HomeMy WebLinkAboutContract 27196��r���
� �
���! s�� ��v �
, �.{�
��'��' :,��
':�;
�
�.�.�. FlL� �P��I���A"TI{��l��S �fTY ���F�E�A�Y �- ��
�.�� �c�r��r���r �� . � ���
. � �o�T����o��s eoN�iN� ����r��c� r�o�:�a�����r�
� �rt
.,
��f�i�TRU�T���'� ��PY
� ' �i��ir ����RT����i�
� �.�0��[.���..��,.A. BA�.�I�� B?�I�� Pr��
���x o� �� or� '1'�ort�M, '�exas
r�c�,��c�r n����: �,ou���.� �:���s r�,�i��rt �.�ru�
�rtc�,rFc-�r�u�►���1:�t: �a�����i��nc����r���rta����o
��i��,r��:��r �vt���Fr�: c������i�oo�o�a�s����o���
ll. �}. �. PC�fl.f��T ���11�3I3��: ��Q�
I�V
TI-1L C:IT�' OF T'��T �'VC��T��. '�'��,��
i{���� �Tk� L. i3,4RIt ��..E��' 1'V. JA�i�SD1+1
M��'�R C13'1' 1V�AN�G�R
���n���i% tJ1iY+li�.r115 ��a}I'.� `yki�
PAE�KS �lf�� �D;1'[�'#U�17��' ��.1��'1�E�
YAI�]iS AND �`�?��?4��]I�TTI' SL�tY��E� DEP�I�"�`h'�F1�2T
PilAl�'l�l?�2� f�1+�D l�,S(���R�� N�.41ti:��E11'1�;�lT I}1�Fi�]C]h
FL�tis1l�1� �,1F �'TtO,f�CT 13�':
c�T� or N��t�' �'�C1RTi�
�uc��
��:�J��i�l ����'������ ��f:
7`H� �.,:��D�C';'1PE Al.�.iF'�I��E
�s� �►�. ��rr�,���r ��o�►��. s�:�r'I-� I Y i C�
�1L'1�t57'. TL• �fi5 7�aC}5�
�#� 17 j��q�lt9�19
�
������ 4
� ��� �� ��i r,� "��: .
/' ' -F-
f
{�+ - r..
4: ' „' . . . . . , • • �
. '•4F��� ��+5*�� ��� "5 4"
�`'"�.k�s� �`,ti�r���R,
;� ^ �� ��
�
�������'�d�ll: �I��'��1�
��r}r
li';. ��tr, :�.; ����ti ��,a��
s: � � �.�i tti
, �
; j� I�ys�1='. �r, ����,, j�,,,.
— " �''`.?�l�'.�Cfl�� d�r;cr�,
TABLE O�'CONTENTS
1. NOTICE TO BIDDERS
�. SPECIAL INSTRUCTIONS TO B�DDERS
3. PROPOSAL
4. CITY OF FORT WORTH MIWBE ENTERPRIS� SPECIFICATIONS
5.
b.
9.
S.
9.
PREVAYLING WAGE RATES
WEATHER TABLE
VENDOR COMPLIANCE TO STATE LAW
CONTRACTOR COM�'LIANCE WITH WORKER'S COMP�NSATTON
TECHNICAL SPECIFICATIONS
DIVISION 1 - GENERAL REQUYREMENTS
Section 01010 - Summary of Work
Section 01035 - Contract Time
Secteon 011�0 - Measur�ment and Payment
Section 01300 - Submittals
Section Q1410 - Tesking
Section 01�00 - Tem�araty �'acilities and Controls
Seciian 01640 d Subst�tutions and Product Optio�s
Section O1'�0� - Pro,ject Closeout
Section 01800 - Cantractor's Responsibflity for Damage �Ia�ms
- � DIVISION 2— SITE WORK
Section 0�144 - Site Preparation
1 � Section OZ200 - Earthvvork
Section QZ53'9 - Wood �'iber Playground Surfaeing
Section 0�830 - Chain Link Fencing
Sect[an 0�860 - Playground Equipment
; � 5ection 02870 - 5i�e Furnishings
Sectian 42930 - Seedin�
DIVISION 3— CONCRETE
Sectio� 03200 - Cancrete Reinforcement
Sec#ion q3300 - Cast-in-Place Concrete
�6
11.
12.
13.
14.
x5.
16.
DNISION 5 - METALS
Sect9on 05500 - Meta! �'abrications
DIVISTON � � CAULKiNG ANA SEALANTS
Section fli9�0 - Caulki�g and Sealants
DIVISION 9 - PAINTING
Sectian 09900 - Painting
CERTIFiCATE OF TNSURANCE
BTDDER'S STATEMENT O�' QUALIFICATIONS
FERFORMANCE BOND
PAYMENT BOND
MAINTENANCE BOND
CONTRACT
� ������Q� �� a ��
���1 ��'� � � "��
� � '����'�M_ � �
N�TI�� i� �IDD�F��
Sealed Proposals for the fo!lawing:
�.OU���A �r4��� BAl4�� �Al�K
��o���� �o. c���i���aoo�o�o���a�s��o
c� ��1��� a�aro�o9 ���aoosa
Addressed to Mr, Gary W. Jackson, City Manager of the City of Fort 1North� TeXdSy will
be received at the Purcnasing Division Office until �:30 p.m., ihurs., �ug�st �3, �DOR
an� then publicfy opened and r�ad aioud at 2:00 p.m. in Co�nci{ Cham�ers 2Rd flaar--
N.E. camer vf City Hai1. Pla�s, Specifications and Contract Dacumen#s for this project
may be o�tained at the Park Planning Secti�n, Parks and Community Services
Department, 420D South Freeway, Suite 2200, Fart Worth, Texas 16115-1499.
Documents wili be provided ta prospective bidders for a depasit of $50 per set; deposits
shall be made in the farm af a check or money arder. Each prospeciive bidd�r 5hal!
receive a depasit refund on the first two plan sets if the dacume�ts are returned i�t goad
condition within 10 days after bids are opened. Any additEanal pian sets shall require a
non refiundable deposit. These documents contain additiana! infarmatian for
prospecti�e b�dders.
Ali Bidders wifl be required ta camply with Provision 5159a af "Vernarr's Annotated Civil
Statutes" of the Siate of Texas with respect to the psyment of the pre�ailing wag� rates,
and Giiy Ordinance No. 7278, as amend�d by Cify Ordinance No. 7400 (For# Worth City
Code, Section 13-A-21 ihrough 13-A�29) prohibiting discrimination in emplayment
practices.
In accard witfi� Gity of Fort Wor�h �rdinance No. 1�923, as amended by 4rdir�ance No.
13471, the City of Fart Warth has goals for the participation of minority busin�ss
enterprises and womEn business enterprises in City contracts. a copy of the Ordinance
can be obtaEned from the MIWBE office or �rom the Office of the Ci#y Secretary.
In addition, the MIWBE UTI�IZATION �ORM, PRIME CONTRACTOR WAIVER FORM,
andlor the GOaD �AITH EFFORT F�RM ("Documentation") must be rece�vad no later
than S:OD P.M., five city business c�ays after the bid open�ng date, exclusive of the bid
opening date. The bidder shall submit documentation at the r�ception area of the
Department of Engineering, 2"� floor, City Hall, and shall obtain a receipt. Such receip�
sfi�all be evidence that the docum�ntation was rece�ued by th� City. �ailure to comply
shali render the �id non-rEsponsive.
Th� folfowing list is provided to assist bidders �n obiaining the services af MIWBE
vendo�s qualified to pravide such serviceslmaterials #or this projeci. A listing af qualified
MIWBE vendors may be abtained at the City of Fort Worth MIWBE office, 3rd floar C�ty
Hall.
Serviceslmateria�s for ihis �roiect are as fallows:
demoliiionlsi#e prep gradinglearthwork cl�ain link fencing seeding
clearinglgrubbing concrete sit� furnish�ngs painting
metal fabricaiians concrete ffatwork steel rebar
5PECIAL I1�iSTRUCTIONS TO B�DDERS
1. BID SECURITY: Cashier's check or an acceptable hidd�r's bond payable to the City of
ForE Worth, in an amaunf af not less ihan 5 pez'cent of the largest possible total of thr; bid
submitted must accompany the bid, and is subject to farfeit in the even.t the successful
bidder fai�s to execute the contract documents within ten days after the cflntract has been
awarded.
To be an acceptable surety on thc bond, (1) tY�e name o�`the surety shail be included on
the current U.S. Treasury, or (Z) the surety must have capital and surplus equal to ien
times the iimit of the band, Tlie surety must be lzcensed to do business in the state of
Texas. Tlle amount of the bond shall not exceed the amount shown on the treasury list ar
one-tenth the total capital and surpl�s.
2. PROPOSAL: After praposais have been opened and read aloud, �Yl� PI'Op05a�5 Wi�� bE
tabulated on the basis of the quoted pxic�s, ti�e quantities shown in the proposal, and the
application af such foz7mulas ar other methods af bringing item.s to a comman basis as
may be established in the Contract Documents.
Th� total o�tained by taking the surn af the products o�unat prices quoted and �e
estimated c�uantities plus any iump sum iterns and such otber quoted amounts as may
enter into the cos� of the completed project will be considered as the amount of the bid.
Until the award of the contract is made by the Owner, the right wiil be reserved to re3ect
any or all proposals and waive techr�icalities, to re-advertise for new proposals, ar to
proceEd vvith the work in any manner as maybe considered for the best interest of the
Owner.
� The quantities oF work and materials to be furnished as may be listed in the pr�posal
�, forms or o�her parts of tl�e �ontract Documents will 1ae considered as approxirnate only
and will he used for the purpose of comparing bids on a unifonn basis. Payrnent v�ill be
� made to the Contractor %r only the actual quantities of work performed or materia�s
� furnished it� strict accordance with the Contract Documents and Plans. T�e quantities of
work to be performed and materials ta be furnished may be increased or decreased as
� I hereinafter pro�ided, without in any way invalidating the unit prices l�id or any ather
r�yuirements of the Contract Docum.ents.
3, ADDENDA: Bidders are responsible for obtaining all add�nda ta the Coiatract
Documents prior to the bid receipt. Information regardi�ag the status of addenda may be
obtained by coutactin� Parks and Community Services Department telepnone number
indicated in the Notice tn Bidders. Sids that do not acl�no4vled�e all applicable adde�lda
n�ay be rejected as non-responsi��e. (See Item G in tl�e Proposal.)
4. AVv ARD OF CaNTRACT: TI1e Contract may nat necessarily be awarded to the lowest
bidder of the Base Bid. The City Enaineer shall evaluate and recotnmei�d to the City
Council the best b�d based an tkle coi�lbined benefits of total bid p�ice and number af
co�ltract da�ls allatted, as specifted i�� the Proposal, and ���hich is consider�d to he it1 the
best interest of t11e Ci�v.
5PECIAL 1NSTCtUC'i'lON5 TO QIDDERS
-I-
Regardless of the Alternative chosen, the Connactor agrees to complete the Contract
within the allotted number of days, If the Contractor fails to complete the wari� within
the number of days specified in the Construction. Documents, liquidated daznages shalJ be
charged as outlined in General Pra�>zsions, Item 8.6 Failure to Complete Work an Time,
found in the Stai7dard Specifications fo� Street and Storm Drain Construction of the City
of Fort Warth, Texas,
PAYMENT, PERFORMANCE �ND MATNTENANCE BOND: The successful bidder
entering inio a contract For the wflrk will be required to give the City surety in a sum
equal to the amount af the contract aurarded. The successful bidder sha�l be required ta
furnish bonding as applicable in a sum equai ta the amount of f�e contract awarded. The
form of the hand shall be as herein provided and the �urety shall be acceptable to the
City. All bonds furnished hereunder shall �neet the requirements of Chapter 2253 of the
Texas Governrnent Code, as amended.
A, If the total contxact price is $25,000 or �ess, payment to the contractor shall be
made in one lump sum. Payment shall not be made for a period af 45 calendar
days from the date the work has been completed and accepted by the City.
B. If the cantract amount is in excess of $25,000, a Paymeni Bond shall be
execut�d, in the amount of the contract, solely far the profec�ion of aIl claimants
supplying labor and material in tl�e prosecution of the work.
C. lf the contract amount is in excess of $I00,000, a Per�'armance Bond shall be
executed, in tl�e amount of the cantract conditioned an the faithful performancE o£
the wor% in accordance wi#h the plans, specifications, and contz'act documents.
5aid band shall solely be for the protection of the City af Fart Worth.
Maintenance Bond shall be required for ail Parks and Community Services Department
prajects to insure the prompt, full and faithful perfarmance of the genezal guarantee as set
farth in Division 1, Section �1700-Project Closeout, Item I.Q2,
In order for a surery to b� acceptable to tlie Ci�y, (1) the name af tlie surety shall be
inciuded on fhe current U.S. Treasury List of Acceptable Sureties [Circular 87Q], or (2}
the surety nzust have capital and surplus equal ta ten times the amount o�'the bond. The
surety must be licensed to b�siness in the state of Texas. The amount of the bflnd shall
not exceed the amount sl�own on the Treasury list or 1Il Oth of the tatal capital and
surplus, If reinsurance is required, �he company wr�ting the reinsurance must be
authorized, accredited or trusted to do business in Texas.
tio suz-eties v��ill be accepted Uy t11e City wl7ich ar� at the Cin�e in default or delinquent on
anv bonds or which are ir�terested En any litigation a�ainst the City. 5hould any surety oi�
the contract be determined unsatisfactory at any time by the City, i�otice wili be gi�en to
tfle contractor to that effect and the contractor.shall irrunediately provide a new surety
satisfactory ta the Citv
��. LIQL"�IDATED D�'�1AGE5: T11e Camractor's attentioi� is called to Part I- Genera!
Provisions, lt�m 8, Para�raph 8.6, Standard Sp�cificatioi�s for Street ai�d Stom1 Drain
Cailstruction af the Cit�� of Foi-t i'�� orth. Texas, co�cen�ing liquidated dama�es for late
coinple�io�l of projects.
SP�,CI.AL i�STRUCTIO*;S TO SI�DERS
,
7 EMPLQYMENT: AlI bidders will be required to comply with City Ordinance No. 7278
as amended by City Qrdinance No. 74QQ (Fort Warth City Code Section 13-A-21 through
13-A-29) prohibiting discrirnination in employment practices.
WAGE RATES: Al1 bidders will be required to comply with provisian 5I59a of
"Vernons Annatated Civil Statutes" of the State of Texas with r�spect to the payment of
pr�vailing wage rates as �staUlished by the City of Fort Worth, Texas, and set forth in
Contract Documents for this project. Disregard if Federal Wage Rates are applicable to
this project. if Federal Wage Rates are app[icable to a prnject, the Contractor shall
cornply with all items ident�fied in the attached Contractor's Packet. For further
infotrmatiora regarding this pac�Cet, contact the �ntergovernmental Affairs 1 Grants
Management Division, Finanee Department at {S1'�) 8'�1-$365 Or Si1-$38�
9. FTNANCTA.L STATEMENT: A current certified financial statement may be required by
�; the Department of Engineering Director far use by the CITY OF FORT WORTH in
� determining the successful bidder. This statement, if required, is to be prepared by am
independenk Public Accountant holding a valid permit issued by an apprapriate State
Licensing Agency.
1Q. INSURANCF:= Within ten days of receipt of notice of award of contract, the Contractar
must provide, along with executed contract doc�,unents and appropriate bonds, proof of
insurance %r WorkErs CompEnsation and Comprehensi�e General Liability (Bodily
In�ury) -�250,OQQ each person, $SOO,OQO each accurrence; Property Daznage -$300,040
each occurrence. The City reserves the right to request any other insurance coverages as
' rriay Ue required by each individual project. For worker's compensation insurance
, requirements, see Speciai Ins�ructians to Bidders - Iiem 16.
� ADDITIONAL 1NSURANCE REQU.CREMENTS:
�
A. The City, its ofiicers, employ�es and servants sha11 be endorsed as an additional
insured on Contractor's insurance policies excepting employer's liability insurance
. co�erage under Cantra�tor's workers' compensatian insurance po�iey.
B. Certificates of insurance shall be deliv�red to the City of Fort Worth, contract
� administrator in tl�e respective departmeait as specified in the bid documents, 100Q
Tl�rocl�anortoil Street, Fart Worth, TX 76i02, prior to conunencement of v�ork on
� the contracted praject.
C. Any failure on part of the City to request required insurance documentatian shall
not constitute a wai�er of the insurance requirements specified herein.
D. Each i�zsurance policy shall be endorsed to provide the City a minimurr� thirty
days ��otice of caneellation, non-rez�ewal, and/or rnaterial change in policy terms
or covera�e. A ten. days notice shall be acce�tab�e in the event of non-payment of
�renziunl.
E, I115U1'El'S �1�ust be autharized to do busii�ess ii� the State of Texas and have a
current A.�7. Best rating of A; �'II or equi�aient �zleasure of financia] strenath aild
sol�•enc�. y
SP�CI AL ]\STRUCTl0�5 TO E�117DERS
-�-
F. Deductible limits, or self-funded retention lirz�its, oza each policy must zaot exceed
$10,000.00 per occurrence unless otherwise appraved by the City.
G. Other tl�an warker's compensation insurance, in lieu of traditionai insurance, City
may cansider alternative covezage or risk treatmen# measures through insurance
paols or risk retention groups. The City must approve in writiz�,g any alternative
coverage.
H. Workers' compensation insurance policy(s) covering em�layees employed on the
pzoject shall be endarsed wit� a waivez of subrogatian providing ri�hts o�'
recovery in favor of the City.
I. City sha1� not �e responsible far the direct payment af insurance premium costs
far contractor's insurance.
Contractor's insurance policies shall each be endorsed to pra�ide that such
insurance is primary pro�ection and any self-funded or commercial coverage
maintained by City shall not be called upon to contributE to Ioss recovery.
IC. In the cours�e of the project, Contractar shall repart, in a tirnely mannez, to City's
officiall� designated cantract administrator any known loss occurrence which
could give rise to a iiability claim or lawsuit or which could resuIt in a praperty
loss.
L. Contractor`s liability shal� nat be limited to the speeified amounts of insurance
required h�rein.
M. Upon the requesi of City, Contractor shall provide compiete copies of aIl
insurance policies required by these contract documents,
11. NON-RESIDENT BTDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes,
tl�e City of Fort Worth will na� award this contract to a non-residen.t bidder unless tl�e
non-resident's bid is lower than the lowest bid subm.itted by a responsible Texas resident
bidder bv the same amount that a Texas resident bidder would be rEquized to under�id a
non-resident bidder to obtain a coinparable contrae� in �he state in which the non-
resident's principa] place of business is lacated.
"Non-resident �idder" fneans a bidder whose principal place of business is not in
tllis state, but excl�des a contraetor whose ultimate parent company of majority
owner has its principal place of busi37ess in this state.
"Texas resident bidder" Yneans a bidder whose principal place of business is in this
state, and includes a contractor whose ultirriate par�nt company or xnajority owner
has its princ'spal place of business i�� this state.
Tl�is pravision daes ��ot apply if this contract invol�ed federal funds.
SFGCI�.L l?�'$TftUCT10'�5 TO BIDDERS
-�k-
The appropriate blanks of the J?roposal must be filled out by all non-resident bidders in
order for its bad to meet specifications. The failure of a non-resident contractor to do so
will automatically disqualify that bidder.
12. MINORITYIWOMEN BUSINESS ENTERPRISE: In accordance with City of Fort
Warth Ordinance No. 11923, as amended by Ordinance Na. 13471, the Cifiy of Fort
Worth has gaals for t�ie participation of minority �usiness en�erprises and women
business enterprises in City contracts. You may obtain a capy of the Ordinance from the
Office of the City Secretary.
The M/WBE Utilization Form, Prime Contractor Waiver Farm and the Good Faith Effort
Forn-�, as applicable, must be submitted no later ihan five (5) City business days after the
bid opening date, exclusive of the bid ope�.ing date. The bidder shall submit the
documentation at the reception area of the Department of Engineering ("Managing
Department"}, 2nd floor, City Hall, and sha�I obtain a receipt. Failure ta comp�y shall
render your bid non-responsive.
, � Upon contract execu�ion between the City of Fort Warth and the successful bidder, now
knawr� as Contractor, a pre-construction meeting will be scheduled at which time the
Contractor is required to submit either Letters af Intent or executed a�reements with the
MIWBE firn�i{s) to be utilized on this praject. Such Let�ars of Intent or executed
� - agreements shall include the following information:
I. Name of Cornract
2. Name ot� M/WBE firm utilized
3. Scope of VVork to be performed by the MIWBE firm
4. Mon�tary amount of work to be performed by the MIWBE firm
5. Signatures of all parties
A not�ce to proceed will not be iss�ed untij the signed letter{s} or executed
agreemer�t(s) have been received.
Throughout the duration of this project, the Cify of �ort Worth is requirin� that the
Contractor continue to adhere ta the M/WBE Ordin.ance by complyin� with tlie fnllowing
procedures:
o A M/WBE Participation Report Fazm must be subrnitted monthly until the contract is
completed. The first regort will be due 30 days after commencement of vvork. The
montllly report MUST have an original signature to ensuze accountabili�y for aadit
purposes.
Reports are to be submitted inonthly to the MIWBE Office, regardless of whether or
n�t tlle ?vI/WBE firm has been utilized. Ifthere w•as no activity by an MJWBE in a
�articular montl�, plac� a"0" ar "no participation" in the spaces pravided, a�ld pravide
a brief explanatioil.
• The Co�ltractor shall provide tile Mi1��BE Office proof af payment to tile M/�'BE
subcontractors and supp[iers only. The MIWSE Offic-e w�ll accept the followinQ as
proof of pa��ment: �
SP�C[AL II�STRL'CTI0�5 TO Ci]aIJERS
.;_
as such shail not begin wor1� until 1 Q:40 a.m. whenever construction phasing requires
substantial use of motorized equigment. 7Towever, fihe Contractor may begzn wark earlier
if such work minimizes the use of motozized equipment przor to 1Q:00 a.m.
If the Contracior is �nable to perform continuous wor% for a period of at least seven hours
between the ho�rs of 7:00 a.m. - 6:00 p.m., on a designated C?zane Alert Day, that day
will be conszdered as a weather day and added onto the allowable weather days af a given
month.
16. WORKERS C�IVIPENSATION INSURANCE COVER.AGE: Contractars campizance
with Workers Compensation shall be as follows:
A. Definitions:
Certificate of co�erage {"certificate") - A copy of a certificate af insurance, a
certificate of authority to self-insure issued by the cammission, or a coverage
agreement (TWCC-$I, TWCC-82, TWCC-83, or TVVCC-84), shovving statutory
workers' compensation insurance coverage �'or the person's or entity employees
providing services on a project, for the duration of the project.
I�uration of the pro�ect - includes the time fram the bEginning of the work on the
project until the eontractar's/person's work on th,e pzoject has been completed and
acce�ted by the govez-nmental entity.
