Loading...
HomeMy WebLinkAboutContract 25856 F�\77 TWAT T � O 0I :N 7/1 Gyill�. eV�{(�(\1 6Vs LLiryl s s_- A►.— r�+. ` CITY SECRETARY ii ' D.O.E. FILE SPECIFICATIONS AND 8TTY SECRETARY 5 CONTRACTOR'S dof4Dp0 GWTRACT DOCUMENTS ONTRAC i NO FOR CONSTRUCTION'S CM PLAYGROUND IMPROVEMENTS AT FOUR PARK SITES CLIENT DEPARTMENT r PROJECT NAME PROJECT NUMBER D.O.E. NO. t LITTLE JOHN PARK GR76/541200/080206112160 2802 SEMINARY HILLS PARK GC23/541200/080206101710 2803 BERNEY PARK GC23/541200/080230410300 2804 ED COLLETT PARK GC23/541200/080230410700 2901 IN THE CITY OF FORT WORTH TEXAS KENNETH L. BARR BOB TERRELL MAYOR CITY MANAGER RICHARD ZAVALA, DIRECTOR PARKS AND COMMUNITY SERVICES PARKS AND COMMUNITY SERVICES DEPARTMENT PLANNING AND RESOURCE MANAGEMENT DIVISION off IcIAL 1�NORD City of Fort Worth, Texas "avoir and Council Communication DATE REFERENCE NUMBER 4/25/00 NAME PAGE 4/25/00 C-17989 80EXTRA 1 of 5 SUBJECT AWARD OF CONTRACT TO EXTRA MILE CONSTRUCTION FOR PLAYGROUND RENOVATIONS AT THREE PARK SITES RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contact with Extra Mile Construction in the amount of $66,817.55 for the construction of playground renovations at the following three park sites: Ed Collett, Berney, and Little John Parks. DISCUSSION: On October 15, 1996 (M&C G-11645), the City Council approved the reprogramming of 1978 and 1986 Capital Improvement Program funds for playground renovations at nine park sites targeted in the 1995 Parks and Community Services Department (PACSD) Playground Renovation Plan. Funded improvements included playground safety surfacing for Berney ($15,500.00), Seminary Hills ($15,500.00), and Ed Collett ($20,309.17) Parks. On March 18, 1997 (M&C G-1181'9), the City Council approved funding for playground improvements at Little John Park ($27,705.00) using Community Development Block Grant Year XXIII funds. On October 14, 1997 (M&C G-12034), the City Council approved funding for playground equipment replacement requiring lead-base paint abatement. Funded replacements included Collett ($4,378.00) and Seminary Hills ($2,815.00) Parks. Lastly, funds totaling $28,612.00 were transferred from General Park Development funds to complete the funding of the recommended playground improvements. Thus, the total available funds for these projects is $114,819.17. Improvements scheduled for Berney, Ed Collett, and Seminary Hills Parks were consolidated with improvements at Little John Park in order to achieve construction cost efficiencies. Designs and contract documents were prepared by the Parks and Community Services Department. Due to ongoing discussions with the Fort Worth Independent School District regarding their proposal to construct an elementary school at Seminary Hills Park, and the impact the proposed school would have on this site, it was decided to delete Seminary Hills Park improvements from the scope of the construction contract. This action reduces the total available funds by $18,315.00, to $96,504.17. The project was advertised for bid on November 24 and December 2, 1999. On December 23, 1999, the following bids were received: Bidders: Creative 4 Playground Construction & M. A. Vinson Extra Mile Specialist, Miller Sierra Management, Construction Construction Inc. Contractors Inc. Company. lnc. BASE BID: $85,449.62 $112,887.07 $116,568.66 $141,543.50 $189,435.00 City of Fort Worth, Texas 4Vatjov and Council Consmunicadon DATE REFERENCE NUMBER LOG NAME PAGE 4/25/00 C-17989 80EXTRA 2 of 5 SUBJECT AWARD OF CONTRACT TO EXTRA MILE CONSTRUCTION FOR PLAYGROUND RENOVATIONS AT THREE PARK SITES BID ALTERNATES (BA) Little John Park BA-1 $ 229.60 $ 513.79 $ 450.00 $ 400.00 $ 3,000.00 BA-2 $ 229.60 $ 523.28 $ 400.00 $ 2,000.00 $ 2,000.00 BA-3 $ 8,071.60 $ 8,000.00 $ 7,256.30 $ 7,122.00 $ 14,244.00 BA-4 $ 239.20 $ 300.00 $ 500.00 $ 800.00 $ 1,000.00 Berney Park BA-1 $ 3,535.84 $ 4,867.82 $ 650.00 $ 550.00 $ 3,000.00 BA-2 $ 7,900.20 $ 8,067.78 $ 7,158.06 $ 7,182.00 $ 14,364.00 BA-4 $ 144.14 $ 300.00 $ 500.00 $ 800.00 $ 1,000.00 Ed Collett Park BA-1 $ 9,116.80 $ 9,975.20 $ 8,436.00 $ 8,880.00 $ 17,760.00 BA-3 $ 72.07 $ 400.00 $ 500.00 $ 800.00 $ 1,000.00 BA-4 $ 7,771.96 $ 5,559.85 $ 6,851.00 $ 8,500.00 $ 4,000.00 BA-5 $ 1,678.95 $ 2,769.90 $ 2,546.00 $ 1.400.00 $ 2,000.00 Total BA $38,989.96 $ 41,277.62 $ 35,247.36 $ 38,434.00 $ 63,368.00 DELETED BASE BID ITEMS: Little John Park Unit 1, Item 8 $ 8,878.76 $ 8,000.38 $ 7,715.50 $13,057.00 $ 14,244.00 Unit 1, Item 9 $ 460.53 $ 137.15 $ 165.00 $ 150.00 $ 500.00 Unit 1, Item 10 $ 626.98 $ 938.95 $ 297.00 $ 1,400.00 $ 3,000.00 Unit 1, Item 12 578.95 $ 474.75 $ 533.00 $ 600.00 $ 3,000.00 <$10,545.22> <$ 9,551.23> <$ 8,710.50> <$15,207.00> <$ 20,744.00> Seminary Hills Park Unit 2, <$21,349.08> <$ 29,057.72> <$ 31,312.86> <$39,730.00> <$ 51,290.00> Items 1-13 (continued next page) City of Fort Worth, Texas qV01yor and Council Communication DATE REFERENCE NUMBER I LOG NAME PAGE 4/25/00 C-17989 80EXTRA 3 of 5 SUBJECT AWARD OF CONTRACT TO EXTRA MILE CONSTRUCTION FOR PLAYGROUND RENOVATIONS AT THREE PARK SITES Berney Park Unit 3, Item 6 $ 8,666.28 $ 8,067.78 $ 7,612.92 $13,167.00 $ 14,364.00 Unit 3, Item 7 $ 664.47 $ 513.79 $ 607.00 $ 1,700.00 $ 2,000.00 Unit 3, Item 9 765.80 $ 1,398.93 $ 2,160.00 $ 1,800.00 $ 3,000.00 <$10,096.55> <$ 9,980.50> <$ 10,379.92> <$16,667.00> <$ 19,364.00> Ed Collett Park Unit 4, Item 1 $ 2,296.07 $ 500.00 $ 1,170.00 $ 600.00 $ 5,000.00 Unit 4, Item 2 $ 901.32 $ 500.00 $ 520.00 $ 400.00 $ 500.00 Unit 4, Item 8 $ 2,576.99 $ 3,427.20 $ 3,171.00 $ 1,500.00 $ 5,000.00 Unit 4, Item 9 $ 9,856.80 $ 9,975.20 $ 8,880.00 $16,280.00 $ 17,760.00 <$15,631.18> <$ 14,402.40> <$ 13,741.00> <$ 18,780.00> <$ 28,260.00> Totals: $66,817.55 $ 91,172.84 $ 87,671.74 $ 89,593.50 $133,145.00 The Bid Alternates not recommended for award of contract are as follows: • BA 1-4, Seminary Hills Park, consisting of demolition and hauling of equipment, Fibar system 300, 16 inches of sod around playground edge and hydroseeding of disturbed areas; and • BA-3,5,6,7, Berney Park, consisting of 16 inches of sod around playground edge, repair three existing benches, repair two existing picnic tables and installation of three benches; and • BA-2, Ed Collett Park, consisting of 16 inches of sod around playground edge. The Base Bid at the three parks includes the following work: • Little John Park, includes demolition of existing equipment and concrete, excavation of sand, handicapped ramp at playground and street, 6-foot concrete flat work, back filling of Area No. 1 with 6 inches of sand, and installation of play structure 5. • Berney Park includes demolition of existing concrete, site preparation and excavation, concrete playground edge, 6-foot concrete flat work, and installation of two bay swings. • Ed Collett Park includes site preparation and excavation, handicapped ramp at playground and parking lot, concrete playground edge, thickened concrete edge, installation of two bay swings, installation of slide, and installation of buck-a-bout. City of Fort Worth, Texas qV61yor and council communicalflon DATE REFERENCE NUMBER I LOG NAME PAGE 4/25/00 C-17989 80EXTRA 4 of 5 SUBJECT AWARD OF CONTRACT TO EXTRA MILE CONSTRUCTION FOR PLAYGROUND RENOVATIONS AT THREE PARK SITES The Bid Alternates recommended for award of contract are as follows: • BA 1-4, Little John Park, includes the installation of additional play equipment, safety surfacing and hydroseeding of disturbed areas. • BA-1,2,4, Berney Park, includes the installation of a component play system, safety surfacing and hydroseeding of disturbed areas. • BA-1,3,4,5, Ed Collett Park, include the installation of safety surfacing, sun port over equipment, 5-foot wide concrete walk in lieu of a 6-foot concrete walk, and hydroseeding of disturbed areas. It is recommended that the Base Bid of $27,827.59 and the recommended Bid Alternates in the amount of $38,989.96, together totaling $66,817.55 as submitted by Extra Mile Construction be approved for award of contract. The contract time is 50 working days. Extra Mile Construction is in compliance with the City's M/WBE Ordinance by committing to 13% M/WBE participation on the base bid. The City's goal on this project is 11%. To date, $11,190.00 has been spent on the purchase of play equipment that will be supplied to the contractor for installation. Additionally, $8,400.00 has been expended for the design and project management of these projects. This project construction budget shall be as follows: Construction Contract $ 66,817.55 Construction Phase Contingencies Parks and Community Services Department Administration (3%) 2,004.53 Department of Engineering Inspection (7%) 4,677.23 Change Orders (5%) 3,340.88 Total Construction Budget $ 76,840.19 The annual operating impact on the General Fund budget beginning Fiscal Year 2000-2001 will be as follows: Little John Park $ 403.58 .Berney Park $ 395.01 Ed Collett Park 455.84 Total $1,254.43 City of Fort Worth, Texas avelljor And coundl Communication DATE REFERENCE NUMBER LOG NAME � -7E 4/25/00 C-17989 80EXTRA 5 of 5 SUBJECT AWARD OF CONTRACT TO EXTRA MILE CONSTRUCTION FOR PLAYGROUND RENOVATIONS AT THREE PARK SITES Little John Park is located in COUNCIL DISTRICT 5. Berney Park is located in COUNCIL DISTRICT 3. Ed Collett Park is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budgets, as appropriated, of the Parks and Community Services Improvement Fund and the Grants Fund. LW:k Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY Office by: (to) Libby Watson 6183 Originating Department Head: �V�y✓nn CITY COUNCi - Richard Zavala 5704 (from) GR76 541200 080206101710 $ 4,378.00 APR 25 2000 Additional Information Contact: GR76 541200 080206112160 $18,865.34 GC23 541200 080230410700 $13,942.34 . lra�•al GC36 541200 080360410970 $ 4,940.00 City semowy of the GC05 541200 080050410980 $ 4,372.00 City of Fort Worlk Turas GC23 541200 080230410300 $ 1,019.87 Richard Zavala 5704 GC05 541200 080050410990 $19,300.00 TABLE OF CONTENTS F1. NOTICE TO BIDDERS 2. SPECIAL INSTRUCTIONS TO BIDDERS 3. PROPOSAL 4. CITY OF FORT WORTH M/WBE ENTERPRISE SPECIFICATIONS 5. FEDERAL WAGE RATES 6. WEATHER TABLE 7. VENDOR COMPLIANCE TO STATE LAW 8. