not apply asphalt materials if subgrade is wet or
excessively damp, if rain is imminent or expected before time required for
adequate cure, or if the following conditions are not met:
1. Prime Coat: Minimum surface temperature of 60 deg F.
2. Tack Coat: Minimum surface temperature of_60 deg F.
3. Slurry Coat: Comply with weather limitations in ASTM D 3910.
4. Asphalt Base Course: Minimum surface temperature of 40 deg F and
rising at time of placement.
5. Asphalt Surface Course: Minimum surface temperature of 60 deg F at
time of placement.
B . Pavement-Marking Paint: Proceed with pavement marking only on clean, dry
surfaces and at a minimum ambient or surface temperature of 40 deg F for oil-
based materials, and not exceeding 95 deg F.
ASPHALT PAVING
Section 02741
Page2
PART 2 -PRODUCTS
2.01 AGGREGATES
A. General: Use materials and gradations that have performed satisfactorily in
previous installations.
B. Aggregates and Fillers: Comply with TXDOT Specifications Section 340 -2004
Edition.
2.02 ASPHALT MATERIALS
A. Comply with TXDOT Specifications Section 340 -2004 Edition.
2.03 AUXILIARYMATERIALS
A. Wheel Stops: Precast, air-entrained concrete, 2500-psi minimum compressive
strength, 4-1/2 inches high by 9 inches wide by 72 inches long. Provide
chamfered comers, drainage slots on underside, and holes for anchoring to
substrate.
1. Dowels: Galvanized steel, 3/4-inch diameter, 10-inch minimum length.
2.04 MIXES
A. Hot-Mix Asphalt: Dense, hot-laid, hot-mix asphalt plant mixes approved
according to procedures in AI MS-2 and complying with the following
requirements: TXDOT Specification 340-2004 Edition Mix "B".
1. Provide mixes with a history of satisfactory performance in geographical
area where Project is located.
B. Emulsified-Asphalt Slurry: Fog Seal. Comply with TXDOT Specification 315 -
2004 Edition.
PART 3 -EXECUTION
3.01 EXAMINATION
A. Verify that subgrade is dry and in suitable condition to begin paving.
ASPHALT PAVING
Section 02741
Page3
B. Proof-roll subgrade below pavements with heavy pneumatic-tired equipment to
identify soft pockets and areas of e:,_ccess yielding. Do not proof-roll wet or
saturated subgrades.
1. Completely proof-roll subgrade in one direction. Limit vehicle speed to 3
mph.
2. Proof roll with a loaded 10-wheel, tandem-axle dump truck weighing not
less than 15 tons.
3. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping
or rutting, as determined by Architect, and replace with compacted
backfill or fill as directed.
C. Proceed with paving only after unsatisfactory conditions have been corrected.
D. Verify that utilities, traffic loop detectors, and other items requiring a cut and
installation beneath the asphalt surface have been completed and that asphalt
surface has been repaired flush with adjacent asphalt prior · to beginning
installation of imprinted asphalt.
3.02 SURFACE PREPARATION
A. General: Immediately before placing asphalt materials, remove loose and
deleterious material from substrate surfaces. Ensure that prepared subgrade is
ready to receive paving.
3.03 HOT-MIX ASPHALT PLACING AND COMPACTION
A. Place in compliance with TXDOT Specification 340 -2004 Edition.
3.04 COMPACTION
A. General: Begin compaction as soon as placed hot-mix paving will bear roller
weight without excessive displacement. Compact hot-mix paving with hot, hand
tampers or with vibratory-plate compactors in areas inaccessible to rollers.
1. Complete compaction before mix temperature cools to 185 deg F.
B. Breakdown Rolling: Complete breakdown or initial rolling immediately after
rolling joints and outside edge. Examine surface immediately after breakdown
rolling for indicated crown, grade, and smoothness. Correct laydown and rolling
operations to comply with requirements.
C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown
rolling while hot-mix asphalt is still hot enough to achieve specified density.
ASPHALT PAVING
Section 02741
Page4
Continue rolling until hot-mix asphalt course has been uniformly compacted to
the following density:
1. Average Density: 96 percent of reference laboratory density according to
ASTM D 6927, but not less than 94 percent nor greater than 100 percent.
3.05 INSTALLATION TOLERANCES
A. Pavement Thickness: Compact each course to produce the thickness indicated
within the following tolerances:
1. Base Course: Plus or minus 1/2 inch.
2. Surface Course: Plus 1/4 inch, no minus.
B. Pavement Surface Smoothness: Compact each course to produce a surface
smoothness within the following tolerances as determined by using a 10-foot
straightedge applied transversely or longitudinally to paved areas:
1. Base Course: 1/4 inch.
2. Surface Course: 1/8 inch.
3. Crowned Surfaces: Test with crowned template centered and at right
angle to crown. Maximum allowable variance from template is 1/4 inch.
3.06 PAVEMENT MARKING
A. Do not apply pavement-marking paint until layout, colors, and placement have
been verified with Architect.
B. Allow paving to age for 30 days before starting pavement marking~
C. Sweep and clean surface to eliminate loose material and dust.
D. Apply paint with mechanical equipment to produce pavement markings, of
dimensions indicated, with uniform, straight edges. Apply at manufacturer's
recommended rates to provide a minimum wet film thickness of 15 mils.
3.07 WHEEL STOPS
A. Install wheel stops in bed of adhesive as recommended by manufacturer.
B. Securely attach wheel stops to pavement with not less than two galvanized-steel
dowels embedded at one-quarter to one-third points. Securely install dowels into
pavement and bond to wheel stop. Recess head of dowel beneath top of wheel
stop.
ASPHALT PAVING
Section 02741
Page5
3.08 FIELD QUALITY CONTROL
A. Testing Agency: Owner will engage a qualified testing agency to perfonn tests
and inspections.
B. Thickness: In-place compacted thickness of hot-mix asphalt courses will be
determined according to ASTM D 3549.
C. Surface Smoothness: Finished surface of each hot-mix asphalt course will be
tested for compliance with smoothness tolerances;
D. In-Place Density: Testing agency will take samples of uncompacted paving
mixtures and compacted pavement according to AASHTO T 168.
l. Reference maximwn theoretical density will be determined by averaging
results from four samples of hot-mix asphalt-paving mixture delivered
daily to site, · prepared according to ASTM D 2041, and compacted
according to job-mix specifications.
2. hi-place density of compacted pavement will be detennined by testing
core samples according to ASTM D 1188 or ASTM D 2726.
a. One core sample will be taken for every 1000 sq. yd. or less of
installed pavement, with no fewer than 3 cores taken.
b. Field density of in-place compacted pavement may also be
determined by nuclear method according to ASTM D 2950 and
correlated with ASTM D 1188 or ASTM D 2726.
E. Replace and compact hot-mix asphalt where core tests were taken.
F. Remove and replace or install additional hot-mix asphalt where test results or
measurements indicate that it does not comply with specified requirements.
3.09 DISPOSAL
A. Except for material indicated to be recycled, remove excavated materials from
Project site and legally dispose of them in an EPA-approved landfill.
1. Do not allow milled materials to accwnulate on-site.
END OF SECTION
ASPHALT PAVING
Section 02741
Page6
SECTION 02751 -CEMENT CONCRETE PAVEMENT
PART 1 -GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
1.02 SUMMARY
A. Section Includes:
1. Driveways
2. Roadways
3. Parking lots
4. Curbs and gutters
5. Walks
6. Concrete mow strips
7. Concrete slabs for dugouts.
8. Concrete slabs for batting cages
9. Concrete slabs for maintenance shed
10. Walking trails
B. Related Sections:
1. Division 2 Section "Pavement Joint Sealants" for joint sealants in
expansion and contraction joints within concrete paving and in joints
between concrete paving and asphalt paving or adjacent construction.
1.03 DEFINITIONS
A. Cementitious Materials: Portland cement alone or in combination with one or
more of blended hydraulic cement, fly ash and other pozzolans, and ground
granulated blast-furnace slag.
1.04 SUBMITI ALS
A. Product Data: For each type of product indicated.
B. Concrete Mix Design
CEMENT CONCRETE PAVEMENT
Section 02751
Page I
1. Design Mixtures: For each concrete paving mixture. Include alternate
design mixtures when characteristics of materials, Pi;-oject conditions,
weather, test results, or other circumstances warrant adjustments.
1.05 QUALITY ASSURANCE
A. Ready-Mix-Concrete Manufacturer Qualifications: A firm experienced in
manufacturing ready-mixed concrete products and that complies with
ASTM C 94/C 94M requirements for production facilities and equipment.
1. Manufacturer certified according to NRMCA's "Certification of Ready
Mixed Concrete Production Facilities" (Quality Control Manual -
Section 3, "Plant Certification Checklist").
B.. ACI Publications: Comply with ACI 301 (ACI 301M) unless otherwise indicated.
PART 2 -PRODUCTS
2.01 FORMS
A. Form Materials: Plywood, metal, metal-framed plywood, or other approved
panel-type materials to provide full-depth, continuous, straight, and smooth
exposed surfaces.
1. Use flexible or uniformly curved forms for curves with a radius of 100
feet (30.5 m) or less.
B. Form-Release Agent: Commercially formulated form-release agent that will not
bond with, stain, or adversely affect concrete surfaces and that will not impair
subsequent treatments of concrete surfaces.
2.02 STEEL REINFORCEMENT
A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60; deformed.
B. Joint Dowel Bars: ASTM A 615/A 615M, Grade 60 plain-steel bars; zinc coated
(galvanized) after fabrication according to ASTM A 767 / A 767M, Class I coating.
Cut bars true to length with ends square and free of burrs.
C. Epoxy-Coated, Joint Dowel Bars: ASTM A 775/A 775M;
ASTM A 615/A 615M, Grade 60, plain-steel bars.
D. Tie Bars: ASTM A 615/A 615M, Grade 60, deformed.
CEMENT CONCRETE PAVEMENT
Section 02751
Page2
with
E. Hook Bolts: ASTM A 307, Grade A, internally and externally threaded. Design
hook-bolt joint assembly to hold coupling against paving form and in position
during concreting operations, and to permit removal without damage to concrete
or hook bolt.
F. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting,
and fastening reinforcing bars, welded wire reinforcement, and dowels in place.
Manufacture bar supports according to CRSI's "Manual of Standard Practice"
from steel wire, plastic, or precast concrete of greater compressive strength than
concrete specified, and as follows:
1. Equip wire bar supports with sand plates or horizontal runners where base
material will not support chair legs.
2. For epoxy-coated reinforcement, use epoxy-coated or other dielectric-
polymer-coated wire bar supports.
2 ;03 CONCRETE MATERIALS
A. Cementitious Material: Use the following cementitious materials, of same type,
brand, and source throughout Project:
1. Portland Cement: ASTM C 150, gray portland cement or Type 1/11.
a. Fly Ash: ASTM C 618, Class C.
B. Normal-Weight Aggregates: ASTM C 33, Class 4S, uniformly graded. Provide
aggregates from a single source.
1. Maximum Coarse-Aggregate Size: 1-1/2 inches nominal.
2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in
cement.
C. Water: Potable and complying with ASTM C 94/C 94M.
D. Air-Entraining Admixture: ASTM C 260.
E. Chemical Admixtures: Admixtures certified by manufacturer to be compatible
with other admixtures and to contain not more than 0.1 percent water-soluble
chloride ions by mass of cementitious material.
1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A.
2. Retarding Admixture: ASTM C 494/C 494M, Type B.
3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M,
Type 0.
4. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type F.
CEMENT CONCRETE PAVEMENT
Section 0275 l
Page3
5. High-Range, Water-Reducing and Retarding Admixture:
ASTM C 494/C 494M, Type G ..
6. Plasticizing and Retarding Admixture: ASTM C 1017 /C 1017M, Type II.
2.04 CURING MATERIALS
A. Evaporation Retarder: Waterborne, monomolecular, film forming, manufactured
for application to fresh concrete.
1. Products: Subject to compliance with requirements, provide one of the
following:
a. Axim Italcementi Group, Inc.; Caltexol CIMFILM.
b. BASF Construction Chemicals, LLC; Confilm.
c. ChemMasters; Spray-Film.
d. Conspec by Dayton Superior; Aquafilm.
e. Dayton Superior Corporation; Sure Film (J-74).
f. Edoco by Dayton Superior; BurkeFilm.
g. Euclid Chemical Company (The), an RPM company~ Eucobar.
h. Kaufman Products, Inc.; VaporAid.
1. Lambert Corporation; LAMBCO Skin.
J. L&M Construction Chemicals, Inc.; E-CON.
k. Meadows, W. R., Inc.; EV APRE.
1. Metalcrete Industries; Waterhold.
m. Nox-Crete Products Group; MONOFILM.
n. Sika Corporation, Inc.; SikaFilm.
o. SpecChem, LLC; Spec Film.
p. Symons by Dayton Superior; Finishing Aid.
q. TK Products, Division of Sierra Corporation; TK-2120 TRI-FILM.
r. Unitex; PRO-FILM.
s. Vexcon Chemicals Inc.; Certi-Vex EnvioAssist.
B. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309,
Type 1, Class B, dissipating.
1. Products: Subject to compliance with requirements, provide one of the
following:
a. Anti-Hydro International, Inc.; A-H Curing Compound
#2DR WB.
b. ChemMasters; Safe-Cure Clear.
c. Conspec by Dayton Superior.
d. Dayton Superior Corporation; Day-Chem Rez Cure (J-11-W).
e. Edoco by Dayton Superior.
f. Euclid Chemical Company (The), an RPM company;
KurezWVOX.
CEMENT CONCRETE PAVEMENT
Section 02751
Page4
g. Kaufman Products, Inc.; Thinfilm 420.
h. Lambert Corporation; AQUA KURE-:-CLEAR.
1. L&M Construction Chemicals, Inc.; L&M CURE R.
j. Meadows, W.R., Inc.; 1100-CLEAR SERIES.
k. Nox-Crete Products Group; Resin Cure E.
l. SpecChem, LLC; PaveCure Rez.
m. Symons by Dayton Superior; Resi-Chem Clear.
n. Tamms Industries, Inc., Euclid Chemical Company (The);
TAMMSCURE WB 30C.
o. . Vexcon Chemicals Inc.; Certi-Vex Enviocure 100.
C. White, Waterborne, Membrane-Forming Curing Compound: ASTM C 309,
Type 2, Class B, dissipating.
1. Products: Subject to compliance with requirements, provide one of the
following:
a. Anti-Hydro International, Inc.; A-H Curing Compound
#2WPWB.
b. ChemMasters; Safe-Cure 2000.
c. Conspec by Dayton Superior.
d. Dayton Superior Corporation; Day-Chem White Pigmented Cure
(J-10-W).
e. Edoco by Dayton Superior; Resin Emulsion Cure V.O.C.
(Type II).
f. Euclid Chemical Company (The), an RPM company; Kurez VOX
White Pigmented.
g. Kaufman Products, Inc.; Thinfilm 450.
h. Lambert Corporation; AQUA KURE -WHITE.
1. L&M Construction Chemicals, Inc.; L&M CURE R-2.
J. Meadows, W.R., Inc.; HOO-WHITE SERIES.
k. SpecChem, LLC; PaveCure Rez White.
I. Symons by Dayton Superior; Resi-Chem White.
m. Vexcon Chemicals Inc.; Certi-Vex Enviocure White 100.
2.05 RELATEDMATERIALS
A. 3/4" Redwood with Polyethylene bond breaker tape.
B. Expansion joint sealer -silicone type NR-201 AS.
CEMENT CONCRETE PAVEMENT
Section 02751
Page5
2.06 CONCRETE MIXTURES
A. Prepare design mixtures, proportioned according to ACI 301, for each type and
strength of normal-weight. concrete, and as determined by either laboratory trial
mixtures or field experience.
1. · Use a qualified independent testing agency for preparing and reporting
proposed concrete design mixtures for the trial batch method.
2. When automatic machine placement is used, determine design mixtures
and obtain laboratory test results that meet or exceed requirements.
B. Proportion mixtures to provide normal-weight concrete with the following
properties:
1. Compressive Strength (28 Days): 3500 psi (24.1 MPa).
2. Maximum Water-Cementitious Materials Ratio at Point of Placement:
0.45.
3. Slwnp Limit: 5 inches, plus or minus l inch.
C. Add air-entraining admixture at manufacturer's prescribed rate to result in normal-
weight concrete at point of placement having an air content as follows:
1. Air Content: 4-1/2 percent plus or minus 1.5 percent.
D . Cementitious Materials: Limit percentage by weight of cementitious materials
other than portland cement according to ACI 301 requirements.
2.07 CONCRETE MIXING
A . Ready-Mixed Concrete: Measure, batch, and mix concrete materials and concrete
according to ASTM C 94/C 94M.
l. When air temperature is between 85 and 90 deg F, reduce mixing and
delivery time from 1-1/2 hours to 75 minutes; when air temperature is
above 90 deg F, reduce mixing and delivery time to 60 minutes.
PART 3 -EXECUTION
3.01 EXAMINATION
A. Examine exposed subgrades and subbase surfaces for compliance with
requirements for dimensional, grading, and elevation tolerances.
CEMENT CONCRETE PAVEMENT
Section 02751
Page6
B. Proof-roll prepared subbase surface below concrete paving to identify soft pockets
and areas of excess yielding.
C. Proceed with installation only after unsatisfactory conditions have been corrected.
See Geotech Report by Mas-Tex for recommendation.
3.02 PREPARATION
A. Remove loose material from compacted subbase surface immediately before
placing concrete.
3.03 EDGE FORMS AND SCREED CONSTRUCTION
A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides to
required lines, grades, and elevations. Install forms to allow continuous progress
of work and so forms can remain in place at least 24 hours after concrete
placement.
B. Clean forms after each use and coat with form-release agent to ensure separation
from concrete without damage.
3.04 STEEL REINFORCEMENT
A. General: Comply with CRSl's "Manual of Standard Practice" for fabricating,
placing, and supporting reinforcement.
B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond-
reducing materials.
C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in
position during concrete placement. Maintain minimum cover to reinforcement.
3.05 JOINTS
A. General: Form construction, isolation, and contraction joints and tool edges true
to line, with faces perpendicular to surface plane of concrete. Construct
transverse joints at right angles to centerline unless otherwise indicated.
1. When joining existing paving, place transverse joints to align with
previously placed joints unless otherwise indicated.
2. Use smooth steel dowel No.5 -24 inch long 18" O.C.
B. Construction Joints: Set construction joints at side and end terminations of paving
and at locations where paving operations are stopped for more than one-half hour
unless paving terminates at isolation joints.
CEMENT CONCRETE PAVEMENT
Section 02751
Page7
1. Continue steel reinforcement across construction joints unless otherwise
indicated. Do not continue reinforcement through sides of paving strips
unless otherwise indicated.
2. . Provide tie bars at sides of paving strips where indicated.
3. Butt Joints: Use bonding agent at joint locations where fresh concrete is
placed against hardened or partially hardened concrete surfaces.
4. Keyed Joints: Provide preformed keyway-section forms or bulkhead
forms with keys unless otherwise indicated. Embed keys at least 1-1/2
inches into concrete.
5. Doweled Joints: Install dowel bars and support assemblies at joints where
indicated. Lubricate or coat with asphalt one-half of dowel length to
prevent concrete bonding to one side of joint.
C. Isolation Joints: Form isolation joints of preformed joint-filler strips abutting
concrete curbs, catch basins, manholes, inlets, structures, other fixed objects, and
where indicated.
1. Locate expansion joints at intervals of 36 feet unless otherwise indicated.
2. Redwood will be used as expansion material.
3. Extend joint fillers full width and depth of joint.
4. Place top of joint filler flush with finished concrete surface if joint sealant
is not indicated.
5. Furnish joint fillers in one-piece lengths. Where more than one length is
required, lace.
6. During concrete placement, protect top edge of joint filler with metal,
plastic, or other temporary preformed cap. Remove protective cap after
concrete has been placed on both sides of joint.
D. Contraction Joints: Form weakened-plane contraction joints, sectioning concrete
into areas as indicated. Construct contraction joints for a depth equal to at least
l Yz" of the concrete thickness, as follows:
l. Sawed Joints: Form contraction joints with power saws equipped with
shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch wide joints
into concrete when .cutting action will not tear, abrade, or otherwise
damage surface and before developing random contraction cracks.
a. Tolerance: Ensure that sawed joints are within 3 inches either way
from centers of dowels.
2. Doweled Contraction Joints: Install dowel bars and support assemblies at
joints where indicated. Lubricate or coat with asphalt one-half of dowel
length to prevent concrete bonding to one side of joint. Dowels are No. 5
smooth bars 24 inches long-18" O.C.
CEMENT CONCRETE PAVEMENT
Section 02751
Page8
E. Edging: After initial floating, tool edges of paving, gutters, curbs, and joints in
concrete with an edging tool to a 1/4-inch radius. Repeat tooling of edges after
applying surface finishes.
3.06 CONCRETE PLACEMENT
A. Before placing concrete, inspect and complete formwork installation, steel
reinforcement, and items to be embedded or cast-in.
B. · Remove snow, ice, or frost from subbase surface and steel reinforcement before
placing concrete. Do not place concrete on frozen surfaces.
C. Moisten subbase to provide a uniform dampened condition at time concrete is
placed. Do not place concrete around manholes or other structures until they are
at required finish elevation and alignment.
D. Comply with ACI 301 requirements for measuring, mixing, transporting, and
placing concrete.
E. Do not add water to concrete during delivery or at Project site. Do not add water
to fresh concrete after testing.
F. Deposit and spread concrete in a continuous operation between transverse joints.
Do not push or drag concrete into place or use vibrators to move concrete into
place.
G. Consolidate concrete according to ACI 301 by mechanical vibrating equipment
supplemented by hand spading, rodding, or tamping.
-l. Consolidate concrete along face of forms and adjacent to transverse joints
with an internal vibrator. Keep vibrator away from joint assemblies, or
side forms. Use only square-faced shovels for hand spreading and
consolidation. Consolidate with care to prevent dislocating reinforcement
dowels and joint devices .
H. Screed paving surface with a straightedge and strike off.
I. Commence initial floating using bull floats or darbies to impart an open-textured
and uniform surface plane before excess moisture or bleed water appears on the
surface. Do not further disturb concrete surfaces before beginning finishing
operations or spreading surface treatments.
J. Curbs and Gutters: Use design mixture for automatic machine placement.
Produce curbs and gutters to required cross section, lines, grades, finish, and
jointing.
CEMENT CONCRETE PAVEMENT
Section 02751
Page9
K. Slip-Form Paving: Use design mixture for automatic machine placement.
. Produce paving to required thickness, lines, grades, finish, and jointing.
1. Compact subbase and prepare subgrade of sufficient width to prevent
displacement of slip-form paving machine during operations. ·
L. Cold-Weather Placement: Protect concrete work from physical damage or
reduced strength that could be caused by frost, freezing, or low temperatures.
Comply with ACI 306.1 and the following:
1. When air temperature has fallen to or is expected to fall below 40 deg F,
uniformly heat water and aggregates before mixing to obtain a concrete
mixture temperature of not less than 50 deg F and not more than 80 deg F
at point of placement.
2. Do not use frozen materials or materials containing ice or snow.
3. Do not use calcium chloride, salt, or other materials containing antifreeze
agents or chemical accelerators unless otherwise specified and approved in
design mixtures.
M. Hot-Weather Placement: Comply with ACI 301 and as follows when hot-weather
conditions exist:
1. Cool ingredients before mixing to maintain concrete temperature below 90
deg F at time of placement. Chilled mixing water or chopped ice may be
used to control temperature, provided water equivalent of ice is calculated
in total amount of mixing water. Using liquid nitrogen to cool concrete is
Contractor's option.
2. Cover steel reinforcement with water-soaked burlap so steel temperature
will not exceed ambient air temper~ture immediately before embedding in
concrete.
3. Fog-spray forms, steel reinforcement, and subgrade just before placing
concrete. Keep subgrade moisture uniform without standing water, soft
spots, or dry areas.
3 .07 FLOAT FINISHING
A . General: Do not add water to concrete surfaces during finishing operations.
B. Float Finish: Begin the second floating operation when bleed-water sheen has
disappeared and . concrete surface has stiffened sufficiently to permit operations.
Float surface with power-driven floats or by hand floating if area is small or
inaccessible to power units. Finish surfaces to true planes. Cut down high spots
and fill low spots. Refloat surface immediately to uniform granular texture.
CEMENT CONCRETE PAVEMENT
Section 02751
Page 10
1. Burlap Finish: Drag a seamless strip of damp burlap across float-finished
concrete, perpendicular to line of traffic, to provide a uniform, gritty
texture.
2. Medium-to-Fine-Textured Broom Finish: Draw a soft-bristle broom
across float-finished concrete surface perpendicular to line of traffic to
provide a uniform, fine-line texture.
3. Medium-to-Coarse-Textured Broom Finish: Provide a coarse finish by
striating float-finished concrete surface 1/16 to 1/8 inch deep with a stiff-
bristled broom, perpendicular to line of traffic.
3.08 CONCRETE PROTECTION AND CURING
A. General: Protect freshly placed concrete from premature drying and excessive
cold or hot temperatures.
8. Comply with ACI 306.1 for cold-weather protection.
C. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry,
or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and
during finishing operations. Apply according to manufacturer's written
instructions after placing, screeding, and bull floating or darbying concrete but
before float finishing.
D. Begin curing after finishing concrete but not before free water has disappeared
from concrete surface.
E. Curing Methods: Cure concrete by curing compound as follows:
-1. Moisture Curing: Keep surfaces continuously moist for not less than
seven days with the following materials:
a. Water.
b. Continuous water-fog spray.
c. Absorptive cover, water saturated and kept continuously wet.
Cover concrete surfaces and edges with 12-inch lap over adjacent
absorptive covers.
2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with
moisture-retaining cover, placed in widest practicable width, with sides
and ends lapped at least 12 inches and sealed by waterproof tape or
adhesive. Immediately repair any holes or tears occurring during
installation or curing period using cover material and waterproof tape.
3. Curing Compound: Apply uniformly in continuous operation by power
spray or roller according to manufacturer's written instructions. Recoat
areas that have been subjected to heavy rainfall within three hours after
initial application. Maintain continuity of coating, and repair damage
during curing period.
CEMENT CONCRETE PAVEMENT
Section 02751
Page 11
3.09 PAVING TOLERANCES
A. Comply with tolerances in ACI 117 and as follows:
1. Elevation: 3/4 inch.
2. Thickness: Plus 3/8 inch, minus 1/4 inch.
3. Surface: Gap below 10-foot-long, unleveled straightedge not to exceed
1/2 inch.
4 . Alignment of Tie-Bar End Relative to Line Perpendicular to Paving Edge:
1/2 inch per 12 inches of tie bar.
5. Lateral Alignment and Spacing of Dowels: 1 inch.
6. Vertical Alignment of Dowels: 1/4 inch.
7. Alignment of Dowel-Bar End Relative to Line Perpendicular to Paving
Edge: 1/4 inch per 12 inches of dowel.
8. Joint Spacing: 3 inches.
9.· Contraction Joint Depth: Plus 1/4 inch, no minus.
10. Joint Width: Plus 1/8 inch, no minus.
3.10 PAVEMENT MARKING
A . Do not apply pavement-marking paint until layout, colors, and placement have
been verified with Architect.
B. Allow concrete paving to cure for a minimum of 28 days and be dry before
starting pavement marking.
C. Sweep and clean surface to eliminate loose material and dust.
D. Apply paint with mechanical equipment to produce markings of dimensions
indicated with uniform, straight edges. Apply at manufacturer's recommended
rates to provide a minimum wet film thickness of 15 mils.
1. Apply graphic symbols and lettering with paint-resistant, die-cut stencils,
firmly secured to concrete surface. Mask an extended area beyond edges
of each stencil to prevent paint application beyond stencil. Apply paint so
that it cannot run beneath stencil.
2. Broadcast glass beads uniformly into wet markings at a rate of 6 lb/gal..
3.11 FIELD QUALITY CONTROL
A. Testing Agency: Owner will engage a qualified testing agency to perform tests
and inspections.
CEMENTCONCRETEPAVEMENT
Section 02751
Page 12
B. Testing Services: Testing of composite samples of fresh concrete obtained
according to ASTM C 172 shall be performed according to the following
requirements:
1. Testing Frequency: Obtain at least one composite sample for each 5000
sq. ft. or fraction thereof of each concrete mixture placed each day.
a. When frequency of testing will provide fewer than five
compressive-strength tests for each concrete mixture, testing shall
be conducted from at least five randomly selected batches or from
each batch if fewer than five are used.
2. Slump: ASTM C 143/C 143M; one test at point of placement for each
composite sample, but not less than one test for each day's pour of each
concrete mixture. Perform additional tests when concrete consistency
appears to change.
3. Air Content: ASTM C 231, pressure method; one test for each composite
sample, but not less than one test for each day's pour of each concrete
mixture.
4. Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air
temperature is 40 deg F and below and when it is 80 deg F and above, and
one test for each composite sample.
5. Compression Test Specimens: ASTM C 31/C 31M; cast and laboratory
cure one set of three standard cylinder specimens for each composite
sample.
6. Compressive-Strength Tests: ASTM C 39/C 39M; test one specimen at
seven days and two specimens at 28 days.
a. A compressive-strength test shall be the average compressive
strength from two specimens obtained from same composite
sample and tested at 28 days.
C. Strength of each concrete mixture will be satisfactory if average of any three
consecutive compressive-strength tests equals or exceeds specified compressive
strength and no compressive-strength test value falls below specified compressive
strength by more than 500 psi.
D. Test results shall be reported in writing to Architect, concrete manufacturer, and
Contractor within 48 hours of testing. Reports of compressive-strength tests shall
contain Project identification name and number, date of concrete placement, name
of concrete testing and inspecting agency, location of concrete batch in Work,
design compressive strength at 28 days, concrete mixture proportions and
materials, compressive breaking strength, and type of break for both 7-and 28-
day tests.
E. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive
device may be permitted by Architect but will not be used as sole basis for
approval or rejection of concrete.
CEMENT CONCRETE PAVEMENT
Section 02751
Page 13
F. Additional Tests: Testing and inspecting agency shall make additional tests of
concrete when test results indicate that slump, air entrainment, compressive
strengths, or other requirements have not been met, as directed by Architect.
G. Concrete paving will be considered defective if it does not pass tests and
inspections.
H.. Additional testing and inspecting, at Contractor's . expense, will be performed to
determine compliance of replaced or additional work with specified requirements.
I. Prepare test and inspection reports.
3.12 REPAIRSANDPROTECTION
A. Remove and replace concrete paving that is broken, damaged, or defective or that
does not comply with requirements in this Section. Remove work in complete
sections from joint to joint unless otherwise approved by Architect.
B. Drill test cores, where directed by Architect, when necessary to determine
magnitude of cracks or defective areas. Fill drilled core holes in satisfactory
pavmg areas with portland cement concrete bonded to paving with epoxy
adhesive.
C. Protect concrete paving from damage. Exclude traffic from paving for at least 14
days after placement. When construction traffic is permitted, maintain paving as
clean as possible by removing surface stains and spillage of materials as they
occur.
D. Maintain concrete paving free of stains, discoloration, dirt, and other foreign
material. Sweep paving not more than two days before date scheduled for
Substantial Completion inspections.
END OF SECTION
CEMENT CONCRETE PAVEMENT
Section 02751
Page 14
SECTION 02810 -LANDSCAPE IRRIGATION SYSTEM
PART 1 -GENERAL
1.01 GENERAL
A. Drawings, Standard General Conditions of Contract, Special Conditions and
Division-I specification sections, apply to work of this section.
1.02 DESCRIPTION
A. Landscape irrigation system components and installation procedures.
1.03 LICENSED IRRIGATOR
A. Installation of the irrigation system shall be under the supervision of a licensed
irrigator in the State of Texas.
1.04 STANDARDS
A. ASTM 01785 (ANSI B72.7): Standard Specification for Poly (Vinyl Chloride)
(PVC) Plastic Pipe, Schedules 40, 80, and 120.
B. ASTM 02241 (ANSI B72.2): Standard Specification for Poly (Vinyl Chloride)
(PVC) Plastic Pipe (SDR-PR) ..
C. ASTM 02466: Standard Specification for Poly (Vinyl Chloride (PVC) Plastic
Pipe Fittings, Schedule 40.
D. ASTM D2564 (ANSI B72.16): Standard Specification for Solvent Cements for
Poly (Vinyl Chloride) (PVC) Pipe and Fittings.
E. ASTM D2855 (ANSI K65.55): Standard Recommended Practice for Making
Solvent-Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings.
1.05 EQUAL MATERIALS
A. It is not the intent of these specifications to limit materials to the product of any
particular manufacturer. Where definite materials, equipment and/or fixtures
have been specified, it has been done to set a definite standard and a reference for
comparison as to quality, application, physical conformity, and other
characteristics. It is not the intention of the Owner or the Consultant to
discriminate against or prevent any dealer, jobber or manufacturer from
furnishing materials, equipment, and/or fixtures, which meet or exceed the
LANDSCAPE IRRIGATION SYSTEM
Section 02810
Page 1
characteristics of the specified items. Substitution of materials shall not be made
without prior written approval from the Owner and the Consultant. Refer to
SECTION 01630-Product Options, Equal Material and Substitutions.
B. Design criteria and water pressure must be carefully considered when selecting
equipment. Only equipment that performs as specified will be considered.
1.06 LOCATION OF AND DAMAGE TO EXISTING UTILITIES
A. The Contractor is responsible for locating underground obstacles. Exercise
caution to prevent damage to existing facilities during the progress of the work,
taking care to locate same, where possible, in advance of the actual work. The
Owner's representative will render all assistance possible to the Contractor in
determining· the location of existing utilities by making available such maps,
records and other information as may be accessible to him, when requested to do
so, but the accuracy of such information will not be guaranteed. The Contractor
shall be responsible for repairs resulting from damage to existing utilities
resulting from his operations. Should the Contractor, in the layout of work,
encounter any pipe, underground utility, or structure, the location of which has
not been furnished to him by the Owner, he shall bring such conditions to the
attention of the Owner's representative for his determination of the method to be
used to remove or bypass such obstructions.
1.07 WATER SUPPLY
A. Make connections to the existing water line at the location shown on the plans.
1.08 WORKMANSHIP
A. Install equipment in accordance with the recommendations of the manufacturer
and the best standard practice for this type of work. Care must be taken to keep
the inside of the pipes clean and free of dirt, rock, cutting, etc. Flush all systems
clean prior to installing sprinkler heads.
1.09 CODES AND PERMITS
A. Install all work according to applicable codes and ordinances of the City and the
National Electrical Code. Obtain and pay for all required permits.
1.10 WEATHER PROTECTION
A. Protect and maintain all work, materials and fixtures from weather damage. All
new work likely to be damaged shall be covered or otherwise protected.
LANDSCAPE IRRIGATION SYSTEM
Section 028 l 0
Page2
1.11 SITE CONDITIONS
A. Before ordering materials or beginning work, verify dimensions of existing and
new work. Any differences found shall be submitted to the Owner's
representative for consideration before proceeding with work. No extra
compensation will be allowed because of differences between actual dimensions
and measurements indicated on the plans. Plans are diagrammatic and
approximate.
1.12 PROTECTION AND SAFETY
A. Send proper notices, make all necessary arrangements and perform other services
required for the care, protection and maintenance of public utilities, and services,
including fire plugs, telephone and telegraph poles and wires, and all other items
of this nature on or about the site, assuming all responsibility and paying all costs
for which the Owner may be liable.
B. Construct and maintain necessary temporary drainage and provide pumping, as
required, to keep excavations free of water.
C. Provide all shoring, bracing and sheeting as required by OSHA Regulations and
for the proper execution of the work. All shoring, bracing and sheeting shall be
removed from the site when the work is completed.
D. Fires are not permitted.
E. All work shall be performed in accordance with the national "Occupational Safety
and Health Standards" (OSHA).
1.13 SUBMITT ALS
A. Using hard cover 3 ring notebooks, provide not less than three (3) copies of
complete brochures describing equipment and materials, including names of
manufacturer's catalog numbers, trade names, instructions for setting, connecting
and operation, technical data and any special information requested. Unless
resubmission is required, two will be retained and one returned after being
reviewed. If resubmission is required, one corrected copy and one original copy
will be returned after being reviewed. If resubmission is required, one corrected
copy and one original copy will be returned and one will be retained. One
approved copy shall be in the file of the Contractor's representative at the project
site.
LANDSCAPE IRRIGATION SYSTEM
Section 02810
Page3
1.14 RECORD PRINTS
A. Provide and keep a complete up-to-date a Record Set of blue-line prints which
shall be corrected daily and show every change from the original plans and
specifications and the exact locations, sizes and kinds of equipment. Prints for
this purpose may be obtained from the Owner's representative at cost. This set of
drawings shall be kept on the site and shall be used only as a record set.
