Loading...
HomeMy WebLinkAboutContract 40602Fo_RTWOR.TH ---.,., CITY SE·,'"' -T D.O.E. FILE ·-.... SPECIFICATIONS AND CONTRACT DOCUMENTS FOR IMPROVEMENTS AT ED COLLETT PARK CITY SECRETARY 4 1 CONTRACT NO. 0" () 4, . CONTRACTOR V RO. 'DING co. CONSTRUCTION'S COPY CLIENT DEPARTMENT PROJECT NAME ED COLLETT PARK RENOVATION MIKE J. MONCRIEF MAYOR PROJECT NUMBER C200/541600/807370120280 C280/541600/807 420120280 IN THE CITY OF FORT WORTH TEXAS RICHARD ZAVALA, DIRECTOR TPWNUMBER 6271 DALE A. FISSELER, P.E. CITY MANAGER PARKS AND COMMUNITY SERVICES DEPARTMENT PARKS AND COMMUNITY SERVICES DEPARTMENT PLANNING AND RESOURCE MANAGEMENT DIVISION FUNDING OF PROJECT BY CITY OF FORT WORTH 2004 Capital Improvement Program & Gas We ease un s ICIAL RECORD CITY SECRETARY FT. WORTH , TX ' .JUI ,_, 1u uts:otsa K.aydon Inc Jul 13 2010 6:37AM Ral:ldon, Inc. 8172464765 254-559-7139 MINUTES OF MEETING OF DIREC!fORS OF RAYDON, INC. p.2 With all of the directors of RAYDON, INC., consen~ to the time and place of the special meeting of the directors 1 the me~ting was held on 07/05/2010 at the principle office of the corporation a\ FM Road 3099, Breckenridge, TX. With Directors Darrell Shortes and Rick Riley present be}ng both directors, the quorum for the meeting was met. Attached to the m~ting is the Waiver ofNoitce for the meeting to the minutes of the meeting. i The Chairman then stated that the meeting was called ipr the purpose of authorizing Brian Smith, Raydon, Inc. Project Manager, the opportunity to sign contract documents with the City of F~rt Worth contiiacts including ED Collette Park renovation and CP Hadley Park renovation$, representing our firm legally binding with the City of Fort Worth on said prt>jects. There being no further business the meeting was adjoumecjl. Dated: 07/05/2010 llc;:2ec£b Darrell Shortes Chairman ()~- '--~ Secretary p. l Ramsey, Arr,1 From: Ramsey , Amy Sent: Monday , July 12 , 2010 10 :27 AM To: Mcleroy, Nikki Cc: Smith , Kathryn W . Subject: Authorized Signatory for Raydon , Inc . Nikki, The two contracts w / Raydon , Inc. that were returned because they hadn't been signed by the contractor are now signed by someone not shown on the TX SOS as an authorized signatory. Below is the management of the corporation. Please provide the Corporate Resolution that authorizes Brian Smith, Project Manager to sign for and bind the corporation. I am holding the contract books until we receive that. BUSINESS ORGANIZATIONS INQUIRY -VIEW ENTITY Filing Number: 108056300 Entity Type: Domestic For-Profit Corporation Original Date of Filing: June 17 , 1988 Entity Status: In existence Formation Date: NI A Tax ID: 17522353840 Duration: Name: Address: Perpetual RAYDON, INC . PO BOX 671 FEIN: BRECKENRIDGE, TX 76424-0671 USA REGISTE REQ AGE NT FILING HISTORY NAMES MANAGEMENT ASSUM ED NAMES t\SSQC IA TE Q ENT ITI ES Last Update July 4 , 2009 Name LEROY STEGEMOLLER Title DIRECTOR July 4, 2009 DARRELLE SHORTES DIRECTOR July 4 , 2009 Jr DARRELLE SHORTES PRESIDENT Jr Amy J. Ramsey Assistant City Attorney City of Fort Worth 817-392-7617 7/12 /2010 Address 444 SCR 192 BRECKENRIDGE, TX 76424 U SA 382 FM 1032 [CITY NOT PROVIDED], [ST A TE NOT PROVIDED] [COUNTRY NOT PROVIDED] 382 FM 1032 [CITY NOT PROVIDED], [STA T E NOT PROVIDED] [CO UN TRY NOT PROVIDED] Page 1 of : Official site of the City of Fort Worth, Texa( ITV COUNCIL AGEND A COUNCIL ACTION: Approved on 6/8/2010 DATE: 6/8/2010 REFERENCE NO.: C-24257 LOG NAME: 80COLLETT CONST 2 CODE: C TYPE: PUBLIC NON-CONSENT HEARING: NO SUBJECT: Authorize the Execution of a Construction Contract in the Amount of $265 ,579 .08 with Raydon , Inc., for Parking Lot, Ballfield and Park Improvements at Ed K . Collett Park (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a construction contract with Raydon , Inc., in the amount of $265 ,579 .08 for parking , ballfield and park improvements at Ed K. Collett Park . DISCUSSION: The purpose of this M&C is to authorize the award of construction contract to Raydon, Inc., in the amount of $265,579 .08 for parking, ballfield and park improvements at Ed K . Collett Park. The 2004 Capital Improvement Program (CIP) Proposition Two allocated $81 ,000 .00 for parking improvements, $154,500.00 for ballfield improvements and $103,000.00 for ballfield lighting replacement , totaling $338,500.00 for Ed K. Collett Park. On July 29, 2008, (M&C L-14605) the City Council authorized the execution of a gas lease agreement with Range Resource Corporation in which the net lease bonus amount of $129,059.44 was earmarked for park improvements at the s ite . The total of all funds available for th is project amount is $467 ,559.44. On February 3, 2009, (M&C C-23315) the City Council authorized the City Manager to execute a contract with HNTB Corporation in the amount of $54,294.00 for the development of construction documents for parking, ballfield and ballfield lighting renovations at Ed K . Collett Park. On March 9 , 2010, (M&C G-15870) the City Council approved the rescission of previous award of contract on January 12, 2010, (M&C C-24020) due to non-responsive apparent low bidder. The project was subsequently re-advertised for bid on March 18, 2010, and March 25, 2010, in the Fort Worth Star- Telegram . On April 8 , 2010 , the following bids were received : RECOMMENDED BID ITEMS ONLY -TABULATION Bidders Raydon, Inc . 2L Construction, LLC Rayco Construction , Inc . The Fain Group, Inc. JDC Construction Co. Northstar Construction, Inc . Primestar Construction C. Greenscaping, L.P. Nu-Way Construction, LLC Parkscape Construction, Inc. Base Bid $150 ,668 .55 $201,452 .00 $204,704.40 $194 ,340.08 $197,779.25 $218,715.50 $223 ,613.03 $192,448.45 $195 ,738 .09 $227 ,900 .01 Bid Alternates $114,910.53 $91 ,539.00 $94 ,354 .16 $109 ,669.46 $122 ,303.50 $120,214.00 $129,102 .98 $176,565.20 $175,628 .63 $183,242 .37 Total $265 ,579 .08 $292,991 .00 $299,058.56 $304 ,009 .54 $320,082.75 $338 ,929 .50 $352,716.01 $369 ,013.65 $371 ,366 .72 $411 ,142 .38 The Base Bid work is to include site preparation and demolition, ballfield backstop improvements , :p://apps .cfwnet.org/council_packet/mc _review.asp?ID= l 3422&councildate=6/8/20 I 0 FORT WORTH ~ 6/9/2010 installation of outdoor fitness stations, shade pavilion and concrete loop trail. Bid Alternate work will include installation of concrete parking lot in lieu of asphalt and additional interior loop trail. Base Bid Units recommended for approval are as follows: Base Bid Unit 1 (Site Preparation)/Line Items No . 1 - 9 totaling $23,991 . 75 .00; Base Bid Unit 3 (Miscellaneous Parking Lot items)/Line Items No . 1-7 totaling $7,076.00; Base Bid Unit 4 (Ballfield and Site lmprovements)/Line Items 1-8, 10-18, 20, deleting No. 9 and 19, totaling $119 ,600 .80. Base Bid Units amount totals $150,668 .55 . Bid Alternate Units recommended for approval are as follows : Bid Alternate Unit 5 (Concrete Parking Lot)/Line items No . 1 - 5 totaling $94 ,834 .33 ; Bid Alternate Unit Six (Miscellaneous Site lmprovements)/Line Items No . 1 and 2, deleting No. 3-5, totaling $20,076 .20. Bid Alternate Unit amounts total $114,910.53. It is recommended that the Base Bid amount of $150,668 .55 and the Bid Alternate amount of $114,910.53, together totaling $265,579.08 , as submitted by Raydon, Inc., be approved for award of contract. The contract period is 45 working days. Associated design/construction administration, inspection , testing and change order contingency funding totals $39 ,954.37 . The remaining project funds will be used for ballfield lighting renovation utilizing City forces. M/WBE-Raydon, Inc., is in compliance with the City's M/WBE ordinance by committing to 29 percent M/WBE participation on the PACSD base bid price , less deleted line items. The City's M/WBE goal on this base bid contract is 18 percent. There will be no impact on the annual operating budget with this project. Construction is anticipated to commence in July 2010, and be completed in October 2010 . Ed K. Collett Park is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budgets, as appropriated, of the Street Improvements Fund, Park Improvements Fund and the Park Gas Lease Projects Fund . TO Fund/Account/Centers Submitted for City Manager's Office by: ...,.Originating Department Head: FROM Fund/Account/Centers C200 541200 807370120280 $36 ,910 .33 C280 541200 807420120280 $99,609.31 C282 541200 807370120280 $65,000 .00 C282 541200 807 420120280 $64,059.44 Charles Daniels (6183) Richard Zavala (5704) p://apps.cfwnet.org/council_packet/mc _review.asp?ID= 13422&councildate=6/8/2010 Page 2 of . 6/Q/?01 n 1v10u . ., KC:VleW Page 3 of : Additional Information Contact: Scott E. Penn (5750) ,TTACHMENTS p://apps.cfwnet.org/council_packet/mc _review .asp?ID= 13422&councildate=6/8/2010 6/Q/?010 ADDENDUM #1 Ed Collett Park Renovations September 30 , 2009 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 drawi ngs and/or project manual. CONSTRUCTION DRAWINGS REFER TO SHEET 13 of 14 . 1. M inimum he ight for shelter roof line to be 9' -0 ". Exhibit attached END OF ADDENDUM #1 Bid Opening Date : October 1, 2009 Acknowledge the receipt of this Addendum on your Proposal. By : Release Date : September 17 , 2009 I ~ l 11--tlt----tt---tt--..,.. ..... """"""""' -... ,, ...... 1"7f7" 00UJMN AT(P (4}4"M'CCUN,I ......__.._ PLAN VIEW 20'X30' CHEYE NNE MODEL "" NOT FOR CONSTRUCTION I I =:-....... 111 END ELEVA.TION 20"X30' CHEYENNE MOOEL "'' ~- NOT FOR CONSTRUCTION 1--------w~~-------, c,,11_11Uiil;;,~IIIJl~J~;l;ll/1£i;ll:~::ill lllli!llll lio':::, '--,&. ELEVATION 20'X30' CHEYENNE MODEL.,. ~~··,0 1 . .. , ..... ~ ...,,,"""' ""'""' Cf'ROf.COUIMC SURFACE MOUNT o4 BOI.. T SPREAD FOOTING 20'X30' CHEYENN E MODEL NOTE : PAV1UON DETAILS ARE INCLUDED FOR PURPOSES OF DEPICTING GENERAL LAYOUT OF PAVIL ION AND DE SIGN FEATIJRES OF SPECIFIED SYSTEM . CONTRACTOR SHALL PROV1DE OETAI.ED ENGlNEEREO SHOP DRAWIN GS SIGNED & SEAlED BY A PROFESSIONAL ENGINEER LICENSED IN TEXAS . SHOP DRAWINGS SHALL BE COORDINATED WITH STRUCTURAL Sl.ABIFOUNDA TION PLANS AND SOILS REPORT. c-lNTB ltNTICort•- h~C..,,.,..,. ''""'"' O.talfDIS .......... PAVlltON DET.IJLS DT1.04 ADDENDUM #2 Ed Collett Park Renovations March 31, 2009 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. SPECIFICATIONS REFER TO BID PROPOSAL. 1. Contractor to utilize site topsoil (as defined in Section 02300 -Earthwork) , generated from grading operations , to replace the clay infield material being removed . The cost for the earthwork and grading involved in re -establishing the site grades in the infield area is to be included in the Lump sum amount for Pay item 3, Unit 4, for earthwork and f ine grading associated with site improvements . REFER TO M/\NBE SHEETS . 2 . Contractor to replace DBE Sheets (yellow) in specifications with the attached M/\NBE sheets. END OF ADDENDUM #2 Bid Open ing Date : April 8 , 2010 Acknowledge the receipt of this Addendum on your Proposal. By: Release Date : March 31, 2010 FORT WORTH ------.-----City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract Is $25,000 or more, the 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 __ 18 __ % 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 for the entire bid to be considered responsive to the specifications . ~'.9ffefol;·'S,tlatfpjtllv.t1fii1e:~1;-.if~'1'enta\ioo ~r~i . ~-,~a--~~~;Jif"'~'.:3:J~=~~~t:p(sha!I 1. Subcontractor Utilization Form , if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded : opening date , exclusive of the bid opening date . 2. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) City business days after the bid Utilization Form , if participation is less than opening date , exclusive of the bid opening date . stated coal : 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no MIWBE participation : openinc date , exclusive of the bid opening date . 4. Prime Contractor Waiver Form , if you will received by 5:00 p.m., five (5) City bus iness days after the bid perform all subcontractinc/supplier work : openinc date , exclusive of the bid openinc 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 coal . openinc date , exclusive of the bid openinc 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 M/WBE Office at (817) 392-6104. Rev . 11 /1/05 FORT WORTH ---..,--- PRIME COMPANY NAME : PROJECT NAME : City 's M/WBE Project Goal : % City of Fort Worth Subcontractors/Suppliers Utilization Form ATIACHMENT 1A Page 1 of 4 Cheek applicable block to describe prime I MIW/DBE I I NON -M/W/DBE BID DATE I Prime's M/WBE Project Utilization : PROJECT NUMBER % 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 , exclus ive of bid opening date , will result in the bid being considered non-responsive to bid specifications . / The undersigned Offerer agrees to enter into a formal agreement with the MNVBE firm(s) listed in this util ization schedule , cond itioned upon execution of a contract with the City of Fort Worth . The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqual ification and w ill 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 geograph ic area of Tarrant , Pa rker, 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 1 •1 tier , a payment by a subcontractor to its supp lie r is cons idered 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 w ithin the Marketplace, that have been determined to be bonafide minority or women bus inesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway divis ion . Disadvantaged Bus iness Enterprise (DBE ) is synonymous with Minority/Women Business Enterp ri se (M/WBE). If hauling services are utilized , the prime will be given credit as long as the MNVBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MNVBE may lease trucks from another MNVBE firm , including MNVBE owner-operators , and receive full MNVBE credit. The MNVBE may lease trucks from non -MNVBEs , includ ing owner-operators, but will only rece ive credit for the fees and commissions earned bv the MNVBE as outlined in the lease agreement. Rev . 5/30103 fORTWORTH --.,.-- ATIACHMENT 1A Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e ., Minori ty , Women and non-M/WBEs . Please list M/WBE firms first , use additional sheets if necessary . Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E A Rev . 5/30/03 fORTWORTH --..,.-- ATIACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minority, Women and non -M /WBEs . Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) 0 SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name I N T C X M Subcontractlng Work Supplies Purchased Dollar Amount Address • M w T D VI Telephone/Fax r B B R 0 B E E C T E A Rev . 5/30/03 FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non -M/WBE Subcontractors/Suppl iers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $ $ ATIACHMENT 1A Page 4 of 4 The Contractor will not make addit ions , deletions , or substitutions to this certified list without the pr ior 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 delet ion 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/add it ion or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination . By affix ing a signature to this form , the Offerer further agrees to provide , directly to the City upon request , comple te and accurate information regard ing actual work performed by all subcontractors , includ ing M/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or examinat ion 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 partic ipating 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 know ing misrepresentat ion 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 in itiating action under Federa l, 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 Offerer and barred from partic ipating in City work for a period of time not less than one (1) year . Authorized Signature Printed Signature Title Contact NamerTitle (if different) Company Name Telephone and/or Fax Address E-mail Address City/State/Zip Date Rev . 5/3 0/03 FORT WORTH ------w----- PRIME COMPANY NAME : PROJECT NAME : City 's M/WBE Project Goal : % City of Fort Worth Good Faith Effort Form I PROJECT NUMBER ATTACHMENT 1C Page 1 of 3 Check applicable block to describe prime I M/W/DBE I I NON-M/W/DBE BID DATE If you have falled to secure M/WBE partic ipation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal , you must complete this form . If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. 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 bid openi ng , exclusive of bid opening date, will result In the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this project, regardless of whether It Is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the 2"0 tier. (Use addi tional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev . 05/30/03 ATIACHMENT 1C Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the City's M/WBE Office. __ Yes __ No Date of Listing __ / ___ / __ 3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? __ Yes (If yes . attach M/WBE mall listlng to Include name of firm and address and a dated copy of letter malled.) __ No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? __ Yes (If yes, attach list to Include Ml!!! of M/WBE firm, R!!!2!! contacted, phone number and!!!!! and!!!!!! of contact.) __ No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile Is used, attach the fax conflnnation, which ls to provide M/WBE name, date, time, fax number and documentation faxed. NOTE: If the 11st of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the bidder must contact the entire list to be In compliance with questions 3 and 4. If the list of M/WBEs for a particular subcontracting/supplier opportunity ls ten (10) or more, the bidder must contact at least two- thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with questions 3 and 4. 5 .) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? __ Yes __ No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel . (Please use additional sheets, if necessarv, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Reiectlon Rev . 05/30/03 ADDITIONAL INFORMATION: ATTACHMENT 1C Page 3 of 3 Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original 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 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 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. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev. 05/30/03 FORT WORTH ·--...,-----CITY OF FORT WORTH Joint Ve nture Eligibility Form A ll question s m u,1 be answered; u se "NA" if applicable. Joint Vent ure Page 1 of 3 Na me of C ity proj ect :------......,.----,,-----:---:--,---,---:--------------- A joint ven lure form must be co mpleted on ~ project RFP /Bi d/Purc hasi ng Num ber:------------- 1. Jo in t venture information : Join t Ve ntur e Na me: Jo int Ve nture Addr ess: (If applicable) Te lepho ne : Facsim il e: E-ma il add ress : Cellu la r : Iden t ify the firm s that co mp r ise the join t ve ntur e: Please attach ex tra sheets if addition al space is requir&d to provide detailed explanations of work to be performed by each firm comprising the j oint ve nture M/WB E fi rm I Non -M/W BE I name : fi rm nam e: Business Address : Bu siness Address : Ci ty. Stale. Zi p: City, State . Zip : Telephone Facsim il e E-mai l Telephone Facs imile Cellu lar Ce llu lar Certifi ca tio n Stat us: E-mai l address Na me of Certifyi ng Age ncy: :, .. , .. , . . ·,;_. ' . .. 2 S r cope o wor k pe r orm e db hJ ' V •Y t e omt e nture : Des crib e th e scop e of work of the M/W BE: Descr ibe the sco pe of work of the non-M/W BE: Rev . 5/3010 3 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? ----------- 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if th is information is described in joint venture agree ment) Profit and loss sharing : Capital contributions , including equipment : Other applicable ownership interests: 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 (to in clude Account Payabl e and Re cei vable ): Management decisions: a. Estimating ----------------------------------------------1-------------------------------1 b . Marketing and Sales ··········································-· ·-t--------------------------------1 c . Hiring and Firing of management personnel ............................ ··················t--------------------------------1 d . Purchasing of major equipment and/or supplies Supervision of field operations 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 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information nec essary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -ma king responsibilities and pay ments herein . The City also reserves the right to request any additional informatio n 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 e ligibility process . The undersigned agree to permit audits, interviews with ow ners and examination of the books , records and tiles of the joint ve nture 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 ve nture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false _ statements or willful_ misrepresentation of facts.----·-------------------·-----------------------------·--·--------------------------------------------·-·-·---· Name of M/WBE firm Name of non-M/WBE firm 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 Owne r Title Title Date Date Notari1.ation State of __________________ County of ______________ _ On this _____________ day of ________ , 20 __ , before me appeared and ---------------------------------------- to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly aut horized to execute this affidavit and did so as their free act and deed. No tary Public -~---------------------- Print Name Notary Public--:::------------------------ Signature Commission Expi res-----------------------(seal) Rev . 5/30/03 FORT WORTH -----.-----City of Fort Worth Prime Contractor Waiver Form ATTACHMENT 18 Page 1 of 1 PRIME COMPANY NAME : Check applicable block to describe prime PROJECT NAME: I M/WIDBE I I NON-M/WIDBE BID DATE City's MIWBE Project Goal: I PROJECT NUMBER % 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 h21b answers are yes . Failure to complete this fonn In its entirety and be received by the Managing Department on or before 5:00 p.m.1 five 15) City business days after bid opening. exclusive of the bid opening date, will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes , please provide a detailed explanation that proves based on the size and scope of this 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 th is project , this is your normal business practice and provide an inventory profile of your business . 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 m isrepresentation of facts will be grounds for term inating 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 period of time not less than one ( 1) year . Authorized Signature Printed Signature Title Contact Name (~ different} Company Name Phone Number Fax Number Address Email Address Ctty1State1Z ip Date Rev. 5130103 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. GEOTECHNICAL STUDY 11. 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 02131-Tree Protection and Trimming 02140 -Site Drainage 02200 -Site Preparation 02300 -Earthwork 02580 -Pavement Markings and Signs 02740 -Cold Reclaimed Asphalt Pavement 02750 -Asphalt Concrete Pavement 02830 -Fencing 02862 -Miscellaneous Park Equipment 02875 -Shade Shelter 02920 Turfgrass Planting DIVISION 3 -CONCRETE I SECTIONS 03300 -Cast-in-Place Concrete 03350 -Sandblasting DIVISION 7 -THERMAL & MOISTURE PROTECTION / SECTION 07920 -Caulking and Sealants DIVISION 9 -FINISHES 09860 -Graffiti Resistant Coatings 12. CERTIFICATE OF INSURANCE 13. BIDDER'S STATEMENT OF QUALIFICATIONS 14. PERFORMANCE BOND 15. PAYMENT BOND 16. MAINTENANCE BOND 17. CONTRACT SECTION 00100 NOTICE TO BIDDERS Sealed Proposals for the following: (Project) PROJECT NO. ED COLLETT PARK RENOVATIONS C200/541600/807370120280 C280/541600/807 420120280 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., October 1st and then publicly opened and read aloud at 2:00 p.m. in Council Chambers 2nd floor-N.E. corner 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 install shelter seeding earthwork clearing/grubbing sodding steel rebar asphalt grading/earthwork concrete site furnishings flexible base The City's minimum M/WBE goal on this project is 18 % of the total dollar value of this contract. · 3. Prime Bidder Qualification Requirements: The City will evaluate all submitted bids based on criteria and qualifications to determine award of contract as noted in Item 14. - Bidder's Statement Of Qualifications -Special Instructions To Bidders and upon receipt of Bidder's Statement Of Qualifications form included in this construction document. In general: • The Prime Bidder, as general contractor or sub-contractor, must demonstrate similar project scope experience on three (3) projects within the last three (3) years. All subcontractors intended for use on this project shall also demonstrate similar project scope experience necessary to successfully perform on their respective portion of work on this project. • The Prime Bidder must provide a list the surety company(s) which issued bonds for projects listed above. Additionally, the Prime bidder shall list the surety company intended for use on this project. •. The Prime Bidder must submit a current certified financial statement prepared by an independent Certified Public Accountant. • The Prime Bidder shall perform work utilizing its own organization and with the assistance of work crews under its superintendence work of a value not less than fifty percent (50%) of the project scope of work as per Section 8.1 of the standard specifica~ions for Street and Storm Drain Construction for the City of Fort worth. Bidder's Qualifications are to be submitted and received by the Parks and Community Service Department Project Manager no later than 5:00 P.M., five (5) City business days after the bid opening date, exclusive of the bid opening date. 4. Bid Addendum: Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the Proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by contacting the Project Manager. 