Persons providing services on the project ("subcontractor" in 0 40b.Q96) - includes
all persnns or entities performing aiI or part of the services the contractor has
und�rtaken ta perfo�rn on the project, regardless of whether that person has
empioyees. This includes, without limitaiion, independent contractors,
subco�ntractors, leasing companies, mataz carriers, owner-operators, employees of any
such entity, ar employees of any entity which furnishes p�rsans to provide services on
the project. "Services" include, without limitatian, pro�iding, hauling, or delivering
equipment or materials, or providing labor, transportaYion, ar other service related to a
�roject. "Services" does not include activities unrelated to the projec�, such as
food/beverage vendors, office supply deliveries, an�d delivery of portahle toilets.
B. The contractor shatl provide caverage, based on prop�r reporting of classification
codes and payroll amounts and filing of any coverage agreements, which rneets the
statutory requiremen.ts of Texas Labor Code, Sect'ron 4Q 1.011(�4) for ali eznployees
of tl�e contractor providing sen�ices on the praject, for the ciuration of the project,
C. Tl1e Cantractor i�lust pro��ide a certi�cate af coverage co the gave�zunental entity pz�o�
to being awarded the cniatract.
D. If the co��erage period shown on the contractor's current certificate af covera�e ends
during tlie duration of the project, the cantractor rnust, prior to the end of the
ca�erage p�riod, file a neu� certificate of co�era�e with the goverrunental entity
sl3owin� tllat coverage has been extended.
E. The coi7tractor shall abtaiu fronl �ael� p�rso�1 pro��iding sen�ices on a project, ai�d
pravide ta tlle Citv:
SPECIAL 11�STRUCT[0?�S Ta BIDDE�tS
-�-
(1} a certificate of coverage, prior to that person beginning work on the project, so
the City will have on file certificates of coverage showing coverage faz aIl
persans pz'oviding services on the project; and
(2} no later than seven days after receipt by the contractor, a nevvi certificate of
caverage showing extension of co�erage, if the coverage period shown on ihe
current certificate of covera�e ends during the duratian af the praject.
F. The con�ractor shall retazn all required certificates of coverage for the duration of th�
project and for one year thereafter.
G. The contractor shall notify the governmentai entity in writing by certified mail or
personal delivery, within ten days after the contractor knew ar shauld have known, of
any change that materially affects the provision of covera�e of any person providin�
services an the project.
.- H. The contrac�or shall pa�t on each praject site a notice, in the text, fozm and manner
. prescribed hy the Texas Warkers' Compensation Commission, informing all persons
providing ser�ices on the projeci that they are required to be covered, and statir�g hovv
a person may veriiy coverage and report lack of coverage.
I. The contractor shall cantractuaily require each person with whom it contracts to
pravide ser�ices on a project, to:
{1) provide co�erage, based on proper reporting on classification codes and payroll
amounts az�d filing of any co�erage agreemenCs, which meets the statutory
, requirements of Texas Labor Code, Section 401.011(44) for all of its emplayees
providing services an the project, for the duration of the projeci;
, (2) provide to th� contractor, prior ta that person beginning work on the project, a
• certificate of coverage showing that coverage is bein� provided for ali employees
o� the person providing services on the proj �ct, for the duration af the praj ect;
. {3} provide the cor�tractor, prior to the end of the coverage period, a new certificate
of coverage sl�ovving extension of ca�erage, if the coverage period shown on the
; current certificate of caverage ends during the duration of the project;
(4) obtain from each other person or entity with whom it contracts, and provide to
the con�ractor:
{a) a certificate of couerage, prior to the other person or ea�tity beginning work
an the project; and
{E�) a new certiiicate of coverage showing extension of coveraoe, prior to the end
� of the coverage periad, if the coverage periad shown on the current certificate
of coverage ends during the duration of the project;
(5} retain all required cer€iiicates of co<<era�e oi� file for tl�e duration of the praject
and for one year therea�ter. ~
SPEC[AL I�STRUCTI��IS TQ BIDD�RS
- 'J -
{6) no�ify the governmentai entity in writing by certified mail or personal delivery,
within ten days after the person knew or should have known, of any chan�e that
materially affects the provision of caverage of an� persoz� providing seivices on
the project; and
(7) contractually require each �erson with whom it contracts, ta perfonn as required
by pazagraphs (1) -('1), with thE certificates of cov�rage to be provided to the
person for whom they are praviding services.
By signing this contract ar providing or causing to be provided a certificate of
coverage, the contractar is representing to the governmenial entity that all employees
of the contractor wi�o will provide services on the praject wiil be co�ered by waXkers'
co�npensation coverage far the duzation af the project, that the coverage will be based
on proper reporting of classificatian codes and payroll amounts, and that all coverage
agreernents vc�ill be filed with the appropr'rate insurancc carrier ar, in the case of a self
insured, with the com.z�riission's Division of S�lf-Insurance Regulation. Pro�iding
false of misleading information may subject the contractor to administrative penalties,
criminal penalties, ci�il penalties or other civil actions.
K. The contractor's failure to comp�y with any of these provisions is a breach of cantract
by the contractor which entitles il�e City to declare the contract void if the contractor
does noC remedy the breach within ten days after receipt af no�ice of breach from the
City.
"The contractor shall post a notice on each proj ect site informing all persons
providing services on the pro}ect that they are required ta be covered, and stating how
a person may verify current coverage and report faiiure to pravide coverage. This
notice does not satisfy otkaer posting requirements imposed by the T�xas Workers'
Com.pensation Act or other Texas Workers` CQfTlp�ri53tIpI1 Cp1TLiI115510I1 iUIES. TY115
notice must be printed with a tztle in at least 30 point bold type and text in at least 19
point nonnal tyge, and shall be in both English and Spanish and any other language
common to the worker population. The text for tbe natices sk�all be the following
text, without any additionai words or changes:
REQUIRED W�RKERS' COMPENSATION COVERAGE
"The law requires t�1at each persnn warking on this site or providing services r�lated
to this construction project must be covered by workers' compensatian insurance.
This includes persans providing, hauling, ar deliverii�g eQuipment or materials, or
pro�riding Iabor or transp�rtation or other service related to the praj�ct, re�ardless of
t}le id�ntity of their e��ployer or status as an employee."
"Call th� Texas Workers' Compensation Commission at (51?} 44U-�7$9 to recei�e
information on the le�al requirement for coverage, to verify whether yaur employer
has provided the required covera�e, or to report an ernployer's failure to provide
co��era�e."
E'�"D OF SECTION
SPECf.AL I;�STRUCTI0N5 TC} B[Db�RS
- 1(1-
PRoposAL
TO: MR. GARY W. ]ACKSON
City Manager
�'ort Worth, Texas
FQR: LOUELLA BALES BA�ER PARK
PR�JECT N�. C181/�41�001�801�1046��0
PROJEC i NO. CI88I�412U010801$83Q0060
Pursuar�t to the foregoing "Natice to Bidders," the undersigned has thoroughly examined the plans, specifications,
and the site, understands the amount of vWorlc ta be done, and hereby proposes to do all th� woric and iurnish aIl
labor, eq�ipment, and materials necessary to fully complete all the work as provided in the piar�s �nd specificataons,
and subject to the inspection and approval of the Parlcs and Comznunity Service Department Director of the City o�
Fort Worth.
� The "approximate quantity" category is for information purposes only. The Contractor shall be paid on the basis of
' actual installed quantities on non lurr�p sum items. Additionally, the Contractor shall be aware that the Proposal
. contains both Lump Sum and Unit Price iterns.
Ifthe-lowest bid recei�ed exceeds the funds budgeted for the prajeet, the City reserves the right to decrease the
quantities contained in any line item or to eliminate any specific line items hefore award af the contract in arder to
bring the work within budget. By submitting a l�id, the bidder aclrnowledges the City's rig�t to adjust or eliminate
line items prior to the award of contract. Further, by submitting a bid, the bidder agrees to ht�nor each line item bid
price withaut recourse to the City in the event line items are adjusted or eiirninated.
Upon acceptance of this proposal by the City Council, the biddar is bound to execute a cantract and furnish, if
applicable, Performance, Payment, and Maintenarzce Bonds approved by the C'tty af Fort Warth for perfom�.ing and
completing the said work within the time stated and for the folIowing sums, ta-wit:
BASE BID
PAY APPROX. DESCRIPTI4N �F TTEMS WTTH BID UNIT TOTAL
TTEM QUANTITY PRICE WRITTEN IN WORDS PRICE AMOUNT BID
1 L5 Site Preparatian, Demo�ition and Ear�hwork
per PIans and Specifications@
fVi�� �-�u� h r�r�vB� Dollars &
I'i/ p Cents per LS $
�
2
3
LS � �SC�`�
1 LS Reinforced Concrete Multi-Use S�ab with
Basketball Gaal Assembly per Plans and
Specificatians @
,�'� k;f �]"��s��u� Dollars & �
�b Cents per LS � LS � ��D �
1 LS Park Bench on Slab at Multr-Purpnse Slab per
Plans and Specifications @
f�l�J�en hU�re�) Dollars &:
�O Cents per LF �
LS $ � Pj (}U�
1
PAY APPROX. DESCRIPTTON OF ITEMS WITH BID �71lIT TOTAL
ITEM QCIANTITY PRICE WRITTEIV IN WORDS PRICE AMOUNT BYD
�
4. I LS Play Area complete with Play E4uipment,
Play Surfacizxg, Drains and Concrete Ec�ging
per Plans and Specifica io s@
���y iho v;�,�cb °"'��`" ollars &
� �/p Cents per LS $ �,S $ d��, fOIQ �
BASE BID TOTAL
$ 39, 4oQ°�
�
�
ALTERNATE BTD ITEMS
Bid Aitecnate No.l-Add 415 LF Chain Link Fencing to enclos� rear and side of park per
Plans and Speci�cations
Bid Alternate No.2-Add Yicnic Table unit with Cooker and slab per P�ans and
Sgecifications
Bici Alternate No.3- Add 24Q LF of 6' Concrete Sidewalk per Plans and Speci�"ications
Bid Alternate No.4- Add (2) EA Post & Cable Gates per PIans and Specifications
� ��4t� ��
� L
r ��
0
$ ��tx��
� � 4�D °v
A. This contract is issued by an organizatian which quajifies for exemption pursuant tp the pravisions of Article 20.p4
(F) of the Texas Lirz�.ited Sa1es, Excise and ilss Tax Act.
B. The Contractor perform�ng ttti5 contract may purchase, rent or lease ali materials, supplies, equipment used or
consumed in the performance of the contraet by issuing to his supglier an exemption certificate in �ieu of the tax,
said exernption certificate complying with Skate Comptcoller's ruling tax, said exemption certifcate compiying with
State Cornptroffer's ruling #95-O.a7. Any sueh exemption certi�cate issued by the Contractor in lieu of the tax shall
be subject to the provisions of the Stake Comptroffer's ru[in� �#95.09 as amended to he effecti�e Octpber 2, 196$.
C. The undersigned assures that its empfoyees and aQplicants for employment and those of any iaboc organization,
subcontractor or empinyment a��ncy in either furnishing or referring employee applicants to the undersigned are not
discriminated against as prohibited by tl�e terms of City Ordinance 727$, as amended 6y City ordinance 740Q {Fort
Worth City Code Sections 13-A-Z 1�hrou�h 13-A-29), prohibiting discrimination in emQioyment practices.
S�. The undersi�ned a�rees to complete all work covered b}� these contract documents ��•sthin Thiriv (301 Workin� Days
after the date for commencing �vork as set forth in the Natice ta Proceed to be issued by the Owner and to pay not
less than khe Cit�� of Fort Worth Building and Construction Trades Prevailiag Wa�e Rates For 2000.
2
i �
E. Within ten (10) days of receipt of notice af acceptance of this bid, the undersigned wiil execute the �orrnal eontract
and will de[iver applicable Surety Bonds for the fa�thfiil performaace of this contract. The attached deposit check in
the sum af $_Dollars ($ 5" ��►� •!g � ) is to became the property �f tt�e City of Fort War�i�,
Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and applicable bonds are not
executed within the time set forth, as liquidated darrjages for delay and additional wark caused therehy.
F In the case of ambiguity or lack of clearness in stating prices in the Froposal, the City reserves the right to adopt the
most advantageaus price for canstructian thereof to the City or to reject the proposal.
G. Receipt is hereby acknowledged of the %llowing addenda:
No.l Na.2 No.3 No.4
RespectfuIiy subrnitted,
iVl � I� � '�) �1 ��,� � 1��T,�etJ����.I �� J��� .
(Gompany Tlanne)
� - � � -
- -..��
Syl(Auth 'z d 5ignature)
Date; �1Z 3 �O%
� Address: '� p , �pX /g.�`S77
� F��- u� �-,-i-�,. 7�x' 7�. i��
' Telephone: ( � (7 ) �-8�j.- - j�3� �
SEAL {if corporation)
,�
3
�t��C1.� ,F31�LE� E3l��-�'�R' � ,,��
/Y1.�}� i/iNs��C.�N?i2cl�'o�
�i� afi ��r� 1dV�rth
�li��ri�y �r�d l�Iomer� �u�i��s� �r�i��pris�:�p���ica�ions
���=l�-[F��.��:�;Ii�J�l� i��t�
���c��� �r��-r�u����n�� �v����� � n�
APpLI���I�N �� �B�l�Y
�lf the tntai dolFar v�l�e oi the contract is $2�,f�DO �r more, tha MIW�E goal Es ap�licable. If 'the totai doikar
�alue of the contract is less than $��,00�}, tF�e IViIW�� �oa! is not appllcai�ie.
�B�I�Y �iAil�f�l�NT
It ts the poliey af #he City of Far� Worth to ensure the full and equitable partiaipation by Minority/Women Business
�nterpr�aes fMIWBE) ir� the procurement of all goads and servi�es to the City or� a contractuai basis. The objective
af the Rolicy ls to increase the use of M/WB� firms tq a levef comparable to the avaiiability of M/WB�s t{�at pro�ide
go�ds and services directly ar indirectly ia tha City. Ali requirements and regulations stated in the CitJr's currant
{Vlinority and Women Business �n#erprise �rdinar�ce apply ta this bid.
iV�1�.+VB� �R�J�Gi C�AL�
The City`s MBE/UVB� goal on this project is _�.°� ofi tha �ase bid vaEue oi the contract.
�DfitiPUA�C� �O �I� S���IFIGA,TION�
On City co�tracts of�$25,000 or mor�, bidders are required ta camply wiih the intent of the City's MIWB� Ordinance
by eiiher of the folfovuing.
'�. Meet or exceed the a6o�e stated AlI11N�� goal, or;
2. �pod faFtfi �ffoM documentailon� or;
3. Wai�e� d�curnentati�n.
su���-�r�� o� ����i��� �o����r��r�,ri��
'Fhe applicable documents mus# be recei�ed by the Man$ging Department, within the follawing times allocated, in
order for the entire bid ta rie aonsidered responsive W the specifications.
i. M/WBE Utilizatian �orm, if goal recei�ed by �:00 p.rr�., fi�e (5) City business days after the
is met ar exceeded: bld openin� date, excluslve o# the bid apening date.
2. Good Faith �f�ort �orm and MMI BE
Utilizatton Form, if pariicipa#ion is
less than stated goal:
3. Gaod Faith Effort Form if no
partic4patian:
4. Prime Contractor Wa9ver Form:
reeelved by �.OQ �.m., fi�+e (5) CI#y business day$ af�er the
bid opening �ete, ex�lusivs o# the �►ld opening dat�.
received �y �:0� p.m,, f'rve (5) City business days after the
bld aper�ing date, exclusirre af ihe bld apening date.
received by 5.00 p.m., fiv� �a) �fty b�si�e�s days after the
Hid openEng date, exclusive of the bid opening daie.
�FAlLUR� TO CA�IP�Y WIT�i ii�� CIYY'S tV�lillr�� �RDIN�C�;.V111�� �t��ill�T tN i'FI� �1� ��II�G .!
. ! CONS�D�R�D NONeR���ON alV� i0;5���i�'I�dT���'S. ,• --
Any questianss pie�se contact the M/W�� Office at (�97) �71-610�4.
n.... GliOlflfl
� �Tir�CFi�fl�Ni 1 A
�a�e'1 �f 2
Ci� �fi For� I�c�rtl� � r; � ;- } � .
� �in��i�y anc� ��r��� �u��r���� �nt�r����� �������������'� �
� ����� �������T��� z� ,_���� 3 �� �
M,�t,�ti ►•�ot� ��s-r�1c;r��� �n .,�,ic.. . �3� 2310� ,
. � PFIiM� GO{1APIRNY NAME �Id �AYE
�i...aucu�� r�at,�s ����- P�r�� Pc�� �44�
P�a.��cr �a,n�� �ROJ@CT NUM���1
S��Cl�'if'S M/WBE PAOJECT GOAL: �o/n _ � � MIW$� I'ERCEIVTAGE ACi�EV�D: ��°/d �
l. �� � . ��-- — — '
�silure t� �arripl�#e #his f9em, in !�� �ntiret� �+eitF� supporting do�umen#ation, �no1 receive� Gy th� f�Yar�a�fng Dep�r.tmeri�
^ an o� bef�r� �:DO p.m. five (�) �ity b�si�ess days afYer i�ld �pening, exclu�ive af �alc� �pening da#e, will �esult in the bit
; �b�ing �onsid���d non�r�sp��tsi+ve ta�bid �pe�ificati�ns. � , . _�„_, _ .�
�
� i�� undersign� bld��w �gre�s ta �Nte� i�f� � f�pmai ��r�em�nt wifh th� l�llll�� ancAl�r lfill����rm� fo� ravark list�d in tFiis
��het��le, c�n�i#lone� up�n �x��utio� of � c�ntr��t .witi� th� �it� �f �o�# N4�o�t�. '�he interntienal andlow knawinc
`�i�pepr�serrtation of f��t� is gr����� fvr 6onsicl�r�t��+� of d3��u�lifi�atian an�1 wtli result in the �id i�efng can�iderec
, A nen_ees�acansi�e ta s��cliieativns. � _ _ ,
� ,�, T _ .
" Company P�arrie, Coi�taci t�ar�e, ��ert�i� ��aeci�*,+'.AI! Gantractin� �� ��t�ciiy Ail ltems to be �ollar Rmnur�t
Ad�ress, and ielephqne 1�0. '�" " Scope of War�¢ [") �up�lied(°j _ ,� �
, w a � .�
_ � �a ��
_ � � �� . .
. n ��� — ...,
� �� o��Fti.a�� � 5���el�3,
n ��.;�.�����w..�., �
; � ��
' � �,��.�.,.,�..�,��. ...��o.,..,..��m�
.,�,�.��.� . . .�.�.
y � �,.�.�.�.,..r.� . , - -- �
� �.._ .. . .. _ m . .. . . ..�,:,��
� �� .......�,.�.�..�..,,�,�._,��.��,.,� , . . _
5 v p p� irY1c�;�es� ial�5
(�„c� �7 � u,c.� C� � �p�-�.
.�.�-...M,..����.. �. . .
Lt�Cr�D�l�a�. `d"
'� �laysfi�u�#c�re_ 15��" ���%%. 4�
��
� MIWe�s must ha Eacated in the 9(n�ne) r.aunty markatplace or eurrentlV dofr�p business In t�se marlsetplace ai t}�e tirne of bid. ,
� ('} Specify all �reas in vahfch {4iW B€'s are to be tatillzed andlar item� ta be suppEied:
(�) A cornplete lis#ing of ite;ns to b� sup�lied ls re�uirecf in orc�er to recehre aredit tov�ard the iiAiWB� poal. ,
(**) identify aaah 'I ier level, iier: Maans the IevsE of suhcontfacting be3ow the prime cantractorlconsul#ant, Le., a direct payme�t
� irom thg printe contractor to a subcontractor Is aonsidersd 11° tisr, a payrnent bq a subaontractor to
E#s swpplier is cansldered �n° t1er. _ ._
��
iFilS �O�M MLI�i �E ����lV�I] �Y i'H� MANAC�ING ���ARTMENT �Y �:DO p.m., I�IV� (�) CI'�"Y Sl1SiN��S �AYS A�r"f�R �I�
jjj O�gMIP6C, EXGLLI�N� O� ii�� �ID OP�NIN� D�'T�
j� ra_._ nfh11
I
L
a���wM�N� �A
Page '� of 2
��� OI' �B� ��it�l
�inarit� �nd l�or�n�n �u�in�s� �n�er�p�is� �p��i�ica�cions
fl����E UTi�I�����i�
f� Company Name, Cont�ct Name,
�ddress, and iefepi�one I�o.
� �..,a,.,.�� - ��A,�:�.:,�.�m
.,, _-�
� ..�,� _
_ _ . ..... . _ . .. , .
��
:��..����.�, . .__ . . . �
: I ,�� . . . . ..�,.a
Gertified Spectfy All Gantra�tfih� S�ecify Ail Items to be �ollar Arnount J
4
. �� � .� S�op� of Wo� (") �uppiied(*} o- �
� . m
U p
�� y�
z � _
�
�,The bldder further �gr��s t� pravide, diee�tiy to t�� City ap�n �eq�est, ���ple#e �nd �ccurat� �nformatlon regar�ding
��aciu�i woric perEormed by �II subcontractars, inciuding i�1�1�{�) andlor W�E{�j ar�angem�nt� submitt�d witt� thls bid.
ihe bidder al�o �g�rees t� a1��w ar� eudit andl8r exarriin�tlon �f any b�oks, r����ds ancf fiEes heEd by their com�any that
,wif} su�stantiate the actu�l w�rk p�rf�rmeci by the M��(s) andl�� W��(s) �n this cor�#r�ct, by an �tn#horized officer gr
� ernpl�y� af the �ity. Any irtt�ntional andl�r kM�v�ring misrepr�sen�tid� of fa�ts will b� grAunds f�r termi�ating tiee
��cantract or debarm�nt from Gity worlt tor � pe�i�d o� not t�ss tF��n three (3) yeaes anci f�r in�tiating �ction und�r Federaf,
State or �.vcai laws conc�rn�n� faise statem�t�t�. Any fa�lUre to comply with this erdinan�e an� cre�tes a mater[al
� br�ach of ���tract may r�sult irti � determin�tic►n af an frre�p��sible o#i�ror antl �arr�d fr�c�m par�t�ipating in �ity work
;�for a period c�f time nvt t�ss thah on� {1) y�sr�.
A�� Af���s and W��s ih�USi �� C��"��k�1�9 �Y ib�C �I�Y �����E CONiR�Ci RWA��
� J
� r.,��--� PA,�� U►�so� ---- . - ,
' A�# �ixe�i�natur� F�ri�ted Si�n�tuwe
�CE P�S��NT .5'l�I37�
� iitle ...__ Co�#act i�ar�e ar�d iitle (if different)�
/'�.J�, V Nso�! ���"�'c1c.T'/��•���. �17�Z��-_--�8��- ..._� --_—_-- .