B. These drawings shall also serve as work progress sheets and shall be the basis for
measurement and payment for work completed~ Make neat and legible
annotations thereon daily as the work proceeds, showing the work as actually
installed. These plans shall be available at all times for inspection and shall be
kept in a location designated by the Consultant.
C. Before the date of the final inspection, transfer all information from the record
prints to a sepia mylar, provided by the Consultant. All work shall be neat, in ink,
and subject to the approval 'ofthe Consultant.
D. Dimension from two (2) permanent points of reference, building comers,
sidewalks, or road intersections, etc., the location of the following items:
1. Connection to existing water lines.
2. Connection to existing electrical power.
3. Gate valves.
4. Routing of irrigation pressure lines (dimension maximum 100' along
routing).
5. Remote control valves.
6. Routing of control tubing.
7. Quick coupling valves. _
8. Manual drain valves ..
9. Routing of irrigation lateral lines (with a change of two (2) feet each way).
10. Other related equipment as directed by the Owner's representative.
E. Prior to the date of the final inspection, the contractor shall deliver the corrected
and completed sepias to the Consultant for approval. Delivery of the mylars will
not relieve the responsibility of furnishing required information that may be
omitted from the prints.
1.15 CONTROLLERCHARTS
A. The Consultant shall approve the record prints before the controller charts are
prepared.
B. Provide one controller chart for each automatic controller.
LANDSCAPE IRRIGATION SYSTEM
Section 02810
Page4
C. The chart shall show the area controlled by the automatic controller and shall be
the maximum size, which the controller door will allow.
D. The chart is to be a reduced plan of the actual approved in-place system.
E. The chart shall be a photo-static copy of blue-line ozalid print and a different
color shall be used to indicate the area of coverage for each station.
F. When completed and approved, the chart shall be hermetically sealed between
two pieces of plastic, each piece being a minimum of 20 mils.
G. These charts shall be completed and approved by the Consultant prior to final
inspection of the irrigation system.
1.16 IRRIGATION CONTRACTOR'S RESPONSIBILITY
A. Prior to submittal of the bid, the Contractor shall acquaint himself with all matters
and conditions concerning the site and existing conditions.
B. Coordinate work with the other trades so that all phases of the work may be
properly coordinated without delays or damage to any parts of the work.
C. The Contractor shall be responsible for all sleeves and chases under paving,
through walls, etc., unless otherwise noted on plans.
D. Irrigation sleeves to be installed under pavement areas, whether indicated on plan
or not.
f.17 CHANGES IN THE WORK
A. Minor changes, such as head location and controller location adjustments, which
do not involve extra cost and are consistent with the purpose of the work may be
ordered by the Owner's representative and no claim for an addition to the contract
sum or time schedule will be considered.
1.18 FINAL INSPECTION
A. A qualified person duly authorized in writing to represent the Irrigation
Contractor shall be present at the final inspection to demonstrate the systems and
prove the performance of the equipment. Prior to this inspection, all work under
this division shall have been completed, tested, balanced and adjusted and in final
operating condition.
LANDSCAPE IRRIGATION SYSTEM
Section 02810
Page5
1.19 GUARANTEE
A. Guarantee the satisfactory operation of the entire system, to the extent possible
under the scope of the work included in this contract. The entire system shall be
guaranteed to be complete and work properly for a period of one year from date
of final acceptance. Repair any defects or replace any defective parts found or
occurring within that year, free of expense to the Owner.
B. Include a copy of the guarantee form in the Operation and Maintenance Manual.
1.20 MISCELLANEOUS SERVICES OF IRRIGATION CONfRACTOR
A. Train at least two (2) of the Owner's employees in the operation and maintenance
of the system. This shall include the operation of the controllers and valves, how
to most effectively use the system, and maintenance on all equipment including
the removal and replacement of valve and controller components.
B. Provide two (2) quick coupling valve keys and two (2) sets of automatic
controller keys for each controller. This equipment shall be turned over to the
Owner upon final acceptance of the work by the Owner.
C. Provide a watering program to the Owner showing the scheduling or sequencing
of the valves, including which valves may be run simultaneously, and a desirable
timing program for each controller. The controllers shall be scheduled to prevent
an excessive amount of head · loss in the system. The program shall include
suggested operating time for new planting and established growth.
D. Operation and Maintenance Manuals -. Prepare and deliver to the Consultant,
within ten calendar days prior to completion of construction, two hard cover, three
ring binders containing the following information:
1. Index sheet stating Contractor's address and telephone number, list of
equipment with name and addresses oflocal manufacturer's representative.
2. Catalog and parts sheets on each product and equipment type installed
under this contract.
3. Guarantee statement.
4. Complete operating and maintenance instruction on all major equipment.
1.21 SITE OR FIELD VISITS BY THE CONSUL TANT
A. The Consultant will visit the site once to examine materials for type, size and
character specified. The Consultant will also visit the site once to examine the
installation and operation of the system.
LANDSCAPE IRRIGATION SYSTEM
Section 02810
Page6
B. Should additional trips be required due to rejection of materials or improper or
inadequate completion of the work, the costs of additional trips will be paid for by
the Contractor. Such costs will include the Consultant's time, travel and other
miscellaneous related expenses.
PART 2 -MATERIALS
2.01 GENERAL
A. All materials and accessories shall be of new and unused material. Any section of
pipe found to be defective before or after installation shall be replaced with new
pipe. All new irrigation equipment shall be essentially the standard product of the
manufacturer. All new equipment furnished shall have in-service performance
records sufficient to verify published capabilities.
2.02 PIPE AND FITIINGS
A. PVC Pressure Main Line and Fittings:
1. Pressure main line piping shall be Schedule 40 PVC. Main line piping
less than three (3) inches in diameter shall have solvent welded joints.
Main line piping greater than three (3) inches in diameter shall be JM
Ring-Tite gasketed bell joint pipe, or approved equal.
2. Pipe shall be made from NSF approved Type I, Grade I PVC compound
conforming to ASTM resin specification Dl 785. All pipes must meet the
requirements of Federal Specification S-21-70.
3. PVC solvent-weld fittings shall be Schedule 40, 1-2; 11-1 NSF approved
conforming the ASTM test procedure D2466.
4. Solvent cement and primer for PVC solvent-weld pipe and fittings shall be
of type and installation methods prescribed by the manufacturer.
5. All PVC pipe must bear the following markings:
a. Manufacturer's name.
b. Nominal pipe size.
c. Schedule or class.
d. Pressure rating in PSI.
e. NSF (National Sanitation Foundation) approval.
f. Date of extrusion.
6. All fittings shall bear the manufacturer's name of trademark, material
designation, size applicable IPS schedule and NSF seal of approval.
B. PVC Non-Pressure Lateral Line Piping:
LANDSCAPE IRRIGATION SYSTEM
Section 02810
Page7
I. Non-Pressure buried lateral line piping 3/4" in diameter and above shall be
Schedule 40 PVC with solvent-weldjoints. Laterals 1/2" in _ diameter shall
be Schedule 40 PVC with solvent-weld joints.
2. Pipe shall be made from NSF approved, Type I, Grade I PVC compound
conforming to ASTM resin specification D1785. All pipes must meet the
requirements of Federal Specification PS-21-70 with an appropriate
standard dimension ratio.
3. Except as noted in paragraphs above, pipe and fittings for PVC non-
pressure lateral line piping will be the same as for solvent-weld pressure
main line pipe and fittings as set forth in "PVC Pressure Main Line Pipe
and Fittings" above.
2.03 AUTOMATIC CONTROLLERS
A. Automatic controller shall be of type and size shown on the plans.
B . The Owner's Representative shall approve the final location of · automatic
controller prior to installation.
C. The 120 volt electrical power hook up for the automatic controller shall be
provided by the Contractor. The cost for such electrical hook up shall be
considered as included in the bid cost for irrigation installation.
D. Controller shall be housed in a metal locking weatherproof cabinet as indicated on
plans.
2.04 GATE VALVES
A. Gate valves shall have bell or spigot ends, flanges or screw joints as required for
the piping in which they are installed. All gate valves shall be manufactured of
brass conforming to the A WW A Standard C-500, or to Federal Specification
WW-V-58, Class B. Gate Valves shall be designed for a minimum water working
pressure of 120-psi. Gate valves shall have a clear waterway equal to the full
nominal diameter of the valve and shall be opened by turning counterclockwise.
2.05 REMOTE CONTROL VALVES
A. The remote control valves shall be of the type shown on the drawings, and shall
be electrically operated, normally closed diaphragm type valves. Valves shall be
slow opening and closing. Valves shall have a manual flow control and manual
bleed plug.
LANDSCAPE IRRIGATION SYSTEM
Section 02810
Page8
2.06 QUICK COUPLING VALVES
A. All quick coupling valves shall be a one piece, 1 inch in size, single lug brass or
bronze unit with a self-closing locking metal cover or as noted on plans. Valves
shall be guaranteed to withstand 125-psi pressure without leaking.
2.07 BACKFLOW PREVENTER
A. The backflow prevention device shall be of the type and size shown on the
Drawings. The backflow preventer will be installed at location(s) shown on the
drawings. Install backflow preventer in accordance with local codes and
ordinances.
2.08 REMOTE CONTROL WIRE
A. Connections between the automatic controllers and the remote control valves shall
be made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be
different color wire for each automatic controller. Common wires shall be white
with a different color stripe for each controller. Install in accordance with
automatic controller manufacturer's specifications and wire chart. In no case shall
wire size be less than AWG #14 U.F.
B. All wire shall be installed according to local electrical codes and must bear UL
approved (Type UF) for direct underground burial.
2.09 CONTROL WIRE SPLICES
A. Control wire splices shall be made with 3M-OBY wire connectors and sealant, or
an approved equal. Connectors shall be of the proper size to match the wire.
Only make wire splices in valve boxes or junction boxes approved by the Owner's
representative.
2.10 VAL VE BOXES
A. Valve boxes for remote control valves and isolation valves shall be of type and
size as shown in details.
2.11 ROTARYPOP-UPHEADS
A. Provide rotary pop-up heads as indicated on the drawings. Rotary pop-up heads
shall be installed in a cyclolac case. Heads shall pop-up until the nozzle is a
minimum of 2" above ground level. All internal parts shall be removable from
above ground. See the equipment schedule on the plans for the performance data.
LANDSCAPE IRRIGATION SYSTEM
Section 02810
Page9
2.12 SPRAY POP-UP HEADS
A. Pop-up spray heads shall be the type as shown on plans with a 1/2" female inlet.
The nozzle shall have the angle of trajectory specified on the equipment schedule,
and a screw adjustment for regulating the spray radius. See the Equipment
Schedule on the plans for the performance data.
2.13 SWING JOINT NIPPLES
A. All swing joint nipples shall be made of polyvinyl chloride, Schedule 40, threaded
pipe. Fittings at swing joints shall be schedule 40 PVC threaded elbows.
PART 3 -INSTALLATION
3 .01 GENERAL
A.
B.
C.
3 .02
A.
B.
Provide a complete and properly functioning automatic irrigation system as
indicated herein and on the Drawings.
Unless otherwise specified or shown on the plans, the construction of irrigation
lines shall include excavation and backfill, the furnishing, installing and testing or
irrigation pipe and fittings, and electrical conductors and all other work in
accordance with the plans and specifications. The irrigation system installation
shall be coordinated with other construction activities.
All valves and other irrigation equipment shall be located in planting areas, unless
otherwise noted on the Drawings.
PIPE AND FITTINGS
PVC pipe, couplings and fittings shall be handled and installed in accordance with
the manufacturer's recommendations. Each pipe length shall be properly spaced
in jointing to allow for expansion and contraction. Piping will be snaked in trench
as shown in the trenching details. If necessary, stakes are to be used to make pipe
snake in trench. All stakes are to be removed, as the trench is backfilled.
All laterals shall be installed with 12" minimum coverage over pipes at finish
grade and all main lines with at least 18" minimum coverage. All lines shall have
a minimum clearance of 6" from each other and from lines of other trades. Pipe
shall lie on a minimum 2" sand sub-base. Parallel lines shall not be installed
directly over one another.
LANDSCAPE IRRIGATION SYSTEM
Section 02810
Page 10
C. Install concrete thrust blocks as indicated on the details in the drawings. Blocking
shall be a minimum of 1.5 C.F. each. Set concrete blocking against undisturbed
earth.
o; The interior of the pipe shall be thoroughly cleaned of all foreign matter before
being lowered into the trench, and shall be kept clean during laying operations by
means of lugs or other approved methods. The pipe shall not be laid in water, or
when trench or weather conditions are unsuitable for the work. Water shall be
kept out of the trench until the joints are completed. When work is not in
progress, open ends of pipe and fittings shall be securely closed so that no trench
water, earth or other substance will enter the pipes or fittings. Any pipe that has
the grade or joint disturbed after being installed shall be taken up and relayed.
Fittings at bends in the pipe, and at the end of lines shall be firmly wedged against
the vertical face of the trench by means of concrete thrust blocks.
E. Joints in all screwed fittings shall be made by applying teflon tape on male
threads. Use of pipe joint compound -or similar substance is prohibited.
F. After installation, the lines will be flushed until they are free of rocks, dirt, debris,
etc., before the heads are installed.
G. Pipes and/or sleeves placed underground and not immediately connected to other
pipes shall be capped or plugged to prevent water and dirt from entering the pipe.
Sleeves for wires shall be capped or sealed with mastic tape after wires have been
installed.
3.03 AUTOMATIC CONTROLLERS
A-;-Controllers shall be installed at locations shown on the plans or as directed by the
Owner or Owner's representative. Controllers shall be installed as shown in the
details on the plans.
B. All electrical wiring and connections shall be installed according to the local City
and National Electrical Code.
3.04 GATE AND REMOTE CONTROL VALVES
A. Install all new valves as indicated on the plans or as may be required for the
proper control of the piping systems in which they are incorporated. Valves shall
be set vertically. Valves shall be set as shown on the drawings and as approved
by the Owner's representative.
B. Control valves shall be adjusted to give the correct pressure at the spray head.
LANDSCAPE IRRIGATION SYSTEM
Section 02810
Page 11
C. Teflon tape, is to be used on all male threads when installing valves.
D. All valve boxes are to be left in a clean condition, providing ready access to
valves.
3.05 QUICK COUPLING VALVES
A. Quick coupling valves shall be installed in a vertical position as shown in the
details and at locations shown on the plans.
3.06 BACKFLOWPREVENTER
A. Backflow preventer shall be installed as shown on drawings and in accordance
with local codes and ordinances.
3.07 REMOTE CONTROL WIRE
A. Connections between the automatic controllers and the remote control valves shall
be made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be
different color wire for each automatic controller. Common wires shall be white
with a different color stripe for each controller. Install in accordance with valve
manufacturer's specifications and wire chart. In no case shall wire size be less
than AWG #14 U.F.
B. All wire shall be installed according to local electrical codes and must be
insulated with PVC and bear UL approved (Type UF) for direct underground
burial.
3.08 CONTROL WIRE SPLICES
A. Control wire splices shall be made with 3M-OBY wire connectors and sealant, or
an approved equal. Connectors shall be of the proper size to match the wire.
B. No control wire splices will be permitted between remote control valve boxes and
controllers.
3.09 VAL VE BOXES
A. Valve boxes shall be installed in an accessible place as shown on plans. All valve
box covers, valve boxes, etc. shall be placed so the edges are parallel or
perpendicular to adjacent hard edges or edge of field. Top of all boxes shall be 1"
above finished grade. Top surface of boxes shall be installed so that a smooth
LANDSCAPE IRRIGATION SYSTEM
Section 02810
Page 12
surface is created in relation to existing grade. Boxes shall be a minimum of 7' -
O" from edge of field.
3.10 IRRIGATION HEADS
A. Irrigation heads shall be installed in plumb position at intervals not to exceed
those shown and in the approximate location and configuration shown on the
plans. Head swing joints, risers and flexible connectors shall be as shown on the
details. All nipples shall be the minimum length required to allow irrigation head
adjustment motion without including load on the supply pipe. Irrigation heads
shall be installed as detailed on the plans.
3.11 TRENCH EXCAVATION AND BACKFILL
A. The Contractor shall perform all excavation to the depth indicated in these
specifications and plans. All excavated material not required for fill or backfill
shall be removed from the site. The banks of trenches shall be kept as nearly
vertical as practicable. Trenches shall be wide enough to p~rmit proper placing of
pipe. Where rock excavation is required, or where stones are encountered in the
bottom of the trench, the rock or stones shall be removed to a depth of four (4)
inches minimwn below the trench depth indicated. The over-depth rock
excavation and all excess trench excavation shall be backfilled with loose, moist
earth or sand, thoroughly compacted. Whenever soil, which is wet or otherwise
incapable of supporting the pipe is encountered in the trench bottom, such soil
shall be removed to a depth and length required and the trench backfilled to trench
bottom grade as hereinafter specified, with coarse sand, fine gravel or other
suitable material.
B. Bottom of trench grade shall be continued past ground surface deviations to avoid
air pockets and low collection points in line. The minimum cover specifications
shall govern regardless of variations in ground surface profile and occasional
deeper excavation required at banks and other field conditions. Excavation shall
be such that a uniform trench grade variation will occur in all cases where
variations are necessary. In no case shall the angle of deflection from one pipe
length to another exceed 5 degrees.
C. Trench excavation shall consist of the satisfactory removal and disposition of all
materials, and shall include all shoring and sheeting required by state and local
regulations to protect the excavation and to safeguard employees.
D. During excavation, materials suitable for backfilling shall be stockpiled in an
orderly manner a sufficient distance back from edge of trenches to avoid
overloading and prevent slides or cave-ins. No excavated materials shall be
placed within or permitted to fall upon roadways.
LANDSCAPE IRRIGATION SYSTEM
Section 02810
Page 13
E. The trenches shall be carefully backfilled with the excavated materials approved
for backfilling, consisting or earth, loam, sandy clay, sand, or other approved
materials, free from large clods of earth or stone. Rock, broken concrete or
pavements and large boulders shall not be used as backfill material. The backfill
shall be thoroughly compacted and evened off with the adjacent soil level. · Any
materials not suitable for backfill shall be removed from the site and disposed of.
F. Select fill dirt or sand shall be used if soil conditions are rocky. In rocky areas the
trenching depth shall be four inches below normal trench depths to allow for this
bedding. The fill or dirt or sand shall be used in filling four inches above the pipe
or wires. The remainder of the backfill shall contain no lumps or rocks larger
than one inch. The top six inches of backfill shall be free of rocks, subsoil or
trash.
G . Backfill shall be placed in layers; the thickness of the layers shall depend on the
nature of the material and the method of compaction used. Compaction shall be
accomplished in such a manner as to assure that there will be no future
subsidence.
H. Any trenches improperly backfilled, or where settlement occurs, shall be reopened
to the depth required for compaction, then filled and compacted with the surface
restored to the required grade and left in a completed surface condition as
described above.
I. All excavation and backfill shall be unclassified and covered in the base bid. No
additional charges will be allowed for rock encountered.
3.12 LEAK TEST
A. When the main line or sections of the main line, laterals, swing joints and valves
have been installed, the system ( or section) will be thoroughly flushed. The
system ( or section) will then be pressurized for 8 hours at the operating pressure.
B. All lateral lines, from the control valve to the spray head, shall be tested, for an
operating period of 8 hours by capping the pipe at the sprinkler head and
pressurizing the pipe.
C. Any leakage found will be repaired and retested for another 8-hour period prior to
backfilling.
3.13 CLEANING AND FLUSHING SYSTEM
A. After pipe, fittings, and valves have been installed and connections made to the
water source, flush pipes several times until free of all rocks, dirt, trash, pipe
LANDSCAPE IRRIGATION SYSTEM
Section 02810
Page 14
shavings or debris before installing heads. After the pipe has been thoroughly
flushed, start installing the heads with the water running, beginning with the one . .
nearest the valve and working toward the ends of the laterals forcing the water
and any debris left in the pipe out the last head connection. After the heads have
been installed the system is to be operated several times before final inspection.
The heads shall also be cleaned or replaced if necessary before final inspection.
3.14 PLANf MATERIALS
A. Where it is necessary to excavate adjacent to plant materials, the Contractor shall
use all possible care to avoid injury to plants and plant roots . Excavation in areas
where two (2) inch and larger roots occur shall be done by hand. All roots two (2)
inches and larger in diameter, except directly in the path of pipe or conduit, shall
be tunneled under and shall be heavily wrapped with burlap to prevent scarring or
excessive drying. Where a trencher is run close to plants having roots smaller
than two (2) inches in diameter, the wall of the trench adjacent to the tree shall be
hand trimmed, making clean cuts through. Roots one (1) inch and larger in
diameter shall be painted with two coats of Tree Seal, or equal. Trenches adjacent
to plant should be closed within twenty-four (24) hours; and where this is not
possible, the side of the trench adjacent to the plant shall be kept shaded with
burlap or canvas. No trenching shall occur within 8' of existing trees if heads
occur closer than 8' to an existing tree, the lateral trench shall be cut radial to the
trunk.
3.15 TEMPORARY REPAIRS
A. The Owner reserves the right to make temporary repairs as necessary to keep the
irrigation system equipment in operating condition. The exercise of this right by
the Owner shall not relieve the Contractor of his responsibilities under the tenns
of the guarantee as herein specified.
3.16 CLEANUP
A. Make final cleanup of all parts of the work before final acceptance. This cleanup
shall include removal of all construction materials and equipment, and in general
leaving the site in an orderly and finished appearance.
B. The Contractor shall also remove from the site any rock or extra soil resulting
from this contract and he shall restore the site to its original condition or better.
END OF SECTION
LANDSCAPE IRRIGATION SYSTEM
Section 02810
Page 15
SECTION 02820-GALVANIZED CHAIN LINK FENCE
PART 1 -GENERAL
1.01 SECTION INCLUDES
A. Galvanized coated chain link fencing and accessories for sports field and security
use.
1.02 GATES AND RELATED SECTIONS .
A. Section 02741 Asphalt Paving
B. Section 03301 Miscellaneous Cast-In-Place Concrete
1.03 SUBMITTALS
A. Shop drawings: Layout of fences and gates with dimensions, details, and finishes
of components, accessories, and post foundations.
B. Product data: Manufacturer's catalog cuts indicating material compliance and
specified options.
1.04 SPECIAL WARRANTY
A. Provide Manufacturer's standard 12 year limited warranty. See Manufacturers
Warranty for full details.
PART 2 -PRODUCTS
2.01 MANUFACTURER
A. Products from qualified manufacturers having a mm1mum of five years
experience manufacturing galvanized coated chain link fencing will be acceptable
by the architect as equal, if approved in writing, ten days prior to bidding, and if
they meet the following specifications for design, size gauge of metal parts and
fabrication.
B. Obtain chain link fences and gates, including accessories, fittings, and fastenings,
from a single source.
Approved Manufacturer: Master Halco, Inc.
4000 W. Metropolitan Drive, Suite 400
Orange, CA 92868
GALVANIZED CHAIN LINK FENCE
Section 02820
Page 1
Phone (800) 229-5615 Fax (714) 385-0107
Site: www.fenceonline.com
E-mail: spec@fenceonline.com
2.02 MATERIALS
A. Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall be
of steel. Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands
and other parts shall be of steel, malleable iron, ductile iron or equal except that
post tops, rail end; ties and clips may be of aluminum.
B. Galvanized wire: Zinc coated Wire, ASTM A 392 -l .2o'Z/sf.
C. Size: Helically wound and woven to height drawing. 2 inch x 2 inch Mesh
D. Selvage of fabric 0.5 inches at top and 0.5 inches at bottom.
2.03 STEEL FENCE FRAMING
A. Steel pipe -Type I-A: ASTM F 1083-06, standard weight schedule 40; minimum
yield strength of 30,000 psi (205 MPa); sizes as indicated. Hot-dipped galvanized
with minimum average 1.8 o'Z/ft2 (550 g/m2) of coated surface area ..
B. Steel pipe -ASTM F 1083-06, standard weight schedule 40; high strength grade
of minimum strength of 83,000 psi sizes as indicated. Hot-dipped galvanized
with minimum average 1.8 o'Z/ft2 (550 g/m2) of coated surface area.
End, Gate and Comer Post:
Line (intermediate) Post: 8 feet high
Line (intermediate) Post: 10 feet high
Rail and Braces:
Back Stop:
Line Post Supporting Batter's Eye
Gate Post
2.04 ACCESSORIES
2 -7 /8"'' od
2 -3/8" od
2 -7/8" od
1-5/8" od
4" od
8 -5/8" od
4" od
A. Chain link fence accessories: ASTM F 626 Provide items required to complete
fence system. Galvanize each ferrous metal item and finish to match framing.
Fittings should match Master Halco specifications.
B. Post caps: Formed steel or cast malleable iron weather tight closure cap for
tubular posts. Provide one cap for each post. Cap to have provision for barbed
wire when necessary. "C" shaped line post without top rail or barbed wire
GALVANIZED CHAIN LINK FENCE
Section 02820
Page2
supporting arms do not require post caps. (Where top rail is used, provide tops to
permit passage of top rail.)
C. Top rail and rail ends: Pressed steel per ASTM F626, for connection of rail and
brace fo terminal posts.
D. Top rail sleeves: 7" expansion sleeve with a minimwn .137" wire diameter and
1.80" length spring, allowing for expansion and contraction of top rail.
E. Wire ties: 9 gauge steel wire for attachment of fabric to line posts. Double wrap
13 gauge for rails and braces. Hog ring ties of 12 gauge for attachment
F. Brace and tension bands: Pressed steel, minimum 300 degree profile curvature
for secure fence post attachment. At square post provide tension bar clips.
G. Tension bars: One piece lengths equal to 2 inches less than full height of fabric
with a minimwn cross-section of 3/16" x 3/4". Provide tension bars where chain
link fabric meets terminai posts.
H. Tension wire: Galvanized coated steel wire, 6 gauge, diameter wire with tensile
strength of75,000 psi.
I. Truss rods & tightener: Steel rods with minimum diameter of 5/16". Capable of
withstanding a tension of minimum 2,000 lbs.
J. Barbed wire: Class 3, zinc coated steel wire double-strand, 12-1/2 gauge twisted
line wire with galvanized steel, 4 point barbs spaced approximately 5" on center.
K. Nuts and bolts are galvanized.
2.05 SEITING MATERIALS
A. Concrete: Minimwn 28 day compressive strength of3,500 psi (20 MPa).
PART 3-EXECUTION
3.01 EXAMINATION
A. Verify areas to receive fencing are completed to final grades and elevations.
B. Ensure property lines and legal boundaries of work are clearly established.
GALVANIZED CHAIN LINK FENCE
Section 02820
Page3
3.02 CHAIN LINK FENCE FRAMING INSTALLATION
A. Install chain link fence in accordance with ASTM F 567 and manufacturer's
instructions.
B. Locate terminal post at each fence termination and change in horizontal or vertical
direction of 30° or more.
C. Space line posts uniformly on center.
D. Concrete set terminal posts: Drill holes in firm, undisturbed or compacted soil.
Holes shall have diameter 4 times greater than outside dimension of post, and
depths approximately 6" deeper than post bottom. Excavate deeper as required
for adequate support in soft and loose soils, and for posts with heavy lateral loads.
Set post bottom 36" below surface when in firm, undisturbed soil. Place concrete
around posts in a continuous pour. Trowel finish around post. Slope to direct
water away from posts.
E. Drive Anchor posts: With protective cap, drive post 36" into ground. Slightly
below ground level install drive anchor shoe fitting. Install 2 diagonal drive
anchors and tighten in the shoe.
F. Check each post for vertical and top alignment, and maintain in position during
placement and finishing operations.
G. Bracing: Install horizontal pipe brace at mid-height for fences 6' and over, on
each side of terminal posts. Firmly attach with fittings. Install diagonal truss rods
at these points. Adjust truss rod, ensuring posts remain plumb.
H. Tension wire: Provide tension wire at bottom of fabric. Install tension wire
before stretching fabric and attach to each post with ties . Secure tension wire to
fabric with 12 gauge hog rings 24" oc.
I. Top rail: Install lengths, 21 '. Connect joints with sleeves for rigid connections for
expansion/contraction.
J. Center Rails: (see drawings). Install mid rails between posts with fittings and
accessones.
K. Bottom Rails: Install bottom rails between posts with fittings and accessories.
3.03 CHAIN LINK FABRIC INSTALLATION
A. Fabric: Install fabric on security side and attach so that fabric remains in tension
after pulling force is released.Leave approximately 2" between finish grade and
GALVANIZED CHAIN LINK FENCE
Section 02820
Page4
bottom selvage. Attach fabric with wire ties to line posts at 15" on center and to
rails, braces, and tension wire at 24" on center.
B. Tension (stretcher) bars: Pull fabric taut; thread tension bar through fabric and
attach to terminal posts with bands or clips spaced maximum of 15" on center:
3.04 ACCESSORIES
A. Tie wires: Bend ends of wire to minimize hazard to persons and clothing.
B. Fasteners: Install nuts on side offence opposite fabric side for added security.
3.05 CLEANING
A. Clean up debris and unused material, and remove from the site.
END OF SECTION
GALVANIZED CHAIN LINK FENCE
Section 02820
Page5
SECTION 02840 -TURF SODDING
PART 1 -GENERAL
1.01 DESCRIPTION
A. Work Included: This work includes all labor, materials and equipment for soil
preparation, fertilization, planting and other requirements regarding turfgrass
sodding shown on the plans.
B. Related Work Specified Elsewhere: Section 02300, Earthwork.
1.02 REFERENCE STANDARDS
A. For exotic plant materials: American Joint Committee of Horticultural
Nomenclature, Second Edition, 1942.
B. For native materials
1. Manual of the Vascular Plants of Texas by Correll and Johnston
2. Check List of Vascular Plants of Texas by Hatch
3. Flora of North Central Texas by Shinners and Moller
1.03 SUBMITT ALS
A. Samples, certificates and specifications of sod, fertilizer, compost, soil
amendments or other materials may be requested by the Project Manager.
B. All delivery receipts and copies of invoices for materials used for this work shall
be subject to verification by the Project Manager.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Sod: Harvesting and planting operations shall be coordinated with not more than
forty eight hours elapsing between the harvesting and planting.
B. Fertilizer
1. Unopened bags labeled with the analysis.
2. Conform to Texas Fertilizer Law.
TURF SODDING
Section 02840
Page 1
1.05 QUALITY CON1ROL
A. The contractor who plants the sod is responsible for supervision of his crew, while
planting the sod and maintaining the sod until the project is accepted by the City.
PART 2 -PRODUCTS
2.01 SOD
A. The sod shall be "Common Bermuda" and shall consist of stolons, leaf blades,
rhizomes and roots with a healthy, virile system of dense, thickly matted roots
throughout the soil of the sod for a thickness not less than one inch. Sod shall be
alive, healthy and vigorous and shall be free of insects, disease, stones and
undesirable foreign materials and grasses. Sod shall have been produced on
growing beds of clay or clay-loam topsoil. The sod shall not be harvested or
planted when its moisture condition is so excessively wet or dry that its survival
will be affected. If sod is stacked, it shall be kept moist and shall be stacked
roots-to-roots artd grass-to-grass.
B. The sod shall be cut in strips four feet wide, or as called for on plan, to be laid
parallel with the contours.
2.02 FERTILIZER
A. All fertilizer shall be delivered in bags or containers clearly labeled showing the
analysis.
B . All fertilizer shall be in acceptable conditjon for distribution and shall be applied
uniformly over the planted area two weeks after sodding.
C. All fertilizer shall have an analysis of 3-1-2 or as designated on the plans. The
fertilizer rate shall be 45 pounds of nitrogen per acre.
2.03 WATER
A. The water shall be furnished by the Contractor and shall be clean and free of
industrial wastes or other substances harmful to the germination of the seed or to
the growth of the vegetation. The amount of water will vary according to the
weather variables. Generally, the sod should be soaked one time per day for three
weeks or until established. Soaking is mandatory after spreading the fertilizer.
TURF SODDING
Section 02840
Page2
2.04 COMPOST
A. All compost material is to be totally organic and decomposed for at lease nine
months. All compost is to be clean and free of fungus, disease, live plants, seed,
excessive cotton lint and any harmful chemicals. "New Life Soil Conditioner" or
"Perma Green Compost", as specified below or an approved equal, shall be used.
Raw organics · are not acceptable.
l. For soil with an alkaline pH condition: Use "New Life Acid Gro" (acid
pH) soil conditioner as produced by Soil Building Systems of Dallas, or an ·
approved equal.
2. For soil with an acidic pH condition: Use "Perma Green Compost" by
Texas Earth Resources, Inc. of Dallas, or "New Life Natural Grower" (ph
8.0 to 9.0) by Soil Building Systems, Inc., of Dallas.
3. Sample and Specification Submittal: Submit a producer's specification
and a quart sample of the compost proposed for the Project Manager's
approval.
PART 3 -EXECUTION
3.01 GENERAL
A. All turfing operations are to be executed across the slope, parallel to finished
grade contours.
3.02 SOIL PREPARATION
A. Scarify subgrade to a depth of three inches (3") before depositing the required
topsoil.
B. Tillage shall be accomplished to loosen the topsoil, destroy existing vegetation
and prepare an acceptable sod bed. All areas shall be tilled with a heavy duty disc
or a chisel-type breaking plow, chisels set not more than ten inches apart. Initial
tillage shall be done in a crossing pattern for double coverage, then followed by a
disc harrow. Depth of tillage shall be five inches. A heavy duty rototiller may be
used for areas to be planted with sod.
C. Cleaning: Soil shall be further prepared by the removal of debris, building
materials, rubbish, weeds and stones larger than one inch in diameter.
D. Fine Grading: After tillage and cleaning, all areas to be planted shall be
topdressed with one-half inch compost and then shall be leveled, fine graded, and
drug with a weighted spike harrow or float drag. The required result shall be the
TURF SODDING
Section 02840
Page3
elimination of ruts, depressions, humps and objectionable soil clods. This shall be
the final soil preparation step to be completed before planting.
3.03 PLANTING
A. Prior to laying the sod, the planting bed shall be raked smooth to true grade and
moistened to a depth of four inches, but not to the extent causing puddling. The
sod shall be laid smoothly, tightly butted edge to edge, and with staggered joints.
The sod shall be pressed firmly into the sod bed by mechanical roller so as to
· eliminate all air pockets, provide a true and even surface, and insure knitting
without displacement of the sod or deformation of the surfaces of sodded areas.
Following compaction, compost shall be used to fill all cracks between sods.
Excess compost shall be worked into the grass with suitable equipment and shall
be well watered. The quantity of compost shall be such that it will cause no
smothering or burning of the grass.
3.04 FERTILIZING
A. Twenty-one days after planting, turf grass areas shall receive an application of 3-1-
2 fertilizer at the rate of 45 pounds of nitrogen per acre. Water well after
application to prevent burning as per requirements indicated in Part 2 -2.03
Water
END OF SECTION
TURF SODDING
Section 02840
Page4
SECTION 02845 ATHLETIC FIELD GRASSING
PART 1 -GENERAL
1.01 DESCRIPTION
A. The work of this section consists of removal of stones, sticks, roots and other
debris from all finished graded areas to be grassed; soil preparation, fertiliz.ation
and sprigging, seeding and sod installation for all areas designated to be grassed,
regardless of existing soil conditions.
1.02 SUBMITIALS AND TESTING
A. Seed
1. Seed shall be labeled in accordance with the United States Department of
Agriculture under the Federal Seed Act, AOSA, and state seed laws. Each
seed container shall bear the date of the last germination, which date shall
be within a period of six months prior to commencement of the targeted
planting operations. Seed that has become damaged in transit or in storage
will not be acceptable. The type and minimum percentage-by-weight of
pure live seed shall be as follows:
Purity
Live Seed
Crop Seed
Weed Seed
98 percent
90 percent
0 percent
2 percent
-
2. Each lot of seed shall be subject to sampling and testing at the discretion
of the Project Manager.
3. At the request of the Project Manager a 50-gram (1/8 lb.) sample of each
seed type and seed lot shall be sent to an independent registered seed lab
for testing. Sampling and testing will be in accordance with the latest
Rules and Regulations under the Federal Seed Act, AOSA and state seed
laws.
B. Fertilizer
1. The fertilizer shall be delivered to the site in bags or other convenient
containers, each fully labeled, conforming to applicable state fertilizer
laws, and bearing the name, trade name or trademark, and the warranty of
the producer.
C. Sprigs/ Sod
ATHLETIC FIELD GRASSING
Section 02845
Page 1
1. All sprigs and sod shall be freshly cut and in excellent viable condition
upon arrival at jobsite. Tifway 419 sprigs shall be furnished in lengths no
greater than four ( 4) inches. No dead top growth from previous growing
seasons shall be included with live sprigs. All sprig and sod material shall
be obtained from sources within the North Central Texas area. The
contractor will be responsible for providing submittals to the City as to the
source of sprigs and the providing vendor. Vendors outside the North
Central Texas area will not be considered.
