Loading...
HomeMy WebLinkAboutContract 28310��RT ��R�'H C � � 0 �!�"Y �E�RETA�Ii ' . COIVi'�AC�' � � � �ca�y P'� �l TyR G�� � s*�� #yrt*�*�r �, ' , �� ; , SPECTFICATYONS AND ���NSTRUCTI�7N'S �`` CONTRACT DOCUMENTS FOR PLAYGROUND RENOVATIUN� AT: RIDGLEA HILLS AND VAN ZANDT-GU�NN PA.RK PROJECT NANiE RIDGLEA HILLS PARK VAN ZANDT-GU�NN PARK PRQJECT NUMBER Cl $81�41200/Q801$88000�0 C 1881541 �001080188800010 D.O.E. NO. 3835 3836 TN THE CITY OF FORT WORTH TEXA.S °�" KENNETH L. BARI� � GARY W. �]ACK50N , „ MAYOR � CITY MANAGER � ' RICHARD ZAVALA, D�RECTOR PARKS AND COMMUNITY SERVYCES i i_ PAXtKS AND COMMUNITY SERVICES DEPARTMENT � PLANNYNG AND RESOURCE MANAGEMENT DIVI�ION FUNDING OF PROJECT BY CITY OF FORT WORTH C'ity of Fort �o�th, T'exas ���� ��d ���r���[ C'�����i�c�t��n DATE REFERENC� NllM�EF� LOG NAME PAGE 1213/02 '�*�R193�3 80SPROUT 1 of 4 SUBJECT APPROPRIATIaN �RDINANCE AND AWARD OF CONTRACT TO SPRINKLE `N SPROUT IRRIGATION/LANDSCAPE, INC. �OR PLAYGROUND IMPR�VEMENTS AT RIDGLEA HIL.L,S AND VAN ZANDT-GUINN PARKS I����i�]ul►►1�►1 Js��[�]�F It is recommended that th�e City Council: 1. Approve the transf�r of $142,910.00 �rom the Gen�ral �und io the Park Impravemen#s Fund; and 2. Adopt the attached appropriation ardinance incr�asing esfimated receipts and apprapriations by $� 42,910.00 in the Park Impro�ements Fund firom avaifable fiunds; and 3. Authorize the City Manager to execute a contract with Sprinkle `N Sprout IrrigatianlLandscape, Inc. in the amount of $�29,919Ad for the construction of playgrounc{ impravements at Ridglea Hills and Van Zandt-Guinn Parks. DISCUSSION: Piayground design prototypes were de�eloped by PACSD staff that not only pravide for increased play area size and enhanced equipmer�t play opportunities fior chi�dren, but alsa conform to U.S. Consumer Product Safety Commission Guidelines for appropriat� safety surfacing, and refl�ct recent changes to the Americans with Disabilities Aet (ADA� regarding play equipment access. The playground pratotypes were endorsed by t�e Parks and Community 5ervices Advisary Board on MarcE� 19, 2Q02. On April 15 and 16, 2002, the PACSD held public meetings with the respective r�eighb�rhaods far input ar�d selection ofi the preferred playground prototype. At both public meetings, playground prototype Na. 1 was selected, and PACSD staf# proceeded wi#h the preparation of construct�on documents. On 5eptember 17, 2002 {M&C G-13738), the City Council appraved th� transfer af �Y2001-20Q2 General Funds to the Park Impro�ement Fund in tF�e amount af $7,500A0 �or each site for design administration and construction document preparation, totaii�g $15,000.00. This project was advertised tor bid on August 29 and Septerriber 5, 2002. On September 19, 2002, the follawir�g bids wer� rec�ived: . ;� � ,� City of Fort �o�th9 �'exas A��� �1�1(� ���i���� �����1�������� DATE R�FERENCE NUMBER LOG NAM� PAGE � 12/3102 **�A�g�'�� 80SPROUT 2 of 4 ��B��c�' APPR�PR{AT40N ORDINANCE AND AWARD OF CONTRACT T� SPRINKI�E `N SPROUT IRRIGATIONIL.ANDSCAPE, INC. FOR PLAY�ROUND IMPROVEMENTS AT RIDGL.EA HIL.LS AND VAN ZANDT-GUINN PARKS - Sprin�cle `N Sprout Irrigationl Landscape, Inc. Base Bid Unit 1 Base Bid Unit 2 Unit 1 Bid Alternate No. 1 Unifi 1 Bid Aliernate No. 2 Unit 1 Bid Alternate No. 3 Unit 1 Bid Alternate No. A� Unit 1 Bici Alternate No. 5 Unit 2 Bid Alternata No. 1 $ $ $ $ $ �� $ � 66, 313.00 56, 806. Qa . 5,380.Oa 3,023.�0 3,400.00 700.00) 1,972.00 s,�ab.00 iota! �mour�R �id Base Bid Unit 1 Base B�d Unif 2 Ur�it 1 Bid Alternate No. 1 Unit 1 Bid Alternate No. 2 Unit 1 Bid Alternate No. 3 Unit 1 Bid A[ternate No. 4 Unit 1 Bid Af#ernate No. 5 Unit 2 Bid Alternate No. 1 iotal Amouni �id $139,�94.00 *Century Services Companv $ $ $ $ $ {� $ $ 75,967.00 75,000.00 5,988.Ofl 3,305.00 �,�so.ao 1,260.00) 2,708.Q0 1.560.00 $164,���AO �` Calculaiion error in submitted bid proposal. Northstar Constr�ctian, !nc $ $ $ $ $ �� $ � 74,66a.00 71,216.00 7,OOQ.00 3,300.0� 2,100A0 400AQ} 2,aao.00 2,100.00 $161,9�6.00 �*Par�cs far Plav $76,78�.OD $ 8, 805.00 $ 4,�S�i.00 $ 1,916.D0 $ 1,a�s.ao ($ 1,794.00) $ 2,148.00 � $ 1.d45.00 $94,039A� �'* Entire page missing from s�bmitted bid proposal (incomplete bid}. *M. A. Vinson Construction Companv, Inc. $ 74,951.00 $ 74,756.50 $ 6, 000.00 $ 3,700.00 $ 1,575.00 ($ 700.00) $ 2,OOO.aO �,��5.ao $163,�57.5Q The Base Bid work consists of installation of the selected playground proiotype ta include play equipment, safety surfacing/subdrain, cancrete mow strip, and concrete walk. C'ity of �ort �orth, �`exas �r�c�� c�n� ��ur���� ��r�����c��;�n DA�E REF�R�NC� NUMB�R LOG NAM� PAGE ��3ia2 **C-1 g37� sosPRouT I 3 0� � SI�BJECT APPROPRIATION ORDINANCE AND AWARD OF CONTRACT TQ SPRINKLE `N SPROUT 1RRIGATIONILANDSCAPE, ING. FOR PLAYGROUND 1MPROVEMENTS AT RIDGLEA HILLS AND VAN ZANDT-GUINN PARKS The Bid Alt�rnates for Unit 1 are: • Alternate No.1 • Alternate Na 2 � Alternate No. � � Aliernate No. 4 � Alternate Na. 5 Installat�on of Whirl addition; to include concrete edging, safety surfacing, filter �abric and Whirl; and Insta[latior� of Buck-A-Bout acldition; to include concrete edging, safety surfacing, filter fabric, and Buck-A-Baut; and lnstallatian of three each 6-foot park benches; and . Deduct far 70 linear feet of concrete edging; adjustment from Base Bid edgit�g iayout; and Installatian of picnic statian; to include 8-foat I�DA cpmpliant picnic �able wlcooker and concrete slab}. The Bid Alternates �or Unit 2 are: � Alternate No. � Installation of three 6-foot park benches. It is recommended that Base Bid Unit 1 in the amount of $66,313.00, Base Bid Unit 2 in the amour�t of $56,806.00, Unit 1 Bid Alternate Na. 3 in the amount ofi $3,4Q0, and Ur�it 2 Bid Al�ernate No. 1. in the amount of $3,�aa.00, tataling $129,919, as submitted by Sprinkle `N Spraut Irrigation/�andscape, Inc. be approv�d for award of cantract. Contract time is 45 working days. In addition to the contract cost, associated cant�ngency funding for constructian inspection/ administration and passible chang� orders are $6,971.00 and $6,020.00 fior Ridglea Hills and Van Zandt-Guinn Parks, respectively, for a total cost of $12,991.Da, Sprinkle `N Sprout Irrigation/Landscape, Inc. is in compliance with fhe City's M/WBE Ordinance by cammitting to 11 % M/WBE participaiion. The City's goal on this pro�ec# is 10%. Construction is an#icipated �o commence in January 2D03, and be completed in March 2043. TF�e annual budget impact an the General Fund for playground maintenance beginning in FY2002-2003 wil! amount to �2,379.00 for each site, totaling $4,758.0�. Ridglea Hi�ls and Van Zandt-Guinn Parks are loeated in COUNCIL DISTRICTS 3 and 8, respectively. , C'ity of �'ort '�o�th, Texas � ���� ��� ������a �.�����;������ DATE REFERENCE NUMBER LOG NAME PAGE 12/3102 **��� 93�� I SOSPROUT ' 4 of 4 SUBJECT APPROPRIATION ORDINANCE AND AWARD �F CONTRACT TO 5PRINKLE 'N SPROUT IRRIGATi�N/LANDSCAPE, INC. �OR PL.AYGROUND IMPROVEMENTS AT R1DG�EA HILLS AND VAN ZANDT-GUINN PARKS . � � '�� �� � � FISCAL �INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval o� the abave recommendations and adoption c,f the attached appropriation ordinance, funds will b� available in the current capital budget, as appropriated, of the Park Improvements Fund. ��r Submi#ted far City Manager's Office hy: � �'UND I (to) I 1 &2) C188 6I�0 2} C188 1&2) C188 � 2) C188 s704 I (from} 3} C188 3) C188 I 1) GGO� S74b � ACCOi11VT I CEI�'TER I AMOUI�IT CITY SECRE7'AR'Y Joe Paniagua Origiflatin� Departmept Head: Richard Zavala Addifional Inf`ormation Contact: Mike Ficke 472001 OSD'! 888�0020 $ 76,6$4.QQ 54120D OSp1888D0020 $ 76,6$4.40 47200i 080i888Q001D $ 66,226.Q0 541200 080i 868�OD10 $ 66,226.00 541200 0801888D0420 $ 6J,713.00 54120p 080i 88$OOD10 $ 60,206.Q0 538070 0809020 $142,910.00 APPIZO�ED 12/03/02 ORDI3VANCE NO 15356 � �� Bid Openiri.g Date: Thursday, September 19, 2002 CITY FORT WORTH PARKS AND COMMUNITY SEAVICES DEPARTMENT : PLANNING AND RES4UCE MANAGEMENT DIVISION ADDENDUNI NO. 1 TO THE DOCUMENTS FOR THE PLAYGROUND RENOVATIONS AT: RI'L�GLEA HILLS ANT� VAN ZANDT-GliINN PARK PRO.iECT NO. C1B8/541200I0801888�4Q20 C188/541200/0801888Q001 Q The Contract Documents far the above referenced project are hereby r�vised and alnended as follows: • TTEM 1 — PRQJECT MANUAL SECTION 3— PROPOSAL.- UNIT ONE, BID ALTERNATES Replace pages 4& 5 with attach�d. Acknowledge : Scott ��. ���� �����. of this Addendurn on your JPraposal. Aarchitect/Project Manager Release Date: Septernber 12, 2002 - -;r� _ .:���-� ,s.rt* ► ` . N N s�: ��'.�� 1'ARKS AND CQIi��iUN1TY SERVYCE� DEPA1dTIi�E1�T "rHE CI'i'Y pF FORT �VORT•H * 4200 50UTH FREEWAY, SU1TE 22�� �' FORT WOATH, TExa,s 76t15-14�9 (817) 871-PARK � F.vs (8I� 871-5724 �j Pdnted on recycled paper .� 09/1if0� 08:35 �AX 8�1 5�F4 CITY OF FT WORT�„ !'r • • ���� ����� cZ�r ro�.T �ua�r� F,ARKS AN]7 GC�MMUNITY �ERVZGES I7EP�R.TMEN'X' �LANriING �IwTU R�SOI.JC� 1VXAI�A�'r�Ir,�ENT D�"VI�ION ��?�J�NT�T..)'M 1`�O. 2 i'� Tk� �[7CrTM�IVTS rC�R 'i�1; ��AYc�xor.,nv� �vo�va.�arrs ��: l�.ID�LEt1 HJLL� AND VAN �ANDT-G[,IINiV �'ARY� l��.OJ�C�'T10. c�ss�s�lzoo�osolss�aaa�c� �7 ����4r�aa�o�atsssaoo�o Bid Openix�g Date: Tf�uPsday, S�;�tei�xber 19, 2402 The Gvntract Z7ocument� �or the above re•fercnced proi�ct ar� h�reby xc�ised �r,d ameuded as fc�114ws: TTEM 1— PAOJECT M�,NCa1�L S�C:'FXCiN 3— P��POSA.� IS rURTHER F�EVIS�D— UNIT Oltif� 8� UNI`�.' TWO, BASE BT1� - LIN� �T�M #11 R,eplace p�.ge� 2& 4 with aftached_ �Y= e ge Lhe receip# of tltis Adden�um on you.z Proposal. �,� - - �1�% - - cott L;. Penn, ]:.an,c�sca�ae Ar�hit�ctlP.�oject N1�a�er � :� , l � � � R.�lease �ate: 5�pten�ber � �i, 2a�2 �.���t�itI�S .�� G�I���JI�TIi'3P' ��VI�� DEFAI�T�ICF..NT �HE �1TY bF �QEtT �DRTH � ���Q SDU77�1 ����1NAY, 5[lrrE 22Qp +� �'dRY wORiH� T�Xns 76 1 1 5-1 499 , •-.�,•' [81T} $71-�ARI� � Fnx [81'T� 871-57�4 � � ��01 TABLE OF CDNTENTS 1. NOTICE TO BIDDERS 2. SPECIAL INSTRUCTIONS TO BIDDERS 3. GEOTECHNiCAL STUDY 4. PROPOSAL 5. CITY O� FORT WORTH M/WBE ENTERPRISE SPECI�`�CATIONS G. CITY OT FORT WDRTH PREVAILING WAGE RAT�ES or FEDERAL WAGE RATES-CONTRACTOR'S PACKET q. WEATHER TABLE 8. VENDOR COMPLIA1�iCE TO STATE LAW 9. CONTRACTOR COMPLIANCE WZTH WORKER'S COMPENSATION 10. TECHNTCAL SFECIFICATZONS DIVTSION 1 - GENERAL REQUIREMENTS SECTION O11Q0 - Summary af Work SECTION Q1S35 - Contract Time SEC'�'YON Q114Q - Alternatives � SECTION 01150 - Payment To Contractar SECTION 01300 - Submittais SECTION 014Q0 - Quality ControI . SEGTION 01410 - Testing SECTION 01500 - Temporary Facilities attd Cantrols � SECTION 01644 - Substitutions and Product Optioas . SECTION 4J.7DU - Project C�oseout SECTION 01800 - Contractor's Responsibility for Damage Clai�s DIVZSION 2 - SITE WORK Section D2140 - Site Underc3rains Section 022U0 - Sit� kreparation �ection D23D� - �arthwork 8ection 02537 - Engineered Wood �'iber Playground Surfacing Sectian 0�930 - Seeding ' Section 028b0 - �laygrQund Equiprnent Section 0287p - Site Furnishings DTVTSION 3 - CONCRETE Section a3300 - Cast-in-Place Concrete 5ection 03350 - Sandblasting DIVISION '� - THERMAL & MOISTURE 1'ROTECT�ON Section fl792fl - Cauiking and Sealants 11. CERTZFiCATE OR INSURANCE 1�. BIDDER'S STATEMENT 4F QUALIFICATIONS 13. PERF�AMANCE BDND 14. PAYMENT BOND 15. MAINTENANCE BOND 16. CONTRACT hI�TICE i� �IDD��S Sealed Proposals for the fo[lowing: PLAYGROUND RENOVATIONS AT RIDGLEA HiLLS AND VAN ZANDT-GUINN PARK PROJECT NO. Ci88154�200108018880002a — Ridglea Hills C188154120010801888D00� 0— Van Zandt - Guinn Addressed fo Mr. Gary W. ,�ackson, City Manager of the City of Fort Worth, Texas, will be received at the Purchasing Division OfFice unfil 1:30 p.m., Thurs., �epfiember 19,�00� and then publicfy apened and read aloud at 2:00 p.m. in Council Chambers 2"d floor -- N.E. carn�r of City Hali. Plans, Specifica�ions and Con�ract Documents for this project may be obtained at the Park Plar�nin� section, Parks and Community S�rvices Department, 4200 Sou�h Freeway, 5uite 2200, Fort Worth, Texas 76115-1499. Documents will be provided �o prospective bidders far a deposit of $50 per set; deposits shall be made in the form of a c�eck or money order. Each prospecti�e bidder shal� receive a deposit refund an the first two plan sets if the documertts are returned in good condition within 10 days after bids ar� opened. Any additional plan sets shal! require a non refundable depasit, Th�se documenfs contain additional infarmatian for praspective bidders. All Bi�ders wilf be requ�red to compEy with Provision 5159a of "Vernon's Annotated Civil Statutes" of �he State of Texas with respect to the payment of the pre�ailing wage rates, and City Ordinance No. 7278, as amended by City Ordinance No. 7400 (Far� Worth City Code, Sectivn '13-A-21 through 13-A-29} prohibiting discrimination in emplayment �ractices. �� in accord with City of Fort Worth Ordinance No. � 1923, as amended by Ordinance No. 13471, the City of For� Worth has goals for t�e participatian of minority business en#erprises and women business enterprises in City contracts. A copy of the Ordinance can be obtained from �he MIWBE office or from the Office o# the City 5�crefary. In addition, fhe MIWBE UTILIZATION FQRM, PR1ME CONTRACTOR WAIVER FORM, andlor the GOOD FAITH EFFORT FORM ("Documentation") musi be received no Eater than 5:00 P.M., five city business days after the bid op�ning date, exclusive of the bid opening date. The bidcfer shall submit documentation at t�e reception area of the Department of En�ineering, 2nd �{oor, City Hall, and sha11 obtain a receipt. Such r�ceipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non-responsi�e. The �'ollowing list is provided to assis# bidders in obtaining the services of MIWBE vendors qualified to provide such serviceslmaterials far this project. A listing of qualified MIWBE vendors may be obtained afi #he City of Fort Worth MIWBE ofFice, 3rd floor City Hall. Serviceslmaterials far this proiect are as fol[ows: demolition/site pr�p gradingleartMworK concrete seeding steel rebar site furnishings earthwork playground equipment The City's mir�imum MIWBE goal on this project is � 0 % ofi the total doilar value of this contract. The Cify wil! award one contrac� with a combination of base bids ant�lor alternates which is most advantageous to the City. A pre-bid conference wi[I be held with prospective bidders at the Parks and Commu�i#y Services Offices Conference Room 2 on iuesday, Sepgember 10, �0��, at �:3Q a.m. The City reserves tF�e right to reject any or all bids and waive any or all formafi�ies. �►l�lARD OF GOi�iR�C�': No bid may b� withdrawn untii the expiration of 55 days trarn the day bicls are opened. The award o� contract, if made, will E�e within 5a days after the opening of bids, but in no case will the award be made untif alf necessary investigations are made as to the responsibility of the bidder to whom the contract wi91 be awarded. RICHARD ZAVALA, JR., DlRECTQR PARKS AND COMMUNITY SERVICES DEPARTMENT : Scott E. Penn, Landscape Archit�ct (817} 871-575D ihursdav �uqusfi �9, �OQ� Yhursdav September 5, 2Q02 GARY W. ,]ACKSON CITY MANAGER GLORIA PEARSON CITY SECRETARY � SPECIAL INSTRUCTIONS TO BIDDERS 1. BID SECURITY: Cashier's check ar an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than 5 percent of�be largest possible total of the bid submitted must accompany ihe bid, and is subject ta forfeit in the event the successfi�l bidder faiis to execute the cantract documents within ten days aftez- the contract has been awarded. To be an acc�ptable surety on the bond, (1) the name ofthe suraty shall be included on tha current U.S. Treasury, or (2} the surety must have capi�al and surplus equal to #en �imes the lirnit of the bvnd. The surety must be licensed tn do business in the state of ,, Texas. The aanount of the bond shall not exceed fhe a.mount shown on the treasury list or. ane-tenfh the total caprtal and surplus. 2. P�tOPQSAL: Afte�r proposals have baen opened az�d read aloud, ihe proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the applicatzan of such formulas or other methods of bringing items to a cazn.mon basis as may be establish�d in the Contract Documents. The total obtained by taking the sum of the products of unit prices quoted and the estimated qua�tities plus any lurng surn items and sucb other quo�ed amounts as may enter into the cost of the completed project will be conside�ed as the amount af �e bid. Until the award of t�e contract is made by the Q�vner, the right will be reserved to reject any or alI proposa.ls and waive technicalities, io re-ad�ertise for new proposa�s, or to proceed with the wark in any manner as maybe consider�d for the best znterest of the Owner. Tbe quantities of wark and materials to be fiirnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as anproximate only and will be used for the purp�se af campaz�ng bids on a uni%rm basis. Payrnent will be m�c�e ta the Contractar for oz�ly the actual quantities of work performed or materials fwrnished in strict accordazlce with the Contra�ct Docuznents and Plans, The quantities o� ,. work to be perforrned and materials to be furnished may be incrEased or decreased as hereinai�er provided, without in any way invalidating �he unit prices bid oz any other requizements of the Contract Documents. ADDENDA: Bidders are responsible for obtaining alI addenda to the Contract Dac�nnents pr�or to thc bid receipt. Information regarding the status of addenda may be obtained by contacting Parks and Community Services Department telephone number indicated in fihe Notice to Bidd�rs. Bids that do not acknowledge all applicable addenda rr�ay be rejected as non-r�sponsive. (See �tem G in th� Proposal.) 4. AWARL) QF CDNTRACT: The Contract may not necessarily be awaz-ded to �he Iowest bidder of the Base Bid. The City Engineer sha11 evaluate and recommend to the City Cauncil the best bid based on the combined benefits of total bic� price and number of coniract days allotted,�as sp�cified in the Proposal, and which is.considered fio be in the best inter�st of the City. SPECIAL INSTRUCTIONS TO BIl]]]ERS -1- Regardless of the Alternative chosen, the C�ntractor agrees to complete the Cantract within the a�lotted number of days. If the Contractor fails to camplete the work within the number of days specified in the Constructian Documents, liquidated damages shall be charged as outlined in Gene.ral Provisions, Item 8.6 Failure ta Complete Work on Time, found in the Standard S�ecifications �'ar Street and Storm Drain Canstruction of the City , af Fort Worth, Texas. 5. PAYMENT. PERFORMANCE AND MAINTENANCE BOND: The successful bidder , entering into a contract for the work wili be required to give the City surety in a sum equal to �he amount of �he contract awarded. The successful bidder sha11 be required to furnish bonding as applicable in a sum equal to the amount of the contract awarded. The form of fihe bond shall be as herein provided and the suz'ety shall be acceptable to the City. All bonds fitm.ished hereundez shall meei the requirements af Chapter 2253 of ihe ' Texas Governxnent Code, as amended. �1. If the total cantract price zs $2�,000 or less, payment to the contractar shail be made in one lwnr�p sum. i'ayment 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 e�ecuted, in the amount of the contract, solely for tYre pratection of all clairnants ' supplying labor and maierial in the prosecution of the work. C. If the contract amouni is in excess of $100,0�0, a Performance Sond shall be executed, in the amount of the contract conditioned on the faithfiiI performance af the �rork in accordance with the plans, specifications, and contract documents. Said bond shall solely be for the protection of th� City o�' Fart Worth. Maintenance Bond shall Tae required for al� Parks and Community Services Department proj�cts to znsure the prompt, full and faithful performance of th� gen�ral guarantee as set forth in Division 1, Section 01700-Project Closeout, I�em 1.02. In� order for a surety to be acceptable to ihe Ciiy, (1) the �az�ne of the surety shall be included on the curreni U.S. Treasury List of Acceptable Sureties [Circular 8'10], or (2} the surety must have capital and suzplus equal to ten times thc; amount vf the bond. 'I"he surety must be licensed to business in the state of Texas. The amount of the band shall nat exceed the amount shown on the Treasury list or 1/10th o� the total capital and surplus. If reinsurance is required, the cornpany vvriting the reinsurance must be authorized, accredited ar tzusted ta do business in Texas. Na sureties will be accepted by the City which are at tl�e �ime in defauit or delinquent on i any bonds or which are interested in any litigation against the City. Should a�y surety an �� the contract be determin�d unsatisfactary at any time by the City, notice will be given to the contractor ta that effeet and the contractar sha11 immediately provide a new surety � satisfactory to the City 6. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1- General Provisions, Item S, Paragraph 8.6, Standard S�ecifications for Street and Storm Drain Construction of the City of Fort Worth, Texas, concerning liquidated damages for late completion af projects. SpEC1AL INSTRUCTION5 TO BIDDSRS .Z_ 7 EMPLOYMENT: All bidders wiil be required to comply with City Ordinance No. 7278 as amended by Czty Ordinance No. 7�00 (Fort WorCh City Code Section �3-A-21 �hrough I3-A-29) prohibiting discrim.ination in empla}�men.t practices. S WAGE RATES: AlI bidders will be reyuired to comply wit� provisian 5I59a of "Vernons Annotated Civil Statut�s" of the State of Texas with respect to the payment of prevailing wage rates as astablished by tha City ofFort Worth, Texas, and set forth in Contract Docurn�nts far this proj ect. Disregard if Federal Wage Rates are applicable to this project. Ii Federai Wage Rates are applicable �n a praject, the Contractor shall comply with all items idez�tified in the attached Contra��or's Packet. For further information regardiug this packet, co�iact the Intergovernmental Affairs / Grants Management Divisian, Finance Degartment at (817) Si1-836� Or 871-83$7 9. FINANCIAL STATEMENT: A current certified firiancial statemen� nnay be required by the Department of Engineering Director for use by the C�TY OF FORT WORTH in determining the successful bidder. This statement, if required, is to be prepa�red by an independent P�xblic A�countant holding�a valid permit issued by an appropriate State Lieensing Agency. 10. INSUR.ANCE: Within. ten days af rec�ipt ofnotace of award of eantract, the Contraetor must provide, along with execut�d can�ract documents and appropriate bands, praof of insurance for Warkers Compensation and Comprehensive General Liability (Badzly Izajury) -$250,Q0� each person, $Sf�0,00fl each occurrence; Pzaperty Damage -$300,Opp each occuz�rence. The City reserves fihe right to �equest any other insurance coverages as may be required by each individuai proj ect. Fpr worker's compensation insurazice z�quiremenis, see Special Instructions to Bidders - Itern 16. ADDITIQNAL INSUR.ANCE REOUIItEMENT�: A. The City, i.ts officers, employees and servant� shall be endorsed as an additional irasured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's warkers` campensation insurance policy. B. Certificates of insuzaz�ce shall be d�livered to the City of Fart Wort�, contract administrator in the respecti�e departznent as specified i� the bid documents, lOQO Thrackmorton Street, Fort Worth, TX 76102, prioz to commencement of wark on the cantracted pro�ect. C. Any failure on part of the City -to request requir�d insuran.ce dacumentation shall not canstitute a waiver afthe insurance requirements specified herein. D. Each insurance policy shall be endorsed to provide the City a minimum thzriy days notice of cancellation, non-renewal, and/or material change in. golicy terms or cavez-age. A ten days notice shall be acceptable in the event of non-payment o� premiu�m. E. Insurers must be authorized to do busine5s in the State af Texas and have a current A.M. Best rating of A: VI� or equi�alent rneasur� of fmancial strength and 501V�riC}�. SPECIAL INSTRUCTIOI�IS TO BIDDERS -3- F, Deductible limits, or self-funded retentian Iimits, on each policy must nat exceed $10,000.00 per occurrence unless otherwise approved by the Cifiy. G. Other than worker's compensation insurance, in lieu of traditionai insurance, Cit}� may consider alternative coverage or risk tz'eatmenf ineasures through insurance pools �r risk zetention graups. The City must approve in writing any alternative covezage. H. Workers' co�z�.pensation insurance policy(s) covering e�nployees employed on #he project shall be end�rsed with a waivez of subrogation pravid'z�g r�ghts of recovery in favor of the City. I. City shall not be respo�sible for the direci payrnent vf insurance premium costs foz contractor's insuraz�.ce. . .