5. Pre -Bid Conference: A pre-bid conference will be held with prospective bidders at the Parks and Community Services Offices Conference Room 2, on September 22nd at 9:00 a.m. 6. Award of Contract The City reserves the right to reject any or all bids and waive any or all formalities. The City will award one contract with a combination of base bids and/or alternates which is most advantageous to the City. No bid may be withdrawn until the expiration of 70 calendar days from the day bids are opened . The award of contract, if made, will be within 70 calendar days after the opening of bids, but in no case will the award be made until all necessary investigations are made as to the responsibility of the bidder to whom the contract will be awarded . RICHARD ZAVALA, DIRECTOR PARKS AND COMMUNITY SERVICES DEPARTMENT By: Scott Penn , Senior I Landscape Architect (817) 392-5750 Thursday September 10th Thursday September 17th DALE FISSELER CITY MANAGER MARTY HENDRIX CITY SECRETARY SECTION 00200 SPECIAL INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. BID SECURITY 2. PROPOSAL 3. ADDENDA 4. A WARD OF CONTRACT 5. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS 6. LIQUIDATED DAMAGES 7. EMPLOYMENT 8. WAGE RATES 9. FINANCIAL STATEMENT 10. INSURANCE 11 . NON -RESIDENT BIDDERS 12 . MINORITY/ WOMEN BUSINESS ENTERPRISE 13. PROTECTION OF TREES, PLANTS AND SOIL 14. BIDDER'S STATEMENT OF QUALIFICATIONS 15. OZONE ALERT DAYS 16. 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 Gin 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 - I - 5. AW ARD 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. 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. 6. PAYMENT. PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The successful bidder shall be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A. If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum . Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the amount of the contract conditioned on the faithful performance of the work in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of the City of Fort Worth. D. A Maintenance Bond shall be required for all Parks and Community Services Department projects to insure the prompt, full and faithful performance of the general guarantee as set forth in Division 1, Section 01150-ltem 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 fmancial 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 premmm. 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. Other than worker''S compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. H . Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing ·rights of recovery in favor of the City. I. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. J . Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. K. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Contractor's liability shall not be limited to the specified amounts of insurance required herein. M. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 12. NON-RESIDENT BIDDERS: Pursuant to Texas Government Code, art. 2252.002, the City of Fort Worth will not award this contract to a non-resident bidder unless the non- resident's bid is lower than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder to obtain a comparable contract in the state in which the non- resident's principal place of business is located. "Non-resident bidder" means a bidder whose principal place of business is not in this state, but excludes a contractor whose ultimate parent company of majority owner has its principal place of business in this state. SPECIAL INSTRUCTIONS TO BIDDERS -4- "Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a contractor whose ultimate parent company or majority owner has its principal place of business in this state. This provision does not apply if the project is funded in whole or in part with federal funds. The appropriate blanks of the Proposal must be filled out by all non-resident bidders in order for its bid to meet specifications. The failure of a non-resident contractor to do so will automatically disqualify that bidder. 13. MINORITY/WOMEN BUSINESS ENTERPRISE: In accordance with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The MEB/WBE Utilization Form, Subcontractor/ Supplier Utilization Form, Prime Contractor/Waiver Form and the Good Faith Effort Form and or the Joint Venture Form, as applicable, must be submitted no later than 5:00 p. m. five (5) City business days after the bid opening date, exclusive of the bid opening date. The bidder shall submit the documentation at the reception area of the Department of Engineering ("Managing Department"), 2nd floor, City Hall, and shall obtain a receipt. Failure to comply shall render your bid non-responsive. Upon contract execution between the City of Fort Worth and the successful bidder, now known as Contractor, a pre-construction meeting will be scheduled at which time the Contractor is required to submit either Letters of Intent or executed agreements with the M/WBE firm(s) to be utilized on this project. Such Letters of Intent or executed agreements shall include the following information: 1. Name of Contract 2. Name ofM/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 shall 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 th.at 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. 15. 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 Il Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture. Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due the Contractor by the City. To prevent the spread of the Oak Wilt fungus. all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. This is the only instance when pruning paint is recommended. 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 I SUBCONTRACTOR QUALIFICATIONS 1. Demonstrate experience as either general or sub-contractor on a minimum of three (3) projects similar in scope within the last three (3) years. 2. Provide listing of surety company( s) which issued bonds for previous . projects identified as demonstrated experience. 3. Provide name of surety company to be used for this project. 4. Provide a current certified financial statement as prepared by an independent Certified Public Accountant. 5. Name and qualifications for the site superintendence of the work. 6 . Identify at least 50% of work which is to be performed by the Prime Bidder with its own organization and work crews under its superintendence. 7. All sub-contractors intended for use on this project shall also demonstrate similar project scope experience (three similar projects in scope within last three years) necessary to successfully perform their respective portion of work on this project. SPECIAL INSTRUCTIONS TO BIDDERS -7- 8. Submittal of Letters Of Intent for the use of specific subcontractors listed on the Bidders Statement Of Qualification form. The Prime Bidder shall submit such Letters of Intent to the City no later than five (5) working days upon being recognized as the overall qualified bidder by the City. Should the Prime Bidder subsequently desire to substitute a subcontractor. the Prime Bidder shall notify the Project Manager in writing along with Letter Of Intent and experience qualifications for approval prior to commencement of construction. The documentation required herein shall be received by the Project Manager of the Parks and Community Services Department no later than five (5) City business days after the bid opening date, exclusive of the bid opening date. Recommendation of award of contract shall be contingent upon the Bidder and / or sub-contractors meeting such qualification requirements. Location and responsive ability of the firm will be considered. If your firm anticipates entering into a joint venture with any other firm to conduct all or part of the performance required under the proposed project, that firm should be specified in your response. For each finn included in the joint venture, please provide · the information required above. Under the Contract executed for this work the City will require your firm to be completely 100 percent responsible for fulfilling all aspects of the contract bonds. Other firms and employees that may be involved in their joint venture will be treated by the City under the contract as if they were employees or subcontractors of your firm. Other than those firms noted in the contract as a part of the joint venture, no other firms will be allowed to participate in the joint venture without written consent from the City. 16 . OZONE ALERT DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "OZONE ALERT DAYS". Typically, the Ozone Alert season within the Metroplex area runs from May through September, with 6 :00 a.m. -10:00 a.m. being critical ozone forming periods each day. The Texas Natural Resource Conservation Commission (TNRCC) in coordination with 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. 17. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows : SPECIAL INSTRUCTIONS TO BIDD ERS - 8 - A. Defmitions: 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. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. SPECIAL INSTRUCTIONS TO BIDDERS -9- G. The contractor shall notify 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 project; ( 4) obtain from each other person or entity with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person or entity beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (7) contractually require each person with whom it contracts, to perform as required by paragraphs ( 1) -(7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees SPECIAL INSTRUCTIONS TO BIDDERS -10 - of the contractor who will provide services on the project will be covered by workers' 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 - L L L L l L L TO: FOR: Mr. Dale Flsseler City Manager Fort Worth, Texas PARK IMPROVEMENTS AT: Ed Collett Park PROPOSAL C200 / 541600 / 807370120280 C280 / 541600 / 807420120280 Pursuant to the foregoing ·Notice to Bidders,• the undersigned has th oroughly examined the plans, specifications , and the site, understands the amount of work to be done, and hereby proposes to do all the work and furn ish 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 .~my 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 APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID UNIT ONE • SITE PREPARATION ITEMS {BASE BID) 1. 1 LS Mobilization ~Jl,U;~':,d~,9 Q .$\.c._.>r-Dollars& c,e, xx.,8-3(X)E,~ ,-:)0 Cents per LS $ $ Furnish and ln~II project sign (refer to City 2. 1 EA Standards) ·-fi,._~ Ji:i.uucf)&r;c9. Dollars & cP ..,,,., ~ Cents per EA $ ·a;:o -$ ~- Provide Construction Exit, includes installation, maintenance and removal (See 3. 166SY DEMO sheet) Th,~~ Dollars & er? = Cents per SY $ 12 -$ ZL2B - Provide inlet protection , includes installation, 4. 4EA maintenance and removal (See DEMO sheet} t!5?PI!-L~fucf) -Dollars & .,:,0 ~cp.!!. Cents per EA $ Loo-$ Form Printed: 9/1/2009 1 of 8 'I .. ~ PAY APPROX. DESCRIPTION OF ITEMS WITH alD UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Provide temporary sediment control fencing, includes Installation, maintenance and 5. 2116 LF removal (See DEMO sheet) c;?r-<e.. Dollars& -,,s-c:O 7'?1? ~\..'l ... i::: V <:,., Cents per LF $ }-$ 3103- Provide tree protection fencing , includes Installation, maintenance and removal (See 6 .. 1265 LF DEMO sheet) ' r C)~E:.... Dollars & , ,'?° -Z'2}3 I · tz < t/e.)(... t-'1 -6 -v <-Cents per LF $ $ Construct 12• HOPE drain pipe main line and connection to existing storm inlet (See 7. 351 LF GRADING sheet) ~c:.,!7-,e,...:;l .\--e._<._ t(..:l, Dollars & '7 'fl-;O :Tz:.-."--' Cents per LF $· $ lo cCTL- Construct 8" HOPE drain pipe lateral line (See 8. 118 LF G~Gsheet) j::t l--~ ~ ~ l Dollars & /Sb> c;o 1=1v---. -cents per LF $ $ 11]& - Construct area drain inlets with concrete collar and cast iron bee-hive inlet grate (See 9. 3 EA GRADING sheet and specifi~io!'lt~ oO ot::> J?..tz.:b,ep ltt&.~ ~1'J~ "1Y ars & EA $ llJ77 -$ lJYPi . Cents per ' 2 3, 99/ 1 7 ~ -Unit One -TOTAL $ UNIT TWO-ASPHALT PARKING LOT ITEMS (BASE BID) Removal of existing Concrete Curb and 1. n1 LF Gutter (see Demo sheet) "30 Fe;,LL ,2._ Dollars& 3,€;7 33/5' i1:--:::t:t, l , .. l 11 Cents per LF $ $ Removal of existing asphalt paving (see 2. 805SY DEMO sheet) <S'\ :Y Dollars& ~~ s S q:,3 ,~ G:~ e..-4-l . 6 ,,, :<,,, Cents per SY $ fo - Earthwork and fine grading at proposed 3. 1 L~ parkiri~ lot (see GRADING i~me oO -r ~ \le.. ··1fu7':,«.,,_J) ~ . o ars & )2(d:;O -). 7.1.otJo eO ~o · Cents per LS $ $ Pulvi-mix existing asphalt paving for new 4. 1752SY parking lot ving base (see LAYOUT sheet) 7/c ><' Dollars & l~ Cents per SY $ $ )1Q 63, -Q Form Printed: 9/1/2009 2of 8 .i .. ' I_ PAY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL ITEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID I_ Construct 2" layer of hot mix asphaltlc surface 5. 1752 SY course (see LAYOUT sheet) rt,?,Z..~x;, Dollars & It./~ $ ,Z.5171.o z_'} -~ d-).._ 1 -..><-:I!~ ,v SY $ -Cents per Construct concrete curb and gutter (see 6. 400LF LAYOUT sheet) 2,.1:?? _,-~v<. Dollars & 4-B1Z~ -r.J;.~-c...-Cents per LF $ ,-$ l 0~ (o339 l, Unit Two· TOTAL $ UNIT THREE• MISCEUANEOUS PARKING LOT ITEMS {BASE BID) Removal of existing concrete handicap ramp I 1. 2 .EA (see D~,eet) . ,,... . ~ ;It,,. · ,U ,L-:k,-J-r.,~ Dollars & ,,_,ae:., .,.,c'I ~(../ Cents per EA $ Zcft? --$ 610 - I Construct concrete accessible ramps and ·2. 7 EA walks with curb retum~ee LAYOUT sheet) I -r},wz_,)b~J} n ~ Dollars & c:;:O 1/mec::, ~D Cents per EA $ 2!50-$ 2 - t Construct detectable warnings at concrete 3. 4 EA access~ (see LAYOUT sheet) -it.iz~...._ · l.)),uh-Two Dollars & 2'> ob .,..,--uJ!e._,0~-Ei ye_ $ 32Z -LEb9 -Cents per EA $ l Removal and relocation of existing regulatory 4. 4EA sign~EMO§.heet) fia.:o -~ .h:.,,<t.'¥~ Dollars & ~o oo L F; t4"1 ' . Cents per EA $ 2¥D $ 9/o'Z .. -· Installation of 4n parking space striping (see l 5. 1 LS LAYOUT sheet) _ fi JI<, H~cf) ru~ -DU . Dollars & c,f!,> S-9-1 e,O t.2C2 Cents per LS $ 1Ci't/-L -$ - l Furnish and Install handicap access parking 6. 1 LS signageit~OUT sheet) t:}\i)cL & ' µ.,C> Dollars & c::e::, oO l J.:>D Cents per LS $ 9oz -$ C(Oc., .- Installation of handicap parking space striping L 7. 1 LS and markings {see LAYOUT sheet) cS.. ~+"t-.. J w Q Dolla·rs & loZ~ l92 0:1 ,c,:,o Cents per LS $ $ (.';X9 Unit Three -TOT AL $ '70'7(o - L Form Printed: 9/1/2009 3of8 ., ,. / FORT WORTH "-z • .,. PRIME COMPANY NAME: CITY OF FORT WORTH Disadvantaged Business Enterprise f<'A'fOv.u /iuc_ ATIACHMENT 1A Page 1 of 3-- Schedule of Subcontractors/Suppliers ODBE PROJECT NAME: ~/f:U!&ie(T$-~ J;rlt;?tLerz: ~4:-: BID DATE: Ll -2:da PROJECTNUMBER: C~/Yllw-:q/vo?z]QIZ.,C?&YD e2i6P./z1!1~/fo"19?0/Z.OZ"}?O I CITY'S DBE PROJECT GOAL: 18 % ! Prime'• DBE GOAL COMMITMENT: J (}', 1/1 % Please read the following statements prior to executing this form. Blddera/Offerors ·must provide lnfonnatlon on all prospective subcontractor(s)/auppllers who aubm~ bids/quotations In support of this solicitation. Failure to complete this form, In Its entlretywith·supporting ·documentatlon, and received by the -Managing Department on or before 5:00 p.m. five (5) City business days after bit opening, exclusive of'bld opening date, wlll·reault 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 perfonned 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 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 creates a material breach of contract may result In a determination of an lrreaponslble offeror and barred from partlclpatlng ·tn City work for a period of time not less than one (1) year. · Prime contractors must Identify by tier level of all subcontractors/supJlliers. Tier: means the level of subcontracting below the prime contractor/consultant Le. a direct payment from the prime contractor to a subcontractor Is considered 1 t tier, a payment by a subcontractor to Its supplier Is considered 2nc1.tler. 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 gron receipts of all subcontractors/suppliers listed on the . uttltzatlon form. This lnfonnatlon 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 coat 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 coat 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 ls utlllzed, 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 flnn, Including DBE owner- operated and receive full PBE credit. The DBE may ·lease truc~·from non-DBE&, ·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 ., ' . . ~ ..,. ' r FORT WORTH ....... _. --..,,., --..... -------------- CITY OF FORT WORTH -----. .... -. AITACHMENT 1A Page2of3 SCHEDULE OF SUBCONTRACTORS/SUPPLIERS Check this box D If any subcontractor/supplier Is a Sole Source an.d Identify by writing sole source by the subcontractor/supplier name. NAMES AND ADDRESSES OF SUBCONTRACTORS/SUPPLIERS Name: ,-,.>-11 ·-rw Address: ZZW {;,,4£'70i(.) '?+-. )IJ?-l-lV)#'J r!Pr11 . -rx Phone: z!,l 1-159 -JO;tj? Fax: e,11-7tf9-;;z::iqq Email: Contact Person: ~ e... 1 V , Name: {;.o~ r PIP~ 'i Mt;( Address: fO fu->t lk23;L, 7 J-r. Jd7 /l.,~ J -rx Phone: t;Jr7-15"q-)9/9 ::~11: e;o -7 59 -2,71 ·1 Contact Person: Name :,~~ £,t;//JitO;,,,/e,iV~ Address: fo /.30>< 3~'1 ::5u~17./(.) 1 --rx . Phon-.: Bl7-t5J-2?,:?J ::~11: 9'1/J-(gl/6 -J lft?1 Contact Person: '°10W11'\\. TYPE OF WORK TO BE PERFORMED $AMOUNT: 5 tJ 7j-~ $ AMOUNT: ) 8 LJ-Lf 7 ~ $.Aftl!OUNT: Type o.fWork:_f,l?t?f/C'><I/ ;f'ikflt::£:7},C7){// {f~i,U7 $AMOUNT: J'5'15'l., ~~ Specify CERTIFIED DBE PREVIOUS YEAR'S Tier FIRM ANNUAL GROSS )¥' Vas L No_ Certified By: NCTRCA L TXDOT RECEIPTS check one _ les!5 than $SOOK _ $SOOK to $2M _ $2M to$5M Other_ please v' attach DBE oerllftcallon .C.. more than $SM Yes k.. No_ _ less than $SOOK Certified By: .:._ $SOOK to $2M . ~:~A ...2L _ $2M to $SM Other_ pleaae _ more than $SM attach DBE oertlllcallon Yes ){_·No_ _ less than $500K Certified By~ NCTRCA TXDOT _ $SOOK to $2M ~ $2M to$SM Other_ please attaah DBE oertlftcatlon ....,.... more than $5M Yes ;{_ No_ ~ leas' than $500K Certified By~ NCTRCA .I\ TXDOT - Other_pleaae attach DBE certfftoatlan _ $500K to $2M _ $2M to$5M _ more than $SM Rev . 5-30-03 � E � r r r � r � K � � � 1 '� r � � � � � -- � FORT WORTH ·w NAMES AND ADDRESSES OF SUBCONTRACTORS/SUPPLIERS Name: ,7~,,,_, -+ ~.,..-, Address: ,~§" w .//'Ha. ?~ '°B2~e.,P~ 1 /><" . 7t;,,;;V/ Phone: 2~"2/ _ ~.j -0 ~¥0 Fax: Z :Flf--7"P7 -~ ~" 3- Emall: Contact Person: 'Z.tu ,,;,.,, 4 :~, . -..> Name: Addre88: Phone: .Fax: Email: Contact Person: CITY OF FORT WORTH SCHEDULE OF SUBCONTRACTOR/SUPPLIERS TYPE OF WORK TO BE PEl:{FORMED Specify CERTIFIED DBE Tier Flff.M Type of Work: (:p,;GIC /.ll. t.., L,,;,.,,i,~ ' Yes -No_K · Certified By: NCTRCA -TXDOT -$ AMOUNT: :ja.-.. 23 29 'l, 2.."f Other _please attach DBE cartfflcatlon Type of Work: Yes -No_ Certified By: NCTRCA $AMOUNT: · TXDOT Other_ please attach DBE certlftcallon ATTACHMENT 1A Page3 of3 PREVIOUS YEAR'S ANNUAL GROSS RECEIPTS C check one) _ less than $500K _ $500K to $2M _ $2M to$5M . _ more than $5M _ less ·than $500K _ $500K to $2M _ $2M to$5M _ more than $5M · The undersigned .. bl~der. agrees to enter Into a formal agreement with tjle DBE firms . for .. w.ork listed In this sc ... edule; condltlc:,ned upon execution of a contract with the City of Fort'.Worth. The lntentlonal :and/or:knowlng misrepresentation. of facts Is grounds for·conslderatlon .of disqualification and wlll result In the bid being considered non-responsive to bid specifications. · , BE CERTl~D BY THE CITY OF FORT WORTH PRl~R TO A REC:;i.MENDATION FOR AWARD TO THE CITY COUNCIL 4 ',µ B£IAJQ 1 />11:XLH: . . · :lzed Sign~ Printed Signature ~#Z: ~$//~ ----------------ltl'1 . 7 Contact Name and Tltle (If different) !Ut?ZCJIU . ~ c-' ~i?-71'?r z/loO J $)7-ZWcx c.J7/o,> ~panJ, N~me Phone Number Fax Number ~ )fOY CP7 I f'agdon ,..b ri~" ~ s,bc. 9loba..\ ... ~Q..+ ~dress Emair Address IJJ2ecUJt/Z;Af£1 -U J'h l/Z¥ _._i _-9_-l_D ____________ _ City/State/Zip Code Date Rev. 5-30-03 ' < SECTION 00822 VENDOR COMPLIANCE TO STATE LAW Section 2252.002, Texas Government Code, provides that, in order to be awarded a contract as low bidder, non-resident bidders ( out-of-state contractors whose corporate offices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in _____ (give state), our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in _____ (give state), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate office is in the State of Texas. IZI Please Check or mark with an "X" BIDDER: By: KlH't>o >0 Tue_. Company (please print) Signature:~ (please print) Title: 4cI_~ (please print) City/ State Be~~i&<s. Zip 76¥ZY I TiilS FORM MUST BE RETURNED WITH YOUR QUOTATION VENDOR COMPLIANCE TO STATE LAW ' ( ,. I• '. Classification AC Mechanic AC Mechanic Heloer Acoustical Ceilinl! Mechanic Bricklayer/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Heloer Electronic Technician Electronic Technician Helper Floor Layer (Resilient) Floor Layer Heloer Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Heloer Pipefitter Pipefitter Helper Plasterer Plasterer Helper SECTION -003100 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY Hrly Rate Classification $21.69 Plumber $12.00 Plumber Helper $15.24 Reinforcing Steel Setter $19.12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Worker $11. 91 Sheet Metal Worker Heloer $13.49 Sprinkler System Installer $13.12 Sprinkler System Installer Heloer $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 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 SECTION 00821 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) Average normal number of days rainfall, 0.01" or more. (2) Average normal precipitation. (3) One inch (1 ") or more. * Less than one-half inch (1/2"). 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 * 1 Unseasonable weather is defined for contract purposes as rain/snow days which exceed the average number of days or inches ofrainfall in any given month. This table is based on information recorded at the former Greater Southwest International Airport, Fort Worth, Texas, covering a period of 18 years. Latitude 32° 50' N, Longitude 97° 03' W, elevation (ground) 537 ft. 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 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. 4'-6" SCALE : NTS FILE NO. 000 .JC.------------4' ------------11 •1·-CFoRT WORTH aj·~ . . 1-" 4 , ________ _,_L r-3" 3·--I Project Title_-_ ~->L~ 1 .. 3 ·-{ 2ND LINE____,_ IF NECESSARY _/ l--3" 1~· -C"'"" __ ._· ---contractor: ; 1. ~--t=Contractor's Name==:}:,. 1• FUNDED BY L ~1" _2o~cf;~~~;N~~iie 1!·1 .. 1 .. 4 ~---~· . Revenue_ in Actio~1 .. Scheduled Completion Date 41• _______ Year_ · 2 FONTS: FORT WORTH LOGO IN CHEL TINGHAM BOLD ALL OTHER LETIERING IN ARIAL BOLD COLORS: FORT WORTH -PMS 288 LONGHORN LOGO· PMS 167 LETIERING • PMS 288 BACKGROUND -WHITE BORDER -BLUE 1" NOTES: CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION"/ LOGO AT CDR SIGN AND ENGRAVING, 6311 EAST LANCASTER AVE (817-451-4684), PEEL AND PLACE AS SHOWN ABOVE. PROJECT DESIGl\JATION SIGN CITY OP fOR T WORTII. TEXAS PARKS AND COMMUNITY SERVICES DEPT . GEOTECHNICAL ENGINEERING REPORT COLLETT PARK IMPROVEMENTS 4800 W. VICKERY BLVD. FORT WORTH, TEXAS Prepared for: HNTB Corporation Dallas, Texas EWL Report No. HNTB091953 June 2009 HNTB Corporation eotechnical Studies Group, Inc. EUetbee Walaak Lawrence A Division of El/erb6e/Walczak. Inc . 2001 Bryan Street, Suite 100 Dallas , Texas 75201 Attn: Mr. David McCaskill Project Principal Re: Geotechnical Engineering Report Proposed Collett Park Improvements 4800 W . Vickery Blvd. Fort Worth , Texas EWL Report No. HNTB091953 Gentlemen : June 15, 2009 EWL Geotechnical Studies Group, Inc. (EWL), a division of EWI has completed its Geotechnical Engineering Report at the above referenced location . The results are presented in the attached report. Please do not hesitate to contact us if you have any questions regarding the information in this report or if we can be of any additional assistance. It has been a pleasure providing geotechnical services for this project. One ( 1) Original & One ( 1) Copy Submitted 4501 Broadway Ave . • P.O. Box 14809 • Haltom City. Texas 76117 Office 817-759-9999 • Fax 817-759-1888 TABLE OF CONTENTS Page 1.0 SITE & PROJECT INFORMATION ...................................................................................... 1 2.0 SCOPE OF SERVICES ....................................................................................................... 1 · 3 .0 FIELD OPERATIONS ..................................... ; .................................................................... 1 4.0 LABORATORY TESTING .................................................................................... : .............. 2 5 .0 SITE SUBSURFACE CONDITIONS .................................................................................... 3 6.0 GROUNDWATER .............................................. : ................................................................ 3 7.0 ANALYSIS AND RECOMMENDATIONS ............................................................................. 4 7 .1 Foundation Recommendations ........................................................................... , .... 4 7 .1.1 Straight Drilled Shafts ........................................................................ : ............ 4 7.1 .1.1 Soil Uplift Loads ...................................................................................... 5 7 .1.1.2 Shaft Construction Considerations .......................................................... 5 7 .1.2 Floor Slabs ...................................................................................................... 5 7.1.2 .1 Interior Slab-On-Grade ............................................................................ 6 7.1.2.2 Excavation and Replacement.. ................................................................ 7 7.1.2 .3 Select Fill ................................................................................................ 7 7.1.3 Spread Footings -Design Parameters ............................................................ 7 7.1.3 .1 Spread Footings -Construction Considerations ...................................... 8 7 .1 .4 Ground Supported Foundation Systems ......................................................... 8 7 .1.4.1 Ground Supported Stiffened Slabs .......................................................... 9 7 .2 Utilities ................................................................................................................... 