D. Soil Tests
1. Well in advance of soil preparation, Contractor shall submit representative
soil samples from each athletic field to an approved agricultural or
agronomic laboratory for testing to determine the need for soil reaction or
other specific fertility adjustments. The results of such tests shall be
provided to the project manager for a determination if fertilization
specifications are applicable per 2.01.A.2 of this section. Costs for testing
as well as specific reaction and fertility requirements differing from those
specified shall be borne by Contractor.
E. Certificates
1. Manufacturer's certification that seed and mulch meet specification
requirements.
F. File all results and certificates with the Owner prior to the final acceptance.
G . Maintenance Instructions
1. Submit to the Owner prior to the final acceptance.
H. Test Reports
1. Submit certification of fertilizer analysis.
1.03 RELATED WORK SPECIFIED ELSEWHERE
A. Landscape Irrigation System
B. Earthwork
1.04 QUALITY ASSURANCE
A. Reference Standards
ATHLETIC FIELD GRASSING
Section 02845
Page2
1. Official Method of Analysis of the Association of Official Analytical
Chemists.
2. American Sod Producers Association (ASPA), latest edition.
B. Source Quality Control
1. Owner reserves the right to inspect and approve the sod/sprigs before it is
cut at the source of the sod/sprigs.
2. Inspection of sod at the source does not preclude the right of rejection at
the job site.
3. Contractor shall submit name of grass supplier and nursery location with
Bid Documents. If supplier is not a recognized supplier of grass, as noted
herein,., Project Manager may require an inspection of the nursery. All
expenses related to such an inspection are the responsibility of the
Contractor, including Per Diem fees for the Project Manager.
C. Seed shall be purchased from a reputable seed company such as the following or
approved equal:
The Scotts Company
14111 Scottslawn Road
Marysville, OH 43040
1-800-543-0006
Northrup King, Co.
P.O. Box 959
Minneapolis, MN 55440
612-593-7333
Lofts, Inc.
P.O. Box 146
Bound Brook, NJ 08805
201-356-8700
Seeds West, Inc.
Roll, Arizona
520-783-2050
D. Sprigs / sod shall be purchased from a reputable grass nursery such as the
following or approved equal:
Turfgrass America
911 E. HWY 377
Grandbury, TX 76048
(817) 279-8504
E. Compost shall be purchased from a reputable source such as the following or
approved equal:
Whittlesey Landscape Supply
9405 Dessau Road
Austin, Texas
(512) 836-7423
Garden Ville Landscape Supply
7561 East Evans Road
San Antonio, Texas
(210) 615-6115
ATHLETIC FIELD GRASSING
Section 02845
Page3
F. TurfHydroseed /Sprigging/ Sodding Installation Qualifications
l. The Contractor and / or Sub-Contractor shall:
a. Have their principal place of business located in the State of Texas
and shall provide documentation of such if requested by the
Owner.
b. Have successfully completed no less than ten (10) large athletic
field turf installations, five (5) within the North Central Texas area,
with at least five of the turf installations matching the predominant
turf installation requirements for this project (sprigging, sodding or
hydroseeding, in the last five years.
c. Provide references for each project including the name, address,
telephone number, and contact person for the Owner and
Consultant.
d. Attach list of projects to Contractor's Qualifications Statement and
enclose with bid.
l.05 DELIVERY AND HANDLING
A. Seed shall be furnished in sealed standard containers unless exception is granted
in writing by the contracting agency. Seed delivered to the job site shall be stored
in a cool, dry, dark location until ready for use. Protect all materials from
deterioration during delivery and storage.
B. The Contractor shall provide and plant the grass sprigs by shredding the grass at
the time of harvest and by delivering it to the job site and having it planted in the
ground within twenty-four (24) hours after it has been harvested.
1.06 JOB CONDITIONS
A. No grassing is to be done until the irrigation system in the area to be grassed has
been proven to be operable and reliable.
B. All finished grades shall be approved by Project Manager prior to grassing. If
grassing is done prior to grade approval the grassing is subject to removal and
replacement once unacceptable graded areas have been revised. The grass
replacement shall be done with new grass material at no additional cost to the
Owner.
C. Environmental Requirements
1. Sprigging shall be performed between May 15 and August 1 or as
approved by Owner.
ATHLETIC FIELD GRASSING
Section 02845
Page4
2. Frozen sod or sprigs may not be used nor shall sod or sprigs be placed on
frozen ground.
3. In times of drought, special provisions must be made to prevent the drying
of the sod or sprigs. All provisions shall be approved by the Owner and
all such associated costs borne by the contractor.
4. Do not sod or sprig when soil is excessively wet or dry.
5. Seed between calendar dates from April 15 to August I or when soil
temperatures are consistently above 65 degrees.
6. Do not seed when excessively wet or dry.
7. Do not perform seeding or hydromulching when wind exceeds 15 mph.
D. Protection
1. Restrict foot and vehicular traffic from grassed areas after installation until
final inspection and acceptance.
1.07 GUARANTEE
A. Substantial Completion
1. Grassing shall be approved as being in accordance with specifications
upon achievement of a complete stand of grass as approved by the Owner.
A stand of grass is defined as follows :
Hydraulic Seeding: Full coverage per square foot of vigorously growing
plants.
Sprigs: Full coverage of the soil by vigorously growing,
fully rooted and viable turf.
B. Maintenance Period
1. Maintain newly grassed areas until entire project is accepted by the
Owner.
2. Any grassed areas that become eroded, damaged or any areas of grass that
fail to become established satisfactorily due to material or installation
methods used, such areas shall be reseeded, resprigged or resodding to the
extent deemed necessary to insure substantial completion at no additional
cost to the Owner.
3. Repair construction related damage to other plants or lawns during the
maintenance period at no additional cost to the Owner.
4. Maintenance shall consist of, but not be limited to:
a. Weeding
b. Watering (see 2.05)
c. Mowing and Edging (see 3.01-F.)
d. Spraying
ATHLETIC FIELD GRASSING
Section 02845
Page5
e. Fertilizing
f. Repair of Erosion Damage
C. Guarantee Period
1. The City shall asswne responsibility of turf upon successful completion of
project final inspection compliance items.
PART 2 -MATERIALS
2.01 SOIL AMENDMENTS
A. Fertilizer
1. Pre-Plant: Basic fertilizer for areas to be grassed shall be a Lesco 18-24-
12 or approved equal. Unless amended by soil reports, the quantity of
application shall be 320 lbs. per acre.
2. Post-Plant: Second application of the aforementioned, Lesco 18-24-12,
shall be applied three (3) weeks after planting.
2.02 SPRIGS
A. 11 sprigs shall be certified as to genetic purity and be free from pests and disease.
All sprigs shall come from a nursery approved by the Project Manager.
1. Athletic Fields: 419 Tifway @ Hybrid Bermuda
2. Rate: 130 U.S. bushels (1.24 cu ft) Per acre
2.03 HYDRAULIC SEEDING
A. Seed
1. Species: Certified Ywna -Improved Turf Type Bermuda Grass of 98%
purity.
2. Percent of Live Seed: 90%.
3. Clean, dry, new crop seed.
4. Free of all weeds.
B. Mulch
l. Maximum Moisture Content.. ....................................... 10%" 3%, VTM-47
2. Cellulose Fiber Content ..................................... 98.6% " 2%, ASTM D-586
3. Ash Content ..................................................... 0.8% V 0.2%, ASTM D-586
4. PH ................................................................................................... 4.8 V 0.5
ATHLETIC FIELD GRASSING
Section 02845
Page6
5. Minimum Water Holding Capacity ................... 90% MINIMUM, VTM-46
6. Mulch shall be dyed green with a biodegradable dye that does not inhibit
plant growth.
7. Wood fiber mulch shall be packaged in units not exceeding 100 lbs. The
package shall contain current labels, the manufacturer=s name and the net
weight.
2.04 WATER
A. Water will be available through the project irrigation system. The grassing
operations should not be commenced until the irrigation system is completely
operational. The contractor shall also be responsible for all additional temporary
irrigation necessary for the establishment of all turf area identified in the project
scope.
PART 3 -EXECUTION
3.01 PREPARATION I INSTALLATION/ ESTABLISHEMENT / MAINTENANCE
A. All stones 3/4 inch and larger, sticks and roots over 1/2 inch in diameter and 6
inches long, and any other lumps or debris larger than 3/4 inch occurring within
the top 1 inch of soil which become visible during soil preparation, grassing, or
specified grow-in period shall be removed. Areas where the soil, either existing
or imported, has been severely compacted by traffic shall be disced to a depth of 4
inches to loosen the soil. Areas, which have not been heavily compacted, shall be
disced to a depth of 2-3 inches to loosen soil and create a friable condition for
seeding. Existing grasses and weeds may be disced under and killed as long as
they do not interfere with producing a smooth and friable seedbed. All areas to
be grassed shall be smoothed with a pipe/mat drag combination to level high spots
and fill low spots simultan.,eously. All depressions, which do not drain, shall be
eliminated to avoid standing water. All eroded and silted areas shall be restored
to the proper finished grade.
B. Fertilizer
1. Pre-Plant: apply fertilizer twice. The first application shall be performed in
a north-south direction. Post -Plant: the second application shall be
performed in an east-west direction and applied three (3) weeks after
planting. Both fertilizer applications shall be performed at a rate of 320
lbs. Per acre.
2. Disc the first fertilizer application into the soil to a depth of two (2")
inches to four (4") inches.
ATHLETIC FIELD GRASSING
Section 02845
Page7
C. Contractor shall outline all areas to be grassed with stakes or wire flags. Outlines
shall be adjusted and/or approved by Project Manager prior to grassing.
D. Install sod, sprig or seed as specified.
E. Turf Establishment
1. Watering -Water to local industry standard rates for successful turf
establishment
F. Mowing
1. When grass reaches two inches (2") in height, mow to 1 to 1-1/2 inches in
height.
2. Do not cut more than 30% of grass leaf in single mowing.
3. Remove grass clippings and dispose of off site.
4. Resprig, resod and reseed all bare spots not having uniform stand of grass
in accordance to 1.07.A-Substantial Completion
G. Maintenance -Refer to 1.07.B of this Section
3.02 SPRIGGING
A. All areas indicated in Grassing Plans shall be sprigged to the type and rates
specified herein.
B. Approved large tractor-pulled planting equipment will be used on large, level,
athletic field areas. This equipment shall contain Coulter blades or similar
devices for pushing the sprigs at least 1-1/2" into the friable topsoil bed. A farm
disk shall not be used to incorporate sprigs.
C. Areas too steep or irregular for the use of large planting equipment shall be
grassed by hand broadcasting the sprigs and using a smaller, walk-behind planter
to incorporate the sprigs into the prepared soil.
D. Sprigged areas shall be watered within forty-five (45) minutes of installation of
sprigs.
E. Sprigs shall be kept moist until they are rooted. Do not keep sprigs too wet.
F. Presence of algae on soil is indicator that soil is too wet. Once sprigs green up,
modify watering schedule for optimum growth.
3.03 HYDRAULIC SEEDING
A. Hydraulic Seeding
ATHLETIC FIELD GRASSING
Section 02845
Page8
1. Apply hydromulch material with an approved spray applicator equipment
suitable for the seed, mulch and stabilizer specified.
2. Apply materials at the following rates or as approved by the Landscape
Architect.
a. Mulch with Tackifier 1,600 pounds per acre (36.75 lbs/1000 st).
b. Yuma Bermuda Grass: 2-lb/l 000 sf.
c. Tackifier: as specified my manufacturer.
3. Water all hydromulched areas to a minimum depth of 4 inches.
B. Seed Establishment
1. Watering
2. Keep soil moist during seed germination period.
3. Supplement rainfall as required until a stand of grass is established
3.04 SOD
A. Install specified sod per industry standards. Finish grade must be accepted by
Owner prior to installation. Sod shall be mechanically rolled to insure adherence
to soil with no undulations.
3.05 INSPECTION/ ACCEPTANCE/ GUARANTEE
A. The Owner shall evaluate all grassed areas approximately twenty-one (21) days
after installation of seed, sprigs, plugs or sod to determine whether a satisfactory
stand of grass appears likely. The Owner shall be the sole judge as to
acceptability of grass establishment in accordance to 1.07-A. -B. -C.
3.06 CLEANING
A. Perform cleaning during installation of the work and upon completion of the
work. Remove from site all excess materials, debris, and equipment. Repair
damage resulting from grassing operations.
END OF SECTION
ATHLETIC FIELD GRASSING
Section 02845
Page9
SECTION 02860 -PLAYGROUND EQUIPMENT
PART 1 -GENERAL
1.01 DESCRIPTION
A. This section shall include all materials, labor, tools, equipment, transportation and
supervision required for the installation of new playground equipment.
1.02 RELATED WORK
A. Section 02140 -Site Under drains
B. Section 02537 -Engineered Wood Fibar Playground Surfacing
C. Section 02870 -Site Furnishings
D. Section 03301 -Miscellaneous Cast-In-Place Concrete
1.03 QUALITY ASSURANCE/ PRODUCTS
A. Codes and Standards:
1. All equipment and materials shall comply to the following standards:
a. U. S. Consumer Product Safety Commission (CPSC) ASTM
Designation F 1487 (Standard Consumer Safety Performance
Specification for Playground Equipment for Public Use)
b. International Play Equipment Manufacturers Association (IPEMA)
2. All equipment shall be new and conform to equipment standards as noted
in Part 2 -2.02.
3. The Bidder shall be responsible for defects in equipment due to faulty
material or manufacturing, damage or loss.
B. Submittals:
1. Submittals must be received and approved by the Project Manager prior to
ordering equipment. Refer to General Requirements -Section O 1640 -
1.02.
2. Submittals Prior to Construction -Submit manufacturers' documentation
of proc;luct compliance with CPSC and ASTM F1487 Standards including:
a. All paints and other similar finishes must meet the current CPSC
Regulation for lead in paint (0.06 percent maximum lead by dry
weight).
PLAYGROUND EQUIPMENT
Section 02860
Page 1
b. Regardless of the material or the treatment process, the
manufacturer shall ensure that the users of the playground
equipment cannot ingest, inhale, or absorb any potentially
hazardous amounts of substances through body surfaces as a result
of contact with the equipment. ·
c. Submittals must be received and approved by the Project Manager
prior to ordering equipment. Refer to General Requirements -
Section 01640-1.02
3. Submittals Prior to Project Acceptance -Contractor shall submit all
manufacturers' literature to the Project Manager prior to acceptance of the
project.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Protect from inclement weather: wet, damp, extreme heat or cold.
B. Store in a manner to prevent warpage, bowing or damage.
C. All construction material such as subsurface drain gravel and play surface
material may not be delivered to the site until installation of such material.
D. Operation and Maintenance Manuals -Prepare and deliver to the Owner within
ten (10) calendar days prior to completion of construction; two (2) hard cover and
three (3) ring binders containing the following information:
1. Index sheet stating Contractor's address, telephone and fax number, e-mail
address and listing of equipment with the name and addresses of the local
equipment manufacturer's representative.
2. Catalog and parts sheets on each product and equipment type installed
. under contract
3. Guarantee Statement.
4. Complete operating and maintenance instruction on all major equipment.
1.05 JOB CONDITIONS
A . The Contractor shall be responsible for the protection of unfinished work and
shall be responsible for the safety of the park users utilizing unfinished
equipment.
B. The Contractor shall be required to submit a Safety Plan indicating the use of
temporary construction fencing, signage and barriers necessary to prevent park
users from utilizing unfinished equipment for Owner approval at the Pre-
Construction meeting. At any time during construction non compliance to the
Safety Plan or any other safety hazard is found to exist on the construction site,
PLAYGROUNDEQUWMENT
Section 02860
Page2
The Contractor shall be reguired to correct any and all non compliance issues and
/ or safety hazards immediately within the same day of notification.
C. All cost incurred· be the Contractor to insure compliance to this specification shall
be subsidiary to the cost of purchase and installation of equipment.
PART 2 -PRODUCTS
2.01 GENERAL
A. Approved play component structures for each playground prototype option (see
below) and ancillary equipment shall consist of equipment supplied by pre-
approved equipment manufacturers / vendors noted below and as noted on the
Equipment Schedule of the plans.
1. Prototype Option No. 1
a. Gametime -Model No. TFWNP403C (Southwest Parks and
Playgrounds, Inc. 1-800-433-5347)
b. Playworld Systems -Model No. P24423F (The Playwell Group
1-800-726-1816
c. Burke-Model No. 57-8 (Child's Play, Inc. 1-972-484-0600)
2. Prototype Option No. 2
a. Gametime -Model No. TFWNP503C
b. Playworld Systems -Model No. P24424C
3. Prototype Option No. 3
a. Gametime -Model No. TFWNP603C
b. Playworld Systems -Model No. P23318B
c. Burke -Model No. 56-8
PART 3-EXECUTION
3.01 GENERAL
A. All items shall be supplied by Contractor and installed as per manufacturer's
recommendations.
3.02 FALL ZONES
A. Contractor shall verify all fall zone clearances onsite prior to installing the
equipment. Notify the Landscape Architect of any conflicts or discrepancies. The
Contractor will be required to remove and reinstall any mow strips / hardscape at
own expense and at no additional contract time if fall zone discrepancies are
found and reguire remedy
PLAYGROUND EQUIPMENT
Section 02860
Page3
3.03 CONCRETE FOOTINGS:
A. The finished grade of all concrete footings shall be set a minimwn twelve inches
below the finish grade of surfacing material.
3.04 FASTENERS:
A. All . nuts and bolts shall be upset and tack welded to prevent disassembly on all
equipment that is not installed with specialized fasteners.
3.05 INSTALLATION SEQUENCING:
A. The Contractor will not be allowed to deliver on site and install any playground
equipment until gradework, mow strip, subsurface drainage and all other
hardscape items have been installed and approved by the Project Manager. The
Contractor will be required to remove any equipment from the site at own
expense and at no additional contract time if found to be in non-compliance to this
specification note.
END OF SECTION
PLAYGROUND EQUIPMENT
Section 02860
Page4
SECTION 02870 -SITE FURNISIDNGS
PART 1 -GENERAL
1.01 DESCRIPTION
A. Furnish and supply all labor, equipment, materials and incidentals necessary to
assemble, install and otherwise construct park equipment as listed under products.
1.02 RELATED WORK
A. Section 03301 -Miscellaneous Cast-in-Place Concrete
B. Section 07920 -Caulking and Sealants
1.03 QUALITY ASSURANCE
A. All equipment shall be free of sharp edges and comers, or extremely rough
surfaces.
B. All materials shall be new and conform to all standards per specified product or
approved equal (see Division I -Section 01640 / Substitutions And Product
Options
C. The bidder shall be responsible for defects in equipment due to faulty materials or
manufacturing, damage or loss.
D. Metal shall be straight or at design radii or bends, without kinks, and shall be_true
to shape.
E. Codes and Standards: All "accessible" site furnishings shall comply with the
current Texas Accessibility Standards (TAS) of the Architectural Barriers Act,
Article 9102, Texas Civil Statutes (512) 453-3211.
1.04 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Protect from inclement weather: wet, damp, extreme heat or cold.
B. Store in a manner to prevent warpage and/or bowing.
1.05 JOB CONDITIONS
A. The contractor shall be responsible for protection of unfinished work and shall be
responsible for the safety of park users utilizing unfinished equipment.
SITE FURNISHINGS
Section 02870
Page 1
PART 2 -PRODUCTS
2.01 Equipment as specified on plans or approved eaqual.
PART 3 -EXECUTION
3.01 INSTALLATION
A. Fasteners: All nuts and bolts shall be upset and tack welded to prevent
disassembly.
B. Manufacturer's Installation Instructions: The Contractor shall follow the
manufacturer's installation instructions and give the Landscape Architect the
instructions for filing, unless otherwise stated. Set benches and picnic tables
level.
END OF SECTION
SITE FURNISHINGS
Section 02870
Page2
SECTION 02930 -SEEDING
PART 1 -GENERAL
1.01 DESCRIPTION
A. Work Included: Seeding of grass seed or wildflower seed, as specified on the
plans.
B. Related Work Specified Elsewhere: Section 02300, Earthwork.
1.02 REFERENCE STANDARDS
A. Standardized Plant Names
1. For exotic plant materials: American Joint Committee of Horticultural
Nomenclature, Second Edition, 1942.
2. For native materials
a. Manual of the Vascular Plants of Texas by Correll and Johnston
b. Check List of Vascular Plants of Texas by Hatch
c. Flora of North Central Texas by Shinners and Moller
B. Texas Highway Department: Standard Specifications for Construction, Item 164,
"Seeding for Erosion Control" and Item 180, "Wildflower Seeding".
1.03 SUBMITTALS
A. Seed
1. Vendors' certification that seeds meet Texas State seed law including:
a. Testing and labeling for pure live seed (PLS)
b. Name and type of seed
2. If using native grass or wildflower seed, seed must have been harvested
within one hundred (100) miles of the construction site.
3. All seed shall be tested in a laboratory with certified results presented to the
City, in writing, prior to planting.
4. All seed to be of the previous season's crop and the date on the container
shall be within twelve months of the seeding date.
5. Each species of seed shall be supplied in a separate, labeled container for
acceptance by the City.
B. Fertilizer
1. Unopened bags labeled with the analysis
SEEDING
Section 02930
Page 1
2. Conform to Texas fertilizer law
1.04 JOB CONDITIONS
A. Planting Season: The season varies according to species (see Part 2 -Products).
Do not seed when soil is excessively wet or dry or when wind exceeds ten (10)
miles per hour.
B. Schedule After All Other Construction and planting is complete.
C. Protect and Maintain Seeded Areas
1. From erosion
2. From traffic and all other use
3. Until seeding is complete and accepted
1.05 QUALITY CONTROL
The contractor who plants the seeds, whether the general contractor or a subcontractor, is
responsible for daily supervision of his crew, and for the planting and maintaining of
seedlings until acceptable, viable growth is achieved and the project accepted by the City.
PART 2-PRODUCTS
2 .01 MATERIALS
A . Seed
All seed shall be planted at rates based on pure live seed (PLS = purity x
germination) per acre.
Substitution of individual seed types due to lack of availability shall be µiade only
by the City at the time of planting. The Contractor shall notify the City, prior to
bidding, of difficulties locating certain species. Only those areas indicated on the
plans and areas disturbed by construction shall be seeded. Prior to seeding, each
area shall be marked in the field and approved by the City. Any adjustment of area
location by the City shall be considered incidental and shall not entitle the
Contractor to additional compensation.
Weed seed shall not exceed ten percent (10%) by weight of the total of pure live
seed (PLS) and other material in the mixture. Johnsongrass and nutgrass seed shall
not be allowed.
The seed shall be clean, dry and harvested within one year of planting.
SEEDING
Section 02930
Page2
1. Non-native grass seed shall consist of:
If planted between April .IS and September 10:.
Lbs./Acre
25
75
Common Name Scientific Name
Bermuda (unhulled) Cynodon dactylon
Bermuda (hulled) Cynodon dactylon
85%
95%
Germination
90%
90%
Substitute the following if planted between September 10 and April 15:
220
40
2
Rye Grass Lolium multiflorum 82% 80%
Bermuda (unhulled) Cynodon dactylon 84% 85%
Native grass seed -The seed shall be planted between February 1 and
October I and shall consist of:
Lbs. PLS/ Acre Common Name Botanical Name
1.6 Green Sprangletop Leptochloa dubia
5.5 Sideoats Grama* Bouteloua curtipendula
3.7 Little Bluestem* Schizachyrium scoparium
17.0 Buffalograss Buchloe dactyloides
1.8 Indian Grass* Sorghastrum nutans
0.5 Sand Lovegrass* Eragrostis trichodes
6.0 Big Bluestem Andropogon gerardii
8.0 Eastern Grama Tripscacum dactyloides
1.2 BlueGrama Bouteloua gracilis
1.8 -Switchgrass Panicum virgatum
10.0 Prairie Wildrye* Elymus canadensis
*These grasses are not to be planted within ten feet of a road or parking lot
or within three (3) feet of a walkway.
3 Wildflower seed -All wildflower seeds are to be hand broadcast, ( see
3.02,A). The seed shall be planted between March 5 and May 31 or
between September 1 and December 1 and shall consist of:
Lbs. PLS/ Acre
3.0
5.0
2.0
3.0
13 .4
13.6
2.0
Common Name
Bush Sunflower
Butterfly Weed
Clasping Coneflower*
Golden-Wave
Illinois Bundleflower
Partridge Pea
Prairie Verbena
SEEDING
Section 02930
Page3
Botanical Name
Sinsia calva
Asc/epias tuberosa
Rudbeckia amplexicaulis
Coreopsis basalis
Desmanthus illinoensis
Cassia fasciculata
Verbena bipinnatifida
Lbs. PLS/ Acre
8.0
8.0
2.0
18.0
2.0
3.0
2.0
8.0
Common Name
Texas Yellow Star
Winecup
Black-eyed Susan
Cutleaf Daisy
Obedient Plant
Pitcher Sage
Plains Coreopsis
Scarlet Sage
Botanical Name
Lindheimeri texana
Callirhoe involcrata
Rudbeclcia hirta
Enge/mannia pinnatifida
Physostegia intermedia
Salvia azurea
Coreopsis tinctoria
Salvia coccinea
*These wildflowers are not to be planted within ten feet of a road or
parking lot or within three feet of a walkway.
4. Temporary erosion control seed
B. Mulch
When specified on the plans, temporary control measures shall be
performed. These measures shall consist of the sowing of cool season
plant seeds and the· work and materials as required in this section.
1. Mulch should be designed for use with conventional mechanical or
hydraulic planting of seed, either alone or with fertilizer.
2. Mulch should be wood cellulose fiber produced from virgin wood or
recycled paper-by-products (waste products from paper mills or recycled
newspaper).
3. Mulch should contain no growth or germination inhibiting factors.
4. Mulch should contain no ·more than ten percent (10%) moisture, air dry
weight basis.
5. Additives shall include a binder in powder form.
6. Material shall form a strong moisture retaining mat.
C. Fertilizer
1. All fertilizer shall be delivered in bags or containers clearly labeled
showing the analysis.
2. All fertilizer shall be in acceptable condition for distribution and shall be
applied uniformly over the planted area.
3. Analysis of 16-20-0, 16-8-8, or as designated on the plans. Fertilizer rate:
a. No fertilizer is required for wildflower seeding.
b. Where applying fertilizer on newly established seeding areas -100
pounds of Nitrogen per acre.
c . Where applying fertilizer on established seeding areas -150 pounds
of Nitrogen per acre.
SEEDING
Section 02930
Page4
D. Water: Shall be furnished by the Contractor , at no cost to the Owner, by means
of temporary metering / irrigation, water truck or by any other method necessary
to achieve viable, acceptable stand of turf as noted in 3.04.B.2. of this
specification. The water source shall be clean and free of industrial wastes or
other substances hannful to the germination of the seed or to the growth of the
vegetation. The amount of water will vary according to the weather variables.
Generally, an amount of water that is equal to the average amount of rainfall plus
one half inch (l/2") per week should be applied for approximately three weeks or
until project is accepted by the City.
E. Erosion Control Measures
l. For seeding application in areas up to 3:1 slope, use cellulose, fiber or
recycled paper mulch, (see 2.01, B. Mulch and 3.03).
2. For seeding application in areas 3:1 slope or greater, use the following soil
retention blanket (Follow the manufacturer's directions):
"Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box
5624, Arlington, Texas 76001, 1-800-777-SOIL.
2.02 MIXING
Seed, mulch, fertilizer and water may be mixed provided that:
l. Mixture is uniformly suspended to form a homogenous slurry.
2. Mixture forms a blotter-like ground cover impregnated uniformly with grass seed.
3. Mixture is applied within thirty (30) minutes after placed in the equipment.
PART 3 -EXECUTION
3.01 SEEDED PREPARATION
A. Clear Surface of All Materials, Such As:
l. Stumps, stones, and other objects larger than one inch.
2. Roots, brush, wire, stakes, etc.
3. Any objects that may interfere with seeding or maintenance.
B. Tilling
l. In all compacted areas till one inch (l ") deep.
2. If area is sloped greater than 3: l, run a tractor parallel to slope to provide
less seed/water run-off.
3. In areas near trees: Do not till deeper than one half (l/2") inch inside
"drip line" of trees.
SEEDING
Section 02930
Page5
C. Watering: Soil should be watered to a minimum depth of four inches within forty
eight ( 48) hours of seeding.
3.02 SEEDING
A. If Sowing Seed By Hand
1. Broadcast seed in two directions at right angles to each other.
2. Harrow or rake lightly to cover seed.
3. Never cover seed with more soil than twice its diameter.
4. For wildflower plantings, scalp existing grasses to one (l") inch, remove
grass clippings, so seed can make contact with the soil.
B. Mechanically Seeding (Drilling):
If mechanically seeding ( drilling) the seed or seed mixture, the quantity specified
shall be uniformly distributed over the areas shown on the plans or where
directed. All varieties of seed, as well as fertilizer, may be distributed at the same
time provided that each component is uniformly applied at the specified rate.
Seed shall be drilled at a depth of from one quarter inch to three eighth inch (l/4"-
3/8") utilizing a pasture or rangeland fype drill. All drilling is to be on the
contour. After planting, the area shall be rolled with a roller integral to the seed
drill, or a corrugated roller of the "Cultipacker" type. All rolling of slope areas
shall be on the contour.
3.03 MULCHING
A. Apply uniformly after completion of seeding in areas up to 3: 1 slope. Mulch may
be applied concurrently with fertilizer and seed, if desired ..
B. Apply at the following rates unless otherwise shown on plans:
1. Sandy soils, flat surfaces -minimum 1,500 lbs./acre.
2. Sandy soils, sloping surfaces -minimum 1,800 lbs./acre.
3. Clay soils, flat surfaces-minimum 2,500 lbs./acre.
4. Clay soils, sloping surfaces -minimum 3,000 lbs./acre.
5. "Flat" and "sloping" surfaces will be shown on the plans if not visually
obvious.
C. Apply within thirty (30) minutes after placement in equipment. Keep mulch
moist, by daily water application, if necessary:
l. For approximately twenty-one (21) days, or
SEEDING
Section 02930
Page6
2. Until seeds have germinated and have rooted in soil, (see 3.04.B.2.) and
project has been accepted by the City.
3.04 MAINTENANCE AND ACCEPTANCE
A. Includes protection, replanting, maintaining grades and immediate repair of
erosion damage until the project receives final acceptance. Refer to Part 2 -2.0 I -
D. for watering requirements to be executed by the contractor.
B. All areas requiring revegetation shall have I 00% established stand coverage prior
to City
acceptance.
C. Replanting
I. Replant areas where a stand of grass or wildflowers are not present in a
reasonable length of time, as determined by the City.
2. A "stand" shall be defined as:
a. Bermuda/Rye grasses: Full coverage per square foot established
within two to three (2-3) weeks of seeding date on a smooth bed
free of foreign material and rocks or clods larger than one inch
diameter.
b. Native grass and wildflowers: eighty percent (80%) coverage of
growing plants within seeded area within twenty-one days of
seeding date on a smooth bed free of foreign material and rocks or
clods larger than one inch diameter.
END OF SECTION
SEEDING
Section 02930
Page7
SECTION 03301 -MISCELLANEOUS CAST-IN-PLACE CONCRETE
PART 1 -GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general prov1s1ons of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
1.02 SUMMARY
A. Section includes cast-in-place concrete, including reinforcement, concrete
materials, mixture design, placement procedures, and finishes.
1.03 SUB MITT ALS
A. Product Data: For each type of product indicated.
B. Other Action Submittal:
1. Design Mixtures: For each concrete mixture .
1.04 QUALITY ASSURANCE
A. Ready-Mix-Concrete Manufacturer Qualifications: A firm experienced in
manufacturing ready-mixed concrete products and that complies with
ASTM C 94/C 94M requirements for production facilities and equipment.
B. Comply with the following sections of ACI 301 (ACI 301M), unless modified by
requirements in the Contract Documents:
1. "General Requirements."
2. "Formwork and Formwork Accessories."
3. "Reinforcement and Reinforcement Supports."
4. "Concrete Mixtures."
5. "Handling, Placing, and Constructing."
C. Comply with ACI 117, "Specifications for Tolerances for Concrete Construction
and Materials."
MISCELLANEOUS CAST-IN-PLACE CONCRETE
Section 0330 l
Page 1
PART 2-PRODUCTS
2.01 FORMWORK
A. Furnish formwork and formwork accessories according to ACI 301 (ACI 301M).
2.02 STEEL REINFORCEMENT
A. Recycled Content: Provide steel reinforcement with an average recycled content
of steel products so that postconsumer recycled content plus one-half of
preconsumer recycled content is not less than 25 percent.
B. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed.
C. Plain-Steel Wire: ASTM A 82/ A 82M, as drawn.
D. Plain-Steel Welded Wire Reinforcement: ASTM A 185/A 185M, fabricated from
as-drawn steel wire into flat sheets.
E. Deformed-Steel Welded Wire Reinforcement: ASTM A 497/A 497M, flat sheet.
2.03 CONCRETE MATERIALS
A. Cementitious Material: Use the following cementitious materials, of the same
type, brand, and source throughout Project:
1. Portland Cement: ASTM C 150, Type I, Type II, Type I/II.
a. Fly Ash: ASTM C 618, Class C or F.
B. Normal-Weight Aggregate: ASTM C 33, graded, 1-1/2-inch nominal maximum
aggregate size.
C. Water: ASTM C 94/C 94M.
2.04 ADMIXTURES
A. Air-Entraining Admixture: ASTM C 260.
B. Chemical Admixtures: Provide admixtures certified by manufacturer to be
compatible with other admixtures and that will not contribute water-soluble
chloride ions exceeding those permitted in hardened concrete. Do not use
calcium chloride or admixtures containing calcium chloride.
l. Water-Reducing Admixture: ASTM C 494/C 494M, Type A.
MISCELLANEOUS CAST-IN-PLACE CONCRETE
Section 0330 l
Page2
2. Retarding Admixture: ASTM C 494/C 494M, Type B.
3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M,
Type 0.
4. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type F.
5. High-Range, Water-Reducing and Retarding Admixture:
ASTM C 494/C 494M, Type G.
6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type II.
2.05 RELATED MATERIALS
A. Vapor Retarder: Plastic sheet, ASTM E 1745, Class A or B.
B. Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber .
2.06 CURING MATERIALS
A. Evaporation Retarder: Waterborne, monomolecular film forming; manufactured
for application to fresh concrete.
B. Absorptive Cover: AASHTO M 182, Class 3, burlap cloth or cotton mats.
C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-
polyethylene sheet.
D. Water: Potable.
E. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309,
Type l, Class B.
2.07 CONCRETE MIXTURES
A. Comply with ACI 301 requirements for concrete mixtures.
B. Normal-Weight Concrete: Prepare design mixes, proportioned according to
ACI 301, as follows:
1. Minimum Compressive Strength: 3000 psi at 28 days.
2. Maximum Water-Cementitious Materials Ratio: 0.45.
3. Cementitious Materials: Use fly ash, pozzolan, ground granulated blast-
furnace slag, and silica fume as needed to reduce the total amount of
portland cement, which would otherwise be used, by not less than 40
percent.
4. Slump Limit: 8 inches for concrete with verified slump of 2 to 4 inches
before adding high-range water-reducing admixture or plasticizing
admixture, plus or minus 1 inch.
MISCELLANEOUS CAST-IN-PLACE CONCRETE
Section 0330 l
Page3
5. Air Content: Maintain within range permitted by ACI 301. Do not allow
air content of trowel-finished floor slabs to exceed 3 percent.
2.08 CONCRETE MIXING
A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to
ASTM C 94/C 94M, and furnish batch ticket information.
1. When air temperature is above 90 deg F, reduce mixing and delivery time
to 60 minutes.
PART 3 -EXECUTION
3.01 FORMWORK
A . Design, construct, erect, brace, and maintain formwork according to ACI 301.
3.02 EMBEDDED ITEMS
A . Place and secure anchorage devices and other embedded items required for
adjoining work attached to or supported by cast-in-place concrete. Use setting
drawings, templates, diagrams , instructions, and directions furnished with items to
be embedded.
3.03 VAPORRETARDERS
A. Install, protect, and repair vapor retarders according to ASTM E 1643 ; place
sheets in position with longest dimension parallel with direction of pour.
1. Lap joints 6 inches and seal with manufacturer's recommended adhesive
or joint tape.
3.04 STEEL REINFORCEMENT
A. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and
supporting reinforcement.
1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor
retarder before placing concrete.
MISCELLANEOUS CAST-IN-PLACE CONCRETE
Section 0330 l
Page4
3.05 JOINTS
A. General: Construct joints true to line with faces perpendicular to surface plane of
concrete.