�. Cantractor's insurance policies shall each be endarsed to provide tl�at such insurance is primary protection and �y self-fund�d ar carnmezcial coverage maintained by City shall not be called upon to contribute to loss recovery. K, lii the course of tJa::e proj ect, Contractor sha11 report, in a timely mazu�.er, to City`s � officially des%gnated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. L. Cont�actor's liability shall not be limited to the specified amounts of insuz-ance zequired harein. M. Upon the requesi of City, Contractor shall provide comple�� copies of al1 insuzance policies required by #hese cantract documents. 11. N�JN-RESIDENT BIDDERS: Pursuant to Article �OJ.g, Texas Rev'rsed Ci�wi1 Statutes, the City of Fort Worih wil� x�ot award this contz-act to a non-resident bidder unless the nvn-resident's bid is Iower than th� lowest bid submitted by a responsible Texas resident bidc�er by the same amount that a Texas resid�nt bidder wauld be required ta underbid a non-resident bidder to obtain a comparal�le contract in the state in which the non- resident's principal place ofbusiness zs located. "Non-resident bidder" meaus a bidder whase principal place of business is not in this 5tate, but excludes a contractor whose ultimate parent cornpany af rnajorzty owner has its principal place of business in this state. "Texas resident bidder" means a bidder whase prineipaI place of business is in this state, and incl�des a contzactor vvhase ultimate �arent company az' majority awner has its principal place af business in this state. This provision does not apply ifthis contract involved federal funds. SPBCIAL INSTItUCTIQNS TO BIDDERS -4- The appropriate blanks afthe Proposal must be filled out by alI non-xesident bidders in order for its bid ta meek specifications. The failure of a non-resident contractor to do so will automatically disqualify that bzdder. 12. MINORITY�WOMEN BUSINESS ENTERPRISE: In accardance with City of Fort Worth Ordinance Na. 11923, as amended by Ordinance No. 13471, ihe City of Fort Warth has gaais �or the garticipation of rninority business enterprises and women business ente�prises in Cxty cantracts. You may obtain a copy af the Ordinance from th� Office of �he City Secretary. The MIWBE Utilizatian Form, Prime Contractar Wai�er Form and the Good Faith Effart Form, as applicable, must be submitted no later than five (5) City business days after the bid apening date., exclusive of the hid opening date. The bidder sha.11 submit the documentation at the r�ceptian area of the Department of Engineering ("Managing Department"}, 2nd floor, City Hall, and shall abtain a receipt. Failure to cornply shall render yQur bi.d non-responsiee. Upan contract e�ecution between the City of Fort Worth and �he successfui bidder, now known as Contractor, a pre-construction meeting will be scheduled at which tizz�e the Contractor is required tp submrt either Letters of Intent or execuied agreements with the M/WBE firm(s) to be utilized on ihis project. Such Letters of Tntent or executed agreements shall include the following inforniation: 1. Name of Contract 2. Nazne of M/WBE firm utilized 3. Scope of Work to be pezformed by the M/WBE firm 4. Maneta.zy amount of work to be p�rfar.rned by the M/WBE firm 5. Signatures of all parties A notice to proceed wtl! not be issu�ed until the si�ned letter(s) or executed agreement{s) have been receir�ed. Throughout the durat'ron of this project, the City oiFart Worth is requiring that the Contractor cantinue to adhere to the MIVV�3E Ozdznance by complying with the fo�Iowzng proced�res: g A MIWBE Partici�ation Re�art Form must be submitted monthly until the contract is completed. The first report vsril� be due 30 days after commencez�r�ent of work. The monthly r�port MLTST have an original signature to ensure accountability for �udit purposes. Reports are to be subzr�itted monthly to the M/WBE Office, regardless ofwhether ar not the M/WBE firz� has been utilized. If there was no acti�ity by an M/WBE in a particular month, place a"0" or "no participation" in the spaces provided, and provide a brief exglanation. • � The Cnnfractor shall provide the MIWBE Office proof af pavrne�.t to the M/WBE subcantractors and suppliers only. The M1WBE Office will accept the following as proof of payment: 5PEC1Ai. INSTRUCTIONS TO BIDDERS -5- 1. Copies of su6mitted invaices with front and back copies af canceled check{s), OR 2. A nofarized letter explaining, in detail: a Subcontractor/suppiier Scope of Work b. Date when services were received from subcontractor/supplier c. Amounts paid to �he subcon�ractor/supplier d. Ori�ina� si�natures from both parties rnust be included on this letter. � If the Contrac�or foresees a problem with submitting participaiion reports andlor proaf of payment on a maz�thl.y basis, the M/WBE Office sY�ould be notified, If the Contractor wishes to change or delete an M/WBE subcontractar ar supplier, adhere to the following: 1. Immediately submit a Request for Approvai of Cham�e Form to the M1WBE Office explaining the request for the change or deletion. 2. If the change affects the cornmitted M/WBE participafiion goal, state cleazly how azzd why in docurnentation. a. All requests for changes must be re�vie�wed and pre-approved by the MIWBE Office. b. If'the Cantractor makes change(s) priar to approval, the chazkge will not be con.sidered when performing a posi comp�ian.ce review on this project. o L�pon the Contractor's successful completion of this project, azxd with.in ten days after receipt of fina� payment from the City ofFart Worth, The Cantractor wili provide the M/WBE Office with a FinaI Particip�tion Renort Forn� to reflect the total participation from ALL subcantractors/suppliers utilized on the project. o All forms are available at the M/WBE Office, �3rd floor - City Hall. For additional informa�ian regarding com�lianc� to the M/WBE Ordinance, call (817} 871-6104. Upan request, Contractor agrees ta provide to Owner Complete and accurate in%rmat�on regarding actual work perforrned by a Minority/Women Business Enterpzise {M/WBE) �' on thc contract an.d paymen# therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate ih� actual work performed by an M/WBE. The misrepres�ntation o� facts (other tk�an a '' neglig�nt �isrepresentatian} andlar the comrtiissian af fraud by the Contractoz will be . grounds for termination of the contract and/or initiating actian under appropriate federal, state or local laws or ardinances relating to false statements; further, any such ' znisrepresentation (ather than a negligent misrepresentation) andlor commission of fraud will result on the Contractaz being determined to b� irrespansible and barred frorz� participatin.g in City work fflr a period oitime of nat less than threa years. T3. PRQTECT70N OF TREES, PLANTS AND_SOIL: AIl property along and adjacent to the Contractor's operations including lawns, yards, shrixbs, trees, etc,, shall be preserv�d or restored, after completion of the work, ta a condition equal or better than existed prior to start of wark. SPECIAL IT�I5TRL]CTIpNS TO BIDDERS -6- � By ordinance, the Contractor must obtain a�ermit from the City Forester befare any work (trimming, removal, or root pruning) can. be done on irees or shrubs growing on public property including street Rights-Of Way and designated alleys. This pernut can be obiained bv callin� the Farestr� Office at 871-5705. All tree work shall be in . compliance with pruning standards for Class TT Pruning as desc�ibed by the National Arborist Association. A copy of ihese standazds can be provided by call:ing the above number, Any damage to public trees due to negligence by ihe Canfractor shall be r assessed using the current formula for Shade Tree Evaluatzon as defined by th� International Society of Arboriculture. Payment for negligent damage to public trees shali be znade to the Ciiy of Fart Worth and may be wiihheld fror�a funds due the Contractor by the City. To nrevent the st�read of the Oak Wilt funQus, aIl waunds on Live Oak and Red Oak trees shall be imrnediatelv sealed usin� a comrnercial nrunin� naint. This is the onlv inst�nce when p�runin� vaint is recornmended. -�� 14. BIDDER'S STATEIV.[ENT OF OUALIFICi�TIONS A. QUALIFICATIQN OF BIDDER�: Bidders shall be prepazed to demonstrate the capability to perform the work. The Bidders' specific experi ence, stability and history of performance on proj ects of a similar nature and scope wi�l be considered. The BIDDERS STATEMENT 4F QUALIFICATIONS must be delivezed to the Proj ect Manager wiihi�n 48 hours of the request. , Locatzon aaid respon�ive ability of the firzn will be considered, If your firm anticipat�s entering into a joint venture with any other firm to conduct all , or part of the performanc� 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 req�ired above. Under the Cantract executed for this wark the City , will require your firm to be cnmpletely 100 percent responsible for fiilf�llzng all aspects of t�e contract bonds. Other firms and ernployees that may be involved in their joint venhue will be treated by the City under the cantract as if they were . emplayees ar subcontractars of your firm. Other than those f rms noted in the contract as a part of the joint venture, no o#her �u-ms will be allowed ta participata in ; the joint venture without written consent fram the City, 15. OZONE ALERT DAYS: The Contr�.ctor shall be required to o�serve the fallowing guidelines relating to working on City canstruction sites on days d�signated a.s "OZONE ALERT DAYS". Typically, the Ozone Alert season within the Metroplex area riuis from May through September, wrth 6:fl0 a.m. - 14:00 a.m. being critical ozone forming periods each day. The Texas Natural Resource Conservation Commission (TNRCC) in coordination with t�ae National Weather Service, will issue the Ozone Alert by 3:00 p.m. on the aft�rnoon prior to the alert day. On. deszgziated Ozone Al.ert Days, the Gontractar shall bear the responsibility of being aware that such days have been designated Ozone Alert Days and SPECiAI, INSTRUCTIONS TO BIDDERS -7- as such shall not begin work until 10:00 a.m, whenever construction phasing requires substantial use of motorized equipment. However, the Can�r�ctor may begin work earlier if such wark minirnizes the use of motorized equipzxaent prior to �0:00 a.m. If the Cantractar is unable to perform continuous wark far a period of at least seven hours between the hours of 7:00 a.m. - b:00 p,m,, on a designated Ozane Alert Day, that day will be considered as a weather day and addad onta the allowable weathez days� of a given xnanth. �, 16. WO�KERS C4MPENSATION INSUR.ANCE COVERAGE: Contra.ctors compliance with Workers Coz�npe3nsation shall bE as follows: A. Definitions: Certificate of coverage ("certificate") - A copy of a certificate of insurance, a eertificate nf authority to self-insure issued by the commission, or a coverage agreernent (TWCC-81, TWCC-82, TWCC-$3, or TWCC-84), showing statutory workers' compensation insuz-ance coverage for tl�e person's or entity emp�ayees providing services on a proj ect, for the duration of the proj eci. Duratian of the proj ect - includes the time from the beginning of the wark on the 'prc�ject until the confractor'sfperson's work an the project has been cornpleted and accepted by the goveiximentai entity. Persons providing services on the proj ect ("subcontractar" in ❑ 406.096} - incl�xdes alI persons oz entities performing all or part of the services the contrac�or has undertaken tfl perform on the �roject, regardless a:f whether that person has employees. This includes, without limitarian, independent cantractazs, subcontractors, leasing companies, motar carriers, ownez-operators, emplayees af any such entity, or employees of any entity which furnishes persons to provide services on . the project. "Services" include, without limitafion, providing, hauling, or delivering equipment or matenials, ar providing labor, transportation, or ather service related to a prQject. "Services" does not include activities unreiated to the pro�ect, such as food�beverage v�ndors, office supply de�iveries, and delivery of portable toilets. B. The cantractor shalI provide coverage, based on proper reporting of classificatian cqdes and payroll arn.aunts and filing of any caverage agreem�nts, which meets the statutoryrequi.rezz�ents ofTexas Labor Code, Sectian 401.Q11(44) for all employees of the cantractor providing services on the project, for the duration of the project. C. The Contractor rnust 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 certificaie of coverage ends during the duration of khe pzoject, the contractor must, priar to tl�e end a� the coverage period, file a new certificate of coverage uvith the governmental entiiy showing that covezage has bean extended. E. The contractor shall obtain from each person-providing servic�s on a�roject, and provide to the City: SP�CIAL INSTRUCTIONS TO BIDDERS .g_ ' (1} a certificate of coverage, prior to that person-beginning wark on the project, so , the City will have on fiie certi�icates of coverage shawing coverage for a11 � persons providing services on the project; and .. (2) no later than seven days after receipt by the canttactor, a new certificate o�' coverage showing extension of coverage, if the coverage periad shown on the currcnt certificate of coverage ends during the duration of the project. F. The contractoz s�.all retain all required certificates of caverage for the dura.tion afthe prQj ect and for one year thereafter: , G. Th� contractor shall not�:fy the governmental entity in writing by certified mail ar personal de�ivezy, within ten days after the contracior knew or should have knawn, of any change that materiaily affects the provision of caverage of any person providing � services on tne project. H. The contractar shall �osi on each pxoject site a notice, in the text, form ar�d manner prescri�ed hy the Texas Wozkers' Compensation Commis�ion, inforrning a11-persons providing services on the projeci that they are required to be cavered, and stating haw a person may �erify coverage and report lack of coverage. T, Th.e contractor sl�all contractually require each person v�rith whom it contracts io provide services on a proj ect, to: {i) provide coverage, based on proper reporting on classificatian codes and payroll amaunts and filing of any coverage ag,reements, which meets t�ie statutory requirements of Te�as Labor Codea Sectian 40I.O11(44) for all af its employees providing services on the project, far the duration of the prajec�; (2) pr.ovide ta the contractoz, prior to that person beginning work on the groject, a certificate of coverage� showing that caverage is being provided for all einployees of the person providing services or� th.e project, for the duration of the project; (3) provide the contraeior, prior to the end of the ca�erage period, a new certificate of coverage showing extension of coverage, if the coverage period, shown on ihe current certificate of coverage ends dt�aring the duratian of the project; (4) abtain frorn each other person or entity with whom it eantracts, and provide to the contractar: (a) a certificate of covezaga, prior ta the other person or entity beg�nniz�g work on the proj ect; and (b) a new certificate of coverage showing ext�nsian of coverage, prior to the end o� the coverage period, if the co�erage period shown on the current certificate of coverage ends durin�� the duration af the proj ect; (5) retain all zequired certifcates of coverage an f�e fbr the duration o�'the project and for one year th�reafter, SPECIAL INSTRUCT`IO1V5 TO BIDDERS -9- (6} natify the governmental entity in writing by certified mail ar personal deIivery, within ten days after the person knew or should have known, of any change that materially affeets the provision of coverage of any person providing services on the pro,}ect; and (7) contracivally require each person with wham it contracts, to perform as required by paragraphs (l.} -{7), with the certificates o�covezage to be provided to the person for whom they are provid'zng services. r. By signing this contract or providing or causing to be provid�d a certificate of coverage, the contractar is zepresenting to the governmental entity that all employees of the contractoz who will provide services on the project will be covered by workers' corr�pensation 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 cornmission's Division of Self-�nsurance Regulation. Praviding false of misleading in�ormation may subject the contractor to administrative pena.Ities, criminal penalties, civil pena�ties or other civil actions, K. The contractar's faileu�e to comply with any of thes� provisions is a breach of contract by the contractor which entitles the City ta declaze the cantract void if the confractor 'does not remedy ihe breach within ten days after receipt of noiice of breach from the City. "The cont�ractor shall post a notice on each pzaject site informing all persons providing services on the project that fhey are required to be co�vered, and stating how a person may v�rify cwrrent coverage and report .�`ailure to pzfl�ide coverage. This notice does not satisfy other posting requirezz�ents imposed by the Texas Warkcrs' Compensation Act or oil�er Texas Wozkers' Compensation commission xules. Thi.s notice must be printed with a title in at least 30 paint 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 ihe notiees shall be tk�e following text, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVER.AGE "The law requires that each person working on this site or providing serviees related ta this eonsfniction proj ect must be cavered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment oz materia.Is, or providing Iabar or transportation or other service relat�d ta the project, regardless of thc identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at (512) 440-3789 ta recezve info�nation on the legaI requirez�aent for coverage, ta verify whether yauz ezz�ployer has provided #h� required coverage, or to report an employer's failure to provide coverage." END OF SECTION SPECIAL IN5TRi1CTIONS TO B1DD�RS -14- PROPOSAL . MR. GARY W. JACKSON City Manager FbI� WOxiI1, Texas : C�N�TRUCTIDN AND INSTALLATION OF PARK IMPROVEMENTS FOR: RIDGLEA HILLS AND VAN ZANDT-GUINN �'ARK PR07ECT NO. C18815A�12Qd/0$�188800020 — Ridglea Hills Park Cl.$$/5412001Q$01888Q0010 — Van Zandt-Guinn Park ursuant to the foregazng °`Notice to Bidd�rs," the undersigned has thoroughly examined the plans, specificat�ons, and the � te, understands the arnount o�'work to be done, and hereby proposes to do a1I the work and furnish all labor, equiprnent, id rnaterials necessary to fully complefie all the work as provided in the plans and sp�cificatians, and subject to the � �spection and approval af the Parks and Comrnunity Service Departm�nt Director of the City •of Fort Warth. "approxirnate quantity° category is for informataon purpo�es only. The Contractor shall be paid on the basis ��f aatua� lled quantities on non lump sum items. Additionally, the Contractor shaIll�e aware that the Proposal contains ��nrh t� Su�n and Unit Price items. pon acceptance of this proposal by the City Council, the bidder is bound to execute a contract and £urnish; if a�Y ����b]e, exformance, Payrnent, and Maintena�ce Bands approved by tha City oiFort Worth for perforrrming and oompler�n� the said work within the ti�ne stated and fQr t��e :following sums, to-wit: I I � BASE BID �� AY APPROX. �EM QUANTTTY ��[Jnit One �- Rid�lea Hills Park E� DESCRIPTION OF �TEMS WITH BID PRICE WRITTEN TN WORDS 1.. 1 LS Demalition and Renxoval of Existing a� Playground Equipment, Safety Surfacing (rr�in C�"},Concrete Edging and Concrete Flatwork (sheet 2 of 7)@ ��.. � ,� �e���f� Dallars & � Cen.ts er LS fE� p $ � 2. 1 LS ��;. . ; � k� 3 ��,.�� � �, �� t1�e lowest bid received exceeds the funds l�udget�d for tl�e projeet, the CiLy reserves the right to decrease the quantities �ntained in any line item ar to elirninate a�ny specific line it�ms beftore award of the con�ract in oxder to bring �he wark ithin budget, By submitting a bid, the bidder acl�owledges the City's.right ta adjust or elimina�� line items �rior tn ��.h., �ard of contract. Further, by subxnitting a bid, tY�e bidder agrees to hor�or each line ifiex�n bid price withoui rewurse �a �-}ie .ty in the event line items are adjusted or eliminated. �a�ation�/�G�rad'�eet 4 of 7} a� � Dollars & /�D Cents per LS 110 LF Installation of 6' Concrete Walk (5"depth — sheet 4 af 7) @ �E�.rn►�• k�G Dollars & � Cents per L� PROPOSAL -1- UNIT TOTAL � PRiCE AMOUN�' B�ID LS $ �� �`0�T �I�� LS $ / �� �� $ $ 2��ov � Z, �'�� p� Uit: 17/U� US; 45 FA� 871 5724 �IT'�' QF FT WURTH PAY AP�'�Cl7�. DESCI�1PTIl)� IQ►�' iTEM� WITH Sl]] ���M +�iU4NTITY RiCE WRITTE�ti T1�I Wf�Rll;� 4. 3Q LF Installatia�x of 8' Co�ncxete Wa.11� (5"dapfh -- s#��et � ai7) Cc� �7l�'�� �c�lla�s &. /ta �ant6 per LF �. �5� SF Inst�llaisan of �nnar�t� Landing {�"de�th — 5heet 4 af 7'i aQ � /_J-�G Dall�r� & d. 240 LF 7. ] EA �_ ] �A �. - �fl. � � 11. � 12. � ` ' 13. 3470 S� 1 EA � �� 1 �A � EA iLa �ent� psz' S� In�l;allaiicm of Cuncrate Mow $t�-i�a (sl��e# 7 v� �) � �y/�.�r.v r?4llars & , � Ccr,f� per LF 5"' H� Accessit�le Ramp (�l��at 7 nf 7) (� ��� � �allara & � CQnts pe� �A 3zis�€�llation of �roject �i� (ses specs] � �.�� �]ollars r� �to C�nts p�r EA 9" Sateiy Surf'aoi�g Mat�riallSui� Dr�iu �ase sk�set 7 nf 7} Q, %�lr�D Dollars & Cents per �F Speci��Pl� Struci�ar� InstaIled (sh�eti i s�;t' �� 1� ���,��•�Dalinrs ,� I� Cen#s per EA Spec��i@d Sprin� Anim�.Is In9talled (see sl�eet 7 �f'�) �a �(,,�,yf�4�a'� ' � 6� U01��IB c�'G � C�nta pea EA � �5peciH�d Two (�) Bay Aroh �win� Install�ci (sae sheet 7 oi' 7) Cc� � �__���t71.��T9 c� , H� �ents p�r 1�A $ Znsta[1a�ian af�peosffed 6' Pa�k Bench (sheet �- tlf � .�.c,�� Do1l�irs cS'c J�p �ants �er BA $ PiIOFbSAL -z- � �144��003 UN�T TOTAL �I�ICE A1VIC1T,J1�T'a' �TD ._ _ ��•��_ _ �-- �,b��.�rl /p.t?0 /�. 0 0 f, �00, po �f 40• 0!� 3, �ao. o� l, �o�.0t1 !, vov. ov �, o00 • o � � L%O �' 32Y.Od 30, �uo. aD 30,' �aa. vJ i s If S''�v.uo $ 3, �r�d�D•�� 3, S6s` vd � 38a. a o ,� , r 3 S�6 �. � � i -- %60. v� � �� ��A�. 1 LS Znstallation of Draina e Catch Basin shee g ( t7 ��� ���,trr�- Dollars & �� � /Z.o C�nts per LS . � � Toial for IInit �ne I�nit Two — Van Zandt-Gu�n� Park � 1. 1 LS Demolition and Remaval of Existing Saf�ty �urfa.cing and Concrete Edging (sheet 2 of � �� � ������c ���- � Dollars & ,�,J Cents per L� � 2. 1 LS Exc vation/Grading {sheet 6 oi 7) @ �,� Dollars & � jLD Cents per L5 � 3. 82 LF Installation of 6' CQncrete Walk {5"depth — sheet 6 of 7) . a� � Dollars & � /!� Cents per LF � � T �. 1 l.0 SF Installation oi Concrete Landing {5"depth — �{ �� sh�et 6 Qf7) @ ,� Dollars & f� iu% Cents per SF i 6. 240 LF Installation of Concrete_Mow Strip (sheet 7 of �'� � � 7) @ �f�",c�rr pollars & a- � • I � �� Cents pez- LF 7. 1 EA 5" HC Accessibie Ramp (sheet '1 of 7) @ � � �c.�Gcsc�� � Dollars & �' � � i Cents per EA _. S. I EA Lnstallation ofProject Sign (see specs) a�7 �'� � � ��� Dollxrs & � Cents per EA � �47Q SF 9" Safety Surfacing Matez�al/Sub Drain (see sheet 7 of 7) @ �W. � Dollars & ,o�,�' Cents p�r SF 1 EA Speoifie 1'la}� Structure Installed (sheet 7 of �) � � �ua�d-� �u�GDoii��5 � r'Lo Cents per EA PROPOSAL -3- � /, �� av , $ LS � /, ��< oa. � ��, �1.� o0 $ �, GdO.OI $ LS $ $ ay a0 � , li 1� 4 on / y0tl. D[7 4 aoa o� � �0 �n, 3aa �� , /, aaa afl - � �?� ad r _ ��Q. �o � �UG� �D r� ��, �� /, �o�. a� � ��� �� 3v ��o. ��a , . — U�/1714� U�; 46 FA� g71 �i24 CITY DF 1�T lvORT� NAY -.� APPR.aX, DE�CRrE'TiClN �F T7CEM� WIT]H B�A CTEM (�U�yNTITY PitYCE WRiTTEN IN W4�TlS _ 11. � �A 12. 1 RA. ��. � ��, 14. 7 LS � , i � [T�1IT ,�RYCE S�+eci�iet� Spring A�imals .it�st����d (see sl��et 7 o�'i) a) ,d,�yc�,. �ic� ,�,G�+�9 Dnll�rs & � Ccr�ts perE.A, � 7�D.OD $ �pe�ified Twa (2) Ba� Arch Swing Inata�lled (sae ah�: �t 7 af 7} @ �c �� � � Doliars 8c � _ _ �a�x� per ]�a � �Gd4 00 � Ins#a��atian of �peci�i�c16' l�ark Y�ench (she�L 6 at 7 a� �u -- /r�.