�om�any I�ame ieleph�n� Num�eY (s}
`p• D r gvx 1��7 `� �1? Sgi -�1`� . ._ _
,�ddress •-- - � . � Fax Numb�r
Fo r��r �.c� o ►�rN �7�;t� . �6 r�j .. _ F�l�-7 �� 1. -- . `
- Gity�s�atel�i� �oas ��te� �
`�k�15 �ORM MIJS`� �� R�C�IVEa �Y `�H� MANAGING ��PA�iM�Ni �Y 5:00 p.m., �[V� (�) C�iY �USIN�SS DAYS A�i'EI� �li�
OF��I�INE�, �XC�.[�SIV� O��'Ff� Bl� eP�IVIfVC� �A��
. .,_._ ..�.,M�
Ci�y o� �o� 11Vo�%
��IIL�]lh�� � ��R��i�lJ�1�lOR� T�C���
Pr��ailing VVa�e F����s ��r ��DO
A
,�
;I
*�000
�L�SSIF���iI�N� �O��L
�
�i��
�Air Cor�ditioning Mechanic
Air Conditionin� Meehanic Heiper
Acoustic Ceiling Installer
Acoustic Ceiling Installer �lelper
Asbestos Worker
�ric�layerlStone Mason
Bricklayerl5tone Mason Heiper
Carpenter
Carpenter Heiper
Concrete Finisher
Concrete Finisher Heiper
Concrete Form Buiider
Concrete �orrn Builder Heiper
Drywa�l Taper
Drywall iaper Helper
��lectric�a.n Journeyman
E�ectrician Helper
�fectronic Technician
E�ectronic Technic�an Helper
Fioor Layer (Carpet)
F1oor Layer (Resilient)
Floor Layer Helper
Glazier
Glazier Helper
lnsulator
�Insulator Helper
$
$
$
$
$
$
$
�
$
$
$
$
�
$
$
$
�
$
$
$
$
$
$
��
�$
$
15.98
10.75
14.02
� o.ss
� 0.5q�
17.21
10.16
� 3.92
1 �.38
12.68
9.73
11.97
9.42
11.33
8.00`
17.46
11.30
� 2.50`
8.50
17.00��
� 6.00,
13.50�
15.02�
� 0.90�
12.04
9.40�
�
�L_aborer Common
�Laborer Skilfed
� Lather
�Lather �ielper
�Metal �uiiding AssembEer
Metaf �uiidin� Assembler He�per
Painter
jPain�er �elper
�Pipe�itter
�Pipefi�ter Helper
�Plasferer
�Plasterer hefper
�Piumber
Pl�mber He{per
Reinforcin� Steel Setfier
�Roofer
�Roofer Helper
�Sheet Metal Workcer
Sheef Meta! Worker Helper
Sheetrock 1�anger
�Sheetrock Hanger Helper
Sprin�Cler System Instalie�
Sprinkler System installer Helper
�Steei Worker StructUral
�Steel Worker Structural Helper
Welder
Welder Helper
�
b��ol�1� ��UIPNI�N�"
���R�ivI�S
4Crane, Clamshell, �ackhoe, �erri��c,
�Dra�tine, Shovel
� Forklift Qperator
�Foundatio� Drill Operator
$
$
$
$
$
�$
$
$
$
$
,$
$
$
$
$
$
$
$
--$
$
$
$
$
$
$
$
��
,$
'$
7.8�
10.35
14.00
11.OQ
10.�0
8.70
12.83
8.35
17.60
10.18
16.D0
��.00
�6.91
9.75'
� D.40
� 1.87
8.33
14.45
9.�7
12.45
9.64
16.8�
10.'i3
11.36
8.80
14.70
11.74j
� 2.50�
9.63�
13.00�
;
R i
�
��ront �nd Loader Opefator
�Yruck Driver
$.
�$
1 _1_.��
10.31
�i�� o� �er� I�I��h �
HIGH��aI� (F��avy) ��N��'�l��il�1�
�r��aili�g !�►�g� �a��� For 2�0�
*�D00
��A��I�IGe4Tl�1�S b����Y
�i�s
Asphalt Ra�er
Asphalt Sho�efer
Batchinq Plan# Weiqher
Carpenter (Rough)
: Concrete Finisher-Pavinq
Concrete �inisher Helper (Pavinq)
Concrete �inisher-Strue�ures
Flaqger
�orm �uilder�Structures
Form Setter-�Paving & Curbs
Fofm Setter�Structures
�aborer-Common
Laborer-Utility
Mechanic
Servicer
Pipe Layer
Pipe Layer Helper
Asphalt Distributor Opefator
Asphalt P�v�n� Machine Operator
Co�crete Pavinq Saw
Crane, Clamsheli, BacEthoe, Derrick,
Dragfine, Shovel (� 1 �12 GY)
Crane, Clams�ell, Backhoe, Derrick,
Dragtine, Shovel (� 1 112 CY)
Front End LQader (2 112 CY & less}
Front End Loader (over 2 112 CY7
�
$
$
$
�
$
$
$
�
$
$
$
$
�
$
�
$
$
$
$
�o.��
9.75
9.fi5
13.64
�o.�sl
9.7�0�
13.44
7.00
13.44.
10.25
9.75
7.64
8.64
13.25
�0.13
7.35
6.75
11.45
11.09
'E �.53�
$ 1 �.00
$ 11.52
'�$ 9.94
�$ 9.32
Milling Machine Operato� $
Mixer $
Motor Grader Operator (Fine Grade} $
Motor Grader �perator $
Pavement Marking Machine $
Roller, Steel Wheel Plant-Mix
Pa�ements $
Rol�er, Steel Wheef Other Fla�ivheel or �
�amping
Roller, P�eumatic, SeEf�Prope[fed
Scrape� $
�irave[inq Mixer $
Reinforcin� Steel Setter (Pavinc�) $
ir�c� Driver�Single Axle (Light) $
�Truck Driver--Tandem Axle Semi-Trailer $
�Truck Driver-LowboylFloat $
�7ruck Driver�Yransit Mix $
Truek Driver-Winch $
8.00
� �.ao
12.31
13. T�
11.00
,..
..
12.12
8.02
'i 0.00
9.75
8.00
10.22
10.54
10.63
9.80
5ource is AGC of Texas
(Kwy, Hvy, Utllities 4
WEATHER T.ABLE
� '
�
��
�
MONTH
JANUARY
FEBR�IARY
MARCH
AP RIL
MAY
JUNE
JULY
AUGUST
SEPTEMBER
OCTOB�R
NOV�,MBER
DECEMBER
AVERAGE DAYS
R.AINFALL (1)
7
7
7
9
8
6
5
5
�
5
6
7
INCHES
RAINFALL (2)
1.80
2.36
2.54
4.30
a.�47
3.05
1.84
2.26
3.15
2.68
2.03
1.82
SNOWIiCE
PEI�LETS (3}
1
*
*
0
0
0
4
a
a
0
0
*
ANNUALLY 80 3Z30 1
(1) Average normal number of days rainfall, 0.01" or mnre.
{2) Average normaf precipitation.
(3 } One inch (1 ") or more.
* Less than one-half inch {I/2").
Unseasonable weather is defined for contract putposes as rainlsnow days which exceed the average number
of days or inches of rainfall in any gi�en mo�tth.
This table is based on information recorded at the former Greater Southwest International Airpnrt, Fort
Wort�, Texas, co�ering a period of 18 years. Latitude 32° 5a` N, Langitude 97° 03` W, elavation (gm�nd}
537 ft.
u�
�� �
�� �ll�IPI.e�Y��IC�N�°����1��
���-s�a��t t� Tex�s Wo��er's �o�mpe�s�t��m ����xss�o� R�1e 1� 0.1 � O�d�(7), ��o�tr�.cto� e�g�ged �m
��u���i� o� cons��ci��� pr��ec� �a� �. g�ve��er�� em�i� is �ea�u��ed t� ��st a� rno�i�e �� e�.cl� pro�e��
�
site i�1fol-������g �11 �c�sams p�ovid�ng se�vices o�n �I�e �O�'o�ect �hat ��ey ��e req�a�Axe� �0 1b� covered 1by
worke�-s' cox�pe��sat�on �ns��ar�ce. T�e ���ice �ec���red� l�y ����s ��e does ��t s�.�ls�y �t1�e� �ost��ng
rc ��i�c�z�e���s i���osed by t�e �'exa.s �VV�r�e�s' C�mr�pe�sa�ion Act or �t��� �a���ssi�r� rr�ales. �'his
�
noticc z�����.:
1 1be ostec� �� E�Zg��sl�, Spar�isl� ar�dl ��y o��aer �amguage coi��om �o th.e e�p�oy�z°s em�pl�ye�
�� �
��op����iom;
�2) be dgs�la�yec� 0�1 eac�, �ro�ec� si�e;
3 st�te how a pez s��. rx�ay verifty ca��reng c�ve:r�ge a�d �ep�� f�.ila�re �o pxov�d�e c�v��age;
��
�4� 1�e �
r�t�tec� w�th �. �i��e �� a.� �e�s� 3�-p�nr�� b�I�d� tyJpe ��d �ext b� �.t �eas� 19-poi�t ��rn�a.l ty�e; ar��
5 c�r��a�� �l�e ex�c� wor�s �s p�'�sc��lbec� �� ]E�a��e 1� 0.1 ��(d)�7) wnt���� a.d������r��� �o�'ds a� c1���g�s.
��
e���t�ce ��� tl�e reve�se s�ae maee�s ��� �lb�ve �eq�i�en�e��s. Fa����e �� post -�l�e r��tAc� �s re��i�-ec� �y
�l� �
tl�is ra.�1e is a vio�at�o�� o�t�e Ac� anc� co�issi�n rr��es. �`�e v�ol���� �ay 1be s�a��ec� �o �d��r�istr�.�ive
pez��l�.ics.
_. -�-
-�
�,,.--r , -
.�---- . '
�� . ����
f ����
� � ���
� ��
��
�� ��
�� � �
��� ��.
• �� s�r��.c�� ��1�.t
- �� s�t� a� p���r�.� � - S�r�.��� •
� �,,��l���g ��. �� � ���p��s�t�.�r� �r�
�xsc� ���l��r� �.t�ri��s, +��
- r��r�s ���� e���` � ���e�ed �� - ���t o� �-
�'�� ��� ���- ����ct rr�a.�st �� � �e�iv�ri�g e���� . �t ���a�dless
�:���s ���st�u����n� p ��,�1��g� o �� � �
�o �����i�.g� � � r�l�t�d t� ��� � �
� ���c1���s ��rs��� P �i�� �� �t��� �����
�'��, s l� �� •
a���� �� �x������� st�.t�s �S �� ��� � -
��v�d�t�� � •,� ��plt���z �� �� ����L��
� " ���t��I of ���� �4Q-37 ��
�f t��.� � �.�ssic��� ��. 5� �-�- �.x e�p���e�
Q �� ��S�.t��r� ��� y�ri�y ���tT��� �� ���,ide
�.� ��x1��rs � p fc�� �����a��� �o .��5 f�.�.l�r� �� p�
���� ��� ��� � �.1 ����ir����� � �.� �.r� ��.�����
��1�.t��� ���. �.�� � � ��x��.��� �� �� � �
��Zfc�r tY�� �����r�d �o
�-��.s p� ������`
c�v���.�;�•
,�f �:, �: � � � I�� � � �`
-' �i - - - - - - - - -
, . � . ,�r � � , ' I� � _ � � � � r
� � _ �
� • i�� e �a� c�.d�. ��S01�A�. ��a.��.J �.I7�0 �� �5�� 51�10 � �J�����'C��1��. S�1�VSC10S
�c�. ��y � ���.1 � � . -
�ou�ad�os ��r� es�� �oye��� �� �o�st�xcc�o� t�e�e q�e �s��.r ��b���t� �po�
�e���� 1�
�s� ��-a�z� d� �o���nsacio� �a.r�. �r�baj���.o�es. Es�o �nc��.ye �p�rso�a.s que
� .
- c��. �� ��t�� �,� e �i�� o ��.ter�al�s � �xo�o��lo�a�. rr�an�o �e ob�-r�.,
�� o9�o�cxo�a��., g , � �
� �ie� s���cio re�ac�o��.d� ��r� �st� ��o��ct�, six� co�s�+�er��.r ��.
t����s�o����, � c��. q�
i�����c�ac� d��� pa�t�r�n o e���.d�o ��� ���pl��d�.
. . � T���.�a de C�rm �n�s�.c��r� ��.r�. �'��.baja��r�s �.15 �.2-44��-37�9
���.r��� a ��. �c���sx� � p
��c��r� de ��s r� �ex���en�os �ega��s �� c�b����., �a�a ��ri�c�.r
�a�. �. � �����r ��fo� � a�a �� �r�a� ��.��a. de�
s� s� �.���r� �e ��, p�o�o�c��r�a�.� ��, col�er�.i.�a ��que���c��. o p �
�
�a�r�� �m� �r��o���o��.��� �����.
TECHNICAL SPECIFICATIO�i�
DIVISION 1- GENERAL REQUIREMENTS
SECTION 01010 � SLIMIMARY OF't�ORK
The contractor shall supply all superintendsnce and shall perform all work and furnzsh all labor,
equipment, materials and incidenta�s necessary and camplete all wark as described in the plans
and specifications. A1I construction and ather work shall be done by the Cantiractar in
accordance with the 6est engineering and construction practices for the skill or trade involved.
The work to be accamplished under these plans and specificaiions for Louella Bafes Baker
Park includes:
Site preparation and demolition, canstruction andlor installation ofmulti-purpose slak�, bench,
area, waiks, picnic unit, fencing an cahle gates.
These plans and sp�ci�cations were prepared by tf�e The Landscape Alliance, 9S 1 W. Pipeline
Rd., Suite 111 D, Hurst, Texas 76�53, Metro (817) 589-8909. The Department of Engineering
will administer the contract and furnish inspection.
The GontracforlEngineering De�artment shall be responsible for cons�ruction layout and stake
lines and grades in order to complete work as described in plans ar�d specificatians.
The applicabie zterns contained in the Standard Sneci£'icatians for Street and Storm Drain
Construction for the City of Fort Worth, Texas, shall apply to this contract just as though eac�
were incorporated in these doc�ments. Where the provisions or specifications contai�.ed in those
dacuments are cantrary to this publication, tlais pnblication shall govern. In case of conflict
between plans and sgecifications, tk�e plans shall govern. A copy of ihe Standard Snecifications
for 5treet and Stozm Drain Cons�rnction can �e purchased at the office of the Transportation and
Public Works Department , 1000 Throckmorton Street, 2nd Floar, Municipal Building, Fort
Worth, Texas.
The contractor shall pra�ide all perrnits and licenses and pay all charges and fees, and give all
notiees necessary and incidental to tk�e due and lawful prosecutian of the woz'k The Contractor
shall cc�ntact the City of Fori Worth's Development-Plans Exam Section for a determination of
applicable permits or variances required for this project.
SECTION 0103� - CONTR.ACT TIME
1.01 PROGRE5S AND COMPLETI�N
L1pon receipt of a n.otificatian ietter and the executed eonstructian contract, the
Contractor shall be respansible for scheduling a preconstntetion conference, which shall
be held no later than ten warking days from the date of the notificatian letter.
GENERAL [Z�QUIREMENTS
-I-
At the time of the preconstruction conference , a cQnstruction start da�te shall be
esta�Iished and indicated in the i�lotice to Proceed (Wark �rder) issued by the
Engineering Departrnen�. The Contractor shall begin the work to be perfarmed under the
cozatract on or befoz'e ten working days from the date the Work Ortler is issued. The
Contractor sk�all carry the work forward expeditiously with adcquate forces and �hall
complete it within the period of time stipulated in the contract,
1.Q2 LIQUIDATED DAMAGES
This project will be completed within the specified days allowed. Liquidated damages
will b� assessed if the project runs nver the allotted time,
SECTION 01100 - ALTERNATIVES
The Ciiy reserves tl�e r�ght to abandan, without obligation to th� cantractor, any part of the
project (subject to conditions set forth in Sectian 0� 1 SO - Payment to Contractor) or the entire
project at any time iaefore the Contractor begi�s any construction war�C autharized by the City.
SECTIOlY U1150 � PAYMENT TO CONTRACTOR
1.41 SCOPE OF PAYMENT; The Contractor shall accept the campensation as provideci in
the contract in full payment for fi.�rnishing and paying for all materials, suppiies,
subcontxacts, labor, tools and equipment necessary to complete the wark of the
contzact; for any lass or damage which rnay arise from ihe naizire o�the wozk frorn tk�e
action of the elements, vr from any unforeseen difficulty whicb may 3�e encountered in
the prosecution of the work, until the final acceptance of the work by the City; for all
risks of every description connected vvith the prosecution of the work; for alI expenses
and damages which might accrue to the Contractor by reason of delay in tkae initiation
and prosecution of the work from any caus� whatsoever; for any infringement af
patez�t, trademark or copyright, and for completing the work according to ihe plans
and/or specifications. The payment of any curren� or partial estimate shall in na way
affect the obligations of tne Contractor to repair or remt�ve, at his a.wn expense, the
defective parts of the canstruction or to replace any defective materials used in the
construction, and to be responsible for aIl damages due to such defects if such defects
or darnages are discaverec! on ar befare the ftnal inspect�on and acceptance of the woric,
1.02 Partial pay estimates shall be submitted by tl�e Contractor or prepared by the City on
the �th day and 20 day af each month Chat the work is in progress. The estirnate shall be
processed by the City on the 14th day and 25th day respective�y. Estimates will be paid
within 25 days following the end of the estima�e period, less the appropriate retainage
as set out b�low, Partial pay estirr�ates may inciude acceptable nonp�rishable materials
deli�ered to the work piace which are to be incorporated into the work as a permanent
part thereaf, but whictt at the tirrte of khe pay estiznate ha�e not been so installed. If
such materials are included wifihin a pay estimate, payment shall be based upon 85% of
the net invoice ��alue therenf. The Coz�tractor will furnish the Engineer such
GEh�RAL REQU[REiv1E1�!'T'S
-�-
information as may be reasonabiy requested to aid in t�e verificatian or the preparation
of the pay estimate.
1.03 It is understood that the partial pay estimate ar�ounts will be agproximate only, and all
partial pay estimates and payment af same will be subjeci to correction in tl7e �stimate
rendered following t�e discovery af the mistake in any pre�iaus estimate. Payment of
any partial pay estimates shall not be an admission on the part of the Owner of the
amount of work done ar of its quality or sufficiency or as an acceptance of the work
done; nor shall same release the Contractor of any af its respansibilities under the
Contract Documents.
1.04 The City reserwes the right to withY�ald the payment of any partial estimate if the
Contractar fails ta perfarm the work in strict accardance with the specifications or other
�£OV1510115 Of il'l15 �OIl�i�iCi.
1.05 For cdntracts of less than $40Q,000 at the �ime of execu�ion, retainage sha11 be 10
perce�t. For contracts of $�00,�40 or mare at the iime of executivn, retainage shall
be � percent.
l.Ob Coniractor shall pay subcontractors in accord with the subcaniract agreement within five
business days after receipt by Cantractor of the payment by City. Contractor's faalure to
make the requized payment to subcontractors wil� autharize the Cily to withhoid future
payments from the Contractar until compl�ance wsth this para�raph is accamplished.
1.07 Contractor hereby assigns to City any and all claims �or avercharges assaciated with this
'� eantract which arise under the antitrust laws of the United States, 15 U.S.C.A. Se�. I et
� se�c (1973).
1.0$ INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter
the quantities of the wark to be performed or to exiend or sharten t�e improvements at
any time when and as found to be necessary, and the Contractor sha�1 perform the work
as altered, inereased ar decreased at the unit prices. Such increased or decreased quantity
shall not be mare than 25 percent of ihe contemplated quantity af sueh item ar items.
When such changes increase or decrease the original quantity of any item ar items of
work to be done or materials to be furnished by the 25 percent or mare, then either party
to the coniract shall upon written request to the oti�er party be entitled to a revised
consideration upon that portian of the work above or below the 25 percent of the original
quantity stated in the propQsal; such rewised consideratian to be determined by special
agreement or as hereinafter provided for "Extra Work." No a�lowance will be made for
any changes in anticipated profits nor shall such changes be considered as waiving or
' invalidating any conditions or provisions of the Contract Dacuments.
1.09 PAYME?�`T FOR EXTRA WORK: Extra work performed by the Contractor, that is
authorized and a�proved by the Ciri° Engineer, will be paid for under "Change orders"
made in the manner hereinafter described, and the campensation thus provided shall be
accepted by the Contractor as payment in full for atl labar, sut�contracts, materiais, tools,
GEI�lERAL REQU1REtilE'�T5
-3-
equipment and incidentals, and for all supervisian, insurance, bonds and a11 other expense
of wi�atever natu,re incurred in the prosecution af the e�tra work. Paym�nt for extra work
will be made under one of the folIowing types of "Change orders" to be se�ected by the
City:
A. Methad "A". By unit prices agreed upon in the contract or in writing by the
Contractar and City Engineer and approved by tl3e City Council b�fore said extra
wark is cammenced subject to aIl ather conditions of the contract.
B. Method "B". By a lump sum price agreed upon in writing by the Contractar and
City Engineer and apgroved by the City Council before said extra work is
commenced, subject to all other conditions of the contract.
C. Method "C", By actual field cost of the work, plus 15 p�rcent as described herein
belaw, agreed upon in writing by the Contractor and City Engineer and approved
by the City Council after said extra work is completed, subject to all other
conditions of �he contract.
Tn the event extra wark is to be �erformed az�d paid for under Method "C", tl�e actual
field casts of the work wvill include �he cost of all workmen, forernen, timekeepers,
mechanics and laborers warking on said project; all used on such extra work only,
plus aIl power, fuel, lubricants, water and similar aperating expenses; and a ratable
proportivn of premiums on performance and payment bonds, public liability,
workmen's compens�tian an� all other insurance required by law or ordinance. The
City Engineer vvill direct khe form in which the accounts �f actual field cost will be
kept and will recornmend in writing the method of doi�.g the work and the type and
kind oF eq�ipment to be used, bu� such extra work wiI� be p�rformed by the
Contractar as an independent contractor and not as an agent or employee of the City,
The 15 percent of tk�e actual f e�d cost to be paid the Contractor shall cover and
compensate hizn for prafit, ovez'head, general s�pervision and field office expense,
and aIl other elements of cost and expense not embraced within the acri�al �eld cost
as herein specified.
T1ne Contractor shall gz�e the City Engineez' access to all accounts, bills, invoices and
vouchers relating theretn.
1.1Q DELAYS: If deEay is caused by specific orders given by the City to stop work, or by t�ie
performance of extra work, or by the faifure af the City ta provide material or necessary
instructions for carrying on the waric, then such cielay will entitl� the Contractor to an
equi�alent extension of time, his application for which shall, however, be subject to the
approval of the City Council; no such extension of time shall release the Cantractor ar
the surety on his perfarznance bond from al] his obligations hereunder which shall remain
in full foree until the discharge of the contract,
GE%IERAi. REQI;IRHME?r'T5
-r}.
