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