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION r 9. TECHNICAL SPECIFICATIONS DIVISION 1 -GENERAL REQUIREMENTS SECTION 01010-Summary of Work SECTION 01035-Contract Time SECTION 01100-Alternatives SECTION 01150-Payment To Contractor SECTION 01300-Submittals SECTION 01400-Quality Control SECTION 01410-Testing SECTION 01500-Temporary Facilities and Controls SECTION 01640-Substitutions and Product Options SECTION 01700-Project Closeout SECTION 01800-Contractor's Responsibility for Damage Claims DIVISION 2-SITE WORK Section 02100-Site Preparation Section 02140-Site Underdrains Section 02200-Earthwork Section 02536-Fibar Playground Surfacing Section 02860-Playground Equipment Section 02870-Site Furnishings Section 02930-Seeding Section 02940-Turf Sodding DIVISION 3-CONCRETE Section 03300-Cast-in-Place Concrete DIVISION 7- THERMAL&MOISTURE PROTECTION Section 07920-Caulking and Sealants ,r 10. CERTIFICATE OF INSURANCE 11. BIDDER'S STATEMENT OF QUALIFICATIONS 12. PERFORMANCE BOND 13. PAYMENT BOND 14. MAINTENANCE BOND 15. CONTRACT l� II NOTICE TO BIDDERS Sealed Proposals for the following: PLAYGROUND IMPROVEMENTS AT FOUR PARK SITES PROJECT NUMBERS: GR76/541200/080206112160 GC23/541200/080206101710 GC23/541200/080230410300 GC23/541200/080230410700 Addressed to Mr. Bob Terrell, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Division Office until 1:30 p.m., Thurs., December 23, 1999 and then publicly opened and read aloud at 2:00 p.m. in Council Chambers 2"d 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. The deposit will be refunded if the .. document is returned in good condition within ten days after bids are opened. In the n event that a bidder requires more than two sets of construction documents, deposit for additional plan sets shall be non-refundable. These documents contain additional !! information for prospective bidders. 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. In accord with City of Fort Worth Ordinance No. 11923, as amended by Ordinance No. 13471, 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. In addition, the M/WBE UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("Documentation") must be received no later than 5:00 P.M., five city business days after.the bid opening date, exclusive of the bid opening date. The bidder shall submit documentation at the reception area of the Department of Engineering, 2"d floor, City Hall, and shall obtain a receipt. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsive. The following list is provided to assist bidders in obtaining the services of M/WBE vendors qualified to provide such services/materials for this project. A listing of qualified M/WBE vendors may be obtained at the City of Fort Worth M/WBE office, 3rd floor City Hall. Services/materials for this project are as follows: demolition/site prep clearing/grubbing grading/earthwork hauling concrete surfacing seeding steel rebar site furnishings subdrainage playground equipment The City's minimum M/WBE goal on this project is 11 % of the total dollar value of this contract. The City will award one contract with a combination of base bids and/or alternates which is most advantageous to the City. A pre-bid conference will be held with prospective bidders at the Parks and Community Services Offices Conference Room 1 on Tuesday, December 7, 1999, at 10:00 A.M. The City reserves the right to reject any or all bids and waive any or all formalities. AWARD OF CONTRACT: No bid may be withdrawn until the expiration of 49 days from the day bids are opened. The award of contract, if made, will be within 49 days after the P, 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. r RICHARD ZAVALA, JR., DIRECTOR BOB TERRELL PARKS AND COMMUNITY SERVICES DEPARTMENT CITY MANAGER r GLORIA PEARSON CITY SECRETARY By: i idbJ1)'Rodngue'z, Land pe chitect (817) 871-5734 Wednesday,November 24, 1999 Thursday,December 2, 1999 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 bond, (1)the name of the surety shall be included on the current U.S. Treasury, or(2)the surety must have capital and surplus equal to ten times the limit of the bond. The surety must be licensed to do business in the state of Texas. The amount of the bond shall not exceed the amount shown on the treasury list or one-tenth the total capital and surplus. 2. PROPOSAL: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices,the quantities shown 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. 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 gpnroximate 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 h 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. 3. ' 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 rmay be rejected as non-responsive. (See Item G in the Proposal.) 4. AWARD OF CONTRACT: The Contract may not necessarily be awarded to the lowest bidder of the Base Bid. The City Engineer 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 rbest interest of the City. Ohl SPECIAL INSTRUCTIONS TO BIDDERS - I - Regardless of the Alternative chosen, the Contractor ab ees 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. 5. PAYMENT, PERFORMANCE AND MAINTENANCE BOND: 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 2254 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. 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 01700-Project Closeout, Item 1.02. In order for a surety to be acceptable to the City, (1)the name of the surety shall be included on the current U.S. Treasury List of Acceptable Sureties [Circular 870], or(2) the surety must have capital and surplus equal to ten times the amount of the bond. The _ surety must be licensed to business in the state of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or 1/10th of the total capital and + surplus. If reinsurance is required, the company writing the reinsurance must be authorized, accredited or trusted to do business in Texas. No sureties will be accepted by the City which 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 6. 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. SPECIAL INSTRUCTIONS TO BIDDERS -2- 7 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. 8 WAGE RATES: All bidders will be required to comply with provision 5159a of "Vernons 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. t 9. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of Engineering Director for use by the CITY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant holding a valid permit issued by an appropriate State Licensing Agency. 10. INSURANCE: Within ten days of receipt of notice of award of contract, the Contractor must provide, along with executed contract documents and appropriate bonds, proof of insurance for Workers Compensation and Comprehensive General Liability(Bodily Injury)- $250,000 each person, $500,000 each occurrence;Property Damage- $300,000 each occurrence. The City reserves the right to request any other insurance coverages as may be required by each individual project. For worker's compensation insurance requirements, see Special Instructions to Bidders-Item 16. 11. NON-RESIDENT BIDDERS: Pursuant to Article 601 Texas Revised Civil Statutes, , 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. "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 this contract involved 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. 12. MINORITY/WOMEN BUSINESS El 1,I ERPRISE: In accordance with City of Fort IP Worth Ordinance No. 11923, as amended by Ordinance No. 13471, the City of Fort Worth has goals for the participation of minority business enterprises and women SPECIAL INSTRUCTIONS TO BIDDERS -3- business enterprises in City contracts. You may obtain a copy of the Ordinance from the Office of the City Secretary. The M/WBE Utilization Form, Prime Contractor Waiver Form and the Good Faith Effort Form, as applicable, must be submitted no later than 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 of M/WBE firm utilized 3. Scope of Work to be performed by the M/WBE firm 4. Monetary amount of work to be performed by the M/WBE firm 5. Signatures of all parties A notice toroceed will not be issued until the signed letter (s)g (s) or executed agreement(s) have been received. k Throughout the duration of this project, the City of Fort Worth is requiring that the Contractor continue to adhere to 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 a 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"0" or"no participation" in the spaces provided, and provide 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 I� SPECIAL INSTRUCTIONS TO BIDDERS l -4- d. Original signatures from both parties must be included on this letter. • If the Contractor foresees a problem with submitting participation reports and/or proof of payment on a monthly basis,the M/WBE Office should be notified. If the Contractor wishes to change or delete an M/WBE subcontractor or supplier, adhere to the following: 1. Immediately submit a Request for Approval of Change Form to the M/WBE Office explaining the request for the change or deletion. 2. If the change affects the committed M/WBE participation goal, state clearly how and why in documentation. a. All requests for changes must be reviewed and pre-approved by the M/WBE Office. b. If the Contractor makes change(s)prior to approval, the change will not be considered when performing a post compliance review on this project. • Upon the Contractor's successful completion of this project, and within ten days after receipt of final payment from the City of Fort Worth,The Contractor will provide the M/WBE Office with a Final Participation Report Form to reflect the total participation from ALL subcontractors/suppliers utilized on the project. • All forms are available at the M/WBE Office, 3rd floor- City Hall. For additional information regarding compliance to the M/WBE Ordinance, call (817) 871-6104. Upon request, Contractor agrees to provide to Owner Complete and accurate information regarding actual work performed by a Minority/Women Business Enterprise(M/WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books,records or files in its possession that will substantiate the actual work performed by an M/WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such • misrepresentation(other than a negligent misrepresentation) and/or commission of fraud 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. 13. PROTECTION OF TREES. PLANTS AND SOIL: All property along and adjacent to the Contractor's operations including lawns, yards, shrubs, trees, etc., shall be preserved or restored, after completion of the work, to a condition equal or better than existed prior to start of work. By ordinance, the Contractor must obtain a permit from the City Forester before any work(trimming,removal, or root pruning) can be done on trees or shrubs growing on public property including street Rights-Of-Way and designated alleys. This permit can be obtained by calling the Forestry Office at 871-5738. All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above SPECIAL INSTRUCTIONS TO BIDDERS -5- 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. 14. BIDDER'S STATEMENT OF QUALIFICATIONS A. QUALIFICATION OF BIDDERS: Bidders shall be prepared to demonstrate the capability to perform the work. The Bidders' specific experience, stability and history of performance on projects of a similar nature and scope will be considered. The BIDDERS STATEMENT OF QUALIFICATIONS must be delivered to the Project Manager within 48 hours of the request. Location and responsive ability of the firm will be considered. If your firm anticipates entering into a joint venture with any other firm to conduct all or part of the performance required under the proposed project, that firm should be specified in your response. For each firm included in the joint venture,please provide the information required above. Under the Contract executed for this work the City will require your firm to be completely 100 percent responsible for fulfilling all aspects of the contract bonds. Other firms and employees that may be involved in their joint venture will be treated by the City under the contract as if they were employees or subcontractors of your firm. Other than those firms noted in the contract as a part of the joint venture,no other funis will be allowed to participate in the joint venture without written consent from the City. 15. 