�= Dollars & N� �en�#� po�• �A � ��D. dt? $ I�rstalIz,tian af 7]rainage ��tch Basi� (sh��t 1 �,����,�y ! � Doll�rs & � f� Cc�tts er LS ' _ � � �� Total for unit T�vo ^ T[7�TA�L .. ._ ._.._.- - AiV�O�J'�1T BII) /, �6� 0�7 ; da� av 7�0, va $ /, dtOV. D�? � � �a19. o,� BID �LTE7i�N�'I'ES �--�-� - • -- -- . .. .�.�— � ..__,_ _. _. .T���, �n� Bi�i A.lt ne�„ateeo �id Alt�rra t Na. 1- Installation of VV�hixl Additian, to includa �oncrete E�lgin�, �afety �ur�ci�g, Pilter Fa6ric �tt� Whirl (1V1ode1 �91 � - ��� sh�et 7 �f 7). Tot�al Add �.l�ern��e No.1 � a�'",� ,�8a 0� �id Alte�rnate Na. 2 � It�stall�,tion af Buek-A-Hout llddition; to i��lude Cancret� Edguig, �afQ�y ��•�`aaxr��, F'ilterr rabric �n�. Buck�A-Bout (rnadel#��43 - r��e sheet 7 of 7). � Total A.dd A,lt�rn��t� lti a. � $ � 0 2.� . o � �i� �l.tern�te Nc�. 3- Inst$llatian of 3 EA - G' �ark $�nches (��� �h�eC 3,5) Tutal A�d AILer�nate Na: 3 .�1�4�/00� $ � �/0l7. Da Bid Alterna.t� No. 4- I�educt fpr'i�1�.,F �oriorete Edging; ac�justm�nt from $as� $id ed��t1� lay'4�xC. To��l Add Alt�ras�t� Nn. 4 � �'�t�� G�O } Bid A�ternate No. 5-- install�.tion af PicniG Stafi�vn; to inGltzde S'ADA Picnic Table w/C`ool��r �nt� �oncr$te S.[a� (sh�et 4 nf'�} '�'otal Add Al�k�rnate Nu. � � �� �J%y•OD _ - PRQPO�AL -4- ��►�' Al�'Y'��X. DE��Ck�PTIUN OF 1T�- -. _..._......__.... � .- -- �MS WITI� �l:�i �J'NT1T TTEM '_ QZ7A1�iTTI'i� PRICE �VRITTEl�i Il"� W�RD� _ _.... L'RICE Uait Two �i� Alte�nates�: �id �11te�nat� Na. 1�� ItietaLI�tia� o.� 3 E�1.. � b' Park �en�hes (sae sh�et S af i) Tot�i Add Ait�ruate I�io, � BA�� B1b/ADb �r�'�`ERl�iA�'E� n R�CA�.'ITULI�TY�T� � Uitit Dne - T�t,�X �ast �or Ridglaa �iils �'lay�rau�nd. �.ancsva�,an Unit'1�vo o Total Ca�t for Vap ZandtoC�ui� Playg�ound Reno�ra�ir�n Tat�l Ba�e Bici C]nif �ue �id Al�raates: Tat�l Cost £ar Add Al�er�aate 1�T�, 1 Tot,� Cast far Add Altern�.t� No. � Total Cast �or Add Alt.ern�te No, 3 Tot�l ��sC f�r Add Alt�rnat� I�'q. 4 Tat�l Cnst for Add Altern�te No. 5 Tcrt�l Uni� �ne .Add Al�ern��es TJnit'�'wo �id Al#�r�ates: `�'ata� Cost �r Add A.lt�z�ate 1Vcr. 1 Toi�l Unit Twvo �rl�d Altern�tes Tutal C��t for B��e Bid and A�dd A.��ernate� ' A. . TU'�'A,� _ , ,�4��1�1`�1�' �D� , � � �d0. 00 . _ � ��a, �l� L�a � �'(�, �0�. 0 �I � f� 3, 1 f J�. 00 � �; 3�0: aa � 3, a 23 . o� $ � �D� •Or� � {7vd. an� , � l, 97� •� � l �,,�9s" 110 $ �, �DO. D7� � 3. �oa.or7_ � 13� ��av T}.�ia cnnia-�r.t is issued l�y �n organve.t{an wYuich qual�iies far exernption pursuant tn the provisians of Article �t1,04 (F) of kl�e Texas �i�n.ited 5a]es, Excise and Use Tax Ac�. . �t, Ttt� Cnnkractar perf�r���ing t�iis contract may purchase, rent ar 1�ase a11 n�aterials, supplies, equipment u���l or e:�ncur.��d �� th� �+G��ortn�.raoe of the aontract by issuing to hia suppliex �rn �c�rnla�icyni ��rkircate �n liei.t of tha tax, eaid exempki0x� c��fic�tc �.pr�gtyi,b,� with �ta.te Goruptrollar's ru1i�.� t�x, said �xen�ptton c�reificete complying with Sta� Cnmpt�all�r's , rul��ig #95-f�.07. Any suc1� eacempticsn certif-tcate issued by the COntrs�tc�r in l�eu of F}ie t�ix e�1.115� �ubje4i tC� the prnvisions oft�a Stflte Comptrui�r's n�l�.g #95.09 as arnanded tn �e effectiv� O�to�er �, 1968. � � .s C. The uz4darsigned assur�s ti�t its cm�al�y��s ax�d a�splic�.nts for employrnen# �nd 1•hase v� a�iy �AL�or or�ar�izatio�, subcaatraator ar �rnp�pyment a���xcy in eithr�r fumislzing nr rafcrr;ng ernT�iay�� appiic�rtts t�a the �.uydersign�d 4r� pot �iscriminat�d amaius� �s pr�hibxtac� by th� t�rmm bf C`�ty Ordir�aric� i2'�S, es am�nded by City ardinaiice 740� (Fart Wortli Cit� Cade �uciiar►� l3-A�21 tlrrnugh 13 ai-�9), prahibitin� fliacrunv��.tian in em,playzri�nt practioes. �o�asa�. _�. '�AY ITEM APPROX. DESCR�PTION OF ZTEMS WITH BID PRICE WRITTEN IN WORDS [JNIT TOTAL PRICE AMOUI�IT BII� �D. Th� undersigned agrees to coinpSete al� vvork co�ered by these contract documents wzthin Fourtv fiva �451 Working Days � a£t�r the date for comnxencing wark as set forth in the Notic� to Proceed to be issued by the Owner and to pay ��ot less than the City of Fort Worth Building and Construction Trades Prevailing Wage Rates For 2000. �� � �`� � Within ten (10} days of receipt oi notice of acceptance of this bid, the undersigned will execute the fomial contract and rvill deliver applicable 5urety Bonds for the faithful perforrnance af tl�is cantract. The attached deposit check in the sum of $ Dollars ($____) is to beaome the p�operty of the City af Fort Worth, Texas, or the attached Bidder's Bond is to be . %rfeited in the eveslt the contract and applicable bonds are not executed within tlle tizrie set fort3�, as lzquidated damages �or dslay and additional work caused th�;reby. - . In the case of ambiguity oz' lack of clearness in staiing price� in the Proposal, the City reserves the right to adapt the mos� adva�itageous price %r construction tl�er�af to the City or to z's�ject the proposal. Rec�ipt is hereby acknowledged af tk�e �ollowuag addenda; Nn. 1 � Nn 7 ✓ No 3 N 4 �especfi7.�lly submitted, �pp��}(�'N $�I�T IFiRIGATlONlL�sN�SCa4�, �NC. ' R ( ompaiiy ame) - �Autl�i �' e i y { �i d S gnature) �ate: � � �lddress: ., � ' t`'I'elephone � � `� � � ��' �� -�_�� � �I � I� �� 9'/�'� � . O. ?7Dr� �� �, �'Aa,r�o� � 7�2 � �' (�i? � ��/-��3G SEAL (if carporation) - �� Pxa�as,�z. _6_ V�NDQR COMPLIANCE TO STA'I�E �A,W The 1955 Sesszon of the Texas Legis�ahue passed Hou�e Bi11 b2Q relati�ve to th� award af contracts to non-r�sident bidders. This law provid�s that, zn order to be awarded a contract as low bidder, non� resi.dent bidders (out-of state contractors whose corparate o�fices or principal place of business are outside of the State of Texas) bid projects for construction, improvements, supplies or servi�es in Texas at an am.ount lawer than the Iowest Texas residenf bidder by the same amount that a Texas resident bidder would be required to underbid a non-resident bidder in oxder to obtau� a comparable contract in the State in which the non-resident's principal place o�busin�ss is lac�ted. Ths appropriate blanks in Sectian A must be fillad aut by al� ou#-of-state or non-resident bidders in oxder far yowr bid to m�et specifications. The fai�ure of oui-af-state or non-resid�z�t contractars to do so will autarnati�ally'd.isqualify that bidder. R�sident bidders must check the box. in Seciion B. . A. Non-resid�nt vendors in (give state}, our principal plaoe of business, are required to be percent Iawez than resident bidders by state law. A copy of the statute is attached. Non-zesident vendors in (give state}, our p�incipal pZace of business, are not required� ; � to underbid resident b�dders. B. Our principal place of business or cozpora#e of�ices are in the State oiTexas. �� Please Check or mark with an "X" � :i�� ' By:_; w�w�'�o-�t���ri���aric�t�l���,m�c. Compan� (please print) IC�iYIK� I hornti � (pl�ase print) Signatu:re: � °�' / V Title: �� - I �` � (please print) �y�� ��,r,,aa� 12d. ;� City / State �,�w �e. i Ti� Zig '%G Z!a'L � � . � THIS FORIVI MUST BE RETURNED W�TH Y�UR (?UOTATI�N, � � �� , �. VBNTJQR COMPLIAI�CE TO STAT� Lr1W � �� � u Cit of For� 1�V��th .. IVYinorify and'�om�n �usin�s� �n��r�ri�� ��aecit'ica�ion� SP�CI�►� I��iRU�ilOi�� �.0� �l�D��� APPLICATION O� POLICY �l���!+e,-*�t�[ �do�II�Y'•��lue��•o`F�`�If� GDS?trart 4s ��''siCj�� Q;".ff10:'"9� ihv �l�W�� g�+�i is �}�}a�icat�lQ. I� t#�s total doa!V�� value af th� �or�trA�t Es �e�s ti�an $25,0!�Q, tl�� �,°��1:'B� �o�� i� i1�t a�piicai�le. � PO�ICY 5Y�►��IVI�MY Et is the policy of the Cify of For# Worth to ensure the full and equiiable parkicipaiion by Minori#ylWamen 8usiness Enterprises (MIWB�j in the procurement of all goods and services to the City on a contrackuai basks. The objective of the Policy is to increase the use of MlVhlBE firms to a level cornparable to the availabiEiry of M1WB�s that provlde goads and servi�es directly ar indirectly to the City. All requirements and regulatians stated in the City's aurrent Minority and Women Business �nterprise Orcfinance apply to khis bid: MIW�� PROJ�CT �Q/��S The City's MB�/WBE goai on this project ls 'i0°/a af the base bid va{ue of the contract. COMPL1AIdCE TQ �1D SP�CIF'1CA%IONS Or� City contracts of $25,Q40 ar more, bidders are requirecf to enmply.with th� intenk of the City's MlWBE Ordinance � by either a� the fallowing: � � 9. Meef or exceed the aba�e stated MIWBE goal, or; � 2. Good Faifh Effort docusnentatian, or; 3. Waiver doc�mentation. SUBMITTAL OF REQUIF��� ��CUM�NiAYION � The applicable documen#s musE be received by the Managing Departmen#, wiihin the fallowing iimes allacatied, �n, order for the entire bid to be considered responsive to th� specifica#ions. 1. MMIS� Uiilization Farm, if goal 9s met ar exceeded: 2. Good Faith Effort Form and M1W B� Utilization Form, if par#icipation is le�s than stated goal; 3. Goad Faikh Effort �orm if no par#icipation: 4. Prime Cantractor Waiver �orm; received by 5:D0 p.m., five (5) C�ty business days after the bid opening date, exclusi�e of the bid opening date. received by a:00.p.m., five (�) City business days after the bid openIng date, exc[usive of the bid opening dafe. ' recei�ed by �:DO p.m., five (5) City business days after tlte bid opening date, excl�sive of the 5id opening date, recei�ed by 5:00 p.m., flve �5) City business days after. the bid Qpening date, exclusive of the bid opening date. FAILURE TO'GOMPLY WI7H FFIL= ��'�"-G MIW�� G�?DlNA�1V��, UVI�.L 1��5klLT Ih,l T�i� Rln^RKriu% CON�.Iq�RED�NON=F��SPQNSIV�i'� �p���!�lr,qTlJri��. Any questions, please contac# ihe MlW�� Office at (817) 871-61 D4. � �f 6t�e. Gr�o�Yr� � � N�V—(� 9—��? FP 1�� 1: ��J Pl� ���V3� e FRX; �17�i16i 85 PAca�, � ATCA�NM�PIi 1A F�ag� '1 nf 2 �sl'� i�'� �"[)i'� �Ur�il r... � ,.,..�. ,�:� t IVi�n�rity �n� V�dvm�n �u��n�s� �n��rpr'i�� ������.����� 1.rt � .-,�, .::�rEv�i�e��:..+.�:di� �i� I•..� ������'� ���i�� ������� ��{���1����� i ����������. E�� ..� ��� .� �i�i� 2 ,�1� ,.. �`/ `� �-!J �'�� �REM� OMPANY NAH1� f }' - � ,.,— ,� ..�- /.�C` L.�,�? tGC� s SID nAT� . � , �/' 1 I'����� ��,dJ ��' C'i��/S'�%/2cal.�����/��,�'l��c� +I PRI�J�CT NAM� � P�QJ�C'C T�UNf��f� ! r Cxl'Y'S �11Wk%l; PRC13F`.C"1' C:DAL: .� 1� � M/4VaF: PF:I�C�+N�"AL'�: r�L:H4�VLD; ���D/� I , ' . � `? ` an ar b�fiare .� Q4 �,m. #�ve (�� City busin�s� da�s aiterbid o�eni ��exclusiv��� r���i.. .. _�. , �alture to com Ist� this f�arm i� its er y pp � ved by th� Mana�ln� pq��rtmeni `� y p �, of b�d openin� dat�, wfil r`�sult in the bid t�eing con�td�rad non-ra�p�nslva ta, �id �pec[flcatf+ans. - ihe under�i�r►ed hidder agrees to �r�ter ir��a a 4�rrnai a�reem�n# wikh the I�a� �rr�dlar WB� firm� for work li�t�d fn #hBs :��h�t�ui�, Gc���taticsn�d uptsrt exec�utiq� a'F � cr�nqr�Gt with the �i�y �f F'ort Wor#h. ihe in4en#ion�l andla� kn�u�ring � ° lnisr�present�tion••of fa�t� is gro�und� faP �on�iderat�on a� disqualiflcatinn artd wifE re�ult in the b�d bein� eansid�r�d � r�pr�•r��pansi�a to spe�ificakton5. � � f L Cuntpany Mame, Cont�ct NAm�, ... ce�tifed 5pecify A!�„�ontracting Speelfy � It��n$ to be Addrflas, and Telnphpne IVv. �, 3cape of Worlc (*y 9u�plied�`) � �5 � � . , :.,� � ........ . .� . ... . � �. .. . .. . . ������� � � , . ���. ..o'� ��-� �_ ������ 7�1�,�� ��.�� �-� . . .. �� . . . _.. I���l�,.,... ����-- �� . . . _ .. :� , .... , ... .. . . ... . ... .,,�� .��. ���� ' i�,��.�"� �. C� i %•+�l, � � 4 �„ . �. .i. �' .�J��� � ���J� ... .... . �� , ,���� ��,,. „ .`�.� �... ..�.. ........... .. .����.:7��� ,..... ..... , pu!!ar Amnunt r�� �� � M /�� �` Y %�'�� ��r � {.�' ' � . �� �-. � �. -- � ,...., _. .� ... --- .. _ �� . . /�� G2�� . 1 �- �� �- �� ���.���•� � � � _� � 1 �jd��� � � � �� ..:............ . ...:.... f IT i�'iNYE3�S mast ba IRC�ied in the 9(ni�ie} cour�ly marketp�ace pr ��rrently datnq busines� in qhe r�arketpia�e at Ehe ttm�a pi qiol, � I(") Specity a1i aroas�in which MW��'� ar� to ha utllized andlpr items to he supRlied; ("1 � aamplet� listing of itarn$ t� ba suppliec! Is requfr�d �n Drder tu r�Ceive.cr�dit to�r�rd 1he �INUB� g�aL � {iy} ld�niffy gpah �ier I�aef. �1'ier: Meanslh� ievel alsu�iCo�trsallnA f��rla�r the prlme o�nlr�ctar/�pnsultant, Z.�., d dkreat payntien! � frnm ih� pri�11@ coNraotdt to a�ubcpntr�alar is epn5lcEt�red i°t ti�r, a payment by a subcnntractar lo [ts supplier is eonslci�red �itl tis�r. � if�iS FORM MUST #�� R�G�IY�p PY i"Fi� MANAC',If�f,l ���A�d'TM�iV�' �Y 9;0� �.m., �IV� (81 CIiY �Ual�i�9� �AYS A�l'E� SlC7 OE��NII��3, EJ(G�.U�IYE OF 1'�1� 61� OF'�NfN{� dQ7� Fi�v� 61r�198 Pages 1�nd � o� AttaGhll'ient 1� must be rsc�iv�ti by tlje Mana�i�ng C7�p�rtm�artt � V �av-ol-c� Hftl �2;ca F�� n��T�� ���;817879Ef85 FAGW 3 � A7TAGHM�N7 'E A � - A� �. �'!� � ,' ��ag� � nf � � �i� o� ��r� �orfh � ��� s;# � ��;����, I �i � J ti.1A �e �1[inc�r��� �r�d �11�m�r� ��iness F�n��r�r��,����� � fi��i! � � J � - i� II�Y��!l��� l�`��LI��4°il�f� � Com�sany tdam�, Can���t Name, � Certifiad ��p$oiFy II C�ntracting -.. �-..� Sp�ciEy � Items !a be � Do1F�r Amaunt AdrJress, �nc#'i"elephane �a. � � s 9c4pe af Work (") Sup�i�l�d(`) �� . a �� ��, w• , ,• � ..... . .......,., , ...... ih� t�tdei�r Further agzees ta provitle, clirectly to the �i�y upon r�qu�sf� c�d�tp��te �,nd a�curAte intorm�tion reg�re�ing actu�l wark parf!ormed by all �cebccsntraGtar�s, €ncludEn�j M��{sj andl�r W��{s) arr�ng�rr:en;� subrr�lttec! wikit thfs bEd. 1'h� bidd�r �lso agrees to allaw ar� ��dit. andlor px�mination df �r�y baokQ, r�o�rda ansf files held by tf��il' car�pany thdt will �ub�t�rt#iat�, t11� �ctt;al wpr{¢ perform�d by tt�e M���sj andls�r W�E(�} pn thi� ct�rltract, by mn auEharts,ad +�ffics�r ar employee �f the �Ity, Any int�ntional �ncilar kn�wing mi�rapr�ser►tati�n oS facts wifi b� �rnund� for t�rmirsating tha cantraot br d$b�rment fram Clty work 4c�r � periad of rlot less� th�� lhrce (3j y��rs �nd fcar ir�itiating acki4n ur�der F�ederal, �tate or �,ac�l laws con�ernir�g f�l�e� �taterrr�rlt�, Any 42►lJur'e ta aarrtpiy with this ordinan�� �nd creates fi maferi�i hr�a�h �aF cors#ract may reswlt in a�$t�rminattc,n of an Irr��pvnslble ofFervr �nd barpe�i fr�m parxlci�ating i� Clty wark for a period of tirrr� not fess lhan one {'1} y��r, ALL ly��s and � U�7 Ei� CLi�71F1€D �Y 7H� �ITY ��ql�� � TFtACT ,4 Ftp �i'�� ``7�� A �i�eti Si���tur print�d 3i�natur� � ����� �.�.�•�..�r 7it{e ����'� ���,��`` � ���ttact Nan7� ��d f iEl� ff cliff�rent -- 1�i�l1T'��Il.��D��+��, fN�. �'i7•— �.�i' �- �� � fv Campany �+iarne - - — 7e[� hon� Nur1'ri�er (sj - , A ��� ����'-� �� �/ �� ��.,� - �� �-,.� Addre�s F�x Nurnb�r — � �� � 1 c3ty��tateEz�a�'� 7� �,P � ��t$ �� � � � � — 'fHla FQR�1+1 n�usr B� R�C�IV�D SY 7M@ MAI�AGING Cl�pp,�t'i'f4tEM7 �Y �:DO p,m., �IV� (5) GI'�Y BU5IN�SS DAY9 AFT'�Ft 81D C����iN�, �x�t�usiv� aF �r�i� �[n o��Ntr�� na7� e�ev, B1x�9R Pa��s 1�nd �" r�f,4ttaCNrner�t'iA must p� recei�ed E�y th� M�nagEng geparkrn�rlt � �. , �i�y �f �ort'�!lort�� �U1L1]Ihl� � ��I��TFiUC�I�N i�D�S Pr��ailin� �ag� R���s �`�r 2000 ��A��ff�ICATIOR�� Air Conditioning Mechanie Air Conditioning Mechanic Helper Acoustic Ceiling Installer Acoustic Ceiling fnsfaUer Helper Asbestos V1larker ��_ Bricklaye�IS�one Mason_____ � BricklayerlSfone Mason Helper Carpenter� _ __ Carpenter Helpe� Concrete Finisher Goncrete Finisher Helper Concr�te F'orm Builder Concrete Form B�ilder Helper Drywall Taper Drywail Taper Helper Electri�ian Journeyman Electrician Helper Electron�c Technician Electranic Techn�cian Helper Floor Layer (Carpet) Floor Laye�r {Resilien�) Floor Layer �elper Glazier Giazier He[per Insulator Insulator Helper Laborer Common Laborer Sk�lled Lafher Lather Helper 'Source is Fort Worth Chapter Associated General Gontractors 02/14/2000 *2�00 b �U �.L,Y �i�� � $ $ _ $ $ _$ ,� $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.98 10.75 �14.02 � 0.8$ 1 Q.50 � 7.21 �a.16 13.92 10.38 � 2.68 9.73 1 '! .97 9.42 1 '1.33 8,00 17.46 'i � .30 12.5� 8.50 17.�� 16.00 13.50 15.42 10�90 12,�4 9.40 7.85 1 D.35 14.00 11.00 1 , Me�a! Building Assembler Mefa� Building Assernbler Helper Pain�er Painter Helper , - Pipefitter ' Pipefitter Helper P�asterer Plasterer helper P�umber Pfumber Helper Reinfarcing S�eel Setter RQofer Roofer Helper � Sheet Mefal Wor�Cer � Sheet Me�al Worker Helper � Sheetrock Hanger , Sheetrock Hanger He{per , Sprinkler System Installer Sprinkler 5ysfiem Installer Helper Steel Worker Structural � Steel Worker Structural Helper Welder V1lelder Helper � b�A1/Y �C�UIPIV��Ni O�E�i��� Crane, Clams�ell, �acF�hoe, Derric�, Dragline, Shovel Forklift �perator Faundation Drill Opera�or Front End Loader Operator ' Truck Driver � $ $ $ $ $ $ � $ $ $ $ _$ .$ $ $ � $ $ $ � � $ � $ $ $ $ �a.00 8.�0 9 2.83 8.35 1 �.60 �0.18 �6.00 11.00 16.91 9.75 10.40 11.87 8.33 14.45 9.57 'i 2.45 9.64 '� 6.87 10.13 1'�.36 a.aa � 4.70 11.74 12.50 9.�3 13,00 11.22 10.3 � *5ource is Fort Worth Chapfer Associated General Contractors 02114/200Q � � � 'I � - I . �" � , �" � " . . 4,. . 4�` �-�I�„ 112" . � 2-i f2�� . � 1-314�� �" . � z-� rz�� . ; ' 1-1/2" ! i" � -� f2" . ...._ �. PR0,I�ECT DES{GNAT�ON SIGtV � � -� iz•� ' . . , . � � � , � :� � � ' ' ' � • . '� 5f .7�h_. • T� h � . } i � -'� .'.��f.��i. {'7�Yx���F4:.t.i� ^ '�k�i �� , sti'{";::'J�.�� :n:' .. x'1.' ��,y�.�,��:ii' r�� Y.� �!'.�� Is �tiia�� . . ii`�"�';'C,.: �'+�%�ti , �ry , .' . . :.� . . . . � �,:�F.i�,F . _ r���� . _ ... _ � � . , Praject Ti��� . � : . � . . , . ' �1 . , - ' � � ' . Contrac�ar: � � • I � . . Confrac�or� �ame � �� � � � � � FU�IDED B`� . - . . ', * � �'� � *--� �.� � � � • � - '� . . �cHEDULEa Co�P�ETi�N DATE � . �. YEaR . � � � . \ . �� � -• / ' . 1 ,� � j -� /�" , _ � • . 4�_a,. , , M�UNT fiV GROUNO 4' X POST. BQTTOM DF S1GN iS 4' OFF SUR�ACE. . 51Gt� kS WHlTE WITH BLUE 80RpER AND I.ET['ERING� Ihl PMS 288, �R�JECT 71TLE, � C�N�RACiOR, BaND_AND COMPLEII�N ❑ATE INFORMA`C1�N l5 !N �i��VEI�GA. ' . CITY OF �Q�T WORTH LOGO IS AYAiLABL� FROM THE C1TY OF �C)RT WO�iTH l�EPROGRAPHICS T�FPn�T��r�Y � � MONTH JANUARY FEBRUARY MARC�i APRII. MAY NNE Ji]LY � AUGUST SEPTEMBER 4CTOBER �NOVEMBER DECEMBER WEATHER TABLE AVERAGE DAYS II�TCI3E5 RAINFALL (1) RAINFALL (2) 7 7 7 9 S 6 5 s 7 b 6 7 1.80 2.3 6 2.5� 4.3 � 4.47 3.05 1. $4 z.a� 3.15 2.68 2.03 1.$2 SNOW/ICE FELLETS (3} 1 � * 0 0 0 0 a 0 0 0 � , ANNLTALLY 80 32.30 _ 1 (1) . Average normal number of days rainfall, D.01" or more. {Z) Average normai precipitat�on. . (3) One inch (1") ar more. � * Less than one-half zn�ch (112"). Unseasonable weather is defined. for contract purpases as rainlsnow days which exceed #he average n�mber of days or inches of rainfall in any given montlt. This table is based on information recorded at the former Greater Southvvest Intemational Airport, Fart Worth, Texas, covering a period of 18 years. Latitude 3�° 50' N, Langitude 97° Q3' Vi�, ele�ation {ground) 537 ft. . `]�°� 7c�I� �1�1�L���T�/C'�N��CT��: ��s�a�t �o T'exas �orker°s C���e�saiion �arm�n�ssior� l�u�e 1. � 0.1 � 0(c�)(7), a con�-ac�o� e�.gagec� �rn a. b���c�i�g o� cons��uc�ior� pro� ec$ ��x a govermmezat em�ity is rec��i�ed to p�s� a. ra�t�ce om e�c� �proj ect si�e �nfoz�nin� all �e�sa�s �xovidi�� servi�es a� ��ie ��oj ect ���.t $�ney a�e �-eq�.i�ed to be covered �by wo�%e�s` corn�ens��ior� ir�s�-ar�ce. ��e �.o�ice re�ui�-ed by t�axs �.1e �i�es �ot sa.�is�y o�her �os��g �equi�-e�en$s ��nposed by the �`exas Wo�-�ers° ���n.pe�sa�iorn .A.ct ox ot�er �o�iss�o� �es. T�As �otice �us�: � (1� be posted �n �x�g�b�1�, S�a�ns�i a.�d a�y o�her� �a�ig�.�ge corr�or� �o the em�p�oye�°s erx�p��yee �o���at���; (2� be dns�playe�[ o� eac� ��o�ect sflte; (3) s��.�e how a pe�sor� ma.y ve�.fy c�er�t �overage a.r�d �e��r� f�ii�re �o ��ovi�e c���x�ge; (4) 1be p���ed w�th a. �i�le ir� a� �eas� 30-g�cabnt F�o�c� �.ype a�d �exi i� �.� Ieast 19-����t �.o�-txi�.� tyJpe; �c� � �5� c�r�$a�� ��e exaci wo�-d�s as p�esc�ibed i� k���e 1� 0.1 � 0(d}�7� vvi��io�x� �.c�d�tionaX �o�ds o�- ch�.�ges. 'The notice an the reverse side meets the above requirera�ents. Failure �o post fhe notice as requixed �y tl�s rule is a vialat�on of �he Act and commission r�.�les. 'Y"he violator may be subjec# to'administrative pe�alties. r: � �- � � �, �_ �_ ,� � � �� � ������� T1�� ��.�r ��c��ir�s ���.t e�.cl� pe�sor� �r���A�rng �x� t�iis site �r p�ov�dln�g s��-vic�s ��1�.��d t� �T��s ��ns�ru.���or� ���j e�� r��st b� c�ve�e�. �y v�o�ke�s' c�r�i���s�.���n i�su��.nce. T�i�s ���l��es pe�so�s ��ovidx�g,1��.�.��g, o� ��1�v���r�g �q��.�.i�r�.�n� o� ��.te���.�s, �� �r�vid��.g ��.�bo� �x �r�.nspo��.t��� �r o�her se��ce �ela.�e�. t� �he p�oj ect, rega��l�ss �f ��e n�en�n�.y ��' t?���� emrx�T�yer �r st�.t�.s �.s �.r� er��pToyee. C�.�� t�.e 'T�xas �ork�x�s° Co�p��sa�i�� �ar�.ssio� �.� 51�-44��-3789 �o �-�cerv� ���oarn�a���� �r� �he �eg�.l ��c��.irer�e�� fo�- ��v��ag�, t� �e��fy w�hetl��� �r�u� er����y�r h�.s ���v���dl ��.e r�c��i�e� cove�ag�, �r t� a�e�ox� a.r� �rr�p��yer�s f�.i��a�e t� ���vn�� c����age. � ' ir' � � ' ' ' � '� ' ' J � � � •' ��:; � � � ��- _� � � �- � �I � �r �` � � r •` �`' ' ' �� ' - - - �- � ' '� JLa.1ey requie�e q�ue �a.�a ��rs��rn�. �r�.ba.j �.��.� e� �s�� sit�o � �ro�po�ci���. se��cios ���a.�ior�a��s ��r� es�� �x�yect� �e �o�st�c��or� t�e�� ��e es��.� c���er�o por asegu�a�z�. d� cor��er�sacx�r� para. t�a��.j� �.d�r�s. ]�sto � ix����ye ���s��.�.s �ue �p��9�orc���a�n, c�.�g�.r1, e�t�eg�.n equA�� o rr�a�����.1�s� o ����Oo�c�o��.�rn ��.r�� �l� ����., �-r�.ns�o��.r�, o c�.�.�����r� sexv�cn� ���a.c��r��.do c�� �s�� ���y�c�o, sn� �oa�sn�.er�.� �a ��.e�trd�a� c�e� ��.t�-�� � �s�a.d� ��1 �n�p�ead��. �L��.�a.e a 1�. ����sno� '1'ej a�a c�e C�r��p��sacn�r� pa�a Tr�.��.� ad��es a� 5� Z- 44�-37�9 �aa��a r�c��bir ��i�o�n�.�.���n '�� los �equ��m�.i��t�s �egales �e co1�e�-ta�.r�., ��.�'�. V��'��1��.� S1 S1L� ��.��� �� ila: �]�'O�O�'C1�IC��.C�O ��. C�ia���'�. �eq�.�x�d�. � p�.ra. �-e���a� f��ta de1 p�.t��� �x� p�op��cxor�a�1� c���x�a. TECHNICAL SPECI�'ICATIO1wTS DIVISYON 1 - GENERAL REQUIREMENTS , SECTION 01100 - SUMMARY OF WORK The Contractox sha11 supply al� super�ntendence and sha11 per:form aIl work and fiz�nish all labor, = equipm�ent, ma�erials azxd incidentals necessary and cpmplete alI work as described in the plaaxs and specifications. AIl construction. and oiher work shall be dane by the Coniractoz in accordance with the best engiz�eering an� construction practices for the ski11 ar trade involved. � The work to be accomplished under these plans and specifications far: Playgrounc� Renova#ions at Ridglea Hxlls aud Van Zandt-Guinn Park { Mapsco No. 64X19'�F� incl�des: ' Site / equipment demoltifion, site gradi�ag, concrete fl�twork and installation oi new p�ay�round equipment and park amenxties as per construction dacuments. These plans and specifications were prepared by the Parks and Community Services Department. The Department of Engineeri.ng will administer the cont�r�.ct aa:d furnish inspaction. In addition to pr�ject perforrnance stated above, �he Contractar shall aiso be responsible far: i. Setting all pro��ct �ayout dunensions aazd final finish grade elevatians in accordance to plans. All such survey work �hall be perfornned by a Register�d Surveyor in the State of Texas and �erification provided to the City that such survey woz-k complies to plans and sp�cificatians, 2. Attend alI pzojecf progress meetings as sclieduled by the City and pro�ide updated praject schedules wiillin 3 woxking days upon request lay the City. The applicable it�ms contained in the Standarti Specifications for Sfireet and Storm Drain Const�ru�iion for tb.e City ofFart Warth, Texas, shall apply ta thzs contract just as thflugh each were incorpozated in these documents. Wheze the pravisions or specificat�ons �ontained in those documents are cantra�y to this publicai�on, this publication shall gavern. 