1,11 CLAIMS AND DAMAGES: Any claims for extra work or for any other related matter
or eause must be made in writing to the City Engineer wi�hin seven calendar days from
and after the cause or claim arises. Unless such claim is so presented, it shall be held that
the Con.tractor has wai�ed the claim, and he shall not be entitled to receive pay thereof,
l.lz TRANSPORTATION: No allowance or deduction will be made far any charge of freight
rates. No allowance for transportation of inen, materials ar equipment will be allawed.
1.13 ACCEPTANCE AND FINAL PAYMENT: The City, upon receipk of the Directar's
"Certificate of Completion" and "Finaf Estimate" and upon recezpt of satisfactory
evidence from the Cantractor that all subcontractors and persons furnishing labor ar
materials have been paid in full and all claims of damages to property or persons
because of the carrying on of this work have been resoived, ar the claims dismissed ar
the issues jnined, shall certify the estimate far final payment after previous payments
have beeri� deducted and shall natify the Contractor and his sureiry of the acceptance of the
project.
On projects divided into two ar more units, the Contractor rr►ay request a final payment
on or�e or�rnore units which have been completed and accepted.
The final acceptance of the completed work will be by the Parks and Cornmunity
Services Departmen� and all guaranties covering the completed work and all maintenan�e
periods shall begin with the date of this acceptance.
On deiivery of the final payment, the Contractor shall sign a written acceptance o£ tk�e
final estimate as payrnent in full for the wark done. All �arior partial estimates shall be
subj ect ta correction in the finai �stimate and payment.
SECTION 013D0 - SUBMITTALS
Prior to construction, tkae contraetor shail furnisb the Parks and Community Services Department
a schedule outlin.ing the anticipa�ed time each phase of canstruction v�illl�egin and be completed,
including sufficient tirne for clean-up.
The Contractor shall submit to the Praject Manager �hop drawings, product data and samples
required in specification sections.
SECTION 01400 - QUALITY CONTR�L
The cantractor will z'ecei�e all instructions and approvals from the Director of Engineering
andlor his assigned inspectors. The inspector will be introduced to the contractor prior to
be�inning work. Any work done at the directifln of any other authority will not be accepted ar
paid for, Final approval for the finished praject shall be given by tl�e Director of Engineering,
City of Fort Worth.
GEI�ER4L RE.QUIftEMEh!'T5
-S-
The cantz�actar or a competent and reliable supenntendent shall o�ersee t�ae woric at all times.
The superintendent shall represent the contractor in his absence and all directions given to hirn
shall be binding as if given to the contractor.
SECTION OI4�.0 d TESTING
All tests made by t�e testing labaratory selected by the City will be paid for �y the City. In the
event manufaciuring certificates are requcsted, they shall be paid �or by the Contractor.
SECTION D1�40 - TEMPORARY FACZLITIES AND C�NTROLS
The contractar shall take all precautions necessazy ta protect all exzstzng trees, shrubbery,
sidewaiks, build�ings, vehicles, utilities, etc., in the area where the work is being done. The
contractar shall rebuild, restore, and make good at his own expense atl injury and damage to
same which may result from wark being carried aut under this contract.
The utility lines and conduits shown an the plans are for infoz-mation only and are nat guaranteed
by t�e Owner to be accurate as to lacation anci depth; they are shown on the plans as the best
infarmation available from the owners of the utilities in�olved and from evidences found on the
ground. The contractor shall determine the exact location of a11 existing utilities and conduct his
work ta prevent interruption of service ar damages.
SAFETY RESTRICTIONS - WQRK NEAR HIGH VOLTAGE LINES
A warning sign not less than #"ive inches by seven inches, painted yellow with black letters fhat
are Iegible at twelve feet, shall be placed inside and autside vehicles such as cranes, derricks,
power shovel, drilling rigs, pile drivers, haisting equipment ar simifar machinery. The waming
sign shall read as follows:
"WARNING - UNLAWFUL TO OPERATE THIS EQUIPMENT
WITHZN SIX FEET OF HIGH VOLTAGE LTNES."
Equipment that may be operated within si� feet of bigh voltage lines shall have an insulatizzg
cage-type guard about the boom or arm, except backhoes or dippers, and insulator links on the
lift hood cannections,
When necessary to work within six feet of high voltage electric lines, the Contractpr shall notify
power company (TU Electric) to ere�t temporary mechanical banriers, de-energize the line, or
raise or lower the line. The eqntractor shall maintain a log af all such carrespondence. The
Coniractar is responsible for all costs incu�rred.
GEI�ERAL REQUiREMETvTS
-6-
SECTION 016�0 - SUBSTITUTIONS AND PRODUCT QPTIONS
1.01 GENERAL
Send submittals for substitutions to:
Scoti Penn, Laredscape Acchitect (S1'7�8�I�5750
Parks and Community Services Department
420� S. Freeway Suite 224�
Fort Worth, Texas 761IS-1499
1.02 PRODUCTS i�IST
A. Within ten (10) days after date of C�ntract, submit ta Landseape Architect two (2)
c�pies of carr►p�ete list af ail products which are praposed for installation.
B. Tabulate list by each specification section.
C. For products specified under reference standards, include with �isfing of each
��• product:
1. Name and address of manufacturer
2. Trade narr�e
3. Mode1 or eatalog designation
4. Manufacturer's data
a. Performance and test data
h. Reference standards
1.03 C�NTRACTOR`S OpTIONS
A. For products specified only by referenee standards, select any product meeting
standards, by any inanufacturer.
B. �'or producis specified by naming se�eral products ar manufacturers, select any
product and manufacturer named.
C. For products specified by naming one or more products, Contractor nnust submit
request, as required for substitution., for any product not speeifically narned.
1.04 SUBSTITUTIONS
A. During bidding, Landscape Arcl�itect �i[l consider written requests from prime
bidders for substitutions, received at least ten (10) days prior to bid date; requests
recei�fed after that time will not be considered.
�
GE'�'ERAL REQUfREMENTS
-7-
B. �ithin thirty (30) days a�'ter date of Contraet, Landscape Architect will consider
formal requests fram Contractor for substit�.ition of products in place of thos�
specified.
�. Submit two {2) copies of r�quest far substitution, Inciude in request:
1. Compiete da�a substantiaiing compliance af proposed substitution with
Contract Documents.
2. For products:
a.. Product identification, including rnanufacturer`s narne and address.
b. Manufacturer's literature:
(1) Product description
(2) Perfarmance and test data
(3) Reference standards
c. Samples, if required.
d. Name and addre�s of simi�ar projects on which product was usecE, and date
of installation.
D. In making request for substitution, BidderlContractor represents:
1. He k�as personally investigated proposed praduct or method, and determined
that it is equal or su�erior in aIl respects to that specified.
2, �Ie Will provid� the same guarantee (or better) far substituted product or
rnethod specified.
3. He will caordinate installatian of accepted substitution into work, making such
changes as may be required for work to be complete in all respects.
4. He waives all claims far additional costs reIated ta substitutian which
consequent�y become apparent.
E. 5ubstitutions will nat be considerad if:
1. They are indicated or imglied ora shap drawings or praject data su�mittals
without �artnal request submi�ted in accord with Paragraph �,04.
2. Acceptance wili require subsiantial revision of Contract Documents.
SECTTON U1700 - PRO�`EC�' CLOSEOUT
1, O 1 CLEANING
�
The Caz�tractor shal� make final clean-up of the canstruction area, ta the satisfaction of
�he Parks and Community Services Department, as soon as canstruction in that area is
coznpleted. Clean-up sha11 include removal of all construction materials, pieces af
concrete, equiprnent ant3/or ather rubbish. No mare than five (5} days shall elapse after
the completion af construction before the area is cleaned, Surplus materials shall be
disposed of by t�ie Contractor, at this own expen.��e, and as directed by the Parks and
Cammunity Serviees Department. Cleaning of eauiprnent by Contractor ar
Subcontractor, such equipment as ceme�t mixers, ready-mix truc�Cs, tooLs, etc., shall take
place in an area d�signated by the Parks and Cosnmunity Services Department.
GE:�ERAL AEQliIREMEN"CS
-S-
1.42 GUARANTEE
The Contractor shall be responsible for defects in this proj ect due to faulty workmanship
or materials, or both, for a period of one (1} year from�the date of final acceptance af �his
project by the Parks and Community Services Dapartrnent. The Contractor will be
required to re�lace, at his own expense, any part, or all, of this project which becames
defective due to these causes,
SECTTON 01�D0 � C�NTRACTOR'S RESPONSIBILITY F�R DAMAGE CLAIMS
Contractor covenants and agrees ta indemnifjr City's engineer and architect, an.d thezr personnel
at the project site for conkractor's sole negligence. Tn addition, Contractor covenants and agrees
ta indemnify, hold harmless and defend, at its own expense, the Owner, its off cers, servants and
errzployees, from:and against any and all claims or suits for property loss, property damage,
personal injury, including death, arising out of, or alleged to arise out of, the work and services
to be performed hezeunder by Contractor, its officers, agents, em}�loyees, subcon�rac�ors,
licensees or invitees, whether or not anv sucn in�urv, dama�e or death is Caused, in whole or
in nart. br� fihe ne�li�ence or alleged negii�enee of Owner, its officers, servants or
emnlavees. Contractor likewise covenants and agrees to indemnify and hald harmless the Dwner
frarn and against any and all injuries to Owner's officers, 5ervants and einployees and any
damage, loss or destruction ta praperty of the Owner arising from the performance of any of the
terms and conditions of this Contract, whether or not anv such iniury o�r �3atna�e is ca�sed in
whole or in part bv tf�e ne�li�ence ar alfe�ed neg�ence of Owner, its oificers, servants or
emalovees.
In the event 4wner receives a written claim for damages against the Co�tractor or its
subconkractors prior to final payment, fina� payment shall not be made until Contractor either (a)
submits to Owner satisfactory evidence that the claim has been settled and/or a release from #he
claimant involved, or {b) provides Owner wifh a iet�er fram Contractor's Iiability insurance
carrier that the claim has been re�erred to the insurance carrier.
The Direcior may, if he deems appropriate, refuse to accept bids on any other City of Fort Worth
public work from a Contractor against whom a ciaim for damages is outstanding as a resuit of
work performed under a City Contract.
�
E'�D OF DI1'ISION
GEtiERAL REQUIREME?�TS
_g_
SECTION 0�100 - SITE PREPARATION
PART I - GENERAL
1.01 SCOPE: Work in th.is section includes furnishing a11 labor, materials, equipment and services
required for clearing and grubbirag, demalition, and removal and disposai of items as specified
herein and o� the plans.
i.02 RELATED WORK SPECIFIED ELSEWHERE:
A. Sectian 02200 - Earthwork
B. Existing Canditions, Removal and Demolition Items.
PART 2 — PRODUCTS
2.01 No products are z'equired to execute this work, except as the Cantractor may deem necessary.
PART 3 — EXECUTION
3.01 CLEARING AND GRUBBING:
A. Clearing and grubbing shall consist af removing all natural and artificial abjectianable
materiais from the project site or from limited areas af construction specified within tkae
site.
�� B. In general, clearing and grubbing shall be performed in advance of gradin� and
. earthwork o�erations and shall be perfarmed aver the entire area of earthwork
,
operations. �
C. Unless otherwise specified on the plans, all trees and shrubs of three inches caliper and
' less (caliper is the diameter as measured 12 inches above the ground) and all scrul�
'' growth, such as cactus, yucca, vines, and shrub thickets, sk�all be cleared. All dead
trees, logs, stumps, rubbish of any nature, and other surface debris shall alsa be cleared.
D. Buried material such as logs, stumps, roots of downed trees that are greater than one
and 1-1/2') inches in diameters, matted roots, rubbish, and foreign debris shall be
grubbed and remo�ed to a minimum depth af 24 inches belaw propased finished
grades.
E. Ground covers of weeds, grass, and other herbaceous vegetatian shal! be �ernoved prior
to stripping and stockpiling topsoil from areas of earti�work operations. 5uch rernoval
shall be accomp[ished by "blading" of�'the uppermost layers of sod or root-rnatted soil
for removal.
S[TE PREPAitAT101�
421Q0
-l-
3.02 PAVEi�IENT REMOVAL;
A. Bituminaus and concrete pavements shall be remaved to neatly sawed edg�s. Saw cuts
shall be full depth. If a saw cut in cancrete pa�ement falls with�in 3 feet of an en
existing score joint, construction joint, saw jaint, cold joint, expansion jaint, or edge,
the concre�e shall be removed to that jaint ar edge. All saw cuts shall be parailel and/or
pezpendicular to the line of existing pavement. If an edge af a cut is damaged
subsequent to savv cu�ting, the cnncrete shall again be sawed to a neat, straight line for
the purpose of removing the daznaged area.
B. Concrete curb and gutter shall be r�moved as specified abo�ve. No section to be rep�aced
shall be smaller tb.an 30 inch�s in length or widt�.
3.03 UTILIT�ES REMOVAL: In g�nera�, those utilities on the site that are to he removed and that
belong to the Owner shall be removed by the Contractor. The Owner is responsible for
arranging the relocation or removal af �ther utilities owned by u#ility companies or other
parties.
3.04 MINQR DEMOLITION: There may be certain items on the site such as o1d building
foundation5, fences, and atheX undetermined structures and improvements that must be
removed bef�re construction can cammence. Unless other�vise specified, such items became
the property of the Contractor for subsequent dispasal.
3.05 USE OF EXPLOSIVES: The use of explosives wil] not be pezmitted in site preparation
operations.
3.06 BACKFILLING: All hales, cavities, and degressions in the ground caused by site preparation
operations will be backfilled and tamped to normal compaction and will be graded to prevent
ponding of uvater and to promote drainage. In areas that ar� to be immediately excavated, the
Architect/Engineer may permit haIes, etc., to remain open.
3.07 DISP05AL OF WASTE 11�IATERIALS:
A. Unless atherwise stated, materials generated by clearing, grubbing, r�moval, and
demolition shall be known as "v,��ste" ar "spoils" �nd shall be removed from ti�e site and
disposed af by the Contractor. Similar materiaFs may be unearthed ar gEnerated by
earthwork operations or �y subgrade preparation. Unless otherwise specified any
rnerchantable items become the property of the Contractor.
END OF SECTION
5[TE PREPARAT[0?�
(72100
-2-
SECTLON 0��00 - EARTHWORK
PART 1 �GENERAL
1.DI SC�PE: Work in tkus section includes furnishing all labor, materials, equipment, and services
required to construct, shape, and finish earthwork ta the required lines, grades, and cross
sections as specified herein and on the plans.
1.02 RELATED WORK SPECIFIED ELSEWHERE
' A. Section 0210Q - Site Preparation.
B. Grading Plan: Refer to �1an sheets.
1.03 METHOD, OF PAYMENT: Earthwork is a necessary and incidental p�rt of the work. The
total cost will be included in the Bid Propasal. Payment will not be made �n a unit price basis.
PART � - PRODUCTS
2.01 LTNCLASSIFIED EXCAVATION: Unclassified excavation shall cansist of all excavation,
unless separately designated, within the iimits of the work. Unc�assified excavation includes
, a11 material encountered regardless of its nature or the manner in which it is to be �xcavated.
� 2.02 UNCLASSIFIED FILL
A. Uncla�sified fill shall consist of all t"ili within the iimits ofthe wark. All suitable natiW�
�� rnaterials removed in unclassified excavation, or similar imported materials, shall be
� used xnsofar as practicable as unc�assified fill. Properly deposited, conditioned, �nd
a� compacted fill is h�reinafter referred to as "earth embankment."
B. Rock: Minar quantities of roek not greater than four inches in greatest dim�nsion are
p�rmissible in fill materials used to canstruct earth embaxzkment. Minor quantities af
rock of greater dimensions may be placed in the deeper fills in accordance with the
State Department of Hig�ways and Public Transportation requirements for canstruction
of rock embank.ments, provided such placemenY af rocic is not immediately adjacent to
structures or piers. Also, ro�lt may be placed in ihe portions af embar�krnents outside
the limi�s of the completed graded width wheze the size of the rock pra�ibits their
ineorporation in the normal embankment layers.
2.43 TOPSOIL
On-Site TopsoiL• Topsoil shall consist of an average depth of six inches of native surface soil
left in place after the �round cover of herbaceous vegetation and atkaer abjectionable nnatt�r has
been cleared by "bladin�," as specified in Section 021Q0, "Site Preparation." Tapsoil may be
greater or 1ess, than the upper six inches in depth.
�ARTFiV�'ORK
03200
_ � _
2.04 TMPORTED FILL
A. Imported fill materials shall be used for the construction of earth embankrnenf in the
event that (1) the valume of unclassified exeavation is less than t�ie volume of f�ll
required for earth ernbankment and/or (2) the conditian of materials remo�ed in
unclassified excavation makes them unsuitahle %r use in the construction of earth
embankment.
B. The Contract�r shall haul and piace imported fill o�tained from off site sources as
necessary to construct the embank.ment and various other details of the construction
plans, AlI costs related to such imported itli will be included in the contract price, and
na additional or separate payFnent for imported fill will be due the Contractor.
C. A sample of the proposed irnported �'ill must be provided by the Contrac�or and be
approved by the Owner. In general, imported material must be eaual to or better than
native material ia quality and engineering characteristi�s. The Architect/ Engineer may
also require the Cnntractar to provided a material analysis iest of the proposed f li,
2.05 SELECT MATERIALS
A. �elect materials shall be imported from off'site sources, unless they are available frnm
specifically designated areas on the site as marked on the plans.
B. Cushion Sand: Clean �ine sand, free from clay clumps, rocks, or otlier deleterious
material.
2.06 UNSUITABLE MATERIALS
A. Topsoil, select material, imported #"ill, or unclassified fill will be declar�d as
"'unsuitabie" by the Owner if, in his opinion, any of the following cozzditions or mat�er
and particles are pr�sent to a degree that is judged detrimental to the proposed use af the
mat�rial.
Moisture
2. Decayed or undecayed vegetation
3, Hardpan clay, heavy clay, or clay balls
4. Ruhbish
Construction rubble
Sand or gra�el
Rocks, cabbles, ar boulders
Cementious rnatter
Foreign rnatter of any kind
B. Unsustab�e materials wiil be disposed of as "waste" as specified in Section �21�d.
C. Wet Material: If fll �naterial is unsatisfactory for use as embankinent salely because of
high �noisture cantent, the Arc�itectlEngineer rnay grant the Contractor permission to
pracess the materiaS to reduce the moist�.ire content to a usable n�ti�n�m condition.
�ARTH WORl:
Q2200
-2-
PART 3 - EXECUTYON
3.01 SITE PREPAR.ATION: In general, "site preparation," as specified in Sec�ion Q2100, shall be
per�armed in advance of grading and earthwork aperations and shall be completed over the
entire area of earthwork operatians.
3.02 TOP54TL
A, The removai and starage of topsoil shall occur after site preparation is compleie and
before excavation az�d embar�kment construction begin. Likewise, topsail will be
replaced after excavation and emban.kament construction are complete.
B, Removai: Topsoil shall be stripped to an average dept� of six inches from areas where
excavatian and embankment construction are planned. Topsoil may be obtained from
�reater depths if it is unconta�ninated by the substratum and it is of good auality, in the
apinion af the Architec�IEngineer.
C. Storage: Topsoil shall be stored in stockpiles conveniently located to areas that wi�l
later receive the topsail. Stockgiles shall be out of the way of earthw�rk operations in
lacations approved by the Owner or ArchitectlEngineer, Stared topsoil sI�alI be kept
separate fram oth�r exca�ated materials and shall be protected fxom contamination by
oi��ectionable materials that would render it unsuitable.
D. Timing: Tapsoil will not be replaced (deposited) until construction acti�ities are
complet� that would create undesirable conditions in the topsoil, such as
overcompaction or cantamination.
E. Replacement: Tapsoil will be depasited in a single layer or lift. It will be placed,
, processed, compacted, and grac�ed to leave a finished layer of topsoil not less than five
inches in depth. Unless otherwise indicated, topsoil will be repiaced aver all areas of
� earthwork (including slopes), except where pavement is planned.
F. Grading: Topsail wiil be fmal graded �a the ele�ations shown on the plans. Fine
grading will be accomglished with a weighted spike harrow, weighted drag, tractar bax
blade, iight maintainer, or other acceptable machinery. All particles of the finish grade
shall be reduced to less than an� inch in diameter or they shall be removed. All rocks
i of one incb or greater shall aiso be removed. Grading operations and equipment wi11 he
such that topsoil does �ot becorne overcompacted. Bulldozer blades and front-end
loa�er buckets are not acceptable devices for topsoil grading operations. Final grading
I within fi�e feet of canstructed or installed elements shall be hand raked.
G, Acceptabiiity: Finished areas of tapsoii are satisfactory if they are true tfl grade, true in
plane, even in �radient (slope), uniform in suriace texture, and af normal compaction.
� Areas of laose �ranular pockets or of overcompacted soiis are not acc�ptable and will
be reworked. Finished areas will prornote surface drainage and v�ril! be ready for
turf�rass pianting.
EARTH W ORK
U"'2fl0
-3-
3.03 UNCLASSIFIED EXCAVATION
A. AlI excavated areas sha�l be maintained in a condition to assure praper drainage at a11
times, �nd ditches and sumps shall be constructed anc� maintained to a�aid damage to
�Yae areas under construction.
B. Surplus Material:
1. Surplus excavatian is that quantity of material that may be left over after the
grading pIan is executed, and all eartk�work o�eratians, inc�uding excavation,
embankment constructio�., togs�il repiacement, and fanal �rading, are
completed. Any other surplus material shall be disposed af as "waste" as
specified in Section 02100,
z. At tl�is Park, th� ArchitectJEngin�er shall pernnit the Cantractor to "waste" the
surplus by constructing additiana� embankment in an approved location. No
additional paymenk for such wark would be due that Cantractor.
C. Excavation in Rock: The use of explosives will not be permitted, Unless otherwise
indicated on the plans, excavation in solid rock shall extend six inches belovv required
subgrade elevation for the entire width �f the �area under construction and shail be
backfilled with suitable materials as indicated on the plans.
1' ._� u::��►��!
A. Earth emhankment is def ned as embankment coznposed of suitable materiais removed
in unclassified excavation andlor imported fitl. The construction of embankmen.t
includes preparing the area on which fill zs to be placed and the deposi�ang,
conditianing, and compaction of fill material.
B, General: Except as otherwise required by the plans, all embankment shall be
canstructed in Iayers approximately parallel to the finished �rade of the graded area,
and each layer shall be so canstructed as to pro�ide a uniform slope as �hown. an the
grading plan. Embankments shall be constructed to correspond to the general shape of
the typical sections shown on the plans, and each section af the embankinent shall
cortesgond to the detailed sectian or slapes established by the drawings. After
completion af the graded area, embankineni shall be continuously maintained to its
fin.zshed section and grade until the prajeCt is accepted.