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 of 7:00 a.m. - 6:00 p.m., on a designated Ozone Alert Day, that day SPECIAL INSTRUCTIONS TO BIDDERS -6- will be considered as a weather day and added onto the allowable weather days of a given month. 16. WORKERS COMPENSATION INSURANCE COVERAGE: Contractors compliance with Workers Compensation shall be as follows: A. Definitions: Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory 01 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 SPECIAL INSTRUCTIONS TO BIDDERS -7- (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. 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 ( ) p tY 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 SPECIAL INSTRUCTIONS TO BIDDERS -8- (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this contract or providing or causing to be provided a certificate of coverage,the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' 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. Providing i' false of 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 void 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 -9- PROPOSAL I � TO: Mit. BOB TERRELL City Manager Fort Worth,Texas FOR: CONSTRUCTION AND INSTALLATION OF PARK IMPROVEMENTS FOR LITTLE JOHN PARK PROJECT NO. GR76/541200/080206112160 SEMINARY HILLS PARK PROJECT NO. GC23/541200/080206101710 BERNEY PARK PROJECT NO. GC23/541200/080230410300 ED K. COLLETT PARK PROJECT NO. GC23/541200/080230410700 Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the plans,specifications,and the �., site,understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications,and subject to the inspection and approval of the Parks and Community Service Department Director of the City of Fort Worth. IThe "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. 4 If the lowest bid received exceeds the funds budgeted for the project,the City reserves the right to decrease the quantities contained in any line item or to eliminate any specific line items before award of the contract in order to bring the work within budget. By submitting a bid,the bidder acknowledges the City's right to adjust or eliminate line items and agrees to honor without recourse its line item bid price. 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 Tollowing sums,to-wit: BASE BID AY APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL qKTEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID Unit One—LITTLE JOHN PARK I. LS Demo/Hauling/Stockpiling of Existing - Equipment @ 0 Dollars & 0 Cents per LS $ 0 LS $ 0 1 2. LS Demo/Hauling of Concrete Sidewalk @ S Dollars & 43 Cents per LS $ LS $ 1 ,572.43 3. 5274 SF Excavation of Sand @ 0 Dollars & 38.5 Cents per SF $ 0 .385 $ 2, 032. 91 f Y 4. 1 EA HC Ramp at Playground @ 378. Dollars& C 87 Cents per EA $ $ 378.87 5. 32 LF 6' Wide Concrete Flat work @ 32. Dollars& { 64 Cents per LF $ 32.64 $ 1 , 044.48 6. 1 EA HC Ramp at Street @ 307. Dollars& I 90 Cents per EA $ $ 307.90 I 7. 2900 SF Backfill Area#1 w/6"Depth of Mason Sand @ I 1 . Dollars& 1 1 .7 Cents per SF $ 1 . 1 2 $ 3,240.82 8. 2374 SF Fibar System 200 w/.Rubber Mats & Sub drainage for Area#2 @ 3. Dollars& 74 Cents per SF $ 3 .74 $ 8,877.97 9. 1 EA Repair Existing Bench @ _ 460 Dollars & 53 Cents per EA $ $ 460. 53 10. 1 EA Set of Volleyball Posts @ 626 . Dollars& 98 Cents per EA $ $ 626.98 I11. 1 LS Installation of Play Structure 5 @ 1513. Dollars& 17 Cents per LS $ LS $ 1 , 513. 17 12. 1 LS Remove &Reinstall Swing from Area#1 to #2 @ 578. Dollars& 95 Cents per LS $ LS 578. 95 Total for Little John Park $ 20, 635.01 Unit Two — Seminary Hi11s Park 1. LS Demo & Hauling of Concrete @ 505. Dollars& 27 Cents per LS $ LS $ 505. 27 2. LS Site Prep/Excavating/Grading%Haul Spoil from Site @ L 2, 092. Dollars& 12 Cents per LS $ LS $ 2, 0 9 2.1 2 3. 237 LF Concrete Playground Edge @ 11 . Dollars& — 94 Cents per LF $ 11 .94 $ 2, 828. 97 4. LS Concrete Flat work with Thickend Edge @ e 590. Dollars& 14 Cents per LS $ LS $ 590. 14 5. 1 EA HC Ramp at Playground @ 307. Dollars& 90 Cents per EA $ $ 307 .90 6. 3280 SF Fibar System200 w/Rubber Mats& Sub drainage @ 3 . Dollars& 42 Cents per SF $ 3 .42/SF $ 11 , 221 .41 7. lEA Mira-Therm Benches @ 131 . Dollars& 58 Cents per EA $ $ 1 31 . 5 8 T. LS 5" Concrete Pad 235. Dollars& 20 Cents per LS $ LS $ 235.20 �8. LS Repair Backboard @ 460. Dollars& 53 Cents per LS $ LS $ 460. 53 LS Installation of 2 Bay Swing @ 684 . Dollars& 22 Cents per LS $ LS $ 684 .22 0. LS Installation of Buck-A-Bout @ 664 . Dollars& 46 Cents per LS $ LS $ 664.46 11. LS Installation of Climber @ 230, Dollars& 27 Cents per LS $ LS $ 230. 27 Z. LS Installation of Slide @ 1 ,400. Dollars & 01 Cents per LS $ LS $ 11400.01 Total for Seminary Hills Park $21 , 3 5 2.0 8 Unit Three-Berney Park 1. LS Demo & Hauling of Concrete @ 4 0 4_ Dollars& 74 Cents per LS $ LS $ 404. 74 2. LS Site Prep/Excavation/Grading/Haul Spoil from Site @ 2F980. Dollars& i 29 Cents per LF $ LS $ 2,9 8 0.2 9 r 3. 180 LF Concrete Playground Edge @ 1 1 Dollars& 40 Cents per LF $ 11 .40/LF $ 2,052.65 4. 1 EA HC Ramp at Playground @ 307, Dollars& g 0 Cents per LS $ $ 307.90 I5. LS 6'Wide Concrete Flat work @ 20481 , Dollars& 60 Cents per LS $ LS $ 2481 . 60 6. 2394 SF Fibar System 200 w/Rubber Mats & Sub drainage @ 3. Dollars& 62 Cents per SF $ 3.62/SF $ 8, 656. 65 7. LS Installation of Buck-A-Bout @ 664- Dollars& 47 Cents per LS $ LS $ 664.47 8. LS Installation of 2 Bay Swing @ 513. Dollars& 16 Cents per LS $ LS $ 51 3. 1 6 19. LS Installation of Slide @ 769;_ Dollars& a 0 Cents per LS $ LS $ 765.80 Total for Berney Park S18,827.26 nit Four-Ed K.Collett Park 1. LS Demo & Hauling of Existing Equipment from Site @ ri2,2 9 6. Dollars& .07 Cents per LS $ LS $ 2, 296.07 2. LS Demo & Hauling from Site-Cedar Elm @ 901 . Dollars& .32 Cents per LS $ LS $ 901 .32 3. LS Site Prep/Excavation/Grading/Back filling/ I Hauling Spoil from Site @ 2, 348. Dollars& .70 Cents per LS $ LS $ 2, 348.70 4. 1 EA HC Ram Playground P at Ygr ound @ 307. Dollars& .90 Cents per EA $ $ 307.90 5. 1 EA HC Ramp at Parking Lot @ 307. Dollars& .90 Cents per EA $ $ 307.90 6. 192 LF Concrete Playground Edge @ 13. Dollars& .16 Cents per LF $13 .1 6/LF $ 2 -5-2-6.-3'4' 7. LS Thickened Concrete Edge @ 9 23- Dollars& .69 Cents per LF $ LS $ 923 . 69 8. LS 6' Concrete Flat work @ 26576. Dollars & g g Cents per LF $ LS $ 2, 576.99 9. 2960 SF Fibar System 200 w/Rubber Mats& Sub drainage @ 3. Dollars& _33 Cents per SF $3 .33/SF $ 9, 845.08 10. LS Installation of 2 Bay Swing @ 513 . Dollars& .16 Cents per LS $ LS $ 51 3 . 1 6 11. LS Installation of Slide @ 1 ,400. Dollars& .01 Cents per LS $ LS $ 1 ,400.01 I 12. LS Installation of Buck-A-Bout @ 6 6 4. Dollars& . 48 Cents per LS $ LS $ 664 . 48 Total for ED Collett $ 24,611 .64 BASE BID -RECAPITULATION L Unit One—Total $ 20, 635.01 Unit Two—Total Cost $ 21 , 352.08 Unit Three—Total Cost $ 18, 827.26 Unit Four—Total Cost $ 24,611 . 6 4 Total Base Bid Costs $ 85,425.99 6 F-, 6 BID ALTERNATES Bid Alternate--Little John Park 1. LS Move &reinstall existing Buck-A-Bout $ LS $ 229.60 2. LS Installation of Max Play Swing $ LS $ 229.60 3. 2374 SF Fibar System 300 w/Rubber mats& Subdrain $ 3.4 0 SF $8,078.48 4. LS Hydroseeding of Disturbed Areas $ LS $ 239.20 Bid Alternate—Seminary Hills Park 1. LS Demolition &Hauling of existing Equipment $ LS $ as 61 2. 3280 SF Fibar System 300 w/Rubber Mats & Subdrain $ 3.24 $ 10,649.80 3. LS 16" Sod around Playground edge $ LS $ 197. 30 4. LS Hydroseeding of Disturbed Area $ LS $ 176.91 Bid Alternate--Berney Park • 1. LS Installation of Max Play 2 Play Piece $ LS $ 3,535.84 2. 2394 SF Fibar System 300 w/Rubber Mats & Subdrain $ 3.30/SF $ 71.898.26 3. LS 16" Sod around Playground Edge $ LS $ 170.36 4. LS Hydroseeding of Disturbed Area $ LS $ 144.14 1 , 205.40 5. LS Repair 3 Existing Benches $ LS $ 6. LS Repair 2 Existing Picnic Tables $ LS $ 803.60 7. LS Installation of 3 Benches $ LS $ 344.40 IBid Alternate—Ed K. Collett Park 1. 2960 SF Fibar System 300 w/Rubber Mats & Subdrain $ 3 .0 8/S F $ 9, 117.75 2. LS 16" Sod around Playground edge $ LS $ 161 .66 n3. LS Hydroseeding of Disturbed Area $ LS $ 72.07 4. LS Sun Port over Slide&4 Seat $ LS $ 7, 771 .9 6 Buck-A-Bout 5. LS Substitute 5 ` Concrete Flat work $ LS $ 1 ,678.95 in place of 6' Concrete Flat work A. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04(F)of the Texas Limited Sales,Excise and Use Tax Act. B. The Contractor performing this contract may purchase,rent or lease all materials,supplies,equipment used or consumed in the performance of the contract by issuing to his supplier an exemption certificate in lieu of the tax,said exemption certificate complying with State Comptroller's ruling tax,said exemption certificate complying with State Comptroller's ruling#95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling#95.09 as amended to be effective October 2, 1968. f C. The undersigned assures that its employees and applicants for employment and those of any labor organization, f subcontractor or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278,as amended by City ordinance 7400(Fort Worth nCity Code Sections 13-A-21 through 13-A-29),prohibiting discrimination in employment practices. D. The undersigned agrees to complete all work covered by these contract documents within Fifty 50 Working Days after the date for commencing work as set forth in the Notice to Proceed to be issued by the Owner and to pay not less than the "Prevailing Wage Rates for Highway Construction" as established by the City of Fort Worth,Texas effective June 6, 1995. E. Within ten(10)days of receipt of notice of acceptance of this bid,the undersigned will execute the formal contract and will deliver applicable Surety Bonds for the faithful performance of this contract. The attached deposit check in the sum of$ $5 0 0 0-O ODollars($___)is to become the property of the City of Fort Worth,Texas,or the attached Bidder's Bond is to be forfeited in the event the contract and applicable bonds are not executed within the time set forth,as liquidated damages for delay and additional work caused thereby. F In the case of ambiguity or lack of clearness in stating prices in the Proposal,the City reserves the right to adopt the most advantageous price for construction thereof to the City or to reject the proposal. G. Receipt is hereby acknowledged of the following addenda: No. I No.2 No. 3 No.4 All playground equipment to be furnished by PACSD as specified Respectfully submitted, Extra Mile, Inc. (Company.Name !0 Q� By utho�ed i ature) Date: /December 23 , 1999 Address: 71pp West Interstate 20 aT-1 i_n CT toe- in 7601 7 Telephone: ( 817) 467-6000 SEAL(if corporation) ATTACHMENT 1A Page 1 of 2 City of Fort Worth pT OF Minority and Women Business Enterprise SpecificatioA§ ENCINEERINC/CFW MBEMBE UTILIZATION 99 DEC 30 RM 10 59 �KT.