7n case of conflict between plans and specificatzons, the plans shall govern. A capy of the Standard SAecifications for Street and Storm Drain Canstruction can be purchased at the office. of the Transportation azi.d Public Works Deparirnent , l OQ0 Thzockmorton Street, 2nd Floor, h�Iunicipal Building, Fort Worth, Texas. The Contractor shall provide all permit� ar�d licenses and pay alI charges and �ees, and give alI notices necessary and incidenta] ta the due and lawful prosecution o�'the wvrk. The Cantractor shall contact th� City af Fort Wortb.'s Development-Pla�s Exam Sectian for a determination of applicable permits or variances req�xired for tlus project. SECTION 0��3� - COi�TRAC'�' TIME GENERAL REQUIREMENTS -1- 1.01 PROGRESS AND COMPLETT�N Upon r�ceipt of a notif cation letter and the executed construction cantract, the Conh'actor shall be responsible for scheduling a preconstruction con�exence, which shall be held no later t�an fen warking days from the date of the notif cation letter. At the time of the preconstruction confexence , a construction start date shall be established azad indicated i� the Notice to Proceed (Work Ordex) issued by the Engineerir�g Department. The Contractor shaIl bagin the work ta be performed under the contract on ar before ten workix�.g days from tl�e date the Work Order is issued. The Cantractor shall carry the work forward expeditiously wzth adequai� forces and shall cozn.plete it withi� the period af time stipulated in the contract. � .02 L�QUIDATED DA1I�IAGES Thzs praj ect will be coznpleted witbin fihe specified days allowed. Liquzdated damages will be assessed if the project runs over the allotted tune. SECT�UN 01140 - ALTERNATI'YES The City reserves the right to abandon, without obligation to the contractor, any part of the project {subjeet to conditions set fortb in Section d11S0 - Payment to Contractor) or th� �ntize project at any tim� before the Contractor begins any constructian work authoriz�d by the City. SECTION 0115Q - PAYIVIENT TO CONT�ACTQI� LQ1 SCOPE OF PAYMENT: The Contractoz shall accept the compens�tion as pravided in the cantract in full gayment for �uz-nishin.g and paying for all materials, supplies, subcontracts, labor, taols and equipment necessary ta comglete the work of the canfzact; for any loss or damage w�.ich may arise from the nature aFthe work frorn the action of the elements, or from any unforeseen difficulty �rhich may be encountered in the prasecution of the work, until the final acceptance of the work 6y the City; far au risks of every d�scription connected wrth the prosecutibn of the work; for a11 expens�s and damages which might accr�e to the Contractor by reason o� delay in the initiation and prosecu.tion of the work fron:i any cause whatsoever; %z axiy infringement n£patent, trademark or copyright, and far completin.g the work accarding to the plans and/or speci�ications. The payment of any current or parti�.l estimate shall in no way aff�;ct the obligations of the Contractor to repair or remave, at his o�,+vn expense, the defective parts of the construction oz to replace any defective matezials used in the construction, and ta be responsible for all darnages due to such defects if such defects or damages axe discovered on or before the final ir�spection and �ccepianee of the wark. 1..02 Partial pay estimates shali be submitted by the Contractar oz prapared by the City an the Ist day and 15th day af each month that the wark i.s in progress. Estimates will b� �aid withzn 25 days following the end a�ihe estimate period, Iess the appropriate retainage as s�t out below. Partial pay estimates may include acceptable nonperishable GENERAL REQUIREMBNTS _�_ rriaterials delivered to the work place wY�ich are to be incorporated into the work as a permanent part the�eaf, hut which at fi11e time o�`tkie pay estimate have not been so installed. Tf such materials are included within a pay estimate, payment shall be based upon 85% of the net in�oice value ihereof. The Cantractar will furnzsh th� Engineer such information as may be reasonably requesied to aid in the verification�ar the preparation af the pay estirnate. � 1.03 �i is understood that the partial pay estimate amounts vvzll be approximate az�y, azzd aIl partial pay estiznates and payrzzent af sat�e will be subject to correction in the estirnate rendered following the discovery of the mistake in any previaus estimate. Payment of ` any partial pay es�izxiates shall not be an admission on the part of the Owner af ti�e amount a�work done or of its quality or sufficiency or as an acceptance of the work done; nor shall same arelease the Contractor of any af i�s responsibiliiies under the ' Contract Documents. 1.04 The City reserves the righ� to withhold tYxe payment of any partial estimate if the Contractor �'aiIs to perform the work in strict accordaz�ce with the specificatzon.s or other provisions of this Contract. ` 1.05 For contraets of less fhan $400,OD0 at the time of execution, retainage shall be 10 percen�. For contracts a� $400,000 or more at the time nf execution, retainage shall be 5 percent. I.06 Contractox shali pay subcontractors in accord with the subcant�ract agreement within five , busine�s days after receipt by Contractor of the payment �y Gity. Contractar's failure to make the required payment ta subcontractars wili authorize the City ta witilhold future � payments from the Con�ractar uzrtil corizpliance with this paragraph is accomplished. 1.07 Cantractor hereby assigns to City any a�d all clairns for overcharges assaciated wiih this ' contract wYuch arise under the antitrust laws of tkze United States, 15 U.S.C.A. Sec. 1 et seg (1973). '' 1.08 INCREASED OR DECREASED QUANTITIES: ThE O�vner reser�es the right ta 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 aliered, increased ar decreased at the unit prices. Such increased or decreased quantity shall noi be zn.or� than 25 percent of the cantemplated quantiiy of such item or it�ms. When such changes inerease or decrease the ariginal quantity of any item or items af '' work #o he done ar matarials to be furzzished by the 2S percent or more, then either parCy to the contract shall �pon written req�est to the o�her party be en�ztled to a revised � considcrafzon upon that port�on af the work above or below the 25 percent of the origznal quantity stated in the proposal; such revised consideraiion fio be deterrnined by special agreement or as hereinafier provic�ed far "Extra Work." No allowance will be made for any changes izz anticipated profts nor shal� such changes be considered as wa.iving ox invalidating any eonditions ar grovisions af the Contract Documents. � , GEN�1tAL REQ!]IR�MENTS -3- 1.09 PAYMENT FOR EXTR.A. �VORK: Extra work per�ormed by the Cantractor, that is authorized az�d approved by the City Engineer, will be paid for undez- "Change orders" made iz� the manner hereinafter d�scribed, and the cornpensation thus provided shall be accepted by the Contractor as payznent in full iar all labor, subcontracts, materials, tools, Equipmez�t and incidentals, and for all supervision, insurance, bonds arid all other expense of whatever naiure incurred in the prasecution of the extra work. �'ayment far exira work will be zn.ade under one of the follovving types of "Change orders" to be selected by the City: A. Method "A". By unit prices agreed upon in the cantract or in writi.ng by the Contractor and City Engineer and a�proved by the City Council before said extra work is commenced sub3ect to all other conditions of the contract. B. Method "B". By a lump sum price agreed upon in writing by the Cant�ractor and City Engineer and appraved by the City Council before said extra work is coznmenced, subject ta all other conditior� ofthe.contract. C. Method "C". By acfual field cast o�the work, plus l 5 percent as described herein below, agreed upon in writing hy the Contractor and City Engin�er and approved , by the City Council af�er said extra work is completed, subj ect to all other conditians of ihe contract. In tI�e event extra wark is io be performed and paid for under Methad "C", the actual field costs of the work will izaclude the cost of all workmen, faremen, t�ekeEpers, mechanics and Iabore�rs working on said project; all used Qn such extra wark only, plus all pawer, fuel, lubricants, water ar�d sizn.ilar operating expenses; and a ratable proportiam of premiums on performance and payment bonds, �ublic liability, workmen's compensaiian and all ather insurance required by law or oxdi�ance. The City Engineer will direct the iarzn in which the acconnts af act�.tal field cost wi11 b� kept and vvill recommend in writing the rnetY�od of doing the work and the type and kind of equipment to be used, but such extra work vvill be performed by the Contractor as az� independent contractor and not as an agent or emplayee of t�e City. The 1S pezcent of th� actual field cost to be paid th� Contractar shall cover and comperisate him �or profit, ov�rh�ad, general supervision and field office expense, and all other elements of cost and expense not embraced within the actual field cast as herein specified. The Contractoz shall give the Ciiy Bngine�r access to all accaunts, balls, invoices and vouchers relating �hereta. 1.14 DELAYS: If delay is caused by specific orders given i�y tl�e City to stap �vork, or by the perfa�rnance of extra wark, or by tbe failure of the City to provide material ar necessary instructions far carrying on th� work, then such delay will entiile the Gontracior to a� equivalent extension of time, his applicatian £or which shall, however, t�e su�ject to the appraval di the City Couxacil, no such extension of time shall release the Contractor or the GENERAL REQUIREMENTS -4- surety on his performance bona �ronri a11 his obligations hereundex which sha�l remain in iull force until the discharge of the contract. 1.11 CLAIMS AND D.AMAGES: Azry clairns far extra work or for any other xelated matter ' or cause must be made in writing to the Czty Engineer within seven ealendar days fronn and after the cause or claim arises. Unless sucl� claim is so presented, it shall be held ihat the Cantractor has waived the claim, and he shall not be en�itled to receive pay thereof, ; 1.12 TRANSPORTATION: No allowance or deduction will be made for any charge af freighf rates. No allowance for transportation of inen, materiais or equzpment will Ue allowed. 1.13 ACCEPTANCE AND FII�IAL PAYlVIENT: The City, upon receipt ofthe Director's "Certificate af Completian" and "Final Estimate" and upon receipt of satisfactory evidence fram the Contractar that all subcontractors and p�rsonis furnishing labrar or materials have been paid in fu11 and aIl cla.ims of damages to property or persons because of the car�ying on of this wark ha�e been resolved, or the claims dismissed or the issues joined, shall certify the estimate far final payment after previous payments have been dEducted and shall notify the Contractor an� his surety afthe acceptance a�the project. ' On.projects divided into two or moz-e uniis, the Contractor may request a final payment � on one or more units which have been completed and accepted. On delivery of the �'ina.l payment, the Cantractor shall sign a written acceptance of the finai estimate as payment in fixll for the work done. AlI prior partial �stimates shall be subj ect to correction in the f nal estimate and payment. Th� pxoject shall be deemed accep�ed by the City of Fort Worth as of the date that the fmal punch list has been completed, as evidenced by a wriitEn statement signed by both the contractor and the City. The waz�ranty p�riod shall bcgin as af the date that the final ' punch list has been completed. SECTION 01300 � SUBMITTALS Pzior to consfructian, the Contractoz shall furnish the Parks and Community �ervices Departzxient a schedule outlining the anticipated time eac�x phase of canstruction vvill begin and be com.pleted, including suf�cient time for turf esiablishment {if applicable) and project clean-up. Th� Confracior shall submit to the Project Manager shop drawings, pzoduct data and samples required in specification sections. Refez' to �ection p 1 fi40 — 1.02, SECTION 014Up - QUALITY CONTROL The Contractor wilI receiv� all instructions and approvals from the Directvr of Engineering and/or his assigned inspectors. The inspector will b� introduced to the contractor prior to beginning work. Any work done at the direction o� any ather authority wili not be accepted ar GENERAL RLQUIREMBNTS -S- paid for. Final approval for �he finished project shall be given by the Director of Engineering, Ci�y of Fort Worth. The Cantractar oz a competent and r�liab7e supenintendent shall oversee the work at a11 times. The superintendent shall represent the Contractor in his absence and all directions given to lum shall be binding as if g�ivez� ta the Contractar. SECTION Oi410 - TESTING AIl tests made by the testing labaratory selected by the City will be paid for by th� City. �n the ; event manufacturing certificates are requested, they shail be paid far by the Contraetor. SECTTON �1500 � TEMPORARY FACILITIES AND CONTROLS The Contractor shall take all precautions necessary to protect a11 existin.g trees, shrubbery, sidewalks, buildu�gs, vehicles, utilities, etc., in the area where tl�e work is being done. Thc � Contractor shail rebuild, restore, and zz�ake good at his own expense all injury and damage to . same which may result from work bein� carried out under this contract. , The utility-.linas 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 avaiiabie from the owners of the utilities involved and from evidences found on the ground. The Contractor shall defiermine the exact location of all existing utilities azzd conduct his work to prewent interruption af service or dam.ages. SAFETY RESTRICTION� - WORK NEAR HIGH VOLTAGE LINES A waming sign nof less than five inches by seven inches, painted yellow with black letters that are leg�ible at twelve feet, shall be placed inside and outside vehicles such as eranes, derricks, power shovel, drilling rzgs, pile drivers, hoisting equipment or similaz machinery. The warning sign shall r��,d as fallows: "WARI�TING - UNLAWFUL TO OPERATE THI� EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." Equipment that may be op�rated within six feet of hig� voltage Iines shall have an insulating cage-type guard about tbe boom or arm, except backhoes or dippers, and insulafiar links on ih� 1ift hood connections. When necessary to work wztlun six feet of high voltage electric linEs, the Cantractor shali notify povvez campany (TU Electric or the a�propriate power supplier) ta erect temporary mechanical banriers, de-enezgize the line, or raise or lower the line. The coratz-ac�or shall maintain a log of all such correspandence. The Contractoz is responsible �'or all costs incurrEd. GENERAL REQiJIREMLNTS -b- SECTION 01640 - SUSSTITUTXONS AND PRODCJCT OPT�ONS 1, Q 1 GEI�TER.AL Send submit�als far substitutions to: Scott Penn, Pro,�ect Manager (817) 87T-�'��0 Parks and Community Services Department 4200 S. Freeway Suite 2200 Fort Worth, Texas 76115-I499 1.02 PR�DUCTS LIST A. Within five (5) Warking Days after co�nmencement of work, the Contractor shall submit to the Project Manager two (2) copies of complete list of all specified products and submittals for review and approval. B. Tabulate list by each sp�c�c�.tion section. C. . For pzoducts specified under referEnce standards, include with listing o�' each praduct: � 1. Name a.nd address of manufacturer 2, Trade name 3. Madel or catalog d�sig�nation 4. IVlanufacturer's data a. Perfornaance and t�st data b. Reference standards D_ Speci�ied material shall not be ordered by tha Contractor until such time product matezial suhmittals have been received, reviewed and approved by the project consultant and ! or City. 1.�3 CONTRACTOR'S OPTz(JNS A. For praducts specified only by reference standards, select any product which meets such standards frozn any manufacturer. B. For products specified by namzng several products ar rnanufacturers, select any product and manufaciurer named. C. For pxoducts specified by naming one or more products, the Contractor must submit request, as required for substifiution, for az�.y product not speci�ically named. 1.04 SUBSTITUTION5 G�NERAL REQUIREMEiVTS -7- A. Durzng biddin�, the Project Manager �vi11 consider written requests from Prz.me � � Bidders onl�, (bidders submitting Bid �ropo�als for the construc#ion of a11 work) for substitutions which are rec$ived at Ieast ten (10) Worlc�ng Days prior ta bid date; requests received after that iime will not be considered. B. Within thirty {3Qj calendar days after date of Contract executi�n, tlie �roject Manager will consider farmal requests.from Conizactor for substitutian afproducts in place of those speeified. C. Submit two {2) copies of request for substitution. Includc in request: ' 1. Cozriplete data subsf.antiating compliatxce of proposed substitution with Contraci Documents. 2. For products: � a. Product ident�fieation, including manufacturer's name and address. b. Manufactuxer's Iiterature: (1} Product description , � (2) Performa�.ce and test data � � (3) Reference standards c. Samples, if required. � d. Name and address of similar proj ects on which product was used, and date of instalZation. D. Jn making request for substitution, the Prirne Bidder / Contractor represents: �. That the Prirne Bidder / Contractor has personally in�estigated proposed product ar method, and determined that it is equal or superior in ali respects to �ha� specified. � ' 2. That ihe Prime bidder / Contractor will provide f1�e same guarantee (ar better} , far substituted produc# or method specif ed. 3. That the Prime Bidder / Contractor will caordinate installation af accepted substiiution int� work, making such changes as may be required for work ta be . cQmpl�te in all respects. 4. That the Prime Bidder / Cantracio� waives all claims for additional costs related to substitution which consequently becom� apparent. E. Substitutians will not be cansi.dered if: 1. They are indicated or irnp�ied an shop drawings or proj ect data sulamittals without formal request submitted in accard with Paragraph 1.04. 2. Acceptance wil� require substantial revision of Contract Documents. F. Shauld the Contractnr install any material and 1 or equipment which is non� specified, failed to submit ihe appropriate snbnrxittals �or review and did not receive approval fram the City priar to in�tallation, all snc� material and 1 or eqe�ipment shall be removed by the Contractor and install speci#ied equiprx►ent and 1 or material at no additional expense to the City. GENERAL REQCIIREMENTS _g. SECTIOl'�i 01�00 - PROJECT CLOSEpUT 1.01 CLEANING � The Contractor shall make final clean-up of the constz�uc�ion area, to the satisfactzan of ' the Parks and Cammunity Services Departmeni, as soon as construc#ion in. that area is cornpleted. Clean--up sha11 include removal of alI canstruction materia�s, pieces of conczete, equipment and/or other rubbish. No rnare than five (5) days shall elapse after � the completion of construc�ion before the area is cleaned. Surplus materials shall be disposed of by the Contractor, at this awn expense, and as directed by t�e Parks and ' Community Services Department. Cleaning af equipment by Contractor Qr Subcontzactor, such equipment as cement zxiixers, ready-�nix trucks, tools, eic., shail take place in an area deszgzxated by the Parks and Cornmwlity Ser�rices Departzxient. 1.02 WARRANTY .. The Contractor sh�Il be responsi�le far defects in thi s proj ect due to faulty workinanship or materials, or both, far a period of one (1� year from th� date that the �inai punch list has been complet�d. Refer to Section 01150-Paymez�,t To Caniractor — 1. X 31 Accepiance And Final Payment. The Contzactor will be required to replace, at his own expense, any part, or al�, of this pro�ect which becomes defectiv� due to these causes. SECTION 01.SOD -�ONTRA.CTOR'S RESPONSYBILITY FUR DAMAGE CLAIMS Contractor covenants and agrees to indemni�'y City's engineer and archii�ct, and their persannal at the project site far contzactor's sole negligence, In addition, Contractoz cavenants and agrees to indemnify, hold harmless and defend, at its own expense, the Ovvner, its officers, servants and eznployees, frorn and against azly and alI claixns ar suits far property loss, }�raperty damage, persanal injury, including death, arising out of, or alleged to arise out of, th� work and ser�ices to be gerformed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitee�, whether or not anv suc� iniurv, damage or death is caus�d„ in whole ar in nart, 6v the ne�li�ence or alleued ne�li�ence of �wner, its officers� servants or employees. Contractor likewise covenants and agrees ta indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees ar�d any daznage,loss or destruction ta properiy of the Owner ariszr�g from the perfo�nance of any ofthe terms and conditions of this Cantraci, whether or not an,v such iniury or dama�e is caused xn v�rhvle or in part bv the ne�l��ence or alle�ed n�u_ligenee a� Owner, its afficers, servants or emplovees. In the event Owner receives a wntten cFaim for da.�zages against the Contractar or its subconiractors priar to final payment, final payzn.ent shall nat be znade until Contracior eitl�er {a) subxniis to Owner satisfactory evidence that the claim has been settled and/ar a release fram the claimant iz�volved, oz� (b) provides Qwner with a letter frozn Contractor's liability insurance carri�r t�.at the claiz�n. has been referred to the irisurance earrier. GL�NERAL REQiIIREMENTS -9- The Director may, if he deerns appropriate, refuse to accept bids on any other City of Fart Worth public work from a Contractor against whom a claim far damages is outstanding as a result of work p�rformed under a City Contract. � � � .� END OF DTVISION GBNERAL REQUIRL�MBNTS -10- � SECTION 02140 - SITE UNDERDRAINS PARTI-GENERAL 1.a1 SCOPE: Work in this section includes furriishing a111abor, materials, equi.pment, and services required to construct underdrains to the requir�d lines, grades, aud cross sections as specif ed herein and on the plans. 1.02 RELATED WORK �PEC]FTED ELSEWHERE; A. Section 0230a - Earthwark. B. Section 03300 - Cast-in-Place Concrete � PART 2 - PRODUCTS 2.Q1 UNDERDRA.IN PIPE: Pzpe and fittings shall be fle�bie, corrugated tubing manufactured of high-density polyethylene resins and canforming �o ASTM Product Specificatians F-405 and F-b67. Drainage tubing shall be as manufactured by Ad�vanced Drainage Systems (ADS), Iuc., of Calurnbus, Ohio, The local mar�ufacturing plant wliich wi11 pravide a list af suppliers is in ' Ennisy. Texas - telephone (214} 575�-6591. A. PerforaiedPipe: Perforations shall be linear slots cut radially into the tubing wall ' }�etween corrugaiions, Perforated pipe will be furnished complete with the Cerex nylon "Drain Guard" screez�. The scr�en wzll co�npletely surround the pipe and will have a lapped, welded longitudinal joiz�t. � B. Non-Pez7forated Pipe: Non-perforated pipa shall be used for collectar lines which convey the water from perforated pipe to tbe concrete inlet or outfall. C. Fiitings: AlI caupiings, reducers, tees, ells, plugs, caps, and other fittings shal� be z�on- perforaied an�d shall be of the same manufacturer as the drainage tubing. A�tting shall be us�d at each pipe junctionitermination, as appropriate. 2.02 FILTER MATERI�L; Filter material for use in backfillin� trenches over and around underdrains shall corzsist of 1 1I2" to 2" gravEl vvashed free of organic or other deleterious matter. � 2.03 FILTER FABRIC: Filter fabric to izzze and lap over gravel filled subdrain trEnch shall be Mirafi 1�ON d�'ainage fabric as znanufactured by Celanese Corporation, {800) 223-9811, or ap�roved equal. PART 3 - EXECUTION 3.01 VERTICAL AND HORTZONTAL CONTRQLS: A. The Contractor shaIl establish or sha11 amploy a licensed surveyor io �stablish all lines ar�d grades z�ecessary for each stage af tk�e work d�scribed her�in. SITE LTNDERDRAINS 02140 -1- B. Pravide blue taps for re�erence in dressing tranch bottoms at intervals not to exceed 30 feet along the centerline oi each trench. 3.02 UNDER.DItAINS: Trenches for underdrains shall be dug after the subgrade is prepared, The excavation of each trench shall begin at its outlet and proceed taward its uppex end. The trEnch must no# be excawated below the proposed grade line. Trenches will be cleaned of al� loose material and their bottoms will be dressed and fine graded to blue tops set as previously descr�bed. Trenches shall be lined with filter fabric and underdrain pipe shall he set on the trench bottom. All fittin.gs sha�l b� securely coupled and all open ends will be capped. The pipe sha11 be carefixlly covered wit� the gravel filter material and the filier fabric shall be lapped over the �rench. Care shall be taken not to damage the pipe or its fabric fiiter screen. Underdrain pipa shall be connected to solid pipe jaints and to outfa.11 at the cancrete structure/collar as indicated in the pIans. Care shall be taken not to laosen or cave-in the trench wa�ls. Any such dazniage will be excavated az�d will be backfilled in mechanically tamped �i$s not io exceed ezght inches and w�ill be re-constructed. _ 3.03 SETTLEMENT: After thE trench has laeen backfilled 'zt shall be tharoughly soaked. This process shail be rep�ated two times allawzn.g the backfill material to dry twenty-four hours befor�.wetting again. END OF SECTION � SITL UNDERDRAINS 0214p -z- SECTIQN 02200 - SITE PREPA.RATION PA.RT 1 - GENERA.