1 O 7 . 3 Earthwork/Site Grading .......................................................................................... 10 7 .4 Site Drainage ......................................................................................................... 11 7.5 Pavement Recommendations ................................................................................ 11 7 .5.1 Pavement Subgrade Preparation .................................................................. 11 7 .5.2 Area Paving .................................................................................................. 12 7 .5.3 Pavement Movements .................................................................................. 13 8.0 LIMITATIONS ......... : .......................................................................................................... 13 APPENDIX Figure Plan of Borings ........................................................................................................................... 1 Boring Logs ........................................................................................................................... 2 -3 Soil Classification Chart ............................................................................................................. 4 GEOTECHNICAL ENGINEERING REPORT COLLETT PARK IMPROVEMENTS 4800 W. VICKERY BLVD . FORT WORTH, TEXAS 1.0 SITE & PROJECT INFORMATION The project site is located on the north side of Vickery Blvd . at 4800 W . Vickery Blvd . in the City of Fort Worth, Tarrant County, Texas. The site contains a baseball/softball field with an asphalt paved parking area. The site was relatively flat, contained some mature trees and generally drains towards the east. Proposed construction consists of a covered pavilion structure, new sports ligh_t standards and possible new parking lot pavement. We assume the structure will be relatively lightly loaded with maximum column loads on the order of 50 kips, or less . 2.0 SCOPE OF SERVICES The purpose of our geotechnical services for this site were to : • Evaluate the subsurface conditions encountered in the borings. • Evaluate the pertinent engineering properties of the recovered samples. • Provide recommendations concerning suitable types of foundations and floor slab systems for the proposed structure and light standard recommendations . • Provide recommendations for earthwork, pavements and site grading . 3.0 FIELD OPERATIONS The subsurface conditions of the site were evaluated by two borings, which were drilled on June 3, 2009 , at the locations designated by the client. The approximate boring locations are provided on the Plan of Borings (Figure 1) in the Appendix. The results of the field exploration program are presented on the Boring Logs (Figures 2 and 3) in the Appendix . A Soil Classification Chart c~>ntaining the keys to symbols and the description of terms used on the boring logs are presented on Figure 4. A truck -mounted drilling rig with continuous flight augers was used to advance the borings. Soils were sampled using steel tubes. The samples were extruded in the field , logged, sealed , and packaged to preserve their in-situ moisture content and reduce disturbance during transportation to the laboratory. Drilling and sampling were performed in general accordance with applicable ASTM procedures . EINL 1 HNTB091953 4.0 LABORATORY TESTING The Boring Logs and samples were reviewed by a licensed geotechnical engineer who assigned soil samples for testing. Tests were performed in the laboratory by technicians working under the direction of the engineer. Testing was performed in general accordance with applicable ASTM procedures . Liquid and Plastic Limit tests were performed on samples of the cohesive soils. These tests were used in conjunction with moisture content tests for class ification and estimating their volume change potential. Absorption swell tests were performed on selected sample of the cohesive materials to quantitatively evaluate volume change potential at the in-situ moisture levels . Percentages passing the number 200, No . 40 and No . 4 sieve tests were performed to aid in classification . Soluble sulfate tests were performed on selected samples of the soil subgrade. Hane penetrometer and unconfined compression tests were performed on samples of cohesive soils to evaluate consistency and strength . The results of the general testing program are presented on the individual Boring Logs in the Appendix . Results of the swell tests and sieve analysis are presented below in Tables 1 and 2. TABLE 1 -SUMMARY OF SWELL TESTS .. -.. Boring Depth LL Pl Initial Final Surcharge Swell Moisture Moisture (feet) % (%) (%) (psf) (%) i ! 1 2-4 48 27 15.8 21 .1 375 4.0 ~----··· 1 1 8-10 47 27 19 .9 21.4 1125 0.5 ; L.·--J~· -- TABLE 2 -SUMMARY OF -200, #40 and #4 TESTS Depth Percent Passing Percent Retained Percent Retained Boring (Feet) The #200 Sieve on No. 40 Sieve on No. 4 Sieve 1 0-1 74 I 0.8 0 l. ----. __ L_ I ! i 96 I 1.1 0 1 4-6 I I .. ···--·-·i 1 I 19-20 78 0.4 0 I' I ~ EIVIIL 2 HNTB091953 5.0 SITE SUBSURFACE CONDITIONS The conditions encountered at each boring location are depicted on the Logs of Boring and Summary of Laboratory Results in the Appendix. Descriptions of each strata with its approximated depth and thickness are provided. The depths reported on each log of boring refers to the depth from the existing ground surface at the time the boring was performed. A brief description of the stratigraphy indicated by the borings is presented below. Fill materials consisting of reddish tan and brown sandy clays were encountered at the surface of Borings 1 and 2, and extended to depths of about 1 foot and 2 feet below existing grades, respectively. The existing fill soils had Liquid Limits (LL) of 38 and 42 percent and Plasticity Indices (Pl) of 20 and 22 . The fills classified as CL according to the Unified Soil Classification System (USCS) and were very stiff in consistency. Brown, becoming brownish gray and light brown with depth, sandy clays with occasional clay layers were next encountered beneath the fills and extended to termination depths of about 25 and 20 feet below existing grades in Borings 1 and 2, respectively. They had LL's of 35 to 53 percent. Pl's of 20 to 32, classified as CL and to a lesser extent CH according to the USCS and were hard in consistency in the upper 12 feet becoming firm to stiff in consistency with depth . The soils encountered within the active zone of the borings at this site are considered to be moderately active to active with respect to moisture-induced volume changes. Active clay soils have shrink/swell potential within the zone of seasonal moisture change . 6.0 GROUNDWATER The borings were advanced in the dry using auger-drilling techniques. This process allows relatively accurate short-term observations· of groundwater while drilling. Seepage was ·observed in Borings 1 and 2 while drilling at depths of about 121h and 131h feet below existing grades, respectively. Water levels of about 7 and 12 feet were measured in Borings 1 and 2, respectively, at drilling completion. Groundwater levels will seasonally fluctuate due to variations in the amount of precipitation, evaporation and surface water runoff. In addition, groundwater conditions may change due to landscape irrigation, tree root demand and from leaking buried utilities. El~L 3 HNTB091953 7.0 ANALYSIS AND RECOMMENDATIONS 7.1 Foundation Recommendations The moisture related volume changes associated with the site soils, indicate that shallow foundation systems will be subject to some differential movements. Foundation systems for the proposed light standards pavilion canopy situated below the zone of most significant seasonal moisture changes is more resistant to these potential volume changes . Straight drilled reinforced concrete shafts offer a positive system for supporting the proposed structures. If some differential movements can be tolerated, spread footings system can also be considered for the pavilion structure . If some differential foundation movements can be tolerated on independent structures , post- tensioned or conventionally reinforced, stiffened ground supported foundation systems (Slab-On- Grade) can be considered for this site . It is common to experience some distress to structures with slab-on-grade foundation systems due to ground movements . This can include cracks in brick walls, cracks in ground supported slabs, adjustment to doors and windows that can stick, and interior cracks in sheetrock walls. Cracks in exterior brick walls can be less noticeable wi th the use of closely spaced vertical joints (12-foot on-center or less for the height of the wall). Design parameters for these foundation systems are presented below . The following recommendations are based on the assumption that the finished floor elevations will be within about ±2 feet of the current grades . These recommendations should be reviewed when the gradirig plan is available . 7 .1.1 Straight Drilled Shafts Straight drilled shafts should be situated in the sandy clays that were encountered in the borings at depths of about 1 to 2 feet below existing grades . Due to groundwater we recommend the shafts depths be limited to 1 O feet below existing grades. The actual bearing depth should be reviewed when the grading plan is complete. A minimum diameter of 18 -inches is recommended for the straight shafts. The drilled shafts may be proportioned using an average allowab le beafr1g pressure of 7,000 pounds per square foot (PSF) and an average allowable skin friction value of 800 PSF/700 PSF for compressive/tensile loads, an allowable passive pressure of 1,200 PSF and a horizontal K-value of 400 PCI are recommended for the sandy clays. The values preseinted above may be increased by 20 percent when considering wind load. Skin friction and passive pressure should be neglected for the upper 5 feet of the shafts. Adjacent shafts should maintain a minimum center-to-center spacing of 2.5 times the diameter of the larger shaft. Closer spacing will require reductions in the skin friction values presented above . and possibly special installation sequences . As a general guide, the design skin friction will vary linearly from the full value at a spacing of 2.5 diameters to 50 percent of the design value at 1.0 diameter. EWL should be contacted to review, on a case-by-case basis , shafts requiring closer spacing . EINL 4 HNTB091953 Settlements of properly constructed drilled shafts bearing in sandy clays for the structures, at the anticipated loads, are estimated to be on the order of 1 inch, or less . Differential movements, on the order of 1 inch should be considered in the canopy structure is supported on piers . 7.1.1.1 Soll Uplift Loads The shafts will be subject to uplift as a result of heave in the overlying soils . The magn itude of these loads varies with the shaft diameter, soil parameters, and particularly the in-situ moisture levels at the time of construction . They can be approximated at th is site by assuming a uniform uplift of 1,400 PSF over the shaft perimeter for an average depth of 7 feet. The shafts must contain sufficient continuous vertical reinforcing to resist the net tensile load. 7 .1.1.2 Shaft Construction Considerations Excavation for the shafts should be maintained in the dry . Concreting should closely follow excavat ion to reduce potential caving and/or seepage problems. Groundwater seepage was observed in the borings and may be encountered during installation of the drilled shafts , particularly if construction proceeds during a wet period of the year. Rapid placement of steel and concrete may permit shaft installation to proceed; however, seepage rates could be sufficient to require the use of temporary casing for installation of the shafts. The casing should be seated in the bearing stratum with all water and most loose material removed prior to beginning the design penetration. Care must then be taken that a sufficient head of plastic concrete is maintained within the casing during extraction. The concrete should have a slump of 6 inches plus or minus 1 inch and be placed in a manner to avoid striking the reinforcing steel during placement. Complete installation of individual straight shafts should be accomplished within an 8-hour period after completion of drilling . The drilled shaft design recommendations prov ided in this report are based on proper cons truction procedures, including maintaining a dry shaft excavation and proper cleaning of bearing surfaces prior to placing reinforcing steel and concrete. All drilled shaft installations should be inspected by qualified geotechnical personnel to help verify the bearing stratum , the design penetration, and perform related duties . 7 .1.2 Floor Slabs Lightly loaded ground supported foundation systems will be subject to movement as a result of moisture-related volume changes in the soils. The clays will expand (heave) with i ncreases in moisture and contract (shrink) with decreases in moisture. The movement often occurs as post constructiop heave. EINL 5 HNTB091953 The potential magnitude of the moisture-related vo lumetric movements is rather indeterminate. It is influenced by the soil properties , overburden pressures, thickness of clay strata and to a great extent by soil moisture levels at the time of construction . The greatest potential volumetric movements occur when the soils are in dry condition at the time of construction. Site grading can affect the potential movements. For example, the use of clays as fill material will increase the potential movements by increasing the total clay thickness. Cuts can decrease the potential movements by removing a part of the active clays . The estimated potential magnitude of post-construction heave for slabs-on-grade placed on soils in the dry condition to be on the order of 21h inches . 7 .1.2.1 Interior Slab-On-Grade In conjunction with drilled shafts, interior slabs can be placed on a prepared subgrade. Slab-on- grade construction should only be considered if slab movement can be tolerated. Interior slabs on grade place near existing grades should be designed in such a way to allow for differential movements of up to 2Y:i inches . Reductions for the above estimated on-grade floor slab movements are described below. However, the use of this method does not eliminate the risk of unacceptable movements . The following discussion should be reviewed when the site grading plan is available . Removal of all of the overburden soils to a minimum depth of 3 feet below existing grades and replacement with soils at a moisture-conditioned state in conjunction with a minimum 9f 12 inches of select fill cap to finished grades should result in post construction movements of less than one inch : Fill soils placed at a moisture-conditioned state may be considered in the moisture- conditioned depth. The clay soils removal should be extended beyond the building lines to include entrances , sidewalks, and other areas sensitive to movement. It should be realized that floor slab movements of one-half inch can result in distress to floor coverings, interior partitions and finishes. Special provisions should be made to accommodate movement if slabs-on-grade construction is used . A properly designed and constructed vapor retarder should be provided beneath those portions of the slab , which will be carpeted , sealed, or receiving moisture sensitive coverings. EINL 6 HNTB091953 7 .1.2.2 Excavation and Replacement The building areas should be undercut as required to provide the appropriate depth of reworked material beneath the bottom of the select fill . The exposed subgrade should then be scarified to a depth of 8 inches and re-compacted to a minimum of 94 percent of Standard Proctor (ASTM D 698) at a minimum of +3 percentage points above the soil 's optimum moisture content. The soils can then be replaced in loose lifts, less than 9 inches thick and uniformly compacted to the same criteria . Care should be taken that a lift is not allowed to desiccate prior to placing a subsequent lift. The select fill cap should be placed within 48 hours of completing the installation of the moisture-conditioned soils . 7 .1.2.3 Select Fill The material used as select fill should be very sandy clay to clayey sand with a LL of less than 35 percent and a Pl between 6 and 15 percent. The select fill should be spread in loose lifts, less than 9 inches thick, and uniformly compacted to a minimum of 95 percent of ASTM D698 maximum dry density at or above the soil's optimum moisture content. Native soils may be used as select fill if meeting the above criteria, but would likely require considerable sorting. Pos itive drainage must be provided away from the structures to prevent the ponding of water in the select fill. Care must be taken that backfill against the exterior face of grade beams are properly compacted on-site clays as discussed in the Grade Beams & Pier Caps section of this report. Leave -outs in the floor slab should be protected from ponding water. 7 .1.3 Spread Footings -Design Parameters Individual footings situated in the sandy clays a minimum of 3 feet below existing grades should exert a maximum allowable bearing pressure of 2,500 PSF and continuous footings should exert a maximum bearing pressure of 2,200 PSF. Minimum widths of 3 and 1Yi feet are recommended for individual and continuous footings, respectively. Settlements of properly constructed footings situated in sandy clay soils should be primarily elastic and are estimated to be on the order of 1 inch, or less. Long-term differential movements on the order of 1/2 inch between adjacent footings should be considered in the design . Move!ments loaded attributed to moisture-induced swell in the sandy clays for footing placed a minimum of 3 feet below existing grades are estimated to be on the average of about 2 inches, or less . Swell movements could be larger than estimated the above, should the underlying soils come in contact with a free water sources such as leaking plumbing or excessive landscape irrigation . EWL 7 HNTB091953 7 .1.3.1 Spread Footings -Construction Considerations Excavation of the footings, placement of steel and concrete, and backfilling should proceed in a reas·onably continuous manner. Water should not be allowed to stand in the excavations and the exposed soils should not be allowed to desiccate. Complete installation of individual footings or sections of continuous footings should be preferably accomplished in 48 hours. If the supporting soils in the bottom of the footing becomes disturbed during excavation , it will have to be excavated to undisturbed soils. The undercut can be backfilled with compacted select fill as described above or a lean or footing strength concrete . Backfill ing adjacent and over footings should proceed as soon as practical to m1nim1ze distu rbance to the bearing strata . Backfilling should be accomplished using properly compacted select fill soils. 7 .1.4 Ground Supported Foundation Systems Lightly loaded ground supported foundation systems placed on site subgrades will be subject to somei movement as a result of moisture-induced volume changes in the active soils. The more clayey soils expand (heave) with increases in moisture and contract (shrink) with decreases in moisture . The movement typically occurs as post construction heave. The potential magnitude of the moisture-induced movements is rather indeterminate . It is influenced by the soil properties, overburden pressures, thickness of clay strata and to a great extent by soil moisture levels at the time of construction. The greatest potential for post- construction movement occurs when the soils are in dry condition at the time of construction . Site grading can affect the potential movements. · For example, the use of clays as fill material will increase the potential movements by increasing the total clay thickness. Cuts can decrease the potential movements by removing a part of the active soils . . As stated above, based upon the soil overburden encountered in the borings, we estimate the potential magnitude of post-construction heave for slabs-on-grade placed near existing grade for soils at dry conditions is on the order of 21h inches, or less. The Potential Vertical Rise (PVR) estimates for the borings were estimated using the information from the testing program and are based on the Texas Highway Department's Method 124-E and our general knowledge of the area . PVR calculations are one-dimensional representations of the Potential Vertical Movements (PVM) (i.e . -swell is only considered). Shrinkage due to soil desiccation of near the same magnitude can also occur. PVR calculations are estimates based on assumptions that the area around the structures will be well drained (Properly Graded), landscape beds are not over-watered, and utility leaks are promptly repaired. Long term utility leaks beneath the foundation may exceed those es t imated in this report . Elvl/L 8 HNTB091953 7 .1.4.1 Ground-Supported Stiffened Slabs Post-tensioned or conventionally reinforced, ground-supported stiffened slab foundation systems must be designed to resist and/or tolerate potential vertical movements due to volume changes in the site soils without inducing unacceptable distress in the foundation or structural elements. These movements will typically occur as differential movement between the periphery and interior of the slab-on-grade system . An Effective Pl of 28 can be considered for designing conventionally reinforced Slab-On-Grade (SO(i) foundations. This was calculated assuming over-consolidated and dry soil conditions, a weighted Pl = 28, a Slope Correction Coefficient= 1 and a Consolidation Correction Coefficient= 1.0 . PVR calculations are estimates based on assumptions that the area around the structures will be well drained (Properly Graded), landscape beds are not over-watered, and utility leaks are promptly repaired . Long term utility leaks can result in soil movements in excess of those estimated above. The following parameters assume that the subgrade beneath the slab should meet the requirements discussed in the Earthwork/Site Grading section of this report. Adjacent flatwork such as sidewalks and pavements should be designed in such a way as to allow for differential movements between flatwork and the exterior perimeter of the foundations . Des,~Jn parameters were developed for differential swell (Ym) using the Post-Tensioning lnstitute's (PTI) slab-on-ground design method (2nd Edition). The PTI design criteria based on soils in the dry condition are presented in Table 3 below. TABLE 3 -PTI DESIGN CRITERIA Based on Dry Soil Conditions Center Lift Edge Lift (2"d Edition) Edge Moisture Variation (em) 5.1 ft. 4 .0 ft. Differential Swell (Ym) 2 .1 in. 1.4 in . Potential Vertical Rise (PVR) About 2~ inches Alternately, design parameters were developed for differential swell (Ym) using the Post-Tensioning lnstitute's {PTI) slabs-on-ground (Third Edition) design method and the VOLFLO 1.5 computer program . The PTI design criteria based upon dry condition soils are presented below in Table 4 . Ellll'L 9 HNTB091953 TABLE 4 -PTI DESIGN CRITERIA Based on Dry Condition Soils Center Lift Edge Lift (PTI 3rd Ed.) Edge Moisture Variation {em) 7.8 ft. 3.9 ft. Differential Swell {Ym) 1.3 in. 2.4 in. Potential Vertical Rise (PVR) About 2°Y:! inches Site wading can greatly affect the movements discussed above . The ·;irade beams of the slab-on-grade foundation system should exert a maximum bearing pressure .of 2,000 PSF . These beams should extend a minimum of 12 inches below finished grade and bear on undisturbed native soils or properly compacted fill as described in the Earthwork/Site Grading section below . A properly engineered and constructed vapor retarder should be provided beneath slab areas , which will be covered, carpeted, or sealed. 7.2 Utilities Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted on-site soils, rather than granular materials. A positive cut-off at the building line is recommended to help prevent water from migrating in the utility trench backfill. 7.3 Earthwork/Site Grading Site grading can greatly affect the potential vertical movements as discussed above . Fills constructed using clay soils can increase the potential movements. The on-site soils may be used as fills. Fills to achieve finished grade beneath the building should be placed as described in the Floor Slab section of this report. The subgrade in areas to be filled should be stripped of vegetation and any debris present. The subgrade beneath the fill should be scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 95 percent of ASTM D 698 at a minimum of +2 percent above the soil's optimum moisture determined by that test. The fill materials should then be spread in loose lifts, less than 9 inches thick and uniformly compacted to the same criteria . EIWL 10 HNTB091953 7 .4 Site Drainage All grades must be adjusted to prov ide positive drainage away from the structure. Water perm itted to pond near or adjacent to the perimeter of the structure can result in soil movements , which exceed those discussed in this report. Open ground should preferably be sloped at a minimum of 5 percent grade for at least 10 feet beyond the perimeter of the foundations. Flatwork will be subject to post-construction movement. Maximum grades practical should be used for flatwork to prevent areas where water can pond . In addition, allowances in final grades should take into consideration post-construction movement of flatwork, particularly if such movement would be critical. Where paving or flatwork abuts the structures, care should be taken that the joint is properly sealed and maintained to prevent the infiltration of surface water. Roof drains should discharge on flatwork or be extended a minimum of 3 feet away from the structure . 