�?.9 /J�I.r.Gac Ga...s-r�PucTs-�r /Z-J3-9 9 COMPANY NAME BID DATE 6Q?G /to baZr /!2ilo AAy,--jrw lw A S.rt�wPGiL�IMENs-S �sG2d/ too --CT NAME PROJECT NUMBER 6618 S'Y/Zoa/GBo2.r0 a,Po 6cza r oo a �a 1 15 NNVBE PROJECT GOAL: 10% 1WWBE PERCENTAGE ACHIEVED: IL lure to complete this form, in Its entirety with supporting documentation, and received by the Managing Department c*before 5:00 p.m.five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid r considered non-responsive to bid specifications. i-indersigned bidder agrees to enter Into a format agreement with the MBE and/or WBE firms for work listed In this u ule, conditioned upon execution of a contract-with the -City of"Fort Worth. The Intentional and/or knowing representation of facts Is grounds for-consideration of disqualification and will result In the bid being considered ;responsive to specifications. ompany Name,Contact Name, Certified ::Specify All Contracting .-y, -.Specify All Items to be Dollar Amount 14,gdmss,and Telephone No. `, Scope of Work(')* Supplied(*) _., cc v t Zr � ,JLE COs TSG WI. &F FF- 0,,MEs must be located In the 9(nine)county marketplace or currently doing business in the marketplace at the time of bid. icify all areas in which MWBE's are to be utilized and/or Items to be supplied: omplete listing of items to be supplied is required in order to receive credit toward the M/WBE goal. i y each Tier level. Tier.Means the level of subcontracting below the prime contractor/consultant,i.e.,a direct payment from the prime contractor to a subcontractor is considered 1"tier,a payment by a subcontractor to its supplier is considered 2nd tier. FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m.,FIVE(5)CITY BUSINESS DAYS AFTER BID OPENING,EXCLUSIVE OF THE BID OPENING DATE s Rev.6/2/98 Panae 1 anri 9 rni w w ..-.._a�- ----•-- _.._ .. .. - — -I LATTACHMENT 1A - Page 2 of 2 L City of Fort Worth Minority and Women Business Enterprise Specifications L MBE/WBE UTILIZATION Company Name,Contact Name, Certified Specify All Contracting Specify All Items to be Dollar Amount 6 Address,and Telephone No. Scope of Work(*) Supplied(*) ,r; o° o d rn Z x w i i ry � I The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and/or 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 MBE(s) and/or WBE(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 irresponsible offeror and barred from participating in City work 1 or a period of time not less than one(1)year. MBEs an WBEs MUST BE CERTIFIED BY THE CITY BEFORE CONTRACT AWARD uthorized/Sig`n/atur Printed Signature Ai'-S/pfi,/' 1 Title Contact Name and Title (if different) �_ E.xnPA .yfr�� �sT.eucTra.v 8/7-4-16 7-400n Company Name Telephone Number(s) yl/oy N/• �-2o V17-185-19yv (,Address Fax Number �9,ec i rGraN i k Z,,of-7 �z z9�99 ,Ity/StatelZip Code Date THIS FORM MUST BE RECEIVED BY THE MANAGING DEPARTMENT BY 5:00 p.m., FIVE �;./ DAYS J Hr 1 ER GID OPENING, EXCLUSIVE OF THE BID OPENING DATE Rpv.fi/2/4R A A -..-L L.- L...LL- am—---..�_ __ ATTACHMENT113 city of Fort Worth Page 1 of 1 Minority and Women Business Enterprise Specifications Prime Contractor Waiver CnGo ,rfsl�r Lay.SlX.�er-sc�y �ir�XG,QvuN� ?;y,4db QtAriyT�r Prime Company Name Project Name 6'R71:�P/SY/lda oBazo6 i/Z/44:1 !Z 239'9 1020 4501gooj adR2'.Y.io/�'/o Bid Opening Date Project Number c�/Sy�r•�o�aofoo 6LJ3lsy Zoo/ogo23 o y/o7a c� If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form In its entirety and be received by the Managing Department on or before 5:00 p.m. five (5) 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 ✓ No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this Is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? Yes No If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. The bidder further agrees to provide, directly to the City upon request, complete and accurate Information regarding actual work performed by all subcontractors, including MBE(s) and/or WBE(s) on this contract, the payment therefore and any proposed.changes to the original MBEs) and/or 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 MBE(s) and/or WBE(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 Irresponsible offeror and barred from participating in City work for a period of time not less than one(1)year. uthorized SIgrjWre Printed Signature Title Contact Name (if different) -.4xW,4 ,+�t r,Lc /'�,.v rT�P�c rs-ay *'17 -+&7-6 oco Company Name Contact Telephone Number (s) filcao W = 917 -VB3 Address Fax Number lN6Ta�- 7-k 7&o,17 Authorized Signature Company Name Rm. RM/DO Qpc�'�Cyo U.S.Department of Housing and Urban Development o`` `w Office of Labor Relations 7 * I I* o Texas State Office,Southwest �oG 1600 Throclanorton Street Post Office Box 2905 Fort Worth,Texas 76113-2905 July 28, 1999 Ms. Diedra Emerson Fiscal IAGM Fort Worth Community Development Agency 1000 Throckmorton Street Fort ,Worth, TX 76102 Dear Ms. Emerson: Subject: Project Number: B99MC480010 Project Name : Seminary Hills Playground Proj . Location: Tarrant County Fort Worth, TX Enclosed is a copy of schedule of Wage Rates, Decision Number TX990046, of the Secretary of Labor, dated 03/12/99. This schedule must be made part of the contract documents for the subject project. Should you have further questions please let us know by calling Evelyn Drinkard at (817) 978-9355 Ext. 3350. Sincerel , rias E. er or Re atio fficer Enclosures m �QPO*ENr�y°G U.S.Department of Housing and Urban Development o 0 Office of Labor Relations Cd * Texas State Office,Southwest 1600 Throclanorton Street a9 a� Post Office Box 2905 �W°E��° Fort Worth,Texas 76113-2905 July 28, 1999 Ms. Diedra Emerson Fiscal IA,GM Fort Worth Community Development Agency 1000 Throckmorton Street Fort Worth, TX 76102 Dear Ms. Emerson: Subject: Project Number: B99MC480010 Project Name : Littlejohn Park Playground Proj . Location: Tarrant County Fort Worth, TX Enclosed is a copy of schedule of Wage Rates, Decision Number TX990046, of the Secretary of Labor, dated 03/12/99. This schedule must be made part of the contract documents for the subject project. Should you have further questions please let us know by calling Evelyn Drinkard at (817) 978-9355 Ext. 3350. Im Sin rely, i e ias F use L or R latio s O icer Enclosures VP JL General Decision Number TX990046 Superseded General Decision No. TX980046 State: TEXAS Construction Type: HEAVY County(ies) : JOHNSON PARKER TARRANT Heavy Construction Projects (Including Water and Sewer Lines) Modification Number Publication Date 0 03/12/1999. ----------------------------------------------------------------------- TX990046 Page: 1 COUNTY(ies) : ,JOHNSON PARKER TARRANT PLUM0146B 05/01/1998 Rates Fringes PLUMBERS/PIPEFITTERS 18 . 98 2 .79 ---------------------------------------------------------------- SUTX2047A 06/01/1990 Rates Fringes CARPENTERS 10 .40 $3 . 64 CONCRETE FINISHERS 9 .81 ELECTRICIANS 13 .26 FORK! SETTERS 7 .86 LABORERS: Common 6 .37 Utility 8. 09 PAINTERS 10 .89 PIPELAYERS 8 .43 POWER EQUIPMNENT OPERATORS: Backhoe 11.89 3 .30 Bulldozer 10 .76 Crane 13 .16 3 .3.0 Front End Loader 10 .54 Mechanic 10 .93 Scraper 10 .00 A REINFORCING STEEL SETTERS 10 .64 TRUCK DRIVERS 7.34 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5 (a) (1) (v) ) 4 WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying .a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted --------------------------------------------------------- - ------------- TX990046 Page: 2 t because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2 . ) and 3 . ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2. ) If the answer to the question in 1. ) is yes, .then .an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1. 8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3 . ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4 . ) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION ----------------------------------------------------------------------- TX990046 Page: 3 WEATHER TABLE AVERAGE DAYS INCHES SNOWACE MONTH RAINFALL(1) RAINFALL(2) PELLETS (3) JANUARY 7 1.80 1 FEBRUARY 7 2.36 MARCH 7 2.54 APRIL 9 4.30 0 MAY 8 4.47 0 • JUNE 6 3.05 0 JULY 5 1.84 0 AUGUST 5 2.26 0 SEPTEMBER 7 3.15 0 OCTOBER 6 2.68 0 d NOVEMBER 6 2.03 0 DECEMBER 7 1.82 ANNUALLY 80 32.30 1 (1) Average normal number of days rainfall,0.01" or more. (2) Average normalreci itation. P P (3) One inch(1") or more. * Less than one-half inch(1/2"). Unseasonable weather is defined for contract purposes as rain/snow days which exceed the average number of days or inches of rainfall in any given month. This table is based on information recorded at the former Greater Southwest International Airport,Fort Worth,Texas, covering a period of 18 years. Latitude 32° 50'N,Longitude 97°03'W,elevation(ground) 537 ft. 1[ s VENDOR COMPLIANCE TO STATE LAW ` The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law 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 offices are in the State of Texas. Please Check or mark with an "X" BIDDER-- Extra IDDER:Extra Mile, Inc. By: Extra Mile, Inc. Company (please print) Lisa Yeandle Sig n4ture: _ (please print) Treas'une Title: Treasure 6/ City State A,rl TXZip 76017 (please print) THIS FORM MUST BE RETURNED WITH YOUR NOTA T ION VENDOR COMPLIANCE TO STATE LAW IL CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies that it IL provides Workers' Compensation Insurance coverage for all of its employees employed on City of Fort Worth ProectNumber Littlejohn Park Pro'ect #Gr76/541200/080206112160 Seminary Hills Park Project #GC23 541200/080206101710 Berney Park Project #GC23/541200/080230410300 Ed Collett Park Project #GC23/541200/080230410700 Extra Mile, Inc. CONTRACTOR By. Treasurer Title December 23, 1999 Date STATE OF TEXAS § COUNTY OF TARRANT § d BEFORE ME,the undersigned authority,on this day personally appeared,(, L" wn to me to be the person whose name is subscribed to a fore foregoing instrumen and aced to P e � g � >; g me that he executed the same as the act and deed of-j1kaa";Q .,.: for the purpose and consideration therein expressed and in the capacity therein stated GIVEN UNDERMY HAND AND SEAL OF OFFICE this 23rd day of Decembe,r19 99 u=N! MELISSA A KELLER NOTARY PUBLICState of Texanro • Cwn-�•OS-17-2003 No Public in and for th State of Texas e a. Contractor agrees to provide to the City a certificate showing that it has obtained a policy of Worker's Compensation insurance'covering each of its employees employed on the project in compliance with State law. No Notice to Proceed will be issued until the Contractor has complied with this section. b. Contractor agrees to require each and every subcontractor who will perform work on the project to provide to it a certificate from such subcontractor stating that the subcontractor has a policy of Worker's Compensation Insurance covering each employee employed on the project. Contractor will not permit any subcontractor to perform work on the project until such certificate has been acquired. Contractor shall provide a copy of all such certificate to the City. CONTRACTOR COMPLIANCE-WORKERS'COMPENSATION -1- N � .r., ' cz � O ..., 0 ami CN cz cd En E-� UO a' 1 cz cz a� cz (L) N � 0 r4 , +., +-+ p O O G a p O p v b � OM 0 UO U � O v] cz a t)4 , 'd .O U ' � p., O b Na 0 cz O N U bA z O 0 cz i •~ ° 4-a5 U C cn rT1 rL c� ct U4 a N N U4 r� -4-g >, a O bA O 's ... C� O • •vpC/) ,p ' 0 Op 0 C', O O c-1 O 0 � v cd ° N N M ,[ .