�,, 1,01 SCOPE: Wark in this section includes fiirnishing all la}�or, materials, equipment azid services required far clearing and grubbing, demolition, and removal and elisposal of items as s�aeczfied herein and on the plans. 1.02 RELATED WORK SPEC�F'TED ELSEWHERE: A. Section 02300 - Earthwork B. Existing Candziions, Removal and Demalitian Items. PART 2 — PRODUCTS 2.01 No products are required ta execute this work, except as the Contractor m�y deem necessary. PART 3 — EXECUTIQN 3.Q1 CLEARII�IG AND GRUBBING: A. Cleari�ag and grubbing shall cansist oFrernoving all naiural and artificial objectionable m�aterials from the pzoject site or frazn limited areas of construction specified wifitun the site. B. In general, clearing azid grubbing shall be performed a.zi advance of grading and earthwork operatians and shall �e performed over the entire area of earthwork operations. C. Unless othert�vise specified on the plans, aIl trees and shrubs of three inch (3") cali�er or less {caliper is the diam�ter as measured twelve inches (12") abave 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 debns shall alsa bE cleared. D. Buried material such as logs, stumps, roots of downed trees that ar� greater than one and one halfinches (1-1/2") in diameter, matted roots, rubbish, and foreign debris sha11 be grubbed and removed to a rninimum deptb. of iwenty :four inches {24"} below pro�ased finished grades. . E. Ground caver consisting of weeds, grass, and other herbaceous vegetafion shalZ be rernoved prior to stripping and stockpiling topsoil from areas of earthwork operations. Such removal sha11 be accomplish�d by "1�lading" o�f the uppermost layers of sod or root-matted soil far removal. � SITE PREPAHATION Q220Q _�, 3.02 PAVEMENT REMOVAL: A. Bituminous and concrete pavements shall be remaved to nea�ly sawed edges. Saw cuts shall be fu11 depth. If a saw cut in concrete pavement falls within three feet {3') o�' an en existing score joint, constxuction joint, saw joi�t, cold joint, expansion joint, or edge, tbe concreie shall be remo�ed to that joint or edge. All saw cuts shall be parallel andlor perpendiculat to the li�e of existing pavement. If ar� edge of a cut is damagcd subsequent to saw cutting, tk�e concrete shall again bc sawed ta a neat, straight line for the purpose of zeznaving the damaged ar�a. B. Concrete curb and gutter shall be re�noved as speci�ed above. No section to be replaced shall be smaller than tnirty ir�ches (30"} in length or width. 3.03 UTILTTTES REMOVAL: In general, those utilities on ihe site that are to be removed and that belong to the Owner shali be removed by the Contractor, The Owner is responsible for arranging the relocafiion or remaval of other utilities owned by utility companies or other parties. � 3.0� MINOR DEM'OLITION: There may be certain items on the site such as o1d buiIding foundations, fences, and other undetermined structures and improvements that znust be removed before consiruction can comrnence. Unless otherwise specified, such items become the propert}+ of t.�ie Contractor for subsequent dispos�l. 3.05 USE OF EXPLO�T�VES: Th� use of explasives will not be pernni�ted in site preparatian operations. 3.Ob BACKFILLING: AIl holes, cavities, and depressions izi the ground caused by site preparati�n operations will be backfilled and tamped to nozzrxal compaction and wzll be graded to prevent ponding ofwater and to prornoi� drainage. Should any excavated hale ox cavity be required to be left open over night, the Contractor shall be responsrble to provide barriers and / or caverings to enhance on site accident prevention measures. 3.07 DISPOSAL OF WASTE MATERI.ALS: A. Un3ess atherwise stated, maierials generated by clearing, grubbing, removal, and demolition shall be knovvn as "waste" or "spoils" and shall be removed from the site and disposed of hy Yhe Contractor. Similar materials may be unearthEd or generated by ea.rthwork operations or by subgrade preparation. Unless otherwzse specified any merchantable items baeorne the pzoperty of �he Contractor. END O�' SECTIQN 51TE PREPARATION 02200 -2- �ECTION 02300 - EARTHWORK PART l. -G�NERAL 1.41 SGOPE: Work in this section includes furnishing alI Iabor, materials, ec}uipmenf, and services required to canstruct, shape, and finish earthwark to the required lines, grades, and crass section� as specified herein and an the plar�s. 1.02 RELATED V�ORI� SPECTFIED ELSEWHERE A. Section 02200 � Si�e Preparatian. B. Grading P'lan: Re�'er to plan sheets. 1.Q3 METHOD OF PAYMENT: Earthworl� z,s a necessary and incidental part of the work. The � tatal cost wi11 be included in the Bid kropasal. Payment will-be m.ade an a L�irnp Sunrz basis on.Iy. PART � - PRaDUCTS 2.01 LTI`�CLASSIFIED EXCAVATIOI`d: Unclassif�ed excavation shall consist of all excavation, unless separately designated, witk�in the limits afthe work. Unclassified excavation includes alI material encounte�ed regardless of its nature or the manner iun which it is to be excavated. 2.D2 UNCLASSIFIED FTLL A. Unc�assified fill shall consist of al� f 11 withzn th� limzts of the work. All suitable na#ive materials removed in unclassified excavation, ar sim�Iar �rnpart�d materials, shall be used insafar as practicable as unclassi�ied fill. Properly degosited, conditianed, and campacted fill is hereinafter re�erred ta as "earth embankment." B. Rock: Minor quantities of rock nat gteater ihan four znches in greatest dirriension ate permissible in fill materials used to construct earth embankment. Minar quantities of rock of gzeater dim�nsions znay be placer� in the deeper fills in accordance with the State Department of Highways and Public Tzansportation requirements far construction af rock embanlcments, provided such p�acement af �nck is not irnmediately adjacent to sfructures oz' giers. Also, rock may be placed in the portions of embankrnents outside t�ie limits of the completed graded width where the size of tbe rock prahibits their incorparatipn in the normal embanlcment layers. 2.Q3 TOPSOTL On-Site Topsoil: Tnpsoil shall consist of an average depth of six inches (6") of native surface soil le�t in place af�er the g�round cover of herbaceous �egetatiQn and other objectionab�e matter has been cleared by "blading," as specified in� Section 02200, "Site Preparation." Topsai� may be greater or less, than the upper six inches {6") in depth. EARTHWORK (1230� -1- 2.04 IMPORTED �ILL A. Imported fill materials shall be used for the con�truction af earth embankme�t in the event that (1) the volume of unclassified excavation is less than the volume of fill required for earth embankment and/ar {2} th� conditian of materials removed in un�classif ed excavation makes them unsuitable for use in the construction af earth embankinent. B. The Contractor shall haul and place imported fiil obtained frorn o�'f-site souarces as necessary to construct the �mbankrrkent and various other details of the consfruction plans. All costs rela#ed to such imported fi11 will be ix�cluded in the contract price, and no additional ar separate payment for imported fill will be due the Cont�actor. C. A sample of the proposed imported fill must be provided by the Contractar and be appro�red by the Owner. In general, imported materiaI must be equal to or better than native material in qua.Iity and engineering charactezistics. The Architectl Engineer may also require the Contractor to provided a matezial analysis test af the proposed fill. 2.05 SELECT MATERiALS A. . Select mat�rials shall be imported from o�`��ite sources, unless they are available from speci#'ically designated areas on ihe site as marked on the plans. 2.06 UNSUIT.A_BLE MATERIALS A. Topsoil, select material, imported fill, or unclassified fill will be declared as "'unsuitable" by the Owner if, in his opinion, any o�the following conditions or matter and particles are present to a d�gree tha� is judged detrimental io the proposed use af the materia�. 1, 2. 3. 4. 5. 6. '7. 8. 9. Moistur� Decayed or uzidecayed �egetation Hardpan clay, �eavy clay, ar clay balls Rubbish Construction rubble Sand or gravel Rocks, cobbles, ar boulders Cementious maftez Foreign matter of any kind B. Unsuitable materials will be disposed of as "wasie" as specifzed in Sec#ion 02200. C. Wet Material: If fill znaterial is unsatisfactory for use as embaxikment solely because of high moisture content, the Archi�ec�/Engineer may grant the Contractor permission to process the material to reduce t�e moisture content to a usable op�imum condition, EARTHWQRK 0230D -2- D, Scarification: The surface of all areas and slopes over which fill is to be plaeed, other than rack, shall be scarified to a depth o� approximately six (6") inches to providc a bond between the existing surface and the proposed embankment, Scarifica�ion shall be accomplished by plowing, C�1.5CItlg, or othez appraved means. Prior to fill placement, the laasened maierial shali be adjusted ta the proper nr�.oisture content and recompacted �o the c�ensity specified herein far fill. E. Benching: Scarification is normally adequate for sloping surfaces. However, in certain cases where fll is fio be placed against hillsides or existing erzlbankinent with slopes greater than �:1, the Qwner may direct the Contractor ta key the fill material to the exisiing slopes by henching. A minimum oi �n+o feet (2') nonmal to the slope shall be removed and recompacted to insure that the new worlc is constructed on a firm foundation free of Ioose or disturbed nr�aterial. F. Depositing: Fill xnaterial shall be placed in horizontal layers or lifts, evenly spread, not io exceed eight (8"} inches in Ioose depth be%re conditioning and compaction. Unless otherwise pernutted, each layer of fill znaterial shall cover the Iengih and' wi.dth of the area ta be filled and shall be conditioned and compacted befare the next higher layer of fiIl is placed. Adequate draizzage shall be maintained at all times. G. Watering: At the time of carnpaction, the moisture content of fill mater�al shall be such that the speczfied compaction will be obtained, and the filI will be firm, hard, and unyielding. Fill material which cantains excessive moisture shall not he cQmpacted until it is dry enaugh �o obtain the specified campaction. H. � Compact�ng: Each layez of earth fill shall be campacted by approved tamping or sheepsfoot rollers, gneumatic tire rollers, or at�.er mechanical �eans acceptab�e ta the Qwner. Hand-directed compaction equip�ent shall be used in areas inaccessible to vehicular compactors. I. Grading: Eznbanlunents shall be constructed in praper sequence and at pxoper densities for their zespeciiva functions. All embankment s�rves in one capacity or. another as subgrade (e.g,, under topsoil, under concrete and asphalt pavement, under structures, etc.}. Accordingly, th� upper layer of embankn�eni shall be graded to within plus or minus Q.10 foat of prnper subgrade elevation prior ta dapositing topsoil, and prior tp the construction of pavements, slabs, etc. 3.Q5 DENSiTY CONTROL A. Earth Embankment in Gen.eral: Earth eznbankment shall be compacted in lifts at a miniz�num of ninety percent (9D%) of Standard Density ASTM D698 with plus four percent (4°/n} or zninus two percent (2%) percentage points of optimum moisture content. B. Earth Ez�ribani�ment Under Structures and Pavement: The to� six (6") inehes o�natural earth comprising the subgrade for stzuctural slabs or for areas of paveme�t shaZl be ninety five pereent (95%) to ninety eight pez'cent (98%} o� Standard Density ASTM EARTHWORK 023Q0 -5- D698 with the moisture eontent at minus two percent, (2°/n) to plus four percent �4%) of optimum moisture content. 3.06 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all eznbankm�nts that are to functian as subgrade far structures, areas of pavernez�t, or for select embamkment. After completion of the ezribankment, the Contractor shall prevent excessive loss of moisture ir3. the embankment by spri.nkling as required. Loss of moisture in excess of two pereent (2%) below optimurr� in the top twelve incf�es (12"} of �he fill will require that the top twelve inches (12") of the ernbankment be scarii'ied, wetted, and recompacCed prior to placement af the structure, select fill or paveznent. 7f desired, #he Contracfor rnay place an asphalt rnembrane of �mulsified or cutback asphalt ovez the completed embankment az7d thus eliminate the sprinlcling requirement. 3.a$ TOPSOIL REPLACEMENT: Topsoil shall be carefiilly �laced ta avoid any displacement or darnage to the subgrade. Tf any o� �he subgrade is n�tted, damaged or displaced it shall be restored prioz #o placing tapsaiI. Topsail shall be replaced as speci�ied hezein per Ttern 3.02. END OF �ECTIOI`T � 1. ,. I �.. _ e �� ,a� i `, � �aRTxwa�c 02300 -6- -SECTIQN 02$60 � PLAYGROUND EQUYPMENT PART ] - GENERAL ' 1.�1 DESCRTPTrON A. Tlus section shall include a11 materials, labor, tools, equipment, transportation and supervision required iar the installation of new playground equipment. 1.02 RELATED WORK A. Section 02870 - Site Furnishings B. Sec�ion 03300 - Cast-In-Place Concrete I.03 QUALITY AS�UR.ANCE A. Codes and Standards: AII equipment and m�terials shall meet the standards and requir�ments of the latest editions of the U. S. Consumer Product SaiFeiy Commission's (CPSC) Handbook for Pub�ic Playground �afety and of ASTM Designation F1487: Standard Cc�nsumer Saf'ety Perfozznance Specification for Playground Equi�ment for Public Use. B. Submittals: 1. Submittals Prior to Canstruction - Submit manufacturers' dacumentation of praduct compliance wrth CPSC and ASTM F1�4$7 Standards including: a. All paints and oiher similar finishes must m�et th� currenf CPSC regulation for �ead iur� paint (0,06 percent maximum lead by dry weight). b. R�gardless af �he rrfaterial or the treatment process, the manufacturer shall ensure that the users of the playground equipmeni cannot ingest, inhale, or absorb any poteniial�y hazardous amounts oisubstances thraugh body surfaces as a result of contact with the equipment. c. Submittals must be reeeived and approved by the Projeci Manager prior ta o�rdering equi�rnent. Refer to General Requirements — Section 41640 — I.02 PLAYGROUNi� LQUIPMENT D2860 1 2. Submittals Priar to Proj ect Acceptance — Gontractor shall submiC all maufacturers' Iiterature to the Project Manager prior to acceptazj.ce of �e proj ect. PART 2 —1PRODUCTS 2.01 A. Contractor �o provide and axistall Powerscape Modular Unit Play Structure as indicated on the plans. Colar to be seleeted by Projeet Manag�r. B. Contractor shaI.l provide and install Platfozxn Whirl — hydxaulic brake as indicated on the plans. Color to be selected by Project Manager. C. Contractor shall provide and install Buck-A-Bout as znc�icated on ihe plans. Color to be selected by Project manager. � D. Contractor shall provide and instail Spring Animals {2) as indacated on the plans. Color to be selected by I'roj ect Manager. E. Contractor shall provide and insta112 Bay Arch Swing w/2 Toi Seats and 2 Belt Sea�s as indicat�d on plans. Color to be selected by Pralect Manager. F. Povverscape Modular Unit, Gametime No TFWNP 101 C. Pla.tform W'hu•1, Garnet'rme No. 919, Spring Animals (2), Gametime No. 161, Buck-A-Bout, Gametime No.243, and 2 Bay Arch Swzn,g, Gametime No. 10847 & 10848 all available frorn: Modlin Reczeation Equipme�nt, Inc. P.O. Box SOQ48 Denton, TX, 762(?6-Q448 1 (800) 433-5347 PART 3 - EXECUTION 3.01 GENER.AL: All items shall be supplied and installed by Contractar as shown on the plans and as recommended by th� rrianu�acturer. 3.02 FALL ZQNES: Coniractor shall verify all �all zone clearances onsite prior ia installing the equipment. Natify the Lan�scape Architect o�any canflicts or discrepancies. 3.03 CONCRETE FOOTINGS: The finishec� grade of all coner�te footings shall be set twelve inches below the finish grade of surfacing mate�rial. 3A4 FASTENERS: AlI nuts and bolts shall be upset and ta.ck welded ta pxevent disassembly. PLAYGROUND EQUIPMENT 02$60 2 3.05 PROTECTION: Gontractor shall be responsible for protection of unfinished wark and shall erec� temporary si�mage and barriers as necessary to prevent park users from utilizing unfinished equipment. END OF SECTI�N 5 � . � � F I �1 � l il � � a PLAYGROC]ND EQUiPMLNT 02860 3 � SECTION 02570 - SITE FU1tNISHINGS PART T - GENE�AT 1.01 DESCRTPTION Furnish and sup�ly a111abar, equipment, materials and incidenta�s necessary to assemble, install and otherwise construct park equipment as listed under producis. 1.02 RELATED WORK A. Section 03300 - Cast-in-Place Coz�crete. B. Secnon 07920 - Caulking and Sealants ., � 1.03 QUALITY ASSLJR.ANCE A. AIl equipment shall be free of sharp edges and corners, or extremely rough surfaces. : [i � All materials shall be new and eonform to aIl standards as specified. The bidder shall be responsible for defects in equipment due to faulty rnaterials or manufacturing, damage or loss. Metal shall be straight or at design radii or bends, without kinks, and shall be true to shape. E. Codes and Standards: A1� "accessible" site furnishings shall comply with the current Texas Accessibilitv Standards (TAS� of the Architectural Barriers Act, Artici� 9102, Texas Civil Siatutes (512) 453-3211. 1.04 PRODUCT DELNERY, STOR.AGE AND HANDLING A. Pratect from inclement weather: wet, damp, extreme heat ar cold. B. Store in a manner to prevent u�arpage andlor bowing. 1.05 3OB CONDITIONS The contractor sha11 be responsible for protectio�n of unfinished work and shall be respansible for the safety of park users utilizing unfinished equipment. SiTE FURNISHINGS �2870 -1- l � PART 2 - PRODUCTS 2.01 8' PICTTIC TABLE; Gam�tirne Na 1$70: 8' PVC caated table/seats wi�th 2-3/8" galv. {non coated) frame Modlin R�creatxon Equipment, Inc. (800}433-5347 I 2.Q2 6' BENCH: I Gametime No. P- 1$35: 6' bench with back in ground. L�g extensions required %r in playground mounting. PVC coated seatlback with galv. (non coated} frame. Modlin Recreation. Equipment, Inc. ' ($00}�433-5347 :i 2.03 STANDARD STOVE: ' Gametime No. 51: Standard Sfiove in ground. . _ Modlin Recreation Equiprnent, Inc. (800)433-5347 P.ART 3 - EXECUTION ' 3.01 INSTALLATION � A. Fasteners: All nuts and bolts shall be upset and taek welded to pXeve�t disassemhly. � B. Manufacturer's Installation Instructions: The Contxactor s�.all follow the manufacturer's installation instructions and give the Landscape Architect the insiructions for filing, unl�ss otherwise sta�ed. Sct bsnches and picnic tables i, level. END Ok' SECTION :� :l � 3ITE FUTtNCSHINCS 02870 -2- SECTION 02930 - SEEDiNG PART 1 - GENER.AL 1.01 DESCRiPTION A, Woxk Included: Seeding of grass seed or wildflawer seed, as specified on the plans. B. Related Work Specified Elsewhere: Section 023D0, Earthwork. 1,�2 REFERENCE STANDARDS IA. Standazdized Plant Narnes 1. For exatic plant materials: American Joint Committee of Horticultural Nomenclatu�re, Second Ediiian, 1942. � 2. For native materials - a. Manual of the Vascular Plants of Texas by Correll and 7ahnston b. Check List af Vascular Plarits oiTexas by Hatch � c. Flora of Nortb Central Texas by Shinriers and Moller B. ..Texas Highvvay Department: Standard Specificaiions for Construction, Itern 164, "Seeding for Erosion CantroI" and Item 150, "Wildflower Seeding". 1.03 SUBMITT.ALS A. Seed ; 1. Vendors' certification that seeds meet Texas Siate seed law including: �' a. Testing axid labelin� far pure live seed (PLS) - b. Nam�: and type of seed � 2. If using native grass or wildflower seEd, seed mus# have been harvesied �vithin one hur�dred (100) miles of the canstruction site. 3. All seed shall be tested in a laboraiary with certified results presented to the City, in writing, prior ta planting. �. AIl seed to be a�'the previous season's crop and the date on the cantainer shall be � within twelve months of the seeding date. ' S, Each species oi seed shal.l be supplied in a separate, labeled container for acc;eptance by the City. r � B. Fertilizer . 1. Unopened bags labeled with tk�e analysis � 2. Con�'orm to Texas fertilizer Iaw 1.04 JOB CQNDZTIONS ` I A. Planting Season: The season varies according to species {see Part 2- Products). Do not seed when soil is excessively wet or dry or when wind exceeds ten (10} miles per hour, � B. Schedu�e After All Oiher Construction and planting is comp�ete. SECTION 0293Q - SEEDiNG -1- d C. Frotect az�d Maintain Seeded Areas l. From ero�ion 2. �'rom traffic and all ofher use 3. Unta� seeding is cornpJ:ete and acc�pted 1.05 QUAI�ITY CONTROL The contractor who plants the seeds, whether th� ger�eral cantractar or a suhcontractor, is responsible for daily supervisian of his crevv, and for �e planting and maintair�ing v� seed�ings until acceptable, viable growth is achieved and the proj ect accepted by thE City. I PART � — PRODUCTS 2.01 MATERIALS A. Se�d ' All seed shall be planted at rates based on pu�'e Iive seed (PLS = purity x genninatian) per acre. � ,Substitution of individual seed iy�aes due tn lack of availability shall be made only by tki� � City at the time of plan�ing, The CQniractor shall notify the City, prior ta bidding, of difficulties locating certain species. Only those areas indicated on the plans and areas disiurbed by construction shall be s�eded. Prior to seeding, each area shall be marked in the field and approved by the City. Any adjustment of area lacation by the City shall be cansidared incidental and shali not entitls the Contractor to additional cozn:pensation. • Weed seed shail n�t exceed ten percent (10%} �y weight of the total of pure live seed _ (1'LS) and other material in the mixture. 7ol�songrass and nutgrass seed shall not be allowed. The seed shall be clean, dry and harvested within one year of planting. 1. Non-native �rass seed shall consist of: If planted between Aprii 15 and Sep�ember 10: Lbs./Acre Common I`dame Scientific Name Purit 25 Bermuda (unhulled) Cynodon dactylon 85% 75 Bermuda (hulled) Cynodon dactylon 9S% Substitute the follovving if plan.ted between Sept�mber 10 and April 15: 220 Rye Grass Lalaum multiflarurn 82% 40 Bermuda {unhulled) Cynodon dactylon 84% I S�CTION 02930 - SEEDING , -2- Germination 9Q% 90°/a 80% 85°/a 2 Native grass seed - The se�d shall be planted b�tween February 1 and October 1 and shall consist of: Lbs. PLSIAcre Commoz� Name Bataz�ical Name 16 Green Sprangletop Leptochioa dubia 40 Sideoats Grama'� Bouteloua curtipendula 64 Little Bluestem* Schizachyriurn scopariur� 200 Buffalograss Buchloe dactyloides 40 Indian Grass* Sorghastrum avenaceum lb Big Top Lovegrass* Eragrastis hirsuta 1b Weepia�g Lovegrass Eragrostis curvula 80 Canada Wild Rye* .�lymus canadensis var. canadensis *These grasses are not to be planted within ten feet of a z'oad or parking lot ar �� within three (3) feet of a walkway. 3 Wildf�ower seed - All wil�flower seeds are to be hand broadcast, (see 3.02,A). �' The seed shall be planted between March 5 and May 31 or b�iween Se�tember 1 . and D�cember 1 and shall consist af: � Lbs. PLS/Acre 10 20 50 10 10 20 10 3 10 10 Comrnon Name Foxglove* Lanceleaf Coreopsis Bluebonnei Pink Evening Primrose Purple Coneflower* Indian Blanket Mexican Hat Maximullian Sunflawer'� Winecup Lemon Mint* Botaz�.ical Name Penstemon cobaea Careapsis lanceolata Lupinus texensi� Oenothera speciasa Echinacea purpurea Gaillardia pulchella Ratibida colurnnaris Helianthus rnaximilzana Callirhoe invol�scrata 1Ylonarda citriodara *These wildflawers ara noi to be plan�ed wiihin ten feet of a road or parking lot or wi.thin thr�e feet of a walkwvay. , , �. Temporan+ erosion control seed When sp�cified on the plans, temparary contrnl na.easures �hall be performed. �� Th.ese measures shall consist of the sowing of cool season plant seeds and the , vwork and materi.als as required in this section. B. Mulch I. Muleh should b� designed far use with conventional mechanica� or hydraulic planting of seed, either alone or with fertilizer. 2. Mulch should be wood cellulose fiber produced from virgin wood or recycled paper-by-products (waste products from paper mi�ls or recycled newspapez). 3. Mulch should cvntain no growth or gerrnination inhibiting factors. 4. Mulch should contain no more than ten percent (10°/a) moistwre, air dry weight basis. SECTFOIV 02934 - SEEDING -3- 5. Additives shall include a binder in povvder form. 6. �Vlatezial shall form a strong moisture retaining mat. C. Fertilizer I. A11 fertilizer shall be delivered in bags or con�ainers clearly labeled showing fihe axj alysis. 