C. Preparation: Prior to placing any embankment, all preparatary operations wili ha�e
been campleted on the excavation sources and areas over which the emhankment is to
be placed. The subgrade shall be praaf rolled ta detect soft spats, ��hich if exist, should
be reworked. Praof roiling shall be perfornzed using a heaw pneumatc �ired roller,
load�d dump truck, ar sirnilar piece of equipment weighin� approximateEy 25 tons
ex�ept as othervvise specified for tree protectian and areas inaccessible to vehice�lar
compactors. Stump holes or other small exca�ations in the limits of the embankznents
shall �e f�ackfillec# with suitable material and thoraughly tamped by a�proved methods
before commencin� embankment constructian. The surface of the ground, including
plawed, laosened ground, or surfaces roughened by small v��as�es or otherwise, shall be
restore� to appraximately its original slope by b4ading ar other methods, and, where
EARTHI�'Of�K
03200
-�-
indicated on the plans ar required by tl�e Owner, the ground surface, thus prepared,
shall be compaeted by sprinkling and rolling.
D. Scarificatian: The surface of ail areas and slopes ower which fil� is ta be placed, ather
than rock, shall be scarified tQ a dep�h of approximately six inch�s to provide a bond
between the existing surface and the proposed embankment. S�a�i�'ication shall be
accomplished by plowing, discing, ar other approved means. Prior to �11 placement,
the loosened material shall be adjusted ta the proper moisture content and recompacted
to the density specified herein for fill.
E. Benching: Scarification is normally adequate for slapzng surfaces. Howe�er, in certain
cases where fill is ta be placed agaiz�st hillsid�s or existing embankment with slopes
greater than 4:1, the Owner may direct the Contractor to lcey the fill material to �he
existing slopes hy benching. A minimum of iwo feet normal to the slope shall be
remov�d and recompacted to insure ihat the new work is canstructed on a firm
£oundation free af loose or disturbed rnaterzal.
F. Depositing: Fill materiai shall be placed in horizontal layers or lifts, e�enly spread, not
to exceed eight inciies in Ioose depth before canditianing and compaCtiane Unless
otherwise permitted, each layer flf fill material shall co�er the ler�gth and width of the
area to be filled and shall be conditioned and compacted be�ore the next higher layer of
fill is placed. Adequate drainage shall be mainiained at all times.
G. Watering: At the time of campaction, the moisture content af fiil material shail be such
that �he speeified compaction will be abtained, and the fill will be frm, hard, and
unyieiding. Fill maferial which cantains excessive moisture shail not be compacted
until �t is dry enough to obtain the specified compac�ion.
.H. Campacting: Each layer af earth �ll shall be compacted by appraved tam�ing ar
� sheepsfoot rollers, pneumatic fire rollers, or other mechanical means acceptable �a the
"� Owner. Hand-directed compaction �quipment shall be used in areas inaccessi�le �o
vehicular compactors.
I. Grading: Emhankments shall be constructed in proper sequence az�d at proper
densities �or their respective fiinction�. All embankment serves in one capacity
or anather as sub�rade (e.g., under topsoil, under concrete and asphalt
pavement, under structures, etc.). Aceordingly, the upper layer of embankment
sha11 be �raded to within plus or minus 0.10 foot of proper subgrade eleva�ion
prior to depositing topsoil, and prior t� t�e canstruction of pavements, slabs, etc.
3.a5 DENSTTY CONTRUL
A. Earth Embanl�ment in General: Earth embanktnent s�all be compacted in lifts at a
minimum af 94 percent of Standard Densit_y ASTM D698 with plus 4 percent or minus
2 percentage points of optimum moisture content.
B. E�rth Embankment Under Structures and Pavement: T��e top 6 inches of natural earth
comprising the subgrade far structurai slabs or for areas af pavement shall be 95 percent
EARTHWOR_f�
0220Q
-5-
to 98 percent of Standard Density ASTM D698 with �he moisture content at minus 2
percent ta plus 4 percent of optimum.
3.06 MOISTURE MATNTENANCE: The specified moisture content shall b� maintained in all
embankments that are to f�nctiQn as subgrade �or struci�zres, areas of pavement, arr for select
embankment. After completion af fhe embankment, the Contractor shall prevent excessive loss
of moisiur� in the embankment by sprinkling as required. Loss of moisture in excess of 2
perc�nt be[o�r aptimum in the tap 12 inches of the fill will require that the tap � 2 inches of the
embankment be �carified, wetted, and recampacted prior to placement of the siructure, select
fill or pavement. If desired, Che Contractor may place an asphalt membrane af ennulsified ar
cutback asphalt over the completed embani�ment and thus eliminate the sprznkling requirement,
3.08 TOPSOIL REPLACEMENT: Topsail shall be carefully placed to a�oid any displacement ar
damage to the subgrade. If any of the su�grade is r�tted, damaged or displaced it shall be
restored prior ta placing topsoiL Topsoil shall be reglaced as specified hezein per Item 3.02,
END OF SECTION
EA�THVJORK
�22D0
-6-
SECTION 0��3'� -WOOD FIBER PLAYGROUND SURFACING
PART I — GENERAL
1.01 SCOPE
Surfacing tasks for shredded wood fiher surfacing with drainage matrix system include
all labor, materials and equipment necessary for, and pertinent ta, ihe work to be done.
Work will be accomplished in a ihorough and warkmanlike manner. The specified
products wiil be applied strictly in accordance with the manufacturer's recommendations.
' i 1.02 DESCRIPTION OF SYSTEM
A. Shredd�d Wood Fiber Surfacing Sysiem with Drainage Matrix (Base Bid): S�all
be Fibar System 300 as patented and Iicenaed for production by Robert Godfrey,
Ltd., Woodcarpet with Dural�ner fabric as manufactured and warranied by Zeager
Bros., Inc. with TerraFlow I00 Draznage Sy�tem by Contech, or approved equals,
B. Shredded V+�aod Fiber Surfacing System with Gravel and �ubdrain (Alternate
Bid, per Plan Detail No. 6}: Sh.all be Fibar System 200, Woodcarpet system with
Duraliner and gravel layer, or appro�ed equal.
C. Fibar Systems, FibarMat, anci FibarGard are availal�le from Modlin Recreation
Equipment, Inc., P. 0. Box 50048, Denton, Texas 7&026-�048, 1-800-433-5347
(local Exclusive Represeniative) or Robert Godfrey, Ltd., 141 Halstead Avenue,
Mamaraneck, NY 10543-2650. Ca11800-Fibar-21 or 9I4-835-151. Fax 914-835-
6975.
D. WoodcarQet Systems, W oodcarpet Mat, and TerraFlow Sysiem are available fram
Hunter Knepshield, P.O. Box 260677, Plano, Texas 75026-0677, 1-800�451-4i3$
' (local representative} ar Zeager Hardwood Ca., 340 Butt Road, Franklin,
Kentucicy, 42 i 34, 1-5Q2-S 86-4491.
� PART � — PRODUCTS
I 2.01 MATER.IALS
, � B.
WOOD FIBRE SURFACING
,� 3.
4
Surfacing shall be a mix of random-sized hardwood fibres. Standard
wood chips or bark mulch will not be acceptable.
To allow for compaction, the following formulas must be used to
determine the eQrrect number of cubic yards: $" deep: Sq. ft, o�
playground x 4.0375. Twelue inches deep: Sq. ft. of playground x OAS.
Bidder will guarantee sieve analysis of woo�i fibre as fojlows: Greater
than 85 percent passing 3/8" sieve, Less than 50 percent passing #6Q
sieve.
Woad fibre shall ha�e no recycled woad �ram pallets or waste wood and
no twigs, bark, ieaf del�ris or other organic material incorporated within.
1�,'OOD F[SER PLAI'GROUI�`D SI�RFACiAIG
62537
-l-
B, DRAINAGE FABRIC
I. Product used s�ail be FibarFelf, DuraLiner, or aproved equal palyest�r
nonwoven engineering geotextile fabric.
2. Bidder will provide enaugh material to allow for 12" overlap on all seams,
C. DRAINAGE MATRLX
I, Product used shail be FibarDrain, TerraFlow 100, or aproved equ�l
geotextile encapsulated drainage core.
D. WEAR. MATS
Prod�ct used shall be �'ibarMat, WoodCarpet Mat, or approved equal
rubber mattin,g, meeting ASTM F 1�.92-91 piayground surfacing standard
for a drop height nat ta exceed 3.5 feet. Must be instailed under alI
swings and slides t� preserve warranty. Method of ancharage must be
appraved by Owner.
PART 3 - SPECIAL I�QUIREMENTS
3.41 QUALITY C�NTROL
A. TY�e Bidder will prQ�vide the engineered wood fiber systern to be constructed
exactly accoxdi�.g to �nanufa�turer's instaliation instructions.
B. 'I'ize Bidder will provide the owner or zts designated contzactor with al� necessary
licenses �rior ta start of construction in accordance witk� U. S, Patents.
C, Supplier must provide test results for impact attenuation in accordance with
ASTM F1292-93; Standard Sp�cification for Impact Attenuation of Surface
Systems Under and Around Playg�round Equipment. Results must be provided for
new material and for 5-year-old material.
D, Testing must show "g" ratings afnot rnore than I55g for the 8" thick system, ar
120g for the 12" system a� 12' fall heights, and HIC values of less than 1,000 for
bath new and S-year-old rriaterial.
E, Product must be wheelchair accessibie and meet the requirements af the 1990�
Americans with Disabilities Act (ADA) in accordance with ASTM PS83-97.
F. The Bidder will provide copies of flammabiiity testing procedures and r�sults
using (i) Section 15��.44 of the Federal Hazardaus Substance Act, Title 16,
Chapter II, Subchapter C, for r�gid and piiable solids, and (i�) lb CFR Part 1630
5tandard for the Surface Flammability af Carpets and Rugs {FF 1-7Q}, Modi�ed
Pracedure. Testing shauJd be perfarrried by an independent �esting laboratory.
WOOD FIBER PLAYGROUND SUR.FACIIrG
02537
-2-
G. The Bidder will provide cnpies of testing procedures and resu�ts of (i) new
shredded wood fibre, and (ii) shredded wood fibre not iess than five years oid
taken from an existing site, performed by an independent testing saurce using the
ASTM F1292-91 p�aygraund safety surfacing standard.
H. The Bidder will provide at least three references af handicapped-accessible
playgrounds ihat have been installed with said surface.
3.02 WARRANTY
All materials and labor under this Section shall be installed by a contractar authorized by
the manufacture;r. Safefy surface shall be warranted for iahor and materials for a periad
of no less than two years. Written warranty must be submitted by the manufacturer and
the authorized installer.
PART 4 — EXECUTION
A. PREPAR.ATION
Installer shail thoroughly examine the site and specifications, carefully checking
the dimensians before starting work.
B. SUBGR.ADE
L The subgrade shall be graded a minimum of 1 percent. It is not
recommended that the surfacing system be installed on a grade greater
than 10 percent. All roats, s�ones, and vegetation shall be removed.
2. The drainage manix must be cnnnected to the drainage system.
� 3. The first 6" of subgrade shall be compacCed to at least 95 percent afthe
dry density, as determined by the provisions af A.ASHTD or T 2Q5, as
moc�ified in 203.24.
C. APPLiCATION:
t�
SHREDDED WOOD FIBER SUItFACING SYSTEM VVITH
DRAINAGE MATRIX (BASE B�D}: Install per plans and specifications
and in accordance with cross-sectional drawings and detailed installation
insiructions available frnm approved manufacturers.
a. Drainage Fabric
1. Subgzade shall be covered with draina�e fabric as
specified, overlapping a[1 seams at least 12",
2. In areas where equipm�nt exists, it is necessary to cut the
fabric to fit, Qnce fitted, any cuts should be overlapped
with �abric wherever possible,
Vti`OOD FIB�R PLAYGROLT?r'D SUI�FAC[�fG
02537
-3-
i�. Drainage Matrix
1. Drainage matrix shall be cut from edge-to-edge of the
p�ayground arid must be placed on 6' cent�rs in the
�irection of the grade.
3. Drainage matrix must extend beneath and beyond border
system. Drainage matrix must cannect ta a drain.
e. Wear Mat
1. A wear mat musi be installed under every swing and slide,
ta preserve warranty.
2. Install the wear ma� over surfacing �nd anchored ta the
subsoil in an apgra�ed method.
d. Shredded woad fiber
1. The shredded wood fibez surface shail be spread to a
uniform depth. All material supplied by the manufacturer
must be instatled ta a�law for settling and natural
compaetion. Mac�ainery shall not disturb or travel az� �he
drainage fabic.
2. Contractar shall be responsible for applying additional
material as required to maintain design grades and
anticipated settlin� far a period of sixty (60) days following
pro}ect acc�ptance.
2. SHREDDED WOOD FIBEIt SU1tFACING SYSTEIVI WTTH GRA`l'EL
AND �UBDRAIN (ALTERNATE BID, PER PLAN B�TAIL N0.6}:
Install per plans and specifications and in accordance with cross-sectional
drawings and detailed instailation instructions availabl� fr�im approved
manufacturers.
a. Drainage Fabric
l. Subgrade shall be cavered with drainage fabric as
specified,
o�erlapping all seams at least I2".
2. In areas where equipment exis#s, it is necissary to cut the
fahric to fit. Once iitted, any cuts shauld be ovecEapped
wherever possible.
b. Aggre�ate Drainage Material
1. Cover bo#tom layer of drainage fabric with washed stone ta
a uniform depth of 3-4 inches.
tiVpOfl F[BER PLAYGROU2�ID SUfZFACWG
0?537
-4-
2, �'lace an additional ]ayer af drainage fabric over and in
contact with t�e aggregate drainage material.
b. Install shredded wood fiber and wear mats as stipuLated in Item 1,
c and d.
,1
i�
; �
�
�
,
�1
4�'OOD ��I3ER PLAYGROUI�lD SI�RF.ACI�G
02537
-5-
SECTION 0�830 - GALVANIZED CHAIN LINK FENCING
PARTI�GENERAL
1.Q 1 RELATED DOCUMENTS
A. Fravisions establislaed within the General and Supplerr►entary General Conditions ofthe Contract,
Division 1- General Requirements, and the Drawings are collectively applicable to this Seetion.
1.02 SC�PE
A. Section Includes: Galvanized chain link fences, gates, and backstops.
,�
1.03 REPERENCES
A. American Society ftir Testing and Materials (ASTM):
1. ASTM A 153-82 {1987} Specification for Zinc Coating (Hot-Dip) on Iran and Steei
Hardware
2. ASTM A 392-84 Specificat�on for Zinc-Coated Steel Chain-Link Fence Fabric
3. ASTM A 4461A 446M-87 Specificakion for Steel S�eet, Zinc-Caated (Gaivanized} by the
Hot-Dip Process, 5tructural {Physical) Quality
4, ASTM A 5691A 569M-85 Specification for Steel, Carbon (0.15 Maximum, Percent), Hot
Rolled Sheet and 5trip CQmmercial Quality
5. ASTM A 641-$2 Specification for Zinc-Coated {Galvanized) Carl�on Steel Wire
6. ASTM A 824-86 Sgecification for Metaliic-coated Steel Marcelled Tension Wire for Use
With Chain Link Fence
'7. ASTM C 33-86 Specification �or CQncrete Aggregates
$. ASTM C 150-$6 Specification for Portland C�ment
9. ASTM F 567-8� Standard Practice far Installation of Chain Link Fence
10. ASTM F 669-81 (1985) Specifieatian far Streng#h Requirements of Metal Posts and Rails
• for Industrial Chain Link Fence
11. ASTM F 900-$4 Specification for Industrial and Cammercial Swing Gates
12. ASTM F 1083-87 Specification for Pipe, Steel, Hat-Dipped Zinc-Caated (Galvanized)
Welded, for Fence Structure
'� B. Chain Link Fence Manufacturer's Institute (CI�FMI} Publications:
. . 1. Praduct Manuai
1.04 SUBMITTALS
A. Product Data: Submit in accordance with SECTION O1340 - SHOP DRAWINGS, PRODUCT
DATA, A�D SAMP�.ES. Include manufacturer's insta�lation instructions.
G.AL�'.AtiIZED CI�AI'� LINK FENCING
02830 - l
PART 2 - PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
.4. Pro�ide cnain link fences and gates as manufactured by one of the following:
Allied iube and Conduit Corp.
American Chain Link Fence Company
American Tube Company
Anchar Fence, Inc.
Capital Wire and Fence Co,, In�,
Century Tube Corp.
Cyclone Fence Di�./USX Corp.
2.42 MA'1"ERIALS
A, Steel Fabric: Comply with Chain Link Fence Manuiacturer's Institute {CLFMI) Product Manual.
Furnish one-piece fabric widths for fencing up to 12 feet itigh. All fencing shall have a knuckled
selvage tap and bottom. �ire �ize inclades zinc cflating. Provide 2 inch mesh, 9 gage {0,148 inch
diameter) wire, iypical.
�:�
�
�
Galvanized Steel Finish: ASTM A 392, Class 1, witk� not less than 1.2 az. zinc per sq, ft. ofuncoated
Euire surface.
Framing: Strength requirements for posts and raiEs shall corr3ply with ASTM F 669.
Pipe shall be straight, true �o section, material, and sizes specified, and shall conform to the fallowing
weights per foot:
NPZS in
inches
1-114
t-1/2
z
2-1l2
3-l/�
Outside Diameter
(OD) in inches
1.65Q
1.900
2.375
2.875
4.�00
Type 1 Type II
SteeE Steel
2.27 1,84
2.72 2.2$
3.b5 3,12
5.79 4.b4
9.11 6.56
E. Stee] Framework, General: Posts, rails, braces, and gate frames.
1. Type I Pipe; Hot-dspped galvanized steel pipe conforming to ASTM F 1083, plain ends,
standard weig�t (schedufe 40) with not less t1�an 1.8 oz. zinc ger sq, ft, of surface area
coated.
F
2. Ty�e I� Pipe: Manufactured frorrs steel eonforming to ASTM A 569 or A 44�, grade p, cald
formed, electric welded with minimum yield strength of 50,000 �si and triple coated with
minimum 0.9 oz. zine per sq. ft. after w�lding, a chromate conversion coating and a clear
polymer overcoat. Corrasion protec�ion on inside surfaces shall protect the m�ta] from
carrosion wheii subjected to th� salt spray test af ASTM B l 17 for 3bp hours with the end
point of 5 percent Red Rust.
�nd, corner, and �ul[ posts; 2 7;$" OD Type I or II steel pipe, 2 112" square stee! tubing weighing
5. ! 0 ibs. per in, ft., or 3] 12" by 3 11?° roll-farzned sections we�ghing 4.85 lbs. per in, ft,
G. Line or intermedaaCe pns[s: 2 3!8" OD Tvpe I ar 1] stee] pipe, 2 114° �y 1 7110" C section weighing
GAL�'AItiIZED CHAI?� LI'�K FE'�C[NG
0� 830 - 2
2.70 Ibs. per in. ft., or 2 1/4" by 1 7110" galvanized stee! H section weighing 3.26 ib. per. in. ft.
H. Top Rail; Manufacturer's iongest lengkhs, with expansian-type couplings, approximately 6 inches
iong, for each joint. Provide means for attaching tap rail securely to each gate camer, pu�l, and end
post.
1. Galvanized �teel: 1- lf4" NPS (1.66 inch OD} Type I or II steel pipe or i-S18" by 1-114" roll-
formed C sections weighing 1.35 lb. per ft.
I. Bottorn and Interrnediate Rail: 1.66" OD schedule �0 gafvanized steel pipe 2.271bs. per ft., with rail
end clamps at each post.
Tie Wires: 12-gauge (Q.106 inch diameter) galvanized steef with a minimum of Q.098 oz, per sq. ft.
of zinc coating of surface area in accordarfce with ASTM A b41, Class 3.
K. Post and Line Caps: Pravide weathertight closure cap for each post. Pravide line post caps with loop
to receive tensifln wire ar top rail.
L. Tension or Stretcher Bars: Hot-dip galvanized steel with mini�num length 2 inches less than fiall
heig�t of fabric, �minimum cross-section of 3/16 inch hy 314 inch a�d zninimum 1.2 oz, zin.c coating
per sq. ft. of surface area. Pro�ide one bar for each gate and end post, anct two for each corner and
pull post, except°where fabric is integrally woven into post.
M. Tensian and Brace Bands: Minimum 314 incl� wide hot-dip galvanized stee! with minimum 1.2 oz.
zinc coating per sq. ft. of surface area.
1. Tension and Brace Bands: Minimum 12 gage (0.1�5 inch) thick.
N. Concrete: Provide concrete consisting af Portland cement, ASTM C 150, aggregates ASTM C 33,
and clean water. Mix materials to obtain concrete with a minim.ut� 28 day compressive strengtl� of
2504 psi. Use at least 4 sacks of cement per cu. yd., 1 inch maximum size aggregate, maximum 3
inch slump, and 2 to 4�ercent entraine� air.
PART 3 - EXECUTION
3.01 INSTALLATION
A. GeneraL• Instalf fence in complianee with ASTM F 567. Da not begin installation and erection
before final grading is completed.
B. Excavation: Drill or hand-excavate (using post-hole digger) Y�oles forpasts ta dian�eters and spacings
indicated, in firm, undisturbed or cnmpaeted soil.
1. Excavate holes for each post to minirr�utn diameter recommended by fence manufacturer,
but not less than 4 times largest cross-section of post.
2. Excavate hole d�pths approximately 3 inches lower than post bottom, �ith bottom ofposts
set not iess than 36 inches below finish grade surface.
C. 5etting Posts: Center and afign posts in holes 3" above bottom of excavation. Space maximum 10
feet o.c. Protect portion of posts above ground from concrete pkatter. Place concrete around pasts
and vibrate or tamp for consolidat�on. Checic each Qost for <<ertical and top afignment, and hold in
positian during placernent and itnishing operations. Extend concrete footings 2 inches above grade
GAL�'A',V[ZED CHAIN �.I?�K FE�TC['.v`G
0?$30-3
PART � � PRODUCTS
2.01 FARK EQUIPMENT
A. Benches — 6', Park Benches
1. Approved Products:Maracles No. i267. Color shall be blue.
B. Picnic Tables — 6'
1. Approved Products: Wabash Valley 56I2. Co3or shall be blue.
C. Picnic Cooker:
1. Appraved Products; Pilat Rock A 20 B2
D. Basketball Goal Assembly:
l. Approved Products Miracle No. 360-757
2.02 SUPI'LIERS
A. Miracle Recreation Equipment Cflm}�any is represented by:
Harper & Associates
P. O. Box 838
Allen, Texas 75Q13
1-800-982-8973
B. Pilat Rock and Wabasb Valley are represented by:
The 1'laywell Group
2750 Northhaven Rd., Suite 103
Dallas, Texas 75229
i -800-726-1816
PART 3 � EXECUTION
3.Ot INSTALLATION
A. Fasteners: All nuts and bolts snall be upset and tack welded ta prevent
disassembly.