B. Construction Joints: Locate and install so strength and appearance of concrete are
not impaired, at locations indicated or as approved by Architect.
C. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints,
sectioning concrete into areas as indicated. Construct contraction joints for a
depth equal to at least one-fourth of concrete thickness, as follows:
1. Grooved Joints: Form contraction joints after initial floating by grooving
and finishing each edge of joint with groover tool to a radius of 1/8 inch.
Repeat grooving of contraction joints after applying surface finishes.
Eliminate groover marks on concrete surfaces.
2. Sawed Joints: Form contraction joints with power saws equipped with
shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch-wide
joints into concrete when cutting action will not tear, abrade, or otherwise
damage surface and before concrete develops random contraction cracks.
D. Isolation Joints: Install joint-filler strips at junctions with slabs-on-grade and
vertical surfaces, such as column pedestals, foundation walls, grade beams, and
other locations, as indicated.
l. Extend joint fillers full width and depth of joint, terminating flush with
finished concrete surface, unless otherwise indicated.
3.06 CONCRETE PLACEMENT
A. Comply with ACI 301 for placing concrete.
B. Before test sampling and placing concrete, water may be added at Project site,
subject to limitations of ACI 301.
C. Do not add water to concrete during delivery, at Project site, or during placement.
D. Consolidate concrete with mechanical vibrating equipment.
3.07 FINISHING FORMED SURF ACES
A. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material
with tie holes and defective areas repaired and patched. Remove fins and other
projections exceeding 1/2 inch.
MISCELLANEOUS CAST-IN-PLACE CONCRETE
Section 0330 I
Page 5
1. · Apply to concrete surfaces not exposed to public view.
B. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing
material, arranged in an orderly and symmetrical manner with a minimum of
seams. Repair and patch tie holes and defective areas. Remove fins and other
projections exceeding 1/8 inch.
1. Apply to concrete surfaces exposed to public view.
C. Rubbed Finish: Apply the following rubbed finish, defined in ACI 301, to
smooth-formed finished as-cast concrete where indicated:
1. Smooth-rubbed finish.
D. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar
unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a
texture matching adjacent formed surfaces. Continue final surface treatment of
formed surfaces uniformly across adjacent unformed surfaces, unless otherwise
indicated.
3 .08 FINISHING UNFORMED SURF ACES
A. General: Comply with ACI 302.lR for screeding, restraightening, and finishing
operations for concrete surfaces. Do not wet concrete surfaces.
B. Screed surfaces with a straightedge and strike off. Begin initial floating using bull
floats or darbies to form a uniform and open-textured surface plane before excess
moisture or bleedwater appears on surface .
1. Do not further disturb surfaces before starting finishing operations.
C. Scratch Finish: Apply scratch finish to surfaces indicated and surfaces to receive
concrete floor topping or mortar setting beds for ceramic or quarry tile, portland
cement terrazzo, and other bonded cementitious floor finishes, unless otherwise
indicated.
D. Float Finish: Apply float finish to surfaces indicated, to surfaces to receive trowel
finish, and to floor and slab surfaces to be covered with fluid-applied or sheet
waterproofing, fluid-applied or direct-to-deck-applied membrane roofing, or sand-
bed terrazzo .
E. Trowel Finish: Apply a hard trowel finish to surfaces indicated and to floor and
slab surfaces exposed to view or to be covered with resilient flooring, carpet,
ceramic or quarry tile set over a cleavage membrane, paint, or another thin film-
finish coating system.
MISCELLANEOUS CAST-IN-PLACE CONCRETE
Section 03301
Page6
F. Trowel and Fine-Broom Finish: Apply a partial trowel finish, stopping after
second troweling, to surfaces indicated and to surfaces where ceramic or quarry
tile is to be installed by either thickset or thin-set methods. Immediately after
second troweling, and when concrete is still plastic, slightly scarify surface with a
fine broom.
G. Nonslip Broom Finish: Apply a nonslip broom finish to surfaces indicated and to
exterior concrete platforms, steps, and ramps. Immediately after float finishing,
slightly roughen trafficked surface by brooming with fiber-bristle broom
perpendicular to main traffic route.
3.09 CONCRETE PROTECTING AND CURING
A. General: Protect freshly placed concrete from premature drying and excessive
cold or hot temperatures. Comply with ACI 306. l for cold-weather protection
and with ACI 301 for hot-weather protection during curing.
B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry,
or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and
during finishing operations. Apply according to manufacturer's written
instructions after placing, screeding, and bull floating or darbying concrete, but
before float finishing.
C. Begin curing after finishing concrete but not before free water has disappeared
from concrete surface.
D. Curing Methods: Cure formed and unformed concrete for at least seven days by
one or a combination of the following methods:
1. Moisture Curing: Keep surfaces continuously moist for not less than
seven days with the following materials:
a. Water.
b. Continuous water-fog spray.
c. Absorptive cover, water saturated and kept continuously wet.
Cover concrete surfaces and edges with 12-inch lap over adjacent
absorptive covers.
2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with
moisture-retaining cover for curing concrete, placed in widest practicable
width, with sides and ends lapped at least 12 inches, and sealed by
waterproof tape or adhesive. Cure for not less than seven days.
Immediately repair any holes or tears during curing period using cover
material and waterproof tape.
3. Curing Compound: Apply uniformly in continuous operation by power
spray or roller according to manufacturer's written instructions . Recoat
areas subjected to heavy rainfall within three hours after initial
MISCELLANEOUS CAST-IN-PLACE CONCRETE
Section 03301
Page7
application. Maintain continuity of coating and repair damage during
curing period.
4. Curing and Sealing Compound: Apply uniformly to floors and slabs
indicated in a continuous operation by power spray or roller according to
manufacturer's written instructions. Recoat areas subjected to heavy
rainfall within three hours after initial application. Repeat process 24
hours later and apply a second coat. Maintain continuity of coating and
repair damage during curing period.
3.10 FIELD QUALITY CONTROL
A. Testing Agency: Owner will ·engage a qualified testing agency to perform tests
and inspections.
B. Tests: Perform according to ACI 301.
1. Testing Frequency: One composite sample shall be obtained for each
day's pour of each concrete mix exceeding 5 cu. yd. but less than 25 cu.
yd., plus one set for each additional 50 cu. yd. or fraction thereof.
2. Testing Frequency: One composite sample shall be obtained for each 100
cu. yd. or fraction thereof of each concrete mix placed each day .
3 .11 REP AIRS
A. Remove and replace concrete that does not comply with requirements in this
Section.
END OF SECTION
MISCELLANEOUS CAST-IN-PLACE CONCRETE
Section 03301
Page8
SECTION 07920 -CAULKING AND SEALANTS
PART 1 -GENERAL
1.01 DEFINITIONS:
A. The term "sealant" or "sealing" shall refer to exterior joints exposed to weather or
interior joints exposed to moisture. When "sealant" is used in an outside joint in
aluminum or steel frames, "sealant" shall be required on the inside joint also.
B. The term "caulk" or 'caulking' (calking) shall refer to interior joints not normally
exposed to weather or moisture conditions.
1.02 SUBMITTAL:
A. Submit to Owner's representative manufacturer's literature, specification data,
and. color chart. for all materials proposed for this project.
B. Identify their use and location.
1.03 GUARANTEE:
A. The Contractor shall provide the Inspector a manufacturer's written guarantee on
all joint sealing materials. The manufacturer shall agree to provide any
replacement material free of charge to the City. Also, the Contractor shall
provide the Engineer a written warranty on all sealed joints. The Contractor shall
agree to replace any failed joints at no cost to the City. Both warranties shall be
for one year after final acceptance of the completed work by the Engineer.
PART 2 -PRODUCTS
2.01 SEALANTS:
A. As manufactured by Pecora or approved equal.
I. Concrete-to-Concrete (Horizontal Joint): NR-201 with primer.
2. Masonry-to-Masonry or Concrete-to-Concrete 01 ertical): Dynatrol 11
2.02 PRIMERS:
A. Type as manufactured by manufacturer of sealing or caulking material and
completely compatible with compound.
CAULKING AND SEALANTS
Section 07920
Page I
2.03 JOINT BACKING:
A. Rods or tape in sizes and types as recommended by manufacturer of sealing or
caulking material , and completely compatible with compound.
PART 3 -EXECUTION
3.01 GENERAL:
A . Work shall be performed by experienced mechanics skilled in execution of type
of work required and in application of specified materials.
B. Deliver materials to job site in original containers with manufacturer's name and
brand clearly marked thereon .
C . When perimeter joints around frames that are to be caulked do not have built-in
stops or other means to prevent depth of compound from exceeding 1/2 inch, pack -
joint with back-up materials of correct type and to the depth as necessary to
provide minimum 3/8" and maximum 1/2" depth of compound.
D . Materials and methods shall be as specified herein, unless they are contrary to
approved manufacturer's directions or to approved trade practice; or unless
Contractor believes they will not produce a watertight job which he will guarantee
as required. Where any part of these conditions occur, Contractor shall notify
Architect in writing. Deviation from procedure specified will be permitted only
upon Architect's approval and providing that work is guaranteed by Contractor as
specified.
E. If, prior to beginning work, Contractor does not notify Architect in writing of any
proposed changes, it will be assumed that he agrees that materials and methods
specified will produce results desired, and that he will furnish required guarantee.
3.02 PREPARATORY WORK:
A . Where weather molds, staff beads, etc., do not form integral part of frames to be
caulked, but are removable, remove same prior to caulking, execute caulking,
replace molds, etc., and point.
B. Clean all joints, etc., that are to be caulked or sealed, prior to executing work.
CAULKING AND SEALANTS
Section 07920
Page2
3.03 PRIMING:
A. When conditions of joints so require, or when types of materials used adjacent to
joints so require, or when compound manufacturer's recommendations so require,
clean and prime joints before starting caulking. Execute priming operations in
strict accordance with manufacturer's directions.
3.04 JOINT BACKING:
A. Joint backing shall be installed in all joints to receive sealants. Backing shall be
sized to require 20% to 50% compression upon insertion, and shall be placed so
that sealant depth is approximately 1/2 joint width. In joints not of sufficient
depth to allow backing, install bond breaking tape at back of joint.
3.05 APPLICATION:
A. Apply sealant and caulking material under pressure to fill joint completely,
allowing no air _pockets or voids. Tool the joint surface to compress the
compound into the joint.
3.06 THRESHOLDS:
A. Place all exterior door thresholds in a fill bed of sealant during setting procedures.
3.07 CLEANING:
A. Clean adjacent surfaces free of caulking and sealant and clean all work of other
trades that has in any way been soiled by these operations. Finished work shall be
left in a neat and clean condition.
END OF SECTION
CAULKING AND SEALANTS
Section 07920
Page3
SECTION 09614-DETECTABLE/fACTILE WARNING SURFACES
PART 1 -GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general sections for specifications and supplementary conditions.
1.02 DESCRIPTION
A. Furnishing and installing Detectableffactile Warning Surfaces. Not recommended
for asphalt applications.
1.03 SUBMITT ALS
A. Manufacturer's literature describing products, installation and maintenance.
B. Submit samples of the tile type proposed for use.
C. Maintenance instructions for each type of tile and accessory as required .
1.04 QUALITY ASSURANCE
A. Provide Detectable/Tactile Warning Surfaces and accessories as produced by a
single manufacturer with a minimum of three (3) years experience manufacturing
detectable/tactile warning surfaces.
B. Detectable/Tactile Warning Surfaces must comply with the Americans with
Disabilities Act.
C. Vitrified Polymer Composite (VPC) Detectable/Tactile Warning Surfaces shall be
an epoxy polymer composition employing aluminum oxide particles in the
truncated domes. "Armor-Tile" product as manufactured by Engineered Plastics
Inc., Tel: 800-682-2525, or approved equal.
1. Dimensions: Detectable/Tactile Warning
a. Surfaces shall be held within the following dimensions and
tolerances:
b. Length and Width 24x48 nominal
c. Face Thickness: 0.1875 +/-5% max.
d. Warpage of Edge: 0.5% max.
2. Water Absorption -ASTM D 570-98 less than 0.05%.
3. Slip Resistance -ASTM C 1028-96 greater than 0.80.
4. Compressive Strength -ASTM D 695-02a greater than 28,000 psi.
DETECTABLFJTACTILE WARNING SURFACES
Section 09614
Pagel
5. Tensile Strength-ASTM D 638-03 greater than 19,000 psi.
6. Flexural Strength -ASTM D 790-03 greater than 25,000 psi.
7. Chemical Stain Resistance -ASTM D 543-95 no discoloration or staining.
8. Abrasive Wear -ASTM D 2486-00 less than 0.060 after 1000 cycles.
9. Wear Resistance -ASTM C 501-84 greater than 500.
10. Fire Resistance -ASTM E 84-05 flame spread less than 15.
11. Impact Resistance -ASTM D 5420-04 greater than 550 in. lbf/in.
12. Accelerated Weathering -ASTM G 155-05a for 3000 hrs. DE <4.5 tile
color 33538, no fading or chalking.
13. Freeze Thaw -ASTM D 1037-99 no cracking, delamination, or other
defects.
14. Salt Spray -ASTM B 117-03 for 200 hours no deterioration.
15. AASHTO HB-17 single wheel HS20-44 loading no failure@l0,400lbs.
1.05 DELIVERY, STORAGE AND HANDLING
A. Detectable/Tactile Warning Surfaces shall be suitably packaged or crated to
prevent damage in shipment or handling.
B. Detectable/Tactile Warning Surfaces shall be delivered to location at building site
for storage prior to installation.
1.06 SITE CONDITIONS
A. Environmental Conditions and Protection: Maintain minimum temperature of
40°F in spaces to receive Detectable/Tactile Warning Surfaces for at least 24
hours prior to installation, during installation, and for not less than 24 hours after
installation.
B. The use of water for cleaning and dust control shall be contained, not to come into
contact with the general public.
1.07 GUARANTEE
A. 0964Detectable/Tactile Warning Surfaces shall be guaranteed in writing for a
period of five years from date of final completion. The guarantee includes
defective work, breakage, deformation, and loosening of tiles.
DETECT ABLFJ'TACTILE WARNING SURF ACES
Section 09614
Page2
PART 2 -PRODUCTS
2.01 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements,
manufacturers offering products that may be incorporated in the Work include,
but are not limited to, the following:
B. The Vitrified Polymer Composite (VPC) Detectable/Tactile Warning Surface Tile
specified is based on "Armor-Tile" product manufactured by Engineered Plastics
Inc. (800-682-2525).
C. Color: Color shall be homogeneous throughout the tile. Federal Color Number
Brick Red No. 22144,
2.02 MATERIALS
A. Color matched, flat head drive anchors 1/4" diameter x 1-1/2" long. Armor-
Drive™ anchors as supplied by Engineered Plastics Inc.
B . Armor-Bond™ Adhesive as supplied by Engineered Plastics Inc .
C. Armor-Seal™ Perimeter Sealant as supplied by Engineered Plastics Inc.
PART 3 -EXECUTION
3.01 INSTALLATION
A. Cast In Place: Pour and float concrete, set tile by tamping down into concrete
until all air voids are removed, edge around the perimeter, cut off protective
plastic sheet
B. Surface Applied Installation: Grind substrate, remove dust on tile and substrate,
apply adhesive to back of tile, drill into concrete, install fasteners, clean tile
surface, apply perimeter sealant.
C. Modular Paver: Box out or saw cut concrete, lay agravel or mortar bed, tamp
paver onto substrate, place 3/8" diameter foam rope at bottom of all joints, apply
joint sealant.
D. Directional Tile: Grind substrate 3/16" deep, 6" wide, saw cut two 3/4" deep
grooves, remove dust on tile and substrate, apply adhesive to back of tile, drill
into concrete, install fasteners, clean tile surface, apply perimeter sealant.
DETECTABLF/fACTILE WARNING SURF ACES
Section 09614
Page3
E. Guidance Tile: Pour and float concrete, set tile by tamping down into concrete
until all air voids are removed, edge around the perimeter.
3.02 CLEANING AND PROTECTING
A. Protect tiles against damage during construction period to comply with
manufacturer's specification.
B. Protect tiles against damage from rolling loads following installation by covering
with plywood or hardwood.
C. Clean tiles by method specified by manufacturer not more than four days prior to
date scheduled for inspection.
END OF SECTION
DETECTABL:E/l'ACTILE WARNING SURF ACES
Section 09614
Page4
SECTION 13125 -PERMANENT GRANDSTANDS
PART 1 -GENERAL
1.01 SYSTEM DESCRIPTION
A . Provide labor, material, equipment and supervision necessary to complete
installation of permanent steel grandstand and canopies including the following:
1. Steel Substructure
2. Decking System
3. Roof Framing and Sheets.
1.02 QUALITY ASSURANCE
A. Manufacturer Qualifications: Manufacturer must have ten years of experience in
the manufacture of bleachers and grandstands. Welders must be A WS and CWB
certified.
B. Installer Qualifications: Experienced in the proper installation of grandstands.
C. Source Quality Control: Mill Test Certification.
1.03 SUBMITTALS
A. Manufacturer's Product Data: Submit manufacturer's descriptive product data for
project.
B. Shop Drawings: Manufacturer to submit shop drawings sealed by a registered
professional engineer and schedules for type, location, quantity, and details of
steel and aluminum components required for project.
C. Certificates:
1. Insurance Certificate
2. Bid Bond
D. Seat Sample: Submit one 18-inch seat sample.
E. Color Sample: Submit one sample chip each of manufacturer's full standard color
line for initial selection of roof colors. Submit three 8" x IO" samples of each of
four selected roof materials.
PERMANENT GRANDSTANDS
Section 13125
Page I
1.04 SITE CONDITIONS
A. Soil Test: Furnished by Owner.
1.05 BUILDING CODES
A. Comply with the International Building Code, 2003 edition with City of Fort
Worth amendments.
B. Comply with the Texas Accessibility Standards (TAS) and the Americans with
Disabilities Act.
1.06 WARRANTY
A. Permanent Grandstand shall be under manufacturer's warranty for a period of one
year from the Date of Substantial Completion. The Grandst~d shall be warranted
to be free from defect in materials and workmanship in the course of manufacture
and installation. Warranty may exclude defects resulting from abnormal use in
service, and accidental or intentional damage.
PART2-PR0DUCTS
2.01 ACCEPTABLE MANUFACTIJRERS
A. Southern Bleacher Company.
B. Subject to compliance with requirements of this Section, products of other
manufacturer's may be submitted and installed with City of Fort Worth's
approval.
2.02 PERMANENT STEEL GRANDSTAND
A. Product Description
1. Horizontal Beam Design: (See drawings.) Columns and beams shall be
fabricated of wide-flange steel beams with miscellaneous steel angles and
plates for connections and bases.
2. Stringers: Stringers shall be fabricated of wide-flange steel beams with
steel angle riser and deck supports and shall be placed at 6 feet on center.
Joints shall be shop welded. Stringer assemblies shall be galvanized as
complete units.
3. Aisles:
PERMANENT GRANDSTANDS
Section 13125
Page2
a. Aisles with seating on both sides shall have 34 to 38 inch high
anodized aluminum handrails with intermediate rail at
approximately 12 inches below the main handrail.
b. Handrails shall have rounded ends and be discontinuous to allow
access side-to-side of rail through a space 22 inches (inin.) to 36
inches (max.).
c. Intermediate steps shall provide equal rise and run throughout
aisle.
d. Each main and intermediate step shall have aisle nosing with
nonskid black powder-coated finish or other paint system meeting
AAMA 603.8-92 specifications with a hardness rating of 2H and
riser closure with clear anodized finish.
4. Decking:
a. Rise per row 14 inches, depth per row 28 inches.
b. Each seat 16 inches above its respective tread.
c. Decking Arrangement
1) Closed Deck Aluminum Arrangement
d. Seating Selection
1) Aluminum Bench Seat
2) 2 x 10 (standard), Die #62380 with height of 1 1/2".
e. Joint Sleeve Assembly.
1) Pair of aluminum sleeves to insert in flat plank to maintain
true alignment in joining together two plank pieces. Splice
cover is unacceptable between two plank pieces joined in a
straight line.
5. Guardrails: To be at rear and all sides of bleachers. Railing to be anodized
aluminum with end plugs at ends of straight runs and/or elbows at comer.
All guardrails shall be secured to galvanized steel angle posts by
galvanized fasteners. Railing shall be not less than 42 inches high,
measured vertically above leading edge of tread, adjacent walking surface
or adjacent seat. Guardrails on sides and back shall include 9-gauge
galvanized chain link fencing fastened in place with galvanized fasteners
and aluminum ties.
6. Handicap provision:
a. Provide wheelchair spaces in locations and quantities as indicated
on the plans.
b. Riser area adjacent to wheelchair spaces to have intermediate risers
so 4-inch sphere cannot pass through opening.
7. Roof Framing and Sheets:
a. Provide steel roof framing and bar joists with column locations as
shown on the plans. Provide galvanized anchor bolts for
installation in the concrete foundation.
b. Roof shall slope as indicated on the plans.
c. Roof sheets shall be 26 gauge prefinished R-Panel paneling as
manufactured by MBCI, Signature 200 color series, or equal.
PERMANENT GRANDSTANDS
Section 13125
Page3
d. All fasteners shall be pre-painted same color as exterior paneling.
B. Materials/Finishes
1. Substructures:
a. Structural shapes shall meet one of the following ASTM
specifications: A36, A36/A572 grade 50, A572 grade 50, A529-50,
or A500 grade B.
b. Shop connections shall be seal welds.
c. After fabrication, all steel shall be hot-dipped galvanized to ASTM
A-123 specifications.
d. All field joints shall be bolted with galvanized fasteners.
e. Paint on raw steel is unacceptable. Field welding is unacceptable.
2. Extruded Aluminum:
a. Seat Planks, Stanchions, Riser Planks Railings: Extruded
aluminum/alloy, 6063-T6; Clear anodized 204Rl, AA-
. Ml OC22A31, Class II.·
b. Tread Planks: Extruded aluminum alloy, 6063-T6 mill finish.
c. Joint Sleeve Assembly: Extruded aluminum alloy, 6063-T6, mill
finish.
3. Accessories:
a. Channel End Caps: Aluminum alloy 6063-T6, clear anodized
204Rl, AA-M10C22A31, Class II.
b. Hardware:
1) Bolts,Nuts: Hot-dipped galvanized or mechanically
galvanized.
2) Hold-down Clip Assembly: Aluminum alloy 6005A-T6,
mill finish.
3) Structural Hardware: Equal to or greater than hot-dipped
galvanized ASTM-A307. No connections utilizing high-
strength bolts are classed as slip critical.
c. Aisle Nose and Stair Nose: Alwninum alloy, 6063-T6, nonskid
black powder-coated finish or other paint system meeting AAMA
603.8-92 specifications with a hardness rating of 2H. Optional:
Specify Color.
C. Fabrication:
1. Design Load:
a. Live Load: 100 psf gross horizontal projection.
· b. Lateral Sway Load: 24 plf seat plank.
c. Perpendicular Sway Load: 10 plf seat plank.
d. Live Load of Seat and Tread Planks: 120 plf.
e. Guardrail: Per 2003 International Building Code.
f. Windload: 90 MPH per 2003 IBC.
PERMANENT GRANDSTANDS
Section 13125
Page4
2. All manufactured connections to be shop welded.
a. Manufactured by certified welders conforming to A WS Standards.
PART 3-EXECUTION
3.01 INSTALLATION
A. All work shall be performed by technicians experienced in bleacher seating
installation.
B. Construct project as per approved shop drawings.
3.02 FIELD QUALITY CONTROL
A. Foundation: Provide anchor bolts and template for installation. Hot-dipped
galvanized anchor bolts shall be secured in the concrete footings. Concrete shall
attain working strength of3,000 psi.
3.03 CLEAN-UP AND ADJUSTMENT
A. Clean up all debris caused by work of this section.
B. Replace any sections damaged during installation, touch-up any galvanized
sections with zinc-rich paint as needed.
END OF SECTION
PERMANENT GRANDSTANDS
Section 13125
Page5
SECTION 16051 -COMMON WORK RESULTS FOR ELECTRICAL
PART 1 -GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general prov1s1ons of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
1.02 SUMMARY
A. Section Includes:
1. Electrical equipment coordination and installation.
2. Common electrical installation requirements.
1.03 COORDINATION
A. Coordinate arrangement, mounting, and support of electrical equipment:
1. To provide for ease of disconnecting the equipment with minimum
interference to other installations.
2. To allow right of way for piping and conduit installed at required slope.
3. So connecting cables, wireways will be clear of obstructions and of the
working and access space of other equipment.
B. Coordinate installation of required supporting devices.
PART 2 -PRODUCTS
NOT USED
PART 3 -EXECUTION
3.01 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION
A. Comply with NECA 1.
B. Measure indicated mounting heights to bottom of unit for suspended items.
COMMON WORK RESULTS FOR ELECTRICAL
Section 16051
Page 1
C. Equipment: Install to facilitate service, maintenance, and repair or replacement of
components of both electrical equipment and other nearby installations. Connect
in such a way as to facilitate future disconnecting with minimum interference with
other items in the vicinity.
D . Right of Way: Give to piping systems installed at a required slope.
END OF SECTION
COMMON WORK RESULTS FOR ELECTRICAL
Section 16051
Page2
SECTION 16060 -GROUNDING AND BONDING
PART 1 -GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general prov1S1ons of the Contract, including General and
Supplementary Conditions and Division I Specification Sections, apply to this
Section.
1.02 SUMMARY
A. Section Includes: Grounding systems and equipment.
1. Underground distribution grounding.
1.03 SUBMITI ALS
A. Product Data: For each type of product indicated.
B. Informational Submittals: Plans showing dimensioned as-built locations of
grounding features specified in "Field Quality Control" Article, including the
following:
1. Ground rods.
C. Qualification Data: For qualified testing agency and testing agency's field
supervisor.
PART 2 -PRODUCTS
2.01 CONDUCTORS
A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise
required by applicable Code or authorities having jurisdiction.
B. Bare Copper Conductors:
1. Solid Conductors: ASTM B 3.
2. Stranded Conductors: ASTM B 8.
3. Tinned Conductors: ASTM B 33.
4. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor.
GROUNDING AND BONDING
Section 16060
Page I
C. Bare Grounding Conductor and Conductor Protector for Wood Poles:
1. No. 4 A WG minimum, soft-drawn copper.
2. Conductor Protector: Half-round PVC or wood molding; if wood, use
pressure-treated fir, cypress, or cedar.
2.02 GROUNDING ELECTRODES
A. Ground Rods: Copper-clad steel 3/4 inch by 10 feet in diameter.
PART 3-EXECUTION
3.01 APPLICATIONS
A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded
conductors for No. 6 A WG and larger unless otherwise indicated.
B. Underground Grounding Conductors: Install bare tinned-copper conductor, No.
6 A WG minimum.
1. Bury at least 24 inches below grade.
2. Duct-Bank Grounding Conductor: Bury 12 inches above duct bank when
indicated as part of duct-bank installation.
C. Isolated Grounding Conductors: Green-colored insulation with continuous yellow
stripe. On feeders with isolated ground, identify grounding conductor where
visible to normal inspection, with alternating bands of green and yellow tape, with
at least three bands of green and two bands of yellow.
D. Conductor Terminations and Connections:
1. Pipe· and Equipment Grounding Conductor Terminations: Bolted
connectors.
2. Underground Connections: Welded connectors except at test wells and as
otherwise indicated.
3. Connections to Ground Rods at Test Wells: Bolted connectors.
4. Connections to Structural Steel: Welded connectors.
3.02 GROUNDING OVERHEAD LINES
A. Comply with IEEE C2 grounding requirements.
GROUNDING AND BONDING
Section 16060
Page2
B. Secondary Neutral and Transformer Enclosure: Interconnect and connect to
grounding conductor.
C. Protect grounding conductors running on surface of wood poles with molding
extended from grade level up to and through communication service and
transformer spaces.
3.03 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS
A. Comply with IEEE C2 grounding requirements.
3.04 EQUIPMENT GROUNDING
A. Install insulated equipment grounding conductors with all feeders and branch
circuits.
1. Feeders and branch circuits.
2. Lighting circuits.
B. Metal Poles Supporting Outdoor Lighting Fixtures : Install grounding electrode
and a separate insulated equipment grounding conductor in addition to grounding
conductor installed with branch-circuit conductors.
3.05 INSTALLATION
A. Grounding Conductors: Route along shortest and straightest paths possible unless
otherwise indicated or required by Code . A void obstructing access or placing
conductors where they may be subjected to strain, impact, or damage .
3.06 LABELING
A. The label or its text shall be green.
END OF SECTION
GROUNDING AND BONDING
Section 16060
Page3
SECTION 16120 -CONDUCTORS AND CABLES
PART 1 -GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general prov1s1ons of the Contract, including General and
Supplementary Conditions and Division I Specification Sections , apply to this
Section.
1.02 SUMMARY
A. This Section includes the following:
1. Connectors , splices, and terminations rated 600 V and less.
1.03 SUBMITT ALS
A . Product Data: For each type of product indicated.
B. Qualification Data: For testing agency.
1.04 COORDINATION
A. Set sleeves in cast-in-place concrete, masonry walls, and other structural
components as they are constructed.
PART 2 -PRODUCTS
2.01 CONDUCTORS AND CABLES
A. Available Manufacturers: Subject to compliance with requirements,
manufacturers offering products that may be incorporated into the Work include,
but are not limited to, the following:
1. Alcan Products Corporation; Alcan Cable Division.
2. American Insulated Wire Corp .; a Leviton Company.
3. General Cable Corporation.
4. Senator Wire & Cable Company.
5. Southwire Company.
B. Copper Conductors: Comply with NEMA WC 70 .
CONDUCTORS AND CABLES
Section 16120
Page I
C. Conductor Insulation: Comply with NEMA WC 70 for Types THHN-THWN.
PART 3 -EXECUTION
3.01 CONDUCTOR MATERIAL APPLICATIONS
A. Feeders: Copper. Solid for No. IO A WG and smaller; stranded for No. 8 A WG
and larger.
B. Branch Circuits: Copper. Solid for No. 10 A WG and smaller; stranded for
No. 8 A WG and larger.
3.02 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS
AND WIRING METHODS
A. Feeders Underground: Underground feeder cable, Type UF.
B. Branch Circuits Underground: Underground branch-circuit cable conduit,
TypeUF.
3.03 INSTALLATION OF CONDUCTORS AND CABLES
A. Conceal cables in PVC buried 24" below grade.
1. Use PVC vinyl laminated electrical conduit marking tape with a
polypropylene film buried 12" above buried electrical PVC.
B. Use manufacturer-approved pulling compound or lubricant where necessary;
compound used must not deteriorate conductor or insulation. Do not exceed
manufacturer's recommended maximum pulling tensions and sidewall pressure
values.
C. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable
grips, that will not damage cables or raceway.
D. Install cables parallel and perpendicular to surfaces of exposed structural
members, and follow surface contours where possible.
3.04 CONNECTIONS
A. · Tighten electrical connectors and terminals according to manufacturer's published
torque-tightening values. If manufacturer's torque values are not indicated, use
those specified in UL 486A and UL 486B.
CONDUCTORS AND CABLES
Section 16120
Page2
B. Make splices and taps that are compatible with conductor material and that
possess equivalent or better mechanical strength and insulation ratings than
unspliced conductors.
3.05 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS
A. Fire-Rated Assemblies: Install sleeves for penetrations of fire-rated floor and
wall assemblies unless openings compatible with firestop system used are
fabricated during construction of floor or wall.
3.06 FIELD QUALITY CONTROL
A. Testing Agency: Owner will engage a qualified testing agency to perform tests
and inspections and prepare test reports.
B. Perform tests and inspections and prepare test reports.
C. Tests and Inspections:
1. After installing conductors and cables and before electrical circuitry has
been energized, test service entrance and feeder conductors, and
conductors feeding the following critical equipment for compliance with
requirements.
a. Panel M
2. Perform each visual and mechanical inspection and electrical test stated in
NET A Acceptance Testing Specification. Certify compliance with test
parameters.
D. Test Reports: Prepare a written report to record the following:
1. Test procedures used.
2. Test results that comply with requirements.
3. Test results that do not comply with requirements and corrective action
taken to achieve compliance with requirements.
E. Remove and replace malfunctioning units and retest as specified above.
END OF SECTION
CONDUCTORS AND CABLES
Section 16120
Page3
SECTION 16140 -WIRING DEVICES
PART I-GENERAL
1.0 I RELATED DOCUMENTS
A. Drawings and general prov1s1ons of the Contract, including General and
Supplementary Conditions and Division I Specification Sections, apply to this
Section.
1.02 SUMMARY
A. This Section includes the following:
1. Receptacles, receptacles with integral GFCI, and associated device plates .
1.03 DEFINITIONS
A . GFCI: Ground-fault circuit interrupter.
1.04 SUBMITT ALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: List of legends and description of materials and process used for
premarking wall plates.
PART 2 -PRODUCTS
2.0 I MANUFACTURERS
A. Manufacturers' Names: Shortened versions (shown in parentheses) of the
following manufacturers' names are used in other Part 2 articles:
1. Cooper Wiring Devices; a division of Cooper Industries, Inc. (Cooper).
2. Hubbell Incorporated; Wiring Device-Kellems (Hubbell).
3. Leviton Mfg. Company Inc. (Leviton).
4. Pass & Seymour/Legrand; Wiring Devices & Accessories (Pass &
Seymour).
WIRING DEVICES
Section 16140
Page 1
2.02 WALL PLATES
A. Single and combination types to match corresponding wiring devices.
1. Plate-Securing Screws: Metal wi.th head color to match plate finish.
2. Material for Damp Locations: Thermoplastic with spring-loaded lift
cover, and listed and labeled for use in "wet locations."
B. Wet-Location, Weatherproof Cover Plates: NEMA 250 , complying with type 3R
weather-resistant thermoplastic with lockable cover.
PART 3 -EXECUTION
3.01 INSTALLATION
A. Comply with NECA 1, including the mounting heights on drawing .
B. Coordination with Other Trades: ..
C. Conductors :
1. Do not strip insulation from conductors until just before they are spliced or
terminated on devices.
2. Strip insulation evenly around the conductor using tools designed for the
purpose . A void scoring or nicking of solid wire or cutting strands from
stranded wire.
3. The length of free conductors at outlets for devices shall meet provisions
of NFPA 70, Article 300, without pigtails.
4. Existing Conductors:
a. Cut back and pigtail, or replace all damaged conductors.
b. Straighten conductors that remain and remove corrosion and
foreign matter.
c. Pigtailing existing conductors is permitted provided the outlet box
is large enough.
D. Device Installation:
1. Replace all devices that have been in temporary use during construction or
that show signs that they were installed before building finishing
operations were complete.
2. Keep each wiring device in its package or otherwise protected until it is
time to connect conductors.
3. Do not remove surface protection, such as plastic film and smudge covers,
until the last possible moment.
WIRING DEVICES
Section 16140
Page2
4. Connect devices to branch circuits using pigtails that are not less than 6
inches in length.
5. When there is a choice, use side wiring with binding-head screw
terminals. Wrap solid conductor tightly clockwise, 2/3 to 3/4 of the way
around terminal screw.
6. Use a torque screwdriver when a torque is recommended or required by
the manufacturer.
7. When conductors larger than No. 12 AWG are installed on 15-or 20-A
circuits, splice No. 12 A WG pigtails for device connections.
8. Tighten unused terminal screws on the device.
9. When mounting into metal boxes, remove the fiber or plastic washers used
to hold device mounting screws in yokes, allowing metal-to-metal contact.
E. Receptacle Orientation:
1. Install ground pin of vertically mounted receptacles down, and on
horizontally mounted receptacles to the left.
3.02 FIELD QUALITY CONTROL
A. Perform tests and inspections and prepare test reports.
1. Test Instrument for Convenience Receptacles: Digital wiring analyzer
with digital readout or illuminated LED indicators of measurement.
B. Tests for Convenience Receptacles:
1. Line Voltage: Acceptable range is I 05 to 132 V.
2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is
not acceptable.
3. Ground Impedance: Values ofup to 2 ohms are acceptable.
4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943.
5. Using the test plug, verify that the device and its outlet box are securely
mounted.
6. The tests shall be diagnostic, indicating damaged conductors, high
resistance at the circuit breaker, poor connections, inadequate fault current
path, defective devices, or similar problems. Correct circuit conditions,
remove malfunctioning units and replace with new ones, and retest as
specified above.
END OF SECTION
WIRING DEVICES
Section 16140
Page3
SECTION 16145 -LIGHTING CONTROL DEVICES
PART 1 -GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general prov1s10ns of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
1.02 SUMMARY
A. This Section includes the following lighting control devices:
1. Lighting contactors.
1.03 DEFINITIONS
A. LED: Light-emitting diode.
B. PIR: Passive infrared.
1.04 SUBMITT ALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: Show installation details for occupancy and light-level sensors .