2: A11 fertilizer sha11 be in acceptable condition for distribution and shall be applied uniformly over the planted area. 3. Analy�sis a� l 6-ZO-0, 16-5-$, or as designated on the plans. Fertilizer xate: a. No fcrtilizez zs required for wildflo�er seeding. b. Where applying fertilizer on newly established seeding areas - 100 pounds af Ntzogen �er acr�. c. Where applying fertilizer on established seeding areas - 15(} pounds of Nitrogen per acre. D. 'vVater: ShalI be furnished bv the Contractor by means of temparary metering I irrigation, water truck or by any other metiiod ne�essary to achieve viable, acceptable stand of turf as noted in 3.04.B.2. of this specification. The watc:r source sl�all be clean and free of industrial wastes or other substances harna�.fuI to ihe germination of the seed or to the growfh of the vegetatian. The amaunt of water will vary according to the weathez� ' .. varia�Ies. Generally, an ampunt of water that is equal to the average amount of rainfall plus one half inch (1/2") per week shauld be applied �or approximately three weeks ar until project is accepted by the City. • E. Erasion Control Measures 1. For seeding application in areas up to 3:1 slope, use ce�lulose, fiber or xecycled � _ �aper mulch, (see 2.41, B. Mulch and 3.03). � 2. For seeding application in areas 3:1 slope or greafer, use the following soil retentian blanket {Follaw the manufacturer's directions): ' "Curlex T" from Arnerican Excelsior, 900 Ave. H East, Post Office Box SbZ4, . Arlington, Texas 7b001, 1-800-777-SOIL. 2.02 NII�1NG � Seed, mulch, fertilizer azld water may be rnixed p�o�ided that: 1. Mixture is uniformly suspended �o farm a homogenous slurry. � 2. Mixture forzns a blotter-like ground caver impregnated unifarrnly with g:rass seed. 3. Mixture is applied within thzrtq (30) minutes after placed in the equiprnent. � :6 SBCTION 02930 - SEEDING -4- PART 3 — EXECUTION 3.01 �E�DED PREPARATIQN A. Clear SurFace of All Materials, Such As: 1. Stumps, stones, and othex ob3acts Iazger than onE inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects �hat may interfere with seeding csr maintenance. B. Till�zzg l. Tn all compacted az'eas till one inch (1") deep. , 2, Zf area is slop�d greater than 3:1, run' a tractaz parallel to slopc to prp�ride less s�ed/water run-off. 3, Tn areas near trees: Do not ti11 deepex than one half (1/2") inch inside "drip line" � oitrees. C. Watering: Soi1 should be watered ta a xx�.inimum depth of fouz inches within foriy eight ' (48) hours of seeding. 3.02 SEEDING , A. If Sowing Seed By Hand 1. Broadcast seed in two directioris ak right angles ta �ach other. � 2. Harro�v or rake lightly to caver seed. 3. Never cover seed with mare soil than twice its diameter. 4. For wildflower pla-�tings, scalp existing gxasses to one (1") incb, r�mave grass elippings, so seed can make contact witi� the soil. B. Mechanically Seeding (Drilling): If inechanica�ly seeding (drilling} t�.e seed or seed mixYure, the quantity specified shall be uniformly distributed over the areas shown on the plans or where directed. All varieties of seed, as well as fertilizer, may be distributed at the same time pro�ide.d that each component is uniformly app�.ed at the specified zate. Seed shall be drilled at a depth of from one quarter inch to fhree eigb.�h inch {114"-3/8") utilizing a pastur� or rangeland #ype drill. All dr�lling is to be on the contauz. After planting, fhe aarea shall be roll�d with a roller integral to tbe seed drill, or a corrugated roller of the "Cultipacker" ty}�e. All rolling of slope areas shall be on the contour. 3.03 MULCI-�IlVG A. App3y uniformly after campletion of s�eding iz� areas up to 3:1 slppe, Mulch may be applied concurrently with fertilizer and seed, if desired. B. Apply at the followi�ng rates unless otherwise shawn on plans: 1. Sandy s�i1s, flat surfaces - minimum I,SDO lbs./acre. 2. Saz�dy soils, sioping surfaces - minirnum 1,8001bs./acre. 3. Clay soils, flat surfaces - miz�.imum 2,SOO 1bsJacre. 4. Clay soi.ls, sloping surfaces - minimum 3,000 lbs./acre. SECTION (?2930 - SEEDING -5- 5. "F1aY' and "sloping" surfaces will be shown an the plans if not visually obviaus. C. Apply wi�hin thirty {30) minutes after placement in equipment. K�ep mulck� moist, by daily water application; if necessary: 1. Far approxiFnately twenty-one (21} days, or 2. Until seeds have germinated and have rooted in soil, (see 3.04.B.2.} and praject has been accepted by the City. , , 3.04 MAINTENANCE ANI] MANAGEMENT A. Includes protection, replantxng, maintaining grades and immediate repair of erosian �; damage until the project receives final acceptance. Refer to Part 2— 2.Q1— D. for � watering requirernents to be executed by the contractor. ' ° B. Replanting L Replant areas where a stand of grass ar wildflowers are not present in a reasonable length of time, as determined by the Czty. ; 2. A"stand" shall be defined as: . a. Bermuda/Rye grasses: Full coverage per square foot established within two to three (2-3) weeks of seeding date on a smooth bed free of foreign , material and rocks or clods Iarger than one inch diameter. b. Native grass and wildflowers: eighiy percent (SO%} coverage of gror�ving plants within seeded area within twenty-one days a:f seeding date on a ' srnooth bed free of foreign material and rocks or clods larger than one inch d'zameter. END OF SECT�ON SECTION 02930 - S�EDING -6- SECTION 03300 — CAST-IN-PLACE CONCRETE PART 1 - GENERAT, 1.01 SCOPE OF WORK A. Concrete Sidewalk B. Concrete Handicap Ratnps C. Picnic Tabla Slal�s D. Playgraund Edging E. Concrete Walls and Footings F. Related work elsewhere: Section 07920 — Caulking and Sealants 1.02 QUALITY ASSLTRANCE Reference Specificatinns: The work under this division of the ��ecifications shall conform general�y to the requirements af Itezn 314 -"Concrete Pavement", Item 405 - "Concrete for Structures", and Itern �10 —"Concrete Stzuctures" of the City of Fort Worth's Staz�.dard Specifieations for Street and Storm Drain Construction. PART � - MATERTALS 2.01 FORMS Fo�rrns sha11 be of ample strength, adequately braced, joined neatly and tightly aand set exactly to established line and grade. � 2.Q2 REINFORCING MATERiALS , • Reinforcing Bars: Reinforcing bars shall be round.deformed bars meetzng tY�e requirements of the current standard Specifications far Inte�rnediate Grade Billet Steel Concrete Reinfozcing Bars of the A.S.T.M. Designatian A-615. Reinforcizzg bars a# the , time the concrete is placed shall be free from �rust, scal0 or ather coatings that wilI destroy or reduce the bond. General reinforcing bars shall be number three bars spaced 1$ inches on center in walks and 12 inches i� slabs as shown on Plans. 2.03 CONCRETE MATERIALS , A. Cement: Portland cement shal� meet the requirements af A.S.T.M, Specifications Designation C-150 azxd shall be Type 1. , B. Aggregates; Concrete aggiregates shal� consist of gravel or crushed stone and shall be free from any excess amount af salt, alkali, vegetative matter or other objectionable materials. The aggregate sha11 be well graded from fine to caurse � and �he maxizx�urr� size shail be one inch . Fine aggregate shall consist of sand C. Watex: Water used in mixing conerete shal� he clean and frec from deleterious �� arnounts of acids, alkalies, vegetative matter ar organic material. The concrete shaIl be mixed in aax agprQved batch rnixer. Th� mixing time shall not b� less than one minute after all the batch materials are in the mixer. Cement content CA3T-IN-PLACE CONCRET� 033Q0 -1- shall be not Zess than five sacks per cubic yard of conerete and shall have a minimum 2� day compressive strength of 3,OQ0 psi. D. Mixing: Transit mixed concrete shall meef ail the requirements for eonc�ete as specified abov�. Sufficient transit mix equipment shall be assigned ex�lusively to the proj ect as required for contiz�uous pour� at regular iniervals withouf stopping or intennzpting. Conczete shall not �� placed on the job a�ter a period of 1 112 hours after tk�e ce�ment has been placed in the rnixer. 2,04 RELATED MATERTAL � � A. Expa.�sion Joi�nt Filler: Expansian jaint material shall be one inch clear heart redwoad with cap an.d paved cross sEctian as shvwn on the plans � B. Dowels: Dowels far expanszon joint� shall be number four smoath raun.d steel bars with expansion tubes as shown on Plans. Dvwels sk�a11 be placed eighteen inches on center or as shown on Plarzs. � " C. Curing Coz�r�pound: The membranous curing compound shall caz�nply with the ., requizeznents of A.S.T.M., Designation C-309, Type 2, vnhzte piginented. � D. PVC Slee�ves: The Contractoz shall furnish and install four inch class 200 PVC - pip� sleeves under concrete walk as sk�own on plans and details, 2.Q5 E. Caulking and Sealants — See Section 0'7920 CONCRETE MIX DESIGN AND CO�ITROL A. Mix Design: Th� concrete shall contain not less than �ive sacks of cemeni per cubic yard. Total water shall not exceed seven gallons per sack of cement. The mix sha11 be uniform and wor�table. The amount of course aggregate (dry-loose voiurrxe) shall noi be more than SS pereent per cubic yarci of concrete. The net aznount of water wrill be the amount added at the mixer plus the free water in the aggregate or mznus the amoun# of water needed io compensat� for , absorption by the aggregates. Free �vater or absorption determinations wi�l be based on the conditian of the aggregates at the tizne used. The absorption test wi�l � be based on a thirty minute absorption period. No waier allo�c�vance will be made , for evaporation after batcl�ing. B. Slump: Wl�en gauged by the standaard slump test, tlae se#tlement of the cQncrete . shall not be less than 3 inches nor more than 5 inches, unless otherwise indicated. C. Quality: The concrete shall I�e designed for a rninimurzi campressive stre�ngth of 3,000 pounds per square inch at the age of twenty-eight days using a 5 sack mix. CAST-I3�I-PLACE CONCR�T`� 0330Q -2- D. Control-Submiital: Within a peziod o�not less than ten days prior to the start of concrete operations, the Contractor. shall submit ta the Engineer a design of the concrete m3� prop�sed to be used togeilier with samples of all materia.ls to be incorpozated into the rnix and a full descriptian of the source of �upply of each material cornponent. The design of the concreie mix shall conf'orm wit� the provisions and limitation requireznents of these specifications. All material samples submitted ta �he Engineer shall be sufficiently large to permit laboratory l�atching for the construction of iest beams to c�eck the adequacy of the design. When the design mix has been approved by the Engin�er, there shall be r�o change or deviation from ihe proportions thereof or sources af supply exc�pt as h�.reinafter provided. No cancrete mav be nlaced on the iab site until the mix, desi�n has been anproved bv the En�ineer in writin� to the Contractor. PAR.T 3 - EXECUTION 3.01 REINFORCTNG Metal reinforcing shall be accuraiely placed in accordance with the Plans and shall be adequately secured 'zn position by concrete, metal, or plastic chairs and spacers. Bar splices shall overlap at leas# twelve inches. The re-bars shall be bent cald. 3.U2 30Il�ITS A. Expansion Joints: Expansian joint materials shall be insta]led perpendicular to the s�.irface. The bottom �dge of the material shal] extend to or s]ightly below the bottom edge o#'ih� slab and the top edge shall be held appro�ti�nately 1/2 inch below the suz-face of t.�ie slab. The edge of jaints shall be t�oled wif,h an edging too� having a 1/2 inch radius. B. Contraction Joinfs: Contraction joints shall be 1/4 inch�wide by 314 inch deep, tooled joints plac�d an six f4ot centers, unless otherwise indicated. Cantraction joints will not be xequired to be sealed. Sawed joinis may be alXowed only if speeifically approved b� the Engineer. xaints wi11 be sawed as soon as sawing can be performed without strzpping aggregate�frozn the concrete, generally within t�velve to twenty-fouz hours after placement, and they shall be cozz�pleted before �ncontroll�d cracking of th� paveznent takes place. , � C. Construction Join.ts: Constnzction j oints shall be installed in all conerete work at the locations shown on the Plans. Construction joints fo:hmed at the close of each , day's work shall be located at any of the controi jaints �esignated on the Plans. Joints may be constructed by use of wood ar preformed rrietal buikheads set tr�e to the section af the finished concrete and cleaned and oiled. S�rplus concrete on . the subgrade shall be removed before resuming concreting opezaiions. 3.03 PLACING C(�NCRETE � � Placernent of Concrete: The concrete shall be rapiclly deposited on the subgxade immediately after rnixing is completed. Subgrade and farms shall be dampened prior to � placemeni of the cancrete. The con�rete shall be iransparted, placed and spread in such a CAST-IN-Pi.ACE CONCRETB 0330Q � -3- � manner as to prevent segregation of the aggregate or an excess ainount of water ar�,d �ine materials to be l�rought to the surface. 1'10 concret� sha]I be placed when the air texn.perature is less than forty degrees �ahrenheit nor whan the temperature of the conerete is eighty-five degrees Fahrenheit or higher, without appraval of Construction Inspectax. Placement shall be carried an at such a rate tk�at the concrete is at all times plastic and flaws readily into the space beiween the bars. No concrete that has partially hardened or that has been contaminated by foxeign material shall b� depasited in the work nor shall retempered concrate be used. �ach secti.on of pavement between expansi.on and eonst�etion joints shall be placed nnonolithically. A11 cc�ncret� shall be thoroughly compacted by suitable means during the operation of plac�ng and shall be thoroughly wvrked araund reix�forcement and embedded fixtures and into the corners of the forms. Special care shall be taken to prevent voids and honeycombing. The concrete shall then be stzuck off and bull-float�d to the grade sl�own on the Plans 6efore bleed water has an opportunity ta collect on the surface. � 3.04 �`TNISHII�TG .� , All concrete shall be finished Y�y experienced, qualified concrete �'inishers. All concrete shall have a neat, rounded edge. Edging and jointing (radius described on Plans) s�a�l be accomplished with c�xe so as not to leave deep impressions in the concrete sur�ace adj acent to edges axid j oints. Af�ez' the concrete �as been floated and has set suff�ciently t� support the weight of cement finishers, a smooth steel irovvel ruill be used to praduce hard surface. The entire surface will then be brushed with a stiff bristle braom ta produce • a uniforzx� textured t"inish. AIl edges and sides of concrete exposed ta view shall be free of wazp and blemishes with a�.uliforxn texture and smooihness as described in Plans. 3.05 CUR.ING Curing Compouz�d: 7mmediately after the f nishing operatians, the concrete sh�11 be completely covered with a curing compound. The concrete surface shall be kept moist between finishing operations and the application o�the curing compound. The cu�.ng compound shall be applied under pressure by means of a spray nozz3e at a rate not to exceed 204 square feet per gallon. A minimum of 72 hours curing time will be required. 3.0� CONCRETE WALLS A. Placing Concrete 1. W�ere tremies are used, or where tb.e free drop is S'-O" ar more, and through reinforceznent, use a dumping bax or ba�rd, moving the concrete ther�from by shovels ar hoes. 2. Deposit concrete so that the surface is kept levei throughout, a mzn.imum being permitted to flow frann one position to another, and place as rapidly as p�acticable after rnixing. 3. Do not nse in this Work any concrete not placed within 30 minutes after leaving the rnixer. CAST-IN-PLACE CONCRE7`L Q3304 -�4- 4. Thoroughly work concretE around reinforcement and embedded fixiures, and inio corners of farms, during placing opez�.tions. 5. Completely compact wiih tamping poles and by tapping fazxns until t�ze concrete is ihoroughly compact and without voids. Determine the number of tampers needed by the amaunt and method of placing concrete. 6, Exercise care to t�.mp cancreie vigorausly and thoroughly to ob�ain maximum denszty. 7. U�e rnanual �aFnpers as well as mechanical �zbratozs. a. Exercise care to direct the quick handling of vibrators from one position to another. b. Do no� over-vibrate concrete. c. , Do noi move concrete by us� of vzbrator. B. Finishing 1. .A.11 formed surfaces exposed to �iuw shall have a smooth form finish. 2. After conerefe has been properly placed and cured, sandblast �inu.sh if indicated on the plans and per specificaiian ,�ecti�n 03350. 3.07 PROTECTION Aftez concrete is placed, finished and cured as required, perrnit na iraffic thereon for three days thexeafter and further protect the s�rface from daxn.age due to other causes. END OF SECTION .� i CA5T-IN-PLACE CONCRETE 03300 -S- SECTION 0'i920 - CAULKING AND SEALANTS PART I - GENERAL I.O1 DEFINITIONS: A. The term "sealant" or "sealing" shall refer to exteri.or joints exposed to weather or interior joints exposed to .rnoisture. When "sealant" is used iu� an autside joint in alurrunum or steel frames, "sealant" shall be required on the inside joint also, B. The term "caulk" or 'caulking' (calking) shall re�er to interiar j oints not no�rmally exposed to weather or moistur� conditions. 1.p2 �UBMITTAL: A. Submit to Owner's repr�sentatiue manufacturer's literature, specification data, and. colar chart far all materials pz�posed for this project. B. � 7dentify their use and location. 1.03 GUARANTEE: The Contractor shall provide th� Inspector a manufaciurer's written guarantee on all ja�in�t sealing materials. The manufacturer shall agre� to provide any replacement material free of charge to the City. Also, ttae Contractor shall pravide the Engineer a written warranty on all sealed j oiz�ts. The Contractor shall agree to replace any failed joints at no cost to the City. Both wazranties s3�a11 be for one year after final acceptarice of the completed work by the Engineer. PART �-PR�DUCTS 2.aI SEALANTS: As manufactured by Pecora or appro�ed �qual. A. Conerete-fo-Concrete {Horizontal Joint): NR-201 wifi1� priurner. B. Masonry-to-Masozuy or Concrete-to-Conerete {Vertzcal): Dynatrol II 2.02 PRIMERS: Type as manufactured by manufacturer of sealing ar caulking material and cornple#ely compatible with compound. 2.Q3 JOINT BACKING; Rods ar tape in sizes and types as recornmended by manufacturer of sealing or caulking material, and corzxpletely compatible with compound. CAULKING AND S�ALANTS 07926 -]- � PART 3 - EXECUTrON 3.OI GENERAL: A. Work shall be perfortned by experienced rnechanics skilled in execution of type ' af wark required and in application of specified materials. B. DeIiver materials to job site in original containers with manufacturer's nam� and brand cleariy marked therean. '; C. When perizr�eter j oints around frames that are to be caulked do nat have buiit-in ' stops or oth�r means to pre�ent depth of compound from exceeding 112 incb, pack joint wiih back-up ma�erials of co�rrect type and to the depth as necessary to pravide minimum 318" and maximum 1/2" depth of compound. D. Materials and methods sh.ali be as sp�cified herein, unless they are contrary to appraved manufacturer's d:irections or to approved trade practice; or unless Contractor believes they will.not produce a watertight job which he will �uarant�e as requzred. Where an.y part of fihese conditions occur, C�ntractor - shall notify Architect in writing. Deviation from procedure specified will be permitted only upon Architect's approval and providing that work is guaranteed by Cantractor as specified. E. If, prior to beginning work, Contractor does not natify Architect in writing of � an.y propased changes, it will be assuzned that he agrees that materials and methods speeified wili produce r�sults des'vred, and �hat he will furnish requi�red guarazxtee. 3.02 PREPARATORY WORK: A. Wheze weather malds, staff beads, etc., do not fortn integ�rai part of fram�s io be � caulked, but are removable, rernove sarne prior to caulking, execute caulking, raplace molds, etc., and point. B. Clean all join#s, etc., that are to be caulk�d or sealed, prior to executing work. 3.a3 PRYMI�TG: When conditzons of joints so r�quire, or when types o:Fznaterials used adj acent ta �oin�s so require, or when campound manufacturer's recarnmendations so r�quire, clean and prime joints before starting caulking. E�ecute prirning operation� in strict accordance with manufacturer's directions. 3.D4 70INT BACKING: Jaint backing shall be installed in all joints to receive sealants. Backing shall be sized to require 20% tn 50% compresszon upon insertion, and shall be CAULKING AND SEALAN?'S Q79z0 -2- placed so that sealant depth is ap�roximately 112 joint width. In joints nat of sufficien� depth to allow backing, install bond breakizag tape at bacit of}oint. 3.05 APPLICATION: Apply sealant and caulking material under pressu�'e to fill joint campletely, allovving no air pock�ts or �oids. Taa� the j oint sur#'ace to compress the carnpaund into the joixzt: 3.06 THRESHOLDS: Place all exterior door thres�ialds iri a fill bed of sealant during setting proceduras. 3.07 CLEANING: Cleaz� adjacent sur�'aces free of caulkzng and sealant and c�ean all work af other tz-ades that has in any way b�en sailed by these aperations. Finished work shall be left in a neat arid clean eondition. END OF SECTION � � � .N CAULKII'dG AND SEALANTS 07920 -3- BIDDER'S STATEl�IENT OF QU,ALiF�CAT�ONS Firm Name: Date Organized: ❑ PARTNERSHIP ❑ CORPORATTON � Address: CitY: _ State: Zxp: Telephone Number: Fax Number; � Number of years in business und�r present name: Former name(s) of argani�ation: CLASSIFICATION: ❑ Genezal ❑ Building ❑ Elecfrical ❑ Plumbing ❑ HVAC � ❑ Utilines ❑ Earthwork ❑ Paving ❑ Other �' 1. LIST OF SIlVIILAR COMPLETED PROrECTS AM4UNT I TYPE OF DATE NAME and TELEPHONE NUMBER OF OF CONTR.AC`�' WORK COMPLETED 0,4�VNER Z. LIST OF SIMILAR PROJECTS UNDER CONSTRUCTION QR UNDER CONTR.ACT. AMDUNT TYPE OF DATE NAME and PHQNE NUMBER OF OWNER , OF CONTRACT , WORK COMPLETED � f3IL�DER'S S'I'ATEMENT qF QUALIFICATIONS -1- 1 3. LIST SURETY BONDS IN FORCE ON ABOVE INCOMPLETE W�RK {LIST 2): DATE OF TYPE OF AMOUNT aF NAME AND TELEPHONE NUMBER OF CONTR.ACT BOND BOND SURETy I 4, LIST CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERTENCE: BIDDEIt'S STATEMENT OF QUALIFICAIIONS -Z- . 12l2612�02 17.02 817794164� �ertE�cat� of Ir�suranc� io: Ciiy af �a�t Warih, Tex�s I�ate� C�ec�m��r 1 T, 200� PAGE �2 NA1�f� �F ���J�GY I�Lt�Yi�Rt�IJAI� [Mi���3V�M�NY� AT R10GL�A F#iF��'� 34�11� VAI� �14Ni�T �U[i�N P�R�tS ---- — — �"�OJ�CYNLJM��F�: C��i�-���9$��11(lQ�OlGiB�-�8018��6�00"10 I� T� �€i�YI�Y TI-i,aT: ���Il��t�.� �F� ����1� lRRI�AT�oN�L�4NbSC�.��. [f�C. Is�, al th� date of this cerliticste, Ins�uted �y thf� Gernpeey with respect ta th� qusi��ss aperations herai�afiier clesaribed, far tha typa of il�urana� and aeecerdance with pravisivn� ofthe standsrd �nlleie� used by this Campany, and [uriher herQinaRer de�dbed. Eacceptians ka skaf��lalYl palle�t natepi o� reverse side f�ere4F. TY�`� U� IN�LJ�AIVC€ Type oi Pv1icV � �aiic IVa. c�va Ex irdti�Y� Wcrker's Campsr�ss�1[nn � T911�73� 911102 �ft� Cornpreh�ne�uec3e��re1 (x) CLP3149�1f �!1la2 Liebility Ins�e�os (�ublio Liatw[iEYj BlgsEln� �. . (Xi CLP31d901� 9H1�2 Cotiapsa at �ul#elingg aa (j�� �I�P3td9dt 1 5T1l�2 �tnx:tute� adjacent to xoavati4� amegekolJnderground �(� CLP3149011 9lif02 Utili�ies SuIId8l8 RISk = � Campt�hensive ---(7� GAP312�481 911J02 Autarnablle P'viiay Cnnlractuail.ia�il�y (7C) CLP37490T7 �11142 [�#F1� m COBL� ��AVEN5 INS �l1/�3 9f1W3 -- �l11� 9l4N3 �1/(13 911 !43 Limi#s af LialaFtity Tex�s Statutory Em�+lcy�rs Liabiliiy $1,flU0,400 9od ily �njury: �aCh Oact�rrenceo �1,000,000 (") Proper�y oama�e: egch oca. $�nc�. f") _ �acFi occ_�no. �� _ ��ah c]c�. Inc. �ach O�v. �Ina ('� 6edfly tnjury: E$oh Person$�,OG�,400 �3L'• �ach Occ_ $Inel. {•)• PPOpe�ty Bams�e: Earh Occ. $inel t") 8QdiEy In)rary: �aeh o6c� �ind.("} Prap�lty Da�nag,�: �ach daa. $f[rof C1 —'— — Localfer�s cvYeYed; ��� nt I�drt 1Nor.