B. Manufacturer's Installation Instructions: The Contractor shall follow the
manufacturer's installation instructians and give the Landscape Architect the
sir� Fuw.�isr�r��s
oza�o
-z-
instrucrions for filing, unless otherwise stated. Set benches and picnic tahl�s
�evel.
�ND O� SECTION
�
�
�
STTE fiURI�ISHINGS
02870
-3-
SECTION O��bO - PLAYGR�UND EQUIPMENT
PART1nGENERAL
�,01 DESCRIPTIQN
A. This seciion shall include all materials, labor, tools, equipment, transportation and
�upervision required for the installation of new playground equipment.
i .02 RELATED W ORK
A. Sec�ion 42870 - Site Furnishings
B. Section 03300 - Cast-In-Place Concrete
1.03 QUALITY ASSURANCE
A. Codes and 5tandards:
' AlI equipmeni and materials shall meet the standards and requirements of the latest
editions of the U. S. Consurner Product Safety Camrnission's (CPSC} Handbook
for Public Playgzound Safety and af ASTM Designation F1487: Standard
Consumer Safety Performance Speci�ca�ion for Playgraund Equipment for Public
, Use.
�
B. Submittals:
, I. Submittals Prior to Construction - Suhmit manufacturers' documentation of
� product compliance with CPSC and ASTM F 1487 Standards including:
� a. All paints and other similar finishes must meet the current CPSC
� regulation for lead in paint {0,06 percent maximum lead by dry
weight}.
r
6. Regardless of the material or the treatm�nt process, the
manufacturer shall ensure that the users of the playground eq�ipment
cannoi ingest, inhale, or absorb any potentially hazardous amounts of
substances ihraugh body surfaces as a resuit of contaci with the
eq�ipment.
c. S�bmittals must be received and approved by the Landscape
Architect prior to ordering equzpment.
PLA'i'GI20UND $QUI�'MENT
02860
1
�
2. Submittals Prior ta Projcct .A,cceptance — Contractor shali submit a11
maufacturers' literature to the Landscape Architect prior to acceptance of the
proj ect.
PART 2 — PRODUCTS
2,01 PLAYGROUND EQUIPMENT
A. Contractor shall provide and instal] swing as indicated an the plans.
B. Approved Product: Miracie No. 7I8-044. Colors to match 20Q0 Catalog
illustration: grape frame, red roof, orange tube slide, y�llow tube slide, arange ski
slide, yellow side by side slide ( alternate colors). Miracle Recreation Equipment
is regresented by:
Harper & �ssociates
P. 4. Bax 838
A1Ien, Texas 75013
I-800-982-8973
PART3�EXECUTION
3.01 GENERAL: All items shall be supplied and installed by Contractor as shown on the
plans and as recommended by the manufacturer,
3.02 FALL ZONES: Cantractar shail verify aIl fall zone clearances onsite prior to installing
the equipment. Notify the Landscape Architect of any conflicts or discrepancies.
3,03 CONCRETE FOOTINGS: The f nished grade of aIl concrete foatings shall be set twel�e
inches belbw the finish grade af surfacing material.
3.44 FASTENERS: All nuts and bo�ts shall be upset and tack we�ded to prevent disassembly.
3.05 PROTECTION: Contractor sha11 be responsible for protection of unf�nished work and
shall erect temporary signage and barriers as necessary to prevent paxk users from
utilizing unfinishec� equipment.
END OF SECTION
PLAYGROUNI� EQUIPMENT
028b0
z
SECTTON 0�930 - SEEDING
PART 1 - GENERAL
I.O1 DESCRIPTION
A. Work Tncluded: Seedin� of grass seed or wildflower seed, as speci#"ied on the plans.
B. Related Wark Sp�cif ed Elsewhere: Section Q222Q, Earthwork.
1.02 REFERENCE STANDARDS
A. Standardized Plant Namas
1. Fflr exatic plant maierials: American Joint Committee of Horticulturai
Nomenclature, Sec4n.d Edition, 1,9�2.
' 2. For �native materials
a. Manual of the Vascular Plants of Texas by Correll and 3ohnston
b. Check List of Vascular Plants of Texas by Hatch
; c. Flora of Nortb Central Texas by Shinners and Moller
B. Texas Highway Departm�nt: Standard Specifications far Constructian, Item 164,
"Seeding for Erosion Control" and Item 1 S0, "Wildflower Seeding".
. , � .03 SUBMITTALS
A. Seed
� 1. Vendors' certification that seeds �neet Texas State seed iaw including:
r a. Testing and labeling for p�re live seed (PLS)
b. Name and type of seed
�' 2. If using native grass or wildflower seed, seed must have been haivested withi� lOp
:. miles of the constructian site.
3. All seed shall be tested in a labaratory with certified results presented to the Project
� I Manager, in writing, prior to planting.
• 4. All seed to be o� the previous season's crop and the date on tk�� container shall be
� within twelve manths oi the seeding date.
5. Each species of seed shall be supplied in a separate, labeled container for acceptailce
' " by the Project Mana�er.
B. Fertilizer
1. UnopEned l�a;s labeled with the analysis
2. Con%rrn ta Texas fertilizer law
1.04 JOB C4NDITIONS
.4. Plantin� Season: The season varies according to species (see Part 2- Products). Do not
seed ��lien soil is excessil�ely ��et or diy nr when wind exceeds 10 miles per hour.
SECTION 02930 - SEEDING
_�_
B. Schedule After All Other Construction and Planting Is Complete.
C. Protect and Maintain Seeded Azeas
1, From erosion
2. FroFn traffic and all other use
3. Until seeding is complete and accepted
1.05 QUALITY CONTROL
The contractor who plants the seeds, whether the general cor�tractor or a subcontractor, is
responsible for daily �uper�asion of his crew, while plantir�g the se�d and maintaining thc
seedlings until the project is accepted by the City.
PART �. — PRODUCTS
2.01 MATERIALS
A. Seed
All seed shall be planted at rates based on pure live seed (PLS = purity x germina�ion) per
acre.
Substitution of individual seed types due to lack of availability sha�l be rnade on�y by the
Project Maziager at the time ofplanting. The Contraetor shall noti�y the Proj�ct Managez',
prior to bidding, af difficulties locating certain species. �nly those azeas indicated on the
plans and areas disturbed by construction shall be seeded. Prior to seeding, each area shall
be marked in the field and approved by the Praject Manager. Any adjustment of azea
location by the Project Manager shall be cansidered incidental and shall not entztle the
Contractor to additional compensation.
Weed seed shall not exceed 10 pezcent by weight of ihe tatal of pure live seed (PLS) and
other material in tize inixture, Johnsongrass and nutgrass seed shall not be allowed.
The seed shall be clean, dry and harvested within one year of planting,
1. Non-natir�e grass seed shall consist of:
If planted between April 15 and September �Q:
Lbs.lAcre Common Name Scientific I�Tame Purity
25 Bemiuda (unhulled) Cynodon dacrylon SS%
75 Be�cx�uda {hulled} Cynodan dactylon 95%
Substitute the fo�lav►�ing if plat�ted betw�en September 10 and April I�:
22Q Rye Grass Lolium 1nultiflorum 82%
40 Bermuda (unhulled} Cynodon dactylon S�%
Germination
9Q°/n
90%
�fl%
85°10
S�CTI�T� 02430 - 5EEDING
-2-
2 Native �rass seed - The seed shall be planted beiween February 1 and October 1
and shall consist of:
Lbs. PLS/Acre Common Name Botanical Name
16 Green Sprangletop Leptochlaa dubia
40 Sideoats Grama* Bouteloua curtipendula
64 Little Bluestem* Sehizachypium scaparium
240 B�ffalograss Buchloe dactyloides
40 Indian Grass* • Sorgh�strurn avenaceum
16 Big Top Lovegrass* Eragrostis hirsuta
16 Weeping Lovegrass Eragrastis curvula
80 Canada Wild Rye* Elyrnus canadensis var.
canadensis
*These grasses are nat to be planted within. ten feet af a road or parking lot or
within three feet of a walkway.
3 Wildflower seed - All vvildflower seeds are to be hand broadcast, {see 3.02,A).
The seed shall be planted between March 5 and May 31 or between September 1
and December 1 and shail consist of:
Lbs. PLS/Acre
10
za
50
10
IQ
20
10
3
10
14
Cammon Name
Foxglove*
Lanceleaf Coreopsis
B Zuebonnet
Pi�nk Evening Primxase
Purple Caneflower*
Indian Blanke�
Mexican Hat
Maximillian Sunf]ower*
Winecup
Lemon Mint*
Botanical Name
Penstemon cobaea
Careapsis lancealata
Lupinus texensis
Oenothera speciosa
Echinacea purpurect
Gaillardia pulchella
Ratib�da columnaris
Helianthu.r maximiliana
Callirhoe involuc�ata
Monarda cttriodo�a
*These wildflawers ar� not to be planted within ten feet of a road or parking lot or
within three feet of a�ualkway.
4. Temporary erosion control seed
When specified an the plans, tem.porary contrnl measures shall be performed.
These measures shall consist of the sawing of caol se�son plant seeds and the
wnrlc and materials as required in this seckion.
B. Muich
1. Mulch should be designed for use with con�entional mechanical or hydraulic
planting of seed, either alone or with fertilizer.
?. Muich should be wood cellulose �ber produced from virgin wood or recyeled
paper-by-products {waste products from paper milks ar recycied n.ewspaper).
3. Mulch skzouid contain no growth or germination inhzbiting factars.
sEcrroN oa�3a - sE�nnv�
-a-
4. Mulch should contain no more than 10 percent moisture, air dry wei�lit basis.
5. Additives shall include a binder in powder form.
b. Material shall form a strong moisture retaining mat.
C. Fertilizer
i. All fertilizer shall be deliverec� in bags or cantain�rs clearly �abeled showing ihe
analysis.
2. All fertilizer shall be in acceptable con�itian for distribution and shall be applied
uniforrraly over the planted area.
3. Analysis of I6-20-0, 16-$-8, or as designated on the plans. Fertilizer rate:
a. No fertilizer is required for wildflower seeding.
b, Where applying fertilizer on newly �stablished seeding areas - 100 pounds
of Nitrogen per acre.
c. Where applying fertilizer on established s�eding areas -.15Q pounds of
Nitrogen per acre.
D. Water: Shall be furni�hed by the Contractor and shall be clean and free of industr�al
wastes or other substances harmfiil to the germination of the seed ar #o the growth af the
vegetation, The amount oiwater will vary according to the vveather variables. Generally,
an amount af water that is equal to the averag� amount of rainfall plus 1/2" per week
should be applied for approximately three weeks or until project is accepted by the
Project Manager.
E, Erosion Contro] Measures
1. For seeding application in areas up to 3:I slope, use cellulose, fber or recycled
paper mulch, (see 2.01, B. Mulch and 3.03}.
2. Far seeding application in areas 3:1 slope ar greater, use the following soil
retention blanket (Fo13ow the manufacturer's directions):
"Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624,
Arlington, Texas 76001, 1-$00-777-SOIL.
2.02 MIXIN�
Seed, mulch, fertiiizer and water may be mixed provided that: .
1. Mixture is uniformly suspended to form a homogenous slurry. T
2. Mi�ture forms a blotter-like ground covar irripregnated uniform�y with grass seed.
3. Mixture is applied witl�in 30 minutes af�er placed in the equipment.
SECT'101�i Q2930 - SEE!]ING
-4-
PART 3 — EXECUTION
3.01 SEEDED PREPARATION
A. Clear Sur�ace of All Materials, Such As:
1. Stumgs, stones, and other obj ecis larger than one inch.
2. Roots, brush, vvire, stalces, etc.
3. Any objects that may interfere with seeding ar maintenance.
B. Tilling
1. In all compacted areas till one inch deep.
2. If area is slopcd greater than 3:1, run a tractor paralfel to slape to provide less
' � seed/water run-off.
3. in areas near-trees: Do not tzil deeper than I12 inch inside "drip line" of trees.
C. Watering: Soil should b� watered to a min.imum depth of four inches within 481nours of
s�eding. �
3.02 SEEDIN.G
A. If Sawing Seed By Hand
1. Broadcast seed in two directions at right angles to each o#her.
2. Ha�row ar rake Iightly to caver seed.
3. Never cover seed with more soil than twice its diamete�r.
4. For wildflower plantings, scaip existing grasses to one inch, remave grass
cligpings, so seed can make contact with the soil.
. B. Mechanically Seeding (Dril�ing):
If inechanically seeding (driiling} the seed or seed mixture, the quantity speci�ied shall be
� uniformly distributed over the areas shown on the plans or where directed, AIl varieties
t� af seed, as well as fertilizer, may be distributed at the same time pz'a�ided �hat each
, component is unifoz'mIy applied at the specified rate. Seed shall be dzilled at a depth of
from 1/�} inch to 3/8 inGh utilizing a pasfure or rangeland type driil. Ali driiling is to be
' on the contaur. Afier planting, the area shall be ralled with a roller integral to the seed
, drill, or a corrugated roller of the "Cultipacker'" type. AIl rolling of slppe areas shall be
�,
on the contour.
3.03 MULCHING
A. Apply uniformly after campletian of seedang �n areas up to 3:1 slope. Mulch may be
app�ied concurrently with fertilizer and seed, if desired.
B. Apply at the fallowing rates unless otherwise shown on plans:
1. Sandy soils, flat s�ufaces - minimum 1,500 lbs.lacre.
2. Sandy soils, sloping surfaces - min.imum 1,sao 1�$.ia���.
�. Clay soils, flat surfaces - minimum �,SOO lbs,/acre.
4. Clay sazls, sloping surfaces - minimum 3,OOQ lbs.lacre.
SECTION 02930 - SE�DiNG
-5-
S, "Flat'° and "sioping" surfaces will be shown on the plans if not visually ab�ious.
C, Apply within 30 minutes after p�acement in equiprnent. Keep mulch moist, by daily
water application, if necessary:
1. For approximately twenty-one days, or
2. Un�il seeds have genminated and have rooted in soil, (see 3.04, B} and groj ect has
been accepted by the Proj ect Manager.
3,04 MAINTENANCE AND MANAGEMENT
A. Includes protection, replanting, maintaining grades and immediate repair af erosion
damage until the project receiv�s fmal acceptance.
B. Replanting
1. Replan� areas where a stand of grass or wi�dflowers are not present in a reasonable
length of time, as determined by the Proj ect Manager.
2. A"stand" shall be defined as:
a. B�rrnudalRye grasses: Faurteen growing plants per square inch
established within two weeks of seeding date on a smooth bed free of
foreign material and rocks or clods lar�er than one inch dzameter.
b. Native grass and wildflowers: 80% percent coverage of growing plants
within seeded area witk�an twenfy-one days of seEding date on a smooth
bed free oi foreign material and rocks or clods larger than one znch
diameter,
c. Havin.g rao 3�are spots greater than six inch square.
END OF SECTION
s�cr�aN oz93o - s���r�v�
-�-
SECTION 03200 — CONCRETE REINFORCEMENT
PART 1 - GENERAL
1.01 RELATED DOCUMENTS
A. Provisions established w'rthin the General and Supplem�ntary Conditions of the Contract,
Division 1- General Requirements, and �he Drawings are col�ectively applicable to this
Section.
1.02 SUMMARY
A. Section Includes:
l. Reinforcement with accessories for the cast -in-piaee eoncrete.
2. Reinforcing steel bars, welded steel wire fabric and �brous reinfarcement far cast-in-
place conczete.
3. Support chairs, bdlsters and spacers, for supporting reinforcement.
B. Related Sections:
� 1. Section 02370 - Cast-in-Place Conerete Piers
2. Sectior� Q3360 - Cast-in-Pjace Concrete
1.03 REFERENCES
A. American Cancrat� Institute (ACI):
. � 1. ACI 3318 - Buiiding Cade Requirements far Reinforced Concrete.
:� B. American 5ociety for Testing and Materials (ASTM}:
l. ASTM A 185 - Specification for Steel Welded Wire, Fabric, Plain, far Cancrete
Reinforcement.
Z. .ASTM A 615 - Specification for Deformed and Plain Billet-Steel Bars far Conczete
Reinforcement.
G Concrete Reinforcing Steel Institute (CRSI):
I. CRSI Manual of Standard Practice , latest editian.
I.04 SUBMITTALS
A. Shop Drawings: Submit in accardance with Section 01540 PRODUCT OPTIONS. Drawings
shall show the size, length, form and position ofbar reinforcing and accessaries.
B. Certification: Subrnit a letter certifying that the reinforcing bars connply with specifed
standard for grade.
].OS QUALITY ASSURANCE
A. Standard: Reinfarcernent shall m.eet the requirements of ACT 318.
C�NCRETE REINFORCEMENT
03200-1
�
1.06 DELIVERY AND �TORAGE
A. Stack reinfarcing steel in tiers and mark so that each ler�gth, size, shape and lacation can be
readily determined. E�ercise care to maintain reinforcerrtent free of dirt, mud, paint or rust.
B. Store materials and accessaries an dunnage and under protective sheeting.
PA.RT � - PRODUCTS
2.01 MATERIALS
A, Reinforcing Bars: ASTM A 6I5, Grade 60 deformed billet steel.
B. Reinforcing �'abric: ASTM A 185, welded steel wire fabric in flat sheets.
C. Tie Wire: I b gauge annealed steel wire.
D. Accessories: Anchors, dowels, spacers, chairs, bolsters and atber devices for supporting and
fa�tening reinfprcement and nortnally considexed as accessories to the concrete work.
2.U2 FABRICATTON
A. Fabri.cate r�infarci�ng bars to conform to the required shapas and dimensivns, wit� fabrication
tolerances complying with the CRSI Manual.
B. In case af fabricating errors, do not straighten or re-bend reinforcement in a manner that will
vueaken or injure the material.
PART 3 - EX�CUTION
3.01 1NSTALLATION
A. Placirag Steel:
I, Place reinforcemer►t in accordance with CRST " Placing Reinforcing Bars" and ACI 318,
with provisions of ACI 3 I$ governing.
2. Assemble reinf`orcing stee3 in the forms, wirad and fastened securely. Bending sha11 be
done cold. Bars with kinks or bends not detailsd shafl be rejected.
3. Clear►xeinforcing stee] ofloose r�st, mill scale, grease, dirt and other coatings which wi11
reduce �r destroy bond with the conerete. A thin film of tight rust will not be
objectionable. 4. Position, support and secure reinforc�ment to resist displacement by
forr.�work, constructian and cancrete placing ogerations,
5. �.ocate a�d sugport reinforcement by meta� cEeairs, run�ers, balsters, spacers and
hangers.
6. Place reinforcement to obtain mzn.irztutn coverages for cancrete protection.
7. Arrange, space and securely tie bars and bar supports together with the specified tie wire.
S, Set wire ties so twisted ends are directed away from exposed cancrete surfaces.
9. Support reinforcement and fasten together to prevent displacement by construction laads
CONCRETE REINFORC�MENT
03200-2
of placing cancrete.
10. Over formwork, use meta� or plastic bar chairs and spacers tn support reinforcement.
11. Where concrete sur£ace will he exposed to weather in finished structure, use
noncorrosive or corrasion protected accessories within 1/2" of concrete surface.
12, Where successive mats of reiz�forcing £abric are continuous, overiap welded wire fabric
so tY►at overlap measured b�tween outermost cross wires of each fabric sk�eet is not Iess
than spacin.g of cross wires plus 2".
13. Bars having splices not shnwn an shop drawings will be subj�ct to rejections.
14. Do nat bend reinforcement after being embedded in hardened concrete.
15. Do not allow bars to be in contact with dissimilar materiais.
�ND OF SECTION
,
:,.
I�
,,
r6
:i
;�
0
GONCRETE REINFORGEMENT
03200�3
� .�
SECTION 03300 — CAST-IN-PLACE CONCRETE
PART 1 � GENERAL
1.01 SCOPE OF WORK
A. Concrete Pa�ving
B, Cancrete Foundations and Footirzgs
C. Cast-In-Place Concrete Piers
1.02 QUALITY ASSURANCE
A. Reference Spec'rfications: The work under ti�is divisian of the Specificafions shall conform
general�y to the requirements of Item 314 -"Concrete Pavement", Item 406 -"Cancrete for
Structures", and Item 41 Q—"Concrete Structures", and "Concrete Drilled Piers" of the City
oiFort Warth's "Standard Specifications for Street and Storm Drain Constntction", except as
otherwise specified. Delete Measurement and Payment.
B. Related Sections:
1. Section 02370 - Cast-In-Place Cancrete Piers
2. Section 03200 - Concrete Resnfarce�nent
PART 2 � MATERIALS
2.01 FORMS
A. Forms sha13 be af ample strength, adequateiy braced, �oined neatly and tightly and set exactly
�o established line and grade.
2A2 REINFORCING MATERIALS
A. Reinforcing Bars: Reinforcing t�ars sk�all be round deformed bars meeting the requirernents
of ttie current standard Specificatians far Inter�nediate Grade Bille� Stee3 Concrete
Reinforcing Bars o#' the A.S.T.M. Designatson A-6I5. Reinfvreing bars at the time the
cancrete is placed shall be free fram rust, scale ar other coatzngs that will destroy or reduce
the bond. General reinforcirig bars shall be nuznber three bars spaced eigbteen inches (18")
on center zn walks and iwelve inehes (12") in slabs as shown on Plans.
2.03 CONCRETE MATERIALS
A, Cement: Portiand cement shall meet the requirements of A.S.T.M. 5pecificatians Designation
C-15Q and shall be Type 1.
B. Aggregates: Cancrete aggregates shall consist o€ graveI �r crushed stone and shall be free
from any excess amaunt af sa�t, aikali, vegetative matter or other objectionable materials.
The aggregate shall be weS1 graded from fine to course and the maximum size shall be one
ineh (1 "). Fine aggregate shail consist af sand and it shall be clean, hard, durable and free Qf
lumps.
C. Water; Water used in mixing concrete shall be clean and free fram deteterivus amaunts of
CAST-IN-PLACE CONCRET�
b3300-1
�
Constructian Inspector.
Placement shal] be carried on at such a rate that the concrete is at ail times plastic and flows readiIy
into the space batween the bars. No cancrete that has partially hardened or that has been
contaminat�d by foreigzi rrtateria� shall be deposited in ihe work nor shall retempered concrete be
used. Each sectzon of pavem.ent betvveen expansion and construction joix�ts shall be placed
rnonalithically.
AII cancrete shall b� thoroughIy compacted by suitable means during the operation of placing and
shall be thoroughly worked around reinforcement and embedded �xtures and into the comers of the
fnrms. Specxal caze shatl be taken to prevent voids and honeyoombing. The cancrete shall then be
struck off and bu11-floated to ti�e grade shown an the Plans before bleed water has an opporiunify to
collect on the surface.