1. Interconnection diagrams showing field-installed wiring.
C. Field quality-control test reports.
D . Operation and Maintenance Data: For each type of product to include m
emergency, operation, and maintenance manuals.
1.05 QUALITY ASSURANCE
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined
in NFP A 70, Article I 00, by a testing agency acceptable to authorities having
jurisdiction, and marked for intended use.
LIGHTING CONTROL DEVICES
Section 16145
Page 1
PART 2 -PRODUCTS
2.01 LIGHTING CONTACTORS
A. Available Manufacturers: Subject to compliance with requirements,
manufacturers offering products that may be incorporated into the Work include,
but are not limited to, the following:
B. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
C. Basis-of-Design Product: Subject to compliance with requirements, provide the
product indicated on Drawings or a comparable product by one of the following:
1. Allen-Bradley/Rockwell Automation.
2. ASCO Power Technologies, LP; a division of Emerson Electric Co.
3. Eaton Electrical Inc.; Cutler-Hammer Products.
4. GE Industrial Systems; Total Lighting Control.
5. Grasslin Controls Corporation; a GE Industrial Systems Company.
6. Hubbell Lighting.
7. Lithonia Lighting; Acuity Lighting Group, Inc.
8. MicroLite Lighting Control Systems.
9. Square D; Schneider Electric.
10. TORK.
11. Touch-Plate, Inc.
12. Watt Stopper (The).
D. Description: Electrically operated and mechanically held, combination type with
fusible switch, complying with NEMA ICS 2 and UL 508.
1. Current Rating for Switching: Listing or rating consistent with type of
load served, including tungsten filament, inductive, and high-inrush ballast
(ballast with 15 percent or less · total harmonic distortion of normal load
current).
2. Fault Current Withstand Rating: Equal to or exceeding the available fault
current at the point of installation.
3. Enclosure: Comply with NEMA 250.
4. Provide with control and pilot devices as indicated on Drawings.
LIGHTING CONTROL DEVICES
Section 16145
Page2
PART 3 -EXECUTION
3.01 CONTACTOR INSTALLATION
A. Mount electrically held lighting contactors with elastomeric isolator pads, to
eliminate structure-borne vibration, unless contactors are installed in an enclosure
with factory-installed vibration isolators.
3.02 WIRING INSTALLATION
A. Wiring within Enclosures: Comply with NECA 1. Separate power-limited and
nonpower-limited conductors according to conductor manufacturer's written
instructions.
B. Size conductors according to lighting control device manufacturer's written
instructions, unless otherwise indicated.
C. Splices, Taps, and Terminations: Make connections only on numbered terminal
strips in junction, pull, and outlet boxes; terininal cabinets; and equipment
enclosures.
D. Label contactors with a unique designation.
END OF SECTION
LIGHTING CONTROL DEVICES
Section 16145
Page3
SECTION 16442 -P ANELBOARDS
PART 1 -GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general prov1s1ons of the Contract, including General and
Supplementary Conditions and Division I Specification Sections, apply to this
Section.
1.02 SUMMARY
A. Section Includes:
I. Lighting and appliance branch-circuit panelboards.
1.03 SUBMIIT ALS
A. Product Data: For each type of panel board, switching and overcurrent protective
device, transient voltage suppression device, accessory, and component indicated.
Include dimensions and manufacturers' technical data on features, performance,
electrical characteristics, ratings, and finishes.
B. Shop Drawings: For each panelboard and related equipment.
I . Include dimensioned plans and details.
2. Detail current, and voltage ratings.
3. Include wiring diagrams for power, signal, and control wiring.
C. Panelboard Schedules: For installation in panelboards.
1.04 COORDINATION
A. Coordinate sizes and locations of concrete bases with actual equipment provided.
Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork
requirements are specified in Division 3.
1.05 EXTRA MATERIALS
A. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
I. Keys: Two (2) spares for each type of panelboard cabinet lock.
PANELBOARDS
Section 16442
Page I
2. Circuit Breakers Including GFCI and Ground Fault Equipment Protection
(GFEP) Types : Four (4) spares for each panelboard.
3. Fuses for Fused Switches: Equal to 10 percent of quantity installed for
each size and type, but no fewer than three of each size and type.
4 . Fuses for Fused Power-Circuit Devices: Equal to 10 percent of quantity
installed for each size and type, but no fewer than three of each size and
type.
PART 2 -PRODUCTS
2.01 GENERAL REQUIREMENTS FOR PANELBOARDS
A. Fabricate and test panelboards according to IEEE 344 to withstand seismic forces
defined in Division 16 Section "Vibration and Seismic Controls for Electrical
Systems."
B. Enclosures : Steel strut channel support frame-mounted cabinets.
I.
2.
3.
Rated for environmental conditions at installed location.
a. Outdoor Locations: NEMA 250, Type 3R.
Finishes:
a. Panels and Trim: galvanized steel, factory finished immediately
after cleaning and pretreating with manufacturer's standard two-
coat, baked-on finish consisting of prime coat and thermosetting
topcoat.
b . Back Boxes: Galvanized steel.
c . Fungus Proofing: Permanent fungicidal treatment for overcurrent
protective devices and other components.
Directory Card: Inside panelboard door, mounted in transparent card
holder.
C. Incoming Mains Location: Bottom.
D. Phase, Neutral , and Ground Buses:
E.
1.
2.
3.
Material: Tin-plated aluminum.
Equipment Ground Bus: Adequate for feeder and branch-circuit
equipment grounding conductors; bonded to box.
Isolated Ground Bus: Adequate for branch-circuit isolated ground
conductors; insulated from box.
Service Equipment Label: NRTL labeled for use as service equipment for
panelboards or load centers with one or more main service disconnecting and
overcurrent protective devices.
PANELBOARDS
Section 16442
Page2
. 1
• I
' I
''
, I
r ·.1
' l
2.02 LIGHTING AND APPLIANCE BRANCH-CIRCUIT PANELBOARDS
A. Basis-of-Design Product: Subject to compliance with requirements, provide
Hennessy Products, Inc,. Model M.
B. Panelboards: NEMA PB 1, lighting and appliance branch-circuit type.
C. Mains: Circuit breaker.
D. Branch Overcurrent Protective Devices: Plug-in circuit breakers, replaceable
without disturbing adjacent units.
E. Contactors in Main Bus: NEMA ICS 2, Class A, mechanically held, general-
purpose controller, with same short-circuit interrupting rating as panelboard.
F. Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed
alike .
G. Column-Type Panelboards: Narrow gutter extension, with cover, to overhead
junction box equipped with ground and neutral terminal buses.
2.03 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES
A . Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
1. Square D
B. Basis-of-Design Product: Subject to compliance with requirements, provider
comparable product by one of the following:
1. Hennessy Products, Inc.
C. Molded-Case Circuit Breaker (MCCB): Comply with UL 489, with series-
connected rating to meet available fault currents.
2.04 ACCESSORY COMPONENTS AND FEATURES
A. Accessory Set: Include tools and miscellaneous items required for overcurrent
protective device test, inspection, maintenance, and operation.
PANELBOARDS
Section 16442
Page3
PART 3 -EXECUTION
3.01 INSTALLATION
A. Install panelboards and accessories according to NECA 407.
3 .02 IDENTIFICATION
A. Identify field-installed conductors, interconnecting wmng, and components;
provide warning signs complying with Division 16 Section "Electrical
Identification."
END OF SECTION
PANELBOARDS
Section 16442
Page4
SECTION 16461 -LOW-VOLTAGE TRANSFORMERS
PART 1 -GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general prov1s1ons of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
1.02 SUMMARY
A. This Section includes the following types of dry-type transformers rated 600 V
and less, with capacities up to I 000 kV A:
I. Distribution transformers.
1.03 SUBMITT ALS
A. Product Data: Include rated nameplate data, capacities, weights, dimensions,
minimum clearances, installed devices and features, and performance for each
type and size of transformer indicated.
B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights,
loads, required clearances, method of field assembly, components, and location
and size of each field connection.
1. Wiring Diagrams: Power, signal, and control wiring.
1.04 DELIVERY, STORAGE, AND HANDLING ·
A. Temporary Heating: Apply temporary heat according to manufacturer's written
instructions within the enclosure of each ventilated-type unit, throughout periods
during which equipment is not energized and when transformer is not in a space
that is continuously under normal control of temperature and humidity.
PART 2 -PRODUCTS
2.01 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements,
manufacturers offering products that may be incorporated into the Work include,
but are not limited to, the following:
LOW-VOLTAGE TRANSFORMERS
Section 16461
Page 1
B. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
1. ACME Electric Corporation; Power Distribution Products Division.
2. Challenger Electrical Equipment Corp.; a division of Eaton Corp.
3. Controlled Power Company.
4. Eaton Electrical Inc.; Cutler-Hammer Products.
5. Federal Pacific Transformer Company; Division of Electro-Mechanical
Corp.
6. General Electric Company.
7. Hammond Co.; Matra Electric, Inc.
8. Magnetek Power Electronics Group.
9. Micron Industries Corp.
10. Myers Power Products, Inc.
11. Siemens Energy & Automation, Inc.
12. Square D; Schneider Electric .
2.02 GENERAL TRANSFORMER REQUIREMENTS
A. Description: Factory-assembled and -tested, air-cooled units for 60-Hz service.
B. Cores: Grain-oriented, non-aging silicon steel.
C . Coils: Continuous windings without splices except for taps.
1. Internal Coil Connections: Brazed or pressure type.
2. Coil Material: Aluminum.
2.03 DISTRIBUTION TRANSFORMERS
A. Comply with NEMA ST 20, and list and label as complying with UL 1561.
B. Provide transformers that are constructed to withstand seismic forces specified in
Division 16 Section "Electrical Supports and Seismic Restraints."
C. Cores: One leg per phase .
D. Enclosure: Ventilated, NEMA 250, Type 3R
1. Core and coil shall be encapsulated within resin compound, sealing out
moisture and air.
E . Transformer Enclosure Finish: Comply with NEMA 250.
1. Finish Color: Gray
LOW-VOLTAGE TRANSFORMERS
Section 16461
Page2
F. Taps for Transformers Smaller Than 3 kV A:
G. Wall Brackets: Manufacturer's standard brackets.
H. Fungus Proofing: Permanent fungicidal treatment for coil and core.
I. Low-Sound-Level Requirements: Minimum of 3 dBA less than NEMA ST 20
standard sound levels when factory tested according to IEEE C57.12.91.
2.04 SOURCE QUALITY CONTROL
A. Test and inspect transformers according to IEEE C57.12.91.
B. Factory Sound-Level Tests: Conduct sound-level tests on equipment for this
Project.
PART 3 -EXECUTION
3.01 EXAMINATION
A. Examine conditions for compliance with enclosure-and ambient-temperature
requirements for each transformer.
B. Verify that field measurements are as needed to maintain working clearances
required by NFP A 70 and manufacturer's written instructions.
C. Examine concrete bases for suitable mounting conditions where transformers will
be installed.
D. Verify that ground connections are in place and requirements in Division 16
Section "Grounding and Bonding" have been met. Maximum ground resistance
shall be 5 ohms at location of transformer.
E. Proceed with installation only after unsatisfactory conditions have been corrected.
3.02 INSTALLATION
A. Construct concrete bases and anchor floor-mounting transformers according to
manufacturer's written instructions.
3.03 FIELD QUALITY CONTROL
A. Testing Agency: Owner will engage a qualified testing agency to perform tests
and inspections and prepare test reports.
LOW-VOLTAGE TRANSFORMERS
Section 16461
Page3
B. Manufacturer's Field Service: Engage a factory-authorized service representative
to inspect, test, and adjust components, assemblies, and equipment installations,
including connections. Report results in writing .
C. Perform tests and inspections and prepare test reports.
3.04 CLEANING
A. Vacuum dirt and debris; do not use compressed air to assist in cleaning.
END OF SECTION
LOW-VOLTAGE TRANSFORMERS
Section 16461
Page4
SECTION 16521 -EXTERIOR LIGHTING
PART 1 -GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general prov1s1ons of the Contract, including General and
Supplementary Conditions and Division I Specification Sections , apply to this
Section .
1.02 SUMMARY
A. Section Includes:
1. Exterior luminaires with lamps and ballasts.
2. Poles and accessories.
1.03 DEFINITIONS
A. CCT : Correlated color temperature.
B. CRI: Color-rendering index.
C. HID : High-intensity discharge.
D. LER: Luminaire efficacy rating.
E. Luminaire: Complete lighting fixture, including ballast housing if provided.
F. Pole: Luminaire support structure, including tower used for large area
illumination.
G. Standard: Same definition as "Pole" above.
1.04 STRUCTURAL ANALYSIS CRITERIA FOR POLE SELECTION
A. Dead Load: Weight of luminaire and its horizontal and vertical supports,
lowering devices, and supporting structure, applied as stated in AASHTO L TS-4-
M.
B. Wind Load: Pressure of wind on pole and luminaire and banners and banner
arms, calculated and applied as stated in AASHTO L TS-4-M.
EXTERIOR LIGHTING
Section 16521
Page 1
1. Basic wind speed for calculating wind load for poles exceeding 49.2 feet
in height is 90 mph .
a. Minimum Design Life: 50 years.
2 . Basic wind speed for calculating wind load for poles 50 feet high or less is
100 mph.
a. Minimum Design Life: 25 years.
I.OS SUBMITTALS
A. Product Data: For each luminaire, pole, and support component, arranged in
order of lighting unit designation. Include data on features, accessories, finishes,
and the following:
1. Physical description of luminaire, including materials, dimensions ,
effective projected area, and verification of indicated parameters.
2. Details of attaching luminaires and accessories.
3. Details of installation and construction.
4. Luminaire materials.
5. Photometric data based on laboratory tests of each luminaire type,
complete with indicated lamps, ballasts, and accessories.
a. Manufacturer Certified Data: Photometric data shall be certified
by manufacturer's laboratory with a current accreditation under the
National Voluntary Laboratory Accreditation Program for Energy
Efficient Lighting Products.
6. Ballasts, including energy-efficiency data.
7. Lamps, including life, output, CCT, CRJ, lumens, and energy-efficiency
data.
8. Materials, dimensions, and finishes of poles.
9. Means of attaching luminaires to supports, and indication that attachment
is suitable for components involved.
10. Anchor bolts for poles.
B. Shop Drawings: Include plans, elevations, sections, details, and attachments to
other work .
1. Detail equipment assemblies and indicate dimensions, weights, loads,
required clearances, method of field assembly, components, and location
and size of each field connection.
2. Anchor-bolt templates keyed to specific poles and certified by
manufacturer.
3. Wiring Diagrams: For power, signal, and control wiring.
C. Pole and Support Component Certificates: Signed by manufacturers of poles,
certifying that products are designed for indicated load requirements in
AASHTO LTS-4-M and that load imposed by luminaire and attachments has been
EXTERIOR LIGHTING
Section 16521
Page2
''
included in design. The certification shall be based on design calculations by a
professional engineer.
D. Qualification Data: For qualified agencies providing photometric data for lighting
fixtures.
E. Field quality-control reports.
F. Operation and Maintenance Data: For luminaires and poles to include m
emergency, operation, and maintenance manuals.
G. Warranty: Sample of special warranty.
1.06 QUALITY ASSURANCE
A. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by
manufacturers' laboratories that are accredited under the National Volunteer
Laboratory Accreditation Program for Energy Efficient Lighting Products.
B. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by an
independent agency, with the experience and capability to conduct the testing
indicated, that is an NRTL as defined by OSHA in 29 CFR 1910.
C. Electrical Components, Devices, and Accessories: Listed and labeled as defined
in NFPA 70, by a qualified testing agency, and marked for intended location and
application.
D. Comply with IEEE C2, "National Electrical Safety Code."
E. Comply with NFPA 70.
1.07 DELIVERY, STORAGE, AND HANDLING
A. Store poles on decay-resistant-treated skids at least 12 inches above grade and
vegetation. Support poles to prevent distortion and arrange to provide free air
circulation.
B. Retain factory-applied pole wrappings on fiberglass and laminated wood poles
until right before pole installation. Handle poles with web fabric straps.
C. Retain factory-applied pole wrappings on metal poles until right before pole
installation. For poles with nonmetallic finishes, handle with web fabric straps.
EXTERIOR LIGHTING
Section 16521
Page3
1.08 WARRANTY
A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to
repair or replace products that fail in materials or workmanship; that corrode; or
that fade, stain, perforate, erode, or chalk due to effects of weather or solar
radiation within specified warranty period. Manufacturer may exclude lightning
damage, hail damage , vandalism, abuse, or unauthorized repairs or alterations
from special warranty coverage.
1. Warranty Period for Luminaires: Five years from date of Substantial
Completion.
2. Warranty Period for Metal Corrosion: Five years from date of Substantial
Completion.
3. Warranty Period for Color Retention: Five years from date of Substantial
Completion.
4. Warranty Period for Poles: Repair or replace lighting poles and standards
that fail in finish, materials, and workmanship within manufacturer's
standard warranty period, but not less than three years from date of
Substantial Completion.
PART 2 -PRODUCTS
2.01 MANUFACTURERS
A. Products: Subject to compliance with requirements, provide product indicated on
Drawings.
2 .02 GENERAL REQUIREMENTS FOR LUMINAIRES
A. Lwninaires shall comply with UL 1598 and be listed and labeled for installation
in wet locations by an NRTL acceptable to authorities having jurisdiction.
B. Lenses and Refractors Gaskets: Use heat-and aging-resistant resilient gaskets to
seal and cushion lenses and refractors in luminaire doors.
C. Lwninaire Finish: Manufacturer's standard paint applied to factory-assembled
and -tested luminaire before shipping. Where indicated, match finish process and
color of pole or support materials.
D. Factory-Applied Labels: Comply with UL 1598. Include recommended lamps
and ballasts. Labels shall be located where they will be readily visible to service
personnel, but not seen from normal viewing angles when lamps are in place.
1. Label shall include the following lamp and ballast characteristics:
EXTERIOR LIGHTING
Section 16521
Page4
·• I
a. "USES ONLY" and include specific lamp type.
b. Lamp type, wattage, bulb type (EDI 7, BD56, etc.) and coating
( clear or coated) for HID luminaires.
c. ANSI ballast type (M98, M57, etc.) for HID luminaires.
d. CCT and CRI for all luminaires.
2.03 BALLASTS FOR HID LAMPS
A. Comply with ANSI C82.4 and UL I 029 and capable of open-circuit operation
without reduction of average lamp life. Include the following features unless
otherwise indicated:
1. Ballast Circuit: Constant-wattage autotransformer or regulating high-
power-factor type.
2. Minimum Starting Temperature: Minus 22 deg F.
3. Normal Ambient Operating Temperature: 104 deg F.
4. Ballast Fuses: One in each ungrounded power supply conductor. Voltage
and current ratings as recommended by ballast manufacturer.
B. Auxiliary, Instant-On, Quartz System: Factory-installed feature automatically
switches quartz lamp on when fixture is initially energized and when momentary
power outages occur. System automatically turns quartz lamp off when HID
lamp reaches approximately 60 percent of light output.
2.04 HID LAMPS
A. Metal-Halide Lamps: ANSI C78.43, with minimum CRI 65, and CCT color
temperature 4000 K.
2.05 STEEL POLES
A. Poles: Comply with ASTM A 500, Grade B, carbon steel with a minimum yield
of 46,000 psig; one-piece construction up to 63 feet in height with access
handhole in pole wall.
1. Shape: Round, tapered.
2. Mounting Provisions: Butt flange for bolted mounting on foundation .
PART 3-EXECUTION
3.01 LUMINAIRE INSTALLATION
A. Install lamps in each luminaire.
EXTERIOR LIGHTING
Section 16521
Page 5
B. Fasten luminaire to indicated structural supports.
1. Use fastening methods and materials selected to resist seismic forces
defined for the application and approved by manufacturer.
C. Adjust luminaires that require field adjustment or aiming. For Baseball field.
3.02 POLE INSTALLATION
A. Alignment: Align pole foundations and poles for optimum directional alignment
of luminaires and their mounting provisions on the pole.
B. Clearances: Maintain the following minimum horizontal distances of poles from
surface and underground features unless otherwise indicated on Drawings:
1. Water, Gas, Electric, Communication, and Sewer Lines: 10 feet.
2. Trees: 15 feet from tree trunk.
C. Concrete Pole Foundations: Set anchor bolts according to anchor-bolt templates
furnished by pole manufacturer. Concrete materials, installation, and finishing
requirements are specified in Division 3 Section "Cast-in-Place Concrete."
D. Foundation-Mounted Poles: Mount pole with leveling nuts, and tighten top nuts
to torque level recommended by pole manufacturer.
1. Use anchor bolts and nuts selected to resist seismic forces defined for the
application and approved by manufacturer.
2. Grout void between pole base and foundation. Use nonshrink or
expanding concrete grout firmly packed to fill space.
3. Install base covers unless otherwise indicated.
4. Use a short piece of 1/2-inch-diameter pipe to make a drain hole through
grout. Arrange to drain condensation from interior of pole.
E. Poles and Pole Foundations Set in Concrete Paved Areas: Install poles with
minimum of 6-inch-wide, unpaved gap between the pole or pole foundation and
the edge of adjacent concrete slab. Fill unpaved ring with pea gravel to a level I
inch below top of concrete slab.
F. Raise and set poles using web fabric slings (not chain or cable).
3.03 CORROSION PREVENTION
A. Aluminum: Do not use in contact with earth or concrete. When in direct contact
with a dissimilar metal, protect aluminum by insulating fittings or treatment.
EXTERIOR LIGHTING
Section 16521
Page6
B. Steel Conduits: Comply with Division 16 Section "Raceways and Boxes." In
concrete foundations, wrap conduit with 0.010-inch-thick, pipe-wrapping plastic
tape applied with a 50 percent overlap.
3.04 GROUNDING
A. Ground metal poles and support structures according to Division 16 Section
"Grounding and Bonding."
1. Install grounding electrode for each pole unless otherwise indicated.
3.05 FIELD QUALITY CONTROL
A. Inspect each installed fixture for damage. Replace damaged fixtures and
components.
B. Illumination Observations: Verify normal operation of lighting units after
installing luminaires and energizing circuits with normal power source .
1. Verify operation of photoelectric controls.
C. Illumination Tests:
1. Measure light intensities at night. Use photometers with calibration
referenced to NIST standards. Comply with the following !ESNA testing
guide(s):
a. IESNA LM-5, "Photometric Measurements of Area and Sports
Lighting Installations."
b. IESNA LM-64, "Photometric Measurements of Parking Areas."
D. Prepare a written report of tests, inspections, observations, and verifications
indicating and interpreting results. If adjustments are made to lighting system,
retest to demonstrate compliance with standards.
END OF SECTION
EXTERIOR LIGHTING
Section 16521
Page7
SECTION 16526 -EXTERIOR ATHLETIC LIGHTING
PART 1 -GENERAL
1.01 RELATED DOCUMENTS
A. Drawings and general prov1s1ons of the Contract, including General and
Supplementary Conditions and Division I Specification Sections, apply to this
Section.
1.02 SUMMARY
A. Section includes lighting for the following outdoor sports venues:
1. Baseball fields.
B. Related Sections:
1. Division 16 Section "Lighting Control Devices" for automatic and remote
control of lighting, including time switches, photoelectric relays, and
multipole lighting relays and contactors.
1.03 DEFINITIONS
A. CV: Coefficient of variation; a statistical measure of the weighted average of all
relevant illumination values for the playing area, expressed as the ratio of the
standard deviation for all illuminance values to the mean illuminance value.
B. Delegated-Design Submittals: Documents, including drawings, calculations, and
material and product specifications prepared as a responsibility of Contractor to
obtain acceptance by Owner and authorities having jurisdiction.
C. Illuminance: The metric most commonly used to evaluate lighting systems. It is
the density of luminous flux, or flow of light, reaching a surface divided by the
area of that surface.
1. Horizontal Illuminance: Measurement in foot-candles, on a horizontal
surface 36 inches above ground unless otherwise indicated.
2. Target Illuminance: Average maintained illuminance level, calculated by
multiplying initial illuminance by LLF.
3. Vertical Illuminance: Measurement in foot-candles, in two directions on a
vertical surface, at an elevation coinciding with plane height of horizontal
measurements.
EXTERIOR ATHLETIC LIGHTING
Section 16526
Page 1
D. LC: Lighting Certified.
E. Light Trespass: Light spill into areas and properties outside the playing areas,
which is either annoying or unwanted.
F. LLD: Lamp lumen depreciation, which is the decrease in lamp output as the lamp
ages.
G. LLF: Light loss factor, which is the product of all factors that contribute to light
loss in the system.
H. Luminaire: Complete lighting fixture, including ballast housing if integral.
I. UG: Uniformity gradient; the rate of change of illuminance on the playing field,
expressed as a ratio between the illuminances of adjacent measuring points on a
uniform grid.
1.04 PERFORMANCE REQUIREMENTS
A. Facility Type: Recreational or social facility.
B. Illumination Criteria:
1. Minimum average target illuminance level for each lighted area for each
sports venue and for the indicated class of play according to IESNA RP-6.
C. Illumination Criteria:
1. Minimum Average Target Illumination: 50 fc infield, 30 fc outfield.
D. Illumination Calculations: Computer-analyzed point method complying with
IESNA RP-6 to optimize selection, location, and aiming of luminaires.
1. Grid Pattern Dimensions: For playing areas of each sport and areas of
concern for spill-light control, correlate and reference calculated
parameters to the grid areas. Each grid point represents the center of the
grid area defined by the length and width of the grid spacing.
2. Spill-Light Control: Minimize spill light for each playing area on adjacent
and nearby areas.
a. Prevent light trespass on properties near Project as defined by City
of Fort Worth.
3. Luminaire Mounting Height: Comply with IESNA RP-6, 60'.
4. Luminaire Placement: Luminaire clusters shall be outside the glare zones
defined by IESNA RP-6.
E. Baseball Fields:
EXTERIOR ATHLETIC LIGHTING
Section 16526
Page2
I. !ESNA RP-6 , Class of Play: III.
2. Speed of Sport: Fast.
3. Grid Pattern Dimensions: 20 by 20 feet.
F. Lighting Control: Manual, low voltage, or digital; providing the following
functions, integrated into a single control station, with multiple subcontrol stations
as indicated:
I. Control Station: Key-operated master switch, manual push-button
controls, and system status indicator lights.
G . Electric Power Distribution Requirements:
I. Electric Power: 480 V; three phase.
H. Maximum Total Load: I 00 A.
I. Maximum Total Voltage Drop from Source to Load: 5 percent, including
voltage drops in branch circuit, subfeeder, and feeder.
PART 2 -PRODUCTS
2.01 LUMINAIRES, LAMPS, AND BALLASTS
A. Luminaires: Listed and labeled, by an NRTL acceptable to authorities having
jurisdiction, for compliance with UL 1598 for installation in wet locations.
I . Doors , Frames, and Other Internal Access: Smooth operating, free from
light leakage under operating conditions, and arranged to permit relamping
without using tools. Arrange doors, frames , lenses, diffusers, and other
pieces to prevent their accidental falling during relamping and when
secured in operating position. Doors shall be removable for cleaning or
replacing lens.
2. Exposed Hardware: Stainless-steel latches, fasteners, and hinges .
3. Spill-Light Control Devices: Internal louvers and external baffles
furnished by manufacturer and designed for secure attachment to specific
luminaire.
4. Lamps for Baseball field Luminaires:. Metal halide, rated 1500W.
B. Ballast Mounting: At location of associated lurninaires unless otherwise
indicated.
EXTERIOR ATHLETIC LIGHTING
Section 16526
Page3
2.02 SUPPORT STRUCTURES
A. Support-Structure Wind-Load Strength: Poles and other support structures,
brackets, arms, appurtenances, bases, anchorages, and foundations shall comply
with AASHTO LTS-4-M and shall be certified by manufacturers to withstand
winds up to 100 mph without permanent deflection or whipping.
B. Support-Structure Seismic Strength: Poles or other support structures, brackets,
arms, appurtenances, bases, anchorages, and foundations shall be designed to
prevent separation of components or fracture of poles, luminaire supports, or pole
foundations during a seismic event.
C. Mountings, Fasteners, and Appurtenances :
1. Corrosion resistant, compatible with support components, and which shall
not cause galvanic action at contact points.
a. Steel Components: Hot-dip galvanized after fabrication ,
complying with ASTM A 123/A 123M.
b. Mounting Hardware Fasteners: Hot-dip galvanized, complying
with ASTM A 153/A 153M, or minimum 18-8 grade stainless
steel.
2. Accommodate attachments and wiring of other indicated systems.
D. Concrete for Pole Foundations: 3000-psi , 28-day minimum compressive strength.
Concrete, reinforcement, and formwork are specified in Division 3 Section "Cast-
in-Place Concrete ."
PART 3 -EXECUTION
3.01 INSTALLATION
A. Use web fabric slings (not chain or cable) to raise and set structural members.
Protect equipment during installation to prevent corrosion.
B. Install poles and other structural units level, plumb, and square.
C. Except for embedded structural members, grout void between pole base and
foundation. Use nonshrinking or expanding concrete grout firmly packed in
entire void space. Use a short piece of 1/2-inch-diameter pipe to make a drain
hole through grout. Arrange to drain condensation from interior of pole .
Nonshrink grout is specified in Division 5 Section "Metal Fabrications."
D. Install pole pads at all poles inside playing field boundaries and when located
within 20 feet of the field boundary.
EXTERIOR ATHLETIC LIGHTING
Section 16526
Page4
E. Extend cast-in-place bolted base foundations 36 inches above grade, minimum.
F. Install controls and ballast housings in cabinets mounted on support structure at
least 10 feet above finished grade.
END OF SECTION
EXTERIOR ATHLETIC LIGHTING
Section 16526
Page5
ROCKWOOD PARK IMPROVEMENTS
CITY OF FORT WORTH, TEXAS
MAS-TEK PROJECT NO: E09-0206
MARCH 20, 2009
PRESENTED TO:
HUITT-ZOLLARS, INC.
FORT WORTH, TEXAS
PRESENTED BY:
MAS-TEK ENGINEERING & ASSOC/A TES, INC.
5132 Sharp Street -Dallas Texas 75247
MM-'nlc ....... -....
• Aa1111 I law Inc.
March 20, 2009
Mr. James L. Higgins
Project Manager
Huitt-Zollars, Inc.
500 West 7th Street, Suite 300
Fort Worth, Texas 76102
Phone:(817) 335-3000 ext. 10228
Email: jhiggins@huitt-zollars.com
Re : Geotechnical Investigation
Rockwood Park Improvements
City of Fort Worth, Texas
Mas-Tek Report No. E09-0206
Dear Mr. Higgins:
MAS-TEK Engineering
& Associates, Inc.
Please find enclosed our report summarizing the results of the geotechnical investigation
performed at the above referenced project. We trust the recommendations derived from this
investigation will provide you with the information necessary to complete your proposed
project successfully.
We thank you for the opportunity to provide you with our professional services . If we can be of
further assistance, please do not hesitate to contact us.
Sincerely,
MAS-TEK ENGINEERING & ASSOCIATES, INC.
~~nd,.E.
Geotechnical Consultant
Geotechnical Consulting & Materials Testing
5132 Sharp Street Dallas, Texas 75247 972 709-7384
TABLE OF CONTENTS
PAGE
1.0 INTRODUCTION------------------------------------------1
1.1 PROJECT DESCRIPTION ............................................................................. 1
1.2 PURPOSE AND SCOPE ............................................................................... 1
2 .0 FIELD INVESTIGATION --------------------------------------------------------------1
3.0 LABORATORY TESTING ----------------------------------------------------2
4 .0 SITE AND SUBSURFACE CONDITIONS----------------------------------2
4.1 GENERAL SITE CONDITIONS ..................................................................... 2
4.2 SUBSURFACE CONDITIONS ....................................................................... 2
4.3 GROUNDWATER CONDITIONS ................................................................... 3
5.0 ANALYSES AND RECOMMENDATIONS--------------------3
5.1 SOIL MOVEMENT ......................................................................................... 3
5.2 BELLED PIER FOUNDATION SYSTEM ........................................................ 4
5.2.1 LATERAL RESISTANCE ............................................................. 6
5.3 DRILLED SHAFT SOIL INDUCED UPLIFT LOADS ....................................... 6
5.4 DRILLED SHAFT CONSTRUCTION CONSIDERATIONS ............................. 6
5.5 STRUCTURAL DETAILING ........................................................................... 7
5.6 GRADE BEAMS ............................................................................................. 7
5.7 CONCRETE FLOOR SLABS AND FLA TWORK SENSITIVE TO
MOVEMENTS ................................................................................................ 8
5.7 .1STRUCTURALLY SUPPORTED FLOOR SLAB .......................... 8
5. 7 .2SLAB-ON-GRADE FLOOR SLAB ................................................ 9
5.8 FLAT WORK CONSIDERATIONS ............................................................... 10
6.0 PAVEMENT RECOMMENDATIONS---------------------------------------11
6.1 SUBGRADE PREPARATION ...................................................................... 11
6.2 RECOMPACTED PAVEMENT SUBGRADE ................................................ 12
6.3 DRIVE APPROACHES ................................................................................ 13
6.4 PAVEMENT SECTIONS .............................................................................. 13
6.5 PAVEMENT CONSIDERATIONS ................................................................ 14
7 .0 STORM WATER LINE CONSTRUCTION----------------------15
7.1 TRENCH EXCAVATIONS ............................................................................ 15
7.2 OPEN CUTS ................................................................................................ 16
7.3 TRENCH BRACING ..................................................................................... 16
7.4 DEWATERING ............................................................................................ 16
7.5 CONSTRUCTION CONSIDERATIONS ....................................................... 17
8.0 EARTHWORK GUIDELINES -17
8.1 SITE GRADING AND DRAINAGE ............................................................... 17
8.2 UTILITY TRENCH EXCAVATION ................................................................ 18
8.3 PROOFROLLING AND SUBGRADE PREPARATION ................................. 18
8.4 ON-SITE CLAY FILL PLACEMENT IN PAVEMENT AND
LANDSCAPING AREAS .............................................................................. 18
8.5 ON-SITE CLAY FILL PLACEMENT IN BUILDING AREAS .......................... 19
8.5.1 MOISTURE CONDITIONING PRIOR TO COMPACTION ......... 19
8.5.2QUALITY ASSURANCE REQUIREMENTS ............................... 19
8.6 SELECT FILL PLACEMENT IN BUILDING AREAS ..................................... 20
9.0 FIELD SUPERVISION 20
10.0 LIMITATIONS ----20
MAS-TEK ENGINEERING EOS-0206
ILLUSTRATIONS
PLAN OF BORINGS ------------------------------------
FIGURE
---1
LOGS OF BORINGS -------2 thru 14
LEGEND -KEY TO LOG TERMS & SYMBOLS---------------15
SWELL TEST RESULTS ------------16
RECOMMENDED SLOPE RATIOS FOR OPEN TRENCH CUTS ------17
DESIGN OF TRENCH BRACING -LATERAL EARTH PRESSURE--------------18
APPENDIX
APPENDIX -MEASURES TO MINIMIZE DEEP-SEATED SWELL
MAS-TEK ENGINEERING E09-0206
GEOTECHNICAL INVESTIGATION
ROCKWOOD PARK IMPROVEMENTS
CITY OF FORT WORTH, TEXAS
1.0 INTRODUCTION
1.1 PROJECT DESCRIPTION
The project consists of improvements to the existing Rockwood Park located adjacent to
and west of University Drive in Fort Worth, Texas . The improvements will consist of new
canopies at the dug outs and back stops, new tall ball field light poles , a new pavilion, new
parking and a shallow storm drain system.
Final grading plans are not available at this time . For the purpose of this investigation, we
have assumed that the new structures will be constructed near existing grade and that cuts
and _fills required to achieve final grades will be minimal (2 feet or less of cut and/or fill).
1.2 PURPOSE AND SCOPE
The purposes of this geotechnical investigation were to: 1) explore the subsurface
conditions at the site, 2) evaluate the pertinent engineering properties of the subsurface
materials, 3) provide foundation recommendations for the proposed structures , 4) provide
recommendations for subgrade stabilization and slab-on-grade construction for the new
pavilion, 5) provide comments and recommendations for site grading and drainage and 6)
provide subgrade preparation and pavement thickness recommendations. This report was
prepared in general accordance with Mas-Tek Engineering's Proposal P08-0615E dated
June 19, 2008 .
2.0 FIELD INVESTIGATION
The field investigation consisted of drilling five (5) test borings (Borings 8-1 thru B-4 and B-
13) to depths of 25 feet in the vicinity of the proposed canopies, drilling four (4) test borings
(Borings 8-5 thru 8-8) to depths of 25 feet in the vicinity of the proposed tall ball field light
poles, drilling one (1) test boring (Boring 8-9) to a depth of 25 feet in the vicinity of the new
pavilion, drilling one (1) test boring (Boring B-10) to a depth of 15 feet in the vicinity of the
new storm drain and drilling two borings (Borings 8-11 and 8-12) to depths of 5 feet in new
pavements areas.