� v� O p p 00 O O bA '� '� M 's O cis w .. N CIO bA cis ' cto O cis s.4 � acis ` O � I:$ O 3 En Cis En O •O a � � � cd m O Cd bo o 0 .d ,-. 'C� Cd 4) Cd p C', O . ..' Cd bA 4J a3 O W O �' .b 00 .� O 0 ,.._, Cd Cd 0 " 0 -,-4 0 A � " ,cdto t � cd ° OWN( O C � p ,. � U O M■� O O ;�-+ U Ocn O .-� c Cd 4) Cd o ,d U •� V a ^ O O ° O Cd + •O 4cd a 0 � o o 0 U C v OU � M O '0 Cid Cd •r+ cC3 UCd 0 •~ � u U cidO O H .U cdCd cidU 0 .'.4 U � UV.+ p I�■y p 0 ;..4 00 03 Cd ~ •�gb cd0 co 4 cid O 24O O C-14c� $em-+ a Cd C14 ;-4ch O U00 sv � 0 cd 1 � c13 o ° � ° ° ° Cd0 �-+ .Cd TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS SECTION 01010- 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 Little John Park, Seminary Hills Park, Berney Park and ED Collett Park includes: Demolition of selected existing equipment,excavation,hauling off materials, concrete flatwork, playground equipment installation,playground surface installation, subdrain installation,rough and finish grading. These plans and specifications were prepared by the Parks and Community Services Department. The Department of Engineering will administer the contract and furnish inspection. The Contractor shall be responsible for construction layout and stake lines and grades in order to complete work as described in plans and specifications. 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. The contractor shall provide all permits and licenses and pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. The Contractor shall contact the City of Fort Worth's Development-Plans Exam Section for a determination of applicable permits or variances required for this project. SECTION 01035 - CONTRACT TIME 1.01 PROGRESS AND COMPLETION Upon receipt of a notification letter and the executed construction contract, the Contractor shall be responsible for scheduling a preconstruction conference, which shall be held no later than ten working days from the date of the notification letter. GENERAL REQUIREMENTS -1 - 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. I.02 LIQUIDATED DAMAGES This project will be completed within the specified days allowed. Liquidated damages will be assessed if the project runs over the allotted time. SECTION 01100 -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 1.01 SCOPE OF PAYMENT: The Contractor shall accept the compensation as provided in the contract in full payment for furnishing and paying for all materials, supplies, subcontracts, labor, tools and equipment necessary to complete the work of the contract; for any loss or damage which may arise from the nature of the work from the action of the elements, or from any unforeseen difficulty which may be encountered in the prosecution of the work, until the final acceptance of the work by the City; for all risks of every description connected with the prosecution of the work; for all expenses and damages which might accrue to the Contractor by reason of delay in the initiation and prosecution of the work from any cause whatsoever; for any infringement of patent, trademark or copyright, and for completing the work according to the plans and/or specifications. The payment of any current or partial estimate shall in no way affect the obligations of the Contractor to repair or remove, at his own expense, the defective parts of the construction or to replace any defective materials used in the construction, and to be responsible for all damages due to such defects if such defects or damages are discovered on or before the final inspection and acceptance of the work. 1.02 Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20 day of each month that the work is in progress. The estimate shall be processed by the City on the 10th day and 25th day respectively. 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 GENERAL REQUIREMENTS -2- may be reasonably requested to aid in the verification or the preparation of the pay estimate. 1.03 It is understood that the partial pay estimate amounts will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Payment of any partial pay estimates shall not be an admission on the part of the Owner of the amount of work done or of its quality or sufficiency or as an acceptance of the work done;nor shall same release the Contractor of any of its responsibilities under the Contract Documents. 1.04 The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this Contract. 1.05 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. 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 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 her i to r overcharges hereby assigns City any and all claims fo o e charges associated with this contract which arise under the antitrust laws of the United States, 15 U.S.C.A. Sec. 1 et sec (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, GENERAL REQUIREMENTS -3- 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. b 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, 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. GENERAL REQUIREMENTS —4— 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. 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. The final acceptance of the completed work will be by the Parks and Community Services Department and all guaranties covering the completed work and all maintenance periods shall begin with the date of this acceptance. 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. 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 clean-up. The Contractor shall submit to the Project Manager shop drawings, product data and samples required in specification sections. 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. GENERAL REQUIREMENTS -5- 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 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 HIGH 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 HIGH VOLTAGE LINES." Equipment that may be operated within six feet of high voltage lines shall have an insulating cage-type guard about the boom or arm, except backhoes or dippers, and insulator links on the liR hood connections. When necessary to work within six feet of high voltage electric lines, the Contractor shall notify power company(TU Electric) 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. GENERAL REQUIREMENTS -6- SECTION 01640 - SUBSTITUTIONS AND PRODUCT OPTIONS 1.01 GENERAL Send submittals for substitutions to: Rob Rodriguez, Landscape Architect (817) 871-5734 Parks and Community Services Department 4200 S. Freeway Suite 2200 Fort Worth, Texas 76115-1499 1.02 PRODUCTS LIST A. Within ten (10) days after date of Contract, submit to Landscape Architect two (2) copies of complete list of all products which are proposed for installation. B. Tabulate list by each specification section. C. 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 1.03 CONTRACTOR'S OPTIONS A. For products specified only by reference standards, select any product meeting standards,by any manufacturer. B. For products specified by naming several products or manufacturers, select any product and manufacturer named. C. For products specified by naming one or more products, Contractor must submit request, as required for substitution, for any product not specifically named. 1.04 SUBSTITUTIONS A. During bidding, Landscape Architect will consider written requests from prime bidders for substitutions,received at least ten (10) days prior to bid date; requests received after that time will not be considered. GENERAL REQUIREMENTS -7- B. Within thirty(30) days after date of Contract, Landscape Architect will consider formal requests from Contractor for substitution of products in place of those specified. C. Submit two (2) copies of request for substitution. Include in request: 1. Complete data substantiating compliance of proposed substitution with Contract Documents. 2. For products: a. Product identification, including manufacturer's name and address. b. Manufacturer's literature: (1) Product description (2) Performance and test data (3) Reference standards c. Samples, if required. d. Name and address of similar projects on which product was used, and date of installation. D. In making request for substitution, Bidder/Contractor represents: 1. He has personally investigated proposed product or method, and determined that it is equal or superior in all respects to that specified. 2. He will provide the same guarantee(or better) for substituted product or method specified. 3. He will coordinate installation of accepted substitution into work, making such changes as may be required for work to be complete in all respects. 4. He waives all claims for additional costs related to substitution which consequently become apparent. E. Substitutions will not be considered if: 1. They are indicated or implied on shop drawings or project data submittals without formal request submitted in accord with Paragraph 1.04. 2. Acceptance will require substantial revision of Contract Documents. SECTION 01700- PROJECT CLOSEOUT 1.01 CLEANING The Contractor shall make final clean-up of the construction area, to the satisfaction of the Parks and Community Services Department, as soon as construction in that area is completed. Clean-up shall include removal of all construction materials,pieces of concrete, equipment and/or other rubbish. No more than five (5) days shall elapse after the completion of construction before the area is cleaned. Surplus materials shall be disposed 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. GENERAL REQUIREMENTS -8- 1.02 GUARANTEE The Contractor shall be responsible for defects in this project due to faulty workmanship or materials, or both, for a period of one(1) year from the date of final acceptance of this project by the Parks and Community Services Department. The Contractor will be required to replace, at his own expense, any part, or all, of this project which becomes defective due to these causes. 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. 