3.a4 FINISHING
Finishing Concrete; All concr�te shall be fmished Y�y experienced, qe�alified concrete finishers. All
concrete si�all have a neat, rnunded edge. Edging and jointing (radius described on Plans} sha11 be
accam�lished with care sa as not to leave deep impressions in the cancrete surface adjacent to edges
and jo'rnts. After the cancrete has been floated and has set sufficiently to support the weight of
cement �`inishers, a smaoth steet troweI vvill �e used to produce hard surface. The entire surface wil!
then be brushed with a stiff bristle broom to produce a unifarm textured finish, All edges and sides
of cancrete expased to viery shaIl be free af warp and blerrtishes with a uniform texture and
smoothness as described in Plans.
3.45 CUI2ING
Guring Corn.paund; Immediately after the Finishing operations, the conereta �hall be completely
covered with a cwring compound. T�e cnncrete surface shall be kept moist between finishing
operations and the application of the curing compaund. The curing cornpound shall be applied under
pressure by nneans of a spray nozzle at a rate not to exceed two hundred square feet (204 sq. ft.) per
gallon. A minimum of seventy-two hours (72) curing time v�rill be required,
3.0� PROTECTION
After cancrete is pIaced, finished and cured as required, permit nn traffic thereon for three days
thareafter and further protect tr�e surface from damage due ta other causes.
END O�' SECTTQN
CAST-TN-PLAC�. CONCRETE
43304-4
SECTTON Q5�00 - METAL FABRICATIONS
PART 1 - G�NERAL
iAl RELATED DOCUMENTS
A. Provision.s established wit}zin the General and Suppleznentary Conditions of the Contract,
Division 1- General Requirements, and the drawings are coll�ctively applicable ta this
Section.
1.02 SUMMARY
A. Section Includes: Miscellaneaus metal work and related itetns.
B. Related Sections:
4 1. Sectian 4990D - Painting
, 1.03 REFERENCES
A. American Society for Testing and Materiaks (ASTM):
1. ASTM A 36 - Specification for Structuxa3 Steel.
2. ASTM A 123 - Specification for Zinc {Hot-Dip G�lvanized} Coatings on Iron and
Steel Products.
3. ASTM A 153 - Specification for Zinc Coating (Hot-D�p) on Iron and Steel
Hardware.
�. ASTM A 307 - Specification for Carbon Steel Botts and Studs, 60,040 psi Tensiie.
B. Federal5pecification (Fed. Spec.):
�, 1. Fed. Spee. DOD-P-21035A
2. Fed. 5pec. FF-S-325 Shield Expansion, Nail Expansion and Nail Drive Screw
. (Devices Ancharing Masonry).
1 A4 SUBMITTALS
A. Shop Drawings: 5ui�mit in accardance wzth SECTION Q134Q -�HOP DRAWINGS,
PRDDUCT bATA AND SAMPLES. Tnclude details on each metal fabricatian, inciuding
setting drawin�s for anchor bolts and other required anchors.
� PART 2 - pRODDCTS
Z.OI MATERIALS
A. Steel: ASTM A 36, shapes, plates and bars.
B, Threaded Fasteners: ASTM A 307, Grade A, bolts aud nuts.
C. Expansion Bolts: Fed. Spec. FF-�-325, Group lI, 'Cype A, Class 1. Pra�ide Hi1ti Kwik-
balt or Ramset Trubolt stud anchars.
METAL FABRICATIONS
05500-1
ot�aer means to pr�vent depth of compound from exceeding 1/2 inch, pack jaint with back-
up materials of correct type an� to the depth as necessary to provide minimum 31$" and
maxirnum 1/2" depth of compound.
D, Materials and methods shall be as specified herein, unless they are contxary to approved
manufacturer's d'uections or to approvsd trade practice; or unless Contractor believes they
wili nat produce a wa�ertight job which he will guarantee as required. Where any part of
these conditians occur, Contractar sha11 rotify Architect in writing. Deviation from
procedure specified will be permitted anly upon Architect's approval and providing tha�
work is guaranteed by Contractar as specified.
E, If, prior ta beg�nning warlc, Contractor does not notify Architect in writing of any proposed
changes, it wil� be assum�d that he agrees that rnaterials and methods specified will
produce results desired, and that he wil] furnish required guarantee.
3.02 PREPARATORY WORK:
A. W1�ere weather molds, staff beads, etc., do na# form integral part of frames to be caulked,
but are removable, remove satne prior to caulking, execute caulking, replace malds, etc.,
and point.
B. Clean all joints, etc., that are ko be caulked or sealed, griar ta exacuting work,
3,03 PRTMING: When conditions of joints so requiare, ar when types of materials used adjacent to joints
so require, or when compound manufacturer's recommendations so requir�, clean and prime joints
before starting caulking. Execute priming operations in strict accordance with manufacturer's
directions.
3.04 JOINT BACKING: Joint backing shall be insta[led in all joints to receive sealants. Backing shall
be sized to require 20% to 50% compression upon insertion, and shall be placed so thai sealant
depth is approximately 1/2 joint width. In joints not of sufficient depth to allow backing, install
bond breaking tape af back of joint.
3.OS APPLICATION: Apply sealant and caulking material under pressure ta fill joint completaly,
ailowing no air pockets or �oids. Tool the joint surface ta compress the compaund into the joint.
3.Ob THRESHOLDS: Place ali exterior door t�u'esholds in a fill bed ofsealant during setting procedures.
3.�7 CLEANING: Ciean adjacent surfaces free of caulking and sea�ant and clean al! work of other trades
tnat has in any way been soiled by these operations. Finished work shail be ]eft in a neat and clean
condition.
EhD OF SECTIDN
CAULKING AND SEALANTS
07420-2
SECTION 09904 - PAINTYNG
�
i ,
� ,
pART 1 - GENERA,L
I.O1 RELATED DOCUMENTS
A. Pro�visians es#.ablished withir� the General and 5upplementary Conditions of the Contract,
Division 1- General Requirements, and the drawings are collectively applicable to this
Section.
I.02 SUMMARY
A. Section Includes: On-the-job painting and finishing,
1. Included: Paint and fuxisla �e fo�lowing materiais, fii#ings and equipment items
which are expased to view inside and outside.
a. Iron, steel and galvanized metal.
b. Bare and insulatioq cavezed pzping an.d ductwark, canduit, cab�es,
hangers, and primed metal surfaces and factory-�nished surfaces of
mechanicaI and electrical equipment.
2. Not inc�uded: No painting is required on the follawing:
a. Architectural aluminum and stainless steel.
b. Factary-fini�hed picnic tables, benches, and bo�lards.
B. Related Sections:
1. 5ection 05500 - Metal Fabrications: shop priming of inetal fabrications.
1.03 REFERENCES
A. American Soeiety for Testing and Materials (ASTM):
�. ASTM D16 -➢e�nitions of Terms Relating to Paint, Varnish, Lacquer and
Related Ptodvcts.
$. NACE (Nationai Association of Corrasion Engineers) - Industrial Maintenance Painting.
C. N�'CA (National Paint and Caatings Association) Guide to U.S. Gavernment Paint
Specif cations.
D. PDCA (Painting and Decorating Contractors of Aznerica) - Painting - Architectural
Specifications Manual.
E. SSPC {Steel Structures Painting Cvuncil} - SYeel Structures Painting Manual,
PAINTING
09900-1
��i
i.o� suBMl�raLs
A. Samples: Submit in accordance with SECTION 01390 - SHOP DRAWINGS, PRODUCT
DATA AND SAMPLES. Submit two $%" x 11" samples of each paint color scheduled on
tne calor schedule prepared by the Landscape Architect. �amples shall be on heavy
cardboard and shall be made with the actual mixed paints to be nsed on the project. Paint
color shall be dark green.
B. Paint Schedule: If painting materials other than those specified are proposed for use,
submit a complete sc�edule of the materiais to be substituted, This schedule, in triplicate,
shall be in the same %rm as the paint schedule included in this sectian, and shall list
rnaterials by manufacturer, brand name and type for each surface to be �nished.
C. Clase-out 5chedule: Upon completion of work, furnish a fu11 schedule of paint t�pes and
colors actuatly used and formulas for each to the Owner.
1.OS QUALITY ASSURANCE
A. Product Manufacturer: Company specializing in manufacturing quality paint and finish
produ�ts with 3 years experience.
B. Applicator: Company speciatizing in commercial painting and finishing with 2 years
experience.
C. Praduct Lahels: Include manufacturer's name, type of paint, stock number, color and labeI
analysis on labe� of containers.
D. Single Source Responsibility: Provide primers and other undercoat gaint praducet� by
same manufacturer a� final caats. Use only thinners approved by paint manufact�rer, and
use on3y within recommended limits.
E. Do not paint over code-required labels, such as Underwriters' Laboratories and Factory
Muluai, or equipment identzfication, perfozmance rating, name, or nomenclat�xe plates.
1.06 DELIVERY, STORAGE AND HA.NDLING
A. Delivery: Deiiver rnaterials in ariginal con�ainers with seais unbroken and labels intact,
B. Storage: Cantractor shall designate a specific space at the project site for storing and
mixing materials. Protect this space and repair all damage resulting from use. Do not store
kerosene nar gaso[ine in this space. Remove oity rags at the end of each day's work.
L07 PROJECT CONDITIONS
A. Pro�ide protectian to maintain surface and ambient temperahues per manufact�rer's
recoznmendations before, during and 48 laours after appiication af�inzshes, unless req�sred
otherwise by manufacturer's instructions.
B. Do not apply paint in snow, rain, fog, or mist; or when the relative humidity exceeds 85%;
PAINTING
09900-2
or to damp or wet surfac�s; unless otherwi�e permitted by the paint manufacturer's grinted
instructions. Painting nnay be continued during inclement weather only if the areas and
surfaces ta be painted are enclosed and heated within the temperature limits specified
during application and drying periods af 24 hours b�tween coats and 72 hours after ftnal
coat.
C. Protectian: Provide sufficient d�r�p claths ta fully protect adjacent finished work,
1.a8 PRECAUTIONS
A. Paints, oils, thinners and other flaznmable items shall be stared in approved containers
when not in actual use during the painting j ob. The fire hazard shall ba kept at a minimum.
B. Tal�e precautions ta pratec# the public and constructian workers during the progress af the
work.
C. F�rnish a terr�porary fire extinguisher of suitable chemicals and capacity, iocated near
flammable materials.
1.Q9 MAINTENANCE
A. �xtra Materials: Upon completion of the work, deliver to Owner 2 gallons of each type
and eolor of paint applied �o interioF and exterinr surfaces. Provide formula for custom
match colors.
PART Z - PRODUCTS
2.01 ACCEPTABLE MANUFACTURES
A. Provide paint as manufactured by the following:
Coronado Paint Company or approved equal.
B. Materials described are based on the specifications of the above 1'zsted rnanufactUrers, and
are given to designate the quality of rnaterials requ�red. Materials of best quality grade are
representative of the standard o�quaiity required. Materials �not displaying manufacturers's
identification as a first Iine, best-grade product will not be acceptable.
C. Calors: The Landscape Architect will prepare a color schedule. Re�ardless of which
t�rand of paint is s�lected for use, fhe Contractor shall intermix and blend as required ta
obtain an exact match to each color an the color schedule.
PATN'I'ING
09940-3
VENDOR COMPLIANGE TO STATE LAW
The 19$S Sessian of the Texas Legis�ature passed House Bi11620 relative to the award of contracts to
non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-
resident bidders (out-of state contractors whase carporate offices or principal place of business ar�
outside af the State af Texas) bid proj ects for constructzan, improvements, supplies or services in Texas
at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident
bidder would be reauired to underbid a non-resident bidder in arder to obtain a�omparable contract in
the State in which the non-resident's pnncipal place of business is Iacated. The apprapriate blanks in
Section A must be f'rlled out by alI out-of-state or non-resident bidders in order for your bid io meet
specifications. The failure af out-of-state or nan-resident contractors to do so will automatically
disquali�y that bidder. Resident bidders must check �he box �.n Sectian B.
A. Non-resident vendors in (give state), our principal place of bu�iness, are required to be
percent lower than resident bidders k�y s��te law. A capy of the statute is attached.
Non-resident vendors in (give state), our principal place of business, are not required io
underbid resident 6idders.
B. �ur principal place of business or corporate offices are in the State of Texas,
� Please Check or mark with an "X"
BIDDER:
/i�, � , �/i✓� o�
iAl �� rrlr�l�aN
Company
C�3/�J5`P� rlta-rvtcJ� �� !�.
By: �A� �� V1�,J
{please print}
�
i��-1�3o.Y 1� 5� ? 7 Signature: _
Address
��7��J�'�t�� � 7�0�� Title: �'�€ P�.0 � �U�AJT"
City State � Zip (please print)
�
THIS FORM MUST BE RETUR�IED WITH YOUR OUOTATION
BIDDER'S STATEMENT OF QUALIFICATIONS
Firm Name:
Date Organized:
❑PARTNERSHIP ❑CORPORA.TION
Address:
City: State: Zip:
Telephane Nnmber: Fax Number:
Number of years iz� business under present name:
Forrner name(s) af organization:
CLASSIFICAT�ON: ❑ General ❑ Building ❑ Electrical ❑ plumbing ❑
HVAC
❑ Utilities ❑ Earthwork ❑ Paving ❑ Other
1. LIST OF SIMILAR COMPLETED PROJECTS:
AMOUNT OF TYPE OF DATE NAME and TELEPH�NE NUMBER
CONTRACT WORK COMPLETED OF OWNER
2, LIST OF SIMILAR PROJECT UNDER CONSTRUCTiON OR UNDER CONTRACT:
AMOUNT Q� TYPE OF DATE NAME and TELEPHONE
CONTRACT WORK COMPLETED NLIMSER OF OWNER
BID�ER'S STATEMENT OF QUALLFICATIONS
-1-
3. LIST SURETY BONDS iN FORCE 4N ABOVE INCOMPLETE WORK (LIST 2):
DATE OF TYPE OF AMOUNT OF NAIVIE and TELEPHONE
CONTRACT BOND BOND NUMBER OF SURETY
4. LIST CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTIOEXPERIENCE,
.�
.I
,�
.�
F3IDD�R`S STATEMENT OF QUALI�'ICATIONS
-2-
�
CERTIFICATE OF INSURANCE
TO: CTTY OF F�RT V�JORTI-t Date:
NAME OF PR03ECT: IMPROVENIEiYTS TO LOUELLA BAKER BAL�S PARK
PROJ�CTNUMBER: C181-0$018104G22Q & C18$-OS�iB$3Q0060
IS "�'O CERTIFY 'I'HA'I' : M.A. VIiYSQiY CO3VSTRUCTION COMPANY. I1�iC.
is, at the date af tliis certi�cate, Instu�ed by this Couipauy with respect to the Uusiness operations hereinafter described, for
the type of insura�ice and accordaoce with pro�isions of the standard policies used by this Company, and f�rther
hereiiiafter descriUed. Exceptioiis to standard policy noted on reverse side hereof.
TYPE OF CNSiJRANCE
Palicy EfFective Expir�s Limits ofl.iability
Worker's Comper�satian
Campeehensivc General
Liability l��surance (Public
Liability)
Blasting
Colla}ase of Building or
structures adjacent to
excavatinns
�an�age to Underground
Utiliti�s
Builder's ltisk
Comprehens ive
Auto�nobile Liability
Contractual Liability
Other
Bodily jnjury;
Ea. Occurrence: $
Property Damage:
Ea.Occurrence: $
Ea. Occurrence: $
Ea. Dccurrence: $
Ea. �ccurrence: $
Bodily Injury:
Ea. Person: $
Ea. Occurrenee: $
Property Damage:
Ea. Occurf•ence: $
Bodily Injury:
E�.Occurrence: $
Property Damage:
Ea.Occurrence; $
Locations covered:
bescriptian of operations covered;
The al�ove pofieies either in the body thereof o�• by appr�priate endnrsement provided that lhey may not be changed or
canceled by the insurer i�1 less tlian five (5) days after the insured has received written natiee of such change/or
caneellation.
Wlfere ap�licaUle local laws or 3•egulations require mare than five (5) days actual notice of change or cancellation to be
assured, the above policies cont�iil such sp�cial rec�uirements, either in the body thereof or l�y app�•opriate endorsement
therela attached.
A �encv
�'art Wortli Aeent
Address
Bv
Title
Bond No: CC-30375
ALRFQRR�[ANC� aOND
THl� S�'I�'r� or �r�x,�s
COUN�f'1' OT= Tt�RftAN"1'
ItN01�� ALL M�'N B1' T]-E1WS1� f'R�SLNTS: Tl�at we (] ) M.A. VINSDN COR�STRUCT�ON
COMPAf�V, CI�C. a (2j CORPORATi01� of T�XAS, herei�lal�ter call Priiacipal; and
C�} Q�Slar� (�l'ty &�y �xy a cor��oration o�-ganized and existin� under t11e laws of Uje State and
fully autliorized to trai�sact business in the State of Texas, as Surety, are lield a��d i"i�•mly bound unto tl�e City of For�
Worth, a municipa{ cor��ora�i�iti or�anized and existi�ig under the (aws of tkle State of Texas, hereinafte�° called
Ov�+ne�•, in the pe»a] sum of:
�'ORTY-S�V�N TI��lJSAI�[) S�VC�N HUNDRCD ANp NO/100 ...............................................................
(47,700.U01 �allars ii� ]awful moi�ey oft��e Ui�ited States, to be paid in �oa�: Worth, Tarc•at7t County, Texas, for the
payinent of v�+hich sum ti+ell and iruly l�e anacie, we here�y bind ourselves, our heirs, exec�tioi-s, adi�linistrators and
successors, Jointly aild severally, fi�-mly �y tl�ese p�•esents.
THE CONDITIQN 0}' THf5 of QI3LiGATION is such tlzat Whereas, the Frinci�al ente�-ed into a certain
cant�-act v�+ich the City of 1=ort Woi�th, the O��v�ier, dated the 9T" of OCTOBER, 2001 a copy of which is hereto
at�ached a��d nlade a part hereof-, i'or cl�e coiistructia�l of:
IME'l20V�MCNTS TO LOUCLLA BAK�R �ALES PARK
desi�a�ated as 1'ro.�ect No. (s) C181-OSOI$I046220 & CI$S-080I883000GD, a copy of whicli cdntract is hereby
attachsd, referr�d to, and �i�ade a parr hereof as fully and to tl�e same extent as if copied at le�lgth herein, such project
and co�istruction �ei��� �ie�-einafyer referred co as t11e "worlc".
1_' NOW THCRCT'OR.G, if tl�e Prinei��al shalf ���e11, truly, and faiCllfull�+ perform ille work in accorda�zce with
the �alans, specificatians, and coizt�-act docume�its dw-ing the ori;inal term thereof, and any extensions fizeE-eof wk�ich
�` � �na�F l�� �ranted �}� the O�a���e��, `�+ith o�• ��+itl�out notice to the Surety, and if he shall satisfy all claims and dexnands
incur-red unde�- sucl� cantraci, a�ld shall fully indeinnify and save Ilarmless the O«rner fi�om all costs a�id daz��ages
�+hid1 it may suffer by reasan of failure to da so, and shall rein�hurse and i•epay the Ov��ner a�l outlay and expense
whiciti the 0��,���e�- ma�� incu�• in malcing good any default, tl}en Cliis ol�ligation sha[l be void; oiher�n�ise to re�nai�i in
• i fuli force and effeci.
I �.�
�
PROVID�D T'URT!-l�R, il�at if any legal ac�ion filed upon this bond, venue shalV lie in Tarrant County,
State of Texas. �
ANb ['[�OVIDCD �'URTf��R, that ihe said Surety, for �alue received, he��eby stipulates and agrees diat no
II � cl�ange, extension of time, al�cratian ar additian to tl�e ternis of the contract ar to the work to be perfarr��ed
ihereunder or the ss�ecifiications accompanying the sai3�e shall in any wise affec[ iis obiigalio��s on this band, and ii
daes herevy waive nocice �f ar�y siscll chan�e, extensio+� af time, ahel•atioi� o�• additiosi tp tlae ternls of the contra�t or
,, to tlle work or to the specifications.
{N WITN�SS WH�.R�OF. this i�tstrument is executed in bcou�ltetparts eacl� one of ��I�ieh shal] be deeme�
aii ori�i��a1, this tl�e 9�'��� of (3CT�13�R, 20[I1.
A7'TE5T: �
w. _�.. _ �"�'"�-.__..
(Principal) 5ecretary
{SEAL) _
M.A. VIi�SON COi�ISTR�JCTION COMPANY, INC.
+ p 11rICIPAL (4)
BY: --�-. _
`I'itfe: �%+�5 �.��UT
PO BOX � $5577
�ORT WORTH, TX 7GI8I
;�,
;i�
�%�f"�r��...
�.
itness as to Friricipaf
�7 D��r�- cs� �SSS�7 i��I.ua��H TY i(���/
' Add�-ess '
ATTESi': � �r��
(Wit�ess )
(:3�AL)
Ackdt'ess)
Clirk�es'1�']d ty & �.y �'
Surety -
BY: � � _. _�i
I� ,gtrith, (Attorney-in-fact) (5)
4311 W. i��r Av�na� -�te 501 - Tatr�m, FL 33614
{Address)
NOTE: Daie of gond must not be
prior to date of Contract
(I) Correct Name of Contractor
(2) A Corporation, a Partnership or an
lndividual, as case may be
(3) Carrect narne of Surety
(4) If contractor is Pa�-tnership al]
Partners sliouid execute Bond
{5) A true copy of Power of Atforney
shal! be attached to Sond by
xlttorn ey-i n -Fact. ,
�
�
lI
I{
1'AYMG1�Ti301�lD Bond No: CC-3a375
Tl�lk� 5'f'A'I'L OI= i'1�XAS
COUN�ry oFTr�[�iiAN't' �
ICNOW ALI� M1�N 13Y `f"]-i'L-'S� PRrSLNTS: TI7at we (I) M.A. \jINSON COI�STR�iCT10N
COMC'Al�'1', ENC. a{�)��� of 'Pa�ant Coui�ty, '�S liereii�after called 3'rincipal, �d 3( )
Q��1anc1 C�s'�aal.ty & C�'. , a car��oration or�anized and exisii��g ui�der the laws of the State F�
and fully authori�ed ia transacc Uusincss in the Siate of Te�:as, as Suret�r, are ]tield and �r���1y bound unto t�ie �ity of
rat�c Vtirortf�, a municipal cai-��or�tioiz oi�;�a�iized a��d existin�; under tl�e laws of tl�e State of "["exas, hereinafl.ea� called
O�va�er, ai�d unto all ti�ersan, tirn�s, and cor{�arations u��lio may furnish n�aterials, fa�• or perf�i�i�1 la�or u�on tlle
i�uildin; or impE-a��eizie��ls herci��afYer- refe,-i•ed to in the penal sum of
rOR'C'1'-SC��CN THOUSANI) SE1�GN HUNDRCD AND NOITi1{]...... ................_,.....................................
t�d7,7�0.6U} Dollars in ]av,+ful matiey of tl�e United States, to 1�e ��aid in Fvrt Worth, Tarrant Cou�ity, Texas, for the
payme��t tif whicl� sun7 ���iEf a�zd truly Ue ���srie, we herel�y b+�1d oursel�es, aur l�eirs, eaecutors, administrators and
successors, jointly and severally, firmly ln these �aresents.