7.5 Pavement Recommendations 7 .5.1 Pavement Subgrade Preparation Based on our experience with the soils encountered in this geologic formation, the various clays are not known to have sulfates in sufficient concentration to indicate potent ial damage to Portland Cement Concrete or sulfate induced heave in a lime modified subgrade . For verification, EWL tested a total of 2 samples recovered from the borings at the locations listed below, for the determination of soluble sulfate contents. Sulfate Test Locations Stations: Boring 1, 2' to 4' Boring 2, 4' to 6' Testing was performed in general accordance with the TxDOT 145E Method. Test results indicates the soluble sulfate levels on Borings 1 and 2 were 400 and 200 Parts Per Million (ppm), respectively . Soluble sulfates below 2,000, in our opinion, do not merit special liming methods . Subgrade soil materials at the site will typically consist of sandy clay soils. These soils are subject to loss in support value with the moisture increases, which occur beneath pavement sections. They react with hydrated lime. which serves to improve and maintain their support value:. EWL 11 HNTB091953 Lime Modification Based upon lime series test performed on Boring 2 at 4 to 6 feet, a minimum of 6 percent hydrated lime; by dry weight , (City minimum application rate of 30 Lbs./Sq . Yard) should be appliHd to pavement soil subgrade below flexible (asphalt) pavement systems . Rigid (concrete) pavements may be placed on an un-modified compacted subgrade. The I.me should be thoroughly mixed and blended with the top 6 inches of the subgrade (TxDOT Item 260). Lime modification should extend a minimum of one foot beyond the edge of the pavement. The soil subgrade, either modified or un-modified should be uniformly compacted to a min imum of 95 percent of ASTM 0698 near, -1 to +3 percent, the optimum moisture content determined by that test. It should then be protected and maintained in a moist condition until the pavemen t is placed. Project specifications should allow a curing period between initial and final mixing of the lime/soil mixture . We recommend a minimum of three days for these soils . The availability of this cur ing period with lime is of considerable advantage in achieving proper pulverization of the soil. This pulverization is necessary to achieve uniform mixing of the soil with the lime . As stated above, during the curing period, the modified subgrade should have the moisture maintained to allow for any sulfate reaction to occur. In the unlikely event that heaving in the modified subgrade is obse,rved during the curing period, this office should be contacted to provide alternatives to the lime modification program . 7 .5.2 Area Paving Five inches of asphaltic concrete should be adequate in parking lots servicing only automobile traffic . This should be increased to six inches for drives subject to more frequent automobile traffic . The section should consist of a two-inch surface course similar to TxDOT Type D and a base course similar to Type A or B. The coarse aggregate in the surface· course should be crushed limestone rather than . gravel. A regular maintenance program consisting of cracking sealant and repair should be anticipated if asphalt pavements are being considered. Portland cement concrete is recommended in areas supject to truck traffic and should provide excellent service for other pavement areas . Five inches of concrete is recommended for parking lots and drives . The concrete should have a minimum 28-day compressive strength of 3,000 psi. It should contain a minimum of 6±1.5 percent entrained air . As a minimum, the section should be reinforced with No. 3 bars on 18-inch centers in both directions . We understand as a cost saving measure, that pulverizing the existing asphalt pavement into the subgrade, cement modification in conjunction with a 2 inch type "D" HMAC pavement is being considered for the light duty parking area. We recommend that a maximum of 5 percent of cement be added to the asphalt soil mixture. Larger cement rates can lead to reflective cracking EIVVL 12 HNTB091953 1n the asphalt pavements. Truck traffic should be limited to only emergency usage and regular maintenance consisting of crack sealing and pothole repair shou ld be anticipated if this light pavement section is constructed . Design lives of less than 5 years are common with a light duty pavement section of th is type . Regular maintenance should be anticipated during the service life of the pavement. Cracks or fa il ures that develop should ·be properly sealed or repaired . 7.5.3 Pavement Movements The sandy clays/clays encountered along the alignment are active and subject to volume changes with fluctuations in their mo isture content. The clays expand (heave) with increases in moisture and contract (shri~k) with decreases in moisture. The movement at the center of the pavement typically occurs as post construction heave . At the edge of the pavement, both shrinkage and swell could occur due to seasona l moisture fluctuations in response to ra infall and evapotransp iration. The potential magnitude of the moisture induced movements is rather indeterminate. It is influenced by the soil properties, surface drainage , overburden pressures and to a great extent by soil moisture levels at the time of construction . The greatest potential for post-construction movement occurs when the soils are in dry condit ion at the time of construction. Based on TxDOT Test Method 124-E, potential active soil movements , to the boring depths evaluated, along the alignment are estimated to range up to on the order 2Yz inches (Dry Condition). Flat grades should be avoided with positive dra inage provided away from the pavement edges. A minimum grade of 0.5% and preferably 1 % is recommended for all pavements . 8.0 LIMITATIONS The professiona l services performed for the preparation of this geotechnical report were accompl ished in accordance with current and locally accepted geotechnical engineering principles and practices. The recommendations presented in this report are based upon the data obtained from the borings at the indicated locations and/or from other information discussed in this report . The possibility always exists that the subsurface conditions occurring between borings , across the site, due to foundation systems of removed structures , or due to seasonal/annual climatic cycles may vary from those encountered in the borings. The nature of these variations may not become evident until .during or after construction. Should subsurface conditions varying significantly from those described here in, EWL should be immediately notified to evaluate the effects on these recommendations and so supplemental recommendations can be provided . EWL 's services should also be retained for the final review of design plans i specifications so comments can be made regarding interpretation of the geotechnical recommendations provided in this report . EIWL 13 HNTB091953 The recommendations provided in this report were prepared for the exclusive use of our client. No warranties, expressed or implied, are intended or made. The information and recommendations provided in this report are applicable only for the design of the types of structure(s) described in the Site And Project Information section of this report and should not be used for any other structures, locations or for any other purposes . We should not be held responsible for the conclusions, opinions o~ recommendations made by others based upon the information submitted in this report. If changes to the design and/or location of this project as outlined in this report are planned, the recommendations provided in this report shall not be considered valid unless EWL reviews these changes and either verifies or amends this report in writing . Construction issues such as site safety support of excavations and dewatering procedures are the responsibility of others . The scope of services for this report does not include any environmental or biological assessments either specifically or implied . If the owner is concerned about the potential mold, fungi, bacteria, identification of contaminants or hazardous materials and conditions, additional studies should be undertaken. EWL·s capabilities include a full range of construction material testing and observation services . For project continuity, EWL should be retained to provide testing and observation during excavation, grading, foundation and construction phases of this project. We will retain the samples recovered from the borings on this project for a period of 30 days subsequent to the submittal date printed on this report. After the 30-day period, the samples will be discarded unless otherwise notified by the owner in writing. EWL 14 HNTB091953 i I I I I ' I ! I I I I ! ! I -~ .. "z. a> Ul .- . .. ,c_ I 9-- i a> .... I ~ ~ I 0 ,;;.. ~ I ~ --0-·. \ B-1 I ~- I .. i i I I I B-2 I ~ ' I j I 1, I ~ ~ ~ .. -~-I • t)L ·11 ,· £ Wl Gcotcc~o,cal S1udu,s Gruup 1n, P LAN OF BORINGS t-b11Jtt':(' '.-\'HJ::711 ~ I ,1':.':1.'1 ,(.1.' Co llet Park Impro ve men ts •l;,'Nl"o .lt•.1kvt,l't!J\'J,tk"1tM. lh 4800 West Vickery Bo ulevard EWL Proje ct No. HNTB 09 1953 Fort Worth. Texas CWI. Geolecnn1cal Studies Group. Inc 4!~01 Broadway Avenue Haltom City. Texas 1611 7 I fo1eplm•1e 8 17 759 9999 !Fdx 8n.7•;g.1B88 ! Cl.lENT HNTB i PROJECT NUMBER HNTB091953 I DATE STARTED 613109 COMPLETED I IJRILLING METrlOD Continuous Flight Auger ! J NOTES 6/3109 MATERIAi DF-SCKIPTION I 1-··· J. I l I I I i I · I i ., :i . ·: i '· .i 1 , . ! I ! .. ., : . ': ·· .. ,.. i 10 I I'. , 1 ?: , .. I\ . . "."~ ,. ' ,, I '._ I :: .,,. i 7 ~ . I Heddtsh-tan sandy clay (FILL) Brown sandy clay Brownish-gray sandy clay Light brown sandy clay Botton, of hole at 25 lee: BORING NUMBER 8-1 PAGE 1 OF 1 PROJECT NAME Collet Park Improvements PROJECT LOCATION 4800 W. Vickery Blvd . Ft. Worth, TX GROUND ELEVATION NIA GROUND WATER LEVfl .S : 'v AT TIME Of DRILLING 12.5 ft l' AT END OF DRILLING 7 .0 rt ArTFR DRILLING I iw '0. : >-11-,w ,_J ,0 I~ ,er, SI SI SI SI s·1 I • I s r : I I I '" ;: Q rn () i-1· ,i" i.: .i·~·?o,,ofJ v,V>C;Q~~QJ ~ ~ r' ~ g.o_ -UoQJVl) rnc ,-.o.~o LI 0.0:::00: P 30 1J 4 bl uu 20 1 I' 1 b Ou I 1 Al lEKBt:KG ~ UJ# IMJJ O'.'.~ -- !:: C :::, I->- 1-Z 91- C) I-zu i= t:: g~ :::, e: (/}w -1-:::,-(/}2 >-Oz a~ t-o ::s ::J C/}z rr 20 ::i ..J :5-0 C) a. a. I 20 I 38 16 22 16 48 21 27 11 , 15 ?O 47 20 27 I I I 1,~ I 23 . ' ! ' ~ sT P 1 o I I ; 1 I L ST I' '' I i I-z w I-z 0;'€' C) !!... U) w z u:: ··l ______ ~ l I ------__________ L___'.__. ---·-· ____ _. _ _,_1 _ _....1 --'---'---.,_____, FIGURE 2 r1·:;,:i-Geotecnr~•c ;i-StL1d1es Group Inc ! ll~(l1 Br0aawav Avenue , 1 , ta1t1)m L.1ty ! =Xas. 15 ·11 . , P1 8pnone 8 1 • b:1 ':198[- , r r,1. 81 . t~S PW!· I CUENT HNTB I' PROJECT NUMBER HNT8091953 DATE STARTED 6/3/09 COMPLETED 6/3/09 DR!LLING METHOD Continuous Flight Auger ' ' I f\JOTES I l C :~ ,..., r·, 0 ! t_. .:. ,·, ~c. IJ :~ .. ' -~ I I i •• t ' •• ·• I I -~ j _,. . \ ,. i<·i 1. • •. ;,c , M/111.:Hl/\l Dl SCRIJJ I ION Brown sandy clay rFILLl Brown clay and sandy clay Brownish-gray sandy clay Bottom of hole at 20 feet -----·· ·---------------, BORING NUMBER 8-2 P/\GE 1 OF 1 PROJECT NAME: Collet Park Improvements PROJECT LOCATION 4800 W. Vickery Blvd. Ft. Worth, TX GROUND ELEVATION NIA GROUND WA TE.R I. EVELS. . ., AT TIME OF ORIL.l.lNG 13.5 ft 'f Al END or DRILLING 12.0 rt AFTER omu ING j~ I ~!I --~ "' ArTE:RBERG I-11" ;,; z " .IMIT' ___ I~ rt · w CJ /1 . ,, ,· >-I-...... t: .'.;' :J 'z z ,111 t: ~, n : ~ p u !:: 0~ zu 1--w C\1--1-t)X ! _, 1,-,UJ<Qcucn ru I:,~ U?,-, 3~ 1-_ -W u~ n f~Y,pcJn U)2 >-a U) ?->· Oz 0-'.):J sz J<( .A~ ... o ~-< r1 rr ~o -:,--' w n. -z .U) l (J 0 0 u: /• n !YOO' a. i I ---- Sf 1> 3 i'b I 1761 1.0 4;., 2;, 20 Q,1 79 I I Si I' . 4 !), Sl p 4 /,r 130 16 I !>3 I 21 32 I I I ! I i I I' 4 !)• : I s·r ()11 10 0 I 1 l!J I 16 I I I ,, 4 b, 11 li' I SI Qu ;.>1!6 16 I I I i I . I • SI I' 7 2!> 21 35 1!> 20 I I I ' I • SI I I ,, 1 /';, I 108 ;,;, Ou 7 !) I I I I I __________ L ______ L-'-----''----'----'---'---' FIGURE 3 SOIL CLASSIFICATION CHART MAJOR DIVISIONS COARSI.: GRAINED SOILS MOHL:: I HAN !J\J'/i QI= MA rE"RIAl. IS LARGE-R THJI N NO 200 Slf vT Sllf FINL GRAINED SOILS GRAVEL AND GRAVtLL.Y SOILS CLEAN GRAVELS (I.ITTI.E OH NO HNL.:S) GRAVELS WITH MORE THAN 50% FINES OF COARSE: FRACflON Rf.TAINED ON NO 4 SIEVf' (APPRl:.CI/\Bl l- SAND AND SANDY SOILS AMOLJNl OF FINF.Sl CLEAN SANDS rLI I I Ll OH NO I IN~_SJ SANDS WITH MORE THAN 50% FINFS 01-COARSf FRACTION PASSING ON NO 4 SIEVI:: (APPRFCIABI I· SIL.l S AND CLAYS AMOUNT OF rlN[S) LIQUID LIMIT LFSS THAN !JO SYMBOLS GRAPH LEITER f •••••••• . . . .. .. .. . . e e • ... II•• ............. ....... -... ........ . . . .. .. . . . .. ........ .......... . . . . . . . . t • • • I • ~ • • "'• • f. ••"I SW ·····~·--- SP SM SC ML CL OL ~--------·----··----~,.....,,..,.... .... - fvlORt: l 11/\N :,:r:. or MATf:RIAI IS SMALL rR I f-!N.J NO. 200 SI EVr Sli'.F 1 SIUS AND CLAYS LIQUID LIMI I GREATER fHAN 50 HIGHLY ORGANIC SOILS MH CH OH PT NCJ 11· DUAi SYMHOI S ARL USEO l O INDICA n: BORDE:RI INf SOIi Cl ASSlf ICA T IONS TYPICAL DESCRIPTIONS WL-1.L-GH/\Dl::D GRAVl::LS . GRAVEL- SANO MIXTURES , LITTLE OR NO I INL.S flOOm Y-GHADED GRAVELS , GRAVEL -SAND MIXTURES. LITTLE OR NO FINES ----------------1 I SILrY GHAVELS. GH/\VEL -SAND - Sil I MIXTURES CL/\YL:Y GHAVELS . GHAVl::L SAND - Cl /\ Y MIXTURES Wl·.11-Gf{AOED S/\NDS, GHAVELLY SANDS Ll"I IU: OR NO FINES ------------- POOH! Y-GR/\DED SANDS . GHAVLL.1 Y SANO UTILE OR NO f"INI S SIi rY SANDS SAND SIU MIX! UHES Cl AYr-Y SANDS . SAND-CLAY MIX-IURf-S INORGANIC SIL TS AND VERY FINE S/\NOS . ROCK FLOUR, SIL 1 Y OR Cl /\YL.Y FINE SANDS OR CLAYEY Sil IS WITH SLIGHl PLASTICITY INORGANIC CLAYS OF LOW TO Ml::DIUM PLASTICITY. GRAVE:.LL Y Cl AYS . SANDY CLAYS. SILTY CL/\YS LL/\N CL/\YS om,ANIC SILTS AND ORGANIC Sil IY Cl AYS OF LOW PLASTICITY INORGANIC SILTS , MICACEOUS OR DI/\ I OMACEOUS FINE SAND OR SIi TY SOILS INOl~G/\NIC CLAYS OF JIIGH f-'I.ASTICITY OHG/\NIC CLAYS OF MEDIUM TO I IIGII l'L/\Sl ICITY ORGANIC SILTS l'L/\ I HUMUS, SWAMP SOILS WITH I IIGI I ORGANIC CONTl.:N rs Figure 4 TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS SECTION 01100 -SUMMARY OF WORK The Contractor shall supply all superintendence and shall perform all work and furnish all labor, equipment, materials and incidentals necessary and complete all work as described in the plans and specifications. All construction and other work shall be done by the Contractor in accordance with the best engineering and construction practices for the skill or trade involved. The work to be accomplished under these plans and specifications for: IMPROVEMENTS AT COLLETT PARK These plans and specifications were prepared by the Parks and Community Services Department. The Transportation & Public Works Department will administer the contract and furnish inspection. In addition to project performance stated above, the Contractor shall also be responsible for: 1. Setting all project layout dimensions and final finish grade elevations in accordance to plans. All such survey work shall be performed by a Registered Surveyor in the State of Texas and verification provided to the City that such survey work complies to plans and specifications. 2. Attend all project progress meetings as scheduled by the City and provide updated project schedules within 3 calendar days upon request by the City. 3. Obtaining all necessary permits applicable to this project through the City of Fort Worth Planning and Development Department -Development Division -Plans Exam. Permit fees shall be waived. Any proposed item below noted in either a. orb. and is part of the project scope shall require a permit: a. Shelter -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 - I - 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 qate 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 1.0 I 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 ; fo r 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 suffic iency 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. Payment of the retainage will be included with the final payment after acceptance of the project being complete. 1.06 Contractor shall pay subcontractors in accord with the subcontract agreement within five business days after receipt by Contractor of the payment by City. Contractor's failure to GENERAL REQUIREMENTS -3- make the required payment to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. 1.07 Contractor hereby assigns to City any and all claims for overcharges associated with this contract which arise under the antitrust laws of the United States, 15 U.S.C.A. Sec. 1 et film (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 Documents. 1.09 PAYMENT FOR EXTRA WORK: Extra work performed by the Contractor, that is authorized and approved by the City Engineer, will be paid for under "Change orders" made in the manner hereinafter described, and the compensation thus provided shall be accepted by the Contractor as payment in full for all labor, subcontracts, materials, tools, equipment and incidentals, and for all supervision, insurance, bonds and all other expense of whatever nature incurred in the prosecution of the extra work. Payment for extra work will be made under one of the following types of "Change orders" to be selected by the City: A. Method "A". By unit prices agreed upon in the contract or in writing by the Contractor and City Engineer and approved by the City Council before said extra work is commenced subject to all other conditions of the contract. B. Method "B". By a lump sum price agreed upon in writing by the Contractor and City Engineer and approved by the City Council before said extra work is commenced, subject to all other conditions of the contract. C. Method "C". By actual field cost of the work, plus 15 percent as described herein below, agreed upon in writing by the Contractor and City Engineer and approved by the City Council after said extra work is completed, subject to all other conditions of the contract. In the event extra work is to be performed and paid for under Method "C", the actual field costs of the work will include the cost of all workmen, foremen, timekeepers, mechanics and laborers working on said project; all used on such extra work only, GENERAL REQUIREMENTS -4- plus all power, fuel, lubricants, water and similar operating expenses; and a ratable proportion of premiums on performance and payment bonds, public liability, workmen's compensation and all other insurance required by law or ordinance. The City Engineer will direct the form in which the accounts of actual field cost will be kept and will recommend in writing the method of doing the work and the type and kind of equipment to be used, but such extra work will be performed by the Contractor as an independent contractor and not as an agent or employee of the City. The 15 percent of the actual field cost to be paid the Contractor shall cover and compensate him for profit, overhead, general supervision and field office expense, and all other elements of cost and expense not embraced within the actual field cost as herein specified. The Contractor shall give the City Engineer access to all accounts, bills, invoices and vouchers relating thereto. 1.10 DELAYS: If delay is caused by specific orders given by the City to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will ,entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. 1.11 CLAIMS AND DAMAGES: Any claims for extra work or for any other related matter or cause must be made in writing to the City Engineer within seven calendar days from and after the cause or claim arises . Unless such claim is so presented, it shall be held that the Contractor has waived the claim, and he shall not be entitled to receive pay thereof. 1.12 TRANSPORTATION: No allowance or deduction will be made for any charge of freight rates. No allowance for transportation of men, materials or equipment will be allowed . 1.13 ACCEPTANCE AND FINAL PAYMENT: The City, upon receipt of the Director's "Certificate of Completion" and "Final Estimate" and upon receipt of satisfactory evidence from the Contractor that all subcontractors and persons furnishing labor or materials have been paid in full and all claims of damages to property or persons because of the carrying on of this work have been resolved, or the claims dismissed or the issues joined, shall certify the estimate for final payment after previous payments have been deducted and shall notify the Contractor and his surety of the acceptance of the project. Bills Paid Affidavit and Consent Of Surety shall be required prior to final payment becoming due and payable . In the event that the Bills Paid Affidavit and Consent Of · Surety have been delivered to the City and there is a dispute regarding (1) final quantities, or (2) liquidated damages, the City shall make a progress payment in the amount that the City deems due and payable. GENERAL REQUIREMENTS -5- On projects divided into two or more units, the Contractor may request a final payment on one or more units which have been completed and accepted. On delivery of the final payment, the Contractor shall sign a written acceptance of the final estimate as payment in full for the work done. All prior partial estimates shall be subject to correction in the final estimate and payment. 1.14 WARRANTY: The Contractor shall be responsible for defects in this project due to faulty workmanship or materials, or both, for a period of two (2) years beginning as of the date that the final punch list has been completed and the project accepted by the City as of the date the final punch list has been completed, as evidenced by a written statement signed by the Contractor and the City. The contractor will be required to replace, at own expense, 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, 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 OPERATE THIS EQUIPMENT WITHIN SIX FEET OF IITGH 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: Scott Penn, Project Manager (817) 392-5750 Parks and Community Services Department 4200 S. Freeway Suite 2200 Fort Worth, Texas 76115-1499 1.02 PRODUCTS LIST A. Within five ( 5) Working Days after commencement of work, the Contractor shall submit to the Project Manager two (2) copies of complete list of all specified products and submittals for review and approval. GENERAL REQUIREMENTS - 7 - B. For products specified under reference standards, include with listing of each product: 1. Name and address of manufacturer 2. Trade name 3. Model or catalog designation 4. Manufacturer's data a. Performance and test data b. Reference standards C. 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 fmal clean-up of the construction area, to the satisfaction of the Parks and Community Services Department, as soon as construction in that area is completed. Clean-up shall include removal of all construction materials, pieces of concrete, equipment and/or other rubbish. No more than five (5) days shall elapse after the completion of construction before the area is cleaned. Surplus materials shall be disposed of by the Contractor, at this own expense, and as directed by the Parks and Community Services Department. Cleaning of equipment by Contractor or Subcontractor, such equipment as cement mixers, ready-mix trucks, tools, etc., shall take place in an area designated by the Parks and Community Services Department. SECTION 01800 -CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services 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. GENERAL REQUIREMENTS -8 - In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim ·has been referred to the insurance carrier. The Director may, if he deems appropriate, refuse to accept bids on any other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. END OF DMSION GENERAL REQUIREMENTS - 9 - SECTION 02131-TREE PROTECTION AND TRIMMING PART I-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the protection and trimming of existing trees that interfere with, or are affected by, execution of the Work, whether temporary or permanent construction. 1.3 DEFINITIONS A. Tree Protection Zone: Area surrounding individual trees or groups of trees to remain during construction, and defined by the drip line of individual trees or the perimeter drip line of groups of trees, unless otherwise indicated. 1.4 SUBMITTALS A. Tree Pruning Schedule: Written schedule from arborist detailing scope and extent of pruning of trees to remain that interfere with or are affected by construction. B. Qualification Data: For trees service firm and arborist. C. Certification: From arborist, certifying that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged. D. Maintenance Recommendations: From arborist, for care and protection of trees impacted by construction during and after completing the Work. 1.5 QUALITY ASSURANCE A. Tree Service Firm Qualifications: An experienced tree service firm that has successfully completed tree protection and trimming work similar to that required for this Project and that will assign an experience, qualified arborist to the Project site during execution of tree protection and trimming. B. Arborist Qualifications: An arborist certified by ISA or licensed in the jurisdiction where Project is located. C. Tree Pruning Standard: Comply with ANSI A300 (Part 1), "Tree, Shrub, and Other Woody Plant Maintenance-Standard Practices (Pruning)." D. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Meetings." TREE PROTECTION AND TRIMMING 02131-1 1. Before tree protection and trimming operations begin, meet with representatives of authorities having jurisdiction, Owner, Architect/Engineer, and other concerned entities to review tree protection and trimming procedures and responsibilities. PART 2 -PRODUCTS 2 .1 MATERIALS A. Tree Protection Fence : Fencing shall be four (4) foot tall construction fence fabric with galvanized line posts set at a maximum six ( 6)' foot spacing .. PART 3 -EXECUTION 3.1 PREARATION A. Temporary Fencing: Install temporary fencing around tree protection zones to protect remaining trees and vegetation from construction damage. Maintain temporary fence and remove when construction is complete. B. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. 3.2 TREE PRUNING A. Prune trees to remain that are affected by temporary and permanent construction. B . Prune trees to remain to compensate for root loss caused by damaging or cutting root system. Provide subsequent maintenance during Contract period as recommended by arborist. C . Pruning Standards: Prune trees according to ANSI A300 (Part 1), as follows: 1. Type of Pruning: Crown cleaning. 