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 DIVISION GENERAL REQUIREMENTS -9- SECTION 02100 - SITE PREPARATION PART 1 -GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment and services required for clearing and grubbing, demolition, and removal and disposal of items as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02200-Earthwork B. Existing Conditions,Removal and Demolition Items. PART 2—PRODUCTS 2.01 No products are required to execute this work, except as the Contractor may deem necessary. PART 3—EXECUTION 3.01 CLEARING AND GRUBBING: A. Clearing and grubbing shall consist of removing all natural and artificial objectionable materials from the project site or from limited areas of construction specified within the site. B. In general, clearing and grubbing shall be performed in advance of grading and earthwork operations and shall be performed over the entire area of earthwork operations. C. Unless otherwise specified on the plans, all trees and shrubs of three inches caliper and less(caliper is the diameter as measured 12 inches above the ground) and all scrub growth, such as cactus,yucca,vines,and shrub thickets, shall be cleared. All dead trees, logs, stumps,rubbish of any nature, and other surface debris shall also be cleared. D. Buried material such as logs, stumps,roots of downed trees that are greater than one and 1-1/2') inches in diameters,matted roots,rubbish, and foreign debris shall be grubbed and removed to a minimum depth of 24 inches below proposed finished grades. E. Ground covers of weeds, grass, and other herbaceous vegetation shall be removed prior to stripping and stockpiling topsoil from areas of earthwork operations. Such removal shall be accomplished by"blading" off the uppermost layers of sod or root-matted soil for removal. 3.02 PAVEMENT REMOVAL: 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 3 feet of an en SITE PREPARATION 02100 -1- existing score joint, construction joint, saw joint, cold joint, expansion joint, or edge, the concrete shall be removed to that joint or edge. All saw cuts shall be parallel and/or perpendicular to the line of existing pavement. If an edge of a cut is damaged subsequent to saw cutting,the concrete shall again be sawed to a neat, straight line for the purpose of removing the damaged area. B. Concrete curb and gutter shall be removed as specified above. No section to be replaced shall be smaller than 30 inches in length or width. 3.03 UTILITIES REMOVAL: In general,those utilities on the site that are to be removed and that belong to the Owner shall be removed by the Contractor. The Owner is responsible for arranging the relocation or removal of other utilities owned by utility companies or other parties. 3.04 MINOR DEMOLITION: There may be certain items on the site such as old building foundations, fences, and other undetermined structures and improvements that must be removed before construction can commence. Unless otherwise specified, such items become the property of the Contractor for subsequent disposal. 3.05 USE OF EXPLOSIVES: The use of explosives will not be permitted in site preparation operations. 3.06 BACKFILLING: 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. In areas that are to be immediately excavated, the Architect/Engineer may permit holes, etc.,to remain open. 3.07 DISPOSAL OF WASTE MATERIALS: A. Unless otherwise stated,materials generated by clearing, grubbing,removal, and demolition shall be known as "waste" or"spoils" and shall be removed from the site and disposed of by the Contractor. Similar materials may be unearthed or generated by earthwork operations or by subgrade preparation. Unless otherwise specified any merchantable items become the property of the Contractor. ... END OF SECTION SITE PREPARATION 02100 -2- SECTION 02140 - SITE UNDERDRAINS PARTI-GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required to construct underdrains to the required lines, grades, and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE: A. Section 02200 -Earthwork. B. Section 03300- Cast-in-Place Concrete PART 2 - PRODUCTS 2.01 UNDERDRAIN PIPE: Pipe and fittings shall be flexible,corrugated tubing manufactured of high-density polyethylene resins and conforming to ASTM Product Specifications F-405 and F-667. Drainage tubing shall be as manufactured by Advanced Drainage Systems (ADS), Inc., of Columbus, Ohio. The local manufacturing plant which will provide a list of suppliers is in Ennis,Texas -telephone (214) 875-6591. A. Perforated Pipe: Perforations shall be linear slots cut radially into the tubing wall between corrugations. Perforated pipe will be furnished complete with the Cerex nylon "Drain Guard" screen. The screen will completely surround the pipe and will have a lapped, welded longitudinal joint. B. Non-Perforated Pipe: Non-perforated pipe shall be used for collector lines which convey the water from perforated pipe to the concrete inlet or outfall. C. Fittings: All couplings,reducers,tees, ells,plugs, caps, and other fittings shall be non- perforated and shall be of the same manufacturer as the drainage tubing. A fitting shall be used at each pipe junction/termination, as appropriate. 2.02 FILTER MATERIAL: Filter material for use in backfilling trenches over and around underdrains shall consist of 1 1/2" to 2" gravel washed free of organic or other deleterious matter. 2.03 FILTER FABRIC: Filter fabric to line and lap over gravel filled subdrain trench shall be Mirafi 140N drainage fabric as manufactured by Celanese Corporation, (800) 223-9811, or approved equal. PART 3 -EXECUTION 3.01 VERTICAL AND HORIZONTAL CONTROLS: A. The Contractor shall establish or shall employ a licensed surveyor to establish all lines and grades necessary for each stage of the work described herein. SITE UNDERDRAINS 02140 - 1 - B. Provide blue tops for reference in dressing trench bottoms at intervals not to exceed 30 feet along the centerline of each trench. 3.02 UNDERDRAINS: Trenches for underdrains shall be dug after the subgrade is prepared. The excavation of each trench shall begin at its outlet and proceed toward its upper end. The trench must not be excavated below the proposed grade line. Trenches will be cleaned of all loose material and their bottoms will be dressed and fine graded to blue tops set as previously described. Trenches shall be lined with filter fabric and underdrain pipe shall be set on the trench bottom. All fittings shall be securely coupled and all open ends will be capped. The pipe shall be carefully covered with the gravel filter material and the filter fabric shall be lapped over the trench. Care shall be taken not to damage the pipe or its fabric filter screen. Underdrain pipe shall be connected to solid pipe joints and to outfall at the concrete structure/collar as indicated in the plans. Care shall be taken not to loosen or cave-in the trench walls. Any such damage will be excavated and will be backfilled in mechanically tamped lifts not to exceed eight inches and will be re-constructed. 3.03 SETTLEMENT: After the trench has been backfilled it shall be thoroughly soaked. This process shall be repeated two times allowing the backfill material to dry twenty-four hours before wetting again. END OF SECTION SITE UNDERDRAMS 02140 -2- SECTION 02200- EARTHWORK PART 1 -GENERAL 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services required to construct, shape, and finish earthwork to the required lines, grades, and cross sections as specified herein and on the plans. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02100- Site Preparation. B. Grading Plan: Refer to plan sheets. 1.03 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work. The total cost will be included in the Bid Proposal. Payment will not be made on a unit price basis. PART 2 - PRODUCTS 2.01 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation, unless separately designated,within the limits of the work. Unclassified excavation includes all material encountered regardless of its nature or the manner in which it is to be excavated. - 2.02 UNCLASSIFIED FILL A. Unclassified fill shall consist of all fill within the limits of the work. All suitable native materials removed in unclassified excavation, or similar imported materials, shall be used insofar as practicable as unclassified fill. Properly deposited, conditioned, and compacted fill is hereinafter referred to as "earth embankment." B. Rock: Minor quantities of rock not eater than four inches in greatest dimension are q � permissible in fill materials used to construct earth embankment. Minor quantities of rock of greater dimensions may be placed in the deeper fills in accordance with the State Department of Highways and Public Transportation requirements for construction of rock embankments, provided such placement of rock is not immediately adjacent to structures or piers. Also, rock may be placed in the portions of embankments outside • the limits of the completed graded width where the size of the rock prohibits their incorporation in the normal embankment layers. 2.03 TOPSOIL On-Site Topsoil: Topsoil shall consist of an average depth of six 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 02100, "Site Preparation." Topsoil may be greater or less, than the upper six inches in depth. EARTHWORK 02200 - l - 2.04 IMPORTED FILL A. Imported fill materials shall be used for the construction of earth embankment in the event that(1)the volume of unclassified excavation is less than the volume of fill required for earth embankment and/or(2)the condition of materials removed in unclassified excavation makes them unsuitable for use in the construction of earth embankment. B. The Contractor shall haul and place imported fill obtained from off-site sources as necessary to construct the embankment and various other details of the construction plans. All costs related to such imported fill will be included in the contract price, and no additional or separate payment for imported fill will be due the Contractor. C. A sample of the proposed imported fill must be provided by the Contractor and be approved by the Owner. In general, imported material must be equal to or better than native material in quality and engineering characteristics. The Architect/Engineer may also require the Contractor to provide a material analysis test of the proposed fill. 2.05 SELECT MATERIALS A. Select materials shall be imported from offsite sources, unless they are available from specifically designated areas on the site as marked on the plans. B. Cushion Sand: Clean fine sand, free from clay clumps, rocks, or other deleterious material. C. Playground Gravel: Gravel backfill for playground areas shall be washed "pea gravel", clean and free of all foreign materials. Particle size of the gravel shall be 1/8"—5/8". D. Playground Sand: Sand backfill for sand dig areas shall be fine white sand graded with the following sieve analysis limits: Size Percent Percent Passing No. 16 100 No. 30 98 No. 50 62 No. 100 17 No. 200 0-1 2.06 UNSUITABLE MATERIALS . A. Topsoil, select material, imported fill, or unclassified fill will be declared as "'unsuitable" by the Owner if, in his opinion, any of the following conditions or matter and particles are present to a degree that is judged detrimental to the proposed use of the material. 1. Moisture 2. Decayed or undecayed vegetation 3. Hardpan clay, heavy clay, or clay balls EARTHWORK 2 00 - -2- - 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 02100. 