MAS-TEK ENGINEERING E09-0206
PAGE1
A truck-mounted auger drill rig was used to advance these borings and to obtain samples
for laboratory evaluation. The borings were located at the approximate locations shown on
the Plan of Borings (Figure 1 ).
The results of the boring program are presented on the Logs of Borings, Figures 2 thru 14.
A key to the descriptive terms and symbols used on the logs is presented on Figure 15.
3.0 LABO RA TORY TESTING
Laboratory tests were performed on representative samples of the soil to aid in
classification of the soil materials. These tests included Atterberg limits tests, moisture
content tests, percent passing #200 sieve, and unit weight determinations. Hand
penetrometer tests were performed on the clay soil samples to provide indications of the
swell potential and the foundation bearing properties of the subsurface strata. Unconfined
compression tests were performed on selected samples to provide foundation properties of
the bearing stratum.
To provide additional information about the swell characteristics of these soils at their in-situ
moisture conditions, absorption swell tests were performed on selected samples of the clay
soils. The results of our testing program are presented on the Logs of Borings, Figures 2
through 14 and on the Swell Test Results, Figure 16.
4.0 SITE AND SUBSURFACE CONDITIONS
4.1 GENERAL SITE CONDITIONS
The project site is located within the existing Rockwood Park located adjacent to and west
of University Drive in Fort Worth, Texas. See Plan of Borings (Figure 1) for site
configuration and location. The project site consists of existing baseball fields and parking.
4.2 SUBSURFACE CONDITIONS
Subsurface conditions encountered in the borings, including descriptions of the various strata
and their depths and thickness, are presented on the Logs of Borings. Note that depth on all
borings refers to the depth from the existing grade or ground surface present at the time of the
investigation. Boundaries between the various soil types are approximate.
MAS-TEK ENGINEERiNG E09-0206
PAGE2
4.3 GROUNDWATER CONDITIONS
The borings were advanced using continuous flight auger methods. Advancement of the
borings using these methods allows observation of the initial zones of seepage.
Groundwater seepage was encountered in the structural borings at depths ranging from 14
to 17 feet during drilling. Shallower groundwater levels are possible after periods of heavy
rain.
It is not possible to accurately predict the magnitude of subsurface water fluctuations that
might occur based upon short-term observations. The subsurface water conditions are
subject to change with variations in climatic conditions and are functions of subsurface soil
conditions and rainfall.
5.0 ANALYSES AND RECOMMENDATIONS
5.1 SOIL MOVEMENT
The subsurface exploration revealed the presence of active clay soils. The clay soils will
have a moderate to high shrink/swell potential depending upon the soil moisture condition at
the time of construction. It should be noted that the majority of the site soils were in a dry
condition at the time of our field investigation. Potential Vertical Rise (PVR) calculations
were performed using swell test results, pocket penetrometer readings, and moisture
content tests to estimate the swell potential of the soil.
Potential Vertical Rise (PVR) values based upon the current soil moisture conditions and
current grades have been estimated to range from 3.5 inches (at Borings B-1 and B-4) to 6+
inches (at the remaining structural borings). These estimates are anticipated "active zone"
swell. In a dry condition, the soil swell PVR could exceed 6+ inches in all areas. In addition,
the potential for additional "deep-seated" swell exists at this site. The assumed "active zone"
swell values are upward soil movements that could occur due to typical seasonal moisture
changes and soil swelling within the upper ten (10) feet as measured from finished floor
grade. The deep-seated swell values are additional upward soil movements that could occur
due to moisture changes and soil swelling below a typical ten (10) foot deep "active-zone".
Deep-seated swell could occur due to groundwater fluctuations or free water sources such
as ponding water conditions, percolation of water in landscaped areas, leaking sprinkler
MAS-TEK ENGINEERING E09-0206
PAGE3
lines and/or leaking utility lines that are not detected and repaired in an expedient manner.
The potential for additional deep seated swell ranging from 1 to 3 inches exists at this site
as indicated on the Swell Test Results (Figure 16) of this report.
At most sites, the risk of deep seated swell is not a high risk due to the low probability of
deep water percolation below 1 O' depths. If the risk of additional deep-seated swell is not
desired, structural floors should be used in areas sensitive to movement. The depth of
excavation and moisture conditioning recommended in Section 5. 7 .2 of this report could be
increased by a few feet to reduce the deep seated swell potential. Measures to minimize
deep seated swell associated with free water sources are provided in the Appendix to this
report.
5.2 BELLED PIER FOUNDATION SYSTEM
The propo~ed canopies, tall ball field light poles and pavilion may be supported by drilled
belled shafts. The belled piers should be founded within the bearing stratum and at the
depths below the existing ground surface as provided in Table 1 below.
TABLE 1. RECOMMENDED BELLED PIER FOUNDING DEPTHS
BORING STRUCTURE BEARING STRATUM FOUNDING
NUMBER DEPTH
8-1 Canopy Very stiff to hard light brown clay 15 feet
8-2 Canopy Very stiff to hard light brown clay 14 feet
8-3 Canopy Very stiff light brown clay 13 feet
8-4 Canopy Very stiff to hard brown clay 14 feet
8-5 Tall Light Pole Very stiff dark brown clay 15 feet
8-6 Tall Light Pole Very stiff to hard brown & light 14 feet
brown clay
8-7 Tall Light Pole Very stiff to hard dark brown clay 14 feet
B-8 Tall Light Pole Stiff dark brown clay to brown 11 feet*
very sandy clay
8-9 Pavilion Stiff brown clay to very sandy 13 feet
clay
8-13 Canopy Very stiff to hard brown clay . 15 feet
* The piers to be located within the vicinity of Boring 8-8 should not be over-
drilled over 6 inches due to the presence of water bearing sand and clayey
MAS-TEK ENGINEERING E09-0206
PAGE4
sand below depths of 12 feet. Note: If a sand layer is penetrated as verified
by Mas-Tek, the pier hole should be thoroughly cleaned and concrete placed
to create a concrete plug extending 6 inches above the top of the sand
stratum under the direction of a Mas-Tek engineer. Then, after the concrete
has set (minimum 24 hours), the pier should be belled on the surface of the
concrete plug .
Adjustments in the belled pier depth will be required based on the depth of fill in the building
pad. A bell to shaft ratio in the range of 2.5: 1 to 2. 75: 1 is recommended. In areas where
moisture conditioning is not performed to reduce the potential of "active zone" soil swell, a
bell to shaft ratio of 2.75:1 should be used for all piers. It should be specified that the belling
tool be at least 1 inch smaller than the drilled shaft diameter to minim ize sloughing along the
drilled shaft as the belling tool is used.
The recommended allowable bearing capacity values for the belled piers are provided in
Table 2.
TABLE 2. ALLOWABLE BEARING CAPACITY VALUES
BORING BEARING STRATUM FOUNDING
NUMBER DEPTH
B-1 Very stiff to hard light brown 15 feet
clay
B-2 Very stiff to hard light brown 14 feet
clay
8-3 Very stiff light brown clay 13 feet
8-4 Very stiff to hard brown clay 14 feet
B-5 Very stiff dark brown clay 15 feet
8-6 Very stiff to hard brown & light 14 feet
brown clay
8-7 Very stiff to hard dark brown 14 feet
clay
8-8 Stiff dark brown clay to brown 11 feet
very sandy clay
8-9 Stiff brown clay to very sandy 13 feet
clay
8-13 Very stiff to hard brown clay 15 feet
MAS-TEK ENGINEERING
ALLOWABLE
BEARING
CAPACITY
5,000 psf
5,000 psf
5,000 psf
5,000 psf
5 ,000 psf
5,000 psf
5,000 psf
3,000 psf
4,000 psf
5,000 psf
E09-0206
PAGES
The above allowable bearing capacity values contain factors-of safety of 3.0 based on the
results of geotechnical borings drilled to date. Belled piers should be subject to settlements
of one inch and differential post construction shrink / swell movements. of about 0. 75 inches.
5.2.1 LATERAL RESISTANCE
The piers may be designed to resist lateral wind load forces using an allowable passive
resistance value of 150 psf per foot of depth (linearly increasing with depth). A lateral
modulus value of 200 kcf may also be used. Lateral resistance should not be counted on
within the upper 3 feet of each pier shaft.
5.3 DRILLED SHAFT SOIL INDUCED UPLIFT LOADS
All piers will be subject to uplift loads as a result of swelling within the overlying clays. The
underreamed shafts should have a base to shaft diameter ratio between 2.5 to 1.0 and 2. 75
to 1.0 to provide anchorage to resist potential uplift loads induced by soil heave in the
overlying clays. In areas where moisture conditioning is not performed to reduce the
potential of "active zone" soil swell, a bell to shaft ratio of 2. 75: 1 should be used for all piers.
The piers should have sufficient continuous vertical reinforcing steel extending to the bottom
of the piers to resist the computed net uplift loads (uplift less dead load).
The magnitude of the uplift loads varies with the shaft diameter, soil parameters, free water
sources, and the depth of the active clays acting on the shaft. The uplift pressures can be
approximated at this site by assuming a uniform uplift pressure of 1,500 pounds per square
foot acting on the shaft perimeter for a depth of 12 feet. In areas where moisture
conditioning is not performed to reduce the potential of "active zone" soil swell, the uplift
pressure should be increased to 2,500 psf.
5.4 DRILLED SHAFT CONSTRUCTION CONSIDERATIONS
Groundwater seepage was encountered in the structural borings at depths ranging from 14
to 17 feet during drilling. Shallower groundwater levels are possible after periods of heavy
rain. Excessive groundwater seepage is not anticipated during the drilled pier operations.
However, it is imperative that the drilling, belling and concrete and steel placement be
performed in an expedited manner (within 2 hours) in order to minimize water seepage and
caving issues.
MAS-TEK ENGINEERING E09-0206
PAGE6
Note: If minor water seepage is occurring, the pier steel and concrete should be placed
immediately . The contractor should schedule the work to where drilling and belling
does not start until the concrete is on-site and ready to be poured. The steel and
concrete should be placed as soon as the belling is completed. If excessive amounts
of groundwater seepage are encountered or if caving occurs, a Mas-Tek Engineer
should immediately be contacted for recommendations.
Concrete used for the shafts should have a slump of 6 inches plus or minus 1 inch and
placed in a manner to avoid striking the reinforcing steel and walls of the shaft during
placement. Complete installation of individual belled piers should be accomplished within a
2-hour period in order to help prevent deterioration of bearing surfaces. The drilling of
individual shafts should be excavated in a continuous operation and concrete placed as
soon as practical after completion of the drilling and belling . Belled piers should be
concreted as soon as possible after belling at this site (within 2 hours) in order to reduce the
risk for caving and excessive seepage. If seepage is detected, see note above.
We recommend that Mas-Tek Engineering be retained to observe and document the drilled
pier construction. The engineer, or his representative, should document the shaft diameter,
underream diameter, depth, cleanliness, plumbness of the shaft, and the type of bearing
material. Significant deviations from the specified or anticipated conditions should be
reported to the owner's representative and to the structural engineer. The drilled pier
excavation should be observed to verify the bottom of the hole is belled properly and dry
and thoroughly cleaned of cuttings after completion.
5.5 STRUCTURAL DETAILING
Belled piers at this site will be subjected to differential movement caused by post-
construction shrink/ swell movements. Vertical crack control joints should be used along the
full height of all walls to control cracking associated with differential foundation movements.
Isolation joints should be used between the belled piers and adjacent flatwork in order to
minimize distress caused by differential movements between the belled piers and ground
supported flatwork.
5.6 GRADE BEAMS .
Grade beams supported by piers should be constructed over a void space. A minimum void
MAS-TEK ENGINEERING E09-0206
PAGE7
space of 4 inches should be provided between the bottom of these members and the
subgrade assuming excavation and moisture conditioning is performed per Section 5.7.2 of
this report. Ten (10) inch void spaces with permanent retainer forms should be used if
structural floors are used. Structural cardboard forms are one acceptable means of
providing this void beneath these members. Care must be exercised during concrete
placement to avoid collapsing the cardboard void boxes. The cardboard carton forms should
not be allowed to become wet or crushed prior to concrete placement.
The exterior portions of the grade beams along the perimeter of the buildings should be
carefully backfilled with on-site clayey soils unless specified otherwise below. The backfill
soils should be placed at moisture contents between +2% to +5% percentage points wet of
optimum. The fill should be compacted to 95 percent of maximum dry density as determined
in accordance with ASTM D-698 (Standard Proctor).
5.7 CONCRETE FLOOR SLABS AND FLATWORK SENSITIVE TO MOVEMENTS
Ground supported slabs and flatwork are to be constructed beneath the new canopies and
for the new pavilion. Potential Vertical Rise (PVR) values based upon the current soil
moisture conditions and current grades have been estimated to range from 3.5 inches (at
Borings B-1 and B-4) to 6+ inches (at the remain ing structural borings). These estimates
are anticipated "active zone" swell. In a dry condition, the soil swell PVR could exceed 6+
inches in all areas. There is also a potential for additional "deep-seated· swell at this site
(see Section 5.1 of this report).
Due to the potential for slab movements, the pavilion floor slab and other flatwork slabs
sensitive to movements either should be structurally supported and suspended above the site
soils or should consist of a slab-on-grade that is placed on 18 inches of select fill over
moisture conditioned and compacted fill soils.
Note: If ground supported slabs are placed (or if existing slabs remain) below the proposed
canopies and pavilion and excavation and moisture conditioning is not performed per
Section 5. 7 .2 ( and structural floors are not used per Section 5. 7 .1 ), then large
differential upward slab movements should be anticipated. For this case, an
expansion joint (isolation joint) should be provided between the slab and the
columns and foundations to allow unrestrained upward movements of these slabs.
5. 7.1 STRUCTURALLY SUPPORTED FLOOR SLAB
Due to the potential for slab movements, one method of eliminating the effects of soil
movements in areas sensitive to movement would be the use of structurally supported floor
MAS-TEK ENGINEERING E09-0206
PAGES
slabs suspended above the underlying soils. The void space created (minimum of 10 inches
using permanent retainer forms) between the bottom of the floor slab and the subgrade will
serve to reduce distress resulting from swell pressures generated by the clays. If a structural
fl9or is used, the void space should be drained. Any crawl space should be ventilated . A
suitable vapor barrier should be used below all floor slabs.
If a structurally supported floor slab is used, structural cardboard forms could be used to
provide the required voids beneath the floor slab . If carton forms are used, care should be
taken to assure that the void boxes are not allowed to become wet or crushed prior to or
during concrete placement and finishing operations. Masonite placed on the top of the carton
forms should be used to reduce the risk of crushing of the carton forms during concrete
placement and finishing operations. As a quality control measure during construction, "actual"
concrete quantities placed should be checked against "anticipated" quantities. Significant
concrete "overage" would be an early indication of a collapsed void.
5. 7.2 SLAB-ON-GRADE FLOOR SLAB
Site preparation work will be required in order to lower the potential soil movements below
ground supported slabs and flatwork. Recommendations for site preparation work to reduce
the anticipated "active zone" soil movements to on the order of one (1) inch are presented
below. It should be noted that there is potential for additional "deep-seated" swell at this site
(see Section 5.1 of this report).
1. Excavate to depth of 9 feet below the existing ground surface or 1 O feet below final
pad grade, whichever is deeper. Excavations should extend 2 feet beyond building
lines or 2 foot beyond adjacent sidewalks and entry areas, whichever is greater. We
recommend that Mas-Tek Engineering review the excavation plan for compliance
with this report prior to construction bidding.
2. After excavation has been performed, the upper 1 O inches of existing subgrade soil
should be scarified and compacted as specified below in Item 3.
3. Fill to within 18 inches of final pad grade using on-site moisture conditioned soils.
On-site clay soils can be used as fill within the building pad if the clay soils are
moisture conditioned as specified below.
On-Site Clay Soils: On-site clay and sandy clay soils having a Pl of 38 or less can
be placed in the building pad as long as the clay soils are compacted between
+5% to +8% above optimum moisture content to a minimum of 92% Standard
Proctor density (ASTM D698).
MAS-TEK ENGINEERING E09-0206
PAGE9
Note: These "targeted" moisture contents are subject to compressive
strength and soil swell verifications and adjustment per Section
8.5.2 of this report.
4. Fill to final pad grade with a minimum of 18 inches of low Pl select fill. The material
used as select fill should be a very sandy clay to clayey sand with a plasticity index
between 4 and 12. The fill should be spread in loose lifts, less than 9 inches thick,
and uniformly compacted to a minimum of 95 percent of ASTM Standard D 698
between -2 and +2 percentage points of the soil's optimum moisture content.
5. The upper 18 inches of fill in unpaved areas near the building should consist of
compacted on-site clay to minimize water infiltration into the select fill (compact in 6
inch lifts at +1% to +4% above optimum to 95% ASTM D 698).
6. Moisture condition of completed pad must be maintained until all slabs are in place.
This will be particularly important along the building perimeter where clay soils will
possibly be exposed after excavations for grade beams or tilt wall panels. The use of
6 inches of select fill above exposed clay excavations would reduce moisture losses
during prolonged dry weather conditions.
All work should be performed in accordance with the Earthwork Guidelines (Section 8.0) of
this report.
A polyethylene moisture barrier is recommended below slab-on-grade floor slabs where
floor coverings, treated or painted floor surfaces will be applied with products which are
sensitive to moisture or if products stored on the building floors are sensitive to moisture.
Procedures for installation of vapor barriers are recommended in ACI 302.
5.8 FLAT WORK CONSIDERATIONS
Provisions should be made for post-construction differential upward movement of adjacent flat
work. Site grading plans should include provisions for the effects of soil movements on access
and entry slabs and adjacent sidewalks. To prevent potential tripping hazards, access and entry
slabs should be elevated above the adjacent sidewalks and pavement slabs.
If a structural supported floor slab is used, we recommend that all access and entry slabs
also be structurally supported on drilled shafts and suspended above the active clays by a
minimum 10 inch void space. To prevent potential tripping hazards, these access and entry
slabs should be elevated above adjacent sidewalks and pavement slabs and provided with
transition slabs over a 1 O inch void space that are hinged at grade beam connections and
provided with toe beams at connections to adjacent flatwork. All void spaces should be
MAS-TEK ENGINEERING E09-0206
PAGE 10
; ·1
' 1
' I
' 1
. '
' 1
.,
drained. We recommend that Mas-Tek Engineering be retained to review the project
drawings and specifications to ensure compliance with the geotechnical report.
6.0 PAVEMENT RECOMMENDATIONS
We assume that only occasional heavy to medium truck traffic will be present on the drive
areas and that only automobile traffic will be used in the parking pavements. The following
recommendations are based upon these assumed conditions.
6.1 SUBGRADE PREPARATION
The surficial clay soils are active and have a moderate to high shrink/swell potential. Clay
soils react with hydrated lime, which serves to improve their support value and provide a
firm, uniform subgrade beneath the paving. The subgrade should be proof-rolled prior to
liming.
If lime stabilization is performed, 6 to 7 percent hydrated lime by dry weight (32 to 37
pounds per square yard per 6-inch depth) should be used to stabilize the existing clay
subgrade. The actual lime requirement will depend upon the actual subgrade soils exposed
at final grade and should be determined at the time of construction.
The lime should be thoroughly mixed and blended with the top 6 inches of the subgrade
(TxDOT Item 260) and the mixture compacted to a minimum of 95 percent of maximum dry
density as determined in accordance with ASTM D 698, within 2 percentage points of the
soil's optimum moisture content. We recommend that this lime stabilization extend 1 to 2
feet beyond exposed pavement edges, if possible, in order to reduce the effects of
shrinkage during extended dry periods.
Sand should be specifically prohibited beneath pavement areas during final grading (after
stabilization), since these more porous soils can allow water inflow, resulting in heave and
strength loss of subgrade soils. It should be specified that only lime stabilized soil will be
allowed for fine grading. After fine grading each area in preparation for paving, the
subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight
non-yielding subgrade.
Project specifications should allow a curing period between initial and final mixing of the
lime/soil mixture. After initial mixing, the lime treated subgrade should be lightly rolled and
maintained at or to 5 percentage points above the soil's optimum moisture content until final
MAS-TEK ENGINEERING E09-0206
PAGE11
mixing and compaction . We recommend a 3-day curing period for these soils. The following
gradation requirements are recommended for the stabilized materials before final
compaction :
Minimum Passing 1 3/4" Sieve
Minimum Passing No. 4 Sieve
Percent
100
60
All non-slaking Mas-Tekregates retained on the No. 4 sieve should be removed before
testing.
The stabilized subgrade should be protected and moist cured or sealed with a bituminous
material for a minimum of 7 days or until the pavement materials are placed. Pavement
areas should be graded to prevent ponding and infiltration of excessive moisture on or
adjacent to the pavement areas .
6.2 RECOMPACTED PAVEMENT SUBGRADE
If subgrade stabilization is not performed, the upper six-(6) inches of subgrade soil should
be compacted at -2 to +2 percentage points of optimum moisture to a minimum of 95%
Standard Proctor density (ASTM D 698). The subgrade should be proof-rolled prior to
subgrade compaction.
Only on-site soil (comparable to the underlying subgrade soil) should be used for fine
grading the pavement areas. After fine grading, the subgrade should again be watered if
needed and re-compacted in order to re-achieve the moisture and density levels discussed
above and provide a tight non-yielding subgrade . Sand should not be allowed for use in fine
grading the pavement areas as discussed previously. The subgrade moisture content and
density must be maintained until paving is completed. The subgrade should be watered just
prior to paving to assure concrete placement over a moist subgrade .
Due to the presence of expansive clay soils, post construction upward pavement
movements should be anticipated. Inspection during construction is particularly important to
insure proper construction procedures are followed.
MAS-TEK ENGINEERING E09-0206
PAGE12
i •
6.3 DRIVE APPROACHES
Water should not be allowed to pond in drive approaches prior to paving . Density tests
should be performed on the subgrade soils in each drive approach prior to fine grading in
preparation for paving to verify compliance with project specifications .
6.4 PAVEMENT SECTIONS
Tables 3 and 4 present the recommended pavement sections for this project:
TABLE 3. LIGHT DUTY PAVEMENT SECTION
. . ,. . . . . ~ -·< -
AUTOMOBILE. TRAFFIC ONLY (AutomobitecPa~king Stalls) ·. .· .. . . . . .. ,.";., ... ,,
PCC SECTION
5 inches Portland Cement Concrete
6 inches Scarified and Compacted Subgrade *
* A lime stabilized subgrade could be used to improve performance,
and reduce maintenance.
TABLE 4. MEDIUM DUTY PAVEMENT SECTIONS
MEDIUM DUTY PAVEMENT (Auto Drive -.Apptoaches and High
, Den,fty tr~yel Lanes with Occasional Truck Traffic) *
PCC SECTION
6 inches Portland Cement Concrete
6 inches Scarified and Compacted Subgrade
* For less than 25 heavy truck repetitions per week (20-year
design life). A lime-stabilized subgrade would improve performance ,
reduce maintenance, and increase the capacity for heavy truck traffic by
about35%.
The use of a lime stabilized subgrade is not required by design but would improve
performance, reduce maintenance, and increase capacity for heavy truck traffic by about
35% as indicated above.
The concrete in automobile traffic only areas should have a minimum 28 day compressive
strength of 3,000 psi. In truck drive areas, the concrete strength should be increased to
3,600 psi for improved performance and increased serviceable life. Concrete quality will be
important in order to produce the desired flexural strength and long term durability.
MAS-TEK ENGINEERING E09-0206
PAGE 13
Assuming a nominal maximum aggregate size of 1 inch to 1 3/8 inches, we recommend that
the concrete have entrained air of 5 percent (± 1 % ) with a maximum water cement ratio of
0.44.
Proper joint placement and design is critical to pavement performance. Load transfer at all
longitudinal joints and maintenance of watertight joints should be accomplished by use of tie
bars. Control joints should be sawed as soon as possible after placing concrete and before
shrinkage cracks occur. All joints including sawed joints should be properly cleaned and
sealed as soon as possible to avoid infiltration of water.
Our previous experience indicates that joint spacing on 12 to 15 foot centers have generally
performed satisfactorily. It is our recommendation that the concrete pavement be reinforced
with No. 3 bars placed on chairs on approximately 18-inch centers in each direction. We
recommend that the perimeter of the pavements have a stiffening curb section to prevent
possible distress due to heavy wheel loads near the edge of tha pavements and to provide
channelized drainage.
6.5 PAVEMENT CONSIDERATIONS
It is recommended that provisions be made in the contract to provide for proofrolling in
areas where the subgrade will support new pavements. It is also recommended that an item
be included for removal and replacement of soft materials, which are identified by this
procedure.
Proofrolling can generally be accomplished using a heavy (25 ton or greater total weight)
pneumatic tired roller making several passes over the areas. Where soft or compressible
zones are encountered, these areas should be removed to a firm subgrade. Wet or very
moist surficial materials may need to be undercut and either dried or replaced with proper
compaction or replaced with a material which can be properly compacted. Any resulting void
areas should be backfilled to finished subgrade in 6 inch compacted lifts compacted to 95
percent of maximum dry density as determined by ASTM D 698 at -2 to +2 percentage
points of its optimum moisture content.
Achieving the required field density is dependent upon the adequate pulverization of the
clay fill materials, the magnitude of compaction energy and the maintenance of field
MAS-TEK ENGINEERING E09-0206
PAGE14
moisture near optimum. All joints and pavements should be inspected at regular intervals to
ensure proper performance and to prevent crack propagation.
The soils at the site are active and differential heave within paving areas could potentially
occur. The service life of paving may be reduced due to water infiltration into subgrade soils
through heave induced cracks in the paving section. This will result in softening and loss of
strength of the subgrade soils. A regular maintenance program to seal paving cracks will
help prolong the service life of the paving.
The life of the pavement can be increased with proper drainage. Areas should be graded to
prevent ponding adjacent to curbs or pavement edges. Backfill materials, which could hold
water behind the curb, should not be permitted. Flat pavement grades should be avoided.
7.0 STORM WATER LINE CONSTRUCTION
7 .1 TRENCH EXCAVATIONS
It is understood that open cut trench excavations will be performed along the entire
alignment of the new storm water line. It is understood that trench depths will typically be on
the order of 12 feet or less below the existing ground surface.
As indicated on the Boring Logs, soil conditions consisted primarily of clay soils. The clay
soils are jointed and fissured.
For trench excavations less than five feet in depth and in stable clay soils, trench excavation
may be cut near vertical in accordance with OSHA regulations. For excavations to any
depth in unstable soil (sand, gravel, soft clay, non-compact fill, and submerged soil}, or
where seepage, or sloughing is observed, it will be necessary to employ either sloped
excavations or temporary bracing.
For excavation to depths in excess of five feet, it will be necessary to employ either sloped
excavations or temporary bracing, regardless of the soil conditions encountered, General
guidelines for the design of these two alternatives are discussed in the following sections.
MAS-TEK ENGINEERING E09-0206
PAGE15
7 .2 OPEN CUTS
Recommended slope ratios for the respective soil conditions are presented graphically on
Figure 17. Trench excavation to depths of less than five feet in unstable soil conditions
should be cut back in a similar manner as described above . It should be recognized that
free standing slopes will be less stable when influenced by groundwater or saturated by
rain. Surcharge loads, such as those resulting from excavation spoil, or equipment, should
be placed no closer than two feet from the crest of the slope, or in accordance with OSHA
regulations. Vehicle traffic should be maintained at least five feet from the edge of the crest.
Excavation may encounter non-compact fill soils placed during previous construction of
underground utilities. If encountered, these fill soils should be sheeted, shored, and braced,
or laid back on slopes no steeper than 1.5 (H): 1 M-The contractor will need to take
measures to avoid undermining and damaging the existing underground utilities.
7 .3 TRENCH BRACING
Where site limitations require excavations to have vertical side walls, an internal bracing
system ..yill be necessary. Bracing may consist of t i mber or steel shoring or manufactured
steel trench braces. The lateral pressure distribution to be used in the design of trench
bracing may be determined as presented on Figure 18. It should be recognized that
pressures are not included from hydrostatic pressures, surcharge loads, or traffic live loads
at trench side walls, dynamic loads, and vibration, which if present, must be included in
bracing design . In lieu of a shoring system, a trench shield consisting of a prefabricated
rigid steel unit adequate to withstand anticipated lateral pressures may be used.
7 .4 DEWATERING
Groundwater seepage was encountered at depths ranging from 14 to 18 feet below the
existing ground surface. Groundwater levels should be anticipated to be encountered at
relatively shallow depths in some areas after periods of heavy rain. In areas where
groundwater is encountered, a system of ditches, sumps and/or well points, and pumping
will be required to provide groundwater control. The design of the actual dewatering system
required is the contractor's responsibility. This includes the control of tail-water flow through
previous backfilled sections.
MAS-TEK ENGINEERING E09-0206
PAGE16
1·.
r •
7.5 CONSTRUCTION CONSIDERATIONS
The following guidelines are presented to aid in the development of the excavation plans:
• Surface areas behind the crest of the excavations should be graded so that surface
water does not pond within 15 feet of the crest, nor drain into the excavation.
• Heavy material stockpiles should not be placed near the crest of slopes per OSHA
requirements . Similarly, heavy construction equipment should not pass over or be
parked within 5 feet of the crest.
• The crest of slopes should be continually monitored for evidence of movement or
potential problems. Freestanding slopes will become less stable when influenced by
groundwater or saturation by rain.
8.0 EARTHWORK GUIDELINES
8.1 SITE GRADING AND DRAINAGE
All grading should provide positive drainage away from the proposed structure and should
prevent water from collecting or discharging near the foundations . Water must not be
permitted to pond adjacent to the structures during or after. construction. Otherwise,
differential soil swell movements, and resulting differential foundation movements could
exceed the estimates contained within this report.
Leave outs for drilled shafts or around the perimeter of the structures should not be allowed
to collect and hold water. These leave outs should be pumped out as needed.
Surface drainage gradients should be designed to divert surface water away from the
buildings and edges of pavements. Surface drainage gradients of sidewalks, pavements,
and landscaping, within 1 O feet of the buildings should be constructed with maximum slopes
allowed by local codes.
Provisions should be made for post-construction differential upward movement of adjacent
flat work. Site grading plans should include provisions for the effects of soil movements on
access and entry slabs and adjacent sidewalks.
MAS-TEK ENGINEERING E09-0206
PAGE17
The roofs should be provided with gutters and downspouts to prevent the discharge of
rainwater directly onto the ground adjacent to the building foundations . Downspouts should
discharge directly onto well-drained areas or drainage swales , if possible. Roof downspouts
and surface drain outlets should discharge into erosion-resistant areas. Water permitted to
pond in planters, open areas, or areas with unsealed joints next to the structures can result
in excessive slab or pavement movements as indicated in this report.
Exterior sidewalks and pavements will be subject to some post construction movement as
indicated in this report. These potential movements should be considered during
preparation of the grading plan . Flat grades should be avoided . Where concrete pavement
is used, joints should also be sealed to prevent the infiltration of water. Since some post
construction movement of pavement and flat work may occur, joints particularly around the
building should be periodically inspected and resea led where necessary.
8.2 UTILITY TRENCH EXCAVATION
Trench excavation for utilities should be sloped or braced in the interest of safety. Attention
is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding
trench excavations greater than 5 feet in depth. Fill placement in trenches should be
performed as specified below.
8.3 PROOFROLLING AND SUBGRADE PREPARATION
Prior to placing fill , the exposed subgrade in areas to receive fill should be stripped and
proofrolled using a fully loaded dump truck. Soft areas should be undercut and replaced
with compacted on-site soils . The surface should then be scarified to a depth of 8 inches
and recompacted to a minimum of 95 percent of the maximum density as determined by
ASTM D 698 between optimum to +3 percentage points of its optimum moisture content.
8.4 ON-SITE CLAY FILL PLACEMENT IN PAVEMENT AND LANDSCAPING AREAS
The on-site surficial clays may be used for general grading and filling. The fill materials
should be free of surficial vegetation or debris. Clay materials should be spread in loose
lifts, less than 8 inches thick and uniformly compacted to a minimum of 95 percent of the
maximum density as determined by ASTM D 698 (Standard Proctor) between optimum to
+3 percentage points of its optimum moisture content.
MAS-TEK ENGINEERING E09-0206
PAGE 18
. l
·.,
' l
8.5 ON-SITE CLAY FILL PLACEMENT IN BUILDING AREAS
On-site clay soils may be used as fill in building areas. All fill should be placed and
compacted in maximum 10-inch lifts. Prior to fill placement, the subgrade should be
proofrolled and compacted to a depth of 1 O inches. See Section 5. 7 .2 of this report for
specification requirements.
8.5.1 MOISTURE CONDITIONING PRIOR TO COMPACTION
Each layer shall be leveled with approved equipment. After spreading, each layer shall be
thoroughly manipulated by plowing, discing, or other approved methods of the full depth of
the layer being placed to insure uniform density and moisture distribution for proper
compaction. The moisture content at the time of compaction shall be within the range
specified in these special provisions. If the material is too dry, it shall be moistened by
watering before and during manipulation, to properly condition the material for compaction.
If the material is too wet, the compaction operation shall be delayed until the moisture
content has been reduced to within satisfactory compaction range.
Because of time of completion limitations, thoroughly processing of the on-site clay soils will
be required during manipulation if the moisture content is below optimum at the time of
placement. Each fill lift should be processed until the soil mixture is free of large clods to
allow uniform moisture distribution and uniform compaction within the entire fill lift. This is
particularly important if highly plastic clay soils are to be used as fill in the building pads.
The amount of processing and reworking required to achieve uniform moisture conditions
can be reduced by pre-wetting the onsite soils prior to placement.
8.5.2 QUALITY ASSURANCE REQUIREMENTS
As a quality control measure, pocket penetrometer (P.P.) Tests shall be performed with
each field density test during construction as further verification that proper moisture
conditioning is being achieved within the clay fill soils . A penetrometer reading between 1.2
and 1.8 tsf will indicate that proper moisture conditioning is being achieved . Similarly, P.P.
tests should be performed on each Proctor Compaction Point in the laboratory for
correlation and verification of the desired P. P. range with respect to Proctor moisture,
density and swell (with verification that volumetric swell is less than 1 % at the targeted
moisture content). Prior to construction, it should be confirmed that the "targeted moisture
contentsn recommended in Section 5.7.2 will result in an average volumetric swell of less
than 1 % within the upper 1 O'. This swell testing should be performed in conjunction with all
proctor compaction testing. If the targeted moisture contents result in an average swell of
MAS-TEK ENGINEERING E09-0206
PAGE19
over 1% or in a P.P . value outside the range indicated above, MAS-TEK should be
contacted to determine if the intent of the geotechnical design is being achieved with
respect to required swell reduction and bearing capacity.
8.6 SELECT FILL PLACEMENT IN BUILDING AREAS
The material used as select fill should be a very sandy clay to clayey sand with a plasticity
index between 4 and 12. The fill should be spread in loose lifts, less than 9 inches thick, and
uniformly compacted to a minimum of 95 percent of ASTM Standard D 698 between -2%
and +2 percentage points above the soil's optimum moisture content. The upper 18 inches
of fill in unpaved areas near the building should consist of compacted on-site clay to
minimize water infiltration into the select fill (compacted in 6 inch lifts at +1% to +4% above
optimum to 95% ASTM 0698).
9.0 FIELD SUPERVISION
Many problems can be avoided or solved in the field if proper inspection and testing
services are provided. It Is recommended that all pier excavations, footing excavations,
proofrolling, site and subgrade preparation, subgrade stabilization and pavement
construction be monitored by a qualified engineering technician. Density tests should be
performed to verify compaction and moisture content of any earthwork. Inspection should
be performed prior to and during concrete placement operations .
10.0 LIMITATIONS
The professional services , which have been performed, the findings obtained , and the
recommendations prepared were accomplished in accordance with currently accepted
geotechnical engineering principles and practices . The possibility always exists that the
subsurface conditions at the site may vary somewhat from those encountered in the test
borings. The number and spacing of test borings were chosen in such a manner as to
decrease the possibility of undiscovered abnormalities, while considering the nature of
loading, size, and cost of the project. If there are any unusual conditions differing
significantly from those described herein, Mas-T ek Engineering & Associates, Inc. should
be notified to review the effects on the performance of the recommended foundation
system.
The recommendations given in this report were prepared exclusively for the use of client,
their client, and their consultants. The information supplied herein is applicable only for the
MAS-TEK ENGINEERING E09-0206
PAGE20
I I
1 ·I
I
'
' 1
' 1
• I
. I
: I
. 1
'. 1
• I
• 1
• I
design of the previously described development to be constructed at locations indicated at
this site and should not be used for any other structures, locations, or for any other purpose.