2. Type of Pruning : Crown thinning. 3. Type of Pruning: Crown raising. 4. Type of Pruning: Crown reduction. 5. Type of Pruning: Vista pruning. 6. Type of Pruning: Crown restoration. D . Cut branches with sharp pruning instruments; do not break or chop . E . Chip removed tree branches and spread over areas identified by Architect/Engineer or stockpile as directed by Owner. 3.3 TREE REPAIR AND REPLACEMENT A. Promptly repair trees damaged by construction operations within twenty four (24 ) hours. Treat damaged trunks, limbs, and roots according to arborist' s written instmctions. TREE PROTECTION AND TRIMMING 02131-2 B. Remove and replace trees indicated to remain that die or are damaged during construction operations that arborist and Architect/Engineer determines are incapable ofrestoring to normal growth pattern. 1. Refer to Special Instructions to Bidders -Item 14 for damage resolution requirements. 3.4 DISPOSAL OF WASTE MATERIALS A. Burning is not permitted. B. Disposal: Remove excess excavated material and displaced trees from Owner's property. C. Chipping: Removed trimmings and trees maybe chipped into mulch and reused onsite upon approval of Architect/Engineer or stockpiled as directed by Owner. END OF SECTION-02131 TREE PROTECTION AND TRIMMING 02131-3 SECTION 02140 -SITE DRAINAGE PART I -GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required to construct site drainage system to the required lines, grades, and cross sections, with connections to existing improvements as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02300 -Earthwork. B. Section 03300 -Cast-in-Place Concrete PART 2 -PRODUCTS 2.01 PIPE: Flexible, corrugated pipe manufactured of high-density polyethylene resins for use in gravity flow applications. Type: N-12 WT IB pipe with a smooth interior and annular exterior corrugations, per AASHTO M252, Type S. Manufacturer: Advanced Drainage Systems (ADS), Inc., of Columbus, Ohio, or approved equal. · 2.02 FITTINGS: Couplings, reducers, tees, ells, plugs, caps, and other fittings shall be of the same manufacturer as pipe. Fittings shall conform to AASHTO M252, AASHTO M294, or ASTM F2306. A fitting shall be used at each pipe junction/termination, as appropriate. 2.03 JOINT PERFORMANCE: Pipe shall be joined with the N-12 WT IB joint meeting requirements of AASHTO M252, and watertight meeting ASTM D 3212. Gaskets shall meet ASTM F477. Gaskets shall be installed by the pipe manufacturer and covered with a removable, protective wrap to ensure the gasket is free from debris. Joint lubricant available from the manufacturer shall be used on the gasket and bell during assembly. 2.04 PIPE EMBEDMENT: Utilize Class I aggregate (TPW Item 402.2) 2.05 INLETS: Precast Concrete with a design strength of 5,000 psi. Steel Reinforcement: ASTM A-615, Grade 60. H20 Loading. Provide knockouts to accommodate planned pipe sizes. 2.06 CAST IRON GRATES: As indicated on the plans and details. PART 3-EXECUTION 3.01 VERTICAL AND HORIZONTAL CONTROLS : A. The Contractor shall employ a licensed surveyor to establish all lines and grades necessary for each stage of the work described herein. B. Provide construction staking for reference in dressing trench bottoms at intervals not to exceed 30 feet along the centerline of each trench. · C. Confirm elevations along entire system prior to starting work. SITE DRAINAGE 02140 -1 3.02 PIPE SYSTEM: A. Excavate trench beginning at its outlet and proceed toward its upper end. Installation shall be in accordance with the pipe manufacturer's specifications and shall meet or exceed ASTM D2321, Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications. Utilize pipe lengths that allow curved alignment shown on plans. B. Pipe Embedment: Utilize compacted aggregate backfill to a minimum of 6" above the top of pipe. C. Connection to Structures: Connect pipe at new and existing structures in accordance with CFW standards and manufacturer recommendations . Connection method shall result in a soil and water tight joint. END OF SECTION SITE DRAINAGE 02140 - 2 SECTION 02200 -SITE PREPARATION PART 1 -GENERAL 1.1 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. 1.2 RELATED WORK SPECIFIBD ELSEWHERE: A. Section 02300 -Earthwork PART 2-PRODUCTS 2.1 No products are required to execute this work, except as the Contractor may deem necessary. PART 3-EXECUTION 3.1 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 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 . 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. 3.2 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 existing score joint, constructionjoint, saw joint,·coldjoint, 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 SITE PREPERATION 02200-1 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. 3.3 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 Contractor is responsible for arranging the relocation or removal of other utilities owned by utility companies or other parties. 3.4 MINOR DEMOLITION A. There may be certain items on the site such as 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. 3.5 USE OF EXPLOSIVES A. The use of explosives will not be permitted in site preparation operations. 3.6 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. 3.7 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 legally disposed ofby 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 -02200 SITE PREPERATION 02200-2 SECTION 02300 -EARTHWORK PART 1 -GENERAL 1.1 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. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02200 -Site Preparation. B. Section 02220 -Lime Treated Subgrade 1.3 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. PART 2 -PRODUCTS 2.1 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. 2.2 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 deposited, conditioned, and compacted fill is hereinafter referred to as "earth embankment." B. Rock: Minor quantities ofrock not greater than four (4") 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 TxDOT 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 prohipits their incorporation in the normal embankment layers. 2.3 TOPSOIL A. On-Site Topsoil: Topsoil shall consist of an average depth of six (6") inches 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. EARTHWORK 02300 -1 2.4 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. 2.5 SELECT MATERIALS A. Select materials shall be imported from off-site sources; unless on-site material meets the criteria. B. Select fill shall be a very sandy clay to clayey sand with a liquid limit ofless than thirty five (35%) percent and a plasticity index between six (6%) and fifteen (15%) percent. 2.6 UNSUITABLEMATERIALS A. Topsoil, select material, imported fill, or unclassified fill will be declared as "'unsuitable" by the Owner if, in their opinion, any of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material. 1. Moisture 2. Decayed or undecayed vegetation 3. Hardpan clay, heavy clay, or clay balls 4. Rubbish 5. Construction rubble 6. Sand or gravel 7. Rocks, cobbles, or boulders 8. Cementious matter 9. Foreign matter of any kind B. Unsuitable materials will be disposed of as "waste" as specified in Section 02200. C. Wet Material: If fill material is unsatisfactory for use as embankment solely because of high moisture content, the Architect/Engineer may grant the Contractor permission to process the material to reduce the moisture content to a usable optimum condition. PART 3 -EXECUTION 3.1 · 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. EARTHWORK 02300 -2 3.2 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 (6") inches from areas where excavation and embankment construction are planned. Topsoil may be obtained from greater depths if it is uncontaminated by the substratum and it is of good quality, in the op inion 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 it ems such as storm drainage, electrical conduit and water 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 (5") 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 (1 ") 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 devices for topsoil grading operations. Final grading within five (5') feet of constructed or installed elements shall be hand raked. G. Acceptability: Finished areas of topsoil are satisfactory if they are true to grade, true in plane, even in gradient (slope), uniform in surface texture, and of normal compaction. Areas of loose granular pockets or of overcompacted soils are not acceptable and will be reworked. Finished areas will promote surface drainage and will be ready for turf grass planting. 3.3 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 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 3.4 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. EARTHWORK 02300 - 3 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 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 . 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 (2') feet normal to the slope shall be removed and recompacted to insure that the new work is constructed on a firm foundation free of loose or di&turbed 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. 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. Grad.ing: 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 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. EARTHWORK 02300-4 3.5 PAVILLION EARTHWORK A. The subgrade beneath the pavilion slab shall be removed to a depth of three (3 ') feet and saved for reinstallation. B. The exposed subgrade shall be scarified to a depth of eight (8") inches and recompacted to a minimum of ninety (our (94%) percent of Standard Proctor (ASTM D698) Density at a minimum of plus three (+3%) percent above the soils moisture content. C. Excavated soil shall be replaced in loose lifts , less than nine (9") inches in thickness, and uniformly compacted to a minimum of ninety four (94%) percent of Standard Proctor (ASTM D698) Density at a minimum of plus three (+3%) percent above the soils optimum moisture content. D. A select fill cap shall be placed within forty eight ( 48) hours of completing the moisture conditioned soil installation. The select fill shall be placed in two (2) lifts to a depth of twelve (12") inches and uniformly compacted to a minimum of ninety five (95%) percent of Standard Proctor (ASTM D698) Density at or above the soils optimum moisture content. 3.6 UTILITY TRENCH BACKFILL A. Place backfill on sub-grades free of mud, frost, snow, or ice. B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. C. Place and compact initial backfill of satisfactory soil, free of particles larger than one (1 ") inch in any dimension, to a height of twelve (12") inches over the utility pipe or conduit. 1. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of utility piping to avoid damage or displacement of piping. Coordinate backfilling with utilities testing. D. Controlled Low-Strength Material: Place initial backfill of controlled low-strength material to a height of twelve (12") inches over the utility pipe. E. Place and compact final backfill of satisfactory soil to final sub -grade elevation. F. Cap all utility ditches in areas outside of paved areas with a minimum eight (8") inches of topsoil. 3.7 DENSITY CONTROL A. Earth Embankment in General: Earth embankment shall be compacted in lifts at a minimum of ninety five percent (95%) percent of Standard Proctor Density ASTM D698 at a minimum two percent (2%) percentage points above optimum moisture content. B . Earth Embankment Under Pavement: The top six (6") inches of natural earth comprising the subgrade for areas of pavement shall be compacted to ninety five (95%) percent of Standard Proctor Density ASTM D698 with the moisture content at minus one (1%) percent to plus three (3%) percent above optimum moisture content. EARTHWORK 02300 -5. 3.8 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 Conti:actor shall prevent excessive loss of moisture in the embankment by sprinkling as required. Loss of moisture in excess of two (2%) percent below optimum in the top twelve (12") inches of the fill will require that the top twelve (12") inches 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. 3.09 FIELD QUALITY CONTROL A. Testing Agency: City will engage a qualified independent geotechnical engineering testing agency to perform field quality-control testing. B . Allow testing agency to inspect and test sub-grades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements . C. Slab Sub-grade: At slab sub-grades, at least one test of each soil stratum will be performed to verify design bearing capacities . Subsequent verification and approval of other slab sub-grades may be based on a visual comparison of sub-grade with tested sub-grade when approved by Architect/Engineer. 1. Testing agency will test compaction of soils in place according to ASTM D 15569, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. D. When testing agency reports that sub-grades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; re-compact and retest until specified compaction is obtained. 3.10 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic and erosion. Keep free of trash and debris . B. Repair and re-establish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Architect/Engineer; reshape and re-compact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3 .11 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. END OF SECTION 02300 EARTHWORK 02300-6 SECTION 02580 -PAVEMENT MARKINGS AND SIGNS PART I -GENERAL 1.1 SCOPE A. Provide pavement markings and signs as described on the plans and as detailed in this section. 1.2 SUBMITTALS A . Submit complete manufacturer's product data sheets for marking paint. PART 2 -PRODUCTS 2.1 MATERIAL A. Marking Paint: Traffic marking paint F.S. TT-P-1 ISC, Type 11 , or THD Specifications WPT-8b white, yellow or red in color as called for. B. Signs : Shall be as detailed on the plans. 2.2 EQUIPMENT A. Equipment shall be pressurized, self-contained paint machine capable of applying a straight line from two (2") inches to six (6) inches wide, w ith consistent coverage of a minimum of two hundred (200) square feet per gallon. PART 3 -EXECUTION 3 .1 PREPARATION A. Upon completion of new pavement installation the Contractor shall stripe, mark or line all pavements per the layout shown on the drawings. B. Provide a qualified technician to supervise equipment and application of markings. Lay out markings using guide lines, template, and forms . C. Thoroughly clean surfaces free of dirt, sand, gravel, oil and other foreign matter prior to application of paint. 3.2 APPLICATION OF PAINT A. No striping shall be done until the new pavement has been approved by the Architect/Engineer. All paint shall be applied in accordance with the recommendations of the paint manufacturer. PAVEMENT MARKINGS AND SIGNS 02580-1 B. Sutfaces shall be dry. Application shall not be made when weather is foggy or rainy, or ambient or pavement temperatures are below 40 degrees Fahrenheit, nor when such conditions are anticipated during eight hours after application; C . Apply marking paint at a rate of one gallon per 200 square feet using a power sprayer. Apply markings straight and even in ~ccordance with approved layout. Stripes shall be four (4") inches wide, except where noted otherwise. 3.3 CLEANING A. Remove any overspray from sutfaces other than those requiring marking paint. 3.4 SIGNS A. Signs shall be installed as located and as detailed on the drawings. END OF SECTION -02580 PAVEMENT MARKINGS AND SIGNS 02580-2 SECTION 02740 -COLD RECLAIMED ASPHALT PAVEMENT PART I-GENERAL 1.1 SCOPE A. Work in this section includes furnishing all labor, materials, equipment and services required to preparation of a stabilized sub base course composed of a mixture of the existing bituminous concrete pavement and the underlying granular material. This work will be specified as a total processed depth up to 8 inches, depths between 8 -12 inches and depths 12 -16 inches as appropriate. The stabilized subbase course shall be done by cutting of the existing asphalt mat, in-place and full-depth pulverizing and blending of the existing pavement and underlying granular materials to the specified depth, providing new base as required to conform to specified grades, application of cement, and compaction. The process which results in a stabilized subbase course shall be accomplished in accordance with these specifications and conform to the specified grades and cross-sections shown on the plans or as directed by the Engineer. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Drawings and general provisions of the Contract, including general and Supplementary Conditions and other Division 01 Specification Sections B. Section 02300 -Earthwork C. Section 02750 -Asphalt Concrete Pavement 1.3 RELATED DOCUMENTS A. ASTM: 1. C 136: Standard Method for Sieve Analysis of Fine and Course Aggregates 2. D 558: Standard test Methods for Moisture-Density Relations of Soil-Cement Mixtures. 3. D "979: Practice for Sampling Bituminous Paving Mixtures. 4. D 1073: Specification for Fine Aggregate for Bituminous Paving Mixtures. 5. D 1188: Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin-Coated Specimens. 6. D 2041: Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures. 7. D 2726 : Test Method for Bulk Specific Gravity and Density of Non-Absorptive Compacted Bituminous Mixtures . 8. D 2950: Test Method for Density of Bituminous Concrete in Place by Nuclear Method. 9. D 3549: Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens. I 0. D 3666: Specifications for Minimum Requirements for Agencies Testing and Inspecting Bituminous Paving Mixtures. B. TxDOT Standard Specifications. 1. Item 300: Asphalts, Oils and Emulsions. 2. Item 320: Equipment for Asphalt Concrete Pavement 3. Item 340: Dense Graded Hot-Mix Asphalt. COLD RECLAIMED ASPHALT PAVEMENT 02740-1 1.4 QUALITY ASSURANCE A. Examine areas and conditions under which Work will be performed. Correct unsatisfactory conditions before proceeding with the Work. B. Protect adjacent improvements and surfaces from damage during the work of this section. C . Thickness of Asphalt Concrete: In-place compacted thickness of asphalt courses will be determined according to ASTM D 3549. D. Unsuitable materials shall be removed. E. The contractor shall develop a written method to maintain the centerline geometry, profile elevations, and cross slope of the existing roadway. F. Pulverization equipment shall be used which cuts and pulverizes material uniformly to the proper depth with cutters that will plan to a uniform surface over the entire width of the cut; provides a visible indication of the depth of cut at all times; and uniformly mixes the materials. 1.5 SUBMITT ALS A. Follow submittal procedure outlined in Section 01340 . B. Job-Mix Designs: Certificates signed by manufacturers certifying that each asphalt concrete mix complies with requirements. C. Material Certificates : Certificates signed by manufacturers certifying that each material complies with requirements. PART 2 -PRODUCTS 2.1 AGGREGATES A . Coarse Aggregates : Conform to TxDOT Standard Specification Item 340. B. Fine Aggregate: Conform to TxDOT Standard Specification Item 340. C. Storing, Proportioning and Mixing Materials : TxDOT Standard Specification Item 340. PART 3 -EXECUTION 3.1 EXAMINATION A. Verify that the subgrade is dry and in suitable condition to support paving and imposed loads . B. Contractor shall notify the City in writing of any unsatisfactory conditions. Do not begin paving until these conditions have been satisfactorily corrected. COLD RECLAIMED ASPHALT PAVEMENT 02740-2 3.2 DUST & SURFACE WATER CONTROL A. Provide suitable equipment to control dust or air pollution caused by construction operations. B. Control all on-site surface water. Provide proper drainage so flooding of site or adjacent property and/or saturation of subgrade does not occur. 3.3 PULVERIZATION &MIXING A. The existing asphalt mat shall be cut at neat lines as shown in the plans by the use of a cutting wheel attached to a blade or by another approved method. The existing asphalt mat shall be pulverized, and mixed with the existing sub grade, base course, or combination thereof to a specified depth or as directed by the Engineer, with a self propelled rotary type mixing machine. B. Application of Cement -Uniformly apply cement using dry placement unless otherwise shown on the plans. Add cement at the percentage determined in Section 275.2.E, "Mix Design." Apply cement only on an area where mixing, compacting, and finishing can be completed during the same working day. Start cement application only when the air temperature is at least 35°F and rising or is at least 40°F. The temperature will be taken in the shade and away from artificial heat. Suspend application if weather conditions are unsuitable. 1. Dry Placement -Before applying cement, bring the prepared material to approximately optimum moisture content. Distribute the required quantity of dry cement with approved equipment. Minimize dust and scattering of cement by wind. Do not apply cement when wind conditions cause blowing cement to become dangerous to traffic or objectionable to Owner or adjacent property owners. 2. Slurry Placement -Mix the required quantity of cement with water, as approved. Provide slurry free of objectionable materials and with a uniform consistency that can be easily applied. Agitate the slurry continuously. Apply slurry within 2 hours of adding water and when the roadway is at a moisture content drier than optimum. Distribute slurry unifonnly by making successive passes over a measured section of the roadway until the specified cement content is reached. C. Mixing -Thoroughly mix the material and cement using approved equipment. Mix until a homogeneous mixture is obtained. The mixing machine shall make as many passes as required to uniformly mix the asphalt, sub grade, existing base course, cement, or combination thereof to the required thickness . D. Sprinkle the treated materials during the mixing operation to maintain optimum mixing moisture. When water is necessary for initial compaction purposes, it shall be added through the mixing machine with the capability to uniformly distribute water through the mixed materials to within 2 percent of the optimum moisture as determined in accordance to AASHTO T -180 Method D. COLD RECLAIMED ASPHALT PAVEMENT 02740 - 3 E. After mixing, the Engineer will sample the mixture and test in accordance with Tex-101-E, Part III, to determine compliance with the gradation requirements in Table 1. Table 1 G d t' R ra a ion t M" e, mremen s munum o;. p 0 assme Sieve Size Base Subgrade 1-3/4 in. 100 100 3/4 in. 85 85 Mixing of the different materials shall create a homogenous mixture of cold reclaimed asphalt pavement subbase material which will bond together when compacted. F. Additional aggregate, if necessary to meet grade requirements shall be added during the pulverization process to ensure that it is thoroughly mixed into the cold reclaimed asphalt pavement subbase . G . Spread and shape the completed mixture in a uniform layer. 3.4 COMPACTION A. When proper mixing has been accomplished, the mixture shall then be bladed, shaped, wetted or dried, and rolled to meet a minimum of 95 percent of the maximum dry density determined in accordance with AASHTO T-180 Method D . Grading equipment used to establish the final surface elevations shall have automatic controls for transverse slope . The transverse slope controls shall be capable of maintaining the final surface within 0 .1 percent of the specified slope. Variations from the subgrade plane shall not be more than 1/.i inch. The work shall be maintained and tested for conformance to these requirements immediately prior to placing additional pavement layers. An application of diluted emulsified asphalt may be required before placement of the bottom layer of hot bituminous pavement. Compaction will be measured for the top 8-inch lift ofreclaimed materials, and if appropriate for any lift below the top 8-inch lift. Density testing and materials acceptance will apply to each lift of 8 inches or less that is reclaimed and placed on the project. Acceptance Testing will be based on a random schedule of 1/4000 square yards ofreclaimed material up to 8 inches and 1/4000 square yards of reclaimed material 8 inches and greater in depth. The maximum time a portion of the roadway will be unpaved is three wqrking days unless approved by the Engineer. The exposed longitudinal joint between the existing asphalt mat and the processed mat shall not remain in place for more than one day unless approved by the Engineer or when additional aggregate base course is imported. When additional aggregate base course is imported and placed before processing begins, the full width of the work shall be completed daily. END OF SECTION -02740 COLD RECLAIMED ASPHALT PAVEMENT 02740-4 SECTION 02750 -ASPHALT CONCRETE PAVEMENT PART 1 -GENERAL 1.1 SCOPE A. Work in this section includes furnishing all labor, materials, equipment and services required to install hot mix asphaltic concrete pavement to the required lines finish grade and cross section as specified herein and on the plans. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02220 -Lime Treated Subgrade 1.3 RELATED DOCUMENTS A. ASTM: 1. D 979: Practice for Sampling Bituminous Paving Mixtures. 2. D 1073: Specification for Fine Aggregate for Bituminous Paving Mixtures .. 3. D 1188: Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Paraffin-Coated Specimens. 4. D 2041: Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures. 5. D 2726 : Test Method for Bulk Specific Gravity and Density of Non-Absorptive Compacted Bituminous Mixtures. 6. D 2950: Test Method for Density of Bituminous Concrete in Place by Nuclear Method. 7. D 3549: Test Method for Thickness or Height of Compacted Bituminous Paving Mixture Specimens. 8. D 3666: Specifications for Minimum Requirements for Agencies Testing and Inspecting Bituminous Paving Mixtures. B . TxDOT Standard Specifications. I. Item 300: Asphalts, Oils and Emulsions. 2. Item 310 : Prime Coat 3. Item 320: Equipment for Asphalt Concrete Pavement 4. Item 340: Dense Graded Hot-Mix Asphalt. 