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 3.01 SITE PREPARATION: In general, "site preparation," as specified in Section 02100, shall be performed in advance of grading and earthwork operations and shall be completed over the entire area of earthwork operations. 3.02 TOPSOIL A. The removal and storage of topsoil shall occur after site preparation is complete and before excavation and embankment construction begin. Likewise, topsoil will be replaced after excavation and embankment construction is complete. B. Removal: Topsoil shall be stripped to an average depth of six inches from areas where excavation and embankment construction is planned. Topsoil may be obtained from greater depths if it is uncontaminated by the substratum and it is of good quality, in the opinion of the Architect/Engineer. C. Storage: Topsoil shall bestored instockpilesconvenientlytoCated to areas that will later receive the topsoil. Stockpiles shall be out of the way of earthwork operations in locations approved by the Owner or Architect/Engineer. Stored topsoil shall be kept separate from other excavated materials and shall be protected from contamination by objectionable materials that would render it unsuitable. D. Timing: Topsoil will not be replaced(deposited)until construction activities are complete that would create undesirable conditions in the topsoil, such as overcompaction or contamination. Trenching for items such as electrical conduit and irrigation pressure lines must be complete before topsoil replacement may begin. E. Replacement: Topsoil will be deposited in a single layer or lift. It will be placed, processed, compacted, and graded to leave a finished layer of topsoil not less than five inches in depth. Unless otherwise indicated, topsoil will be replaced over all areas of earthwork(including slopes), except where pavement is planned. EARTHWORK r 02200 -3- F. Grading: Topsoil will be final graded to the elevations shown on the plans. Fine grading will be accomplished with a weighted spike harrow, weighted drag, tractor box blade, light maintainer, or other acceptable machinery. All particles of the finish grade shall be reduced to less than one inch in diameter or they shall be removed. All rocks of one inch or greater shall also be removed. Grading operations and equipment will be such that topsoil does not become overcompacted. Bulldozer blades and front-end loader buckets are not acceptable devices for topsoil grading operations. Final grading within five feet of constructed or installed elements shall be hand raked. G. Acceptability: Finished areas of topsoil are satisfactory if they are true to grade, true in plane, even in gradient(slope),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 turfgrass planting. 3.03 UNCLASSIFIED EXCAVATION A. All excavated areas shall be maintained in a condition to assure proper drainage at all times, and ditches and sumps shall be constructed and maintained to avoid damage to the areas under construction. B. Surplus Material: I. 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 02100. 2. At this Park,the Architect/Engineer shall permit the Contractor to "waste" the surplus by constructing additional embankment in an approved location. No additional payment for such work would be due that Contractor. C. Excavation in Rock: The use of explosives will not be permitted. Unless otherwise ro indicated on the plans, excavation in solid rock shall extend six inches below required subgrade elevation for the entire width of the area under construction and shall be backfilled with suitable materials as indicated on the plans. 3.04 ' EARTH EMBANKMENT A. Earth embankment is defined as embankment composed of suitable materials removed in unclassified excavation and/or imported fill. The construction of embankment includes preparing the area on which fill is to be placed and the depositing, conditioning, and compaction of fill material. B. General: Except as otherwise required by the plans, all embankment shall be constructed in layers approximately parallel to the finished grade of the graded area, and each Iayer 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 EARTHWORK 02200 -4- 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 25 tons except as otherwise specified for tree protection and areas inaccessible to vehicular compactors. Stump holes or other small excavations in the limits of the embankments shall be backfilled with suitable material and thoroughly tamped by approved methods before commencing embankment construction. The surface of the ground, including plowed, loosened ground, or surfaces roughened by small washes or otherwise, shall be restored to approximately its original slope by blading or other methods, and, where indicated on the plans or required by the Owner, the ground surface, thus prepared, shall be compacted by sprinkling and rolling. D. Scarification: The surface of all areas and slopes over which fill is to be placed, other than rock, shall be scarified to a depth of approximately six inches to provide a bond between the existing surface and the proposed embankment. Scarification shall be accomplished by plowing, discing, or other approved means. Prior to fill placement, the loosened material shall be adjusted to the proper moisture content and recompacted to the density specified herein for fill. E. Benching: Scarification is normally adequate for sloping surfaces. However, in certain cases where fill is to be placed against hillsides or existing embankment with slopes greater than 4:1, the Owner may direct the Contractor to key the fill material to the existing slopes by benching. A minimum of two feet 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 disturbed material. ' F. Depositing: Fill material shall be placed in horizontal layers or lifts, evenly spread, not to exceed eight 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. EARTHWORK 02200 - 5 - -5- SECTION 02536 - FIBAR PLAYGROUND SURFACING PART I- GENERAL 1.01 SCOPE Surfacing tasks for Fibar 300 System include all labor, materials and equipment necessary for, and pertinent to, the work to be done. Work will be accomplished in a thorough and workmanlike manner. The specified products will be applied strictly in accordance with the manufacturer's recommendations. 1.02 DESCRIPTION OF SYSTEM A. Bidder shall provide all materials for complete installation of the Fibar System 300 as patented and licensed for production by Robert Godfrey, Ltd. B. The materials shall be limited to the exact extent described in the specifications and drawings. A license to construct the Fibar System according to these specifications must first be obtained from Robert Godfrey, Ltd., as licensee of the patent rights of Fibar Systems reflected in Patent Numbers: 4,679,963; 5,026,207; and 5,076,726. C. Fibar Systems, FibarMat, and FibarGard are available from Modlin Recreation Equipment,Inc.,P. 0. Box 50048,Denton, Texas 76026-0048, 1-800-433-5347 (local Exclusive Representative)or Robert Godfrey, Ltd., 141 Halstead Avenue, Mamaroneck,NY 10543-2650. Call 800-Fibar-21 or 914-835-151. Fax 914-835- 6975. PART 2 -PRODUCTS 2.01 MATERIALS A. WOOD FIBRE SURFACING I. Surfacing shall be a mix of random-sized wood fibres. Standard wood chips or bark mulch will not be acceptable. 2. To allow for compaction,the following formulas must be used to determine the correct number of cubic yards: 8" deep: Sq. ft. of • playground x 0.0375. Twelve inches deep: Sq. ft. of playground x 0.05. 3. Bidder will guarantee sieve analysis of wood fibre as follows: Greater than 85 percent passing 3/8" sieve. Less than 50 percent passing#60 sieve. 4. Wood fibre shall have no twigs,bark, leaf debris or other organic material incorporated within. 5. Product used shall be Fibar®wood fibre, such as produced by Robert Godfrey, Ltd. FIBAR PLAYGROUND SURFACING 02536 - 1 - B. DRAINAGE FELT I. Product used shall be FibarFelt® 100 percent polyester nonwoven engineering geotextile fabric. 2. Dimensions are: Width(ft.),max: 6.25. Roll length(ft.): 400.00. Weight(oz./sq. yd.),min: 3.5. 3. Bidder will provide enough material to allow for 12" overlap on all seams. C. DRAINAGE MATRIX I. Product used shall be FibarDrain,which consists of a drainage core of fused, entangled nylon filaments and FibarFelt, fully encapsulating the core. 2. Dimensions are: Core width(inches): 6.00. Roll length(ft.): 50.00. Thickness (inches): .80. D. WEAR MATS I. Product used shall be FibarMat®rubber matting, meeting ASTM F1292- 91 playground surfacing standard for a drop height not to exceed 3.5 feet. Must be installed under all swings and slides to preserve warranty. PART 3 - SPECIAL REQUIREMENTS 3.01 QUALITY CONTROL A. The Bidder will provide the Fibar System to be constructed exactly according to manufacturer's installation instructions(U. S. Patent Numbers 4,679,963; 5,026,207; and 5,076,726). Fibar Systems,FibarMat, and FibarGard are available from Modlin Recreation Equipment,Inc., 1-800-433-5347 (local Exclusive Representative) or Robert Godfrey,Ltd., 141 Halstead Avenue,Mamaroneck,NY 10543-2650. Call 800-Fibar-21 or 914-835-1511. B. The Bidder will provide the owner or its designated contractor with all necessary licenses prior to start of construction in accordance with U. S. Patents. C. Supplier must provide test results for impact attenuation in accordance with ASTM F1292-93; Standard Specification for Impact Attenuation of Surface Systems Under and Around Playground Equipment. Results must be provided for new material and for 5-year-old material. D. Testing must show "g" ratings of not more than 155g for the 8" thick system, or 120g for the 12" system at 12' fall heights, and HIC values of less than 1,000 for both new and 8-year-old material. E. Product must be wheelchair accessible and meet the requirements of the 1990 �• Americans with Disabilities Act(ADA). F. The Bidder will provide copies of flammability testing procedures and results Ab using (i) Section 1500.44 of the Federal Hazardous Substance Act, Title 16, Chapter II, Subchapter C, for rigid and pliable solids, and (ii) 16 CFR Part 1630 FIBAR PLAYGROUND SURFACING 02536 -2- Standard for the Surface Flammability of Carpets and Rugs(FF 1-70), Modified Procedure. Testing should be performed by an independent testing laboratory. G. The Bidder will provide copies of testing procedures and results of(i)new Fibar wood fibre, and(ii) Fibar wood fibre not less than five years old taken from an existing site,performed by an independent testing source using the ASTM F1292- 91 playground safety surfacing standard. H. The Bidder will provide at least three references of handicapped-accessible playgrounds that have been installed with said surface. 