TH� CONDITlON 01= 'I'HIS OBLIGATEON is sucl� that 4uhereas, tlie Principal e��tered into a certain
contracc M�it11 the City of Fo�-c 1��orth, the 03���ie��, dated the 9ry�" dey of OCT0l3�R A.D. , 200T, a copy of which is
hereto attaclzed and ma.de a paE-t Ilereof, for tlie cai�st3-uciian of::
[11�IPR01'GMCNTS TO L(3U�LLA BAKER BA��S C�ARK,
dssignated as Project No. {s} Cl�il-[�8018i046224 8z C188-OSQ1$830dOG0,, a enpy of wl�icl� is herato attached,
refe�-�•ed to aa�d made a part hereof as fu11y and to tf7e same exteni as if copied at lengtli ]�e�•ein, such project and
cdnsCructipn bei�lg hereinafter refierred io as the "worlc".
NQW `I�HCRCi=OEtE: the condition of this oUligatio�ti is sucl� that, if the P��i��cipal 5ha!] pramptly rr�ak�
payn��nt 3o al1 �lai��ti�nt.s as detit7ed iil Texas Governn7ent Code Section 2253, sup�lyi�ig iabor and materials in the
pa�osecution �f lhe v,�ork provided ior ii� said Gontract, Yhen tltiis obligation sh�ll Ue null and �roid, atl�erwise it shall
remain iii fu�i force and effect.
r�o
f I
� �
d s
�
,�
';l
"I'l�� L3�ND ]S MA171� ANI� L�! i E]t�D into solely for 11�e protecrion ai' �I1 clai�nants supr�lyi�3g labor a��d
maierial in Ihe prosecuiion of� tl�c �a���rlc ��rovided f'or ii7 said Cnniraci, as claimants are defi��ed in said Cl�apter 2253,
anc€ atl s�icl� claii��ants sl�all i�a��e a d�rect ribl�t af ae�ion under tlle Uond as F�rovicied in Cha�ater 2253, Texas
Got�ernme:nt Codc.
��EtOVIDLD i=U�t"1'I-�I:f2. ihal ii'any le�al action l�e f�ed upon t�7is bond, venue sliall ]fe in Tarrai�t County,
Sta�e nf `]�eaas, that thc: saic3 �urct��, ibo� value received, ]�c:r�by st[pulates and agrees thai i�n cl�ange, exLension of
timc, altera�+on nr addilion t� t17� t�r�»s oi' the contraci or ta tl�e worlc Co I�e performed thereunder n�- tl7e specifcatio�ti
accom��anyinb ihe s�tme sl7all in a�iy wisc. affect its aUlisation on this boiid, and rt doc:s l�e�-eby 3vai�e notice nf any
sucl� ch�n{,�e, r:xt���sion c�i'tim�. �Itci-ation o�� addition to tlie terms af ihe contract ar to lhe ��arl: or lhe s��ecificaLions.
I'It01�1D�D PUIt'1'1-ll:lZ, that ncl iinal settlen�eni bet���een tl�e �w+n�r ai�d the Co��t�-aciar shall abt•idge the
rigl�t of any 1�eneiiciary hcreu�7der ��rf�ose clai�l� sh�ll be unsatisiied.
IN. WlTNL-'55 l�HGRLUI=, this instrument is executed in � cou�iterparls each ar�e af �a�ilich shall be deemed
an original, t:his the g'��'� day ofOCTOl31;R A.D., 200i.
JVI.A. VTNSO� CONS7'RUCTION COMPANY,,
C' l l'+1C.
ATTES � � PRINCI�'AL (4)
� � BY; F� r� � '� —
Title; U! � �.�'s � � M �
(Pri�ticipal) Secretary
� �����' �
� �� ' � -
� �itness as to Princi�al
P-p• ��3� � r BSs`�7 7
�-F • Lv � � � r-r, 'T•� � 1� � °� /
� Address
��i
�
.i
.' u �
A �ST: �j
� • (�` L�i2.�_.
{Wi ness�
(5,��� �)
�a �ox iass�7
FORT WORTH, TX 7G181 (SEAL�
{Address)
���.�&��
8uret�� ' �
�Y: . _ „�—s-_ �- 't:.
� �-�, (Arior�iey-in-fact) (5)
4099 I�� - 5laibe 410 - Far��s �, 'I� 75244
(Addj�ess)
431 � w. v�atQx A� -�it� 501 - Ta�a., FL 3361 �4
{Address)
�lQTE: Date of Bond must �lot be �ria� to date
of concs•act
(1) Correct Name of ConYractor
(2) A Corporation, a ParCnet•sl�i� or air
�udividual, as case may be
{3) Cnrreci i�an�e of Surety
{4) lf cont��actnr is ParEnersliip a]]
Partners shoufd execute Bo�1d
(S) A true capy of I'o�rer of Attorney
shall �e attaclied to Bo��d by
A ttor•i�ey-it�-Pact..
Bond No: CC-30375
11�iAINTT'NANC�' LiQND
Tl�lf� S'1-:'�Tl� Cl�' "f"EXAS �
COI�N'1'Y Or "f�ARC�AN"I- �
}���V,r �LL ME:N ]3Y `i�]if�SL' PRG'SL1�TS: Tha� (1) M.A. VINS�I�! CONS7'RLICB'I�R C�N4�'A1�'4',
INC, as ]'rii�ci��al, acii��;� l,�rein l�y and tl�rou �I� (2) its duly autl�orized
��i�d {3 j �-�larr3 C�a1�y & ��Y ��' _ a corparation nrgai7ized �nder tl�e
lati�rs ��i tl7c State of k"]��r'ir�a as suz-et��, do i�ereby acl:nowledge chemselves to be held and bound to pay unto tl3e
City af�i=c�ri Worth, A t�Fiur7iciF��l Cc�r�3oralion, charter�d by virtue of Consiit�tion and laws of the State af Texas, at
�c�rt Wai-ih, ii� Tarrai�t Cnuniy, 'l�exas ihe sum af
l{0[ZTY-Si:V�'�: Tt-lOU5A1�i) �E1��1�! HEJNDRGD AI�D �10110() .................................•...---............._............
��7,�{�{E.��(l} in la«�ful ���oney ni�thc: Uniled 5Cafes, for the paymeni of which sun> >�ell a��d truly be made unto said
City oi� F'ai1 Worth and its successnrs, said Coi�tracto�� and surety do 1�ereUy bind the�nse3�es, tl�eir heirs, executars,
adn�inistrators, assi;ns a3�d successors, jaintl)+ and seuerally.
�'ltiis oUli�ation 3s coi7ditioned, however; that,
WH�R6AS, the Princi��al ]las entered intq a ce�lain contract witl� #he City� af Fort Worth, dated t��e 9�x day
of �CT{]BGf� 20fl1, tl�e }�erfoi-�iiance of i.l�e fbilo��ii�g described �u�iic worl< and t11e canstruction of t3�e fol3owing
described pu�lic improvements:
IMPiZ01��1�'f�NTS TC➢ L(JU'EL�.A �AF{ER I3ALES PARK
all of sail7e l�eii�g referred to I�erein aiid iiz said contract as the Woa�k aa�d beins designated as �rojeci �1�1-
480181Q.�b2�0 & Cy88-0$Q18830UQ6pand said co�ltract, including all of tiie specifcations, conditiot�s and written
i��strum�nts refet`�•ed to thereii7 as cnniract docun�ents bei�ig f�ereby ittcarporated herein by reference far a1i purpases
and i3�ade a pari Izereof. ihe same as ii'sei out �es-batim lierein; a�1d ,
WI-1�REAS, i�7 said Contract, Contractor l�i:�ds itselfto use such nZatea�ials and ta sa consia-uctthe workthat
it ti��il] ren3ain in �ood repair a3id coi�dicion for a:�d duriilg t��e period O��e (I3 Year_ after the datie of tl�e fmal
acceptance ai�the ��+orl� by i11e Cii��; aizd
Wl-i�REAS, said Conit-acior binds itself Lo maintaiil said work in gnad re�air ar�d condition for said term o�
One (3� 1'eai•; and,
I�HC�RI�I�S. ��id Ccn�lr�ctor bir�cls ilself to rej�air or reconsCt'uct the �uorl: in ��+liole or i3i parc at any time
�vi[hin said pej-iod, if in thr: opinion of ihe Direccor of the Waier 17e��arC�nent of� ihe City of Fort Wot-th, it be
t�eeessa�-y: �nd_
Ull-IEREI��. s�id Cantnulai• bii�ds ilself, upon receivi��b ��otice af tl�e need therefore to re[aair or
reconstru�i said ��farl: �s herci�l pravid�d.
CITY QF RORT WORTH, T�XAS
CONTRACT
STATE OC" 7'EXAS
COUNTY OF TARRANT
I{NOW ALL MEN BY TH�S� f'RESEN'I'S;
Tllc�l 1I11S r��1'��t11211t, i�iE�de �nd ei�terec� if1Co lhis the 9T�I day of OCTOB�R. A.D. 200t, by and be�ween
tlie CITY OF FORT WORTN, il 111L1111C1�1�iI C01'E�D!'aC1bC1 6f Tc�l'I'e17[ Cpll[11y, Texas, organized and existing under and
by virtue af a speci�l charter aclopted by the qualified voters within said City on the 1 lth day of Dec�mber, A.D.
192�, under t17e authority of the Conscitutio�l oFTexas, and in accard�7ce with a resolution duly passed at a regular
meetiug of'the City Cou�lcil of said Cicy, and the City of rort Worth �eing hereafter te��med Owner, and M.A.
V11VSO�i CONSTRUCTiON �OM I'ANY. INC., l�ereinafter ca�led Contractor.
WITNESSETH: Th�t said p�rties ha�e a�reed as fol[ows:
Q
�'ilat Po�• and iu co�isideration ofthe paym�nts a��d agreements Ilereinafter meiitioned to be made and
pe�-foi•med by tlle Owner, and uncier tk�e conditioils eapressed iu the bond bearing aven date herewith, the said
Contractor I�e�•eby agrees witl7 the said Owner to coin�nence and camplete the const�•Eiction of cei•tain iinpro�etnents
descril�ed as folla�vs:
iMPROV�MENTS TO LOUELLA 6AKER BAL�5 PARK
2,
Tl�at the worlc I�ereii� contemplated shall consist affurilisl}ing all labor, tools, appliaiices and
materi�rls necess��ry for t1�e co:istruction ai�d com�letion of said �roject in accordance with the Pians and
5pecii�icarions I�eretofore preparecl by tile Pai•1<s and Community 5ervices Department of the City of Fo�� Wort}� and
adapted by the City Counci] oi's�id City, as a�i ii�dependent contractor, and which plaits and specifieations are
incorporated hercin I�y reference.
3,
The Cot�tcactor herel�y agE•ees and binds himself to commence the conslruction of said work within ten
(10) days a[ter Uein3 notified in w�-icing fo do so by tl�e Departina��t af Engit�eering Director of the City of Fort
Wortl�.
Tlsc Cantracior hereby �igrees to prosecute said work with reasa�iable diligence after the commencement
thereof and to fu�ly cni»piete and Iinish thc s�me ready for the inspection and approval ofthe Department of
Engi�ieeriilg Dii•ector of tl�e Ciry pi' PnrE Worth and the City Council of tlle City of I;ort Worth within a periocf of 3Q
worlcin� days fi�am the tim� ol' commcncing said worlc, that said Contractnr shall be ei�titled to an extension of said
time for doing said work for such time as he may necessarily lose or be dela�ed �y iu�avoidable accidants caused by
unforeseen n�atters aver which said Gontractor has no control, suci� as inclermency ii� the weathe�-, acts o�
P�-avide��ce, la�or strikes and clelivcry ot� materials, ii� �ll of whicl� cases the negfigence or car�lessness of the
Contractor is �1ot contributing lo such delay.
S.
Should the Contractor lail to �egin tlle warlc hea�ein pro�ided for withii� the time herein fixed or to carry
on and com�lete tl�e s��ne accorckin� to tl�e crt�e meani�tg ofthe intent and terms of said specifications, then the City
sllall llave ll�e right to t�ke cl�ar�e oFand coiu�ale�e the workc in sucl� a man�ter as it may deei�� proper, and if, in#he
completion tEiereof, the cost to the said City shall exc��ci the eontract p�•ice or prices set farlh in the said plans and
speci�catioils made a part hereaf, tlie Cantractor shall �ay said City on de�nand i�l writing, settin; forth and
specifying �n itemized statement o!'thc coc11 cost thereoti, s7id excess cost.
IN WITNCSS Ww[L'Itl?Ol', the City of Fort Worth has causad this instrument to be signed in triplicate in
its name ai�d o�i its behalf by the City Mailager �nd attested by its Secretary, witll the coi•parate seal of the City of
Foj-t Worth attached. The Canu�actor h�Es executed fihis instrui��entthraugh its duly authorized officers in three
countarpaets wiih its corpoeate scal �iu�tched.
Done in Fort Worth, Te�as, tf�is tl�e 9��� day ofOCT�13ER, A.D.2001
�f
:I
�L
RECOMMLNDE� [3Y:
� � �-�3ca C� �. ��,A.R�� � �-'
17EPAR'�'M�NT �P �NGiNLLRING
DIF�ECTOR
I FY OC' l^ORT WO TH
4
gy� - �-�
�
CITY MAHA�vER
� Yl
M.A. VINSON COl�5TRUCTI01� C�MPANY, IIVC.
CON'1"RACTUI'r
, � .d
By: -�
( PAt �� v�N svN
_ �,c�P�s,D�tir*
"f l'f LE
PO BOX ] 85577
FORT WORTH T'X 76181
�.DDRCSS
APPROVLCI�,Y; , = 1
, � k ���s�� l
PAF�S AND COMMUNITY S�RVIC�S
� �I R�CTOR
ATTES ,
�,
[ ECRETARY
SEAL
� - / - �' '� I
�OAt�sCt Au�ixo�i2ation
. �1' _ ��— ., — . .
A����
APPROVED AS TO �ORM A�EGALITY
� '�
�r �
ts r��t -
A S �1NT CITY ATT�(tNEY
Novem�e�• 196Q
Revised Noveitiber 1 �)b2
Revised May 1986
Revised Qctaber 1989
_ ___ — ��� Q��� —
� � u u � ��{�����
��-- �e ���z�._�
�'��y o� f ' �'o �� �or�t��, �''�.��cs
���a� ��� �o���� �,,o����i������
�ptiTE 1 R�FER�iU�E hIU�B�R L�� CUf�N1E �'�1��
iQl���� *w�-'I $7$'4 $Q�A��C�I� � 3 of 3
�u��'.�T AUTH��21�'ATIO�1 �� �1+VARb ���1Tl�A��' �'O �l+l. �►. 111�1S�fV ��f�aTl�l.f��I��V
���+.+1PAh11�� Ihi�, �C�F2 1f�+1Pf��1f�f��f�T� T� �C7l.J��,�.11 BAFCEi� [3�,�.�� PAF�fC
�1��1�1� lN��}F�N1�TI�f�I�EF�TI����TI��V;
The Ffr�an�e �irectar c��#if�es �hat f��nds a�e availat�le in tl�� �urrc:r�t capitaf l�ud�7��s, �s appro�riat�d, of
�he f'arics ���I �nrnm��ity �etv�ces ��nd an� l�ry� I'�rk Itr��rpvemer�Cs Fund_
JP:k
Suhm�tte�l fur Clly �4�fw�ng�r'�
111f1ce Ity:
J�re P�r�ia�rua
�rlgl�x�flu� Drparlment �#ead:
�1C�11YC� �Li4A�k
A��itiau�l in#orn�ali�Mn C�n1nc�:
R.i�hurd �avpla
��.��o � nc�ccrt,r��• � ��;n�ru.�z � n,wrc�ur��r c����rs�.c��L�t��,r��
(���}
�a l 4�
$�{�� I 4�Y011l�
c��y
C�8$
57U�
�4'12�U ! QSQ181�3�??�
;����00 1 ��o18ea�€�aso
" #'�F'���f ��
� � .� � : � ��1��'��lL
I�I�;� !� ��Q�
���.��o,o� I �i. � .>
$3�.UOO,QU I :'��u�����ra�w�
I ['�"'v'•r4'T��in� Qf l�lb
I k: .: y , � , .:l Y.��f�:l,� ��17f14�
�`ity of Fo�� b�orth, T'exas
�y�� ��d ������1 �������������
EaAT� REFER�NC� NIJMBER LOG NAME PAG�
1019101 **�w� 87�1 SpBAKER 1 vf 3
Sl1BJECT AUTHORIZAT[ON TO AWARD CONTRACT TO M. A. VINSON CONSTRUCTION
COMPANY, INC. F'OR IMPROVEMENTS TO LOUELLA BAKER BALES PARK
RECOMMENDATION:
It is recommended tf�at the City Cauncii authorize the City Manager ta execute a contract with M. A.
Vinson Cor�sfruction Company, Ir�c. in the amount of $47,700.00 for improvements at Louella Bafes
Baker Parl�.
DISCUS510N:
On June 91, 1997, the Parks and Community Service Departm�nt (PACS�) received an offerfr�om Ms.
Louella Baker Martin to doriate approximate�y one acre of land at 3101 East First Street in the lnside
Riverside neighbarho�d, Staff reeommended this si#e for acceptance, e�en though it was [ess than the
minimum requirement of five acres far a neighborhood park. This site now provides a neighborhood
park for an underserved ceniral City neighhflrhood.
On August 99, 1997, the Park Board endorsed acceptance of the land donation. On February 17, 1998
(M&C G-12141), the City Council accepted the land donation a�d appro�ed the naming of the park as
f.ouella Bales BaKer Park.
On February 6, 2001 (M&C G-� 3148), a donation in the name of Louella Bafcer Martin was made in the
amount of $30,000.00 to be used for development af the park. To be added to this donation are the
remaining funds from the Inside Riv�rside B�autification Tree Project ir� the amount o# $1,121.35. The
City Counci� approved matching the initial gift with an additional $30,OQp.�Q fram De�eloping Areas
bond fun�s, therefore, the fotal available funding far design and construction of Louella Bales Baker
Park is $61,121.35.
The �ark master plan, and plans and specificat�ans for first phase development of the park were
prepared by The Landscape Alliance, Inc. at a cost of $7,200.00.
BID TABULATION -
The pro�ect was advertised for bid an July 26 and Au�ust 2, 2Q01. On August 23, 2001, fhe fiollowing
bids were received:
1-�i"C -[�i
Base Bid
Bid Alternate No. 1
Bid Afternate No, 2
Bid Aiternate No. 3
Bid Alternate No. �4
M. A. Vinsfln Consiruction
Campanv, Inc.
$39,400.Oa
$ S,�OO.Qa
$ 2,8QD.OD
� �,�ao.oa
$ 1,400.00
Metro
Builders
$39,99 0.00
� s,a�a.ao
$ 2,800.00
� s,saa.00
$ 1,OOQ.00
Ed A.1Nilson,
Inc.
$58,900.00
$ 5,395.00
� 2,�oa.ao
� 7,sso.00
� � F�OO.VO
Narthstar
Construction, Inc.
$69,40D.�0
� �,00a.oa
� 4,00a.oa
� s,00a.oa
� �,Zao.oa
�'ity o,��'o�t �orth, T'exas
��►�� �ne� ���r��e�! ������;������
DATE
1019101
SUBJECT
REFERENCE NLlMBER j LOG NAME
*��-`� �7�� i
80BAKER
PAG �
2 of 3
AUTHORI�ATION TD AWARD CONTRACT TO M. A. ViNSON CONSTRUCTI�N
COMPANY, INC. FOR IMPROVEMENTS TO LOUELLA BAKER BALES PARK
The base bid work includes the installation of a mufti-use sfab, basket�all goal, bench, small playground
with compos�te piay piece, safety surfacing and c�rains. The Bid Alternates are:
Aiternafe No. 1
Alternat� No. 2
Alternate No. 3
Al�ernate No. 4
415 linear fiee# of chain link fencing
Picnic table with caoker and slab
240 linear feet of 6-foot concre#e sidewalk
2 each post and cable gates
It is recommended that the Base Bid in the amount of $39,40�,00, plus Bid Alternate Nos. 2($2,840.00}
and 3($5,500.00) tataling $47,700.Q0 as submitted by M. A. Vinson Construction Company, Inc. be
approued fior award af contract. Contract time is 30 warking days. Th� Inside Riuerside Neighborhood
Association is agreeable to the proposed de�elapment items.
M. A. Vinson Construction Gompany, Inc. is in compliance with the City's MIWBE �rdinance by
committing to 27% mlwbe partici�ation. The City's goal ON this project is 9°/fl.
The praject budget will loe as fallows:
• Total Project Funding
o Expenditures ta. date
PACSD and Department af Engineering Praject Management
Master Plan and Plans and Specificatians
� Remaining Project Funding
� Construction Cantract
• Canstruction Phas� Contingencies
Department of Engineering Inspect�on (3.5%)
PACSD Project Management (� _5%)
Ci�ange Orders (1.7°10)
Yofal Construcfiion Cost
$6'[ ,121.35
$ 2,995.19
� 7,2ao.ao
$50,926.16
$47,700.Q0
$ 1,669.50
$ 71 �.50
$ 8�41.16
$50,92fi.'Y 6
The annual impact an the General Fund budget beginning FY2401-2002 will be $1,�DO.DO.
The Louella Bales Baker Park is located in COUNCIL DISTRICT 8.
�'ity of ' �'o�t l�orth, T'exas
�y�� ��� ������� ������;���;��
DA`i'� REF�RENCE NUMBEF2 LOG NAME PAG�
1019101 ����1 �7$� SOBAKER I 3 af 3
suB.��cT AUTHORIZATION TO AWARD C�NTRACT TO M. A. VINSON CONSTRUCTION
COMPANY, INC. FQR iMPROVEMENTS TO LOUELLA BAKER BALES PARK
FISCAI. INFORMATIONICERTI FICATION:
The Finance Direcfior certifies that funds are available in the current capital budgets, as appropriated, of
the Parfcs and Cammunity Serviees F'und and the Par[c Improvements Fund.
JP:k
Submitted for City Manager's
Office by:
Joe Paniagua 5140
Originating Department Hes►d:
Richard Zavala
Additional Information Contact
5704
I FUND I ACCOUNT I CENTEi2 j AMOUNT
� (to}
�
�
I {froiu)
C'i81 541200 080'[8104fi220 $14,9D0.00
C188 541200 oso�ss�000so $30,000.ao
CITY S�CRE'I'ARY
Ai'PR�VED ]0169/61
Richard Zavala 5704