1.4 QUALITY ASSURANCE A. Testing Agency: Owner's Representative will engage a qualified independent testing agency to perform field inspections and tests and to prepare test reports. 1. Testing agency will conduct and interpret tests and state in each report whether tested work complies with or deviates from specified requirements. B. Additional testing, at Contractor's expense, will be performed to determine compliance of corrected Work with specified requirements. C. Thickness of Asphalt Concrete: In-place compacted thickness of asphalt courses will be determined according to ASTM D 3549. ASPHALT CONCRETE PAVEMENT 02750-1 D. Surface Smoothness : Finished surface of each asphalt course will be tested for compliance with smoothness tolerances . E . In-Place Density: Samples ofuncompacted paving mixtures and compacted pavement will be secured by testing agency according to ASTM D 979. 1. Reference maximum theoretical density will be determined by averaging results from 4 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. In-place density of compacted pavement may be determined by testing core samples according to ASTM D 1188 or ASTM D 2726. a. One core sample may be taken for every 1000 sq. yd. or less of installed pavement, but in no case will fewer than 3 cores be 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. 1.5 SUBMITT ALS A. Follow submittal procedure outlined in Section 01340. B. Job -Mix Designs: Certificates signed by manufacturers certifying that each asphalt concrete mix complies with requirements . C. Material Certificates: Certificates signed by manufacturers certifying that each material complies with requirements. 1.6 PROJECT CONDITIONS A. Environmental Limitations: 1. Tack Coat: Minimum surface temperature of 60 deg F at application 2. Asphalt Surface Course: Minimum surface temperature of 60 deg F at application. PART 2-PRODUCTS 2.1 ASPHALT CONCRETE A. TxDOT Standard Specifications Item 340, Type D, Fine Graded Surface Course. B. Asphalt Materials: 1. Asphalt Binder: TxDOT Standard Specification Item 300, performance graded (PG) asphalt binder. 2. Tack Coat: TxDOT Standard Specification Item 300, CSS -lH orSS-lH. C . Coarse Aggregates : Conform to TxDOT Standard Specification Item 340 . D . Fine Aggregate: Conform to TxDOT Standard Specification Item 340. E. Storing, Proportioning and Mixing Materials: TxDOT Standard Specification Item 340. ASPHALT CONCRETE PAVEMENT 02750-2 PART 3...:. EXECUTION 3.1 EXAMINATION A. Verify that the lime treated subgrade is dry and in suitable condition to support paving and imposed loads. B. Proof-roll the lime treated subgrade using heavy, pneumatic-th-ed rollers to locate areas that are unstable or that require further compaction. · C. Contractor shall notify the City in writing of any unsatisfactory conditions. Do not begin paving until these conditions have been satisfactorily corrected. 3.2 SUBGRADE SURFACE PREPARATION A. General: Immediately before placing asphalt materials remove loose and deleterious material from subgrade surfaces and ensure that prepared subgrade is ready to receive paving. B. Tack Coat: Apply uniformly over surface of the lime treated subgrade and any vertical surfaces. Apply enough material to penetrate and seal, but not flood surface. 1. Protect primed substrate from damage until ready to receive paving. 2. Allow tack coat to cure undisturbed before paving. 3. Avoid smearing or staining adjoining surfaces, appurtenances, and surroundings. Remove spillages and clean affected surfaces. 3.3 ASPHALT CONCRETE SPREADING AND COMPACTING EQUIPMENT A. Spreading Equipment: TxDOT Standard Specification Item 320. B. Compaction Equipment: TxDOT Standard Specification Item 320. 3.4 ASPHALT CONCRETE PLACEMENT A. Place, spread and compact asphalt concrete to required grade, cross section, and thickness according to the TxDOT Standard Specification Item 340. B. Promptly correct surface irregularities in paving course behind paving machine . Use suitable hand tools to remove excess material forming high spots. Fill depressions with hot asphalt to prevent segregation of mix; use suitable hand tools to smooth surface. 3.5 JOINTS A. Construct joints to ensure continuous bond between adjoining paving sections according to the TxDOT Standard Specification Item 340. 1. Conshuct joints free of depressions with same texture and smoothness as other sections of asphalt course. 2. Clean contact surfaces and apply tack coat. 3. Offset longitudinal joints in successive courses a minimum of six ( 6") inches. 4. Offset transverse joints in successive courses a minimum of twenty four (24") inches. ASPHALT CONCRETE PAVEMENT 02750 - 3 5. Compact joints as soon as asphalt concrete will bear roller weight without excessive displacement. 3.6 COMP ACTION A. General: Begin compaction as soon as placed hot-mix paving will bear roller weight without excessive displacement. Compact according to the TxDOT Standard Item 340. B. Finish Rolling: Finish roll paved surfaces to remove roller marks while asphalt is still warm. C. Edge Shaping: While surface is being compacted and finished, trim edges of pavement to proper alignment. Bevel edges while still hot, with back ofrake or smooth iron. Compact thoroughly using tamper or other satisfactory method. D. Repairs : Remove paved areas that are defective or contaminated with foreign materials and replace with fresh asphalt. Compact by rolling to specified density and surface smoothness. E. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. END OF SECTION -02750 ASPHALT CONCRETE PAVEMENT 02750-4 SECTION 02830 -FENCING PART 1 -GENERAL 1.1 SCOPE A. This section covers the furnishing of all labor and materials necessary to install all chain link fencing as shown on the plans. 1.2 SUBMITTALS A. Shop drawings shall be furnished on all fencing to be installed, and the Contractor shall submit samples of each component part of the fencing. PART 2 -PRODUCTS 2.1 FABRIC A. All chain link fabric shall be zinc or aluminum coated steel wire with a minimum tensile strength of 75,000 psi. 1. Zinc-coated: Minimum 1.2 ounces of zinc coating per square foot of coated surface area (ASTM A392). 2. Aluminum-coated (9 gauge): Minimum 0.40 ounces of aluminum coating per square foot of coated surface area (ASTM A491). B. Fabric shall be helically wound and interwoven into a two (2") inch, diamond mesh in gauges as specified in plans. C. All fabric shall have knuckled top and bottom selvage. D. The Contractor shall submit a manufacturer's certified test result that the zinc and aluminum coatings meet specified standards. 2.2 WIRE TIES A. Wire ties shall be used to attach fence fabric to rails and line posts. Wire tie gauge size shall not be less than gauge of the fence fabric. Spacing for wire ties along rails shall not be greater than twenty four (24") inches and shall not exceed fifteen (15") inches when attaching to line posts. Ties shall be aluminum or zinc coated steel. PART 3 -EXECUTION 3.1 ERECTION A. All fencing shall be installed by skilled and experienced fence erectors to the lines and grades shown on the drawings. FENCING 02830-1 3.2 FABRIC CLEARANCE A. All fence fabric shall have a one ( 1 ") inch clearance from the bottom of the fence fabric to the finish grade. Fence fabric shall extend above the top of top rail no more than one and one-half (1-1/2") inches. 3.3 CLEANUP A. Upon completion of the fence installation all wire ties and fence hardware shall be picked up and all excess fence fabric and equipment removed from the construction site. END OF SECTION 02830 FENCING 02830-2 SECTION 02862 -MISCELLANEOUS PARK EQUIPMENT PART I-GENERAL 1.1 SCOPE A. Thework to be performed under this section of the specification consists of furnishing and installing miscellaneous park equipment. 1.2 SUBMITTALS A. Submit shop drawings for each product. Indicate details of fabrication, anchorage, and related construction. Indicate accessories and finishes. PART 2-PRODUCTS 2.1 DRINKING FOUNTAINS A. Drinking fountain at shall be Most Dependable Fountains Model 493 SM triple pedestal, barrier-free surface mounted steel drinking fountain with a stainless steel surface carrier. Fountain shall be freeze resistant and equipped with a safe stream bubbler. Color shall be selected by the Owner. Finish shall be powder coat. 2.2 FITNESS EQUIPMENT A. Fitness equipment shall be Landscape Structures FitCore equipment. Equipment shall be fabricated from 11 gauge steel tubing with a Tendertuff powder coat finish. Color shall be selected by the Owner. All equipment shall be direct buried. Equipment shall include the following pieces: 1. Chin-up station 2. Independent beam run 3. Sit-up/push-up station 4. Step-up station 5. Parallel bars 2.3 BENCHES A. Benches shall be Ken Coat model no. 40P06IG with the Fo1t Worth logo on the seat back only available from Childs Play 1-972-484-0600, or UltraPlay model no. 9405-P6 "F01t Worth" with seat back logo available from Total Recreation 1-817-430-3331. Color shall be selected by the Owner. 2.4 SKATE DETERRENTS A. Skate detetTents shall be AS BASE 90 Five Point Stars as manufactured by Skatestoppers, 619-447-6374. Deterrents shall be two (2") inch diameter cast aluminum #319 with a type II clear anodized finish. MISCELLANEOUS PARK EQUIPMENT 02862-1 ) PART 3 -EXECUTION A. Equipment: All park equipment shall be set in concrete as shown on plans and per manufacturer's recommendations. B. All items shall be supplied and installed by the Contractor as shown on the plans and as recommended by the manufacturer. END OF SECTION -02862 MISCELLANEOUS PARK EQUIPMENT 02862-2 SECTION 02875-SHADE SHELTERS PART I -GENERAL 1.1 SUMMARY A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SCOPE A. Provide pre-engineered shelters where shown on the drawings, as specified herein, and as needed for a complete and proper installation. 1.3 CODES AND STANDARDS A. Comply with requirements of the following codes and standards, except as herein modified: 1. American Institute of Steel Construction 2. American Iron and Steel Institute 3. American Welding Society 4. Structural Welding Code -Steel A WS D 1.1 5. Steel Structures Painting Council (SSPC-SP2) AISC 6 .5 6. International Building Code (Latest Edition) 7. ASTM A 361A 36M-Standard Specification for Carbon Structural Steel; 2003a. 8. ASTM A 325 -Standard Specification for Structural Steel Bolts, Heat Treated, 120,000 PSI Minimum Tensile Strength; 2004. 9. ASTM A 307 -Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength; 2003a. 10. ASTM A 563 -Standard Specification for Carbon and Alloy Steel Nuts; 2004 . 11. ASTM A 500 -Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes; 2003a. 12. ASTM A 6531A 653M -Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvanealed) by the Hot-Dip Process: 2003. 13. ASTM A 7921A 792M -Standard Specification for Steel Sheet, 55% Aluminum- Zinc Alloy Coated by the Hot-Dip Process; 2003. 14. OSHA Steel Erection Standard 29 CFR 1926.750 Part R. 15. SSPC-SP 2 -Hand Tool Cleaning; Society for Protective Coatings;2000. 16. SSPC-SP 10 -Near-White Blast Cleaning; Society for Protective Coatings; 2000. 17. ICC Evaluation Service, ESR-1006, Structural Insulated Panels. 1.4 SUBMITT ALS A. Product Data: Submit in accordance with Section O 1340. B. Shop Drawings: Submit in accordance with Section 01340. C. Submit a minimum of four ( 4) sets of shop drawings. D . Engineer sealed drawings of the shelter to be submitted to the landscape architect and City proje_ct manager. SHADE SHELTERS 02875-1 1.5 SYSTEM DESCRIPTION A . Standard Design Loads: International Building Code (!BC latest Edition), 20 P.S.F. (Live Load), 100 M.P.H sustained wind load., Exposure C, Seismic Design Category B. B. Column to footing connection to be in compliance with OSHA Steel Erection Standard CFR 1926.750 Part R, which requires a minimum of four (4) anchor bolts per column. C . Design Method shall be per applicable local building code requirements . Manufacturer's design shall utilize a three-dimensional structural analysis to determine all member loads and forces. Design and detailing shall be in compliance with AlSC 341, Part I or Ill . Structural drawings of the shelter system shall be sealed by a licensed structural engineer and shall be submitted to the City of Fort Worth Project Manager. D. The pre-engineered package shall be shipped as a pre-cut (except for roof panels) and pre- fabricated package that shall include the structural framing members, roof panels, fasteners, and trim as well as the installation instructions . The structure shall be shipped un-assembled for minimum shipping charges. E . Field labor shall be only for the assembly of the pre-fabricated parts. No onsite welding shall be required or permitted. Tube frame connection bolts and fasteners shall be concealed, within the tubing or hidden. 1.6 QUALITY ASSURANCE A. Supplier Qualifications: 1. The product shall be designed and fabricated at a facility operated and directly supervised by the supplier. 2. The supplier shall have at least 5 years of experience in the design and fabrication of pre- engineered steel shelters. 3. Membership in American Institute of Steel Construction. 4. Membership in American Welding Society. 5. Full time on-staff licensed Professional Engineer 6. Full time on-staff quality control manager. 1.7 WARRANTY A. Manufacturer shall provide warranty that materials will fit, be structurally sound, and can be assembled with normal expertise and tools required and found in the construction trades. B. Manufacturer shall provide warranty on conforming and structural parts for a period of five (5) years. 1.8 DELIVERY, STORAGE, AND HANDLING A. Store materials out of the weather in a clean dry place SHADE SHELTERS 02875-2 B. Delivexy of materials shall be made only after suitable facilities for its storage and protection are available on the site. C. Care shall be taken to avoid gouging, scratching, or denting. D. Do not allow traffic on completed roof. PART 2 -PRODUCTS 2.1 MATERIALS, GENERAL A. Provide Owner's representative with color chart(s) and/or samples of proposed finishes . Structural drawings of the shelter system shall be sealed by a licensed structural engineer and shall be submitted to the City of Fort Worth Project Manager. B. Provide and install shelter as shown on the plans. C. Contractor shall provide engineer sealed plans of the shelter to the landscape architect and City project manager. D . Acceptable Manufacturers: 1. Classic Recreation Systems, 11875 E. Berxy Street, Dewey, AZ 86327 (800) 697-2195, or email info@classicrecreation.com. Contact the regional representative for pricing: Site Source Inc. P.O. Box 270190 Flower Mound, TX 75027 (972)539-4024 Fax: (972) 539-0520 2. Poligon Park Architecture (800) 354-7721 or email cad@poligon.com Contact the regional representative for ordering and pricing: Insite Ammenities 9176 Hyde Rd. Ft. Worth, TX 76179 -9040 (817) 236-5439 3. ICON Shelter Systems, Inc., 7900 Logistic Drive, Suite C, Zeeland, MI 49464, (800) 748-0985, fax (616 -748-0995, or email info@iconshelters.com. Contact the regional representative for pricing: The Playwell Group 2750 Northaven Rd., Suite 103 Dallas, TX 75229 Phone: (972) 488 -3955 Fax: (972) 488-0642 SHADE SHELTERS 02875-3 4. Approved equal: Substitution requests must be submitted per the Instructions to Bidders and Conditions of the Contract. 2.2 APPLICATIONS A . Shelter: Pre-engineered, prefabricated all-steel framed shelter; column, rafter, and purlin structure, with steel roof panels all flashing, trim, accessories, and fasteners required for a complete installation. B. Structural framing (Columns, rafters, tie-beams, purlins, etc.) shall be Hollow Structural Sections (HSS) with a minimum .120 (1/8") wall thickness, meeting ASTM A500 grade B. "I" beams, tapered columns, open "C" channels, cold-formed box sections or wood products shall not be accepted. C . Compression rings shall be made of structural channel sections or welded plate sections that meet ASTM A36 grade steel. D. Structural connections shall be made with totally conceled A325 high-strength bolts and A563 structural nuts, ASTM A307 grade anchor bolts, self-drilling screws and pop-rivets. E . Metal Roof Panel: Roof panels shall be twenty four (24) gauge HR-36 _metal panel. The panel measures thirty six (36") inches wide. Finish shall be bare Zincalume with a PVF2 (Polyvinylidene Flouride) Kynar 500 finish on the top side. The ribs shall run with the slope of the building for proper drainage. F. Metal Roof Trim: Roof trim shall match the finish of the roof and shall be formed from twenty four (24) gauge bare Zincalume steel as follows: 1. Metal ridge caps shall be preformed with a single central bend to match the roof slope. The trim shall be hemmed on both sides. 2. Roof peak cap shall be supplied on all strutures. 3. Edge of the roof deck shall have a preformed "J" channel edge trim, the channel shall be applied along all roof edges 2.3 FABRICATION A. All columns, rafters, tie-beams, purlins, compression rings shall be factory welded assemblies with bolted connections in the field. There will be no fieid welding required for any connections . All base plates, stiffener plates, rafter clips and end plates shall be factory welded in place. B. Factory welded connections shall be made by certified welders in accordance with the latest edition of A WS D 1.1 and D 1.3 Specifications. All welders shall be A WS certified. C. Factory Frame Finish: Powder coated per the following procedure; the steel shall be shot-blasted to the specification of SSPC-SPlO (shot-blasted to near white condition), this will remove all oil residue, mil scale, weld spatter and slag. The second step the steel is washed and zinc phosphated in an eight stage electro deposition pretreatment process. Then it is immersed in a liquid epoxy and coated to uniform 0.7-0.9 mils, this E-coat process totally encapsulates the part preventing rusting, no welding shall be allowed after the E-coating has been applied. Then a double coat of TGIC polyester powder is applied, one coat of color and one clear coating for a fit~al finish that is 8-12 mils thick. All materials shall be inspected to meet 100% coating, proper cure, film SHADE SHELTERS 02875 -4 thickness and impact resistance. Color to be selected from the manufacturer's standard color chart. No wet-coat powder-coat alternatives shall be accepted. D. Adjust, cut, fit and shim as required for proper erection E . When unloading, pad the forks and use other precautions to protect the powder-coated finish. Do not use chains to move materials . Handle all materials carefully in the field to avoid scratching the powder-coat finish. Before installing .the roof, clean the steel and touch up any scratches and chips in the powder-coat finish using touch up paint from the manufacturer. F. The shelter shall be set on prepared footings and slab . G. In accordance with OSHA Steel Erection Standard 29 CFR 1926.750 Part R, anchor bolts shall be installed for proper column stability and shall have a minimum of four (4) anchor bolts per column. H. Install all parts and pieces per the manufacturer's supplied installation instructions and these specifications END OF SECTION -02875 SHADE SHELTERS 02875-5 SECTION 02920 -TURFGRASS PLANTING PART 1 -GENERAL 1.1 SCOPE A. This work includes all labor, materials and equipment for soil preparation, fertilization, planting and other requirements regarding turfgrass planting areas shown on the plans. 1.2 RELATED WORK SPECIFIED ELSEWHERE A. Section 02300 -Earthwork 1.3 SUBMITT ALS A. Delivery Receipts and Invoices: All delivery receipts and copies of invoices for materials used for this work shall be subject to checking by the Owner or their representative. B. Samples and Producers' Specifications: Various samples, certificates and specifications of seed, fertilizer and other materials shall be submitted for approval as required by subsequent sections of these specifications. C. Sod Certification: Refer to Item 2.01, D. PART 2 -PRODUCTS 2.1 TURFGRASS SOD A. Sod: BASE BID -Turfgrass shall be "Stenotaphrum secundatum (var. Del Mar or approved equal)" St. Augustine placed in the shaded areas between the parking lot and the ball field backstop fence as per the layout plans. ALTERNATE BID -Turfgrass shall be "Cynodon dactylon" Common Bermuda placed in the ball field within the limits of the removed infield clay and any area as disturbed by improvement construction, excluding the shaded area, as per the layout plans . Sod 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 three-quarters (3/4") inch. Sod shall be alive, healthy, vigorous, free of insects, disease, stones, and undesirable foreign materials and grasses . The grass shall have been mowed prior to sod cutting so that the height of the grass shall not exceed two (2") inches. Sod shall not be harvested or planted when its moisture condition is so excessively wet or dry that its survival will be affected. All sod is to be harvested, delivered, and planted within a thirty-six (36) hour period of time. Sod shall be protected from exposure to wind, sun, and freezing. If sod is stacked, it shall be kept moist and shall be stacked roots-to-roots and grass-to-grass. 1. Architect/Engineer must approve sod and supplier(s) prior to shipment. TURFGRASS PLANTING 02920-1 2.2 TURFGRASS SEED A. BASE BID -Bermuda Grass Seed: Turfgrass seed shall be "Cynodon dactylon" (Common Bermuda grass) placed in the ball field within the limits of the removed infield clay and .any area as disturbed by improvement construction, excluding the shaded area, as per the layout plans. The seed shall be harvested within one (1) year prior to planting, free of Johnson Grass, field bind weed, dodder seed and free of other weed seed to the limits allowable under the Federal Seed Act and applicable seed laws. The seed shall not be a mixture. The seed shall be hulled, extra fancy grade, treated with fungicide and have a germination and purity that will produce after allowance for Federal Seed Act tolerances a pure live seed content of not less than eighty five (85%) percent using formula: purity % times (germination % times plus hard or sound seed%). Seed shall be labeled in accordance with U.S. Department of Agriculture rules and regulations. 1. Certificate Submittal: Prior to planting, provide the Owner or their representative with the State Certification stating analysis of purity and germination of seed. B. Rye Grass Seed: Turfgrass seed shall be "Lolium multiflorum" (Italian or Annual Ryegrass). The seed shall be harvested within one (1) year prior to planting and shall be free of perennial ryegrass seed, other grass seed and weed seed to the limits allowable under the Federal Seed Act and applicable seed laws . Seed shall be at least ninety five (95%) percent pure and shall have a ninety (90%) percent minimum germination rate. 1. Certificate Submittal: Prior to planting, provide the Owner or their representative with the State Certification stating analysis of purity and germination of seed. 2 .3 FERTILIZER A. All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis. B. All fert ilizer shall be in acceptable condition for distribution and shall be applied uniformly over the planted area two weeks after sodding. C. All fertilizer shall have an analysis of 3-1-2 or as designated on the plans. The fer- tilizer rate shall be 45 pounds of nitrogen per acre . 2.4 HYDRO MULCH MATERIALS A . Mulch: All mulch will be manufactured from hardwoods only and will be refined specifically for turf hydromulch applications. Four approved mulches are manufactured by Conwed, Weyerhauser, Texas Fiber Co. and Filtrex Composted Vegetated Cover. 1. Submittal: Submit a sample label or specification and a sample packet of the proposed mulch for Owner approval. TURFGRASS PLANTING 02920-2 PART 3-EXECUTION 3.1 GENERAL A. All turfing operations are to be executed across the slope, parallel to finished grade contours. 3.2 SCHEDULE A. Any seed areas not established by September 15 shall be seeded with Ryegrass upon completion of construction. All ryegrass areas will be tilled under, regraded and Bermuda grass distributed during the time period between April 15 and September 15. The Contractor will be responsible for producing an acceptable stand of Bermuda grass as specified. B. Grass planting can proceed only after the fine grading has been approved by the Architect/ Engineer. 3.3 SOIL PREPARATION A. Tillage: Tillage shall be accomplished to loosen the soil, destroy existing vegetation and prepare an acceptable seed/sod bed. All areas shall be tilled with a heavy duty disc or a chisel-type breaking plow, chisels set not more than ten (10") 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 (5") inches . B. Cleaning: Soil shall be further prepared by the removal of debris, building materials, rubbish, weeds and stones larger than three-quarter (3/4") inches in diameter. C. Fine Grading: After tillage and cleaning, all areas to be planted shall be leveled; fine graded and drug with a weighted spike harrow or float drag. The required results shall be the elimination of ruts, depressions, humps and objectionable soil clods. This shall be the final soil preparation step to be completed before the commencement of fertilizing and planting. D . Rock Removal : During the soil preparation process a "Rock Pick" or other approved piece of equipment shall be used to gather surface stones as small as three-quarter (3/4") inch in diameter. The Contractor shall be responsible for the disposal of collected materials as waste for "Clean Up", Paragraph 3.11. 3.4 FERTILIZING A. Initial Planting Application: This fertilizer shall be applied at the rate of nine (9) pounds per one thousand (1000) square feet (400 pounds per acre). 1. Timing: The initial planting application of fertilizer for seeded areas shall be applied after soil preparation, but not more than two (2) days prior to turfgrass planting. Fertilizer shall be applied over sodded areas after planting, but not more t~~ll, tw.9 (2) days later. B. Post Planting Application: Thirty (30) days after planting, turfgrass areas shall receive the specified post planting fertilizer at the rate of one ( 1) pond of nitrogen per one thousand ( 1000) square feet ( 45 pounds per acre). TURFGRASSPLANTING 02920-3 1. Timing: The Owner or their representative will detennine if it is too late in the growing season for the post planting application. In the event that it is, the application shall be made in the spring of the next year, or the cost of the application may be become a credit due to the Owner. 