3.02 WARRANTY All materials and labor under this Section shall be installed by a contractor authorized by the manufacturer. Safety surface shall be warranted for labor and materials for a period of no less than two years. Written warranty must be submitted by the manufacturer and the authorized installer. PART 4-EXECUTION A. PREPARATION Installer shall thoroughly examine the site and specifications, carefully checking the dimensions before starting work. B. SUBGRADE 1. The subgrade shall be graded a minimum of 1 percent. It is not recommended that a Fibar System be installed on a grade greater than 10 percent. All roots, stones, and vegetation shall be removed. 2. The FibarDrain must be connected to the drainage system. 3. The first 6" of subgrade shall be compacted to at least 95 percent of the dry density, as determined by the provisions of AASHTO or T 205, as modified in 203.24. C. APPLICATION: Refer to construction drawings to determine which Fibar System to use, System 300, System 200 or System 100. 1. SYSTEM 300 Cross-sectional drawings and detailed installation instructions are available from Robert Godfrey, Ltd., 141 Halstead • Avenue,Mamaroneck,NY 10543-260. Please call 800-FIBAR-21, 914- 835-1511 or Modlin Recreation Equipment, Inc., 800-433-5347 or may be seen in construction drawings for this project. a. FibarFelt 1. Subgrade shall be covered with FibarFelt fabric as specified, overlapping all seams at least 12". 2. In areas where equipment exists, it is necessary to cut the fabric to fit. Once fitted, any cuts should be overlapped with fabric wherever possible. b. FibarDrain ,^ FIBAR PLAYGROUND SURFACING 02536 -3- 1. FibarDrain shall be cut from edge-to-edge of the playground and must be placed on 6' centers in the direction of the grade. 2. FibarDrain must extend beneath and beyond border system. FibarDrain must connect to a drain. C. FibarMat 1. A FibarMat must be installed under every swing and slide, to preserve warranty. 2. Install the FibarMat under the Fibar, directly over the FibarFelt. d. Fibar wood fibre 1. The Fibar wood fibre surface shall be spread to a uniform depth. All material supplied by the manufacturer must be installed to allow for settling and natural compaction. Machinery shall not disturb or travel on the FibarFelt fabic. 2. Contractor shall be responsible for applying additional material as required to maintain design grades and anticipated settling for a period of sixty(60) days following project acceptance. 2. System 200: System 200 shall be used in areas of high rainfall and/or poor drainage. FibarFelt, as specified for SYSTEM 300, shall be installed above and below 3" of#67 blend washed stone. The stone shall be sloped at a minimum of 2 percent(see detail in Construction Documents) FibarMat and Fibar wood fiber shall be used as specified in System 300 �. above. + END OF SECTION - FIBAR PLAYGROUND SURFACING 02536 -4- I. Grading: Embankments shall be constructed in proper sequence and at proper densities for their respective functions. All embankment serves in one capacity or another as subgrade(e.g.,under topsoil, under concrete and asphalt pavement, under structures, etc.). Accordingly, the upper layer of embankment shall be graded to within plus or minus 0.10 foot of proper subgrade elevation prior to - depositing topsoil, and prior to the construction of pavements, slabs, etc. 3.05 DENSITY CONTROL A. Earth Embankment in General: Earth embankment shall be compacted in lifts at a minimum of 90 percent of Standard Density ASTM D698 with plus 4 percent or minus 2 percentage points of optimum moisture content. B. Earth Embankment Under Structures and Pavement: The top 6 inches of natural earth comprising the subgrade for structural slabs or for areas of pavement shall be 95 percent to 98 percent of Standard Density ASTM D698 with the moisture content at minus 2 percent to plus 4 percent of optimum. 3.06 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all embankments that are to function as subgrade for structures, areas of pavement, or for select embankment. After completion of the embankment, the Contractor shall prevent excessive loss of moisture in the embankment by sprinkling as required. Loss of moisture in excess of 2 percent below optimum in the top 12 inches of the fill will require that the top 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. 3.08 TOPSOIL REPLACEMENT: Topsoil shall be carefully placed to avoid any displacement or damage to the subgrade. If any of the subgrade is rutted, damaged or displaced it shall be restored prior to placing topsoil. Topsoil shall be replaced as specified herein per Item 3.02. i END OF SECTION r EARTHWORK .� 02200 -6- SECTION 02860 - PLAYGROUND EQUIPMENT PART 1 - GENERAL 1.01 DESCRIPTION A. This section shall include all materials, labor, tools, equipment, transportation and supervision required for the installation of new playground equipment. New playground equipment may be existing in a Parks and Community Services storage facility or contractor purchased. 1.02 RELATED WORK A. Section 02870 - Site Furnishings B. Section 03300 - Cast-In-Place Concrete 1.03 QUALITY ASSURANCE A. Codes and Standards: All equipment and materials shall meet the standards and requirements of the latest editions of the U. S. Consumer Product Safety Commission's (CPSC) Handbook for Public Playground Safety and of ASTM Designation F1487: Standard Consumer Safety Performance Specification for Playground Equipment for Public Use. B. Submittals: 1. Submittals Prior to Construction- Submit manufacturers' documentation of product compliance with CPSC and ASTM F1487 Standards including: a. Allp aints and other similar finishes must meet the current CPSC regulation for lead in paint (0.06 percent maximum lead by dry weight). b. Regardless of the material or the treatment process, the manufacturer shall ensure that the users of the playground equipment cannot ingest, inhale, or absorb any potentially hazardous amounts of substances through body surfaces as a result of contact with the equipment. PLAYGROUND EQUIPMENT 02860 1 C. Submittals must be received and approved by the Landscape Architect prior to ordering equipment. 2. Submittals Prior to Project Acceptance—Contractor shall submit all manufacturers' literature to the Landscape Architect prior to acceptance of the project. PART 2—PRODUCTS 2.01 EQUIPMENT FOR LITTLE JOHN PARK Base Bid Items A. Little Tikes,Play Structure 5 Model No. PB5 B. Little Tikes,Friendship Globe-Free Standing Model No. 100002464 1. Equipment shall be provided by the PACSD but be picked up from the Parks department holding area located at 5201 James Ave. Fort Worth,TX 76115. Contact Mr. Ray Gaines 24 hours in advance at 871-6761 for office hours and to coordinate pick up. C. I set of 3" Galvanized Volleyball Posts, Model No. DOU-VBS-3 Manufactured by Douglas. 1. Contractor shall provide and install the volleyball posts as indicated on the plans. 2. Metal to be galvanized,unpainted. 2. Equipment available from: The Playwell Group (972)488-9355 Alternate Bid Items A. Little Tikes, Max Play One Bay Swing Model No. 200047434,with 2 Tot Seats PLAYGROUND EQUIPMENT 02860 2 Vkh 1. Equipment shall be provided by the PACSD but be picked from the Parks department holding area located at 5201 James Ave. Fort Worth, TX 76115. Contact Mr. Ray Gaines 24 hours in advance at 871-6761 for office hours and to coordinate pick up. 2.02 EQUIPMENT FOR SEMINARY HILLS PARK . A. Gametime, Buck-A-Bout Model No. 240 B. Gametime, Free-Standing Slide,Model No. 10248 C. Miracle, 2 Bay Swing with 2 Tot&2 Belt Seats, Model No. 2918 D. RCI, Baby Stegosaurus Climber, Model No. 856 E. Mira—Therm 6' Blue Bench, Model No. 1267 1. All equipment is to be provided by the PACSD but be picked up from the Parks department holding area located at 5201 James Ave. Fort Worth,TX 76115. Contact Mr. Ray Gaines 24 hours in advance at 871-6761 for office hours and to coordinate pick up. 2.03 EQUIPMENT FOR BERNEY PARK Base Bid Items A. Max Play 2 Bay Swing(Green color)with 2 Belt & 2 Tot Seats, Model No. 20048031 B. Duraglide 2000 Free-Standing Slide(Green Bedway), Model No. 200013942 C. Tan Teeter with Blue Top, Model No. 200007462 1. All equipment is to be provided by the PACSD but be picked up from the Parks department holding area located at 5201 James Ave. Fort Worth, TX 76115. Contact Mr. Ray Gaines 24 hours in advance at 871-6761 for office hours and to coordinate pick up. Alternate Bid Items A. Max Play Station II Play Piece (Natural Colors), Model No. 20004734 PLAYGROUND EQUIPMENT 02860 3 1. All equipment is to be provided by the PACSD but be picked up from the Parks department holding area located at 5201 James Ave. Fort Worth,TX 76115. Contact Mr. Ray Gaines 24 hours in advance at 871-6761 for office hours and to coordinate pick up. 2.04 EQUIPMENT FOR ED K. COLLETT PARK Base Bid Items A. Gametime,Buck-A-Bout Model No. 240 B. Seats,Model Gametime, Free Standing Slide, Model No. 10248 C. Miracle, 2 Bay Swing with 2 Tot& 2 Belt Seats,Model No. 2918 1. All equipment is to be provided by the PACSD but be picked up from the Parks department holding area located at 5201 James Ave. Fort Worth, TX 76115. Contact Mr. Ray Gaines 24 hours in advance at 871-6761 for office hours and to coordinate pick up. PART 3 - EXECUTION 3.01 GENERAL: All items shall be supplied as indicated and installed by Contractor as shown on the plans and as recommended by the manufacturer. 3.02 FALL ZONES: Contractor shall verify all fall zone clearances onsite prior to installing the equipment. Notify the Landscape Architect of any conflicts or discrepancies. 3.03 CONCRETE FOOTINGS: Shall be installed as per manufacturer specifications. 3.04 FASTENERS: All nuts and bolts shall be upset and tack welded to prevent disassembly. 3.05 PROTECTION: Contractor shall be responsible for protection of unfinished work and shall erect temporary signage and barriers as necessary to prevent park users from utilizing unfinished equipment. END OF SECTION PLAYGROUND EQUIPMENT 02860 4 SECTION 02870- SITE FURNISHINGS PART I - GENERAL 1.01 DESCRIPTION Furnish and supply all labor, equipment,materials and incidentals necessary to assemble, install and otherwise construct park equipment as listed under products. 1.02 RELATED WORK A. Section 03300 - Cast-in-Place Concrete. B. Section 07920 - Caulking and Sealants 1.03 QUALITY ASSURANCE A. All equipment shall be free of sharp edges and corners, or extremely rough surfaces. B. All materials shall be new and conform to all standards as specified. C. The bidder shall be responsible for defects in equipment due to faulty materials or manufacturing, damage or loss. D. Metal shall be straight or at design radii or bends, without kinks, and shall be true to shape. E. Codes and Standards: All "accessible"site furnishings shall comply with the current Texas Accessibility Standards (TAS) of the Architectural Barriers Act, Article 9102, Texas Civil Statutes (512)453-3211. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING - A. Protect from inclement weather: wet, damp, extreme heat or cold. B. Store in a manner to prevent warpage and/or bowing. 1.05 JOB CONDITIONS The contractor shall be responsible for protection of unfinished work and shall be responsible for the safety of park users utilizing unfinished equipment. SITE FURNISHINGS 02870 - 1 -