We will retain the samples acquired for this project for a period of 30 days subsequent to
the submittal date printed on the report. After this period, the samples will be discarded
unless otherwise notified by the owner in writing .
MAS-TEK ENGINEERING E09-0206
PAGE 21
FIGURES
MAS-TEK
~NGINEERING
ROCKWOOD PARK
FORT WORTH, TEXAS
Orawn~R Date3/18/09 RevisedN/A Scale
PLAN OF BORINGS FIGURE
1""' 40' Projecl ~09-0206 1
LOG OF BORING B-1
Project: Rockwood Park Improvements -Fort Worth, Texas
Date: 02/20/2009 Elev.: Location: See Figure 1
Depth to water at completion of boring: 21' North:
Depth to water when checked: end of day
Depth to caving when checked:
ELEVATION/
DEPTH
feet
0
5
10
15
20
25
30
35
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
Notes: Proposed Canopy
DESCRIPTION
Dark brown CLAY
Reddish brown SAND
Dark brown CLAY
Light brown CLAY
-seepage at 17' during drilling
-trace sand
Boring terminated at 25'
MTE, INC.
Project No.: E09-0206
East:
was: 17'
was:
MC LL PL Pl ·200 DO P.PEN UNCON
%%% ""pcf tsf ksf
1.75
1.75
1.75
22 51 17 34 1.75
225
20 3.0
19 112 3 .75 7.1
19 4 .5+
15.0
22 110 2.75 5.0 10.0
4.5+
FIGURE: 2
LOG OF BORING B-2
Project: Rockwood Park Improvements -Fort Worth, Texas
Date : 02/20/2009 Elev .: Location: See Figure 1
Depth to water at completion of boring: Dry North:
Depth to water when checked: end of day
Depth to caving when checked:
ELEVATION/
DEPTH
feel
0
5
10
15
20
25
30
35
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
Notes: Proposed Canopy
DESCRIPTION
Dark brown CLAY w/ calcareous nodules (FILL)
Brown CLAY
Light brown CLAY
-seepage at 16' during drilling
-trace sand
Boring terminated at 25'
MTE, INC .
Project No.: E09-0206
East:
was: 16'
was:
MC LL PL Pl -200 DO P.PEN UNCON Strain
%%% % pct ts! ks!%
3.5
17 4.5++
4.5++
4.5++
13 4 .5++
4.5++
17 55 19 36 113 4 .5++
4 .5++
18 112 4:S+ 172 83
3 .0
4.5+
FIGURE: 3
LOG OF BORING B-3
Project: Rockwood Park Improvements • Fort Worth, Texas
Date: 02/20/2009 Elev.: Location: See Figure 1
Depth to water at completion of boring: 21' North:
Depth to water when checked: end of day
Depth to caving when checked:
ELEVATION/
DEPTH
feet
0
5
10
15
20
25
30
35
SOil SYMBOLS
SAMPLER SYMBOLS DESCRIPTION & FIELD TEST DATA
Dark brown CLAY (FILL)
Brown CLAY w/ trace sand
Light brown CLAY w/ trace sand
-seepage at 15' during drilling
Boring terminated at 25'
Notes: Proposed Canopy
MTE, INC.
Project No.: E09-0206
East:
was: 15'
was:
MC LL Pl Pl -200 DO P .PEN UNCON S1ra1n
%%% % pd Isl ksf %
23
14
17 52 18 34
17
ii,
2.25
4.25
4.5++
4.5++
4.5++
4.5++
112 3.25 5.9 11.3
4.0
2.25
FIGURE: 4
r •
:-. \
LOG OF BORING B-4
Project: Rockwood Park Improvements -Fort Worth, Texas
Date: 02/20/2009 Elev.: Location: See Figure 1
Depth to water at completion of boring: 22' North:
Depth to water when checked: end of day
Depth to caving when checked:
ELEVATION/
DEPTH
feel
0
5
SOIL SYMBOLS
SAMPLER SYMBOLS
&FIELD TEST DATA
DESCRIPTION
Dark brown sandy CLAY
Dark brown CLAY w/ sand
(FILL)
Dark brown & tan CLAY w/ light brown sand seams
10
Brown CLAY w/ trace sand
15
-seepage at 16' during drilling
20
Brown sandy CLAY
25
Boring terminated at 25'
30
35
Notes: Proposed Canopy
MTE, INC.
Project No.: E09-0206
East:
was: 16'
was:
MC LL PL Pl -200 DD P.PEN UNCON Strain
%%% % pct lsf ksf %
23 50 17 33
21
16
15
3J5
2.0
2 .0
2 .0
2.75
4.5
4.5+
4.5++
3.5
1.75
FIGURE: 5
LOG OF BORING B-5
Project: Rockwood Park Improvements -Fort Worth, Texas
Date: 02/20/2009 Elev.: Location: See Figure 1
Depth to water at completion of boring: 22' North:
Depth to water when checked: end of day
Depth to caving when checked:
ELEVATION/
DEPTH
feet
SOIL SYMBOLS
SAMPLER SYMBOLS
& FlaD TEST DATA DESCRIPTION
0 Dark gray CLAY
5
10
Dark brown CLAY
15
-seepage at 17' during drilling
20
Brown sandy CLAY
25
Boring terminated at 25'
30
35
Notes: Tall Ball Field Light Pole
MTE, INC.
Project No.: E09-0206
East:
was: 17'
was:
MC LL Pl Pl -200 DO P.PEN UNCON Slraln
%%% % pct tsf ksf %
24
16
18
19 63 21 42
20
3.2
3 .1
4.5++
4.5++
4.5++
4.5++
4.5++
109 4'.5++
107 3.25 5.8 7.4
3.4
3.5
FIGURE: 6
' l
• I
' I
LOG OF BORING B-6
Project: Rockwood Park Improvements -Fort Worth, Texas
Date : 02/20/2009 Elev.: Location: See Figure 1
Depth to water at completion of boring: 21' North:
Depth to water when checked: end of day
Depth to caving when checked:
ELEVATION/
DEPTH
reel)
0
5
10
15
20
25
30
35
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
DESCRIPTION
Dark brown very sandy CLAY
(FILL)
-2" sand layer at 2' to 3'
Dark brown CLAY w/ trace sand
Brown & light brown CLAY
-seepage at 16' during drilling
Light brown & tan CLAY w/ trace sand
Brown very sandy CLAY
Boring terminated at 25'
Notes: Tall Ball Field Light Pole
MTE, INC.
Project No .: E09-0206
East:
was: 16'
was:
MC LL Pl Pl -200 00 P.PEN UNCON Strain
%%% % pcf tsf ksf %
17
15
14
16 57 19 38
4 .5+
4.5++
4.5++
4.5++
4 .5++
4.5++
4.5
2.75
FIGURE: 7
LOG OF BORING B-7
Project: Rockwood Park Improvements -Fort Worth, Texas
Date: 02/20/2009 Elev.: Location: See Figure 1
Depth to water at completion of boring : 19' North:
Depth to water when checked: end of day
Depth to caving when checked:
ELEVATION/
DEPTH
feel
0
5
10
15
20
25
30
35
SOIL SYM80LS
SAMPLER SYMBOLS
& FIELD TEST DATA DESCRIPTION
Brown sandy CLAY
Dark brown CLAY
Dark brown CLAY w/ trace sand
-seepage at 16' during drilling
Reddish brown CLAY w/ trace sand
Brown clayey SAND
Boring terminated at 25'
Notes: Tall Ball Field Light Poles
MTE, INC.
Project No.: E09-0206
East:
was: 16'
was:
MC LL Pl Pl ·200 DO P.PEN UNCON Strain
%%% % pct lsf ksl %
14
16
17 63 21 42
.-:s+
4 .0
4.5++
4.5++
4.5++
4.5++
4.5++
4 .25
FIGURE: 8
I '
I ..
LOG OF BORING B-8
Project: Rockwood Park Improvements -Fort Worth, Texas
Date: 02/20/2009 Elev.: Location: See Figure 1
Depth to water at completion of boring: 19' North:
Depth to water when checked: end of day
Depth to caving when checked:
ELEVATION/
DEPTH
feel
0
5
10
15
20
25
30
35
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA DESCRIPTION
Dark gray CLAY
Dark brown CLAY w/ trace sand
Brown silty and very sandy CLAYto silty clayey SAND
w/ sand layers
-seepage at 14' during drilling
Brown silty SAND
Boring terminated at 25'
Notes: Tall Ball Field Light Poles
MTE, INC.
Project No.: EOS-0206
East:
was: 14'
was:
MC LL Pl Pl ·200 DD P.PEN UNCON Strain
%%% % pcf tsf ksf %
23
14
16
17
2.4
325
4.5++
4.5++
4.5++
4.5++
113 4.5++ 23.0 7 .4
18 32 17 15 74 111 125 2 .2 6.4
20 69
FIGURE: 9
LOG OF BORING B-9
Project: Rockwood Park Improvements -Fort Worth, Texas
Date: 02/20/2009 Elev.: Location: See Figure 1
Depth to water at completion of boring: 22' North:
Depth to water when checked: end of day
Depth to caving when checked:
ELEVATION/
DEPTH
feet
0
5
10
15
20
25
30
35
SOIL SYMBOLS
SAMPLER SYMBOLS
&FIELD TEST DATA
Notes: New Pavilion
DESCRIPTION
Dark brown CLAY
Dark brown & brown CLAY
Brown CLAY w/ calcareous nodules
Brown very sandy CLAY to clayey SAND
-seepage at 18' during drilling
Brown CLAY
Boring terminated at 25'
MTE, INC.
Project No.: E09-0206
East:
was: 16'
was:
MC LL PL Pl ·200 DO P.PEN UNCON Strain
%%% % pd Isl ksf %
ii
23 3.3
4.5++
4.5++
15 4.5++
17 54 18 36 114 4.5++
4.5+
113 2.0 3.0 11.3
3.6
3.3
FIGURE: 10
·1
' '
. I
LOG OF BORING B-10
Project: Rockwood Park Improvements -Fort Worth, Texas Project No.: E09-0206
Date: 02/20/2009 Elev.: Location: See Figure 1
Depth to water at completion of boring: Dry North: East:
Depth to water when checked: was:
Depth to caving when checked : was:
ELEVATION/ I SOIL SYMBOLS
MC LL PL -200 DD P.P EN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION Pl Ileen &FIELD TEST DATA % % % % pct !sf ksf %
----I--I--f--'--'----~--~--0 V:/" Dark brown very sandy CLAY 4.5++ ::·.:;
Vj 25 ----1--~-'--._ __
'---'---Dark gray CLAY 2.6
t?3 4 .5++
4 .5++
~ 15 52 18 34 4 .5++
5
4.5++
-f----I--'---._ __ ---~· ----Brown CLAY 17 4.5++
~· 4.5+
~10
~ ~. 16 52 17 35 4.5++
15
Boring terminated at 15'
'""20
'""25
30
~35
Notes: New Storm Drain FIGURE: 11
MTE, INC.
LOG OF BORING B-11
Project: Rockwood Park Improvements -Fort Worth, Texas Project No.: E09-0206
Date: 02/20/2009 Elev.: Location: See Figure 1
Depth to water at completion of boring: Dry North: East:
Depth to water when checked: was:
Depth to caving when checked: was:
ELEVATION/1 SOIL SYMBOLS
MC LL PL DEPTH SAMPLER SYMBOLS DESCRIPTION Pl -200 DO P.PEN UNCON Slrain
lleetl & FIELD TEST DATA % % % % pd lsf ksf %
-. -... _ ..__ '--
._ __
L---Vj --,_ -.._ __
0 Dark brown CLAY 2.4
~ 25 57 18 39 2.2
4.5++
4.5++
4.5++
c.5
Boring terminated at 5'
'-10
'-15
~20
c..25
30
~35
Notes: New Parking FIGURE: 12
MTE, INC.
LOG OF BORING B-12
Project: Rockwood Park Improvements -Fort Worth, Texas Project No.: E09-0206
Date: 02/20/2009 Elev.: Location: See Figure 1
Depth to water at completion of boring: Dry North: East:
Depth to water when checked: was:
Depth to caving when checked: was:
ELEVATION/ I SOIL SYMBOLS MC LL Pl -200 OD PPEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION Pl
lfeel\ & FIELD TEST DATA % % % % pcf lsf ksf %
-25 f-57 I----~-,_ __ ,___ --1---0 ~ Dark brown CLAY 19 38 22
2.0
2.8
4.5++ ~ 4.5++
'-5
Boring terminated at 5'
-10
~15
... 20
'-25
'
1-30
'--35
Notes: New Parking FIGURE: 13
MTE, INC.
LOG OF BORING B-13
Project: Rockwood Park Improvements -Fort Worth, Texas
Date: 02/20/2009 Elev.: Location: See Figure 1
Depth to water at completion of boring: 23' North :
Depth to water when checked: end of day
Depth to caving when checked:
ELEVATION/
DEPTH
feet
0
5
10
15
20
25
30
35
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
Notes: Proposed Canopy
DESCRIPTION
Dark brown CLAY
Dark brown & brown CLAY
Brown CLAY
-seepage at 17' during drilling
Light brown very sandy CLAY
Boring terminated at 25'
MTE, INC.
Project No.: E09-0206
East:
was: 17'
was:
MC LL PL Pl ·200 DD
%%% % pcf
22
1-4 55 18 37
14
-4 .5++
4.5++
-4 .5++
17 113 -4 .5+ 12.3
3.75
2 .0
FIGURE: 14
KEY TO LOG TERMS & SYMBOLS
Symbol Description
Strata symbols
0
Fl LJ
VA ~
. .
.
.
. . .
.
.
filliill
CLAY
Sandy
CLAY,
sandy
SAND,
clayey
CLAY&:
SAND
Silty SAND
Misc. Symbols
Water table
at boring
completion
Soil Samplers
I
Notes:
Thin Wall
Shelby TUbe
1. Exploratory borings were drilled on dates indicated using truck
mounted drilling equipment.
2. Water level observations are noted on boring logs.
3. Results of tests conducted on samples
boring logs. Abbreviations used are:
DD• natural dry density (pcf)
MC= natural moisture content (%)
Uncon.= unconfined compression (tsf)
P.Pen.• hand penetrometer (tsf)
4. Rock Cores
recovered are reported on the
LL= liquid limit(%)
PL= plastic limit(%)
PZ • plasticity index
-200 • percent passing #200
REC• (Recovery) sum of core sample recovered divided by length
of run, expressed as percentage.
RQD • (Rock Quality Deaignation) sum of core sample recovery 4•
or greater in length divided by the run, expressed as
percentage.
MTE, INC .
FIGURE:15
SWELL TEST RESULTS
B-2 7-8 112.5 55 19 36 16.8 20.4 938
B-5 9-10 109.3 63 21 42 18.9 21.5 1,188
B-6 14-15 113.6 57 19 38 16.1 19.3 1,813
B-9 3-4 114.0 52 18 34 15.5 21.2 438
B-9 7-8 114.3 54 18 36 17.2 20.3 938
PROCEDURE:
1. Sample placed in confining ring, design load (including overburden) applied, free
water with surfactant made available, and sample allowed to swell completely.
2. Load removed and final moisture content determined.
4.4
3.3
3.6
7.4
4.1
ROCKWOOD PARK IMPROVEMENTS
FORT WORTH, TEXAS
MAS-TEK ENGINEERING
E09-0206 Date: 03/18/09 FIGURE 16
RECOMMENDED SLOPE RATIOS
· Short Term LongTerm
·•.(under 8 hours), '.. (over 8 hours):·
.SOIL/ROCK
..
H V H V
Sand, clayey sand, gravelly sand, and/or soft clay (hand 1-% 1 2 1 penetrometer of 0.5 to 0.9 tsf)
Submerged soils from which water is seeping * 1-% 1 2 1
Stiff to hard clay above existing groundwater level 1 1 1 1
* In accordance with the best interpretation of OSHA regulations, submerged soil
is defined as water bearing granular soils, jointed clay soils, or fractured rock
(tan fractured weathered limestone, or fractured gray limestone) from which
groundwater is seeping.
NOTE: Recommended slope ratios may be subject to reduced stability under the
influence of groundwater or saturation by rain. Recommended slope ratios are
designed for safety only of temporary excavations and are not designed to
prevent limited sloughing during construction.
Rockwood Park
City of Fort Worth
DATE: March 20, 2009
RECOMMENDED
SLOPE RATIOS
PROJECT NO: E09-0206
~~:~~tt
·z Jttl . ~ . ,• :•
:t.: ; .
0
0
0
FIGURE
17
LATERAL EARTH PRESSURES FOR INTERNALLY BRACED EXCAVATIONS
(For excavations terminating in stiff to hard clay)
Excavofion
Bottom
Ground Surf ace
H
H/2
--+
1~ .... ,
Sh = k g H
WHERE:
sh = Lateral Earth Pressure, psf.
g = Saturated Unit Weight of Soil;
Use 130 pcf for Stiff to Hard Clay
H = Height of Excavation (ft.)
k = Earth Pressure Coefficient,
Use 0.30 for Stiff to Hard Clay
H/4
_J_
NOTES: 1) If water is not allowed to drain from behind shoring or bracing, full hydrostatic
pressure must be considered.
2) Surcharge loads and traffic live loads, if present, must also be considered.
Rockwood Park
City of Fort Worth
LATERAL EARTH
PRESSURES FIGURE
18
DATE: March 20, 2009 PROJECT NO: E09-0206
APPENDIX
MEASURES TO MINIMIZE
DEEP-SEATED SWELL
APPENDIX
MEASURES TO MINIMIZE DEEP SEATED SWELL
In order to reduce the risk of excessive upward ground movements caused by soil swelling
associated with free water sources, the following measures should be taken during design
and construction:
• The use of superior contractors and utility line materials accompanied with Quality
Control inspection and testing of all utility line installations including automatic
sprinkler systems installed after construction .
• Sprinkler lines should not be installed near the structure. Instead, the system should
be designed so that the lines themselves are as far away from the structure as
possible. Sprinkler heads should be used with a capacity to direct water toward the
structure from distances of several feet.
• Utility under-drains with impervious b"arriers along the trench bottom may be used as
an additional safeguard to minimize post-construction upward movement caused by
water percolation into the deeper clay soils.
• Elevated landscape beds over impervious lining should be used in lieu of recessed
beds to prevent ponding water conditions near the structure .
• Positive drainage should be provided. Surface drainage gradients within 10 feet of
the building should be constructed with maximum slopes allowed by local codes.
• Roof gutters should be used to direct roof runoff away from the structure in the most
direct manner. Downspouts should not be allowed to discharge into landscaped
areas located near the building. Downspout extensions should be used to facilitate
drainage from the structure .
• Rapid repair of any utility leak including water lines, sewer lines, sprinkler line,
sprinkler heads.
• Trees and deep rooted shrubs should be located no closer to the structure than one-
half their ultimate mature height to reduce foundation settlement effects caused by
moisture absorption of the root systems.
• If the risk of additional deep-seated swell is not desired, structural floors should be
used. The depth of excavation and moisture conditioning could be increased a few
feet if it is desired to reduce the potential for additional deep seated swell.
MAS-TEK ENGINEERING E09-0206
April 13, 2009
Mr. James L. Higgins
Project Manager
Huitt-Zollars, Inc.
500 West 7th Street, Suite 300
Fort Worth, Texas 76102
Phone: (817) 335-3000 ext. 10228
Email: jhiggins@huitt-zollars.com
Re: Supplemental Report to Geotechnical Investigation
Rockwood Park Improvements
City of Fort Worth, Texas
Mas-Tek Report No . E09-0206-02
Dear Mr. Higgins:
MAs-TEK Engineering
& Associates, Inc.
Mas-Tek Engineering previously performed a geotechnical investigation (Mas-Tek Report No.
E09-0206 dated March 20, 2009) for the above project. Concrete pavement sections were
provided based upon the assumptions that only occasional heavy to medium truck traffic
would be present on the drive areas and that only automobile traffic would be used in the
parking pavements. The concrete pavement sections recommended are as follows:
AUTOMOBILE TRAFFIC ONLY (Automobile Parking Stalls-)
PCCSECTION
5 inches Portland Cement Concrete
6 inches Scarified and Compacted Subgrade
MEDIUM DUTY PAVEMENT (Auto Drive Approaches and High
Density Travel Lanes with Occasional Truck Traffic)
PCC SECTION
6 inches Portland Cement Concrete
6 inches Scarified and Compacted Subgrade
Geotechnical Consulting & Materials Testing
5132 Sharp Street Dallas, Texas 75247 972 709-7384
Supplemental Report to Geotechnical Investigation
Rockwood Park Improvements
City of Fort Worth, Texas
Mas-Tek Report No. E09-0206-02
April 13, 2009
MAs-TEK Engineering
& Associates, Inc.
We understand that the design team is considering using asphalt pavements in lieu of using
concrete pavements . We recommend that the following HMAC pavement sections be used:
AUTOMOBILE TRAFFIC ONLY (Automobile Parking Stalls)
HMAC SECTION
2 inch Type C Surface Course
3 inch Type O Binder Course
6 inch Lime-Stabilized Subgrade
or
3 inch Type C Surface Course
6 inch Crushed Stone Base (or crushed concrete)
6 inch Lime-Stabilized Subgrade
MEDIUM DUTY PAVEMENT (Auto Drive Approaches and High
Density Travel Lanes with Occasional Truck Traffic)
PCC SECTION
3inch Type C Surface course
12 inch Crushed Stone Base (or crushed concrete) -two 6-inch lifts
8 inch Lime-Stabilized Subgrade
All asphaltic concrete construction should comply with requirements of TxDOT, Item 340
(2004 Edition). Pavement base should consist of crushed stone flex base or cru.shed
concrete compacted at or above optimum to 95% Modified Proctor density (ASTM 01557).
The base materials should comply with TxOOT Item 247, Type A, Grade 1, or equal. The
base materials should be placed in 4 to 6 inch thick layers.
If you have any questions, please give us a call .
Sincerely,
MAS-TEK ENGINEERING & ASSOCIATES, INC.
/hf~'// ~.//A 1
~aefo. ~Ola~~/
. ~~'~'" ..... -~-:e. OF TE.,\..._ : .. . L ~~---~····~:f ,... . '1~. ""-&, ·!· :•, .. · I:. -~~ .. ~ .. .\\.1.; ·l ........ , .... -:-·· .. N. i= ·oc .. ' ! '·!O I · 1 MJCHAELOA\ -n .... · .:~.z . .............. . . : ~.~·:~·····g· ··6·~ r, ; .•.. J ·,.:o·· . '.. '·. . •J -r~·· ,, .,
.· . ~i{:::-:. . ... ->it
. ~.:.,u;~"\.s .,.~-· ,, .... ~._-
July 1, 2009
Mr. James L. Higgins
Project Manager
Huitt-Zollars, Inc.
500 West 7th Street, Suite 300
Fort Worth, Texas 76102
Phone: (817) 335-3000 ext. 10228
Email: jhiggins@huitt-zollars.com
MAS•TEK Engineering
& Associates, Inc.
Re: Supplemental Report to Geotechnical Investigation
Rockwood Park Improvements
City of Fort Worth, Texas
Mas-Tek Report No. E09-0206-03
Dear Mr. Higgins:
Mas-Tek Engineering previously performed a geotechnical investigation (Mas-Tek Report No.
E09-0206 dated March 20, 2009) for the above project. Belled pier recommendations were
provided in this report to support the proposed pavilion. In conjunction with the belled pier
foundation system, either a structurally supported slab that is suspended above the clay soils
or a slab-on-grade placed on a select fill cap over moisture conditioned clay soils in order to
limit the "active zone" PVR to 1 inch was recommended.
We understand that the pavilion will be an open air structure that can potentially take more
soil swell movements. We understand that the design team desires alternative
recommendations as follows:
1. Reduce the "active zone" soil swell to 2 inches for a slab-on-grade in conjunction
with a belled pier foundation system.
2. Provided recommendations for a Post-Tensioned Foundation System in lieu of the
belled pier foundation system.
ITEM#1
Site preparation work will be required in order to lower the potential soil movements below
ground supported slabs and flatwork. Recommendations for site preparation work to reduce
the anticipated "active zone· soil movements (soil swell within upper 10 feet) to two (2)
inches are presented below. It should be noted that there is potential for additional "deep-
seated" swell at this site (see Section 5.1 of the original report).
Geotechnical Consulting & Materials Testing
5132 Sharp Street Dallas, Texas 75247 972 709-7384
Supplemental Report to Geotechnical Investigation
Rockwood Park Improvements
City of Fort Worth, Texas MAs-TEK Engineering
& Associates, Inc. Mas-Tek Report No . E09-0206-03
July 1, 2009
Page2
1. Excavate to depth of 7 feet below the existing ground surface or 8 feet below final
pad grade, whichever is deeper. Excavations should extend 2 feet beyond building
lines or 2 foot beyond adjacent sidewalks and entry areas, whichever is greater. We
recommend that Mas-Tek Engineering review the excavation plan for compliance
with this report prior to construction bidding .
2. After excavation has been performed, the upper 10 inches of existing subgrade soil
should be scarified and compacted as specified below in Item 3.
3. Fill to within 18 inches of final pad grade using on-site moisture conditioned soils .
On-site clay soils can be used as fill within the building pad if the clay soils are
moisture conditioned as specified below.
On-Site Clay Soils: On-site clay and sandy clay soils having a Pl of 38 or less can
be placed in the building pad as long as the clay soils are compacted between
+5% to +8% above optimum moisture content to a minimum of 92% Standard
Proctor density (ASTM 0698).
Note: These "targeted" moisture contents are subject to compressive
strength and soil swell verifications and adjustment per Section
8.5.2 of the original report.
4. Fill to final pad grade with a minimum of 18 inches of low Pl select fill . The material
used as select fill should be a very sandy day to clayey sand with a plasticity index
between 4 and 12. The fill should be spread in loose lifts, less than 9 inches thick,
and uniformly compacted to a minimum of 95 percent of ASTM Standard D 698
between -2 and +2 percentage points of the soil's optimum moisture content.
5. The upper 18 inches of fill in unpaved areas near the building should consist of
compacted on-site day to minimize water infiltration into the select fill ( compact in 6
inch lifts at +1% to +4% above optimum to 95% ASTM D 698). ·
6. Moisture condition of completed pad must be maintained until all slabs are in place.
This will be particularly important along the building perimeter where clay soils will
possibly be exposed after excavations for grade beams or tilt wall panels. The use of
6 inches of select fill above exposed day excavations would reduce moisture losses
during prolonged dry weather conditions.
All work should be performed in accordance with the Earthwork Guidelines (Section 8.0) of
the original report.
Note: An expansion joint (isolation joint) should be provided between the slab and the
columns and all foundations to allow unrestrained upward · movements of these
slabs.
Supplemental Report to Geotechnical Investigation
Rockwood Park Improvements
City of Fort Worth, Texas
MAS-TEK Engineering
& Assodates, Inc. Mas-Tek Report No. E09-0206-03
July 1, 2009
Page3
ITEM#2
A slab-on-grade foundation system may be used at this site. Site preparation work will be
required in order to lower the potential soil movements. Recommendations for site
preparation work to reduce the anticipated "active zone" soil movements (soil swell within
upper 10 feet) to 3.0 inches are presented below. It should be noted that there is potential
for additional "deep-seated" swell at this site (see Section 5.2 of the original report).
1. Excavate to a depth of 6 feet below the existing ground surface or 7 feet below final
pad grade, whichever is deeper. Excavations should extend 5 feet beyond building
lines or 2 feet beyond adjacent sidewalks and entry areas, whichever is greater. We
recommend that Mas-Tek Engine~ring review the excavation plan for compliance
with this report prior to construction bidding.
2. After excavation is performed, the upper 1 O inches of existing subgrade soil should
be scarified and compacted as specified below in Item 3.
3. Fill to within 18 inches of final pad grade using on-site moisture conditioned soils.
On-site clay soils can be used as fill within the building pad if the clay soils are
moisture conditioned as specified below.
On-Site Clay Soils: On-site clay and sandy clay soils having a Pl of 38 or less can
be placed in the building pad as long as the clay soils are compacted between
+4% to + 7 above optimum moisture content to a minimum of 93% Standard
Proctor density (ASTM D698).
Note: These "targeted" moisture contents are subject to compressive
strength and soil swell verifications and adjustment per Section
8.5.2 of the original report with the exception the pocket
penetrometer should range from 1.3 to 2.0 tsf and the average
swell should be less than 1.5%.
4. Fill to final pad grade with a minimum of 18 inches of low Pl select fill. The material
used as select fill should be a very sandy clay to clayey sand with a plasticity index
between 6 and 14. The fill should be spread in loose lifts, less than 9 inches thick,
and uniformly compacted to a minimum of 95 percent of ASTM Standard D 698
between -2 and +2 percentage points of the soil's optimum moisture content.
5. The upper 18 inches of fill in unpaved areas near the building should consist of
compacted on-site clay to minimize water infiltration into the select fill (compact in 6
inch lifts at +1% to +4% above optimum to 95% ASTM D 698).
6. Moisture condition of completed pad must be maintained until all slabs are in place .
This will be particularly important along the building perimeter where clay soils will
Supplemental Report to Geotechnical Investigation
Rockwood Park Improvements
City of Fort Worth, Texas
Mas-Tek Report No. E09-0206-03
July 1, 2009
Page4
M.u-TEK Englneerint
& Assodates, Inc.
possibly be exposed after excavations for grade beams or tilt wall panels. The use of
6 inches of select fill above exposed clay excavations would reduce moisture losses
during prolonged dry weather conditions.
All work should be performed in accordance with the Earthwork Guidelines (Section 8.0) of
the original report.
A polyethylene moisture barrier is recommended below all floor slabs where floor coverings,
treated or painted floor surfaces will be applied with products which are sensitive to
moisture or if products stored on the building floors are sensitive to moisture. Procedures
for installation of vapor barriers are recommended in ACI 302.
The slab-on-grade foundation system may be post-tensioned or conventionally reinforced
and should be designed by a structural engineer to withstand the estimated potential soil
movements as discussed. Grade beams-founded in properly compacted moisture
conditioned fill soils may be designed using an allowable soil bearing pressure of 1,200
pounds per square foot. We recommend a minimum width of 10 inches for the beams to
provide a margin of safety against a local or punching shear failure of the foundation soils.
Note 1: A Mas-Tek geotechnical engineer or a qualified engineering technician should
observe the footing excavations prior to placing concrete. The foundation bearing
area should be level or suitably benched. It should be free of loose soil, ponded
water, and debris prior to the inspection.
Note 2: Probings should be made by a Mas-Tek Engineer below all load bearing beams
and footings to verify adequate bearing capacity of the supporting soils (to verify
the load bearing beams and footings are not underlain by a localized soft wet zone
within the moisture conditioned fill).
Design requirements for post-tensioned slab-on-grade foundations are indicated below for
building pads prepared in accordance with this supplement report.
Design criteria for a slab designed in accordance w ith the Post-Tensioning lnstitute's (PTI)
slab-on-grade design method have been developed. The edge moisture variation distances
(em) for center lift and edge lift conditions were derived based on a Thomthwaite Index
ranging from O to 20 for the project site. The edge moisture variation distances are based
upon the PTI Manual criteria and are provided in Table 1. PTI differential movement (Ym) is
indicated in Table 2.
Note: PTI Design Requirements have changed ( effective January 1, 2009). Design
requirements are provided below based on the 2005 PTI Third Edition.
"· I
Supplemental Report to Geotechnical Investigation
Rockwood Park Improvements
City of Fort Worth, Texas MAS-TEI< Engineering
& Associates, Inc. Mas-Tek Report No. E09-0206-03
July 1, 2009
Pages
TABLE 1. RECOMMENDED EDGE MOISTURE VAR/A TION DISTANCES (e,,J
2005 PT/ Third Edition
Note 1:
Note 2:
Center Lift Condition
em= 6.0 feet
Edge lift Condition
em= 5.0 feet
TABLE 2. RECOMMENDED PT/ DIFFERENTIAL MOVEMENTS (yrrJ*
2005 PT/ Third Edition
Design PVR 4.0"
Center Lift Condition Ym 3.5"
Edge Lift Condition Ym 2.0"
Beam depths should not be less than 29 inches. Beam spacings should
not exceed 11 feet.
The design values indicated above are based upon the following: site
preparation work being performed as specified above; no trees (existing or
new) located within 22' of foundation .
The Post-Tensioning Institute (PTI) method incorporates numerous design assumptions
associated with the derivation of required variables needed to determine the soil design
criteria. The PTI method of predicting differential soil movement is applicable only when site
moisture conditions are controlled by the climate alone on a well-graded site (i.e. no
improper drainage, water leaks or free water sources). Under these conditions, moisture
increases within the supporting soils and the resulting differential foundation movements are
much lower than differential movements that can occur due to post-construction movements
due to localized saturation caused by free water sources near or beneath the structures.
The performance of a slab foundation can be significantly influenced by landscaping details,
maintenance, recessed landscaping details, additions near the structures, water line leaks,
pool leakage, any other free water sources, as well as by deep rooted trees and shrubs.
-~ .·
Supplemental Report to Geotechnical Investigation
Rockwood Park hnproverilents ·
city of Fort Worth, Texas
Mas~ Tek. ~eport ~o. E09;.0206-03· JiJiy '.1, 2009 .. . .
Pages · .·.
The moist" so1l..tonoition. should be maintain~cf with.irLS.J~~t of ttie .fouridatioo during l$iiil!b;
1
;f:}ii!\litf 'jisl~~1'PJ;.b:ro1~~in~~t~1s~1~1t I .·
·. ·.: .: . . . . . ·-·· . . . ·_. : . .
Note: ·. In order ttu:iccornmodate differeritiai fotirtEl:Eltibn/rriovements, it is . recommended . that .
· ~1ps~1y_ spa~~ · yerti _ctW Joints _ 1:>.e.,· pio.vi&~d ak,ng . a11 -wans · tb . ccmtfor crac1cing
.·a$$ociateciwith; differeritialfoundatihn movement ·. . . . . . . .
·.'. ···:·:.-.•.· :,.::'· .· •'. :. ;," ... :· ·... _ .. · ... __ .-:: ··_.····.·:·· .· .. ·,
It .. ~houlg.]je t~¢QgiJ•ted :J~t-a po.$t-te.n~_i6ne.cf._Qf • ~onv~ritioriall~'J¢irjftjrced' sfab2ona:gtade ' I,.·
. touhctaficifls#forn pia~d . at:this • site wnt tie s_ubMc'tect to sorn·e· dltteieriirar rnov¢m.enti as .· ihdrcated above.-· · · · · · · ··· · · · · · · ·. ·. · · · · · ·· · · ·
:tkiirljtt!iJt~i~~:~wtiitl~:ix:~til~ti~~r:itm:~· .. ·
struciuratJy."·c:oiine.cted to tile : ti.earns. The slal>-on-grade foundaifbn ·sliot.1ld . tie : aliowe<f to
m6ve0fr~~fY:,i.il>~rQ a_s.:sbil sWellirig :6.Cctirsf . . --. • ..
. ,:lf.:y~~h~;~~x q~~iuons;. pi~~1~:gr.,e ll~#:¢.a1i ?
· S.ibc~r.E?ly.;,i : . , . . .·. . . . . ..· ·.: : .· ·.. ._· .. . . . . . . . . .. _· ••
· MAS;.TEt(ENGINEERING&ASSOCIATl;Sf iN&;: ...
' . . .... _ .•. . . . . . ... · .··-·.·,:· . . . ··-· .. -.·,:·····
.··.· ..
' l
'. ··1
! l
' '
' l
r ,
·.'
' l
. . ... ~
CERTIFICATE OF INSURANCE
TO : CITY OF FORT WORTH Date~
NAME OF PROJECT: Ball Field and Park Improvements at Rockwood Park Ball Field Complex
PROJECT NUMBER : C282-802420085180
IS TO CERTIFY THAT : C.R. Reynolds, Inc.
is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described , for
the type of insurance and accordance with provisions of the standard policies used by this Company, and further
hereinafter described . Exceptions to standard policy noted on reverse side hereof.
TYPE OF INSURANC E
Policy Effective Expires Limits of Liability
Worker's Compensation
Comprehensive General Bodily Injury:
Liability Insurance (Public Ea. Occurrence : $
Liability) Property Damage:
Ea . Occurrence : $
Blasting Ea. Occurrence: $
Collapse of Building or
structures adjacent to Ea. Occurrence : $ ---
excavations
Damage to Underground
Utilities Ea. Occurrence: $
Builder's Risk
Comprehensive Bodily Injury:
Automobile Liability Ea. Person : $
Ea. Occurrence : $
Property Damage :
Ea. Occurrence: $
Bodily Injury :
Contractual Liability Ea. Occurrence: $
Property Damage :
Ea. Occurrence : $
Other
Locations covered: -----------------------------------
Des c rip ti on of operations covered :-----------------------------
The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or
canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or
cancellation .
Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be
assured , the above policies contain such special requirements, either in the body thereof or by appropriate endorsement
thereto attached .
The City , its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies
excepting employer's liab ility insurance coverage under Contractor 's worker 's compensation insurance policy.
Agency Insurance Co .: ------------
~Fo=rt~W~o=rt=h~A""g=en=t,_ ____________ By __________________ _
Address ------------------T itle _______________ _
CONTRACTOR COMPLIANCE WITH
WORKERS ' COMPENSATION LAW
Pursuant to V.T.C.A Labor Code Section 406.096 (2000), as amended , Contractor certifies that it provides
workers ' compensation insurance coverage for all its employees employed on city of Fort Worth Department of
Engineering No. 6267 and City ofFort Worth Project Number C282-802420085180
ST A TE OF TEXAS §
COUNTY OF~ §
GRAYSON
~~-R:fft
By r; A]\..
President
Title
March 5, 2010
Date
BEFORE ME, the undersigned authority, on this day personally appeared Chris Reynold s ,
known to me be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he
executed the same as the act and deed of C.R. Reynolds, Inc. the purpose and consideration therein expressed and
in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 2-_day of f ~re1~. 2010.
REBEC CA ANN ENDER S
Notary Public, State of Texas
My Commiss ion Expires
Morch 10 , 2011
~Ll,f.(· Ur (111 ry, i:vdDAc::
Notary Public in and for
the State of Texas
I
I
I
I
I
I
I
I
I
I
I
BIDDER'S STATEMENT OF QUALIFICATIONS
Firm Name : Date Organized: ------------D PARTNERSHIP D CORPORATION
Address:
City: --------------State : _____ Zip: ----'-------
Telephone Number: Fax Number: ---------------------
Number of years in business under present name:
Former name(s) of organization: ----------------------
CLASSIFICATION: D General D Building D Electrical D Plumbing DHVAC
D Utilities D Earthwork D Paving D Other
LIST A MINIMUM OF THREE SIMILAR COMPLETED PROJECTS WITHIN LAST THREE
YEARS
PROJECT NAME AND LOCATION --------------------
NAME /fELEPHONE NUMBER OF OWNER -----------------
NAME ffELEPHONE NUMBER OF SURETY -----------------
AMOUNT OF CONT RAC T -----------------------
CO MP LE TIO N DATE -------------------------
SCOPE OF WORK DESCRIPTION ---------------------
PROJECT NAME AND LOCATION --------------------
NAME ffELEPHONE NUMBER OF OWNER'------------------
NAME /fELEPHONE NUMBER OF SURETY _______________ _
AMOUNT OF CONTRACT _____________________ ~
COMPLETION DA TE -------------------------
BIDDER'S STATEMENT OF QUALIFICATIONS
- I -
SCOPE OF WORK DESCRIPTION __________________ _
PROJECT NAME AND LOCATION __________________ _
NAME ffELEPHONE NUMBER OF OWNER:____ ______________ _
NAME ffELEPHONE NUMBER OF SURETY ----------------
AMOUNT OF CONTRACT ---------------------
CO MP LE TIO N DATE. ______________________ _
SCOPE OF WORK DESCRIPTION -------------------
PROJECT NAME AND LOCATION __________________ _
NAME ffELEPHONE NUMBER OF OWNER:____ ______________ _
NAME ffELEPHONE NUMBER OF SURETY _______________ _
AMOUNT OF CONTRACT ____________________ _
COMPLETION DATE ______________________ _
SCOPE OF WORK DESCRIPTION -------------------
PROJECT NAME AND LOCATION -------------------
NAME ffELEPHONE NUMBER OF OWNER ----------------
NAME ffELEPHONE NUMBER OF SURETY ----------------
AMOUNT OF CONTRACT ----------------------
CO MP LE 110 N DATE -----------------------
SCOPE OF WORK DESCRIPTION -------------------
BIDDER'S STATEMENT OF QUALIFICATIONS
-2-
f'
[
[
r
r
i
2. LIST CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERIENCE:
3. LIST ALL LABOR SUBCONTRACTORS (attach additional pages as needed)
SUBCONTRACTOR NAME -----------------------
TRADE -----------------------------
PREVIOUS PROJECT EXPERIENCE/ CONTACT NAME /TELEPHONE NUMBER
A. ______________________________ _
B. ______________________________ _
C. -------------------------------
SUBCONTRACTOR NAME -----------------------
TRADE ____________________________ _
PREVIOUS PROJECT EXPERIENCE/ CONTACT NAME ffELEPHONE NUMBER
A.
B.
C.
-------------------------------
-------------------------------
-------------------------------
BIDDER'S STATEMENT OF QUALIFICATIONS
-3-
SUBCONTRACTOR NAME ____________________ _
TRADE -------------------------------
PREVIOUS PROJECT EXPERIENCE/ CONTACT NAME /TELEPHONE NUMBER
A. ________________________________ _
B. ________________________________ _
SUBCONTRACTOR NAME ------------------------
TRADE ______________________________ _
PREVIOUS PROJECT EXPERIENCE/ CONTACT NAME /TELEPHONE NUMBER
A·-----------------------=-----------
B. ________________________________ _
c. ________________________________ _
SUBCONTRACTOR NAME _____________________ _
TRADE ______________________________ _
PREVIOUS PROJECT EXPERIENCE/ CONTACT NAME /TELEPHONE NUMBER
A. ________________________________ _
B. ________________________________ _
C. ---------------------------------
Note
1. Section 8.1 of the Standard Specifications for Street and Storm Drain Construction for
the City of Fort Worth will be enforced.
2. The Prime Bidder selected for this project shall submit Letters Of Intent executed
between the Prime Bidder and any and all subcontractors to be utilized on this project
within five working days of being recognized as the overall qualified low Prime Bidder by
the City. Subsequent substitution of sub-contracton must be approved by the City.
3. Prime Bidder shall include financial statement in this submittal.
BIDDER'S STATEMENT OF QUALIFICATIONS
-4-
EXECUTED IN SIX (6) COUNTERPARTS
BOND #929478726
Pl :Rl0Rl\1A~CF RO'.\D
THE STATE OF lTXAS
K'.\0 \\ r\LL BY rHESF PRFSFST<;
COC\'TY OF TARRA~T
Tha t we (I ) C.R. Re vnolds. Inc. as Principal t1cr~·in. and (21 Continental Casualty Compr1my
corporation organized und e r the la\\'s of the St:nc of (3 ) _ llh.!:)C)IS ___________ . . . and wh c> is
:iuthorized to issue sure t y bonds in the State of Texas. Surety herein . arc held and firmly hn11nrl :111t0 tht> C it \ nl' Fnr1
\\'orth ." municipal c,,rpNation located in Tarrant and Demon C011ntics. Te\.:i,. Oblqrce here in. :n thl' sum ol
Two Million One Hundred Eighrv-four Thousand Eight Hundred Fift,-onc and -E/10 0 ....................... ..
De>ll,ir, (S2.184,851.4:?) for the pavmcnt ofvd1ich sum we b in d nursc !\'cs. nur hei r,. e\~cutor,. ;-1ct m1 :11 -,,rator,.
,u..:..:oessMs and assign s .. 1nintl~ and severa l Iv. firm Iv b, these present
WHEREAS . Pr in<.:ip a l has rntcred into a cert:1 in wrint:!1 contract w i:i1 ,he Obi1uc,· dat~d 1hc 5th o:
March . 2010 a cor, nf\\'h1ch 1s he reto attacht.:d and made a pa n hercur fo: :ill rurpos;:,. rr:,r tl1e wnq!·uc 11t1,~ ni·
Ball Fi e ld :rnd Park Imp rove ment s at ){o ck11 oocl P ark Hnll Field Com pin
NO\\' TH EREFORE. t h e condition of thi s obligati(,n is such. it lhc said l'nnr 1p al ,!iall !il ithfull:, perfnrm
the work in accord ance wi th the plans, spe cifications . and n1 11 m1u documents and •;hall lu ll:, indemnify a11d holtl
h,irmle,\ the Ohhgce from a l l costs and damage, wh ich Oh lig.ec nia, surter h, n:a,011 of' l'ri11c1 p a\'s dc·foul t. ~ntl
re,rnhursc and rcpa ) Obl!gec for all outlay and expense that Ooligcc ma> incur 11'. mal,;mg gnou ~uc h dt:f'a:.Jll. then
th is obl,gatio!1 shall be \'Oid : otherwise. to remain in full force and effect
PROV ID ED. HOWEVER. that this bond is execu ted purs uan; 1,, Chapte1 22.'.' of the ·1 e\as Gcwernn,c nl
Code. as amended . and all li:ibilities on this bond shull be de1ermi11ed in accc,rdn ncc w ith th e prcw1sinm 0f such
st atu te. to the samr extenl as if it were copied at lenf!th herein .
l'.\ WITNESS \\'HER!:Uf', th-: du!; ~u1l;o r11.ctl r~1,rc ,cntati,c, or th e f'ri11ci11,il ,rnd th,· S ure:, ha\'c
exe cut t:d thi s in stru m en t.
SIGNED .\ND S[A L ED this 5th d::i:,. 01 March .2 010.
iS[/\Li
I Is I uc . C.R .~ Reyno l ..
PR
f'-: :1 . L ~1AA .. ---,....
. --..::. --:-':: :-.... ..
UY . · , / t --· ---.... -::,_ '·.:.-:-_:; __ ... · -,, ,..",.,._
'4<::.~/1 . . /' ......
, .. Tnn·is St. 71.t ,,.
'X2tt;_.~
-· Prin c1p:il
'"''·-·-"'-' .. . ','·.·· ··c·:;
r • -l ·x 750911 Sherm:m . ~ --
W itncs5 as rn
-' · ...
N<rl F :
. . •. 1 (Contractor) me <>f Pnoc,pa . I
11 Cmrec,"' fS<>cc<>
1
'"'""" cha l ( rorrtct name o a11·on ·of Suret y 111 Lup , uf l'nwN /\ C ) \ r · orpor ' (\JJ •'IJ' • State o me . JJ1t1011. a .i -( ·') · . be stat~c.l . In a
of ~ure1v mu st . F·:1c1 Telephone number i , ~ the .'\ ttornc> -111 -• .
bi.! attach e d to Ron ( I)_ . date of Contrac:
b ·· pri o r to r Ii ~ ho nd ~hal I not < T h:! date o t
EXECUTED IN SIX (6) COUNTERPARTS
BOND #929478726
PA \'MF.NT BO'.\O
I Hf-ST.•\ TE OF I I .\A:-~
~ J-.;~O\.\' ALL Eli' Tl 11 '.SI ' PRFSF".T<;
COl 1:S,:iY o r-TARR ..\~T
Thu1 "'" ( I J C. ll. Rc,·n o lds. Inc.as f>n ncira J herein. anJ ( _:, 1 Continental Casualty Company ,1
corporation organ ized and existing under 1h ,· laws of the State of(:, 1'.~~~~ ___ . as surl·t,. arc held a:,J l irm i y
hound u11\f' the City ol" Fort W o rt h. a mwiit:ipal corporauun locat~J in Tarrant and Denton C",Hrntics l c\a,. Ob lip.c c
hrrein. 111 the amou:H of Two Million One Hunc1red Eighty-four Thousnnd Eil!ht Hundrl'd Fi ftv -nnr and
42 /100 ......................... Do l lar, (S2 , I 84,851.42) for th e paymcn: ,_, hereof. the ,~id l'rin cq1al and Su r,tv brnd
ther mehes and t he ir hei rs. cx<::c utors. ad mini strator s. successors and as s igns. 1o i ntl : a11J sc·v..:rc,llv . t"1rml y h:, thcr.c
present s
\\'!!F R EAS. the Principal has entered inw a ltrrnin 1nir!C'n contract ll'ith 1h· Obligc-c· dati:d til e 5th J .1: , . .-
March .'\.D .. 2010. which contract is hcrch, n:ti:n·cd to and ma de a r an 11..:r..:nf a s 1f fu l h ,111J t111li ,· ,,11 m· i:,tcn:
a, i r copied at length. fo~ the following rrn_icct
Ball Field and Park Improvements at R ockwood Park !fa ll Field Complex
NO\l.: TI -IFRHORE. lHI,. CONDlT!Ol\ or TIIIS ORl!Ci·\TlO'-: J<; ~I -C l !. t!ia '. :I tl:c said Prinrni;i!
sha ll faithfully m ake paymcnr to each and even claimant (..:s defined i:i Chap1e1 ~2.'~-I cxn s (iovernment Code. a ,
amen .i t'd) ,u pplylllg labor or material s in the prns e cu rion of the work under the co,mai:t . thc1: t his oblig,1t1on s h:1i 1 i,c
,·,>1d . ,,th~:·wi,c. 1,, rema in 111 full li1rcc and effec t.
PROV JD F.D. HOWEVF.lt that this bond 1; excrntcd purs uant lo Chaptl.'r 22:i ., of the T,~x;is liovernmc:111
C:,Jd~. a s a1:1cncli:d. and ali liab ilities on thi , bond shal l he dc lcrm 111 1.:d in acrn rdancc ,, itL tlii: provi s ions n: sa •d
st:nut~. to the sa:ne ext,~nl :,s i f it \\·Cn: cop:cd at leng th IH:r~i n.
IN \\'!TJ\:[SS \VHERE O !. the du!) mnlwm . .:d repre sent atives of thi: Princ ip a l and the Surc 1., lw,c
e\e curcd thi s instrument
SIGNED /\1',;D Sf-'.:ALED thi~ 5th di!\" or March . 2ll10.
-\~/VJ A : ~ / -
. ~ -'Vrl~ --···----·
( Pr111c1pal 1 +.e~rgf:W
<Sl:/\LJ
Tu '~ ~ w __ . --
Wi111e s; as to Pnnc ipa
NOTL :
')
3.
C o rrec i 11a111e or l'ri:,c 1µa l \ < ·011 tr a<:rorl
Correct name of Suret,.
S,ate of 111corpor<1ti on of Surety
-~~-
'4amc:. _'br;s -~0tnolds_
:1r~-<::dtn t __ Tit le ·
,]4 "· Tra Yi S SI.
She r man. TX .,:-OIJO
Anornn 111 h ic t
Ad drrn . 8144 ~-<'!IQU!_Hill Lane _, ?U_ite 1_600 ,
Dallas , Texas 75231 ---· ...
·1 clcphonc' Number 972-770-1600
Telep hone number nf .sure ty mu st be stated. In addition. an ori gina l cop,· ot Po we r of AttornL·~
sha l; be at tache d 10 none! h: tile Attorncv-in -Fact
Th~ date of h c111d shall not be prior to date o f Comr,u.:I.
#>-----. ,;
EX ECUTED IN SIX (6 ) COUNTERPARTS
BOND #929478726
M ,\l ~ 11.l\A NCT fi()'.;[)
THI:. ST .\ 1 f-OF TFX.A S
J..:.1\0\\ ALL 1v1f:s; HY THES[ l'R.l:SENTS :
T hat C.R . R evno ld s. In c.(Corn ractorJ. a, rri1Kip,,!. and Continenta l Casualty C.Ol:tlR_q',y'Mai,011
orfia nized und er th e laws o f tl1e ~!at e of Illi nois .. · (Su rety_1. do hc rchy :icknowledge thrnv,clvcs tl, be held and 1,ound
1,, r,ay u11:o the Ci t,· of Fort \\'orth. a Munic i pal Cor poril tior. cha rt ered b:· v irtue: u!'Cun~t imti,m and b11, nf thc Srn rc
nf T"'"' (''C ;l\ ") 1r. ·1 arram Count:. Tc:,,;a, t he: sum of T,,o M illi o n On e 1-lunrlre <l _(:.Jl!,_h ~-four Th o u ~a nd E io ht
H undred Fith-o nc and 42 1100 ......................... Dol la~, (S'.!.1 8 4.8 5 1.4 2) la"t'c,! monc, of th ~ I !nitl'd St ate,_ for
payment 0f which su m wcli am! truly be made unro ~aid C it)· anrl it~ succcs,ors. sairl Cnntr,ictor and Surct, dn
here by b in d thc:r1sc lvc, rl wir he irs . execu to r,;. adm1 11 1srrato r,. a,~1g11 s and succe~sur,;. 1oin:I: and ,c:,er;:tll,
l"h 1, obligation ts condttioned . howeH:r ; tha!.
\\'HER[/\S. said Contr actor has en !t'red int<) a wrmc n Co ntract wi1h the Cit , ,,fl or; Wonh. d:ited th e
5th day of March 20 IO copy ot' \\'hicl1 is hereto att;Jchecl :ind madr a p:iri here,,!'. th.: pt:rforna;1cc of tl'.c
IDllowing desc rih ed p u blic improvem ent s
Ball Fi e ld a nd Park Improwm t n ts :i t R o c k wood P a rk ll,11! F ield C ompln
the same being rc-ti:rr'-'d to he re in a nd in said co;i tract ~s the \\ ,,r~ anJ lw in:;. dc'1 ~1;akd J, rr,Hec i C282 -
802420085 l 80and sai d rnntrac t. i11rlt1tling all ,,f th~ spe c iiications. condi!ion,. adc!end :1 . cliJ!I~<' orders and wri1te11
instrumrnt:, re!'nred 10 the rei n a,; CL,mrnct Dncumen!s be in g in corpor:ircd herein and mad,· a ;i~n hereof. and .
\\'ll [RE,\S. in said Contract. Contracror bind, 1tsclftu use ,uc!: m;i!.:nal, :i nd 1<, ,,, c (Hl \'.nJ C' tile wnr~ tha t
it ,,iii rL,ma1111n good rcp;1ir and c.ondition fo r ~nd dun ng a per io r1 n f ;1fter the da te of Two (2) Ye ars attcr the dalt'
0i'r'1e fin~! accertanc(' ()f tlw worl,, b,· the C 1'.\': and
\1v'II EREAS .. ,aid Contractor binds itst::!Ctu 111.1in1ui 11 said work in gC1o d n'p:1ir an:l co11daion for sa,tl term nf
Two (2 ) Y ea r~. ;rnJ.
WHEREAS. ,aid Contractor binds it,elf to repn ir or reco nstruu the work 111 "hok or 111 p:irt :n an,· timc-
\\ll l11n said period. it 111 the opmion of tht Direi:tor of th~ Wate r Dep~rtment 0f the Ctt\ o! l·ort Wo n h. it b,·
neces~ar;: and.
WHE REA S . ~nicl C omracwr binds itself upon rccci,·ing nliticc of the nt'Cd rhen::fo rc !t • repa ir C'J
reconstruct said v-·or k as he re in p ruv idcd
1'-<U\\' IH ER[f'ORE. 11" sai d Comrn.:tor shall keep and perform 11~ ,a id Jg_n:c1111.'n: 1c, 11rni11t~1n . r cp:1ir or
recon stru ct said worl-. in accordanc.: \\'ith all the tcnn, Jnd contlitions of s ~,d Con tract. tlw ,.:_prc,ent, sh,lll be nu!:
and ,·oid. and h,:"'-' 11,, fu rc, or cftcc-t. Otherwise rh,, Hnnd s hall !Je ;rnc remain in fu :I l,•,cc :ind cffr,:t. J!ld the c 'it,
:;ha ll hav e and reco v er fro m the Con tractor and Suret: :.ldmages i n th, pre mises rrcscr ihcd h: said Cnntrac,
This o hl iga t ion shall be cnntinuin~ 0111; and succc,,iv, rLT1,,·cnc, m:11 · be had her,·on for suc,i:ss1n·
bn.:ach~, until the full amu un1 hcreot' is exh:rn,ted .
I~ WIT:-.:ESS W HI":REO J-'. thi, instrum e m 1s cxecu1ec in Q_w11111erµam. each one or wh ich shall be
deemed an onginaL thi s 5th d,1y c,f March . A.lJ . 2 0 10 .
. '\TllSI .
1 S E i\l.\
-~ -~----------·-
Scc rct ar~
A r1 EST
\SE,\ll
C.R . Re vnolds . Inc .
.,. -
-
1 iii ,· !.'~~r!'l~Y_-ln-Fact ________ :.
,\ddres:;
8144 Walnut Hil! Lane, ~~i!e 1600
°6allas , Texas 75231
972-770-1600 ----· --·
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT :
You may contact C NA Surety for information or to make a complaint at:
C NA Surety
333 South Wabash
Chicago , IL 60604
(312) 822 5000
Toll Free (877) 672 6115
Fax(312)755-7276
You may contact the Texas Department of Insurance to obtain information
on companies , coverages , right or complaints at:
Texas Department of Insurance
P.O. Box 149104
Austin, TX 78714-9104
(800) 252 -3439
Fax: (512) 475-1771
Web: http://www/tdi.state.tx.us
Email: ConsumerProtection@tdi.state.tx.us
ATIACH THIS NOTICE TO YOUR BOND. This notice is for information
only and does not become a part or a condition of the attached document
and is given to comply with Section 2253 .021 (f), Government Code , and
Section 53.202, Property Code , effective September 1, 2001 .
POWER OF ATTORNEY Al'l'UlNTJNl. INIJIVUJUAL Al IU.KNt;Y-IN-l'AL I
_ Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called
"the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois,
and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint _'
Kae Perdue, John D Fulkerson, Donnie D Doan, Tom P Ellis III, Debbie Smith, Vena DeLene Marshall, Individually
of Dallas, TX, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf
bonds, undertakings and other obligatory instruments of similar nature
-In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and
all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions, printed on the reverse hereof, duly
adopted, as indicated, by the Boards of Directors of the insurance companies.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be
hereto affixed on this 25th day of August, 2()0').
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
Senior Vice President
State of Illinois, County of Cook, ss :
On this 25th day of August, 2009, before me personally came Jacquelyne M. Belcastro to me known, who , being by me duly sworn, did depose and
say: that she resides in the City of Chicago, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance
company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a
Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the
seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said
insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance
companies.
My Commission Expires September 17, 2013
CERTIFICATE
I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby
certify that the Power of Attorney herein abov t forth is still in ti rec, and further certify that the By-Law and Resolution of the Board of Directors of
the insurance companies printed on the ereof is still in fo testim y whereof I J(a).,e. hqreµu to subscribed my name and affixed the seal of
the said insurance companies this day of ~ LJ.J l 4
Form F6853-Sl2009 --
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
i!:;tfP:if!-~
Authorizing By-Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENT AL CASUAL TY COMPANY :
. This Power of Attorney is made ani executed pursuant to and by authcrity of the following B)"-Law duly adopted by the Board of Directors of the
Company.
"Article IX-Execution of Documents
Section 3. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice
President may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of
insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their
respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the
seal of the Company thererto . The Chainnan of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of
Directors, may, at any time, revoke all power and authority previous~ given to any attorney-in-fact."
This Power of Attorney is signed and sealed by facsimile under and tr the authority of the following ~solution adopted by the Board of Directors of the
Company at a meeting d.dy called 111d held on the Ith day of February, 19'13 .
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws, and the signature of the Secretary or an Assistant
Secretary and the seal of' the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such
facsimile signature and seal shall be valid and binding on the Company . Any such power so executed and sealed and certified by certificate so executed
and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and linding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUAL TY COMP ANY OF READING, PENNSYLVANIA :
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the
Company.
"Article VI-Execution of Documents
Section 3 Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may,
from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments oflike nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of
authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto . The President or any Executive, Senior Vice President or the Board of Directors may at any time revoke all power and authority previously
given to any attorney-in-fact."
This Power of Attorney is signed and sealed by facsimile under and tr the authority of the following ~solution adopted by the Board of Directors ofthe
Company at a meeting wly called 111d held on the I th day of February, 19'13.
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws, and the signature of the Secretary or an Assistant
Secretary and the seal of the Company may be atr1JCed by facsimile to any certificate of any such power and any power or certificate bearing such
facsimile signature and seal shall be valid and binding on the Company . Any such power so executed and sealed and certified by certificate so executed
and sealed shaD, with respect to any bond or undertaking to which it is attached, continue to be valid and linding on the Company ."
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD :
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the
Company.
"Article VII-Execution of Documents
Section 3 . Appointment of Attorney-in-Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President
may, from time to time, appoint by written certificates attomey!rin-fact to act in behalfofthe Company in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of
authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The Chainnan of the Board of Directors, the President or any Executive, Senior Vice President or the _Board of Directors, may, at any time,
revoke all power and authority pre\iously given to any attorney-in-fact."
• .,. •,, I
This Power of Attorney is signed and sealed by facsimile under and tr the authority of the following ~solution adopte~ by 'P-eJ-)6artl o .:Di~tors ofthe
Company ata meeting d.dy called 111d held on the 17"' day of February, 19'13. , "-".".-······:···--.. -t_ "\ ..
-... p-~..::;...:... .. .... ,,.~
"RESOLVED: That the signature cL the President, an Executive Vice President or any S:nior or Group Via: President i,nd 1( ijj nf~ Tos(1tance
Company may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this ., ard-o f ·Dro:,stQrs owF~bru aiy 17,
1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Insurance Company may be affix~by faesim~e-~o· at»' ~!ct te of
any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the ,lnsurancc-C1JmJ!liny. ~}c such
power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or un~g io which it--! attached,
continue to be valid and binding on the Insurance Canpany."
STATE OF TEXAS §
§
COUNTY OF TARRANT §
KNOWN ALL BY THESE PRESENTS:
MARO 2 2010
This Contract is made and entered into this the day of , 2010 , by and
between the City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton,
Parker, and Wise Counties , Texas, hereinafter referred to as "Owner", by and through Charles
W. Daniels, its duly authorized Assistant City Manager, and C.R. Reynolds, Inc., hereinafter
referred to as "Contractor", by and through its duly authorized representative.
WITNESSETH: That said parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to
be made and performed by the Owner, and under the conditions expressed in the bond bearing
even date herewith, the said Contractor hereby agrees with the said Owner to commence and
complete the construction of certain improvements described as follows:
Ball Field and Park Improvements at Rockwood Park Ball Field Complex
2.
That the Contract Documents shall consist of the written, printed, typed and drawn
instruments which comprise and govern the performance of the work. Said Contract Documents
include the notice to bidders, instructions to bidders, proposal, plans, specifications, notice of
award, special provisions, general provisions, work order(s), this Contract, and the payment,
performance, and maintenance bonds. The Contract Documents shall also include any and all
supplemental agreements approved by the Owner which may be necessary to complete the work
in accordance with the intent of the plans and specifications in an acceptable manner, and shall
also include the additional instruments bound herewith.
3.
That the work herein contemplated shall consist of furnishing as an independent
contractor all labor, tools, appliances and materials necessary for the construction and
completion of said project in accordance with the Contract Documents prepared through the
Parks and Community Services Department of the City of Fort Worth, which the plans and
specifications of the Contract Documents are hereto attached and made a part of this Contract the
same as if written herein.
4.
The Contractor hereby agrees and binds itself to commence the construction of said work
within ten (10) days after being notified in writing to do so by the Department of Engineering of
the City of Fort Worth.
5. OFFICIAL ECORD
CITY Sr.:CRETARY
FT. WORTH, TX
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to full y complete and finish the same ready for the inspection and
approval of the Department of Engineering of the City of Fort Worth and the City Council of the
City of Fort Worth within a period of200 Working Days from the time commencing said work.
If the Contractor should fail to complete the work as set forth in the Plans , Specifications,
and Contract Documents within the t ime so stipulated , plus any additional time allowed as
provided in the General Conditions , there shall be deducted from any monies due or which may
thereafter become due him , a per day charge per Working Day as stipulated in these contract
documents , not as a penalty but as liquidated damages , the Contractor and his Surety shall be
liable to the Owner for such deficiency.
6.
Should the Contractor fail to begin the work herein provided for within the time herein
fixed or to carry on and complete the same according to the true meaning of the intent and terms
of said Plans , Specifications , and Contract Documents , then the Owner shall have the right to
either demand the Surety to take over the work and complete same in accordance with the Plans,
Specifications , and Contract Documents or to take charge of and complete the work in such a
manner as it may deem proper, and if in the completion thereof, the cost to the said City shall
exceed the Contract price or prices set forth in the said plans and specifications made a part
hereof, the Contractor and/or its Surety shall pay said City on demand in writing , setting forth
and specifying an itemized statement of the total cost thereof, said excess cost.
7.
Contractor covenants and agrees to indemnify , hold harmless and defend, at its own
expense , the Owner , its officers , servants and employees , from and against any and all claims or
suits for property loss , property damage , personal injury , including death, arising out of, or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers , agents , employees , subcontractors, licensees or invitees , whether or not any such
iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence
of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to
indemnify and hold harmless the Owner from and against any and all injuries to Owner's
officers , servants and employees and any damage , loss or destruction to property of the Owner
arising from the performance of any of the terms and conditions of this Contract, whether or not
any such iniury or damage is caused in whole or in part by the negligence or alleged
negligence of Owner, its officers, servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor either (a)
submits to Owner satisfactory evidence that the claim has been settled and/or a release from the
claimant involved , or (b) provides Owner with a letter from Contractor 's liability insurance
carrier that the claim has been referred to the insurance carrier.
The Director may , if deemed appropriate, may refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for amages is outs_!anding as a
result of work performed under a City Contract.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
8.
Owner agrees and binds itself to pay, and the said Contractor agrees to receive, for all of
the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the
Proposal submitted by the Contractor hereto attached and made a part hereof. Payment will be
made in monthly installments upon actual work completed by contractor and accepted by the
Owner and receipt of invoice from the Contractor. The agreed upon total Contract amount shall
be Two Million One Hundred Eighty-four Thousand Eight Hundred Fifty-one and
42/100 ....................................................................................................... Dollars, ($2,184,851.42).
9.
It is further agreed that the performance of this Contract, either in whole or in part, shall
not be sublet or assigned to anyone else by Contractor without the written consent of the Owner.
10.
The Contractor agrees to pay at least the minimum wage per hour for all labor as the
same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is
attached hereto and made a part hereof the same as if it were copied verbatim herein.
11.
It is mutually agreed and understood that this Contract is made and entered into by the
parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth
and the laws of the State of Texas governing all matters affecting this Contract, and the
Contractor agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the parties hereto have made and executed this Contract in
multiple originals the day and year first above written, in Fort Worth, Tarrant County, Texas.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Ch rles W. Daniels
Assistant City Manager
RECOMMENDED :
By:_...c::~~~~~;...a~---
Ric ard Zavala, Director
Park and Community Services
APPROVED AS TO FORM AND
LEGALITY:
Amy J. Ramsey
Assistant City Attorney
TITLE
ATTEST:
City Secretary
AUTHORIZATION
Approval Date: 3 \ do---\ IO
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A310
Bid Bond
KNOW All MEN BY THESE PRESENTS, that we
C. R. Reynolds, Inc. IHere insert full n•me •nd •ddress or leg•I 1i1le of Contractor)
714 North Travis, Sherman, Texas 75090-4986
as Principal, hereinafter called the Principal, and
Continental Casualty Company (Here insert lull n•me and •ddress or leg•I title of Surety)
600 North Pearl, Suite 1700, Dallas, Texas 75201
a corporation duly organized under the laws of the State of Illinois
as Surety, hereinafter called the Surety, are held and firmly bound unto
City of Fort Worth (Here inserl full n•me •nd address or leg•I 1i1le of Owner)
1000 Throckmorton Street, Fort Worth, TX 76102
as Obligee, hereinafter called the Obligee, in the sum of
***Five Percent Of Greatest Amount Bid*** Dollars ('. 5% of GAB ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has submitted a bid for
(Here inserl lull name, address and descripl io n of projecl)
Rockwood Park Ball Fields #1-4 Improvements
NOW, THEREFORE , if the Obligee shall accept the bid of the Princ i pal and the Principal shall enter into a Contract
with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding
or Contract Documents with good and sufficient surety for the faithful performance of such Contrilct ilnd for the prompt
payment of labor and material furnished in the prosecut ion thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty
hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract
with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain
in full force and effect.
Signed and sealed this 24th day of September, 2009
(Title) President .,,._-:_·.: --.... ,
...... rJl'ff-"""~ ..... n .............. ~ ........... ',{,-~~(W-itn-es~s)-----l ~
1<CaL~fil:~r(fu ~O -r Vena DeLene Marshall(Tit/eJ Attorn~f7In"t--:,,:.~"M"--::-
AIA DOCUMENT A310 • BID BOND• AIA ® • FEBRUARY 1970 ED• THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N .Y. AVE., N .W., WASHINGTON, D . C. 20006
@ Printed on Recycled Paper 9/93
. 1
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford , an Illinois insurance company, and American Casualty Company of Reading , Pennsylvania, a Pennsylvania insurance company (herein ca lled :-
"the CNA Companies"), are duly organi zed and existing insurance companies having their principal offices in the City of Chicago, and State of Illinoi s,
and that they do by virtue of the signatures and seals herein affixed hereby make , constitute and appoint
Kae Perdue, John D Fulkerson, Donnie D Doan, Tom P Ellis Ill, Debbie Smith, Vena DeLene Marshall, Individually
of Dallas , TX, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign , seal and execute for and on their behalf
bonds , undertakings and other obligatory instruments of similar nature
-In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and
all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed .
This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions , printed on the reverse hereof, duly
adopted , as indicated , by the Boards of Directors of the insurance companies.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be
hereto affixed on this I 0th day of July, 2009.
State of Illinois, County of Cook, ss :
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
Senior Vice President
On this I 0th day of July, 2009, before me personally came Jacquelyne M. Belcastro to me known , who, being by me duly sworn , did depose and
say : that she resides in the City of Chicago , State of Illinois ; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance
company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a
Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies ; that the
seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said
insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance
companies .
OFFICIAL SEAL
ELIZA PRICE .
NOTARY PU8LIC, STATE OF ILLINOIS
MY COMMISSION EXPIRES: OU/"1 T/Ofil
My Commission Expires September 17 , 2009 Notary Public
CERTIFICATE
I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby
certify that the Power of Attorney herein above set forth is still in force , and further certify that the By-Law and Resolution of the Board of Directors of
the insurance companies printed on the re~rse hereof is still in force . In testimony whereof I have hereunto subscribed my name and affixed the seal of
the said insurance companies this c} .Jh day of ' ~ ol..e >n tJ4J ~ .
1
Form F6853-5/2009
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
kis Assistant Secretary
Authorizing By-Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY :
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the
Company.
"Article IX-Execution of Documents
Section 3. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive , Senior or Group Vice
President may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of
insurance, bonds , undertakings and other obligatory instruments of like nature . Such attorneys-in-fact, subject to the limitations set forth in their
respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the
seal of the Company thererto . The Chairman of the Board of Directors, the President or any Executive , Senior or Group Vice President or the Board of
Directors, may, at any time, revoke all power and authority previously given to any attorney-in-fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17th day of February, 1993.
"Resolved, that the signature of the President or any Executive , Senior or Group Vice President and ·the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws , and the signature of the Secretary or an Assistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such
facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed
and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding en the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA :
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the
Company.
"Article VI-Execution of Documents
Section 3 Appointment of Attorney-in-fact. The Chairman of the Board of Directors , the President or any Executive or Senior Vice President may,
from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of
authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto . The President or any Executive, Senior Vice President or the Board of Directors may at any time revoke all power and authority previously
given to any attorney-in-fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17th day of February, 1993 .
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws, and the signature of the Secretary or an Assistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such
facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed
and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding en the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD :
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the
Company.
"Article VII-Execution of Documents
Section 3. Appointment of Attorney-in-Fact. The Chairman of the Board of Directors , the President or any Executive or Senior Vice President
may, from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of
authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto . The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may , at any time,
revoke all power and authority previously given to any attorney-in-fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17th day of February, 1993 .
"RESOLVED : That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Insurance
Company may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17,
1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Insurance Company may be affixed by facsimile to any certificate of
any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Insurance Company. Any such
power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached,
continue to be valid and binding on the Insurance Company."
IMPORTANT NOTICE
TO OBTAIN INFORMATION OR MAKE A COMPLAINT:
You may contact C NA Surety for information or to make a complaint at:
C NA Surety
333 South Wabash
Chicago , IL 60604
(312) 822 5000
Toll Free (877) 672 6115
Fax (312) 755-7276
You may contact the Texas Department of Insurance to obtain information
on companies , coverages, right or complaints at:
Texas Department of Insurance
P.O. Box 149104
Austin, TX 78714-9104
(800) 252 -3439
Fax: (512) 475-1771
Web: http://www/tdi.state.tx.us
Email: ConsumerProtection@tdi.state.tx.us
ATIACH THIS NOTICE TO YOUR BOND. This notice is for information
only and does not become a part or a condition of the attached document
and is given to comply with Section 2253.021 (f), Government Code, and
Section 53.202, Property Code , effective September 1, 2001 .