2. Post Planting Maintenance: See Paragraph 3.8. Areas without a uniform stand (complete coverage) that must be maintained later than thirty (30) days after the initial planting shall receive subsequent applications of fertilizer, as described above, every thirty (30) days until a uniform stand is achieved. 3.5 PLANTING A. Seeding: Within two (2) days of soil preparation and initial fertilizing apply Bermuda grass seed at the rate of three (3) pounds per one thousand (1000) square feet (130 pounds per acre)/ Rye grass seed at the rate of eight (8) pounds per one thousand (1000) square feet (350 pounds per acre). Seed shall be uniformly placed with a Brillion seeder-cultipacker. B. Hydromulch Capping: hnmediately following seeding operations, all seeded turf areas are to be capped with Wood fiber mulch, using conventional "Hydro-Mulch" equipment as manufactured by Bowie Machine Works or approved equal. The hydromulch cap shall be applied at the rate of forty-six (46) pounds per one thousand (1000) square feet (2000 pounds per acre), using water at the rate of twenty-three (23) gallons per one thousand (1000) square feet (1000 gallons per acre). C. Solid Sodding: 1. Laying Sod: Prior to laying the sod, the planting bed shall be raked smooth to true grade and moistened to a depth of four (4") inches, but not to the extent to cause puddeling. The sod shall be laid smoothly, tightly butted edge to edge and with staggered joints. 2 . Rolling: The sod shall be pressed firmly into contact with the sod bed by rolling 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. All transitions between sod and existing turf areas shall be undercut and rolled to provide a smooth, level transition. 3. Smoothing: Following compaction, fine screened soil of good quality shall be used to fill all cracks between sod sections . Excess soil shall be worked into the grass with suitable equipment and shall be well watered. The quantity of fill soil shall be such that it will cause no smothering of the grass. 4. Topdressing: Approximately one week after initial planting of sod the entire sodded areas shall be mowed to a height of one half (1/2") inch, then topdressed with a fine sandy loam material that is similar to the topsoil on the field . Topdressing shall be applied at a rate of approximately 0.3 cubic yards per one thousand (1000 SF) square feet (0.1" deep). Subsequently, the topdressing shall be worked in and smoothed over with a flexible steel drag mat or by brushing. 5. Topdressing and/ or rolling shall be repeated at no cost to the Owner if the Architect/ Engineer detennines additional smoothing is required. TURFGRASS PLANTING 02920-4 3.6 PROTECTION A. No heavy equipment shall be moved over the planted turf areas unless the soil is again prepared, graded, leveled and replanted. It will be the responsibility of this Contractor to protect all paving surfaces, curbs, utilities, plant materials, fencing and any other existing improvement from damage during grassing operations. Any damage shall be repaired or replaced at no cost to the Owner. 3 .7 ESTABLISHMENT AND ACCEPTANCE A . Regardless of unseasonable climatic conditions or other adverse conditions affecting planting operations and the growth of the turfgrass, it shall be the sole responsibility of the Contractor to establish a uniform stand of turfgrass as herein specified. When adverse conditions such as drought, cold weather, high winds, excessive precipi tation or other adverse factors prevail to such an extent that satisfactory results are unlikely, the Owner may, at his own discretion, stop any phase of the work until conditions change to favor the establishment of turf grass. B. A uniform stand with complete coverage of the specified grass in seeded areas shall be defined as not less than 80% coverage in a ten (10') foot square area. Growing plants shall be defined as healthy grass plants of two blades or more at least one and one-half (11/i") inches tall. C. Complete coverage of sodded areas shall be defined as no visible joints showing or felt between individual sections of sod and all sections of sod must be firmly rooted to the prepared subgrade. 3.8 POST-PLANTING MAINTENANCE A. Maintenance shall begin immediately after each grass area is planted. All planted areas will be protected and maintained by watering, weed control and replanting as necessary for at least thirty (30) days after initial planting and for as long as necessary to establish a UNIFORM STAND OF THE SPECIFIED GRASS and until the entire project has been accepted by the Owner. It is anticipated that a minimum of four (4) mowings will occur before the grass is accepted by the Owner. All areas which are not completely covered with the specified grass at the end of thirty (30) days will continue to be replanted and maintained by the Contractor until complete coverage and acceptance are achieved . B . Water: Apply at least one-half (1/2") inch of water over the entire planted area every three (3) days . Contractor shall water thoroughly and infrequently once grass is established to encourage deep root growth. C. Mowing: 1. Once grass is established the planted areas shall be mowed at least once a week during the growing season. Grass shall be mowed to a height of two (2") inches. Mowing during dormant season will be done as necessary . Contractor shall include at least four (4) mowings in their bid. D. Weed Control: No sooner than forty five (45) days after grass has germinated any weed growth shall be arrested by applying MSMA broadcasted over the entire planted area. Additional applications of MSMA will be required to eliminate weed growth that continues to grow after the initial application . MSMA to be applied to Bermuda turf grass areas only. Contractor to TURFGRASSPLANTING 02920-5 apply weed control and insecticides as per mandated laws and regulations for lawn chemical application and per the instructions as indicated on product labels. E. Replanting: All areas that do not produce a UNIFORM STAND OF GRASS must be replanted until a UNIFORM ST AND OF GRASS is established . F. Edging: All turf areas adjacent to paved areas shall be edged to maintain a neat appearance . 3.09 GRADING A. All grading and placing of topsoil on any given areas will be done prior to the turfgrass installation . It will be this Contractor's responsibility to maintain the existing grades and leave them in true and even condition after planting operations . 3.10 EROSION CONTROL A . Throughout the project and the maintenance period for turfgrass, it is the Contractor's responsibility to maintain the topsoil in place at the specified grades. Topsoil and turfgrass losses due to erosion will be replaced by the Contractor until establishment and acceptance is achie ved. 3.11 CLEAN UP A. This Contractor shall remove any excess material and debris brought onto the site or unearthed as a result of the turf grass operations . 3.12 GUARANTEE A. This Contractor shall guarantee all materials used for this work to be the type, quality and quantity specified . END OF SECTION 02920 TURFGRASS PLANTING 02920-6 SECTION 03300 -CAST-IN-PLACE CONCRETE PARTl -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies cast-in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes, for the following: 1. Seating walls. 2. Foundation slab. 3. Sandblasting 4. Concrete paving (pedestrian and vehicular) 13 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement and fly ash subject to compliance with requirements. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mixing water to be withheld for later addition at Project site. C. Material Test Reports: For the following, from a qualified testing agency, indicating com- pliance with requirements: 1. Aggregates, Include service record data indicating absence of deleterious expansion of concrete due to alkali aggregate reactivity. D. Material Certificates: For each of the following, signed by manufacturers: 1. Cementitious materials. 2. Admixtures. 3. Curing compounds. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who employs Project personnel qualified as ACI-certified Flatwork Technician and Finisher and a supervisor who is an ACI-certified Concrete Flatwork Technician. CAST-IN-PLACE CONCRETE 03300-1 B. Manufacturer Qualifications: A furn experienced in manufacturing ready-mixed concrete pmducts 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 ." C. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obt.~in aggregate from one source, and obtain admixtures through one source from a single manufacturer. D. • ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 301, "Specification for Structural Concrete," Sections 1 through 5 ." 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." E. Concrete Testing: City Contract Lab will perform breaking tests . F. Mockups : Cast mockups of sections approximately 4' by 4' of sandblasted concrete pavement to demonstrate typical texture, surface finish, and standard of workmanship . 1. Build mockups in the location and of the size indicated or, if not indicated, as directed by Architect/Engineer. 2. Provide three (3) sandblasted sample panels with a light, medium and heavy finish for selection and approval of the selected finish by the Architect/Engineer. 1.6 DELIVERY, STORAGE , AND HANDLING A . Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage. A void damaging coatings on steel reinforcement. PART 2 -PRODUCTS 2.1 MANUFACTURERS A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Manufacturers : Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 FORM-FACING MATERIALS A. Smooth-Formed Finished Concrete : Form-facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. 1. Plywood, metal, or other approved panel materials . B. Rough-Formed Finished Concrete: Plywood, lumber, metal, or another approved CAST-IN-PLACE CONCRETE 03300-2 material. Provide lumber dressed on at least two edges and one side for tight fit. C. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch, minimum. D . Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces, 1. Formulate form-release agent with rust inhibitor for steel form-facing materials. E. Form Ties: Factory-fabricated, removable or snap-off metal or glass-fiber-reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spoiling of concrete on removal. 1. Furnish units that will leave no con-odible metal closer than 1 inch (25 mm) to the plane of exposed concrete surface, 2.3 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. 2.4 REINFORCEMENT ACCESSORIES A. Joint Dowel Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), plain-steel bars, cut bars true to length with ends square and free of burrs . B. Bar Supports : Bolsters, chairs , spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. 2.5 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source, throughout Project: . I. Portland Cement ASTM C 150, Type I, gray. B. Silica Fume: ASTM C 1240, amorphous silica. C. Normal-Weight Aggregates: ASTM C 33, Class 3M coarse aggregate or better, graded. Provide aggregates from a single source with documented service record data of at least 10 years' satisfactory service in similar applications and service conditions using similar aggregates and cementitious materials . 1. Maximum Coarse-Aggregate Size: 1 inch nominal. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. D. Water: ASTM C 94/C 94M and potable. 2.6 ADMIXTURES A . Air-Entraining Admixture: ASTM C 260 . CAST-IN-PLACE CONCRETE 03300-3 B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M, Type B. 3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. 4 . High-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type F. 5. High-Range, Water-Reducing and Retarding Admixture : ASTM C 49410 494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017 /C 1017M, Type II. 2.7 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. 1. Products: a. ChemMasters; Spray-Film. b. Kaufinan Products, inc.; Vapor Aid. c. L&M Construction Chemicals, Inc.; E-Con. d. Meadows, W.R., Inc.; Sealtight Evapre. B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz/sq. yd (305 g,'sq. m) when dry. C . Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. D. Water: Potable. E. Clear, Watetbome, Membrane-Forming Curing Compound: AS1M C 309, Type 1, Glass B, dissipating. 1. Products: a. ChemMasters; Safe-Cure Clear. b. Kaufinan Products, Inc.; Thinfi1m 420. c. L&M Construction Chemicals, Inc.; L&M Cure R. d. Meadows, W.R., Inc.; 1100 Clear 2. 8 RELATED MATERIALS A Expansion-and Isolation-Joint-Filler Strips: AS1M D 1751, asphalt-saturated cellulosic fiber or AS1M D 1752, or redwood B . PolyethyleneFilm-AS1MD4397.1 mil thick 2 .9 CONCRETE MIXTURES, GENERAL A. Prepare design mixtures proportioned on the basis of laboratory trial mixture or field test data or both, according to ACI 301. CAST-IN-PLACE CONCRETE 03300-4 1. Use a qualified independent testing agency for preparing and reporting proposed mixture designs based on laboratory trial mixtures . B. Cementitious Materials: Use fly ash as needed to reduce the total amount of portland cement, which would otherwise be used, by not less than 40 percent. Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: 1. Fly Ash : 25 percent. C. Limit water-soluble, chloride-ion content in hardened concrete to 0.06 percent by weight of cement. 2.10 CONCRETE MIXTURES FOR BUILDING ELEMENTS A. Pavilion Slab and Beams: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 3000 psi (20. 7 MP a) at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.50. 3. Slump Limit: 4 inches (100 mm) for concrete with verified slump of 2 to 4 inches (50 to 100 mm) before adding high-range water-reducing admixture or plasticizing admixture, plus or minus 1 inch (25 mm). 4. Air Content: 5-1/2 percent, plus or minus 1,5 percent at point of delivery for 1- ~-inch (38-mm) nominal maximum aggregate size. 2.12 FABRICATING REINFORCEMENT A Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2.13 CONCRETE MIXING A Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M and ASTM C 1116, and furnish batch ticket infonnation. 1. When air temperature is between 85 and 90 deg F (30 and 32 deg C), reduce mixing and delivery time from 1-1/2 hours to 7 5 minutes; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. B. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C 94/C 94M. Mix concrete materials in appropriate drum-type batch machine mixer. 1. For mixer capacity of 1 cu. yd (0.76 cu . m) or smaller, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. 2. For mixer capacity larger than 1 cu. yd (0/6 cu . m), increase mixing time by 15 seconds for each additional 1 cu. yd (0.76 cu. m). 3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixture time, quantity, and amount of water added. Record approximate location of final deposit in structure. PART 3 -EXECUTION 3.1 EXAMINATION CAST-IN-PLACE CONCRETE 03300-5 A. Examine exposed subgrades and subbase surfaces for compliance with tolerances for dimensional, grading, and elevation tolerances. B . Proceed with concrete construction operations only after nonconforming conditions have been corrected and subgrade is ready to receive pavement. 3.2 PREPARATION A. Remove loose material from compacted subbase surface immediately before placing concrete. 3.3 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to AC! 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of AC! 117. C. Limit concrete surface irregularities, designated by AC! 347R as abrupt or gradual, as follows: 1. Class A,1/8 inch (3 .2 mm) for smooth-formed finished surfaces. D . Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. 1. Install keyways, reglets, recesses, and the like, for easy removal, 2. Do not use rust-stained steel form-facing material. F . Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike-off templates or compacting-type screeds. G. Chamfer exterior comers and edges of permanently exposed concrete. H. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. I. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt and other debris just before placing concrete. J . Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. K. Coat contact surfaces of forms with form-release agent, according to manufacturer's written instructions, before placing reinforcement. CAST-IN-PLACE CONCRETE 03300-6 3.4 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. I. Install anchor rods, accurately located, to elevations required and complying with tolerances in Section 7 .5 of AISC's "Code of Standard Practice for Steel Buildings and Bridges." 3 .5 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. I. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. i. Weld reinforcing bars according to AWS 01.4, where indicated. D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. 3.6 JOINTS A. General: Form construction, control and expansion joints true to line with faces perpendicular to surface plane of concrete. I. When joining existing pavement, place transverse joints to align with previously placed joints unless otherwise indicated. B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour unless pavement terminates at isolation joints. 1. Continue steel reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated. 2. Provide tie bars at sides of pavement strips where indicated. 3. Butt Joints: Use bonding agent at joint locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Expansion Joints: Form isolation joints of preformed joint-filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated. CAST-IN-PLACE CONCRETE 03300-7 1. Locate expansion joints at intervals as shown on plans. 2. Terminate joint filler not less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 3. Furnish joint fillers in one-piece lengths . Where more than one length is required, lace or clip joint-filler sections together. 4. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt-coat one-half of dowel length to prevent concrete bonding to one side of joint. 5. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D. Control Joints: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct control joints for a depth equal to at least one-fourth of the concrete thickness, as follows: 1. Sawed Joints: Form control 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. E. Edging: Tool edges of pavement, gutters, curbs, and joints in concrete after initial floating with an edging tool to a 1/2-inch radius. Repeat tooling of edges after applying surface finishes. Eliminate tool marks on concrete surfaces. 3.5 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of form work, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Architect/Engineer. C. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. 1. Do not add water to concrete after adding high-range water-reducing admixtures to mixture. D. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated deposit concrete to avoid segregation. l. Deposit concrete in horizontal layers of depth to not exceed f01mwork design pressures and in a manner to avoid inclined construction joints. 2. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. 3. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, CAST-IN-PLACE CONCRETE 03300-8 limit duration of vibration to time necessary to consolidate concrete and complete embedment ofreinforcement and other embedded items without causing mixture constituents to segregate. E. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When average high and low temperature is expected to fall below 40 deg F ( 4.4 deg C) for three successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. 2 . Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. F. Hot-Weather Placement Comply with ACI 301 and as follows: 1. Maintain concrete temperature below 90 deg F (32 deg C) at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. 3.6 FINISHING FORMED SURFACES 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. Re- float surface immediately to uniform granular texture . C. Burlap Finish: All vehicular pavements shall have a burlap finish. Drag a seamless strip of damp burlap across float-finished concrete, perpendicular to the line of traffic, to provide a uniform, gritty surface. D. Broom Finish: All pedestrian pavements shall have a medium textured broom finish. Draw a soft bristle broom across float-finished concrete surface, perpendicular to the line of foot traffic, to provide a uniform, fine-line texture. 3.7 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in-place construction. B. Curbs : Provide monolithic finish to curbs by stripping forms while concrete is still CAST-IN-PLACE CONCRETE 03300-9 green and by steel-troweling surfaces to a hard, dense finish with comers, intersections, and terminations slightly rounded. 3.8 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACl 301 for hot-weather protection during curing. B. If evaporation rate in first paragraph below is exceeded, ACI 305R states that plastic shrinkage cracking is probable. See manufacturers' literature or ACI 305R for estimated moisture-loss chart relating relative humidity, air and concrete temperature, and wind velocity to rate of evaporation. C. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h (1 kg/sq. in 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. Formed Surfaces: Cure formed concrete surfaces, including underside of beams; supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. E. Unformed Surfaces: Begin curing immediately after finishing concrete. F. Curing Methods: Cure concrete by moisture curing, moisture-retaining-cover curing, curing compound, or a combination of these as follows: 1. Moist 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. 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 application. Maintain continuity of coating and repair damage during curing period. CAST-IN-PLACE CONCRETE 03300-10 3.9 PAVEMENT TOLERANCES A . Comply with tolerances of AC! 117 and as follows : 1. Elevation: 1/4 inch. 2 . Thickness: Plus 3/8 inch, minus 1/4 inch. 3. Surface: Gap below 10-foot-long, unleveled straightedge not to exceed 1/4 inch. 4. Lateral Alignment and Spacing of Tie Bars and Dowels: 1 inch. 5. Vertical Alignment of Tie Bars and Dowels: 1/4 inch. 6. Alignment of Tie-Bar End Relative to Line Perpendicular to Pavement Edge: 1/2 inch. 7. Alignment of Dowel-Bar End Relative to Line Perpendicular to Pavement Edge: Length of dowel 1/4 inch per 12 inches . 8. Joint Spacing: 1 inch. 9. Control Joint Depth: Plus 1/4 inch, no minus. 10. Joint Width: Plus 1/8 inch, no minus. 3.10 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections and prepare test reports. 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 l composite sample for each concrete mix placed each day. 2. Slump: ASTM C 143/C 143M; one test for each day's pour of each concrete mix. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C 231, pressure method; one test for each day's pour of each concrete mix. 4. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40 deg F and below and when 80 deg F and above, and one test for each composite sample. 5. Compressive-Strength Tests: ASTM C 39/C 39M; test 1 specimen at 7 days and 2 specimens at 28 days. a. A compressive-strength test shall be the average compressive strength from 2 specimens obtained from same composite sample and tested at 28 days. C. Strength of each concrete mix will be satisfactory if average of any 3 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. CAST-IN-PLACE CONCRETE 03300-11 D. Test results shall be reported in writing to Owner, Architect/Engineer, concrete manufacturer, and General 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/Engineer but will not be used as sole basis for approval or rejection of concrete. 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/Engineer. G. Remove and replace concrete pavement where test results indicate that it does not comply with specified requirements. H. Additional testing and inspecting, at General Contractor's expense, will be performed to determine compliance ofreplaced or additional work with specified requirements . 3.11 REPAIRS AND PROTECTION A. Remove and replace concrete pavement that is broken, damaged, or defective or that does not comply with requirements in this Section. B . Drill test cores, where directed by Architect/Engineer, when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with Portland cement concrete bonded to pavement with epoxy adhesive. C. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material. Sweep concrete pavement not more than two days before date scheduled for Substantial Completion inspections. END OF SECTION -03300 CAST-IN-PLACE CONCRETE 03300-12 SECTION 03350 SANDBLASTING PART I -GENERAL 1.1 SUMMARY: A. Provide sandblasting on existing concrete where shown on the Drawings, as specified herein , and as needed for a complete and proper installation. 1.2 SUBMITTALS : A. Submit sample and manufacturer's literature for sand. B. Submit qualifications of the proposed subcontractor to the Owner's representative for review and approval. 1.3 QUALITY ASSURANCE : A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. · B . Use a subcontractor who has been regularly engaged in the sandblasting of concrete for not less than two (2) years immediately prior to this Work, and who has a record of successful sandblasting acceptable to the Owner's Representative. C . Mockups: Mockup shall consist of sections approximately 4 ' by 4' of existing concrete pavement to be removed to demonstrate typical texture, surface finish and standard of workmanship. 1. Build mockups in the location and of the size indicated or, if not indicated, as directed by Architect/Engineer. 2. Provide three (3) sandblasted sample panels with a light, medium and heavy finish for selection and approval of the selected finish by the Architect/Engineer. 3 . Perform sandblasting, and identifying of sandblasting, on the mock-up only under continuous observation of the Owner's Representative . 