� — ��ctlpilnfl oT 4perations C4Y�T�d' �lavoround lmrovoem�ts at lRldaiea Hills and Van,randt Gul nn Parks Th� a6ove pnliaies eilhet in If1e E14dy ther�af of by apprapfl�te �ndars�rner�ts provided th�ct tltey trtay not be changad or �anc�llcd by th� Ir��ure� lr, iPss thaR Fve (� daya ait�r th� In�ured has re�eived +r�rnt�r� nottce of s�ach oha�gelar cancsllation, Cfly M�ar� Wodh Is Inalud�d a� adttition�l ir�pre�i (exc�pt far wartcers' cvmpel�atlon). Where appii4diale [aeai laws ar reguiatia�l5 ►'�qulr� rnare tha� fiae (5j d�y� actuel notice af chaltg@ a► cancellstla� 14 be dssured, the al�ave �+llcies conteiR auch sp�c'ra1 raquir�m�nts, eithsr in the body #herepT or by &p�rOprlate endqr��ment 1h21'� RO aftached. �g�ncy: Cable �rav�ns 1n�ur�nc� 1�ge�,Gy A Hii�, Royal � Hami�on �omp�ny �� Bax 4a9; Arlin�tor�, �'�x�s 7�0�4 InsUranGe C�: Wor[�er�' Car'���nsatlon: Texas Mutu�aE A1i o r. �ituminou�Casuaity C rp �Y� J k Craw[�y, �c� res�d�r,t c�R�ca� o� �rsu�ANc� ,� TO: CITY OF FORT WORTH Date_ December 9, 2002 NAME OF PROTECT: PI,AYGROUND IMPROVEM�NTS AT RIDGLEA HTLLS AND VAN ZANDT- GiJIlr1N PARK5 PROJECT NUMBEA: C18$-08U18880002QIC188-0$01888a0Q1p �S TO CERTIFY THAT : SPRINKLE 'N SPROUT II2RIGATION/LANDSCAPE, INC. is, at the date of this certificate, Insured 6y this Company with respect ta the business operations hereinafter deseribed, for tha type of insurance and accordance with pro�isions of the standard policies used by this Company, and further hereinafter described. Exceptions to standard policy noted on reverse side hereof: TYPE QF INSURANCE Policy. Eff�ctive Expires Limits oF Liability Worker'sCompensatian TSF1062730 9/1./2002 9/1/2D03 $I,000,000 Comprehensive General Liability Insurance (P�blic CLP3149011 9/ I/2002 Liability) Blasting Collapse of Building or structures adjacent to excavations Darnage to Underground Utilities Builder's Risk Camprehensive Automobiie Liability Cvntractual Liahility Other �Bodily Injury: g/ 1/ 2003 Ea. Occurrence: $1, 000, QO l . Property Damage: Ea. Oecurrenca: $i • aoo • 00 ) Ea.Occurrence: $ Ea.Occurrence: $ Ea.Occurrence: $ CAP3122081 9/1/2002 GLP3 J.49011 9/ J. /2002 Bociily Injury: 9/ 1/ 20 D 3 �a. Person: $ �. o���ri�nC�: � �, ooa, oa.� Property Daraage: Ea. Occurrence: $ 1, 00 Q, 0 �) Bodily Injury: g/X/2p03 Ea.Occurrence: $ L,400, 0 Prope�ty Damage: Ea. Occurrence: $ 1, Q � 0, 0 Locatians covered: . � Descriptidn of operations covered: The above policies either in the body thereoi or by appropriate endnrsernent prov�ded that they may not be changed or canc�led by the insnrer in less than five (5) days after the insured has received written notice of such change/or cancelIatian. Where applicable local laws or regulations reqnire more than five (5) @ays actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in khe body thez�of or �y apprapriate endorsernent thereto attaci�ed. A�encv Gob1e—Cra�rens/HRH Companv af Da11as InsuranceCo.: WC—Texas Mu�uas Foft Worth Agent B�� _ _ A1I other — Bi�uminous Casualty Corp i � Addre�s 202 � Border ��201 Title� _� ..� _ __ Ar7.ingtan, TX 75Q10 • � — . • C�CV�RAC�'OR COM��IdNC� Wl fH WQRKERS' COMPEPlSATIOfV L�1W Pursuant to V.T.C.A. Labor Code �406.96 (2000), as amended; Contractor certifies that it pro�ides workers' compensation insurance �overage for all af its employees employed on City of Fort Worth Department of Engineering No.383�/3&36 and City of Fort Worth Project N�. Ci �8�0�01 ���OQO�OIC1 ���D�O� 8880UUfi 0. GONTRACTOR S�R1PI{���'N S�ROI�� IRR1GdilO.�IL SCAP� IP1C. � By: � Name: /I �°f,a�/�iorn�i Title: ��s• Date: /��/�-+O�i STATE OF TEXAS § § COUNTY OF TARRANT § / Befo�r me, the undersigned authority, on this day personally appeared ,Ce�r�� fl�o�-h� , known t� me to be tF�e person whose name is subscribed to the foregaing instrument, and acknowledged to me t�at he executed the same as #he act ancf deed af ���:°�K�'N s�Rovrin����rroN�u�nrosc�p�. rr� for the purposes and cansic�eration i�erein expressed an� in the capacity thereir� stated. Given Under My Hand and Seal of Offic� this /d day af ��c • , 20 0� . � �� �� Natary Public in and far the Stafe of Texas f�.,...:�- T, - .�.,E,, � -' r'oi..rt. {2��••���f,t � ����t�(�� lI11�fl1�AN �r #�o-',� �: r���F��� �trs�ic s��y!"'��� = St��te ui texas '�'�,oF �.��Corn�rr. �K�, (}4-03-2 ��„�,,.,, 003 �1,����r� 1 „ i � � �_ THE STATE OF TEXAS COUNTY OF TARRANT PERFORMANCE BOND § § § KNOW ALL BY THESE PRESENTS: That we, (1) SPRINKLE 'N SPROUT IRRYGATION/LANDSCAPE, INC., as PrincipaI h�rein, and (2} . *�` . a corporation organized under the ]aws of the State of (3) �� , and who is authorized to issue surety bands in the State of Texas, Surety herein, are held and fixmly hound unta the City of Fart Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum nf 4NE HUNDRED TWENTY-NINE THOUSAND NiNE HLJNDRED NINETEEN AND N0/100............ DoIlars {$129,919.001 for the payment af which sum we bind ourselves, our heirs, exeeutors, administratars, successors and assigns, jaintly and sevarally, �'irmly by these prese�nts. � WHEREAS, Principa] l�as entered into a certain written contract wiEh the Obiigee dated the 3rd day of December, 20Q2, a copy of which. is attached hereto and made a part hereof for all puzposes, for the construction of PLAYGROiIND IMPROVEMENTS AT RIDG�,EA HII,L� AND VAN ZANDT-GUINN PARKS _' NOW, THEREFORE, the co�c�ition oi this obligation is such, if th� said Principal shaJl faithfully perform ;� �' the work in accordance wxth the plans, specifications, and contract docurnents and shall fully indemnify and hold l. harmless the Obligee from all costs and damages which Obligee may su�fer by reason of Principal's defau�t, and �-; , reimbarse and repay Obligee �or all outlay and expense that Ob�igee may incur in makin� good such default, then this obligatian shali be vaid; athezwise, to zemain zn full %rce and effeei. �_ PROVIDED, HOWEVBR, that this bond is executed pursuant to Chapter 2253 of tlze Texas Government � � Code, as amended, and ail liabilities on tliis bond shall be determined in accardance with the pro�isions of such ;' statute, to the same extent as if it were copied at length herein, ��� >> IN WITNESS WHEREQF, tl�e duly authorzzed representaiives of the PrincipaI and the Surety have �, , execnted this instrument. � � **OLD REPI7BLIC INSU�2ANCE COMPAN'Y s-= � , �-- 7 a � �� . f i _ g� f §1 � �- S�GNED aad SEALED this 3rd day of Deeember, �QO�. ATTEST: ,��.,c� �,��P/i�� (Principa{) Secretary �SEAL} S�RINKL,� `N SP�OU� IRREGAiION/l�ANDSCAP�. IMC. PRINCiPA By: Name: ;f�6��� /irArn� Title: /�'�s . Address: �iDB �����NC� �OAD : C a � �� itness s to �rinc�pal � �_ C . � , A STr�--� � ` �� J�J��� ~-, � S�CrEt�Cy �� � RO,�iVOFZE, iX �6262 OLD REPUBLI� INSURANCE COMPANY SURETY � ' �� • (�. --� ���� By. � _� � : � . � NarrTE: �ACK M. CROWLE� Attorney in Fact (5 E A L) � Address: �.0. Box 429 ARLINGTON, TX 76004--a429 Witness as ta Surety Telephone Number: 8i7�'�g4-�6o0 NOTE: (1) Carrect name of Principal (Contractor). (2) Correct name of Surety. (3) Staie of incorporation of Surety Telephone number of surety must be stated. In additian, an oriainal copy of Pawer of Attorney shall be attached to Bond try th�e Attorney-in-Fact. The date of bond shall not be prior to date of Cantract. .- - Ii��'?� ���- - -. - - - - � � -... - � � __ : .. : , T -_ _ - = - - - = - - - - _ � � .:�- ;� -: � --_ -- - = --_ °- - - -_ - - _- - -- -- = � _ ��� ..: -. ,-. ;= ==_�:. =._. -: :� - � -_ .:. -._ _ .. -._ :: _.. _:-. _._- -� . _:_ �= � _ _ - _ " � , �- °._ ��s�a�i�e C�m an �. .� �---= _ � - -- _ . - -�� _ i R:�_ �lir�,*�.�_ __,..�. ._ ���.. .. � -�-- -= _, T � ., � . - . _- _ = = _ _��3��R:���{��V�Y = . _.__ :. --�- = �C��AL� f��t�f B'`�� -�i-��f���S�Et��' �`f�a���-�3�r1_1C�LIi= #����Qh�I�Al�i� ����i� �t��_1.�=i�ist���"�Y1G����.C�io�. -_,-. . �oes ma� ��rt�t�aneT __. _ - - - _ � - - _. . . . _: a�P�[r��, - : ` i�-:, - . . - _ _ � , _ _ _ _ _ - � V�A��1�I� �. -. ��lB�Ft'� ��€?-� � ,�F���.'�� � '��i`".�-�C�A�T�`.7�T�`.�-��� �,� �'�'�T.r�`�r _�'��i�`'�: _ �: _A -- rvms� - -: - � _ -_ - - --- - = -_ � -- ' -��`.�'�'� '��;���i��lrlv�-1 -�� .'- _- _� - _ ___ _, , =�_.: ._ - _- _ ' -_ - - - - - ` -�i��ru��a�d_:fat�fu� I��t��n��ri�-�t� �act� u�t�l� �a�Er ��auil�orr�. �r �or� b��if �f �h� ca����s ��+���r #a �xB�u�� det�ter and � ai�iz�fh��eal _o# �h��art���:�fre�eto (if ��� �s-re�inrs�:b�nds =ur����sr�re�o�g"n�za�s=��f��ynf�r�.oi�li�a�� �rj-���atii�rE� _ ��re���th�r���n��#��fi���c�-�n��ea��b��s��`��t�or�s__r�rara��layrr�ent.oi_��€'�as�est�s�ate�€re€�f����laor�s, .. ---=°v��_r_��r[agem�����ls��r�ous.u����r��#�i��.b.��ds,9r.�i��ci�tr�--�r-��ds�,.as f�iTlt7�sW _.___.�.. _� - _ =- ' ��r '�'�. �'�"�'� I��i1fi'�P�` 3�kF � -��'�' �C��." `'T�C� ��� �� �T I�GG�`�`.�� -8� _ _ . i � �TWQ -���3�,_�]a�7.�� �� �#�� �� 0 ) __._._ � � _ - _ ':� F�R �- ��I�E = _ _ - . -� .. ..__ .__.. --_ � _ . __� ._ _ __ �&Ls.����, �Gt�i,���� ��'_-��-IE "��R ��` . ��Ta'���f�=� �"���LD ml�i.� �'� :-������£��_:�: T�_.arrzi to<�t�d OLDf���L-�G�U�{A�I������,N�l#here�y and_al1 �3"�1he�ac��� said ��t9r��s-1r� F�c�.r�,ti�u�irt�t�.tfx�� p�'e��, �re. ��_ ��#t��:ar�d ��i�f�n�d_:�����u�aent �s ��v�i���.��infe�k c� �z�tor��a�gr�u�d=a�c��s r���d ��� a��atni��e���nade = � j � �tn���:� �y=�u�hor������ar�l�.of�iir�etar�-a�`,s�ei�l: rr��a3�rEg �e�d�n �=2�, �9�6 �'L�s _P-�vster��t#n�ay rs �d�r��ia_[ec� - -_ - . _ _ ^:=b�' fa�i�l__� �nd�r�rtd:��i ��.au�i�i�y o���f�tt�w{�c,�����or�s:a�c�p������: b+��d-0f-�����€���? A�P����IW�E _ �,�6t�������;1u1���-�8�-= _ _ ..: ------- -- �,�_ __ .... - - .� --- �_---:_ - - _-- _ - �` � - __ . .._ . __ � - - ., , . - _ -. - _ _ . ' � � ��CiLd€� ��L�€Ft�#-���n'�t�n, �r�s�c�it arar�y--ut���xeside����.�c�p���s�r�t}��int�fl�, i�-c�t�nc��rt��i t� .. _ -_�e�r�t��i o� �ss�#ax�°s�tai�r a#� �o�laar�' �-�{h�r�i��r ��e�ui��a�e��d.-�i't�dttz�c����=�iiv�#as�cF���i:soi�� --- --as_����f�c�a�tE�e�mp�=�rray_�#ee�=a�apc��r��F��w�r�#ltfpr��.�2��t�r�rr,pr�nted.�-at�f.�l����th�r�r�� _:- � tttr��eti��, a�s�ri�ri��r��c�.�rs�r���su��-a��ve��n�� �e�a� � ���-�o��t�o�and��-�r����t�ki��,�����n�es�.. � ��u�t��h�p�iig�tio�f �If �Cie�ds*��C�h�n �Ct]ot�ds, E�a��s�#t� borid� r�l�ii�� ef�iet��r i�r�€�� r�g'a�`���a�ly -� � � � , ���s, ��r�n����-#���tl�n�nt:��p�����i��t���y �iarid�. �k��id-_�i��r� ri�ay�r��#ct�-.���c�� �At�n�n�.Y ��evi��l��n�d � : '. _ __ - � . ... _ - -_ ��ar�y :su�h���in �=�h�rity �f �.�'�w���r��y �r�t�`���h.-o�#ic�;r-o�f���_�a�-�s �ffQ�es���Yi���#,.��c�e�t � : = -.- .. ._ �--- �t�� rnil�'ion r�olF��r� �s � �t� � � � �s�- � Y �, -- _ ,�����.�4 e � ��� r r�ed fd b�}���� �;r� �nal# r�t�� �t� hor�d�-�a����tv�#fk�� �aur# c�� �. _- : �o�e�nmsn�at-a�� fe�r�r�-ar� �#tz�'+�e�t-�e��t�r ��r�ds�`#r �d�r��iat�pur� - - _ � _ ..T _ - - - - - _ - - _ - -- - - - - - - _, �._= , = , . _-. _-, _ = - : - .. . _ . _._..__ _.. _ :.. - - �- - � - - -- - � - -�_..._ . -- _: �. �t����1/�E3��TH�R;.�Fra�y�c�i�r��e�ki�� re�gniz�r�_c��.-,���.sr�et��r�b���:ri��ll.b�e vali�a��i�r�di��ic�n f� ��y - - _ _ � : .c wF�err r��ct " - � - , . -#����s �€�r_�� �E�ri�ac��r� �#�st��"a�� �a�� ��a1 :, � _ : � .�.. . � � ���?i�t��c��t�n��� �n�v�e pt��e��-�I �� - - - - - -- _ - - �._.__._..:,.._. � - - �e re��'�d�F�� 2����r�t�� ������ai�t �e��e�a�, �r = - - _ - - - . . �' �� �v�i��i:si��1 b�r �al��lxf��r��it�t�ey in f�t,:a�5d s�l�-w�f� tfi��e�t�=t�i����r�Y-�f �se�1 �s r�c�u�_" -___ _ -- _ , ..� .._ - _ -_ - _ _ - . _� ._ _ ,-:-- - _ . - - -� _ - . _ _ -. - : ' _ � --._�... .. T �._ .� T. - - �- - �- -� - �- _ ��IL�J�#7 Fl����., tb�#h� �geia�r���t� des��rz�t�d ��v���d-#�e �e��k c�i #��-�r�s�-r���=��x�d _.�����t?it��ii an� =� : � ��vsr�r �f #Itt�rn����fi�r�ibn �ere��harizf���E�;�cecuf�ori��fC�a-� a�y bt�nd ���=�c�nfzanc�, ��tk�'�#��ip -�� : � �I��atra�s o� t�ie ��� and �.�� st��fur�c��t v�h�� ua �se�f�i�k� e iF� sam��r����� a� ther�gh���ixe�. - � -- -- ___ - _- - ,_ _ _ � .._ _ _: _ ��N'b�����Fi-E[��*�3L$.�FU� iIV�UR�iGE�-�3MF��'�k�as����d����pr�r��s_ta i�e s�n��i=+t���r`p�fi��r��_: _ - _ - ---.. �._ - - - � ��r�ir_��1=����f�ix�cL� --��..�f��f... _11�Oi1-��._ -_ .���-= � � p - - I ��- - _" _ . _ ' __ = ' _ - __ _ _�� �B�Y��r - 1G�WJ':''��r�LI����7Y�1CY�� �WS�F`�l1a-1' _- _ = l �-� �- • - _ .- ' '- �vY`'�'` '�R� ' ' — - .. . _ _._-� - - - ` �" ' " -,-- �. __�- �a - _ - - _ - _ _ _ �. -- -r. _-�w.,....__� _ _ _ _ - - - � � j`�pX1dI1Qp Y - � -� � � , �� _ _ ;..�. .' � ' _ - - . . _ ._. _ .'... _� ' ' ��_ �_ , — _�. : . LL-_=-�.�' � "_ �_ _ _ �� - � _ �� _ _ I� - 1 �-€� I_ .Y - - _ _ � _ ��� m xun4�,�a - - - -- �` -_'-- - -j III' r _ _ _ -� �.,51£-F��.�G10� -�_ - -= i��,'rler�`� j� _ �,'�iL'@ i3#E.'3IFrBB��= - � I _ - ___ ! ' _ - _ `. �r.lt-= '._..-. - . __. Y Y _ __._._. ....11lrilfllfl�H_ _ _' ' '- � _. ..��r��,� Snrr���v����t�r�.�����- ��.�:-- �.. °:� -= -_.--_ _.= - _ - = --- _ _ .. ._ -- � - - _ _ - � _ " �n�k�s �`-� =� day s����. _ � ��.�.. p�rsp�l��e b�'� m�; .� �A�Jf��, L€� _ _ �nc����E����T�R���zr�a��:�f��ai�t�v��u�a€��f�'�e�s�itt������i���F�A��.E���v,�io-���c��� _ ,�_`�li�a{aci5��.knsfri�rr���rr� ���;.�ac� a��av�c�c�.tt� ���tror� a�����ar�e�-a�d l��fn�.k�-� �ly �+nr�rr�, d���v�����p�isg�:��dsay, - -- : . -- =tl� �y�c�- ��e�a+d��t.#'��ser�_=�#. tk+�: corpe�a�n �f�sa�, �nd �ttf�E �e� affi��d fo t�sr: a�re rt�i,r�ne��� tF� seal s� ifi�.�a�atwr� - : �=.�[rd-���a�id �o�parate�e�d f�iei� �gt�ft�i'es �;���,OffiGer�: �e�_a.du��' �f�t��! �n� s�����{� �-s�ic�9�st�rn��-b�!:4f�;�a�it� _ _ .�� �� �rd Q� d�re����d a�ganiza� - - - - _ �_� - -_ _. - - . f��H�'v� __ _ ' - „ - - , ,_- - - _ �-' -� - fy'�" - R`G- _ _ , ,_ _..'.,' _ - . _ _ _ __ �. � poikRY — --- -'- - _ _ _ _ _ _ � __ __ _ 't - , yL __ _ _ . � .: _ - - ' "' . ....._ _` __ � � -�ir��� �0{�C��[.E�7 y�YJ �� �� �-� � - '"' _ - - - _ _ - - - - - - - - - '--'-- - -. � __.�.._ -_.� . .'---_,_.� �. �� _ .. . �^ .� . " _ ' - -- - - - _ - _ �> - �__ - _ _ _ . -�€�E���� — b� _._ _ - ' - _ �_ , ' - - �— - - - - - - .,. . - - _ - {� - `- � . . � ' :_:-�����i-1.GA�'�- _ �,- _ _'.. __--'-_ .._t: �':- _.._� _ _- _ - M�CCs�L�+l� I�e3C�}IY� ����c� - _ - .--._ ..-- -: �n . _ .�=�1�€�RdeTsrgn�; as�i���a�:�ecr�tary.�:t�� �L��?�F3La��.I�fJ�RANCE�ViPI�NiE,�-E�e��+l�rarr��-�rp�ra'Na�,��Rl'IF`1'^�ait#h� := - �r�:��ir=►c�ar�ci:atf�c�es��o�i���f atta�n�s� ��a������r�e ant#-h�s�o�b��n��v�k�c� a�c����rc��a��he F�scal�a�r�s s#���oarC- - - = - _ .. . .. = , _ � ;��n#�.�r�f�rc%�'s s/�et#c�rt�-t�r�i�P�ver��f�ito���a_r��.o��:���. -.. _-_ ___.. .-: �-_ _- _ - - _ - - = S� ���4� mIIfHWIpL/� ^ _ _ „ ._ __ `�-- _ _ ' _ ' _- _ __ _ _ _ _ _- _ _ �jS���sg�L� �. _ � _ _ ,_ � __ _ _ _ _ � :=� � � `�''��-� _ - ���9 ah� ���T������t�r.c3��P�a�t���5f� � �� �� ���-��� -- ��4� _ - - a� Nce.E.._.�awr�,� _ _ - _ _- � � .... ' ': ' �e�" r �i �j � . _ - - f.,..���7tT�� " _ - � �� - - ," "_ ' ._.., ' . .... . " ' � _" . . _ �"':` .- '-' - - -'-�..::-s aWll[�a!?--��C --- - - _ _ �� � _ - : ._. _- - = . . . ,_ Y - _ ' � ''�- <�C�$�i� �����H�' 3��SE��`� � �� - 71ss�ts��a�rei�ry ��n - - _ •_ ._ _� _ � : :. , ..." _� ,. _ . _ , . �;_ . �NAfrii[WN _ - - - ' . _ _ ' ���, _ ' ' _ '_ _ _ '_'-::c.:'_'__ - - ' _ -- ' - _ _ " .- _ . _ �_'.,,"' _ .: ..:...�_ __ _ _' - ' _ _ _' ` _ ' ' _ '. _ ._.. - _ . ,_. __.. - .. - � _... �` } � U � . r -� r � � B - - - e A 0 • • i e . � I, � - � - - Q - � � �'. f � S '=- - --- -_ - - _ -- ` -_ -- - -_ --- ----- -- - - --- - =----- = r� - -_' -_ - _; - - I�Fi - ' -- ---- �_ _- . .. . - - -._.... — - - -------' - __ - _ - - � . _ _ - '.---__ ::�:: _ � -- _,. _ ` ,-t�6�?-��i_ ' : �: � ��e3{" — - - - . . - — - - _ ' I� �; THE STATE OF TE�AS COUNTY OF TARRANT PAYMENT BOND § § � KNOW ALL BY THESE PRESENTS: That w�, (1) SPRINKLE'N SPROUT IRRIGATION/LAND�CAPE. INC., as Principal herein, and {2) _ �'� , a corporation organized and existing under the laws of tbe State of (3) PA , as surety, are held and �rmly bound untn the City of Fort Worth, a municipal corporatior� lncated in Tanranit and Denton Countias, Texas, Obligee herein, in the amoant af ONE HUNDRED TWENTY-NXN� THOUSAND NiNE Hi3NDRED NINETEEN AND N0/10p............ Dollars {$1�9,919.00) for Che payment w�ereof, the said PrincipaI and Surety �iind themselves and their hezrs, executors, administrators, successars and , � assigns, jointly and se�erally, iirmly 6y these presents: �! WHEREAS, the Principal has entered into a c�rtai❑ written contract with the Obligee dated the 3rd day of „, � . ' December. 2002, which eontract is hereby referred to and made a part hereof as if fulIy and tp the same extent as if ��� capied at length, for the following project: a_ � PLAYGROYJND ]MPROVEMENTS AT RIDGLEA HII,LS AND VAN ZAND`�-GUINN PARKS NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS �UCH, that rf the said Principal shall faithfnlly make payment to each and every claim.ant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materiais in the prosecution of the work under the contract, then this obIigation shall be vnid; otherwise, ko rezx�ain in full force and eff�c�. PROVIDED, HOW�VER, that tl�is hond is executed pursuant to Chapter 2253 af the Texas Gnveriuxzent Code, as am.ended, and alI Iiabilities on this hond shaIl be determined in accordance with the pror�isions of said statute, to the same extent as if it were copied at �ength herein. **OLTI REi'UBLTC INSURANC� COM1'ANY _� IN WITNESS WHEREOF, the duly authorized re�resentatives of the Principal and the Surety h,ar�e executed this instrument. � I SIGNED and SEALED this 3rdday of December. 2002. ATTEST: �.o. ��r,ms� {Principal) Secretary (SEAL) ,� � ' Witnes s to Principal �A�l E : � � � �C�. C ll' �' ��� C.� Secretary � S��fINFL��'id SP��U� �RRIGAT'IONILAN�SCAP�, IidC. PRINCIPAL By: Name: ��ia�i �ifa�n� Title: ��s • Addr�ss: 2iD8 FL�RE�IICE ROAe� �OANOK�. �X 76262 OLD REl'UBZIC INSiJRA�1C� C4MPANY SUR�TY -�� ,� �`� '� �y� - � � Name: .TACK M. C1tOWLEY � A#tarney in Fact (S E A� L) . Address: P.o. Box 429 ~ ARLINGTpN, Tx 76a0�-0429 Witness as ta Surety Telephane Num6er: �17-794-16oa NOTE; (1 } Correct name of Pr�ncipa! (Contractor). (4) Correct name Qf Surety. (5} State of incarparation of S�arety Telephone number of surety must be stated. In addition, an oziginal copy of Power of Attorney shall be attached to Bond 6y the Attorney-in-Face. The date of bond shall not be prior to date of Contract. .- __'. � ' ' Y 7 � ` _ . _ � - ' ' .. I�"" ' � I �Ilull 4 �y�I. �. _� . �.� _ . _ -_ � - L ' - _ - . . �"�Yr I iFlJ�'�: �i �1 _ . - _ - _Z + , t � I � '�` � # - � _ _ :�'�.�� �� . � � . =' �. - . . _ - ._ - � f� �' ��' - ! '�.,. .__ '1�' f, ^ r�. .- ir i., � , - . .. y ... - - � , s�'..' " -- '•. :{I -L ._. . ' . - _ ��Y1ti� . �.- -��i�L`€, �-����, � . U��"�.��l�, .�.. i'��� C.��si� ��.0 �'�. C��� . =��u'�'i'�ir�. +�. ���'�; �`�� .�L���1T�zP�iltfi3 �'� � �'� � ' . . ",i i, ' '- -�= ru..'� '.YL�!- '--� �'�-_— _ii '� :� �f1�P�y �4i` •s'-:� I"iii I' �i al�� ��1� i,Dii�.F` - � y' V Il- +�n@��U�$ ?�lL t'�H�' -' d!!� - . E .:-� .:f'.�I: _ �� r'I:iffJ .�� . -,_�3 iz 1�.::ed�;. uati�, ,..-„��,�r�����=� l,�, ;,���.��t7t� � �'a�� � , ,. ._ . . � � . � � . , � i . , � -, , .. . . � , , -, _ . _`; ' . � � . . . _ � . , . . - ' i � . � �.. . � _ _ __.' '1 �.�. ��'�"�`�'�-l� _ L����i.�� ��1 i,.� ��C�C' �T -i"v' �_�_`�F� �i-\7 ��l�rY�`���1-� �`J�' � _ !=' � � _ - - -- - =- _ _ _ � I '1'�i+)�`� .D� �, r.T �1t .�.� �LLI���� .� ; , �'F,�� r, � 0 L} ; - - - - � •_ �_� - - - -- - - - FC.r`i� � ��Il�� = c?� , T ��'T�3 �� : � F�r�1��.1�-=� _� �` '� � �Ti.JM�:� -�€� �.v r3 � ��'��.�� :� .��T r:D L^'� : � I� '�� ; irT',� � �� J�� . � - _ ' �_ I`{ . � . Y ,., ... � �I. ,'(: �;�.slJ, ;.��ti . _ , . . � IUY ii � , :,;,,i :ill ��� S11e tt�:; . „� wdi�1 ,4ry�'- � 4l �.i � ' i:, ;., „y .� �•: arE� � q4� G.1'l�.:f7'iE-�.i - ' �r �I � ' � raCl OF1 i. ' •rt �?':r�-..Gu'�4f �:_ � :iia i#E�Ji�::� �ir�e � �#� ��� -W:.�Sf;3i. " _ . . :�.�:L1� ;':� . �4. 7 �Q�� � ?r�y i�, F'�����'�1 _ ��!. �J��`_IE'! n� _" _ — .. .� ... � _ :II-01fiS 5����, .viild 4�_�m�- _ �'. ='�_IR; #f`��' ..--- � . � _1 � _ � t .. .,- _ _ . . � � - � �Y" v, 5 t �7�ti',_._ •� i7-�k, �e_/i.�;'f�:. :�. �_�'�':..;{�}�7� .. tii-1�X�1� fH�t.Fi�Jvn�, � I���'.i��� �rj '�M1.:.iff"st' !�.'I'" 11�7fF ,,.. -' . f -- ;R.e*._...:, ,�.a,�.� ��;&rSE���-��..: r�r i :�.�71l1:��lj+ l3�}���c+ �!'P .1�5'�" �!� tO 6xBCul� __ � Q SiJCl1 �� �;5 � z �- tF;- :'�P�� --.�., ;��;Fsr�:l]!�� �GV��$ � l��:`,., :�^R#e� 44 .� :;�a,:.�...r `hw I�rt�.:=,. _ � . :~.-. . _ �:�� � .IiI��1+4',�:� �'�o-�.ri +:�It�'-��?:� Si �hl@�_'�L=1�-al�K rGl'.= . r r,f if:v _,..�;,���nc� ��t�� . . •'�°;;�r>�n��:: - y �' r.i_ilBCysJllO�l:��i+��'-iof� oi 3�1 ii�1��4 -- ' '1€� 'Ir1F. �;9�.:� 1:1C��[w r .,, �,�: ,�- � },F {i['i�r,� i ,� '�7�; �..:I� -r;:,i.�.,i'f � _.�,. �� 'd a�i�3i,l�_ �'.i.�+�`-�i,l`sts�,. f_'I� -.. . ' �ir:'?+�-"-. �;�`'�i� � n+':y f�. r'3," �aw�.m ���#ni�rsg� _ �`' ' 3�1��? t�� sucfi ���ri ��th�r�y �of ;.. � �=., �� ;�t;��;r r�sr�rit�=�-�� s�:,� ��fi�..�r oF�* . �_°;Na,.�il�� ��e� � a "'__" _ 5: 3� � � - � �� y� 4 6� � [ M '� � � fi�0i�t�r; F�= �QB�.�; a__,._ � a���rc: i� .. . � _�.er�-��.lu�. 1e�a: . . .. �t�l� �_ ...-- - � i i � �:.. - �,���-���.�� , �. i�r�r' ; .. , =�ii+ . _ - _. _ __ -�_ _ .. i�.I ������i!-E�R,.�.������� ��ia�;li7�, r�:�}zz�.� �.._.ry�.,,�:. r�'�,� ",�I� I�E'.'.:I��,: L��4.. � � . °�r�,: �';r, .,.,_- , . :,�, ,�:� �� l�a��# nv �} � �p�. � �� ��,Y�� s� � �+Eskan sn�.�sl���=�ak�d ��--� 1 �' , � r���S� �' �'+� ���;,r� ;�.�a-�tsnt �r.:�t�` x ' , - _ . . _ _ whs!r s6g.�11f Ly =� .���. :��o�F��� - ,L�.,-�r: ±�.f...anW v�=:!� .3r�t�1 17���1 af��;d L��.,i�{ {� VVf:1 !�.'Q 4G�LIIiEL=+, '. �,` �r�i��f� rE:�;�� lT ' ' ;� �'�gE���s �� u�r.� ��.� ���t�_4 ���-�;.�n�-t�R ;s�1 �! 1i���, �-. .r ai;axEo� :,i �i8�.�� �y� - � - t-�i�., )I ��a19��wtw;'-�.��� Ii7SRBd4 ; v,`h�fi'.; � `'�5.iP1 �,.v' ,_. � ._ _ .���r �'J'flf�. �, :�'�l;-. ����1�, ,'�°.sL'�' =��'�91L - _ �, . _ �1€��ia:^ a s.f 1fy� C����aia:lti �;�--�•��r._ � --� i.i:�� - , ,�? sE�m�.:�i�B.��=6�:�t; �_ r�'�G,�yit �� --' �e:: --- � • --- -� - _ . � _ _ . isti,i kt'a �.,, ". _.,;��� :' �. � - - , � , _ . . . �r� � r,.s si�nl�I � it� � _ �t�....__ � - - _ � � � ,:�fp.�r�ri� �.. f,x�4..t�. �� :.� ._ �`?�j�1� - �;.�,�� .. . _ — .. �..�._ �t��U��' 'ii�l� �'�-�,t; . _ [`��.'`�' � - , --- — _ .. . �,_ .�� , ,� t.,,.�.,., } . _ }���� � - �� = � ��1�-. ;:� _ a � �. . - ""' T - _ 6 ] " . . ?. +} . w. �r_• * , ` .- . _ _ � �'�_ • . , _ _�_ .. �5+�_- �! _ i- -- - - -_ � � .'�._ � � � . i� �ry� — - .. _ ' . � �,I.4i�' �� �A' f1E�1�� __ _ � �� t' ' r - '- - - � t, .. .� - + - ` --__ .-�� , , . - - . : ' �Y1� �� .i.��, ��• �C3��t���{ .. �kr�l1� 7_ al�rS+�I�r e � ' � sr��, _ ., � -L�� _ - : . ' _t �s��,, �, . �:r? :s, il�F� �ndivi�_ . a �f S ;�.��,-� ' �J�Lt�AP�ti a*�. � wh� ��. ' ` : �.� .'l�F� +rE��r;.•rr,.. ... t� k" � 4r.1, :rr;f����er�ffi�� i�e t" . - - -dme ��dl3�fRy� � I�: �•uV`��, c:'� t�vt�a�i� �a35e�id � . kF'� _' 7`i4��.[.� �ii$-5:-: �"� ��Ifl �_� . � i'i? �'..� F i� E+s„� . ir^F�]£. �"�.�1� If3ni If1l�.4iB$�-21i ;� 1J �:�v.=�W,� - E'.',•�.1.T�i' �3?� 5�1 ��1'* L"':+.N+� ; Ir ..� ..,_ � �S#�j �`•T.;�C+"' � ti�'r. �� �,�.��,.i'Ei�.'t `� _, * ix1sC'�� tiYisSa 'hJ.�4' :°Y;,, ...� dCK� 5 �F*_ -� - .. II'!v „ `;f IF?�;a�761fS9B4`i4. �-�-�«.�k . �' � 3�di� G= J� ... � 'i .������ �4 � ._. . _ .4 r _ � ��: _ - - - -_ . _ - � -. ,�„.`", ,. . /�- � �� ' - � - . . . . , i� � - -- ' '. ' - s ' _ �[�.,`- '� !�:�� I �: _ � _ �_ — - �. '� ` � �- ' -. .. Y ' . :{„ �:�i. � i�� - � - ' (-� / �}.fj �} +.��; 1��I ..I.L " - ' -_ .__ ' - t1}. .�� i ,,. � ..'� ��{p:�«� �����3:'.4/� _____"� .' f. .� ��R�IAI�� SS�Js:4`Li�i ia.M�:�wtY.�1 ��� �4�%�CCiLF\ i� ' � �'�} �Wi�,VfERVf-�i4�:� �- .Q:ii,.. ":4 ��J� ."`r�.1 '. I: . LfY4 . . � - :� �� .�.� '' `y'�- ., � -�. _ � . ���,+��� �^.3 �ai'y• ' `'i 1�'. i 71k"� � ..'r. c.! I : � • r -- ' _ .. _ � 4r— �'��1- . . . _ _ .. --- _ --' -. - � - - {�� �1��`�y. �`- � -Z:I . � �'i{�tl I.Tfti�"i,• d�':� L ' ��� 'y5:�'v [If "£"��"��a.11l�l�� �5le�... - . � � �.acn � . . . _ ' " " .. _ _ r ' .7i�, . -_" _" _ � � _ r O . . - . . 5_� �± , , _ � �' '? �� ' y : {rs� � i. , / } ' T . -_ " � � . .— ' . . � % ��-. _ {. r��� , - � � �l�c'ra4np - - C�H3�� �.��[�L'��.�,`"-,��1�� :M1 }���iCi�Er -�T� — - - - �� " _ I — _ . - - _ _ ° ._ _ - ��.� -- - — � ' . : t1�. _,�,r��;� � ., . � . , . . . . . '�'-�."",�"� r � �' � - ,� _ . _ . --_ � _ —. — � - .� fll��elNiEN/�PlCE BONC� THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY THESE PRESENTS: . That SPRIRIKL� 'f� SPROUi 1��IGA'�IONI�ANDSCA�'�, IN�.("Gontractor"), as principal, and _ OLD RE�UBLIG INSURANCE CONfPANY' , a corporaYian organized under t�e laws of the State of pA ,("5urety"), do hereby aeknowledge themselves to be helcE and bound to pay unta the City of Fort Wor�f�, a Municipal Corparation chartered by �irtus of Constitution and iaws of the State of Texas, ("City") in Tarrant County, Texas, the sum of QN� HIIiVDRED TW�NTY�NINE TFiOUSAND NIN€ HUNDRED Nli�l����N ,4ND M011�U........,.,. Do1[ars . . ($129,919.001, {awful money ofi the United Sta#es, finr payment o# which sum well and truly be made unta said City and its s�accessars, said Contractar and Surety da hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. . This abliga#ion is conditionetl, however, that: WH�REAS, said Contractor has this day entered inta a written Cc�ntract with tFte City of Fort Worth, dated the 3rd ofi December, 2a02, a copy of whEch is hereto attached and made a part hereof, for th� performance of the following described public ir�provements: P�AYGR�UI�ID lill���QV�rili�N�'S A� ���G��A WILL,S i4ND VA�V ZANDT CUINN �►�RF�S the same being r�ferred to herein and in said contract as the Work and being designated as project number(s) C18�o0�D�888Q0020IC78�-08D�888UU010 ar�d said cantraet, including all of the specifications, conditions, addenda, change arciers and written instruments r�ferred ta therein as Contract Documer�ts being incorporated herein and being made a par� hereaf; and, WHEREAS, ir� said Cantract, Contractor binds itself to use such materials and to so construct the wark that it wi�f remain in good r�pair and conditifln for ar�d during a period ofi after the date of the fiir�al acc�ptance of the work by the City; and WHEREAS, saic! C�niractor binds itseif to maintain said work in good repair and conc�ition for said term of ane (11 vear; and WHEREAS, said Contractor bincls itself to repair or recons#ruct t�e Wark in whole or in part at any time within said periad, 9f in the opinion of the Director af th� City of Fort Worth Department oi Engineering, it be necessary; and, ... _ - :. ,_. - - � k�'-k'�� - - _ - � �� �- - _ _ - - = - _ � _ _- - ( � �� ���:�� � - _ - _ - _ _ - . _ _ �) _..� �� �-1i�suYb���-Ccun�a�ly � � �t��r����1r ----`.-- _- --= -- - - _ .__= -_ �_ - - - _- �-f�QVM��t;���'�4�V�1� - _ ._ _ _ - -- . ---:- � ___ __ _ _ _ . _._ ....._ - ----_ , - - - � --- . �� �C}Vi1�kLL-isll�� � � #���S�� '�hi���-��RllB.�I��A3�l���I��DMPAI�1'��.�r��i��i[?�kin������r�� �d4es'm��� �n�r�b���nd �p�t��. - - ` - _ , " _ - _ ,. _ _ _ _ ; - _ ; � _W�.�I�-�A_=_=�3�a ��--�� W�1�lA���_�^ �'�ES�.�'�-.=C�1���__��R.I�._ ���r-=�'.�'P��� � - -- _ _ =- � _ 'A _��fi�'�`� ; =i��. A����"��� �� �� � - _ . _. - - - - --- - � - � - , - c,= ..-- ---- - - -_--_ _- -.�- : =- - - - ' ��-�ts #��� ._a�d�auvfr� J�#ti��r(�ai�.=Fact,�. u�tF'r����3t�s�er:�a�harl. �br ��r� ��-h�if af�h� c��ar��s ���, ti� �xebut���d r�ai��r �hc�. �:-a��� ih�-seal of �#ia��Tn�a�n�_ther�tQ_ (if ��� i� r$�}�r�� i�n�s =ur��rta�t��s�=r�o�n Fza�c�s ���rit�er�:o�liQafi������rat�r� � �e��o�,�tkrec_ i�ars �e€���s`�r�r�ce-wor�e� cc�r�����[-t����7r�d��ia����a���gyr�er�t. �f ��e�'tfi;��sY��� a�]at�r�er�f; �,#����ibci�s - __ -�+s���.���� m��cc��,-�ardq�s �s�#e�r�i�t��_b.r�.�ds or �#�c� l�t_ �S�cls.;_a� f�iilows:.,:_- ,_ __. �--= - -- - - _. ._ --- ----... - - - -�-�P-- -� -�--=- --..__.._ _.. __ ..: ..� _. _._ _.. .. : = - --_--_ �- -.- -�.- _ _. .. .__ - - - _ � - -=�r�-T�f�'=T +� ���r�.1iT�. _�1� � �=: �FC?��' �._C-��1:` _ `l� �,�,`.�i� ��kGf���`�i'�`�, .9.� _ = - - = - ' �-'L`�+�4�.14���-��V �-]O�,Tr��`r���t�����D� - ; �&�5� �'�-��E=� - - � - - - --- . _ - : - � ._ . - : �?Ps����`��� _.�����_�__�7�' �iE - �TT3��R_ .�"�I�` .-��V�'��.�M�k�T�� ���D,:��� *�� :�-��i�G���4- :- - - - - -- ---- - ---- - -_--�� ___„__- --- --- -------- -.--. _-- -. _... _. . ... __. . _....... _ . ... __ . _ _ _ _ - - �-� - �- - - - --- - - --. _�_ - � �� f��arrd�4 ki�dflLD�tE�1B�G_I�U�A�V�E�QMf�Af�f§'�ere�?y,_at�d�a{1��:,th�e�c�� said �tt��tr�F�c��u�u�rtit� tfz�e p�e��,,�re: ::- � ,=�t�'��c#.:a€rd �an4�rr�c�-���urne�t rs r��v��r-�t��ir�fet� c� ���br�t��gr��d==ar�c�+� r�►s�rttr-��a�d �hr� ap{�n'��:� �'n�tl� 1 -�r�t38t=.�r! �y-�u�hc3rifj��tt'��a�_of�i���r`s-�=�ial=r��i€�g3�et�� t�=2�, �9�36 ���,�r-�.��,�o��r E� ��t�a�r��a�cc� . ; ._ =-b� ��c�i�l� unc#�r �iic��t ##� �u#��€ii+} o� �����zinri��fu�ons �a�Bp��� � b�€# af .€���� �zf 3#e. L�1��?. REPU.�-1�f�}S��41�E= .- - . ����tl���_���-���-�� - ---- =- �, .._.. __ _ — — -- _ - -- . __ _ ��- -._�� _ -, - -.: - - -- = --. : ___ _. ..__. ..- - = -�-�-- � ---� -�� - - - - ._ _ ! ' �__ -_._ —_. _ _- �,_ _ __ _-_"_'_". _,,,;_ _. _.,_. .-=--�_: .-"'„ r .;. _T ' _ '_ ' "'_ _' -" _""-"_, - r '_ _' __-_'.�. —''— __ _ _ _ _ ' _ �-- �$��Q��/�� ���k�R��#:��.��aii-�a�,��esie-k�t _ar� art�t �����esi�i��if_tEi�.�� a€� s�r�t�-�iui�i�,. tt� c�r��]i-u�or��e - � I -� see�'� o._ �;_�_ ��s�s#ar���� : o.�� �oi� � �-�rdh ��e��i��a�ei�a����� ta �c�cu���d d�f1�#c�s"��r��€� . �' -� _, . _ _. �Y__ :— _ ���.,- �� � as�t��fi�r�t�e-�arrrP�����.app�p�at����w�c�,�t#or�g�����i�t�_p��n#�d�_a�:�k�����h���� _ , r --- ti�i��etiogi ai��t�arii�rrg�c�-�rs�r��-�€ui����v�E�n�� t�e�� r�#i� C-om�art��LLf-a�n€'����rt�kirsgs�:��c�gi^��n�y._� -.= 1 __ -=- .��su�et�ship�fil i�tior�af �!� �Ci�ids.���� �h�n ����or�tls, k�a�fe�s�t� �oru�� r�t.v�: ��� bnr�� re�#��=:t�ra�t� = _ i _ I_==_ �a�s =g�r�n��e��#-���tlf�►enC����#�-�����y �ior�ds. �#re-�'rd_�+cer� max°r���c�ae� ��� ��A�t���jr �v�i��rr�d� -_ : = ��ny su�h �e�s� �a�#ht�rity �f ;�� #�����ar�r�y �ra�t�d ��g.�h oi#ic�r��h� ���s �ores�ic���t�l���c�ec� . -�i.sf� t�?il�i�a�t t�i�r����,�0i�.��1�, e�t��ba�fs r��ed to_.b��a��e���ri�kt�d� ���� �qnd��r��� _�ua����j�urt� _ ` �ui�B�mectia���#���e�u�r��-a� �r�%n�ie�.t-pen��fy ��r _�d���_�'i�ik�t sour� _ _ _ _ _ T� :- : - - _ = _ _ - � � -- _ �-F3E�O�V���TFi�R,��S �a�r���r�akin re�a� reiz�n�;�rsr�t . -�G�{� ��i�IlTbe vali�a�r��r�r3r� n f� � _ . .� ._ Y ... ,�. -9 �� � ��.---���1 .- ...._ _ . . . v�rk��p �ecf .ry -. - , . - �. : �� . ._ � _ . '?Y ��.';L�8TiF77��a pFE�{i�i"k�-0� �l� YI�� Of.;.��5{#�' ]� 0� �4�''��2�1A�1 5 ��� �#yE�{(i3'L�I'i� ���'� �� �.'�������� _ ' �.=: T b� re�i���� �` ���r�t�r-� ��#a�at ���r���y tir =- - - � ��t� +�� sG���l k�y �al��n{f�rE2-��#�ot���-inf� a�ic� �eal�d=viiif�i tFi��e����ie ��a�y� ��sal��e rac�u�� _ �_ - - - .- _ _�= ` - --__�..� - = � - - #�€�pL�IE� Fl#����.t��=th�; s�c,#�a�s�€���-�##r��€si�r�t���v��-���_�e�l c� �-�� �=����x�d�s��ac�i��e,�i �n� � i��r �f �tt�rn� ���t"f��fii�n ��e�-:��01���-�ace�uf�ori a����-� �y k�ar�� �r����C��-��rfrz�ec, ���I�-�t��s�i� ` -Qbt�g�#i�as �f t�� ���ar��l s�� �rr�����st�nrhe�-s� �set����re. �a sarrr��cs���.�-e€� �.� ther�gt�����4�k��xefi. _ _ - _ � _ _ _ . — = - -- � - - ' . T�f 11�����G@�{'iJ�II� t[rT�URAT€G`�_�f3M���ba�����d��=p�'��_to b�.s�n���i°ri����v_�Frc�d�. -_ - :- - = -- - - � �� = = - _ r = = --._ .. , . =��r�r�ff��:�#���##i�d_� � �_ofi -:11TOV�i���: _ ����- _ - _ = __ _ -� - _ - � - - � 1�� �Y l�� - ^ - _ _ - _ - _ _ _ . _ � - � l�U�$��4r g !Y� _'��c��f n[E��4 ^ � ^ � � � _ - _ �,��Sf��� ���^--�� , - � �__. - ` _ � -. �` '__-- - - - �_ .. _ � ' . - � - - - = - _� _ - - . . _ _.. . . , - _ ,.. ,. A � - _ ���F�+ � _ _ _ _ _ ur- _ _ _ _ �F4 �` -e� _ --�-" _ " ' '_"" _ ' — _ _ _ _ "' �� ' " _._., _ . „ ' _. . . � � +�E - - _ . . -._ _ _ _ : _ �.�157ai3i. _ Gteta�y --' = — ��:,;�'F+ar,.�;;�*F - - Y�S Presid'eet= � � . _ - .__ .., ' - -.._ ... . JlrWLAf�S - � �_ '�`'-�y�^ �'. �.. �� )�{.- 7-�' �+{'_�(}� -_ . _ _ _ _ __ _ , _ _ _ _ ''� ' __': . �. ... .k7 rFi i' C-_ �� JI1�:1'��LH Y t�:2"G_ �..����� �_�-T^: �� . ' . .. _., ..'_' � - _ ' - — _ _ _ _ _'� _ '__-` ' .__. _ '..' _ _ - _..._ �'" r fJn�� _ . � �� day �����R .. �,� �� A�rsc���t��ar�� be�or� m�, .�� - :: ���. L�� - -j � ����� ��i'�R-����" � '_ _ -- �nd . � _ ������er-� f�r�ir���������'� � t�ae �k�:���1� Gi�U��:€��;�w�o.����f�� - ; _ �t�� abos��`insf�-tana���r� �.�acr'a�krrauut�g�d tt� ��at�ort ����ar�re:��[ber��_E�-� d�ly �v,�r�,.�-��vera�.i�cs��;_��f say;. . =. =.-tl�t�y-are-���aic[9��er�=�tk�e:co�{�a�� a#o�s�,:at�c�tha'�#f�e.se�-affi�d � th� ��a�-irl�tr�ner��s fhe se�l a�#he'�o�tior� -: � . .._ _. � -� -- ----� � =- - -= ._ -__:�[rd tt��l�a?d �o�por������d t�ei� �tg��t�����_�f#i�er��K�fdr����f��l and-s�b��k��� ��atdi€�st�trie���r�!=:t�e:�a�it� - _ ._ � o�� �rd a# cfta'e�#.�€s.�f� ae�ani�a� . — _ ._.._- - ...� - - - -- - - - _ .+ p . �.:. � . . � _ _ ' _ _ -- - . � _ . _ -� ' '.. . ._ _„ , . _ _ pb N :a _ _ . . . -_ . _. , : T ; � �' - - - - - -- - ' - � � - � -- _ -, -- _, _ _� :- _ - _ " sc,c � _ - �Ot�3y�ubll� =�Y i� „P 9 _ tik I - ` _ _ _ _ _`:� _ _ _ _ - . - _ - _ ..••_ . .. - _ _ _ _ - SN �'A,V _ �'� � � _ .' , _ _ - __ �+e��FWhuk� - �_ _ � � _ . .----���T`��ATE- -.= ' =.- _---=� _.= ` _ ._= ._. ._� - .:.'..; _.,: -M� coi��u�__ �:p�r� -Q�°%j��(� _ �r� _ . �.. �- � ::--_ _ ...__ _,:� . - .- -. - - _ . . - -�� -- . __: - -�- -- �- --- � - � .� �i�=und��r�i�n€�T-,a�ssis���rcr.�f�ry��€.t�e �6 �P�BL��If�fJf�AI��E�-_4TAk'AN�f,-�.Fe�n�}1 ..- .. �ar�t�� �-�R�TIF��t #he �: : - � ---�:- ::_ -- ���- --- -- � .:, - . _��e�t��ng:ar�.d_�ti��_et����C�f at���n����t�t��.#��o�ee an�i-h�s.:����+i�ked a��:��i�r�kiatthe F�e54Ei�#"t��s�f������rr� . - --.. . : - - =T��3�r�eiz�rs sei f�rt�r��e-F'eYue��f -A#io��L� �3'� ���-�rr f�r'�� _ - °_ . � -. - = - = -- - _�� €�� 4 ;�„ � : _ � . , - - � __ - �G���'-�'�"�� ___ �i - -= � ��r� - -����� = ���'� - � �� ar�d ��aled at �h�£�t�,a� �3rt5�skf`��ci �r� da� �i� _ - �'`h; ��,.�, - - � ���#,�-�� _ � � _ _ � . � �u - . : _ - - _ � � � ��-��F+�-s.�'� -: - _ . �- '"_ � � Pfl1C1C!_'�C. _ — � — _ �. �_.. _ - . . - - _ ' S .¢'S �p ' -�' .c��� ��r�� H� - - _ _ _ - °N � ����-��,- �z��- �' ���-������ � ^ }' _ _ �uUnNluiu _ _ _ =� _ _ _ - , � _ �_ ,__ � Il1� - � - - = ° �Tr- �= }6��5�.� �,� }:q : �b y-. - _ - y � yr; = _ ` - , L�� �p� �iT 1 '? �YI � -� 94. "�`1WlGr�tl_[x'ILI''..�'`i��Y11ti P �$ 1 V3�! .� '� , � n.L� ��B � l.H tt� � .� Gdg � � T :. " : a . . ' � �`�'��i' ' ' _ '-_.:'-. .-- _ '_..� . _" ' _ '" ' . _ _' "_ ' _ '— _-..__ ' " ''" ' . _ _ -. . ' ' ' ' ' _' ___'______ _ '___ ' " - r� '_��.��-7iL�qY�i:/���} -' -"' .. _ _ ' . ' '_._.._.-., - -_ _ _ _ -� .---.: '__ _ ___ __ "'_' __.' L "1 �._:_:. _i "�"r'"" '_' _ _.- _ . _ ' _ _ _-_ ' ' _ _ _ _ "_' _ CITY OF FORT WORTH, TE�iAS CONTRACT STATE OF TEXAS COUNTY OF TARRANT KNOW ALL BY TH��E PRESENTS: That this agreement, made and entered into this the 3rd day of December, A.D., 2002, by and between khe CITY �F FQRT WORTH, a municipal eorparation of Tarrant County, Texas, organized and existing under and by virtue af a speeial charter adopted by the qualified voters within said City an the l lth day of Deeember, A.D. 1924, under th� authariCy of ihe Constitution of T�xas, and in accordance with a resolution duly passed at a regular meeiing oFthe City Council of saic3 City, and the City of Fort Worth being hereafter termed Qwner, and SPRINKLE'N SPROUT TRRIGATiON/LANDSCAP'E,1NC., hereinafter called Contractar. WITNESSETH: That said partzes have agreed as follows: Tf�at for a�d iz► consideration af ti�e payments and agreements hereinaiter mentioned to be made and performed by the Owner, and under the candiiir�ns expressed in the bond hearing even date herewith, the said Contzactar hereby agrecs with the said Own�r to commence and comglete the construction of certain improvements descrihed as %llows: 2. ,i That the work herein contemplated shall consist of furnishing all labor, tools, appliances and materials necessary for the conskrucCior� and compleCion of said project in accardance with th� Plans and Specifications heretofnre prepared by the T'arks and Community Services Departrnent of it�e City of Fort Worth and adopted by the City Council of said City, as an independent contractor, and which plans and speci�'ications are incar[�oraCed herein by referenee. The Contractar hereby agrees and binds himself tn commence the construcfron of said wnrk within ten (10) days after being notified in writing to do sa by the Department of Engineering Direetor of the City of Fort Worth. 4. Ti�e Conlractar hereby agrees to prosecute said work with reasonahIe dilige�ee after tha eommencement thereof and to fully complete and fnish the same ready for the inspection and approval af the Department of Engineering Director of the City af Fort Warth and the City Ca�ncil af.the City of Fort Worth within a peziad of 4� workine days from the time of commencing said work; that said Contractar shall be entitled io an extension of said time for doing said work for such Cime as he may necessarily lase ar be deiayed by unavQidable accidents caused by unforeseen matters over which said Contractar has no control, such as inclemency in the weather, acts of Frovidence, labor strikes and delzvery of materials, in all of which eases the negligence or carelessness of the Cflntr�ctor is nnt contribnting to such delay. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and compl�te the same according to the true meaning af the inte�t ar�d terms of said sPecificatio�s, then the Gity shall have the right to take charge nf and complete t�►e work in such a manner as it rnay deem proper, and if, in the �.ompletian thereof the cost to the said City shall exceet! the contract price or prices set farth in the said plans and specificatiQns made a part hereaf, the Contractor shall pay said City on demand in writing, setting forth end specifying an itemized statement of ti�e total cast thereof,_said exc�ss cost. G'� Contractor covenants and agrees to indeinnify City's engin�er and architect, and their persannel at the prajecl site fqr Contractor's sole negligeace. In addition, Contractor covenants and agrees to indemniFy, hold harmless and defend, at its own expense, the Owner, its officers, ser�ants and employees, from and against any and all claims or suits %r property loss, property damage, personal injury, including deaih, arising out of, ar alleged to arise out of, the work and ser�ices to be performed hereunder by Conkractor, its offieers, agents, einplayees, subco�tractors, licensees or invitees, wltether or not anv such ininrv. damage or d+eath is causcd. in whole or in part, bv ibe ne�li�ence or alle�ed ne�j�� ce of Owner i#s of�cers, servants. ar employees. Contractor likewise covenants and agrees tp indemmfy and ho��harmless the �wner frorn and against any and all injuries to Owner's afiieers, servants and employees and any damage, loss or destruction to prop�rty of the Own�r arising from th� performance pf any of the terrris and conditions of this contracE, whether or not anv such in.iury or damase is ca�rsed in whole or in uart bv the ne�li�ence or alle�ed ne�li�ence of Dwner, its officers, servants or emnloyees. In the event Owner receives a written claim for dam�ges against the Contractor or its subcantractors prior to �nal payrnent, fina! payment sha[I not be made until Contractor either (a) submits to Owner satisfactory evideace that the cIaim has been settled and/or a release frnm the c�aimant involved, or (b) provides Owner wich a letter from Contractor's IiabiIity insurance carrier that the claim has been referred to the insurance canrier. The Director may, if he deems it appropr�ate, refuse to accept 6ids on other City of Fort WorCh public work from a Can�ractor against whom a claim for damages is outstanding as a result of work perfor�r►ed under a City Contract. 7. The Contractor agrees, on the execution of this Contract, and before beginning work, ta make, execute _ and deliver to said City of Fnrt Worth good and sufficient surety bonds for the faithful performance of the terms and � sEipulations of the contract, including the exhihit attached hereto and made a.part hereof and such bonds shall be I p0 gercent of the totel contract price, and the said surety shall be a surety company duly and legally authorized to 80 business in the 5tate of Texas, and acceptahle "to the City Council of the City af Fort Warth. 8. Said City agrees and binds itself to pay, and the said Conuactor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrprn, the price shown on the pr�posal submitted by the successful bidder hereto attached and made a part hereof. � It is fur�her agreed that the perforrt�ance oF this Concract, either iu whole or in part, sha91 nnt be sublet or assigned to anyone else by said Contsactor without tha written consent af the De�artment af Engineering Directnr of said City of Fort Worth. 10. The Cpntractor agrees to pay at least the minirnurn wage per hour for all Iabor as the same is classi�ed, promul�ated and set out by the City af Port WortI�, Texas, a copy of which is attached he�eto and a�ade a part hereof the same as if it were copied verbatim herein. I1. It is mutuaIly agreed and understood ttiat this agreement is made and entered into by The parties hereto with reference to the existing Charter and Ordinanees of the City af Fort Warth and the laws of the State of Texas wit]a re%rence ta and gaverning all znatters affecting this Coniract, and the Cc�ntracEor agrees to fully comply with all the provisians of the same. I � I'l � i .1 IN WITNESS WHEREOF, the City of Fort Worth has caused this instrument to be signed in triplicate i❑ its name and on its behalf by the City Manager and attested by its Secretary, wifh the corporate seal of`the City of Fort Warth attached. The Contractor has executed this instrument through its duly authorized ofFicers in khree counterpar�s with its corporate seal attached, Done in Fort Worth, Texas, this the 3rd day of December, A.D. 2002 RECOMMENDED BY: � APPROVED BY: �,L' � � �` DEP EN i' OFPENGI�RING P��ICs�[�Nli COM -,�I'I'TY S�I2VICES DIRECTOR DIIi�CTOR CI' By �J ATTE�: 1 , � ' �-- ` Iil�..1� -�p • � CY1 Y �ECRETARY i ' 1 � '��tt���� A�at�:ha����,�ion ..__. . SPRINKLE'N SPRO�CIT IItItTGA'��ONILANDSCAP�, INC. CON'TRACTOR B }+: _ ��Gyv`"� /" /�� - T`I'I'�.,E 2708 FLORENCE ROAD R4ANOKE T�C i�252 ADDRESS November 1960 Revised November 1982 Revised May 1986 Revised �ctobar 1989 �����a._��.�__. � T�;�.�-��-�<�,�::v. SEAL AFPROVED O FO LEGALITY _ �:�.,� ASS ANT CITY ATTORNEY City of �o�t Wo�t�i, T'exas 11�a�o� a�c� ��u�.�il C�x�r���n�c�t�o� DATE REFERENC� NUMBER LOG �iAME PAGE 1213102 �`*C-� 93�3 805PROUT I � of 4 suB�Ec� APPROPRIATION �RDINANCE AND AWARD OF CONTRACT TO SPRINKLE `N SPROUT IRRIGATIONILANDSCAPE, INC. FOR PLAYGR4UND IMPROVEMENTS AT R[DGLEA HILLS AND VAN ZANQT-GUINN PARKS RECOMMENDATION: It is recommended that the City Council: 1. Appro�e the transfer of $142,910.00 from the G�nera[ Fund fo the Park Improvements Fund, and 2. Adapt the attached appropriation ordinance increasing estimated rec�ipts and appropriations by $142,910.00 in the Park lmprovements �und fram auailable funds; and 3. Authorize the City Manager to execute a contract with Sprinkle 'N 5prout IrrigationlLandscape, Inc. in fhe amount of $129,919.00 far the construction of playground improvements at Ridglea Hills and Van Zandt-Guinn Parks. DISCUSSI�N: Piaygrounci design prototypes were developed by PACSD staff that not only provide for increased play area size and enhanced equipment play opporkunities far children, but also conform to U.S. Gonsumer Pro�uci Safety Commission Guidelines for apprapriate safety surfacing, an� refleci recent changes to the Americans with Disabilities Act {ADA) regarding play equipment access. The playground prototypes were endarsed b� tihe Parks and Community Services Advisory Board on March 19, 20�2. On Apri! 15 and 16, 20a2, #h� PACSD held public meetings with the respective neighborhoads for input and selection oi the preferred playground prototype. At both pu�lic meetings, playground prototype No. 1 was selected, and PACSD staff proceeded wi�h the prepara�ian of construc#ion dacuments. On 5eptember 17, 20a2 (M&C G-13738), the City Council approved the transfer of FY2001-20�2 General Funds to the Par4� Improvement Fund in fhe amaunt of $7,5�0.00 for each site for design administration and construction docum�nt preparation, totaling $�S,OOO.flO. This project was adveriised for bid on August 29 and September 5, 2002. 4n 5epiember '[ 9, 2002, the following bids were recei�ed: C'iiy oj�.�'ort Wort`�i, �eacas l�Ia�yo�r �.��. �o��.c�l ����.��i��tion DATE REF�RENC� NUMB�R LOG NAME 1213102 **��1 ��'�� 80SPROUT PAGE ������� APPROPRIATION ORD[NANCE AND AWARD �F C�NTRACT TO SPRINKLE `N SPROUT IRRjGATIONILANDSCAPE, INC. F�R PLAYGROUND IMPROVEMENTS AT RIDGLEA HILLS AND VAN ZANDT-GUINN PARKS Sprinkle 'N Sprout Ir�igationl Landscape, Inc. Base Bid Unit 1 Base Bid Unit 2 U�it 1 Bid A[ternate No. 1 Unit 1 Bid Alfernate No. 2 Unit 1 Bid Alternate No. 3 Unit 1 Bid Alternate No. 4 Unit 1 Bid Alternate Na. 5 Unit 2 Bid Alternafe No. 1 $ $ $ $ � �� � � 66,313.Od 56,8fl6.0a 5,380.Od 3,023.00 3,400.00 7fl0.D0) 1,972.00 3,400.00 iatal �,mount �id Base Bid Unit 1 Base Bid Unit 2 Unit 1 Bid Alternate No. 1 Unit 1 Bid Alternate No. 2 Unit 1 Bid Alternate No. 3 Unit '[ Bid Alternate No. 4 Unit 1 Bid Alternate No. 5 Unit 2 Bid Alternate No. 1 �ota! .�mount �id $139,�94.00 '�Century Services Companv $ $ � $ $ t� $ $ 75, 967.00 ��,aao.ao 5,988.Q0 3,3a5.a0 1,560.Q0 � ,26a.00} 2,708.4D � .56a.00 $164,828.Q0 � Ga[cula�ion error in submitted bid proposal. Northstar Constr�ction, Inc. $ $ $ $ � i� � � 74,66�.OQ 71, 216.00 7,oao.oa �,�oo.00 2,100.00 �400.00) 2,000.00 2,100.00 2 of 4 *M. A. Vinson Construction Company, InG. $ $ $ $ � {$ $ $ 74, 9v � .00 74,756.50 6,000.�0 �,7ao.00 1,575.Oa 7ao.aa� �,ao�.00 1,575.aQ $'I fi'1,976.00 $163,8��.�Q ""`Parks for Plav �7s,7s�.ao $ 8,805.00 � a�,a$s.aa $ 1,91fi.00 $ 1,Q49.00 ($ 1,794.40) $ 2, � 48. �0 $ 1, 045.00 $94,U39.D0 '�* Entire �a�e missing from submitted bid proposal {incomplete bid). The Base Bid work consists of installatia� of the selected playground prototyp� to include play equipment, sa�ety surfacinglsubdrain, concrete mow strip, and concrete walk. C'zty o, f Fort Wortl�9 T'exas l��[��or a�d � o�.���� � o�����c�.���� OA7E REFER�NCE NLJMBER L�G NAME PAGE 1213102 �*�.�� ���3 8QSPR4UT 3 of 4 SUBJECT APPROPRIATION ORDINANCE A�ID AWARD OF CONTRACT TO SPRINKLE 'N SPROl7T IRRIGAT[ONILANpSCAPE, INC. FOR PLAYGRQUND IMF'R�VEMENTS AT RI�GLEA HI�LS AND VAN ZANDT-GUINN PARKS Th� Bid Alternates for lJnit 1 are: • Alternate No.1 • Alternate No. 2 � Alt�rnate No. 3 � Alternate No. 4 � Alternate No. 5 Installatian of Whirl addition; to inc�ude concrete edging, safety surfacing, filter fabric an� Whirl; and Instailation of Buck-A-Bout addition; to include concrete edging, safety surfacing, filter fabric, an� Buck-A-Bout; and Installation of three each 6-faot park benches; and Deduct for 70 linear fee# of cancrete edging; adjus�msnt from Base Bid edging layout; a�d Installation of picnic station; to incl�de 8-foat ADA complianf picnic table wlcook�r and concr�te slab). The Bid Alternates for Unit 2 are: � Alterr�aie No. 1 Installatian of thre� 6-foot park benches, It is recommended tf�at Base Bid Unif 1 in the amount of $66,3�3.OD, Base B[d IJnit 2 in the amount of � $�6,806.00, Unif 1 Bid Alternate No. 3 in the amount of $3,40Q, and Unit 2 Bid Altsrnate No. 1 i� the amount of $3,400A0, tofaling $129,919, as submitted by Sprinkle 'N Spraut lrrigationlLandscape, Enc. be approved for award of contract. Contract time is 45 workir�g days. In addition to the contract cost, associated contingency funding for construction inspectionl administratian and possible change orders are $6,971.00 and $6,020AQ for Ridglea Hills and Van Zandt-Guinn Parks, resp�ctively, for a total cosf at $�2,991.aa. Sprinkls 'N Sprout �rrigationlLan�scape, Inc. is in cam�liance wiih the City's MIWBE Ordinance by commitfing to 11 °fo MflNBE �articipation. Th� City's goal on this project is 10%. Constructian is anticipated fo cammence in January 20p3, and be completed in March 2003. The annual budget impact on the Generai Fund for playground maintenance begir�ning in FY2002-2003 wilf amount to $2,379.00 for each site, tataling $4,758A0. Ridg[ea Hi[Is and V'an Zandt-Guinn Par�Cs are located in COUNCiL DISTRICTS 3 and 8, respectively. �'i�y of �'o�t Worth, Texa�s M�yar a�� ��u�c�l Co��u��.cat��� DATE REF�RENCE NUMBER LOG NAME PAGE 1213/02 **��1 g��3 805PROUT 4 of 4 SUBJECT APPR�PRIATI�N ORDINA CE AND AWARD OF CONTRACT TO SPRINKLE `N SPROUT IRRIGATIONILANDSCAPE, [NC. FOR PLAYGROUND IMPROVEMENTS AT RIDGLEA HiL�S AND VAN ZANDT-GllINN PARKS F15CAL INFORMATI�NICERTIFiCATI�N: The Finance Director certifies ihat upon approval ofi the above recommendations and adoptian of the attached appropriation ordinance, funds will b� availabfe in the current capital budg�t, as appropriated, of the Park Impravements Fund. 111�i7 Submitted for City Mauager's Office by: 1ae Paniagua Originating Department Head: Richard Zavala Additionai infarmation Contart: Mike Ficke I FUND I (ta) � 1 &2) C188 �iaa 2) C1se 1&2) C188 � 2) C9 88 5704 I (from) 3) C186 3) C188 � 1) GG01 574G � I ACCOUNT I CENTER I AMOilNT 472001 08048$800020 $ 76,684.OD 5412D0 080'f88800020 $ 76,684.00 �72001 080188800010 $ 66,226.00 541200 080188800010 $ 66,226.D0 541200 080188800020 $ 69,713.Q0 541200 D8018880001Q $ 6D,20B.OD 538070 Q809020 $142,910.OD CIT'Y SECR�TARY � APPROVED 12/Q3/02 I ORDINANCE NO I535G