4. Revise mock-up as required to secure the Owner's Representative's approval of proposed finishes . PART 2 -PRODUCTS 2.1 GENERAL A . Provide sandblasting sand, equipment, materials, and personnel as required for proper performance of the Work of this Section and in compliance with pertinent regulations of governmental agencies having jurisdiction. PART 3-EXECUTION 3 .1 SURFACE CONDITIONS : SANDBLASTING 03350 - I A . Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. B. Do not proceed with any sandblasting operations until mock-up selections have been made by Owner's Representative . C . Perform all sandblasting operations within one (1) day if possible or in sequential days using the same personnel, the same pressure, and from the same distance for each type of concrete to be sandblasted. 3 .2 SANDBLASTING: A . Scrubbing with acid or soda solution will not be required on surfaces scheduled to be sandblasted. B. On all exposed surfaces of concrete scheduled to be sandblasted, provide a uniform appearance similar in all respects to the sandblast finish selected by the Owner's Representative from the mock-ups required above. C. Procedures: 1. Verify that sandblasting personnel are completely aware of the Owner's Representative's decision relative to degrees of sandblasting to be performed and areas to be sandblasted. 2. Perform sandblasting in accordance with pertinent regulations of governmental agencies having jurisdiction, and the directions of the Owner's Representative. 3. Use special care in abrading edges and comers to provide a smooth and uniform pattern consistent with other sandblasted surfaces. 3.3 CLEANING UP: A.. Promptly upon completion of sandblasting in an area, clean up all rebound and debris resulting from this operation and completely remove it from the site. END OF SECTION 03350 SANDBLASTING 03350 - 2 SECTION 07920 -CAULKING AND SEALANTS PART I -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 "sealantt' 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: 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 : As manufactured by Pecora or approved equal. A. Concrete-to-Concrete (Horizontal Joint): NR-201 with primer. B. Masonry-to-Masonry or Concrete-to-Concrete (Vertical): Dynatrol II 2.02 PRIMERS: Type as manufactured by manufacturer of sealing or caulking material and completely compatible with compound. 2.03 JOINT BACKING: Rods or tape in sizes and types as recommended by manufacturer of sealing or caulking material, and completely compatible with compound. CAULKING AND SEALANTS 07920 -I - 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. 3.03 PRIMING: When conditions of joints so require , or when types of materials used adjacent to joints so require, or when compound manufacturer's recommendations so require , clean and prime joints before starting caulking. Execute priming operations in strict accordance with manufacturer's directions . 3 .04 JOINT BACKING: 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 CAULKING AND SEALANTS 07920 - 2 - 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: 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: Place all exterior door thresholds in a fill bed of sealant during setting procedures . 3.07 CLEANING: 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 07920 -3- SECTION 09860 -GRAFFITI RESISTANT COATINGS -(Concrete Seatwall) PART I-GENERAL I.I PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver sealed containers with manufacturer's label, legible and intact. B. Storage of Materials : 1. Store only acceptable project materials onsite. 2. Store in a suitable location. 3. Comply with health and fire regulations. 1.2 JOB CONDITIONS A. Environmental Requirements: 1. Comply with manufacturer's recommendations as to environmental conditions under which coatings and coating systems can be applied . 2. Do not apply finish in areas where dust is being generated. PART 2 -PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Graffiti Resistant Coating: Coating shall be "Blok-Guard® and Graffiti Control 11," as manufactured by PROSOCO, (800) 255-4255 . B. Items of other manufacturers will be acceptable for substitution provided they meet the quality standards of this specification for finish, function and grad. C. Contractor shall provide the Owner with five (5) gallons of"Blok-Guard® and Graffiti Control II and fi v e (5) gallons of "Defacer Eraser® Graffiti Wipe." PART 3-EXECUTION 3.1 APPLICATION A. Prior to application the contractor shall apply the graffiti coating to a test panel for Owner approval. B. Apply by brush, roller or spray equipment. C. Back roll application to avoid streaking. GRAFFITI RESIST ANT COATINGS 09860-1 D. Examine the areas and conditions under which work this section will be performed. Correct conditions detrimental to timely and proper completion of the work. Do not proceed until unsatisfactory conditions are corrected. E. Apply coating as per manufacturer's recommendations. END OF SECTION -09860 I GRAFFITI RESIST ANT COATINGS 09860-2 ACORD I ' .,. IMPORTANT If the certificate holder is an ADDITIONAL INSURED , the policy(ies) must be endorsed . A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy , certa in policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer , and the certificate holder, nor does it affirmatively or negatively amend , extend or alter the coverage afforded by the policies listed thereon . ACORD 25 (2009/01) INS025 (200901) ,. l ' i CERTIFICATE OF INSURANCE TO : CITY OF FORT WORTH Date~ NAME OF PROJECT: Parking Lot, Ballfield and Park Improvements at Ed K. Collett Park (Council District 7) PROJECT NUMBER : C280-541600-807370120280/C280-54 t 600-807420120280 IS TO CERTIFY THAT: Raydon, Inc. is , at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described , for the type of insurance and accordance with provisions of the standard policies used by this Company, and further hereinafter described . Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liability Worker's Compensation Comprehensive General Bodily Injury : Liability Insurance (Public Ea. Occurrence : $ Liability) Property Damage: Ea. Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Building or structures adjacent to Ea. Occurrence: $ --- excavations Damage to Underground Utilities Ea. Occurrence : $ Builder's Risk Comprehensive Bodily Injury: Automobile Liability Ea. Person: $ Ea. Occurrence: $ Property Damage: Ea. Occurrence: $ Bodily Injury: Contractual Liability Ea. Occurrence : $ Property Damage : Ea. Occurrence : $ Other Locations covered : ----------------------------------- 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 liability insurance coverage under Contractor 's worker 's compensation insurance policy . Agency Insurance Co.: ___________ _ .e...F=ort,c:__W'-'--"'o.,,.,rt=h....,,A..,,,g,,.,e=n,_,_t ______________ By ___________________ _ Address ------------------Title ________________ _ CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V .T .C.A Labor Code Section 406 .096 (2000), as amended , Contractor certifies that it provides workers' compensation insurance coverage for all its employees employed on city of Fort Worth Department of Engineering No . 6271 and City of Fort Worth Project Number C280-541600-807370120280/C280-541600- 807420120280 STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME , the undersigned authority, on this day personally appeared DAI"/"~// 51,r:r/e~. known to me be the person whose name is subscribed to the foregoing instrum ent , and acknowledged to me that he executed the same as the act and deed of Raydon, Inc. the purpose and consideration therein expressed and in the capacity therein stated . I ,--(Q GIVEN UNDER MY HAND AND SEAL OF OFFICE this-~ day of uric . 20 •. RICK RILEY : ~ M'f COMMISS ION EXPIRES ~ / FEBRUARY 16 , 2011 •,,,,,. .. v."'''' ' PERFORMANCE BOND THE ST A TE OF TEXAS § KNOW ALL BY THESE PRESENTS : COUNTY OF TARRANT § That we (1) Raydon, Inc. as Principal herein: and (2) Coaf1·0 e.o+&J C!...a.Sut.J~oration organized under the laws of the State of (3) I // 1 o Cl I.S , and who is · aLthorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein , in the sum of: Two Hundred Sixty-five Thousand Five Hundred Seventy-nine and 08/100 ..................................................... .. Dollars ($265,579.08) for the payment of which sum we bind ourselves, our heirs , executors, administrators , successors and assigns, jointly and severally, firmly by these present. WHEREAS , Principal has entered into a certain written contract with the Obligee dated the 8thof June, 2010 a copy of which is hereto attached and made a part hereof for all purposes, for the construction of: Parking Lot, Ballfield and Park Improvements at Ed K. Collett Park (Council District 7) NOW THEREFORE, the condition of this obligation is such , if the said Principal shall faithfully perform the work in accordance with the plans , specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code , as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute , to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this 8th day of June, 2010. ........ ..................... (Principal) Secretary (SEAL) .,·' BY :~~~~~~~~~~ Title : 1>r~/~6,,, C PO Box 671 Breckenridge, TX 76424 Witness as to Principal ATTEST: Secretary e.,p n+ , n e, o +dJ ClLS AA IJ-~ C!.o ~ Surety BY: l)Q() 04J /!..R. ese_ Name : o(}fknttA,1 <2U£t (Attorney-in-fact) Address: 1ft!tin~ O. ;rf fq1j/Jt1 ', I ~ Telephone Number: Jc& J· b 4£ OcJ..t:J. ;J... (I) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition , an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of the bond shall not be prior to date of Contract. THE ST A TE OF TEXAS COUNTY OF TARRANT § § § PAYMENT BOND KNOW ALL BY THESE PRESENTS : That we (1) Raydon. Inc.as Principal herein , and (2)f'J2 0 f1°0 e ,t1 J..ac/ MS Utl ft11, f>.o. a corporation organized and ex isting under the laws of the State of (3) -CI I 1 ,::j o 1°§, as surety, are hela and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties , Texas, Obligee herein , in the amount of Two Hundred Sixty-five Thousand Five Hundred Seventy-nine and 08/100 ............................... Dollars ($265,579.08) for the payment whereof, the said Principal and Surety bind themselves and their heirs , executors, administrators , successors and assi g ns , jointly and severally, firmly by these presents : WHEREAS , the Principal has entered into a certain written contract with the Obligee dated the 8th day of June A .O. , 2010, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length , for the following project: Parking Lot. Ballfield and Park Improvements at Ed K. Collett Park (Council District 7) NOW , THE REFORE , THE CONDITION OF THIS OBLIGATION IS SUCH , that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code, as amended) suppl y ing labor or materials in the prosecution of the work under the contract, then this obligation shall be void ; otherwise, to remain in full force and effect. PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code , as amended , and all liabilities on this bond shall be determined in accordance with the provisions of said statute , to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED AND SEALED this 8th day of June, 2010. ATT Title : OYf'.Sll>c~ i I (S~LJ witnessastoPrincipal PO Box 671 Breckenridge, TX 76424 ATTEST: Secretary (SEAL) ~ Address: ,goo 5' .So. Tfp(,(ticw;o. '1 {Jh; ltJ1 t., IX 11 h D a.. NOTE: Telephone Number: l3 d\ f"-lo 4 £. OJt.4-~ 1. Correct name of Principal (Contractor). 2. Correct name of Surety. 3. State of incorporation of Surety. Telephone number of surety must be stated. ln addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. MA[NTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS : . ~uA,/ 'Hf e..tJ . That Raydon, Inc.(Contractor), as principal , and Cn of I ne,.n./{AJ ' a corporation organized under the laws of the State of IL , (Surety), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County, Texas the sum of Two Hundred Sixty-five Thousand Five Hundred Seventy- nine and 08/100 ................................................................ Dollars ($265,579.08) lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs , executors , administrators, assigns and successors, jointly and severally. This obligation is conditioned, however; that, WHEREAS , said Contractor has entered into a written Contract with the City of Fort Worth, dated the 8thday of June 2010 copy of which is hereto attached and made a part hereof, the performance of the following described public improvements : Parking Lot, Ballfield and Park Improvements at Ed K. Collett Park (Council District 7) the same being referred to herein and in said contract as the Work and being designated as project C280-541600- 807370120280/C280-541600-807420120280and said contract, including all of the specifications, conditions, addenda , change orders and written instruments referred to therein as Contract Documents being incorporated herein and made a part hereof, and , WHEREAS , in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of Two (2) Years after the date of the final acceptance of the work by the City ; and WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) Years ; and, WHEREAS, said Contractor binds itself to repair or reconstruct the work in whole or in part at any time within said period, if in the opinion of the Director of the Water Department of the City of Fort Worth , it be necessary; and , WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said work as herein provided . NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain , repair or reconstruct said work in accordance with all the terms and conditions of said Contract, these_presents shall be null and void , and have no force or effect. Otherwise this Bond shall be and remain in full force and effect, and the City shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract. This obligation shall be continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF, this instrument is executed in §_counterparts, each one of which shall be deemed an original , this 8th day of June, A .D . 2010. ATTEST : (~~ s~G ATTEST : (SEAL) Secretary C-ao+,·o.en+IAA ~f1.,Sa1J.I..J.-~ ~. Surety BY: 0 Q O r1 L (!__/I~ e Name:c{Jf71M.w uJ2Ut Title : 4J/OeA1J.OJ.j-lm · .f()tt '3 () M 6n. T Ile. Ii.Ji au1°1 Abi Let1t, TX 1 q 6 o~ Address POWER • OF ATTORNEY AP ------ k'.now l'\11 Men 8 POrNTING l~fVIDUAL Ulll'tfo r,J an1111·n . ' YTbt11Presei,tJ,Tha t Co r· ATrORNEV-lN-FACT .. , OJS lll suranct com ll men tal CasuaJty Com . tl,c CNA Comv,u.ties ") pany, and American Casual C pany, an flhno is in sU/llflc e com . and that they do by ~im:e ~;1h~~j;:!~~~~d CX,i sthing i.nsu!cc ~::i~~~;~.enn~y l~an~ a //:;y~:~ao~s~~:~~S~f<lllce Comp~y of seas erern aifl.l(ed hereby mak . •r prmc1pa1 offices in the City of Ch. mpany (bcrcm called Connie Wright, Stev S e, constJtute and appoint icago, and State of Illinoi3, Ree P e enter, Tammy Ch . se, eter Lauve, Michelle Robbins , lndiv:~:!:: Teresa Netz Mites Wims, Ruby Kemp Pb . ., • YlllS Hollen"'--k, 0 ~ 01ma of Abilene, TX, their true and 1 • bo d nd . • awful Anomey(s}-111-F~1 with full pow d utho . b . n S. U Crtakllli5 and other obligatory instruments of similar nature i:r llll a nty creby cookrred to sign, seal and execute for and on their behalf • In Unlimited Amounts - and to bind them thereby as fully and to the swnc cictcnl 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 confinned . 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 ofDin:ctors of the insurance companies.. I• Witness Wliereof, the CNA Companies have caused these present! to be signed by their Senior Vice President and their corporate sea.ls to be hereto affoccd on this 24th day of August, 2009 . Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading. Pennsylvania · Senior Vice President State of lllinois, County of Cook, 85 : On thi, 24th day of August, 2()()1), before me personally came Jacquelyne M. Belcastro to me known , who, being by me duly sworn, did depose and :50y; that she m;id~ in the City of Chicago, State of Illinoi5; that ,he is. a Saiior Vice President of Continental Casunlty Company , an Illinois insurance company, National Fin: Insurance Company of Hartford, an Illinois insurance company, 1111d American Casualty Company of R.e8ding, Pennsylvania, a Pennsylvania insurance company described in and which executed lhe above instrument; that she knows the seals of said insurance companies; tha1 the scab affixed to the said ilutrument a.re i uch corpor ate seals; that they wci-e ·"° aff'txed pursuant to authority given by the Doards of Direcun of said insurance companies and that she signed her name thereto pursuant to lilcc authority , and aclcnowlcdgcs same to be the act and deed of sai d insurance companies . My Commission fapircs September 17, 2013 CERTIFICATE (, Mary A. Ribikawslds, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Hlinois insunncc company, and American Casualty Company of Reading, Pennsylvwiia, ll Pennsylnn.ia insurance compeny do hereby certify th at the Power of Attorney herein above set forth is still in force, and further certify thllt the By.Law and Resolution of the Board of Directors of / the insumncc companies printed on the rcv~~reofis still in~. In testimony whereof! have hereunto subscribed my name and affixed the seal of the said insurance companies this_ l7 ~-day of_ -:;I_ 1,/A~ ?,u;p . Form .F6853-5/2009 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania ... Authorizing By-Laws and Resolutions ADOPTED BY THE BOARD OF DIR.ECTORS OF (.'ONTINENfAL CASUALTY COMPANY : This Power of Anomey i., mauc an! executtxi pursuanl to 1111d by authority of the following By-L;iw duly adopted by tre Boilrd ofDittctors of the Company . · "Article IX--Executlon or Documents Seclion 3. Appointment of Attofflf:y-in.fiu:t. The Chainnzin of !he Board of Directors, the Praiidenl or any Executive, Senior or Group Vice Pn:swcnt m,y, from time to lime, appoint by written certificates attorneys-in-fact to act in behalf of the Company in the ~tion of policies of insurance, boods, undertAkings and other obliglllOry instruments of like nature. Such auomcy3•io-fact, subjca to the limitations set forth in their respective certificates of authority, shidl have full power to biod the Company by their iignuturc iuul execution of any sw:h instruments and to attach the seal of the Company lhen:rto . The Oiai,rman of the Board of Directors, the Prc:iidenl or any Executive, Senior or Group Vice President or the Board of Dinlctors, may, lit any time, rcvokt 1111 power 1111d AUlbority previous¥ given to any auomey-in-fact." This liowcr of Attorney is signed and scakd by f~ile under and 1y the authority of the following lesolution adopted by the BoardofDirc<:tors of the Company Ill a meeting dlly called mtd held on the l.,. d11y of h:bruory, 1993. "Resolved, tbRt the signature of lhe President or any Executive, Senior or Owp Vice President and the seal or die Company may be affixed by facsimile on my power of 11Uumcy granccd pursu11.11t to S~ion 3 of Ankle IX of the By-Laws, and the ~ignaturc of the Secretary or ISi Assatant Secretary and the seal of lhc Company may be amxed by acsimile to any certificate of any such power mJ any power or certifi~ bearing such facsimile signature and seal shall be viii id llltd binding on the Company. Any such power so executed !Ind scaled and ccrti lied by certificate so executed and scaled shall, with rwspect to any bond Of" undertaking to whi.ch it is attacht'.tl, continue to be valid and lindins oa ltte Company ." ADOPTED BY nm BOARD Of DIRECTORS OF AMERICAN CASUAL TY COMPANY OF READING, PENNSYLVANIA : This Power of Altomey i.s made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Direitors of the Company . "Article VI--E1ecution or Documents Section 3 Appointment of Allome)'·in-fact. The ChainnllD of the Boan:! of Directors, Ille President or 1111yE.xeculive or Senior Via: President may, from time to time, appoint by written ocrtifu:atcs attomcy5-in-~ to act in behalf of the Company in lhe execution of policies of insurance, bonds, undl:1t.llkinp !Ind othu oblig~ instrumenu of like nature. S1.1ch 11ttorncyi1-in-fact, subject ID the limitatiollll set forth in their respective certificates of authority. shall have full power lo bind the Compaoy by their signature and execution of any such in.stnunents and to attach the seal of the Company thereto. The Presidcnl ~ any Executive , Senior Vice President or rhc Board of Dircclors may at any time revoke all power and authority previously given to any attomey·in-fai:1." This Power of Anomcy is signDd and sealed by facsimile under and; the authority of the following lesolutiou adopled by lhc Board ofDirc®rs ofthe Company 1ta meeti.ng duly called and held on the 1.,.. di)' offebnwy, 19r.3. "Rctol~d, that tbc tisnat\ln: of the President or Ill')' Rxecntivc, Senior or Group Vice President arul the seal or the Company may be affixed by facsimile on any power of attorney gnmtcd pursuaut tQ Sc:ction 2 of Article VI of the By-Laws, and the Sii!Ja&ure of the Secretary or M Assi.sunt Secretary and the seaJ of lbe Company may be affixed by facsimile to any certificate of any sw:h power 1111d any power or certificate bearing such facsilllile sipsturc and seal 9ball be valid and binding on the Complll)'. Any such power so executed and sealed and certified by cc:rtifiaite so executed and sealed shall, with n:spect to any bond or Wldertaking lo which iii, atlached, continue to be valid mid tinding on the: Cmipany." ADOPTED BY rnE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HA,RTFORD : This Power of Attorney is made and excaitcd pumw,.t to and by authority of the fullowing By-Law duly adopted by lbe Board of Din:aors of the Company ; "Article Vll-E1.ec11tion of Doeumeats ~ion 3. · Appointmenl of AUamey-in-Fact . The Chairman of the Board of Din:cton, the President or any Executive or Senior Vice President may , from time to time, appoint by written certificates attomey~in-fact to m;t in behalfof the Cornpany in the execution of policies of insurance, bonds, undel'1llk.inga and other obligatory instrwnents of like nature . Such auomeys-iiJ.fact, subject to the limi!Dlions set forth in their respective omificatcs of authority shall baYC lull power to bind the Company by their sipa~ and Cllecution of any such instruments and to auach the seal of lhc Company thc:rcto. The Chairman of the Board of Directors, tbc Pre,iden& or any Executive, Senior Vice President or the Board ofDire<:(on, may, at any dme, revoke all power and authority pre,,iously given to any attorney-in-fact ." 'Jbia Power of Auomcy Is signed and sealed by facsimile under and J the AUl.hority oflbc lollowing ~lutioa adop1cd by lhc Board of Directors ofthe Company 1 at a meeting wly called lJul held on the 1.,.. day of February, 191.3. ~Rf.SOLVED: That the signarore ct'the President, an l!xecuuve Vice Praident or my 9:nior Of Group Via: President 111d the ~ea! ofthe lnsuranco Company may be affixed by facsimile on any power of attorney gran(ed p~ to the Resolution adopted by this Board of Directors on February 17, I !193 and the sign•~ of II Secretary or an Assistant Secretary and the suJ of the Insuran~ Company may be atroo:d by flC8imile to any certificate of any 11uclt power, and any power or 1:ertificaCe l,,caring web f.aosimile signlllUl'C and -1 shall be valid and bindina oa the lnsuf'llllce COP1pany. Any such pow.':!' !IO exocutcd and ,caled and certified by ocrtificate so exocutod and .scaled, 11hall with n;spcct to a.ny bood or widcrtaking to which it is attached. oontinue to be valid a.nd bioding on the lnauranoe Canpany." STATE OF TEXAS § § COUNTY OF TARRANT § KNOWN ALL BY THESE PRESENTS: This Contract is made and entered into this the 8th day of June, 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 Raydon, 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: Parking Lot, Ballfield and Park Improvements at Ed K. Collett Park (Council District 7) 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 d so y e epartment of Engineering of the City of Fort Worth. OFFICIAL RECORD CITY SECRETARY FT. WORTH , T .. 5. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 45 Working Days from the time commencing said work. If the Contractor should fail to complete the work as set forth in the Plans , Specifications , and Contract Documents within the time so stipulated , plus any additional time allowed as provided in the General Conditions , there shall be deducted from any monies due or which may thereafter become due him, a per day charge per Working Day as stipulated in these contract documents , not as a penalty but as liquidated damages , the Contractor and his Surety shall be liable to the Owner for such deficienc y . 6. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications , and Contract Documents , then the Owner shall have the right to either demand the Surety to take over the work and complete same in accordance with the Plans , Specifications , and Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the Contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing , setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 7. Contractor covenants and agrees to indemnify , hold harmless and defend, at its own expense , the Owner, its officers , servants and employees, from and against any and all claims or suits for property loss, property damage , personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers , agents , employees , subcontractors , licensees or invitees , whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers , servants and employees and any damage , loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor 's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may , if deemed appropriate , may refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding 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 Hundred Sixty-five Thousand Five Hundred Seventy-nine and 08/100 ....................................................................................................... Dollars, ($265,579.08). 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 CITY OF FOR':~ Char~ Assistant City Manager RECOMMENDED : By:_~~~---==--~~""'----=~ Richar Zavala, Director Parks a d Community Services APPROVED AS TO FORM AND LEGALITY: Assistant City Attorney Breckenridge TX 76424 ATTEST: M&C C.--~ ~'5°1 Approval Date : ~ f 8 / 10 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX